Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
SWP272177(1)
FILE 1 Contract No. CAG 1 AWARDED 3 7 .3. so TO ka 41 Cx ce, v.4 C N� 0 1 1 RAINIER AVENUE N. SINKHOLE REPAIR PROJECT i 1 CITY OF RENTON PUBLIC WORKS DEPARTMENT MUNICIPAL BUILDING,200 MILL AVE.S. RENTON,WA 9W55-(206)235-2631 1 1 1 1 i CONTRACT DOCUMENTS FOR THE CONSTRUCTION OF 1 1 RAINIER AVENUE N i SINKHOLE REPAIR PROJECT i 1 1 City of Renton 1 Planning/Building/Public Works Department 1 Supervised By: Ronald J. Straka, P.E. Engineering Supervisor 1 Prepared By: Daniel Carey, P.E. Project Manager e EXPIRES 110/1ei � i 0 �f i 1 ' CITY OF RENTON RAINIER AVENUE N SINKHOLE REPAIR PROJECT CONTRACT DOCUMENT TABLE OF CONTENTS ' Invitation to Submit Bid Instructions to Bidders ' Project Location Map Project Site Map Construction Drawings Existing Sidesewers, City Benchmarks ' Bid Item Description Summary of Fair Practices Policy Summary of Americans with Disabilities Act Policy *Combined Affidavit&Certificate Form: Non-Collusion Anti-Trust Claims ' Minimum Wage Form *Proposal *Schedule of Prices *Construction Proposal,to be Supplied by Bidder vBond to the City of Renton vContract Agreement(Contracts other than Federal-Aid FHWA) vAttachment"A" Insurance Information-Sample Prevailing Minimum Hourly Wage Rates (New job classifications) Statement of Intent to Pay Prevailing Wages ' Affidavit of Prevailing Wages Paid Certificate of Payment of Prevailing Wages Environmental Regulation Listing ' City of Renton Supplemental Specifications Special Provisions Standard Plans Documents marked as follows must be submitted at the time noted and must be executed by the Contractor, ' President and Vice President or Secretary if corporation by-laws permit. All pages must be signed. In the event another person has been duly authorized to execute contracts, a copy of the corporation minutes establishing this authority must be attached to the bid document. *Submit with Bid(yellow Pages) vSubmit with Notice of Award(green pages) CITY OF RENTON Planning/Building/ Public Works Department ' 200 Mill Avenue South Renton,Washington 98055 H:ST0RM:94-xxxfDWC//Ju1y 1994 t 1 1 KOHL EXCAVATING, INC. K DATE 3330 East Valley Rd Renton,Washington 98055 1 251-8820 (FAX) 251-8039 JOB 1 DESCRIPTION QUANTITY UNIT COST TOTAL 1 a /- ooag - 1 i • �3a - a ,� -- 1 • ADO i p - ems 1 _ 1 1 , 1 1�- 1 MINUTES OF ANNUAL MEETING OF SHAREHOLDERS OF KOHL EXCAVATING, INC. 1 The annual meeting of Shareholders of the above-captioned 1 corporation was held on the date and at the time and place set forth in the written Waiver of Notice signed by the Shareholders, fixing such time and place, and attached to the minutes of this meeting. 1 There were present the following shareholders: DELORES T. CHRISTIANSON 1 IVAN F. CHRISTIANSON The meeting was called to order by DELORES T. CHRISTIANSON, President of KOHL EXCAVATING, INC. 1 The President stated that all of the outstanding shares of the Corporation were represented. 1 The President presented her annual report, and, after discussion the report was accepted and ordered filed with the Secretary. 1 The Chairman noted that it was in order to consider electing a Board of Directors for the ensuing year. Upon nominations duly made, seconded, and unanimously carried, the following persons were elected 1 as Directors of the Corporation to serve for a period of one year and until such time as their successors are elected and qualify: 1 Directors: DELORES T. CHRISTIANSON IVAN F. CHRISTIANSON There being no further business to come before the meeting, upon 1 motion duly made, seconded, and unanimously carried, it was adjourned. Dated: May 2 , 1994 . 1 _ 1 IVAN F. CHRISTIANSON, Secretary 4MIN:KOHL: 4/6/94 : skm 1 ORIGINAL 1 1 > 1 WAIVER OF NOTICE OF MEETING OF SHAREHOLDERS OF KOHL EXCAVATING, INC. 1 The undersigned, being all of the Shareholders of KOHL EXCAVATING, 1 INC. , hereby waive notice of and consent to the holding of a meeting of all Shareholders of the corporation at 3330 East Valley Road, Renton, Washington, on May 2 , 1994 , at 12 : 00 noon. 1 Dated: May 2 , 1994 . DELORES T. CHRISTIANSON "-'J--"9 1 VAN F. CHRISTIANSON 1 1 4MIN:KOHL: 4/6/94 : skm 1 1 1 1 1 ORIGINAL 1 REGISTRATIONS AND LICENSES `{ STATE OF WASHINGTON UNIFIED BUSINESS ID #: 600 044 247 ' r BUSINESS ID #: 001 LOCATION: 0001 } EXPIRES 07-31 -1995 ORGANIZATION TYPE DOMESTIC PUBLIC SERVICE CORPORATION ' KOHL EXCAVATING, INC. KOHL EXCAVATING INC 3330 E VALLEY HWY ' RENTON WA 98055 4061 ' TAX REGISTRATION PRIVATE CARRIER INDUSTRIAL INSURANCE UNEMPLOYMENT INSURANCE s ' T1te above entity has been issued the business registrations or licenses listed r. DEPARTMENT OF LICENSING,BUSINESS&PROFESSIONS DIVISION, + _ P.O.BOX 9034 OLYMPIA,WA 98507-9034 (206)753-4401 vect r, apartment of 4censing cc _ Y�.. .!.!.1•. .__.-_— 4.YJ,:• Y3'. _h1!4.' r. 1J.4.• i.!.,'•�:L - �~ 0001330 28 o I =I 1 N F Oi Oi X n v l lL i U 70 w 0 n ' I I I LLl C I J y W I I Q ro � 0 w O0 U j I lY j N M z}a Q p (DCSYut Occmz I ! 00 Q 2 z 0 M W O H �-1--W00 QccH1— I I j Z'o N ' !r QJO) am Z I j O N N <1<< NUQ Cr I 1 0U>3 0 I WWWOcL I I � <0C V av I o w Qo xx�Z XI>low YYcm+I¢ FaNz m i I i Q'ci� c 7 I I I ~ ._'OJ 1 i �s1;7R CITY OF RENTON BUSINESS LICENSE g 94 LICENSE NUMBER ISSUE DATE LOCATION OF BUSINESS Licensee has made application for a City of Renton business license in accordance with 909 02/01/94 3330 EAST VALLEY RD the provisions of Title V, Business Regulations Chapter 1, Code of General Ordinances of the City of Renton and agrees to comply with all the requirements of said ordinance. Licensee shall further comply with any and all other City Codes, Ordinances, State Laws and KOHL EXCAVATING INC Regulations applicable to the business activity 3330 E VALLEY RD licensed. Post this license at place of business. RENTON WA 98055 City of Renton Licensing Division 200 Mill Ave. S. Renton, WA 98055 Phone (206) 235-2608 INVITATION TO SUBMIT BID FOR RAINIER AVENUE N SINKHOLE REPAIR PROJECT ' LOCATION: 625 Rainie r Avenue N DESCRIPTION: The purpose of the Project is to replace a collapsed section of a 24-inch stormwater drainage pipe that is approximately 28 feet below ground surface in a used car parking lot on the west side of Rainier Avenue North. The collapsed section of pipe was discovered by City maintenance crews after a small sinkhole appeared in the parking lot. The pipe was inspected and a hole approximately 1 1/2' x 1' was found in the top of the pipe approximately below the sinkhole location. A 16-inch water main located above the collapsed section of stormwater pipe will need to be protected or temporarily relocated during construction. Relocation will be performed according to ' the Bid Item and City drawings and standards. As part of the Bid the Contractor will propose an excavation method for the stormwater pipe repair ' and a method of protecting and working around, or relocating, the 16-inch water main. ' TIME FOR COMPLETION: The Contractor shall be prepared to start work on the project within five (5) working days after the notice to proceed, and complete the work within ten (10) consecutive working days after starting construction. PAYMENT: Payment will be made per the Schedule of Prices. Payment will be complete compensation for all labor, materials, and equipment needed to complete the work. BIDDING: Sealed bids will be received until 2:30 PM, August 9, 1994 at the City of Renton, 4th Floor Customer Service Counter, Municipal Building, 200 Mill Avenue South, Renton, ' Washington, 98055. The selected low, responsive, responsible bidder will be notified, and a bid tab will be sent to each bidder. ' No bids will be accepted at the above location after the time and date shown above. The City reserves the right to reject any and/or all bids and to waive any and/or all informalities. A 100 percent performance bond will be required of the successful bidder. QUESTIONS: For any questions regarding this bid please contact Daniel Carey at (206) 277-6193, Surface Water Utility, City of Renton Department of Planning/ Building/ Public Works, 200 Mill Avenue South, Renton, WA, 98055. H:ST0RM:94-xxx/DWC//Ju1y 1994 INSTRUCTIONS TO BIDDERS 1. Sealed bids for this proposal will be received by the City of Renton at the location specified, until 2:30 o'clock p.m., on the date specified in the Call for Bids ( There will not be a public bid opening No proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall be submitted on the forms attached hereto. 2. The work to be done is shown on the plans. Quantities are understood to be only approximate. Final payment will be based on field measurement of actual quantities and at the unit price bid. The City reserves the right to add or to eliminate portions of that work as deemed necessary. 3. Plans may be examined and copies obtained at the Public Works Department Office. Bidders shall satisfy themselves as to the local conditions by inspection of the site. 4. The bid price for any item must include the performance of all work necessary for ' completion of that item as described in the specifications. 5. The bid price shall be stated in terms of the units indicated and as to a total amount. In the ' event of errors, the unit price bid will govern. Illegible figures will invalidate the bid. 6. The right is reserved to reject any and/or all bids and to waive informalities if it is deemed advantageous to the City to do so. ' 7. No bid bond will be required. 8. All bids must be self-explanatory. No opportunity will be offered for oral explanation except as the City may request further information on particular points. 9. The bidder shall, upon request, furnish information to the City as to the bidders financial and practical ability to satisfactorily perform the work. 10. Payment for this work will be made in Cash Warrants. I I. The Subcontractor List will not be required(project under$ 100,000). H:ST0RM:94-xxx/DWC//Ju1y 1994 _ -------____________________ ==___ - ____- Q C _ _ ______ ______________ Y� �� O --_-- ---------- --- -- --- S 11 - 2a s< ___ D S 114a ,a � - -------------- ' i a C1� -------77- --------� �� nsa st s n,a st S n4a ____________ ' 115a 115a _--- -- J I,Sa a S 116N S 116a St E 116N Cm Ift 11 8a SI S 12(kh St S I2(kh i � @/ ��§��(�� 1222s, 121si � 111� 57 M 8a Sl ;V <U✓ 1 i-0 ,F2�. st S I21st ®� U I 12Jrd ,I"d Nw 7a Project Location 2, a �a 23M R0 Lam' f �R St F^ 12711-1 Lt2,a Qg 6a st N 6a St. N 6tA R m v s 126th Lg Sl Z At Q" St. !E 5a�di O � � i[s•a a INTO N 4. s< 4 S 132M St a a ._ 9L S,d "th �/ S IJLrd SI S 7 S IJ5a� go AK Qst IJJ© O S 2 w St S Q = 5 140t St -TT T S Jrd St S 3rd PI A SAPs 4�R $AD q ® SE SU d sw 7a st ' St,'Oth St Sy padj 10 s itnlm wage p 4 1 _405��® b 'ti 16a St I� 16a LSIJ SE 16a PI 1 A S. < yi S I7a St G S 18a 33 SF 181h < ti SM 19a St"' 19th i < SM 21't st `^ 211t two SA 23rd St S 23rd St SE r u 40 PROJECT LOCATION s-- Sw 27a St z7N n RAINIER AVENUE SINKHOLE REPAIR I sw '1 D. Carey 7/94 J0a SCALE: 1 Inch : 2000 Feet North 2000 Sta 78+50.09 IQ 86+74.04 Lt 32.0 Retain Exist 4.5 Curb and Conc Sidewalk N 0 1 N 1 A I W � 0 Manhole r 1 l i t I +n IE,28'(aPex.) t I 7R; W —- o Sinkhole Location 4.5 W Pwr Lt 4"C I W — — — - - - - - — C� - - - --- -- - — --- t* — I n 18-3 ` 84 HI - � 82 N 150-36*-59"W I Jr� PC 6 y I 83+76.52 RAINIER AVE NO. I = CI ce I I �-4.5 0 Pwr 1 I I R/W ^ 8I+83 Rt 31.0 -CI n OPwr r Replace With New Cl Type IV � } Or Adj to Grade as Read + m 82+53.5 Rt 30.0-CB m Adj to Grade as Req'd ' NORTH (appx.) Sto T8+50.09 to 86+74.04 RI 32.0 Retain Exist 4.5 Curb and Conc S7dewolk, ExceDr Bgtween 81+52.5 to 824-92.5 Rt 32.0 and 84 ' Cu t, utter and one Construct — New 4.5� Curb, Gutter and Conc Side.+aih R- 2895.38* 50-53'-15 L= 29 . T= 148 I48.89 RENTON MUNICIPI.L AIRPORT C= 29739 PROJECT SITE ' SCALE: 1 Inch =50 Feet(appx.) 100 RAINIER AVENUE SINKHOLE REPAIR 11 D. Carey 7/94 CAUTION -ALL UTILITY LOCATIONS APPROXIMATE Call For Locations Before You Dig - 1-800-424-5555 07177711 3 `�• W C 0 � � = P 5 + o N ro Manhole C'J to IE -28' a x. R / W Conc. Block V x 4' Sinkhole 4°5 a'"G Location / 1WeW G"!✓ Pwr ? C I Power, Tele., Street Lights Private Light Posts Probably Under Sidewalk __ Possible WM For Building ? I Side Sewer 1 82 83 RAINIER AVE. N. PC iNORTH 8 3 + 7 6. (aPPx•) FI_C B PROJECT SITE SCALE: 1 Inch = 20 Feet(appx.) RAINIER AVE. SINKHOLE REPAIR 20 40 ' -1 D. Carey 7/94 ' KOHL EXCAVATING, INC. K 3330 East Valley Road ' Renton, Washington 98055 251-8820 ' xiJ iraC� A-fEi' AIr! i3r KE i�15rR t D — AF=TtiR Sl N 1L F�v�E F A t CLA A. L�U t to 4)� ' WA1"62 C vrJt.JOc.-rlC��l ' Lo rac �e 9" M-1 '(r k't-U pv"1 X L4 X i � S: � VALUG i� .�. YW�Uf� < C.v��tzu� 20 TO 0 LID L-F -- _ — �x I>,-riN(y !�i" V�r,tt��.rr.��►! T� Pik `� ��nP• �s a E3" ►�5. c�ci p L a 8„ rvt q D ° I?t ni D NuR�7�NTJkL 18" MJ- bAtEVAL VE 4x4X � �' roY�„ p1P uo�F 6" D• I P� to�F 43"�w �— 16" M-J- PI-U(-1 — — ,�,xy� �" M. 3, TEE eo t4CL7eJ TO PrcAp MP^� "1(cEP�b0. An1D 4 \ - (OtIIJC 7eD j0 17 A(� MAt; ALL-1HRtAb RvD PIPS 2 ' AND 'LAI (FAX) 251-8039 KOHLE"299PL WBE D2F0700290 SAWCUT EX. PAVEMENT ASPHALT APPLY TACK COAT CONC., CL B 2" Minimum or Match Existing ' EXIST. MATCH EXIST. - ASPHALT GRADE IN PVMT. LANDSCAPE AREAS I TOPSOIL 7Suitable Native Backfill CRUSHED ROCK ��� � per WSDOT 7-04.3 3 1 2" TOP COURSE p ( ) 4" BASE COURSE \, or Bank Run Gravel per WSDOT 9-03.19 <` Compact in 12" Max. Lifts I \ i Z 1 w� o Bedding Material w N Per WSDOT APWA 9-03.12(3) - a a i Compact in 6" Max. Lifts a To 95% Density TRENCH SECTION a Se \ .5� z La 31+� U (n 3 10' C." C-O%.jc_ X D%ra (jl Q- ' ,o itic'A O PLAN VI E \/V �' co 02 T . .S -C L.E. R A I N Iss sTeR �\��� R AV E. N,. NAL CITY OF RENTON = APPLICATION FOR SEWER SERVICE pp �' Date ._ �.._�-.•—•-- ----------._._. 19_�Q.__. '� .. hereby make application for Sewer S •ce for the premises located at 1 0. _��- _..__ on Lot No_ —, Block No. _ Addition or property description: The Sewer is to be used for ---- purposes, and agree to pay the rates now or hereafter in effect for such service and comply with all the rules and regulations as set forth in Ordinance to be adopted regarding the use of such service and the care of plumbing fixtures. Signed t' Size of Pipe_ Kind..__ C• k Sewer laid by ]► Dare 6 �1 6 Sewer turned in I - 1 6x6 TEE F �✓Jr✓•mod ✓SL �`- I pIR po(;k'— a,4dl FLj�urec. Sale- R4,o Sad s I I o� �I N � 1 I I �y I tt I 4: I 1 �I - -- 4" STEEL VJArER r'1PC W -�--- -__ - � TEST TEE � � Ex•6•• JT'u6 ST. -77H • S C. Z Q 3 0 o 5 T \Zp<� r��ss sT. Q t�l v4. Z 3 3 LU w � z W r N Z eo r Q J 00 . y OQ \ n►oo I O ' RAINIER AVENUE A/ o0 USC&GS DATUM Elevation 50.77 B.M. Square on . sidewalk at base of Will Rogers Monument at View Park. EAst side Rainier Avery& 114 r—St. -3-U. Elevation 50.77 -- - , 17 s - � T nv E. � z o G S APLC AVE. N.W. i 4 Is 'TAYLOFZ AVE. Ul (� HARDIE. AVE Nw yd i 1 CITY.ENGINEER'S OFFICE RENTON, 'WASHINGTON _� 92E MUNICIPAL BUILDING, RENTOII _ - WAfMINGTON 1Mi6 . BAWwW &MO V=. Ve 2 MONUMENT TIES SKETCH REFERENCE TIES u%i k _ FIELD BOOK ! PAGE DATE MAD 0'7 I -3 ,-17-7 � o�-f ys�O jdArT � j r \ I 6s� -- -�o Jr,�6TrAt;Px r 8�a, � I— 091'✓C M iM/o�1rs c� I . A 5-33jCga�76 o j a-3 �1 t� I I � j DESCRIBED BY . . . . ... . . . . . . . . . . .. . . . . . . I CITY ENGINEER'S OFFICE RENZ'ON,WASH (c)DZ- MUNICIPALINGTON BUILDING, REMTOM, WASHINGTON fBIs3 ' MONUMENT TIES SKETCH REFERENCE TIES FIELD BOOK .PAGE DATE MADE_ �orr�v✓.o �- '� Soy Gc,d 7 11ClIf j ft ga oF3eG d�rt�y- � j n?QS1'NaP1�dc�:�\, a\. I DESCRIBED BY . . . . . /P. . . . . . . . . . . . . . . . . .-���b�i i 1 BID ITEM DESCRIPTION (a part of the Special Provisions) 1-09.3(1) Basic Bid (New Section) ' This section is an outline of the basic bid which determines the low, responsive, responsible bidder for this project. All work specified or shown in the contract Documents and not specifically listed in the following items is considered incidental to the listed bid items and shall be included in the unit prices. Bid Item 1: Mobilization Payment for mobilization will be made at the lump sum bid price, which payment will be in accordance with 1-09.7 of APWA Standard Specifications(1991). Bid Item 2: Traffic Control ' Payment for Traffic Control will be made at the lump sum price bid, which payment will be considered complete compensation for all labor, equipment and material required for Traffic Control as detailed in Section 1-07.23. The Contractor is required to prepare a traffic control plan for any work in City right-of-way for review and approval by the City. ' Bid Item 3: Construction Surveying and As-Builts The contractor shall be responsible for locating the collapsed stormwater pipe segment and determining the excavation location to affect the repair, the water main relocation, and all existing public and private utilities in the construction area. The Contractor shall provide all survey work needed for the project to establish the lines, slopes, grades, elevations, and locations needed for construction as specified in Supplemental Specifications 1-05.5, 1-05.5(4) and 1-05.5(5). All survey work shall be done under the direct supervision of a surveyor licensed by the State of Washington, and in accordance with the City of Renton Surveying Standards. The Engineer will not provide any survey work. The Contractor shall prepare a one page mylar as-built plan sheet (approx. 11"x 17", scale 1" _ ' 10') showing the recorded location and elevation of all major items of work installed under this contract, and the location and elevation of all existing utilities encountered. The following items shall be included: City Benchmark and Monuments used, Centerline of Rainier Avenue, sidewalk, and surface features in the construction area, ' All private and public utilities in the construction area, The east and west face of the auto sales building# 625, The stormwater manhole in the parking lot, rim elevation, and pipe inverts , The water main relocation and stormwater repair 1 The as-built plans shall be stamped and signed by a licensed surveyor or professional engineer per Special Provisions Section 1-05.5(5). ' H:ST0RM:94-xxx/DWC//Ju1y 1994 Payment for Construction Surveying and As-builts will be made at a lump sum amount bid, which price will be considered complete compensation for all materials, equipment, labor, as-built information, and licensed surveyors seal and signature required to complete this item of work in accordance with the Contract Documents. Bid Item 4: Shorin2 and Excavation for Stormwater Repair ' The Contractor shall place shoring and excavate down to the existing 24" stormwater pipe to inspect and repair it, and backfill and compact the excavation. The Contractor may propose to use steel casing, caissons, sheeting, or other methods that meet the requirements of WISHA Chapter 49.17 RCW. As part of the Bid Submittal the Contractor shall submit a plan drawing and brief narrative showing the area that will be needed for construction and staging, the limits of excavation proposed,the type of shoring proposed for use, the construction time needed, and the method proposed to protect or relocate the 16-inch water main. The Contractor is responsible for locating and protecting all private and public utilities encountered from damage resulting from the work, and for repair of any facilities damaged at the Contractor(s) own expense, per Section 1-07.17 of the Supplemental Specifications. The Contractor will be responsible to design and provide all shoring needed to affect repair of the ' collapsed stormwater pipe, and the Trench Excavation Safety Systems for the water main relocation, and any other excavations needed to complete the project. The Contractor shall provide three sets of plans showing the proposed methods and excavation limits of shoring in accordance with sections 6-01.9 and 6-02.3(16). Working drawings and calculations shall be prepared by (or under the direction of) a Professional Engineer licensed under Title 18 RCW, State of Washington, and shall carry a Professional Engineer's signature and seal. Measurement for payment will be based on the percentage of excavation work complete at the payment cutoff date. ' Payment for shoring and trench excavation safely systems to meet the requirements of WISHA Chapter 49.17 RCW will be made at the monthly percent complete of excavation work times the lump sum price bid, which payment will be complete compensation for all labor, equipment, materials, design, engineering, submittals, sheeting, shoring, dewatering, spoils removal and disposal, etc. required to complete the excavation for the stormwater line repair and water main relocation as required to meet applicable regulations. Payment for this item shall also include compensation for all labor, equipment, materials needed to backfill and compact the excavations to the ground surface including placement of backfill, compaction, compaction testing, etc. Native backfill will be used for backfill, if suitable. Bid Item 5: Furnish and Install 24" Storm Pipe The Contractor shall inspect the collapsed section of 24" stormwater pipe and adjacent sections of pipe. The Contractor shall verify that the type of pipe proposed for replacement will fit correctly with the existing pipe, and has the structural strength needed for the external loads. The Contractor shall replace the collapsed section of pipe and any adjacent sections, as directed by the City. ' H:STORM:94-xxx/DWCHJuly 1994 The Contractor is responsible for maintaining the operational service of the stormwater drainage system at all times per Special Provisions Section 1-07.16(5). 1 Measurement of 24" dia. reinforced concrete storm pipe of the type and class shown will be based on lineal footage measurements horizontally over the centerline of the installed pipe, including the length through all fittings. ' Payment for storm pipe of the type and class shown will be made at the amount bid per linear foot, which payment will be complete compensation for all labor, materials, equipment, clearing and grubbing, excavation, hauling and disposal of trench material and street surfacing, new pipe, installation, bedding, all appurtenances (such as special fittings, bends, connections, manhole connectors, etc.), placement of trench back-fill, compaction, compaction testing, dewatering, water, disposal of excess materials, grading, erosion and sedimentation control, cleaning, and testing, etc. required for complete installation, and to complete the work in accordance with the Contract Documents. The 24" storm drain pipe shall be reinforced concrete, C-76 Class IV, or other as required for the structural loads. Bid Item 6: Protect (A) or Temporarily Relocate(B) 16" Ductile Iron Water Main The Contractor shall either protect or temporarily relocate the 16" water main that is located in the construction area. The 16" water main will need to be kept in active service during the project's construction. If the Contractor chooses to temporarily relocate the water main the bid price shall include disconnecting the 16" water main for the excavation, and reconnecting the 16" water main in it's original location. The Contractor shall submit shop drawings for review and approval by the City for any work needed to relocate and reconnect the water main. As part of the Bid Submittal the Contractor shall submit a plan drawing and brief narrative ' showing how the 16-inch water main will be protected or temporarily relocated during the construction process. The Contractor shall bid on either Protecting ( A ) or Temporarily Relocating(B-1 and 2 )the water main. ' (A) Payment for Protecting the Water Main will be made at the lump sum price bid, which payment will be considered complete compensation for all labor, equipment and material required to protect the water main from damage and keep it active during the construction process. OR (B-1 ) Measurement for temporarily relocating the 16-inch water main will be based on linear footage measurements horizontally over the centerline of the installed pipe, including the length through all fittings. ' Payment for water main pipe of the type and class shown will be made at the amount bid per linear foot, which payment will be complete compensation for all labor, materials, equipment, excavation, ' hauling and disposal of trench material and street surfacing, steel plates, new pipe, installation, bedding, all appurtenances (such as special fittings, bends, valves, thrust blocks, shackles, connections, etc.), placement of trench back-fill, compaction, compaction testing, dewatering, water, disposal of excess materials, grading, erosion and sedimentation control, cleaning, and H:ST0RM:94-xxx/DWC//Ju1y 1994 ' testing, etc. required for complete installation, and to complete the work in accordance with the Contract Documents. All relocated pipe and fittings shall remain inplace after the completion of the construction project and shall become the property of the City, unless otherwise directed by the City. and (B-2 ) Payment for disconnecting and reconnecting the 16" water main will be made at the lump sum price bid, which payment will be considered complete compensation for all labor, materials, ' and equipment needed to install blocks, cut, cap, drain, remove, reconnect, and backfill for the existing 16" water main. The Contractor shall submit shop drawings for review and approval by the City prior to performing any work to disconnect and reconnect the water main. Bid Item 7: Furnish and Install Select Imported Back-fill This item will be used only when material from trench and structural excavations is unsuitable for use as backfill, and the use of select imported backfill is approved by the Engineer. The quantity for this item is included for bid purposes only. The actual quantity used in construction may vary from that amount depending on the quality of excavated material. ' Measurement for placing select imported backfill for trench and structural excavations backfill will be based on actual tonnage weight as determined by measurement from a certified scale, or by the calculation of neat lines based on the maximum trench or excavation width per Section 2-09.4 using a conversion factor of 1.6 tons per cubic yard, whichever is less. Payment for select imported backfill will be made at the unit price bid per ton, which payment will be complete compensation for all labor, materials, equipment, select imported back-fill material, haul, placement, compaction, compaction testing, etc. required to complete this item of work in accordance with the Contract Documents. ' Payment includes all costs for removal, hauling, and disposal of unsuitable material. Imported backfill shall meet the specifications of Standard Specifications Section 9-03.19 ' Bid Item 8: Furnish and Install Asphalt Concrete Pavement(ACP) in the Parking Lot ' This item shall be for repair of the asphalt concrete pavement in the parking lot that is damaged by excavation for the stormwater line repair, water main relocation, and any other associated work in the parking lot. New asphalt concrete pavement shall be at least 2 inches thick, and shall match existing thickness if greater(except for areas where overlays have occurred). Measurement for all asphalt concrete pavement repair shall be in square yards, horizontally over the completed surface of the trench and excavation area. Payment for asphalt concrete pavement repair (crushed surfacing, top course and keystone and ' asphalt cement concrete) will be made at the amount bid per square yard, which payment will be complete compensation for all labor, materials, haul, surface preparation, saw cut, gravel materials including crushed surfacing, top course and key stone, water, compaction, temporary trench patch (placement and removal), asphaltic materials, tack oil, placement, final trench patch, cleanup, H:STORM:94-xxx/DWC//Ju1y 1994 1 pavement striping (to match existing striping), etc. required to complete this item of work in conformance with the Contract Documents. ACP shall meet the specifications of Special Provision Section 5-04. Bid Item 9: Restoration (Complete Protect) 1 Restoration will include any and all work needed to return the parking lot and any areas disturbed by construction to the same condition as before the work occurred. Restoration includes replacing items moved for construction such as light poles, electrical boxes, conduits, wiring, fences, parking 1 curbs, water meters, signs, vegetation, etc. Measurement for Restoration will be made on the completed project restored. Payment for Restoration will be made at the lump sum amount bid, which price will be considered complete compensation for all materials, equipment, labor, salvaging existing and/or providing new imported topsoil, finish grading, treated landscape timber (water stops) with anchors, planting or replanting where applicable to replace landscape shrubs and plants removed, hydroseeding, mulch, fertilizer, excelsior matting, one-year guarantee, restoring existing features and utilities, etc. 1 required to complete this item of work in accordance with the Contract Documents. i 1 1 1 1 1 i H:STORM:94-xxx/DWC//July 1994 1 EXHIBIT "A" CITY OF RENTON SUMMARY OF FAIR PRACTICES POLICY ADOPTED BY RESOLUTION NO. 2340 ' The policy of the City of Renton is to promote and afford equal treatment and service to all citizens and to assure equal employ- ment opportunity to all persons regardless of race; creed; color; ethnicity; national origin; sex; the presence of a non-job-related physical, sensory, or mental handicap; age; or marital status. This policy shall be based on the principles of equal employment ' opportunity and affirmative action guidelines as set forth in federal, state and local laws. All departments of the City of Renton shall adhere to the following guidelines: (1) EMPLOYMENT PRACTICES - All' activities. relating to employ- ment such as recruitment, selection, promotion, termination and training shall be conducted in a non-discriminatory manner. Personnel decisions will be based on individual performance, staffing requirements, and in accordance ' with governing Civil Service Laws and the agreement between the City of Renton and the Washington State Council of County and City Employees. ' (2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of Renton will cooperate fully with all organizations and commissions organized to promote fair practices and equal opportunity in employment. (3) AFFIRMATIVE ACTION PROGRAM The City of Renton Affirmative Action Program will be maintained to facilitate equitable representation within the City workforce and to assure equal employment opportunity to all. It shall be the responsibility and duty of atZ City officials and employees to carry out the. policies., guidelines and corrective measures as set forth by this program. Corrective employment programs may be established by the Mayor on the recommendation of an Affirmative Action Committee for. those departments in which a protected class of employees is under-represented. ' (4) CONTRACTORS' OBLIGATION - Contractors, subcontractors and suppliers conducting business with the City of Renton shall affirm and subscribe to the Fair Practices and Non- Discrimination policies set forth by law and in the ' Affirmative Action Program. Copies of this policy shall be distributed to all City employees, shall appear in all operational documentation of the City, including bid calls, and shall be prominently displayed in appropriate City ' facilities. CONCURRED IN by the City Council of the City of Renton, Washington, ' this 2nd day of June 1980. CITY OF RENTON: RENTON CITY COUNCIL: i Mayor Council President Attest: Issued: July 10, 1972 ' February � z Revised: June2, 198 1976 Gity C�e�k 0. . . . . . . ' CITY OF RENTON SUMMARY OFAMERICANS WITH DISABILITIES ACT POLICY ADOPTED BY RESOL UTION NO. 3007 The policy of the City of Renton is to promote and afford equal treatment and service to all citizens and to assure employment opportunity to persons with disabilities, when the City of Renton can reasonably accommodate the disability. This policy shall be based on the principles of equal employment opportunity, the Americans With Disabilities Act and other applicable guidelines as set forth in federal, state and local laws. All departments of the City ' of Renton shall adhere to the following guidelines: (1) EMPLOYMENT PRACTICES - All activities relating to employment such as ' recruitment, selection, promotion, termination and training shall be conducted in a non- discriminatory manner. Personnel decisions will be based.on individual performance, staffing requirements, and in accordance with the Americans With Disabilities Act and ' other applicable laws and regulations. (2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of ' Renton will cooperate fully with all organizations and commissions organized to promote fair practices and equal opportunity for persons with disabilities in employment and receipt of City services, activities and programs. (3) AMERICANS WITH DISABILITIES ACT POLICY-The City of Renton Americans With Disabilities Act Policy will be maintained to facilitate equitable representation ' within the City work force and to assure equal employment opportunity and equal access to City services, activities and programs to all people with disabilities. It shall be the responsibility and the duty of all City officials and employees to carry out the policies and guidelines as set forth in this policy (4) CONTRACTORS' OBLIGATION - Contractors, subcontractors, consultants and ' suppliers conducting business with the City of Renton shall abide by the requirements of the Americans With Disabilities Act and promote access to services, activities and programs for people with disabilities. ' Copies of this policy shall be distributed to all City employees, shall appear in all operational documentation of the City, including bid calls, and shall be prominently displayed in appropriate City facilities. CONCURRED IN by the City Council of the City of Renton, Washington, ' this 4th day of October 1993. CITY,,OF RENTON RENTON CITY COUNCIL: Mayor Council President ' ,Attest: Clerk CITY OF RENTON Combined Affidavit and Ccrtification form: Non-Collusion,Anti-Trust,and Minimum Wage (Non-Federal Aid) NON-COLLUSION AFFIDAVIT Being duly sworn, deposes and says, that he is the identical person who submitted the foregoing proposal or bid, and that such bid is genuine and not sham or collusive or made in the interest or on behalf of any person not therein named, and further, that the deponent has not directly induced or solicited any other Bidder on the foregoing work or equipment to put in a sham bid, or any other person or corporation to refrain from bidding, and that deponent has not in any manner sought by collusion to secure to himself or to any other person any advantage over other Bidder or Bidders. AND CERTIFICATION RE: ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER Vendor and purchaser recognize that in actual economic practice overcharges resulting from anti-trust violations are in fact usually borne by the purchaser. Therefor, vendor hereby assigns to purchaser any and all claims for such over-charges as to goods and materials purchased in connection with this order or contract, except as to overcharges resulting from anti-trust violations commencing after the date of the bid, quotation, or other event establishing the price under this order or contract. In addition, vendor warrants and represents that such of his suppliers and subcontractors shall assign any and all such claims to purchaser, subject to the aforementioned exception. AND MINIMUM WAGE AFFIDAVIT FORM I, the undersigned, having been duly sworn, deposed, say and certify that in connection with the performance of the work of this project, I will pay each classification of laborer, workman, or mechanic employed in the performance of such work; not less than the prevailing rate of wage or not less than the minimum rate of wages as specified in the principal contract: that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. FOR: NON COLLUSION AFFIDAVIT, ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER AND MINIMUM WAGE AFFIDAVIT u1 Name of Project Name of Bi er's Firm Signature of Authorized Representative of Bidder Subscribed and sworn to before me on this- day of 9 1911 QQ Qbj,�o a 7r,'-U Notary Public in and for the State of Washington Residing at -Kfj i tdrt 9A y L- 91-200/bh it 1 CITY OF RENTON RAINIER AVENUE N SINKHOLE REPAIR PROJECT PROPOSAL TO THE CITY OF RENTON RENTON, WASHINGTON Ladies and/or Gentlemen: The undersigned hereby certify that the bidder has examined the site of the proposed work and have read and thoroughly understand the plans, specifications and contract governing the work embraced in this improvement, and the method by which payment will be made for said work, and hereby propose to undertake and complete the work embraced in this improvement, or as much thereof as can be completed with the money available, in accordance with the said plans, specifications and contract and the following schedule of rates and prices: (Note: Unit prices for all items, all extensions,and total amount of bid should be shown. Show unit prices both in writing and in figures.) I Signature C t/ Address: 2 7� — Cj:jj )c" PC iNames of Members of Partnership: OR Name of President of Corporation1 Name of Secretary of Corporation 6 Corporation Organized under the laws of With Main Office in State of Washington at j2 �,t/t it SCHEDULE OF PRICES RAINIER AVENUE N SINKHOLE REPAIR PROJECT Note:Unit prices for all items,all extensions and total amount of bid must be shown Show unit prices in both words and figures. Where conflict occurs the written or typed words shall prevail. See Section 1-09.3(l)of Special Provisions for Bid Item descriptions. �t ITEM APPROX. ITEM NAME WITH UNIT PRICE UNIT AMOUNT NO. QUANTITY (Unit Prices to be written in words) PRICE (figures) (figures) 1. 1.0 Mobilization Lump Sum $ TWO TNoS /V tAAQ Du� �Afi $ $ ;L,600,`�° 2. 1.0 Traffic Control . 00 Lump Sum $ OA/,k TgOU54W)A-ND 111 40NO1,-0O $ $ Q�w Oo ti�k�. 3. 1.0 Construction Surveying and As-Builts Lump Sum $ GAl6 Ti �o ANU AAVD OuHr HMPIL D pcL�t�� 4. 1.0 Shoring and Excavation for Stormwater Repair Lump Sum $, 'LI tii ,ti a�a.�___n.� /Wo /--/V $ $ /S, 6-0 0, 11 14 UNr,)2r_-0 DUB-L-A�LS 5. 9 Furnish and Install 24" Storm Pipe o 0Linear Feet $ T W o tf ti 1VDiX-&0 00 11-A-2 $ 2 g D o 6. Protect( A)or Relocate(B) 16-inch Ductile Iron Water Main (Bid on either A, or B-1 and B-2) (A) 1.0 Protect 16"Water Main Lump Sum $ $ $ OR OR (B-1) 60 Temporarily Relocate 16-inch Water Main Linear Feet $ /tllNC% LtiZ Qyi-tA)e $ Vol, " $ 5q00, L> AND AND (B-2 ) 1.0 Disconnect and Reconnect 16-inch Water Main Lump Sum $ J�ti,, "5-1otssn-N,� Pol-t/k/-6 $ $ 7. 80 Select Import Backfill Tons $ -fWEnI rV t''I 41& Q 6 1 Z-A�� $ Z5. $ -ZP°o%r 8. 70 Asphalt Concrete Pavement in Parking Lot Sq. Yd. $ )r/FTEEW vt-t ArS $ lS�°v $ 1050. 0, ' ITEM APPROX. ITEM NAME WITH UNIT PRICE UNIT AMOUNT NO. QUANTITY (Unit Pfi�to be written in wads) PRICE (fisur-) (fig--) � 9. 1.0 Restoration a o I Lump Sum $ TWO T8045AIVP PL)"L} Subtotal 3 6, 7 S Ur)v 8.2% Sales Tax 3 0 / 3 ,5 ' Total 3 7,7 63,5 U H:STOP-M:93470/DWC/bh:ps/OcL 1993 CONSTRUCTION PROPOSAL Attach Narrative and Drawing for Bid Items 4 and 6 Plan Drawing, Construction and Staging Area Limit of Excavation Shoring g g � , S o g System Proposed, Construction Time, Protect or Relocate Water Main ( show relocation route, if proposed ), other appropriate information UAy I M001 RC -I.�C- WAr&R rnki va RE Movu A5pH,,kLr 1ZA�tno VtF P R I V A-ri-rl L 16r H r 5r"b AP-P G►O 0 o DIY 2 S T !_X.CA-VAT10 S CON tAP 17�y 3 R EPl�1 R Zy " STUR►`n Lt�iE aA f3A-C c F 1 Lt-. Fe CONNECT vUArE1�LiNE D°,V _5 1?-tr sT pin o N - C U-SAN u' A Nfio eu►LD ►ry u AN b 19 Li PR Exc-A\JA vtr V\10 9.9-ARIZAE X x x k k PMF � TREacN k X (6 VlikTp2UNL� ARE& k FVUta SVDEKLALK � PR►VA'rf� �I�H r SfJ�N Dpp-0 H:STORM:93-470/DWC/bh:ps/OcL 1993 Page 1 i FOR BIDDERS USE 1 w c < CD P 1 + o cv r co R / W 1 4.5 1 Pwr 11 W CI 1 � 1 82 183 i RAINIER AVE. N. PC ' No . 83 + T6 = CB 6 �---Y Bond No. 5794700 BOND TO THE CITY OF RENTON KNOW ALL MEN BY THESE PRESENTS: tThat we, the undersigned KOHL EXCAVATING, INC. ' as principal, and SAFECO INSURANCE COMPANY OF AMERICA corporation organized and existing under the laws of the State of WASH I NGTON as a surety corporation, and qualified ' under the laws of the State of Washington to become surety upon bonds of contractors with municipal corporations, as surety are jointly and severally held and firmly bound to the City of Renton in the penal sum of $ 3 9,7 6 3.5 0 for the payment of which sum on demand we bind ' ourselves and our successors, heirs, administrators or person representatives, as the case may be. This obligation is entered into in pursuance of the statutes of the State of Washington, the Ordinance of the City of Renton. Dated at , Washington, this day of , ' Nevertheless, the conditions of the above obligation are such that: WHEREAS, under and pursuant to Public Works Construction Contract CAG- providing ' for construction of RAINIER AVENUE NO. SINKHOLE REPAIR PROJECT (project name) the principal is required to furnish a bond for the faithful performance of the contract; and WHEREAS, the principal has accepted, or is about to accept, the contract, and undertake to perform the work therein provided for in the manner and within the time set forth; NOW, THEREFORE,.if the principal 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, and all persons who shall supply said principal or subcontractors with provisions and supplies for the carrying on of said work, and shall hold said City of Renton harmless from any loss or damage occasioned to any person or property by reason of any carelessness or negligence on the part of said principal, or any subcontractor in the performance of said work, and shall indemnify and hold the City of Renton harmless from any damage or expense by reason of failure of performance as specified in the contract or from defects appearing or developing in the material or workmanship ' provided or performed under the contract within a period of one year after its acceptance thereof by the City of Renton, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. ' KOHL EXCAVATING, INC. SAFECO INSURANCE COMPANY OF AMERICA plc• al Surety Signature Signature Mary A. Dobbs Attorney-in-Fact Title Title ' H/forms/contracts/BOND.DOC/MAB/bh Approved by Larry Warren 2/14/92 awe POWER SAFECO INSURANCE COMPANY OF AMERICA GENERAL INSURANCE COMPANY OF AMERICA OF ATTORNEY HOME OFFICE_ SAFECO PLAZA SEATTLE,WASHINGTON 98185 No. 1045 t KNOW ALL BY THESE PRESENTS: That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a Washington tcorporation, does each hereby appoint MARY A. DOBBS; STEVEN W. PALMER; GERALDINE C. STEWART; MARK S. RICHARDSON, Seattle, Washington ' its true and lawful attorney(s)-in-fact. with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character issued in the course of its business, and to bind the respective company thereby. tIN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these presents this 4 t h day of January 19 93 1 -- Ir_� CERTIFICATE ' Extract from the By-Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: "Article V. Section 13. - FIDELITY AND SURETY BONDS . . . the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations. shall each have authority to appoint individuals as attorneys-in-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business . . . On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970. ' On any certificate executed by the Secretary or an assistant secretary of the Company setting out. (i) The provisions of Article V. Section 13 of the By-Laws. and (ii) A copy of the power-of-attorney appointment, executed pursuant thereto, and (iii) Certifying that said power-of-attorney appointment is in full force and effect. ' the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." I. R. A. Pierson, Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By-Laws and of a Resolution of the Board of Directors of these corporations. and ' of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By-Laws, the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation this day of 19 C3#P¢ ,�� PACE C04f,,4 CORPORATE nl `y / -0f x S-974/EP 1/93 \tW A$4', / `, �I yyash�^a Registered trademark of SAFECO Corporation. i CONTRACTS OTHER THAN FEDERAL-AID FHWA SEP� THIS AGREEMENT, made and entered into this '7,iX day of Est 1994 by and between THE CITY OF RENTON, Washington, a municipal corporation of the State of Washington, hereinafter referred to as "CITY" and KOHL EXCAVATING, INC hereinafter referred to as "CONTRACTOR." WITNESSETH: 1) The Contractor shall within the time stipulated, (to-wit: within 14 working days from date of commencement hereof as required by the Contract, of which this agreement is a component part) perform all the work and services required to be performed, and provide and furnish all of the labor, materials, appliances, machines, tools, equipment, utility and transportation services necessary to perform the Contract, and shall complete the construction and installation work in a workmanlike manner, in connection with the City's Project (identified as No.CAG for improvement by construction and installation of: Rainier Avenue N. Sinkhole Repair Project. All the foregoing shall be timely performed, furnished, constructed, installed and completed in strict conformity with the plans and specifications, including any and all addenda issued by the City and all other documents hereinafter enumerated, and in full compliance with all applicable codes, ordinances and regulations of the City of Renton and any other governmental authority having jurisdiction thereover. It is further agreed and stipulated that all of said labor, materials, appliances, machines, tools, equipment and services shall be furnished and the construction installation performed and completed to the satisfaction and the approval of the City's Public Works Director as being in such conformity with the plans, specifications and all requirements of or arising under the Contract. 2) The aforesaid Contract, entered into by the acceptance of the Contractor's bid and signing of this agreement, consists of the following documents, all of which are component parts of said Contract and as fully a part thereof as if herein set out in full, and if not attached, as if hereto attached. a) This Agreement b) Instruction to Bidders c) Bid Proposal d) Specifications e) Maps and Plans f) Bid g) Advertisement for Bids h) Special Provisions, if any i) Technical Specifications, if any H:STORM:94-335/DWC/bh 3) If the Contractor refuses or fails to prosecute the work or any part thereof, with such diligence as will insure its completion within the time specified in this Contract, or any extension in ' writing thereof, or fails to complete said work with such time, or if the Contractor shall be adjudged a bankrupt, or if he should make a general assignment for the benefit of the Contractor(s) creditors, or if a receiver shall be appointed on account of the Contractor's ' insolvency, or if he or any of the Contractor(s) subcontractors should violate any of the provisions of this Contract, the City may then serve written notice upon him and the Contractor(s) surety of its intention to terminate the Contract, and unless within ten (10) days ' after the serving of such notice, such violation or non-compliance of any provision of the Contract shall cease and satisfactory arrangement for the correction thereof be made, this Contract, shall, upon the expiration of said ten (10) day period, cease and terminate in every ' respect. In the event of any such termination, the City shall immediately serve written notice thereof upon the surety and the Contractor and the surety shall have the right to take over and perform the Contract, provided, however, that if the surety within fifteen (15) days after the ' serving upon it of such notice of termination does not perform the Contract or does not commence performance thereof within thirty (30) days from the date of serving such notice, the City itself may take over the work under the Contract and prosecute the same to completion by Contract or by any other method it may deem advisable, for the account and at the expense of the Contractor, and the Contractor(s) surety shall be liable to the City for any excess cost or other damages occasioned the City thereby. In such event, the City, if it so ' elects, may, without liability for so doing, take possession of and utilize in completing said Contract such materials, machinery, appliances, equipment, plants and other properties belonging to the Contractor as may be on site of the project and useful therein. ' 4) The foregoing provisions are in addition to and not in limitation of any other rights or remedies available to the City. ' 5) Contractor agrees and covenants to hold and save the City, its officers, agents, representatives and employees harmless and to promptly indemnify same from and against any and all claims, actions, damages, liability of every type and nature including all costs and legal expenses ' incurred by reason of any work arising under or in connection with the Contract to be performed hereunder, including loss of life, personal injury and/or damage to property arising from or out of any occurrence, omission or activity upon, on or about the premises worked ' upon or in any way relating to this Contract. This hold harmless and indemnification provision shall likewise apply for or on account of any patented or unpatented invention, process, article or appliance manufactured for use in the performance of the Contract, ' including its use by the City, unless otherwise specifically provided for in this Contract. In the event the City shall, without fault on its part, be made a party to any litigation ' commenced by or against Contractor, then Contractor shall proceed and hold the City harmless and he shall pay all costs, expenses and reasonable attorney's fees incurred or paid by the City in connection with such litigation. Futhermore, Contractor agrees to pay all costs, ' expenses and reasonable attorney's fees that may be incurred or paid by City in the enforcement of any of the covenants, provisions and agreements hereunder. ' Nothing herein shall require the Contractor to indemnify the City against and hold harmless the City, from claims, demands or suits based solely upon the conduct of the City, its officers or employees and provided further that if claims or suits are caused by or result from the ' concurrent negligence of(a) the Contractor's agents or employees and (b) the City, its agents, officers and employees, and involves those actions covered by RCW 4.24.115, this indemnity provision with respect to claims or suits based upon such concurrent negligence shall be valid ' H:STORM:94-335/DWC/bh 1 and enforceable only to the extent of the Contractor's negligence or the negligence of the Contractor's agents or employees. ' 6) Any notice from one party to the other party under the Contract shall be in writing and shall be dated and signed by the party giving such notice or by its duly authorized representative of ' such party. Any such notice as heretofore specified shall be given by personal delivery thereof or by depositing same in the United States mail, postage prepaid, certified or registered mail. ' 7) The Contractor shall commence performance of the Contract no later than -5 calendar days after Contract final execution, and shall complete the full performance of the Contract not later than 11 working days from the date of commencement. For each and every working ' day of delay after the established day of completion, it is hereby stipulated and agreed that the damages to the City occasioned by said delay will be the sum of per Section 1-08.9 of Standard Specifications as liquidated damages (and not as a penalty) for each such day, which ' shall be paid by the Contractor to the City. 8) Neither the final certificate of payment not any provision in the Contract nor partial or entire use of any installation provided for by this Contract shall relieve the Contractor of liability in respect to any warranties or responsibility for faulty materials or workmanship. The Contractor shall be under the duty to remedy any defects in the work and pay for any damage ' to other work resulting therefrom which shall appear within the period of one (1) year from the date of final acceptance of the work, unless a longer period is specified. The City will give notice of observed defects as heretofore specified with reasonable promptness after discovery thereof, and Contractor shall be obligated to take immediate steps to correct and remedy any such defect, fault or breach at the sole cost and expense of Contractor. ' 9) The Contractor and each subcontractor, if any, shall submit to the City such schedules of quantities and costs, progress schedules, payrolls, reports, estimates, records and miscellaneous data pertaining to the Contract as may be requested by the City from time to time. 10) The Contractor shall furnish a surety bond or bonds as security for the faithful performance of ' the Contract, including the payment of all persons and firms performing labor on the construction project under this Contract or furnishing materials in connection with this Contract; said bond to be in the full amount of the Contract price as specified in Paragraph 11. ' The surety or sureties on such bond or bonds must be duly licensed as a surety in the State of Washington. ' H:STORM:94-335/DWC/bh 11) The Contractor shall verify, when submitting first payment invoice and annually. thereafter, possession of a current City of Renton business license while conducting work for the City. The Contractor shall require, and provide verification upon request, that all subcontractors participating in a City project possess a. current City of Renton business license. The Contractor shall provide, and obtain City approval of, a traffic control plan prior to conducting work in City right-of-way. 12) The total amount of this contract is the sum of $39,763.50 numbers Thirty nine thousand seven hundred sixty three dollars and 50 cents written words which includes Washington State Sales Tax. Payments will be made to Contractor as specified in the "Special Provisions" of this Contract. IN WITNESS WHEREOF, the City has caused these presents to be signed by its Mayor and attested by its City Clerk and the Contractor has hereunto set his hand and seal the day and year first above- written. CONTRACTOR TY OF RENTON C resident+aFt F/GPw ner 'Mayor T Secretary City Clerk dba KOHL EXCAVATING, INC. Firm Name check one ❑ Individual ❑ Partnership © Corporation Incorporated in Washington Attention: If business is a CORPORATION, name of the corporation should be listed in full and both President and Secretary must sign the contract, OR if one signature is permitted by corporation by-laws, a copy of the by-laws shall be furnished to the City and made a part of the contract document. If business is a PARTNERSHIP, full name of each partner should be listed followed by d/b/a (doing business as) and firm or trade name; any one partner may sign the contract. If business is an INDIVIDUAL PROPRIETORSHIP, the name of the owner should appear followed by d/b/a and name of the company. H:ST0RM:94-335/DWC/bh 1 ATTACHMENT A ' CITY OF RENTON INSURANCE INFORMATION - SAMPLE 1 1 1 1 1 1 1 H:STORM:91 470/DW / ps/Oct 1991 ................... . A T T�}r. (/��n1 # '� ■'#.r - �lM: R--1�A1�> � DATE(MM/DD/YY) GSR xF.. ............ .... KUHLX :1... .. 0 8/2 5/9 4 .... PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Hurley, Atkins & Stewart, Inc. HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 1800 Ninth Avenue, Suite 1500 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Seattle WA 98101 COMPANIES AFFORDING COVERAGE Norma Freier COMPANY A North Pacific Insurance Co INSURED COMPANY B COMPANY Kohl Excavating Inc C 3330 E Valley Rd COMPANY Renton WA 98055 D G0�YERAf�S - ............... »::>::>::>:::<:>::>::>::>::»::>::»::>: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED,NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WfTH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS LTR DATE(MM/DD/YY) DATE(MM/DD/YY) GENERAL LIABILITY GENERAL AGGREGATE S 2000000 A X COMMERCIAL GENERAL LIABILITY CO2123540 04/01/94 04/01/95 PRODUCTS-COMP/OPAGG $ 1000000 CLAIMS MADE Fx_1 OCCUR PERSONAL&ADV INJURY $ 1000000 X OWNER'S&CONTRACTOR'S PROT EACH OCCURRENCE $ 1000000 X WA STOP GAP FIRE DAMAGE(Any one fire) $ 5 0 0 0 0 MED EXP(Any one person) 5 5000 AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1000000 A X ANY AUTO CO2123540 04/01/94 04/01/95 ALL OWNED AUTOS BODILY INJURY SCHEDULED AUTOS (Per person) $ X HIRED AUTOS BODILY INJURY S X NON-OWNED AUTOS (Per accident) PROPERTY DAMAGE S GARAGE LIABILITY AUTO ONLY-EA ACCIDENT S ANY AUTO OTHER THAN AUTO ONLY: EACH ACCIDENT $ AGGREGATE $ EXCESS LIABILITY EACH OCCURRENCE $ 1000000 A X UMBRELLA FORM ECL4766 04/01/94 04/01/95 AGGREGATE $ 1000000 OTHER THAN UMBRELLA FORM $ WORKERS COMPENSATION AND STATUTORY LIMITS EMPLOYERS'LIABILITY EACH ACCIDENT $ THE PROPRIETOR/ INCL DISEASE-POLICY LIMIT $ PARTNERS/EXECUTIVE OFFICERS ARE: EXCL DISEASE-EACH EMPLOYEE $ OTHER DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS RE: RAINIER AVENUE NORTH SINKHOLE REPAIR PROJECT THE CERTIFICATE HOLDER SHALL BE NAMED ADDITIONAL INSURED BUT ONLY AS RESPECT THEIR INTEREST IN THE NAMED INSURED'S OPERATIONS ON THE ABOVE PROJECT. PER CG2010 ATTACHED. CER71FtCATE HOLDER CANCELLATION RENCI-1 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,THE ISSUING COMPANY WILL MAIL City Of Renton 45 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, ' Dept of Planning/Building/ p � k� LKgt( kkk7l^R9�fE'9CIR9CT�PR'@��QX Public Works 200 Mill Ave. S. Renton WA 98055 AUTHORIZED reHORIZED REPRESENTAT E Norma Fier 11 ACORD'25 5 {3/931ACORD CORPORATION 1993 POLICY NUMBER: CO2123540 COMMERCIAL GENERAL LIABILITY ' THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED -- OWNERS, LESSEES OR CONTRACTORS (FORM B) ' This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART. ' SCHEDULE Name of Person or Organization: CITY OF RENTON PLANNING/BUILDING/PUBLIC WORKS DEPARTMENT 200 MILL AVENUE SOUTH RENTON, WA 98055 Re: RAINIER AVENUE NORTH SINKHOLE REPAIR PROJECT (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of your ongoing operations performed for that insured. ' Ed:1093 CITY OF RENTON INSURANCE INFORMATION Date: Producer: Insurance Carrier: Insured: ::::::::::::::::.......................:':::: ,.. . . .. ....................... .....•.......................................... r ..................... r .r............... :.,... ....:.......................................... .................... ' COVERAGE TYPE Policy POLICY DATES POLICY LIMITS POLICY TYPE Claims Made Occurence Number Effective Expiration General Liability: Retention ' General Aggregate Products-Comp/Op Agg Personal&Adv injury $1 Million Each Occurence Fire Damage(Any One) Medical(Any 1 person) Professional Liability: Retention $1 Million Each Claim Aggregate ' Excess Liability: Retention Each Occurrene Aggregate ' Auto Liability: Retention Combined Limit $1 Million Bodily Injury(Per Person) ' Bodily Injury(Per Accident) Other Required Coverage: Retention Each Occurrence :::::. :::::•::::::::::•:::::. :•:::::. :::•:. ::::::::::::::::::::::::::•. ::::•::::::::::::::::::::::::...::::::....................... ................Aggregate....... •: PLEASE DESCRIBE ANY QUALIFICATIONS ON ANY OF THE COVERAGES LISTED ABOVE,ALONG WITH A FULL DISCUSSION OF ANY TAIL COVERAGES ASSOCIATED WrM CLAIMS MADE POLICIES. ...............................::::::::::.�::::. ::•::::::. ::::. ::::::::..,.......::................:::•::::::.�r.�::::.�:::::::::.�......................::. :::. . ::::::. ::. :::::•::.......................................,.......... ' CONTRACT AWARD INSTRUCTIONS: If your firm is selected to perform the work described in this contract,policy declarations pages will need to be forwarded to the Renton City Clerk's Office no later than ten days after the bid award. uestions about insurance re uirements ma be directed to the Finance De artment at 235-2558. ....................................................................::::::::•::•:::• ....::::::.�:•::.�::::: •r::•:.�::.. ............... ...... ...... .. ........ ..................................................................................... ..rl............r...............rr.....:....r......................:....................................................... ' CONTRACT DESCRIPTION: COMPANY REPRESENTATIVE: The required limits for this policy are $1.0 million for each type of '"'%'''%'•''.''' PHONE NUMBER: coverage. ' h:forms/contract/92-273.DOC/bh � PREVAILING MINIMUM � HOURLY WAGE RATES 1 1 1 1 1 1 1 1 1 STArg o 1 dj. Q aye 1899 a�Y 1 STATE OF WASHINGTON DEPARTMENT OF LABOR AND INDUSTRIES 1 ESAC DIVISION - TELEPHONE (206) 956-5335 PO BOX 44540, OLYMPIA, WASHINGTON 98504-4540 1 February 25, 1994 1 TO: Public Agencies and other Interested Parties MAR 1 1994 FROM: Jim Christensen, Industrial Statistician C'�Y CF hENTON 1 SUBJECT: Prevailing Engirleering Dept. Wage revisions effective March 3 1994 1 Listed below are revised prevailing wage rates for Cement Masons . The effective date for these revisions is March 3, 1994 . For projects bid on or after that date, bid specifications and construction contracts will 1 need to reflect the revised wage rates, rather than the ones in the publication, also dated March 3 , 1994, which was mailed to you earlier this month. 1 CHANGE HOURLY WAGE AND FRINGE BENEFITS FOR CEMENT MASONS: 1 COUNTIES COVERED: CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC, PIERCE, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM 1 HOURLY HOURLY OVER WAGE FRINGE TIME HOLIDAY RATE BENEFITS CODE CODE 1 �Y CEMENT MASONS CEMENT MASON 21.16 5.80 10 5D PATCHING AND PAVING 21.16 5.80 10 5D CUR 1 NG 21.16 5.80 "0 5D 1 CURB AND GUTTER 21.16 5.80 10 5D SIDEWALKS 21.16 5.80 10 5D SEALING COMPOUND 21.16 5.80 10 5D UNDERLAYMENT 21.41 5.80 10 5D MASTIC, EPDXY, PLASTIC 21.41 5.80 10 5D 1 CONCRETE SAW 21.41 5.80 10 5D POWER TOOLS AND GRINDERS 21.41 5.80 10 SD SANDBLASTING 21.41 5.80 10 5D FINISH COLORED CONCRETE 21.41 5.80 10 5D ' GUNITE NOZZLE PERSON 21.41 5.80 10 5D TUNNEL WORKERS 21.41 5.80 10 5D TROWEL MACHINE ON COLORED 22.66 5.80 10 5D SLABS, COMPOSITION OR KALMAN FLOORS i 1 sure o � a o � Is 02 Oy a ' STATE OF WASHINGTON DEPARTMENT OF LABOR AND INDUSTRIES ESAC DIVISION - TELEPHONE (206) 956-5335 ' PO BOX 44540, OLYMPIA, WASHINGTON 98504-4540 WASHINGTON STATE PREVAILING WAGE RATES KING COUNTY ' EFFECTIVE 03-03-94 * * * * * * * * * * * * * * * * * * * * * * * * * * * (SEE BENEFIT CODE KEY) HOURLY HOURLY OVER WAGE FRINGE TIME HOLIDAY NOTE ' CLASSIFICATION RATE BENEFITS CODE CODE CODE ** ASBESTOS ABATEMENT, CERTIFIED Certified Asbestos Abatement Worker 18.39 4.15 1M 5D ** AUTOMOTIVE EQUIPMENT MECHANICS Sandblaster 11.20 2.19 1B 6B 8F Journey Level Mechanic 14.00 2.19 16 6B BF ' ** BOILERMAKERS Boilermaker 22.37 8.14 1R 5N ** BRICKLAYERS AND MARBLE MASONS ' All Classifications 21.79 4.71 1N 5A ** BUILDING SERVICE EMPLOYEES JANITOR 8.75 1.08 2F 5Q TRAVELING WAXER/SHAMPOOER 9.15 1.09 2F 50 WINDOW CLEANER 12.70 1.33 1 5S ** CABINET MAKERS Cabinet Maker - In Shop 11.71 0.00 1 ' ** CARPENTERS Carpenter 21.04 5.00 1M 5D Drywall Applicator 21.04 5.00 1M 5D ' Creosoted Material 21.14 5.00 1M 5D Floor Finisher 21.17 5.00 1M 5D Floor Layer 21.17 5.00 1M 5D Floor Sander 21.17 5.00 1M 5D Sawfiler 21.17 5.00 1M 5D ' Shingler 21.17 5.00 1M 5D Accoustical Worker 21.20 5.00 1M 5D Piledriver 21.24 5.00 1M 5D Stationary Woodworking Tools 21.17 5.00 1M 5D ' Millwright 22.04 5.00 1M 5D ** CEMENT MASONS CEMENT MASON 21.56 6.60 10 5D PATCHING AND PAVING 21.56 6.60 10 5D t CURING 21.56 6.60 10 5D CURB AND GUTTER 21.56 6.60 10 5D SIDEWALKS 21.56 6.60 10 5D SEALING COMPOUND 21.56 6.60 10 5D ' UNDERLAYMENT 21.81 6.60 10 5D MASTIC, EPDXY, PLASTIC 21.81 6.60 10 5D CONCRETE SAW 21.81 6.60 10 5D POWER TOOLS AND GRINDERS 21.81 6.60 10 5D SANDBLASTING 21.81 6.60 10 5D t FINISH COLORED CONCRETE 21.81 6.60 10 5D GUNITE NOZZLE PERSON 21.81 6.60 10 5D TUNNEL WORKERS 21.81 6.60 10 5D TROWEL MACHINE ON COLORED 23.06 6.60 10 5D ' SLABS, COMPOSITION OR KALMAN FLOORS WASHINGTON STATE PREVAILING WAGE RATES - EFFECTIVE 03-03-94 2 'KING COUNTY (SEE BENEFIT CODE KEY) HOURLY HOURLY OVER WAGE FRINGE TIME HOLIDAY NOTI CLASSIFICATION RATE BENEFITS CODE CODE CODE ** DIVERS AND TENDERS DIVER 52.04 5.00 1M 5D 86 , DIVER TENDER 23.15 5.00 1M 5D In addition to the hourly wage and fringe benefits, the following depth premiums apply to depths of fifty feet or more , Over 50' to 100' - $1.00 per foot for each foot over 50 feet Over 100' to 175' - $2.25 per foot for each foot over 100 feet Over 175' to 250' - $5.50 per foot for each foot over 175 feet Over 250' - Divers may name their own price, provided it is no less ' than the scale Listed for 250 feet ** DREDGE WORKERS - ASSISTANT ENGINEER 21.01 5.51 1B 5I ' OILER 20.67 5.51 1B 5I LEVERMAN 21.43 5.51 1B 51 MATES 21.01 5.51 1B 5I BOATMEN 21.01 5.51 16 51 ' ASSISTANT MATE (DECKHAND) 20.67 5.51 16 5I ENGINEER WELDER 21.06 5.51 16 51 CRANEMAN 21.06 5.51 16 5I MAINTENANCE 20.57 5.51 18 5I ** DRYWALL FINISHERS ' Journey Level 21.52 4.21 1 ** ELECTRICAL FIXTURE MAINTENANCE WORKERS Journey Level 8.00 1.37 1J 5A ** ELECTRICIANS JOURNEY LEVEL 23.11 7.04 1J 6H CABLE SPLICER 25.42 7.11 1J 6H ' CONSTRUCTION STOCK PERSON 12.57 4.42 1J 6H ** ELECTRICIANS - MOTOR SHOP Craftsperson 13.95 1.42 2A 6C ' Journey Level 13.29 1.40 2A 6C ** ELECTRICIANS - POWERLINE CONSTRUCTION Journey Level Line Electrician 22.34 5.53 4A 5A 8E ' Cable Splicer 24.73 5.61 4A 5A 8E Certified Line Electrician Welder 22.34 5.53 4A 5A 8E Pole Sprayer 22.34 5.53 4A 5A 8E Heavy Line Equipment Worker 22.34 5.53 4A 5A 8E Equipment Worker 19.27 4.43 4A 5A 8E ' Head Grounds Person 16.86 4.34 4A 5A 8E Powder Person 16.86 4.34 4A 5A 8E Jackhammer Operator 16.86 4.34 4A 5A 8E Grounds Person 15.85 4.31 4A 5A 8E ' ** ELECTRONIC TECHNICIANS AND TELECOMMUNICATION TECHNICIANS Journey Level 12.07 0.00 1 ** ELEVATOR CONSTRUCTORS ' Mechanic in Charge 26.66 7.72 4A 60 Mechanic 23.70 7.54 4A 60 Constructor 16.59 7.12 4A 60 Probationary Constructor 11.85 0.00 4A 60 ' t 1 WASHINGTON STATE PREVAILING WAGE RATES - EFFECTIVE 03-03-94 3 ' KING COUNTY (SEE BENEFIT CODE KEY) HOURLY HOURLY OVER ' WAGE FRINGE TIME HOLIDAY NOTE CLASSIFICATION RATE BENEFITS CODE CODE CODE **FABRICATED PRECAST CONCRETE PRODUCTS ' ARCHITECTURAL AND PRESTRESSED CONCRETE ALL CLASSIFICATIONS 8.65 1.24 1 ' ALL OTHER CONCRETE PRODUCTS MAINTENANCE 13.95 3.00 1 OPERATOR 13.45 3.00 1 GUNITE 13.45 3.00 1 REBAR 13.45 3.00 1 ' FABRICATOR 13.45 3.00 1 WET POUR 13.20 3.00 1 YARD PATCH 13.20 3.00 1 WELDER - 13.20 3.00 _ 1 CLEAN UP 13.20 3.00 1 ' ** FENCE ERECTORS AND FENCE LABORERS Fence Erector 13.80 0.00 1 Fence Laborer 11.60 0.00 1 t ** FLAGGERS Journey Level 13.71 4.15 1M 5D ** GLAZIERS Journey Level 21.82 3.79 -2E 5G ** GREENHOUSE ERECTORS Greenhouse Erector 8.00 0.00 1 ** HEAT AND FROST INSULATORS (ASBESTOS WORKERS) MECHANIC 24.09 4.91 4A 6R ** HEATING EQUIPMENT MECHANICS Journey Level 16.04 2.41 11 5A ** INDUSTRIAL ENGINE MECHANICS ' Industrial Engine Mech, 12.86 2.79 1 ** INDUSTRIAL VACUUM POWER CLEANER Journey-level 7.90 1.17 1 ' ** INLAND BOATMEN Operator 17.59 2.96 1K 5D Engineer-Deckhand 16.81 2.96 1K 5D Deckhand 15.19 2.96 1K 5D ' ** INSPECTION, CLEANING, SEALING OF SEWER AND WATER SYSTEMS Technician 6.25 0.00 1 Cleaner Operator, Foamer Operator 8.25 1.48 1 TV Truck Operator 8.75 1.78 1 Grout Truck Operator 9.50 1.98 1 Head Operator 10.50 2.28 1 ** INSULATION APPLICATORS ' Journey Level 16.58 0.00 1 ** IRONWORKERS JOURNEY LEVEL 20.25 8.17 16 5A ' ** LABORERS Asphalt Raker 18.87 4.15 1M 5D Ballast Regulator Machine 18.39 4.15 1M 5D Batch Weighman 13.71 4.15 1M 5D ' Cassion Worker 19.23 4.15 1M 5D Carpenter Tender 18.39 4.15 1M 5D Cement Dumper/Paving 18.87 4.15 1M 5D Cement Finisher Tender 18.39 4.15 1M 5D WASHINGTON STATE PREVAILING WAGE RATES - EFFECTIVE 03-03-94 4 'KING COUNTY (SEE BENEFIT CODE KEY) HOURLY HOURLY OVER WAGE FRINGE TIME HOLIDAY NO CLASSIFICATION RATE BENEFITS CODE CODE COD Chipping Gun 18.39 4.15 1M 5D , Chuck Tender 18.39 4.15 1M 5D Clean-up Laborer 18.39 4.15 1M 5D Concrete Form Stripper 18.39 4.15 1M 5D Concrete Saw Operator 18.87 4.15 1M 5D Crusher Feeder 13.71 4.15 1M 5D t Curing Concrete 18.39 4.15 1M 5D Demolition - Wrecking and Moving 18.39 4.15 1M 5D (including charred materials) Diver 19.23 4.15 1M 5D , Drill Operator (Hydraulic, Diamond, Air Trac) 18.87 4.15 1M 5D Epoxy Technician 18.39 4.15 1M 5D Faller/Bucker-Chain Saw 18.87 4.15 1M 5D Final Detail Cleanup 11.39 4.15 _ 1M 5D Gabion Basket Builder 18.39 4.15 1M 5D , General Laborer 18.39 4.15 1M 5D Grade Checker and Transit Man 18.87 4.15 1M 5D Grinders 18.39 4.15 1M 5D Hazardous Waste Worker Level A 19.23 4.15 1M 5D ' Hazardous Waste Worker Level B 18.87 4.15 1M 5D Hazardous Waste Worker Levels C and D 18.39 4.15 1M 5D High Scaler 18.87 4.15 1M 5D Hod Carrier/Mortarman 18.87 4.15 1M 5D Jackhammer 18.87 4.15 1M 5D Miner 19.23 4.15 1M 5D Nozzleman - Concrete Pump, Green Cutter when 18.87 4.15 1M 5D using high pressure air and water on concrete and rock, sandblast, Gunite, Shotcrete, Water Blaster , Pavement Breaker 18.87 4.15 1M 5D Pilot Car 13.71 4.15 1M 5D Pipe Reliner (not insert type) 18.87 4.15 1M 5D Pipelayer and Caulker 18.87 4.15 1M 5D Pot Tender 18.39 4.15 1M 5D Powderman 19.23 4.15 1M 5D Powderman Helper 18.39 4.15 1M 5D Railroad Spike Puller (power) 18.87 4.15 1M 5D Re-Timberman 19.23 4.15 1M 5D ' Spreader (Concrete) 18.87 4.15 1M 5D Spreader - Clary Power or Similar Types 18.87 4.15 1M 5D Stake Hopper 18.39 4.15 1M 5D Tamper (Multiple and Self Propelled) 18.87 4.15 1M 5D , Tamper and Similar Electric, Air and Gas 18.87 4.15 1M 5D Toolroom Man (at job site) 18.39 4.15 1M 5D Topman - Tailman 18.39 4.15 1M 5D Trackliner (Power) 18.87 4.15 1M 5D Tugger Operator 18.39 4.15 1M 50 , Vibrating Screed (air, Gas, or Electric 18.39 4.15 1M 5D Vibrator 18.87 4.15 1M 5D Welt-Point Person 18.87 4.15 1M 5D ** LABORERS - UTILITIES CONSTRUCTION (SEE LABORERS) ' GENERAL LABORER 18.39 4.15 1M 5D PIPELAYER 18.87 4.15 1M 5D ** LANDSCAPE CONSTRUCTION ' Irrigation Equipment Installers 11.07 0.00 1 Irrigation & Landscape Equipment Operators 10.63 0.00 1 Landscaping or Planting Laborers 8.42 0.00 1 ** LATHERS ' JOURNEY LEVEL 21.06 5.00 1J 6H ** MACHINISTS (HYDROELECTRIC SITE WORK) Machinist 16.84 0.00 1 ' ** MATERIAL SUPPLIER - TRANSIT MIX Transit Mix - Under 9 Cu. Yds. 18.39 5.66 2J 6I 8U Transit Mix - 9 Cu. Yds. and Over 18.64 5.66 2J 6I 8U ' WASHINGTON STATE PREVAILING WAGE RATES - EFFECTIVE 03-03-94 5 ' KING COUNTY (SEE BENEFIT CODE KEY) HOURLY HOURLY OVER ' WAGE FRINGE TIME HOLIDAY NOTE CLASSIFICATION RATE BENEFITS CODE CODE CODE ** METAL FABRICATORS (IN SHOP) ' Fitter 15.86 0.00 1 Welder 15.48 0.00 1 Machine Operator 13.04 0.00 1 Painter 11.10 0.00 1 ' Laborer 9.78 0.00 1 ** MODULAR BUILDINGS Cabinet Assembly, Electrician, Plumber, 10.23 1.33 1 Equipment Maintenance, Utility Person, ' Tool Maintenance, Welder Production Worker 7.93 1.33 1 ** PAINTERS - JOURNEY LEVEL 18.79 2.89 1 5A ** PLASTERERS JOURNEY LEVEL 20.63 6.25 18 5A ' ** PLAYGROUND AND PARK EQUIPMENT INSTALLERS Journey Level 8.42 0.00 1 ** PLUMBERS AND PIPEFITTERS ' JOURNEY LEVEL 25.75 8.76 1T 5A ** POWER EQUIPMENT OPERATORS A-Frame Crane over 10 ton 21.25 5.51 1N 5D 8L A-Frame Crane, 10 tons and under 19.15 5.51 1N 5D 8L ' Assistant Engineers (Oilers) 19.15 5.51 1N 5D 8L Backhoe 75 HP & under 21.25 5.51 1N 5D 8L Backhoe 75 HP & over 21.61 5.51 1N 5D 8L Backhoe 3 yds & under 21.61 5.51 1N 5D 8L ' Backhoes over 3 yards to 6 yards 22.05 5.51 1N 5D 8L Belt Loaders - Elevating Type 21.25 5.51 1N 5D 8L Bobcat 19.15 5.51 1N 5D 8L Brooms 19.15 5.51 1N 5D 8L ' Sump Cutter 21.61 5.51 1N 5D 8L Cableways 22.05 5.51 1N 5D 8L Chipper 21.61 5.51 1N 5D 8L Compressors 19.15 5.51 1N 5D 8L Concrete Batch Plant 21.61 5.51 1N 5D 8L ' Concrete Pumps 21.25 5.51 1N 5D 8L Conveyors 21.25 5.51 1N 5D 8L Crane - 200 tons and over, or 250' of boom 23.05 5.51 1N 5D 8L including jib with attachments ' Crane - 100 Tons thru 199 Tons 22.55 5.51 1N 5D 8L or 150 Ft. Boom including Jib and over Crane - 45 Tons through 99 tons or 22.05 5.51 1N 5D 8L 150 Ft. of Boom Crane Overhead, Bridge Type (45 - 99 tons) 22.05 5.51 1N 5D 8L Crane - Overhead, Bridge Type 100 T. and Over 22.55 5.51 1N 5D 8L Crane - Overhead, Bridge Type (20 44 tons) 21.61 5.51 1N 5D 8L Cranes - 20 - 44 tons 21.61 5.51 1N 5D 8L Cranes - through 19 tons 21.25 5.51 1N 5D 8L Crushers 21.61 5.51 1N 5D 8L Deck Engineer/Deck Winches (power) 21.61 5.51 1N 5D 8L Derrick, Building 22.05 5.51 1N 5D 8L Dozers, D-9 & under 21.25 5.51 1N 5D 8L Drill Oilers - Auger Type 21.25 5.51 1N 5D 8L Drilling Machine 21.61 5.51 1N 5D 8L Equipment Service Engineer (Oiler) 21.25 5.51 1N 5D 8L Finishing Machine/Curb Extruder 21.61 5.51 1N 5D 8L Fork Lifts, under 3000 lbs 19.15 5.51 1N 5D 8L ' Fork Lifts, 3000 Los and over 21.25 5.51 1N 5D 8L Grade Engineer 21.25 5.51 1N 5D 8L Gradechecker and Stakeman 19.15 5.51 1N 5D 8L Hoists, Air Tuggers, 21.25 5.51 1N 5D 8L Hydralifts/Boom Trucks 10 tons and under 19.15 5.51 1N 5D 8L 6 WASHINGTON STATE PREVAILING WAGE RATES - EFFECTIVE 03-03-94 KING COUNTY ' (SEE BENEFIT CODE KEY) HOURLY HOURLY OVER WAGE FRINGE TIME HOLIDAY NOT CLASSIFICATION RATE BENEFITS CODE CODE COD Hydralifts/ Boom Trucks over 10 tons 21.25 5.51 1N 5D 8L , Loaders, 8 yds & over 22.55 5.51 1N 5D 8L Loaders, Overhead 6 yards up to 8 yards 22.05 5.51 1N 5D 8L Loaders, Overhead under 6 yards 21.61 5.51 1N 5D 8L Locomotives, All 21.61 5.51 1N 5D 8L Mechanics, All (Welders) 21.61 5.51 1N 5D 8L , Mixers, Asphalt Plant 21.61 5.51 1N 5D 8L Motor Patrol Grader - Non-finishing 21.25 5.51 1N 5D 8L Motor Patrol Grader - Finishing 21.61 5.51 1N 5D 8L Mucking Machine, Mole, 22.05 5.51 1N 5D 8L ' Tunnel Drill and/or Shield Oil Distributors, Blowers, etc. 19.15 5.51 1N 5D 8L Pavement Breaker 19.15 5.51 1N 5D 8L Permanent Shaft-type Elevator or Manlift 19.15 5.51 1N 5D 8L Piledriver (Other than Crane Mount) 21.61 5.51 1N 5D 8L ' Plant Oiler (Asphalt Crusher) 21.25 5.51 1N 5D 8L Posthole Digger, Mechanical 19.15 5.51 1N 5D 8L Power Plant 19.15 5.51 1N 5D 8L Pump Truck Mounted 21.61 5.51 1N 5D 8L ' Concrete Pump with Boom Attachment Pumps, Water 19.15 5.51 1N 5D 8L Quad 9 and Similar, D-10 and HD-41 22.05 5.51 1N 5D 8L Remote Control Operator 22.05 5.51 1N 5D 8L Rollagon 22.05 5.51 1N 5D 8L ' Roller, Other than Plant Road Mix 19.15 5.51 1N 5D 8L Rollers, Plantmix or 21.25 5.51 1N 5D 8L Multilift Materials - Composition Materials Roto-Mill, Roto-Grinder 21.61 5.51 1N 5D 8L ' Saws, Concrete 21.25 5.51 1N 5D 8L Scrapers - Carry All 21.25 5.51 1N 5D 8L Scrapers, Concrete 21.25 5.51 1N 5D 8L Scrapers, Self-propelled 45 yards and over 22.05 5.51 1N 5D 8L Scrapers, Self-propelled under 45 yards 21.61 5.51 1N 5D 8L Screed Man 21.61 5.51 1N 5D 8L Shotcrete Gunite 19.15 5.51 1N 5D 8L Shovels and Attachments, 6 yards & over 22.55 5.51 1N 5D 8L Shovels 3 yds & under 21.61 5.51 1N 5D 8L ' Shovels over 3 yards to 6 yards 22.05 5.51 1N 5D 8L Slipform Pavers 22.05 5.51 1N 5D 8L Spreader, Topside Operator 21.25 5.51 1N 5D 8L Sub-grader - Trimmer 21.61 5.51 1N 5D 8L ' Tower Crane 22.55 5.51 1N 5D 8L Tractors 75 HP & under 21.25 5.51 1N 5D 8L Tractors over 75 HP 21.61 5.51 1N 5D 8L Transporters, All Track or Truck Type 22.05 5.51 1N 5D 8L Trenching Machines 21.25 5.51 1N 5D 8L ' Truck Crane Oiler/Driver 100 T. & over 21.61 5.51 1N 5D 8L Truck Crane Oiler/Driver - under 100 T. 21.25 5.51 1N 5D 8L Wheel Tractors, Farman Type 19.15 5.51 1N 5D 8L YoYo Dozer 21.61 5.51 1N 5D 8L ' ** POWER EQUIPMENT OPERATORS - UTILITIES CONSTRUCTION (SEE POWER EQUIPMENT OPERATORS) ** POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE 18.95 4.41 4A 5A ' TREE TRIMMER 16.36 4.32 4A 5A CHIPPER OPERATOR 13.09 3.51 4A 5A SPRAY PERSON 13.09 3.51 4A 5A TREE TRIMMER GROUND PERSON 11.47 3.45 4A 5A ' ** REFRIGERATION AND AIR CONDITIONING MECHANIC MECHANIC 20.64 10.64 1A 5A ** RESIDENTIAL CONSTRUCTION t Res. Carpenters 11.85 3.50 1 Res. Communication Tech. 12.07 0.00 1 Res. Drywall Tapers 19.15 0.00 1 Res. Electricians 15.21 0.00 1 ' WASHINGTON STATE PREVAILING WAGE RATES - EFFECTIVE 03-03-94 7 ' KING COUNTY (SEE BENEFIT CODE KEY) HOURLY HOURLY OVER WAGE FRINGE TIME HOLIDAY NOTE CLASSIFICATION RATE BENEFITS CODE CODE CODE Res. Electronic Tech. 12.07 0.00 1 Res. Glaziers 11.87 0.00 1 Res. Insulation Appl. 11.00 2.96 1 Res. Laborers 7.96 0.00 1 Res. Painters 14.66 0.00 1 Res, Plumbers 16.26 3.41 1 ' Res. Refrigeration Mech. 12.73 4.01 1 Res. Sheet Metal Mech. 13.55 2.70 1 Res. Soft Floor Layers 19.89 0.00 1 Res. Sprinkler Fitters - Fire Protection 15.00 3.32 1R 5C ' ** ROOFERS AND WATERPROOFERS JOURNEY LEVEL 20.75 4.15 1R 5A USING BITUMINOUS MATERIALS 23.75 4.15 1R 5A ' ** SHEET METAL WORKERS MECHANIC 24.11 7.02 1z . ** SIGN HANGERS SIGN PAINTER 18.39 2.42 1 SIGN HANGER 15.63 2.42 1 CONSTRUCTION 15.63 2.42 1 SILK SCREENER 12.16 2.42 1 ' CONSTRUCTION "B" 7.91 2.42 1 PRODUCTION SILK SCREENER 7.82 2.42 1 SHOP PERSON 4.99 2.42 1 ** SIGN MAKERS AND INSTALLERS (ELECTRICAL) Journey Level 17.29 2.00 1 Stock Person 8.65 1.74 1 ** SOFT FLOOR LAYERS ' JOURNEY LEVEL 18.79 4.81 1B 5A ** SOLAR CONTROLS FOR WINDOWS All Classifications 11.20 1.24 1 5S ' ** SPRINKLER FITTERS - FIRE PREVENTION JOURNEY LEVEL 24.89 10.63 11 5C ** STAGE RIGGING MECHANICS ' Mechanic 10.50 2.73 1 ** SURVEYORS Chain Person 9.35 0.00 1 Instrument Person (Junior Engineer) 11.40 0.00 1 ' Party Chief 13.40 0.00 1 ** TELEPHONE LINE CONSTRUCTION - OUTSIDE CABLE SPLICER 17.53 2.09 18 5A SPECIAL APPARATUS INSTALLER 1 17.53 2.09 1B 5A SPECIAL APPARATUS INSTALLER II 17.12 2.09 18 5A INSTALLER - REPAIRER 16.69 2.08 1B 5A TELEPHONE EQUIPMENT OPERATOR - HEAVY 17.53 2.09 1B 5A TELEPHONE EQUIPMENT OPERATOR - LIGHT 16.11 2.07 1B 5A JOURNEY LEVEL TELEPHONE LINEPERSON 16.11 2.07 1B 5A HOLE DIGGER/GROUND PERSON 8.57 1.92 1B 5A TREE TRIMMER 16.11 2.07 1B 5A POLE SPRAYER 16.11 2.07 1B 5A TELEVISION SYSTEM TECHNICIAN 14.29 2.03 1B 5A ' TELEVISION TECHNICIAN 12.57 2.00 1B 5A TELEVSION LINEPERSON 11.55 1.98 16 5A TELEVISION GROUND PERSON 8.00 1.91 1B 5A WASHINGTON STATE PREVAILING WAGE RATES - EFFECTIVE 03-03-94 s KING COUNTY ' (SEE BENEFIT CODE KEY) HOURLY HOURLY OVER WAGE FRINGE TIME HOLIDAY NOT CLASSIFICATION RATE BENEFITS CODE CODE c00 ** TERRAZZO WORKERS AND TILE SETTERS JOURNEY LEVEL 21.62 4.71 1N 5A ' ** TILE, MARBLE AND TERRAZZO FINISHERS FINISHER 17.30 4.71 1N 5A ** TRAFFIC CONTROL STRIPERS ' JOURNEY LEVEL 18.14 3.49 1K 5A ** TRUCK DRIVERS , A-Frame or Hydralift Trucks or Similar 20.62 5.20 1M 5D 8L Buggymobite and Similar 20.62 5.20 1M 5D 8L Bulk Cement Tanker 20.62 5.20 1M 5D 8L Butt Lifts, or Similar 20.04 5.20 _ 1M 5D 8L Equipment (Not Warehousing) ' Bus or Employee Haul 20.04 5.20 1M 5D 8L Dumpster 0 - less than 16 yards 20.04 5.20 1M 5D 8L Dumpster 16 - 30 yards 20.62 5.20 1M 5D 8L (Fifteen cents (S.15) per hour increase for each 10 Yard increment over 30 Yards.) Escort Driver/Pilot Car 14.88 5.20 1M 5D 8L Explosive Truck (Field Mix) and Similar 20.62 5.20 1M 5D 8L Flatbed Truck - Dual Rear Axle 20.04 5.20 1M 5D 8L Flatbed Truck - Single Rear Axle 18.28 5.20 1M 5D 8L ' Fuel Truck, Grease Truck, Greaser, Battery 20.04 5.20 1M 5D 8L and/or Tire Service Man Hyster (Hauling Bulk Loose Aggregates) 20.62 5.20 1M 5D 8L Leverman and Loaders at 20.04 5.20 1M 5D 8L ' Bunkers and Batch Plants Lowbed and Heavy Duty Trailer: 20.62 5.20 1M 5D 8L Mechanic 20.38 5.20 1M 5D 8L Mechanic Helper 19.79 5.20 1M 5D 8L , Oil/Transport Tanker 20.04 5.20 1M 5D 8L Oil Distributor Driver 20.62 5.20 1M 5D 8L Pick-Up Truck 18.28 5.20 1M 5D 8L Pickup Sweeper 18.28 5.20 1M 5D 81. Scissors Truck 20.04 5.20 1M 5D 8L ' Slurry Truck 20.04 5.20 1M 5D 8L Sno-go and Similar 20.04 5.20 1M 5D 8L Spreaders, Flaherty 20.62 5.20 1M 5D 8L Straddle Carrier (Ross, Hyster, and Similar) 20.04 5.20 1M 5D 8L , Swamper 20.04 5.20 1M 5D 8L Team Driver 20.04 5.20 1M 5D 8L Tractor, Small Rubber-Tired 20.04 5.20 1M 5D 8L Vacuum Truck 20.04 5.20 1M 5D 8L Warehouseman & Checkers 20.04 5.20 1M 5D 8L ' Water Wagon & Tank Truck: 0 - 3000 gal 20.04 5.20 1M 5D 8L Water Wagon & Tank Truck: Over 3000 gal 20.62 5.20 1M 5D 8L Winch Truck 20.04 5.20 1M 5D 8L Wrecker, Tow Truck, and Similar 20.04 5.20 1M 5D 8L ** WELL DRILLERS Irrigation Pump Installers 11.60 0.00 1 Oiler 9.45 0.00 1 Well Driller 11.60 0.00 1 ' BENEFIT CODE KEY EFFECTIVE 03-03-94 ii##ifii#ff#fiiiiii#i#iffi#iitiiif#fiif#ii##fRiif##ifi##fifii#fff#Tiff#f#iffifffffiiiiffffiffififfffiffif#iff#######iiit OVERTIME CODES 1. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE ' ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ' B. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ' C. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. D. ALL HQURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ' E. ALL HOURS WORKED ON SATURDAYS(EXCEPT MAKEUP DAYS), SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. F. ALL HOURS WORKED ON SATURDAYS,SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. G. ALL HOURS WORKED ON SATURDAY AND SUNDAY(EXCEPT MAKEUP DAY) SHALL BE PAID AT ONE AND ONE- HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE ' HOURLY RATE OF WAGE. H. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL ' HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE, IN ADDITION TO THE REGULAR HOLIDAY PAY. I. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS (EXCEPT MAKEUP DAYS DUE TO INCLEMENT WEATHER) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. J. THE FIRST EIGHT(8)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF ' WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. K. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY ' RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. L. ALL HOURS WORKED ON SATURDAYS (EXCEPT AS A MAKEUP DAY) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT DOUBLE THE ' HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE, IN ADDITION TO THE REGULAR HOLIDAY PAY. M. ALL HOURS WORKED ON SATURDAYS(EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER ' CONDITIONS)SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. N. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. O. ALL HOURS WORKED ON SATURDAYS (EXCEPT FOR MAKEUP DAYS) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ' DOUBLE THE HOURLY RATE OF WAGE. 1 l. P. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS(EXCEPT MAKEUP DAYS)SHALL BE PAID AT ONE AND ONE- HALF TIMES THE HOURLY RATE OF WAGE. Q. ALL HOURS WORKED ON SATURDAYS (EXCEPT FOR MAKE-UP DAYS DUE TO INCLEMENT WEATHER) AND ALL ' HOURS WORKED ON SUNDAYS AND HOLIDAYS, SHALL BE PAID AT ONE AND ONE HALF TIMES THE HOURLY RATE OF WAGE. R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ' S. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF 11MES THE HOURLY RATE OF WAGE PLUS HEALTH AND WELFARE AND VACATION. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL ' BE PAID AT DOUBLE THE HOURLY RATE OF WAGE PLUS HEALTH AND WELFARE AND VACATION. T. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TWES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF ' WAGE. FOR ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK AND FOR ALL HOURS WORKED ON SATURDAYS,SUNDAYS AND HOLIDAYS,THE HEALTH&WELFARE,AND VACATION BENEFITS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE. PENSION AND TRAINING SHALL BE PAID AT THE REGULAR HOURLY RATE. U. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS(EXCEPT LABOR DAY)SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE ' HOURLY RATE OF WAGE. V. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT THE PREVAILING HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY. W. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY ' RATE OF WAGE. SATURDAYS AND SUNDAYS MAY BE WORKED AS A MAKE-UP DAY AT THE PREVAILING HOURLY RATE OF WAGE (NO OVERTIME) WHEN WORK IS LOST DUE TO ANY REASON BEYOND THE EMPLOYER'S CONTROL. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. X. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE PLUS ONE AND ONE-HALF TIMES THE VACATION,HEALTH,WELFARE AND DENTAL BENEFITS. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE PLUS TWO , TIMES THE VACATION,HEALTH,WELFARE AND DENTAL BENEFITS. Y. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF ' WAGE. WHERE CONDITIONS REQUIRE WORK TO BE DONE ON SATURDAY,THE WORK WEEK MAY BE TUESDAY THROUGH SATURDAY. Z. THE FIRST EIGHT HOURS ON THE FIRST SHIFT ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE ' HOURLY RATE OF WAGE. ALL OTHER HOURS WORKED ON SATURDAYS AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. 2. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE ' AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A_ THE FIRST SIX(6)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF SIX (6) HOURS ON SATURDAY AND ALL HOURS WORKED ON ' SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON SATURDAYS(EXCEPT WHEN WORKED AS A MAKE-UP DAY)SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO ' TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE,PLUS HOLIDAY PAY(IF ELIGIBLE). C. THE FIRST TEN HOURS WORKED ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF ELEVEN HOURS PER DAY,MONDAY THROUGH FRIDAY,ALL , HOURS WORKED IN EXCESS OF TEN HOURS ON SATURDAYS, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. 2 2. D. ALL HOURS WORKED ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE, IN ADDITION TO THE REGULAR STRAIGHT-TIME PAY FOR HOLIDAYS. ' E. ALL HOURS WORKED ON SATURDAYS OR HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE- HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS OR ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ' F. THE FIRST EIGHT(8)HOURS WORKED ON HOLIDAYS SHALL BE PAID AT THE STRAIGHT HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ' G. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE, IN ADDITION TO THE REGULAR STRAIGHT-TIME PAY FOR HOLIDAYS. H. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ' ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE, INCLUDING THE HOLIDAY PAY. L ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE, ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE, INCLUDING THE HOLIDAY PAY. ALL HOURS WORKED ON UNPAID HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ' J. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE, INCLUDING THE HOLIDAY PAY. ALL HOURS WORKED ON UNPAID HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. K. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE, IN ADDITION TO THE REGULAR STRAIGHT-TIME PAY FOR HOLIDAYS. ALL HOURS WORKED IN EXCESS OF EIGHT(8) HOURS PER DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. L. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. M. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. N. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE, IN ADDITION TO THE HOLIDAY PAY. ' 0. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. 4. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE, A ALL HOURS WORKED ON SATURDAYS,SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. HOLIDAY CODES 5. A. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY, FRIDAY ' AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(7). ' 3 5. B. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY,THE DAY BEFORE CHRISTMAS,AND CHRISTMAS DAY(8). C. HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, ' THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). D. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE , FRIDAY AND SATURDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). E. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS DAY,AND PRESIDENTIAL ELECTION DAY(8). ' F. HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, PRESIDENTIAL ELECTION DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(9). ' G. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY(7). H. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE DAY AFTER ' THANKSGIVING DAY,AND CHRISTMAS(6). I. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY(6). ' J. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY,DECEMBER 24TH CHRISTMAS DAY,AND DECEMBER 31 ST(9). ' K. HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,CHRISTMAS DAY,AND A DAY OF THE EMPLOYEE'S CHOICE(7). L. HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, ' THANKSGIVING,•THE FRIDAY AFTER THANKSGIVING DAY,THE DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY(9). M. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE ' FRIDAY AFTER THANKSGIVING DAY,THE DAY BEFORE CHRISTMAS DAY,AND CMUSTMAS DAY(8). N. HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS'DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(9). ' O. .PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTONS BIRTHDAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,AND CHRISTMAS DAY(6). P. PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTONS BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR ' DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). Q. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, , AND CHRISTMAS DAY(6). R. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY(7). S. PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,THANKSGIVING DAY,AND CHRISTMAS DAY(7). T. PAID HOLIDAYS: SEVEN(7)PAID HOLIDAYS. ' U. PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,CHRISTMAS DAY,AND A DAY OF THE EMPLOYEES CHOICE(7). V. PAID HOLIDAYS: SIX(6)PAID HOLIDAYS. , 4 ' ' 5. W. PAID HOLIDAYS: NINE(9)PAID HOLIDAYS. ' X. HOLIDAYS: AFTER 520 HOURS - NEW YEAR'S DAY, THANKSGIVING DAY AND CHRISTMAS DAY. AFTER 2080 HOURS - NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,CHRISTMAS DAY AND A FLOATING HOLIDAY(8). Y. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, PRESIDENTIAL ELECTION DAY,THANKSGIVING DAY,THE FRIDAY FOLLOWING THANKSGIVING DAY,AND CHRISTMAS DAY(8). Z. PAID HOLIDAYS: EIGHT(8)PAID HOLIDAYS. ' 6. A. PAID HOLIDAYS: NEW YEAR'S DAY, THE DAY BEFORE OR THE DAY AFTER NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY,AND THE DAY BEFORE OR THE DAY AFTER CHRISTMAS DAY(10). ' B. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY,THE DAY BEFORE CHRISTMAS DAY, CHRISTMAS DAY,AND THE DAY BEFORE NEW YEAR'S DAY(9). ' C. HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDE10E DAY, LABOR DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY(9). ' D. HOLIDAYS: NEW YEAR'S DAY AND THE FRIDAY AFTER THANKSGIVING DAY(2). PAID HOLIDAYS: MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY AND CHRISTMAS DAY(5), E. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, LAST MONDAY IN MAY, INDEPENDENCE DAY, LABOR DAY, ' THANKSGIVING DAY,FRIDAY AND SATURDAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY(9). F. HOLIDAYS: NEW YEAR'S DAY, WASHINGTONS BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, ARMISTICE DAY,THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY(9). G. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY. PAID HOLIDAYS: PRESIDENTS DAY. H. HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). 1. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(7). J. HOLIDAY: NEW YEAR'S DAY(1). PAID HOLIDAYS: MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY, THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(6). ' K. HOLIDAYS: NEW YEAR'S DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (3). PAID HOLIDAYS: MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,AND THANKSGIVING DAY(4). L. PAID HOLIDAYS: MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND ' CHRISTMAS DAY(5). M. PAID HOLIDAYS: THANKSGIVING AND CHRISTMAS. UNPAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY,LABOR DAY AND THE DAY AFTER THANKSGIVING. N. PAID HOLIDAYS: MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY AND CHRISTMAS DAY. UNPAID HOLIDAYS: NEW YEAR'S DAY AND THE DAY AFTER THANKSGIVING DAY. O. PAID HOLIDAYS: NEW YEAR'S DAY,WASHINGTONS BIRTHDAY,MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, CHRISTMAS AND THE DAY AFTER CHRISTMAS. ' P. PAID HOLIDAYS: MEMORIAL DAY, INDEPENDENCE DAY AND LABOR DAY. UNPAID HOLIDAYS: NEW YEAR'S DAY,THANKSGIVING DAY,THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY. ' 5 6. Q. PAID HOLIDAYS: NEW YEAR'S. ,DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY. UNPAID HOLIDAY: PRESIDENTS'DAY. ' R. HOLIDAYS: NEW YEAR'S DAY; MARTIN LUTHER KING, JR. DAY;WASHINGTON'S BIRTHDAY; MEMORIAL DAY; INDEPENDENCE DAY; THANKSGIVING DAY; THE FRIDAY AFTER THANKSGIVING DAY; AND CHRISTMAS DAY(8). ' NOTE CODES 8. A. ALL CLASSIFICATIONS, INCLUDING ALL APPRENTICES, REPORTING TO AN EMPLOYER'S DESIGNATED JOB , HEADQUARTERS AND WORKING A MINIMUM OF FOUR (4) HOURS IN ANY ONE (1) DAY SHALL RECEIVE A PER DIEM ALLOWANCE OF TWENTY-FOUR DOLLARS ($24.00) IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS. B. THE WAGE RATES AND DEPTH PREMIUMS ARE FOR SURFACE SUPPLIED DIVERS AND SCUBA DIVERS. THE , STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY. D. WORKERS WORKING WITH SUPPLIED AIR ON HAZMAT PROJECTS RECEIVE AN ADDITIONAL$1.00 PER HOUR. t E. ALL CLASSIFICATIONS, INCLUDING ALL APPRENTICES, REPORTING TO AN EMPLOYER'S DESIGNATED JOB HEADQUARTERS AND WORKING A MINIMUM OF FOUR (4) HOURS IN ANY ONE (1) DAY SHALL RECEIVE A PER DIEM ALLOWANCE OF TWENTY-FOUR DOLLARS ($24.00) IN ADDITION TO THE PREVAILING HOURLY RATE OF ' WAGE AND FRINGE BENEFITS. F. FIVE(5) DAYS VACATION AFTER ONE YEAR OF SERVICE. TEN (10) DAYS VACATION AFTER THREE YEARS OF SERVICE. I. APPRENTICES BELOW 80%RECEIVE A PENSION CONTRIBUTION IN THE AMOUNT OF$.75. APPRENTICES 80%AND , ABOVE RECEIVE A PENSION CONTRIBUTION IN THE AMOUNT OF$1.55. J. NO WORK SHALL BE PERFORMED ON LABOR DAY OR CHRISTMAS DAY EXCEPT WHEN LIFE OR PROPERTY IS IN ' IMMINENT DANGER. SHOULD ANY OF THESE HOLIDAYS FALL ON SUNDAY,THE FOLLOWING MONDAY SHALL BE CONSIDERED A LEGAL HOLIDAY. K. VETERANS DAY AND THE FRIDAY AFTER THANKSGIVING ARE OPTIONAL HOLIDAYS AND ARE PAID AT THE ' REGULAR RATE OF PAY ONLY WHEN WORKED. L. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A: $0.75, LEVEL B:$0.50, AND LEVEL C:$0.25. ' M FIVE (5) DAYS VACATION AFTER ONE YEAR OF SERVICE, TEN (10) DAYS VACATION AFTER TWO YEARS OF SERVICE. NOTE: PART TIME EMPLOYEES (WORKING 20 HOURS OR LESS PER WEEK) ARE NOT ENTITLED TO RECEIVE ANY FRINGE BENEFITS. ' N. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A: $1.00, LEVEL B:$0.75,LEVEL C:$0.50, AND LEVEL D:$0.25. O FIVE(5)DAYS VACATION AFTER ONE(1)YEAR. ' R. FIVE(5)DAYS VACATION PER YEAR. S ONE WEEK VACATION AFTER ONE YEAR OF SERVICE. TWO WEEKS VACATION AFTER THREE YEARS OF SERVICE. ' THREE WEEKS VACATION AFTER NINE YEARS OF SERVICE. T. TWO WEEKS VACATION FOR ONE TO THREE YEARS OF SERVICE. FOUR WEEKS VACATION FOR THREE TO SIX ' YEARS OF SERVICE. SIX WEEKS VACATION FOR SIX OR MORE YEARS OF SERVICE. U. THE PREVAILED VACATION AMOUNT REPRESENTS THE COST TO A CONTRACTOR OR SUBCONTRACTOR WHICH MAY BE REASONABLY ANTICIPATED IN PROVIDING THE FOLLOWING VACATION PLAN: ONE WEEK AFTER ONE ' YEAR TWO WEEKS AFTER TWO YEARS. THREE WEEKS AFTER EIGHT YEARS. FOUR WEEKS AFTER SIXTEEN YEARS. TWELVE HUNDRED HOURS MUST BE WORKED IN A YEAR'S TIME TO BE ELIGIBLE. 6 ' ' INSTRUCTIONS TO COMPLETE THE STATEMENT OF INTENT TO PAY PREVAILING WAGES CONTRACTORS, DISTRIBUTE E APPROVED COPIES AS FOLLOWS: Canary- awarding agency Blue- L&L Emp.SWI. . .._..._ . .,.... ...r Green . e wncaccar ' Pink - subconcacscr 1. Enter each craft you intend to employ on this project. r ' If operating engineers and/or truck drivers will be used 1, please describe the type and List the size or rated capacity of the equipment. If the work will be done by owners or partners please state so under#l. If the work is done by owners or partners, #2,#3 and #4 need not be completed. Partners who own less than 30 percent of a partnership are considered to be employees. ' t 2. Enter the rate of hourly pay for each craft or classification. 3. Enter the rate of hourly fringe benefits only if you are paying one or more of the following benefits: vc:anon, group medical insurance (c.g., Blue Cross, County Medical, etc.), pension and/or an appientice training fund. If you are not paving benefits into these funds, add the prevailing fringe benefits to the rate of hourly pay and list the total under#2. a. All company pension plans must be approved by the IRS. b. Apprentice training programs must be approved by the Washington State Apprenticeship and ' Training Council 4. Enter the estimated number of workers for each craft or classification. 5. If this is residential, landscape, or sewer/waterline construction lease.p state so on the forms. PLEASE NOTE: The amount listed under#2 plus the amount listed under#3 (if any) must equal or exceed the "prevailing rate of wage". 0 VERTaIE To obtain the prevailing wage for hours worked in excess of 8 hours per day, 40 hours per week, or on Saturday, Sunday & holidays, please call 753-4019. APPRENTICES ' Any worker not registered with the Washington State Apprenticeship and Training Council must be paid prevailing journeyman wages. Any apprentice not registered with the Washington State Apprenticeship and Training Council within 60 days of hiring must be paid prevailing journeyman wages for the time preceding the date of registration. To verify apprentices. registration and status, call (206) 753-3511. ' PROGRESS PAYMENTS Each voucher claim submitted by a contractor for payment on a project estimate shall state that prevailing wages have been paid in accordance with the prefiled statement(s) of intent to pay prevailing wages on file with the public agency. This Statement of Intent is approved based on the information provided by the ' contractor/subcontractor. It does not signify approval of the classifications of labor used by the contractorlsubconn-actor. Cumpiete & mail entire set STATEMENT OF INTENT TO «'ITH APPROVAL FEE OF S12.50 TO: ' DCpartraent of Lahr&Industries _ PAY PREVAILING WAGES ' ESAC Division Public Works Contract 406 Legion Way SE HC710-1 INSTRUCTIONS ' Olvmpia WA 98504-4401 (206) 753-4019 ON BACK _ ....._......._ _............................. ....._.___._. _ _ ..._, _ ..................................................... . YOUR APPROVED COPIES WILL BE MAILED TO i THIS ADDRESS Contract or BPW No. .........._.................................... ...... ..._................................................_.............................. Companynurse ..............-_-......._............................................................................ Bid due date Date contract awarded . ......... ........._............... ...........:..... ................ ....... .... .... ...... .......... Address County where work performed _..........._._........ _. _ _.........__.. _................_...................................... ......._.......................... C;ry Stec ZIP Prime contractor _._ ....._ ._..........................................._..._..........._..._........._........._._.........,.............. ...........,.,..............................__......._.......__..................__.. .. Please allow a minimum of 10 to 15 working days for processing Uom the Do you intend to use subcontractors? date the Department received your document with the correct approval tee. Yes .. No , ... ........_. ............ . _...,_..... ......._............ .......... ......... ....-_..---- ......................._.................._.... _. . _ ....... ......_.............. _.._....... CONTRACTAWARDII`IG name PUBLIC AGENCY _....... _.. _.. .. .. ......... address sty � phone number ....... . ....:.:.._:: .,. .:. 1.CRAFT 2-RATE OF 3.RATE OF HRLY ...a..ESTIMATED NO. ' HOURLY PAY AFRD�GE BENEFITS �OF WORKERS ............ _._....-------- _ ...__... . ____..__..._. .........._ _._.._...---- _._------ _...------- ---- -------------- __----_------------------- --._------- - _ ............... ___..._......-......,.._...... _.... _ __.. ............_.___._._.._. _._...... _...._ ......................_.............. .........._..,.........._...---...__._._. _ ......_.__ ' I HEREBY CERTIFY THAT THE ABOVE INFORMATION IS CORRECT AND TN.AT ALL WORKERS t EMPLOY ON THIS PUBLIC WORKS Naim and address of company caTipleting tilisto=. PROJECT WILL BE PAID NO LESS THAN THE PREVAILING WAGE RA7-r(S) AS DETERMINED BY THE INDUSTRIAL STATISTICIAN OF ;Company tame THE DEPARTMENT OF LABOR AND INDUSTRIES. t UNDERSTAND THAT CONTRACTORS WHO VIOLATE PREVAILING WAGE LAWS, i.E. INCORRE _CT CLASSIFICATION/SCOPE OF WORK OF WORKERS, ::A IMPROPER PAYMMT OF PREVAILING WAGES. ETC. , ARE SUB- JECT TO FINES AND/OR DEBARMENT AND WILL BE REQUIRED TO PAYANY BACK WAGES DUE TO WORKERS. ;_.........._..... ............................................................ __ ............................. NOTARY (cam fete all copies and have each notarized) Ciry State ...7 ... .................... P.........................P.........................._.................................... SUBSCRIBED AND 5'rORtt TO B£roRt ME :....................................................................................................... ....»......................-• THIS DATE Phone number Registration No. ............................................................................................................................ ) NOTARY PUBLIC :N AND rOR THE STATE .- _.,........_............................................................. ' or Title Signature.............................................................. S iGN A''l;RE ..........-....,....._................._,.:................I—................:................_._..__.._........_................. ............................................................................................................................. For LSI Use Only P.r.SID:::G AT : APPROVED Department of Labor and Industries' ............................................................................................................................. SLY COMMISSION L<PIRES ON By _ ..........: Indtutriat Statuttatui ....._..- ................................................................................ _ _._,..._.................... F'700-029-000 intent ta..pay....11-89 .. - .. . 1 INSTRUCTIONS TO COMPLETE THE AFFIDAVIT OF PREVAILING WAGES PAID 1 CONTRACTORS, DISTRIBLTE APPROVED COPIES AS FOLLOWS: L Awarding agency 2. L&I Employment Stds. 3.Prune conaacmr 4.Subcon=mr 1. Enter each craft you employed on this project. If operating engineers and/or truck drivers were used, please describe the type and Iist the size or rated capacity of the equipment. If the work was done by owners or partners please state so under#1. If the work was done by owners or partners #2,#3 and#4 need not be completed. ' Partners who own less than 30 percent of a partnership are considered to be employees. 2. Enter the rate of hourly pay for each craft or classifcation. ' Enter the rate of hourly fringe benefits only if you are paving one or more of the following benefits: vacation, group medical insurance (e.g., Blue Cross, County Medical, etc.), pension and/or an apprentice training fund. If you are not paying benefits into these funds, add the prevailing fringe tbenefits to the rate of hourly pay and list the total under#2. ` a. Individual company pension plans must be approved by the IRS. ' b. Apprentice training programs must be approved by the Washington State Apprenticeship and Training Council. 4. If apprentices have been employed on this project,provide this additional information: name, registration number, stage of progression and date hired 5. If this is residential, landscape or sewer/waterline construction, please state so on the forms. PLEASE NO TE: The amount listed under#2 plus the amount listed under#3 (if any) must equal or "preva e of exceed the iling rat wage". j �..�....�,,.: ...._ .,. ... .._ .M. �._.. . 0 VERTIME To determine the prevailing wage for hours worked in excess of 8 hours per day, 40 hours per week, or on Saturday, Sunday & holidays, please call 753-4019. ' APPRENTICES 1 Any worker not registered with the ' Washington State Apprenticeship and TrainingCouncil must be Paid prevailing journeyman wages. Any apprentice not registered with the Washington State Apprenticeship and Training Council within 60 days of hiring must be paid prevailing journeyman wages for the time preceding the date of _ registration. To verify apprentices registration and status, call (206) 753-3-5 11. RETAINAGE ' Contractors are responsible for obtaining and filing affidavits of the sub-contractors. This is required by law and retainage can not lawfully be released until such affidavits are filed. ' This Affidavit is approved based on the information provided by the conrracror/subcontractor.It does not signify approval of the classifications of labor used by the contractor/subcontractor. Complete & mail entire set WITH APPROVAL FEE OF SI2.50 TO: = _ Affidavit of Department of Labor& Industries I ' PREVAILING WAGES PAID ' ESAC Division Public Works Contract 406 Legion Way SE HC710-3 INSTRUCTIONS Olympia WA 98504-4401 (206) 753-40I9 ON BACK YOUR APPROVED COPIES WILL BE MAILED TO i THIS ADDRESS Contract or BPW No. ' _..._...._................ _ _._.........:......___- .__ Name .._............_..._.. __. Bid due dam Due contact awarded Add................_,......._..... _ __ _ .,..,..._..............,.._.........._.._.._......,_ __..�.__..,..,............: . ._. ... . rus __...-...... County where wort performed -Dace work completed _........... ._........... _.-._...._................. _,.__........._..__._.......................... CiryState 71P -..._............,._...-............................................................................. Prime contactor ................._..............._._ ..,..--_._......... ..........�....._._. .:.._.-..... .._.. ... ...... .. ._..... ...... ...... ... __.. Please allow a minimum of 10 to 15 working days tar processing Iron the W. , as a._._sc:ate.__.mait._...of- inlcn...c C.i.led for..this..prvl.ect? date the Department received your document with the correct approval lee. Yes No_._...................... _._.__. ..�............. _......... CONTRACT AWARDIIVG name _ ....................................... ................ PUBLIC AGENCY cii....._-.....:. --- y __. . —snit'Z[P_..................._-.._......_. . ..................... ........ phone number ' 2 RATE OF . RATE OF HRLY 4. APPRENTICES: Name,registauon +►, 1.CRAFT 3 HOURLYPAY FRINGEBE EFITS stage of progression & date of hire _._._....-._..._....._. __.. _ M...._...__.._..._ _ ... . . _.....__....�.rw. _ .......... r Y CERTIFY THAT THE ABOVE INFORMATION IS CORRECT AND THAT ALL WORKERS I EMPLOYED ON THIS PUBLIC WORKS Nurew4aWessofCOmpamcaripletinglStsform: PROJECT WERE PAID NO LESS THAN THE PREVAILING WAGE RATE :.............._.». ___-_...__.-....-. AS DETERMINED BY THE INDUSTRIAL STATISTICIAN OF THE _.--._........._......_..............._........-._.......... ..-........ DEPARTMENT OF LABOR AND INDUSTRIES. I UNDERSTAND THAT ' Company name CONTRACTORS WHO VIOLATE PREVAILING WAGE LAWS, I.E. INCOPR:CT CLASSIFICATION/SCOPE OF WORK OF WORKERS, IM- _ ...... _-. ....._................................_•—_......................_.................... PROPER PAYMENT OF PREVAILING WAGES, ETC'., ARE SUBJECT Adt�Lss TO FINES AND/OR DEBARMENT AND WILL BE REQUIRED TO PAY ANY PACK WAGES DUE TO WORKERS. >....................._ . ....-_._._.... ......____..................................... ' NOTARY; (complete 4 copies and have each notarized ) ;Ciry -� ••_SC= 71P ....._........................................................ .__.................. SUBSCRIBED AND SWORN TO 317ORE ME .......................................-_-_....._......._..............._._....................._. .... :TxtS DATE :Phone number Registration number ' _........................� dNOTAAY PVBLIC W AHD rOR TT-£STATL (1tle-__—�—_.�_._._._• S...... .......•••_ ttre ..._•_.•......__._.._•'_._.-.-._.......... or ;1.. .,.....� igltat _SIGNATV R£ ............................. ........... I ................................................................................................ For L&I Use Only RESIDW G AT : APPROVED Deparment of Labor and Industries ................................................ ... ................._..................... MY CO�t'`t155:ON DCPlRES ON _.. .. By ' ................... ....................._..._........................ Lr1 Industrial Statistician F700.007-000 a.Ffidavi of wage I*1-89 ............................. 1 CERTIFICATION OF PAYMENT OF PREVAILING WAGES Date: ' Project CAG No. This is to certify that the prevailing wages have been paid to our employees and our subcontractors' employee: ifor the period from through , in accordance with the Intents tc_ iPay Prevailing Wage filed with the Washington State Department of Labor & Industries. This form will b< executed and submitted prior to or with the last pay request. iCompany Name 1 By: Title: 1 1 i i i 1 i f ' REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION AND PRESERVATION OF PUBLIC NATURAL RESOURCES In accordance with the provisions of Chapter 62, Laws of 1973, H. B. 621, the Contractor shall secure any permits or licenses required by, and comply fully with all provisions of ' the following laws, ordinances, and resolutions: King County Ordinance No 1527 requires Building and Land Development Division and- Hydraulics Division review of grading and filling permits and unclassified use permits in ' flood hazard areas. Resolution No. 36230 establishes storm drain design standards to be incorporated into project design standards to be incorporated into project design by Engineering Services. Review by Hydraulics Division. King Coun Ordinance No. 800 No. 900, No. 1006 and Resolution No. 8778 No. 24553, No. 24834 No. 6894 and No 11242 contained in King County Code Titles 8 and 10 are provisions for disposition of refuse and litter in a licensed disposal site and provide penalties for failure to comply. Review by Division of Solid Waste. Puget Sound Air Pollution Control Agency Regulation 1• A regulation to control the emission of air contaminants from all sources within the jurisdiction of the Puget Sound Air Pollution Control Agency (King, Pierce, Snohomish, and Kitsap Counties) in accordance with the Washington Clean Air Act, R.C.W. 70.94. WASHINGTON STATE DEPARTMENT OF ECOLOGY W.A.C. 18-02: Requires operators of stationary sources of air contaminants to maintain records of emissions, periodically report to the State information concerning these emissions from his operations, and to make such information available to the public. See Puget Sound Pollution Control Agency Regulation I. R.C.W. 90-48: Enacted to maintain the highest possible standards to ensure the purity of ' all water of the State consistent with public health and public enjoyment thereof, the propagation and protection of wildlife, birds, game, fish, and other aquatic life, and the industrial development of the state, and to that end require the use of all known available ' and reasonable methods by industries and others to prevent and control the pollution of the waters of the State of Washington. It is unlawful to throw, drain, run or otherwise discharge into any of the water of this State any organic or inorganic matter that shall t cause or tend to cause pollution of such waters. The law also provides for civil penalties of$5,000/day for each violation. R.C.W. 70.95: Establishes uniform statewide program for handling solid wastes which will prevent land, air and water pollution. Makes it unlawful to dump or deposit solid wastes onto or under the surface of the ground or into the waters of this State except at a ' solid waste disposal site for which there is a valid permit. R.C.W. 76-04.370: Provide for abatement of additional fire hazard (lands upon which ' there is forest debris) and extreme fire hazard (areas of additional fire hazard near buildings, roads, campgrounds, and school grounds). The owner and/or person responsible is fully liable in the event a fire starts or spreads on property on which an ' extreme fire hazard exists. REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTIO N AND PRESERVATION OF PUBLIC NATURAL RESOURCES R.C.W. 76.04.010: Defines terms relating to the suppression or abatement of forest fires ' or forest fire conditions. R.C.W. 70.94.660: Provides for issuance of burning permits for abating or prevention of forest fire hazards, instruction or silvicultural operations. R.C.W. 76-.04.310: Stipulates that everyone clearing land or clearing right-of-way shall pile and burn or dispose of by other satisfactory means, all forest debris cut thereon, as rapidly as the clearing or cutting progresses, or at such other times as the department ' may specify, and in compliance with the law requiring burning permits. R. C. W. 78-44: Laws governing surface mining (including sand, gravel, stone, and earth ' from borrow pits) which provide for fees and permits, plan or operation, reclamation plan, bonding, and inspection of operations. W.A.C. 332-18: Delineates all requirements of R.C.W. 76-04 pertaining to land clearing ' and burning. U.S. ARMY CORPS OF ENGINEERS ' Section 1 of the River and Harbor Act of Tune 13, 1902: Authorizes Secretary of Army and Corps of Engineers to issue permits to any persons or corporation desiring to ' improve any navigable river at their own expense and risk upon approval of the plans and specifications. Section 404 of the Federal Water Pollution Control Act (PL92-500 86 Stat 816)• Authorizes the Secretary of the Army, acting through the Corps of Engineers, to issue permits for the discharge of dredged or fill material into the navigable waters at specified disposal sites. Permits may be denied if it is determined that such discharge will have adverse effects on municipal water supplies, shell fish beds and fishery areas and wildlife or recreational areas. ' MISCELLANEOUS FEDERAL LEGISLATION Section 13 of the River and Harbor Act approved March 3 1899: Provides that discharge , of refuse without a permit into navigable waters is prohibited. Violation is punishable by fine. Any citizen may file a complaint with the U. S. Attorney and share a portion of the fine. ' r H:forms/envrmta1/envirpo1/bh , ' REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION AND PRESERVATION OF PUBLIC NATURAL RESOURCES PERMITS REQUIRED FOR THE PROJECT ARE AS FOLLOWS: ' KING COUNTY BU1 DDING AND LAND DEVELOPMENT DIVISION King County Resolution No. 2 789 requires an unclassified use permit for filling, ' quarrying (including borrow pits and associated activities such as asphalt plants, rock crushers) and refuse disposal sites and provides for land reclamation subsequent to these activities. A copy is available at the Department of Public Works or Building and Land tDevelopment Division. Shoreline Management Act 1971 requires a permit for construction on State shorelines. Permit acquired by Public Works and reviewed by Building and Land Development Division. King County Ordinance No. 1488 requires permit for grading, land fills, gravel pits, ' dumping, quarrying and mining operations except on County right-of-way. Review by Building and Land Development Division. ' WASHINGTON STATE DEPARTMENT OF FISIUMIES AND GAME Chapter 112, Laws of 1949: Requires hydraulics permit on certain projects. (E ing County Department of Public Works will obtain.) WASHINGTON STATE DEPARTMENT OF ECOLOGY ' W.A.C. 173-220: Requires a National Pollutant Discharge Elimination System (NPDES) permit before discharge of pollutants from a point source into the navigable waters of the State of Washington. W.A.C. 372-24: Permit to discharge commercial or industrial waste waters into State surface or ground water (such as gravel washing, pit operations, or any operation which results in a discharge which contains turbidity). W.A.C. 508-12-100: Requires permit to use surface water. W.A.C. 508-12-190: Requires that changes to permits for water use be reviewed by the Department of Ecology whenever it is desired to change the purpose of use, the place of use, the point of withdrawal and/or the diversion of water. W.A.C. 508-12-220: Requires permit to use ground water. ' W.A.C. 508-12-260: Requires permit to construct reservoir for water storage. W.A.C. 508-12-280: Requires permit to construct storage dam. W.A.C. 508-60: Requires permit to construct in State flood control zone. King County Public Works secures one for design. Contractor secures one for his operation (false ' work design, etc.) ' ILforms/envrmtal/envirpol/bh REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION AND ' PRESERVATION OF PUBLIC NATURAL RESOURCES WASHINGTON STATE DEPARTMENT OF NATURAL RESOURCES R.C.W. 76.04.150: Requires burning permit for all fires except for small outdoor fires for ' recreational purposes or yard debris disposal. Also the Department of Natural Resources reserves the right to restrict burning under the provisions of R.C.W. 76.04.150, 76.04.170, 76.04.180, and 70.94 due to extreme fire weather or to prevent restriction of visibility and excessive air pollution. R.C.W. 76.08.030: Cutting permit required before cutting merchantable timber. ' R.C.W. 76.08.275: Operating permit required before operating power equipment in dead or down timber. R.C.W. 78.44.080: Requires permit for any surface miningoperation (including sand ' P ( g gravel, stone, and earth from borrow pits). UNITED STATES ARMY CORPS OF ENGINEERS , Section 10 of River and Harbor Act of March 3 1899: Requires permit for construction , (other than bridges, see U. S. Coast Guard administered permits) on navigable waters (King County Department of Public Works will obtain.) FIRE PROTECTION DISTRICT ' R.C.W. 52.28.010, 52.28.020, 52.28.030 52.28.040 2.28 0 0• Provides authority for, ' requirements of, and penalties for failure to secure a fire permit for building an open fire within a fire protection district. UNITED STATES COAST GUARD Section 9 of River and Harbor Act of March 3 1899 General Bridge Act of March 23 1906, and General Bridge Act of 1946 as amended August 2 1956• Requires a permit for ' construction of bridge on navigable waters (King County Department of Public Works will obtain). King County Department of Public Works will comply with pertinent sections of the following laws while securing the aforementioned permit: Section 4(f) of Department of Transportation Act, National Environmental Policy Act of 1969, Water Quality Improvement Act of 1970. PUGET SOUND AIR POLLUTION CONTROL AGENCY ' Section 9.02(d) (2) (iii) of Regulation I: Request for verification of population density. ' Contractor should be sure his operations are in compliance with Regulation I, particularly Section 9.02 (outdoor fires), Section 9.04 (particulate matter - dust), and Section 9.15 (preventing particulate matter from becoming airborne). H:forms/envrmtal/envirpol/bh , REQUIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POLLUTION AND PRESERVATION OF PUBLIC NATURAL RESOURCES ENVIRONMENTAL PROTECTION AGENCY Title 40, Chapter Ic, Part 61: Requires that the Environmental Protection Agency be notified five (5) days prior to the demolition of any structure containing asbestos material (excluding residential structures having fewer than five (5) dwelling units). ' The above requirements will be applicable only where called for on the various road projects. Copies of these permits, ordinances, laws, and resolutions are available for inspection at the Office of the Director of Public Works, 900 King County Administration Building, Seattle, WA. 98104. It shall be the responsibility of the Contractor to familiarize himself with all requirements therein. All costs resulting therefrom shall be included in the Bid Prices and no additional compensation shall be made. All permits will be available at construction site. Morms/envrtntal/envirpol/M Cityof Renton i SUPPLENMNTAL 1 SPECIFICATIONS for the 1 1991 Standard Specifications for Road, Bridge, and Municipal Construction i 1 �Y ti O 1 g4 �' r 1 1 1 ®Washington State Department of Trans 1 p°rtation 1 1 1 American Public Works Association Washington State Chapter CITY OF RENTON STANDARD SPECIFICATIONS The City of Renton Standard Specifications for Municipal Construction (hereafter referred to as The Renton Standards) shall apply to all work performed within the public right of way by, or for, the City of Renton; or work performed as an extension, betterment or addition to any of the City's utility, or transportation systems. The Renton Standards are comprised of the following documents: Standard Specifications ' The Standard Specifications are '7he 1991 Standard Specifications for Road, Bridge, and Municipal Construction' published by the Washington State Department of Transportation and the American Public Works Association, Washington Chapter, as modified and adopted by the City of Renton. All original (WSDOT/APWA) text is reproduced in it's entirety for clarity and context. All original text being deleted is shown with a line through the characters. This*9 being deleted. All replacement text or text being added is shown in bold face type. All revisions, either additions or deletions are further shown with a change bar in the outside margin of the page. ' Standard Plans The Standard Plans are selected pages of '7he Standard Plans for Road and Bridge Construction' as published by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association, adopted by the City of Renton, and bound together with those standard plans created by the City of Renton. ' An appendix contains the original WSDOT/APWA index showing the disposition (Adopted, Replaced, or Deleted) of all original pages. Supplemental Specifications The City of Renton Supplemental Specifications is a compilation of the revisions made to the original WSDOT/APWA ' document and is produced to be used together with the original document. Those documents listed above shall govern all work, except as these standards may be modified or superseded by ' project-specific plans, special provisions or other documents officially approved by the City of Renton. All work within the public right of way performed by other agencies or private parties working under permit authority of the City of Renton shall follow these standards with the exception of those requirements which pertain to payment and financing. Copies of the Renton Standards are on file at the Customer Service desk of the PlanningBuilding/Public Works ' Department, Municipal Building, Renton, Washington 98055, where they may be examined and copied by any interested Ply• -SP 4 1 Division 1 General Requirements Division 2 Earthwork ' Division 3 Production From Quarry and Pit Sites and Stockpiling Division 4 Bases ' Division 5 Surface Treatments and Pavements Division 6 Structures ' Division 7 Drainage Structures, Storm Sewers, Sanitary Sewers, Water Mains, and Conduits Division 8 Miscellaneous Construction Division 9 Materials ' 1 SP-ii- ' TABLE OF CONTENTS SUPPLEMENTAL SPECIFICATIONS ' Division 1 General Requirements...................................... 