Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutContractlu
Award Date: 2- z 002,
Awarded to: � eL &-11— e1 c-
Bidding Requirements, City of Renton
Forms, Contract Forms, Conditions of
the Contract, Plans and Specifications
CAG #02 -002
SR 900 - SOUTH 2ND STREET
TRAFFIC SIGNAL SAFETY
FEDERAL AID PROJECT
AC -STPH- 0900(015)
w.
4 w
• �2
y•
f
1.
_W 5�
•
�•. E �.• �Ci. Al
ftn
NAB
EXPIRES: 10/22/03
City of Renton
1055 South Grady Way
Renton, WA 98055
General Bid Information:
City Contact: Joe Armstrong
Consultant Contact: Carl Einfeld, Perteet Engr
(425) 430 -7200
(425) 430 -7303
(425) 252 -7700
® Printed on Recycled Paper
t
t
t
t
DSO
N
CA
w
OE
�M
inbc;H.cmc10
tom -
Cpi -0=, 2:2 y; $C
to Col. moS2
3�
D
N
�
C nC
sr ;T 7 y
M 5 :3 °aT!m
O
N
a
�rt pm —q
m y �M 5: w G) CN
0
C7
cp N C.QN 5 �v'�
D
N O.G j wm (OD 7•
cotoii <�
����c�nOwct7
Z
n
N
�
N
41 n n
y 7 0 N p
M
n
M
X
0
z
A*
H
C)
a)
cn
M
r_
0
z
m
N
0
O
N
1VT . %rJrTrJ TI/4TAT i.TTn TIT OPT VV.T nO' TT Th /An /(1/1
rrw'OE @ nn'° ;a C:
inbc;H.cmc10
Cpi -0=, 2:2 y; $C
to Col. moS2
3�
Dorm
-0 s -M
tD y.w
C nC
sr ;T 7 y
M 5 :3 °aT!m
xCR
3ur� o
IP
=�
�rt pm —q
m y �M 5: w G) CN
o
O
C7
cp N C.QN 5 �v'�
Oai2.
N O.G j wm (OD 7•
cotoii <�
����c�nOwct7
4� 0O
o�
yT.tD ^cp.O O +,
y��a"I
41 n n
y 7 0 N p
A*
H
C)
a)
cn
M
r_
0
z
m
N
0
O
N
1VT . %rJrTrJ TI/4TAT i.TTn TIT OPT VV.T nO' TT Th /An /(1/1
UNIFIED BUSINESS ID #: 278 043 550
BUSINESS ID 001
EXPIRES 09 -30 -2002
ORGANIZATION TYPE
00MESTIC PROFIT CORPORATION
TOTEM ELECTRIC OF TACOMA, INC.
2332 JEFFERSON AVE
PO BOX 1093
TACOMA WA 98401
DOMESTIC PROFIT CORPORATION
RENEWED BY AUTHORITY OF SECRETARY OF STATE
f
The above;ent tyi has been imied the
registtdtaons or l'IOenses.listed
DER AR7MSNrOF'L•[t".ENSING ,BUSINESS &P.RORMIONS•DIVISION
P o. BOX 603` .OIXMPIA W!a e85oF.B084 (960F fi64i4�' A9.
n
0DOM AT
Pnn icnA M
:. fir,
Lt
zw
Cv rte. t - y- g -1-`i
-1VT - nOrf•S IIf4TnT
a:
P'
A o 7 17 007 VV.7 00-TT yn inn inn
at
O
t
o cm
z o
m
gam
-
z
H
z
0
m
�-
a
w
0
0
O
M O It
r
H N¢ rn
O
co
t9
WW�?
Ir
m
cq000
01 00 1-
Pnn icnA M
:. fir,
Lt
zw
Cv rte. t - y- g -1-`i
-1VT - nOrf•S IIf4TnT
a:
P'
A o 7 17 007 VV.7 00-TT yn inn inn
I
it
TV. CONTRACT DOCUMENT FORMS
FEDERAL -AID FHWA PROJECTS ONLY
1. BOND TO THE CITY OF RENTON
KNOW ALL MEN BY THESE PRESENTS:
That we, the undersigned TOTEM ELECTRIC OF TACOMA INC-
CITY OF RENTON
BOND NO. 103684533
as principal, and TRAVELERS CASUALTY AND SURETY corporation organized and existing under the laws of
the State of cT COMPANY OF AMERICA 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 $ 208.910.00 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 TACOMA , Washington, this 30TH day of MAY , 2002.
Nevertheless, the conditions of the above obligation are such that:
WHEREAS, under and pursuant to Public Works Construction Contract CAG- 02 -002 providing for construction
of SR900 - South 2nd Street Traffic Signal Safety 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 said TOTEM ELECTRIC OF TACOMA, INC. 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 material -men, 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 said contract or from defects appearing or
developing in the operation of any mechanical or electrical equipment and related components provided under such
contract within a period of six months after its acceptance thereof by the City of Renton, then his obligation shall
become null and void, otherwise it shall be and remain in full force. Customary trade warranties or guarantees on
electrical and mechanical equipment shall be assigned to the City of Renton.
TOTEM ELECTRIC OF TACOMA, INC.
Principal
BY! —7124 :2:� -
1 Signature
VICE PAES1 OG-iT'
Title
TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA
Surety
Signa
KAREN J. SMITH, ATTORNEY- T.F -VACT
Title
Approved 1Uy Larry Warren 2114/92
HIDMSION. S\ TRANSPOR .TAT\DESIGN.ENG\RM\South Se n"odP�ckVv\FEDBOND.DOC SR900 — So. 2nd St. Traffic Signal Safety
I
TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA
TRAVELERS CASUALTY AND SURETY COMPANY
FARMINGTON CASUALTY COMPANY
Hartford, Connecticut 06183 -9062
POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S) -IN -FACT
KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF
AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY,
corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford,
County of Hartford, State of Connecticut, (hereinafter the "Companies ") hath made, constituted and appointed, and do by these
presents make, constitute and appoint: Karen Ingram, Karen J. Smith, Ronald Perrault, Thomas P. Hentschcll, of Tacoma,
Washingtan, their true and lawful Attorney(s) -in -Fact, with full power and authority hereby conferred to sign, execute and
acknowledge, at any place within the United States, or, if the following line be filled in, within the area there designated
the following instrument(s): by his/her sole signature and itct, any and all bonds, recognizances, contracts of indemnity, and other
writings obligatory in the nature of a bond, recognizance, or conditional undertaking and any and all consents incident thereto
and to bind the Companies, thereby as fully and to the same extent as if the same were signed by the duly authorized officers
of the Companies, and all the acts of said Attorney(s) -in -Fact, pursuant to the authority herein given, are hereby ratified and
confirmed.
This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are
now in full force and effect:
VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, am'
Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact
and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe
to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in
the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove anv such
appointee and revoke the power given him or her.
VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any %'ice President
may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is
in writing and a copy thereof is filed in the office of the Secretary.
VOTED: -lhat any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional
undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, anv
Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any
Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary, or (b) duly executed (under seal, if
' required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or
by one or more Company officers pursuant to a written delegation of authority.
This Power of Attorney and Certificate of Authority is signed and sealed by facsimile under and by authority of the following
Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY COMPANY OF
AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, which
Resolution is now in full force and effect:
VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, am Vice
President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by lacsimilc to anN
power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attornevs -in -Fact for
' purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney
or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and
certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to am bond of
undertaking to which it is attached
0
1 (3 -97)
L
IN WITNESS WHEREOF, TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS
CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY have caused this instrument to be
signed by their Senior Vice President, and their corporate seals to be hereto affixed this 15th day of May, 2000.
STATE' OF CONNEC'IICU'I'
) SS. Ilariford
COUNTY OF HARTFORD
K,�umprwr.
Su4j.'jc ,�tv .1 i"O S` G��ApSpUp.4�1
L
e w HAR OR m HARTFORD c7 9 8 2�' o
1
t COtyN. % CONN. n
TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA
TRAVELERS CASUALTY AND SURETY COMPANY
FARMINGTON CASUALTY COMPANY
.A� N
George W. Thompson
Senior Vice President
On this 15th day of May, 2000 before me personally came GEORGE W. THOMPSON to me known, who, being by me duly
sworn, did depose and say: that he /she is Senior Vice President of TRAVELERS CASUALTY AND SURETY COMPANY OF
AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, the
corporations described in and which executed the above instrument; that he /she knows the seals of said corporations; that the seals
affixed to the said instrument are such corporate seals; and that he/she executed the said instrument on behalf of the corporations by
authority of his/her office under the Standing Resolutions thereof.
�4.TrF?�
TAA
U
CERTIFICATE
My commission expires June 30, 2001 Notary Public
Marie C. Tetreault
I, the undersigned, Assistant Secretary of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA,
TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, stock corporations of
the State of Connecticut, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority
remains in full force and has not been revoked; and furthermore, that the Standing Resolutions of the Boards of Directors, as set
forth in the Certificate of Authority, are now in force.
Signed and Sealed at the Home Office of the Company, in the City of Hartford, State of Connecticut. Dated this 30TH day of
MAY , 2002
.u,,.
Fr�'SLot °� yJ.�'•Y Aiy�s GASU4
FTARTFORCti� a HARTFORD, < c7 1 ;8 2 0
C �R W CON ". o Z n,
By
Kori M. Johanson
Assistant Secretary, Bond
AC_QRQ CERTIFICATE OF LIABILITY INSURANCE
0DATE (MMIDDI")
6/06/2002
PRODUCER (253)272 -1151 FAX (253) 272 -1225
Hentschel l & Associates, Inc.
One Pacific Building
621 Pacific Ave., Suite 400
Tacoma, WA 98402
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
INSURERS AFFORDING COVERAGE
INSURED
Totem Electric of Tacoma, Inc.
P.O. BOX 1093
Tacoma, WA 98401
INSURER A: St. Paul Fire & Marine Insurance Company
INSURER B:
INSURER C:
INSURER D:
INSURER E:
ICOVFRAGFS
I
' I�C�TILI/.l\TC u�\ noo
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 WITH 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. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR
TR
TYPE OF INSURANCE
POLICY NUMBER
POLICY EFFECTIVE
AT M/ Y
POLICY EXPIRATION
T MM/ IVY
LIMITS
A
GENERAL LIABILITY
X COMMERCIAL GENERAL LIABILITY
CLAIMS MADE Fi� OCCUR
X EMPLOYERS LIAB.
KK08400303
09/30/2001
09/30/2002
EACH OCCURRENCE
$ 1,000,000
FIRE DAMAGE (Any one fire)
$ 100,000
MED EXP (Any one person)
$ 5,000
PERSONAL & ADV INJURY
$ 1,000,000
(WA -Stop Gap)
GENERAL AGGREGATE
$ 2,000,000
GEN'L AGGREGATE LIMIT APPLIES PER:
POLICY X PRO- LOC
JECT
PRODUCTS - COMP /OP AGG
$ 2,000,000
A
AUTOMOBILE
LIABILITY
ANY AUTO
ALL OWNED AUTOS
SCHEDULED AUTOS
HIRED AUTOS
NON -OWNED AUTOS
KK08400303
09/30/2001
09/30/2002
COMBINED SINGLE LIMIT
(Ea accident)
$ 1,000,000
X
BODILY INJURY
(Per person)
$
X
BODILY INJURY
(Per accident)
$
X
PROPERTY DAMAGE
(Per accident)
$
GARAGE LIABILITY
ANY AUTO
AUTO ONLY - EA ACCIDENT
$
OTHER THAN EA ACC
AUTO ONLY: AGG
$
$
A
EXCESS LIABILITY
X OCCUR CLAIMS MADE
DEDUCTIBLE
RETENTION $
K08400303
09/30/2001
09/30/2002
EACH OCCURRENCE
$ 1,000,000
AGGREGATE
$ 1,000,000
Retention
$ 10,000
$
$
WORKERS COMPENSATION AND
EMPLOYERS' LIABILITY
< =] ( —
WC STA U- O H-
TORY LIMITS ER
E.L. EACH ACCIDENT
$
E.L. DISEASE - EA EMPLOYEE
$
E.L. DISEASE - POLICY LIMIT
$
OTHER
DESCRIPTION OF OPERATIONS /LOCATIONSNEHICLES /EXCLUSIONS ADDED BY ENDORSEMENT /SPECIAL PROVISIONS
e: SR900 -South 2nd Street Traffic Signal Safety. The City of Renton is added as an Additional
nsured - Primary and Non - Contributory as respects this project only per the attached Endorsement
G0322. A Waiver of Subrogation in favor of the Certificate Holder applies per the attached
ndorsement #G0326.
(revised -see attached)
C
AGUKU -L5a ( / /y /)
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL X1i(M MAIL
City of Renton
45 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,
�
Att: Mike Webby
1055 South Grady Way
XXXXXX
AUTHORIZED REPRESENTATIVE
Renton, WA 98055
Thomas Hentschell /K]S
AGUKU -L5a ( / /y /)
I
0
0
L
n
u
Li
r
W. CONTRACT DOCUMENT FORMS
CITY OF RENTON
REVISED 6/6/02
3. CITY OF RENTON INSURANCE INFORMATION FORM
FOR: _TOTEM ELECTRIC OF TACOMA, INC. PROJECT: SR900
—SOUTH
2ND STREET TRAFFIC SIGNAL
SAFETY
PROJECT NUMBER: CAG-02 -002 STAFF CONTACT:
Certificate of Insurance indicates the coverages /limits
specified in contract?
®
Yes
❑ No
Are the following coverages and/or conditions in effect?
®
Yes
❑ No
The Commercial General Liability policy form is an
ISO 1993 Occurrence Form or Equivalent?
M
Yes
❑ No
(If no, attach a copy of the policy with required coverages
clearly identified)
CG 0043 A.^:endatcr,: Endorsement provided ?* (EQUIVALENT)
N
Yes
0 No
(INCLUDED IN ST. PAUL FORM)
General Aggregate provided on a "per project basis (CG2503) ?*
®
Yes
❑ No
( EQUIVALENT— INCLUDED IN ST. PAUL FORM)
Additional Insured wording provided ?*
M
Yes
❑ No
Coveraee on a primary basis and non - contributing basis ?*
M
Yes
❑ No
Waiver of Subrogation Clause applies ?*
®
Yes
❑ No
Severability of Interest Clause (Cross Liability) applies?
M
Yes
❑ No
Notice of Cancellation/Non- Renewal amended to 45 days ?*
M
Yes
❑ No
* To be shown on certificate of insurance
AM BEST'S RATING FOR CARRIER:
GL A+XV Auto A+XV Umb A+XV Professional N/A
This Questionnaire is issued as a matter of information. This questionnaire is not an insurance policy and does not
amend, extend or alter the coverage afforded by the policies indicated on the attached CERTIFICATE. OF
INSURANCE. The CITY OF RENTON, at its option, shall obtain copies of the policies and/or specific declaration
pages FROM awarded bidder prior to execution of contract.
HENTSCHELL & ASSOCIATES, INC. THOMAS IENTSCHELL
proo
Agency/Broker Completed By (T e r Print Name)
621 PACIFIC AVE. 1400 THOMAS
Address TACOMA, WA. 98402 Completed By (Signature)
KAREN SMITH (253) 272 -1151
Name of person to contact Telephone Number
NOTE: THIS QUESTIONNAIRE MUST BE COMPLETED FOR EACH LINE OF COVERAGE AND ATTACHED
TO CERTIFICATE OF INSURANCE
Rev 1/95
it \DI VISIONS \TRANSPOR TAT\DESIGN.ENG\Ry- \South Sccond\BidPack\ivVNSURINFO.DOC SR900 — So. 2nd St. Traffic Signal Safety
IV. CONTRACT DOCUMENT FORMS
FEDERAL-AID FHWA PROJECTS ONLY
1. BOND TO THE CITY OF RENTON
KNOW ALL MEN BY THESE PRESENTS:
That we, the undersigned
CITY OF RENTON
as principal, and corporation organized and existing under the laws of
the State of as a surety corporation, and qualified under the laws of the State of
Washington to become surety upon bonds of contractors with municipal corporations, as surety are jointly and
severally held and firmly bound to the City of Renton in the penal sum of $ 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 -,20—.
Nevertheless, the conditions of the above obligation are such that:
WHEREAS, under and pursuant to Public Works Construction Contract CAG- 02 -002 providing for construction
of SR900 - South 2nd Street Traffic Signal Safety 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 said shall
faithfully perform all of the provisions of said contract in the manner and within the time therein set forth, or within
such extensions of time as may be granted under said contract, and shall pay all laborers, mechanics, subcontractors
and material -men, 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 said contract or from defects appearing or
developing in the operation of any mechanical or electrical equipment and related components provided under such
contract within a period of six months after its acceptance thereof by the City of Renton, then his obligation shall
become null and void, otherwise it shall be and remain in full force. Customary trade warranties or guarantees on
electrical and mechanical equipment shall be assigned to the City of Renton.
Principal
Signature
Title
H:\ DIVISION. S\ TRANSPOR .TA7IDESIGN.ENG\Ryan\South Seoond\BidPack \iv\FEDBOND.DOC
11
Surety
Signature
Title
Approved by Larry Warren 2/14/92
SR900 — So. 2nd St. Traffic Signal Safety
i
ACORD. CERTIFICATE OF LIABILITY INSURANCE
DATE (MWDDIYY)
05/30/2002
PRODUCER (253)272 -1151 FAX (253) 272 -1225
Hentschel l &Associates, Inc.
One Pacific Building
621 Pacific Ave., Suite 400
Tacoma, WA 98402
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
INSURERS AFFORDING COVERAGE
INSURED
Totem Electric of Tacoma, Inc.
P.O. BOX 1093
Tacoma, WA 98401
INSURER A: St. Paul Fire & Marine Insurance Company
INSURER B:
INSURER C:
INSURER D:
INSURER E:
COVERA
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 WITH 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. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR
LTR
TYPE OF INSURANCE
POLICY NUMBER
POLICY EFFECTIVE
POLICY EXPIRATION
DATE (MWDDMI
LIMITS
GENERAL LIABILITY
X COMMERCIAL GENERAL LIABILITY
CLAIMS MADE M OCCUR
KO8400303
09/30/2001
09/30/2002
EACH OCCURRENCE
$ 1,000,000
FIRE DAMAGE (Any one fire)
$ 100,000
MED EXP (Any one Person)
$ 5,000
PERSONAL & ADV INJURY
$ 1,000,000
A
X EMPLOYERS LIAR.
(WA -Stop Gap)
GENERAL AGGREGATE
$ 2,000,000
GEN'L AGGREGATE LIMB APPLIES PER:
PRODUCTS - COMP /OP AGG
$ 2,000,000
POLICY X PRO LOC
JECT
AUTOMOBILE LIABILITY
X ANY AUTO
KKO9400303
09/30/2001
09/30/2002
COMBINED SINGLE LIMIT
(Ea accident)
$
1,000,000
A
ALL OWNED AUTOS
SCHEDULED AUTOS
X HIRED AUTOS
X NON -OWNED AUTOS
BODILY INJURY
(Per Person)
$
BODILY INJURY
(Per accident)
$
PROPERTY DAMAGE
(Per accident)
$
GARAGE LIABILITY
AUTO ONLY - EA ACCIDENT
$
OTHER THAN _ EA ACC
AUTO ONLY: AGG
$
ANY AUTO
$
A
EXCESS LIABILITY
X OCCUR F-1 CLAIMS MADE
K08400303
09/30/2001
09/30/2002
EACH OCCURRENCE
$ 1,000,000
AGGREGATE
$ 1,000,000
Retention
$ 10,000
$
DEDUCTIBLE
$
RETENTION $
WORKERS COMPENSATION AND
TORY LIMITS ER
E.L. EACH ACCIDENT
$
EMPLOYERS' LIABILITY
E.L. DISEASE - EA EMPLOYE
$
E.L. DISEASE - POLICY LIMIT
$
ail
OTHER
DESCRIPTION OF OPERATIONS /LOCATIONS/VEHICLESIEXCLUSIONS ADDED BY ENDORSEMENT /SPECIAL PROVISIONS
e: SR900 -South 2nd Street Traffic Signal Safety. The City of Renton is added as an Additional
nsured - Primary and Non - Contributory as respects this project only per the attached Endorsement
60322. A Waiver of Subrogation in favor of the Certificate Holder applies per the attached
ndorsement #kG0326.
GCK I II-RoA I C MUL.UCIN A I ADDITIONAL INWKW; INSUKCK LC 1 1 CM �-
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL Ke)tX)G61IM MAIL
45 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,
City of Renton
Att: Mike Webby
1055 South Grady Way
Renton, WA 98055 AUTHORIZED REPRESENTATIVE
Thomas Hentschell K7S
ACORD 25S (7197) CACORD CORPORATION 1988
COPY
ADDITIONAL PROTECTED PERSONS ENDORSEMENT - CONTRACTORS "W30hul
GENERAL LIABILITY - INCLUDING COMPLETED WORK
This endorsement changes your Contractors
Commercial General Liability Protection.
How Coverage Is Changed
architect, engineer, or surveyor
professional services.
There are two changes which are described
Architect, engineer, Or surveyor
below.
professional services includes:
1. The following is added to the Who Is
the preparation or approval of maps,
Protected Under This Agreement section.
This change adds certain protected
drawings, opinions, reports, surveys,
change orders, designs, or
persons and limits their protection.
specification; and
• supervisory, inspection, or engineering
Additional protected person. The person or
services.
organization named below is an
additional protected person as required
2. The following is added to the Other
by a contract or agreement entered into
primary insurance section. This change
by you. But only for covered injury or
broadens coverage.
damage arising out of:
• your work for that person or
We'll consider this insurance to be
organization;
primary to and non - contributory with the
insurance issued directly to additional
• your completed work for that person
protected persons listed below if:
or organization if your contract or
agreement requires such coverage;
• your contract specifically requires that
• premises you own, rent, or lease from
we consider this insurance to be
that person or organization; or
primary or primary and non-
contributory; or
• your maintenance, operation, or use of
You request before a loss that we
equipment leased from that person or
consider this insurance to be primary
organization.
or primary and non - contributory
We explain what we mean by your work
insurance.
and your completed work in the Products
and completed work total limit section.
Other Terms
If the additional protected person is an
All other terms of your policy remain the
architect, engineer, or surveyor, we won't
same.
cover injury or damage arising out of the
performance or failure to perform
Person Or Organization:
Any person or organization you are required
in a contract to show as an
Additional Protected Person is an Additional Protected Person.
Name of Insured Policy Number
KK08400303 Effective Date 09/30/01
TOTEM ELECTRIC OF TACOMA, INC.
Processing Date 09/21/01 16:25 001
G0322 Rev. 12 -97 Printed in U.S.A.
Endorsement
®St.Paul Fire and Marine Insurance Co.1997 All
Rights Reserved Page 1 of 2
0
t
hil
i
CONTRACTORS RECOVERING DAMAGES FROM A TMeSti9Ul
THIRD PARTY ENDORSEMENT
This endorsement changes your General Rules.
How Coverage Is Changed
The following replaces the Recovering
Damages From A Third Party section.
Recovering Damages From A Third Party
Any protected person under this policy may
be able to recover all or part of a loss
from someone other than us. Because of
this, each protected person must do all
that's possible after a loss to preserve any
right of recovery available.
If we make a payment under this policy that
right of recovery will belong to us. But we
will not have this right of recovery against
any:
• parent company, or owned or controlled
subsidiary of yours; or
• affiliated company over which you have
management control.
We will work with you or any protected
person in the exercise of our right of
recovery. If we recover any amount as a
result of exercising such right, the amount
will be divided as follows:
1. Any protected person or other insurer
who paid amounts in excess of the limits
of coverage that apply under this policy
will be reimbursed for the actual amount
paid.
recovery and fail to do so, we'll pay all of
the expenses we incur in bringing such
action.
Waiver of rights of recovery. We waive any
right of recovery we may have against any
person or organization that you agree in a
written contract to waive.
But we'll waive such a right of recovery
only for the payments we make under your
Contractors Commercial General Liability
Protection for covered bodily injury or
property damage or medical expenses that
result from:
• your ownership, maintenance, or use of a
premises that you rent, lease, or borrow
from others, or own; or
• your products, your work, or your
completed work.
We also waive any right of recovery we
may have against any person or organization
that you agree in a written contract to
waive for any payment we make under your
Contractors Commercial General Liability
Protection for:
• covered personal injury; or
• covered advertising injury.
The written contract that requires this waiver
of right of recovery must be made before
and be in effect when:
• the bodily injury or property damage
happens; or
• the event that causes the bodily injury
resulting in the medical expenses happens;
or
• the personal injury offense or advertising
injury offense is committed.
We explain the terms your products, your
work, and your completed work in the
Products and completed work total limit
section.
Other Terms
All other terms of your policy remain the
same.
G0326 Rev. 7 -01 Printed in U.S.A. Endorsement
®St.Paul Fire and Marine Insurance Co. 2001 All Rights Reserved Page 1 of 1
2. Next, we'll be reimbursed for any
payments we've actually made.
3. Then, if any amount remains, any
protected person or other insurer who
L
paid amounts before the limits of
coverage for this policy applied will be
reimbursed for the actual amount paid.
Recovery expenses. The expenses incurred in
obtaining a recovery of any payment we
make under this policy from someone other
than us will be divided in the same ratio as
that recovery is shared. However, if we
bring legal action against someone else to
recover losses on our own or try to obtain
recovery and fail to do so, we'll pay all of
the expenses we incur in bringing such
action.
Waiver of rights of recovery. We waive any
right of recovery we may have against any
person or organization that you agree in a
written contract to waive.
But we'll waive such a right of recovery
only for the payments we make under your
Contractors Commercial General Liability
Protection for covered bodily injury or
property damage or medical expenses that
result from:
• your ownership, maintenance, or use of a
premises that you rent, lease, or borrow
from others, or own; or
• your products, your work, or your
completed work.
We also waive any right of recovery we
may have against any person or organization
that you agree in a written contract to
waive for any payment we make under your
Contractors Commercial General Liability
Protection for:
• covered personal injury; or
• covered advertising injury.
The written contract that requires this waiver
of right of recovery must be made before
and be in effect when:
• the bodily injury or property damage
happens; or
• the event that causes the bodily injury
resulting in the medical expenses happens;
or
• the personal injury offense or advertising
injury offense is committed.
We explain the terms your products, your
work, and your completed work in the
Products and completed work total limit
section.
Other Terms
All other terms of your policy remain the
same.
G0326 Rev. 7 -01 Printed in U.S.A. Endorsement
®St.Paul Fire and Marine Insurance Co. 2001 All Rights Reserved Page 1 of 1
�J
t
` IV. CONTRACT DOCUMENT FORMS
CITY OF RENTON
3. CITY OF RENTON INSURANCE INFORMATION FORM
FOR: TOTEM ELECTRIC OF TACOMA, INC. PROJECT: SR900 —SOUTH 2ND STRFRT TRAFFIC SIGNAL
SAFETY
PROJECT NUMBER: CAG-02 -002 STAFF CONTACT:
Certificate of Insurance indicates the coverages /limits
specified in contract? ® Yes ❑ No
Are the following coverages and/or conditions in effect? E Yes ❑ No
The Commercial General Liability policy form is an
ISO 1993 Occurrence Form or Equivalent? M Yes ❑ No
(If no, attach a copy of the policy with required coverages
clearly identified)
CG 004.3 .4- -nendato^. Endorsement provided ?* IN Yes 0 No
General Aggregate provided on a "per project basis (CG2503) ?*
Additional Insured wording provided ?*
Coverage on a primary basis and non - contributing basis ?*
Waiver of Subrogation Clause applies ?*
Severability of Interest Clause (Cross Liability) applies?
Notice of Cancellation/Non- Renewal amended to 45 days ?*
M Yes ❑ No
M Yes ❑ No
M Yes ❑ No
M Yes ❑ No
E Yes ❑ No
M Yes ❑ No
* To be shown on certificate of insurance
AM BEST'S RATING FOR CARRIER:
GL A +XV Auto A +XV Umb A +XV Professional N/A
This Questionnaire is issued as a matter of information. This questionnaire is not an insurance policy and does not
amend, extend or alter the coverage afforded by the policies indicated on the attached CERTIFICATE OF
INSURANCE. The CITY OF RENTON, at its option, shall obtain copies of the policies and/or specific declaration
pages FROM awarded bidder prior to execution of contract.
HENTSCHELL & ASSOCIATES, INC. THOMAS HENTSCHELL
Agency/Broker Completed By (Type or Print Name) pe
621 PACIFIC AVE. 1400 THOMAS RENTS
Address TACOMA, WA. 98402 Completed By (Signature)
KAREN SMITH (253) 272 -1151
Name of person to contact Telephone Number
NOTE: THIS QUESTIONNAIRE MUST BE COMPLETED FOR EACH LINE OF COVERAGE AND ATTACHED
TO CERTIFICATE OF INSURANCE
Rev 1/95
H \DIVIS ION. S\ TRANSPOR .TAT\DESIGN.ENG\Ryan\South Sccond\BldPack\iv\INSURINFO. DOC SR900 — So. 2nd St. Traffic Signal Safety
E
CITY OF RENTON
RENTON, WASHINGTON
CONTRACT DOCUMENTS
for the
SR 900 - SOUTH 2ND STREET
TRAFFIC SIGNAL SAFETY
FEDERAL AID PROJECT
AC -STPH- 0900(015)
PROJECT NO. CAG 02 -002
FEBRUARY 2002
BIDDING REQUIREMENTS
CONTRACT FORMS
CONDITIONS OF THE CONTRACT
SPECIFICATIONS
PLANS
CITY OF RENTON TRANSPORTATION SYSTEMS DIVISION
1055 South Grady Way
Renton, WA 98055
® Printed on Recycled Paper
L
p
0
fl
fJ
D
1
fl
CITY OF RENTON
INDEX
I. CALL FOR BIDS
II. INTRODUCTION
1. INSTRUCTIONS TO BIDDERS
2. SUMMARY OF AMERICANS WITH DISABILITIES ACT POLICY, CITY OF RENTON
3. SUMMARY OF FAIR PRACTICES POLICY, CITY OF RENTON
4. SCOPE OF WORK
III. PROJECT PROPOSAL
I. BIDDER'S CHECKLIST
2. PROPOSAL
3. SCHEDULE OF PRICES
4. ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA
5. BID BOND FORM
6. CERTIFICATION FOR FEDERAL -AID CONTRACTS
7. DISADVANTAGED BUSINESS ENTERPRISE UTILIZATION CERTIFICATION
8. CERTIFICATION OF EEO REPORT
9. NON - COLLUSION AND DEBARMENT AFFADAVIT
10. ASSIGNMENT OF ANTITRUST CLAIMS
11. MINIMUM WAGE AFFADAVIT FORMS
12. SUBCONTRACTOR LIST FORM
IV. CONTRACT DOCUMENT FORMS
1. BOND TO THE CITY OF RENTON
2. CONTRACT AGREEMENT (FHWA)
3. CITY OF RENTON INSURANCE INFORMATION FORM (INCL. SAMPLE)
4. CERTIFICATE OF INSURANCE (SAMPLE)
V. REQUIRED DOCUMENTS FOR FEDERAL -AID CONSTRUCTION CONTRACTS
1. REQUIRED CONTRACT PROVISIONS FOR FEDERAL -AID CONSTRUCTION
CONTRACTS (AND AMENDMENT)
VI. CONTRACT SPECIFICATIONS
I. SPECIAL PROVISIONS
2. AMENDMENTS TO THE STANDARD SPECIFICATIONS
APPENDIX A - HOURLY MINIMUM WAGE RATES
APPENDIX B - STANDARD PLANS
APPENDIX C - TELEMETRY PANEL DETAILS
H:\ DIVISION. S\ TRANSPOR .TAT\DESIGN.ENG\Ryan\South Second\BidPack\INDEX.DOC SR900 — So. 2nd St. Traffic Signal Safety
I. CALL FOR BIDS
CALL FOR BIDS
CITY OF RENTON
H:\DMSION.S\TRANS K&TAT,DESIGN.ENGarm\SOU6 Saon&awff'ack\hCOVERLDOC SR900 — So. 2'4 St. Traffic Signal Safety
�- Zpo Y✓
CITY OF RENTON
SR900 - So. 2nd St. Traffic Signal Safety
Bonnie Walton, City Clerk
Published:
Daily Journal of Commerce: April 8 2002 & April 15, 2002
CALL FOR BIDS
Sealed bids will be received until 3:00 p.m., May 1, 2002 at the City Clerk's office at Renton City Hall, 7`s floor
and will be opened and publicly read in the 5th floor conference room No. 521, Renton Municipal Building,
1055 Grady Way South.
The work to be performed within 60 WORKING days from the date of commencement under this contract
shall include, but not be limited to:
Avenue, So. 2nd
The modification of three existing traffic signals located at the So. 2nd Street/Logan
Street/Williams Avenue, and So. 2nd Street/Wells Avenue intersections in the City of Renton, King
County. The project consists of construction of traffic signal modifications including removal and
installation of sidewalks and curb ramps, traffic signal removal and installation, and traffic control.
The City reserves the right to reject any and/or all bids and to waive any and/or all informalities.
For Information regarding this reject contact Joe Armstrong, Project Manager at (425) 430 -7303
8 g P
Approved plans and specifications and form of contract documents may be obtained in the Public Works
Department Customer Services at the 6th floor Renton Municipal Building (Tel. (425) 430 - 7266), for a non-
refundable fee of $35.00 ($32.17, plus $2.83 sales tax) each set plus $5.00 to cover postage, if mailed. The
Mailing charge will also be non - refundable. -
A certified check or bid bond in the amount of five percent (5 %) of the total amount of each bid must
accompany each bid.
All applicable Federal and City Fair Practices and Non - Discrimination Policies shall apply.
The City of Renton hereby notifies all bidders that it will affirmatively insure that in any contract entered into
pursuant to this advertisement, minority business enterprises will be afforded full opportunity to submit bids in
response to this invitation and will not be discriminated against on the grounds of race, color or national origin
in consideration of an award.
Bonnie Walton, City Clerk
Published:
Daily Journal of Commerce: April 8 2002 & April 15, 2002
II. INTRODUCTION
INTRODUCTION
CITY OF RENTON
H. \DMSION.S \TRANSPORTArDESIGN.ENGaysn\SouN SewnMWPackW%COVERiLDOC SR900 — So. 2nd St. Traffic Signal Safety
0
1
n
L
i]
I1. INTRODUCTION CITY OF RENTON
1. INSTRUCTIONS TO BIDDERS
1. Sealed bids for this proposal will be received by the City of Renton at the office of the Renton City
Clerk, Renton City Hall, until 3:00 p.m., on the date specified in the Call for Bids.
At this time the bids will be publicly opened and read, after which the bids will be considered and
the award made as early as practicable.
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 written word 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. A certified check or satisfactory bid bond made payable without reservation to the Director of
Finance of the City of Renton in an amount not less than 5 % of the total amount of the bid shall
accompany each bid proposal. Checks will be returned to unsuccessful bidders immediately
following the decision as to award of contract. The check of the successful bidder will be returned
provided he enters into a contract and furnishes a satisfactory performance bond covering the full
amount of the work within ten days after receipt of notice of intention to award contract. Should he
fail, or refuse to do so, the check shall be forfeited to the City of Renton as liquidated damage for
such failure.
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 his financial and practical ability
to satisfactorily perform the work.
10. Payment for this work will be made in Cash Warrants.
11. The contractor shall obtain such construction insurance (e.g. fire and extended coverage, worker's
compensation, public liability, and property damage as indicated on forms enclosed under
Attachment A herein and as identified within Specification Section 1- 07.18.
12. The contractor, prior to the start of construction, shall provide the City of Renton a detailed bar chart
type construction schedule for the project.
H:\ DMSION. S\ TRANSPORTAT \DESIGN.ENG\Ryan\Souffi Secon"idPack\bVNSTRUCT.DOC SR900 — So. 2nd St. Traffic Signal Safety
H. INTRODUCTION
CITY OF RENTON
13. Payment retainage shall be done in accordance with Section 1- 09.9(2) "Retainage and Section"
1- 09.9(3) "Contracting Agency's Right to Withhold and Disburse Certain Amounts" located in City
of Renton Supplemental Specifications.
14. The construction contract will be awarded by the City of Renton to the lowest, responsible,
responsive bidder. The bidder shall bid on all bid schedules set forth in the bid forms. Partial bids
will not be accepted. The owner reserves the right to award any or all schedules of the Bid to meet
the needs of the City. The intent is to award to only one BIDDER.
15. Trench Excavation Safety Systems
As required by RCW 39.04.180, on public works projects in which trench excavation will exceed a
depth of four feet, any contract therefor shall require adequate safety systems for the trench
excavation that meet the requirements of the Washington Industrial Safety and Health Act, Chapter
49.17 RCW. These requirements shall be included in the Bid Schedule as a separate item. The costs
of trench safety systems shall not be considered as incidental to any other contract item and any
attempt to include the trench safety systems as an incidental cost is prohibited.
16. Payment of Prevailing Wages
In accordance with Revised Code of Washington Chapters 39.12 and 49.28 as amended or
supplemented herein, there shall be paid to all laborers, workmen or mechanics employed on this
contract the prevailing rate of wage for an hour's work in the same trade or occupation in the area of
work regardless of any contractual relationship which may exist, or be alleged to exist, between the
CONTRACTOR and any laborers, workmen, mechanics or subconsultants.
The prevailing wage rate to be in force during the duration of this contract are included within these
specifications as Appendix A, "Hourly Minimum Wage Rates ". The wage rates shall be included as
part of any subcontracts the CONTRACTOR may enter into for work on this project.
17. Employment of Resident Employees
The CONTRACTOR and subcontractors shall employ Washington State residents in accordance with
the requirements of RCW 39.16.
18. Water Pollution Control Requirements
The CONTRACTOR shall conduct the work in accordance with all applicable pollution control laws.
The CONTRACTOR shall comply with and be liable for all penalties, damages, and violations under
Chapter 90.48 RCW, in performance of the work. The CONTRACTOR shall also comply with
Article 4 in the Puget Sound Air Pollution Control Agency Regulation III regarding removal and
encapsulation of asbestos materials.
19. The CONTRACTOR if so desires may determine existing on site features such as the thickness of
existing road surfacing, prior to bid opening. The bidders must notify the OWNER within 48 hours
prior to exploration activity and shall repair all boring and exploration work to preexisting condition.
20. Standard Specifications
All work under this contract shall be performed in accordance with the following standard
specifications except as may be exempted or modified by the City of Renton Supplemental
H:\DI VISION. S\ TRANSPOR .TAT\DESIGN.ENG\Ryan\South Sx nd\HidPack�1UNSTRUCT.DOC SR900 — So. 2nd St. Traffic Signal Safety
H. INTRODUCTION CITY OF RENTON
Specifications, Special Provisions other sections of these contract documents. These standard
specifications are hereby made a part of this contract and shall control and guide all activities within
this project whether referred to directly, paragraph by paragraph, or not.
21. WSDOT /APWA "2000 Standard Specifications for Road, Bridge and Municipal Construction"
and "Division 1 APWA Supplement" hereinafter referred to by the abbreviated title "Standard
Specifications."
22. Any reference to "State," "State of Washington," "Department of Transportation," " WSDOT," or
any combination thereof in the WSDOT /APWA standards shall be modified to read "City of
Renton," unless specifically referring to a standard specification or test method.
21. A soils investigation has not been performed for this project by the City or Engineer. The Bidders
shall familiarize themselves adequately with the project site and existing subsurface condition as
needed to submit their bid. Upon approval of the City, the Bidder may make such subsurface
explorations and investigations as they see fit. The Bidder shall be responsible for protection of all
existing facilities, utilities and other buried or surface improvements and shall restore the site to the
satisfaction of the City.
22. Bidders should review all contract documents in this package to fully understand DBE participation
goals and requirements.
fl
Ll
i]
Li
H:\ DMSION. S\ TRAINSPORTAT \DESIGN.ENG\Ryan\South Second\BidPack\h'U NSTRUCT.DOC SR900 — So. 2nd St. Traffic Signal Safety
0
L
11
D
v
n
LI
L
[I
II. INTRODUCTION CITY OF RENTON
CITY OF RENTON
SUMMARY OF AMERICANS' H ITH DISABILITIES ACT POLICY
ADOPTED BY RESOLUTION 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 Qctober 1993.
CITY F RENTON
r
Mayor
Attest:
City Clerk
RENTON CITY COUNCIL:
Council President
H:\ DIVISION .S \TRANSPOR.TAT\DESIGN.ENG\Ryan \South Second\BidPack \ii\ADA.doc SR900 — So. 2nd St. Traffic Signal Safety
I
t
t
�.i
II. INTRODUCTION CITY OF RENTON
RESOLUTION NO. 3229
I*A:11:jv
CITY OF RENTON
SUMMARY OF FAIR PRACTICES POLICY
ADOPTED BY RESOLUTION NO. 3229
It is the policy of the City of Renton to promote and provide equal treatment and service to all citizens and to
ensure equal employment opportunity to all persons without regard to race, color, national origin, ethnic
background, gender, marital status, religion, age or disability, when the City of Renton can reasonably
accommodate the disability, of employees and applicants for employment and fair, non - discriminatory
treatment to all citizens. All departments of the City of Renton shall adhere to the following guidelines:
(1) EMPLOYMENT PRACTICES - The City of Renton will ensure all employment related
activities including recruitment, selection, promotion, demotion, training, retention and
separation are conducted in a manner which is based on job - related criteria which does not
discriminate against women, minorities and other protected classes. Human resources
decisions will be in accordance with individual performance, staffing requirements, governing
civil service rules, and labor contract agreements.
(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 PLAN - The City of Renton Affirmative Action Plan and Equal
Employment Program will be maintained and administered to facilitate equitable
representation with the City work force and to assure equal employment opportunity to all. It
shall be the responsibility of elected officials, the Mayor, the Affirmative Action Officer,
department administrators, managers, supervisors, Contract Compliance Officers and all
employees to carry out the policies, guidelines and corrective measures set forth in die
Affirmative Action Plan and Equal Employment Program.
(4) CONTRACTORS' OBLIGATIONS - Contractors, sub - contractors, consultants and
suppliers conducting business with the City of Renton shall affirm and subscribe to the Fair
Practices and Non- discrimination policies set forth by the law and in the City's Affirmative
Action Plan and Equal Employment 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 7thday of October, 1996.
CITY OF RENTON:
-oa• t..
N ayor _v
Attest:
,
City Cler}
RENTON CITY COUNCIL:
Council President
"-}l:\ DIVISION. S\ TRANSPOR .TAT\DESIGN.ENG\Ryan\South Second\BidPack \ii\FAiRPRAC.doc SR900 —So. 2nd St. Traffic Signal Safety
E
11
D�
II. INTRODUCTION CITY OF RENTON
4. SCOPE OF WORK
The work involved under the terms of this contract document shall be full and complete
installation of the facilities shown on the plans and in the specifications to include, but
not limited to:
The modification of three existing traffic signals located at the So. 2nd
Street/Logan Avenue, So. 2nd Street/Williams Avenue, and So. 2nd Street/Wells
Avenue intersections in the City of Renton, King County. The project consists of
construction of traffic signal modifications including removal and installation of
sidewalks and curb ramps, traffic signal removal and installation, and traffic
control.
Any contractor connected with this project shall comply with all Federal, State, County,
and City codes and regulations applicable to such work and perform the work in
accordance with the plans and specifications of this contract document.
The funding of this project will be from City and Federal Grant funds.
H:\ DMSION .S \TRANSPORTAT\DESIGN.ENG\Ryan \South Se nd\BidPack\i1SC0PE.D0C SR900 — So. 2nd St. Traffic Signal Safety
i
R DIVISION. S% TRANSPORTATIDESIGN.ENOARrn\SotA SeoondvZWPrJ WWVERjh.DOC SR900 — So. 2nd St. Traffic Signal Safety
I rl
III. PROJECT PROPOSAL CITY OF RENTON
PROJECT: SR900 - So. 2nd St Traffic Signal Safety.
CAG NO.: 02 -002
COMPANY: ELac- iz— of T'4cow* BID AMOUNT: 208, 910 -r
ADDRESS: 2332 S S{4erran Avv-- TEL. NO.:-15-26-939-5803
—1 comma WA 98Sb/ - /053
PROJECT PROPOSAL
III. PROJECT PROPOSAL
1. BIDDER'S CHECKLIST
CITY OF RENTON
Above documents 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.
H:\ DIVISION. S\ TRANSPOR.TAT \DESIGN.ENG\Ryan\South Second\BidPack\iiICHKLIST.DOC SR900 — So. 2nd St. Traffic Signal Safety
PROJECT PROPOSAL COVER SHEET
1.
_�
BIDDER'S CHECKLIST
2._
PROPOSAL FORM
3.
_
SCHEDULE OF PRICES
4.
_
ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA
5.
BID BOND FORM
6.
CERTIFICATION FOR FEDERAL -AID CONTRACTS
7.
DISADVANTAGED BUSINESS ENTERPRISE UTILIZATION CERTIFICATION
8.
CERTIFICATION OF EEO REPORT
9..
_
NON - COLLUSION AND DEBARMENT AFFIDAVIT
10.
ASSIGNMENT OF ANTITRUST CLAIMS
11.
_
MINIMUM WAGE AFFIDAVIT FORM
12.
SUBCONTRACTOR LIST FORM
Above documents 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.
H:\ DIVISION. S\ TRANSPOR.TAT \DESIGN.ENG\Ryan\South Second\BidPack\iiICHKLIST.DOC SR900 — So. 2nd St. Traffic Signal Safety
III PROJECT PROPOSAL CITY OF RENTON
2. PROPOSAL
TO THE CITY OF RENTON
ANL 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:
Names of Members of Partnership:
n
1 OR
IName of President of Corporation
I
(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.)
Printed Name: Sce g" Srepoe2o S
Signature:
Address: Z 3 3 L S 3'zers,..� Ave--
TG°"' A W A 7 8yoi — 1053
Name of Secretary of Corporation
Corporation Organized under the laws of
With Main Office in State of Washington at
SoN� s t EPN S
tW 'q S0 1N61 T0 rl-A
P0. 3v�c �0c3 ►Aradyf�
r
H:% DMSION .S %TRANSPOR.TATYDESIGN.ENG%Ryan \South SecwMidPack%iiTROPSAL.DOC
SR900 — So. 2nd St. Traffic Signal Safety
t
1
1
t
1
t
1
I
t
t
t
III. PROJECT PROPOSAL
CITY OF RENTON
3. SCHEDULE OF PRICES
ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID
(Note: Unit prices for all items, all extentions, and total amount of bid must be shown. Show unit prices in both words
and figures and where conflict occurs the written or typed words shall prevail.)
ITEM
NO.
APPROX.
QUANTITY
ITEM WITH UNIT PRICED BID
Unit Prices to be Written in Words
UNIT PRICE
Dollars Cts.
AMOUNT
Dollars Cts.
1
1
L.S.
Mobilization
$ it%oVsa
f'0, 00
01/o, 0Z>
per L.S. (words) v
(figures)
(figures)
2
1
L.S.
Contractor Supplied Surveying
$ ONE THOUSA•J,p AND aO% ioc -�—�
�QO °• Oo
/,000.00
per L.S. (words)
(figures)
(figures)
3
1
L.S.
Tra-ffir-c' Control
$ Ttk)kjb A lP M�ln 0611,0
(
lOt OOo . 00
l O Oo0 . O�
per L.S. (words)
(figures)
(figures)
4
1
L.S.
Traffic Signal System S. 2nd at Logan Avenue
$ St,� �r� 44.0s'4 s �x I, - -j"j .5,?A Ame-
C3, Co (o3, Do
63,6 3, oe
per L.S. (words)
(figures)
(figures)
5
1
L.S.
Traffic Signal System S. 2nd at Williams Avenue
$ rt F-,'Y '41a a 114ouSIfNp 5 lk � v►i.�ve.� �•d h l rtR
I / (OZ � •
/ �' �9 dZ
per L.S. (words)
(figures)
(figures)
6
1
L.S.
Traffic Signal System S. 2nd at Wells Avenue
4�
per L. (words) '
59, 57$,00
58 s7$, vo
(figures)
(figures)
7
1
L.S.
Finish and Cleanup
AAD rjobaf>
2 f o00. 00
Z 1 0 ©o . vo
per L.S. (words)
(figures)
(figures)
Total /
Two kuJKp 6u-►+r eus�..�Q Alr't iw> � f�.
a08 I 910. °.
figures
SCHPRIC-E XLS
SR900 - So. 2nd Traffic Signal Safety
0
[7
i±
H
III. PROJECT PROPOSAL
TOTAL:
Amount in Words of Total:
Planning /Building /Public Works Department
3. SCHEDULE OF PRICES
SUMMARY SHEET
CITY OF RENTON
910.00
dollars
and rND cents.
BY SIGNING THIS PROPOSAL, THE BIDDER FURTHER DECLARES THAT
HE/SHE FULLY UNDERSTANDS THE CONSTRAINED SCHEDULE FOR THIS
PROJECT AND HEREBY PROPOSES TO COMPLETE THE WORK INCLUDED IN
THIS IMPROVEMENT WITHIN THE TIME LIMIT FOR COMPLETION, AS DEFINED
IN THE PROJECT CONTRACT DOCUMENTS.
THE UNDERSIGNED BIDDER AGREES TO COMMENCE WORK ON THIS PROJECT, IF AWARDED
TO HIM /HER, NO LATER THAN 10 DAYS AFTER FINAL EXECUTION OF THE CONTRACT
AGREEMENT AND TO COMPLETE THE WORK WITHIN 60 WORKING DAYS.
PRe s i no-
jr-Title
7 o:Te K- E' � of TAta,4 4
Company
Dated at "Oo t9m this da M s t y of or 20 �.
SCHPRICEMS SR900 - So. 2nd Traffic Signal Safety
t
III. PROJECT PROPOSAL CITY OF RENTON
4. ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA
ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA:
r
L
C
SIGNED
TITLE
NAME OF COMPANY
ADDRESS
CITY /STATE /ZIP
TELEPHONE _
Foes I OEP.-i r-
z33 z.. 's S,9�rxoJ Arc
mA
2,53 -83E3- 9Qo�
7's3 - 3 33 - So Z Z—
CITY OF RENTON STATE CONTRACTORS
BUSINESS LICENSE # a SS I LICENSE # i o C7vLt, T3 I's F3S
H:\ DIVISION. S\ TRANSPOR .TAT\DESIGN.ENG\Ryan\South Second\BidPack\ili\Addenda.DDC
SR900 — So. 2nd St. Traffic Signal Safety
NO._ DATE
NO. DATE
NO. DATE
r
L
C
SIGNED
TITLE
NAME OF COMPANY
ADDRESS
CITY /STATE /ZIP
TELEPHONE _
Foes I OEP.-i r-
z33 z.. 's S,9�rxoJ Arc
mA
2,53 -83E3- 9Qo�
7's3 - 3 33 - So Z Z—
CITY OF RENTON STATE CONTRACTORS
BUSINESS LICENSE # a SS I LICENSE # i o C7vLt, T3 I's F3S
H:\ DIVISION. S\ TRANSPOR .TAT\DESIGN.ENG\Ryan\South Second\BidPack\ili\Addenda.DDC
SR900 — So. 2nd St. Traffic Signal Safety
1
A
A
III PROJECT PROPOSAL
5. BID BOND FORM
CITY OF RENTON
Herewith find deposit in the form of a certified check, cashier's check, cash, or bid bond in the amount
of $
which amount is not less than five percent of the total bid.
IKnow All Men by These Presents:
1
J
1
A
1
C
Sign here
That we, TOTEM ELECTRIC OF TACOMA, INC.
as Principal, and
TRAVELERS CASUALTY AND SURETY COMPANY OF as Surety, are held and firmly bound unto the City of
AMERICA
Renton, as Obligee, in the penal sum of FIVE PERCENT (5x) OF TOTAL AMOUNT OF ACCOMPANYING
PROPOSAL
Dollars, for the payment of which the Principal and the Surety bind themselves, their heirs, executors,
administrators, successors and assigns, jointly and severally, by these presents.
The condition of this obligation is such that if the Obligee shall make any award to the Principal for
SR900 —S0. 2ND ST. TRAFFIC SIGNAL SAFETY according to the terms of the proposal or bid made by
PROJECT NO. CAG — 2
the Principal therefor, and the Principal shall duly make and enter into a contract with the Obligee in
accordance with the terms of said proposal or bid and award and shall give bond for the faithful
performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case
of failure to do so, pay and forfeit to the Obligee the penal amount of the deposit specified in the call
for bids, then this obligation shall be null and void; otherwise it shall be and remain in full force and
effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages,
the amount of this bond.
SIGNED, SEALED AND DATED THIS
Received return of deposit in the sum of
1ST DAY OF MAY
2002
TOTEM ELECTRIC OF TAC INC.
BY:,—
Principal
TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA
B Y4 2 _
Sure J - SMITH, ATTORNEY —IN- -FACT
H:\ DIVISION .S \TRANSPOR.TAT\DESIGN.ENG \Ryan \South Se=d\BidPaddiiilBIDBOND.doc
SR900 — So. 2nd St. Traffic Signal Safety
TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA
TRAVELERS CASUALTY AND SURETY COMPANY
FARMINGTON CASUALTY COMPANY
Hartford, Connecticut 06183 -9062
POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S) -IN -FACT
KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF
AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY,
corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford,
County of Hartford, State of Connecticut, (hereinafter the "Companies ") hath made, constituted and appointed, and do by these
presents make, constitute and appoint: Karen Ingram, Karen J. Smith, Ronald Perrault, Thomas P. Hentschell, of Tacoma,
Washington, their true and lawful Attomey(s) -in -Fact, with full power and authority hereby conferred to sign, execute and
acknowledp-e, at any place within the United States, or, if the following line be filled in, within the area there designated
:he following instrument(s): by his/her sole signature and act, any and all bonds, recognizances, contracts of indemnity, and other
writings obligatory in the nature of a bond, recognizance, or conditional undertaking and any and all consents incident thereto
and to bind the Companies, thereby as fully and to the same extent as if the same were signed by the duly authorized officers
of the Companies, and all the acts of said Attorney(s) -in -Fact, pursuant to the authority herein given, are hereby ratified and
confirmed.
This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are
now in full force and effect:
VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any
Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact
and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe
to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other ATitings obligatory in
the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove anv such
appointee and revoke the power given him or her.
VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President
may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is
in writing and a copy thereof is filed in the office of the Secretary.
VOTED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional
undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any
Senior Vice President or any Vice President, any Second Vice President, the -treasurer, any Assistant Treasurer, the Corporate Secretary or any
Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary, or (b) duly executed (under seal, if
required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or
by one or more Company officers pursuant to a written delegation of authority.
This Power of Attorney and Certificate of Authority is signed and sealed by facsimile under and by authority of the following
Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY COMPANY OF
AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, which
Resolution is now in full force and effect:
VO tED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice
President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any
power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -fact for
' purposes only of executing and attesting bonds and undertakings and other "Titings obligatory in the nature thereof, and any such power of attonic�
or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and
certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or
undertaking to which it is attached.
0
1 (3 -97)
01
IN WITNESS WHEREOF, TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS
CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY have caused this instrument to be
signed by their Senior Vice President, and their corporate seals to be hereto affixed this 15th day of May, 2000.
STATE OF CONNECTICUT
) SS. Hartford
COUNTY OF HARTFORD
.&,
ah ' HARFFP W � ,�TY Ala SiHE", ` m 'rGAS
' J 8 C
A
O
ORD, HARTFORD, < L
3982
p
c0W. CONN. o 2 q, • � �
TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA
TRAVELERS CASUALTY AND SURETY COMPANY
FARMINGTON CASUALTY COMPANY
MEMO"
=!
George W. Thompson
Senior Vice President
On this 15th day of May, 2000 before me personally came GEORGE W. THOMPSON to me known, who, being by me duly
sworn, did depose and say: that he/she is Senior Vice President of TRAVELERS CASUALTY AND SURETY COMPANY OF
AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, the
corporations described in and which executed the above instrument; that he /she knows the seals of said corporations; that the seals
affixed to the said instrument are such corporate seals; and that he/she executed the said instrument on behalf of the corporations by
authority of his/her office under the Standing Resolutions thereof.
G,T!?
My commission expires June 30, 2001 Notary Public
Marie C. Tetreault
E CERTIFICATE
I, the undersigned, Assistant Secretary of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA,
TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, stock corporations of
the State of Connecticut, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority
remains in full force and has not been revoked; and furthermore, that the Standing Resolutions of the Boards of Directors, as set
forth in the Certificate of Authority, are now in force.
Signed and Sealed at the Home Office of the Company, in the City of Hartford, State of Connecticut. Dated this 1ST day of
MAY ) 2002
�,y0 L4Rfr�, ' ; ,,01 Alva 9 GASU44
c U'
tiaRFFORt) 3 I FORD, 932
0 0
CCf LM. CON ". o Z •
a
K
0
By
Kori M. Johanson
Assistant Secretary, Bond
III PROJECT PROPOSAL
U
5. BID BOND FORM
CITY OF RENTON
Herewith find deposit in the form of a certified check, cashier's check, cash, or bid bond in the amount
of $ which amount is not less than five percent of the total bid.
Sign here
Know All Men by These Presents:
That we, , as Principal, and
as Surety, are held and firmly bound unto the City of
Renton, as Obligee, in the penal sum of
Dollars, for the payment of which the Principal and the Surety bind themselves, their heirs, executors,
administrators, successors and assigns, jointly and severally, by these presents.
The condition of this obligation is such that if the Obligee shall make any award to the Principal for
according to the terms of the proposal or bid made by
the Principal therefor, and the Principal shall duly make and enter into a contract with the Obligee in
accordance with the terms of said proposal or bid and award and shall give bond for the faithful
performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case
of failure to do so, pay and forfeit to the Obligee the penal amount of the deposit specified in the call
for bids, then this obligation shall be null and void; otherwise it shall be and remain in full force and
effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages,
the amount of this bond.
SIGNED, SEALED AND DATED THIS DAY OF 120
Received return of deposit in the sum of $
r
Principal
Surety
H: XDNISION .S %TRANSPOR.TATtDESIGN.ENG%Ryan \South SecondQdPackVii%BIDBOND.doc SR900 — So. 2nd St. Traffic Signal Safety
D
III. PROJECT PROPOSAL
CITY OF RENTON
6. Certification for Federal -Aid Contracts
L
(2) If any funds other than Federal appropriated funds have been paid or will be
paid to any person for influencing or attempting to influence an officer or
employee of any Federal agency, a Member of Congress, an officer or
employee of Congress, or an employee of a Member of Congress in connection
with this Federal contract, grant, loan, or cooperative agreement, the
undersigned shall complete and submit Standard Form -LLL, "Disclosure Form
to Report Lobbying," in accordance with its instructions.
This certification is material representation of the fact upon which reliance was
placed when this transaction was made or entered into. Submission of this
certification is a orereauisite for making or entering into this transaction imposed
by Section 1352, Title 31, U.S. Code. Any person who fails to file the required
certification shall be subject to a civil penalty of not less than $10,000 and not
more than $100,000 for each failure.
The Prospective participant also agrees by submitting his or her bid or proposal
that he or she shall reauire that the language of this certification be included in
all lower tier subcontracts which exceed $100,000 and that all such
subrecipients shall certify and disclose accordingly.
H:\ DMSION. S\ TRANSPOR .TAT\DESIGN.ENG\Ryan\South Second\BidPackGV\FEDCERT.doc
DOT Forth 272.040 EF
Revised 8M
SR900 — So. 2nd St. Traffic Signal Safety
The prospective participant certifies by signing and submitting
this bid or proposal, to the best of his or her knowledge and
belief, that:
(1) No Federal appropriated funds have been paid or will we paid, by or on
behalf of the undersigned, to any person for influencing or attempting to
influence an officer or employee of any Federal agency, a Member of Congress,
an officer or employee of Congress, or an employee of a Member of Congress
in connection with the awarding of any Federal contract, the making of any
Federal grant, the making of any Federal loan, the entering into of any
cooperative agreement, and the extension, continuation, renewal, amendment,
or modification of any Federal contract, grant, loan or cooperative agreement.
L
(2) If any funds other than Federal appropriated funds have been paid or will be
paid to any person for influencing or attempting to influence an officer or
employee of any Federal agency, a Member of Congress, an officer or
employee of Congress, or an employee of a Member of Congress in connection
with this Federal contract, grant, loan, or cooperative agreement, the
undersigned shall complete and submit Standard Form -LLL, "Disclosure Form
to Report Lobbying," in accordance with its instructions.
This certification is material representation of the fact upon which reliance was
placed when this transaction was made or entered into. Submission of this
certification is a orereauisite for making or entering into this transaction imposed
by Section 1352, Title 31, U.S. Code. Any person who fails to file the required
certification shall be subject to a civil penalty of not less than $10,000 and not
more than $100,000 for each failure.
The Prospective participant also agrees by submitting his or her bid or proposal
that he or she shall reauire that the language of this certification be included in
all lower tier subcontracts which exceed $100,000 and that all such
subrecipients shall certify and disclose accordingly.
H:\ DMSION. S\ TRANSPOR .TAT\DESIGN.ENG\Ryan\South Second\BidPackGV\FEDCERT.doc
DOT Forth 272.040 EF
Revised 8M
SR900 — So. 2nd St. Traffic Signal Safety
t
c
t
i
e
t
c
e
c
III. PROJECT PROPOSAL CITY OF RENTON
r
Washington State
v% Department of Transportation 7. Disadvantaged Business
Enterprise Utilization Certification
To be eligible for award of this contract the bidder must fill out and submit, as part of his/her proposal. the following certification relating
to Disadvantaged Business Enterprise (DBE) requirements. This certification shall be deemed a part of the resulting contract. Failure
to fill out and submit this certification, the inclusion of a false certification, or insufficient projected use of DBEs, shall be considered as
evidence that the proposal is non - responsive to the invitation to bid.
Information on certified firms is available from OMWBE, phone (360) 753 -9693.
_t ta _ f�_1,eC_4W1.L ..6F -T—,+CD^,W f �Aj(r certifies that the following Disadvantaged Business Enterprise(s)
Name at Strider
(DBE) have been contacted regarding participation on this project and, if it is the successful bidder on this project, it shall award
subcontracts to or enter into supply agreements with the following DBEs as indicated: (if necessary. use additional sheet).
(Name of DBE
Capacity *
(Prime, Joint Venture,
i
Amount to
Certificate Number
Subcontractor,
Description of Work
be Applied
Manufacturer, Regular
Towards Goal
Dealer, Service Provider)
j
1. CC.A M5. W i�Ib
_
Sc>b e�.�rw�.�e -!
{
50iRJe7%(1Al (.,
l o00 . eo
z.
3.
14,
6.
7.
8.
9.
10.
Disadvantaged Business Enterprise Subcontracting Goal: rb DBE Total $ 1000. dp
Regular Dealer status must be approved by the Office of Equal Op rtunity, Wash. State Dept. of Transportation,
on each contract.
«` See the section "Counting DBE Participation Toward Meeting the Goal' in the Contract Document.
« «� The Contracting Agency will utilize the above data to determine whether or not the bidder has met the goat or the average goal
attainment of all bidders.
H:\DI VISION. S\ TRANSPORTAT \DESIGN.ENG\Ryan\South Second\BidPack \iv\DBEcen.doc
DOT Form 272 -056A EF
Revised 12,'97
SR900 — So. 2nd St. Traffic Signal Safety
fl
C
u
it
III. PROJECT PROPOSAL
CITY OF RENTON
8. CERTIFICATION OF EQUAL EMPLOYMENT OPPORTUNITY REPORT
Certification with regard to the Performance of Previous Contracts or Sub - contracts subject to the Equal
Opportunity Clause and the filing of Required Reports.
The bidder T proposed subcontractor _, hereby certifies that he has k(, has not _, participated in a
previous co/ntract or subcontract subject to the equal opportunity clause, as required by Executive Orders
10925, 11114 or 11246, and that he has �, has not , filed with the Joint Reporting Committee the
Director of the Office of Federal Contract Compliance, A Federal Government contracting or administering
agency, or the former President's Committee on Equal Employment Opportunity, all reports due under the
applicable filing requirements.
I c>T'E M V LLCM e__ OF I ,4Gowu4 . I NG
(Company)
21
By:
Date: (Title)
Note: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary
of Labor (41 CFR 60 -1.7 (b) (1), and must be submitted by bidders and proposed subcontractors only in
connection with contracts and subcontracts which are subject to the equal opportunity clause. Contracts and
subcontracts which are exempt from the equal opportunity clause are set forth in 41 CFR 60 -1.5. (Generally
only contracts or subcontracts of $10,000 or under are exempt.)
Currently, Standard Form 100 (EEO -1) is the only report required by the Executive Orders or their
implementing regulations.
Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract
subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60 -1.7 (b) (i)
prevents the award of contracts and subcontractors unless such contractor submits a report covering the
delinquent period or such other period specified by the Federal Highways Administration or by the Director,
Office of Federal Contract Compliance, U.S. Department of Labor.
H:\ DIVISION .S \TRANSPOR.TAT\DESIGN.ENG\Ryan \South Second\BidPack\ii,IEEO.DOC SR900 — So. 2nd St. Traffic Signal Safety
III. PROJECT PROPOSAL CITY OF RENTON
9. NON - COLLUSION AND DEBARMENT AFFIDAVIT
* STATE OF WASHINGTON )
** COUNTY OF PI e -Ace )
I, the undersigned, an authorized representative of * ** Tb rL M G LZr,,fl24 L being first duly
sworn on oath do hereby certify that said person(s), firm, association or corporation has (have) not, either directly or indirectly,
entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding
in connection with the project for which this proposal is submitted.
I further certify that, except as noted below, the firm, associated or corporation or any person in a controlling capacity
associated therewith or any position involving the administration of federal funds; is not currently under suspension, debarment,
voluntary exclusion, or determination of ineligibility by any federal agency; has not been suspended, debarred, voluntarily
excluded or determined ineligible by any federal agency within the past 3 years; does not have a proposed debarment pending;
and has not been indicted, convicted, or had a civil judgment rendered against said person, firm, association or corporation by a
court of competent jurisdiction in any matter involving fraud or official misconduct within the past 3 years.
I further acknowledge that by signing the signature page of the proposal, I am deemed to have signed and have agreed to the
provisions of this affidavit.
S12
90c� — Z Sr -rRaMO�e_ /6aat_
Name of Project
o� k�- EC�i?Clc. a--P 4
Name of Bidder's Firm
Signature of Authorized Representative of Bidder
r' / J0 Z
Date
I certify that I know or have satisfactory evidence that Sr- o-,--T s i EP,-I i ;N s is the person who appeared before me, and said
$Mf,i
person acknowledged that /�heittlpis instrument and acknowledged it to be (his/her) free and voluntary act for the uses
and purposes mentionec`
�Q+�P
v%syoN f
Dated p TA P y
N = PUBLIC., 2 Not Public in and for the State
�► �'
q , a. ��� of Washington residing at 1 4 C) �,,W 4
0�o�a ,` Notary (Print): AAA,2_lL S7 cP "c-ns
OF WAS ����` My appointment expires: S - � 6 - aO 0 S
NOTE:
Exceptions will not necessarily result in denial of award, but will be considered in determining bidder responsibility. For any
exception noted, indicate above to whom it applies, initiating agency, and dates of action. Providing false information may result in criminal
prosecution or administrative sanctions.
*A suspending or debarring official may grant an exception permitting a debarred, suspended, or excluded person to participate in a particular
transaction upon a written determination by such official stating the reason(s) for deviating form the Presidential policy established by Executive
order 12549..." (49 CFR Part 29 Section 29.215).
* If notarization of proposal takes place outside of Washington State, DELETE WASHINGTON, and enter appropriate State.
** Fill in county where notarization of proposal takes place.
* ** Fill infirm name.
H:\ DMSION. S\ TRANSPOR .TAT\DESIGN.ENG\Ryan\South Second\8idPack\ii11N0NC0LL.D0C SR900 — So. 2nd St. Traffic Signal Safety
u
L
r�
III. PROJECT PROPOSAL CITY OF RENTON
10. CERTIFICATION RE: ASSIGNMENT OF
ANTITRUST CLAIMS TO PURCHASER
STATE OF WASHINGTON )
SS
COUNTY OF KING )
Vendor and purchaser recognize that in actual economic practice overcharges resulting from antitrust
violations are in fact usually borne by the purchaser. Therefore, vendor hereby assigns to purchaser any and
all claims for such overcharges as to goods and materials purchased in connection with this order or contract,
except as to overcharges resulting from antitrust 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
each of his suppliers and subcontractors shall assign any and all such claims to purchaser, subject to the
aforementioned exception..
S� 9 S 2"� G- T- 5/6dAL.—
Name of Project
1 fl I,ECT-a, L 60- 1 ,4cr ,d !NC-
Name of Bidder's Firm
Signature of Authorized
of Bidder
I certify that I know or have satisfactory evidence that Sco-,T S i cPt -1 +S is th e
before me, and said person acknowledged that (he /she) signed this instrument and
(his/her) free and voluntary act for the uses and purposes mentioned in the instrument.
Dated 5--1-0a
0I
a ST
�4'�
N TA
R 0 ey
4-- =
-
PUBLIC
;A =
SS
OF W A
person who appeared
acknowledged it to be
Notary Public in and for the State
of Washington residing at i A c.�
Notary (print): r�i� rl src P c-�r S
My appointment expires:
H:\ DIVISION. S\ TRANSPOR .TAT\DESIGN.ENMRyan\South Second\BidPack\u11ANPITRUST.DOC
SR900 — So. 2nd St. Traffic Signal Safety
I
u
III. PROJECT PROPOSAL
CITY OF RENTON
ll. NIIIHIMUM WAGE AFFIDAVIT FORM
STATE OF WASHINGTON )
SS
COUNTY OF KING )
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.
Name of Project
OTEM e_ L* / 4k—
Name of Bidder's Firm
Signature of Authorized Repre ntative of Bidder
Date
I certify that I know or have satisfactory evidence that S� 'c S Z ,P is the person who appeared
before me, and said person acknowledged that (he /she) signed this instrument and acknowledged it to be
(his /her) free and l litar Cdr fgr the uses and purposes mentioned in the instrument.
F► � F/�
Dated 5- (z'; + °,sgro� {eq y =
NNARV_ _
—► of fa. Notary Public in and foli the State
`�►': PUB LIG z
� � of Washington residing at —j
zs . °`' ,'�G1 Notary (Print): rvi Po— IC, s'i- n
OF W k My appointment expires:
H:\ DIVI SION. S\ TRANSPOR .TArDESIGN.ENG\Ryan\South Second\BidPack\illVA1NWAGE.D0C SR900 — So. 2nd St. Traffic Signal Safety tY
III. PROJECT PROPOSAL
12. SUBCONTRACTOR LIST FORM
CITY OF RENTON
RCW 39.30 -060 requires that for all public works contracts exceeding $1,000,000 the bidder shall submit the
names of all subcontractors whose subcontract amount exceeds 10 percent of the contract price.
The completed Subcontractor List form shall be submitted as part of the bid submittal. Failure to submit the
completed for shall render the bidder's bid nonresponsive and, therefore, void.
Complete one of the following for contracts that exceed $1,000,000:
A. There are no subcontractors proposed whose subcontract amount exceeds 10 percent of the contract
price.
Name: scot-+ STepoc .t S. Title: 'Pass. I peq�/'-
Signature:
B. The following subcontractor(s) subcontract amount exceeds 10 percent of the contract price: (list
subcontractor and bid item)
Bid Item (s)
Subcontractor Name
Address
Phone No. State Contractor's License No
Bid Item (s)
Subcontractor Name
Address
Phone No. State Contractor's License No
Bid Item (s)
Subcontractor Name
Address
Phone No. State Contractor's License No
Bid Item (s)
Subcontractor Name
Address
Phone No. State Contractor's License No
H:\ DMSION. S\ TRANSPORTArDESIGN .ENG\Ryan\South Second\BidPack\ii11SUBLIST.DOC SR900 — So. 2nd St. Traffic Signal Safety
IV. CONTRACT DOCUMENT FORMS
CITY OF RENTON
INFORMATION ONLY
1"T
CONTRACT DOCUMENT FORMS
DOCUMENTS IN THE FOLLOWING FORM MUST BE EXECUTED AND SUBMITTED BY THE
SUCCESSFUL BIDDER WITHIN TEN (10) DAYS FOLLOWING THE NOTICE OF AWARD.
x• .S%MtM4 rMTAT0 ssM.E WApm%%Wh Sw=d0Wft& COVE ivXM SPON — So. 2nd St Traffic SiVW Safety
IV. CONTRACT DOCUMENT FORMS CITY OF RENTON
FEDERAL -AID FHWA PROJECTS ONLY
1. BOND TO THE CITY OF RENTON
KNOW ALL MEN BY THESE PRESENTS:
That we, the undersigned
I
as principal, and corporation organized and existing under the laws of
the State of as a surety corporation, and qualified under the laws of the State of
Washington to become surety upon bonds of contractors with municipal corporations, as surety are jointly and
severally held and firmly bound to the City of Renton in the penal sum of $ 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 , 20_.
Nevertheless, the conditions of the above obligation are such that:
WHEREAS, under and pursuant to Public Works Construction Contract CAG- 02 -002 providing for construction
of SR900 - South 2nd Street Traffic Signal Safety 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 said shall
faithfully perform all of the provisions of said contract in the manner and within the time therein set forth, or within
such extensions of time as may be granted under said contract, and shall pay all laborers, mechanics, subcontractors
and material -men, 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 said contract or from defects appearing or
developing in the operation of any mechanical or electrical equipment and related components provided under such
contract within a period of six months after its acceptance thereof by the City of Renton, then his obligation shall
become null and void, otherwise it shall be and remain in full force. Customary trade warranties or guarantees on
electrical and mechanical equipment shall be assigned to the City of Renton.
Principal Surety
Signature
Title
Approved by Larry Warren 2/14/92
H:\ DIVISION. S\ TRANSPOR .TAT\DESIGN.ENG\Ryan\South Second\BidPack\iv\FEDBOND.DOC SR900 — So. 2nd St. Traffic Signal Safety
E
Signature
Title
Signature
Title
Approved by Larry Warren 2/14/92
H:\ DIVISION. S\ TRANSPOR .TAT\DESIGN.ENG\Ryan\South Second\BidPack\iv\FEDBOND.DOC SR900 — So. 2nd St. Traffic Signal Safety
E
IV. CONTRACT DOCUMENT FORMS CITY OF RENTON
2. FHWA FEDERAL -AID CONTRACTS ONLY
THIS AGREEMENT, made and entered into this /%A day of _, 2002 by and between
THE CITY OF RENTON, Washington, a municipal corporation of th tate of Washington, hereinafter
Lreferred to as "CITY" and Totem Electric of Tacoma. Inc., hereinafter referred to as "CONTRACTOR."
WITNESSETH:
1) The Contractor shall within the time stipulated, (to -wit: within 60 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 02 -002) for
improvement by construction and installation of:
The modification of three existing traffic signals located at the So. 2nd Street/Logan Avenue, So.
2nd Street/Williams Avenue, and So. 2nd Street/Wells Avenue intersections in the City of Renton,
King County. The project consists of construction of traffic signal modifications including
removal and installation of sidewalks and curb ramps, traffic signal removal and installation, and
traffic control, all in accordance with the attached Contract Plans, Special Provisions, and the
Standard Specifications.
L
0
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) Project Proposal
d) Specifications
e) Maps and Plans
f) Bid
g) Advertisement for Bids
h) Special Provisions, if any
i) Addenda, if any
and all modifications or changes issued pusuant to the Contract Documents.
H:\DI VISION. S\ TRANSPORTATDESIGN .ENGUARMSTRONSouth 2"d Strat Twffic Signal Sdety\F ACONTRACTAOC SR900 — So. 2nd St. Traffic Signal Safety
IV. CONTRACT DOCUMENT FORMS CITY OF RENTON
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 his creditors, or if a receiver
shall be appointed on account of the Contractor's insolvency, or if he or any of his subcontractors
should violate any of the provisions of this Contract, the City may then serve written notice upon
him and his surety of its intention to terminate the Contract, and unless within ten (10) days after the
serving of 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) dales 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 his 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. Furthermore, 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.
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.
H:\ DMSION. S\ TRANSPORTAT1DESIGN .ENGVARMSTRO\Somh 2nd Stmt Traffic Signal SafoyTHWACONTRACT.DOC SR900 — So. 2nd St. Traffic Signal Safety
I
d
h
i
C'
1�
F—
J
IV. CONTRACT DOCUMENT FORMS
CITY OF RENTON
7) The Contractor shall commence performance of the Contract no later than 10 calendar days after
Contract final execution, and shall complete the full performance of the Contract not later than 60
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 (in accordance with Standard Specifications) 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 only that work
listed in Group(s) none of the Summary of quantities in the Contract Plans, i.e. the "Federal Non-
participating Items," unless a longer period is specified. However, all manufacturer's warranties or
guarantees on electrical and mechanical equipment, consistent with those provided as customary
trade practice, shall be assigned to the City at the time of project acceptance. The Contractor shall
further be required to supply warranties or guarantees providing for satisfactory in- service operation
of any mechanical and electrical equipment and related components involved in Group(s) none of the
Summary of Quantities in the Contract Plans, i.e. "Federal Participating Items" for a period not to
exceed 6 months following project acceptance. 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.
11) The total amount of this contract is the sum of $208.90.00
Two Hundred Eight Thousand Nine Hundred Ten Dollars
. u W&-
4H-
which includes any required Washington State Sales Tax. Payments will be made to Contractor as
specified in the "Special Provisions" of this Contract.
H:% DMSION. S\ TRANSPORTAMFS IGN.ENGUARMSTRO\South 2nd Std Tn fic Si®W Sdety\F ACONTRACTDOC
SR900 — So. 2nd St. Traffic Signal Safety
0
u
ul
L
IV. CONTRACT DOCUMENT FORMS
CITY OF RENTON
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
CITY OF RENTON
M
ATTEST
'I/" n1111:1111_
City Clerk
dba C-)1P \ C O NSA \ \C—
Firm Name
cbwk one
O Individual O Partnership �q Corporation Incorporated in
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.
tIf 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.
it
7
L
r
H: \DMSION. SITRANSPORTArDES IGN.ENGVARMSTRO\, o 2nd Strw Traffic Signal SafefftfWACONTRACIDOC SR900 — So. 2nd St. Traffic Signal Safety
IV. CONTRACT DOCUMENT FORMS
ID)3
CITY OF RENTON
3. CITY OF RENTON INSURANCE INFORMATION FORM
PROJECT NUMBER: STAFF CONTACT:
Certificate of Insurance indicates the coverages/limits
specified in contract?
❑ Yes
❑ No
Are the following coverages and/or conditions in effect?
❑ Yes
❑ No
The Commercial General Liability policy form is an
ISO 1993 Occurrence Form or Equivalent?
❑ Yes
❑ No
(If no, attach a copy of the policy with required coverages
clearly identified)
CG 0043 Amendatory Endorsement provided ?*
❑ Yes
❑ No
General Aggregate provided on a "per project basis (CG2503) ?*
❑ Yes
❑ No
Additional Insured wording provided ?*
❑ Yes
❑ No
Coverage on a primary basis and non - contributing basis ?*
❑ Yes
❑ No
Waiver of Subrogation Clause applies ?*
❑ Yes
❑ No
Severability of Interest Clause (Cross Liability) applies?
❑ Yes
❑ No
Notice of Cancellation/Non- Renewal amended to 45 days ?*
❑ Yes
❑ No
* To be shown on certificate of insurance
AM BEST'S RATING FOR CARRIER:
GL Auto Umb
Professional
This Questionnaire is issued as a matter of information. This questionnaire is not an insurance policy and does not
amend, extend or alter the coverage afforded by the policies
indicated on the attached CERTIFICATE OF
INSURANCE. The CITY OF RENTON, at its option, shall obtain
copies of the
policies and/or specific declaration
pages FROM awarded bidder prior to execution of contract.
Agency/Broker
Address
Completed By (Type or Print Name)
Completed By (Signature)
Name of person to contact Telephone Number
NOTE: THIS QUESTIONNAIRE MUST BE COMPLETED FOR EACH LINE OF COVERAGE AND ATTACHED
TO CERTIFICATE OF INSURANCE
Rev 1/95
H:\ DIVISION. S\ TRANSPOR .TAT\DESIGN.ENG\Ryan\South Saond\BidPack\iv\INSURINFO.DOC SR900 — So. 2nd St. Traffic Signal Safety
IV. CONTRACT DOCUMENT FORMS CITY OF RENTON
CITY OF PJIMN INSURANCE INFORMATION FORM
FOR: ABC Construction Company; Install and Remove USTs and build Fire
John Q. Publicemployee
PROJECT NpMgM Renton l O fl �$� CONTACT:
C.erd$cata of Ina RM indicates the ==Zges/limits
jpwffied is m rad? -1�- Yes ❑ No
Ate the WowWg coverages an&or conditions in effect? ?CM Yes ❑ No
The Commercial Genera! Liability policy form is an
ISO 1993 Ow m== Form or Equivalent? -10 Yes ❑ No
(tCao. arc�8 a Dopy ott6e pol'wy wt8s nquie*d eovers�
deaety idatltttied) .
CO 0443 Amemiatory Endorsement provided ?* 47 Yes ❑ No
General Aggregate provided on a "per project basis (C=03)7* %x Yes ❑ No
Additional Imwed wording provided?* WC Yes 0 No
Coverage on a primary basis and non- contdbating basis?* SK Yes ❑ No
Waiver of Subrogation Clause spplies?* $X Yes ❑ No
SaverabMty ofInte= Clause (Cross Uability) applies? g7cXcs ❑ No
Notim of C neellationtNon- Remval amended to 45 days?* ❑ No
* To be shown on cartijicate ojinsarmw
AM BEST'S RATING FOR CARMERS:
GL AXTV Auto AXIV Umb AXIII Prd:ssioaal A++ XV
T7us Qua do=aire is issued as a matter of information. This gmtiolumim is not an insurance policy and
Am not amend . cen8 or alter the coverage afforded by the policies indicated, on the attached
CERTIFICATE OF MURANCE. The Crl'Y OF RENTt3N. at its option. shall obtain Copies of the
policies and/or spa35c declaration pages FROM awarded bidder prior to c=ut9on of Contract.
Arthur J. Gallagher a Co.
Priscilla McCoy
Agmq/Bmkcr Completed By Mpe or Print Name)
7900 E. Union Ave, Denver
Address Completed By (SigaUM)
Priscilla McCoy 303'773 -9999
Name of person to contact Telephone Number
MOTE ?HIS QUE MONNAIREHUST BE COk?LETED AND ATTACKED TO GER??FICATE OF
TiNSURANt� ��
S
l�
H:\ DMSION. S\ TRANSPORTAT \DESIGN.ENG\Ryan\South Sxond\ W&ckUV\INSURSAhVL.&c SR900 — So. 2nd St. Traffic Signal Safety
H
11
C�
I
I
F
I
I
I
I
11
u
L
IV. CONTRACT DOCUMENT FORMS
2m
awl
WAOUCM
ARMMJ, "UAQM,& 4=ZMM •
7900L tWON ATM= ==200
lIffn= CO SM7.2737
t303) 71599"
PJUSCMU A. AICCOr
ABC C===O" COMP141W
$000 PnU7AVMW
AXI"WKWA 00000
SlY 1«
CITY OF RENTON
woulm ISSUE "'rx "Mmwm
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AN
CONFERS NO RIGM UPON THE CERTIFICATE HOLDER. THIS CvmFlCA7
DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY 71
POLICIES BELOW. 'A -A- _A, � 116
MMPANIES AFFORDING COVERAGE
LcE'*TMPAw A AEmcAsuwrAmswuurcowAw
00" AM
B WAWS AM 00MUNCE COWAW
LErW
--- - --- ----------
0114APANY C XWONAr WffW SM A0=tWCff COI&ANY
LensR
OOMPANY
LEnrmR
ODWAW E
Lom
TMIST* CBMFY THATTHE POLICIES OF MURANCE LISTED BELOW HAVE SM ISSUED TOTHE INSURED NAMED ABOVE FOR THE POLJCY PERIOD
*Mt CATER, NOTWMWANDING ANY REQUWaIENT, TERM OR CONDITION OF ANY MflWj0T OR OTHER DOCUMENT WITH RESPECT TO WHION THIS
46717WCATE VAY BE WM OR MAY PERTAIN, THE INSURANCE AFFORDED By THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS..
E(CUISJONS AND CO=TX= OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN MDJCM BY PAID CLAIMS.
2
TYPE Of VCVJPAW:g
POLICYU(JUGER
POUCY9FF9CnW
DAM MMOWM
-*POLICY EWMTMN
OAll MACQrM umm
MIT,
uM"dOm
PK4100**00495
..........
fAL
T;C ABAL689By
F�(=j
!S 40001wo
:CLANA MADE X:OCOLIR.
!PEFl9OK4L,&A0V.WJJRY
xowow
i PROT.
ECM OOClJWe4CE is llowl"o
a COMMACTORS
IS 50'"a
X 370P CAP LLoL AV=
t
-MEOV(P0WVN;;;W
AW
AUTOWNILE UASKRY
Aur0200000495
olvJJ96
COwqLqw gramE
uwr
of 1.000.000
iAWAUM
SOMY KAM
PWWO
ALIVOS
.4pw
iHmx=
jNQN4WNEDAI.I7W
W*Aodder4
:PROPEMOAMAGE
CKC992 LIAMATY
X=009000495
OIp1,9S
OIA71J96
EACK OOMAV0=
i 4000,000
_Z)MWAAF0w
'
if 1,000000
WORKOMCOUP121ISATM
ZABOR AND AMMM=
&AWrORYUM"s
EM
O
zhaoxo"KLA NrAvAllit
AND
:,0WA3E40"UMrr
EMPLOYMUANKM
OcSEASE.F"
PQU=OV 40vm"wt
t PiOLUO0000495
0AR1,93
$
A4GAff6A7F4 cUuts_
00m
J10"
AA=
LO
COUP c
Xilk CONTRACT #JtMVWNIOQ004AN37AUA27ONAMDJtgKOWACOP
ntffjzayo?4
CrLVyapjUraWjSAMADOWONALaMaWONGL.POZLV77Ot4A
APPXJZ*POLfCrJSGNAPJUKAXrBA=AMAVrCON=MMUM
PONIMU12E 7AA=JNCrAVZWCOl4=UC770lV0Pl&nV
WUAASX9SPA=Aff0V&40t47rAC7 - 'WArMOF=AOCAZT0N
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES SECANC&M BEFORE
E~Tm DATE TmEmw• THE muma COMPANY WILL =22xmR=
Attention: MIKE WEBBY
CITY OF RENTON, WASHINGTON MAIL 45 DAYS WRff TEN NOT= To THE cEnT*VATE HOLDER NAMED TO THE
1055 SOUTH GRADY WAY LEFT. SALK.
RENTON, WA 98055
--H:\I)IVISION.S\TRANSPOR-TAI'\DESIGN.ENG\Ryan\South Second\BidP&ck\iv\ACORDSAMPL.doc SR900 - So. 2nd St. Traffic Signal Safety
V. REQ'D DOCUMENTS FOR FED -AID CONSTR. CONTRACTS
V
CITY OF RENTON
REQUIRED DOCUMENTS FOR FEDERAL -AID
CONSTRUCTION CONTRACTS
Scwn&BWPMW SR900 — So. 2nd St TraSc Signal Safety
l
II
J
n
i
L
it
FHWA -1273 Electronic Version - March 10, 1994 (DOT 10/97)
REQUIRED CONTRACT PROVISIONS
FEDERAL -AID CONSTRUCTION CONTRACTS
Page
I. General .......... ..............................1
II. Nondiscrimination . ............................... 1
III. Nonsegregated Facilities ..........................
IV. Payment of Predetermined Minimum Wage ............
V. Statements and Payrolls ..........................
VI. Record of Materials, Supplies, and Labor .............
VII. Subletting or Assigning the Contract .................
VIII. Safety: Accident Prevention .......................
IX. False Statements Concerning Highway Projects .......
X. Implementation of Clean Air Act and Federal
DOL, or the contractor's employees or their representatives.
6. Selection of Labor: During the performance of this
contract, the contractor shall not:
3 a. discriminate against labor from any other State,
3 possession, or territory of the United States (except for employment
6 preference for Appalachian contracts, when applicable, as
6 specified in Attachment A), or
7
b. employ convict labor for any purpose within the
7
limits of the project unless It is labor performed by convicts who
7 are on parole, supervised release, or probation.
„ •IA�I/11 Qf"�I�II�IAT/��1
Water Pollution Control Act.. ....................... 8
XI. Certification Regarding Debarment, Suspension,
Ineligibility, and Voluntary Exclusion .................
XII. Certification Regarding Use of Contract Funds for
(Applicable to all Federal -aid construction contracts and to all
8 related subcontracts of $10,000 or more.)
Lobbying....... ............................... 9
ATTACHMENTS
A. Employment Preference for Appalachian Contracts (included
In Appalachian contracts only)
I. GENERAL
1. These contract provisions shall apply to all work
performed on the contract by the contractor's -.own organization
and with the assistance of workers under the contractor's
immediate superintendence and to all work performed on the
contract by piecework, station work, or by subcontract.
2. Except as otherwise provided for in each section, the
contractor shall insert in each subcontract all of the stipulations
contained in these Required Contract Provisions, and further require
their inclusion in any lower tier subcontract or purchase order that
may in turn be made. The Required Contract provisions shall not be
incorporated by reference in any case. The prime contractor shall
be responsible for compliance by any subcontractor or lower tier
subcontractor with these Required Contract Provisions.
3. A breach of any of the stipulations contained in these
Required Contract Provisions shall be sufficient grounds for
termination of the contract.
4. A breach of the following clauses of the Required
Contract Provisions may also be grounds for debarment as
provided in 29 CFR 5.12:
Section I, paragraph 2;
Section IV, paragraphs 1, 2, 3, 4, and 7;
Section V, paragraphs 1 and 2a through 29.
5. Disputes arising out of the labor standards provisions of
Section IV (except paragraph 5) and Section V of these Required
Contract Provisions shall not be subject to the general disputes
clause of this contract. Such disputes shall be resolved in
accordance with the procedures of the U.S. Department of Labor
(DOL) as set forth In 29 CFR 5, 6, and 7. Disputes within the
meaning of this clause include disputes between the contractor
(or any of Its subcontractors) and the contracting agency, the
1. Equal Employment Opportunity: Equal employment
opportunity (EEO) requirements not to discriminate and to take
affirmative action to assure equal opportunity as set forth under
laws, executive orders, rules, regulations (28 CFR 35, 29 CFR
1630 and 41 CFR 60) and orders of the Secretary of Labor as
modified by the provisions prescribed herein, and imposed pursuant
to 23 U.S.C. 140 shall constitute the EEO and specific affirmative
action standards for the contractor's project activities under this
contract. The Equal Opportunity Construction Contract
Specifications set forth under 41 CFR 60-4.3 and the provisions of
the American Disabilities Act of 1990 (42 U.S.C. 12101 gt 0Q.) set
forth under 28 CFR 35 and 29 CFR 1630 are incorporated by
reference In this contract. In the execution of this contract, the
contractor agrees to comply with the following minimum specific
requirement activities of EEO:
a. The contractor will work with the State highway
agency (SHA) and the Federal Government In carrying out
EEO obligations and in their review of his/her activities under
the contract.
b. The contractor will accept as his operating policy
the following statement:
"It is the policy of this Company to assure that
applicants are employed, and that employees are
treated during employment, without regard to their race,
religion, sex, color, national origin, age or disability.
Such action shall Include: employment, upgrading,
demotion, or transfer; recruitment or recruitment
advertising; layoff or termination; rates of pay or other
forms of compensation; and selection for training,,
Including apprenticeship, preapprenticeship, and /or
on- the-job training."
2. EEO Officer. The contractor WIII designate and make
known to the SHA contracting officers an EEO Officer who WIII
have the responsibility for and must be capable of effectively
administering and promoting an active contractor program of EEO
and who must be assigned adequate authority and responsibility
to do so.
3. Dissemination of Policy: All members of the
contractor's staff who are authorized to hire, supervise, promote,
and discharge charge employees, or who recommend such action,
Page 1
or who are substantially involved In such action, will be made fully
cognizant of, and will implement, the contractor's EEO policy and
contractual responsibilities to provide EEO In each grade and
classification of employment. To ensure that the above agreement
will be met, the following actions will be taken as a minimum:
a. Periodic meetings of supervisory and personnel
office employees will be conducted before the start of work
and then not less often than once every six months, at which
time the contractor's EEO policy and its implementation will be
reviewed and explained. The meetings will be conducted by
the EEO Officer.
b. All new supervisory or personnel office employees
will be given a thorough indoctrination by the EEO Officer,
covering all major aspects of the contractor's EEO obligations
within thirty days following their reporting for duty with the
contractor.
c. All personnel who are engaged in direct recruitment
for the project will be instructed by the EEO Officer in the
contractor's procedures for locating and hiring minority group
employees.
d. Notices and posters setting forth the contractor's
EEO policy will be placed in areas readily accessible to
employees, applicants for employment and potential
employees.
e. The contractor's EEO policy and the procedures to
implement such policy will be brought to the attention of
employees by means of meetings, employee handbooks, or
other appropriate means.
4. Recruitment: When advertising for employees, the
contractor will include in all advertisements for employees the
notation: "An Equal Opportunity Employer." All such advertisements
will be placed in publications having a large circulation among
minority groups in the area from which the project work force
would normally be derived.
a. The contractor will, unless precluded by a valid
bargaining agreement, conduct systematic and direct
recruitment through public and private employee referral
sources likely to yield qualified minority group applicants. To
meet this requirement, the contractor will identify sources of
potential minority group employees, and establish with such
identified sources procedures whereby minority group
applicants may be referred to the contractor for employment
consideration.
b. In the event the contractor has a valid bargaining
agreement providing for exclusive hiring hall referrals, he is
expected to observe the provisions of that agreement to the
extent that the system permits the contractor's compliance
with EEO contract provisions. (The DOL has held that where
implementation of such agreements have the effect of
discriminating against minorities or women, or obligates the
contractor to do the same, such implementation violates
Executive Order 11246, as amended.)
c. The contractor will encourage his present
employees to refer minority group applicants for employment.
Information and procedures with regard to referring minority
group applicants will be discussed with employees.
5. Personnel Actions: Wages, working conditions, and
employee benefits shall be established and administered, and
personnel actions of every type, including hiring. Upgrading,
promotion, transfer, demotion, layoff, and termination, shall be taken
Page 2
without regard to race, color, religion, sex, national origin, age or
disability. The following procedures shall be followed:
a. The contractor will conduct periodic inspections of
project sites to insure that working conditions and employee
facilities do not indicate discriminatory treatment of project
site personnel.
b. The contractor will periodically evaluate the spread
of wages paid within each classification to determine any
evidence of discriminatory wage practices.
c. The contractor will periodically review selected
personnel actions in depth to determine whether there is
evidence of discrimination. Where evidence is found, the
contractor will promptly take corrective action. If the review
indicates that the discrimination may extend beyond the actions
reviewed, such corrective action shall include all affected
persons.
d. The contractor will promptly investigate all
complaints of alleged discrimination made to the contractor in
connection with his obligations under this contract, will attempt
to resolve such complaints, and will take appropriate corrective
action within a reasonable time. If the investigation indicates
that the discrimination may affect persons other than the
complainant, such corrective action shall include such other
persons. Upon completion of each investigation, the contractor
will inform every complainant of all of his avenues of appeal.
6. Training and Promotion:
a. The contractor will assist in locating, qualifying,
and increasing the skills of minority group and women
employees, and applicants for employment.
b. Consistent with the contractor's work force
requirements and as permissible under Federal and State
regulations, the contractor shall make full use of training
programs, i.e., apprenticeship, and on- the -job training
programs for the geographical area of contract performance.
Where feasible, 25 percent of apprentices or trainees in each
occupation shall be in their first year of apprenticeship or
training. In the event a special provision for training is provided
under this contract, this subparagraph will be superseded as
indicated in the special provision.
T. Unions: If the contractor relies in whole or in part upon
unions as a source of employees, the contractor will use his/her
best efforts to obtain the cooperation of such unions to increase
opportunities for minority groups and women within the unions,
and to effect referrals by such unions of minority and female
employees. Actions by the contractor either directly or through a
contractor's association acting as agent wil I include the procedures
set forth below:
a. The contractor will use best efforts to develop, in
cooperation with the unions, joint training programs aimed
toward qualifying more minority group members and women
for membership in the unions and increasing the skills of
minority group employees and women so that they may qualify
for higher paying employment.
b. The contractor will use best efforts to incorporate
an EEO clause into each union agreement to the end that such
union will be contractually bound to refer applicants without
regard to their race, color, religion, sex, national origin, age or
disability.
c. The contractor is to obtain information as to the
L
t
fl
I
r
� I
referral practices and policies of the labor union except that
to the extent such information is within the exclusive
possession of the labor union and such labor union refuses
to furnish such information to the contractor, the contractor
shall so certify to the SHA and shall set forth what efforts
have been made to obtain such information.
d. In the event the union is unable to provide the
contractor with a reasonable flow of minority and women
referrals within the time limit set forth in the collective bargaining
agreement, the contractor will, through independent
recruitment efforts, fill the employment vacancies without
regard to race, color, religion, sex, national origin, age or
disability; making full efforts to obtain qualified and /or qualifiable
minority group persons and women. (The DOL has held that it
shall be no excuse that the union with which the contractor
has a collective bargaining agreement providing for exclusive
referral failed to refer minority employees.) In the event the
union referral practice prevents the contractor from meeting
the obligations pursuant to Executive Order 11246, as
amended, and these special provisions, such contractor shall
immediately notify the SHA.
8. Selection of Subcontractors, Procurement of
Materials and Leasing of Equipment: The contractor shall not
discriminate on the grounds of race, color, religion, sex, national
origin, age or disability in the selection and retention of
subcontractors, including procurement of materials and leases of
equipment.
a. The contractor shall notify all potential
subcontractors and suppliers of his/her EEO obligations under
this contract.
b. Disadvantaged business enterprises (DBE), as
defined in 49 CFR 23, shall have equal opportunity to compete
for and perform subcontracts which the contractor enters
into pursuant to this contract. The contractor will use his best
efforts to solicit bids from and to utilize DBE subcontractors
or subcontractors with meaningful minority group and female
representation among their employees. Contractors shall
obtain lists of DBE construction firms from SHA personnel.
c. The contractor will use his best efforts to ensure
subcontractor compliance with their EEO obligations.
9. Records and Reports: The contractor shall keep such
records as necessary to document compliance with the EEO
requirements. Such records shall be retained for a period of three
years following completion of the contract work and shall be
available at reasonable times and places for inspection by
authorized representatives of the SHA and the FHWA.
a. The records kept by the contractor shall document the
following:
(1) The number of minority and non - minority group
members and women employed in each work classification
on the project;
(2) The progress and efforts being made in cooperation
with unions, when applicable, to increase employment
opportunities for minorities and women;
(3) The progress and efforts being made in locating,
hiring, training, qualifying, and upgrading minority and female
employees; and
(4) The progress and efforts being made in securing
the services of DBE subcontractors or subcontractors with
meaningful minority and female representation among their
employees.
b. The contractors will submit an annual report to the SHA
each July for the duration of the project, indicating the number of
minority, women, and non - minority group employees currently
engaged in each work classification required by the contract work.
This information is to be reported on Form FHWA -1391. If on -the
job training is being required by special provision, the contractor
will be required to collect and report training data.
111. NONSEGREGATED FACILITIES
(Applicable to all Federal -aid construction contracts and to all
related subcontracts of $10,000 or more.)
a. By submission of this bid, the execution of this contract
or subcontract, or the consummation of this material supply
agreement or purchase order, as appropriate, the bidder, Federal -
aid construction contractor, subcontractor, material supplier, or
vendor, as appropriate, certifies that the firm does not maintain or
provide for its employees any segregated facilities at any of its
establishments, and that the firm does not permit its employees to
perform their services at any location, under its control, where
segregated facilities are maintained. The firm agrees that a breach
of this certification is a violation of the EEO provisions of this
contract. The firm further certifies that no employee will be
denied access to adequate facilities on the basis of sex or disability.
b. As used in this certification, the term "segregated facilities"
means any waiting rooms, work areas, restrooms and washrooms,
restaurants and other eating areas, timeclocks, locker rooms, and
other storage or dressing areas, parking lots, drinking fountains,
recreation or entertainment areas, transportation, and housing
facilities provided for employees which are segregated by explicit
directive, or are, in fact, segregated on the basis of race, color,
religion, national origin, age or disability, because of habit, local
custom, or otherwise. The only exception will be for the disabled
when the demands for accessibility override (e.g. disabled parking).
c. The contractor agrees that it has obtained or will obtain identical
certification from proposed subcontractors or material suppliers
prior to award of subcontracts or consummation of material supply
agreements of $10,000 or more and that it will retain such
certifications in its files.
IV. PAYMENT OF PREDETERMINED MINIMUM WAGE
(Applicable to all Federal -aid construction contracts exceeding
$2,000 and to all related subcontracts, except for projects located
on roadways classed as local roads or rural minor collectors,
which are exempt.)
1. General:
a. All mechanics and laborers employed or working upon
the site of the work will be paid unconditionally and not less often
than once a week and without subsequent deduction or rebate on
any account [except such payroll deductions as are permitted by
regulations (29 CFR 3) issued by the Secretary of Labor under the
Copeland Act (40 U.S.C. 276c)) the full amounts of wages and
bona fide fringe benefits (or cash equivalents thereof) due at time
of payment. The payment shall be computed at wage rates not
less than those contained in the wage determination of the Secretary
of Labor (hereinafter "the wage determination) which is attached
hereto and made a part hereof, regardless of any contractual
relationship which may be alleged to exist between the contractor
or its subcontractors and such laborers and mechanics. The wage
determination (including any additional classifications and wage
Page 3
rates conformed under paragraph 2 of this Section IV and the DOL
poster (WHA 321) or Forth FHWA -1495) shall be posted at all times
by the contractor and its subcontractors at the site of the work in
a prominent and accessible place where it can be easily seen by
the workers. For the purpose of this Section, contributions made
or costs reasonably anticipated for bona fide fringe benefits under
Section 1 (b)(2) of the Davis -Bacon Act (40 U.S.C. 276a) on behalf
of laborers or mechanics are considered wages paid to such
laborers or mechanics, subject to the provisions of Section IV,
paragraph 3b, hereof. Also, for the purpose of this Section, regular
contributions made or costs incurred for more than a weekly period
(but not less often than quarterly) under plans, funds, or programs,
which cover the particular weekly period, are deemed to be
oonstructively made or incurred during such weekly period. Such
laborers and mechanics shall be paid the appropriate wage rate
ani fringe benefits on the wage determination for the classification
of work actually performed, without regard to skill, except as
provided in paragraphs 4 and 5 of this Section IV.
b. Laborers or mechanics performing work in more than
one classification may be compensated at the rate specified for
each classification for the time actually worked therein, provided,
that the employer's payroll records accurately set forth the time
spent in each classification in which work is performed.
c. All rulings and interpretations of the Davis -Bacon Act
and related acts contained in 29 CFR 1, 3, and 5 are herein
incorporated by reference in this contract.
2. Classification:
a. The SHA contracting officer shall require that any
class of laborers or mechanics employed under the contract,
which is not listed in the wage determination, shall be classified
in conformance with the wage determination.
b. The contracting officer shall approve an additional
classification, wage rate and fringe benefits only when the
following criteria have been met:
(1) the work to be performed by the additional
classification requested is not performed by a classification
in the wage determination;
(2) the additional classification is utilized in the area
by the construction industry;
(3) the proposed wage rate, including any bona
fide fringe benefits, bears a reasonable relationship to the
wage rates contained in the wage determination: and
(4) with respect to helpers, when such a
classification prevails in the area in which the work is
performed.
c. If the contractor or subcontractors, as appropriate,
the laborers and mechanics (if known) to be employed in the
additional classification or their representatives, and the
contracting officer agree on the classification and wage rate
(including the amount designated for fringe benefits where
appropriate), a report of the action taken shall be sent by the
contracting officer to the DOL, Administrator of the Wage and
Hour Division, Employment Standards Administration,
Washington, D.C. 20210. The Wage and Hour Administrator,
or an authorized representative, will approve, modify, or
disapprove every additional classification action within 30
days of receipt and so advise the contracting officer or will
notify the contracting officer within the 30-day period that
additional time is necessary.
Page 4
J
d. In the event the contractor or subcontractors, as
appropriate, the laborers or mechanics to be employed in the
additional classification or their representatives, and the
contracting officer do not agree on the proposed classification
and wage rate (including the amount designated for fringe
benefits, where appropriate), the contracting officer shall
refer the questions, including the views of all interested parties
and the recommendation of the contracting officer, to the
Wage and Hour Administrator for determination. Said
Administrator, or an authorized representative, will issue a
determination within 30 days of receipt and so advise the
contracting officer or will notify the contracting officer within
the 30-day period that additional time is necessary.
e. The wage rate (including fringe benefits where
appropriate) determined pursuant to paragraph 2c or 2d of
this Section IV shall be paid to all workers performing work in
the additional classification from the first day on which work
is performed in the classification.
3. Payment of Fringe Benefits:
a. Whenever the minimum wage rate prescribed in
the contract for a Gass of laborers or mechanics includes a
fringe benefit which is not expressed as an hourly rate, the
contractor or subcontractors, as appropriate, shall either pay
the benefit as stated in the wage determination or shall pay
another bona fide fringe benefit or an hourly case equivalent
thereof.
b. If the contractor or subcontractor, as appropriate,
does not make payments to a trustee or other third person,
he /she may consider as a part of the wages of any laborer or
mechanic the amount of any costs reasonably anticipated in
providing bona fide fringe benefits under a plan or program,
provided, that the Secretary of Labor has found, upon the
written request of the contractor, that the applicable standards
of the Davis -Bacon Act have been met. The Secretary of
Labor may require the contractor to set aside in a separate
account assets for the meeting of obligations under the plan
or program.
4. Apprentices and Trainees (Programs of the U.S.
DOL) and Helpers:
a. Apprentices:
(1) Apprentices will be permitted to work at less
than the predetermined rate for the work they performed
when they are employed pursuant to and individually
registered in a bona fide apprenticeship program registered
with the DOL, Employment and Training Administration, Bureau
of Apprenticeship and Training, or with a State apprenticeship
agency recognized by the Bureau, or if a person is employed
in his /her first 90 days of probationary employment as an
apprentice in such an apprenticeship program, who is not
individually registered in the program, but who has been
certified by the Bureau of Apprenticeship and Training or a
State apprenticeship agency (where appropriate) to be eligible
for probationary employment as an apprentice.
(2) The allowable ratio of apprentices to
journeyman -level employees on the job site in any craft
classification shall not be greater than the ratio permitted to
the contractor as to the entire work force under the registered
program. Any employee listed on a payroll at an apprentice
wage rate, who is not registered or otherwise employed as
stated above, shall be paid not less than the applicable wage
rate listed in the wage determination for the classification of
work actually performed. In addition, any apprentice performing
J
D
1
t
work on the job site in excess of the ratio permitted under the
registered program shall be paid not less than the applicable
wage rate on the wage determination for the work actually
performed. Where a contractor or subcontractor is performing
construction on a project on a locality other than that in which
its program is registered, the ratios and wage rates (expressed
in percentages of the joumeyman4evel hourly rate) speed
in the contractor's or subcontractor's registered program
shall be observed.
(3) Every apprentice must be paid at not less than
the rate specified in the registered program for the apprentice's
level of progress, expressed as a percentage of the
journeyman -level hourly rate specified in the applicable wage
determination. Apprentices shall be paid fringe benefits in
accordance with the provisions of the apprenticeship program.
If the apprenticeship program does not specify fringe benefits,
apprentices must be paid the full amount of fringe benefits
listed on the wage determination for the applicable
classification. If the Administrator the Wage and Hour Division
determines that a different practice prevails for the applicable
apprentice classification, fringes shall be paid in accordance
with that determination.
(4) In the event the Bureau of Apprenticeship and
Training, or a State apprenticeship agency recognized by the
Bureau, withdraws approval of an apprenticeship program,
the contractor or subcontractor will no longer be permitted to
utilize apprentices at less than the applicable predetermined
rate for the comparable work performed by regular employees
until an acceptable program is approved.
b. Trainees:
(1) Except as provided in 29 CFR 5.16, trainees will
not be permitted to work at less than the predetermined rate
for the work performed unless they are employed pursuant
to and individually registered in a program which has received
prior approval, evidenced by formal certification by the DOL,
Employment and Training Administration.
(2) The ratio of trainees to journeyman -level
employees on the job site shall not be greater than permitted
under the plan approved by the Employment and Training
Administration. Any helper listed on the payroll at a trainee
rate who is not registered and participating in a training plan
approved by the Employment and Training Administration shall
be paid not less than the applicable wage rate on the wage
determination for the classification of work actually performed.
In addition, any trainee performing work on the job site in
excess of the ratio permitted under the registered program
shall be paid not less than the applicable wage rate on the
wage determination for the work actually performed.
(3) Every trainee must be paid at not less than the
rate specified in the approved program for his /her level of
progress, expressed as a percentage of the journeyman-
level hourly rate specified in the applicable wage determination.
Trainees shall be paid fringe benefits in accordance with the
provisions of the trainee program. If the trainee program
does not mention fringe benefits, trainees shall be paid the full
amount of fringe benefits listed on the wage determination
unless the Administrator of the Wage and Hour Division
determines that there is an apprenticeship program associated
with the corresponding joumeyman -level wage rate on the
wage determination which provides for less than full fringe
benefits for apprentices, in which case such trainees shall
receive the same fringe benefits as apprentices.
(4) In the event the Employment and Training
Administration withdraws approval of a training program, the
contractor or subcontractor will no longer be permitted to
utilize trainees at less than the applicable predetermined rate
for the work performed until an acceptable program is
approved.
c Helpers:
Helpers will be permitted to work on a project if the
helper classification is specified and defined on the applicable
wage determination or is approved pursuant to the
conformance procedure set forth in Section IV.2. Any worker
listed on a payroll at a helper wage rate, who is not a helper
under a approved definition, shall be paid not less than the
applicable wage rate on the wage determination for the
classification of work actually performed.
S. Apprentices and Trainees (Programs of the U.S.
DOT):
Apprentices and trainees working under apprenticeship and
skill training programs which have been certified by the Secretary
of Transportation as promoting EEO in connection with Federal -aid
highway construction programs are not subject to the requirements
of paragraph 4 of this Section IV. The straight time hourly wage
rates for apprentices and trainees under such programs will be
established by the particular programs. The ratio of apprentices
and trainees to journeymen shall not be greater than permitted by
the terms of the particular program.
6. Withholding:
The SHA shall upon its own action or upon written request of
an authorized representative of the DOL withhold, or cause to be
withheld, from the contractor or subcontractor under this contract
or any other Federal contract with the same prime contractor, or
any other Federally- assisted contract subject to Davis -Bacon
prevailing wage requirements which is held by the same prime
contractor, as much of the accrued payments or advances as may
be considered necessary to pay laborers and mechanics, including
apprentices, trainees, and helpers, employed by the contractor or
any subcontractor the full amount of wages required by the
contract. In the event of failure to pay any laborer or mechanic,
including any apprentice, trainee, or helper, employed or working
on the site of the work, all or part of the wages required by the
contract, the SHA contracting officer may, after written notice to
the contractor, take such action as may be necessary to cause the
suspension of any further payment, advance, or guarantee of
funds until such violations have ceased.
7. Overtime Requirements:
No contractor or subcontractor contracting for any part of
the contract work which may require or involve the employment of
laborers, mechanics, watchmen, or guards (including apprentices,
trainees, and helpers described in paragraphs 4 and 5 above)
shall require or permit any laborer, mechanic, watchman, or guard
in any workweek in which he/she is employed on such work, to
work in excess of 40 hours in such workweek unless such laborer,
mechanic, watchman, or guard receives compensation at a rate
not less than one - and - one -half times his/her basic rate of pay for
all hours worked in excess of 40 hours in such workweek.
8. Violation:
Liability for Unpaid Wages; Liquidated Damages: In the event
of any violation of the clause set forth in paragraph 7 above, the
contractor and any subcontractor responsible thereof shall be
liable to the affected employee for his/her unpaid wages. In addition,
Page 5
such contractor and subcontractor shall be liable to the United
States (in the case of work done under contract for the District of
Columbia or a territory, to such District or to such territory) for
liquidated damages. Such liquidated damages shall be computed
with respect to each individual laborer, mechanic, watchman, or
guard employed in violation of the clause set forth in paragraph 7,
in the sum of $10 for each calendar day on which such employee
was required or permitted to work in excess of the standard work
week of 40 hours without payment of the overtime wages required
by the clause set forth in paragraph 7.
9. Withholding for Unpaid Wages and Liquidated
Damages:
The SHA shall upon its own action or upon written request of
any authorized representative of the DOL withhold, or cause to be
withheld, from any monies payable on account of work performed
by the contractor or subcontractor under any such contract or
any other Federal contract with the same prime contractor, or any
other Federally- assisted contract subject to the Contract Work
Hours and Safety Standards Act, which is held by the some prime
contractor, such sums as may be determined to be necessary to
satisfy any liabilities of such contractor or subcontractor for unpaid
wages and liquidated damages as provided in the clause set forth
in paragraph 8 above.
V. STATEMENTS AND PAYROLLS
(Applicable to all Federal -aid construction contracts exceeding
$2,000 and to all related subcontracts, except for projects located
on roadways classified as local roads or rural collectors, which
are exempt.)
1. Compliance with Copeland Regulations (29 CFR 3):
The contractor shall comply with the Copeland Regulations of
the Secretary of Labor which are herein incorporated by reference.
2. Payrolls and Payroll Records:
a. Payrolls and basic records relating thereto shall be
maintained by the contractor and each subcontractor during
the course of the work and preserved for a period of 3 years
from the date of completion of the contract for all laborers,
mechanics, apprentices, trainees, watchmen, helpers, and
guards working at the site of the work.
b. The payroll records shall contain the name, social
security number, and address of each such employee; his or
her correct classification; hourly rates of wages paid
(including rates of contributions or costs anticipated for bona
fide fringe benefits or cash equivalent thereof the types
described in Section 1 (b)(2)(B) of the Davis Bacon Act);
daily and weekly number of hours worked; deductions made;
and actual wages paid. In addition, for Appalachian contracts,
the payroll records shall contain a notation indicating whether
the employee does, or does not, normally reside in the labor
area as defined in Attachment A, paragraph 1. Whenever the
Secretary of Labor, pursuant to Section IV, paragraph 3b,
has found that the wages of any laborer or mechanic include
the amount of any costs reasonably anticipated in providing
benefits under a plan or program de- scribed in Section 1
(b)(2)(B) of the Davis Bacon Act, the contractor and each
subcontractor shall maintain records which show that the
commitment to provide such benefits is enforceable, that the
plan or program is financially responsible, that the plan or
program has been communicated in writing to the laborers or
mechanics affected, and show the cost anticipated or the
actual cost incurred in providing benefits. Contractors or
subcontractors employing apprentices or trainees under
Page 6
i
approved programs shall maintain written evidence of the
registration of apprentices and trainees, and ratios and wage
rates prescribed in the applicable programs.
c. Each contractor and subcontractor shall furnish, each
week in which any contract work is performed, to the SHA
resident engineer a payroll of wages paid each of its employees
(including apprentices, trainees, and helpers, described in
Section IV, paragraphs 4 and 5, and watchmen and guards
engaged on work during the preceding weekly payroll period).
The payroll submitted shall set out accurately and completely all
of the information required to be maintained under paragraph
2b of this Section V. This information may be submitted in any
form desired. Optional Forth WH-347 is available for this purpose
and may be purchased from the Superintendent of Documents
(Federal stock number 029 - 005 - 0014 -1 1, U.S. Government
Printing Office, Washington, D.C. 20402. The prime contractor
is responsible for the submission of copies of payrolls by all
subcontractors.
d. Each payroll submitted shall be accompanied by a
'Statement of Compliance,' signed by the contractor or
subcontractor or his/her agent who pays or supervises the
payment of the persons employed under the contract and shall
certify the following:
(1) that the payroll for the payroll period contains
the information required to be maintained under paragraph
2b of this Section V and that such information is correct
and complete;
(2) that such laborer or mechanic (including each
helper, apprentice, and trainee) employed on the contract
during the payroll period has been paid the full weekly
wages earned, without rebate, either directly or indirectly,
and that no deductions have been made either directly or
indirectly from the full wages earned, other than permissible
deductions as set forth in the Regulations, 29 CFR 3;
(3) that each laborer or mechanic has been paid not
less that the applicable wage rate and fringe benefits or
cash equivalent for the classification of worked performed,
as specified in the applicable wage determination
incorporated into the contract.
e. The weekly submission of a properly executed
certification set forth on the reverse side of Optional Form WH-
347 shall satisfy the requirement for submission of the
'Statement of Compliance" required by paragraph 2d of this
Section V.
f. The falsification of any of the above certifications
may subject the contractor to civil or criminal prosecution under
18 U.S.C. 1001 and 31 U.S.C. 231.
g. The contractor or subcontractor shall make the
records required under paragraph 2b of this Section V available
for inspection, copying, or transcription by authorized
representatives of the SHA, the FHWA, or the DOL, and shalt
permit such representatives to interview employees during
working hours on the job. If the contractor or subcontractor
fails to submit the required records or to make them available,
the SHA, the FHWA, the DOL, or all may, after written notice to
the contractor, sponsor, applicant, or owner, take such actions
as may be necessary to cause the suspension of any further
payment, advance, or guarantee of funds. Furthermore, failure
to submit the required records upon request or to make such
records available may be grounds for debarment action pursuant
to 29 CFR 5.12.
n
L i
n
t
LJ
d
VI. RECORD OF MATERIALS, SUPPLIES, AND LABOR
1. On all Federal-aid contracts on the National Highway
System, except those which provide solely for the installation of
protective devices at railroad grade crossings, those which are
constructed on a force account or direct labor basis, highway
beautification contracts, and contracts for which the total final
construction cost for roadway and bridge is less than $1,000,000
(23 CFR 635) the contractor shall:
a. Become familiar with the list of specific materials
and supplies contained in Form FHWA -47, "Statement of
Materials and Labor Used by Contractor of Highway
Construction Involving Federal Funds," prior to the
commencement of work under this contract.
b. Maintain a record of the total cost of all materials
and supplies purchased for and incorporated in the work,
and also of the quantities of those specific materials and
supplies listed on Forth FHWA -47, and in the units shown on
Form FHWA -47. c. Furnish, upon the completion of the contract,
to the SHA resident engineer- on Form FHWA -47 together
with the data required in paragraph 1 b relative to materials
and supplies, a final labor summary of all contract work
indicating the total hours worked and the total amount earned.
2. At the prime contractor's option, either a single report
covering all contract work or separate reports for the contractor
and for each subcontract shall be submitted.
VII. SUBLETTING OR ASSIGNING THE CONTRACT
1. The contractor shall perform with its own organization
contract work amounting to not less than 30 percent (or a greater
percentage if specified elsewhere in the contract) of the total
original contract price, excluding any specialty items designated
by the State. Specialty items may be performed by subcontract
and the amount of any such specialty items per- formed may be
deducted from the total original contract price before computing
the amount of work required to be performed by the contractor's
own organization (23 CFR 635).
a. "Its own organization "shall be construed to include
only workers employed and paid directly by the prime
contractor and equipment owned or rented by the prime
contractor, with or without operators. Such term does not
include employees or equipment of a subcontractor, assignee,
or agent of the prime contractor.
b. "Specialty Items" shall be construed to be limited to
work that requires highly specialized knowledge, abilities, or
equipment not ordinarily available in the type of contracting
organizations qualified and expected to bid on the contract as
a whole and in general are to be limited to minor components
of the overall contract.
2. The contract amount upon which the requirements set
forth in paragraph 1 of Section VII is computed includes the cost of
material and manufactured products which are to be purchased or
produced by the contractor under the contract provisions.
3. The contractor shall furnish (a) a competent
superintendent or supervisor who is employed by the firm, has full
authority to direct performance of the work in accordance with the
contract requirements, and is in charge of all construction
operations (regardless of who performs the work) and (b) such
other of its own organizational resources (supervision,
management, and engineering services) as the SHA contracting
officer determines is necessary to assure the performance of the
contract.
4. No portion of the contract shall be sublet, assigned or
otherwise disposed of except with the written consent of the SHA
contracting officer, or authorized representative, and such consent
when given shall not be construed to relieve the contractor of any
responsibility for the fulfillment of the contract. Written consent
will be given only after the SHA has assured that each subcontract
is evidenced in writing and that it contains all pertinent provisions
and requirements of the prime contract.
VIII. SAFETY: ACCIDENT PREVENTION
1. in the performance of this contract the contractor shall
comply with all applicable Federal, State, and local laws governing
safety, health, and sanitation (23 CFR 635). The contractor shall
provide all safeguards, safety devices and protective equipment
and take any other needed actions as it determines, or as the SHA
contracting officer may determine, to be reasonably necessary to
protect the Iffe and health of employees on the job and the safety
of the public and to protect property in connection with the
performance of the work covered by the contract.
2. It is a condition of this contract, and shall be made a
condition of each subcontract, which the contractor enters into
pursuant to this contract, that the contractor and any subcontractor
shall not permit any employee, in performance of the contract, to
work in surroundings or under conditions which are unsanitary,
hazardous or dangerous to his/her health or safety, as determined
under construction safety and health standards (29 CFR 1926)
promulgated by the Secretary of Labor, in accordance with Section
107 of the Contract Work Hours and Safety Standards Act (40
U.S.C. 333).
3. Pursuant to 29 CFR 1926.3, it is a condition of this contract
that the Secretary of Labor or authorized representative thereof,
shall have right of entry to any site of contract performance to
inspect or investigate the matter of compliance with the construction
safety and health standards and to carry out the duties of the
Secretary under Section 107 of the Contract Work Hours and
Safety Standards Act (40 U.S.C. 333).
IX. FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS
In order to assure high quality and durable construction in
conformity with approved plans and specifications and a high
degree of reliability on statements and representations made by
engineers, contractors, suppliers, and workers on Federal -aid
highway projects, it is essential that all persons concerned with
the project perform their functions as carefully, thoroughly, and
honestly as possible. Willful falsification, distortion, or
misrepresentation with respect to any facts related to the project
is a violation of Federal law. To prevent any misunderstanding
regarding the seriousness of these and similar ads, the following
notice shall be posted on each Federal -aid highway project (23
CFR 635) in one or more places where it is readily available to all
persons concerned with the project:
NOTICE TO ALL PERSONNEL ENGAGED ON FEDERAL -AID
HIGHWAY PROJECTS
18 U.S.C. 1020 reads as follows:
"Whoever, being an officer, agent, or employee of the United
States, or of any State or Territory, or whoever, whether a person,
association, firm, or corporation, knowingly makes any false
statement, false representation, or false report as to the character,
quality, quantity, or cost of the material used or to be used, or the
quantity or quality of the work performed or to be performed, or the
cost thereof in connection with the submission of plans, maps,
specifications, contracts, or costs of construction on any highway
Page 7
or related project submitted for approval to the Secretary of
Transportation; or
Whoever knowingly makes any false statement, false
representation, false report or false claim with respect to the
character, quality, quantity, or cost of any work performed or to be
performed, or materials furnished or to be famished, in connection
with the construction of any highway or related project approved
by the Secretary of Transportation; or
Whoever knowingly makes any false statement or false
representation as to material fact in any statement, certificate, or
report submitted pursuant to provisions of the Federal-aid Roads
Act approved July 1, 1916, (39 Stat. 355), as amended and
supplemented;
Shall be fined not more than $10,000 or imprisoned not more
than 5 years or both."
X. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL
WATER POLLUTION CONTROL ACT
(Applicable to all Federal -aid construction contracts and to all
related subcontracts of $100,000 or more.)
By submission of this bid or the execution of this contract, or
subcontract, as appropriate, the bidder, Federal -aid construction
contractor, or subcontractor, as appropriate, will be deemed to
have stipulated as follows:
1. That any facility that is orwill be utilized in the performance
of this contract, unless such contract is exempt under the Clean
Air Act, as amended (42 U.S.C. 1857 gf B=., as amended by
Pub.L. 91 -604), and under the Federal Water Pollution Control Act,
as amended (33 U.S.C. 1251 et seq., as amended by Pub.L. 92-
500), Executive Order 11738, and regulations in implementati on
thereof (40 CFR 15) is not listed, on the date of contract award, on
the U.S. Environmental Protection Agency (EPA) List of Violating
Facilities pursuant to 40 CFR 15.20.
2. That the firm agrees to comply and remain in compliance
with all the requirements of Section 1 14 of the Clean Air Act and
Section 308 of the Federal Water Pollution Control Act and all
regulations and guidelines listed thereunder.
3. That the firm shall promptly notify the SHA of the receipt
of any communication from the Director, Office of Federal Activities,
EPA, indicating that a facility that is or will be utilized for the contract
is under consideration to be listed on the EPA List of Violating
Facilities.
4. That the fine agrees to include or cause to be included
the requirements of paragraph 1 through 4 of this Section X in
every nonexempt subcontract, and further agrees to take such
action as the government may direct as a means of enforcing such
requirements.
XI. CERTIFICATION REGARDING DEBARMENT, SUSPENSION,
INELIGIBILITY AND VOLUNTARY EXCLUSION
1. Instructions for Certification - Primary Covered
Transactions:
(Applicable to all Federal -aid contracts - 49 CFR 29)
a. By signing and submitting this proposal, the
prospective primary participant is providing the certification
set out below.
Page 8
b. The inability of a person to provide the certification
set out below will not necessarily result in denial of participation
in this covered transaction. The prospective participant shall
submit an explanation of why it cannot provide the certification
set out below. The certification or explanation will be
considered in connection with the department or agency's
determination whether to enter into this transaction. However,
failure of the prospective primary participant to furnish a
certification or an explanation shall disqualify such a person
from participation in this transaction.
c. The certification in this clause is a material representation
of fact upon which reliance was placed when the department
or agency determined to enter into this transaction. If it is later
determined that the prospective primary participant knowingly
rendered an erroneous certification, in addition to other
remedies available to the Federal Government, the department
or agency may terminate this transaction for cause of default.
d. The prospective primary participant shall provide
immediate written notice to the department or agency to whom
this proposal is submitted if any time the prospective primary
participant learns that its certification was erroneous when
submitted or has become erroneous by reason of changed
circumstances.
e. The terms "covered transaction," "debarred," "suspended,"
"ineligible," "lower tier covered transaction," "participant,"
"person," "primary covered transaction," "principal,"
"proposal," and "voluntarily excluded, "as used in this clause,
have the meanings set out in the Definitions and Coverage
sections of rules implementing Executive Order 12549. You
may contact the department or agency to which this proposal
is submitted for assistance in obtaining a copy of those
regulations.
f. The prospective primary participant agrees by submitting
this proposal that, should the proposed covered transaction
be entered into, it shall not knowingly enter into any lower tier
covered transaction with a person who is debarred,
suspended, declared ineligible, or voluntarily excluded from
participation in this covered transaction, unless authorized
by the department or agency entering into this transaction.
g. The prospective primary participant further agrees by
submitting this proposal that it will include the clause titled
"Certification Regarding Debarment, Suspension, Ineligibility
and Voluntary Exclusion -Lower Tier Covered Transaction,"
provided by the department or agency entering into this
covered transaction, without modification, in all lower tier
covered transactions and in all solicitations for lower tier
covered transactions,
h. A participant in a covered transaction may rely upon a
certification of a prospective participant in a lower tier covered
transaction that is not debarred, suspended, ineligible, or
voluntarily excluded from the covered transaction, unless it
knows that the certification is erroneous. A participant may
decide the method and frequency by which it determines the
eligibility of its principals. Each participant may, but is not
required to, check the nonprocurement portion of the "Lists of
Parties Excluded From Federal Procurement or
Nonprocurement Programs" ( Nonprocurement List) which is
compiled by the General Services Administration.
i. Nothing contained in the foregoing shall be construed to
require establishment of a system of records in order to render
in good faith the certification required by this clause. The
knowledge and information of participant is not required to
C
fl
u
1
i
11
t
d
L
D
exceed that which is normally possessed by a prudent person
in the ordinary course of business dealings.
j. Except for transactions authorized under paragraph f of
these instructions, if a participant in a covered transaction
knowingly enters into a lower tier covered transaction with a
person who is suspended, debarred, ineligible, or voluntarily
excluded from participation in this transaction, in addition to
other remedies available to the Federal Government, the
depart- mentor agency may terminate this transaction for cause
or default.
Certification Regarding Debarment, Suspension,
Ineligibility and Voluntary Exclusion- Primary Covered
Transactions
1. The prospective primary participant certifies its
knowledge and belief, that it and its principals: to the best of its
knowledge and belief, that is and its principals:
a. Are not presently debarred, suspended, proposed
for debarment, declared ineligible, or voluntarily excluded
from covered transactions by any Federal department or
agency;
b. Have not within a 3 -year period preceding this
proposal been convicted of or had a civil judgement rendered
against them for commission of fraud or a criminal offense in
connection with obtaining, attempting to obtain, or performing
• public (Federal, State or local) transaction or contract under
• public transaction; violation of Federal or State antitrust
statutes or commission of embezzlement, theft, forgery,
bribery, falsification or destruction of records, making false
statements, or receiving stolen property;
c. Are not presently indicted for or otherwise criminally
or civilly charged by a governmental entity (Federal, State or
local) with commission of any of the offenses enumerated in
paragraph 1 b of this certification; and
d. Have not within a 3 -year period preceding this
application /proposal had one or more public transactions
(Federal, State or local) terminated for cause or default.
2. Where the prospective primary participant is unable to
certify to any of the statements in this certification, such prospective
participant shall attach an explanation to this proposal.
2. Instructions for Certification - Lower Tier Covered
Transactions:
(Applicable to all subcontracts, purchase orders and other
lower tier transactions of $25,000 or more - 49 CFR 29)
a. By signing and submitting this proposal, the prospective
lower tier is providing the certification set out below.
b. The certification in this clause is a material representation
of fad upon which reliance was placed when this transaction
was entered into. If it is later determined that the prospective
lower tier participant knowingly rendered an erroneous
certification, in addition to other remedies available to the
Federal Government, the department, or agency with which
this transaction originated may pursue available remedies,
including suspension and /or debarment.
c. The prospective lower tier participant shall provide
immediate written notice to the person to which this proposal
is submitted if at any time the prospective lower tier participant
learns that its certification was erroneous by reason of
changed circumstances.
d. The terms "covered transaction,' "debarred,"
"suspended," "ineligible," "primary covered transaction,"
`participant," "person," "principal," "proposal, "and "voluntarily
excluded," as used in this clause, have the meanings set out
in the Definitions and Coverage sections of rules implementing
Executive Order 12549. You may contact the person to which
this proposal is submitted for assistance in obtaining a copy
of those regulations.
e. The prospective lower tier participant agrees by
submitting this proposal that, should the proposed covered
transaction be entered into, it shall not knowingly enter into
any lower tier covered transaction with a person who is
debarred, suspended, declared ineligible, or voluntarily
excluded from participation in this covered transaction, unless
authorized by the department or agency with which this
transaction originated.
f. The prospective lower tier participant further agrees by
submitting this proposal that it will include this clause titled
"Certification Regarding Debarment, Suspension, Ineligibility
and Voluntary Exclusion -Lower Tier Covered Transaction,"
without modification, in all lower tier covered transactions
and in all solicitations for lower tier covered transactions.
g. A participant in a covered transaction may rely upon a
certification of a prospective participant in a lower tier covered
transaction that is not debarred, suspended, ineligible, or
voluntarily excluded from the covered transaction, unless it
knows that the certification is erroneous. A participant may
decide the method and frequency by which it determines the
eligibility of its principals. Each participant may, but is not
required to, check the Nonprocurement List.
h. Nothing contained in the foregoing shall be construed to
require establishment of a system of records in order to render
in good faith the certification required by this clause. The
knowledge and information of participant is not required to
exceed that which is normally possessed by a prudent person
in the ordinary course of business dealings.
i. Except for transactions authorized under paragraph e
of these instructions, R a participant in a covered transaction
knowingly enters into a lower tier covered transaction with a
person who is suspended, debarred, ineligible, or voluntarily
excluded from participation in this transaction, in addition to
other remedies available to the Federal Government, the
department or agency with which this transaction originated
may pursue available remedies, including suspension and/or
debarment.
Certification Regarding Debarment, Suspension,
Ineligibility Voluntary Exclusion —Lower Tier Covered
Transactions: and
1. The prospective lower tier participant certifies, by
submission of this proposal, that neither it nor its principals is
presently debarred, suspended, proposed for debarment, declared
ineligible, or voluntarily excluded from participation in this transaction
by any Federal department or agency.
Page 9
I
2. Where the prospective lower tier participant is unable to
certify to any of the statements in this certification, such prospective
participant shall attach an explanation to this proposal.
XII. CERTIFICATION REGARDING USE OF CONTRACT FUNDS
FOR LOBBYING
(Applicable to all Federal -aid construction contracts and to
all related subcontracts which exceed $100,000 - 49 CFR 20)
1. The prospective participant certifies, by signing and
submitting this bid or proposal, to the best of his or her knowledge
and belief, that:
a. No Federal appropriated funds have been paid or
will be paid, by or on behalf of the undersigned, to any person
for influencing or attempting to influence an officer or
employee of any Federal agency, a Member of Congress, an
officer or employee of Congress, or an employee of a Member
of Congress in connection with the awarding of any Federal
contract, the making of any Federal grant, the making of any
Federal loan, the entering into of any cooperative agreement,
and the extension, continuation, renewal, amendment, or
modification of any Federal contract, grant, loan, or cooperative
agreement. _
b. If any funds other than Federal appropriated funds
have been paid or will be paid to any person for influencing or
attempting to influence an officer or employee of any Federal
agency, a Member of Congress, an officer or employee of
Congress, or an employee of a Member of Congress in
connection with this Federal contract, grant, loan, or
cooperative agreement, the undersigned shall complete and
submit Standard Form -LLL, "Disclosure Form to Report
Lobbying," in accordance with its instructions.
2. This certification is a material representation of fact upon
which reliance was placed when this transaction was made or
entered into. Submission of this certification is a prerequisite for
making or entering into this transaction imposed by 31 U.S.C. 1352.
Any person who fails to file the required certification shall be
subject to a civil penalty of not less than $10,000 and not more than
$100,000 for each such failure.
3. The prospective participant also agrees by submitting
his or her bid or proposal that he or she shall require that the
language of this certification be included in all lower tier
subcontracts, which exceed $100,000 and that all such recipients
shall certify and disclose accordingly.
Page 10 1
LI
!l
ATTACHMENT A- EMPLOYMENT PREFERENCE FOR
APPALACHIAN CONTRACTS
(Applicable to Appalachian contracts only.)
' 1. During the performance of this contract, the contractor
undertaking to do work which is, or reasonably may be, done as
on -site work, shall give preference to qualified persons who
regularly reside in the labor area as designated by the DOL wherein
the contract work is situated, or the subregion, or the Appalachian
counties of the State wherein the contract work is situated, except:
a. To the extent that qualified persons regularly
residing in the area are not available.
b. For the reasonable needs of the contractor to
employ supervisory or specially experienced personnel
' necessary to assure an efficient execution of the contract
work.
c. For the obligation of the contractor to offer
employment to present or former employees as the result of a
lawful collective bargaining contract, provided that the number
of nonresident persons employed under this subparagraph 1
c shall not exceed 20 percent of the total number of employees
employed by the contractor on the contract work, except as
' provided in subparagraph 4 below.
2. The contractor shall place a job order with the State
Employment Service indicating (a) the classifications of the laborers,
mechanics and other employees required to perform the contract
' work, (b) the number of employees required in each classification,
(c) the date on which he estimates such employees will be required,
and (d) any other pertinent information required by the State
Employment Service to complete the job order form. The job order
' may be placed with the State Employment Service in writing or by
telephone. If during the course of the contract work, the information
submitted by the contractor in the original job order is substantially
modified, he shall promptly notify the State Employment Service.
Page 11
3. The contractor shall give full consideration to all
qualified job applicants referred to him by the State Employment
Service. The contractor is not required to grant employment to
any job applicants who, in his opinion, are not qualified to
perform the classification of work required.
4. If, within 1 week following the placing of a job order
by the contractor with the State Employment Service, the State
Employment Service is unable to refer any qualified job
'
applicants to the contractor, or less than the number requested,
the State Employment Service will forward a certificate to the
contractor indicating the unavailability of applicants. Such
certificate shall be made a part of the contractor's permanent
project records. Upon receipt of this certificate, the contractor
'
may employ persons who do not normally reside in the labor
area to fill positions covered by the certificate, notwithstanding
the provisions of subparagraph 1 c above.
'
5. The contractor shall include the provisions of Sections
1 through 4 of this Attachment A in every subcontract for work
which is, or reasonably may be, done as on -site work.
t
Page 11
VI
CITY OF RENTON
CONTRACT SPECIFICATIONS
IiVMS=.S1TRMWMTAr0ESt(i4.Et4G Y-1-%A AMC
i
a
SR900 — So. 2nd St. Traffic Signal Safety
VI. CONTRACT SPECIFICATIONS
CITY OF RENTON
INTRODUCTION TO THE SPECIAL PROVISIONS
ti The following Special Provisions shall be used in conjunction with the Standard
Specifications for Road, Bridge and Municipal Construction, 2000 English edition, as
amended, as issued by the Washington State Department of Transportation and American
— Public Works Association, Washington State Chapter (hereafter "Standard
Specifications ").
DESCRIPTION OF WORK
.. This contract provides for the modification of three existing traffic synals located at the
"d Street/Logan Avenue, S. "d Street/Williams Avenue and " S. 2 S 2 d S 2 Street/Wells
Avenue intersections in the City of Renton, King County. The project consists of
�- construction of traffic signal modifications including, but not limited to: removal and
installation of sidewalk, and traffic signal removal and installation.
r.
M
Wr
MW
H:\ DIVISION. S\ TRANSPORTArDESIGN .ENG\Ryan\South Sxond\SPccialsVmmduction.doc SR900 — So. 2nd St. Traffic Signal Safety
up
VI. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
Division 1
General Requirements
1 -01 Definitions and Terms
SECTION 1 -01.1 IS REVISED BYADDING THE FOLLOWING:
1 -01.1 General (RC)
Whenever reference is made to the State, Commission, Department of
Transportation, Secretary of Transportation, Owner, Contracting Agency or Engineer,
.. such reference shall be deemed to mean the City of Renton acting through its City
Council, employees, and duly authorized representatives for all contracts administered by
the City of Renton.
SECTION 1 -01.3 IS REVISED AND SUPPLEMENTED BY THE FOLLOWING:
_ 1 -01.3 Definitions (RC, APWA)
Act of god (RC)
"Act of God" means an earthquake, flood, cyclone, or other cataclysmic
phenomenon of nature. A rain, windstorm, high water or other natural phenomenon of
unusual intensity for the specific locality of the work, which might reasonably have been
anticipated from historical records of the general locality of the work, shall not be
construed as an act of god.
Consulting Engineer (RC)
_ The Contracting Agency's design consultant, who may or may not administer the
construction program for the Contracting Agency.
Day (RC)
Unless otherwise designated, day(s) as used in the Contract Documents, shall be
understood to mean working days.
Or Equal (RC)
,,. Where the term "or equal" is used herein, the Contracting Agency, or the
Contracting Agency on recommendation of the engineer, shall be the sole judge of the
quality and suitability of the proposed substitution.
The responsibility and cost of furnishing necessary evidence, demonstrations, or
other information required to obtain the approval of alternative materials or processes by
the Owner shall be entirely borne by the Contractor.
Owner (RC)
The City of Renton, or its authorized representative. Also referred to as
Contracting Agency.
Plans (RC)
The contract plans and/or standard plans which show location, character, and
dimensions of prescribed work including layouts, profiles, cross - sections, and other
details. Drawings may either be bound in the same book as the balance of the Contract
Documents or bound in separate sets, and are a part of the Contract Documents,
H:\ DMSION. S\ TRANSPOR .TAT\DESIGN.ENG\Ryan\South Second\Speaa1s\2nd_dMrev.doc SR900 — So. 2nd St. Traffic Signal Safety
VI. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
regardless of the method of binding. The terms "Standard Drawings" or "Standard
Details" generally used in specifications refers to drawings bound either with the
specification documents or included with the Plans or the City of Renton Standard Plans.
Secretary, Secretary of Transportation (RC)
The chief executive officer of the Department and other authorized
representatives. The chief executive officer to the Department shall also refer to the
Department of Planning/Building/Public Works Administrator.
Special Provisions (RC)
Modifications to the standard specifications and supplemental specifications that
apply to an individual project. The special provisions may describe work the
specifications do not cover. Such work shall comply first with the special provisions and
then with any specifications that apply. The Contractor shall include all costs of doing
this work within the bid prices.
State (RC)
The state of Washington acting through its representatives. The State shall also
refer to The City of Renton and its authorized representatives where applicable.
1 -02 Bid Procedures and Conditions
SECTION 1 -02.6 IS SUPPLEMENTED BYADDING THE FOLLOWING.
1 -02.6 Preparation of Proposal (RC)
All prices shall be in legible figures and words written in ink or typed. The
proposal shall include:
1. A unit price for each item (omitting digits more than four places to the right of the
decimal point), each unit price shall also be written in words; where a conflict arises the
written words shall prevail.
SECTION 1- 02.6(1) IS AN ADDED SUPPLEMENTAL SECTION.
1- 02.6(1) Proprietary Information (RC)
Vendors should, in the bid proposal, identify clearly any material(s) which
constitute "(valuable) formula, designs, drawings, and research data" so as to be exempt
from public disclosure, RCW 42.17.310, or any materials otherwise claimed to be
exempt, along with a Statement of the basis for such claim of exemption. The
Department (or State) will give notice to the vendor of any request for disclosure of such
information received within 5 (five) years from the date of submission. Failure to so
label such materials or failure to timely respond after notice of request for public
disclosure has been given shall be deemed a waiver by the submitting vendor of any claim
that such materials are, in fact, so exempt.
SECTION 1 -02.12 IS SUPPLEMENTED BY ADDING THE FOLLOWING:
1 -02.12 Public Opening of Proposals (RC)
The Contracting Agency reserves the right to postpone the date and time for bid
opening. Notification to bidder will be by addenda.
M
r
me
so
M&
H \ DIVISION. S\ TRANSPOR .TATDESIGN.ENG\Ryan\South Second\Specia6\2nd_divlrev.doc SR900 — So. 2nd St. Traffic Signal Safety
are
.. VI. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
1 -03 Award and Execution of Contract
SECTION 1 -03.1 IS SUPPLEMENTED BYADDING THE FOLLOWING:
All bids will be based on total sum of all schedules of prices. No partial bids will
be accepted unless so stated in the call for bids or special provisions. The City reserves
the right however to award all or any schedule of a bid to the lowest bidder at its
•• discretion.
SECTION 1 -03.2 IS SUPPLEMENTED BYADDING THE FOLLOWING:
1 -03.2 Award of Contract (RC)
The contract, bond form, and all other forms requiring execution, together with a
list of all other forms or documents required to be submitted by the successful bidder, will
be forwarded to the successful bidder within 10 days of the award. The number of copies
to be executed by the Contractor shall be determined by the Contracting Agency.
SECTION 1 -03.3 IS REVISED AND SUPPLEMENTED AS FOLLOWS:
1 -03.3 Execution of Contract (APWA, RC)
Within 10 calendar days after receipt from the City of the forms and documents
required to be completed by the Contractor, the successful bidder shall return the signed
Contracting Agency - prepared contract, an insurance certification as required by Section
1- 07.18, and a satisfactory bond as required by law and Section 1 -03.4. Before execution
of the contract by the Contracting Agency, the successful bidder shall provide any pre-
award information the Contracting Agency may require under Section 1- 02.15.
Until the Contracting Agency executes a contract, no proposal shall bind the Contracting
Agency nor shall any work begin within the project limits or within Contracting Agency -
furnished sites. The Contractor shall bear all risks for any work begun outside such areas
and for any materials ordered before the contract is executed by the Contracting Agency.
If the bidder experiences circumstances beyond their control that prevents return
of the contract documents within 10 calendar days after the award date, the Contracting
Agency may grant up to a maximum of 10 additional calendar days for return of the
•• documents, provided the Contracting Agency deems the circumstances warrant it.
The Contracting Agency is prohibited by RCW 39.06.010 from executing a
contract with a Contractor who is not registered or licensed as required by the laws of the
state. In addition, the Contracting Agency requires persons doing business with the
Contracting Agency to possess a valid City of Renton business license prior to award.
When the Bid Form provides spaces for a business license number, a Washington
State Contractors registration number, or both the Bidder shall insert such information in
the spaces provided. The Contracting Agency requires legible copies of the Contractor's
_ Registration and business license be submitted to the Engineer as part of the Contracting
Agency's post -award information and evaluation activities.
fto
H:\ DIVISION. S\ TRANSPOKTAT \DESIGN.ENG\Ryen\South Second\Specia1s\2nd_div1rev.doc SR900 — So. 2nd St. Traffic Signal Safety
b.
VI. CONTRACT SPECIFICATIONS
SPECIAL PROVISIONS
1 -04 Scope of the Work
SECTION 1 -04.2 IS REVISED AS FOLLOWS:
CITY OF RENTON
1 -04.2 Coordination of Contract Documents, Plans, Special Provisions
Specifications, and Addenda (RC)
M
Any inconsistency in the parts of the contract shall be resolved by following this
order of precedence (e.g., 1 presiding over 2, 3, 4, 5, 6, and 7; 2 presiding over 3, 4, 5, 6,
and 7; and so forth):
1. Addenda
2. Proposal Form
3. Special Provisions
4. Contract Plans
5. City of Renton Supplemental Specifications
6. Amendments to the Standard Specifications
(Listed in WSDOT Amendments)
7. Standard Specifications
8. Standard Plans .�
SECTION 1 -04.4: THE LAST TWO PARAGRAPHS ARE REPLACED WITH THE
FOLLOWING.
so
1 -04.4 Changes (RC)
Renton does not have a formal policy or guidelines on cost reduction alternatives, up
but will evaluate such proposals by the Contractor on a case -by -case basis.
SECTION 1- 04.81S SUPPLEMENTED AS FOLLOWS.
wo
1 -04.8 Progress Estimates and Payments (RC)
The Contractor is encouraged to provide to the Engineer prior to progress
payments an estimate of lump sum work accomplished to date. The Engineer's
calculations and decisions shall be final in regard to the actual percentage of any lump
sum pay item accomplished and eligible for payment unless another specific method of
calculating lump sum payments is provided elsewhere in the specifications.
SECTION 1 -04.11 IS SUPPLEMENTED AS FOLLOWS.
am
1 -04.11 Final Cleanup (RC)
3. All salvage material as noted on the plans and taken from any of the discarded
facilities shall, at the engineer's discretion, be carefully salvaged and delivered to the City
shops. Any cost incurred in salvaging and delivering such items shall be considered
incidental to the project and no compensation will be made.
The contract price for "Finish and Cleanup, lump sum," shall be full compensation
for all work, equipment and materials required to perform final cleanup. If this pay item
does not appear in the contract documents then final clean up shall be considered
4
H:\ DMSION. S\ TRANSPOR .TAPDESIGN.ENG\Ryan\South Second\SpecWs\2nd_divJmv.doc SR900 — So. 2nd St. Traffic Signal Safety
ns
VI. CONTRACT SPECIFICATIONS
SPECIAL PROVISIONS
CITY OF RENTON
incidental to the contract and to other pay item and no further compensation shall be
made.
1 -05 Control of Work
SECTION 1 -05.4 IS SUPPLEMENTED WITH THE FOLLOWING:
1 -05.4 Conformity With and Deviation from Plans and Stakes (APWA, RC)
If the project calls for Contractor supplied surveying, the Contractor shall provide
all required survey work, including such work as mentioned in Sections 1 -05.4, 1 -11 and
elsewhere in these specifications as being provided by the Engineer. All costs for this
survey work shall be included in "Contractor Supplied Surveying," per lump sum.
The Engineer or Contractor supplied surveyor will provide construction stakes
and marks establishing lines, slopes, and grades as stipulated in Sections 1 -05.4 and will
perform such work per Section 1 -11. The Contractor shall assume full responsibility for
detailed dimensions, elevations, and excavation slopes measured from the Engineer or
Contractor supplied surveyor furnished stakes and marks.
The Contractor shall provide a work site which has been prepared to permit
construction staking to proceed in a safe and orderly manner. The Contractor shall keep
the Engineer or Contractor supplied surveyor informed of staking requirements and
provide at least 48 hours notice to allow the Engineer or Contractor supplied surveyor
adequate time for setting stakes.
Stakes, marks, and other reference points, including existing monumentation, set
by Contracting Agency forces shall be carefully preserved by the Contractor. The
Contractor will be charged for the costs of replacing stakes, markers and monumentation
that were not to be disturbed but were destroyed or damaged by the Contractor's
operations. This charge will be deducted from monies due or to become due to the
Contractor.
Any claim by the Contractor for extra compensation by reason of alterations or
reconstruction work allegedly due to error in the Engineer's line and grade, will not be
allowed unless the original control points set by the Engineer still exist, or unless other
satisfactory substantiating evidence to prove the error is furnished the Engineer. Three
consecutive points set on line or grade shall be the minimum points used to determine any
variation from a straight line or grade. Any such variation shall, upon discovery, be
reported to the Engineer. In the absence of such report the Contractor shall be liable for
any error in alignment or grade.
The Contractor shall provide all surveys required other than those to be performed
.. by the Engineer. All survey work shall be done in accordance with Section 1 -11
SURVEYING STANDARDS of these specifications.
The Contractor shall keep updated survey field notes in a standard field book and in a
format set by the Engineer, per Section 1- 11.1(3). These field notes shall include all
survey work performed by the Contractor's surveyor in establishing line, grade and slopes
for the construction work. Copies of these field notes shall be provided the Engineer upon
request and upon completion of the contract work the field book or books shall be
submitted to the Engineer and become the property of the Contracting Agency.
H:\ DIVISION. S\ TRANSPOR .TArDESIGN.ENG\Ryan\South Second\Specia1s\2nd_div1rev.doc SR900 — So. 2nd St. Traffic Signal Safety
VI. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
If the survey work provided by the Contractor does not meet the standards of the
Engineer, then the Contractor shall, upon the Engineer's written request, remove the
individual or individuals doing the survey work and the survey work will be completed by
the Engineer at the Contractor's expense. Costs for completing the survey work required
by the Engineer will be deducted from monies due or to become due the Contractor.
All costs for survey work required to be performed by the Contractor shall be
included in the prices bid for the various items which comprise the improvement or be
included in the bid item for "Contractor Supplied Surveying" per lump sum if that item is
included in the contracts.
SECTION 1- 05.4(3) IS A NEW SECTION
1- 05.4(3) Contractor Supplied Surveying (RC)
When the contract provides for Contractor Supplied Surveying, the Contractor
shall supply the survey work required for the project. The Contractor shall retain as a part
of the Contractor Organization an experienced team of surveyors under the direct
supervision of a professional land surveyor licensed by the State of Washington. All
survey work shall be done in accordance with Sections 1 -05.4 and 1 -11.
The Contractor and/or Surveyor shall inform the Engineer in writing of any errors,
discrepancies, and omissions to the plans that prevent the Contractor and/or Surveyor
from constructing the project in a manner satisfactory to the Engineer. All errors,
discrepancies, and omissions must be corrected to the satisfaction of the Engineer before
the survey work may be continued.
The Contractor shall coordinate his work with the Surveyor and perform his
operations in a manner to protect all survey stakes from harm. The Contractor shall
inform the Surveyor of the Contractor's intent to remove any survey stakes and/or points
before physically removing them.
The surveyor shall be responsible for maintaining As -Built records for the project.
The Contractor shall coordinate his operations and assist the Surveyor in maintaining
accurate As -Built records for the project.
If the Contractor and Surveyor fail to provide, as directed by the Engineer and/or
these plans and specifications, accurate As -Built records and other work the Engineer
deems necessary, the Engineer may elect to provide at Contractor expense, a surveyor to
provide all As -Built records and other work as directed by the Engineer. The Engineer
shall deduct expenses incurred by the Engineer - supplied surveying from moneys owed to
the Contractor.
Payment per Section 1 -04.1 for all work and materials required for the full and
complete survey work required to complete the project and as -built drawings shall be
included in the lump sum price for "Contractor Supplied Surveying."
SECTION 1- 05.4(4) IS A NEW SECTION
1- 05.4(4) Contractor Provided As -Built Information (RC)
It shall be the contractors responsibility to record the location prior to the
backfilling of the trenches, by centerline station, offset, and depth below pavement, of all
existing utilities uncovered or crossed during his work as covered under this project.
am
am
so
i
MW
r
H:\ DMSI ON. S\ TRANSPOR .TATIDESIGN.ENG\Ryan\South Second\Specia1s\2nd_div1mv.doc SR900 — So. 2nd St. Traffic Signal Safety
IM
.� VI. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
It shall be the contractors responsibility to have his surveyor locate by centerline
station, offset and elevation each major item of work done under this contract per the
survey standard of Section 1 -1 L. Major items of work shall include but not be limited to:
Manholes, Catch basins and Inlets, Valves, vertical and Horizontal Bends, Junction
boxes, Cleanouts, Side Sewers, Street Lights & Standards, Hydrants, Major Changes in
Design Grade, Vaults, Culverts, Signal Poles, Electrical Cabinets.
After the completion of the work covered by this contract, the contractors
surveyor shall provide to the City the hard covered field book(s) containing the as -built
notes and one set of white prints of the project drawings upon which he has plotted the
notes of the contractor locating existing utilities, and one set of white prints of the project
drawings upon which he has plotted the as -built location of the new work as he recorded
in the field book(s). This drawing shall bear the surveyors seal and signature certifying
it's accuracy.
All costs fords-built work shall be included in the contract item "Contractor
Supplied Surveying."
SECTION 1 -05.10 IS SUPPLEMENTED BYADDING THE FOLLOWING:
1 -05.10 Guarantees (APWA, RC)
If within one year after the Acceptance Date of the Work by the Contracting
Agency, defective and unauthorized Work is discovered, the Contractor shall promptly,
upon written order by the Contracting Agency, return and in accordance with the
Engineer's instructions, either correct such Work, or if such Work has been rejected by
the Engineer, remove it from the Project Site and replace it with non defective and
authorized Work, all without cost to the Contracting Agency. If the Contractor does not
promptly comply with the written order to correct defective and unauthorized Work, or if
an emergency exists, the Contracting Agency reserves the right to have defective and
unauthorized Work corrected or removed and replaced pursuant to Section 1 -05.8
"Owner's Right to Correct Defective and Unauthorized Work."
The Contractor agrees the above one year limitation shall not exclude or diminish
the Contracting Agency's rights under any law to obtain damages and recover costs
resulting from defective and unauthorized work discovered after one year but prior to the
expiration of the legal time period set forth in RCW 4.16.040 limiting actions upon a
contract in writing, or liability expressed or implied arising out of a written agreement.
_ The Contractor shall warrant good title to all materials, supplies, and equipment
purchased for, or incorporated in the Work. Nothing contained in this paragraph,
however, shall defeat or impair the right of persons furnishing materials or labor, to
aw recover under any bond given by the Contractor for their protection, or any rights under
any law permitting such persons to look to funds due the Contractor in the hands of the
Contracting Agency.
The provisions of this paragraph shall be inserted in all subcontracts and material
contracts, and notice of its provisions shall be given to all persons furnishing materials for
the Work when no formal contract is entered into for such materials.
low Section 1 -05.11 is deleted and the first two sentences of the fourth paragraph of
section 1 -08.9 is deleted and replaced by the following:
H:\ DIVISION. S\ TRANSPOR .TAr1DESIGN.ENG\ityan\South Second\Specids\2nd_div1rev.doc SR900 — So. 2nd St. Traffic Signal Safety
ur
VI. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
1 -06 Control of Material
SECTION 1 -06 IS SUPPLEMENTED WITH THE FOLLOWING.
(March 13, 1995)
Foreign Made Materials
The major quantities of steel and iron construction material that is permanently
incorporated into the project shall consist of American-made materials only.
The Contractor may utilize minor amounts of foreign steel and iron in this project
provided the cost of the foreign material used does not exceed one -tenth of one percent of
the total contract cost or $2,500.00 , whichever is greater.
American-made material is defined as material having all manufacturing
processes occur in the United States. The action of applying a coating to steel or iron is
deemed a manufacturing process. Coating includes epoxy coating, galvanizing,
aluminizing, painting, and any other coating that protects or enhances the value of steel or
iron. Any process from the original reduction from ore to the finished product constitutes
a manufacturing process for iron. The following are considered to be steel manufacturing
processes:
1. Production of steel by any of the following processes:
a. Open hearth furnace.
b. Basic oxygen.
c. Electric furnace.
d. Direct reduction.
2. Rolling, heat treating, and any other similar processing.
3. Fabrication of the products.
a. Spinning wire into cable or strand.
b. Corrugating and rolling into culverts.
c. Shop fabrication.
A certification of materials origin will be required for any items comprised of, or
containing, steel or iron construction materials prior to such items being incorporated into
the permanent work. The certification shall be on DOT Form 350 -109 provided by the
Engineer, or such other form the Contractor chooses, provided it contains the same
information as DOT Form 350 -109.
SECTION 1- 06.02(2) IS SUPPLEMENTED BYADDING THE FOLLOWING.
1- 06.2(2) Statistical Evaluation of Materials for Acceptance
UNLESS STATED OTHERWISE IN THE SPECIAL PROVISIONS
STATISTICAL EVALUATION WILL NOT BE USED BY THE CITY OF RENTON.
am
aw
no
AM
..1
aw
..
VW
ow
H:\ DIVISION. S\ TRANSPOR .TAr1DESIGN.ENG\Ryan\South Second\Specis1s\2nd_div1m.doc SR900 — So. 2nd St. Traffic Signal Safety
ar
VI. CONTRACT SPECIFICATIONS
Im SPECIAL PROVISIONS
CITY OF RENTON
1 -07 Legal Relations and Responsibilities to the Public
SECTION 1- 07.9(1) IS SUPPLEMENTED WITH THE FOLLOWING:
(March 2, 2001)
General
The Federal wage rates incorporated in this contract have been established by the
a� Secretary of Labor under United States Department of Labor General Decision No.
WA010001.
(May 28, 1996)
Wage Rates For The Occupation Of Landscape Construction
The State Prevailing Wage Rates for Public Works Contracts included in the
contract show a separate listing for Occupation: Landscape Construction, which includes
several different Occupation Descriptions such as "Irrigation and Landscape Plumbers ",
"Irrigation and Landscape Power Equipment Operators ", and "Landscaping or Planting
a, Laborers ". Federal Wage Rates may include Occupation Descriptions specifically
identified with landscaping work in other Occupational Groups such as "Laborers" with
the Occupation Description "Landscaping or Planting" or "Power Equipment Operators"
with Occupation Description "Mulch Seeding Operator ". Any Federal wage rates listed
with the Occupation Descriptions that specifically identify landscape work must be
aw considered and compared with the State Rate to determine which rate is higher, and
therefore must be paid to workers performing that Occupation Description. If Federal
Rates for landscape work are not shown: anyplace in the contract, the Contractor, in
preparing a bid for this project, shall assume the Federal Rates to be the- same as the State
Rates for the Occupation of Landscape Construction.
'P If Federal Rates for landscape Occupation Descriptions are not listed in any
Occupational Group in the contract, and at some future date the U.S. Department of
Labor ( USDOL) determines that the Federal Rates for those Occupation Descriptions
should have been rates that are higher than the State Rates, the employees of the
Contractor shall be paid no less than the rates so determined by USDOL for those
workers, for all the hours worked in these Occupation Descriptions, retroactive to the
beginning of the contract, and continuing until the end of the contract. A change order
will be prepared with the intent to ensure that the Contractor's employees receive any
required additional pay with no fiscal impact to the Contractor.
Accordingly, the Contracting Agency will reimburse the Contractor for the actual
• costs, subject to the following conditions:
1. The Contractor relied upon the rates included in the contract to prepare their
_ bid and certifies to that fact.
2. The allowable amount of reimbursement will be the difference between the
actual rates paid on the certified payrolls or the State Rates listed (whichever of
these are the highest) and the Federal Rates later determined to be correct by
USDOL plus only appropriate payroll markups the employer must pay, such as,
H:\ DMSION. S\ TRANSPOR .TAT'DESIGN.ENGNRyan\South Seeond1Specis1s\2nd_div1m.d0c SR900 — So. 2nd St. Traffic Signal Safety
%W
VI. CONTRACT SPECIFICATIONS CITY OF RENTON s
SPECIAL PROVISIONS
social security and other payments the employer must make to the Federal or
State Government,
3. The allowable amount of reimbursement may also include some overhead cost,
such as, the cost for making supplemental payrolls and new checks to the
employees because of underpayment for previously performed work,
4. Profit will not be an allowable markup, and
5. Firms that anticipated, in the preparation of their bids, paying a rate equal to, or
higher than, the correct rate as finally determined by the USDOL will not be
eligible for reimbursement.
SECTION 1 -07.11 IS SUPPLEMENTED WITH THE FOLLOWING:
Equal Employment Opportunity Responsibilities
a
1. The Contractor's attention is called to the Equal Opportunity Clause and the
Standard Federal Equal Employment Opportunity Construction Contract
Specifications set forth herein.
2. The goals and timetables for minority and female participation set by the Office
of Federal Contract Compliance Programs, expressed in percentage terms for
the Contractor's aggregate work force in each construction craft and in each
trade on all construction work in the covered area, are as follows:
Women - Statewide
Timetable Goal
Until further notice 6.9%
Minorities - by Standard Metropolitan Statistical Area (SMSA)
Spokane, WA:
SMSA Counties:
Spokane, WA 2.8
Spokane.
Non -SMSA Counties 3.0
Adams; Asotin; Columbia; Ferry; Garfield; Lincoln;
Pend Oreille; Stevens; Whitman.
Richland, WA
SMSA Counties:
Richland Kennewick, WA 5.4
Benton; Franklin.
Non -SMSA Counties 3.6
Walla Walla.
10
H:\ DMSI ON. S\ TRANSPOR .TAT\DESIGN.ENG\Rysn\South Saond\Sp=i21s\2nd_div1mv.doc SR900 — So. 2nd St. Traffic Signal Safety
s
am
.0
s
s
.o
no
as
No
s
r
ti
H:\ DIVISION. S\ TRANSPOR .TAT\DESIGN.ENG\Ryan\South Se0nd\Spmia1s\2nd_div1rev.d0c SR900 — So. 2nd St. Traffic Signal Safety
VI. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
Yakima, WA:
SMSA Counties:
Yakima, WA 9.7
Yakima.
Non -SMSA Counties 7.2
Chelan; Douglas; Grant; Kittitas; Okanogan.
Seattle, WA:
SMSA Counties:
Seattle Everett, WA 7.2
King; Snohomish.
Tacoma, WA 6.2
Pierce.
Non -SMSA Counties 6.1
Clallam; Grays Harbor; Island; Jefferson; Kitsap; Lewis;
..
Mason; Pacific; San Juan; Skagit; Thurston; Whatcom.
Portland, OR:
SMSA Counties:
Portland, OR -WA 4.5
Clark.
Non -SMSA Counties 3.8
Cowlitz; Klickitat; Skamania; Wahkiakum.
These goals are applicable to each nonexempt Contractor's total on -site
construction workforce, regardless of whether or not part of that workforce is
•�
performing work on a Federal, or federally assisted project, contract, or
subcontract until further notice. Compliance with these goals and time tables is
enforced by the Office of Federal Contract compliance Programs.
The Contractor's compliance with the Executive Order and the regulations in
41 CFR Part 60 -4 shall be based on its implementation of the Equal
Opportunity Clause, specific affirmative action obligations required by the
aw
specifications set forth in 41 CFR 60- 4.3(a), and its efforts to meet the goals.
The hours of minority and female employment and training must be
substantially uniform throughout the length of the contract, in each
construction craft and in each trade, and the Contractor shall make a good faith
effort to employ minorities and women evenly on each of its projects. The
transfer of minority or female employees or trainees from Contractor to
Contractor or from project to project for the sole purpose of meeting the
Contractor's goal shall be a violation of the contract, the Executive Order and
..
the regulations in 41 CFR Part 60 -4. Compliance with the goals will be
measured against the total work hours performed.
3. The Contractor shall provide written notification to the Engineer within 10
working days of award of any construction subcontract in excess of $10,000 or
more that are Federally funded, at any tier for construction work under the
contract resulting from this solicitation. The notification shall list the name,
aw
address and telephone number of the subcontractor; employer identification
number of the subcontractor; estimated dollar amount of the subcontract;
estimated starting and completion dates of the subcontract; and the
geographical area in which the contract is to be performed.
aw
4. As used in this Notice, and in the contract resulting from this solicitation, the
Covered Area is as designated herein.
(March 6, 2000)
ti
H:\ DIVISION. S\ TRANSPOR .TAT\DESIGN.ENG\Ryan\South Se0nd\Spmia1s\2nd_div1rev.d0c SR900 — So. 2nd St. Traffic Signal Safety
VI. CONTRACT SPECIFICATIONS
SPECIAL PROVISIONS
CITY OF RENTON ,r
Standard Federal Equal Employment Opportunily Construction Contract Specifications
(Executive Order 11 46) ""
1. As used in these specifications:
r
a. Covered Area means the geographical area described in the solicitation from
which this contract resulted;
b. Director means Director, Office of Federal Contract Compliance Programs, am
United States Department of Labor, or any person to whom the Director
delegates authority;
c. Employer Identification Number means the Federal Social Security number
used on the Employer's Quarterly Federal Tax Return, U. S. Treasury
Department Form 941;
d. Minority. includes:
(1) Black, a person having origins in any of the Black Racial Groups of
Africa. Im
(2) Hispanic, a fluent Spanish speaking, Spanish surnamed person of
Mexican, Puerto Rican, Cuban, Central American, South American, or
other Spanish origin.
(3) Asian or Pacific Islander, a person having origins in any of the original
peoples of the Pacific rim or the Pacific Islands, the Hawaiian Islands
and Samoa.
(4) American Indian or Alaskan Native, a person having origins in any of
the original peoples of North America, and who -maintain cultural �`
identification through tribal affiliation or community recognition.
2. Whenever the Contractor, or any Subcontractor at any tier, subcontracts a .�
portion of the work involving any construction trade, it shall physically, include
in each subcontract in excess of $10,000 the provisions of these specifications
and the Notice which contains the applicable goals for minority and female
participation and which is set forth in the solicitations from which this contract
resulted.
3. If the Contractor is participating (pursuant to 41 CFR 60 -4.5) in a Hometown aw
Plan approved by the U.S. Department of Labor in the covered area either
individually or through an association, its affirmative action obligations on all
work in the Plan area (including goals and timetables) shall be in accordance
with that Plan for those trades which have unions participating in the Plan. -�
Contractors must be able to demonstrate their participation in and compliance
with the provisions of any such Hometown Plan. Each Contractor or
Subcontractor participating in an approved Plan is individually required to UW
comply with its obligations under the EEO clause, and to make a good faith
effort to achieve each goal under the Plan in each trade in which it has
employees. The overall good faith performance by other Contractors or
Subcontractors toward a goal in an approved Plan does not excuse any covered 4M
Contractor's or Subcontractor's failure to take good faith effort to achieve the
Plan goals and timetables.
4. The Contractor shall implement the specific affirmative action standards
provided in paragraphs 7a through 7 of this Special Provision. The goals set
forth in the solicitation from which this contract resulted are expressed as
12
H:\ DIVI SION. S\ TRANSPOR .TAT\DESIGN.ENGUtyan\South Second\SpecWs\2nd_div1rev.doc SR900 — So. 2nd St. Traffic Signal Safety
!-�
.s VI. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
percentages of the total hours of employment and training of minority and
female utilization the Contractor should reasonably be able to achieve in each
construction trade in which it has employees in the covered area. Covered
construction contractors performing construction work in geographical areas
where they do not have a Federal or federally assisted construction contract shall
apply the minority and female goals established for the geographical area where
the work is being performed. The Contractor is expected to make substantially
uniform progress in meeting its goals in each craft during the period specified.
5. Neither the provisions of any collective bargaining agreement, nor the failure by
a union with whom the Contractor has a collective bargaining agreement, to
refer either minorities or women shall excuse the Contractor's obligations under
these specifications, Executive Order 11246, or the regulations promulgated
pursuant thereto.
�. 6. In order for the nonworking training hours of apprentices and trainees to be
counted in meeting the goals, such apprentices and trainees must be employed
by the Contractor during the training period, and the Contractor must have made
a commitment to employ the apprentices and trainees at the completion of their
MW training, subject to the availability of employment opportunities. Trainees must
be trained pursuant to training programs approved by the U.S. Department of
Labor.
7. The Contractor shall take specific affirmative actions to ensure equal
employment opportunity. The evaluation of the Contractor's compliance with
these specifications shall be based upon its effort to achieve maximum results
from its action. The Contractor shall document these efforts fully, and shall
implement affirmative action steps at least as extensive as the following:
a. Ensure and maintain a working environment free of harassment, intimidation,
and coercion at all sites, and in all facilities at which the Contractor's
employees are assigned to work. The Contractor, where possible, will assign
two or more women to each construction project. The Contractor shall
.. specifically ensure that all foremen, superintendents, and other on -site
supervisory personnel are aware of and carry out the Contractor's obligation
to maintain such a working environment, with specific attention to minority
or female individuals working at such sites or in such facilities.
b. Establish and maintain a current list of minority and female recruitment
sources, provide written notification to minority and female recruitment
sources and to community organizations when the Contractor or its unions
have employment opportunities available, and maintain a record of the
organizations' responses.
.. c. Maintain a current file of the names, addresses and telephone numbers of
each minority and female off -the- street applicant and minority or female
referral from a union, a recruitment source or community organization and of
what action was taken with respect to each such individual. If such
individual was sent to the union hiring hall for referral and was not referred
back to the Contractor by the union or, if referred, not employed by the
Contractor, this shall be documented in the file with the reason therefor,
along with whatever additional actions the Contractor may have taken.
d. Provide immediate written notification to the Director when the union or
unions with which the Contractor has a collective bargaining agreement has
+ not referred to the Contractor a minority person or woman sent by the
Contractor, or when the Contractor has other information that the union
referral process has impeded the Contractor's efforts to meet its obligations.
13
H:\DIVISION.S\TRANSPOR.TAr DESIGN.ENG\Ryan \South Second\Specia1s\2nd_div1rev.doc SR900 — So. 2nd St. Traffic Signal Safety
VI. CONTRACT SPECIFICATIONS CITY OF RENTON so
SPECIAL PROVISIONS
e. Develop on-the-job training opportunity and/or participate in training
programs for the area which expressly include minorities and women,
including upgrading programs and apprenticeship and trainee programs
relevant to the Contractor's employment needs, especially those programs
funded or approved by the U.S. Department of Labor. The Contractor shall
provide notice of these programs to the sources compiled under 7b above.
f. Disseminate the Contractor's EEO policy by providing notice of the policy to
unions and training programs and requesting their cooperation in assisting the
Contractor in meeting its EEO obligations; by including it in any policy
manual and collective bargaining agreement; by publicizing It in the company
newspaper, annual report, etc.; by specific review of the policy with all
management personnel and with all minority and female employees at least
once a year; and by posting the company. EEO policy on bulletin boards
accessible to all employees at each location where construction work is
performed.
g. Review, at least annually, the company's EEO policy and affirmative action
obligations under these specifications with all employees having any
responsibility for hiring, assignment, layoff, termination or other employment
decisions including specific review of these items with on -site supervisory
personnel such as Superintendents, General Foremen, etc., prior to the
Initiation of construction work at any job site. A written record shall be made
and maintained identifying the time and place of these meetings, persons
attending, subject matter discussed, and disposition of the subject matter.
h. Disseminate the Contractor's EEO policy externally by including it in any
advertising in the news media, specifically, including minority and female
news media, and providing written notification to and discussing the
Contractor's EEO policy with other Contractors and Subcontractors with
whom the Contractor does or anticipates doing business.
i. Direct its recruitment efforts, both oral and written to minority, female and
community organizations, to schools with minority and female students and
to minority and female recruitment and training organizations serving the
Contractor's recruitment area and employment needs. Not later than one
month prior to the date for the acceptance of applications for apprenticeship
or other training by any recruitment source, the Contractor shall send written
notification to organizations such as the above, describing the openings,
screening procedures, and tests to be used in the selection process.
j. Encourage present minority and female employees to recruit other minority
persons and women and where reasonable, provide after school, summer and
vacation employment to minority and female youth both on the site and in
other areas of a Contractor's work force.
k. Validate all tests and other selection requirements where there is an
obligation to do so under 41 CFR Part 60 -3.
1. Conduct, at least annually, an inventory and evaluation of all minority and
female personnel for promotional opportunities and encourage these
employees to seek or to prepare for, through appropriate training, etc., such
opportunities.
m. Ensure that seniority practices, job classifications, work assignments and
other personnel practices, do not have a discriminatory effect by continually
monitoring all personnel and employment related activities to ensure that the
14
H:\ DIVISIONS\ TRANSPOR .TAT\DESIGN.ENG\Ryan\South SewTKMpeda1s\2nd_div1rev.doc SR900 — So. 2nd St. Traffic Signal Safety
aw
r
no
IN
4W
go
M
.w
No
go
am
IM
Wr
,..
VI. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
EEO policy and the Contractor's obligations under these specifications are
being carried out.
n. Ensure that all facilities and company activities are nonsegregated except that
separate or single -user toilet and necessary changing facilities shall be
provided to assure privacy between the sexes.
o. Document and maintain a record of all solicitations of offers for subcontracts
from minority and female construction contractors and suppliers, including
female
circulation of solicitations to minority and contractor associations and
other business associations.
p. Conduct a review, at least annually, of all supervisors' adherence to and
performance under the Contractor's EEO policies and affirmative action
obligations.
8. Contractors. are encouraged to participate in voluntary associations which assist
in fulfilling one or more of their affirmative action obligations (7a through 7p).
The efforts of a contractor association, joint contractor - union, contractor -
community, or other similar group of which the Contractor is a member and
participant, may be asserted as fulfilling any one or more of the obligations
under 7a through 7p of this Special Provision provided that the Contractor
actively participates in the group, makes every effort to assure that the group has
a positive impact on the employment of minorities and women in the industry,
ensure that the concrete benefits of the program are reflected in the Contractor's
minority and female work -force participation, makes a good faith effort to meet
its individual goals and timetables, and can provide access to documentation
which demonstrate the effectiveness of actions taken on behalf of the
Contractor. The obligation to .comply, however, is the Contractor's and failure
of such a group to fulfill an obligation shall not be a defense for the Contractor's
noncompliance.
9. A single goal for minorities and a separate single goal for women have been
established. The Contractor, however, is required to provide equal employment
opportunity and to take affirmative action for all minority groupps, both male and
female, and all women, both minority and non - minority. consequently, the
Contractor may be in violation of the Executive Order if a particular group is
MW employed in substantially disparate manner (for example, even though the
Contractor has achieved its goals for women generally, the Contractor may be in
violation of the Executive Order if a specific minority group of women is
0110 underutilized).
10. The Contractor shall not use the goals and timetables or affirmative action
standards to discriminate against any person because of race, color, religion, sex,
.o or national origin.
11. The Contractor shall not enter into any subcontract with any person or firm
debarred from Government contracts pursuant to Executive Order 11246.
12. The Contractor shall carry out such sanctions and penalties for violation of these
specifications and of the Equal Opportunity Clause, including suspensions,
terminations and cancellations of existing subcontracts as may be imposed or
ordered pursuant to Executive Order 11246, as amended, and its implementing
regulations by the Office of Federal Contract Compliance Programs. Any
Contractor who fails to carry out such sanctions and penalties shall be in
,. violation of these specifications and Executive Order 11246, as amended.
UM
15
H:\ DIVI SION .S \TRANSPOR.TAT\DESIGN.ENG\Ryan \South Second\SpecWs\2nd_divlrev.doc SR900 — So. 2nd St. Traffic Signal Safety
VI. CONTRACT SPECIFICATIONS
SPECIAL PROVISIONS
CITY OF RENTON 00
13. The Contractor, in fulfilling its obligations under these specifications, shall
implement specific affirmative action steps, at least as extensive as those
standards prescribed in paragraph 7 of this Special Provision, so as to achieve
maximum results from Its efforts to ensure equal employment opportunity. If
the Contractor fails to comply with the requirements of the Executive Order, the
implementing regulations, or these specifications, the Director shall proceed in
accordance with 41 CFR 60 -4.8.
14. The Contractor shall designate a responsible official to monitor all employment
related activity to ensure that the company EEO policy is being carried out, to
submit reports relating to the provisions hereof as may be required by the
government and to keep records. Records shall at least include, for each
employee, their name, address, telephone numbers, construction trade, union
affiliation if any, employee identification number when assigned, social security
number, race, sex, status (e.g., mechanic, apprentice, trainee, helper, or laborer),
dates of changes in status, hours worked per week in the indicated trade, rate of ..
pay, and locations at which the work was performed. Records shall be
maintained in an easily understandable and retrievable form; however, to the
degree that existing records satisfy this requirement, the Contractors will not be
required to maintain separate records.
15. Nothing herein provided shall be construed as a limitation on the application
of other laws which establish different standards of compliance or upon the
application of requirements for the hiring of local or other area residents (e.g.,
those under the Public Works Employment Act of 1977 and the Community
Development Block Grant Program).
(August 6, 2001)
Disadvantaged Business Enterprise (DBE) Participation
The Disadvantaged Business -Enterprise (DBE) requirements of 49 CFR part 26 apply to
this contract. The requirements of this contract are to report what is accomplished to "'
enable the Contracting Agency to track achievement. No preference will be included in
the evaluation of bids /proposals, no minimum level of DBE participation shall be
required as a condition for receiving an award and bids /proposals will not be rejected or No
considered non - responsive on that basis.
DBE Goals
No DBE goals have been assigned as a part of this contract. an
Affirmative Efforts to Increase DBE Participation
Contractors are encouraged to:
1. Advertise opportunities for Subcontractors or suppliers in a manner reasonably
designed to provide DBE's capable of performing the work with timely notice of
such opportumtles. All advert isements should include a provision encouraging
participation by DBE firms and may be done through general advertisements (e.g.,
newspapers, journals, etc.) or by soliciting bids /proposals directly from DBE's.
2. Utilize the services of available minority community organizations, minority
Contractor groups, local minority assistance offices and organizations that provide
assistance in the recruitment and placement of DBE's and other small businesses.
In addition, The Office of Minority and Women's Business Enterprises has three
DBE Supportive Services Offices available to assist you as follows:
Olympia: (360) 753 -9693, (Fax) (360) 586- 7079 ..
Seattle: (206) 553 -7356, (Fax) (206) 553 -0194
Wenatchee: (509) 665 -3528, (Fax) (509) 665 -3533
ow
16
H:\ DIVISION. S\ TRANSPOR .TAT1DESIGN.ENG\Rysn\South Second\SpccWs\2nd_div1rev.doc SR900 — So. 2nd St. Traffic Signal Safety
L_3
.. VI. CONTRACT SPECIFICATIONS
SPECIAL PROVISIONS
CITY OF RENTON
3. Establish delivery schedules, where requirements of the contract allow, that
encourage participation by DBE's and other small businesses.
4. Achieve DBE attainment through joint ventures.
DBE Eligibility (for reporting purposes only)
Definition of DBE's
DBE status is designated by:
The current list of firms accepted as certified by the Office of Minority and
Women's Business Enterprises (OMWBE.) A list of firms accepted as certified by
OMWBE is available from that office at (360) 704 -1180 or on line through their
web site at (www.wsdot.wa.gov /omwbe /).
.. DBE Participation
When a DBE participates in a contract, only the value of the work actually
performed by the DBE will be counted.
1. Count the entire amount of the portion of the contract that is performed by the
DBE's own forces. Include the cost of supplies and materials obtained by the DBE
for the work of the contract. Include supplies purchased or equipment leased by
the DBE. Exclude supplies and equipment the DBE Subcontractor purchases or
leases from the Contractor or its affiliate.
2. Count the entire amount of fees or commissions charged by a DBE firm for
•• providing a bona fide service, such as professional, technical, consultant, or
managerial services, or for providing bonds or insurance, provided the fees are
reasonable.
3. When a DBE subcontracts part of the work of its contract to- another firm, the
value of the subcontracted work shall be counted if the DBE's Subcontractor is
also a DBE. The work that a DBE subcontracts to a non -DBE firm does not count
.p as participation.
DBE Prime Contractor
A DBE prime Contractor shall only count the work performed with its own forces
>r as well as the work performed by DBE Subcontractors and DBE suppliers.
Joint Venture
When a DBE performs as a participant in a joint venture, only count that portion
of the total dollar value of the contract equal to the distinct, clearly defined portion
of the work that the DBE performs with its own forces.
.. Commercially Useful Function
You may count expenditures to a DBE Contractor if the DBE is performing a
commercially useful function on that contract.
Am
am
Mr
fto
aw
A DBE performs a commercially useful function when it is responsible for
execution of the work of the contract and is carrying out its responsibilities by
actually performing, managing, and supervising the work involved. To perform a
commercially useful function, the DBE must also be responsible, with respect to
materials and supplies used on the contract, for negotiating price, determining
quality and quantity, ordering the material, installing (if applicable) and paying for
the material itself.
H:\ DIVISION. S\ TRANSPOR .TAT\DESIGN.ENG\Ryan\Sou[h Sewnd\Specia1s\2nd_div1rev.doc SR900 — So. 2nd St. Traffic Signal Safety
VI. CONTRACT SPECIFICATIONS CITY OF RENTON r
SPECIAL PROVISIONS
2. A DBE does not perform a commercially useful function if its role is limited to
that of an extra participant in a transaction, contract, or project through which
funds are passed in order to obtain the appearance of DBE participation.
3. A DBE does not perform a commercially useful function if it fails to exercise
responsibility with its own work force for at least 30 percent of the total cost of its
contract.
Trucking
Use the following factors in determining whether a DBE trucking company is
performing a commercially useful function:
1. The DBE must be responsible for the management and supervision of the entire
trucking operation for which it is responsible for on a particular contract, and
there cannot be a contrived arrangement for the purpose of meeting the DBE
goals.
2. The DBE must itself own and operate at least one fully licensed, insured, and
operational truck that is used on the contract.
Credit towards project goals for DBE trucking firms who do not own at least one
truck, will be granted only for the fees the DBE firm retains for providing the
hauling service.
4. In order for DBE project goals to be credited, DBE trucking firms must be
covered by a subcontract or a written agreement approved by WSDOT prior to
performing their portion of the work.
5. DBE trucking firms are required to perform at least fifty percent (50 %) of the
work with his/her own trucks and personnel.
6. DBE trucking firms may utilize owner /operator trucks. The number of
owner /operator trucks may not exceed any limitations on subletting or reassigning
the work specified. All owner /operators must appear on the DBE Contractor's or
DBE Subcontractor 's payroll designated as owner /operator. The hours worked or
wages paid may be reflected either on the payroll or on the record of payments to
each owner /operator.
7. DBE trucking firms may lease or rent trucks from other sources, except from
prime Contractors to whom they are Contractors, provided:
a) A written valid lease /rental agreement on all trucks leased or rented is submitted
to the project manager prior to the beginning of work; and
b) Only the vehicle (not the operator) is leased or rented.
c) The agreement must include the lessors name, trucks to be leased, and agreed
upon amount or method of payment (hour, ton or load hauled).
d) All lease agreements shall be long -term agreements, not project -by- project.
The DBE is limited to leasing or renting two (2) additional trucks for each truck
owned by the DBE trucking firm.
Expenditures with DBE's
Expenditures with DBE's for materials or supplies shall be counted as provided in
the following:
is
H:\ DMSION. S\ TRANSPOR .TAT\DESIGN.ENG\Ryan\South Second\Specids\2nd_div1rev.doc SR900 — So. 2nd St. Traffic Signal Safety
No
4M
no
Wo
00
aw
aw
f
VI. CONTRACT SPECIFICATIONS
SPECIAL PROVISIONS
CITY OF RENTON
"'
Manufacturer
If the materials or supplies are obtained from a DBE manufacturer, count 100
percent of the cost of the materials or supplies.
Regular Dealer
1.
Counting
If the materials or supplies are purchased from a DBE regular dealer, count 60
percent of the cost of the materials or supplies.
2.
Definition
a)
To be a regular dealer, the firm must be an established, regular business that
engages, as its principal business and under its own name, in the purchase and sale
or lease of the products in question.
b)
A person may be a regular dealer in such bulk items as petroleum products, steel,
cement, gravel, stone, or asphalt without owning, operating, or maintaining a
place of business, as provided elsewhere in this specification, if the person both
owns and operates distribution equipment for the products. Any supplementing of
regular dealers' own distribution equipment shall be by a long -term lease
agreement and not on an ad hoc or contract -by- contract basis.
c)
Packagers, brokers, manufacturers' representatives, or other persons who arrange
or expedite transactions are not regular dealers.
Purchased from a DBE
With respect to materials or supplies purchased from a DBE who is neither a
..
manufacturer nor a regular dealer, count the entire amount of fees or commissions
charged for assistance in the procurement of the materials and supplies, or fees or
transportation charges for the delivery of materials or supplies required on a job
fees typical for the services rendered. No
site, provided the are reasonable and
part of the cost of the materials and supplies themselves shall be counted.
Procedures Between Award and Execution
After award and prior to execution of the contract, the Contractor shall provide the
names and addresses of all firms that submitted a bid or quote to the Contractor as
part of bidding this contract and note which of those firms were successful and
will participate in the contract. These firms may be contacted to solicit general
rs information as follows:
1. age of the firm
a' 2. average of its gross annual receipts
This information is necessary to maintain a bidder's list in compliance with the
an requirements of the 49 CFR, Part 26. Simply stated: who is soliciting the work
and what is their capacity? The Contracting Agency will use this information to
accurately determine an overall goal based on the percentage of DBE's who are
ready, willing and able to perform the work.
Reporting
The Contractor shall submit a "Quarterly Report of Amounts Credited as DBE
Participation" on a quarterly basis for every quarter in which the contract is active
(work is accomplished) or upon completion of the project, as appropriate. The
quarterly reports are due on the 20th of April, July, October, and January for the
four respective quarters. The dollars reported will be in accordance with the
"DBE Eligibility" section of this specification.
up
19
H \ DMSION. S\ TRANSPOR .TAT\DESIGN.ENG\Ryan\South Sec0nd\SPeCWs\2nd_dMrev.doc SR900 — So. 2nd St. Traffic Signal Safety
M
VI. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
Payment
Payment for complying with the conditions of this specification and any
associated DBE requirements is the Contractor's responsibility. Those costs shall
be incidental to the respective bid items.
Further Information
If further information is desired concerning Disadvantaged Business Enterprise
participation, inquiry may be directed to:
External Civil Rights Branch
Office of Equal Opportunity
Washington State Department of Transportation
Transportation Bldg., P.O. Box 47314
Olympia, WA 98504 -7314
or telephone - (360) 705 -7085.
Fax (360) 705 -6801
SECTION 1- 07.11(11) IS NEW.
1- 07.11(11) City of Renton Affidavit of Compliance (RC)
Each Contractor, Subcontractor, Consultant, and or Supplier shall complete and
submit a copy of the "City of Renton Fair Practices Policy Affidavit of Compliance ". A
copy of this document will be bound in the bid documents.
SECTION 1 -07.12 IS SUPPLEMENTED WITH THE FOLLOWING.
(March 13,1995)
1 -07.12 Federal Agency Inspection
REQUIRED FEDERAL AID PROVISIONS
The Required Contract Provisions Federal Aid Construction Contracts (FHWA
1273) and the amendments thereto supersede any conflicting provisions of the Standard
Specifications and are made a part of this contract; provided, however, that if any of the
provisions of FHWA 1273, as amended, are less restrictive than Washington State Law,
then the Washington State Law shall prevail.
The provisions of FHWA 1273, as amended, included in this contract require that
the Contractor insert the FHWA 1273 and amendments thereto in each subcontract,
together with the wage rates which are part of the FHWA 1273, as amended. Also, a
clause shall be included in each subcontract requiring the subcontractors to insert the
FHWA 1273 and amendments thereto in any lower tier subcontracts, together with the
wage rates. The Contractor shall also ensure that this section, REQUIRED FEDERAL
AID PROVISIONS, is inserted in each subcontract for subcontractors and lower tier
subcontractors. For this purpose, upon request to the Project Engineer, the Contractor
will be provided with extra copies of the FHWA 1273, the amendments thereto, the
applicable wage rates, and this Special Provision.
20
H:\ DIVISION. S\ TRANSPOR .TAi1DESIGN.ENG\Ryan\South Second\Speda1s\2nd_div1rev.doc SR900 — So. 2nd St. Traffic Signal Safety
.r
so
No
.0
go
r
low
f
r. VI. CONTRACT SPECIFICATIONS
SPECIAL PROVISIONS
CITY OF RENTON
SECTION 1- 07.13(1) IS SUPPLEMENTED AS FOLLOWS:
1- 07.13(1) General (RC)
During unfavorable weather and other conditions, the contractor shall pursue only
such portions of the work as shall not be damaged thereby.
No portion of the work whose satisfactory quality or efficiency will be affected by
unfavorable conditions shall be constructed while these conditions exist, unless by special
means or precautions acceptable to the engineer, the contractor shall be able to overcome
them.
1 -07.16 Protection and Restoration of Property
SECTION 1- 07.16(1) IS SUPPLEMENTED BYADDING THE FOLLOWING:
1- 07.16(1) Private/Public Property (RC)
The Contracting Agency will obtain all easements and franchises required for the
aw project. The contractor shall limit his operation to the areas obtained and shall not
trespass on private property.
The Contracting Agency may provide certain lands, as indicated in connection
" with the work under the contract together with the right of access to such lands. The
contractor shall not unreasonably encumber the premises with his equipment or materials.
The contractor shall provide, with no liability to the Contracting Agency, any
" additional land and access thereto not shown or described that may be required for
temporary construction facilities or storage of materials. He shall construct all access
roads, detour roads, or other temporary work as required by his operations. The
contractor shall confine his equipment, storage of material, and operation of his workers
to those areas shown and described and such additional areas as he may provide.
A. General. All construction work under this contract on easements, right -of -way, over
private property or franchise, shall be confined to the limits of such easements, right -
of -way or franchise. All work shall be accomplished so as to cause the least amount
.w of disturbance and a minimum amount of damage. The contractor shall schedule his
work so that trenches across easements shall not be left open during weekends or
holidays and trenches shall not be open for more than 48 hours.
B. Structures. The contractor shall remove such existing structures as may be necessary
for the performance of the work and, if required, shall rebuild the structures thus
removed in as good a condition as found. He shall also repair all existing structures
" which may be damaged as a result of the work under this contract.
C. Easements. Cultivated areas and other surface improvements. All cultivated areas,
either agricultural or lawns, and other surface improvements which are damaged by
actions of the contractor shall be restored as nearly as possible to their original
condition.
_ Prior to excavation on an easement or private right -of -way, the contractor shall strip
top soil from the trench or construction area and stockpile it in such a manner that it
may be replaced by him, upon completion of construction. Ornamental trees and
shrubbery shall be carefully removed with the earth surrounding their roots wrapped
in burlap and replanted in their original positions within 48 hours.
ftr
21
H:\ DIVISION .S \TRANSPOR.TAT\DESIGN.ENG\Ryan \South Second\Specia1s\2nd_div1rev.doc SR900 — So. 2nd St. Traffic Signal Safety
VI. CONTRACT SPECIFICATIONS
SPECIAL PROVISIONS
CITY OF RENTON go
All shrubbery or trees destroyed or damaged, shall be replaced by the contractor with
material of equal quality at no additional cost to the Contracting Agency. In the event
that it is necessary to trench through any lawn area, the sod shall be carefully cut and
rolled and replaced after the trenches have been backfilled. The lawn area shall be
cleaned by sweeping or other means, of all earth and debris.
The contractor shall use rubber wheel equipment similar to the small tractor -type
backhoes used by side sewer contractors for all work, including excavation and
...
backfill, on easements or rights -of- way which have lawn areas. All fences, markers,
mail boxes, or other temporary obstacles shall be removed by the contractor and
immediately replace, after the trench is backfilled, in their original position. The
contractor shall notify the Contracting Agency and property Owner at least 24 hours
in advance of any work done on easements or rights -of -way.
Damage to existing structures outside of easement areas that may result from
dewatering and/or other construction activity under this contract shall be restored to
their original condition or better. The original condition shall be established by
photographs taken and/or inspection made prior to construction. All such work shall
..
be done to the satisfaction of the property Owners and the Contracting Agency at the
expense of the contractor.
D. Streets. The contractor will assume all responsibility of restoration of the surface of
all streets traveled ways) used by him if damaged.
In the event the contractor does not have labor or material immediately available
..
to make necessary repairs, the contractor shall so inform the Contracting Agency. The
Contracting Agency will make the necessary repairs and the cost of such repairs shall be
paid by the contractor.
�•
The contractor is responsible for identifying and documenting any damage that is
pre- existing or caused by others. Restoration of excavation in City streets shall be done in
accordance with the City of Renton Trench Restoration Requirements, which is available
at the Public Works Department Customer Services counter on the 4th floor, Renton City
Hall, 1055 South Grady Way.
SECTION 1- 07.17IS SUPPLEMENTED BYADDING.
1 -07.17 Utilities and Similar Facilities (APWA, RC)
In addition to the other requirements pursuant to RCW 19.122, an act relating to
underground utilities and prescribing penalties, the Contractor shall:
1. call the utilities underground location center for field location of the utilities;
2. Call Before You Dig
The 48 Hour Locators
1- 800424 -5555
aw
and
3. not begin excavation until all known underground facilities in the vicinity of the �.
proposed excavation have been located and marked.
4. Location and dimensions shown on the Plans for existing facilities are in accordance
with available information without uncovering, measuring, or other verification. If a
utility is known or suspected of having underground facilities within the area of the
aaaY
22
H:\ DIVI SION. S\ 1RANSPO RTAT\DESIGN.ENGUtyan\South Second\Specia1s\2nd_div1m.doc SR900 — So. 2nd St. Traffic Signal Safety
.. VI. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
proposed excavation, and that utility is not a subscriber to the utilities underground
location center then the Contractor shall give individual notice to that utility.
If, in the prosecution of the work, it becomes necessary to interrupt existing
•� surface drainage, sewers, underdrains, conduit, utilities, similar underground structures,
or parts thereof, the contractor shall be responsible for, and shall take all necessary
precautions to protect and provide temporary services for same.
.. The contractor shall, at his own expense, repair all damage to such facilities or
structures due to this construction operation to the satisfaction of the City; except for City
owned facilities which will be repaired by the utility department at contractor's expense,
or by the contractor as directed by the City.
SECTION 1 -07.18 IS DELETED AND REPLACED BY THE FOLLOWING:
1 -07.18 Public Liability and Property Damage Insurance (RC)
State Amendment to 1 -07.18 is not used. Renton uses the following:
1- 07.18(1) General (RC)
The contractor shall obtain and maintain in full force and effect, from the Contract
Execution Date to the Completion Date, public liability and property damage insurance
with an insurance company(ies) or through sources approved by the State Insurance
Commissioner pursuant to RCW 48.
The Contractor shall not begin work under the Contract until the required
insurance has been obtained and approved by the Contracting Agency. Insurance shall
provide coverage to the Contractor, all subcontractors, Contracting Agency and the
Contracting Agency's consultant. The coverage shall protect against claims for bodily
injuries, personal injuries, including accidental death, as well as claims for property
MW 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.
If warranted work is required the Contractor shall provide the City proof that
., insurance coverage and limits established under the term of the Contract for work are in
full force and effect during the period of warranty work.
. The Contracting Agency may request a copy of the actual declaration pages(s) for
•• each insurance policy effecting coverage(s) required on the contract prior to the date work
commences.Failure of the Contractor to fully comply during the term of the Contract with
the requirements described herin will be considered a material breach of contract and
shall be caused for immediate termination of the Contract at the option of the Contracting
Agency.
1- 07.18(2) Coverages (RC)
As part of the response to this proposal, the Contractor shall submit a completed
City of Renton Insurance Information form which details specific coverage and limits for
•. this contract.
All coverage provided by the Contractor shall be in a form and underwritten by a
company acceptable to the Contracting Agency. The City requires that all insurers:
1) Be licensed to do business within the State of Washington.
2) Coverage to be on an "occurrence" basis (Professional Liability and Pollution
coverage are acceptable when written on a claims -made basis). The City may also
23
H:\ DIVI SION .S \TRANSPOR.TAT\DESIGN.ENG\Rysn \South Sewnd\SpecWs\2nd_dW1rev.d0c SR900 — So. 2nd St. Traffic Signal Safety
VI. CONTRACT SPECIFICATIONS CITY OF RENTON aw
SPECIAL PROVISIONS
require proof of professional liability coverage be provided for up to two (2) years
after the completion of the project.
3) The City may request a copy of the actual declaration page(s) for each insurance
policy affecting coverage(s) required by the Contract prior to the date work
commences.
4) Possess a minimum A.M. Best rating of AVII (A rating of A XII or better is
preferred.) If any insurance carrier possesses a rating of less than AVII, the City
..
may make an exception.
The City reserves the right to approve the security of the insurance coverage
provided by the insurance company(ies), terms, conditions, and the Certificate of
Insurance. Failure of the Contractor to fully comply during the term of the contract with
these requirements will be considered a material breach of contract and shall be cause for
immediate termination of the contract at the option of the City.
The Contractor shall obtain and maintain the minimum insurance coverage set forth
below. By requiring such minimum insurance, the City of Renton shall not be deemed or
construed to have assessed the risks that may be applicable to the Contractor. The
Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain
higher limits and/or broader coverage.
Coverage shall include:
(1) Commercial General Liability - ISO 1993 Form or equivalent. Coverage will be
witten on an occurrence basis and include:
..
• Premises and Operations (including CG2503; General Aggregate to apply per
project, if applicable).
• Explosion, Collapse and Underground Hazards
• Products /Completed Operations
• Contractual Liability (including Amendatory Endorsement CG 0043 or
equivalent which includes defense coverage assumed under contract)
• Broad Form Property Damage
• Independent Contractors
• Personal/Advertising Injury
• Stop Gap Liability
(2)Automobile Liability including all
• Owned Vehicles
• Non -Owned Vehicles
• Hired Vehicles
(3) Workers' Compensation
• Statutory Benefits (Coverage A) - Show Washington Labor & Industries Number
(4) Umbrella Liability (when necessary)
••
• Excess of Commercial General Liability and Automobile Liability. Coverage
should be as broad as primary.
(5) Professional Liability - (whenever the work under this Contract includes
r
Professional Liability, (i.e. architectural, engineering, advertising, or computer
programming) the CONTRACTOR shall maintain professional liability covering
wrongful acts, errors and/or omissions of the CONTRACTOR for damage sustained
by reason of or in the course of operations under this Contract.
24
H:\ DIVISION .S\TRANSPOR.TAT\DESIGN.ENG\Ryan \South Second\Sped&1s\2nd_div1mv.doc SR900 — So. 2nd St. Traffic Signal Safety
r
am VI. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
(6) The Contracting Agency reserves the right to request and/or require additional
coverages as may be appropriate based on work performed(i.e. pollution liability).
CONTRACTOR shall Name CITY OF RENTON, and its officers, officials,
.. agents, employees and volunteers as Additional Insured (ISO Form CG 2010 or
equivalent). The CONTRACTOR shall provide CITY OF RENTON Certificates of
Insurance prior to commencement of work. The City reserves the right to request copies
of insurance policies, if at their sole discretion it is deemed appropriate. Further, all
policies of insurance described above shall:
1) Be on a primary basis not contributory with any other insurance coverage and/or
self- insurance carried by CITY OF RENTON.
2) Include a Waiver of Subrogation Clause.
3) Severability of Interest Clause (Cross Liability)
4) Policy may not be non - renewed, canceled or materially changed or altered unless
forty-five (45) days prior written notice is provided to CITY OF RENTON.
Notification shall be provided to CITY OF RENTON by certified mail.
1- 07.18(3) Limits (RC)
LIMITS REQUIRED
Providing coverage in these stated amounts shall not be construed to relieve
the contractor from liability in excess of such limits. The CONTRACTOR shall
carry the following limits of liability as required below:
Commercial General Liabili
go General Aggregate* $2,000,000 **
Products /Completed $2,000,000 **
Operations Aggregate
no Each Occurrence Limit $1,000,000
Personal /Advertising Injury $1,000,000
Fire Damage (Any One Fire) $50,000
Medical Payments (Any One $5,000
Person)
Stop Gap Liability $1,000,000
General Aggregate to apply per project
(ISO Form CG2503 or equivalent)
* *Amount may vary based on project risk
.. Automobile Liability
Bodily Injury/Property $1,000,000
Damage
(Each Accident)
Workers' Compensation
.. Statutory Benefits - Coverage Variable
A
(Show Washington Labor and Industries
Number)
Umbrella Liability
Each Occurrence Limit $1,000,000
.a
25
H:\ DIVISION. S\ TRANSPOR .TAT\DESIGN.ENG\RYan\SOuth Second\SpecWsUnd_dMre .doc SR900 — So. 2nd St. Traffic Signal Safety
VI. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
General Aga�regate Limit
$1,000,000
Products./Completed
$1,000,000
Operations Aggregate
Professional Liability (If
required)
Each Occurrence;'
$1,000,000
IncidentiClaim
Aggregate
$2,000,000
The City may require the CONTRACTOR to keep professional liability
coverage in effect for up to two (2) years after completion of the project.
The Contractor shall promptly advise the CITY OF RENTON in writing in the
event any general aggregate or other aggregate limits are reduced. At their own expense,
the CONTRACTOR will reinstate the aggregate to comply with the minimum limits and
requirements as stated in Section 1- 07.18(3) and shall furnish the CITY OF RENTON a
new Certificate of Insurance showing such coverage is in force.
1- 07.18(4) Evidence of Insurance:
Within 20 days of award of the contract the CONTRACTOR shall provide
evidence of insurance by submitting to the CONTRACTING AGENCY the following:
1) City of Renton Insurance Information Form (attached herein) without modification.
2) Certificate of Insurance (Accord Form 25s or equivalent) conforming to items as
specified in Sections 1- 07.18(1), 1- 07.18(2), and 1- 07.18(3). as revised above.
Other requirements are as follows:
a. Strike the following or similar wording: "This Certificate is issued as a matter
of information only and confers no rights upon the Certificate Holder ";
b. Strike the wording regarding cancellation notification to the City: "Failure to
mail such notice shall impose no obligation or liability of any kind upon the
company, its agents or representatives ".
c. Amend the cancellation clause to state: "Policy may not be non - renewed,
canceled or materially changed or altered unless 45 days prior written notice is
provided to the City ". Notification shall be provided to the City by certified
mail.
For Professional Liability coverage only, instead of the cancellation language
specified above, the City will accept a written agreement that the consultant's
broker will provide the required notification.
SECTION 1 -07.22 IS SUPPLEMENTED BY THE FOLLOWING.
1 -07.22 Use of Explosives (RC)
Explosives shall not be used without specific authority of the Engineer, and then
only under such restrictions as may be required by the proper authorities. Explosives shall
be handled and used in strict compliance with WAC 296 -52 and such local laws, rules
26
H:\ DIVISION. S\ TRANSPOR .TAT\DESIGN.ENG\Ryan\South Second\Specials\2nd _ divlrev.doc SR900 — So. 2nd St. Traffic Signal Safety
am
i
r
no
go
MW
an
r
9W
ow
um
rr
,., VI. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
am
low
aw
and regulations that may apply. The individual in charge of the blasting shall have a
current Washington State Blaster Users License.
The Contractor shall obtain, comply with, and pay for such permits and costs as
are necessary in conjunction with blasting operations.
1 -07.23 Public Convenience and Safety
SECTION 1- 07.23(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING
PARAGRAPH
1- 07.23(1) Construction Under Traffic (RC)
The contractor shall be responsible for controlling dust and mud within the project
limits and on any street which is utilized by his equipment for the duration of the
project. The contractor shall be prepared to use watering trucks, power sweepers,
and other pieces of equipment as deemed necessary by the engineer, to avoid
creating a nuisance.
Dust and mud control shall be considered as incidental to the project, and no
compensation will be made for this section.
Complaints of dust, mud or unsafe practices and/or property damage to private
Ownership will be transmitted to the contractor and prompt action in correcting
them will be required by the contractor.
1 -08 Prosecution and Progress
SECTION 1 -08.0 IS SUPPLEMENTED AS FOLLOWS:
.n 1 -08.0 Preliminary Matters (APWA)
1- 08.0(1) Preconstruction Conference (APWA)
The Engineer will furnish the Contractor with up to 10 copies of the Contract
Documents. Additional documents may be furnished upon request at the cost of
reproduction. Prior to undertaking each part of the Work the Contractor shall carefully
study and compare the Contract Documents and check and verify pertinent figures shown
therein and all applicable field measurements. The Contractor shall promptly report in
writing to the Engineer any conflict, error or discrepancy which the Contractor may
discover.After the Contract has been executed, but prior to the Contractor beginning the
Work, a preconstruction conference will be held between the Contractor, the Engineer
and such other interested parties as may be invited. The Contractor shall prepare and
submit at the preconstruction meeting A Project Schedule.
ow
V"
27
H:\ DIVISION. S\ TRANSPOR .TAT\DESIGN.ENG\Ryan\South Second\Spe6s1s\2nd_div1rev.doc SR900 — So. 2nd St. Traffic Signal Safety
I•
VI. CONTRACT SPECIFICATIONS
SPECIAL PROVISIONS
SECTION 1 -08.1 IS SUPPLEMENTED WITH THE FOLLOWING:
CITY OF RENTON g,
(October 12, 1998)
1 -08.1 Subcontracting
Prior to any subcontractor or lower tier subcontractor beginning work, the
Contractor shall submit to the Engineer a certification (WSDOT Form 420 -004) that a
written agreement between the Contractor and the subcontractor or between the
subcontractor and any lower tier subcontractor has been executed. This certification shall
also guarantee that these subcontract agreements include all the documents required by
the Special Provision Federal Agency Inspection.
A subcontractor or lower tier subcontractor will not be permitted to perform any
work under the contract until the following documents have been completed and ..
submitted to the Engineer:
1. Request to Sublet Work (Form 421 -012), and to
2. Contractor and Subcontractor or Lower Tier Subcontractor Certification for
Federal -aid Projects (Form 420 -004).
9W
The Contractor's records pertaining to the requirements of this Special Provision
shall be open to inspection or audit by representatives of the Contracting Agency during _
the life of the contract and for a period of not less than three years after the date of
acceptance of the contract. The Contractor shall retain these records for that period. The
Contractor shall also guarantee that these records of all subcontractors and lower tier
subcontractors shall be available and open to similar inspection or audit for the same time
period.
so
SECTION 1 -08.5: THE FIRST FIVE PARAGRAPHS ARE DELETED AND
REPLACED WITH THE FOLLOWING:
00
1 -08.5 Time For Completion (APWA, RC)
The Work shall be physically completed within 40 working days or as extended ..
by the Engineer. Within 20 calendar days after the Notice to Proceed Date, the
Contractor shall provide the Contracting Agency with copies of purchase orders for all
equipment items deemed critical by the Contracting Agency including but not limited to
signal controller materials and signal standards required for the physical completion of
the contract. Such purchase orders shall disclose the estimated delivery dates for the
equipment. The contract time will start on the day that the critical items are ready for
delivery to the Contractor from the City of Renton Signal Shop or 120 calendar days after
the Notice to Proceed Date, whichever occurs first, and shall end on the Contract
Completion Date. If the Contracting Agency does not receive a purchase order within 20 MW
calendar days after the Notice to Proceed Date, the contract time will start with the first
working day following the 20`x' calendar day after the Notice to Proceed Date.
If the contract involves items of work which can be performed without adversely aw
affecting traffic through the project and which may be started prior to delivery of the
aw
28
H:\ DIVISION. S\ TRANSPOR .TAT\DESIGN.ENG\Ryan\South Sewnd\Spe6a1s\2nd_div1rev.doc SR900 — So. 2nd St. Traffic Signal Safety
go
a. VI. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
am critical items, the Contractor may start and physically complete that portion of the work
authorized by the Engineer. The contract time will start on the day that the start of work
is authorized by the Engineer. The Engineer may suspend the work upon request of the
.. Contractor until the critical items are delivered to the Contractor. The Contractor will be
entitled to only one such suspension of time during the performance of the work and
during such suspension shall not perform any additional work on the project. Upon
delivery of the critical items, contract time will resume and continue to be charged.
A nonworking day is defined as a Saturday, a Sunday, a day on which the contract
specifically suspends work, or one of these holidays: January 1, Memorial Day, July 4,
Labor Day, November 11, Thanksgiving Day, the day after Thanksgiving, and Christmas
Day. The day before Christmas shall be a holiday when Christmas Day occurs on a
Tuesday or Friday. The day after Christmas shall be a holiday when Christmas Day
occurs on a Monday, Wednesday, or Thursday. When Christmas Day occurs on a
Saturday, the two preceding working days shall be observed as holidays. When
_ Christmas day occurs on a Sunday, the two working days following shall be observed as
holidays. When holidays other than Christmas fall on a Saturday, the preceding Friday
will be counted as a non - working day and when they fall on a Sunday the following
Monday will be counted as a non - working day. The Contract Time has been established
to allow for periods of normal inclement weather which, from historical records, is to be
expected during the Contract Time, and during which periods, work is anticipated to be
performed. Each successive working day, beginning with the Notice to Proceed Date and
ending with the Physical Completion Date, shall be charged to the Contract Time as it
occurs except a day or part of a day which is designated a nonworking day or an Engineer
determined unworkable day.
The Engineer will furnish the Contractor a weekly report showing (1) the number
of working days charged against the Contract Time for the preceding week; (2) the
Contract Time in working days; (3) the number of working days remaining in the
Contract Time; (4) the number of nonworking days; and (5) any partial or whole days the
_ Engineer declared unworkable the previous week. This weekly report will be correlated
with the Contractor's current approved progress schedule. If the Contractor elects to work
10 hours a day and 4 days a week (a 4 -10 schedule) and the fifth day of the week in which
a 4 -10 shift is worked would ordinarily be charged as a working day then the fifth day of
that week will be charged as a working day whether or not the Contractor works on that
day.
The Contractor will be allowed 10 calendar days from the date of each report in
which to file a written protest of an alleged discrepancy in the Contract Time as reported.
Otherwise, the report will be deemed to have been accepted by the Contractor as correct.
•• The requirements for scheduling the Final Inspection and establishing the
Substantial Completion, Physical Completion, and Completion Dates are specified in
Sections 1 -05.11 and 1- 05.12.
SECTION 1 -08.11 IS A NEW SECTION.
1 -08.11 Contractor's Plant and Equipment (RC)
The contractor alone shall at all times be responsible for the adequacy, efficiency,
and sufficiency of his and his subcontractor's plant and equipment. The Owner shall have
W.
29
H:\ DIVISION. S\ TRANSPOR .TArDESIGN.ENG\Ryan\South Second\Specials\2nd_divI rev .doc SR900 — So. 2nd St. Traffic Signal Safety
ow
VI. CONTRACT SPECIFICATIONS
SPECIAL PROVISIONS
CITY OF RENTON
the right to make use of the contractor's plant and equipment in the performance of any
work on the site of the work.
The use by the Owner of such plant and equipment shall be considered as extra
work and paid for accordingly.
Neither the Owner nor the engineer assume any responsibility, at any time, for the
security of the site from the time contractor's operations have commenced until final
acceptance of the work by the engineer and the Owner. The contractor shall employ such
measures as additional fencing, barricades, and watchmen service, as he deems necessary
for the public safety and for the protection of the site and his plant and equipment. The
Owner will be provided keys for all fenced, secured areas.
SECTION 1 -08.12 IS A NEW SECTION.
1 -08.12 Attention to Work (RC)
The contractor shall give his personal attention to and shall supervise the work to
the end that it shall be prosecuted faithfully, and when he is not personally present on the
work site, he shall at all times be represented by a competent superintendent who shall
have full authority to execute the same, and to supply materials, tools, and labor without
delay, and who shall be the legal representative of the contractor. The contractor shall be
liable for the faithful observance of any instructions delivered to him or to his authorized
representative.
1 -09 Measurement and Payment
SECTION 1 -09.1 IS SUPPLEMENTED BYADDING THE FOLLOWING.
1 -09.1 Measurement of Quantities (RC)
When items are specified to be paid for by 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 the time of delivery
of materials. Tickets not receipt by the Inspector will not be honored for payment.
Where items are specified to be paid by the ton, the following system will be
used:
Each truck shall be clearly numbered to the satisfaction of the Engineer and there
shall be no duplication of numbers.
Duplicate tickets shall be prepared to accompany each truckload of material delivered
to the project. The tickets shall bear at least the following information:
1. Truck Number.
2. Truck tare weight (stamped at source).
3. Gross truck load weight in tons (stamped at source).
4. Net load weight (stamped at source).
5. Driver's name and date.
6. Location for delivery.
7. Pay item number.
8. Contract number and/or name.
30
H:\ DIVISION. S\ TRANSPOR .TAT\DESIGN.ENG\Ryen\South Second\Spedds\2nd_div1MV.d0c SR900 — So. 2nd St. Traffic Signal Safety
so
00
MW
wo
MW
Got
r
fto
no
No
we
wo
go VI. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
_ The Contractor shall submit a breakdown of costs for each lump sum Bid Item.
The breakdown shall list the items included in the lump sum together with a unit price of
labor, materials and equipment for each item. The summation of the detailed unit prices
for each item shall add up to the lump sum Bid. The unit price values may be used as a
guideline for determining progress payments or deductions or additions in payment for
ordered work changes. The detailed cost breakdown of each lump sum item shall be
�- submitted to the Engineer prior to the Preconstruction Conference.
SECTION 1 -09.3 IS SUPPLEMENTED BYADDING THE FOLLOWING:
1 -09.3 Scope of Payment (APWA, RC)
Unless modified otherwise in the Contract Provisions, the Bid Items listed or
a� referenced in the "Payment" clause of each Section of the Standard Specifications, will be
the only items for which compensation will be made for the Work described in or
specified in that particular Section when the Contractor performs the specified Work.
Should a Bid Item be listed in a "Payment" clause but not in the Proposal Form, and
Work for that item is performed by the Contractor and the work is not stated as included
in or incidental to a pay item in the contract and is not work that would be required to
complete the intent of the Contract per Section 1 -04.1, then payment for that Work will
be made as for Extra Work pursuant to a Change Order.
The words "Bid Item," "Contract Item," and "Pay Item," and similar terms used
throughout the Contract Documents are synonymous.
If the "payment" clause in the Specifications relating to any unit Bid Item price in
the Proposal Form requires that said unit Bid Item price cover and be considered
compensation for certain work or material essential to the item, then the work or material
will not be measured or paid for under any other Unit Bid Item which may appear
elsewhere in the Proposal Form or Specifications.
Pluralized unit Bid Items appearing in these Specifications are changed to singular
form.
Payment for Bid Items listed or referenced in the "Payment' clause of any
particular Section of the Specifications shall be considered as including all of the Work
required, specified, or described in that particular Section. Payment items will generally
be listed generically in the Specifications, and specifically in the bid form. When items
are to be "furnished" under one payment item and "installed" under another payment
item, such items shall be furnished FOB project site, or, if specified in the Special
Provisions, delivered to a designated site. Materials to be "furnished," or "furnished and
installed" under these conditions, shall be the responsibility of the Contractor with regard
to storage until such items are incorporated into the Work or, if such items are not to be
incorporated into the work, delivered to the applicable Contracting Agency storage site
when provided for in the Specifications. Payment for material "furnished," but not yet
incorporated into the Work, may be made on monthly estimates to the extent allowed.
to
31
H:\ DIVISION. S\ TRANSPOR TArDESIGN.ENG\Ryan\South Second\SpecWs\2nd_div1mv.d0c SR900 — So. 2nd St. Traffic Signal Safety
VI. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS sw
1 -09.11 Disputes and Claims
SECTION 1- 09.11(2) IS REVISED AS FOLLOWS:
1- 09.11(2) Claims (APWA)
Failure to submit with the Final Application for Payment such information and
details as described in this section for any claim shall operate as a waiver of the claims by
the Contractor as provided in Section 1- 09.9.
1 -09.13 Claims Resolution
SECTION 1- 09.13(3)B IS SUPPLEMENTED BY ADDING.
1- 09.13(3)B Procedures to Pursue Arbitration (RC) ..
The findings .and decision of the board of arbitrators shall be final and binding on
the parties, unless the aggrieved 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 the law controlling the
issues submitted to arbitration. The board of arbitrators shall support its decision by
setting forth in writing their findings and conclusions based on the evidence adduced
at any such hearing.
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 opinion that the contractor's filing of the protest or action
is capricious or without reasonable foundation. In the latter case, all costs shall be borne
by the contractor.
1 -10 Temporary Traffic Control
SECTION 1 -10.1 IS SUPPLEMENTED BYADDING THE FOLLOWING: am
1 -10.1 General (RC)
so
When the bid proposal includes an item for "Traffic Control," the work required
for this item shall be all items described in Section 1 -10, including, but not limited to:
1. Furnishing and maintaining barricades, flashers, construction signing and W'
other channelization devices, unless a pay item is in the bid proposal for any
specific device and the Special Provisions specify furnishing, maintaining, and
payment in a different manner for that device; "'
2. Furnishing traffic control labor, equipment, and supervisory personnel for all
traffic control labor;
3. Furnishing any necessary vehicle(s) to set up and remove the Class B
construction signs and other traffic control devices;
32
H:\ DIVISION. S\ TRANSPOR .TA71DESIGN.ENG\Ryan\South Second\Specis1s\2nd_div1rev.doc SR900 — So. 2nd St. Traffic Signal Safety
aw
Uar
„M VI. CONTRACT SPECIFICATIONS
SPECIAL PROVISIONS
CITY OF RENTON
4. Furnishing labor and vehicles for patrolling and maintaining in position all of
the construction signs and the traffic control devices, unless a pay item is in
the bid proposal to specifically pay for this work; and
5. Furnishing labor, material, and equipment necessary for cleaning up,
removing, and replacing of the construction signs and the traffic control
devices destroyed or damaged during the life of the project.
•� 6. Removing existing signs as specified or a directed by the engineer and
delivering to the City Shops or storing and reinstalling as directed by the
Engineer.
7. Preparing a traffic control plan for the project and designating the person
responsible for traffic control at the work site. The traffic control plan shall
include descriptions of the traffic control methods and devices to be used by
the prime contractor, and subcontractors, shall be submitted at or before the
preconstruction conference, and shall be subject to review and approval of the
Engineer.
8. Contacting police, fire, 911, and ambulance services to notify them in advance
of any work that will affect and traveled portion of a roadway.
9. Assuring that all traveled portions of roadways are open to traffic during peak
traffic periods, 6:30 a.m. to 8:30 a.m., and 3:00 p.m. to 6:00 p.m., or as
specified in the special provisions, or as directed by the Engineer.
.. 10. Promptly removing or covering all nonapplicable signs during periods when
they are not needed.
If no bid item "Traffic Control "=appears in the proposal then all work required by
these sections will be considered incidental and their cost shall be included in the other
items of work.
If the Engineer requires the Contractor to furnish additional channelizing devices,
pieces of equipment, or services which could not be usually anticipated by a prudent
contractor for the maintenance and protection of traffic, then a new item or items may be
established to pay for such items. Further limitations for consideration of payment for
these items are that they are not covered by other pay items in the bid proposal, they are
not specified in the Special Provisions as incidental, and the accumulative cost for the use
.. of each individual channelizing device, piece of equipment, or service must exceed $200
in total cost for the duration of their need. In the event of disputes, the Engineer will
determine what is usually anticipated by a prudent contractor. The cost for these items
•. will be by agreed price, price established by the Engineer, or by force account.
Additional items required as a result of the contractor's modification to the traffic control
plan(s) appearing in the contract shall not be covered by the provisions in this paragraph.
If the total cost of all the work under the contract increases or decreases by
more than 25 percent, an equitable adjustment will be considered for the
item "Traffic Control" to address the increase or decrease.1 -10.2 Traffic
Control Management
SECTION 1- 12.2(1)B TRAFFIC CONTROL SUPERVISOR IS REVISED AS
FOLLOWS:
INN
33
H:\ DMSION. S\ TRANSPOR .TArDESIGN.ENG\Ryan\South Second \.Speciels\2nd_divlrev.doc SR900 — So. 2nd St. Traffic Signal Safety
VI. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
1- 10.2(1)B Traffic Control Supervisor
A TCS shall be on the project whenever traffic control labor is required or as
authorized by the Engineer.
The TCS shall assure that all the duties of the TCS are performed during the ..
duration of the contract. During nonwork periods, the TCS shall be able to be on the job
site within a 45- minute time period after notification by the Engineer.
SECTION 1- 10.2(2) TRAFFIC CONTROL PLANS IS SUPPLEMENTED AS -�
FOLLOWS:
1- 10.2(2) Traffic Control Plans no
The Contractor shall be responsible for assuring that traffic control is installed and
maintained in conformance to established standards. The Contractor shall continuously
evaluate the operation of the traffic control plan and take prompt action to correct any Im
problems that become evident during operation.
1 -10.3 Flagging, Signs, and All Other Traffic Control Devices
SECTION 1- 10.3(3) CONSTRUCTION SIGNS IS REVISED AS FOLLOWS:
1- 10.3(3) Construction Signs No
(Revise the first paragraph as follows.)
All signs required by the approved traffic control plan(s) as well as any other
appropriate signs prescribed by the Engineer, or required to conform with established
standards, will be furnished by the Contractor.
(Revise the fourth paragraph as follows:) _
No separate pay item will be provided in the bid proposal for Class A or Class B
construction signs. All costs for the work to provide Class A or Class B construction
signs shall be included in the unit contract price for the various other items of the work in
the bid proposal.
SECTION 1- 10.3(6) ONE -WAY PILOTED TRAFFIC CONTROL THROUGH
CONSTRUCTION ZONE IS MODIFIED AS FOLLOWS: No
1- 10.3(6) One -Way Piloted Traffic Control Through Construction Zone
The construction sometimes requires that traffic be maintained on a portion of the
roadway during the progress of the work using one -way piloted traffic control. If this is
the case, the Contractor's operation shall be confined to one -half the roadway, permitting
traffic on the other half. If, in the opinion of the Engineer, one -way piloted traffic control
is necessary, it shall be provided for as follows:
Contractor- Furnished One -Way Piloted Traffic Control. The Contractor shall _
furnish the pilot car(s) and driver(s) for the pilot car control area. Any necessary flaggers
shall be furnished by the Contractor.
34
H:\ DIVISION. S\ TRANSPOR .TAT\DESIGN.ENG\Ryan\South Sec0nd\Specia1s\2nd_div1rev.doc SR900 — So. 2nd St. Traffic Signal Safety
MW
sm
00 VI. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
DELETE SECTION 1 -10.4 AND REPLACE WITH.
w
_ 35
H:\ DMSION. S\ TRANSPOR .TArDESIGN.ENG\Ryan\South Second\SpecWsUnd_divlrev.doc SR900 — So. 2nd St. Traffic Signal Safety
1 -10.4 Measurement RC (SA)
No specific unit of measurement will apply to the lump sum item of "Traffic
Control'.
SECTION 1 -10.5 IS REPLACED AS FOLLOWS:
1 -10.5 Payment
Payment for all labor, materials, and equipment described in Section 1 -10 will be
made in accordance with Section 1 -04.1, for the following bid items when included in the
proposal:
—
"Traffic Control," lump sum.
The lump sum contract price shall be full pay for all costs not covered by other
specific pay items in the bid proposal for furnishing, installing, maintaining, and
removing traffic control devices required by the contract and as directed by the Engineer
in conformance with accepted standards and in such a manner as to maximize safety, and
minimize disruption and inconvenience to the public.
Progress payment for the lump sum item "Traffic Control' will be made as follows:
a. When in initial warning signs for the beginning of the project and the end of
construction signs are installed and approved by the Engineer, 30 percent 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 basis in accordance with the total job progress as determined by
progress payments.
The item "Traffic Control' will be considered for an equitable adjustment per
.�
Section 1 -04.6 only when the total contract price increases or decreases by more than 25
percent.
The Lump Sum contract price shall be full pay for all costs involved in furnishing
the pilot car(s), pilot car driver(s), and the appropriate pilot car sign(s) for any pilot
car operation. Any necessary flaggers will be paid under the item for traffic control.
The Lump Sum contract price shall be full pay for all costs for the labor provided
for performing those construction operations described in Section 1- 10.3(1) and as
authorized by the Engineer.
The Lump Sum contract price shall be full pay for all costs for performing the
work described in Section 1- 10.3(3) and Section 1- 10.3(4). This payment will include
all labor, equipment, and vehicles necessary for the initial acquisition, the initial
installation of Class A signs, and ultimate return of all Contracting Agency - furnished
signs
The Lump Sum contract price shall be full pay for all costs involved when a
�.
person performs the duties described in Section 1- 10.2(1)B including when
performing traffic control labor duties.
The Lump Sum contract price shall be full pay for all costs involved in furnishing
MAP
the vehicle or vehicles for the work described in Sections 1- 10.2(1)B and 1- 10.3(2).
w
_ 35
H:\ DMSION. S\ TRANSPOR .TArDESIGN.ENG\Ryan\South Second\SpecWsUnd_divlrev.doc SR900 — So. 2nd St. Traffic Signal Safety
VI. CONTRACT SPECIFICATIONS
SPECIAL PROVISIONS
THE FOLLOWING IS A NEW SECTION:
1 -11 Renton Surveying Standards
CITY OF RENTON
1- 11.1(1) Responsibility for surveys (RC)
All surveys and survey reports shall be prepared under the direct supervision of a
person registered to practice land surveying under the provisions of Chapter 18.43 RCW.
All surveys and survey reports shall be prepared in accordance with the
requirements established by the Board of Registration for Professional Engineers and
Land Surveyors under the provisions of Chapter 18.43 RCW. ..
1- 11.1(2) Survey Datum and Precision (RC)
The horizontal component of all surveys shall have as its coordinate base: The
North American Datum of 1983/91.
All horizontal control for projects must be referenced to or in conjunction with a
minimum of two of the City of Renton's Survey Control Network monuments. The
...
source of the coordinate values used will be shown on the survey drawing per RCW
58.09.070.
The horizontal component of all surveys shall meet or exceed the closure
requirements of WAC 332 - 130 -060. The control base lines for all surveys shall meet or
exceed the requirements for a Class A survey revealed in Table 2 of the Minimum
Standard Detail Requirements forALTA/ACSMLand Title Surveys jointly established
"'
and adopted by ALTA and ACSM in 1992 or comparable classification in future editions
of said document. The angular and linear closure and precision ratio of traverses used for
survey control shall be revealed on the face of the survey drawing, as shall the method of
so
adjustment.
The horizontal component of the control system for surveys using global
positioning system methodology shall exhibit at least 1 part in 50,000 precision in line
length dependent error analysis at a 95 percent confidence level and performed pursuant
to Federal Geodetic Control Subcommittee Standards for GPS control surveys as defined
...
in Geometric Geodetic Accuracy Standards & Specifications for Using GPS Relative
Positioning Techniques dated August 1, 1989 or comparable classification in future
editions of said document..
••�
The vertical component of all surveys shall be based on NAVD 1988, the North
American Vertical Datum of 1988, and tied to at least one of the City of Renton Survey
Control Network benchmarks. If there are two such benchmarks within 3000 feet of the
-'
project site a tie to both shall be made. The benchmark(s) used will be shown on the
drawing. If a City of Renton benchmark does not exist within 3000 feet of a project, one
must be set on or near the project in a permanent manner that will remain intact
throughout the duration of the project. Source of elevations (benchmark) will be shown
on the drawing, as well as a description of any bench marks established.
1- 11.1(3) Subdivision Information (RC)
Those surveys dependent on section subdivision shall reveal the controlling
monuments used and the subdivision of the applicable quarter section.
36
H:\ DIVISION. S\ TRANSPOR .TArDESIGN.ENG\Ryan\South Second\Spe6a1s\2nd_div1rev.doc SR900 — So. 2nd St. Traffic Signal Safety
i
VI. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
Those surveys dependent on retracement of a plat or short plat shall reveal the
controlling monuments, measurements, and methodology used in that retracement.
1- 11.1(4) Field Notes (RC)
Field notes shall be kept in conventional format in a standard bound field book
with waterproof pages. In cases where an electronic data collector is used field notes
must also be kept with a sketch and a record of control and base line traverses describing
station occupations and what measurements were made at each point.
Every point located or set shall be identified by a number and a description. Point
numbers shall be unique within a complete job. The preferred method of point
numbering is field notebook, page and point set on that page. Example: The first point
set or found on page 16 of field book 348 would be identified as Point No. 348.16.01, the
second point would be 348.16.02, etc.
Upon completion of a City of Renton project, either the field notebook(s)
provided by the City or the original field notebook(s) used by the surveyor will be given
to the City. For all other work, surveyors will provide a copy of the notes to the City
upon request. In those cases where an electronic data collector is used, a hard copy print
out in ASCII text format will accompany the field notes.
1- 11.1(5) Corners and Monuments (RC)
Corner A point on a land boundary, at the juncture of two or more boundary
lines. A monument is usually set at such points to physically reference a corner's location
on the ground.
Monument Any physical object or structure of record which marks or accurately
references:
• A corner or other survey point established by or under the supervision of an individual
per section 1- 11.1(1) and any corner or monument established by the General Land
Office and its successor the Bureau of Land Management including section
_ subdivision corners down to and including one - sixteenth corners; and
• Any permanently monumented boundary, right of way alignment, or horizontal and
vertical control points established by any governmental agency or private surveyor
including street intersections but excluding dependent interior lot corners.
1- 11.1(6) Control or Base Line Survey (RC)
Control or Base Line Surveys shall be established for all construction projects that
will create permanent structures such as roads, sidewalks, bridges, utility lines or
_ appurtenances, signal or light poles, or any non - single family building. Control or Base
Line Surveys shall consist of such number of permanent monuments as are required such
that every structure may be observed for staking or "as- builting" while occupying one
such monument and sighting another such monument. A minimum of two of these
permanent monuments shall be existing monuments, recognized and on record with the
City of Renton. The Control or Base Line Survey shall occupy each monument in turn,
.. and shall satisfy all applicable requirements of Section 1 -11.1 herein.
The drawing depicting the survey shall be neat, legible, and drawn to an
appropriate scale. North orientation should be clearly presented and the scale shown
37
H:\ DIVISION. S\ TRANSPOR .TArDESIGN.ENG\Ryan\South Second\Spe6a1s\2nd_div1rmdoc SR900 — So. 2nd St. Traffic Signal Safety
VI. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
graphically as well as noted. The drawing must be of such quality that a reduction thereof
to one -half original scale remains legible.
If recording of the survey with the King County Recorder is required, it will be
prepared on 18 inch by 24 inch mylar and will comply with all provisions of Chapter
58.09 RCW. A photographic mylar of the drawing will be submitted to the City of
Renton and, upon their review and acceptance per the specific requirements of the
project, the original will be recorded with the King County Recorder.
If recording is not required, the survey drawing shall be prepared on 22 inch by 34
inch mylar, and the original or a photographic mylar thereof will be submitted to the City
of Renton.
The survey drawings shall meet or exceed the requirements of WAC 332 - 130 -050
and shall conform to the City of Renton's Drafting Standards. American Public Works
Association symbols shall be used whenever possible, and a legend shall identify all
symbols used if each point marked by a symbol is not described at each use.
An electronic listing of all principal points shown on the drawing shall be
submitted with each drawing. The listing should include the point number designation
(corresponding with that in the field notes), a brief description of the point, and northing,
easting, and elevation (if applicable) values, all in ASCII format, on IBM PC compatible
media.
1- 11.1(7) Precision Levels (RC)
Vertical Surveys for the establishment of bench marks shall satisfy all applicable
requirements of section 1 -05 and 1 -11.1.
Vertical surveys for the establishment of bench marks shall meet or exceed the
standards, specifications and procedures of third order elevation accuracy established by
the Federal Geodetic Control Committee.
Bench marks must possess both permanence and vertical stability. Descriptions
of bench marks must be complete to insure both recoverablilty and positive identification
on recovery.
1- 11.1(8) Radial and Station — Offset Topography (RC)
Topographic surveys shall satisfy all applicable requirements of section 1-11
herein.
All points occupied or back sighted in developing radial topography or
establishing baselines for station -- offset topography shall meet the requirements of
section 1 -11.1 herein.
The drawing and electronic listing requirements set forth in section 1 -11.1 herein
shall be observed for all topographic surveys.
1- 11.1(9) Radial Topography (RC)
Elevations for the points occupied or back sighted in a radial topographic survey
shall be determined either by 1) spirit leveling with misclosure not to exceed 0.1 feet or
Federal Geodetic Control Committee third order elevation accuracy specifications, OR 2)
trigonometric leveling with elevation differences determined in at least two directions for
each point and with misclosure of the circuit not to exceed 0.1 feet.
38
H:\ DIVISION .S \TRANSPOR.TA7IDESIGN.ENG\Ryan \South SeMnd\Speas1s\2nd_div1rev.doc SR900 — So. 2nd St. Traffic Signal Safety
so
0
a�
,. VI. CONTRACT SPECIFICATIONS
SPECIAL PROVISIONS
CITY OF RENTON
1- 11.1(10) Station— Offset Topography (RC)
Elevations of the baseline and topographic points shall be determined by spirit
leveling and shall satisfy Federal Geodetic Control Committee specifications as to the
turn points and shall not exceed 0.1 foot's error as to side shots.
1- 11.1(11) As -Built Survey (RC)
_ All improvements required to be "as- built" (post construction survey) per City of
Renton Codes, TITLE 4 Building Regulations and TITLE 9 Public Ways and Property,
must be located both horizontally and vertically by a Radial survey or by a Station offset
survey. The "as- built" survey must be based on the same base line or control survey used
for the construction staking survey for the improvements being "as- built ". The "as- built"
survey for all subsurface improvements should occur prior to backfilling. Close
.. cooperation between the installing contractor and the "as- builting" surveyor is therefore
required.
All "as- built" surveys shall satisfy the requirements of section 1- 11.1(1) herein
and shall be based upon control or base line surveys made in conformance with these
Specifications.
The field notes for "as- built" shall meet the requirements of section 1- 11.1(4)
herein and submitted with stamped and signed "as- built" drawings which includes a
statement certifying the accuracy of the "as built ".
The drawing and electronic listing requirements set forth in section 1- 11.1(6)
herein shall be observed for all "as- built" surveys.
1- 11.1(12) Monument Setting and Referencing (RC)
All property or lot corners, as defined in 1- 11.1(5), established or
reestablished on a plat or other recorded survey shall be referenced by a permanent
.. marker at the corner point per 1- 11.2(1). In situations where such markers are impractical
or in danger of being destroyed, e.g., the front corners of lots, ,a witness marker shall be
set. In most cases, this will be the extension of the lot line to a tack in lead in the curb.
The relationship between the witness monuments and their respective corners shall be
shown or described on the face of the plat or survey of record, e.g., "Tacks in lead on the
extension of the lot side lines have been set in the curbs on the extension of said line with
the curb." In all other cases the corner shall meet the requirements of section 1- 11.2(1)
herein.
1 -11.2 Materials
1- 11.2(1) Property/Lot Corners (RC)
Corners per 1- 11.1(5) shall be marked in a permanent manner such as 1/2 inch
diameter rebar 24 inches in length, durable metal plugs or caps, tack in lead, etc. and
permanently marked or tagged with the surveyor's identification number. The specific
nature of the marker used can be determined by the surveyor at the time of installation.
No
39
H:\ DMSION .S \TRANSPOR.TAT\DESIGN.ENGUtyan \South Sewnd\SP=Ws\2nd_div1rev.d0c SR900 — So. 2nd St. Traffic Signal Safety
I•
an VI. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
Division 2
Earthwork
s
2 -02 Removal of Structures and Obstructions
SECTION 2- 02.3(3) IS REVISED AND SUPPLEMENTED AS FOLLOWS:
2- 02.3(3) Removal of Pavement, Sidewalks, and Curbs (RC)
In removing sidewalks, the Contractor shall:
1. Haul broken -up pieces to some off - project site.
Sidewalk panels within an excavation area for installation of conduit will be removed as
shown in the plans or designated by the Engineer.
SECTION 2 -02.5 IS SUPPLEMENTED BY ADDING:
aw
2 -02.5 Payment (RC)
All costs related to the removal and disposal of sidewalk panels including saw cutting,
excavation, backfilling and temporary asphalt shall be considered incidental to and
included in the unit contract price for "Traffic Signal
no
r.
aw
um
41
H:\ DIVISION .S \TRANSPOR.TAT\DESIGN.ENG\Ryan \South Second\Specials\2nd_div2rev.doc SR900 — So. 2nd St. Traffic Signal Safety
VI. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
THIS PAGE LEFT INTENTIONALLY BLANK
42
H:\ DMSION. S\ TRANSPORTArDESIGN .ENG\Ryan\South SeconMpeids\2nd div2m.doc SR900 — So. 2nd St. Traffic Signal Safety
am
aw
r
no
Im
�r
.w
em
so
um
no
ai
r
m
at. VI. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
_ Division 8
Miscellaneous Construction
+
8 -14 Cement Concrete Sidewalks
SECTION 8- 14.3(4) IS SUPPLEMENTED BYADDING THE FOLLOWING:
8- 14.3(4) Curing (RC)
The Contractor shall have readily available sufficient protective covering, such as
waterproof paper or plastic membrane, to cover the pour of an entire day in the event of
rain or other unsuitable weather.
The Contractor shall be responsible for barricading, patrolling, or otherwise
+ protecting newly placed concrete. Damaged, vandalized, or unsightly concrete shall be
removed and replaced at the expense of the Contractor.
+ Illumination, Traffic Signal Systems, and Electrical
SECTION 8 -20. 1 HAS BEEN SUPPLEMENTED WITH THE FOLLOWING:
MW
8 -20.1 Description
This Section includes complete operating traffic signal systems for the following
locations:
1. Modifications to existing system at South 2nd Street/Wells Avenue.
+ 2. Modifications to existing system at South 2nd Street/Williams Avenue.
3. Modifications to existing system at South 2nd Street/Logan Avenue.
Work shall include:
1. Installation of Type "M" controller cabinets and transfer of controller and other
designated equipment from existing cabinets to the new cabinets.
.� 2. The furnishing and installation of a fully functional traffic signal system including
traffic signal and pedestrian poles, vehicle and pedestrian signal heads, preemption
detectors, junction boxes, conduit, conductors, and other incidental materials as may
be required to comply with the plans and these specifications.
3. Removal of existing controller cabinet, poles, heads, pushbuttons, preemption,
+ junction boxes, conductors, and other incidental materials as may be required to
comply with the plans and these specifications.
VW
43
H:\ DIVI SION .S \TRANSPOR.TAT\DESIGNBNG\Ryan \South Second\SPecials\2nd_div8rev.doc SR900 — So. 2nd St. Traffic Signal Safety
bw
VI. CONTRACT SPECIFICATIONS CITY OF RENTON vo
SPECIAL PROVISIONS
8 -20.2 Materials
low
SECTION 8- 20.2(1) HAS BEEN SUPPLEMENTED WITH THE FOLLOWING:
8- 20.2(1) Equipment List and Drawings (RC) no
The Contractor shall submit for approval six sets of shop drawings for each of the
following types of standards called for on this project:
1. Signal standards with or without pre- approved plans. No
2. Combination Signal and lighting standards.
The Contractor also shall submit either on the signal standard shop drawings or
attached to the signal standard shop drawings all dimensions to clearly show the specific
mast arm mounting height and signal tenon locations for each signal pole to be installed.
SECTION 8- 20.2(2) HAS BEEN ADDED AS FOLLOWS:
"W
8- 20.2(2) Products
SECTION 8- 20.2(2)A HAS BEENADDED AS FOLLOWS:
8- 20.2(2)A Signal Poles
All new signal poles types shall be Ameron WR -11 Classic Signal Standards with arc
mast arm, or approved equivalent. All signal poles shall be galvanized and painted black.
Materials shall meet the following standards:
4. Shaft and Mast Arm ASTM A -570 (Fy = 48,000 psi)
5. Base Plate and Flanges ASTM A -36 steel
6. Pipe ASTM A -53 Grade `B" steel
7. Anchor bolts ASTM A-449
s
All welds shall be by the electrical resistance process. Circumferential welds shall be
butt - welded with permanent backup ring. All steel parts shall be hot - dipped galvanized;
the structure shall meet ASTM A -123; hardware, ASTM A -153.
SECTION 8- 20.2(2)B
HAS BEEN ADDED AS FOLLOWS:
8- 20.2(2)B Paint W
All exterior surfaces of the traffic signal and pedestrian standards shall be cleaned by sand
blasting to the requirement of SSPC SP -7 Brush Off Blast Cleaning, and touch -up by
SSPC SP -3 Power Tool Cleaning. The primer coat shall be applied to the interior and
exterior of the standard immediately following the cleaning process. The primer coat shall
be Tnemec Series 161 Tneme - Fascure (Polyamide epoxy) or an approved equal. It shall low
be applied in accordance with the manufacturer's recommendations to produce 3 -5 mils
Dry Film Thickness (DFT). The finish coat shall be Tnemec Series 73 Endura Shield
44
H:\ DIVISION. S\ TRANSPORTAT \DESIGN.ENG\Rynn\South Second\SPeCWS\1W_div8MV.d0c SR900 — So. 2nd St. Traffic Signal Safety
s
VI. CONTRACT SPECIFICATIONS
SPECIAL PROVISIONS
CITY OF RENTON
Im (Aliphatic Acrylic Polyurethane) or an approved equal. One coat shall be applied in
accordance with the manufacturer's recommendations to produce 2 -4 mils DFT. The
color of the finish coat shall be black and shall match a paint sample supplied by the
am Project Representative.
SECTION 8- 20.3(1) HAS BEEN SUPPLEMENTED AS FOLLOWS:
8- 20.3(1) General
Vehicular Signal Heads
4W Alignment of vehicular and pedestrian signal heads shall be approved by the Engineer
prior to system turn -on.
.. The type of mounting hardware specified for the mast arm mounted vehicle signal heads
may require modification at the time of installation to accommodate as built conditions.
After the pole assembly has been installed and leveled, the Contractor shall measure the
distance between each mounting point on the arm and the roadway. A type of mounting
bracket different from that specified on the plans shall be provided and installed by the
Contractor if necessary to achieve the following criteria:
1. Red indication shall be in as straight a line as possible.
2. The bottom of the housing shall be between 16.5 feet and 19.0 feet above the
pavement.
Removal of Existing Signal Equipment
The Contractor shall remove the existing signal equipment including controller cabinet,
cabinet foundation, signal standards, pedestrian standards, vehicle and pedestrian heads,
pedestrian push buttons, junction boxes, wire and all other materials associated with the
operation of the existing system that are not to be reused for the new system as indicated
in the plans. The following materials shall be delivered undamaged to the City of Renton
Shops:
1. Controller cabinet (internal components will be reinstalled as designated by the
Engineer)
2. Vehicle and pedestrian heads with mounting hardware
3. Opticom equipment
4. Signal and pedestrian standards
.. Relocation of Existing Signal Pole
One of the removed signal poles at the intersection of 2 "d Street and Wells Avenue shall
be re- installed in the southeast corner of the intersection as shown in the plans. After
removal the pole shall be cleaned and painted per 8- 20.2(2)B of these special provisions
45
H: \DIVISION. S\ TRANSPOR .TArDESIGN.ENGUtyan\South SeconMpecials\2nd_div8rev.doc SR900 — So. 2nd St. Traffic Signal Safety
L
VI. CONTRACT SPECIFICATIONS CITY OF RENTON
..
SPECIAL PROVISIONS
prior to re- installation. Existing signal mounting brackets shall be removed and all
exposed openings into the pole shall be plugged prior to painting. The sequence of pole
removal and replacement shall accommodate operation of all pedestrian displays while
the existing pole is being painted. no
Relocation of Existing Controller and Cabinet Components
Existing controllers and other cabinet components shall be relocated to the new controller
cabinets as shown in the plans. New conflict monitors and phase selectors shall be
furnished and installed as specified elsewhere in these special provisions.
Replacement of Existing Wiring
Where existing wiring is replaced with new wiring and reconnected to existing signal
equipment, sufficient lengths shall be provided to accommodate subsequent reconnection
to new signal equipment that replaces existing equipment. no
Switchover to New Signal Equipment
r
Short-term shutdowns of signal operations will be allowed during normal daytime
working hours for replacement or switchover to new signal equipment. No overnight
shutdowns will be allowed.
SECTION 8- 20.3(2) HAS BEEN SUPPLEMENTED BY ADDING THE
FOLLOWING:
8- 20.3(2) Excavating and Backfdling (RC) +"
The contractor shall supply trench within the unit widths and to the specified
depths at the locations indicated on the contract plans or as directed by the engineer.
The contractor shall have approved compaction equipment on site before "
beginning any excavation; compaction shall be performed at the time of the initial
backfilling of the trench unless directed otherwise by the engineer.
Trenching for conduit runs shall be done in a neat manner with the trench bottom
graded to provide a uniform grade. No work shall be covered until it has been examined
by the engineer. backfill material used for fill around and over this conduit system shall MW
be free of rocks greater than two inches in diameter to a depth of six inches above the
conduit.
Trench within the roadway area shall use select trench backfill which shall consist wo
of 5 /8th inch minus crushed surfacing top course or other material as indicated in the
special provisions or schedule of prices and directed for use by the engineer. The source
and quality of the material shall be subject to approval by the engineer. Trench backfill +
within the sidewalk area shall be made with acceptable materials from the excavation
subject to the Engineer's approval of the material and shall be considered a necessary part
and incidental to the excavation in accordance with the standard specifications. no
Unsuitable material shall be removed and backfill shall be select material approved by the
46
H:\ DIVISION. S\ TRANSPOR .TAT\DESIGN.ENG\Ryan\South Second\Spe ids\2nd_diV8m.doc SR900 — So. 2nd St. Traffic Signal Safety
.a. VI. CONTRACT SPECIFICATIONS
SPECIAL PROVISIONS
CITY OF RENTON
Engineer. The City reserves the right to make additions or deletions to the trench which
prove necessary for the completion of the project.
The minimum width for the trench will be at the option of the contractor. Trench
.. width will, however, be of sufficient size so that all of the necessary conduit can be
installed within the depths specified while maintaining the minimum cover.
Trench backfill material in roadway and sidewalk areas shall be compacted to
95% of the material's maximum density, per Section 2- 03.3(14)D.
SECTION 8- 20.3(4) HAS BEEN REVISED AS FOLLOWS.
