Loading...
HomeMy WebLinkAboutContractProject No.: TED4004007 Contract Provisions Contract No.: CAG-18-068 Award Amount: $C394,565^0 Award Date: Juiy2.20i8 Award To* Werlino construction Co. Inc. 9125 10th Ave. South Seattle, WA 98108 2018 Street Patch and Overlay with Curb Ramps . . '• \'f' * '►"! * ; ^ Volume 1 of 1 General Bid Information: Builders Exchange of Washington, Inc. (425) 258-1303 City Contact: Jayson Grant (425) 430-7400 m % ii: v;-V feri '. - • f . - rovedier Bi City of Renton >proved far Con^ifuction June 5, 2018 Date: June 22, 2018 Prepared by: Public Works Department Transportation Systems Division Renton City Hall—5th Floor 1055 South Grady Way Renton, Washington 98057 City of Renton Date: Renton © Public Works Department Transportation Division I CITY OF RENTON RENTON, WASHINGTON Contract Provisions for the 2018 Street Patch and Overlay with Curb Ramps City Project Number: TED4004007 City Contract Number: CAG-18-068 June 2018 City of Renton 1055 South Grady Way Renton, WA 98057 CITY OF RENTON 2018 Street Patch and Overlay with Curb Ramps Table of Contents VOLUME I I. CALL FOR BIDS II. INFORMATION FOR BIDDERS 1. INFORMATION AND CHECKLIST FOR BIDDERS 2. SUMMARY OF FAIR PRACTICES POLICY, CITY OF RENTON 3. SUMMARY OF AMERICANS WITH DISABILITIES ACT POLICY, CITY OF RENTON III. PROJECT PROPOSAL 1. * PROJECT PROPOSAL COVER SHEET 2. * PROPOSAL 3. * SCHEDULE OF PRICES 4. * NON-COLLUSION DECLARATION 5. * LOCAL AGENCY SUBCONTRACTOR LIST 6. * PROPOSAL FOR INCORPORATING RECYCLED MATERIALS INTO THE PROJECT 7. * CONTRACTOR CERTIFICATION, WAGE LAW COMPLIANCE - RESPONSIBILITY CRITERIA, WASHINGTON STATE PUBLIC WORKS CONTRACTS 8. * PROPOSAL SIGNATURE PAGE 9. * PROPOSAL BID BOND IV. AGREEMENT FORMS 1. v AGREEMENT 2. v CONTRACT BOND TO THE CITY OF RENTON 3. v FAIR PRACTICES POLICY AFFIDAVIT OF COMPLIANCE 4. v RETAINAGE METHOD SELECTION * Submit as part of the bid. v Submit within 10 days after Notice of Award. VI. CONTRACT SPECIFICATIONS 1. AMENDMENTS TO THE STANDARD SPECIFICATIONS 2. SPECIAL PROVISIONS APPENDICES A - MAP OF PROJECT LOCATIONS, SUMMARY OF QUANTITIES, SUMMARY OF CHANNELIZATION QUANTITIES, SUMMARY OF CONCRETE QUANTITIES B - PREVAILING HOURLY MINIMUM WAGE RATES C - STANDARD PLANS (CITY OF RENTON AND WSDOT) 2018 Street Patch and Overlay with Curb Ramps Table of Contents TED4004007 Page 1 of 1 2018 City of Renton Contract Provisions for 2018 Street Patch and Overlay with Curb Ramps I. CALL FOR BIDS CAG-18-068 CITYOFRENTON 2018 Street Patch and Overlay with Curb Ramps CALL FOR BIDS Sealed bids will be received by the City of Renton, at the City Clerk's Office, located on the 7th floor of Renton City Hall, until 12:00 PM on Wednesdav. June 20. 2018. All supplemental documents, that are allowed to be submitted after this date and time, shall be delivered to the City Clerk's Office. The bids will be opened and publicly read at 1:00 PM on Wednesday, June 20, 2018 in room #511, located on the Sth floor of Renton City Hall. Renton City Hall is located at 1055 South Grady Way, Renton, WA 98057. Approved plans, specifications, addenda, and plan holders list for this project are available on-line through Builders Exchange of Washington, Inc., at http://www.bxwa.com. Click on bxwa.com; Posted Projects; Public Works; City of Renton; Projects Bidding. (Note: Bidders are encouraged to Register as a Bidder, in order to receive automatic email notification of future addenda and to be placed on the Bidders List). Contact Builders Exchange of Washington at 425-258-1303 should you require further assistance. The City of Renton in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d to 2000d-4 and Title 49, Code of Federal Regulations, Department of Transportation, Subtitle A, Office of the Secretary, Part 21, Nondiscrlmination in Federally-Assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all bidders that it will affirmatively ensure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises as defined at 49 CFR Part 26 will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, national origin, or sex in consideration for an award. The improvement for which bids will be received is described below: Construct the 2018 Street Patch and Overlay with Curb Ramps Project. The work includes but is not limited to: excavation; grading; sawcutting; removal of pavement; removal of concrete curb, gutter and sidewalk; planing pavement; forming and placement of concrete curb, gutter, sidewalk and ADA wheelchair ramps; paving with asphalt; adjustments to utility frames, grates and covers; Installation of street channelization and induction loops; property restoration and all other work necessary to complete the Work as specified and shown In the Contract Provisions. Jasofi A. Seth, City Clerk Published: June 6,2018 and June 13,2018 2018 Street Patch and Overlay with Curb Ramps Call for Bids TED4004007 2018 city of Renton Contract Provisions for 2018 Street Patch and Overlay with Curb Ramps II. INFORMATION AND CHECKLIST FOR BIDDERS INFORMATION AND CHECKLIST FOR BIDDERS The following supplements the information in the Call for Bids: 1. Special Project Information. The Contract Documents, including Standard Specifications, and all applicable laws and regulations apply to this project. The following items particular to this project are repeated here for emphasis: a. Prevailing Wages. This project has does not include federal funding. Therefore, only State Prevailing Wages must be paid on this project. The Prevailing Wages in effect at time of Advertisement are provided in Appendix B. It is the Bidder's responsibility to obtain wage information for any work classifications that are not included. b. Map of Project Locations, Summary of Quantities and Channelization. Appendix A includes a Map of Project Locations, a summary of quantities for each street included in the scope of work and a summary of channelization requirements for each street included In the scope of work. If there is a conflict in quantities between these summaries and the Schedule of Prices, the Schedule of Prices shall govern. 2. Any prospective Bidder desiring an explanation or interpretation of the Bid Documents, shall request the explanation or interpretation In writing by the close of business five (5) business days preceding the bid opening to allow a written reply to reach all prospective Bidders before the submission of their Bids. Oral explanations, interpretations, or instructions given by anyone before the Award of Contract will not be binding on the City of Renton. 3. If a bidder has any questions regarding the project, the bidder may either: • Submit questions in writing to Renton City Hall - Transportation Systems, 1055 S Grady Way, Renton, WA 98057, Attn: Michelle Faltaous, or • Submit questions via e-mail: mailto: MFaltaous(5)Rentonwa.gov. Put "2018 Street Overlay" in the subject line No other type of inquiry will be accepted. 4. All bids must be self-explanatory. Partial bids will not be accepted. No opportunity will be offered for oral explanation except as the City of Renton may request further information on particular points. The bidder shall, upon request, furnish information to the City of Renton as to their financial and practical ability to satisfactorily perform the work. 5. The construction contract will be awarded by the City of Renton to the lowest responsible, responsive bidder. The total bid amount of all schedules combined will be used to determine the low bidder. 6. The City of Renton reserves the right to reject any and all bids or waive any and/or all informalities. 2018 Street Patch and Overlay with Curb Ramps Information and Checklist for Bidders TED4004007 Page! of 3 2018 7. Payment for this work will be made in cash warrants. 8. Bidders are not required to be in possession of a current City of Renton business license in order to bid on City projects. However, Contractors and all subcontractors of all tiers must be In possession of a current City business license while conducting work in the City. 9. Bidding Checklist Each bid must be submitted in a sealed envelope bearing on the outside the name and address of the Bidder, and the name and number of the projectfor which the bid is submitted. It is the responsibility of each bidder to ascertain if all the documents listed below and in the Table of Contents are included in their copy of the Contract Provisions. If documents are missing, it is the sole responsibility of the Bidder to contact the City of Renton to obtain the missing documents prior to the date and time that bids are due. The following documents shall be submitted with the bid. a. Project Proposal Cover Sheet - The form included in these Bid Documents must be used: no substitute will be accepted. b. Proposal - The form included in these Bid Documents must be used: no substitute will be accepted. c. Schedule of Prices - The form(s) included in these Bid Documents must be used: no substitute will be accepted. Bidders must bid on all schedules and items shown on the Schedule of Prices. If any unit price is left blank, it will be considered no charge for that bid item, regardless of what has been placed in the extension column. d. Non-Collusion Declaration - The form included in these Bid Documents must be used: no substitute will be accepted. e. Local Agency Subcontractor List - This form is available at http://wsdot.wa.gov/forms/pdfForms.html. Bidder may download, print and complete the form to include with Bid. The DOT Form, DOT Form Number and revision date must match the form included in these Bid Documents, otherwise the Bid will be considered irregular and non-responsive and the Bid will be rejected. f. Proposal for Incorporating Recycled Materials into the Project - The form Included in these Bid Documents must be used: no substitute will be accepted. g. Contractor Certification, Wage Law Compliance - Responsibility Criteria, Washington State Public Works Contracts - This form is available at http://wsdot.wa.gov/forms/pdfForms.html. Bidder may download, complete, print and sign the form to include with Bid. The DOT Form, DOT Form Number and revision date must match the form Included in these Bid Documents, otherwise the Bid will be 2018 Street Patch and Overlay with Curb Ramps Information and Checklist for Bidders TE04004007 Page 2 of 3 2018 considered irregular and non-responsive and the 8id will be rejected. h. Proposal Signature Page - The form included in these Bid Documents must be used; no substitute will be accepted. Evidence of signatory's authority to sign the Proposal on behalf of the business entity shall be submitted with the Bid. Otherwise, the submitted Bid will be considered irregular and non-responsive and the Bid will be rejected. i. Proposal Bid Bond - The form included in these Bid Documents must be used: no substitute will be accepted. If an attorney-in-fact signs bond, the power of attorney authorizing such execution must be current and enforceable, be properly executed by the Surety in accordance with the Surety's by-laws or other applicable rules and resolutions, and include all necessary corporate seals, signatures, and notaries. 10. Contract Checklist The following documents are to be executed by the successful Bidder after the Contract is awarded. a. Agreement-The form included in these Bid Documents must be used: no substitute will be accepted. Two originals shall be executed by the successful Bidder. b. Contract Bond - The form included in these Bid Documents must be used: no substitute will be accepted. Two originals shall be executed by the successful Bidder and its surety company. This bond covers successful completion of all work and payment of all laborers, subcontractors, suppliers, etc. If an attorney-in-fact signs bond, the power of attorney authorizing such execution must be current and enforceable, be properly executed by the Surety in accordance with the Surety's by-laws or other applicable rules and resolutions, and include all necessary corporate seals, signatures, and notaries. c. Fair Practices Policy Affidavit of Compliance - The form included In these Bid Documents must be used; no substitute will be accepted. d. Retalnage Method Selection - The form included in these Bid Documents must be used: no substitute will be accepted. e. Certificates of Insurance - To be executed by an insurance company acceptable to the City, on ACORD Forms. Required coverages are listed in Section 1-07.18 of the Special Provisions. The City of Renton shall be named as "Additional Insured" on the insurance policies as well as the entities listed in Section 1-07.18(2) of the Special Provisions. 2018 Street Patch and Overlay with Curb Ramps Information and Checklist for Bidders TE04004007 Page 3 of 3 2018 CITY OF RENTON SUMMARY OF FAIR PRACTICES POLICY ADOPTED BY RESOLUTION NO. ^085 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 their race; religion/creed; national origin; ancestry; sex; age over 40; sexual orientation or gender identity; pregnancy; HIV/AIDS and Hepatitis C status; use of a guide dog/service animal; marital status; parental/family status; military status; or veteran's status, or the presence of a physical, sensory, or mental 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 alt employment related activities included 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) 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 by City policy. 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, this7th day of March 20^^. CITY ^RENTON ^ Denis Law, Mayor RENTON CITY COUNCIL uncil Pr Attest: Bonnie I. Walton, City Clerk ident SEAL vr 2018 Street Patch and Overlay with Curb Ramps TED4004007 Summary of Fair Practices Policy 2018 CITYOFRENTON sxmuRfOFAii^mcAi^wimDiSABiLrnESACTPOucr ADOPTED BY RESOLUTION NO. 3007 The policy of the City of Rraton is to prcmote and afford equal treatment and service to all citizens and to assure employment opportunity to persons wi^ disabilities, the City of Renton can reasonably the disability. This policy shall be based on the principles of equal employment oppc»tunity, the Americans ^th Disabilities Act anui other ^plicable guidelines as set forth in fede^ state and local laws. All departments of the City of Renton shall adhere to the foUowing guidelines: (1) EMPLOYMENT PRACTICES - All activities relating to employment such as recruitment, selection, promotion, terminatioa and training shall be conducted in a non- discriminatory manner. Personnel decisions will be based on individual performance, staffing requiremeots, and in accordance with the Americans With Disabilities Act and otber applicable laws and regulations. (2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of Renton will cooperate folly with all organizatioos and commissions organized to promote foir practices and equal opportunity for persons with disabilities in employment and receipt of City services, activities and programs. (3) AMERICANS WITH DISABILrxiliS ACT POLICY - The City of Rentrm Amerirame With Disabilities Act Policy will be maintained to facilitate equitable representatioa within the City work force and to assure equal employment opportunity and equal access to City services, activities and programs to all pec^le wkh disabilities. It shall be the responsibility and foe duty of all City officials and employees to carry out foe policies and guidelines as set forth in tins policy (4) CONTRACTOR^' OBLIGATION - Contractcns, subccmtractors, ctmsultants and suppliers conducting business with the City of Rentcm 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 ail opeiatioaal documentatioa of the City, including bid calls, and shall be pnnninently displayed in q)pr(^riate City focilMes. CONCURRED IN by the City Council of the City of Renton, Washington, day of October 1993. RENTON RENTON CriY COUNCIL: Mayor .Attest tttts 4th G il President . . _ z City Clok 2018 Street Patch and Overlay with Curb Ramps Summary of American Disabilities Act Policy TED4004007 2018 City of Renton Contract Provisions for 2018 Street Patch and Overlay with Curb Ramps III. PROJECT PROPOSAL Project Name;2018 Street Patch and Overlay with Curb Ramps City Projert Number: City Contract Number: TED40D4007 CAG-18-068 Company: Gaiy Merlino Construction Co. Inc. Address: Telephone No. Fax No.: qia-s lOts Sooc+'v ■:kol- 'PvOL- 1C.7' to Total Bid Amount; $ .rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Seal PROPOSAL 2018 Street Patch and Overlay with Curb Ramps TO THE CITY OF RENTON RENTON, WASHINGTON Ladies and/or Gentlemen: The undersigned (Bidder) hereby certify that the Bidder has examined the location and construction details of the proposed work, has read andthoroughly understands the Contract Documents governing the work, and the nature of the work, and the method by which payment will be made for said work. Bidder hereby proposes to undertake and complete the work detailed in and in accordance with these Contract Documents, for the Total Bid Amount shown on the attached Schedule of Prices. The Bidder understands that the quantities mentioned herein are approximate only and are subject to increase or decrease, and hereby proposes to perform all quantities of work as either increased or decreased in accordance with the Contract Documents. As evidence of good fai^ pursuant to RCW 35.23.352(1), an original Bid Proposal Deposit in the form of [check one) H^bid bond, or □ cashier's check (made payable to the City of Renton), or □ postal money order (made payable to the City of Renton), in an amount equal to five percent (5%) of the Total Bid Amount, Is attached hereto. If a bid bond is signed by an attorney-in-fact, Bidderagreesthatthe power of attorney authorizing such execution must be current and enforceable, be properly executed by the Surety in accordance with the Surety's by-laws or other applicable rules and resolutions, and include all necessary corporate seals, signatures, and notaries. Bidder understands that Contract Award or Bid rejection will occur within 45 calendar davs after the opening of bids, as specified in Section 1-03.2 of the Standard Specifications. Bidder further understands that should Bidder fail to enter into this contract in accordance with his or her Bid and furnish a contract bond within a period of ten 110) davs from the date at which he or she is notified that he or she is the successful bidder, the Bid Proposal Deposit shall be forfeited to the City of Renton, as set forth in RCW 35A.40.200 and RCW 35.23.352 Bidder hereby agrees to complete the Physical Work in all respects within 45 workine davs. Contract time shall begin on the first working day following the Notice to Proceed date. 2018 Street Patch and Overlay with Curb Ramps Proposal TED4004007 2018 provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Seal SCHEDULE OF PRICES 2018 Street Patch and Overlay with Curb Ramps AU ENTRIES SHAU BE WRITTEN IN INK OR TYPED TO VAUDATE BID NOTE: Unit prices for all items, all extensions, and total amount of bid shall be shown. Enter unit prices in numerical figures only, in dollars and cents to two (2) decimal places (including whole dollar amounts). Ail figures must be clearly legible. Bids with illegible figures in the Unit Price column will be regarded as nonresponsive and rejected. Where conflict occurs between the unit price and the total amount specified for any item, the unit price shall prevail, and totals shall be corrected to conform thereto. rriM NO. ITEM DESCRIPTION SPEC SEaiON UNIT QUANTITY UNIT PRICE*EXTENSION 1 SPCC PLAN 1-07 LS.1 A coo.-/,oo<» " 2 MOBILIZATION 1-09 LS.1 / 3^, ^>00. -13^^006 " 3 PROJECT TEMPORARY TRAFFIC CONTROL 1-10 LS.1 4 FUGGERS 1-10 HR 700 i/ZyOOO~ 5 OTHER TRAFFIC CONTROL LABOR 1-10 HR 500 ■70,?^35^ ooo ' 6 UNIFORMED POLICE OFFICER 1-10 HR 80 8^ ooo" 7 SEQUENTIAL ARROW SIGN 1-10 HR 300 ■7^0' 8 PORTABLE CHANGEABLE MESSAGE SIGN 1-10 HR 300 3l? « /(O'SO" 9 REMOVING CEMENT CONG. SIDEWALK 2-02 S.Y.310 10 REMOVING CEMENT CONC CURB AND GUTTER 2-02 LF.560 3o,?S tLo, 800" 11 SAWCUTTING 2-02 LF.120 'O. -/ ,ZoG' 12 ROADWAY EXCAVATION INCL. HAUL 2-03 CY.50 12.0,5 OOD 13 CRUSHED SURFACING TOP COURSE 4-04 TON 50 160,5 7,^0 " 14 HMACL 1/2 IN. P6 64-22 5-04 TON 5,200 160.5 15 PUNING BITUMINOUS PAVEMENT - 2 INCH DEPTH 5-04 S.Y.5,400 5.5 2-7,000 " 16 PLANING BITUMINOUS PAVEMENT - 4 INCH DEPTH 5-04 S.Y.18,600 oO /50 Zoo' 2018 Street Patch and Overlay with Curb Ramps TED4004007 Schedule of Prices 2018Page 1 of 3 rrovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Seal SCHEDULE OF PRICES 2018 Street Patch and Overlay with Curb Ramps AU ENTRIES SHAU BE WRITTEN IN INK OR TYPED TO VAUDATE BID NOTE: Unit prices for all items, all extensions, and total amount of bid shall be shown. Enter unit prices in numerical figures onfy, in dollars and cents to two (2) decimal places (Including whole dollar amounts). All f^ures must t>e clearly te^ble. Bids with illegible figures in the Unit Price column will be regarded as nonresponsive and rejected. Where conflict occurs between the unit price and the total amount specified for any item, the unit price shall prevail, and totals shall be corrected to conform thereto. ITEM NO. IHM DESCRIPnON SPEC SECTION UNIT QUANTTTY UNIT PRICE*EXTENSION 17 ADJUST MANHOLE COVER 5-04 EACH 48 560.-^Z.l»,fOO ~ 18 ADJUST WATER VALVE BOX 5-04 EACH 45 19 ADJUST GAS VALVE 5-04 EACH 10 20 ADJUST MONUMENT CASE 5-04 EACH 26 -550.^2 14,30^" 21 EROSION CONTROL/WATER POLLUTION PREVENTION 8-01 EST.1 5,000.00 5,000.00 22 INLET PROTECTION 8-01 EACH 58 \60^0^-7oci " 23 STREET CLEANING 8-01 MR 200 I-70,'3 4", OOO ' 24 TOPSOILTYPEA 8-02 CY.7 25 SOD INSTALIATION 8-02 S.Y.23 Bo.^ 26 BARK OR WOOD CHIP MULCH 8-02 CY.1 \3o,-i3o " 27 aMENT CONC. TRAFFIC CURB AND GUTTER 8-04 LF.560 28 CEMENT CONC. PEDESTRIAN CURB 8-04 LF.420 ■2-3,(00' 29 RAISED PAVEMENT MARKER TYPE 1 (WHITE)8-09 EACH 330 3.^990- 30 RAISED PAVEMENT MARKER TYPE 1 (YELLOW)8-09 EACH 840 3 31 RAISED PAVEMENT MARKER TYPE 2B (BLUE/BLUE)8-09 EACH 10 15"0 ' 32 RAISED PAVEMENT MARKER TYPE 2D (YELLOW/YELLOW)8-09 EACH 100 Ufoo" 2018 Street Patch and Overlay with Curb Ramps TE04004007 Page 2 of 3 Schedule of Prices 2018 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Seal SCHEDULE OF PRICES 2018 Street Patch and Overlay with Curb Ramps AU ENTRIES SHAH BE WRITTEN IN INK OR TYPED TO VAUDATE BID NOTE: Unit prices for all items, alt extensions, and total amount of bid shall be shown. Enter unit prices in numerical figures only, in dollars and cents to two (2) decimal places (including whole dollar amounts). All figures must be clearly legible. Bkts with Illegible figures in the Unit Price column will be regarded as nonrespcnsive and rejected. Where conflict occurs between the unit price and the total amount specified for any item, the unit price shall prevail, and totals shall be corrected to conform thereto. rTEM NO. IHM DESCRIPTION SPEC SECTION UNIT QUANTTTY UNIT PRICE*EXTENSION 33 RAISED PAVEMENT MARKER TYPE 2E (WHITE ONE SIDE) 8-09 EACH 40 •ZAfO " 34 CEMENT CONG. SIDEWALK 8-14 S.Y.58 160?8,-700" 35 CEMENT CONC. CURB RAMP TYPE PARALLEL A 8-14 EACH 22 3^000.^ 36 CEMENT CONC. CURB RAMP TYPE PERPENDICULAR A 8-14 EACH 2 (j>, Sbo " 36 TYPE 3 STOP LINE LOOPS 8-20 LS.1 5,000.*^^6/OC>o' 37 PLASTIC CROSSWALK LINE 8-22 S.F.400 / 00 u?.•2:,V6o' 38 PLASTIC STOP UNE 8-22 LF.110 / 00 v>. - 39 PLASTIC TRAFFIC ARROW 8-22 EACH 12 40 PLASTIC PARAHEL PARKING SPACE MARKING 8-22 EACH 15 TOTAL BID AIMOUNT s 00 *NOTE: All applicable sales tax shall be included in the unit and lump sum bid price per section 1-07.2(1) and WAC 458-20-171. 2018 Street Patch and Overlay with Curb Ramps TED4004007 Page 3 of 3 Schedule of Prices 2018 tTovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Seal Failure to return this Declaration as part of the bid proposal package will make the bid nonresponsive and ineligible for award. NON-COLLUSION DECLARATION I, by signing the proposal, hereby declare, urxler penalty of peijury under the laws of the United States that the following statements are true and correct: 1. That the undersigned person(s}, firm, association or corporation has (have) not, either directly or indirectly, entered into any agreement, participated In any collusion, or otherwise taken any action in restraint of free competftlve bidding in connection with the project for which this proposal Is sutxnitted. 2. That by signing the signature page of this proposal, I am deemed to have signed and to have agreed to the provisions of this declaration. NOTICE TO ALL BIDDERS To report rigging activities call; 1-800-424-9071 The U.S. Department of Transportation (USDOT) operates the above toll-free 'hotline* Monday through Friday, 8:00 a.m. to 5:00 p.m., eastern time. Anyone with Knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the 'hotilne' to report such activities. The 'hotline* is part of LiSDOTs continuing effort to identify and invesilgate Nghway construction contract fraud and abuse and is operated under the cirection of the USDOT Inspector General Al information wil be treated confidentially and caller anonymity wiN be respected. SR DOT Feim ZrS-Oiei BF oraon 2018 Street Patch and Overlay with Curb Ramps TECMOCMOO? Local Agency Non-Collusion Declaration 2018 provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see Mww.bxwa.com - Always Verify Seal Local Agency Marne ^ CiKj of ,t2?K.Local Agency Subcontractor List R^pered in compliance ¥/fth RCW 39 30.060 as amended Local Agefi^ Adct-ess lOT^ *5o. Gi»rcu=lw uJdLxj To Be Submitted with the Bid Proposal R-ojoct Name I ^ ^ Dv^-ci^lcx^ i^l dcjur h p *5 Failure to list subcontractors wWi Mtiom the bidder, IT awarded the contract, will directly subcontract tor performance of the work of heating, ventilation and air conditioning, plumbing, as described in Chapter 18.106 RCW, and electrical, a* described in Chapter 19.23 RCW or naming more than one subcontractor to perform the same work will resuh in your bid being non-responsive and therefore void. SubcortractDr(s) with vvttom the bidder wfll directly sJxontract tnat are proposed to perform the work of heating, ventilation aixj air conditioning, pluTibing, as described in Chapter 18.' 06 RCW, and electrical as descrioed in Chapter 19 28 RCW must be listed below. The work tc be performed is to be listed below the sutx»ntrsctor($) hame. To the extent the Froiecf Includes one or more cataaorias of work raferancad In RCW 38.3a.0e0. and no subcontractor Is listed below to aerform such work, the bidder certlflfls that the work vtfUl etthar m ba oarfofmad bv the bidder hsidf. or flit be oarformad bv a lower bar subcontractor who will not contract directly Yrthtrn bMtftr. SuCicontractor Name Vtork to t)e Performed Subcortractor N»ne Work to t)e Perfotmed Sutxontractor Name Work to be Performed Subcontractor N^ne Work to be Performed Subcontractor Name Work to tie Performed £tjec:rtic-. •g^Uec^rrg-t CA^<-^ hJo oig- o»j • Bidder's are notfied that Is the optnon of the enforcement agency that PVC or metal condut, junction boxes, etc, are considered elecbicat eqiipcTKnl aix; tlKiebre considered part uTelectrica work, eve-i if t'le instaliatori is fcM futuie use aixS ho wiring or electrical current Is connected during the project. en DOT re«m271-»IMEF kmm« ceranz 2018 Street Patch and Overlay with Curb Ramps TED4004007 Local Agency Subcontractor List 2018 provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Seal APWA-WA Division 1 Committee rev. l/B/2016 Proposal forlrKorporating Recycled Materials Into the Project In compliance vrilh a new law that went Into effect January 1, 2016 (SHB1695), the Bidder shall propose below, the total percent of construction aggregate and concrete metedals to be incorporated into the R-oject that are recycled materials. Calculated percentages must be within the amounts allcwed in Section 9-03.21( 1 )E, Table on Maximum Allowable Percent (By Weight) of Recycled Material, of the Standard Specificaljcns. ) percent-Pr^osed total percentage: Note: Use of recycled matenafs is highly encouraged within the limits shown atx>ve. but does not constitute a Bidder Pref&ence, and will not aflSecf the determinaUon of award, unless two or more kjwest responsive Bid tetals are exactly equ^, in which case proposed recycling percentages wHI be used as a tie-lxeaker, per the APWA GSP in Section 1-03.1 of the Special Provisions. Regardless, the Bidctefs stated proposed percentages will become a goal the Contractor should do its best to accomplish. Bidders will be required to report on recycled materials actually incorporated into the Project, in accordance with the APWA GSP in Section 1-06.6 of the Special Provisions _ tRLl'A"'''''/ Bidder ua^y jyieriinjjy t^oiy>ixociiuii - " v.. ^ Signature of Authorized Offlcial: Date:s c' - 2018 Street Patch and Overlay with Curb Ramps TED4004007 Proposal Por Incorporating Recycled Materials 2018 tTovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see vfww.bxwa.com - Always Verify Seal • p /c^ S ^ ''''$";v '"ii,u WteMigton State Department of TraiMportation Contractor Certification Wage Law Compliance - Responsibility Criteria Washington State Public Works Contracts FAILURE TO RETURN THIS CERTIFICATION AS PART OF T>1E BID PROPOSAL PACKAGE WILL MAKE -mis BID NONRESPONSIVE AND INELIGIBLE FOR AWARD I hereby certify, under penalty of perjury under the laws of the State of Washington, on behalf of the firm identified below that, to the best of my knowledge and t>eilef, this firm has NOT been determined by a final and binding citation and notice of assessment issued by the Washington State Department of Labor and Industries or through a crvli judgment entered by a court of limited or general jurisdiction to have wiltfully violated, as defined in ROW 49 48 082, any provision of RCW chapt^ 49,46, 49.48, or 49.52 withir) three ,,, (3) years prior to the date of the Call for Bids. '' ^dder Nar P:v % o u S^rabjre of awhorized person rnt full legal entity name of firm Oliy/^r Print Name of person making certlficat'iore fo' firm TWe;. Title of person signing certificate n^- 0-D\t Place:to A. Print city and state wfrera slgrv»d Tern 27243C9 Oe/2017 2018 Street Patch and Overlay with Curb Rainps TEC)4004007 Contractor Certification, Wage Law Compliance - Responsibility Criteria 2018 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Seal PROPOSAL SIGNATURE PAGE By signing below, Bidder acknowledges receipt and understanding of the following Addenda to the Bid Documents: Addendum No.Date of Receipt Addendum No.Date of Receipt NOTE: A Proposal may be considered irregular and may be rejected if the receipt ofAddenda Is not acknowledged. is hereby advised that by signature of this proposal he/she is deemed to have. r\ a n.,,.. ^ and signed all certificates contained herein. Iged all requj £ I r- v;^igi^tUfe of Authorized Official] * K £ 0)\\/e.r i 1.,.. 'iPrinted Name] l/i'crg- [Title] Gary Merlino Construction Co. Inc. [Business Name] fWC. 3oLi-4k- [Address Line 1] ^3t=aubt)-ei ^ ut^A. q?JOr [Address Line 2] -goi % [Date][Telephone Number] * NOTE: Evidence of the signatory's authority to sian the Proposal on behalf of the business entity shall be submitted with the Bid. Otherwise, the submitted Bid will be considered irregular and non-responsive and the Bid will be rejected. NOTE: The address and phone number listed above will be used for all communications regarding this proposal. Type of business entity (e.g. corporation, partnership, etc.): C-or-pp ra,-b orv State of Incorporation, or State where business entity was formed: ijlWsL; 2018 Street Patch and Oveiiav with Curb Ramps TED4004007 Proposal - SigT^ature Page 2018 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.cofn - Always Verify Seal WA State Contractor's Registration # UBI# OiQ,r'tJ'rr\CiCL UOQ r"') Industrial Insurance Account # Employment Security Department # nco. 7n\ -oo 'S%H -3 5^ CD r State Excise Tax Registration # DUNS# LOP N/A The Surety Company which will furnish the required Contract Bond Is fSuretvl ' 3 fAddress Line 11 [Telephone Number] c_\ oLiy3-uoH [Address Line 2] 2018 Street Patch and Oveiiay with Curb Ramps TED4004007 Proposal - Signature Page 2018 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see ww.bxwa.cora - Always Verify Seal PROPOSAL BID BOND TO THE CITY OF RENTQN KNOW ALL MEN BY THESE PRESENTS, That we, [Bidder] Gary Merllno Construction Company, Inc. of [address] 9125 10th Avenue South. Seattle, WA 98108 as Principal, and [Surety) Travelers Casualty and Surety Company of America a corporation organized and existing under the laws of the State of Connecticut as a surety corporation, and qualified under the laws of the State of Washington to become surety upon bor^ds of contractors with municipal corporations, as Surety, are jointly and severally held and firmly bound unto the City of Renton in the full sum of five (5) percent of the total bid amount of the proposal of said Principal for the work hereinafter described, for the payment of which, well and truly to be made, we bind ourselves and our heirs, executors, administrators and assigns, and successors and assigns, jointly and severally, firmly by these presents. The condition of the bond Is such, that whereas the Principal herein is herewith submitting his/her or its sealed proposal for the following public works construction project, to wit; 2018 Street Patch and Overlay with Curb Ramos said bid and proposal, by reference thereto, being made a part hereof. NOW, THEREFORE, If the said proposal bid by said Principal be accepted, and the contract be awarded to said Principal, and If said Principal shall duly make and enter Into and execute said contract and shall furnish contract bond as required by the City of Renton within a period of ten ]10) days from and after said award, exclusive of the day of such award, then this obligation shall be null and void, otherwise it shall remain and be in full force and effect. IN THE EVENT, the Principal, following award, fails to execute an Agreement with the City of Renton in accordance with the terms of the Proposal and furnish a contract bond with Surety or Sureties approved by the City of Renton within ten (10) days from and after said award, then Principal shall forfeit the Bid Bond/Bid Proposal Deposit or Surety shall immediately pay and forfeit to the City of Renton the amount of the Proposal Bid Bond, as set forth in RCW 35A.40.200 and RCW 35.23.352. This Proposal Bid Bond shall be governed and construed by the laws of the State of Washington, and venue shall be in King County, Washington. IN TESTIMONY WHEREOF, the Principal and Surety have caused these presents to be signed and sealed this 2Q day of June 20 . 