1-01 Definitions and Terms............................................... 1 ................... 1-01.3.............................................................................. Definitions 1 ' 1-02 Bid Procedures and Conditions a . . . ... .. ' . . 1-02.1........................................................PregQualification of Bidders 4 1-02.2..........................................Plans and SPecificationsBid Documents 4 1-02.6..............................................................Preparation of Proposal 6 1-02.9.............................................. ........... .......Delivery of Proposal 6 1-02.11 ............................................Combination and Multiple Proposals 6 1-02.12......................................................Public Opening of Proposals 6 1-02.13 ..................................................................Irregular Proposals 7 ' 1-02.14........................................................Disqualification of Bidders 7 1-02.15...................'..........................................Pre-Award Information 7 1-03 Award and Execution of Contract............................................................................7 1-03.1.................................................... Consideration of Bids 7 1-03.2................................................................. . Award of Contract 8 1-04 Scope of the Work.................................................................................................8 1-04.1.................................................................Intent of the Contract 8 ' 1-04.2Coordination of Contract Documents,Plans,Special Provisions Specifications, and Addenda............................. 1-04.6................................................ Increased or Decreased Quantities 9 1-04.11 ........................................................................ Final Cleanup 9 1-05 Control of Work...................................................... 1-05.1............................................................Authority of the Engineer 9 1-05.3.......................................................Plans and Working Drawings 10 ' 1-05.5........................................... ..........................Vacant Surveying 10 1-05.8Vacant Contracting Agency's Right to Correct Defective and Unauthorized Work.................................................................................... 11 1-05.10............................................................................Guarantees 12 ' 1-05.11 . .........................................................Final Inspection 12 1-05.12............. .Final Acceptance 13 1-05.13.....................Superintendents, Labor,and Equipment of Contractor 13 1-05.16....................................................................Water and Power 13 ' 1-05.17.....................................................................Oral Agreements 14 1-06 Control of Material...............................................................................................14 1-06.5.............................................................Foreign-Made Materials 14 1-07 Legal Relations and Responsibilities to the Public.............. ....14 1-07.1.................................................... ............Laws to be Observed 14 1-07.2....................................................State Sales Taxes(APWA only) 15 1-07.7.............................................................................Load' Limits 16 1-07.14................................. ....................Responsibility for Damage 19 1-07.15.................................Temporary Water Pollution/Erosion Control 20 1-07.16.........................................Protection and Restoration of Property 22 1-07.17.................................................... Utilities and Similar Facilities 23 1-07.18............................ Public Liability and Property Damage Insurance 23 1-07.20...................................Patented Devices,Materials,and Processes 26 1-07.22...................................................................Use of Explosives 26 ' 1-07.23................................................................. Traffic Control 26 1-07.24........................................................................Rights of Way 31 1-07.26............................................Personal Liability of Public Officers 32 1-07.27..............................................No Waiver of State's Legal Rights 32 ' 1-08 Prosecution and Progress .....................................................................................32 1-09.1. .. .Subcontracting 32 1-09.4..................................................................Prosecution of Work 34 1-08.5.................................................................Time for Completion 34 1-08.9...................................................... ..Liquidated Damages 34 1-08.10...........................................................Termination of Contract 35 1-08.11 ...............................................Contractor's Plant and Equipment 36 1-08.12...................................................................Attention to Work 36 -SP 4U TABLE OF CONTENTS ' SUPPLEMENTAL SPECIFICATIONS 1-09 Measurement and Payment....................................................................................36 1-09.1..........................................................Measurement of Quantities 36 ' 1-09.3......................................................................Scope of Payment 37 1-09.6..........................................................................Force Account 38 1-09.8..................................................... Payment for Material on Hand 39 1-09.9....................................................................... . ...... Payments 40 ' 1-09.11................................................................Disputes and Claims 42 1-09.12.................................................................................. Audits 44 1-09.13.............................................................................Arbitration 44 ' 1-10 VACANT.................................................................................. .............45 Division 2 Earthwork....................................................................................................................45 2-01 Clearing, Grubbing,and Roadside Cleanup.................... ' 2-01.2..........................................Disposal of Usable Material and Debris 45 2-02.3..........................................................Construction Requirements 45 2-02.5..................................................................... Payment 46 2-03 Roadway Excavation and Embankment.............................................. .......46 ........... 2-03.4........................................................................... Measurement 46 2-03.5..................................................................................Payment 46 2-04 Haul...................................................................................................................47 ' 2-04.5..................................................................................Payment 47 2-09 Structure Excavation ...........................................................................................47 2-09.1..............................................................................Description 47 2-09.3..........................................................Construction Requirements 47 ' 2-09.4.............:............................................................. Measurement 48 2-09.5..................................................................................Payment 48 Division 3 Production From Quarry and Pit Sites and Stockpiling............... ' 3-02 Stockpiling Aggregates..........................................................................................49 3 02.4........................................................................... Measurement 49 Division 4 Bases...................................................................... .................49 ..................................... 4-04 Ballast and Crushed Surfacing...............................................................................49 4-04.3..........................................................Construction Requirements 49 Division 5 Surface Treautments and Pavements.................................................................................50 5-04 Asphalt Concrete Pavement....................................................... . . .. .......50 5-04.1....................................................................... . . .Description 50 ' 5-04.3..........................................................Construction Requirements ' 50 5-04.5..................................................................................Payment 53 5-05 Cement Concrete Pavement...................................................................................55 5-05.2.......................................................... .....................Materials 55 ' 5-05.3..........................................................Construction Requirements 55 Division6 Structures....................................................................................................................57 6-02 Concrete Structures........................................................ ..... ..57 6-02.3 ' 6-02.5..........................................................Construction Requirements 57 ................................................................Payment 74 6-03 Steel Structures.............................................................. .................. t 6-03.3..........................................................Construction Requirements 75 6-04 T'umber Structures................................................................................................79 6-04.3..........................................................Construction Requirements 79 6-05 Filing.......................................................................... .................. ' 6-05.3..........................................................Construction Requirements 80 6-07 Painting........................................................................ 6-07.3..........................................................Construction Requirements 82 6-11 Rockeries............................................................... ' 6-11.1.................................................. Description 6-11.2.................................................................................Materials 82 6-11.3..........................................................Construction Requirements 83 ' -SP-Iv ' TABLE OF CONTENTS SUPPLEMENTAL SPECIFICATIONS 6-11.4...........................................................................Measurement 83 &11.5............................................ ... Payment 83 .................................. 6.12 Precast Concrete Retaining Wall Systems.................................................................83 6-12.1.........:....................................................................Description 83 6-12.2................................................................................ Materials 83 ' 6-12.3..........................................................Construction Requirements 84 6-12.4...........................................................................Measurement 84 6-12.5................................................................................. Payment 84 Division 7 Drainage Structures,Storm Sewers,Sanitary Sewers, Water Mains,and Conduits....................84 7-01 Drains................................................................................................................84 7-01.2 ............................................................................... Materials 84 ' 7-01.3 .........................................................Construction Requirements 85 7-01.4 ......................................................... ................Measurement 85 7-02 Culverts..............................................................................................................85 ' 7-02.2 ............................................................................... Materials 85 7-02.5 ................................................................................ Payment 86 7-03 Structural Plate Pipe, Pipe Arch,Arch,and Underpass................................ ...........87 7-03.2 ............................................................................... Materials 87 7-03.3 .........................................................Construction Requirements 87 7-03.5 ................................................................................ Payment 87 7-04 Storm Sewers................................................................................. .....88 ...... ........ 7-04.2 ............................................................................... Materials 88 7-04.3 .........................................................Construction Requirements 88 7-04.4 ..........................................................................Measurement 88 7-04.5 ................................................................................ Payment 89 ' 7-05 Manholes,Inlets,and Catch Basins................................... 7-05.3 .........................................................Construction Requirements 89 7-05.4 ..........................................................................Measurement 91 7-05.5 ................................................................................ Payment 91 ' 7-10 Trench Exc.,Bedding,and Backfill for Water Mains ................................................. 7-10.3 .................................................................Cons Construction Details traction 92 7-10.4 ..........................................................................Measurement 92 7-10.5 93 ................................................. . Payment' 7-11 Pipe Installation for Water Mains.................................................. .............93 7-11.3 .................................................................Construction Details Construction 93 7-12 Valves for Water Mains.........................................................................................98 7-12.2 ............................................................................... Materials 98 7-14 Hydrants.............................................................................................. ....98 ........... 7-14.3 .................................................................Construction Details 98 7-14.5 ................................................................................ Payment 99 ' 7-15 Service Connections.............................................................................. ....99 ............ 7-15.3 .................................................................Construction Details 99 7-17 Sanitary Sewers...................................................................... .....................99 7-17.1 .............................................................................Description 99 ' 7-17.2 ............................................................................... Materials 100 7-17.3 .........................................................Construction Requirements 100 7-17.4 ..........................................................................Measurement 101 7-17.5 ................................................................................ Payment 101 Division 8 Miscellaneous Construction...........................................................................................102 8-02 Roadside Planting...............................................................................................102 ' 8-02.3 .........................................................Construction Requirements 102 8-04 Curbs, Gutters,and Spillways..............................................................................102 9-04.5 ................................................................................ Payment 102 8-05 Integral Cement Concrete Curb............................................................................103 ' 8-05.5 ................................................................................ Payment 103 8-09 Raised Pavement Markers ...................................................................................103 8-09.3 .........................................................Construction Requirements 103 ' 8-09.5 ...............................................................................: Payment 1038-10 Guide Posts......................................................................................... ..........103- SP-v- TABLE OF CONTENTS ' SUPPLEMENTAL SPECIFICATIONS 8-10.2 ................................................................................Materials 103 8-11 Guardrail....................................................................................... .........103 ' 8-11.4 .......................................................................... Measurement 103 8-11.5 ............................. .................................................Payment 103 8-20 Illumination, Traffic Signal Systems, and Electrical.................................................104 8-20.2 .............................................. ...Materials 104 ' ............................... 8-20.4 .......................................................................... Measurement 113 8-20.5 .................................................................................Payment 113 9-21 Permanent Signing................................................ ' 8-21.3 .........................................................Construction Requirements 114 8-22 Pavement Marking.............................................................................................115 8-22.1 .............................................................................Description 115 8-22.4 .......................................................................... Measurement 117 , 8-22.5 .................................................................................Payment 117 Division9 Materials....................................................................................................................117 9-02 Bituminous Nfaterials....................................................... ......117 ' ............... 9-02.1 ..........................................................Asphalt Material, General 118 9-02.2 ...........................................................Sampling and Acceptance 118 9-03 Aggregates................................................. .....................................................118 ' 9-03.1 ......................................Aggregates for Portland Cement Concrete 118 9-03.8 ................................................. Aggregates for Asphalt Concrete 119 9-03.21 ..................................................................Recycled Material 121 9-04 Joint and Crack Sealing Materials......................... ...................................... ' •• ....... 121 9-04.10 ...........................................Crack Sealing- Rubberized Asphalt 121 9-05 Drainage Structures,Culverts,and Conduits..........................................................121 9-05.4 .................................................Steel Culvert Pipe and Pipe Arch 121 9-05.9 ................................................Steel Spiral Rib Storm Sewer Pipe 121 ' 9-05.14 ......................................................ABS Composite Sewer Pipe 122 9-05.17 Aluminum Spiral Rib Storm Sewer Pipe..............................122 9-06 Structural Steel and Related Materials.............................................................i�.123 ' 9-06.5 Bolts...................................................................... 9-07 Reinforcing Steel...................................................................................................125 9-07.3 Epoxy-Coatod Steel Reinforcing Bars...................................125 9-07.5 Dowel Bars(For Cement Concrete Pavement)........................126 ' 9-07.6 Tie Bars(For Cement Concrete Pavement)............................126 9-09.2 Grade Requirements..........................................................126 9-10 Piling........................................................................................................... . 126 9-10.5 Steel Piling............................................................. ..126 ' 9-16 Fence and Guardrail........................................................................................ ....126 9-16.1 Chain Link Fence and Gates..............................................12.6 9-16.2 Wire Fence and Gates.......................................................127 ' 9-16.3 Beam Guardrail.......................................... .127 .................... 9-21 Raised Pavement Markers(RPM).............................................................................128 9-21.2 Raised Pavement Markers Type 2.......................................129 9-23 Concrete Curing Materials and Admixtures............................................................128 ' 9-23.1 .............................................Sheet Materials for Curing Concrete 128 9-23.2 ..................Liquid Membrane-Forming Concrete Curing Compounds 128 9-23.2 ............... .................Chlorinated Rubber Type Curing Compounds 128 ' 9-23.9 ..............VACANTWhite Pigmented Curing Compound-Rain Base 129 9-23.9 ....... ............. Fly Ash 129 ............. ................................................ 9-28 Signing Materials and Fabrication.........................................................................129 9-28.6 ...............................................Enclosed Lens Reflective Sheeting 129 t 9-28.15 ......................................................................Sign Structures 130 9-28.16 .........................................................Sign Lighting Luminaires 130 9-29 Illumination,Signals,Electrical............................................................................131 9-29.1 ............................................................... .Conduit 131 ' .... ....... 9-29.2 ........................................................................Junction Boxes 132 9-29.3 ....................................................................Conductors, Cable 132 9-29.4 ..........................................................Messenger Cable,Fittings 133 ' 9-29.6 ........................................................... ........... Light Standards 134 -SP-vt- ' TABLE OF CONTENTS SUPPLEMENTAL SPECIFICATIONS 9-29.9 ................................................................Ballast, Transformers 134 9-29.10 ...........................................................................Luminaires 134 ' 9-29.11 .................................................................Control Equipment 135 9-29.12 ........................................................Electrical Splice Materials 135 9-29.13 ........................................................ Traffic Signal Controllers 135 ' 9-29.16 ................................. .........................Vehicular Signal Heads 140 9-29.17 .................................Signal Head Mounting Brackets and Fittings 142 9-29.20 ................................................................... Pedestrian Signal 143 9-29.24 ....................................................................Service Cabinets 143 9-29.25 ............................Amplifier,Transformer, and Terminal Cabinets 144 9-30 Water Distribution Materials................................................................................145 9-30.1 ......................................................................................Pipe 145 9-30.2 ..................................................................................Fittings 145 ' 9-30.3 ................................................................. .Valves 145 .............. .. 9-30.5 ................................................................................Hydrants 146 t ' SUPSTOP.DOC SP-vii- ' 1-01 Definitions and Terms 1-01 Definitions and Terms 1 Call for Bids (Advertisement for Bids) The published public notice soliciting proposals or bids for Division 1 work stating, among other things, the time, place, and date for General Requirements receiving and opening the bids. Commission, Washington State Transportation Commission 1-01 Definitions and Terms The appointive body having authority over state transportation matters as provided by law. ' 1-01.3 Definitions Contract The written agreement between the Contracting Agency and Act of god the Contractor. It describes,among other things: ' "Act of God" means an earthquake, flood, cyclone, 1. What work will be done, and by when, cyclone, or 2. Who provides labor and materials,and other cataclysmic phenomenon of nature. A rain,windstorm, 3. How Contractors will be paid. high water or other natural phenomenon of unusual intensity The contract includes the contract (agreement) form, ' for the specific locality of the work, which might reasonably bidder's completed proposal form, contract provisions, contract have been anticipated from historical records of the general plans, standard specifications, standard plans, addenda, various locality of the work,shall not be construed as an act of god. certifications and affidavits, supplemental agreements, change Addendum orders,and subsurface boring logs (if any). A written or graphic document, issued to all bidders and Contract Bond identified as an addendum prior to bid opening, which modifies The approved form of security furnished by the Contractor or supplements the bid documents and becomes a part of the and the Contractor's surety as required by the contract, that ' contract. guarantees performance of all the work required by the contract Auxiliary Lane and payment to anyone who provides supplies or labor for the The part of the roadway next to traveled ways for parking, performance of the work. speed changes, turning, weaving, truck climbing or for anything Contract Documents that adds to through traffic movement. The component parts of the contract which may include, Award but are not limited to, the Proposal Form, the Contract ' The formal decision of the Contracting Agency to accept the Form, bonds, insurance information form, insurance lowest responsible and responsive bidder for the work. certificates, various other certifications and affidavit, the Contract Provisions, the Contract Plans, Working Drawings, Bid, Proposal the Standard Specifications, the Standard Plans, Addendum, ' The offer of a bidder on a properly completed proposal and Change Orders. form to perform the contract. Contract Form(Agreement Form) Bidder The form provided by the Contracting Agency that requires ' An individual, partnership, firm, corporation, or joint the authorized signatures of the Contractor and the Contracting venture, submitting a proposal or bid. When required by law or Agency to result in formal execution of the contract. otherwise the individual, partnership, firm, corporation, or joint Contracting Agency venture shall be prequalified. Agency of Government that is responsible for the execution Bid Documents and administration of the contract. The component parts of the proposed contract which may Contractor include, but are not limited to, the proposal form, the proposed contract provisions, the proposed contract plans, addenda, and The individual, partnership, firm, corporation, or joint subsurface boring logs (if any). venture, contracting with the Contracting Agency to do prescribed work. Bridge Approach Embankments Contract Plans An embankment beneath a structure and extending 100 feet beyond a structure's end (at subgrade elevation for the full A publication addressing the work required for an individual embankment width) plus an access ramp on a 10:1 slope to the project. At the time of the call for bids, the contract plans may ' original ground elevation. Also, any embankment that replaces include, but are not limited to, the following: a vicinity map, a unsuitable foundation soil beneath the bridge approach summary of quantities, structure notes, signing information, embankment. _i:: traffic control plans, and detailed drawings; all for a specific individual project. After the contract execution date the contract ' plans include any addenda. ' Page-SP-1 Revision Date: April 26, 1993 1-01 Definitions and Terris 1-01 Definitions and Terms refer to the City of Renton Department of 'Contract Provisions ,. y P A publication addressing the work required for an individual Planning/Building/Public Works. project. At the time of the call for bids, the contract provisions Engineer ' may include, for a specific individual project, the amendments to The Contracting Agency's representative who administers the standard specifications, the special provisions, a listing of the the construction program for the Contracting Agency. applicable standard plans, the prevailing minimum hourly wage ' rates, and an informational proposal form with the listing of bid Federal Highway Administration items. The proposed contract provisions may also include, for a The Federal Agency authorized to approve plans and specific individual project, the required contract provisions contracts for Federal-Aid Highway projects. They also inspect federal aid construction contracts, and various required such projects to ensure contract compliance. ' certifications or declarations. After the contract execution date Frontage Road the contract provisions include the proposed contract provisions and include any addenda, a copy of the contract form, and a A local street or road usually next to an arterial highway copy of the proposal form with the contract prices and that serves abutting property and adjacent areas and controls ' extensions. access. Dates (APWA only) Highway Bid Opening Date (APWA only) A public way for vehicles,including the entire right of way. ' The date on which the Contracting Agency publicly Inspector opens and reads the bids. The Project Engineer's representative who inspects contract Award Date (APWA only) performance in detail. ' The date of the formal decision of the Contracting Laboratory Agency to accept the lowest responsible Bidder for The laboratories of the Contracting Agency, or other the work. laboratories the Contracting Agency authorizes to test work, , Contract Execution Date(APWA only) soils,and materials. The date the Contracting Agency officially binds the Major Contract agency to the contract. (Bid)Item A bid item, unless specifically excluded in the Contract Completion Date (APWA only) Provisions,for which the unit bid item price extension is 10% The contract deadline date for completion of all the or more of the Awarded Contract Price(excluding retail taxes work the contract requires. This date may be collected in accordance with excise tax rule 170) as , revised to conform with authorized adjustments of determined by the original estimated quantities and unit bid contract time. item prices. Substantial Completion Date (APWA only) Material The date established by the Contracting AGency or Any substance specified for use in the construction of the , Engineer when the contract work is completed to a project and its appurtenances which enters into and forms a point that the formula for liquidated damages will part of the finished structure or improvement and is capable no longer be used and liquidated damages thereafter of being so used and is furnished for that purpose. ' will be assessed on the basic of direct engineering adn related cost for overruns of the contract time Materialman until the Actual Completion Date. A person or organization who furnishes a raw material, Actual Completion Date(APWA only) supply, commodity, equipment, or manufactured or ' The date established by the Engineer as the date that fabricated product and does not perform labor at the Project all the work the contract requires is complete. Site;a supplier. Acceptance Daate (APWA only) Notice to Proceed ' The date the Contracting Agency accepts the The written notice from the Contracting Agency or completed contract and items of work shown in the Engineer to the Contractor authorizing and directing the final estimate. Contractor to proceed with the Work and establishing the ' Notice of Award(APWA only) date on which the Contract Time begins. The written notice from the Contracting AGnecy to Or Equal the unsuccessful Bidder signifying the Contracting Where the term "or equal" is used herein, the ' Agency's acceptance of the Bid. Contracting Agency, or the Contracting Agency on recommendation of the engineer,shall be the sole judge of the Department,Department of Transportation quality and suitability of the proposed substitution. The State Agency authorized by law to administer , transportation-related work. Where applicable this shall also Page-SP-2 ' Revision Date: April 26, 1993 ' 1-01 Definitions and Terms 1-01 Definitions and Terms ' Plans Standard Plans The contract plans and/or standard plans which show A manual of specific plans or drawings adopted by the location, character, and dimensions of prescribed work including Contracting Agency which show frequently recurring iayouts, profiles, cross-sections, and other details. components of work that have been standardized for use. Project Engineer State The Engineer's representative who directly supervises the The state of Washington acting through its representatives. engineering and administration of a construction project. The State shall also refer to The City of Renton and its Proposal Form authorized representatives where applicable. ' The form provided to bidders by the Contracting Agency for Structures submittal of a proposal or bid to the Contracting Agency for a Bridges, culverts, catch basins, drop inlets, retaining walla, specific project. The form includes the item number, estimated cribbing, manholes, endwalls, buildings, service pipes, sewers plan quantity, and item description of the bid items along with underdrains, foundation drains, and other features found during ' blank spaces to be completed by the bidder for the unit prices, work that the contract may or may not classify as a structure. extensions, the total bid amount, signatures, date, acknowledgment of addenda, and the bidder's address. The Subcontractor required certifications and declarations are part of the form. An individual, partnership, firm, corporation, or joint Right of Way venture who is sublet part of the contract by the Contractor. Land, property, or property interest, usually in a strip, Subgrade acquired for or devoted to transportation purposes. The top surface of the roadbed on which subbase, base, ' Roadbed surfacing,pavement, or layers of similar materials are placed. The graded part of the roadway within top and side slopes, Substructure prepared as a foundation for the pavement structure and The part of the structure below: shoulders. 1. Simple and continuous span bearings,or 2. The bottom of the girder or bottom slab soffit,or Roadway 3. Arch skewbacks and construction joints at the top of ' The portion of the right of way within the outside limits of vertical abutment members or rigid frame piers. the side slopes. Substructures include endwalls, wingwalls, barrier and Secretary, Secretary of Transportation railing attached to the wingwalls, and cantilever barriers and ' The chief executive officer of the Department and other railings. authorized representatives. The chief executive officer to the Superstructure Department shall also refer to the Department of The part of the structure above: Planning/Building/Public Works Administrator. 1. Simple and continuous span bearings,or Shoulder 2. The bottom of the girder or bottom slab soffit,or 3. Arch skewbacks and construction joints at the top of The part of the roadway next to the traveled way or vertical abutment members or rigid frame piers. auxiliary lanes. It provides lateral support of base and surface and extending: ' courses and is an emergency stopping area for vehicles. 1. from the back of pavement seat to the back of Special Provisions pavement seat when the endwalls are attached to the S..__,_�__._, superstructure, or ' rr —Modifications a the 2 from the expansion standard specifications P� Joint at the end pier to the speeifieetions and supplemental specifications that apply to an expansion joint at the other end pier when the endwalls individual 'roect. The s are not attached to the superstructure. ' p pedal provisions may describe work the specifications do not cover. Such work shall comply first Superstructures include,but are not limited to, girders, slab, with the special provisions and then with any specifications barrier, and railing attached to the superstructure. that apply. The Contractor shall include all costs of doing Superstructures do not include endwalls, wingwalls, barrier PP y• and railing attached to the wingwalls, and cantilever barriers and this work within the unit bid prices. If the special provisions ' require work that has no unit bid price, costs shall be railings unless supported by the superstructure. incidental and included within the unit bid prices in the Surety contract. A company that is bound with the Contractor to ensure t Specifications performance of the contract,payment of all obligations pertaining Provisions and requirements for the prescribed work. to the work, and fulfillment of such other conditions as are specified in the contract, contract bond, or otherwise required by law. Page-SP-3 Revision Date: April 26, 1993 1-02 Bid Procedures and Conditions 1-02Bid Procedures and Conditions Titles (or Headings) , The titles or headings of the sections and subsections herein are intended for convenience of reference and shall not be bidder shal-i ensure O.M. of the ' considered as having any bearing on their interpretation. Traveled Way That part of the roadway made for vehicle travel excluding does e*eeed the ' shoulders and auxiliary lanes. Work The provision of all labor, materials, tools, equipment, and everything needed to successfully complete a project according filed a "Stmiderd—Qnesiiew:sire RIgMncisfNIRL7r� 1 to the contract. T-eget ar they-shaH else filers stwida:d faint of "Indiridesl Working Drawings ' Shop drawings, shop plans, erection plans, falsework plans, framework plans, cofferdam, cribbing and shoring plans, bending diagrams for reinforcing steel, or any other } ' supplementary plans or similar data, including a schedule of submittal dates for working drawings where specified, which the -2- A Contractor must submit to the Engineer for approval. ' 1 02 Bid Procedures and Conditions aid 1-02.1 PregQualification of Bidders any memb reseltitiononly after a Frespeetive bidder submits a "Stand autherize the joint -ventere agreernent wtd nftrne the oaths.bidder is quaiified to perferin highway, read, or ether t*Mie 4:he Gentreetin, Ageney iki]4 tfea! kite eentin"ing jeint bens- ' Seet_on 1 02.14. 11A Bidders shall be qualified by experience, financing, , equipment, and organization to do the work called for in the IrOgFeetiN-e bidder ef the reasons they failed to be reettali Contract Documents. The Contracting Agency reserves the right to take whatever action it deems necessary to ascertain the ability of the Bidder to perform the work satisfactorily. ' This action may include a prequalification procedure prior to the Bidder being furnished a bid on any contract or a preaward survey of the Bidder's qualifications prior to award. ' 1-02.2 140M and SpeeifleatiomBid Documents preqmhfieatien or reduee its eirle"m if-. file in the affiee&-ef- ] 1 T T he extent of ether work the bidder has tinder __ _ ^� r er is!coated,VMd bids, the Gentmeting Ageney=inay deeide that a Freqtteli for the fee given in live eaN fer bid@. :Rie fee shall eteeemp"y bidder is net respensible and may reftise to eeeept the bid en eaeh request far plans. Gheelm sh*14 be te the Stm Page-SP-4 ' Revision Date: April 26, 1993 ' 1-02 Bid Procedures and Conditions 1-02Bid Procedures and Conditions ' obstacles to be encountered insofar as this information is reasonably ascertainable from an inspection of the work site (including material sites) as well as from the To Prime Contracto No.of Se ref bid documents and other information made a part of this contract; and 4. Has satisfied itself as to the adequacy of time allowed speeimi upon for the completion of the contract. 'w' Any failure of the bidder to take the actions described and acknowledged in this clause shall not relieve the bidder from • ,tpy responsibility for estimating properly the difficulty and cost of ' pehrisienaVoith successfully performing the work, or from proceeding to plan sheets. successfully perform the work without additional expense to the Contracting Agency. ' } ismordynto+ The bidder agrees that the Contracting Agency shall not be mat liable to it on any claim for additional payment or additional time or any claim whatsoever if the claim directly or indirectly results from the bidder's failure to investigate and familiarize itself *aqueet fora sufficiently with the conditions under which the contract is to be p�rj+isietts performed. sheets. The bidder shall be familiar and comply with all Federal, State, and local laws, ordinances, and regulations which might and Svpphe. No.of-Se affect those engaged in the work. The Contracting Agency will not consider any plea of misunderstanding or ignorance of such requirements. ' Bid prices shall reflect what the bidder anticipates to be the prerroiena E� cost of completing the work, including methods, materials, labor, and equipment. Except as the contract may provide, the bidder shall receive no payment for any costs that exceed those in the bid prices. Prospective bidders are advised that work on or adjacent to eurreM f Mes" water may require insurance coverage in compliance with: Information as to where Bid Documents can be obtained 1. The Longshoremen's and Harbor Worker's ' or reviewed will be found in the Call for Bids for the Work Compensation Act (administered by U.S. Department placed in the Contracting Agency's official newspaper. of Labor), or 2. The State Industrial Insurance (administrated by the 1-02.4(1) General Washington State Department of Labor and Industries), ' The bidder shall carefully examine the bid documents as or defined in Section 1-01.3. Submittal of a bid shall be conclusive 3. god evidence that the bidder has made these examinations and The Contractor shall bear all cost for such insurance as provided ' understands all requirements for the performance of the in Section 1-07.10. completed work. The bidder further warrants, agrees, and No Claim shall be allowed because of any ambiguity in the acknowledges by submitting a bid that it: contract if: 1. Has taken steps reasonably necessary to ascertain the 1. The bidder discovers an ambiguity but fails to notify ' nature and location of the work; the Contracting Agency or 2. Has investigated and satisfied itself as to the general 2. The bidder failed to discover et y a patent ambiguity and local conditions which can affect the work or its that would be discovered by a reasonably prudent 1 cost, including but not limited to: contractor in preparing its bid. a. Conditions bearing upon acquisition, Any prospective bidder desiring an explanation or transportation, disposal, handling, and storage of interpretation of the bid documents, must request the explanation materials, or interpretation in writing soon enough to allow a written reply b. The availability of labor, materials, water, electric to reach all prospective bidders before the submission of their power, and roads, bids. Oral explanations, interpretations, or instructions given by C. Uncertainties of weather, river stages, tides, or anyone before the award of a contract will not be binding on the similar physical conditions at the site, Contract Agency. Any information given a prospective bidder ' d. The conformation and condition of the ground, concerning any of the bid documents will be furnished to all and prospective bidders as an addendum if that information is deemed e. The character of equipment and facilities needed by the Contracting Agency to be necessary in submitting bids or preliminary to and during work performance; if the Contracting Agency concludes that the lack of the ' 3. Has satisfied itself as to the character, quality, and information would be prejudicial to other prospective bidders. quantity of surface and subsurface materials or Page-SP-S Revision Date: April 26, 1993 1-02 Bid Procedures and Conditions 1-02Bid Procedures and Conditions ' copartnership, the proposal shall be signed by an authorized , 1-02.4(2) Subsurface information member of the copartnership. When the bidder is a joint venture, If the Contracting Agency has made subsurface investigation the proposal shall be signed by one or more individuals as of the site of the proposed work, the boring log data and soil authorized by the Joint Venture. ' sample test data, and geotechnieal reports accumulated by the Contracting Agency will be made available for inspection by the 1-02.6(1) Proprietary Information bidders. The boring logs shall be considered as part of the Vendors should, in the bid proposal, identify clearly any contract. However, the Contracting Agency makes no material(s) which constitute "(valuable) formula, designs, ' representation or warranty expressed or implied that: drawings, and research data" so as to be exempt from public 1. The bidders' interpretations from the boring logs are disclosure, RCW 42.17.310, or any materials otherwise correct; claimed to be exempt, along with a Statement of the basis for ' 2. Moisture conditions and indicated water tables will not such claim of exemption. The Department(or State) will give vary from those found at the time the borings were notice to the vendor of any request for disclosure of such made;and information received within 5 (five) years from the date of 3. The ground at the location of the borings has not been submission. Failure to so label such materials or failure to ' physically disturbed or altered after the boring was timely respond after notice of request for public disclosure made. has been given shall be deemed a waiver by the submitting The Contracting Agency specifically makes no vendor of any claim that such materials are, in fact, so representations, guarantees, or warranties as to the condition, exempt. ' materials, or proportions of the materials between the specific borings regardless of any subsurface information the Contracting 1-02.9 Delivery of Proposal Agency may make available to the prospective bidders. ' The availability of subsurface information from the Each proposal shall be sealed and submitted in the an Contracting Agency shall not relieve the bidder or the Contractor envelope prerided-wit t-iE. The bidder shall from any risks or of any duty to make examinations and properly address this envelope to ensure proper handling and investigations as required by Section 1-02.4(1) or any other delivery. ' responsibility under the contract or as may be required by law. The Contracting Agency will not consider proposals it receives after the time, or at other than the place, fixed for 1-02.5(1) Additives, Alternates, Deductives opening bids in the call for bids. The Engineer reserves the right to arrange the Bid Forms with Alternates,Additives,or Deductives, if such be to 1-02.11 Combination and Multiple Proposals the advantage of the Contracting Agency. The Bidder shall bid on all Additives, Deductives,or Alternates set forth in the A project may be organized for bidding and construction by Proposal Forms unless otherwise specified in the Special various methods to enable proposals to be submitted for ' Provisions. combined projects or for the construction method specified. The Contracting Agency reserves the right to award combined or 1-02.6 Preparation of Proposal separate bids or by such other method deemed most advantageous to the Contracting Agency. Only those combined ' The Contracting Agency will accept only those proposals bids specifically prescribed in the project special provisions will properly executed on forms it provides. Unless it approves in be accepted. If contracts are awarded for combinations of writing, the Contracting Agency will not accept proposals on projects, separate contracts will be written for each project ' forms attached to the plans and stamped "Informational." included in the combination. All prices shall be in legible figures (not words) written in A bidder submitting more than one proposal at a letting may ink or typed. The proposal shall include: attach one of the following statements to each proposal: 1. A unit price for each item (omitting digits more than "We prefer to be awarded not more than (Number) , four places to the right of the decimal point), each unit contracts for projects for which we have submitted bids at price shall also be written in words;where a conflict this letting;"or arises the written words shall prevail, "We prefer to be awarded contracts of a total value of 2. An extension for each unit price,and not more than$ for projects for which we have letting." 3. The total contract price(the sum of all extensions). submitted bids at this In the apace provided on the signature sheet, the bidder shall Such attachments will not make the proposals irregular. The confirm that all addenda has been received. Contracting Agency will award each contract to the lowest The bidder shall submit a completed "Disadvantaged, responsible bidder but will consider such attachment in Minority or Women's Business Enterprise Certification" if it determining the responsibility of the bidder to perform each applies. contract for which a statement has been attached. Any firm doing business under an assumed name shall ' submit a certified copy of a "Certificate of Assumed Name" 1-02.12 Public Opening of Proposals (unless the Contracting Agency already has a copy on file). Proposals of corporations shall be signed by the officer or Proposals will be opened and publicly read at the time officers having authority to sign them. If a bidder is a indicated in the call for bids unless the bid opening has been , delayed or canceled. Bidders, their authorized agents, and other Page-SP-6 Revision Date: April 26, 1993 ' 1-03 Award and Execution of Contract 1-03Award and Execution of ' Contract interested parties are invited to be present. The Contracting 9. A bidder is not authorized to do business in the state of ' Agency reserves the right to postpone the date and time for Washington;or bid opening. Notification to bidder will be by addenda. 10. There are any other reasons deemed proper. 1-02.13 Irregular Proposals 1-02.15 Pre-Award Information 1. A proposal will be considered irregular and will be Before awarding any contract, the Contracting Agency may rejected if: require one or more of these items or actions of the bidder: a. The authorized proposal form furnished is not 1. A complete statement of the origin, composition, and ' used or is altered; manufacture of any or all materials to be.used, b. The completed proposal form contains any 2. Samples of these materials for quality and fitness tests, unauthorized additions, deletions, alternate bids, 3. A progress schedule(in a form the Contracting Agency or conditions; requires) showing the order of and time required for ' c. The bidder adds provisions reserving the right to the various phases of the work, reject or accept the award, or enter into the 4. A breakdown of costs assigned to any bid item,or contract; 5. Attendance at a conference with the Engineer or ' d. The proposal form is not properly executed; representatives of the Engineer. e. The bidder is not prequalified when so required; 6. Such additional information as may be specified or which will permit the Engineer to determine the f. A price per unit cannot be determined. Bidder's general ability to perform the Work. 2. A proposal may be considered irregular and may be rejected if: 1-03 Award and Execution of Contract a. The proposal does not include a unit price for every bid item; ' b. Any of the unit prices are excessively unbalanced 1-03.1 Consideration of Bids (either above or below the amount of a reasonable bid) to the potential detriment of the Contracting After opening and reading proposals, the Contracting Agency; Agency will check them for correctness of extensions of the c. Receipt of addenda is not acknowledged; prices per unit and the total price. If a discrepancy exists between d. A member of a joint venture and the joint venture the price per unit and the extended amount of any bid item, the submit proposals for the same project (in such an price per unit will control. The total of extensions, corrected instance, both bids may be rejected);or where necessary, and including sales taxes where applicable, ' e. If proposal form entries are not made in ink. will be used by the Contracting Agency for award purposes and to fix the amount of the contract bond. 1-02.14 Disqualification of Bidders 'The right is reserved by the Contracting Agency to waive ' informalities in the bidding, accept a proposal of the lowest A bidder may be deemed not responsible and the proposal responsible bidder, reject any or all bids, republish the call for rejected if: bids, revise or cancel the work,or require the work to be done in 1. More than one proposal is submitted for the same another way if the best interest of the Contracting Agency is ' project from a bidder under the same or different served. names; All bids will be based on total sum of all schedules of 2. Evidence of collusion exists with any'other bidder. prices. No partial bids will be accepted unless so Stated in ' Participants in collusion will be restricted from the call for bids or special provisions. The City reserves the submitting further bids; right however to award all or any schedule of a bid to the 3. A bidder is not prequalified for the work or to the full lowest bidder at its discretion. extent of the bid; ' 4. An unsatisfactory performance record exists based on 1-03.1(1) Claim of Error past or current Contracting Agency work; A bidder who wishes to claim error after the Bids have 5. There is uncompleted work (Contracting Agency or been opened and tabulated shall submit a notarized affidavit otherwise) which might hinder or prevent the prompt signed by the Bidder, accompanied by original work sheets completion of the work bid upon; used in the preparation of the Bid, requesting relief from the 6. The bidder failed to settle bills for labor or materials on responsibilities of Award. The affidavit shall describe the past or current contracts; specific error(s) and certify that the work sheets are the 7. The bidder has failed to complete a written public originals used in the preparation of the Bid. contract or has been convicted of a crime arising from 'The affidavit and the work sheets shall be submitted to a previous public contract; the Engineer before 5:00 p.m, on the next business day after 8. The bidder is unable, financially or otherwise, to Bid opening or the claim will not be considered. The Engineer ' perform the work; will review the certified work sheets, to determine the validity of the claimed error, and make recommendation to the ' Page-SP-7 Revision Date: April 26, 1993 1-04 Scope of the Work 1-04 Scope of the Work ' Contracting Agency. If the Contracting Agency concurs in , the claim of error the Bidder will be relieved of responsibility, 1-04.2 Coordination of Contract Documents, plans, and the Bid Deposit of the Bidder will be returned. Special Provisions Specifications, and Thereafter, at the discretion of the Contracting Agency, all Addenda ' Bids may be rejected or award made to the next lowest responsible Bidder. The complete contract includes these parts: the contract form, bidder's completed proposal form, contract plans, contract 1-03.2 Award of Contract provisions, standard specifications, standard plans, addenda, ' various certifications and affidavits, supplemental agreements, Normally, contract award or bid rejection will occur within change orders, and subsurface boring logs (if any). These parts 45 calendar days after bid opening. If the lowest responsible complement each other in describing a complete work. Any bidder and the Contracting Agency agree, this deadline may be requirement in one part binds as if dated in all parts. The ' extended. If they cannot agree on an extension by the 45 Contractor shall provide any work or materials clearly implied in calendar day deadline, the Contracting Agency reserves the right the contract even if the contract does not mention it specifically. to award the contract to the neat lowest responsible bidder. The Any inconsistency in the parts of the contract shall be , Contracting Agency will notify the successful bidder of the resolved by following this order of precedence (e.g., 1 presiding contract award in writing. The contract, bond form, and all over 2, 3, 4, 5, 6, and 7; 2 presiding over 3,4, 5, 6, and 7; and other forms requiring execution, together with a list of all so forth): other forms or documents required to be submitted by the 1. Addenda ' successful bidder, will be forwarded to the successful bidder 2. Proposal Form within 10 days of the award. The number of copies to be 3. Special Provisions executed by the Contractor shall be determined by the 4. Contract Plans Contracting Agency. 5 ' 1-03.3(1) General Supplemental Specifications. The Contracting6 Standard Plans Agency is prohibited by RCW 39.06.010 from executing a contract with a Contractor who is not 7 Stftnderd Pimm Standard Specifications On the contras plans, working drawings, and standard ' registered or licensed as required by the laws of the state. In addition, the Contracting Agency requires persons doing plans, figured dimensions shall take precedence over scaled dimensions. business with the Contracting Agency to possess a valid City of Renton business license prior to award. This order of precedence shall not apply when work is , required by one part of the contract but omitted from another When the Bid Form provides spaces for a business part or parts of the contract. The work required in one part must license number, a Washington State Contractors registration be furnished even if not mentioned in other parts of the contract. number, or both the Bidder shall insert such information in If any part of the contract requires work that does not ' the spaces provided. The Contracting Agency requires legible include a description for how the work is to be performed, the copies of the Contractor's Registration and business license work shall be performed in accordance with standard trade be submitted to the Engineer as part of the Contracting Agency's post-award information and evaluation activities, practice(s). For purposes of the contract, a standard trade ' practice is one having such regularity of observance in the trade as to justify an expectation that it will be observed by the 1-04 Scope of the Work Contractor in doing the work. In case of any ambiguity or dispute over interpreting the , contract, the Engineer's decision will be final as provided in 1-04.1 Intent of the Contract Section 1-05.1. The intent of the contract is to prescribe a complete work. 1-04.5(1) Potential Claims 'The Contractor shall provide all labor, materials, tools, equipment, transportation, supplies, and incidentals required to Failure on the part of the Public Works Director or his complete all contract work. Omissions from the contract of representative to discover and condemn or reject improper, aetails of work which are necessary to carry out the intent of the defective or inferior work or materials,shall not be construed , contract, or which are customarily performed, shall not relieve as an acceptance of any such work or materials, or the part the Contractor from performing the omitted work, but they shall of the improvement in which the same may have been used. be performed as if fully and correctly set forth and described in To prevent disputes and litigation, it is further agreed by the the contract. The unit contract bid prices shall be full pay for all parties hereto that the public works director or his ' work and materials required to complete the work. representative shall determine the quantity and quality of the The Contractor shall include all costs of doing the work several kinds of work embraced in these improvements. He within the unit bid prices. If the contract plans, contract shall decide all questions relative to the execution of the work provisions, addenda, or any other part of the contract requires and the interpretation of the plans and specifications. ' work that has no unit price in the proposal form,the cost of such 1-04.5(3) Applicable Law and Venue work shall be incidental and incIled within the unit bid prices in The venue of any suit shall be in King County, the contract. ty+ , Washington, and if the contractor is a non-resident of the Page-SP-B Revision Date: Apri126, 1993 , 1-05 Control of Work 1-05 Control of Work State of Washington, he shall designate an agent, upon whom the item in the proposal form only to provide a common basis for process may be served, before commencing work under this bidders. contract. 1-04.11 Final Cleanup 1-04.6 Increased or Decreased Quantities The Contractor shall perform final cleanup as provided in Payment to the Contractor will be made only for the actual this section to the Engineer's satisfaction. The Engineer will not quantities of work performed and accepted in conformance with establish the date of completion until this is done. The highway the contract. When the accepted quantities of work vary from the right of way, material sites, and all ground the Contractor original bid quantities, payment will be at the unit contract prices occupied to do the work shall be left neat and presentable. The ' for accepted work unless the total quantity of any contract item, Contractor shall: using the original bid quantity, increases or decreases by more 1. Remove all rubbish, surplus materials, discarded than 25 percent. In that case that part of the increase or decrease materials, falsework, camp buildings, temporary 1 exceeding 25 percent will be adjusted as follows: structures,equipment,and debris,and 1. Increased Quantities. 2. Deposit in embankments, or remove from the project, Either party to the contract will be entitled to an all unneeded, oversized rock left from grading, equitable adjustment for that portion of the actual surfacing,or paving. ' quantity in excess of 125 percent of the original bid 3. All salvage material as noted on the plans and taken quantity except as limited in subparagraph 3 in this from any of the discarded facilities shall, at the engineer's section. discretion, be carefully salvaged and delivered to the City 2. Decreased Quantities. shops. Any cost incurred in salvaging and delivering such ' Either party to the contract will be entitled an items shall be considered incidental to the project and no equitable adjustment if the actual quantity of work compensation will be made. performed is less than 75 percent of the original bid quantity except as limited in subparagraph 3 in this The Contractor shall not remove warning, regulatory, or section. guide signs unless the Engineer approves. 3. Adjustment Limits. The equitable adjustment for increased or 1_05 Control of Work ' decreased quantities will be determined in accordance with Section 1-09.4 except as limited by the following provisions: 1-05.1 Authority of the Engineer a. No payment for loss of anticipated profits will be allowed because of any decrease from the The Engineer shall be satisfied that all the work is being estimated quantities shown in the proposal form, done in accordance with the requirements of the contract. The contract provisions,and contract plans. contract and specifications give the Engineer authority over the b. For decreased quantities the total payment for work. Whenever it is so provided in this contract, the decision of ' any item will be limited to not more than 75 the Engineer shall be final: provided, however;that if an action percent of the amount originally bid for the is brought within the time allowed in this contract challenging the itempaymentEngineer's decision, that decision shall be subject to the scope of ' pereemamount judicial review provided in such cases under Washington case �,.. law. C. No payment will be made for extended or The Engineer's decisions will be final on all questions unabsorbed home office overhead and field including, but not limited to,the following: ' overhead expenses to the extent that there is an 1. Quality and acceptability of materials and work, unbalanced allocation of such expenses among the 2. Measurement of unit price work, contract bid items. 3. Acceptability of rates of progress on the work, 4. Interpretation of plans and specifications, ' d. No payment for consequential damages will be rP P allowed because of any variance in quantities from 5. Determination as to the existence of changed or those originally shown in the proposal form, differing site conditions, contract provisions, and contract plans. 6. Fulfillment of the contract by the Contractor, e. No adjustment in the unit contract prices will be 7. Payments under the contract including equitable made for any item unless the increase or decrease adjustment, in quantity results in a change of$10,000 or more 8. Suspension(s)of work, as measured by the original bid quantities and unit 9• Termination of the contract for default or public ' prices for the item. convenience, When ordered by the Engineer,the Contractor shall proceed 10. Determination as to wen-weAting unworkable days, with the work pending d rmination of the cost or, time and adjustments for the change. � 11. 'Approval of working drawings. ' The Contracting Agency will not adjust for increases or The Project Engineer represents the Engineer on the decreases if the Contracting Agency has entered the amount for project, with full authority to enforce contract requirements and ' Page-SP-9 Revision Date: April 26, 1993 1-05 Control of Work 1-05 Control of Work carry out the Engineer's orders. If the Contractor fails to respond Contractor shall bear all risk and all costa of any work delays , promptly to the requirements of the contract or orders from the caused by nonapproval of these drawings or plans. Engineer: Unit bid prices shall cover all costs of working drawings. 1. The Project Engineer may use Contracting Agency ' resources, other contractors, or other means to 1-05.5 Nraenn Surveying accomplish the work, and 2. The Contracting Agency will not be obligated to pay 1-05.5(1) General the Contractor, and will deduct from the Contractor's ' payments any costs that result when any other means The Engineer will provide construction stakes and marks are used to carry out the contract requirements or establishing lines, slopes, and grades as stipulated in Sections Engineer's orders. 1-05.50) and 1-05.5(2). The Contractor shall assume full At the Contractor's risk, the Project Engineer may suspend responsibility for detailed dimensions, elevations, and all or part of the work if: excavation slopes measured from these Engineer furnished 1. The Contractor fails to fulfill contract terms, to carry stakes and marks. out the Engineer's orders, or to correct unsafe The Contractor shall provide a work site which has been conditions of any nature, prepared to permit construction staking to proceed in a safe ' 2. The weather or other conditions are unsuitable,or and orderly manner.The Contractor shall keep the Engineer 3. It is in the public interest, informed of staking requirements and provide at least 48 Nothing in these Specifications or in the contract requires hours notice to allow the Engineer adequate time for setting ' the Engineer to provide the Contractor with direction or advice stakes' on how to do the work. If the Engineer approves or recommends Stakes, marks, and other reference points, including any method or manner for doing the work or producing existing monumentation, set by Contracting Agency forces materials,the approval or recommendation shall not: shall be carefully preserved by the Contractor. The ' 1. Guarantee that following the method or manner will Contractor will be charged for the costs of replacing stakes, result in compliance with the contract, markers and monumentatlon that were not to be disturbed 2. Relieve the Contractor of any risks or obligations under but were destroyed or damaged by the Contractor's the contract,or operations. This charge will be deducted from monies due or ' 3. Create any Contracting Agency liability. to become due to the Contractor. Any claim by the Contractor for extra compensation by 1-05.3 Plans and Working Drawings reason of alterations or reconstruction work allegedly due to error in the Engineer's line and grade, will not be allowed ' The contract plans are defined in Section 1-01.3. Any unless the original control points set by the Engineer still proposed alterations by the Contractor affecting the requirements exist, or unless other satisfactory substantiating evidence to and information in the contract plans shall be in writing and will prove the error is furnished the Engineer. Three consecutive require approval of the Engineer. points set on line or grade shall be the minimum points used To detail and illustrate the work, the Engineer may furnish to determine any variation from a straight line or grade. Any to the Contractor additional plans and explanations consistent such variation shall, upon discovery, be reported to the with the original plans. The Contractor shall perform the work Engineer. In the absence of such report the Contractor shall ' according to these additional plans and explanations. be liable for any error in alignment or grade. The Contractor shall submit supplemental working drawings The Contractor shall provide all surveys required other as required for the performance of the work. The drawings shall than those to be performed by the Engineer. be on sheets measuring M by 36 22 by 34 inches or on sheets The Contractor's surveyor shall be a licensed surveyor , with dimensions in multiples of 8-1/2 by 11 inches. The drawings or licensed engineer in the State of Washington. The shall be provided far enough in advance of actual need to allow Contractor shall keep updated survey field notes in a for the review process by the Contracting Agency or other standard field book and in a format set by the Engineer. t agencies. This may involve resubmittals because of revisions or These field notes shall include all survey work performed by rejections. Unless otherwise stated in the contract, the Engineer the Contractor's surveyor in establishing line, grade and will require up to 30 calendar days from the date the submittals slopes for the construction work. Copies of these field notes or resubmittals are received until they are sent to the Contractor. shall be provided the Engineer upon request and upon ' This time will increase if the drawings submitted do not meet the completion of the contract work the field book or books shall contract requirements or contain insufficient details. be submitted to the Engineer and become the property of the If more than 30 calendar days are required for the Contracting Agency. ' Engineer's review of any individual submittal or resubmittal, an If the survey work provided by the Contractor does not extension of time will be considered in accordance with Section meet the standards of the Engineer, then the Contractor 1-08.8. shall, upon the Engineer's written request, remove the The Contractor shall obtain the Engineer's written approval individual or individuals doing the survey work and the ' of the drawings before proceeding with the work they represent. surrey work will be completed by the Engineer at the This approval shall neither confer upon the Contracting Agency Contractor's expense. Costs for completing the survey work nor relieve the Contractor of any responsibility for the accuracy required by the Engineer will be deducted from monies due of the drawings or their conformity with the contract. The or to become due the Contractor. ' Page-SP-10 Revision Date: April 26, IM ' 1-05 Control of Work 1-05 Control of Work ' All costs for survey work required to be performed by Washington. All survey wgrk shall be done in accordance the Contractor shall be included in the prices bid for the with The City of Renton SURVEYING STANDARDS. The ' various items which comprise the improvement. Contractor shall provide all those types of surveying as identified in the Special Provisions or enumerated in the 1-05.5(2) Roadway and Utility Surveys schedule of prices. The Engineer shall furnish to the Contractor one time ' only all principal lines, grades, and measurements the 1-05.5(5) Contractor Provided As-Built Engineer deems necessary for completion of the Work. These Information shall generally consist of one initial set of: It shall be the contractors responsibility to record the 1. Slope stakes for establishing grading, location, by centerline station, offset, and depth below 2. Curb grade stakes, pavement,of all existing utilities uncovered or crossed during 3. Centerline finish grade stakes for pavement sections his work as covered under this project. wider than 25 feet,and It shall be the contractors responsibility to have his 4. Offset points to establish line and grade for surveyor locate by centerline station, offset and elevation, ' underground utilities such as water, sewers, and each major item of work done under this contrail. Major storm drains. items of work shall be defined to include the following items: On alley construction projects with minor grade changes, Manholes, Catch basins and Inlets, Valves, vertical the Engineer shall provide offset hubs on one side of the alley and Horizontal Bends,Junction boxes,Cleanouts,Side to establish the alignment and grade. Alleys with major grade Sewers, Street Lights & Standards, Hydrants, Major changes shall be slope staked to establish grade before offset Changes in Design Grade, Vaults, Culverts, Signal 1 hubs are set. Poles, Electrical Cabinets. 1-05.5(3) Bridge and Structure Surveys After the completion of the work covered by this contract, the contractors surveyor shall provide to the City For all structural work such as bridges and retaining the hard covered field book(s) containing the as-built notes walls, the Contractor shall retain as a part of Contractor and one set of white prints of the project drawings upon organization an experienced team of surveyors under direct which he has plotted the notes of the contractor locating supervision of a licensed surveyor. The Contractor shall existing utilities, and one set of white prints of the project ensure that required field measurements and locations, match drawings upon which he has plotted the as-built location of ' and fulfill the intended plan dimensions. The Contractor shall the new work as he recorded in the field book(s). This provide all surveys required to complete the structure, except drawing shall bear the surveyors seal and signature certifying the following primary survey control which will be provided it's accuracy. by the Engineer: ' 1. Centerline or offsets to centerline of the structure 1-05.8 Vaeani Contracting Agency's Right to Correct 2. Stations of abutments and pier centerlines 3. A sufficient number of bench marks for levels to Defective and Unauthorized Work enable the Contractor to set grades at reasonably If the Contractor fails to remedy defective or short distances unauthorized work within the time specified in a written 4. Monuments and control points as shown on the notice from the Engineer, or fails to perform any part of the Drawings. Work required by the Contract Documents, the Engineer ' The Contractor shall establish all secondary survey may correct and remedy such work as may be identified in controls, both horizontal and vertical, as necessary to assure the written notice with Contracting Agency forces or by such proper placement of all project elements based on the other means as the Contracting Agency may deem necessary. primary control points provided by the Engineer. All survey If the Contractor fails to comply with a written order to work shall be done in accordance with Section 1-11 remedy what the Engineer determines to be an emergency SURVEYING STANDARDS of these specifications. situation, the Engineer may have the defective and During the progress of the Work, the Contractor shall unauthorized Work corrected immediately, have the rejected make available to the Engineer all field books including Work removed and replaced, or have Work the Contractor survey information, footing elevations, cross sections and refuses to perform completed by using Contracting Agency or quantities. other forces. An emergency situation is any situation which, The Contractor shall be fully responsible for the close in the opinion of the Engineer, a delay in its remedy could be ' coordination of field locations and measurements with potentially unsafe, or might cause serious risk of loss or appropriate dimensions of structural members being damage to the public. fabricated. Direct or indirect costs incurred by the Contracting ' 1-05.5(4) Contractor Supplied Surveying Agency attributable to correcting and remedying defective or unauthorized Work, or Work the Contractor failed or When the contract provides that the Contractor shall refused to perform,shall be paid by the Contractor. Payment supply the survey work required for the project the will be deducted by the Engineer from monies due, or to Contractor shall retain as �a part of the Contractor become due, the Contractor. Such direct and indirect costs ' Organization an experienced team of surveyors under the shall include in particular, but without limitation, direct supervision of a surveyor licensed by the State of compensation for additional professional services required, ' Page-SP-I1 Revision Date: April 26, 1993 1-05 Control of Work 1-05 Control of Work ' and costs for repair and, replacement of work of others for the Work when no formal contract is entered into for , destroyed or damaged , by correction, removal, or : such materials. replacement of the Contractor's unauthorized work. No extension of time or compensation will be allowed because of 1-05.11 Final Inspection ' the delay in the performance of the Work attributable to exercise of the Contracting Agency's rights provided herein. The rights exercised under the provisions of this section shall not diminish the Contracting Agency's ability to pursue , any other avenue for additional remedy or damages with respect to the Contractor's failure to perform the Work as in Seetien required. 1-05.11(1) Substantial Completion Date ' 1-05.10 Guarantees When the Contractor considers the entire Work ready for its intended use, the Contractor shall notify the Engineer in writing that the entire Work is substantially complete , (except for such items as are specifically listed by the Contractor as incomplete) and request the Engineer to establish a Substantial Completion Date. The Engineer will schedule an inspection of the Work with the Contractor to ' 1-05.10(1) General Guaranty and Warranty determine the status of completion. The Contractor shall furnish to the Engineer all If, after this inspection, the Engineer concurs with the guarantee or warranty furnished as a normal trade practice Contractor that the Work is substantially complete and ready in connection with the purchase by the Contractor or a for its intended use, the Engineer, by written notice to the , subcontractor, of any equipment, materials, or items Contractor,will set the Substantial Completion Date.If, after incorporated in the Work. this inspection the Engineer does not consider the Work If within one year after the Acceptance Date of the Work substantially complete and ready for its intended use, the by the Contracting Agency, defective and unauthorized Work Engineer will, by written notice, so notify the Contractor ' is discovered, the Contractor shall promptly, upon written giving the reasons therefor. order by the Contracting Agency, return and in accordance Upon receipt of written notice concurring in or denying with the Engineer's instructions,either correct such Work,or substantial completion, whichever is applicable, the ' if such Work has been rejected by the Engineer, remove it Contractor shall pursue vigorously, diligently and without from the Project Site and replace it with nondefective and unauthorized interruption, the Work necessary to reach authorized Work,all without cost to the Contracting Agency. Substantial or Actual Completion. The Engineer will not If the Contractor does not promptly comply with the written schedule final inspection until the entire Work, including final ' order to correct defective and unauthorized Work, or if an cleanup and such extra Work as may have been ordered by emergency exists, the Contracting Agency reserves the right the Engineer, has been completed by the Contractor. The to have defective and unauthorized Work corrected or Contractor shall provide the Engineer with a revised schedule removed and replaced pursuant to Section 1-05.8 "Owner's indicating when the work necessary to reach Substantial Right to Correct Defective and Unauthorized Work." Completion or Actual Completion, whichever is applicable, The Contractor agrees the above one year limitation shall will be finished. not exclude or diminish the Contracting Agency's rights , under any law to obtain damages and recover costs resulting 1-05.11(2) Final Inspection Date from defective and unauthorized work discovered after one When the Contractor considers the Work complete and year but prior to the expiration of the legal time period set ready for Final Inspection,the Contractor by Written Notice, forth in RC W 4.16.040 limiting actions upon a contract in shall request the Engineer to schedule a final inspection. The writing, or liability expressed or implied arising out of a Engineer will set a date for Final Inspection. The Engineer written agreement, and the Contractor will then make a Final Inspection and the Engineer will notify the Contractor in writing of all 1-05.10(2) Warranty of Title particulars in which the Final Inspection reveals the Work The Contractor shall warrant good title to all materials, incomplete or unacceptable. The Contractor shall supplies, and equipment purchased for, or incorporated in immediately take such corrective measures as are necessary the Work. Nothing contained in this paragraph, however, to remedy the listed deficiencies. Corrective work shall be shall defeat or impair the right of persons furnishing pursued vigorously, diligently, and without interruption until materials or labor, to recover under any bond given by the completion. Contractor for their protection, or any rights under any law If action to correct deficiencies is not initiated within 7 permitting such persons to look to funds due the Contractor days after receipt of the Written Notice listing the , in the hands of the Contracting Agency• deficiencies, the Engineer may, upon Written Notice to the The provisions of this paragraph shall be inserted in all Contractor, take whatever steps are necessary to correct subcontracts and material contracts, and notice of its those deficiencies. Such steps may include the correction of provisions shall be given to all persons furnishing materials defects by Contracting Agency forces or by others. In such ' Page-SP-12 Revision Date: April 26, 1993 ' 1-05 Control of Work 1-05 Control of Work ' case,the direct and indirect costs incurred by the Contracting I Agency shall be deducted from monies due or becoming due the Contractor. Such indirect or direct costs shall include in particular, but without limitation to, compensation for A Certificate of Completion for the Work submitted by additional professional services required in cost of repair and the Engineer and approved by the Contracting Agency shall replacement of the work of others which is destroyed or constitute Final Acceptance of the Work. Final Acceptance ' damaged by correction, removal, or replacement of the shall not constitute acceptance of any unauthorized or Contractor's deficient work. defective work or material. The Contractor will not be allowed an extension of Contract Time because of a delay in the performance of the 1-05.13 Superintendents,Labor, and Equipment of Work attributable to the exercise of the Contracting Agency's Contractor rights hereunder. Upon correction of all deficiencies, the Engineer will At all times, the Contractor shall keep at the work site a set notify the Contractor and the Contracting Agency, in writing, of the plans, specifications, special provisions, and addenda. The of the date upon which the Work was considered complete. Contractor shall devote the attention required to make reasonable progress on the work and shall cooperate fully with the Engineer 1-05.11(3) Operational Testing and inspectors. It is the intent of the Contracting Agency to have at final Either the Contractor in person or in authorized acceptance a complete and operable system. Therefore when representative shall remain on site whenever the work is the Work involves the installation of machinery or other underway. Before the work begins, the Contractor shall name in mechanical equipment; street lighting, electrical distribution writing an experienced superintendent who understands the ' or signal systems, buildings, or other similar work it may be contract and is able to supervise the work. This superintendent desirable for the Engineer to have the Contractor operate and shall have full authority to represent and act for the Contractor. test the Work for a period of time after final inspection but Any superintendent who repeatedly fails to follow the Engineer's prior to acceptance. Whenever items of work are listed in the written or oral orders, directions, instructions, or determinations, Contract Provisions for operational testing they shall be fully shall be subject to removal from the project. Upon the written tested under operating conditions for the time period request of the Engineer,the Contractor shall immediately remove specified to ensure their acceptability prior to final such superintendent and name a replacement in writing. acceptance. During and following the test period, the Competent supervisors experienced in the task being Contractor shall correct any items of workmanship, performed shall continuously oversee the contract work. At the materials, or equipment which proves faulty, or that are not Engineer's written request, the Contractor shall immediately in first class operating condition. Equipment, electrical remove and replace any incompetent, careless, or negligent ' controls, meters, or other devices and equipment to be tested employee. during this period, shall be tested under the observation of Noncompliance with the Engineer's request to remove and the Engineer, so that the Engineer may determine their replace personnel at any level shall be grounds for terminating ' suitability for the purpose for which they were installed. the contract under the terms of Section 1-08.10. The costs for power, gas, labor, material, supplies, and The Contractor shall keep all machinery and equipment in everything else needed to successfully complete operational good, workable condition. It shall be adequate for its purpose testing,shall be included in the various contract prices related and used by competent operators. ' to the system being tested, unless specifically set forth The Engineer will rate the Contractor's performance and otherwise in the Bid Form. contract compliance in these categories: Operational and test periods, when required by the 1. Progress of Work, Engineer, shall not affect a manufacturer's guaranties or 2. Quality of Work, ' warranties furnished under the terms of the Contract. 3. Equipment, 4. Administration/Management/Supervision,and 1-05.12 Final Acceptance 5. Coordination and Control of Subcontractors. ' Whenever the Contracting Agency evaluates the Contractor's prequalification pursuant to Section 1-02.1, the Contracting Agency will take these performance under-1GVK Gentraeter to perform all the obligations ander the eanirao , reports into account. eantreet as' The 1-05.16 Water and Power The Contractor shall make necessary arrangements, and ' The dete of that signature eengtitubeo the aeeeFtanee dtkfeT shall bear the costs for power and water necessary for the performance of the Work. Page-SP-13 Revision Date: April 26, 1993 1-06 Control of Material 1-0 al Relations and ' Responsibilities to the Public actions, these regulations require the Contractor to notify the 1-05.17 Oral Agreements nearest Mine Safety and Health subdistrict office (1) of the project before it begins, (2) of the starting date, and (3) of the No oral agreement or conversation with any officer, completion date. agent, or employee of the Contracting Agency, either before Without usurping the authority of other agencies, the or after execution of the contract, shall affect or modify any Contracting Agency will cooperate with them in their efforts to ' of the terms or obligations contained in any of the documents enforce legal requirements. On noticing any violation of a legal comprising the contract. Such oral agreement or conversation requirement, the Engineer will notify the Contractor in an effort shall be considered as unofficial information and in no way to achieve voluntary compliance. The Engineer may also notify binding upon the Contracting Agency, unless subsequently the agency responsible for enforcement if the Engineer deems ' put in writing. that action necessary to achieve compliance with legal requirements. The Engineer will also help the agency obtain 1-06 Control of Material Contractor compliance to the extent such help is consistent with the provisions of the contract. ' Changes in Laws. The Contracting Agency will not 1-06.2(2) Statistical Evaluation of Materials for adjust payment to compensate the Contractor for changes in Acceptance legal requirements unless those changes are specifically UNLESS STATED OTHERWISE IN THE SPECIAL within the scope of RCW 39.04.120. For changes under PROVISIONS STATISTICAL EVALUATION WILL NOT RCW 39.04.120, the Contracting Agency will compensate BE USED BY THE CITY OF RENTON. the Contractor by negotiated change order as provided in Section 1-04.4. ' 1-06.5 Foreign-Made Materials Changes in Taxes. Under certain conditions, the After completing work that includes more than $2,500.00 Contracting Agency will adjust payment to compensate for worth of foreign-made materials, the Contractor shall prepare a tax changes. First, the changes shall involve federal or state ' certified statement to comply with Chapter 39.25 RCW. This taxes on materials used in or consumed for the project. statement must set forth the nature and source of the materials. Second, the changes shall increase or decrease Contractor- The Gentraefor shall deliver this qtfttement to the DeFertment e taxes by more than $100. For items in the original contract, the tax change must occur after the bid opening date. For negotiated contracts or items in a supplemental agreement, the tax change must take place after the The Contractor shall give a copy of the statement to the execution date of the contract or agreement. Within these Engineer. conditions,the Contracting Agency will adjust compensation , by the actual dollar amounts of increase or decrease caused 1-07 Legal Relations and Responsibilities to by the tax changes. the Public If the Engineer requests it, the Contractor shall certify in ' writing that the contract price does not include any extra amount to cover a possible change in taxes. The Contracting Agency 1-07.1 Laws to be Observed may audit the records of the Contractor as provided in Section The Contractor shall always comply with all laws, 1-09.12, to verify any claim for compensation because of , ordinances, and regulations-Federal,State,or local-that affect changes in laws or taxes. work under the contract. The Contractor shall indemnify and In cases of conflict between different safety regulations, save harmless the Contracting Agency (including any agents, the more stringent regulation shall apply. officers, and employees) against any claims that may arise The Washington State Department of Labor and ' because the Contractor(or any employee of the Contractor or Industries shall be the sole and paramount administrative subcontractor or materialman) violated a legal agency responsible for the administration of the provisions of requirement.The Gentreeter shall indernnify and saoe hannieft the Washington Industrial Safety and Health Act of 1973 , (WISHA). The Contractor shall maintain at the Project Site office, or other well known place at the Project Site, all articles necessary for providing first aid to the injured. The , The Contractor shall be responsible for the safety of his/her Contractor shall establish, publish, and make known to all workers and shall comply with safety and health standards such employees, procedures for ensuring immediate removal to a as Safety Standards for Construction Work (Chapter 296-155 hospital, or doctor's care, persons, including employees, who WAC), General Safety and Health Standards (Chapter 296-24 may have been injured on the Project Site. Employees should , WAC), General Occupational Health Standard (Chapter 296-62 not be permitted to work on the Project Site before the WAC), and any other appropriae safety and health codes. Contractor has established and made known procedures for U.S. Mine Safety and Health Administration rules apply removal of injured persons to a hospital or a doctor's care. , when the project includes pit or quarry operations. Among other Page-SP-14 , Revision Date: April 26, 1993 1-07 Legal Relations and Responsibilities to the Public 1-07Legal Relations and Responsibilities to the Public ' The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the Contractor's plant, arply for thig seeiian. appliances, and methods, and for any damage or injury resulting from their failure,or improper maintenance, use,or operation. The Contractor shall be solely and completely 4- responsible for the conditions of the Project Site, including 2- A politieal subdi-vision of the State,et safety for all persons and property in the performance of the work. This requirement shall apply continuously, and not be limited to normal working hours. The required or implied duty of the Engineer to conduct construction review of the Contractor's performance does not, and shall not, be intended to include review and adequacy of the Contractor's safety measures in,on,or near the Project Site. ' 1-07.2(2) State Sales Tax-Rule 171 Work 1-07.2 State Sales Taxes (APWA only) WAC 459-20-171,and its related rules,apply to building, repairing,or improving streets, roads, etc.,which are owned by a municipal corporation, or political subdivison of the 07.2(g) are meent ia ekkrify these rules. :Ate Gentraeter should state, or by the United States, and which are used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within and included as a part of the street or road drainage system and power lines when such are part of the roadway lighting system. For work performed in such cases, the Contractor shall include Washington State Retail Sales Taxes in the various unit Bid Item prices, or other contract amounts, including those that the Contractor pays on the purchase of materials, equipment, or supplies used or consumed in doing the work. only if 6�e Gamrae�ar has ebtained from! Ote SWe Pelartment a . State Derertment of Revenu&Rtile i:;Q and iW reiated Puke the armetimt &A ed relates f&Otis eenfroet or not. Any anwY&nf-9e 9hitH eeHeet from Elie Gentimeting Agettey, retftil sale@ 1-07.2(1) GENERAL (APWA only)Stute Salo unit bid Frieeg or in any ether eantraet ting&-M. The Washington State Department of Revenue has issued ' special rules on the state sales tax. Sections 1-07.2(1) through 1-07.2(4) are meant to clarify those rules. The Contractor should contact the Washington State Department of Revenue for answers to questions in this area. The Contracting ' Agency will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability. The Contractor shall include all Contractor-paid taxes in 1-07.2(3) State Sales Tax-Rule 170 ' the unit bid prices or other contract amounts. In some cases, WAC 458-20-170, and its related rules, apply to the however, state retail sales tax will not be included. Section 1- constructing and repairing of new or existing buildings, or 07.2(3) describes this exception. other structures, upon real property. This includes, but is The Contracting Agency will pay the retained percentage not limited to, the construction of streets, roads, highways, only if the Contractor has obtained from the Washington etc.,owned by the State of Washington;watermains and their State Department of Revenue a certificate showing that all appurtenances; sanitary sewers and sewage disposal systems contract-related taxes have been paid (RCW 60.28.050). The unless such sewers and disposal systems are within, and a Contracting Agency may deduct from its payments to the part of, a street or road drainage system; telephone, Contractor any amount the Contractor may owe the telegraph, electrical power distribution lines, or other Washington State Department of Revenue, whether the conduits or lines in or above streets or roads, unless such amount owed relates to this contract or not. Any amount so power lines become a part of a street or road lighting system; ' deducted will be paid into the proper State fund. and installing or attaching of any article of tangible personal ' Page-SP-1 S Revision Date: April 26, 1993 1-07 Legal Relations and Responsibilities to the Public 1-07Legal Relations and Responsibilities to the Public ' property in or to real property, whether or not such personal 1. Get a waste discharge permit from the Ecology property becomes a part of the realty by virtue of installation. Department before: ' For work performed in such cases, the Contractor shall a. Washing aggregate,and collect from the Contracting Agency, retail sales tax on the b. Discharging water from pit sites or excavations full contract price. The Contracting Agency will into a ground or surface waterway when the water automatically add this sales tax to each payment to the contains turbidity, silt,or foreign materials. ' Contractor. For this reason, the Contractor shall not include 2. Give the Project Engineer a copy of each waste the retail sales tax in the unit Bid Item prices,or in any other discharge permit before the work begins. contract amount subject to Rule 170, with the following 3. Control drainage and erosion to reduce waterway exception. pollution. ' Exception: The Contracting Agency will not add in sales 4. Dispose of, in ways that will prevent their entry into tax for a payment the Contractor or a subcontractor makes State waters, all: on the purchase or rental of tools, machinery; equipment, or a. Toxicants (including creosote, oil, cement, ' consumable supplies not integrated into the project. Such concrete,and equipment wash water), and sales taxes shall be included in the unit Bid Item prices or in b. Debris,overburden, and other waste materials. any other contract amount. 5. Notify the Ecology Department immediately should oil, 1-07.2(43) Services chemicals,or sewage spill into State waters. The Contractor shall not collect retail sales tax from the 1-07.5(4) Air Quality Contracting Agency on any contract wholly for professional or The Contractor shall comply with all rules of local air other services (as defined in State Department of Revenue Rules pollution authorities. If there are none, air-quality rules of the , 138 and 224). State Department of Ecology shall govern the work. The Washington Clean Air Act requires that rock 1-07.5(2) State Departments of Wildlife and crushing, rock drilling, asphalt batch plants, and concrete Fisheries plants recieve an air quality permit in advance of the , In doing the work,the Contractor shall: operation. The air quality permit process may include 1. Not degrade water in a way that would harm fish. additional State Environmental Act (SEPA) requirements. (Criteria: Washington State Water Quality Regulations.) Contractors or operators should contact the appropriate air , 2. Release any fish stranded by the project into a flowing polution control authority well in advance of intended start- stream or open water. up. The permit process may require up to 30 days. 3. Replant any stream bank or shoreline area if the project disturbs vegetative cover. Replanted trees, brush, or 1-07.7 Load Limits , grasses shall resemble the type and density of surrounding growth, unless the special provisions 1 permit otherwise. -07.7(1) General 4. Leave, when the work is complete, an open-water While moving equipment or materials .on any public channel at the lowest level of any isolated pothole to highway, the Contractor shall comply with all laws that control connect it with the main body of water. traffic or limit loads. The contract neither exempts the Contractor from such laws nor licenses overloads. At the Engineer's , 5. Prevent any fish-threatening silt buildup on the bed or g� bottom of any body of water. request, the Contractor shall provide any facts needed to 6. Never block stream flow or fish passage. compute the equipment's weight on the roadway. 7. Keep all equipment out of any flowing stream or other When the Contractor moves equipment or materials within body of water, except as may be permitted by the the project boundaries,legal load limits shall apply on: , special provisions. 1. Any road open to and in use by public traffic, 8. Never remove gravel or other bottom material from the 2. Any existing road not scheduled for major high-water-flow channel bed of any stream or from the reconstruction under the current contract,and bottom of any other body of water, except as may be 3• Any newly paved road (with final lift in place) built ' permitted by the special provisions. under this contract. The Contractor may haul overloads 9. Dispose of any project debris by removal, burning, or (not more than 25 percent above load limits) on such Pe to roads not open public traffic if this does not damage 'placement above high-water flows. P If the work in (1) through (3) above differs little from what completed work. The Contractor shall pay all repair the contract requires, the Contracting Agency will measure and costs of any overload damage. pay for it at unit contract prices. But if contract items do not Elsewhere on the project, the Contractor may operate cover those areas, the Contracting Agency will pay pursuant to equipment with only the load-limit restrictions in 1, 2, and 3 in I Section 1-09.4. Section 1-07.7(2). The Contractor shall remain responsible, however, for all load-caused damage. All vehicles subject to sa," license on a tonnage basis shall be licensed to maximum legal 1-07.5(3) State Department of Ecology capacity before operating under these limits. , In doing the work,the Contractor shall: Page-SP-16 ' Revision Date: April 26, 1993 ' 1-07 al Leg Relations a ons and Responsibilities to the Public 1-07I,ega1 Relations and ' Responsibilities to the Public If necessary and safe to dd so,and if the Contractor requests requested in writing by the Engineer, on projects funded with ' it in writing, the Engineer may approve higher load limits than only Contracting Agency funds. If these payrolls are not supplied those in the load-limit restrictions in 1, 2, and 3 in Section 1- within ten calendar days of the end of the preceding weekly 07.7(2). The written request shall: payroll period for Federal-aid projects or within ten calendar 1. Describe loading details, days from the date of the written request on projects with only ' 2. Describe the arrangement, movement, and position of Contracting Agency funds, any or all payments may be withheld equipment on the structure or over culverts and pipes, until compliance is achieved. Also, failure to provide these and payrolls could result in other sanctions as provided by State laws ' 3. State that the Contractor assumes all risk for damage. (RCW 39.12.050)and/or Federal regulations (29 CFR 5.12). All Unit prices shall cover all costs for operating over bridges certified payrolls shall be complete and explicit. Employee work and culverts. Nothing in this section affects the Contractor's classification codes used on certified payrolls shall coincide other responsibilities under these Specifications or under public exactly with the occupation codes listed on the minimum wage highway laws. schedule in the contract unless the Engineer specifically approves All motor vehicles of the contractor, subcontractors, and an alternate method to identify the occupation coding used by the suppliers shall strictly adhere to ch. 46.44 of the motor Contractor to compare with the codes listed in the contract. vehicle laws of the State of Washington (1967 edition and When an apprentice is shown on the certified payroll at a rate amendments thereof) in regard to size, weight, and bads of less than the minimum prevailing journey wage rate, the motor vehicles. apprenticeship registration number for that employee from the Payment will not be made for any material that is State Apprenticeship and Training Council shall be shown along delivered in excess of the legal weight for which the vehicle is with the correct employee classification code. licensed. Any violation of these regulations shall be reported to the 1-07.9(5)A Fees for Documents affected law enforcement agent. Pursuant to WAC 296-127-040 and 296-127-045,a fee for ' The contractor is to furnish to the Public Works Director each "Statement of Intent to Pay Prevailing Wages" and a listing of all haul vehicles used on the project, listing the "Affidavit of Wages Paid" is required to accompany each vehicle number, license number, tare weight, and licensed form submitted to the Department of Labor and Industries. load limits. The contractor is responsible for payment of these fees and ' 1-07.9(5) Required Documents shall submit all forms directly to the Department of Labor and Industries for approval. The cost of these fees shall be On forms the Industrial Statistician, State Deoartment of included in the prices of the various units of work which Labor and Industries (State L & I) provides the Contractor comprise this contract. ' shall submit to the Engineer The required forms may be obtained from the submit to the e following for itself and for each Department of Labor and Industries. subcontractor and each agent to a subcontractor that In addition, pursuant to RCW 39.12.040, each progress ' performed work on the contract: estimate submitted for payment shall include or have attached 1. A copy of an approved "Statement of Intent to Pay a statement, on a form supplied by The Contracting Agency, Prevailing Wages-" State L&I form number F700- signed by the Contractor that the prevailing wages have been 029-000. The Contracting Agency will make no paid in accordance with the prefded Statement of Intent to payment under this contract for the work performed Pay Prevailing Wages on file with the Contra ene or until this statement has been approved by State L&I Contracting y' the estimate will not be paid. and a copy of the approved form has been submitted to the Engineer. 