8- 20.3(4) Foundations (RC)
Where obstructions prevent construction of planned foundations, the Contractor
shall construct an effective foundation satisfactory to the Engineer.
qW
on
MW
s
W.
am
V.
M.
on
The contractor shall provide all material for and construct the foundations for and
to the dimensions specified in table 1 below. The anchor bolts shall match that of the
device to be installed thereon.
All excess materials are to be removed from the foundation construction site and
disposed of at the contractor's expense.
Concrete shall be placed against undisturbed earth if possible. Disturbed earth or
backfill material shall be compacted to 95 percent of the material's maximum density.
Before placing the concrete the contractor shall block -out around any other underground
utilities that lie in the excavated base so that the concrete will not adhere to the utility
line. Concrete foundations shall be troweled, brushed, edged and finished in a
workmanship -like manner. Concrete shall be promptly cleaned from the exposed portion
of the anchor bolts and conduit after placement. Foundation shall all be Class 3000
concrete. After the specified curing period, the contractor may install the applicable
device thereon.
Table 1
Type of device Dimensions
Street Light Pole 4'Deep x 3' Sq or Dia.
Signal Pole up to 40' mast arm7'Deep x 3' Sq or Dia.
Signal Controller See Detail Sheet
Street Light Control Cabinet See Detail Sheet
Special Base See Detail Sheet
All concrete foundations shall be constructed in the manner specified below:
1. Where sidewalk or raised islands are to be constructed as a part of this project, the top
of the foundation shall be made flush with the top of the sidewalk or island. (See
detail sheet)
2. Where no sidewalks are to be installed, the grade for the top of the foundation shall
be as specified by the engineer. (See detail sheet)
All concrete foundations shall be located as per stationing on the plans or as located by
the engineer in the field.
47
H:\ DIVISION. S\ TRANSPOR .TAT\DESIGN.ENGayan\South Second\Speda1s\2nd_d1v8rev.doc SR900 — So. 2nd St. Traffic Signal Safety
VI. CONTRACT SPECIFICATIONS CITY OF RENTON
r
SPECIAL PROVISIONS
SECTION 8- 20.3(5) IS REVISED AND SUPPLEMENTED AS FOLLOWS:
8- 20.3(5) Conduit (RC)
When the Contractor encounters obstructions or is unable to install conduit
because of soil conditions, as determined by the Engineer, additional work to place the
conduit will be paid in accordance with Section 1 -04.4.
When open trenching is allowed, trench construction shall conform to the
following:
1. The pavement shall be sawcut a minimum of 3 inches deep. The cuts shall be parallel
to each other and extend one (1) foot beyond the edge of the trench.
2. Pavement shall be removed in an approved manner.
3. Trench depth shall provide 24 inches minimum cover over conduits below the
roadbed, and 18 inches below finished grade in all other areas..
5. Trenches located-within paved roadway areas shall berestored per the Renton
Standard Detail.
Pull Wires Shall be installed.
All conduit shall be rigid non - metallic unless noted otherwise in the Plans or
Special Provisions.
All conduit openings shall be fitted with approved bellends or Bushings. Wall
thickness of conduit shall be consistent within continuous conduit runs with no mixing 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 shown on plans.
Conduit to be provided and installed shall be of the type indicated below:
1. Schedule 40 heavy wall p.v.c. Conforming to ASTM standards shall be used
whenever the conduit is to be placed other than within the roadway area.
2. Schedule 80 extra heavy wall p.v.c. Conforming to ASTM standards shall be used
when the conduit is to be placed within the roadway area.
All joints shall be made with strict compliance to the manufacturer's
recommendations regarding cement used and environmental conditions.
SECTION 8- 20.3(9) IS REVISED AND SUPPLEMENTED AS FOLLOWS:
8- 20.3(9) Bonding, Grounding (RC)
Identification of the equipment grounding conductor shall conform to all Code
requirements.
Grounding of conduit and neutral at the service point shall be accomplished as
required under the Code. Grounding of the neutral shall be accomplished only at the
service.
All street light standards, signal poles and other standards on which electrical
equipment is mounted shall be grounded to a copper clad metallic ground rod 5/8" in
diameter x 8'0" in length complete with a #8 AWG bare copper bonding strap located in
the nearest junction box. All signal controller cabinets and signal/lighting service
cabinets shall be grounded to a 5/8" in diameter x 8'0" in length copper clad metallic
ground rod located in the nearest junction box with a bare copper bonding strap sized in
accordance with the plans, specifications and applicable codes.
48
H:\ DMSI ON .S \TRANSPOR.TAT�DESIGN.ENG\Ryan \South Second\SpecWs\2nd _ div8rev.doc SR900 - So. 2nd St. Traffic Signal Safety
no
r
Aw
no
..
s
C:
-0
.n
so
as
s
sar
„. VI. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
Ground rods are considered miscellaneous items and all costs are to be included
with the system or conductors. Ground straps are also miscellaneous items unless a
separate pay item is provided in the "Schedule of prices.”
SECTION 8- 20.3(10) IS REVISED AND SUPPLEMENTED AS FOLLOWS:
8- 20.3(10) Service (RC)
Existing power sources and services shall be utilized as shown on the Plans.
Upon request of the Contractor, the Engineer will make any necessary arrangements with
r
the serving utility to complete the service connections.
SECTION 8- 20.3(11) IS REVISED AND SUPPLEMENTED AS FOLLOWS:
..
WN
Wo
or
,.
no
OW
a,
Im
8- 20.3(11) Field Test (RC)
No change to. stop and go operation will be 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 traffic signal turn on will not be considered until a pre -turn on inspection
of signal system has taken place.
2. All discrepancies and deficiencies must be corrected by the contractor and re-
inspected prior to requesting signal turn on date.
3. Requests for signal turn on shall not be considered until electrical service to the
intersection has been provided and has been energized by the electric utility.
4. A minimum of three (3) working days notice will be required for signal turn on.
5. Channelization at the intersection must be complete per plan before requesting signal
turn on date. Any deletions of channelization prior to turn on must be approved by
the engineer.
6. City forces shall provide, post and maintain proper signing warning of new signal
ahead.
SECTION 8- 20.3(14) IS SUPPLEMENTED BE ADDING THE FOLLOWING:
8- 20.3(14) Signal Systems (RC)
All signal conductors shall be stranded copper and shall have 600 volt insulation
and be of the sizes noted on the plans. All multi- conductors used for the signal system
shall conform to division 9 -29.3 and shall be of the sizes noted on the signal wiring
schedule and wiring diagram. All stranded wires terminated at a terminal block shall
have an open end, crimp style solderless terminal connector, and all solid wires
terminated at a terminal block shall have an open end soldered terminal connector. All
terminals shall be installed with a tool designed for the installation of the correct type of
connector and crimping with pliers, wire cutters, etc., will not be allowed. All wiring
inside the controller cabinet shall be trimmed and cabled together to make a neat, clean
appearing installation. No splicing of any traffic signal conductor shall be permitted
unless otherwise indicated on the plans. All conductor runs shall be attached to
appropriate signal terminal boards with pressure type binding posts. The only exceptions
shall be the splices for detector loops at the nearest junction box to the loops.
49
H:\ DIVISION. S\ TRANSPOR .TAT\DESIGN.ENG\Ryan\South Second\Spe6a1s\2nd_div8m.doc SR900 — So. 2nd St. Traffic Signal Safety
VI. CONTRACT SPECIFICATIONS CITY OF RENTON
ai
SPECIAL PROVISIONS
SECTION 8- 20.3(14)E IS REVISED AND SUPPLEMENTED AS FOLLOWS:
8- 20.3(14)E Signal Standards (RC)
3. Disconnect connectors complete with pole and bracket cable shall be installed in
any signal standard supporting a luminaire.
14. The signal standard and its fabrication shall conform with all current Washington
State Department of Transportation Signal Standard Specifications and current pre -
approved plans by WSDOT.
15. Installation of all nuts and bolts shall be performed with proper sized sockets,
open end or box wrenches. Use of pipe wrenches or other tools which can
damage the galvanization of the nuts and bolts will not be permitted. Tools shall
be of a sufficient size and strength to achieve adequate torquing of the nut(s).
SECTION 8- 20.3(14)F IS AN ADDED NEW SECTION.
8- 20.3(14)F Opticom Priority Control Systems (RC)
All new Opticom Priority System components shall be 700 Series, or approved
equal. The Contractor shall supply one copy of the manufacturer's software on original
disks. Controller cabinets shall have the 562 harness wired into the cabinet by the
supplier.
SECTION 8- 20.3(15) IS SUPPLEMENTED BYADDING THE FOLLOWING.
8- 20.3(15) Grout (RC)
After the pole is plumbed the space between the concrete foundation and the
bottom of the pole base plate shall be filled with a dry pack mortar grout trowled to a
smooth finish conforming to the contour of the pole base plate. Dry pack mortar grout
shall consist of a 1:3 mixture of portland cement and fine sand with just enough water so
that the mixture will stick together on being molded into a ball by hand and will not
exude moisture when so pressed. A one half inch drain hole shall be left in the bottom of
the grout pad as shown on the standard detail.
SECTION 8 -20.4 IS REVISED AND SUPPLEMENTED AS FOLLOWS:
8 -20.4 Measurement (RC)
When shown as lump sum in the Plans or in the proposal as traffic signal system
no specific unit of measurement will apply, but measurement will be for the sum total
of all items for a complete system to be furnished and installed.
SECTION 8 -20.5 IS SUPPLEMENTED AND REVISED AS FOLLOWS.
8 -20.5 Payment (RC)
Payment will be made for each of the following bid items that are included in the
proposal:
"Traffic Signal System ", lump sum.
The lump sum contract price for "Traffic Signal System S.2nd At Logan Ave. ",
"Traffic Signal System S. 2 "d At Williams Ave." and "Traffic Signal System At Wells
Ave." shall be full pay for furnishing all labor, materials, tools, and equipment
necessary for the construction of the complete electrical system, modifying existing
50
H:\ DMSION. S\ TRANSPORTAT \DESIGN.ENGUtyan\South Second\SpcCWs\2nd _ div8m.d0c SR900 — So. 2nd St. Traffic Signal Safety
a.
no
wo
or
,.
•.
,r
or
40
ME
MW
M
me
M
4W VI. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
No systems, or both, as shown in the Plans and herein specified including excavation,
backfilling, removal and replacement of sidewalk panels, concrete foundations,
conduit, wiring, restoring facilities destroyed or damaged during construction,
., salvaging existing materials, removing foundations, removing existing signal
equipment, relocating and installing signs, and for making all required tests. All
additional materials and labor, not shown in the plans or called for herein and which
.. are required to complete the electrical system, shall be included in the lump sum
contract price.
All costs for installing conduit containing both signal and illumination wiring
r shall be included in the contract prices for the signal system.
W
T
r
go
W
so
>P
or
to
•
a
WW
51
H:\ DMSION. S\ TRANSPOR .TAI'\DESIGN.ENG\Ryan\SOuth Second\SpeciWs\2nd _ div8rev.d0c SR900 — So. 2nd St. Traffic Signal Safety
IM
VI. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS "0
go
THIS PAGE LEFT INTENTIONALLY BLANK
dw
.r
AV
mp
as
CA
.v
52
H:\ DIVISION. S\ TRANSPOR.TATDESIGN.ENG\RW\South Second\Specials\2nd_div8rev.doc SR900 — So. 2nd St. Traffic Signal Safety
agar
.r, VI. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
No Division 9
Materials
WP
9 -00 Definitions and Tests
'P SECTION 9 -00 IS SUPPLEMENTED BY ADDING THE FOLLOWING:
9 -00(A) Recycled Materials (RC)
The City encourages the use of recycled materials whenever practicable, provided
that those materials meet or exceed all applicable requirements described elsewhere in the
•. contract specifications. Should recycled materials be utilized, the City requires that a
Recycled Product Reporting Form be completed by the Contractor.
IV 9 -06 Structural Steel and Related Materials
9 -06.5 Bolts
SECTION 9-06.5(4) HAS BEEN SUPPLEMENTED BY ADDING:
.. 9- 06.5(4) Anchor Bolts (RC)
All anchor bolts, nuts, washers and anchor plates for signal poles, street light
poles, strain poles or other types of poles shall meet the recommended specifications of
+M the pole manufacturer. The Contractor shall be responsible for providing to the Engineer
any and all data concerning fabrication, strength test results, mill certification and other
data required to confirm that the anchor bolts meet those specifications.
The following standard specifications shall apply to anchor bolts for street light,
signal and strain poles provided that the Contractor can submit documentation from the
manufacturer affirming that anchor bolts meeting these specifications are recommended
" for the pole to be installed thereon:
1. The standard anchor bolt for aluminum street light poles shall be 42 inches in length
and shall meet the requirements of ASTM A 36 or ASTM A 307. The shaft of the
anchor bolt shall be a full one inch in diameter with a hot forged four inch "L" bend
on the bottom end and a minimum of six inches of die -cut threads on the top end.
2. The anchor bolts for signal poles and strain poles shall meet the specifications as
designated on the approved manufacturer's pole plans and/or supplemental plans or
specifications provided by the manufacturer.
�. All anchor bolts, nuts and washers shall meet the pole manufacturer's
specifications and shall be hot dipped galvanized unless such galvanization is not
permitted for the type of steel as per Section 9- 06.5(4).
OW
53 SR900 — So. 2nd St. Traffic Signal Safety
H:\ DIVISION .S \TRANSPOR.TA7IDESIGN.ENGUtysn \South Second\Specisls\2nd_div9rev.doc
'M
VI. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS "V
9 -23 Concrete Curing Materials and Admixtures
SECTION 9 -23.9 IS REVISED AS FOLLOWS:
9 -23.9 Fly Ash (RC)
Fly ash shall not be used around water lines.
9 -29 Illumination, Signals, Electrical
SECTION 9 -29.1 IS SUPPLEMENTED BYADDING THE FOLLOWING.
9 -29.1 Conduit (RC)
The conduit P.V.C. - non - metallic shall be of the two types indicated below:
1. Schedule 80 Extra heavy wall P.V.C. conforming to ASTM, Standards, to be used in
all installations under roadways.
2. Schedule 40 heavy wall P.V.C. conforming to ASTM Standards.
SECTION 9 -29.3 IS REVISED AND SUPPLEMENTED AS FOLLOWS:
9 -29.3 Conductors, Cable (RC)
Each wire shall be numbered at each terminal end with a wrap - around type
numbering strip bearing the circuit number shown on the plans.
No splicing of any traffic signal conductor shall be permitted unless otherwise
indicated on the plans. All conductor runs shall be pulled to the appropriate signal
terminal compartment board with pressure type binding posts. The only exceptions shall
be the splices for detector loops at the nearest junction box to the loops.
The contractor shall provide and install all the necessary wiring, fuses and fittings
so as to complete the installation of the signal and lighting equipment as shown on the
plans. All materials and installation methods, except as noted otherwise herein, shall
comply with applicable sections of the National Electrical Code.
8. Detector loop wire shall be No. 12 AWG stranded copper wire, Class B, with
chemically cross - linked polyethylene type RHH -RHW insulation of code thickness.
11. Communications cable shall meet REA specification PE -39 and shall have No. 19
AWG wires with 0.008 inch FPA/MPR coated aluminum shielding. The cable shall have
a petroleum compound completely filling the inside of the cable.
The shielded communications /signal interconnect cable shall meet the following:
1. Conductors: Solid, soft drawn, annealed copper, size 19 awg.
2. Insulation: solid, virgin high density polyethylene or polypropylene, with telephone
industry color coding.
3. Cable core assembly: insulated conductors are twisted into pairs with varying lays
(twist lengths) to minimize cross talk and meet strict capacitance limits.
4. Shielding: A corrosion/oxidation resistant tinted ethylene copolymer coated (both
sides) .008" thick corrugated aluminum tape shield is applied longitudinally with
shielding coverage. A .005 corrugated tape applied in the same manner is acceptable.
5. Outer jacket: A black, low density high molecular weight virgin polyethylene
(compounded to withstand sunlight, temperature variations and other environmental
54
H:\ DMSION. S\ TRANSPOR .TAT\DESIGN.ENG\Ryan\South Second\.Speciils\2nd_di%*ev.doc SR900 — So. 2nd St. Traffic Signal Safety
X0
40
,n
VV
or
,r
no
sr
42
.0
aw
im
me
go
r'
VI. CONTRACT SPECIFICATIONS
SPECIAL PROVISIONS
CITY OF RENTON
conditions plus abuse during installation) is extruded overall to provide a continuous
covering.
6. Footage markings: footage markings must be printed sequentially a minimum of 2'
along the outer jacket.
7. Filling: the entire cable within the outer jacket is flooded with petroleum - polyethylene
gel filling compound including the area between the outer jacket and the shield.
' SECTION 9 -29.9 IS SUPPLEMENTED BYADDING THE FOLLOWING:
9 -29.9 Ballast, Transformers (RC)
The Ballast shall be pre -wired to the lamp socket and terminal board.
SECTION 9 -29.10 IS SUPPLEMENTED BYADDING THE FOLLOWING:
9 -29.10 Luminaires (RC)
The filter shall be charcoal with elast -omer gasket.
Luminaires shall have a cast aluminum housing of the cobra head style with a glass ovate
refractor.
The manufacturer's name or symbol shall be clearly marked on each lummaire.
SECTION 9- 29.13(2) IS REVISED AND SUPPLEMENTED AS FOLLOWS:
9- 29.13(2) Flashing Operations (RC)
2. Police Panel Switch. When the flash- automatic switch located behind the police panel
door is turned to the flash position, the signals shall immediately revert to flash;
however, the controller shall "STOP TIME." When the switch is placed on automatic,
the signals shall continue to flash for an additional 8 second flash period. At the
completion of the continued 8 second flash period, unless otherwise specified, the
controller shall immediately resume normal cyclic operations at the beginning of
artery yellow.
4. Power Interruption. On "NEMA" controllers any power interruption longer than 475
plus or minus 25 milliseconds, signals shall re- energize consistent with No. 2 above
•• to ensure an 8 second flash period prior to the start of artery green. A power
interruption of less than 475 plus or minus 25 milliseconds shall not cause
resequencing of the controller and the signal displays shall re- energize without
change.
5. Conflict Monitor. Upon sensing conflicting signals or unsatisfactory operation
voltages, the conflict monitor shall immediately cause the signal to revert to flash;
" however, the controller shall stop time at the point of conflict. After the conflict
monitor has been reset, the controller shall immediately take command of the signal
_ displays at the beginning of artery yellow.
6. Flash unit shall be a two circuit type, capable of switching loads up to 1000 watts per
circuit alternately at a rate of 60 flashes per minute per circuit, plus or minus two
flashes per minute.
4W
55 SR900 — So. 2nd St. Traffic Signal Safety
H:\ DIVISION .S \TRANSPOR.TAT�DESIGN.ENGVtyan \South Second\Specials\2nd_div9rev.doc
VI. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
SECTION 9- 29.13(3) IS REVISED AND SUPPLEMENTED AS FOLLOWS:
9- 29.13(3) Emergency Pre - emption (RC)
Immediately after a valid call has been received, the preemption controls shall
cause the signals to display the required clearance intervals and subsequent preemption
intervals. Preemption shall sequence as noted in the contract. Preemption equipment shall
be installed so that internal wiring of the controller, as normally furnished by the
manufacturer, is not altered.
Emergency vehicle pre - emption shall be furnished as modules that plug directly
into a rack wired to accept 3 -M discriminator type units. The pre - emption system
operation shall be compatible with the 700 Series 3M company "opticom" system which
the City of Renton is currently using and shall be capable of being activated by the same
transmitters.
The optical signal discriminator system shall enable an authorized vehicle to
remotely control traffic control signals from a distance of up to 1800 feet (0.54
kilometers) along an unobstructed "line of sight" path. The system shall cause the traffic
signals controller to move into an appropriate fire pre - emption program. this optical
discriminator shall interface to the 562 software, for field programmability. It shall
consist of the following components:
a) Optical energy detectors which shall be mounted on the traffic signal mast arms and
shall receive the optical energy emitter's signal.
b) Discriminators which shall cause the signal controller to go into internal pre - emption
which will give the authorized vehicle the right of way in the manner shown on the
phase sequence diagram.
Optical Detector
a) Shall be of solid state construction.
b) Fittings shall meet the specifications of the system manufacturer to facilitate ease of
installation.
c) Shall operate over an ambient temperature range of -40 °F to +180 °F ( -40 °C to +85°
C).
d) Shall have internal circuitry encapsulated in a semi - flexible compound and shall be
impervious to moisture.
e) Shall respond to the optical energy impulses generated by a pulsed Xenon source with
a pulse energy density of 0.8 micro joule per square meter at the detector, a rise time
less than one microsecond and half power point pulse width on not less than thirty
microseconds.
f) Discriminator
g) Each module shall do the following:
h) Shall provide for a minimum of two channels of optical detector input.
i) Shall provide for a minimum of two discrete channels of optically isolated output.
When a pre - emption detector detects an emergency vehicle, the phase
selector /discriminator shall hold the controller in the required phase or advance directly to
that phase after observing all vehicle clearances. The phase selector /discriminator shall
hold the controller in the phase selected until the detector no longer detects the emergency
vehicle.
56
H:\ DMSION. S\ TRANSPOR .TAT�DESIGN.ENG\Ryan\South Second\SpecWs\2nd_divWev.doc SR900 — So. 2nd St. Traffic Signal Safety
so
C_w;
,.
>r
ow
Eil
go
1--1
MW
no
mo
MW
4W VI. CONTRACT SPECIFICATIONS
SPECIAL PROVISIONS
CITY OF RENTON
Power Switches
• There shall be a main power switch inside the cabinet that shall render all control
equipment electrically dead when turned off. There shall be a controller power switch
that shall render the controller and load switching devices electrically dead while
maintaining flashing operation for purposes of changing controllers or load switching
devices.
AW
57
H:\ DIVISION .S \TRANSPOR.TATIDESIGN.ENG\Ryan \South Sec0nd\SpecWs\2nd_div%ev.doc SR900 — So. 2nd St. Traffic Signal Safety
When the phase selector /discriminator is responding to one detector, it shall not
respond to any other detector until calls from the first detector are satisfied. Indicator
lights shall indicate power on, signal being received, channel called. Switches shall
+ft
control system power and simulate detector calls for each phase.
SECTION 9- 29.13(4) IS SUPPLEMENTED BYADDING THE FOLLOWING:
,`
9- 29.13(4) Wiring Diagrams (RC)
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.
SECTION 9- 29.13(6) IS SUPPLEMENTED BY ADDING THE FOLLOWING:
9- 29.13(6) Radio Interference Suppressors
A Cornell - Dubiler radio interference filter NF 10801-130 amps or equivalent
v►
shall be used to filter the A.C. power. Additionally, all power supplies shall have noise
immunity from other devices within the cabinet.
SECTION 9- 29.13(7)A IS SUPPLEMENTED BYADDING THE FOLLOWING:
9- 29.13(7)A Environmental, Performance and Test Standards for Solid -State
Traffic Controllers (RC)
The contractor shall deliver to the City of Renton Signal Shop three fully wired
controller cabinets including such pluggables as a 6- channel NEMA -PLUS conflict
,,.
monitor and discriminator module. The City shall set up the cabinet, provide controller,
load switches, detector amplifier and flash transfer relays. The City will perform a two -
stage test. First, the cabinet will be visually examined for specification compliance.
i•
Second, the cabinet shall be powered up and exercised to insure that each component and
function performs as an integrated system. At any time a failure is noted with the cabinet
or contractor supplied components, the test will be stopped until all components are
functioning satisfactorily. Failure of City furnished components shall be the
responsibility of the City. The test period shall extend until it is demonstrated that the
contractor supplied components are functioning properly. The demonstration by the
contractor to the Engineer of all components functioning properly shall not relieve the
contractor of any responsibility relative to the proper functioning of all aforestated control
gear when field installed.
_
SECTION 9- 29.13(7)B IS REVISED AND SUPPLEMENTED AS FOLLOWS:
..
9- 29.13(7)B Auxiliary Equipment for Traffic Actuated Controllers (RC)
Power Switches
• There shall be a main power switch inside the cabinet that shall render all control
equipment electrically dead when turned off. There shall be a controller power switch
that shall render the controller and load switching devices electrically dead while
maintaining flashing operation for purposes of changing controllers or load switching
devices.
AW
57
H:\ DIVISION .S \TRANSPOR.TATIDESIGN.ENG\Ryan \South Sec0nd\SpecWs\2nd_div%ev.doc SR900 — So. 2nd St. Traffic Signal Safety
VI. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
Stop Time Bypass Switch
There shall be a switch in the cabinet identified as the stop time bypass switch. If the
intersection is placed on flashing operation either by the flash switch or the fail safe
monitor, the controller shall immediately stop time. The stop time bypass switch
shall remove stop time from the controller and permit normal cycling operation while
the intersection remains in flashing operation.
DETECTOR test switch
Each vehicle and pedestrian phase shall have a momentary (spring return) detector
test switch. When depressed, the switch shall place a call on its respective signal
phase.
Convenience Outlet, Ground Fault Interrupter, Lamp Socket
A convenience outlet protected with a ground fault interrupter and an incandescent
lamp socket shall be furnished in the main cabinet. A door switch for the lamp shall
be provided. This circuit shall be protected by a circuit breaker rated at 20 amps.
Fail Safe Unit
Fail safe unit shall be a 6- channel unit meeting the NEMA -PLUS specifications and
shall monitor both the positive and negative portions of the A.C. sine wave for all
green, amber and pedestrian walk indications. The duration of a display of conflicting
indications shall not be long enough to be visible to motorists or pedestrians before
the monitor initiates flashing operation. There shall be a visual indication that the
monitor has preempted normal operation.The fail safe monitor shall be Model SSM-
12LE as manufactured by Eberle Design Inc., or approved equal.
Surge Protector (Lighting Arrester)
The controller shall have an input voltage surge protector that shall protect the
controller input from any voltage surges that could damage the controller or any of its
components.
Field Wiring Terminal
There shall be a terminal strip for field wiring in the controller cabinet. The terminals
shall be numbered in 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
wiring numbers where the terminal strip is illustrated. A common bus bar with a
minimum of 15 terminals and a ground bar with a minimum of 6 terminals shall be
provided.
SECTION 9- 29.13(7)D IS REVISED AND SUPPLEMENTED AS FOLLOWS:
9- 29.13(7)D Controller Cabinets (RC, SA)
5. The cabinet door shall be provided with:
a) A spring loaded construction core lock capable of accepting a Best CX series core
installed by others. Cast cabinets shall have an approved one point positive latch.
Formed cabinets shall have a three point latch.
b) A police panel door with a stainless steel hinge pin and a lock. Two police keys with
shafts a minimum of 1 3/4 inch long shall be provided with each cabinet. Inside the
police panel there shall be a signal on -off switch which shall prohibit any signal
display in the field but will allow the control equipment to operate when placed in the
58
H:I DIVISION. SITRANSPOR .TAT\DESIGN.ENG\Ryan\South Second'SpecWs\2nd_divWev.doc SR900 — So. 2nd St. Traffic Signal Safety
IL-:
AM
W
F:
.,,.
..
so
as
go
..
jw
..
..
li
aw VI. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
V ft
"off' position. A second switch shall be the auto -flash switch. When placed in the
"flash" position, controller power shall remain on and controller shall stop time
dependent on switch setting on the auxiliary panel described later.
., c)
Cabinet doors shall be gasketed with one piece, close cell neoprene. They shall be
equipped with some type of stops so the door may be held open in either of two -
positions at approximately 90 degrees and 180 degrees and be of suitable design to
�.
withstand a 40 mph wind..
d)
A two position door stop assembly.
e)
The Controller cabinet shall have a 6- position load bay panel with at least the
"
following items mounted on the face of the panel: transfer relays; load switches(four
vehicle /two pedestrian); and, terminal blocks for termination of all wires contained on
a separate panel (the terminal block shall conform to Washington Standard
Specifications). This load bay panel shall be mounted so that when the screws are
removed, it will be possible to obtain full access to the terminations on the back of the
load bay panel.
f)
The cabinet shall have a four position shelf mounted rack assembly. The first two
positions shall be wired for 2- channel opticom discriminators 700 series, the other
.,w
two positions shall be wired for four channels of system detector inputs.
g)
The cabinet shall have a telemetry panel wired for the city's Multisonic VMS
computer system (Drawing number 006818). A copy is included in the Appendix.
.a.
SECTION 9- 29.16(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING:
am 9- 29.16(2) Conventional Traffic Signal Heads (RC)
Vehicular signal heads shall have 12 inch lens sizes unless shown otherwise on
•• the signal plans.
Each signal head shall have a 1/4 inch drain hole in its base.
Position of the signal heads shall be located as close as possible to the center of
the lanes.
Signal heads shall be mounted on the mast arm such that the red indicators lie in
the same plane and such that the bottom of the housing of a signal head shall not be less
ftw than 16 feet 6 inches nor more than 18 feet 6 inches above the grade at the center of the
roadway.
SECTION 9- 29.16(2)A HAS BEEN REVISED AS FOLLOWS:
9- 29.16(2)A Optical Units (RC)
qW Optical units for traffic signal displays shall conform to the requirements of ITE
Publication No. ST -008B and the following:
1. Twelve -inch yellow ball, and green ball displays and 8 -inch yellow ball, and green
ball displays shall use incandescent light sources and shall conform to the following.
a. Light Source: 8 in. Clear Bulb, A21 /TS with medium base, 67 to 69 watt. 12 in.
Clear bulb, P25 /TS with medium base, 165 watt
b. Voltage: 80 -135 VAC.
low
59
H:\ DIVISION. S\ TRANSPOR .TAT\DESIGN.ENG\Ryan\South Second\Specia1s\2nd_div9rev.doc SR900 — So. 2nd St. Traffic Signal Safety
VI. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
c. Rated Initial Lumens at 120 VAC: 8 in.: 665, 12 in.: 1950
d. Minimum Initial Lumens at 120 VAC: 8 in.: 595, 12 in.: 1750
e. Light Center: 8 in. 2 7 /16 in., 12 in. 3 in.
f. Minimum Life: 8,000 hours.
g. Orientation: The bulb shall be installed with the opening between the filaments
UP.
h. Operation: The bulb shall operate properly between —40 C to 74 C.
i. Lens: The lens material shall be prismed glass. The lens shall be secured to the
housing with four noncorrosive clips. The lens shall have a neoprene gasket
making the display weather and dust tight.
j. Reflector: The reflector shall be specular aluminum with anodic coating.
k. Reflector Support: The reflector support shall be pivoted to the housing, and shall
be designed so that it can be swung out or easily removed without the use of any
tools.
2. 12 inch red ball displays, 8 inch red ball displays, red arrow displays, green arrow
displays, and yellow arrow displays shall consist of an assembly that utilizes light
emitting diodes as the light source in lieu of an incandescent lamp for use in traffic
signal sections.
General
Each LED signal module shall be designed to be installed in the door frame of a
standard traffic signal housing. The lamp socket, reflector, reflector holder and lens
used with an incandescent lamp shall not be used in a signal section in which a LED
signal module is installed.
LED signal modules used on this project shall be from the same manufacturer, and
each size shall be the same model.
Each LED signal module shall be a sealed unit with two conductors for
connecting to power, a printed circuit board, power supply, a red lens and gasket, and
shall be weather proof after installation and connection. The circuit board and power
supply shall be contained inside the module.
Conductors for modules shall be 3 feet in length, with quick disconnect terminals
attached.
The lens of the module shall be integral to the unit, shall be convex with a smooth
outer surface and made of ultraviolet stabilized plastic or of glass. The lens shall be
capable of withstanding ultraviolet (direct sunlight) exposure for a minimum period
of 5 years without exhibiting evidence of deterioration.
The module shall be sealed in the door frame with a one -piece EPDM (ethylene
propylene rubber) gasket.
The LEDs shall be the ultra bright type rated for 100,000 hours of continuous
operation from -40 °C to 74 °C.
The individual LEDs shall be wired such that a catastrophic failure of one LED
will result in the loss of not more than 5 percent of the signal module light output.
The failure of an individual LED in a string shall only result in the loss of that
LED, not the entire string or indication.
The LED signal modules tested or submitted for testing shall be representative of
typical average production units. All optical testing shall be performed with the
60
H:\ DMSION. S\ TRANSPOR .TAT\DESIGN.ENG\Ryan\South Second\Spe ials\2nd_divWev.doc SR900 — So. 2nd St. Traffic Signal Safety
»
..
No
.w
TM
W
AW
so
as
,o
..
MW
W
4W
r
4W VI. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
aw
40
1W
am
am
..
ow
module mounted in a standard traffic signal section but without a visor or hood
attached to the signal section.
Maximum initial power requirements for LED signal modules shall be 25 W for
12 -inch red, 15 W for 8 -inch red and 15 W for 12 -inch red arrow at 25 °C.
LED signal modules shall be rated for a minimum useful life of 48 months and
shall maintain not less than 85 percent of the standard light output values found in the
ITE publication ST -00813, "Vehicle Traffic Control Signal Heads" ( VTCSH ST -017),
after 48 months of continuous use in a traffic signal operation over the temperature
range of -40 °C to +74 °C.
In addition to the requirements for circular LED signal modules, arrow modules
shall conform to the following:
The LED arrow indication shall meet existing specifications stated in the VTCSH
for arrow lenses. The LEDs shall be spread evenly across the illuminated portion
of the arrow area.
Physical and Mechanical
LED traffic signal modules shall be designed as retrofit replacements for existing
optical units of signal lamps and shall not require special tools for installation. LED
signal modules shall fit into existing traffic signal section housings built to the
VTCSH without modification to the housing.
Installation of a LED signal module shall only require the removal of the optical
unit components, i.e., lens, lamp module, gaskets, and reflector; shall be weather tight
and fit securely in the housing; and shall connect directly to electrical wiring.
LED Signal Module Lens
The LED signal module shall be capable of replacing the optical unit. The lens
may be tinted or may use transparent film or materials with similar characteristics to
enhance ON /OFF contrasts. The use of tinting or other materials to enhance ON /OFF
contrasts shall not affect chromaticity and shall be uniform across the face of the lens.
The lens shall be clear "Hard Coated" polycarbonate (UV stabilized "Lexan ")
convex lens with a minimum of 1/8 -inch thickness. The light transmittance shall be
92 percent minimum. The lens shall be free from bubbles, flaws, and other
imperfections. The lens shall not be diffused. The hard coating shall be tested as
follows:
Abrasion Test: Taber Abrasion Test (with 500g. load on each wheel at 1000
cycles.) Haze percent shall be measured per ASTM D 1003 -6L. The change in Haze
aw shall be between 3.0 and 7.0.
Water Immersion Test: The lens shall be immersed in tap water at 6.5 C for 500
hours minimum and shall show no cracking or loss of adhesion.
.. QUV Exposure Test: The test shall be performed with a QUV instrument
manufactured by Q Panel Corporation. The cycle shall be 8 hours UV at 70 C and 4
hours cond. humidity at 50 C. After 500 hours, the yellowness index shall be between
q- 1 and 4. After 800 hours sunlamp exposre, there shall be no cracking or loss of
adhesion.
Environmental
The LED signal module shall be rated for use in the operating temperature range
of -40 "C ( -40 °F) to +74 °C ( +165 °F).
aw
61
H:\ DIVISION. S\ 7RANSPOR .TAT\DESIGN.ENG\Ryan\South Sa0nd\Speda1s\2nd_d1vWev.doc SR900 — So. 2nd St. Traffic Signal Safety
S
VI. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
The LED signal module shall be protected against dust and moisture intrusion per
the requirements of NEMA Standard 250 -1991 for Type 4 enclosures to protect all
internal components.
The LED signal module lens shall be UV stabilized.
Construction
The LED signal module shall be a single, self - contained device, not requiring on-
site assembly for installation into an existing traffic signal housing.
The power supply for the LED signal module shall be integral to the unit.
The assembly and manufacturing process for the LED signal assembly shall be
designed to assure all internal components are adequately supported to withstand
mechanical shock and vibration from high winds and other sources.
Materials
Material used for the lens and signal module construction shall conform to ASTM
specifications for the materials where applicable.
Enclosures containing either the power supply or electronic components of the
signal module shall be made of UL94VO flame retardant materials. The lens of the
signal module is excluded from this requirement.
Module Identification
Each LED signal module shall have the manufacturer's name, trademark, and
other necessary identification permanently marked on the back of the module. Each
individual LED signal module shall be identified for warranty purposes.
The following operating characteristics shall be identified: rated voltage, power
consumption, and volt- ampere.
Each LED signal module shall have prominent and permanent vertical marking(s)
for correct indexing and orientation within a signal housing. The markings shall
consist of an up arrow, or the word "UP" or "TOP ".
Photometric Requirements:
An LED traffic signal modules shall meet at least 85 percent of the minimum
VTCSH intensity requirements while operating throughout the operating temperature
range of -40 °C to +74 °C.
The minimum initial luminous intensity values for LED traffic signal modules
shall be as defined in Section 11.04 of the VTCSH standard at 25 °C.
The measured chromaticity coordinates of LED signal modules shall conform to
the chromaticity requirements of Section 8.04 and Figure 1 of the VTCSH standard.
Electrical
LED signal modules shall operate from a 60 Hz +3 Hz AC line over a voltage
ranging from 80 volts to 135 volts. The LED circuitry shall prevent perceptible flicker
over the voltage range specified above. The fluctuations of line voltage shall have no
visible effect on the luminous intensity of the indications. Rated voltage for all
measurements shall be 120 volts.
All wiring and terminal blocks shall meet the requirements of Section 13.02 of the
VTCSH standard. Two secured, color coded, 914 mm (36 in) long 600 V, 20 AWG
minimum, jacketed wires, conforming to the National Electric Code, rated for service
at +105 °C, are to be provided for electrical connection for each LED signal module.
62
H:\ DIVISION. S\ TRANSPOR .TAT\DESIGN.ENG\Ryan\South S=ond\Spxids\2nd_div*ev.doc SR900 — So. 2nd St. Traffic Signal Safety
aw
we
tr
M
VW
ow
Uff
..
goo
..
no
No
..
MW
.■, VI. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
No
up
L73
..
aw
.J
MW
9W
UP
M
4W
aw
The signal module on -board circuitry shall include voltage surge protection to
withstand high- repetition noise transients as stated in Section 2.1.6 of NEMA
Standard TS -2, 1992.
LED signal modules shall be operationally compatible with currently used
controller assemblies (solid state load switches, flashers, and conflict monitors).
LED signal modules and associated on -board circuitry must meet Federal
Communications Commission (FCC) Title 47, SubPart B, Section 15 regulations
concerning the emission of electronic noise.
The LED signal module shall provide a power factor of 0.90 or greater.
Total harmonic distortion (current and voltage) induced into an AC power line by
a LED signal module shall not exceed 20 percent.
Quality Assurance
LED signal modules shall be manufactured in accordance with a vendor quality
assurance (QA) program. The QA program shall include two types of quality
assurance: (1) design quality assurance and (2) production quality assurance. The
production quality assurance shall include statistically controlled routine tests to
ensure minimum performance levels of LED signal modules built to meet this
specification.
QA process and test results documentation shall be kept on file for a minimum
period of seven years.
LED signal module designs not satisfying design qualification testing and the
production quality assurance testing performance requirements described below shall
not be labeled, advertised, or sold as conforming to this specification.
Manufacturer's Serial Numbers
Identification of the component and sub - assembly level may be required if the
reliability and performance of the module must be traceable to the original item
manufacturers of the module components and subassemblies.
Production Quality Assurance Testing
The following Production Quality Assurance tests shall be performed on each new
LED signal module prior to shipment.
Failure to meet requirements of any of these tests shall be cause for rejection. Test
results shall be retained by the manufacturer for warranty purposes for seven years.
Each LED signal module shall be tested for rated initial intensity after burn -in.
Burn -in period shall consist of each signal module being energized at rated voltage for
a 30 minute stabilization period before the measurement is made. A single point
measurement with a correlation to the intensity requirements of Section 1.04 of the
VTCSH may be used. The ambient temperature for this measurement shall be +25 °C
( +77 °F).
Each LED signal module not meeting minimum luminous intensity requirements
per Table 1 of VTCSH shall be cause for rejection.
Each All LED signal module shall be tested for required power factor after burn -
in.
Each LED signal module shall be measured for current flow in amperes after
burn -in. The measured current values shall be compared against current values
resulting from design qualification measurements under "Design Qualification
-
H:\ DIVISION. S\ TRANSPOR .TAT\DESIGN.ENGUtysn\South Sccond\Specials\2nd _ divW v9rev.doc SR900 — So. 2nd St. Traffic Signal Safety
VI. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS .r
Testing ". The current flow shall not exceed the rated value. The measured ampere
values with rated voltage shall be recorded as volt- ampere (VA) on the product labels.
Each LED signal modules shall be visually inspected for any exterior physical
damage or assembly anomalies. Careful attention shall be paid to the surface of the
lens to ensure there are no scratches (abrasions), cracks, chips, discoloration, or other
defects. Any such defects shall be cause for rejection.
Design Qualification Testing
Design Qualification testing shall be performed on new LED signal module
designs, and when a major design change has been implemented on an existing
design. The minimum sample quantity of LED signal modules shall be as stated for
each test. Failure to meet requirements for any of these tests shall be cause for
rejection.
A random sample of six LED signal modules shall be energized for a minimum of
24 hours, at 100 percent on -time duty cycle, in a temperature of 74 °C ( +165 °F) before
performing any design qualification testing. Any failure within an LED signal module
after burn -in shall be cause for rejection.
Rated Initial Luminous Intensity
After burn -in a sample of six LED signal modules shall be tested for rated initial
intensity per the requirements of "Photometric Requirements ". Before measurement,
each LED signal module shall be energized at rated voltage, with 100 percent on -time
duty cycle, for a time period of 30 minutes. The ambient temperature for this
measurement shall be 25 °C (77 °F). The test results for this test shall have recorded
the current voltage, total harmonic distortion (THD), and power factor (PF) associated
with each measurement.
Chromaticity (Color)
A sample of two LED signal modules shall be measured for chromaticity (color)
per the requirements of "Chromaticity requirements under "Photometric
Requirements." A spectroradiometer shall be used for this measurement. The ambient
temperature for this measurement shall be 25 °C (77 °F).
Electrical
A sample of six LED signal modules shall be measured for current flow in
amperes. The measured current values shall be used for quality comparison of
Production Quality Assurance current measurement on production modules.
A sample of six LED signal modules shall be measured for power factor. A
commercially available power factor meter may be used to perform this measurement.
A sample of six LED modules shall be measured for total harmonic distortion. A
commercially available total harmonic distortion meter may be used to perform this
measurement.
A sample of six LED signal modules shall be tested per the requirements of
"Electrical ", with reference to Class A emission limits referenced in Federal
Communications Commission (FCC) Title 47, SubPart B, Section 15.
A sample of six LED signal models shall be tested for compatibility with the
controller unit, conflict monitor, and load switch. Each signal module shall be
connected to any AC voltage supply between the values of 80 and 135 VAC. The AC
64
H:\ DMSION. S\ TRANSPORTAT \DESIGN.ENGVtyen\South Second\Specid6\2rW_ div9rev.d0c SR900 — So. 2nd St. Traffic Signal Safety
.r
c:
wo
,.
Go
No
low
ow
i
+.. VI. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
MW
d
OR
MW
MW
ow
aw
voltage developed across each LED signal module so connected shall not exceed 10
volts rms as the input AC voltage is varied from 80 volts rms to 135 volts rms.
A sample of six LED modules shall be tested for transient immunity per
"Electrical" using the procedure described in NEMA Standard TS -1992.
Mechanical vibration testing shall be performed on a sample of three LED signal
modules per MIL- STD -883, Test Method 2007, using three 4 minute cycles along
each x, y, and z axis, at a force of 2.5 Gs, with a frequency sweep from 2 Hz to 120
Hz. The loosening of the lens, of any internal components, or other physical damage
shall be cause for rejection.
Temperature cycling shall be performed on a sample of three LED signal modules
per MIL- STD -883, Test method 1010. The temperature range shall be per
"Environmental Requirements ". A minimum of 20 cycles shall be performed with a
30 minute transfer time between temperature extremes and a 30 minute dwell time at
each temperature: Signal under test shall be non - operating. Failure of a module to
function properly or any evidence of cracking of the module lens or housing after
temperature cycling shall be cause for rejection.
Moisture resistance testing shall be performed on a sample of three LED signal
modules per NEMA Standard 250 -1991 for Type 4 enclosures. Any evidence of
internal moisture after testing shall be cause for rejection.
Certificate of Compliance
The Contractor shall provide the Engineer a Certificate of Compliance from the
manufacturer in accordance with the provisions of Section 6 -1.07, "Certificates of
Compliance, of the Standard Specifications. The certificate shall certify that the LED
signal modules comply with the requirements of these specifications: The certificate
shall also include a copy of all applicable test reports on the LED signal modules.
Guarantee
LED signal modules shall be guaranteed by the Contractor for a period of one year
starting on the day after the project is accepted by the Engineer. Modules that fail
during this period shall be replaced at no cost to the City, except that City forces will
change out the modules in the field. The replacement modules shall be delivered to
the Engineer, or to the Agency Maintenance Electrical Shop within five working days
after notification. The failed modules will be made available to the Contractor at the
above address at the same time as the replacement is delivered.
Warranty
,. The manufacturer shall provide a written warranty against defects in materials and
workmanship for the LED signal modules for a period of 36 months after installation
of the modules. Replacement modules shall be provided promptly after receipt of
VV modules that have failed at no cost to the State except cost of shipping of the failed
modules. All warranty documentation shall be given to the Engineer prior to
installation. The replacement modules shall be delivered to Agency Maintenance
"' Electrical Shop within five working days after notification.
NW
65 SR900 — So. 2nd St. Traffic Signal Safety
H:\ DMSION. S\ TRANSPOR .TATIDESIGN.ENGUtym ec
�South Seco�d\Spids\Znd_div9rw.doc
vo
VI. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
SECTION 9- 29.16(2)B HAS BEEN REVISED AS FOLLOWS:
9- 29.16(2)B Signal Housing (RC)
Each lens shall be protected with a removable visor. The visor shall be tunnel type
unless noted otherwise in the contract. Tunnel, cap, and cut away type visors shall be
made of aluminum throughout. Visors shall be flat black in color inside and shall be
yellow baked enamel on the outside. Visors shall have attaching ears for installation to
the housing door. The signal display shall have square doors. End caps shall be made
from aluminum and shall be installed with fittings to provide a watertight seal. A bead of
silicone sealant shall be applied around the perimeter of all top end cap openings prior to
installation of the end cap assembly. Plastic end caps shall utilize a threaded stud with
seal and wing nut. End caps shall have the same color as the signal housing.
SECTION 9- 29.16(2)C HAS BEEN REVISED AS FOLLOWS:
9- 29.16(2)C Louvered Visors (RC)
Where noted in the Contract, louvered tunnel visors shall be furnished and
installed. Directional louvers shall be constructed to have a snug fit in the signal visor.
The outside cylinder shall be constructed of aluminum, and the louvers shall be
constructed of anodized aluminum painted flat black. Dimensions and arrangement of
louvers shall be as shown in the contract.
SECTION 9- 29.16(2)D HAS BEEN DELETED AND REPLACED WITH.
9- 29.16(2)D Back Plates (RC)
Back plates shall be furnished and attached to the signal heads. Back plates shall
be constructed of anodized, 3 -S half -hard aluminum sheet, 0.058 -inch minimum
thickness, with 5 -inch square cut border and painted black in .front and yellow in back.
SECTION 9- 29.16(2)E HAS BEEN REVISED AS FOLLOWS:
9- 29.16(2)E Painting Signal Heads (RC)
Traffic signal heads shall be finished with two coats of factory applied traffic
signal federal yellow baked enamel or shall be finished with a traffic signal federal
yellow oven baked powder coating comprised of resins and pigments. Aluminum end
caps and the back of back plates shall be painted to match the color of the signal housing.
The inside of visors, front of back plates, and louvers shall be finished with two coats of
factory applied flat black enamel.
66
H:\ DMSION. S\ TRANSPOR .TAT\DESIGN.ENG\Ryan\South Second\SpecWS\2nd _ div9rev.doc SR900 — So. 2nd St. Traffic Signal Safety
.w
or
MW
so
am
vo
..
r
so
of
MW
wo
i
ii
i
s
a&
law
am
it
Um
an
..
L -�]
..
va
VI. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
SECTION 9- 29.16(3) (RC) IS DELETED.
(RC)
SECTION 9- 29.16(3)A (RC) IS DELETED.
(RC)
SECTION 9- 29.16(3)B (RC)IS DELETED.
(RC)
SECTION 9 -29.17 HAS BEEN REVISED AS FOLLOWS:
9 -29.17 Signal Head Mounting Brackets and Fittings (RC)
Mounting hardware will provide for a rigid connection between the signal head
and mast arm. All mounting hardware will be of the top -mount plumbizer type as shown
on the standard plans, unless specified otherwise on the plans.
Vehicle and pedestrian signal head mountings shall be as detailed in the Standard
Plans. Material requirements for signal head mounts are as follows:
Aluminum
1. Hinge fittings for Type E mount.
2. Arms and slotted tube fittings for Type N mount.
3. Plumbizer, tapered adjustment washers and flange adapter fittings for Type M mount.
The plumbizer shall be cast from tenzalloy AAA No. 713.
4. Tube clamp and female clamp assembly for Type N mount.
Bronze
1. Terminal compartments for Type A, B, C, F, H, and K mounts.
2. Collars for Type C, D, and F mounts.
3. Ell fittings for Type L and LE mounts.
4. Messenger hanger and wire entrance fittings for Type P, Q, R, and S mounts.
5. Balance adjuster for Type Q, R, and S mounts.
Galvanized Steel
1. Washers for Type A, B, C, D, F, H, and K mounts.
2. Fasteners for Type A, B, E, H, and K mounts.
Stainless Steel
1. All set screws and cotter Keys.
2. Bands for Type N mount.
3. Hinge pins for Type E mount.
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.
All other miscellaneous hardware shall be stainless steel.
67 SR900 — So. 2nd St. Traffic Signal Safety
H:\ DiVI S10N. S\ TRANSPOR .TAT\DESIGN.ENGUtysn\South Second\Specid divs\2nd _ 9rev.doc
VI. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
All hardware for mounts shall be painted with two coats of factory applied traffic
signal federal yellow 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 mounts shall contain a 12
section terminal block.
All hardware for mounts shall be painted with two coats of factory applied traffic
signal Federal yellow baked enamel.
SECTION 9- 29.18(1) IS SUPPLEMENTED AND REVISED AS FOLLOWS:
9- 29.18(1) Induction Loop Detectors (RC)
Detector amplifiers shall be Detector Systems model 810A or equal. Induction
loop amplifiers installed with NEMA controls shall conform to current NEMA
specifications.
SECTION 9 -29.20 HAS BEEN REVISED AS FOLLOWS:
9 -29.20 Pedestrian Signal (RC)
Pedestrian signals shall be light emitting diode (LED) type. Pedestrian signals
shall conform to ITE Standards (Standard for Adjustable Face Pedestrian Signal Heads,
1975), and to the new section 9- 29.20(3).
Symbol messages, when specified, shall be a minimum of 12 inches high and 7
inches in width.
Housings shall be die -cast aluminum and shall be painted with two coats of
factory applied traffic signal yellow enamel.
SECTION 9- 29.20(3) IS A NEW SECTION
9- 29.20(3) Light emitting Diode (LED) Type
Light emitting diode (LED) type pedestrian signals shall conform to the following:
Definition
For pedestrian signal faces on this project, the pedestrian signal face "Upraised
Hand" and "Walking Man" section shall utilize light emitting diode modules.
Each light emitting diode (LED) pedestrian signal face module shall consist of
an assembly that utilizes light emitting diodes as the light source.
General
LED pedestrian modules used on this project shall be from the same
manufacturer.
The circuit board and power supply shall be contained inside the module.
LED pedestrian modules shall not require a specific mounting orientation or
have a variance in light output, pattern or visibility for any mounting orientation.
The LEDs shall be the ultra bright type rated for 100 000 hours of continuous
operation from -40 °C to 74 °C.
The individual LEDs shall be wired such that a catastrophic failure of one
LED will result in the loss of not more than 5 percent of the signal module light
output.
The failure of an individual LED in a string shall only result in the loss of that
LED, not the entire string or indication.
68
H:\ DIVISION. S\ TRANSPOR .TAT\DESIGN.ENG\Ryan\South Second\Spedds\2nd_div9mv.doc SR900 — So. 2nd St. Traffic Signal Safety
.w
No
s
aw
VAW
aw
VV
ow
f
i
ow
f
i�
r
.. VI. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
Im
ow
w
aw
MW
aw
low
Im
ow
..
Im
MW
w.
VW
The LED pedestrian modules tested or submitted for testing shall be
representative of typical average production units. LED pedestrian modules shall be
tested and as described herein. All optical testing shall be performed with the module
mounted in a standard pedestrian housing.
Maximum initial power requirements for LED pedestrian modules shall be 15 W
at 25 °C.
Luminance Requirements
The luminance of the "UPRAISED HAND" symbol shall be 3750 cd/m2,
minimum, and the luminance of the "WALKING PERSON' symbol shall be 5300
cd/m2, minimum. The color of "UPRAISED HAND" should be Portland Orange and
the color of the "WALKING MAN' should be Lunar White conforming to the
requirements of the Institute of Transportation Engineers Standards: "Pedestrian
Traffic Control Signal Indications" and the "Manual on Uniform Traffic Control
Devices." The height of each symbol shall be not less than 250 mm and the width of
each symbol shall not be less than 165 mm.
The uniformity ratio of an illuminated symbol shall not exceed 4 to 1 between the
highest luminance area and the lowest luminance area.
LED pedestrian module shall be rated for a minimum useful life of 48 months and
shall maintain not less than 85 percent of the above stated minimum luminance after
48 months of continuous use in a traffic signal operation over the temperature range
of -40 °C to +74 °C.
Physical and Mechanical Requirements
LED pedestrian module traffic signal modules shall be designed as retrofit
replacements for existing optical units of signal lamps and shall not require special
tools for installation. LED pedestrian module shall fit into existing traffic signal
section housings built to the VTCSH without modification to the housing.
Installation of a LED pedestrian module shall only require the removal of the
lamp.
Environmental Requirements
LED pedestrian modules shall be rated for use in the operating temperature range
of -40 °C ( -40 °F) to +74 °C ( +165 °F).
Construction
LED pedestrian modules shall be a single, self - contained device, not requiring on-
site assembly for installation into an existing housing. The power supply for the LED
pedestrian module shall be integral to the unit.
The assembly and manufacturing process for the LED pedestrian module
assembly shall be designed to assure all internal components are adequately supported
to withstand mechanical shock and vibration from high winds and other sources.
Materials
Material used for the LED pedestrian module construction shall conform to
ASTM specifications for the materials where applicable.
Enclosures containing either the power supply or electronic components of the
LED pedestrian module shall be made of UL94VO flame retardant materials.
Module Identification
69 SR900 — So. 2nd St. Traffic Signal Safety
H:\ DIVISION. S\ TRANSPOR .TATIDESIGN.ENGUtyan\.South Second\Speci+ls\2nd_div9rcv.doc
VI. CONTRACT SPECIFICATIONS CITY OF RENTON aw
SPECIAL PROVISIONS
Each LED pedestrian module shall have the manufacturer's name, trademark, and
other necessary identification permanently marked on the back of the module. Each
individual LED pedestrian module shall be identified for warranty purposes.
The following operating characteristics shall be identified: rated voltage, power
consumption, and volt- ampere.
Photometric Requirements
An LED pedestrian module shall meet at least 85 percent of the minimum
required luminance while operating throughout the operating temperature range of -
40 °C to +74 °C.
100 percent of the minimum initial luminous intensity values for LED pedestrian
modules shall be met at 25 °C.
The measured chromaticity coordinates of LED pedestrian modules shall conform
to the chromaticity requirements of Section 5.3.2.1 and Figure C of the VTCSH
standard.
Electrical
LED pedestrian modules shall operate from a 60 ±3 Hz AC line over a voltage
ranging from 80 V to 135 V. The LED pedestrian module circuitry shall prevent
perceptible flicker over the voltage range specified above. The fluctuations of line
voltage shall have no visible effect on the luminous intensity of the indications. Rated
voltage for all measurements shall be 120 V.
The LED pedestrian module on -board circuitry shall include voltage surge
protection to withstand high- repetition noise transients as stated in Section 2.1.6 of
NEMA Standard TS -2, 1992.
LED pedestrian modules shall be operationally compatible with currently used
controller assemblies (solid state load switches, flashers, and conflict monitors).
LED pedestrian modules and associated on -board circuitry must meet Federal
Communications Commission (FCC) Title 47, SubPart B, Section 15 regulations
concerning the emission of electronic noise.
The LED pedestrian module shall provide a power factor of 0.90 or greater.
Total harmonic distortion (current and voltage) induced into an AC power line by
a LED pedestrian module shall not exceed 20 percent.
Quality Assurance
LED pedestrian modules shall be manufactured in accordance with a vendor
quality assurance (QA) program. The QA program shall include two types of quality
assurance: (1) design quality assurance and (2) production quality assurance. The
production quality assurance shall include statistically controlled routine tests to
ensure minimum performance levels of LED pedestrian modules built to meet this
specification.
QA process and test results documentation shall be kept on file for a minimum
period of seven years.
LED pedestrian module designs not satisfying design qualification testing and the
production quality assurance testing performance requirements described below shall
not be labeled, advertised, or sold as conforming to this specification.
Manufacturer's Serial Numbers
70
H:\ DIVISION. S\ TRANSPOR .TAT�DESIGN.ENG\Ryan\Sooth SeoonMPedWsUnd_div9W.doc SR900 — So. 2nd St. Traffic Signal Safety
ZD
4W
am
1W
1W
aw
Uff
Wo
am
low
4W
WW VI. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
VW
IM
go
or
MW
..
4W
.t.
VP
IM
.t.
%W
w
Identification of the component and sub - assembly level may be required if the
reliability and performance of the module must be traceable to the original item
manufacturers of the module components and subassemblies.
Production Quality Assurance Testing
The following Production Quality Assurance tests shall be performed on each new
LED pedestrian module prior to shipment. Failure to meet requirements of any of
these tests shall be cause for rejection. Test results shall be retained by the
manufacturer for warranty purposes for seven years.
Each LED pedestrian module shall be tested for rated initial intensity after burn -
in. Burn -in period shall consist of each signal module being energized at rated voltage
for a 30 minute stabilization period before the measurement is made.
Each LED pedestrian module not meeting 3750 cd/m2 luminous intensity
requirements shall be cause for rejection.
Each pedestrian module shall be tested for required power factor after burn -in.
Each LED pedestrian module shall be measured for current flow in amperes after
burn -in. The measured current values shall be compared against current values
resulting from design qualification measurements under "Design Qualification
Testing". The current flow shall not exceed the rated value. The measured ampere
values with rated voltage shall be recorded as volt - ampere (VA) on the product labels.
Each LED pedestrian module shall be visually inspected for any exterior physical
damage or assembly anomalies. Careful attention shall be paid to the surface of the
lens to ensure there are no scratches (abrasions), cracks, chips, discoloration, or other
defects. Any such defects shall be cause for rejection.
Design Qualification Testing
Design Qualification testing shall be performed on new LED pedestrian module
designs, and when a major design change has been implemented on an existing
design. The minimum sample quantity of LED pedestrian modules shall be as stated
for each test. Failure to meet requirements for any of these tests shall be cause for
rejection.
A random sample of six LED pedestrian modules shall be energized for a
minimum of 24 hours, at 100 percent on -time duty cycle, in a temperature of 74 °C
( +1657.) before performing any design qualification testing. Any failure within an
LED pedestrian module after burn -in shall be cause for rejection.
Rated Initial Luminous Intensity
After burn -in, a sample of six LED pedestrian modules shall be tested for rated
initial intensity per the requirements of "Photometric Requirements ". Before
measurement, each LED pedestrian module shall be energized at rated voltage, with
100 percent on -time duty cycle, for a time period of 30 minutes. The ambient
temperature for this measurement shall be 25 °C (777.). The test results for this test
shall have recorded the current voltage, total harmonic distortion (THD), and power
factor (PF) associated with each measurement.
Chromaticity (Color)
A sample of two LED pedestrian modules shall be measured for chromaticity
(color) per the requirements of "Chromaticity requirements under "Photometric
I SR900 — So. 2nd St. Traffic Signal Safety
H:\ DIVISION. S\ TRANSPOR .TAT�DESIGN.ENGUtyan\South Second\Specids\2nd_div9rw.doc
VI. CONTRACT SPECIFICATIONS CITY OF RENTON MW
SPECIAL PROVISIONS
Requirements." A spectroradiometer shall be used for this measurement. The ambient
temperature for this measurement shall be 25 °C (77 °F.).
..
Electrical
A sample of six LED pedestrian modules shall be measured for current flow in
amperes. The measured current values shall be used for quality comparison of
r
Production Quality Assurance current measurement on production modules.
A sample of six LED pedestrian modules shall be measured for power factor. A
..,
commercially available power factor meter may be used to perform this measurement.
A sample of six LED pedestrian modules be measured for total harmonic
distortion. A commercially available total harmonic distorion meter may be used to
•W
perform this measurement.
A sample of six LED pedestrian modules shall be tested per the requirements of
"Electrical ", with reference to Class A emission limits referenced in Federal
"'
Communications Commission (FCC) Title 47, SubPart B, Section 15.
A sample of six LED pedestrian modules shall be tested for compatibility with the
controller unit, conflict monitor, and load switch. Each signal module shall be
connected to any AC voltage supply between the values of 80 and 135 VAC. The AC
voltage developed across each LED pedestrian module so connected shall not exceed
10 volts rms as the input AC voltage is varied from 80 V rms to 135 V rms.
A sample of six LED pedestrian modules shall be tested for transient immunity
per "Electrical" using the procedure described in NEMA Standard TS -1992.
Mechanical vibration testing shall be performed on a sample of three LED
pedestrian modules per MIL - STD -883, Test Method 2007, using three 4 minute
cycles along each x, y, and z axis, at a force of 2.5 g, with a frequency sweep from 2
..
Hz to 120 Hz. The loosening of the lens, of any internal components, or other
physical damage shall be cause for rejection.
Temperature cycling shall be performed on a sample of three LED pedestrian
modules per MIL- STD -883, Test method 1010. The temperature range shall be per
"Environmental Reuirements". A minimum of 20 cycles shall be performed with a 30
minute transfer time between temperature extremes and a 30 minute dwell time at
each temperature. Signal under test shall be non - operating. Failure of a module to
function properly or any evidence of cracking of the module lens or housing after
temperature cycling shall be cause for rejection.
..
Moisture resistance testing shall be performed on a sample of three LED
pedestrian modules per NEMA Standard 250 -1991 for Type 4 enclosures. Any
evidence of internal moisture after testing shall be cause for rejection.
Certificate of Compliance
The Contractor shall provide the Engineer a Certificate of Compliance from the
..
manufacturer in accordance with the provisions of Section 6 -1.07, "Certificates of
Compliance," of the Standard Specifications. The certificate shall certify that the LED
pedestrian modules comply with the requirements of these specifications. The
certificate shall also include a copy of all applicable test reports on the LED
pedestrian modules.
Guarantee
..
72
H:\ DIVISION. S\ TRANSPOR .TAT\DESIGN.ENG\Ryan\South Second\SPeCW3\2nd_div9Mv.d0c SR900 — So. 2nd St. Traffic Signal Safety
ago
Top
Im
mo
..
w
qW
4W
MW
low
VI. CONTRACT SPECIFICATIONS CITY OF RENTON
SPECIAL PROVISIONS
LED pedestrian modules shall be guaranteed by the Contractor for a period of
one year starting on the day after the project is accepted by the Engineer. Modules that
fail during this period shall be replaced at no cost to the Agency, except that Agency
forces will change out the modules in the field. The replacement modules shall be
delivered to the Engineer, or to the Agency Maintenance Electrical Shop within five
working days after notification. The failed modules will be made available to the
Contractor at the same time as the replacement is delivered.
Warranty
The manufacturer shall provide a written warranty against defects in materials and
workmanship for the LED pedestrian modules for a period of 60 months after
installation of the modules. Replacement modules shall be provided promptly after
receipt of modules that have failed at no cost to the Agency except cost of shipping of
the failed modules. All warranty documentation shall be given to the Engineer prior to
installation.
SECTION 9 -29.25 IS DELETED AND SUPPLEMENTED BY THE FOLLOWING:
9 -29.25 Terminal and Interconnect Cabinets (RC)
The pole mounted terminal box shall be made of molded fiberglass, be grey in
color, be approximately 16" high x 13 -7/8" wide x 5 -7/8" deep and have a minimum of
16 terminals on the terminal blocks. The box shall be weather tight, have a single door
with continuous hinge on one side and screw hold downs on the door locking side. All
hardware will be stainless steel. All mounting hardware shall be stainless steel and shall
be incidental to the unit price of terminal box.
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 screw type with No. 10
post capable of accepting no less than 3 #12 AWG wires fitted with spade tips.
Cabinet doors shall be gasketed with a one -piece closed cell neoprene gasket and
shall have a stainless steel piano hinge.
One spare 12 position terminal block shall be installed in each terminal cabinet
and amplifier cabinet.
Mounting shall be as noted in the contract.
-- 73
H:\DI VISION. S\ TRANSPORTArDESIGN.ENG\RYm\South Sa �
°n&SPs \2nd_div9rev.doc SR900 — So. 2nd St. Traffic Signal Safety
VI. CONTRACT SPECIFICATIONS
SPECIAL PROVISIONS
CITY OF RENTON
THIS PAGE LEFT INTENTIONALLY BLANK
74
H:\ DIVISIONS\ TRANSPOR .TAT\DESIGN.ENG\Ryan\South Second\Spaids\2nd_div9mv.doc SR900 — So. 2nd St. Traffic Signal Safety
L�
[1
C
[i
r,
1
2 INTRODUCTION
3 The following Amendments and Special Provisions shall be used in conjunction with the 2000
4 Standard Specifications for Road, Bridge, and Municipal Construction (English).
5
6 AMENDMENTS TO THE STANDARD SPECIFICATIONS
7
8 The following Amendments to the Standard Specifications are made a part of this contract and
9 supersede any conflicting provisions of the Standard Specifications. For informational
10 purposes, the date following each Amendment title indicates the implementation date of the
11 Amendment or the latest date of revision.
12
13 Each Amendment contains all current revisions to the applicable section of the Standard
14 Specifications and may include references which do not apply to this particular project.
15
16 SECTION 1 -01, DEFINITIONS AND TERMS
17 June 26, 2000
18 1- 01.2(1) Associations and Miscellaneous
19 This section is supplemented with the following:
20
21 FOP Field Operating Procedure
22 WAQTC Western Alliance for Quality Transportation Construction
23 SOP Standard Operating Procedure
24
25 SECTION 1 -02, BID PROCEDURES AND CONDITIONS
26 August 6, 2001
27 1- 02.8(1) Noncollusion Declaration
28 In the first sentence of the second paragraph the reference to "23 CFR Part 635.107(i)(1)" is
29 revised to read "23 CFR 635.112(f) ".
30
31 In the third sentence of the second paragraph the reference to "23 CFR Part 635.107(1)" is
32 revised to read "23 CFR 635.112(f)(1) ".
33
34 1- 02.4(1) General
35 The first paragraph is revised to read as follows:
36
37 The bidder shall carefully examine the bid documents as defined in Section 1 -01.3.
38 Submittal of a bid shall be conclusive evidence that the bidder has made these
39 examinations and understands all requirements for the performance of the completed
40 work. The bidder further warrants, agrees, and acknowledges by submitting a bid that it:
41
42 1. Has taken steps reasonably necessary to ascertain the nature and location of the
43 work;
44
45 2. Has investigated and satisfied itself as to the general and local conditions which
46 can affect the work or its cost, including but not limited to:
47
48 a. conditions bearing upon acquisition, transportation, disposal, handling,
49 and storage of materials;
50 b. the availability of labor, materials, water, electric power, and roads;
51 c. uncertainties of weather, river stages, tides, or similar physical condition
52 at the site;
53 d. the conformation and condition of the ground; and
54 e. the character of equipment and facilities needed preliminary to and
55 during work performance;
56 f. the site biological hazards and associated physical hazards.
57
2000 WSDOT AMENDMENTS
AM -1
2
3
5
6
7
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
46
47
48
49
50
51
52
54
55
56
57
58
59
3. Has satisfied itself as to the character, quality, and quantity of surface and
subsurface materials or 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 bid documents and other information made a
part of this contract; and
4. Has satisfied itself as to the adequacy of time allowed for the completion of the
physical work on the contract. I
SECTION 1 -04, SCOPE OF THE WORK
February 5, 2001
1 -04.4 Changes
In the third paragraph, "B" is revised to read as follows:
B. When an item of work, as defined elsewhere in the contract, is increased in excess of
125 percent or decreased below 75 percent of the original contract quantity. For the
purpose of this section, an item of work will be defined as any item that qualifies for
adjustment under the provisions of Section 1 -04.6.
This section is supplemented with the following:
1- 04.4(1) Minor Changes
Payments or credits for changes amounting to $5,000 or less may be made under the bid
item "Minor Change ". At the discretion of the Contracting Agency, this procedure for
Minor Changes may be used in lieu of the more formal procedure as outlined in Section 1-
04.4, Changes.
The Contractor will be provided a copy of the completed order for Minor Change. The
agreement for the Minor Change will be documented by signature of the Contractor, or
notation of verbal agreement. If the Contractor is in disagreement with anything required
by the order for Minor Change, the Contractor may protest the order as provided in
Section 1 -04.5.
Payments or credits will be determined in accordance with Section 1 -09.4. For the
purpose of providing a common proposal for all bidders, the Contracting Agency has
entered an amount for "Minor Change" in the Proposal to become a part of the total bid by
the Contractor.
SECTION 1 -06, CONTROL OF MATERIAL
August 6, 2001
1- 06.2(1) Samples and Tests for Acceptance
In the first paragraph, the last sentence is revised to read:
Samples not taken by or in the presence of the Engineer will not be accepted for test,
unless the Engineer permits otherwise.
In the fourth paragraph, the last sentence is revised to read as follows:
The Engineer will respond in writing within -three working days of the receipt of the
Contractor's written communications.
In the fifth paragraph, the first and second sentences are revised to read as follows:
All field and laboratory and materials testing by the Engineer will follow methods described
in the contract documents or in the Washington State Department of Transportation
Materials Manual, using qualified testing personnel and calibrated or verified equipment.
The following provisions will apply when the Contracting Agency uses the specifications or
methods from the sources named below:
2000 WSDOT AMENDMENTS
AM -2
LJ
E;
ri
ii
fi
1
L
J
D
r�
1 The fifth paragraph is supplemented with the following:
2
3 WAQTC - Western Alliance for Quality Transportation Construction. The WAQTC
4 designation number refers to this alliance's latest adopted or tentative standard. The
5 standard or tentative standard in effect on the bid advertising date will apply in each case.
6 The Contracting Agency will consider them as in effect 60 calendar days after publication.
7
8 Copies of any separate WAQTC testing method may be obtained from: The WSDOT
9 Quality Systems Manager, Field Operations Support Service Center, Materials Laboratory,
10 PO Box 47365, Olympia, Washington, 98504 -7365.
11
12 SECTION 1 -07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC
13 August 6, 2001
14 1 -07.4 Sanitation
15 This section including title is revised to read as follows:
16
17 1 -07.4 Sanitation
18
19 1- 07.4(1) General
20 The Contractor shall provide employees with all accommodations required by the State
21 Department of Social and Health Services and other agencies. These accommodations
22 shall be kept clean, neat, and sanitized, and shall not create any public nuisance. The
23 Contractor shall keep all camp sites clean, burn or properly dispose of all refuse, and
24 leave each site in a neat and sanitary condition.
25
26 This section is supplemented with the following:
27
28 1- 07.4(2) Health Hazards
29 Biological hazards and associated physical hazards may be present in the worksite. The
30 Contractor shall take precautions and perform any necessary work to provide and
31 maintain a safe and healthful worksite in accordance with applicable laws. Payment for
32 work necessary to provide and maintain a safe worksite will be incidental to associated
33 items of contract work unless the contract includes provisions to the contrary.
34
35 1 -07.8 High Visibility Apparel
36 In the second paragraph, (1) is revised to read as follows:
37
38 (1) when personnel are out of view of, or not exposed to traffic,
39
40 1 -07.11 Requirements For Non - descrimination
41 This section is supplemented with the following:
42
43 1- 07.11(2)A Equal Employment Opportunity Responsibilities
44
45 Title V1 Responsibilities
46 During the performance of this contract, the Contractor, for itself, its assignees and
47 successors in interest (hereinafter referred to as the "Contractor") agrees as follows:
48
49 1. Compliance With Regulations
50 The Contractor shall comply with the Regulations relative to nondiscrimination in
51 federally assisted programs of the Department of Transportation (hereinafter
52 DOT), Title 49, Code of Federal Regulations, part 21, as they may be amended
53 from time to time, (hereinafter referred to as the Regulations), which are herein
54 incorporated by reference and made a part of this contract.
55
56 2. Nondiscrimination
57 The Contractor, with regard to the work performed by it during the contract, shall
58 not discriminate on the grounds of race, color, sex, or national origin in the
59 selection and retention of subcontractors, including procurement of materials and
60 leases of equipment. The Contractor shall not participate either directly or
2000 WSDOT AMENDMENTS
AM -3
2
3
5
6
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
57
58
59
60
61
indirectly in the discrimination prohibited by Section 21.5 of the Regulations,
including employment practices when the contract covers a program set forth in
Appendix B of the Regulations.
3. Solicitations for Subcontracts, Including Procurement of Materials and
Equipment
In all solicitations either by competitive bidding or negotiations made by the
Contractor for work to be performed under a subcontract, including procurement
of materials or leases of equipment, each potential subcontractor or supplier
shall be notified by the Contractor of the Contractor's obligations under this
contract and the Regulations relative to nondiscrimination on the ground of race,
color, sex, or national origin.
4. Information and Reports
The Contractor shall provide all information and reports required by the
Regulations or directives issued pursuant thereto, and shall permit access to its
books, records, accounts, other sources of information, and its facilities as may
be determined by the Washington State Department of Transportation or the
Federal Highway Administration to be pertinent to ascertain compliance with
such Regulations, orders and instructions. Where any information required of a
Contractor is in the exclusive possession of another who fails or refuses to
furnish this information, the Contractor shall so certify to the Washington State
Department of Transportation, or the Federal Highway Administration as
appropriate, and shall set forth what efforts it has made to obtain the information.
5. Sanctions for Noncompliance
In the event of the Contractor's noncompliance with the nondiscrimination
provisions of this contract, the Washington State Department of Transportation
shall impose such contract sanctions as it or the Federal Highway Administration
may determine to be appropriate, including, but not limited to:
1. Withholding of payments to the Contractor under the ,contract until the
Contractor complies, and /or;
2. Cancellation, termination, or suspension of the contract, in whole or in
part.
6. Incorporation of Provisions
The Contractor shall include the provisions of paragraphs (1) through (5) in every
subcontract, including procurement of materials and leases of equipment, unless
exempt by the Regulations, or directives issued pursuant thereto. The
Contractor shall take such action with respect to any subcontractor or
procurement as the Washington State Department of Transportation or the
Federal Highway Administration may direct as a means of enforcing such
provisions including sanctions for noncompliance.
Provided, however, that in the event a Contractor becomes involved in, or is
threatened with, litigation with a subcontractor or supplier as a result of such
direction, the Contractor may request the Washington State Department of
Transportation enter into such litigation to protect the interests of the state and,
in addition, the Contractor may request the United States to enter into such
litigation to protect the interests of the United States.
1- 07.11(6) Incorporation of Provisions
The first sentence is revised to read as follows:
The Contractor shall include the provisions of Section 1- 07.11(2) Contractual
Requirements (1) through (4) and the Section 1- 07.11(5) Sanctions in every subcontract
including procurement of materials and leases of equipment.
1- 07.11(10)B Required Records and Retention
This section is revised to read as follows:
2000 WSDOT AMENDMENTS
AM-4
n
li
H
r�
L
L
u
r
fi
C�
Ci
C
D
1
2 All records must be retained by the Contractor for a period of three years following
3 completion of the contract work. All records shall be available at reasonable times and
4 places for inspection by authorized representatives of either the Washington State
5 Department of Transportation or the Federal Highway Administration.
6
7 Federal -Aid Highway Construction Contractors Annual EEO Report
8 FHWA #1391. This form is required for all federally assisted projects provided the
9 contract is equal to or greater than $10,000 and for every associated subcontract equal to
10 or greater than $10,000. Each contract requires separate reports filed for the Contractor
11 and each subcontractor (subject to the above noted criteria). These forms are due by
12 August 25th in every year during which work was performed in July. The payroll period to
13 be reflected in the report is the last payroll period in July in which work was performed.
14 This report is required of each Contractor and subcontractor for each federally assisted
15 contract on which the Contractor or subcontractor performs work during the month of July.
16
17 Monthly Employment Utilization Reports
18 WSDOT form #820 -010. This form is required for all federally assisted projects if the
19 contract is equal to or greater then $10,000 and for every associated subcontract equal to
20 or greater than $10,000. These monthly reports are to be maintained in the respective
21 Contractor or subcontractor's records.
22
23 In addition, for contracts with a value of $100,000 or more, the Contractor shall submit
24 copies of the completed WSDOT form 820 -010 to the Contracting Agency by the fifth of
25 each month throughout the term of the contract. The Contractor shall also collect and
26 submit these forms monthly from every subcontractor who holds a subcontract with a
27 value of $100,000 or more.
28
29 Failure to submit the required reports by their due dates may result in the withholding of
30 progress estimate payments.
31
32 1- 07.13(4) Repair of Damage
33 This section is revised to read as follows:
34
35 The Contractor shall promptly repair all damage to either temporary or permanent work as
36 directed by the Engineer. For damage qualifying for relief under Sections 1- 07.13(1), 1-
37 07.13(2) or 1- 07.13(3), payment will be made in accordance with Section 1 -04.4 using the
38 estimated bid item "Reimbursement for Third Party Damage ". Payment will be limited to
39 repair of damaged work only. No payment will be made for delay or disruption of work.
40 For the purpose of providing a common proposal for all bidders, the Contracting Agency
41 has entered an amount for 'Reimbursement For Third Party Damage" in the proposal to
42 become a part of the total bid by the Contractor.
43
44 1 -07.15 Temporary Water Pollution /Erosion Control
45 This section is revised to read as follows:
46
47 In an effort to prevent, control, and stop water pollution and erosion within the project,
48 thereby protecting the work, nearby land, streams, and other bodies of water, the
49 Contractor shall perform all work in strict accordance with all Federal, State, and local
50 laws and regulations governing waters of the State, as well as permits acquired for the
51 project.
52
53 The Contractor shall perform all temporary water pollution /erosion control measures
54 shown in the Plans, specified in the Special Provisions, proposed by the Contractor and
55 approved by the Engineer, or ordered by the Engineer as work proceeds.
56
57 1 -07.17 Utilities and Similar Facilities
58 The second paragraph is revised to read:
59
60 Chapter 19.122 of the Revised Code of Washington (RCW) relates to underground
61 utilities. In accordance with this RCW, the Contractor shall call the One - Number Locater
2000 WSDOT AMENDMENTS
AM -5
1
Service for field location of utilities. If no locator service is available for the area, notice
2
shall be provided individually to those owners of utilities known to, or suspected of, having
3
3
underground facilities within the area of the proposed excavation.
4
the actual amounts paid Disadvantaged, Minority, or Women's Business Enterprise firms
5
1 -07.19 Gratuities
6
This section is supplemented with the following:
7
8
The Contractor shall comply with all applicable sections of the State Ethics law, RCW
9
42.52, which regulates gifts to State officers and employees. Under that statute, any
10
Contracting Agency officer or employee who has or will participate with the Contractor
11
regarding any aspect of this Contract is prohibited from seeking or accepting any gift,
12
gratuity, favor or anything of economic value from the Contractor. Accordingly, neither the
13
Contractor nor any agent or representative shall offer anything of economic value as a
14
gift, gratuity, or favor directly or indirectly to any such officer or employee.
15
On all projects funded with both Contracting Agency funds and Federal assistance the
16
1 -07.22 Use of Explosives
17
In the second paragraph, the reference to "WAC 295 -52" is revised to "WAC 296 -52 ".
18
19
SECTION 1 -08, PROSECUTION AND PROGRESS
20
August 6, 2001
21
1 -08.1 Subcontracting
22
The 7th paragraph is revised to read as follows:
3
23
24
On all projects funded with Contracting Agency funds only, the Contractor shall certify to
25
the actual amounts paid Disadvantaged, Minority, or Women's Business Enterprise firms
26
that were used as subcontractors, lower tier subcontractors, manufacturers, regular
27
dealers, or service providers on the contract. This Certification shall be submitted to the
28
Project Engineer on WSDOT form 421 -023, "Annual Report of Amounts Paid as
29
MBE/WBE Participants ", annually for the State fiscal year July 1 through June 30, or
30
through physical completion of the contract, whichever occurs earliest. The report is due
31
July 20th following the fiscal year end or 20 calendar days after physical completion of the
32
contract.
33
34
The 7th paragraph is supplemented with the following:
35
36
On all projects funded with both Contracting Agency funds and Federal assistance the
37
Contractor shall submit a "Quarterly Report of Amounts Credited as DBE Participation" on
38
a quarterly basis for every quarter in which the contract is active (work is accomplished) or
39
upon completion of the project, as appropriate. The quarterly reports are due on the 20th
40
of April, July, October, and January for the four respective quarters. When required, this
41
"Quarterly Report of Amounts Credited as DBE Participation" is in lieu of WSDOT form
42
421 -023, "Annual Report of Amounts Paid as MBE/WBE Participants ".
43
44
This section is supplemented with the following:
45
46
Subcontract Completion and Return of Retainage Withheld
47
The following procedure shall apply to all subcontracts entered into as a part of this
48
Contract:
49
50
Requirements
51
1. The subcontractor shall make a written request to the Contractor for the release
52
of the subcontractor's retainage or retainage bond.
53
54
2. Within ten (10) working days of the request, the Contractor shall determine if the
55
subcontract has been satisfactorily completed and shall inform the subcontractor,
56
in writing, of the Contractor's determination.
57
58
3. If the Contractor determines that the subcontract has been satisfactorily
59
completed, the subcontractor's retainage or retainage bond shall be released by
60
the Contractor within ten (10) working days from the date of the written notice.
2000 WSDOT AMENDMENTS
AM-6
[l
D
Ll
1
r
n
L
i�
t
i]
j]
G
1
2
3
5
6
7
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
57
58
4. If the Contractor determines that the subcontractor has not achieved satisfactory
completion of the subcontract, the Contractor must provide the subcontractor
with written notice, stating specifically why the subcontract work is not
satisfactorily completed and what has to be done to achieve completion. The
Contractor shall release the subcontractor's retainage or retainage bond within
eight (8) working days after the subcontractor has satisfactorily completed the
work identified in the notice.
5. In determining whether satisfactory completion has been achieved , the
Contractor may require the subcontractor to provide documentation such as
certifications and releases, showing that all laborers, lower- tiered subcontractors,
suppliers of material and equipment, and others involved in the subcontractor's
work have been paid in full. The Contractor may also require any documentation
from the subcontractor that is required by the subcontract or by the Contract
between the Contractor and Contracting Agency or by law such as affidavits of
wages paid, material acceptance certifications and releases from applicable
governmental agencies to the extent that they relate to the subcontractor's work.
6. If the Contractor fails to comply with the requirements of the specification and the
subcontractor's retainage or retainage bond is wrongfully withheld, the
subcontractor may seek recovery against the Contractor under applicable prompt
pay statutes in addition to any other remedies provided for by the subcontract or
by law.
Conditions
1. This clause does not create a contractual relationship between the Contracting
Agency and any subcontractor as stated in Section 1 -08.1. Also, it is not
intended to bestow upon any subcontractor, the status of a third -party beneficiary
to the Contract between the Contracting Agency and the Contractor.
2. This section of the Contract does not apply to retainage withheld by the
Contracting Agency from monies earned by the Contractor. The Contracting
Agency shall continue to process the release of that retainage based upon the
completion date of the project as defined in 1 -08.5 Time for Completion and in
accordance with the requirements and procedures set forth in chapter 60.28
RCW.
Payment
The Contractor will be solely responsible for any additional costs involved in paying
retainage to the subcontractors prior to total project completion. Those costs shall be
incidental to the respective bid items.
1 -08.5 Time For Completion
Item "c" in the 7th paragraph is revised to read as follows:
c. Annual Report of Amounts Paid as MBE/WBE Participants or Quarterly Report of
Amounts Credited as DBE Participation, as required by the Contract Provisions.
1 -08.9 Liquidated Damages
The first sentence of the fourth paragraph is revised to read as follows:
When the contract work has progressed to the extent that the Contracting Agency has full
use and benefit of the facilities, both from the operational and safety standpoint, and only
minor incidental work, replacement of temporary substitute facilities, or correction or repair
remains to physically complete the total contract, the Engineer may determine the contract
work is substantially complete.
2000 WSDOT AMENDMENTS
AM -7
1 SECTION 1 -09, MEASUREMENT AND PAYMENT
2 August 6, 2001
4
5
6
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
34
35
36
37
38
39
40
41
42
44
45
46
47
48
49
50
51
52
53
5
56
57
58
59
60
1 -09.1 Measurement of Quantities
The method of measurement for "Square Yard or Square Foot" is revised to read as follows:
Square Yard or Square Foot - the measurement shall be a calculation from the neat
dimensions shown in the Plans or as altered by the Engineer. If there is an exception
within the measured area where the item of work is not performed (such as a drainage
vault within a measured sidewalk) and if the exception area is greater than 9 square feet,
then the area of the exception will be subtracted from the payment area calculated from
the neat dimensions.
1- 09.2(1) General Requirements for Weighing Equipment
This section is revised to read as follows:
Any highway or bridge construction materials to be proportioned or measured and paid for
by weight shall be weighed on a scale. These materials include natural, manufactured or
processed materials obtained from natural deposits, stockpiles, or bunkers.
Scales
Scales shall:
P
1. Be accurate to within one -half of 1 percent throughout the range of use;
2. Not include spring balances;
3. Include beams, dials, or other reliable readout equipment;
4. Be arranged so that operators and inspectors can safely and easily see the dials, 3
beams, rods, and operating scale mechanisms;
5. Be built to prevent scale parts from binding, vibrating, or being displaced and to
protect all working parts from falling material, wind, and weather; and 3
6. Be carefully maintained, with bunkers and platforms kept clear of accumulated
materials that could cause errors and with knife edges given extra care and
protection.
Weighers
The Contractor shall provide, set up, and maintain the scales necessary to perform this
work. "Contractor provided scale operations" are defined as operations where a scale is
set up specifically for the project and most, if not all, material weighed on the scale is
utilized for contract work. In this situation, the contracting agency will provide a person to
operate the scale, write tickets, perform scale checks and prepare reports.
The Contractor may also utilize permanently installed, certified, commercial scales.
"Commercial scale operations" include the use of established scales used to sell materials
to the public on a regular basis. In addition, for the purposes of this specification, all
batch, hopper, and belt scales are considered to be commercial scales. Commercial
scales shall meet the same requirements as Contractor- provided scales. When a
commercial scale is used, the Contractor may utilize a commercial scale operator
provided it is at no additional cost to the contracting agency. In addition, the Contractor
shall ensure that:
the Engineer is allowed to observe the weighing operation and check the daily
scale weight record;
2. scale verification checks are performed at the direction of the contracting agency
(see "1- 09.2(5) Measurement ");
2000 WSDOT AMENDMENTS
AM-8
J
E
C�
[l
1
3
fl
1
H
Ll
1 3. several times each day, the commercial scale operator records and makes
2 certain the platform scale balances and returns to zero when the load is
3 removed; and
4
5 4. test results and scale weight records for each day's hauling operations are
6 provided to the Engineer daily. Unless otherwise approved, reporting shall utilize
7 form 422 -027, Scaleman's Daily Report.
8
9 Trucks and Tickets
10 Each truck to be weighed shall bear a unique identification number. This number shall be
11 legible and in plain view of the scale operator. Each vehicle operator shall obtain a weigh
12 or load ticket from the scale operator. The Contractor shall provide tickets for self printing
13 scales. All tickets shall, at a minimum, contain the following information:
14
15 1. date of haul;
16
17 2. contract number;
18
19 3. contract unit bid item;
20
21 4. unit of measure;
22
23 5. identification of hauling vehicle; and
24
25 6. weight delivered
26
27 a. net weight in the case of batch and hopper scales
28
29 b. gross weight, tare and net weight in the case of platform scales (tare
30 may be omitted if a tare beam is used)
31
32 c. approximate load out weight in the case of belt conveyor scales
33
34 The vehicle operator shall deliver the ticket in legible condition to the material receiver at
35 the material delivery point.
36
37 1- 09.2(2) Specific Requirements for Batching Scales
38 This section including title is revised to read as follows:
39
40 1- 09.2(2) Specific Requirements for Batching and Hopper Scales
41 Each batching scale shall be designed to support a weighing container. The arrangement shall
42 make it convenient for the operator to remove material from the weighing container while
43 watching readout devices. Any weighing container mounted on a platform scale shall have its
44 center of gravity directly over the platform center line. Batching scales used for Portland or
45 asphalt cement shall not be used for batching other materials.
46
47 Readout devices used for batching or hopper scales shall be marked at intervals evenly
48 spaced throughout and shall be based on the scale's nominal rated capacity. These intervals
49 shall not exceed one -tenth of 1 percent of the nominal rated capacity. Before use at a new site
50 and then at 6 -month intervals, all batching and hopper scales shall be: approved under rules of
51 the Weights and Measures Section of the Washington State Department of Agriculture, or
52 serviced and tested with at least 10,000 pounds by an agent of its manufacturer. In either
53 case, the Contractor shall provide the Engineer with a copy of the final test results.
54
55 1- 09.2(3) Specific Requirements for Platform Scales
56 This section is revised to read as follows:
57
58 Each platform scale shall be able to weigh the entire hauling vehicle or combination of
59 connected vehicles at one time. No part of the vehicle or vehicle combination will be
60 permitted off the platform as it is weighed. A tare weight shall be taken of each hauling
61 vehicle at least twice daily.
2000 WSDOT AMENDMENTS
AM -9
1
2 Any platform scale shall be installed and maintained with the platform level and with rigid
3 bulkheads at either end to prevent binding or shifting. The readout device shall be marked
4 at intervals of no more than 40 pounds. Test records shall show results to the nearest 20
5 pounds. During weighing operations, weights shall be read and recorded to the nearest
6 100 pounds. Before use at a new site and then at 6 -month intervals, any platform scale
7 shall be: approved under rules of the Washington State Department of Agriculture's
8 Weights and Measures Section, or serviced and tested with at least 10,000 pounds by an
9 agent of its manufacturer. In either case, the Contractor shall provide the Engineer with a
10 copy of the final test results.
11
12 Any Contractor- supplied scale shall include a scale house with a floor space of at least 6
13 by 10 feet. The scale house shall be wind and weather tight, shall have windows for light
14 and ventilation, shall include a door, and shall be lockable. It shall include a table, a chair,
15 electrical power, and a space heater. The Contractor shall provide a rest room near the
16 scale house.
17
18 1- 09.2(4) Specific Requirements for Belt Conveyor Scales
19 This section is revised to read as follows:
20
21 The Engineer may approve conveyor -belt weighing of untreated materials if the method
22 and device meet all general requirements for weighing equipment. The recording tape,
23 odometer, totalizer, calibration adjustment, and clock -time imprinter shall be kept locked
24 and the Engineer shall retain all keys. All belt- conveyor scales shall comply with the
25 requirements for Belt- Conveyor Scales in the National Bureau of Standards Handbook No.
26 44, except where these specifications modify those requirements.
27
28 A static load test shall be made: each day after the belt- conveyor has run continuously for
29 about 30 minutes, and again, immediately after the air temperature changes significantly.
30 If the static load test reveals a need for adjustment, the Contractor shall perform a chain
31 test. The Contractor shall make the computation of the test chain calibration, the
32 calibration procedures and results, and related records available for the engineer's review.
33 The test chain shall be clearly marked with its calibration, carried in a suitable container,
34 and kept immediately available for testing.
35
36 1- 09.2(5) Measurement
37 This section is revised to read as follows:
38
39 Scale Verification Checks
40 Regardless of the type of scale used, a scale verification test shall be performed daily.
41 The Contractor shall designate a separate, certified, platform scale or a separate
42 commercial platform scale, independent of the scale used for weighing construction
43 materials, to be used for scale verification checks. Each batch, hopper or platform scale
44 will be tested by routing a loaded truck onto a separate certified platform scale or a
45 separate commercial platform scale and comparing the weights. If such a separate scale
46 is not reasonably available, the Engineer may approve a Contractor request to use an
47 alternate method of scale verification checks as described on Form 422 -027, "Scaleman's
48 Daily Report" and as appropriate for the type of scale.
49
50 To test the accuracy of a belt- conveyor scale, the Contractor shall weigh five or more
51 payloads from sequential hauling units and compare these weights with weights of the
52 same payloads taken on a separate certified platform scale. If the test results fluctuate,
53 the engineer may require more than five check loads. Conveyor weights will be based on
54 tonnage values taken from the sealed odometer at the beginning and end of each check
55 period.
56
57 If scale verification checks shows the scale has been underweighing, it shall be adjusted
58 immediately. The Contractor shall not be compensated for any loss from underweighing.
59
60 If scale verification checks show the scale has been overweighing, its operation will cease
61 immediately until adjusted. The contracting agency will calculate the combined weight of
2000 WSDOT AMENDMENTS
AM -10
0
0
J
H
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
t
1
t
t
1
2
3
5
6
7
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
57
58
59
60
61
all materials weighed after the last verification check showing accurate results. This
combined weight will then be reduced for payment by the percentage of scale error that
exceeds one -half of 1 percent.
Minor Construction Items
If the specifications and plans require weight measurement for minor construction items,
the Contractor may request permission to convert volume to weight. If the Engineer
approves, an agreed factor may be used to make this conversion and volume may be
used to calculate the corresponding weight for payment.
1- 09.2(6) Payment
This section is revised to read as follows:
The Contracting Agency will pay for no materials received by weight unless they have
been weighed as required in this section or as required by another method the Engineer
has approved in writing.
Unit contract prices for the various pay items of the project cover all costs related to
weighing and proportioning materials for payment. These costs include but are not limited
to:
• furnishing, installing, certifying, and maintaining scales
• furnishing a scale house
• providing a weigher with a commercial scale, if necessary
• providing self printing tickets, if necessary
• rerouting a truck for verification weighing
• assisting the engineer with scale verification checks
• any other related costs associated with meeting the requirements of this section.
1 -09.6 Force Account
This section is revised to read as follows:
The terms of the contract or of a change order may call for work or material to be paid for
by force account. If so, then the objective of this specification is to reimburse the
Contractor for all costs associated with the work, including costs of labor, small tools,
supplies, equipment, specialized services, materials, applicable taxes and overhead and
to include a profit commensurate with those costs. The amount to be paid shall be
determined as shown below:
For Labor: Labor reimbursement calculations shall be based on a "Project Labor List"
(List,) prepared and submitted by the Contractor and by any subContractor before
that firm commences force account work. Once a List is approved by the Engineer, it
shall be used to calculate force account labor payment until a new List is submitted
and approved. The Engineer may compare the List to payrolls and other documents
and may, at any time, require the Contractor to submit a new List. The Contractor
may submit a new List at any time without such a requirement. Prior payment
calculations shall not be adjusted as a result of a new List.
To be approved, the List must be accurate and meet the requirements of this section.
It shall include regular time and overtime rates for all employees (or work
classifications) expected to participate in force account work. The rates shall include
the basic wage and fringe benefits, the current rates for Federal Insurance
Compensation Act (FICA), Federal Unemployment Tax Act (FUTA) and State
Unemployment Tax Act (SUTA), the company's present rates for Medical Aid and
Industrial Insurance premiums and the planned payments for travel and per diem
2000 WSDOT AMENDMENTS
AM -11
2
3
5
6
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
N7
59
60
compensation. The rates may also include an allocation of costs of safety and health
testing. This allocation shall assure that the amount included for force account is
reasonably proportional to the total costs applied to all work.
List List is by
In the event that an acceptable initial or requested revised not received
the time that force account calculations are begun, the Engineer will develop a List
unilaterally, utilizing the best data available, that will be used until a Contractor's List
is received and approved. Again, prior calculations, prepared using the Engineer's
List, will not be revised as a result of differences with the Contractor's List.
The hourly rates established in the current "Project Labor List" shall be applied to the
hours of work recorded by the Engineer. The hours of work shall include all hours
that are contractual obligations of the Contractor or are customary payments by the
Contractor to all employees.
labor defined the Contracting
In addition to compensation for direct costs above,
Agency will pay the Contractor 26 percent of the sum of the costs calculated for labor
reimbursement to cover project overhead, general company overhead, profit,
bonding, insurance, Business & Occupation tax, and any other costs incurred.
2. For Materials: The Contracting Agency will reimburse invoice cost for Contractor -
supplied materials. For the purpose of this provision, "Materials" shall include those
items incorporated into the work, supplies used during the work and items consumed.
This cost shall include freight and handling charges and applicable taxes. Before
work is started, the Engineer may require the Contractor to obtain multiple quotations
for the materials to be utilized and select the vendor with prices and terms most
advantageous to the Contracting Agency.
The Contracting Agency will provide a list of the types and quantities of Contractor -
supplied materials witnessed by the Contracting Agency as being utilized in force
account work. The list will be furnished promptly after the material is incorporated, on
a daily basis unless agreed otherwise. The Contractor may propose corrections to
the list and will supply prices for the materials and other costs and return the list to
the Contracting Agency. To support the prices, the Contractor shall attach valid
copies of vendor invoices. If invoices are not available for materials from the
Contractor's stocks, the Contractor shall certify actual costs (at a reasonable level) by
affidavit. The Engineer will review the prices and any Contractor - proposed
corrections and, if reasonable, approve the completed list. Once approved, the prices
will be utilized in the calculation of force account reimbursement for materials.
If, in the case of non - invoiced materials supported by Contractor affidavit, the price
appears to be unreasonable, the Engineer will determine the cost for all or part of
those materials, utilizing the best data available.
The Contracting Agency reserves the right to provide materials. In this case, the
Contractor will receive no payment for any costs, overhead, or profit arising from the
value of the materials themselves. Additional costs to handle and place the Agency -
furnished material shall be compensated as described in this specification.
In addition to compensation for direct materials cost, the Contracting Agency will pay
the Contractor 21 percent of the sum of the costs calculated for materials
reimbursement to cover project overhead, general company overhead, profit,
bonding, insurance, Business & Occupation tax, and any other costs incurred.
3. For Equipment: The Contracting Agency will reimburse the Contractor for the cost of
equipment utilized in the work. The equipment provided by the Contractor shall be of
modern design and in good working condition. For the purpose of this provision,
"provided" shall mean that the equipment is owned (either through outright ownership
or through a long -term lease) and operated by the Contractor or SubContractor or
that the equipment is rented and operated by the Contractor or SubContractor.
2000 WSDOT AMENDMENTS
AM -12
r
E
L
1
C�
t
C
U
fl
1
1
0
1
2
3
5
6
7
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
5
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
57
58
59
60
Equipment that is rented with operator shall not be included here, but shall be
considered a service and addressed according to section 4 of this provision.
The amount of payment for any Contractor -owned equipment that is utilized shall be
determined according to the version of the AGC/WSDOT Equipment Rental
Agreement which is in effect at the time the force account is authorized. The rates
listed in the Rental Rate Blue Book (as modified by the current AGC/WSDOT
Equipment Rental Agreement) shall be full compensation for all fuel, oil, lubrication,
ordinary repairs, maintenance, and all other costs incidental to furnishing and
operating the equipment except labor for operation.
Payment for rented equipment will be made on the basis of a valid invoice, covering
the time period of the work. Before work is started, the Engineer may require the
Contractor to obtain multiple quotations for the rental of equipment to be utilized and
select the vendor with prices and terms most advantageous to the Contracting
Agency
In addition to the payments for Contractor -owned and rented equipment, one or more
lump -sum payments may be made for small tools. The amount to be paid shall be
determined as outlined in the AGC/WSDOT Equipment Rental Agreement.
The Contracting Agency will add 21 percent to equipment costs to cover project
overhead, general company overhead, profit, bonding, insurance, Business &
Occupation tax, and any other costs incurred. This markup will be over and above
those equipment costs and will not be adjusted for any equipment overhead amounts
included in the Blue Book rates.
Current copies of the Rental Rate Blue Book and the AGC/WSDOT Equipment
Rental Agreement will be maintained at each Region office of the Department of
Transportation (Compact Disk Version) and at each of the offices of the Associated
General Contractors of America (in Seattle, Spokane, Tacoma, and Wilsonville,
Oregon) where they are available for inspection.
4. For Services: Compensation under force account for specialized services shall be
made on the basis of an invoice from the providing entity. A "specialized service"
shall be one which is typically billed through invoice in standard industry practice.
Before work is started, the Engineer may require the Contractor to obtain multiple
quotations for the service to be utilized and select the provider with prices and terms
most advantageous to the Contracting Agency.
Except as noted below, the Contracting Agency will pay the Contractor an additional
21 percent of the sum of the costs included on invoices for specialized services to
cover project overhead, general company overhead, profit, bonding, insurance,
Business & Occupation tax, and any other costs incurred.
When a supplier of services is compensated through invoice, but acts in the manner
of a subContractor, as described in Section 6 of this provision, then markup for that
invoice shall be according to Section 6. "Contractor Markup on SubContractors'
Work ".
5. For Mobilization: Force account mobilization is defined as the preparatory work
performed by the Contractor including procurement, loading and transportation of
tools and equipment, and personal travel time (when such travel time is a contractual
obligation of the Contractor or a customary payment for the Contractor to all
employees). Mobilization also includes the costs incurred during demobilization. Pro -
rata adjustments may be made when the mobilization applies to both force account
and other contract work. The Contracting Agency will pay for mobilization for off -site
preparatory work for force account items provided that notice has been provided
sufficiently in advance to allow the Engineer to witness the activity, if desired.
2000 WSDOT AMENDMENTS
AM -13
2
3
5
6
7
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
57
58
59
60
61
Any costs experienced during mobilization activities for labor, equipment, materials or
services shall be listed in those sections of the force account summary and paid
accordingly.
6. For Contractor Markup on SubContractor's Work: When work is performed on a
force account basis by one or more approved subContractors, by lower -tier
subContractors or suppliers, or through invoice by firm(s) acting in the manner of a
subContractor, the Contractor will be allowed an additional markup, from the table
below, applied to the costs computed for work done by each subContractor through
Sections 1, 2, 3, and 4, to compensate for all administrative costs, including project
overhead, general company overhead, profit, bonding, insurance, Business &
Occupation tax, and any other costs incurred.
A firm may be considered to be acting as a subContractor when the Engineer
observes one or more of the following characteristics:
• The person in charge of the firm's activities takes an active role in managing
the overall project, including extensive coordination, interpretation of plans,
interaction with the Contracting Agency or management of a complex and
inter - related operation.
• Rented equipment is provided fueled, operated and maintained by the firm.
Operators of rented equipment are supervised directly by the firm's
representative. There is little interaction between the Contractor and the
employees of the firm.
• The firm appears to be holding the risk of performance and quality of the
work.
• The firm appears to be responsible for liability arising from the work.
Markups on Work Performed by SubContractor(s):
1. On amounts paid for work performed
by each SubContractor on each force
account and calculated through
Sections 1-4 up to $25,000 12%
2. On amounts greater than $25,000 up to $100,000 10%
3. On amounts greater than $100,000
7%
The amounts and markup rates shall be calculated separately for each subContractor
on each force account item established.
The payments provided above shall be full payment for all work done on a force
account basis. The calculated payment shall cover all expenses of every nature,
kind, and description, including those listed above and any others incurred on the
work being paid through force account. Nothing in this provision shall preclude the
Contractor from seeking an extension of time or time - related damages to unchanged
work arising as a result of the force account work. The amount and costs of any work
to be paid by force account shall be computed by the Engineer, and the result shall
be final as provided in Section 1 -05.1.
An item which has been bid at a unit price or lump sum in the Proposal will not be
paid as force account unless a change as defined in Section 1 -04.4 has occurred and
the provisions require a payment adjustment. Items which are included in the
Proposal as Force Account or which are added by change order as Force Account
may, by agreement of the parties at any time, be converted to agreed unit prices or
lump sums applicable to the remaining work.
2000 WSDOT AMENDMENTS
AM -14
D
Li
f
V
L
L
D
Ll
1
Ci
1
n
1 1 -09.7 Mobilization
2 This section is revised to read as follows:
3
4 Mobilization consists of preconstruction expenses and the costs of preparatory work and
5 operations performed by the Contractor which occur before 10 percent of the total original
6 contract amount is earned from other contract items. Items which are not to be included in
7 the item of Mobilization include but are not limited to:
8
9 1. Any portion of the work covered by the specific contract item or incidental work
10 which is to be included in a contract item or items.
11
12 2. Profit, interest on borrowed money, overhead, or management costs.
13
14 3. Any costs of mobilizing equipment for force account work.
15
16 Based on the lump sum contract price for "Mobilization," partial payments will be made as
17 follows:
18
19 1. When 5 percent of the total original contract amount is earned from other
20 contract items, excluding amounts paid for materials on hand, 50 percent of the
21 amount bid for mobilization, or 5 percent of the total original contract amount,
22 whichever is the least, will be paid.
23
24 2. When 10 percent of the total original contract amount is earned from other
25 contract items, excluding amounts paid for materials on hand, 100 percent of the
26 amount bid for mobilization, or 10 percent of the total original contract amount,
27 whichever is the least, will be paid.
28
29 3. When the physical completion date has been established for the project,
30 payment of any amount bid for mobilization in excess of 10 percent of the total
31 original contract amount will be paid.
32
33 Nothing herein shall be construed to limit or preclude partial payments otherwise provided
34 by the contract.
35
36 SECTION 1 -10, TEMPORARY TRAFFIC CONTROL
37 October 2, 2000
38 1- 10.2(3) Conformance to Established Standards
39 The section is revised to read as follows:
40
41 Flagging, signs, and all other traffic control devices furnished or provided shall conform to
42 the standards established in the latest adopted edition of the "Manual on Uniform Traffic
43 Control Devices" (MUTCD) published by the U.S. Department of Transportation and the
44 Modifications to the MUTCD for Streets and Highways for the State of Washington.
45 Copies of the MUTCD may be purchased from the Superintendent of Documents, U.S.
46 Government Printing Office, Washington, D.C. 20402. Modifications to the MUTCD for
47 Streets and Highways for the State of Washington may be obtained from the Department
48 of Transportation, Olympia, Washington 98504.
49
50 In addition to the standards of the MUTCD described above, the Contracting Agency has
51 scheduled the implementation of crashworthiness requirements for all workzone devices.
52 The National Cooperative Highway Research Project (NCHRP) Report 350 has
53 established requirements for crash testing. Workzone devices are divided into four
54 categories. Each of those categories and the schedule for implementation is described:
55
56 Category 1 includes those items that are small and lightweight, channelizing, and
57 delineating devices that have been in common use for many years and are known to be
58 crashworthy by crash testing of similar devices or years of demonstrable safe
59 performance. These include cones, tubular markers, flexible delineator posts, and plastic
60 drums with no attachments. All Category 1 devices used by the project shall meet the
2000 WSDOT AMENDMENTS
AM -15
2
3
5
6
7
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
34
35
36
37
38
39
40
41
42
44
45
46
47
48
49
50
51
52
53
54
55
56
57
58
59
60
requirements of NCHRP 350 as certified by the manufacturer of the device. The
Contractor shall obtain the manufacturer's certification documentation for all such devices
purchased and shall keep the documentation available for inspection throughout the life of
the project.
Category 2 includes devices that are not expected to produce significant vehicular velocity
change, but may otherwise be hazardous. Examples of this class are barricades, portable
sign supports and signs, intrusion alarms and vertical panels . Any new Category 2
device purchased after October 1, 2000 shall meet the requirements of NCHRP 350.
Existing equipment, purchased prior to October 1, 2000, may be used on the project until
December 31, 2007. For the purpose of definition, a sign support and sign shall be
considered a single unit. A new sign may be purchased for an existing sign support and
the entire unit will be defined as "existing equipment." The contract documents will
contain provisions that list all Category 2 devices deemed compliant with NCHRP 350 and
acceptable for use on the project. The Contractor may select from that list when obtaining
new equipment or may submit other products for the Engineer's consideration.
Category 3 is for hardware expected to cause significant velocity changes or other
potentially harmful reactions to impacting vehicles. Barriers, fixed sign supports, crash
cushions, truck mounted attenuators (TMA's) and other work zone devices not meeting
the definitions of Category 1 or 2 are examples from this category. Many Category 3
devices are defined in the design of the project. Where this is the case, NCHRP 350
requirements have been incorporated into the design and the Contractor complies with the
requirements by constructing according to the plans and specifications. Where the device
is a product chosen by the Contractor, the device chosen must be compliant with the
requirements of NCHRP 350.
Category 4 includes portable or trailer- mounted devices such as Arrow Displays,
Temporary Traffic Signals, Area Lighting Supports, and Portable Changeable Message
Signs. After October 1, 2002, this class of devices may only be used if they are placed
behind crashworthy barriers or shielded with Truck Mounted attenuators or crash
cushions.
The condition of signs and traffic control devices shall be new or "acceptable" as defined
in the book Quality Standards for Work Zone Traffic Control Devices, and will be accepted
based on a visual inspection by the Engineer. The Engineer's decision on the condition of
a sign or traffic control device shall be final. When a sign or traffic control device becomes
classified as "not acceptable" it shall be removed from the project and replaced within 12
hours.
SECTION 1 -99, APWA SUPPLEMENT
April 30, 2001
Page 1-109,11-01.3 Definitions (APWA Only)
This section is supplemented with the following:
Traffic (APWA Only)
Both vehicular and non - vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and
equestrian traffic.
Page 1 -113, The following is added to page 1 -113:
SECTION 1 -03.3 IS SUPPLEMENTED BY REVISING THE THIRD PARAGRAPH
TO READ:
1 -03.3 Execution of Contract (APWA only)
If the bidder experiences circumstances beyond their control that prevents return of the
contract documents within 10 calendar days after the award date, the Contracting Agency
may grant up to a maximum of 10 additional calendar days for return of the documents,
provided the Contracting Agency deems the circumstances warrant it.
Page 1 -122, The following is added to page 1 -122:
2000 WSDOT AMENDMENTS
AM -16
0
J
�l
J
L
I'�
,r I
F 1
`JJj
u
0
1
2 SECTION 1- 07.23(1) IS SUPPLEMENTED BY REVISING PARAGRAPH 2 TO
3 READ:
4 1- 07.23(1) Construction Under Traffic (APWA only)
5 To disrupt public traffic as little as possible, the Contractor shall permit traffic to pass
6 through the work with the least possible inconvenience or delay. The Contractor shall
7 maintain existing roads, streets, sidewalks, and paths within the project limits, keeping
8 them open, and in good, clean, safe condition at all times. Deficiencies caused by the
9 Contractor's operations shall be repaired at the Contractor's expense. Deficiencies not
10 caused by the Contractor's operations shall be repaired by the Contractor when directed
11 by the Engineer, at the Contracting Agency's expense. The Contractor shall also maintain
12 roads, streets, sidewalks, and paths adjacent to the project limits when affected by the
13 Contractor's operations. Snow and ice control will be performed by the Contracting
14 Agency's expense. The Contractor shall perform the following:
15
16 1. Remove or repair any condition resulting from the work that might impede traffic
17 or create a hazard.
18
19 2. Keep existing traffic signal and highway lighting systems in operation as the work
20 proceeds. (The Contracting Agency will continue the route maintenance on such
21 system.)
22
23 3. Maintain the striping on the roadway at the Contracting Agency's expense. The
24 Contractor shall be responsible for scheduling when a renew striping, subject to
25 the approval of the Engineer. When the scope of the project does not require
26 work on the roadway, the Contracting Agency will be responsible for maintaining
27 the striping.
28
29 4. Maintain existing permanent signing. Repair of signs will be at the Contracting
30 Agency's expense, except those damaged due to the Contractor's operations.
31
32 5. Keep drainage structures clean to allow for free flow of water. Cleaning of
33 existing drainage structures will be at the Contracting Agency's expense when
34 approved by the Engineer, except when flow is impaired due to the Contractor's
35 operations.
36
37 SECTION 1- 07.23(2) IS SUPPLEMENTED BY REVISING PARAGRAPH 1 TO
38 READ:
39 1- 07.23(2) Construction and Maintenance of Detours (APWA only)
40 Unless otherwise approved, the Contractor shall maintain two -way traffic during
41 construction. The Contractor shall build, maintain in a safe condition, keep open to traffic,
42 and remove when no longer needed:
43
44 1. Detours and detour bridges that will accommodate traffic diverted from the
45 roadway, bridge, sidewalk, or path during construction,
46
47 2. Detour crossings of intersecting highway, and
48
49 3. Temporary approaches.
50
51 Page 1 -125, The following is revised:
52
53 "g. Property owner releases per Section 1- 07.24" is revised to read:
54
55 "f. Property owner releases per Section 1- 07.24"
56
57 Page 1 -125, The following is added to page 1 -125:
58
2000 WSDOT AMENDMENTS
AM -17
2
3
5
6
7
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
56
57
58
59
60
SECTION 1 -08.7 IS SUPPLEMENTED BY REVISING PARAGRAPH 2 TO READ:
1 -08.7 Maintenance During Suspension (APWA only)
At no expense to the Contracting Agency, the Contractor shall provide through the
construction area a safe, smooth, and unobstructed roadway, sidewalk, and path for
public use during suspension (as required in Section 1 -07.23 or the Special Provision).
This may include a temporary road or detour.
Page 1-125,1-09.9 Payments (APWA Only)
The sixth item in the third paragraph is revised to read:
Retainage Per Section 1- 09.9(1).
Page 1 -126, The following is added to page 1 -126:
SECTION 1 -10.1 IS SUPPLEMENTED BY REVISING PARAGRAPH 1 TO READ:
1 -10.1 General (APWA only)
The Contractor shall provide flaggers, signs, and other traffic control devices not
otherwise specified as being furnished by the Contracting Agency. The Contractor shall
erect and maintain all construction signs, warning signs, detour signs, and other traffic
control devices necessary to warn and protect the public at all times from injury or
damage as.a result of the Contractor's operations which may occur on highways, roads,
streets, sidewalks, or paths. No work shall be done on or adjacent to any traveled way
until all necessary signs and traffic control devices are in place.
SECTION 2 -01, CLEARING, GRUBBING, AND ROADSIDE CLEANUP
August 6, 2001
2- 01.3(1) Clearing
This section is revised to read as follows:
The Contractor shall:
1. Fell trees only within the area to be cleared.
2. Close -cut parallel to the slope of the ground all stumps to be left in the cleared
area outside the slope stakes.
3. Close cut all stumps that will be buried by fills 5 feet or less in depth.
4. Follow these requirements for all stumps that will be buried by fills deeper than 5
feet:
a. Close -cut stumps under 18 inches in diameter.
b. Trim stumps that exceed 18 inches in diameter to no more than 12
inches above original ground level.
5. Leave standing any trees or native growth indicated by the Engineer.
6. Trim all trees to be left standing to the height specified by the Engineer, neatly
cutting all limbs close to the tree trunk.
7. Thin clumps of native growth as the Engineer may direct.
E
8. Protect, by fencing if necessary, all trees or native growth from any damage
caused by construction operations. 3
2- 01.3(2) Grubbing
This section is revised to read as follows: 3
The Contractor shall:
2000 WSDOT'AMENDMENTS
AM -18
El
E]
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
t
2
3
5
6
7
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
46
47
48
49
50
51
52
53
54
55
56
57
58
Grub deep enough to remove all stumps, large roots, buried logs, and other
vegetative material.
2. Grub all areas:
a. Indicated by the Engineer or by the Special Provisions.
b. To be excavated, including area staked for slope treatment.
c. Where subdrainage trenches will be dug, unsuitable material removed,
or structures built.
d. In which hillsides or existing embankments will be terraced as described
in Section 2- 03.3(14).
e. Upon which embankments will be placed, except where the subgrade or
slope elevation exceeds 5 feet above the natural ground surface, the
Contractor may close cut all trees, stumps, and large roots less than 18
inches in diameter
A contract may include grubbing without mentioning clearing or roadside cleanup. In that
case, the Contractor shall remove and dispose of all upturned stumps and roots of
windfalls that lie within the cleared area of the right of way, even though they are outside
the area staked for grubbing. Such work shall be incidental to other work covered by the
Contract.
SECTION 2 -02, REMOVAL OF STRUCTURES AND OBSTRUCTIONS
August 6, 2001
2- 02.3(3) Removal of Pavement, Sidewalks, and Curbs
This section is revised to read as follows:
In removing pavement, sidewalks, and curbs, the Contractor shall:
Haul broken -up pieces into the roadway embankment or to some off - project site.
2. Material that is to be incorporated into the embankment shall be broken into
pieces not exceeding 18 inches in any dimension, and no part of any piece shall
be within three feet of the top, side, or end surface of the embankment or any
structure.
3. Make a vertical saw cut between any existing pavement, sidewalk, or curb that is
to remain and the portion to be removed.
4. Replace at no expense to the Contracting Agency any existing pavement
designated to remain that is damaged during the removal of other pavement.
2 -02.5 Payment
This section is supplemented with the following:
If pavements, sidewalks, or curbs lie within an excavation area, their removal will be paid
for as part of the quantity removed in excavation.
SECTION 2 -03, ROADWAY EXCAVATION AND EMBANKMENT
August 6, 2001
2- 03.3(11) Slides
The third paragraph is revised to read as follows:
2000 WSDOT AMENDMENTS
AM -19
2
3
5
6
7
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
45
46
47
48
49
50
51
52
53
54
56
57
58
59
60
If the Contractor undercuts or destroys a slope, or has failed to implement erosion control
devices as shown in the Contract, in the TESC plan, or as directed by the Engineer, it
shall be resloped to the original alignment or to a new one established by the Engineer at
no expense to the Contracting Agency.
2- 03.3(14)D Compaction and Moisture Control Tests
This section is revised to read as follows:
Maximum density for materials with 30 percent or more, by weight retained on the U.S.
No. 4 sieve shall be determined using WSDOT Test Method No. 606. The maximum
density and optimum moisture for materials with less than 30 percent, by mass, retained
on the U.S. No. 4 sieve shall be determined using WSDOT FOP for AASHTO T 99.
In place density will be determined using WAQTC FOP for TM 7 and WSDOT SOP for T
615.
SECTION 2 -09, STRUCTURE EXCAVATION
August 6, 2001
2- 09.3(2) Classification of Structure Excavation
The section is revised to read as follows:
Class A. Structure excavation required for bridge and retaining wall footings, pile
caps, seals, and wingwalls shall be classified as structure excavation Class A. If the
excavation requires a cofferdam, structural shoring, or extra excavation, the work
outside the neat lines of the structure excavation Class A shall be classified as
shoring or extra excavation Class A.
2. Class B. All other structure excavation shall be Class B. If this excavation requires
cofferdams, shoring, or extra excavation, the work outside the neat lines of the
structure excavation Class B shall be classified as shoring or extra excavation Class
B.
2- 09.3(3)D Shoring and Cofferdams
The section is revised to read as follows:
Definitions
Structural shoring is defined as a shoring system that is installed prior to excavation.
Structural shoring shall provide lateral support of soils and limit lateral movement of soils
supporting structures, utilities, railroads, etc., such that these items are not damaged as a
result of the lateral movement of the supporting soils.
Structural shoring systems includes driven cantilever sheet piles, sheet piles with tiebacks,
sheet pile cofferdams with wale rings or struts, prestressed spud piles, cantilever soldier
piles with lagging, soldier piles with lagging and tiebacks, and multiple tier tieback
systems.
Trench boxes, sliding trench shields, jacked shores, and shoring systems which are
installed after excavation are not allowed as structural shoring.
A cofferdam is any watertight enclosure, sealed at the bottom and designed for the
dewatering operation, that surrounds the excavated area of a structure. The Contractor
shall use steel sheet pile or interlocking steel pile cofferdams in all excavation that is
under water or affected by ground water.
Submittals and Design Requirements
The Contractor shall submit working drawings and calculations showing the proposed
methods and construction details of structural shoring or cofferdams in accordance with
Sections 6 -01.9 and 6- 02.3(16). The Contractor shall not begin construction of structural
shoring or cofferdams, nor begin excavation operations, until approval of the structural
shoring submittal has been given by the Project Engineer.
2000 WSDOT AMENDMENTS
AM -20
J
J
fl
0
Id
L
u
L
fl
I
1
2 Structural shoring and cofferdams shall be designed for conditions stated in this Section
3 using methods shown in the USS Steel Sheet Piling Design Manuals, published by United
4 States Steel, and Division I Section 5 of the AASHTO Standard Specifications for Highway
5 Bridges Sixteenth Edition - 1996 and current interims, and as described in the
6 Foundations and Earth Structures - Design Manual 7.2 May 1982 published by the
7 Department of the Navy. Allowable stresses for materials shall not exceed stresses and
8 conditions allowed by Section 6- 02.3(17)B.
9
10 The structural shoring system shall be designed for site specified conditions which shall
11 be shown and described in the working drawings. Examples of such items that shall be
12 shown on the structural shoring submittal and supported by calculations include, but are
13 not limited to, the following:
14
15 1. Soil properties; heights; soil slopes; soil benches; water tables; and controlling
16 cross sections showing adjacent existing foundations and utilities.
17
18 2. Location and weight of construction equipment adjacent to the excavation;
19 location of adjacent traffic; and structural shoring system material properties,
20 spacing, size, connection details, weld sizes, and embedment depths.
21
22 3. Structural shoring installation and construction sequence, procedure, length of
23 time for procedure and time between operations; proof load testing procedure if
24 any; deadman anchor design and geometry; no load zones; grouting material
25 and strengths; and a list of all assumptions.
26
27 4. Methods and materials to be used to fill voids behind lagging, when soldier piles
28 with lagging are used as structural shoring.
29
30 Construction Requirements
31 Structural shoring or cofferdams shall be provided for all excavations near completed
32 structures (foundations of bridges, walls, or buildings), near utilities, and near railroads.
33
34 All other excavationsA feet or'more in depth shall either be shored with structural shoring
35 or cofferdams, or shall meet the open -pit requirements of Section 2- 09.3(3)B.
36
37 Existing foundations shall be supported with structural shoring if the excavation is within
38 the limits defined by a plane which extends out from the nearest edge of the existing
39 footing a level distance of 1/2 the width of the existing footing and then down a slope of 1-
40 112 horizontal to 1 vertical.
41
42 When structural shoring or cofferdams are utilized, all excavation and structural shoring
43 shall be constructed in accordance with the approved structural shoring submittal,
44 including any required construction sequence noted in the working drawings. The
45 Contractor shall remain responsible for satisfactory results.
46
47 If soldier piles are placed in drilled holes, then the hole shall be filled to the top of the
48 soldier pile either with controlled density fill, if water is not present in the hole, or lean
49 concrete. Backfilling soldier pile drilled holes with pea gravel or sand is not allowed.