2U18 Street Patch and Overlay w th Curo Ramp<; TE04Q04007 Proposal Bid Bond to the City of Renton 2018 PRINCIPAL SURETY Gary Merlino Construction Company, Inc. (Principal), lUiHrr/ zW Officia!] f/5^ =J = O \ <^V %y >VASV#U^"^ n PriraM^rOme] Travelers Casualty and Surety Company of America (Surety) [Signature of Authcized Officia Karen C. Swanson [Printed Name] Attorney-in-Fact [Title) 6/20/2018 [Dale] 6/20/2018 IDate] Name and address of local office of Agent and/or Surety Company: Propel Insurance P. O. Box 2940 Tacoma. WA 98401 Telephone: (253) 759-2200 Surety WAOIC# Surety NAIC # IQ 31194 2018 Street Patch and O/eriay with Curb Ramps TED4004007 Proposal Bid Bond to the City of Renlon 2018 TRAVELERSJ Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Karen C. Swanson, of Tacoma, Washington, their tnje and lawful Attomey-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 3rd day of February 2017. HfvnKmiS CO MAfrtKHV, ccm.Mtt State of Connecticut City of Hartford ss. By: Robert L. Raney, Senior Vice President On this the 3rd day of February, 2017, before me personally appeared Robert L Raney. who acknowledged himself to be the Senior Vice President of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St, Paul Fire and Marine Insurance Company, and that he, as such, tteing authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal. My Commission expires the 30th day of June. 2021 C-TfT; %WyojuuL. C Mane C. Tetreault, Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, 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 Attomeys-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 vwitings 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 any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, 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; and it is FURTHER RESOLVED, that any tjond, 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 Seaetary and duty 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 Attomeys-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; and it is FURTHER RESOLVED, 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 Seaetary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Posver of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attomeys-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 on the Company in the future with respect to any bond or understanding to which it is attached. I. Kevin E. Hughes, the undersigned. Assistant Secretary of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St, Paul Fire and Marine Insurance Company, do hereby certify that the above and foregoing is a true and corned copy of the Power of Attorney executed by said Companies, which remains in full force and effect. Dated this day of III n*axKHMHMTFOK) § COHH,COW.MM. ^ ^ Kevin E, Hughes. Assistant SecSecretary To verify the authenticity of this Power of At^)mey, please call us at 1'800-421-3880, Please refer to the above-named Attomey-in-Fact and the details of the bond to which the power is attached. City of Renton Contract Provisions for 2018 Street Patch and Overlay with Curb Ramps IV. AGREEMENT FORMS % AGREEMENT CONTRACT NO. CAG-18-068 THIS AGREEMENT, made and entered into this day of by and between the CITY OF RENTON, a municipal corporation of the State of Washington, hereinafter referred to as "City" and Gary Merlino Construction Co./ Inc. . hereinafter referred to as "Contractor." WITNESSETH: That in consideration of the terms and conditions contained herein and attached and made a part of this agreement, the parties hereto covenant and agree as follows: 1. The Contractor shall do all work and furnish all tools, materials, and equipment for: 2018 Street Patch and Overlay with Curb Ramps in accordance with and as described in the attached plans and specifications, and the 2018 Standard Specifications for Road, Bridge, and Municipal Construction, as prepared by the Washington State Department of Transportation (WSDOT) and the Washington State Chapter of the American Public Works Association (APWA) which are by this reference incorporated herein and made part hereof and, shall perform any changes in the work In accord with the Contract Documents. The Contractor shall provide and bear the expense of all equipment, work and labor, of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in these Contract Documents except those items mentioned therein to be furnished by the City. 2. The City hereby promises and agrees with the Contractor to employ, and does employ the Contractor to provide the materials and to do and cause to be done the above described work and to complete and furnish the same in accord with the attached plans and specifications and the terms and conditions herein contained and hereby contracts to pay for the same according to the attached specifications and the schedule of unit or itemized prices at the time and In the manner and upon the conditions provided for in this contract The sum total of all progress payments Is not to exceed the Total Bid Amount listed in the Schedule of Prices incorporated Into this contract, unless the Total Bid Amount is amended by change order(s) prepared and executed in accordance with these Contract Documents. 3. The Contractor for himself/herself, and for his/her heirs, executors, administrators, successors, and assigns, does hereby agree to full performance of all covenants required of the Contractor In the contract. 2018 Street Patch and Overlay with Curb Ramps Agreement TED4004007 2018 4. It is further provided that no liability shall attach to the City by reason of entering into this contract, except as provided herein. 5. In the event litigation is commenced to enforce this contract, the prevailing party shall be entitled to recover Its costs. Including reasonable attorney's and expert witness fees. 6. This contract is executed in two (2) identical counterparts, by the parties, each of which shall for all purposes be deemed and original. IN WITNESS WHEREOF, the Contractor has executed this instrument, on the day and year first below written and the Mayor has caused this instrument to be executed by and in the name of the City of Renton the day and year first above written. CONTRAa CITY OF RENTON tSignature of Authorized Official] * Charlie Oliver, Vice President ITitle] Gary Merlino Construction Co.. Inc. [Business Name] Denis Law, Mayor ATTEST Jason Seth, City Clerk July 9th. 2018 (Date] • NOTE: Evidence of the signatory's authority to sign the Agreement on behalf of the business entity shall be submitted. CONTRACTOR ADDRESS FOR GIVING NOTICES 9125 10th Avenue South Seattle. WA 98108 CITY OF RENTON ADDRESS FOR GIVING NOTICES Transportation Systems Division Renton City Hall - 5^^ Floor 1055 South Grady Way Renton, wa 98057 2018 Street Patch and Overlay with Curb Ramps TED4004007 Agreement 2018 % RETAINAGE METHOD SELEaiON CONTRACT NO. CAG-18-068 Project Name: 2018 Street Patch and Overlay with Curb Ramps In accordance with Specification Section 1-09.9(1) and RCW 60.28, a sum of five percent (5%) of the monies earned by the Contractor will be retained from progress payments. The Contractor may select one of two options for the monies retained: 1. Retained in a fund by the Contracting Agency, or 2. Deposited by the Contracting Agency in an escrow (interest-bearing) account in a bank, mutual saving bank, or savings and loan association (interest on monies so retained shall be paid to the Contractor). Deposits are to be in the name of the Contracting Agency and are not to be allowed to be withdrawn without the Contracting Agency's written authorization. The Contracting Agency will issue a check representing the sum of the monies reserved, payable to the bank or trust company. Such check shall be converted into bonds and securities chosen by the Contractor as the interest accrues. Option selected by Contractor: □ Option 1 □ Option 2 tooK-d Contractor: MerIm<TC(^tmction Co. Inc. Date: Required information if Option 2 is selected; Name of bank or trust company: Address: Agent name: Agent phone number: Account Number: Contractor assumes full responsibility to pay all costs that may accrue from escrow services, brokerage charges or both, and further agrees to assume all risks in connection with the Investment of the retained percentages in securities. 2018 Street Patch and Overlay with Curb Ramps Retainage Method Selection 1804004007 2018 ki % FAIR PRACTICES AND NON-DISCRIMINATION POLICY DECLARATION I, by signing the Agreement, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: 1. That the undersigned person(s), firm, association or corporation affirms and subscribes to the Fair Practices and Non-discrimination policies set forth by the law and by City of Renton policy, adopted by Resolution No. 4085. 2. That by signing the signature page of this Agreement, I am deemed to have signed and to have agreed to the provisions of this declaration. 2018 Street Patch and Overlay with Curb Ramps TED4004D07 Fair Practices and Non-Discrimination Declaration 2018 •7- CONTRACT BOND TO THE CITY OF RENTON Bond No. J.P6940545 KNOW ALL MEN BY THESE PRESENTS, That we, [Contractor] Gary Merlino Construction Company, Inc. of [address] 9125 10th Avenue South, Seattle. WA 98108 as Principal, and [Surety] Travelers Casualty and Surety Company of America a corporation organized and existing under the laws of the State of Connecticut as a surety corporation, and qualified under the laws of the State of Washington to become surety upon bonds of contractors with municipal corporations, as Surety, are jointly and severally held and firmly bound to the City of Renton (City) in the penal sum of $ 1.394.565.00 Total Contract Amount, for the payment of which sum on demand we bind ourselves and our heirs, executors, administrators and assigns, successors and assigns, or person representatives, as the case may be. This obligation is entered into pursuant to the statutes of the State of Washington, the Ordinance of the City of Renton. Dated at Tacoma , Washington, this 9th day of Juiv , 20 . Nevertheless, the conditions of the above obligation are such that: WHEREAS, under and pursuant to Contract No. CAG-18-068 providing for construction of the 2018 Street Patch and Overlay with Curb Ramos; 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, by executing this Contract Bond, a combined Performance and Payment Bond, Surety indemnifies and holds the City, its officers, agents and assigns harmless from all claims, liabilities, causes of action, damages and costs, including property damages and personal injuries, resulting from any defect appearing or developing in the material provided or workmanship performed under the Contract AND for such payments for labor, equipment, and materials by satisfying all claims and demands incurred under the Contract, and reimbursing and paying City all expenses that City may incur in making good any default by Principal. FUTHERMORE, this Contract Bond shall be satisfied and released only upon the condition that Principal: • Faithfully performs all provisions of the Contract and changes authorized by City In the manner and within the time specified as may be extended under the Contract; • Pays all persons in accordance with RCW 39.08, 39.12 and 60.28 including all workers, laborers, mechanics, subcontractors, lower tier subcontractors, material persons, and all other persons or agents who supply labor, equipment, or materials to the Project; • Pays all taxes incurred on said contract under title 50 and 51 Revised Code of Washington (RCW) and all taxes imposed on the Principle under Title 82 RCW; • Receives a written discharge from City, signed by the Mayor or by a duly authorized representative of City. 20IS Sucel Patch and Ov-prUy with Curb Ramp-. Contract Bond to the Citv of Renton TEM004007 2018 . lit. IT i" Ir.o ; t. lottta Ajrop~eiit set' . bx'w.i . on • Alwayi Jcal No change, extension of time, alteration, or addition to the terms of the Contract or to the Work to be performed under the Contract shall in any way affect Surety's obligation on the Contract Bond. Surety hereby waives notice of any change, extension of time, alteration, or addition to the terms of the Contract or the Work, with the exception that Surety shall be notified if the Contract time is extended by more than twenty percent (20%). if any modification or change increases the total amount to be paid under the Contract, Surety's obligation under this Contract Bond shall automatically increase in a like amount. Any such increase shall not exceed twenty-five percent (25%) of the original amount of the Contract Bond without the prior written consent of Surety. This Contract Bond shall be governed and construed by the laws of the State of Washington, and venue shall be in King County, Washington. This Contract Bond shall be executed in two (2) original counterparts, and shall be signed by the parties' duly authorized officers. This Contract Bond will only be accepted if is accompanied by a fully executed and original power of attorney for the office executing on behalf of the Surety. PRINCIPAL SURETY Gary Merlino Construction Coipf^any.Jnc. fPrincipa (Signature of Authorized Official Travelers Casualty and Surety Company of America (Surety] (Signature of Authorized (Printed Name] Vgrr vTcLg "tr [Title] Karen C. Swanson [Printed Name] Attomey-in-Fact [Title] 7/9/2018 [Date] 7/9/2018 (Date) Name and address of local office of Agent and/or Surety Company: Propel Insurance P. O. Box 2940 Tacoma, WA 98401 Telephone: (253)759-2200 ZO l.t Slfeei Patch and (Xcilav W'th Curb Rampt TEOtOOaoQ? Contract Bond to the City of Renton 201S ftovidea •r.inge WA. 1:..,, roi i.saq® Corclcr iijr.s svi www. b/.wd . joni - ALw«»ys, VeiiEy TRAVELERSJ Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE Pf^SENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Karen C. Swanson, of Tacoma, Washington, their true and lawful Attomey-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, cortditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the perfonnance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings atlovred by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 3rd day of February, 2017. HMTFOrDL HARTnmOONM.CONK MM State of Connecticut City of Hartford ss. By: Robert L. Raney, Sefi^rVice President On this the 3rd day of February, 2017, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, and that he, as such, t>eing authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporatiorw by himself as a duly authorized officer. In Witness Whereof. I hereunto set my hand and official seat. My Commission expires the 30th day of June, 2021 %vryoAiut. c Mane C. Tetreault, Notary Public This Pow/er of Attomey is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, 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 Attomeys-in-Facl and Agents to act for arxl 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 any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, 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 Hied in the office of the Secretary; and it is FURTHER RESOLVED, 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 arxf 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 Attomeys-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; and it is FURTHER RESOLVED, 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 Attomey or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attomeys-in-Fact for purposes only of exeojting and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attomey or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such povs«r so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with resped to any bond or understanding to which it is attached. I, Kavin E, Hughes, the undersigned. Assistant Secretary of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, do hereby certify that the at>ove and foregoing is a true and correct copy of the Power of Attomey executed by said Companies, which remains in full force and effect. Dated this ^ dav of j^ wnvonDL CO KtflTrDfC Ml CONK KM. ^ Kevin E. Hughes, Assistartant Secretary To verify the authentidty of this Power of Attomey, please call us at l-80<h421-3880. Please refer to the above-named Attomey-in-Fact and the detalis ofthe bond to which the power is attached. RELEASE OF RETAINAGE BOND OF CONTRACTOR Bond No. 106940546 KNOW ALL MEN BY THESE PRESENTS: That we Gary Merlino Construction Company, Inc. (hereinafter called Principal), and Travelers Casualty and Surety Company of America a corporation organized and doing business under and by virtue of the laws of the state of Connecticut , and duly licensed for the purpose of making, guaranteeing or becoming sole surety upon bonds or undertakings required and authorized by the State of Washington, (hereinafter called Surety), as Surety, are held firmly bound unto City of Renton ^ (hereinafter called Obligee) in the just and fiill sum of Sixty-nine Thousand Seven Hundred Twenty-eisht And 25/lOOTHS g69,728.25 ) plus 5% of any increases in the contract amount that have occurred or may occur, due to change orders, increases in the quantities or the addition of any new item of work THE CONDITIONS OF THIS OBLIGATION ARE SUCH THAT, Whereas, the said Principal on the day of , ^0'^ entered into a written contract with tlie said obligee for 2018 Street Patch and Overlay with Curb Ramps, Contract No. CAG-18-068 which said contract is hereby referred to and made a part hereof by reference. WHEREAS, Pursuant to Chapter 60.28 RCW, tlie above named Principal has requested release of retained percentage eamed or which may be earned under said contract, and, WHEREAS, tlie obligee is willing to release retained percentage in advance of contract terms relating to payment provided the principal shall file bond to indemnify the obligee for all loss, cost or damages which the obligee may sustain by reason of payment of retainage to the principal, which bond shall be subject to all claims and liens in the same manner and same priority as apply to the retainage percentage released, or to be released, NOW, THEREFORE, the condition of this obligation is such that if the principal shall indemnify the obligee for all loss, cost or damages which the obligee may sustain by reason of payment of retained percentage to the principal tlien this obligation shall be null and void unless otherwise to remain in full force and effect. IN WITNESS WHEREOF, said principal and said Surety have caused these presents to be duly signed and sealed this 9th dav of July , 2018 . Gary Merlino C truction Comp PiincipalOluir I i<r 0 c ^\ tPrc?. Travelers Casualty and Surety Company of America By: ^ Karen C. Swanson Attomey-in-Fact TRAVELERSJ Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America. Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Karen C. Swanson, of Tacoma, Washington, their true and lawful Attomey-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 3itl day of February, 2017. WnTFORX HAfOFOK).OQHM.com.lU. state of Connecticut City of Hartford ss.Robert L. Raney, SeflfbrVice President On this the 3rd day of February, 2017, before me personally appeared Robert L. Raney, who adcnowledged himself to be the Senior Vice President of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, and that he, as such, being authorized so to do. executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal. My Commission expires the 30th day of June, 2021 m \Y\qa^ C. Mane C. Tetreault, Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St, Paul Fire and Marine Insurance Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, 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 Attomeys-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, retxrgnizances, 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 any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vic» President may delegate all or any part of the foregoing authority to one or moie 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; and it is FURTHER RESOLVED, 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 vrith the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attomeys-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 v/ritten delegation of authority; and it is FURTHER RESOLVED, 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 Attomey or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries orAttomeys-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 Attomey 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 on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned. Assistant Secretary of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attomey executed by said Companies, which remains in full force and effect. Dated this day of 3^ ea»eMitc r HAflTFORO, •< COM.com.tut. (' Kevin E. Hughes. Assistant Secretary To verify the authentidty ofthis Power of Attomey, please call us ai1-800-421-3880. Please refer to the above-named Attomey-ln-Fact and the details of the bond to which the pov/er Is attached. City of Renton Contract Provisions for 2018 Street Patch and Overlay with Curb Ramps VI. CONTRACT SPECIFICATIONS City of Renton Contract Provisions for 2018 Street Patch and Overlay with Curb Ramps Amendments to the Standard Specifications I 1 Table of Contents 2 INTRODUCTION 1 3 Section 1-02, Bid Procedures and Conditions 1 4 Section 1-03, Award and Execution of Contract 2 5 Section 1-05, Control of Work 3 6 Section 1-06, Control of Material 3 7 Section 1-07, Legal Relations and Responsibilities to the Public 5 8 Section 1-08, Prosecution and Progress 8 9 Section 1-09, Measurement and Payment 9 10 Section 2-02, Removal of Structures and Obstructions 9 11 Section 2-09, Structure Excavation 9 12 Section 3-01, Production from Quarry and Pit Sites 10 13 Section 4-04, Ballast and Crushed Surfacing 10 14 Section 5-01, Cement Concrete Pavement Rehabilitation 10 15 Section 5-04, Hot Mix Asphalt 10 16 Section 5-05, Cement Concrete Pavement 14 17 Section 6-01, General Requirements for Structures 15 18 Section 6-02, Concrete Structures 15 19 Section 6-05, Piling 19 20 Section 6-07, Painting 19 21 Section 6-08, Bituminous Surfacing on Structure Decks 19 22 Section 6-09, Modified Concrete Overlays 19 23 Section 6-10, Concrete Barrier 23 24 Section 6-11, Reinforced Concrete Walls 24 25 Section 6-12, Noise Barrier Walls 24 26 Section 6-13, Structural Earth Walls 24 27 Section 6-14, Geosynthetic Retaining Walls 24 28 Section 6-16, Soldier Pile and Soldier Pile Tieback Walls 24 29 Section 6-18, Shotcrete Facing ..25 30 Section 6-19, Shafts 25 31 Section 7-02, Culverts 25 32 Section 7-08, General Pipe Installation Requirements 26 33 Section 8-01, Erosion Control and Water Pollution Control 26 34 Section 8-02, Roadside Restoration 40 35 Section 8-04, Curbs, Gutters, and Spillways..... 40 36 Section 8-06, Cement Concrete Driveway Entrances 40 37 Section 8-07, Curbs, Gutters, and Spillways 41 2018 street Patch and Overlay with Curb Ramps Amendments to the 2018 Standard Specifications TED4004007 A (Revised 4/2/18) 2018 1 Section 8-11, Guardrail 41 2 Section 8-14, Cement Concrete Sidewalks 42 3 Section 8-16, Concrete Slope Protection 42 4 Section 8-20, Illumination, Traffic Signal Systems, Intelligent Transportation Systems, and 5 Electrical 42 6 Section 8-21, Permanent Signing 43 7 Section 9-02, Bituminous Materials 43 8 Section 9-03, Aggregates 45 9 Section 9-04, Joint and Crack Sealing Materials 47 10 Section 9-05, Drainage Structures and Culverts 48 11 Section 9-06, Structural Steel and Related Materials 48 12 Section 9-07, Reinforcing Steel ■....49 13 Section 9-08, Paints and Related Materials 49 14 Section 9-13, Riprap, Quarry Spalls, Slope Protection, and Rock for Erosion and Scour 15 Protection and Rock Walls 49 16 Section 9-14, Erosion Control and Roadside Planting 50 17 Section 9-16, Fence and Guardrail 50 18 Section 9-18, Precast Traffic Curb 51 19 Section 9-20, Concrete Patching Material, Grout, and Mortar 51 20 Section 9-21, Raised Pavement Markers (RPM) 51 21 Section 9-26, Epoxy Resins 52 22 Section 9-28, Signing Materials and Fabrication 52 23 Section 9-29, Illumination, Signal, Electrical 53 24 Section 9-34, Pavement Marking Material 57 25 26 2018 Street Patch and Overlay with Curb Ramps Amendments to the 2018 Standard Specifications TED4004007 B (Revised 4/2/18) 2018 I 1 INTR0.AP1 2 INTRODUCTION 3 The following Amendments and Special Provisions shall be used in conjunction with the 4 2018 Standard Specifications for Road, Bridge, and Municipal Construction. 5 6 AMENDMENTS TO THE STANDARD SPECIFICATIONS 7 8 The following Amendments to the Standard Specifications are made a part of this contract 9 and 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 1-02.AP1 17 Section 1-02, Bid Procedures and Conditions 18 April 2, 2018 19 20 1-02.4(1) General 21 This section is supplemented with the following: 22 23 Prospective Bidders are advised that the Contracting Agency may include a partially 24 completed Washington State Department of Ecology (Ecology) Transfer of Coverage 25 (Ecology Form ECY 020-87a) for the Construction Stormwater General Permit 26 (CSWGP) as part of the Bid Documents. When the Contracting Agency requires the 27 transfer of coverage of the CSWGP to the Contractor, an informational copy of the 28 Transfer of Coverage and the associated CSWGP will be included in the appendices. 29 As a condition of Section 1-03.3, the Contractor is required to complete sections I, III, 30 and VIII of the Transfer of Coverage and return the form to the Contracting Agency. 31 32 The Contracting Agency is responsible for compliance with the CSWGP until the end of 33 day that the Contract is executed. Beginning on the day after the Contract is executed, 34 the Contractor shall assume complete legal responsibility for compliance with the 35 CSWGP and full implementation of all conditions of the CSWGP as they apply to the 36 Contract Work. 37 38 1-02.5 Proposal Forms 39 The first sentence of the first paragraph is revised to read: 40 41 At the request of a Bidder, the Contracting Agency will provide a physical Proposal 42 Form for any project on which the Bidder is eligible to Bid. 43 44 1-02.6 Preparation of Proposal 45 Item number 1 of the second paragraph is revised to read: 46 47 1. A unit price for each item (omitting digits more than two places to the right of the 48 decimal point), 49 50 In the third sentence of the fourth paragraph, "WSDOT Form 422-031" is revised to read 51 "WSDOT Form 422-031U". 2018 Street Patch and Overlay with Curb Ramps Amendments to the 2018 Standard Specifications TED4004007 1 (Revised 4/2/18) 2018 1 2 The following is inserted after the third sentence of the fourth paragraph: 3 4 Bidders shall submit a UDBE Broker Agreement documenting the fees or commissions 5 charged by the Broker for any Broker listed on the UDBE Utilization Certification in 6 accordance with the Special Provisions. Bidders shall submit a completed UDBE 7 Trucking Credit Form for each UDBE Trucking firm listed on the UDBE Utilization 8 Certification in accordance with the Special Provisions. WSDOT Form 272-058 is 9 available for this purpose, 10 11 The following new paragraph is inserted before the last paragraph: 12 13 The Bidder shall submit with their Bid a completed Contractor Certification Wage Law 14 Compliance form (WSDOT Form 272-009). Failure to return this certification as part of 15 the Bid Proposal package will make this Bid Nonresponsive and ineligible for Award. A 16 Contractor Certification of Wage Law Compliance form is included in the Proposal 17 Forms. 18 19 1-02.13 Irregular Proposals 20 Item 1(h) is revised to read: 21 22 h. The Bidder fails to submit Underutilized Disadvantaged Business Enterprise Good 23 Faith Effort documentation, if applicable, as required in Section 1-02.6, or if the 24 documentation that is submitted fails to demonstrate that a Good Faith Effort to 25 meet the Condition of Award was made; 26 27 Item 1(1) is revised to read the following three items: 28 29 i. The Bidder fails to submit an Underutilized Disadvantaged Business Enterprise 30 Trucking Credit Form, if applicable, as required in Section 1-02.6, or if the Form 31 that is submitted fails to meet the requirements of the Special Provisions; 32 33 j. The Bidder fails to submit an Underutilized Disadvantaged Business Enterprise 34 Broker Agreement, if applicable, as required in Section 1-02.6, or if the 35 documentation that is submitted fails to demonstrate that the fee/commission is 36 reasonable as determined by the Contracting Agency; or 37 38 k. The Bid Proposal does not constitute a definite and unqualified offer to meet the 39 material terms of the Bid invitation. 40 41 1-03.AP1 42 Section 1-03, Award and Execution of Contract 43 January 2, 2018 44 45 1-03.3 Execution of Contract 46 The first paragraph is revised to read: 47 48 Within 20 calendar days after the Award date, the successful Bidder shall return the 49 signed Contracting Agency-prepared Contract, an insurance certification as required by 50 Section 1-07.18, a satisfactory bond as required by law and Section 1-03.4, the Transfer 51 of Coverage form for the Construction Stormwater General Permit with sections I, III, 2018 Street Patch and Overlay with Curb Ramps Amendments to the 2018 Standard Specifications TED4004007 2 (Revised 4/2/18) 2018 1 and VIII completed when provided, and shall be registered as a contractor in the state of 2 Washington. 3 4 1-03.5 Failure to Execute Contract 5 The first sentence is revised to read: 6 7 Failure to return the insurance certification and bond with the signed Contract as 8 required in Section 1-03.3, or failure to provide Disadvantaged, Minority or Women's 9 Business Enterprise information if required in the Contract, or failure or refusal to sign 10 the Contract, or failure to register as a contractor in the state of Washington, or failure to 11 return the completed Transfer of Coverage for the Construction Stormwater General 12 Permit to the Contracting Agency when provided shall result in forfeiture of the proposal 13 bond or deposit of this Bidder. 14 15 1-05.AP1 16 Section 1-05, Control of Work 17 April 2, 2018 18 19 1-05.9 Equipment 20 The following new paragraph is inserted before the first paragraph: 21 22 Prior to mobilizing equipment on site, the Contractor shall thoroughly remove all loose 23 dirt and vegetative debris from drive mechanisms, wheels, tires, tracks, buckets and 24 undercarriage. The Engineer will reject equipment from the site until it returns clean. 25 26 This section is supplemented with the following: 27 28 Upon completion of the Work, the Contractor shall completely remove all loose dirt and 29 vegetative debris from equipment before removing it from the job site, 30 31 1-06.AP1 32 Section 1-06, Control of Material 33 January 2, 2018 34 35 1-06.1(3) Aggregate Source Approval (ASA) Database 36 This section is supplemented with the following; 37 38 Regardless of status of the source, whether listed or not listed in the ASA database the 39 source owner may be asked to provide testing results for toxicity in accordance with 40 Section 9-03.21(1). 41 42 1-06.2(2)0 Quality Level Analysis 43 This section is supplemented with the following new subsection: 44 45 1-06.2(2)D5 Quality Level Calculation - HMA Compaction 46 The procedures for determining the quality level and pay factor for HMA compaction are 47 as follows: 48 49 1. Determine the arithmetic mean, Xm, for compaction of the lot: 50 2018 Street Patch and Overlay with Curb Ramps Amendments to the 2018 Standard Specifications TE04004007 3 (Revised 4/2/18) 2018 1 n 2 3 Where: 4 X = individual compaction test values for each sublet in the lot. 5 Xx = summation of individual compaction test values 6 n= total number test values 7 8 2. Compute the sample standard deviation, "S", for each constituent: 9 10 S = 11 12 Where: 13 1x2= summation of the squares of individual compaction test values 14 {Zx)2= summation of the individual compaction test values squared 15 16 3. Compute the lower quality index (Ql): 17 18 19 20 Where: 21 LSL= 91.5 22 23 4. Determine Pl (the percent within the lower Specification limit which 24 corresponds to a given Ql) from Table 1. For negative values of Ql, Pl is equal 25 to ICQ minus the table Pl. If the value of Ql does not correspond exactly to a 26 figure in the table, use the next higher value. 27 28 5. Determine the quality level (the total percent within Specification limits): 29 30 Quality Level = Pl 31 32 6. Using the quality level from step 5, determine the composite pay factor (CPF) 33 from Table 2. 34 35 7. If the CPF determined from step 6 is 1.00 or greater: use that CPF for the 36 compaction lot; however, the maximum HMA compaction CPF using an LSL = 37 91,5 shall be 1.05. 38 39 8. If the CPF from step 6 is not 1.00 or greater: repeat steps 3 through 6 using an 40 LSL = 91.0. The value thus determined shall be the HMA compaction CPF for 41 that lot; however, the maximum HMA compaction CPF using an LSL = 91.00 42 shall be 1.00. 43 44 1-06.2(2)04 Quality Level Calculation 45 The first paragraph (excluding the numbered list) is revised to read: 46 2018 Street Patch and Overlay with Curb Ramps Amendments to the 2018 Standard Specifications TED4004007 4 (Revised 4/2/18) 2018 1 The procedures for determining the quality level and pay factors for a material, other 2 than HMA compaction, are as follo\ws: 3 4 1-07.AP1 5 Section 1-07, Legal Relations and Responsibilities to the Public 6 April 2, 2018 7 8 1-07.5 Environmental Regulations 9 This section is supplemented with the following new subsections: 10 11 1-07.5(5) U.S. Army Corps of Engineers 12 When temporary fills are permitted, the Contractor shall remove fills in their entirety and 13 the affected areas returned to pre-construction elevations. 