1-07.9(7) Suppliers, Manufacturers, and Fabricators 2. An copy of an approved "Affidavit of Wages Paid," Section 1-07.9 describes the prevailing wage State L&I form number F700-007-000,with the Final requirements of RCW 39.12 for the firms identified in Section Contract Voucher Certification. The Contracting 1-08.1 as Contractor, subcontractor, and agents to ' Agency will not release to the Contractor any funds subcontractors. The Washington State Department of Labor retained under RCW 60.28.010 until all of the and Industries (State L&I) promulgated rules in WAC 296- "Affidavit of Wages Paid" forms have been approved 127 that defines "Contractor" to include(1) any fabricator or by State L&I and a copy of all approved forms have manufacturer that produces nonstandard items specifically ' been eernpleted-aysubmitted by the Engineer. for a public works project and (2) employers that contract The Contractor shall be responsible for reauestine these with contractors or subcontractors for the purpose of the forms from State L&I and for payine any approval fees production and/or delivery of materials (to a public works required for approval by State L&I project) pursuant to the terms of WAC 296-127-018. The ' In addition, the Prime Contractor shall submit a "Request Contractor shall ensure that any firm (Supplier, for Release" to the Department of Labor and Industries (Section Manufacturer, or Fabricator) that falls under the provisions 1-07.10). That agency provides-the form. of RCW 39.12 only by virtue of the new definition of ' Certified payrolls are required to be submitted by the "Contractor" in WAC 296-127-010, Definitions for Chapter Contractor to the Engineer, for the Contractor and all subcontractors or agents, on all Federal-aid projects and, when Page-SP-17 Revision Date: April 26, 1993 1-07 Legal Relations and Responsibilities to the Public 1-07Legal Relations and ' Responsibilities to the Public 296-127 WAC, complies with all the requirements of RCW b. Work Skills- An outline of the work processes in ' 39.12 including but not limited to the following: which the trainee will receive supervised work (1) File a "Statement of Intent to Pay Prevailing Wages" experience and training on-the-job and the (State L&I Corm number ' F700-029-000) with the allocation of the approximate time to be spent in industrial statistician of State L&I for approval, each major process shall be set forth in these (2) Submit a copy of the approved "Statement of Intent to standards. Pay Prevailing Wages" (State L&I form number F700- c. Terms of Training - The terms of training shall , 029-000)to the Engineer, be stated in hours. The number of hours required (3) Pay the prevailing rate of wage for each classification for completion to journeyman status shall not of workers entitled to the prevailing wage, exceed 1,000 hours for any one individual. (4) File an "Affidavit of Wages Paid" (State L&I form d. Program Monitoring- The method for recording ' number F700-007-000) with the industrial statistician and reporting the training completed shall be of State L&I for approval,and stated. (5) Submit a copy of the approved "Affidavit of Wages e. Ratio of Trainees -A numeric ratio of trainees to ' Paid" (State L&I form number F700-007-000) to the journeymen shall be established. It shall be Engineer. consistent with proper supervision, training, The "Statement of Intent to Pay Prevailing Wages" and safety, and continuity of employment. The ratio the "Affidavit of Wages Paid" forms required only by virtue language shall be specific and clear as to of the new definition of Contractor in WAC 296-127-010 shall application in terms of job site and workforce be on the forms provided by the industrial statistician of State during normal operations (normally considered to L&I. The affected firms shall be responsible for requesting fall between 1:10 and 1:4). these forms from State L&I and for paying any approval fees 2. Program Approval Required - Approval or acceptance , required for approval by State L&I. of the Contractor's training program shall be obtained The Contractor. shall be responsible for ensuring from the Engineer prior to commencing the trainee's compliance with the requirements of WAC 296-127 and RCW work covered by the program. 39.12 by all firms engaged in any part of the work necessary 3. Trainee Approval Required - After approval of the ' to complete this contract. Therefore, should a violation of training program, information concerning each this subsection occur by any firm that is providing work or individual trainee and good faith effort documentation materials for completion of.this contract whether directly or shall be submitted on DOT Form 272-050 in a timely ' indirectly responsible to the Contractor, the Contracting manner. It is the intention of these provisions that Agency will take action against the Contractor, as provided training is to be provided in the construction crafts by the provisions of the contract, to achieve compliance, rather than clerk-typists or secretarial-type positions. including but not limited to, withholding payment on the Training is permissible in lower level management , contract until compliance is achieved. positions such as office engineers, estimators, timekeepers, etc., where the training is oriented toward 1-07.11(7)D Training Program Approval construction applications. , Training Programs will be approved if the proposed number 4. Off-Site Training- Some offske training is permissible of trainees for both the prime and subcontractor cumulatively, as long as the training is an integral part of an approved equal or exceed the number established on the contract and the training program and does not comprise a significant proposed number of training hours shall equal the training bid part of the overall training. ' item hourly assignment. Also, a program will be approved only 5. Training Reimbursement - Except as otherwise noted if it is reasonably calculated to meet the equal employment hereinafter, the Contractor will be reimbursed under opportunity obligations of the Contractor and to qualify the the item "Training" per hour for each hour of training ' average trainee for journeyman status by the end of the training for each employee that is trained in accordance with an period or beneficially contributes toward a trainee achieving approved training program. As approved by the journey status in the classification concerned. In addition, the Engineer, reimbursement will be made for training Contractor shall comply with the following: persons in excess of the number specified herein. i. Other Than Apprenticeship Trades - Contractors who Reimbursement will be made on the monthly progress are not affiliated with a program approved by BAT or estimate upon receipt of a certified invoice that shows IATC can have their training program approved the related weekly payroll number, the name of trainee, provided that the program is submitted for approval on total hours trained under the program, previously paid ' DOT Form 272-049, and the following standards are hours under the contract, hours due this estimate, and satisfactorily addressed and incorporated in the the dollar amount due this estimate. Training invoices Contractor's program: shall be submitted in a timely manner consistent with , a. Minimum Qualifications - The Contractor shall the achievement of training. The certified invoice shall establish minirnym, qualifications for persons show a statement indicating the Contractor's effort to entering the training program. enroll minorities and women when a new enrollment occurs. When an apprentice is first enrolled, copies of ' Page-SP-18 Revision Date: April 26, 1993 ' 1-07 al Relations and Responsibilities to the i� Po e Public 1-07I,egal Relations and Responsibilities to the Public the certificate showing apprenticeship registration must apprenticeship agreement has not been registered and ' accompany the invoice. Reimbursement for approved by the State Apprenticeship Council shall be apprenticeship training occurring prior to approval of considered to be a fully qualified journeyman, and, the training program will be allowed if the Contractor therefore, shall be paid at the prevailing hourly rate for verbally notifies the Engineer of this occurrence at the journeymen. time the apprentice commences work. This reimbursement will be made even though the 1-07.11(10)B Required Records and Retention Contractor receives additional training program funds All records must be retained for a period of three years from other sources, provided such other sources do not following completion of the contract work and shall be available t specifically prohibit the Contractor from receiving at reasonable times and places for inspection by authorized other reimbursement. Reimbursement to the Contractor representatives of the State Department of Transportation, and on for offshe training indicated above may only be made Federal-aid projects,the Federal Highway Administration. ' when the Contractor does one or more of the following On Federal-aid contracts only, the Contractor/Subcontractor and the trainees are concurrently employed on a shall submit to the Project Engineer an annual report for each Federal-aid project: contributes to the cost of the month of July for the duration of the project. The report must training, provides the instruction to the trainee, or pays indicate the number of minority, women, and nonminority group ' the trainee's wages during the offsite training period. employees currently engaged in each work classification required A total of only two hundred hours of flagging and/or by the contract work. This information is to be reported on Form traffic control training will be reimbursed for any PR 1391 by August 2544. ' one individual regardless of the number of projects All Contractors/Subcontractors having contracts of$10,000 worked as an on-the-job trainee. In addition, a or more that are Contracting Agency or Federally funded shall trainee/apprentice, regardless of craft, must have submit a copy of the Office of Federal Compliance (OFCCP) worked on the contract for at least 20 hours to be form CC-257 to the Project Engineer by the fifth of the month ' eligible for reimbursement. during the term of the contract. 6. Compliance - No payment will be made to the Failure to submit the required reports by their due dales Contractor if either the failure to provide the required may result in the withholding of progress estimate payments. training, or the failure to hire the trainee as a journeyman, is caused by the Contractor and evidences 147.13(1) General a lack of good faith on the part of the Contractor in All work and material for the contract, including any change meeting the requirements of this training provision. It is order work, shall be at the sole risk of the Contractor until the ' normally expected that a trainee will begin training on entire improvement has been completed as determined by the the project as soon as feasible after start of work, Engineer,except as provided in this section. utilizing the skill involved and remain on the project as long as training opportunities exist in the work all damages to any portion ei oil P;11� -Y werif ' classification or until the completion of the training Krmse to de program. It is not required that all trainees be on board for the entire length of the contract. A Contractor will God, stieh as earthquake, floods, or etiter eafaelystmi- have fulfilled the responsibilities under this training ' provision if the Contractor has provided acceptable training to the number of trainees specified and has complied with the training hours assigned. The number Shall net apply should damages result ("M the Gentleater-19 trained shall be determined on the basis of the total number enrolled on the contract for a significant period. The work shall be under the contractor's responsible 7. Wage Progressions - Trainees will be paid at least the care and charge. The contractor shall bear all loss and applicable ratios or wage progressions shown in the damage whatsoever and from whatsoever cause, except that apprenticeship standards published by the Washington caused solely by the act of the Contracting Agency which may State Department of Labor and Industries. In the event occur on or to the work during the fulfillment of the contract. that no training program has been established by the If any such loss or damage occurs, the contractor shall ' Department of Labor and Industries, the trainee shall immediately make good any such loss or damage, and in the be paid in accordance with the provisions of RCW event of the contractor refusing or neglecting to do so, the 39.12.021 which reads as follows: Contracting Agency may,itself or by the employment of some ' Apprentice workmen employed upon public works other person, make good any such loss or damage, and the projects for whom an apprenticeship agreement has cost and expense of so doing shall be charged to the been registered and _ approved with the State contractor. Apprenticeship Council pursuant to RCW 49.04, must During unfavorable weather and other conditions, the ' be paid at least the prevailing hourly rate for an contractor shall pursue only such portions of the work as apprentice of that trade. Any workman for whom an shall not be damaged thereby. Page-SP-19 Revision Date: April 26, 1993 1-07 Legal Relations and Responsibilities to the Public 1-07Legal Relations and Responsibilities to the Public No portion of the work whose satisfactory quality or paragraphs of this section if the claim, suit, or action for injuries, efficiency will be affected by unfavorable conditions shall be death, or damages is caused by the sole negligence of the constructed while these conditions exist, unless by special indemnitee. Where such claims, suits, or actions result from the ' means or precautions acceptable to the engineer, the concurrent negligence of (a) the indemnitee or the indemnitee's contractor shall be able to overcome them. agents or employees and (b) the Contractor or the Contractor's If the performance of the work is delayed as a result of agent or employees, the indemnity provisions provided in the , damage by others, an extension of time will be evaluated in preceding paragraphs of this section shall be valid and accordance with Section 1-08.8. enforceable only to the extent of the Contractor's negligence or Nothing contained in this section shall be construed as the negligence of its agents and employees. relieving the Contractor of responsibility for,or damage resulting The Contractor shall bear sole responsibility for damage to from, the Contractor's operations or negligence, nor shall the completed portions of the project and to property located off the Contractor be relieved from full responsibility for making good project caused by erosion, siltation, run-off, or other related any defective work or materials as provided for under Section 1- items during the construction of the project. The Contractor shall 05. also bear sole responsibility for any pollution of rivers, streams, ground water, or other waters which may occur as a result of 1-07.14 Responsibility for Damage construction operations. The Contractor shall exercise all necessary precautions , The Contracting Agency throughout the life of the project to prevent pollution, erosion, and all officers and employees of the State, including but not siltation,and damage to property. limited to those of the Department, will not be responsible in any manner: for any loss or damage that may happen to the work or 1-07.15 Temporary Water Pollution/Erosion Control ' any part; for any loss of material or damage to any of the materials or other things used or employed in the performance of This work consists of temporary measures shown in the work; for injury to or death of any persons,either workers or the plans, specified in the special provisions, proposed by the public; or for damage to the public for any cause which might Contractor and approved by the Engineer, or ordered by the , have been prevented by the Contractor, or the workers, or Engineer as work proceeds. This work is intended to prevent, anyone employed by the Contractor. control, and stop water pollution or erosion within the project, The Contractor shall be responsible for any liability imposed thereby protecting the work, nearby land, streams, and other by law for injuries to, or the death of, any persons or damages to '" bodies of water. �. property resulting from any cause whatsoever during the Controlling pollution, erosion, rvn-off, and related damage performance of the work, or before final acceptance. may require the Contractor to perform temporary work items Subject to the limitations in this section, the Contractor shall including but not limited to: indemnify, defend, and save harmless the Contracting Agency 1. Providing ditches, berms, culverts, and other measures and all officers and employees of to control surface water, the Contracting Agency Swe-from all claims, suits, or actions 2. Building dams, settling basins, energy dissipaters, and brought for injuries to, or death of, any persons or damages other measures,to control downstream flows, ' resulting from construction of the work or in consequence of any 3. Controlling underground water found during negligence regarding the work,the use of any improper materials construction,or in the work, caused in whole or in part by any act or omission by 4. Covering or otherwise protecting slopes until the Contractor or the agents or employees of the Contractor permanent erosion-control measures are working. t during performance or at any time before final acceptance. In Before any work begins, the Contractor shall obtain the addition to any remedy authorized by law, the Contracting Engineer's approval on a plan for temporary water Agency State--may retain so much of the money due the pollution/erosion control. The plan shall show the schedule Contractor as deemed necessary by the Engineer to ensure all erosion-control work, whether permanent as required by Zrthe indemnification until disposition has been made of such suits or contract or temporary as proposed by the Contractor. The plan claims. shall cover all areas the Contractor's work may affect inside and Subject to the limitations in this section, the Contractor shall outside the limits of the project (including all Contracting ' indemnify, defend, and save harmless any county, city, or Agency-provided sources, disposal sites, and haul roads, and all district, its officers, and employees connected with the work, nearby land, streams, and other bodies of water). Before this within the limits of which county, city, or district the work is plan has been approved, the Contractor shall do no clearing and being performed, all in the same manner and to the same extent grubbing or earthwork unless the Engineer approves in writing. , as provided above for the protection of the Contracting Agency The Contractor shall revise and update the plan whenever the State, its officers and employees, provided that no retention of Engineer to requests in writing. money due the Contractor be made by the Contracting Agency The Contractor shall allow at least five working days for the ' Swe xcept as provided in RCW 60.28, pending disposition of Engineer's review of any original or revised plan. Failure to suits or claims for damages brought against the county, city, or approve all or part of any such plan shall not make the district. se Contracting Agency liable to the Contractor for any work delays. The Contractor will not be required to indemnify,defend, or , save harmless the indemnitee as provided in the preceding Page-SP-20 Revision Date: April 26, 1993 ' 1 7-0 Legal Relations and Responsibilities to the Public 1-07Legal Relations and ' Responsibilities to the Public To the degree possible, the Contractor shall coordinate this Erosion control items named in the contract shall be t temporary work with permanent drainage and erosion control considered permanent control measures and paid for at unit work the contract requires. contract prices. If the Engineer, under Section 1-08.6, orders the work suspended for an extended time, the Contractor shall, before the 1-07.15(1) Water Quality Considerations ' Contracting Agency assumes maintenance responsibility, make In addition to other requirements in the Contract every effort to control erosion, pollution, and run-off during Documents this temporary work shall include, but is not shutdown. Section 1-08.7 describes the Contracting Agency's limited to,the following water quality considerations: ' s esponsibility in such cases. 1. Diversion of Uncontaminated Water: Storm water If natural elements rut or erode the slope, the Contractor shall be diverted around the project to prevent hall restore and repair the damage, with the eroded material pickup of silt. This may be accomplished by where possible, and clean up any remaining material in ditches pumping; improvising ditches; lining channels or by and culverts. If the Engineer orders replacement with more or placing metal, plastic or concrete gravity pipe; other materials, unit contract prices will cover the quantities constructing ditches,berms,culverts,etc.,to control needed. surface water;or constructing dams,settling basins, If the Engineer anticipates water pollution or erosion, the or energy dissipators to control down stream flows. ' Contractor shall schedule the work so that grading and 2. Intercepting Ground Water: Surfacing ground permanent erosion control immediately follow clearing and water shall be intercepted and routed around the grubbing. If conditions prevent such scheduling, the Engineer construction site to prevent silt erosion by the use of ' will require temporary control measures between work stages. gravel trenches, French drain tiles, well points, or The Engineer will not permit the area of excavation, interceptor ditch. The Contractor shall provide borrow, and embankment work to exceed the Contractor's ability means of controlling underground water which may to meet the schedule for finish grading, mulching, seeding, and be encountered during the Work. ' other permanent erosion control work. 3. Turbid Water Treatment Before Discharge: Clearing and grubbing, excavation, borrow, or flu within Determination of turbidity in surface waters shall be the right of way shall never expose more than 750,000 square at the discretion of the Engineer; for Lake Class feet of erodible earth, unless the Engineer approves otherwise. Receiving Waters, turbidity shall not exceed 5 NTU ' The Engineer may increase or decrease this,750,000-square-foot (Nephelometric Turbidity Units) over background limit in light of project conditions. conditions; for Class AA and Class A Waters, The Engineer may require temporary control measures if it turbidity shall not exceed 5 NTU over background ' appears pollution or erosion may result from weather, the nature turbidity when the background turbidity is 50 NTU of the materials, or progress on the work. The Engineer may or less, or have more than a 10 percent increase in also require permanent erosion control work to be done with or turbidity when the background turbidity is more immediately after grading. than 50 NTU; for other classes of waters, refer to ' When temporary control devices are no longer needed, the WAC 173-201-045. Contractor shall remove them and finish the areas they occupied The term turbidity means the optical property as the Engineer directs. of sample demonstrating the scattering and Nothing in this section shall relieve the Contractor from absorption of light caused by suspended material as ' complying with other contract requirements. expressed in Nephelometric Turbidity Units and If done according to the approved plan or the Engineer's measured with a calibrated turbidimeter. orders, temporary water pollution/erosion control work will be Discharges to a State waterway caused by ' measured and paid for pursuant to Section 1-09.4: aggregate washing, drainage from aggregate pit 1. At unit contract prices if the work differs little from sites, and stockpiles or dewatering of pits and specified contract work,or excavations shall not increase the existing turbidity 2. By force account, Section 1-09.6, if not covered by of the receiving waters. ' contract items. Turbid water from the Project Site shall be For the purpose of providing a common proposal for all treated before being discharged into stream or other bidders, the Contracting Agency has estimated the cost of State waters. Turbidity may be removed by the use "Temporary Water Pollution/Eroaion Control" and has entered of lagoons or holding ponds, settling basins, t the amount in the proposal to become a part of the total bid by overflow weir, polymer water treatment, the Contractor. discharging to ground surface, by percolation, The Contractor shall bear full responsibility for temporary evaporation or by passing through gravel, sand or 'water pollution control in all sources of material, disposal sites, fiber filters. and haul roads the Contractor provides. All costs for this work 4. Erosion Control: Temporary erosion control shall shall be included in the various unit prices for materials obtained be exercised by minimizing exposed areas and slopes from or hauled to Contractor-ptpyided sites. until permanent measures are effective. Plastic sheet ' covering shall be placed over exposed ground areas to protect from rain erosion. Other alternative methods for erosion control under certain situations ' Page-SP-21 Revision Date: April 26, 1993 1-07 Legal Relations and Responsibilities to the Public 1-07Legal Relations and ' Responsibilities to the Public may include netting,-mulching with binder, and ' seedrng. 1-07.16 Protection and Restoration of Property Should rutting and erosion occur the Contractor shall be responsible for restoring ' 1-07.16(1) Private/Public Property damaged areas and for clean-up of eroded material including that in ditches, catch basins, manholes, The Contractor shall protect private or public property on or and culverts and other pipes. in the vicinity of the work site. Tle Contractor shall ensure that 5. Chlorine Residual: Water containing chlorine it is not removed, damaged, destroyed, or prevented from being ' residual shall not be discharged directly into storm used unless the contract so specifies. drains, streams, or State waters. Chlorine water Property includes land, utilities, trees, landscaping, may be discharged into sanitary sewers or disposed unprovements legally on the right-of--way, markers, monuments, on land for percolation. Chlorine residual may be buildings, structures, pipe, conduit, sewer or water lines, signs, ' reduced chemically with a reducing agent such as and other property of all description whether shown on the plans sodium thiosulphate. Water shall be periodically or not. tested for chlorine residual. If the Engineer requests in writing, or if otherwise 6. Vehicle and Equipment Washing: Water used for necessary, the Contractor shall install protection, acceptable to washing vehicles and equipment shall not be allowed the Engineer, for property such as that listed in the previous to enter storm drains, streams or other State waters paragraph. The Contractoy the construction operation. unless separation of petroleum products, fresh If the Contractor (or agents/employees of the Contractor) ' concrete products or other deleterious material is damage, destroy, or interfere with the use of such property, the accomplished prior to discharge. Detergent solution Contractor shall rector is responsible for locating all property that may be discharged into sanitary sewers or allowed is subject to damage bre it to original condition. The Contractor ' to be held on the ground for percolation. A shall also halt any interference with the property's use. If the recirculation system for detergent washing is Contractor refuses or does not respond immediately, the recommended. Steam cleaning units shall provide a Engineer may have such property restored by other means and device for oil separation. subtract the cost from money that will be or is due the , 7. Oil and Chemical Storage and Handling: Handling Contractor. and storage of oil and chemicals shall not take place The Contracting Agency will obtain all easements and adjacent to waterways. The storage shall be made in w' franchises required for the project.. The contractor shall limit dike tanks and barrels with drip pans provided his operation to the areas obtained and shall not trespass on ' under the dispensing area. Shut-off and lock valves private property. shall be provided on tanks. Shut-off nozzles shall be The Contracting Agency may provide certain lands, as provided on hoses. Oil and chemicals shall be indicated in connection with the work under the contract ' dispensed only during daylight hours unless the together with the right of access to such lands. The dispensing area is properly lighted. Disposal of contractor shall not unreasonably encumber the premises waste shall not be allowed on oil and chemical spills. with his equipment or materials. Fencing shall be provided around oil storage. Locks The contractor shall provide, with no liability to the ' shall be provided on valves,pumps,and tanks. Contracting Agency, any additional land and access thereto 8. Sewage: If a sanitary sewer line is encountered and not shown or described that may be required for temporary repair or relocation work is required, the construction facilities or storage of materials. He shall Contractor shall provide blocking and sealing of the construct all access roads, detour roads, or other temporary ' sanitary sewer line. Sanitary sewer flow shall be work as required by his operations. The contractor shall pumped out,collected, and hauled by tank truck or confine his equipment, storage of material, and operation of pumped directly to a sanitary system manhole for his workers to those areas shown and described and such ' discharge. The existing sewers shall be maintained additional areas as he may provide. by the Contractor without interruption of service by A. General. All tOOstruch°° work under this contract on the use of temporary sewer b ��, right-of-way, over private property or franchise, Po n bypasses. In addition, shall be confined to the limits of such easements,right-ef-way the excavated materials adjacent to and around a or franchise. All work shag be accomplished so as to cause ' rupture of a sanitary sewer line shall be removed the least amount of disturbance and a minimum amount of from the Project Site and deposited into refuse damage. The contractor shall schedule his work so that trucks for haul to a sanitary fill site. Equipment and trenches across easemefts AM not be left open during ' tools in contact with the above materials shall be weekends or holidays and trenches shall not be open for more washed by pressure water lines and the attendant than 48 hours. B. SinnWres. The contractor shall remove such existing wash water discharged into a sanitary sewer line for structures as may be neccommy for the performance of the transmission to a sewage treatment plant work and, if required, shall rebuBd the structures then rmoved in as good a condition as fosmd. He shaII also repair all existing structures which slay be damaged as a result of the work wider this contract. Page-SP-22 Revision Date: April 26, 1993 ' ' 1-07 Legal Relations and Responsibilities to the Public 1-0 al Relations and d Responsibilities to the Public C. Easements. Cultivated areas and other surface with such efforts and shall avoid creating delays or hindrances to improvements. AD cultivated areas, either agricultural or those doing the work. As needed, the Contractor shall arrange to lawns' and other surface improvements which are damaged coordinate work schedules. by actionsof the contractor be restored as nosily as To ease or streamline the work, the Contractor may desire le to than original Prior to excavation on an easement or private right-of-way, to ask utility owners to move, remove, or alter their equipment in the contractor shall strip top soil from the trench or ways other than those listed in the plans or special provisions. construction area and stockpile it in such a manner that it The Contractor shall make the arrangements and pay all costs may be replaced by him, upon completion of construction, that arise from them. Ornamental trees and shrubbery shall be carefully removed In some cases, the plans or special provisions may not show ' with the earth surrounding their roots wrapped in burlap and all underground facilities. If the work requires these to be replanted in their original positions within 48 hours. All shrubbery or trees destroyed or damaged, shall be moved, the Engineer will provide for other forces to move them replaced by the contractor with material of equal quality at or issue a written change order requiring the Contractor to do so ' no additional cost to the Contracting Agency. In the event as provided in Section 1-04.4. that it is necessary to trench through any lawn area, the sod All costs required to protect public and private utilities as shall be carefully cat and rolled and replaced after the provided in this section shall be at the Contractor's expense. trenches have been backfilled. The lawn area shall be When others delay the work through late removal or relocation deacon tr sweeping or other meant, el a earth and debris. of any utility or similar facility,the Contractor's loss of time will The contractor shall use rubber wheel equipment similar to the small tractor-type backhoes used by side sewer be adjusted by extending contract time in keeping with Section 1- contractors for all wont, including excavation and backfill, 08.8. on easements or rights-of- way which have lawn areas. All If the contract provides notice that utilities will be adjusted, fences,markers,maul boxes,or other temporary relocated, replaced, or constructed during the prosecution of the obstacles shall be removed by the contractor and immediately work, the Contractor shall carry out the work in a way that will replace, after the trench is backfilled, in their original minimize interference and delay for all forces involved. Any position. The contractor shall notify the Contracting Agency costs resulting from the coordination and prosecution of the ' and property Owner at least 24 hours in advance of any g work done on easements or rights-of--way. work regarding utility adjustment, relocation, replacement, Damage to existing structures outside of easement areas that or construction shall be at the Contractor's expense as may result from dewatering and/or other construction provided in Section 1-05.14. activity under this contract shall be restored to their or iginal Pursuant to RCW 19.122,an act relating to underground condition or better. The original condition shall be utilities and prescribing penalties,the Contractor shall: established by photographs taken and/or inspection made 1. call the utilities underground location center for field prior to construction. All such work shall be done to the satisfaction of the property Owners and the Contracting location of the utilities; ' Agency at the expense to the ill assume Call Before You Dig D. Streets. The contractor wu71 assume all responsibility of restoration of the surface of ao str-eets (travelled ways) used by him if damaged. The 48 Hour Locators In the event the contractor does not have labor or material immediately available to make necessary repairs, the 1-800-424-5555 contractor shall so inform the Contracting Agency. The and Contracting Agency will make the necessary repairs and the cost of such repairs shall be paid by the contractor. 2. not begin excavation until all known underground The contractor is responsible for identifying and facilities in the vicinity of the proposed excavation documenting any damage that is pre-existing or caused by have been located and marked. others. Location and dimensions shown on the Plans for existing facilities are in accordance with available information without 1-07.17 Utilities and Similar Facilities uncovering, measuring, or other verification. If a utility is known or suspected of having underground facilities within ' The Contractor shall protect all private and public utilities the area of the proposed excavation, and that utility is not a from damage resulting from the work. Among others, these subscriber to the utilities underground location center then utilities include: telephone, telegraph, and power lines; sewer the Contractor shall give individual notice to that utility. and water lines; railroad tracks and equipment; and highway If, in the prosecution of the work, it becomes necessary ' lighting and signing systems. to interrupt existing surface drainage, sewers, underdrains, If the work requires removing or relocating a utility, the conduit, utilities, similar underground structures, or parts contract will assign the task to the Contractor or the utility thereof, the contractor shall be responsible for, and shall owner. When this task is assigned to the utility owner, and take all necessary precautions to protect and provide ' work is not complete before the Contractor begins his work, temporary services for same. the Contractor shall immediately notify the Engineer in The contractor shall, at his own expense, repair all writing. -47 damage to such facilities or structures due to this construction ' Any authorized agent of the Contracting Agency or utility operation to the satisfaction of the City; except for City owners may enter the highway right-of-way to repair, rearrange, owned facilities which will be repaired by the utility alter, or connect their equipment. The Contractor shall cooperate ' Page-SP-23 Revision Date: April 26, 1993 1-07 Legal Relations and Responsibilities to the Public 1-07Legal Relations and ' Responsibilities to the Public department at contractor's expense, or by the contractor as directed by the City. or d '1-07.18 Public Liability and Property Damage Insurance any worker's eernpenft6m, ttnentpiey tz a mow' ' The Staw shtkH be speeifiettl4y narned as an insured in a does not apply be 4iftbility asaktined by Elie Insured the insured, } ineitiding ' ' Reeth f2i Freperly tised by the Insured, (4) Insured,whieh the Insured ef any of its ernple1 er eftused. by an oeetirrenee and arising Out of (1) $ , . . . . e. f" f2i eqtpenses far liist aid under Otte duty to defettd any ohm S"FF tiftmages en seeking PeIiOY, ' h- to Prep" P at* ef any stibstertee Airera$- ' i- , Fft)-ment OfitAgments or settlements. a- , 1 at any%mater eamse-er bwarranty tha! werit peifenned by the designated an�; b the , kt- to the iess ef use of tangible prep" whielt $ere. f beereernp}eted; � ' e- egeen�eat;er Page-SP-24 Revision Date: April 26, 1993 1-07 Legal Relations and Responsibilities to the Public 1-07Legal Relations and ' Responsibilities to the Public e- t bred d- Poliey Territery endersernent emeept these emeitisiens and definitions Fahey period%itlYm the pohey berritary. 2L persons insured h'Tpening on or after the effeetiYe clate hereof and too ' 9- Gfifleelation or Change of Goverage Limits of biabRity Regardless afthe number netiee to the Soeretftr5 b- The . . . ii-it ef hikbi�iy for bedi4y ir�ury habi4ity and aboye requirements has been preyiettsiy filed with the Seeretary, f� E4) assumed under ft writtei eentr9ket --or sueh other metion --- iis we ai4eble to it under other pi a v isie to a ' sgreenrenE- ' 1-07.18(1) General The Contractor shall not begin work under the Contract 4- Additional Defingtiew until the required insurance has been obtained and approved ' by the Contracting Agency. Insurance shall provide coverage a- lease of Frereise* to the Contractor, all subcontractors, and the Contracting beenneetieftAgency. The coverage shall protect against claims for personal injuries,including accidental death,as well as claims ' tkdjfteem to a rai4reed, for property damages which may arise from any act or omission of the Contractor or the subcontractor, or by anyone directly or indirectly employed by either of them. Page-SP-25 Revision Date: April 26, 1993 1-07 Legal Relations and Responsibilities to the Public 1-07Legal Relations and ' Responsibilities to the Public The Contractor shall forward to the Contracting Agency the original policy, or endorsement obtained, to a 1-07.18(4) Evidence of Insurance Contractor's policy currently in force as specified in section The Contractor shall provide evidence of insurance by ' 1-03.2 and 1-03.3 herein. the following methods within 20 days of award of the Failure of the Contractor to fully comply during the term contract as specified in section 1-03.2 and 1-03.3 herein. of the Contract with the requirements described herein will 1. Complete and submit the Insurance Information ' be considered a material breech of contract and shall be Form provided. cause for immediate termination of the Contract at the 2. Submit copies of the non proprietary declarations option of the Contracting Agency. pages of all required insurance policies. 1-07.18(2) Coverages 1-07.20 Patented Devices, Materials, and Processes , The Contractor shall secure commercial,general liability on an ISO 1986 form or equivalent with the general The Contractor shall assume all costs arising from the use of aggregatee applying separately per project. Coverage shall patented devices, materials,or processes used on or incorporated ' include premises and operations, explosion, collapse and in the work, and agrees to indemnify, defend, and save harmless underground hazards, products/completed operations, the The Contracting Agency, and contractual liability, broad form property damage, their duly authorized agents and employees from all actions of independent contractors, personal injury/advertising injury any nature for, or on account of the use of any patented devices, ' and stop gap liability. Additionally, the Contractor shall materials,or processes. secure comprehensive automobile liability coverage including all owned, non-owned and hired vehicles. The Contracting 1-07.22 Use of Explosives ' Agency shall be specifically named as an additional insured When using explosives, the Contractor shall use the utmost on all policies and requires a minimum of 30 days written notice be given to the Contracting Agency prior to the care toprotect life and property, to prevent slides, and to leave cancellation or material change of any policy. undisturbed all materials outside the neat lints of the cross- section. , As part of the response to this proposal, the Contractor All explosives shall be stored securely as required by all shall submit a completed Insurance Information Form which laws and ordinances that apply. Each storage place shall be specifies specific coverages and limits for this contract. •--clearly marked: "Dangerous - Explosives." No explosives shall All coverages provided:by the Contractor shall be in a be left unprotected along or near any existing highway. ' form, and underwritten by a company acceptable to the Contracting Agency. Carriers shall normally have a If public utilities or railroads own equipment near the blast site, the Contractor shall notify the owners of the location, date, minimum A.M. Best Rating of A XII, The Contractor shall furnish copies of the declarations pages of relevant insurance time, and approximate duration of the blasting. This notice shall , be given sufficiently in advance to enable all owners to take any policies to the Contracting Agency within 20 days of award of steps as they deem necessary to protect their property from the contract as specified in section 1-03.2 and 1-03.3 herein. injury. ' Blasting near proposed structures shall be completed before 1-07.18(2)B Special work on them begins. If the contract requires working over water, the Explosives shall not be used without specific authority of following additional coverages are required: the Engineer, and then only under such restrictions as may , a. Watercraft,owned and non-owned be required by the proper authorities. Explosives shall be b. U.S. HarborworkersV ongshoremen and Jones handled and used in strict compliance with WAC 296-52 and Act such local laws, rules and regulations that may apply. The Other additional coverages that may be required will be individual in charge of the blasting shall have a current ' listed in the Special Provisions. Washington State Blaster Users License. When the use of explosives is necessary for the The Contractor shall obtain, comply with, and pay for prosecution of the Work, the Contractor's insurance shall such permits and costs as are necessary in conjunction with contain a special clause permitting blasting. blasting operations. 1-07.18(3) Limits When the use of explosives is necessary for the prosecution of the Work, the Contractor's insurance shall a. All coverages combined single limit:$1,000,000 per occurrence,no deductible; contain a special clause permitting the blasting. , b. comprehensive automobile liability coverage 1-07.23 Traffic Control including all owned, non-owned and hired vehicles in the amount of$1,000,000 combined ' single limit. 1-07.23(1) Public Convenience and Safety Providing coverage in these stated amounts shall not be The Contractor shall conduct all operations with the least construed to relieve the Contractor from liability in excess of possible obstruction and inconvenience to the public. The such limits. Contractor shall have under construction no greater length or ' amount of work than can be prosecuted properly with due Page-SP-26 Revision Date: April 26, 1993 ' 1-07 al Relations and Responsibilities esponstbiltttes to the Public 1-07I,egal Relations and ' Responsibilities to the Public regards to the rights of the public. To the extent possible, the (free of humps and dips) suitable for use by public Contractor shall finish each section before beginning work on the traffic,and next. 6. Settle dust with water, or other dust palliative, as the To disrupt public traffic as little as possible, the Contractor Engineer may order. shall(unless the special provisions state otherwise): If grading work is on or next to a roadway in use, the ' 1. Permit traffic to pass through the work with the least Contractor shall finish the grade immediately after rough grading possible inconvenience or delay, and place surfacing materials as the work proceeds. 2. Maintain existing roads and streets that lie next to or The Contractor shall conduct all operations to minimize any ' inside the project limits, keeping them open and in drop-offs (abrupt changes in roadway elevation) left exposed to good, safe condition at all times, traffic during nonworking hours. Unless otherwise specified in 3. Remove or repair any condition resulting from the the Traffic Control Plan, drop-offs left exposed to traffic during work that might impede traffic or create a hazard, and nonworking hours shall be protected as follows: ' 4. Keep existing traffic signal and highway lighting 1. Drop-offs up to 0.20 foot, unless otherwise ordered by systems in operation as the work proceeds. (The the Engineer, may remain exposed with appropriate Contracting Agency will continue the routine warning signs alerting motorists of the condition. maintenance on such systems.) 2. Drop-offs more than 0.20 foot that arc in the traveled ' To protect the rights of abutting property owners, the way or auxiliary lane will not be allowed unless Contractor shall: protected with appropriate warning signs and further 1. Conduct the construction so that the least protected as indicated in 3b or 3c below. inconvenience as possible is caused to abutting 3. Drop-offs more than 0.20 foot, but no more than 0.50 property owners, foot, that are not within the traveled way shall be 2. Maintain ready access to driveways, houses, and protected with appropriate warning signs and further buildings along the line of work, protected by having one of the following: ' 3. Provide temporary approaches to crossing or a. A wedge of compacted stable material placed at a intersecting roads and keep these approaches in good slope of 4:1 or flatter. condition, and b. Channelizing devices (Type I barricades, plastic 4. Provide another access before closing an existing one safety drums, or other devices 36 inches or more whenever the contract calls for removing and replacing in height)placed along the traffic side of the drop- an abutting owner's access. off and a new edge of pavement stripes placed a 5. The contractor shall be responsible for controlling minimum of 3 feet from the drop-off. The ' dust and mud within the project limits and on any maximum spacing between the devices in feet shall street which is utilized by his equipment for the be twice the posted speed in MPH. Pavement duration of the project. The contractor shall be drop-off warning signs shall be placed in advance prepared to use watering trucks, power sweepers, and throughout the drop-off treatment. ' and other pieces of equipment as deemed necessary c. Temporary concrete barrier or other approved by the engineer,to avoid creating a nuisance. barrier installed on the traffic side of the drop-off Dust and mud control shall be considered as with 1 foot between the drop-off and the back of incidental to the project, and no compensation will the barrier and a new edge of pavement stripe a ' be made for this section, minimum of 2 feet from the face of the barrier. An Complaints of dust, mud or unsafe practices and/or approved terminal, flare, or impact attenuator will property damage to private Ownership will be be required at the beginning of the section. For transmitted to the contractor and prompt action in night use, the barrier shall have standard correcting them will be required by the contractor. delineation such as paint, reflective tape, lane When traffic must pass through grading areas, the markers,or warning lights. Contractor shall: 4. Drop-offs more than 0.50 foot not within the traveled ' 1. Make cuts and fills that provide a reasonably smooth, way or auxiliary lane shall be protected with even roadbed, appropriate warning signs and further protected as 2. Place, in advance of other grading work, enough fill at indicated in 3a, 3b, or 3c if all of the following all culverts and bridges to permit traffic to cross, conditions are met: ' 3. Make roadway cuts and fills, if ordered by the a. The drop-off is less than 2 feet. Engineer, in partial-width lifts, alternating lifts from b. The total length throughout the project is less than side to side to permit traffic to pass on the side opposite i mile. ' the work, c. The drop-off does not remain for more than three 4. Install culverts on half the width of the traveled way, working days. keeping the other half open to traffic and unobstructed d. The drop-off is not present on any of the holidays until the first half is ready for use, listed in Section-l-08.5, and 5. After rough grading or placing any subsequent layers, e. The drop-off is only on one side of the roadway. prepare the final roadbed to a smooth, even surface Page-SP-27 Revision Date: April 26, 1993 1-07 Legal Relations and Responsibilities to the Public 1-07Legal Relations and Responsibilities to the Public 5. Drop-offs more than 10.50 foot that are not within the 6. Removing existing signs as specified or a directed by ' traveled way or auxiliary lane and are not otherwise the engineer and delivering to the City Shops or covered by No. 4 above shall be protected with storing and re-installing as directed by the Engineer. ' appropriate warning signs and further protected as 7. Preparing a traffic control plan for the project and indicated in 3a or 3c. designating the person responsible for traffic control 6. Open trenches within the traveled way or auxiliary lane at the work site. The traffic control plan shall shall have a steel-plate cover placed and anchored over include descriptions of the traffic control methods ' them. A wedge of suitable material, if required, shall and devices to be used by the prime contractor, and be placed for a smooth transition between the pavement subcontractors, shall be submitted at or before the and the steel plate. Warning signs shall be used to alert preconstruetion conference, and shall be subject to motorists of the presence of the steel plates. review and approval of the Engineer. ' The Contractor shall be responsible for providing adequate 8. Contacting police, fire, 911, and ambulance services safeguards, safety devices, protective equipment, and any other to notify them in advance of any work that will needed actions to protect the life, health,and safety of the public, affect and traveled portion of a roadway. ' and to protect property in connection with the performance of the 9. Assuring that all travelled portions of roadways are work covered by the contract. The Contractor shall perform any open to traffic during peak traffic periods, 6:30 a.m. measures or actions the Engineer may deem necessary to protect to 8:30 a.m., and 3:00 p.m. to 6:00 p.m., or as the public and property. The responsibility and expense to specified in the special provisions, or as directed by ' provide this protection shall be the Contractor's except that the Engineer. which is to be furnished by the Contracting Agency as specified 10. Promptly removing or covering all nonapplicable in other sections of these Specifications. signs during periods when they are not needed. If no bid item "Traffic Control" appears in the proposal ' 1-07.23(3) Flagging, Signs, and All Other Traffic than all work required by these sections will considered Control Devices incidental and their cost shall be included in the other items of work. ' 1-07.23(3)A General If the Engineer requires the Contractor to furnish additional The Contractor shall provide flaggers, signs, and other channelizing devices, pieces of equipment, or services which traffic control devices not otherwise specified as being furnished could not be usually anticipated by a prudent,contractor for the by the Contracting Agency.', The Contractor shall erect and maintenance and protection of traffic, then a new item or items ' maintain all construction signs, warning signs, detour signs, and may be established to pay for such items. Further limitations for other traffic control devices necessary to warn and protect the consideration of payment for these items are that they are not public at all times from injury or damage as a result of the covered by other pay items in the bid proposal, they are not , Contractor's operations which may occur on highways, roads, or specified in the Special Provisions as incidental, and the streets. No work shall be done on or adjacent to the roadway accumulative cost for the use of each individual channelizing until all necessary signs and traffic control devices are in place. device,piece of equipment, or service must exceed $200 in total I When the bid proposal includes an item for "h4einteneaee cost for the duration of their need. In the event of disputes, the ' Traffic Control," the work required for this Engineer will determine what is usually anticipated by a prudent item shall be: contractor. The cost for these items will be by agreed price, 1. Furnishing and maintaining barricades, flashers, and price established by the Engineer, or by force account. other channelization devices, unless a pay item is in the Additional items required as a result of the Contractor's , bid proposal for any specific device and the Special modification to the traffic control plan(s) appearing in the Provisions specify furnishing, maintaining, and contract shall not be covered by the provisions in this paragraph. payment in a different manner for that device; If the total cost of all the work under the contract increases ' 2. Furnishing supervisory personnel for all traffic control or decreases by more than 25 percent, an equitable adjustment I labor; will be considered for the item "Mainfenanee and Piebeetien of 3. Furnishing any necessary vehicle(s) to set up and Traffic Control"to address the increase or decrease. remove the Class B construction signs and other traffic Upon failure of the Contractor to immediately provide ' control devices; flaggers; erect, maintain, and remove signs; or provide, erect, 4. Furnishing labor and vehicles for patrolling and maintain, and remove other traffic control devices when ordered maintaining in position all of the construction signs and to do so by the Engineer, the Contracting Agency may, without the traffic control devices, unless a pay item is in the further notice to the Contractor or the Surety,perform any of the ' bid proposal to specifically pay for this work; and above and deduct all of the costs from the Contractor's 5. Furnishing labor, material, and equipment necessary payments. for cleaning up, removing, and replacing of the The Contractor shall be responsible for providing adequate construction signs and the traffic control devices flaggers, signs, and other traffic control devices for the ' destroyed or damaged during the life of the project. protection of the work and the public at all times regardless of whether or not the flaggers, signs, and other traffic control devices are ordered by the Engineer, furnished by the ' Page-SP-28 Revision Date: April 26, 1993 1-07 Legal Relations and Responsibilities to the Public 1-07Legal Relations and ' Responsibilities to the Public Contracting Agency, or paid far by the Contracting Agency. The The hours eligible for "Traffic Control Labor" will be those Contractor shall be liable for injuries and damages to persons hours actually used for the previously described work. The labor and property suffered by reason of the Contractor's operations or to perform the work for "Maintenance and Protection of Traffic" any negligence in connection therewith. is specifically excluded from this work. ' 1-07.23(3)C Traffic Control Plans 1-07.23(3)F Construction Signs The traffic control plan or plans appearing in the contract All signs required by the approved traffic control plan(s) as plans show a method of handling traffic. The Contractor shall well as any other appropriate signs prescribed by the Engineer designate and adopt in writing the specific traffic control plan or will be furnished by the Gentreeting, Ageney Contractor. The plans required for their method of performing the work. If the Contractor shall erect them on posts or supports and maintain Contractor's methods differ from the contract traffic control them in a clean, neat, and presentable condition until the ' plan(s), the Contractor shall propose modification of the traffic necessity for them has ceased. All nonapplicable signs shall be control plan(s) by showing the necessary construction signs and removed or covered with either metal or plywood during periods other traffic control devices required for the project. The when they are not needed. When the need for any of these signs Contractor's letter designating and adopting the specific traffic has ceased, the Contractor, upon approval of the Engineer, shall control plan(s) or any proposed modified plan(s) shall be take down these signs, posts, or supports. All posts or supports submitted to the Engineer for approval at least ten-eaiender two shall be removed from the project and shall remain the property working days in advance of the time the signs and other traffic of the Contractor. The Contracting Agency-furnished signs shall control devices will be required. The contractor shall be be returned to the Engineer in good condition. All such signs responsible for assuring that traffic control is installed and lost, damaged, or destroyed shall be replaced by the Contractor maintained in conformance to established standards. The in kind at the Contractor's expense or their value will be contractor shall continuously evaluate the operation of the deducted from the Contractor's payments. ' traffic control plan and take prompt action to correct any Construction signs will be divided into two classes. Class A problems that become evident during operation, construction signs are those signs that remain in service throughout the construction or during a major phase of the work. 1-07.23(3)E Traffic Control Labor They are mounted on posts, existing fixed structures, or ' The Contractor shall furnish all personnel for flagging and substantial supports of a semi-permanent nature. Class B for the setup and removal of all temporary traffic control devices I construction signs are those signs that are placed and removed and construction signs necessary to control traffic during daily, or are used for short durations which may extend for one construction operations. Flaggers shall have a current or more days. They are mounted on portable or temporary certification (flagging card) from the State Department of Labor mountings. If it is necessary to add weight to the signs for and Industries (WAC 296-155-305). Employees of the Contractor stability, only a bag of sand that will rupture on impact shall be engaged in flagging or traffic control shall wear reflective vests used. The bag of sand shall have a maximum weight of ' and hard hats. The vests and hard hats shall be maintained by the 40 pounds and shall be suspended no more than 1 foot from the Contractor in a neat, clean, and presentable condition.—ff' ground. In the event of disputes, the Engineer will determine if a construction sign is considered as a Class A or B construction sign. ' return any GenkreeEing Ageney f6mished Ved When Class A or B construction signs are required, the work to provide these signs shall be: 1. Furnishing, removing, and disposing of the posts or ' supports for the signs; . Any such apparel or 2. Initial acquisition from the Engineer and ultimate return equipment which is necessary or desirable to protect workers to the Engineer of the required Contracting Agency- engaged in other activities will be the Contractor's responsibility. furnished signs; When the bid proposal includes an item for "Traffic Control 3. Initial installation and subsequent removal of both Class :Labor," the work covered by this item shall be limited to the A and B construction signs; Labor required for flagging and for handling the Class B 4. Furnishing labor and materials for maintaining the construction signs and other temporary traffic control devices signs in a clean and presentable condition; and only for: 5. All other incidentals necessary for providing Class A or 1. Set up and removal on the site of the work, B construction signs according to the approved traffic 2. Relocation to and from temporary storage, provided control plan(s). ' that the temporary storage is on, or reasonably near enough to be considered,the site of work, and 3. Relocation on the site of work, provided that, the new locations are in accordance with the contract plans, ' approved traffic control plan, or the orders of the Payment wiH not be made for signs dek%-ered to, or-renveyed Engineer. Page-SP-29 Revision Date: April 26, 1993 1-07 Legal Relations and Responsibilities to the Public 1-07Legal Relations and ' Responsibilities to the Public The Contractor shall be responsible for protection of the work and traffic at all times regardless of flagging and pilot car services furnished by the Contracting Agency, and the ' . All Contractor shall be liable for damages and injuries suffered by eOSer costs for the work to provide `construction signs reason of the Contractor's operations or any negligence in shall be included in the unit contract price for the various other connection therewith. ' items of the work in the bid proposal,or be included in "Traffic Control",Lump Sum. 1-07.23(5) Measurement and Payment for Traffic Signs, posts, or supports that are lost, stolen, destroyed, or Control which the Engineer deems to be unacceptable, while their use is ' required on the project, shall be replaced by the Contractor 1-07.23(5)A General without additional compensation. When the bid proposal does not include an item for any necessary traffic control, all costs for traffic control shall be ' 1-07.23(4) One-Way Piloted Traffic Control included, by the Contractor, in the unit contract price for the Through Construction Zone various other items of work in the bid proposal. The Contractor The construction sometimes requires that traffic be shall estimate these costs based on the Contractor's contemplated maintained on a portion of the roadway during the progress of work procedures. , the work using one-way piloted traffic control. If this is the case, When traffic control items are included in the bid proposal, the Contractor's operation shall be confined to one-half the payment is limited to the following areas: roadway,permitting traffic on the other half. If, in the opinion of 1. The entire construction area under contract and for a the Engineer, one-way piloted traffic control is necessary, it shall distance to include the initial warning signs for the ' be provided for in one of the following manners: beginning of the project and the end of construction sign. Any warning signs for side roads on the approved traffic control plan are also included. If the project consists of two or more sections,the limits will apply toof the Filet ear eantrei wee mid MR f6in—oh a p4at ear ot ' each section individually. dris-er to lead the traffie Otretigh the area. AH ether 2. A detour provided in the plans or approved by the Engineer for by-passing all or any portion of the ' construction, irrespective of whether or not the termini 6eetien t 94.23(3)E, T:af4ie Eentrel 6aber. if 't of the detour are within the limits of the contract. 3. The initial point of entry to or crossing of the public road system from Contracting Agency-furnished quarry,pit,borrow, or waste sites,or from Contracting feel. Agency-furnished haul roads serving those sites, when Contractor-Furnished One-Way Piloted Traffic Control. outside the limits in 1 above. The Contractor shall furnish the pilot car(s)and driver(s) for No payment will be made to the Contractor for traffic ' the pilot car control area. Any necessary flaggers shall be control items required in connection with the movement of furnished by the Contractor equipment or the hauling of materials outside the limits of 1, 2, 97.23(3)E, Treffie Genre'Lebo . and 3 above. ' When the bid proposal includes an item for "Contractor The provisions of Section 1-04.6 will not apply to any traffic Piloted Traffic Control," measurement and payment will be control or traffic control items. However, the item "Maintenmi as provided in Section 1-07.23(5). Traffic Control" will be considered for an When the bid proposal does not include such an item equitable adjustment only when the total contract price increases ' and the Engineer deems it appropriate to control traffic in or decreases by more than 25 percent. this manner, the method of calculating payment will be the The measurement and payment for the items included in the same as provided in Section 1-07.23(5) for "Contractor bid proposal for traffic control costs incurred within the limits of Piloted Traffic Control" after the quantity for that item 1, 2, and 3 above will be made to the Contractor by the ' exceeds the quantity in the bid proposal. Contracting Agency as described below or as described in the As conditions permit, the Contractor shall, at the end of Special Provisions. each day, leave the work area in such condition that it can be ' traveled without damage to the work, without danger to traffic, 1-07.23(5)B Measurement and without one-way piloted traffic control. The Engineer will be 1. No specific unit of measurement will apply to the lump the sole judge as to whether or not piloting can be dispensed with sum item ofof--traffic after working hours. If piloting is required after working hours control due to carelessness or negligence on the part of the Contractor to ' properly condition the work at the end of the day, such piloting costs shall be borne by the Connctor. If the Contracting Agency is furnishing the piloting, the costs charged to the Contractor will ' include the pilot car,the pilot car driver, and the two flaggers. Page-SP-30 ' Revision Date: April 26, 1993 ' 1-07 Legal Relations and Responsibilities to the Public 1-0 al Relat ions bons and Responsibilities to the Public 1id Frepomi " 4 1-07.23(5)C Payment ' 1. Traffic Control," lump sum. The lump sum contract price shall be full pay for Engineer. Payment tinder Otis ibmn 96H be finjiled to all costs not covered by other specific pay items in the ' bid proposal for furnishing, installing, maintaining, and 9?.13( )E, ffe Gantrel _b__ removing traffic control devices required by the The quantity be 6e paid a* the tini! eef-kreet ptioe contract and as directed by the Engineer in conformance with accepted standards and in such a manner as to maximize safety, and minimize to modified by ehftnge ordev. Any heure of werk for disruption and inconvenience to the public.. Progress payment for the lump sum item ' Traffic Control" will be made as follows: a. When the initial warning signs for the beginning of the project and the end of construction signs are ' installed and approved by the Engineer, 30 percent under the item "Additierml gaffe Go ittei I eeer", of the amount bid for the item will be paid. b. Payment for the remaining 70 percent of the amount bid for the item will be paid on a prorated by using only that portion(in, 1b,and ie)ef Seetie" 1 basis in accordance with the total job progress as determined by progress payments. �- " The unit eentreet Friee per hatir shall be ftQ4 pay fer "Additienal Traffe-Gentral l6eber"- elkall be l the Eentreek"- 4in hSe bid propesiki. "Additional Gentraeiar Noted Signs, &I d Seetien 1 04.23(3)E), Ne Pweing Zones."Genswdoitm Signs Glass A," per equare fee!of pww arse- U�e game as was eustarnari4y paid by Whe Gemmeter-te %ithato additional oempe i9alie k. Paymen! will riot be Page-SP-31 Revision Date: April 26, 1993 1-08 Prosecution and Progress 1-08 Prosecution and Progress necessary permits have been obtained or, in the case of a ' . release, that the restoration of the property has been satisfactorily accomplished. The statement shall include the , 1-07.24 Rights of Way parcel number, address, and date of signature. Written releases shall be filed with the Engineer prior to Acceptance. 1-07.26 Personal Liability of Public Officers , Neither the Contracting Agency , 6eerewy,the Engineer, nor any other officer or employee of the State shall be personally liable for any acts or failure to act in ' Street right of way lines, limits of easements, and limits connection with the contract, it being understood that in such of construction permits will be indicated on the Drawings. matters, they are acting solely as agents of the Contracting The Contractor's construction activities shall be confined Agency state. within these limits, unless arrangements for use of private , property are made. 1-07.27 No Waiver of State's Legal Rights Generally, the Contracting Agency will have obtained, prior to Bid opening, all rights of way and easements, both The Contracting Agency shall not be Precluded or ' permanent and temporary, necessary for carrying out the estoPPed by any measurement, estimate, or certificate made completion of the Work. Exceptions to this will be noted in either before or after the completion and acceptance of the work the Contract Documents or brought to the Contractor's and payment therefor from showing the true amount and attention by a duly issued Addendum. character of the work performed and materials furnished by the ' Whenever any of the Work is accomplished on or Contractor, or from showing that any such measurement, through property other than public right of way, the estimate, or certificate is untrue or incorrectly made, or that the Contractor shall meet and fulfill all covenants and stipulations Fork or materials do not conform in fact to the contract. The of any easement agreement obtained by the Contracting Contracting Agency State hallnot be precluded or estopped, , Agency from the owner of the private property. Copies of the notwithstanding any such measurement, estimate, or certificate, easement agreements will be included in the Contract and Payment in accordance therewith, from recovering from the Provisions or made available to the Contractor as soon as Contractor and the Sureties such damages as it may sustain by ' practical after they have been obtained by the Engineer, reason of the Contractor's failure to comply with the terms of the Whenever easements or rights of entry have not been contract. Neither the acceptance by the Secretary, nor any acquired prior to advertising, they will be so noted on the Payment for the whole or any part of the work,nor any extension Drawings. The Contractor shall not proceed with any portion of time, nor any possession taken by the Contracting Agency , of the Work in areas where right of way, easements or rights state shall operate as a waiver of any portion of the contract or of entry have not been acquired until the Engineer certifies to of any power herein reserved or any right to damages herein the Contractor that the right of way or easement is available Provided, or bar recovery of any money wrongfully or or that the right of entry has been received. If the Contractor erroneously paid to the Contractor. A waiver of any breach of ' is delayed due to acts of omission on the part of the the contract shall not be held to be a waiver of any other or Contracting Agency in obtaining easements, rights of entry or subsequent breach. right of way,the Contractor will be entitled to an extension of The Contractor and the Contracting Agency state time. The Contractor agrees that such delay shall not be a recognize that the impact of overcharges to the Contracting ' breach of contract. Agency Shft-by the Contactor resulting from antitrust law Each property owner shall be given 48 hours notice prior violations by the Contractor's suppliers or subcontractors to entry by the Contractor. This includes entry onto adversely affects the Contracting Agency S ate-rather than the , easements and private property where private improvements Contractor. Therefore, the Contractor agrees to assign to the must be adjusted. Contracting Agency State--any and all claims for such The Contractor shall be responsible for providing, overcharges. without expense or liability to the Contracting Agency, any , additional land and access thereto that the Contractor may 1-08 Prosecution and Progress desire for temporary construction facilities, storage of materials, or other Contractor needs. However, before using ' any private property,whether adjoining the Work or not,the 1-08.1 Subcontracting Contractor shall file with the Engineer a written permission Work done by the Contractor's own organization shall of the private property owner, and, upon vacating the account for at least 30 percent of the total original cost of the premises, a written release from the property owner of each contract: Before computing this however, the , P 8 percentage, property disturbed or otherwise interfered with by reasons of Contractor may subtract (from the . , construction pursued under this contract. The statement shall Awarded Contract Price) the costs of any subcontracted work be signed by the private property owner, or proper authority on items the contract designates as specialty items. acting for the owner of the private property affected, stating ' that permission has been granted to use the property and all Page-SP-32 ' Revision Date: April 26, 1993 1-08 Prosecution and Progress 1-08 Prosecution and Progress ' Work performed to meet the requirements for MBE and applicable field measurements. The Contractor shall WBE utilization will be considered specialty items. promptly report in writing to the En gineer any conflict, error ' The Contractor shall not subcontract work unless the or discrepancy which the Contractor may discover. Engineer approves in writing. Each request to subcontract shall After the Contract has been executed, but prior to the be on the form the Engineer provides. If the Engineer requests, Contractor beginning the Work,a preconstruction conference ' the Contractor shall provide proof that the subcontractor has the will be held between the Contractor, the Engineer, all experience, ability, and equipment the work requires. The subcontractors, utility department, quasi public utility Contractor shall require each subcontractor to comply with companies, and such other ingested parties as may be Section 1-07.9 and to furnish all certificates and statements invited, with time, place, and date to be determined after required by the contract. award of the contract. Subsequently, a representative of the Along with the request to sublet, the Contractor shall submit contractor will attend a weekly conference to review progress the names of any contracting firms the subcontractor proposes to and discuss any problems that may be incurred. The time, use as agents. Collectively, these agents shall not do work that place and date of these weekly meetings shall be established at exceeds 25 percent of the total amount subcontracted to a the pre construction conference. subcontractor. When a subcontractor is responsible for The purpose of the preconstruction conference will be: construction of a specific structure or structures,.the following 1. To review the initial progress schedule; ' work may be performed by agents without being subject to the 2. To establish a working understanding among the 25 percent limitation: various parties associated or affected by the Work; 1. Furnishing and driving of piling, or 3. To establish and review procedures for progress 2. Furnishing and installing concrete reinforcing and post- payment,notifications,approvals,submittals,etc.; tensioning steel. 4. To establish normal working hours for the Work; Except for the 25 percent limit, agents shall meet the same 5. To review safety standards and traffic control;and requirements as subcontractors. 6. To discuss such other related items as may be The Engineer will approve the request only if satisfied with pertinent to the Work. ' the proposed subcontractor's record, equipment, experience, and The Contractor shall prepare and submit at or prior to ability. Approval to subcontract shall not: the preconstruction meeting the follo wing: 1. Relieve the Contractor of any responsibility to carry 1. A breakdown of all lump sum items; ' out the contract, 2. A list of proposed subcontractors; 2. Relieve the Contractor of any obligations or liability -3. A preliminary schedule of working drawing under the contract and the Contractor's bond, submittals;and 3. Create any contract between the Contracting Agency 4. A list of material sources for approval if applicable. ' and the subcontractor,or The contractor shall notify The City of Renton at least 48 4. Convey to the subcontractor any rights against the hours prior to commencing work. The same notifications Contracting Agency. shall be provided to all emergency services, by dialing 911 The Contracting Agency will not consider as subcontracting: from a phone with a Renton exchange telephone number, (1) purchase of sand, gravel, crushed stone, crushed slag, and the school district when working within a roadway right- batched concrete aggregates, ready mix concrete, fabricated of-way. The contractor shall also notify property Owners structural steel, and any other materials supplied by established adjacent to the construction area, indicating the duration ' and recognized commercial plants; or (2) delivery of these and proposed time of access closure to their property at all materials to the work site in vehicles owned or operated by such times. plants or by recognized commercial hauling companies. The Contractor shall,certify to the amounts paid to any 1-08.1(2) Hours of Work ' Disadvantaged, Minority, or Women's Business Enterprises Except in the case of emergency or unless otherwise firms that were subcontractors or agents on the contract. This approved by the Contracting Agency, the normal straight certification shall be supplied with the Final Contract Voucher time working hours for the contract shall be any consecutive Certification on the form provided by the Engineer. 8-hour period between 7:00 a.m. and 6:00 p.m. of a working If dissatisfied with any part of the subcontracted work, the day with a maximum 1-hour lunch break. The normal Engineer may request in writing that the subcontractor be straight time 8-hour working period for the contract shall be removed. The Contractor shall comply with this request at once established at the preconstruction conference or prior to the and shall not employ the subcontractor for any further work Contractor commencing the Work. ' under the contract. If a Contractor desires to perform work on holidays, Saturdays, Sundays, or before 7:00 a.m. or after 6:00 p.m. 1-08.1(1) Preconstruction Conference on any day, the Contractor shall apply in writing to the ' The Engineer will furnish the Contractor with up to 5 Engineer for permission to work such times. Permission to copies of the Contract Documents, excluding the two fully work longer than an 8-hour period between 7:00 a.m. and executed copies. Additional documents may be furnished 6:00 p.m. is not required. Such requests shall be submitted to upon request at the cost; of reproduction. Prior to the Engineer no lag than noon on the working day prior to ' undertaking each part of the Work the Contractor shall the day for which the Contractor is requesting permission to carefully study aad compare the Contract Documents and work. check and verify pertinent figures shown therein and all Page-SP-33 Revision Date: April 26, 1993 1-08 Prosecution and Progress 1-08 Prosecution and Progress Permission to work between the hours of 10:00 p.m. and of 7:00 a.m. during weekdays and between the hours of 10:00 p.m. and 9:00 a.m. on weekends or holidays may also be ' subject to noise control requirements. Approval to continue Notice to proceed will be given after the contract has work during these hours may be revoked at any time the been executed and the contract bond and evidence of Contractor exceeds the Contracting Agency's noise control insurances have been approved and filed with the Contracting regulations or complaints are received from the public or Agency . The Contractor shall not commence the Work until ' adjoining property owners regarding the noise from the the Notice to Proceed has been given by the Engineer. The Contractor's operations. The Contractor shall have no claim Contractor shall commence construction activities on the for damages or delays should such permission be revoked for Project Site within 10 days of the date specified in the Notice ' these reasons. to Proceed. The Work thereafter shall be prosecuted Permission to work Saturdays, Sundays, holidays or diligently to completion within the Contract Time. other than the agreed upon normal straight time working hours Monday through Friday may be given subject to 1-08.5 Time for Completion ' certain other conditions set forth by the Contracting Agency or Engineer. These conditions may include but are not limited The Contractor shall complete all contract work within the to: requiring the Engineer or such assistants as the Engineer number of"working days" stated in the special provisions or as may deem necessary to be present during the Work; extended by the Engineer in accordance with Section 1-08.8. ' requiring the Contractor to reimburse the Contracting Every day is a "working day" unless it is a nonworking day or Agency for the cost of salaries paid Contracting Agency an Engineer determined unworkable day. A nonworking day employees who worked during such times; considering the is defined as a Saturday, a Sunday, a day on which the contract I Work performed on Saturdays and holidays as working days specifically suspends work, or one of these holidays: January 1, with regard to the Contract Time; and considering multiple work shifts as multiple working days with respect to Contract Memorial Day, July 4, Labor Day, November 11, Thanksgiving Time even though the multiple shifts occur in a single 24-hour Day, the day after Thanksgiving, and Christmas Day. The day ' period. Assistants may include, but are not limited to,survey before Christmas shall be a holiday when Christmas Day crews; personnel form the Contracting Agency's material occurs on a Tuesday or Friday. The day after Christmas testing lab; inspectors; and other Contracting Agency shall be a holiday when Christmas Day occurs on a Monday, employees when in the hoping of the Engineer, such work _ Wednesday,or Thursday. When Christmas Day occurs on a ' necessitates their presence. Saturday,the two preceding working days shall be observed as holidays. When Christmas day occurs on a Sunday, the 1-08.1(3) Reimbursement for overtime work of two working days following shall be observed as holidays. Contracting Agency Employees When any of these holidays falls on a Sunday, the following ' Where the Contractor elects to work on a Saturday, Monday shall be counted a nonworking day. When the holiday Sunday,or other holiday,or longer than an 8-hour work shift falls on a Saturday, the preceding Friday shall be counted a on a regular working day, as defined in the Standard nonworking day. ' Specifications, such work shall be considered as overtime Gentiee!time shall begin an the first werk�i, dfty AmHew�ig work. On all such overtime work an inspector shall be present, and a survey crew may be required at the discretion of the Engineer. The Contractor shall reimburse the attirting date fer eentinet time iii whieh eme tirne will begift eft ' Contracting Agency for the full amount of the straight time the starting date speeified. plus overtime costs for employees of the Contracting Agency required to work overtime hours. ' The Contractor by these Specifications does hereby authorize the Engineer to deduct such costs form the amount due or to become due him. 1-08.3(1) Project Management Software , The City of Renton uses "Microsoft Project ver 3.0" to eeeh stOmneni, prepare progress schedules and charts. The Contractor is encouraged to submit the schedules required in section 1-08.3 Fratest shall be in suffieient detail te atabie the Enginee. to ' on disk in the"Mwrosoft Project ver 3.0"format. i the basis stfid stniount of Sine disputed. By jot fijing 1-08.4 Prosecution of Work During the life of the contract,each working day shall be , charged to the contract as it occurs. The statement will also show the nonworking days and any partial or whole day the Engineer declares as unworkable. ' An unworkable day is defined as a partial or whole day the Engineer declares to be unworkable because of weather, Page-SP-34 ' Revision Date: April 26, 1993 ' 1-08 Prosecution and Progress 1 -08 Prosecution and Progress ' conditions caused by the weather, or such other conditions where: LD =Liquidated damages per working beyond the control of the Contractor that prevents day(rounded to the nearest dollar). satisfactory and timely performance of the work, and such C =Original contract amount. ' performance, if not hindered, would have otherwise T =Original time for completion. progressed toward completion of the work. Each successive working day, beginning with the Notice ' to proceed Date and ending with the Actual Completion Date, shall be charged to the Contract Time as it occurs except a day or part of a day which is designated a non-working day by the Engineer. ' The Engineer will furnish the Contractor a weekly report showing the number of working days charged against the Contract Time for the preceding week, the number of %Titinr, Of lite substftntilkl eempletien dMorFor overruns in working days specified for completion of the Work, the contract time occurring after the date so established, the formula ' number of working days remaining to complete the Work, for liquidated damages shown above will not apply. For overruns and the estimated Completion Date. This weekly report will in contract time occurring after the substantial completion date, be correlated with the Contractor's current approved liquidated damages shall be assessed on the basis of direct ' progress schedule. If the Contractor elects to work 10 hours a engineering and related costs assignable to the project until the day and 4 days a week (a 4-10 schedule) and the fifth day of date of actual completion of all the contract work. The the week in which a 4-10 shift is worked would ordinarily he Contractor shall complete the remaining work as promptly as charged as a working day then the fifth day of that week will possible. Upon request by the Project Engineer, the Contractor be charged as a working day whether or not the Contractor shall furnish a written schedule for completing the contract. works on that day. Liquidated damages will not be assessed for any days for The Contractor will be allowed 14 calendar days from Which an extension of time is granted. No deduction or payment the date of each report in which to file a written protest of an of liquidated damages will, in any degree, release the Contractor ' alleged discrepancy in the Contract Tune as reported. To be from further obligations and liabilities to complete the entire considered by the Engineer, the protest shall be in sufficient contract. detail to enable the Engineer to ascertain the basis and The liquidated damages do not include, and are in ' amount of time disputed. Otherwise, the report will be addition to, damages from costs for inspection, supervision, deemed to have been accepted by the Contractor as correct. legal expense, and court costs incurred beyond contract The Engineer will give the Contractor written notice of the completion date. The cost of additional inspection and completion date for all work the contract requires. That date shall supervision shall be an amount equal to actual salary cost ' constitute the date of completion of the contract, but shall not plus 100 percent for overhead. imply the Seeretary Contracting Agency's acceptance of the work or the contract. 1-08.10 Termination of Contract ' 1-08.9 Liquidated Damages 1-08.10(1) Termination for Default Time is of the essence of the contract. Delays inconvenience The Contracting Agency may terminate the contract upon the traveling public, obstruct traffic, interfere with and delay the occurrence of any one or more or the following events: ' commerce, and increase risk to highway users. Delays also cost 1. If the Contractor fails to supply sufficient skilled tax payers undue sums of money, adding time needed for workers or suitable materials or equipment; ;administration, engineering; inspection, and supervision. 2. If the Contractor refuses or fails to prosecute the work Because the Contracting Agency finds it impractical to with such diligence as will ensure its completion within calculate the actual cost of delays, it has adopted the following the original completion time and any extensions of time ;;ormula to calculate liquidated damages for failure to complete a which may have been granted to the Contractor by contract on time, change order or otherwise; ' Accordingly,the Contractor agrees: 3. If the Contractor is adjudged bankrupt or insolvent, or 1. To pay (according to the following formula) liquidated makes a general assignment for the benefit of creditors, damages for each working day beyond the number of or if the Contractor or a third party files a petition to working days established for completion, and take advantage of any debtor's act or to reorganize ' 2. To authorize the Engineer to deduct these liquidated under the bankruptcy or similar laws concerning the damages from any money due or coming due to the Contractor, or if a trustee or receiver is appointed for Contractor. the Contractor or for any of the Contractor's property on account of the Contractor's insolvency, and the LIQUIDATED DAMAGES FORMULA Contractor or its successor in interest does not provide adequate assurance of future performance in LD = b.15C accordance with the contract within 15 calendar days of T receipt of a request for assurance from the Contracting Agency; ' Page-SP-35 Revision Date: April 26, 1993 1-08 Prosecution and Progress 1-08 Prosecution and Progress 4. If the Contractor disregards laws, ordinances, rules, by the Contracting Agency to the Contractor. If the total ' codes, regulations, orders or similar requirements of expenses and damages exceed the unpaid balance, the Contractor any public entity having jurisdiction; and the Surety shall be jointly and severally liable to the ' 5. If the Contractor disregards the authority of the Contracting Agency and shall pay the difference to the Contracting Agency; Contracting Agency 6. If the Contractor performs work which deviates from Tnnspetbalien-on demand. the contract, and neglects or refuses to correct rejected In exercising the Contracting Agency's right to prosecute ' work; or the completion of the work, the Contracting Agency shall have 7. If the Contractor otherwise violates in any material way the right to exercise its sole discretion as to the manner, method, any provisions or requirements of the contract. and reasonableness of the costs of completing the work. In the ' Once the Contracting Agency determines that sufficient event that the Contracting Agency takes bids for remedial work cause exists to terminate the contract, written notice shall be or completion of the project, the Contractor shall not be eligible given to the Contractor and its Surety indicating that the for the award of such contracts. Contractor is in breach of the contract and that the Contractor is In the event the contract is terminated, the termination shall ' to remedy the breach within 15 calendar days after the notice is not affect any rights of the Contracting Agency against the sent. In case of an emergency such as potential damage to life or Contractor. The rights and remedies of the Contracting Agency property, the response time to remedy the breach after the notice under the Termination Clause art in addition to any other rights may be shortened. If the remedy does not take place to the and remedies provided by law or under this contract. Any ' satisfaction of the Contracting Agency, the Engineer may, by retention or payment of monies to the Contractor by the serving written notice to the Contractor and Surety either: Contracting Agency will not release the Contractor from liability. 1. Transfer the performance of the work from the If a notice of termination for default has been issued and it is ' Contractor to the Surety;or later determined for any reason that the Contractor was not in 2. Terminate the contract and at the Contracting Agency's default, the rights and obligations of the parties shall be the same option prosecute it to completion by contract or as if the notice of termination had been issued pursuant to otherwise. Any extra costs or damages to the Termination for Public Convenience in Section 1-08.10(2). This , Contracting Agency shall be deducted from any money shall include termination for default because of failure to due or coming due to the Contractor under the prosecute the work, and the delay was found to be excusable contract. under the provisions of Section 1-08.8. If the Engineer elects to pursue one remedy, it will not bar ' the Engineer from pursuing other remedies on the same or 1-08.11 Contractor's Plant and Equipment subsequent breaches. Upon receipt of a notice that the work is being transferred to The contractor alone shall at all times be responsible for ' the Surety, the Surety shall enter upon the premises and take the adequacy, efficiency, and sufficiency of his and his possession of all materials, tools, and appliances for the purpose subcontractor's plant and equipment. The Owner shall have of completing the work included under the contract and employ the right to make use of the contractor's plant and by contract or otherwise any person or persons satisfactory to the equipment in the performance of any work on the site of the , Engineer to finish the work and provide the materials without work. termination of the contract. Such employment shall not relieve The use by the Owner of such plant and equipment shall the Surety of its obligations under the contract and the bond. If be considered as extra work and paid for accordingly. there is a transfer to the Surety, payments on estimates covering Neither the Owner nor the engineer assume any ' work subsequent to the transfer shall be made to the extent responsibility, at any time, for the security of the site from permitted under law to the Surety or its agent without any right the time contractor's operations have commenced until final of the Contractor to make any claim. acceptance of the work by the engineer and the Owner. The If the Engineer terminates the contract or provides such contractor shall employ such measures as additional fencing, sufficiency of labor or materials as required to complete the barricades,and watchmen service,as he deems necessary for work, the Contractor shall not be entitled to receive any further the public safety and for the protection of the site and his payments on the contract until all the work contemplated by the plant and equipment. The Owner will be provided keys for ' contract has been fully performed. The Contractor shall bear any all fenced,secured areas. extra expenses incurred by the Contracting Agency in completing the work, including all increased costs for completing the work, 1-08.12 Attention to Work and all damages sustained, or which may be sustained, by the The contractor shall give his personal attention to and , Contracting Agency by reason of such refusal, neglect, failure, shall supervise the work to the end that it shall be prosecuted or discontinuance of work by the Contractor. If liquidated faithfully,and when he is not damages are provided in the contract, the Contractor shall be Puy Present on the work site, shall at all times be liable for such liquidated damages until such reasonable time as superintendent who shall have full authority to execute the represented by a competent ' may be required for final completion of the work. After all the same,and to supply materials,tools,and labor without delay, work contemplated by the contract has been completed, the and who shall be the legal representative of the contractor. Engineer will calculate the totarexpenses and damages for the The contractor shall be liable for the faithful observance of ' completed work. If the total expenses and damages are less than any unpaid balance due the Contractor, the excess will be paid Page-SP-36 , Revision Date: April 26, 1993 ' 1-09 Measurement and Payment 1-09 Measurement and Pay ment ' any instructions delivered to him or to his authorized Structures - measured on the neat.lines shown in the plans representative. or as altered by the Engineer. When a complete structure or structural unit is specified as the unit of measurement, the unit ' 1-09 Measurement and Payment shall include all fittings and accessories. Timber - measured by the thousand board feet (MBM) actually used in the structure. Measurements will be based on 1-09.1 Measurement of Quantities nominal widths and thicknesses and the extreme length of each piece. In measuring all acceptably completed bid items of work, Standard Manufactured Items (fence, wire, plates, rolled the Engineer will:' shapes, pi conduit, etc., when specified) - measured by the 1. Use United States standard measure, � 2. Make all measurements as described in this section, manufacturer's identification of gage, unit weight, section Engineer will accept manufacturing unless individual specifications require otherwise, dimension, etc. The tolerances set by each industry unless cited specifications require 3. Follow methods generally recognized as conforming to' good engineering practice, more stringent tolerances.Cement-measured by the pound,ton,or sack. A sack shall 4. Conform to the usual practice of the Contracting mean a sack weighing 94 pounds. Agency by carrying measurements and computations to Asphalt - measured by the gallon or ton. If measured by the proper significant figure or fraction of units for' gallon, measurement will be made at 60 F (or will be corrected each item, and to the volume at 60 F in keeping with ASTM D 1250). If shipped 5. Measure horizontally or vertically (unless otherwise by rail truck, or transport, measurement will be by net certified specified). scale weights or certified volumes (corrected for material lost The terms listed below shall be defined as follows in all enroute or not actually incorporated into the work). The measurements under this section: Engineer will use the following volume-weight conversion table "Lump Sum" (when used as an item of payment): complete to compute asphalt measurements: payment for the work described for that item in the contract. ' "Gage" (in measurement of plates): the U.S. Standard Gage. Conversion Factors "Gage" (in measurement of galvanized sheets used to Average Weights and Volume of Asphalt manufacture corrugated metal pipe, metal plate pipe culverts and Gallon per Ton Pounds per arches, and metal cribbing): that specified in AASHTO M 36, M Grade ®60 F Gallon 167, M 196, M 197, or M 219. F "Gage" (in measurement of wire): that specified in Liquid Asphalts 0 60 AASHTO M 32. ' "Ton": the short ton equal to 2,000 pounds of avoirdupois 70 253 7.90250 249 8.03 weight. 800 245 8.16 For each basis of measurement listed below, the Engineer 3000 245 8.16 will use the method of measurement described. For bid items or' 30 paving Asphalts materials measured on the basis of: AR 200pW 237 8 44 Square Yard or Square Foot - measured on the neat 00OW 237 8.55 AR 4 dimensions shown in the plans or as altered by the Engineer. If F.muLR 4 Asphalts an individual fixture has an area of 9 square feet or less, no' All Grades 240 8.33 deductions in area will be made. Linear Foot (pipe culverts, guard rail, underdrains, etc.) - No measurement will be made for: measured parallel to the structure's base or foundation, unless 1. Work performed or materials placed outside lines the plans require otherwise. shown in the plans or set by the Engineer, Weight-weighed as required in Section 1-09.2. 2. Materials wasted, used, or disposed of in a manner Volume (of excavation and embankment) - measured by the contrary to the contract, average-end-area method or by the finite element analysis 3.' Rejected materials method utilizing digital terrain modeling techniques. All or 1 (including those rejected after placement if the rejection resulted from the some computations may be based on ground elevations and other Contractor's failure to comply with the contract), data derived photo gram metrically. The Engineer may correct for 4. Hauling and disposing of rejected materials, curvature. 5. Material remaining on hand after the work is Volume (in the hauling vehicle) - measured at the point of completed, except as provided in Sections 1-09.5 and delivery. Hauling vehicles may be of any size or type the 1-09.10, or Engineer approves provided that the body is of such shape that 6. Any other work or material contrary to any contract the actual contents may be readily and accurately determined. If provision. the Engineer requires, the Contractor shall level loads at the delivery point to facilitate measurement. 1-09.3 Scope of Payment For each item listed below,the Engineer will use the method ' of measurement described. The payment provided for in the contract shall be full payment to the Contractor for: Page-SP-37 Revision Date: April 26, 1993 1-09 Measurement and Payment 1-09 Measurement and Payment , 1. Furnishing all materials and performing all work under "furnished," or "furnished and installed" under these ' the contract (including changes in the work, materials, conditions, shall be the responsibility of the Contractor with or plans) in a complete and acceptable manner; regard to storage until such items are incorporated into the 2. All risk, loss, damage, or expense of whatever Work or, if such items are not to be incorporated into the ' character arising out of the nature or prosecution of the work, delivered to the applicable Contracting Agency storage work; and site when provided for in the Specifications. Payment for 3. All expense incurred resulting from a suspension or material "furnished," but not yet incorporated into the discontinuance of the work as specified under the Work, may be made on monthly estimates to the extent ' contract. allowed The payment of any estimate or retained percentage shall not relieve the Contractor of the obligation to make good any 1-09.6 Force Account , defective work or materials. Unless the plans and special provisions provide otherwise, If the contract calls for work or materials to be paid for by the unit contract prices for the various bids items shall be full force account, payment amounts will be determined as shown payment for all labor, materials, supplies, equipment, tools, and below. ' all other things required to completely incorporate the item into 1. For Labor the work as though the item were to read "In Place." The Contracting Agency will reimburse the If the "Payment" clause in the specifications, for an item Contractor for labor and for supervision by foremen included in the proposal, covers and considers all work and dedicated solely to the particular force account item of ' material essential to that item, then the work or materials will not work (but not for supervision by general be measured or paid for under any other item which may appear superintendents or general foremen). The Engineer will elsewhere in the proposal or specifications. compute the labor payment on the basis of these four ' Certain payment items appearing in these Specifications may factors: be modified in the plans and proposal to include: a. Weighted Wage Rate. 1. The words "For Structure," "For Concrete Barrier," The Weighted Wage Rate combines: "For Bridge," etc. with the intent of clarifying specific (1) the current basic wage and fringe benefits the , use of the item; or Contractor is required and has agreed to pay, 2. The words "Site (Site Designation)," with the intent of (2) Federal Insurance Compensation(FICA), clarifying where a specific item of work is to be _ - (3) Federal Unemployment Tax Act(FUTA), and ' performed. (4) State Unemployment Compensation Act Modification of payment items in this manner shall in no (SUCA) way change the intent of the specifications relating to these items. A Weighted Wage Rate shall be computed for Unless modified otherwise in the Contract Provisions,the each classification of labor used. This rate ' Bid Items listed or referenced in the "Payment" clause of shall reflect the Contractor's actual cost. It each Section of the Standard Specifications, will be the only shall neither exceed what is normally paid items for which compensation will be made for the Work to comparable labor nor fall below the described in or specified in that particular Section when the minimum required by Section 1-07.9. If , Contractor performs the specked Work. the Engineer authorizes overtime, the The words "Bid Item," "Contract Item," and "Pay Weighted Wage Rate shall be determined Item," and similar terms used throughout the Contract on the same basis. Documents are synonymous. b. Travel Allowance and Subsistence. ' If the "payment" clause in the Specifications relating to This includes the actual costs of allowances for any unit Bid Item price in the Proposal Form requires that travel or subsistence paid to employees in the said unit Bid Item price cover and be considered course of their work on the item. This ' compensation for certain work or material essential to the reimbursement will be made only if such item, then the work or material will not be measured or paid allowances are required by a regional labor for under any other Unit Bid Item which may appear agreement or are normally paid by the Contractor elsewhere in the Proposal Form or Specifications. to comparable labor for performing other work. , Pluralized unit Bid Items appearing in these C. Industrial Insurance and Medical Aid Premiums. Specifications are changed to singular form. The Contracting Agency will reimburse Payment for Bid Items listed or referenced in the Contractor-paid premiums for Marine Industrial "Payment" clause of any particular Section of the Insurance, for State of Washington Industrial ' Specifications shall be considered as including all of the Work Insurance, and Medical Aid Premiums which required, specified, or described in that particular Section. become an obligation of the Contractor and are Payment items will generally be listed generically in the chargeable to the force account work. The ' Specifications, and specifically in the bid form. When items Contracting Agency will not pay the Contractor are to be "furnished" under one payment item and for Medical Aid premiums that are paid by the "installed" under another pajinent item, such items shall be employees. furnished FOB project site, or, if specified in the Special d. Overhead and Profit. ' Provisions, delivered to a designated site. Materials to be Page-SP-38 ' Revision Date: April 26, 1993 ' 1-09 Measurement and Payment yin 1-09 Measurement and Payment The Contracting Agency will pay the Contractor Spokane, Tacoma,.,and Wilsonville, Oregon) where 20 percent of the sum of the costs listed in a, b, they are available for inspection. ' and c above to cover project overhead, general 4. Force Account Mobilization company overhead, profit, and any other costs Force account mobilization is defined as the incurred. preparatory work performed by the Contractor 2. For Materials including transportation of tools, equipment, and ' The Contracting Agency will reimburse actual personal travel time (when included in a bargaining invoice cost for Contractor-supplied materials. This agreement). The Contracting Agency may pay for cost includes actual freight and express charges and mobilization of equipment and labor if the force taxes as described in Section 1-07.2 provided that these account item is not an item included in the original ' costs have not been paid in some other manner under contract proposal or such other contract items as may the contract. A deduction will be made for any offered be included in the special provisions as being eligible or available discounts or rebates if the Contracting for reimbursement for mobilization. Off-site work in Agency has provided the Contractor with the means to preparation for the travel to the project,costing$300 or comply with the provisions allowing the discount. The less will not be paid. The Contracting Agency will not Contracting Agency will then add 15 percent of the pay for mobilization for off-site preparatory work for balance to cover project overhead, general company force account items under any circumstances unless the overhead, profit, and any other cost of supplying Contractor specifically makes a request in writing in materials. advance of any such mobilization work. The written To support charges for materials, the Contractor request shall include an estimate for mobilization costs shall provide the Engineer with valid copies of vendor involving off-site preparatory work and the basis for ' invoices, including freight and express bills. If invoices reimbursement. The approval of the Engineer will be are not available for materials from the Contractor required prior to commencing the mobilization for all stocks, the Contractor shall certify actual costs by force account. To the agreed final amount of affidavit. mobilization for force account shall be added an If claims for materials costs are too high, amount equal to 15 percent of that sum for all other inappropriate, or unsupported by satisfactory evidence, costs, including project overhead, general company the Engineer may determine the cost for all or part of overhead, and profit. ' the materials. When determined in this manner,the cost 5. Subcontractors will be the lowest current wholesale price from a The subcontractors will be allowed a 5 percent source that can supply the required quantity (including markup of the total cost computed from 1, 2, 3, and 4 delivery costs). for insurance, B&O tax,and bonding. The Contracting Agency reserves the right to 6. Contractor Markup on Subcontractors provide materials. In this case, the Contractor will When work is performed on a force account basis receive no payment for any costs,overhead, or profit. by approved subcontractors, the Contractor will be ' 3. For Equipment allowed an additional markup equal to 5 percent of the The approval of the Engineer shall be required for total cost computed for 1, 2, 3, 4, and 5 for all the selection of machine-power tools or equipment administrative costs. prior to their use on force account. 7. Insurance, B&O Tax,and Bonding The payment for any machine-power tools or The Contractor will be allowed an additional equipment shall be made according to the current markup equal to 5 percent of the total cost computed AGC/WSDOT Equipment Rental Agreement which is for 1, 2, 3, 4, 5, and 6 for insurance, B&O tax, and ' in effect at the time the force account is authorized. bonding. The rates as set forth in the Rental Rate Blue Book (as The payments provided above shall be full payment for all modified by the current AGC/WSDOT Equipment work done on a force account basis. The payment shall cover all Rental Agreement) are the maximum rates allowable expenses of every nature, kind, and description, including all ' for equipment of modern design and in good working overhead expenses, profit, occupational tax and any other condition. These rates shall be full compensation for all Federal or State revenue acts, premiums on public liability and fuel, oil, lubrication, repairs, maintenance, and all property damage insurance policies, and for the use of small other costs incidental to furnishing and operating the tools and equipment for which no rental is allowed. ' equipment except labor for operation. No claim for force account shall be allowed except upon The Contracting Agency will add 15 percent to written order by the Engineer prior to the performance of the equipment costs to cover project overhead, general work. No work shall be construed as force account work which ' company overhead (excluding equipment overhead can be measured under the specifications and paid for at the unit included in the Rental Rate Blue Book),and profit. prices named in the contract. Current copies of the Rental Rate Blue Book and The amount and costs of any work to be paid by force the AGC/WSDOT Equipment Rental Agreement will account shall be computed by the Engineer, and the amount ' be maintained at each District office of the Department certified by the Engineer shall be final as provided in Section 1- of Transportation and at each of the offices of the 05.1. Associated General Contractors of America (in Seattle, ' Page-SP-39 Revision Date: April 26, 1993 1-09 Measurement and Payment 1-09 Measurement and Payment ' The Contractor's wage, payroll, and cost records pertaining , to work paid for on a forceiaccount basis shall be open to by- Lse the eemmet inspection or audit as provided in Section 1-09.12. be adequate ree&e fnv 1-09.8 Payment for Material on Hand , The Contracting Agency may reimburse the Contractor for materials purchased before their use in the work if they: 1. Meet the requirements of the plans and specifications, ' 2. Are delivered to or stockpiled near the project or other Engineer-approved storage sites, and 3. Consist of. sand, gravel, surfacing materials, aggregates, reinforcing steel, bronze plates, structural , steel, machinery, piling, timber and lumber (not including forms or falsework),large signs unique to the project,prestressed concrete beams or girders, or other if the Gentraeter ' er is unable te sign and materials the Engineer may approve. refusm' The Contracting Agency may reimburse the Contractor for traffic signal controllers as follows: 1. Fifty percent when the traffic signal controller and all ' components are received and assembled into a complete unit at the Contracting Agency's Material Laboratory. 