50
51 If lagging is used, void space behind the lagging shall be minimized. If the Engineer
52 determines that the voids present could result in damage or serviceability problems for the
53 structural shoring system or any structures or facilities adjacent to the structural shoring
54 system, the Contractor shall cease excavation and lagging installation, and shall fill the
55 voids specified by the Engineer in accordance with the approved structural shoring
56 submittal. Further excavation and lagging placement shall not continue until the specified
57 voids are filled to the satisfaction of the Engineer.
58
59 Excavation shall not proceed ahead of lagging installation by more than 4 feet or by the
60 height that the soil will safely stand, whichever is least. For tieback shoring systems,
2000 WSDOT AMENDMENTS
AM -21
2
3
5
6
7
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
35
36
37
38
39
40
41
42
43
44
46
47
48
49
50
51
52
53
54
55
56
excavation shall not proceed ahead by more than 4 feet of the tie installation and proof
testing.
In using cofferdams or structural shoring, the Contractor shall: -3
1. Extend cofferdams well below the bottom of the excavation, and embed
structural shoring as shown in the structural shoring submittal as approved by the
Engineer.
2. Provide enough clearance for constructing forms, inspecting concrete exteriors,
and pumping water that collects outside the forms. If cofferdams tilt or move
laterally during placement, the Contractor, at no expense to the Contracting
Agency, shall straighten or enlarge them to provide the required clearance.
3. Secure the cofferdam in place to prevent tipping or movement.
4. Place structural shoring or cofferdams so that they will not interfere with any pile
driving required.
5. Not place any shoring, braces, or kickers inside the cofferdams and structural
shoring which will induce stress, shock, or vibration to the permanent structure.
6. Vent cofferdams at the elevation commensurate with seal weight design, or as
shown in the Plans.
7. Remove all bracing extending into the concrete being placed.
When the work is completed, the Contractor shall:
1. Remove all structural shoring to at least 2 feet below the finished ground line.
2. Remove all cofferdams to the natural bed of the waterway.
2- 09.3(4) Construction Requirements, Structure Excavation, Class B
The first sentence of the first paragraph is revised to read as follows:
The above requirements for structure excavation Class A, shall apply also to structure
excavation Class B except as revised below.
The first sentence of the fifth paragraph is revised to read as follows:
Trench boxes may be used for structure excavation, Class B. Approval of trench boxes
can be done by the Project Engineer provided it is not used to support adjacent traffic,
existing footings, or other structures. 3
SECTION 2 -12, CONSTRUCTION GEOTEXTILE
August 6, 2001
2- 12.3(5) Temporary Silt Fences 3
This section is deleted.
2 -12.4 Measurement
The second paragraph, dealing with "Temporary Silt Fence ", is deleted.
2 -12.5 Payment
The bid item "Construction Geotextile for Temporary Silt Fence ", per linear foot is deleted
2000 WSDOT AMENDMENTS
AM -22
1�
1
2
4
5
6
7
8
9
10
11
12
I
11,
0
i
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
55
56
SECTION 3 -01, PRODUCTION FROM QUARRY AND PIT SITES
May 29, 2001
3 -01.5 Measurement
In the chart, the reference to 1/4 -Inch Sieve" is revised to read "U.S. No. 4 ".
SECTION 3 -02, STOCKPILING AGGREGATES
June 26, 2000
3- 02.3(1) Asphalt Concrete Aggregates
This section is deleted.
SECTION 4 -06, ASPHALT TREATED BASE
June 26, 2000
4- 06.3(7) Density
The first sentence is revised to read as follows:
The asphalt treated base shall be compacted to a density of not less than 80 percent of
the maximum theoretical density established for the mix by WSDOT FOP for AASHTO T
209.
SECTION 5 -02, BITUMINOUS SURFACE TREATMENT
May 29, 2001
5- 02.3(3) Application of Asphalt
In the Application Rate Chart, under "Aggregate Size (In.)" all references to "1/4" are revised to
"No. 4 ".
SECTION 5 -04, ASPHALT CONCRETE PAVEMENT
August 13, 2001
5 -04.2 Materials
The third paragraph is revised to read:
The Contractor shall have the option of utilizing recycled asphalt pavement (RAP) in an
amount up to 20 percent of total aggregate weight in combination with new aggregate in
the production of asphalt concrete pavement. The RAP may be from asphalt concrete
removed under the contract, if any, or old asphalt concrete from an existing stockpile.
Recycled materials shall not be used in asphalt concrete Class D.
The fifth paragraph is supplemented with the following:
The Contractor may substitute alternate grades of PG asphalt cements at no cost to the
Contracting Agency. The alternate PG asphalt cement shall have an average 7 -day
maximum pavement design temperature that is equal to or higher, and a minimum
pavement design temperature that is equal to or lower than the specified PG asphalt
cement. The Contractor shall designate in writing the grade of PG asphalt cement to be
used prior to submittal of the mix design. Only one PG asphalt cement will be allowed for
each class of asphalt concrete pavement.
5- 04.3(1)A Requirements For All Plants
The last sentence in #4 is revised to read as follows:
Provisions shall be made for measuring the asphalt in the storage tank and a valve shall
be placed in either the supply line to the mixer or the storage tank for sampling the
material.
5- 04.3(5)A Preparation of Existing Surfaces
This section is revised to read as follows:
2000 WSDOT AMENDMENTS
AM -23
13
14
15
16
17
18
I
11,
0
i
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
55
56
SECTION 3 -01, PRODUCTION FROM QUARRY AND PIT SITES
May 29, 2001
3 -01.5 Measurement
In the chart, the reference to 1/4 -Inch Sieve" is revised to read "U.S. No. 4 ".
SECTION 3 -02, STOCKPILING AGGREGATES
June 26, 2000
3- 02.3(1) Asphalt Concrete Aggregates
This section is deleted.
SECTION 4 -06, ASPHALT TREATED BASE
June 26, 2000
4- 06.3(7) Density
The first sentence is revised to read as follows:
The asphalt treated base shall be compacted to a density of not less than 80 percent of
the maximum theoretical density established for the mix by WSDOT FOP for AASHTO T
209.
SECTION 5 -02, BITUMINOUS SURFACE TREATMENT
May 29, 2001
5- 02.3(3) Application of Asphalt
In the Application Rate Chart, under "Aggregate Size (In.)" all references to "1/4" are revised to
"No. 4 ".
SECTION 5 -04, ASPHALT CONCRETE PAVEMENT
August 13, 2001
5 -04.2 Materials
The third paragraph is revised to read:
The Contractor shall have the option of utilizing recycled asphalt pavement (RAP) in an
amount up to 20 percent of total aggregate weight in combination with new aggregate in
the production of asphalt concrete pavement. The RAP may be from asphalt concrete
removed under the contract, if any, or old asphalt concrete from an existing stockpile.
Recycled materials shall not be used in asphalt concrete Class D.
The fifth paragraph is supplemented with the following:
The Contractor may substitute alternate grades of PG asphalt cements at no cost to the
Contracting Agency. The alternate PG asphalt cement shall have an average 7 -day
maximum pavement design temperature that is equal to or higher, and a minimum
pavement design temperature that is equal to or lower than the specified PG asphalt
cement. The Contractor shall designate in writing the grade of PG asphalt cement to be
used prior to submittal of the mix design. Only one PG asphalt cement will be allowed for
each class of asphalt concrete pavement.
5- 04.3(1)A Requirements For All Plants
The last sentence in #4 is revised to read as follows:
Provisions shall be made for measuring the asphalt in the storage tank and a valve shall
be placed in either the supply line to the mixer or the storage tank for sampling the
material.
5- 04.3(5)A Preparation of Existing Surfaces
This section is revised to read as follows:
2000 WSDOT AMENDMENTS
AM -23
2
3
5
6
7
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
5
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
57
58
59
60
61
Before construction of an asphalt concrete pavement on an existing paved surface, the
entire surface of the pavement shall be clean. All fatty asphalt patches, grease drippings,
and other objectionable matter shall be entirely removed from the existing pavement. All
excess asphalt joint filler shall be completely removed and all premolded and rubberized
joint filler shall be removed to a minimum 1/2 inch below the surface of the existing
pavement. All pavements or bituminous surfaces shall be thoroughly cleaned of dust, soil,
pavement grindings, and other foreign matter. All holes and small depressions shall be
filled with an appropriate class of asphalt concrete mix and the surface of the patched
area shall be leveled and compacted thoroughly.
Unless otherwise approved by the Engineer, the tack coat shall be CSS -1, CSS -1h, or
STE -1 emulsified asphalt. The CSS -1 and CSS -1 h emulsified asphalt may be diluted with
water at a rate not to exceed one part water to one part emulsified asphalt. The
emulsified asphalt shall be applied within the temperature range specified in Section 5-
02.3(3).
A tack coat of asphalt shall be applied at the rate of 0.02 to 0.08 gallons of residual
asphalt per square yard to all paved surfaces on which any course of asphalt concrete is
to be placed or abutted. Tack coat shall be uniformly applied to cover the existing
pavement with a thin film of residual asphalt free of streaks and bare spots. The
spreading equipment shall be equipped with a thermometer to indicate the temperature of
the tack coat material.
Equipment shall not operate on tacked surfaces until the tack has broken and cured. If
the Contractor's operation damages the tack coat it shall be repaired to the satisfaction of
the Engineer prior to placement of the asphalt concrete pavement.
5- 04.3(5)C Crack Sealing
In number 1., the reference to 1/4 inch" is revised to read "No. 4 ".
5- 04.3(7)A Mix Design
The first paragraph revised to read:
The Contractor shall obtain representative samples from the mineral aggregate stockpiles,
and blend sand sources to be used for ACP production and submit them for development
of a mix design. Sample submittal shall include asphalt cement sources, production mix
gradation and combining ratios of mineral aggregate stockpiles and blend sand that will be
used in production. This will be the basis for the mix design and job mix formula. The
Contractor shall allow 15 working days for this approval and design once the
aforementioned information and material has been received at the Materials Laboratory.
Additional time may be required if the proportions will not make an adequate design as
determined by the Engineer, or if the Contractor requests more than one asphalt cement
source approval. The Contractor is also advised that production of the asphalt concrete
shall not commence until the job mix design has been established. Adjustments to the
Job Mix Formula may be made per Section 9- 03.8(6)A.
5- 04.3(8) Mixing
In the second paragraph, the last sentence is deleted.
5- 04.3(8)A Acceptance Sampling and Testing
Section 3.A.(2) the reference to "WSDOT Test Method 712" is revised to "WAQTC FOP for
AASHTO T 168 ".
Section 3.C, the referenced sieve sizes for deviation are revised to read as follows:
No. 4 sieve and larger ±4 percent
No. 6 sieve to No. 80 sieve ±2 percent
No. 100 and No. 200 sieve f0.4 percent
Asphalt % ±0.3 percent
Section 3.D is revised to read as follows:
2000 WSDOT AMENDMENTS
AM -24
1
2000 WSDOT AMENDMENTS
I AM -25
1
2
Test Methods. Acceptance testing for compliance of asphalt content will be WSDOT FOP
3
for AASHTO Test Method T 308.
4
5
Acceptance testing for compliance of gradation will be WSDOT FOP for ASHTO T 30.
6
7
5- 04.3(10)B Control
8
In the first paragraph, the reference to " AASHTO T 209." Is revised to read as follows:
9
10
WSDOT FOP for AASHTO T 209.
'
11
12
In the first paragraph, the reference to " WSDOT Test Method 715" is revised to read " WSDOT
13
FOP for AASHTO T 310" and " WSDOT SOP T 729 ".
14
15
5- 04.3(14) Planing Bituminous Pavement
16
The fourth sentence of the fourth paragraph is revised to read as follows:
17
18
Unless otherwise provided, the Contractor shall provide a waste site for the disposal of
t
19
these materials as specified in Section 2- 03.3(7)C.
20
21
5 -04.4 Measurement
22
The fourth paragraph is revised to read:
'
23
24
All costs for asphalt for tack coat shall be included in the unit contract price per ton of the
25
asphalt concrete pavement.
26
27
5 -04.5 Payment
28
The sixth and seventh paragraphs are deleted.
29
30
5- 04.5(1)A Price Adjustments for Quality of AC Mix
31
In the Table of Price Adjustment Factors, under Constituent, the reference to "1/4" sieve" is
32
revised to read "No. 4 sieve ".
'
33
34
SECTION 5 -05, CEMENT CONCRETE PAVEMENT
35
August 6, 2001
36
This section is revised in its entirety to read:
37
38
5 -05.1 Description
39
This work shall consist of constructing a pavement composed of Portland cement
t
40
concrete on a prepared subgrade or base in accordance with these Specifications and in
41
conformity with the lines, grades, thicknesses, and typical cross - sections shown in the
42
Plans or established by the Engineer.
43
'
44
5 -05.2 Materials
45
Materials shall meet the requirements of the following sections:
46
47
Portland Cement 9 -01
1
48
Fine Aggregate 9 -03
49
Coarse Aggregate 9 -03
50
51
Combined Aggregate 9 -03
Joint Filler 9 -04.1
52
Joint Sealants 9-04.2
53
Reinforcing Steel 9 -07
54
Dowel Bars 9 -07.5
'
55
Tie Bars 9 -07.6
56
Curing Materials and Admixtures 9 -23
57
Water 9 -25
58
Epoxy Resins 9 -26
59
1
2000 WSDOT AMENDMENTS
I AM -25
2
3
5
6
7
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
57
58
59
60
61
5 -05.3 Construction Requirements
5- 05.3(1) Concrete Mix Design for Paving
The Contractor shall provide a concrete mix design for each design of concrete
specified in the contract. The Contractor shall use ACI 211.1 as a guide to determine
proportions. Concrete strength, placability, and workability shall be the responsibility
of the Contractor. Following approval of the Contractor's proposal, all other
requirements of Section 5 -05 shall apply.
1. Materials. Materials shall conform to Section 5 -05.2. Fine aggregate shall
conform to Section 9- 03.1(2), Class 1. Coarse aggregate shall conform to
Section 9- 03.1(4) AASHTO grading No. 467. An alternate combined
gradation may be proposed, which has a maximum aggregate size equal to
,
or greater than a 2" square sieve size. The combined aggregate gradation
shall conform to Section 9- 03.1(5). Fly ash, if used, shall conform to Section
9 -23.9 and shall be limited to Class F with a maximum CaO content of 15
percent by weight. The fly ash shall be limited to 25 percent by weight, of
the total cementious material. As an alternative to the use of fly ash and
cement as separate components, a blended hydraulic cement may be used.
Blended hydraulic cement shall conform to ASTM C 595 Type IP.
In making calculations relative to cement factor or allowable water /cement
ratio, the total cementious material shall be taken as the weight of Portland
cement plus the weight of fly ash. The minimum cementitious material for
any mix design shall be 565 pounds per cubic yard.
2. Submittals. The Contractor's submittal shall include the mix proportions per
cubic yard and the proposed sources for all ingredients including the power
plant that generated the fly ash. The mix shall be capable of providing a
minimum flexural strength of 650 psi at 14 days. Evaluation of strength shall
be based on statistically analyzed results of 5 beam specimens and
demonstrate a quality level of not less than 80 percent analyzed in
accordance with Section 1- 06.2(2)D. In addition the Contractor shall
fabricate, cure, and test 5 sets of cylinders using the same mix design as
used in fabrication of the beams. Compressive strength data (for both 14
and 28 day strength) shall be submitted to the Engineer for use in
determination of a conversion factor of flexural strength to compressive
strength, which will be used by the Engineer for strength acceptance testing.
Mix designs submitted by the Contractor shall provide a unique identification
for each proposal and shall include test data confirming that concrete made
in accordance with the proposed design will meet the requirements of these
Specifications. Test data shall be from an independent testing lab or from a
commercial concrete producer's lab. If the test data is developed at a
producer's lab, the Engineer or a representative may witness all testing.
3. Mix Design Modifications. The Contractor may initiate minor adjustments to
the approved mix proportions. A plus or minus 200 pound variation in both
the coarse and fine aggregate target weight will be allowed from the
approved Contractor provided mix design weight as a modification without
resubmittal.
Utilizing admixtures to accelerate the set or to increase workability will be
permitted only when approved by the Engineer.
The Contractor shall notify the Engineer in writing of any proposed
modification. A new mix design will designate a new lot.
5- 05.3(2) Consistency
The materials shall be mixed with sufficient water to produce a stiff concrete which
will hold its shape when deposited upon the subgrade. Concrete placed during wet
weather must be mixed with sufficient water to produce a very stiff mixture. The
2000 WSDOT AMENDMENTS
AM -26
I
J
1
consistency shall be such that separation of the mortar from the coarse aggregate will
2
not occur in handling.
3
4
The water /cementious material ratio, by weight, shall not exceed 0.44. When slip
1
5
form paving equipment is used, the Contractor shall further control concrete
6
consistency to ensure that edge slump conforms to the requirements of Section 5-
7
05.3(11).
8
9
5- 05.3(3) Equipment
10
Equipment necessary for handling materials and performing all parts of the work shall
11
be approved by the Engineer as to design, capacity, and mechanical condition. The
'
12
equipment shall be at the jobsite sufficiently ahead of the start of paving operations to
13
be examined thoroughly and approved.
14
15
5- 05.3(3)A Batching Plant and Equipment
16
1. General. The batching plant shall include bins, weighing hoppers, and scales for
17
the fine aggregate and for each size of coarse aggregate. If cement is used in
18
bulk, a bin, hopper, and separate scale for cement shall be included. The
1
19
weighing hoppers shall be properly sealed and vented to preclude dusting during
20
operation. The batching plant shall be equipped with a suitable nonresettable
21
batch counter, which will correctly indicate the number of batches proportioned.
22
23
2. Bins and hoppers. Bins with adequate separate compartments for fine
24
aggregate and for each size of the coarse aggregate shall be provided in the
25
batching plant.
26
27
5- 05.3(3)6 Mixing Equipment
28
29
1. General. Concrete may be mixed at a batching plant or wholly or in part in truck
'
30
mixers. Each mixer shall have attached in a prominent place a manufacturer's
31
plate showing the capacity of the drum in terms of volume of mixed concrete and
32
the speed of rotation of the mixing drum or blades.
33
34
2. Batching plant. Mixing shall be in an approved mixer capable of combining the
35
aggregates, cement, and water into a thoroughly mixed and uniform weight
36
within the specified mixing period.
37
'
38
Mixers shall be cleaned at suitable intervals. The pickup and throw -over blades
39
in the drum shall be repaired or replaced when they are worn down 3/4 -inch or
40
more. The Contractor shall have available at the jobsite a copy of the
blades in
41
manufacturer's design, showing dimensions and arrangements of the
42
reference to original height and depth, or provide permanent marks on blades to
43
show points of 3/4 -inch wear from new conditions. Drilled holes 1/4 -inch in
44
diameter near each end and at midpoint of each blade are recommended.
45
46
3. Truck mixers and truck agitators. Truck mixers used for mixing and hauling
47
concrete, and truck agitators used for hauling plant -mixed concrete, shall
48
conform to the requirements of Section 6- 02.3(4)A.
49
50
4. Nonagitator trucks. Bodies of nonagitating hauling equipment for concrete shall
51
be smooth, mortar - tight, metal containers and shall be capable of discharging the
52
concrete at a satisfactory controlled rate without segregation. Covers shall be
53
provided when needed for protection. Plant -mixed concrete may be transported
54
in nonagitated vehicles provided that the concrete is delivered to the site of the
55
work and discharge is completed within 45 minutes after the introduction of
56
mixing water to the cement and aggregates, and provided the concrete is in a
57
workable condition when placed.
58
59
5- 05.3(3)C Finishing Equipment
60
The standard method of constructing concrete pavement on state highways shall be
61
with approved slip -form paving equipment designed to spread, consolidate, screed,
2000 WSDOT AMENDMENTS
'
AM -27
2
3
5
6
7
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
57
58
59
and float - finish the freshly placed concrete in one complete pass of the machine so a
dense and homogeneous pavement is achieved with a minimum of hand finishing.
On other roads and on WSDOT projects requiring less than 500 square yards of
cement concrete pavement or requiring individual placement areas of less than 500
square yards, irregular areas, intersections and at locations inaccessible to slip -form
paving equipment, cement concrete pavement may be placed with approved
placement and finishing equipment utilizing stationary side forms. Hand screeding
and float finishing of cement concrete pavement may only be utilized on small
irregular areas as allowed by the Engineer.
5- 05.3(3)D Joint Sawing Equipment
The Contractor shall provide approved power driven concrete saws for sawing joints,
adequate in number of units and power to complete the sawing at the required rate.
The Contractor shall provide at least one standby saw in good working order. An
ample supply of saw blades shall be maintained at the site of the work at all times
during sawing operations. The Contractor shall provide adequate artificial lighting
facilities for night sawing. All of this equipment shall be on the job both before and
continuously during concrete placement. Sawing equipment shall be available
immediately and continuously upon call by the Engineer on a 24 hour basis, including
Saturdays, Sundays and holidays.
5- 05.3(3)E Smoothness Testing Equipment
The Contractor shall provide a California -type computerized profilograph, complete
with recorder, for determining the profile index of the pavement according to WSDOT
Test Method No. 807. The profilograph shall be on the project, calibrated, in good
working condition, and ready for operation before construction of any concrete
pavement begins. The operator shall be competent and experienced in operation of
the equipment.
5- 05.3(4) Measuring, and Batching Materials
The batch plant site, layout, equipment, and provisions for transporting material shall
ensure a continuous supply of material to the work.
1. Measuring Materials
a. Aggregates. The fine aggregate and each size of coarse aggregate shall be
measured by weighing, the weight for the particular aggregates used being
proportional to their respective bulk specific gravities. The weighing of each
size of material shall be a separate and distinct operation.
Corrections shall be made for variations in weight of materials due to the
moisture content.
The equipment for weighing aggregates shall conform to the requirements of
Section 1 -09.2.
b. Cement: Cement shall be weighed on scales meeting the requirements of
Section 1 -09.2. Adequate provision shall be made to prevent loss of cement
between the batch box and the mixer.
c. Water: Water may be measured either by volume or by weight. The
accuracy of measuring the water shall be within a range of error of not over
1 percent. 3
2. Batching Materials. On all projects requiring more than 2500 cubic yards of
Portland cement concrete for paving, the batching plant shall be equipped to
proportion aggregates and cement by weight by means of automatic and
interlocked proportioning devices of approved type.
2000 WSDOT AMENDMENTS
AM -28
1
2000 WSDOT AMENDMENTS
I AM -29
1
5- 05.3(4)A Acceptance of Portland Cement Concrete Pavement
2
Acceptance of Portland cement concrete pavement shall be as provided under
3
statistical or nonstatistical acceptance. Determination of statistical or nonstatistical
4
shall be based on proposal quantities and shall consider the total of all bid items
5
involving of a specific class.
6
7
Statistical acceptance will apply only to contracts advertised, awarded and
8
administered by WSDOT, unless specifically provided otherwise in the Special
9
Provisions. Contracting agencies other than WSDOT must specifically invoke
10
statistical acceptance in their Special Provisions if it is desired.
11
12
Statistical Acceptance, (1) applies only to WSDOT projects, (2) is administered under
13
the provisions of Section 5 -05.5, and (3) will be used for a class of mix when the
14
proposal quantities for that class of mix is 1500 cubic yards or greater.
15
16
Nonstatistical Acceptance will be used (1) for a class of mix when the proposal
17
quantities for that class of mix is less than 1500 cubic yards and (2) all contracts
18
advertised, awarded and administered by agencies other than WSDOT.
19
20
The point of acceptance will be per WAQTC FOP for TM 2 (Western Alliance for
21
Quality. Transportation Construction) or at the point of discharge when a pump is
22
used.
23
24
Acceptance of Concrete. The concrete producer shall provide a certificate of
25
compliance for each truckload of concrete in accordance with Section 6- 02.3(5)6.
26
27
For the purpose of acceptance sampling and testing, a lot is defined as the total
28
quantity of material to be used that was produced for the same class of mix . All of
29
the test results obtained from the same material shall be evaluated collectively and
30
shall constitute a lot. The quantity represented by each sample will constitute a
31
sublot. Sampling and testing for statistical acceptance shall be performed on a
32
random basis at the frequency of one sample per sublot. Sublot size shall be
33
determined to the nearest 10 cubic yards to provide not less than three uniform sized
34
sublots with a maximum sublot size of 500 cubic yards.
35
36
The Engineer will furnish the Contractor with a copy of the results of all acceptance
37
testing performed within 2 working days after testing. The Engineer will also provide
38
the Composite Pay Factor (CPF) of the completed sublots after three have been
39
tested.
40
41
Acceptance testing for compliance of air content and 28 day compressive strength
42
shall be conducted from samples prepared according to WAQTC FOP TM 2. Air
43
content shall be determined by conducting WAQTC FOP for AASHTO T 152. If the
44
Contractor fails to provide the Aggregate Correction Factor per WAQTC FOP for
45
AASHTO T 152 with the mix design, one will not be applied. Compressive Strength
46
shall be determined by WSDOT FOP for AASHTO T 23 and WSDOT FOP for
47
AASHTO T 22.
48
49
The quality limits as defined in section 1- 06.2(2)D shall be as follows. The lower
50
quality limit for Air Content shall be 3.0 % the upper quality limit for Air Content shall
51
be 7.0 %. The lower quality limit for compressive strength shall be 1000 psi less than
52
that established in the mix design as the arithmetic mean of the five sets of 28 day
53
compressive strength cylinders, or 3000 psi, whichever is higher. These compressive
54
strength cylinders are to be cast at the same time as the flexural beams that were
55
used to pre - qualify the mix design under section 5- 05.3(1). There is no upper quality
56
limit for 28 day compressive strength.
57
58
The price adjustment factor defined in section 1- 06.2(2)D shall be six (6) for
59
compressive strength and four (4) for air content.
60
1
2000 WSDOT AMENDMENTS
I AM -29
2
3
5
6
7
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
5
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
57
58
59
60
If either the air content or compressive strength is not measured in accordance with
this section its individual pay factor will be considered to be 1.00 in calculating the
Composite Pay Factor.
Rejection of Concrete:
1. Rejection by the Contractor: The Contractor may, prior to sampling, elect to
remove any defective material and replace it with new material at no expense to
the Contracting Agency. Any such new material will be sampled, tested and
evaluated for acceptance.
2. Rejection without Testing: The Engineer may reject any load that appears
defective prior to placement. Material rejected before placement shall not be
incorporated into the pavement. No payment will be made for the rejected
materials unless the Contractor requests that the rejected material be tested. If
the Contractor elects to have the rejected materials tested, a sample will be
taken and both the air content and strength shall be tested by WSDOT.
Payment for rejected material will be based on the results of the one sample, which
was taken and tested. If the rejected material fails either test, no payment will be
made for the rejected material and in addition, the cost of sampling and testing, at the
rate of $250.00 per sample shall be bome by the Contractor. If the rejected material
passes both tests the mix will be compensated at a CPF of 1.00 and the cost of the
sampling and testing will borne by the Contracting Agency.
5- 05.3(5) Mixing Concrete
The concrete may be mixed in a batching plant or in truck mixers. The mixer shall be
of an approved type and capacity. Mixing time shall be measured from the time all
materials are in the drum. Ready -mixed concrete shall be mixed and delivered in
accordance with the requirements of Section 6- 02.3(4), 6- 02.3(4)A and 6- 02.3(4)6.
When mixed in a batching plant, the mixing time shall not be less than 50 seconds
nor more than 90 seconds.
The mixer shall be operated at a drum speed as shown on the manufacturer's
nameplate on the mixer. Any concrete mixed less than the specified time shall be
discarded and disposed of by the Contractor at no expense to the Contracting
Agency. The volume of concrete mixed per batch shall not exceed the mixer's rated
capacity, as shown on the manufacturer's standard rating plate on the mixer.
Each concrete mixing machine shall be equipped with a device for counting
automatically the number of batches mixed during the day's operation.
Retempering concrete by adding water or by other means will not be permitted.
5- 05.3(5)A Limitations of Mixing
Concrete shall not be mixed, placed, or finished when the natural light is inadequate,
as determined by the Engineer, unless an adequate and approved artificial lighting
system is operated.
Mixing and placing concrete shall be discontinued when a descending air temperature
in the shade away from artificial heat reaches 40 F and shall not be resumed until an
ascending air temperature in the shade and away from artificial heat reaches 35 F
unless authorized in writing by the Engineer.
When mixing and placing is authorized during cold weather, the aggregates may be
heated by either steam or dry heat prior to being placed in the mixer. The apparatus
used shall heat the mass uniformly and shall be arranged to preclude the possible
occurrence of overheated areas which might injure the materials. Unless otherwise
authorized, the temperature of the mixed concrete shall be not less than 50 F and not
2000 WSDOT AMENDMENTS
AM -30
1
2000 WSDOT AMENDMENTS
AM -31
1
more than 90 F at the time of discharge into the hauling conveyance. No concrete
2
shall be mixed with frozen aggregates.
3
4
5- 05.3(6) Subgrade
5
The subgrade shall be constructed in accordance with Section 2 -06.
6
7
The subgrade shall be prepared and compacted a sufficient distance beyond each
8
edge of the area which is to receive concrete pavement in order to accommodate the
9
slip -form equipment. Concrete shall not be placed on a frozen subgrade nor during
10
heavy rainfall.
11
12
The subgrade shall be moist before the concrete is placed.
13
14
When the subgrade is an asphalt treated base the surface shall be clean and free of
15
any deleterious materials. When placing concrete on a treated base, the surface
16
temperature shall not exceed 90 °F. If water is used for cooling any excess water
17
standing in pools or flowing on the surface shall be removed prior to placing concrete.
18
19
5- 05.3(7) Placing, Spreading, and Compacting Concrete
20
The provisions relating to the frequency and amplitude of internal vibration shall be
21
considered the minimum requirements and are intended to ensure adequate density
22
in the hardened concrete. Referee testing of hardened concrete will be performed by
23
cutting cores from the finished pavement after a minimum of 24 hours of curing.
24
Density determination will be made based on the water content of the core as taken.
25
WSDOT Test Method No. 810 shall be used for the determination of core density.
26
Reference cores will be taken at the minimum rate of one for each 500 cubic yards of
27
pavement, or fraction thereof. These same cores will be used for thickness
28
measurements as required by Section 5- 05.5(1).
29
30
The average density of the cores shall be at least 97 percent of the original mix
31
design density with no cores having a density of less than 96 percent of the original
32
mix design density.
33
34
Failure to meet the above requirement will be considered as evidence that the
35
minimum requirements for vibration are inadequate for the job conditions, and
36
additional vibrating units or other means of increasing the effect of vibration shall be
37
employed so that the density of the hardened concrete as indicated by further referee
38
testing shall conform to the above listed requirements. Primary units of pavement, as
39
defined in Section 5- 05.5(1), not meeting the prescribed minimum density shall be
40
removed and replaced with satisfactory material. At the option of the Engineer,
41
noncomplying material may be accepted at a reduced price.
42
43
5- 05.3(7)A Slip -Form Construction
44
45
The concrete shall be distributed uniformly into final position by a self propelled slip -
form paver without delay. The alignment and elevation of the paver shall be
46
regulated from outside reference lines established for this purpose. The paver shall
47
vibrate the concrete for the full width and depth of the strip of pavement being placed
48
and the vibration shall be adequate to provide a consistency of concrete that will
49
stand normal to the surface with sharp well defined edges. The sliding forms shall be
50
rigidly held together laterally to prevent spreading of the forms.
51
52
The plastic concrete shall be effectively consolidated by internal vibration with
53
transverse vibrating units for the full width of pavement and /or a series of equally
54
spaced longitudinal vibrating units. The space from the outer edge of the pavement
55
to the outer longitudinal unit shall not exceed 9 inches. The spacing of internal units
56
shall be uniform and not exceed 18 inches.
57
58
The term internal vibration means vibration by vibrating units located within the
59
specified thickness of pavement section.
60
1
2000 WSDOT AMENDMENTS
AM -31
2
3
4
6
7
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
5
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
57
58
59
60
61
The rate of vibration of each vibrating unit shall be not less than 7,500 cycles per
minute, and the amplitude of vibration shall be sufficient to be perceptible on the
surface of the concrete along the entire length of the vibrating unit and for a distance
of at least 1 foot. The frequency of vibration or amplitude shall be varied
proportionately with the rate of travel to result in a uniform density and air content.
The paving machine shall be equipped with a tachometer or other suitable device for
measuring and indicating the actual frequency of vibrations.
The concrete shall be held at a uniform consistency. The slip -form paver shall be
operated with as nearly a continuous forward movement as possible and all
operations of mixing, delivering, and spreading concrete shall be coordinated to
provide uniform progress with stopping and starting of the paver held to a minimum.
If, for any reason, it is necessary to stop the forward movement of the paver, the
vibratory and tamping elements shall also be stopped immediately. No tractive force
shall be applied to the machine, except that which is controlled from the machine.
When concrete is being placed adjacent to an existing pavement, that part of the
equipment which is supported on the existing pavement shall be equipped with
protective pads on crawler tracks or rubber -tired wheels on which the bearing surface
is offset to run a sufficient distance from the edge of the pavement to avoid breaking
the pavement edge.
5- 05.3(7)B Stationary Side Form Construction
Side form sections shall be straight, free from warps, bends, indentations, or other
defects. Defective forms shall be removed from the work. Metal side forms shall be
used except at end closures and transverse construction joints where straight forms
of other suitable materials may be used.
Side forms may be built up by rigidly attaching a section to either top or bottom of
forms. If such build -up is attached to the top of metal forms, the build -up shall be of
metal.
G
fl
0
Width of the base of all forms shall be equal to at least 80 percent of specified
pavement thickness.
Side forms shall be of sufficient rigidity, both in the form and in the interlocking
connection with adjoining forms, that springing will not occur under the weight of
subgrading and paving equipment or from the pressure of concrete. The Contractor
shall provide sufficient forms so that there will be no delay in placing the concrete due
to lack of forms.
Before forms,
placing side the underlying material shall be at the proper grade. Side
forms shall have full bearing upon the foundation throughout their length and width of
base and shall be placed to the required grade and alignment of the edge of the
finished pavement. They shall be firmly supported during the entire operation of
placing, compacting, and finishing the pavement.
Forms shall be drilled in advance of being placed to line and grade to accommodate
tie bars where these are specified.
Immediately in advance of placing concrete and after all subgrade operations are
completed, side forms shall be trued and maintained to the required line and grade
for a distance sufficient to prevent delay in placing concrete.
Side forms shall remain in place at least 12 hours after the concrete has been placed,
and in all cases until the edge of the pavement no longer requires the protection of
the forms. Curing compound shall be applied to the concrete immediately after the
forms are removed.
Side forms shall be thoroughly cleaned and oiled each time they are used and before
concrete is placed against them.
2000 WSDOT AMENDMENTS
AM -32
Ll
1
2
Concrete shall be spread, screeded, shaped, and consolidated by one or more self -
3
propelled machines. These machines shall uniformly distribute and consolidate
4
concrete without segregation so that completed pavement will conform to required
5
cross section with a minimum of handwork.
6
7
The number and capacity of machines furnished shall be adequate to perform the
8
work required at a rate equal to that of concrete delivery.
9
10
Concrete for the full paving width shall be effectively consolidated by means of
11
surface vibrators, in combination with internal vibrators, or by some other method of
12
consolidation that produces equivalent results without segregation.
13
14
When vibrators are used to consolidate concrete, the rate of vibration shall be not
15
less than 3,500 cycles per minute for surface vibrators and shall be not less than
1
16
7,000 cycles per minute for internal vibrators. Amplitude of vibration shall be
17
sufficient to be perceptible on the surface of the concrete more than 1 foot from the
18
vibrating element. The Contractor shall furnish a tachometer or other suitable device
19
for measuring and indicating frequency of vibration.
20
21
Power ' to vibrators shall be connected so that vibration ceases when forward or
22
backward motion of the machine is stopped.
23
24
5- 05.3(8) Joints
25
Joints in cement concrete pavement will be designated as longitudinal and transverse
26
contraction joints and longitudinal and transverse construction joints, and shall be
27
constructed as shown in the Plans and in accordance with the following provisions:
28
29
All contraction joints shall be constructed at the locations, intervals, and depths
30
shown in the Standard Plan. The faces of all joints shall be constructed
31
perpendicular to the surface of the cement concrete pavement.
32
33
5- 05.3(8)A Contraction Joints
34
All transverse and longitudinal contraction joints shall be formed with suitable power -
35
driven concrete saws. The Contractor shall provide sufficient sawing equipment
36
capable of completing the sawing to the required dimensions and at the required rate
37
to control cracking. The Contractor shall provide adequate artificial lighting facilities
38
for night sawing. Joints shall not vary from the specified or indicated line by more
39
than 3/4 inch.
40
41
Commencement of sawing transverse contraction joints will be dependent upon the
42
setting time of the concrete and shall be done at the earliest possible time following
43
placement of the concrete without tearing or raveling the adjacent concrete
44
excessively.
45
46
Longitudinal contraction joints shall be sawed as required to control cracking and as
47
soon as practical after the initial control transverse contraction joints are completed.
48
49
Any damage to the curing material during the sawing operations shall be repaired
50
immediately after the sawing is completed.
51
52
When cement concrete pavement is placed adjacent to existing cement concrete
53
pavement, the vertical face of all existing working joints shall be covered with building
54
paper or other suitable material.
55
56
5- 05.3(8)6 Sealing Sawed Contraction Joints
57
Sawed contraction points shall be filled with a joint sealant filler conforming to the
58
requirements of Section 9 -04.2. Joints shall be thoroughly clean at the time of
59
sealing and if the hot - poured type is used the joints shall be dry. Care shall be taken
60
to avoid air pockets. The hot - poured compound shall be applied in two or more
61
layers, if necessary. The cold - poured compound shall be applied under sufficient
2000 WSDOT-AMENDMENTS
AM -33
2
3
5
6
7
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
5
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
57
58
59
60
61
pressure to fill the groove from bottom to top and to a point approximately 1/4 inch
below the surface of the concrete. The joint filled with cold - poured compound shall
then be covered with a strip of nonabsorptive paper at least twice as wide as the joint
and the paper shall be left in place.
5- O5.3(8)C Construction Joints
When placing of concrete is discontinued for more than 45 minutes, a transverse
construction joint shall be installed. Construction joints shall be as shown in the
Standard Plan.
Transverse construction joints shall be constructed between cement concrete
pavement and reinforced concrete bridge approach slabs.
All transverse and longitudinal construction joints, including the joint between new
and existing pavement when widened, shall be sawed and sealed with joint filler
conforming to the requirements of Sections 5- O5.3(8)A and 9 -04.2.
5- 05.3(9) Vacant
5- 05.3(10) Tie Bars and Dowel Bars
Epoxy- coated tie bars shall be placed at all longitudinal contraction and construction
joints, in accordance with the requirements shown in the Standard Plan. In addition,
tie bars shall be installed when concrete shoulders are placed as a separate
operation or when widening existing pavement.
Epoxy- coated tie bars shall be placed at longitudinal construction joints between
lanes in a manner that the individual bars are located at the required elevation and
spaced as shown in the Standard Plan and in a manner that the vertical edge of the
concrete is not deformed or otherwise damaged during placement of the bars.
Placement tolerances for tie bars shall be within 1 inch of the middle of the concrete
slab, within 1 inch of being centered over the joint and placed parallel or
perpendicular to centerline within 1 inch of the vertical and horizontal plane.
Epoxy- coated dowel bars will be required for the construction joint at the end of
paving operations each day and they shall be placed in accordance with the Standard
Plan. Epoxy coated dowel bars shall be placed at all transverse contraction joints as
shown in the contract or in accordance with the Standard Plans. All dowel bars shall
have a parting compound, such as curing compound, grease or other Engineer
approved equal applied to them prior to placement.
Placement tolerances for dowel bars shall be within 1 inch of the middle of the
concrete slab, within 1 inch of being centered over the transverse joint and parallel to
centerline within 1/2 inch of the vertical and the horizontal plane.
Dowel bars that are mounted in a cage for placing shall allow for movement of the
bars within the cage. Cutting of stiffeners within the cage is not recommended.
When new concrete pavement is to be placed against existing cement concrete
pavement, epoxy- coated tie bars shall be drilled and grouted into the existing
pavement with epoxy resin in accordance with the Standard Plan and specified
tolerances for placement of tie bars. The Contractor may use any method for drilling
the holes, provided the method selected does not damage the existing concrete. Any
damage caused by the Contractor's operations shall be repaired by the Contractor at
no cost to the Contracting Agency and the repair shall be to the satisfaction of the
Engineer.
The tie bar holes shall be blown clean with compressed air before grouting. The bar
shall be centered in the hole for the full length of embedment before grouting. The
grout shall then be pumped into the hole around the bar in a manner that the back of
the hole will be filled first. Blocking or shimming shall not impede the flow of the grout
2000 WSDOT AMENDMENTS
AM -34
€1
Ll
D
n
F
1
into the hole. Dams, if needed, shall be placed at the front of the holes to confine the
2
grout. The dams shall permit the escape of air without leaking grout and shall not be
3
removed until grout has cured in the hole.
4
5
5- 05.3(11) Finishing
6
After the concrete has been given a preliminary finish by means of finishing devices
7
incorporated in the slip -form paving equipment, the surface of the fresh concrete shall
8
be checked by the Contractor with a straightedge device not less than 10 feet in
9
length. High areas indicated by the straightedge device shall be removed by the
10
hand -float method. Each successive check with the straightedge device shall lap the
11
previous check path by at least 1/2 of the length of the straightedge. The
12
requirements of this paragraph may be waived if it is successfully demonstrated that
13
other means will consistently produce a surface with a satisfactory profile index and
14
meeting the 10 -foot straightedge requirement specified in Section 5- 05.3(12).
15
16
Any edge slump of the pavement, exclusive of specified edging, in excess of 1/4 inch
17
shall be corrected before the concrete has hardened. If edge slump on any 1 foot or
18
greater length of hardened concrete exceeds 1 inch, the concrete shall be repaired as
19
provided in section 5- 05.3(22).
20
21
The pavement shall be given a final finish surface by texturing with a comb
22
perpendicular to the centerline of the pavement. The comb shall produce striations
23
approximately 1/8 inch to 3/16 inch in depth. Randomly space the striations from 1/2
24
inch to 1 1/4 inch. The comb shall be operated mechanically either singly or in gangs
25
with several placed end to end. Finishing shall take place with the elements of the
26
comb as nearly perpendicular to the concrete surface as is practical, to eliminate
27
dragging the mortar. If the striation equipment has not been previously approved, a
28
test section shall be constructed prior to approval of the equipment. If the pavement
29
has a raised curb without a formed concrete gutter, the texturing shall end 2 feet from
30
the curb line.
31
32
At the beginning and end of paving each day, the Contractor shall, with an approved
33
stamp, indent the concrete surface near the right hand edge of the panel to indicate
34
the date, month, and year-of placement.
35
36
At approximate 500 -foot intervals where designated by the Engineer the Contractor
37
shall, with an approved stamp, indent the concrete surface near the right hand edge
38
of the pavement with the stationing of the roadway.
39
40
5- 05.3(12) Surface Smoothness
41
The pavement smoothness will be checked under supervision of the Engineer no
42
later than 5:00 p.m. of the day following placement of concrete, with equipment
43
furnished and operated by the Contractor. Smoothness of all pavement placed
44
except shoulders, ramp tapers, intersections and small or irregular areas as defined
45
by Section 5- 05.3(3) unless specified otherwise, will be measured with a recording
46
profilograph, as specified in Section 5- 05.3(3), parallel to centerline, from which the
47
profile index will be determined in accordance with WSDOT Test Method 807.
48
49
For the purpose of qualifying the equipment and methods used by the Contractor, a
50
daily profile index will be computed. For pavement placed in a 12 -foot width or less,
51
the daily profile index will be the average of two profiles made approximately 3 feet
52
from and parallel to each edge of the pavement. If the pavement is placed in a width
53
greater than 12 feet, the daily profile index will be computed as the average of profiles
54
made approximately 3 feet from and parallel to each edge and at the approximate
55
location of each planned longitudinal joint.
56
57
The daily profile index of the finished pavement thus determined will be 7 inches per
58
mile, or less. Only equipment and methods that consistently produce a finished
59
surface meeting this requirement shall be used. Should the daily profile index exceed
60
the rate of 7 inches per mile, the paving operations shall be discontinued until other
61
methods or equipment are provided by the Contractor. Such revised methods and
2000 WSDOT AMENDMENTS
AM -35
1
equipment shall again be discontinued if they do not produce a finished surface
2
having a daily profile index of 7 inches per mile, or less. Operations shall not be
3
resumed until the Engineer approves further changes in methods and equipment as
4
proposed by the Contractor.
5
6
All areas representing high points having deviations in excess of 0.3 inch as
7
determined by procedures described in WSDOT Test Method 807, shall be reduced
8
by abrasive methods until such deviations do not exceed 0.1 inch as determined by
9
reruns of the profilograph. High areas of individual profiles shall be reduced by
10
abrasive means so that the profile index will not exceed 0.7 inch in any 0.1 mile
11
section. All high areas in excess of 0.1 inch shall be reduced to 0.0 inch prior to
12
reducing any high points of 0.1 inch or less. Low spots exceeding .25 inch shall be
13
corrected in a manner approved by the Engineer.
14
15
When any of the daily profile indexes exceed 7 inches per mile, final acceptance of
16
the pavement for smoothness parallel to the centerline will be based on profile
17
indexes as measured with the profilograph, operating by the Contractor under the
18
supervision of the Engineer, along a line parallel to the edge of pavement and each
19
longitudinal joint and will not be averaged for acceptance purposes. The final
20
acceptance profile indexes will be measured after all corrective work is complete and
21
will demonstrate that all 0.1 -mile sections on the project are within the 0.7 -inch
22
Specification.
23
24
When cement concrete pavement abuts bridges, the finished pavement parallel to
25
centerline within 15 feet of the abutting joint shall be uniform to a degree that no
26
variations greater than 1/8 inch are present when tested with a 10 -foot straightedge.
27
28
When paving intersections, small or irregular areas, as defined in Section 5- 05.3(3),
29
surface smoothness will be measured with a 10 -foot straightedge no later than 5:00
30
p.m. of the day following the placing of the concrete. A 10 -foot straightedge will be
31
placed parallel to the centerline so as to bridge any depressions and touch all high
32
spots. Should the surface vary more than 1/8 inch from the lower edge of the
33
straightedge, the high portion shall be reduced by the Contractor to the 1/8 -inch
34
tolerance by abrasive means at no expense to the Contracting Agency. It is further
35
provided that if reduction of high portions of the surface involves breaking, dislodging,
36
or other disturbance of the aggregates, such cutting will not be permitted until the
37
pavement has achieved its design age. If in the opinion of the Engineer irregularities
38
cannot be satisfactorily removed by such methods, the Contractor shall remove and
39
replace the pavement at no expense to the Contracting Agency.
40
41
Smoothness perpendicular to the centerline will be measured with a 10 -foot straight
42
edge. The transverse slope of the finished pavement shall be uniform to a degree
43
such that no variations greater than 1/4 inch are present when tested with a 10 -foot
44
long straightedge laid in a direction perpendicular to the centerline. Any areas that
45
are in excess of this specified tolerance shall be corrected by abrasive means.
46
47
5- 05.3(13) Curing
48
Immediately after the finishing operations have been completed and as soon as
49
marring of the concrete will not occur, the entire surface of the newly placed concrete
50
shall be cured in accordance with one of the following methods the Contractor may
51
elect.
52
53
5- 05.3(13)A Curing Compound
54
Liquid membrane - forming concrete curing compound Type 2 meeting the
55
requirements of Section 9 -23.2 shall be applied to the entire area of the exposed
56
surface of the concrete with an approved mechanical spray machine. The spray fog
57
shall be protected from the wind with an adequate shield. It shall be applied uniformly
58
at the rate of one gallon to not more than 150 square feet.
59
60
The compound shall be applied with equipment of the pressure tank or pump type
61
equipped with a feed tank agitator which ensures continuous agitation of the
2000 WSDOT AMENDMENTS
AM -36
1
2000 WSDOT AMENDMENTS
AM -37
1
compound during spraying operations. The nozzle shall be of the two -line type with
2
sufficient air to properly atomize the compound.
3
4
The curing compound shall not be applied during or immediately after rainfall. If it
5
becomes necessary to leave the pavement uncoated overnight, it shall be covered
6
with polyethylene sheeting, which shall remain in place until weather conditions are
7
favorable for the application of the curing compound.
8
9
In the event that rain falls on the newly coated pavement before the film has dried
10
sufficiently to resist damage, or in the event of damage to the film from any cause,
11
the Contractor shall apply a new coat of curing compound in one or two applications
12
to the affected area at the rate which, in the opinion of the Engineer, will result in a
13
film of curing value equal to that specified in the original coat.
14
15
Before placing the curing compound in the spray tank, it shall be thoroughly agitated
16
as recommended by the Manufacturer. The compound shall not be diluted by the
17
addition of solvents nor be altered in any manner. If the compound has become
18
chilled to the extent that it is too viscous for proper stirring or application or if portions
19
of the vehicle have been precipitated from solution, it shall be heated to restore
20
proper fluidity but it shall not be heated above 100 F. All curing compound shall have
21
approval prior to placing in the spray tanks.
22
23
The curing compound shall be applied immediately after the concrete has been
24
finished and after any bleed water that has collected on the surface has disappeared,
25
or at a time designated by the Engineer. If hair checking develops in the pavement
26
before finishing is completed, the Engineer may order the application of the curing
27
compound at an earlier stage, in which event any concrete cut from the surface in
28
finishing operations shall be removed entirely from the pavement. If additional mortar
29
is then needed to fill torn areas, it shall be obtained ahead of the spraying operations.
30
All areas cut by finishing tools subsequent to the application of the curing compound
31
shall immediately be given new applications at the rate specified above.
32
33
The curing compound, after application, shall be protected by the Contractor from
34
injury until the pavement has reached a minimum compressive strength of 2500 psi.
35
All traffic, either by foot or otherwise, shall be considered as injurious to the film of the
36
applied compound.
37
38
The Contractor shall provide on the job a sufficient quantity of white polyethylene
39
sheeting to cover all the pavement laid in three hours of maximum operation. This
40
sheeting shall be reserved exclusively for the protection of the pavement in case of
41
rain or breakdown of the spray equipment used for applying the curing compound.
42
The protective sheeting shall be placed over the pavement when ordered, and in the
43
manner specified by the Engineer.
45
Areas from which it is impossible to exclude traffic shall be protected by a covering of
46
sand or earth not less than 1 foot in thickness or by other suitable and effective
47
means. The protective covering shall be placed no earlier than 24 hours after
48
application of the compound.
49
50
All liquid membrane - forming curing compounds shall be removed from the Portland
51
cement concrete pavement to which traffic delineators are to be bonded. Curing
52
compound removal shall not be started until the pavement has attained sufficient
The Contractor
53
flexural strength for traffic to be allowed on it. shall submit a
54
proposed removal method to the Engineer and shall not begin the removal process
55
until the Engineer has approved the removal method.
56
57
The Contractor shall assume all liabilities for and protect the Contracting Agency from
58
any damages or claims arising from the use of materials or processes described
59
herein.
60
1
2000 WSDOT AMENDMENTS
AM -37
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
5
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
57
58
59
60
5- 05.3(13)B White Polyethylene Sheeting
The sheeting shall be placed over the pavement immediately after finishing
operations are completed, or at a time designated by the Engineer.
The sheeting shall be laid so that individual sheets overlap at least 2 feet, and the
lapped areas shall be held in close contact with the pavement by weighting with earth
or boards to prevent movement by the wind. The sheeting shall extend downward to
cover the edges of the pavement and shall be secured to the subgrade with a
continuous bank of earth or surfacing material. Any holes occurring in the sheeting
shall be patched immediately to the satisfaction of the Engineer. The sheeting shall
be maintained against injury and remain in place until the pavement has reached a
minimum compressive strength of 2500 psi.
5 -05.3(13)C Wet Curing
Wet curing shall be accomplished by applying a continuous fog or mist spray to the
entire pavement surface until it has reached a minimum compressive strength of
2500 psi. If water runoff is not a concern, continuous sprinkling is acceptable.
Sprinkling shall not begin until the concrete has achieved initial set as determined by
AASHTO T 197 or other approved method.
5- 05.3(.14) Cold Weather Work
When the air temperature is expected to reach the freezing point during the day or
night and the pavement has not reached 50 percent of its design strength or 2500 psi
which ever is greater the concrete shall be protected from freezing. The Contractor
shall, at no expense to the Contracting Agency, provide a sufficient supply of straw,
hay, grass, earth, blankets, or other suitable blanketing material and spread it over
the pavement to a sufficient depth to prevent freezing of the concrete. The
Contractor shall be responsible for the quality and strength of the concrete thus
cured. Any concrete injured by frost action or freezing shall be removed and replaced
at the Contractor's expense in accordance with these Specifications.
5- 05.3(15) Concrete Pavement Construction in Adjacent Lanes
Unless otherwise shown in the Plans or in the Special Provisions, the pavement shall
be constructed in multiple lanes; that is, two or more adjacent lanes paved in a single
operation. Longitudinal contraction joints shall be used between adjacent lanes that
are paved concurrently, and construction joints shall be used when lanes are paved
separately. Tie bars shall be installed during initial lane construction.
The Contractor shall replace, at no expense to the Contracting Agency, any panels
on the new pavement that are cracked or broken as a result of the Contractor's
operations.
5- 05.3(16) Protection of Pavement
The Contractor shall protect the pavement and its appurtenances from any damage.
Protection shall include personnel to direct traffic and the erection and maintenance
of warning signs, lights, barricades, temporary take -down bridges across the
pavement with adequate approaches, and whatever other means may be necessary
to accommodate local traffic and to protect the pavement during the curing period or
until opened to traffic as determined by the Engineer.
The operation of construction equipment on the new pavement will not be allowed
until the pavement has developed a compressive strength of 2500 psi as determined
from cylinders, made at the time of placement, cured under comparable conditions,
and tested in accordance with WSDOT FOP for AASHTO T 22. Exceptions would be
one track from a slip form paving machine when paving adjacent lanes or light
vehicles required for sawing operations or taking cores.
Placement of shoulder material may commence when the pavement has developed a
compressive strength of 1800 psi as determined from cylinders made at the time of
placement, cured under comparable conditions, and tested in accordance with
2000 WSDOT AMENDMENTS
AM -38
J
L
2000 WSDOT AMENDMENTS
AM -39
1
WSDOT FOP for AASHTO T 22 as long as construction equipment is not operated
2
on the new pavement.
3
4
A continuous barrier of the design shown in the Plans shall be constructed and
5
maintained along the edge of the pavement being constructed and adjacent to the
6
portion of the roadway used for traffic. The barriers shall be left in place until the new
7
pavement is ready to be opened to traffic and shall then be removed by the
8
Contractor.
9
10
Any damage to the pavement occurring prior to final acceptance shall be replaced or
11
repaired in accordance with Section 5- 05.3(22).
12
13
5- 05.3(17) Opening to Traffic
14
The pavement may be opened to traffic when the concrete has developed a
15
compressive strength of 2500 psi as determined from cylinders, made at the time of
16
placement, cured under comparable conditions, and tested in accordance with
17
WSDOT FOP for AASHTO T 22.
18
19
Fabrication, curing, and testing of cylinders to measure early strength shall be the
20
responsibility of the Contractor. The Contractor shall obtain the services of an
21
independent laboratory to perform these activities and these laboratories shall be
22
approved by the Engineer. At the Contractor's option, the time for opening pavement
23
may be determined through the use of the maturity test in accordance with ASTM C
24
1074. The Contractor shall develop the maturity strength relationship and provide
25
maturity curves along with supporting data for approval by the Engineer. The
26
Contractor shall furnish all equipment, including thermal or maturity meter,
27
thermocouples, wire, and qualified personnel to monitor maturity and provide
28
information to the Engineer. Field procedures to monitor maturity shall be submitted
29
to the Engineer for approval prior to use. The pavement shall not be opened to traffic
30
until the maturity- strength relationship shows the pavement has a compressive
31
strength of 2500 psi and approved by the Engineer.
32
33
The pavement shall be cleaned prior to opening to traffic.
34
35
All costs associated with early- strength cylinders shall be at the Contractor's expense.
36
37
5- 05.3(18) Cement Concrete Approach
38
Concrete approaches shall be constructed at the locations shown in the Plans or as
39
designated by the Engineer and in accordance with the contract documents.
40
41
Approach concrete can be standard Portland cement concrete pavement or Class
42
4000 conforming to the requirements of Section 6 -02. Approach concrete may be
43
placed, compacted, and finished using hand methods. The tools required for these
44
operations shall be approved by the Engineer.
45
46
Curing of approach concrete shall be in accordance with Section 5- 05.3(13).
47
48
Concrete approaches may be opened to traffic in accordance with Section 5- 05.3(17).
49
50
5- 05.3(19) Reinforced Concrete Bridge Approach Slabs
51
Approach slab concrete shall be Class 4000 conforming to the requirements of
52
Section 6 -02.
53
54
Reinforced concrete bridge approach slabs shall be constructed at the locations
55
shown in the Plans designated by the Engineer and in accordance with the contract
56
documents.
57
58
The approach slabs shall be constructed full bridge deck width from outside usable
59
shoulder to outside usable shoulder at an elevation to match the structure. Pavement
60
ends and the bridge ends of the approach slabs shall be constructed as shown in the
L
2000 WSDOT AMENDMENTS
AM -39
1
Plans. The approach slabs shall be modified as shown in the Plans to accommodate
2
the grate inlets at the bridge ends if the grate inlets are required.
3
4
Screed rail support, installation, and finish machine requirements shall be as
5
specified for bridge deck slabs.
6
7
Reinforced concrete bridge approach slab anchors shall be installed as detailed in the
8
Plans. The anchor rods shall conform to Section 9- 06.5(1). The steel plates shall
9
conform to ASTM A 36. The anchors shall be installed parallel both to profile grade
10
and center line of roadway. The Contractor shall secure the anchors to ensure that
11
they will not be misaligned during concrete placement. For Method A anchor
12
installations, the grout or adhesive used to install the anchors shall have a minimum
13
compressive strength of 4000 psi at three days and be capable of developing the
14
ultimate strength of the anchor rod. Compressive strength shall be determined in
15
accordance with WSDOT FOP for AASHTO T 106.
16
17
The compression seal shall be as noted in the contract documents.
18
19
Finishing of the reinforced concrete bridge approach slabs shall be accomplished by
20
either a combination of finishing machine and hand finishing or by hand finishing
21
methods only. The finished and cured approach slabs shall be free from any
22
deviation exceeding 1/8 inch under a 10 -foot straightedge placed parallel and
23
perpendicular to the center line of the roadway. Bridge approach slabs may be
24
opened to traffic in accordance with Section 5- 05.3(17). Bridge approach slabs shall
25
be cured in accordance with Section 5- 05.3(13).
26
27
5- 05.3(20) Vacant
28
29
5- 05.3(21) Vacant
30
AS
31
5- 05.3(22) Repair of Defective Pavement Slabs
32
Broken slabs, slabs with random cracks, nonworking contraction joints near cracks,
33
edge slumping and spalls along joints and cracks shall be replaced or repaired as
34
specified at no expense to the Contracting Agency, and shall be accomplished prior
35
to completion of joint sealing.
36
37
Pavement slabs containing more than one crack shall be entirely removed and
38
replaced. Pavement slabs containing a single crack shall be removed and replaced
39
such that the minimum dimension of the removed slab is 6 feet long and full panel
40
width. The portion of the panel to remain in place shall have a minimum dimension of
41
6 feet in length and full panel width, otherwise entire removal and replacement of the
42
slab is required. There shall be no new joints closer than 3 feet to an existing
43
transverse joints. Saw cutting full pavement depth is required along all longitudinal
44
joints and at transverse locations. Tie bars and dowel bars shall be used in
45
accordance Section 5- 05.3(10).
46
47
Spalls and edge slumping shall be repaired by making vertical saw cuts at least 3
48
inches outside the affected area and to a minimum depth of 3 inches. Repair depths
49
that exceed one third of the total slab depth or encounter dowel bars or reinforcing
3
50
steel will require full depth repair. When the affected area is directly against a
51
52
longitudinal or transverse joint, a debonding medium, (compressible joint insert or
polyethylene strip) must be placed between the existing concrete and the area to be
53
patched. For transverse joints, the compressible joint material must be placed into
54
the existing joint 1 inch below the depth of the repair and extended at least 3 inches
55
beyond each end of the patch boundaries. If the affected area is directly against an
56
asphalt pavement, a formed edge even with the surface is required. The concrete in
57
the affected area shall be chipped out to sound concrete with a pneumatic hammer
58
with a maximum weight of 30 pounds. The formed cavity shall be sand blasted with
59
dry, oil -free air and thoroughly cleaned of all loose material. Where required a
60
bonding agent shall be applied to the dry, cleaned surface of the cavity in a thin even
61
coat, using a stiff - bristle brush. Placement of Portland cement concrete or epoxy-
.
2000 WSDOT-AMENDMENTS
AM-40
1
resin concrete or mortar shall immediately follow the application of the bonding agent.
2
The patch mixture should be placed and vibrated to eliminate any voids. Vibrators
3
greater than 1 inch shall not be used. If cementitious repair material is used, the
4
patch perimeter shall be sealed with a 1:1 cement -water grout. The patch mixture
5
shall be cured according to the manufactures recommendation.
6
7
5 -05.4 Measurement
8
Cement concrete pavement will be measured by the cubic yard for the completed
9
pavement. The volume will be determined from measurements taken as listed below.
10
11
1. The width measurement will be the width of the pavement shown on the typical
12
cross - section in the Plans, additional widening where called for, or as otherwise
13
specified in writing by the Engineer.
14
15
2. The length will be measured horizontally along the center of each roadway or
16
ramp.
17
18
3. The depth will be determined from the reference cores. The depth utilized to
19
calculate the volume shall not exceed the plan depth plus 0.5 inches.
20
21
The volume of the pavement section represented by the reference core shall equal the
22
measured length x width x reference core depth.
23
24
Epoxy- coated tie bar with drill hole will be measured by the unit for the actual number of
25
bars used in the completed work.
26
27
Bridge approach slab will be measured by the square yard.
28
29
Cement concrete approach will be measured by the square yard.
30
31
The ride smoothness compliance adjustment calculation is the volume of pavement, in
32
cubic yards, represented by the profilograph.
33
34
The calculation for Portland cement concrete compliance adjustment is the volume of
35
concrete represented by the CPF and the Thickness deficiency adjustment.
36
37
5 -05.5 Payment
38
Payment will be made in accordance with Section 1 -04.1, for each of the following bid
39
items that are included in the proposal:
40
41
"Cement Conc. Pavement', per cubic yard.
42
43
The unit contract price per cubic yard for "Cement Conc. Pavement" shall include
44
furnishing and installing tie bars, except those tie bars drilled into cement concrete
"Epoxy- ".
45
pavement will be paid under the item Coated Tie Bar with Drill Hole
46
47
"Cement Conc. Pavement - Including Dowels ", per cubic yard.
48
49
The unit contract price per cubic yard for "Cement Conc. Pavement - Including
50
Dowels" shall include furnishing and installing epoxy coated dowel bars and tie bars,
51
except those tie bars drilled into cement concrete pavement will be paid under the
52
item "Epoxy- Coated Tie Bar with Drill Hole ".
53
- 54
"Cement Conc. Approach Day ", per square yard.
55
"Epoxy- Coated Tie Bar with Drill Hole ", per each.
",
56
"Bridge Approach Slab per square yard.
57
58
The unit contract price per square yard for "Bridge Approach Slab" shall be full pay
59
for providing, placing, and compacting the crushed surfacing top course, furnishing
60
and placing Class 4000 concrete, and furnishing and installing compression seal,
61
anchors, and reinforcing steel.
2000 WSDOT AMENDMENTS
AM-41
2
3
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
57
58
59
60
61
"Ride Smoothness Compliance Adjustment ", by calculation.
Payment for "Ride Smoothness Compliance Adjustment" will be calculated by
multiplying the unit contract price for cement concrete pavement, times the volume
for adjustment, times the percent of adjustment determined from the schedule below.
1. Adjustment will be based on the initial profile index before corrective work.
2. "Ride Smoothness Compliance Adjustment" will be calculated for each 0.1 mile
section represented by profilogram using the following schedule:
Ride Smoothness
Profile Index
(Inches per mile)
1.0 or less
over 1.0 to 2.0
over 2.0 to 3.0
over 3.0 to 4.0
over 4.0 to 7.0
over 7.0
Compliance Adjustment
(Percent adjustment)
+4
+3
+2
+1
0
-2*
*Also requires correction to 7 inches per mile.
"Portland Cement Concrete Compliance Adjustment ", by calculation.
Payment for "Portland Cement Concrete Compliance Adjustment" will be calculated
by multiplying the unit contract price for the cement concrete pavement, times the
volume for adjustment times the percent of adjustment determined from the
calculated CPF and or the Deficiency Adjustment listed in Section 5- 05.5(1)A.
5- 05.5(1) Pavement Thickness
Cement concrete pavement shall be constructed in accordance with the thickness
requirements in the Plans and Specifications. Tolerances allowed for subgrade
construction and other provisions, which may affect thickness, shall not be construed
to modify such thickness requirements.
A primary unit of pavement is defined as the area of pavement placed in each day's
paving operations or a complete intersection. Within such primary unit of pavement,
there may be an area or areas, which are deficient in thickness by more than 0.05
foot. This deficient area or areas will be defined as a secondary unit or units. If
secondary units are found to exist, the primary unit area will be reduced by the
secondary unit area included therein. At a time determined by the Engineer,
thickness measurements will be made in each primary unit of pavement at the
minimum rate of one measurement for each 500 cubic yards of pavement, or fraction
thereof. The exact location and number of thickness measurements within each
primary unit, both longitudinally and transversely, will be determined by the Engineer.
In general, thickness measurements will be made at uniform intervals throughout
each primary unit of pavement.
If thickness deficiencies greater than 0.05 foot are found to exist, supplemental
thickness measurements will be made in accordance with Section 5- 05.5(1)6.
Pavement thickness variations, if any, from the thickness requirements in the Plans
and Specifications will be determined by comparing the actual thickness
measurement with the thickness specified at the location where the measurement
was made. Such variation will be determined to the nearest 0.01 foot as either
excess or deficient thickness.
No challenges shall be allowed to be made for any thickness measurements that
indicate a thickness that is within 0.05 feet of the design depth.
2000 WSDOT AMENDMENTS
AM-42
J
r
n
HI
u
E1
L
1
5- 05.5(1)A Thickness Deficiency of 0.05 Foot or Less
2
If no thickness measurements in a primary unit are deficient by more than 0.05 foot,
3
all thickness deficiencies in such unit will be averaged to the nearest 0.01 foot to
4
determine the average thickness deficiency, if any, in that primary unit. For the
5
purpose of determining the average thickness deficiency, an excess thickness
6
variation of more than 0.02 foot will be considered to be 0.02 foot greater than the
7
specified thickness.
8
9
For each primary unit of pavement which is deficient in average thickness by not
10
more than 0.05 foot, the Contractor shall pay to the Contracting Agency, or the
11
Contracting Agency may deduct from any moneys due or that may become due the
12
Contractor under the contract, a sum computed by multiplying the deficiency
13
adjustment from the following table by the unit contract price by the volume of such
14
unit.
15
16
Average Thickness Deficiency Adjustment
17
Deficiency (feet) (per cubic yard)
18
0.01 2%
19
0.02 4%
20
0.03 9%
21
0.04 16%
22
23
0.05 25%
24
5- 05.5(1)B Thickness Deficiency of More Than 0.05 Foot
25
Where a thickness deficiency greater than 0.05 foot is encountered, the Engineer will
26
determine from supplemental thickness measurements the limits of the secondary
27
unit area. Thickness measurements will be made in each panel of pavement
28
adjacent transversely and longitudinally to the panel of the original measurement.
29
This procedure will continue, regardless of unit boundaries, until such secondary unit
30
area is bounded by panels with a thickness deficiency of 0.05 foot or less. Cores
31
taken to isolate the secondary unit will not be used to compute average thickness of
32
the primary unit.
33
34
Panels are the -areas bounded by longitudinal and transverse joints and pavement
35
edges. If longitudinal or transverse joints are eliminated by the Special Provisions, by
36
the Plans, or for any other reasons, the limits of panels will be determined by the
37
Engineer as if such joints had been constructed.
38
39
The secondary unit area will be made up of entire panels only. The entire panel will
40
be considered to be of the thickness shown by measurement.
41
42
After the Engineer has determined the limits of the secondary unit area, a further
43
determination will be made whether any panels within this area are usable and may
44
be left in place. Following this determination, the Contractor shall remove and
45
replace at no expense to the Contracting Agency such panels as the Engineer may
46
designate in accordance with the following:
47
48
If the area to be removed is not bounded by longitudinal or transverse joints, the
49
Contractor shall saw, at no expense to the Contracting Agency, weakened plane
50
joints at the locations designated by the Engineer. The subgrade shall be
51
lowered to meet the full thickness requirements. The replaced pavement will be
52
tested for thickness by means of additional measurements and will be subject to
53
all of the requirements of the Specifications.
54
55
Usable panels may be removed and replaced as outlined above at the option of the
56
Contractor, or these panels will be permitted to remain in place, provided that no
57
payment will be made for any panels which are left in place, and that a further penalty
58
will be assessed in the amount of 25 percent of the Contractor's unit bid price for all
59
such panels. The Contracting Agency may deduct such amount from any moneys
60
due or that may become due the Contractor under the Contract.
61
2000 WSDOT AMENDMENTS
AM-43
1 The cost of all thickness measurements made to determine the secondary unit areas,
2 including filling the core holes with concrete, will be deducted at the rate of $150.00
3 per core from any moneys due or that may become due the Contractor under the
4 Contract.
5
6 All additional work required and any delay to the Contractor's operations as a result of
7 this Specification shall not be cause for additional pay nor for an extension of time.
8
9 SECTION 6 -01, GENERAL REQUIREMENTS
10 August 6, 2001
11 This section heading is revised to read as follows:
12
13 6 -01 GENERAL REQUIREMENTS FOR STRUCTURES
14
15 6 -01.10 Vacant
16 This section including title is revised to read as follows:
17
18 6 -01.10 Utilities Supported by or Attached to Bridges
19 Installation of utility pipes and conduit systems shall conform to the details shown in the
20 Plans and as specified in the utility agreement between the utility company and the
21 Contracting Agency.
22
23 All utility pipes and conduit systems supported by or attached to bridge structures shall be
24 labeled with Type I reflective sheeting conforming to Section 9- 28.12, and the following:
25
26 Label Background Lettering
27 Utility Content Color Color
28
29 Electrical Power Red Black
30
31 Gas, Oil, Steam, Petroleum, Yellow Black
32 and other gaseous materials
33
34 CATV, Telecommunication, Orange Black
35 Alarm, and Signal
36
37 Potable Water Blue White
38
39 Reclaimed Water, Purple White
40 Irrigation, and Slurry
41
42 Sewer and Storm Drain Green White
43
44 The purple color background for the label for reclaimed water, irrigation, and slurry, shall
45 be generated by placing transparent film over white reflective material. The purple tint of
46 the transparent film shall match Federal Standard Color 595B No. 37100. Color chips are
47 available from the source specified in Section 9- 08.4(7).
48
49 The label text shall identify the utility contents and include the emergency one -call phone
50 number 1- 800 -424 -5555.
51
52 The minimum length of the label color field shall be the longer of either one letter width
53 beyond each end of the label text, or the length specified below:
54
2000 WSDOT AMENDMENTS
AM-44
1
Min. Length of Letter
2
Minimum Pipe Maximum Pipe Label Color Height
3
O.D. (inches) O.D. (inches) Field (inches) (inches)
4
5
3/4 1 -1/4 8 1/2
6
1 -1/2 2 8 3/4
7
2 -1/2 6 12 1 -1/4
8
8 10 24 2 -1/2
9
12 32 3-1/2
10
11
Utility pipes and conduit systems shall be labeled on both sides of each bridge pier, and
12
adjacent to each entrance hatch into a box girder cell. For utility pipes and conduit systems
13
within bridge spans exceeding 300 feet, labels shall also be applied to the utility pipes and
14
conduit systems between the piers at a maximum spacing of 300 feet. The label shall be
15
visible at a normal eye height.
16
17
6 -01.12 Final Cleanup
18
The first sentence of the second paragraph is revised to read as follows:
19
20
The Contractor is advised that after the structure is complete, a representative(s) of the
21
WSDOT Bridge Preservation Office may perform an Inventory Inspection of the structure.
22
23
SECTION 6 -02, CONCRETE STRUCTURES
24
August 6, 2001
25
6- 02.3(2) Proportioning Materials
26
The last sentence in the first paragraph is revised to read as follows:
27
28
Cementitious material shall be the weight of the cement plus fly ash, slag and microsilica.
29
30
The last sentence in the third paragraph is revised to read as follows:
31
32
As an alternative to the use of cement and fly ash as separate components, a blended
33
hydraulic cement that meets the requirements of Section 9- 01.2(4) Blended Hydraulic
34
Cements, may be used.
35
36
6- 02.3(2)A Contractor Mix Design
37
In the second paragraph the reference to " AASHTO T 152." is revised to "WAQTC FOP
38
for AASHTO T 152."
39
40
The last sentence of the first paragraph is revised to read as follows:
41
42
All other concrete mix designs except those for lean concrete and commercial concrete
43
shall have a minimum cementitious material content of 565 pounds per cubic yard of
44
concrete.
45
46
6- 02.3(2)B Commercial Concrete
47
This section is revised to read as follows:
48
49
Commercial concrete shall have a minimum compressive strength at 28 days of 3000 psi
50
in accordance with AASHTO T 22. Commercial concrete placed above the finished
51
ground line shall be air entrained and have an air content from 4.5 percent to 7.5 percent
52
per AASHTO T 152. Commercial concrete does not require plant approval, mix design, or
53
source approvals for cement, aggregate, and other admixtures.
54
55
Where concrete Class 3000 is specified for nonstructural items such as, culvert
56
headwalls, plugging culverts, concrete pipe collars, pipe anchors, monument cases,
57
luminaire bases, pedestals, cabinet bases, guardrail anchors, sign post foundations, fence
58
post footing, sidewalks, curbs, and gutters, the Contractor may use commercial concrete.
59
Commercial concrete shall not be used for structural items such as, bridges, retaining
60
walls, box culverts, or foundations for high mast luminaires, mast arm traffic signals,
2000 WSDOT AMENDMENTS
AM-45
2
3
5
6
7
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
54
55
56
57
58
59
cantilever signs, and sign bridges. The Engineer may approve other nonstructural items
not listed for use as commercial concrete.
6- 02.3(5)A General
The fifth paragraph, section 1.a is revised to read as follows:
a. The Contractor's test results are obtained from testing cylinders fabricated, handled,
and stored for 28 days in accordance with WSDOT FOP for AASHTO T 23 and
tested in accordance with WSDOT FOP for AASHTO T 22. The test cylinders shall be
the same size cylinders as those cast by the Contracting Agency.
The fifth paragraph, section 1.c is revised to read as follows:
c. The laboratory performing the tests per WSDOT FOP for AASHTO T 22 has an
equipment calibration /certification system, and a technician training and evaluation
process per AASHTO R -18.
Under the fifth paragraph, number 2, the reference to " AASHTO T 22." Is revised to read
" WSDOT FOP for AASHTO T 22. ".
6- 02.3(5)B Certification of Compliance
This section is supplemented with the following:
For commercial concrete the Certificate of Compliance shall include, as a minimum, the
batching facility, date, and quantity batched per load.
6- 02.3(5)D Test Methods
This section is revised to read as follows:
Acceptance testing will be performed by the Contracting Agency in accordance with the
WSDOT Materials Manual. The test methods to be used with this specification are:
WSDOT FOP for AASHTO
Test Method T 22
WSDOT FOP for AASHTO T 23
WSDOT FOP for AASHTO
Test Method T 119
Compressive Strength of
Cylindrical Concrete Specimens
Making and Curing Concrete Test
Specimens in the Field
Slump of Hydraulic Cement
Concrete
WAQTC FOP for TM 2 Sampling Freshly Mixed Concrete
WAQTC FOP for AASHTO T 152 Air Content of Freshly Mixed
Concrete by the Pressure Method
WSDOT FOP for AASHTO Capping Cylindrical Concrete
Test Method T 231 Specimens
WSDOT FOP for AASHTO
Test Method T 309 Temperature of Freshly Mixed
Portland Cement Concrete
6- 02.3(5)G Sampling and Testing Frequency for Temperature, Consistency, and
Air Content
In the first paragraph, the eighth sentence is revised to read as follows:
Loads to be sampled will be selected in accordance with the random selection process as
outlined in WAQTC FOP for TM 2.
2000 WSDOT-AMENDMENTS
AM-46
Ll
C
0
L
r__1
u
1
2
3
5
6
7
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
57
58
59
60
6- 02.3(5)L Concrete With Non - Conforming Strength
In the second paragraph, the reference to " AASHTO T 22." Is revised to read " WSDOT FOP
for AASHTO T 22. ".
6- 02.3(11) Curing Concrete
Number 1, in the first paragraph is revised to read as follows:
Bridge roadway slabs (except those made of concrete Class 4000D), flat slab bridge
superstructures, bridge sidewalks, box culvert tops, roofs of cut and cover tunnels -
curing compound covered by white, reflective type sheeting or continuous wet curing.
Curing by either method shall be for at least 10 days.
6- 02.3(16)B Preapproved Formwork Plans
The last paragraph is deleted.
6- 02.3(17)H Formwork Accessories
The first paragraph is revised to read as follows:
Formwork accessories such as form ties, form anchors, form hangers, anchoring inserts,
and similar hardware shall be specifically identified in the formwork plans including the
name and size of the hardware, manufacturer, safe working load, and factor of safety.
The grade of steel shall also be indicated for the threaded rods, coil rods, and similar
hardware. Wire form ties and taper ties shall not be used. Welding or clamping formwork
accessories to Contract Plan reinforcing steel will not be allowed. Driven types of
anchorages for fastening forms or form supports to concrete, and Contractor fabricated
"J" hooks shall not be used. Field drilling of holes in prestressed girders is not allowed.
6- 02.3(17)M Restricted Overhead Clearance Sign
In the last sentence of the second paragraph the reference to "1- 07.23(3)F" is revised to "1-
10.3(3)".
6- 02.3(17)N Removal of Falsework and Forms
The fourth paragraph is revised to read as follows:
The Contractor may remove side forms, traffic barrier forms, and pedestrian barrier forms
after 24 hours if these forms are made of steel or dense plywood, an approved water
reducing additive is used, and the concrete reaches a compressive strength of 1400 psi
before form removal. This strength shall be proved by test cylinders made from the last
concrete placed into the form. The cylinders shall be cured according to WSDOT FOP for
AASHTO T 23.
The ninth paragraph is revised to read as follows:
All cells of a box girder structure which have permanent access shall have all forms
completely removed, including the roadway deck forms. All debris and all projections into
the cells shall be removed. Unless otherwise shown in the Plans, the roadway slab
interior forms in all other cells where no permanent access is available, may be left in
place.
6- 02.3(17)0 Early Concrete Test Cylinder Breaks
The second and third paragraphs are revised to read as follows:
The concrete cylinders shall be molded in accordance with WSDOT FOP for AASHTO T
23 from concrete last placed in the forms and representative of the quality of concrete
placed in that pour.
The cylinders shall be cured in accordance with WSDOT FOP for AASHTO T 23. The
Engineer may approve the use of cure boxes meeting the requirements of this test
method. Special cure boxes to enhance cylinder strength will not be allowed.
2000 WSDOT AMENDMENTS
AM -47
2
3
5
6
7
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
5
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
57
58
59
60
61
6- 02.3(20) Grout for Anchor Bolts and Bridge Bearings
The second paragraph is revised to read as follows:
Grout shall meet the following requirements:
Requirement Compressive Strength
Test Method WSDOT FOP for AASHTO Test Method T 106
Values 4,000 psi @ 7 days
6- 02.3(25) Prestressed Concrete Girders
The fourth paragraph is revised to read as follows:
The various types of girders are:
Prestressed Concrete Girder — Refers to prestressed concrete girders including
Series W42G, W50G, W58G, W74G, WF74G, W83G, and W95G girders, bulb tee
girders, and deck bulb tee girders.
Bulb Tee Girder — Refers to a bulb tee girder or a deck bulb tee girder.
Deck Bulb Tee Girder — Refers to a bulb tee girder with a top flange designed to
support traffic loads (i.e., without a cast -in -place deck), including Series W35DG,
W41 DG, W53DG, and W65DG. This type of bulb tee girder is mechanically
connected to adjacent girders at the job site.
Precast Prestressed Member (PCPS Member) — Refers to a precast prestressed
slab or a precast prestressed ribbed section. Except where specific requirements are
otherwise specified for these members, precast prestressed members shall conform
to all requirements specified for deck bulb tee girders.
6- 02.3(25)A Shop Plans
The first sentence of the third paragraph is revised to read as follows:
The Contractor may furnish Series W74G and WF74G prestressed concrete girders with
minor dimensional differences from those shown in the Plans.
0
The first sentence of the fourth paragraph is revised to read as follows:
If the Contractor elects to provide a Series W74G or WF74G girder with an increased web
thickness, shop plans along with supporting design calculations shall be submitted to the
Engineer for approval prior to girder fabrication.
The sixth paragraph is revised to read as follows:
The Contractor shall provide five copies of the shop plans to the Engineer for approval.
Approval of shop plans means only that the Engineer accepts the methods and materials.
Approval does not imply correct dimensions.
6- 02.3(25)B Casting
3
The first paragraph is supplemented with the following:
Side forms shall be steel, except that end bulkead forms may be plywood. Interior voids
for precast prestressed slabs with voids shall be formed by either wax soaked cardboard
or expanded polystyrene forms. The interior void forms shall be secured in the position as
shown in the Plans and shall remain in place.
The fourth paragraph is revised to read as follows:
Air - entrainment is not required in the concrete placed into prestressed precast concrete
girders unless otherwise noted. The Contractor shall use air - entrained concrete in the top
two inches, minimum, of the roadway deck flange of deck bulb -tee girders and precast
2000 WSDOT AMENDMENTS
AM-48
�J
1
2
3
prestressed ribbed sections. All concrete for precast prestressed slabs shall be air
entrained. Maximum and minimum air content shall be as specified in Section 6- 02.3(2)A.
6- 02.3(25)E Contractors Control Strength
In the third paragraph the first sentence is revised to read as follows:
Test cylinders may be cured in a moist room or water tank in accordance with WSDOT
FOP for AASHTO T -23 after the girder concrete has obtained the required release
strength.
The fifth paragraph is revised to read as follows:
If too few cylinders were molded to carry out all required tests on the girder, the
Contractor shall remove and test cores from the girder under the surveillance of the
Engineer. If the Contractor casts cylinders to represent more than one girder, all girders
in that line shall be cored and tested.
For precast prestressed members, a test shall consist of four cores measuring 3 inches in
diameter by 6 inches in height. Two cores shall be taken from each side of the member
and on each side of the member's span midpoint, at locations approved by the Engineer.
The core locations for precast prestressed slabs shall be near mid -depth of the slab,
within the middle third of the span length, and shall avoid all prestressing strands and
steel reinforcing bars. The core locations for precast prestressed ribbed sections shall be
immediately beneath the top flange, within the middle third of the span length, and shall
avoid all prestressing strands and steel reinforcing bars.
For all other prestressed concrete girders, a test shall consist of three cores measuring 3
inches in diameter by the thickness of the web and shall be removed from just below the
top flange; one at the midpoint of the girder's length and the other two approximately 3
feet to the left and approximately 3 feet to the right.
The cores shall be taken in accordance with AASHTO T 24 and shall be tested in
accordance with WSDOT FOP for AASTHO T 22. The Engineer may accept the girder if
the average compressive strength of the four cores from the precast prestressed member,
or of the three cores from any other prestressed concrete girder, is at least 85 percent of
the specified compressive strength with no one core less than 75 percent of specified
compressive strength.
6- 02.3(25)H Finishing
The first sentence of the fourth paragraph is revised to read as follows:
On the deck bulb tee girder section and all precast prestressed members, the Contractor
shall test the roadway deck surface portion for flatness.
6- 02.3(25)1 Tolerances
The list following the first paragraph is revised to read as follows:
Prestressed Concrete Girder Length (overall): ± % inch per 25 feet of beam length,
up to a maximum of ± 1 inch.
2. Precast Prestressed Member Length (overall): ± 1 inch.
3. Width (flanges): + 3/8 inch, - % inch.
4. Width (narrow web section): + 3/8 inch, -' /4 inch.
5. Width (Precast Prestressed Member): ±' /< inch.
6. Girder Depth (overall): + % inch.
7. Flange Depth:
2000 WSDOT AMENDMENTS
AM-49
15
5
6
7
19
9
10
11
12
13
14
prestressed ribbed sections. All concrete for precast prestressed slabs shall be air
entrained. Maximum and minimum air content shall be as specified in Section 6- 02.3(2)A.
6- 02.3(25)E Contractors Control Strength
In the third paragraph the first sentence is revised to read as follows:
Test cylinders may be cured in a moist room or water tank in accordance with WSDOT
FOP for AASHTO T -23 after the girder concrete has obtained the required release
strength.
The fifth paragraph is revised to read as follows:
If too few cylinders were molded to carry out all required tests on the girder, the
Contractor shall remove and test cores from the girder under the surveillance of the
Engineer. If the Contractor casts cylinders to represent more than one girder, all girders
in that line shall be cored and tested.
For precast prestressed members, a test shall consist of four cores measuring 3 inches in
diameter by 6 inches in height. Two cores shall be taken from each side of the member
and on each side of the member's span midpoint, at locations approved by the Engineer.
The core locations for precast prestressed slabs shall be near mid -depth of the slab,
within the middle third of the span length, and shall avoid all prestressing strands and
steel reinforcing bars. The core locations for precast prestressed ribbed sections shall be
immediately beneath the top flange, within the middle third of the span length, and shall
avoid all prestressing strands and steel reinforcing bars.
For all other prestressed concrete girders, a test shall consist of three cores measuring 3
inches in diameter by the thickness of the web and shall be removed from just below the
top flange; one at the midpoint of the girder's length and the other two approximately 3
feet to the left and approximately 3 feet to the right.
The cores shall be taken in accordance with AASHTO T 24 and shall be tested in
accordance with WSDOT FOP for AASTHO T 22. The Engineer may accept the girder if
the average compressive strength of the four cores from the precast prestressed member,
or of the three cores from any other prestressed concrete girder, is at least 85 percent of
the specified compressive strength with no one core less than 75 percent of specified
compressive strength.
6- 02.3(25)H Finishing
The first sentence of the fourth paragraph is revised to read as follows:
On the deck bulb tee girder section and all precast prestressed members, the Contractor
shall test the roadway deck surface portion for flatness.
6- 02.3(25)1 Tolerances
The list following the first paragraph is revised to read as follows:
Prestressed Concrete Girder Length (overall): ± % inch per 25 feet of beam length,
up to a maximum of ± 1 inch.
2. Precast Prestressed Member Length (overall): ± 1 inch.
3. Width (flanges): + 3/8 inch, - % inch.
4. Width (narrow web section): + 3/8 inch, -' /4 inch.
5. Width (Precast Prestressed Member): ±' /< inch.
6. Girder Depth (overall): + % inch.
7. Flange Depth:
2000 WSDOT AMENDMENTS
AM-49
15
16
17
18
19
20
21
prestressed ribbed sections. All concrete for precast prestressed slabs shall be air
entrained. Maximum and minimum air content shall be as specified in Section 6- 02.3(2)A.
6- 02.3(25)E Contractors Control Strength
In the third paragraph the first sentence is revised to read as follows:
Test cylinders may be cured in a moist room or water tank in accordance with WSDOT
FOP for AASHTO T -23 after the girder concrete has obtained the required release
strength.
The fifth paragraph is revised to read as follows:
If too few cylinders were molded to carry out all required tests on the girder, the
Contractor shall remove and test cores from the girder under the surveillance of the
Engineer. If the Contractor casts cylinders to represent more than one girder, all girders
in that line shall be cored and tested.
For precast prestressed members, a test shall consist of four cores measuring 3 inches in
diameter by 6 inches in height. Two cores shall be taken from each side of the member
and on each side of the member's span midpoint, at locations approved by the Engineer.
The core locations for precast prestressed slabs shall be near mid -depth of the slab,
within the middle third of the span length, and shall avoid all prestressing strands and
steel reinforcing bars. The core locations for precast prestressed ribbed sections shall be
immediately beneath the top flange, within the middle third of the span length, and shall
avoid all prestressing strands and steel reinforcing bars.
For all other prestressed concrete girders, a test shall consist of three cores measuring 3
inches in diameter by the thickness of the web and shall be removed from just below the
top flange; one at the midpoint of the girder's length and the other two approximately 3
feet to the left and approximately 3 feet to the right.
The cores shall be taken in accordance with AASHTO T 24 and shall be tested in
accordance with WSDOT FOP for AASTHO T 22. The Engineer may accept the girder if
the average compressive strength of the four cores from the precast prestressed member,
or of the three cores from any other prestressed concrete girder, is at least 85 percent of
the specified compressive strength with no one core less than 75 percent of specified
compressive strength.
6- 02.3(25)H Finishing
The first sentence of the fourth paragraph is revised to read as follows:
On the deck bulb tee girder section and all precast prestressed members, the Contractor
shall test the roadway deck surface portion for flatness.
6- 02.3(25)1 Tolerances
The list following the first paragraph is revised to read as follows:
Prestressed Concrete Girder Length (overall): ± % inch per 25 feet of beam length,
up to a maximum of ± 1 inch.
2. Precast Prestressed Member Length (overall): ± 1 inch.
3. Width (flanges): + 3/8 inch, - % inch.
4. Width (narrow web section): + 3/8 inch, -' /4 inch.
5. Width (Precast Prestressed Member): ±' /< inch.
6. Girder Depth (overall): + % inch.
7. Flange Depth:
2000 WSDOT AMENDMENTS
AM-49
22
23
24
25
prestressed ribbed sections. All concrete for precast prestressed slabs shall be air
entrained. Maximum and minimum air content shall be as specified in Section 6- 02.3(2)A.
6- 02.3(25)E Contractors Control Strength
In the third paragraph the first sentence is revised to read as follows:
Test cylinders may be cured in a moist room or water tank in accordance with WSDOT
FOP for AASHTO T -23 after the girder concrete has obtained the required release
strength.
The fifth paragraph is revised to read as follows:
If too few cylinders were molded to carry out all required tests on the girder, the
Contractor shall remove and test cores from the girder under the surveillance of the
Engineer. If the Contractor casts cylinders to represent more than one girder, all girders
in that line shall be cored and tested.
For precast prestressed members, a test shall consist of four cores measuring 3 inches in
diameter by 6 inches in height. Two cores shall be taken from each side of the member
and on each side of the member's span midpoint, at locations approved by the Engineer.
The core locations for precast prestressed slabs shall be near mid -depth of the slab,
within the middle third of the span length, and shall avoid all prestressing strands and
steel reinforcing bars. The core locations for precast prestressed ribbed sections shall be
immediately beneath the top flange, within the middle third of the span length, and shall
avoid all prestressing strands and steel reinforcing bars.
For all other prestressed concrete girders, a test shall consist of three cores measuring 3
inches in diameter by the thickness of the web and shall be removed from just below the
top flange; one at the midpoint of the girder's length and the other two approximately 3
feet to the left and approximately 3 feet to the right.
The cores shall be taken in accordance with AASHTO T 24 and shall be tested in
accordance with WSDOT FOP for AASTHO T 22. The Engineer may accept the girder if
the average compressive strength of the four cores from the precast prestressed member,
or of the three cores from any other prestressed concrete girder, is at least 85 percent of
the specified compressive strength with no one core less than 75 percent of specified
compressive strength.
6- 02.3(25)H Finishing
The first sentence of the fourth paragraph is revised to read as follows:
On the deck bulb tee girder section and all precast prestressed members, the Contractor
shall test the roadway deck surface portion for flatness.
6- 02.3(25)1 Tolerances
The list following the first paragraph is revised to read as follows:
Prestressed Concrete Girder Length (overall): ± % inch per 25 feet of beam length,
up to a maximum of ± 1 inch.
2. Precast Prestressed Member Length (overall): ± 1 inch.
3. Width (flanges): + 3/8 inch, - % inch.
4. Width (narrow web section): + 3/8 inch, -' /4 inch.
5. Width (Precast Prestressed Member): ±' /< inch.
6. Girder Depth (overall): + % inch.
7. Flange Depth:
2000 WSDOT AMENDMENTS
AM-49
26
27
28
29
30
31
32
prestressed ribbed sections. All concrete for precast prestressed slabs shall be air
entrained. Maximum and minimum air content shall be as specified in Section 6- 02.3(2)A.
6- 02.3(25)E Contractors Control Strength
In the third paragraph the first sentence is revised to read as follows:
Test cylinders may be cured in a moist room or water tank in accordance with WSDOT
FOP for AASHTO T -23 after the girder concrete has obtained the required release
strength.
The fifth paragraph is revised to read as follows:
If too few cylinders were molded to carry out all required tests on the girder, the
Contractor shall remove and test cores from the girder under the surveillance of the
Engineer. If the Contractor casts cylinders to represent more than one girder, all girders
in that line shall be cored and tested.
For precast prestressed members, a test shall consist of four cores measuring 3 inches in
diameter by 6 inches in height. Two cores shall be taken from each side of the member
and on each side of the member's span midpoint, at locations approved by the Engineer.
The core locations for precast prestressed slabs shall be near mid -depth of the slab,
within the middle third of the span length, and shall avoid all prestressing strands and
steel reinforcing bars. The core locations for precast prestressed ribbed sections shall be
immediately beneath the top flange, within the middle third of the span length, and shall
avoid all prestressing strands and steel reinforcing bars.
For all other prestressed concrete girders, a test shall consist of three cores measuring 3
inches in diameter by the thickness of the web and shall be removed from just below the
top flange; one at the midpoint of the girder's length and the other two approximately 3
feet to the left and approximately 3 feet to the right.
The cores shall be taken in accordance with AASHTO T 24 and shall be tested in
accordance with WSDOT FOP for AASTHO T 22. The Engineer may accept the girder if
the average compressive strength of the four cores from the precast prestressed member,
or of the three cores from any other prestressed concrete girder, is at least 85 percent of
the specified compressive strength with no one core less than 75 percent of specified
compressive strength.
6- 02.3(25)H Finishing
The first sentence of the fourth paragraph is revised to read as follows:
On the deck bulb tee girder section and all precast prestressed members, the Contractor
shall test the roadway deck surface portion for flatness.
6- 02.3(25)1 Tolerances
The list following the first paragraph is revised to read as follows:
Prestressed Concrete Girder Length (overall): ± % inch per 25 feet of beam length,
up to a maximum of ± 1 inch.
2. Precast Prestressed Member Length (overall): ± 1 inch.
3. Width (flanges): + 3/8 inch, - % inch.
4. Width (narrow web section): + 3/8 inch, -' /4 inch.
5. Width (Precast Prestressed Member): ±' /< inch.
6. Girder Depth (overall): + % inch.
7. Flange Depth:
2000 WSDOT AMENDMENTS
AM-49
33
34
35
36
prestressed ribbed sections. All concrete for precast prestressed slabs shall be air
entrained. Maximum and minimum air content shall be as specified in Section 6- 02.3(2)A.
6- 02.3(25)E Contractors Control Strength
In the third paragraph the first sentence is revised to read as follows:
Test cylinders may be cured in a moist room or water tank in accordance with WSDOT
FOP for AASHTO T -23 after the girder concrete has obtained the required release
strength.
The fifth paragraph is revised to read as follows:
If too few cylinders were molded to carry out all required tests on the girder, the
Contractor shall remove and test cores from the girder under the surveillance of the
Engineer. If the Contractor casts cylinders to represent more than one girder, all girders
in that line shall be cored and tested.
For precast prestressed members, a test shall consist of four cores measuring 3 inches in
diameter by 6 inches in height. Two cores shall be taken from each side of the member
and on each side of the member's span midpoint, at locations approved by the Engineer.
The core locations for precast prestressed slabs shall be near mid -depth of the slab,
within the middle third of the span length, and shall avoid all prestressing strands and
steel reinforcing bars. The core locations for precast prestressed ribbed sections shall be
immediately beneath the top flange, within the middle third of the span length, and shall
avoid all prestressing strands and steel reinforcing bars.
For all other prestressed concrete girders, a test shall consist of three cores measuring 3
inches in diameter by the thickness of the web and shall be removed from just below the
top flange; one at the midpoint of the girder's length and the other two approximately 3
feet to the left and approximately 3 feet to the right.
The cores shall be taken in accordance with AASHTO T 24 and shall be tested in
accordance with WSDOT FOP for AASTHO T 22. The Engineer may accept the girder if
the average compressive strength of the four cores from the precast prestressed member,
or of the three cores from any other prestressed concrete girder, is at least 85 percent of
the specified compressive strength with no one core less than 75 percent of specified
compressive strength.
6- 02.3(25)H Finishing
The first sentence of the fourth paragraph is revised to read as follows:
On the deck bulb tee girder section and all precast prestressed members, the Contractor
shall test the roadway deck surface portion for flatness.
6- 02.3(25)1 Tolerances
The list following the first paragraph is revised to read as follows:
Prestressed Concrete Girder Length (overall): ± % inch per 25 feet of beam length,
up to a maximum of ± 1 inch.
2. Precast Prestressed Member Length (overall): ± 1 inch.
3. Width (flanges): + 3/8 inch, - % inch.
4. Width (narrow web section): + 3/8 inch, -' /4 inch.
5. Width (Precast Prestressed Member): ±' /< inch.
6. Girder Depth (overall): + % inch.
7. Flange Depth:
2000 WSDOT AMENDMENTS
AM-49
37
38
39
40
41
42
43
prestressed ribbed sections. All concrete for precast prestressed slabs shall be air
entrained. Maximum and minimum air content shall be as specified in Section 6- 02.3(2)A.
6- 02.3(25)E Contractors Control Strength
In the third paragraph the first sentence is revised to read as follows:
Test cylinders may be cured in a moist room or water tank in accordance with WSDOT
FOP for AASHTO T -23 after the girder concrete has obtained the required release
strength.
The fifth paragraph is revised to read as follows:
If too few cylinders were molded to carry out all required tests on the girder, the
Contractor shall remove and test cores from the girder under the surveillance of the
Engineer. If the Contractor casts cylinders to represent more than one girder, all girders
in that line shall be cored and tested.
For precast prestressed members, a test shall consist of four cores measuring 3 inches in
diameter by 6 inches in height. Two cores shall be taken from each side of the member
and on each side of the member's span midpoint, at locations approved by the Engineer.
The core locations for precast prestressed slabs shall be near mid -depth of the slab,
within the middle third of the span length, and shall avoid all prestressing strands and
steel reinforcing bars. The core locations for precast prestressed ribbed sections shall be
immediately beneath the top flange, within the middle third of the span length, and shall
avoid all prestressing strands and steel reinforcing bars.
For all other prestressed concrete girders, a test shall consist of three cores measuring 3
inches in diameter by the thickness of the web and shall be removed from just below the
top flange; one at the midpoint of the girder's length and the other two approximately 3
feet to the left and approximately 3 feet to the right.
The cores shall be taken in accordance with AASHTO T 24 and shall be tested in
accordance with WSDOT FOP for AASTHO T 22. The Engineer may accept the girder if
the average compressive strength of the four cores from the precast prestressed member,
or of the three cores from any other prestressed concrete girder, is at least 85 percent of
the specified compressive strength with no one core less than 75 percent of specified
compressive strength.
6- 02.3(25)H Finishing
The first sentence of the fourth paragraph is revised to read as follows:
On the deck bulb tee girder section and all precast prestressed members, the Contractor
shall test the roadway deck surface portion for flatness.
6- 02.3(25)1 Tolerances
The list following the first paragraph is revised to read as follows:
Prestressed Concrete Girder Length (overall): ± % inch per 25 feet of beam length,
up to a maximum of ± 1 inch.
2. Precast Prestressed Member Length (overall): ± 1 inch.
3. Width (flanges): + 3/8 inch, - % inch.
4. Width (narrow web section): + 3/8 inch, -' /4 inch.
5. Width (Precast Prestressed Member): ±' /< inch.
6. Girder Depth (overall): + % inch.
7. Flange Depth:
2000 WSDOT AMENDMENTS
AM-49
44
45
46
47
prestressed ribbed sections. All concrete for precast prestressed slabs shall be air
entrained. Maximum and minimum air content shall be as specified in Section 6- 02.3(2)A.
6- 02.3(25)E Contractors Control Strength
In the third paragraph the first sentence is revised to read as follows:
Test cylinders may be cured in a moist room or water tank in accordance with WSDOT
FOP for AASHTO T -23 after the girder concrete has obtained the required release
strength.
The fifth paragraph is revised to read as follows:
If too few cylinders were molded to carry out all required tests on the girder, the
Contractor shall remove and test cores from the girder under the surveillance of the
Engineer. If the Contractor casts cylinders to represent more than one girder, all girders
in that line shall be cored and tested.
For precast prestressed members, a test shall consist of four cores measuring 3 inches in
diameter by 6 inches in height. Two cores shall be taken from each side of the member
and on each side of the member's span midpoint, at locations approved by the Engineer.
The core locations for precast prestressed slabs shall be near mid -depth of the slab,
within the middle third of the span length, and shall avoid all prestressing strands and
steel reinforcing bars. The core locations for precast prestressed ribbed sections shall be
immediately beneath the top flange, within the middle third of the span length, and shall
avoid all prestressing strands and steel reinforcing bars.
For all other prestressed concrete girders, a test shall consist of three cores measuring 3
inches in diameter by the thickness of the web and shall be removed from just below the
top flange; one at the midpoint of the girder's length and the other two approximately 3
feet to the left and approximately 3 feet to the right.
The cores shall be taken in accordance with AASHTO T 24 and shall be tested in
accordance with WSDOT FOP for AASTHO T 22. The Engineer may accept the girder if
the average compressive strength of the four cores from the precast prestressed member,
or of the three cores from any other prestressed concrete girder, is at least 85 percent of
the specified compressive strength with no one core less than 75 percent of specified
compressive strength.
6- 02.3(25)H Finishing
The first sentence of the fourth paragraph is revised to read as follows:
On the deck bulb tee girder section and all precast prestressed members, the Contractor
shall test the roadway deck surface portion for flatness.
6- 02.3(25)1 Tolerances
The list following the first paragraph is revised to read as follows:
Prestressed Concrete Girder Length (overall): ± % inch per 25 feet of beam length,
up to a maximum of ± 1 inch.
2. Precast Prestressed Member Length (overall): ± 1 inch.
3. Width (flanges): + 3/8 inch, - % inch.
4. Width (narrow web section): + 3/8 inch, -' /4 inch.
5. Width (Precast Prestressed Member): ±' /< inch.
6. Girder Depth (overall): + % inch.
7. Flange Depth:
2000 WSDOT AMENDMENTS
AM-49
48
49
50
51
52
53
54
prestressed ribbed sections. All concrete for precast prestressed slabs shall be air
entrained. Maximum and minimum air content shall be as specified in Section 6- 02.3(2)A.
6- 02.3(25)E Contractors Control Strength
In the third paragraph the first sentence is revised to read as follows:
Test cylinders may be cured in a moist room or water tank in accordance with WSDOT
FOP for AASHTO T -23 after the girder concrete has obtained the required release
strength.
The fifth paragraph is revised to read as follows:
If too few cylinders were molded to carry out all required tests on the girder, the
Contractor shall remove and test cores from the girder under the surveillance of the
Engineer. If the Contractor casts cylinders to represent more than one girder, all girders
in that line shall be cored and tested.
For precast prestressed members, a test shall consist of four cores measuring 3 inches in
diameter by 6 inches in height. Two cores shall be taken from each side of the member
and on each side of the member's span midpoint, at locations approved by the Engineer.
The core locations for precast prestressed slabs shall be near mid -depth of the slab,
within the middle third of the span length, and shall avoid all prestressing strands and
steel reinforcing bars. The core locations for precast prestressed ribbed sections shall be
immediately beneath the top flange, within the middle third of the span length, and shall
avoid all prestressing strands and steel reinforcing bars.
For all other prestressed concrete girders, a test shall consist of three cores measuring 3
inches in diameter by the thickness of the web and shall be removed from just below the
top flange; one at the midpoint of the girder's length and the other two approximately 3
feet to the left and approximately 3 feet to the right.
The cores shall be taken in accordance with AASHTO T 24 and shall be tested in
accordance with WSDOT FOP for AASTHO T 22. The Engineer may accept the girder if
the average compressive strength of the four cores from the precast prestressed member,
or of the three cores from any other prestressed concrete girder, is at least 85 percent of
the specified compressive strength with no one core less than 75 percent of specified
compressive strength.
6- 02.3(25)H Finishing
The first sentence of the fourth paragraph is revised to read as follows:
On the deck bulb tee girder section and all precast prestressed members, the Contractor
shall test the roadway deck surface portion for flatness.
6- 02.3(25)1 Tolerances
The list following the first paragraph is revised to read as follows:
Prestressed Concrete Girder Length (overall): ± % inch per 25 feet of beam length,
up to a maximum of ± 1 inch.
2. Precast Prestressed Member Length (overall): ± 1 inch.
3. Width (flanges): + 3/8 inch, - % inch.
4. Width (narrow web section): + 3/8 inch, -' /4 inch.
5. Width (Precast Prestressed Member): ±' /< inch.
6. Girder Depth (overall): + % inch.
7. Flange Depth:
2000 WSDOT AMENDMENTS
AM-49
55
56
57
58
prestressed ribbed sections. All concrete for precast prestressed slabs shall be air
entrained. Maximum and minimum air content shall be as specified in Section 6- 02.3(2)A.
6- 02.3(25)E Contractors Control Strength
In the third paragraph the first sentence is revised to read as follows:
Test cylinders may be cured in a moist room or water tank in accordance with WSDOT
FOP for AASHTO T -23 after the girder concrete has obtained the required release
strength.
The fifth paragraph is revised to read as follows:
If too few cylinders were molded to carry out all required tests on the girder, the
Contractor shall remove and test cores from the girder under the surveillance of the
Engineer. If the Contractor casts cylinders to represent more than one girder, all girders
in that line shall be cored and tested.
For precast prestressed members, a test shall consist of four cores measuring 3 inches in
diameter by 6 inches in height. Two cores shall be taken from each side of the member
and on each side of the member's span midpoint, at locations approved by the Engineer.
The core locations for precast prestressed slabs shall be near mid -depth of the slab,
within the middle third of the span length, and shall avoid all prestressing strands and
steel reinforcing bars. The core locations for precast prestressed ribbed sections shall be
immediately beneath the top flange, within the middle third of the span length, and shall
avoid all prestressing strands and steel reinforcing bars.
For all other prestressed concrete girders, a test shall consist of three cores measuring 3
inches in diameter by the thickness of the web and shall be removed from just below the
top flange; one at the midpoint of the girder's length and the other two approximately 3
feet to the left and approximately 3 feet to the right.
The cores shall be taken in accordance with AASHTO T 24 and shall be tested in
accordance with WSDOT FOP for AASTHO T 22. The Engineer may accept the girder if
the average compressive strength of the four cores from the precast prestressed member,
or of the three cores from any other prestressed concrete girder, is at least 85 percent of
the specified compressive strength with no one core less than 75 percent of specified
compressive strength.
6- 02.3(25)H Finishing
The first sentence of the fourth paragraph is revised to read as follows:
On the deck bulb tee girder section and all precast prestressed members, the Contractor
shall test the roadway deck surface portion for flatness.
6- 02.3(25)1 Tolerances
The list following the first paragraph is revised to read as follows:
Prestressed Concrete Girder Length (overall): ± % inch per 25 feet of beam length,
up to a maximum of ± 1 inch.
2. Precast Prestressed Member Length (overall): ± 1 inch.
3. Width (flanges): + 3/8 inch, - % inch.
4. Width (narrow web section): + 3/8 inch, -' /4 inch.
5. Width (Precast Prestressed Member): ±' /< inch.
6. Girder Depth (overall): + % inch.
7. Flange Depth:
2000 WSDOT AMENDMENTS
AM-49
59
60
61
prestressed ribbed sections. All concrete for precast prestressed slabs shall be air
entrained. Maximum and minimum air content shall be as specified in Section 6- 02.3(2)A.
6- 02.3(25)E Contractors Control Strength
In the third paragraph the first sentence is revised to read as follows:
Test cylinders may be cured in a moist room or water tank in accordance with WSDOT
FOP for AASHTO T -23 after the girder concrete has obtained the required release
strength.
The fifth paragraph is revised to read as follows:
If too few cylinders were molded to carry out all required tests on the girder, the
Contractor shall remove and test cores from the girder under the surveillance of the
Engineer. If the Contractor casts cylinders to represent more than one girder, all girders
in that line shall be cored and tested.
For precast prestressed members, a test shall consist of four cores measuring 3 inches in
diameter by 6 inches in height. Two cores shall be taken from each side of the member
and on each side of the member's span midpoint, at locations approved by the Engineer.
The core locations for precast prestressed slabs shall be near mid -depth of the slab,
within the middle third of the span length, and shall avoid all prestressing strands and
steel reinforcing bars. The core locations for precast prestressed ribbed sections shall be
immediately beneath the top flange, within the middle third of the span length, and shall
avoid all prestressing strands and steel reinforcing bars.
For all other prestressed concrete girders, a test shall consist of three cores measuring 3
inches in diameter by the thickness of the web and shall be removed from just below the
top flange; one at the midpoint of the girder's length and the other two approximately 3
feet to the left and approximately 3 feet to the right.
The cores shall be taken in accordance with AASHTO T 24 and shall be tested in
accordance with WSDOT FOP for AASTHO T 22. The Engineer may accept the girder if
the average compressive strength of the four cores from the precast prestressed member,
or of the three cores from any other prestressed concrete girder, is at least 85 percent of
the specified compressive strength with no one core less than 75 percent of specified
compressive strength.
6- 02.3(25)H Finishing
The first sentence of the fourth paragraph is revised to read as follows:
On the deck bulb tee girder section and all precast prestressed members, the Contractor
shall test the roadway deck surface portion for flatness.
6- 02.3(25)1 Tolerances
The list following the first paragraph is revised to read as follows:
Prestressed Concrete Girder Length (overall): ± % inch per 25 feet of beam length,
up to a maximum of ± 1 inch.
2. Precast Prestressed Member Length (overall): ± 1 inch.
3. Width (flanges): + 3/8 inch, - % inch.
4. Width (narrow web section): + 3/8 inch, -' /4 inch.
5. Width (Precast Prestressed Member): ±' /< inch.
6. Girder Depth (overall): + % inch.
7. Flange Depth:
2000 WSDOT AMENDMENTS
AM-49
1
2
For I girders: +' /. inch
3
For deck bulb tee girders +' /4 inch, - 1/8 inch
4
For PCPS members +' /4 inch, - 1/8 inch
5
6
8.
Strand Position in Prestressed Concrete Girder: + % inch from the center of gravity
7
of an individual strand; ±' /z inch from the center of gravity of a bundled strand group.
8
9
9.
Strand Position in Precast Prestressed Member: + % inch from the center of gravity
10
of a bundled strand group and of an individual strand.
11
12
10.
Longitudinal Position of the Harping Point:
13
14
First bundled strand group + 6 inches
15
Second bundled strand group ± 18 inches
16
Third bundled strand group ± Winches
17
18
11.
Position of an interior void, vertically and horizontally (Precast Prestressed Slab with
19
voids): ±'h inch.
20
21
12.
Bearing Recess (center recess to beam end): + % inch.
22
23
13.
Beam Ends (deviation from square or designated skew):
24
25
Horizontal: + "h inch from web centerline to girder flange
26
Vertical: ± 1/8 inch per foot of beam depth
27
28
14.
Precast Prestressed Member Ends (deviation from square or designated skew): +'h
29
inch.
30
31
15.
Bearing Area Deviation from Plane (in length or width of bearing): 1/16 inch.
32
33
16.
Stirrup Reinforcing Spacing: ± 1 inch.
34
35
17.
Stirrup Projection from Top of Beam: + % inch.
36
37
18.
Mild Steel Concrete Cover: - 1/8 inch, + 3/8 inch.
38
39
19.
Offset at Form Joints (deviation from a straight line extending 5 feet on each side of
40
joint): + % inch.
41
42
20.
Deviation from Design Camber (Precast Prestressed Member): + % inch per ten feet
43
of member length measured at midspan, but not greater than ± % inch total.
44
45
21.
Differential Camber Between Girders in a Span (measured in place at the job site):
46
47
For I girders: 1/8 inch per 10 feet of beam length (Series W42G,
48
W50G, W58G, W74G, WF74G, W83G, and
49
W95G).
50
For deck bulb tee girders: Cambers shall be equalized by an approved
51
method when the difference in cambers between
52
adjacent girders or stages measured at mid -span
53
exceeds % inch.
54
For PCPS members: + % inch per ten feet of member length measured
55
at midspan, but not greater than +'/ inch total.
56
57
22.
Position of Inserts for Structural Connections: + 1 inch.
58
59
23.
Position of Lifting Loops: ± 3 inches longitudinal, ± 1 inch transverse.
60
2000 WSDOT AMENDMENTS
AM -50
1
24. Weld plates for bulb tee girders shall be placed ±' /z inch longitudinal and ± 1/8 inch
2
vertical.
3
4
6- 02.3(25)J Horizontal Alignment
5
The third paragraph is supplemented with the following:
6
7
The maximum deviation of the side of the precast prestressed slab, or the edge of the
8
roadway deck slab of the precast prestressed ribbed section, measured from a chord that
9
extends end to end of the member, shall be ± 1/8 inch per ten feet of member length, but
10
not greater than % inch total.
11
12
A final alignment check shall be performed within three days prior to shipment to the
13
jobsite. All precast prestressed members which exceed the specified horizontal alignment
14
tolerance may be subject to rejection.
15
16
6- 02.3(25)L Handling and Storage
17
The first paragraph is revised to read as follows:
18
19
During handling and storage, each girder shall always be kept plumb and upright, and
20
each precast prestressed member shall always be kept in the horizontal position shown in
21
the Plans. It shall be lifted only by the lifting devices (strand lift loops or high- strength
22
threaded steel bars) at either end. For strand lift loops, a minimum 2 inch diameter
23
straight pin of a shackle shall be used through the loops. For high- strength threaded steel
24
bars, the lifting hardware that connects to the bars shall be designed, detailed, and
25
furnished by the Contractor. Series W42G, W50G, and W58G girders, and Series W74G
26
and WF74G girders up to 145 feet in length, can be picked up at a minimum angle of 60
27
degrees from the top of the girder. All other prestressed girders shall be picked up within
28
10 degrees of perpendicular to the top of the girder.
29
30
The fourth paragraph is revised to read as follows:
31
32
If girders are to be stored, the Contractor shall place them on a stable foundation that will
33
keep them in a vertical position. Stored girders shall be supported at the bearing
34
recesses or, if there are no recesses, approximately 18 inches from the girder ends. After
35
prestressing, precast prestressed members shall be supported at points between 1' -0"
36
and 2' -0" from the member ends. For long -term storage of girders with initial horizontal
37
curvature, the Contractor may wedge one side of the bottom flange, tilting the girders to
38
control curvature. If the Contractor elects to set girders out of plumb during storage, the
39
Contractor shall have the proposed method analyzed by the Contractor's engineer to
40
ensure against damaging the girder.
41
42
6- 02.3(25)M Shipping
43
The third paragraph is revised to read as follows:
44
45
No precast prestressed slab or precast prestressed ribbed section shall be shipped for at
46
least three days after concrete placement. No deck bulb tee girder shall be shipped for at
47
least seven days after concrete placement, except that deck bulb tee girders may be
48
shipped three days after concrete placement when U(bd) is less than or equal to 5.0,
49
where L equals the shipping length of the girder, b equals the girder top flange width, and
50
d equals the girder depth, all in feet. No precast trapezoidal box or bathtub girder shall be
51
shipped for at least seven days after concrete placement. No other girder shall be
52
shipped for at least ten days after concrete placement.
53
54
The table following the fourth paragraph is revised to read as follows:
55
56
Centerline Support Within
57
Type of Girder This Distance From Either End
58
59
Precast Prestressed Members 2 feet
60
Series W42G and W50G and all bulb tee girders 3 feet
61
Series W58G 4 feet
2000 WSDOT AMENDMENTS
AM -51
1
Series W74G and WF74G 5 feet
2
Series W83G and W95G 8 feet
3
4
The table following the sixth paragraph is revised to read as follows:
5
6
Maximum Length Not Requiring
7
Type of Girder Bracing for Shipping
8
9
Series W42G 80 feet
10
Series W50G 100 feet
11
Series W58G 105 feet
12
All bulb tee girders 120 feet
13
Series W74G and WF74G 130 feet
14
15
Number 2 under "Criteria for Checking Girder Stresses, etc. ", the unit of measure "ft" is
16
revised to "ksi ".
17
18
6- 02.3(25)N Prestressed Concrete Girder Erection
19
The ninth paragraph is supplemented with the following:
20
21
For precast. prestressed concrete slabs, the Contractor shall place the 1 -1/4 inch diameter
22
vertical dowel bars at the top of the pier walls as shown in the Plans. The Contractor shall
23
either form the hole or core drill the hole following the alternatives shown in the Plans.
24
The portion of the dowel bar in the top of the pier walls shall be set with grout following
25
placement of each precast prestressed slab. The remaining portion of the dowel bar shall
26
be grouted after the weld -ties are connected and the keyways are grouted.
3
27
28
6- 02.3(25)0 Deck Bulb Tee Girder Flange Connection
29
The following is added after the first paragraph:
30
3
31
The concrete diaphragms for deck bulb tee girders shall attain a minimum compressive
32
strength of 2,500 psi before any camber equalizing equipment is removed, and before any
33
other construction equipment or live load is placed on the structure.
34
3
35
Section 6- 02.3(26), and sub - sections A through F, are deleted and replaced with the
36
following:
37
38
6- 02.3(26) Cast -in -Place Prestressed Concrete
3
39
Unless otherwise shown in the Plans, concrete for cast -in -place prestressed bridge
40
members shall be Class 4000D in the roadway deck, and Class 4000 at all other
41
locations. Air entrainment shall conform to Sections 6- 02.3(2)A and 6- 02.3(3).
42
43
The Contractor shall construct supporting falsework in a way that leaves the
44
superstructure free to contract and lift off the falsework during post- tensioning. Forms that
45
will remain inside box girders to support the roadway slab shall, by design, resist girder
46
contraction as little as possible.
47
48
Before tensioning, the Contractor shall remove all side forms from girders. From this point
3
49
until 48 hours after grouting the tendons, the Contractor shall keep all construction and
50
other live loads off the superstructure and shall keep the falsework supporting the
51
superstructure in place.
52
53
Once the prestressing steel is installed, no welds or welding grounds shall be attached to
54
metal forms, structural steel, or reinforcing bars of the structural member.
55
56
The Contractor shall not stress the strands until all concrete has reached a compressive
57
strength of at least 4,000 psi (or the strength shown in the Plans). This strength shall be
58
measured on concrete test cylinders made of the same concrete cured under the same
59
conditions as the cast -in -place unit.
60
61
All post- tensioning shall be completed before sidewalks and barriers are placed.
2000 WSDOT AMENDMENTS
AM -52
3
1
2
6- 02.3(26)A Shop Drawings
3
Before casting the structural elements, the Contractor shall submit:
4
5
1. Seven sets of shop drawings for approval by the Bridge and Structures Engineer.
6
7
US Postal Service:
8
Washington State Department of Transportation
9
Bridge and Structures Engineer
10
Construction Support
11
12
PO Box 47340
Olympia, WA 98504 -7340
13
14
Fedex:
15
Washington State Department of Transportation
16
Bridge and Structures Engineer
17
Construction Support
18
4500 3`d Avenue SE
19
Lacey, WA 98503
20
21
2. Two sets of shop drawings to the Project Engineer.
22
23
These shop drawings shall show complete details of the methods, materials, and
24
equipment the Contractor proposes to use in prestressing work. The shop drawings shall
25
follow the design conditions shown in the Plans unless the Engineer permits equally
26
effective variations.
27
28
In addition, the shop drawings shall show:
29
30
1. The method and sequence of stressing.
31
32
2. Technical data on tendons and steel reinforcement, anchoring devices,
33
anchoring stresses, types of tendon conduit, and all other data on prestressing
34
operations.
35
36
3. Stress and elongation calculations. Separate stress and elongation calculations
37
shall be submitted for each tendon if the difference in tendon elongations
38
exceeds 2 percent.
39
40
4. That tendons in the bridge will be arranged to locate their center of gravity as the
41
Plans require.
42
43
5. Details of additional or modified reinforcing steel required by the stressing
44
system.
45
46
6. Procedures and lift -off forces at both ends of the tendon for performing a force
47
verification lift -off in the event of discrepancies between measured and
48
calculated elongations.
49
50
Couplings or splices will not be permitted in prestressing strands. Couplings or splices in
51
bar tendons are subject to the Engineer's approval.
52
53
Friction losses used to calculate forces of the post- tensioning steel shall be based on the
54
assumed values used for the design. The assumed anchor set, friction coefficient "µ ", and
55
friction wobble coefficient "k" values for design are shown in the Plans. The post -
56
tensioning supplier may revise the assumed anchor set value provided all the stress and
57
force limits listed in Section 6- 02.3(26)E are met.
58
59
The Contractor shall determine all points of interference between the mild steel
60
reinforcement and the paths of the post- tensioning tendons. Details to resolve
61
interferences shall be submitted with the shop drawings for approval. Where reinforcing
2000 WSDOT AMENDMENTS
AM -53
1
bar placement conflicts with post- tensioning tendon placement, the tendon profile shown
2
in the Plans shall be maintained. Mild steel reinforcement for post- tensioning anchorage
3
zones shall not be fabricated until after the post- tensioning shop drawings have been
4
approved by the Engineer.
5
6
Approval of these shop drawings will mean only that the Engineer considers them to show
7
a reasonable approach in enough detail. Approval will not indicate a check on dimensions.
8
9
The Contractor may deviate from the approved shop drawings only after obtaining the
10
Engineer's approval of a written request that describes the proposed changes. Approval of
11
a change in method, material, or equipment shall not relieve the Contractor of any
12
responsibility for completing the work successfully.
13
14
Before physical completion of the project, the Contractor shall provide the Engineer with
15
reproducible originals of the shop drawings (and any approved changes). These shall be
16
clear, suitable for microfilming, and on permanent sheets that measure no smaller than 11
17
by 17 inches. Alternatively, the shop drawings may be provided in an electronic format
18
with the approval of the Bridge and Structures Engineer.
19
20
6- 02.3(26)B General Requirements for Anchorages
21
Post - tensioning reinforcement shall be secured at each end by means of an approved
22
anchorage device, which shall not kink, neck down, or otherwise damage the post -
23
tensioning reinforcement. The anchorage assembly shall be grouted to the Engineer's
24
satisfaction.
25
26
The structure shall be reinforced with steel reinforcing bars in the vicinity of the anchorage
27
device. This reinforcement shall be categorized into two zones. The first or local zone
28
shall be the anchorage region that closely surrounds the specific anchorage device. The
29
second or general zone shall be the portion of the anchorage region more remote from
30
the immediate anchorage device.
31
32
The steel reinforcing bars required locally for the concrete confinement immediately
33
around the anchorage device (first or local zone) shall be calculated by the post -
34
tensioning system supplier and shall be shown in the shop drawings. The calculations
35
shall be submitted with the shop drawings. The first or local zone steel reinforcing bars
36
shall be furnished and installed by the Contractor, at no additional cost to the Contracting
37
Agency, in addition to the structural reinforcement required by the Plans. The steel
38
reinforcing bars required in the second or general zone shall be as shown in the Plans and
39
are included in the appropriate bid items.