14 15 If a U.S. Army Corps of Engineers permit is noted in Section 1-07.6 of the Special 16 Provisions, the Contractor shall retain a copy of the permit or the verification letter (in 17 the case of a Nationwide Permit) on the worksite for the life of the Contract. The 18 Contractor shall provide copies of the permit or verification letter to all subcontractors 19 involved with the authorized work prior to their commencement of any work in waters of 20 the U.S. 21 22 1-07.5(6) U.S. Fish/Wildlife Services and National Marine Fisheries Service 23 The Contracting Agency will provide fish exclusion and handling services if the Work 24 dictates. However, if the Contractor discovers any fish stranded by the project and a 25 Contracting Agency biologist is not available, they shall immediately release the fish into 26 a flowing stream or open water. 27 28 1-07.5(1) General 29 The first sentence is deleted and replaced with the following: 30 31 No Work shall occur within areas under the jurisdiction of resource agencies unless 32 authorized in the Contract. 33 34 The third paragraph is deleted. 35 36 1-07.5(2) State Department of Fish and Wildlife 37 This section is revised to read: 38 39 In doing the Work, the Contractor shall: 40 41 1. Not degrade water in a way that would harm fish, wildlife, or their habitat. 42 43 2. Not place materials below or remove them from the ordinary high water line 44 except as may be specified in the Contract. 45 46 3. Not allow equipment to enter waters of the State except as specified in the 47 Contract. 48 49 4. Revegetate in accordance with the Plans, unless the Special Provisions permit 50 otherwise. 51 2018 Street Patch and Overlay with Curb Ramps Amendments to the 2018 Standard Specifications TED4004007 5 (Revised 4/2/18) 2018 ■.I 1 5. Prevent any fish-threatening silt buildup on the bed or bottom of any body of 2 water. 3 4 6. Ensure continuous stream flow downstream of the Work area. 5 6 7. Dispose of any project debris by removal, burning, or placement above high- 7 water flows. 8 9 8. Immediately notify the Engineer and stop all work causing impacts, if at any 10 time, as a result of project activities, fish are observed in distress or a fish kill 11 occurs. 12 13 If the Work in (1) through (3) above differs little from what the Contract requires, the 14 Contracting Agency will measure and pay for it at unit Contract prices. But if Contract 15 items do not cover those areas, the Contracting Agency will pay pursuant to Section 1- 16 09.4. Work in (4) through (8) above shall be incidental to Contract pay items. 17 18 1-07.5(3) State Department of Ecology 19 This section is revised to read; 20 21 In doing the Work, the Contractor shall: 22 23 1. Comply with Washington State Water Quality Standards. 24 25 2. Perform Work in such a manner that all materials and substances not 26 specifically identified in the Contract documents to be placed in the water do 27 not enter waters of the State, including wetlands. These include, but are not 28 limited to, petroleum products, hydraulic fluid, fresh concrete, concrete 29 wastewater, process wastewater, slurry materials and waste from shaft drilling, 30 sediments, sediment-laden water, chemicals, paint, solvents, or other toxic or 31 deleterious materials. 32 33 3. Use equipment that is free of external petroleum-based products. 34 35 4. Remove accumulations of soil and debris from drive mechanisms (wheels, 36 tracks, tires) and undercarriage of equipment prior to using equipment below 37 the ordinary high water line. 38 39 5. Clean loose dirt and debris from all materials placed below the ordinary high 40 water line. No materials shall be placed below the ordinary high water line 41 without the Engineer's concurrence. 42 43 6. When a violation of the Construction Stormwater General Permit (CSWGP) 44 occurs, immediately notify the Engineer and fill out WSDOT Form 422-011, 45 Contractor ECAP Report, and submit the form to the Engineer within 48 hours 46 of the violation. 47 48 7. Once Physical Completion has been given, prepare a Notice of Termination 49 (Ecology Form ECY 020-87) and submit the Notice of Termination 50 electronically to the Engineer in a PDF format a minimum of 7 calendar days 51 prior to submitting the Notice of Termination to Ecology. 52 2018 Street Patch and Overlay with Curb Ramps Amendments to the 2018 Standard Specifications TED4004007 6 {Revised 4/2/18) 2018 1 8. Transfer the CSWGP coverage to the Contracting Agency \when Physical 2 Completion has been given and the Engineer has determined that the project 3 site is not stabilized from erosion. 4 5 9. Submit copies of all correspondence with Ecology electronically to the 6 Engineer in a PDF format within four calendar days. 7 8 1-07.5(4) Air Quality 9 This section is revised to read; 10 11 The Contractor shall comply with all regional clean air authority and/or State 12 Department of Ecology rules and regulations. 13 14 The air quality permit process may include additional State Environment Policy Act 15 (SEPA) requirements. Contractors shall contact the appropriate regional air pollution 16 control authority well in advance of beginning Work. 17 18 When the Work includes demolition or renovation of any existing facility or structure that 19 contains Asbestos Containing Material (ACM) and/or Presumed Asbestos-Containing 20 Material (PACM), the Contractor shall comply with the National Emission Standards for 21 Hazardous Air Pollutants (NESHAP). 22 23 Any requirements included in Federal and State regulations regarding air quality that 24 applies to the "owner or operator" shall be the responsibility of the Contractor. 25 26 1-07.7(1) General 27 The first sentence of the third paragraph is revised to read: 28 29 When the Contractor moves equipment or materials on or over Structures, culverts or 30 pipes, the Contractor may operate equipment with only the load-limit restrictions in 31 Section 1-07.7(2). 32 33 The first sentence of the last paragraph is revised to read: 34 35 Unit prices shall cover all costs for operating over Structures, culverts and pipes. 36 37 1-07.9(2) Posting Notices 38 The second sentence of the first paragraph (up until the colon) is revised to read: 39 40 The Contractor shall ensure the most current edition of the following are posted: 41 42 In items 1 through 10, the revision dates are deleted. 43 44 1-07.11(2) Contractual Requirements 45 In this section, "creed" is revised to read "religion". 46 47 Item numbers 1 through 9 are revised to read 2 through 10, respectively. 48 49 After the preceding Amendment is applied, the following new item number 1 Is inserted: 50 2018 Street Patch and Overlay with Curb Ramps Amendments to the 2018 Standard Specifications TED4004007 7 (Revised 4/2/18) 2018 1 1. The Contractor shall maintain a Work site that is free of harassment, humiliation, 2 fear, hostility and intimidation at all times. Behaviors that violate this requirement 3 include but are not limited to: 4 5 a. Persistent conduct that is offensive and unwelcome. 6 7 b. Conduct that is considered to be hazing. 8 9 c. Jokes about race, gender, or sexuality that are offensive. 10 11 d. Unwelcome, unwanted, rude or offensive conduct or advances of a sexual 12 nature which interferes with a person's ability to perform their job or creates an 13 intimidating, hostile, or offensive work environment. 14 15 e. Language or conduct that is offensive, threatening, intimidating or hostile 16 based on race, gender, or sexual orientation. 17 18 f. Repeating rumors about individuals in the Work Site that are considered to be 19 harassing or harmful to the individual's reputation. 20 21 1-07.11(5) Sanctions 22 This section is supplemented with the following: 23 24 Immediately upon the Engineer's request, the Contractor shall remove from the Work 25 site any employee engaging in behaviors that promote harassment, humiliation, fear or 26 intimidation including but not limited to those described in these specifications. 27 28 1-07.11(6) Incorporation of Provisions 29 The first sentence is revised to read: 30 31 The Contractor shall include the provisions of Section 1-07.11(2) Contractual 32 Requirements (1) through (5) and the Section 1 -07.11 (5) Sanctions in every subcontract 33 including procurement of materials and leases of equipment. 34 35 1-07.18 Public Liability and Property Damage Insurance 36 Item number 1 is supplemented with the following new sentence: 37 38 This policy shall be kept in force from the execution date of the Contract until the 39 Physical Completion Date, 40 41 1-08.AP1 42 Section 1-08, Prosecution and Progress 43 January 2, 2018 44 45 1-08.5 Time for Completion 46 Item number 2 of the sixth paragraph is supplemented with the following: 47 48 f. A copy of the Notice of Termination sent to the Washington State Department of 49 Ecology (Ecology); the elapse of 30 calendar days from the date of receipt of the 50 Notice of Termination by Ecology; and no rejection of the Notice of Termination by 51 Ecology. This requirement will not apply if the Construction Stormwater General 2018 Street Patch and Overlay with Curb Ramps Amendments to the 2018 Standard Specifications TED4004007 8 (Revised 4/2/18) 2018 1 Permit is transferred back to the Contracting Agency in accordance with Section 8- 2 01.3(16). 3 4 1-08.7 Maintenance During Suspension 5 The fifth paragraph is revised to read: 6 7 The Contractor shall protect and maintain all other Work in areas not used by traffic. All 8 costs associated with protecting and maintaining such Work shall be the responsibility 9 of the Contractor. 10 11 1-09.AP1 12 Section 1-09, Measurement and Payment 13 April 2, 2018 14 15 1-09.2(2) Specific Requirements for Batching Scales 16 The last sentence of the first paragraph is revised to read: 17 18 Batching scales used for concrete or hot mix asphalt shall not be used for batching 19 other materials. 20 21 2-02.AP2 22 Section 2-02, Removal of Structures and Obstructions 23 April 2, 2018 24 25 2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters 26 In item number 3 of the first paragraph, the second sentence is revised to read: 27 28 For concrete pavement removal, a second vertical full depth relief saw cut offset 12 to 29 18 inches from and parallel to the initial saw cut is also required, unless the Engineer 30 allows othen/vise, 31 32 2-09.AP2 33 Section 2-09, Structure Excavation 34 April 2, 2018 35 36 2-09.2 Materials 37 In the first paragraph, the references to "Portland Cement" and "Aggregates for Portland 38 Cement Concrete" are revised to read: 39 40 Cement 9-01 41 Fine Aggregate for Concrete 9-03.1(2) 42 43 2-09.3(3)0 Shoring and Cofferdams 44 The first sentence of the sixth paragraph is revised to read: 45 46 Structural shoring and cofferdams shall be designed for conditions stated in this Section 47 using methods shown in Division I Section 5 of the AASHTO Standard Specifications for 48 Highway Bridges Seventeenth Edition - 2002 for allowable stress design, or the 49 AASHTO LRFD Bridge Design Specifications for load and resistance factor design. 50 2018 Street Patch and Overlay with Curb Ramps Amendments to the 2018 Standard Specifications TED4004007 9 (Revised 4/2/18) 2018 1 3-01.AP3 2 Section 3-01, Production from Quarry and Pit Sites 3 April 2, 2018 4 5 3-01.1 Description 6 The first paragraph is revised to read: 7 8 This Work shall consist of manufacturing and producing crushed and screened 9 aggregates including pit run aggregates of the kind, quality, and grading specified for 10 use in the construction of concrete, hot mix asphalt, crushed surfacing, maintenance 11 rock, ballast, gravel base, gravel backfill, gravel borrow, riprap, and bituminous surface 12 treatments of all descriptions. 13 14 4-04.AP4 15 Section 4-04, Ballast and Crushed Surfacing 16 April 2, 2018 17 18 4-04.3(5) Shaping and Compaction 19 This section is supplemented with the following new paragraph: 20 21 When using 100% Recycled Concrete Aggregate, the Contractor may submit a written 22 request to use a test point evaluation for compaction acceptance testing in lieu of 23 compacting to 95% of the standard density as determined by the requirements of 24 Section 2-03.3(14)0. The test point evaluation shall be performed in accordance with 25 SOP 738. 26 27 5-01 .AP5 28 Section 5-01, Cement Concrete Pavement Rehabilitation 29 April 2, 2018 30 31 5-01.3(4) Replace Cement Concrete Panel 32 The last sentence of the fourth to last paragraph is revised to read: 33 34 If the replacement panel is located in an area that will be ground as part of concrete 35 pavement grinding in accordance with Section 5-01.3(9), the surface smoothness shall 36 be measured, by the Contractor, in conjunction with the smoothness measurement 37 done in accordance with Section 5-01.3(10). 38 39 5-04.AP5 40 Section 5-04, Hot Mix Asphalt 41 April 2, 2018 42 43 5-04.1 Description 44 The last sentence of the first paragraph is revised to read: 45 46 The manufacture of HMA may include additives or processes that reduce the optimum 47 mixing temperature (Warm Mix Asphalt) or serve as a compaction aid in accordance 48 with these Specifications. 49 50 5-04.2 Materials 51 The reference to "Warm Mix Asphalt Additive" is revised to read "HMA Additive". 2018 Street Patch and Overlay with Curb Ramps Amendments to the 2018 Standard Specifications TED4004007 10 (Revised 4/2/18) 2018 1 2 5-04.2(1) How to Get an HMA Mix Design on the QPL 3 The last bullet in the first paragraph is revised to read: 4 5 • Do not include HMA additives that reduce the optimum mixing temperature or serve 6 as a compaction aid when developing a mix design or submitting a mix design for 7 QPL evaluation. The use of HMA additives is not part of the process for obtaining 8 approval for listing a mix design on the QPL. Refer to Section 5-04.2(2)6. 9 10 In the table, "WSDOT Standard Practice QC-8" is revised to read "WSDOT Standard 11 Practice QC-8 located in the WSDOT Materials Manual M 46-01". 12 13 5-04.2(1)C Mix Design Resubmittal for QPL Approval 14 Item number 3 of the first paragraph is revised to read: 15 16 3. Changes in modifiers used in the asphalt binder. 17 18 5-04.2(2)6 Using Warm Mix Asphalt Processes 19 This section, including title, is revised to read: 20 21 5-04.2(2)6 Using HMA Additives 22 The Contractor may, at the Contractor's discretion, elect to use additives that reduce the 23 optimum mixing temperature or serve as a compaction aid for producing HMA. Additives 24 include organic additives, chemical additives and foaming processes. The use of 25 Additives is subject to the following: 26 27 • Do not use additives that reduce the mixing temperature in accordance with 28 Section 5-04.3(6) in the production of High RAP/Any RAS mixtures. 29 30 • Before using additives, obtain the Engineer's approval using WSDOT Form 31 350-076 to describe the proposed additive and process. 32 33 5-04.3(3)A Mixing Plant 34 In item number 5 of the first paragraph, "WSDOT T 168" is revised to read "FOP for 35 AASHTOT168". 36 37 5-04.3(4) Preparation of Existing Paved Surfaces 38 The first sentence of the fourth paragraph is revised to read: 39 40 Unless otherwise allowed by the Engineer, use cationic emulsified asphalt CSS-1, CSS- 41 1 h, or Performance Graded (PG) asphalt for tack coat. 42 43 5-04.3(6) Mixing 44 The first paragraph is revised to read: 45 46 The asphalt supplier shall introduce recycling agent and anti-stripplng additive, in the 47 amount designated on the QPL for the mix design, into the asphalt binder prior to 48 shipment to the asphalt mixing plant, 49 50 The seventh paragraph is revised to read: 51 2018 Street Patch and Overlay with Curb Ramps Amendments to the 2018 Standard Specifications TED4004007 11 (Revised 4/2/18} 2018 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 34 35 36 37 38 39 40 41 42 43 44 45 Upon discharge from the mixer, ensure that the temperature of the HMA does not exceed the optimum mixing temperature shown on the accepted Mix Design Report by more than 25°F, or as allowed by the Engineer. When an additive is included in the manufacture of HMA, do not heat the additive (at any stage of production including in binder storage tanks) to a temperature higher than the maximum recommended by the manufacturer of the additive. 5-04.3(7) Spreading and Finishing The last row of the table is revised to read: Va inch 0.25 feet 0.30 feet 5-04.3(8) Aggregate Acceptance Prior to Incorporation in HMA The following new paragraph is inserted after the first paragraph: The Contracting Agency's combined aggregate bulk specific gravity (Gsb) blend as shown on the HMA Mix Design will be used forVMA calculations until the Contractor submits a written request for a Gsb test. The new Gsb will be used in the VMA calculations for HMA from the date the Engineer receives the written request for a Gsb retest. The Contractor may request aggregate specific gravity (Gsb) testing be performed by the Contracting Agency twice per project. The Gsb blend of the combined stockpiles will be used to calculate voids in mineral aggregate (VMA) of any HMA produced after the new Gsb is determined. 5-04.3(9)A1 Test Section - When Required, When to Stop The following new row is inserted after the second row in Table 9: VMA Minimum PFi of 0.95 None'* based on the criteria in Section 5-04.3(9)842 5-04.3(9)A2 Test Section - Evaluating the HMA Mixture in a Test Section In Table 9a, the test property "Gradation, Asphalt Binder, and Va" is revised to read "Gradation, Asphalt Binder, VMA, and Va" 5-04.3(9)B3 Mixture Statistical Evaluation - Acceptance Testing In Table 11, "Va" is revised to read "VMA and Va" 5-04.3(9)65 Mixture Statistical Evaluation - Composite Pay Factors (CPF) The following new row Is inserted above the last row in Table 12: Voids in Mineral Aggregate 2 (VMA) 5-04.3(9)87 Mixture Statistical Evaluation - Retests The second to last sentence is revised to read: The sample will be tested for a complete gradation analysis, asphalt binder content, VMA and Va, and the results of the retest will be used for the acceptance of the HMA mixture in place of the original mixture sublot sample test results. 2018 Street Patch and Overlay with Curb Ramps TED4004007 Amendments to the 2018 Standard Specifications 12 (Revised 4/2/18) 2018 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 34 35 36 37 38 39 40 41 42 43 5-04.3(10)C1 HMA Compaction Statistical Evaluation - Lots and Sublots The bulleted item in the fourth paragraph is revised to read: • For a compaction lot in progress with a compaction CPF less than 0.75 using an LSL = 91.0, a new compaction lot will begin at the Contractor's request after the Engineer is satisfied that material conforming to the Specifications can be produced. See also Section 5-04.3(11)F. 5-04.3(10)02 HMA Compaction Statistical Evaluation - Acceptance Testing In the table, "WSDOT FOP for AASHTO T 355" is revised to read "FOP for AASHTO T 355". 5-04.3(10)03 HMA Statistical Compaction - Price Adjustments In the first paragraph, "WSDOT FOP for AASHTO T 355" is revised to read "FOP for AASHTO T 355". The first sentence in the second paragraph is revised to read: For each HMA compaction lot (that is accepted by Statistical Evaluation) which does not meet the criteria in the preceding paragraph, the compaction lot shall be evaluated in accordance with Section 1-06.2(2)05 to determine the appropriate Composite Pay Factor (CPF). The last two paragraphs are revised to read: Determine the Compaction Price Adjustment (CPA) from the table below, selecting the equation for CPA that corresponds to the value of CPF determined above. Calculatinq HMA Compaction Price Adjustment (CPA) Value of CPF Equation for Calculating CPA When CPF > 1.00 CPA = [0.80 X (CPF - 1.00)] X Q X UP When CPF = 1.00 CPA = $0 When CPF < 1.0 CPA = [0.40 X (CPF - 1.00)1 X Q X UP Where CPA = Compaction Price Adjustment for the compaction lot ($) CPF = Composite Pay Factor for the compaction lot (maximum is 1.05) Q = Quantity in the compaction lot (tons) UP = Unit price of the HMA in the compaction lot ($/ton) 5-04.3(13) Surface Smoothness The second to last paragraph is revised to read: When concrete pavement is to be placed on HMA, the surface tolerance of the HMA shall be such that no surface elevation lies above the Plan grade minus the specified Plan depth of concrete pavement. Prior to placing the concrete pavement, bring any such irregularities to the required tolerance by grinding or other means allowed by the Engineer. 2018 Street Patch and Overlay with Curb Ramps TED4004007 Amendments to the 2018 Standard Specifications 13 (Revised 4/2/18) 2018 1 5-04.5 Payment 2 The paragraph following the Bid item "Crack Sealing-LF", per linear foot is revised to read: 3 4 The unit Contract price per linear foot for "Crack Sealing-LF" shall be full payment for all 5 costs incurred to perform the Work described in Section 5-04.3(4)A. 6 7 5~05.AP5 8 Section 5-05, Cement Concrete Pavement 9 April 2, 2018 10 11 5-05.1 Description 12 In the first paragraph, "portland cement concrete" is revised to read "cement concrete". 13 14 5-05.2 Materials 15 In the first paragraph, the reference to "Portland Cement" is revised to read: 16 17 Cement 9-01 18 19 5-05.3(1) Concrete Mix Design for Paving 20 The table title in item number 4 is revised to read Concrete Batch Weights. 21 22 In Item 4a, "Portland Cement" is revised to read "Cement". 23 24 5-05.3(4) Measuring and Batching Materials 25 Item number 2 is revised to read: 26 27 2. Batching Materials - On all projects requiring more than 2,500 cubic yards of 28 concrete for paving, the batching plant shall be equipped to proportion aggregates 29 and cement by weight by means of automatic and interlocked proportioning devices 30 of accepted type. 31 32 5-05.3(4)A Acceptance of Portland Cement Concrete Pavement 33 34 This section's title is revised to read: 35 36 Acceptance of Portland Cement or Blended Hydraulic Cement Concrete Pavement 37 38 The first sentence is revised to read: 39 40 Acceptance of portland cement or blended hydraulic cement concrete pavement shall 41 be as provided under statistical or nonstatistical acceptance. 42 43 5-05.4 Measurement 44 The last paragraph is revised to read: 45 46 The calculation for cement concrete compliance adjustment is the volume of concrete 47 represented by the CPF and the Thickness deficiency adjustment. 48 49 5-05.5 Payment 50 The bid item "Portland Cement Concrete Compliance Adjustment", by calculation, and the 51 paragraph following this bid item are revised to read: 2018 Street Patch and Overlay with Curb Ramps Amendments to the 2018 Standard Specifications TED4004007 14 (Revised 4/2/18) 2018 2 "Cement Concrete Compliance Adjustment", by calculation. 3 4 Payment for "Cement Concrete Compliance Adjustment" will be calculated by 5 multiplying the unit Contract price for the cement concrete pavement, times the volume 6 for adjustment, times the percent of adjustment determined from the calculated CPF 7 and the Deficiency Adjustment listed in Section 5-05.5(1 )A. 8 9 6-01.AP6 10 Section 6-01, General Requirements for Structures 11 January 2, 2018 12 13 6-01.10 Utilities Supported by or Attached to Bridges 14 In the third paragraph, "Federal Standard 595" is revised to read "SAE AMS Standard 595". 15 16 6-01.12 Final Cleanup 17 The second paragraph is deleted. 18 19 6-02.AP6 20 Section 6-02, Concrete Structures 21 April 2, 2018 22 23 6-02.1 Description 24 The first sentence is revised to read: 25 26 This Work consists of the construction of all Structures (and their parts) made of 27 Portland cement or blended hydraulic cement concrete with or without reinforcement, 28 including bridge approach slabs. 29 30 6-02.2 Materials 31 In the fi rst paragraph, the references to "Portland Cement" and "Aggregates for Portland 32 Cement Concrete" are revised to read: 33 34 Cement 9-01 35 Aggregates for Concrete 9-03.1 36 37 6-02.3(2) Proportioning Materials 38 The second paragraph is revised to read: 39 40 Unless otherwise specified, the Contractor shall use Type I or II portland cement or 41 blended hydraulic cement in all concrete as defined in Section 9-01.2(1). 42 43 6-02.3(2)A Contractor Mix Design 44 The last sentence of the last paragraph is revised to read: 45 46 For all other concrete, air content shall be a minimum of 4.5 percent and a maximum of 47 7.5 percent for all concrete placed above the finished ground line unless noted 48 otherwise. 49 50 6-02.3(2)A1 Contractor Mix Design for Concrete Class 4000D 51 Item number 5 of the first paragraph is deleted. 2018 Street Patch and Overlay with Curb Ramps Amendments to the 2018 Standard Specifications TED4004007 15 (Revised 4/2/18) 2018 1 2 Item number 6 of the first paragraph (after the preceding Amendment is applied) is 3 renumbered to 5. 4 5 6-02.3(2)B Commercial Concrete 6 The second paragraph is revised to read: 7 8 Where concrete Class 3000 is specified for items such as, culvert headwalls, plugging 9 culverts, concrete pipe collars, pipe anchors, monument cases. Type PPB, PS, I, FB 10 and RM signal standards, pedestals, cabinet bases, guardrail anchors, fence post 11 footings, sidewalks, concrete curbs, curbs and gutters, and gutters, the Contractor may 12 use commercial concrete. If commercial concrete is used for sidewalks, concrete curbs, 13 curbs and gutters, and gutters, it shall have a minimum cementitious material content of 14 564 pounds per cubic yard of concrete, shall be air entrained, and the tolerances of 15 Section 6-02.3(5)C shall apply. 16 17 6-02.3(4)D Temperature and Time For Placement 18 The following is inserted after the first sentence of the first paragraph: 19 20 The upper temperature limit for placement for Class 4000D concrete may be increased 21 to a maximum of 80°F if allowed by the Engineer. 22 23 6-02.3(5)0 Conformance to Mix Design 24 Item number 1 of the second paragraph is revised to read: 25 26 1. Cement weight plus 5 percent or minus 1 percent of that specified in the 27 mix design. 28 29 6-02.3(6)A1 Hot Weather Protection 30 The first paragraph is revised to read: 31 32 The Contractor shall provide concrete within the specified temperature limits. Cooling of 33 the coarse aggregate piles by sprinkling with water is permitted provided the moisture 34 content is monitored, the mixing water is adjusted for the free water in the aggregate 35 and the coarse aggregate is removed from at least 1 foot above the bottom of the pile. 36 Sprinkling of fine aggregate piles with water is not allowed. Refrigerating mixing water or 37 replacing all or part of the mixing water with crushed ice is permitted, provided the ice is 38 completely melted by placing time. 39 40 The second sentence of the second paragraph is revised to read: 41 42 These surfaces include forms, reinforcing steel, steel beam flanges, and any others that 43 touch the concrete. 44 45 6-02.3(10)04 Monitoring Bridge Deck Concrete Temperature After Placement 46 This section, including title, is revised to read: 47 48 6-02.3(10)04 Vacant 49 50 6-02.3(10)05 Bridge Deck Concrete Finishing and Texturing 51 In the third subparagraph of the first paragraph, the last sentence is revised to read: 52 2018 Street Patch and Overlay vi/ith Curb Ramps Amendments to the 2018 Standard Specifications TED4004007 16 {Revised 4/2/18) 2018 1 The Contractor shall texture the bridge deck surface to within 3-inches minimum and 2 24-inches maximum of the edge of concrete at expansion joints, within 1-foot minimum 3 and 2-feet maximum of the curb line, and within 3-inches minimum and 9-inches 4 maximum of the perimeter of bridge drain assemblies. 5 6 6-02.3(10)F Bridge Approach Slab Orientation and Anchors 7 The last paragraph is deleted. 8 9 6-02.3(13)A Strip Seal Expansion Joint System 10 In item number 3 of the third paragraph, "Federal Standard 595" is revised to read "SAE 11 AMS Standard 595". 12 13 6-02.3(23) Opening to Traffic 14 This section is supplemented with the following new paragraph: 15 16 After curing bridge approach slabs in accordance with Section 6-02.3(11), the 17 bridge approach slabs may be opened to traffic when a minimum compressive strength 18 of 2,500 psi is achieved. 19 20 6-02.3(24)0 Placing and Fastening 21 The fourth sentence of the second paragraph is revised to read: 22 23 All epoxy-coated bars in the top mat of the bridge deck shall be tied at all intersections, 24 however they may be tied at alternate intersections when spacing is less than 1 foot in 25 each direction and they are supported by continuous supports meeting all other 26 requirements of supports for epoxy-coated bars, 27 28 The sixth paragraph (excluding the numbered list) is revised to read: 29 30 Precast concrete supports (or other accepted devices) shall be used to maintain the 31 concrete coverage required by the Plans. The precast concrete supports shall: 32 33 Item number 2 of the sixth paragraph is revised to read: 34 35 2. Have a compressive strength equal to or greater than that of the concrete in which 36 they are embedded. 37 38 The first sentence of the seventh paragraph is revised to read: 39 40 In slabs, each precast concrete support shall have either: (1) a grooved top that will hold 41 the reinforcing bar in place, or (2) an embedded wire that protrudes and is tied to the 42 reinforcing steel. 43 44 The eighth paragraph is revised to read: 45 46 Precast concrete supports may be accepted based on a Manufacturer's Certificate of 47 Compliance. 48 49 The ninth paragraph (excluding the numbered list) is revised to read: 50 2018 Street Patch and Overlay with Curb Ramps Amendments to the 2018 Standard Specifications TED40040Q7 17 (Revised 4/2/18) 2018 1 In lieu of precast concrete supports, the Contractor may use metal or all-plastic supports 2 to hold uncoated bars. Any surface of a metal support that will not be covered by at 3 least >2 inch of concrete shall be one of the following: 4 5 The tenth paragraph is revised to read: 6 7 In lieu of precast concrete supports, epoxy-coated reinforcing bars may be supported by 8 one of the following: 9 10 1. Metal supports coated entirely with a dielectric material such as epoxy or 11 plastic, 12 13 2. Other epoxy-coated reinforcing bars, or 14 15 3. All-plastic supports. 16 17 The following new paragraph is inserted after the tenth paragraph: 18 19 Damaged coatings on metal bar supports shall be repaired prior to placing concrete. 20 21 The twelfth paragraph (after the preceding Amendment is applied) is revised to read: 22 23 All-plastic supports shall be lightweight, non-porous, and chemically inert in concrete. 24 All-plastic supports shall have rounded seatings, shall not deform under load during 25 normal temperatures, and shall not shatter or crack under impact loading in cold 26 weather. All-plastic supports shall be placed at spacings greater than 1 foot along the 27 bar and shall have at least 25 percent of their gross place area perforated to 28 compensate for the difference in the coefficient of thermal expansion between plastic 29 and concrete. The shape and configuration of all-plastic supports shall permit complete 30 concrete consolidation in and around the support. 31 32 The thirteenth paragraph (after the preceding Amendment is applied) is revised to read: 33 34 A "mat" is two adjacent and perpendicular layers of reinforcing steel. In bridge decks, 35 top and bottom mats shall be supported adequately enough to hold both in their proper 36 positions. If bar supports directly support, or are directly supported on No. 4 bars, they 37 shall be spaced at not more than 3-foot intervals (or not more than 4-foot intervals for 38 bars No. 5 and larger). Wire ties to girder stirrups shall not be considered as supports. 39 To provide a rigid mat, the Contractor shall add other supports and tie wires to the top 40 mat as needed. 41 42 6-02.3(27) Concrete for Precast Units 43 The last sentence of the first paragraph is revised to read: 44 45 Type III portland cement or blended hydraulic cement is permitted to be used in precast 46 concrete units. 47 48 6-02.3(28)B Curing 49 In the second paragraph, the reference to Section 6-02.3(25)6 is revised to read Section 6- 50 02.3(25)0. 51 2018 Street Patch and Overlay with Curb Ramps Amendments to the 2018 Standard Specifications TED4004007 18 (Revised 4/2/18) 2018 1 6-02.3(28)0 Contractors Control Strength 2 In the fi rst paragraph, "WSDOT FOP for AASHTO T 23" is revised to read "FOP for AASHTO 3 T 23". 4 5 6-05.AP6 6 Section 8-05, Piling 7 January 2, 2018 8 9 6-05.3(9)A Pile Driving Equipment Approval 10 The fourth sentence of the second paragraph is revised to read: 11 12 For prestressed concrete piles, the allowable driving stress in kips per square inch shall 13 be 0.095 n P'us prestress in tension, and 0.85fc minus prestress in compression, 14 where fc is the concrete compressive strength in kips per square inch. 15 16 6-07.AP6 17 Section 6-07, Painting 18 January 2, 2018 19 20 6-07.3(6)A Paint Containers 21 In item number 2 of the first paragraph, "Federal Standard 595" is revised to read "SAE AMS 22 Standard 595". 23 24 6-08.AP6 25 Section 6-08, Bituminous Surfacing on Structure Decks 26 January 2, 2018 27 28 6-08.3(7)A Concrete Deck Preparation 29 The first sentence of the first paragraph is revised to read: 30 31 The Contractor, with the Engineer, shall inspect the exposed concrete deck to establish 32 the extent of bridge deck repair in accordance with Section 6-09.3(6). 33 34 6-09.AP6 35 Section 6-09, Modified Concrete Overlays 36 January 2, 2018 37 38 6-09.3 Construction Requirements 39 This section is supplemented with the following new subsection: 40 41 6-09.3(15) Sealing and Texturing Concrete Overlay 42 After the requirements for checking for bond have been met, all joints and visible cracks 43 shall be filled and sealed with a high molecular weight methacrylate resin (HMWM). The 44 Contractor may use compressed air to accelerate drying of the deck surface for crack 45 identification and sealing. Cracks 1/16 inch and greater in width shall receive two 46 applications of HMWM. Immediately following the application of HMWM, the wetted 47 surface shall be coated with sand for abrasive finish. 