2. One hundred percent when the traffic signal controller ' is approved for shipment to the project by the Contracting Agency's Material Laboratory. The Contractor shall provide sufficient written evidence of ' production costs to enable the Engineer to compute the cost of Contractor-produced materials (such as' sand, gravel, surfacing material, or aggregates). For other materials,the Contractor shall ' provide invoices from material suppliers. Each invoice shall be or for eentmets N%et are terminated in tteeeidftnee with detailed sufficiently to enable the Engineer to determine the actual costs. Payment for materials on hand shall not exceed the Gantreeting Agene� dees not in my way relieve die Gentraetet total contract cost for the contract item. If payment is based upon an unpaid invoice, the Contractor jtj shall provide the Engineer with a paid invoice within 60 calendar • days after the Contracting Agency's initial payment for materials ' on hand. If the paid invoice is not furnished in this time, any (Seetien-1 0542). payment the Contracting Agency had made will be deducted from the next progress estimate and withheld until the paid invoice is supplied. laws- The Contracting Agency will not pay for any individual item on hand with a cost of less than $500. As materials are used in 1-09.9(1) Progress Payments the work, credits equaling the partial payments for them will be Progress payments for completed work and material on ' taken on future estimates. Partial payment for materials on hand hand will be based upon progress estimates prepared by the shall not constitute acceptance. Any material will be rejected if Engineer. A progress estimate cutoff date will be established found to be faulty even if partial payment for it has been made. at the preconstruction meeting. Within 3 days after the progress estimate cutoff date(but ' 1-09.9 Payments not more often than once a month) the Contractor shall submit to the Engineer for review an Application for Payment, filled out and signed by the Contractor, covering Pai' - the work completed prior to the progress estimate cutoff date. ' The Application for Payment shall be accompanied by documentation supporting the Contractor's Application for Payment. ' The initial progress estimate will be made not later than 30 days after the Contractor commences the Work, and successive progress estimates will be made every month thereafter until Acceptance. Progress estimates made during , Page-SP-40 Revision Date: April 26, 1993 , ' 1-09 Measurement and Payment 1-09 Measurement and Payment ' progress of the Work are tentative, and made only for the trust company and the Contractor jointly. Such purpose of determining progress payment. The progress check shall be concerted into bonds and securities estimates are subject to change at any time prior to chosen by the Contractor and approved by the ' Acceptance Date. Owner and the bonds and securities held in escrow. The value of the progress estimate will be the sum of the The Contractor shall designate the option desired on the following: Contract Form at the time the Contractor executes the 1. Unit Price Items in the Bid Form - the approximate Contract with the Contracting Agency and shall be part of the ' quantity of acceptable units of Work completed contract. The Contractor in choosing option (1) or (2) or (3) multiplied by the Unit Price. agrees to assume full responsibility to pay all costs which may 2. Lump Sum Items in the Bid Form - the estimated accrue from escrow services, brokerage charges or both, and percentage complete multiplied by the Bid Forms further agrees to assume all ricks in connection with the amount for each Lump Sum Item. investment of the retained percentages in securities. 3. Materials on Hand - 90 percent of invoiced cost of Release of retained percentage will be made 30 days material delivered to Jobsite or other storage area following Acceptance by the Contracting Agency provided the approved by the Engineer. following conditions are met: 4. Change Orders - entitlement for approved extra 1. Releases have been obtained from the State cost or completed extra work as determined by the Department of Labor and Industries, the State of Engineer. Washington Employment Security Department, and ' Progress payments will be made in accordance with the all other departments and agencies having progress estimate less: jurisdiction over the activities of the Contractor. 1. Five(5) percent for retained percentage. 2. On contracts totalling more than $20,000.00, a 2. The amount of Progress Payments previously made. release has been obtained from the Washington ' 3. Funds withheld by Owner for disbursement in State Department of Revenue. accordance with the Contract Documents. 3. No claims, as provided by law, have been filed Progress payments for work performed shall not be against the retained percentage. evidence of acceptable performance or an admission by the 4. Affidavit of Wages Paid is on file with the Contracting Agency that any work has been satisfactorily Contracting Agency- for the Contractor and all Comply Subcontractors. Payments will be made by warrants, issued by the In the event claims are filed the Contractor will be paid Contracting Agency's fiscal officer, against'the appropriate such retained percentage less an amount sufficient to pay any fund source for the project. such claims together with a sum determined by the Contracting Agency sufficient to pay the cost of foreclosing 1-09.9(2) Retainage on claims and to cover attorney's fees. ' Pursuant to RCW 60.28 there will be reserved and Retainage will not be reduced for any reason below the retained from monies earned by the Contractor on estimates minimum limit provided by law. during the progress of the Work a sum not to exceed five percent of the monies earned by the Contractor. Such 1-09.9(3) Contracting Agency's Right to Withhold retainage shall be used as a trust fund for the protection and and Disburse Certain Amounts payment (1) to the State with respect to taxes imposed In addition to monies retained pursuant to RCW 60.28, pursuant to Title 82, RCW which may be due from such the Contractor authorizes the Engineer to withhold progress ' Contractor, and (2) of any person or persons, mechanic, payments due or deduct an amount from any payment or subcontractor or materiahnan who shall perform any labor payments due the Contractor which, in the Engineer's upon such contract or the doing of said Work, and all opinion, may be necessary to cover the Contracting Agency's persons who shall supply such person or persons or costs for or to remedy the following situations: subcontractors with provisions or supplies for carrying on 1. Failure of the Contractor to submit and obtain such work. approval of a progress schedule. Monies reserved under provisions of RCW 60.28 shall, at 2. Failure of the Contractor to remedy defective Work. ' ..the option of the Contractor, be: 3. Failure of the Contractor to provide the Engineer 1. Retained in a fund by the Contracting Agency until with a field office when required by the Special 30 days following Acceptance of the Work;or Provisions. 2. Deposited by the Contracting Agency in an interest- 4. For overtime work performed by Contracting bearing account in a bank, mutual savings bank, or ens savingsand loan association not subject to Agency personnel. � 1 S. Lack of construction progress based upon the withdrawal until after Acceptance of the Work or Engineer's review of the Contractor's approved until agreed to by both parties; progress schedule which, indicates that the Work ' 3. Placed in escrow with a bank or trust company by will not be completed within the Contract Time. the Owner until 30 Oys following Acceptance of the When calculating an anticipated time overrun, the Work. When the monies reserved are to be placed in Engineer will make allowances for weather delays, escrow the Owner will issue a check representing the approved unavoidable delays,and suspensions of the sum of the monies reserved payable to the bank or Work. The amount withheld under this Page-SP-41 ' Revision Date: April 26, 1993 1-09 Measurement and Payment 1-09 Measurement and P 'ayment subparagraph will be based upon the liquidated WMBE Ordinance; nor shall such payment preclude the damages amount per day set forth in the Special Contracting -Agency from recovering damages, setting Provisions multiplied by the number of days the penalties, or obtaining such other remedies as may be Contractor's approved progress schedule, in the permitted by law. ' opinion of the Engineer, indicates the Contract may Before the Work will be accepted by the Contracting exceed the Contract Tune. Agency,the Contractor shall submit an affidavit,on the form 6. Damage to another contractor when there is provided by the Engineer, of amounts paid to certified ' evidence thereof and a claim has been filed, disadvantaged (DB), minority (MBE) or women business 7. Failure to submit weekly payrolls or correct enterprises (WBE) participating in the Work. Such affidavit underpayments to Contractor or subcontractor shall certify the amounts paid to the DB, MBE, or WBE employees, subcontractors regardless of tier. , 8. Where the Contractor has not paid fees or charges On Federally-funded projects the Contractor may also be to public authorities or municipalities which the required to execute and furnish the Contracting Agency an Contractor is obligated to pay. affidavit certifying that the Contractor has not extended any 9. Failure of the Contractor to perform any of the bans,gratuity or gift and money pursuant to Section 1-07.19 ' Contractor's other obligations under the contract. of these Specifications. The Contractor authorizes the Engineer to act as agent If the Contractor fails, refuses, or is unable to sign and for the Contractor disbursing such funds as have been return the Final Progress Estimate or any other documents , withheld pursuant to this paragraph to a party or parties who required for the final acceptance of the contract, the are entitled to payment. Disbursement of such funds, if the Contracting Agency reserves the right to unilaterally accept Engineer elects to do so, will be made only after giving the the contract. Unilateral acceptance will occur only after the Contractor 15 calendar days prior written notice of the Contractor has been provided the opportunity, by written , Contracting Agency's intent to do so, and if prior to the request from the Engineer, to voluntarily submit such expiration of the 15 calendar day period, documents. If voluntary compliance is not achieved, formal 1. no legal action has commenced to resolve the validity notification of the impending unilateral acceptance will be of the claims,and provided by certified letter from the Engineer to the 2. the Contractor has not protested such disbursement. Contractor which will provide 30 calendar days for the A proper accounting of all funds disbursed on behalf of Contractor to submit the necessary documents. The 30 the Contractor in accordance with this section will be made. ,, calendar day deadline shall begin on the date of the postmark A payment made pursuant to this section shall be considered of the certified letter from the Engineer requesting the as payment made under the terms and conditions of the necessary documents. This reservation by the Contracting Contract. The Contracting Agency shall not be liable to the Agency to unilaterally accept the contract will apply to Contractor for such payment made in good faith. contracts that are completed in accordance with Section 1- ' If legal action is instituted to determine the validity of the 08.5 or for contracts that are terminated in accordance with claims prior to expiration of the 15 day period mentioned Section 1-08.10. Unilateral acceptance of the contract by the above,the Engineer will hold the funds until determination of Contracting Agency does not in any way relieve the the action or written settlement agreement of the parties. Contractor of the provisions under contract or of the ' responsibility to comply with all laws, ordinances, and 1-09.9(4) Final Payment regulations - Federal, State, or local - that affect the Upon Acceptance of the Work by the Contracting contract. The date the Contracting Agency unilaterally signs , Agency the final amount to be paid the Contractor will be the Final Progress Estimate constitutes the final acceptance calculated based upon a Final Progress Estimate made by the date(Section 1-05.12). Engineer. Acceptance by the Contractor of the Final Payment shall be and shall operate as a release: 1-09.11 Disputes and Claims , 1. to the Contracting Agency of all claims and all liabilities of the Contractor, other than claims in stated amounts as may be specifically excepted in 1-09.11(2) Claims writing by the Contractor; If the Contractor claims that additional payment is due and ' 2. for all things done or furnished in connection with the Contractor has pursued and exhausted all the means provided the Work; in Section 1-09.11(1) to resolve a dispute, the Contractor may 3. for every act and neglect by the Contracting file a slain as provided in this section. The Contractor agrees to Agency;and waive any claim for additional payment if the written , 4. for all other claims and liability relating to or arising notifications provided in Section 1-04.5 are not given, or if the out of the Work. Engineer is not afforded reasonable access by the Contractor to A payment(monthly, final, retainage,or otherwise) shall complete records of actual cost and additional time incurred as ' not release the Contractor or the Contractor's Surety from required by Section 1-04.5, or if a claim is not filed as provided any obligation required under the terms of the Contract in this section.The fact that the Contractor has provided a proper Documents or the Contract Bond; nor shall such payment notification, provided a properly filed claim, or provided the constitute a waiver of the Contracting Agency's ability to Engineer access to records of actual cost,shall not in any way be ' investigate and act upon findings of non-compliance with the construed as proving or substantiating the validity of the claim. If Page-SP-42 ' Revision Date: April 26, 1993 i1-09 Measurement and Payment 1-09 Measurement and Payment ' the claim, after consideration by the Engineer, is found to have 09.12 to determine actual equipment cost. The merit, the Engineer will make An equitable adjustment either in following information shall be provided for each the amount of costs to be paid or in the time required for the piece of equipment: work, or both. If the Engineer finds the claim to be without (1) Detailed description (e.g., Motor Grader merit, no adjustment will be made. Diesel Powered Caterpillar 12 "G," Tractor All claims filed by the Contractor shall be in writing and in Crawler ROPS & Dour Included Diesel, sufficient detail to enable the Engineer to ascertain the basis and etc,) amount of the claim. All claims shall be submitted to the Project (2) The hours of use or standby,and ' Engineer as provided in Section 1-05.15. As a minimum, the (3) The specific day and dates of use or standby. following information must accompany each claim submitted: d. Job overhead. 1. A detailed factual statement of the claim for additional e. Overhead(general and administrative). ' compensation and time, if any, providing all necessary f. Subcontractor's claims (in the same level of detail dates, locations, and items of work affected by the as specified herein is required for any claim. subcontractor's claims). 2. The date on which facts arose which gave rise to the g. Other categories as specified by the Contractor or claim. the Contracting Agency. 3. The name of each Contracting Agency individual, 10. A notarized statement shall be submitted to the Project official, or employee involved in or knowledgeable Engineer containing the following language: about the claim. Under the penalty of law for perjury or 4. The specific provisions of the contract which support falsification, the undersigned, the claim and a statement of the reasons why such provisions support the claim. (name) 5. If the claim relates to a decision of the Engineer which of the contract leaves to the Engineer's discretion or as to which the contract provides that the Engineer's (title) (company) ' decision is final, the Contractor shall set out in detail all hereby certifies that the claim for extra facts supporting its position relating to the decision of compensation and time, if any, made herein for the Engineer. work on this contract is a true statement of the 6. The identification of any documents and the substance actual costs incurred and time sought, and is fully of any oral communications that support the claim. documented and supported under the contract 7. Copies of any identified documents, other than between the parties. Contracting Agency documents and documents ' previously furnished to the Contracting Agency by the Contractor, that support the claim (manuals which are Dated /s/ standard to the industry, used by the Contractor, may be included by reference). ' 8. If an extension of time is sought: Subscribed and sworn before me this a. The specific days and dates for which it is sought, day of b. The specific reasons the Contractor believes a time extension should be granted, c. The specific provisions of Section 1-08.8 under which it is sought, and Notary Public d. The Contractor's analysis of its progress schedule to demonstrate the reason for a time extension. My Commission Expires: 9. If additional compensation is sought, the exact amount sought and a breakdown of that amount into the It will be the responsibility of the Contractor to keep full and following categories: complete records of the costs and additional time incurred for a. Labor; any alleged claim. The Contractor shall permit the Engineer to b. Materials; have access to those records and any other records as may be C. Direct equipment. The actual cost for each piece required by the Engineer to determine the Gets or contentions of equipment for which a claim is made or in the involved in the claim. The Contractor shall retain those records t absence of actual cost, the rates established by the for a period of not less than three years after final acceptance. AGCIWSDOT Equipment Rental Agreement The Contractor shall pursue administrative resolution of any which was in effect when the work was claim with the Engineer or the designee of the Engineer. performed. In no case shall the amounts claimed Failure to submit with the Final Application for Payment for each piece of equipment exceed the rates Final Gentreet Woueher Ger6ficatie"tich information and details established by that Equipment Rental Agreement as described in this section for any claim shall operate as a even if the actual cost for such equipment is waiver of the claims by the Contractor as provided in Section 1- ' higher. The Contracting Agency may audit the 09.9. Contractor's cost records as provided in Section 1- ' Page-SP-43 Revision Date: April 26, 1993 1-09 Measurement and Payment 1-09 Measurement and Payment Provided that the Contractor is in full compliance with all shall also be used when claims with an amount equal to , the provisions of this section and after the formal claim document or greater than$100,000 are to be arbitrated by mutual has been submitted, the Contracting Agency will respond, in agreement. , writing,to the Contractor as follows: The Contracting Agency and the Contractor mutually agree 1. Within 45 calendar days from the date the claim is the venue of any arbitration hearing shall be within the State of received by the Contracting Agency if the claim Washington, King County and that any such hearing shall be amount is less than$100,000, conducted within the State of Washington,King County. ' 2. Within 90 calendar days from the date the claim is The Contracting Agency and the Contractor mutually agree received by the Contracting Agency if the claim to be bound by the decision of the arbitrator, and judgment upon amount is equal to or greater than$100,000,or the award rendered by the arbitrator may be entered in the , I 3. If the above restraints are unreasonable due to the Superior Court of gRursten -the County where the work was complexity of the claim under consideration, the performed. The decision of the arbitrator and the specific basis Contractor will be notified within 15 calendar days for the decision shall be in writing. The arbitrator shall use the from the date the claim is received by the Contracting contract as a basis for decisions. Agency as to the amount of time which will be necessary for the Contracting Agency to prepare its 1-09.13(3) Procedures to Pursue Arbitration response. If the dispute cannot be resolved through administrative Full compliance by the Contractor with the provisions of procedures provided in Sections 1-04.5, 1-09.11, and any special ' this section is a contractual condition precedent to the prevision provided in the contract for resolution of disputes, the Contractor's right to seek judicial relief. Contractor shall advise the Engineer, in writing, that mandatory and binding arbitration is desired. A demand for arbitration shall ' 1-09.11(3) Time Limitation and Jurisdiction be filed by the Contractor, in accordance with the AAA rules, For the convenience of the parties to. the contract it is with the Contracting Agency,and with the AAA. Selection of the mutually agreed by the parties that any claims or causes of action arbitrator and the administration of the arbitration shall proceed which the Contractor has against the State of Washington arising in accordance with AAA rules using arbitrators from the list , from the contract shall be brought within 180 calendar days from developed by the AAA, except that for claims under S25,000 the date of final acceptance (Section 1-05.12) of the contract by using the Northwest Region Expedited Commercial Arbitration the State of Washington; and it is further agreed that any such Rules, arbitration selection shall proceed pursuant to Section 55 claims or causes of action shall be brought only in the Superior of the Expedited Procedure of the Construction Industry , Court of Thtirsten King County. The parties understand and Arbitration Rules. Arbitration shall proceed utilizing the agree that the Contractor's failure to bring suit within the time appropriate rule of the AAA as determined by the dollar amount period provided, shall be a complete bar to any such claims or of the claim as provided in Section 1-09.13(2). causes of action. It is further mutually agreed by the parties that Unresolved disputes which do not involve delay or impacts , when any claims or causes of action which the Contractor asserts to unchanged work may be brought to arbitration during the against the State of Washington arising from the contract are filed course of the project, provided that: the administrative with the State or initiated in court, the Contractor shall permit the procedures have been exhausted and the dispute has been ' State to have timely access to any records deemed necessary by pursued to the claim status as provided in Section 1-09.11(2). the State to assist in evaluating the claims or action. Unless the Contracting Agency and the Contractor agree otherwise, all other unresolved claims (disputes which have been 1-09.12 Audits pursued to the claim status) which arise from a contract must be brought in a single arbitration hearing and only after completion of the contract. The total of those unresolved claims must be leas 1-09.13 Arbitration than $100,000 to be eligible for arbitration, except by mutual agreement of the Contracting Agency and Contractor. , 1-09.13(2) Administration of Arbitration In addition, the Contractor agrees arbitration proceedings Arbitration shall be administered through the American must commence, by filing of the aforementioned demand for Arbitration Association (AAA) using the following arbitration arbitration, within 180 calendar days of final acceptance of the ' methods: contract, the same as any other claim or causes of action as 1. The current version of the Northwest Region Expedited provided in Section 1-09.11(3). Commercial Arbitration Rules shall be used for claims The scope and extent of discovery shall be determined by with an amount less than$25,000. the arbitrator in accordance with AAA rules. In addition, each ' 2. The current version of the Expedited Procedures of the party for claims greater than $25,000 shall serve upon the other Construction Industry Arbitration Rules shall be used party a "statement of proof." The statement of proof shall be for claims with an amount equal to or greater than served, with a copy to the AAA, no less than 20 calendar days , $25,000 and less than$50,000. prior to the arbitration hearing and shall include: 3. The current version of the standard procedures of the 1. The identity, current business address, and residential Construction Industry iArbitration Rules shall be used address of each witness who will testify at the hearing, for claims with an amount equal to or greater than 2. The identity of a witness as an expert if an expert ' $50,000 and less than $100,000. These procedures witness is to be called, a statement as to the subject matter and the substance of the facts and opinions on Page-SP-44 , Revision Date: April 26, 1993 1-10 VACANT 2-01Clearing, Grubbing, and Roadside Cleanup r which the expert is expected to testify, a summary of grubbing, or roadside cleanup. The Contractor shall not allow the grounds for each opinion, and a resume of the the public to fell trees. ' expert's qualifications, and The Contractor shall meet all requirements of state, county, 3. A list of each document that the party intends to offer and municipal regulations regarding health, safety, and public in evidence at the arbitration hearing. Either party may welfare in the disposal of all debris. ' request from the other party a copy of any document listed. 1f such a request is made, a copy of the document shall be provided within five calendar days from the date the request is received. ' The arbitrator may permit a party to call a witness or offer a All debris,waste,excess construction materials and other document not shown or included in the statement of proof only miscellaneous material not salvaged by the owner or the upon a showing of good cause. contractor, of disposed of by another approved method shall The findings and decision of the board of arbitrators be disposed of at a landfill approved and licensed by the shall be final and binding on the parties, unless the aggrieved appropriate governing body. party, within 10 days,challenges the findings and decision by serving and filing a petition for review by the superior court of King County, Washington. The grounds for the petition for review are limited to showing that the findings and decision: 1. Are not responsive to the questions submitted; 2. Is contrary to the terms of the contract or any component thereof; 3. Is arbitrary and/or is not based upon the applicable facts and these requirements. law controning the issues submitted to arbitration. The' } Diameter at least feet,board of arbitrators shall support its decision by setting forth in writing their findings and conclusions based on the 2' Height ene fee!or rnere fei every fi�ef of diameter. evidence adduced at any such hearing. 3- The arbitration shall be conducted in accordance with the ' statutes of the State of Washington and court decisions governing such procedure. The costs of such arbitration shall be borne equally by the City and the contractor unless it is the board's majority yftrds iney be burning at opinion that the contractor's filing of the protest or action is 6- Additional debtis shgkH not be added to e bunking siftek. capricious or without reasonable foundation. In the latter case,all costs shall be borne by the contractor. 2-�(2) DiSP9et31�1¢ethod No. 2 Waste 8iic isite ebfeir� by like . 1-10 VACANT ' DIV-1.1)OC l' cG a ntraR-'-'vr Division 2 Earthwork 2-01.5 Payment Payment will be made for the following bid items when they are included in the proposal: 1. "Clearing",per acre. .2-01 Clearing, Grubbing, and 2. "Grubbing",per acre. Roadside Cleanup 3. "Clearing and Grubbing",per acre or lump sum. ' The unit contract price per acre or lump sum for "Clearing", "Grubbing", and "Clearing and Grubbing" shall be 2-01.2 Disposal of Usable Material and Debris full pay for all work described in Section 2-01. Payment for grubbing structure sites which would not otherwise be grubbed ' When possible, the Contractor should sell all usable material will not be paid for under "Grubbing". Instead, such work shall such as timber, chips, or firewood produced by clearing, Page-SP-45 Revision Date: April 26, 1993 2-03 Roadway Excavation and Embankment ' 2-03Roadway Excavation and Embanlmtent be included in the unit contract prices for "Structure Excavation" or some other category. 2-03 Roadway Excavation and ' Seetiea 1 99.6 Embankment 2-03.4 Measurement ' Roadside Cleanup shall be considered incidental to the The State will use the following methods to measure work contract and no additional payment shall be made. performed unless specific exceptions in other sections provide , otherwise: 1. Roadway excavation, borrow excavation, and 2-02.3 Construction Requirements unsuitable foundation excavation — by the cubic yard. IMaterial will be measured in its original position by ' 2-02.3(3) Removal of Pavement, Sidewalks, and cross-sectioning or through the use of digital terrain Curbs modeling survey techniques. In roadway excavation, In removing pavement, sidewalks,and curbs,the Contractor Pay quantities will be computed to the neat lines of the ' shall: cross-sections as staked. When the State requires 1. Haul broken-up pieces into the roadway embankment excavated material to be removed, stockpiled, and or to some off-project site. moved again, the material will be measured to the neat 2. Cover any pieces buried within the right-of-way with at line of that removed from the stockpile. In this case, least 5 feet of soil. the measurement and payment provisions of Sections 2- 3. Make a vertical saw cut between any existing 04.4 and 2-04.5 shall apply. At the discretion of the pavement, sidewalk, or curb that is to remain and the engineer, roadway excavation, borrow excavation, portion to be removed. and unsuitable foundation excavation - by the cubic ' 4. Replace at no expense to the State any existing yard (adjusted for swell) may be measured by truck pavement designated to remain that is damaged during in the hauling vehicle at the point of loading. The the removal of other pavement. contractor shall provide truck tickets for each load ' 5. When an area where pavement has been removed is removed. `Each ticket shall have the truck number, to be opened to traffic before pavement patching has time and date,and be approved by the engineer. been completed, temporary mix asphalt concrete 2. Controlled blasting of rock faces — by the linear foot patch shall be required. Temporary patching shall of hole drilled. Holes will be measured from the top of ' be placed to a minimum depth of 2 inches the rock surface to the elevation of the roadway ditch immediately after backfilling and compaction are or to a bench elevation set by the Engineer. complete, and before the road is opened to traffic. 3• Prefabricated vertical drain — by the linear foot. . MC cold mix or MC hot mix shall be used at the Measurement will be measured from the top of the ' discretion of the Engineer. working platform to the bottom of each hole. Trial If pavements, sidewalks, or curbs lie within an excavation drains will be measured in the same manner as area, their removal will be paid for as part of the quantity production drains. ' removed in excavation. If they he in an area not to be excavated, 4• Sand drainage blanket —by the ton. Moisture above 8 and if they are not mentioned as a separate item in the proposal, percent will be deducted from pay quantities. they will be measured and paid for as provided under Section 2- 5• Embankment compaction (except under Method A) — 02.5• by the cubic yard. Material will be measured to the ' neat lines of the staked cross-sections of compacted 2-02.5 Payment embankment. No allowance will be made for material that settles. No deduction will be taken for other items Payment will be made for the following bid item when it is constructed within the embankment (bridge abutments, included in the proposal: piers, columns, backfill, pipes, etc.). The State will 1. "Removal of Structure and Obstruction",lump sum. exclude from compaction measurement material that is 2. "Saw Cutting",per Lineal Foot. wasted or placed under water and not compacted in 3. "Remove Sidewalk",per Square Yard. layers as provided by Sections 2-03.3(14)A and ' 4. "Remove Curb and Gutter",per Lineal Foot. 2-03.3(14)C. In cuts and excavation below grade, 5. "Cold 11Tnx",per Ton compaction will be measured by the cubic yard in the All costs related to the removal of structures and cross-section of compacted backfill material. When obstructions including saw cutting and temporary asphalt material in cuts or below grade is scarified and ' shall be considered incidental to and included in other items r000mpacted, it will be measured by its compacted unless designated as a specificbid item in the proposal. depth, up to a maximum of 6 inches. t Page-SP-46 Revision Date: April 26, 1993 2-04 Haul 2-04 Haul r6. Gravel borrow (including haul) — by the ton or cubic section and shall include the volume of material excavated from yard. Measurement by cubic yard will be made in the the benches or setbacks approved for drilling separate lifts. hauling vehicle at the point of delivery on the roadway. 5. "Prefabricated Vertical Drain",per linear foot. ' 7. Aeration — by the hour (to the nearest 1/2 hour). The unit contract price per linear foot for "Prefabricated Hours actually spent aerating material. The following Vertical Drain" shall be full pay for furnishing all tools, will be excluded from aeration time: materials, labor, equipment, and all other costa necessary to ' a. Time spent by supervisors or foremen directing complete the required work. the work. 6. "Sand Drainage Blanket",per ton. b. Time taken to move equipment from and to The unit contract price per ton for "Sand Drainage Blanket" different locations on the project site. shall be full pay for the material and for processing, hauling, and ' C. Time spent repairing equipment. placing it. d. Time equipment is idle or on standby. 7, e. Time equipment is doing nonaeration work. The State will include time for one move-in and one ' move-out if a piece of equipment outside the ' pqtmnliliee fat roject limits is required for aeration. 2-03.5 Payment needed. When ernbankinents ale iflade by Method P , Payment for Payment will be made for the following bid items when they embankment compaction will not be made as a separate item. All are included in the proposal: costs for embankment compaction shall be included in other bid ' 1. "Roadway Excavation" or "Roadway Excavation— items involved. Area A(B, C, etc.)",per cubic yard. Unless otherwise provided, the work described in Section 2- When the Engineer orders excavation 2 feet or less below 03.3(14), Embankment Construction, shall be incidental to other subgrade, unit contract prices for roadway excavation and haul pay items involved. t shall apply. If he orders excavation more than 2 feet below g. "Gravel Borrow Incl. Haul",per ton or per cubic yard. subgrade, that part below the 2-foot depth shall be paid for as provided in SeeEien-4-A4� Item 3 of this payment section. In The unit contract price per ton or cubic yard for "Gravel ' this case, all items of work other than roadway excavation shall Borrow Incl. Haul shall be full pay for the gravel borrow and for processing, hauling and placing it. be paid at unit contract prices. 9. "Aeration",by force account. The unit contract price per cubic yard shall be full pay for Payment for aeration excavating, loading, placing, or otherwise disposing of the y equipment shall be made according to the current AGC-Washington State Department of Transportation material. For haul, the unit contract price as provided in Section Equipment Rental Agreement. 2-04 shall apply, except when the pay item is shown as including The payment for aeration and other related unit contract haul. In that case the unit contract price per cubic yard shall prices shall be full pay for all costs incidental to aeration, include haul. including temporary sealing of aerated embankments for ' 2. "Borrow Excavation Incl. Haul", per cubic yard. protection against the elements, intermittent operation and for The unit contract price per cubic yard for "Borrow furnishing and operating the equipment assemblies and for all Excavation Incl. Haul" shall be full pay for excavating, loading, related supplies and labor to perform the work specified. Should hauling, placing, or otherwise disposing of the material. This the Contractor fail to seal an aerated area prior to inclement price includes pay for removing from the surface of a borrow weather, additional aeration to restore the area to its previous sate, disposing of, wasting, or stockpiling any material not condition shall be at the Contractor's expense. suitable for embankment. '' 3. "Unsuitable Foundation Excavation",per cubic yard. To provide a common basis for all bidders, the State has The unit contract price per cubic yard for "Unsuitable estimated the force account for "Aeration", and has entered the amount in the proposal to become a part of the total bid by the Foundation Excavation" shall be full pay for excavating, loading, Contractor. Actual amounts paid by force account may vary from and disposing of the material. For haul, the Unit eentreel priee as this estimate. 4 , The unit contract price per cubic yard shall include haul. 2-04 Haul 4. "Controlled Blasting of Rock Face",per linear foot. The unit contract price per linear foot of drill hole for "Controlled Blasting of Rock Face" shall be full pay for all 2-04.5 Payment materials, explosives, labor, tools, and equipment needed. ' Quantities shown in the Plans are based on 30-inch hole spacing. ineltided in the preposei. Actual quantities will depend on field conditions and results from test sections. , Measurement and payment for roadway excavation and haul ' related to blasting shall be as provided under those items in this ' Page-SP-47 Revision Date: April 26, 1993 2-09 Structure Excavation 2-09 Structure Excavation ' All costs for the hauling of material to, from, or on the On all work in which trench excavation exceeds a depth ' job she shall be considered ifidental to and included in the of 4 feet,an adequate system for trench excavation that meets unit price of other units of work. the requirements of the Washington industrial safety and health act,chapter 49.17 RCW is required. ' 2-09 Structure Excavation The Contractor must submit six sets of plans before shoring. These must meet the plan requirements set forth in Section 2- 09.3(3)D. ' 2-09.1 Description Upon completing the work, the Contractor shall remove all Structure excavation consists of excavating and disposing of shoring unless the Plans or the Engineer direct otherwise. all natural material or man-made objects that must be removed to 2-09.4 Measurement ' make way for bridge foundations, retaining walls, culverts, trenches for pipelines, conduits, and other structures as shown in Excavated materials will be measured in their original the Plans. position by the cubic yard. The State will measure and pay for This work also includes, unless the contract provides only the material excavated from inside the limits this section otherwise, removing whole or partial structures, grubbing defines. If the Contractor excavates outside these limits or structure sites that would not otherwise be grubbed, building and performs extra excavation as described in Section 2-09.3(3)B, it later removing shoring, cofferdams, or caissons, pumping or shall be considered for the Contractor's benefit and shall be draining excavated areas,protecting excavated materials from the included in the cost of other bid items. ' weather, and placing and compacting backfrll. Horizontal limits. The State will use the sides of the trench This work also includes the excavation, haul, and or pit as horizontal limits in measuring excavation. No payment disposal of all unsuitable materials such as peat, muck, for structure excavation will be made for material removed (1) ' swampy or unsuitable materials including buried logs and more than 1 foot outside the perimeter of any pile cap, footing, stumps. or seal, (2) more than 3 feet beyond the roadway side of a wing wall, and (3)more than 1 foot beyond the other sides and end of 2-09.3 Construction Requirements a wing wall. t For pipelines the State will measure from the exterior sides 2-09.3(1)D Disposal of Excavated Material of the pipe barrel to calculate structure excavation quantities as follows: The Engineer may direct the Contractor to dispose of , excavated material in embankments, backfills, or remove it from Horizontal Limit(distance the site. pipe Diameter from side of pipe barrel) All costs for disposing of excavated material within the project limits shall be included in the unit contract price for Under 12 inches 1.0 foot for sanitary sewer structure excavation, Class A or B. 0.5 foot for all other (minimum trench width for 04.4 fer leading and hettihng. payment 1.5 feet) ' 12 inches through 42 inches 1 foot If the contract includes structure excavation, Class A or B, and pipe arches through including haul, the unit contract price shall include all costs for 50 inches in span loading and hauling the material the full required distance, Larger than 42 inches,pipe 2 feet otherwise all such disposal frosts shall be considered incidental arches more than 50 inches in to the work. span,structural plate pipe, 2-09.3 4 Construction R and underpasses. , ( ) Requirements, Structure Excavation, Class B The above requirements for structure excavation Class A, For a manhole,catch basin,or inlet,the limits will be 1 foot shall apply also to structure excavation Class B. In addition, the outside the perimeter of the structure. ' Contractor shall follow Division 7 of these Specifications as it Lower Iimiks. For a pile cap, footing, or seal, the bottom applies to the specific kinds of work. elevation shown in the Plans, or set by the Engineer, will serve The hole for any catch basin or manhole shall provide at as the lower limit in measuring structure excavation. For a wing ' least 1 foot of clearance between outside structural surfaces and wall, the lower limit will follow a line parallel to the bottom and the undisturbed earth bank. 1 foot below it. Any swell from pile-driving will be excluded If workers enter any trench or other excavation 4 feet or from excavation quantities. more in depth that does not meet the open pit requirements of For pipe lines the bottom outside of the pipe will serve as , Section 2-09.3(3)B,it shall be shored. The Contractor alone shall the lower limit for measuring excavation. The Engineer may set be responsible for worker safety and the State assumes no another limit when excavation must be made below grade. responsibility. Upper limits. The top surface of the ground or stream bed as the work begins will be the upper limit for measuring t Page-SP-48 , Revision Date: April 26, 1993 ' 2-09 Structure Excavation 2-09 Structure Excavation ' excavation. If the Contract, or a separate contract, includes a pay the required elevations. In this case, the Contractor, at no item for grading to remove miti:rials, the upper limit will be the expense to the State, shall repbree such material with concrete or neat lines of the grading section shown in the Plans. other material the Engineer approves. ' The Engineer may order the Contractor to partially build the 5. "Shoring or Extra Excavation Cl. A", lump sum. embankment before placing pipe. In this case, the upper limit for The lump sum contract price for "Shoring or Extra measurement will be not more than 4 feet above the invert of the Excavation Cl. A" shall be full pay for all labor, materials, tools, pipe. For a structural plate pipe, pipe arch, or underpass, the and equipment needed to build, dewater, and remove the ' upper limit will be the top of the embankment at the time of shoring, cofferdams, or caissons. When extra excavation is used installation as specified in Section 7-03.3(1)A. in lieu of constructing the shoring, cofferdam or caisson, the Gravel backfill. All gravel backfill will be measured by the lump sum contract price shall be full pay for all excavation, eubie yard �i plaee detervrt�ved by the neat lines required by-the backfill, compaction, and other work required. If select backfill ' {Aces ton as measured in conformance with section 1-09.2. material is required for backfilling within the limits of structure excavation, it shall also be required as backfill material for the extra excavation at the Contractor's expense. ' If it is necessary to place riprap outside of cofferdams to repair local scour, it shall be paid by agreed price or force account. Shoring or extra excavation. No specific unit measurement If the Engineer requires shoring, cofferdams, or caissons ' shall apply to the lump sum item of shoring or extra excavation when the contract provides no bid item for such work, the State Class A- or Shoring or extra excavation Class B. wi}l--be will pay as provided in Section 1-04.4. measured by the square feet ag fal4ews! If the Engineer requires the Contractor to build shoring or extra excavation Class A that extends below the elevation shown ' in the Plans, the State will pay the lump sum price and no more when the extra depth does not exceed 3 feet. For depths greater flatter as required to meet gafety reguistiems, the tkie&-f&r than 3 feet below the elevations shown, payment will be as ' provided in Section 1-04.4. 6. "Shoring or Extra Excavation Class B",per square feet Lump Sum. The unit contract price per square-feet lump sum for ' "Shoring or Extra Excavation Cl. B" shall be full pay for the of the exeavation and for the length of the werk aettiftRy construction and removal of shoring. The unit contract price per square foot shall be full pay for all excavation, backfill, compaction, and other work required when extra excavation is ' used in lieu of constructing shoring. If select backfill material is required for backfiiling within the limits of the structure 2-09.5 Payment excavation, it shall also be required as backfill material for the ' Payment will p extra excavation at the Contractor's expense. made for the following bid items when they If there is no bid item for shoring or extra excavation are included in the proposal: Class B and the nature of the excavation is 1. "Structure Excavation Class A", per cubic yard.' 2. "Structure Excavation Class B",per cubic yard. such that shoring or extra excavation is required as determined 3. "Structure Excavation Class A Incl. Haut",per cubic by the Engineer, payment to the Contractor for the work will be yard. made in accordance with Section 1-04.4. 7. "Gravel Backfill r 4. "Structure Excavation Class B Incl. Haul",per cubic �d)",per eubie-yerd Ton. ' yard. The unit contract price per eubie-yard ton for the kind and class of backfill used shall be full pay for all labor, material, The unit contract price per cubic yard for the bid items tools, and equipment used. listed as 1 through 4 above shall be full pay for all labor, materials, tools, equipment, and pumping, or shall be included ' inn the unit bid price of other items of work if "Structure Excavation" or "Structure Excavation Inel Haul" are not li ted as pay items in the contract. Payment for reconstruction of surfacing and paving within the limits of structure excavation will be at the applicable unit prices for the items involved. If the Engineer orders the Contractor to excavate below the elevations shown in the plans{ the unit contract price per cubic yard for "Structure Excavations Class A or B" will apply. But if ' the Contractor excavates deeper than the plans or the Enginee? requires, the State will not pay for material removed from below Page-SP-49 ' Revision Date: April 26, 1993 3-02 Stockpiling Aggregates 5-04 Asphalt Concrete Pavement ' to line, grade, depth of course, and cross-section ' without further shaping. Division 3 2. Road Mix Method. Each layer of surfacing material shall be spread by equipment that is approved by ' Production From Quarry and Pit Sites the Engineer. Equipment that causes segregation of and Stockpiling the surfacing material during the spreading operation will not be allowed. Similar types of ' spreading equipment shall be used throughout the limits of each seperate spreading operation. 3-02 Stockpiling Aggregates Spreading on small areas of less than 2,000 square yards or on areas irregular in shape may be ' accomplished by other means as approved by the 3-02.4 Measurement Engineer. Clearing and grubbing of the stockpile site will be measured The following nominal depth of compacted material shall notbe exceeded in any one course without the approval of the 'in accordance with Section 2-01 when the proposal includes such Engineer: bid items and such work is required on a stockpile site provided Ballast 0.50 foot by the State. Gravel Base 0.75 foot Specific materials or aggregates designated in the proposal Crushed Surfacing 0.35 foot ' to be in stockpile will be measured by the ton unless the proposal shows by the cubic yard. in whielkL efts_ The cubic yard volume fore€pay quantity will be determined by cross-sectioning the completed stockpile or by computation of the volume Division 5 ' between the original ground surface and the stockpile surface Surface Treautments and Pavements using digital terrain modeling survey techniques. Specific materials or aggregates designated in the proposal ' to be from stockpile will be measured by the ton or by the cubic yard, whichever is shown in the proposal. If payment is to be 5-04 Asphalt Concrete Pavement made on the basis of cubic yards, measurement will be made of the volume in the hauling vehicle at the point of delivery on the ' roadway. 5-04.1 Description This work shall consist of one or more courses of plant mixed asphalt concrete placed on a prepared foundation or base ' Division 4 in accordance with these Specifications and in conformity with the lines, grades, thicknesses, and typical cross-sections shown Bases in the Plans or established by the Engineer. Asphalt concrete shall be composed of asphalt and aggregate ' which, with or without the addition of mineral filler and blending 4-04 Ballast and Crushed Surfacing sand as may be required, shall be mixed in the proportions specified to provide a homogeneous, stable and workable mixture. t 4-04.3 Construction Requirements Asphalt concrete Class A, Class B, Class D, Class F and Class G are designated as leveling or wearing courses. Asphalt concrete Class E is designated as a pavement base course. With , 4-04.3(4) Placing and Spreading the exception of asphalt concrete Class D, all mixtures are 1. Central Plant Mix Method. After mixing, material for considered dense graded asphah concrete. each layer of surfacing shall be transported to the roadway in approved vehicles. Vehicles for hauling the 5-04.3 Construction Requirements ' mixture shall be capable of depositing the mixture within the receiving hopper of the spreading equipment, or in windrows of uniform size in front of 5-04.3(5) Conditioning of Existing Surface the spreading equipment, with a minimum of When the surface of the existing pavement or old base is segregation of the mix. irregular, it shall be brought to uniform grade and cross-section A motor grader may be used as the spreading as approved by the Engineer. machine or the spreading machine shall be capable of Preleveling of uneven or broken surfaces over which asphalt receiving the material by direct deposit in its hopper conch is to be placed is required and may be accomplished by ' from the hauling vehicle or from a uniform windrow, using the specified asphalt concrete placed with an asphalt paver, and be capable of spreading and screeding the material a motor patrol grader, or by hand rafting, as approved by the to a depth and surface that when compacted will be true Engineer. When asphalt concrete pavement Class G is being ' constructed as a wearing course overlay, upon approval of the Page-SP-50 Revision Date: April 26, 1993 ' ' 5-04 Asphalt Concrete Pavement 5-04 Asphalt Concrete oncrete Pavement ' Engineer, asphalt concrete pavement Class A or Class B may be Engineer wiR aloe Provide, by neon of Oie-ne*t used as an alternate for preleveling,provided there is mo increase workday after Sarn"411S,the Gomposite Pay Faeter in cost to the state for preleveling. ' After placement, the asphalt concrete used for preleveling haye been FrOdueed. shall be compacted thoroughly. ' Graded MiNtt3re Genera and G aeeeptanee sampling and testing %444 be Retention-Fee - '--- A-.6-M." the- performed by bSe Eng' -A-nee with rnk desigre preeese ba"d on the rnean differentia 1materials htnits, and the assoeiabed quality ineentiYes E— Rejoet NI Aggregate@ wig be SaffiFled tinder keeeptanee Plan A, $- MR ' g shag net be inearperated into the paventent-. predaeEsen-eltrtl` -�- radatien and rerneved. is deft"ed its fite ioW quantity of material o. work eamtreeler eleets to have Elm-iejeebed inatetial On!)- one 'a' For WF wig be expeoted b&-oeettr- material is less than 0.45, Ike payn"M wiH-be For ikeeeptftnee Plan G, it shaH be 400 tons "i--* the unit oontioet ptioe added foi piamnent 4- Definition of S&MFIing let and sublet. Fe. inaterials unless the Gentimeter requestp in; perfon"od in the field by testing, the Sn&eor ntay -ime isolate f, M limp, MR not inelude an ' Page-SP-SI Revision Date: April 26, 1993 5-04 Asphalt Concrete Pavement 5-04 Asphalt Concrete Pavement ' 5-04.3(10)B Control aeeeptanee seetion. 'l'Itis materiai 44 speeFartitti sublets %%4H be eembimed it" a sin� 1.00 when eyaltmbed in'aeeardftnee with Seetion 1 06.2(1), using An Entire Sublet if an entire sublet is estThefour additienet! randern samples fient this the mast i even!fi o e debmininittiene for the lei ef aVhvA eaner subiet %-i44 be ebt"ied and the sublet being !need. The speeified ;eye! ef density atukined wHJ7� arig�ial beat result ineluded tts a fiM test wi gfttfge wets t6ten �i eteeeMftnee %iOt INSE)OT Teat Medied 44 the new independent iet instead ef %ith 1 en the day the rniN is pitteed (after eernplefien of the finish 5- Sh"t deAn eFerations and sha]4 not resume than a single day's preduetien er appre*irnabely 499 tons, Progress' 6-. An Entir-�:7et—An entire let widre EPA of albernate to the nueleer density 0.;5 wiH be rejected. The by the State at the request a' Q�Fl Pmnornp*m requested by neon of the next werkdfty aher pa%-ing. The Swe MM not been oehiey 5-04.3(9) Spreading and FinishingAt ' if requested by the Gentinetei, a The mixture shall be laid upon an approved surface, spread, At the 9" Of ' and struck off to the grade and elevation established. Asphalt ' pavers complying with Section 5-04.3(3) shall be used to distribute the mixture. Unless otherwise directed by the Engineer or specified in the Plans or in the Special Provisions, the nominal ' compacted depth of any layer of any course shall not exceed the following depths: in v Asphah Concrete Ctrs E 0.35 foot Asphah Concrete Clan A and B when used for Bee Course 0.35 foot Asphalt Concrete Cism A,B and F 0.25 foot determinatien ef eernpaetibi4ity, the Gentriteter is I Asphalt Concrete Ctrs G 0.10 foot Asphalt Concrete Ctar D 0.08 foot request a Wet see6an,the rnin%%411 be eensidered eampeetible. On areas where irregularities or unavoidable obstacles make ' the use of mechanical spreading and finishing equipment impractical, the paving may be done with other equipment or by • hand. Wet peint eys4ttatien shag be performed in emeidwiee with The placing of asphalt mixtures at night will not be ' permitted except by approval of the Engineer or if specified in the Special Provisions. When the asphalt mixture is being produced by more than one asphalt plant, the material produced by each plant shall be eampeeted to the sa6afftefian ef the Engineer. ' placed by separate spreading and compacting equipment. in addition to the randernly seleeted leeatiens fer tests of the ? , . Page-SP-52 ' Revision Date: April 26, 1993 ' 5-04 Asphalt Concrete Pavement 5-04 Asphalt Concrete Pavement the mixture to become chilled. When the work is resumed, the previously compacted mixture shall be cut back to produce a slightly beveled edge for the full thickness of the course. tas a seperate ief- Where a transverse joint is being made in the wearing For asphalt concrete Classes A, B, E, F and G, where course, strips of heavy wrapping paper shall be used. The paving is in the traffic lanes, including lanes for ramps, truck wrapping paper shall be removed and the joint trimmed to a climbing, weaving, speed changes, and left turn slightly beveled edge for the full thickness of the course prior to channelization, and the specified compacted course thickness resumption of paving. is greater than 0.10 foot, the acceptable level of compaction The material which is cut away shall be wasted and new mix shall be a minimum of 92 percent of the maximum density as shall be laid against the fresh cut. Rollers or tamping irons shall determined by WSDOT Test Method 705. The level of be used to seal the joint. compaction attained will be determined as the average of not Where the asphalt concrete is placed against a concrete or less than 5 nuclear density gauge tests taken on the day the stone curb or gutter, against a cold pavement joint, or any metal mix is placed (after completion of the finish rolling) at surface, a thin paint coat of emulsified asphalt shall be applied in ' randomly selected locations within each lot. The quantity advance. The application shall be thin and uniform, care being represented by each lot will be no greater than a single day's exercised to avoid accumulation of asphalt in depressions. production or approximately 400 tons,whichever is less. The longitudinal joint in any one layer shall be offset from Control lots not meeting the minimum density standard the layer immediately below by not more than 6 inches nor less shall be removed and replaced with satisfactory material. At than 2 inches. All longitudinal joints constructed in the top layer the option of the Engineer, noncomplying material may be shall be at a lane line or edge line of the travelled way. However, accepted at a reduced price, on one-lane ramps a longitudinal joint may be constructed at the ' Cores may be used as an alternate to the nuclear density center of the traffic lane, subject to approval by the Engineer,if: gauge tests. When cores are taken by the Engineer at the 1. The ramp must remain open to traffic,or request of the Contractor, the request shall be made by noon 2. The ramp is closed to traffic and a hot-lap joint is of the Furst working day following placement of the mix. The constructed. ' Engineer shall be reimbursed for the coring expenses at the If a hot-lap joint is allowed,two paving machines shall be rate of $75 per core when the core indicates the acceptable used; a minimum compacted density in accordance with level of compaction within a lot has not been achieved. Section 5-04.3(10)B shall be achieved throughout the traffic At the start of paving, if requested by the Contractor, a lane; and construction equipment shall not impact any ' compaction test section shall be constructed as directed by the uncompacted mix. Engineer to determine the compactibility of the mix design. When asphalt concrete pavement is placed adjacent to Compactibility shall be based on the ability of the mix to cement concrete pavement, the Contractor shall construct attain the specified minimum density (92 percent of the longitudinal joints between the asphalt concrete pavement and the maximum density determined by WSDOT Test Method 705). cement concrete pavement. The joint shall be constructed by Following determination of compactibility, the Contractor is routing a longitudinal groove 1-inch deep and 1/2-inch wide in responsible for the control of the compaction effort. If the the asphalt concrete pavement and shall be filled to within 1/8- Contractor does not request a test section, the mix will be inch of flush with a mixture conforming to Section 5-04.3(5)C considered compactible. procedure 2 Asphalt Concrete Classes A, B, E, F and G constructed under conditions other than listed above shall be compacted 5-04.3(15) Asphalt Concrete Approach ' on the basis of a test point evaluation of the compaction train. Asphalt approaches shall be constructed at the locations The test point evaluation shall be performed in accordance shown in the Plans or as directed by the Engineer in with instructions from the Engineer. The number of passes accordance with this section. ' with an approved compaction train, required to attain the maximum test point density, shall be used on all subsequent 5-04.5 Payment paving. Asphalt concrete Class D and preleveling mix shall be payment will be made for each of the following bid items ' compacted to the satisfaction of the Engineer. that are included in the proposal: In addition to the randomly selected locations for tests of 1 Preparation Of Untreated Roadway",per mile. the control lot, the Engineer reserves the right to test any The unit contract price per mile for "Preparation Of area which appears defective and to require the further Untreated Roadway" shall be full pay for all labor, tools, and compaction of areas that fall below acceptable density equipment required to do the work described under Section 5- readings. These additional tests shall not impact the 04.3(5)B, with the exception, however, that all costs involved in compaction evaluation of the entire control lot. labor,materials, and equipment for patching the roadway prior to placement of asphalt concrete shall be included in the unit ' 5-04.3(11) Joints contract price per ton for "Asphalt Cone. Pavement Cl. The placing of the top or wearing course shall be as nearly which was used for patching. If the proposal does not include a continuous as possible, and the roller shall pass over the bid item for "Preparation of Untreated Roadway", the roadway ' unprotected end of the freshly laid mixture only when the laying shall be prepared as specified, but the work shall be included in of the course is discontinued for such length of time as to permit the contract prices of the other items of work. Page-SP-53 Revision Date: April 26, 1993 5-04 Asphalt Concrete Pavement 5-04 Asphalt Concrete Pavement ' 2. "Asphalt(grade)",per ton. hauling, and incorporating blending sand in the mixed ' The unit contract price per ton for "Asphalt (grade)" for aggregates,as required by the Engineer. prime coat shall be full pay for furnishing and applying the grade If there is a bid item for blending sand and the Contractor of asphalt specified, including heating, hauling, and applying to elects to provide aggregates from a source other than that ' the roadway, and other work as hereinbefore described in provided by the State,and if it becomes necessary, in the opinion Section 5-04.3(5)B. of the Engineer, to use blending sand for proper grading of the 3. "Prime Coat Agg.",per cubic yard,or per ton. aggregates, the Contractor shall furnish and incorporate The unit contract price per cubic yard or per ton for "Prime sufficient quantities of blending sand to meet the requirements as ' Coat Agg." shall be full pay for furnishing, loading, and hauling determined by the Engineer. The pay quantity will be the amount aggregate to the place of deposit and spreading the aggregate in actually used, but not exceeding the quantity set up in the the quantities required by the Engineer. contract. If there is no bid item for blending sand, whatever 4. "Asphalt for Tack Coat",per ton. amount of blending sand as may be needed to meet the ' The unit contract price per ton for "Asphalt for Tack Coat" requirements as determined by the Engineer, shall be furnished shall be full pay for all costs of material, labor, tools, and by the Contractor at no expense to the State. equipment necessary for the application of the tack coat as 11. "Mineral Filler",by force account. ' specified. If there is no bid item and a tack coat is required, it "Mineral Filler", if required, will be paid for by force shall be applied and the work shall be included in the unit account as specified in Section 1-09.6. For the purpose of contract prices of the other items of work. providing a common proposal for all bidders, the State has 5. "Asphalt Cone. Pavement Cl._",per ton. estimated the amount of force account for "Mineral Filler" and ' 6. "Mise and/or Driveway Asphalt Cone.Appieeeli 1. has entered the amount in the proposal to become a part of the ",per ton. total bid by the Contractor. 7. "Asphalt Cone. for Preleveling Cl._",per ton. 12. "Planing Bituminous Pavement",per square yard. The unit contract price per ton for"Asphalt Cone. Pavement The unit contract price per square yard for "Planing ' Cl. , "Asphalt Cone. Approach Cl. _", and "Asphalt Bituminous Pavement" shall be full pay for furnishing all tools, Cone. for Preleveling Cl. _" shall be full pay for the equipment, labor, materials, and supplies necessary to furnishing of all labor, equipment, materials, and supplies accomplish the work in accordance with the specifications, ' required in the construction of each class of asphalt concrete including the removal and disposal of all cuttings and debris,and pavement and approach, including the preparation of any existing for all other costs required to accomplish the work. Portland cement. concrete, brick or bituminous surface, or 13. "Anti-Stripping Additive",by force account. pavement base, and all other work to fulfill the requirements "Anti-Stripping Additive" will be paid .for in accordance , described in Section 5-04. with Section 1-09.6 except that no overhead,profit or other costs If the Contractor is required to furnish the aggregates, all shall be allowed. Payment shall be made only for the invoice cost costs of furnishing, hauling and processing aggregates and of the additive. The quantity of asphalt material shall not be blending sand into the complete mix shall be included in the unit reduced by the quantity of anti-stripping additive used. For the , contract price per ton for asphalt concrete pavement of the class purpose of providing a common proposal for all bidders, the specified, except that blending sand, when set up as a bid item, State has estimated the amount of force account for "Anti- will be paid for in the manner described below. At the discretion Stripping Additive" and has entered the amount in the proposal ' of the Engineer, the Contractor may be required to include to become a part of the total bid by the Contractor. mineral filler in the mix. 14. "Crack Sealing",by force account. If any of the aggregates arc furnished in stockpile by the "Crack Scaling" will be paid for by force account as State, the cost of hauling and incorporating those aggregates in specified in Section 1-09.6. For the purpose of providing a ' the mix, and all costs of furnishing, hauling, and incorporating common proposal for all bidders, the State has estimated the the necessary blending sand and any additional aggregates into amount for force account for "Crack Sealing" and has entered the complete mix shall be included in the unit contract price per the amount in the proposal to become a part of the total bid by ton for asphalt concrete pavement of the class specified, except the Contractor. ' that when blending sand is set up as a bid item, it will be paid for +§5- in the manner described below. At the discretion of the Engineer, the Contractor may be required to include mineral filler in the mix. ' 8. "Asphalt Conc. Pavement Cl. for Pavement Repair",per ton. 46- " ", 9. "Pavement Repair Excavation Incl. Haul",per square feet fat *Retne-ving yam' T-einpolasy Striping" @INN be &H MY far furnishing am Iftber, The unit contract price per ton for"Asphalt Conc. Pavement Cl. for Pavement Repair" and per square yard for specified. All costs for item #15. "Temporary Striping" and "Pavement Repair Excavation Incl. Haul" shall be full pay for #16. "Removing Temporary Striping" shall be considered , performing the pavement repair work as specified. incidental to other items of work and no further 10. "Blending Sand",pertubic yard. compensation shall be made. The unit contract price per cubic yard for "Blending Sand" 17. "Soil Residual Herbicide_Ft. Wide",per mile. ' shall be full pay for all costs in connection with the furnishing, 18. "Soil Residual Herbicide",per square yard. Page-SP-54 Revision Date: April 26, 1993 t ' 5-05 Cement Concrete Pavement 5-05 Cement Concrete Pavement The unit contract price, per mile for "Soil Residual Herbicide_ Pt. Wide" or per square yard for "Soil Residual Herbicide" shall be full pay for all costs of material, labor, tools, ' and equipment necessary for the application of the herbicide as 4 specified. If there is no bid item and soil residual herbicide is required, it shall be applied and all costs for the work will be tinder Aeeeptanee—Plata A and $, a deb M;x ' included in the unit contract prices of the other items of work. 19. "Longitudinal Joint Seal",per linear foot. determined. The WGIF eqtmis the difference between, The unit contract price per linear foot for "Longitudinal the GPF and unity with regard to sign njuWphed by 69 Joint Seal" shall be full pay for furnishing all tools, equipment, ' labor, materials, and supplies necessary to construction of the joint seal in accordance with the Standard Plan and these qtwntity of asphalt eenerete in the let in tens, and the Specifications. unit eentrael v.ioe per ten of iniq� 24' " 2- ikeeeptanee-Plwt-E eeietiletien 2� " 22 " eeleeletien- Any work required to complete the asphalt concrete evaltietien. ' pavement specified herein, but which is not specifically For each lot of es1,W1 eenerele pavenm" mentioned in the foregoing specifications of Section 5-04, shall be performed by the Contractor and all costs therefor shall be included in the unit contract prices of the other items of work. eorArnan proposal for aii bidders, and for hSat ptirpege only, the 5 04.5(!)B Priee Adjustments for Quality AG r- e€-mi3t Stmistietki anai)-sis of qtwhty of gradation and asphalt 5-05 Cement Concrete Pavement 5-05.2 Materials Enos! 1Faebe>r� Materials shall meet the requirements of the following sections: A4A aggregate passing1", 3W,&B",;Q", atnd 3F8"sieyee 2 Portland Cement 9-01 ' 6 Fine Aggregate 9-03 49 Coarse Aggregate 9-03 6 Joint Filler 9-04.1 20 Joint Sealants 9-04.2 ' likgFhA eeinerA 32 Reinforcing Steel 9-07 Dowel Bars 9-07.54 ' Page-SP-55 Revision Date: April 26, 1993 5-05 Cement Concrete Pavement 5-05 Cement Concrete Pavement Tie Bars 9-07.65 blades to show points of 3/4 inch wear from new , Curing Materials and Admixtureµ 9-23 conditions. Drilled holes 1/4 inch in diameter near Water 9-25 each end and at midpoint of each blade are Epoxy Resins 9-26 recommended. ' C. Truck mixers and truck agitators. Truck mixers 5-05.3 Construction Requirements used for mixing and hauling concrete, and truck agitators used for hauling plant-mixed concrete, 15-05.3(3) Equipment shall conform to the requirements of Section ' Equipment necessary for handling materials and performing 6-02.3(4)AE all parts of the work shall be approved by the Engineer as to d. Nonagitator trucks. Bodies of nonagitating hauling design, capacity, and mechanical condition. The equipment shall equipment for concrete shall be smooth, mortar- ' be at the jobsite sufficiently ahead of the start of paving tight, metal containers and shall be capable of operations to be examined thoroughly and approved. discharging the concrete at a satisfactory 1. Batching plant and equipment. controlled rate without segregation. If discharge of a. General. The botching plant shall include bins, concrete is accomplished by tilting the body, the ' weighing hoppers, and scales for the fine surface of the load shall be retarded by a suitable aggregate and for each size of coarse aggregate. If baffle. Covers shall be provided when needed for cement is used in bulk,a bin, hopper, and separate protection. Plant-mixed concrete may be scale for cement shall be included. The weighing transported in nonagitated vehicles provided that , hoppers shall be properly sealed and vented to the concrete is delivered to the site of the work preclude dusting during operation. The batching and discharge is completed within 45 minutes after plant shall be equipped with a suitable the introduction of mixing water to the cement and ' nonresettable batch counter which will correctly aggregates, and provided the concrete is in a indicate the number of batches proportioned. workable condition when placed. b. Bins and hoppers. Bins with adequate separate 3• Finishing equipment. compartments for fine aggregate and for each size The concrete shall be placed with an approved , of the coarse aggregate shall be provided in the slip-form paver designed to spread, consolidate, botching plant. screed, and float-finish the freshly placed concrete in c. Scales. Plant and truck scales shall meet the one complete pass of the machine so a dense and requirements of Section 1-09.2. homogeneous pavement is achieved with a minimum of d. The batching plant shall be equipped to proportion hand finishing• aggregates and bulk cement by means of automatic 4. Joint Sawing Equipment. weighing devices of an approved type. The Contractor shall provide approved power ' 2. Mixers. driven gang saws for sawing joints,adequate in number a. General. Concrete may be mixed at a batching of units and power to complete the sawing at the plant or wholly or in part in truck mixers. Each required rate. The Contractor shall provide at least one mixer shall have attached in a prominent place a standby saw in good working order. An ample supply ' manufacturer's plate showing the capacity of the of saw blades shall be maintained at the site of the work drum in terms of volume of mixed concrete and at all times during sawing operations. The Contractor the speed of rotation of the mixing drum or blades. shall provide adequate artificial lighting facilities for b. Batching plant. Mixing shall be in an approved night sawing. All of this equipment shall be on the job ' mixer capable of combining the aggregates, both before and continuously during concrete cement, and water into a thoroughly mixed and placement. Sawing equipment shall be available uniform mass within the specified mixing period. immediately and continuously upon call by the ' The mixer shall be equipped with an approved Engineer on a 24 hour basis, including Saturdays, timing device which will automatically lock the Sundays and holidays. discharge lever when the drum has been charged and release it at the end of the mixing period. The 5-05.3(5) Mixing Concrete , device shall be equipped with a bell or other The concrete may be mixed in a batching plant or in truck suitable warning device adjusted to give a clearly mixers. The mixer shall be of an approved type and capacity. audible signal each time the lock is released. Mixing time shall be measured from the time all materials are in Mixers shall be cleaned at suitable intervals. the drum. Ready-mixed concrete shall be mixed and delivered in ' I The pickup and throw-over blades in the drum accordance with the requirements of Section 6-02.3(4)C- 6- shall be repaired or replaced when they are worn 02.3(4)A,6-023(4)B and 6-023(4)D. down 3/4 inch or more. The Contractor shall have When mixed in a botching plant, the mixing time shall not available at the jobsite a copy of the be less than 50 seconds nor more than 90 seconds. ' manufacturer's design, showing dimensions and The mixer shall be operated at a drum speed as shown on arrangements of the blades in reference to original the manufacturer's name plate on the mixer. Any concrete mixed height and depth, or provide permanent marks on less than the specified time shall be discarded and disposed of by ' the Contractor at no expense to the State. The volume of Page-SP-56 Revision Date: April 26, 1993 , 5-05 Cement Concrete Pavement 5-05 Ceme nt Concrete Pavement ' concrete mixed per batch shall not exceed the mixer's nominal suspended. The compound shall not be diluted by the addition of capacity in cubic feet, as sho%bn on the manufacturer's standard solvents nor be altered in any manner. If the compound has rating plate on the mixer. become chilled to the extent that it is too viscous for proper Each concrete mixing machine shall be equipped with a stirring or application or if portions of the vehicle have been device for counting automatically the number of batches mixed precipitated from solution, it shall be heated to restore proper during the day's operation. fluidity but it shall not be heated above 100 F. All elements of a batch shall be simultaneously and The curing compound shall be applied immediately after the continuously fed to the mixer to ensure uniform distribution of concrete has been finished and after any surpiue-bleed water that cement, water, aggregates,and admixtures. has collected on the surface has disappeared, or at a time Retempering concrete by adding water or by other means designated by the Engineer. If hair checking develops in the ' will not be permitted. Admixtures for increasing the workability pavement before finishing is completed, the Engineer may order or for accelerating the set will be permitted only when specified the application of the curing compound at an earlier stage, in or approved by the Engineer. which event any concrete cut from the surface in finishing operations shall be removed entirely from the pavement. If ' 5-05.3(8)C Construction Joints additional mortar is then needed to fill torn areas, it shall be When placing of concrete is discontinued for more than 45 obtained ahead of the spraying operations. All areas cut by minutes, a transverse construction joint shall be installed. finishing tools subsequent to the application of the curing ' Construction joints shall be as shown in the Standard Plan. compound shall immediately be given new applications at the rate All transverse and longitudinal construction joints shall be specified above. sawed or routed and sealed with joint filler conforming to the The compound, after application, shall be protected by the requirements of Section 9-04.23. The width of these joints shall Contractor from injury for the period of time specified above. All t be 1/2 inch. traffic, either by foot or otherwise, shall be considered as injurious to the film of the applied compound. 5-5.3(13)B ate Pigmented-Curing Compound The Contractor shall provide on the job a sufficient quantity Liquid membrane-sorming concrete curing compound of white polyethylene sheeting to cover all the pavement laid in ' Type 2 eeting the three hours of maximum operation. This sheeting shall be requirements of Section 9-23.8 shall be applied to the entire area reserved exclusively for the protection of the pavement in case of of the exposed surface of the concrete with an approved rein or breakdown of the spray equipment used for applying the ' mechanical spray machine. The spray fog shall be protected from curing compound. The protective sheeting shall be placed over the wind with an adequate shield. It shall be applied uniformly at the Pavement when ordered, and in the manner specified by the the rate of one gallon to not more than 150 square feet. Engineer. The compound shall be applied with equipment of the Areas from which it is impossible to exclude traffic shall be ' pressure tank or pump type equipped with a feed tank agitator protected by a covering of sand or earth not less than 1 foot in which ensures continuous agitation of the compound during thickness or by other suitable and effective means. The spraying operations. The nozzle shall be of the two line type with Protective covering shall be placed no earlier than 24 hours after sufficient air to properly atomize the compound. application of the compound. ' The curing compound shall not be applied during or All liquid membrane-forming curing compounds shall be immediately after rainfall. If it becomes necessary to leave the removed from the portland cement concrete pavement to pavement uncoated overnight, it shall be covered with which traffic delineators are to be bonded. Curing compound polyethylene sheeting which shall remain in place until weather removal shall not be started until the pavement has attained conditions are favorable for the application of the curing sufficient flexural strength for traffic to be allowed on it. The compound. Contractor shall submit a proposed removal method to the In the event that rain falls on the newly coated pavement Engineer and shall not begin the removal process until the ' before the film has dried sufficiently to resist damage, or in the Engineer has approved the removal method. event of damage to the film from any cause, the Contractor shall The Contractor shall assume all liabilities for and protect the apply a new coat of curing compound in one or two applications State from any damages or claims arising from the use of ' to the affected area at the rate which, in the opinion of the materials or processes described herein. Engineer, will result in a film of curing value equal to that specified in the original coat. 5-05.3(13)D Wet Curing Containers of curing compound shall be distributed on the As an alternative to the above curing methods or as work in a manner to enable the Engineer to determine the rate of directed by the Engineer, the Contractor may wet cure the application being used at any time. All curing compound placed concrete pavement. Wet curing shall be accomplished by in the spray tanks phall be withdrawn directly from applying a continuous fog or mist spray to the entire manufacturer's original containers bearing the manufacturer's pavement surface for a minimum of seven days. If water ' name, brand, and lot number. runoff is not a concern, continuous sprinkling is acceptable. Before placing the curing.compound in the spray tank, it Sprinkling shall not begin until the concrete has achieved shall be thoroughly agitated as recommended by the initial set as determined by AASHTO T197 or other approved ' manufacturer. method. ' Page-SP-57 Revision Date: Apr-Ji 26, 1993 6-02 Concrete Structures 6-02 Concrete Structures ' 5-05.3(19) Reinforced Concrete Bridge Approach For concrete Class 3000LS,4000LS, 5000LS,or concrete ' for underwater placement in shafts, the maximum water Slabs cement ratio shall be as shown in Section 6-023(2)C. For Approach slab placement shall be Class 4000 conforming concrete Class WOOLS, the Contractor provided mix design ' to the requirements of Section 6-02. Freeedutes, equipmelit, water cement ratio shall not exceed 0.36. and persennel to be used she14 be addressed dming --a The Contractor's submittal for approval of a mix design Personnel attending shall be the shall include the mix proportions per cubic yard and the same as for the roadway slab preconstruction conference. If both proposed sources for all the mix ingredients. Mix designs ' the approach slab and roadway slabs are included in the same submitted by the Contractor shall include test data contract, the preoonstruction conference may include both confirming that concrete made in accordance with the roadway slab and approach slab discussion. proposed mix design will meet the requirements of these , Reinforced concrete bridge approach slabs shall be Specifications. Test data shall be from an independent testing constructed at the locations shown in the Plans or as staked by lab or from a commercial concrete producer's lab. If the test the Engineer and in accordance with the contract documents. data is deveioped at a producer's lab, the Engineer or a The approach slabs shall be constructed full bridge deck representative may witness all testing. ' width from outside usable shoulder to outside usable shoulder at Concrete plaeeability and workability shall be the an elevation to match the structure. Pavement ends and the responsibility of the Contractor. A f 100 pound variation in bridge ends of the approach slabs shall be constructed as shown both the coarse and fine aggregate target weights will be in the Plans. The approach slabs shall be modified as shown in allowed from the approved Contractorprovided mix design , the Plans to accommodate the grate inlets at the bridge ends if the weights as a modification of the mix design without grate inlets are required. resubmittal. The Contractor shall notify the Engineer in Screed rail support, installation, and finish machine writing of the modification. ' requirements shall be as specified for bridge deck slabs. The Contractor shall provide a unique identification for Reinforced concrete bridge approach slab anchors shall be each mix design. Approval of a mix design from a previous installed as detailed in the Plans. For Method A anchor Department project may be made by reference to the mix installations, the grout or adhesive used to install the anchors design identification and based on accumulated performance ' shall have a minimum compressive strength of 4000 psi at three data from testing by the State or from an independent testing days and be capable of developing the ultimate strength of the lab. Data for consideration shall include performance data anchor rod. Compressive strength shall be determined in less than one year old. accordance with AASHTO T"106. The anchors shall be installed Fine aggregate shall conform to Section 9-03.1(2) Class 1 , parallel both to profile grade and center line of roadway. The or Class 2. Fine aggregate gradation will be approved with Contractor shall secure the anchors to ensure that they will not the proposed mix design. be misaligned during concrete placement. Coarse aggregate shall conform to Section 9-03.1(3), , The compression seal shall be as noted in the contract Grading No. 2 or 5, or to Section 9-03.1(4). The nominal documents. maximum size aggregate shall be 3/4 inch for Classes 4000, Finishing of the reinforced concrete bridge approach slabs 5000,6000, and 3000LS, 4000LS,5000LS,and 6000LS and 1 . shall be accomplished by either a combination of finishing 1/2 inch for Classes 4000W and 3000. The coarse aggregate ' machine and hand finishing or by hand finishing methods only. gradation shall be submitted for approval with the proposed The finished and cured approach slabs shall be free from any mix design. deviation exceeding 1/8 inch under a 10-foot straightedge placed The Contractor shall design the concrete mix to meet a parallel and perpendicular to the center line of the roadway. required average compressive strength at 28 days (Ter) in ' accordance with the following criteria: Division 6 Ccr > rc + 134 S or f'cr > f c + 233 S-500 Structures where f er = required averse comprvisive strenstls at 28 days f e = specified compressive strength at 28 days S = standard deviation ' 6-02 Concrete Structures The required average compressive strength at 28 days (f er) shall be the greater of the two values. A standard 6-02.3 Construction Requirements deviation of 750 will be used unless the Contractor's concrete ' supplier can justify a lower value. For approval of the Contractor's mix design, the 6-02.3(2)A Contractor Provided Mix Design attainment of the required compressive strength at 28 days ' The Contractor shall provide a mix design for concrete will be determined from the average results of testing five 6 Class 6000 and 6000LS. For all other classes of concrete, the loch by 12 inch cylinders tested in accordance with WSDOT Contractor may provide an alternate mix design to the State Test Methods 801 and 811. Specified mix design. ' Page-SP-58 Revision Date: April 26, 1993 ' 6-02 Concrete Structures 6-02 Concrete St ructures To establish a standard deviation for a concrete plant, the results of at least 30 consecutive compression tests will be required except as noted below. The cylinders shall be 6 inch Old- by 12 inch test specimens and shall be made, handled, and Fine aggregate shall eenferm to Seetien 9-044(2) Glass 1 er stored in accordance with WSDOT Test Methods 809 Glass 2. Fine, aggregate gradaiien I*i44 be appreved with the (Method 1) and tested in accordance with WSDOT Test ' Methods 801 and 811. Each set of at least two test specimens shall be made from separate batches of production concrete within the last twelve months and a) the production concrete shall be made with similar ' materials and conditions to those anticipated for the proposed concrete b) the production concrete compressive strength shall design.. be greater than or equal to 0.8 f c of the proposed concrete. ' The standard deviation, (S), shall be calculated as follows: S = (((n x2)-(�, x)2)/(n(n-1)))1/2 ' where: n total number of test values shall be! x2 — summation of the squares of individual test values summation of the individual test where Per (� x) values squared f-e 2 ' i.e., _ 1Ab V If the Contractor's concrete production facility does not '• � GV - 9,29 have sufficient number of compressive test results to meet the 30 test requirement, but does have test records for 15 to 29 consecutive tests,the standard deviation calculated from these • ' available tests may be used if after the calculation the standard deviation is fast multiplied by the appropriate factor given the following table: Number of Tests* Factor for Increasing the end-811. Standard Deviation Te establish a GV for e eanerebe plant, Ote result of at lefts 15 1.16 20 1.08 25 1.03 30 or more 1.00 ' •Interpolate linearly for intermediate number of tests shall inelude the ntim prepertieno per eubie yard and Uie rnfty be used if-, after ealeuifttion, Oke GV value is fire!multiphed Number Eye for inere"ing GV be from an independent beating iab et from a eaininerei& 4-5 }." 47.-% 4-.0 testes 39-or Isere 4 0 Page-SP-59 Revision Date: April 26, 1993 6-02 Concrete Structures 6-02 Concrete Structures ' If the Contractor elects to use fly ash as a constituent of ' 6-02.3(2)B Commercial Concrete the concrete, all the requirements for a Contractor-provided Where concrete Class 3000 is specified for luminaire bases, mix design shall be met. sign foundations, guardrail anchors, culvert headwalls, The apeeified -ertgth at 28de5s and in sidewalks, curbs, and gutters the Contractor may use commercial • concrete. Commercial class concrete shall not be used for bridges, retaining walls,or box culverts. Commercial class concrete shall conform to the following: , Specified Compressive Strength at 28 days,minimum 3,000 psi Cemeotitious Material,Pounds per Cubic Yatd, UnMM WPeemds- "0 660 W W min um(Not more thaw 25%of cemmtitio s material , may be fly ash.) 500 pounds 0-44 014 8,69 0.56 Coarse Aggregate Maximum Si7e 1 1/2 inch &741 0462 "62 Q.4 Fine Aggregate Class 1 or 2 11Tnr design approval prior to use will not be required for , commercial concrete. For commercial concrete, the Contractor may use mobile mixers that measure material by volume. ' 3 6-02.3(2)C State-Provided Mix Designs The specified compressive strength at 28 days and mix proportions for the State-provided mix designs are listed used ' below. The Contractor may use a water-reducing admixture if the Gentraeter as allowed in Section 6-02.3(4)C but shall not exceed the specified water cement ratio. Cis"of Concrete design e*. , f� �r No Air16%Air NO Airl 6%Mr 6-02.3(3) Admixtures sped w camrreashv Concrete admixtures shall be added to the concrete mix at strong'!! at ffi days the time of bitching the.concrete or in accordance with the minimum Cadent, pounds per saw aoa uee hiss 7aaa manufacturer's written procedure and u approved by the cubic, yard, odnimum. 725ua ua sw so Engineer. A copy of the manufacturer's written procedure shall waterbernent by..eight, .n a.442 ass{ a.sa ass be furnished to the Engineer prior to use of any admixture. Maximum asc 2 assass 2 a.as Z 8.45= Admixtures from different manufacturers shall not be used 'CMarse Aggregates, pounds �3 cubic yr+ together unless the Contractor provides written documentation Grade No.2 verifying that the admixtures are compatible in combination with Grading No.s rwa rasa rasa t r all other ingredients of the concrete. Any deviations from the , ua Fine Aggregate, pounds manufacturer's written procedures shall be submitted to the For cubic yard Engineer for approval. Admixtures shall not be added to the tsso siwl3 Class 1 taw 1346 lad 131S uaa concrete with the modified procedures until the Engineer has No entrained air content,entrapped air only, approved them in writing. If the use of admixtures is approved ' 2 Reduced water/cement ratio applies to low shrink by the Engineer for a State provided mix design,the modified concrete (LS) and concrete for underwater placement in mot design will still be considered it State provided mix shafts. Use of a water reducing admixture is mandatory for design, these applications. Increase coarse and fine aggregate ' weights to adjust the yield. 6-02.3(3)A Air-Entrained Concrete Aggregate weights listed are based on a specific All cast-in-place concrete placed above the finished ground gravity of 2.67. The Engineer will adjust aggregate line, shall be air-entrain , proportions for the specific gravity of the aggregates used lyimbeum entrained air content and to adjust the placeability and workability to suit shall be 4.5 percent and the maximum shall be 7.5 percent. place4ment requirements. The Contractor may elect to use air-entrainment for concrete Reference Section 9-03.1(4)C Grading below the finished ground line. For air entrained concrete ' placed below finished ground fine, the 28 day compressive Concrete class 5000, State provided mix design, shall be strength shall meet the requirements for the class of concrete supplied from concrete plants with an established standard specified. If the Contractor elects to air entrain state deviation not to exceed 600 psi. The standard deviation shall provided mix design concrete placed below finished ' be determined in accordance with Section 6-02.3(2)A, groundline and this concrete fails to meet the minimum Contractor Provided Mix Design. specified compressive strength (fc) the concrete shall be Page-SP-60 Revision Date: April 26, 1993 6-02 Concrete Structures 6-02 Concrete Structures evaluated as concrete with non-conforming strength in producer's office. A clearly visible metal data plates) late P ( P ) accordance with Section 6-023(S)B, attached to each mixer and agitator shall display: (1) the maximum concrete capacity of the drum or container for mixing 6-02.3(3)B Water-Reducing Admixture and agitating, and(2)the rotation speed of the drum or blades for Concrete class 5000 from the State Provided Wa Design both the agitation and mixing speeds. Mixers and agitators shall and concrete used in all underwater placements for shafts always operate within the capacity and s P pa ty peed-of-rotation limits bridge roadway slabs, traffic and pedestrian barriers and all set by the manufacturer. Any mixer,when fully loaded,shall mix iow shrink concrete shall include a water-reducing admixture. the ingredients into a uniform mass within the required time. Any For these uses, the Contractor shall add water reducer within agitator when fully loaded, shall keep the concrete uniformly ' the manufacturer's recommended dose range as approved by mixed. All mixers and agitators shall be capable of discharging the Engineer, the concrete at a steady rate. Only these transit-mixers which The Contractor may use a set retarding admixture or a meet the above requirements will be allowed to deliver concrete combination water reducer and retardant admixture with the to any state Project covered by these Specifications. ' Engineer's approval. The batch of concrete shall be discharged at the project site no more than 1 1/2 hours after the cement is added to the 6-02.3(3)C High-Range Water Reducing Admixture concrete mixture. The discharge time may be extended to 1 3/4 A high-range water reducer (superplasticizer) may be used hours if the concrete temperature is less than 75' F. A%en in all Contractor-provided mix designs, neets apprer=al. The request to use a high-range water reduced shall be submitted as a part of the Contractor's concrete mix deii`' With the approval of the Engineer and as long ' design approval request. as the temperature of the concrete being placed is below 75 F, the maximum time to discharge may be extended to two 6-02.3(4)A Qualification of Concrete Suppliers hours. When conditions are such that the concrete may All concrete shall be supplied from concrete batch plants experience an accelerated initial set, the Engineer may ' that have been pre-qualified. The qualification shall consist of an require a shorter time to discharge. annual certification inspection of the concrete batch plant In transit-mixing, mixing shall begin within 30 seconds after facilities and delivery equipment. The certification inspection will the cement is added to the aggregates. be conducted by the State. The concrete hatching equipment and Central-mixed concrete,transported by truck mixer/agitator, ' delivery equipment shall meet all the requirements as stated in shall not undergo more than 250 revolutions of the drum or the WSDOT Manual for Inspection and Certification of Concrete blades before beginning discharging. To remain below this limit, Production Facilities. the supplier may agitate the concrete intermittently within the ' For central-mixed concrete, the mixer shall be equipped Prescribed time limit. When water or admixtures are added after the load is initially mined, an additional 30 revolutions will be with a timer that prevents the batch from discharging until the batch has been mixed for the prescribed mixing time. A mixing required at the recommended mixing speed. time of one minute will be required after all materials and water For each project, at least biannually, or as required, the ' have been introduced into the drum. Shorter mixing time may be Engineer will examine mixers and agitators to check for any allowed if the mixer performance is tested in accordance with buildup of hardened concrete or worn blades. If this examination Designation 26, Variability of Constituents in Concrete, Concrete reveals a problem, or if the Engineer wishes to test the quality of Manual, U.S. Department of the Interior(ASTM C94-86b Annex the concrete, slump tests may be performed with samples taken ' Al Concrete Uniformity Requirements). Tests shall be conducted at approximately the 1/4 and 3/4 points as the batch is by an independent testing lab or by a commercial concrete discharged. If the two slumps differ by more than one half of the producer's lab. If the tests are performed by a producer's lab,the average of the two slump values, e Engineer or a representative will witness all testing. equipment shall not be used until the faulty condition is For shrink-mixed concrete, the mixing time in the stationary corrected. However,the equipment may continue in use if longer mixer shall not be less than 30 seconds or until the ingredients mixing tunes or smaller loads produce batches that pass the have been thoroughly blended. slump uniformity tests. ' For transit-mixed or shrink-mixed concrete, the mixing time All concrete production facilities will be subject to in the transit mixer shall be a minimum of 70 revolutions at the verification inspections at the discretion of the Engineer. mixing speed designated by the manufacturer of the mixer. Verification inspections are a check for: current scale Following mixing, the concrete in the transit mixer may be certifications; accuracy of water metering devices; accuracy of ' agitated at the manufacturer's designated agitation speed. A the batching process; and verification of coarse aggregate quality maximum of 320 revolutions (total of mixing and agitation) will for Contractor-provided mix designs. be permitted prior to discharge. If the concrete producer batch plant or delivery equipment All transit-mixers shall be equipped with an o fails to pass the verification inspection, the following actions will eq piled operational be taken: revolution counter and a functional device for measurement of water added. All mixing druma•ahall be free of concrete buildup and the mixing blades shall meet the minimum specifications of 1. For the fast violation, s written warning will be the drum manufacturer. A copy of the manufacturer's blade Provided. file at the concrete 2. For the second violation, the Engineer will give written dimensions and configuration shall be on notification and the State will accept the concrete with a ' Page-SP-61 Revision Date: April 26, 1993 6-02 Concrete Structures 6-02 Concrete Structures ' price reduction equal to 15 percent of the invoice cost Quantity(Quantity batched this load ' of the concrete that i¢ supplied from the point of the Type of concrete either by class or producer design infraction until the deficient condition is corrected. mix number 3. For the third violation, the concrete supplier is Cement-Producer,Type,and Mill Certification No. suspended from providing concrete until all such Fly Ash(if used)Brand and Type deficiencies causing the violation have been Approved aggregate gradation designation permanently corrected and the plant and equipment Target weights per cubic yard and actual batched have been reinspected and meets all the prequalification weights for: , requirements. Cement 4. For the fourth violation, the concrete supplier shall be Fly Ash(if used) disqualified from supplying concrete for one year from Coarse Concrete Aggregate(each size) the date of disqualification. At the end of the Fine Concrete Aggregate and moisture content ' suspension period the concrete supplier may request Water(including free moisture in aggregates) that the facilities be inspected for prequalification. Admixtures brand, quantity per/100 wt., and total quantity batched ' 6-02.3(4)C Consistency Air-Entraining Admixture The maximum slump for vibrated concrete shall be: Water Reducing Admixture 1. Three inches for concrete placed in all footings, belt Other Admixture Aggregate weights shall conform within±two percent of ' the approved target weights. Cement weight shall conform slab-bridges- bridge roadway slabs, bridge within + one percent of the approved target weight. Water approach slabs, and flat slab bridge measured by volume or weight shall conform within 1.5 superstructures, percent of the target amount. , 2. Four inches for all other concrete. Target weights shall conform to the approved mix design The maximum slump for nonvibrated concrete shall be or as modified in accordance with Section 6-023(2)A and 7 inches. Section 6-02.3(2)C. , A copy of the applicable cement mill certificate shall be . provided daily with the first load of concrete using the cement from the identified shipment. The Certificate of Compliance shall by the Engineer, the rnityiint"It.-shimp rnity be vedueed. be signed by a responsible representative of the concrete , When a high-range water reducer is used, the maximum producer, other than the driver, affirming the accuracy of the slump limit may be increased an additional two inches while information provided. In lieu of providing a machine produced the concrete is affected by the admixture. record containing all of the above information, the concrete If the Contractor is unable to provide a concrete with a producer may use the State-provided printed forms, which shall ' workable consistency, a water reducing admixture in State- be completed for each load of concrete delivered to the project. provided mixes may be used provided the batch meets the slump Acceptance testing will be performed by the State in limit and complies with the proportions required in Section 6- accordance with WSDOT Standard Teat Methods as set forth in , 02.3(2)C. the WSDOT Laboratory Manual. WSDOT Standard Test When - high range wane_ __J..___ is used, h - Methods to be used with this specification are: eenerete is affeeted by the admixture. 801 Method of Test for Compressive Strength of Molded Cylinders ' 803 Method of Sampling Fresh Concrete 6-02.3(4)D Retempering 804 Method of Test for Slump of Portland Cement Concrete Any eenere*e Mkielk has reatehed initift!see shall net be 805 Method of Test for Determination of percent of Entrained Air in Portland Cement Concrete 806 Method of Test for Weight Per Cubic Foot and Cement Factor of Concrete 6-02.3(5) Acceptance of Concrete &V Method of Making, Handling, and Storing Concrete The concrete producer shall provide a Certificate of Compressive Test Specimens in the Feld ' Compliance for each truckload of concrete. The Certificate of 811 Method of Capping Cylindrical Concrete Specimens Compliance shall ineluder verify that the delivered concrete is in compliance with the approved mix design and shall Concrete shall be sampled as specified in Section 6- include: 02.3(6)D. For the initial acceptance testing adn all , Manufacturer Plant(Batching Facility) subsequent testing where a placement system modifies the WSDOT Contract No. concrete properties,the test values may be adjusted based on a Contractor's request. The Contractor shall provide the Date values to adjust the test values, along with a request to ' Time Batched perform the initial acceptance tests at other than the point of Truck No. placement as provided in Section 6.02.3(6)D. In case of Initial Revolution Counter Reading questions concerning the Contractor's supplied adjustment ' Page-SP-62 Revision Date: April 26, 1993 6-02 Concrete Structures 6-02 Concrete Structures values, a test confirming the accuracy of these values shall be Specimens for compressioaAesting shall only be made from performed in accordance with WSDOT Test Method 803. concrete that is accepted for placement. The water cement ratio shall be determined from the Slump acceptance, but not rejection, may be visually certified proportions of the mix, adjusting for on the job determined by the Engineer. During placement of concrete, additions made prior to acceptance testing. The water when the slump exceeds the maximum slump specified, the cement ratio shall not exceed the proportions approved for following procedure shall be used to analyze the acceptability ' the Contractor-provided mix design. No water may be added of the concrete. to a bad of concrete after acceptance testing or after 1. All concrete from a tested truck load that exceeds the placement has begun, except for concrete used in slip specified maximum slump by more than one inch will be forming. For slip-formed concrete, water may be added rejected, and shall be removed if placed before testing is during placement but shall not exceed the maximum water complete. cement ratio in the mix design, and shall meet the 2. Concrete delivered to the point of placement that exceeds requirements for consistency as described in Section 6- the maximum slump, by one inch or less will be rejected ' 02.3(4)C. If water is added, an air and slump test shall be unless the Contractor elects to place this concrete with a taken prior to resuming placement to ensure that specification price adjustment. If the Contractor elects to place this conformance has been maintained. concrete, the price adjustment or slump deviation shall Concrete properties shall be determined from concrete as be calculated in accordance with the price adjustment ' delivered to the project and as accepted by the Contractor for calculation specified below. placement. The State will test for acceptance of all the If at any time during the concrete placement the total air concrete for slump and air content,if applicable,as follows: content deviates from the minimum or maximum percent of Concrete properties shall be determined from concrete as total air content specified, the following procedure shall be ' delivered to the project and as accepted by the Contractor for used to analyze the acceptability of the concrete. placement. The State will test for acceptance of all the 1. All concrete from a tested truck load that exceeds the concrete for slump and air content, if applicable,as follows: maximum air content by more than one percent or is Sampling and testing for each placement will be below the minimum air content by more than 1/2 percent performed before concrete placement from the first will be rejected, and shall be removed if placed before truck load. Concrete shall not be placed until tests testing is complete. for slump, temperature, and entrained air (if 2. Concrete delivered to the point of placement that exceeds ' applicable) have been completed by the Engineer the specified maximum air content by one percent or less and the results indicate that the concrete is within or is below the minimum air content by 1/2 percent or acceptable limits. Except for the first load of less will be rejected unless the Contractor elects to place concrete, up to 1/2 cubic yard may be placed prior this concrete with a price adjustment. If the Contractor to testing for acceptance. Sampling and testing will elects to place this concrete, the price adjustment for air continue for each load until two successive loads content deviation shall be calculated in accordance with meet all applicable acceptance test requirements. the price adjustment calculation specified below. ' After two successive tests indicating that the Price adjustment for concrete that deviates from the concrete is within specified limits, the sampling and specified slump and/or air content shall be calculated as testing frequency may decrease to one for every five follows: truck loads. Loads to be sampled will be selected in accordance with the random selection process as Price Adjustment =U.P.[1/2(1-P.F.)JV outlined in WSDOT Test Method 803 Section 4. .beee P.F. w factor erbuh"w,,, U.P. unit m,tratt Kim pr cubic ywd fir the When the results for any subsequent acceptance a,arofm„oeate�,�„� test indicates that the concrete as delivered and V. aibleyard.auo ofmntzelahtthrkAw lord based an the owdrame of a_�tirrm approved by the Contractor for placement does not er d NUMW rar r prtW i.d. conform to the specified limits the sampling and testing frequency will be resumed for each truck Where these specifications designate the payment for the load. Whenever two successive subsequent tests find item on a lump sum basic, the unit contract price of concrete that the concrete is within the specified limits, shall be taken as $300 per cubic yard for concrete class 4000 random sampling and testing frequency at one for and higher and $160 per cubic yard for concrete class 3000 every five truck loads may resume. and commercial concrete. ' Acceptance tests for concrete mix temperature will be Pay factors for adjusting the concrete price for performed at the same frequency as the acceptance tests for acceptance due to air content deviation and excess slump are: slump and,if applicable,air content. Acceptance testing for compressive strength for concrete PAY FACTORS produced in accordance with an approved Contractor Deviations From Pay Maximum Shmp pay provided mix design shall be conducted at the same frequency Specified%Air Factor Exceeded By Fodor as the acceptance tests for 'slump and air content. For 0.0-0.2% 0.98 1/4" 0.99 concrete produced in accordance with a State provided mix 0.3-0.4% 0.% 1/2" 0.% ' design, compressive strength 0.7 -.8 % 0.94 1. 0.92 � p ength tests specimens shall be made at 0.7-0.8% 0.84 1" 0,S4 a frequency of approximately every five truck loads. ' Page-SP-63 Revision Date: April 26, 1993 6-02 Concrete Structures 6-02 Concrete Structures 0.9-1.0% 0.75 over V Reject *All concrete with an air content less than 4%shall be rejected. If deviations occur in the air content and slump within mayjusWbased ' the same testing frequency quantity, the pay factor shall be the product of the individual pay factors. The following table lists the product of pay factors to be used: PRODUCT OF PAY FACTORS Stli'Ftte�tisttnentties, bmteelfiiii, th- 0.98 x 0.98 = 0.96 0.96 x 0.84 = 0.81 0.98 x 0.96 = 0.94 0.96 x 0.75 = 0.72 0.98 x 0.92 = 0.90 0.92 x 0.92 = 0.85 The water --- tatie almll b d - d fiam di 0.98 x 0.84 = 0.82 0.92 x 0.84 = 0.77 eertified prepertiens of the rni9t,aebusting for on the job additions 0.98 x 0.75 = 0.74 0.92 x 0.75 = 0.69 0.96 x 0.96 = 0.92 0.84 x 0.84 = 0.71 onsarpre , 0.96 x 0.92 = 0.88 0.84 x 0.75 = 0.63 The Contractor may observe any of the sampling and exeept testing performed by the Engineer. If the Contractorg. begun, observes a deviation from the specified sampling or testing vin- vvepepe ' procedures, the Contractor shall verbally describe the deviations observed to the Engineer or his designated representative immediately, and shall confirm these observed , deviations in writing to the engineer within 24 hours. The Engineer will respond in writing within three working days of eenfermanee it"been mainte6imd-. the receipt of the Contractor's written communication. Concrete made in accordance with a Contractor provided mix design will be accepted based on conformance scheduler to the requirement for temperature, slump, air content for concrete placed above finished ground line, or as adjusted by the appropriate price adjustment for air content deviation , and slump deviation, and the specified compressive strength Satuplieg at 28 days as tested and determined by the state. Wig._ The State will conduct acceptance tests on commercial , concrete for temperature, air content for concrete placed 0 to 59 } above finished ground line, and slump. Acceptance for ever 50 to 180 2 commercial concrete will be based on meeting the aver 180 requirements for temperature,air content for concrete placed or froetion theree ' above finished ground line, slump, or as adjusted by the appropriate price adjustment for air content deviation and slump deviation, and the specified compressive strength at 28 'days. eenere*e ' Acceptance of concrete made in accordance with a State provided mix design will be based on conformance to the specified requirements for proportioning, temp erature,perature, air content for concrete placed above finished ground line, slump,or as adjusted by the appropriate price adjustment for leads meet die ikeeepftble linti's When etis-14 air content deviation and slump deviation. tested%heneyer there is ft-visible ehftnge in min and as required Engineer's designated representmiye at alteniale intiviediabeiy, midtift 24 hems. Page-SP-64 Revision Date: April 26, 1993 , 6-02 Concrete Structures 6-02 Concrete Structures Payment Adjustment = 40005 (fc—fc)U-P]Q ' - where f 1c = specified minimum compressive strength at 28 days Cc compressive strength at 28 days as determined by WSDOT Test Methods. U.P. = unit contract price per cubic yard for the ' — class of concrete involved. Q Quantity of concrete represented by an acceptance test based on the required frequency of testing. , end entrained air eon.tent meeting the speeified values. Tests fei Where these Specifications designate payment for the item on a lump sum basis, the unit price of concrete shall be taken as $300 per cubic yard for concrete Class 4000, 5000, and 6000. For concrete Class 3000 and commercial concrete the unit price 6-02.3(5)A Rejecting Concrete for concrete shall be;13A$160 per cubic yard. ' Rejection by Contractor - The Contractor may, prior to sampling, elect to remove any defective material and replace it 6-02.3(5)C State Provided Mix Design Concrete with with new material at the Contractor's expense. Any such new Non-Conforming Strength material will be sampled, tested, and evaluated for acceptance. State provided mix design concrete placed in ' Rejection Without Testing - The Engineer, prior to conformance with the specifications with a 28 day sampling, may reject any batch or load of concrete that appears compressive strength (fc) which fails to meet the specified 28 defective in composition-er-*Rtmp; such as cement content or day compressive strength (f.) will be evaluated by the ' aggregate proportions. Material rejected before placement shall Engineer for acceptance. not be incorporated in the structure. The Engineer and the Contractor shall review all the production records, the concrete producer's certificates of 6-02.3(5)B Concrete With Non-Conforming Strength compliance, and the placement records for the concrete in ' Concrete produced in accordance with a Contractor- question. If the review confirms that the concrete as provided mix design or commercial concrete with a compressive produced and placed conforms to the specified requirements, strength (fc}—which fails to meet the specified minimum the State will accept the concrete. If, however, the review compressive strength at 28 days (fc) shallwiH be evaluated by indicates that the concrete was not produced within the e) with specified requirements and/or was not placed in accordance for acceptance as with the specifications, the concrete in question will be follows: evaluated as concrete with non-conforming strength in ' 1. If( fc — fc ) is less than 60 psi, the concrete will be accordance with Section 6-02.3(5)B. The Contractor has the accepted as being in conformance and no payment opportunity to supply additional information related to the adjustment shall apply. actual 28 day compressive strength. 