40
41
The Contractor shall submit details, certified test reports, and /or supporting calculations,
42
as specified below, which verify the structural adequacy of the anchorage devices for
43
approval by the Engineer. This requirement does not apply where the anchorage devices
44
have been previously approved by the Contracting Agency for the same structure
45
configuration. The Contractor shall also submit any necessary changes to the Contract
46
Plans. The test report shall specify all pertinent test data.
47
48
Dead ended anchorages will not be permitted. Dead ended anchorages are defined as
49
anchorages that cannot be accessed during the stressing operations.
50
51
Materials and workmanship shall conform to the applicable requirements of Sections 6 -03
52
and 9 -06.
53
54
Before installing the anchorage device, the Contractor shall submit to the Engineer a
55
Manufacturer's Certificate of Compliance in accordance with Section 1 -06.3.
56
57
The Contractor's proposed anchorage devices shall meet the requirements listed in either
58
Sections 6- 02.3(26)C or 6- 02.3(26)D.
59
60
6- 02.3(26)C Bearing Type Anchorages
61
Bearing type anchorages shall conform to the following requirements:
2000 WSDOT AMENDMENTS
AM -54
2000 WSDOT AMENDMENTS
AM -55
1
2
1. The allowable bearing stress under P ;ask prior to seating shall be taken:
3
4
a. If p., = 0 percent then fop; = 0.5 f'ci (A/A9)'�2 < fci
5
6
b. If ps > 2 percent then fcpi = 0.75 f'ci (A/A9)'�Z < 1.5 f'ci
7
8
For ps between 0 percent and 2 percent the allowable bearing stress may be
9
linearly interpolated.
10
11
For lightweight concrete the allowable bearing stress shall be reduced by 20
12
percent.
13
14
2. The average concrete bearing stress on the net bearing area at the time of
15
jacking shall not exceed:
16
17
f bi = Pack /Anet < fcpi
18
19
3. The bending stress in bearing plate at P ;ate shall not exceed:
20
21
fs = 3fbi (n /t)2 < 0.8%y
22
with stiffness n/t < 0.08 (Es /fbi)'�3
23
24
4. The allowable bearing stress between bearing plate and wedge plate at Pack shall
25
not exceed:
26
fsbi < 1.5 fsv
27
28
where:
29
30
P;ack Jacking force, but not less than 80 percent MUTS
31
MUTS Acronym for Minimum Ultimate Tensile Strength, MUTS is
32
the force equal to the nominal cross sectional area of
33
strand, or bar, times their nominal tensile stress.
34
AUTS Acronym for Actual Ultimate Tensile Strength, measured
35
as a force.
36
aX Dimension of distribution area in X direction
37
ay Dimension of distribution area in Y direction
38
A = ax ay Distribution area within concrete support area
39
bX Dimension of bearing plate in X direction
40
41
by Dimension of bearing plate in Y direction
Ab Net bearing area
42
Anet Net bearing plate area after deducting center hole area
43
A9 = bX by Gross bearing area
44
emax , emin Maximum and minimum edge cover of bearing plate in
45
distribution area
46
f'Ci Compressive strength of concrete at time of initial
47
stressing
48
f'cpi Permissible concrete compressive strength at time of
49
jacking
50
fbi Average uniform concrete bearing stress under bearing
51
52
plate prior to seating produced by P;aok
f'c Compressive strength of concrete at 28 days
53
f's Bending stress in steel bearing plate
54
fsbi Allowable steel bearing stress under Pink between wedge
55
plate and bearing plate
56
fsy Yield strength of bearing plate or wedge plate material
57
whichever is lower
58
n Largest distance from outer edge of wedge plate to outer
59
edge of bearing plate
2000 WSDOT AMENDMENTS
AM -55
1
Ps Orthogonal reinforcement ratio in each of directions
2
(vertical and horizontal) expressed as a percentage of
3
distribution area
4
t Thickness of bearing plate
5
6
5. The relationship between gross bearing plate area and distribution area shall
7
satisfy the following conditions in the x and y direction:
8
9
If emin > 0.5 b then a = 2b
10
If emin < 0.5 b then a = (b + 2 emin)
11
but emax < 4 emin
12
13
6. For transverse post- tensioning of roadway slabs, the bearing stress shall not
14
exceed 0.9f c at P;., of all strands (before seating) or 3,000 psi at service load
15
after all losses.
16
3
17
6- 02.3(26)D Non - Bearing Type Anchorages
18
All anchorages that do not conform to Section 6- 02.3(26)C shall be defined as non -
19
bearing type anchorages. Except as allowed by Section 6- 02.3(26)B, anchorages and
20
post- tensioning systems with non - bearing type anchorages shall be qualified by test.
21
22
Anchorage Qualification Test
23
A minimum of three successful anchorage qualification tests are required for each
;
24
tendon size. The materials for each qualification test shall be taken from different
25
heats.
26
27
Test Block
3
28
The test block shall be a square or rectangular prism, depending on the shape of
29
bearing plate. The test block shall conform to the following:
30
31
1. The test block width and depth in each direction shall be three inches
32
plus the smaller of the following:
33
34
- a. Two times the minimum edge distance from the center of the
3
35
bearing plate to the face of concrete.
36
37
b. The minimum center -to- center spacing of the bearing plate
la
38
39
2. The length of a test block containing a single anchorage and local zone,
40
loaded in a single machine, shall be at least two times the larger cross -
41
sectional test block dimension.
3
42
43
3. The length of test block with an anchorage and local zone on either end,
44
loaded by stressing a test tendon, shall be at least four times the larger
45
cross - sectional test block dimension.
3
46
47
4. The first or local zone of reinforcement in the test block behind the
48
anchorage for a distance equal to the largest of the two cross - sectional
49
dimensions of the anchorage shall simulate the actual first or local zone
50
of reinforcement used in the structure. For the remaining length of the
51
test block, the reinforcement may be increased as required to prevent
52
failure in that portion.
53
54
5. The concrete strength at the time of testing shall not exceed either the
55
minimum strength specified for the system at the time of tensioning, nor
56
85 percent of the 28 -day cylinder strength for normal weight concrete or
57
70 percent of the 28 -day cylinder strength for lightweight concrete.
58
59
Test Procedure
60
The test force shall be applied to the wedge plate, or anchor nut, either in a
61
testing apparatus or through an oversized tendon. The force shall be applied in
2000 WSDOT AMENDMENTS
AM -56
1
stages to 40 percent and then to 80 percent of MUTS. At 40 percent MUTS, the
2
force shall be held for 10 minutes to allow inspection for cracks. At 80 percent
3
MUTS, the force shall be held for one hour. Thereafter the force shall be
4
increased to at least 120 percent MUTS, and then either to failure or to the limit
5
of testing equipment.
6
7
8
Acceptance Criteria
For forces up to 40 percent MUTS, the width of concrete cracks shall not exceed
9
0.002 inch.
10
11
After holding the force at 80 percent MUTS for one hour, the width of concrete
12
cracks shall not exceed 0.01 inch.
13
14
The test block shall not fail prior to reaching 120 percent MUTS.
15
16
Post - Tensioning System Qualification Test
17
A minimum of one successful system qualification test for each tendon size is
18
required for a representative full size tendon embedded in a concrete test block. The
19
test shall establish that all tendon components, including the spiral, orthogonal, and
20
surface steel reinforcing bars in the local zone, perform as required.
21
22
The test block shall conform to the requirements specified above for the anchorage
23
qualification test.
24
25
The test procedure shall conform to the requirements specified above for the
26
anchorage qualification test, except as noted. After the test force has been held at 80
27
percent MUTS for one hour, the force shall be increased to at least 95 percent MUTS.
28
29
The acceptance criteria shall be as specified above for the anchorage qualification
30
test.
31
32
Wedge Plate Qualification Test
33
Wedge plates shall meet the following requirements. A minimum of three successful
34
wedge plate tests, each from a different heat, for each tendon size are required:
35
36
1. After loading to 95 percent MUTS for the tendon and subsequent force
37
release, the permanent deflection of the wedge plate's top surface shall not
38
exceed 1/600 of clear span. The load test shall be performed with the
39
wedge plate support simulating conditions in the anchorage assembly. The
40
force shall be applied by pulling on a sample tendon using the strand system
41
wedges.
42
43
2. The wedge plate shall be tested to static load tests, or to the loading
44
capacity of the testing equipment. The tests shall simulate actual tendon
45
forces applied to the wedges. The failure force shall be at least 120 percent
46
MUTS for the tendon.
47
48
6- 02.3(26)E Ducts
49
Ducts shall be round, except that ducts for transverse post- tensioning of bridge deck slabs
50
may be rectangular. Ducts shall conform to the following requirements for internal
51
embedded installation and external exposed installation. Elliptical shaped duct may be
52
used if approved by the Engineer.
53
54
Ducts for Internal Embedded Installation
55
For longitudinal tendons, the Contractor shall encase each tendon in a galvanized,
56
ferrous metal duct that is rigid and spiral. For transverse tendons, the Contractor shall
57
encase each tendon in a rigid plastic duct. This duct shall maintain the required
58
profile within a placement tolerance of plus or minus 1/4 inch for longitudinal tendons
59
and plus or minus 1/8 inch for transverse slab tendons during all phases of the work.
60
The ducts shall be completely sealed to keep out all mortar.
61
2000 WSDOT AMENDMENTS
AM -57
2
3
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
57
58
59
60
61
Each duct shall be located to place the tendon at the center of gravity alignment
shown in the Plans. To keep friction losses to a minimum, the Contractor shall install
ducts to the exact lines and grades shown in the Plans. Once in place, the ducts shall
be tied firmly in position before they are covered with concrete. During concrete
placement, the Contractor shall not displace or damage the ducts.
The ends of the ducts shall:
1. Permit free movement of anchorage devices, and
2. Remain covered after installation in the forms to keep out all water or debris.
The Contractor shall install vents at high points and drains at low points of the tendon
profile (and at other places if the Plans require). Vents and drains shall be 'h inch
minimum diameter standard steel or polyethylene pipe. Vents shall point upward and
remain closed until grouting begins. Drains shall point downward and remain open
until grouting begins. Ends of steel vents and drains shall be removed 1 inch inside
the concrete surface after grouting has been completed; polyethylene vents and
drains may be left flush to the surface unless otherwise directed by the Engineer.
Conduit vents are not required for transverse post- tensioning ducts in the roadway
slab unless specified in the Plans.
Immediately after any concrete placement, the Contractor shall force blasts of oil -
free, compressed air through the ducts to break up and remove any mortar inside
before it hardens. Before deck concrete is placed, the Contractor shall satisfy the
Engineer that ducts are unobstructed and contain nothing that could interfere with
tendon installation, tensioning, or grouting. If the tendons are in place, the Contractor
shall show that they are free in the duct.
In temperatures below 32 F, ducts shall be kept free from water to avoid damage
from freezing. 3
Strand tendon duct shall have an inside cross - sectional area large enough to
accomplish strand installation and grouting. The area of the duct shall be at least 2.5
times the net area of prestressing steel in the duct. The maximum duct diameter
shall be 4 -1/2 inches.
The inside diameter of bar tendon duct shall at least be 1/4 inch larger than the bar
diameter. At coupler locations the duct diameter shall at least be 114 inch larger than
the coupler diameter.
Ducts installed and cast into concrete prior to prestressing steel installation, shall be
capable of withstanding at least 10 feet of concrete fluid pressure.
Ducts shall have adequate longitudinal bending stiffness for smooth, wobble free
placement. A minimum of three successful duct qualification tests are required for
each diameter and type of duct, as follows:
1. Ducts with diameters 2 inches and smaller shall not deflect more than 3
inches under its own weight, when a 10 foot. duct segment is supported at
its ends.
2. Ducts larger than 2 inches in diameter shall not deflect more than 3 inches
under its own weight, when a 20 foot duct segment is supported at its ends.
3. Duct shall not dent more than 1/8 inch under a concentrated load of 100
pounds applied between corrugations by a #4 steel reinforcing bar.
When the duct must be bent in a tight radius, more flexible duct may be used, subject
to the Engineer's approval.
2000 WSDOT AMENDMENTS
AM -58
E'
1
2
Ducts for External Exposed Installation
Duct shall be high - density polyethylene (HDPE) conforming to ASTM D 3350,
including the property values specified in Table X1 for pipe materials PE 3406 and PE
3408.
Duct for external tendons, including their splices, shall be water tight, seamless or
welded, and be capable of resisting at least 150 -psi grout pressure.
Transition couplers between ducts shall conform to either the standard pressure
ratings of ASTM D 3505 or the hydrostatic design stresses of ASTM F 714 at 73F.
The inside diameter through the coupled length shall not be less than that produced
by the dimensional tolerances specified in ASTM D 3505.
Workers performing HDPE pipe welding shall have satisfactorily completed a certified
HDPE pipe welding course and shall have a minimum of five years experience in
welding HDPE pipe.
The Contractor shall submit the name and HDPE pipe welding work experience of
each HDPE pipe welder proposed to perform this work in the project. The experience
submittal for each HDPE pipe welder shall include:
The Engineer may require the HDPE pipe welder to demonstrate test HDPE pipe
welding before receiving final approval.
The name of the pipe welder.
2. The name, date, and location of the certified HDPE pipe welding course,
with the course completion certificate.
3. A list of at least three projects in the last five years where the pipe welder
performed HDPE pipe welding, including:
a. The project name and location, and date of construction.
b. The Governmental Agency /Owner.
c. The name, address, and phone number of the Governmental
Agency /Owner's representative.
The Contractor shall not begin HDPE pipe welding operations until receiving the
Engineer's approval of the work experience submittal for each HDPE pipe welder
performing HDPE pipe welding in the project.
Transitions
Transitions between ducts and wedge plates shall have adequate length to reduce
the angle change effect on the performance of strand -wedge connection, friction loss
at the anchorage, and fatigue strength of the post- tensioning reinforcement.
6- 02.3(26)F Prestressing Reinforcement
All prestressing reinforcement strand shall comply with Section 9- 07.10. They shall not be
coupled or spliced. Tendon locations shown in the Plans indicate final positions after
stressing (unless the Plans say otherwise). No tendon made of 7 wire strands shall
contain more than 37 strands of '/2 -inch diameter, or more than 27 strands of 0.6 -inch
diameter.
All prestressing reinforcement bar shall conform to Section 9- 07.11. They shall not be
coupled or spliced except as otherwise specified in the Plans or Special Provisions.
Prestressing reinforcement not conforming to either Section 9 -07.10 or 9 -07.11 will not be
allowed except as otherwise noted. Such reinforcement may be used provided it is
specifically allowed by the Plans or Special Provisions, it satisfies all material and
2000 WSDOT AMENDMENTS
AM -59
3
16
5
6
7
20
9
10
11
12
13
14
Ducts for External Exposed Installation
Duct shall be high - density polyethylene (HDPE) conforming to ASTM D 3350,
including the property values specified in Table X1 for pipe materials PE 3406 and PE
3408.
Duct for external tendons, including their splices, shall be water tight, seamless or
welded, and be capable of resisting at least 150 -psi grout pressure.
Transition couplers between ducts shall conform to either the standard pressure
ratings of ASTM D 3505 or the hydrostatic design stresses of ASTM F 714 at 73F.
The inside diameter through the coupled length shall not be less than that produced
by the dimensional tolerances specified in ASTM D 3505.
Workers performing HDPE pipe welding shall have satisfactorily completed a certified
HDPE pipe welding course and shall have a minimum of five years experience in
welding HDPE pipe.
The Contractor shall submit the name and HDPE pipe welding work experience of
each HDPE pipe welder proposed to perform this work in the project. The experience
submittal for each HDPE pipe welder shall include:
The Engineer may require the HDPE pipe welder to demonstrate test HDPE pipe
welding before receiving final approval.
The name of the pipe welder.
2. The name, date, and location of the certified HDPE pipe welding course,
with the course completion certificate.
3. A list of at least three projects in the last five years where the pipe welder
performed HDPE pipe welding, including:
a. The project name and location, and date of construction.
b. The Governmental Agency /Owner.
c. The name, address, and phone number of the Governmental
Agency /Owner's representative.
The Contractor shall not begin HDPE pipe welding operations until receiving the
Engineer's approval of the work experience submittal for each HDPE pipe welder
performing HDPE pipe welding in the project.
Transitions
Transitions between ducts and wedge plates shall have adequate length to reduce
the angle change effect on the performance of strand -wedge connection, friction loss
at the anchorage, and fatigue strength of the post- tensioning reinforcement.
6- 02.3(26)F Prestressing Reinforcement
All prestressing reinforcement strand shall comply with Section 9- 07.10. They shall not be
coupled or spliced. Tendon locations shown in the Plans indicate final positions after
stressing (unless the Plans say otherwise). No tendon made of 7 wire strands shall
contain more than 37 strands of '/2 -inch diameter, or more than 27 strands of 0.6 -inch
diameter.
All prestressing reinforcement bar shall conform to Section 9- 07.11. They shall not be
coupled or spliced except as otherwise specified in the Plans or Special Provisions.
Prestressing reinforcement not conforming to either Section 9 -07.10 or 9 -07.11 will not be
allowed except as otherwise noted. Such reinforcement may be used provided it is
specifically allowed by the Plans or Special Provisions, it satisfies all material and
2000 WSDOT AMENDMENTS
AM -59
15
16
17
18
19
20
21
22
23
24
25
Ducts for External Exposed Installation
Duct shall be high - density polyethylene (HDPE) conforming to ASTM D 3350,
including the property values specified in Table X1 for pipe materials PE 3406 and PE
3408.
Duct for external tendons, including their splices, shall be water tight, seamless or
welded, and be capable of resisting at least 150 -psi grout pressure.
Transition couplers between ducts shall conform to either the standard pressure
ratings of ASTM D 3505 or the hydrostatic design stresses of ASTM F 714 at 73F.
The inside diameter through the coupled length shall not be less than that produced
by the dimensional tolerances specified in ASTM D 3505.
Workers performing HDPE pipe welding shall have satisfactorily completed a certified
HDPE pipe welding course and shall have a minimum of five years experience in
welding HDPE pipe.
The Contractor shall submit the name and HDPE pipe welding work experience of
each HDPE pipe welder proposed to perform this work in the project. The experience
submittal for each HDPE pipe welder shall include:
The Engineer may require the HDPE pipe welder to demonstrate test HDPE pipe
welding before receiving final approval.
The name of the pipe welder.
2. The name, date, and location of the certified HDPE pipe welding course,
with the course completion certificate.
3. A list of at least three projects in the last five years where the pipe welder
performed HDPE pipe welding, including:
a. The project name and location, and date of construction.
b. The Governmental Agency /Owner.
c. The name, address, and phone number of the Governmental
Agency /Owner's representative.
The Contractor shall not begin HDPE pipe welding operations until receiving the
Engineer's approval of the work experience submittal for each HDPE pipe welder
performing HDPE pipe welding in the project.
Transitions
Transitions between ducts and wedge plates shall have adequate length to reduce
the angle change effect on the performance of strand -wedge connection, friction loss
at the anchorage, and fatigue strength of the post- tensioning reinforcement.
6- 02.3(26)F Prestressing Reinforcement
All prestressing reinforcement strand shall comply with Section 9- 07.10. They shall not be
coupled or spliced. Tendon locations shown in the Plans indicate final positions after
stressing (unless the Plans say otherwise). No tendon made of 7 wire strands shall
contain more than 37 strands of '/2 -inch diameter, or more than 27 strands of 0.6 -inch
diameter.
All prestressing reinforcement bar shall conform to Section 9- 07.11. They shall not be
coupled or spliced except as otherwise specified in the Plans or Special Provisions.
Prestressing reinforcement not conforming to either Section 9 -07.10 or 9 -07.11 will not be
allowed except as otherwise noted. Such reinforcement may be used provided it is
specifically allowed by the Plans or Special Provisions, it satisfies all material and
2000 WSDOT AMENDMENTS
AM -59
26
27
28
29
30
31
32
33
34
35
36
Ducts for External Exposed Installation
Duct shall be high - density polyethylene (HDPE) conforming to ASTM D 3350,
including the property values specified in Table X1 for pipe materials PE 3406 and PE
3408.
Duct for external tendons, including their splices, shall be water tight, seamless or
welded, and be capable of resisting at least 150 -psi grout pressure.
Transition couplers between ducts shall conform to either the standard pressure
ratings of ASTM D 3505 or the hydrostatic design stresses of ASTM F 714 at 73F.
The inside diameter through the coupled length shall not be less than that produced
by the dimensional tolerances specified in ASTM D 3505.
Workers performing HDPE pipe welding shall have satisfactorily completed a certified
HDPE pipe welding course and shall have a minimum of five years experience in
welding HDPE pipe.
The Contractor shall submit the name and HDPE pipe welding work experience of
each HDPE pipe welder proposed to perform this work in the project. The experience
submittal for each HDPE pipe welder shall include:
The Engineer may require the HDPE pipe welder to demonstrate test HDPE pipe
welding before receiving final approval.
The name of the pipe welder.
2. The name, date, and location of the certified HDPE pipe welding course,
with the course completion certificate.
3. A list of at least three projects in the last five years where the pipe welder
performed HDPE pipe welding, including:
a. The project name and location, and date of construction.
b. The Governmental Agency /Owner.
c. The name, address, and phone number of the Governmental
Agency /Owner's representative.
The Contractor shall not begin HDPE pipe welding operations until receiving the
Engineer's approval of the work experience submittal for each HDPE pipe welder
performing HDPE pipe welding in the project.
Transitions
Transitions between ducts and wedge plates shall have adequate length to reduce
the angle change effect on the performance of strand -wedge connection, friction loss
at the anchorage, and fatigue strength of the post- tensioning reinforcement.
6- 02.3(26)F Prestressing Reinforcement
All prestressing reinforcement strand shall comply with Section 9- 07.10. They shall not be
coupled or spliced. Tendon locations shown in the Plans indicate final positions after
stressing (unless the Plans say otherwise). No tendon made of 7 wire strands shall
contain more than 37 strands of '/2 -inch diameter, or more than 27 strands of 0.6 -inch
diameter.
All prestressing reinforcement bar shall conform to Section 9- 07.11. They shall not be
coupled or spliced except as otherwise specified in the Plans or Special Provisions.
Prestressing reinforcement not conforming to either Section 9 -07.10 or 9 -07.11 will not be
allowed except as otherwise noted. Such reinforcement may be used provided it is
specifically allowed by the Plans or Special Provisions, it satisfies all material and
2000 WSDOT AMENDMENTS
AM -59
37
38
39
40
41
42
43
Ducts for External Exposed Installation
Duct shall be high - density polyethylene (HDPE) conforming to ASTM D 3350,
including the property values specified in Table X1 for pipe materials PE 3406 and PE
3408.
Duct for external tendons, including their splices, shall be water tight, seamless or
welded, and be capable of resisting at least 150 -psi grout pressure.
Transition couplers between ducts shall conform to either the standard pressure
ratings of ASTM D 3505 or the hydrostatic design stresses of ASTM F 714 at 73F.
The inside diameter through the coupled length shall not be less than that produced
by the dimensional tolerances specified in ASTM D 3505.
Workers performing HDPE pipe welding shall have satisfactorily completed a certified
HDPE pipe welding course and shall have a minimum of five years experience in
welding HDPE pipe.
The Contractor shall submit the name and HDPE pipe welding work experience of
each HDPE pipe welder proposed to perform this work in the project. The experience
submittal for each HDPE pipe welder shall include:
The Engineer may require the HDPE pipe welder to demonstrate test HDPE pipe
welding before receiving final approval.
The name of the pipe welder.
2. The name, date, and location of the certified HDPE pipe welding course,
with the course completion certificate.
3. A list of at least three projects in the last five years where the pipe welder
performed HDPE pipe welding, including:
a. The project name and location, and date of construction.
b. The Governmental Agency /Owner.
c. The name, address, and phone number of the Governmental
Agency /Owner's representative.
The Contractor shall not begin HDPE pipe welding operations until receiving the
Engineer's approval of the work experience submittal for each HDPE pipe welder
performing HDPE pipe welding in the project.
Transitions
Transitions between ducts and wedge plates shall have adequate length to reduce
the angle change effect on the performance of strand -wedge connection, friction loss
at the anchorage, and fatigue strength of the post- tensioning reinforcement.
6- 02.3(26)F Prestressing Reinforcement
All prestressing reinforcement strand shall comply with Section 9- 07.10. They shall not be
coupled or spliced. Tendon locations shown in the Plans indicate final positions after
stressing (unless the Plans say otherwise). No tendon made of 7 wire strands shall
contain more than 37 strands of '/2 -inch diameter, or more than 27 strands of 0.6 -inch
diameter.
All prestressing reinforcement bar shall conform to Section 9- 07.11. They shall not be
coupled or spliced except as otherwise specified in the Plans or Special Provisions.
Prestressing reinforcement not conforming to either Section 9 -07.10 or 9 -07.11 will not be
allowed except as otherwise noted. Such reinforcement may be used provided it is
specifically allowed by the Plans or Special Provisions, it satisfies all material and
2000 WSDOT AMENDMENTS
AM -59
44
45
46
47
Ducts for External Exposed Installation
Duct shall be high - density polyethylene (HDPE) conforming to ASTM D 3350,
including the property values specified in Table X1 for pipe materials PE 3406 and PE
3408.
Duct for external tendons, including their splices, shall be water tight, seamless or
welded, and be capable of resisting at least 150 -psi grout pressure.
Transition couplers between ducts shall conform to either the standard pressure
ratings of ASTM D 3505 or the hydrostatic design stresses of ASTM F 714 at 73F.
The inside diameter through the coupled length shall not be less than that produced
by the dimensional tolerances specified in ASTM D 3505.
Workers performing HDPE pipe welding shall have satisfactorily completed a certified
HDPE pipe welding course and shall have a minimum of five years experience in
welding HDPE pipe.
The Contractor shall submit the name and HDPE pipe welding work experience of
each HDPE pipe welder proposed to perform this work in the project. The experience
submittal for each HDPE pipe welder shall include:
The Engineer may require the HDPE pipe welder to demonstrate test HDPE pipe
welding before receiving final approval.
The name of the pipe welder.
2. The name, date, and location of the certified HDPE pipe welding course,
with the course completion certificate.
3. A list of at least three projects in the last five years where the pipe welder
performed HDPE pipe welding, including:
a. The project name and location, and date of construction.
b. The Governmental Agency /Owner.
c. The name, address, and phone number of the Governmental
Agency /Owner's representative.
The Contractor shall not begin HDPE pipe welding operations until receiving the
Engineer's approval of the work experience submittal for each HDPE pipe welder
performing HDPE pipe welding in the project.
Transitions
Transitions between ducts and wedge plates shall have adequate length to reduce
the angle change effect on the performance of strand -wedge connection, friction loss
at the anchorage, and fatigue strength of the post- tensioning reinforcement.
6- 02.3(26)F Prestressing Reinforcement
All prestressing reinforcement strand shall comply with Section 9- 07.10. They shall not be
coupled or spliced. Tendon locations shown in the Plans indicate final positions after
stressing (unless the Plans say otherwise). No tendon made of 7 wire strands shall
contain more than 37 strands of '/2 -inch diameter, or more than 27 strands of 0.6 -inch
diameter.
All prestressing reinforcement bar shall conform to Section 9- 07.11. They shall not be
coupled or spliced except as otherwise specified in the Plans or Special Provisions.
Prestressing reinforcement not conforming to either Section 9 -07.10 or 9 -07.11 will not be
allowed except as otherwise noted. Such reinforcement may be used provided it is
specifically allowed by the Plans or Special Provisions, it satisfies all material and
2000 WSDOT AMENDMENTS
AM -59
48
49
50
51
52
53
54
Ducts for External Exposed Installation
Duct shall be high - density polyethylene (HDPE) conforming to ASTM D 3350,
including the property values specified in Table X1 for pipe materials PE 3406 and PE
3408.
Duct for external tendons, including their splices, shall be water tight, seamless or
welded, and be capable of resisting at least 150 -psi grout pressure.
Transition couplers between ducts shall conform to either the standard pressure
ratings of ASTM D 3505 or the hydrostatic design stresses of ASTM F 714 at 73F.
The inside diameter through the coupled length shall not be less than that produced
by the dimensional tolerances specified in ASTM D 3505.
Workers performing HDPE pipe welding shall have satisfactorily completed a certified
HDPE pipe welding course and shall have a minimum of five years experience in
welding HDPE pipe.
The Contractor shall submit the name and HDPE pipe welding work experience of
each HDPE pipe welder proposed to perform this work in the project. The experience
submittal for each HDPE pipe welder shall include:
The Engineer may require the HDPE pipe welder to demonstrate test HDPE pipe
welding before receiving final approval.
The name of the pipe welder.
2. The name, date, and location of the certified HDPE pipe welding course,
with the course completion certificate.
3. A list of at least three projects in the last five years where the pipe welder
performed HDPE pipe welding, including:
a. The project name and location, and date of construction.
b. The Governmental Agency /Owner.
c. The name, address, and phone number of the Governmental
Agency /Owner's representative.
The Contractor shall not begin HDPE pipe welding operations until receiving the
Engineer's approval of the work experience submittal for each HDPE pipe welder
performing HDPE pipe welding in the project.
Transitions
Transitions between ducts and wedge plates shall have adequate length to reduce
the angle change effect on the performance of strand -wedge connection, friction loss
at the anchorage, and fatigue strength of the post- tensioning reinforcement.
6- 02.3(26)F Prestressing Reinforcement
All prestressing reinforcement strand shall comply with Section 9- 07.10. They shall not be
coupled or spliced. Tendon locations shown in the Plans indicate final positions after
stressing (unless the Plans say otherwise). No tendon made of 7 wire strands shall
contain more than 37 strands of '/2 -inch diameter, or more than 27 strands of 0.6 -inch
diameter.
All prestressing reinforcement bar shall conform to Section 9- 07.11. They shall not be
coupled or spliced except as otherwise specified in the Plans or Special Provisions.
Prestressing reinforcement not conforming to either Section 9 -07.10 or 9 -07.11 will not be
allowed except as otherwise noted. Such reinforcement may be used provided it is
specifically allowed by the Plans or Special Provisions, it satisfies all material and
2000 WSDOT AMENDMENTS
AM -59
55
56
57
58
Ducts for External Exposed Installation
Duct shall be high - density polyethylene (HDPE) conforming to ASTM D 3350,
including the property values specified in Table X1 for pipe materials PE 3406 and PE
3408.
Duct for external tendons, including their splices, shall be water tight, seamless or
welded, and be capable of resisting at least 150 -psi grout pressure.
Transition couplers between ducts shall conform to either the standard pressure
ratings of ASTM D 3505 or the hydrostatic design stresses of ASTM F 714 at 73F.
The inside diameter through the coupled length shall not be less than that produced
by the dimensional tolerances specified in ASTM D 3505.
Workers performing HDPE pipe welding shall have satisfactorily completed a certified
HDPE pipe welding course and shall have a minimum of five years experience in
welding HDPE pipe.
The Contractor shall submit the name and HDPE pipe welding work experience of
each HDPE pipe welder proposed to perform this work in the project. The experience
submittal for each HDPE pipe welder shall include:
The Engineer may require the HDPE pipe welder to demonstrate test HDPE pipe
welding before receiving final approval.
The name of the pipe welder.
2. The name, date, and location of the certified HDPE pipe welding course,
with the course completion certificate.
3. A list of at least three projects in the last five years where the pipe welder
performed HDPE pipe welding, including:
a. The project name and location, and date of construction.
b. The Governmental Agency /Owner.
c. The name, address, and phone number of the Governmental
Agency /Owner's representative.
The Contractor shall not begin HDPE pipe welding operations until receiving the
Engineer's approval of the work experience submittal for each HDPE pipe welder
performing HDPE pipe welding in the project.
Transitions
Transitions between ducts and wedge plates shall have adequate length to reduce
the angle change effect on the performance of strand -wedge connection, friction loss
at the anchorage, and fatigue strength of the post- tensioning reinforcement.
6- 02.3(26)F Prestressing Reinforcement
All prestressing reinforcement strand shall comply with Section 9- 07.10. They shall not be
coupled or spliced. Tendon locations shown in the Plans indicate final positions after
stressing (unless the Plans say otherwise). No tendon made of 7 wire strands shall
contain more than 37 strands of '/2 -inch diameter, or more than 27 strands of 0.6 -inch
diameter.
All prestressing reinforcement bar shall conform to Section 9- 07.11. They shall not be
coupled or spliced except as otherwise specified in the Plans or Special Provisions.
Prestressing reinforcement not conforming to either Section 9 -07.10 or 9 -07.11 will not be
allowed except as otherwise noted. Such reinforcement may be used provided it is
specifically allowed by the Plans or Special Provisions, it satisfies all material and
2000 WSDOT AMENDMENTS
AM -59
59
60
61
Ducts for External Exposed Installation
Duct shall be high - density polyethylene (HDPE) conforming to ASTM D 3350,
including the property values specified in Table X1 for pipe materials PE 3406 and PE
3408.
Duct for external tendons, including their splices, shall be water tight, seamless or
welded, and be capable of resisting at least 150 -psi grout pressure.
Transition couplers between ducts shall conform to either the standard pressure
ratings of ASTM D 3505 or the hydrostatic design stresses of ASTM F 714 at 73F.
The inside diameter through the coupled length shall not be less than that produced
by the dimensional tolerances specified in ASTM D 3505.
Workers performing HDPE pipe welding shall have satisfactorily completed a certified
HDPE pipe welding course and shall have a minimum of five years experience in
welding HDPE pipe.
The Contractor shall submit the name and HDPE pipe welding work experience of
each HDPE pipe welder proposed to perform this work in the project. The experience
submittal for each HDPE pipe welder shall include:
The Engineer may require the HDPE pipe welder to demonstrate test HDPE pipe
welding before receiving final approval.
The name of the pipe welder.
2. The name, date, and location of the certified HDPE pipe welding course,
with the course completion certificate.
3. A list of at least three projects in the last five years where the pipe welder
performed HDPE pipe welding, including:
a. The project name and location, and date of construction.
b. The Governmental Agency /Owner.
c. The name, address, and phone number of the Governmental
Agency /Owner's representative.
The Contractor shall not begin HDPE pipe welding operations until receiving the
Engineer's approval of the work experience submittal for each HDPE pipe welder
performing HDPE pipe welding in the project.
Transitions
Transitions between ducts and wedge plates shall have adequate length to reduce
the angle change effect on the performance of strand -wedge connection, friction loss
at the anchorage, and fatigue strength of the post- tensioning reinforcement.
6- 02.3(26)F Prestressing Reinforcement
All prestressing reinforcement strand shall comply with Section 9- 07.10. They shall not be
coupled or spliced. Tendon locations shown in the Plans indicate final positions after
stressing (unless the Plans say otherwise). No tendon made of 7 wire strands shall
contain more than 37 strands of '/2 -inch diameter, or more than 27 strands of 0.6 -inch
diameter.
All prestressing reinforcement bar shall conform to Section 9- 07.11. They shall not be
coupled or spliced except as otherwise specified in the Plans or Special Provisions.
Prestressing reinforcement not conforming to either Section 9 -07.10 or 9 -07.11 will not be
allowed except as otherwise noted. Such reinforcement may be used provided it is
specifically allowed by the Plans or Special Provisions, it satisfies all material and
2000 WSDOT AMENDMENTS
AM -59
2
3
4
6
7
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
57
58
59
60
61
performance criteria specified in the Plans or Special Provisions, and receives the
Engineer's approval.
From the time prestressing reinforcement is manufactured until it is grouted or encased in
concrete, the Contractor shall protect it from dirt, grease, rust, corrosives, and all physical
damage. The Engineer will reject prestressing reinforcement that shows any sign of
damage, rust, or corrosion. If the prestressing reinforcement will not be stressed and
grouted for more that ten calendar days after it is placed in the ducts, the Contractor shall
place an approved corrosion inhibitor in the ducts. 13
The feeding ends of the strand tendons shall be equipped with a bullet nosing or similar
apparatus to facilitate strand tendon installation.
Strand tendons may be installed by pulling or pushing. Any equipment capable to
performing the task may be used, provided it does not damage the strands and conforms
to the following:
1. Pulling lines shall have a capacity of at least 2.5 times the dead weight of the
tendons when used for essentially horizontal tendon installation.
2. Metal pushing wheels shall not be used.
3. Bullets for checking duct clearance prior to concreting shall be rigid and be 1/8
inch smaller than the inside diameter of the duct. Bullets for checking duct after
concreting shall be less than 1/4 inch smaller than the inside diameter of the
duct.
6- 02.3(26)G Tensioning
Equipment for tensioning
requirements:
post- tensioning reinforcement shall meet the following
1. Stressing equipment shall be capable to produce a jacking force of at least 80
percent MUTS of the .post- tensioning reinforcement.
2. Jacking force test capacity shall be at least 95 percent MUTS of the post -
tensioning reinforcement.
3. Wedge seating methods shall assure uniform seating of wedge segments and
uniform wedge seating losses on all strand tendons.
4. Accumulation of differential seating losses during tensioning cycling shall be
prevented by proper devices.
F!
5. Jacks used for stressing tendons less than 20 feet long shall have wedge power
seating capability. 3
The Contractor shall not begin to tension the tendons until:
1. All concrete has reached a compressive strength of at least 4,000 psi or the
strength specified in the Plans (demonstrated on test cylinders made of the same
concrete cured under the same conditions as that in the bridge), and
2. The Engineer is satisfied that all strands are free in the ducts.
Tendons shall be tensioned to the values shown in the Plans (or approved shop drawings)
with hydraulic jacks. When stressing from both ends of a tendon is specified, it need not
be simultaneous unless otherwise specified in the Plans. The jacking sequence shall
follow the approved shop drawings.
Each jack shall have a pressure gauge that will determine the load applied to the tendon.
The gauge shall display pressure accurately and readably with a dial at least 6 inches in
2000 WSDOT AMENDMENTS
AM -60
1 diameter or with a digital display. Each jack and its gauge shall be calibrated as a unit and
2 shall be accompanied by a certified calibration chart. The Contractor shall provide one
3 copy of this chart to the Engineer for use in monitoring. The cylinder extension during
4 calibration shall be in approximately the position it will occupy at final jacking force.
5
6 All jacks and gauges must be recalibrated and recertified: (1) at least every 180 days, and
7 (2) after any repair or adjustment. The Engineer may use pressure cells to check jacks,
8 gauges, and calibration charts before and during tensioning.
9
10 These stress limits apply to all tendons (unless the Plans set other limits):
11
12 1. Maximum service load after all losses: 80 percent of the specified yield point
13 stress of the steel.
14
15 2. Maximum tensile stress during jacking: 80 percent MUTS of the tendon.
16
17 3. Maximum initial stress at anchorage after seating: 70 percent MUTS of the
18 tendon.
19
20 Tendons shall be anchored at initial stresses that will ultimately maintain service loads at
21 least as great as the Plans require.
22
23 As stated in Section 6- 02.3(26)A, the assumed design friction coefficient "µ" and wobble
24 coefficient "k" shown in the Plans shall be used to calculate the stressing elongation.
25 These coefficients may be revised by the post- tensioning supplier by the following method
26 provided it is approved by the Engineer:
27
28 Early in the project, the post- tensioning supplier shall test, in place, two
29 representative tendons of each size and type shown in the Plans, for the purpose of
30 accurately determining the friction loss in a strand and /or bar tendon.
31
32 The test procedure shall consist of stressing the tendon at an anchor assembly with
33 load cells at the dead end and jacking end. The test specimen shall be tensioned to
34 80 percent of ultimate in ten increments. For each increment, the gauge pressure,
35 elongation, and load cell force shall be recorded and the data furnished to the
36 Engineer. The theoretical elongations and post- tensioning forces shown on the post -
37 tensioning shop drawings shall be re- evaluated by the post- tensioning supplier using
38 the results of the tests and corrected as necessary. Revisions to the theoretical
39 elongations shall be submitted to the Engineer for evaluation and approval. The
40 apparatus and methods used to perform the tests shall be proposed by the post -
41 tensioning supplier and be subject to the approval of the Engineer.
42
43 All costs associated with testing and evaluating test data shall be included in the unit
44 contract prices for the applicable items of work involved.
45
46 As tensioning proceeds, the Engineer will be recording the applied load, tendon
47 elongation, and anchorage seating values.
48
49 Elongation measurements shall be made at each stressing location to verify that the
50 tendon force has been properly achieved. If proper anchor set has been achieved and the
51 measured elongation of each strand tendon is within plus or minus 7 percent of the
52 approved calculated elongation, the stressed tendon represented by the elongation
53 measurements is acceptable to the Contracting Agency.
54
55 In the event discrepancies greater than 7 percent exist between the measured and
56 calculated elongations, the jack calibration shall be checked and stressing records
57 reviewed for any evidence of wire or strand breakage. If the jack if properly calibrated and
58 there is no evidence of wire or strand breakage, a force verification lift off shall be
59 performed to verify the force in the tendon. The post- tensioning supplier force verification
60 lift off procedure shall provide access for visual verification of anchor plate lift off. The
61 jacking equipment shall be capable of bridging and lifting off the anchor plate. The tendon
2000 WSDOT AMENDMENTS
AM-61
I
is acceptable if the verification lift off force is not less than 99 percent of the approved
2
calculated force nor more than 70 percent of the specified minimum ultimate tensile
3
strength of the prestressing steel or as approved by the Engineer.
4
5
Elongation measurements shall be recorded for bar tendons to verify proper tensioning
6
only. Acceptance will be by force verification lift off. The bar tendon is acceptable if the
7
verification lift off force is not less than 95 percent nor more than 105 percent of the
8
approved calculated force or as approved by the Engineer.
9
10
When removing the jacks, the Contractor shall relieve stresses gradually before cutting
11
the prestressing reinforcement. The prestressing strands shall be cut a minimum of 1 inch
12
from the face of the anchorage device.
13
14
6- 02.3(26)H Grouting
15
After tensioning the tendons, the Contractor shall again blow oil -free, compressed air
16
through each duct. All drains shall then be closed and the vents opened. Grout caps shall
17
be installed at tendon ends prior to grouting. After completely filling the duct with grout,
18
the Contractor shall pump the grout from the low end at a pressure of not more than 250
19
psig, except for transverse tendons in deck slabs the grout pressure shall not exceed 100
20
psig. Grout shall be continuously wasted through each vent until no more air or water
21
pockets show. At this point, all vents shall be closed and grouting pressure at the injector
22
held between 100 and 200 psig for at least 10 seconds, except for transverse tendons in
23
deck slabs the grouting pressure shall be held between 50 and 75 psig for at least 10
24
seconds. The Contractor shall leave all plugs, caps, and valves in place and closed for at
25
least 24 hours after grouting.
26
27
Grouting equipment shall:
28
29
1. Include a pressure gauge with an upper end readout of between 275 and 325
30
psig;
31
32
2. Screen the grout before it enters the pump with an easily reached screen that
33
has clear openings of no more than 0.125 inches;
34
3 Be gravity fed from an attached, overhead hopper kept partly full during
35
pumping; an
37
38
4. Be able to complete the largest tendon on the project in no more than 20 minutes
39
of continuous grouting.
40
41
In addition, the Contractor shall have standby equipment (with a separate power source)
42
available for flushing the grout when the regular equipment cannot maintain a one -way
43
flow of grout. This standby equipment shall be able to pump at 250 psig.
44
45
The grout shall consist of Portland cement, water, and a water reducing admixture and
46
shall be mixed in the following proportions:
47
48
Portland Cement Type I or II 1 Sack
49
Water 4.5 Gallons Maximum
50
Water Reducing Admixture Manufacturer's Recommendation
51
Fly Ash (Optional) 20 Pounds Maximum
52
53
The water reducing admixture shall be limited to AASHTO M 194 Type A or D and shall
54
not contain ingredients that may corrode steel (that is chlorides, fluorides, sulfates, or
55
nitrates). Fly ash may be used at the option of the Contractor.
56
57
The Contractor shall proportion the mix to produce a grout with a flow of 15 to 20 seconds
58
as determined by ASTM C 939, Flow of Grout for Preplaced Aggregate Concrete (Flow
59
Cone Method). The grout ejected from the end vent shall have a minimum flow of 15
60
seconds.
61
2000 WSDOT AMENDMENTS
AM-62
1
The grout mix shall be injected within 30 minutes after the water is added to the cement.
2
Temperature of the surrounding concrete shall be at least 35 F from the time the grout
3
injecting begins until 2 -inch cubes of the grout have a compressive strength of 800 psi.
4
Cubes shall be made in accordance with AASHTO Test Method T -106 and stored in
5
accordance with WSDOT FOP for AASHTO T 23. If ambient conditions are such that the
6
surrounding concrete temperature may fall below 35 F, the Contractor shall provide a heat
7
source and protective covering for the structure to keep the temperature of the
8
surrounding concrete above 35 F. Grout temperature shall not exceed 90 F during mixing
9
and pumping. If conditions are such that the temperature of the grout mix may exceed 90
10
F, the Contractor will make necessary provisions, such as cooling the mix water and /or dry
11
12
ingredients, to ensure that the temperature of the grout mix does not exceed 90 F.
13
6- 02.3(27) Concrete for Precast Units
14
This section is revised to read as follows:
15
16
Precast units shall not be removed from forms until the concrete has attained a minimum
17
compressive strength of 70 percent of the specified design strength as verified by rebound
18
number determined in accordance with WSDOT FOP for ASTM C 805.
19
The fifth paragraph is revised to read as follows:
20
Precast units shall not be shipped until the concrete has reached the specified design
21
strength as determined by testing cylinders made from the same concrete as the precast
22
units. The cylinders shall be made, handled, and stored in accordance with WSDOT FOP
23
for AASHTO T 23 and compression tested in accordance with WSDOT FOP for AASHTO
24
Test Method T 22 and WSDOT FOP for AASHTO Test Method T 231.
25
26
6- 02.3(28)D Contractors Control Strength
27
In the first paragraph the second sentence is revised to read as follows:
28
29
The cylinders shall be made, handled, and stored in accordance with WSDOT FOP for
30
AASHTO T 23 and compression tested in accordance with WSDOT FOP for AASHTO
31
Test Method T 22 and WSDOT FOP for AASHTO Test Method T 231.
32
33
In the fourth paragraph the first sentence is revised to read as follows:
34
35
Test cylinders may be cured in a moist room or water tank in accordance with WSDOT
36
FOP for AASHTO T -23 after the unit concrete has obtained the required release strength.
37
38
SECTION 6 -03, STEEL STRUCTURES
39
August 6, 2001
40
6- 03.3(1) Notice of Rolling
41
This section including heading is revised to read as follows:
42
43
6- 03.3(1) Vacant
44
45
6 - 03.3(7) Shop Plans
46
The sixth paragraph is revised to read as follows:
47
48
Before physical completion of the project, the Contractor shall furnish the Project Engineer
49
one set of reproducible copies of the as -built shop plans. (One more set is required for
50
each affected railroad company on any grade separation structure that carries a railroad
51
over a highway.) The reproducible copies shall be clear, suitable for microfilming, and on
52
permanent sheets that measure no smaller than 11 by 17 inches. Alternatively, the shop
53
drawings may be provided in an electronic format with the approval of the Bridge and
54
Structures Engineer.
55
56
6- 03.3(14) Edge Finishing
57
The fifth paragraph is revised to read as follows:
58
59
The Rockwell hardness of thermal -cut edges of structural low alloy or high- strength steel
60
flanges, as specified in Section 9 -06.2 and 9 -06.3, for main load- carrying tension
2000 WSDOT AMENDMENTS
AM-63
1
members or tension components of flexural members shall not exceed RHC 30. The
2
fabricator shall prevent excessive hardening of flange edges through preheating,
3
postheating, or control of the burning process as recommended by the steel manufacturer
4
and approved by the Engineer.
5
6
Hardness testing shall consist of testing thermal -cut edges with an approved portable
7
hardness tester. The hardness tester, and it's operating test procedures, shall be
8
submitted to the Engineer for approval prior to use. The hardness tester shall be
9
convertible to Rockwell C scale values.
10
11
At two locations, two tests shall be performed on each thermal -cut edge, one each within
12
1/4" of the top and bottom surfaces. The tests shall be located 1/4 the length of each
13
thermal -cut edge from each end of the cut. If one or more readings are greater than RHC
14
30, the entire length of the edge shall be ground or machined to a depth sufficient to
15
provide acceptable readings upon further retests. If thermal- cutting operations conform to
16
procedures approved by the Engineer, and hardness testing results are consistently within
17
acceptable limits, the Engineer may approve a reduction in the testing frequency.
18
19
6- 03.3(25)A Welding Inspection
20
In the last paragraph, the address for the D.O.T. Materials Engineer is revised to read as
21
follows:
22
23
Materials Engineer, Department of Transportation, PO Box 47365, Olympia, WA 98504-
24
7365.
25
26
SECTION 6 -07, PAINTING
27
June 26, 2000
28
6- 07.3(1) Painting New Steel Structures
29
In the fourth paragraph the reference to "1982 Edition" is revised to "current edition ".
30
31
SECTION 6 -10, CONCRETE BARRIER
32
June 26, 2000
33
6 -10.1 Description
34
This section is supplemented with the following:
35
36
This work may also include the removal, storage and resetting of permanent barrier at the
37
locations shown in the Plans or as approved by the Engineer.
38
39
6 -10.2 Materials
40
The third paragraph is deleted.
41
42
The fourth and fifth paragraphs are revised to read as follows:
43
44
Connecting pins shall conform to Section 9- 06.5(4) and be galvanized in accordance with
45
AASHTO M 232, except that testing for embrittlement after galvanizing is not required. All
46
other hardware shall conform to Section 9- 06.5(1) and be galvanized in accordance with
47
AASHTO M 232.
48
49
Grout for permanent installations of precast single slope barrier shall be in accordance
50
with Section 6- 02.3(20).
51
52
6- 10.3(1) Precast Concrete Barrier
53
This section is revised to read as follows:
54
55
The fabrication plant for precast concrete barriers shall be approved by Contracting
56
Agency prior to the use of barrier and the plant shall perform quality control testing and
57
inspection on all barrier used by the Contracting Agency. The Contractor shall advise the
58
Engineer of the production schedule for the fabrication of barrier.
59
2000 WSDOT AMENDMENTS
AM-64
1
2000 WSDOT AMENDMENTS
I AM-65
1
Test results from the fabricator's QC testing shall demonstrate compliance with Sections
2
6- 02.3(4)C Consistency, 6- 02.3(4)D Temperature and Time of Placement, 6- 02.3(2)A Air
3
Content, and Compressive Strength. All tests will be conducted per Section 6- 02.3(5)D.
4
5
The fabricator's QC tester conducting the sampling and testing shall be qualified by ACI,
6
Grade I to perform this work. The equipment used shall be calibrated /certified annually.
7
8
All test results and certifications shall be kept at the fabricator's facility for review by the
9
Contracting Agency.
10
11
12
The Contracting Agency intends to perform Quality Assurance Inspection. This inspection
is for the qualification of the plant QC process. This inspection shall not relieve the
13
Contractor of any responsibility for identifying and replacing defective material and
14
workmanship.
15
16
The concrete in precast barrier shall be Class 4000 and comply with the provisions of
17
Section 6 -02.3. No concrete barrier shall be shipped until test cylinders made of the same
18
concrete and cured under the same conditions show the concrete has reached 4000 psi.
19
20
The Contractor may use Type III Portland cement, but shall bear any added cost.
21
22
Precast barrier shall be cast in steel forms. After release, the barrier shall be finished to
23
an even, smooth, dense surface, free from any rock pockets or holes larger than 1/4 inch
24
across. Trowelling shall remove all projecting concrete from the bearing surface.
25
26
Precast concrete barrier shall be cured in accordance with Section 6- 02.3(25)D except
27
that the barrier shall be cured in the forms until a rebound number test, or test cylinders
28
which have been cured under the same conditions as the barrier, indicate the concrete
29
has reached a compressive strength of a least 2500 psi. No additional curing is required
30
once the barrier is removed from the forms.
31
32
The barrier shall be precast in sections as the Standard Plans require. All barrier in the
33
same project (except end sections and variable length units needed for closure) shall be
34
the same length. All barrier shall be new and unused. It shall be true to plan dimensions.
35
The manufacturer shall be responsible for any damage or distortion that results from
36
manufacturing.
37
38
Only one section less than 10 feet long may be used in any single run of precast barrier,
39
and it must be at least 8 feet long. It may be precast or cast -in- place. Hardware identical
40
to that used with other sections shall interlock such a section with adjacent precast
41
sections.
42
43
Barrier connection voids for permanent installations of precast single slope barrier shall be
44
filled with grout.
45
46
6- 10.3(3) Resetting Concrete Barrier
47
The section title is revised to read as follows:
48
49
6- 10.3(3) Removing and Resetting Permanent Concrete Barrier
50
51
6- 10.3(5) Temporary Concrete Barrier
52
This section is revised to read as follows:
53
54
For temporary concrete barrier, the Contractor may use new or used precast barrier. This
55
barrier shall comply with Standard Plan requirements and cross - sectional dimensions,
56
except that: (1) it may be made in other lengths than those shown in the Standard Plan,
57
and (2) it may have permanent lifting holes no larger than 4 inches in diameter or lifting
58
loops. The word "temporary" shall be visibly stamped or stencil painted on each barrier
59
segment.
60
1
2000 WSDOT AMENDMENTS
I AM-65
1
If the contract calls for the removal and resetting of permanent barrier, and the permanent
2
barrier is not required to remain in place until reset, the permanent barrier may be
3
substituted for temporary concrete barrier and will not be stamped or stenciled
4
"temporary". Any of the permanent barrier damaged during its use as temporary barrier
5
will become the property of the contractor and be replaced with permanent barrier at no
6
expense to the Contracting Agency when the permanent barrier is reset to its permanent
7
location.
8
9
All barrier shall be in good condition, without cracks, chips, spalls, dirt, or traffic
10
marks. If any barrier segment is damaged during or after placement, the Contractor, at no
11
expense to the Contracting Agency, shall immediately repair it to the Engineer's
12
satisfaction or replace it with an undamaged section.
13
14
As soon as the temporary barrier is no longer needed, the Contractor shall remove it from
15
the project. Contracting Agency furnished barrier shall remain Contracting Agency
16
property, and the Contractor shall deliver it to a stockpile site noted in the contract or to
17
locations as approved by the Engineer. Contractor furnished barrier shall remain the
18
property of the Contractor.
19
20
6 -10.4 Measurement
21
This section is supplemented with the following:
22
23
Removing and resetting existing permanent barrier will be measured by the foot and will
24
be measured one time only for removing, storage, and resetting. No measure will be
25
made for barrier that has been removed and reset for the convenience of the Contractor.
26
27
6 -10.5 Payment
28
This section is supplemented with the following:
29
30
"Removing and Resetting Existing Permanent Barrier", per foot.
31
32
SECTION 6 -11, PRECAST CONCRETE RETAINING WALL STEMS
33
June 26, 2000
34
6 -11.2 Materials
35
In the second paragraph the reference to "Class 4000LS" is revised to "Class 4000 ".
36
37
SECTION 7 -01, DRAINS
38
August 6, 2001
39
7 -01.3 Construction Requirements
40
The fourth paragraph is deleted.
41
42
SECTION 7 -08, GENERAL PIPE INSTALLATION REQUIREMENTS
43
February 5, 2001
44 7- 08.3(2)D Pipe Laying - Steel or Aluminum
45 The second paragraph is revised to read as follows:
46 3
47 Aluminum pipe or pipe arch used in concrete shall be painted with two coats of paint. The
48 aluminum pipe to be painted shall be cleaned -with solvent to remove contaminants. After
49 cleaning, the pipe shall be painted with two coats of paint conforming to Federal
50 Specification TT -P -645 (primer, paint, zinc chromate, alkyd vehicle). Aluminized steel
51 pipe will not require painting when placed in Controlled Density Fill (CDF) or when in
52 contact concrete head walls.
53
54 SECTION 8 -01, EROSION CONTROL
55 August 6, 2001
56 Section 8 -01 Erosion Control including title is deleted in its entirety and replaced with
57 the following:
2000 WSDOT AMENDMENTS
AM-66
1
2
8 -01 EROSION CONTROL AND WATER POLLUTION CONTROL
3
4
8 -01.1 Description
5
This work shall consist of furnishing, installing, maintaining, and removing and disposing
6
of water pollution and erosion control items in accordance with these Specifications and
7
as shown in the Plans or as designated by the Engineer.
8
9
8 -01.2 Materials
10
Materials shall meet the requirements of the following sections:
1
11
12
Seed 9 -14.2
13
Fertilizer 9 -14.3
14
Lime 9- 14.3(1)
15
Mulch and Amendments 9 -14.4
16
Tackifier 9- 14.4(7)
17
Erosion Control Blanket 9 -14.5
18
Construction Geotextile 9 -33
19
Quarry Spalls 9 -13
20
21
8 -01.3 Construction Requirements
22
23
8- 01.3(1) General
24
_
Controlling pollution, erosion, run-off, and related damage may require the Contractor to
25
perform temporary work items including but not limited to:
26
27
1. Providing ditches, berms, culverts, and other measures to control surface water;
28
29
2. Building dams, settling basins, energy dissipaters, and other measures, to
30
control downstream flows;
31
32
3. Controlling underground water found during construction; or
33
34
4. Covering or otherwise protecting slopes until permanent erosion - control
35
measures are working.
36
37
To the degree possible, the Contractor shall coordinate this temporary work with
38
permanent drainage and erosion control work the contract requires.
39
40
The Engineer may require additional temporary control measures if it appears pollution or
41
erosion may result from weather, the nature of the materials, or progress on the work.
42
43
If natural elements rut or erode the slope, the Contractor shall restore and repair the
44
damage, with the eroded material where possible, and clean up any remaining material in
45
ditches and culverts. If the Engineer orders replacement with additional or other
46
materials, unit contract prices will cover the quantities needed.
47
48
If the Engineer anticipates water pollution or erosion, the Contractor shall schedule the
49
work so that grading and erosion control immediately follows clearing and grubbing. The
50
Engineer may also require erosion control work to be done with or immediately after
51
grading.
52
53
Clearing, grubbing, excavation, borrow, or fill within the right of way shall never expose
54
more erodible earth than as listed below, without written approval by the Engineer:
55
56
AREA DATE LOCATION
57
58
17 Acre April 1- October 31 East of the Summit of the Cascade
59
Range
60
61
May 1 - September 30 West of the Summit of the Cascade
2000 WSDOT AMENDMENTS
AM-67
2
3
4
6
7
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
57
58
59
60
61
Range
5 Acre November 1 - March 31 East of the Summit of the Cascade
Range
October 1 - April 30 West of the Summit of the Cascade
Range
The Engineer may increase or decrease the limits in light of project conditions.
Erodible earth is defined as any surface where soils, grindings, or other materials are
capable of being displaced and transported by rain, wind or surface water runoff.
In western Washington, erodilble soil not being worked, whether at final grade or not, shall
be covered within the following limitations, using an approved soil covering practice,
unless authorized otherwise by the Engineer:
October 1 through April 30 2 days maximum
May 1 to September 30 7 days maximum
If the Engineer, under Section 1 -08.6, orders the work suspended for an extended time,
the Contractor shall, before the Contracting Agency assumes maintenance responsibility,
make every effort to control erosion, pollution, and run -off during shutdown. Section 1-
08.7 describes the Contracting Agency's responsibility in such cases.
Nothing in this section shall relieve the Contractor from complying with other contract
requirements.
8- 01.3(1)A Submittals
At the preconstruction conference, the Contractor shall submit a preliminary plan for
temporary erosion and sediment control (TESC).
Before any work begins, the Contractor shall obtain the Engineer's approval on a plan for
TESC. When a TESC plan is included in the Plans, the Contractor may adopt or modify
the plan. The plan shall show the schedule for all erosion control work, whether required
by the contract or proposed by the Contractor. The plan shall cover all areas the
Contractor's work may affect inside and outside the limits of the project (including all
Contracting Agency - provided sources, disposal sites, and haul roads, and all nearby land,
streams, and other bodies of water). Before this plan has been approved, the Contractor
shall do no clearing, grubbing or earthwork unless the Engineer approves in writing. The
Contractor shall revise and update the plan whenever the Engineer so requests in writing.
The Contractor shall allow at least five working days for the Engineer's review of any
original or revised plan. Failure to approve all or part of any such plan shall not make the
Contracting Agency liable to the Contractor for any work delays.
8- 01.3(1)B Erosion and Sediment Control (ESC) Lead
The Contractor shall identify the ESC lead at the preconstruction conference. The ESC
Lead shall have, for the life of the contract, a current Certificate of Training in Construction
Site Erosion and Sedimentation Control from a course approved by WSDOT's Statewide
Erosion Control Coordinator.
The ESC Lead shall implement the Temporary Erosion and Sedimentation Control (TESC)
plan. Implementation shall include, but is not limited to:
1. Installing, maintaining, inspecting and repairing all temporary erosion and
sediment control Best Management Practices (BMPs) included in the TESC plan
to assure continued performance of their intended function. All on -site erosion
and sediment control measures shall be inspected at least once every once
every five working days, each working day during a runoff producing rain event,
2000 WSDOT AMENDMENTS
AM-68
P,
1
and within 24 hours after a runoff producing rain event. Damaged or inadequate
2
TESC measures shall be corrected within 24 hours of the inspection. A TESC
3
Inspection Report shall be prepared for each inspection and shall be included in
4
the TESC file. A copy of each report shall be provided to the Engineer. The
5
inspection report shall include, but not be limited to:
6
7
a. When, where and how BMPs were installed, removed, and modified;
8
b. Repairs needed and repairs made;
9
c. Observations of BMP effectiveness and proper placement;
10
d. Recommendations for improving performance of BMPs.
11
12
2. Preparing and maintaining a TESC file on site that includes, but is not limited to:
13
14
a. TESC Inspection Reports.
15
b. Stormwater site plan.
16
c. Temporary Erosion and Sediment Control (TESC) Plan.
17
d. National Pollutant Discharge Elimination System construction permit
18
(Notice of Intent).
19
e. Other applicable permits.
20
21
Upon request, the file shall be provided to the Engineer for review.
22
23
8- 01.3(1)C Ground Water
24
When ground water is encountered in an excavation, it shall be controlled, treated, and
25
discharged as follows:
26
27
1. If the ground water meets State Water Quality standards, it may bypass
28
detention and treatment facilities and be routed directly to its normal discharge
29
point at a rate that will not cause erosion.
30
31
2. If the turbidity of the ground water is similar to the turbidity of the site runoff, the
32
ground water may be treated using the same detention and treatment facilities
33
being used to treat the site runoff and then discharged at a rate that will not
34
cause erosion.
35
36
3. If the turbidity is worse than the turbidity of the site runoff, the ground water shall
37
be treated separately until the turbidity is similar to or better than the site runoff
38
before the two may be combined and treated using the same detention and
39
treatment facilities being used to treat the site runoff and then discharged at a
40
rate that will not cause erosion.
41
42
8- 01.3(1)D Detention /Retention Pond Construction
43
When a detention or retention pond is required, whether it is temporary or permanent it
44
shall be fully functional before beginning other grading and excavation work.
45
46
8- 01.3(2) Erosion Control Seeding, Fertilizing, and Mulching
47
48
8- 01.3(2)A Preparation For Final Application
49
Areas to be cultivated are shown in the Plans or specified in the Special Provisions. The
50
areas shall be cultivated to the depths specified to provide a reasonably firm but friable
51
52
seedbed. Cultivation shall take place no sooner than two weeks prior to seeding.
53
In addition to the compaction that may be required elsewhere in the specifications, all
54
areas to be seeded, including excavation slopes shall be compacted and prepared unless
55
otherwise specified or ordered by the Engineer. Unless seed is covered with soil during
56
seed application, a cleated roller, crawler tractor, or similar equipment, approved by the
57
Engineer that forms longitudinal depressions at least 2 inches deep shall be used for
58
compaction and preparation of the surface to be seeded. The entire area shall be
59
uniformly covered with longitudinal depressions formed perpendicular to the natural flow of
60
water on the slope unless otherwise approved by the Engineer. The soil shall be
61
conditioned with sufficient water so the longitudinal depressions remain in the soil surface
2000 WSDOT AMENDMENTS
AM -69
2
3
4
6
7
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
54
55
56
57
58
59
60
61
until completion of the seeding. The area shall be compacted within three weeks prior to
seeding. Prior to seeding, the finished grade of the soil shall be 1 inch, or the specified
depth of mulch, below the top of all curbs, catch basins, junction and valve boxes, walks,
driveways, and other structures.
8- 01.3(2)6 Seeding and Fertilizing
Seed and fertilizer shall be placed at the rate, mix and analysis specified in the Special
Provisions or as designated by the Engineer.
The Contractor shall notify the Engineer not less than 24 hours in advance of any seeding
operation and shall not begin the work until areas prepared or designated for seeding
have been approved. Following the Engineer's approval, seeding of the approved slopes
shall begin immediately.
Seeding shall not be done during windy weather or when the ground is frozen, excessively
wet, or otherwise untillable. Seed and fertilizer may be sown by one of the following
methods:
An approved hydroseeder that utilizes water as the carrying agent, and maintains
continuous agitation through paddle blades. It shall have an operating capacity
sufficient to agitate, suspend, and mix into a homogeneous slurry the specified
amount of seed and water or other material. Distribution and discharge lines shall
be large enough to prevent stoppage and shall be equipped with a set of
hydraulic discharge spray nozzles that will provide a uniform distribution of the
slurry.
of
2. Approved blower equipment with an adjustable disseminating device capable
maintaining a constant, measured rate of material discharge that will ensure
even distribution of seed at the rates specified.
an
3. Helicopters properly equipped for aerial seeding.
4. Approved power -drawn drills or seeders.
5. Areas in which the above methods are impractical may be seeded by approved
hand methods.
When seeding by hand, the seed shall be incorporated into the top 1/4 inch of soil by
hand raking or other method that is approved by the Engineer.
The seed shall have a tracer added to visibly aid uniform application. This tracer shall not
be harmful to plant and animal life. If wood cellulose fiber is used as a tracer, the
application rate shall not exceed 250 pounds per acre.
Seed and fertilizer may be applied in one application provided that the fertilizer is placed in
the hydroseeder tank no more than one hour prior to application.
8- 01.3(2)C Liming
Agricultural lime shall be applied at the rates specified in the Special Provisions. The
method of application shall be in conformance with all air and water pollution regulations
and shall be approved by the Engineer.
8- 01.3(2)D Mulching
Mulch of the type specified in the Special Provisions shall be furnished, hauled, and
evenly applied at the rates indicated and shall be spread on seeded areas within 48 hours
after seeding unless otherwise specified.
Distribution of straw mulch material shall be by means of an approved mulch spreader that
utilizes forced air to blow mulch material on seeded areas. In spreading straw mulch, the
spreader shall not cut or break the straw into short stalks.
2000 WSDOT AMENDMENTS
AM -70
n
n
1
Wood cellulose fiber may be applied with seed and fertilizer West of the summit of the
2
Cascade Range, and only upon written request by the Contractor and approval of the
3
Engineer East of the summit of the Cascade Range.
4
5
Wood cellulose fiber used as mulch shall be suitable for application with a hydroseeder as
6
specified in Section 8- 01.3(2)B.
7
8
Areas not accessible by mulching equipment shall be mulched by approved hand
9
methods.
10
11
12
Mulch sprayed on signs or sign structures shall be removed the same day.
13
8-01.3(2)E Soil Binder or Tacking Agent
14
When specified in the Special Provisions, soil binders and tacking agents shall be applied
15
in accordance with the manufacturer's recommended requirements.
16
17
8- 01.3(2)F Dates for Application of Final Seed, Fertilizer, and Mulch
18
Unless otherwise approved by the Engineer, the final application of seeding, fertilizing,
19
and mulching of slopes shall be performed during the following periods:
20
21
West of the summit of the Cascade Range - March 1 to May 15 and August 15 to
22
October 1. Where contract timing is appropriate, seeding, fertilizing, and mulching
23
shall be accomplished during the spring period listed above. Written permission to
24
seed after October 1 will only be given when physical completion of the project is
25
imminent and the environmental conditions are conducive to satisfactory growth.
26
27
East of the summit of the Cascade Range - August 15 to November 15. Seeding,
28
fertilizing, and mulching shall be accomplished during this fall period only.
29
30
All roadway excavation and embankment slopes, including excavation and embankment
31
slopes that are partially completed to grade, shall be prepared and seeded during the first
32
available planting period.
33
34
When environmental - conditions are not conducive to satisfactory results, the Engineer
35
may suspend work until such time that the desired results are likely to be obtained.
36
37
When environmental conditions are conducive to satisfactory results, the Contractor may
j
38
elect to perform erosion control seeding operations outside of the time periods specified.
39
Inspection of erosion control seeding performed at the Contractor's option outside of the
40
time periods specified will be made after one growing season has elapsed. Acceptance
41
will be based on a uniform stand of grass at the time of inspection. The Contractor shall
42
restore eroded areas, clean up eroded materials, and reseed, fertilize, and mulch, at no
43
additional cost to the Contracting Agency, the areas failing to show a uniform stand of
44
grass.
45
46
8- 01.3(3) Placing Erosion Control Blanket
47
When required, erosion control blanket shall be placed immediately following the seeding
48
and fertilizing operation.
49
50
Where more than one strip of erosion control blanket is required to cover the given area, it
51
52
shall overlap the adjacent blanket as specified by the manufacturer, or a minimum of 4
inches.
53
54
The ends of the erosion control blanket shall overlap as specified by the manufacturer, or
55
a minimum of 6 inches, with the upgrade section on top.
56
57
The manufacturers recommendations or the following, whichever is the most stringent,
58
shall be used:
59
60
The up -slope end of the erosion control blanket shall be staked and buried in a 6-
61
inch -deep trench with the soil firmly tamped against the mat. A minimum of three
2000 WSDOT AMENDMENTS
AM -71
1
stakes per width of blanket, with a stake at each overlap, shall be driven below the
2
finish ground line prior to backfilling of the trench. The Engineer may require that any
3
other edge exposed to more than normal flow of water or strong prevailing winds be
4
staked and buried in a similar manner. The ends of the erosion control blanket shall
5
overlap a minimum of 6 inches, with the upgrade section on top.
6
7
The edges of the erosion control blanket shall be buried around the edges of catch
8
basins and other structures. Erosion control blanket shall be spread evenly and
9
smoothly and in contact with the soil at all points. Where more than one strip of
10
erosion control blanket is required, it shall overlap the adjacent blanket a minimum of
11
4 inches.
12
13
The blanket shall be fastened at intervals not more than 3 feet apart in three rows for
14
each strip of blanket. There shall be one row along each edge and one row down the
15
center with the stakes centered, both horizontally and vertically, to the edge stakes.
16
The ends of the blanket shall be fastened at 6 -inch intervals across their width.
17
Fastening devices shall anchor the blanket against the soil and be driven flush with
18
the finished grade.
19
3
20
8- 01.3(4) Placing Plastic Covering
21
Plastic meeting the requirements of Section 9- 14.5(3) shall be placed with at least a 12-
22
inch overlap of all seams.
23
3
24
Clear plastic covering shall be used to promote growth of vegetation. Black plastic
25
covering shall be used for stockpiles or other areas where vegetative growth is unwanted.
26
27
The cover shall be maintained tightly in place by using sandbags or tires on ropes in a 10-
28
foot, maximum, grid. All seams shall be taped or weighted down full length.
29
30
8- 01.3(5) Check Dams
31
Check dams shall be installed as soon as construction will allow, or when designated by
32
the Engineer. The Contractor may substitute a different check dam for that specified with
33
approval of the Engineer. Check dams shall be placed in ditches perpendicular to the
34
channel. Check dams shall extend up the sides of ditches a sufficient distance to ensure
35
that water will flow over the center of the dam and not flow around the ends. Check dams
36
shall be of sufficient height to maximize detention, without causing water to leave the
37
ditch, and spaced such that the elevation of the top of a check dam at the center of the
38
ditch is equal to the ditch flow line at the downstream base of the upstream check dam.
39
40
8- 01.3(5)A Geotextile- Encased Check Dam
41
The geotextile- encased check dam shall be a urethane foam core encased in geotextile
42
material. The minimum length of the unit shall be 7 feet.
43
44
The foam core shall be a minimum of 8 inches in height, and have a minimum base width
45
of 16 inches. The geotextile material shall overhang the foam by at least 6 inches at each
46
end, and shall have apron -type flaps that extend a minimum of 24 inches on each side of
47
the foam core. The geotextile material shall meet the requirements for silt fence in
48
Section 9 -33.
49
50
Installation of geotextile- encased check dams shall be in accordance with the Plans, and
51
shall be anchored to hold it firmly in place under all conditions.
52
53
8- 01.3(5)B Rock Check Dam
54
The rock used to construct rock check dams shall meet the requirements for quarry spalls,
55
in accordance with Section 9 -13.6. Rock check dams shall be installed in a triangular
56
shape, with approximately 2:1 slopes on both the upstream and downstream faces.
57
58
8- 01.3(5)C Sandbag Check Dam
59
Sandbags shall be placed so that the initial row makes tight contact with the ditch line for
60
the length of the dam. Subsequent rows shall be staggered such the center of the bag is
61
centered over the space between bags on the previous lift.
2000 WSDOT AMENDMENTS
AM -72
I
2000 WSDOT AMENDMENTS
AM -73
1
2
8- 01.3(6) Stabilized Construction Entrance
3
Temporary stabilized construction entrance shall be constructed in accordance with the
4
Plans, prior to beginning any clearing, grubbing, earthwork or excavation.
5
6
When the stabilized entrance becomes ineffective due to build up of material, the
7
Contractor shall either rehabilitate the existing entrance to original condition, or construct
8
a new entrance.
9
10
When the contract requires a tire wash in conjunction with the stabilized entrance, the
11
Contractor shall include details for the tire wash and the method for containing and
leaving
12
treating the sediment -laden runoff as part of the erosion control plan. All vehicles
13
the site shall stop and wash sediment from their tires.
14
15
8- 01.3(7) Street Cleaning
16
Self- propelled pick -up street sweepers shall be used, whenever required by the Engineer,
17
to prevent the transport of sediment and other debris off the project site.
18
19
Street washing with water will require approval by the Engineer.
20
21
8- 01.3(8) Inlet Protection
22
Inlet protection can be in the form of internal or external devices and shall be installed
23
prior to clearing, grubbing or earthwork activities. Inlet protection devices shall be as
24
specified in the Plans.
25
26
When the depth of accumulated sediment and debris reaches approximately one -half the
27
height of an internal device or one -third the height of the external device (or less if so
28
specified by the manufacturers), the deposits shall be removed and stabilized on site.
29
30
Internal devices shall be prefabricated units specifically designed for inlet protection and
31
shall have the following features:
32
33
1. The strength requirement for the filter fabric shall meet or exceed the
34
requirements of Table 1 for Moderate Survivability, and the minimum filtration
35
properties of Table 2, in Section 9 -33.2.
36
37
2. Shall be sized for the stormwater structure it will service.
38
39
3. Shall have a built -in high -low relief system.
40
41
4. Shall have a retrieval system for removal of the device without spilling the
42
contained material.
43
44
5. Shall remain securely attached to the drainage structure when fully loaded with
45
sediment and debris, or at the maximum level of sediment and debris specified
46
by the manufacturerer.
47
48
External devices may be silt fence or prefabricated units specifically designed for inlet
49
protection having the following features:
50
51
1. Filter fabric shall meet or exceed the requirements for silt fence in Section 9-
52
33.2.
53
54
2. The top of the device shall be at least 2 feet above the grate.
55
56
3. Shall remain securely in place over the drainage structure under all conditions.
57
58
Check dams or functionally equivalent devices may be used as inlet protection devices
59
with the approval of the Engineer.
60
I
2000 WSDOT AMENDMENTS
AM -73
1
8- 01.3(9) Sediment Control Barriers
2
Sediment control barriers shall be constructed, on contours, in the areas of clearing,
3
grubbing, earthwork or drainage prior to starting those activities. The Contractor may
4
substitute a different control barrier for that specified with approval of the Engineer.
5
6
The sediment control barriers shall be maintained until vegetation has been established.
7
8
8- 01.3(9)A Silt Fence
9
Silt fence shall be constructed in accordance with the Plans.
10
11
Back -up support for the geotextile in the form of steel wire or plastic mesh is optional,
12
depending on the properties of the geotextile selected for use in Table 6 in Section 9 -33.2.
13
If back -up support is used, steel wire shall have a maximum mesh spacing of 2 inches,
14
and the plastic mesh shall be as resistant to ultraviolet radiation as the geotextile it
15
supports.
16
It
17
The geotextile shall be attached on the up -slope side of the posts and support system
18
using staples, wire, or in accordance with the manufacturer's recommendations.
19
20
The geotextile shall be sewn together at the point of manufacture, or at a location
21
approved by the Engineer, to form geotextile lengths as required. All sewn seams and
22
overlaps shall be located at a support post.
23
3
24
Posts shall be either wood or steel. Hardwood posts shall have minimum dimensions of
25
1 -1/4 inches by 1 -1/4 inches by the minimum length shown in the Plans. Steel posts shall
26
consist of U, T, L, or C shape posts with a minimum weight of 1.35 Ibs /ft, or other steel
27
posts having equivalent strength and bending resistance to the posts listed.
28
29
When sediment deposits reach approximately one -third the height of the silt fence, the
30
deposits shall be removed or a second silt fence shall be installed, as determined by the
31
Engineer.
32
33
8- 01.3(9)B Gravel Filter or. Wood Chip Berm
34
The gravel filter berm shall be a minimum of one foot in height and shall be maintained at
35
this height for the entire time they are in use.
36
37
The wood chip berm shall be a minimum of two feet in height and shall be maintained at
38
this height for the entire time they are in use.
39
40
8- 01.3(9)C Brush Barrier
41
Brush shall be placed in a row, approximately 3 to 5 feet wide and at least 2.5 feet high
42
and with construction geotextile for silt fence placed over the pile. The geotextile shall be
43
anchored in a 6 inch wide by 6 inch deep trench on the upstream side of the barrier, and
44
anchored using stakes on the downstream side.
45
46
When no longer required, the geotextile material shall be removed, and the brush left in
47
place.
48
49
8- 01.3(9)D Straw Bale Barrier
50
Straw bale barriers shall be embedded in a trench the width of the bales for the length of
51
the barrier and a minimum of four inches deep. The material excavated from the trench
52
shall be placed and compacted against the uphill side of the bales.
53
54
The bales shall be placed on their sides so that the bindings are not touching the ground.
55
The ends of the bales shall be tightly abutting one another, and all spaces that do exist
56
between bales shall be firmly packed with straw.
57
58
Each bale shall be anchored using two stakes of wood or steel, driven flush with the top of
59
the bale and extending through the bale and into the ground a minimum of 18 inches. The
60
first stake shall be driven on an angle towards the previously laid bale.
61
3
2000 WSDOT AMENDMENTS
AM -74
1
8- 01.3(10) Wattles
2
Wattles shall consist of cylinders of biodegradable plant material such as straw, coir, or
3
wood shavings encased within biodegradable or photodegradable netting. Rolls shall be
4
least 6 inches in diameter, unless otherwise specified.
5
6
Wattles shall be installed as soon as construction will allow or when designated by the
7
Engineer. Wattles shall be placed in shallow trenches and staked along the contour of
8
disturbed or newly constructed slopes, in accordance with the Plans, perpendicular to the
9
flow direction and parallel to the slope contour.
10
11
The wattles shall be installed at the intervals designated by the Engineer.
12
13
Trench construction and wattle installation shall begin from the base of the slope and work
14
uphill. Excavated material shall be spread evenly along the uphill slope and compacted
15
using hand tamping or other method approved by the Engineer. On gradually sloped or
16
clay -type soils trenches shall be 2 to 3 inches deep. On loose soils, in high rainfall areas,
17
or on steep slopes, trenches shall be 3 to 5 inches deep, or half the thickness of the
18
wattle.
19
20
The wattle shall be install snugly into the trench, abutting adjacent wattles tightly, end to
21
end, without overlapping the ends. Wattles shall be staked at each end and at 4 foot
22
centers along their entire length. When trench conditions require, pilot holes for the
23
stakes shall be driven through the wattle and into the soil using a straight bar. Stakes
24
shall be driven through the middle of the wattle, leaving 2 to 3 inches of the stake
25
protruding above the wattle.
26
27
Wattles shall be inspected regularly to ensure they remain thoroughly entrenched and in
28
contact with the soil, and immediately after a runoff producing rainfall.
29
30
8- 01.3(11) Maintenance
31
Erosion control devices shall be maintained so they properly perform their function until
32
the Engineer determines they are no longer needed.
33
34
The devices shall be inspected on the schedule outlined in Section 8- 01.3(1)6 for damage
35
and sediment deposits. Damage to or undercutting of the device shall be repaired
36
immediately.
37
38
Unless otherwise specified, when the depth of accumulated sediment and debris reaches
39
approximately one -third the height of the device the deposits shall be removed. Debris or
40
contaminated sediment shall be disposed of in accordance with Section 2 -01.2. Clean
41
sediments may be stabilized on site if the Engineer approves.
42
43
Erosion control devices that have been damaged shall be repaired or replaced
44
immediately by the Contractor, in accordance with Section 1- 07.13(4).
45
46
8- 01.3(12) Removal and Reuse
47
When the Engineer determines that a erosion control device is no longer required, the
48
Contractor shall remove the device and all associated hardware from the project limits
49
unless it qualifies for reuse as described below.
50
51
52
If the materials are biodegradable the Engineer may approve leaving the temporary device
in place.
53
54
A previously used erosion control device may be reused on this contract provided:
55
56
1. The device has been thoroughly cleaned of all debris;
57
58
2. The device is free of tears, holes, or other damage
59
60
3. The Engineer has visually inspected the device and has determined it to be intact
61
and not compromised as to performance
2000 WSDOT AMENDMENTS
AM -75
1
2 8 -01.4 Measurement
3 ESC lead will be measured by the day, for each day that an inspection is made and a
4 report is filed.
5
6 Seeding, fertilizing, liming, mulching, and soil binder or tacking agent will be measured in
7 acres by ground slope measurement or through the use of design data.
8
9 Measurement of erosion control blanket and of plastic covering will be by the square yard
10 measurement of surface area covered and accepted.
11
12 Check dams will be measured by the linear foot along the ground line of the of completed
13 check dam.
14
15 Stabilized construction entrance will be measured by the square yard for each entrance
16 constructed.
17
18 Tire wash facilities will be measured per each for each wash installed.
19
20 Street cleaning will be measured by the hour for the actual time spent cleaning pavement,
21 as authorized by the Engineer. Time to move the equipment to or from the area on which
22 street cleaning is required will not be measured.
23
24 Inlet protection will be measured per each for each initial installation at a drainage
25 structure. Replacement of damaged protection devices will not be measured.
26
27 Silt fence, gravel and wood chip berms, and Brush Barrier will be measured by the linear
28 foot along the ground line of completed barrier.
29
30 Straw bale barrier will be measured per each for each bale placed in the initial installation
31 at a barrier location.
32
33 Wattle will be measured by the_ linear foot along the ground line of the completed wattle.
34
35 8 -01.5 Payment
36 Payment will be made in accordance with Section 1 -04.1, for each of the following bid
37 items that are included in the proposal:
38
39 "ESC Lead ", per day.
40
41 "Seeding ", per acre.
42
43 "Seeding and Fertilizing ", per acre.
44
45 "Seeding, Fertilizing, and Mulching ", per acre.
46
47 "Seeding and Mulching ", per acre.
48
49 "Fertilizing ", per acre.
50
51 "Second Application of Fertilizer ", per acre.
52
53 "Liming ", per acre.
54
55 "Mulching ", per acre.
56
57 "Soil Binder or Tacking Agent ", per acre.
58
59 "Erosion Control Blanket", per square yard.
60
61 "Plastic Covering ", per square yard.
2000 WSDOT AMENDMENTS
AM -76
1
"Check ",
2
Dam per linear foot.
3
4
When the Engineer approves substitutions in check dam types, payment will be made
5
at the unit contract price for the original item. If the Engineer determines that the
6
substitution is not effective, the Contractor shall install the original item at no expense
7
to the Contracting Agency.
8
9
"Stabilized Construction Entrance ", per square yard.
10
11
12
"Tire Wash ", per each.
The unit contract per each for "Tire Wash" shall include all costs associated with
13
constructing, operating, maintaining, and removing the tire wash.
14
15
"Street Cleaning ", per hour.
16
17
"Inlet Protection ", per each.
18
19
"Silt Fence ", per linear foot.
20
21
"Gravel Filter Berm ", per linear foot.
22
23
"Wood Chip Berm ", per linear foot.
24
25
"Brush Barrier ", per linear foot.
26
27
"Straw Bale Barrier, per each.
28
29
When the Engineer approves substitutions in barrier types, payment will be made at
30
the unit contract price for the original item. If the Engineer determines that the
31
substitution is not effective, the Contractor shall install the original item at no expense
32
to the Contracting Agency.
33
34
"Wattle ", per linear foot.
35
36
Sediment removal from and maintenance of erosion control devices will be paid by force
37
account under the item "Temporary Water Pollution /Erosion Control ".
38
39
"Temporary Water Pollution /Erosion Control ", by force account as provided in Section
40
1 -09.6.
41
42
To provide a common proposal for all bidders, the Contracting Agency has entered
43
an amount in the proposal to become a part of the Contactor's total bid.
45
The Contractor shall bear full responsibility for water pollution and erosion control in all
46
sources of material, disposal sites, and haul roads the Contractor provides. All costs for
47
this work shall be included in the various unit prices for materials obtained from or hauled
48
to Contractor - provided sites.
49
50
SECTION 8 -02, ROADSIDE PLANTING
51
August 6, 2001
52
Section 8 -02 Roadside Planting is deleted in its entirety and replaced with the following:
53
54
8 -02 ROADSIDE PLANTING
55
56
8 -02.1 Description
57
This work shall consist of furnishing and placing topsoil and soil amendments, and
58
furnishing and planting trees, whips, shrubs, ground covers, cuttings, live stakes, live
59
poles, rhizomes, tubers, and seedlings in accordance with these Specifications and as
60
shown in the Plans or as directed by the Engineer.
2000 WSDOT AMENDMENTS
AM -77
2
3
5
6
7
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
34
35
36
37
38
39
40
41
42
43
44
46
47
48
49
50
51
52
53
54
55
56
57
58
59
60
61
Trees, whips, shrubs, ground covers, cuttings, live stakes, live poles, rhizomes, tubers, 3
rootstock, and seedlings will hereinafter be referred to collectively as "plants" or "plant
material." 3
8 -02.2 Materials
Materials shall meet the requirements of the following sections:
Topsoil, Type A, Type B, and Type C 9 -14.1
Seed 9 -14.2
Fertilizer 9 -14.3
Mulch and Amendments 9 -14.4
Matting 9 -14.5
Plant Materials 9 -14.6
Stakes, Guys, and Wrapping 9 -14.7
Irrigation Water 9 -25.2
Botanical identification and nomenclature of plant materials shall be based on descriptions
by Bailey in "Hortus Third" or superseding editions and amendments.
8 -02.3 Construction Requirements
8- 02.3(1) Responsibility During Construction
The Contractor shall ensure adequate and proper care of all plant material and work done
on this project until all plant establishment periods required by the contract are complete
or until physical completion of the project, whichever is last. Existing vegetation shall not
be disturbed unless required by the Contract or approved by the Engineer.
Adequate and proper care shall include, but is not limited to, keeping all plant material in a
healthy, growing condition by watering, cultivating, pruning, and spraying. Plant material
crowns, runners, and branches shall be kept free of mulch at all times. This work shall
include keeping the planted areas free from insect infestation, weeds, litter, and other
debris along with retaining the.finished grades and mulch in a neat uniform condition.
The Contractor shall have sole responsibility for the maintenance and appearance of the
roadside planting.
8- 02.3(2) Roadside Work Plan
Before starting any work described in Sections 8 -02 and 8 -03, the Contractor shall submit
a roadside work plan for approval by the Engineer. The roadside work plan shall define
the work necessary to provide all contract requirements, including: plant area preparation,
planting, plant replacement, irrigation, and weed control in narrative form. The roadside
work plan shall include a progress schedule in accordance with Section 1 -08.3, a weed
control plan, and a plant establishment plan in accordance with Section 8- 02.3(13). An
emergency contact person for the Contractor shall also be listed. Should any part of the
roadside work plan become unworkable at any time, the Contractor shall submit, and
receive approval of a revised plan prior to proceeding with further work.
The weed control plan shall show the scheduling of all weed control measures required
under the Contract including, hand weeding, rototilling, applications of herbicides, noxious
weed control, and shoulder slope weed control. Target weeds and unwanted vegetation
to be removed (no live top growth or roots) shall be identified and listed in the weed
control plan.
The plan shall be prepared and signed by a licensed pest control consultant if chemical
pesticides are proposed. The plan shall include methods of weed control; dates of weed
control operations; and the name, application rate, and Material Safety Data sheets of all
proposed herbicides. In addition, the Contractor shall furnish the Engineer with a copy of
the current product label for each pesticide and spray adjuvant to be used. These product
labels shall be submitted with the weed control plan for approval.
2000 WSDOT AMENDMENTS
AM -78
J
1
No on -site soil placement, grading, weed control, irrigation, or planting work shall begin
2
until the plan is approved. Upon approval of the roadside work plan by the Engineer, the
3
Contractor shall proceed in accordance with the approved plan.
4
5
8- 02.3(2)A Chemical Pesticides
6
Application of chemical pesticides shall be in accordance with the label recommendations,
7
the Department of Ecology, local sensitive area ordinances, and Washington State
8
Department of Agriculture orders. The applicator shall be licensed by the State of
9
Washington for the class of pesticide utilized. The Contractor shall furnish the Engineer
10
evidence that all operators are licensed and that the pesticide used is registered for use
11
12
by the Washington State Department of Agriculture. The Contractor shall furnish the
Engineer a copy of the product label and material safety data sheet for each pesticide to
13
be used. All chemicals shall be delivered to the job site in unopened containers. The
14
licensed applicator shall complete a Commercial Pesticide Application Record (DOT Form
15
540 -509) daily with a copy furnished to the Engineer daily.
16
17
The Contractor shall use extreme care to ensure confinement of the chemicals within the
18
areas designated. The use of spray chemical pesticides shall require the use of antidrift
19
and activating agents, and a spray pattern indicator.
20
21
The Contractor shall assume all responsibility for rendering any area unsatisfactory for
22
planting by reason of chemical application. Damage to adjacent areas, either on or off the
23
highway right of way, shall be repaired to the satisfaction of the Engineer or the property
24
owner, and the cost of such repair shall be borne by the Contractor.
25
26
8- 02.3(2)B Noxious Weed Control
27
Those weeds specified as noxious by the Washington State Department of Agriculture,
28
the local Weed District, or the County Noxious Weed Control Board shall be controlled on
29
the project in accordance with the weed control plan or as directed by the Engineer. None
30
of the weeds and unwanted vegetation existing in planting areas will be considered
31
noxious for the purpose of this contract.
32
33
8- 02.3(2)C Shoulder Slope Weed Control
34
During the life of the contract, the Contractor shall apply a nonselective residual herbicide
35
to the area between the edge of paved shoulders and a point shown in the Plans or as
36
designated by the Engineer. The Contractor shall make additional applications when
37
ordered by the Engineer. A nonselective herbicide recommended for use adjacent to
38
shrub and grass areas, and in ditches shall be used.
39
40
8- 02.3(2)D Plant Establishment Plan
41
The Contractor shall submit a first year plant establishment plan, for approval by the
42
Engineer. The Plan shall show the proposed scheduling of activities, materials, and
43
equipment to be utilized for the first year plant establishment. The Plan shall include the
44
management of the irrigation system. Should the plan become unworkable at any time
45
during the first year plant establishment, the Contractor shall submit a revised plan.
46
47
8- 02.3(3) Planting Area Weed Control
48
All planting areas shall be prepared so that they are weed and debris free at the time of
49
planting and until completion of the project. The planting areas include the entire ground
50
surface, regardless of cover, within all planting beds, planting zones, types, or areas
51
shown in the Plans.
52
53
At no time during the life of the Contract shall the Contractor allow weeds to reach seed
54
stage. The Contractor shall not allow live stolons or roots of unwanted vegetation to
55
remain for more than two weeks after notification that such a condition exists.
56
57
All applications of post- emergent herbicides shall be made while green and growing tissue
58
is present. Should unwanted vegetation reach the seed stage, in violation of these
59
Specifications, the Contractor shall physically remove and bag the seed heads. All
60
physically removed vegetation and seed heads shall be disposed of off site at no cost to
61
the Contracting Agency.
2000 WSDOT AMENDMENTS
AM -79
2
3
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
45
46
47
48
49
50
51
52
53
54
55
56
57
58
59
60
61
8- 02.3(4) Topsoil
Topsoil shall be evenly spread over the specified areas to the depth shown in the Plans or
as otherwise ordered by the Engineer. The soil shall be cultivated to a depth of 1 foot or
as specified in the Special Provisions or the Plans. After the topsoil has been spread, all
large clods, hard lumps, rocks 2 inches in diameter and larger, and litter shall be raked up,
removed, and disposed of by the Contractor.
Topsoil shall not be placed when the ground or topsoil is frozen, excessively wet, or in the
opinion of the Engineer in a condition detrimental to the work.
8- 02.3(4)A Topsoil Type A
Topsoil Type A shall be as specified in the Special Provisions.
8- 02.3(4)B Topsoil Type B
Topsoil Type B shall be native topsoil taken from within the project limits and shall meet
the requirements of Section 9- 14.1(2).
Topsoil Type B shall be taken from areas designated by the Engineer to the designated
depth and stockpiled at locations that will not interfere with the construction of the project,
as approved by the Engineer. Areas beyond the slope stakes shall be disturbed as little
as possible in the above operations.
When topsoil Type B is specified, it shall be the Contractor's responsibility to perform the
excavation operations in such a manner that sufficient material is set aside to satisfy the
needs of the project.
Upon physical completion of the work, topsoil Type B remaining and not required for use
on the project shall be disposed of by the Contractor at no expense to the Contracting
Agency and to the satisfaction of the Engineer.
El
0
Should a shortage of topsoil Type B occur, and the Contractor has wasted or otherwise
disposed of topsoil material, the Contractor shall furnish topsoil Type C at no expense to
the Contracting Agency. -3
Topsoil Type B will not be considered as selected material, as defined in Section 2-
03.3(10), and the conditions of said section shall not apply.
Materials taken from roadway excavation, borrow, stripping, or other excavation items,
and utilized for topsoil, will not be deducted from ' the pay quantities for the respective
items.
8- 02.3(4)C Topsoil Type C
Topsoil Type C shall be native topsoil obtained from a source provided by the Contractor
outside of the Contracting Agency -owned right of way. Topsoil Type C shall meet the
requirements of Section 8- 02.3(4)B and Section 9- 14.1(2).
8- 02.3(5) Soil Preparation
The work involved in preparing planting areas shall be conducted so the flow line in 3
drainage channels is maintained. Material displaced by the Contractor's operations, which
interferes with drainage, shall be removed from the channel and disposed of as approved
by the Engineer. The planting area shall be weed free with no top growth or live roots
before any soil work begins. 3
Before planting and final grading takes place, the area shall be cultivated when specified
in the Plans or the Special Provisions. 31
The areas shall be brought to a uniform grade, 1 inch, or the specified depth of mulch,
below walks, curbs, junction and valve boxes, and driveways, unless otherwise specified.
All excess material and debris, stumps, and rocks larger than 3 inches, shall be removed
and disposed of off the project site or as approved by the Engineer.
2000 WSDOT AMENDMENTS
AM-80
r�
1
2
8- 02.3(6) Soil Amendments
3
Soil amendments of the type and quantities specified shall be applied where shown in the
4
Plans or Special Provisions.
5
6
Soil amendments shall be thoroughly mixed with the soil to produce a uniform blend as
7
specified in the Plans or Special Provisions.
8
9
8- 02.3(7) Layout of Planting
10
In mixed planting areas, trees shall be planted first, followed by the larger shrubs, low
11
shrubs, seedlings, ground covers, cuttings and live stakes.
12
13
All location layout and staking shall be the responsibility of the Contractor, subject to
14
approval of the Engineer before planting of each item begins.
15
16
The Engineer will make only the field measurements necessary to calculate and verify
17
quantities for payment.
18
19
All trees to be planted in moveable grass areas shall be located a minimum of 10 feet from
20
the edge of planting beds, other trees, fence lines, and bottom of ditches unless otherwise
21
specified.
22
23
Tree locations shown in the Plans shall be considered approximate unless shown with
24
stationing and offset distance. For locations not shown with stationing and offset, the tree
25
locations shall be located as specified by the Engineer.
26
27
In irrigated areas, tree trunk locations shall be a minimum distance of one -third the radius
28
of the coverage of sprinkler heads.
29
30
Unless otherwise shown, planting beds located adjacent to roadways shall begin at the
31
shoulder subgrade. Where a ditch section exists, no plants shall be placed closer than 5
32
feet from the bottom of the ditch.
33
34
8- 02.3(8) Planting
35
No plant material shall be planted until it has been inspected and approved for planting by
36
the Engineer. Rejected material shall be removed from the project site.
37
38
Under no circumstances will planting during freezing weather or in frozen ground be
39
permitted. All planting shall be accomplished during the following periods:
40
41
1. Nonirrigated Plant Material
42
September 15 to March 31.
43
2. Irrigated Plant Material
44
In irrigated areas, no planting shall be done until the irrigation system is
45
operational.
46
47
Plants shall not be placed in areas that are below the finished grade.
48
49
Planting hole sizes for plant material shall be in accordance with the details shown in the
50
Plans. Any glazed surface of the planting hole shall be removed by hand methods.
51
52
Drainage, conforming to the details shown in the Plans, shall be provided for all trees and
53
shrubs.
54
55
Plant material supplied in containers shall not be removed from the containers until the
'
56
time of planting at the planting location. Roots of bare root stock shall not be bunched,
57
curled, twisted, or unreasonably bent when placed in the planting hole. All bare root plant
58
material shall be dormant at the time of planting.
59
60
After placing balled and burlapped plants, all inorganic, plastic, or treated burlap and all
61
string or wire lacing shall be completely removed. A burlap -lined wire basket container
2000 WSDOT AMENDMENTS
AM-81
2
3
5
6
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
45
46
47
48
49
50
51
52
53
54
55
56
57
58
59
60
may be used in lieu of laced burlap. The top 1/2 of the basket shall be removed after the
plant is positioned in the planting hole.
The plant material shall be handled in such a manner that the root systems are kept
covered and damp at all times. The root systems of all bare root plant material shall be
dipped in a slurry of silt and water immediately prior to planting. The root systems of
container plant material shall be moist at the time of planting. In their final position, the
plants shall have the same relationship to the finished grade as when growing in the
nursery or container. After planting, the backfill material and rootball shall be thoroughly
watered in within 24 hours.
The Contractor shall provide and apply an anti - desiccant substance to all coniferous plant
material and to all deciduous trees (when in leaf) before the plants leave the nursery. The
Contractor shall supply a letter of certification that the anti - desiccant has been applied in
accordance with the manufacturer's recommendations.
8- 02.3(9) Pruning, Staking, Guying, and Wrapping
All plants shall be pruned at the time of planting to remove minor broken or damaged
twigs, branches or roots. Pruning shall be done with a sharp tool and shall be done in
such a manner as to retain or to encourage natural growth characteristics of the plants.
When the lowest branch on a 2 -inch caliper or larger deciduous tree occurs at 3 feet or
more from ground level, the trunks shall be wrapped with a tree wrapping material. Tree
wrap may be self- adhering or secured using tape. Staples will not be allowed.
Each tree shall be staked or guyed before completion of the backfilling in accordance with
the details shown in the Plans.
All staking, guying, and wrapping shall be completely removed at the end of the first year
of plant establishment, unless otherwise directed by the Engineer. 3
8- 02.3(10) Fertilizers
Fertilizers shall be applied in. the form specified in the Special Provisions. Application
procedures shall be in accordance with the manufacturer's recommendations or as
specified in the Special Provisions. The Contractor shall submit for approval a guaranteed
fertilizer analysis label for the selected product.
8- 02.3(11) Bark or Wood Chip Mulch
Bark or wood chip mulch of the type and depth specified shall be applied where shown in
the Plans or specified in the Special Provisions. Any contamination of the mulch due to
the Contractor's operations shall be corrected to its former condition at the Contractor's
expense. Mulch shall be feathered to plant material trunks, stems, canes, or root collars,
and 1 inch below the top of junction and valve boxes, curbs, and pavement edges. All
plant crowns shall be free of mulch. Mulch placed to a thickness greater than specified
shall be at no additional cost to the Contracting Agency.
8- 02.3(12) Completion of Initial Planting
Upon completion of the initial planting within a designated area, the Engineer will make an
inspection of all plant material and notify the Contractor, in writing, of any replacements or
corrective action necessary to meet the Contract Provisions. The Contractor shall replace
all materials rejected or missing and correct unsatisfactory conditions.
Completion of the initial planting within a designated area includes the following:
1. A minimum of 95 percent of each of the plant material categories (trees, whips,
shrubs, groundcovers, and seedlings) shall be installed per the Contract
Provisions.
2. Planting Area cleanup.
2000 WSDOT AMENDMENTS
AM-82
J
1
2000 WSDOT AMENDMENTS
AM-83
1
3. Repairs completed for the entire project, including but not limited to full operation
2
of the irrigation system, complete mulch coverage, and all weeds controlled.
3
4
4. Approval of plant establishment plan.
5
6
8- 02.3(13) Plant Establishment
7
Plant establishment shall consist of caring for all plants planted on the project and caring
8
for the planted areas within the project limits. The provisions of Section 1 -07.13 do not
9
apply to this section.
10
11
The first year of plant establishment shall begin immediately upon written notification from
12
the Engineer of the acceptance of initial planting for the entire project. The first year plant
13
establishment period shall be a minimum of one calendar year. A second year plant
14
establishment, if included in the Contract, shall begin immediately at the written
15
acceptance of the first year plant establishment period and shall be one full calendar year
'
16
if there is a third year plant establishment. Without a third year plant establishment, it
17
shall be a minimum of six months or until October 31, whichever is later.
18
19
Third year plant establishment, when included in the contract, shall begin immediately at
20
the completion of the second year plant establishment period. If the second year plant
21
establishment period ends on or before May 31, third year plant establishment shall end
22
on October 31 of the same year. If the second year plant establishment period ends after
23
May 31, third year plant establishment shall end on October 31 of the following year.
24
25
During the first year plant establishment period, it shall be the Contractor's responsibility to
26
ensure the resumption and continued growth of the transplanted material. This care shall
27
include, but not be limited to, labor and materials necessary for removal of foreign, dead,
28
or rejected plant material, maintaining a weed -free condition, and the replacement of all
29
unsatisfactory plant material planted under the contract. The Contractor shall replace all
1
30
plants stolen or damaged by the acts of others.
31
32
The Contractor shall meet with the Engineer for the purpose of joint inspection of the
33
planting material on the closest working day to the first day of the month. All conditions
'
34
unsatisfactory to the Engineer shall be corrected by the Contractor within a 10 -day period
35
immediately following the inspection. Failure to comply with corrective steps as outlined
36
by the Engineer shall constitute justification for the Contracting Agency to take corrective
37
steps and to deduct all costs thereof from any monies due the Contractor. At the end of
38
the plant establishment period, plants that do not show normal growth shall be replaced.
39
40
All automatic irrigation systems shall be operated fully automatic during the plant
1
41
establishment period and until final acceptance of the contract.
42
43
During the second and third year plant establishment periods, the Contractor shall perform
44
work as described above on a force account basis at the direction of the Engineer.
45
46
8- 02.3(14) Plant Replacement
47
The Contractor shall be responsible for growing or providing enough plants for
48
replacement of all plant material rejected through first year plant establishment. All
49
rejected plant material shall be replaced at dates approved by the Engineer.
50
51
All replacement plants shall be of the same species and quality as the plants they replace.
52
Plants may vary in size reflecting one season of growth should the Contractor elect to hold
53
plant material under nursery conditions for an additional year to serve as replacement
54
plants.
55
56
8- 02.3(15) Lawn Installation
57
In irrigated areas, lawn installation shall not begin until the sprinkler system is operational.
58
59
Seed mix and rate of application shall be as specified in the Special Provisions.
60
1
2000 WSDOT AMENDMENTS
AM-83
2
3
5
6
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
34
35
36
37
38
39
40
41
42
43
45
46
47
48
49
50
51
52
53
54
55
56
57
58
59
60
61
Unless otherwise approved by the Engineer, seeded lawn installation shall be performed
during the following periods of any year at the location shown:
West of the summit of the Cascade Range - March 1 to October 25.
East of the summit of the Cascade Range - April 15 to October 1.
The Contractor shall have the option of sodding in lieu of seeding for lawn installation at
no additional expense to the Contracting Agency. Seeding in lieu of sodding will not be
allowed.
Topsoil for seeded or sodded lawns shall be placed at the depth and locations shown in
the Plans. The topsoil shall be tilled to a depth sufficient to key into the subsoil, raked to a
smooth even grade without low areas to trap water and compacted, all as approved by the
Engineer.
Sod strips shall be placed within 48 hours of being cut. Placement shall be without voids
and have the end joints staggered. The sod shall be rolled with a smooth roller following
placement.
Barriers shall be erected, with warning signs where necessary, to preclude pedestrian
traffic access to the newly placed lawn during the establishment period.
8- 02.3(16) Lawn Establishment
Lawn establishment shall consist of caring for all new lawn areas within the limits of this
project.
The lawn establishment period shall begin immediately after the lawn planting has been
accepted by the Engineer and shall extend to the end of four mowings.
During the lawn establishment period, it shall be the Contractor's responsibility to ensure i
the continuing healthy growth of the turf. This care shall include labor and materials
necessary to keep the project in a presentable condition, including but not limited to,
removal of litter, mowing, trimming, removal of grass clippings, edging, fertilization,
insecticide and fungicide applications, weed control, repairing irrigation system, and repair
and reseeding any and all damaged areas.
Temporary barriers shall be removed only on written permission from the Engineer.
All work performed under lawn establishment shall comply with established turf
management practices.
Acceptance of lawn planting as specified shall be based on a uniform stand of grass and a
uniform grade at the time of final inspection. Areas that are bare or have a poor stand of
grass, and areas not having a uniform grade through any cause before final inspection,
shall be recultivated, regraded, reseeded, or resodded and refertilized as specified at no
additional cost to the Contracting Agency.
8- 02.3(17) Lawn Mowing
Lawn mowing shall begin immediately after the lawn establishment period has been
accepted by the Engineer and shall extend to the end of the contract or the first year plant
establishment, whichever is last.
The Contractor shall accomplish the following minimum requirements:
1. Mowing, trimming, and edging shall be done as often as conditions dictate.
Maximum height of lawn shall not exceed 3 inches. The cutting height shall be 2
inches. Cuttings, trimmings, and edgings shall be disposed of off the project
site.
2. Water application shall be as often as conditions dictate depending on weather
and soil conditions.
2000 WSDOT AMENDMENTS
AM -84
Fl
1
2000 WSDOT AMENDMENTS
AM -85
1
2
3. Provide fertilizer, weed control, and other measures as necessary to maintain a
3
healthy stand of grass.
4
5
8 -02.4 Measurement
6
Measurement for topsoil, Type A, Type B, and Type C, will be by the cubic yard in the haul
7
conveyance at the point of delivery.
8
9
The quantity of excavation taken from roadway excavation, borrow, strippings, or other
10
excavation item to be utilized as topsoil Type B will not be deducted from the pay
11
quantities of the respective items. If haul is to be paid on the excavated item from which
'
12
topsoil Type B material is taken, no deduction will be made in the mass diagram for the
13
quantity so taken. The topsoil Type B material will be considered as having been hauled
14
into the general distribution of the excavated material.
15
16
The pay quantities for plant materials will be determined by count of the number of
17
satisfactory plants in each category accepted by the Engineer.
18
19
Fertilizer will be measured in pounds determined by the count of the containers and the
20
mass of fertilizer per container.
21
22
Topsoil Type , mulch and soil amendments will be measured by the cubic yard in the
23
haul conveyance or container at the point of delivery.
24
25
Water will be measured in accordance with Section 2 -07.4. Measurement will be made of
26
only that water hauled in tank trucks or similar equipment.
27
28
Shoulder slope weed control will be measured along the ground slope and computed in
29
square yards.
30
31
Seeded lawn, sod installations, and lawn mowing will be measured along the ground slope
32
and computed in square yards of actual lawn completed, established, and accepted.
33
34
8 -02.5 Payment
35
Payment will be made in accordance with Section 1 -04.1, for each of the following listed
36
bid items that are included in the proposal:
37
'
38
"Topsoil Type ", per cubic yard.
39
The unit contract price per cubic yard for "Topsoil Type of shall be full pay for
40
providing the source of material for topsoil Type A and C, for excavating, loading,
41
hauling, intermediate windrowing, stockpiling, weed control and removal, placing,
42
spreading, processing, cultivating, and compacting topsoil Type A, Type B, and Type
43
C at the locations shown in the Plans or as directed by the Engineer.
44
45
"Plant Selection ", per each.
46
47
"PSIPE ", per each. (PSIPE is Plant Selection Including Plant Establishment.)
48
The unit contract price for "Plant Selection ", per each, and if ", per
'
49
each, shall be full pay for all materials, labor, tools, equipment, and supplies
50
necessary for weed control within the planting area, planting area preparation, fine
51
52
grading, planting, cultivating, and cleanup for the particular items called for in the
Plans.
53
54
As the plants that include plant establishment are obtained, propagated, and grown,
55
partial payments shall be made as follows after inspection by the Engineer:
56
57
Payment of 5 percent of the unit contract price, per each, when the plant materials
58
have been contracted, propagated, and are growing under nursery conditions. The
59
Contractor shall provide the Engineer with certification that the plant material has
60
been procured or contracted for delivery to the project for planting within the time
1
2000 WSDOT AMENDMENTS
AM -85
1
limits of the project. The certification shall state the location, quantity, and size of all
i
2
material.
3
4
Payment shall be increased to 15 percent of the unit contract price, per each, upon
5
completion of the initial weed control work.
6
7
Payment shall be increased to 60 percent of the unit contract price per each for the
8
contracted plant material in a designated unit area when planted.
9
10
Payment shall be increased to 80 percent of the unit contract price per each for
11
contracted plant material at the completion of the initial planting.
12
13
Payment shall be increased to the appropriate percentage upon accomplishment of
14
the following phases of plant establishment.
15
16
3 months after completion of initial planting 85%
17
6 months after completion of initial planting 90%
18
Completion of 1st year plant establishment 100%
19
20
As the plants that do not include plant establishment are obtained, propagated, and
21
grown, � partial payments shall be made as follows:
22
23
Payment of 15 percent of the unit contract price per each when the plant
24
materials have been contracted, propagated, and are growing under nursery
25
conditions. The Contractor shall provide the Engineer with certification that the
26
plant material has been procured or contracted for delivery to the project for
27
planting within the time limits of the project. The certification shall state the
28
location, quantity, and size of all material.
29
30
Payment shall be increased to 90 percent of the unit contract price per each for
31
contracted plant material at the completion of the initial planting.
32
33
Payment shall be increased to 100 percent at the physical completion of the
34
contract.
35
`
36
All partial payments shall be limited to the actual number of healthy vigorous plants
37
that meet the stage requirements, limited to plan quantity. Payments at any stage
38
shall not constitute acceptance of plants, nor shall the ownership or title transfer to
39
the Contracting Agency. Materials found not acceptable at any stage shall be
40
rejected and replaced at the Contractor's expense. Previous partial payments made
41
for materials rejected or missing will be deducted from future payments due the
42
Contractor.
43
44
"Plant Establishment - Second Year", by force account.
45
"Plant Establishment - Third Year", by force account.
46
"Plant Establishment - Second Year" and "Plant Establishment - Third Year" will be
47
paid for in accordance with Section 1 -09.6.
48
49
"Fertilizer", per pound.
50
51
"Noxious Weed Control ", by force account.
"Noxious
52
Weed Control" will be paid in accordance with Section 1 -09.6 for the control
53
of weeds outside the planting and seeding areas. Removal of weeds or unwanted
54
vegetation existing in planting areas will not be paid for under this item.
55
56
"Shoulder Slope Weed Control ", per square yard.
57
58
"Insecticide Application ", by force account.
59
"Fungicide Application ", by force account.
60
"Insecticide Application" and "Fungicide Application" will be paid in accordance with
61
Section 1 -09.6 for the work performed.
--
2000 WSDOT AMENDMENTS
AM-86
1
2000 WSDOT AMENDMENTS
I AM -87
1
"Soil ",
2
Amendment per cubic yard.
3
4
"Bark or Wood Chip Mulch ", per cubic yard.
5
6
"Water ", per M Gal.
7
No payment will be made for water used to water -in plants or for irrigating plants and
8
lawn located within an area which has a workable sprinkler irrigation system.
9
10
"Seeded Lawn Installation ", per square yard.
11
12
"Sod Installation ", per square yard.
, Lawn Mowing", per square yard.
13
The unit contract price per square yard for "Seeded Lawn Installation" or "Sod
14
Installation" shall be full pay for all costs necessary for weed control within the
15
seeding area, to prepare the area, plant or sod the lawn, erect barriers, and establish
'
16
lawn areas and for furnishing all labor, tools, equipment, and materials necessary to
17
complete the work as specified and shall be paid in the following sequence for
18
healthy, vigorous lawn:
19
20
Completion of Lawn Planting 60 percent of individual areas
21
22
Mid Lawn Establishment (after 2 mowings) 85 percent of individual areas
23
24
Completion of Lawn Establishment 100 percent of individual areas (after 4
25
mowings)
26
27
For the purpose of providing a common proposal for all bidders, the Contracting
28
Agency entered an amount for "Noxious Weed Control ", "Insecticide Application ", and
29
"Fungicide Application" in the proposal to become a part of the total bid by the
30
Contractor.
31
32
SECTION 8 -09, RAISED PAVEMENT MARKERS
33
June 26, 2000
34
8- 09.3(1) Surface Preparation
35
In the first paragraph the third sub - paragraph is revised to read as follows:
36
37
The pavement shall be surface dry. When applying Epoxy Adhesives in cool weather the
38
pavement surface shall be heated by intense radiant heat (not direct flame) for a
39
sufficient length of time to warm the pavement areas of marker application to a minimum
40
of 70 F.
41
42
8- 09.3(3) Adhesive Preparation
43
This section is supplemented with the following:
44
45
Asphalt adhesive shall be indirectly heated in an applicator with continuous agitation. The
46
adhesive shall be applied at a temperature between 400 F and 425 F.
47
48
8- 09.3(4) Application Procedure
49
This section is revised to read as follows:
50
51
Epoxy Adhesives
52
The marker shall be affixed to the prepared pavement area with sufficient adhesive so as
53
to squeeze out a small bead of adhesive around the entire periphery of the marker. The
54
required amount of adhesive per marker will normally be in the range of 20 to 40 grams.
55
56
The sequence of operations shall be as rapid as possible. Adhesive shall be in place and
57
the marker seated in not more than 30 seconds after the removal of the pavement preheat
58
or warm air blast. The marker shall not have cooled more than one minute before seating.
59
1
2000 WSDOT AMENDMENTS
I AM -87
2
3
4
6
7
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
57
58
The length of the pavement preheat or warming shall be adjusted so as to ensure bonding
of the marker in not more than 15 minutes. Bonding will be considered satisfactory when
adhesive develops a minimum bond strength in tension of not less than 800 grams per
square inch or a total tensile strength of 25 pounds
Markers shall be spaced and aligned as shown in the Standard Plans and as specified by
the Engineer. A displacement of not more than '/2 inch (15 millimeters left or right) of the
established guide line will be permitted. The Contractor shall remove and replace at no
expense to the Contracting Agency all improperly placed markers.
Markers shall not be placed over longitudinal or transverse joints in the pavement surface.
On roadway sections which are not open to public traffic, the preheating of the markers by
dry heating before setting will not be required provided the adhesive develops the required
bond strength of 800 grams per square inch in less than three hours. If the roadway
section is carrying public traffic during the installation of the markers, the 15 minute set -to-
traffic provision will be enforced, and necessary flagging and traffic control will be
required.
Asphalt Adhesives
Thermoplastic Type 1 markers shall be installed only with a hot melt bitumen adhesive. At
the option of the Contractor, a hot melt bitumen adhesive may be used to cement other
types of markers to the pavement in lieu of epoxy adhesive. The bitumen adhesive shall
conform to the requirements of Section 9- 02.1(8).
Markers shall not be placed using bitumen adhesive when the pavement or air
temperature is 50 F or less.
Markers shall be placed immediately after application of the adhesive.
SECTION 8 -11, GUARDRAIL
February 5, 2001
8- 11.3(1)D Terminal and Anchor Installation
The first sentence of the fifth paragraph is revised to read as follows:
Assembly and installation of Beam Guardrail Flared Terminals and Beam Guardrail
Nonflared Terminals shall be supervised at all times by a manufacturer's representative,
or an installer who has been trained and certified by the manufacturer.
SECTION 8 -15, RIPRAP
August 6, 2001
8 -15.2 Materials
The requirements for "Filter Blanket" are revised to read as follows:
Filter Blanket (shall meet the
gradation requirements for Shoulder Ballast) 9- 03.9(2)
SECTION 8 -18, MAILBOX SUPPORT
February 5, 2001
8 -18.2 Materials
This section is revised to read as follows:
Materials shall meet the requirements of the following sections:
Steel Posts 9 -32.1
Bracket 9 -32.2
Type 2 Mailbox Support 9 -32.7
Wood Posts 9- 28.14(1)
2000 WSDOT AMENDMENTS
AM -88
C
e
C
1
Fasteners 9 -32.5
2
Snow Guard 9 -32.6
3
4
Mailboxes will be furnished by others.
'
5
6
8 -18.5 Payment
7
This section is supplemented with the following:
'
8
9
All costs for the snow guard shall be included in the unit contract price per mailbox support
10
involved.
'
11
12
SECTION 8 -20, ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL
13
August 6, 2001
14
8- 20.3(4) Foundations
15
The thirteenth paragraph is revised to read:
16
17
For slip bases the combined height of the light standard concrete foundation plus the
t
18
anchor bolt stub height shall not exceed 4 inches above the ground line.
19
20
8- 20.3(8) Wiring
21
The tenth paragraph is revised to read as follows:
22
23
Every conductor at every wire termination, connector, or device shall have a PVC or
24
polyolefin wire marking sleeve bearing as its legend, the circuit number indicated in the
25
contract. All terminal strips shall also bear the circuit number consistant with the contract.
26
27
SECTION 8 -22, PAVEMENT MARKING
'
28
October 2, 2000
29
Section 8 -22 is revised to read as follows:
30
31
8 -22.1 Description
32
This work shall consist of furnishing, installing, and removing pavement markings upon
33
the roadway surface in accordance with the Plans, Standard Plans, and these
34
Specifications, at locations shown in the Contract or as directed by the Engineer.
35
36
Pavement markings are defined as follows:
37
38
39
Long Line Markings
Skip Center Line
40
A BROKEN YELLOW line 4 inches wide. The broken pattern shall be based on
41
a 40 -foot unit consisting of a 10 -foot line and a 30 -foot gap. Skip center line is
42
used as center line delineation on multilane, two way highways.
43
44
Double Yellow Center Line
45
Two SOLID YELLOW lines, each 4 inches wide, separated by a 4 -inch or 12 -inch
46
space. Double yellow center line is used as center line delineation on multilane,
47
two way highways and for channelization.
48
49
50
Edge Line
A SOLID line, 4 inches wide, used on the edges of the traveled way. Edge lines
51
shall be WHITE except that on roadways with one way travel, the left edge line in
52
the direction of travel shall be YELLOW.
53
54
Dotted Extension Line
55
A BROKEN LINE, 4 inches wide used to guide vehicles through an interchange
56
or intersection. The broken pattern will be based on an 8 -foot unit consisting of a
57
2 -foot line and a 6 -foot gap. Dotted extension line shall be the same color as the
58
line it is extending.
59
2000 WSDOT AMENDMENTS
AM-89
1
Wide Line
2
A SOLID WHITE line, 8 inches wide, used for delineation at ramp connections, to
3
separate left and right turning movements from through movements, to separate
4
high occupancy vehicle lanes from general purpose lanes, to separate general
5
purpose lanes from bicycle lanes, for traffic islands, hash marks, chevrons and
6
other applications.
7
8
Dotted Wide Line
9
A BROKEN WHITE line, 8 inches wide, used for high occupancy vehicle lane
10
applications on arterials and for bicycle lane delineation . The broken line pattern
11
shall be based on an 8 -foot unit consisting of a 2 -foot line with a 6 -foot gap.
12
13
Skip Wide Line
14
15
A BROKEN WHITE line, 8 inches wide, used for high occupancy vehicle lane
applications on freeways. The skip wide broken line pattern shall be based on a
16
40 -foot unit consisting of a 10 -foot line with a 30 -foot gap.
17
18
19
Lane Line
A BROKEN WHITE line, 4 inches wide, used to delineate adjacent lanes
20
traveling in the same direction. The broken pattern shall be based on a 40 -foot
21
unit consisting of a 10 -foot line and a 30 -foot gap.
22
23
Drop Lane Line
24
A BROKEN WHITE line, 8 inches wide, used to delineate a lane that ends at an
25
off ramp. The broken pattern shall be based on a 15 -foot unit consisting of a
26
3 -foot line and a 12 -foot gap.
27
28
No -Pass Line
29
A SOLID YELLOW line, 4 inches wide, separated from a skip center line by a
30
4 -inch space where passing is prohibited from the lane bounded by the no -pass
31
line. Where passing is prohibited in both directions, no -pass lines shall be two
32
SOLID YELLOW lines, each 4 inches wide, separated by a 4 -inch or 12 -inch
33
space.
34
35
Reversible Lane Line
36
Two BROKEN YELLOW lines, each 4 inches wide, separated by a 4 -inch space.
37
The broken pattern shall be based on a 40 -foot unit consisting of a 10 -foot line
38
and a 30 -foot gap.
39
40
Two Way Left Turn Line
41
A SOLID YELLOW line, 4 inches wide, with a BROKEN YELLOW line, 4 inches
42
wide, separated by a 4 -inch space. The broken pattern shall be based on a
43
40 -foot unit consisting of a 10 -foot line and a 30 -foot gap . The solid line shall be
44
installed to the right of the broken line in the direction of travel.
45
46
Barrier Line
47
A SOLID YELLOW line, 18 inches wide.
48
49
Transverse Markings
50
Crosswalk Line
51
A SOLID WHITE line, 12 inches wide, installed parallel to another crosswalk line
52
with a 6 -foot space between the lines, or a series of SOLID WHITE lines 8 feet
53
long conforming to details in the Standard Plans.
54
55
Stop Line
56
A SOLID WHITE line, 18 inches wide unless noted otherwise in the Contract.
57
58
Symbol Markings
59
Traffic Arrow
60
A WHITE marking conforming to details in the Standard Plans.
61
2000 WSDOT AMENDMENTS
AM -90
1
2000 WSDOT AMENDMENTS
I AM -91
1
2
Traffic Letter
A WHITE marking conforming to the FHWA publication Standard Alphabet for
3
Highway Signs and Pavement Markings for proportion.
4
5
With the exception of the traffic letters forming parts of the railroad crossing
6
symbol, all traffic letters shall be 8 feet high.
7
8
Access Parking Space Symbol
9
A WHITE marking conforming to details in the Standard Plans that is used to
10
designate restricted parking access.