48 2018 Street Patch and Overlay with Curb Ramps Amendments to the 2018 Standard Specifications TED4004007 19 (Revised 4/2/18) 2018 1 After all cracks have been filled and sealed and the HMWM resin has cured, the 2 concrete overlay surface shall receive a longitudinally sawn texture in accordance with 3 Section 6-02.3(10)D5. 4 5 Traffic shall not be permitted on the finished concrete until it has reached a minimum 6 compressive strength of 3,000 psi as verified by rebound number determined in 7 accordance with ASTM C805 and the longitudinally sawn texture is completed. 8 9 6-09.3(1)B Rotary Milling Machines 10 This section is revised to read: 11 12 Rotary milling machines used to remove an upper layer of existing concrete overlay, 13 when present, shall have a maximum operating weight of 50,000 pounds and conform 14 to Section 6-08.3(5)6. 15 16 6-09.3(1)C Hydro-Demolition Machines 17 The first sentence of this section is revised to read: 18 19 Hydro-demolition machines shall consist of filtering and pumping units operating in 20 conjunction with a remote-controlled robotic device, using high-velocity water jets to 21 remove sound concrete to the nominal scarification depth shown in the Plans with a 22 single pass of the machine, and with the simultaneous removal of deteriorated concrete. 23 24 6-09.3(1)0 Shot Blasting Machines 25 This section, including title, is revised to read: 26 27 6-09.3(1)0 Vacant 28 29 6-09.3(2) Submittals 30 Item number 1 and 2 are revised to read: 31 32 1. A Type 1 Working Drawing consisting of catalog cuts and operating parameters of 33 the hydro-demolition machine selected by the Contractor for use in this project to 34 scarify concrete surfaces. 35 36 2. A Type 1 Working Drawing consisting of catalog cuts, operating parameters, axle 37 loads, and axle spacing of the rotary milling machine (if used to remove an upper 38 layer of existing concrete overlay when present). 39 40 The first sentence of item number 3 is revised to read: 41 42 A Type 2 Working Drawing of the Runoff Water Disposal Plan. 43 44 6-09.3(5)A General 45 The first sentence of the fourth paragraph is revised to read: 46 47 All areas of the deck that are inaccessible to the selected scarifying machine shall be 48 scarified to remove the concrete surface matrix to a maximum nominal scarification 49 depth shown in the Plans by a method acceptable to the Engineer. 50 51 This section is supplemented with the following: 52 2018 Street Patch and Overlay with Curb Ramps Amendments to the 2018 Standard Specifications TED4004007 20 (Revised 4/2/18) 2018 1 Concrete process water generated by scarifying concrete surface and removing existing 2 concrete overlay operations shall be contained, collected, and disposed of in 3 accordance with Section 5-01.3(11) and Section 6-09.3(5)0, and the Section 6-09.3(2) 4 Runoff Water Disposal Plan. 5 6 6-09.3(5)B Testing of Hydro-Demolition and Shot Blasting Machines 7 This section's title is revised to read: 8 9 Testing of Hydro-Demolition Machines 10 11 The second paragraph is revised to read: 12 13 In the "sound" area of concrete, the equipment shall be programmed to remove 14 concrete to the nominal scarification depth shown in the Plans with a single pass of the 15 machine. 16 17 6-09.3(5)0 Shot Blasting 18 This section, including title, is revised to read: 19 20 6-09.3(5)0 Vacant 21 22 6-09.3(5)E Rotomilling 23 This section, including title, Is revised to read: 24 25 6-09.3(5)E Removing Existing Concrete Overlay Layer by Rotomilling 26 When the Contractor elects to remove the upper layer of existing concrete overlay, 27 when present, by rotomilling prior to final scarifying, the entire concrete surface of the 28 bridge deck shall be milled to remove the surface matrix to the depth specified in the 29 Plans with a tolerance as specified in Section 6-08.3(5)6. The operating parameters of 30 the rotary milling machine shall be monitored in order to prevent the unnecessary 31 removal of concrete below the specified removal depth. 32 33 6-09.3(6) Further Deck Preparation 34 The first paragraph is revised to read:: 35 36 Once the lane or strip being overlaid has been cleaned of debris from scarifying, the 37 Contractor, with the Engineer, shall perform a visual inspection of the scarified surface. 38 The Contractor shall mark those areas of the existing bridge deck that are authorized by 39 the Engineer for further deck preparation by the Contractor. 40 41 Item number 4 of the second paragraph is deleted. 42 43 The first sentence of the third paragraph is deleted. 44 45 6-09.3(6)A Equipment for Further Deck Preparation 46 This section is revised to read: 47 48 Further deck preparation shall be performed using either power driven hand tools 49 conforming to Section 6-09.3(1 )A, or hydro-demolition machines conforming to Section 50 6-09.3(1)C. 51 2018 Street Patch and Overlay with Curb Ramps Amendments to the 2018 Standard Specifications TED4004007 21 (Revised 4/2/18) 2018 1 6-09.3(6)B Deck Repair Preparation 2 The second paragraph is deleted. 3 4 The last sentence of the second paragraph (after the preceding Amendment is applied) is 5 revised to read: 6 7 In no case shall the depth of a sawn vertical cut exceed Va inch or to the top of the top 8 steel reinforcing bars, whichever is less. 9 10 The first sentence of the third to last paragraph is revised to read: 11 12 Where existing steel reinforcing bars inside deck repair areas show deterioration greater 13 than 20-percent section loss, the Contractor shall furnish and place steel reinforcing 14 bars alongside the deteriorated bars in accordance with the details shown in the 15 Standard Plans. 16 17 The last paragraph is deleted. 18 19 6-09.3(7) Surface Preparation for Concrete Overlay 20 The first seven paragraphs are deleted and replaced with the following: 21 22 Following the completion of any required further deck preparation the entire lane or strip 23 being overlaid shall be cleaned to be free from oil and grease, rust and other foreign 24 material that may still be present. These materials shall be removed by detergent- 25 cleaning or other method accepted by the Engineer followed by sandblasting. 26 27 After detergent cleaning and sandblasting is completed, the entire lane or strip being 28 overlaid shall be swept clean In final preparation for placing concrete using either 29 compressed air or vacuum machines. 30 31 Hand tool chipping, sandblasting and cleaning in areas adjacent to a lane or strip being 32 cleaned in final preparation for placing concrete shall be discontinued when final 33 preparation is begun. Scarifying and hand tool chipping shall remain suspended until 34 the concrete has been placed and the requirement for curing time has been satisfied. 35 Sandblasting and cleaning shall remain suspended for the first 24 hours of curing time 36 after the completion of concrete placing. 37 38 Scarification, and removal of the upper layer of concrete overlay when present, may 39 proceed during the final cleaning and overlay placement phases of the Work on 40 adjacent portions of the Structure so long as the scarification and concrete overlay 41 removal operations are confined to areas which are a minimum of ICQ feet away from 42 the defined limits of the final cleaning or overlay placement in progress. If the 43 scarification and concrete overlay removal impedes or interferes in any way with the 44 final cleaning or overlay placement as determined by the Engineer, the scarification and 45 concrete overlay removal Work shall be terminated immediately and the scarification 46 and concrete overlay removal equipment removed sufficiently away from the area being 47 prepared or overlaid to eliminate the conflict. If the grade is such that water and 48 contaminants from the scarification and concrete overlay removal operation will flow into 49 the area being prepared or overlaid, the scarification and concrete overlay removal 50 operation shall be terminated and shall remain suspended for the first 24 hours of curing 51 time after the completion of concrete placement. 52 2018 Street Patch and Overlay with Curb Ramps Amendments to the 2018 Standard Specifications TED4004007 22 (Revised 4/2/18) 2018 1 6-09.3(12) Finishing Concrete Overlay 2 The third paragraph is deleted. 3 4 The last paragraph is deleted. 5 6 6-09.3(13) Curing Concrete Overlay 7 The first sentence of the first paragraph is revised to read: 8 9 As the finishing operation progresses, the concrete shall be immediately covered with a 10 single layer of clean, new or used, wet burlap. 11 12 The last sentence of the second paragraph is deleted. 13 14 The following two new paragraphs are inserted after the second paragraph: 15 16 As an alternative to the application of burlap and fog spraying described above, the 17 Contractor may propose a curing system using proprietary curing blankets specifically 18 manufactured for bridge deck curing. The Contractor shall submit a Type 2 Working 19 Drawing consisting of details of the proprietary curing blanket system, including product 20 literature and details of how the system is to be installed and maintained. 21 22 The wet curing regimen as described shall remain in place for a minimum of 42-hours. 23 24 The last paragraph is deleted. 25 26 6-09.3(14) Checking for Bond 27 The first sentence of the first paragraph is revised to read: 28 29 After the requirements for curing have been met, the entire overlaid surface shall be 30 sounded by the Contractor, in a manner accepted by and in the presence of the 31 Engineer, to ensure total bond of the concrete to the bridge deck. 32 33 The last sentence of the first paragraph is deleted. 34 35 The second paragraph is deleted. 36 37 6-10.AP6 38 Section 6-10, Concrete Barrier 39 April 2, 2018 40 41 6-10.2 Materials 42 In the first paragraph, the reference to "Portland Cement" is revised to read: 43 44 Cement 9-01 45 2018 Street Patch and Overlay with Curb Ramps Amendments to the 2018 Standard Specifications TED4004007 23 (Revised 4/2/18) 2018 1 6-11 .AP6 2 Section 6-11, Reinforced Concrete Walls 3 April 2, 2018 4 5 6-11.2 Materials 6 In the first paragraph, the reference to "Aggregates for Portland Cement Concrete" is revised 7 to read: 8 9 Aggregates for Concrete 9-03.1 10 11 6-12.AP6 12 Section 6-12, Noise Barrier Walls 13 April 2, 2018 14 15 6-12.2 Materials 16 In the first paragraph, the reference to "Aggregates for Portland Cement Concrete" is revised 17 to read: 18 19 Aggregates for Concrete 9-03.1 20 21 6-13.AP6 22 Section 6-13, Structural Earth Walls 23 April 2, 2018 24 25 6-13.2 Materials 26 In the first paragraph, the reference to "Aggregates for Portland Cement Concrete" is revised 27 to read: 28 29 Aggregates for Concrete 9-03.1 30 31 6-14.AP6 32 Section 6-14, Geosynthetic Retaining Walls 33 April 2, 2018 34 35 6-14.2 Materials 36 In the first paragraph, the references to "Portland Cement" and "Aggregates for Portland 37 Cement Concrete" are revised to read: 38 39 Cement 9-01 40 Aggregates for Concrete 9-03.1 41 42 6-16.AP6 43 Section 6-16, Soldier Pile and Soldier Pile TIeback Walls 44 April 2, 2018 45 46 6-16.2 Materials 47 In the first paragraph, the reference to "Aggregates for Portland Cement Concrete" is revised 48 to read: 49 50 Aggregates for Concrete 9-03.1 2018 Street Patch and Overlay with Curb Ramps Amendments to the 2018 Standard Specifications TED4004007 24 (Revised 4/2/18) 2018 1 2 6-18.AP6 3 Section 6-18, Shotcrete Facing 4 January 2, 2018 5 6 6-18.3(3) Testing 7 In the last sentence of the first paragraph, "AASHTO T 24" is revised to read "ASTM C1604". 8 9 6-18.3(3)8 Production Testing 10 in the last sentence, "AASHTO T 24" is revised to read "ASTM C1604". 11 12 6-18.3(4) Qualifications of Contractor's Personnel 13 In the last sentence of the second paragraph, "AASHTO T 24" is revised to read "ASTM 14 01604". 15 16 6-19.AP6 17 Section 6-19, Shafts 18 April 2, 2018 19 20 6-19.2 Materials 21 In the fi rst paragraph, the references to "Portland Cement" and "Aggregates for Portland 22 Cement Concrete" are revised to read: 23 24 Cement 9-01 25 Aggregates for Concrete 9-03.1 26 27 6-19.3(3)C Conduct of Shaft Casing Installation and Removal and Shaft 28 Excavation Operations 29 The first paragraph is supplemented with the following: 30 31 In no case shall shaft excavation and casing placement extend below the bottom of 32 shaft excavation as shown in the Plans. 33 34 6-19.3(6)E Thermal Wire and Thermal Access Point (TAPS) 35 The third sentence of the third paragraph is revised to read: 36 37 The thermal wire shall extend from the bottom of the reinforcement cage to the top of 38 the shaft, with a minimum of 5-feet of slack wire provided above the top of shaft. 39 40 The following new sentence is inserted after the third sentence of the third paragraph: 41 42 All thermal wires in a shaft shall be equal lengths. 43 44 7-02 .AP7 45 Section 7-02, Culverts 46 April 2, 2018 47 48 7-02.2 Materials 49 In the first paragraph, the references to "Portland Cement" and "Aggregates for Portland 50 Cement Concrete" are revised to read: 51 2018 Street Patch and Overlay with Curb Ramps Amendments to the 2018 Standard Specifications TED40040a7 25 (Revised 4/2/18) 2018 1 Cement 9-01 2 Aggregates for Concrete 9-03.1 3 4 7-02.3(6)A4 Excavation and Bedding Preparation 5 The first sentence of the third paragraph is revised to read; 6 7 The bedding course shall be a 6-inch minimum thickness layer of culvert bedding 8 material, defined as granular material either conforming to Section 9-03.12(3) or to 9 AASHTO Grading No. 57 as specified in Section 9-03.1(4)C. 10 11 7-08.AP7 12 Section 7-08, General Pipe Installation Requirements 13 April 2, 2018 14 15 7-08.3(3) Backfilling 16 The fifth sentence of the fourth paragraph is revised to read: 17 18 All compaction shall be in accordance with the Compaction Control Test of Section 2- 19 03.3(14)D except in the case that 100% Recycled Concrete Aggregate is used. 20 21 The following new sentences are inserted after the fifth sentence of the fourth paragraph: 22 23 When 100% Recycled Concrete Aggregate is used, the Contractor may submit a written 24 request to use a test point evaluation for compaction acceptance. Test Point evaluation 25 shall be performed in accordance with SOP 738. 26 27 8-01.APS 28 Section 8-01, Erosion Control and Water Pollution Control 29 April 2, 2018 30 31 8-01.1 Description 32 This section is revised to read: 33 34 This Work consists of furnishing, installing, maintaining, removing and disposing of best 35 management practices (BMPs), as defined in the Washington Administrative Code 36 (WAC) 173-201 A, to manage erosion and water quality in accordance with these 37 Specifications and as shown in the Plans or as designated by the Engineer. 38 39 The Contracting Agency may have a National Pollution Discharge Elimination System 40 Construction Stormwater General Permit (CSWGP) as identified in the Contract Special 41 Provisions. The Contracting Agency may or may not transfer coverage of the CSWGP 42 to the Contractor when a CSWGP has been obtained. The Contracting Agency may not 43 have a CSWGP for the project but may have another water quality related permit as 44 identified in the Contract Special Provisions or the Contracting Agency may not have 45 water quality related permits but the project is subject to applicable laws for the Work. 46 Section 8-01 covers all of these conditions. 47 48 8-01.2 Materials 49 The first paragraph is revised to read: 50 51 Materials shall meet the requirements of the following sections: 2018 Street Patch and Overlay with Curb Ramps Amendments to the 2018 Standard Specifications TED4004007 26 (Revised 4/2/18) 2018 1 2 Corrugated Polyethylene Drain Pipe 9-05.1(6) 3 Quarry Spalls 9-13 4 Erosion Control and Roadside Planting 9-14 5 Construction Geotextile 9-33 6 7 8-01.3(1) General 8 This section is revised to read: 9 10 Adaptive management shall be employed throughout the duration of the project for the 11 implementation of erosion and water pollution control permit requirements for the 12 current condition of the project site. The adaptive management includes the selection 13 and utilization of BMPs, scheduling of activities, prohibiting unacceptable practices, 14 implementing maintenance procedures, and other managerial practices that when used 15 singularly or in combination, prevent or reduce the release of pollutants to waters of the 16 State. The adaptive management shall use the means and methods identified in this 17 section and means and methods identified in the Washington State Department of 18 Transportation's Temporary Erosion and Sediment Control Manual or the Washington 19 State Department of Ecology's Stormwater Management Manuals for construction 20 stormwater. 21 22 The Contractor shall install a high visibility fence along the site preservation lines shown 23 in the Plans or as instructed by the Engineer. 24 25 Throughout the life of the project, the Contractor shall preserve and protect the 26 delineated preservation area, acting immediately to repair or restore any fencing 27 damaged or removed. 28 29 All discharges to surface waters shall comply with surface water quality standards as 30 defined in Washington Administrative Code (WAC) Chapter 173-201 A. All discharges to 31 the ground shall comply with groundwater quality standards WAC Chapter 173-200. 32 33 The Contractor shall comply with the CSWGP when the project is covered by the 34 CSWGP. Temporary Work, at a minimum, shall include the implementation of: 35 36 1. Sediment control measures prior to ground disturbing activities to ensure all 37 discharges from construction areas receive treatment prior to discharging from 38 the site. 39 40 2. Flow control measures to prevent erosive flows from developing, 41 42 3. Water management strategies and pollution prevention measures to prevent 43 contamination of waters that will be discharged to surface waters or the 44 ground. 45 46 4. Erosion control measures to stabilize erodible earth not being worked. 47 48 5. Maintenance of BMPs to ensure continued compliant performance. 49 50 6. Immediate corrective action if evidence suggests construction activity is not in 51 compliance. Evidence includes sampling data, olfactory or visual evidence 2018 Street Patch and Overlay with Curb Ramps Amendments to the 2018 Standard Specifications TED4004007 27 (Revised 4/2/18) 2018 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 such as the presence of suspended sediment, turbidity, discoloration, or oil sheen in discharges. To the degree possible, the Contractor shall coordinate this temporary Work with permanent drainage and erosion control Work the Contract requires. Clearing, grubbing, excavation, borrow, or fill within the Right of Way shall never expose more erodible earth than as listed below; Western Washington (West of the Cascade Mountain Crest) May 1 through September 30 17 Acres October 1 through April 30 5 Acres Eastern Washington (East of the Cascade Mountain Crest) April 1 through 17 Acres October 31 November 1 through March 5 Acres 31 The Engineer may increase or decrease the limits based on project conditions. Erodible earth is defined as any surface where soils, grindings, or other materials may be capable of being displaced and transported by rain, wind, or surface water runoff. Erodible earth not being worked, whether at final grade or not, shall be covered within the specified time period (see the table below), using BMPs for erosion control. Western Washington (West of the Cascade Mountain Crest) October 1 through April 30 2 days maximum May 1 to September 30 7 days maximum Eastern Washington (East of the Cascade Mountain Crest) October 1 through June 30 5 days maximum November 1 through March 31 10 days maximum When applicable, the Contractor shall be responsible for all Work required for compliance with the CSWGP including annual permit fees. If the Engineer, under Section 1-08.6, orders the Work suspended, the Contractor shall continue to comply with this division during the suspension. Nothing in this Section shall relieve the Contractor from complying with other Contract requirements. 8-01.3(1)A Submittals This section's content is deleted. This section is supplemented with the following new subsection: 2018 Street Patch and Overlay with Curb Ramps TED4D04007 Amendments to the 2018 Standard Specifications 28 (Revised 4/2/18) 2018 1 8-01.3(1)A1 Temporary Erosion and Sediment Control 2 A Temporary Erosion and Sediment Control (TESC) plan consists of a narrative section 3 and plan sheets that meets the Washington State Department of Ecology's Stormwater 4 Pollution Prevention Plan (SWPPP) requirement in the CSWGP. Abbreviated TESC 5 plans are not required to include plan sheets and are used on small projects that disturb 6 soil and have the potential to discharge but are not covered by the CSWGP. The 7 contract uses the term "TESC plan" to describe both TESC plans and abbreviated 8 TESC plans. When the Contracting Agency has developed a TESC plan for a Contract, 9 the narrative is included in the appendix to the Special Provisions and the TESC plan 10 sheets, when required, are included in the Contract Plans. The Contracting Agency 11 TESC plan will not include off-site areas used to directly support construction activity. 12 13 The Contractor shall either adopt the TESC Plan in the Contract or develop a new 14 TESC Plan. If the Contractor adopts the Contracting Agency TESC Plan, the Contractor 15 shall modify the TESC Plan to meet the Contractor's schedule, method of construction, 16 and to include off-site areas that will be used to directly support construction activity 17 such as equipment staging yards, material storage areas, or borrow areas. Contractor 18 TESC Plans shall include all high visibility fence delineation shown on the Contracting 19 Agency Contract Plans. Alt TESC Plans shall meet the requirements of the current 20 edition of the WSDOT Temporary Erosion and Sediment Control Manual M 3109 and be 21 adaptively managed as needed throughout construction based on site inspections and 22 discharge samples to maintain compliance with the CSWGP. The Contractor shall 23 develop a schedule for implementation of the TESC work and incorporate it into the 24 Contractor's progress schedule. 25 26 The Contractor shall submit their TESC Plan (either the adopted plan or new plan) and 27 implementation schedule as Type 2 Working Drawings. At the request of the Engineer, 28 updated TESC Plans shall be submitted as Type 1 Working Drawings. 29 30 8-01.3(1)8 Erosion and Sediment Control (BSC) Lead 31 This section is revised to read: 32 33 The Contractor shall identify the ESC Lead at the preconstruction discussions and in the 34 TESC Plan. The ESC Lead shall have, for the life of the Contract, a current Certificate 35 of Training in Construction Site Erosion and Sediment Control from a course approved 36 by the Washington State Department of Ecology. The ESC Lead must be onsite or on 37 call at all times throughout construction. The ESC Lead shall be listed on the 38 Emergency Contact List required under Section 1-05.13(1). 39 40 The ESC Lead shall implement the TESC Plan. Implementation shall include, but is not 41 limited to: 42 43 1. Installing, adaptively managing, and maintaining temporary erosion and 44 sediment control BMPs to assure continued performance of their intended 45 function. Damaged or inadequate BMPs shall be corrected immediately. 46 47 2. Updating the TESC Plan to reflect current field conditions. 48 49 3. Discharge sampling and submitting Discharge Monitoring Reports (DMRs) to 50 the Washington State Department of Ecology in accordance with the CSWGP. 51 2018 Street Patch and Overlay with Curb Ramps Amendments to the 2018 Standard Specifications TED4004007 29 (Revised 4/2/18} 2018 1 4. Develop and maintain the Site Log Book as defined in the CSWGP. When the 2 Site Log Book or portion thereof is electronically developed, the electronic 3 documentation must be accessible onsite. As a part of the Site Log Book, the 4 Contractor shall develop and maintain a tracking table to show that identified 5 TESC compliance issues are fully resolved within 10 calendar days. The table 6 shall include the date an issue was identified, a description of how it was 7 resolved, and the date the issue was fully resolved. 8 9 The ESC Lead shall also inspect all areas disturbed by construction activities, all on-site 10 erosion and sediment control BMPs, and all stormwater discharge points at least once 11 every calendar week and within 24-hours of runoff events in which stormwater 12 discharges from the site. Inspections of temporarily stabilized, inactive sites may be 13 reduced to once every calendar month. The Washington State Department of Ecology's 14 Erosion and Sediment Control Site Inspection Form, located at 15 https://ecology.wa.gov/Regulations-Permits/Permits-certifications/Stormwater-general- 16 permits/Construction-stormwater-permit, shall be completed for each inspection and a 17 copy shall be submitted to the Engineer no later than the end of the next working day 18 following the inspection. 19 20 8-01.3(1)0 Water Management 21 This section is supplemented with the following new subsections: 22 23 8-01.3(1)05 Water Management for In-Water Work Below Ordinary High Water 24 Mark (OHWM) 25 Work over surface waters of the state {defined in WAC 173-201A-010) or below the 26 OHWM (defined in ROW 90.58.030) must comply with water quality standards for 27 surface waters of the state of Washington. 28 29 8-01.3(1)06 Environmentally Acceptable Hydraulic Fluid 30 All equipment containing hydraulic fluid that extends from a bridge deck over surface 31 waters of the state or below the OHWM, shall be equipped with an environmentally 32 acceptable hydraulic fluid. The fluid shall meet specific requirements for 33 biodegradability, aquatic toxicity, and bioaccumulation in accordance with the United 34 States Environmental Protection Agency (EPA) publication EPA800-R-11-002. 35 Acceptance shall be in accordance with Section 1-06.3, Manufacturer's Certification of 36 Compliance. 37 38 The designation of environmentally acceptable hydraulic fluid does not mean fluid spills 39 are acceptable. The Contractor shall respond to spills to land or water in accordance 40 with the Contract. 41 42 8-01.3(1 )C7 Turbidity Curtain 43 All Work for the turbidity curtain shall be in accordance with the manufacturer's 44 recommendations for the site conditions. Removal procedures shall be developed and 45 used to minimize silt release and disturbance of silt. The Contractor shall submit a Type 46 2 Working Drawing, detailing product information, installation and removal procedures, 47 equipment and workforce needs, maintenance plans, and emergency 48 repair/replacement plans. 49 50 Turbidity curtain materials, installation, and maintenance shall be sufficient to comply 51 with water quality standards. 52 2018 Street Patch and Overlay with Curb Ramps Amendments to the 2018 Standard Specifications TED4004007 30 (Revised 4/2/18) 2018 1 The Contractor shall notify the Engineer 10 days in advance of removing the turbidity 2 curtain. All components of the turbidity curtain shall be removed from the project. 3 4 8-01.3(1)01 Disposal of Dewatering Water 5 This section is revised to read: 6 7 When uncontaminated groundwater is encountered in an excavation on a project it may 8 be infiltrated within vegetated areas of the right of way not designated as Sensitive 9 Areas or incorporated into an existing stormwater conveyance system at a rate that will 10 not cause erosion or flooding in any receiving surface water. 11 12 Alternatively, the Contractor may pursue independent disposal and treatment 13 alternatives that do not use the stormwater conveyance system provided it is in 14 compliance with the applicable WACs and permits. 15 16 8-01.3(1)02 Process Wastewater 17 This section is revised to read: 18 19 Wastewater generated on-site as a byproduct of a construction process shall not be 20 discharged to surface waters of the State. Some sources of process wastewater may be 21 infiltrated in accordance with the CSWGP with concurrence from the Engineer. Some 22 sources of process wastewater may be disposed via independent disposal and 23 treatment alternatives in compliance with the applicable WACs and permits. 24 25 8-01.3(1)C3 Shaft Drilling Slurry Wastewater 26 This section is revised to read: 27 28 Wastewater generated on-site during shaft drilling activity shall be managed and 29 disposed of in accordance with the requirements below. No shaft drilling slurry 30 wastewater shall be discharged to surface waters of the State. Neither the sediment nor 31 liquid portions of the shaft drilling slurry wastewater shall be contaminated, as 32 detectable by visible or olfactory indication {e.g., chemical sheen or smell). 33 34 1. Water-only shaft drilling slurry or water slurry with accepted flocculants may be 35 infiltrated on-site. Flocculants used shall meet the requirements of Section 9- 36 14.5(1) or shall be chitosan products listed as General Use Level Designation 37 (GULD) on the Washington State Department of Ecology's stormwater 38 treatment technologies webpage for construction treatment. Infiltration is 39 permitted if the following requirements are met: 40 41 a. Wastewater shall have a pH of 6.5 - 8.5 prior to discharge. 42 43 b. The amount of flocculant added to the slurry shall be kept to the minimum 44 needed to adequately settle out solids. The flocculant shall be thoroughly 45 mixed into the slurry. 46 47 c. The slurry removed from the shaft shall be contained in a leak proof cell or 48 tank for a minimum of 3 hours. 49 50 d. The infiltration rate shall be reduced if needed to prevent wastewater from 51 leaving the infiltration location. The infiltration site shall be monitored 52 regularly during infiltration activity. All wastewater discharged to the 2018 Street Patch and Overlay with Curb Ramps Amendments to the 2018 Standard Specifications TED4004007 31 (Revised 4/2/18) 2018 1 ground shall fully infiltrate and discharges shall stop before the end of 2 each work day. 3 4 e. Drilling spoils and settled sediments remaining in the containment cell or 5 tank shall be disposed of in accordance with Section 6-19.3(4)F. 6 7 f. Infiltration locations shall be in upland areas at least 150 feet away from 8 surface waters, wells, on-site sewage systems, aquifer sensitive recharge 9 areas, sole source aquifers, well head protection areas, and shall be 10 marked on the plan sheets before the infiltration activity begins. 11 12 g. Prior to infiltration, the Contractor shall submit a Shaft Drilling Slurry 13 Wastewater Management and Infiltration Plan as a Type 2 Working 14 Drawing. This Plan shall be kept on-site, adapted if needed to meet the 15 construction requirements, and updated to reflect what is being done in 16 the field. The Working Drawing shall include, at a minimum, the following 17 information: 18 19 i. Plan sheet showing the proposed infiltration location and all surface 20 waters, wells, on-site sewage systems, aquifer-sensitive recharge 21 areas, sole source aquifers, and well-head protection areas within 22 150 feet. 23 24 ii. The proposed elevation of soil surface receiving the wastewater for 25 infiltration and the anticipated phreatic surface (i.e., saturated soil). 26 27 ill. The source of the water used to produce the slurry. 28 29 iv. The estimated total volume of wastewater to be infiltrated. 30 31 V. The accepted flocculant to be used (if any). 32 33 vi. The controls or methods used to prevent surface wastewater runoff 34 from leaving the infiltration location. 35 36 vii. The strategy for removing slurry wastewater from the shaft and 37 containing the slurry wastewater once it has been removed from the 38 shaft. 39 40 viii. The strategy for monitoring infiltration activity and adapting methods 41 to ensure compliance. 42 43 ix. A contingency plan that can be implemented immediately if it 44 becomes evident that the controls in place or methods being used are 45 not adequate. 46 47 X. The strategy for cleaning up the infiltration location after the infiltration 48 activity is done. Cleanup shall include stabilizing any loose sediment 49 on the surface within the infiltration area generated as a byproduct of 50 suspended solids in the infiltrated wastewater or soil disturbance 51 associated with BMP placement and removal. 52 2018 Street Patch and Overlay with Curb Ramps Amendments to the 2018 Standard Specifications TED4004007 32 (Revised 4/2/18) 2018 1 2. Shaft drilling mineral slurry, synthetic slurry, or slurry with polymer additives 2 not allowed for infiltration shall be contained and disposed of by the Contractor 3 at an accepted disposal facility in accordance with Section 2-03.3(7)0. Spoils 4 that have come into contact with mineral slurry shall be disposed of in 5 accordance with Section 6-19.3(4)F. 6 7 8-01.3(1)C4 Management of Off-Site Water 8 This section is revised to read: 9 10 Prior to clearing and grubbing, the Contractor shall intercept all sources of off-site 11 surface water and overland flow that will run-on to the project. Off-site surface water 12 run-on shall be diverted through or around the project in a way that does not introduce 13 construction related pollution. It shall be diverted to its preconstruction discharge 14 location in a manner that does not increase preconstruction flow rate and velocity and 15 protects contiguous properties and waterways from erosion. The Contractor shall submit 16 a Type 2 Working Drawing consisting of the method for performing this Work. 17 18 8-01.3(1)E Detention/Retention Pond Construction 19 This section is revised to read: 20 21 Whether permanent or temporary, ponds shall be constructed before beginning other 22 grading and excavation Work in the area that drains into that pond. Detention/retention 23 ponds may be constructed concurrently with grading and excavation when allowed by 24 the Engineer. Temporary conveyances shall be installed concurrently with grading in 25 accordance with the TESC Plan so that newly graded areas drain to the pond as they 26 are exposed. 