2. If the ( fc — fc ) value is between 60 and 500 psi the ' ( Engineer will: 6-02.3(6) Placing Concrete a. May--rRequire corrective action at no additional The Contractor shall not place concrete: expense to the State; or 1. On frozen or ice-coated ground or subgrade; b. AMey--accept the concrete with a calculated 2. Against or on ice-coated forms, reinforcing steel, ' payment adjustment. structural steel, conduits, precast members, or 3. If the ( f c — fc ) value is greater than 500 psi, the construction joints; Engineer will: 3. Under rainy conditions; placing of concrete shall be ' a. Require the complete removal and replacement stopped before the quantity of surface water is with concrete meeting the specifications at no sufficient to affect or damage surface mortar quality or additional expense to the State; or cause a flow or wash of the concrete surface; b. Require corrective action at no additional expense 4. In any foundation until the Engineer has approved its ' to the State; or depth and character; C. Accept the concrete where the finished product is 5• In any form until the Engineer has approved it and the found to be acceptable for the intended purpose, placement of any reinforcing in it;or with a calculated payment adjustment. 6. In any work area when vibrations from nearby work Where found acceptable without corrective action, the may harm the concrete's initial set or strength. quantity of concrete represented by an acceptance test that fails When a foundation excavation contains water, the to meet the specified compressive strength will be subject to the Contractor shall pump it dry'before placing concrete. If this is ' following payment adjustment. impossible, an underwater concrete seal shall be placed that Page-SP-65 Revision Date: April 26, 1993 6-02 Concrete Structures 6-02 Concrete Structures complies with Section 6-02.3(6)B. This seal shall be thick enough released and the span supports itself. No barrier, curb, or ' to resist any uplift. sidewalk shall be poured on steel or prestressed concrete girder All foundations and forms shall be moistened with water just bridges until the roadway slab reaches a compressive strength of before the concrete is placed. Any standing water on the at least 3,000 psi. foundation or in the form shall be removed. The Contractor may construct traffic and pedestrian barriers ' The Contractor shall place concrete in the forms as soon as by the slipform method. However, the barrier may not deviate possible after mixing ' 'Q heers after more than 1/4 inch when measured by a 10 foot straightedge held . The concrete shall always be longitudinally on the front face, back face, and top surface. ' plastic and workable. For this reason, the Engineer may reduce Electrical conduit within the barrier shall be constructed in the time to discharge even further. accordance with the requirements of Section 8-20.3(5). #w4mr,—Concrete placement shall be continuous, with no When placing concrete in arch rings, the Contractor shall interruption longer than 2030 minutes between adjoining layers ensure that the load on the falsework remains symmetrical and , unless the Engineer approves a longer time. Each layer shall uniform. be placed and consolidated before the preceding layer takes Unless the Engineer approves otherwise, arch ribs in open initial set. After initial set, the forms shall not be jarred, and spandrel arches shall be placed in sections. Small key sections projecting ends of reinforcing bars shall not be disturbed. between large sections shall be filled after the large sections have In girders or walls, concrete shall be placed in continuous, shrunk. horizontal layers 1 1/2 to 2 feet deep. Compaction shall leave no line of separation between layers. In each part of a form, the 6-02.3(6)B Placing Concrete in Foundation Seals ' concrete shall be deposited as near its final position as possible. W8fer Any method for placing and consolidating shall not If the Plans require a concrete seal, the Contractor shall segregate aggregates or displace reinforcing steel. Any method place the concrete underwater inside a watertight cofferdam, shall leave a compact, dense, and impervious concrete with tube or caisson. smooth faces on exposed surfaces. Plastering is not permitted. met@@ in still water-.—It shall remain undisturbed and in still water ' The Contractor, at no expense to the State, shall remove any until fully set. While seal concrete is being deposited, water section of defective concrete. elevation inside and outside the cofferdam shall remain equal to To prevent aggregates from separating, the length of any prevent any flow through the- seal in either direction. The ' conveyor belt used to. transport concrete shall not exceed cofferdam shall be vented at the vent elevation shown in the 300 feet. If the mix needs protection from sun or rain, the Plans. The thickness of the seal is based upon this vent elevation. Contractor shall cover the bell. The seal shall be at least 18 inches thick unless the Plans ' Use of a concrete pump requires a reserve pump (or other show otherwise. The Engineer may change the seal thickness backup equipment) at the site to prevent missed deadlines from during construction which may require redesign of the footing breakdowns. and the pier shaft or column. Although seal thickness changes If the concrete will drop more than S fed, it shall be may result in the use of more or less concrete, reinforcing steel, ' deposited through a sheet metal (or other approved) conduit. If and excavation,payment will remain as originally defined in unit the form slopes, the concrete shall be lowered through approved contract prices. conduit to keep it from sliding down one side of the form. No To place seal concrete underwater, the Contractor shall use aluminum conduits or tremies shall be used to pump or place a concrete pump or tremie. The tremie shall have a hopper at the ' concrete. top that empties into a watertight tube at least 10 inches in Before placing concrete for roadway slabs on steel spans, • diameter. The discharge end of the tube on the tremie or the Contractor shall release the falsework under the bridge and concrete pump shall include a device to seal out water while the , let the span swing free on its supports. Concrete in flat slab tube is first filled with concrete. Tube supports shall permit the bridges shall be placed in one continuous operation for each span discharge end to move freely across the entire work area and to or series of continuous spans. drop rapidly to slow or stop the flow. One tremie may be used to Concrete for roadway slabs and the stems of T-beams or concrete an area up to 18 feet per side. Each additional area of , box-girders shall be placed in separate operations if the atom of this size requires one additional tremie. the beam or girder is more than 3 feet deep. First the beam or Throughout the underwater concrete placement operation, girder atom shall be filled to the bottom of the slab fillets. the discharge end of the tube shall remain submerged in the Roadway slab concrete shall not be placed until enough time has concrete and the tube shall always contain enough concrete to ' passed to permit the earlier concrete to shrink(at least 12 hours). prevent water from entering. The concrete placement shall be If stem depth is 3 fed or less, the Contractor may place concrete continuous until the work is completed, resulting in a seamless, Iin one continuous operation if the Engineer approves. Bt*in Otis worm seal. If the concreting operation is interrupted, the Engineer may require the Contractor to prove by core drilling or ' Between expansion or construction joints, concrete in other tests that the seal contains no voids or horizontal joints. If beams, girders, roadway slabs,piers, columns, walls, and traffic testing reveals voids or joints,the Contractor shall repair them or and pedestrian barriers, etc. shall be placed in a continuous replace the seal at no expense to the State. I operation. Concrete Class 4000W shall be used for seat,and it shall No traffic or pedestrian barrier shall be placed until after the meet the consistency requirements of Section 6-02.3(4)C.Anlr roadway and sidewalk slabs are complete for the entire structure. No concrete barriers shall be placed until the falsework has been ' Page-SP-66 Revision Date: April 26, 1993 6-02 Concrete Structures 6-02 Concrete Structures ' Giass 40WAI eanerete nieeting the eensiste. 1. Remove all lips and edgings with s Pharp tools or chisels; 2. Fill all holes with mortar; ' 3. True up corners of openings; 6-02.3(6)C Dewatering Concrete Foundation Seals 4. Remove concrete projecting beyond the true surface by and Foundations stoning or grinding; After a concrete seal is constructed, the Contractor shall 5. Cover the barrier with heavy, quilted blankets (not pump the water out of the cofferdam and place the rest of the burlap); concrete in the dry: This pumping shall not begin until the seal 6. Keep the blankets continuously wet for at least seven has set enough to withstand the hydrostatic pressure - normally days. ' at least three days for gravity seals and at least ten days for seals The Contractor may do the finishing work described in steps containing piling. The Engineer may extend these waiting 1 through 4 above during the second (the seven day) curing periods to ensure structural safety or to meet a condition of the Period if the entire barrier is kept covered except the immediate operating permit, worst area. Otherwise, no finishing work may be done until at If weighted cribs are used to resist hydrostatic pressure at least ten days after pouring. the bottom of the seal, the Contractor shall anchor them to the After the ten day curing period,the Contractor shall remove foundation seal. Any method used (such as dowels or keys) shall from the barrier all form-release agent, mud, dust, and other transfer the entire weight of the crib to the seal. foreign substances in either of two ways: (1) by light No pumping shall be done during or for 24 hours after sandblasting and washing with water, or (2) by spraying with a concrete placement unless done from a suitable sump high-pressure water jet. The water-jet equipment shall use clean separated from the concrete work by a watertight wall. fresh water and shall produce (at the nozzle) at least 1,500 psi Pumping shall be done in a way that rules out any chance of with a discharge of at least three gpm. The water jet nozzle shall concrete being carried away. have a 25 degree tip and shall be held no more than nine inches from the surface being washed. 6-02.3(6)D Point of Acceptance After cleaning, the Contractor shall use bnishes to rub 1:1 Determination of concrete properties for acceptance will be mortar into air holes and small crevices on all surfaces except the made based on samples taken to most nearly represent the brushed top. This mortar shall consist of one part portland condition of the concrete as placed in the forms. Any placement cement (of the same brand used in the concrete) and one part system which, in operations, alters the specified properties of the clean, fine plaster sand. As soon as the mortar takes its initial concrete will require sampling at the discharge from the set, the Contractor shall rub it off with a piece of sacking or placement system. Concrete being placed through a tremie carpet. The barrier shall then be covered with wet blankets for at system shall be accepted by testing concrete samples from the least 48 hours. ' truck discharge. No curing compound shall be used on fixed-form concrete It shall be the Contractor's responsibility to provide barrier. The completed surface of the concrete shall be even in adequate and representative samples of the fresh concrete to a color and texture. location designated by the Engineer for the testing of concrete Slip-Form Barrier properties and making of cylinder specimens. Samples shall be The edge radius shall be formed by attaching radius provided as directed in Sections 1-06.1 and 1-06.2. strips to the barrier slip forming. When mutually agreeable to the State and the Contractor, The Contractor shall finish slip-form barrier by: (1) steel acceptance samples may be taken at a location other than the troweling to close all surface pockmarks and holes; and (2) for point of discharge. The alteration of concrete properties in plain surface barrier, lightly brushing the front and back face passage through the placement system shall be recognized in with vertical strokes and the top surface with transverse strokes. analyzing results of such samples and in determining acceptance After finishing, the Contractor shall cure the slip-form ' of the fresh concrete. barrier by using either method A (curing compound) or B (wet blankets)described below. 6-02.3(11)A Curing and Finishing Concrete Traffic Method A. Under the curing compound method, the and Pedestrian Barrier Contractor shall: The Contractor shall supply enough water and workers to 1. Spray two coats of clear, chlorinated rubber curing compound (Type 1)on the concrete surface cure and finish concrete barrier as required in this section. Unit after the water has disappeared.' contract prices shall cover all curing and finishing costs. PP • (Coverage of Fared-Form Barrier combined coats shall equal at least 1 gallon per 150 square feet.) The edge chamfers shall be formed by attaching chamfer strips to the barrier forms. 2. No later than the morning after applying the ' After troweling and edging a barrier (while the forms curing compound, cover the barrier with white, reflective sheeting for at least ten days. remain in place), the Contractor shall: 3. After the ten day i 1. Brush the top surface with a fine bristle brush; Y curing Pew, remove the curing 2. Cover the top surface-with heavy,quilted blankets;and compound completely by light sandblasting or by spraying with s high-pressure water jet to produce 3. Spray water on the blankets and forms at intervals short an even surface appearance. The water jet enough io keep them thoroughly wet for three days. equipment shall use clean freek water and shall After removing the forms, the Contractor shall: iPage-SP-67 Revision Date: April 26, 1993 6-02 Concrete Structures 6-02 Concrete Structures produce (at the nozzle) at least 2,500 psi with a On prestressed girder spans, the Contractor shall install X , discharge of at least 4 gpm. The water jet nozzle bracing between girders at each end and midspan to prevent shall have a 25 -degree tip and shall be held no lateral movement or rotation. This bracing shall be placed more than nine inches from the surface being immediately after erection of the girders. The bracing shall not cleaned. be removed until the diaphragms or roadway slab are cast and Method B. Under the wet blanket method, the Contractor cured for a minimum of 24 hours. shall: When deck overhang(the distance from the centerline of the 1. Cover the barrier with heavy, quilted blankets as exterior girder to the near edge of the roadway slab) on a soon as it is strong enough to withstand damage. prestressed girder span exceeds the distances listed in the table 2. Keep the blankets continuously wet for at least ten below, the Contractor shall provide extra bracing. This bracing days. (No additional finishing is required at the shall include: (1) a cross tie connecting the top flange of each end of the curing period.) exterior girder with its counterpart on the other side, and (2) ' braces between the bottom flanges of all girders. All bracing 6-02.3(1n Falsework and Forms shall be placed at the midpoint between diaphragms (or at more Formwork and falsework are both structural systems. frequent intervals). Formwork contains the lateral pressure exerted by concrete placed in the forms. Falsework supports the vertical and/or the Girder Series Distance is Inches horizontal loads of the formwork, reinforcing steel,concrete, and live loads during construction. W42G 30 The Contractor shall set falsework to allow for shrinkage, W50G 42 settlement, and any structural camber the Plans or the Engineer W58G 63 require. W74G 66 The Contractor shall set all forms true to designated lines. Girde Interior shape and dimensions shall guarantee that the finished concrete will conform with the Plans. If the new structure is near or part of an existing one, the 6 30 $ 42 Contractor shall not use the existing one to suspend or support ,;,e 6.3 falsework (unless the Plans or Special Provisions state 44 66 otherwise). On bridge roadway slabs forms designed to stay in place If a concrete finishing machine is supported at the outside made of steel or precast concrete panels edge of the slab,the Contractor shall adjust for its added weight. , shall not be allowed. Roadway deck forming systems may require bracing, Barriers shall be used to protect falsework adjacent to traffic strutting, or ties between girders for the girder to adequately from damage by vehicles. support the form loading. When braces, struts, or ties are For post-tensioned structures, both falsework and forms required, they shall be designed and detailed by the Contractor ' shall be designed to carry the additional loads caused by the post- and shall be shown on the falsework/formwork plans submitted tensioning operations. to the Engineer for approval. These braces, struts, and ties shall be furnished and installed by the Contractor at no additional cost , 6-02.3(17)C Bracing to the State. The Contractor shall brace falsework longitudinally and transverse to stiffen it and to keep individual members from 6-02.3(17)F Face Lumber, Studs,Wales, and Metal buckling. Bracing shall be as rigid as possible. If movement is Forms ' likely, wedges shall be used with braces to stabilize the Wooden forms shall be faced with smooth sanded, exterior falsework. The Contractor shall replace any split or damaged plywood. This plywood shall moot the requirements of the crossbracing. National Bureau of Standards, U.S. Product Standard PS 1, and , When timber members brace falsework bents near roadways the Design Specification of the American Plywood Association or railroads, the Contractor shall use bolted connections with (APA). Each full sheet shall bear the APA stamp. The Contractor bolts 5/8 inch or more in diameter. The connection for any bent shall list in the form plans the grade and class of plywood. If the shall be designed to resist the horizontal load. This load shall be Engineer approves the manufacturer's certification of structural the sum of potential horizontal loads from equipment, work properties, the Contractor may use plywood that does not carry sequence, wind, and other causes. This load shall never be less the APA stamp. than 2 percent of the total dead load. The grades of plywood for various form applications shall Bolts at connections shall be at least 518 inch in diameter. be as follows: The sizes of any spikes or nails shall be as required in the Plans. 1. Traffic and Pedestrian Barriers (except those that will The 'contractor shall replace all crossbracea split or damaged by receive an architectural surface treatment) — Plywood connections or for any other reason. used for these surfaces shall be APA grade High ' To stabilize steel scaffold falsework, the Contactor shall Density Overlaid (HDO) 60-60 Class 1. But if the attach exterior braces to towels taller than 20 feet unless the Contactor coats the form to prevent it from leaving Engineer allows otherwise. These horizontal and diagonal braces joint and grain marks on the surface, plywood that must be fastened securely to the frame legs. ' Page-SP-68 Revision Date: April 26, 1993 ' 6-02 Concrete Structures 6-02 Concrete Structures ' meets or exceeds APA grades B-B Plyform Class I or inches square. These portho*shall occur at least every 12 feet B-C (Group I species)-may be used. Under this option, horizontally and every 8 feet vertically. The portholes will t the Contractor shall provide for the Engineer's provide access for vibrating and inspecting the concrete as it is approval a 4 foot square, test panel of concrete formed placed. with the same plywood and coating as proposed in the Round columns or rounded pier shafts shall be formed with form plans. This panel shall include one form joint a self-supporting metal shell form or form tube that leaves a along its centerline. The Contractor shall apply coating smooth,nonspiralling surface. Wood forms are not permitted. material, according to the manufacturer's instructions, Metal forms shall not be used elsewhere unless the Engineer before applying chemical release agents. is satisfied with the surface and approves in writing. The 2, Other Exposed Surfaces (all but those on traffic and Engineer may withdraw approval for metal forms at any time. If ' pedestrian barriers) - Plywood used to form these permitted to use a combination of wood and metal in forms, the surfaces shall meet or exceed the requirements of APA Contractor shall coat the forms so that the texture produced by grades B-B Plyform Class I or B-C (Group I series). If the wood matches that of the metal. Aluminum shall not be,used ' one face is less than B quality, the B (or better) face for metal forms. shall contact the concrete. For design purposes, the Contractor shall assume that on 3. Unexposed Surfaces (such as the undersides of vertical surfaces concrete exerts 150 pounds of pressure per roadway slabs between girders, the interiors of box square foot per foot of depth. However, when the depth is ' girders, etc., and traffic and pedestrian barriers where reached where the rate of placement controls the pressure, the surfaces will receive an architectural treatment) — following table applies: Plywood used to form these surfaces may be APA grade CDX, provided the Contractor complies with Rate of Placing Pressure,Pounds per Square Foot for ' stress and deflection requirements stated elsewhere in Feet per Hour Temperature of Concrete as Sbown these Specifications. MF.d Form joints on an exposed surface shall be in a horizontal or 40 F so F 55 F 60 F .bow ' vertical plane. But in wingwalls and box girders, side form joints 2•..•••••... M 600 560 410 M shall be placed at right angles and parallel to the roadway grade. 3......................... 900 750 6% 6+0 M5 Joints parallel to studs or joists shall be backed by a stud or joist. 4........................• 1,075 975 800 725 as Joints at right angles to studs and joists shall be backed by a stud 5."""""'."""...... 1.250 1,000 90o 815 690 ' or other backing the Engineer approves. Perpendicular backing 6"""""""""""" �'� 1'1t 1000 900 750 is not required if studs or joists are spaced: 7......................... 1,600 1,230 1,110 990 115 s......................... 1,775 1,375 1,215 1,073 175 1. Nine inches or less on center and covered with 1/2 inch 9...... 1,950 1,500 1,3M 1,165 93s plywood, or 10....................... 2,125 1,C5 1,C5 1,2% t,ow ' 2. Twelve inches or less on center and covered with 3/4 15........................ 3000 z250 1950 1670 1,300 inch plywood. The face grain of plywood shall run perpendicular to studs The pressures in the above table have been increased to or joists unless shown otherwise on the Contractor's formwork provide an allowance for the vibration and impact. plans and approved by the Engineer. Proposals to deviate from Horizontal surfaces shall support a pressure of 160 pounds the perpendicular orientation shall be accompanied by supporting per square foot for each foot of concrete height. calculations of the stresses and deflections. All exposed corners shall be beveled 3/4 inches. However, ' On any retaining wall that follows a horizontal circular traffic barriers shall not be beveled unless the Plans require it. curve, the wall stems may be a series of short chords if: All forms shall be mortar-tight as possible with no water 1. The chords within the panel are the same length, unless standing in them as the concrete is placed. ' otherwise approved by the Engineer. The Contractor shall apply a parting compound on forms for 2. The chords do not vary from a true curve by more than exposed concrete surfaces. This compound shall be a chemical 1/2 inch at any point, and release agent that permits the forms to separate cleanly from the 3. All panel points are on the true curve. concrete. The compound shall not penetrate or stain the surface ' Where architectural treatment is required, the angle point and shall not attract dirt or other foreign matter. After the forms for chords in wall stems shall fall at vertical rustication joints. are removed, the concrete surface shall be dust-free and have a For exposed surfaces of abutments, wingwalls, piers, uniform appearance. The Contractor shall apply the compound at retaining walls, and columns, the Contractor shall build forms of the manufacturer's recommended rate to produce a surface free ' plywood at least 3/4 inch thick with studs no more than 12 inches of dusting action and yet provide easy removal of the forms. on center. The Engineer may approve exceptions, but deflection If an exposed concrete surface will be sealed, the release of the plywood, studs, or wales shall never exceed 11500 of the agent shall not contain silicone resin. Before applying the agent, span (or 1/360 of the span for unexposed surfaces, including the the Contractor shall provide the Engineer a written statement bottom of the deck slab between girders). from the manufacturer stating whether the resin in the base All form plywood shall be at least 1/2 inch thick except on material is silicone or non-silicone. sharply curved surfaces. There,`the Contractor may use 1/4 inch The Contractor shall submit to the Engineer a sample of the ' plywood if it is backed firmly with heavier material. parting compound at least ten working days before its use. The rear faces of forms for retaining walls and sloping faced columns over 12 feet high shall include portholes at least 18 ' Page-SP-69 Revision D-ile April 26, 1993 6-02 Concrete Structures 6-02 Concrete Structures Approval or nonapproval shall be based on laboratory tests Wet curing shall comply with the requirements of Section 6- ' results. 02.301). The concrete surface shall not become dry during form The Engineer may reject any forms that will not produce a removal or during the entire curing period. satisfactory surface. Before placing forms for traffic and pedestrian barriers, the ' Contractor shall completely release all falsework under spans. 6-02.3(17)j Removal of Falsework and Forms Before releasing forms under concrete cured at temperatures The Contractor shall never remove forms or falsework colder than 50 F, the Contractor shall first prove that the unless the Engineer approves. The Engineer will decide, on the concrete meets desired strength- regardless of the time that has , basis of post-placement curing conditions, the exact number of elapsed• curing days that shall elapse before form removal. If the The Engineer may approve leaving in place forms for Engineer does not decide otherwise, the Contractor may remove footings in cofferdams or cribs. This decision will be based on forms (from the time of the last pour the forms support) as whether removing them would harm the cofferdam or crib and ' Iindicated in the table below. Both compressive strength and whether the forms will show in the finished structure. curing days criteria must be met if both are listed. On concrete box girder structures, the forms supporting the roadway slab shall rest on ledgers or similar supports without ' being shored to, or supported on, the bottom slab. These form Percent supports shall be fastened as near as possible to the top of the of Specified Minimum Curing web walls. When the cells of a concrete box girder structure Concrete Placed In Compressive Strength Days contain utilities, the roadway slab interior forms shall be , removed. Unless otherwise shown in the Plans, the interior Columns,wall faces, mass pier and - 3 forms in all other cells may be left in place. abutments(except pier caps),traffic and All other forms shall be removed whether above or below pedestrian barren,and any other side form not supporting the concrete weight.l the level of the ground or water. Sections 6-02.3(7)and 6-02.3(8) ' Pier caps continuously supported.2 60 3 govern form removal for concrete exposed to sea water or to Sidewalks not supported on bridge 70 - alkaline water or soil. The forms inside of hollow piers, girders, roadway slabs.2 abutments, etc. shall be removed through openings shown in the ' Crosabeams,caps,pier caps not 80 5 Plans or approved by the Engineer. continuously supported,omits and top slabs on concrete box culverts, 6-02.3(24)A Field Bending inclined columns and inclined wal .3 If the Plans call for field bending of steel reinforcing Roadway slabs supposed on wood - 10 , Roadway bars, the Contractor shall bend them in keeping with the Rdw or steel stringers or on steel or structure,configuration and the Plans and Specifications. prestressed concrete girders.2 Bending steel reinforcing bars partly embedded in concrete Box girders,T-beam girders,and 80 14 shall neEr-be done its follows: until the Engineer has given ' flat-slab superstructure. Arches.2.3 - 21 than Site Ne. i4. [Where forms do not support the load of concrete. Field bending shall not be done: ' 2Where forms support the load of concrete. 1. On bars Size No. 14 or No. 18, 3Where continuous spans are involved,the time for all spans 2. When air temperature is lower than 45 F, will be determined by the last concrete placed affecting any span. 3. By means of hammer blows or pipe sleeves,or ' 4. While bar temperature is in the range of 400 700 F. Before releasing supports from beneath beams and girders, In field-bending steel reinforcing bars,the Contractor shall: the Contractor shall remove forms from columns to enable the 1. Make the bend gradually; ' Engineer to inspect the column concrete. 2. Apply heat as described in Tables 2 and 3 for bending The Contractor may remove the side forms of footings 24 bar Sizes No. 7 through No. 11 and for bending bar hours after concrete placement if a curing compound is applied Sizes No. 6 and smaller when the ban have been immediately. But this compound shall not be applied to that area previously bent. Previously unbent ban of Sizes No. 6 ' of the construction joint between the footing and the column or and smaller may be bent without heating; wall. 3. Use a bending tool equipped with a bending diameter The Contractor may remove side forms, traffic barrier as listed in Table 1; forms,and pedestrian barrier forms after 24 hours if these forms 4. Limit any bend to these maximums — 135 degrees for ' are made of steel or dense plywood,an approved water reducing bars smaller than Size No.9, and 90 degrees for bars additive is used, and the concrete reaches a compressive strength Size No. 9 through No. 11; of 1,400 psi before form removal. This strength shall be proved 5. Straighten by moving a hickey bar (if used) by test cylinders made from the last concrete placed into the progressively around the bend. , form. The cylinders shall be cured according to WSDOT Test In applying heat for field-bending steel reinforcing Method No. 809, Method 2. bars,the Contractor shall: 1. Use a method that will avoid damages to the concrete; ' Page-SP-70 Revision Date: April 26, 1993 ' 6-02 n Co Crete Structures 6-02 Concrete Structures ' 2. Insulate any concrete within 6 inches of the heated bar area; ' 3. Ensure, by using temperature-indicating crayons or 6-02.3(24)B Protection of Materials other suitable means, that steel temperature never The Contractor shall protect reinforcing steel from all exceeds the maximum temperatures shown in damage. When placed into the structure, the steel shall be free Table 2 below; from dirt, loose rust or mill scale, paint, oil, and other foreign ' 4. Maintain the steel temperature within the required matter. range shown in Table 2 below during the entire When transporting, storing, or constructing in close bending process; proximity to bodies of salt water, plain and epoxy-coated steel 5. Apply two heat tips simultaneously at opposite sides of reinforcing bar shall be kept in enclosures that provide ' bars larger than Size No. 6 to assure a uniform protection from the elements. temperature throughout the thickness of the bar. For If plain or epoxy-coated steel reinforcing bar is exposed Size No. 6 and smaller bars, apply two heat tips, if to mist,spray,or fog that may contain salt, it shall be flushed ' necessary; with fresh water prior to concrete placement. 6. Apply the heat for a long enough time that within the When the Engineer requires protection for reinforcing steel bend area the entire thickness of the bar—including its that will remain exposed for a length of time,the Contractor shall center—reaches the required temperature; protect the reinforcing steel: 7. Bend immediately after the required temperature has 1. By cleaning and applying a coat of paint Formula been reached; No. A-9-73 over all exposed surfaces of steel,or 8. Heat at least as much of the bar as Table 3 below 2. By cleaning and painting paint Formula No. A-9-73 on requires; the first 6 inches of the steel bars protruding from the ' 9. Locate the heated section of the bar to include the concrete and covering the bars with polyethylene entire bending length; and sleeves. 10. Never cool bars artificially with water, forced air, or The paint shall have a minimum dry film thickness of 1 mil. ' other means. 6-02.3(25) Prestressed Concrete Girders Table 1 The Contractor shall be required to perform quality control Bending Diameters for Feld-Bending Reinforcing Bars inspection. The manufacturing plant of prestressed concrete ' Bend Diameter/Bar Diameter Ratio girders shall be certified by the Prestress Concrete Institute's Bar Size Heat Not Applied Heat Applied Plant Certification Program for the ty pe ype of prestress member to No. 4,No.5 86 88 be produced and shall be approved by WSDOT as a Certified ' NO.-3-Ne.b 8 8 Prestress Concrete Fabricator prior to the start of production. No. 6 thru 7, No. 8, No.9 Not Permitted 8 WSDOT certification will be granted at, and renewed during,the No. 10,No. 11 Not Permitted 10 annual prestressed plant review and approval process. Prior to the start of production of girders, the Contractor ' Table 2 shall advise the Engineer of the production schedule. The Preheating Temperatures for Feld-Bending Reinforcing Bars Contractor shall give the Inspector safe and free access to the Temperature(F) work. If the Inspector observes any nonspecification work or Bar Size Minimum Maximum unacceptable quality control practices, the Inspector will advise ' No.4 12,00 1, 0 the plant manager. If the corrective action is not acceptable to the Engineer,the girder(s)will be rejected. No.5,No.6 1,350 1,400 The State intends to perform Quality Assurance Inspection. No.7 thry No.9 1,400 1,450 By its inspection, the State intends only to facilitate the work and No. 10,No. 11 1,450 1,500 , verifythe quality of that work. This�}pg �A0 q Y inspection shall not relieve 4,+§w9 1�5A the Contractor of any responsibility for identifying and replacing 0,NO. i i 1,2w +,-300 defective material and workmanship. The various types of girders are: Table 3 Prestressed Concrete Girder - Refers to prestressed Minimum Bar Lai8th to be Heated concrete girders including Series W42G, W50G, W58G, and (d = nominal diameter of bar in inches) W74G ers, bulb tee girders, and deck Bend Angle bulb tee girders. Bar Size 45° 90. 135° Bulb Tee Girder - Refers to a bulb tee girder or a deck bulb tee girder. No. 4 thry No. 8 8d 12d 15d Deck Bulb Tee Girder - Refers to a bulb tee girder with a No.9 8d 12d Not Permitted top flange designed to support traffic loads (i.e., without a cast- No. 10, No. 11 9d 14d Not Permitted in-place deck). This type of bulb tee girder is mechanically connected to adjacent girders at the job site. ' Page-SP-71 Revision Date: April 26, 1993 6-02 Concrete Structures 6-02 Concrete Structures Itemperature limits in Section 6-02.3(6)A do not apply to 6-02.3(25)A Shop Plans prestressed concrete girders. ' The Plans show design conditions and details for,prestressed The Contractor shall use air-entrained concrete in the entire girders. Deviations will not be permitted, except as specifically roadway deck flange of deck bulb-tee girders. aLowed by these Specifications and by manufacturing processes No welds will be permitted on steel within prestressed , approved by the annual plant approval process. girders. Once the prestressing steel has been installed, no welds The Contractor shall have the option to furnish Series or grounds for welders shall be made on the forms or the steel W74G14- prestressed concrete girders with minor dimensional in the girder, except as specified. , differences from those shown in the Plans. The 2 5/8 inch top The Contractor may form circular block-outs in the girder flange taper may be reduced to 1-5/8 inch, and the 5 inch web top flanges to receive falsework hanger rods. These block-outs width may be increased to 6 inches. Other dimensions of the shall: girder shall be adjusted as necessary to accommodate the above i Not exceed i inch in diameter, ' mentioned changes. If reinforcing steel is adjusted in the end 2. Be spaced no more than 72 inches apart longitudinally block area to provide the clearance the Plans require, the on the girder, Contractor may change the width of the end block to 1 foot 4 3. Be located 3 inches or more from the outside edge of inches. The overall height and flange width of the girder shall the top flange on Series W42G, W50G, and W58G ' remain unchanged. 4 hreegh-49-girders and 6 inches or more for Series If the Contractor elects to provide a Series W74G14 girder 44-W74G girders,and with an increased web thickness, shop plans along with 4. Be located within 1 foot 3 inches of the web centerline supporting design calculations shall be submitted to the Engineer for bulb tee girder. for approval prior to girder fabrication. The girder shall be The Contractor may form circular block-outs in the girder designed for at least the same load carrying capacity as the girder webs to support brackets for roadway slab falsework. These shown in the Plans. The load carrying capacity of the mild steel block-outs shall: , reinforcement shall be the same as that shown in the Plans. 1. Not exceed 1 inch in diameter, The Contractor may alter bulb tee girder dimensions as 2. Be spaced no more than 72 inches apart longitudinally specified from that shown in the Plans if: on the girder,and 1. The girder has the same or higher load carrying 3. Be positioned to as to clear the girder reinforcing and , capacity (using current AASHTO Design prestressing steel. Specification); 2. The Engineer approves, before the girder is made, 6-02.3(25)1 Tolerances complete design calculations for the girder; The girders shall be fabricated as shown in the Plans and ' 3. The Contractor adjusts substructures to yield the same shall meet the dimensional tolerances listed below. Actual top of roadway elevation shown in the Plans; acceptance or rejection will depend on how the Engineer believes 4. The depth of the girder is not increased by more than 2 a defect outside these tolerances will affect the structure's ' inches and is not decreased; strength or appearance. 5. The web thickness is not increased by more than 1 inch 1. Length (overall): ± 1/4 inch per 25 feet of beam and is not decreased; length,up to a maximum of± 1 inch 6. The top flange minimum thickness of the girder is not 2. Width(flanges): + 3/8 inch, - 1/4 inch ' increased by more than 2 inches, providing the top 3. Width (narrow web section): + 3/8 inch,- 1/4 inch flange taper section is decreased a corresponding 4. Girder Depth(overall): ± 1/4 inch amount; 5. Flange Depth: + 1/4 inch,- 1/8 inch ' 7. The top flange taper depth is not increased by more 6. Strand Position: ± 1/4 inch from the center of gravity than 1 inch;and of a strand group and of an individual strand 8. The bottom flange width is not increased by more than 7. Longitudinal Position of the Harping Point: ± 18 2 inches. inches ' The Contractor shall provide four copies of the shop plans 8. Bearing Recess (center recess to beam end): ± 1/4 to the t.n--neer for approval. Only steel side forms will be inch approved, except plywood forms are acceptable on the end 9. Beam Ends(deviation from square or designated skew) bulkheads. Approval of shop plans means only that the Engineer Horizontal: ± 1/2 inch from web centerline to ' accepts the methods and materials. Approval does not imply flange edge correct dimensions. Vertical: ±1/8 inch per foot of beam depth 10. Bearing Area Deviation from Plane (in length or width 6-02.3(25)B Casting of bearing): 1/16 inch Before casting girders, the Contractor shall have possession 11. Stirrup Reinforcing Spacing: ±1 inch of an approved set of shop drawings. 12. Stirrup Projection from Top of Beam: ±3/4 inch All concrete mixes to be used shall be pre-approved in the 13. Mild Steel Concrete Cover: - 1/8, + 3/8 inch ' WSDOT plant certification process and must meet the 14. Offset at Form Joints (deviation from a straight line requirements of Section 9-19 1. The temperature of the extending 5 feet on each side of joint): ± 1/4 inch concrete when placed shall be between 50 F and 90 F. The Page-SP-72 Revision Date: April 26, 1993 ' 6-02 Concrete Structures 6-02 Concrete Structures 15. Differential Camber Between Girders in a Span (measured in place at the job site) 6-02.3(25)K Girder Deflection For I-girders: 1/8 inch per 10 feet of beam length The Contractor shall check and record the vertical (series �, ' i^' W42G, deflection(camber)of each girder upon removal of the girder W50G,W58G,and W74G). from the casting bed. The Contractor shall also check and For deck bulb tee girders: Cambers shall be equalized by an approved method when the difference record the vertical deflection (camber) within a two week ' in cambers between adjacent girders period prior to shipment, but no less than three days prior to or cages measured at mid-span shipment. If the girder remains in storage for a period exceeds 1/4 inch. exceeding 120 days, the Contractor shall check and record ' 16. Position of Inserts for Structural Connections: ± 1/2 the vertical deflection (camber) at approximately 120 days. inch The Contractor shall perform and record each check at a 17. Position of Lifting Loops: ± 3 inches longitudinal, ± time when the alignment of the girder is not influenced by 1 inch transverse temporary differences in surface temperature. These records ' 18. Weld plates for bulb tee girders shall be placed ± 1/2 shall be available for the Engineer's inspection and included inch longitudinal, and± 1/8 inch vertical in the Contractor's Prestressed Concrete Certificate of Compliance. 6-02.3(25)J Horizontal Alignment ' of Ger,pl�mee. The "D" dimensions shown in the Plans are computed girder deflections at midspan based on a time elapse of 120 days ' owl"Al? after release of the prestressing strands. A positive (+) "D" dimension indicates upward deflection. The Contractor shall control the deflection of prestressed The Contractor shall check and record the horizontal concrete girders that are to receive a cast-in-place slab by alignment of both top and bottom flanges of each girder upon scheduling fabrication or other means. The actual girder removal of the girder from the casting bed. The Contractor deflection at the midspan may vary from the "D" dimension at shall also check and record the horizontal alignment within a the time of slab forming by a maximum of plus 1/2 inch for two week period prior to shipment, but no less than three girder lengths up to 80 feet and plus 1 inch for girder lengths days prior to shipment. If the girder remains in storage for a over 80 feet. The method used by the Contractor to control the period exceeding 120 days, the Contractor shall check and girder deflection shall not cause damage to the girders or any record the horizontal alignment at approximately 120 days. over stress when checked in accordance with the AASHTO ' Each check shall be made by measuring the distance between Specifications. each flange and a chord that extends the full length of the All costs, including any additional State engineering girder. The Contractor shall perform and record each check expenses, in connection with controlling the girder deflection at a time when the alignment of the shall be borne b the Contractor. tig girder is not influenced Y by temporary differences in surface temperature. These records shall be available for the Engineer's inspection and 6-02.3(25)L Handling and Storage included in the Contractor's Prestressed Concrete Certificate During handling and storage, each girder shall always be of Compliance. kept plumb and upright. It shall be lifted only by the lifting Immediately after the girder is removed from the casting strands at either end. Series W42G and W50G4—6—, -&rA 4 bed, neither flange shall be offset more than 1/8 inch for each 10 girders can be picked up at a maximum angle of 30 degrees to feet of girder length. During storage and prior to shipping, the the vertical(measured in the longitudinal plane of the girder). All ' offset (with girder ends plumb and upright and with no external other prestressed girders shall be picked up vertical. Girders force) shall not exceed 1/4 inch per 10 feet of girder length. Any shall be braced laterally to prevent tipping or buckling as girder within this tolerance may be shipped, but must be specified in the Plans. corrected at the job site to the 1/8 inch maximum offset per 10 Before moving a long girder, the Contractor shall check it feet of girder length before concrete is placed into the for any tendency to buckling. Each girder that may buckle shall diaphragms. be braced on the sides to prevent buckling. This bracing shall be The Engineer may permit the use of external force to attached securely to the top flanges of the girder. The lateral correct girder alignment at the plant or job site if the Contractor bracing shall be in place during all lifting or handling necessary provides stress calculations and a proposed procedure. If external for transportation from the manufacturing plant to the job site and force is permitted, it shall not be released until after the roadway erection of the girder. The Contractor is cautioned that for some slab has been placed and cured ten days. delivery routes more conservative guidelines for lateral bracing ' may be required. Before removing the bracing to cast ' Page-SP-73 Revision Date: April 26, 1993 6-02 Concrete Structures 6-02 Concrete Structures ' diaphragms, the Contractor shall fasten all girders in place by a. f em = compressive strength at time of lifting or , other means. transporting verified by test but shall not exceed If the Contractor wishes to deviate from these handling and design compressive strength (f c) at 28 days in psi bracing requirements, the vertical pickup, or the pickup location, + 1,000 psi ' the proposed method shall be analyzed by the Contractor's 2. Allowable tension stress, ft engineer and submitted with the supporting calculations to the a. With no bonded reinforcement = 3 times the Engineer for approval. The Contractor's analysis shall conform square root of fcm to Articles 5.2 and 5.3 of the P.C.L Design Handbook, Precast b. With bonded reinforcement to resist total tension ' and Prestressed Concrete, Third Edition, or other approved force in the concrete computed on the basis of an methods. The Contractor's calculations shall verify that the uncracked section = 7.5 times the square root of concrete stresses in the prestressed girder do not exceed those fcm. The allowable tensile stress in reinforcement , listed in Section 6-02.3(25)M. is 30 ksi(AASHTO M-31, Gr. 60) If girders are to be stored, the Contractor shall place them 3. Prestress losses on a stable foundation that will keep them in a vertical position. a. 1 day to 1 month = 20,000 psi Stored girders shall be supported at the bearing recesses or, if b. 1 month to 1 year = 35,000 psi ' there are no recesses, approximately 18 inches from the girder C. 1 year or more = 45,000 psi(max.) ends. For long-term storage of girders with initial horizontal 4. Impact on dead load curvature, the Contractor may wedge one side of the bottom a. Lifting from casting beds = 0 percent flange, tilting the girders to control curvature. If the Contractor b. Transporting and erecting = 20 percent , elects to set girders out of plumb during storage, the Contractor shall have the proposed method analyzed by the Contractor's 6-02.3(26)E Tensioning engineer to ensure against damaging the girder. The Contractor shall not begin to tension the tendons until: , 1. All concrete has reached a compressive strength of at 6-02.3(2�M Shipping least 4,000 psi or the strength the Plans require After the girder has reached its 28 day design strength, and (demonstrated on test cylinders made of the same the fabricator believes it to comply with the specification, the concrete cured under the same conditions as that in the , girder and a completed Certification of Compliance (DOT 350- bridge),and 151), signed by a Prestressed Concrete Institute Certified 2. The Engineer is satisfied that all strands are free in the Technician or a professional engineer, acceptable to WSDOT, ducts. shall be presented to the Engineer for inspection. If the Engineer Tendons shall be tensioned to the values shown in the Plans finds the certification and the girder to be acceptable, the (or approved shop drawings) with hydraulic jacks. When Engineer will stamp the girder "Approved for Shipment." stressing from both ends of a tendon is specified, it need not be No prestressed girders shall be shipped that are not stamped simultaneous unless the Plans require. The jacking sequence , "Approved for Shipment." shall follow the approved shop drawings. No bulb tee girder shall be shipped for at least seven days Each jack shall have a pressure gauge that will determine after concrete placement. No other girder shall be shipped for at the load applied to the tendon. The gauge shall display pressure least ten days after concrete placement. accurately and readably with a dial at least 6 inches in diameter ' Girder support during shipping shall meet these or with a digital display. Each jack and its gauge shall be requirements unless otherwise shown in the Plans: calibrated as a unit and shall be accompanied by a certified calibration chart. The Contractor shall provide one copy of this ' Centerline Support Within chart to the Engineer for use in monitoring. The cylinder Type of Girder This Distance From Either Fad extension during calibration shall be in approximately the position it will occupy at final jacking force. Series W42G58G and W5OG4 6 8 and all bulb tee girder 3 feet All jacks and gauges must be rocalibrated and recertified: Series W58G 4 feet (1) at least every 180 days, and (2) after any repair or Series W74G}4 5 feet adjustment. The Engineer may use pressure cells to check jacks, If the Contractor wishes to use other support locations, they gauges,and calibration charts before and during tensioning. may be proposed to the Engineer for review and approval in These stress limits apply to all tendons (unless the Plans set ' accordance with Section 6-02.3(25)L. The Contractor's proposal other limits): shall include calculations showing that concrete stresses in the 1. Maximum service load after all losses: 80 percent of girders will not exceed those listed below: the specified yield point stress of the steel. 2. Maximum tensile stress during jacking: 79 percent of Criteria for Checking Girder Stresses the specified minimum ultimate tensile strength of the at the Time of Lifting or Transporting and Erecting steel. 3. Maximum initial stress at anchorage after seating: , Stresses at both support and harping points shall be satisfied 70 percent of the specified minimum ultimate tensile based on these criteria: _ strength of the steel. 1. Allowable compression stress, fc = 0.60 f cm Page-SP-74 Revision Date: April 26, 1993 ' ' 6-03 Steel Structures 6-03 Steel Structures ' Tendons shall be anchored at initial stresses that will 7. "Gravel Backfill for Foundation Class B",per cubic ultimately maintain service loads at least as great as the Plans yard. require.1 8. "Gravel Backfill for Wall",per cubic yard.As tensioning proceeds, the Engineer will be recording the The unit contract price per cubic yard for gravel backfill applied load, tendon elongation, and anchorage seating values. shall be full pay for furnishing all labor, materials, tools, and • equipment, and for all other costs necessary to excavating, When removing the jacks, the Contractor shall relieve loading, hauling the full distance, and placing of gravel backfill stresses gradually before cutting the prestressing reinforcement. as specified above. The prestressing strands shall be cut a minimum of 1 inch from All costs in connection with using water-reducing admixture the face of the anchorage device. in concrete for the bridge decks, traffic barrier, and pedestrian barrier shall be included in the unit contract prices for the 6-02.5 Payment various bid items involved. Payment will be made for each of the following bid items 9• "Deficient Strength Conc. Price Adjustment". "Deficient Strength Conc. Price Adjustment" will be that are included in else proposal: calculated and paid for as described in Section 6-02.3(5)B. For 1. "Conc. Class_",per cubic yard. the purpose of providing a common proposal for all bidders, the All concrete, except in Superstructure when this is covered State has catered an amount for the item "Deficient Strength by a separate bid item, will be paid for at the unit contract price Conc. Price Adjustment" in the bid proposal to become a part of per cubic yard in place for the various classes of concrete. The the total bid by the Contractor. The item "Deficient Strength unit contract price shall be full pay for furnishing all materials, Conc. Price Adjustment" covers all applicable classes of equipment, tools, falsework, forms, labor, and all items required concrete. to complete the concrete work. 10. "Slump and Air Price Adjustment",by calculation. 2. "Superstructure(name bridge)", lump sum. "Slump and Air Price Adjustment" will be calculated and The lump sum contract price for "Superstructure (name paid for as described in Section 6-02.3(5). For the u bridge)" shall be full pay for furnishing all materials, equipment, p space of providing a common proposal for all bidden,the Contracting tools, falsework, forms, expansion joint material, labor, and all Agency has entered an amount for the item "Slump and Air items required to complete the superstructure as specified. Price Adjustment" in the ro Payment for the various items entering into the construction P Penal to become a put of the ' of concrete structures will be made in accordance with the total bid by the Contractor. The item "Slump and Air price Adjustment coven all applicable classes of concrete. Specifications, at the unit contract prices for the several items unvolved. All costs in connection with providing holes for vents, for 6-03 Steel Structures furnishing and installing cell drainage pipes for box girder structures, and furnishing and placing grout and shims under steel shoes shall be included in the unit contract prices for the 6-03.3 Construction Requirements various bid items involved. ' All costs in connection with the construction of weep holes, 6-03.3(25) Welding and Repair Welding including the gravel backfill for drains surrounding the weep Welding and repair welding holes except as provided in Section 2-09.4, shall be included by of all steel bridges,shall comply with the AASHTO/AWS D1.5- ' the Contractor in the unit contract price per cubic yard for 88 Bridge Welding Code. Welding and repair welding for all "Conc. Class other steel fabrication shall comply with AWS D1.1, latest 3. "St. Reinf. Bar",per pound. edition, Structural Welding code. The requirements described 4. "Epoxy-Coated St. Reinf. Bar", per pound. in the remainder of this subsection shall prevail wherever they ' 5. 'Wire Mesh_Gage_In. Mesh", per square differ from the AASHTO/AWS D1.5-88 Bridge Welding Code yard. or the AWS D1.1,latest edition,Structural Welding Code.. The unit contract price per pound for "St. Reinf. Bar" shall Welding of structural steel will be permitted only to the be full pay for all costs in furnishing, fabricating, and placing as extent shown in the Plans. No welding, including tack and ' specified. The unit contract price per pound for "Epoxy-Coated temporary welds shall be done in the shop or field unless the St. Reinf. Bar" shall be full pay for all costs in furnishing, location of the welds is shown on the approved shop drawings or fabricating, coating, and placing as specified. Payment for wire approved by the Engineer in writing. ' mesh will be at the unit contract price per square yard for "Wire Welding procedures shall be submitted for approval with Mesh Gage _In. Mesh". shop drawings. The procedures shall specify the type of Payment for reinforcing steel shall include the cost of equipment to be used, electrode selection, preheat requirements, furnishing, fabricating, and placing the reinforcement. In base materials, and joint details. When the procedures art not structures of reinforced concrete where there are no structural prequalified by AWS or AASHTO,evidence of qualification tests steel bid items, such minor metal parts as expansion joints, shall be submitted. bearing assemblies, and bolts will be paid for at the unit contract Welding shall not begin until after the Contractor has price for "Reinforcing Bar" unless otherwise specified. received the Engineer's approval of shop plans as required in ' 6. "Gravel Backfill for Foundation Class A",per cubic Section 6-03.3(7). These plans shall include procedures for yard. welding,assembly,and any heat-straightening or heat-curving. Page-SP-75 Revision Date: April 26, 1993 643 Steel Structures 6-03 Steel Structures ' Any welded shear connector longer than 8 inches may be Nondestructive testing in addition to visual irupoction shall ' made of two shorter shear connectors joined with full-penetration be performed by the Contractor. Unless otherwise shown in the welds. Plans or specified in the Special Provisions, the extent of If using AASHTO M 222 Grade D or E steel, the inspection shall be as specified in this section. Testing and Contractor shall provide proof of weldability to the Engineer inspection shall apply to welding performed in the shop and in before fabrication. the field. In shielded metal-arc welding, the Contractor shall use low- Visual Inspection hydrogen electrodes. All welds shall be 100 percent visually inspected. Visual ' In submerged-arc welding, flux shall be oven-dried at 550 F inspection shall be performed before, during, and after the for at least 2 hours, then stored in ovens held at 250 F or more. completion of welding. If not used within 4 hours after removal from a drying or storage Radiographic Inspection oven, flux shall be redried before use. Complete penetration tension groove welds in highway ' Preheat and interpass temperatures shall comply with the bridges shall be 100 percent radiographically inspected. These minimums in Table 2 below: welds include those in the tension area of webs, where inspection shall cover the greater of these two distances: (a) 15 inches from ' Table 2 the tension flange,or(b)one third of the web depth. Thickness (t)of Thickest Part Ultrasonic Inspection at Point of Wcldine (Inches) Temperature(F) Complete penetration groove welds on plates thicker than 5/16 inch in the following welded assemblies or structures shall , t<3/4 100 be 100 percent ultrasonically inspected: 3/4<t<1 1/2 150 1. Welded connections and splices in highway bridges and 1 1/2<t<21/2 200 earth retaining structures, excluding longitudinal butt t>2 1/2 250 welds in beam or girder webs. ' 2. Bridge bearings and expansion joints. All web and flange plates, bearing stiffeners, bearing plates, 3. Sign bridges, cantilever sign structures, and sign and heavy sections (restrained when welded) shall be preheated brackets. to at least 250 F. 4. Light, signal,and strain pole standards. ' If groove welds (web-to-web or flange-to-flange) have been The testing procedum and aoeeptanoe criteria for tubular rejected, they may be repaired no more than twice. If a third members shall conform with Section 10 of the latest edition of failure occurs, the Contractor shall: the AWS Structural Welding Code D1.1GI A Stee}. ' 1. Trim the members, if the Engineer approves, at least Magnetic Particle Inspection 1/2 inch; or 1. Fillet and partial penetration groove welds: 2. Replace the members at no expense to the State. At least 30 percent of each size and type of fillet By using extension bars and runoff plates, the Contractor welds (excluding intermittent fillet welds) and partial ' shall terminate groove welds in a way that ensures the soundness penetration groove welds in the following welded of each weld to its ends. The bars and plates shall be removed assemblies or structures shall be tested by the magnetic after the weld is finished and cooled. The weld ends shall then be particle method: , ground smooth and flush with the edges of abutting parts. a• Flange-to-web connections in highway bridges. The Contractor shall not: b. End and intermediate pier diaphragms in highway 1. Weld with electrogas or electroslag methods, bridges. 2. Weld nor flame cut when the ambient temperature is c. Stiffeners and connection plates in highway , below 20 F,or bridges. 3. Use coped holes in the web for welding butt splices in d• Welded connections and splices in earth retaining the flanges unless the Plans show them. structures. e. Boxed members of muses. ' 6-03.3(25)A Welding Impection f. Bridge bearings and expansion joints. The Contractor's rocketing--inspection procedures, g. Sign bridges, cantilever sign structures, and sign techniques, methods, acceptance criteria and inspector brackets. ' qualifications for welding of steel bridges shall be in accordance h. Light,signal,and strain pole standards. with the AASHTO/AWS D1.5-88 Bridge Welding Code. The 2. Longitudinal butt welds in beam and girder webs: Contractor's inspection procedures, techniques, methods, At least 30 percent of each longitudinal butt weld acceptance criteria and inspector qualifications for welding of in the beam and Jim webs shall be tested by the ' all steel sbvetures other than steel bridges shall be per AWS magnetic particle method. D1.1, latest edition, Structural Welding Code. The 3. Complete per>ettatioon groove welds on plates 5/16 inch requirements described in the remainder of this section shall or thinner shall be 100 percent tested by the magnetic prevail whenever they differ from AASHTO/AWS D1.5-88 particle method.Testing shall apply to both sides of the Bridge Welding Code or the AWS DLL, latest edition, weld,if backing plate is not used. Structural Welding Code. 4. The ends of each complete penetration groove weld at plate edges shall be tested by the magnetic particle , method. Page-SP-76 Revision Date: April 26, 1"3 ' 6-03 Steel Structures 6-03 Steil Structures Where 100 percent testing is not required, the Engineer 4- reserves the right to select the location(s) for testing. If rejectable flaws are found in any test length of weld in Item 1 or 2 above, the full length of the weld or 5 feet on each ;L side of the test length, whichever is less, shall be tested. ' After repairs of defects have been made, additionalsingle nondestructive testing shall be performed to ensure that the Drift pins shall be placed throughout each field repairs are satisfactory. This testing shall include the repaired connection and each field joint with the greatest concentration area plus at least 2 inches on each side of the repaired area. in the outer edges of a splice plate of member being bolted. ' After the Contractor has completed his welding inspection, To complete a joint following the method fisted above, the Contractor shall allow the Engineer sufficient time to perform the Contractor shall fill all remaining boles of the field quality assurance ultrasonic welding inspection. connection or splice plat with bolts and tighten to snug-tight. ' The Contractor shall maintain the radiographs and the Once all of these bolts are snug-tight, each bolt shall be radiographic inspection report in the shop until the last joint to be systematically tightened to the specified minimum tension. radiographed in that member is accepted by the radiographer After these bolts are tightened to the specified minimum representing the Contractor. Within two working days following tension, the Contractor shall replace the drift pins with bolts this acceptance, the Contractor shall mail the film and two copies tightened to the specked minimum tension. of the radiographic inspection report to the Materials Engineer, The Contractor may complete a field bolted connection Department of Transportation, P.O. Box 167, Olympia, WA or splice in a continuous operation before releasing the weight 91104_ of the member or adding the next member. The Contractor r 6-03.3(32) Assembling and Bolting shall utilize drift pins to align the connection. The alignment drift pins shall fill between 15 and 30 percent of the holes in a To begin bolting any field connection or splice, the single field connection and between 15 and 30 percent of the ' Contractor shall install and tighten to snug-tight enough bolts holes on each side of a single joint in a splice plate. Once the to bring all parts into full contact with each other prior to alignment drift pins are in place, all remaining bola shall be tightening the bolts to the specified minimum tension. "Snug- filled with bolts and tightened to snug-tight starting from near Light" means either the tightness reached by (1) a few blows the middle and proceeding toward the outer gage lines. Once ' from an impact wrench, or (2) the full effort of a person all of these bolts are saug-tight, the Contractor shall using a spud wrench. systematically tighten all these bolts to the specified minimum As erection proceeds, all field connections and splices for tension, The Contractor shall then replace the drift pins with each member shall be securely drift pinned and bolted before the bolts. Each of these bolts shall be tightened to the specified ' weight of the next-member can be released or the next member minimum tension. is addediredded. Field erection drawings shallvrill specify pinning and bolting requirements that meet or exceed the To complete a field bolted connection or splice in a ' following minimums: continuous operation, the Contractor shall fill 15 percent of the 1. joints in normal structures: 50 percent of the holes holes in a single field connection or on each side of a single joint in a single field connection and 50 percent of the in a splice plat with drift pins. All remaining holes shall be filled holes on each side of a single joint in a splice plate with bolts and tightened to snug-tight starting from near the shall be filled with drift pins and bolts. 30 percent middle proceeding toward the outer gage lines. Once all of these of the filled holes shall be pined. 70 percent of the bolts are snug-tight,the Contractor shall systematically tighten all filled holes shall be bolted and tightened to snug- these bolts to the specified minimum tension. The Contractor tight. Once all the bolts are snug-tight, each bolt shall then replace the drift pins with bolts tightened to the shall he systematically tightened to the specified specified minimum tension. If this method is utilized, the next minimum tension. "Systematically tightened" means member cannot be added nor the weight of the member being beginning with boles in the most rigid part, which is bolted released until a minimum of 85 percent of the bolts are usually the center of the joint,and working out to its systematically tightened to the specified minimum tension. free edges. The fully tensioned bolts shall be located All belts shall be placed with heads toward the outside and near the middle of a single field connection .or a underside of the bridge. All high-strength bolts stall be installed single splice plate. and tightened before the falsework is removed. 2. joints in cantilevered structures: 75 percent of the The Contractor may erect metal tailings as erection holes in a single field connection and 75 percent of proceeds. But railings shall not be bolted or adjusted permanently the holes on each side of a single joint in a splice until the fabework is released and the deck placed. plate shall be filled with drift pins and bolts. 50 The Contractor shall not begin painting until the Engineer ' percent of the filled holes shall be pinned. 50 has inspected and accepted field bolting. percent of the filled holes shall be bolted and tightened to snug-tight. Once all the bolts are snug- 6-03.3(33) Bolted Connections ' tight, each bolt shall be systematically tightened to Bolts, nuts, hardened washers, and direct tension indicators the specified minimum tension. The fully tensioned shall meet the requirements of Section 9-06.5(3). bolts shall be located near the middle of a single field All bolted connections are friction type. Painted structures connection or a single splice plate. require Type 1 or Type 2 bolts. Unpainted structures require Page-SP-77 Revision Date: April 26, 1993 6-03 Steel Structures 6-03 Steel Structures ' Type 3 bolts. AASHTO M 253 Type 1, 2, and 3 bolts shall not tightening method is followed, the Engineer will (1) ' be galvanized or be used in contact with galvanized material. observe as the Contractor installs and tightens all Hardened washers arc nee-required under turned dements bolts,and(2)inspect each match-mark. for connections using AASHTO M 164 and AASHTO M 253 ' bolts andexeept as required in the following: Table 4 1. Irrespective of the tightening method, hardened Turn-of-Nut Tightening Method washers shall be used under both the head and the nut Nut Rotations from Snug-Tight Condition when AASHTO M 253 bolts are to be installed in Bolt Length Disposition of Outer Faces of ' structural carbon steel(AASHTO M 183). Bolted Parts2. Where the outer face of the bolted ports has a slope Condition Condition Condition greater than 1:20 with respect to a plane normal to the 1 2 3 ' bolt axis, a hardened beveled washer shall be used to L < 4Db 1/3 turn 112 turn 2/3 turn compensate for the lack of parallelism. 4D < L < 8D 112 turn 213 turn 5/6 turn IBireet talsion indieftteis, if tosed, shell be galyani2ed on 8D < L < 12Dc 2/3 turn 5/6 turn 1 turn All galvanized nuts shall be lubricated with a lubricant Bolt length measured from underside of head to extreme end ' containing a visible dye so a visual check for the lubricant can be of point. made at the time of field installation. Black bolts shall be "oily" Conditions 1: both faces at right angles to bolt axis. to the touch when installed. Weathered or rusted bolts and nuts Conditions 2: one face at right angle to bolt axis, one face shall be cleaned and relubricated prior to installation. sloped no more than 1:20,without bevel washer. After assembly, bolted parts shall fit solidly together. They Conditions 3: both faces sloped no more than 1:20 from shall not be separated by washers, gaskets,or any other material. right angle to bolt axis,without bevel washer Assembled joint surfaces, including those next to bolt heads, aNut rotation is relative to the bok regardless of nuts, and washers, shall be free of loose mill scale, burrs, dirt, which element(nut or bolt) is being turned. Tolerances and other foreign material that would prevent solid seating. permitted: plus or minus 30 degrees for final turns of When all bolts in a joint are tight, each bolt shall carry at 1/2 turn or less; plus or minus 45 degrees for final ' least the proof load shown in Table 3 below: turnsbof 2/3 turn or more. D = nominal bolt diameter of bolt being Table 3 tightened. Minim®Bolt Torsion `When bolt length exceeds 12D, the rotation shall Bolt Sue AASHTO M 164 AASHTO M 253 be determined by actual tests in which a suitable (Inches) (pO°°ds) (p0°°ds) tension device simulates actual conditions. 112 12,050 14,900 , 5/8 19,200 23,700 3/4 28,400 35,100 7/8 39,250 48,500 1 51,500 63,600 ' 11/8 56,450 80,100 1 1/4 71,700 101,800 1 3/8 85,450 121,300 1 1/2 104,000 147,500 , Tightening may be done by either the tarn-0[nut or the direct-tension-indicator method. Preferably, the nut shall be turned tight while the bolt is prevented from rotating. However, if required because of bolt entering and/or wrench operational clearances,tightening may be done by turning the bolt while the nut is prevented from rotating. Following are descriptions of the Turn of Nut and Direct-Tension-Indicator Methods: 1. Turn-of--Nut Method Hardened steel washers shall be used under the ' turned elements. After a bolt in a connection or joint splice plate has been tightened to snug-tight and all specified bolting conditions satisfied, it shall be tightened to the specified minimum tension by , rotating the amount specified in Table 4. Before final tightening, the. Contractor shall match-mark with crayon or paint the outer face of each nut add the protruding part of the bolt. To ensure that this ' Page-SP-78 Revision Date: April 26, 1993 ' 6-03 Steel Structures 6-03 Steel Structures 2. Direct-Tension-Indicator Method Ungalvanized AASHTO M 164 bolts may be reused if approved Y pp Direct Tension Indicators (DTI's) shall be by the Engineer. Touching up or retightening previously placed under the bolt head with the protrusions tightened bolts which may have been loosened by the tightening facing the bolt head when the nut is turned. DTI's of adjacent bolts shall not be considered as reuse, provided the shall be placed under the nut with the protrusions snugging up continues from the initial position and does not facing the nut when the bolt is turned. DTI's shall require greater rotation, including the tolerance, than that ' not be used under the turned element. required by Table 4. DTI's shall be installed by two or more person crews with one individual preventing the element at 6-03.3(33)A Pre-Erection Testing the DTI from turning and measuring the gap of the High strength bolt assemblies (bok, nut, and washer), DTI to determine the proper tension of the bolt. bloack and galvanized, shall be subjected to a rotational Three DTI's, per bolt lot, shall be tested in a capacity test (AASHTO M 164, Section 8.5) prior to any WSDOT approved bolt tension calibrator. The bolts erection activity. Each combination of bolt production lot, ' shall be tnesioned to 105 percent of the tension nut lot, and washer lot shall be tested as an assembly. All shown in Table 3. The DTI gap shall be measured tests shall be performed by the Contractor in the presence of with a feeler gage to the nearest .001 inch. The DTI the Engineer. Two specimen per lot shall be tested at the gap of the three test bolts shall be averaged and all erection site immediately prior to installation or whenever ' production bolts shall have their DTI's tightened to the Engineer deems it necessary. The bolt assemblies shall this gap or less. Bolts shall not be tightened such meet the following requirements: that the DTI protrusions are completely crushed 1. Go through two times the required number of turns (zero gap). from snug tight condition as indicated in Table 4 of All bolts in a connection shall be snug tightened Section 6-03.3(33) without stripping, tensile, or prior to bringing any DTI's in a connection to full shear failure. Rotation-capacity test shall be load. performed in a WSDOT approved bolt tension ' The Contractor shall tension all bolts, calibrator. inspecting all DTI's with a feeler gage, in the 2. The maximum recorded tension shall be equal to or presence of the Engineer. greater than 1.15 times the minimum bolt tension If a bolt, that has had it's DTI brought to full listed in Table 3 of Section 6-03.3(33). ' load, loosens during the course of bolting the 3. The measured torque to produce the minimum bolt connection, the bolt shall have a new DTI installed tension shall not exceed the value obtained by the and be retentioned. Reuse of the bolt and nut are following equation. ' subject to the provisions of this section. Torque = 0.25 PD Where: Torque Calculated Torque(foot-pounds) P Measured Bolt Tenion(pounds) D Normal Bolt Diameter(feet) 4. Disassemble the torqued bolt and inspect for signs of ' failure. Failure is defined as any shear damage to the threads of the bolt or the nut or cracks in the body of the bolt. If either specimen fails, the lot of bolts will be rejected. Elongation of the bolt between the bolt head and the nut is not considered to be a failure. 6-03.3(33)BA Bolting Inspection The Contractor, in the presence of the Engineer, shall inspect the tightened bolt using an inspection torque wrench. Five bolts(provided by the Contractor)of the same grade, size, and condition as those under inspection shall be placed lightens aii bolts. hi lite viesenee of lite Engineer, the individually in a state furnished tension calibrator to measure bolt gouge. tension. This calibration operation shall be done at last once AASHTO M 253 bolts and galvanized AASHTO M 164 each inspection day. There shall be a washer under the part bolts shall not be reused. All bolts to be reused shall have their turned in tightening each bolt if washers are used on the threads inspected for distortion by reinstalling the used nut structure. if washe -to flat wood oil like �Wdeetiie, Ow rmieria on the bolt and turning the nut for the full length of the bolt ' threads by hand. Bolts to be reused shall be relubricated. tosed on khe str=ekure. In the calibrated device, each bolt shall be Used boles shall be subject to a rotational capacity test as tightened by any convenient means to the specified tension. The specified in Section 6-03.3(33)A Pre-Erection Testing. ' Page-SP-79 Revision Date: April 26, 1993 6-04 Timber Structures 6-05 Piling inspecting wrench shall then be-applied to the tightened bolt to On structures of untreated timber,two thorough coats of bet ' determine the torque required to turn the nut or head 5 degrees creosote oil shall be applied to the ds, (approximately 1 inch at a 12 inch radius) in the tightening tops,and elf contact surfaces of sills, caps, floorbeams, stringers, ' direction. The job-inspection torque shall be taken as the average and wheel guards; all end joints; all contact surfaces of bracing of three values thus determined after rejecting the high and low and truss members; the back faces of bulkheads; and all other values. timber that will contact the earth. Ten percent (at least two) of the tightened bolts on the In addition, all depressions or openings around bolt holes, ' Istructure represented by the test bolts shall be selected at random joints, or daps that may retain moisture shall be sealed with an in each connection. The job-inspection torque shall then be approved roofing aspha applied to each with the inspecting wrench turned in the , tightening direction. If this torque turns no boh head or nut, the 6-04.3(5) Holes for Bolts,Dowels,Rods, and Lag State will accept the connection as being properly tightened. But Screws if the torque turns one or more bolt heads or nuts, the Holes shall be bored: job-inspection torque shall then be applied to all bolts in the 1. For drift pins and dowels — with a bit 1/16 inch ' connection. Any bolt whose head or nut turns at this stage shall smaller in diameter than the pins and dowels. Ibe tightened and reinspected. The Contractor may, however, 2. For truss rods or bolts —with a bit the same i46 ineh retightcn all the bolts in the connexion and resubmit it for der-in diameter as-dtm the rods or bolts. inspection. 3. For lag screws —in two parts: (a)with the shank lead ' hole the same diameter as the shank and as deep as the 6-03.3(40) Filling and Draining Pockets unthreaded shank is long; and (b)with the lead hole for The Contractor shall provide enough holes to drain all water the threaded part approximately two thirds of the shank ' from pockets in trusses, girders, and other members. Unless diameter. shown on approved shop plans, drain holes shall not be drilled without the written approval of the Engineer. 6-04.3(7) Countersinking All costs related to providing drain holes shall be included Countersinking shall be done wherever smooth faces are , in the unit contract prices for structural or cast steel. required. Each recess shall be painted with 1" reosote oil. After the bolt or screw is in place, the recess shall be filled with 6-03.3(41) Floorbearn Protection an approved roofing aspha Each floorbeam that supports a concrete slab joint shall be ltlle4-pi4eh coated on its top and flange edges with a heavy mop of roofing 6�1/5lfl ' grade asphalt, applied hot. This asphalt shall conform to ASTM g D 31? (not mineral stabilized). 6-05.3 Construction Requirements asphalt. A protective covering of asphalt coated glass fiber ' sheet (ASTM D 4601 Type 1 non-perforated) shall be placed over the hot coat of asphalt. This combination coating shall be 6-05.3(1)B Driving Piles ' applied over the shop paint. It shall take the place of the two field The Contractor shall completely dig all foundation pits (and coats of paint specified for other parts of the structural steel. build any required cofferdams or cribs)before he begins driving foundation piles. He shall adjust pit depths to allow for upheaval 6-04 Timber Structures caused by pile-driving,judging the amount of adjustment by the , nature of the soil. Before constructing the footing or pile cap, the Contractor shall restore the pit bottom to correct elevation by 6-04.3 Construction Requirements removing material or by back-filling with granular material. ' The Contractor shall not drive piling from an existing 6-04.3(4) Feld Treatment of Cut Surfaces, Bolt structure. Piles shall be driven deep enough to obtain the load-bearing Holes, and Contact Surfaces All cuts and abrasions in treated pill or timbers shall be capacity shown in the Plans. If the Plana specify a minimum tip trimmedelevation, piles shall be driven to that elevation unless the ' carefully, coated with two coats of hat-creosote, and Engineer directs otherwise. If the piles do not develop the covered with an approved het-roofing asphaltpi4elr-er-asphalt- wired load4x*ring capacity at the specified tip elevation, the All bolt holes drilled in the field shall be treated with hat Contractor shall continue driving them until they reach bearing ' capacity. If no tip elevation is specified,piles:hall extend at least creosote o' If material capacity. feet below the bottom of the concrete footing and 15 feet will be painted, the holes shall be preemtre•trmted with the same below the bottom of the concrete seal. preservative as was used on the timber. Any unfilled holes shall In embankments, if piling is driven through previously Ile plugged with wood plugs treated with the same preservative placed material, its bearing capacity shall be based on resistance used in the holes. The heads and threaded ends of all timber found only in the underlying foundation material unless otherwise connections shall be sealed with an approved roofing asphalt specified. Embankment material includes all that placed above just prior to drawing the connection down tight. the natural ground line or the new ground line formed by , excavation or removal of unsuitable soils. Page-SP-W , Revision Date: April 26, 1993 ' 6-05 Piling 6-05 Filing ' If the embankment or the foundation material beingTo minimize the d etriljnental effects of pile driving driven through produces undue friction on the piling, vibrations on concrete less than 28 days old, piles shall not be prebored holes larger than the piling diameter may be driven closer than the distance determined from the following ' required, formula: undue�rie*ien an the Fiiing, mek�ered holes Istiget titan the riling D = C times the square root of E required.diftme+er may be Jetting may be used in lieu of boring ' these holes only if the Engineer believes it will not damage the Where: D = distance in feet embankment or foundation soils. After the pile is driven, the E = rated hammer energy in foot-pounds Contractor shall fill the open space left by the oversized hole C = coefficient shown below based on the with dry sand or pea gravel approved by the Engineer. number of days of curing time So long as the pile is not injured and the embankment or foundation material being driven through is not permanently damaged, the Contractor shall use normalary means necessary Curing Coefficient Curing Coefficient ' to: Time(days) (C) Time(days) (C) I. Secure the minimum depth speeified,ef�6-{eeE, 2. Penetrate hard material that lies under a soft upper 1 0.34 6 0.12 layer, 2 0.23 7-9 0.11 3. Penetrate through hard material to obtain the specified 3 0.18 10-13 0.10 minimum tip elevation, or 4 0.15 14-20 0.09 4. Penetrate through a previously placed embankment. 5 0.13 21-28 0.08 ' Normal means refer to methods such as preboring, spudding, or jetting piles. Blasting or drilling through 6-05.3(1)C Equipment for Driving obstructions are not considered normal means. For each drop hammer used,the Contractor shall weigh it in If the Engineer requires, the Contractor shall overdrive the the Engineer's presence or provide the Engineer with a pile beyond the minimum load-bearing capacity and penetration certificate of its weight. The exact weight shall be stamped on the shown in the Plans. In this case, the Contractor will not be hammer. Drop hammers shall weigh not less than: required to: 1. Three thousand pounds for piles under 50 feet long that ' 1. Use other than normal means or jetting or have a load-bearing capacity of not more than 20 tons, preboring,to achieve the additional penetration; and 2. Four thousand pounds for piles 50 feet and longer or that have a load-bearing capacity of 20 to 30 tons. 1 2. Bear the expense of removing or replacing any pile If a drop hammer is used for timber piles, it is preferable to damaged by overdriving;or use a heavy hammer and operate with a short drop. 3. Bear the expense of overdriving the pile more than For each diesel, steam, or air-driven hammer used, the 3 feet as specified in Section 6-05.5. Contractor shall provide the Engineer with the manufacturer's In driving piles for footings with seals, the Contractor shall specifications and catalog. These shall show all data needed to use no method (such as jetting or preboring) that might reduce calculate the bearing value of the piles driven. friction capacity. The Engineer may require the Contractor to Underwater hammers may be used only with approval of the ' increase seal thickness if it proves impossible to drive piles Engineer. adequately. Unit bid prices shall cover all costs related to Timber piles shall be driven with drop, diesel, steam, or air- increasing seal thickness for this reason. driven hammers. Piles shall be driven accurately in true line and position. Drop hammers on timber piles shall have a maximum drop ' Unless the Plans show otherwise, all piles shall be driven of 10 feet. Drop hammers shall not be used to drive timber piles vertically. The Contractor shall trim the tops of all piles to the that have load-bearing capacities of more than 30 tons. true plane shown in the Plans and to the elevation the Engineer When used on timber piles, diesel, steam, or air-driven requires. Any piles under timber caps or grillages shall be sawed hammers shall develop at least 13,000 foot-pounds per blow. The to the exact plane of the structure above them and fit it exactly. ram of any diesel hammer shall weigh at least 2,700 pounds. The Contractor shall remove and replace any broken, split, or Steel casings for cast-in-place concrete piles shall be driven misplaced piles. with diesel, steam, or air hammers. These shall develop at least: If, without the Engineer's approval, a pile is driven below 1. Thirteen thousand foot-pounds per blow (and the ram cutoff elevation, the Contractor shall remove and replace it (and of any diesel hammer weighing at last 2,700 pounds) bear the costs of doing so), even if this requires a longer pile. for piles of 55 ton bearing capacities,and Any pile that rises as nearby piles are driven, shall be driven 2. Twenty four thousand foot-pounds per blow (and the down again if the Engineer requires. ram of any diesel hammer weighing at least 4,000 pounds)for piles of 70 ton bearing capacities. 1 Page-SP-81 Revision Date: .:aril 26, 1993 6-05 Piling 6-05 Piling ' Stec] H-piles and steel pipe piles shall be driven with Pike ' p poles). If timber piles are rafted, any attachments shall be diesel, steam, or air hammers. Unless the Plans or Special within 3 feet of the butts or tips. Any surface cut or break shall Provisions state otherwise, these shall develop at least:, be brushed with twothree coats of hot-creosote oil and covered 1. Thirteen thousand foot-pounds per blow (and the ram with an approved roofing asphalt. of any diesel hammer weighing at least 2,700 pounds) approves. The Engineer may reject any pile because of a cut or ' for piles of 55 ton bearing capacities or less,and break. 2. Twenty four thousand foot-pounds per blow (and the ram of any diesel hammer weighing at least 4,000 6-5.3(2)D Treatment of Pile Heads , pounds) for piles with bearing capacities greater than After cutting piles to correct elevation, the Contractor shall I 55 tons. thoroughly coat the heads of all untreated piles with two coats of When using a diesel hammer, the Contractor shall increase bet-creosote oil(except concrete-encased piles). ram weight to a point that produces satisfactory results if the After cutting treated piles to correct elevation, the ' Iweights shown above do not do so. Contractor shall brush three coats of het-creosote oil on all pile Precast concrete piles (13, 16, and 18 inches in diameter) heads (except those to be covered with concrete footings or shall be driven with a single-acting steam, air, or diesel hammer. concrete caps). The pile heads shall then be capped with alternate The ram shall weigh at least half as much as the pile. The ratio layers of anbet—piteh (ov-approved roofing asphah) and a ' of foot-pounds to ram weight shall not exceed six. The hammer waterproofing fabric that conforms to Section 9-11.2. The cap I shall develop at least: shall be made of four layers of an approved roofing 1. Thirteen thousand foot-pounds per blow for 13 inch asphaltPrt" and three layers of fabric. The fabric shall be cut piles' and large enough to cover the pile top and fold down at least 6 inches 2. Twenty four thousand foot-pounds per blow for 16 and along all sides of the pile. After the fabric cover is beret down 18 inch piles. over the pile, its edges shall be fastened with large-head All piles shall be driven with fixed-lead drivers. The galvanized nails or with three turns of galvanized wire. The ' Contractor shall not use hanging or swinging leads unless they edges of the cover shall be neatly trimmed. can be fixed in position during driving. Leads shall be long On any treated pile encased in concrete, the cut end shall enough to eliminate the need for any follower (except for timber receive two coats of het-creosote oil and then a heavy coat of an piles as specified in Section 6-05.3(2)B). To avoid bruising or approved roofing asp ' breaking the surface of treated timber piles, the Contractor shall use spuds and chocks as little as possible. In building a trestle or 6-05.3(4) Cast-III-Place Concrete Piles foundation with inclined piles, leads shall be adapted for driving These piles shall consist of steel casings or shells driven into batter piles. the ground, reinforced as specified, and filled with Class 4000P , The Contractor shall not use water jets unless the Engineer concrete. They shall be driven to develop the bearing values approves. If they are used, the number of jets and water volume shown in the Plans. and pressure shall be enough to erode the material next to the , pile. The equipment shall include a minimum of two water-jet 6-05.3(4)D Placing Concrete pipes and two 3/4 inch jet nozzles. The pump shall produce a Before placing concrete, the Contractor shall remove all constant pressure of at least 100 psi at each nozzle. The jets shall debris and water from the casing. If the water cannot be be withdrawn before the pile reaches its final penetration, and the removed, the casing shall be removed (or filled with sand) and a pile shall then be driven to its final penetration and bearing new one driven. value. If the water jets loosen a pile previously driven, it shall be The Contractor shall place concrete continuously redriven in place or pulled and replaced by a new pile. To check through a 25 foot rigid conduit, filling every part and on pile loosening, the Contractor shall attempt to redrive at least working the mix around the reinforcement without moving it.. , one in every five piles. The top 25 feet of concrete shall be placed with the tip of the The various unit contract prices for driving piles shall cover conduit at least 2 feet below the bop of the fresh concrete. all costs related to the use of water jets, preboring, or The Contractor shall vibrate at least the top S feet of ' spudding. The State will not pay any costs the Contractor incurs Concrete. in redriving piles loosened as a result of using water jets, preboring,or spudding. 6-05.3(2) Timber Piling -iththe bettoln of the reirliefeeffl.e.-A IM4 acted as the reithweed 6-05.3(2)A Storage and Handling The Yibration sheR ema d 25 feet below the be,, of tile ile 61 to The Contractor shall store and handle piles in ways that the beffent of the pile, %hieho-ei is loss. protect them from injury. Treated piling shall be stacked closely and piled to prevent warping. The ground beneath and around 6-05.3(6) Steel Piling stored piles shall be cleared of woods, brush, and rubbish. Piling Steel piles shall be made of rolled steel H-pile sections,steel shall be covered against the weather if the Engineer requires it. pipe piles, or of other structural steel sections described in the , The Contractor shall take special care to avoid breaking the Plans. surface of treated piles. They shall be lifted and moved with rope or chain slings (without the use of cant dogs, peaveys, hooks, or , Page-SP-82 Revision Date: April 26, 1993 ' 6-07 Painting 6-11 Rockeries ' three-man rocks (800 to 1,7A pounds) each 16" in its least 6-05.3(6)E Determination of Bearing Capacities dimension; four-man rocks (1,500 to 2,2W pounds) each 18" The formulas in Section 6-05.3(2)F shall determine bearing in its least dimension. The rocks shall range uniformly in size capacities of all steel-H-piles. for each classification specifies. The four-man rocks shall Unless the Plans say otherwise, 12 inch pilcs shall be driven only be used for the fast course of rock in walls over 6 feet in to a bearing capacity of at least 70 tons. The Plans specify height. ' bearing capacities for steel H-pilcs of other sizes. 6-11.3 Construction Requirements 6-07 Painting The rock unloading at the site will be done in such a ' manner as to segregate the rock by the size ranges indicated in the preceding paragraph. 6-07.3 Construction Requirements The walls shall be started by excavating a trench,not less than 6 inches or more than one foot in depth below subgrade ' 6-07.3(1)B Weather Conditions in excavation sections, or not less than 6 inches or more than Paint shall not be applied when: one foot in depth below the existing ground level in 1. The air and metal arc cooler than 40 F. embankment sections. Areas on which the rockery is to be 2. Metal surfaces are damp or the air is misty or the placed shall be trimmed and dressed to conform to the ' surface temperature is less than 5 F above the dew elevation or slope indicated. The rock wall construction shall point. start as soon as possible upon the completion of the cut or fill 3. The Engineer believes conditions are unsuitable. section. 4. The metal is hot enough to cause the paint to blister and Rock selection and placement shall be such that there leave a porous finish. will be no open voids in the exposed face of the wall over 6 Steel painted under cover in damp or cold weather shall inches across in any direction. The rocks shall be placed and remain under cover until the paint dries or weather conditions keyed together with a minimum of voids. Particular ' permit open exposure. attention shall be given to the placing and keying together of the final course of all rockeries. The final course shall have a continuous appearance and be placed to minimize erosion of 6-11 Rockeries the;backfill material. The larger rocks shall be placed at the ' base of the rockery so that the wall will be stable and have a stable appearance. The rocks shall be carefully placed by 6-11.1 Description mechanical equipment and in a manner such that the The work described in this section, regardless of the type longitudinal axis if the rock shall be at right angles or of materials encountered, includes the excavation and shaping perpendicular to the rockery face. The rocks shall have all of the cut or fill slopes and furnishing and constructing inclining faces sloping to the back of the rockery. Each row rockeries/rock retaining wall where shown on the plans or of rocks will be seated as tightly and every u possible on the where directed by the engineer. rock below in such a manner that there will be no movement between the two. After setting a course of rock, all voids 6-11.2 Materials between the rocks shall be chinked on the back with quarry rock to eliminate any void sufficient to pass a 2 inch square ' Rock walls shall be formed of larger pieces of quarried probe. basalt, andesite or other igneous rock. Individual pieces of rock shall be sound and resistant to weathering. When 6-11.3.1 Rockery Backfill broken into pieces weighing 50 to 150 grams and tested for The wall backfill shall consist of 1-1/2 inch minus soundness with sodium sulphate in accordance with aashto crushed rock or gravel conforming to section 9-03.9(3). This t104, the loss through a one-inch sieve after 6 cycles shall not material will be placed to an 8 inch minimum thickness exceed 35% by weight. between the entire wall and the cut or fill material. The The rock material shall be as nearly rectangular as backfill material will be placed in Efts to an elevation possible so as to afford the minimum amount of void space approximately 6 inches below the course of rocks placed. between the blocks. No stone shall be used which does not The backfill will be placed after each course of rocks. Any extend through the wail. The rock material shall be hard, backfill material on the bearing surface of the rock course ' sound, durable and free from weathered portions, seams, will be removed before setting the next course. cracks and other defects. 6-11.3.2 Drain The rock density shall be a minimum of 160 pounds per Pipe cubic foot. The source of supply and representative samples A 4 inch diameter perforated pve pipe shall be placed as of the material shall be approved by the engineer before a footing drain behind the rockeries as shown in the standard delivery to the site. plans, and connected to the storm drainage system where The rock walls shall be constructed of one-man rocks, shown. (85 to 300 pounds) eacis J0" in its least dimension; two-man rocks, (300 to 600 pounds) each 13" in its least dimension; 1 Page-SP-83 Revision Date: April 26, 1993 6-12 Precast Concrete Retaining Wall Systems 6-12Precast Concrete Retaining ' Wall Systems 6-11.3.3 Rejection Of Material 6-12.2 Materials The inspector will have the authority to reject any defective material and to suspend any work that is being Concrete for the precast concrete wall stems shall meet improperly done,subject to the final decision of the engineer. all the requirements for Concrete Class 4000 as stated in All rejected material will be removed from the construction Section 6-02.3. ' site and any rejected work shall be repaired or replaced at Concrete for the cast-in-place footing shall meet all the no additional cost to the Owner. requirements for Concrete Class 4000LS as stated in Section 6-02.3. 6-11.4 Measurement ' Measurement of the finished rock wall for payment will 6-12.3 Construction Requirements be made from the footing grade to the top of the wall and The precast concrete wall stems shall be fabricated in rounded to the nearest square yard. accordance with the dimensions and details shown in the , Plans,except as modified in the approved working drawings. 6-11.5 Payment The precast concrete wall stems may be fabricated full height in 8 foot,16 foot,or 24 foot widths. Payment will be made under the item "rock retaining The precast concrete wall stems shall be constructed with ' wall",per square yard. a matingshear k between adjacent key � panels. The shear key The unit price per square yard shall be full compensation shall have beveled corners and shall be 1 1/2 inches in for the rockery/rock retaining wall in place and shall include thickness. The width of the shear key shall be 3 1/2 inches all work, materials, and equipment required to complete the minimum and 5 1/2 inches maximum. The shear key shall be ' installation• continuous and shall be of uniform width over the entire height of the wall stem. 6-12 Precast Concrete Retaining Wall Rolled on textured finishes shall not be used. Precast ' stem walls shall be cast in a vertical position if the Plans call Systems for a form liner texture on both sides of the stem wall. The precast wall panel shall be rigidly held in place during placement and curing of the footing concrete. 6-12.1 Description To ensure an even flow of concrete under and against the The Contractor may construct Standard Plan Reinforced base of the wall, a form shall be placed parallel to the wall Concrete Retaining Walls Type 1,2,3, and 4 using precast stem, above the footing, to allow a minimum 1 foot head to concrete wall stems as specified herein. develop in the concrete during concrete placement. ' The reinforcing steel shall be shifted to clear the erection 6-12.1(11) Submittals blockouts in the wall stem by 1 1/2 inches minimum. Before proceeding with construction of the retaining All panel joints shall be constructed with joint filler ' walls using precast concrete wall stems, the Contractor shall installed on the rear(backfill)side of the wall.' The joint filler submit the following to the Engineer for approval in shall be installed prior to backfilling the wall. The joint filler accordance with Section 6-023(16): material shall extend from 2 feet below the fmal ground level 1. Working drawings for fabrication of the wall stems, in front of the wall to the top of the wall. The joint filer shall ' showing dimensions,reinforcing steel,joint and joint be a non-organic fleadble material and shall be installed to filler details, lifting devices with the manufacturer's create a waterproof seal at panel joints. recommended safe working capacity, and material The soil bearing pressure beneath the falsework supports specifications. for the wall stems shall not exceed the maximum design soil 2. Falsework plans for the erection of the wall stems pressure shown in the Plans for the retaining wall. showing dimensions, support points, support footing The wall stem shall be placed a minimum of 1 inch into sizes,erection blockouts, member sizes,connections, the footing to provide a shear key. The base of the stem shall and material specifications. be sloped 1/2 inch per foot to facilitate proper concrete 3. Calculations for the precast wall, the connection placement. between the precast wall and the cast-in-place footing, and any modifications to the cast-in-place 6-12.3(1) Tolerances ' footing. Calculations shall be prepared by a The construction tolerances for the precast retaining wall professional civil engineer licensed in the State of stems shall be: Washington. Height: +/-1/4 inch Width +/-114 inch Thickness + 1/4 inch -1/8 inch Cone. cover for steel -1/8 inch ' reinforcing bar +318 inch Page-SP-84 ' Revision Date: April 26, 1993 ' 7-01 Drains 7-01 Drain Width of panel joints +/-1/4 inch Perforated Polyvinyl Chloride(PVC) Offset Of panels +/-1/4 inch Underdrain Pipe,8 inch diameter maximum9-05.2(6) (deviation from a Perforated Corrugated Polyethylene(PE) straight line extending Underdrain Pipe,8 inch diameter maximum9-05.2(7) 5 feet on each side of Perforated Corrugated Polyethylene(PE) panel joint) Underdrain Pipe, 12 inch through 24 inch diameter maximum 9-05.2(8) ' 6-12.4 Measurement Drain pipes may be concrete, zinc coated (galvanized) Measurement of the materials involved in constructing Asphalt Treatment Ior aluminum coated (aluminized) the precast concrete retaining wall stems and cast-in-place corrugated iron or steel with Asphalt Treatment I, corrugated footing will be in accordance with Section 6-02.4 for the aluminum alloy, polyvinyl chloride (PVC), or corrugated applicable related bid items of work involved in consbveting polyethylene(PE)at the option of the Contractor unless the Plans Standard Plan Reinforced Concrete Retaining Walls Type specify the type to be used. ' 1,2,3 and 4. Underdrain pipe, other than AASHTO Designation M 36 Type M Class IV,shall be perforated. They may be concrete, 6-12.5 Payment bituminized fiber, zinc coated (galvanized) or aluminum coated (aluminized) corrugated iron or steel or corrugated aluminum All costs associated with constructing the retaining walls alloy, polyvinyl chloride(PVC), or corrugated polyethylene(PE) using precast concrete retaining wall stems shall be included at the option of the Contractor unless the Plans specify the type in the unit contract prices for the applicable related bid items to be used. of work required for construction of Standard Plan It is not necessary that all drain or underdrain pipes on any Reinforced Concrete Retaining Walls Type 1,2,3,and 4. one project be of the same land of material; however, all contiguous pipe shall be of the same kind. 1 7-01.3 Construction Requirements Division 7 A trench of the dimensions shown in the Plana or as specified by the Engineer shall be excavated to the grade and line Drainage Structures, Storm Sewers, given by the Engineer. Drain pipe shall be laid in reasonably Sanitary Sewers, Water Mains, and close conformity with the line and grades as shown in the Plans. Conduits The drain pipe shall be laid with watertight joints unless otherwise specified. ' PVC drain pipe shall be jointed with a bell and spigot joint using a flexible clastomeric seal as described in Section 9-04.8. 7-01 Drains The bell shall be laid upstream. PE or ABS drain pipe shall be jointed with snap-on,screw-on,or wraparound coupling bands as recommended by the manufacturer of the tubing. 7-01.2 Materials When underdrain pipe is being installed as a means of Materials shall meet the requirements of the following intercepting ground or surface water, the trench shall be fine-graded in the existing soil 3 inches below the grade of the sections: pipe as shown in the Plans. Gravel back-fill shall be used under Gravel rill for Drains 9-03.1 the t Gravel backfill shall be laced to the Concrete e Drain Pipe 9-05.1(1)1) pipe. P depth shown to the Zinc Coated (Galvanized)or Aluminum Plans or as directed by the Engineer. All backfill shall be placed Coated(Aluminized)Corrugated Iron in 12 inch maximum layers and be thoroughly compacted with or Steel Drain Pipe 9-05.1(2) three passes of a vibratory compactor for each layer. The Corrugated Aluminum Alloy Drain Pipe 9-05.1(3) Contractor shall use care in placing the gravel backfill material to ' p olyvinyl Chloride(PVC)Drain Pipe, prevent its contamination. 8 inch diameter maximum 9-05.1(5) When it is necessary to intercept water flowing underneath orrugated Polyethylene(PE) the roadway surfacing,the subgrade drain shall be oonstructed in Drain Pipe, 8 inch diameter maximum 9-05.1(6) accordance with the Standard Plan. Corrugated Polyethylene(PE) Concrete drain pipe shall be laid with the bell or larger end Drain Pipe, 12 inch through 24 inch upstream. diameter maximum 9-05.1('7) All perforated shall be laid with the Perforated Concrete Underdrain Pipe 9-05.2(2) P perforations down. Perforated Biwminized Fiber Underdrain Upon final acceptance of the work,all drain pipes shall be open, Pipe 9-05.2(3) clean,and free draining. Zinc Coated(Galvanized)or Aluminum Coated PVC underdrain pipe shall be jointed using either the (Aluminized)Corrugated Iron or Steel flexible elastomeric seal ea described in Section 9-04.8 or solvent ' Underdrain Pipe 9-05.2(4) cement as described in Section 9-04.9, at the option of the Perforated Corrugated Aluminum Alloy Contractor unless otherwise specified in the Plans. The bell shall Underdrain Pipe 9-05.2(5) be laid upstream. PE or ABS drainage tubing underdrain pipe Page-SP-85 Revision Date: April 26, 1993 7-02 Culverts 7-02 Culverts ' shall be jointed with snap-on, screw-on, or wraparound coupling If the Contractor elects to use an alternate installation, plans bands, as recommended by the manufacturer of the tubing. for the alternate shall be submitted to the Engineer for approval prior to procuring or constructing the alternate. 7-01.4 Measurement When schedule A,B, C,or D culvert pipe is specified in the Plans, the Contractor may provide alternates in accordance with 'The length of drain or underdrain pipe will be the number of the requirements of the schedule shown in the Standard Plan. If linear feet of completed installation measured along the invert. Pipe placed in excess of the kn designated the option selected requires Design C trench construction while gth gnatcd by the Engineer m es other acceptable alternate do not, the Design C trench ed or paid for. will not be measure construction shall be incidental to the culvert Excavation of the trench will be measured as structure Pipe ' excavation Class B or structure excavation Class B including Pipes installed under aide road connections, where the depth haul by the cubic yard as specified in Suction 2-09. of cover is less than 2 fed, shall not be of the bell and spigot Gravel backfill for drains will be measured by the volume type. , placid within the neatline limits of structure excavation Class B. Culvert pipe over 30 inches in diameter and culvert pipe arch of all sizes shall be of the treatment, class, material, and When the contract does not include"structure excavation size specified in the Plans or of the acceptable alternate Class B" or "Structure excavation Class B including haul" as treatment, class, material, and size as may be designated in the a pay item all costs associated with these items shall be ' included in other contract Plana. My items. Beveled end sections shall be of the same material as the culvert pipe to which they are attached. 7-02 Culverts Where plain or reinforced concrete, steel, or aluminum are referred to in Section 7-02 it shall be understood that 7-02.2 Materials reference it also made to PVC. Materials shall meet the requirements of the following 7-02.3(1)C Placing PVC Pipe sections: In the trench, prepared as specified in Section 7-02.3(1) Plain Concrete Culvert Pipe 9-05.3(1) PVC pipe shall be laid beginning at the lower end, with the Reinforced Concrete Culvert Pipe 9-05.3(2) bell end upgrade. Pa gravel will be used as the bedding Beveled Concrete End Sections 9-05.3(3) material and extend from 6" below the bottom of the pipe to Steel Culvert Pipe and Pipe Arch 6"above the top of the pipe. When it is necessary to connect Asphalt Treatment I 9-05.4 to a structure with a mudded joint a rubber gasketed Steel Nestable Pipe and Pipe Arch concrete adaptor-collar will be used at the point of , Asphalt Treatment I 9-05.4(8) connection. Steel End Sections Asphalt Treatment I 9-05.4(9) Aluminum Culvert Pipe 9-05.5 7-02.5 Payment ' IAluminum End Sections 9-05.5(6) Payment will be made for each of the following bid items PVC Pipe 9-OS'12 that are included in the proposal: Where steel or aluminum are referred to in this Section in I. "Schedule—Culv. Pipe_In. Diam.",per linear ' regard to a kind of culvert i i arch, or end sections, it foot. It Pc, pipe 2. "Plain Cone. Culv. Pipe—In. Diem.",per linear shall be understood that steel is zinc coated with Asphalt Treatment I (galvanized) or aluminum coated (aluminized) foot. corrugated iron or steel, and aluminum is corrugated aluminum 3. "Cl.—Reinf. Conc. Culv. Pipe_In. Diam.", , alloy as specified in Sections 9-05.4 and 9-05.5. per linear foot. The Contractor has the option of constructing culverts of 4. "Plain St. Culv- Pipe—In.Th.—In. Diam. plain or reinforced concrete, steel, or aluminum within the limits Per linear foot. specified and as shown in the Plans. It is not necessary that all 5. "Tr.—St. Culv. Pipe—In. Th.—In. , culvert pipe on any one project be of the same kind of material; Diam."'Per hnear foot. however, all contiguous pipe shall be of the same kind. 6• "Plain St. Culv. Pipe Arch—In.Th. —ln. Unless otherwise shown in the Plans or specified, the class Span" Per linear foot. of concrete pipe or the thickness of steel or aluminum pipe or 7• "Tr. —St. Culv. Pipe Arch—In. Th.—In. ' pipe arch shall be the same for the entire length of any culvert, Span"'Per linear foot. and shall be that required for the maximum height of cover. S. "Plain Nestable St. Pipe—In.Th.—In. Diem.", ' Alternate pipe installations shown in the Plans may be per linear foot.9, `Tr._Nestabk St. Pipe_In.Th._In. constructed provided there is no increase in the cost to the State. Diem.".Per linear foot. Measurement for payment of the bid items associated with i `Plain linear f St. Pipe Arch In. Th. In. the drainage installation will be based on the diameter of the — culvert pipe described by the bid item in the proposal. Span" Per linear foot' ' 11. "Tr._Nestable St. Pipe Arch—In. Th._ In. Span",per linear foot. Page-SP-86 Revision Date: April 26, 1993 ' 7-03 Structural Plate Pipe, Ape Arch, Arch, and Underpass 7-03 Structural plate pipe, pipe Arch, Arch, and Underpass 12. "Plain Al. Culv. Pipe_In. Th. _In. Diam.", 22. "Safety Bars for Culvert Pipe p Type--"'per linear linear foot. foot. 13. "Plain Al. Culv. Pipe Arch_In. Th._In. The unit contract price per linear foot for "Safety Ban for Span",per linear foot. Culvert Pipe Type_" shall be full pay for all sockets, labor, The unit contract price per linear foot for culvert pipe or tools, material, and equipment necessary to fabricate, furnish, pipe arch of the kind and size specified shall be full pay for and install the safety ban. The work and material to construct furnishing, hauling and assembling in place the completed the headwall will be paid for separately. installation, including beveled end sections when required, and 23. "Tapered End Section with Type Safety all other work incidental to the construction and final cleaning of Ban_In. Diam.",per each. ' the culvert. Furnishing of selected material from the roadway or The unit Contract price per each for "Tapered End prescribed borrow areas will be paid at the applicable unit Section with Type Safety Bars _ In Diam." shall contract prices. be full pay for all labor, tools, materials, and equipment 14. "Relaying (type of Pipe and Size)",per linear foot. necessary to fabricate,furnish,and install the end section. ' The unit contract price per cubic yard for "Structure Excavation Class B" or "Structure Excavation Class B Incl. 7-03 Structural Plate Pipe, Pipe Arch, Haul" and per linear foot for "Relaying (type of pipe and size)" shall be full pay for excavating the trench, removing the pipe, Arch, and Underpass transporting it to its new location, cleaning, and relying the pipe. Where culvert pipes are to be removed but are not to be 7-03.2 Materials relaid, all costs in connection with the removal shall be included in the unit contract price per cubic yard for "Structure Materials shall meet the requirements of the following Excavation Class B" or "Structure Excavation Class B Incl. sections: Concrete Class 3000 6-02 l Haul". Corrugated Steel As 15. "Flared End Section In. Diam.", r Pit Treatment 1 9-05.6(8) ' � each. Corrugated Aluminum 9-05.6(8) 16. "Flared End Section_In. Span",per each. Reinforcing Steel 9-07 The unit contract price per each for flared end sections for the size culvert furnished and installed shall be full pay for all Alternate installations shown in the proposal may be costs to complete the work including toe plates and extensions constructed provided there is no increase in the total cost of the when specified. installation or detriment to the State. 