11
12
HOV Lane Symbol
13
A WHITE marking conforming to details in the Standard Plans that is used to
14
designate a high occupancy vehicle (HOV) lane.
15
'
16
Railroad Crossing Symbol
17
A WHITE marking conforming to details in the Standard Plans . The letters
18
included in the railroad crossing symbol shall conform to the FHWA publication
19
Standard Alphabet for Highway Signs and Pavement Markings for proportion.
20
21
Drainage Marking
22
23
A WHITE marking consisting of a 4 -inch by 12 -inch line of plastic pavement
marking material placed at the location of a cross - culvert, 1 foot outside the
24
pavement edge line , with the 12 -inch length parallel to the longitudinal axis of
25
the pipe or perpendicular to the drainage feature.
26
27
Aerial Surveillance Marker
28
A WHITE marking conforming to details in the Standard Plans.
29
30
8 -22.2 Materials
31
Material for pavement marking shall be paint or plastic as noted in the bid item and
32
selected from approved materials listed in the Qualified Products List.
33
34
8 -22.3 Construction Requirements
35
8- 22.3(1) Preliminary Spotting
36
The Engineer will provide necessary control points at intervals agreed upon with the
37
Contractor to assist in preliminary spotting of the lines before marking begins. The
38
Contractor shall be responsible for preliminary spotting of the lines to be marked.
39
Approval by the Engineer is required before marking begins. Preliminary spotting to
40
guide the striping machine is required for all longitudinal lines except where a clearly
41
visible separation is present. Preliminary spotting shall be provided at a spacing of
42
100 feet maximum on tangents and 25 feet maximum on curves. The color of the
43
material used for spotting shall match the color of the permanent marking.
45
8- 22.3(2) Preparation of Roadway Surfaces
46
Pavement surface temperature and ambient temperature shall be 50 degrees F and
47
rising for the application of paint. New and existing asphalt concrete pavement shall
48
be dry, clean and free of contaminants such as surface oils and existing pavement
49
marking materials prior to the application of paint or plastic material. Portland cement
50
concrete shall have a minimum compressive strength of 3000 psi and shall be dry,
51
clean and free of contaminants including curing agents, surface oils and existing
52
pavement marking materials prior to the application of paint or plastic material.
53
Contaminants shall be removed by approved mechanical means.
54
55
Pavement surfaces shall be prepared for plastic marking application in accordance
56
with the pavement marking material manufacturer's recommendations. Application of
57
Type D material on dense asphalt requires a pavement cure period of up to 14 days
58
prior to application and a 28 day cure period for application on open graded asphalt
59
concrete pavement or portland cement concrete.
60
1
2000 WSDOT AMENDMENTS
I AM -91
2
3
4
6
7
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
57
58
59
60
61
8- 22.3(3) Marking Application
Lane line and right edge line shall be white in color. Center line and left edge line
shall be yellow in color. All temporary pavement markings shall be retroreflective.
Paint and sprayed or extruded plastic material shall be applied with a top dressing of
glass breads. Two applications of paint will be required to complete all paint
markings. The time period between paint applications will vary depending on the type
of pavement as follows:
Pavement Type Time Period
Bituminous Surface Treatment 4 hours min., 48 hours max.
Asphalt Concrete Pavement 4 hours min., 30 days max.
Cement Concrete Pavement 4 hours min., 30 days max.
Where paint is applied on centerline on two -way roads with bituminous surface
treatment, the second paint application shall be applied in the opposite direction as
the first application.
The second application of paint shall be squarely on top of the first pass.
Lines with skip patterns, paint or plastic, shall be applied so they are in cycle with
existing skip pattern lines on at least one end of the project.
Glass beads shall be applied to all spray applied paint material. The bead application
system shall provide a uniform bead distribution over the entire surface of the
marking. The minimum application rate shall be 7 pounds of beads per gallon of
paint.
Pavement markings shall be applied at the following base line thickness measured
above the pavement surface in thousandths of an inch (mils):
Liquid pavement marking material yield per gallon depending on thickness shall not
exceed the following:
Mils thickness Feet of 4" line /gallon Square feet/gallon
2000 WSDOT AMENDMENTS
AM -92
r
Dense Class D
Marking Material
Application
ACP
ACP
PCC
BST
Paint -first coat
spray
10
10
10
10
Paint- second coat
spray
15
15
15
15
Type A - flat/transverse &
symbols
extruded
125
125
125
125
Type A - flat/long line &
symbols
spray
90
120
90
120
Type A - with profiles
extruded
90
120
90
120
Type A - embossed
extruded
160
160
160
160
Type A - embossed with
profiles
extruded
160
160
160
160
Type B - flat/transverse &
symbols
heat fused
125
125
125
125
Type C - flat/transverse &
symbols
adhesive
90
90
90
NA
Type C - flat/long line
adhesive
60
60
60
NA
Type C - inset/long line
adhesive
60
60
60
NA
Type D - flat/transverse &
symbols
spray
120
120
120
120
Type D - flat/transverse &
symbols
extruded
120
120
120
120
Type D - flat/long line
spray
90
120
90
120
Type D - flat/long line
extruded
90
120
90
120
Type D - profiled /long line
extruded
90
120
90
120
Type D - inset/long line
extruded
260
260
260
260
Liquid pavement marking material yield per gallon depending on thickness shall not
exceed the following:
Mils thickness Feet of 4" line /gallon Square feet/gallon
2000 WSDOT AMENDMENTS
AM -92
r
'
1
10 483 161
2
15 322 108
3
30 161 54
4
45 107 36
5
60 81 27
6
90 54 18
7
90 with profiles 30 10
8
120 40 13
9
120 with profiles 26 9
10
260 19 7
11
12
Solid pavement marking material (Type A) yield per 50 pound bag shall not exceed
13
the following:
14
15
Mils thickness Feet of 4" line /50# baq Square feet/50# baq
16
30 - flat 358 120
17
45 - flat 240 80
18
60 - flat 179 60
19
90 - flat 120 40
20
90 - flat with profiles 67 23
21
120 - flat 90 30
22
120 - flat with profiles 58 20
23
125 - embossed 86 29
24
125 - embossed with profiles 58 20
25
260 - flat inset 42 14
26
27
Profiles are defined as that portion of the pavement marking line that is applied at a
28
greater thickness than the base line thickness. Profiles shall be applied using the
29
extruded method in the same application as the base line. All profiles shall be 500
1
30
mils thick, measured above the pavement surface, shall extend across the entire
31
width of the marking and shall be a minimum of 4 inches in length for the full profile
32
thickness. All profiles shall be spaced at 26 inches. Profiles shall be straight and
33
square with the line. The profiles may be slightly rounded provided the minimum
34
profile thickness is provided for the length of the profile. Each plastic skip center line,
35
profiled plastic lane line and profiled plastic skip wide line shall have 5 profiles. Each
36
profiled plastic drop lane line shall have 2 profiles. Provide approximately 4 inches of
37
base line material prior to the first profile and after the last profile in the line.
38
39
All embossed plastic lines are applied at a thickness of 125 mils with a transverse
40
groove 100 to 300 mils wide impressed into the line to a nominal depth of 15 to 30
41
mils above the pavement surface at spacing of 1 inch nominal. The transverse
line
42
grooves normally applied adjacent to the profiles on plastic embossed with
43
profiles may be omitted for a distance of up to 2 inches from the profile.
45
All inset plastic lines shall be applied into a slot cut into the pavement. The slot shall
46
be cut with equipment to produce a smooth square slot 4 inches wide. The slot depth
47
for Type C material shall be 40 mils, plus or minus 5 mils. The slot depth for Type A
48
or D material shall be 250 mils minimum. Slots for Type A or D material shall be is
49
filled to 10 mils above the pavement surface. The edges of the slot for Type A or D
50
material shall be overfilled 0.125 inch on each side resulting in a 4.25 inch wide line.
51
52
When two or more spray applications are required to meet thickness requirements for
53
Type A and Type D materials, top dressing with glass beads is only allowed on the
54
last application. A cure period of 4 hours minimum and 48 hours maximum is
55
required between successive applications. Any loose beads, dirt or other debris shall
56
be swept or blown off the line prior to application of each successive application.
57
Successive applications shall be applied squarely on top of the preceding application.
58
59
8 -22.3( 4) Tolerances for Lines
60
Allowable tolerances for lines are as follows:
61
2000 WSDOT AMENDMENTS
AM -93
1
Length of Line: The longitudinal accumulative error within a 40 -foot length of
2
skip line shall not exceed plus or minus 1 inch.
3
4
Width of Line: The width of line shall not vary more than plus or minus 1/4 inch.
5
6
Lane Width: The lane width, which is defined as the lateral width from the edge
7
of pavement to the center of the lane line or between the centers of successive
8
lane lines, shall not vary from the widths shown in the Contract by more than plus
9
or minus 4 inches.
10
11
Thickness: A thickness tolerance not exceeding plus 10 percent will be allowed
12
for thickness or yield in paint and plastic material application.
13
14
Parallel Lines: The gap tolerance between parallel lines is 0.5 inches.
15
16
8 -22.3( 5) Installation Instructions
17
Installation instructions for plastic markings shall be provided for the Engineer. All
18
materials shall be installed according to the manufacturer's recommendations. A
19
manufacturer's technical representative shall be present at the initial installation of
20
plastic material to approve the installation procedure.
21
22
8 -22.3( 6) Removal of Pavement Markings
23
Pavement markings to be removed shall be obliterated until blemishes caused by the
24
pavement marking removal conform to the coloration of the adjacent pavement. If, in
25
the opinion of the Engineer, the pavement is materially damaged by pavement
26
marking removal, such damage shall be repaired by the Contractor in accordance
27
with Section 1- 07.13(1). Sand or other material deposited on the pavement as a
28
result of removing lines and markings shall be removed as the work progresses to
29
avoid hazardous conditions. Accumulation of sand or other material which might
30
interfere with drainage will not be permitted.
31
32
8 -22.4 Measurement
33
Skip center line, skip center line with no pass line, double yellow center line, edge line,
34
dotted extension line, lane line, double no -pass line, reversible lane line, and two -way left -
35
turn line will be measured by the completed linear foot as "Paint Line ", "Plastic Line ",
36
"Embossed Plastic Line ", "Profiled Plastic Line ", "Profiled Embossed Plastic Line" or "Inset
37
Plastic Line ".
38
39
The measurement for "Paint Line" will be based on a marking system capable of
40
simultaneous application of three 4 -inch lines with two 4 -inch spaces. No deduction will be
41
made for the unmarked area when the marking includes a skip line such as skip center
42
line, dotted extension line, skip center line with no -pass line, lane line, reversible lane line,
43
or two -way left -turn line. No additional measurement will be made when more than one
44
line can be installed on a single pass such as skip center line with no -pass line, double
45
yellow center line, double no -pass line, reversible lane line, or two -way left -turn line.
46
47
The measurement for "Plastic Line ", "Embossed Plastic Line ", "Profiled Plastic Line ",
48
"Profiled Embossed Plastic Line" or "Inset Plastic Line" will be based on the total length of
49
each 4 -inch wide plastic line installed. No deduction will be made for the unmarked area
50
when the marking includes a skip line, such as skip center line, dotted extension line, skip
51
center line with no -pass line, lane line, reversible lane line, or two -way left -turn line.
52
53
Painted wide line, plastic wide line, profiled plastic wide line, painted dotted wide line,
54
plastic dotted wide line, profiled dotted wide line, painted skip wide line, plastic skip wide
55
line, profiled plastic skip wide line, painted drop lane line, plastic drop lane line, profiled
56
plastic drop lane line, barrier line, and stop line will be measured by the completed linear
57
foot of each marking type. No deduction will be made for the unmarked area when the
58
marking includes a gap such as painted dotted wide line, plastic dotted wide line, profiled
59
plastic dotted wide line, painted skip wide line, plastic skip wide line, profiled plastic skip
60
wide line, painted drop lane line, plastic drop lane line, or profiled plastic drop lane line.
61
2000 WSDOT AMENDMENTS
AM -94
1
No additional measurement for payment will be made for the required second application
2
of paint. No additional measurement for payment will be made for additional applications
3
required to meet thickness requirements for plastic markings.
4
5
Crosswalk line will be measured by the square foot of marking installed.
6
7
8
Traffic arrows, traffic letters, access parking space symbols, HOV symbols, railroad
crossing symbols, drainage markings, aerial surveillance full, and 1/2 markers will be
9
measured per each as " Traffic Marking ". Type 1 through 5 traffic arrows are
10
considered one unit each, regardless of the number of arrow heads.
11
12
Removal of lines, 4 inches, 8 inches and 18 inches in width will be measured by the linear
13
foot, with no deduction being made for the unmarked area when the marking includes a
14
gap.
15
16
Removal of traffic arrows, traffic letters, access parking space symbol, HOV lane symbol,
17
railroad crossing symbol, drainage markings, aerial surveillance full and 'h markers will be
18
measured per each as "Removing Traffic Marking Removal of crosswalk lines will be
19
measured by the square foot of lines removed as "Removing Crosswalk Line"
20
21
22
8 -22.5 Payment
Payment will be made in accordance with Section 1 -04.1, for each of the following bid
23
items that are included in the proposal:
24
25
"Paint Line ", per linear foot.
26
"Plastic Line ", per linear foot.
27
"Embossed Plastic Line ", per linear foot.
28
"Profiled Plastic Line ", per linear foot.
29
"Profiled Embossed Plastic Line ", per linear foot.
30
"Inset Plastic Line ", per linear foot.
31
"Painted Drop Lane Line ", per linear foot.
32
"Plastic Drop Lane Line ", per linear foot.
33
"Profiled Plastic Drop Lane Line ", per linear foot.
",
34
"Painted Wide Line per linear foot.
35
"Plastic Wide Line ", per linear foot.
36
"Profiled Plastic Wide Line ", per linear foot.
37
"Painted Dotted Wide Line ", per linear foot.
38
"Plastic Dotted Wide Line ", per linear foot.
39
"Profiled Plastic Dotted Wide Line ", per linear foot.
40
Painted Skip Wide Line", per linear foot.
41
"Plastic Skip Wide Line ", per linear foot.
42
"Profiled Plastic Skip Wide Line ", per linear foot.
43
"Painted Barrier Line ", per linear foot.
44
"Plastic Barrier Line ", per linear foot.
",
45
"Painted Crosswalk Line per square foot.
46
"Plastic Crosswalk Line ", per square foot.
47
"Painted Stop Line ", per linear foot.
48
"Plastic Stop Line ", per linear foot.
49
"Painted Traffic Arrow", per each.
50
"Plastic Traffic Arrow", per each.
51
"Painted Traffic Letter", per each.
"Plastic
52
Traffic Letter", per each.
53
"Painted Access Parking Space Symbol ", per each.
54
"Plastic Access Parking Space Symbol ", per each
55
"Painted HOV Lane Symbol Type ", per each.
",
56
"Plastic HOV Lane Symbol Type per each.
57
"Painted Railroad Crossing Symbol ", per each.
58
"Plastic Railroad Crossing Symbol ", per each.
59
"Painted Drainage Marking ", per each.
60
"Plastic Drainage Marking ", per each.
61
"Painted Aerial Surveillance Full Marker", per each.
2000 WSDOT AMENDMENTS
AM -95
1
"Plastic Aerial Surveillance Full Marker", per each.
2
"Painted Aerial Surveillance 1/2 Marker", per each.
3
"Plastic Aerial Surveillance 1/2 Marker", per each.
4
"Removing Paint Line ", per linear foot.
5
"Removing Plastic Line ", per linear foot.
6
"Removing Painted Traffic Marking ", per each.
7
"Removing Plastic Traffic Marking ", per each .
"Removing ",
8
Painted Crosswalk Line per square foot.
9
"Removing Plastic Crosswalk Line ", per square foot.
10
11
SECTION 8 -23, TEMPORARY PAVEMENT MARKINGS
12
October 2, 2000
13
Section 8 -23 is revised to read as follows:
14
15
8 -23.1 Description
16
The work shall consist of furnishing and installing temporary pavement markings.
17
Temporary pavement markings shall be provided where noted in the Plans and for all lane
18
shifts and detours resulting from construction activities. Temporary pavement markings
19
shall also be provided when permanent markings are eliminated because of construction
20
operations. Temporary pavement markings shall be maintained in serviceable condition
21
throughout the project until permanent pavement markings are installed. Temporary
22
pavement markings that are damaged shall be repaired or replaced immediately. Edge
23
lines shall be installed only if specifically required in the contract.
24
25
Lane line and right edge line shall be white in color. Center line and left edge line shall be
26
yellow in color. All temporary pavement markings shall be retroreflective.
27
28
Temporary pavement marking installations are defined as follows:
29
30
Temporary Center Line
31
A BROKEN line used to delineate adjacent lanes of traffic moving in opposite
32
directions. The broken pattern shall be based on a 40 -foot unit, consisting of a 4 -foot
33
line with a 36 -foot gap if paint or tape is used. If temporary raised pavement markers
34
are used, the pattern shall be based on a 40 -foot unit, consisting of a grouping of
35
three temporary raised pavement markers, each spaced 3 feet apart, with a 34 -foot
36
gap.
37
38
Temporary Edge Line
39
A SOLID line used on the edges of traveled way. The line shall be continuous if paint
40
or tape is used. If temporary raised pavement markers are used, the line shall
3
41
consist of markers installed continuously at 5 -foot spacings.
42
43
Temporary Lane Line
44
A BROKEN line used to delineate adjacent lanes with traffic traveling in the same
45
direction. The broken pattern shall be based on a 40 -foot unit, consisting of a 4 -foot
46
line with a 36 -foot gap, if paint or tape is used. If temporary raised pavement markers
47
are used, the pattern shall be based on a 40 -foot unit, consisting of a grouping of
48
three temporary raised pavement markers, each spaced 3 feet apart, with a 34 -foot
49
gap.
50
51
8 -23.2 Materials
52
Materials for temporary markings shall be paint, tape, or raised pavement markers and
53
selected from approved materials listed in the Qualified Products List.
54
55
8 -23.3 Construction Requirements
56
8- 23.3(1) Preliminary Spotting and Removal
57
All preliminary layout and marking in preparation for application and the application
58
and removal of temporary pavement markings shall be the responsibility of the
59
Contractor.
60
2000 WSDOT AMENDMENTS
AM -96
1
Temporary flexible raised pavement markers are required for bituminous surface
2
treatment operations.
3
4
Temporary pavement markings consisting of paint or tape may be paved over, but
5
temporary raised pavement markers or removable tape shall be removed prior to
6
paving.
7
8
Any temporary pavement markings which are required on the wearing course prior to
9
construction of permanent pavement markings and are not a part of the permanent
10
markings shall be completely removed concurrent with or immediately subsequent to
11
the construction of the permanent pavement markings. Temporary flexible raised
be flush
j
12
pavement markers on bituminous surface treatment pavements shall cut off
13
with the surface if their location conflicts with the alignment of the permanent
14
pavement markings.
15
16
All damage to the permanent work caused by removing temporary pavement
17
markings shall be repaired by the contractor at no additional cost to the contracting
18
agency.
19
20
21
8- 23.3(2) Beading and Tolerances
Beading shall be in accordance with Section 8- 22.3(3). Line tolerances shall be in
22
accordance with Section 8- 22.3(4 ).
23
24
25
8 -23.4 Measurement
Temporary center line, temporary edge line, temporary lane line, and temporary raised
26
pavement markers will be measured by the linear foot of each installed line or grouping of
27
markers, with no deduction for gaps in the line or markers.
28
29
Removing temporary center line, temporary edge line, temporary lane line, and temporary
30
raised pavement markers will be measured by the linear foot of each line or grouping of
31
markers removed, with no deduction for gaps in the line or markers.
32
33
34
8 -23.5 Payment
Payment will be made in accordance with Section 1 -04.1, for each of the following bid
35
items that are included in the Proposal:
36
37
"Temporary Pavement Marking," per linear foot.
38
The unit contract price per linear foot for "Temporary Pavement Marking" shall be full
39
pay for constructing and maintaining temporary lines and markers as specified.
40
Unless a bid item has been included in the proposal to pay for removal of temporary
41
pavement markings, all costs for removal of temporary pavement markings shall be
42
included in the unit contract price per linear foot for "Temporary Pavement Marking."
43
No additional compensation will be allowed when the Contractor is required to replace
44
temporary markings that have been damaged.
45
46
"Removing Temporary Pavement Marking," per linear foot.
47
48
SECTION 8 -24, ROCK WALL
49
August 6, 2001
50
Section 8 -24 Rock Wall including title is deleted in its entirety and replaced with the following:
51
52
8 -24 ROCK AND GRAVITY BLOCK WALL, AND GABION CRIBBING
53
54
55
8 -24.1 Description
This work shall consist of constructing rock and gravity block wall(s), and gabion cribbing
56
in accordance with the Plans, Special Provisions, these Specifications, or as designated
57
by the Engineer.
58
59
8 -24.2 Materials
60
Materials shall meet the requirements of the following Sections:
2000 WSDOT AMENDMENTS
AM -97
2
3
4
6
7
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
54
55
56
57
58
59
60
61
Rock for Rock Wall and Chinking Material
Backfill for Rock Wall
Gabion Cribbing
Wire Mesh Fabric
PVC Coating for Welded Wire Mesh Fabric
Gabion Basket Fasteners
Stone
Construction Geotextile
Materials for gravity block walls shall be as specified in the Special Provisions.
8 -24.3 Construction Requirements
8- 24.3(1) Rock Wall
8- 24.3(1)A Geometric Tolerances
The completed wall shall meet the following tolerances:
Wall batter shall be 6:1 or flatter as specified in the Plans.
2. The exterior slope plane and grade in the finished surface of the wall shall be
plus or minus 6 inches.
3. The maximum void between adjacent rocks shall be 6 inches as measured at the
smallest dimensions of the void within the thickness of the wall.
8- 24.3(1)B Excavation
Excavation shall conform to Section 2- 09.3(4), and to the limits and construction stages
shown in the Plans. 3
The Contractor shall restrict the excavation limits to the length of rock wall that can be
constructed in one day's work, except as otherwise noted. The Engineer may permit
excavation beyond the limits that can be completed in one day's work provided the
Contractor either demonstrates that the excavation will remain stable until the rock wall is
completed, or shores the excavation in accordance with Section 2- 09.3(4).
Slope above the rock wall shall be established prior to excavating for the wall.
8- 24.3(1)C Foundation Preparation
The foundation for the wall shall be graded as shown in the Plans.
Prior to rock placement, the foundation, if not in rock, shall be compacted as approved by
the Engineer. Any foundation soils found to be unsuitable shall be removed and replaced
in accordance with Section 2- 09.3(1)C.
Base course rocks shall have full contact with the foundation soils. If necessary, the
excavation shall be shaped to fit the rocks. Rocks may be dropped to shape the ground
provided the rocks do not crack. Cracked rocks shall be replaced and the foundation
regraded to fit the replacement rock.
8- 24.3(1)D Construction Geotextile
Construction geotextile shall be of the type, and shall be placed, as shown in the Plans.
8- 24.3(1)E Rock Placement and Backfill
Rocks shall be placed so there are no continuous joint planes in either the vertical or
lateral direction.
Where possible, rocks shall be placed so that the rock shall bear on at least two rocks
below it. Rocks shall be oriented so that flat surface contact points between adjacent
rocks are maximized. Point -to -point contact between adjacent rocks shall be minimized.
2000 WSDOT AMENDMENTS
AM -98
9-13.7(l)
O
9- 13.7(2)
9 -27.3
9- 27.3(1)
9- 27.3(2)
9- 27.3(4)
9- 27.3(6)
9 -33
Materials for gravity block walls shall be as specified in the Special Provisions.
8 -24.3 Construction Requirements
8- 24.3(1) Rock Wall
8- 24.3(1)A Geometric Tolerances
The completed wall shall meet the following tolerances:
Wall batter shall be 6:1 or flatter as specified in the Plans.
2. The exterior slope plane and grade in the finished surface of the wall shall be
plus or minus 6 inches.
3. The maximum void between adjacent rocks shall be 6 inches as measured at the
smallest dimensions of the void within the thickness of the wall.
8- 24.3(1)B Excavation
Excavation shall conform to Section 2- 09.3(4), and to the limits and construction stages
shown in the Plans. 3
The Contractor shall restrict the excavation limits to the length of rock wall that can be
constructed in one day's work, except as otherwise noted. The Engineer may permit
excavation beyond the limits that can be completed in one day's work provided the
Contractor either demonstrates that the excavation will remain stable until the rock wall is
completed, or shores the excavation in accordance with Section 2- 09.3(4).
Slope above the rock wall shall be established prior to excavating for the wall.
8- 24.3(1)C Foundation Preparation
The foundation for the wall shall be graded as shown in the Plans.
Prior to rock placement, the foundation, if not in rock, shall be compacted as approved by
the Engineer. Any foundation soils found to be unsuitable shall be removed and replaced
in accordance with Section 2- 09.3(1)C.
Base course rocks shall have full contact with the foundation soils. If necessary, the
excavation shall be shaped to fit the rocks. Rocks may be dropped to shape the ground
provided the rocks do not crack. Cracked rocks shall be replaced and the foundation
regraded to fit the replacement rock.
8- 24.3(1)D Construction Geotextile
Construction geotextile shall be of the type, and shall be placed, as shown in the Plans.
8- 24.3(1)E Rock Placement and Backfill
Rocks shall be placed so there are no continuous joint planes in either the vertical or
lateral direction.
Where possible, rocks shall be placed so that the rock shall bear on at least two rocks
below it. Rocks shall be oriented so that flat surface contact points between adjacent
rocks are maximized. Point -to -point contact between adjacent rocks shall be minimized.
2000 WSDOT AMENDMENTS
AM -98
1
Each rock in a course shall be arranged so that the natural irregularities in the rocks key
2
the rocks together and so that the courses are keyed together.
3
4
Rocks shall increase in size from the top of the wall to the bottom at a uniform rate. The
5
minimum rock sizes, as referenced from the top of the wall, shall be as follows:
6
7
Depth from Top of Wall Minimum Rock Size at Depth
8
(ft.) from Top of Wall
9
6 Three Man
10
9 Four Man
11
12 Five Man
12
13
Rocks at the top of the wall shall be Two Man or larger.
14
15
Where voids larger than 6 inches are present, chinking rock shall be keyed between the
16
rocks to fill the void.
17
18
Backfill for the rock wall shall be placed behind each course and tamped to provide a
19
stable condition prior to placing rocks for the next successive course.
20
21
For rock walls constructed in fills, the fill shall be overbuilt and cut back to construct the
22
wall.
23
24
8- 24.3(2) Gravity Block Wall
25
Excavation shall conform to Section 2- 09.3(4), and to the limits and construction stages
26
shown in the Plans. Foundation soils found to be unsuitable shall be removed and
27
replaced in accordance with Section 2- 09.3(1)C. Slope above the gravity block wall shall
28
be established prior to beginning any excavation for the wall.
29
30
Gravity block walls are defined as a wall of modular blocks acting as a gravity wall to
31
retain soil. The modular blocks may have features designed to interlock the blocks
32
together. However there shall be no reinforcement of the retained soil nor any
33
reinforcement connection between the modular blocks and the retained soil.
34
35
Gravity block walls shall be constructed as specified in the Special Provisions and as
36
shown in the Plans.
37
38
8- 24.3(3) Gabion Cribbing
39
8 -24.3 3 A Foundations
40
Before placing any gabion cribbing, the Contractor shall excavate the foundation or bed to
41
the specified grade in accordance with Section 2- 09.3(4). Foundation soils found to be
42
unsuitable shall be removed and replaced in accordance with Section 2- 09.3(1)C.
43
44
45
8- 24.3(3)B Baskets
Baskets may be fabricated from either woven or welded steel wire; however, a gabion
46
structure shall not include both. Baskets may be assembled with either lacing wire or clip
47
fasteners; however, a perimeter or diaphragm edge shall not include both.
48
49
8- 24.3(3)C Dimensions
50
The Contractor shall supply gabion baskets in the lengths and heights the Plans require.
51
Each length shall be a multiple (double, triple, or greater) of horizontal width. Horizontal
52
width shall be 36 inches. All baskets from the same manufacturer shall be the same width
53
and shall be within a tolerance of 5 percent of the manufacturer's stated sizes.
54
55
8- 24.3(3)D Fabrication of Baskets
56
Gabions shall be made so that the sides, ends, lid, and diaphragms can be assembled
57
into rectangular baskets of the required sizes at the construction site. Common -wall
58
construction may be used in gabion structures up to 12 feet high. Common -wall
59
construction includes any basket where its top serves as the bottom of the one above it, or
60
where one wall also serves an adjacent basket. When gabion structures are more than
61
12 feet high, the baskets shall have independent sides, ends, top, and bottom.
2000 WSDOT AMENDMENTS
AM-99
1
3
2
Each gabion shall be divided by diaphragms into cells the same length as horizontal
3
basket width. Diaphragms shall be made of the same mesh and gage as the basket
4
body.
5
3
6
All perimeter and diaphragm edges shall be laced or clipped together so that joints are at
7
8
least as strong as the body of the mesh itself. The ends of the lacing shall be anchored
by three tight turns around the selvage wire.
9
10
8- 24.3(3)E Filling Baskets
11
Baskets shall be filled with stone. The stone shall be placed and compacted to meet the
12
unit weight requirements of Section 8- 24.3(3)F.
3
13
14
The stone shall be placed in compacted layers not more than 14 inches deep. If cross -
15
connecting wires are required, the Contractor shall adjust the number and depth of layers
16
so that wires occur between the compacted layers of stone.
17
18
8- 24.3(3)F Unit Weight Requirements and Test
19
The unit weight of the filled gabion basket shall be at least 100 pounds per cubic foot.
20
Should the unit weight be less than 100 pounds per cubic foot, the gabion will be rejected
21
and the Engineer will require the Contractor to conduct and pass additional unit weight
22
tests before completing other gabions.
23
24
The Contractor shall conduct either of the following unit weight tests to prove the density
25
of completed gabions:
26
27
1. A filled gabion basket shall be selected from the completed structure and
28
weighed.
29
30
2. A gabion basket shall be filled with stone from a loaded truck that has been
31
weighed. After filling, the truck and unused stone shall be weighed again. The
32
difference between the two weighings shall be used to determine the weight per
33
cubic foot of the stone in the gabion.
34
35
The Contractor shall conduct one unit weight test for each 500 cubic yards of gabions
36
placed. The Engineer may reduce the specified frequency of these tests provided the
37
specified minimum unit weight has been consistently achieved.
38
39
In conducting unit weight test 1 or 2, the Contractor shall provide and use scales
40
conforming to Section 1 -09.2.
41
42
8- 24.3(3)G Gabion Cribbing Erection
43
Each row or tier of baskets shall be reasonably straight and shall conform with alignment
44
and grade. Hexagonal mesh baskets shall be stretched endwise before filling. The stone
45
shall be carefully placed in layers, then tamped or vibrated. The last layer of stones shall
46
fill each basket completely so that the secured lid will rest upon the stones. Each basket
47
shall be laced securely to all adjacent baskets and its lid then laced or clipped to the sides,
48
ends, and diaphragms.
49
13
50
All selvage wires of ends of adjacent baskets shall be laced together. The bottom selvage
51
of the basket being constructed on a previously constructed basket shall be laced to the
52
top of that basket.
53
54
Backfilling behind or around gabions shall comform to Section 2- 09.3(1)E.
55
56
8 -24.4 Measurement
57
Rock for rock walls and backfill for rock walls will be measured by the ton of rock actually
58
placed.
59
60
Gabion cribbing will be measured by the calculated neat line volume of gabion baskets in
61
place, using the manufacturer's stated dimensions.
2000 WSDOT AMENDMENTS
AM -100
30
31
1
2
3
30
31
11
5
6
_
8
9
10
30
31
11
12
13
_
14
30
31
15
16
17
_
18
19
20
21
30
31
22
23
24
_
25
30
31
26
27
28
_
29
30
31
47
48
49
32
33
34
35
47
48
49
36
37
38
39
40
41
42
47
48
49
43
44
52
46
47
48
49
Gravity block wall will be measured by the square foot of completed wall in place. The
vertical limits for measurement are from the bottom of the bottom layer of blocks to the top
of the top layer of blocks. The horizontal limits for measurement are from the end of wall
to the end of wall.
Construction geotextile will be measured by the square yard for the surface area actually
covered.
Structure excavation Class B, structure excavation Class B inclding haul, and shoring or
extra excavation Class B, will be measured in accordance with Section 2 -09.4.
8 -24.5 Payment
Payment will be made in accordance with Section 1 -04.1 for each of the following bid
items that are included in the proposal:
"Rock for Rock Wall ", per ton.
The unit contract price per ton for "Rock for Rock Wall" shall
and installing chinking materials.
"Backfill for Rock Wall ", per ton.
"Gabion Cribbing ", per cubic yard.
"Gravity Block Wall ", per square foot.
"Construction Geotextile ", per square yard.
"Structure Excavation Class B ", per cubic yard.
"Structure Excavation Class B Incl. Haul ", per cubic yard.
"Shoring or Extra Excavation Class B ", per square foot.
SECTION 9 -00, DEFINITIONS AND TESTS
June 26, 2000
9 -00.4 Sieve Analysis of Aggregates
This section is revised to read as follows:
also include furnishing
Sieve analysis for acceptance of aggregate gradation shall be performed by procedures
described in the WAQTC FOP for AASHTO T 27/11.
9 -00.8 Sand Equivalent
This section is revised to read as follows:
The sand equivalent will be the average of duplicate determinations from a single sample.
The sand equivalent sample will be prepared in accordance with the WSDOT Field
Operating Procedure (FOP) for AASHTO T 176, Alternate Method 2, the pre -wet
condition.
9 -00.9 Field Test Procedures
This section is revised to read as follows:
Field test procedures may be either a WSDOT procedure or a Field Operating Procedure
(FOP) for an AASHTO, ASTM, or WAQTC test procedure. A Field Operating Procedure
is a technically equivalent abridged version of an AASHTO, ASTM, or WAQTC test
procedure for use in field conditions.
SECTION 9 -01, PORTLAND CEMENT
August 6, 2001
9- 01.2(4) Blended Hydraulic Cement
This section is revised to read as follows:
Blended hydraulic cement shall be either Type IP (MS), Type I (SM) (MS) or Type I (PM)
(MS) cement conforming to AASHTO M 240 with the additional requirements that the use
of portland blast furnace slag cement and pozzolans other than fly ash are not allowed in
2000 WSDOT AMENDMENTS
AM -101
50
51
52
53
54
55
56
57
58
59
Gravity block wall will be measured by the square foot of completed wall in place. The
vertical limits for measurement are from the bottom of the bottom layer of blocks to the top
of the top layer of blocks. The horizontal limits for measurement are from the end of wall
to the end of wall.
Construction geotextile will be measured by the square yard for the surface area actually
covered.
Structure excavation Class B, structure excavation Class B inclding haul, and shoring or
extra excavation Class B, will be measured in accordance with Section 2 -09.4.
8 -24.5 Payment
Payment will be made in accordance with Section 1 -04.1 for each of the following bid
items that are included in the proposal:
"Rock for Rock Wall ", per ton.
The unit contract price per ton for "Rock for Rock Wall" shall
and installing chinking materials.
"Backfill for Rock Wall ", per ton.
"Gabion Cribbing ", per cubic yard.
"Gravity Block Wall ", per square foot.
"Construction Geotextile ", per square yard.
"Structure Excavation Class B ", per cubic yard.
"Structure Excavation Class B Incl. Haul ", per cubic yard.
"Shoring or Extra Excavation Class B ", per square foot.
SECTION 9 -00, DEFINITIONS AND TESTS
June 26, 2000
9 -00.4 Sieve Analysis of Aggregates
This section is revised to read as follows:
also include furnishing
Sieve analysis for acceptance of aggregate gradation shall be performed by procedures
described in the WAQTC FOP for AASHTO T 27/11.
9 -00.8 Sand Equivalent
This section is revised to read as follows:
The sand equivalent will be the average of duplicate determinations from a single sample.
The sand equivalent sample will be prepared in accordance with the WSDOT Field
Operating Procedure (FOP) for AASHTO T 176, Alternate Method 2, the pre -wet
condition.
9 -00.9 Field Test Procedures
This section is revised to read as follows:
Field test procedures may be either a WSDOT procedure or a Field Operating Procedure
(FOP) for an AASHTO, ASTM, or WAQTC test procedure. A Field Operating Procedure
is a technically equivalent abridged version of an AASHTO, ASTM, or WAQTC test
procedure for use in field conditions.
SECTION 9 -01, PORTLAND CEMENT
August 6, 2001
9- 01.2(4) Blended Hydraulic Cement
This section is revised to read as follows:
Blended hydraulic cement shall be either Type IP (MS), Type I (SM) (MS) or Type I (PM)
(MS) cement conforming to AASHTO M 240 with the additional requirements that the use
of portland blast furnace slag cement and pozzolans other than fly ash are not allowed in
2000 WSDOT AMENDMENTS
AM -101
1
Type IP (MS) and Type I (PM) (MS) cement and that the maximum amount of fly ash in
2
Type IP (MS) is limited to 25 percent by weight of the cementitious material, except when
3
required for the mitigation of Alkali Silica Reactivity. The source of the fly ash or slag, as
4
well as the weight of fly ash or slag shall be certified on the cement mill test certificate and
5
shall be reported as a percent by weight of the total cementitious material. The fly ash or
6
slag constituent content in the finished cement will not vary more than plus or minus 5
7
percent by weight of the finished cement from the certified value.
8
9
Fly ash shall meet the requirements of Section 9 -23.9 of these Standard Specifications.
10
11
Slag used in blended cements will be Ground Granulated Blast Furnace Slag. Ground
12
granulated blast furnace slag shall meet the requirements of AASHTO M 302, Grade 100
13
or Grade 120. The grade of the ground granulated blast furnace slag, the source, and
14
type of manufacturing facility shall be certified on the cement mill test certificate.
15
16
SECTION 9 -02, BITUMINOUS MATERIALS
17
August 13, 2001
18
9- 02.1(1) Vacant
19
This section is revised to read as follows:
20
21
9- 02.1(1) Test Methods
22
The following WSDOT test methods have been converted to the listed AASHTO test
23
methods.
24
25
WSDOT AASHTO
26
Test Test
27
Characteristics Method Methods
28
29
Penetration 201 T 49
30
Kinematic Viscosity 202 T 201
31
Absolute viscosity 203 T 202
32
Cleveland Open Cup 206 T 48
33
Tag Open Cup 207 T 79
34
RTFC Procedure 208 T 240
35
Distillation 211 T 78
36
Emulsified Asphalts 212 T 59
37
Ductility 213 T 51
38
Solubility 214 T 44
39
Water Content 217 T 55
40
41
9- 02.1(4) Asphalt Cements
42
This section is revised to read as follows:
43
44
Asphalt cement meeting the requirements of AASHTO MP1 of the grades specified in the
45
contract shall be used in the production of asphalt concrete pavement.
46
47
9- 02.1(4)A Paving Asphalt
48
This section including title is revised to read as follows:
+i
49
50
9- 02.1(4)A Vacant
51
52
9- 02.1(4)6 Modified Paving Asphalt
53
This section including title is revised to read as follows:
54
55
9- 02.1(4)B Vacant
56
57
9- 02.1(5) Recycling Agent
58
This section including title is revised to read:
59
60
9- 02.1(5) Vacant
2000 WSDOT AMENDMENTS
AM -102
1
2 9- 02.1(8) Hot Melt Traffic Button Adhesive
3 This section is revised to read as follows:
4
5 The bitumen adhesive material shall conform to the following requirements:
6
7 Test
8 Specification Method Requirement
9 Flash Point, COC F AASHTO T48 550 Min.
10 Softening Point, F AASHTO T 53 200 Min.
11 Brookfield Viscosity, 400 F ASTM D 2196 7,500 cP, Max.
12 Penetration, 100g, 5 sec, 77 F AASHTO T 49 10 -20 dmm
13 Filler Content, % by weight
14 (Insoluble in 1,1,1 Trichloroethane) ASTM D 2371 50 -75
15
16 Filler material shall be calcium carbonate and shall conform to the following fineness:
17
18 Sieve Size Percent Passing
19 No. 100 100
20 No. 200 95
21 No. 325 75
22
23 Hot melt bitumen adhesive shall develop bond pull -off strength greater than 100 psi
24 between 0 F and 120 F.
25
26 9- 02.2(1) Certification of Shipment
27 The second paragraph is revised to read as follows:
28
29 The Bill of Lading shall be supplied at the time of shipment of each truck load, truck and
30 trailer, or other lot of asphalt. In addition to the copies the Contractor requires, one copy
31 of the Bill of Lading including the Certification Statement shall be sent with the shipment
32 for agency use.
33
34 This section is supplemented with the following:
35
36 Polymerized Cationic Emulsified Asphalt CRS -2P
37 The asphalt CRS -2P shall be a polymerized cationic emulsified asphalt. The polymer
38 shall be milled into the asphalt or emulsion during the manufacturing of the emulsion. The
39 asphalt CRS -2P shall meet the following specifications:
40
41 AASHTO Test Specifications
42 Method Minimum Maximum
43
44 Viscosity @122 °F, SFS T 59 100 400
45
46 Storage Stability 1 day % T 59 - - -- 1
47
48 Demulsibility 35 ml.
49 0.8 % Dioctyl Sodium
50 Sulfosuccinate T 59 40 - - --
51
52 Particle Charge T 59 positive - - --
53 Sieve Test % T 59 - - -- 0.30
54 Distillation
55 Oil distillate by
56 vol. of emulsion % T59 (Note 1) 0 3
57
58 Residue T 59 65 - - --
59
60 Test on the Residue
61 from distillation
2000 WSDOT AMENDMENTS
AM -103
1
Penetration @770F T 49 100 250
2
3
Torsional Recovery % (Note 2) 18 _w
4
or
5
Toughness/Tenacity in -lbs (Note 3) 50/25 - - --
6
7
Note:
8
9
1. Distillation modified to use 300 grams of emulsion heated to 350 °F ± 90F and
10
maintained for 20 minutes.
11
12
2. The Torsional Recovery test shall be conducted according to the California
13
Department of Transportation Test Method No. 332.
14
15
16
3. Benson method of toughness and tenacity; Scott tester, inch - pounds at
770F, 20 in.
per minute pull. Tension head 7/8 in. diameter.
17
18
At the option of the supplier the Benson Toughness/Tenacity test can be used in lieu
19
of Torsional Recovery based on type of modifier used. If the Benson
20
Toughness/Tenacity method is used for acceptance the supplier must supply all test
21
data verifying specification conformance.
22
23
SECTION 9 -03, AGGREGATES
24
August 13, 2001
25
9- 03.1(1) General Requirements
26
This section is revised to read as follows:
3
27
28
Portland cement concrete aggregates shall be manufactured from ledge rock, talus, or
29
sand and gravel in accordance with the provisions of Section 3 -01.
30
31
Aggregates found to be potentially reactive per AASHTO T 303 or ASTM C 1260 shall
32
require mitigating measures. Aggregates for use in Commercial Concrete as defined in 6-
33
02.3(2)B shall not require mitigation. Expansions greater than 0.10 percent determined
34
according to AASHTO T 303 or ASTM C 1260 will be considered to be potentially reactive.
35
The Contracting Agency will conduct AASHTO T 303 in order to determine the potential
36
reactivity of the aggregates, all other testing is the responsibility of the Contractor.
37
38
39
Mitigating measures shall include the use of low alkali cement per 9- 01.2(3) and may
include the use of fly ash, lithium compound admixtures, or other material as approved by
40
the Engineer. The Contractor shall submit evidence in the form of test results from ASTM
41
C 1260 or AASHTO T 303 that demonstrate the proposed mitigation when used with the
42
43
aggregates proposed will control the potential expansion before the aggregate source
may be used in concrete. If fly ash is used, the Contractor shall provide test results from
44
ASTM C 441 that show the fly ash does not cause an expansion reaction greater than that
45
of the comparison control mixture prepared with cement of alkali between 0.40 and 0.60
46
percent.
47
48
Mitigating measures will not be required if the Contractor provides test results from ASTM
49
C 1293 or ASTM C 295 that indicate the aggregate is not reactive. An expansion of less
50
than 0.04 percent per ASTM C 1293 or an aggregate composition containing less than the
51
following materials per ASTM C 295 will be considered evidence that the aggregates are
52
not reactive.
53
54
Mineral Limit
55
Optically strained, microfractured, or
56
microcrystalline quartz 5.0% (max.)
57
Chert or chalcedony 3.0 /o max.
P
(max.)
i mite or cristobalite 1.0%
59
60
Opal 0.5% (max.)
Natural volcanic glass 3.0 max.
/o
2000 WSDOT AMENDMENTS
AM -104
g
2000 WSDOT AMENDMENTS
IAM -105
1
2
All these mineral limits are based on the total aggregate sample.
3
4
5
9- 03.1(4)A Deleterious Substances
In the second paragraph the reference to "WSDOT Method 103" is revised to "WAQTC FOP
6
for TM V.
7
8
9- 03.1(4)C Grading
9
In paragraph one, the column "Passing Sieve Size" is revised to read as follows:
10
11
Passing
12
Sieve Size
13
2" square
14
1 1/2" square
15
1" square
16
3/4" square
17
1/2" square
18
3/8" square
19
U.S. No. 4
20
U.S. No. 8
21
U.S. No. 16
22
23
9- 03.1(5) Combined Aggregate Gradation for Portland Cement Concrete
24
Aggregates shall consist of sand, gravel, crushed stone, or other inert material or combinations
25
thereof, having hard, strong durable particles free from adherent coatings. Aggregates shall
26
be washed to remove clay, loam, alkali, organic matter, silt, bark, sticks, or other deleterious
27
matter.
28
29
9- 03.1(5)A Deleterious Substances
30
The amount of deleterious substances in the washed aggregate shall not exceed the following
31
values:
32
33
1. Particles of specific gravity less than 1.95 2.0 percent by weight
34
2. Organic matter,--by colorirnetric test, shall not be darker than the reference Standard
35
color (organic plate No. 3) AASHTO T21 unless other tests prove a darker color to be
36
37
harmless.
3. Aggregates retained on the U.S. No. 4 sieve shall not have a percentage of wear in
38
Los Angeles machine in excess of 35 after 500 revolutions.
39
4. Clay lumps 0.3 percent by weight
40
5. Shale 1.00 percent by weight
41
6. Wood Waste 0.03 percent by weight
42
7. Amount finer than U.S. No. 200 2.0 percent by weight
43
1
44
45
9- 03.1(5)6 Grading
If a maximum aggregate size is not specified, the Contractor shall determine the maximum
46
aggregate size, using ACI 211.1 as a guide. In no case will the maximum aggregate size
47
exceed one -fifth of the narrowest dimension between sides of the forms, one -third the depth of
48
slabs, nor three - fourths of the minimum clear spacing between individual reinforcing bars,
49
bundles of bars, or pretensioning strands.
50
51
The combined aggregate gradation when plotted on the 0.45 power chart shall be between two
52
lines. The 0.45 power chart has a vertical axis that is the percent passing and a horizontal axis
53
that is the sieve size raised to the 0.45 power. One line is defined as a line that passes
54
through the point defined as 0 percent passing at the U.S. No. 100 sieve size and the point
55
defined as 100 percent passing at the maximum aggregate sieve size. The other line is
56
defined as a line that passes through the origin and the point defined as 100 percent passing
57
two standard sieve sizes down from the maximum aggregate sieve.
58
59
The Contracting Agency may sample each component aggregate prior to introduction to the
60
weigh batcher or as otherwise determined by the Engineer. Each separate component will be
g
2000 WSDOT AMENDMENTS
IAM -105
2
3
5
6
7
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
57
58
59
60
sieve analyzed alone per AASHTO procedures T- 11/27. All material components will be
mathematically re- combined by proportions (Weighted Average), supplied by the Contractor. 13
9- 03.4(2) Grading and Quality
The chart for crushed cover stone and crushed screening is revised to read as follows: 3
Crushed Crushed Screening
Cover Stone Percent Passing
Percent 3
Passing
1" square
3/4" square 100
5/8" square 95 -100
1/2" square --
3/8" square ---
U.S. No. 4 20 -45
U.S. No. 10 - --
U.S. No. 200 0 -7.5
% fracture, by
weight, min.
Sand equivalent
min.
Static Stripping
Test
75
32
Pass
3/4 " -1/2"
5/8 " -No.4
1 /2" -No.4
318 "410
No. 4-0"
100
Class A
Class D Class E
Class F
Class G
95 -100
100
- --
- --
- --
---
95 -100
100
- --
- --
0-20
- --
95 -100
100
---
0-5
- --
- --
90 -100
100
- --
0 -10
0 -15
30 -56
76 -100
- --
0 -3
0 -3
0 -10
30 -60
0 -1.5
0 -1.5
0 -1.5
0 -1.5
0 -10.0
75
75
75
75
75
Pass
Pass
Pass
Pass
Pass
9- 03.6(2) Grading
The sieve size "1/4" square" is revised to read "U.S. No. 4 ". The percent passing "40 -78" is
revised to read "32 -72 ".
9- 03.8(6) Proportions of Materials
The grading requirements chart is revised to read as follows:
The third paragraph is deleted.
9- 03.8(6)A Basis of Acceptance
The second sentence in the first paragraph (1.) is revised to read:
For the determination of a project JMF, the Contractor shall submit to the Engineer,
representative samples of the various aggregates and blend sand to be used along with
the gradation data showing the various aggregate stockpile averages and the proposed
combining ratios and the average gradation of the completed mix.
Paragraph 3.a. is revised to read:
2000 WSDOT AMENDMENTS
g
AM -106 -3
Grading Requirements
Class A
Class D Class E
Class F
Class G
Sieve Size
and B
Percent Passing
1 1/4" square
- --
- -- 100
- --
- --
1" square
- --
- -- 90 -100
- --
- --
3/4" square
100
- -- - --
100
- --
5/8" square
---
- -- 67 -86
- --
- --
1/2" square
90 -100
100 60 -80
80 -100
100
3/8" square
75 -90
97 -100 - --
- --
97 -100
U.S. No. 4
46 -66
30 -50 34 -56
38 -70
50 -78
U.S. No. 8
- --
5 -15 - --
- --
- --
U.S. No. 10
30-42
- -- 25-40
30 -50
32 -53
U.S. No. 40
11 -24
- -- 10 -23
- --
11 -24
U.S. No. 200
3.0 -7.0
2.0 -5.0 2.0 -9.0
2.0 -8.0
3.0 -7.0
The third paragraph is deleted.
9- 03.8(6)A Basis of Acceptance
The second sentence in the first paragraph (1.) is revised to read:
For the determination of a project JMF, the Contractor shall submit to the Engineer,
representative samples of the various aggregates and blend sand to be used along with
the gradation data showing the various aggregate stockpile averages and the proposed
combining ratios and the average gradation of the completed mix.
Paragraph 3.a. is revised to read:
2000 WSDOT AMENDMENTS
g
AM -106 -3
a. Tolerances - Statistical Acceptance. After the JMF is determined, the several
constituents of the mixture at the time of acceptance shall conform to the following
tolerances:
Constituent of Mixture
Aggregate passing 1", 3/4 ",
5/8 ", 1/2", and 3/8" sieves
Aggregate passing No. 4 sieve
Aggregate passing No. 10 sieve
Aggregate passing No. 40 sieve
Aggregate passing No. 200 sieve
Asphalt cement
Tolerance Limits
The tolerance limit for each
mix constituent shall not
exceed the broad band
specification limits
specified in Section
9- 03.8(6), except the
tolerance limits for sieves
designated as 100%
passing will be 99 -100.
Broad band specification
limits Section 9- 03.8(6)
± 6%
± 5%
±4%
± 2.0%
± 0.5%
For open graded mix: Tolerance limits shall be for aggregate gradation only and shall
be as specified in Section 9- 03.8(6).
The second sentence in paragraph 3.c.1. is revised to read:
Upon written request from the Contractor, the Project Engineer may approve field
adjustments to the JMF including the Contractor's proposed combining ratios for mineral
aggregate stockpiles and blend sand.
9- 03.9(1) Ballast
The sieve size "1/4 square" is revised to read "U.S. No. 4 ". The Percent Passing "30 -50" is
revised to read "26 -44 ".
9- 03.9(2) Shoulder Ballast
The chart for grading and quality requirements is revised to read as follows:
Sieve Size Percent Passing
2 1 /2" square 100
2 " square 65 -100
3/4" square 40 -80
U.S. No. 4 5 max.
U.S. No. 100 0 -2
% Fracture 75 min.
9- 03.9(3) Crushed Surfacing
The chart for crushed surfacing grading is revised to read as follows:
Sieve Size
1 1/4" square
1" square
3/4" square
5/8" square
1/2" square
U.S. No. 4
Base Top Course
Course and Keystone
Percent Passing
100 - --
80 -100 - --
--- 100
50 -80 - --
90 -100
25-45 46 -66
2000 WSDOT AMENDMENTS
IAM -107
1
2
3
25
5
6
7
29
9
10
11
12
13
14
15
16
17
18
19
20
21
a. Tolerances - Statistical Acceptance. After the JMF is determined, the several
constituents of the mixture at the time of acceptance shall conform to the following
tolerances:
Constituent of Mixture
Aggregate passing 1", 3/4 ",
5/8 ", 1/2", and 3/8" sieves
Aggregate passing No. 4 sieve
Aggregate passing No. 10 sieve
Aggregate passing No. 40 sieve
Aggregate passing No. 200 sieve
Asphalt cement
Tolerance Limits
The tolerance limit for each
mix constituent shall not
exceed the broad band
specification limits
specified in Section
9- 03.8(6), except the
tolerance limits for sieves
designated as 100%
passing will be 99 -100.
Broad band specification
limits Section 9- 03.8(6)
± 6%
± 5%
±4%
± 2.0%
± 0.5%
For open graded mix: Tolerance limits shall be for aggregate gradation only and shall
be as specified in Section 9- 03.8(6).
The second sentence in paragraph 3.c.1. is revised to read:
Upon written request from the Contractor, the Project Engineer may approve field
adjustments to the JMF including the Contractor's proposed combining ratios for mineral
aggregate stockpiles and blend sand.
9- 03.9(1) Ballast
The sieve size "1/4 square" is revised to read "U.S. No. 4 ". The Percent Passing "30 -50" is
revised to read "26 -44 ".
9- 03.9(2) Shoulder Ballast
The chart for grading and quality requirements is revised to read as follows:
Sieve Size Percent Passing
2 1 /2" square 100
2 " square 65 -100
3/4" square 40 -80
U.S. No. 4 5 max.
U.S. No. 100 0 -2
% Fracture 75 min.
9- 03.9(3) Crushed Surfacing
The chart for crushed surfacing grading is revised to read as follows:
Sieve Size
1 1/4" square
1" square
3/4" square
5/8" square
1/2" square
U.S. No. 4
Base Top Course
Course and Keystone
Percent Passing
100 - --
80 -100 - --
--- 100
50 -80 - --
90 -100
25-45 46 -66
2000 WSDOT AMENDMENTS
IAM -107
22
23
24
25
26
27
28
29
30
31
32
a. Tolerances - Statistical Acceptance. After the JMF is determined, the several
constituents of the mixture at the time of acceptance shall conform to the following
tolerances:
Constituent of Mixture
Aggregate passing 1", 3/4 ",
5/8 ", 1/2", and 3/8" sieves
Aggregate passing No. 4 sieve
Aggregate passing No. 10 sieve
Aggregate passing No. 40 sieve
Aggregate passing No. 200 sieve
Asphalt cement
Tolerance Limits
The tolerance limit for each
mix constituent shall not
exceed the broad band
specification limits
specified in Section
9- 03.8(6), except the
tolerance limits for sieves
designated as 100%
passing will be 99 -100.
Broad band specification
limits Section 9- 03.8(6)
± 6%
± 5%
±4%
± 2.0%
± 0.5%
For open graded mix: Tolerance limits shall be for aggregate gradation only and shall
be as specified in Section 9- 03.8(6).
The second sentence in paragraph 3.c.1. is revised to read:
Upon written request from the Contractor, the Project Engineer may approve field
adjustments to the JMF including the Contractor's proposed combining ratios for mineral
aggregate stockpiles and blend sand.
9- 03.9(1) Ballast
The sieve size "1/4 square" is revised to read "U.S. No. 4 ". The Percent Passing "30 -50" is
revised to read "26 -44 ".
9- 03.9(2) Shoulder Ballast
The chart for grading and quality requirements is revised to read as follows:
Sieve Size Percent Passing
2 1 /2" square 100
2 " square 65 -100
3/4" square 40 -80
U.S. No. 4 5 max.
U.S. No. 100 0 -2
% Fracture 75 min.
9- 03.9(3) Crushed Surfacing
The chart for crushed surfacing grading is revised to read as follows:
Sieve Size
1 1/4" square
1" square
3/4" square
5/8" square
1/2" square
U.S. No. 4
Base Top Course
Course and Keystone
Percent Passing
100 - --
80 -100 - --
--- 100
50 -80 - --
90 -100
25-45 46 -66
2000 WSDOT AMENDMENTS
IAM -107
33
34
35
36
a. Tolerances - Statistical Acceptance. After the JMF is determined, the several
constituents of the mixture at the time of acceptance shall conform to the following
tolerances:
Constituent of Mixture
Aggregate passing 1", 3/4 ",
5/8 ", 1/2", and 3/8" sieves
Aggregate passing No. 4 sieve
Aggregate passing No. 10 sieve
Aggregate passing No. 40 sieve
Aggregate passing No. 200 sieve
Asphalt cement
Tolerance Limits
The tolerance limit for each
mix constituent shall not
exceed the broad band
specification limits
specified in Section
9- 03.8(6), except the
tolerance limits for sieves
designated as 100%
passing will be 99 -100.
Broad band specification
limits Section 9- 03.8(6)
± 6%
± 5%
±4%
± 2.0%
± 0.5%
For open graded mix: Tolerance limits shall be for aggregate gradation only and shall
be as specified in Section 9- 03.8(6).
The second sentence in paragraph 3.c.1. is revised to read:
Upon written request from the Contractor, the Project Engineer may approve field
adjustments to the JMF including the Contractor's proposed combining ratios for mineral
aggregate stockpiles and blend sand.
9- 03.9(1) Ballast
The sieve size "1/4 square" is revised to read "U.S. No. 4 ". The Percent Passing "30 -50" is
revised to read "26 -44 ".
9- 03.9(2) Shoulder Ballast
The chart for grading and quality requirements is revised to read as follows:
Sieve Size Percent Passing
2 1 /2" square 100
2 " square 65 -100
3/4" square 40 -80
U.S. No. 4 5 max.
U.S. No. 100 0 -2
% Fracture 75 min.
9- 03.9(3) Crushed Surfacing
The chart for crushed surfacing grading is revised to read as follows:
Sieve Size
1 1/4" square
1" square
3/4" square
5/8" square
1/2" square
U.S. No. 4
Base Top Course
Course and Keystone
Percent Passing
100 - --
80 -100 - --
--- 100
50 -80 - --
90 -100
25-45 46 -66
2000 WSDOT AMENDMENTS
IAM -107
37
38
39
40
41
42
43
a. Tolerances - Statistical Acceptance. After the JMF is determined, the several
constituents of the mixture at the time of acceptance shall conform to the following
tolerances:
Constituent of Mixture
Aggregate passing 1", 3/4 ",
5/8 ", 1/2", and 3/8" sieves
Aggregate passing No. 4 sieve
Aggregate passing No. 10 sieve
Aggregate passing No. 40 sieve
Aggregate passing No. 200 sieve
Asphalt cement
Tolerance Limits
The tolerance limit for each
mix constituent shall not
exceed the broad band
specification limits
specified in Section
9- 03.8(6), except the
tolerance limits for sieves
designated as 100%
passing will be 99 -100.
Broad band specification
limits Section 9- 03.8(6)
± 6%
± 5%
±4%
± 2.0%
± 0.5%
For open graded mix: Tolerance limits shall be for aggregate gradation only and shall
be as specified in Section 9- 03.8(6).
The second sentence in paragraph 3.c.1. is revised to read:
Upon written request from the Contractor, the Project Engineer may approve field
adjustments to the JMF including the Contractor's proposed combining ratios for mineral
aggregate stockpiles and blend sand.
9- 03.9(1) Ballast
The sieve size "1/4 square" is revised to read "U.S. No. 4 ". The Percent Passing "30 -50" is
revised to read "26 -44 ".
9- 03.9(2) Shoulder Ballast
The chart for grading and quality requirements is revised to read as follows:
Sieve Size Percent Passing
2 1 /2" square 100
2 " square 65 -100
3/4" square 40 -80
U.S. No. 4 5 max.
U.S. No. 100 0 -2
% Fracture 75 min.
9- 03.9(3) Crushed Surfacing
The chart for crushed surfacing grading is revised to read as follows:
Sieve Size
1 1/4" square
1" square
3/4" square
5/8" square
1/2" square
U.S. No. 4
Base Top Course
Course and Keystone
Percent Passing
100 - --
80 -100 - --
--- 100
50 -80 - --
90 -100
25-45 46 -66
2000 WSDOT AMENDMENTS
IAM -107
44
45
46
47
a. Tolerances - Statistical Acceptance. After the JMF is determined, the several
constituents of the mixture at the time of acceptance shall conform to the following
tolerances:
Constituent of Mixture
Aggregate passing 1", 3/4 ",
5/8 ", 1/2", and 3/8" sieves
Aggregate passing No. 4 sieve
Aggregate passing No. 10 sieve
Aggregate passing No. 40 sieve
Aggregate passing No. 200 sieve
Asphalt cement
Tolerance Limits
The tolerance limit for each
mix constituent shall not
exceed the broad band
specification limits
specified in Section
9- 03.8(6), except the
tolerance limits for sieves
designated as 100%
passing will be 99 -100.
Broad band specification
limits Section 9- 03.8(6)
± 6%
± 5%
±4%
± 2.0%
± 0.5%
For open graded mix: Tolerance limits shall be for aggregate gradation only and shall
be as specified in Section 9- 03.8(6).
The second sentence in paragraph 3.c.1. is revised to read:
Upon written request from the Contractor, the Project Engineer may approve field
adjustments to the JMF including the Contractor's proposed combining ratios for mineral
aggregate stockpiles and blend sand.
9- 03.9(1) Ballast
The sieve size "1/4 square" is revised to read "U.S. No. 4 ". The Percent Passing "30 -50" is
revised to read "26 -44 ".
9- 03.9(2) Shoulder Ballast
The chart for grading and quality requirements is revised to read as follows:
Sieve Size Percent Passing
2 1 /2" square 100
2 " square 65 -100
3/4" square 40 -80
U.S. No. 4 5 max.
U.S. No. 100 0 -2
% Fracture 75 min.
9- 03.9(3) Crushed Surfacing
The chart for crushed surfacing grading is revised to read as follows:
Sieve Size
1 1/4" square
1" square
3/4" square
5/8" square
1/2" square
U.S. No. 4
Base Top Course
Course and Keystone
Percent Passing
100 - --
80 -100 - --
--- 100
50 -80 - --
90 -100
25-45 46 -66
2000 WSDOT AMENDMENTS
IAM -107
48
49
50
51
52
53
54
a. Tolerances - Statistical Acceptance. After the JMF is determined, the several
constituents of the mixture at the time of acceptance shall conform to the following
tolerances:
Constituent of Mixture
Aggregate passing 1", 3/4 ",
5/8 ", 1/2", and 3/8" sieves
Aggregate passing No. 4 sieve
Aggregate passing No. 10 sieve
Aggregate passing No. 40 sieve
Aggregate passing No. 200 sieve
Asphalt cement
Tolerance Limits
The tolerance limit for each
mix constituent shall not
exceed the broad band
specification limits
specified in Section
9- 03.8(6), except the
tolerance limits for sieves
designated as 100%
passing will be 99 -100.
Broad band specification
limits Section 9- 03.8(6)
± 6%
± 5%
±4%
± 2.0%
± 0.5%
For open graded mix: Tolerance limits shall be for aggregate gradation only and shall
be as specified in Section 9- 03.8(6).
The second sentence in paragraph 3.c.1. is revised to read:
Upon written request from the Contractor, the Project Engineer may approve field
adjustments to the JMF including the Contractor's proposed combining ratios for mineral
aggregate stockpiles and blend sand.
9- 03.9(1) Ballast
The sieve size "1/4 square" is revised to read "U.S. No. 4 ". The Percent Passing "30 -50" is
revised to read "26 -44 ".
9- 03.9(2) Shoulder Ballast
The chart for grading and quality requirements is revised to read as follows:
Sieve Size Percent Passing
2 1 /2" square 100
2 " square 65 -100
3/4" square 40 -80
U.S. No. 4 5 max.
U.S. No. 100 0 -2
% Fracture 75 min.
9- 03.9(3) Crushed Surfacing
The chart for crushed surfacing grading is revised to read as follows:
Sieve Size
1 1/4" square
1" square
3/4" square
5/8" square
1/2" square
U.S. No. 4
Base Top Course
Course and Keystone
Percent Passing
100 - --
80 -100 - --
--- 100
50 -80 - --
90 -100
25-45 46 -66
2000 WSDOT AMENDMENTS
IAM -107
55
56
57
58
a. Tolerances - Statistical Acceptance. After the JMF is determined, the several
constituents of the mixture at the time of acceptance shall conform to the following
tolerances:
Constituent of Mixture
Aggregate passing 1", 3/4 ",
5/8 ", 1/2", and 3/8" sieves
Aggregate passing No. 4 sieve
Aggregate passing No. 10 sieve
Aggregate passing No. 40 sieve
Aggregate passing No. 200 sieve
Asphalt cement
Tolerance Limits
The tolerance limit for each
mix constituent shall not
exceed the broad band
specification limits
specified in Section
9- 03.8(6), except the
tolerance limits for sieves
designated as 100%
passing will be 99 -100.
Broad band specification
limits Section 9- 03.8(6)
± 6%
± 5%
±4%
± 2.0%
± 0.5%
For open graded mix: Tolerance limits shall be for aggregate gradation only and shall
be as specified in Section 9- 03.8(6).
The second sentence in paragraph 3.c.1. is revised to read:
Upon written request from the Contractor, the Project Engineer may approve field
adjustments to the JMF including the Contractor's proposed combining ratios for mineral
aggregate stockpiles and blend sand.
9- 03.9(1) Ballast
The sieve size "1/4 square" is revised to read "U.S. No. 4 ". The Percent Passing "30 -50" is
revised to read "26 -44 ".
9- 03.9(2) Shoulder Ballast
The chart for grading and quality requirements is revised to read as follows:
Sieve Size Percent Passing
2 1 /2" square 100
2 " square 65 -100
3/4" square 40 -80
U.S. No. 4 5 max.
U.S. No. 100 0 -2
% Fracture 75 min.
9- 03.9(3) Crushed Surfacing
The chart for crushed surfacing grading is revised to read as follows:
Sieve Size
1 1/4" square
1" square
3/4" square
5/8" square
1/2" square
U.S. No. 4
Base Top Course
Course and Keystone
Percent Passing
100 - --
80 -100 - --
--- 100
50 -80 - --
90 -100
25-45 46 -66
2000 WSDOT AMENDMENTS
IAM -107
59
60
61
a. Tolerances - Statistical Acceptance. After the JMF is determined, the several
constituents of the mixture at the time of acceptance shall conform to the following
tolerances:
Constituent of Mixture
Aggregate passing 1", 3/4 ",
5/8 ", 1/2", and 3/8" sieves
Aggregate passing No. 4 sieve
Aggregate passing No. 10 sieve
Aggregate passing No. 40 sieve
Aggregate passing No. 200 sieve
Asphalt cement
Tolerance Limits
The tolerance limit for each
mix constituent shall not
exceed the broad band
specification limits
specified in Section
9- 03.8(6), except the
tolerance limits for sieves
designated as 100%
passing will be 99 -100.
Broad band specification
limits Section 9- 03.8(6)
± 6%
± 5%
±4%
± 2.0%
± 0.5%
For open graded mix: Tolerance limits shall be for aggregate gradation only and shall
be as specified in Section 9- 03.8(6).
The second sentence in paragraph 3.c.1. is revised to read:
Upon written request from the Contractor, the Project Engineer may approve field
adjustments to the JMF including the Contractor's proposed combining ratios for mineral
aggregate stockpiles and blend sand.
9- 03.9(1) Ballast
The sieve size "1/4 square" is revised to read "U.S. No. 4 ". The Percent Passing "30 -50" is
revised to read "26 -44 ".
9- 03.9(2) Shoulder Ballast
The chart for grading and quality requirements is revised to read as follows:
Sieve Size Percent Passing
2 1 /2" square 100
2 " square 65 -100
3/4" square 40 -80
U.S. No. 4 5 max.
U.S. No. 100 0 -2
% Fracture 75 min.
9- 03.9(3) Crushed Surfacing
The chart for crushed surfacing grading is revised to read as follows:
Sieve Size
1 1/4" square
1" square
3/4" square
5/8" square
1/2" square
U.S. No. 4
Base Top Course
Course and Keystone
Percent Passing
100 - --
80 -100 - --
--- 100
50 -80 - --
90 -100
25-45 46 -66
2000 WSDOT AMENDMENTS
IAM -107
2
4
5
6
7
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
56
57
58
59
60
61
U.S. No. 40
3 -18
8 -24
U.S. No. 200
7.5 max.
10.0 max.
% Fracture
75 min.
75 min.
Sand Equivalent
32 min.
32 min.
All percentages are by weight.
9- 03.9(4) Maintenance Rock
The grading chart for maintenance rock is revised to read as follows:
Sieve Size Percent Passing
5/8" square
100
1/2" square
90 -100
U.S. No. 4
45 -66
U.S. No. 40
10 -25
U.S. No. 200
7 max.
All percentages are by weight.
9 -03.10 Aggregate for Gravel Base
The grading chart for aggregate for gravel base is revised to read as follows:
Sieve Size Percent Passing
2" square 75 -100
U.S. No. 4 22 -100
U.S. No. 200 0 -10
Dust Ratio; % Passing U.S. No. 200 2/3 max.
% Passing U.S. No. 40
Sand Equivalent 27 min.
All percentages are by weight.
Gravel base material retained on a U. S. No. 4 sieve shall contain not more than 0.20
percent by mass of wood waste.
9 -03.11 Recycled Portland Cement Concrete Rubble
In the third paragraph, the reference to 1/4 inch" is revised to read "U.S. No. 4 ".
9- 03.12(2) Gravel Backfill for Walls
The grading requirements chart for gravel backfill for walls is revised to read as follows:
Sieve Size Percent Passing
4" square
100
2" square
75 -100
U.S. No. 4
22 -66
U.S. No. 200
5.0 max.
Dust Ratio: % Passinq U.S. No. 200
2/3 max
% Passing U.S. No. 40
Sand Equivalent 52 min.
All percentages are by weight.
That portion of the material retained on a U.S. No. 4 square opening shall contain not
more than 0.20 percent by mass of wood waste.
-- 2000 WSDOT AMENDMENTS
AM -108
V
V-0
�j
0
1
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
57
58
59
60
61
9- 03.12(3) Gravel Backfill for Pipe Zone Bedding
The grading requirements chart for gravel backfill for pipe zone bedding is revised to read as
follows:
Sieve Size
1" square
3/4" square
U.S. No. 4
U.S. No. 200
Sand Equivalent
*5.0 max. for sanitary sewer installations.
All percentages are by weight.
9- 03.12(5) Gravel Backfill for Drywells
This section is revised to read as follows:
Percent Passing
100
80 -100
20 -75
15.0 max.*
27 min.
Gravel backfill for drywells shall conform to the following gradings:
Sieve Size Percent Passing
1 1/2" square
100
1" square
80 -100
3/4" square
0 -20
3/8" square
0 -2
U.S. No. 200
0 -1.5
Alkali silica reactivity testing is not required.
9 -03.13 Backfill for Sand Drains
This section is revised to read as follows:
Backfill for sand drains shall conform to the following grading:
Sieve Size
1/2" square
U.S. No. 4
U.S. No. 10
U.S. No. 50
U.S. No. 100
U.S. No. 200
All percentages are by weight.
9- 03.13(1) Sand Drainage Blanket
This section is revised to read as follows:
Percent Passing
90 -100
57 -100
40 -100
3.30
0-4
0 -3.0
Aggregate for the sand drainage blanket shall consist of granular material, free from
wood, bark, or other extraneous material and shall meet the following requirements for
grading:
Sieve Size
2 1/2" square
U.S. No. 4
U.S. No. 10
U.S. No. 50
2000 WSDOT AMENDMENTS
AM -109
Percent Passing
90 -100
24 -100
14 -100
0 -30
2
3
4
6
7
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
57
58
59
60
61
U.S. No. 100 0 -7.0
U.S. No. 200 0 -3.0
All percentages are by weight.
That portion of backfill for sand drains and sand drainage blanket retained on a U.S.
No. 4 sieve shall contain not more than 0.05 percent by mass of wood waste.
9- 03.14(1) Gravel Borrow 3
This section is revised to read as follows:
Aggregate for gravel borrow shall consist of granular material, either naturally occurring or 3
processed, and shall meet the following requirements for grading and quality:
Sieve Size
4" squarel
2" Square
U.S. No. 4
U.S. No. 40
U.S. No. 200
Sand Equivalent
All percentages are by weight.
Percent Passing
100
75 -100
50 -80
30 max.
7.0 max.
42 min.
1For geosynthetic reinforced walls or slopes, 100% passing 1 1/4" square sieve and
90 -100% passing 1" square sieve. 3
9- 03.14(2) Select Borrow
This section is revised to read as follows:
Material for select borrow shall consist of granular material, either naturally occurring or
processed, and shall meet the following requirements for grading and quality:
Sieve Size
6" square l' 2
3" square
U.S. No. 40
U.S. No. 200
Sand Equivalent
All percentages are by weight.
Percent Passing
100
75 -100
50 max.
10.0 max.
22 min.
1For geosynthetic reinforced slopes, 100% passing 1 1/4" square sieve and 90 -100%
passing 1" square sieve.
2100% shall pass 4" square sieve and 75 -100% shall pass 2" square sieve when
select borrow is used in the top 2 feet of embankments or where Method C
compaction is required.
H
9- 03.14(3) Common Borrow 3
In the third paragraph the reference to "Standard Test Designation" is revised to "Test
Method ".
9 -03.18 Foundation Material Class C
The reference to 1/4 -inch sieve" is revised to read "U.S. No. 4 ".
9 -03.20 Test Methods for Aggregates
This section is revised to read as follows:
2000 WSDOT AMENDMENTS
AM -110
V
1
2
The properties enumerated in these Specifications shall be determined in accordance with
the following methods of test:
Title
Sampling
Organic Impurities
Clay Lumps in Aggregates
Abrasion of Coarse Aggregates
by Use of the Los Angeles Machine
Material Finer than U.S. No. 200 Sieve
in Aggregates
Percent of Fracture in Aggregates
Sieve Analysis of Fine and Coarse
Aggregates
Sand Equivalent Test for Surfacing
Materials
Determination of Degradation Value
Determination of Fineness Modulus
Particle Size Analysis of Soils
Stabilometer R Value, Untreated
Materials
Swell Pressure and Permeability
Stabilometer S Value, Treated Materials
Gradation of Aggregates in ACP
Determining Stripping of Asphalt
Concrete
Compressive Strength of Concrete
Flexural Strength of Concrete
Test Method
WSDOT FOP for AASHTO T 2
AASHTO T 21
AASHTO T 112
AASHTO T 96
AASHTO T 11
WAQTC FOP for TM 1
WAQTC FOP for T 27/11
WSDOT FOP for AASHTO T 176
Alternate Method 2, the pre -wet
condition
WSDOT T 113
AASHTO T 27
AASHTO T 88
WSDOT T 611
WSDOT T 611
WSDOT T 703
WSDOT FOP for AASHTO T 30
WSDOT T 718
WSDOT FOP for AASHTO T 22
WSDOT T 802
9- 03.21(2) Recycled Glass Aggregate
In the second paragraph the second sentence is revised to read as follows:
Sieve analysis shall be conducted according to WAQTC FOP for AASHTO T 27/11 on at
least a quarterly basis by the product supplier.
In the fourth paragraph the third sentence is revised to read as follows:
Sample collection shall be conducted according to WSDOT FOP for AASHTO T 2.
SECTION 9 -04, JOINT AND CRACK SEALING MATERIALS
April 30, 2001
9 -04.5 Flexible Plastic Gaskets
This section is revised to read as follows:
The gasket material shall be produced from blends of refined hydro- carbon resins and
plasticizing materials reinforced with inert mineral filler and shall contain no solvents. It
shall not depend on oxidizing, evaporating, or chemical action for adhesive or cohesive
strength. It shall be supplied in extruded rope -form of such cross - section and size as to
adequately fill spaces between the precast sections.
The gasket material shall be protected by a suitable removable two -piece wrapper so
designed as to permit removing one half, longitudinally, without disturbing the other. Its
composition and properties shall conform to those set forth below.
Bitumen (Petroleum plastic
content
Ash -inert Mineral Matter
Test Method Min. Max.
ASTM D 4 50 70
AASHTO T 11 30 50
2000 WSDOT AMENDMENTS
IAM -111
3
16
5
6
19
20
9
10
11
12
13
14
The properties enumerated in these Specifications shall be determined in accordance with
the following methods of test:
Title
Sampling
Organic Impurities
Clay Lumps in Aggregates
Abrasion of Coarse Aggregates
by Use of the Los Angeles Machine
Material Finer than U.S. No. 200 Sieve
in Aggregates
Percent of Fracture in Aggregates
Sieve Analysis of Fine and Coarse
Aggregates
Sand Equivalent Test for Surfacing
Materials
Determination of Degradation Value
Determination of Fineness Modulus
Particle Size Analysis of Soils
Stabilometer R Value, Untreated
Materials
Swell Pressure and Permeability
Stabilometer S Value, Treated Materials
Gradation of Aggregates in ACP
Determining Stripping of Asphalt
Concrete
Compressive Strength of Concrete
Flexural Strength of Concrete
Test Method
WSDOT FOP for AASHTO T 2
AASHTO T 21
AASHTO T 112
AASHTO T 96
AASHTO T 11
WAQTC FOP for TM 1
WAQTC FOP for T 27/11
WSDOT FOP for AASHTO T 176
Alternate Method 2, the pre -wet
condition
WSDOT T 113
AASHTO T 27
AASHTO T 88
WSDOT T 611
WSDOT T 611
WSDOT T 703
WSDOT FOP for AASHTO T 30
WSDOT T 718
WSDOT FOP for AASHTO T 22
WSDOT T 802
9- 03.21(2) Recycled Glass Aggregate
In the second paragraph the second sentence is revised to read as follows:
Sieve analysis shall be conducted according to WAQTC FOP for AASHTO T 27/11 on at
least a quarterly basis by the product supplier.
In the fourth paragraph the third sentence is revised to read as follows:
Sample collection shall be conducted according to WSDOT FOP for AASHTO T 2.
SECTION 9 -04, JOINT AND CRACK SEALING MATERIALS
April 30, 2001
9 -04.5 Flexible Plastic Gaskets
This section is revised to read as follows:
The gasket material shall be produced from blends of refined hydro- carbon resins and
plasticizing materials reinforced with inert mineral filler and shall contain no solvents. It
shall not depend on oxidizing, evaporating, or chemical action for adhesive or cohesive
strength. It shall be supplied in extruded rope -form of such cross - section and size as to
adequately fill spaces between the precast sections.
The gasket material shall be protected by a suitable removable two -piece wrapper so
designed as to permit removing one half, longitudinally, without disturbing the other. Its
composition and properties shall conform to those set forth below.
Bitumen (Petroleum plastic
content
Ash -inert Mineral Matter
Test Method Min. Max.
ASTM D 4 50 70
AASHTO T 11 30 50
2000 WSDOT AMENDMENTS
IAM -111
15
16
17
18
19
20
21
The properties enumerated in these Specifications shall be determined in accordance with
the following methods of test:
Title
Sampling
Organic Impurities
Clay Lumps in Aggregates
Abrasion of Coarse Aggregates
by Use of the Los Angeles Machine
Material Finer than U.S. No. 200 Sieve
in Aggregates
Percent of Fracture in Aggregates
Sieve Analysis of Fine and Coarse
Aggregates
Sand Equivalent Test for Surfacing
Materials
Determination of Degradation Value
Determination of Fineness Modulus
Particle Size Analysis of Soils
Stabilometer R Value, Untreated
Materials
Swell Pressure and Permeability
Stabilometer S Value, Treated Materials
Gradation of Aggregates in ACP
Determining Stripping of Asphalt
Concrete
Compressive Strength of Concrete
Flexural Strength of Concrete
Test Method
WSDOT FOP for AASHTO T 2
AASHTO T 21
AASHTO T 112
AASHTO T 96
AASHTO T 11
WAQTC FOP for TM 1
WAQTC FOP for T 27/11
WSDOT FOP for AASHTO T 176
Alternate Method 2, the pre -wet
condition
WSDOT T 113
AASHTO T 27
AASHTO T 88
WSDOT T 611
WSDOT T 611
WSDOT T 703
WSDOT FOP for AASHTO T 30
WSDOT T 718
WSDOT FOP for AASHTO T 22
WSDOT T 802
9- 03.21(2) Recycled Glass Aggregate
In the second paragraph the second sentence is revised to read as follows:
Sieve analysis shall be conducted according to WAQTC FOP for AASHTO T 27/11 on at
least a quarterly basis by the product supplier.
In the fourth paragraph the third sentence is revised to read as follows:
Sample collection shall be conducted according to WSDOT FOP for AASHTO T 2.
SECTION 9 -04, JOINT AND CRACK SEALING MATERIALS
April 30, 2001
9 -04.5 Flexible Plastic Gaskets
This section is revised to read as follows:
The gasket material shall be produced from blends of refined hydro- carbon resins and
plasticizing materials reinforced with inert mineral filler and shall contain no solvents. It
shall not depend on oxidizing, evaporating, or chemical action for adhesive or cohesive
strength. It shall be supplied in extruded rope -form of such cross - section and size as to
adequately fill spaces between the precast sections.
The gasket material shall be protected by a suitable removable two -piece wrapper so
designed as to permit removing one half, longitudinally, without disturbing the other. Its
composition and properties shall conform to those set forth below.
Bitumen (Petroleum plastic
content
Ash -inert Mineral Matter
Test Method Min. Max.
ASTM D 4 50 70
AASHTO T 11 30 50
2000 WSDOT AMENDMENTS
IAM -111
22
23
24
25
The properties enumerated in these Specifications shall be determined in accordance with
the following methods of test:
Title
Sampling
Organic Impurities
Clay Lumps in Aggregates
Abrasion of Coarse Aggregates
by Use of the Los Angeles Machine
Material Finer than U.S. No. 200 Sieve
in Aggregates
Percent of Fracture in Aggregates
Sieve Analysis of Fine and Coarse
Aggregates
Sand Equivalent Test for Surfacing
Materials
Determination of Degradation Value
Determination of Fineness Modulus
Particle Size Analysis of Soils
Stabilometer R Value, Untreated
Materials
Swell Pressure and Permeability
Stabilometer S Value, Treated Materials
Gradation of Aggregates in ACP
Determining Stripping of Asphalt
Concrete
Compressive Strength of Concrete
Flexural Strength of Concrete
Test Method
WSDOT FOP for AASHTO T 2
AASHTO T 21
AASHTO T 112
AASHTO T 96
AASHTO T 11
WAQTC FOP for TM 1
WAQTC FOP for T 27/11
WSDOT FOP for AASHTO T 176
Alternate Method 2, the pre -wet
condition
WSDOT T 113
AASHTO T 27
AASHTO T 88
WSDOT T 611
WSDOT T 611
WSDOT T 703
WSDOT FOP for AASHTO T 30
WSDOT T 718
WSDOT FOP for AASHTO T 22
WSDOT T 802
9- 03.21(2) Recycled Glass Aggregate
In the second paragraph the second sentence is revised to read as follows:
Sieve analysis shall be conducted according to WAQTC FOP for AASHTO T 27/11 on at
least a quarterly basis by the product supplier.
In the fourth paragraph the third sentence is revised to read as follows:
Sample collection shall be conducted according to WSDOT FOP for AASHTO T 2.
SECTION 9 -04, JOINT AND CRACK SEALING MATERIALS
April 30, 2001
9 -04.5 Flexible Plastic Gaskets
This section is revised to read as follows:
The gasket material shall be produced from blends of refined hydro- carbon resins and
plasticizing materials reinforced with inert mineral filler and shall contain no solvents. It
shall not depend on oxidizing, evaporating, or chemical action for adhesive or cohesive
strength. It shall be supplied in extruded rope -form of such cross - section and size as to
adequately fill spaces between the precast sections.
The gasket material shall be protected by a suitable removable two -piece wrapper so
designed as to permit removing one half, longitudinally, without disturbing the other. Its
composition and properties shall conform to those set forth below.
Bitumen (Petroleum plastic
content
Ash -inert Mineral Matter
Test Method Min. Max.
ASTM D 4 50 70
AASHTO T 11 30 50
2000 WSDOT AMENDMENTS
IAM -111
26
27
28
29
30
31
32
The properties enumerated in these Specifications shall be determined in accordance with
the following methods of test:
Title
Sampling
Organic Impurities
Clay Lumps in Aggregates
Abrasion of Coarse Aggregates
by Use of the Los Angeles Machine
Material Finer than U.S. No. 200 Sieve
in Aggregates
Percent of Fracture in Aggregates
Sieve Analysis of Fine and Coarse
Aggregates
Sand Equivalent Test for Surfacing
Materials
Determination of Degradation Value
Determination of Fineness Modulus
Particle Size Analysis of Soils
Stabilometer R Value, Untreated
Materials
Swell Pressure and Permeability
Stabilometer S Value, Treated Materials
Gradation of Aggregates in ACP
Determining Stripping of Asphalt
Concrete
Compressive Strength of Concrete
Flexural Strength of Concrete
Test Method
WSDOT FOP for AASHTO T 2
AASHTO T 21
AASHTO T 112
AASHTO T 96
AASHTO T 11
WAQTC FOP for TM 1
WAQTC FOP for T 27/11
WSDOT FOP for AASHTO T 176
Alternate Method 2, the pre -wet
condition
WSDOT T 113
AASHTO T 27
AASHTO T 88
WSDOT T 611
WSDOT T 611
WSDOT T 703
WSDOT FOP for AASHTO T 30
WSDOT T 718
WSDOT FOP for AASHTO T 22
WSDOT T 802
9- 03.21(2) Recycled Glass Aggregate
In the second paragraph the second sentence is revised to read as follows:
Sieve analysis shall be conducted according to WAQTC FOP for AASHTO T 27/11 on at
least a quarterly basis by the product supplier.
In the fourth paragraph the third sentence is revised to read as follows:
Sample collection shall be conducted according to WSDOT FOP for AASHTO T 2.
SECTION 9 -04, JOINT AND CRACK SEALING MATERIALS
April 30, 2001
9 -04.5 Flexible Plastic Gaskets
This section is revised to read as follows:
The gasket material shall be produced from blends of refined hydro- carbon resins and
plasticizing materials reinforced with inert mineral filler and shall contain no solvents. It
shall not depend on oxidizing, evaporating, or chemical action for adhesive or cohesive
strength. It shall be supplied in extruded rope -form of such cross - section and size as to
adequately fill spaces between the precast sections.
The gasket material shall be protected by a suitable removable two -piece wrapper so
designed as to permit removing one half, longitudinally, without disturbing the other. Its
composition and properties shall conform to those set forth below.
Bitumen (Petroleum plastic
content
Ash -inert Mineral Matter
Test Method Min. Max.
ASTM D 4 50 70
AASHTO T 11 30 50
2000 WSDOT AMENDMENTS
IAM -111
33
34
35
36
The properties enumerated in these Specifications shall be determined in accordance with
the following methods of test:
Title
Sampling
Organic Impurities
Clay Lumps in Aggregates
Abrasion of Coarse Aggregates
by Use of the Los Angeles Machine
Material Finer than U.S. No. 200 Sieve
in Aggregates
Percent of Fracture in Aggregates
Sieve Analysis of Fine and Coarse
Aggregates
Sand Equivalent Test for Surfacing
Materials
Determination of Degradation Value
Determination of Fineness Modulus
Particle Size Analysis of Soils
Stabilometer R Value, Untreated
Materials
Swell Pressure and Permeability
Stabilometer S Value, Treated Materials
Gradation of Aggregates in ACP
Determining Stripping of Asphalt
Concrete
Compressive Strength of Concrete
Flexural Strength of Concrete
Test Method
WSDOT FOP for AASHTO T 2
AASHTO T 21
AASHTO T 112
AASHTO T 96
AASHTO T 11
WAQTC FOP for TM 1
WAQTC FOP for T 27/11
WSDOT FOP for AASHTO T 176
Alternate Method 2, the pre -wet
condition
WSDOT T 113
AASHTO T 27
AASHTO T 88
WSDOT T 611
WSDOT T 611
WSDOT T 703
WSDOT FOP for AASHTO T 30
WSDOT T 718
WSDOT FOP for AASHTO T 22
WSDOT T 802
9- 03.21(2) Recycled Glass Aggregate
In the second paragraph the second sentence is revised to read as follows:
Sieve analysis shall be conducted according to WAQTC FOP for AASHTO T 27/11 on at
least a quarterly basis by the product supplier.
In the fourth paragraph the third sentence is revised to read as follows:
Sample collection shall be conducted according to WSDOT FOP for AASHTO T 2.
SECTION 9 -04, JOINT AND CRACK SEALING MATERIALS
April 30, 2001
9 -04.5 Flexible Plastic Gaskets
This section is revised to read as follows:
The gasket material shall be produced from blends of refined hydro- carbon resins and
plasticizing materials reinforced with inert mineral filler and shall contain no solvents. It
shall not depend on oxidizing, evaporating, or chemical action for adhesive or cohesive
strength. It shall be supplied in extruded rope -form of such cross - section and size as to
adequately fill spaces between the precast sections.
The gasket material shall be protected by a suitable removable two -piece wrapper so
designed as to permit removing one half, longitudinally, without disturbing the other. Its
composition and properties shall conform to those set forth below.
Bitumen (Petroleum plastic
content
Ash -inert Mineral Matter
Test Method Min. Max.
ASTM D 4 50 70
AASHTO T 11 30 50
2000 WSDOT AMENDMENTS
IAM -111
37
38
39
40
41
42
43
The properties enumerated in these Specifications shall be determined in accordance with
the following methods of test:
Title
Sampling
Organic Impurities
Clay Lumps in Aggregates
Abrasion of Coarse Aggregates
by Use of the Los Angeles Machine
Material Finer than U.S. No. 200 Sieve
in Aggregates
Percent of Fracture in Aggregates
Sieve Analysis of Fine and Coarse
Aggregates
Sand Equivalent Test for Surfacing
Materials
Determination of Degradation Value
Determination of Fineness Modulus
Particle Size Analysis of Soils
Stabilometer R Value, Untreated
Materials
Swell Pressure and Permeability
Stabilometer S Value, Treated Materials
Gradation of Aggregates in ACP
Determining Stripping of Asphalt
Concrete
Compressive Strength of Concrete
Flexural Strength of Concrete
Test Method
WSDOT FOP for AASHTO T 2
AASHTO T 21
AASHTO T 112
AASHTO T 96
AASHTO T 11
WAQTC FOP for TM 1
WAQTC FOP for T 27/11
WSDOT FOP for AASHTO T 176
Alternate Method 2, the pre -wet
condition
WSDOT T 113
AASHTO T 27
AASHTO T 88
WSDOT T 611
WSDOT T 611
WSDOT T 703
WSDOT FOP for AASHTO T 30
WSDOT T 718
WSDOT FOP for AASHTO T 22
WSDOT T 802
9- 03.21(2) Recycled Glass Aggregate
In the second paragraph the second sentence is revised to read as follows:
Sieve analysis shall be conducted according to WAQTC FOP for AASHTO T 27/11 on at
least a quarterly basis by the product supplier.
In the fourth paragraph the third sentence is revised to read as follows:
Sample collection shall be conducted according to WSDOT FOP for AASHTO T 2.
SECTION 9 -04, JOINT AND CRACK SEALING MATERIALS
April 30, 2001
9 -04.5 Flexible Plastic Gaskets
This section is revised to read as follows:
The gasket material shall be produced from blends of refined hydro- carbon resins and
plasticizing materials reinforced with inert mineral filler and shall contain no solvents. It
shall not depend on oxidizing, evaporating, or chemical action for adhesive or cohesive
strength. It shall be supplied in extruded rope -form of such cross - section and size as to
adequately fill spaces between the precast sections.
The gasket material shall be protected by a suitable removable two -piece wrapper so
designed as to permit removing one half, longitudinally, without disturbing the other. Its
composition and properties shall conform to those set forth below.
Bitumen (Petroleum plastic
content
Ash -inert Mineral Matter
Test Method Min. Max.
ASTM D 4 50 70
AASHTO T 11 30 50
2000 WSDOT AMENDMENTS
IAM -111
44
45
46
The properties enumerated in these Specifications shall be determined in accordance with
the following methods of test:
Title
Sampling
Organic Impurities
Clay Lumps in Aggregates
Abrasion of Coarse Aggregates
by Use of the Los Angeles Machine
Material Finer than U.S. No. 200 Sieve
in Aggregates
Percent of Fracture in Aggregates
Sieve Analysis of Fine and Coarse
Aggregates
Sand Equivalent Test for Surfacing
Materials
Determination of Degradation Value
Determination of Fineness Modulus
Particle Size Analysis of Soils
Stabilometer R Value, Untreated
Materials
Swell Pressure and Permeability
Stabilometer S Value, Treated Materials
Gradation of Aggregates in ACP
Determining Stripping of Asphalt
Concrete
Compressive Strength of Concrete
Flexural Strength of Concrete
Test Method
WSDOT FOP for AASHTO T 2
AASHTO T 21
AASHTO T 112
AASHTO T 96
AASHTO T 11
WAQTC FOP for TM 1
WAQTC FOP for T 27/11
WSDOT FOP for AASHTO T 176
Alternate Method 2, the pre -wet
condition
WSDOT T 113
AASHTO T 27
AASHTO T 88
WSDOT T 611
WSDOT T 611
WSDOT T 703
WSDOT FOP for AASHTO T 30
WSDOT T 718
WSDOT FOP for AASHTO T 22
WSDOT T 802
9- 03.21(2) Recycled Glass Aggregate
In the second paragraph the second sentence is revised to read as follows:
Sieve analysis shall be conducted according to WAQTC FOP for AASHTO T 27/11 on at
least a quarterly basis by the product supplier.
In the fourth paragraph the third sentence is revised to read as follows:
Sample collection shall be conducted according to WSDOT FOP for AASHTO T 2.
SECTION 9 -04, JOINT AND CRACK SEALING MATERIALS
April 30, 2001
9 -04.5 Flexible Plastic Gaskets
This section is revised to read as follows:
The gasket material shall be produced from blends of refined hydro- carbon resins and
plasticizing materials reinforced with inert mineral filler and shall contain no solvents. It
shall not depend on oxidizing, evaporating, or chemical action for adhesive or cohesive
strength. It shall be supplied in extruded rope -form of such cross - section and size as to
adequately fill spaces between the precast sections.
The gasket material shall be protected by a suitable removable two -piece wrapper so
designed as to permit removing one half, longitudinally, without disturbing the other. Its
composition and properties shall conform to those set forth below.
Bitumen (Petroleum plastic
content
Ash -inert Mineral Matter
Test Method Min. Max.
ASTM D 4 50 70
AASHTO T 11 30 50
2000 WSDOT AMENDMENTS
IAM -111
47
48
49
50
51
52
53
The properties enumerated in these Specifications shall be determined in accordance with
the following methods of test:
Title
Sampling
Organic Impurities
Clay Lumps in Aggregates
Abrasion of Coarse Aggregates
by Use of the Los Angeles Machine
Material Finer than U.S. No. 200 Sieve
in Aggregates
Percent of Fracture in Aggregates
Sieve Analysis of Fine and Coarse
Aggregates
Sand Equivalent Test for Surfacing
Materials
Determination of Degradation Value
Determination of Fineness Modulus
Particle Size Analysis of Soils
Stabilometer R Value, Untreated
Materials
Swell Pressure and Permeability
Stabilometer S Value, Treated Materials
Gradation of Aggregates in ACP
Determining Stripping of Asphalt
Concrete
Compressive Strength of Concrete
Flexural Strength of Concrete
Test Method
WSDOT FOP for AASHTO T 2
AASHTO T 21
AASHTO T 112
AASHTO T 96
AASHTO T 11
WAQTC FOP for TM 1
WAQTC FOP for T 27/11
WSDOT FOP for AASHTO T 176
Alternate Method 2, the pre -wet
condition
WSDOT T 113
AASHTO T 27
AASHTO T 88
WSDOT T 611
WSDOT T 611
WSDOT T 703
WSDOT FOP for AASHTO T 30
WSDOT T 718
WSDOT FOP for AASHTO T 22
WSDOT T 802
9- 03.21(2) Recycled Glass Aggregate
In the second paragraph the second sentence is revised to read as follows:
Sieve analysis shall be conducted according to WAQTC FOP for AASHTO T 27/11 on at
least a quarterly basis by the product supplier.
In the fourth paragraph the third sentence is revised to read as follows:
Sample collection shall be conducted according to WSDOT FOP for AASHTO T 2.
SECTION 9 -04, JOINT AND CRACK SEALING MATERIALS
April 30, 2001
9 -04.5 Flexible Plastic Gaskets
This section is revised to read as follows:
The gasket material shall be produced from blends of refined hydro- carbon resins and
plasticizing materials reinforced with inert mineral filler and shall contain no solvents. It
shall not depend on oxidizing, evaporating, or chemical action for adhesive or cohesive
strength. It shall be supplied in extruded rope -form of such cross - section and size as to
adequately fill spaces between the precast sections.
The gasket material shall be protected by a suitable removable two -piece wrapper so
designed as to permit removing one half, longitudinally, without disturbing the other. Its
composition and properties shall conform to those set forth below.
Bitumen (Petroleum plastic
content
Ash -inert Mineral Matter
Test Method Min. Max.
ASTM D 4 50 70
AASHTO T 11 30 50
2000 WSDOT AMENDMENTS
IAM -111
54
55
56
57
58
59
60
The properties enumerated in these Specifications shall be determined in accordance with
the following methods of test:
Title
Sampling
Organic Impurities
Clay Lumps in Aggregates
Abrasion of Coarse Aggregates
by Use of the Los Angeles Machine
Material Finer than U.S. No. 200 Sieve
in Aggregates
Percent of Fracture in Aggregates
Sieve Analysis of Fine and Coarse
Aggregates
Sand Equivalent Test for Surfacing
Materials
Determination of Degradation Value
Determination of Fineness Modulus
Particle Size Analysis of Soils
Stabilometer R Value, Untreated
Materials
Swell Pressure and Permeability
Stabilometer S Value, Treated Materials
Gradation of Aggregates in ACP
Determining Stripping of Asphalt
Concrete
Compressive Strength of Concrete
Flexural Strength of Concrete
Test Method
WSDOT FOP for AASHTO T 2
AASHTO T 21
AASHTO T 112
AASHTO T 96
AASHTO T 11
WAQTC FOP for TM 1
WAQTC FOP for T 27/11
WSDOT FOP for AASHTO T 176
Alternate Method 2, the pre -wet
condition
WSDOT T 113
AASHTO T 27
AASHTO T 88
WSDOT T 611
WSDOT T 611
WSDOT T 703
WSDOT FOP for AASHTO T 30
WSDOT T 718
WSDOT FOP for AASHTO T 22
WSDOT T 802
9- 03.21(2) Recycled Glass Aggregate
In the second paragraph the second sentence is revised to read as follows:
Sieve analysis shall be conducted according to WAQTC FOP for AASHTO T 27/11 on at
least a quarterly basis by the product supplier.
In the fourth paragraph the third sentence is revised to read as follows:
Sample collection shall be conducted according to WSDOT FOP for AASHTO T 2.
SECTION 9 -04, JOINT AND CRACK SEALING MATERIALS
April 30, 2001
9 -04.5 Flexible Plastic Gaskets
This section is revised to read as follows:
The gasket material shall be produced from blends of refined hydro- carbon resins and
plasticizing materials reinforced with inert mineral filler and shall contain no solvents. It
shall not depend on oxidizing, evaporating, or chemical action for adhesive or cohesive
strength. It shall be supplied in extruded rope -form of such cross - section and size as to
adequately fill spaces between the precast sections.
The gasket material shall be protected by a suitable removable two -piece wrapper so
designed as to permit removing one half, longitudinally, without disturbing the other. Its
composition and properties shall conform to those set forth below.
Bitumen (Petroleum plastic
content
Ash -inert Mineral Matter
Test Method Min. Max.
ASTM D 4 50 70
AASHTO T 11 30 50
2000 WSDOT AMENDMENTS
IAM -111
1
Penetration ASTM D 217
2
32 F (300gm) 60 sec 75 - --
3
77 F (150gm) 5 sec 50 120
4
115 F (150gm) 5 sec - -- 150
5
Softening Point AASHTO T 53 320 F
6
Specific Gravity at 77 F AASHTO T 229 1.20 1.35
7
Weight per gallon, lb. 10.0 11.3
8
Ductility at 77 F (cm) ASTM D 113 5.0 - --
9
Flash Point COC, F AASHTO T 73 600 - --
10
Fire Point COC, F AASHTO T 48 625 --
11
Volatile Matter AASHTO T 47 -- 2.0
12
13
9 -04.10 Crack Sealing - Rubberized Asphalt
14
This section is revised to read as follows:
15
16
Crack sealing material shall meet the requirements of Section 9- 04.2(1), except no bond
17
test is required.
18
19
9 -04.11 Butyl Rubber
3
20
This section is revised to read as follows:
21
22
Butyl rubber shall conform to ASTM D 2000, M1 BG 610. If the Engineer determines that
23
the butyl rubber is utilized in an area that will not be exposed to petroleum products, it
24
shall conform to ASTM D 2000, M1 BA 610.
25
26
SECTION 9 -05, DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS
27
April 30, 2001
28
9 -05.16 Grate Inlets and Drop Inlets
29
The first paragraph is revised to read as follows:
30
31
Steel in grates, angles, and anchors for grate inlets shall conform to ASTM A 36, except
32
structural tube shall conform to ASTM A 500, Grade B. After fabrication, the steel shall be
33
galvanized in accordance with AASHTO M 111, or galvanized with a hot - sprayed (plasma
34
flame applied) 6 mil minimum thickness zinc coating.
35
36
The second paragraph is revised to read as follows:
37
38
Steel grating shall be fabricated by weld connections. Welds, welding procedures, and
39
welding materials shall conform with the AWS D1.1, latest edition, Structural Welding
40
Code.
41
42
9 -05.18 Safety Bars for Culvert Pipe
43
This section is revised to read as follows:
44
45
Steel pipe used as safety bars and steel pipe used as sockets shall conform to ASTM A
46
53, Grade B. Steel tubing used as safety bars shall conform to ASTM A 500, Grade B.
47
Steel plate shall conform to ASTM A 36. All parts shall be galvanized after fabrication in
48
accordance with AASHTO M 111.
49
50
SECTION 9 -06, STRUCTURAL STEEL AND RELATED MATERIALS
51
April 30, 2001
52 9 -06.1 Structural Carbon Steel
53 This section is revised to read as follows:
54 3
55 Structural carbon steel shall conform to AASHTO M 270, Grade 36, except as otherwise
56 noted.
57
58 9 -06.2 Structural Low Alloy Steel
59 This section is revised to read as follows:
2000 WSDOT AMENDMENTS
AM -112
1
2
Structural low alloy steel shall conform to AASHTO M 270, Grade 50 or 50W as specified
3
in the Plans or Special Provisions, except as otherwise noted.
4
5
9 -06.3 Structural High Strength Steel
6
This section is revised to read as follows:
7
8
Structural high strength steel shall be high yield strength, quenched and tempered
9
structural steel conforming to AASHTO M 270, Grades 70W, 100, or 100W as specified in
10
the Plans or Special Provisions, except as otherwise noted.
11
12
9- 06.5(4) Anchor Bolts
13
In the second paragraph the third sentence is revised to read as follows:
14
15
Nuts for AASHTO M 164 black anchor bolts shall conform to AASHTO M 291, Grade C,
16
C3, DH, and DH 3 or AASHTO M 292, Grade 2H.
17
18
9 -06.16 Roadside Sign Structures
19
In the first sentence of the first paragraph, the reference to "coupling bolts" is revised to
20
"coupling bolts ".
21
22
The third and fourth paragraphs are revised to read as follows:
23
24
Posts for multiple post sign structures shall conform to ASTM A 36. Posts conforming to
25
either ASTM A 588 or ASTM A 572 Grade 50 may be used as an acceptable alternate to
26
the ASTM A 36 posts. All steel not otherwise specified shall conform to ASTM A 36.
27
28
Triangular base stiffeners for one - directional multi -post sign posts shall conform to either
29
ASTM A 588 or ASTM A 572, Grade 50.
30
31
The sixth paragraph is revised to read as follows:
32
33
Base connectors for multiple directional steel breakaway posts shall conform to the
34
following:
35
36
Brackets Aluminum Alloy 6061 -T6
37
Bosses for Type 2B Brackets ASTM A 582
38
Anchor Ferrules Type 304 stainless steel for threaded
39
portion. AISI 1038 steel rod and
40
AISI 1008 coil for cage portion.
41
42
The eighth paragraph is revised to read as follows:
43
44
For multi - directional breakaway base connectors, shims shall conform to ASTM A 653, SS
45
Grade 33, Coating Designation G 165. For one - directional breakaway base connectors,
46
single post or multi -post, shims shall be fabricated conforming to ASTM B 36.
47
48
SECTION 9 -07, REINFORCING STEEL
49
August 6, 2001
50
9 -07.5 Dowel Bars (For Cement Concrete Pavement)
51
The last sentence is revised to read:
52
53
In addition, the requirements of Section 9 -07.3, Items 2, 3, 4, 5, 6, 7, 9 and 10 shall apply.
54
55
9 -07.10 Prestressing Reinforcement
56
The section heading is revised to read as follows:
57
58
9 -07.10 Prestressing Reinforcement Strand
59
60
This section is supplemented with the following:
2000 WSDOT AMENDMENTS
AM -113
1
2
9 -07.11 Prestressing Reinforcement Bar
3
High- strength steel bars shall conform to AASHTO M 275, Type II.
4
5
Nuts shall conform to either ASTM A 29 Grade C1045, or ASTM A 536 Grade 100- 70 -03,
6
and shall be capable of developing the larger of either 100 percent of the minimum
7
ultimate tensile strength (MUTS), or 95 percent of the actual ultimate tensile strength
8
(AUTS), of the bar. The anchor nuts shall conform to the specified strength requirement
9
while permitting a maximum 5 degree misalignment between the nut and the bearing
10
plate. A minimum of three tests, each from a different heat, are required
11
12
Couplers, if required, shall be AASHTO M 169 Grade 1144, or equivalent steel,
13
developing the larger of either 100 percent of the MUTS, or 95 percent of the RUTS, of
14
the bar. The test shall be performed with the coupler having a one inch unengaged
15
segment between the two coupled bars. A minimum of three tests, each from a different
16
heat, are required.
17
18
For unbonded bars under dynamic loading, the connections shall withstand at least
19
500,000 cycles from 60 percent to 66 percent MUTS followed by at least 50 cycles
20
between 40 percent MUTS and 80 percent MUTS. A minimum of three tests, each from a
21
different heat, are required.
22
23
The Contractor shall supply a Manufacturer's Certificate of Compliance in accordance with
24
Section 1 -06.3 for each bar. The Contractor shall supply a Manufacturer's Certificate of
25
Compliance in accordance with Section 1 -06.3 for all nuts and couplers confirming
26
compliance with the specified strength requirement.
27
28
For each heat of steel for high- strength steel bar, the Contractor shall submit two
29
30
samples, each not less than five feet long, to the Materials Laboratory, P.O. Box 167,
Olympia, WA 98504, for testing.
31
32
SECTION 9 -10, PILING
33
April 30, 2001
34
9-10.5 Steel Piling
35
This section is revised to read as follows:
36
37
The material for steel piling and pile splices shall conform to ASTM A 36, except the
38
material for steel pipe piling, and splices shall conform to the requirements of ASTM A
39
252, Grade 2. All steel piling may be accepted by the Engineer based on the
40
Manufacturer's Certification of Compliance.
41
42
SECTION 9 -14, EROSION CONTROL AND ROADSIDE PLANTING
43
May 29, 2001
44
9- 14.4(3) Bark or Wood Chips
45
The reference to "1/4- inch" is revised to read "U.S. No. 4 ".
46
47
SECTION 9 -16, FENCE AND GUARDRAIL
48
August 6, 2001
49
9- 16.2(4) Brace Wire
50
The reference to "Class 2" is revised to "Class 3 ".
51
52
9- 16.2(6) Barbed Wire
53
The reference to "Class 2 or 3" is revised to "Class 3 ".
54
55
9- 16.3(1) Rail Element
56
The third paragraph is revised to read as follows:
57
-
2000 WSDOT AMENDMENTS
AM -114
1
The 6 -inch channel rails and splice plates shall conform to ASTM A 36. All fabrication
2
shall be complete before galvanizing.
3
4
9- 16.3(2) Posts and Blocks
5
The second sentence of the first paragraph is revised to read:
6
7
Blocks made from alternate materials that meet the NCHRP Report 350 criteria may be
8
used in accordance with the manufacturer's recommendations.
9
10
The fourth paragraph is revised to read as follows:
11
12
Steel posts, blocks, and base plates, where used, shall conform to ASTM A 36, and shall
13
be galvanized in accordance with AASHTO M 111. Welding shall conform to Section 6-
14
03.3(25). All fabrication shall be completed prior to galvanizing.
15
16
9- 16.3(5) Anchors
17
The eleventh paragraph is revised to read as follows:
18
19
Cement concrete shall conform to the requirements of Section 6- 02.3(2)B.
211
SECTION 9 -21., RAISED PAVEMENT MARKERS (RPM)
22
February 5, 2001
23
9- 21.1(1) Physical and Chemical Properties
24
The first sentence of the second paragraph is revised to read as follows:
25
26
The markers shall be precast in the form of a single based spheriodal segment
27
terminating in a rounded or squared shoulder.
28
29
The chart in the third paragraph is revised as follows:
30
31
The column heading "Markers" is revised to read "Property ".
32
The column heading "Property" is revised to read "Unit ".
"Thermoplastic ".
33
The column heading "Thermoplastic Unit" is revised to read Markers
34
In the first column, "Diameter" is revised to read "Diameter/Width ".
35
36
9 -21.3 Raised Pavement Markers Type 3
37
This section is revised to read as follows:
38
39
Raised pavement markers Type 3 shall be extruded from high impact thermoplastic
40
material which has been ultra - violet radiation stabalized and shall meet the following
41
requirements:
42
43
Impact resistance 15 inch -lbs., min.
44
45
Reflectance (White Only) 80% min.
46
Concavity & Convexity
47
Transverse 1/16 inch, max.
48
Longitudinal 1/8 inch, max
49
Base Width 4"
50
51
Length 6 ", 8 ", 10" -or 12"
Height 0.60 - 0.75"
52
Shoulder height 0.08 -0.20
53
54
The ends shall be beveled from the top of the shoulder edge at a slope of 1:1 nominal.
55
56
SECTION 9 -23, CONCRETE CURING MATERIALS AND ADMIXTURES
57
June 26, 2000
Fly Ash
58
9 -23.9
59
The reference to "Table 2" is revised to "Table 1A ".
2000 WSDOT AMENDMENTS
AM -115
1
3
2
SECTION 9 -25, WATER
3
June 26, 2000
4
9 -25.1 Water for Concrete
5
This section is revised to read as follows:
6
7
Water for mortar or concrete shall be clear and apparently clean. If the water contains
8
substances that cause discoloration, unusual or objectionable smell or taste, or other
9
suspicious content, the Engineer may require the Contractor to provide test results
10
documenting that the water meets the physical test requirements and chemical limits
11
described in ASTM C94M Section 5.1.3, Tables 2 and 3.
12
13
Water from mixer washout operations may be used in concrete provided it meets or
14
exceeds the above criteria as well as the following additional requirements:
15
16
1. Concrete with water from mixer washout operations shall not be used in bridge
17
roadway deck slabs, flat slab bridge superstructures, modified concrete overlays,
18
or prestressed concrete.
19
20
2. Specific Gravity shall not exceed 1.07.
21
22
3. Alkalies, expressed as [Na20 +0.658 iC20], shall not exceed 600 ppm.
23
24
4. Shall be free of coloring agents.
25
26
5. If the wash water contains admixtures from different manufacturers, the
27
Contractor shall provide evidence that the combination of admixtures are
28
compatible and do not adversely affect the air void system of the hardened
29
concrete as per Section 6- 02.3(3).
30
31
6. All tests to verify that the physical and chemical requirements are met, shall be
32
conducted on the following schedule:
33
34
a. The physical requirements shall be tested on weekly intervals for four
35
weeks and thereafter on monthly intervals.
36
37
b. The chemical requirements shall be tested on monthly intervals.
38
39
c. The specific gravity shall be determined daily in accordance with ASTM
40
D 1429, Test Method D.
41
42
The Contractor shall use the services of a Laboratory that has a equipment calibration/
43
verification system, and a technician training and evaluation process per AASHTO R -18 to
44
conduct all tests. The laboratory shall use testing equipment that has been calibrated/
45
verified at least once within the past 12 months to meet the requirements of each test
46
procedure in accordance with the appropriate section of AASHTO R -18. Documentation of
47
tester qualifications and equipment verification records shall be maintained and available
48
for review by the Contracting Agency upon request. Agency reviews of the laboratory
49
facility, testing equipment, personnel, and all qualification, calibration, and verification
50
records will be conducted at the Contracting Agency's discretion.
51
52
SECTION 9 -27. CRIBBING
53
August 6, 2001
54
9- 27.3(2) Gabion Baskets
,
55
In number 3, "d" is revised to read as follows:
56
57
d. Hardness - Shore "A" not less than 75 when tested according to ASTM D 2240.
58
n
2000 WSDOT AMENDMENTS
AM -116
I!
1
L
[7
3
1
2
3
5
6
7
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
57
58
59
9- 27.3(6) Stone
This section is revised to read as follows:
Stone for filling gabions shall have a Degradation Factor of at least 30. The stone shall be
dense enough to pass the unit - weight test described in Section 8- 24.3(3)F. Stone shall
meet the following requirements for gradation:
Sieve Size
8" square
6" square
4" square
Fracture
All percentages are by weight.
Percent Passing
100
75 -90
0 -10
75
SECTION 9 -28, SIGNING MATERIALS AND FABRICATION
August 6, 2001
9- 28.1(1) Basis for Acceptance
The first paragraph is revised to read as follows:
Reflective sheeting shall be accepted on the basis of inclusion of the material /product on
the Qualified Product List or by approval of a Request for Approval of Materials. The sign
fabricator shall have available for inspection a copy of the Manufacturer's Certificate of
Compliance for each lot of reflective sheeting. This certificate shall verify that the reflective
sheeting meets all the requirements of Section 9- 28.12.
9 -28.2 Manufacturer's Identification and Date
This section is revised to read as follows:
All signs shall show the manufacturer's name and date of manufacture on the back. In
addition, the width and height dimension, in inches, and the number of the sign as it
appears in the Plans shall be placed using three -inch series C black letters on the back of
destination, distance and large special signs. Hand painted numbers are not permitted.
9 -28.11 Hardware
The first sentence of the first paragraph is revised to read as follows:
Bolts, nuts, and washers shall be of the same material for each attachment, except for
signs mounted on Overhead Sign Structures (i.e. sign bridges, cantilevers, and bridge
mounted) all bolts, u- bolts, washers, nuts, and locknuts shall be stainless steel only.
In the first paragraph, the specification for "Washers" is revised to read:
ASTM B 209 2024 -T4 Aluminum
ASTM A 36 Steel
ASTM F 594 Stainless Steel
In the first paragraph, the specification for "Angle and 7" Bar" is revised to read:
ASTM B 221 6061 -T6 Aluminum
ASTM A 36 Steel
In the first paragraph, the Specification for "Strap and Mounting Bracket" is revised to read:
ASTM A 666, Type 201 Stainless Steel
The last paragraph is revised to read as follows:
2000 WSDOT-AMENDMENTS
AM -117
1
All steel parts shall be galvanized per AASHTO M 111. Steel bolts and related connecting
2
hardware shall be galvanized per AASHTO M 232.
3
4
9- 28.14(2) Steel Structures and Posts
5
The first paragraph is revised to read as follows:
6
7
Anchor rods and washers for sign bridge and cantilever sign structure foundations shall
8
conform to Section 9- 06.5(4). Anchor rods shall be galvanized after fabrication a
9
minimum of V -0" at the exposed end in accordance with AASHTO M 232. Nuts and
10
washers shall be galvanized after fabrication in accordance with AASHTO M 232. Anchor
11
rod templates shall conform to ASTM A 36, but need not be galvanized.
12
13
SECTION 9 -29, ILLUMINATION, SIGNALS, ELECTRICAL
14
April 30, 2001
15
9 -29.2 Junction Boxes
16
This section is revised to read as follows:
17
18
Junction boxes shall conform to the requirements set forth in the contract.
19
20
This section is supplemented with the following:
21
22
9- 29.2(1) Standard Junction Box
23
Install standard junction boxes at locations shown in the plans. Standard junction boxes
24
shall be concrete junction boxes conforming to details in the standard plans, or approved
25
26
non - concrete junction boxes. Standard junction boxes and lids shall be capable of
withstanding a 15,000 pound vertical load test applied uniformly through a 10 inch x 10
27
inch x'/ inch steel plate centered on the cover. The make and type of proposed junction
28
box shall have been tested by an independent materials testing facility to meet loading
29
requirements.
30
31
Concrete in concrete junction boxes shall have a minimum compressive strength of 6000
32
psi when reinforced with a welded wire hoop or 4000 psi when reinforced with welded wire
33
fabric or fiber reinforcement. The frame shall be anchored to the box by welding the wire
34
fabric to the frame or by welding headed studs 3/8 — inch x 3 inches long, as specified in
35
section 9- 06.15, to the frame. The wire fabric shall be attached to the studs and frame
36
with standard tie practices. The box shall contain ten studs located near the centerline of
37
the frame and box wall. The studs shall be placed one anchor in each corner, one at the
38
middle of each width and two equally spaced on each length of the box. The steel frame,
39
lid support, and lid shall be painted with a black paint containing rust inhibitors.
40
41
Material for concrete junction boxes shall conform to the following:
12
3
Concrete Section 6 -02
4
Reinforcing Steel Section 9 -07
45
Fiber Reinforcing ASTM C 1116, Type III
46
47
Lid ASTM A786 diamond plate steel
Frame ASTM A786 diamond plate steel or
48
49
ASTM A 36 flat steel
Lid Support & Handle ASTM A 36 steel
50
51
Anchors (studs) Section 9 -06.15
52
Non - concrete junction boxes shall be gray in color and shall have approximately the same
53
inside dimensions as concrete junction boxes. Non - concrete junction box lids shall include
54
55
a pull slot and shall be secured with two Y2 inch stainless steel hex -head bolts recessed
into the cover. The tapped holes for the securing bolts shall extend completely through
56
'7
the box to prevent accumulation of debris. Bolts shall conform to ASTM F 593, stainless
steel.
:8
E:
2000 WSDOT AMENDMENTS
AM -118
1
9- 29.2(3) Structure Mounted Junction Box
boxes
2
Junction boxes installed on structures or embedded in structures (including
3
embedded in barrier) shall be galvanized cast iron or stainless steel and shall conform to
4
NEMA 4X requirements. Cover screws shall be stainless steel. Each box shall include a
5
neoprene cover gasket. A 3/8 - inch drain shall be installed in each junction box. The size
6
of NEMA 4X junction boxes shall be as shown in the plans.
7
8
9- 29.2(4) Cover Markings
9
Junction boxes with metallic lids shall be marked with the appropriate legend in
10
accordance with the bead weld details in the Standard Plans. Non - metallic lids shall be
11
embossed with the appropriate legend and a non -skid surface. Legends for metallic lids
12
and non - metallic lids shall be 1 -inch nominal height.
13
14
Junction boxes shall be marked or embossed for use in accordance with the plans and
15
following schedule:
16
17
System Type Legend
18
Traffic Signal Interconnect (6pr) COMM
19
Fiber Optic Trunk Lines ITS
20
HUB to TC (25pr) ITS
21
Fiber Optic Laterals to CC ITS
22
TC to DS (6pr) ITS
23
TC to HAR (6pr) SC&D1 ITS
24
TC to CC (6pr) ITS
25
TC to VMS (6pr) ITS
26
TC to WSTA (6pr) ITS
27
All other lateral 6pr (i.e. neon control, etc.) TS
28
CC to camera (coax, control cables, old style) ITS
29
CC to camera (fiber, new style) ITS
30
HAR to antenna (coax) ITS
31
VMS to sign (control cables) ITS
32
WSTA to temp sensor, weather station ITS
33
DS to loops (2cs) ITS
34
DS to ramp meter (5c) ITS
35
Flashing Beacons ITS
36
Neon Power ITS
37
Transformers to Cabinets ITS
38
Service to Transformers LT
39
All power for lighting LT
40
Signal Controller to Displays TS
41
Signal Controller to Loops TS
42
Signal Controller to Emergency Preempt TS
43
Telephone Service Drop TEL
44
Telephones at Flyer Stops, Park & Rides, Etc. TEL
t
45
46
9- 29.6(1) Steel Light and Signal Standards
47
The first paragraph is revised to read as follows:
48
49
Steel plates and shapes for light and signal standards shall conform to ASTM A 36.
50
Shafts for light and signal standards, except Type PPB signal standards, shall conform to
51
ASTM A 572, Grade 50. Shafts and caps for Type PPB signal standards, slipfitters for
52
type PS, I, FB, and RM signal standards, and all pipes shall conform to ASTM A 53,
53
54
Grade B. Base plates for light standards shall conform to ASTM A 572, Grade 50, except
as otherwise noted in the Standard plans for fixed base light standards. Base plates for
55
signal standards shall conform to ASTM A 36. Connecting bolts shall conform to
56
AASHTO M 164. Fasteners for handhole covers, bands on lighting brackets, and
57
conductor attachment brackets shall conform to ASTM F 593.
58
59
9- 29.6(2) Slip Base Hardware
60
This section is revised to read as follows:
61
2000 WSDOT AMENDMENTS
AM -119
1
Slip plates and anchor plates for light standards and for Type FB and RM signal standards
2
shall conform to ASTM A 572, Grade 50. The keeper plate shall be 28 gage, conforming
3
to ASTM A 526, coating G 90. Clamping bolts for slip base assemblies and slip base
4
adapters shall conform to AASHTO M 164. Studs and bolts for slip base adapters shall
5
conform to AASHTO M 164. Nuts shall conform to AASHTO M 291, Grade DH.
6
Hardened washers shall conform to AASHTO M 293. Plate washers shall conform to
7
ASTM A 36.
8
9
9 -29.13 Traffic Signal Controllers
10
The last paragraph is revised to read as follows:
11
12
The Contractor, Subcontractor, or controller manufacturer shall be required to perform
13
quality control inspections based on their QC program annually submitted and approved
14
by WSDOT. The Contractor, Subcontractor, or controller manufacturer shall certify that
15
the controller meets all requirements of the Standard Specifications and Special
16
Provisions for the specific application.