27 28 8-01.3(2)F Dates for Appiication of Final Seed, Fertilizer, and Mulch 29 In the table, the second column heading is revised to read: 30 31 Eastern Washington^ 32 (East of the Cascade Mountain Crest) 33 34 Footnote 1 in the table is revised to read: 35 36 Seeding may be allowed outside these dates when allowed or directed by the Engineer. 37 38 8-01.3(5) Plastic Covering 39 The first sentence of the first paragraph is revised to read: 40 41 Erosion Control - Plastic coverings used to temporarily cover stockpiled materials, 42 slopes or bare soils shall be installed and maintained in a way that prevents water from 43 intruding under the plastic and prevents the plastic cover from being damaged by wind. 44 45 8-01.3(7) Stabilized Construction Entrance 46 The first paragraph is revised to read: 47 48 Temporary stabilized construction entrance shall be constructed in accordance with the 49 Standard Plans, prior to construction vehicles entering the roadway from locations that 50 generate sediment track out on the roadway. Material used for stabilized construction 51 entrance shall be free of extraneous materials that may cause or contribute to track out. 52 2018 Street Patch and Overlay with Curb Ramps Amendments to the 2018 Standard Specifications TED4004007 33 (Revised 4/2/18) 2018 1 8-01.3(8) Street Cleaning 2 This section is revised to read: 3 4 Self-propelled pickup street sweepers shall be used to remove and collect dirt and other 5 debris from the Roadway. The street sweeper shall effectively collect these materials 6 and prevent them from being washed or blown off the Roadway or into waters of the 7 State. Street sweepers shall not generate fugitive dust and shall be designed and 8 operated in compliance with applicable air quality standards. Material collected by the 9 street sweeper shall be disposed of in accordance with Section 2-03.3(7)0. 10 11 When allowed by the Engineer, power broom sweepers may be used in non- 12 environmentally sensitive areas. The broom sweeper shall sweep dirt and other debris 13 from the roadway into the work area. The swept material shall be prevented from 14 entering or washing into waters of the State. 15 16 Street washing with water will require the concurrence of the Engineer. 17 18 8-01.3(12) Compost Socks 19 The first two sentences of the first paragraph are revised to read: 20 21 Compost socks are used to disperse flow and sediment. Compost socks shall be 22 installed as soon as construction will allow but before flow conditions create erosive 23 flows or discharges from the site. Compost socks shall be installed prior to any mulching 24 or compost placement. 25 26 8-01.3(13) Temporary Curb 27 The second to last sentence of the second paragraph Is revised to read: 28 29 Temporary curbs shall be a minimum of 4 inches in height. 30 31 8-01.3(14) Temporary Pipe Slope Drain 32 The third and fourth paragraphs are revised to read: 33 34 The pipe fittings shall be water tight and the pipe secured to the slope with metal posts, 35 wood stakes, sand bags, or as allowed by the Engineer. 36 37 The water shall be discharged to a stabilized conveyance, sediment trap, stormwater 38 pond, rock splash pad, or vegetated strip, in a manner to prevent erosion and maintain 39 water quality compliance. 40 41 The last paragraph is deleted. 42 43 8-01.3(15) Maintenance 44 This section is revised to read: 45 46 Erosion and sediment control BMPs shall be maintained or adaptively managed as 47 required by the CSWGP until the Engineer determines they are no longer needed. 48 When deficiencies in functional performance are identified, the deficiencies shall be 49 rectified immediately, 50 2018 Street Patch and Overlay with Curb Ramps Amendments to the 2018 Standard Specifications TED4004007 34 (Revised 4/2/18) 2018 1 The BMPs shall be inspected on the schedule outlined in Section 8-01.3(1)6 for 2 damage and sediment deposits. Damage to or undercutting of BMPs shall be repaired 3 immediately. 4 5 In areas where the Contractor's activities have compromised the erosion control 6 functions of the existing grasses, the Contractor shall overseed at no additional cost to 7 the Contracting Agency. 8 9 The quarry spalls of construction entrances shall be refreshed, replaced, or screened to 10 maintain voids between the spalls for collecting mud and dirt. 11 12 Unless otherwise specified, when the depth of accumulated sediment and 13 debris reaches approximately l^the height of the BMP the deposits shall be removed. 14 Debris or contaminated sediment shall be disposed of in accordance with Section 2- 15 03.3(7)C. Clean sediments may be stabilized on-site using BMPs as allowed by the 16 Engineer. 17 18 8-01.3(16) Removal 19 This section is revised to read: 20 21 The Contractor shall remove all temporary BMPs, all associated hardware and 22 associated accumulated sediment deposition from the project limits prior to Physical 23 Completion unless otherwise allowed by the Engineer. When the temporary BMP 24 materials are made of natural plant fibers unaltered by synthetic materials the Engineer 25 may allow leaving the BMP in place. 26 27 The Contractor shall remove BMPs and associated hardware in a way that minimizes 28 soil disturbance. The Contractor shall permanently stabilize all bare and disturbed soil 29 after removal of BMPs. If the installation and use of the erosion control BMPs have 30 compacted or otherwise rendered the soil inhospitable to plant growth, such as 31 construction entrances, the Contractor shall take measures to rehabilitate the soil to 32 facilitate plant growth. This may include, but is not limited to, ripping the soil, 33 incorporating soil amendments, or seeding with the specified seed. 34 35 At the request of the Contractor and at the sole discretion of the Engineer the CSWGP 36 may be transferred back to the Contracting Agency. Approval of the Transfer of 37 Coverage request will require the following: 38 39 1. All other Work required for Contract Completion has been completed. 40 41 2. All Work required for compliance with the CSWGP has been completed to the 42 maximum extent possible. This includes removal of BMPs that are no longer 43 needed and the site has undergone all Stabilization identified for meeting the 44 requirements of Final Stabilization in the CSWGP. 45 46 3. An Equitable Adjustment change order for the cost of Work that has not been 47 completed by the Contractor. 48 49 4. Submittal of the Washington State Department of Ecology Transfer of 50 Coverage form (Ecology form ECY 020-87a) to the Engineer. 51 2018 Street Patch and Overlay w/ith Curb Ramps Amendments to the 2018 Standard Specifications TED4004007 35 (Revised 4/2/18) 2018 1 If the Engineer approves the transfer of coverage back to the Contracting Agency, the 2 requirement in Section 1-07.5(3) for the Contractor's submittal of the Notice of 3 Termination form to the Washington State Department of Ecology will not apply. 4 5 8-01.4 Measurement 6 This section's content is deleted and replaced with the following new subsections: 7 8 8-01.4(1) Lump Sum Bid for Project (No Unit Items) 9 When the Bid Proposal contains the item "Erosion Control and Water Pollution 10 Prevention" there will be no measurement of unit or force account items for Work 11 defined in Section 8-01 except as described in Sections 8-01.4(3) and 8-01.4(4). Also, 12 except as described in Section 8-01.4(3), all of Sections 8-01.4(2) and 8-01.5(2) are 13 deleted. 14 15 8-01.4(2) Item Bids 16 When the Proposal does not contain the items "Erosion Control and Water Pollution ' 17 Prevention", Section 8-01.4(1) and 8-01.5(1) are deleted and the Bid Proposal will 18 contain some or all of the following items measured as noted. 19 20 ESC lead will be measured per day for each day that an inspection is made and a 21 report is filed. 22 23 Biodegradable erosion control blanket and plastic covering will be measured by the 24 square yard along the ground slope line of surface area covered and accepted. 25 26 Turbidity curtains will be measured by the linear foot along the ground line of the 27 installed curtain. 28 29 Check dams will be measured per linear foot one time only along the ground line of 30 the completed check dam. No additional measurement will be made for check 31 dams that are required to be rehabilitated or replaced due to wear. 32 33 Stabilized construction entrances will be measured by the square yard by ground 34 slope measurement for each entrance constructed. 35 36 Tire wash facilities will be measured per each for each tire wash installed. 37 38 Street cleaning will be measured by the hour for the actual time spent cleaning 39 pavement, refilling with water, dumping and transport to and from cleaning 40 locations within the project limits, as authorized by the Engineer. Time to mobilize 41 the equipment to or from the project limits on which street cleaning is required will 42 not be measured. 43 44 Inlet protections will be measured per each for each initial installation at a 45 drainage structure. 46 47 Silt fence, gravel filter, compost berms, and wood chip berms will be measured by 48 the linear foot along the ground line of the completed barrier. 49 50 Wattles and compost socks will be measured by the linear foot. 51 2018 Street Patch and Overlay with Curb Ramps Amendments to the 2018 Standard Specifications TED4004007 36 (Revised 4/2/18) 2018 1 Temporary curbs will be measured by the linear foot along the ground line of the 2 completed installation. 3 4 Temporary pipe slope drains will be measured by the linear foot along the flow line 5 of the pipe. 6 7 Coir logs will be measured by the linear foot along the ground line of the completed 8 installation. 9 10 Outlet protections will be measured per each Initial installation at an outlet location. 11 12 Tackifiers will be measure by the acre by ground slope measurement. 13 14 8-01.4(3) Reinstating Unit Items with Lump Sum Erosion Control and Water 15 Pollution Prevention 16 The Contract Provisions may establish the project as lump sum, in accordance with 17 Section 8-01.4(1) and also include one or more of the items included above in Section 18 8-01.4(2). When that occurs, the corresponding measurement provision in Section 8- 19 01.4(2) is not deleted and the Work under that item will be measured as specified. 20 21 8-01.4(4) Items not included with Lump Sum Erosion Control and Water Pollution 22 Prevention 23 Compost blanket will be measured by the square yard by ground slope surface area 24 covered and accepted. 25 26 Mulching will be measured by the acre by ground slope surface area covered and 27 accepted. 28 29 Seeding, fertilizing, liming, mulching, and mowing, will be measured by the acre by 30 ground slope measurement. 31 32 Seeding and fertilizing by hand will be measured by the square yard by ground slope 33 measurement. No adjustment in area size will be made for the vegetation free zone 34 around each plant. 35 36 Fencing will be measured by the linear foot along the ground line of the completed 37 fence. 38 39 8-01.5 Payment 40 This section's content is deleted and replaced with the following new subsections: 41 42 8-01.5(1) Lump Sum Bid for Project (No Unit Items) 43 Payment will be made for the following Bid item when it is included in the Proposal: 44 45 "Erosion Control and Water Pollution Prevention", lump sum. 46 47 The lump sum Contract price for "Erosion Control and Water Pollution Prevention" 48 shall be full pay to perform the Work as described in Section 8-01 except for costs 49 compensated by Bid Proposal items inserted through Contract Provisions as 50 described in Section 8-01.4(2). Progress payments for the lump sum item "Erosion 51 Control and Water Pollution Prevention" will be made as follows: 52 2018 Street Patch and Overlay with Curb Ramps Amendments to the 2018 Standard Specifications TED4004007 37 (Revised 4/2/18) 2018 1 1. The Contracting Agency will pay 15 percent of the bid amount for the 2 initial set up for the item. Initial set up includes the following: 3 4 a. Acceptance of the TESC Plan provided by the Contracting Agency or 5 submittal of a new TESC Plan, 6 7 b. Submittal of a schedule for the installation of the BMPs, and 8 9 c. Identifying water quality sampling locations. 10 11 2. 70 percent of the bid amount will be paid in accordance with Section 1- 12 09.9. 13 14 3. Once the project is physically complete and copies of the all reports 15 submitted to the Washington State Department of Ecology have been 16 submitted to the Engineer, and, if applicable, transference of the CSWGP 17 back to the Contracting Agency is complete, the remaining 15 percent of 18 the bid amount shall be paid in accordance with Section 1-09.9. 19 20 8-01.5(2) Item Bids 21 "ESC Lead", per day. 22 23 "Turbidity Curtain", per linear foot. 24 25 "Biodegradable Erosion Control Blanket", per square yard. 26 27 "Plastic Covering", per square yard. 28 29 "Check Dam", per linear foot. 30 31 "Inlet Protection", per each. 32 33 "Gravel Filter Berm", per linear foot. 34 35 "Stabilized Construction Entrance", per square yard. 36 37 "Street Cleaning", per hour. 38 39 "Silt Fence", per linear foot. 40 41 "Wood Chip Berm", per linear foot. 42 43 "Compost Berm", per linear foot. 44 45 "Wattle", per linear foot. 46 47 "Compost Sock", per linear foot. 48 49 "Coir Log", per linear foot. 50 51 "Temporary Curb", per linear foot. 52 2018 Street Patch and Overlay with Curb Ramps Amendments to the 2018 Standard Specifications TED4004007 38 (Revised 4/2/18) 2018 I I I ] I 1 1 1 r I 1 I I I I I I 1 "Temporary Pipe Slope Drain", per linear foot. 2 3 "Temporary Seeding", per acre. 4 5 "Outlet Protection", per each. 6 7 "Tackifier". per acre. 8 9 "ErosionA/Vater Pollution Control", by force account as provided In Section 1-09.6. 10 11 Maintenance and removal of erosion and water pollution control devices including 12 removal and disposal of sediment, stabilization and rehabilitation of soil disturbed 13 by these activities, and any additional Work deemed necessary by the Engineer to 14 control erosion and water pollution will be paid by force account in accordance with 15 Section 1-09.6. 16 17 To provide a common Proposal for all Bidders, the Contracting Agency has entered an 18 amount in the Proposal to become a part of the Contractor's total Bid. 19 20 8-01.5(3) Reinstating Unit Items with Lump Sum Erosion Control and Water 21 Pollution Prevention 22 The Contract may establish the project as lump sum, in accordance with Section 8- 23 01.4(1) and also reinstate the measurement of one or more of the items described in 24 Section 8-01.4(2), except for ErosionAA/ater Pollution Control, by force account. When 25 that occurs, the corresponding payment provision in Section 8-01.5(2) is not deleted 26 and the Work under that item will be paid as specified. 27 28 8-01.5(4) Items not included with Lump Sum Erosion Control and Water Pollution 29 Prevention 30 Payment will be made for each of the following Bid items when they are included in the 31 Proposal; 32 33 "Compost Blanket", per square yard. 34 35 "Mulching", per acre 36 37 "Mulching with PAM", per acre 38 39 "Mulching with Short-Term Mulch", per acre. 40 41 "Mulching with Moderate-Term Mulch", per acre. 42 43 "Mulching with Long-Term Mulch", per acre. 44 45 "Seeding. Fertilizing and Mulching", per acre. 46 47 "Seeding and Fertilizing", per acre. 48 49 "Seeding and Fertilizing by Hand", per square yard. 50 51 "Second Application of Fertilizer", per acre. 52 2018 Street Patch and Overlay with Curb Ramps Amendments to the 2018 Standard Specifications TED4004007 39 (Revised 4/2/18) 2018 1 2 Measurement of beam guardrail Type 31 buried terminal Type 2 will be per linear foot 3 for the completed terminal. 4 5 8-11.5 Payment 6 The Bid item "Beam Guardrail Burled Terminal Type 1", per each is deleted from this 7 section. 8 9 The Bid item "Beam Guardrail Buried Terminal Type 2", per linear foot and the following 10 paragraph are revised to read; 11 12 "Beam Guardrail Type 31 Buried Terminal Type 2", per linear foot. 13 14 The unit Contract price per linear foot for "Beam Guardrail Type 31 Buried Terminal 15 Type 2" shall be full payment for all costs to obtain and provide materials and perform 16 the Work as described in Section 8-11.3(1)0. 17 18 8-14.AP8 19 Section 8-14, Cement Concrete Sidewalks 20 April 2, 2018 21 22 8-14.2 Materials 23 In the first paragraph, the reference to "Portland Cement" is revised to read: 24 25 Cement 9-01 26 27 In the second paragraph, each reference to "Federal Standard 595" is revised to read "SAE 28 AMS Standard 595". 29 30 8-16.AP8 31 Section 8-16, Concrete Slope Protection 32 April 2, 2018 33 34 8-16.2 Materials 35 In the first paragraph, the last two material references are revised to read: 36 37 Poured Portland Cement or Blended Hydraulic Cement 38 Concrete Slope Protection 9-13.5(2) 39 Pneumatically Placed Portland Cement or Blended 40 Hydraulic Cement Concrete Slope Protection 9-13.5(3) 41 42 8-20.AP8 43 Section 8-20, Illumination, Traffic Signal Systems, Intelligent Transportation 44 Systems, and Electrical 45 April 2,2018 46 47 8-20.1(1) Regulations and Code 48 The last paragraph is revised to read: 49 50 Persons performing electrical Work shall be certified in accordance with and supervised 51 as required by RCW 19.28.161. Proof of certification shall be worn at all times in 2018 Street Patch and Overlay with Curb Ramps Amendments to the 2018 Standard Specifications 1604004007 42 (Revised 4/2/18) 2018 1 accordance with WAC 296-46B-942. Persons failing to meet these certification 2 requirements may not perform any electrical work, and shall stop any active electrical 3 work, until their certification is provided and worn in accordance with this Section. 4 5 8-20.2(2) Equipment List and Drawings 6 This section is renumbered: 7 8 8-20.2(1) Equipment List and Drawings 9 10 8-20.3(4) Foundations 11 The second sentence of the first paragraph is revised to read: 12 13 Concrete for Type II, III, IV, V, and CCTV signal standards and light standard 14 foundations shall be Class 4000P and does not require air entrainment. 15 16 8-20.3(5)A General 17 The last two sentences of the last paragraph is deleted. 18 19 This section is supplemented with the following: 20 21 All conduits shall include a pull tape with the equipment grounding conductor. The pull 22 tape shall be attached to the conduit near the end bell or grounded end bushing, or to 23 duct plugs or caps if present, at both ends of the conduit. 24 25 8-20.3(8) Wiring 26 The seventeenth paragraph is supplemented with the following: 27 28 Pulling tape shall meet the requirements of Section 9-29.1(10). Pull string may not be 29 used. 30 31 8-21.APS 32 Section 8-21, Permanent Signing 33 January 2, 2018 34 35 8-21.3(9)F Foundations 36 Item number 3 of the twelfth paragraph is supplemented with the following new sentence: 37 38 Class 4000P concrete for roadside sign structures does not require air entrainment. 39 40 9-02.AP9 41 Section 9-02, Bituminous Materials 42 April 2, 2018 43 44 9-02.1 Asphalt Material, General 45 The second paragraph is revised to read: 46 47 The Asphalt Supplier of Performance Graded (PG) asphalt binder and emulsified 48 asphalt shall have a Quality Control Plan (QCP) in accordance with WSDOT QC 2 49 "Standard Practice for Asphalt Suppliers That Certify Performance Graded and 50 Emulsified Asphalts". The Asphalt Supplier's QCP shall be submitted and receive the 51 acceptance of the WSDOT State Materials Laboratory. Once accepted, any change to 2018 Street Patch and Overlay with Curb Ramps Amendments to the 2018 Standard Specifications TED4004007 43 {Revised 4/2/18) 2018 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 34 35 36 37 38 39 40 the QCP will require a new QCP to be submitted for acceptance. The Asphalt Supplier of PG asphalt binder and emulsified asphalt shall certify through the Bill of Lading that the PG asphalt binder or emulsified asphalt meets the Specification requirements of the Contract. 9-02.1(4) Performance Graded Asphalt Binder (PGAB) This section's title is revised to read; Performance Graded (PG) Asphalt Binder The first paragraph is revised to read: PG asphalt binder meeting the requirements of AASHTO M 332 Table 1 of the grades specified in the Contract shall be used in the production of HMA. For HMA with greater than 20 percent RAP by total weight of HMA, or any amount of RAS, the new asphalt binder, recycling agent and recovered asphalt (RAP and/or RAS) when blended in the proportions of the mix design shall meet the PG asphalt binder requirements of AASHTO M 332 Table 1 for the grade of asphalt binder specified by the Contract. The second paragraph, including the table, is revised to read: In addition to AASHTO M 332 Table 1 specification requirements, PG asphalt binders shall meet the following requirements: Additional Requirements Performance Grade (PG) Asphalt by Binders Property Test Method PG58S- 22 PG58H- 22 PG58V- 22 PG64S-28 PG64H- 28 PG64V- 28 RTFO Residue: Average Percent Recovery §3.2 kPa AASHTO T 350^30% Min.20% Min.25% Min.30% Min. ^Specimen conditioned in accordance with AASHTO T 240 - RTFO. The third paragraph is revised to read: The RTFO Jnrdtff and the PAV direct tension specifications of AASHTO M 332 are not required. This section is supplemented with the following: If the asphalt binder verification sample test results fail to meet AASHTO Test Method T 350 "Standard Method of Test for Multiple Stress Creep Recovery (MSCR) Test of Asphalt Binder Using a Dynamic Shear Rheometer (DSR)" for average percent recovery @ 3,2 kPa for the applicable grades of binder in accordance with Section 9-02.1(4), the Contracting Agency may elect to test the sample using AASHTO Test Method T 301 "Standard Method of Test for Elastic Recovery Test of Asphalt Materials by Means of a Ductilometer." 2018 Street Patch and Overlay with Curb Ramps TED4a04007 Amendments to the 2018 Standard Specifications 44 (Revised 4/2/18) 2018 t 1 When AASHTO T 301 is used, a minimum of 65% elastic recovery (ER) will be required 2 when tested at 25°C ± C-SX. 3 4 9-02.1(6) Cationic Emulsified Asphalt 5 This section is revised to read: 6 7 Cationic Emulsified Asphalt meeting the requirements of AASHTO M 208 Table 1 of the 8 grades specified in the Contract shall be used. 9 10 9-02.5 Warm Mix Asphalt (WMA) Additive 11 This section, including title, is revised to read: 12 13 9-02.5 HMA Additive 14 Additives for HMA shall be accepted by the Engineer. 15 16 9-03. AP9 17 Section 9-03, Aggregates 18 April 2, 2018 19 20 9-03.1 Aggregates for Portland Cement Concrete 21 This section's title is revised to read: 22 23 Aggregates for Concrete 24 25 9-03.1(1) General Requirements 26 The first two sentences of the first paragraph are revised to read: 27 28 Concrete aggregates shall be manufactured from ledge rock, talus, or sand and gravel 29 in accordance with the provisions of Section 3-01. Reclaimed aggregate may be used if 30 it complies with the specifications for concrete. 31 32 The second paragraph (up until the colon) is revised to read: 33 34 Aggregates for concrete shall meet the following test requirements: 35 36 The second sentence of the second to last paragraph is revised to read: 37 38 The Contractor shall submit test results according to ASTM C1567 through the Engineer 39 to the State Materials Laboratory that demonstrate that the proposed fly ash when used 40 with the proposed aggregates and cement will control the potential expansion to 0.20 41 percent or less before the fly ash and aggregate sources may be used in concrete. 42 43 9-03.1(2) Fine Aggregate for Portland Cement Concrete 44 This section's title is revised to read: 45 46 Fine Aggregate for Concrete 47 48 9-03.1(4) Coarse Aggregate for Portland Cement Concrete 49 This section's title is revised to read: 50 2018 Street Patch and Overlay with Curb Ramps Amendments to the 2018 Standard Specifications TED4004007 45 (Revised 4/2/18) 2018 1 Coarse Aggregate for Concrete 2 3 9-03.1(4)0 Grading 4 The first paragraph (up until the colon) is revised to read: 5 6 Coarse aggregate for concrete when separated by means of laboratory sieves shall 7 conform to one or more of the following gradings as called for elsewhere in these 8 Specifications, Special Provisions, or in the Plans: 9 10 9-03.1(5) Combined Aggregate Gradation for Portland Cement Concrete 11 This section's title is revised to read: 12 13 Combined Aggregate Gradation for Concrete 14 15 9-03.1(5)8 Grading 16 In the last paragraph. "WSDOT FOP for WAQTC/AASHTO T 27/T 11" is revised to read 17 "FOP for WAQTC/AASHTO T 27/T 11". 18 19 9-03.2 Aggregate for Job-Mixed Portland Cement Mortar 20 This section's title is revised to read: 21 22 Aggregate for Job-Mixed Portland Cement or Blended Hydraulic Cement Mortar 23 24 The first sentence of the first paragraph is revised to read: 25 26 Fine aggregate for portland cement or blended hydraulic cement mortar shall consist of 27 sand or other inert materials, or combinations thereof, accepted by the Engineer, having 28 hard, strong, durable particles free from adherent coating. 29 30 9-03.4(1) General Requirements 31 The first paragraph (up until the colon) is revised to read: 32 33 Aggregate for bituminous surface treatment shall be manufactured from ledge rock, 34 talus, or gravel, in accordance with Section 3-01. Aggregates for Bituminous Surface 35 Treatment shall meet the following test requirements: 36 37 9-03.8(1) General Requirements 38 The first paragraph (up until the colon) is revised to read: 39 40 Aggregates for Hot Mix Asphalt shall meet the following test requirements: 41 42 9-03.8(7) HMA Tolerances and Adjustments 43 In the table in item number 1, the fifth row is revised to read: 44 48 Asphalt binder -0.4% to 0.5%±0.7% 45 46 In the table in item number 1, the following new row is inserted before the last row: 47 Voids in Mineral -1.5% Aggregate, VMA 2018 Street Patch and Overlay with Curb Ramps Amendments to the 2018 Standard Specifications TED4004007 46 (Revised 4/2/18) 2018 1 9-03.9(1) Ballast 2 The second paragraph (up until the colon) is revised to read: 3 4 Aggregates for ballast shall meet the following test requirements: 5 6 9-03.14(4) Gravel Borrow for Structural Earth Wall 7 The second sentence of the first paragraph is revised to read; 8 9 The material shall be substantially free of shale or other soft, poor durability particles, 10 and shall not contain recycled materials, such as glass, shredded tires, concrete rubble, 11 or asphaltic concrete rubble. 12 13 9-03.21 (1)E Table on Maximum Allowable percent (By Weight) of Recycled 14 Material 15 "Portland Cement" is deleted from the first two rows in the table. 16 17 9-04. AP9 18 Section 9-04, Joint and Crack Sealing Materials 19 April 2, 2018 20 21 9-04.1(2) Premolded Joint Filler for Expansion Joints 22 In this section, each reference to "AASHTO T 42" is revised to read "ASTM D 545". 23 24 9-04.2(1 )A1 Hot Poured Sealant for Cement Concrete Pavement 25 This section is supplemented with the following: 26 27 Hot poured sealant for cement concrete pavement is acceptable for installations in joints 28 where cement concrete pavement abuts a bituminous pavement. 29 30 9-04.2(1)A2 Hot Poured Sealant for Bituminous Pavement 31 This section is supplemented with the following: 32 33 Hot poured sealant for bituminous pavement is acceptable for installations in joints 34 where cement concrete pavement abuts a bituminous pavement. 35 36 9-04.2(1 )B Sand Slurry for Bituminous Pavement 37 Item number 2 of the first paragraph is revised to read: 38 39 2. Two percent portland cement or blended hydraulic cement, and 40 41 9-04.3 Joint Mortar 42 The first paragraph is revised to read: 43 44 Mortar for hand mortared joints shall conform to Section 9-20.4(3) and consist of one 45 part portland cement or blended hydraulic cement, three parts fine sand, and sufficient 46 water to allow proper workability. 47 2018 Street Patch and Overlay with Curb Ramps Amendments to the 2018 Standard Specifications TED4004007 47 (Revised 4/2/18} 2018 1 9-05.AP9 2 Section 9-05, Drainage Structures and Culverts 3 April 2, 2018 4 5 9-05.3(1)0 Age at Shipment 6 The last sentence of the first paragraph is revised to read; 7 8 Unless it is tested and accepted at an earlier age, it shall not be considered ready for 9 shipment sooner than 28 days after manufacture when made with Type II portland 10 cement or blended hydraulic cement, nor sooner than 7 days when made with Type III 11 Portland cement. 12 13 9-06.AP9 14 Section 9-06, Structural Steel and Related Materials 15 January 2, 2018 16 17 9-06.5 Bolts 18 This section's title is revised to read: 19 20 Bolts and Rods 21 22 9-06.5(4) Anchor Bolts 23 This section, including title, is revised to read: 24 25 9-06.5(4) Anchor Bolts and Anchor Rods 26 Anchor bolts and anchor rods shall meet the requirements of ASTM F1554 and, unless 27 otherwise specified, shall be Grade 105 and shall conform to Supplemental 28 Requirements 82, S3, and S4. 29 30 Nuts for ASTM F1554 Grade 105 black anchor bolts and anchor rods shall conform to 31 ASTM A563, Grade D or DH. Nuts for ASTM F1554 Grade 105 galvanized anchor bolts 32 and anchor rods shall conform to either ASTM A563, Grade DH, or AASHTO M292, 33 Grade 2H, and shall conform to the overlapping, lubrication, and rotational testing 34 requirements in Section 9-06.5(3). Nuts for ASTM F1554 Grade 36 or 55 black or 35 galvanized anchor bolts and anchor rods shall conform to ASTM A563, Grade A or DH. 36 Washers shall conform to ASTM F436. 37 38 The bolts and rods shall be tested by the manufacturer in accordance with the 39 requirements of the pertinent Specification and as specified in these Specifications. 40 Anchor bolts, anchor rods, nuts, and washers shall be inspected prior to shipping to the 41 project site. The Contractor shall submit to the Engineer for acceptance a 42 Manufacturer's Certificate of Compliance for the anchor bolts, anchor rods, nuts, and 43 washers, as defined in Section 1 -06.3. If the Engineer deems it appropriate, the 44 Contractor shall provide a sample of the anchor bolt, anchor rod, nut, and washer for 45 testing. 46 47 All bolts, rods, nuts, and washers shall be marked and identified as required in the 48 pertinent Specification. 49 50 9-06.18 Metal Bridge Railing 51 The second sentence of the first paragraph is revised to read: 2018 Street Patch and Overlay with Curb Ramps Amendments to the 2018 Standard Specifications TED4004007 48 (Revised 4/2/18) 2018 1 I 1 1 I » I 1 1 1 I 1 J J J I J 1 2 Steel used for metal railings, when galvanized after fabrication in accordance with 3 AASHTO M111, shall have a controlled silicon content of either 0.00 to 0.06 percent or 4 0.15 to 0.25 percent. 5 6 9-07.AP9 7 Section 9-07, Reinforcing Steel 8 April 2, 2018 9 10 9-07.5(2) Corrosion Resistant Dowel Bars (for Cement Concrete Pavement and 11 Cement Concrete Pavement Rehabilitation) 12 The first paragraph (up until the colon) is revised to read: 13 14 Corrosion resistant dowel bars shall be 114 inch outside diameter plain round steel bars 15 or tubular bars 18 inches in length and meet the requirements of one of the following; 16 17 Item number 4 and 5 of the first paragraph are revised to read: 18 19 4. Corrosion-resistant, low-carbon, chromium plain steel bars for concrete 20 reinforcement meeting all the requirements of ASTM A 1035 Alloy Type OS Grade 21 100 or Alloy Type OS Grade 120. 22 23 5. Zinc Clad dowel bars shall be 1 inch solid bars or tubular bars with 1.695 inch 24 outside diameter by 0.120 inch wall and shall have a minimum 0.035 inch A710 25 Zinc alloy clad to a plain steel inner bar meeting the chemical and physical 26 properties of AASHTO M 31, Grade 60, or AASHTO M 255, Grade 60. A710 Zinc 27 shall be composed of: zinc: 99.5 percent, by weight, minimum; copper: 0.1-0.25 28 percent, by weight; and iron: 0.0020 percent, by weight, maximum. Each end of 29 tubular bars shall be plugged using a snug-fitting insert to prohibit any intrusion of 30 concrete or other materials. 31 32 9-08.AP9 33 Section 9-08, Paints and Related Materials 34 January 2, 2018 35 36 9-08.1 (2)K Orange Equipment Enamel 37 In the second sentence of the first paragraph, the reference to "Federal Standard 595" is 38 revised to read "SAE AMS Standard 595". 39 40 9-08.1(8) Standard Colors 41 In the first paragraph, the reference to "Federal Standard 595" is revised to read "SAE AMS 42 Standard 595". 43 44 9-13.AP9 45 Section 9-13, Riprap, Quarry Spalls, Slope Protection, and Rock for Erosion 46 and Scour Protection and Rock Walls 47 April 2, 2018 48 49 9-13.1(1) General 50 The last paragraph is revised to read: 51 2018 Street Patch and Overlay with Curb Ramps Amendments to the 2018 Standard Specifications TED4004007 49 (Revised 4/2/18) 2018 1 9-29.2(1)A2 Non-Concrete Junction Boxes 2 The first paragraph Is revised to read: 3 4 Material for the non-concrete junction boxes shall be of a quality that will provide for a 5 similar life expectancy as portland cement or blended hydraulic cement concrete in a 6 direct burial application. 7 8 9-29.2(2)A Standard Duty Cable Vaults and Pull Boxes 9 In the table in the last paragraph, the fourth, fifth and sixth rows are revised to read: 10 Slip Resistant Lid ASTM A36 steel Frame ASTM A36 steel Slip Resistant Frame ASTM A36 steel 11 12 9-29.6 Light and Signal Standards 13 In the first sentence of the third paragraph, "AASHTO M232" is revised to read "ASTM F 14 2329". 15 16 Item number 2 of the last paragraph is revised to read: 17 18 2. The steel light and signal standard fabricator's shop drawing submittal, including 19 supporting design calculations, submitted as a Type 2E Working Drawing in 20 accordance with Section 8-20.2(1) and the Special Provisions. 21 22 9-29.6(1) Steel Light and Signal Standards 23 In the second paragraph, "AASHTO M232" is revised to read 'ASTM F 2329". 24 25 The first sentence of the last paragraph is revised to read: 26 27 Steel used for light and signal standards shall have a controlled silicon content of either 28 0.00 to 0.06 percent or 0.15 to 0.25 percent. 29 30 9-29.6(5) Foundation Hardware 31 In the last paragraph, "AASHTO M232" is revised to read 'ASTM F 2329". 