17. "Design C Trench Construction", per cubic yard. Measurement for payment of the bid items associated with ' The unit contract price per cubic yard for "Design C Trench the drainage installation will be based on the size of the Construction" shall be full pay for constructing the section, installation described by the bid item in the.proposal. including excavation and disposal of excavated materials, If the Contractor elects to use an alternate installation, plans furnishing and placing of the required hay or straw, and placing for the alternate shall be submitted to the Engineer for approval ' all remaining material. No payment for Design C trench prior to procuring or constructing the alternate. construction shall be made when the Design C trench construction is required as a result of the Contractor's option in 7-03.3 Construction Requirements selection of schedule pipe. ' 18. "Cone. Class 3000",per cubic yard. 7-03.3(1) Foundations, General The unit contract price per cubic yard for "Cons. Class 3000" shall be full pay for all work required to plug existing Structural plate pipes, pipe arches, underpasses, and bases pipes. for arches shall be placed on stable foundations prepared to the b 19. "Structure Excavation Class B",per cubic yard. widths, depth, and grade given Y the Engineer. Soft spots 20. "Structure Excavation Class B Incl. Haul",per cubic encountered in the base shall be excavated to a depth directed by yard. the Engineer and be backfilled with gravel or other suitable ' The unit contract price per cubic yard for "Structure material and thoroughly compacted. Excavation Class B" or "Structure Excavation Class B Incl. Rock, in either ledge or boulder formation, hard pan, or Haul", as specified in Section 2-09,,shall be full pay for the cemented gravel occurring in the base material shall be excavation. If no bid item for Structure Excavation Class A excavated below grade and backfilled with suitable material so ' or Structure Excavation Class B is included in the schedule of there will be a minimum 8 inch cushion under the pipes, pipe prices then the work will be Considered incedental and its Cost arches, or underpasses. should be included in the cost of the pipe. Any shoring or extra excavation required shall meet the 21. "Shoring or Extra Excavation Class B",per lump requirements of Section 2-093. sumselt:are feet. The unit contract price -per lump sumsgnare-fee! for 7-03.5 Payment "Shoring or Extra Excavation Class B" shall be full pay for the payment will be made for each of the following bid items ' wont as specified in Section 2-09.5. that are included in the proposal: ' Page-SP-87 Revision Date: April 26, 1993 7-04 Storm Sewers 7-04 Storm Sewers , 1. "St. Str. Plate Pipe_Gage_In. Dian.",per all labor, tools, materials, and equipment necessary to , linear foot with Asphalt Treatment I. fabricate,furnish,and install the end section. 2. "St. Str. Plate Pipe Arch Gage_Ft. In. Span",per linear foot with Asphalt Treatment I. - 7-04 Storm Sewers 3. "St. Str. Plate Arch_Gage_Ft._In. Span",per linear foot with Asphalt Treatment I. 4. "Design_St. Underpass_Gage_Ft. _ 7-04.2 Materials In. Span",per linear foot. ' 5. "Al. Str. Plate Pipe_In. Th. _In. Diam.",per Materials shall meet the requirements of the following linear foot. sections: 6. "Al. Str. Plate Pipe Arch_In. Th. _Ft._ Plain Concrete Storm Sewer Pipe 9-05.7(l) In. Span",per linear foot. Reinforced Concrete Storm Sewer Pipe 9-05.7(2) ' 7. "Al. Str. Plate Arch_In. Th. _Ft. Span",per Steel Spiral Rib Storm Sewer Pipe 9-05.9 linear foot Steel Storm Sewer Ape 9-05.10 Aluminum Storm Sewer Pipe 9-05.11 8. "Design_Al. Underpass_In. Th._Ft. Aluminum Spiral Rib Storm Sewer Pipe 9-05.17 , _In. Span",per linear foot. PVC Sewer Pipe 9-oS.12 The unit contract price per linear foot for structural plate Corrugated sigh density polyethylene pipe, pipe arch, arch, and underpass of the design, type, gage or pipe(CPEP) 9-05.12(1) thickness, and size specified shall be full pay for furnishing, Where steel or aluminum are referred to in this Section in hauling,and assembling in place the completed structure. regard to a kind of storm sewer pipe, it shall be understood that I 9. "Cone. Class_",per cubic yard. steel is zinc coated (galvanized), Asphalt Treatment I Coated The unit contract price per cubic yard for "Cone. Class corrugated iron or steel and _" shall be paid as specified in Section 6-92. aluminum is corrugated aluminum alloy as specified in Sections 10. "St. Reinf. Bar",per pound. 9-05.4 and 9-05.5. The unit contract price per pound for "St. Reinf. Bar" shall Where bare aluminum or alumizod steel pipe comes in be paid as specified in Section 6-02. contact with concrete, the pipe shall be treated in accordance ' 11. "Structure Excavation Class B",per cubic yard. with Section 7-02.3(1)B2. 12. "Structure Excavation Class B Incl. Haul",per cubic Alternate pipe installations shown in the Plans may be yard• constructed provided there is no increase in the total cost of the The unit contract price per cubic yard for "Structure installation or detriment to the State. , Excavation Class B" or "Structure Excavation Class B Incl. Measurement for payment of the bid items associated with Haul" shall be paid as specified in Section 2-09. If no bid item the storm sewer installation will be based on the diameter of the for Structure Excavation Class A or Structure Excavation storm sewer pipe described by the bid item in the Plans. Class B is included in the schedule of prices then the work If the Contractor elects to use an alternate installation, plans will be considered incedental and its cost should be included for the alternate shall be submitted to the Engineer for approval in the cost of the pipe. prior to procuring or constructing the alternate. 13. "Gravel Backfill for Foundation Class_",per cubic ' yard. 7-04.3 Construction Requirements The unit contract price per cubic yard for "Gravel Backfill For Foundations Class_", shall be paid as specified in Section 2-09. 7-04.3(1)B Pipe Bedding ' 14. "Shoring or Extra Excavation Class B",per squere Suitable excavation shall be made to receive the bell of the feet Lump Sum. pipe, and the joint shall not bear upon the foundation material. The unit contract price per sgnere-fee4 lump sum for All adjustment to line and grade shall be made by scraping away "Shoring or Extra Excavation Class B" shall be full pay for the or filling in with suitable bedding material under the body of the ' work as specified in Section 2-09.5. pipe and not by blocking or wedging. Bedding material shall be 15. "Safety Ban for Culvert Pipe Type_",per linear gravel backfill for pipe bedding and shall be constructed to the foot. dimensions shown in the Standard Plan. The unit contract price per linear foot for "Safety Ban for Pipe bedding for PVC sever pipe shall consist of pea Culvert Pipe Type_" shall be full pay for all sockets, labor, gravel. It shall be placed to a depth of 6"over and 6" under tools, materials, and equipment necessary to fabricate, furnish, the exterior walls of the pipe. and install the safety bars. The work and materials to construct , the headwalls will be paid for separately. 7-04.3(2) Laying Storm Sewer Pipe 16. "Tapered End Section with Safety Bars_In. Diam.",per each. 7-04.3(2)A Survey Line and Grade 17. "Tapered End Section with Safety Bars_In. Survey line and grade will be provided by the Engineer or Span",per each. contractor in a manner consistent with accepted practices and The unit contract price per each for "Tapered End these specifications. Section with Safety Bars _In. Diam." and "Tapered End The Contractor shall transfer line and grade into the ditch Section with Safety Bars _In. Span" shall be full pay for where they shall be carried by meads of a laser beam or a taut ' Page-SP-88 Revision Date: April 26, 1993 , 7-04 Storm Sewers 7-04 Storm Sewers grade line supported on firmly set batter boards at intervals of The concrete Commercial Class 3000 for plugging existing not more than 30 feet. Not less than three batter boards shall be storm sewer pipes will be measured by the cubic yards required in use at one time. Grades shall be constantly checked and in the as specified in Section 7-02.4. event of a deviation, the work shall be immediately stopped, the The length of testing storm sewer pipe in conformance with Engineer notified, and the cause remedied before proceeding Section 7-04.3(4) will be the number of linear fed of completed with the work. Any other procedure shall have the written installation actually tested. ' Iapproval of the Engineer. Excavation of the storm sewer trench will be measured as structure excavation Class B or structure excavation Class B 7-04.3(2)G Storm Sewer Line Connections including haul, specified in Section 2-09 if Storm sewer line connections to hunks, mains, laterals, or these items are included in the contract. side storm sewers shall be left uncovered until after the Engineer Shoring or extra excavation will be measured as specified in has inspected and approved the work. After approval of the Section 2-09.4. connection,the trench shall be backfilled as specified. All connections shall be done utilizing pre-manufactured 7-04.5 Payment ' tee connectors or pipe sections approved by the Engineer. Any other method or materials proposed for use in making Payment will be made for each of the following bid items connections shall be subject to approval by the Engineer, that an included in the proposal: 1. "Plain Conn Storm Sewer Pipe_In.Diam.",per ' 7-04.3(3) Backfilling Storm Sewer Trenches linear foot. Storm sewer trenches shall be backfilled as soon after the 2. "Class_Reinf. Cone. Storm Sewer Pipe_In. pipe laying as possible. The Contractor shall not have more than Diam.",per linear foot. 200 feet of trench open in which the sewer has been completed 3. "Tr._St. Storm Sewer Pipe_In. Th._In. except by permission of the Engineer. Backfilling of trenches in Diam•",per linear foot. the vicinity of catch basins, manholes, or other appurtenances 4. "Tr._Al. Storm Sewer Pipe_In. Th._In, will not be permitted until the cement in the masonry has become Diam.",per linear foot. ' thoroughly hardened. The unit contract price per linear foot for storm sewer pipe The space between the pipe and the bottom and sides of the of the kind and size specified shall be full pay for all work to trench shall be filled in 6 inch loose layers and each layer complete the installation, including adjustment of inverts to p ompacted to 95 percent maximum density. The filling shall be manholes. When no bid item "gravel baekfill for pipe ' brought up evenly on both sides to the level of the top of the bedding" is included in the Schedule of Prices, pipe bedding, ipe. The pipe shall then be covered to at least 1 foot above its as shown in the standard plans, shall be considered incidental top, and the materials solidly tamped with appropriate tools in a to the pipe and no additional payment shall be made. ' manner to avoid injuring or disturbing the completed sewer. 5 The material used for baekfrlling around and to a point I foot above the top of the pipe shall be clean earth or sand, free Bewer Pipe" 91*H be fug Vey for ail%,Opit reqtlired le 681WIle,kite from clay, gravel, or stones which will not pass through a 1 inch Testing of storm ' sieve. sewer pipe, if required by the Engineer, shall be considered In the remaining portion of the backfril, the backfrll material incidental to and included in the unit contract prices for other shall be placed in accordance with Section 2-09.3(1)E. items. Walking on the pipe shall not be allowed until at least 1 foot 6• "Structure Excavation Class B",per cubic yard. of earth has been placed upon it. 7. "Structure Excavation Class B Incl. Haul",per cubic PVC Pipe shall be bedded and backfilled with pea gravel yard. in accordance with 7-04.3(1)B prior to backfilling the The unit contract price per cubic yard for "Stricture ' remainder of the trench. Excavation Class B" or "Structure Excavation Class B Incl. Measurement of bank run gravel for trench backfill will Haul", as specified in Section 2-09, shall be full pay for all work be by the ton, in accordance with section 1-09.1, or by the necessary for the construction of the storm sewer trench If so calculation of neat lines based on maximum trench width per bid item for Structure Excavation Class A or St:rvcture ' section 2-09.4 using a conversion factor of 1.5 tons per cubic Excavation Class B it included in the schedule of prices then yard,whichever is less. the work will be considered incidental and its cost should be included in the cost of the pipe. 7-04.4 Measurement 8. "Cone. Class 3000",per cubic yard. The unit contract price per cubic yard for "Cone. Class The length of storm sewer pipe will be the number of linear 3000" shall be full pay for all work required to plug existing feet of completed installation measured along the invert and will storm sewer pipes. include the length through elbows, tees, and fittings. The number 9. "Shoring or Extra Excavation Class B",per lump of linear feet will be measured from the center of manhole to sumsgnere-feet. center of manhole or to the inside face of catch basins and The unit contract price per lamp sunwgmre--4eet for similar type structures. "Shoring or Extra Excavation Class B" shall be full pay for the ' work as specified in Section 2-09.5. Page-SP-89 Revision Date: April 26, 1993 7-05 Manholes, Inlets, and Catch Basins 7-05 Manhole s, Inlets, and Catch Basins Contractor shall rod all inlet and outlet pipes. All connections 7-05 Manholes, Inlets, and Catch that cannot be successfully rodded shall be removed and new ' connections made. Basins Backfilling of inlets, manholes, and catch basins shall be done in accordance with the provisions of Section 2-09. Manholes and inlets shall be constructed on a compacted or 7-05.3 Construction Requirements undisturbed level foundation. A grout pad shall be placed to The excavation for all manholes, inlets, and catch basins attain full bearing for precast units if deemed necessary by the shall be sufficient to leave 1 foot in the clear between their outer Engineer. Upon final acceptance of the work, all catch basins, surfaces and the earth bank. manholes, inlets, and other drainage structures shall be open, ' The cover or grating of a manhole or catch basin shall not clean,and free draining. be grouted to final grade until the final elevation of the pavement, All manholes shall have excentric cones and shall have gutter, ditch, or sidewalk in which it is to be placed has been ladders. ' established, and until permission thereafter is given by the Any shoring or extra excavation required shall meet the Engineer to grout the cover or grating in place. Covers shall be requirements of Section 2-09.3. seated properly to prevent rocking. 7-05.3(1) Adjusting Manholes and Catch Basins to The Contractor shall have the option of constructing Grade ' manholes of precast concrete or cast-in-place concrete. The channels in manholes shall conform accurately to the When shown in the Plans or where directed by the sewer grade. Engineer,the existing manholes or catch basins shall be adjusted Ladder rungs shall be grouted in the precast concrete walls. to the grade as staked or otherwise designated by the Engineer. ' Rungs shall be uniformly spaced at 12 inches and be vertically The existing cast iron ring and cover on manholes and the aligned. catch basin frame and grate shall first be removed and thoroughly cleaned for reinstalling at the new elevation. From In the event any pipe enters the manhole through the precast that point, the existing structure shall be raised or lowered to the ' concrete units, the Contractor shall make the necessary cut through the manhole wall and steel mesh. The steel shall be cut required elevation. flush with the face of the concrete and shall be cut in such a manner that it will not loosen the reinforcement in the manhole finished re ' wall. Swndard In unpaved streets: Manholes, catch basins and similar The ends of all pipes shall be trimmed flush with the inside walls. structures in areas to be surfaced with crushed rock or gravel Rubber gaskets or flexible plastic gaskets may be used in shall be constructed to a point approximately eight inches ' tongue and groove joints of precast units. Joints between precast below the subgrade and covered with a temporary wood manhole units used for sanitary sewers shall be rubber gasketed. rover. Existing manholes shall be cut off and covered in a All other joints and all openings cut through the walls shall be similar manner. The contractor shall carefully reference grouted and watertight. each manhole so that they may be easily found upon If gaskets are used, handling of the precast units after the completion of the street work. After placing the gravel or gasket has been affixed shall be done carefully to avoid crushed stone surfacing, the manholes and manhole castings disturbing or damaging the gasket or contaminating it with shall be constructed to the finished grade of the roadway ' foreign material. Care shall be exercised to attain proper surface. Excavation necessary for bringing manholes to alignment before the joints are entirely forced home. During grade shall center about the manhole and be held to the insertion of the tongue or spigot, the units shall be partially mmnmum area necessary. At the completion of the manhole supported to minimize unequal lateral pressure on the gasket and adjustment, the void around the manhole shall be backfilled ' to maintain concentricity until the gasket is properly positioned. with materials which result in the section required on the Rigid pipes connecting to sanitary sewer manholes shall be typical road way section, and be thoroughly compacted. provided with a flexible joint at a distance from the face of the Where bituminous surface treatment is to be placed, the , manhole of not more than 1 1/2 lima the nominal pipe diameter manhole castings shall be installed from 1/2 inch to one inch or 18 inches,whichever is greater. higher than the roadway surface,as the engineer my direct_ Flexible pipes connecting to sanitary sewer manholes shall In cement concrete pavement: Manholes, catch basins be provided with an entry coupling or gasket approved by the and similar structures shall be constricted and adjusted in ' Engineer. No pipe joint in flexible pipe shall be placed within the same manner as outlined above except that the final 10 feet of the manhole. adjustment sh&H be wade and cW irm frame be tee after Backfilling around the worst will not be allowed until the forms have been placed and checked. In placing the concrete concrete or mortar has thoroughly set. pavement, extreme tart shall be takes- cot to alter the Catch basins shall be watertight. position of the casting in any way. Catch basin, grate inlet, and drop inlet connections to the In asphalt concrete pavement: Manholes shall not be sewer shall be so placed that the connecting pipe may be easily adjusted until the pavement is completed, at which time the , nodded over its entire length. After the connections are made, the center of each manhole shall be carefully relocated from references previously established by the contractor. The Page-SP-90 Revision Date: April 26, 1993 7-05 Manholes, Inlets, and Catch Basins Basins 7-05 Manholes, Inlets, and Catch pavement shall be cut in a restricted area and base material be removed to permit removal of the cover. The manhole 7-05.3(3) Connections to Existing Manholes shall then be brought to proper grade utilizing the same The Contractor shall verify invert elevations prior to methods of construction as for the manhole itself. The cast construction. The crown elevation of laterals shall be the same as ' iron frame shall be placed on the concrete blocks and wedged the crown elevation of the incoming pipe unless specified. The up to the desired grade. The asphalt concrete pavement shall existing base shall be reshaped to provide a channel equivalent to be cut and removed to a neat circle, the diameter of which that specified for a new manhole. shall be equal to the outside diameter of the cast iron frame The Contractor shall excavate completely around the plus two feet. The base materials and crushed rock shall be manhole to prevent unbalanced loading. The manhole shall be removed and class b(3/4) concrete shall be placed so that the kept in operation at all times and the necessary precautions shall entire volume of the excavation is replaced up to within but be taken to prevent debris or other material from entering the not to exceed 1 112 inches of the finished pavement surface. sewer, including a tight pipeline bypass through the existing On the following day the concrete, the edge of the asphalt channel if required. Water used for flushing and testing shall not concrete pavement,and the outer edge of the casting shall be be allowed to enter the sewer. painted with hot asphalt cement. Asphalt concrete shall then All damage to the manhole resulting from the Contractor's be placed and compacted with hand tampers and a patching operation shall be repaired at no expenw to the State. roller. Asphalt concrete will be paid for as " asphalt Where shown on the plans, new drain pipes shall be concrete pavement, class b including paving asphalt per ton". connected to existing line, catch basin, curb inlets and/or The complete patch shall match the existing paved surface for manholes. The contractor shall be required to core drill into texture, density, and uniformity of grade. The joint between the structure, shape the new pipe to fit and regrout the the patch and the existing pavement shall then be carefully opening in a workmanlike manner. Where directed by the painted with hot asphalt cement or asphalt emulsion and shall engineer or where shown on the plans, additional structure be immediately covered with dry paving sand before the channelling will be required. ' asphalt cement solidifies. The inside throat of the manhole A "Connection to existing" item will be allowed at any shall be thoroughly mortared and plastered. connection of a new fine to an existing sbveture, or the Adiustment of inlets: The final alignment and grade of connection of a new structure to a existing line. No cast iron frames for new and old inlets to be adjusted to "connection to existing"will be accepted at the location of new grade will be established from the forms or adjacent installation,relocation and adjustment of line manholes,catch pavement surfaces. The final adjustment of the top of the basins or curb inlets. inlet will be performed in similar manner to the above for The unit bid price per each shall be full compensation for manholes. On asphalt concrete paving projects using curb all labor,materials and equipment required. and gutter section, that portion of the cast iron frame not embedded in the gutter section shall be solidly embedded in 7-05.4 Measurement concrete also. The concrete shall extend a minimum of six inches beyond the edge of the casting and shall be left 1 1/2 inches below the top of the frame so that the wearing course of asphalt concrete pavement will butt the cast iron frame. Ah The existing concrete pavement and edge of the casting shall be painted with hot asphalt cement. Adjustments in the inlet appheable,%iii be meastifed pei eateik. structure shall be constructed in the same manner and of the Manholes will be measured per each. Measurement of same material as that required for new inlets. The inside of manhole heights for payment purposes will be measured from the inlets shall be mortared and plastered. finished rim elevation to the invert of the lowest outlet pipe. Monuments and cast iron frame and cover: Monuments Inlets will be measured per each. and monument castings shall be adjusted to grade in the same Structure excavation Class B and structure excavation Class manner as for manholes. B including haul will be measured by lbeeabie was specified ' Valve box castings: Adjustments of valve box castings in Section 2-09. shall be made in the same manner as for manholes. Abandon existing manholes will be measured per each. Connections to existing manholes will be measured per each. 7-05.3(2) Abandon Existing Manholes Shoring or extra excavation will be measured as specified in Where it is required that an existing manhole be abandoned, Section 2-09.4. the structure shall be broken down to a depth of at least 4 feet below the revised surface elevation, all connections plugged, the 7-05.5 Payment manhole base shall be fractured to prevent standing water, payment will be made for each of the following bid items and the manhole filled with sand and compacted to 90 percent density as specified in Section 2-03.3(14)C. Debris resulting that are includednh in the proposal: from breaking the upper part of the manhole may be mixed with 1• "Manhole Under 12 Ft. _In. Diem. Type ' per each. the sand subject to the approval of the Engineer. The ring and 2. Manhole 12 Ft. to 20 Ft. In. Dum. Type - cover shall be salvaged and all other surplus material disposed sha of. per each. tPage-SP-91 Re--'1.; --n Date: Ap,i 26, 1993 7-10 Trench Exc., Bedding, and Backfill for Water Mains 7-10 Trench Exc., Bedding, and ' Backfill for Water Mains 3. "Manhole Over 20 Ft. In. Diam. Type_", r ' �_"�per 7-10 Trench Exc g 4. "Catch Basin Type .� Bedding,_",per each. and , 5. "Catch Basin Type 2_Inch Diam.",per each. Backfill for Water Mains 6. "Grate Inlet Type_ ,per each. 7. "Drop Wet Type_",per each. S. "Concrete Inlet",per each 7-10.3 Construction Details ' 9. "Area Inlet",per each. The payment for the various items specified above shall be full pay for furnishing all labor, materials, tools, and equipment 7-10.3(7)B Extra Trench Excavation necessary to complete each unit according to the Plans and Changes in grades of the water main from those shown on ' specifications, including the furnishing and placing of all the Plans, or as provided in the Special Provisions, may be accessories, such as cast iron rings, cover, trap, steps, grating, necessary because of unplotted utilities, or for other reasons. If, and other items. in the opinion of the Engineer, it is necessary to adjust, correct, 10. "Adjust Manhole",per each. relocate, or in any way change the line and grade, such changes 11. "Adjust Catch Basin",per each. shall be made by the Contractor under the terms of these The unit contract price per each for "Adjust Manhole" or Specifications. "Adjust Catch Basin" shall be full pay for all costs necessary to When pipeline grade is lowered in excess of 1 foot below make the adjustment including restoration of adjacent areas in a the grade indicated in the Plans, the Contractor shall make such manner acceptable to the Engineer. extra excavation as necessary. 12. "Structure Excavation Class B",per cubic yard. When the Pipeline horizontal alignment is changed by more 13. "Structure Excavation Class B Incl. Haul",per cubic than 1 foot from the line indicated in the Plans, after the trench ' yard• has been excavated, the Contractor shall excavate the trench at The unit contract price per cubic yard for "Structure the changed location and backfill and compact the previous Excavation Class B" or "Structure Excavation Class B Incl. trench. ' Haul", as specified in Section 2-09, shall be full pay for excavation and backfrlling for manholes, grate inlets, drop inlets, Excavation of the trench at the changed and catch basins. If no bid item for Structure Excavation location shall be considered incidental to installation of the Class A or Structure Excavation Class B is included in the pipe Measurement of"bank run gravel trench backfill" ' schedule of prices then the work will be considered incedental will be by the ton. and hs cost should be included in the cost of the pipe. 7-10.3(8) Removal and Replacement of Unsuitable 14. "Abandon Existing Manhole",per each. Materiels , 15. "Connection to Existing Manhole",per each. The unit contract price per each for "Abandon Existing Whenever in excavating the trench for water mains the Manholes" and "Connection to Existing Manholes" shall be full bottom of the trench exposes peat, soft clay, quicksand, or other pay for all costs necessary to perform the work as required, unsuitable foundation material, such material shall be removed to ' 16. "Shoring or Extra Excavation Class B",per lump the depth directed by the Engineer and backfilled with foundation sumsgnere feet. material. When determined by the Engineer that silty soils or fine The unit contract price per lump sumsgeere--feet for sandy soils are encountered, Class C foundation material will be "Shoring or Extra Excavation Class B" shall be full pay for the required. Silty soils or fine sandy soils usually flow in the work as specified in Section 2-09.5. presence of a stream of water. Wben determined by the Engineer 17. "Drop Manhole Connection",per each. that clays, pests, or other soft materials are encountered that The unit contract price per each for "Drop 'Manhole dome saturated with water, but do not break down into fine Connection" shall be full pay for all labor, materials, and particles and flow, Class A or Clus B foundation material will ' equipment necessary for the construction of a drop connection at be required' a manhole. Included, but not limited to, is all ductile iron pipe, Material removed from the trench that is unsuitable for fitting, and blocking necessary to construct a drop for one sewer backfill shall be removed and hauled to a waste site. If material is ' pipe. The price paid per drop connection is in addition to the not available within the limits of the project for backfilling the price paid for manholes and for the specified sewer pipe that is trench, the Contractor shall furnish suitable material meeting the replaced with ductile iron pipe. requirements of Section 9-03.19.394(3). All unsuitable material shall be loaded directly into trucks ' and hauled to a waste site obtained by the Contractor. Stockpiling of unsuitable material at the project site will not be allowed. 7-10.3(9)A Rigid Pipe , Bedding material meeting the requirements of Section 9-03.1539::7(i)A shall be placed under the pipe and to a depth of at least 6 inches over the top of the pipe. The bedding ' material shall be rammed and tamped around the pipe by the use Page-SP-92 Revision Date: April 26, 1993 7-10 Trench Exc., Bedding, and Backfill for Water Mains 7-10 Trench Exc., Bedding, and Backfill for Water Mains � of shovels or other approved hand-held tools, so as to provide Shoringextra or excavation trench will be measured as firm and uniform support over the full length of all pipe, valves, specified in Section 2-09.4 for shoring or extra excavation Class and fittings. Care shall be taken to prevent any damage to the B. pipe or its protective coating. ' 7-10.3(9)B Flexible Pipe 7-10.5 Payment Material to be used for bedding flexible pipe shall meet the Payment willbe made for each of the following bid items requirements of Section 9-03.1636-7{}�B. Bedding shall be that are included in the proposal: placed in more than one lift. The first lift is to provide at least 1. "Rock Excavation",per cubic yard. ' 4 inches of beddingunder an portion of the The unit price per cubic and for "Rock Excavation" shall Y Po pipe and shall be Y placed before the pipe is installed, and shall be spread smoothly be full pay for all work to remove and dispose of materials as so that the pipe is uniformly supported along the barrel. specified in Section 7-10.3(7)A. If no pay item is listed, rock Subsequent lifts of not more than 6 inches thickness shall be excavation shall be considered incidental to work to construct the ' installed to a depth of 6 inches over the crown of the pipe. Each water main and all costs shall be included in other items of work lift shall be compacted to 90 percent of maximum density as specified in Section 7-11.5. specified in Section 2-03.3(14)D. ' 7-10.4 Measurement No measurement shall be made for clearing and grubbing, removal of existing street improvements, protection of existing Seetie l3- utilities and services, trench excavation and backfill, bedding the 3- " pipe, and compaction of backfill. per ay - When listed as a pay item, rock excavation will be measured ' in its original position by volume in cubic yards. The quantity measured for payment will include only the material excavated from within the limits hereinafter defined. Any additional � Payment for excavation outside of these limits will be considered as having "removal and replacement of unsuitable material" will be been made for the Contractor's benefit, and all costs in eonsidere dineidental to other bid hems and no further connection with such excavation shall be included in the unit compensation will be made. contract prices for the various items of work. 4. "Bank Run Gravel for Trench Backfill",per enbie The horizontal limits for measuring rock excavation will be yard-ton. the sides of the trench, except no payment will be made for The unit contract price per eebio-�n for "Bank Run material removed outside of vertical planes extended beyond the Gravel for Trench Backfill" shall be full pay for all work to maximum trench widths, as specified in Section 7-10.3(7). furnish, place, and compact the material in the trench. Also ' Vertical distances shall be measured from the upper surface of included in the unit contract price is the disposal of excess the rock to an elevation 6 inches below the underside of the pipe and unusable material excavated from the trench. barrel, or to the lower surface of the rock, whichever is less. No separate payment will be made for clearing and Boulders exceeding one cubic yard in volume shall be paid for grubbing, removal of existing street improvements, furnishing ' according to their measured volume. and installing sand cushion, protection of existing utilities and Removal of the extra trench excavation as defined in services, trench excavation and backfill, bedding the pipe, and Section 7-10.3(7)B will be measured by the cubic yard. The compacting the backfill. Theae items shall all be considered as ' depth shall be the actual depth removed for the changed line or incidental to the work of constructing the water main, and all grade in accordance with Section 7-10.3(5) or as directed by the costs thereof shall be included in the payment as specified in Engineer. The width shall be the actual width removed for the Section 7-11.5. changed line or grade, but in no case shall the measured width 5. "Shoring or Extra Excavation Trench",per ogtwle exceed the allowable widths specified in Section 7-10.3(7). feedump sum. Removal and replacement of unsuitable material will be The unit contract price per egoave-4eedump sum for measured by the cubic yard. The depth shall be the actual depth "Shoring or Extra Excavation Trench" shall be full pay for the removed below the depth specified in Section 7-10.3(5). The Fork as specified in Section 2-09.5 for shoring or extra ' width shall be the actual width removed, but in no'case shall the excavation Class B. measured width exceed the allowable widths specified in 6. "Foundation Material" , per ton. Section 7-10.3(7). Payment will be made at the unit contract price per ton Measurement of bank run gravel for trench backfill will be for "foundation material" which price shall be full by the n, compensation for excavating and disposing of the unsuitable in accordance with Section 1-09.1, or by the calculation of material and replacing with the appropriate foundation neat lines based on maximum trench width per Section 2-09.4 material per Section 9-30.7B(1). using a eon►ers" factor of 1.5 tons per cubic yard, whichever is less. ' Page-SP-93 Revision Date: .=Aril 26, 1993 7-11 Pipe Installation for Water Mains Mains 7-11 Pipe Installation for Water Engineer in advance. Work shall not be started until all the ' 7-11 Pipe Installation for Water materials, equipment, and labor necessary to properly complete the work are assembled on the site. Mains Existing water mains shall be cut by the Contractor. The ' Contractor shall remove the portions of pipe to provide for the installation of the required fittings at the points of connection. All 7-11.3 Construction Details damage caused by the Contractor's operations to existing joints in piping to remain in-service shall be repaired by the Contractor ' 7-11.3(4) Laying of Pipe on Curves at no expense to the State. The Contractor shall determine the Long mdius(1000 feet or more) curves, either horizontal or exact length of the existing water main that must be removed. vertical, may be laid with standard pipe by deflecting the joints. The pipe ends shall be beveled to prevent damage to the ' If the pipe is shown curved in the Plans and no special fittings transition coupling gasket during installation of the coupling. The are shown, the Contractor can assume that the curves can be exterior of the existing pipe end shall be cleaned to a sound, made by deflecting the joints with standard lengths of pipe. If smooth finish before installation of the coupling. shorter lengths are required, the Plans will indicate maximum Transition couplings shall be installed by the Contractor and ' lengths that can be used. The amount of deflection at each pipe shall be provided with a plastic film wrap. The plastic film wrap joint when pipe is laid on a horizontal or vertical curve shall not shall be wrapped loosely around the pipe, fittings,and couplings, exceed one half of the manufacturer's printed recommended and secured with 2-inch-wide polyethylene adhesive tape. deflections. Pipelines in which the couplings arc installed shall be wrapped a , Where field conditions require deflection or curves not minimum of 3 fed on each side of the coupling. All joints or anticipated by the Plans, the Engineer will determine the methods seams in the Plastic film wrap shall be made using the to be used. No additional payment will be made for laying pipe 2-inch-wide polyethylene adhesive tape. The plastic film wrap ' on curves as shown in the Plans, nor for field changes involving need not be watertight, but no part of the pipe or coupling shall standard lengths of pipe deflected at the joints. When special be exposed to the backfill. Care shall be exercised during fittings not shown in the Plans are required to meet field backfrlling to prevent the plastic film wrap from being punctured conditions, additional payment will be made for special fittings as or otherwise damaged. Plastic film wrap and its installation shall provided in Section 1-09.6. conform to AWWA C105 except as modified herein. When rubber gasketed pipe is laid on a curve, the pipe shall When work is once started on a connection, it shall proceed be jointed in a straight alignment and then deflected to the curved continuously without interruption,and as rapidly as possible until alignment. Trenches shall be made wider on curves for this completed. No shutoff of mains will be permitted overnight, over purpose. weekends,or on holidays. If the connection to the existing system involves turning off 7-11.3(6) Laying Ductile Iron Pipe with the water, the Contractor shall be responsible for notifying the Polyethylene Encasement residents affected by the shutoff. The Engineer will advise which ' Where shown in the Plans, the Contractor shall lay ductile property owners are to be notified. iron pipe with a polyethylene encasement. Pipe and polyethylene The Contractor may be required to perform the connection encasement shall be installed in accordance with AWWA C105. during times other than normal working hours. The Contractor The polyethylene encasement shall also be installed on all shall not operate any valves on the existing system without appurtenances, such as pipe laterals, couplings, fittings, and specific permission of the Engineer. valves, in accordance with Section 4-5 of ANSI 21.5 or The types of connections are varied and suggested piping AWWA C105. arrangements have been shown in the Plans. For the installation , Installation of the polyethylene encasement shall be of these connections, the surfaced portion of the roadway shall considered incidental to the installation of the pipe and no not be penetrated unless the connecting point is directly under it. additional payment shall be allowed therefore. For connection by any other method, the Contractor shall furnish ' a detailed sketch for approval not less than two weeks prior to 7-11.3(7) Laying Steel Pipe the expected construction. Steel pipe shall not be used. When not stated otherwise in the special provision.or on the plans all connections to existing water mains will be don ' 7-11.3(8) Laying Concrete Cylinder Pipe by City forces as provided below: City Installed connections: Connections to existing piping and tie-Iris are indicated ncrete cylinder pipe on the drawings. The eontractor must verify all existing ' shall not be used. piping,dimensions,and elevations to assure proper fit. Connections to the costing water main shall not be made 7-11.3(9) Connections without first making the necessary arrangements with the Engineer in advance. Work shah not be started until all the 7-11.3(9)A Connections to Existing Maims materials, equipment and labor necessary to properly Connections to the existing water main shall not be made complete the work are assembled on the site. without first making the necessary arrangements with the ' Page-SP-94 Revision Date: April 26, 1993 7-11 Pipe Installation for Water Mains 7-11 Pipe Installation for Water Mains The Contractor shall provide all materials necessary to installation of these connections, the surfaced portion of the install all connections as indicated on the construction roadway shall not be penetrated unless the connecting point is drawings. The contractor shall perform the excavation, directly under it. For connection by any other method, the bedding, and backfill, and provide concrete blocking for the contractor shall furnish a detailed sketch for approval not connections to existing mains. less than two weeks prior to the expected construction. The City AW cut the existing main and assemble all materials. When the City makes the connections to the existing 7-11.3(11) Hydrostatic Pressure Test system all labor, materials, and equipment required of the contractor shall be considered incidental and all related costs should be included in other items of work. Contractor installed connections: Connections to the existing water main shall not be made without first making the necessary arrangements with the engineer in advance. Work shall not be started until all the materials, equipment, and labor necessary to properly ' complete the work are assembled on the site. Existing water mains shall be cut by the contractor. The contractor shall remove the portions of pipe to provide for the installation of the required fittings at the points of ' connection. All damage caused by the contractor's testing. operations to existing joints in piping to remain in-service shall be repaired by the contractor at no additional cost to the State. The contractor shall determine the exact length of existing water main that must be removed. The pipe ends shall be bevelled to prevent damage to the transition coupling gasket during installation of the coupling. The exterior of ' the existing pipe end shall be cleaned to a sound, smooth Finish before installation of the coupling. Transition couplings shall be installed by the contractor and shall be provided with a plastic film wrap. The plastic film wrap shall be wrapped loosely around the pipe, fittings, and couplings, and secured with 2-inch wide polyethylene adhesive tape. Pipelines in which the couplings are installed shall be wrapped a minimum of 3 feet on each side of the ' coupling. All joints or seams in the plastic film wrap shall be The quatntity of waier required to sure th" made using the 2-inch wide polyethylene adhesive tape. The Plastic film µTap need not be watertight, but no part of the ' pipe or coupling shall be exposed to the backfill. Care shall be exercised during backfilling to prevent the plastic film Engineer. µTap from being punctured or otherwise damaged. Plastic film µTap and its installation shall conform to awwa c105 except as modified herein. "'hen work is once started on a connection, it shall fermuia proceed continuously without interruption, and as rapidly as ' possible until completed. No shutoff of mains will be �49A permitted overnight or over weekends or on holidays. If the connection to the existing system involves turning off the in which water, the contractor shall be responsible for notifying the I✓ ' residents affected by the shutoff. The engineer will advise # s which property Owners are to be notified. NO. of joints in�he lenr9t ef,ilpelifte tested The contractor may be required to perform the P s connection during times other than normal working hours. ' The contractor shall not operate any valves on the existing tesi,pse system. Water system personnel will operate all valves on the existing system for the contractor when required. ' No work shall be performed on the connections unless a representative of the water department is present to inspect the work. The types of connections are varied and suggested piping ' arrangements have been shown in the plans. For the Page-SP-95 Revision Date: April 26, 1993 7-11 Pipe Installation for Water Mains 7-11 Pipe Installation for Water Mains Gauges used in the test may be required to be certified for accuracy at a laboratory by the Owner. , Emp7°er. A visible leakage detected shall be corrected by the contractor to the satisfaction of the Owner regardless of the allowable leakage specified above. Should the test section fail , to meet the pressure test successfully as specified, the contractor shall, at his own expense, locate and repair the 6�e State, laeate and repaiat the defibets end them retest defects and then retest the pipeline. flijeiime. All tests shall be made with the hydrant auxiliary gate valves open and pressure against the hydrant valve. After open and Freastire against the hydrant -.-alye. After the the test has been completed,each gate valve shall be tested by closing each in turn and relieving the pressure beyond. This test of the gate valve will be acceptable if there is no ' immediate loss of pressure on the gauge when the pressure comes against the valve being checked. The contractor shall verify that the pressure differential across the valve does not exceed the rated working pressure of the valve. ' `'e Sections to be tested shall normally be limited to 1,500 feet. feet. The Owner may require that the first section of pipe, The Emgirieef may- require that the first Seetien of pipe, net lest not less than 1,000 feet in length, installed by each of the ' contractor's crews, be tested in order to qualify the crew and/or the material. Pipe laying shall not be continued more Pipe laying shftH met be eentintied note titan am additiena4 than an additional 1,000 feet until the first section shall have been tested successfully. , Prior to calling out the Owner to witness the pressure test,the contractor shall have all equipment set up completely ready for operation and shall have successfully performed the test to assure that the pipe is in a satisfactory condition. , Before applying the specified test pressure, air shall be of hydro!iwie field test, shaI4 be reF'aOM bY the Gent.acte. at no expelled completely from the pipe, valves and hydrants. If permanent air vents are not located at all high points, the ' contractor shall install corporation cocks at such points so that the air can be expelled as the line is filled with water. test i!9 ebtained. After all the air has been expelled,the corporation cocks shall All water mains and appurtenances shall be tested under be closed and the test pressure applied. At the conclusion of ' a hydrostatic pressure equal to 150 psi in excess of that under the pressure test, the corporation cocks shall be removed and which they will operate. In no case shall the test pressure be plugged. less than 200 psi. All pumps, gauges, plugs, saddles, The test shall be accomplished by pumping the main up corporation stops, miscellaneous hose and piping, and other to the required pressure; stop the pump for a minimum of 2 equipment necessary for performing the test shall be hours as directed by the Owner, and then pump the main up furnished and operated by the contractor. to the test pressure again. During the test, the section being The pipeline trench shall be backfilled sufficiently to tested shall be observed to detect any visible leakage. A clean , prevent movement of the pipe under pressure. All thrust container shall be used for holding water for pumping up blocks shall be in place and sufficiently cured to reach design pressure on the main being tested. This makeup water shall strength before testing. Where permanent blocking is not be sterilized by the addition of chlorine to a concentration of required, the contractor shall furnish and install temporary 50 mgll. ' blocking and remove it after testing. The quantity of water required to restore the initial The mains shall be filled with water and allowed to stand hydrostatic pressure shall be accurately determined by either under pressure for a minimum of 24 hours to allow the 1) pumping from an open container of suitable size such that escape of air and/or &lbw the lining of the pipe to absorb accurate volume measurements can be made by the Owner ' water. The Owner will furnish the water necessary to fill the or, 2) by pumping through a positive displacement water pipelines for testing purposes at a time of day when sufficient meter with a sweep unit hand registering one gallon per quantities of water are available for normal system operation. evolution. The meter shall be approved by the Owner. , A hydrant meter and a backflow prevention device will be Acceptability of the test will be determined by two used when drawing water from the City system. These may factors, as follows: be obtained from the City by completing the required forms 1. The quantity of water lost from the main shall not exceed the and making required security deposits. There will be a number of gallons per hour as listed in the following table. , charge for the water used. 2. The loss in pressure shall not exceed 5 psi during the test period. Page-SP-96 ' Revision Date: April 26, 1993 7-11 Pipe Installation for Water Mains 7-11 Pipe Installation for Water Mains ' All water used to preform hydrostatic pressure shall be �Q charged a usage fee. 00CA J Allowable leakage per 1000 ft. of pipeline* in GPH .Dry calcium hypochlorite shall not be place in the pipe as laid. Nominal Pipe Diameter in inches 7-11.3(12)K Retention Period Treated water shall be retained in the pipe at least 24 hours PSI 6" 8" 10" 12" 16" 10" 24" but no long than 48 hours. After this period, the chlorine 450 0.95 1.27 1.59 1.91 255 3.18 3.92 residual at pipe extremities and at other representative points 400 0.90 1.20 150 1.80 2.40 3.00 3.60 shall be at least 25 mg/1. 350 0.94 1.12 1.40 1.69 2.25 2.81 337 275 0.75 1.00 1.24 1.49 1.99 2.49 2.99 7-11.3(12)N Final Flushing and Testing 250 0.71 0.95 1.19 1.42 1.90 237 2.95 Following chlorination, all treated water shall be flushed 221 0,68 1,91 1.13 135 1,11 2.25 2,70 from the newly-laid pipe until the replacement water throughout 200 0.64 0.85 1.06 1.28 1.70 2.12 255 its length shows, upon test, the absence of chlorine. In the event chlorine is normally used in the source of supply, then the tests If the pipeline under test contains sections of various shall show a residual not in excess of that carried in the system. ' diameters, the allowable leakage will be the sum of the A sample tap shall be located ahead of the flushing hose for computed leakage for each size, or for those diameters or convenience and for sanitary sampling. pressures not listed by the formula Stated in section 74.2.11 Before placing the lines into service, a satisfactory report of the Standard Specifications. shall be received from the local or State health department or an approved testing lab on samples collected from representative 7-11.3(12)A Flushing points in the new system. Samples will be collected and Sections of pipe to be disinfected shall first be#lushedpoly- bacteriological tests obtained by the Engineer. pigged to remove any solids or contaminated material that may 7-11.3(13) Concrete Thrust Blocking have become lodged in the pipe. If �' -`'` ``e main cannot be "poly-pigged", then a tap Concrete thrust blocking, as detailed in the Plans, shall be shall be provided large enough to develop a velocity of at least placed bends, tees, dead ends, and crosses. Blocking shall be 2 5 fps in the main. Class 3000 concrete poured in place. Taps required b the Contractor for teen Concrete blocking shall bear against solid undisturbed earth P eq Y temporary or permanent release of air, chlorination or flushing purposes shall be provided at the sides and bottom of the trench excavation and shall be by the Contractor as a part of the construction of water mains. shaped to as not to obstruct access to the joints of the pipe or ' fittings. Provide concrete blocking at all hydrants, fittings and The Contractor shall be responsible for disposal of treated horizontal or vertical angle points. Conform to The City of water flushed from mains and shall neutralize the wastewater for Renton standard details for general blocking, and vertical protection of aquatic life in the receiving water before disposal blocks herein. All fittings to be blocked shall be wrapped into any natural drainage channel. The Contractor shall be with 4-mil polyethylene plastic. Concrete blocking shall be responsible for disposing of disinfecting solution to the Properly formed with plywood or other acceptable forming satisfaction of State and local authorities. If approved by the materials and shall not be poured around joints. The forms shall be stripped prior to back Engineer, disposal may be made to any available sanitary sewer filling. Joint restraint(shaekle provided the rate of disposal rods), where required, shall be installed in accordance with P puss] will not overload the sewer. section 7-11.3(15). Dechlorination of all water used for disinfection shall be accomplished in accordance with the City's standard detail 7-11.3(15) Joint Restraint Systems included in this document. Water containing chlorine General: residuals shall not be disposed into the storm drainage Where shown on the Ply or in the specifications or required by system or any waterway. the engineer,joint restraint system (shackle rods) &W be used. All joint restraint materials sued shall be &of nanfaetured by 7-11.3(12)D Dry Calcium Hypochlorite star stational products, 1323 holly aveaoe po boa 258, Colnmbus Ohio 43216, unless an equal alternate is approved in writing by the engineer. Materials: Steel types used shall be: High strength low-alloy sted(cor-ten), A,STM A242,hest-treated, superstar"SST"series. High strength low-alloy steel(cor-ten), ASTM A242, superstar "SS"series. Page-SP-97 ' Revision Date: April 26, 1993 7-12 Valves for Water Mains 7-12 Valves for Water Mains Items to be galvanized are to meet the following requirements: Where a continuous run of ASTM A153 for galvanizing iron and steel hardware. pipe is required to be restrained, no run of restrained pipe shall be greater than 60 feet in length ASTM A123 for galvanizing rolled, pressed and forged steel between fittings. Insert long body solid sleeves as required on ��' longer runs to keep tierod lengths to the 60 foot maxim®. Ape used in continuously restrained runs shall be mechanical joint pipe Joint restrainer system components used tiebolts shall be installed as rod plated or hot-di guides at each joint. Tiebott: ASTM A242, type 2, zinc P� p galvanized. Where poly wrapping is required all tiebolts, tienuts, SST 7S/8" for 2" and 3" mechanical joints, 3/4" for 4" to 12" tiecouplings, tierods, and tiewashers, shall be galvanized. All mechanical joints, ASTM A325, type 31), except tensile strength disturbed sections will be of full-body threaded section shall be increased to 40,000 lbs. with ko �t�' to the inspectors satisfaction, minimum for 519" and 60,000 lbs. minimum for 3/4" by heat Where P�biwrappic i 300 t q approved equal. Poly wrapping is not required all tiebolts, tienuts, treating (quenching and tempering) to manufactures reheat and tiecouplings, tierods and tiewasbers may be galvanized as hardness specifications. SST 753:314"for 14"to 24"mechanical specified is the preceding paragraph or plain and painted in the joints. same ASTM specification as SST 7. SST 77:314"same as entirety with koppers bitumastic no.800-m or approved equal.SST 7, accept 1" eye for 7/8" rod. same ASTM specification as Teebolts tienuts tiecouplings, SST 7 plings, tierods, and tiewashers shall be considered incidental to installation of the pipe and no additional Tienut: heavy hex nut for each iebolt: SS8: 518" and 3/4", Payment. ASTM A563,grade C3,or zinc plated. S8:5/8"and 3/4",ASTM A563,grade A,zinc plated or hot-dip galvanized 7-12 Valves for Water Mains Tiecouoling: used to extend continuous threaded rods and are , provided with a center stop to aid installation, zinc plated or hot- 7-12.2 Materials dip galvanized. SS10: for 5/8" and 3/4" tierods, ASTM A563, grade C3. S10:for 518"and 3/4"tierods,ASTM A563,grade A. Materials shall meet the requirements of the following sections: Tierod: continuous threaded rod for cutting to desired lengths, zinc plated or hot-dip galvanized. SS12:5/8" and 3/4" diameter, Gate Valves 9-30.3(1) ASTM A242, type 2; ANSI B1.1. S12: 5/8" and 3/4" diameter, Gate Valves 16 Inches and Larger 9-30.3(2) ASTM A36,A307. Butterfly Valves 9-30.3(3) Valve Boxes 9-30.3(4) Tiewasher.round flat washers, zinc plated or hot-ip galvanized Valve Marker Posts 9-30.3(5) SS17:ASTM A241,F436. S17:ANSI B18.22.1. Combination Air Release/Air Vacuum Valves 9-30.3(6) Installation: End Connections 9-30.3() Install the joint restraint system in accordance with the Tapping Sleeve and Valve Assembly 9-30.3(8) manufactures instructions so all joints are mechanically locked together to prevent joint separation. Tiebolts shall be installed to The valves shall be standard pattern of a manufacturer Pull against the mechanical joint body and not the MJ follower. whose products are approved by the Engineer and shall have the ' Torque nuts at 75-90 foot pounds for 3/4" nuts. Install name or mark of the manufacturer, year valve casting was made, tiecouplings with both rods threaded equal distance into size and working pressure plainly cast in raised letters on the tiecouplings. Arrange tierods symmetrically around the per• valve body. The valve bodies shall be cast iron, ductile iron, or other pipe diameter........................number of 3/4" approved material mounted with approved noncorrosive metals.tierodsAll wearing surfaces shall be bronze or other approved 4n... required noncorrosive material, and there shall be no moving bearing or ..........."""""""""""'2 contact surfaces of iron in contact with iron. Contact surfaces ti".............""""""""""""2 8'. shall be machined and finished in the best workmanlike manner, 10 """"""""""'"'3 and all wearing surfaces shall be easily renewable. 12"....................................6............................4 Valves shall be designed for a minimum water operating pressure of 200 psi. Gate valves shall be Cbw list 14, 1 Mueller Company No. A-2380,Kennedy,or M&H. 18"....................................8"....................................8 Approval of valves other than models specified shall be '20".................................. obtained prior to bid opening.10 All valves less than 12" in diameter shall include an 8" x 14 0" am....................................( 6-7/8"r ) 24" cast iron valve box and extensions, as required. All 12" 36"....................................(24-7/8"rods) diameter and larger valves shall be installed in a vault. See ' water standard details for 12" valve assembly vault and 1" bypass installation. Where a manufachtres mechanical joint valve or fitting is supplied with slots for "T" bolts instead of holes, a flanged valve with a flange by mechanical joint adaptor shall be used'instead,so as to provide adequate space for locating the debolts. Page-SP-98 Revision Date: April 26, 1993 ' 7-14 Hydrants 7-14 Hydrants ' 7-12.3(01) Installation of Valve Marker Post 7-14.3(3) Resetting Existing Hydrants Where required, a valve marker post shall be furnished and Where existing hydrant are shown in the Plans for installed with each valve. Valve marker posts shall be' placed at adjustments to conform to new street alignment or grade or both,the edge of the right-of--way opposite the valve and be set with the hydrant shall be relocated without disturbing the location of 18 inches of the post exposed above grade. The-exposed-peitien the hydrant lateral tee at the main. The method of harnessing the hydrant shall be determined by the conditions found in the field and shall be reshackled or rebiocked as directed by the Engineer. This work shall conform to Section 7-14.3(1). All hydrants .Valve markers shall be rebuilt to the approval of the City(or replace with a shall be carsonite composite utility marker .375" x 6'-0" or new hydrant). All rubber gaskets shall be replaced with new t approved equal with blue label "water". gaskets of the type required for a new installation of the same type. 7-14 Hydrants 7-14.3(4) Moving Existing Hydrants Where shown in the Plans, existing hydrants shall be 7-14.3 Construction Details moved. When the existing tee is moved to a new hydrant location, a new tee shall be inserted and the open part of the ' 7-14.30) Setting Hydrants abandoned tee shall be sealed and shackled. The work shall conform to Section 7-14.3(1). Where shown in the Plans, hydrants shall be installed in All hydrants shall be rebuilt to the approval of the accordance with the detail shown on the Standard Plans. City(or replace with a new hydrant). All rubber gaskets shall Hydrants shall not be installed within 3 feet of a traveled be replaced with new,gaskets of the type required for a new roadway. In addition, a minimum 3-foot radius unobstructed installation of the same type. working area shall be provided 4Lround all hydrants. The sidewalk flange shall be set 2 inches above finished grade. 7-14.5 Payment ' All hydrants shall be set on concrete blocks as shown in the Standard Plans. The hydrant drain shall waste into a pit of Payment will be nude for each of the following bid items crushed stone or gravel situated at the base of the hydrant as that are included in the proposal: ' shown in the Standard Plans. 1. "Hydrant Assembly" per each. All hydrants shall be inspected in the field upon arrival to The unit contract price per each for "Hydrant Assembly" ensure proper working order. After installation, they shall be shall be full pay for all work to furnish and install fire hydrant subjected to a hydrostatic test as specified in Section 7-11. assemblies, including all costs for auxiliary gate valve, shackles, After all installation and testing is complete, the exposed tie rods, concrete blocks, gravel, and painting and guard posts portion of the hydrant shall be painted with enetwo field coats. required for the complete installation of the hydrant assembly as The type and color of paint will be designated by the Engineer. specified, except the pipe connecting the hydrant to the main will Any hydrant not in service shall be identified by covering be paid for as specified in Section 7-11.5. Guard posts, if with a burlap or plastic bag approved by the Engineer. required, shall be shown on the plans and shall be incidental Hydrants shall be installed in accordance with awwa to the contract. specifications c604-77, sections 3.7 and 3.8.1 and the water 2. "Resetting Existing Hydrants",per each. ' standard details. Hydrant and guard posts shall be painted The unit contract price per each for "Resetting Existing in accordance with the water standard detail. Upon Hydrant" shall be full pay for all work to reset the existing completion of the project, all fire hydrants shall be painted to hydrant, including rebuilding (or replacement with a new The City of Renton specifications and guard posts painted hydrant),shackling, blocking, painting, and reconnecting to the ' yellow. Fire hydrants shall be of such length as to be main. New pipe required from the main to the hydrant will be suitable for installation with connections to 6", 8" AND 10" paid as specified in Section 7-11.5. piping in trenches 3 - 1/2 feet deep unless otherwise specified. 3. "Moving Existing Hydrants",per each. The hydrant shall be designed for a 4-1/2 foot burial where The unit contract price per each for "Moving Existing 12" and larger pipe is shown unless otherwise noted on the Hydrant" shall be full pay for all wort to move the existing plan. hydrant, including new tee, rebuilding (or replacement with a Fine hydrant assembly shaa include: CI Tee M z FL), 6'gate new hydrant), shackling, blocking, painting, and reconnecting valve(FI,z Mn 6'Cl spool (PE x PE)S'MVO fire hydrant " to the main. New pipe for hydrant connections will be paid for as connection)8"x 24"cast iron valve box and 3/4 inch shackle rod specified in Section 7-11.5. with accessories Two concrete guard posts(Only if outside R/N). 4. "Reconnecting Existing Hydrants",per each. Joint restraint(Shackle Rods) shall be installed in The unit contract price per each for 'Reconnecting Existing accordance with Section 7-11.3(15). Hydrant" shall be full pay for all work to reconnect the existing hydrant, excepting however, that new pipe used for the connection will be paid as specified in Section 7-11.S. ' 5. "Hydrant Extensions, Vertical",per linear foot. Page-SP-99 Revision Date: April 26, 1993 7-15 Service Connections 7-17 Sanitary Sewers ' The unit contract price per linear foot for "Hydrant t Extension, Vertical" shall be full pay for all work to extend the 7-17 Sanitary Sewershydrant vertically. y 7-15 Service Connections 7-17.1 Description ' This work shall consist of constructing sanitary sewer lines in accordance with the Plans, these S '7-15.3 Construction Details Specifications, and the Standard Plans,as staked by the Engineer. Sewer located in the All service connections to water mains, except to ductile Aquifer Protection Area shall be designed on an individual iron pipe Class 52 or stronger, shall be made using saddles as basis. specified and of the size and type suitable for use with the pipe ' being installed. Ductile iron pipe Class 52 or stronger may be 7-17.2 Materials direct tapped for corporation stops in accordance with the recommendations of DIPRA. Pipe used for sanitary sewers may be: The depth of trenching for service connection piping shall ' provide a minimum of 2 fed of cover over the top of the pipe. Rigid Flex:ible Particular care ,hall be exercised to ensure that the main is not damaged by installation of the service line. Excavating and Concrete AM Gernpe. backfilling for service connections shall be as specified in PVC(Polyvinyl Chloride) Section 7-10. Ductile Iron Service lines shall be cut using a tool or tools specifically designed to leave a smooth, even, and square end on the piping All sanitary sewer pipe shall have flexible gasketed joints ' material to be cut. Cut ends shall be reamed to the full inside unless otherwise specified. diameter of the pipe. Pipe ends to be connected using couplings It is not intended that materials listed arc to be considered which seal to the outside surface of the pipe shall be cleaned to a equal or generally interchangeable for all applications. The sound, smooth finish before the couplings are installed. Engineer shall determine from the materials listed those suitable , Where shown in the Plans, existing water service for the project, and shall so specify in the specifications or the connections shall be reconnected to the new water mains. The Plans• location of water service connections shall be verified in the field Materials shall meet the requirements of the following by the Contractor. sections. Pipe materials used to extend or replace existing water Plain Concrete Storm Sewer Pipe 9-05.7(1) service lines shall be copper, Reinforced Concrete Storm Sewer Pipe 9-05.7(2) pipeservice line connection to the new main will conform to Vitrified G y Scwei Pipe9-95.8 the standard plans of the City of Renton bound herein as PVC Sewer Pipe 9-05.12 ' applicable. The Engineer will indicate the location Iron Sewer Pipe 9-05.13 cation for the �� taps on the new main for each service to be connected.. The contractor will direct tap main for 314" service. All pipe shall be clearly marked with type, class, and ' The contractor will use copper tubing, type K, soft for 3/4" thickness. bettering shall be legible and permanent under normal services. conditions of handling and storage. Type I: Connections to existing copper services will be 7-17.3 Construction Requirements ' made with compression type,three part anion couplings. ' Type II: Where existing galvanized services exist,they 7-17.3(1) Excavation and Preparation of Trench shall be replaced with a new copper pipe service 7-17.3(1)B to the property line. Meters shall be located in Pipe Bedding slander strip between sidewalk and curb) Bedding, of the class or classes shown in the Plans or described in the Special Provisions, shall be installed in Type III: Where 1kRare stub series shall be imt&MW they accordance with the Standard Plats, and shall include all AsM be istalled as above,to the property line materials and work within the limits of the pipe zone as shown in with a meter box piss 3/4 meter). A solid core the Standard Plans If no bedding class is shown for rigid i threaded spacer the length of a meter�be g gid pipe, istalled in place of the meter, Class B bedding shall be provided. If no bedding class is shown Insulating couplings shall be used at any connection between for flexible pipe,Class F bedding shall be provided. galvanized steel or iron pipe and copper pipe. All fittings, Bedding of whatever class shall provide uniform support appurtenances, and other miscellaneous materials on the sections vans the entire pipe barrel, without load concentration at joint ' of existing pipe which have been removed shall become the collars or bells. No blocking of any kind shall be used to adjust property of the Contractor. the pipe to grade except when used with embedment concrete. Bell holes shall be dug as required to ensure uniform support along the pipe barrel. Bedding disturbed by pipe movement, or , Page-SP-100 Revision Date: April 26, 1993 ' 7-17 SanitarySewers 7-17 Sanitary Sewers by removal of shoring or movement of a trench shield or box shall be reconsolidated prior to backfill. Special care shall be 7-17.3(2)G Sewer Line Connections ' taken to provide adequate bedding support at wye or tee Sewer line connections to trunks, mains, lateral, or side connections and adjacent to manholes or other structures, so as sewers shall be left uncovered until after the Engineer has to avoid bending or shearing stresses at these critical points. inspected and approved the work. After approval of the Compaction of bedding shall be as specified in the Standard connection,the trench shall be backfilled as specified. ' Plans. Unless otherwise approved Pipe bedding material for PVC pipe shall be placed to a connections of lateral sewers to existing mains shall be made depth of 6" below the bottom of the pipe and extending up 6" through a east iron saddle secured to the sewer main with ' above the crown on all pipes. stainless steel bands. When the existing main is constructed The hand-placed bedding around the pipe and to a point of vitrified clay, plan or reinforced concrete, east or ductile 6" above the crown shall be foot-tamped until it is unyielding iron pipe,the existing main shall be core drilled. The remaining backfill shall be mechanically tamped with Connections (unless booted connections leave been ' hand-operated mechanical or pneumatic tampers to 95% provided for) to existing concrete manholes shall be core- denstty• drilled, and shall have an "O" ring rubber gasket meeting Pipe bedding shall be considered incidental to the Pipe ASTM C478 in a manhole coupling equal to the Johns- and no further compensation shall be made. Manville Asbestos-Cement collar, or use a conical type ' flexible seal equal to kore-N-Seal. PVC pipe connection shall 7-17.3(2)B Pipe Laying consist of tee, nipple and couplers as approved by the After an accurate grade line has been established, the pipe Engineer. shall be laid within reasonably close conformity to the established line and grade in the properly dewatemd trench. Mud, silt, 7-17.3(2)I Protection of Existing Sewerage Facilities gravel, and other foreign material shall be-kept out of the pipe All existing live sewers including septic tucks and drain and off the jointing surfaces. fields shall be kept in service at all times. Provision shall be ' All pipe laid in the trench to the specified line and grade made for disposal of sewage flow if any existing sewer are shall be kept in longitudinal compression until the backfill has damaged. Damage to existing sewers shall be repaired by the been compacted to the crown of the pipe. All pipe shall be laid to Contractor, at no expense to the State, to a condition equal to or conform to the prescribed line and grade shown in the plans, better than their condition prior to the damage. within the limits that follow. Water accumulating during construction shall be removed Sewer pipe shall be laid to a true line and grade at the invert from the new sewers but shall not be permitted to enter the of the pipe and the Contractor shall exercise cart in matching existing system. The Contractor shall be responsibk for flushing ' pipe joints for concentricity and compatibility. In no case shall out and cleaning any existing sewers into which gravel, rocks, or two pipes be joined together with ends having the maximum other debris has entered as a result of his/her operations, and manufacturer's tolerance. The invert line may vary from the true shall repair lift stations or other facilities damaged by his/her line and grade within the limits stated to develop uniformity, operations. ' concentricity, and uniform compression of jointing material The physical connection to an existing manhole or sewer provided such variance does not result in a reverse sloping shall not be made until authorized by the Engineer. Such invert. The limit of the variance at the invert shall not exceed authorization will not be given until all upstream lines have been plus or minus 0.03 foot at the time of backfill. Checking of the completely cleaned, all debris removed, and where applicable, a invert elevation of the pipe may be made by calculations from pipe temporarily placed in the existing channel and sealed. measurements on the top of the pipe,or by looking for ponding When extending an existing sewer, the downstream of 1/2" or less, which indicates a satisfactory condition. At system shall be protected from construction debris by placing ' manholes, when the downstream pipe(s) is of a larger size, a screen or trap in the first existing manhole downstream of pipe(s) shall be laid by matching the (eight-tenths) flow the connection. It shall be the contractor's responsibility to elevation, unless otherwise approved by the Engineer.. maintain this screen or trap until the new system is placed in The sewer pipe, unless otherwise approved by the Engineer, service and then to remove it. Any construction debris which shall be laid up grade from point of connection on the existing enter the existing downstream system, shall be removed by sewer or from a designated starting point. The sewer pipe shall the contractor at his expense, and to the satisfaction of the be installed with the bell end forward or upgrade. When pipe Engineer. When the first manhole is set, it's outlet shall be laying is not in progress, the forward end of the pipe shall be plugged until acceptance by the Engineer. kept tightly closed with an approved temporary plug. Where pipelines are to be laid on specified curves of 7-17.3(4)1 Television Inspection sufficiently short radius to deflect the pipe joints in an amount The Engineer may require any or all sanitary sewer lines be greater than recommended by the manufacturer, the curves shall inspected by the use of a television camera before final be achieved with a series of tangents and shop-fabricated bends, acceptance The costs incurred in making the initial inspection subject to the approval of the Engineer. shall be borne by the owner of the sanitary sewer. The Contractor shall bear all costs incurred in correcting any deficiencies found during television inspection including the ' Page-SP-101 Revision Date: April 26, 1993 8-02 Roadside Planting 8-02 Roadside ,Planting cost of any additional television inspection that may be required 17.3(4) and adjustment of inverts to manholes for the completion by the Engineer to verify the correction of said deficiency. of the installation to the required lines and grades. The Contractor shall be responsible for all costs incurred in 6. "Testing Sewer Pipe",per linear foot. any television inspection performed solely for the benefit of the The unit contract price per linear foot for "Testing Sewer , Contractor. Pipe" shall be full pay for all labor, material and equipment Once the television inspection has been completed the required to conduct the leakage tests required in contractor shall submit To the Engineer the written reports of Section 7-17.3(4). ' the inspection plus the video tapes. Said video tapes are to be 7. "Trench Excavation",per cubic yard. in color and compatible with the City's viewing and recording The unit contract price per cubic yard for "Trench systems. The City system accepts 1/2"wide high density VHS Excavation" shall be full pay for all excavation, removal of Tapes. The tapes will be run at standard speed SP (1 5/16 water, backfilling, and all other work necessary to the t I.P.S.). construction of the sewer trench. No separate payment will be made for protection of existing utilities and services. These items 7-17.4 Measurement shall be considered as incidental to the worst of "Trench Excavation" and all costs thereof shall be included in the ' The length of sewer pipe will be the number of linear feet of payment for "Trench Excavation." completed installation measured along the invert and will include 8• "Removal and Replacement of Unsuitable Material", the length through elbows, tees and fittings. The number of per cubic yard. linear feet will be measured from the center of manhole to center The unit contract price per cubic yard for "Removal and ' of manhole or to the inside face of catch basins and similar type Replacement of Unsuitable Material" shall be full pay for all structures. work to remove unsuitable material and replace and compact The concrete Class 3000 for plugging existing sewer pipes suitable material as specified in Section 7-17.3(1)A. ' will be measured by the cubic yards as specified in 9• "Bank Run Gravel for Trench Backfill Sewer",per Section 7-02.4. The length of testing sewer pipe in conformance with ton.enbie yard. Section 7-17.3(4) will be the number of linear feel of completed The unit contract price per tonenbie-yard for "Bank Run , Gravel for Trench Backfill Sewer" shall be full pay for all work installation actually tested. to furnish,place,and compact material in the trench. Excavation of the sewer trench will be measured the same 10. "Conc. Class 3000",per cubic yard. as structure excavation Class B, by the eubie ye specified The unit contract price per cubic yard for "Conc. Class in Section 2-09. 3000" shall be full for all work Shoring or extra excavation trench, will be measured as pay required to plug existing sewer pipes. specified in Section 2-09.4 for shoring or extra excavation Class 11. "Shoring or Extra Excavation Trench",per lump B. Measurement of "Bank Run Gravel for Trench Backfill sum sgne itre- � price per lump for The sa ' Sewer" will be determined by the cubic yard in place, measured P "Shoring or Extra Excavation Trench" shall be full pay for the by the neat line dimensions shown in the Plans. work as specified in Section 2-09.5 for shoring or extra Measurement of bank run gravel for trench backrdl will excavation Class B. ' be by the ton, in accordance with section 1-09.1, or by the calculation of neat lines based on maximum trench width per section 2-09.4 using a conversion factor of 1.5 tons per cubic yard,whichever is less. Division 8 ' 7-17.5 Payment Miscellaneous Construction Payment will be made for each of the following bid items ' that are included in the proposal: 8-02 Roadside Planting 1. "Plain Conc. or V.C. Sewer Pipe_In. Diam.",per linear foot. 2. "Cl. _Reinf. Conc. Sewer Pipe_In.Diam.", 842.3 Construction Requirements per linear foot. 3. "PVC Sewer Pipe_In. Diam.",per linear foot. 4. "Ductile Iron Sewer Pipe_In. Diam.",per linear 8-02.3(I2) Plant Establishment foot. Plant establishment shall consist of caring for all plants 5. "ABSplanted on the project and caring for the planted areas within the liner feet.T.V. inspection per lump sum. Project limits. The Provisions of Section 1-07.13 do not apply to The unit contract price per linear foot for sewer pipe of the this section. kind and size specified shall be full compensation for structure The first year of plant establishment shall begin immediately excavation, dewatering, backriMag,pey-fer furnishing, hauling, upon written nodfication from the Engineer of the acceptance of and assembling in place the completed installation including all initial planting for the entire project. The first year plant wyes, tees, special fittings, joint materials, per Section 7- establishment period shall be a minimum of one calendar year ' after acceptance of initial planting. A second year plant Page-SP-102 ' Revision Date: April 26, 1993 ' 8-04 Curbs, Gutters, and Spillways 8-09 Raised Pavement Markers establishment, if included in the Contract, shall begin pay for structure excavation, forms, preparation of subgrade, immediately at the written acceptance of the first year plant placement, backfril and compaction, and all other materials, establishment period and shall be one full calendar year if there tools, equipment, and labor required for the construction of ' is a third year plant establishment. Without a third year plant same. establishment, it shall be a minimum of 6 months or until 10. "Drain Pipe_In Diam.",per linear foot. October 31, whichever is later. 11. "Half Round Plain St. Culv. Pipe_In. Th._In. Third year plant establishment, if included in the contract, Diam.",per linear foot. ' shall begin immediately at the completion of the second year 12. "Half Round Tr. 1 St. Culv. Pipe_In. Th._ plant establishment period and shall be a minimum of 6 months In. Diam.",per linear foot. or until October 31,whichever is later. 13. "Half Round Plain Al. Culv. Pipe_In.Th._ During the first year plant establishment period, it shall be In. Diam.",per linear foot. ' the Contractor's responsibility to ensure the resumption and 14. "Half Round Tr. 1 Al. Culv. Pipe_In.Th._ continued growth of the transplanted material. This care shall In. Diam.",per linear foot. include, but not be limited to, labor and materials necessary for The unit contract price per linear foot for the various types ' removal of foreign, dead, or rejected plant material, maintaining of metal pipe listed in items 10 through 14 above for the a weed-fire condition, and the replacement of all unsatisfactory particular design of spillways shown in the Plans shall be full pay plant material planted under this contract. The Contractor shall for all labor, tools, equipment, and materials (including coatings, replace all plants stolen or damaged by the acts of others. bands, elbows and bends) necessary for the connection of all ' The Contractor shall meet with the Engineer for the purpose parts and for completion of the item. Structure excavation of joint inspection of the project on the closest working day to the required for the installation of metal spillways will be paid for as first day of the month. All conditions unsatisfactory to the provided in Section 2-09. Engineer shall be corrected by the Contractor within a 10 day 15. "Hand Placed Riprap",per cubic yard. ' period immediately following the inspection. Corrective work Hand placed riprap will be paid for as provided in Section shall include the removal and disposal of all unsatisfactory plant 8-15.5. material. Failure to comply with corrective steps as outlined by ' the Engineer shall constitute justification for the State to take 8-05 Integral Cement Concrete Curb corrective steps and to deduct all costs thereof from any monies due the Contractor. At the end of the plant establishment period, plants which do not show normal growth shall be replaced. 8-05.5 Payment ' Planting dates for replacement plant material will be approved by the Engineer. Payment will be made for each of the following bid items All automatic irrigation systems shall be operated fully that are included in the proposal: autcmatic during the plant establishment period and until final 1. "Integral Cement Cone. Barrier Curb",per linear foot. ' acceptance of the contract. 2. "Mountable Integral Cement Cone. Curb",per linear During the second and third year plant establishment foot. period, the Contractor shall perform work as described above on The unit contract prices per linear foot for "Integral Cement ' a force account basis at the direction of the Engineer. Cone. Barrier Curb" and for"Mountable Integral Cement Cone. Curb" shall be full pay for all costs necessary for the 8-04 Curbs, Gutters, and Spillways construction of the concrete curbs and expansion joints as specified. ' 8-04.5 Payment 8-09 Raised Pavement Markers Payment will be made for each of the following bid items ' that are included in the proposal: 8-09.3 Construction Reequirernents 1. "Cement Cone. Barrier Curb",per linear foot. 2. "Cement Cone. Barrier Curb and Gutter",per linear foot. 8-09.3(1) Surface Preparation 3. "Single Faced Mountable Cement Cone. Curb",per All sand, dirt, and loose extraneous material shall be swept linear foot. or blown away from the marker location and the cleaned surface 4. "Double Faced Mountable Cement Cone. Curb", per prepared by one of the following procedures: linear foot. When deemed necessary by the Engineer all surface 5. "Mountable Cement Cone. Curb and Gutter", per dirt within areas to receive markers shall be removed. Large linear foot. areas of tar, grease, or foreign materials may require 6. "Extruded Curti",per linear foot. sandblasting, steam cleaning, or power brooming to ' 7. "Cement Conc. Gutter", per linear foot. accomplish complete removal. 8. "Cement Conc. Spillway",per linear foot. 9. "Asphalt Conc. Gutter ,per linear foot. Fngitieer. The unit contract price per linear foot for cement concrete When markers are placed on new cement concrete ' and asphalt concrete curbs, gutters, and spillways shall be full pavement, any curing compound shall be removed in Page-SP-103 ' Revision Date: April 26, 1993 8-10 Guide Posts 8-11 Guardrail ' accordance with the requirements of this section and along the line of guardrail actually raised or removed and reset. Section 5-05.3(13)B. This will include transition sections, expansion sections, and ' The pavement shall be surface dry, and in cool weather terminal sections. shall be heated by intense radiant heat (not direct flame) for a sufficient length of time to warm the pavement areas of 8-11.5 Payment ' marker application to a minimum of 70 F. Application of markers shall not proceed until final Payment will be made for each of the following bid items authorization is received from the Engineer, that are included in the proposal: 1. "Beam Guardrail Type_",per linear foot. ' 8-09.5 Payment 2. "Beam Guardrail Type 1-_Ft. Long Post",per linear foot. Payment will be made for each of the following bid items 3. "Weathering St. Beam Guardrail Type_",per that are included in the proposal: linear foot. ' 1. "Raised Pavement Marker Type 1",per aehMmdred. The unit contract price per linear foot for "Beam Guardrail 2. "Raised Pavement Marker Type 2",per eaeh�dred. Type_", "Beam Guardrail Type 1-_ Ft. Long Post", or 3. "Raised Pavement Marker Type 3- In.",per "Weathering St. Beam Guardrail Type_" shall be full pay ' eaehhwwhvd. for furnishing all labor, tools, equipment, and materials, The unit contract price per eachhundred for "Raised including all standard posts, all CTR posts, attaching the Pavement Marker Type 1", "Raised Pavement Marker Type 2", guardrail to concrete masonry structures, and for all other costs and "Raised Pavement Marker Type 3- In." shall be full necessary to complete the work specified. 10-inch x 10-inch ' pay for all labor, materials, and equipment necessary for treated timber posts (or steel alternate)will be paid separately as furnishing and installing the markers in accordance with these outlined herein. Specifications including all cost involved with traffic control 4. "Beam Guardrail Anchor Type_",per each. except for reimbursement for labor for traffic control in The unit contract price per each for "Beam Guardrail , accordance with Section 1-07.23(5). Anchor Type _" shall be full pay for furnishing all labor, tools, materials, and equipment, and for all other costs and 8-10 Guide Posts expenses necessary to construct the anchor including excavation, ' backfilling, disposal of surplus excavated material, repair or restoration of facilities, including shoulder or median surfacing 8-10.2 Materials and pavement that may be damaged by construction of the anchors, and including all required connections of the anchor to ' Flexible posts and reflective sheeting shall be selected from the beam guardrail and any other work necessary for complete approved materials listed in the Special Provisions of the anchor installation. Where Type 2 anchors arc required, the cone.-act. The final guide post lengths will be determined or additional depth of post embedment shall be included in the unit verified by the Engineer at the request of the Contractor. contract price of the anchor. 5. "10-In. x 10-In. Treated Timber Post",per each. 8-11 Guardrail The unit contract price per each for "10-In. x 10-In. Treated Timber Post" shall be full pay for furnishing_all labor, tools, , equipment, materials necessary to complete the installation of the 8-11.4 Measurement 10-inch x 10-inch treated timber post or alternate W6 x 15 steel post and attachment of the guardrail, including any restoration or Measurement of beam guardrail and beam guardrail Type replacement of shoulder or median surfacing and pavement ' 1 long posts will be by the linear foot measured along the line of imaged by installation operations. the completed guardrail from end to end including transition 6- GRT Treated T-irnbet Pest",Fag eftell. sections, expansion sections,and terminal sections. Measurement of beam guardrail anchors of the type I welt, specified will be per each for the completed anchor, including the attachment of the anchor to the guardrail. Measurement of 10-inch x 10-inch treated timber posts will speeiBed leeatiees- be per each for the timber post or alternate W6 x 15 steel post, 76 "Access Control Gate",per each. , including block and hardware for attachment of the guardrail. The unit contract price per each for "Access Control Gate" shall be full pay for all labor, tools, materials (except lock), and Measurement of removal of beam guardrail will be by the equipment required to install the access control gates as specified linear foot measured along the line of guardrail removed including the costs of any excavating, backfiIIing and compacting ' including transition sections, expansion sections, and terminal required sections. 8;. "Removing and Resetting Beam Guardrail",per linear Measurement of removal of beam guardrail anchors will be ft. ' I per each. 98. "Raising Existing Beam Guardrail",per linear ft. Measurement of raising beam guardrail and removing and The unit contract price per linear foot for "Removing and resetting beam guardrail will be by the linear foot measured Resetting Beam Guardrail" and for "Raising Existing Beam Page-SP-104 Revision Date: April 26, 1993 8-20 Ulumination, Traffic Signal Systems, and Electrical 8-20 Illumination,Traffic Signal ' Systems, and Electrical Guardrail" shall be full pay for removing and resetting or raising ' the guardrail and for backfilling and compacting holes. 8-20.3(2) Excavating and Backfilling 109. "Removing Beam Guardrail",per linear ft. The excavations required for the installation of conduit, 114-0. "Removing Beam Guardrail Anchor Type foundations, poles and other appliances shall be performed in a _",per each. manner to cause the least possible injury to the streets, The unit contract price per linear foot for "Removing Beam sidewalks, and other improvements. The trenches shall not be Guardrail" and per each for "Removing Beam Guardrail Anchor excavated wider than necessary for the proper installation of the Type_" shall be full pay for the removal and disposal of the electrical appliances and foundations. Excavating shall not be ' guardrail and anchors and for backfilling and compacting holes. performed until immediately before installation of conduit and other appliances. The material from the excavation shall be 8-20 Illumination, Trade Signal placed where the least interference to vehicular and pedestrian traffic,and to surface drainage,will occur. t Systems, and Electrical All surplus excavated material shall be removed and disposed of by the Contractor in accordance with Section 2-03, or as directed by the Engineer. ' 8-20.2 Materials The excavations for foundations shall be backfilled in conformance with applicable requirements of Section 2-09. 8-20.20) Equipment List and Drawings Backfrll requirements for conduit trenches shall be as noted in Within twenty days following execution of the Contract, the Section 8-20.3(5). Contractor shall submit to the Engineer a completed "Request for Excavations after backfilling shall be kept well filled and Approval of Material Source" that describes the material maintained in a smooth and well drained condition until proposed for use to fulfill the Plans and specifications. permanent repairs are made. If required to do so, the Contractor shall submit At the end of each day's work and at all other times when ' supplemental data, sample articles, or both, of the material construction operations are suspended, all equipment and other proposed for use. Supplemental data (six copies required) would obstructions shall be removed from that portion of the roadway include such items as catalog cuts, product specifications, shop open for use by public traffic. drawings, wiring diagrams, etc. Any material purchased or labor Excavations in the street or highway shall be performed in performed prior to such approval shall be at the Contractor's such a manner that not more than one traffic lane is restricted in risk. All approvals by the Engineer must be received by the either direction at any time. Ccntractor before materials will be allowed on the job site. The contractor shall supply trench within the unit widths The Contractor shall submit six copies of isocandela and to the specified depths at the locations indicated on the diagrams indicating the vertical light distribution, vertical control contract plans or as directed by the engineer. Limits, and the lateral light distribution classifications for each The contractor shall have approved compaction type of luminaire submitted for approval. In addition, the equipment on site before beginning any excavation; ' Contractor shall submit a letter from the luminaire manufacturer compaction shall be performed at the time of the initial detailing lamp socket positions with respect to lamps and backfilling of the trench unless directed otherwise by the refractors furnished for each light distribution type specified in engineer. ' the Plans and defined herein. Copies of the aforementioned Trenching for conduit runs shall be done in a neat diagram and letter shall be transmitted with the luminaire manner with the trench bottom graded to provide a uniform submitted for testing and approval. grade. No work shall be covered until it has been examined The Contractor shall submit for approval six sets of shop by the engineer. backfill material used for fill around and ' drawings for each of the following types of standards called for over this conduit system shall be free of rocks greater than on this project: two inches in diameter to a depth of six inches above the 1. Light standards with or without praapproved plans. conduit. 2. Signal standards with or without pre-approved plans. Trench within the roadway area shall am select trench ' 3. Combination Signal and lighting standards. backfill which shall consist of 5/8th inch minus crushed 4. Metal Strain Poles. surfacing top course or other material as indicated in the special provisions or schedule of prices and directed for use ' ferhgh!ajpr&raiby the engineer. The source and quality of the material shall be subject to approval by the engineer. Trench backfill The Contractor also shall submit either on the signal min the sidewalk area shall be made with acceptable standard shop drawings or attached to the signal standard materials from the excavation subject to the Engineer's ' shop drawings all dimensions to clearly show the specific mast approval of the material and shall be considered a necessary arm mounting height and signal tenon locations for each part and incidental to the excavation in accordance with the signal pole to be installed. standard specifications. Unsuitable material shall be removed and backfill shall be select material approved by the ' Engineer. The City reserves the right to make additions or deletions to the trench which prove necessw7 for the completion of the project. ' Page-SP-105 Revision ry a e: April 26, 1993 8-20 Illumination, Traffic Signal Systems, and Electrical 8-20 Illumination, Traffic Signal ' Systems, and Electrical The minimum width for the trench will be at the option around any other underground utilities that lie in the ' of the contractor. Trench width will, however, be of excavated base so that the concrete will not adhere to the sufficient size so that all of the necessary conduit can be utility line. Concrete foundations shall be troweled, brushed, ' installed within the depths specified while maintaining the edged and finished in a workmanship-like manner. Concrete minimum cover. shall be promptly cleaned from the exposed portion of the Trench backfill material in roadway and sidewalk areas anchor bolts and conduit after placement. Foundation shall shall be compacted to 95% of the material's maximum all be Class 3000 concrete. After the specified curing period, density,per Section 2-03.3(14)D. the contractor may install the applicable device thereon. 8-20.3(4) Foundations TableI Foundations shall be constructed of poured in place Portland ' cement concrete meeting the applicable requirements of Section Type of device Dimensions 6-02 and conforming to the Standard Plans. The bottom of concrete foundations shall rest on firm Street Light Pole 4'Deep x 3' Sq or Dia. ' ground. Signal Pole up to 40' mast arm 7'Deep x 3' Sq or Dia. Foundations shall be poured in one pour where practicable. Signal Controller. See Detail Sheet The exposed portions shall be formed to present a neat Street Light Control Cabinet See Detail Sheet appearance. Special Base See Detail Sheet ' The footings shown in the Plans shall be extended if conditions require additional depth, and such additional work, if All concrete foundations shall be eonsbmcted in the ordered by the Engineer, will be paid for as extra work as manner specified below: ' provided in Section 1-04.4. 1. Where sidewalk or raised islands are to be constructed as a Forms shall be true to line and grade. Tops of footings for pint of this project,the top of the foundation shall be made posts and standards, except special foundations, shall be finished flush with the top of the sidewalk or island.(See detail sheet) to ground line or sidewalk grade, unless otherwise noted in the 2• Where so sidewalks are to be installed,the grade for the top ' Plans or directed by the Engineer. detail sheet) the foundatim shall be.as specified by the engineer. (See Forms shall be rigid and securely braced in place. Conduit All concrete foundations shall be bested as per stationing ends and anchor bolts shall be plumbed and rigidly placed in on the plans or as located by the engineer in the Geld. proper position and to proper height prior to pouring concrete and shall be held in place by means of a template until the forms 8-20.3(5) Conduit are removed. Installation of conduit shall conform to appropriate articles Plumbing of standards shall be accomplished by adjusting of the Code and these Specifications. ' leveling nuts. Shims or other similar devices for plumbing or The size of conduit used shall be as shown in the Plans. raking will not be permitted. Conduits smaller than 1-inch electrical trade size shall not be Both forms and ground which will be in contact with the used unless otherwise specified, except that grounding concrete shall be thoroughly moistened before placing concrete; conductors at service points may be enclosed in 1/2-inch ' however, excess water in the foundation excavation will not be diameter conduit. permitted. Forms shall not be removed until the concrete has set It shall be the option of the Contractor, at no expense to the at least three days. State, to use larger size conduit if desired, and where larger size conduit is used, it shall be for the entire length of the run from , outlet to outlet. Reducing couplings will not be permitted. -- - -' The ends of all conduits shall be well reamed to remove burrs and rough edges. Field cuts shall be made square and true.feundatien selisfeetaxy to the Hi ' Slip joints or running threads will not be permitted for coupling metallic conduit; however, running threads will be permitted in traffic signal head spiders. When a standard coupling cannot be used, an approved threaded union coupling shall be used. The ' threads on all metallic conduit shall be rust-fi m, clean and well The contractor shall provide all material for and painted with a good quality colloidal copper suspended in a construct the foundations for and to the dimensions specified petroleum vehicle before couplings are made up. All couplings in table 1 below. The anchor bolts shall match that of the shall be tightened so that a good electrical connection will be ' device to be installed thereon. made throughout the entire length of the conduit run. If the All excess materials are to be removed from the conduit has been moved after assembly, it shall be given a final foundation construction site and disposed of at the tightening from the ends prior to backfilling. Where coating on contractor's expense. galvanized conduit has been injured in handling or installing, ' Concrete shall be placed against undisturbed earth if such injured places shall be thoroughly painted with galvanizing possible. Disturbed earth --Ar backfill material shall be repair paint, Formula A-9-73. compacted to 95 percent of the material's maximum density. Before placing the concrete the contractor shall block-out , Page-SP-106 Revision Date: April 26, 1993 ' 8-20 Illumination, Traffic Signal Systems, and Electrical 8-20 Illumination, Traffic Signal Systems, and Electrical All conduit ends shall be threaded and capped with standard conduit couplings or conduit caps until wiring is started. When couplings or conduit caps arc removed, the threaded ends shall 4 be provided with approved conduit bushings. The use of any plugs, even though temporary, in lieu of the conduit couplings • ' and conduit caps is expressly prohibited. -2. Conduit stubs from bases shall extend at least 6 inches from the vertical face of foundations and at least 18 inches below ' grade. All conduit stubs shall be capped. Conduit stubs, caps, and exposed threads shall be painted with galvanizing repair paint Formula A-9-73. Metallic conduit bends, except factory bends, shall have a abstmetiens. ' radius consistent with the requirements of Article 346 and other if oNewed in kite Nome el if 1,beeme6a w we on"t"11fted in articles of the Code. Where factory bends are not used, conduit shall be bent, using an approved conduit bending tool employing correctly sized dies, without trumping or flattening, using the Open trench construction shall conform to the following: longest radius practicable. 1. Edges of the trench shall be sawcut a minimum of Nonmetallic conduit bends, where allowed, shall conform to 2 inches deep and shall be parallel. Article 347-13 of the Code. 2. Pavement shall be removed in an approved manner. ' Conduit shall be laid to a minimum depth of: 3. Trench depth shall provide 24 inches minimum cover } over conduits. $- 24 inches below the roadbed- 4 3- treeits. e finish grade in all eOw areas. 4- r;L bell-4- ' Pull Wires Shall be installed. All conduit shall be rigid non-metallic unless noted otherwise in the Plans or Special Provisions. ' fetindetiens. Where piftstie nonmelftl4ie eandtfif is All conduit openings shall be fitted with approved bellends or Bushings. Wall thickness of conduit shall be consistent within continuous conduit runs with no mbdng of different schedule types between terminations. The contractor shall provide and install all conduit and necessary fittings at the locations noted on the plans. Conduit size shall be as indicated on the wiring and conduit schedule ient Stott id�-g. A galvanized steel feeter, ell, shown on plans. ' Conduit to be provided and installed shall be of the type indicated below: jely mentioned W fee!length @F goi%-anized steel 1. Schedule 40 heavy wall p.v.e. Conforming to ASTM standards shall be used wbe"ver the Conduit is to be placed other than within the roadway area. 2. Schedule 80 extra heavy wall p.v.e. Conforming to ASTM ¢ standards shall be used when the conduit is to be placed within the roadway area. Nampnetalhe' it All joints shall be made with strict compliance to the manufacturer's recommendations regarding cement used and environmental conditions. Jacking or drilling pits shall be kept 2 fed from the edge of remembs' any type of pavement wherever possible. Excessive use of water Page-SP-107 Revision Late: April 26, 1993 8-20 Illumination, Traffic Signal Systems, and Electrical 8-20 Illumination,Traffic Signal Systems, and Electrical ' that might undermine the pavement or soften the subgrade will 2. Signal only: "Signab" not be permitted. 3. Traffic signal and street fighting:"MLT" ' On new construction, conduit shall be placed prior to 4. Telemetry only:"Telemetry" placement of base course pavement. Inscriptions on junction boxes performing the same Conduit terminating in foundations other than light standard function, i.e. street lighting, traffic signal, or both, shall be foundations shall extend a maximum of 2 inches above the consistent throughout the project. All junction boxes shall be ' foundation vertically. At light standard foundations, conduit shall installed in conformance with provisions contained in the not extend more than 3/4 inch above the foundation. standard plans and detail sheets. Conduit entering through the bottom of a junction box shall The unit contract price per each for "Type I" or "Type be located near the end walls to leave the major portion of the II" junction box shall be full compensation for furnishing ' box clear. At all outlets, conduit shall enter from the direction of same and for all costs of labor, material, tools, and the run, terminating 6 inches to 8 inches below the junction box equipment necessary to provide and install the junction boxes lid and within 3 inches of the box wall nearest its entry location. including excavation, backrdling and compaction all in Pam with plans,specifications and detail sheets. ' Suitable marker stakes shall be set at the ends of conduits accordance which are buried so that they can be easily located. All junction boxes shall have galvanized steel lids and Fittings shall be installed at locations as designated by the Frames. Engineer so as to All junction boxes and associated concrete pads 'gin provide a conduit channel that will permit W shall be freedom for installing the electrical control wires. When conduit installed on compacted sub grade which shall include six fittings are called for in the Plans, or where their installation is inches of 5/8th-inch minus crushed surfacing bop course required by the Engineer, the Contractor shall also furnish all material installed under and around the base of the junction necessary covers and gaskets. box. Concrete shall be promptly cleaned from the junction ' All covered underground conduit shall be cleaned with an box frame and lid. approved sized mandrel and blown out with compressed air prior The unit contract price per junction box shall include to pulling wire. installation of 5/8th-inch minus crushed surfacing top course Conduits installed for future use shall be prepared as and a 4" thick Class "B" cement concrete pad enclosing the ' follows: After final assembly in place, the conduit shall be junction box as per the plans,specifications and detail sheets. blown clean with compressed air. Then, in the presence of the Installation of the crushed surfacing and the concrete pad shall be incidental to the unit rice 'Engineer, a cleaning mandrel correctly sized for each size of P P�junction box and no conduit shall be pulled through to ensure that the conduit has not further compensation will be made unless the contract been deformed. As soon as the mandrel has been pulled through, includes separate pay items for "crashed surfacing" and/or both ends of the conduit shall be scaled with conduit caps. No for "concrete pad." pull wires shall be installed. 8-20.3(7 Messenger Where surface mounting of conduit is required, supports ) Cable, Fittings shall consist of "unistrut" type or equal mounting complete with Messenger cable shall be secured to steel strain poles by clam sized for the conduit. Su means of pole bands, and to timber poles by means of single clamps Support spacing shall comply with strand guy eye bolts. Pole bands and eye bolts shall be installed ' the code or shall be as noted in the contract. Approved expansion � fittings shall be installed at all expansion joints. Fasteners shall as detailed in the Plana. th th cable shall be secured to eye bobs or strain be ee approved by the Engineer. clamps at poles by the use of approved self-locking cable clamp Existing conduit in place scheduled to receive new type dead-ending devices. Messenger cable shall be secured to , conductors shall have any existing conductors removed and a d anchors by two approved U�bolt connectors and an rings bull r r cleaning mandrel sized for the conduit shall be pulled through. guy thimbles. an Conduit runs shown in the Plans are for bidding purposes Traffic signal control cable shall be secured to the only and may be changed, with approval of the Engineer, to avoid underground obstructions. messenger cable by cable ties. The ties shall be black nylon with ' 120 lb. minimum unlocking strength. 8-20.3(6) Junction Boxes Down guy assemblies shall be installed as detailed in the ?unction boxes shall be installed at the locations shown in Standard Plans. ' the Plans. The Contractor may install, at no expense to the State, 8-20.3(8) Wiring additional bones as may be desired to facilitate the work. All underground wiring shall be installed in conduit unless Junction box installation shall conform to details in the Standard Plans. specifically noted otherwise in the contract All wiring in conduit 'Junction bozo shallbe installed with an approved lubricant.be adjusted to be flush with the finished grade. circuits and illumination circuits, all wiring shall run With the exception of induction loop circuits, magnetometer i The contractor shall provide and instill junction boxes of continuously, without splices, from a terminal located in a ' the type and size at the locations specified in the plans and as cabinet,compartment,pedestrian push button assembly, or signal per detail sheets. head to a similarly located terminal. Terminals located below The inscription on We covers of all junction boxes shall grade will not be allowed. be as indicated below: ' 1. Street fighting only: "Lighting" Page-SP-108 , Revision Date: April 26, 1"3 ' 8-20 Mumination, Traffic Signal Systems, and Electrical 8-20 Illumination Traffic Signal Systems, and Electrical ' All splices in underground illumination circuits, induction All wiring, exclusive of the previously mentioned loop circuits, and magnetometer circuits shall be installed at illumination circuits, at junction boxes and at the controller junction boxes. The only splice allowed in an induction loop cabinet shall have an approved tag with legends as follows: circuit shall be the shielded cable to loop wire splice. The only i. Individual conductors —the circuit number indicated in splice allowed in a magnetometer circuit shall be the probe the contract. lead-in cable to magnetometer cable splice. induetien-ioaF p}ieft 2. Multiconductor cable — the numbers of the signal heads and/or pedestrian push buttons served. 3. Loop lead-in cable—the numbers of the loops served. 