17
18
The QC program shall include, but not be limited to, the following:
19
20
A) Quality Statement
21
B) Individual responsible for quality (organizational chart)
22
C) Fabrication procedures
23
D) Test procedures
24
E) Documented inspection reports
25
F) Documented test reports
26
G) Certification package
27
28
SECTION 9 -31, ELASTOMERIC BEARING PADS
29
March 6, 2000
30 9 -31.1 Requirements
31 The third paragraph is revised to read as follows:
32
33 Shims contained in laminated bearing pads shall be mill rolled steel sheets not less than
34 20 gage in thickness with a minimum cover of elastomer on all edges of:
35
36 1/8 inch for pads less than or equal to 3 inches thick.
37 1/4 inch for pads greater than 3 inches and less than or equal to 7 inches thick, and
38 1/2 inch for pads greater than 7 inches thick.
39
40 Steel shims shall conform to ASTM A 570, Grade 36, unless otherwise noted.
41
42 SECTION 9 -32, MAILBOX SUPPORT
43 February 5, 2001
44 9 -32.1 Tube
45 This section including heading is revised to read as follows:
46
47 9 -32.1 Steel Posts
48 The post shall be 2 inches outside diameter, 14 gage, mechanical tubing, and shall
49 conform to ASTM A 513. Galvanizing shall conform to G 90 coating as defined in ASTM a
50 653, or an approved equal.
51
52 Any damage to galvanized paint surfaces shall be treated with two coats of formula A -9-
53 73, Galvanizing Repair Paint, High Zinc Dust Content as specified in Section 9 -08.2
54
55 9 -32.2 Mounting Bracket
56 This section including heading is revised to read as follows:
57
2000 WSDOT AMENDMENTS
AM -120
1
2
9 -32.2 Bracket, Platform, and Anti -Twist Plate
The bracket, platform, and anti -twist plate shall be 16 gage sheet steel, conforming to
3
ASTM A 653.
4
5
9 -32.3 Post Mounting Socket and Wedge
6
This section including heading is revised to read as follows:
7
8
9 -32.3 Vacant
9
10
9 -32.4 Wood Posts
11
This section is revised to read as follows:
t
12
13
Wood posts shall meet the requirements of Section 9- 28.14(1).
14
15
9 -32.5 Hardware
e
16
The section heading is revised to read as follows:
17
18
9 -32.5 Fasteners
19
20
21
9 -32.6 Snow Guard
Snow guard shall be fabricated in accordance with ASTM F 1071 for expanded metal bulkhead
22
panel, to the dimensioning shown on the Standard Plan. After fabrication, the snow guard
M 111.
23
shall be galvanized in accordance with AASHTO
24
25
26
9 -32.7 Type 2 Mailbox Support
Type 2 mailbox supports shall be 2 ", 14 gage steel tube and shall meet the NCHRP 350 crash
27
test criteria. Type 2 mailbox supports shall be installed in accordance with the manufacturer's
28
recommendations.
29
30
SECTION 9 -33, CONSTRUCTION GEOTEXTILE
31
June 26, 2000
32
33
9 -33.2 Geotextile Properties
In tables 1 and 3 the value " <50 %/ 50 %" is revised to " <50 %/ >50 % ".
34
35
SECTION 9 -34, PAVEMENT MARKING MATERIAL
36
April 30, 2001
37
38
9 -34.1 General
Pavement marking materials in this section consist of paint, plastic, tape or raised pavement
39
markers as described in section 8 -22 and 8 -23 as listed below:
40
41
High VOC Solvent Based Paint
42
Low VOC Solvent Based Paint
43
Low VOC Waterborne Paint
44
Temporary Pavement Marking Paint
45
Type A - Liquid Hot Applied Thermoplastic
46
Type B Pre - formed Fused Thermoplastic
47
Type C - Cold Applied Pre - formed Tape
48
Type D - Liquid Cold Applied Methyl Methacrylate
49
50
Glass Beads
Temporary Pavement Marking Tape
51
Temporary Raised Pavement Markings
52
53
54
9 -34.2 Paint
Paint shall comply with the specifications for high volatile organic compound (VOC) solvent
55
based paint, low VOC solvent based paint or low VOC waterborne paint.
56
57
9- 34.2(1) High VOC Solvent Based Paint
58
High VOC solvent based paint material requirements are as follows:
59
2000 WSDOT AMENDMENTS
AM -121
1
Abrasion Resistance - ASTM D968
2
125 liters minimum of falling sand on a 3 mil dry film thickness.
3
4
Accelerated Settling - ASTM D869, modified as follows:
5
6
Paint shall be placed in a motor driven machine that raises and lowers a sample tray
7
providing a shock to the sample which accelerates pigment settling. The samples
8
shall be placed in the machine for one week, 24 hours per day, at a temperature of
9
77 degrees F. The samples shall show no more than 0.25 inch of clear material over
10
the opaque portion of the paint and there shall be no settling below a rating of eight.
11
12
Bleeding over asphalt -ASTM D969, modified as follows:
13
14
The reflectance measurement of the paint over asphalt paper shall be at least 90% of
15
the reflectance measurement of the paint over a taped (non - bleeding) surface.
16
17
Color - Yellow
18
19
Paint draw -downs shall be prepared in accordance with ASTM D823. The paint shall
match Federal Standard 595a, color number 33538 and the tolerance of color variation
20
shall match that shown in the FHWA "Highway Yellow Color Tolerance Chart (PR Color
21
#1)"
22
23
Contrast Ratio at 5 mils wet film thickness -ASTM D2805
24
White -92% minimum
25
Yellow -88% minimum
26
27
Daylight Reflectance — WSDOT Test Method 314
3
28
White paint shall have a minimum reflectance of 86% with a green filter on a 10 mil wet
29
film thickness.
30
31
Density - ASTM D1475, at 70 degrees F
32
White - 12.00 pounds /gallon minimum
33
Yellow - 12.10 pounds /gallon minimum
34
35
Fineness of Dispersion -ASTM D1210
36
2 minimum (Hegman Scale)
37
38
Flexibility -ASTM D522
39
The paint shall be applied at a wet film thickness of 5 mils to a 3x5 inch tin panel that has
40
41
been solvent cleaned and lightly buffed with steel wool. With the panel kept in a
horizontal position, the paint shall be allowed to dry for 18 hours at 75 +/- 5 degrees F
73
42
then baked for 3 hours at 212 +/- 4 degrees F. The panel shall be cooled to 75 +/- 5
43
44
degrees F for at least 30 minutes, bent over a 0.5 inch mandrel and then examined
without magnification. The paint shall show no cracking, flaking or loss of adhesion.
45
46
No Track Time (Dry to No- Pick -Up Time)
47
The paint, when applied in a line at a rate of 10 mils wet film thickness with 7 pounds of
48
glass beads (Section 9 -34.4) per gallon of paint added to the paint surface, shall "dry to
49
50
no- pick -up in 35 seconds maximum. The test line shall be applied over a 30 day old
(approximate), non - beaded state standard paint line. The test line shall be applied using a
51
52
striper capable of maintaining the 10 mil wet-film thickness specified. The glass beads
be
shall blown onto the line during paint application. The test shall be conducted on dry
3
53
54
pavement when the pavement temperature is between 50 and 100 degrees F and the
55
relative humidity is less than 85 %. The "dry to no- pick -up" tests shall be performed by
having a standard size sedan or equivalent test vehicle coast across the paint line with no
56
turning or accelerating at a speed of approximately 40 mph no more than 35 seconds after
3
57
the test line is applied to the pavement. A successful test will be considered one in which
58
at least three out of four line crossings show no visible paint from the line tracked onto the
59
60
adjacent pavement when viewed standing 50 feet from the point where the test vehicle
crossed the line.
61
3
2000 WSDOT AMENDMENTS
AM -122
3
li
11
1
C
F�
1
C
n
t
t
0
D
1
2
3
5
6
7
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
57
58
59
60
61
Nonvolatile Content - ASTM D2369
65 % -68%
Pigment Specifications
Medium Chrome Yellow (yellow paint) — ASTM D211 Type III
Titanium Dioxide (white paint) — ASTM D476 Type II, III, or IV
The inert or filler pigments shall be first quality paint grade products.
Pigment Content - ASTM D2371
53% maximum
Re- dissolve
A 15 mil wet film thickness of paint shall be applied to a glass panel. The paint shall be air
dried for 16 hours at 77 degrees F then baked for 4 hours at 140 degrees F. The panel
shall be cooled to room temperature and placed in a quart container that is half filled with
the same paint being tested. The container shall be sealed and left undisturbed for 18
hours. After removing the panel from the container, a wooden spatula shall be drawn
lightly over the painted surface. The immersed portion of the paint film shall be
completely dissolved with no evidence of dried paint remaining on the panel.
Retroreflectance - ASTM D 6359 modified as follows: (units are millicandelas /meter2 /lux)
White - 300 measured with a 12 meter instrument.
Yellow - 250 measured with a 12 meter instrument.
Settling - ASTM D869
The test shall be run for a period of six months. There shall be no settling below a rating
of eight.
Storage Stability
Samples shall show no settling as received by the Materials laboratory and only slight soft
settling after the sample has aged undisturbed for one month. No hard caking in the
bottom of the container shall be permitted. The paint shall not show evidence of heavy
caking or settling which requires mechanical means to return the product to usable
condition for a period of one year from the date of manufacture. There shall be no
viscosity increase in excess of 10 Krebs Units over the originally reported viscosity after
aging in the container for six months, and there shall be no evidence of corrosion of the
container or decomposition of the product. Field examination of previously un- opened
containers shall not disclose evidence of undissolvable gelatinous vehicle separation,
heavy skin formation or corrosion of the container on samples in storage one year or less.
Vehicle Composition
The vehicle may be any combination of natural or synthetic resinous materials, except
those that dry by the process of oxidation and /or polymerization (such as alkyd resins
which are specifically excluded). All resins used must be permanently capable of re-
dissolving in the solvent combination used in the paint.
Viscosity - ASTM D562
86 Krebs units maximum at 50 degrees F
70 -75 Krebs units at 70 degrees F
66 Krebs units minimum at 122 degrees F
9- 34.2(2) Low VOC Solvent Based Paint
Low VOC solvent based paint material requirements are as follows:
Bleeding over asphalt - ASTM D969, modified as follows:
The reflectance measurement of the paint over asphalt paper shall be at least 90% of
the reflectance measurement of the paint over a taped (non - bleeding) surface.
Chromium Content - ASTM D3718
2000 WSDOT AMENDMENTS
AM -123
1
2
4
5
6
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
57
58
59
60
61
< 50 ppm
Color — Yellow
Paint draw -downs shall be prepared in accordance with ASTM D823. The paint shall
match Federal Standard 595a color number 33538 and the tolerance of color variation
shall match that shown in the FHWA "Highway Yellow Color Tolerance Chart (PR Color
#1) ".
Directional Reflectance — WSDOT Test Method 314
White paint shall have a minimum reflectance of 80 %.
Density - ASTM D1475, at 70 degrees F
11.8 pounds /gallon minimum
Flexibility - ASTM D522
The paint shall be applied at a wet film thickness of 6 mils to a 3x5 inch panel that has
been solvent cleaned and lightly buffed with steel wool. With the panel kept in a
horizontal position, the paint shall be allowed to dry for 18 hours at 75 +/- 5 degrees F
then baked for 3 hours at 140 +/- 4 degrees F. The panel shall be cooled to 75 +/- 5
degrees F for at least 30 minutes, bent over a 0.25 inch mandrel and then examined
without magnification. The paint shall show no cracking, flaking or loss of adhesion.
No Track Time — (Dry to No- Pick -Up Time)
The paint, when applied in a line at a rate of 15 mils wet film thickness with 7 pounds of
glass beads (Section 9 -34.4) per gallon of paint added to the paint surface shall "dry to
no- pick -up" in 90 seconds maximum. The test line shall be applied over a 30 day old
(approximate), non - beaded state standard paint line. The test line shall be applied using a
striper capable of maintaining the 15 mil wet film thickness specified. The glass beads
shall be blown onto the line during paint application. The test shall be conducted on dry
pavement when the pavement temperature is between 50 and 100 degrees F and the
relative humidity is less than 85 %. The "dry to no- pick -up" tests shall be performed by
having a standard size sedan or equivalent test vehicle coast across the paint line with no
turning or accelerating at a speed of approximately 40 mph no more than 90 seconds after
the test line is applied to the pavement. A successful test shall be considered one in
which at least three out of four line crossings show no visible paint from the line tracked
onto the adjacent pavement when viewed standing 50 feet from the point where the test
vehicle crossed the line.
Lead Content - ASTM D3335
0.06% maximum.
Nonvolatile Content — ASTM D2369
65% minimum
Package Stability - ASTM D1849
6 rating minimum for all criteria.
Pigment Content - ASTM D2371
53% maximum
Re- dissolve
A 15 mil wet film thickness of paint shall be applied to a glass panel. The paint shall be air
dried for 16 hours at 77 degrees F then baked for 4 hours at 140 degrees F. The panel
shall be cooled to room temperature and placed in a quart container that is half filled with
the same paint being tested. The container shall be sealed and left undisturbed for 18
hours. After removing the panel from the container, a wooden spatula shall be drawn
lightly over the painted surface. The immersed portion of the paint film shall be
completely dissolved with no evidence of dried paint remaining on the panel.
Retroreflectance - ASTM D 6359 modified as follows: (units are millicandelas /meter2 /lux)
2000 WSDOT AMENDMENTS
AM -124
V
I'�
1
[ I
ril
n
u
HI
1 White - 300 measured with a 12 meter instrument.
2 Yellow - 250 measured with a 12 meter instrument.
3
4 Skinning
5 The paint shall not skin within 48 hours in a 3/ filled tightly closed container.
6
7 Settling Properties during Storage - ASTM D1309
8 The sample shall show no more than 0.5 inch of clear material over the opaque portion of
9 the paint and there shall be no settling below a rating of seven.
10
11 Titanium Dioxide (Rutile Type II) ASTM D476
12 White - 1.0 pounds per gallon minimum. (ASTM D4563)
13 Yellow - 0.2 pounds per gallon maximum. (ASTM D4563)
14
15 Viscosity - ASTM D562
16 105 Krebs units maximum at 50 degrees F.
17 75 -85 Krebs units at 70 degrees F.
18 65 Krebs units minimum at 120 degrees F.
19
20 Volatile Organic Compound Content — ASTM D3960
21 1.25 pounds per gallon maximum
22
23 9- 34.2(3) Low VOC Waterborne Paint
24 Low VOC waterborne paint material requirements are as follows:
25
26 Binder - ASTM D3168
27 The binder shall be 100% acrylic.
28
29 Chromium Content - ASTM D3718
30 <50 ppm
31
32 Color - Yellow
33 Paint draw -downs shall be prepared in accordance with ASTM D823. The paint shall
34 match Federal Standard 595a color number 33538 and the tolerance of color variation
35 shall match that shown in the FHWA "Highway Yellow Color Tolerance Chart (PR Color
36 #1)"
37
38 Contrast Ratio at 15 mils wet film thickness - ASTM D2805
39 White - 98% minimum
40 Yellow - 96% minimum
41
42 Directional Reflectance — WSDOT Test Method 314
43 White paint shall have a minimum reflectance of 88% on a 15 mil wet film thickness
44
45 Fineness of Dispersion, - ASTM D1210
46 3 minimum (Hegman Scale)
47
48 Flash Point - ASTM D93
49 100 degrees F minimum.
50
51 Freeze Thaw - ASTM D2243
52 5 cycles minimum.
53
54 No Track Time — (Dry to No- Pick -Up Time)
55 The paint, when applied in a line at a rate of 15 mils wet film thickness with 7 pounds of
56 glass beads (Section 9 -34.4) per gallon of paint added to the paint surface shall "dry to
57 no- pick -up" in 90 seconds maximum. The test line shall be applied over a 30 day old
58 (approximate), non - beaded state standard paint line. The test line shall be applied using a
59 striper capable of maintaining the 15 mil wet film thickness specified. The glass beads
60 shall be blown onto the line during paint application. The test shall be conducted on dry
61 pavement when the pavement temperature is between 50 and 100 degrees F and the
2000 WSDOT AMENDMENTS
AM -125
1
2
3
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
5
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
57
58
59
60
61
relative humidity is less than 85 %. The "dry to no- pick -up" tests shall be performed by
having a standard size sedan or equivalent test vehicle coast across the paint line with no
turning or accelerating at a speed of approximately 40 mph no more than 90 seconds after
the test line is applied to the pavement. A successful test shall be considered one in
which at least three out of four line crossings show no visible paint from the line tracked
onto the adjacent pavement when viewed standing 50 feet from the point where the test
vehicle crossed the line.
Lead Content - ASTM D3335
0.06% maximum.
Nonvolatile Content — ASTM D2369
60% minimum
Nonvolatile Vehicle - ASTM D2369, ASTM D3723
Nonvolatile vehicle is calculated from the Nonvolatile content as determined in ASTM
D2369 and the Pigment content as determined in ASTM D3723.
%Nonvolatile vehicle = 100 — (100 - %Nonvolatile content) - %Pigment
Shall be 36% minimum by weight.
pH - ASTM E70
9.5 minimum.
Retroreflectance - ASTM D 6359 modified as follows: (units are millicandelas /meter2 /lux)
White - 300 measured with a 12 meter instrument.
Yellow - 250 measured with a 12 meter instrument.
Scrub Resistance - ASTM D2486
500 cycles minimum.
Static Heat Stability
A one pint lined container shall be filled with approximately 15 fluid ounces of paint. The
container shall be sealed with tape and put in an oven maintained at 135 +/ -1 degrees F
for seven days. The paint shall be removed from the oven and equilibrated at standard
conditions (ASTM D3924). The paint shall be mixed thoroughly with gentle stirring. The
viscosity shall be determined. The paint shall show no increase in viscosity greater than
10 Krebs units over the viscosity at 77 degrees F (see Viscosity below) nor shall the paint
show any coagulation, lumps or coarse particles.
Viscosity - ASTM D562
100 Krebs units maximum at 77 degrees F
Volatile Organic Compound Content - ASTM D3960
1.25 pounds per gallon maximum.
9- 34.2(4) Temporary Pavement Marking Paint
Paint used for temporary pavement marking shall conform to the requirements of Section 9-
34.2 and shall be applied in one application at a thickness of 15 mils or 107 square feet per
gallon.
9 -34.3 Plastic
Plastic pavement marking materials shall comply with the specifications for:
Type A - Liquid hot applied thermoplastic.
Type B - Pre - formed fused thermoplastic.
Type C - Cold applied pre- formed tape.
Type D - Liquid cold applied methyl methacrylate.
2000 WSDOT AMENDMENTS
AM -126
0
P
C
i�
1
u
r�
FI
n
0
fl
1
2
3
5
6
7
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
34
35
36
37
38
39
40
41
42
43
45
46
47
48
49
50
51
52
53
54
55
56
57
58
59
60
61
9- 34.3(1) Type A - Liquid Hot Applied Thermoplastic
Type A material consists of a mixture of pigment, fillers, resins and glass beads that is applied
to the pavement in the molten state by extrusion or by spraying. The material can be applied
at a continuously uniform thickness or it can be applied with a profiled pattern. Glass beads,
intermixed and top dress, shall conform to the manufacturer's recommendations necessary to
meet the retroreflectance requirements. Type A material shall conform to the requirements of
AASHTO M 249 and the following:
Resin - The resin shall be alkyd or hydrocarbon.
Retroreflectance - ASTM D 6359 modified as follows: (units are millicandelas /meterz /lux)
White - 300 measured with a 12 meter instrument.
Yellow - 250 measured with a 12 meter instrument.
Skid Resistance - ASTM E 303
45 BPN units minimum.
9- 34.3(2) Type B Pre - formed Fused Thermoplastic
Type B material consists of a mixture of pigment, fillers, resins and glass beads that is factory
produced in sheet form. The material is applied by heating the pavement and top heating the
material. The material shall contain intermixed glass beads. The material shall conform to
AASHTO M 249, with the exception of the relevant differences for the materials being applied
in the pre - formed state and the following:
Resin - The resin shall be alkyd or hydrocarbon.
Retroreflectance - ASTM D 6359 modified as follows: (units are millicandelas /meter2 /lux)
White - 300 measured with a 12 meter instrument.
Yellow - 250 measured with a 12 meter instrument.
Skid Resistance - ASTM E 303
45 BPN units minimum
9- 34.3(3) Type C - Cold Applied Pre - formed Tape
Type C material consists of plastic pre- formed tape that is applied cold to the pavement. The
material shall contain intermixed glass beads. Type C material shall conform to the
requirements of ASTM D 4505, Type VI or Type VII and the following:
Retroreflectance - ASTM D 6359 modified as follows: (units are millicandelas /meterz /lux)
White - 300 measured with a 12 meter instrument.
Yellow - 250 measured with a 12 meter instrument.
9- 34.3(4) Type D - Liquid Cold Applied Methyl Methacrylate
Type D material consists of a two part mixture of methyl methacrylate and a catalyst that is
applied cold to the pavement. The material can be applied at a continuously uniform thickness
or it can be applied with profiles (bumps). The material is classified by Type designation,
depending upon the method of application. Type D -1 material is be applied by hand operated
extrusion device, pouring or hand troweling. Type D -2 and D -5 material shall be applied by
spraying. Type D -3 and D-4 material shall be applied by machine extrusion. Glass beads,
intermixed and top dress, shall conform to the manufacturer's recommendations necessary to
meet the retroreflectance requirements. Type D -1, D -2, D -3, and D-4 material shall have
intermixed glass beads in the material prior to application. Type D -5 material shall have glass
beads injected in to the material at application and a second coating of top dressing beads
applied immediately after material application. Type D material shall conform to the following:
Adhesion
Asphalt substrate - substrate failure
Portland Cement Concrete substrate - 200 psi.
2000 WSDOT AMENDMENTS
AM -127
1
3
5
6
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
45
46
47
48
49
50
51
52
53
54
55
56
57
58
59
60
61
Chemical Resistance
The material shall show no effect after seven day immersion in anti - freeze, motor oil,
diesel fuel, gasoline, calcium chloride, sodium chloride or transmission fluid.
Composition
Type D -1 - one gallon of methyl methacrylate and 3 fluid ounces of benzoyl peroxide
powder.
Type D -2, D -3, D-4 and D -5 - Four parts methyl methacrylate and one part liquid benzoyl
peroxide.
Elongation - ASTM D638
20% minimum.
Hardness — ASTM D2240 (Shore Durometer Type D)
55 minimum after 24 hours.
No Track Time - ASTM D711, modified as follows:
15 minutes at 40 mils.
Retroreflectance - ASTM D 6359 modified as follows: (units are millicandelas /meterz /lux)
White - 300 measured with a 12 meter instrument.
Yellow - 250 measured with a 12 meter instrument.
Skid Resistance - ASTM E 303
45 BPN units minimum
Tensile Strength - ASTM D638
125 psi minimum at break.
Viscosity - ASTM D2196 Method B, LV Model at 50 rpm.
Type D -1 - 11,000 to 15,000 cps, spindle #7.
Type D -2 - 26,000 to 28,000 cps, spindle #7.
Type D -3 - 17,000 to 21,000 cps, spindle #7.
Type D-4 - 8,000 to 10,000 cps, spindle # 4.
Type D -5 White - 5,000 to 8,000 cps, spindle #4.
Type D -5 Yellow - 7,000 to 11,000 cps, spindle #4.
Ultraviolet Light
No effect.
9 -34.4 Glass Beads
Glass beads for paint shall conform AASHTO M 247 -81, Type 1. All glass beads shall have a
moisture resistant coating. Glass beads for high VOC and low VOC solvent based paint shall
have a silane coating to enhance adherence with solvent based paint. Glass beads for
waterborne paint shall have a dual coating of silicone and silane that provides both anti - wetting
and adherence properties.
9 -34.5 Temporary Pavement Marking Tape
Temporary pavement marking tape shall be pressure sensitive, reflective type, conforming to
ASTM D 4592, designed for application on asphalt or concrete pavement. Biodegradable tape
with paper backing shall not be allowed. Surface preparation and application shall be in
conformance with all the manufacturer's recommendations.
9 -34.6 Temporary Raised Pavement Markers
Temporary flexible raised pavement markers shall consist of an L- shaped body with
retroreflective tape on the top of one face for one -way traffic and reflective tape on the top of
both faces for two -way traffic. The marker body shall be made from 0.060 inch minimum thick
polyurethane. The top of the vertical leg shall be between 1.75 and 2.0 inches high and shall
be approximately 4 inches wide. The base width shall be approximately 1. 125 inches wide. The
2000 WSDOT AMENDMENTS
AM -128
it
I
HI
1�
E
1
u
C
fi
1
2
3
5
6
7
9
10
11
12
13
14
15
16
17
18
19
20
21
base shall have a pressure sensitive adhesive material, a minimum of 0.125 inch thick with
release paper. The reflective tape shall be a minimum of 0.25 inch high by 4.0 inches wide.
The reflective tape shall have a minimum reflectance of 3.5 candlepower per footcandle for
white and 2.5 candlepower per footcandle for yellow measured at 0.20 observation angle and
0° entrance angle. When temporary flexible raised pavement markers are used for bituminous
surface treatment operations, the markers shall be supplied with a protective cover made of
clear polyvinyl chloride. The cover shall be removed after spraying asphaltic material.
Temporary raised pavement markers other than temporary flexible raised pavement markers
shall conform to the requirements of Section 8 -09.2.
9 -34.7 Field Testing
Field testing is required for all pavement marking materials. The material shall be applied in
the field by the manufacturer and shall be monitored to determine durability and appearance
characteristics. At the Department's discretion, field performance data gained from
independent testing may be submitted in lieu of field testing. Acceptance of independent
testing shall be the prerogative of the Field Operations Support Service Center Material
Laboratory.
2000 WSDOT AMENDMENTS
AM -129
APPENDIX A - WAGE RATES
APPENDIX A
CITY OF RENTON
HOURLY MINIMUM WAGE RATES
it% DIvmmi .mutmvop- TAmFslmi.miaaym%sou& scwwfBie*kXAmA%COVERappA.DOC SR900 — So. 2nd St Traffic Signal Safety
L
r,
C�
u
L
State of Washington
DEPARTMENT OF LABOR AND INDUSTRIES
Prevailing Wage Section - Telephone (360) 902 -5335
PO Box 44540, Olympia, WA 98504 -4540
Washington State Prevailing Wage Rates For Public Works Contracts
The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe
benefits. On public works projects, workers' wage and benefit rates must add to not less than this total. A
brief description of overtime calculation requirements is provided on the Benefit Code Key.
KING COUNTY
Effective 03 -03 -02
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
ASBESTOS ABATEMENT WORKERS
JOURNEY LEVEL $29.67 1M 50
BOILERMAKERS
JOURNEY LEVEL
$38.71
1B
5N
BRICK AND MARBLE MASONS
JOURNEY LEVEL
$35.37
1M
5A
CABINET MAKERS (IN SHOP)
JOURNEY LEVEL
$11.71
1
CARPENTERS
ACOUSTICAL WORKER
$35.31
1M
5D
BRIDGE, DOCK AND WARF CARPENTERS
$35.15
1M
5D
CARPENTER
$35.15
1M
5D
CREOSOTED MATERIAL
$35.25
1M
5D
DRYWALL APPLICATOR
$34.94
1M
5D
FLOOR FINISHER
$35.28
1M
5D
FLOOR LAYER
$35.28
1M
5D
FLOOR SANDER
$35.28
1M
5D
MILLWRIGHT AND MACHINE ERECTORS
$36.15
1M
5D
PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING
$35.35
1M
5D
SAWFILER
$35.28
1 M
5D
SHINGLER
$35.28
1M
5D
STATIONARY POWER SAW OPERATOR
$35.28
1M
5D
STATIONARY WOODWORKING TOOLS
$35.28
1M
5D
CEMENT MASONS
JOURNEY LEVEL
$36.15
1M
5D
DIVERS & TENDERS
DIVER
$75.57
1M
5D
8A
DIVER TENDER
$37.85
1M
5D
DREDGE WORKERS
ASSISTANT ENGINEER
$35.67
1B
5D
8L
ASSISTANT MATE (DECKHAND)
$35.23
1B
5D
8L
BOATMEN
$35.67
1B
5D
8L
ENGINEER WELDER
$35.72
1B
5D
8L
LEVERMAN, HYDRAULIC
$37.11
1B
5D
8L
MAINTENANCE
$35.23
1B
5D
8L
MATES
$35.67
1B
5D
8L
OILER
$35.33
1B
5D
8L
DRYWALL TAPERS
JOURNEY LEVEL
$34.92
11
5B
ELECTRICIANS - INSIDE
CABLE SPLICER
$45.65
1D
6H
CABLE SPLICER (TUNNEL)
$62.70
1D
6H
CERTIFIED WELDER
$43.99
1D
6H
CERTIFIED WELDER (TUNNEL)
$60.27
1D
6H
CONSTRUCTION STOCK PERSON
$23.33
1D
6H
JOURNEY LEVEL
$42.33
1 D
6H
JOURNEY LEVEL (TUNNEL)
$57.83
1D
6H
ELECTRICIANS - POWERLINE CONSTRUCTION
CABLE SPLICER
$44.01
4A
5A
CERTIFIED LINE WELDER
$40.40
4A
5A
GROUNDPERSON
$29.62
4A
5A
Page 1
KING COUNTY
Effective 03 -03 -02
(See
Benefit Code Key)
Over
PREVAILING
Time
Holiday Note
Classification
WAGE
Code
Code Code
HEAD GROUNDPERSON
$31.13
4A
5A
HEAVY LINE EQUIPMENT OPERATOR
$40.40
4A
5A
JACKHAMMER OPERATOR
$31.13
4A
5A
JOURNEY LEVEL LINEPERSON
$40.40
4A
5A
LINE EQUIPMENT OPERATOR
$34.44
4A
5A
POLE SPRAYER
$40.40
4A
5A
POWDERPERSON
ELECTRONIC & TELECOMMUNICATION TECHNICIANS
$31.13
4A
5A
JOURNEY LEVEL
$12.07
1
ELEVATOR CONSTRUCTORS
CONSTRUCTOR
$31.29
4A
6Q
MECHANIC
$42.25
4A
6Q
MECHANIC IN CHARGE
$46.63
4A
6Q
PROBATIONARY CONSTRUCTOR
$16.27
4A
6Q
FENCE ERECTORS
FENCE ERECTOR
$24.62
1
FLAGGERS
JOURNEY LEVEL
$24.99
1M
5D
GLAZIERS
JOURNEY LEVEL
HEAT & FROST INSULATORS AND ASBESTOS WORKERS
$35.96
2E
5G
MECHANIC
$35.93
1F
5C
HOD CARRIERS & MASON TENDERS
JOURNEY LEVEL
$30.15
1M
5D
INLAND BOATMEN
ASSISTANT ENGINEER
$30.70
1K
5D
CHIEF ENGINEER
$31.57
1K
5D
COOK
$26.58
1K
5D
DECK ENGINEER, ABLE SEAMAN, OILER
$26.58
1K
5D
DECKHAND
$26.17
1K
5D
FIRST MATE
$30.80
1K
5D
MASTER
$33.74
1K
5D
MATE, LAUNCH OPERATOR
$28.83
1K
5D
MESSMAN
$21.96
1 K
5D
ORDINARY SEAMAN
$23.28
1K
5D
INSULATION APPLICATORS
JOURNEY LEVEL
$35.15
1M
5D
IRONWORKERS
JOURNEY LEVEL
$37.17
1B
5A
LABORERS
ASPHALT RAKER
$30.15
1M
5D
BALLAST REGULATOR MACHINE
$29.67
1M
5D
BATCH WEIGHMAN
$24.99
1M
5D
CARPENTER TENDER
$29.67
1M
5D
CASSION WORKER
$30.51
1M
5D
CEMENT DUMPER/PAVING
$30.15
1M
5D
CEMENT FINISHER TENDER
$29.67
1M
5D
CHIPPING GUN (OVER 30 LBS)
$30.15
1 M
5D
CHIPPING GUN (UNDER 30 LBS)
$29.67
1M
5D
CHUCKTENDER
$29.67
1M
5D
CLEAN -UP LABORER
$29.67
1M
5D
CONCRETE FORM STRIPPER
$29.67
1M
5D
CONCRETE SAW OPERATOR
$30.15
1M
5D
CRUSHER FEEDER
$24.99
1M
5D
CURING LABORER
$29.67
1M
5D
DEMOLITION, WRECKING & MOVING (INCLUDING CHARRED MATERIALS)
$29.67
1M
5D
DITCH DIGGER
$29.67
1M
5D
DIVER
Page 2
$30.51
1M
5D
i
J
I
F]
u
0
3
KING COUNTY
Effective 03 -03 -02
*«**+ r* rw* w*,►**, rw*, r, r*, r**«*** r* w** w**, r******* w, rw****, r*, r+ r***, r, rwr•*,►* w********,►+.**** * * * * * * * * *r * * * * * * * * * *,rw,r,r,tw•
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
DRILL OPERATOR (HYDRAULIC, DIAMOND)
$30.15
1 M
5D
DRILL OPERATOR, AIRTRAC
$30.51
1M
5D
DUMPMAN
$29.67
1M
5D
FALLERIBUCKER, CHAIN SAW
$30.15
1M
5D
FINAL DETAIL CLEANUP (i.e., dusting, vacuuming, window cleaning; NOT
$22.67
1M
5D
construction debris cleanup)
FINE GRADERS
$29.67
1M
5D
FIRE WATCH
$29.67
1M
5D
FORM SETTER
$29.67
1M
5D
GABION BASKET BUILDER
$29.67
1M
5D
GENERAL LABORER
$29.67
1M
5D
GRADE CHECKER & TRANSIT PERSON
$30.15
IM
5D
GRINDERS
$29.67
1M
5D
GROUT MACHINE TENDER
$29.67
IM
5D
HAZARDOUS WASTE WORKER LEVEL A
$30.51
1M
5D
HAZARDOUS WASTE WORKER LEVEL B
$30.15
IM
5D
HAZARDOUS WASTE WORKER LEVEL C
$29.67
1M
5D
HIGH SCALER
$30.51
1M
5D
HOD CARRIER/MORTARMAN
$30.15
1M
5D
JACKHAMMER
$30.15
1M
5D
LASER BEAM OPERATOR
$30.15
1M
5D
MINER
$30.51
1M
5D
NOZZLEMAN, CONCRETE PUMP, GREEN CUTTER WHEN USING HIGH
$30.15
1M
5D
PRESSURE AIR & WATER ON CONCRETE & ROCK, SANDBLAST, GUNITE,
SHOTCRETE, WATER BLASTER
PAVEMENT BREAKER
$30.15
1M
5D
PILOT CAR
$24.99
IM
5D
PIPE RELINER (NOT INSERT TYPE)
$30.15
1M
5D
PIPELAYER & CAULKER
$30.15
1M
5D
PIPELAYER & CAULKER (LEAD)
$30.51
1M
5D
PIPEWRAPPER
$30.15
1M
5D
POT TENDER
$29.67
1M
5D
POWDERMAN
$30.51
1M
5D
POWDERMAN HELPER
$29.67
1M
5D
POWERJACKS
$30.15
1M
5D
RAILROAD SPIKE PULLER (POWER)
$30.15
IM
5D
RE- TIMBERMAN
$30.51
1M
5D
RIPRAP MAN
$29.67
1M
5D
SIGNALMAN
$29.67
1M
5D
SLOPER SPRAYMAN
$29.67
IM
5D
SPREADER (GLARY POWER OR SIMILAR TYPES)
$30.15
1M
5D
SPREADER (CONCRETE)
$30.15
1M
5D
STAKE HOPPER
$29.67
1M
5D
STOCKPILER
$29.67
1M
5D
TAMPER & SIMILAR ELECTRIC, AIR & GAS
$30.15
IM
5D
TAMPER (MULTIPLE & SELF PROPELLED)
$30.15
1M
5D
TOOLROOM MAN (AT JOB SITE)
$29.67
1M
5D
TOPPER - TAILER
$29.67
1M
5D
TRACKLABORER
$29.67
1M
5D
TRACK LINER (POWER)
$30.15
1M
5D
TUGGER OPERATOR
$30.15
1M
5D
VIBRATING SCREED (AIR, GAS, OR ELECTRIC)
$29.67
1M
5D
VIBRATOR
$30.15
1M
5D
WELDER
$29.67
1M
5D
WELL -POINT LABORER
$30.15
1M
5D
LANDSCAPE CONSTRUCTION
IRRIGATION OR LAWN SPRINKLER INSTALLERS
$11.07
1
Page 3
KING COUNTY
Effective 03 -03 -02
*********, e***, r*******, r*******, r******* w****+ r***, r******************** w***, r**, t*, rw, r,►*,►** w *w *,r *,r * * *,► * * * *,rw *,r,e,r *,r
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS
$10.63
1
LANDSCAPING OR PLANTING LABORERS
$8.42
1
LATHERS
JOURNEY LEVEL
$34.94
1M
5D
PAINTERS
JOURNEY LEVEL
$28.63
2B
5A
PLASTERERS
JOURNEY LEVEL
$35.63
1R
5A
PLUMBERS & PIPEFITTERS
JOURNEY LEVEL
$44.76
1G
5A
POWER EQUIPMENT OPERATORS .
ASSISTANT ENGINEERS
$33.59
IT
5D
8L
BACKHOE, EXCAVATOR, SHOVEL (3 YD & UNDER)
$36.05
IT
5D
8L
BACKHOE, EXCAVATOR, SHOVEL (OVER 3 YD & UNDER 6 YD)
$36.49
IT
5D
8L
BACKHOE, EXCAVATOR, SHOVEL (6 YD AND OVER WITH ATTACHMENTS)
$36.99
IT
5D
8L
BACKHOES, (75 HP & UNDER)
$35.69
IT
5D
8L
BACKHOES, (OVER 75 HP)
$36.05
IT
5D
8L
BARRIER MACHINE (ZIPPER)
$36.05
IT
5D
8L
BATCH PLANT OPERATOR, CONCRETE
$36.05
IT
5D
8L
BELT LOADERS (ELEVATING TYPE)
$35.69
IT
5D
8L
BOBCAT
$33.59
IT
5D
8L
BROOMS
$33.59
1T
5D
8L
BUMP CUTTER
$36.05
IT
5D
8L
CABLEWAYS
$36.49
IT
5D
8L
CHIPPER
$36.05
IT
5D
8L
COMPRESSORS
$33.59
IT
5D
8L
CONCRETE FINISH MACHINE - LASER SCREED
$33.59
IT
5D
8L
CONCRETE PUMPS
$35.69
IT
5D
8L
CONCRETE PUMP -TRUCK MOUNT WITH BOOM ATTACHMENT
$36.05
IT
5D
8L
CONVEYORS
$35.69
IT
5D
8L
CRANES, THRU 19 TONS, WITH ATTACHMENTS
$35.69
IT
5D
8L
CRANES, 20 - 44 TONS, WITH ATTACHMENTS
$36.05
IT
5D
8L
CRANES, 45 TONS - 99 TONS, UNDER 150 FT OF BOOM (INCLUDING JIB
$36.49
IT
5D
8L
WITH ATACHMENTS)
CRANES, 100 TONS - 199 TONS, OR 150 FT OF BOOM (INCLUDING JIB WITH
$36.99
IT
5D
8L
ATTACHMENTS)
CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM (INCLUDING JIB WITH
$37.49
IT
5D
8L
ATTACHMENTS)
CRANES, A- FRAME, 10 TON AND UNDER
$33.59
IT
5D
8L
CRANES, A- FRAME, OVER 10 TON
$35.69
IT
5D
8L
CRANES, OVER 300 TONS, OR 300' OF BOOM INCLUDING JIB WITH
$37.99
IT
5D
8L
ATTACHMENTS
CRANES, OVERHEAD, BRIDGE TYPE (20 - 44 TONS)
$36.05
IT
5D
8L
CRANES, OVERHEAD, BRIDGE TYPE (45 - 99 TONS)
$36.49
IT
5D
8L
CRANES, OVERHEAD, BRIDGE TYPE (100 TONS & OVER)
$36.99
IT
5D
8L
CRANES, TOWER CRANE UP TO 175' IN HEIGHT, BASE TO BOOM
$36.99
IT
5D
8L
CRANES, TOWER CRANE OVER 175' IN HEIGHT, BASE TO BOOM
$37.49
IT
5D
8L
CRUSHERS
$36.05
IT
5D
8L
DECK ENGINEER/DECK WINCHES (POWER)
$36.05
IT
5D
8L
DERRICK, BUILDING
$36.49
IT
5D
8L
DOZERS, D -9 & UNDER
$35.69
IT
5D
8L
DRILL OILERS - AUGER TYPE, TRUCK OR CRANE MOUNT
$35.69
IT
5D
8L
DRILLING MACHINE
$36.05
IT
5D
8L
ELEVATOR AND MANLIFT, PERMANENT AND SHAFT -TYPE
$33.59
IT
5D
8L
EQUIPMENT SERVICE ENGINEER (OILER)
$35.69
IT
51)
8L
FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP
$36.05
IT
5D
8L
FORK LIFTS, (3000 LBS AND OVER)
$35.69
IT
5D
8L
FORK LIFTS, (UNDER 3000 LBS)
$33.59
IT
5D
8L
Page 4
L
j
KING COUNTY
Effective 03 -03 -02
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
GRADE ENGINEER
$35.69
IT
5D
8L
GRADECHECKER AND STAKEMAN
$33.59
IT
5D
8L
HOISTS, OUTSIDE (ELEVATORS AND MANLIFTS), AIR TUGGERS
$35.69
IT
5D
8L
HORIZONTAUDIRECTIONAL DRILL LOCATOR
$35.69
IT
5D
8L
HORIZONTAUDIRECTIONAL DRILL OPERATOR
$36.05
IT
5D
8L
HYDRALIFTS /BOOM TRUCKS (10 TON & UNDER)
$33.59
IT
5D
8L
HYDRALIFTS /BOOM TRUCKS (OVER 10 TON)
$35.69
IT
5D
8L
LOADERS, OVERHEAD (6 YD UP TO 8 YD)
$36.49
IT
5D
8L
LOADERS, OVERHEAD (8 YD & OVER)
$36.99
IT
5D
8L
LOADERS, OVERHEAD (UNDER 6 YD), PLANT FEED
$36.05
IT
5D
8L
LOCOMOTIVES, ALL
$36.05
IT
5D
8L
MECHANICS, ALL
$36.05
IT
5D
8L
MIXERS, ASPHALT PLANT
$36.05
IT
5D
8L
MOTOR PATROL GRADER (FINISHING)
$36.05
IT
5D
8L
MOTOR PATROL GRADER (NON- FINISHING)
$35.69
IT
5D
8L
MUCKING MACHINE, MOLE, TUNNEL DRILL AND /OR SHIELD
$36.49
IT
5D
8L
OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING
$33.59
IT
5D
8L
OPERATOR
PAVEMENT BREAKER
$33.59
IT
5D
8L
PILEDRIVER (OTHER THAN CRANE MOUNT)
$36.05
IT
5D
8L
PLANT OILER (ASPHALT CRUSHER)
$35.69
IT
5D
8L
POSTHOLE DIGGER, MECHANICAL
$33.59
IT
5D
8L
POWER PLANT
$33.59
IT
5D
8L
PUMPS, WATER
$33.59
IT
5D
8L
QUAD 9, D -10, AND HD-41
$36.49
IT
5D
8L
REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING EQUIP
$36.49
IT
5D
8L
RIGGER AND BELLMAN
$33.59
IT
5D
8L
ROLLAGON
$36.49
IT
5D
8L
ROLLER, OTHER THAN PLANT ROAD MIX
$33.59
IT
5D
8L
ROLLERS, PLANTMIX OR MULTILIFT MATERIALS
$35.69
IT
5D
8L
ROTO -MILL, ROTO- GRINDER
$36.05
IT
5D
8L
SAWS, CONCRETE
$35.69
IT
5D
8L
SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING
$36.05
IT
5D
8L
OFF -ROAD EQUIPMENT ( UNDER 45 YD)
SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING
$36.49
IT
5D
8L
OFF -ROAD EQUIPMENT (45 YD AND OVER)
SCRAPERS, CONCRETE AND CARRYALL
$35.69
IT
5D
8L
SCREED MAN
$36.05
IT
5D
8L
SHOTCRETE GUNITE
$33.59
IT
5D
8L
SLIPFORM PAVERS
$36.49
IT
5D
8L
SPREADER, TOPSIDE OPERATOR - BLAW KNOX
$36.05
IT
5D
8L
SUBGRADE TRIMMER
$36.05
IT
5D
8L
TRACTORS, (75 HP & UNDER)
$35.69
IT
5D
8L
TRACTORS, (OVER 75 HP)
$36.05
IT
5D
8L
TRANSFER MATERIAL SERVICE MACHINE
$36.05
IT
5D
8L
TRANSPORTERS, ALL TRACK OR TRUCK TYPE
$36.49
IT
5D
8L
TRENCHING MACHINES
$35.69
IT
5D
8L
TRUCK CRANE OILER/DRIVER ( UNDER 100 TON)
$35.69
IT
5D
8L
TRUCK CRANE OILER/DRIVER (100 TON & OVER)
$36.05
IT
5D
8L
WHEEL TRACTORS, FARMALL TYPE
$33.59
IT
5D
8L
YO YO PAY DOZER
$36.05
IT
5D
8L
POWER LINE CLEARANCE TREE TRIMMERS
JOURNEY LEVEL IN CHARGE
$29.97
4A
5A
SPRAY PERSON
$28.35
4A
5A
TREE EQUIPMENT OPERATOR
$28.75
4A
5A
TREE TRIMMER
$26.62
4A
5A
TREE TRIMMER GROUNDPERSON
$19.48
4A
5A
Page 5
KING COUNTY
Effective 03 -03 -02
****************************************** �•*, r*************, t, r, rw***, r, r, r***, t, t, t, t, r, r, rw, r, r*** w * « * *,rr,►,rr,+,r,r,r,r,rww * * * **
(See Benefit Code Key)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
REFRIGERATION & AIR CONDITIONING MECHANICS
MECHANIC
$43.46
1G
5A
ROOFERS
JOURNEYLEVEL
$32.53
1R
5A
USING IRRITABLE BITUMINOUS MATERIALS
$35.53
1R
5A
SHEET METAL WORKERS
JOURNEY LEVEL (FIELD OR SHOP)
$39.68
11.1
6L
SIGN MAKER
$16,84
1
SIGN MAKER
$15.61
1
SOFT FLOOR LAYERS
JOURNEY LEVEL
$30.60
1 B
5A
SOLAR CONTROLS FOR WINDOWS
JOURNEY LEVEL
$12.44
1
5S
SPRINKLER FITTERS (FIRE PROTECTION)
JOURNEY LEVEL
$42.48
1B
5C
SURVEYORS
CHAIN PERSON
$9.35
1
INSTRUMENT PERSON
$11.40
1
PARTY CHIEF
$13.40
1
TELEPHONE LINE CONSTRUCTION - OUTSIDE
CABLE SPLICER
$24.74
2B
5A
HOLE DIGGER/GROUND PERSON
$13.18
2B
5A
INSTALLER (REPAIRER)
$23.66
2B
5A
JOURNEY LEVEL TELEPHONE LINEPERSON
$22.91
26
5A
SPECIAL APPARATUS INSTALLER 1
$24.74
2B
5A
SPECIAL APPARATUS INSTALLER If
$24.21
26
5A
TELEPHONE EQUIPMENT OPERATOR (HEAVY)
$24.74
2B
5A
TELEPHONE EQUIPMENT OPERATOR (LIGHT)
$22.91
2B
5A
TELEVISION GROUND PERSON
$12.42
2B
5A
TELEVISION LINEPERSON /INSTALLER
$17.02
2B
5A
TELEVISION SYSTEM TECHNICIAN
$20.54
2B
5A
TELEVISION TECHNICIAN
$18.33
2B
5A
TREE TRIMMER
$22.91
2B
5A
TERRAZZO WORKERS & TILE SETTERS
JOURNEY LEVEL
$32.83
1H
5A
TILE, MARBLE & TERRAZZO FINISHERS
FINISHER
$26.66
1H
5A
TRAFFIC CONTROL STRIPERS
JOURNEY LEVEL
$27.67
1K
5A
TRUCK DRIVERS
ASPHALT MIX (TO 16 YARDS)
$33.48
IT
5D
8L
ASPHALT MIX (OVER 16 YARDS)
$34.06
IT
5D
8L
DUMP TRUCK
$33.48
IT
5D
8L
DUMP TRUCK & TRAILER
$34.06
IT
5D
8L
OTHER TRUCKS
$34.06
IT
5D
8L
TRANSIT MIXER
$23.45
1
WELL DRILLERS & IRRIGATION PUMP INSTALLERS
IRRIGATION PUMP INSTALLER
$17.71
1
OILER
$12.97
1
WELL DRILLER
$17.68
1
Page 6
BENEFIT CODE KEY - EFFECTIVE 03 -03 -02
Rtif#►# if#► t► ititiiiiFi# iftf► i# tiiiitit# ff# iRiif► ittt# tii# iif# ifiRi#► ifRittRiRfif# ti►► it► tffiii #►tiifiRii#f #itifffiR# #if
OVERTIME CODES
OVERTIME CALCULATIONS ARE BASED ON THE HOURLY RATE ACTUALLY PAID TO THE WORKER. ON PUBLIC
WORKS PROJECTS, THE HOURLY RATE MUST BE NOT LESS THAN THE PREVAILING RATE OF WAGE MINUS THE
HOURLY RATE OF THE COST OF FRINGE BENEFITS ACTUALLY PROVIDED FOR THE WORKER.
1. 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. 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. THE FIRST EIGHT (8) HOURS ON SATURDAYS OF A FIVE - EIGHT HOUR WORK WEEK AND THE FIRST EIGHT (8)
HOURS WORKED ON A FIFTH CALENDAR DAY, EXCLUDING SUNDAY, IN A FOUR - TEN HOUR SCHEDULE, SHALL BE
PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT (8)
HOURS PER DAY ON SATURDAY; ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS IN A FIFTH CALENDAR
WEEKDAY OF A FOUR - TEN HOUR SCHEDULE; ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY
MONDAY THROUGH FRIDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE
THE HOURLY RATE OF WAGE.
F. 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 (EXCEPT LABOR DAY) SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL
HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE.
G. THE FIRST TEN (10) HOURS WORKED ON SATURDAYS AND THE FIRST TEN (10) HOURS WORKED ON A FIFTH
CALENDAR WEEKDAY IN A FOUR - TEN HOUR SCHEDULE, SHALL BE PAID AT ONE AND ONE -HALF TIMES THE
HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH
SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY
RATE OF WAGE.
H. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER
CONDITIONS OR EQUIPMENT BREAKDOWN) 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.
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, SUNDAYS AND HOLIDAYS (EXCEPT THANKSGIVING DAY AND CHRISTMAS
DAY) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON
THANKSGIVING DAY AND CHRISTMAS DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
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.
P. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) 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.
Q. 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 CHRISTMAS DAY) SHALL BE PAID AT DOUBLE THE
HOURLY RATE OF WAGE. ALL HOURS WORKED ON CHRISTMAS DAY SHALL BE PAID AT TWO 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.
2.
4.
5.
5.
BENEFIT CODE KEY - EFFECTIVE 03 -03 -02
-2-
S. ALL HOURS WORKED ON SUNDAYS BETWEEN THE HOURS OF 12:OOAM SUNDAY AND 6:OOAM MONDAY AND ON
HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
T. ALL HOURS WORKED ON SATURDAYS, EXCEPT MAKE -UP DAYS, SHALL BE PAID AT ONE AND ONE -HALF TIMES THE
HOURLY RATE OF WAGE. ALL HOURS WORKED AFTER 6:OOPM SATURDAY TO 6:OOAM MONDAY AND ON HOLIDAYS
SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
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.
W. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS (EXCEPT MAKE -UP DAYS) 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.
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 HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE.
C. 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.
D. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY
RATE OF WAGE. THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT STRAIGHT TIME IN
ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE
PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE.
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 SUNDAY 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 HOLIDAY PAY.
H. ALL HOURS WORKED ON SUNDAY 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.
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.
M. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE
OF WAGE.
O. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY
RATE OF WAGE.
A. 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. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL
BE PAID AT DOUBLE THE HOURLY RATE OF WAGE.
HOLIDAY CODES
A. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY
AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7).
B. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY
E
H
L-11
u
n
u
Ll
0
BENEFIT CODE KEY - EFFECTIVE 03 -03 -02
-3-
AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (8).
C. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, 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).
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).
N. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, 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, WASHINGTON'S BIRTHDAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, AND CHRISTMAS DAY (6).
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,
DAY AFTER THANKSGIVING DAY, ONE -HALF DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY. (7 1/2).
S. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR
DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (7).
T. PAID HOLIDAYS: SEVEN (7) PAID HOLIDAYS.
V. PAID HOLIDAYS: SIX (6) PAID HOLIDAYS.
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. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY,
THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8).
6. A. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8).
C. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND
CHRISTMAS DAY (9).
D. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,
THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY BEFORE OR THE DAY
AFTER CHRISTMAS DAY (9).
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).
I. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING
DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7).
L. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,
THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND
CHRISTMAS DAY. (8)
BENEFIT CODE KEY - EFFECTIVE 03 -03 -02
-4-
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.
D
S.
PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING
DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, AND CHRISTMAS DAY (8).
T.
PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR
DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE
CHRISTMAS DAY, AND CHRISTMAS DAY (9).
U.
HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY,
LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE
CHRISTMAS DAY, CHRISTMAS DAY (9).
V.
PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING
DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS EVE DAY, CHRISTMAS DAY, EMPLOYEE'S BIRTHDAY,
AND ONE DAY OF THE EMPLOYEE'S CHOICE (10).
W.
PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY,
INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS
DAY, DAY BEFORE CHRISTMAS DAY (10).
X.
PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY,
MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING
DAY, CHRISTMAS DAY, DAY BEFORE OR AFTER CHRISTMAS DAY, EMPLOYEE'S BIRTHDAY (11).
NOTE CODES
8. A.
THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE -HALF TIMES THE DIVERS RATE OF PAY. 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 I00' 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
C.
THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE -HALF TIMES THE DIVERS RATE OF PAY. 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 150'- $1.50 PER FOOT FOR EACH FOOT OVER 100 FEET
OVER 150' TO 200'- $2.00 PER FOOT FOR EACH FOOT OVER 150 FEET
OVER 200'- DIVERS MAY NAME THEIR OWN PRICE
D.
WORKERS WORKING WITH SUPPLIED AIR ON HAZMAT PROJECTS RECEIVE AN ADDITIONAL $1.00 PER HOUR.
L. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A: $0.75, LEVEL
B: $0.50, AND LEVEL C: $0.25. 1
M. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS: LEVELS A & B: $1.00,
LEVELS C & D: $0.50.
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.
C�
El
Washington State Department of Labor and Industries
Policy Statement
(Regarding the Production of "Standard" or "Non- standard" Items)
Below is the department's (State L&I's) list of criteria to be used in determining
whether a prefabricated item is "standard" or "non- standard ". For items not
appearing on WSDOT's predetermined list, these criteria shall be used by the
Contractor (and the Contractor's subcontractors, agents to subcontractors, suppliers,
manufacturers, and fabricators) to determine coverage under RCW 39.12. The
production, in the State of Washington, of non - standard items is covered by RCW
39.12, and the production of standard items is not. The production of any item
outside the State of Washington is not covered by RCW 39.12.
Is the item fabricated for a public works project? If not, it is not subject to RCW
39.12. If it is, go to question 2.
2. Is the item fabricated on the public works jobsite? If it is, the work is covered
under RCW 39.12. If not, go to question 3.
3. Is the item fabricated in an assembly /fabrication plant set up for, and dedicated
primarily to, the public works project? If it is, the work is covered by RCW
39.12. If not, go to question 4.
4. Does the item require any assembly, cutting, modification or other fabrication by
the supplier? If not, the work is not covered by RCW 39.12. If yes, go to
question 5.
5. Is the prefabricated item intended for the public works project typically an
inventory item which could reasonably be sold on the general market? If not,
the work is covered by RCW 39.12. If yes, go to question 6.
6. Does the specific prefabricated item, generally defined as standard, have any
unusual characteristics such as shape, type of material, strength requirements,
finish, etc? If yes, the work is covered under RCW 39.12.
Any firm with questions regarding the policy, WSDOT's Predetermined List, or for
determinations of covered and non - covered workers shall be directed to State L&I at
(360) 902 -5330.
$$1$$ Supplemental To Wage Rates
$$2$$ Page 1
0
WSDOT's
Predetermined List for
Suppliers - Manufacturers - Fabricators
Below is a list of potentially prefabricated items, originally furnished by WSDOT to
Washington State Department of Labor and Industries, that may be considered non-
standard and therefore covered by the prevailing wage law, RCW 39.12. Items marked
with an X in the "YES" column should be considered to be non - standard and therefore
covered by RCW 39.12. Items marked with an X in the "NO" column should be
considered to be standard and therefore not covered. Of course, exceptions to this
general list may occur, and in that case shall be evaluated according to the criteria
described in State and L &I's policy statement.
ITEM DESCRIPTION
YES NO
1. Manhole Ring & Cover - manhole type 1, 2, 3, and 4 X
for bridges. For use with Catch Basin type 2.
The casting to meet AASHTO -M -105, class 30 gray
iron casting. See Std. Plan B -1f, B- 23a, B -23b,
B -23c, and B -23d.
2. Frame & Grate - frame and Grate for Catch Basin type X
1, 1 L, 1 P, 2, 3, 4 and Concrete Inlets. Cast frame
may be grade 70 -36 steel, class 30 gray cast iron or
grade 80 -55 -06 ductile Von. The cast grate may be
grade 70 -36 steel or grade 80 -55 -06 ductile iron.
See Std. Plan B -2, B -2a, and B -2b.
3. Grate Inlet & Drop Inlet Frame & Grate - Frame and X
Grate for Grate Inlets Type 1 or 2 or Drop Inlet.
Angle iron frame to be cast into top of inlet.
See Std. Plan B-4b or B-4h. Frames & Grates to be
galvanized.
4. Concrete Pipe - Plain Concrete pipe and reinforced X
concrete pipe Class 2 to 5 sizes smaller than 60
inch diameter.
5. Concrete Pipe - Plain Concrete pipe and reinforced X
concrete pipe Class 2 to 5 sizes larger than 60 inch
diameter.
$$1$$ Supplemental To Wage Rates
$$2$$ Page 2
Cl
YES NO
d
6. Corrugated Steel Pipe - Steel lock seam corrugated X
pipe for culverts and storm sewers, sizes 30 inch
to 120 inches in diameter. May also be
treated, 1 thru 5.
7. Corrugated Aluminum Pipe - Aluminum lock seam X
corrugated pipe for culverts and storm sewers, sizes
30 inch to 120 inches in diameter. May also be
treated, #5.
8. Anchor Bolts & Nuts - Anchor Bolts and Nuts, for X
mounting sign structures, luminaries and other
items, shall be made from commercial bolt stock.
See Contract Plans and Std. Plans for size and
material type.
9. Aluminum Pedestrian Handrail - Pedestrian handrail X
conforming to the type and material specifications set
forth in the contract plans. Welding of aluminum
shall be in accordance with Section 9- 28.15(3).
10. Major Structural Steel Fabrication - Fabrication of X
major steel items such as trusses, beams, girders, etc.,
for bridges.
11. Minor Structural Steel Fabrication - Fabrication of X
minor steel items such as special hangers, brackets,
access doors for structures, access ladders for
irrigation boxes, bridge expansion joint systems,
etc., involving welding, cutting, punching and /or
boring of holes. See Contact Plans for item description
and shop drawings.
12. Aluminum Bridge Railing Type BP - Metal bridge railing X
conforming to the type and material specifications set forth
in the Contract Plans. Welding of aluminum shall be in
accordance with Section 9- 28.15(3).
$$1$$ Supplemental To Wage Rates
$$2$$ Page 3
YES NO
13. Concrete Piling -- Precast- Prestressed concrete piling for X
use as 55 and 70 ton concrete piling. Concrete to conform to
Section 9 -19.1 of Std. Spec.. Shop drawings for approval
shall be provided per Section 6- 05.3(3) of the Std. Spec.
14. Manhole Type 1, 2, 3 and 4 - Precast Manholes with risers X
and flat top slab and /or cones. See Std. Plans.
15. Drywell - Drywell as specified in Contract Plans. X
16. Catch Basin - Catch Basin type 1, 1 L, 1 P, 2, 3, and 4, X
including risers, frames maybe cast into riser. See
Std. Plans.
17. Precast Concrete Inlet - Concrete Inlet with risers, X
frames may be cast into risers. See Std. Plans.
18. Drop Inlet Type 1 - Drop Inlet Type 1 with support X
angles and grate. See Std. Plans B-4f and B-4h.
19. Drop Inlet Type 2 - Drop Inlet type 2 with support X
angles and grate. See Std. Plans B-4g and B-4h.
20. Grate Inlet Type 2 - Grate Inlet Type 2 with risers and X
top unit with bearing angles.
21. Precast Concrete Utility Vaults - Precast Concrete X
utility vaults of various sizes. Used for in ground
storage of utility facilities and controls. See Contract
Plans for size and construction requirements. Shop drawings
are to be provided for approval prior to casting.
$$1$$ Supplemental To Wage Rates
$$2$$ Page 4
i
i
7
1
1
1
1
1
H
YES NO
22. Vault Risers - For use with Valve Vaults and Utilities X
Vaults.
27. Precast Railroad Crossings - Concrete Crossing Structure X
Slabs.
28. 12, 18 and 26 inch Standard Precast Prestressed X
Girder - Standard Precast Prestressed Girder for use in
structures. Fabricator plant has annual approval of
methods and materials to be used. Shop Drawing to be
provided for approval prior to casting girders.
See Std. Spec. Section 6- 02.3(25)c.
$$1$$ Supplemental To Wage Rates
$$2$$ Page 5
23. Valve Vault - For use with Underground utilities. X
See Contract Plans for details.
24. Precast Concrete Barrier - Precast Concrete Barrier for X
use as new barrier or may also be used as Temporary Concrete
Barrier. Only new state approved barrier may be used as
permanent barrier.
25. Reinforced Earth Wall Panels - Reinforced X
Earth Wall Panels in size and shape as shown in
the Plans. Fabrication plant has annual approval for
methods and materials to be used. See Shop Drawing.
Fabrication at other locations may be approved, after
facilities inspection, contact HQ. Lab.
26. Precast Concrete Walls - Precast Concrete Walls - X
tilt -up wall panel in size and shape as shown in Plans.
Fabrication plant has annual approval for methods and
materials to be used.
27. Precast Railroad Crossings - Concrete Crossing Structure X
Slabs.
28. 12, 18 and 26 inch Standard Precast Prestressed X
Girder - Standard Precast Prestressed Girder for use in
structures. Fabricator plant has annual approval of
methods and materials to be used. Shop Drawing to be
provided for approval prior to casting girders.
See Std. Spec. Section 6- 02.3(25)c.
$$1$$ Supplemental To Wage Rates
$$2$$ Page 5
YES NO
29. Prestressed Concrete Girder Series 4 -14 - X
Prestressed Concrete Girders for use in structures.
Fabricator plant has annual approval of methods and
materials to be used. Shop Drawing to be provided for
approval prior to casting girders. See Std.
Spec. Section 6- 02.3(25)c.
30. Prestressed Tri -Beam Girder - Prestressed Tri-Beam X
Girders for use in structures. Fabricator plant has
annual approval of methods and materials to be used.
Shop Drawing to be provided for approval prior to
casting girders. See Std. Spec. Section 6- 02.3(25)a
31. Prestressed Precast Hollow -Core Slab - Precast X
Prestressed Hollow -core slab for use in structures.
Fabricator plant has annual approval of methods and
materials to be used. Shop Drawing to be provided for
approval prior to casting girders. See Std. Spec.
Section 6- 02.3(25)c.
32. Prestressed -Bulb Tee Girder -Bulb Tee Prestressed X
Girder for use in structures. Fabricator plant has
annual approval of methods and materials to be used.
Shop Drawing to be provided for approval prior to
casting girders. See Std. Spec. Section 6- 02.3(26)A.
33. Monument Case and Cover -To meet AASHTO -M -105 class X
30 gray iron casting. See Std. Plan H -7.
34. Cantilever Sign Structure - Cantilever Sign Structure X
fabricated from steel tubing meeting AASHT0-M -183. See Std.
Plans G-3, G -3a, and Contract Plans for details. The steel
structure shall be galvanized after fabrication in
accordance with AASHTO -M -111.
35. Mono -tube Sign Structures - Mono-tube Sign Bridge X
fabricated to details shown in the Plans. Shop drawings
for approval are required prior to fabrication.
$$1$$ Supplemental To Wage Rates
$$2$$ Page 6
Fl
F4
0
YES NO
36. Steel Sign Bridges - Steel Sign Bridges fabricated X
from steel tubing meeting AASHTO -M -138 for Aluminum Alloys.
See Std. Plans G-2, G2a, G -2b, and Contract Plans for
details. The steel structure shall be galvanized after
fabrication in accordance with AASHTO -M -111.
37. Steel Sign Post - Fabricated steel sign posts as detailed X
in Std. Plan G -8. Shop drawings for approval are to be
provided prior to fabrication.
38. Light Standard - Prestressed - Spun, prestressed, hollow, X
concrete poles.
39. Light Standards - Lighting Standards for use X
on highway illumination systems, poles to be fabricated
to conform with methods and materials as specified on Std.
Plan J -1, J -1 a, and J -1 b. See Special Provisions for
pre- approved drawings.
40. Traffic Signal Standards - Traffic Signal Standards for X
use on highway and /or street signal systems. Standards.
to be fabricated to conform with methods and material as
specified on Std. Plans J-1, J -7a, J -7c, and J -8.
See Special Provisions for pre - approved drawings.
41. Traffic Curb, Type A or C Precast - Type A or C X
Precast traffic curb, for use in construction
of raised channelization, and other traffic delineation
uses such as parking lots, rest areas, etc. NOTE:
Acceptance based on inspection of Fabrication Plant
and an advance sample of curb section to be submitted
for approval by Engineer.
$$1$$ Supplemental To Wage Rates
$$2$$ Page 7
YES NO
42. Traffic Signs - Prior to approval of a Fabricator
X
X
of Traffic Signs, the sources of the following
customstd.
signing materials must be submitted and approved
msg
msg
for reflective sheeting, legend material, and
aluminum sheeting. NOTE: * ** Fabrication
inspection required. Only signs tagged "Fabrication
Approved" by WSDOT Sign
Fabrication Inspector to be installed.
43. Cutting & bending reinforcing steel
X
44. Guardrail components
X
X
custom
standard
end
sect.
sect.
45. Aggregates /Concrete mixes
Covered by
WAC 296 - 127 -018
46. Asphalt Covered by
WAC 296 - 127 -018
47. Fiber fabrics X
48. Electrical wiring /components X
49. treated or untreated timber piles X
50. Girder pads (elastomeric bearing) X
$$1$$ Supplemental To Wage Rates
$$2$$ Page 8
YES NO
51. Standard Dimension lumber X
52.
Irrigation components
X
53.
Fencing materials
X
54.
Guide Posts
X
55.
Traffic Buttons
X
56.
Epoxy
X
57.
Cribbing
X
58.
Water distribution materials
X
59.
Steel "H" piles
X
60.
Steel pipe for concrete pile casings
X
61.
Steel pile tips, standard
X
62.
Steel pile tips, custom
X
$$1$$ Supplemental To Wage Rates
$$2$$ Page 9
WASHINGTON STATE PREVAILING WAGE RATES - EFFECTIVE 03/03/02
METAL FABRICATION (IN SHOP)
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
Counties Covered:
Adams, Asotin, Columbia, Douglas, Ferry, Franklin, Garfield
Kittitas, Lincoln, Okanogan, Pend Oreille, Stevens, Walla Walla and Whitman
Fitter 12.76 1
Welder 12.76 1
Machine Operator 12.66 1
Painter 10.20 1
Laborer 8.13 1
Counties Covered:
Benton
Welder
16.70 1
Machine Operator
10.53 1
Painter
9.76 1
Laborer
7.06 1
Counties Covered:
Chelan
Fitter
15.04 1
Welder
12.24 1
Machine Operator
9.71 1
Painter
9.93 1
Laborer
8.77 1
Fitter
Welder
Machine Operator
Painter
Laborer
Counties Covered:
Clallam, Grays Harbor, Island, Jefferson,
Lewis, Mason, Pacific, San Juan and Skagit
15.16
15.16
10.66
11.41
11.13
$$1$$ Supplemental To Wage Rates
$$2$$ Page 10
1
1
1
1
1
METAL FABRICATION (IN SHOP) 03/03/02
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
Counties Covered:
Clark
Layerout
23.06
11
6U
Fitter
22.72
11
6U
Welder
21.54
11
6U
Painter
19.65
11
61.1
Machine Operator
17.08
11
61.1
Laborer
16.57
11
6U
Counties Covered:
Snohomish
Fitter
15.38 1
Welder
15.38 1
Machine Operator
8.84 1
Painter
9.98 1
Laborer
9.79 1
Counties Covered:
Spokane
Fitter
12.59 1
Welder
10.80 1
Machine Operator
13.26 1
Painter
10.27 1
Laborer
7.98 1
Counties Covered:
Thurston
Layerout
23.22
1 R
6T
Fitter
21.29
1 R
6T
Welder
19.34
1 R
6T
Machine Operator
16.43
1 R
6T
Laborer
13.52
1 R
6T
Counties Covered:
Whatcom
Fitter/Welder 13.81 1
Machine Operator 13.81 1
Laborer 9.00 1
$$1$$ Supplemental To Wage Rates
$$2$$ Page 11
METAL FABRICATION (IN SHOP) 03/03/02
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
Counties Covered:
Yakima
Fitter
12.00 1
Welder
11.32 1
Machine Operator
11.32 1
Painter
12.00 1
Laborer
10.31 1
Fitter
Welder
Machine Operator
Laborer
Fitter
Welder
Painter
Counties Covered:
Cowlitz
Counties Covered:
Grant
Counties Covered:
King
22.39
1B
6V
22.39
113
6V
22.39
1B
6V
17.62
113
6V
10.79 1
10.79 1
7.45 1
Fitter
15.86 1
Welder
15.48 1
Machine Operator
13.04 1
Painter
11.10 1
Laborer
9.78 1
Counties Covered:
Kitsap
Fitter
Welder
Machine Operator
Laborer
$$1$$ Supplemental To Wage Rates
$$2$$ Page 12
26.96 1
13.83 1
13.83 1
6.90 1
METAL FABRICATION (IN SHOP) 03/03/02
Over
PREVAILING Time
Classification WAGE Code
Counties Covered:
Klickitat, Skamania and Wahkiakum
Fitter/Welder 16.99 1
Machine Operator 17.21 1
Painter 17.03 1
Laborer 10.44 1
Counties Covered:
Pierce
Fitter
15.25 1
Welder
13.98 1
Machine Operator
13.98 1
Laborer
9.25 1
$$1$$ Supplemental To Wage Rates
$$2$$ Page 13
Holiday Note
Code Code
WASHINGTON STATE PREVAILING WAGE RATES - EFFECTIVE 03/03/02
FABRICATED PRECAST CONCRETE PRODUCTS
Over
PREVAILING Time Holiday Note
Classification WAGE Code Code Code
Counties Covered:
Adams, Asotin, Benton, Columbia, Douglas, Ferry, Franklin,
Garfield, Grant, Lincoln, Okanogan,
Pend Oreille, Stevens, Walla Walla, and Whitman
All Classifications 9.96 1
Counties Covered:
King
Architectural and Prestressed Concrete
All Classifications
All Other Concrete Products
Maintenance
Operator
Gunite
Carpenter
Fabricator
Wet pour
Yard Patch
Welder
Clean Up
Counties Covered:
Pierce
All Classifications
11.05 1
18.77
1B
6S
18.24
1B
6S
18.24
1B
6S
18.77
1B
6S
18.24
1B
6S
17.99
1B
6S
17.99
1B
6S
18.24
1B
6S
17.99
1B
6S
10.00 1
Counties Covered:
Chelan, Kittitas, Klickitat and Skamania
All Classifications 8.61 1
Counties Covered:
Clallam, Clark, Cowlitz, Grays Harbor, Island, Jefferson, Kitsap,
Lewis, Mason, Pacific, San Juan, Skagit, Snohomish, Thurston,
Wahkiakum
All Classifications 13.50 1
$$1$$ Supplemental To Wage Rates
$$2$$ Page 14
WASHINGTON STATE PREVAILING WAGE RATES - EFFECTIVE 03/03/02
FABRICATED PRECAST CONCRETE PRODUCTS
Classification
Counties Covered:
Spokane
Over
PREVAILING Time Holiday Note
WAGE Code Code Code
Machine Operator
10.33 1
Laborer
6.90 1
Counties Covered:
Yakima
Craftsman
8.65 1
Production Worker
7.15 1
Laborer
6.90 1
Counties Covered:
Whatcom
Rebar
14.60 1
Concrete Finisher
12.53 1
Carpenter
11.43 1
Laborer
8.43 1
$$1$$ Supplemental To Wage Rates
$$2$$ Page 15
Washington State Department of Labor and Industries
Policy Statements
(Regarding Production and Delivery of Gravel, Concrete, Asphalt, etc.)
The following two letters from the State Department of Labor and Industries (State
L &I) dated August 18, 1992 and June 18, 1999, clarify the intent and establish policy
for administrating the provisions of WAC 296 - 127 -018 COVERAGE AND
EXEMPTIONS OF WORKERS INVOLVED IN THE PRODUCTION AND DELIVERY
OF GRAVEL, CONCRETE, ASPHALT, OR SIMILAR MATERIALS.
Any firm with questions regarding the policy, these letters, or for determinations of
covered and non - covered workers shall be directed to State L &I at (360) 902 -5330.
Effective September 1, 1993, minimum prevailing wages for all work covered by
WAC 296- 127 -018 for the production and /or delivery of materials to a public works
contract will be found under the regular classification of work for Teamsters, Power
Equipment Operators, etc.
$$1$$ Supplemental To Wage Rates
$$2$$ Page 16
H_
L
�1
R
ESAC DIVISION - TELEPHONE (206) 586 -6887
PO BOX 44540, OLYMPIA, WASHINGTON 98504 -4540
August 18, 1992
TO: All Interested Parties
FROM: Jim P. Christensen
Acting Industrial Statistician
SUBJECT: Materials Suppliers - WAC 296 - 127 -018
This memo is intended to provide greater clarity regarding the application of WAC
296 - 127 -018 to awarding agencies, contractors, subcontractors, material suppliers
and other interested parties. The information contained herein should not be
construed to cover all possible scenarios which might require the payment of
prevailing wage. The absence of a particular activity under the heading
"PREVAILING WAGES ARE REQUIRED FOR" does not mean that the activity is not
covered.
Separate Material Supplier Equipment Operator rates have been eliminated. For
those cases where a production facility is set up for the specific purpose of supplying
materials to a public works construction site, prevailing wage rates for operators of
equipment such as crushers and batch plants can be found under Power Equipment
Operators.
PREVAILING WAGES ARE REQUIRED FOR:
1. Hauling materials away from a public works project site, including excavated
materials, demolished materials, etc.
2. Delivery of materials to a public works project site using a method that involves
incorporation of the delivered materials into the project site, such as spreading,
leveling, rolling, etc.
3. The production of materials at a facility that is established for the specific, but
not necessarily exclusive, purpose of supplying materials for a public works
project.
4. Delivery of the materials mentioned in #3 above, regardless of the method of
delivery.
PREVAILING WAGES ARE NOT REQUIRED FOR:
1. The production of materials by employees of an established materials supplier,
in a permanent facility, as well as the delivery of these materials, as long as
delivery does not include incorporation of the materials into the job site.
2. Delivery of materials by a common or contract carrier, as long as delivery does
not include incorporation of the materials into the job site.
3. Production of materials for unspecified future use.
E
$$1$$ Supplemental To Wage Rates
$$2$$ Page 17
f�
04 b i.
STATE OF WASHINGTON
DEPARTMENT OF LABOR AND INDUSTRIES
June 18, 1999
TO: Kerry S. Radcliff, Editor
Washington State Register
FROM: Gary Moore, Director
Department of Labor and Industries
SUBJECT: Notice re WAC 296- 127 -018, Coverage and exemptions of workers
involved in the production and delivery of gavel, concrete, asphalt,
or similar materials
The department wishes to publish the following Notice in the next edition of the
Washington State Register:
NOTICE
Under the current material supplier regulations, WAC 296- 127 -018, the
department takes the position that prevailing wages do not apply to the
delivery of wet concrete to public works sites, unless the drivers do
something more than just deliver the concrete. Drivers delivering
concrete into a crane and bucket, hopper of a pump truck, or forms or
footings, are not entitled to prevailing wages unless they operate
machinery or use tools that screed, float, or put a finish on the concrete.
This position applies only to the delivery of wet concrete. It does not
extend to the delivery of asphalt, sand, gravel, crushed rock, or other
similar materials covered under WAC 296 - 127 -018. The department's
position applies only to this regulation.
If you need additional information regarding this matter, please contact
Greg Mowat, Program Manager, Employment Standards, at
P.O. Box 44510, Olympia, WA 98504 -4510, or call (360) 902 -5310.
Please publish the above Notice in WSR 99 -13. If you have questions or need
additional information, please call Selwyn Walters at 902 -4206. Thank you.
Cc: Selwyn Walters, Rules Coordinator
Patrick Woods, Assistant Director
Greg Mowat, Program Manager
$$1$$ Supplemental to Wage Hates
$$2$$ 18
H,
11'
L
WA020001 Modification 3
Federal Wage Determinations
1
GENERAL DECISION WA020001 03/29/02 WA1
General Decision Number WA020001
General Decision No. WA010001
Superseded
State: Washington
Construction Type:
DREDGING
HEAVY
HIGHWAY
County (ie s ) :
STATEWIDE
HEAVY AND HIGHWAY AND DREDGING CONSTRUCTION
PROJECTS
(Excludes D.O.E. Hanford Site in Benton and
Franklin Counties)
Modification Number Publication Date
0 03/01/2002
1 03/08/2002
2 03/15/2002
3 03/29/2002
COUNTY(ies):
STATEWIDE
CARP0001W 06/01/2001
Rates
Fringes
COLUMBIA RIVER AREA - ADAMS, BENTON, COLUMBIA, DOUGLAS (EAST OF
THE 120TH MERIDIAN), FERRY, FRANKLIN, GRANT,
OKANOGAN (EAST OF
THE 120TH MERIDIAN) AND WALLA WALLA COUNTIES
CARPENTERS:
GROUP 1: 23.18
6.00
GROUP 2: 24.29
6.00
GROUP 3: 23.45
6.00
GROUP 4: 23.18
6.00
GROUP 5: 57.45
6.00
GROUP 6: 25.56
6.00
SPOKANE AREA: ASOTIN, GARFIELD, LINCOLN, PEND
OREILLE, SPOKANE,
STEVENS AND WHITMAN COUNTIES
CARPENTERS:
GROUP 1: 22.51
6.00
GROUP 2: 23.61
6.00
GROUP 3: 22.77
6.00
GROUP 4: 22.51
6.00
GROUP 5: 55.78
6.00
GROUP 6: 24.82
6.00
WA020001 Modification 3
Federal Wage Determinations
1
F]
J
CARPENTERS CLASSIFICATIONS
GROUP 1: Carpenter; Burner- Welder; Rigger and Signaler;
Insulators (all types), Acoustical, Drywall and Metal Studs,
Metal Panels and Partitions; Floor Layer, Sander, Finisher and
Astro Turf; Layout Carpenters; Form Builder; Rough Framer;
Outside or Inside Finisher, including doors, windows, and jams;
Sawfiler; Shingler (wood, composition) Solar, Fiberglass,
Aluminum or Metal; Scaffold Erecting and Dismantling; Stationary
Saw -Off Bearer; Wire, Wood and Metal Lather Applicator
GROUP 2: Millwright, machine erector
GROUP 3: Piledriver - includes driving, pulling, cutting,
placing collars, setting, welding, or creosote treated material,
on all piling
GROUP 4: Bridge, dock and wharf carpenters
GROUP 5: Divers
GROUP 6: Divers Tender
DEPTH PAYY FOR DIVERS:
Each foot over 50 -100 feet $1.00
Each foot over 100 -175 feet 2.25
Each foot over 175 -250 feet 5.50
HAZMAT PROJECTS
Anyone working on a HAZMAT job (task), where HAZMAT certification
is required, shall be compensated at a premium, in addition to
the classification working in as follows:
LEVEL D + $.25 per hour - This is the lowest level of protection.
No respirator is used and skin protection is minimal.
LEVEL C + $.50 per hour - This level uses an air purifying
respirator or additional protective clothing.
LEVEL B + $.75 per hour - Uses same respirator protection as
Level A. Supplied air line is provided in conjunction with a
chemical "splash suit ".
LEVEL A +$1.00 per hour - This level utilizes a fully
encapsulated suit with a self- contained breathing apparatus or a
supplied air line.
--------------------------- ----------------- -------------- - - - - --
WA020001 Modification 3 2
Federal Wage Determinations
r
CARP00030 12/01/2001
Rates
Fringes
SOUTHWEST WASHINGTON: CLARK, COWLITZ, KLICKITAT,
LEWIS(Piledriver only), PACIFIC (South of a straight
line made by
extending the north boundary line of Wahkiakum County
west to
Willapa Bay to the Pacific Ocean), SKAMANIA AND WAHKIAKUM
COUNTIES and INCLUDES THE ENTIRE PENINSULA WEST OF WILLAPA
BAY
SEE ZONE DESCRIPTION FOR CITIES BASE POINTS
ZONE 1:
CARPENTERS; ACOUSTICAL 26.83
8.29
DRYWALL 26.83
8.29
FLOOR LAYERS & FLOOR FINISHERS
(the laying of all hardwood floors
nailed and mastic set, parquet and
wood -type tiles, and block floors,
the sanding and finishing of floors,
the preparation of old and new
floors when the materials mentioned
above are to be installed); INSULATORS
(fiberglass and similar irritating
materils 26.98
8.29
MILLWRIGHTS 27.33
8.29
PILEDRIVERS 27.33
8.29
DIVERS 63.75
8.29
DIVERS TENDERS 29.33
8.29
DEPTH PAY
50 TO 100 FEET $1.00 PER FOOT OVER 50 FEET
100 TO 150 FEET 1.50 PER FOOT OVER 100 FEET
150 TO 200 FEET 2.00 PER FOOT OVER 150 FEET
Zone Differential (Add up Zone 1 rates):
Zone 2 - $0.85
Zone 3 - 1.25
Zone 4 - 1.70
Zone 5 - 2.00
Zone 6 - 3.00
WA020001 Modification 3
Federal Wage Determinations
L
3
E
BASEPOINTS: ASTORIA, LONGVIEW, PORTLAND, THE DALLES,
AND VANCOUVER, (NOTE: All dispatches for Washington State
Counties: Cowlitz, Wahkiakum and Pacific shall be from Longview
Local #1707 and mileage shall be computed from that point.)
ZONE 1: Projects located within 30 miles of the respective
city hall of the above mentioned cities
ZONE 2: Projects located more than 30 miles and less than 40
miles of the respective city of the above mentioned
cities
ZONE 3: Projects located more than 40 miles and less than 50
miles of the respective city of the above mentioned
cities
ZONE 4: Projects located more than 50 miles and less than 60
miles of the respective city of the above mentioned
cities.
ZONE 5: Projects located more than 60 miles and less than 70
miles of the respective city of the above mentioned
cities
ZONE 6: Projects located more than 70 miles of the respected
city of the above mentioned cities
---------------------------- ----------------- -------------- - - - - --
CARP0770D 12/01/2001
Rates Fringes
WESTERN WASHINGTON: CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON,
KING, KITSAP, LEWIS (excludes piledrivers only), MASON,
PACIFIC (North of a straight line made by extending the north
boundary line of Wahkiakum County west to the Pacific Ocean),
PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM
COUNTIES
CARPENTERS AND DRYWALL APPLICATORS
27.54
7.61
qu
CARPENTERS ON CREOSOTE MATERIAL
27.82
7.61
is
SAWFILERS, STATIONARY POWER SAW
OPERATORS, FLOOR FINISHER, FLOOR
LAYER, SHINGLER, FLOOR SANDER
OPERATOR AND OPERATORS OF OTHER
-3
STATIONARY WOOD WORKING 'TOOLS
27.67
7.61
MILLWRIGHT AND MACHINE ERECTORS
ACOUSTICAL WOKRERS
28.54
27.70
7.61
7.61
PILEDRIVER, DRIVING, PULLING,
CUTTING, PLACING COLLARS,
SETTING, WELDING OR CRESOTE
TREATED MATERIAL, ALL PILING
27.74
7.61
PILEDRIVER, BRIDGE, DOCK &
WHARF CARPENTERS
27.54
7.61
DIVERS
67.96
7.61
DIVERS TENDER
30.24
7.61
WA020001 Modification 3 4
Federal Wage Determinations
r
�l
[a
Zone Pay
0 -25 radius miles Free
(HOURLY ZONE PAY APPLICABLE TO ALL
CLASSIFICATIONS EXCEPT
25 -35 radius miles $1.00 /hour
MILLWRIGHT AND PILEDRIVER)
35 -45 radius miles $1.15 /hour
45 -55 radius miles $1.35 /hour
Hourly Zone Pay shall be paid on jobs
located outside
Over 55 radius miles $1.55 /hour
of the free zone computed from the
city center of the
(HOURLY ZONE PAY - MILLWRIGHT AND PILEDRIVER ONLY)
following listed cities:
Hourly Zone Pay shall be computed from Seattle Union
Seattle Olympia
Bellingham
Auburn Bremerton
Anacortes
Renton Shelton
Yakima
Aberdeen- Hoquiam Tacoma
Wenatchee
Ellensburg Everett
Port Angeles
Centralia Mount Vernon
Sunnyside
KITTITAS, OKANOGAN (WEST OF THE 120TH
Chelan Pt. Townsend
COUNTIES
Zone Pay
0 -25 radius miles Free
25 -35 radius miles $1.00 /hour
35 -45 radius miles $1.15 /hour
45 -55 radius miles $1.35 /hour
Over 55 radius miles $1.55 /hour
(HOURLY ZONE PAY - MILLWRIGHT AND PILEDRIVER ONLY)
Hourly Zone Pay shall be computed from Seattle Union
Hall, Tacoma City center, and Everett
City center
Zone Pay
0 -25 radius miles Free
25 -45 radius miles $ .70 /hour
Over 45 radius miles $1.50 /hour
CENTRAL WASHINGTON: CHELAN, DOUGLAS (WEST OF THE 120TH
MERIDIAN),
KITTITAS, OKANOGAN (WEST OF THE 120TH
MERIDIAN) AND YAKIMA
COUNTIES
CARPENTERS AND DRYWALL APPLICATORS
20.72
7.47
CARPENTERS ON CREOSOTED MATERIAL
20.82
7.47
SAWFILERS, STATIONARY POWER S37
OPERATORS, FLOOR FINISHER,
FLOOR LAYER, SHINGLERS, FLOOR
SANDER OPERATORS
20.85
7.47
MILLWRIGHT AND MACHINE ERECTORS
28.22
7.47
PILEDRIVER, DRIVING, PULLING,
CUTTING, PLACING COLLARS,
SETTING, WELDING OR CRESOTE
TREATED MATERIAL, ALL PILING
27.42
7.47
PILEDRIVER, BRIDGE DOCK AND
WHARF CARPENTERS
27.22
7.47
DIVERS
65.81
6.62
DIVERS TENDER
29.28
6.62
WA020001 Modification 3
Federal Wage Determinations
W,
(HOURLY ZONE PAY APPLICABLE TO ALL CLASSIFICATIONS EXCEPT
MILLWRIGHT AND PILEDRIVER)
Hourly Zone Pay shall be paid on jobs located outside
of the free zone computed from the city center of the
following listed cities:
Seattle Olympia Bellingham
Auburn Bremerton Anacortes
Renton Shelton Yakima
Aberdeen - Hoquiam Tacoma Wenatchee
Ellensburg Everett Port Angeles
Centralia Mount Vernon Sunnyside
Chelan Pt. Townsend
Zone Pay
0 -25 radius miles Free
25 -35 radius miles $1.00 /hour
35 -45 radius miles $1.15 /hour
45 -55 radius miles $1.35 /hour
Over 55 radius miles $1.55 /hour
(HOURLY ZONE PAY - MILLWRIGHT AND PILEDRIVER ONLY)
Hourly Zone Pay shall be computed from Seattle Union
Hall, Tacoma City center, and Everett City center
Zone Pay
0 -25 radius miles Free
25 -45 radius miles $ .70 /hour
Over 45 radius miles $1.50 /hour
--------- -----------------•- ----------------- -------------- - - - - --
WA020001 Modification 3 6
Federal Wage Determinations
ELECO046A 06/04/2001
Rates Fringes
CALLAM, JEFFERSON, KING AND KITSAP COUNTIES
ELECTRICIANS 31.50 3% +8.88
CABLE SPLICERS 34.65 3% +8.88
--------- ------------------ ------------- ---- -------------- - - - - --
ELECO048C 01/01/2002
Rates
Fringes
CLARK, KLICKITAT AND SKAMANIA COUNTIES
ELECTRICIANS
30.20
3 %+11.00
CABLE SPLICERS
--------- ------------------
30.45
----------------- ------------------
3% +11.00
--
ELECO073A 01/01/2002
HEAVY LINE EQUIPMENT MAN 3
31.96 3
3.875 %+7.20
Rates
Fringes
ADAMS, FERRY, LINCOLN, -
PEND OREILLE, SPOKANE,
STEVENS, WHITMAN
COUNTIES
GROUNDMEN 2
23.27 3
ELECTRICIANS
23.82
3% +9.58
CABLE SPLICERS
--------- ------------------
24.22
----------------- ------------
3% +9.58
- - - - -- --
ELECO076B 07/01/2001
Rates Fringes
GRAYS HARBOR, LEWIS, MASON, PACIFIC, PIERCE, AND THURSTON
COUNTIES
ELECTRICIANS 28.29 3% +10.32
CABLE SPLICERS 31.12 3 %+10.32
--------- ------------------ ----------------- -------------- - - - - --
ELECO077C 02/01/2002
Rates F
Fringes
LINE CONSTRUCTION:
CABLE SPLICERS 3
35.44 3
3.875% +7.20
LINEMEN, POLE SPRAYERS,
HEAVY LINE EQUIPMENT MAN 3
31.96 3
3.875 %+7.20
LINE EQUIPMENT MEN 2
27.91 3
3.875 %+5.45
POWDERMEN, JACKHAMMERMEN 2
24.72 3
3.875% +5.45
GROUNDMEN 2
23.27 3
3.875 %+5.45
TREE TRIMMER 2
22.46 3
3.875 %+5.45
ELECO112E 12/01/2000
Rates Fringes
ASOTIN, BENTON, COLUMBIA, FRANKLIN, GARFIELD, KITTITAS,
WALLA WALLA, YAKIMA COUNTIES
ELECTRICIANS 27.75 3 %+6.93
CABLE SPLICERS 29.14 3% +6.93
--------------------- - - - - -- ----------------- -------------- - - - - --
WA020001 Modification 3
Federal Wage Determinations
i
7
L]
ELECO191C 08/31/2001
Rates
Rates
Fringes
ISLAND, SAN JUAN, SNOHOMIS:H, SKAGIT
AND WHATCOM
COUNTIES
ELECTRICIANS
29.66
3 %+8.33
CABLE SPLICERS
--------- -----------------•- -----------------
33.23
------------------
3% +8.33
--
ELECO191D 08/31/2001
OF THE
120TH MERIDIAN) COUNTIES
Rates
Fringes
CHELAN, DOUGLAS, GRANT AND OKANOGAN
COUNTIES
ELECTRICIANS
26.66
3% +8.03
CABLE SPLICERS
--------------------------•- -----------------
29.33
----
3% +8.03
---------- - - - - --
ELEC0970A 01/01/2002
Rates Fringes
COWLITZ AND WAHKIAKUM COUNTIES
ELECTRICIANS 27.55 3% +8.75
CABLE SPLICERS 30.31 3% +8.75
--------- ------------------- ----------------- -------------- - - - - --
ENGI0302E 06/01/2001
Rates
Fringes
CHELAN (WEST OF THE 120TH MERIDIAN), CLALLAM, DOUGLAS
(WEST OF
THE 120TH MERIDIAN), GRAYS HARBOR, ISLAND, JEFFERSON,
KING,
KITSAP, KITTITAS, MASON, OKANOGAN (WEST OF THE 120TH
MERIDIAN),
SAN JUAN, SKAGIT, SNOHOMIS',H, WHATCOM AND YAKIMA (WEST
OF THE
120TH MERIDIAN) COUNTIES
PROJECTS
CATEGORY A PROJECTS (excludes Category B projects,
as show
below)
POWER EQUIPMENT OPERATORS:
Zone 1 (0 -25 radius miles):
GROUP 1AAA 29.61
8.38
GROUP 1AA 29.11
8.38
GROUP lA 28.61
8.38
GROUP 1 28.11
8.38
GROUP 2 27.67
8.38
GROUP 3 27.31
8.38
GROUP 4 25.21
8.38
Zone 2 (26 -45 radius miles) - Add $ .70 to Zone 1 rates
Zone 3 (Over 45 radius miles) - Add $1.00 to Zone 1
rates
BASEPOINTS: Bellingham, Mount Vernon, Kent, Port Angeles, Port
Townsend, Aberdeen, Shelton, Bremerton, Wenatchee, Yakima,
Seattle, Everett
WA020001 Modification 3
Federal Wage Determinations
L'
a 1
[l
0
H
POWER EQUIPMENT OPERATORS CLASSIFICATIONS
GROUP 1AAA - Cranes -over 300 tons or 300 ft. of boom (including
job with attachments)
GROUP 1AA - Cranes - 200 tons to 300 tons or 250 ft. of boom
(including jib and attachments); Tower crane over 175 ft. in
height, base to boom
GROUP lA - Cranes - 100 tons thru 199 tons or 150' of boom
(including jib with attachments); Crane-overhead, bridge type,
100 tons and over; Tower crane up to 175 ft. in height base to
boom; Loader - overhead, 8 yards and over; Shovel, excavator,
backhoes -6 yards and over with attachments
GROUP 1 - Cableway; Cranes -45 tons thru 99 tons, under 150 ft.
of boom (including jib with attachments); Crane - overhead, bridge
type, 45 tons thru 99 tons; Shovel, excavator, backhoes over 3
yards and under 6 yards; Hard tail end dump articulating off -road
equipment 45 yards and over; Loader - overhead, 6 yards to, but not
including 8 yards; Mucking machine, mole, tunnel, drill and /or
shield; Quad 9, HD 41, d -10; Remote control operator on rubber
tired earth moving equipment; Rollagon; Scrapers -self - propelle d-
45 yards and over; Slipform pavers; Transporters, all track or
truck type
GROUP 2 - Barrier machine (zipper); Barch Plant opeator-
concrete; Bump cutter; Cranes -20 tons thru 44 tons with
attachments; Cranes -overhea ds, bridge type -20 tons through 44
tons; Chipper; Concrete pump -truck mount with boom attachment;
Crusher; Deck Engineer /Deck Winches (power); Drilling machine;
Excavator, shovel backhoe -3 yards and under; Finishing machine
Bidwell, Gamaco and similar equipment; Guardrail punch;
Horizontal /directional drill operator; Loaders, overhead under 6
yds.; Loaders -plant feed; Locomotives -all; Mechanics -all;
Mixers - asphalt plant; Motor patrol graders-finishing; Pildrive r
(other than crane mount); Roto -mill, roto - grinder; Screedman,
Spreader, Topside Operator -Blaw Knox, Cedar Rapids, Jaeger,
Caterpillar, Barbar Green; Scraper - self -propelled, hard tail end
dump, articulating off -road equipment -under 45 yards; Subgrade r
trimmer; Tractors, backhoes -over 75 hp; Transfer material service
machine - shuttle buggy, blow knox, roadtec; Truck crane
oiler /driver -100 tons and over; Truck mount portable conveyor;Yo
Yo Pay Dozer
GROUP 3 - Conveyors; Cranes-thru 19 tons with attachments;
Cranes -A -frame over 10 tons; Drill oilers -auger type, truck or
crane mount; Dozers D9 and under; Forklifts -3000 lbs and over
with attachments; horizontal /directional drill locator; Outside
hoists - (elevators and manlifts), air tuggers, strao tower bucket
elevators; Hydralifts /boom truck -over 10 tons; Loader- elevating
type belt; Motor Patrol Grader - non - finishing; Plant Oiler -
asphalt, crusher; Pumps - concrete; Roller, plant mix or multi -lift
materials; Saws - concrete; Scrapers- concrete and carryall; Service
engineers - equipment; Trenching machines; Truck crane oiler/
driver-under 100 tons Tractors, backhoes -under 75 hp
WA020001 Modification 3
Federal Wage Determinations
L
Z
H
GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor;
Concrete Finish Machine -laser screed; Cranes -A- frame -10 tons and
under; Elevator and manlift- permanent and shaft type;
Forklifts -under 3000 lbs. with attachments; Gradechecker,
stakehop; Hydralifts, boom trucks -10 tons and under; Oil
distributors, blower distribution and mulch seeding
operator; Pavement breaker; Post Hole Digger - mechanical; Power
Plant; Pumps- water; Rigger and Bellman; Roller -other than plant
mix; Wheel Tractors, farmall type; Shot crete /gunite equipment
operator
CATEGORY B PROJECTS - 95t of the basic hourly rate for each
group plus full fringe benefits applicable to Category A projects
shall apply to the following projects. Reduced rates may be paid
on the following:
1. Projects involving work on structures such as buildings
and structures whose total value is less than $1.5 million
excluding mechanical, electrical, and utility portions of the
contract.
2. Projects of less than $1 million where no building is
involved. Surfacing and paving included, but utilities excluded.
3. Marine projects (docks, wharfs, etc.) less than $150,000.
WORK PERFORMED ON
HYDRAULIC DREDGES:
Total Project Cost
$300,000 and over
8.38
GROUP 1
26.85
8.38
GROUP 2
26.95
8.38
GROUP 3
27.29
8.38
GROUP 4
27.34
8.38
GROUP 5
28.73
8.38
GROUP 6
26.85
8.38
GROUP 1: Assistant Mate (Deckhand)
GROUP 2: Oiler
GROUP 3: Assistant Engineer (Electric, Diesel, Steam or
Booster Pump); Mates and Boatmen
GROUP 4: Craneman, Engineer Welder
GROUP 5: Leverman, Hydraulic
GROUP 6: Maintenance
Total Project cost under $300,000
GROUP
1
25.51
8.38
GROUP
2
25.60
8.38
GROUP
3
25.93
8.38
GROUP
4
25.97
8.38
GROUP
5
27.29
8.38
GROUP
6
25.51
8.38
GROUP
1:
Assistant
Mate (Deckhand)
GROUP
2:
Oiler
GROUP
3:
Assistant
Engineer
(Electric,
Diesel, Steam,
or Booster
Pump);
Mates and
Boatmen
GROUP
4:
Craneman,
Engineer
Welder
GROUP
5:
Leverman,
Hydraulic
GROUP
6:
Maintenance
WA020001 Modification 3 10
Federal Wage Determinations
7
0
HEAVY WAGE RATES (CATEGORY A) APPLIES TO CLAM SHELL DREDGE, HOE
AND DIPPER, SHOVELS AND SHOVEL ATTACHMENTS, CRANES AND
BULLDOZERS.
HANDLING OF HAZAARDOUS WASTE MATERIALS: Personnel in all craft
classifications subject to working inside a federally designated
hazardous perimeter shall be eligible for compensation in
accordance with the following group schedule relative to the
level of hazardous waste as outlined in the specific hazardous
waste project site safety plan.
H -1 Base wage rate when on a hazardous waste site when not
outfitted with protective clothing
H -2 Class "C" Suit - Base wage rate plus $.25 per hour.
H -3 Class "B" Suit - Base wage rate plus $.50 per hour.
H -4 Class "A" Suit - Base wage rate plus $.75 per hour.
--------- ------------------ ----------------- ------------ - - - - -- --
ENG10370C 06/01/2001
Rates Fringes
ADAMS, ASOTIN, BENTON, CHELAN (EAST OF THE 120TH MERIDIAN),
COLUMBIA, DOUGLAS (EAST OF THE 120TH MERIDIAN), FERRY, FRANKLIN,
GARFIELD, GRANT, LINCOLN, OKANOGAN (EAST OF THE 120TH MERIDIAN),
PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA
(EAST OF THE 120TH MERIDIAN) COUNTIES
ZONE 1:
POWER EQUIPMENT OPERATORS:
GROUP lA
20.94
6.02
GROUP 1
21.49
6.02
GROUP 2
21.81
6.02
GROUP 3
22.42
6.02
GROUP 4
22.58
6.02
GROUP 5
22.74
6.02
GROUP 6
23.02
6.02
GROUP 7
23.29
6.02
GROUP 8
24.39
6.02
ZONE DIFFERENTIAL (Add to Zone 1
rate): Zone 2 - $2.00
Zone 1: Within 45 mile radius of Spokane, Moses Lake, Pasco,
Washington; Lewiston, Idaho
Zone 2: Outside 45 mile radius of Spokane, Moses Lake, Pasco,
Washington; Lewiston, Idaho
WA020001 Modification 3
Federal Wage Determinations
11
E]
POWER EQUIPMENT OPERATORS CLASSIFICATIONS
GROUP 1A: Boat Operator; Crush Feeder; Oiler; Steam Cleaner
GROUP 1: Bit Grinders; Bolt Threading Machine; Compressors
(under 2000 CFM, gas, diesel, or electric power); Deck Hand;
Drillers Helper (Assist driller in making drill rod connections,
service drill engine and air compressor, repair drill rig and
drill tools, drive drill support truck to and on the job site,
remove drill cuttings from around bore hole and inspect drill rig
while in operation) ; Fireman & Heater Tender; Grade Checker;
Hydro-seeder, Mulcher, Nozzleman; Oiler Driver, & Cable Tender,
Mucking Machine; Pumpman; Rollers, all types on subgrade,
including seal and chip coatings (farm type, Case, John Deere &
similar, or Compacting Vibrator), except when pulled by Dozer
with operable blade; Welding Machine
GROUP 2: A -frame Truck (single drum); Assistant Refrigeration
13
Plant (under 1000 ton); Assistant Plant Operator, Fireman or
Pugmixer (asphalt); Bagley or Stationary Scraper; Belt Finishing
Machine; Blower Operator (cement); Cement Hog; Compressor (2000
CFM or over, 2 or more, gas diesel or electric power); Concrete
3
Saw (multiple cut); Distributor Leverman; Ditch Witch or similar;
Elevator Hoisting Materials; Dope Pots (power agitated); Fork
Lift or Lumber Stacker, hydra -lift & similar; Gin Trucks
(pipeline); Hoist, single drum; Loaders (bucket elevators and
conveyors); Longitudinal Float; Mixer (portable- concrete);
Pavement Breaker, Hydra- Hammer & similar; Power Broom; Railroad
Ballast Regulation Operator (self - propelled) ; Railroad Power
Tamper Operator (self - propelled); Railroad Tamper Jack
Operator (self - propelled; Spray Curing Machine (concrete);
Spreader Box (self-propelled); Straddle Buggy (Ross & similar
on construction job only); Tractor (Farm type R/T with
attachment, except Backhoe); Tugger Operator
GROUP 3: A -frame Truck (2 or more drums); Assistant
Refrigeration Plant & Chiller Operator (over 1000 ton);
13
Backfille rs (Cleveland & similar); Batch Plant & Wet Mix
Operator, single unit (concrete); Belt -Crete Conveyors with
power pack or similar; Belt Loader (Kocal or similar); Bending
Machine; Bob Cat; Boring Machine (earth); Boring Machine (rock
3
under 8" bit) (Quarry Master, Joy or similar); Bump Cutter
(Wayne, Saginaw or similar); Canal Lining Machine (concrete);
Chipper (without crane); Cleaning & Doping Machine (pipeline);
Deck Engineer; Elevating Belt -type Loader (Euclid, Barber Green &
similar); Elevating Grader -type Loader (Dumor, Adams or similar);
Generator Plant Engineers (diesel or electric); Gunnite
Combination Mixer & Compressor; Locomotive Engineer; Mixermobile;
Mucking Machine; Posthole Auger or Punch; Pump (grout or jet);
Soil Stabilizer (P & H or similar); Spreader Machine; Tractor (to
D -6 or equivalent) and Traxcavator; Traverse Finish Machine;
Turnhead Operator
WA020001 Modification 3
Federal Wage Determinations
12
u
GROUP 4: Concrete Pumps (squeeze- crete, flow - crete, pump -
crete, Whitman & similar); Curb Extruder (asphalt or
concrete) ; Drills (churn, core, calyx or diamond) (operate
drilling machine, drive or transport drill rig to and on job site
and weld well casing); Equipment Serviceman; Greaser & Oiler;
Hoist (2 or more drums or Tower Hoist); Loaders (overhead &
front -end, under 4 yds. R /T); Refrigeration Plant Engineer (under
1000 ton); Rubber -tired Skidders (R /T with or without
attachments); Surface Heater & Plant Machine; Trenching Machines
(under 7 ft. depth capacity); Turnhead (with re- screening);
Vacuum Drill (reverse circulation drill under 8" bit)
GROUP 5: Backhoe (under 45,000 gw); Backhoe & Hoe Ram (under 3/4
yd.); Carrydeck & Boom Truck (under 25 tons); Cranes (25 tons &
under), all attachments including clamshell, dragline; Derricks &
Stifflegs (under 65 tons); Drilling Equipment(8" bit & over)
(Robbins, reverse circulation & similar)(ope rates drilling
machine, drive or transport drill rig to and on job site
and weld well casing); Hoe Ram; Piledriving Engineers; Paving
(dual drum); Railroad Track Liner Operaotr (self - propelled);
Refrigeration Plant Engineer (1000 tons & over); Signalman
(Whirleys, Highline Hammerheads or similar)
GROUP 7: Backhoe (over 110,000 gw) ; Backhoes & Hoe Ram (3 yds &
over); Blade (finish & bluetop) Automatic, CMI, ABC, Finish Athey
& Huber & similar when used as automatic; Cableway Operators;
Concrete Cleaning /Decontamination machine operator; Cranes (over
45 tons to but not including 85 tons), all attachments including
clamshell and dragine; Derricks & Stiffleys (65 tons &
over); Elevating Belt (Holland type); Heavy equipment robotics
operator; Loader (360 degrees revolving Koehring Scooper or
similar); Loaders (overhead & front -end, over 8 yds. to 10 yds.);
Rubber-tired Scrapers (multiple engine with three or more
scrapers); Shovels (3 yds. & over); Whirleys & Hammerheads, ALL
WA020001 Modification 3
Federal Wage Determinations
13
GROUP 6: Asphalt Plant Operator; Automatic Subgrader (Ditches &
Trimmers) (Autograde, ABC, R.A. Hansen & similar on grade wire);
Backhoe (45,000 gw and over to 110,000 gw); Backhoes & Hoe Ram
(3/4 yd. to 3 yd.); Batch Plant (over 4 units); Batch & Wet Mix
Operator (multiple units, 2 & incl. 4); Blade Operator (motor
patrol & attachments, Athey & Huber); Boom Cats (side);
Cable Controller (dispatcher); Clamshell Operator (under 3 yds.);
Compactor (self - propelled with blade); Concrete Pump
Boom Truck; Concrete Slip Form Paver; Cranes (over 25 tons,
to and including 45 tons), all attachments including clamshell,
dragline; Crusher, Grizzle & Screening Plant Operator;
Dozer, 834 R/T & similar; Draglines (under 3 yds.); Drill Doctor;
H.D. Mechanic; H.D. Welder; Loader Operator (front -end &
overhead, 4 yds. incl. 8 yds.); Multiple Dozer Units with single
blade; Paving Machine (asphalt and concrete); Quad -Track or
similar equipment; Rollerman (finishing asphalt pavement); Roto
Mill (pavement grinder); Scrapers, all, rubber- tired; Screed
Operator; Shovel(under 3 yds.); Tractors (D -6 & equilvalent &
over); Trenching Machines (7 ft. depth & over); Tug Boat Operator
Vactor guzzler, super sucker
GROUP 7: Backhoe (over 110,000 gw) ; Backhoes & Hoe Ram (3 yds &
over); Blade (finish & bluetop) Automatic, CMI, ABC, Finish Athey
& Huber & similar when used as automatic; Cableway Operators;
Concrete Cleaning /Decontamination machine operator; Cranes (over
45 tons to but not including 85 tons), all attachments including
clamshell and dragine; Derricks & Stiffleys (65 tons &
over); Elevating Belt (Holland type); Heavy equipment robotics
operator; Loader (360 degrees revolving Koehring Scooper or
similar); Loaders (overhead & front -end, over 8 yds. to 10 yds.);
Rubber-tired Scrapers (multiple engine with three or more
scrapers); Shovels (3 yds. & over); Whirleys & Hammerheads, ALL
WA020001 Modification 3
Federal Wage Determinations
13
n
GROUP 8: Cranes (85 tons and over, and all climbing,
overhead, rail and tower) , all attachments including clamshell,
dragline; Loaders (overhead and front -end, 10 yards and over);
Helicopter Pilot
BOOM PAY: (All Cranes, Including Tower)
180' to 250' $ .30 over scale
Over 250' $ .60 over scale
NOTE: In computing the length of the boom on Tower Cranes, they
shall be measured from the base of the Tower to the point
of the boom.
HAZMAT: Anyone working on HAZMAT jobs, working with supplied air
shall receive $1.00 an hour above classification.
--------- ------------------ ----------------- -------------- - - - - --
ENGI037OG 06/01/2000
Rates Fringes
ADAMS, ASOTIN, BENTON, CHELAN (EAST OF THE 120TH MERIDIAN),
COLUMBIA, DOUGLAS (EAST OF THE 120TH MERIDIAN), FERRY, FRANKLIN,
GARFIELD, GRANT, LINCOLN, OKANOGAN (EAST OF THE 120TH MERIDIAN),
PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA
(EAST OF THE 120TH MERIDIAN) COUNTIES
WORK PERFORMED ON HYDRAULIC DREDGES
GROUP 1: 24.23 5.77
GROUP 2: 24.60 5.77
GROUP 3: 24.63 5.77
GROUP 4: 25.02 5.77
GROUP 5: 24.13 5.77
GROUP 1: Assistant Mate (Deckhand) and Oiler
GROUP 2: Assistant Engineer (Electric, Diesel, Steam, or
Booster Pump); Mates and Boatmen
GROUP 3: Engineer Welder
GROUP 4: Leverman, Hydraulic
GROUP 5: Maintenance
HEAVY WAGE RATES APPLIES TO CLAM SHELL DREDGE, HOE AND DIPPER,
SHOVELS AND SHOVEL ATTACHMENTS, CRANES AND BULLDOZERS.
--------- ------------------ ----------------- -------------- - - - - --
WA020001 Modification 3 14
Federal Wage Determinations
fi
ENGI0612A 06/01/2001
Rates Fringes
LEWIS, PIERCE, PACIFIC (THAT PORTION WHICH LIES NORTH OF A
PARALLEL LINE EXTENDED WEST FROM THE NORTHERN BOUNDARY OF
WAHKAIKUM COUNTY TO THE SEA IN THE STATE OF WASHINGTON) AND
THURSTON COUNTIES
r�
ZONE 2 (26 -45 radius miles) - Add $.70 to Zone 1 rates
ZONE 3 (Over 45 radius miles) - Add $1.00 to Zone 1 rates
BASEPOINTS: Tacoma, Olympia, and Centralia
POWER EQUIPMENT OPERATORS CLASSIFICATIONS
GROUP 1AAA - Cranes -300 tons, or 300 ft of boom (including jib
with attachments)
GROUP 1AA - Cranes 200 tons to 300 tons, or 250 ft of boom
(including jib with attachments); Tower crane over 175 ft in
height, base to boom
GROUP lA - Crane 100 tons thru 199 tons, or 150 of boom
(including jib with attachments); Crane - overhead, bridge type,
100 tons and over; Shovel, excavator, backhoes -6 yds and over
with attachments
GROUP 1 - Cableways; Cranes -45 tons thru 99 tons, under 150 ft
of boom (including jib with attachments); Crane - overhead, bridge
type - 45 tons thru 99 tons; Excavator, shovel, backhoes over 3
yards and under 6 yards; hard tail end dump articulating off -road
equipment 45 yards and over; loader- overhead 6 yards to, but not
including 8 yards; Mucking machine, mole, tunnel, drill and /or
shield; Quad 9, HD 41, D -10; Remote control operator on rubber
tired earth moving equipment; Rollagon; Scrapers-self-
propelled-45 yds and over; Slipform pavers; Transporters -all
track or truck type
WA020001 Modification 3
Federal Wage Determinations
15
PROJECTS:
CATEGORY A PROJECTS (excludes
Category B projects,
as shown
below)
POWER EQUIPMENT OPERATORS:
ZONE 1 (0 -25 radius miles):
GROUP 1AAA
29.61
8.38
GROUP 1AA
29.11
8.38
GROUP lA
28.61
8.38
GROUP 1
28.11
8.38
GROUP 2
27.67
8.38
GROUP 3
27.31
8.38
GROUP 4
25.21
8.38
r�
ZONE 2 (26 -45 radius miles) - Add $.70 to Zone 1 rates
ZONE 3 (Over 45 radius miles) - Add $1.00 to Zone 1 rates
BASEPOINTS: Tacoma, Olympia, and Centralia
POWER EQUIPMENT OPERATORS CLASSIFICATIONS
GROUP 1AAA - Cranes -300 tons, or 300 ft of boom (including jib
with attachments)
GROUP 1AA - Cranes 200 tons to 300 tons, or 250 ft of boom
(including jib with attachments); Tower crane over 175 ft in
height, base to boom
GROUP lA - Crane 100 tons thru 199 tons, or 150 of boom
(including jib with attachments); Crane - overhead, bridge type,
100 tons and over; Shovel, excavator, backhoes -6 yds and over
with attachments
GROUP 1 - Cableways; Cranes -45 tons thru 99 tons, under 150 ft
of boom (including jib with attachments); Crane - overhead, bridge
type - 45 tons thru 99 tons; Excavator, shovel, backhoes over 3
yards and under 6 yards; hard tail end dump articulating off -road
equipment 45 yards and over; loader- overhead 6 yards to, but not
including 8 yards; Mucking machine, mole, tunnel, drill and /or
shield; Quad 9, HD 41, D -10; Remote control operator on rubber
tired earth moving equipment; Rollagon; Scrapers-self-
propelled-45 yds and over; Slipform pavers; Transporters -all
track or truck type
WA020001 Modification 3
Federal Wage Determinations
15
GROUP 2 - Barrier machine (zipper); Batch Plant Operator -
concrete; Bump cutter; Cranes -20 tons through 44 tons with
attachments; Crane - overhead, bridge type -20 tons thru 44 tons;
Chipper, Concrete Pump -truck mounted with boom attachment;
Crushers; Deck Engineer /Deck Winches (power); Drilling machine;
Excavator, shovel, backhoe- 3yards and under; Finishing machine,
Bidwell, Gamaco and similar equipment; Guardrail punch;
Horizontal /directional drill operator; Loaders, overhead under 6
yds.; Loaders, plant feed; Locomotive -all; Mechanics -all;
Mixers, asphalt plant; Motor patrol graders- finishing; Piledriver
(other than crane mount); Roto -mill, roto grinder; screedman,
spreader, topside operator -Blaw Knox, Cedar Rapids, Jaeger,
Caterpillar, Barbar Green; Scraper -self propelled, hard tail end
dump, articulating off -road equipment under 45 yds.; Subgrader
trimmer; Tractors, backhoes over 75 hp.; Transfer material
service machine - shuttle buggy, Blaw Knox -Roa dtec; Truck Crane
Oiler /driver -100 tons and over, Truck Mount Portable Conveyor;
Yo Yo Pay dozer.
GROUP 3 - Conveyors; Cranes -thru 19 tons with attachments;
Cranes -A -frame over 10 tons; Drill Oilers -Auger type, truck or
crane mount; Dozers -D -9 and under; Forklifts -3000 lbs. and
over with attachments; Horizontal/directional drill locator;
Outside hoists - (elevators and manlifts), air tuggers, strato
tower bucket elevators; Hydralifts /Boom Trucks -over 10 tons;
Loaders - elevating type, belt; Motor patrol grader - nonfinishing;
Plant Oiler - Asphalt, Crusher; Pumps, Concrete; Roller, plant mix
or multi -lift materials; Saws- concrete; Scrapers- Concrete and
Carry all; Trenching machines; Truck Crane Oiler /Driver -under 100
tons; Tractor, backhoe -under 75 hp
GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor;
Concrete Finish Machine -laser screed; Crane -A- Frame, 10 tons
and under; Elevator and manlift-permanent and shaft type;
Forklifts -under 3000 lbs. with attachments; Gradechecker,
stakehop; Hydralifts, boom trucks, 10 tons and under; Oil
distributors, blower distribution and mulch seeding operator;
Pavement breaker; Posthole Digger - mechanical; Power plant;
Pumps- Water; Roller -other than Plant Mix; Wheel Tractors, Farmall
type; Shotcrete /Gunite Equipment Operator
CATEGORY B PROJECTS - 95% of the basic hourly rate for each
group plus full fringe benefits applicable to Category A projects
shall apply to the following projects: Reduced rates may be paid
on the following:
1. Projects involving work on structures such as buildings
and structures whose total value is less than $1.5 million
excluding mechanical, electrical, and utility portions of the
contract.
2. Projects of less than $1 million where no building is
involved. Surfacing and paving included, but utilities excluded.
3. Marine projects (docts, wharfs, etc.) less than $150,000
WA020001 Modification 3 16
Federal Wage Determinations
i1
J
WORK PERFORMED ON HYDRAULIC DREDGES:
Total Project cost $300,000 and over
GROUP 1 26.85 8.38
GROUP 2 26.95 8.38
GROUP 3 27.29 8.38
GROUP 4 27.34 8.38
GROUP 5 28.73 8.38
GROUP 6 26.85 8.38
GROUP
GROUP
GROUP
or B
GROUP
GROUP
GROUP
1: Assistant Mate (Deckhand)
2: Oiler
3: Assistant Engineer (Electric, Diesel, Steam
poster Pump); Mates and Boatmen
4: Craneman, Engineer Welder
5: Leverman, Hydraulic
6: Maintenance
Total Project Cost under $300,000
GROUP 1 25.51 8.38
GROUP 1: Assistant Mate (Deckhand)
GROUP 2: Oiler
GROUP 3: Assistant Engineer (Electric, Diesel, Steam or
Booster Pump); Mates and Boatmen
GROUP 4: Craneman, Engineer Welder
GROUP 5: Leverman, Hydraulic
GROUP 6: Maintenance
HEAVY WAGE RATES APPLIES TO CLAM SHEEL DREDGE, HOE AND DIPPER,
SHOVELS AND SHOVEL ATTACHMENTS, CRANES AND BULLDOZERS
HANDLING OF HAZARDOUS WASTE MATERIALS
H -1 - When
GROUP
2
25.60
8.38
GROUP
GROUP
3
4
25.93
25.97
8.38
8.38
H -2 - Class
GROUP
5
27.29
8.38
rate
GROUP
6
25.51
8.38
GROUP 1: Assistant Mate (Deckhand)
GROUP 2: Oiler
GROUP 3: Assistant Engineer (Electric, Diesel, Steam or
Booster Pump); Mates and Boatmen
GROUP 4: Craneman, Engineer Welder
GROUP 5: Leverman, Hydraulic
GROUP 6: Maintenance
HEAVY WAGE RATES APPLIES TO CLAM SHEEL DREDGE, HOE AND DIPPER,
SHOVELS AND SHOVEL ATTACHMENTS, CRANES AND BULLDOZERS
HANDLING OF HAZARDOUS WASTE MATERIALS
H -1 - When
not
outfitted with protective clothing of
level D
equipment
- Base
wage
rate
H -2 - Class
"C"
Suit
- Base
wage
rate
+ $.25 per hour
H -3 - Class
"B"
Suit
- Base
wage
rate
+ $.50 per hour
H -4 - Class
--------- ------------------
"A"
Suit
- Base
wage
-----------------
rate
+$.75 per hour
-------------- - - - - --
WA020001 Modification 3
Federal Wage Determinations
17
* ENGI0701D 01/01/2002
Rates Fringes
CLARK, COWLITZ, KLICKKITAT, PACIFIC (SOUTH), SKAMANIA, AND
WAHKIAKUM COUNTIES
POWER EQUIPMENT OPERATORS
ZONE 1:
29.98
GROUP
1
GROUP
lA
GROUP
1B
GROUP
2
GROUP
3
GROUP
4
GROUP
5
GROUP
6
(See Footnote A)
28.55
8.95
29.98
8.95
31.41
8.95
27.34
8.95
26.60
8.95
26.09
8.95
25.50
8.95
23.20
8.95
Zone Differential (add to Zone 1 rates):
Zone 2 - $1.50
Zone 3 - 3.00
For the following metropolitan counties: MULTNOMAH; CLACKAMAS;
MARION; WASHINGTON; YAMHILL; AND COLUMBIA; CLARK; AND COWLITZ
COUNTY, WASHINGTON WITH MODIFICATIONS AS INDICATED:
All jobs or projects located in Multnomah, Clackamas and Marion
Counties, West of the western boundary of Mt. Hood National
Forest and West of Mile Post 30 on Interstate 84 and West of Mile
Post 30 on State Highway 26 and West of Mile Post 30 on Highway
22 and all jobs or projects located in Yamhill County, Washington
County and Columbia County and all jobs or porjects located in
Clark & Cowlitz County, Washington except that portion of Cowlitz
County in the Mt. St. Helens "Blast Zone" shall receive Zone I
pay for all classifications.
All jobs or projects located in the area outside the identified
boundary above, but less than 50 miles from the Portland City
Hall shall receive Zone II pay for all classifications.
All jobs or projects located more than 50 miles from the Portland
City Hall, but outside the identified border above, shall receive
Zone III pay for all classifications.
For the following cities: ALBANY; BEND; COOS BAY; EUGENE; GRANTS
PASS; KLAMATH FALLS; MEDFORD; ROSEBURG
All jobs or projects located within 30 miles of the respective
city hall of the above mentioned cities shall receive Zone I pay
for all classifications.
All jobs or projects located more than 30 miles and less than 50
miles from the respective city hall of the above mentioned cities
shall receive Zone II pay for all classifications.
All jobs or projects located more than 50 miles from the
respective city hall of the above mentioned cities shall receive
Zone III pay for all classifications.