32 33 9-29.10(1) Conventional Roadway Luminaires 34 This section is revised to read: 35 36 All conventional roadway luminaires shall meet 3G vibration requirements as described 37 in ANSI 0136.31. 38 39 All luminaires shall have housings fabricated from aluminum. The housing shall be 40 painted fiat gray, SAE AMS Standard 595 color chip No. 26280, unless otherwise 41 specified in the Contract. Painted housings shall withstand a 1,000 hour salt spray test 42 as specified in ASTM B117. 43 44 Each housing shall include a four bolt slip-fitter mount capable of accepting a nominal 2" 45 tenon and adjustable within +/- 5 degrees of the axis of the tenon. The clamping 46 bracket(s) and the cap screws shall not bottom out on the housing bosses when 47 adjusted within the +/- 5 degree range. No part of the slipfitter mounting brackets on the 48 luminaires shall develop a permanent set in excess of 0.2 inch when the cap screws 2018 Street Patch and Overlay with Curb Ramps Amendments to the 2018 Standard Specifications TED4004007 54 (Revised 4/2/18) 2018 1 1 used for mounting are tightened to a torque of 32 foot-pounds. Each luminaire shall 2 include leveling reference points for both transverse and longitudinal adjustment. 3 4 All luminaires shall include shorting caps when shipped. The caps shall be removed and 5 provided to the Contracting Agency when an alternate control device is required to be 6 installed in the photocell socket. House side shields shall be included when required by 7 the Contract. Order codes shall be modified to the minimum extent necessary to include 8 the option for house side shields. 9 10 This section is supplemented with the following new subsections: 11 12 9-29.10(1)A High Pressure Sodium (HPS) Conventional Roadway Luminaires 13 HPS conventional roadway luminaires shall meet the following requirements: 14 15 1. General shape shall be "cobrahead" style, with flat glass lens and full cutoff 16 optics. 17 18 2. Light pattern distribution shall be lES Type III. 19 20 3. The reflector of all luminaires shall be of a snap-in design or secured with 21 screws. The reflector shall be polished aluminum or prismatic borosilicate 22 glass. 23 24 4. Flat lenses shall be formed from heat resistant, high-impact, molded 25 borosilicate or tempered glass. 26 27 5. The lens shall be mounted in a doorframe assembly, which shall be hinged to 28 the luminaire and secured in the closed position to the luminaire by means of 29 an automatic latch. The lens and doorframe assembly, when closed, shall 30 exert pressure against a gasket seat. The lens shall not allow any light output 31 above 90 degrees nadir. Gaskets shall be composed of material capable of 32 withstanding the temperatures involved and shall be securely held in place. 33 34 6. The ballast shall be mounted on a separate exterior door, which shall be 35 hinged to the luminaire and secured in the closed position to the luminaire 36 housing by means of an automatic type of latch (a combination hex/slot 37 stainless steel screw fastener may supplement the automatic-type latch). 38 39 7. Each luminaire shall be capable of accepting a 150, 200, 250, 310, or 400 watt 40 lamp complete and associated ballast. Lamps shall mount horizontally. 41 42 9-29.10(1)6 Light Emitting Diode (LED) Conventional Roadway Luminaires 43 LED Conventional Roadway Luminaires are divided into classes based on their 44 equivalent High Pressure Sodium (HPS) luminaires. Current classes are 200W, 250W, 45 310W, and 400W. LED luminaires are required to be pre-approved in order to verify 46 their photometric output. To be considered for pre-approval, LED luminaires must meet 47 the requirements of this section. 48 49 LED luminaires shall include a removable access door, with tool-less entry, for access 50 to electronic components and the terminal block. The access door shall be removable, 51 but include positive retention such that it can hang freely without disconnecting from the 2018 street Patch and Overlay with Curb Ramps Amendments to the 2018 Standard Specifications TED4004007 55 (Revised 4/2/18) 2018 1 luminaire housing. LED drivers may be mounted either to the interior of the luminaire 2 housing or to the removable door itself. 3 4 LED drivers shall be removable for user replacement. All internal modular components 5 shall be connected by means of mechanical plug and socket type quick disconnects. 6 Wire nuts may not be used for any purpose. All external electrical connections to the 7 luminaire shall be made through the terminal block. 8 9 LED luminaires shall include a 7-pin NEMA photocell receptacle. The LED driver(s) 10 shall be dimmable from ten volts to zero volts. LED output shall have a Correlated Color 11 Temperature (CCT) of 4000K nominal (4000-4300K) and a Color Rendering Index (CRI) 12 of 70 or greater. LED output shall be a minimum of 85% at 75,000 hours at 25 degrees 13 Celsius. 14 15 LED luminaires shall be available for 120V, 240V, and 480V supply voltages. Voltages 16 refer to the supply voltages to the luminaires present in the field. LED power usage shall 17 not exceed the following maximum values for the applicable wattage class: 18 Class Max. Wattage 200W now 250W 165W 310W 210W 400W 275W 19 20 Only one brand of LED conventional roadway luminaire may be used on a Contract. 21 They do not necessarily have to be the same brand as any high-mast, underdeck, or 22 wall-mount luminaires when those types of luminaires are specified in the Contract. 23 LED luminaires shall include a standard 10 year manufacturer warranty. 24 25 The list of pre-approved LED Conventional Roadway Luminaires is available at 26 http://www.wsdot.wa.gov/Design/Traffic/ledluminaires.htm. 27 28 9-29.10(2) Decorative Luminaires 29 This section, including title, is revised to read; 30 31 9-29.10(2) Vacant 32 33 9-29.12 Electricat Splice Materials 34 This section is supplemented with the following new subsections: 35 36 9-29.12(3) Splice Enclosures 37 9-29.12(3)A Heat Shrink Splice Enclosure 38 Heat shrink splice enclosures shall be medium or heavy wall cross-linked 39 polyolefin, meeting the requirements of AMS-DTL-23053/15, with thermoplastic 40 adhesive sealant. Heat shrink splices used for "wye" connections require rubber 41 electrical mastic tape. 42 43 9-29.12(3)B Molded Splice Enclosure 44 Molded splice enclosures shall use epoxy resin in a clear rigid plastic mold. The 45 material used shall be compatible with the insulation material of the insulated 46 conductor or cable. The component materials of the resin insulation shall be 47 packaged ready for convenient mixing without removing from the package. 2018 Street Patch and Overlay with Curb Ramps Amendments to the 2018 Standard Specifications TED4004007 56 (Revised 4/2/18) 2018 1 2 9-29.12(4) Re-Enterable Splice Enclosure 3 Re-enterable splice enclosures shall use either dielectric grease or a flexible resin 4 contained in a two-piece plastic mold. The mold shall either snap together or use 5 stainless steel hose clamps. 6 7 9-29.12(5) Vinyl ElectrlcalTape for Splices 8 Vinyl electrical tape in splicing applications shall meet the requirements of MIL-I- 9 24391C. 10 11 9-29.12(1) Illumination Circuit Splices 12 This section is revised to read: 13 14 Underground illumination circuit splices shall be solderless crimped connections 15 capable of securely joining the wires, both mechanically and electrically, as defined In 16 Section 8-20.3(8). Aerial illumination splices shall be solderless crimp connectors or 17 split bolt vice-type connectors. 18 19 9-29.12(1)A Heat Shrink Splice Enclosure 20 This section is deleted in its entirety. 21 22 9-29.12(1)6 Molded Splice Enclosure 23 This section is deleted in its entirety. 24 25 9-29.12(2) Traffic Signal Splice Material 26 This section is revised to read: 27 28 Induction loop splices and magnetometer splices shall use an uninsulated barrel-type 29 crimped connector capable of being soldered. 30 31 9-29.16(2)E Painting Signal Heads 32 In the first sentence, "Federal Standard 595" is revised to read "SAE AMS Standard 595". 33 34 9-29.17 Signal Head Mounting Brackets and Fittings 35 In the first paragraph, item number 2 under Stainless Steel is revised to read: 36 37 2. Bands or cables for Type N mount. 38 39 9-29.20 Pedestrian Signals 40 In item 2C of the second paragraph, "Federal Standard 595" is revised to read "SAE AMS 41 Standard 595". 42 43 9-34.AP9 44 Section 9-34, Pavement Marking Material 45 January 2, 2018 46 47 9-34.2(2) Color 48 Each reference to "Federal Standard 595" is revised to read "SAE AMS Standard 595". 49 50 9-34.2(5) Low VOC Waterborne Paint 51 The heading "Standard Waterborne Paint" is supplemented with "Type 1 and 2". 2018 Street Patch and Overlay with Curb Ramps Amendments to the 2018 Standard Specifications TED4004007 57 (Revised 4/2/18) 2018 1 2 3 4 5 6 7 8 9 10 11 12 The heading "High-Build Waterborne Paint" is supplemented with "Type 4". The heading "Cold Weather Waterborne Paint" is supplemented with "Type 5". In the row beginning with "® @90T", each minimum value Is revised to read "60". In the row beginning with "Fineness of Grind, (Hegman Scale)", each minimum value is revised to read "3". The last four rows are replaced with the following: Vehicle Composition ASTMD 2621 100% acrylic emulsion 100% cross-linking acrylic^ 100% acrylic emulsion Freeze-Thaw Stability, KU ASTMD 2243 and D 562 (g 5 cycles show no coagulation or change in viscosity greater than ± 10 KU @ 5 cycles show no coagulation or change in viscosity greater than± lOKU @ 3 cycles show no coagulation or change in viscosity greater than±10KU Heat Stability ASTM D 5622 ± 10 KU from the ini^al viscosity ± 10 KU from the initial viscosity ± 10 KU from the initial Viscosity Low Temperature Film Formation ASTMD 28053 No Cracks*No Cracks Cold Flexibilitv^ASTM D522 Pass at 0.5 in mandrel* Test Deck Durability®ASTM D913 s70% paint retention in wheel track* Mud Cracking (See note 7)No Cracks No Cracks 13 14 15 16 After the preceding Amendments are applied, the following new column is inserted after the "Standard Waterborne Paint Type 1 and 2" column: Semi-Durable Waterborne Paint Type 3 White Yellow Min.Max.Min.Max. Within ± 0.3 of qualification sample 80 95 80 95 60 60 77 77 65 65 43 43 1.25 1.25 3 3 0,98 0.96 88 50 100°100° 9.5 9.5 10 10 100% acrylic emulsion @ 5 cycles show no coagulation or change in viscosity greater than ± 10 KU ± 10 KU from the initial viscosity No Cracks Pass at 0.25 in mandrel 2018 Street Patch and Overlay with Curb Ramps TED4004007 Amendments to the 2018 Standard Specifications 58 (Revised 4/2/18) 2018 >70% paint retention in wheel track No Cracks 1 2 The footnotes are supplemented with the following: 3 4 '^Cross-linking acrylic shall meet the requirements of federal specification TT-P-1952F 5 Section 3.1.1, 6 7 ®Cold Flexibility; The paint shall be applied to an aluminum panel at a wet film thickness 8 of 15 mils and allowed to dry under ambient conditions (50±10% RH and 72±5 °F) for 24 9 hours. A cylindrical mandrel apparatus (in accordance with ASTM D522 method B) shall 10 be put in a 40T refrigerator when the paint is drawn down. After 24 hours, the 11 aluminum panel with dry paint shall be put in the 40°F refrigerator with the mandrel 12 apparatus for 2 hours. After 2 hours, the panel and test apparatus shall be removed and 13 immediately tested to according to ASTM D522 to evaluate cold flexibility. Paint must 14 show no evidence of cracking, chipping or flaking when bent 180 degrees overa 15 mandrel bar of specified diameter. 16 17 ®NTPEP test deck, or a test deck conforming to ASTM D713, shall be conducted for a 18 minimum of six months with the following additional requirements: it shall be applied at 19 15 wet mils to a test deck that is located at 40N latitude or higher with at least 10,000 20 ADT and which was applied during the months of September through November. 21 22 ^Paint is applied to an approximately 4"x12" aluminum panel using a drawdown bar with 23 a 50 mil gap. The coated panel is allowed to dry under ambient conditions (50±10% RH 24 and 72±5 T) for 24 hours. Visual evaluation of the dry film shall reveal no cracks. 25 26 9-34.3 Plastic 27 In the first sentence of the last paragraph, "Federal Standard 595" is revised to read "SAE 28 AMS Standard 595". 29 30 9-34.3(2) Type B - Pre-Formed Fused Thermoplastic 31 In the last two paragraphs, each reference to "Federal Standard 595" is revised to read "SAE 32 AMS Standard 595". 33 34 9-34.7(1) Requirements 35 The first paragraph is revised to read: 36 37 Field performance evaluation is required for low VOC solvent-based paint per Section 9- 38 34.2(4), Type A - liquid hot applied thermoplastic per Section 9-34.3(1), Type B - 39 preformed fused thermoplastic per Section 9-34.3(2), Type C - cold applied preformed 40 tape per Section 9-34.3(3), and Type D - liquid applied methyl methacrylate per Section 41 9-34.3(4). 42 43 The last paragraph is deleted. 44 45 9-34.7(1)C Auto No-Track Time 46 The first paragraph is revised to read: 47 Auto No-Track Time will only be required for low VOC solvent-based paint in 48 accordance with Section 9-34.2(4). 49 50 The second and third sentences of the second paragraph are deleted. 2018 Street Patch and Overlay with Curb Ramps Amendments to the 2018 Standard Specifications TED4004007 59 (Revised 4/2/18) 2018 City of Renton Contract Provisions for 2018 Street Patch and Overlay with Curb Ramps Special Provisions Table of Contents INTRODUCTION TO THE SPECIAL PROVISIONS SP 1 DESCRIPTION OF WORK SP 2 1-02 BID PROCEDURES AND CONDITIONS SP 4 1-03 AWARD AND EXECUTION OF CONTRACT SP 11 1-04 SCOPE OF WORK SP 13 1-05 CONTROL OF WORK SP 14 1-06 CONTROL OF MATERIAL SP 17 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC SP 17 1-08 PROSECUTION AND PROGRESS SP 25 1-09 MEASUREMENT AND PAYMENT SP 30 1-10 TEMPORARY TRAFFIC CONTROL SP 32 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS SP 35 5-04 HOT MIX ASPHALT SP 37 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL SP 66 8-02 ROADSIDE RESTORATION SP 67 8-09 RAISED PAVEMENT MARKERS SP 68 8-20 ILLUMINATION,TRAFFICSIGNALSYSTEMS, INTELLIGENT TRANSPORTATION SYSTEMS, AND ELECTRICAL SP 69 8-22 PAVEMENT MARKING SP71 8-23 TEMPORARY PAVEMENT MARKINGS SP 71 9-04 JOINT AND CRACK SEALING MATERIALS SP 72 9-14 EROSION CONTROL AND ROADSIDE PLANTING SP 72 9-29 ILLUMINATION, SIGNAL, ELECTRICAL SP 73 APPENDICES SP73 NE 31^ St Bridge Replacement Project SP i Special Provisions TED4003843 2018 SPECIAL PROVISIONS I INTRODUCTION TO THE SPECIAL PROVISIONS (August 14, 2013 APWA GSP) The work on this project shall be accomplished in accordance with the Standard Specifications for Road, Bridge and Municipal Construction, 2018 edition, as issued by the Washington State Department of Transportation (WSDOT) and the American Public Works Association (APWA), Washington State Chapter (hereafter "Standard Specifications"). The Standard Specifications, as modified or supplemented by the Amendments to the Standard Specifications and these Special Provisions, all of which are made a part of the Contract Documents, shall govern all of the Work. These Special Provisions are made up of both General Special Provisions (GSPs) from various sources, which may have project-specific fill-ins; and project-specific Special Provisions. Each Provision either supplements, modifies, or replaces the comparable Standard Specification, or is a new Provision. The deletion, amendment, alteration, or addition to any subsection or portion of the Standard Specifications is meant to pertain only to that particular portion of the section, and in no way should it be interpreted that the balance of the section does not apply. The project-specific Special Provisions are not labeled as such. The GSPs are labeled under the headers of each GSP, with the effective date of the GSP and its source, as follows: (May 18, 2013 APWA GSP) (Aprill,2013 WSDOT GSP) {*****) Project Specific Special Provision added by City ofRenton Also incorporated into the Contract Documents by reference are: • Manual on Uniform Traffic Control Devices for Streets and Highways, currently adopted edition, with Washington State modifications. If any • Standard Plans for Road, Bridge and Municipal Construction, WSDOT/APWA, current edition • City of Renton Standard Details, City of Renton Public Works Department, Current Edition • Public Rights-Of-Way Accessibility Guidelines (PROWAG), current edition Contractor shall obtain copies of these publications, at Contractor's own expense. 2018 street Patch and Overlay with Curb Ramps SP1 Special Provisions TED4004007 2018 DIVISION 1 - GENERAL REQUIREMENTS DESCRIPTION OF WORK (March 13, 1995 WSDOTGSP) This Contract provides for the improvement of 2018 Street Patch and Overlay with Curb Ramps and other work, all in accordance with the attached Contract Plans, these Contract Provisions, and the Standard Specifications. 1-01.3 Definitions (January 4, 2016 APWA GSP} Delete the heading Completion Dates and the three paragraphs that follow it, and replace them with the following: Dates Bid Opening Date The date on which the Contracting Agency publicly opens and reads the Bids. Award Date The date of the formal decision of the Contracting Agency to accept the lowest responsible and responsive Bidder for the Work. Contract Execution Date The date the Contracting Agency officially binds the Agency to the Contract. Notice to Proceed Date The date stated in the Notice to Proceed on which the Contract time begins. Substantial Completion Date The day the Engineer determines the Contracting Agency has full and unrestricted use and benefit of the facilities, both from the operational and safety standpoint, any remaining traffic disruptions will be rare and brief, and only minor incidental work, replacement of temporary substitute facilities, plant establishment periods, or correction or repair remains for the Physical Completion of the total Contract. Physical Completion Date The day all of the Work is physically completed on the project. All documentation required by the Contract and required by law does not necessarily need to be furnished by the Contractor by this date. Completion Date The day all the Work specified in the Contract is completed and all the obligations of the Contractor under the contract are fulfilled by the Contractor. All documentation required by the Contract and required by law must be furnished by the Contractor before establishment of this date. Final Acceptance Date The date on which the Contracting Agency accepts the Work as complete. Supplement this Section with the following: 2018 Street Patch and Overlay with Curb Ramps SP 2 Special Provisions TED4004007 2018 1 All references in the Standard Specifications, Amendments, or WSDOT General Special Provisions, to the terms "State", "Department of Transportation", "Washington State Transportation Commission", "Commission", "Secretary of Transportation", "Secretary", "Headquarters", and "State Treasurer" shall be revised to read "Contracting Agency". All references to the terms "State" or "state" shall be revised to read "Contracting Agency" unless the reference is to an administrative agency of the State of Washington, a State statute or regulation, or the context reasonably indicates otherwise. All references to "State Materials Laboratory" shall be revised to read "Contracting Agency designated location". All references to "final contract voucher certification" shall be interpreted to mean the Contracting Agency form(s) by which final payment is authorized, and final completion and acceptance granted. Additive A supplemental unit of work or group of bid items, identified separately in the Bid Proposal, which may, at the discretion of the Contracting Agency, be awarded in addition to the base bid. Alternate One of two or more units of work or groups of bid items, identified separately in the Bid Proposal, from which the Contracting Agency may make a choice between different methods or material of construction for performing the same work. Business Day A business day is any day from Monday through Friday except holidays as listed in Section 1-08.5. Contract Bond The definition in the Standard Specifications for "Contract Bond" applies to whatever bond form(s) are required by the Contract Documents, which may be a combination of a Payment Bond and a Performance Bond. Contract Documents See definition for "Contract". Contract Time The period of time established by the terms and conditions of the Contract within which the Work must be physically completed. Notice of Award The written notice from the Contracting Agency to the successful Bidder signifying the Contracting Agency's acceptance of the Bid Proposal. Notice to Proceed The written notice from the Contracting Agency or Engineer to the Contractor authorizing and directing the Contractor to proceed with the Work and establishing the date on which the Contract time begins. 2018 street Patch and Overlay with Curb Ramps SP 3 Special Provisions TED4004007 2018 Traffic Both vehicular and non-vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and equestrian traffic. 1-02 BID PROCEDURES AND CONDITIONS 1-02.1 Prequalification of Bidders Delete this Section and replace it with the following: 1-02.1 Quallftcations of Bidder (January 24, 2011APWA GSP) Before award of a public works contract, a bidder must meet at least the minimum qualifications of RCW 39.04.350(1) to be considered a responsible bidder and qualified to be awarded a public works project. 1-02.2 Plans and Specifications (June 27, 2011 APWA GSP) Delete this section and replace it with the following: Information as to where Bid Documents can be obtained or reviewed can be found in the Call for Bids (Advertisement for Bids) for the work. After award of the contract. Plans and specifications will be issued to the Contractor at no cost as detailed below: To Prime Contractor No. of Sets Basis of Distribution Reduced Plans (11" x 17")N/A Furnished automatically upon award. Contract Provisions 5 Furnished automatically upon award. Large Plans (e.g., 22" x 34")N/A Furnished only upon request. Additional Plans and Contract Provisions may be obtained by the Contractor from the source stated in the Call for Bids, at the Contractor's own expense. 1-02.4 Examination of Plans, Specifications and Site of Work 1-02.4(1) General (August 15, 2016 APWA GSP Option B) 2018 Street Patch and Overlay with Curb Ramps TED4004007 SP4 Special Provisions 2018 The first sentence of the last paragraph is revised to read: Any prospective Bidder desiring an explanation or Interpretation of the Bid Documents, shall request the explanation or interpretation in writing by close of business, 5 days preceding the bid opening to allow a written reply to reach all prospective Bidders before the submission of their Bids. 1-02.4(2) Subsurface Information (March 8, 2013 APWA GSP) The second sentence in the first paragraph is revised to read: The Summary of Geotechnical Conditions and the boring logs, if and when included as an appendix to the Special Provisions, shall be considered as part of the Contract. 1-02.5 Proposal Forms Delete Section 1-02.5 and replace it with the following: The Proposal Form will identify the project and its location and describe the work. It will also list estimated quantities, units of measurement, the items of work, and the materials to be furnished at the unit bid prices. The bidder shall complete spaces on the proposal form that call for, but are not limited to, unit prices; extensions; summations; the total bid amount; signatures; date; and, where applicable, retail sales taxes and acknowledgment of addenda; the bidder's name, address, telephone number, and signature; a State of Washington Contractor's Registration Number; Unified Business Identifier (UBI); Industrial Insurance Account Number, Employment Security Department Number and State Excise Tax Registration Number. Bids shall be completed by typing or shall be printed in ink by hand, preferably in black ink. The required certifications are included as part of the Proposal Form. The Contracting Agency reserves the right to arrange the proposal forms with alternates and additives, if such be to the advantage of the Contracting Agency. The bidder shall bid on all alternates and additives set forth in the Proposal Form unless otherwise specified. 1-02.6 Preparation of Proposal Delete Section 1-02.6 and replace it with the following: The Contracting Agency will accept only those Proposals properly executed on the physical forms it provides, or electronic forms that the Bidder has been authorized to access. Unless it approves In writing, the Contracting Agency will not accept Proposals on forms attached to the Plans and stamped "Informational". All prices shall be in legible figures (not words) written in ink or typed, and expressed in U.S. dollars and cents. The Proposal shall include: 1. A unit price for each item (omitting digits more than four places to the right of the decimal point), 2018 Street Patch and Overlay with Curb Ramps SP 5 Special Provisions TED4004007 2018 2. An extension for each unit price (omitting digits more than two places to the right of the decimal point), and 3. The Total Bid Amount (the sum of all extensions). 4. If a minimum bid amount has been established for any item, the unit or lump sum price must equal or exceed the minimum amount stated. 5. Any correction to a bid made by interlineation, alteration, or erasure, shall be initiated by the signer of the bid. In the space provided on the signature sheet, the Bidder shall confirm that all Addenda have been received. The Bidder shall submit with the Bid a list of: 1. Subcontractors who will perform the work of heating, ventilation and air conditioning, plumbing as described in RCW 18.106 and electrical as described In RCW 19.28, and 2. The work those Subcontractors will perform on the Contract. 3. Shall not list more than one Subcontractor for each category of work identified, except, when Subcontractors vary with Bid alternates, in which case the Bidder shall identify which Subcontractor will be used for which alternate. If no Subcontractor is listed, the Bidder acknowledges that it does not intend to use any Subcontractor to perform those items of work. The Bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner. Evidence of the signatory's authority to sign the Bid Proposal on behalf of the business entltv shall be submitted with the Bid Proposal. Otherwise, the submitted Bid Proposal will be considered irregular and non-responsive and will be rejected. 1-02.6(1) Recycled Materials Proposal Section 1-02.6(1) is an added new section: The Bidder shall submit with the Bid, its proposal for incorporating recycled materials into the project, using the form provided in the Contract Provisions. Otherwise, the submitted Bid Proposal will be considered irregular and non-responsive and will be rejected. 1-02.6(2) Certification of Compliance with Wage Payment Statutes Section 1-02.6(2) is an added new section: 2018 Street Patch and Overlay with Curb Ramps SP 6 Special Provisions TED4004007 2018 The Bidder shall submit with the Bid a completed and signed "Contractor Certification, Wage Law Compliance - Responsibility Criteria, Washington State Public Works Contracts" document where the Bidder under penalty of perjurty verifies that the Bidder is in compliance with reponsibile bidder criteria in RCW 39.04.350 subsection {l}(g), as required per Section 1-02.14. Otherwise, the submitted Bid Proposal will be considered irregular and non-responsive and will be rejected. The Bidder may use the form provided in the Bid Documents. The form is also available at http://wsdot.wa.gov/forms/pdfForms.html. The Bidder may download, print, complete and sign the form to include with Bid. The DOT Form, DOT Form Number and revision date must match the form included In the Bid Documents, otherwise the Bid will be regarded as irregular and non-responsive and the Bid will be rejected. 1-02.7 Bid Deposit (March 8, 2013 APWA GSP) Supplement this section with the following: Bid bonds shall contain the following: 1. Contracting Agency-assigned number for the project; 2. Name of the project; 3. The Contracting Agency named as obligee; 4. The amount of the bid bond stated either as a dollar figure or as a percentage which represents five percent of the maximum bid amount that could be awarded; 5. Signature of the bidder's officer empowered to sign official statements. The signature of the person authorized to submit the bid should agree with the signature on the bond, and the title of the person must accompany the said signature; 6. The signature of the surety's officer empowered to sign the bond and the power of attorney. If so stated in the Contract Provisions, bidder must use the bond form included In the Contract Provisions. If so stated in the Contract Provisions, cash will not be accepted for a bid deposit. 1-02.7(1) Bid Bond, Cashier's Check, Postal Money Order I******j Section 1-02.7(1) is an added new section: As evidence of good faith, pursuant to RCW 35.23.352(1), an original Bid Proposal Deposit in the form of either a bid bond, cashier's check or postal money order in an amount equal to five percent (5%) of the Total Bid Amount shall be submitted with the Bid Proposal. If the Bidder elects to provide a bid bond, the Proposal Bid Bond form included In the Bid Documents 2018 Street Patch and Overlay with Curb Ramps SP 7 Special Provisions TE04004007 2018 shall be used. Otherwise, the Bid Proposal will be considered irregular and non-responsive and the Bid Proposal will be rejected. If the Bidder elects to provide a cashier's check, it shall be made payable to the City of Renton. If the Bidder elects to provide a postal money order, it shall be made payable to the City of Renton. Cash will not be accepted for a bid deposit. 1-02.9 Delivery of Proposal Delete Section 1-02.9 and replace It with the following: Each proposal shall be submitted in a seaied envelope, with the Project Name and Project Number as stated in the Call for Bids clearly marked on the outside of the envelope, or as otherwise required in the Bid Documents, to ensure proper handling and delivery. Proposals that are received as required will be pubiically opened and read as specified in Section 1- 02.12. The Contracting Agency will not open or consider any Bid Proposal that is received after the time specified in the Call for Bids for receipt of Bid Proposals, or received in a location other than that specified in the Call for Bids. 1-02.10 Withdrawing, Revising, or Supplementing Proposal (July 23, 2015 APWA GSP) Delete this section, and replace it with the following; After submitting a physical Bid Proposal to the Contracting Agency, the Bidder may withdraw, revise, or supplement it if: 1. The Bidder submits a written request signed by an authorized person and physically delivers it to the place designated for receipt of Bid Proposals, and 2. The Contracting Agency receives the request before the time set for receipt of Bid Proposals, and 3. The revised or supplemented Bid Proposal (if any) is received by the Contracting Agency before the time set for receipt of Bid Proposals. If the Bidder's request to withdraw, revise, or supplement its Bid Proposal is received before the time set for receipt of Bid Proposals, the Contracting Agency will return the unopened Proposal package to the Bidder. The Bidder must then submit the revised or supplemented package in its entirety. If the Bidder does not submit a revised or supplemented package, then its bid shall be considered withdrawn. Late revised or supplemented Bid Proposals or late withdrawal requests will be date recorded by the Contracting Agency and returned unopened. Mailed, e-mailed, or faxed requests to withdraw, revise or supplement a Bid Proposal are not acceptable. 1-02.12 Public Opening of Proposals 2018 street Patch and Overlay with Curb Ramps SP8 Special Provisions TED4004007 2018 Supplement Section 1-02.12 with the following: The Contracting Agency reserves the right to postpone the date and/or time that sealed bids are due and the bid opening. Notification to all bidders of any change will be by addenda. 1-02.13 Irregular Proposals Delete Section 1-02.13 and replace it with the following: 1. A proposal will be considered irregular and will be rejected if: a. The Bidder is not prequalified when so required; b. The authorized proposal form furnished by the Contracting Agency is not used or is altered; c. The completed proposal form contains any unauthorized additions, deletions, alternate Bids, or conditions; d. The Bidder adds provisions reserving the right to reject or accept the award, or enter into the Contract; e. A price per unit cannot be determined from the Bid Proposal; f. The Proposal form is not properly executed; g. The Bidder fails to submit with their Bid Proposal, evidence of signatory's authority to sign the Bid Proposal on behalf of the business entity, as required in Section 1-02.6; h. The Bidder fails to submit with their Bid Proposal, an original Bid Proposal Deposit In an amount equal to five percent (5%) of the Total Bid Amount, as required in Section 1-02.7; I. The Bidder elects to provide a Bid Bond for the Bid Proposal Deposit and does not submit or properly execute the Proposal Bid Bond form included in the Bid Documents, as required in Section 1-02.7(1); j. The Bidder fails to submit or properly complete a Subcontractor list, if applicable, as required in Section 1-02.6; k. The Bidder fails to submit or properly complete the Proposal for Incorporating Recycled Materials into the Project document, as required in Section 1-02.6(1). I. The Bidder fails to submit or properly execute the Contractor Certification, Wage Law Compliance - Responsibility Criteria, Washington State Public Works Contractors document, as required in Section 1-02.6(2). m. The Bid Proposal does not constitute a definite and unqualified offer to meet the material 2018 Street Patch and Overlay with Curb Ramps SP 9 Special Provisions TED4004aG7 2018 terms of the Bid Invitation; or n. More than one proposal is submitted for the same project from a Bidder under the same or different names. 