4. Magnetometer cable — the numbers of the ' Induction loop splices and magnetometers served. magnetometer splices shall be as shown in the standard Drip loops shall be provided on all aerial conductors where details. Underground illumination circuit splices shall employ they enter poles,signal heads,or weatherheads. copper crimped connectors installed with an approved tool Where direct burial cable or nonmetallic conduit is installed, ' designed for the purpose. care shall be used in excavating, installing, and backfilling, to Epoxy splices with clear rigid molds will be required on two that no rocks, wood, or other foreign material will be left in a way and three way splices in underground illumination circuits. position to cause possible injury. Direct burial cable shall be Four way or more splices in underground illumination circuits placed a minimum of 24 inches below grade and shall be placed may be cast epoxy or heat shrink type. loosely in the bottom of a trench. An approved red waming tape Epoxy splices shall be physically separated from other shall be installed in the trench, 6 inches above the direct buried splices and wiring within the junction box to avoid damage from conductors. heat during the casting process. Where heat shrink splices are When conductors, either cable or single, are being installed, allowed, wiring shall be clean and dry. The splice material shall care shall be exercised to not exceed tension limitations be well lapped over the wire insulation. If any wire insulation is recommended by the manufacturer. Conductors may be pulled damaged by the application of excessive heat, the entire splice directly by hand. However, if conductors are pulled by any shall be replaced. mechanical means, a dynamometer with drop-needle hand shall Aerial illumination splices shall employ vice or crimp type be used on every mechanical pull. pressure connectors. Splice insulation may be epoxy, heat On mechanical pulls, insulation shall be stripped off the shrink, or tape, individual conductor and the conductor formed into a pulling eye Tape splice insulation shall consist of thermoplastic and firmly taped, or a cable grip shall be used. The pulling force electrical insulating tape applied to a thickness equal to the applied directly to the conductor; Le, when pulling eyes are used original wire insulation. It shall be well lapped over the original or when the conductor is formed into a loop, shall be limited to insulation, and there shall be a coating of moisture resistant 0.008 pound per circular Mil area of copper conductor. When a varnish applied and allowed to dry. Two layers of friction tape cable grip is applied over nonmetallic sheathed cables, the will then be applied, and the splice shall be finished with a maximum pulling force shall be limited to 1,000 pounds provided second complete coating of moisture resistant varnish. this is not in excess of the force as calculated above. Quick disconnect connectors, fused or unfused as required, To limit the sidewall pressure at bends in duct and conduit shall be installed at all poles supporting a luminaire. Installation runs, the pulling force in pounds shall not exceed 100 times the shall conform to details in the Standard Plans. radius of the bend in feet. Adequate lubrication of the proper Pole and bracket cable shall be installed between the type to reduce friction in conduit and duct pulls shall be utilized disconnects and the luminaire. as necessary. The grease and oil-type lubricants used on lead Sufficient slack wire shall be installed at each junction box sheathed cables shall not be used on nonmetallic sheathed cables, to allow any conductor, cable, or splice within the junction box When wiring is noted for future connection, the ends of ' to be raised a minimum of 18 inches outside of the box. each wire or cable shall be sealed with an approved heat shrink I Insulated grounded conductors of size No. 6 or end cap. largersmeller shall be identified either by a continuous white or natural gray finish along its entire length or by an approved 8-20.3(9) Bonding, Grounding white marking for the full length of the visible conductor at all terminations,junction boxes,or accessible locations. Every conductor at every wire termination, connector, or be made nwehenieeRy mid elmrie"y p""fe is (elm__* device shall have a PVC wire marking sleeve bearing as its legend, the circuit number indicated in the contract. All terminal strips shall also bear the circuit number consistent with the contract. At all illumination circuit splices, each wire entering the splice shall have a PVC wire marking sleeve bearing as its legend the circuit number indicated in the contract. ' Page-SP-109 Revision Date: April 26, 1993 8-20 Illumination, Traffic Signal Systems, and Electrical 8-20 Illumination, Traffic Signal ' Systems, and Electrical Upon request of the Contractor, the Engineer will make the necessary arrangements with the serving utility to complete the service connections. Electrical energy used prior to completion ' eendui'T of the contract will be charged to the Contractor, except that the Identification of the equipment grounding conductor shall cost of energy used for public benefit, when such operation is conform to all Code requirements. ordered by the Engineer,will be borne by the S ate City. , Grounding of conduit and neutral at the service point shall Three types of power service are used as indicated be accomplished as required under the Code. Grounding of the below: neutral shall be accomplished only at the service. 1. Type I system dwD be single phase 120 vok,2 wire,60 cycle A.C.(traf5c signal service only) , 2. Type 11, system aha8 be single phase 240 volt, 2 wire, 60 cycle A.C. (stred ighting on contactor, individual eontro0ed photocell with no meotral wire) 3. Type III system sbaR be single phase 120/240 volt,3 wire 60 cycle A.C. (aired lighting contactor/traffic d W, grounded ' central service) leas than 8 feet it iengdi 4 they are 54 ineh er larger �r The power service point shall be as noted on the plans diametet` and shall be verified by the electrical servicing utility. The connection of the grounding electrode conductor to the The service cabinet shall be marked with the service grounding electrode shall be made with two approved ground agreement letters and numbers. The markings shall be installed clamps. All other grounding of the equipment grounding on the outside cabinet door near the top of the cabinet. The conductors throughout the system shall be by approved markings shall be series C using stencils and black enamel alkyd grounding bushings and clamps. gloss paint conforming to Federal Specification TT-E-489. Where direct burial cable or aerial illumination wiring is installed, a supplemental ground conforming to details in the 8-20.3(11) Feld Test Standard Plans shall be installed adjacent to each light standard Prior to completion of the work, the Contractor shall cause ' (timber, steel, or concrete)as detailed in the plans. the following tests to be made on all electrical circuits whose Messenger cable shall be bonded to steel strain poles by nominal operating voltage is from 115 volts to 600 volts other means of a bond strap connected between an approved U-bolt than direct burial installations in the presence of the Engineer: ' connector and a bonding lug on the pole. 1. Teat for continuity of each circuit. At points where shields or shielded conductors are 2. Test for grounds in each circuit which shall consist of grounded, the shields shall be neatly wired and terminated on the physical examination of the installation to ensure approved grounding lugs. that all required ground jumpers, devices, and All street tight standards, signal poles and other appurtenances do exist and are mechanically firm. standards on which electrical equipment is mounted shall be 3. A 500 volt megohm meter test on each circuit between grounded to a copper clad metallic ground rod 5/8" in the conductor and ground with all switch boards, panel diameter x 8'0" in length complete with a #8 AWG bare boards, fuse holders, switches, receptacles and ' copper bonding strap located in the nearest junction box. All overcurrent devices in place and all readings recorded. signal controller cabinets and signal/lighting service cabinets The Contractor shall furnish the Engineer with three shall be grounded to a 5/8" in diameter x 8'0" in length copies of the test results identifying observed readings ' copper clad metallic ground rod located in the nearest with their respective circuits. junction box with a bare copper bonding strap sized in Megger testing of illumination circuits, when accordance with the plans, specifications and applicable dimming controls have been installed, should be codes. performed on individual circuits when ballasts are not , Ground rods are considered miscellaneous items and all installed. costs are to be included with the system or conductors. The insulation resistance shall not be less than Ground straps are also miscellaneous items unless a separate 6 megohms between conductor and ground on those pay item is provided in the"Schedule of prices." circuits with total single conductor length of 2,500 feet ' and over, nor less flan 8 megohms for those circuits 8-20.300) Service with single conductor length of less than 2,500 feet. Power sources shown in the Plans are approximate only; Any change in the above stated minimum readings ' exact location will be determined in the field. must be approved in writing by the Engineer. Only those factors based on dielectric properties of conductor insulations, splicing insulations, terminal strip castings, etc., will be cause for consideration of a variance. 4. A functional teat in which it is demonstrated that each gratind assembiy- and every part of the system functions as specified or intended herein. ' Page-SP-110 ' Revision Date: April 26, 1993 ' 8-20 Illumination, Traffic Signal Systems, and Electrical 8-20 Illumination Traffic Sig nal Systems, and Electrical For those circuits below 115 volts nominal exceptinduction uctron Any parts that are damaged due to the Contractor's operations loop circuits and all direct burial circuits, the continuity tests, shall be repaired or replaced at the Contractor's expense, to the ' ground test, and functional test shall be performed. The megger satisfaction of the Engineer. test confirming insulation resistance of not less than 2 megohms Light standards shall not be erected on concrete foundations to ground shall be required. Testing requirements for induction until foundations have set at least 72 hours, and shall be raked ' loop circuits shall be as noted in Section 8-20.3(14)D. sufficiently to be plumb after all load has been placed, or as Any fault in any material or in any part of the installation otherwise directed by the Engineer. revealed by these tests shall be replaced or repaired by the Contractor in a mariner approved by the Engineer, and the same Lest shall be repeated until no fault appears. k4er RH Wets heve beat completed fet traffic �j, ' l A41 % sh 3. Anchor bolts shall extend through the top heavy hex nut two full threads. the—Engineer.—No change to stop and go operation will be 4. allowed after 2 p.m. on any day nor will the change be allowed on Friday, weekends, holidays, or the day preceding a holiday. ' 1. Requests for traM signal turn on will not be considered ' until a pre-turn on inspection of signal system has taken palace. 2. All discrepancies and deficiencies must be corrected by the contractor and re-inspected prior to requesting signal qua ' on date. • 3. Requests for signal turn on shall not be considered until 6. Anchor bolts damaged after the foundation concrete is electrical service to the intersection has been provided and placed shall not be repaired by bending or welding. has been energized by the electric utility. The Contractor's repair procedure is to be submitted to 4. A minim®of three(3)working days notice will be the Engineer for approval nor to mai in an required for signal turn on. g PP P • 8 Y roPa�• 5. Channelization at the intersection most be complete per The Procedure is to include rt rtwving the damaged plan before requesting signal tuns on date. Any deletions portion of the anchor bolt, cutting threads on the of channelizotion prior to tarn on must be approved by the undamaged portion to remain, the installation of an engineer' approved threaded sleeve nut and stud, and repairing 6. City forces shall provide,post and maintain proper signing the foundation with epoxy concrete repair. warning of new signal ahead. 7. The grout pad shall not extend above the elevation of ' 8-20.302) Painting the bottom of the slip base. All painting required shall be done in conformance with 8. Anchor bolts shall be installed plumb, t 1 degree. applicable portions of Section 6-07. 9- Prior w painting, all galvanized surfaces shall be treated as Plans.in the Standaid ' specified in Seetiem 6 Section 6-07.3(4). Controller cabinets shall be finished inside with an approved finish coat of exterior white metal enamel and outside with an approved enamel finish, light gray or aluminum in color. If the finish is damaged before final installation, the Engineer may require field painting as follows: First coat of Formula A-6-86, second and third coats of Formula D-1-57. Galvanized steel, aluminum or concrete light standards and luminaires shall not be painted. ' 8-20.3(13) Illumination Systems 3 8-20.3(13)A Light Standards ' Light standards shall be handled when loading, unloading, and erecting in such a manner that they will not be damaged. ' Page-SP-111 Revision Date: April 26, 1993 8-20 Dltm ination, Traffic Signal Systems, and Electrical 8-20 Illumination,Traffic Signal Systems, and Electrical ' AD hardware (bolts, nuts, screws, washers, etc.) needed to complete the inmanation shall be stainless steel.rem rnmen detio I"- ' I.D.(Identification for poles): Ile contractor shall supply and k" a combination of 4- digits and one letter on each pole, whether iodindual taminaire or signal pole with hminair. The letter and , numbers combination shall be mounted at the 15 foot level on the pole facing approaching traffic. Legends shall be sealed in�rrnalien shaN be St"Ted an the tag! with transparent film, resistant to dust, weather and . ultraviolet exposure. Ile decal markers shall be 3 inch a- 61minaire,we"M. square with gothic gold, white rellectorizeed 2 inch legend on ' � 6uminaire vehl . a black background. The I.D. amber will be assigned to each pole at the end of the contract or project by the City All new light standards shall be numbered for identification traffic engineering office. in accordance with the Plans using painted 3-inch series C Cost for the decals shall be considered incidental to the ' numbers installed three fed above the base facing the travelled contract bid. way. Paint shall be black enamel alkyd gloss conforming to Light standards shall be span aluminum davit style and Federal Specification 7T-E-489. shall meet the pole detail requirements indicated below and In setting timber poles, the Contractor shall provide a the detail sheets at the end of these specifications. minimum burial of 10 percent of the total pole length plus 2 feet The pole shaft shall be provided with a 4" x 6" flush and shall plumb or rake the poles as directed by the Engineer. hand hole near the base and a matching metal cover secured The hand hole shall be located at 90 degrees to the davit with stainless steel screws or bolts. ' arm on the side away from traffic. A grounding lug or nut The pole shall be adjusted for plumb after all needed shall be provided in the hand hole frame.or inside the hand equipment has been installed thereon. After pole is installed hole frame or inside the pole shaft to attach a ground bonding and plumbed, nuts shall be tightened on anchor bolts using strap. proper sized sockets, open end, or box wrenches. Use of ' All poles and davit arms shall be designed to support a pliers, pipe wrenches, or other boob that can damage luminaire weight of 50 Ibs. or more and to withstand galvanizing will not be permitted. Tools shall be of sufficient pressures caused by wind bads of 85 m.p.h. with gust factor size to achieve adequate torquing of the nuts. the space , of 1.3. between the concrete foundation and the bottom of the pole All poles shall maintain a minimum safety factor of 4.38 base plate shall be filled with a dry pack mortis grout and p.s.i. on yield strength of weight bad and 2.33 p.s.i. for basic trowled to a smooth finish conforming to the contour of the wind pressure. pole base plate. Davit Arms: Dry pack mortar grout shall consist of a 1:3 mixture of ' The davit style arm shall incorporate a 5'9" radius bend as Portland cement and fine sand with just enough water so that measured from the centerline of the shaft. 'Ile outer portion the mixture will stick together on being molded into a ball by of the arm shall be nearly horizontal to +2'above horizontal hand, and will not exude moisture when so pressed. A one ' and shall be furnished with a 2" diameter shipfitter with a maximum length of 8 inches to fit the hinaire specified. half loch drain hole shall be left in the bottom of the m grout The pole end of the davit arm tube shall be fastened securely pad as shown on the standard detail. to the top of the shaft producing a flush joint with an even profile. 8-20.3(14) Signal Systems ' Anchor Base: All signal conductors shall be stranded copper and shall A one piece anchor base of adequate strength,shape and size have 600 volt insulation and be of the sizes noted on the shall be secured to the lower end of the shaft so that the base plans. All mufti-conductors used for the signal system shall shall be capable of resisting at its yield point the bending , conform to division moment of the shaft at its yield point. The base shaldivision 9-29.3 and shall be of the sizes noted on provided with four dotted or round holes to receive the the signal wiring schedule and wiring diagram. All stranded anchor bolts. Nut corers shall be provided with each pole. wires terminated at a terminal block shall have an open end, Anchor Bolts: crimp style soderltss terminal connector, and all solid wires Four steel anchor bolts,each fitted with two hem and two terminated at a terminal block shall have an open end washers,sW be famished with the pole. Anchor bolts shall soldered terminal connector. All terminals shall be installed meet the requirements of Section 9-06.5(3) and 9-065(4). with a tool designed for the installation of the correct type of 'Ile anchor bolt yield point shall be capable of resisting the connector and crimping with pliers,wire cutters,etc.,will not ' bending moment of the pole shaft at its yield point be allowed. All wiring inside the controller cabinet shall be The contractor shall assure that all anchor bolts conform to the recommended ASTM specifications of the pole trimmed and cabled together to make a seat,clean appearing manufacturer and shall secure and submit to the City for installation. No splicing of any traffse signal conductor shall approval all manufacturer data on pole bending moment, be Permitted unless otherwise indicated on the plans. All anchor bolt fabrication data, test results and any other data conductor runs shall be attached to appropriate signal that may be required to confirm that the anchor bolts meet terminal boards with pressure type binding posts. The only these specifications. exceptions shall be the splices for detector loops at the nearest ' Nfi ceBaneow Hardware: junction box to the loops. Page-SP-112 , Revision Date: April 26, 1993 8-20 Illumination Traffic Sig nal Systems, and Electrical 8-20 Illumination,Traffic Signal ' Systems, and Electrical Test C — A megger test shall be made between the loop ' 8-20.3(14)A Signal Controllers circuit and grounding. The resistance shall equal or exceed All control cabinets and control equipment shall be factory 50 megohms. wired ready for operation. Field work will be limited to placing If any of the installations fails to pass all tests, the loop cabinets and equipment and the connecting field wiring to field installation or lead-in cable shall be repaired and replaced and ' terminal strips. All controller cabinets shall be installed on a then retested. silicone seal pad. The Contractor shall keep records of field testing and shall furnish the engineer with a copy of the results. 8-20.3(14)C Induction Loop Vehicle Detectors Induction loops shall be constructed as detailed in the 8-20.3(14)E Signal Standards Contract and the following: Traffic signal standards shall be furnished and installed in 1. Loop wire shall conform to Section 9-29.3. accordance with the methods and materials noted in the contract 2. Lead-in cable shall conform to Section 9-29.3. and the following: 1. All dimensions and orientations will be field verified by the Engineer prior to fabrication. Ge++H set. 2. The signal standard component identification shall 4. Each loop shall be the size and number of turns conform to details in the Plans. indicated in the Plans. 3. Disconnect connectors complete with pole and bracket 5. No loop installation will be done in rainy weather or cable shall be installed in any signal standard when the pavement is wet. supporting a luminaire. 6. All saw cuts shall be cleaned with a high pressure washer and dried with 100 .psi minimum air Wiring- pressure, to the satisfaction of*the Engineer. If traffic is allowed over the sawcut prior to wire installation,the sawcuts shall be cleaned again. 5. All pole entrances required for pole-mounted signal heads, cabinets, signs, pedestrian push button ' assemblies,etc., shall be field drilled. . 6. Damage to the galvanized pole surface resulting from 7. Wiring shall be installed with a blunt-nosed wooden field drilling shall be repaired with approved zinc rich wedge. paint. 8. All slack shall be removed from the wiring prior to 7. Field welding will not be allowed. installation of rope. Kinks in wiring or folding back of 8. All tenons shall be factory installed. excess wiring will not be allowed. 9. All welding shall be completed prior to galvanizing. ' 9. Sawcut sealant shall conform to ASTM D 312 Type 4. 10. Foundations shall be constructed to provide the pole Other sealants may be used if approved by the orientation noted in the plans. Engineer. 11. The pole shall be plumbed after signal heads are 10. Sealant shall be applied such that air bubbles or foam installed. will not be trapped in the Sawcut. 12. The space between the bottom base plate and the top of 11. Splices to loop return cables shall be made with foundation shall be filled with grout, with a 3/8-inch soldered compression type connectors. plastic drain tube. ' 13. Anchor bolts shall be installed to that two full threads 8-20.3(14)D Test for Induction Loops and Lead-in extend above the top of the base plate. Cable 14. The signal standard and its fabrication shall All tests shall be performed by the Contractor in the conform with all current Washington State presence of the Engineer for each loop. The tests shall be Department of Transportation Signal Standard performed at the amplifier location after complete installation of Specifications and current pre-approved plans by the loop. All costs associated with testing shall be included in the WSDOT. ' 15. Installation of all nuts and bolts shall be unit contract prices of the respective bid items. performed Test A — The DC resistance between the two lead-in cable with proper sized sockets, open end or box wires will be measured by a volt ohm meter. The resistance shall wrenches. Use of pipe wreothes or other took not exceed 5 ohms. which can damage the galvanization of the nuts and ' Test B — A mcgohm meter test at 500 volts DC shall be bolts will not be pe'mitted• made between the lead-in cable shield and grounding, Tools shall be of a sufficient size and gro g, prior to strength to rate achieve ad torquing connection to grounding. The resistance shall equal or exceed M 9 ing of the nut(s). 50 megohms. Page-SP-113 Revision Date: April 26, 1993 8-20 Illumination, Traffic Signal Systems, and Electrical 8-20 Illumination, Traffic Signal ' Systems, and Electrical Signal standards shall ;not be erected on concrete foundations until foundations have set at least 14 days and have the pipe it steesidwiee oidt the abeve ijeW attained 80 percent of design strength. jee �ig required, ng , 8-20.3(15) Grout Grout shall conform to the requirements of Section when eenduit is ineltsded en 6 03.3(36). , After the pole is plumbed the space between the concrete foundation and the bottom of the pole base plate iiysbe n showit. shall be filled with a dry pack mortar grout trowled to a All coats for installing conduit containing both signal and smooth finish conforming to the contour of the pole base illumination wiring shall be included in the contract prices for the plate. Dry pack mortar grout shall consist of a 1:3 mixture of signal system. portland cement and fine sand with just enough water so that All costa for installing junction boxes containing both the mixture will stick together on being molded into a ball by illumination and signal wiring shall be included in the contras , hand and will not exude moisture when so pressed. A one prices for the signal system. half inch drain hole shall be left in the bottom of the grout The unit prices for the items meted below shall be full pad as shown on the standard detail. compensation for furnishing and installing each item and for all labor, materials, tools, equipment and testing necessary ' 8-20.4 Measurement and/or incidental for the full and complete installation as per When shown as lump sum in the Plans or in the proposal as the contract plans,detail sheets and these specifications. illumination system _, traffic signal display and detection 3. Trench and Backfill.........wide by........."deep, " system _, or traffic signal per linear foot. Y gnal control system _, no specific The unit contract price for(3) "Trench and Backfill" per unit of measurement will apply, but measurement will be for the sum total of all items for a complete system to be furnished and linear foot shall be full compensation for excavating, loading,end otherwise ells installed, ul►nb posing of the waste materials, for Conduit of the kind and diameter specified in the Schedule baekfilling and compacting baekfill material to specified of Prices will be measured by the linear foot for the actual neat density and for the restoration of the trench to its pre-existing line length in place, unless the conduit is included in an condition or as shown on the plans or as directed by the ' illumination gal system, or other type of electrical system, signal a , Engineer all inaccordance with the plans+ specifications and system lump sum bid item. detail sheets. 4, "Selma Trench Baekfill " Measurement for unit price items shall be as described in per ton. (4)"Select Trench Section 8-20.5 or as described in the contract schedule of Backfill"shall consist of 5/8" minus crushed surfacing ' prices and/or special provisions. top course and the unit per ton price shall include all costs associated with furnishing and installing the material and loading,hauling and disposing of waste 8-20.5 Payment materials. ' Payment will be made for each of the following bid items 5. .........Foundation, .........per each.* that are included in the proposal: 6. "Type....Junction box,"per each. ' 1. 'Illumination System_",lump sum. 'The unit per each rice for y p p (S)"Foundation" and 2. "Traffic Signal System_", (6)"Junction Box" shall be full compensation for full and lump sum. complete installation per the plans, specifications and detail 3 sheets including enclosing each item in a finished concrete The lumpsum contract rice for "Illumination System pad which shall be incidental unless a ' P Y �atrWy � h _", and "Traffic Signal System included in the Schedule of Prices for"Concrete Pad." _", hall be full pay for 7. "Concrete Pad,"per square yard. furnishing all labor, materials, tools, and equipment necessary Measurement for (T)"Concrete Pad" shall be by the for the construction of the complete electrical system, modifying square yard of surface area enclosed inclusive of and not existing systems, or both, as shown in the Plans and herein subtracting for the area of the junction box or foundation specified including excavation, backfilling, concrete foundations, enclosed and shall be full compensation for full and complete conduit, wiring, restoring facilities destroyed or damaged during installation as per the plans,specifications and detain sheets. construction, salvaging existing materials, and for making all S. "......."Schedule 40 Conduit,P.V.C."per linear , required tests. All additional materials and labor, not shown in fooLa the plans or called for herein and which are required to complete 9. ......••.Schedule 80 eonduk,P.V.C.,"per linear the electrical system, shall be included in the lump sum contract foot.* , price. • The unit contract price for conduit shall include all 4.'Gemduit Pile_ conduit, couplings, adapters, elhows, bends, reducers, bell ends, bushings, and any other material, labor or equipment , necessary to complete the installation of the conduit. Page-SP-114 Revision Date: April 26, 1993 ' 8-21 Permanent Signing 8-21 Permanent Si tg�g ' Measurement shall be by linear foot from end of conduit to 26. "Emergency Vehicle pre-emption detector,"per each. end of conduit as measured from the top of grade along the 27. "Opticom discriminator card," per each middle of the trench line and adding a vertical measurement 28. "Detector amplifier,"per each. ' at the end of each conduit run equal to the design depth of 29. "Street light fuse hit,"per each. the trench. No payment shall be made for additional conduit 30. "Pedestrian push button with sign, "per each. used by the contractor due to horizontal or vertical weaving 31. "Pedestrian push button post,"per each. of the conduit within the trench line. 32. "Pedestrian signal pole, Type I,10-fed,"per each. ' 10. "Street Light Standard .......," per each. 33. "Relocate existing.......pole,"per each. 11. ........watt...Luminsire and lamp," per each. The unit per each price for "relocate existing ....pole" 12. ........watt...Luminaire and lamp with photocell," per shall be full compensation for removing the pole from its each, existing foundation, removing and salvaging or re4utalling 13. .......AWG....copper wire,"per linear foot. existing equipment, Plugging boles as required and installing 14. "Service cabinet, "per each. the pole on its new foundation and shall include all labor, The unit per each price for(14)"Service cabinet"shall be tools, materials, equipment and any other costs necessary full compensation for furnishing and installing the cabinet and/or incidental to complete the installation and make the and for risers, standoffs and any other materials, labor or electrical equipment operational all in accordance with the costs associated with providing electrical service as required plans,specifications and detail sheets. by the electrical utility, the contract plans, details and 34. "Remove existing.......Foundation,"per each. ' specifications and not included as separate pay items in the The unit per each price for"Remove existing foundation" contract schedule of prices. shall be full compensation for full and complete removal and 15. "........Signal head......," per each. hauling and disposal of the foundation. 16. ".......Signal head mounting hardware,"per lump snm. 8-21 Permanent Signing The lump sum price for (16)"....Signal head mounting � g hardware" shall be full compensation for supplying and installing all traffic or pedestrian signal head mounting 8-21.3 Construction Requirements hardware in conformance with the plans, specifications and detail sheets. 17. "Pole mounted terminal box,..."x..."x...", and 8-21.3(4) Sign Removal ' mounting hardware," per each. Where shown in the Plans or ordered by the Engineer, the 18. "2/c shld loop return cable," per linear foot. existing signs and, if so indicated, the sign structures shall be 19. "3/C shid pre-emption cable,"per linear foot. removed by the Contractor. Where indicated, the Contractor 20. "...-pair shid interconnect cable," per linear foot. shall remove concrete pedestals to a minimum of 12 inches 21. "Traffic signal controller and cabinet," per each. below finished grade and backfill the hole to the satisfaction of 22. "Traffic signal wire," per lump sum. the Engineer. Where the existing sign post is located within a 23. "Signal standard, Type...,with ...-foot mast arm," sidewalk area,the Contractor shall remove the post and finish the per each. area so as to make the sidewalk continuous. Wood signs, wood 24. "Induction loop vehicle detector." per linear foot. sign posts, and wood structures shall become the property of the The unit linear foot contract price for (24)"Induction bop vehicle detector" shall be measured by the linear feet of City. Metal signs,metal ' full depth sawcut required for installation. The unit price sign posts, and metal structural members shall remain the shall be full compensation for full and complete installation property of the State and shall be stockpiled, as specified by the including wire, sealant and all other labor, materials, tools Engineer, at the location designated in the Special Provisions. ' and equipment required to complete the installation in The Contractor shall disassemble all signs and remove the accordance with the plans, specifications and detail sheets. windbeams. The signs shall be disassembled in such a manner as The unit price shall also include providing and installing to leave them in a reusable condition. When ordered by the conduit stub-outs and soldered splices, splices to loop return Engineer, the signs and windbeams shall be bundled and ' cables unless separate pay items are included in the contract stepped to Pallets so they can be handled by a forklift. schedule of prices for these other items. Sawcutting shall be considered incidental to the loop installation whether. or not 8-21.3(10) Sign Lighting there is a separate pay item in the contract for sawcutting. Where indicated in the Plans+ the Contractor shall ' Measurement for a standard 6'x 6' induction loop shall be 28 furnish and install external sign illumination equipment. Sign linear feet. Sawcutting for loop "Home runs" shall be done illumination equipment shall include rnhwes, brackets, such as to minimize the total linear feet of sawcutting conduit, electrical wire,and other material required to make required by means of proper locating of bop return "Stub- the sign lighting equipment operable. The Contractor shall out", by direct routing of "home runs" and by combining up intercept electrical conductors and make approved conductor to 4 pairs of bop wires in a single "home run" sawcut. Loop splices at the nearest junction box or other source of power as and "Home Run" layout shall be approved by the Engineer now to the Plans. The Contractor shall demonstrate to the ' before sawcutting takes place. Engineer the complete and satisfactory operation of each and 24. ".. ....Splice kit," per each. every lighting fixture used for sign illumination. ' Page-SP-11 S Revision Date: April 26, 1993 8-22 Pavement Marking 8-22 Pavement Marking roadways with one way travel, the left edge stripe in the , 8-21.3(10)A Sign Lighting Luminaires direction of travel shall be YELLOW. Sign lighting luminaires shall meet the requirements of Dotted Extension Stripe ' Section 9-28.16. The sign lighting luminaire shall be supported by a A BROKEN LINE, 4 inches wide used to guide lighting bracket assembly as detailed in the Standard Plans. vehicles through an interchange or intersection. The broken The luminaire shall be served by 314 inch rigid steel conduit. pattern will be based on a 6-foot pattern consisting of a The maximum horizontal spacing of sign lighting 2-foot lute and a 4-foot gap. Dotted extension stripe shall be luminaire fixtures shall be 16 feet 0 inches. End spacing of the same color as the line it is extending. the outside fixtures to the edge of the sign should be one half Gere StripeApproach Stripe of the spacing between adjacent factures. Spacing between A SOLID WHITE line, 8 inches wide, used-et-freew � ' adjacent fixtures shall be uniform. to delineate If two or more closely spaced signs are in the same turn lanes from through lanes, for traffic islands, and for vertical plane on a structure, it shall be permissible to treat hash marks. Hash ivwdk eftipas sh&H be Fisteed en 45 degiee , the signs as one unit in order to establish uniform fixture spacing and light levels. Illuminated signs 16 feet 0 inches or less in width shall Lane Stripe have one fixture, and those wider than 16 feet 0 inches shall A BROKEN WHITE line, 4 inches wide, used to , have two or more fixtures in accordance with the above delineate adjacent lanes travelling in the same direction. The criteria or as shown in the Plans. broken or "skip" pattern shall be based on a-494eet24-foot An isolation switch shall be provided in the line side unit consisting of a !9 feet 9-foot line and a-30`feet 15-foot conductors, mounted over the shoulder to de-energize all gap. luminaires for maintenance purposes. The switch shall be single pole, single throw, or double-pole, single throw as Drop Lane Sttipe{Skip Approach Line) necessary to open all conductors to the luminaires other than A BROKEN WHITE line, 8 inches wide, used to neutral and ground conductors. The switch shall contain 600 delineate a line that end s'-mreff-fainP• The broken or ' volt terminal strips on the load side with solderless box lugs "skip" pattern shall be based on a 24 4-foot unit consisting as required plus four spare lugs per strip. The switch of a 93-foot line and a 154-2-foot gap. enclosure shall be rated NEMA 3 or better. No Pass Stripe , Conductors between the junction box or other source of power and the sign luminaire shall be code sized and the insulation shall be cross linked polyethylene type USE. 8-22 Pavement Marking , 8-22.1 Description Rei ersibie Lane 808pe ' This work shall consist of furnishing and installing iieparmad " ' ramelli pavement markings upon the roadway surface in accordance with the Plans, Standard Plans, and these Specifications, at locations ands 3„fime g rr ' shown in the Contract or as directed by the Engineer. Pavement markings are defined as follows: Two Way Left Turn Stripe Skip Center Stripe A SOLID YELLOW line, 4 inches wide, with a ' BROKEN YELLOW line, 4 inches wide, separated by a A BROKEN YELLOW line 4 inches wide. The broken 4-inch apace. The broken or "skip" pattern shall be based or "skip" pattern shall be based on a--40-feet 24-foot unit on a�0-fleet 24 foot unit consisting of a��feet 9-foot line consisting of t-18-feet 9-foot line and a 3�feet 15-foot gip. and a-30-feet 15-foot space. The solid line shall be installed ' Skip center stripe is used as center line delineation on two to the right of the broken line in the direction of travel. lane or three lane,two way highways. Barrier Stripe Double Yellow Center Stripe A SOLID YELLOW lone, 18 inches wide-n�leee-meted Two SOLID YELLOW lines, each 4 inches wide, separated by a 4-inc-,on space. Double yellow in dw-Genhmet. center stripe is used as center line delineation on muhilane, Crosswalk Stripe ' two way highways and for channelization. A SOLID WHITE line,-4-2 8 inches wide and 10-feet Edge Stripe long, installed parallel to another crosswalk stripe-vAO! * A SOLID line, 4 inches wide, used on the edges of the Centre and parallel to the direction of traffic flow and traveled way. Edge stripes shall be WHITE except that on , Page-SP-116 ' Revision Date: April 26, 1993 ' 8-22 Pavement Marking 8-22 Pavement Marking centered in pairs on lane lines and the center of lanes. 4-inch-wide line which will be the basis for measurement of See detail sheet.. yield. ' Step Bar The second application of the paint shall be applied at a rate of not more than 120 square feet per gallon (approximately A SOLID WHITE line,—l$ 12, 18 or 24 inches wide 15 mils wet thickness). This rate is effectively 15 gallons of paint unless as noted otherwise in on the Contract plans. per mile of SOLID 4-inch-wide line, which will be the basis of ' Traffic Arrow measurement of yield. A WHITE marling conforming to details in the 8-22.3(4) Beading Contract. All paint markings and all hot extruded plastic markings Traffic 1etlerLegend shall be top dressed with beads. The application rate of beading A WHITE marking on painted markings shall be 74 pounds of beads per gallon of paint. The bead application system shall provide a uniform bead using alphabetical distribution over the entire surface of the marking. Beads shall be letters.- applied to hot extruded plastic material while in the semi-liquid state on the roadway. Beads shall be applied to paint markings at the same time the paint is applied to the roadway. ' higlr.See contract plans and detail sheets. 8-22,3(5) Tolerances for Line Stripes Handicapped Parking Stall Symbol Allowable tolerances for stripes are as follows: A WHITE marking conforming to details in the Length of Stripe: The longitudinal accuma lstive error Contract. within a-4&4eet 24-foot length of skip stripe shall not exceed plus or minus 1 inch. Preferential Lane Symbol Width of Stripe: The width of stripe shall not vary A WHITE marking conforming to details in the more than plus or minus 1/4 inch. Contract. Lane Width: The lane width, which is defined as the Railroad Crossing Symbol lateral width from the edge of pavement to the center of the A WHITE marking conforming to details in the lane line or between the centers of successive lane lines, ' Contract. The letters included in the railroad crossing shall not vary from the widths shown in the Contract by more than plus or minus 4 inches. symbol shall conform to the FHWA publication Standard Film Thickness: A film thickness tolerance not Alphabet for Highway Signs and Pavement Markings for' exceeding 10 percent will be allowed for thickness or yield proportion. in paint application. Cycle Detector Symbol A WHITE marking conforming to details in the 8-22'3(6) Installation Instructions Contract. Installation instructions for plastic markings shall be ' provided for both the Contractor and the Engineer. All materials Drainage Marking shall be installed according to the manufacturer's A WHITE marking consisting of a 4-inch by 12-inch recommendations strip of plastic pavement marking material placed at the shell be Fresent *I the initial rneteri*! insteastion to &,Preve location of a cross-culvert, 1 foot outside the pavement edge stripe, with the 12-inch length parallel to the longitudinal Where shown on the plans or directed by the Engineer, axis of the pipe. the Contractor shall remove all old or conflicting stripes, ' lines, buttons, or markers as required to complete the 8-22.3(3) Paint Application channelization of the project as shown on the plans or detail Two applications of paint will be required to completeen all sheets. This work shall be considered incidental to other paint stripe markings. The time period between paint applications contract pay items and no further compensation shall be will vary depending on the type of pavement as follows: made unless a separate pay item or items are provided for Pavement Type Time Period such removal. ' Bituminous Surface Treatment 4 hrs. min.,48 hrs. max. 8-22.4 Measurement Asphalt Concrete Pavement 4 hrs. min.,30 days max. Cement Concrete Pavement 4 bra. min.,30 days max. Skip center stripe, skip center stripe with no-pass stripe, double yellow center stripe, edge stripe, dotted extension stripe, 1 where paint is applied on centerline on two-way roads with lane stripe, drop lane stripe, double no-pass stripe, reversible bituminous surface treatment, the second paint application shall lane stripe, and two way left turn stripe will be measured by the be applied in the opposite direction as the first application. linear foot as "Paint Stripe" or "Plastic Stripe." The The first application of paint shall be applied at a rate of not measurement will be based on ' more than 160 square feet per gallon (approximately 10 mils wet marking system capable of simultaneous application of three thickness). This rate is effectively 10 gallons per mile of SOLID 4-inch lines with two 4-inch spaces. No deduction will be made Page-SP-117 Revision Date: Apri 26, 1993 9-02 Bituminous Materials 9-02 Bituminous Muterials for unpainted area when the marking includes a skip line such as 16. "Painted Preferential Lane Symbol Type_",per , skip center stripe, skip center stripe with no-pass stripe, lane each. stripe, reversible lane stripe, or two way left turn stripe. No 17. "Plastic Preferential Lane Symbol Type_",per addition will be allowed when more than one line can be installed each. ' on a single pass such as skip center stripe with no-pass stripe, 18. "Painted Railroad Crossing Symbol",per each. double yellow center stripe, double no-pass stripe, reversible 19. "Plastic Railroad Crossing Symbol",per each. lane stripe,or two-way left turn stripe. 20. "Painted Cycle Detector Symbol",per each. GereApproach stripe, barrier stripe, crosswalk stripe, and 21. "Plastic Drainage Marking",per each. , stop bar will be measured by the linear foot of each marking 22. "Remove Paint Line....."wide,"per linear foot.' tom• 23. "Remove Plastic Line......I Wide,"per linear foot.* Traffic arrows will be measured by the unit with each arrow 24. "Remove misting traffic markings, "per lump sum.* head defined as a unit. • The linear foot contract price for 21. "Remove Paint ' Line" and 22. "Remove Plastic Line" and the lump sum efte'1r' contract price for 23. "Remove existing traffic markings" Traffic letleralegends, handicapped parking stall symbols, shall be full compensation for removal of ousting traffic preferential lane symbols, railroad crossing symbols, drainage markings as per the plans,specifications and detail sheets. If markings, and cycle detector symbols will be measured by the these pay items do not appear in the contract schedule of unit• prices,then the removal of old or conflicting traffic markings Measurement for Paint/plastic stripe line removed shall required to complete the channelization of the project as ' be by the linear foot of"...." wide line or shall be included in shown on the plans or detail sheds shall be considered the lump sum price for "remove existing traffic markings." incidental to other items in the contract and no further compensation shall be made. ' 8-22.5 Payment The unit contract prices for the above listed bid items shall be full pay for furnishing all labor, tools, material, and Payment will be made for each of the following bid items equipment necessary for the completion of the work as that are included in the proposal: specified. 1. "Paint Stripe",per linear foot. 2. "Plastic Stripe",per linear foot. The unit contract prices for the above listed bid items shall 3. "Painted GereApproach Stripe",per linear foot. be full pay for furnishing all labor, tools, material, and " er equipment necessary for the completion of the work as specified. ' 5. "Painted Barrier Stripe",per linear foot. 6. "Plastic Barrier Stripe",per linear foot. 7. "Painted Crosswalk Stripe",per linear foot. 8. "Plastic Crosswalk Stripe",per linear foot. , 9. "Painted Stop Bar",per linear foot. Division 9 10. "Plastic Stop Bar", per linear foot. Materials 11. "Painted Traffic Arrow",per each. 12. "Plastic Traffic Arrow",per each. ' 13. "Painted Traffic 6e terLegend",per each. 14. "Plastic Traffic LeaerLegend",per each. 9-02 Bituminous Materials 15. "Painted Handicapped Parking Stall Symbol",per ' each. 9-02.1 Asphalt Material, General 9-02.1(4) Paving Asphalt ' WSDOT Teat Viscosity Grade Characteristics Method AR-4WW AR-20MW Tests oa Residue from RTFC Procedure[ 208 Absolute Viscosity at 140 F,poise 203 2500-5000 1500-2500 ' Kinematic Viscosity at 275 F cSt,rain. 202 275 200 Penetration at 77 F 100g/5 sec, min. 201 40 So Percent of Original Penetration at 77F min. z 45 40 Ductility at 45 F(I cm/min.) ' cm.min. 213 10 20 Test on Original Asphalt Flashpoint(Cleveland Open Cup) F min. 206 440 425 ' Page-SP-118 Revision Date: April 26, 1993 ' 9-03 Aggregates 9-03 Aggregates Solubility in Trkhloroethylene, % min. 214 99.0 99.0 1TF0 may be used but RTFC shall be the referee method. ZOriginal penetration as well as penetration after RTFC loss will be determined by WSDOT Test Method 201. 9-02.1(8) Vsean hoop Sealant 9-03 Aggregates Unless specified otherwise in the contract or permitted by the Engineer upon request from the contractor, bop sealant shall be hot-melt, rubberized asphalt sealant (Crafco Loop 9-03.1 Aggregates for Portland Cement Concrete Detector Sealant or approved equal), shall meet the penetration, flow and resilience specifications of ASTM D3407 and shall be installed with an approved applicator in 9-03.1(3)E Concrete Strength: State Provided Mix conformance with manufacturer's recommendations. Designs The contractor shall request and obtain approval from the Engineer for the type of hoop sealant to be used before installing detector bops and shall submit manufacturer ' cutsbeets or other data if requested by the Engineer in order to enable the Engineer to determine the acceptability of the sealant. All loop sealant shall only be installed in thoroughly clean and dry pavement and shall be applied in conformance with the methods required as to temperature and means of application such as to completely fill the sawcut area, encapsulate the bop wires and adhere to the pavement. 9-02.2 Sampling and Aeeeptwiee Coarse aggregate sources for use in State provided mat The asphalt supplier shall sample each b designs shall be qualified ad or other lot d based on their relative strength that is shipped for use on work under the jurisdiction of the compared to concrete aggregates from Steilacoom, Department of Transportation. The sample shall consist of Washington (WSDOT pit designation P.S. B-1). Concrete ' one quart (two or more quarts for emulsified asphalt), taken shall be made from the proposed coarse aggregate,graded to directly from the material during or after loading, properly comply with the requirements of these Specifications, and labeled, and retained for a minimum of six months. When combined with the specified proportions of cement and the fine aggregate proposed for use with the coarse aggregate. requested by the Engineer, any or all of these samples shall �� be promptly shipped to the Materials Laboratory, P.O. Box For aggregates to qualify for State provided class 3000 and 167, Olympia, Washington 98504, or 1655 So. Second Ave., 4000 mix designs,concrete strength at the age of 14 days shall Tumwater, Washington 98502. not be less than 90 percent of that developed by concrete The produeer 9hall ship by prepaid e*press or U.S. Mail made from the same cement and washed sand and gravel from Steilacoom. Aggregates from the test source and from shipped for me an work tinder the jurisdietion of ll' Steilacoom shall be of the same grading and the concrete shall DePartment OF Transportation. The soimple shall eens6f-of be mixed in the same proportions and to the same ' one quar4 (t"@ or more quarts for emelsiFied ' talien consistency. For State provided class 5000 the required direetly from tile material during or after prope minimum shall be 95 percent of the concrete strength ' compared to the Steilacoom aggregate. For portland cement ' concrete pavement a minimum of 90 percent based on • flexural strength shall be required. Metal quart sample cans shall be cylindrical or The increase of cement content or the use of concrete rectangular in shape with a 1-3/4 inch hole and a screw cap. admixtures will not be permitted for the purpose of qualifying ' Cans with smaller holes, friction top paint cans, and glass an aggregate source. jars will not be accepted. Clean polyethylene or similar plastic nonreactive containers will be required for emulsified 9-03.8 Aggregates for Asphalt Concrete asphalt. Identification labels (Form 350-028) for the asphalt cans 9-03.8(2) Test Requirements will be supplied by the Department of Transportation. Aggregate for asphalt concrete shall meet the following test requirements: Pae!,--:i P-119 Revision Da :' 3,pril 26, 1993 9-03 Aggregates 9-03 Aggregates , Class of Asphalt Concrete requirements listed in Section 9-03.8(1) and shall meet the A B D E F G appropriate fracture and sand equivalent requirements as listed in Fracture,by weight 1 2 3 4 4 2(See Note) Section 9 03.8(2). Saari Equivalent Min. 45 4 — 45 35 45 , 5 9-03.8(6) Proportions of Materials The materials of which asphah concrete is composed shall be of such sizes, gradings, and quantities that, when ITbe fracture requirements are at least one fractured face on Proportioned and mixed together, they will produce a well 90 percent of the material retained on each sieve size U.S. No. 10 and graded mixture within the requirements listed in the table which above,if that sieve retains more than 5 percent of the total sample. follows. 21be fracture requirements are at least one fractured face on The percentages of aggregate refers to completed dry mix, 75 percent of the material retained on each sieve size U.S. No. 10 and and includes mineral filler when used. ' above,if that sieve retains more than 5 percent of the total sample. Grading Regtorementa Sieve Sae Class A Class B Class D Class E Chm F Claw G 3Itbe fracture requirements are at least two fractured faces laeeam Pawing square oo on 75 percent and at least one fractured face on 90 pet of the 1.q� — — _ 90-100 — saat.erisl rataiaw as each sieve, U.S. No. 8 and above, if that sieve 3/4•square 100 — — retains more than S — — — 100 - e.._ percent of the total sample. 5/g•aq� — l00 --- 67-86 rue fracture requirements are at least one fractured face 1/2•square "-100 90.100 100 6040 90-100 100 on 50 percent of the material retained on each sieve size U.S. No. 3/8.quare 75-90 75-90 97-100 97-100 10 and above, if that sieve retains more than 5 percent of the total 1/4•maple square SS-7S SS 73 — 40.62 45.78 60-11 , U.S. No.4 — — 30-50 --- -- _. U.S.No. 8 — --- 5-13 When material is being produced and stockpiled for use on U.S. No. 10 3248 3248 — 53 a specific contract or for a future contract, the fracture and sand --- 10-23 30- 32-24 equivalent requirements &hall apply at the time of stockpiling. When U.S. No.40 11-7. 11-7. — 10-9. -- I1-7. U.S.No. 200 3.0.7.0 3.0 7.0 2.0 5.0 2.0 9.0 2.0 E.0 3.0 7.0 'material is used from a stockpile that has not been tested as provided above, the requirements for fracture and sand equivalents shall apply at the time of its introduction to the cold feed of the mixing plant. For asphalt concrete Class A, B, E, F, and G produced The properties of the aggregate in a preliminary mix design for using recycled asphalt materials and placed in areas other than , asphalt concrete shall be such that,when it is combined within the limits the wearing course Of the traveled lane, the gradation for the set forth in Section 9-03.8(6) and mixed in the laboratory with the U.S. No. 200 is revised as follows: designated grade of asphalt, mixtures with the following test values can be produced' Maximum ' Class of Asphalt Concrete Passing U.S.No.200 A E D E F G 8tabilometer Value Nfin. 37 35 — 35 35 35 50%-60%Recycled Material 8.0% ' Cobeommeter Vshse Mm. 100 100 — 100 So 100 61%-70%Recycled Material 9.0% Percent Air Voids 24.5 24.5 — 24.5 24.5 24.5 Modified Lours" Pas Pass Pam Par Par Pam 9t,ipping Test For the determination of a Project 11T1x Design, the Contractor shall submit to the Engineer's representative, , 9-03.8(3)C Gradation—Recycled Asphalt Pavement samples of the various aggregates to be used along with the and Mineral Aggregate gradation data showing stockpile averages and variation of Asphah concrete plantings or old asphalt concrete utilized in the aggregate produced along with proposed combining ratios the production of asphalt concrete shall be sized prior to entering and average gradation of the completed mix. The initial , the mixer so that a uniform and thoroughly mixed asphalt asphah content shall be determined by the Engineer from the concrete is produced in the mixer. If there is evidence of the old aggregates and data provided. asphalt concrete not braking down during the heating and ' mixing of the asphalt concrete, the Engineer may elect to modify the maximum tilt entering the mixer. No contamination by } deleterious materials will be allowed in the old asphalt concrete used. ' The gradation for the new aggregate used in the production n1blitil to die Enginew, veresentatioe samples of die of the asphalt concrete shall be the responsibility of the Contractor, and when combined with recycled material, the combined material shall meet the gradation specification requirements for the specified Class ACP as listed in Section 9-03.8(6) or as shown in the Special Provisions. The new aggregate shall meet the general Page-SP-120 Revision Date: April 26, 1993 ' 9-03 Aggregates 9-03 Aggregates added. The INIF thus emebiished shall be ehenlvd-enly 0.5 pereent fer the aggles"s Pas irks lite Pic- fied tirtlese time is m need be iriake off �djtiskrnen these 6itika nig require daoelernwA-ejt-� 'N. rvr. ar err— HAF. 9-03.21 Recycled Material ' 9-03.21(1) Reclaimed Glass (Mixed Waste Cullet) ' ¢ Additive to Aggregates Reclaimed glass may be blended with the following: . Ballast 9-03.9(1) Shoulder Ballast 9-03.9(2) ''---•' �eTwR a iu Crushed Surfacing Base Coarse 9-03.9(3) Aggregate for Gravel Base 9.03.10 ' Gravel BackStl for Fomdatioot,Class A 9-03.12(1)A "ithin die brmd be Gravel BwLIdM for Foundations,Class B 9-0312(1)B speei6es60n hmib Gravel BacIM for Walls 9-03.12(2) specified in sectio Gravel BarMM for Pipe Bedding 943.12(3) ' Gravel BacIM for Drains 910,12(4) Backfill for Sand Drains 9.03,13 Attlet-le Vowing Na. 10 sieve Sand Drainage Blanket 9-03.13(1) tom' Gravel Borrow 9-43.14 ' % Bedding Material for Rigid Pipe 9.03.15 Asphalt Bedding Material for Fl xlk Ape 9-03.16 Foundation Material Class A and B 9-03.17 Nate-3 2-0% if less dhan 59% R-n Foundation Material Class C 9-03.19 Bank Run Gravel for Trench BackfM 9-43.19 er-mere- Aggregates containing reclaimed glass shall conform to OA4Lthe requirements of these Specifications for each item listed ' above, except that the Loa Angeles Wear requirement for Ballast, Shoulder Ballast, and Crusbed Surfacing Ease Course is waived. No aggregate shag contain more than 15 ' percent glass. No more than 10 percent of the material retained on an individual sieve 114 incb or larger shag be glass,based upon visual examination and weight. Aggregates containing glass shag not be used within 1 foot of finished grade under the traveled lanes of a roadway. 9.Pereent. - e ' Page-SP-121 Revision Date: April 26, 1993 9-04 Joint and Crack Sealing Materials 9-05 Drainage Structures, Culverts and Conduits Steel spiral rib storm sewer pipe shall be manufactured 9-04 Joint and Crack Sealing of metal coated (aluminized or galvanized)corrugated steel and inspected in conformance with Section 9-05.4. The size, ' Materials coating, and metal shall be as shown in the Plans or in the Specifications. For spiral rib storm sewer pipe, helical ribs shall project ' 9-04.10 Crack Sealing-Rubberized Asphalt outwardly from the smooth pipe wall and shall be fabricated Rubberized asphalt for crack scaling asphalt concrete from a single thickness of material. The ribs shall be pavement shall conform to AASHTO M 173 (ASTM D 1190) essentially rectangular and shall be 3/4 inch plus two times and have a COC Flash Point (AASHTO T 48) of 400 F the wall thickness (2t) plus or minus 118 inch (measured ' minimum. AASHTO M 173 (ASTM D 1190) is modified to outside to outside) and a minimum of 0.95 inch high delete the Bond Test requirement. AASHTO T 48 is modified to (measured as the minimum vertical distance from the outside require careful agitation of the rubberized asphalt sample during of pipe wall immediately adjacent to the locksam or stiffener ' testing to prevent local overheating. Fed 55-5-164 to the top surface of rib). The maximum spacing of the ribs shall be 11.75 inches center to center(measured normal to the direction of the ribs). The radius of bend of the metal at the 9-05 Drainage Structures, Culverts, corners of the ribs shall be a minimum of 0.10 inch and a and Conduits maximum of 0.17 inch. If the sheet between adjacent ribs ' does not contain a locksam, a stiffener shall be included midway between ribs, having a nominal radius of 015 inch 9-05.4 Steel Culvert Pipe and Pipe Arch and a minimum height of 0.20 inch toward the outside of the pipe. Pipe shall be fabricated with ends that can be Steel culvert pipe and pipe arch shall meet the requirements effectively jointed with coupling bands. of AASHTO M 36, Type I and Type II. Welded seam aluminum When required,spiral rib or narrow pitch spiral rib pipe coated (aluminized) corrugated steel pipe and pipe arch with shall be bituminous treated or paved. The bituminous ' metallized coating applied inside and out following welding is treatment for spiral rib pipe shall conform to the acceptable and shall be asphalt treatment coated. requirements of Sections 9-05.4(3)and 945.4(4) For narrow pitch spiral rib sewer pipe, the helical ribs 9-05.9 Steel Spiral Rib Storm Sewer Pipe shall project outwardly from the smooth pipe wall and shall be fabricated from a+single thickness of material. The ribs shall be .375 inch — 1/8 inch wide (measured outside to outside) and a minimum of.4375 inch high (measured as the ' minimum vertical distance of ribs shall be 4.80 inches center Thhee manufacturer�r� a ettanufacctuturer of apical rib storm sewer pipe shall to center (measured normal to the direction of the ribs). The f furnish the Engineer a Manufacturer's Certificate of Compliance � , stating that the materials furnished comply in all respects with 0.0625 inch with an allowable tolerance of radius of bend of the metal at the corners the ribs shall be 10 percent. these Specifications. The Engineer may require additional 9-05.9(1) Continuous Lock Seam Pipe information or tests to be performed by the Contractor at no expense to the State. the .+ -ay be toed let fuR eirele pipe The scorn shaN be Unless otherwise specified, spiral rib storm sewer pipe shall fit is seeliens be furnished with pipe ends cut perpendicular to the longitudinal axis of the pipe. Pipe ends shall be cut evenly. Spiral rib pipe Pipes fabricated with continuous helical seam parallel to shall be fabricated either by using a continuous helical lock seam the rib may be used for full eirck pipe. The lock seam shall or a continuous helical welded seam paralleling the rib. be formed in the flat between ribs and shall conform to Sections 75.1 through 7.5.3 of AASHTO M 36. For narrow pitch spiral rib storm sewer pipe, the lap ' width specified in Section 75.1 shin be 1/4 inch. } kMllTQ For use in applications without bituminous treatment, the continuous lockseam must be qualified by tests conducted by the Headquarters Materials Laboratory. ' ear 9-05.9(1)A Basis for Acceptance The basis for acceptance will be a qualification test, When requireld, spiral tib pipe oh&14 be biturninetis treated &r conducted by the Headquarters Materials Laboratory, for each manufacturer of spiral nb lock seam steel pipe. Only those specific pipe sizes and gasket materials, if any, approved under the qualification teat will be accepted. Page-SP-122 Revision Date: April 26, 1"3 9-05 Drainage Structures, Culverts, and Conduits 9-05 Drainage Structures, Culverts, and Conduits Continuous lock scam pipe shall be sampled and tested in accordance with AASHTO T 249. 9-05.12(1) PVC Sewer Pipe Notes: 1. CPEP - Smooth interior pipe and fittings shall be Aluminum spiral rib storm sewer pipe shall be manufactured from high density polyethylene resin manufactured of corrugated aluminum and inspected in which shall meet or exceed the requirements of Type conformance with Section 9-05.5. The size, coating, and 111, Category 4 or 5, Grade P33 or P34, Class C per metal shall be as shown in the plans or in the specifications. ASTM D1248. In addition,the pipe shall comply with all The manufacturer of spiral rib storm sewer pipe shall material and stiffness requirements of AASHTO M294. furnish to the Engineer a certificate of compliance stating that the materials furnished comply in all respects with these 9-05.14 ABS Composite Sewer Pipe Specifications. The Engineer may require additional information or tests to be performed by the Contractor,at no Transexpense to the State. ' ortation Unless otherwise specified, spiral rib storm sewer pipe shall be furnished with pipe ends cut perpendicular to the longitudinal axis of the pipe. Pipe ends shall be cut evenly. Spiral rib pipe shall be fabricated by using a continuous belical lock seam with a seam gasket. For spiral rib storm sewer pipe, helical ribs shall project desigme�d for eenneekien to ABS outwardly from the smooth pipe wall and shall be fabricated ' esite from a single thickness of material. The ribs shall be 3/4 inch wide by 3/4 inch deep with a nominal spacing of 7-1/2 inches eenstruebed with more then ene material insty be used subjeet+e center to center. Pipe shall be fabricated with ends that can be effectively jointed with coupling bands. For narrow pitch spiral rib storm sewer pipe, helical ribs shall project outwardly from the smooth pipe wall and shall �' be fabricated from a single thickness of material. The ribs ABS Composite pipe shall not be used. shall be 0.375 inch ± 118 inch wide (measured outside to outside) and a minimum spacing of ribs shall be 4.80 inches 9-05.17 Aluminum Spiral Rib Storm Sewer Pipe center to center (measured normal to the direction of the ribs). The radius of bend of the metal at the corners of the ribs shall be 0.0625 inch with an allowable tolerance of± 10 site, metal, ftnd proteetive freeb tent elkstH be sts she* �i--O%te percent. Hams or in uSe Speeifieetions. For wide pitch spiral rib storm sewer pipe, helical ribs shall project outwardly from the smooth pipe wall and shall be fabricated from a single thickness of material. The ribs shall be 3/4 inch ± 1/8 inch wide (measured outside to outside) and a minimum of 0.95 inch high (measured as the minimum vertical distance from the outside of pipe wall to top ' expense surface of the rib). T'he maximum spacing of ribs shall be 11.75 inches center to center (measured normal to the direction of the ribs). The radius of bend of the metal at the corners of the ribs shall be 0.0625 inch with an allowable tolerance of±10 percent. 9-05.17(1) Continuous Lock Seam Pipe T Pipes fabricated with continuous helical seam parallel to } the rib may be used for full circle pipe. Tice lock seam shall ¢ be formed in the flat between ribs and shall conform to Section 13.2.1 through 13.2.5 of AASHTO M 1%. venter. For narrow pitch spiral rib storm sewer pipe, the seam lap width specified in Section 13.2.1 shall be 1/4 inclL T`e Page-SP-123 Revision Date: Apra 26, 1993 9-06 Structural Steel and Related Materials Materials 9-06 Structural Steel and Related continuous lock seam must be qualified by tests conducted by the Headquarters Materials Laboratory. 9-06 Structural Steel and Related shaI4 ivied the feHewif Materials 9-06.5 Bolts ' 9-06.5(1) Unrinished Bolts Unfinished bolts (ordinary machine bolts) shall conform to the specification requirements of ASTM A 307 Grade A or B. Nuts shall comply with ASTM A 563 Grade A requirements. } Washes, unless otherwise specified, shall meet ASTM F 844 specifications. feHewinS-egnnlien. The Contractor shall submit a Manufacturer's 0.25-1'9 Certificate of Compliance for the bolts, nuts, and washers M%` fie ° hiessared T-eque , prior to installing any of them. 13 Norm!Belt Dis-netei (feet) 9-06.5(2) VacantTurned-Bells Nuts for high strength bolts shall meet the following requirements: AASHTO M 164 Bolts Black or galvanized Type 1 AASHTO M"I Grade C and DH ' 9-06.5(3) High Strength Bolts AASHTO M m Grade 2H High strength bolts for structural steel joints shall conform Black weathering Type 3 AAggTO M"I Grade C3 and DID to the requirements of AASHTO M 164 or M 253 Type 1, 2, or 3,and the following additional requirements: AASHTO M 253 Bona Stack Type 1 and 2 AASHTO M"I Grade DH Bott Type and Sux Tensile Strength HRc Max. AASHTO M M Grade 2H A M 164 1/22 inch to 1 inch, Black weathering Type 3 AASHTO M 291 Grade DH3 inch ind. 120,000 psi 35 1 1/8 inch to 1 1/2 inch,ind. 105,000 psi 31 AASHTO M 253 Block }arm$ 1!2 inch to 1 1/2 inch,incl. 150,000 psi 33 Bob Type and$me Mar; 1Me Met. AASHTO M 291 Grades DH and DH3 shall also have a minimum Rockwell hardness of HRc 24. �� 4 64 ine 150,990pei 24 'Ar"hels fel skASIFFG N! 164 and to! 253 Tyre 1, 2, and 1 itineh b& f 114 inch, _ 'n . }� Tl i"'ineh te f 14 inch,inel. 33 of A&:;M F 959 and alfah---be uses—wide either Bolts conforming to AASHTO M 164 that are galvanized in Nuts that are to be galvanized shall be tapped oversized accordance with AASHTO M 232 shall be tested for the minimum required for proper assembly. The amount of embrittlement after galvanization. Test for embrittlement shall be overtap shall be such that the nut will assemble freely on the ' in accordance with ASTM F 606, Section 7. Bolts conforming to bolt in the coated condition and shall meet the mechanical AASHTO M 253 shall not be galvanized. AASHTO M 253 bolts requirements of AASHTO M 291 (ASTM A 563) and the shall be painted with two coats of zinc rich paint, formula rotational capacity test herein. The overlapping A-9-73,consisting of a minimum dry film thickness of 2 mils per requirements of AASHTO M 291 Section 7.4 shall be coat. considered maximum values. Unpainted and nongalvanized bolts shall conform to Galvanized nuts shall be lubricated in accordance with AASHTO M 164 and M 253 Type 3. ASHTO M 291 including supplementary requirement S2. Page-SP-124 Revision Date: April 26, 1993 ' 9-06 Structural Steel and Related Materials 9-06 StrUchu al Steel and Related Materials Documentation shall include the name, method of application, 10,001 to 35,000 16 and dilution of the lubricant applied to the nuts. 35,001 and over 24 ' Washers for AASHTO M 164 Type 1 and 3 bolts; and M 9 to-16 253 Type 1,2, and 3 bolts shall meet the requirements of 1;be 5A 4 AASHTO M 293 (ASTM F 436). The surface condition and 551 10 1A 6 , ,290 19 weathering characteristics of the washers shall be the same as }fig} o 19,9W +6 for the bolts being specified. i g,gg 9W 26 Direct Tension Indicators shall conform to the 35,001 and evel 40 requirements of ASTM F 959 and may be used with either AASHTO M 164 or M 253 bolts. Direct tension indicators •Manufacturer's Certificate of Compliance-samples not required shall be galvanized by mechanical deposition in accordance 1If bolts are galvanized, increase the sample size by with AASHTO M 298 class 55. Hot dip galvanizing will not 1.5 times the table value for the number of bolts being be allowed. sampled. When specified, ASTM A 354 Grade BD bolts may be used 2Nuts,washers, and load indicator devices shall be sampled provided they meet the requirements as set forth in Section 9 of at the same frequency as the bolts. AASHTO M 253. These bolts shall not be galvanized. Nuts for the ASTM A 354 bolts shall conform to AASHTO M 291 Grade All testing of bolts, nuts, washers, and load indicating DH and washers shall conform to AASHTO M 293 with the devices shall be performed on specimens as they are to be additional hardness requirements as specified above. installed. All bolts, nuts, and direct tension indicators shall be All samples shall include a Manufacturer's Certificate of marked and identified as required in the pertinent Compliance for each lot of bolts provided as defined in ' specifications.sfarnped Section 1-06.3. Lock-pin and collar fasteners which meet the materials, 9'06•50) Anchor Bolts manufacturing, and chemical composition requirements of Anchor bolts shall meet the requirements of ASTM A 449. AASHTO M 164 (ASTM A 325) or AASHTO M 253 (ASTM Galvanized anchor bolts shall-be tested for embrittlement after A 490), and which meet the mechanical property galvanization in accordance with ASTM A 143. requirements of the same specification in full size tests, and For galvanized anchor bolts with a ' which have a body diameter and bearing areas under lock- length of less than five times the nominal diameter, the bolts pin head and collar not less than those provided by a bolt and shall be tested for embrittlement in accordance with ASTM F nut of the same nominal size may be used. The Contractor 606 Section y ' shall submit a detailed installation procedure to the Engineer for approval. Approval to use a lock-pin and collar fasteners Nuts for anchor bolts shall conform to AASHTO M will be given by the Engineer prior to use on these types of 291, Grade DH or AASHTO M 292 Grade 2H. Washers for fasteners. anchor bolts shall meet the requirements of AASHTO M 293. The Contractor shall provide Manufacturer's Certificate The bolts shall be tested by the manufacturer in accordance of Compliance for all bolts, nuts, washers, and bad with the requirements of the pertinent specification and as indicators. The Manufacturer's Certificate of Compliance specified in these Specifications. Anchor bolts, nuts, and shall include certified mill test reports and test reports washes shall be inspected prior to shipping to the project ' performed on the finished bolt confirming that all of the site. The Contractor shall submit to the Engineer for materials provided meet the requirements of the applicable approval a Manufacturer's Certificate of Compliance for the AASHTO or ASTM specification. The documentation shall anchor bolts, nuts,and washers,as defined in Section 1-06.3. also include the name and address of the test laboratory, the If the Engineer deems it appropriate, the Contractor shall date of testing,the lot identification of the bolts and nuts, and provide a sample of the anchor bolt, nut, and washer for coating thickness for galvanized bolts and nuts. Shippi testing' containers (not lids):hall be marked with the tot identification Iftiiing MY Bolts shall be sampled prior to incorporating into a structure. For the purposes of selecting samples, a lot of bolts shall be the quantity of bolts of the same nominal diameter and , same nominal length in a consignment shipped to the project site. The minimum number of samples from each lot shall be as follows: All bolts, nuts, and washers shall be narked and identified as required in the pertinent specification. ' Lot Size Smple SWI,2 All anchor bolts, nuts, washers and anchor plates for signal poles, street light poles, strain poles or other types of 0 to 50 • poles shall meet the recommended specifications of the pole 51 to 150 4 manufacturer. The Contractor shall be responsible for 151 to 1,200 6 providing to the Engineer any and all data concerning ' 1,201 to 10,000 10 fabrication, strength teat results, mill certification and other ' Page-SP-125 Revision Date: April 26, 1993 9-07 Reinforcing Steel 9-07 Reinforcing Steel ' data required to confirm that the anchor bolts meet those 1. The list of steel reinforcing ban acceptable for coating ' specifications. shall include ASTM A 706. The following standard specifications shall apply to 2. The Contractor shall furnish a written certification that anchor bolts for street light, signal and strain poles provided properly identifies the material, the number of each ' that the Contractor can submit documentation from the batch of coating material used, quantity represented, manufacturer affumming that anchor bolts meeting these date of manufacture, name and address of specifications are recommended for the pole to be installed manufacturer, and a statement that the supplied coating thereon: material meets the requirements of AASHTO M 284. ' 1. The standard anchor bolt for aluminum street fight poles 3. The Contractor shall supply to the Engineer shall be 42 inches in length and shall meet the requirements a representative sample of eight ounces of the coating of ASTM A 36 or ASTM A 307. The shaft of the anchor bolt shall be a NU one inch in diameter with a hot forged four material from each batch. The sample shall be ' inch "L• bend on the bottom end and a minimum of six packaged in an airtight container and identified by inches of die-cut threads on the top end, batch number. 2. 'Ile anchor bolts for signal poles and strain poles shall meet 4. Prior to coating the ban,the Contractor shall submit to the specifications as designated on the approved the Engineer for review, the coating material ' amanufwturer's pole plans and/or supplemental plans or manufacturer's recommendation on the proper use and specifications provided by the manufacturer. application requirements of the coating material. All anchor bolts, nuts and washers shall meet the pole 5. A certification stating that all bars have been coated in manufacturer's specifications and shall be hot dipped ' accordance with the coating material manufacturer's galvanized unless such galvanization is not permitted for the Of steel as recommendations and these Specifications shall be type per Section 9-06.5(4). furnished with each shipment. This certification shall 9-06.5(5) Bolts, Nuts, and Washers Specifications include for each bar size the preheat temperatures, cure ' The following referenced specifications are applicable as times, thickness checks, holidays detected, and test modified by these standard specifications: results. Two copies of these certifications shall be furnished to the Engineer. Application AASHTO Specification ASTM Specification 6. The Contractor shall give advance notice to the Engineer of the coating schedule in the coating plant so B°t' '°d that State inspection may be provided. The Engineer Machine Bolts A 307 Grade A,B may inspect the coated ban at the coating plant for High Strength Bolts for M 164 Type 1,2,3 A 325 Type 1,3 approval. , Structural M 253 Type 1,2,3 A 490 Type 1,2,3 7. The patching material, compatible with the coating Joins material and inert in concrete, shall be supplied to the purchaser. ' 1Arge Diamder High A 354 Grade BD 8. For projects where epoxy-coated steel reinforcing ban strength Bolts are used in the top mat of bridge decks only, the Anchor Bolts A 449 Type 1,2 maximum amount of damage to the coating shall not exceed 0.25 percent of the surface area of each bar. Nuts - Structural Steel M 291 Grade C,DH, A 563 Grade C,DH, 9. The minimum thickness of epoxy coating shall be 7 bolt+ C3,DH3 C3,DH3 mils. M 292 Grade 2H A 194 Grade 2H 109.All samples shall be shipped to the Washington State wa.hm-High M 293 F 436 Department of Transportation, Materials Laboratory, ' 9tnnrh Bolts Tumwater,Washington 98504. W'aahen.ASTM A307 M 293 7436 9-07.5 Dowel Bars (For Cement Concrete Pavement) Waahen-ASTM A 307 F 844 Bolt, Dowel ban shall be plain steel ban of the dimensions shown in the Standard Plan. They shall conform to AASHTO M lndiealors Direct o F 959 183 and shall be coated in accordance with AASHTO M 284. n Galvanises M 232 A 133 9-07.6 Tie Bars (For Cement Concrete Pavement) M 2"Clan 55 B 6"C1MMIII 55 Tie bars shall conform to the requirements of the Standard ' I Specifications for Deformed Billa-Steel Ban for Concrete 9-07 Reinforcing Steel Reinforcement, AASHTO M 31, Grade 60 and shall be coated in accordance with AASHTO M 284. The form of the deformed bar shall be subject to approval ' 9-07.3 Epoxy-Coated Steel Reinforcing Bars by the Engineer. Epoxy-coated reban shall be coated according to AASHTO Tie ban shall be free from rust, loose mill scale, dirt, grease, or other defects affecting strengthor on with the M 284 with the additional following modifications: the bond ,concrete. Page-SP-126 Revision Date: April 26, 1993 ' ' 9-10 Piling 9-16 Fence and Guardrail 9-09.2 Grade Requirements 9-16 Fence and Guardrail ' streasWeebem9-16.1 Chain Link Fence and Gates 9-16.1(1) General ' All material used in the construction of chain link fence and gates shall be new. Iron or steel material shall be galvanized unless specified otherwise. Imperfectly galvanized material or ' pai agi aph 62.i 2 WWPA. material upon which serious abrasions of galvanizing occur will In the Tabulated working Stresses Chart on Page 539, not be acceptable. under the section for Sign Posts, Wile Posts, Sawed Fence The base material for the manufacture of steel pipes used for Posts and Mailbox Posts, Western Cedar is changed to read posts, braces, top rails, and gate fumes shall conform to the western Red Cedar. The various working stress figures requirements of ASTM F 10&%h4- A. The base material for the required for Western Red Cedar in the five columns are manufacture of steel H columns shall meet the requirements of revised to read as follows: ASTM A 306. Roll-formed posts, braces, and rails shall be made from ' 4"x4" 1050 75 425 750 1,000,000 sheet steel and shall conform with the details as shown in the Plans or Standard Plans. The material for end, corner, and pull 4"x6" 925 75 425 1050 1,000,000 posts shall have a minimum yield streng th gth of 35,000 psi. The 6"x6",6"x8" minimum yield strength for Alternate a roll-formed line posts 8"x10" 1100 70 425 925 1,000,000 shall be 40,000 psi and for Alternate B roll-formed line posts 45,000 psi. Top rail and braces to be used with Alternate A or B 6"x10",8"xl2" 1050 70 425 875 1,000,000 line posts shall conform to the minimum yield strength as ' required for either post respectively. Unless otherwise noted in the Plans or in the Special All posts, braces,top rails, and gate frames shall be hot-dip Provisions,all timber and lumber shall be graded as shown in galvanized. They shall have a minimum average of 1.8 ounces the Tabulated Working Stress Chart except as follows: zinc coating per square foot of surface area with no individual The grade requirements for Sign Posts, Mike Posts, test being below 1.6 ounces zinc coating per square foot of Sawed Fence Posts,and Mailbox Posts are supplemented with surface area. In the case of members made from pipe,this area is the following: defined as the total area inside and outside. A sample for ' For single post applications, the grade for western Red computing the average weight of coating is defined as a 12-inch Cedar 4"x4" is expanded to allow No.2 or better piece cut from each end of the galvanized member. Fittings shall For single post applications, the grade for Western Red be galvanized in accordance with the requirements of ASTM F Cedar 4"x6" is expanded to allow No.2 or better. 626. Other materials shall be galvanized in accordance with the ' requirements of ASTM A 153. 9-10 Piling 9-16.1(2) Posts All posts for chain link fence shall be of the shape,size, and ' 9-10.5 Steel Piling weight per foot shown in the Standard Plans. Roll-formed end, corner, and pull posts shall be made from 0.1345-inch minimum The material for steel piling, pile tips, and pile splices shall thickness lhiek-aheet steel and shall have integral fastening loops conform to the requirements of the Specifications for Structural to connect to the fabric for the full length of each post. ' Steel, AASHTO M 183, except the material for steel pipe Roll-formed line posts shall be made from 4.1100426-inch piling, tips, and splices shall conform to the requirements of minimum thickness thiek—sheet steel for Type 3 and Type 4 AST11f A 252,grade 2. All steel piling may be accepted by the fences and shall be made from 0.120-inch minimum thickness Engineer based on the Manufacturer's Certification of sheet steel for Type 1 and Type 6 fences. Compliance. Steel pipe piling with a diameter larger than 18 An acceptance tolerance for posts for chain link fence will inches shall be straight seam welded pipe. allow deviation from the weight per linear foot specified in the Standard Plans. This tolerance shall be applied on an individual ' post basis and shall be plus or minus 5 percent for tubular and H-Section posts and plus or minus 6 percent for roll form sections. Materials that exceed the weight per foot or wall ' thickness specification may be accepted, providing they do not interfere with the proper construction of the fence. Page-SP-127 ' Revision Date: April 26, 1993 9-21 Raised Pavement Markers (RPM) 9-21 Raised Pavement Markers (RPM) ' 9-16.1(7) Chain Link Fence Fabric 9-16.3 Beam Guardrail Chain link fabric shall consist of 11 gage wire (0.120-inch ' diameter) for Types 3, 4, and 6 fence; and 9 gage wire (0.148-inch diameter) for Type 1 fence. The fabric wire may be 9-16.3(1) Rail Element one of the following materials provided that only one type shall The W-beam rail element, backup plates, and terminal I be selected for use in any one contract: sections shall consist of 12 gage steel formed into a beam not less t Galvanized steel wire conforming to ASTM A 491o4392. than 12 inches wide and 3 inches deep. Thrie beam rail Galvanizing shall be Class I performed by the hot-dip dements, ,—backup plates, and process. the transition sections shall consist of 10 gage steel formed into a Aluminum coated steel wire conforming to ASTM A 491. beam not less than 20 inches wide and 3 inches deep. Design F ' Class H aluminum wire conforming to 6061-T94 alloy. tenninal sections shall consist of 10 gage steel. The rail e4ente tie The wire shall be woven into approximately 2-inch diamond mesh. The width and top and bottom finish of the fabric shall be . The physical properties of the as shown in the Plans. steel shall conform to AASHTO M 180. t �- 9-16.2 Wire Fence and Gates a6 99�psi The mil splices shall have a minimum total ultimate strength 9-16.2(2) Steel Fence Posts and Braces of 80,000 pounds at each joint. The 6-inch channel mils and splice plates shall be in conformance with AASHTO M 183. All fabrication shall be�0 eensirdetion. Pests shag be nat less Omit;fed�i ien&r ' complete before galvanizing. All posts for chain link fence shall be of the shape, size, The holes in the plate shall be slotted to facilitate erection and weight per foot shown in the Standard Plans. Roll- and to permit expansion and contraction. The edges of the rail formed end, corner, and pull posts shall be made from shall be rollod or rounded so they will present no sharp edges. , 0.1345-inch minimum thickness sheet steel and shall have Where the rail is on a curve, the plates at the splice shall make integral fastening loops to connect to the fabric for the full contact throughout the area of splice. When the radius of length of each post. Roll-formed line posts shall be made curvature is less than 150 feet, the mil shall be shaped in the ' from 0.110-inch minimum thickness sheet steel for Type 3 shop and Type 4 fences and shall be made from 0.120-inch minimum thickness sheet steel for Type 1 and Type 6 fences. 9-16.3(4) Hardware Line posts may be channel, T, U, Y, or other approved Bolts, unless otherwise specified, shall comply with ASTM ' shape, manufactured solely for use as fence posts. One type of A307 Grade A specifications. Nuts shall comply with ASTM line post shall be used throughout the project. Line posts shall be A 563 Grade A specifications. studded, slotted, or properly adapted for attaching either wire or mesh in a manner that will not damage the galvanizing of posts, Washers shall, unless otherwise specified, shall meet ASTM F ' wire, or mesh during the fastening. Line posts shall have 844 specifications. a minimum weight of 1.33 pounds per linear foot and shall be The Contractor shall submit a provided with a tapered steel anchor plate attached securely manufacturer's certificate of compliance for the bolts, nuts, ' having a minimum weight of 0.67 pounds and having a surface and washers prior to installing any of the hardware. area of 20 square inches plus or minus 2 square inches. End, corner, gate, and pull posts shall meet the 9_21 Raised Pavement Markers requirements specified for line posts, except that the posts shall ' have a minimum weight of 3.1 pounds per linear foot and anchor plates and special studs, slots, or adaptors for the attachment of wires will not be required. Braces shall have a minimum weight of 3.1 pounds per 9-21.2 Raised Pavement Markers Type 2 linear foot. All posts, bmees, anchor plates, and hardware not covered 9-21.2(1) Physical Properties by ASTM F 626 shall be galvanized in accordance with the The markets shall be not leas than 4.0 inches nor more than ' requirements of ASTM A 123, or A 153. 5.0 inches in width,and not more than 0.751-A inch in height. A tolerance of minus 5 percent on the weight of individual The outer surface of the marker housing shall be smooth posts, braces, or anchor plates will be permitted. except for the purpose of identification. The base of the markers shall be substantially free from , gloss or substances that may reduce its bond to adhesive. Page-SP-128 Revision Date: April 26, 1993 ' 9-23 Concrete Curing Materials and Admixtures 9-23 Concrete Curing Materials and Admixtures 1 148 (ASTM C 309) Type 11) or 2, Class A or B, except that ' 9-23 Concrete Curing Materials and the moisture loss when tested in accordance with WSDOT Admixtures Test Method 814 shall be: 1.5 grams maximum for bridge decks,and ' 9-23.1 Sheet Materials for Curing Concrete 2.5 grams maximum for all other applications Sheet materials for curing concrete shall meet the Each lot of liquid membrane-forming curing compound ll' be sam led at the project site and tested for requirements of AASHTO M 171, Sheet Materials for Curing sha p p 1 fie• Concrete, except that only white reflective type shall be used. Liquid membrane-forming curing compound shall not be used in the absence of satisfactory test results. ' 9-23.2 Liquid Membrane-Forming Concrete Curing Compounds Liquid membrane-forming compounds for curing concrete shall conform to the requirements of AASHTO M 9-23:2- Chlorinated Rubber Type Guring Gompoun Composition T-i`pe-i Ty'Pe11 qFYpc-HI GearWhite Pigmented il%ibe Firm d ' Regulm Hart'-Bodied Mete hWredienb E6e.496&a19-. bbe.399Gab. 16be-4006ab. 67-9 66 62174 alorinated ves_ .2n )pe'C,Gyp n'"} 64 9 66 634 Ghlotinated P$3 165. i38 3 272.8 265. 253.6 Acetate h! , 2?2$ 365.9 263.6 e ite�efi3 � 3�A 270 Berterpe 5 3 S'epri;;eeithi. 5-4 53 34 ' Typet der I.X — i99-6 i_d__ _f n_r • ccn. ccn A1G soS%ent' E� At Ehe digeroien of Ote i item ti feettirer, an snki seHiing agent other then the speeified so)* ieeioi�i lit 3 ' Page-SP-129 Rev;lion Date: April 26, 1993 9-28 Signing Materials and Fabrication 9-28 Signing Materials and ' Fabrication 4�-Pe H lE r4 8.3 rrt n. 9-}IfiTM 1A�T., 65-12eXr 38..11MX. 49.5-efa7rFiftenew OF ' 5 mile �ffi_ 60"lt1t1'7t' 64"11MR. min. figh;Reflmtme'pet cc. -6hSTNI E 3" - 69 min Drying . �rfsia 411a5t 4 nox.. 4 amm.(^ i0 Metch Sid: 1r4aerh std. permit�hareugh stirring. per square foot of material. Measurements shall be conducted in ' 9-23.8 VAC accordance with ASTM E 810. --Resin$tt9e 9 Silver-White Premium White YeDow ' Obs. Mg. 0.2° 0.5° 0.2° 0.5' 0.2° 0.5° Ent.Ang. 4. 70 30 140.0 50.0 50.0 25.0 30° 30.0 15.0 60.0 28.0 22.0 13.0 ' Red Blue Green Obs. Ang. 0.2° 0.5° 0.2° 0.5° 0.2° 0.5° 9-23.9 Fly Ash Ent. Ang. ' -4° 14.5 7.5 4 2 9 4.5 Fly ash shall conform to the requirements of AASHTO 30° 6.0 3.0 1.7 0.8 3.5 2.2 M 295 Class C or F with optional chemical requirements as ' set forth in Table 1 and optional physical requirements as set Orange Brown forth in Table 2A and with a further limitation that the loss Obs• Ang. 0.2° 0.5° 0.2° 0.5° on ignition shall be a maximum of 1.5 percent. Ent.Ang. Will not be used around water lines. -4` 25.0 13.5 1.0 0.3 ' 30° 7.0 4.0 0.3 0.2 9-28 Signing Materials and Reflective sheeting for demountable shields and symbols Fabrication shall be applied to 0.050 inch thick shed aluminum. Reflective ' sheeting for other demountable legend oomponents shall be applied to aluminum not less than 0.032-inch thick. 9-28.6 Enclosed Lens Reflective Sheeting The brightness of the reflective sheeting,totally wet by rain, shall be not less than 90 percent of the above values. Wet The reflective sheeting shall consist of spherical lens performance measurements shall be conducted in conformance elements embedded within a transparent plastic having a smooth, with the Standard RAINFALL TEST specified in Federal flat outer surface. The sheeting shall be weather resistant and Specification IS 300C. have a protected pre-coated adhesive backing. The diffuse day color of the reflective shelling shall be The reflective sheeting shall have the following minimum visually evaluated by comparison with the applicable Highway coefficient of retrvflection values at 0.2 degrees and 0.5 degrees Color Tolerance Chart. Color comparisons shall be made under observation angle expressed as average candelas per foot-candle north daylight or a scientific daylight having a color temperature ' of from 6500 degrees to 7500 degrees Kelvin. Daytime color Page-SP-130 Revision Date: April 26, 1993 , ' 9-28 Signing Materials and Fabrication 9-28 Signing Materials and Fabrication evaluation shall be illuminated at 45 degrees and viewed at sheeting application. The marking shall not adversely affect the ' 90 degrees. There shall be no significant color shift when viewed performance or life of the sheeting. under nighttime(retroreflective)conditions. The reflective sheeting shall include a pre-coated pressure 9-28.15 Sign Structures sensitive adhesive(Type 1)or a heat activated adhesive (Type II), either of which may be applied without necessity of additional adhesive coats on the reflective sheeting or application surface. 9-28.15(2) Timber Sign Posts Chemical activators shall not be used to activate Type 11 At the Contractor's option, timber sign posts and mileposts adhesive, shall be untreated Western red cedar, treated Douglas fir, or ' The protective liner attached to the adhesive shall be treated Hem-fir meeting the grades specified in Section 9-09.2. removable by peeling without soaking in water or other solvents Douglas fen and Hem-fir posts shall be given a treatment in and shall be easily removed after storage for 4 hours at 150 F accordance with Section 9-W3(4), ' under weight of 2.5 psi. alive The adhesive shall form a durable bond to smooth, retention shall be a minimum of 0.40 pounds per cubic foot. corrosion, and weather-resistant surfaces and permit the Penetration shall be a minimum of 3/8 inch or 90 percent of reflective sheeting to adhere securely, 48 hours after application sapwood for posts under 5 inches thick and 1/2 inch or at temperatures of-30 F to 200 F. The adhesive bond shall be 90 percent of sapwood for posts 5 inches and thicker. S4S finish sufficient to render the applied sheeting vandal-resistant and is not required for unpainted posts. prevent its shocking off when subjected to an impact energy of 20 ft, lbs. applied with a hemispherical tipped object 1 inch 9-28.16 Sign Lighting Luminaires ' in diameter at OF. The adhesion test shall be the same as outlined in Federal Specification LS 300C except that in addition to testing at ' room temperature,the adhesion shall also be tested at OF and 180 F. The resistance to accelerated weathering shall be as described in Federal Specification LS 300C except the ' weathering apparatus and procedure shall be in accordance with ASTM G 53. readings shag be within ;9 pa_ of OND.�@4kjos 1,11 The reflective sheeting shall be sufficiently flexible to be cut to shape easily and permit application over and conformance to, ' moderate shallow embossing characteristic of certain sign borders and symbols. Conditioned for 48 hours, the tensile strength of the sheeting shall be 5 to 20 pounds per inch width ' when tested in accordance with ASTM D 828. Following liner removal, the reflective sheeting shall not shrink more than 1/32 inch in 10 minutes nor more than 1/8 inch in 24 hours in any dimension per 9 inch square at 75 F and 50 percent relative in the Flan9j'r humidity. The sheeting, when applied according to manufacturer's recommendations to cleaned and etched .020 inch x 2 inch x ' 8 inch aluminum, conditioned (24 hours) and tested at 72 F and 50 percent relative humidity, shall be sufficiently flexible to show no cracking when bent around a 3/4 inch diameter mandrel. The sheeting surface shall be smooth and flat to facilitate ' self-cleaning in the rain, regular cleaning, and wet performance, Sign lighting luminaires shall have a Cast aluminum and exhibit 85 degrees gloasmeter rating of not leas than 40 when housing and door assembly with a polyester paint finish. All tested in accordance with ASTM D 523. The sheeting surface external bolts screws hinges, shall be readily processed and compatible with recommended ' �8e pins, and door closure ' mechanisms shall be series 300 grade stainless steel. transparent and opaque process colors, and show no loss of the The housing shall encase a reflector, lamp socket and color coat with normal handling, cutting, and application. ballast. It shall have a mounting Clamp suitable for securely The sheeting shall permit cutting and color processing at supporting the luminaire on a 1-1/2 inch square tube ' temperatures of 60 F to 100 F and relative humidities of 20 to 80 percent. The sheeting shall be heat resistant and permit force preventing rotation after leveling and tightening. The curing without staining of unapplied sheeting at temperatures up housing shall be drilled and tapped for side entry conduit and to 150 F and up to 200 F on applied sheeting. The sheeting ecom r Condensation dram 6oiet shay be provided as surface shall be solvent resistant so that it may be cleaned with recommended by the manufacturer. ' gasoline, VM&P Naptha, mineral spirits, turpentine, methanol fixture door shall be hinged to the housing on floe tide of the and zylol. away from the sign panel and shall be provided with two captive closure devices. The door shall be provided with Premium enclosed lens reflective sheeting shall contain an ' identifying marking, such as a water mark, which is visible after the means to allow the door to be locked is floe open position 70 to 90 degrees from the plane of the door opening. The Page-SP-131 ' Revision Date: April 26, 1993 9-29 Illumination,Signals,Electrical 9-29 Illumination,Signals,Electrical juncture of the door and housing shall be gasketed to provide ' a rain tight and dust tight joint Refractors shall be manufactured from beat resistant Exter and interior surfaces of all steel conduit, except borosilicate glass. The refractor shall be shielded so that no threaded ends, shall be uniformly and adequately zinc coated by light source is visible from the sign viewing approach. The a hot-dip galvanizing process. The average weight of zinc ' shield shall be an integral part of the door assembly. When coating shall be not Less than 0.80 ounce of zinc per square foot called for in the plans, factures shall be provided with a wire of single surface area as determined by tests on 12-inch samples guard to prevent damage to the refractor. taken from each end of a standard Length of conduit of each size. ' The reflector shall be manufactured from one piece The weight of zinc coating on any individual test spocifications polished (Alzak or equal) aluminum. The reflector shall be shall be not less than 0.70 ounce of zinc per square foot of single designed so condensed water will drain away. surface are. The weight of zinc coating will be determined in The light source shall be a 175 watt deluxe phosphor accordance with AASHTO T 65. Determinations and nominal , coated mercury vapor lamp. The lamp socket shall be a weights shall conform to the requirements of the Underwriters porcelain enclosed mogul type containing integral lamp grips Laboratory Publication No. 6(latest edition). In addition, the to ensure electrical contact under conditions of normal exterior as well as the interior conduit samples shall withstand vibration. The center contact shall be spring loaded. Shell four dips in the PREECE test in accordance with ASTM A 239. ' and center contact shall be rated for 1500 watts,600 volts. The threaded ends of all conduits shall be either galvanized in Ballasts shall be suitable for operating a 17S watt metal accordance with the foregoing or shall be painted with galvanized halide lamp and shall conform to the requirements of Section repair paint, Formula A-9-73. All field cuts shall also be painted ' 9-29.9. The crest factor shall remain within a range of 1.6 to with galvanized repair paint, Formula A-9-73. 1.8. Ballasts shall have a design life of no less than 100,000 Couplings for rigid metal type conduits may be either bey• hot-dip or electroplated galvanized and, in addition, shall be Ballasts shall consist of separate components, each of painted with one coat of galvanizing repair paint which shall be capable of being easily replaced. All Formula A-9-73. The paint shall have a minimum wet film conductor terminals shall be identified as to the component thickness of 3 mils. The painted coating shall cover the entire terminal to which they connect. Heat generating components coupling. shall be mounted to use the portion of fixture on which they Grounding end bushings shall be galvanized malleable iron ' are mounted as a beat sink. Capacitors shall be separated with copper, tinned copper, or stainless steel lugs and stainless from heat generating components or thermally shielded to steel clamping screw,mounting screw,and act screw. limit the case temperature to 75°C. Each fixture shall be Every length of rigid metal conduit shall bear the label of provided with a fuse assembly for every field conductor Underwriters Laboratories, Inc. or the label of the Canadian ' above ground potential on the line side of the ballast. The Standards Association if affected items of Canadian manufacture primary voltage shall be as indicated in the plans. arc approved for use on the project. Installation shall conform to Photometric performance shall be as follows: appropriate articl es of the Code. ' The ratio of the maximum to minimum The conduit P.V.C. - non-metallic shall conform to illuminance level on a panel 10 feet high by 16 feet Article 347 of the code and ASTSM Standards. wide shall not numerically exceed 5:1 approaching The conduit shall be of the two types indicated below: 1:1. In addition, the illuminance gradient shall not 1. Schedule 80 Extra heavy wall P.V.C. conforming to ASTM, ' numerically exceed 2:1, illuminance gradient being Standards,to be used in an bwAllations under roadways. defined as the ration of the minimum illuminance of 2• Schedule 40 heavy wan P.V.C. conforming to ASTM 1 square foot of panel to that of any adjacent square Standards' foot of panel. This performance shall be obtained , when the fixture is mounted 1 foot below the bottom 9-29.2 Junction Boxes edge of the sign and 5 feet out The average to minimum uniformity ration for the eentrael. a panel as dimensioned above shall not numericlaly Junction boxes shall be reinforced concrete with ' exceed 3:1. Average initial illuminance shall exceed galvanized steel from anchored in place and galvanized steel 10 foot-candles for a mercury vapor lamp of 175 cover plate(Diamond pattern)as indicated on detail sheets. watts as specified. The inscriptions on the covers of the junction boxes shall ' be as follows: Also,the Candlepower Distribution Data on page 9-144 is 1, spa,only:■mod. deleted. 2. Street fighting only:"fighting* 3. Traftk Signal and Street fighting Facilities:"TSLT" ' 9-29 Illumination, Signals, Electrical The above inscriptions shall na be higher than the top surface of the cover plates. Junction boxes installed in concrete structures shall be of , 9-29.1 Conduit cast galvanized ferrous,NEMA 3 and 5 construction. A 3/8-inch drain shall be installed in each metallic junction box. Rigid metal conduit shall conform to Article 346 of the National Electrical Code. , Page-SP-132 ' Revision Date: April 26, 1993 9-29 Illumination, Signals,Electrical 9-29 Illumination,Signals,Electrical AGW 9-29.3 Conductors, Cable Ckam win Nam. Ga QmW cna1+W ctir. saw Each wire shall be numbered At each terminal end with a sipat s..d. 1 14 19M ad-CL Y.nw,ch� xCM wrap-around type numbering strip bearing the circuit 2 14 19M Red.Wla w,Gw wsr.wwft t number shown on the plans. i 14 ism Red.Yell",G. � Rod,Ydbw,Gw Sheetet she No splicing of any traffic signal conductor shall be S 14 19m Red,Yeam,Gw wile Permitted unless otherwise indicated on the plans. All � C� 1z 19as � �QG,M conductor runs shall be pulled to the appropriate signal sp— 14 19m a.d,Y.aw,Gw Rk. terminal compartment board with pressure type binding posts. The only exceptions shall be the splices for detector Multi-conductor cable shall be assembled for 5 conductor bops at the nearest junction box to the bops, (SC), 8 conductor (8C), 11 conductor (11C), or 20 conductor ' The contractor shall provide and install all the necessary (20C)cables as per the following typical illustrations: wiring, fuses and fittings so as to complete the installation of a. 5 Conductor(5C) - one No. 12 AWG, white, one the signal and lighting equipment as shown on the plans. All No. 12 AWG, white with green or black stripe, materials and installation methods, except as noted otherwise and three No. 14's consisting of wire group 1. herein, shall comply with applicable sections of the National b. 8 conductor (8C) - one No. 12 AWG, white, one Electrical Code. No. 12 AWG white with green or black stripe, and For the purpose of this specification, the neutral conductor six No. 14's consisting of wire groups 1 and 3. is defined as a current carrying conductor with zero potential. c. 11 Conductor (IIC) - one No. 12 AWG, white, For the purpose of this specification, equipment grounding one No. 12 AWG, white with green or black conductor is defined as the conductor used to connect the stripe, and, nine No. 14's consisting of wire noncurrent-carrying metal parts of equipment, raceways, and groups 1,3,and 5. other enclosures to the system grounded conductor and/or the d. 20 Conductor (20C) - one No. 12 AWG, white, grounding electrode conductor at the service equipment or at the one No. 12 AWG, white with green or black source of a separately derived system. stripe, and, 18 No. 14's consisting of wire groups Conductors and cable shall conform to the applicable 1,2,3,4,5,and Spare. ' specifications as follows: e. Two and three control conductor control cable 1. All current carrying single conductors shall be stranded shall consist of three No. 14 stranded copper copper conforming to ASTM B3 and B8. Insulation conductors. Each conductor shall have 20 mil shall be 600 volt. Except as allowed in item 3, polyethylene insulation and a 10 mil PVC jacket. chemically cross-linked polyethylene or EPR Type The cable shall be rated at 600 volts minimum. USE insulation of code thickness is required for all The cable assembly shall be covered with current carrying single conductors in underground a polyester tape applied with a 10 percent electrical systems. Equipment minimum lap. The overall jacket shall be 45 mil Y Eq p grounding conductors and bonding jumpers shall be stranded or solid copper PVC wire the size noted on the Standard Plan for grounding 3. All single conductors employed in traffic control shall details. Equipment be Class B or Class C stranded copper. The minimum Fq p grounding conductors may through bare wire size shall be No. 12 AWG. Insulation shall be or insulated, stranded or solid. When pulled through a raceway it shall be insulated with Type XHHW or TRW or USE. Type THWN and shall have continuous green color or 4. Triplex or Quadraplex type ACSR neutral ' green color with one or more yellow stripes. Insulated self-supporting aerial conductors of the appropriate size equipment grounding conductors shall be stranded for aluminum conductors shall be used where required copper. in the contract. The neutral conductor shall be the same 2. Multi-conductor cable for traffic signal control circuits size as the insulated conductor. All current carrying ' shall be rated to operate on 600 volts. Individual conductors shall be stranded. conductors shall be stranded copper, shall be insulated 5• Pole and bracket cable shall be two conductor stranded with a minimum of 45 mils plasticized polyvinyl copper No. 10 AWG insulated for 600 volts between chloride compound in accordance with UL83, or conductors. The insulation shall consist of 45 mils ' approved equal, and shall be color coded and of the polyvinyl chloride with 95 mils polyethylene jacket. If size listed in the table below. The individual conductors luminau= with emote ballasts arc specified in the shall be cabled together with cable tape and encased in contract, this same cable shall be used between a Polyvinyl chloride sheath 75 mils thick. The luminaire and ballast for both timber and ornamental above-noted requirements for conductor insulation do pot construction. If the luminaire requires fixture wire not apply to the two-conductor and three conductor temperature greater than 75 C,the outer jacket shall be cables noted in item (e). stripped for that portion of the cable inside the luminaire. The single conductors shall then be sheathed with braided fiberglass sleeving of the temperature rating recommended by the luminaire manufacturer. 6. With the exception of type XHHW insulation and with ' the further exception of the shielded two conductor cable identified in (7), and the magnetometer lead-in Page-SP-133 Revision Date: April 26, 1993 9-29 Illumination,Signals,Electrical 9-29 Illumination,Signals, Electrical cable identified in (9), the minimum insulation Pius abuse daring installation) is actruded overall to provide thickness around any electrical conductor shall be a continuous covering. ' 45 mils, and the minimum acceptable insulation 6. Footage —arid ogst footage markings must be printed thickness shall refer solely to the thickness of that seQoeetiay a mmrm®of 2'aloes the outer jacket. insulation immediately around any conductor excluding 7. Filling:the entire cable within the oaten jacket is flooded with Pete-P*ethYlwe gel 52ilit compound including the any sheath or jacket thickness. area between the outer jet and the shield. ' 7. Two conductor shielded cable shall have No. 14 conductors and shall conform to I.M.S.A. 9-29.4 Messenger Cable, Fittings specification No. 50-2. ' 8. Detector loop wire shall be No. 12+4 AWG stranded Messenger cable shall be 3/8-inch, seven wire strand copper wire, Class B, with chemically cross-linked meaaenger cables conforming to ASTM A 475, polyethylene type RHH-RHW insulation of code extra-high-strength grade, 15,400 pounds minimum breaking thickness. strength, Class A galvanized. , 9. Four conductor shielded cable (4CS) shall consist of Strain insulators shall be wet process, porcelain, conforming a cable with four No. 18 AWG conductors with to EEI-NEMA Class 54-2 standards for 12,000 pound ultimate polypropylene insulation, an aluminized polyester strength. shield, water blocking material in the cable interstices, Down guy assembly shall consist of a four-way or eight-way ' and a 26 mil minimum outer jacket of polyethylene. steel expanding anchor, having a minimum of 300 square inches, The four-conductor assembly shall be twisted six turns made of pressed steel, coated with asphalt or similar per foot. Each conductor shall have a different preservative, and fitted with a 3/4-inch minimum guy eye anchor ' insulation color. Overall cable diameter shall be rod 8 feet long. As an alternate to expanding anchors, screw type 0.25 inches maximum. Capacitance between adjacent anchors with two 8 inch hehitheliees, 3 1/2-inch pitch, 1-inch by pairs shall be 18 pf. per foot and 15 pf. per foot 7-foot guy anchor rod, and rated for 7,000 pound maximum between diagonal pairs. The capacitances shall not vary torque may be installed. more than 10 percent after a 10-day immersion test All pole hardware, bolts, plate rods, hangers, clips, wire with ends exposed in a saturated brine solution. guards, and pole bands shall be hot-dipped galvanized in 10. Thrceconductor shielded cable (3CS) for the detector conformance with the requirements of AASHTO M 232. circuit for optical fire preemption receivers shall consist ' of three No. 20 AWG conductors with aluminized 9-29.6 Light Standards mylar shield and one No. 20 drain wire, all enclosed with an outer jacket. All wires shall be 7z28 stranded 9-29.6(2) Slip Base Hardware tinned copper material. Conductor insulation shall be Slip platesbeses and anchor plates shall conform to the rated 75 degrees C, 600 volt. The drain wire shall be requirements of AASHTO M 223, Grade 50. The base plate uninsulated. Conductor color coding shall be yellow, shall conform to ASTM A 3N. The keeper plate shall be blue, and orange. DC resistance of any conductor or 28 gage conforming to ASTM A 526, coating G 90. Studs and ' drain wire shall not exceed 11 ohms per 1,000 feet. bolts shall conform to ASTM A 325 or A 449. Nuts shall Capacitance from one conductor to the other two conform to ASTM A 325 or A 563, Grade DH. Hardened conductors and shield shall not exceed 48 pf/ft. The washers shall conform to ASTM F 436. jacket shall be rated 80 C, 600 volt, with a minimum ' average wall thickness of 0.045 inch. The finished 9-29.6(6) Steel Light Standards outside diameter of the cable shall be 0.3 inch Shafts shall be AASHTO M 223,Grade 50. Pipe shall be maximum. ASTM A 53, Grade B. Connection bolts shall meet the ' (11) 6ix—pair-eCommunications cable (6PGG) shall meet requirements of AASHTO M 164. Galvanizing shall be in REA specification PE-39 and shall have sin r-pair—No. accordance with AASHTO M Ill and M 232. 19 AWG wires with 0.008 inch FPA/MPR coated aluminum shielding. The cable shall have a petroleum 9-29.6(7) Welding ' compound completely filling the inside of the cable. Welding of steel structures shall be in accordance with The shielded communications/signal interconnect cable Section 1.4.2 of the Specifications for Structural Supports of shall meet the following: Highway Signs, Luminaires and Traffic Signals, AASHTO 1. Conductors:Solid,soft drawn,annealed copper,size 19 an. 1985. ' 2. Insulation: solid, virgin high duty polyethylene or polypropylene,with telephone industry color coding. 3. Cable core assembly: isolated conductor: are twisted into 9-29.9 Ballast,Transformers pairs with varying lays (twist lengths) to miimize cram talc Ballast for high pressure sodium vapor lamps shall be ' and meet strict capacitance Inuits.4. Shielding: A corroe5on/osidatioa resistant tinted ethylene era designed to properly operate the lamp specified. Ballasts for high copolymer coated (both sides) .008" thick corrugated pressure sodium vapor lamps except 1,000 watt lamps shall be of atasminum tape shield is applied lon&odinoDy with shielding the magnetic regulator type providing for a plus or minus ' coverage. A .005 corrugated tape applied in the same 10 percent input voltage range with plus or minus 9 percent lamp nuumw is acceptable• watts regulation. 1,000 watt high pressure sodium lamps will be S. Outer jacket: A black, low density high molecular weight served by auto regulator type ballasts providing for a plus or virgin polyethylene (compounded to withstand sualight, temperature variations and other environmental cooditiom , Page-SP-134 Revision Date: April 26, 1993 ' 9-29 Illumination, Signals,Electrical 9-29 Illumination,Signah,Electrical ' minus 10 percent input voltage range with plus or minus (nuts, bolts, washers, hinges, etc.). The stainless steel shall be 15 percent lamp watts regulation. AISI, 300 series, chrome-nickel grade. The luminaire slip-fitter Ballasts for mercury vapor lamps shall be designed to bolts shall be either stainless steel or hot-dip galvanized. The properly operate the lamp specified. Ballasts shall be designed to housing,complete with integral ballast,shall be weathertight. ' start lamps at temperatures as low as -20 F. Ballasts shall have The socket mounting mechanism shall be sufficiently rigid the electrical characteristics of the constant wattage" or that upon application of a 2 pound load in any direction on the "regulator" type, high power factor with voltage ratings as noted light source center, the light source center will not defied more ' in the plans. Mercury vapor ballasts shall be capable of plus or than 1/16 inch. minus 2 percent lamp wattage regulation with plus or minus If sand-cast, the aluminum will be left in its natural finish, 13 percent input voltage variation. or, if die-cast, the aluminum shall receive a painted aluminum Ballasts for metal halide lamps shall be designed to properly finish. All luminaires shall be mounted Level, both transverse and operate the lamp specified. Ballasts for all metal halide lamps longitudinally, as measured across points specified by the shall be auto regulator type. manufacturer. Leveling and orientation shall be accomplished No capacitor, transformer, or other device shall employ the after pole plumbing. Highway and decorative luminaires shall class of compounds identified as polychlorinated biphenyls (PCB) have slip-fitters capable of adjusting through a 5 degree axis for as dielectrics, coolants,or for any other purpose. the required leveling procedure. The power delivered to a lamp shall be limited to plus or Refractors shall be formed from heat resistant, high impact, minus 7.5 percent of the rated lamp power during normal molded borosilicate glass. Flat Ions shall be formed from heat ' operation and with a center rated lamp. During warm-up of the resistant, high impact borosilicate or tempered glass. lamp, lesser power delivery will be permitted. The conductor entering the fixture shall have a temperature The power factor for all high pressure sodium vapor ballasts rating equal to or greater than the fixture manufacturer's shall be 95 percent(nominal)or higher. recommendation. High temperature sleeving is an acceptable Each ballast shall have a name plate attached permanently to method to achieve this. the case listing all electrical data. All luminaries shall be provided with markers for positive The Balast shall be pre-wired to the lamp socket and identification of light source type and wattage. Markers shall be terminal board. 3 inches square with Gothic bold, black 2-inch Legend on colored ' background. Background color shall be gold for sodium,blue for 9-29.10 Luminaires mercury,and red for metal halide light sources. Legends shall be sealed with transparent film resistant to dust, weather, and All luminaires shall be of the distribution type and wattage ultraviolet exposure. Legends shall correspond to the following ' indicated in the Plans. Clear lamps shall be employed unless code: indicated otherwise in the contract. Conventional highway luminaires shall be ballast in-head Lip Wattage Lmend type with cobra head configuration. Luminaire distribution types shall conform to the IES classification system. Conventional 70 7 highway luminaries shall provide a cut-off distribution using 100 10 a refractor-less housing and a high pressure sodium light source. 