WA020001 Modification 3
Federal Wage Determinations
18
D
D
d-
P
D
POWER EQUIPMENT OPERATORS CLASSIFICATIONS
GROUP 1: CONCRETE: Batch Plant and /or Wet Mix Operator, three
units or more; CRANE: Helicopter Operator, when used in erecting
work; Whirley Operator, 90 ton and over; LATTICE BOOM CRANE:
Operator 200 tons through 299 tons, and /or over 200 feet boom;
HYDRAULIC CRANE: Hydraulic Crane Operator 90 tons through 199
tons with luffing or tower attachments; FLOATING EQUIPMENT:
Floating Crane, 150 ton but less than 250 ton
GROUP 1A: HYDRAULIC CRANE: Hydraulic Operator, 200 tons and over
(with luffing or tower attachment); LATTICE BOOM CRANE: Operator,
200 tons through 299 tons, with over 200 feet boom; FLOATING
EQUIPMENT: Floating Crane 250 ton and over
GROUP 1B: LATTICE BOOM CRANE: Operator, 300 tons through 399 tons
with over 200 feet boom; Operator 400 tons and over; FLOATING
EQUIPMENT: Floating Crane 350 ton and over
GROUP 2: ASPHALT: Asphalt Plant Operator (any type) ; Roto Mill,
pavement profiler, operator, 6 foot lateral cut and over;
BLADE: Auto Grader or "Trimmer" (Grade Checker required);
Blade Operator, Robotic; BULLDOZERS: Bulldozer operator over
120,000 lbs and above; Bulldozer operator, twin engine;
Bulldozer Operator, tandem, quadnine, D10, D11, and similar type;
Bulldozere Robotic Equipment (any type; CONCRETE: Batch Plant
and /or Wet Mix Operator, one and two drum; Automatic Concrete
Slip Form Paver Operator; Concrete Canal Line Operator;
Concrete Profiler, Diamond Head; CRANE: Cableway Operator, 25
tons and over; HYDRAULIC CRANE: Hydraulic crane operator 90 tons
through 199 tons (with luffing or tower attachment);
TOWER /WHIRLEY OPERATOR: Tower Crane Operator;
Whirley Operator, under 90 tons; LATTICE BOOM CRANE: 90 through
199 tons and /or 150 to 200 feet boom; CRUSHER: Crusher
Plant Operator; FLOATING EQUIPMENT: Floating Clamshell,
etc.operator, 3 cu. yds. and over; Floating Crane (derrick barge)
Operator, 30 tons but less than 150 tons; LOADERS: Loader
operator, 120,000 lbs. and above; REMOTE CONTROL: Remote
controlled earth - moving equipment; RUBBER -TIRED SCRAPERS: Rubber -
tired scraper operator, with tandem scrapers, multi - engine;
SHOVEL, DRAGLINE, CLAMSHELL, SROOPER OPERATOR: Shovel, Dragline,
Clamshell, operator 5 cu. yds and over; TRENCHING MACHINE:
Wheel Excavator, under 750 cu. yds. per hour (Grade Oiler
required); Canal Trimmer (Grade Oiler required); Wheel Excavator,
over 750 cu. yds. per hour; Band Wagon (in conjunction with wheel
excavator); UNDERWATER EQUIPMENT: Underwater Equipment Operator,
remote or otherwise; HYDRAULIC HOES - EXCAVATOR: Excavator over
130,000 lbs.
WA020001 Modification 3
Federal Wage Determinations
19
f]
GROUP 3: BULLDOZERS: Bulldozer operator, over 70,000 lbs. up to
and including 120,000 lbs.; HYDRAULIC CRANE: Hydraulic crane
operator, 50 tons through 89 tons (with luffing or tower
attachment); LATTICE BOOM CRANES: Lattice Boom Crane -50 through
89 tons (and less than 150 feet boom); FORKLIFT: Rock Hound
Operator; HYDRAULIC HOES- EXCAVATOR: excavator over 80,000 lbs.
through 130,000 lbs.; LOADERS: Loader operator 60,000 and less
than 120,000; RUBBER -TIRED SCRAPERS: Scraper Operator, with
tandem scrapers; Self- loading, paddle wheel, auger type, finish
and /or 2 or more units; SHOVEL, DRAGLINE, CLAMSHELL,SKOOPER
OPERATOR: Shovel, Dragline, Clamshell operators 3 cu. yds. but
less than 5 cu yds.
GROUP 4: ASPHALT: Screed Operator; Asphalt Paver operator
(screeman required); BLADE: Blade operator; Blade operator,
finish; Blade operator, externally controlled by electronic,
mechanical hydraulic means; Blade operator, multi- engine;
BULLDOZERS: Bulldozer Operator over 20,000 The and more
than 100 horse up to 70,000 lbs; Drill Cat Operator; Side -boom
Operator; Cable -Plow Operator (any type); CLEARING: Log Skidders;
Chippers; Incinerator; Stump Splitter (loader mounted or similar
type); Stump Grinder (loader mounted or similar type; Tub
Grinder; Land Clearing Machine (Track mounted forestry mowing &
grinding machine); Hydro Axe (loader mounted or similar type);
COMPACTORS SELF - PROPELLED: Compactor Operator, with blade;
Compactor Operator, multi- engine; Compactor Operator, robotic;
CONCRETE: Mixer Mobile Operator; Screed Operator; Concrete
Cooling Machine Operator; Concrete Paving Road Mixer; Concrete
Breaker; Reinforced Tank Banding Machine (K -17 or similar types);
Laser Screed; CRANE: Chicago boom and similar types; Lift Slab
Machine Operator; Boom type lifting device, 5 ton capacity or
less; Hoist Operator, two (2) drum; Hoist Operator, three (3) or
more drums; Derrick Operator, under 100 ton; Hoist Operator,
stiff leg, guy derrick or similar type, 50 ton and over; Cableway
Operator up to twenty (25) ton; Bridge Crane Operator,
Locomotive, Gantry, Overhead; Cherry Picker or similar type crane
hoist five (5) ton capacity or less; Hydraulic Crane Operator,
under 50 tons; LATTICE BOOM CRANE OPERATOR: Lattice Boom Crane
Operator, under 50 tons; CRUSHER: Generator Operator; Diesel -
Electric Engineer; Grizzley Operator; DRILLING: Drill Doctor;
Boring Machine Operator; Driller- Percussion, Diamond, Core,
Cable, Rotary and similar type; Cat Drill (John Henry);
Directional Drill Operator over 20,000 lbs pullback; FLOATING
EQUIPMENT: Diesel - electric Engineer; Jack Operator, elevating
barges, Barge Operator, self - unloading; Piledriver Operator (not
crane type) (Deckhand required); Floating Clamshelll, etc.
Operator, under 3 cu. yds. (Fireman or Diesel - Electric Engineer
required); Floating Crane (derrick barge) Operator, less than 30
tons; GENERATORS: Generator Operator; Diesel - electric Engineer;
GUARDRAIL EQUIPMENT: Guardrail Punch Operator (all types);
Guardrail Auger Operator (all types); Combination Guardrail
machines, i.e., punch auger, etc.; HEATING PLANT: Surface Heater
and Planer Operator; HYDRAULIC HOES EXCAVATOR: Robotic Hydraulic
backhoe operator, track and wheel type up to and including
20,0000 lbs. with any or all attachments; Excavator Operator over
20,000 lbs through 80,000 lbs.; LOADERS: Belt Loaders, Kolman and
Ko Cal types; Loaders Operator, front end and overhead, 25,000
WA020001 Modification 3
Federal Wage Determinations
20
E
0
WA020001 Modification 3
Federal Wage Determinations
21
lbs and less than 60,000 lbs; Elevating Grader Operator by
Tractor operator, Sierra, Euclid or similar types; PILEDRIVERS:
Hammer Operator; Piledriver Operator (not crane type); PIPELINE,
SEWER WATER: Pipe Cleaning Machine Operator; Pipe Doping Machine
Operator; Pipe Bending Machine Operator; Pipe Wrapping Machine
Operator; Boring Machine Operator; Back Filling Machine Operator;
REMOTE CONTROL: Concrete Cleaning Decontamination Machine
Operator; Ultra High Pressure Water Jet Cutting Tool System
Operator/ Mechanic; Vacuum Blasting Machine Operator /mechanic;
REPAIRMEN, HEAVY DUTY: Diesel Electric Engineer (Plant or
Floating; Bolt Threading Machine operator; Drill Doctor (Bit
Grinder); H.D. Mechanic; Machine Tool Operator; RUBBER -TIRED
SCRAPERS: Rubber -tired Scraper Operator,sing le engine, single
scraper; Self- loading, paddle wheel, auger type under 15 cu.
yds.; Rubber -tired Scraper Operator, twin engine; Rubber -tired
Scraper Operator, with push -pull attachments; Self Loading,
paddle wheel, auger type 15 cu. yds. and over, single engine;
Water pulls, water wagons; SHOVEL, DRAGLINE, CLAMSHELL, SKOOPER
OPERATOR: Diesel Electric Engineer; Stationay Drag Scraper
Operator; Shovel, Dragline, Clamshell, Operator under 3 cy yds.;
Grade -all Operator; SURFACE (BASE) MATERIAL: Blade mounted
spreaders, Ulrich and similar types; TRACTOR - RUBBERED TIRED:
Tractor operator, rubber-tired, over 50 hp flywheel; Tractor
operator, with boom attachment; Rubber -tired dozers and pushers
(Michigan, Cat, Hough type); Skip Loader, Drag Box; TRENCHING
MACHINE: Trenching Machine operator, digging capacity over 3 ft
depth; Back filling machine operator; TUNNEL: Mucking machine
operator
GROUP 5: ASPHALT: Extrusion Machine Operator; Roller Operator
(any asphalt mix); Asphalt Burner and Reconditioner Operator (any
type); Roto -Mill, pavement profiler, ground man; BULLDOZERS:
Bulldozer operator, 20,000 lbs. or less or 100 horse or less;
COMPRESSORS: Compressor Operator (any power), over 1,250 cu. ft.
total capacity; COMPACTORS: Compactor Operator, including
vibratory; Wagner Pactor Operator or similar type (without
blade); CONCRETE: Combination mixer and Compressor Operator,
gunite work; Concrete Batch Plant Quality Control Operator;
Beltcrete Operator; Pumperete Operator (any type); Pavement
Grinder and /or Grooving Machine Operator (riding type); Cement
Pump Operator, Fuller - Kenyon and similar; Concrete Pump Operator;
Grouting Machine Operator; Concrete mixer operator, single drum,
under (5) bag capacity; Cast in place pipe laying machine;
maginnis Internal Full slab vibrator operator; Concrete finishing
mahine operator, Clary, Johnson, Bidwell, Burgess Bridge deck or
similar type; Curb Machine Operator, mechanical
Berm, Curb and /or Curb and Gutter; Concrete Joint Machine
Operator; Concrete Planer Operator; Tower Mobile Operator; Power
Jumbo Operator setting slip forms in tunnels; Slip Form Pumps,
power driven hydraulic lifting device for concrete forms;
Concrete Paving Machine Operator; Concrete Finishing Machine
Operator; Concrete Spreader Operator; CRANE: Helicopter Hoist
Operator; Hoist Operator, single drum; Elevator Operator; A -frame
Truck Operator, Double drum; Boom Truck Operator; HYDRAULIC CRANE
OPERATOR: Hydraulic Boom Truck, Pittman; DRILLING: Churm Drill
and Earth Boring Machine Operator; Directional Drill Operator
over 20,000 lbs pullback; FLOATING EQUIPMENT: Fireman;
WA020001 Modification 3
Federal Wage Determinations
21
E]
FORKLIFT: Lull Hi -Lift Operator or similar type; Fork Lift, over
5 ton and /or robotic; HYDRAULIC HOES EXCAVATORS: Hydraulic
Backhoe Operator, wheel type (Ford, John Deere, Case type);
Hydraulic Backhoe Operator track type up to and including
20,000 lbs.; LOADERS: Loaders, rubber -tired type, less than
25,000 lbs; Elevating Grader Operator, Tractor Towed requiring
Operator or Grader; Elevating loader oeprator, Athey and similar
types; OILERS: Service Oiler (Greaser); PIPELINE -SEWER WATER:
Hydra hammer or simialr types; Pavement Breaker Operator; PUMPS:
Pump Operator, more than 5 (any size); Pot Rammer Operator;
RAILROAD EQUIPMENT: Locomotive Operator, under 40 tons; Ballast
Regulator Operator; Ballast Tamper Multi- Purpose Operator; Track
Liner Operator; Tie Spacer Operator; Shuttle Car Operator;
Locomotive Operator, 40 tons and over; MATERIAL HAULRS: Cat wagon
DJB's Volvo similar types; Conveyored material hauler;
SURFACING (BASE) MATERIAL: Rock Spreaders, self - propelled;
Pulva -mixer or similar types; Chiip Spreading machine operator;
Lime spreading operator, construction job siter;
SWEEPERS: Sweeper operator (Wayne type) self - propelled
construction job site; TRACTOR- RUBBER TIRED: Tractor operator,
rubber-tired, 50 hp flywheel and under; Trenching machine
operator, maximum digging capacity 3 ft depth; TUNNEL: Dinkey
GROUP 6: ASPHALT: Plant Oiler; Plant Fireman; Pugmill
Operator (any type); Truck mounted asphalt spreader, with screed;
COMPRESSORS: Compressor Operator (any power), under 1,250 cu. ft.
total capacity; CONCRETE: Plant Oiler, Assistant Conveyor
Operator; Conveyor Operator; Mixer Box Operator (C.T.B., dry
batch, etc.); Cement Hog Operator; Concrete Saw Operator;
Concrete Curing Machine Operator (riding type); Wire Mat or
Brooming Machine Operator; CRANE: Oiler; Fireman, all equipment;
Truck Crane Oiler Driver; A -frame Truck Operator, single
drum; Tugger or Coffin Type Hoist Operator; CRUSHER: Crusher
Oiler; Crusher Feederman; CRUSHER: Crusher oiler; Crusher
feederman; DRILLING: Drill Tender; Auger Oiler;
FLOATING EQUIPMENT: Deckhand; Boatman; FORKLIFT: Self-propelled
Scaffolding Operator, construction job site (exclduing working
platform); Fork Lift or Lumber Stacker Operator, construction job
site; Ross Carrier Operator, construction job site; GUARDRAIL
EQUIPMENT: Oiler; Auger Oiler; Oiler, combination guardrail
machines; Guardrail Punch Oiler; HEATING PLANT: Temporary Heating
Plant Operator; LOADERS: Bobcat, skid steer (less than 1 cu
yd.); Bucket Elevator Loader Operator, BarberGreene and similar
types; OILERS: Oiler; Guardrail Punch Oiler; Truck Crane Oiler -
Driver; Auger Oiler; Grade Oiler, required to check grade; Grade
Checker; PIPELINE -SEWER WATER: Tar Pot Fireman; Tar Pot Fireman
(power agitated); PUMPS: Pump Operator (any power); Hydrostatic
Pump Operator; RAILROAD EQUIPMENT: Brakeman; Oiler; Switchman;
Motorman; Ballast Jack Tamper Operator; SHOVEL, DRAGLINE,
CLAMSHELL, SKOOPER, ETC. OPERATOR: Oiler, Grade Oiler (required
to check grade); Grade Checker; Fireman; SWEEPER: Broom operator,
self propelled, construction job site; SURFACING (BASE) MATERIAL:
Roller Operator, grading of base rock (not asphalt); Tamping
Machine operartor, mechanical, self-propelled; Hydrographic
Seeder Machine Operator; TRENCHING MACHINE- Oiler- Grade Oiler_
TUNNEL: Conveyor operator; Air filtration equipment operator
- - - - -
WA020001 Modification 3 22
Federal Wage Determinations
F
f�
r-,
ENGI0701E 06/01/2001
Rates Fringes
CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH), SKAMANIA,
AND WAHKIAKUM COUNTIES
DREDGING:
ZONE A
LEVERMAN, HYDRAULIC
LEVERMAN, DIPPER,
FLOATING CLAMSHELL
ASSISTANT ENGINEER
TENDERMAN
ASSISTANT MATE
31.80 7.75
31.80
7.75
29.69
7.75
28.72
7.75
26.15
7.75
ZONE C
LEVERMAN, HYDRAULIC 34.80 7.75
LEVERMAN, DIPPER,
FLOATING CLAMSHELL 34.80 7.75
ASSISTANT ENGINEER 32.69 7.75
TENDERMAN 31.72 7.75 -
ASSISTANT MATE 29.15 7.75
ZONE DESCRIPTION FOR DREDGING:
ZONE A - All jobs or projects located within 30 road miles of
Portland City Hall.
ZONE B - Over 30 -50 road miles from Portland City Hall.
ZONE C - Over 50 road miles from Portland City Hall.
*All jobs or projects shall be computed from the city hall by the
shortest route to the geographical center of the project.
--------- ------------------ ----------------- ------------------ --
IRON0014F 07/01/2001
Rates Fringes
ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, FRANKLIN,
GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND ORIELLE, SPOKANE,
STEVENS, WALLA WALLA AND WHITMAN COUNTIES
IRONWORKERS 24.52 11.35
--------------------------- ----------------- -------------- - - - - --
WA020001 Modification 3
Federal Wage Determinations
23
ZONE B
LEVERMAN,
HYDRAULIC
33.80
7.75
LEVERMAN,
DIPPER,
FLOATING
CLAMSHELL
33.80
7.75
ASSISTANT
ENGINEER
31.69
7.75
TENDERMAN
30.72
7.75
ASSISTANT
MATE
28.15
7.75
ZONE C
LEVERMAN, HYDRAULIC 34.80 7.75
LEVERMAN, DIPPER,
FLOATING CLAMSHELL 34.80 7.75
ASSISTANT ENGINEER 32.69 7.75
TENDERMAN 31.72 7.75 -
ASSISTANT MATE 29.15 7.75
ZONE DESCRIPTION FOR DREDGING:
ZONE A - All jobs or projects located within 30 road miles of
Portland City Hall.
ZONE B - Over 30 -50 road miles from Portland City Hall.
ZONE C - Over 50 road miles from Portland City Hall.
*All jobs or projects shall be computed from the city hall by the
shortest route to the geographical center of the project.
--------- ------------------ ----------------- ------------------ --
IRON0014F 07/01/2001
Rates Fringes
ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, FRANKLIN,
GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND ORIELLE, SPOKANE,
STEVENS, WALLA WALLA AND WHITMAN COUNTIES
IRONWORKERS 24.52 11.35
--------------------------- ----------------- -------------- - - - - --
WA020001 Modification 3
Federal Wage Determinations
23
Ll
u
IRON0029I 07/01/2001
Rates Fringes
CLARK, CLALLAM, CHELAN, COWLITZ, GRAYS HARBOR, ISLAND, JEFFERSON,
KING, KITTITAS, KLICKITAT, KITSAP, LEWIS, MASON, PACIFIC, PIERCE,
SKAGIT, SKAMANIA, SNOHOMISH, THURSTON, WAHKAIKUM, WHATCOM AND
YAKIMA COUNTIES
IRONWORKERS
25.82
11.35
--
--------- ------------------ -----------------
LAB00001D 06/01/2001
------------------
Rates
Fringes
CHELAN, DOUGLAS (WEST OF THE 120TH
MERIDIAN),
KITTITAS AND
YAKIMA COUNTIES
LABORERS:
ZONE 1:
GROUP 1
14.46
5.80
GROUP 2
16.78
5.80
GROUP 3
18.50
5.80
GROUP 4
18.98
5.80
GROUP 5
19.34
5.80
ZONE DIFFERENTIAL (ADD TO ZONE
1 RATES):
ZONE 2 - $ .70
ZONE 3 - $1.00
BASE POINTS: CHELAN, SUNNYSIDE,
WENATCHEE,
AND YAKIMA
ZONE 1 - Projects within 25 radius
miles of
the respective-city
hall
ZONE 2 - More than 25 but less
than 45 radius miles from the
respective city hall.
ZONE 3 - More than 45 radius miles
from the
respective city hall
CALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS,
MASON, PACIFIC (NORTH OF STRAIGHT LINE MADE
BY EXTENDING THE
NORTH BOUNDARY WAHKIAKUM COUNTY
WEST TO THE
PACIFIC OCEAN),
PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM
COUNTIES
LABORERS:
ZONE 1:
GROUP 1
16.92
5.80
GROUP 2
19.24
5.80
GROUP 3
23.92
5.80
GROUP 4
24.40
5.80
GROUP 5
24.76
5.80
ZONE DIFFERENTIAL (ADD TO ZONE
1 RATES):
ZONE 2 - $ .70
ZONE 3 - $1.00
WA020001 Modification 3
Federal Wage Determinations
24 1
�i
I
BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT,
SEATTLE, KENT, TACOMA, OLYMPIA,
CENTRALIA, ABERDEEN, SHELTON, PT.
TOWNSEND, PT. ANGELES, AND BREMERTON
ZONE 1 - Projects within 25 radius miles of the respective city
hall
ZONE 2 - More than 25 but less than 45 radius miles from the
respective city hall
ZONE 3 - More than 45 radius miles from the respective city hall
LABORERS CLASSIFICATIONS
GROUP 1: Landscaping and Planting; Watchman; Window
Washer/Cleaner (detail clean -up, such as but not limited to
cleaning floors, ceilings, walls, windows, etc., prior to final
acceptance by the owner)
ta
GROUP 2: Batch Weighman; Crusher Feeder; Fence Laborer;
Flagman; Pilot Car
GROUP 3: General Laborer; Air, Gas, or Electric Vibrating
Screed; Asbestos Abatement Laborer; Ballast Regulator Machine;
Brush Cutter; Brush Hog Feeder; Burner; Carpenter Tender; Cement
Finisher Tender; Change House or Dry Shack; Chipping Gun (under
30 lbs.); Choker Setter; Chuck Tender; Clean -up Laborer; Concrete
Form Stripper; Curing Laborer; Demolition (wrecking and moving
including charred material); Ditch Digger; Dump Person; Fine
Graders; Firewatch; Form Setter; Gabian Basket Builders; Grout
Machine Tender; Grinders; Guardrail Erector; Hazardous Waste
Worker (Level C); Maintenance Person; Material Yard Person; Pot
Tender; Rip Rap Person; Riggers; Scale Person; Sloper Sprayer;
Signal Person; Stock Piler; Stake Hopper; Toolroom Man (at job
site); Topper - Tailer; Track Laborer; Truck Spotter; Vinyl Seamer
GROUP 4: Cement Dumper - Paving; Chipping Gun (over 30 lbs.);
Clary Power Spreader; Concrete Dumper /Chute Operator; Concrete
Saw Operator; Drill Operator (hydraulic, diamond, aiartrac);
Faller and Bucker Chain Saw; Grade Checker and Transit Person;
Groutmen (pressure) including post tension beams; Hazardous Waste
Worker (Level B); High Scaler; Jackhammer; Laserbeam Operator;
Manhole Builder - Mudman; Mortarman and Hodcarrier; Nozzleman
(concrete pump, green cutter when using combination of high
pressure air and water on concrete and rock, sandblast, gunite,
shotcrete, water blaster, vacuum blaster); Pavement Breaker; Pipe
Layer and Caulker; Pipe Pot Tender; Pipe Reliner (not insert
type); Pipe Wrapper; Power Jacks; Railroad Spike Puller- Power;
Raker-Asphalt; Rivet Buster; Rodder; Sloper (over 201); Spreader
(concrete); Tamper and Similar electric, air and glas operated
tool; Timber Person -sewer (lagger shorer and cribber);
Track Liner Power; Tugger Operator; Vibrator; Well Point Laborer
GROUP 5: Caisson Worker; Miner; Powderman; Re- Timberman;
Hazardous Waste Worker (Level A).
--------- ------------------ ----------------- -------------- - - - - --
WA020001 Modification 3
Federal Wage Determinations
25
LAB00238E 06/01/2001
Rates Fringes
ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS (EAST OF THE 120TH
MERIDIAN) , FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN,
OKANOGAN, PEND OREILLE, STEVENS, SPOKANE, WALLA WALLA AND
WHITMAN COUNTIES
LABORERS:
ZONE 1:
GROUP
1
17.66
5.00
GROUP
2
19.76
5.00
GROUP
3
20.03
5.00
GROUP
4
20.30
5.00
GROUP
5
20.58
5.00
GROUP
6
21.95
5.00
Zone Differential (Add to Zone 1
rate): $2.00
BASE POINTS: Spokane, Moses Lake, Pasco, Lewiston
Zone 1: 0 -45 radius miles from the main post office.
Zone 2: 45 radius miles and over from the main post office.
LABORERS CLASSIFICATIONS
GROUP 1: Flagman; Landscape Laborer; Scaleman; Traffic Control
Maintenance Laborer (to include erection and maintenance of
barricades, signs and relief of flagperson) ; Window
Washer/Cleaner (detail cleanup, such as, but not limited to
cleaning floors, ceilings, walls, windows, etc. prior to final
acceptance by the owner)
GROUP 2: Asbestos Abatement Worker; Brush Hog Feeder; Carpenter
Tender; Cement Handler; Clean -up Laborer; Concrete Crewman (to
include stripping of forms, hand operating jacks on slip form
construction, application of concrete curing compounds, pumperete
machine, signaling, handling the nozzle of squeezcrete or similar
machine,6 inches and smaller); Confined Space Attendant; Concrete
Signalman; Crusher Feeder; Demolition (to include clean -up,
burning, loading, wrecking and salvage of all material); Dumpman;
Fence Erector; Firewatch; Form Cleaning Machine Feeder, Stacker;
General Laborer; Grout Machine Header Tender; Guard Rail (to
include guard rails, guide and reference posts, sign posts, and
right -of -way markers); Hazardous Waste Worker, Level D (no
respirator is used and skin protection is minimal); Miner, Class
"A" (to include all bull gang, concrete crewman, dumpman and
pumperete crewman, including distributing pipe, assembly &
dismantle, and nipper); Nipper; Riprap Man; Sandblast
Tailhoseman; Scaffold Erector (wood or steel); Stake Jumper;
Structural Mover (to include separating foundation, preparation,
cribbing, shoring, jacking and unloading of structures);
Tailhoseman (water nozzle); Timber Bucker and Faller (by hand);
Track Laborer (RR); Truck Loader; Well -Point Man; All Other Work
Classifications Not Specially Listed Shall Be Classified As
General Laborer
WA020001 Modification 3 26
Federal Wage Determinations
f!
0
f'.
GROUP 3: Aspahlt Raker; Asphalt Roller, walking; Cement
Finisher Tender; Concrete Saw, walking; Demolition Torch; Dope
Pot Firemen, non - mechanical; Driller Tender (when required to
move and position machine); Form Setter, Paving; Grade Checker
using level; Hazardous Waste Worker, Level C (uses a chemical
"splash suit" and air purifying respirator); Jackhammer Operator;
Miner, Class "B" (to include brakeman, finisher, vibrator, form
setter); Nozzleman (to include squeeze and flo -crete nozzle);
Nozzleman, water, air or steam; Pavement Breaker (under 90 lbs.);
Pipelayer, corrugated metal culvert; Pipelayer, multi -
plate; Pot Tender; Power Buggy Operator; Power Tool Operator,
gas, electric, pneumatic; Railroad Equipment, power driven,
except dual mobile power spiker or puller; Railroad Power Spiker
or Puller, dual mobile; Rodder and Spreader; Tamper (to include
operation of Barco, Essex and similar tampers); Trencher,
Shawnee; Tugger Operator; Wagon Drills; Water Pipe Liner;
Wheelbarrow (power driven)
GROUP 4: Air and Hydraulic Track Drill; Brush Machine (to
include horizontal construction joint cleanup brush
machine, power propelled); Caisson Worker, free air; Chain Saw
Operator and Faller; Concrete Stack (to include laborers when
laborers working on free standing concrete stacks for smoke or
fume control above 40 feet high); Gunite (to include operation
of machine and nozzle); Hazardous Waste Worker, Level B (uses
same respirator protection as Level A. A supplied air line is
provided in conjunction with a chemical "splash suit "); High
Scaler; Laser Beam Operator (to include grade checker and
elevation control); Miner, Class C (to include miner, nozzleman
for concrete, laser beam operator and rigger on tunnels); Monitor
Operator (air track or similar mounting); Mortar Mixer; Nozzleman
(to include jet blasting nozzleman, over 1,200 lbs., jet blast
machine power propelled, sandblast nozzle); Pavement Breaker (90
lbs. and over); Pipelayer (to include working topman, caulker,
collarman, jointer, mortarman, rigger, jacker, shorer, valve or
meter installer); Pipewrapp er; Plasterer Tender; vibrators (all)
GROUP 5 - Drills with Dual Masts; Hazardous Waste Worker, Level
A (utilizes a fully encapsulated suit with a self- contained
breathing apparatus or a supplied air line); Miner Class "D ", (to
include raise and shaft miner, laser beam operator on riases and
shafts)
GROUP 6 - Powderman
LAB00238G 06/01/2001
Rates Fringes
COUNTIES EAST OF THE 120TH MERIDIAN: ADAMS, ASOTIN, BENTON,
COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN,
OKANOGAN, PEND OREILLE, STEVENS, SPOKANE, WALLA WALLA, WHITMAN
HOD CARRIERS
WA020001 Modification 3
Federal Wage Determinations
�A
21.35 5.00
27
LAB00335A 06/01/2001
Rates Fringes
CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH OF A STRAIGHT LINE MADE
BY EXTENDING THE NORTH BOUNDARY LINE OF WAHKIAKUM COUNTY WEST TO
THE PACIFIC OCEAN), SKAMANIA AND WAHKIAKUM COUNTIES
ZONE 1:
LABORERS:
GROUP 1
22.27
6.75
GROUP 2
22.77
6.75
GROUP 3
23.15
6.75
GROUP 4
23.47
6.75
GROUP 5
20.12
6.75
GROUP 6
18.06
6.75
GROUP 7
15.36
6.75
Zone Differential (Add to Zone 1 rates):
Zone 2 $ 0.65
Zone 3 - 1.15
Zone 4 - 1.70
Zone 5 - 2.75
BASE POINTS: GOLDENDALE, LONGVIEW, AND VANCOUVER
ZONE 1: Projects within 30 miles of the respective city all.
ZONE 2: More than 30 miles but less than 40 miles from the
respective city hall.
ZONE 3: More than 40 miles but less than 50 miles from the
respective city hall.
ZONE 4: More than 50 miles but less than 80 miles from the
respective city hall.
ZONE 5: More than 80 miles from the respective city hall.
LABORERS CLASSIFICATIONS
GROUP 1: Asphalt Plant Laborers; Asphalt Spreaders; Batch
Weighman; Broomers; Brush Burners and Cutters; Car and Truck
Loaders; Carpenter Tender; Change -House Man or Dry Shack Man;
Choker Setter; Clean -up Laborers; Curing, Concrete; Demolition,
Wrecking and Moving Laborers; Dumpers, road oiling crew; Dumpmen
(for grading crew); Elevator Feeders; Guard Rail, Median Rail
Reference Post, Guide Post, Right of Way Marker; Fine Graders;
Fire Watch; Form Strippers (not swinging stages); General
Laborers; Hazardous Waste Worker; Leverman or Aggregate Spreader
(Flaherty and similar types); Loading Spotters; Material Yard Man
(including electrical); Pittsburgh Chipper Operator or Similar
Types; Railroad Track Laborers; Ribbon Setters (including steel
forms); Rip Rap Man (hand placed); Road Pump Tender; Sewer Labor;
Signalman; Skipman; Slopers; Spraymen; Stake Chaser; Stockpiler;
Tie Back Shoring; Timber Faller and Bucker (hand labor); Toolroom
Man (at job site); Tunnel Bullgang (above ground); Weight -Man-
Crusher (aggregate when used)
WA020001 Modification 3 28
Federal Wage Determinations
9
0
L
is
'A
14
GROUP 2: Applicator (including pot power tender for same),
applying protective material by hand or nozzle on utility lines
or storage tanks on project; Brush Cutters (power saw); Burners;
Choker Splicer; Clary Power Spreader and similar types; Clean-
up Nozzleman -Green Cutter (concrete, rock, etc.); Concrete
Power Buggyman; Concrete Laborer; Crusher Feeder; Demolition and
Wrecking Charred Materials; Gunite Nozzleman Tender; Gunite or
Sand Blasting Pot Tender; Handlers or Mixers of all Materials of
an irritating nature (including cement and lime); Tool Operators
(includes but not limited to: Dry Pack Machine; Jackhammer;
Chipping Guns; Paving Breakers); Pipe Doping and Wrapping; Post
Hole Digger, air, gas or electric; Vibrating Screed; Tampers;
Sand Blasting (Wet); Stake - Setter; Tunnel -Mu ckers, Brakemen,
Concrete Crew, Bullgang (underground)
GROUP 3: Asbestos Removal; Bit Grinder; Drill Doctor; Drill
Operators, air tracks, cat drills, wagon drills, rubber-mounted
drills, and other similar types including at crusher plants;
Gunite Nozzleman; High Scalers, Strippers and Drillers (covers
work in swinging stages, chairs or belts, under extreme
conditions unusual to normal drilling, blasting, barring -down, or
sloping and stripping); Manhole Builder; Powdermen; Concrete Saw
Operator; Pwdermen; Power Saw Operators (Bucking and Falling);
Pumperete Nozzlemen; Sand Blasting (Dry); Sewer Timberman; Track
Liners, Anchor Machines, Ballast Regulators, Multiple Tampers,
Power Jacks, Tugger Operator; Tunnel -Chuck Tenders, Nippers and
Timbermen; Vibrator; Water Blaster
GROUP 4: Asphalt Raker; Concrete Saw Operator (walls);
Concrete Nozzelman; Grade Checker; Pipelayer; Laser Beam
(pipelaying)- applicable when employee assigned to move, set up,
align; Laser Beam; Tunnel Miners; Motorman-Dinky
Locomotive-Tunnel; Powderman - Tunnel; Shield Operator - Tunnel
GROUP 5: Traffic Flaggers
GROUP 6: Fence Builders
GROUP 7: Landscaping or Planting Laborers
--------- ------------------ ----------------- ------------ - - - - -- --
LAB00335L 06/01/2001
Rates Fringes
CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH OF A STRAIGHT LINE MADE
BY EXTENDING THE NORTH BOUNDARY LINE OF WAHKIAKUM COUNTY WEST TO
THE PACIFIC OCEAN), SKAMANIA AND WAHKIAKUM COUNTIES
HOD CARRIERS 24.64 5.75
--------- ------------------ -------- --------- -------------- - - - - --
PAIN0005B 06/01/2001
STATEWIDE EXCEPT CLARK, COWLITZ,
SKAMANIA, AND WAHKIAKUM COUNTIES
STRIPERS
WA020001 Modification 3
Federal Wage Determinations
Rates Fringes
KLICKITAT, PACIFIC (SOUTH),
21.25 6.01
29
J
PAIN0005D 03/01/2000
Rates Fringes
CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS,
MASON, PIERCE, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES
PAINTERS
--------- ------------------- -----------------
22.94
------------------
3.73
--
PAIN0005G 07/01/2001
Rates F
Fringes
CLARK, COWLITZ, KLICKITAT, P
Rates
Fringes
ADAMS, ASOTIN; BENTON AND FRANKLIN
(EXCEPT HANFORD
SITE); CHELAN,
COLUMBIA, DOUGLAS, FERRY, GARFIELD,
GRANT, KITTITAS,
LINCOLN,
OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA,
WHITMAN AND YAKIMA COUNTIES
3.48
Spray and Sandblasting 1
PAINTERS *:
3.48
High work - All work
Brush, Roller,-Striping,
60 ft. or higher 1
Steam - cleaning and Spray
19.17
4.24
Application of Cold Tar
Products, Epoxies, Polyure
thanes, Acids, Radiation
Resistant Material, Water and
Sandblasting, Bridges, Towers,
Tanks, Stacks, Steeples
20.17
4.24
TV Radio, Electrical Transmission
Towers
20.92
4.24
Lead Abatement, Asbestos
Abatement
20.17
4.24
*$.70 shall be paid over and above
the basic wage
rates listed
for work on swing stages and high work of over 30
---------------------------• ----------------- ---------
feet.
----- - - - - --
PAIN0055C 11/01/1999
Rates F
Fringes
CLARK, COWLITZ, KLICKITAT, P
PACIFIC, SKAMANIA, A
AND WAHKIAKUM
COUNTIES
PAINTERS:
Brush & Roller 1
17.10 3
3.48
Spray and Sandblasting 1
17.70 3
3.48
High work - All work
60 ft. or higher 1
17.60 3
3.48
PAIN0055L 06/01/2000
Rates Fringes
CLARK, COWLITZ, KLICKITAT, SKAMANIA and WAHKIAKUM COUNTIES
PAINTERS:
HIGHWAY AND PARKING LOT
STRIPER 21.88 4.76
---- --- ------------- - - - - - -- --------------- -- ------------ -- - - - - --
L'�
WA020001 Modification 3 30
Federal Wage Determinations
PLAS0072E 06/01/1999
Rates Fringes
ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY,
FRANKLIN, GARFIELD, GRANT, KITTITAS, LINCOLN, OKANOGAN, PEND
OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN, AND
YAKIMA COUNTIES
ZONE 1:
CEMENT MASONS 21.57 5.24
Zone Differential (Add to Zone 1
rate): Zone 2 - $2.00
BASE POINTS: Spokane, Pasco, Moses Lake, Lewiston
Zone 1: 0 - 45 radius miles from the main post office
Zone 2: Over 45 radius miles from the main post office
--------- ------------------ ----------------- ------------ - - - - -- --
WA020001 Modification 3
Federal Wage Determinations
E
31
PLAS0528A
PLAS0528A 12/01/2001
Rates
Fringes
CLALLAM, GRAYS HARBOR, ISLAND,
JEFFERSON, KING, KITSAP, LEWIS,
MASON, PACIFIC (NORTH) , PIERCE,
SAN JUAN, SKAGIT, SNOHOMISH,
THURSTON, AND WHATCOM COUNTIES
CEMENT MASON
27.16
8.99
COMPOSITION, COLOR MASTIC,
TROWEL MACHINE, GRINDER,
POWER TOOLS, GUNNITE NOZZLE
26.41
8.99
--------- ------------------ -----------------
PLAS0555B 06/01/2001
------------------ --
Rates
Fringes
CLARK, COWLITZ, KLICKITAT, PACIFIC
(SOUTH) ,
SKAMANIA, AND
WAHKIAKUM COUNTIES
ZONE 1:
CEMENT MASONS
COMPOSITION WORKERS AND
24.04
9.00
POWER MACHINERY OPERATORS
24.48
9.00
CEMENT MASONS ON SUSPENDED,
SWINGING AND /OR HANGING
SCAFFOLD
24.48
9.00
CEMENT MASONS DOING BOTH
COMPOSITION /POWER MACHINERY
AND SUSPENDED /HANGING
SCAFFOLD
24.93
9.00
WA020001 Modification 3
Federal Wage Determinations
E
31
Zone Differential (Add To Zone 1 Rates):
Zone 2 - $0.65
Zone 3 - 1.15
Zone 4 - 1.70
Zone 5 - 2.75
BASE POINTS: BEND, CORVALLIS, EUGENE, LONGVIEW, MEDFORD,
PORTLAND, SALEM, THE DALLES, VANCOUVER
ZONE 1: Projects within 30 miles of the respective city hall
ZONE 2: More than 30 miles but less than 40 miles from the
respective city hall.
ZONE 3: More than 40 miles but less than 50 miles from the
respective city hall.
ZONE 4: More than 50 miles but less than 80 miles from the
respective city hall.
ZONE 5: More than 80 miles from the respective city hall
--------- ------------------- ----------------- ------------------ --
PLUM0032B 01/01/2002
Rates Fringes
CLALLAM, KING AND JEFFERSON COUNTIES
PLUMBERS AND PIPEFITTERS 32.08 11.53
--------- ------------------ ----------------- ---- ---------- - - - - --
PLUM0032D 06/01/1999
Rates Fringes
CHELAN, KITTITAS (NORTHERN TIP), DOUGLAS (NORTH), AND OKANOGAN
(NORTH) COUNTIES
PLUMBERS AND PIPEFITTERS 23.47 8.67
-------------------------- --------------------------------
PLUM0044C 06/01/2001
Rates Fringes
ADAMS (NORTHERN PART), ASOTIN (CLARKSTON ONLY), FERRY (EASTERN
PART), LINCOLN (EASTERN PART), PEND ORIELLE, STEVENS, SPOKANE,
AND WHITMAN COUNTIES
PLUMBERS AND PIPEFITTERS 26.21 9.14
--------- ------------------ ----------------- -------- - - - - --
* PLUM0082A 06/01/2001
Rates Fringes
CLARK (NORTHERN TIP INCLUDING WOODLAND), COWLITZ, GRAYS HARBOR,
LEWIS, MASON (EXCLUDING NE SECTION), PACIFIC, PIERCE
SKAMANIA, THURSTON AND WAHKIAKUM COUNTIES
PLUMBERS AND PIPEFITTERS 24.57 14.72
--------- ------------------ ------ ----------- ------- - - - - --
PLUM0265C 06/01/2001
Rates Fringes
ISLAND, SKAGIT, SNOHOMISH,S AN JUAN AND WHATCOM COUNTIES
PLUMBERS AND PIPEFITTERS 28.37 10.24
WA020001 Modification 3 32
Federal Wage Determinations
u
�I
11
WA020001 Modification 3
Federal Wage Determinations
33
PLUM0290K 10/01/2001
Rates
Fringes
CLARK (ALL EXCLUDING NORTHERN TIP INCLUDING
CITY OF WOODLAND)
PLUMBERS - AND - PIPEFITTERS - -- ----- - - - -
-- 31.52-
--- - - - - -- 10.80
PLUM0598E 06/01/2001
Rates
Fringes
ADAMS (SOUTHERN PART), ASOTIN (EXCLUDING THE
CITY OF CLARKSTON),
BENTON, COLUMBIA, DOUGLAS (EASTERN
HALF), FERRY
(WESTERN PART),
FRANKLIN, GARFIELD, GRANT, KITTITAS
(ALL BUT NORTHERN TIP),
KLICKITAT, LINCOLN (WESTERN PART), OKANOGAN
(EASTERN), WALLA
WALLA AND YAKIMA COUNTIES
PLUMBERS
--------------------------------------------------------
28.85
11.55
- - - - -- --
PLUM0631A 06/01/2001
Rates
Fringes
MASON (NE SECTION),
AND KITSAP COUNTIES
PLUMBERS/ PIPEFITTERS:
All new construction, additions,
and remodeling of commercial
building projects such as:
cocktail lounges and taverns,
professional buildings, medical
clinics, retail stores, hotels
and motels, restaurants and fast
food types, gasoline service
stations, and car washes where
the plumbing and mechanical cost
of the project is less than
$100,000
14.55
7.98
All other work where the plumbing
and mechanical cost of the project
is $100,000 and over
24.65
13.41
11
WA020001 Modification 3
Federal Wage Determinations
33
TEAM0037C 06/01/2001
Rates Fringes
CLARK, COWLITZ, KLICKITAT, PACIFIC (South of a straight line made
by extending the north boundary line of Wahkiakum County west to
the Pacific Ocean), SKAMANIA, AND WAHKIAKUM COUNTIES
TRUCK DRIVERS
ZONE 1:
2
GROUP
1
GROUP
2
GROUP
3
GROUP
4
GROUP
5
GROUP
6
GROUP
7
Zone Differential
Zone
2
- $0.65
Zone
3
- 1.15
Zone
4
- 1.70
Zone
5
- 2.75
23.40
8.30
23.52
8.30
23.65
8.30
23.91
8.30
24.13
8.30
24.29
8.30
24.49
8.30
(Add to Zone 1 Rates):
BASE POINTS: ASTORIA, THE DALLES, LONGVIEW AND VANCOUVER
ZONE 1: Projects within 30 miles of the respective city hall.
ZONE 2: More than 30 miles but less than 40 miles from the
respective city hall.
ZONE 3: More than 40 miles but less than 50 miles from the
respective city hall.
ZONE 4: More than 50 miles but less than 80 miles from the
respective city hall.
ZONE 5: More than 80 miles from the respective city hall.
TRUCK DRIVERS CLASSIFICATIONS
GROUP 1: A Frame or Hydra lifrt truck w /load bearing surface;
Articulated dump truck; Battery Rebuilders; Bus or Manhaul
Driver; Concrete Buggies (power operated) ; Concrete pump truck;
Dump Trucks, side, end and bottom dumps, including Semi Trucks
and Trains or combinations there of: up to and including 10 cu.
yds.; Lift Jitneys, Fork Lifts (all sizes in loading, unloading
and transporting material on job site); Loader and /or Leverman on
Concrete Dry Batch Plant (manually operated); Pilot Car;
Pickup truck; Solo Flat Bed and misc. Body Trucks, 0 -10 tons;
Truck Tender; Truck Mechanic Tender; Water Wagons (rated
capacity) up to 3,000 gallons; Transit Mix and Wet or Dry Mix - 5
cu. yds. and under; Lubrication Man, Fuel Truck Driver, Tireman,
Wash Rack, Steam Cleaner or combinations; Team Driver; Slurry
Truck Driver or Leverman; Tireman
WA020001 Modification 3
Federal Wage Determinations
34
i.
E
`1
�� I
' GROUP 4: Asphalt burner; Dump Trucks, side, end and bottom
cumps, including Semi-Trucks and Trains or combinations thereof:
over 30 cu. yds. and including 50 cu. yds. includes articulated
dump trucks; Fire guard; Transit Mix and Wet or Dry Mix Trucks,
over 11 cu. yds. and including 15 cu. yds.; Water Wagon (rated
capacity) over 10,000 gallons to 15,000 gallons
GROUP 5: Dump Trucks, side, end and bottom dumps, including
Semi Trucks and Trains or combinations thereof: over 50 cu. yds.
and including 60 cu. yds. includes articulated dump trucks
GROUP 6: Bulk cement spreader w/o auger; Dry prebatch concrete
mix trucks; Dump trucks, side, end and bottom dumps, including
Semi Trucks and Trains of combinations thereof: over 60 cu. yds.
and including 80 cu. yds., and includes articulated dump trucks;
' Skid truck
GROUP 7: Dump Trucks, side, end and bottom dumps, including
Semi Trucks and Trains or combinations thereof: over 80 cu. yds.
and including 100 cu. yds., includes articulated dump trucks;
Industrial lift truck (mechanical tailgate)
---------- ----- ------ - - - - -- ------------------------------- - - - - --
TEAM0174A 06/01/2001
Rates Fringes
CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS,
MASON, PACIFIC (North of a straight line made by extending the
north boundary line of Wahkiakum County west to the Pacific
Ocean), PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND
WHATCOM COUNTIES
TRUCK DRIVERS;
GROUP 1: 24.94 9.12
GROUP 2:
24.36
GROUP 2: Boom truck /hydra lift or retracting crane; Challenger;
Dumpsters or similar equipment all sizes; Dump Trucks /art icula ted
dumps 6 cu to 10 cu.; Flaherty Spreader Driver or Leverman;
22.08
18.00
Lowbed Equipment, Flat Bed Semi - trailer or doubles transporting
equipment or wet or dry materials; Lumber Carrier,
24.70
Driver - Straddle Carrier (used in loading, unloading and
transporting of materials on job site); Oil Distributor Driver or
Leverman; Transit mix and wet or dry mix trcuks: over 5 cu. yds.
and including 7 cu. yds.; Vacuum trucks; Water truck /Wagons
(rated capacity) over 3,000 to 5,000 gallons
GROUP 3: Ammonia nitrate distributor driver; Dump trucks, side,
end and bottom dumps, including Semi Trucks and Trains or
combinations thereof: over 10 cu. yds. and including 30 cu. yds.
includes Articulated dump trucks; Selfpropel led street sweeper;
Transit mix and wet or dry mix truck: over 7 cu yds. and
including 11 cu yds.; Truck Mechanic Welder Body Repairman;
Utility and cleanup truck; Water Wagons (rated capacity) over
5,000 to 10,000 gallons
' GROUP 4: Asphalt burner; Dump Trucks, side, end and bottom
cumps, including Semi-Trucks and Trains or combinations thereof:
over 30 cu. yds. and including 50 cu. yds. includes articulated
dump trucks; Fire guard; Transit Mix and Wet or Dry Mix Trucks,
over 11 cu. yds. and including 15 cu. yds.; Water Wagon (rated
capacity) over 10,000 gallons to 15,000 gallons
GROUP 5: Dump Trucks, side, end and bottom dumps, including
Semi Trucks and Trains or combinations thereof: over 50 cu. yds.
and including 60 cu. yds. includes articulated dump trucks
GROUP 6: Bulk cement spreader w/o auger; Dry prebatch concrete
mix trucks; Dump trucks, side, end and bottom dumps, including
Semi Trucks and Trains of combinations thereof: over 60 cu. yds.
and including 80 cu. yds., and includes articulated dump trucks;
' Skid truck
GROUP 7: Dump Trucks, side, end and bottom dumps, including
Semi Trucks and Trains or combinations thereof: over 80 cu. yds.
and including 100 cu. yds., includes articulated dump trucks;
Industrial lift truck (mechanical tailgate)
---------- ----- ------ - - - - -- ------------------------------- - - - - --
TEAM0174A 06/01/2001
Rates Fringes
CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS,
MASON, PACIFIC (North of a straight line made by extending the
north boundary line of Wahkiakum County west to the Pacific
Ocean), PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND
WHATCOM COUNTIES
TRUCK DRIVERS;
GROUP 1: 24.94 9.12
35
GROUP 2:
24.36
9.12
GROUP 3:
GROUP 4:
22.08
18.00
9.12
9.12
GROUP 5:
24.70
9.12
WA020001 Modification 3
Federal Wage Determinations
35
TRUCK DRIVERS CLASSIFICATIONS
GROUP 1 - "A -frame or Hydralift" trucks and Boom trucks or
similar equipment when "A" frame or " Hydralift" and Boom truck or
similar equipment is used; Buggymobile; Bulk Cement Tanker;
Dumpsters and similar equipment, Tournorocke rs, Tournowagon,
Tournotrailer, Cat DW series, Terra Cobra, Le Tourneau,
Westinghouse, Athye Wagon, Euclid Two and Four - Wheeled power
tractor with trailer and similar top - loaded equipment
transporting material: Dump Trucks, side, end and bottom dump,
including semi - trucks and trains or combinations thereof with 16
yards to 30 yards capacity: Over 30 yards $.15 per hour
additional for each 10 yard increment; Explosive Truck (field
mix) and similar equipment; Hyster Operators (handling bulk loose
aggregates); Lowbed and Heavy Duty Trailer; Road Oil Distributor
Driver; Spreader, Flaherty Transit mix used exclusively in heavy
construction; Water Wagon and Tank Truck -3,000 gallons and
over capacity
GROUP 2 - Bulllifts, or similar equipment used in loading or
unloading trucks, transporting materials on job site; Dumpsters,
and similar equipment, Tournorockers, Tournowagon, Turnotraile r,
Cat. D.W. Series, Terra Cobra, Le Tourneau, Westinghouse, Athye
wagon, Euclid two and four - wheeled power tractor with trailer and
similar top - loaded equipment transporting material: Dump trucks,
side, end and bottom dump, including semi - trucks and trains or
combinations thereof with less than 16 yards capacity; Flatbed
(Dual Rear Axle); Grease Truck, Fuel Truck, Greaser, Battery
Service Man and /or Tire Service Man; Leverman and loader at
bunkers and batch plants; Oil tank transport; Scissor truck;
Slurry Truck; Sno -Go and similar equipment; Swampers; Straddler
Carrier (Ross, Hyster) and similar equipment; Team Driver;
Tractor (small, rubber -tire d)(when used within Teamster
jurisdiction); Vacuum truck; Water Wagon and Tank trucks -less
than 3,000 gallons capacity; Winch Truck; Wrecker, Tow truck and
similar equipment
GROUP 3 - Flatbed (single rear axle); Pickup Sweeper; Pickup
Truck. (Adjust Group 3 upward by $2.00 per hour for onsite work
only)
GROUP 4 - Escort or Pilot Car
GROUP 5 - Mechanic
HAZMAT PROJECTS
Anyone working on a HAZMAT job, where HAZMAT certification is
required, shall be compensated as a premium, in addition to the
classification working in as follows:
LEVEL C: +$.25 per hour - This level uses an air purifying
respirator or additional protective clothing.
LEVEL B: +$.50 per hour - Uses same respirator protection as
Level A. Supplied air line is provided in conjunction with a
chemical "splash suit."
LEVEL A: +$.75 per hour - This level utilizes a fully -
encapsulated suit with a self- contained breathing apparatus or a
supplied air line.
WA020001 Modification 3 36
Federal Wage Determinations
1�
f'.
hJ
HI
C
c
e
G
d
0
Il
C
WA020001 Modification 3
Federal Wage Determinations
L'
37
ZONE DIFFERENTIALS
Zone pay will be calculated from the city center of the following
listed cities:
BELLINGHAM CENTRALIA RAYMOND OLYMPIA
EVERETT SHELTON ANACORTES BELLEVUE
SEATTLE PORT ANGELES MT. VERNON KENT
TACOMA PORT TOWNSEND ABERDEEN BREMERTON
TRAVEL - Zone A - 0 - 25 miles - Free Zone
Zone B - 25 - 45 miles - $ .70 per hour.
Zone C - Over 45 miles - $1.00 per hour.
----------------------------------------------------- - - - - -- --
TEAM0760C 06/01/1999
Rates Fringes
ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY,
FRANKLIN, GARFIELD, GRANT KITTITAS, LINCOLN, OKANOGAN, PEND
OREILLE, SPOKANE, STEVENS, WALLA WALLA, AND WHITMAN COUNTIES
TRUCK DRIVERS
(ANYONE WORKING ON HAZMAT JOBS SEE FOOTNOTE A BELOW)
1
ZONE 1: (INCLUDES ALL OF YAKIMA COUNTY)
GROUP 1 17.42 7.31
GROUP 2 19.69 7.31
GROUP 3 20.19 7.31
GROUP 4 20.52 7.31
GROUP 5 20.63 7.31
GROUP 6 20.80 7.31
GROUP 7 21.33 7.31
GROUP 8 21.66 7.31
Zone Differential (Add to Zone 1
rate: Zone 2 - $2.00)
BASE POINTS: Spokane, Moses Lake, Pasco, Lewiston
Zone 1: 0 -45 radius miles from the main post office.
Zone 2: 45 radius miles and over from the main post office
TRUCK DRIVERS CLASSIFICATIONS
GROUP 1: Escort Driver or Pilot Car; Employee Haul; Power Boat
Hauling Employees or Material
GROUP 2: Fish Truck; Flat Bed Truck; Fork Lift (3000 lbs. and
under); Leverperson (loading trucks at bunkers); Trailer Mounted
Hydro Seeder and Mulcher; Seeder & Mulcher; Stationary Fuel
Operator; Tractor (small, rubber- tired, pulling trailer or
similar equipment)
C
WA020001 Modification 3
Federal Wage Determinations
L'
37
GROUP 3: Auto Crane (2000 lbs. capacity); Buggy Mobile &
Similar; Bulk Cement Tanks & Spreader; Dumptor (6 yds. & under);
Flat Bed Truck with Hydraullic System; Fork Lift (3001- 16,000
lbs.); Fuel Truck Driver, Steamcleaner & Washer; Power Operated
Sweeper; Rubber -tired Tunnel Jumbo; Scissors Truck; Slurry Truck
Driver; Straddle Carrier (Ross, Hyster, & similar); Tireperson;
Transit Mixers & Truck Hauling Concrete (3 yd. to & including 6
yds.); Trucks, side, end, bottom & articulated end dump (3 yards
to and including 6 yds.) ; Warehouseperson (to include shipping &
receiving); Wrecker & Tow Truck
GROUP 4: A- Frame; Burner, Cutter, & Welder; Service Greaser;
Trucks, side, end, bottom & articulated end dump (over 6 yards to
and including 12 yds.); Truck Mounted Hydro Seeder;
Warehouseperson; Water Tank truck (0 -8,000 gallons)
LI
n,
H
GROUP 5: Dumptor
(over 6 yds.) ; Lowboy (50 tons & under); Self -
loading Roll Off;
Semi -Truck & Trailer;
Tractor with Steer
Trailer; Transit Mixers
and Trucks
Hauling Concrete (over 6 yds.
to and including 10
yds.); Trucks,
side, end, bottom and end
dump (over 12 yds.
to & including
20 yds.); Truck - Mounted Crane
(with load bearing
surface either
mounted or pulled, up to 14
ton); Vacuum Truck
(super sucker,
guzzler, etc.)
GROUP 6: Flaherty Spreader Box Driver; Flowboys; Fork Lift
(over 16,000 lbs.); Dumps (Semi -end); Mechanic (Field); Semi -
end Dumps; Transfer Truck & Trailer; Transit Mixers & Trucks
Hauling Concrete (over 10 yds. to & including 20 yds.); Trucks,
side, end, bottom and articulated end dump (over 20 yds. to &
including 40 yds.); Truck and Pup; Tournaroc ker, DW's & similar
with 2 or more 4 wheel -power tractor with trailer, gallonage or
yardage scale, whichever is greater Water Tank Truck (8,001-
14,000 gallons)
GROUP 7: Oil Distributor Driver; Stringer Truck (cable oeprated
trailer); Transit Mixers & Trucks Hauling Concrete (over 20
yds.); Truck, side, end, bottom end dump (over 40 yds. to &
including 100 yds.); Truck Mounted Crane (with load bearing
surface either mounted or pulled (16 through 25 tons);
GROUP 8: Prime Movers and Stinger Truck; Trucks, side, end,
bottom and articulated end dump (over 100 yds.) ; Helicopter Pilot
Hauling Employees or Materials
Footnote A - Anyone working on a HAZMAT job, where HAZMAT
certification is required, shall be compensated as a premium,
in additon to the classification working in as follows:
LEVEL C -D: - $.50 PER HOUR (This is the lowest level of
protection. This level may use an air purifying
respirator or additional protective clothing.
LEVEL A -B: - $1.00 PER HOUR (Uses supplied air is conjunction
with a chemical spash suit or fully encapsulated
suit with a self- contained breathing apparatus.
NOTE: Trucks Pulling Equipment Railers: shall receive $.15 /hour
over applicable truck rate
WA020001 Modification 3
Federal Wage Determinations
38 1
A
r
L
J
0
A
-----------------------------------------------------------------
--------------------------- -------------------------------------
WELDERS - Receive rate prescribed for craft performing operation
to which welding is incidental.
Unlisted classifications needed for work not included within
the scope of the classifications listed may be added after
award only as provided in the labor standards contract clauses
(29 CFR 5.5 (a) (1) (v)) .
--------- ------------------ ----------------- ------------------ --
In the listing above, the "SU" designation means that rates
listed under that identifier do not reflect collectively
bargained wage and fringe benefit rates. Other designations
indicate unions whose rates have been determined to be
prevailing.
WAGE DETERMINATION APPEALS PROCESS
1.) Has there been an initial decision in the matter? This can
be:
• an existing published wage determination
• a survey underlying a wage determination
• a Wage and Hour Division letter setting forth a
position on a wage determination matter
• a conformance (additional classification and rate)
ruling
On survey related matters, initial contact, including requests
for summaries of surveys, should be with the Wage and Hour
Regional Office for the area in which the survey was conducted
because those Regional Offices have responsibility for the
Davis -Bacon survey program. If the response from this initial
contact is not satisfactory, then the process described in 2.)
and 3.) should be followed.
With regard to any other matter not yet ripe for the formal
process described here, initial contact should be with the Branch
of Construction Wage Determinations. Write to:
Branch of Construction Wage Determinations
Wage and Hour Division
U. S. Department of Labor
200 Constitution Avenue, N. W.
Washington, D. C. 20210
2.) If the answer to the question in 1.) is yes, then an
interested party (those affected by the action) can request
review and reconsideration from the Wage and Hour Administrator
(See 29 CFR Part 1.8 and 29 CFR Part 7) . Write to:
Wage and Hour Administrator
U.S. Department of Labor
200 Constitution Avenue, N. W.
Washington, D. C. 20210
WA020001 Modification 3
Federal Wage Determinations
39
The request should be accompanied by a full statement of the
interested party's position and by any information (wage payment
data, project description, area practice material, etc.) that the
requestor considers relevant to the issue.
3.) If the decision of the Administrator is not favorable, an
interested party may appeal directly to the Administrative Review
Board (formerly the Wage Appeals Board). Write to:
Administrative Review Board
U. S. Department of Labor
200 Constitution Avenue, N. W.
Washington, D. C. 20210
4.) All decisions by the Administrative Review Board are final.
END OF GENERAL DECISION
WA020001 Modification 3 40
Federal Wage Determinations
1 APPENDIX B - STANDARD PLANS
Ul
i
I
APPENDIX B
STANDARD PLANS
CITY OF RENTON
H: DMSION.STRANSron.TATWESIGN -M Y-NS A Se -n~ \COVERAPPa.noc SR900 — So. 2nd St Traffic Signal Safety
W �J <Z
N
Y
=
2
� J
W
ZwSO
omNU
UZ
o�
OI
-�a°
F
IJ
Z ~
° \O
3:OM
WO<`x
<f
Z)
O Z
(°aJ
<OX
O
N W=
N
Z
m K
W
~ J m
O <K^
W
J
�
U
UJ
O
3
J W W
< M M
N
Z_
O
m�
Z
Umw
�"Uw jr
U N Z
O O w w
O
O U
7 J 2 m
w<
O
,
_W6
^°
OZ)
_Z
M J<
�
<w
�C
W LAJ m
U x 0
W
Z Z
ir N a w
N
<
W
Ww iJ
1- ~Q
y
U
OOH_
�O <<
<
FQO
ZNOS
=
ZW<
W
¢ate
°w
<z
K v
O
w F
aN0
w=4 °m
< L
wZ8
BMW
JUU
= J
Z`�!-J
t
N?<
OIL -4
<w <O
_
Z
N F
bO
omo
�
`
Z t
La
U
Z J
m 1
-C 0-t,1
mimZ
8
<�
aWww
Omdw
y
W �J <Z
N�
=
2
a
ZwSO
omNU
NZJ
`O<O
J
<
F
IJ
D LL
C7
Rio-
MOZO
3:OM
WO<`x
N
<
O Z
wZw
Na1 O
O
O
Q
~ J m
O <K^
X 4
i=Wp°
W
cr
Z
U
UJ
N
O O
O
m�
Z
Z
K W N Rv
W x Z J
w N d<
U
W
K
m
(�
U��W
.�W fW
z
J m
U
x
Li
Z
U
\\
00
O
O
N f-
U m
W
U
z
O
N N
z 1-
z
a o
x
W
N J f
Q Q
a
X W �
d
Q
J
Q
dRl1S 9NI1Nt/ld
3
M
cr
J
W
In
a
Q
z m�
Q
�
J
mz
::)O
� w
w
W
O
----
m F~-
N
Z
U
Z
N
O O
X
w
----
N z
wQ
Q
z
J m
x
Li
04
U
\\
00
O
N f-
+ IQ
z
O
N FN-
Z Z
Q
a O
0
x
w�
s Q
d'
X
Y
J
Q
3
W
N
l�
O
2
H
O
N
z
Q
J
a
a'
W
a
N
Q
Z
W
W
0 Q
in a
F-: l
LL
d c,
J
a
'W' r
Q
� a
Z >- N
OZ \
z O
a�
X
W H
e W
Nom.
X m
\U
x �
Qi
W p Z p)
Q Q W a N
F 0 e F
U 0 ° [z.
1
♦ !
Jw
O �
i
U
z
O Of
U W
uj
1-
U (�
0 C)
Q Q m
Q
Z m I
1
(n U Z
J °
U
Q_
N N
z
J Z
Q.
Of z
d U J
z a
Q U W
Z D
W 00
Q
a Q Q Q
a 0
% Z 0° Z
(If O
(n U U
J W
1✓ U)
W
a-
0
J
N s
m-wi
In
r
z m�
J
mz
::)O
w
O
U
N
+ IQ
z
O
N FN-
Z Z
Q
a O
0
x
w�
s Q
d'
X
Y
J
Q
3
W
N
l�
O
2
H
O
N
z
Q
J
a
a'
W
a
N
Q
Z
W
W
0 Q
in a
F-: l
LL
d c,
J
a
'W' r
Q
� a
Z >- N
OZ \
z O
a�
X
W H
e W
Nom.
X m
\U
x �
Qi
W p Z p)
Q Q W a N
F 0 e F
U 0 ° [z.
1
♦ !
Jw
O �
i
U
z
O Of
U W
uj
1-
U (�
0 C)
Q Q m
Q
Z m I
1
(n U Z
J °
U
Q_
N N
z
J Z
Q.
Of z
d U J
z a
Q U W
Z D
W 00
Q
a Q Q Q
a 0
% Z 0° Z
(If O
(n U U
J W
1✓ U)
W
a-
0
J
N s
N
v
..
W
`N
L
W
v
..�
m
X
L
J m
z
O
U
E�--
-
U
N
. ,
2
{p
\�
Q
•_•
N W
ww
_
W
J=
U
c
�
J W
C
ZW
uZ
U
Co W
W Z
'
8u
.19
,AI
U Z
¢
=«
2 Q
�+
ZZ
W �
OW
mW
5b
ac
Q
0 CL
91
1 1
U
W
w
J Q]
W
m 1%
U
Q
Z
cr
¢
O FW-
^'
Z.
X W
\
DU
Q U
„Z
H
W Z
�v
E
N
u
a
v
..
W
L
W
v
..�
�
X
.o
Zi
N
Ih
V
L
t
O
D
v
L
L
a
C
= HIM „BI
t L N
a v
n
1y ov
1 4, D
o� •
T vo
CL L
y o'
I-.
o
v on
LL
O
O
N
¢ ¢
..
W
I--,Z
W
C\
..�
m �
U W
L
_
z
O
U
'�
m
in CIO
N
. ,
2
{p
\�
Q
•_•
N W
_
W
J=
U
c
�
J W
C
uZ
0
Co W
OQU
W
J Ia
J
W
O
z
i
V
<
<
m
m
U
W
a
m
W
H
W
lx
U
Z
L)
H
Z
W
x
W
U
H
N
Q
V
W
ix
IL
L L
L O
¢ of
CL
C O O CL
l Ot
\ l F O
rl
ve
n
t
V
..
m tr
9
I--,Z
ZU
C\
..�
L
In
z
O
� W
'�
m
in CIO
N
. ,
WZ
{p
\�
00
-, I
_
<i
J W
C
uZ
Co W
OQU
'
F—Q
.19
,AI
U Z
J
W
O
z
i
V
<
<
m
m
U
W
a
m
W
H
W
lx
U
Z
L)
H
Z
W
x
W
U
H
N
Q
V
W
ix
IL
L L
L O
¢ of
CL
C O O CL
l Ot
\ l F O
rl
ve
n
t
V
W
I--
W
0 C13
U
Vm
H U
W m
x W
W .�
L)=
J Q
m m
V
W
i-
Z
N
0
i`
�y
a
:1
T
E
W
W
d' =
U
Z
ac Al m L W ex
c
L.
O O
CL
o
v
AL
.0 L
N
O\
no
C\
_--�
L
In
z
O
/r
WIP
W
¢
WW
I
-, I
..o
°DF-
9
C
uZ
'
F—Q
U Z
¢
=«
2 Q
♦ MD
W �
��
V
'Cfe71�
ac
Q
91
1 1
�A W
J.4
w
W
I--
W
0 C13
U
Vm
H U
W m
x W
W .�
L)=
J Q
m m
V
W
i-
Z
N
0
i`
�y
a
:1
T
E
W
W
d' =
U
Z
ac Al m L W ex
c
L.
O O
CL
o
v
AL
.0 L
no
00
L
o o°
/r
CL
.
W
¢
I
-, I
..o
°DF-
'
U Z
¢
=«
2 Q
U m
ac
Z U
91
1 1
�A W
w
W
U
W
I--
W
0 C13
U
Vm
H U
W m
x W
W .�
L)=
J Q
m m
V
W
i-
Z
N
0
i`
�y
a
:1
T
E
W
W
d' =
U
Z
ac Al m L W ex
c
L.
O O
CL
o
v
AL
C•C
5_
W C
aE d
E€
• 8x ll
• 'vr S
za =
g�
w
i
5
's
C�
� 5
C 5
HA
of 5 p 8
W �P
4•w- _
S
h
4
• O
i
b
Z
�
`~
N
R O
ix
Wa
3
w
OaGO
■�
N
J
� 9
66
6
� „
o €
�6h
3�-
hY
ZWO
wo,
KZ
Ld
•
jig;
Ld a
b
W -J
1-
b
Z
�
`~
N
R O
ix
Wa
3
w
OaGO
■�
VQ=
_•�
Q:
� i��
i
6
� „
H3Q
ZWO
wo,
KZ
Ld
•
-
a
Ld a
b
uN
-4
•
tl
�
"ss
O.
Wa
I
O
00
MIX -
S i o
-V
ONO
Iv-
4
1 -
I Y qfi
[: o
o-
«h x�
62 «�
o
E �
o �
m w „
m
O.
Wa
o m
�m
<
I
O
00
MIX -
S i o
-V
ONO
Iv-
4
1 -
I Y qfi
[: o
o-
«h x�
62 «�
o
E �
o �
m w „
m
N
X
w
F-
a
J
N
7j
a
z
N
0
0
w
c�
a
d a
E-
0 w a
� o �
z z o
w
z W AW n o
Z a
00 �- a 4o �c-
O O °z°{�
Lij
V) O C Q U N _S
x
Q J
3 W
w � p
m
v
M
} a
m a
a
N }
m
J
a
M
a
W
J 0 w
m �
O�
w
O
N
W Q
z
rr
V) a 1 r
W N
J w
M W
Q a
U _z
O M
Z J
N
J F-
QO
F m
N
Z Z
- w
a N 5
W U
~ X
N
a Z U
w
w
m J cn
D Z
O w Z
0 3 0
m t- w
0 w
L, m a
J
J
R
I.-�
V) N
Z Z
0
Z
I-- F-- w
Z = w
O w
_ Ln
p z Ooi
Z C4
A W a \
a
0 0 °z°
p <
d v In
el
rn
0
0
c�
a
CL
(L
U)
Q
rn
0
i
w
Q
Z
3
p
a
S
U)
ca r
z cn
` 00
H c7
z
n
x CTJ
N
U
O
M
a
En Q t0 f- co
W
J
m
E- z
N
�0
w a
0
O
Ea U
p
m U3
d
p W
p
fn
J Z
O LL) 0
O
LO
U _ U
JY
Q
Z
W Q
0 C1
wom
Qf
W
I
N N
I.-�
V) N
Z Z
0
Z
I-- F-- w
Z = w
O w
_ Ln
p z Ooi
Z C4
A W a \
a
0 0 °z°
p <
d v In
el
rn
0
0
c�
a
CL
(L
U)
Q
rn
0
i
w
Q
Z
3
p
S
p O
O
m
En Q t0 f- co
W
of X 0
W C� W
J�
J
JdCL0
QO
Q
O
LO
U
Z
W
Qf
W
w
z
U
Z
^' N r7 d U
wx
H tai
Qp
O CvG d'
J}
-iVOi0O
U ~
>
Q�
p
Li
-�
z
pz
Q
as
�
I.-�
V) N
Z Z
0
Z
I-- F-- w
Z = w
O w
_ Ln
p z Ooi
Z C4
A W a \
a
0 0 °z°
p <
d v In
el
rn
0
0
c�
a
CL
(L
U)
Q
rn
0
i
w
Q
Z
3
p
C
a
L
W
U
J
a
N
W
Z
J
Z
c
r
Rl
t
F
L
C
C.
C
a
L
J
J
7
J
OD
O
W
Z
J
N
_Z
0
\ C�
W Z
N
D H
W D
U
Q
O
J O
O
\
00
\
F--
Y
L1J
J
W
L.L
0
E-
Q
W
a
a
E-
Cf)
x
z
o
z o,
\
z�
W
F
3 \
U
Ow
a�
�
(Lo
co
r
x
cr
+
W
G.
Z
O
N
A z .60 00
N WOyw«
J� N C
�
T p H ': 10 c W 1- P� P4 °� p
u'° E 00
' zg�
o
o a u
v `c : a r S 0 ;•
♦ c °' ., O }
Qp �t
W4. t
co
�- --- - - - - -� c o E >° o : 'go z J t t 71
o VS
01 re-
r r O. �- Z p
_ ds el U'
od>
400.
m 4 d o ovui : V •+ c
o O ~~ C c 8 ---
d O dL ±Y
r �� a g °ov n
" z
r------ - - -
I 1 IL _ 3 14n .°o � �a °O < a Slu m o
1 ^ I
n i ( h
1-- ----- - - - - -J
3 n
C V D o u V
H
O' L
V
,,, 3 ° v
L D O
L N h �
W r n E 0 o- v c c o
L O tr C A N [ 4 p r
L 7 V
I i '30: d$E u n�°n c F `oa a vY ° n
I N I W 'lox W O r L *� •Q CO '� — U p V "; N n
I 1 U ° V !- W r
C D ~ O x
tl c J m
L----- - - - - -J z W U! e c° e v°'
m Y Y U J Z h N K K 10 O LL m O Z U LL
y Y
h FF
0 O 1
1 r
I W
1 p
d
v � F
Z
O
1
f-
I t ��
u
o F pZ
Z W W
� d>
W WW �
n o yy 1 �c
F i E
z uG
��^ ��Q t0 ►" I I z uG
zC:
1
ac
n 1 J
L -- L- ---- -- - --J m F FO zaa
---------------
-WON -21 sauoA -ON_£i `v/ N I
87
1a111�) I _
O N 1 -- ------ - - - - -J
W W W W
= x x
M ®
° N
---- - - - - -_ z rc In
i d N j V)
- I �p 1
I
L— — — -- - -- — — — — — — — — J N
T_T
F 110
1- -1 �110
0
0
T�11-4
- - - - - --
1
rn
cn Z
J �
Q Z
WO
0m
0W
Z cr-
z3
D
O Z
Q
�a
oN
Q co
W
_2
J cr
Qa
Z�
(A Q
uL q o o _�
2 u - V =
0 0 > 3
u a } u L
E- < LO E
c tl
E 6 a E r
c
C u E E- u QM ~
Oy/t x t
LE O of
d4 C ° oa d<
O to a
>� t T
o « tla E
U� >C tOQI C: -,* O
CLE c:
—
pact^ N O~ mtl v
wla
Ip`
O 33 Cj V
is r 0
av m
C" cc cm c} L� D
00 7C 7�
�tl -1d20 0c fin. c
> O d I Cie
;n it i� mr z� ac a
W U- Vi V- tl Nm O
F fl•O dN d0 d0 tl'O u
Z� 1-0 1- W K h 0 h
Az
WEO--���,�c
Hz�
a�a
V f/1
'I++ON_8 sal�o�
N N I to 2
<~ lJ I� a Y
------------ - - - - -J
n
m
c
Z W +LL
c
1
r-d ---------------
1 41 Z
�
J
co I full I
O
a
L-------- -- - - - - -J a
n Q��e
I 1
1 r I
I o l
I I
L- -- -- - - - --J ..,
e yl Z
H
n
L
Y
c
F
Z
O W
� d
ZI
i
tl
L O
a
••
u
t
I Y
O
Lai
3
c
G
L h
�
tl
w
c
o
Z„
a
c
u
j 0
a
o
-4,-
,C
d
a
L Q
? ch
4-
3
�° tl
3 �
#np =
Z
o Ul
h
u
mu u .L.
a
ate„
3 Eo M n
x v
Utl
aL- E
E-0 L"
I : o a1
U ` .CL
c
W 3 L u
V Y a
ioa v I:
o V
o6?q- =
�_ `
CP
- -O±ta
3 + wtrl iai
n `c = v `n `c� 3 of
y mom„ d
•� vi'`gn
a C
V C N t A Va vCt;�U
>- V t1N
Ue0
0.
��a V 7 M 3
p
r w .i'-I< a N
a
EYxO+uO °o�c
Eo.°- c 0 f c+
0 0 10 L�YYS gun
CL d M C b y
�� t rna
U j Y O� b� j F" EO
aL Ba umu �'
uhCeDU �9J Y
ac= v u ix
W O'u m O o a
,�
UWW
f,
v c i o ^a etc
L
aJ
41
c «a>�
c f v
Acoy
v C 0 0 0 tl CArt V tlNa
caE; a
a Y 0 �O 7 7
E'"noLa
VNOVIm L�udV
2
D. OL 'd u
Wu J 45 Z 007 1 I N Z
I 1 Z i =1' Q 41 1•
I t t t I I I I
W. t m N N
---------------
-WON -21 sauoA -ON_£i `v/ N I
87
1a111�) I _
O N 1 -- ------ - - - - -J
W W W W
= x x
M ®
° N
---- - - - - -_ z rc In
i d N j V)
- I �p 1
I
L— — — -- - -- — — — — — — — — J N
T_T
F 110
1- -1 �110
0
0
T�11-4
- - - - - --
1
rn
cn Z
J �
Q Z
WO
0m
0W
Z cr-
z3
D
O Z
Q
�a
oN
Q co
W
_2
J cr
Qa
Z�
(A Q
uL q o o _�
2 u - V =
0 0 > 3
u a } u L
E- < LO E
c tl
E 6 a E r
c
C u E E- u QM ~
Oy/t x t
LE O of
d4 C ° oa d<
O to a
>� t T
o « tla E
U� >C tOQI C: -,* O
CLE c:
—
pact^ N O~ mtl v
wla
Ip`
O 33 Cj V
is r 0
av m
C" cc cm c} L� D
00 7C 7�
�tl -1d20 0c fin. c
> O d I Cie
;n it i� mr z� ac a
W U- Vi V- tl Nm O
F fl•O dN d0 d0 tl'O u
Z� 1-0 1- W K h 0 h
Az
WEO--���,�c
Hz�
a�a
V f/1
'I++ON_8 sal�o�
N N I to 2
<~ lJ I� a Y
------------ - - - - -J
n
m
c
Z W +LL
c
1
r-d ---------------
1 41 Z
�
J
co I full I
O
a
L-------- -- - - - - -J a
n Q��e
I 1
1 r I
I o l
I I
L- -- -- - - - --J ..,
e yl Z
H
F
Z
O W
� d
ZI
I Y
K
a
N
CO
� d
W `^W N
v J F CZ
lUb �> � � a � o v o
tl q E I? 4 v .b. 4 u° w0 a •i a 3 q W kr P5
/o� o < <� A
i F w �+° .0 a a n 10 Z,:
h a '444 ; a rf a O •� C O C•: c l (.r o) X04
' ° •� ` OJ 44 d C « O Q. u -` •Cl
Q. �i` C'i i i V t/) 1-1 V]
�Y o W ` w °u u `oo �� E% 1 -`c Fc� poi N jj
a a 3 h`3 alb F�
SOtl ` Ve Pp V� V a! d 24� m-\ rV0 C� `c CoC to
p�;,,c �v''O�
Q 4 dx}� v c Rtl a� w V O s= C a _' OS C a C ap 3 Oj 0 4� O W s
W �V v C Y 4 �p C tl 3 C 1 `` r tl 4u
O G Y k t vu .4 ,J �a0 wo O� r � pOV r• wv Q ! f
l�.
pp .?rte rfa J �f
vo �V •tlr Rh -4 q4 vVi y < NVti �< y Qw; �• iy G3 w tl
W Y tl �Q QC 4ctl �tlw �tl Of W '�
w V 1
l
`
VVh1`� �Ofa°p ZSC h O �' v C O
d 3CUb tUNO a
At
it VQ� C4 Q2
O Zip -At •V'S b 3K�C yy O �-f� °V �Ob
vi V
V
i ���3v Qc=a%i-��3<< c�'o' °gyp %Z-`y�"'
SRC °aro$
aoQa
=K �l�V �Vk3 �Y..7 YC •i�VO \Vi. 3�.0 va w0 K�Gju
h i v���'cYit�o g� 3:'V i cv x� i v�a�c v °taco
A Vh C V K20 N Z O Ol K btlC O C� O �. aO�: w Q4�
c o f = m \� c �m 3 .ry V N20 3 v W v w 3W No coo
Z h \ NUJ hf `. rl�
N ess@ e e e@ N h •h N v n v Of
h ` y
kv,
x A i x V M" v
q W O�n q y J
r�
11
H!--
D
V^ ■
a
0 �I
v
d
d
W
r
F >q
QI
e
v
e
v h
Q
Pd0
h
W
v
v
Q
N
V
h o
`
ti J +
' e
0
J
W 2
*ID h
zt
,I.
J
W
W
v
lk
z
V
h
d
� d O
.8
� E
d
m o v
Q W
Z J p W 4lN
oc
< r u
' as
W Z o c >->-a `Y
IL r z< e r a h d
W
N J d) v a. O Y v� �.: o
O O f = O O. Vl tl V C, ,--t cn
z 43
8 o<c ti Z i« a oo rF C a0Q F O Z 1
d Z Z d r` er W Od p <Q OU N F- Q i s
cc
%<< e V A e 4 0 0. 7 j L yp a N i
F- f a rr O � �O , $r o Z Vr J Z d
IL u e �_p -moo u. =Nm
t W r-L d « dt C3 YL W LL
.O.o W r.Vr -�VLrw v, N 0 0.
Z p C fir. LQe �L pa QCC7 C.
= p flO < MOOS <Z UK
r I V
t < )J � O y
K OC P
< c
4L
W G Y
J pJ < tlt
��j
Y W = rL
Q< Q
d of < C o
Y O is
W Z Qy
YWr�r
o O y ut
W d t .0
H
Q
r
w
Q r
O
d
W
a
� O
O �
t
r
N
t
u
Z
O
h
Z
W
O,
QI
ac
<
O
Z
r
O
d
M
d
W
IL
AL
Y
r
O
•
O
E
C3 <
L
to
v
� a
c
J
a
F
W
O
Z
O
r
O
Z
LL
6
O
O
Y
r
w
r C
O O
C
O
O +
u t
.c
0
0 -
u
0 - S
�o
r3 z
D u �
ur �
i.z u
in
7. J
N
C
haN.
r 1-
O
Owl
Z
}tl10
O��OOp:r���.YAffy
fc
r�
*
K
t
S
O
M1 N
N
♦
O
II
Z
-N
W
_�n
u,
Or
•o
C oC
C C
C N
r°
t
-
ZZzzzz
O
-N•
Y
o
yD
c
.Lw
y
3Yu
p
�' Y
u
7 �C
r
c L
uro
t
c n°
0
u
O
�o<u
Uf
L m
oil
c r—
—
L
v
r
0
t f
o.dXdo
0 o
T
Q
y r
v
~�
O O
._
•- O
Oa
>xSN
V
J�
2
d
O: N
E
C3 <
L
to
v
� a
c
J
a
F
W
O
Z
O
r
O
Z
LL
6
O
O
Y
r
w
r C
O O
C
O
O +
u t
.c
0
0 -
u
0 - S
�o
r3 z
D u �
ur �
i.z u
in
7. J
N
C
u
0
Q
W
J
Q
Z
0
V)
Z
Q
N
W
O
W
CL
C
C
p
M
a
N
W
O
S
Q
Z
N
Q
L
�
O
o
a
(L
V)
W.
M
WW
x
as
x aW
JF
OWE
W p
Q O
N Q
Z2 0
W
�
Z
0
Q
Q
O
a
+
MO
w
a
(� v)
Z
v
O
L
Z to
O
Q f-
t- p
F- m
N
O N
W D
as
•
m W
O
U
~a
J W
Oz
m Z
Q
O}
m
p 0
Z W
J Z
W
F
W
O
i
M
N
O
lil
U
W
Q
IL
o
a
(L
V)
Ay z�
x Aw a�
H 0
6
d a.o oc
fn U :!
W
�
A
�
a
+
MO
w
a
04
m N
Z
71
C9
�
3
0
•
m W
O
U
~a
J W
Oz
m Z
Q
O}
m
p 0
Z W
J Z
W
F
W
O
i
m
M
n
Z
y0�
a��
N
M
n
N
N
O
W
a
E'
w
a
A
,o
in
N
0
2
g\
V5
A64
a.—
a
a
oE. 0
< <
A
io
Ea-
W
A
�
W
�
a
w
z
J+
0
N
[l
t
t
t
e
[7
r
�Ir
f
�r
3
11 III 1111 N,
11-1r I
w
I i
w
>
I
I I
>
a----
- - - - -4
w
O
L= p=== = = ==fl=j
0
H
>== 1r=== = =,1 =9
t
Z
°` ®T
a �'+.
m
t
-------------- --------------------
L
Ln
N
O
rn
W
�j
Q
r .4
a
A
V)
5C z
o
3 m
� z
a
w�
a
z °
0.0
ac
d
°A
z
H
dc�
Z
W fn
ce
A
i
a z
,
a
04
�
z
�7tsy
3
,
a
t
Z
°` ®T
a �'+.
m
t
-------------- --------------------
L
� I
0
Z
.o
\ N
^
� � Q
a II
v
°
^ I n
0
N
m
_ n
� � I
^
N
n N1r60 IF IIMNOJ
BOJ raw
m
m
ZI
K
O
O
z
O
O
Q
b
Z
O
Q
L.Lj
J
W
W
0
U)
_W
Z
Q
J
ti
0
a
w
Q J
m
a
a
v�
w
O
Z
W
J
P
O _
e m
o
IJ
of
[a]
`o i
Z OZ
CL 0
O U
O
C]r
er
01
0
Q
•
w'
Y
m
Q
2
•
0
CL
CL
a
rlm
z
0
LA
i
X
Q
O
J
Q
Z_
W
H
z
Z)
O
0
W
J
O
CL
w
J
O
S
O
Z
Q
2
W
C�
Q
U
w
cr
3
0
Q
a
w
o X//,
W m z 1 \
Of Z Of O OU \
O
Z Z
0
C7
. v
W
CL
O
0
n
N LU
OQLr
Z W O
O N W
UV1Qf
w
m
co
Sol
L
Ln
\/\ w 02
Z mLi Li
m w L-
/�� a U
00
N z
Q
LLJ
J
Q JO
V) w
o V)
0
S >O
J F-
� Q
�e O W
N
d VI
rn
N
O
W '
CD
z
a
o
CL
d
°
0
z
z
En to
z
g�
oZ
J F0
<[-
O
o
Z
d u
•
N
J
d
z
U
�
w
z
N
y� w
6
0
Q
a
w
o X//,
W m z 1 \
Of Z Of O OU \
O
Z Z
0
C7
. v
W
CL
O
0
n
N LU
OQLr
Z W O
O N W
UV1Qf
w
m
co
Sol
L
Ln
\/\ w 02
Z mLi Li
m w L-
/�� a U
00
N z
Q
LLJ
J
Q JO
V) w
o V)
0
S >O
J F-
� Q
�e O W
N
d VI
0
Q
J �
UO
w�
wo
CL
a. D
O°
U �
0 O
X J
Q
Ln m
0
X
w
O
0
U)
rn
N
O
W '
CD
z
a
o
CL
d
d
V)
0
z
z
En to
g�
oZ
J F0
<[-
O
o
Z
d u
r-
y
N
J
d
z
�
in
z
y� w
6
0
Q
J �
UO
w�
wo
CL
a. D
O°
U �
0 O
X J
Q
Ln m
0
X
w
O
0
U)
u
J
r
w
a
a
o �
� d
e ~
N
a
N
N
CIO
N
i
-�i
oz
t�o
cn �_
w U
°o
ww
oa
zw
�3
I W
\ J
O
CY
2
6
t0
n
0
W
F-
Z
0
W
0
cn
E-
F- z En
z oz SN
a
Z
o ao c`o
EW- p < V?
J
d
Z
C.7
+ O
UU45
Li
S
0
cr o
o a
Z
O >-
J =
J �
d
S S
N
0 W
Z 0
Q J
w
J 3
I-
Of
w O
W }
V
d w_
m U
w ON
� U
O Z
J
= 3
U
Z Z
d
c U
N w
Z �
- d
d 0
Q
0 v1
w Z
w O
m~
Q
J U N
J
r;- W
N w o
CL
m
UJ �z�"
d
w 3
0r
_J
J D d
Q U Of
�I
M,
0
w
c�
Q
a
a
V)
N
M '
I
w
Q
z
3
0
1
VI. CONTRACT SPECIFICATIONS
CITY OF RENTON
APPENDIX C - TELEMETRY PANEL DETAILS
H: �DMSI ON. S\ TRANSPORTAT)DESIGN.ENGayan%outh Se— ASpaiaMAPPENDIX.dx SR900 — So. 2nd St. Traffic Signal Safety
rwr
�r
C
e
e
L
_ - - - - s sYS v Et;
A e A B cent A 6
P31-F ' Vpi wT P14-!: yy - �9N 921
�wtnD el
P3t-
P14 -G aws 912 m 0
cL P33- F IN* © z � ° ®113
r-
P34- F 4044 ® u 9t4 0 914
66111
CL °� G
®4ss > O 91s 6 0 9� SZZ,
916 © 0 2L O c1AsN
z
®4e7 _ N I 0917: a 09Z70
y
*8 A ® Q 918 W 928
o� JJJ1 i 9e� ® c ©919 O O79t9 O
JI.2 910 Te g
0 91c, ® O 9io O
TELEMETRY PANEL (006818)
L ALL PD- WIRES "LteQ To REAR OF PCED -TRAU TFRMINIALS,
LTME OHt'( JUMPEREDTEitMiNALSCOW RKAR OF PANEL) SHOWN WITM
DoTT50 LINES.
•— — — — — — — — — — — 10 TnZ CoNMrc GT — — — — — — — — — — — — —
A B A B A B
Pal- c SA9 d2
j c 101 o S l l 0 0 125 �
573
s a A P34 • c
102 P P B d q o 126 t 577 s 3 Pao A
PFi P
. -a 103 53 -H
o .513 0 COM o 127 GB #2
Pas.g
pai -s 104 o- � ;0 0 $14 0 0 128 0
H PA-H
O 105 o sY3 o Sts o Z 129 0
P54 - 14 1
106 o f o SI 6 o F PA- P 130 pq. V
D 107 0 5n1S 0 517 0 �ti PAR 131 PA-
P33 1 O o 1 - 1 0 518 0 Dix PA-Y 132 PA-AA
D 109 o sYS o SO 0 � o PA- A 133 pA • bB.
P32 a P� - cc-
1. 11 O o ' ` ' PA-1 134
D 111 0 0 521 o w PA- N 135 PA FF
psi. E o I12 o sl s 0 S22 o d PA- 136 PA-NN
Comm. TE2M#
DETECTOR TERMINATION PANEL (00 2407)
------------------------------------------ - - - - --
TELEMETRY PANEL DETAILS
04/05/2002 11:03 FAX 425 430 7376 RENTON TRANS. SE'S. T
CONTRACT
PLANS
Z 0O1
C
C
S
`t
O
N O J
o Z 4
~ `
W
W ,° W M W LJJ W W
Q Q Q I Q `LQ N
a
N r
U ..
o �
�o O o
2 �O 3�y /may N J a O
„ W ^ Q p O)
O
O J =
W cr cn
/ p I
Q U
\\ Lw Q
O_ _ +� _ _ r C _ uj
tj o s
U tJ
Z
U °
U >- m
�m
V)
U— �—
U ..
UU U C
0 0
Lij Q N
0 H m � 4 fw— Fw-
i
F- �' � 7
CU �
U
= U o o
U W U
U W O
U U Z Z p w
�I �_
,LT) a_ � O O
/ ^ w Ld
U J � P �i, `) Ld
CU U O o
U ° L J
� J
Q 3 ~
L.L S ° a W Q
U LLI W Q
V) �
O W M Q J W
r- m Ia-
Urn U
S AV NOIN3a
NV m a
s ntl atla3�
UN ntl ratld � �
U A113d
L UCU�~U UUU
AV Sll3M
Lam/ / AV SWV�IIIM s nV 113Nana Q
a� UUUU W
J
Q
U
S ntl= NtlO01 `n
sa3Hlms F+ o
au U UU N
�pR� � o v s ntl slaao►v Q � ,,._, °z
~
S Atl H1aOM11HM
Z N N N
H a ntl J )rjnuvHS
N � a
n` t
N
N
U ntl 3�l
RP \HOER P
=c�
O
I08VH 310NV U
H
s
i
s
6 l dVri uIN13U GNV `9NIMV80 ,J 1111 J0l0ns!u!w0V ••3•d UDWJGww5Z 66aJn 8, ter" NddV RVC AS NOISIA36 'ON
•�daO �s4joM7 :,!!TQrn7d / /67u!ppng /6u!uuoy is o J 3ro
'" TOT Tri T T I MJV
KL3-WS WN91S OLiN81 ,30 �ZI� s �"'a
}awlS puZ y}noS - 006 NS
a
Q
X z
W z v
o -> a
� p Q Z a �
C� Q
Z� Q �, Z� J Q Z o'
— U w Q� a� Q c�
U) X H J Q J Q
w ,,., c� a o
p p Z .� U Z ? J w
Z Q Q Z U 0_ Q U W
Z O C7 � � � �
3 wo N 3 w w vI 3
_J
Q Q W W Q
Q� } Q Q U1 N > > H
p a Q Q w
Q Z Z
� p
�Q � � J J W W O
�- cn � � a
O
Z
� N I'7 � N (D n CO � Q1
Li
uJ
0
z
~
W
N
W
2
N
H
W
LO
O
O
d
o
o
0
O
Q
J
Q
=
d
F-
V)
W
C
Q
n
0
2 °•+ �y N
W nb� W
,dbJ
Ro�55 W
W
D
Ln
Ln
Ln
Ln
N
0
N
-
O
J
J
J
J
J
J
J
CY
W
1
W
Q
j
Q
(n
Q
Z
Q
:2
Q
J Ln
�
J
J
J
w
H
Q
H
Q
H
Q
zz
O
to
Ln
N
Q
>-
Z
z
Z
Of
LLJ
a
a
tAJ
N
N
N
w
o_
Of
D
Ln
U)
m
O
w
of
�
N
:
:
:�
IL
o
w
LLJ
LLJ
F LLJ
a
)-
Ln
r
L
r
N
a-
0_
J
O
J
O
J
O
J
O
z
Q
H
H
H
f--
J
U
Z
O
0_
O
Z
O
Z
O
Z
O
Z
O
p
H
U
U
U
U
U
z
Q
N
Q
U
U_
U_
U_
J
w
Li
w
w
w
Li
L,
E
_
Ln
m
Z
0
Q
Q
Q
0_
Q
�
~
Z
cn
J
Ln
J
cn
J
in
J
0
J
N
J
cn
J
D
Z O
Q W
F—
(n
II
D Z
ui U
Q W —
J IZ U
W (n W
J �
Q
Z
N
J
N
J
m
J
N
J
N
J
N
J
N
J
O Q
6 Z-
531111Ndno 30 kwviWnS
Jo3o>>s!wwpy •3 d uowJaww�zZ 669j0
•lda0 sMIoM o!Iq ^d/6u!PII ^6/OUluuoId
•eoem•�ws
�+!°.e
addV
31V0
AB
NOISIA3a
'ON
3f0
�T T �r r7�T
J� 1�L.7 Q
i
I
o eic
mov
�rLa
ON8
1.13-t+S l`dNJIS OIi��Rll
30 �C.LI� �" tt
}aaj }S puZ yjnoS — 006 8S
&ir*A@j :—N r"ej 6%p*wnsm ws'wz 'ST9WrdMr0H&:N S-" --dSrc - Z='YObv
r < Q w
¢Inz
w
< w W a W W O V r a r
Z N Y
AZa WF �Op a�F ga =�
p-Z
�5 Z
Oro�< 0�= Vri=O ?Q ai
Z= O J 7j w g MON.
0rc �gV b a
4 0 =
� am �i u+aZZW
Jwa)� f$ Jy�NO
WFiW WF WJ <p �ml -iml Y WU�
<
A< OW Sf7N �Z� <o�
z cR0 00�
2 <
W _ � C 2 Q J a f ¢¢¢p O
w
<0 -s Air QZ < �0
Xr z V 22 ZaW Z w
WOOtJ Rv WZZWU �W< � �aJ
�w<� S.4 0 5
V7=Sm JZ Na O zw
JO W J y�V
.40 CZ N< Z Sk)O N WaZ N =wF
03a� o z oko <Z oxy� c Z X
-. :iw ZyNj " < Q`�O ZF< <�W 0 = <13 <iBaJa 092 tiyp�y��z_ i� cW�w
5r w << p O K \w W W w z a 3<
a3MJ Wow a3ao2 rcaal5 w a��c�
C4 ♦i : ¢i m
r; m
r
0
a
i
m pz o
V5 ~
t�J N
> 0 O
Q N
I
Z N D
Q
O V1
D
0
W
V) = N
a
z
O
F r
La< m
W D
I
W
K
Q.
Y
W
V
'N
ri
K Y V H
F
W
o
'd-
fit
�F
w
N
N
a
A
<
<
I z
a
�
�g
O
U
w
W
W
W
W
a
W
W
try
Z= W
A A N
w
0a
}
K
EL
� i
W
K
N
sn
D
w
w
;O
Z
Z
O
y�
�j
Ol
o
Z
m
qO
Z
z
m
N
Z
Viso
Z U
J
W
p BOW
W
W
Z
<
< 1.2
r
m
Zm�
ypU
1
z
=
o
�n
Y
U
J
«Z
O
<
A
o 0w JJ
a O
In
N
we
A !%¢
Or�
N
(N
N
r
0
a
i
m pz o
V5 ~
t�J N
> 0 O
Q N
I
Z N D
Q
O V1
D
0
W
V) = N
a
z
O
F r
La< m
W D
I
W
K
Q.
m Oi
N
O_
m N
W
J m
O �N
W
=
16,6
� N
Y
W
p
Z
'N
ri
K Y V H
�N
O
'd-
fit
W
Fa 0a
w
N
N
m Oi
N
O_
m N
W
J m
O �N
W
=
16,6
� N
0
Z
W
to
W
2
In
Li 7 to
0 O
Q'
a 0
O
O O)
O
Q
I
J =
w In
0 UQ
Ld
m
ZO a tZ
0 L0
0// \ a
yJ
\ M
IT --�—_
\ rn 00
v
NVId 1VN91S
3AV NV901 1V PUZ 'S
u3SVS WN91S DUva.i
14S PUZ 41n0S — 006
JOIoJW!u!wpy "3"d uowJaww.�VZ Maj0
•IdaO nNOM O!Ignd /bu!pl!ng/bu!uuOld
uoiNEx
ao AID " v
,L
NddV MV0 A9
: l moV
OK
z
w
w
a
w
0
0
,fir -
/T
Ln
W
Z
�m
LLJ
/
/
g
0
N
J
U ta
4I
O
O
O
N
NOISIA3N I 'ON
Liiii— SS -ddd OISNaH: .—NVdrt &Vto?sc90MS WZ'S{900ZUOBrOH&:N SwpW �9.:C-woi'w�dv
NOW
W
Zm
mm
ZO
O
=
J
V
W
Fa 0a
a
U
0
¢ m
< O
z
vz;
A
<
<
I z
a
�
�
US
vri � r
w
W
W
W
a
W
W
try
Z= W
A A N
w
0a
}
EL
K
N
V) 0
w
C
QQyy
ICIT M
0
Z
W
to
W
2
In
Li 7 to
0 O
Q'
a 0
O
O O)
O
Q
I
J =
w In
0 UQ
Ld
m
ZO a tZ
0 L0
0// \ a
yJ
\ M
IT --�—_
\ rn 00
v
NVId 1VN91S
3AV NV901 1V PUZ 'S
u3SVS WN91S DUva.i
14S PUZ 41n0S — 006
JOIoJW!u!wpy "3"d uowJaww.�VZ Maj0
•IdaO nNOM O!Ignd /bu!pl!ng/bu!uuOld
uoiNEx
ao AID " v
,L
NddV MV0 A9
: l moV
OK
z
w
w
a
w
0
0
,fir -
/T
Ln
W
Z
�m
LLJ
/
/
g
0
N
J
U ta
4I
O
O
O
N
NOISIA3N I 'ON
Liiii— SS -ddd OISNaH: .—NVdrt &Vto?sc90MS WZ'S{900ZUOBrOH&:N SwpW �9.:C-woi'w�dv
NOW
FE
c
4 o
u
o
� S
K
N
V) 0
C
�j
Ol
o
Z
z
Z
<
is x!NN
a
M1
r7N
Z
1
O
U
El
N
(N
N
I
I
-
�i%N
At O
p N
N
Y
n Y^
h
n
a��Nr»mm�mmo�Nn�v�m
0
Z
W
to
W
2
In
Li 7 to
0 O
Q'
a 0
O
O O)
O
Q
I
J =
w In
0 UQ
Ld
m
ZO a tZ
0 L0
0// \ a
yJ
\ M
IT --�—_
\ rn 00
v
NVId 1VN91S
3AV NV901 1V PUZ 'S
u3SVS WN91S DUva.i
14S PUZ 41n0S — 006
JOIoJW!u!wpy "3"d uowJaww.�VZ Maj0
•IdaO nNOM O!Ignd /bu!pl!ng/bu!uuOld
uoiNEx
ao AID " v
,L
NddV MV0 A9
: l moV
OK
z
w
w
a
w
0
0
,fir -
/T
Ln
W
Z
�m
LLJ
/
/
g
0
N
J
U ta
4I
O
O
O
N
NOISIA3N I 'ON
Liiii— SS -ddd OISNaH: .—NVdrt &Vto?sc90MS WZ'S{900ZUOBrOH&:N SwpW �9.:C-woi'w�dv
NOW
-i
IL Z N
U �
2
EW
� N
W
7daoo 0
N
or,woo
, LL,05a
Wommm�
FW Id
ZS V)ZUN
13NISd3 a33-l0aiN00
NOI1dW3 -36d
NO113313Q d001
SQtl3H 93d
SQtl3H IVN0IS
N01133130 W31SAS
103NNOM31N
S3110d
W
N
ez QV3H \p
0
z
It
w
w
cn
F-
U
o 0
� o
a o
Lo rn
Q o
I
J =
I-
w N
p I
twi Q
i
n
�v0 • 3�yj
� ✓% N
� �WW
-� N�tiO Vl
� � W
W
�0
5c U 0
20
MOVI4 ON181M �oJDJJ !U! PV -3*d uDWOWW! 660i0 �. HddV 31V0 A8 NOISIA3H 'ON
3/1`d Nd901 lb 1332i1S PuZ .S jda0 syioq ollgnd�6ulplmg�6uluuold 3f0 ®m
A13JAVS IVNJIS DWV2d 0 A,LI� orm
iaanc our uinoc _ nna vc JO
llll —S S — d d d nnwe, :N�, �+p' 16"^C900JS w¢ 'S C900LLL03f031d :N SoWW WdBYf - tooz'w w
lr rr rl� ■r w rr rr wr ■r r rr r� rr� r �r,_.�,rr���_r
a;
O
W
0
R
>
_0
0
aNaI
D
N
I
J
O ^
Z
O
II
U
W
N
W
d
u `o
T y
\
y2
>
N
O •N
W -
N
JZ
<
ZO
O
4
¢ <X
IY W
�Nm
aX
W
aa
�
U
Q
OJ
Z
E+�>
Z O
Z O
1--
W S
QiU
W S
Q. ?
m
W
w�w F
FQ�
uj In
(n O
N
u0
N
I
w
aON~
O
L
l�
a<
J
a
tifK
NNNNyIO
i
I
O
IUA
W
a
IW
I
SO
N
Ix
���I
���
I'N
�=Q
/
Q
Z
�F
y,�/�tWJ
N
^ n
N U
N
^ n
N v
N
^
N N
n^
^
N n
u
u
x
u
yZj<
u
2
J�
VIZ
JI-
NOI-
al
O^
N
W ~
Z
7 d
W
WWW
Z
[<
r
Q
w
4
Om
3°
Om
}aW
^ W W
fdil
ZJZ
N
a
O
p
QZ
ZWd
�
<
_ W
O
�Ir2
W
W
N
°
<
S
r
O
W
W
C
E
W O
< W
"
W
<va
Q
��U
j
o
0
Z
Z
O
V
4
F
S Q
I
WNW
F
S Q
W
Z<
Q
Q V O
O
0
Z
W
C 6
K
d
WT
N
d2�
Z
O
J Z1-
JJ
i
2
W�3
W
Z
F
W U
ti<< W
W U
Z Z W
a
W wW
y;j
N
}
O
O
U
50
°wI�{ N Z
j N
N m O
F
F
0
JJ
N
W
y
X
O Z O
U
4
W W
Q
W
W W
�XO{
W
0
Z -'-
m
D U �O
W
W Q
W
> z
O
W W U
Z
ZZa Z
p-
I
Z
J
<
W
m
W
W p
dW'JO
J O
C p W
dOO:
w
Q
p
O.
U
F
WO
Q Z
Z
(d/Ir
°z
�OWU
w
ydjN
H
°j
=� Z
yiI
WZO
.Z<a:
W
J
W
Q)
FI
Z
NOW
W
VI
o -Z
odor
o
- azg
d
Z
°
°
k
QOO
w
Z�
Q
<a
N�
20
<
QWW'F
W
K
U O U
�w�
O
J
O
�'
W
<
W
<
Z
W
Z
W
Z�Sp
v
J
W
3
OU�
JWV
y
0,
d
Wd WO
S°k.I
O
WL-i a<U
p
d
dw�!
f-]N
U=
C
m
J
W
W
i
C- 0
m>
O
w
i
�x
w 2
<V
Jp�O
ZNJ
a<o
J
=
ZZJ
O <
m
Iy
Q WZ
W N
Z�
UN
dN
JW�O
Zv
_UN
WWm
U
U z
(
U
O
Q
m
d
<OU
m W
Uw2
<WW
wo
NQ
<ad0
t/1
Ed NF
C
z
-
N
<
S'2
O X
��//�� F-
V I g
F
/VI5 WJ
d
F
aW >� F m
F
<
U
N a
W
Q
N<
FWZ
p
K 2
V/ W<
W N 3 W
Zd
W<
W N<
Zd
x
W
wp X U
<WWW
N
I_J
U
~
S
O
X Q
W
W�W
O VI
Li UN
W N
NZ
:3x ?N
1.
U
=
W
O
Q
W
Q
W
J
d
7 U
QW
O J d
< Qd
QO
J 1
I-.
tiFOW
<
>
aNaZ
�W
d
VI
Z
F
Y
Z Q
U
N
J
Q
N
UWQ
J J W
4
Z F
V N
Z y
N QN(Z!
Z ;Zn
N
Z ;<Q
N
?OW�'
Z
R
J H
Z
U
WN
J
<O�Q¢S
Z
p W
J ZZ
0 ZN2Z
ZIn O�
°
N
Q °
W
d
Oda
O <
o<
Q < F
<<
Z
ZZ
FF- O
<N5W
O
z
Z�00
Q .,
x
O
ti
J
�<
N
v
a
a U O
v
O
Z F O
O; O W
F
y<I�
> O
¢W¢
° 3 M(
y<
O= W W
yWy
W U
W
yS
U
Z O
O
m <
O W Z
_ j J
5 WSW
O J O
O W Z
m J
5 W
O J :in
O
�
5¢ d d
Q W
O
.1
W
U
J
Z 0
d
J
>
N
J
Op,
Fa
J
<
< UO
J
a:d�
aaal�il
zdw
a °d as
K
t ; ?W
¢
Im
'W^
�/ Q
Q
Q
Q
a
Zyxjp
< ¢
O
d
1�: m
a;
i
W
Q Z
<
x x0 O 2 Z
y= S i a d /
w
F U Z N Z Z t~ii F- K
U Q
/ W i
U
LLJ W W yS S WW W Z Z W Z d0 W I
Z O > a #� F- N (n N U W d
aW
0.
C
CL \
J I
F® B L \ QS
N W bbb999 I \
5 N• Id IMIS J040i1s!wwpy '•3'd uOWJOWWIZ 66&J0
3Ad SV4VMIM ld 133HIS PAZ •S 4da0 sm.ioM o!IQnd /6wpl!ng /6u!uuO1d
° KUMVS WNDIS OWY& NO.LNHZI AI F
WAS PuZ y;noS - 006 aS 30 uIO .,
1111- SS -ddd
MOV
Ana
� � r
is.
O
z
'- Ln
W
W
V)
F-
U
LLJ i �
0 O
0
40 o10 001 SI
W
0
R
_0
0
D
N
I
J
O ^
Z
O
II
U
W
N
W
d
u `o
T y
\
y2
>
O •N
W -
N
°E
N y
ZO
II
i
N
OW
°W
�
U
Q
OJ
E+�>
Z O
Z O
1--
�`
D D D
D
m
W
�
�
uj In
(n O
N
u0
N
I
w
I
O
cJ
A�Inn
NNNNyIO
i
I
O
a00
a
IW
I
Ix
i
W
Q Z
<
x x0 O 2 Z
y= S i a d /
w
F U Z N Z Z t~ii F- K
U Q
/ W i
U
LLJ W W yS S WW W Z Z W Z d0 W I
Z O > a #� F- N (n N U W d
aW
0.
C
CL \
J I
F® B L \ QS
N W bbb999 I \
5 N• Id IMIS J040i1s!wwpy '•3'd uOWJOWWIZ 66&J0
3Ad SV4VMIM ld 133HIS PAZ •S 4da0 sm.ioM o!IQnd /6wpl!ng /6u!uuO1d
° KUMVS WNDIS OWY& NO.LNHZI AI F
WAS PuZ y;noS - 006 aS 30 uIO .,
1111- SS -ddd
MOV
Ana
� � r
is.
O
z
'- Ln
W
W
V)
F-
U
LLJ i �
0 O
0
40 o10 001 SI
a
0
R
_0
0
N
N
I
J
O ^
Z
u
II
U
¢ > U
MN
N ^N
u `o
T y
\
y2
>
O •N
W -
N
°E
N y
<
II
i
N
Q
�
0
W
0
fN
�`
N
N
�
uj In
(n O
N
u0
N
U
Z
O
I
O
cJ
A�Inn
NNNNyIO
i
I
O
a00
Z -N
IW
I
Ix
���I
W
I'N
i
W
Q Z
<
x x0 O 2 Z
y= S i a d /
w
F U Z N Z Z t~ii F- K
U Q
/ W i
U
LLJ W W yS S WW W Z Z W Z d0 W I
Z O > a #� F- N (n N U W d
aW
0.
C
CL \
J I
F® B L \ QS
N W bbb999 I \
5 N• Id IMIS J040i1s!wwpy '•3'd uOWJOWWIZ 66&J0
3Ad SV4VMIM ld 133HIS PAZ •S 4da0 sm.ioM o!IQnd /6wpl!ng /6u!uuO1d
° KUMVS WNDIS OWY& NO.LNHZI AI F
WAS PuZ y;noS - 006 aS 30 uIO .,
1111- SS -ddd
MOV
Ana
� � r
is.
O
z
'- Ln
W
W
V)
F-
U
LLJ i �
0 O
0
40 o10 001 SI
a
0
_0
0
Q
I
u
II
u
o
T
u `o
T y
\
u
==
N
°E
N y
<
II
0
W
0
fN
�`
N
N
�
N
N
N N
N
U
Z
O
I
A�Inn
NNNNyIO
i
I
O
Q
IW
I
Ix
���I
W
/
ZZOC
R� N
N
^ n
N U
N
^ n
N v
N
^
N N
n^
^
N n
u
u
x
u
u
a^
Nn'C
-1
mnm
al
O^
i
W
Q Z
<
x x0 O 2 Z
y= S i a d /
w
F U Z N Z Z t~ii F- K
U Q
/ W i
U
LLJ W W yS S WW W Z Z W Z d0 W I
Z O > a #� F- N (n N U W d
aW
0.
C
CL \
J I
F® B L \ QS
N W bbb999 I \
5 N• Id IMIS J040i1s!wwpy '•3'd uOWJOWWIZ 66&J0
3Ad SV4VMIM ld 133HIS PAZ •S 4da0 sm.ioM o!IQnd /6wpl!ng /6u!uuO1d
° KUMVS WNDIS OWY& NO.LNHZI AI F
WAS PuZ y;noS - 006 aS 30 uIO .,
1111- SS -ddd
MOV
Ana
� � r
is.
O
z
'- Ln
W
W
V)
F-
U
LLJ i �
0 O
0
40 o10 001 SI
a
0
_0
0
Q
I
a
II
<
In
I
\
W
�0yl
\ \\
<
II
-..�
fN
�`
0
Q
i
I
I
'
W
I
/
N,
as
I �
I �
i
I �
i
I
F r
z Q
W
W
U1 0
Q
W �
2
0
Of
O
a
N
w
W
VI W
O
O
O
N
m
Q
H
W
0
addV 1 31YO 1 Aa I NOISIA3a I 'ON
--!S IKN :--N V-A1n 6- V*ZO&.-ceows a¢ 'S'CgOWuaaroad\ ;N S"." wav:c • MM 'ro+ev
`O
�� • jy� o
7 p�V O N
W
NZ
J Q� w
13NIEV3 dTTID?J1NO3
NOI1dH3 -36d
NO113300 dOO�
SQV3H Q3d
S0V3H IVNDIS
NO113313a H31SAS
1J3NN0Dd31N
N3ADd
/ a
/ a
♦ J
a
==J �Wy
IL 0 N
wq
U Z
wwF�
�Z
dzappO z
0
a.0 R U 0 V01
w0 JG
p m W �
Iy
w 2 SSSSwi 0 G
n
r
n
3
82 MH
YMOVld ONI8IM joloils!wWpV -
IQnd /6wplmg /6u!uuold 3f0
mov
AJ33dS IVNDIS SO133`d2l1
wai }S puz y}noS — 006 aS ` o AID �
llll— SS —ddd
0
Z
H
W
W
S
U
W
O O
� O
a O
!_] 0
O
Q I
J =
Q a
tt I--
w
o
w v
L, Q
a
z
VX_) w
W
O w
F V1
&V*481:• NUWAn &V- Z0WAMMS WZ'S -e9W 103rO":N SsVn uWft:C•ZOO2'►oidv
(y
J :
W
z
O
J
^ M ^ M N ^
M N Y Y V fV •- N M O
Z
W ¢
F W
6
$
W y
W
X
m
Z N
ZZ=
O
O OW
O
0
^N
iE
O Z W
U
Wm 'o
J� W
f...:
U
W
m Z¢
a
u 3
O K
FJ
0. 0
Zp
y
J
¢
V y
=
J
J
Q J U
OU
K y�
W> m K
0.
0.
y
Q 3 J
W
z
yJJ
¢ J
OZ�
QO
wO
<
S
WTM
O
Z
Vly
3 0
7 Z
W
}
Z
wm
U
O
O Z U
o=
8Z
K N C
a
a N W
V-XI
°
W 3
NNW
Res
W
J
=m
W
J
¢
SN
QWZ
Fzk'l�J
QZKI-
O
SZ2
yZ0.
O
C
N
m N
N M
O
CL a
BOO
?5w0
6 0.
F
=
?mp
°¢
zo
W z
Q
H
z
zw!
y
J
J
?
0
F
N 0. OWW
O
i W
¢
Z
W J
Q y
} p F J
O
U Z
N
~
Z Q
{ y
lF --ZmZaO
Z
WOm
O
Wjp
W¢
p6Z
OOZ0.
<FO�
O
¢5u°i
a
m
�_
WmUW
m
W
aRO
u,a�
w U
X (
W
w
O�
az?�yZ
ia
zPQ
pz��?
F
Q
O J
°aa
°—
z o
r
ay
U J N U
6aXy3j
¢ U 0 7
C
z U Y
¢am
¢�
g
N
zW
° W
=p0.
J W Z
ZFJJ
O VI Q y
Y
W y Q
Wz
J W
=
W
OVWW
WOO=
4
m H
QO
=
Z
F
OJ I- Q
O
QIU-W
QJ
Q
oz,
UWOO
0. Vj#
Z
UWm
=w
JO
W7
�y OZ
Z�<N
WW¢
y�Q
nom
Q1-
a
Z�
O
W~ y 1
�
U°= _U WZ
y V 6
J
O
om
O
Z
W
W 7
Z
Up_=
y 0 0
D O
0.
y W
O 0.
0.
Z
a W y y
O
Q m Z G
Q
J
O
0 0
W
S
yW%Z
WOU
y
m y
ZFLOUii
F
nz<.
Z O
y Q
7?y J
0
Q Q Q~ U
Q N z
W
Q N 0.
<x
Q
vi
0IrP
0
(' 5a¢ay:�
p�y>
5W¢w
>
wwXO
Slri
W
ou
C
N o_Wz
CSU�
CL ,(n
Q
VI
CCWU
0.'0.
W
0. >
¢
W
a:
O ^
tV
ri
<
h
u)
n
of of
to n m
Q
z
O
J
^ M ^ M N ^
M N Y Y V fV •- N M O
Of O
O 'N
W °
X30
W
X
m
Z N
0
Q
lli
Vi
W
Q
^N
iE
O Z W
U
w
W in
C
c o
N
�cr
a
u 3
S
W
U m
y
u
II
V y
=
m
= J O
F
O
3
¢
3
U
O y
o��
yJJ
°
O
K
K U
Y
S
Z
Q
3 0
7 Z
W
}
Z
m
y
0.
O
O Z U
J
0.
Z
Z,
W_
N
W W
J 2
O
°
m
m
Res
W
J
W
°
y
J
¢
Q Q
m
W
CD
W
N
W
J
Z
Q
. J
0.W, Q
C
N
m N
N M
O
CL a
W
a
k'
O
?mp
°¢
°
Q
H
z
JH6
y
J
J
O
¢
0
O
W W O
¢
SIT
I
I r -i
3
W
O
O
J
{ y
0.
a: w
W a
WJ
}
W
m
W¢
Mo
W
>
212
o
m
S
Q
N
w U
X (
W
J
Q
J
X2p
ww t
Q
O J
O
¢
y
2
y
W U z
O O O
Z gN
=
°
y
>QF�
¢
J
Q O O
¢
=
a
O W Q
aU
W
y
U
Q
z
J \
<Q
yJ
(W V
Z
O
S
U
Z N
J U
N
00.7
W i O
Q ?
^
r
ri
v
K y U
vi
to n m
i
/
/
1
O
Z
F r
L LJ
W
I
N
Q
O
Q
W
J
^ M ^ M N ^
M N Y Y V fV •- N M O
Of O
O 'N
W
X
m
Z N
0
W_
lli
Vi
W
Q
^N
o
u
U
w
W in
C
c o
N
N
I-
N
u 3
S
W
U
o
N
u
II
V y
=
Q
N 0
Z) Zp
U
Q
m
E
m W
K
Ln O
I
I
Q
�aJ
W
y
0.
_
-
N
G
a
N
°
i
/
/
1
O
Z
F r
L LJ
W
I
N
Q
O
Q
W
U r.
Li.l Ln
^ M ^ M N ^
M N Y Y V fV •- N M O
Of O
O 'N
W
X
m
Z N
N
N
_
W
Q
^N
o
u
u
w
W in
C
c o
¢
W
S
N
I-
N
u 3
S
W
U
o
N
u
II
V y
=
Q
N 0
a
y
y
m
n U i
E
�
_J
Ln O
I
O
LLJ
�aJ
y
0.
_
-
N
G
F
7
N
°
m
0
Z mN
3 IN
27
N
Wj
^
00 n n
¢ ^N
N
J oe
X: de
i
/
/
1
O
Z
F r
L LJ
W
I
N
Q
O
Q
W
U r.
Li.l Ln
^ M ^ M N ^
M N Y Y V fV •- N M O
Of O
~
W
z
O
X
m
E
O
W
N
=
F
W
Q
p
o
u
u
w
W in
C
c o
/
o
O
U
u 3
S
W
U
0.
Z
u
II
V y
=
y
�
a
y
y
a
E
�
_J
IF—
I
� o
LLJ
y
0.
_
-
O
G
F
7
W
UW
Vl
3 IN
27
N
N
N
N
J oe
C
N
m N
N M
^
CL a
U
°
Q
H
08
I %
Z F®
SIT
I
I r -i
ZO
O
��INN
N
N
N
EeIy
I L
U
a
i
/
/
1
O
Z
F r
L LJ
W
I
N
Q
O
Q
W
U r.
Li.l Ln
^ M ^ M N ^
M N Y Y V fV •- N M O
Of O
~
W
z
O
X
m
X
mm
O
W
i
Q
=
F
W
Q
p
m
Q
U
6
w
W in
_
TI
/
Z
U
O
U
J
Z
_O
y
W
J
U
0.
Z
Q
II
\
m lII
�
Z '
LLJ
a
a
I
�
_J
IF—
I
� o
LLJ
y
0.
_
-
O
Q W
F
7
W
J oe
CL a
I %
Z F®
SIT
I
I r -i
1
1
B
EeIy
I L
i
/
/
1
O
Z
F r
L LJ
W
I
N
w
I
co G
I
r /
21
1
/ N I
H
Z
W
m
W
V)
W
_1
n
M
}
Q
L�
O
H
2
U
r i
ml
NO
N
0
N
J W
U W
N W
O
O
O
N
Nb'ld 1dNDIS JOIDJLsiu!Wpy "Yd uoWJaWWl Main •ae� addV 31V0 kG NOISVGb 'ON
3Ad S113M ld PUZ •S 7da0 s „�oM oilgnd�6uiplmg��wuuold iz p' J 3M
ao�
A13JVS WN91S 3USY i1 0 ALI {_ ONN
AL
LID puZ y}noS — 006 NS
ll.11— SS —ddd �.��,s St900LLL�3fOMd:N senry �� aooz w+dv
N N N n N
U r.
Li.l Ln
^ M ^ M N ^
M N Y Y V fV •- N M O
Of O
K
u u ^ n
O
NMayonmoo��
0)
p
Q
ao
H
w
W in
_
TI
� I
U
La Q
II r \
\\
II
II
\
II
\
m lII
�
I
�
_J
IF—
I
� o
w
I
co G
I
r /
21
1
/ N I
H
Z
W
m
W
V)
W
_1
n
M
}
Q
L�
O
H
2
U
r i
ml
NO
N
0
N
J W
U W
N W
O
O
O
N
Nb'ld 1dNDIS JOIDJLsiu!Wpy "Yd uoWJaWWl Main •ae� addV 31V0 kG NOISVGb 'ON
3Ad S113M ld PUZ •S 7da0 s „�oM oilgnd�6uiplmg��wuuold iz p' J 3M
ao�
A13JVS WN91S 3USY i1 0 ALI {_ ONN
AL
LID puZ y}noS — 006 NS
ll.11— SS —ddd �.��,s St900LLL�3fOMd:N senry �� aooz w+dv
13NIEV3 �133-10cNiN00
N011dN3 -3ad
W
W
w
saV3H (13d
SaV3H 'IVN91S
�alin
103NND:)831N
d3AOd
ZoZM.d
m
� V
O
w
0
"W"' =
0 2
f'i
QWOO W
cFi�iZCNi
�NOOO
@
O
OwQ?UF
✓a
pQ� w
O{y1zJ
�QE
z HM
13NIEV3 �133-10cNiN00
N011dN3 -3ad
N01103130 d001
saV3H (13d
SaV3H 'IVN91S
NOI13313Q H31SAS
103NND:)831N
d3AOd
<
m
� V
O
N
f'i
@
O
✓a
m
'
N
N D
�onm
mnm
NNN
ANN
NN
—Nf'�
ebb
Nm �
m
^m O
m m
mmm
m m m
NNm
m m m
m
O�
m m
m p
m m
m m
bbmm
m m
m �
m m
ryn <b
r n
ME. n n
N t") b
n n N
1,-' n
r N b b m
r
m m m ro m
N A
Cf CI
m m m
b m
CJ
m m
r N t7 b m
r r
m m m
N
N N
m
N N m
N N
m m m
Mill l7
0 Fill.
m
m nm
0 0 0
r r
Or ym
0 0
r
O..NC]
O r
m m
m m
V
m m
O
b
N
O
m
ir,
N
K
K
O
O
Z
F- co
w
W
Z
U ..
W tr)
� r-
O O
O O
CL o
O
Q O
J =
Q
ck: N
W
W Q
0
z
F
_N W
SON
Q
N
O
In
T
M
N
O
PMOVla ONI8IM �oI JIS!u!wpy -3 d uoWaww 66aj0 •a�a em +n+s 8ddv 31Y0 AS NOISIA38 ON
3Ad S-n3M iV PUZ •S ida0 sH�oM ollgnd�6ulplmg��wuuold 1-"� ��
f aa�
Nolmazi Al3.4b5 -NNUS OUSYal 30 �C,LI� *F-
` v o►ra
122J1C DU7 mnn� _ nnc u�
1111— SS —ddd SoRW -de.C-WM'row