2. A Proposal may be considered Irregular and may be rejected If: a. The Proposal does not Include a unit price for every Bid item; b. Any of the unit prices are excessively unbalanced (either above or below the amount of a reasonable Bid) to the potential detriment of the Contracting Agency; c. Receipt of Addenda is not acknowledged; d. A member of a joint venture or partnership and the joint venture or partnership submit Proposals for the same project (in such an instance, both Bids may be rejected); or e. If Proposal form entries are not made in ink. 1-02.14 Disqualification of Bidders (July 31, 2017 APWA GSP, Option A) Delete this Section and replace It with the following: A Bidder will be deemed not responsible if the Bidder does not meet the mandatory bidder responsibility criteria in RCW 39.04.350(1), as amended. The Contracting Agency will verify that the Bidder meets the mandatory bidder responsibility criteria In RCW 39.04.350(1). To assess bidder responsibility, the Contracting Agency reserves the right to request documentation as needed from the Bidder and third parties concerning the Bidder's compliance with the mandatory bidder responsibility criteria. The Bidder shall submit to the Contracting Agency a signed "Certification of Compliance with Wage Payment Statutes" document where the Bidder under penaiity of perjury verifies that the Bidder is in compliance with responsible bidder criteria in RCW 39.04.350 subsection (l)(g). A form appropriate for "Certification of Compliance with Wage Payment Statutes" will be provided by the Contracting Agency in the Bid Documents. The form provided In the Bid Documents shall be submitted with the Bid as stated in Section 1-02.9. If the Contracting Agency determines the Bidder does not meet the bidder responsibility criteria in RCW 39.04.350(1) and is therefore not a responsible Bidder, the Contracting Agency shall notify the Bidder in writing, with the reasons for its determination. If the Bidder disagrees with this determination, it may appeal the determination within two (2) business days of the Contracting Agency's determination by presenting its appeal and any additional information to the Contracting Agency. The Contracting Agency will consider the appeal and any additional information before Issuing its final determination. If the final determination affirms that the Bidder is not responsible, the Contracting Agency will not execute a contract with any other Bidder until at least two business days after the Bidder determined to be not responsible has received the Contracting Agency's final determination. 2018 street Patch and Overlay with Curb Ramps SP10 Special Provisions TED4004007 2018 1-02.15 Pre Award Information (August 14, 2013 APWA GSP) Revise this section to read: Before awarding any contract, the Contracting Agency may require one or more of these items or actions of the apparent lowest responsible bidder: 1. A complete statement of the origin, composition, and manufacture of any or aii materials to be used, 2. Samples of these materials for quality and fitness tests, 3. A progress schedule (in a form the Contracting Agency requires) showing the order of and time required for the various phases of the work, 4. A breakdown of costs assigned to any bid item, 5. Attendance at a conference with the Engineer or representatives of the Engineer, 6. Obtain, and furnish a copy of. a business license to do business in the citv or countv where the work is located. 7. Any other information or action taken that is deemed necessary to ensure that the bidder is the lowest responsible bidder. 1-03 AWARD AND EXECUTION OF CONTRACT 1-03.1 Consideration of Bids (January 23, 2006 APWA GSP) Revise the first paragraph to read: After opening and reading proposals, the Contracting Agency will check them for correctness of extensions of the prices per unit and the total price. If a discrepancy exists between the price per unit and the extended amount of any bid item, the price per unit will control, if a minimum bid amount has been established for any item and the bidder's unit or lump sum price is less than the minimum specified amount, the Contracting Agency will unilaterailv revise the unit or lump sum price, to the minimum specified amount and recalculate the extension. The total of extensions, corrected where necessary, including sales taxes where applicable and such additives and/or alternates as selected by the Contracting Agency, will be used by the Contracting Agency for award purposes and to fix the Awarded Contract Price amount and the amount of the contract bond. 1-03.1(1) Identical Bid Totals (January 4, 2016 APWA GSP) Revise this section to read: 2018 street Patch and Overlay with Curb Ramps SP11 Special Provisions TED4004007 2018 After opening Bids, if two or more lowest responsive Bid totals are exactly equal, then the tie-breaker will be the Bidder with an equal lowest bid, that proposed to use the highest percentaee of recycled materials in the Proiect. per the form submitted with the Bid Proposal. If those oercentaRes are also exactly equal, then the tie-breaker will be determined by drawing as follows: Two or more slips of paper will be marked as follows: one marked "Winner" and the other{s) marked "unsuccessful". The slips will be folded to make the marking unseen. The slips will be placed inside a box. One authorized representative from each Bidder shall draw a slip from the box. Bidders shall draw in alphabetic order by the name of the firm as registered with the Washington State Department of Licensing. The slips shall be unfolded and the firm with the slip marked "Winner" will be determined to be the successful Bidder and eligible for Award of the Contract. Only those Bidders who submitted a Bid total that is exactly equal to the lowest responsive Bid, and with a proposed recycled materials percentage that is exactly equal to the hiRhest proposed recycled materials amount, are eligible to draw. 1-03.3 Execution of Contract (October 1, 2005 APWA GSP) Revise this section to read: Copies of the Contract Provisions, including the unsigned Form of Contract, will be available for signature by the successful bidder on the first business day following award. The number of copies to be executed by the Contractor will be determined by the Contracting Agency. Within ten (10) calendar days after the award date, the successful bidder shall return the signed Contracting Agency-prepared contract, an insurance certification as required by Section 1-07.18, 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 the calendar days after the award date stated above, the Contracting Agency may grant up to a maximum of zero (01 additional calendar days for return of the documents, provided the Contracting Agency deems the circumstances warrant It. 1-03.4 Contract Bond (July 23, 2015 APWA GSP) Delete the first paragraph and replace it with the following: The successful bidder shall provide an executed payment and performance bond(s) for the full contract amount. The bond may be combined payment and performance bond; or be separate payment and performance bonds. In the case of separate payment and performance bonds, each shall be for the full contract amount. The bond(s) shall: 2018 street Patch and Overlay with Curb Ramps SP12 Special Provisions TED4004007 2018 1. Be on a Contracting Agency-furnished form; 2. Be signed by an approved surety (or sureties) that: a. Is registered with the Washington State Insurance Commissioner, and b. Appears on the current Authorized Insurance List In the State of Washington published by the Office of the Insurance Commissioner, 3. Guarantee that the Contractor will perform and comply with all obligations, duties, and conditions under the Contract, including but not limited to the duty and obligation to indemnify, defend, and protect the Contracting Agency against at! losses and claims related directly or indirectly from any failure; a. Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors of the Contractor) to faithfully perform and comply with all contact obligations, conditions, and duties, or b. Of the Contractor (or the subcontractors or lower tier subcontractors of the Contractor) to pay all laborers, mechanics, subcontractors, lower tier subcontractors, material person, or any other person who provides supplies or provisions for carrying out the work; 4. Be conditioned upon the payment of taxes, increases, and penalties incurred on the project under titles 50, 51, and 82 RCW; and 5. Be accompanied by a power of attorney for the Surety's officer empowered to sign the bond; and 6. Be signed by an officer of the Contractor empowered to sign official statements (sole proprietor or partner). If the Contractor is a corporation, the bond(s) must be signed by the president or vice-president, unless accompanied by written proof of the authority of the Individual signing the bond(s) to bind the corporation (i.e., corporate resolution, power of attorney, or a letter to such effect signed by the president or vice-president). 1-03.7 Judicial Review (July 23, 2015 APWA GSP) Revise this section to read: Any decision made by the Contracting Agency regarding the Award and execution of the Contract or Bid rejection shall be conclusive subject to the scope of judicial review permitted under Washington Law. Such review, if any, shall be timely filed in the Superior Court of the county where the Contracting Agency headquarters is located, provided that where an action is asserted against a countv. RCW 36.01.05 shall control venue and jurisdiction. 1-04 SCOPE OF WORK 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications and Addenda 2018 Street Patch and Overlay with Curb Ramps SP13 Special Provisions TED4004007 2018 (March 13, 2012 APWA GSP) Revise the second paragraph to read: Any inconsistency in the parts of the contract shall be resolved by following this order of precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 1. Addenda, 2. Proposal Form, 3. Special Provisions, 4. Contract Plans, 5. Amendments to the Standard Specifications, 6. Standard Specifications, 7. Contracting Afiencv's Standard Plans or Details (if any), and 8. WSDOT Standard Plans for Road. Bridge, and Municipal Construction. 1-05 CONTROL OF WORK 1-05.7 Removal of Defective and Unauthorized Work (October 1, 2005 APWA GSP) Supplement this section with the following: If the Contractor fails to remedy defective or unauthorized work within the time specified in a written notice from the Engineer, or fails to perform any part of the work required by the Contract Documents, the Engineer may correct and remedy such work as may be identified in the written notice, with Contracting Agency forces or by such other means as the Contracting Agency may deem necessary. If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work removed and replaced, or have work the Contractor refuses to perform completed by using Contracting Agency or other forces. An emergency situation is any situation when, in the opinion of the Engineer, a delay in its remedy could be potentially unsafe, or might cause serious risk of loss or damage to the public. Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from monies due, or to become due, the Contractor. Such direct and indirect costs shall include in particular, but without limitation, compensation for additional professional services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized work. No adjustment In contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the Contracting Agency's rights provided by this Section. 2018 Street Patch and Overlay with Curb Ramps SP14 Special Provisions TED4004007 2018 The rights exercised under the provisions of this section shall not diminish the Contracting Agency's right to pursue any other avenue for additional remedy or damages \A/ith respect to the Contractor's failure to perform the work as required. 1-05.11 Final Inspection Delete this section and replace it with the following: 1-05.11 Final Inspections and Operational Testing (October 1, 2005 APWA GSP) 1-05.11(1) Substantial Completion Date When the Contractor considers the work to be substantially complete, the Contractor shall so notify the Engineer and request the Engineer establish the Substantial Completion Date. The Contractor's request shall list the specific items of work that remain to be completed in order to reach physical completion. The Engineer will schedule an inspection of the work with the Contractor to determine the status of completion. The Engineer may also establish the Substantial Completion Date unilaterally. If, after this inspection, the Engineer concurs with the Contractor that the work is substantially complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set the Substantial Completion Date. If, after this inspection the Engineer does not consider the work substantially complete and ready for its intended use, the Engineer will, by written notice, so notify the Contractor giving the reasons therefore. Upon receipt of written notice concurring in or denying substantial completion, whichever is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized interruption, the work necessary to reach Substantial and Physical Completion. The Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work. The above process shall be repeated until the Engineer establishes the Substantial Completion Date and the Contractor considers the work physically complete and ready for final inspection. 1-05.11(2) Final Inspection and Physical Completion Date When the Contractor considers the work physically complete and ready for final inspection, the Contractor by written notice, shall request the Engineer to schedule a final inspection. The Engineer will set a date for final inspection. The Engineer and the Contractor will then make a final inspection and the Engineer will notify the Contractor in writing of ail particulars in which the final inspection reveals the work incomplete or unacceptable. The Contractor shall immediately take such corrective measures as are necessary to remedy the listed deficiencies. Corrective work shall be pursued vigorously, diligently, and without interruption until physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied the listed deficiencies have been corrected. If action to correct the listed deficiencies is not initiated within 7 days after receipt of the written notice listing the deficiencies, the Engineer may, upon written notice to the Contractor, take whatever 2018 street Patch and Overlay with Curb Ramps SP15 Special Provisions TED4G04007 2018 steps are necessary to correct those deficiencies pursuant to Section 1-05.7. The Contractor will not be allowed an extension of contract time because of a delay in the performance of the work attributable to the exercise of the Engineer's right hereunder. Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting Agency, in writing, of the date upon which the work was considered physically complete. That date shall constitute the Physical Completion Date of the contract, but shall not imply acceptance of the work or that all the obligations of the Contractor under the contract have been fulfilled. 1-05.11(3) Operational Testing It is the intent of the Contracting Agency to have at the Physical Completion Date a complete and operable system. Therefore when the work involves the installation of machinery or other mechanical equipment; street lighting, electrical distribution or signal systems; irrigation systems; buildings; or other similar work it may be desirable for the Engineer to have the Contractor operate and test the work for a period of time after final inspection but prior to the physical completion date. Whenever items of work are listed in the Contract Provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment which prove faulty, or that are not in first class operating condition. Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing, shall be included in the unit contract prices related to the system being tested, unless specifically set forth otherwise in the proposal. Operational and test periods, when required by the Engineer, shall not affect a manufacturer's guaranties or warranties furnished under the terms of the contract. 1-05.13 Superintendents, Labor and Equipment of Contractor (August 14, 2013 APWA GSP) Delete the sixth and seventh paragraphs of this section. 1-05.15 Method of Serving Notices (March 25, 2009 APWA GSP) Revise the second paragraph to read: All correspondence from the Contractor shall be directed to the Project Engineer. All correspondence from the Contractor constituting anv notification, notice of protest, notice of dispute, or other correspondence constituting notification required to be furnished under the Contract, must be in paper format, hand delivered or sent via mall deliverv service to the Project Engineer's office. Electronic copies such as e-mails or electronicallv delivered copies of correspondence will not 2018 street Patch and Overlay with Curb Ramps SP16 Special Provisions TED4004007 2018 constitute such notice and will not comply with the requirements of the Contract. 1-05.16 Water and Power (October 1, 2005 APWA GSP) Section 1-05.16 is an added new section: The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the contract includes power and water as a pay item. 1-06 CONTROL OF MATERIAL 1-06.6 Recycled Materials (January 4, 2016 APWA GSP) Delete this section, including its subsections, and replace it with the following: The Contractor shall make their best effort to utilize recycled materials in the construction of the project. Approval of such material use shall be as detailed elsewhere in the Standard Specifications. Prior to Physical Completion the Contractor shall report the quantity of recycled materials that were utilized in the construction of the project for each of the items listed in Section 9-03.21. The report shall include hot mix asphalt, recycled concrete aggregate, recycled glass, steel furnace slag and other recycled materials (e.g. utilization of on-site material and aggregates from concrete returned to the supplier). The Contractor's report shall be provided on DOT form 350-075 Recycled Materials Reporting. 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.1 Laws to be Observed (October 1, 2005 APWA GSP) Supplement this section with the following: In cases of conflict between different safety regulations, the more stringent regulation shall apply. The Washington State Department of Labor and Industries shall be the sole and paramount administrative agency responsible for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (WtSHA). The Contractor shall maintain at the project site office, or other well known place at the project site, all articles necessary for providing first aid to the injured. The Contractor shall establish, publish, and make known to all employees, procedures for ensuring immediate removal to a hospital, or doctor's care, persons, including employees, who may have been injured on the project site. Employees should not be permitted to work on the project site before the Contractor has established and made known procedures for removal of injured persons to a hospital or a doctor's care. 2018 street Patch and Overlay with Curb Ramps SP17 Special Provisions 1604004007 2018 The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the Contractor's plant, appliances, and methods, and for any damage or injury resulting from their failure, or improper maintenance, use, or operation. The Contractor shall be solely and completely responsible for the conditions of the project site, including safety for all persons and property in the performance of the work. This requirement shall apply continuously, and not be limited to normal working hours. The required or Implied duty of the Engineer to conduct construction review of the Contractor's performance does not, and shall not, be intended to include review and adequacy of the Contractor's safety measures in, on, or near the project site. 1-07.2 State Taxes Delete this section, including its sub-sections, in its entirety and replace it with the following: 1-07.2 State Sales Tax (June 27, 2011 APWA GSP) The Washington State Department of Revenue has issued special rules on the State sales tax. Sections 1-07.2(1) through 1-07.2(3) are meant to clarify those rules. The Contractor should contact the Washington State Department of Revenue for answers to questions in this area. The Contracting Agency will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability. The Contractor shall include all Contractor-paid taxes in the unit bid prices or other contract amounts. In some cases, however, state retail sales tax will not be included. Section 1-07.2(2) describes this exception. The Contracting Agency will pay the retained percentage (or release the Contract Bond if a FHWA- funded Project) only If the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all contract-related taxes have been paid (RCW 60.28.051). The Contracting Agency may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of Revenue, whether the amount owed relates to this contract or not. Any amount so deducted will be paid into the proper State fund. 1-07.2(1) State Sales Tax - Rule 171 WAC 458-20-171, and its related rules, apply to building, repairing, or improving streets, roads, etc., which are owned by a municipal corporation, or political subdivision of the state, or by the United States, and which are used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within and included as a part of the street or road drainage system and power lines when such are part of the roadway lighting system. For work performed in such cases, the Contractor shall include Washington State Retail Sales Taxes in the various unit bid item prices, or other contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the work. 1-07.2(2) StateSalesTax —Rule 170 WAC 458-20-170, and its related rules, apply to the constructing and repairing of new or existing buildings, or other structures, upon real property. This includes, but is not limited to, the construction of streets, roads, highways, etc., owned by the state of Washington; water mains and their 2018 street Patch and Overlay with Curb Ramps SP18 Special Provisions TED4a04007 2018 appurtenances; sanitary sewers and sewage disposal systems unless such sewers and disposal systems are within, and a part of, a street or road drainage system; telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of a street or road lighting system; and installing or attaching of any article of tangible personal property in or to real property, whether or not such personal property becomes a part of the realty by virtue of installation. For work performed in such cases, the Contractor shall collect from the Contracting Agency, retail sales tax on the full contract price. The Contracting Agency will automatically add this sales tax to each payment to the Contractor. For this reason, the Contractor shall not include the retail sales tax in the unit bid item prices, or in any other contract amount subject to Rule 170, with the following exception. Exception: The Contracting Agency will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit bid item prices or in any other contract amount. 1-07.2(3) Services The Contractor shall not collect retail sales tax from the Contracting Agency on any contract wholly for professional or other services {as defined in Washington State Department of Revenue Rules 138 and 244). 1-07.7 Load Limits (March 13,1995 WSDOTGSP) Section 1-07.7 is supplemented with the following: If the sources of materials provided by the Contractor necessitates hauling over roads other than State Highways, the Contractor shall, at the Contractor's expense, make all arrangements for the use of the haul routes. 1-07.13 Contractor's Responsibility for Work 1-07.13(4) Repair of Damage (August 6, 2001 WSDOT GSP) Section 1-07.13(4) is revised to read: The Contractor shall promptly repair all damage to either temporary or permanent work as directed by the Engineer. For damage qualifying for relief under Sections 1-07.13(1), 1-07.13(2) or 1-07.13(3), payment will be made in accordance with Section 1-04.4. Payment will be limited to repair of damaged work only. No payment will be made for delay or disruption of work. 1-07.17 Utilities and Similar Facilities 1-07.17(3) Transit Facilities 2018 Street Patch and Overlay with Curb Ramps SP19 Special Provisions TED4004007 2018 I******! Section 1-07.17(3) is a new section; King County Metro Any construction or installation activities affecting transit operations orfacilities must be coordinated by the Contractor through the Metro Transit Construction Information Center. The Contractor shall prepare and submit the appropriate construction notification documentation for King County Metro Transit and provide copies of such documentation to the Engineer. For notification information and guidelines, refer to: http://www.kingcountv.gov/transportation/l<cdat/MetroTran5it/Construction.aspx 1-07.18 Public Liability and Property Damage Insurance Delete this section in its entirety, and replace it with the following: 1-07.18 Insurance (January 4, 2016 APWA GSP) 1-07.18(1) General Requirements A. The Contractor shall procure and maintain the insurance described in all subsections of section 1-07.18 of these Special Provisions, from insurers with a current A.M. Best rating of not less than A-: VII and licensed to do business in the State of Washington. The Contracting Agency reserves the right to approve or reject the insurance provided, based on the insurer's financial condition. B. The Contractor shall keep this insurance in force without interruption from the commencement of the Contractor's work through the term of the Contract and for thirty (30) days after the Physical Completion date, unless otherwise indicated below. C. If any insurance policy is written on a claims made form, its retroactive date, and that of all subsequent renewals, shall be no later than the effective date of this Contract. The policy shall state that coverage is claims made, and state the retroactive date. Claims-made form coverage shall be maintained by the Contractor for a minimum of 36 months following the Completion Date or earlier termination of this Contract, and the Contractor shall annually provide the Contracting Agency with proof of renewal. If renewal of the claims made form of coverage becomes unavailable, or economically prohibitive, the Contractor shall purchase an extended reporting period ("tail") or execute another form of guarantee acceptable to the Contracting Agency to assure financial responsibility for liability for services performed. D. The Contractor's Automobile Liability, Commercial General Liability and Excess or Umbrella Liability insurance policies shall be primary and non-contributory insurance as respects the Contracting Agency's insurance, self-insurance, or self-insured pool coverage. Any insurance, self-insurance, or self-insured pool coverage maintained by the Contracting Agency shall be excess of the Contractor's insurance and shall not contribute with it. 2018 street Patch and Overlay with Curb Ramps SP 20 Special Provisions TED4004007 2018 E. The Contractor shall provide the Contracting Agency and all additional insureds with written notice of any policy cancellation, within two business days of their receipts of such notice. F. The Contractor shall not being work under the Contract until the required insurance has been obtained and approved by the Contracting Agency. G. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the Contracting Agency may, after giving five business days' notice to the Contractor to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the Contracting Agency on demand, or at the sole discretion of the Contracting Agency, offset against funds due the Contractor from the Contracting Agency. H. All costs for insurance shall be incidental to and included in the unit or lump sum prices of the Contract and no additional payment will be made. 1-07.18(2) Additional Insured All insurance policies, with the exception of Workers Compensation, and of Professional Liability and Builder's Risk (if required by this Contract), shall name the following listed entities as additional insured(s) using the forms or endorsements required herein: n the Contracting Agency and its officers, elected officials, employees, agents, and volunteers The above-listed entities shall be additional insured{s) for the full available limits of liability maintained by the Contractor, irrespective of whether such limits maintained by the Contractor are greater than those required by this Contract, and irrespective of whether the Certificate of Insurance provided by the Contractor pursuant to 1-07.18(4) describes limits lower than those maintained by the Contractor. For Commercial General Liability insurance coverage, the required additional insured endorsements shall be at least as broad as ISO forms CG 20 10 10 01 for ongoing operations and CG 20 37 10 01 for completed operations. 1-07.18(3) Subcontractors The Contractor shall cause each Subcontractor of every tier to provide insurance coverage that complies with all applicable requirements of the Contractor-provided insurance as set forth herein, except the Contractor shall have sole responsibility for determining the limits of coverage required to be obtained by Subcontractors. The Contractor shall ensure that all Subcontractors of every tier add all entities listed in 1-07.18(2) as additional insureds, and provide proof of such on the policies as required by that section as detailed in 1-07.18(2) using an endorsement as least as broad as ISO CG 20 10 10 01 for ongoing operations and CG 20 37 10 01 for completed operations. Upon request by the Contracting Agency, the Contractor shall forward to the Contracting Agency evidence of insurance and copies of the additional insured endorsements of each Subcontractor of 20X8 street Patch and Overlay with Curb Ramps SP 21 Special Provisions TED4004007 2018 every tier as required in 1-07.18(4) Verification of Coverage. 1-07.18(4) Evidence of Insurance The Contractor shall deliver to the Contracting Agency a Certificate(s) of Insurance and endorsements for each policy of insurance meeting the requirements set forth herein when the Contractor delivers the signed Contract for the work. Failure of Contracting Agency to demand such verification of coverage with these insurance requirements or failure of the Contracting Agency to identify a deficiency from the insurance documentation provided shall not be construed as a waiver of Contractor's obligation to maintain such insurance. Verification of coverage shall include: 1. An ACORD certificate or a form determined by the Contracting Agency to be equivalent. 2. Copies of all endorsements naming Contracting Agency and all other entities listed in 1-07.18(2) as additional insured(s), showing the policy number. The Contractor may submit a copy of any blanket additional insured clause from its policies instead of a separate endorsement. 3. Any other amendatory endorsements to show the coverage required herein. 4. A notation of coverage enhancements on the Certificate of Insurance shall not satisfy these requirements - actual endorsements must be submitted. Upon request by the Contracting Agency, the Contractor shall forward to the Contracting Agency a full and certified copy of the insurance policy(s). If Builders Risk insurance is required on this Project, a full and certified copy of that policy is required when the Contractor delivers the signed Contract for the work. 1-07.18(5) Coverages and Limits The insurance shall provide the minimum coverages and limits set forth below. Contractor's maintenance of insurance, its scope of coverage, and limits as required herein shall not be construed to limit the liability of the Contractor to the coverage provided by such insurance, or otherwise limit the Contracting Agency's recourse to any remedy available at law or in equity. All deductibles and self-insured retentions must be disclosed and are subject to approval by the Contracting Agency. The cost of any claim payments falling within the deductible or self-insured retention shall be the responsibility of the Contractor. In the event an additional insured incurs a liability subject to any policy's deductibles or self-insured retention, said deductibles or self-insured retention shall be the responsibility of the Contractor. 1-07.18(5)A Commercial General Liability Commercial General Liability Insurance shall be written on coverage forms at least as broad as ISO occurrence form CG 00 01, including but not limited to liability arising from premises, operations, stop gap liability, independent contractors, products-completed operations, personal and advertising injury, and liability assumed under an insured contract. There shall be no exclusion for liability arising from explosion, collapse or underground property damage. 2018 street Patch and Overlay with Curb Ramps SP 22 Special Provisions TED4004007 2018 The Commercial General Liability insurance shall be endorsed to provide a per project general aggregate limit, using ISO form CG 25 03 05 09 or an equivalent endorsement. Contractor shall maintain Commercial General Liability Insurance arising out of the Contractor's completed operations for at least three years following Substantial Completion of the Work. Such policy must provide the following minimum limits: $1,000,000 Each Occurrence $2,000,000 General Aggregate $2,000,000 Products & Completed Operations Aggregate $1,000,000 Personal & Advertising Injury, each offence $1,000,000 Stop Gap / Employers' Liability each accident 1-07.18(5)8 Automobile Liability Automobile Liability shall cover owned, non-owned, hired, and leased vehicles; and shall be written on a coverage form at least as broad as ISO form CA 00 01. If the work involves the transport of pollutants, the automobile liability policy shall include MCS 90 and CA 99 48 endorsements. Such policy must provide the following minimum limit: $1,000,000 Combined single limit each accident 1-07.18(5)C Workers' Compensation The Contractor shall comply with Workers' Compensation coverage as required by the Industrial Insurance laws of the state of Washington. 