150 15 They shall be capable of accepting a 200, 250, 310, or 400 watt 175 17 lamp complete with ballast. 200 20 All luminaires shall have a cast aluminum housing with 250 25 a slip-fitter end mounting. 310 31 ' Horizontal luminaires shall attach to 2-inch pipe tenons on 400 40 mast arms. Vertical mounted luminaires shall be appropriately 700 70 sized for their respective pole top tenons. The reflector of all 750 75 X1 ' luminaires shall be of a snap-on design or shall be secured with 1,000 screws. The reflector shall be manufactured of polished aluminum or molded from prismatically formed borosilicate 9-29.11 Control Equipment glass. The refractor or flat lens shall be mounted in a door fisme ' assembly which shall be hinged to the luminairc and secured in 9-29.11(2) Photoelectric Controls the closed position to the luminaire by means of an automatic Photoelectric controls shall be a plug-in device, rated to type latch. The refractor or fat lens and door frame assembly, operate on 120 volts, 60 Hz. The unit shall consist of alight when closed, shall exert pressure against a gasket seat. Gaskets sensitive element connected to necessary control relays.Tile-JW, shall be composed of material capable of withstanding temperatures involved and shall be securely held in place. The filter shall be charcoal with ela tomer gasket. ' Luminaires shall have a east aluminum housing of the cobra head style with a glass ovate refractor. The unit shall be so designed that a failure of any eLectronic The manufacturer's name or symbol shall be clearly component will energize the lighting circuit. marked on each luminaire. - ' All luminaires shall have their internal components secured . to the luminaim frame with stainless steel mounting hardware ' Page-SP-135 Revision Date: April 26, 1993 1-29 Illumination,Signals,Electrical 9-29 Illumination,Signals,Electrical 9-29.13(2) Flashing Operations ' All controllers shall be equipped for flashing operation of signal lights. Flashing operations, when required by railroad pre-emption, flashing control, or other causes, shall be set for92%49fiaelt eentieis wig be it--- only if speei ' flashing yellow lights on the main street or highway and for flashing red on the cross street or streets, unless otherwise be rated to e%mibeh !,NO waft specified in the contract. During flash display all pedestrian circuits shall be de-energized. , Actuated traffic signal control mechanisms shall be capable of entry into flash operation and return to normal operation as follows: ' 1. Terminal Strip Input (Remote Flash). When called as fa°eterlerdr*lry- a function of a terminal strip input, the controller shall The photo cell shall be a solid state device with stable provide both sequenced entry into flash and sequenced turn-on values in the temperature range of-55 degrees C to return to normal operation consistent with the +70 degrees C. The photo cell shall be mounted externally requirements of the latest edition of the Manual on on top of the luminaire. In a contactor controlled system,the Uniform Traffic Control Devices. photo cell to control the system shall be mounted on the 2. Police Panel Switch. When the flash-automatic switch luminaire nearest to the service/contactor cabinet. The photo located behind the police panel door is turned to the ' cell shall be capable of switching "ON" 1,000 watts of flash position, the signals shall immediately revert to incandescent bad as a minimum. flash; however, the controller shall "STOP TIME." When the switch is placed on automatic, the signals 9-29.12 Electrical Splice Materials shall continue to flash for an additional 8 second flash period. At the completion of the continued 8 second 9-29.12(2) Traffic Signal Splice Material flash period, unless otherwise specified, the controller I t Lead-in cable to loop wire or magnetometer sensing probe shall immediately resume normal cyclic operations at beginning of artery yreenyelbw. noted shall be � s ote 3. Controller Cabinet Switches. When the flash-automatic noted in the Contract or as shown in the Standard Plans. switch located inside the controller cabinet is placed in the flash position, the signals shall immediately revert ' 9-29.13 Traffic Signal Controllers to flash; however, the controller shall continue to A controller shall consist of a complete electrical mechanism function. When the flash-automatic switch is placed in for controlling the operations of traffic control signals including the automatic position, the controller shall immediately the timing mechanism and all necessary auxiliary equipment, resume normal cyclic operation at the beginning of the mounted in a cabinet.The unit shall operate on 120 volt, 60 artery green. Adjacent to the flash-automatic switch cycle, single phase alternating current and shall use the shall be a controller on-off switch. If the power line frequency as a time base. The traffic signal [lash-automatic switch is in the automatic position and ' controller shall meet the requirements of the National the controller on-off switch is placed in the OFF Electrical Manufacturers Association (NEMA) Standard position,the signals shall immediately revert to flash. Publications, 4. Power Interruption. On "NEMA" controllers any Components such as resistors, capacitors, diodes and power interruption longer than 475 plus or minus , transistors shall be individually replaceable utilizing approved 25 milliseconds, signals shall re-cnergae consistent standard soldering techniques. Intergrated circuits shall be with No. 2 above to ensure an 8 second flash period mounted in sockets and shall be easily replaceable without prior to the start of artery great. A power interruption ' soldering. All components shall be standard "Off the shelf" of leas than 475 plus or minus 25 milliseconds shall not items, cause reaequencing of the controller and the signal The traffic signal controller shall be capable of displays shall ro•energize without change. Type interfacing with the Multisonic real time, master computer. ' The controller shall be capable of both on-line operation (control by the multisonic master computer) and standby operation. The controller shall establish the sequence of be requiled. 5. Con niter. Upon seasiri conflicting signals or signal phases, including overlaps, in conformance with thep° g g gn ' signal phasing diagram on the plans. When operating either unsatisfactory operation vohaVn, the conflict monitor in a fixed time mode or in a fully-actuated mode with volume shall immediately cause the signal to revert to flash; density on each phase as required. All clearance timing and however, the controller shall stop time at the point of ' pedestrian timing shall be accomplished at the local conflict. After the conflict monitor has been reset, the intersection. controller shall immodiately take command of the signal displays at the beginning of artery sreenyelbw. 6. Flash unit shall be a two circuit type, capable of , switching bads up to 1000 watts per circuit Page-SP-136 , Revision Date: April 26, 1993 ' 9-29 Illumination,Signals,Electrical 9-29 Illumination,Sgna4,Electrical alternately at a rate of 60 flashes per minute per compound. Terminals shall be nickel plated, 10-24 brass studs of ' circuit,plus or minus two flashes per minute. sufficient external length to provide space to conned two No. 8 AWG wires, and shall be so mounted that they cannot be 9-29.13(3) Emergency Pre-emption turned in the case. ' Immediately after a valid call has been received, the Ungrounded terminals shall be insulated from each other pre-emption controls shall cause the signals to display the and shall maintain a surface leakage distance of not leas than required clearance intervals and subsequent pre-emption 1/4 inch between any exposed current conductor and any other intervals. Pre-emption shall sequence as noted in the contract. metallic parts with an insulation factor of IW200 megohms ' Pre-emption equipment shall be installed so that internal wiring dependent on external circuit conditions. of the controller, as normally furnished by the manufacturer, is Suppressors shall be designed for operations on 50 ampem, not altered. rhkee125 volts, 60 cycles, single wire circuits, and shall meet standards of the Underwriters' Laboratories and the Radio indieeters' if Manufacturers Association. Emergency vehicle preemption shall be furnished either 9-29.13(7) Traffic-Actuated Controllers as separate units or as modules that plug directly into a rack Traffic-actuated controllers shall be electronic devices wired to accept 3-M discriminator type units. The pre- which, when connected to traffic detectors or other means of emption system operation shall be compatible with the 3M actuation, or both, shall operate the electrical traffic signal company "opticom" system which the City of Renton is system at one or more intersections. ' currently using and shall be capable of being activated by the All sold-state electronic traffic-actuated controllers and their same transmitters. supplemental devices shall employ digital timing methods. When a preemption detector detects an emergency The traffic signal control equipment, unless otherwise vehicle, the phase selector shall hold the controller in the permitted in the contract, must specifically conform to current required phase or advance directly to that phase after NEMA specifications. observing all vehicle clearances. The phase selector shall hold the controller in the phase selected until the detector no ' Pnedified by these Spwificaliens and Ow eanb**.- longer detects the emergency vehicle. Actuated traffic signal controllers shall be 8-phase control When the phase selector is responding to one detector, it units. Volume-density timing features shall be provided on all shall not respond to any other detector until calls from the controllers. first detector are satisfied. Indicator lights shall indicate ' power on, signal being received, channel called. Switches shall control system power and simulate detector calls for each phase. 9-29.13(4) Wiring Diagrams ' and daim Schematic wiring diagrams of the controllers and auxiliary },eIR AMIA . � equipment shall be submitted at the time the controllers are delivered for testing or, if ordered by the Engineer, previous to purchase. The diagram shall show in detail all circuits and parts. The parts shall be identified by name or number in a manner required te furnish an eyeris, beard *j1h coal- eigial O9"tFe49p readily interpreted. The controller cabinet shall have a waterproof envelope with a side access attached to the inside of the cabinet door. At the time of delivery the envelope shall have four complete sets of schematics and manuals for all assemblies and sub-assemblies. 9-29.13(6) Radio Interference Suppressors Reason fei Steen wnijwfim sMH be displayed A cornell-dubiler radio interference filter NF 10801-1 30 vkiili other lif lifts date. amps or equivalent shall be used to fitter the A.C. power. Additionally, all power supplies shall have noise immunity from other devices within the cabinet. All traffic signal controllers, flashers, or other All timing functions and input and output features for interference ferenterrsuppr devisee- shall be equipped with radio fully-actuated, volume-density operation shall be provided in interference suppressors installed at the input power point. accordance with NEMA standards.Intcrfcrcnce suppressors shall be of a deign which will minimizeThe contrnlkr shall provide for setting each timing interference in both broadcast and aircraft frequencies, and shall interval by means of positively calibrated settings. Tbt timing provide a minimum attenuation of SO decibels over a frequency functions shall be on the front of the controller strait or shall range of 200 kilocycles to 75 megacycles when used in have keyboard entry and liquid crystal display. For the connection with normal installations. standbyo The interference filters furnished shall be hermetically Gaon, the traffic signal controller shall include ' all circuitry required to provide all timing and all functions seaiod in a substantial metal case filled with a suitable insulating for signal operation in a fully-actuated mode. Standby t Page-SP-13 7 Revision Date: April 26, 1993 9-29 Illumination,Signals,Electrical ' 9-29 Illumination,Signals,Electrical operation shall automatically occur upon opening of , interconnect lines, failure of central master computer, or Step Time Bypass Switch when specified by the master. The standby operation shall follow and be coincidental in phase to that phase being There shall be a switch in the cabinet identified as the displayed at the start of standby operation. Transfer from stop time bypass switch. If the intersection is placed on t computer supervision shall not call up a starting yellow. flashing operation either by the flash switch or the fail safe monitor,the controller shall immediately stop time. The atop 9-29.13(7)A Environmental, Performance and Test time bypass switch shall remove stop time from the controller Standards for Solid-State and permit normal cycling operation while the intersection ' Traffic Controllers remains in flashing operation. The scope of this specification includes the controller assembly of solid-state design installed on local intersections. DETECTOR test switch , The controller assembly includes the weather-proof cabinet, controller unit, load switches, signal conflict monitoring Each vehicle and pedestrian phase shall have a circuitry, accessory logic circuitry, AC line filters, vehicle momentary (spring fro) detector test switch. When detectors, coordination equipment and interface, and pre-emption depressed,the switch shall place a call on its respective signal equipment. The control assembly shall meet or exceed NEMA phase. Environmental Standards and Teat Procedures. Normal operation will be required while the control assembly is subjected to any The convenience outlet and lamp Docket combination of high and low environmental limits (i.e. low , voltage at high temperature with high repetition noise transients). A convenience outlet protected with a ground fault The traffic signal controller assemblies, including the interrupter and an incandescent lamp Docket shall be traffic signal controller, auxiliary control furnished in the main cabinet. A door switch for the lam ig � n equipment and P cabinet shall be shop tested to the satisfaction of the shall be provided. THIS circuit shall be protected by a Engineer. Testing and check-out of all timing circuits, circuit breaker rated at 20 amps. phasing and signal operation shall be at the City of Renton Signal Shop, Renton, Washington. The Signal Shop will Fail Safe Unit ' make space available to the contractor for the required test demonstrations. The contractor shall assemble the cabinet Fail safe unit shall meet the NEMA-PLUS specifications and related signal control equipment ready for testing. A and shall monitor both the positive and negative portions of complete demonstration by the contractor of all integrated the A.C. sine wave for all green, amber and pedestrian walk ' components satisfactorily functioning shall start the test indications. The duration of a display of conflicting period. Any malfunction shall stop the test period until all indications shall not be long enough to be visible to motorists arts are satisfactorily o or pedestrians before the monitor initiates flan ' P 7 P��g• The test shall be extended flashing operation. until a minimum of 72 hours continuous satisfactory There shall be a visual indication that the monitor has performance of the entire integrated system has been preempted normal operation. demonstrated. The demonstration by the contractor to the Engineer of all components functioning properly shall not Surge Protector(Lighting Arrester) ' relieve the contractor of any responsibility relative to the proper functioning of all aforestated control gear when field The controller shall have an input voltage surge installed. protector that shall protect the controller input from any voltage surges that could damage the controller or any of its , 9-29.13(7)B Auxiliary Equipment for Traffic components. Actuated Controllers Field Wiring Terminal There shall be a terminal strip for field wiring in thebuses police panel ' controller cabinet. The terminals shall be numbered in Fen requirements, and swtiliaiy coaftel panel D"i6ehet-thfig' teele accordance with the schematic wiring diagram on the plans. If a different numbering system is used for the cabinet ' wiring, then both numbers shall label each terminal and the cabinet wiring schematic drawing shall include the field Power Switches wiring numbers where the terminal strips illustrated. A ' common bus bar with a minimum of 15 terminals and a There shall be a main power switch inside the cabinet ground bar with a minimum of 6 terminals shall be provided. that shall render all control equipment electrically dead when Computer Interface Unit ' turned off. There shall be a controller power switch that shall render the controller and bad switching devices Interface communication deices shall be designed as electrically dad while maintaining flashing operation for separate snits or as modules that plug directly into the ' purposes of changing controllers or bad switching devices. controller case. The communication devices shall be used for Page-SP-1 38 ' Revision Date: April 26, 1993 9-29 Illumination,Signals, Electrical 9-29 Illumin ation,Signals,Electrical on-line computer control of the intersection and shall be the field connection terminals. The tout shall be wired capable of transmitting all detector and signal status in a manner such that the signal will revert to flash if information and receiving and decoding command the conflict monitor is removed from service. information from the computer all in conformance and within Supplemental loads not to exceed 10 watts per the capability of the multisonk master computer unit and the monitored circuit or other means, shall be provided to interconnect cables. prevent conflict monitor actuation caused by dimming The following auxiliary equipment shall be furnished and or lamp burn-out. Supplemental loads shall be installed installed in each cabinet for NEMA traffic-actuated controllers: on the control side of the field terminals. Conflict ' 1. A solid-state Type 3 NEMA flasher with flash-transfer monitors shall include a minimum of one indicator light relay which will cut in the flasher and isolate the for each phase used. The monitoring capacity of the controller from light circuits. See Section 9-29.13(2) unit shall be compatible with the controller flame size. ' for operational requirements. Conflict monitors shall include a program card. 2. Solid-state load switches of sufficient number to 7. A display and detection panel showing signal provide for each vehicle phase (including future phases indications and providing detection inputs. The if shown in the plans), each pedestrian phase and intersection panel shall depict the general preemption sequence indicated in the contract. Type interSection layout, street names, phase and overlap P&R cabinets shall include a fully wired 16 position identification and north arrow. Appropriately colored back panel. Solid-state load switches shall conform to incandescent indicator lamps for each red, amber, NEMA standards except only optically isolated load green, walk and don't walk for every phase and switches will be allowed. Load switches shall include overlap shall be provided. The locations of the display indicator lights on the input circuits. lamps on the panel shall simulate the field locations of 3. A power panel with: associated signal displays. The intersection display a. A control-display breaker sized to provide lamps shall be wired to appropriate field wire 125 percent overload protection for all control terminals. The panel shall be located on the inner side equipment and signal displays, 30 ampere of the door. The panel shall be mounted to the door minimum. in such a way as to allow removal without use of any b. A 20 ampere accessory breaker wired parallel to tools. Pop rivet mounting will not be allowed. the control-display breaker. The breaker will carry Detector switches with separate operate, test, and off accessory loads, including vent fan, cabinet light, positions shall be provided for each field detector input plug receptacle, etc. circuit as part of the panel. A display lamp will be c. A busbar isolated from ground and unfused for the provided for each switch and will illuminate upon neutral side of power supply. vehicle, pedestrian, or test switch actuation. The test d. A radio interference suppressor to the output side switch shall provide a spring loaded momentary contact ' of the control-display breaker. See that will place a call into the controller. When in the Section 9-29,13(6) for other requirements. OFF position, respective detector circuits will be C. A transient voltage protection device connected to disconnected. In the operate position, each respective the controller power circuit for protection against detector circuit shall operate normally. voltage abnormalities of less than 1/2 cycle Switches shall be provided on the panel with labels duration. The protector shall be a solid-state high and functions as follows: energy circuit containing no spark gap, gas tube, a. Display on - Signal indicator lamps will display or bar component. No degradable component shall the exact operation of the intersection. Detector be used. The current rating of the device shall be display lamps will operate consistent with their 15 amps. min It shall meet U.L. separate switches. standard 1449 and shall provide protection b. Test - All signal indicator limps shall be ' between neutral to GND., and line to GND., as energized. well as line to neutral. c. Display off - All signal indicator lamps and f. Cabinet ground busbar independent (150K ohms detector indicator lamps shall be do-energized. minimum)of neutral. The display and detection panel shall include ' 4 A police panel located behind the police panel door an approved means of disconnecting all wiring with a flash-automatic switch and a control-display entering the panel. The display disconnect shall power line on-off switch. See Section 9-29.13(2) for include a means to jumper detection calls when the operational requirements. display panel is disconnected. All switches on the 5. An auxiliary control panel located inside the controller panel shall be marked with its associated phase cabinet with a flash-automatic switch and a controller number. Vehicle detection switches shall be on-off switch. See Section 9-29.13(2) for operational marked with the phase number and plan loop requirements. A three wire 15 ampere plug receptacle number. All panel maridngs shall be permanent. with grounding contact and 20 ampere ground fault Pressure sensitive tapes will not be allowed. interruptor shall also be provided on the panel. S. Insulated terminal blocks of sufficient number to 6. A conflict monitor conforming to NEMA standards. provide a termination for all field wiring. A minimum ' See Section 9-29.13(2) for operational requirements. of 12 spare terminals shall be provided. Terminal The unit shall monitor conflicting signal indications at blocks shall be 600 volt, heavy duty, barrier type, ' Page-SP-139 Revision Dl,ac: April 26, 1993 9-29 Illumination,Signals,Electrical 9-29 Illumination,Signals,Electrical except loop detector lead-ins which may be 300 volt. legible, and easily read from a distance of ' Each terminal shall be provided with a field-side and approximately 6 fed. a control-side connector separated by a marker strip. The following requirements apply to auxiliary equipment The marker strip shall bear the circuit number indicated furnished with Type 170 controller cabinets: in the plans and shall be engraved. Each connector Flashers, flash transfer relays, load switches, breakers, ' shall be a screw type with No. 10 post capable of buses, police panel switches, receptacle requirements, vent accepting no less than three No. 12 AWG wires fitted fan requirements, and auxiliary control panel switches shall with spade tips. conform to requirements noted in FHWA publication ' 9. A vent fan with adjustable thermostat. The minimum IP-78-16. CFM rating of the fan shall exceed three times the Flashing operation shall conform to Section 9-29.13(2), cabinet volume. except the 8-second flash period described in Item 2 of that 10. An incandescent or fluorescent interior cabinet light section will not be required. Emergency pre-emption shall ' mounted at the top of the enclosure with door switch to conform to Section 9-29.13(3). automatically energize when the door opens. The light Radio interference suppressor requirements as noted in shall be installed a minimum of 12 inches from the vent 3d above,transient voltage protections as noted in 3e above, fan thermostat. The switch shall be labeled "light." display panel requirements as noted in 7 above, terminal ' 11. All wiring within the cabinet, exclusive of wiring blocks its noted in 8 above, cabinet light as noted in installed by the signal controller manufacturer, shall 10 above, cabinet wiring as noted in 11 above, wiring have insulation conforming to the requirements of diagram requirements as noted in 12 above, and equipment ' Section 9-29.3. Cabinet wiring shall be trimmed to labeling as noted in 13 above, shall apply. The detector eliminate all slack and shall be laced or bound together panel shall conform to details in the Plans. with nylon wraps or equivalent. All terminals, The conflict monitor conforming to FHWA publication exclusive of field terminals, shall be numbered and IP-78-16 shall be provided complete with supplemental loads , permanently identified consistent with the cabinet as noted in 6 above. wiring diagram provided by the signal controller manufacturer. The cabinet will be completely wired so 9-29.13( )D Controller Cabinets that the only requirement to make a field location Each traffic-actuatod NEMA controller shall be housed in ' completely operational is to attach field power and a weatherproof cabinet conforming to the following ground wiring. Internal cabinet wiring shall not utilize requirements: the field side connections of the terminal strip intended 1 WmHobeei, shed 04tintintim, or eas for termination of field wires. al Rff',onstinetion shall be of 0.073-inch 12. One reproducible mylar or two microfilms and four minimum thickness Type 304 stainless steel, 0.125- copies of the cabinet wiring diagram and component inch minimum thickness clear anodized sheet wiring diagrams shall be furnished with each cabinet. aluminum,or east aluminum. , Each cabinet shall be equipped with a plastic envelope 2. The cabinet shall contain shelving, brackets, racks, to house one or more cabinet wiring diagrams. The etc., to support the controller and auxiliary equipment. cabinet wiring diagram shall indicate and identifyall equipment squarely on shelves or be All ui ment shall ad ' wire terminations, all plug connectors, and the mounted in racks and shall be removable without locations of all equipment in the cabinet. Included in turning, tilting or rotating or relocating one device to the diagram shall be an interSection sketch identifying remove another. all heads, detectors, and push buttons; and a signal 3. The cabinet shall be of adequate size to properly house , sequence chart. the controller and all required appurtenances and 13. Each vehicle detector amplifier, pedestrian call auxiliary equipment in an upright position with isolation unit, phase selector, and load switch shall be a clearance of at least 3 inches from the vent fan and identified with semi-permanent stick-on type label. The filter to allow for proper air flow. In no case shall more ' following information shall be included: than 70 percent of the cabinet volume be used. There a. Vehicle Detector Amplifier Channel shall be at least a 2 inch clearance between shelf 1. Loop number mounted equipment and the cabinet wall or equipment 2. Assigned phase(s) mounted on the cabinet wall. ' b. Pod Call Isolation Unit 4. 1. Push button number disposable filter- The cabinet shall have an air intake 2. Assigned phases) vent on the lower half of the main door, with a 12 ' C. Load Switches inch by 16 inch by 1 Inch removable throw-away 1. Signal head number filter, secured ie pbeed with a spring loaded 2. Assigned phases) framework. d. Phase Selectors 5. The cabinet door shall be provided with: , 1. Circuit Letter a. A spring loaded construction core lock capable of 2. Phase(s)called accepting a Best CX series core installed by The label shall beoplaced on the face of the unit. It others. Gat cabinets shall have an approved one shall not block any switch, light, or operational words point positive latch. Formed cabinets shall have , on the unit. The lettering on this label shall be neat, a three point latch. Page-SP-140 ' Revision Date: April 26, 1993 9-29 Illumination,Signals,Electrical 9-29 Illumination,Signals,Electrical b. A police panel door with a stainless steel hinge pin Position of the signal beads shall be located as close as and a lock. Two police keys with shafts possible to the center of the lanes. Signal beads shall be a minimum of 1 3/4 inch long shall be provided mounted on the mast arm such that the red indicators lie in with each cabinet. the same plane and such that the bottom of the housing of a Inside the police panel there shall be a signal signal head shall not be less than 16 feet 6 inches nor more ' on-off switch which shall prohibit any signal than 18 feet 6 inches above the grade at the center of the display in the field but will allow the control roadway. All bolts and other miscellaneous wounting equipment to operate when placed in the "off" hardware shall be stainless steel. ' position. A second switch shall be the auto- flash switch. when placed in the 'flash" 9-29.16(1)A Optical System position, controller power shall remain on and Eight-inch conventional signals shall employ a 67 to 69 controller shall stop time dependent on switch watt traffic signal lamp rated for4U 130 vok operation, 595 ' setting on the auxiliary panel described later. minimum initial lumen, 665 rated initial lumen, 9,000 hour c. Both main door and police panel door shall have min,, 2-7/16 inch light center length, A-21 bulb, medium one piece,closed cell, neoprene gaskets. base, clear traffic signal lamp. Twelve inch traffic signal d. A two position door stop assembly. heads require"0-130 volt, 165 watt, 1,750 minimum initial ' 6. Painting requirements shall be as specified in lumen,1950 rated initial lumen clear traffic signal lamps with Section 8-20.3(12). a 3-inch light center length, 8,000 hour min. rated rife, P-25 bulb and medium base. Bulbs shall be installed with the opening between the filament ends up. The input panel terminal blocks TB2 through TB9 and Lenses shall be glass, of the color indicated, circular in associated cable to the input files as described in FHWA shape, with a visible diameter of either S or 12 inches, as IP-78-16, Chapters 11 and 12 shall be furnished. The specified in the contract, and of such design as to give an alternate raceway specified in Chapter 18 will not be outward and downward distribution of light with a minimum allowed. Each door shall be furnished with a construction above the horizontal. The knees shall be standard red, core lock conforming to 5a above. amber,and green,8-3/8-inch or 12-inch prismed traft'ie signal The cabinet shall be aluminum with an anodized finish. lenses and shall conform to the specifications of ITE The cabinet shall include a print roll-out drawer Standards (Standards for Adjustable Face Vehicle Traffic mounted below the input file and above the power Control Signal Heads, 1977 edition). The lens shall fit into a distribution assembly. neoprene gasket in a manner to reader the interior of the lens ' and reflector weather and dust-tight. The lens and gasket 9-29.16 Vehicular Signal Heads shall be secured to the door with four noncorrosive lens clips. Each signal head shall be of the adjustable, vertical type The components of the optical system shall comprise: with the number and type of lights detailed in the contract; shall 1. Lamp; provide a light indication in one direction only; shall be 2. Lamp Collar; adjustable through 360 de 3. Optical Limiter-Diffuser; J g green about a vertical axis; and shall be mounted at the location and in the manner shown in the plans. 4. Objective Lens. Except for optically programmed signal heads, all vehicular The lamp shall be nominal 150 watt, 120 volt AC, three signal heads at any one intersection shall be of the same make prong, scaled beam having an integral reflector with stippled and tyPe cover and an average rated life of at least 6,000 hours. The lamp Vehicular signal beads shall have 12 inch lens sizes shall be coupled to the diffusing element with a collar including unless shown otherwise on the signal plans. Vehicular signal a specular inner surface. The diffusing element may be discrete head housings shall consist of separate sections and be or integral with the convex surface of the optical limiter. expandable type for vertical mounting. Lens shall be glass The optical limiter shall provide an accessible imaging and meet I.T.E. Specifications for light output. Reflectors surface at focus on the optical axis for objects 900 to 1,200 feet shall be alzac. Each signal head shall have a 114 inch drain distant' and permit an effective veiling mask to be variously hole in its base. applied as determined by the desired visibility zone. The optical Vehicle signal heads shall be cast aluminum. limiter shall be provided with positive indexing means and All signal heads shall include a back plate 5 inch square composed of heat-resistant glass. cut border. Signal heads including The objective lens shall be a high resolution planar utg outside of visors and back of back plates shall be finished with two coats of incremental lens hermetically sealed within a flat laminant of factory-applied traffic signal yellow baked enamel. The weather resistant acrylic or approved equal. The lens shall be 0 inside of the visors and front of back plates shall be finished symmetrical in outline and may be rotated to any 90 degrees with two coats of factory-applied lied flat black enamel. orientation about the optical axis without displacing the primary Mounting hardware will provide for a rigid connection unage. between the signal head and mast arm. All mounting The optical system shall accommodate projection of diverse, ' hardware will be of the top-mount plumbizer type as shown selected indicia to separate portions of the roadway such that on the standard plans, unless specified otherwise on the only one indication will be simultaneously appamt to any viewer plans. after optically limiting procedures have been accomplished. The ' projected indication shall conform to ITE transmittance and chromaticity standards. Page-SP-141 Revision Date: April 26, 1993 9-29 Illumination,Signals,Electrical 9-29 1111Imination,Signals, Electrical ' 9-29.16(2)A Optical Units 9-29.16(2)B Signal Housing ' The optical unit shall consist of a lens, a reflector, a lamp Each lens shall be protected with a removable aluminium holder, and a traffic signal lamp visible to the traffic to be visor of the tunnel type, unless specified otherwise in the controlled at all distances from 10 fed to 500 feet under all light Contract. Visors shall have attaching ears for installation to ' and traffic conditions except dense fog. the housing doors. Conventional signal heads shall have Eight inch conventional signals shall employ a 67 to 69 watt square doors. traffic signal lamp rated for 130+20 volt operation, 595 minimum The signal head housing, or case, shall consist of an initial lumen, 665 rated initial lumen, 8,000-hour minimum, assembly of separate sections, expansible type for vertical ' 2 7/16-inch light center length, A-21 bulb, medium base, clear mounting, substantially secured together in a weathertight traffic signal lamp. Twelve inch traffic signal heads require manner to form a unit of pleasing appearance. Each section shall 120 Yoh, 165 watt, 1,750 minimum initial lumen, 1950 rated house an individual optical unit. initial lumen clear traffic signal lamps with a 3-inch light center Each section shall be complete with a one-piece, ' length, 8,000 hour minimum rated life, P-25 bulb and medium corrosion-resistant aluminum alloy die cast door and shall have base. Bulbs shall be installed with the opening between the a nominal 8-inch or 12-inch diameter opening for the lens. Each filament ends up. door shall be of the hinged type having two integrally cast hinge Lenses shall be glass of the color indicated, circular in lugs and latch jaw. The door shall be attached to the housing by , shape, with a visible diameter of either 8 or 12 inches, as means of two noncorrosive, stainless steel hinge pins that are specified in the contract, and of such design as to give an removable without the use of a special press or tool. outward and downward distribution of light with a minimum A noncorrosive, stainless steel, threaded kith boh and matching ' above the horizontal. The lenses shall be standard red, amber, wing nut shall provide for opening and closing the door without and green, 8 3/8-inch or 12-inch prismed traffic signal lenses and the use of any special tools. Each door shall have a cellular shall conform to the specifications of ITE Standards (Standards neoprene gasket around the entire outer edge of the door,which, for Adjustable Face Vehicle Traffic Control Signal Heads, when the door is closed, shall make a positive weather and 1977 edition). The lens shall fit into a neoprene gasket in dust-tight seal. Each door shall have four tapped holes spaced a manner to render the interior of the lens and reflector weather about the circumference of the lens opening with four and dust-tight. The lens and gasket shall be secured to the door noncorrosive screws to accommodate the signal head visors. with four noncorrosive Lens clips. Each door shall have some device such as washers, clips, or , The reflector shall be one piece, Alzak aluminum keys, or be constricted so as to keep it from dismounting from conforming to TTE Standards. the housing accidentally when it is open. The lamp holder shall be of weatherproof molded The body of each signal section shall consist of a one piece ' construction, immune to the operating temperatures in the unit, corrosion resistant, die cast aluminum alloy. Each section shall of the vibration proof type, and shall be substantially supported have serrated rings top and bottom so when used with proper independent of the reflector. The socket shall have brackets, each section may be adjustable in respect to an a heat-resistant, moisture and weatherproof molded phenolic adjoining section, and the hangers may be locked securely to , housing and be designed to accommodate a 67 to 69 watt, prevent moving. Cast integrally with the housing shall be two 2 7/16-inch focal length traffic signal lamp for 8-inch signals and hinge lugs and one latch jaw. The top and bottom of the housing accommodate a 165 watt nominal 3-inch focal length traffic shall have an opening to accommodate standard 1 1/2-inch pipe signal lamp for 12-inch signals, and to physically position the brackets. The sections shall be so designed that when assembled, filament of the lamp at the exact focal point of the reflector so they interlock with one another forming one continuous that accurate focus will always be obtained. The lamp holder weathertight unit. The sections shall be interchangeable and shall shall be designed so that it can be easily rotated and positively be dust and weathertight when assembled with the door and ' positioned to provide lamp filament orientation without affecting appropriate furnished hardware. the lamp focus. The lamp holder shall be designed so that it will A terminal block of an approved type shall be mounted be seated against the reflector from the back side. There shall be inside at the back of the housing. All sockets shall be so wired a weather and dust-tight gasket between the lamp holder and that a white wire will be connected to the shell of the socket and ' reflector. The inner brass of the lamp holder shall have a lamp a wire,the color of the lens,to the bottom,or end terminal of the grip to prevent the lamp from working loose due to vibration. socket. These wires shall in turn be connected to the terminal There shall be a minimum clearance between the lamp holder block mounted in the housing, in the proper manner. The and back of body housing of 1/2 inch. The lamp holder shall be terminal block shall have sufficient studs to terminate all field ' provided with two wires of sufficient length to be connected to wires and lamp wires independently to the block with separate the terminal block specified below. screws. The terminals to which field wires are attached shall be The optical unit shall be designed to prevent any permanently identified to facilitate field work. ' objectionable reflection of the sun's rays even at times of the day Each leas shall be protected with a removable visor of when the sun may shine directly into the lens. When the door of polycarbonate plastic of the tunnel type, unless specified the optical unit is closed, all joints in the assembly between the otherwise in the oontract. Visors shall have attaching ears for interior and exterior of the reflector shall be closed against installation to the housing doors. Conventional signal heads shall ' suitable neoprene gaskets in order that the units shall be weather have square doors. and dust-tight. Page-SP-142 Revision Date: April 26, 1993 9-29 Illumination,Signals,Electrical 9-29 Illumination,Signals,Electrical 2. Arms and slotted tube fittings for Type N mount. 9-29.16(2)C Louvered Visors 3. Plumbizer, tapered adjustment washers and flange Where noted in the Contract, louvered tunnel visors shall be adaptor fittings for Type M mount. The plumbizer furnished and installed. Directional louvers shall be constructed shall be cast from tenzalloy AAA No. 713. to have a snug fit in the signal visor. The outside cylinder shall 4. Tube clamp and female clamp assembly for Type be constructed of aluminum , and the N mount. louvers shall be constructed of anodized aluminum painted flat Bronze black. Dimensions and arrangement of louvers shall be as shown L Terminal compartments for Type A, B, C, F, H, in the contract. and K mounts. 2. Collars for Type C,D,and F mounts. 9-29.16(2)D Back Plates 3. Ell fittings for Type L and LE mounts. Back plates shall be 4. Messenger hanger and wire entrance fittings for furnished and attached to the signal heads. Back plates shall be Type P, Q,R, and S mounts. constructed of anodized, 3-1 half-hard aluminum sheet, 5• Balance adjuster for Type Q, R,and S mounts. 0.058-inch minimum thickness, Galvanized Steel the-fie-with 5-inch square cut border. 1. Washers for Type A, B, C, D, F, H, and K mounts. 9-29.16(2)E Painting Signal Heads 2. Fasteners for Type A,B, E,H,and K mounts. Traffic signal heads, including outside of visors and back of Stainless Steel back plates, shall be finished with two coats of factory applied I. All set screws and cotter Keys. traffic signal 2. Bands for Type N mount. g green-yellow baked enamel. The inside of visors, front of back plates, and louvers shall be finished with two coats 3. Hinge pins for Type E mount. of flat black enamel. 4. Bolts, nuts and washers for Type M mount. 5. Bolt, nut and washers for Type L mount. 6. Bolts, nuts,washers,and screw buckle swivels. Steel 1. Center pipes, nipples, elbow and tee fittings for Type A, B, C, F, H.and K mounts. 2. Multi-head mounting assemblies and spider assemblies for Type Q, R, and S mounts. 3. Nipples for Type L, LE, P, Q, R,and S mounts. Heads e::+peinbed. All a4mr-hardware for e0ww-mounts shall be painted with two coats of factory applied traffic signal Federal yellow greeo-baked enamel. Pins for messenger hanger fittings shall be a minimum of 1/2 inch in diameter. Terminal compartments for Type A,B, C,"F, H,and K 9-29.18(1) Induction Loop Detectors Detector amplifiers shall be Detector Systems model 810A or equal. be used with standard signei head oeries. :Rwe Induction bop amplifiers installed with NEMA controls shall conform to current NEMA specifications. biers Heads E. Hot asphalt used for loop p detector sealant slYaU eosdort, to Section M2.1(8). Other sealant specified in the contract ' plans, specifications, or deW% slia0 need or escoed manufacturer specifications. }sue Induction loop amplifiers installed with NEMA controls shall conform to current NEMA specifications. Amplifiers ' installed with Type 170 controls shall oonform to FHWA 9-29.17 Signal Head Mounting Brackets and Fittings publication IP-78-16. Vehicle and pedestrian signal head mountings shall be as When required in the contract, amplifier units shall be detailed in the Standard Plans. Material requirements for signal Provided with supplemental timing features identified as follows: head mounts are as follows: 1. Delay Timing-When delay timing is required,the unit shall delay detector output for up to 15 seconds Aluminum minimum, settable in one second maximum intervals. ' 1. Hinge fittings for Type E mount. 2. Delay Timing with Gate-When delay timiaS with gate is required, the unit shall provide delay timing features Page-SP-143 ' Revision Date: Aprl 26, 1993 9-29 Illumination,Signals,Electrical 9-29 Illumination,Signals,Electrical as noted above with the additional capability of I inhibiting delay timing when an external signal is 9-29.24 Service Cabinets applied. 3. Extension Timing-When extension timing is required, The signal/street lighting service cabinet shall be as the unit shall extend the detector output for up to indicated on the contract plans and detail sheets. All 7 seconds minimum, settable in 0.5 second minimum electrical conductors,buss bars and conductor terminals shall intervals. be copper or brass. The cabinet shall be fabricated from 4. Delay and Extension Timing with Gate - When delay galvanized cold rolled shed steel, with 12 gauge used for and extension timing with gate is required, the unit exterior surfaces and 14 gauge for interior panels. Door shall provide both delay and extension timing features hinges shall be the continuous concealed piano type and no as noted above with the additional capability of screws, rivets or bolts shall be visible outside the enclosure. inhibiting delay while enabling extension upon The cabinet door shall be fitted for a Best internal type lock. ' application of an external signal. Without external The cabinet shall have ventilation louvers on the lower and signal,the unit shall inhibit extension and enable delay. upper sides complete with wxeens, filters and have rain tight gaskets. The cabinet door shall have a one piece weather 9-29.20 Pedestrian Signal proof neoprene gasket. Pedestrian signals shall be eon-grid type, or other types as specified in the contract. Pedestrian AR eieeftieel eandoeters, signals shall conform to ITE Standards (Standard for Adjustable Face Pedestrian Signal Heads, 1975). Inemdeseen! pedesNim! signal heads shaij elilpley if field wiring- krSer 11mi Ow! %hieli die eanbeewis ei All pedestrian signals supplied to any one project shall be from the same manufacturer and type but need not be from the same manufacturer as the vehicle heads. Symbol messages, when specified, shall be a minimum of 12 inches high and 7 inches in width. vents shs4l be S*sketed. Housings shall be die-cast aluminum and shall be painted with two coats of factory applied traffic signal yellowsreee ' enamel. Noon grid pedestrian heads shall be solid state type and shall be supplied with Z crate visors. Z crate visors shall have 21 members at 45 degrees and 20 horizontal members. The unit shall be 1 1/2 inches deep. Members shall be constructed of 0.030-inch thick black polycarbonate plastic. 9-29.20(2) Neon Grid T rated fer ype , All neon grid heads shall be equipped with Z crate visors made of polycarbonate plastic designed to eliminate sun phantom. Neon tubing shall be enclosed and shockmounted inside gage 'lk ' a rugged plastic module. h. Tisdisfal filers shetH previde f eeftsed eeendfti� eenbaete-aitd 12 Sligo sheet steel. Type G steel mbitees Anil 14m 1%mi The pedestrian signal shall have a solid state message module, electronic ballast, no external transformer, and OenstitseSen developing tain 601 fibAeatien , operate at 30 watts. llees, The heads shall display two symbol messages, "hand" (for the do not walk mode) in Portland orange and "Man" (for the walk mode) in lunar white. The message module shall consist of two neon gas tubes enclosed in a housing made of polycarbonate plastic. The lens material shall be polycarbonate plastic. The visors shall be flat black in color. , Page-SP-144 ' Revision Date: April 26, 1993 9-29 Illumination,Signals,Electrical 9-29 Illumination,S4vmis,Electrical intended to pie-toide wourity only to segilmit of-the AaH eqtwA or e9teeod the rating neted in lite Sol-IIFA. :Rke feift) be-W.6-epPre+'eel' ' 9-29.24(1) Painting The finish coat shall be a factory baked on enamel light grey in color. The galvanized surface shall be etched before the baked on enamel is applied. The interior shall be given a finish coat of exterior grade of white metal enamel. Painting shall be done in conformance with the provisions of Section 8-20.3(12). 9-29.25 Amplifier, Transformer, and Terminal Cabinets 4eliewirfgsehedu4e- The pole mounted terminal box shall be made of molded fiberglass, be grey in color, be approximately 16" high x 13- FF ot Goel. 7/8" wide x 5-7/8" deep and have a minimum of 16 terminals SeeoiW ere! on the terminal blocks. The box shall be weather tight, have wee°' a single door with continuous hinge on one side and screw -a-1-5; hold downs on the door locking side. All hardware will be ' Fe"ith )Field firiish cost Ad stainless steel. All mounting hardware shall be stainless steel -1) i 5; and shall be incidental to the unit price of terminal box. The inberier shaI4 be given one finish eem of e*Wriar whit Terminal blocks shall be 600V heavy duty, barrier type. Each terminal shall be separated by a marker strip. The marker strip shall be permanently marked with the circuit number indicated in the Plans. Each connector shall be a 9-29.24(2) Electrical Circuit Breakers and screw type with No. 10 post capable of accepting no less than Contactors 3#12 AWG wires fitted with spade tips. The electrical circuit breakers and contactors shall be as indicated on the contract plans and detail sheets. The } following equipment shall be featured within the cabinet. gage 1. Main circuit breaker 606i gkHey). 2. Branch circuit breakers 2" ' 3. Utility plug(120 volt-20 Amp rated)G.F.I.Type 4. light control test switch(120 volt-15 Amp) Bepth $eight Width S. Contactor relay for each circuit 6. Double pole branch breaker(s)for lighting circuits(240 volt) 8 i1whe 16inches 12 inehes ' 7. One 120 volt, 20 Amp single pole branch breaker (for utility b m }}i„che 24 i„che }gee per) r. Trensfeen+er 12 inches is inches 18 inches 8. Type 3-single phase 120/240 volt grounded neutral service 9. One 120 volt 40 Amp single pole branch breaker (signal service) 3. Cabinet doors shall be gasketed with none-piece closed ' 10. Complete provisions for 16 breaker poles cell neoprene gasket and shall have a stainless steel 11. Name plates phenolic black with white engraving except the piano hinge. swain breaker which shall be red with white lettering. All same plates shall be attached by S.S.screws. 12. Meter base sections are unnecessary fflechanis its! 4- S- 7. One spare 12 position terminal block shall be installed in each terminal cabinet and amplifier cabinet. ee4tr- Page-SP-145 Revision Date: April 26, 1993 9-30 Water Distribution Materials 9-30 Water Distribution Materials & Butterfly valves shall be rubber seated and shall meet or exceed AWWA C504, Class 150B. Butterfly valves shall be 1 suitable for direct burial. Shaft seals shall be standard O-ring 9. Mounting shall be as noted in the contract. seals. The size of the butterfly valves shall be the same as that of Interconnect splice tower cabinets shall be Type F, with the line on which they are located. , nominal dimensions of 22" high x 13" wide x 11" deep and Valve operator shall be of the traveling nut or worm gear constructed of cast aluminum and fitted with a Best internal type, sealed, gasketed, and permanently lubricated for lock• underground service. Valve operator shall be constructed to the standard of the valve manufacturer to withstand all anticipated ' 9-30 Water Distribution Materials operating torques and designed to resist submergence in groundwater. The Contractor shall provide an affidavit of compliance ' 9-30.1 Pipe stating that the valve furnished fully complies with AWWA C504. 9-30.1(1) Ductile Iron Pipe 9-30.3(5) Valve Marker Posts 1. Ductile iron pipe shall be centrifugally cast in 18 foot Valve marker posts shall be installed at the discretion of ' nominal lengths conforming to AWWA C151 and shall the City in those unpaved areas where the top of the valve have a cement-mortar lining conforming to AWWA box could be covered by weeds, shrubs, bark or other C104. materials. The valve markers shall be fabricated and fistmg+d jei oa shaft be SwidaidThieltness i Giass All installed in conformance with the Standard Drawings. elber ductile iron pipe shall be Standard Thickness Valve markers shall be carsonite composite utility Class 5250 or the thickness class as shown in the Plans. marker .375"x 6'-0" or approved equal with blue label 2. Non-restrained joints shall be rubber gasket, push-on "wyter, type, or mechanical conforming to AWWA C111. Valve marker posts shall be in accordance with the Plans or 3. Restrained joints shall be as specified in the Special Special Provisions. Provisions or as shown in the Plans. 9-30.3(8) Tapping Sleeve and Valve Assembly ' 9-30.2 Fittings Tapping valves shall be furnished with flanged inlet end connections having a machined projection on the flanges to mate 9-30.2(7) Transition Reducing and Flexible with a machined recess on the outlet flanges of the tapping ' Couplings sleeves and crosses. The outlet ends shall conform in dimensions to the AWWA Standards for hub or mechanical joint Transition couplings, reducing couplings, connections, except that the outside of the hub shall have a large transition-reducing couplings, and flexible couplings for water flange for attaching a drilling machine. The seat opening of the ' mains shall be compression type, constructed with ductilegrny valves shall be larger than normal size to permit full diameter iron sleeves and ductile or malleable iron followers. Bolts and cuts. Tapping sleeves shall be coat iron, nuts shall be ductile iron. Factory finish shall be the standard of epoxy-coated steel,or other approved material. the manufacturer. 9-30.5 Hydrants 9-30.3 Valves Fire hydrants shall be Iowa, or approved equal. 9-30.3(1) Gate Valves Approval must be obtained prior to bid opening. ' Valves shall be designed for a minimum water operating Fire hydrants shall conform to AWWA C502 and shall be of pressure of 200 PSI. Gate valves shall be Iowa List 14, standard manufacture and of a pattern approved by the Mueller Company No. A2380,Kennedy,or M&H. Contracting Agency. ' Approval of valves other than models specified shall be 9-30.5(1) End Connections obtained prior to bid opening. " Hydrants shall be constructed with mechanical joint All gate valves less than 12 in diameter shall include an connection unless otherwise specified in bid proposal ' 8" x 24"cast iron gate valve box and extensions, as required. description. All 12" diameter and larger gate valid shall be installed in a The end connections shall be mechanical joint or flanged vault. See Water Standard Detail for 12"gate valve assembly conforming to AWWA C110, C110a,and C111. vauk and 1" bypass installation. Gate valves shall conform to AWWA C500 and shall be iron 9-30.5(2) Hydrant Dimensions body, bronze-mounted, double disc with bronze wedging device and O-ring stuffing box. 9-30.3(3) Butterfly Valves ' Butterfly valves shall be Dresser 450 or Pratt Groundhog. Page-SP-146 ' Revision Date: April 26, 1993 9-30 Water Distribution Materials 9-30 Water Distribution Materials Hydient mnneetian pipe mire inside _ref 6 inehe� ;reheto idcv#*HtTing . _ eaft s Agency 5-isrhe. ' Size efettmiliftly pte VaIve 6-mehe. ntles phtieml Standard i-ineh To-mateh Gemi eting r Pettei spreeds mete-ef thre.d Fire hydrants shall be Corey type (opening with the pressure) conforming to AWWA C-50"O with a 6 inch inlet and a 1\1.V.0. of 5 inches, two 2 1/2 inch hose nozzles with National Standard 7 1/2 threads per inch and one 4 inch pumper nozzles with the new Seattle Pattern 6 threads per inch, 60 degrees V. Threads, O.D. Thread 4.975 and root diameter 4.6263, 1-1/4" pentagon operating nut opened by ' turning counter clockwise(left). All nozzles shall be fitted with cast iron threaded caps with operating nut of the same design and proportions as the hydrant stem nut. Caps shall be threaded to fit the corresponding nozzles and shall be fitted with suitable neoprene gaskets for positive water tightness under test pressures. 9-30.5(6) Guard Posts Guard posts for hydrants shall be provided where shown on the Plans (only if outside right-of--way). Guard posts shall be reinforced concrete 6 feet in length by 9 inches in diameter. 9-30.6(3) Service Pipe 9-30.6(3)B Polyethylene Pipe ' Polyethylene pipe shall not be used. ;'0 , ., . able%Ober Fire- Pipe joints gliaH be 9-30.6(3)C Polybutalene Pipe Polybutalene pipe shall not be used. Beloent welded pipe joints vk-i44 no!be pevvniRed. ' Page-SP-147 Revision Date: April 26, 1993 � SPECIAL P ROVISIONS 1 1 1 1 1 1 1 1 1 ! Contracts other than Federal-Aid FHWA ! CITY OF RENTON ! RAINIER AVENUE N SINKHOLE REPAIR PROJECT 1 SPECIAL PROVISIONS Special provisions hereinafter contained supersede any conflicting provisions of the Standard Specifications and the foregoing amendments to the Standard Specifications are hereby made a part ! of this contract. Whenever reference is made to the Engineer, such reference shall mean the Public Works 1 Administrator, City of Renton, or his/her duly authorized agent. 1 ! 1 1 1 i 1 1 1 1 ! H:ST0RM:93-470/DWCU:pa/0d. 1993 1 CONTRACT PLANS AND SPECIFICATIONS ' A. STANDARD SPECIFICATIONS The "1991 Standard Specifications for Road, Bridge, and Municipal Construction" prepared by the Washington State Department of Transportation (WSDOT) and the Washington State Chapter of ' the American Public Works Association (APWA) and all amendments thereto, including the APWA "Division One Supplement", shall be hereinafter referred to as the "Standard Specifications" together with the laws of the State of Washington and the Ordinances of the City of Renton, so far as applicable, are hereby included in these Specifications and shall apply as through quoted in their entirety. B. RENTON STANDARDS ' The City of Renton Standards Specifications for Municipal Construction (hereafter referred to as The Renton Standards) shall apply to all work and are hereby included in the Contract Documents. , The Renton Standards are comprised of the following documents: 1. Standard Plans The Standard Plans are selected pages of"The Standard Plans for Road and Bridge Construction"as published by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association, adopted by the City of Renton, and bound together with those Standard Plans created by the City ' of Renton. An appendix to the published Renton Standards contains the original WSDOT/APWA index showing the disposition(Adopted, Replaced, or Deleted)of all original pages. Excerpts from the Renton Standard Plans have been bound in this ' document for the Contractor's convenience. 2. Supplemental Specifications The City of Renton Supplemental Specifications is a compilation of the revisions made to the WSDOT/APWA 1991 Standard Specifications and is produced to be used together with that original document. The City of Renton Supplemental Specifications ' have been bound into this document. All original (WSDOT/APWA)text in modified sections is reproduced in its entirety for clarity and context. All original text being deleted is shown with a line through the characters. This is leg deleted. All i replacement text or text being added is shown in bold face type. All revisions, either additions or deletion are further shown with a change bar in the outside margin of the page. Copies of the Renton Standards are on file at the Customer Service Desk of the Planning/Building/Public Works Department, Municipal Building, Renton, ' Washington, 98055, where they may be examined and copied by any interested party. C. SPECIAL PROVISIONS , The Special Provisions replace, amend, or supplement the Standard Specifications and the Renton Standards. All provisions of the Standard Specifications and Renton Standards, which are not so ' amended, replaced, deleted, or supplemented, remain in full force and effect. In case of conflict, H:ST0RM:93-470/DWC/bh:ps/0d. 1993 Page 2 t ' the Special Provisions shall take precedence over the Standard Specifications and Renton Standards. ' D. PROJECT DRAWINGS (PLANS) A reduced copy of the Drawings (Plans) for this project are bound into the Contract Documents. In the case of conflict between Renton Standards and the Drawings, the Drawings shall govern, unless otherwise approved in writing by the Engineer. H:ST0RM:93470/DWCft:pe/0&IM Page 3 Division 1 , General Requirements 1-01 DEFINITIONS AND TERMS , 1-01.2 Abbreviations , 1-01.2(2)• Items of Work and Units of Measurement Supplement this section with the following: , AC Asphalt Concrete CPEP Corrugated Polyethylene Pipe ' Conn. Connection DI Ductile Iron DIP Ductile Iron Pipe E Fast Ex, Exist Existing FF Finished Floor , ID Inside Diameter Inv Invert MON Monument ' N North No. Number OD Outside Diameter ' PC Point of Curve PT Point of Tangency PI Point of Intersection ' PCC Portland Cement Concrete R/W Right-of--Way S South , SS Sanitary Sewer or Side Sewer S.ST. Stainless Steel W West 1-02 BID PROCEDURES AND CONDITIONS 1-02.2 Plans and Specifications ' See "Instruction to Bidders" and "Bidders Checklist" contained in the Contract Documents herein for pre-bid information. ' 1-02.4 Examination of Plans, Specifications,and Site Work 1-02.4(1) General ' Add the following to the end of Section 1-02.4(1): , Locations of existing utilities shown on the Drawing are approximate and some existing utilities may have been omitted. It is the Contractor's responsibility to verify the locations and elevations of ' existing pipelines, structures, grades, and utilities prior to construction. The Owner assumes no H:STORM:93-470/DWC/bh:ps/Oct 1993 Page 4 ' responsibility for any conclusions or interpretations made by the Contractor on the basis of the information made available. ' 1-02.5 Proposal Forms Delete the first sentence of this section and replace with the following: ' The Proposal and associated forms are included in these Contract Documents under Documents Submitted in Sealed Bid Package. These forms shall not be altered by the bidder. Reference ' herein to the Proposal Form(s) shall mean the "Proposal" and "Schedule of Prices." 1-03 AWARD AND EXECUTION OF CONTRACT ' 1-03.1(2) Consideration of Bids (Addition) The contract will be awarded to the lowest responsive, responsible bidder. 1-04 SCOPE OF THE WORK ' 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, and Addenda In the Second paragraph of Section 1-04.2 and after the text, "2. Proposal Form," add "(Proposal and Schedule of Prices)". ' 1-04.3 Project Coordination (New Section) t It shall be the responsibility of the Contractor to coordinate all work to be performed under this contract, including the ordering and acquisition of all equipment and materials. This coordination shall encompass all work to be performed by the Contractor, their subcontractor, the City and any ' public utilities which may be involved. 1-05.5(5) Contractor Provided As-Built Information ' Delete the last paragraph of this section and add the following: The Contractor shall prepare one (1) set of mylar as-built plans, and any additional as-built information as required by the city. The Contractor shall have the as-built plans prepared, stamped, and signed by a licensed surveyor or professional engineer. Upon completion of construction the Contractor shall deliver to the City the mylar as-built plans ' and hard covered field book(s) containing the surveyor's as-built notes for review and approval. The Contractor shall be responsible for any corrections or changes needed to the mylar as built plans. 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC ' 1-07.1(1) Archaeological Discoveries and Historic Preservation Clause(Addition) The Contractor shall adhere to the National Historic Preservation Act of 1966 and 36 CFR 800 ' which provide for the preservation of potential historical, architectural, archaeological, or cultural resources (herein called "cultural resources") and fair compensation to the Contractor for delays resulting from such cultural resources investigations. H:ST0RM:93-470/DWC/bh:ps/0ct. 1993 Page 5 In the event that potential cultural resources are discovered during subsurface excavations at the site of construction, the following procedures shall be instituted: 1. The Owner shall issue a Work Suspension Order directing the Contractor to cease all , construction operations at the location of such potential cultural resources find. 2. If archaeological findings include human remains,the Engineer shall contact a qualified ' archaeologist in consultation with the State Historic Preservation Officer(SHPO)to evaluate the remains. 3. Such Work Suspension Order shall be effective until such time as a qualified ' archaeologist can be called by the Engineer to assess the significance of these potential cultural resources and make recommendations to the State Historical Preservation ' Officer. If the archaeologist, in consultation with State Historic Preservation, determines that the potential find is a significant cultural resource,the Owner shall extend the duration of the Work Suspension Order. 4. Suspension of work at the location of the find shall not be grounds for any claim by the Contractor unless the suspension extends beyond the contract working days allowed for ' the project, in which case the Engineer will make an adjustment for increased cost of performance of the contract. 1-07.2(1) State Sales Tax ' Add the following to Section 1-07.2(1): The work on this contract is to be performed upon lands whose ownership obligates the Contractor ' to collect state sales tax from the City of Renton. Payment of sales tax to the Washington State Department of Revenue is, under this contract, ' required to be made by the contractor. The Contractor shall, at the time of making payment of sales tax, identify the work as having been performed within the City of Renton and for the City of , Renton. 1-07.13 Contractors Responsibility for Work 1-07.13(1) General Add the following: ' The Contractor shall submit a performance and payment bond to the City of Renton, State of ' Washington. The bond shall be in the full amount of contract. Whether or not there appears here or elsewhere herein specific reference to guarantees of all items of materials, equipment, and workmanship, they nevertheless shall be so guaranteed against ' mechanical, structural, or other defects for which the Contractor is responsible that may develop or become evident within a period of one year from and after acceptance of the work by the Owner. Such guarantees shall include care of backfilling of ditches or at structures should the fill settle to , such extent as to require refilling or resurfacing roadway surfaces to restore the original or intended condition or grade. H:STORM:93470/DWC/bh:ps/Oct 1993 Page 6 ' ' This guarantee shall be understood to imply prompt attention to any remedy of such defects as those mentioned above if and as they occur after the Contractor shall have written notice of their ' existence. If the defect, in the opinion of the Owner, is of such nature as to demand immediate repair, the Owner shall have the right to correct and cost thereof shall be borne by the Contractor. ' 1-07.16 Protection and Restoration of Property 1-07.16(1) Private/Public Property (Supplemental Section) Private property such as plants, shrubs, trees, fences, mailboxes, curbs, walks, driveways, and rockeries within the work area shall be removed and restored to the satisfaction of the property owner. It shall be the contractor's responsibility to notify each property owner when it is necessary ' to remove such improvements to facilitate the contractor's progress, and to remove those improvements to locations requested by the property owner or to restore them in their original location in as near original condition as possible. All lawn within the area to be disturbed by the contractor's operations shall be cut with a sod cutting machine, removed and disposed. The disturbed lawn area shall be restored, after trench is back-filled and compacted. Restoration shall consist of placing 4" topsoil, hydro seed, fertilize and mulch. Disturbed lawn areas, after replacement of topsoil, reseed, fertilize and mulch shall be watered a minimum of four (4) times a week for three weeks. The water shall be of such duration as to soak the seeded areas thoroughly and promote good root growth. Such removal and restoration shall be considered incidental to the bid item "Restoration", per lump sum and no further compensation will be made. 1 1-07.16(3)A Protection and Restoration of Existing Markers and Monuments All existing survey monuments and property corner markers shall be protected from movement or ' damage by the Contractor. All existing markers and/or monuments that are damaged or removed for construction purposes shall be referenced by survey ties and then replaced by the Contractor. The Contractor shall coordinate work with the City Engineer and City staff to reference the ' markers and/or monuments and replace them, as required by state law. All existing property corner markers disturbed or removed by the Contractor's operations shall be replaced at the Contractor's own expense. 1-07.16(5) Utility Service (New Section) ' The Contractor shall maintain the operational service of water distribution mains, and storm drainage mains at all times. Upon approval by the Engineer, individual water service pipes may be off line for 4 hours and catch basins for 8 hours. No sewer service will be allowed to be shut down for more than 8 hours per day. Sanitary sewer service systems shall be maintained operational in as continuous a manner as possible. Where services are to be shut down, affected parties and the Engineer shall be notified in writing at least 72 hours in advance of the time and period of shut- down. The Contractor shall make every effort to keep shut down schedules to periods of anticipated minimum usage and for the least period of time. ' 1-07.16(6) Restoration of Property (New Section) The Contractor shall protect property in the vicinity of the work site and in instances of destruction ' or damage, restore the item to pre-construction condition at the Contractor's expense. H:STORM:93470/DWC/bh:ps/OcL 1993 Page 7 1-07.17 Utilities and Similar Facilities , Section 1-07.17 of the APWA Division I General Requirements is supplemented by the following: ' The locations and dimensions shown in the plans for existing buried facilities are in accordance with available information obtained without uncovering, measuring, or other verification. It shall ' be the Contractor's responsibility to verify and/or determine the correct location of all utilities, public and private, that may be affected by the Contractor(s) work under this contract. The Owner assumes no responsibility for improper locations or failure to show utility locations on the construction plans. The Contractor shall pothole all existing utilities in advance of pipe installation ' to verify that the required vertical and horizontal clearances exist. Any adjustment to pipe location and elevation must be approved by the Engineer prior to installation. The Contractor shall check with the utility companies concerning any possible conflict prior to ' commencing excavation in any area, as not all utilities may be shown or correctly located on the plans. The Contractor shall be entirely responsible for coordination with the utility companies and arranging for the movement or adjustment, either temporary or permanent, of their facilities within the project limits. No additional compensation will be made to the Contractor for reason of delay caused by the actions of any utility company, and the Contractor shall consider such costs to be ' incidental to the other items of the contract. The CONTRACTOR is alerted to the existence of Chapter 19.122 RCW, a law relating to , underground utilities. Any cost to the Contractor incurred as a result of this law shall be at the Contractor's expense. The contents of Chapter 19.122 RCW are provided below: RCW 19.122 UNDERGROUND UTILITIES t 19.122.010 Intent ' It is the intent of the legislature in enacting this chapter to assign responsibilities for locating and keeping accurate records of utility locations, protecting and repairing damage to existing underground facilities, and protecting the public health and safety from interruption in utility ' services caused by damage to existing underground utility facilities (1984 c 144 1.) 19.122.020 Definitions , Unless the context clearly requires otherwise, the definitions in this section apply through out this chapter. ' A. "Business day" means any day other than Saturday, Sunday, or a legal local, state, or federal holiday. B. "Damage" includes the substantial weakening of structural or lateral support of an underground facility, penetration, impairment, or destruction of any underground , protective coating, housing, or other protective device, or the severance, partial or complete, of any underground facility to the extent that the project owner or the affected utility owner determines that repairs are required. ' C. Emergency means any condition constituting a clear and present danger to life or property, or a customer service outage. ' H:ST0RM:93470/DWC/bh:ps/0cL 1993 Page 8 , ' D. "Excavation" means any operation in which earth, rock, or other material on or below the ground is moved or otherwise displaced by any means, except the tilling of soil less ' than twelve inches in depth for agricultural purposes, or road and ditch maintenance that does not change the original road grade or ditch flowline. E.' „Excavator" means any person who engages directly in excavation.F. Identified facility means any underground facility which is indicated in the project plans as being located within the area of proposed excavation. G. "Identified but un-locatable underground facility" means an underground facility which has been identified but cannot be located with reasonable accuracy. ' H. "Locatable underground facility" means an underground facility which can be field- marked with reasonable accuracy. 1. "Marking" means the use of stakes, paint, or other clearly identifiable materials to show the field location of underground facilities, in accordance with the current color code standard of the American Public Works Association. Markings shall include identification letters indicating the specific type of the underground facility. J. "Person" means an individual,partnership, franchise holder, association, corporation, a state, a city, a county, or any subdivision or instrumentality of a state, and its employees, agents, or legal representatives. K. "Reasonable accuracy"means location within twenty-four inches of the outside dimensions of both sides of an underground facility. L. "Underground facility"means any item buried or placed below for use in connection with the storage or conveyance of water, sewage, electronic,telephonic or telegraphic communications, cablevision, electronic energy,petroleum products,gas,gaseous ' vapors, hazardous liquid, or other substances and including but not limited to pipes, sewers, conduits, cables, valves, lines, wires, manholes, attachments, and those parts of poles or anchors below ground. ' M. "One-number locator service" means a service through which a person can notify utilities and request field-marking of underground facilities. (1984 c 144 2.) ' 19.122.030 Notice of excavation to owners of underground facilities -One-number locator service-Time for notice-Marking of underground facilities -Costs ' Before commencing any excavation, the excavator shall provide notice of the scheduled commencement of excavation to all owners of underground facilities through a one-number locator ' service. All owners of underground facilities within a one-number locator service area shall subscribe to the service. One number locator service rates for cable television companies will be based on the amount of their underground facilities. If no one-number locator service is available, notice shall be provided individually to those owners of underground facilities known to or ' suspected of having underground facilities within the area of proposed excavation. The notice shall be communicated to the owners of underground facilities not less than two business days or more than ten business days before the scheduled date for commencement of excavation, unless ' otherwise agreed by the parties. H:ST0RM:93-470/DWC/bh:ps/0ck 1993 Page 9 Upon receipt of the notice provided for in this section, the owner of the underground facility shall , provide the excavator with reasonably accurate information as to its locatable underground facilities by surface-marking the location of the facilities. If there are identified but un-locatable ' underground facilities, the owner of such facilities shall provide the excavator with the best available information as to their locations. The owner of the underground facility providing the information shall respond no later than two business days after the receipt of the notice or before ' the excavation time, at the option of the owner, unless otherwise agreed by the parties. Excavators shall not excavate until all know facilities have been marked. Once marked by the owner of the underground facility, the excavator is responsible for maintaining the markings. Excavators shall ' have the right to receive compensation from the owner of the underground facility for costs incurred if the owner of the underground facility does not locate its facilities in accordance with this section. ' The Owner of the underground facility shall have the right to receive compensation for costs incurred in responding to excavation notices given less than two business days prior to the excavation from the excavator. ' An owner of underground facilities is not required to indicate the presence of existing service laterals or appurtenances if the presence of existing service laterals or appurtenances on the site of ' the construction project can be determined from the presence of other visible facilities, such as buildings, manholes, or meter and junction boxes on or adjacent to the construction site. Emergency excavations are exempt from the time requirements for notification provided in this ' section. If the excavator, while performing the contract, discovers underground facilities which are not identified, the excavator shall cease excavating in the vicinity of the facility and immediately notify the owner or operator of such facilities, or the one-number locator service. (1988 c99 1; 1984 c ' 1443.) 19.122.040 Underground facilities identified in bid or contract-Excavator's duty of ' reasonable care-Liability for damages -Attorney's Fees. A. Project owners shall indicate in bid or contract documents the existence of underground facilities known by the project owner to be located within the proposed area of ' excavation. The following shall be deemed changed or differing site conditions: 1. An underground facility not identified as required by this chapter or other ' provision of law; and 2. An underground facility not located, as required by this chapter or other provision ' of law, by the project owner or excavator if the project owner or excavator is also a utility. B. An excavator shall use reasonable care to avoid damaging underground facilities. An ' excavator shall: 1. Determine the precise location of underground facilities which have been marked; ' 2. Plan the excavation to avoid damage to or minimize interference with ' underground facilities in and near the excavation area; and H:STORM:93470/DWC/bh:ps/Oct 1993 Page 10 ' 3. Provide such support for underground facilities in and near the construction area, including during backfill operations, as may be reasonably necessary for the protection of such facilities. ' C. If an underground facility is damaged and such damage is the consequence of the failure to fulfill an obligation under this chapter,the party failing to perform that obligation shall be liable for any damages. Any clause in an excavation contract which attempts to allocate liability, or requires indemnification to shift the economic consequences of liability, different from the provisions of the chapter is against public policy and unenforceable. Nothing in this chapter prevents the parties to an excavation contract from contracting with respect to the allocation of risk for changed or differing ' site conditions. D. In any action brought under this section,the prevailing party is entitled to reasonable attorney's fees. (1984 c 144 4.) 19.122.05 Damage to underground facility-No notification by excavator-Repairs or ' relocation of facility A. An excavator who, in the course of excavation, contacts or damages an underground ' facility shall notify the utility owning or operating such facility and the one-number locator service. If the damage causes an emergency condition, the excavator causing the damage shall also alert the appropriate local public safety agencies and take all ' appropriate steps to ensure the public safety. No damaged underground facility may be buried until it is repaired or relocated. ' B. The owner of the underground facilities damaged shall arrange for repairs or relocation as soon as is practical or may permit the excavator to do necessary repairs or relocation at a mutually acceptable price. (198 c 144 5). ' 19.122.060 Exemption from notice and marking requirements for property owners An excavation of less than twelve inches in vertical depth on private noncommercial property shall ' be exempt from the requirements of RCW 19.122.030, if the excavation is being performed by the person or an employee of the person who owns or occupies the property on which the excavation is being performed. (1984 c 144 6.) ' 19.122.070 Civil penalties -Treble damages - Existing remedies not affected ' A. Any person who violates any provision of this chapter, and which violation results in damage to underground facilities, is subject to a civil penalty of not more than one thousand dollars for each violation. All penalties recovered in such actions shall be ' deposited in the general fund. B. Any excavator who willfully or maliciously damages a field-marked underground facility shall be liable for treble the costs incurred in repairing or relocating the facility. In those cases in which an excavator fails to notify known underground facility owners or the one-number locator service, any damage to the underground facility shall be ' deemed willful and malicious and shall be subject to treble damages for costs incurred in repairing or relocating the facility. H:STORM:93470/DWC/bh:ps/Oct 1993 Page I C. The chapter does not affect any civil remedies for personal injury or for property ' damage, including that to underground facilities, nor does this chapter crest any new civil remedies for such damage. (1984 c 144 7.) , 19.122.080 Waiver of notification and marking requirements The notification and marking provisions of this chapter may be waived for one or more designated ' persons by an underground facility owner with respect to all or part of that underground facility owner's own underground facilities (1984 c 144 9.) 19.122.900 Severability- 1984 c 144 ' If any provisions of this act or its application to any person or circumstance is held invalid, the , remainder of the act or the application of the provision to other persons or circumstances is not affected. (1984 c 144 9.) 1-07.18(1) General (Revised) ' The Owner shall be given 45 days prior written notice by certified mail of any cancellation, ' reduction or modification of the insurance. 1-07.18(3) Limits (Addition) ' The limits of liability for the insurance required shall provide coverage for not less than the following amounts or greater where required by Laws and Regulations: A. Worker's compensation: (under limits of liability stated on the City of Renton Insurance Information for enclosed within Attachment A). B. Comprehensive General Liability: (under limits of liability stated on the City of Renton , Insurance Information form enclosed within Attachment A). Policies shall include premises/operations, products, completed operations, independent contractors, OWNERS and CONTRACTORS protective, Explosion, Collapse, Underground Hazard, Broad for Contractual, Person Injury with employment exclusion , deleted, and Broad Form Property Damage. C. Comprehensive Automobile Liability: (under limits of liability stated on the City of ' Renton Insurance Information form enclosed within Attachment A) including Owned, Hired, and Non owned Vehicles: D. The CONTRACTOR will be required as part of the insurance provided to complete , and submit the attached City of Renton Insurance Information form, and Policy Declaration pages, Endorsement and Coverage Questionnaire forms included in Attachment A of these Contract Documents, prior to Notice to Proceed. ' Policies shall also specify insurance provided by CONTRACTOR will be considered primary and not contributory to any other insurance available to the OWNER or the ' ENGINEER. All policies shall provide for 45 days written notice prior to any cancellation or , nonrenewal of insurance policies required under Contract. "Will endeavor" and"but H:ST0RM:93-470/DWC/bh:pa/0ct. 1993 Page 12 ' ' failure to mail such notice shall impose no obligation or liability of any kind upon the Company, its agents or representatives" wording will be deleted from certificates. Policies shall be provided only by companies with an "Alfred M. Best Rating" of not less than A 12. 1-07.18(4) Endorsement (Addition) The contractor shall also name the Owner, and their officers, directors, agents, and employees as "additional insureds"under the insurance policies. Subsequent to award of the contract the CONTRACTOR shall submit to the OWNER the ' following: A. City of Renton Insurance Information in the form Attachment A herein without ' modification and policy declaration pages obtained from the insurance carrier. B. Insurance Questionnaire (enclosed within Attachment A herein)completely filled out ' and appropriately executed: C. Insurance Endorsement(enclosed within Attachment A herein)executed by an appropriate representative of the insurance company(ies). 1-07.23 Traffic Control (Addition) ' The Contractor shall prepare a traffic control plan for review and approval by the City. 1-07.23(1) Public Convenience and Safety(Supplemental) As a minimum, the Contractor shall maintain or provide immediate access for emergency vehicles at all times. Street parking will be prohibited in areas of the construction if requested by the Contractor. Contractor shall provide appropriate signage. ' Excavated areas shall not be left open during hours that the Contractor is not working at the site. Excavations shall be covered with a steel plate rated for an HS-20 traffic load or shall be ' backfilled. Backfilled areas in roadway open for traffic shall be temporarily paved with 1 1/2 inches of AC Pavement, Class B. 1-07.23(1)A Residential Access (New Section) ' The Contractor shall notify the Engineer and any affected property owner at least 24 hours and not more than 36 hours prior to construction that would block access to said property. Blockage may ' occur only during construction hours and shall not remain overnight. Contractor shall maintain or provide immediate access for emergency vehicles at all times. 1-08 PROSECUTION AND PROGRESS 1-08.1(2) Hours of Work(Addition) ' Hours of work for the project shall be limited to the hours of 7:00 a.m. to 5:00 p.m. H:ST0RM:93-470/DWC/bh:ps/0ct 1993 Page 13 Truck hauling shall be limited to the hours of 8:30 am to 3:30 pm on arterial streets. ' The contractor shall give a minimum 48 hours notice to the City prior to work on any roadway and shall do no work on the roadway without a traffic control plan approved by the City Traffic Engineer. Work on weekends will not be allowed, expect as approved in writing by the Engineer. ' 1-08.13 Compensation for Overtime Work(New Section) Add the following section: The Owner reserves the right to charge the Contractor and may deduct from periodical and final payment, labor expenses attributed to administrative, engineering and inspection work incurred by , the Owner for overtime work associated with the project construction. The Contractor shall pay to the Owner the costs of certain engineering and inspection expenses in the event that the Owner should grant an extension(s)of time because of avoidable delay. ' The amount of said expenses shall be computed and determined on the basis of an itemized schedule of engineering and inspection labor charges determined for the actual hours of labor , performed beyond a forty-hour work week, or beyond the scheduled date of completion. 1-09 MEASUREMENT AND PAYMENT 1-09.1 Measurement of Quantities Section 1-09.1 of the APWA Division I General Requirements is supplemented and/or modified as ' follows: Where items are specified to be paid for by the ton, it will be the Contractor's responsibility to see that a certified weight ticket is given to the inspector on the project at the time of delivery of materials for each truckload delivered. Pay quantities will be prepared on the basis of said tally tickets, delivered to the inspector at time of delivery of materials. Tickets not received by inspector ' on day of delivery will not be honored for payment. 1-09.2(2) Lump Sum Breakdown ' Section 1-09.2(2) of the APWA Division I General Requirements is supplemented with the following: , The Contractor shall, within ten (10) days of receipt of notice to proceed, submit a complete breakdown of all lump sum bid items showing the value assigned to each part of the work including ' an allowance for profit and overhead. Upon acceptance of the breakdown of the contract price by the Engineer, it shall be used as the basis for all requests for partial payment. 1-09.3 Scope of Payment ' Supplement this section with the following: It is the intention of these Special Provisions that the performance of all work under the bid for ' each item shall result in the complete construction, in accepted operating condition, of each item. H:STORM:93470/DWC/bh:ps/Oct. 1993 Page 14 ' ' Work and material not specifically listed in the Schedule of Prices but necessary to provide a complete and finished project according to the Contract Plans, Specifications, and general practice ' shall be considered incidental to the construction of the project and the Contractor shall include the cost within the unit bid prices in the contract. 1-09.5 Ordering Materials ' Section 1-09.5 of the APWA Division I General Requirements is supplemented with the following: wu1g: The Contractor is cautioned against placing orders for full quantities of materials until the work has advanced to a state permitting the determination of the exact quantities required. ' Estimates of quantities of materials furnished by the Engineer are understood to be approximate only and, unless otherwise specified, the Owner will in no way be responsible for any increased costs or extra expense that the Contractor may have to bear on account of materials or work not ' being ordered at some earlier date. 1-09.8 Payment for Material on Hand Section 1-09.8 of the APWA Division I General Requirements is supplemented with the following: Payment for "Material on Hand" will be made only when considered desirable and appropriate by ' the City. The City reserves the right to make the final determination as to whether payment will be made for "Material on Hand." 1-09.9 Payments Supplement this section with the following: ' "Basis of Paten e_nt." In consideration of the faithful performance of all the covenants, stipulations, and agreements of this Contract to be kept and performed by the Contractor, the City covenants and agrees to pay the Contractor the amount bid as adjusted when so stipulated in the Contractor's proposal for the work actually performed as determined by the final estimate of the Engineer, less any deductions for failure to complete the work within the time specified; and less any deductions ' for claims and damages paid by the City due to acts or omissions of the Contractor and for which he is liable under this Contract. Items or work clearly indicated in the Plans or in the specifications as work under this Contract but for which an item has not been set forth in the proposal shall be included in other items of work. Failure to do so will not relieve the Contractor of his responsibility to perform the work indicated ' and no other compensation will be allowed. 1-09.9(2) Retainage ' Section 1-09.9(2)of the APWA Division I General Conditions is supplemented with the following: Upon completion of the project the retainage shall be returned to the Contractor when all of the ' following are satisfied: 1. The Contractor and each Subcontractor shall submit to the City of Renton, and to the Department of Labor and Industries, a "Statement of Intent to Pay Prevailing Wages." H:ST0RM:93-470/DWC/bh:pa/0ct. 1993 Page 15 2. Following the acceptance of the project,the Contractor and each Subcontractor shall ' submit to the City of Renton, and to the Department of Labor and Industries, an "Affidavit of Wages Paid." This affidavit certifies all prevailing wage requirements ' have been met. 3. The Contractor shall submit a "Request to Release"to the Department of Labor and , Industries. That agency provides the form. 4. At least 30 days have elapsed since final acceptance of the project by the City of Renton at one of its regularly scheduled meetings. 5. The City Clerk must have received a"Release" for the project form the Department of Labor and Industries and a"Release" from the Department of Revenue. ' 6. The City Clerk must have received a letter from the Contractor, on the Contractor's letterhead, stating that all bills and wages have been paid on this project. ' H:STORM:93470/DWC/bh:ps/Oct.1993 Page 16 ' DIVISION 2 EARTHWORK 2-01 CLEARING, GRUBBING AND ROADSIDE CLEANUP ' 2-01.1 Description Delete the first paragraph of this section and replace with the following: The Contractor shall clear, grub, and cleanup those areas shown on the Contract Plans which are required for the execution of construction activities. Trees and shrubs may be removed only after approval by the Engineer. 2-01.2 Disposal of Usable Material and Debris ' Delete the third paragraph of this section and replace with the following: Refuse and debris shall be hauled to a waste site secured by the Contractor and shall be disposed of in such manner as to meet all requirements of state, country and municipal regulations regarding health, safety and public welfare. ' 2-01.3(5) Shrub Removal (New Section) If it is necessary to move shrubs during construction, the Contractor shall remove the shrubs and ' replant them in the original locations after backfilling the pipeline. If a shrub is damaged during construction, the Engineer may require the Contract to replace in like size and kind. Shrub replacement or replanting shall be in accordance with Section 8-02.3(13). 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 2-02.1 Description Supplement this section with the following: ' The work shall consist of necessary removal and disposal of existing improvements, including pavements, concrete road structures, manholes, abandoned piping, and other items necessary for ' the completion of the project. All removal will be considered incidental to the work unless specifically identified as a bid item. ' 2-02.3 Construction Details 2-02.3(1) General Requirements ' Supplement this section with the following: ' The removal(s) shall be conducted in such a manner as not to damage existing utilities, roadway, and other structures that are to remain in place. The Contractor shall repair, replace, or otherwise restore damage resulting from his activities. The limits of removal for concrete or rigid materials shall be either the edge of the structure, an existing construction joint, or a new sawcut. ' H:STORM:93470/DWC/bh:ps/Oct 1993 Page 17 The depth of sawcuts shall be such as will accomplish the intended purpose, and will be determined ' in the field to the satisfaction of the Engineer. Sawing shall be considered incidental to the other bid items. 2-02.3(3)B Remove Existing Pavement(New Section) The removal of existing pavement within project limits shall include sawcuts, removal, haul and ' disposal of AC pavement and PCC pavement. 2-02.3(8) Salvage(New Section) ' Unless otherwise indicated in the plans or Specifications, all removed items of recoverable value shall be carefully salvaged and delivered to the Owner in good condition and as directed by the Engineer. Materials and items deemed of no value by the Engineer shall be removed by the Contractor and become the Contractor(s) property, to be disposed of at the Contractor(s) discretion. ' 2-02.3(9) Waste Disposal(New Section) Waste materials shall be hauled to a waste site secured by the contractor and shall be disposed of ' in such a manner as to meet all requirements of state, county and municipal regulations regarding health, safety and public welfare. 2-02.5 Payment Delete entire section and replace with the following: ' Bid items with descriptions, units of measure, and payment are outlined in Section 1-09.3(1). H:ST0RM:93-470/DWC/bh:pa/0ct. 1993 Page 18 DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS ' 5-04 ASPHALT CONCRETE PAVEMENT 5-04.1 Description Add the following: Asphalt concrete pavement (ACP) shall be Class B. Trench repair patches shall be in accordance with the Contract Documents. 5-04.2 Materials Supplement this section with the following: Tack Coat Tack coat shall be emulsified asphalt grade CSS-1 as specified in Section 9-02.1(6) of the Standard Specifications. ' 5-04.3 Construction Requirements 5-04.3(2) Hauling Equipment Add the following to the first paragraph: If truck has not used canvas to protect asphalt from weather during haul the Engineer, or its representative, reserves the right to reject the load. Rejection of load due to non-protection will not be basis for any compensation. 5-04.3(5)C Crack Sealing Delete the first sentence and replace with the following: Contractor shall seal all asphalt concrete pavement joints. Prior to sealing the cracks and joints, they shall be cleaned with a stiff-bristled broom and compressed air. ' 5-04.3(9) Spreading and Finishing Supplement this section with the following: Asphalt Concrete Pavement (ACP) Class B ACP Class B shall be placed to the compacted depths specified herein or shown on the Contract Plans and City of Renton Standard Plan H032 as leveling and wearing course. Asphalt over 3 inches in compacted depth shall be placed in two equal lifts. Placement shall be in accordance with ' applicable provisions of Section 5-04. H:STORM:93-470/DWC/bh:ps/Od. 1993 Page 19 Feathering Asphalt Concrete Pavement , The Contractor shall feather the ACP in a manner to produce a smooth riding connection to existing pavements. All costs in connection with feathering the ACP shall be incidental to and included in the unit contract price. 5-04.3(17) Paving Under Traffic Add the following sentence to the second paragraph of this section: No traffic shall be allowed on newly placed pavement without the approval of the Engineer. ' 5-04.5 Payment Delete entire section and replace with the following: ' Bid items with descriptions, units of measure, and payment are outlined in Section 1-09.3(1). H:STORM:93470/DWC/bh:*Oct 1993 Page 20 ' ' DIVISION 7 ' DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS,WATER MAINS,AND CONDUITS 7.04.3(4) Cleaning and Testing 7.04.3(4)A General Storm sewers and appurtenances shall be cleaned and tested per this section of the Standard Specifications. All costs for this work shall be included in the bid item for storm pipe installation. ' 7-05 MANHOLES, INLETS AND CATCH BASINS 7-05.1 Description iSupplement this section with the following: Work includes placement of new manholes, adjusting manholes to grade, rechanneling and reconnecting existing manholes and abandoning manholes. 7-05.3 Construction Requirements ' 7-05.3(1) Adjusting Manholes to Grade Supplement this section with the following: Adjustment of manholes shall be considered incidental to the unit price for manholes; no additional payment shall be made. All manholes, catch basins, grates, and valve boxes affected by the construction shall be adjusted to final grade. 7-05.3(2) Abandon Existing Manholes Supplement this section with the following: Manholes are not to be abandoned until authorized by the Engineer. 7-05.3(3) Connection to Existing Manholes Supplement this section with the following: The Contractor shall notify the city at least 24 hours prior to connecting to any existing utilities. 7-05.5 Payment Delete entire section and replace with the following: Bid items with descriptions, units of measure and payment are outlined in Section 1-09.3(1). i H:ST0RM:93470/DWC/bh:ps/0c4. 1993 Page 21 7-18 SIDE SEWERS , 7-18,3(6) As-built Data(New Section) , The Contractor shall record the location, depth, and construction of all existing and repaired side sewers encountered during construction. All side sewer repair shall meet City of Renton standards. r r r i H:STORM:93-470/DWC/bh:pa/Oct 1993 page 22 ' ' DIVISION 8 MISCELLANEOUS CONSTRUCTION 8-01 EROSION CONTROL 8-01.1 Description Supplement this section with the following: Work shall include the placement of temporary and permanent erosion control facilities during the duration of this project. The Contractor will be held responsible for maintenance of all erosion ' control facilities necessary during the duration of this contract. Work shall include but not be limited to the following: * Miscellaneous Erosion Control * Covering Soil Stockpiles with Plastic Covering * Sediment Control Fencing * Storm Drain Inlet Protection 8-01.2 Materials Supplement this section with the following: Filter fabric used in the Sediment Control Fencing shall be equal to Mirafi 100X or approved equal. 8-01.3(3) Miscellaneous Erosion Control (New Section) Contractor shall take all necessary precautions to prevent sediment from construction activities from entering into storm water systems or natural waterways and from being transported away from the construction area by storm water. 8-01.5 Payment Delete entire section and replace with the following: All erosion control measures will be considered incidental to the work and all costs for erosion ' control will be included in the bid items. Separate payment for erosion control measures will not be made. 8-04 CURBS, GUTTERS AND SPILLWAYS 8-04.1 Description Add the following: Work includes replacement of curb and gutters removed or damaged due to construction activities. 8-04.3 Construction Requirements tAdd the following: H:ST0RM:93470/DWC/bh:ps/0cL 1993 Page 23 i Curb and gutters shall match the existing curb and gutter, including type and dimensions. Grade ' shall meet adjacent curb and gutter in a smooth transition. 8-04.3(3) Width of Replacement (New Section) i Contractor shall replace curb and gutter to the nearest construction joint, unless otherwise authorized by the Engineer. 8-04.5 Payment Supplement this section with the following: Bid items with descriptions, units of measure and payment are outlined in Section 1-09.3(l). ' 8-14 CEMENT CONCRETE SIDEWALKS 8-14.1 Description Add the following: Work includes replacement of sidewalks removed or damaged due to construction activities. Replacement of sidewalks shall include driveways and handicap access areas. 8-14.3(2) Placing and Finishing Concrete Add the following: i Contractor shall match the existing dimensions of the sidewalk. Grade shall meet adjacent sidewalks in a smooth transition. 8-14.3(5) Width of Replacement(New Section) Contractor shall replace sidewalk to the nearest construction joint, unless otherwise authorized by ' the Engineer. 8-14.5 Payment Delete entire section and replace with the following: Bid items with descriptions, units of measure and payment are outlined in Section 1-09.3(1). 8-22 PAVEMENT MARKING ' 8-22.1 Description Supplement this section with the following: i All existing pavement markings and markers that are removed by the Contractor's activities related to this project shall be replaced in the original location and shall be of similar type. Markings and markers shall be in accordance with the City of Renton Standard Plans. H:ST0RM:93-470/DWC/bh:pa/0ct 1993 Page 24 , 8-22.5 Payment Supplement this section with the following: Bid items with descriptions, units of measure and are outlined in Section 1-09.3 1 payment ( ). 1 H:STORM:93470/DWC/bh:ps/Oct.1993 Page 25 DIVISION 9 ' MATERIALS 9-03 AGGREGATES 9-03.12(3) Gravel Backfill for Pipe Bedding Replace first sentence with the following: This section covers bedding material for all concrete and ductile iron pipe used on this project. 9-03.16 Bedding Material for Flexible Pipe ' Add the following to the section: Bedding material for CPEP pipe used on this project shall conform to this section. 9-03.19 Bank Run Gravel for Trench Backfill Add the following to the section. All select import backfill, to replace unsuitable native material, shall conform to this section. Unsuitability shall be determined by the Engineer. 9-05 DRAINAGE STRUCTURES, CULVERTS,AND CONDUITS 9-05.7(2) Reinforced Concrete Storm Sewer Pipe Reinforced Concrete Storm Sewer pipe used on this project shall conform to this section. ' H:ST0RM:93470/DWC/bh:ps/0ct 1993 Page 26 , a i i � STANDARD PLANS 1 1 1 1 1 1 1 1 i 1 GENERAL NOTES Floodlights shal be provided to mark flogger stations at night on needed. If entire work area is visible from one END $totion,a,. nagger �y b. used of + CONSTRUCTION czo 2 alternate location. Steady burning wornM-,g fights (TYPE C, IAUTCO) should be used to mork charwelzing devices at night as needed. Distance from work area to and of topor shol be lengthened If necessary to be visible to approaching traffic. Sign sequence Is the some for both ,p directions of travel. �o h� Rurd Roadie spachn . 7( (feeU Urban ArteroW 40/55 WPH -00= W20 - 7a R=t�iry«` 2B/JS WPH 280! Nt flogger Business Business gHrkts location Dana W20 4 } ONE LANE ROAD AHEAD W20 t / W21- 4 l ROAD ROAD CONSTRUCTION oR WORK �.� AHEAD AHEAD FOR LOCAL TRAFFIC CONTROL PLAN LEGEND ADOPTED a o 0 4-24-s Rea°C� End Carotrctian sp,.Added a.ta,e. from F �Y CITY OF RENTON C►WrNELRNC DEVICES to Work Area s Mternote f Location, Revised Nottees �+ UN O� r FLACGER to to gl DeNted End Construction Sign4 Added 'Fr Local Agency ABN s ♦ 4 Standard Plans Use'. z I_st DatcApr 24 1992 B-31-90 Revised sign spading Table,Flacg.r Dknn,.I«,, Added AeN L�`NrfO Typical oppAcaUon of traffic control devices on a two W21-4,and Resigned SP PAGE K00 i highway where one lone Is closed and nagging Is provided. DATE REVISION BY A111'0 N: K -02 CONCRETE BLOCKING SIZING PROCEDURE Go to Table 2, Table 2 ppiers the safe bearing load For A. GENERAL send and grovel 3,000 fibs./sq Go to figure L 119ure I Indicates the position The amount of concrete required to anchor hOrizOnt*1 of the concrete, For blocking the 907 bend. bends, ties, and dead ends depends on the strength - Go to the specifications of the project and find of the soil. The methods of placing concrete to keep depth of trench (h) tree the joint accessible is shown In Figure I. The area - Width of trench (V) 3 feet in square feet of concrete which must bear against the side of the trench is Found bg dividing the Vlth the above assembled thrust in pounds shown in Table I by the safe we proceed to the Final cnInferno lion, lculations, CAP bvariny load of the sos as shown in Table 2. - Area of Concrete (A) : Thrust 21,360 B. CRITERIA Sofr Bearing Load ` 3,000 ` 712 sq Ft, 22-1/2 a 1. The sizing procedure Is for horizontal or - Maximum Height of Thrust Block (Hm) = D�tf. Of Trench in Feet downward thrust only. 2 2. Height of the thrust block Host be equal h + to or tess than 1/2 the depth From the ground • 2.0 ft. surface to the block base. 2 2 3. The thrust block bearing face Is approximately - Depth of Concrete Thrust Block (Dc) rectangular. ,• 4. The concrete blocking shell be as per APVA ', Speciflcatlon 74-2.14. Width of Trench In Feet (V) - Outside Diameter of Pipe (d) C. SYMBOLS • 2 d • Outside Diameter of Pipe in Feet = 3 - 0.75 •T • Thrust In Pounds at the Fitting Ft. g (Table 1) 2 SBL Soft Bearing Load in Pounds/Sq. Ft. (Table 2) h = Depth of Trench in Feet Area of Concrete V Vldth of Trench in Feet - Maximum Length of Thrust Block (Lm) _ \ A • Area OF Concrete which must bear against the Height of Concrete Side of the Trench n Sq Ft. _ A _ 7.1� 450BEND Hn • Maxim A Height of the Thrust Block In Feet 2,0 • 7.56 Ft. TEE Dc Depth of the Concrete Thrust Block HA to Blaring Surface in feet - Rrquired Amount of Concrete :Lm Maximum Length of the Thrust Block in Feet (Height x Depth p Length) x 0.03704 (Hm x Lm x Dc) 0.03704 Wt _ (2.0 x 3.56 x 1,13) x 0.03704 • 0.30 cu. yd. TABLE I rDead st at Fittings in Pounds Press$i2! PSIaQya W45 t37 -1/4'Hm 3 Bend Bend end3' 3003,000 L630 30BLOCK 4' 3001370 2,910506' 30012,000 6,310 700 B 30021,360 11,550 ,020a90a BEND 10' 27530.570 16,540 ,33012' 250 . 30 48,000 25.950 ,78014' 250 46.200 65,370 35,340 ,240 D. CALCULATION EQUATIONS 16' 225 45,250 64.000 34,620 17,650 9,050 10' 2(A 50,900 72,000 31L940 19,960 10,180 Thruet cln Pounds 20' 200 6a84o 88900 ,8,080 24,520 12,560 FIGURE 1 I_ Mee of Concrete <A> - T 2J' 200 90,480 12�,980 69,200 31320 19.100 Safe Bearing Load (In Pounds/Sq Ft.) 30' 200 141,370 199,960 108.150 55,140 28.280 36' 200 203,580 le7.930 155.740 79,400 40,720 2. Maximum Height of Thrust Block (HA) w Depth of Trench in Feet = h 2 NOTE, FOR CONVEX VERTICAL BENDS BLOCKING (Width of Trench in Feet) - TABLE 2 SEE APVA STANDARD PLAN NO. 73. 3. Depth of Concrete Thrust Block w (Outside Dameter of Pipe In feet) V-d Safe Bearing Loads in Lb./Sq. Ft. 2 2 4. Ma xlmun Length of Thrust Block <L^) . Area of Concrete • A the soft bearing loads given in the follosng table are for horizontal thrusts when the depth of cover over the plot Maximum iltlght IMi exceeds 2 Pert. S. Required Amount of Concrete (Cm. Yd.) • (Height x Depth x Length) x 0.03704 Safe Bearing Load • (Hm x Lm x Dc) x 0.03704 SOIL Lb. per sq. Ft. CONCRETE BLOCKING SIZING PROCEDURE E. EXAMPLE .Muck, peat, etc. 0 Soft Cloy L000 1. Problem, Sand Sand and Gravel L0003.000 1 Calculation of the amount of concrete required to block a 907 bend in on 8' Sand and Gravel Cemented with CloCalculationC.1. water mein the normal oiler*ting pressure in the Hard Sholt ADOPTED 1001M CITY OF RENTON Condition In the ore* Indicates sand and gravel. pipe will be 65 psi and the soil 2. Solution, •In uck or Peat, all thrusts shell be restrained by piles or !:Ve rods to solid Foundations or by removal of muck Standard plane or ppeeat and replacement with ballast of sufficient IST DATE: 12/IS/91 Maximum testing pressure cSee tebl♦ 1) 300 p stablity to resist thrusts. Outside diameter of 8' pipe • gt* e ) 300 `A 0.75 ft Go to Table b The testin ressure of 300 psi we see that the thrust on a 909 send Is 21,360 pounds. L DATE I REVISION Y APPR' DWG. NAME: BR26 SP PAGE: B085 Where shown on the plans or in the specifications or required by the Engineer, joint restraint system (shackle rods) shall be used, All joints restroint materials used Shall be those manufactured by Star Notional Products, 1323 Holly Avenue, PO Box 258, Columbus, Ohio 43216, unless on equal alternate is approved in writing by the Engineer. Steel T Materials YPes' Galvanized H199 h strength low-allay steel ten), ASTM A153 For gnlvonizing iron and steel hordware ASTM A212 heat-trea tedi Superstar SST' series H ASTM A123 for galvanizing rolled, pressed and forged steel shapes. i h strength low-atloy steel (cor-ten), ASTM A242, Superstar SS' series Joint Restrainer System Components, 1. Tiebolt- ASTM A242, Type 2, hot-dipped galvanized. SST 7-5/8' for 2' and 3' mechanical ,joints, 3/4' for 4' to 12' mechanical joints ASTM A325, Type 3D, except tensite strength of Full-body threaded section shalt be increased to 40,000 lbs. minimum for 5/8' and 60,000 lbs. minimum For 3/4, by heat treating (quenching and tempering) to Manufacturer's reheat and hardness specifications. SST 756' 3/4' for 14' to 24' mechanical ,Joints. Some ASTM specification as SST 7. SST 747- 3/4' same as SST 7, except I' eye For 7/8' rod. Some ASTM specification as SST 7, 2. Tienut- Heavy Hex Nut For Each Tiebolt. SSG, 5/8' and 3/4', ASTM A563, Grade C3, hot-dip galvanized. 3. Tlecoupting, Used to extend continuous threaded rods and are provided with center stop to old Installation,Grade C3. hot-dip galvanized. SS 101 for 5/8' and 3/1' tierods, ASTM A563, 4. Tierod, Continuous threaded rod For cutting to desired lengths, hot-dip galvanized. SS 12- 5/8' and 3/4' diameter, ASTM A242, Type 1 or Type 2) ANSI BI.1. 5. TiewaSher- Round Flat washers, hot-dip galvanized. SS 17, ASTM A242, F436. Installation Install the joint restraint system in accordance with the Manufacturer's Instructions so all joints are mechanicalt locked together to PPrevent .joint separation. Tiebolts shall be installed to pull against the mechanical joint body and not the M.J. Follower. Torque nuts at 75Y90 foot pounds For 3/4' nuts. Install tiecouplings with both rods threaded equal distance Into tiecouplings. Arrange tierods symmetrically around the pipe. Where a Manufacturer's mechanical joint valve or fitting is supplied with slots For 'T' bolts Instead of holes, a Flanged valve with a flange by mechanical Joint adaptor shall be used Instead, so as to provide adequate space For locating tiebolt. Where a continuous run of pipe is required to be restrained, no run ofi restrained pipe shall be greater than 60 feet in length between fittings. Insert long body soled sleeves as required on longer runs to keep tierod lengths to the 60 foot maximum. Pipe used in continuous)yy restrained runs shall be mechanical joint pipe and tiebolts shall be Installed as rod guides at each joint. Where poly wrapping is not required all tiebolts, tienuts, tiecouplings, tierods shall bt galvanized. All disturbed sections wqt be pointed, to the Inspector's SQtISFQCtIOry with ATCO M2221, or approved equal. Where poly wroppino Is not required all tiebolts, tienuts, tlecouplings. tierods, and tlewashers may be galvanized as specified above, or plain and painted in their entirety with ATC0 02221, or approved equal. Pressure Force Size PS1 Pounds 2 3 4 6 8 10 12 14 16 24 3' 300 2,120 2-3/8' 4' 300 Val) 3/8' 6' 300 8,500 5/8' 1/2' 3/8' 2 S 8' 300 15,100 3/4' 5/8' 1/2' 10' 275 21,62 3/4' 5/8' 1/2' 3 4 1 M 33,930 3/4' 5/8' 46,200 3/4' SHACKLE RODDING AND TIE BOLTS 45,250 3/4' 5/8, 50,900 3/4' 5/8' 62,840 3/4' 5/8' 1 ADOPTED 90,480 3/4' CITY OF RENTON 30' 200 141,370 7/8' 36' 200 203,580 dR Stenderd plane 1ST DATE: 12/15/91 DATE REVISION BY APPR' DWG. NAME: BR27 SP PAGE: 8089