1-07.23 Public Convenience and Safety 1-07.23(1) Construction Under Traffic (January 2, 2012 WSDOTGSP) Section 1-07.23(1) is supplemented with the following: Work Zone Clear Zone The Work Zone Clear Zone (WZCZ) applies during working and nonworking hours. The WZCZ applies only to temporary roadside objects introduced by the Contractor's operations and does not apply to preexisting conditions or permanent Work. Those work operations that are actively in progress shall be in accordance with adopted and approved Traffic Control Plans, and other contract requirements. During nonworking hours equipment or materials shall not be within the WZCZ unless they are protected by permanent guardrail or temporary concrete barrier. The use of temporary concrete barrier shall be permitted only if the Engineer approves the installation and location. During actual hours of work, unless protected as described above, only materials absolutely necessary to construction shall be within the WZCZ and only construction vehicles absolutely 2018 street Patch and Overlay >vith Curb Ramps SP 23 Special Provisions TED4004007 2018 necessary to construction shall be allowed within the WZCZ or allowed to stop or park on the shoulder of the roadway. The Contractor's nonessential vehicles and employees private vehicles shall not be permitted to park within the WZCZ at any time unless protected as described above. Deviation from the above requirements shall not occur unless the Contractor has requested the deviation In writing and the Engineer has provided written approval. Minimum WZCZ distances are measured from the edge of traveled way and will be determined as follows; Regulatory Posted Speed Distance From Traveled Way (Feet) 35 mph or less 10* 40 mph 15 45 to 55 mph 20 60 mph or greater 30 * or 2-feet beyond the outside edge of sidewalk Minimum Work Zone Clear Zone Distance (Januarys, 2012 WSDOTGSP) Section 1-07.23(1) is supplemented with the following: Lane closures are subject to the following restrictions: With the exception of holidays, lane closues are limited to the hours of 8:00 AM to 5:00 PM, Monday through Friday, except for the following locations: • Bronson Way N / S - Lane closures are limited to the hours of 8:30 AM to 3:30 PM, Monday through Friday. • S 2"^" Street - Lane closures are limited to the hours of 8:30 AM to 3:30 PM, Monday through Friday. • Mill Ave S - Lane closures are limited to the hours of 8:30 AM to 3:30 PM, Monday through Friday. • Benson Road S (108*^ Ave SE) - Lane closures are limited to the hours of 8:30 AM to 3:30 PM, Monday through Friday. • Benson Drive S (SR 515} - Lane closures are limited to the hours of 8:30 AM to 3:30 PM, Monday through Friday. • 140^'' Way SE - Lane closures are limited to the hours of 8:30 AM to 3:30 PM, Monday through Friday. If the Engineer determines that permitted closure hours adversely affect traffic, the Engineer may adjust the hours accordingly. The Engineer will notify the Contract in writing of any change In the closure hours. 2018 Street Patch and Overlay with Curb Ramps TED4004007 SP 24 Special Provisions 2018 Lane closures are not allowed on any of the following: 1. A holiday, 2. A holiday weekend; holidays that occur on Friday, Saturday, Sunday or Monday are considered a holiday weekend. 3. After 12:00 PM (noon) on the day prior to a holiday or holiday weekend, and 4. Before 8:30 AM on the day after the holiday or holiday weekend. 1-07.24 Rights of Way Section 1-07.24 is supplemented with the following: The Contractor shall be responsible for providing, without expense or liability to the Contracting Agency, any additional land and access thereto that the Contractor may desire for temporary construction facilities, storage of materials, or other Contractor needs. However, before using any private property, whether adjoining the work or not, the Contractor shall file with the Engineer a written permission of the private property owner, and, upon vacating the premises, a written release from the property owner of each property disturbed or otherwise interfered with by reasons of construction pursued under this contract. The statement shall be signed by the private property owner, or proper authority acting for the owner of the private property affected, stating that permission has been granted to use the property and all necessary permits have been obtained or, in the case of a release, that the restoration of the property has been satisfactorily accomplished. The statement shall include the parcel number, address, and date of signature. Written releases must be filed with the Engineer before the Completion Date will be established. 1-08 PROSECUTION AND PROGRESS Add the following new section: 1-08.0 Preliminary Matters (May 25, 2006 APWA GSP) Add the following new section: 1-08.0(1) Preconstructlon Conference (October 10, 2008 APWA GSP) Prior to the Contractor beginning the work, a preconstruction conference will be held between the Contractor, the Engineer and such other Interested parties as may be invited. The purpose of the preconstruction conference will be: 1. To review the initial progress schedule; 2. To establish a working understanding among the various parties associated or affected by the work; 3. To establish and review procedures for progress payment, notifications, approvals, submittals, etc.; 4. To establish normal working hours for the work; 2018 street Patch and Overlay with Curb Ramps SP 25 Special Provisions TED4004007 2018 5. To review safety standards and traffic control; 6. To discuss such other related items as may be pertinent to the work; The Contractor shall prepare and submit at the preconstruction meeting the following: 1. A breakdown of all lump sum items; 2. A preliminary schedule of working drawing submittals; and 3. A list of material sources for approval if applicable. Add the following new section: 1-08.0(2) Hours of Work (December 8, 2014 APWA GSP) Except in the case of emergency or unless otherwise approved by the Engineer, the normal working hours for the Contract shall be any consecutive 8-hour period between 7:00 a.m. and 6:00 p.m. Monday through Friday, exclusive of a lunch break. If the Contractor desires different than the normal working hours stated above, the request must be submitted in writing prior to the preconstruction conference, subject to the provisions below. The working hours for the Contract shall be established at or prior to the preconstruction conference. All working hours and days are also subject to local permit and ordinance conditions (such as noise ordinances). If the Contractor wishes to deviate from the established working hours, the Contractor shall submit a written request to the Engineer for consideration. This request shall state what hours are being requested, and why. Requests shall be submitted for review no later than 2 weeks prior to the day(s) the Contractor is requesting to change the hours. If the Contracting Agency approves such a deviation, such approval may be subject to certain other conditions, which will be detailed in writing. For example. 1. On non-Federal aid projects, requiring the Contractor to reimburse the Contracting Agency for the costs in excess of straight-time costs for Contracting Agency representatives who worked during such times. (The Engineer may require designated representatives to be present during the work. Representatives who may be deemed necessary by the Engineer include, but are not limited to: survey crews; personnel from the Contracting Agency's material testing lab; inspectors; and other Contracting Agency employees or third party consultants when, in the opinion of the Engineer, such work necessitates their presence.) 2. Considering the work performed on Saturdays, Sundays, and holidays as working days with regard to the contract time. 3. Considering multiple work shifts as multiple working days with respect to contract time even though the multiple shifts occur in a single 24-hour period. 4. If a 4-10 work schedule is requested and approved the non-working day for the week will be charged as a working day. 2018 street Patch and Overlay with Curb Ramps SP 25 Special Provisions TED4004007 2018 5. If David Bacon wage rates apply to this Contract, all requirements must be met and recorded properly on certified payroll. 1-08.1 Subcontracting Section 1-08.1 is supplemented with the following: Prior to any subcontractor or lower tier subcontractor beginning work, the Contractor shall submit to the Engineer written certification that a written agreement between the Contractor and the subcontractor or between the subcontractor and any lower tier subcontractor has been executed. A Subcontractor or lower tier Subcontractor will not be permitted to perform any work under the contract until the following documents have been completed and submitted to the Engineer: 1. Request to Sublet Work (WSDOT Form 421-012, revised 07/2016). 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. The eigth paragraph of Section 1-08.1 Is deleted and replaced with the following: On all projects, the Contractor shall certify to the actual amount received from the Contracting Agency (Final Contract Voucher Certification) and amounts paid to all firms that were used as Subcontractors, lower tier subcontractors, manufacturers, regular dealers, or services providers on the Contract. Upon physical completion of the project, the Contractor shall submit to the Contracting Agency, a list of all firms paid under this contract and the final actual amounts paid to each firm listed. 1-08.3 Progress Schedule 1-08.3(2)A Type A Progress Schedule (March 13, 2012 APWA GSP) Revise this section to read: The Contractor shall submit five (51 copies of a Type A Progress Schedule no later than at the ore- construction conference, or some other mutually agreed upon submittal time. The schedule may be a critical path method (CPM) schedule, bar chart, or other standard schedule format. Regardless of which format used, the schedule shall Identify the critical path. The Engineer will evaluate the Type A Progress Schedule and approve or return the schedule for corrections within 15 calendar days of receiving the submittal. 2018 Street Patch and Overlay with Curb Ramps SP 27 Special Provisions TED4004007 2018 1-08.4 Prosecution of the Work Delete this section in its entirety, and replace it with the following: 1-08.4 Notice to Proceed and Prosecution of Work (July 23, 2015 APWA G5P) Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of insurance have been approved and filed by the Contracting Agency. The Contractor shall not commence with the work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the project site within ten days of the Notice to Proceed Date, unless otherwise approved in writing. The Contractor shall diligently pursue the work to the physical completion date within the time specified in the contract. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time{s) specified in the contract. When shown In the Plans, the first order of work shall be the installation of high visibility fencing to delineate all areas for protection or restoration, as described in the Contract. Installation of high visibility fencing adjacent to the roadway shall occur after the placement of ail necessary signs and traffic control devices in accordance with 1-10.1(2). Upon construction of the fencing, the Contractor shall request the Engineer to inspect the fence. No other work shall be performed on the site until the Contracting Agency has accepted the installation of high visibility fencing, as described in the Contract. 1-08.4(1) Daily Notification of Planned Work Location Section 1-08.4(1) is a new section. For each day work is scheduled to be performed, the Contractor shall contact and inform the Engineer of the location and the anticipated start time. 1-08.5 Time for Completion (March 13,1995 WSDOTGSP) Section 1-08.5 is supplemented with the following: This project shall be physically completed within 45 working days. (September 12, 2016 APWA GSP, Option A} Revise the third and fourth paragraphs to read: Contract time shall begin on the first working day following the Notice to Proceed Date. Each working day shall be charged to the contract as it occurs, until the contract work is physically complete. If substantial completion has been granted and all the authorized working days have been used, charging of working days will cease. Each week the Engineer will provide the Contractor a statement that shows the number of working days: (1) charged to the contract the week before; (2) 2018 street Patch and Overlay with Curb Ramps SP28 Special Provisions TED4004007 2018 specified for the physical completion of the contract; and (3) remaining for the physical completion of the contract. The statement will also show the nonworking days and any partial or whole day the Engineer declares as unworkable. Within 10 calendar days after the date of each statement, the Contractor shall file a written protest of any alleged discrepancies in it. To be considered by the Engineer, the protest shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of time disputed. By not filing such detailed protest in that period, the Contractor shall be deemed as having accepted the statement as correct. If the Contractor is approved to work 10 hours a day and 4 davs 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 dav of that week will be charged as a working day whether or not the Contractor works on that day. Revise the sixth paragraph to read: The Engineer will give the Contractor written notice of the completion date of the contract after all the Contractor's obligations under the contract have been performed by the Contractor. The following events must occur before the Completion Date can be established: 1. The physical work on the project must be complete; and 2. The Contractor must furnish all documentation required by the contract and required by law, to allow the Contracting Agency to process final acceptance of the contract. The following documents must be received by the Project Engineer prior to establishing a completion date: a. Certified Payrolls (per Section 1-07.9(5)). b. Material Acceptance Certification Documents. c. Monthly Reports of Amounts Credited as DBE Participation, as required by the Contract Provisions. d. Final Contract Voucher Certification e. Copies of the approved "Affidavit of Prevailing Wages Paid" for the Contractor and all Subcontractors f. Property owner releases per Section 1-07.24 1-08.9 Liquidated Damages (August 14, 2013 APWA GSPj Revise the fourth paragraph to read: When the Contract Work has progressed to Substantial Completion as defined in the Contract, the Engineer may determine that the work is Substantially Complete. The Engineer will notify the Contractor in writing ofthe Substantial Completion Date. For overruns in Contract time occurring after the date so established, the formula for liquidated damages shown above will not apply. For overruns in Contract time occurring after the Substantial Completion Date, liquidated damages shall be assessed on the basis of direct engineering and related costs assignable to the project until the actual Physical Completion Date of all the Contract Work. The Contractor shall complete the remaining Work as promptly as possible. Upon request by the Project Engineer, the Contractor shall furnish a written schedule for completing the physical Work on the Contract. 2018 street Patch and Overlav with Curb Ramps SP 29 Special Provisions TED4004007 2018 1-09 MEASUREMENT AND PAYMENT 1-09.2 Weighing Equipment 1-09.2(5) Measurement (May 2, 2017 APWA GSP) Revise the first paragraph to read; Scale Verification Checks - At the Engineer's discretion, the Engineer mav perform verification checks on the accuracy of each batch, hopper, or platform scale used In weighing contract items of Work. 1-09.6 Force Account (October 10, 2008 APWA GSP) Supplement this section with the following: The Contracting Agency has estimated and included in the Proposal, dollar amounts for ail items to be paid per force account, only to provide a common proposal for Bidders. Ail such dollar amounts are to become a part of Contractor's total bid. However, the Contracting Agency does not warrant expressly or by implication, that the actual amount of work wili correspond with those estimates. Payment will be made on the basis of the amount of work actually authorized by Engineer. 1-09.9 Payments (March 13, 2012 APWA GSP) Delete the first four paragraphs and replace them with the following: The basis of payment will be the actual quantities of Work performed according to the Contract and as specified for payment. The Contractor shall submit a breakdown of the cost of lump sum bid items at the Preconstruction Conference, to enable the Project Engineer to determine the Work performed on a monthly basis. A breakdown is not required for lump sum items that include a basis for incremental payments as part of the respective Specification. Absent a lump sum breakdown, the Project Engineer wili make a determination based on information available. The Project Engineer's determination of the cost of work shall be final. Progress payments for completed work and material on hand will be based upon progress estimates prepared by the Engineer. A progress estimate cutoff date will be established at the preconstruction conference. The initial progress estimate will be made not later than 30 days after the Contractor commences the work, and successive progress estimates will be made every month thereafter until the Completion Date. Progress estimates made during progress of the work are tentative, and made only for the purpose of determining progress payments. The progress estimates are subject to change at any time priorto the calculation of the final payment. 2018 street Patch and Overlay with Curb Ramps SP 30 Special Provisions TED4004007 2018 The value of the progress estimate will be the sum of the following: 1. Unit Price items in the Bid Form — the approximate quantity of acceptable units of work completed multiplied by the unit price. 2. Lump Sum items in the Bid Form — based on the approved Contractor's lump sum breakdown for that item, or absent such a breakdown, based on the Engineer's determination. 3. Materials on Hand — 100 percent of invoiced cost of material delivered to Job site or other storage area approved by the Engineer. 4. Change Orders — entitlement for approved extra cost or completed extra work as determined by the Engineer. Progress payments will be made in accordance with the progress estimate less: 1. Retainage per Section 1-09.9(1), on non FHWA-funded projects; 2. The amount of progress payments previously made; and 3. Funds withheld by the Contracting Agency for disbursement in accordance with the Contract Documents. Progress payments for work performed shall not be evidence of acceptable performance or an admission by the Contracting Agency that any work has been satisfactorily completed. The determination of payments under the contract will be final in accordance with Section 1-05.1. 1-09.11 Disputes and Claims 1-09.11(3) Time Limitation and Jurisdiction (June 23, 2015 APWA GSP) Revise this section to read: For the convenience of the parties to the Contract it is mutually agreed by the parties that any claims or causes of action which the Contractor has against the Contracting Aeencv arising from the Contract shall be brought within 180 calendar days from the date of final acceptance (Section 1-05.12) of the Contract by the Contracting Agency: and it is further agreed that any such claims or causes of action shall be brought only in the Superior Court of the county where the Contracting Agency headquarters is located, provided that where an action is asserted against a county, RCW 36.01.05 shall control venue and jurisdiction. The parties understand and agree that the Contractor's failure to bring suit within the time period provided, shall be a complete bar to any such claims or causes of action, it is further mutually agreed by the parties that when any claims or causes of action which the Contractor asserts against the Contracting Agency arising from the Contract are filed with the Contracting Agency or initiated in court, the Contractor shall permit the Contracting Agency to have timely access to any records deemed necessary by the Contracting Agency to assist in evaluating the claims or action. 1-09.13 Claim Resolution 2018 Street Patch and Overlay with Curb Ramps SP 31 Special Provisions TED4004007 2018 1-09.13(3)A Administration of Arbitration (July 23, 2015 APWA GSP) Revise the third paragraph to read: The Contracting Agency and the Contractor mutually agree to be bound by the decision of the arbitrator, and judgment upon the award rendered by the arbitrator may be entered in the Superior Court of the county in which the Contracting Afiencv's headquarters is located, provided that where claims subject to arbitration are asserted against a countv. RCW 36.01.05 shall control venue and jurisdiction of the Superior Court. The decision of the arbitrator and the specific basis for the decision shall be in writing. The arbitrator shall use the Contract as a basis for decisions. 1-10 TEMPORARY TRAFFIC CONTROL 1-10.2 Traffic Control Management 1-10.2(1) General (Januarys, 2017 WSDOTGSP) Section 1-10.2(1) is supplemented with the following; Only training with WSDOT TCS card and WSDOT training curriculum is recognized in the State of Washington. The Traffic Control Supervisor shall be certified by one of the following: The Northwest Laborers-Employers Training Trust 27055 Ohio Ave. Kingston, WA 98346 (360) 297-3035 Evergreen Safety Council 12545 135'' Ave. NE. Kirkland, WA 98034-8709 1-800-521-0778 or The American Traffic Safety Services Association 15 Riverside Parkway, Suite 100 Fredericksburg, Virginia 22406-1022 Training Dept. Toll Free (877) 642-4637 Phone: (540) 368-1701 1-10.3 Traffic Control Labor, Procedures, and Devices 1-10.3(3)F Notification to Properties Section 1-10.3(3)F is deleted and replaced with the following: The Contractor shall be responsible for delivering notification to all properties that front on, or have 2018 street Patch and Overlay with Curb Ramps SP 32 Special Provisions TED4004007 2018 access to, any street included in the Work. The first notification shall be made approximately one week prior to the day the work is scheduled to begin. The second notification shall be made twenty- four hours (24 hours) prior to the beginning of work. The Contacting Agency shall supply the Contractor with standard notification forms that the Contractor shall complete and deliver. All work and materials associated with this work shall be incidental to the contract lump sum price for "Project Temporary Traffic Control". 1-10.3(3)1 No Parking Signs Section 1-10.3(3)1 is a new section: Along any street included in the Work, the Contractor shall be responsible for posting "No Parking" signs a minimum of 72 hours in advance of the start of work. The signs shall specify the date(s) and time(s) that parking restrictions will be in effect. The name and phone number of the Contractor shall be clearly visible on each sign. The Contractor shall be responsible for coordinating with the Engineer and/or Renton Police Department if the need arises to tow any vehicle(s) violating a posted "No Parking" sign. The Contractor shall make a reasonable effort to contact the vehicle owner prior to initiating the process to tow a vehicle. All work and materials associated with this work shall be incidental to the contract lump sum price for "Project Temporary Traffic Control". 1-10.3(3)M Uniformed Police Officer Section 1-10.3(3)M is a new section: The Contractor shall arrange for uniformed police officers that are off duty to be present for the following: 1. For all activities within 150 feet of signalized intersections where the operation of the signal will be adversely affected. 2. Countermanding a traffic signal indiciation at a signalized intersection. 3. Directing vehicle and pedestrian traffic when a traffic signal indication is turned off or inoperative. 4. For all other conditions where the Engineer deems it necessary for safety, including Work during hours of darkness. The Contractor shall identify the use of uniformed police officers on the Traffic Control Plan(s), The Contractor shall obtain approval from the Engineer prior to use of uniformed police officers. The Contractor may contact the City of Renton Police Department to inquire about uniformed police officers that may be interested In performing off duty work or contract with a business, licensed in 2018 street Patch and Overlay with Curb Ramps SP 33 Special Provisions TED4004007 2018 the State of Washington, that provides Security Guards and Patrol Services. 1-10.4 Measurement 1-10.4(2) item Bids with Lump Sum for Incidentals Section 1-10.4(2) is supplemented with the following: "Uniformed Police Officers" will be measured by the hour. Hours will be measured for each Uniformed Police Officer directing or monitoring traffic, as shown on an approved Traffic Control Plan or as directed by the Engineer and in accordance with Section 1-10.3(3)M of these Special Provisions. 1-10.4(3) Reinstating Unit Items With Lump Sum Traffic Control (August 2, 2004 WSDOTGSP) Section 1-10.4(3) is supplemented with the following: The bid proposal contains the item "Project Temporary Traffic Control", lump sum and the additional temporary traffic control items listed below. The provisions of Section 1-10.4(1), Section 1-10.4(3), and Section 1-10.5(3) shall apply. "Flaggers" "Other Traffic Control Labor" "Sequential Arrow Sign" "Portable Changeable Message Sign" "Off-Duty Uniformed Police Officer" END OF DIVISION 1 2018 Street Patch and Overlay with Curb Ramps SP 34 Special Provisions TED4004007 2018 DIVISION 2 - EARTHWORK 2-02 REMOVAL OF STRUCTURES AND OBSTRUaiONS 2-02.3 Construction Requirements 2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters Section 2-02.3(3) is deleted and replaced with the following: In removing pavement, sidewalk, curbs, and gutters, the Contractor shall: 1. Haul broken-up pieces to off-project site. 2. Make a vertical full depth saw cut between any existing pavement, sidewalk, curb, or gutter that is to remain and the portion to be removed. For portland cement concrete pavement removal, a second full depth relief sawcut offset 12 to 18 inches from and parallel to the initial saw cut is also required, unless the Engineer approves otherwise. For removal of bituminous pavement, asphalt planning equipment may be used in lieu of sawcutting provided that a clean vertical edge remains. 3. Replace at no expense to the Contracting Agency any existing pavement designated to remain that is damaged during the removal of other pavement. 2-02.3(3)A Sawcutting Section 2-02.3(3)A is a new section: Sawcutting may be necessary to remove sections of asphalt concrete pavement (thickness varies up to 8 inches). Sawcutting will be necessary to remove sections of sidewalk (thickness varies up to 8 inches), curb and gutter. The Contractor shall make a neat vertical saw cut at locations marked in the field by the Engineer. All saw cuts shall be continuous full-depth, and shall be made with saws specifically equipped for the purpose. Skip cutting or jack hampering will be not allowed unless otherwise approved by the Engineer. Prior to removal of pavement, sidewalk or curb and gutter, the Contractor shall walk the site(s) with the Engineer and delineate, with paint, the removal limits. No materials shall be removed without approval of the removal limits by the Engineer. The Contractor shall take care to avoid damaging adjacent pavement, sidewalk, curb and gutter to remain. Any damage to the pavement, sidewalk, curb and gutter to remain, as a result of the Contractor's operations, shall be repaired to the satisfaction of the Engineer at no additional cost to the Contracting Agency. The Contractor shall be responsible for ensuring that special precautions are taken so the work is conducted in accordance with Washington State Department of Ecology guidelines. These guidelines prohibit concrete (asphalt or cement) and concrete by-products from being discharged into any storm drain system or surface water body. Cutting operations will increase the pH of water, therefore filtering is not acceptable. NE 31^ St Bridge Replacement Project SPSS Special Provisions TED4003843 2018 Thoroughly clean saw cuts where necessary or as directed by the Engineer by the use of high pressure water {1,000 psi or greater). All wastewater shall be collected using vacuuming and/or pumped into containers for disposal. Disposal may be to soil or other porous surface away from storm drains and surface water bodies. Impervious surfaces contaminated from cutting operations shall be cleaned by sweepers to prevent contaminants from entering the storm system. All costs associated with the work described in this section is included in the bid item "Sawcutting". 2-02.4 Detector Loop Wire Section 2-02.4 is supplemented with the following: (October 25,1999 WSDOTGSP) Sidewalk removal will be measured by the square yard. Curb and Gutter removal will be measured by the linear foot. Sawcutting will be measured by the linear foot. 2-02.5 Payment Section 2-02.5 is supplemented by the following: (Novembers, 1999 WSDOTGSP) "Removing Cement Cone. Sidewalk", per square yard. I*«****l "Removing Cement Cone. Curb and Gutter", per linear foot. 1******1 "Sawcutting", per linear foot. The unit Contract price per linear foot for "Sawcutting" shall be full pavment for all costs incurred to perform the Work described in Section 2-02.3(3)A. END OF DIVISION 2 NE 31" St Bridge Repiacement Project SP 36 Special Provisions TED4003843 2018 5-04 HOT MIX ASPHALT (March 5, 2018 APWA GSP) Delete this entire section and replace it with the following: 5-04.1 Description This Work shall consist of providing and placing one or more layers of plant-mixed hot mix asphalt (HMA) on a prepared foundation or base in accordance with these Specifications, and the linos, grodos, thicknoGGQG, and typicol cross SGCtions shown in the Plans. The Contractor shall maintain the existing street surface contours (e.g. street profile and cross section, etc.). unless otherwise directed by the En gineer. The manufacture of HMA may include warm mix asphalt (WMA) processes in accordance with these Specifications. WMA processes include organic additives, chemical additives, and foaming. HMA shall be composed of asphalt binder and mineral materials as may be required, mixed in the pro portions specified to provide a homogeneous, stable, and workable mixture. See Appendix A for the Summary of Quantities that lists the streets to receive an overlay, the oavinR limits and the thickness of HMA. All HMA to be placed in this contract shall be HMA CL. ¥2" PG 64-22. 5-04.2 Materials Materials shall meet the requirements of the following sections: Asphalt Binder 9-02.1(4) Cationic Emulsified Asphalt 9-02.1(6) Anti-Stripping Additive 9-02.4 HMA Additive 9-02.5 Aggregates 9-03.8 Recycled Asphalt Pavement 9-03.8(3)B Mineral Filler 9-03.8(5) Recycled Material 9-03.21 Portland Cement 9-01 Sand 9-03.1(2) (As noted in 5-04.3(5)C for crack sealing) Joint Sealant 9-04.2 Foam Backer Rod 9-04.2(3)A The Contract documents may establish that the various mineral materials required for the manufacture of HMA will be furnished in whole or in part by the Contracting Agency. If the documents do not estab lish the furnishing of any of these mineral materials by the Contracting Agency, the Contractor shall be required to furnish such materials in the amounts required for the designated mix. Mineral materials include coarse and fine aggregates, and mineral filler. The Contractor may choose to utilize recycled asphalt pavement (RAP) in the production of HMA. The RAP may be from pavements removed under the Contract, if any, or pavement material from an existing stockpile. 2018 street Patch and Overlay with Curb Ramps SP 37 Special Provisions TED4004007 2018 The Contractor may use up to 20 percent RAP by total weight of HMA with no additional sampling or testing of the RAP. The RAP shall be sampled and tested at a frequency of one sample for every 1,000 tons produced and not less than ten samples per project. The asphalt content and gradation test data shall be reported to the Contracting Agency when submitting the mix design for approval on the QPL The Contractor shall include the RAP as part of the mix design as defined in these Specifications. The grade of asphalt binder shall be as required by the Contract. Blending of asphalt binder from differ ent sources is not permitted. The Contractor may only use warm mix asphalt (WMA) processes in the production of HMA with 20 percent or less RAP by total weight of HMA. The Contractor shall submit to the Engineer for approval the process that is proposed and how it will be used in the manufacture of HMA. Production of aggregates shall comply with the requirements of Section 3-01. Preparation of stockpile site, the stockpiling of aggregates, and the removal of aggregates from stock piles shall comply with the requirements of Section 3-02. 5-04.2(1) How to Get an HMA Mix Design on the QPL If the contractor wishes to submit a mix design for inclusion in the Qualified Products List (QPL), please follow the WSDOT process outlined in Standard Spocification 5 04.2(1). as follows: Comply with each of the following: • Develop the mix design in accordance with WSDOT SOP 732. • Develop a mix design that complies with Sections 9-03.8(2) and 9-03.8(6). • Develop a mix design no more than 6 months prior to submitting it for QPL evaluation. • Submit mix designs to the WSDOT State Materials Laboratory in Tumwater. including WSDOT Form 350-042. • Include representative samples of the materials that are to be used in the HMA production as part of the mix deslEn submittal. • Identify the brand, tvpe. and percentage of anti-stripping additive in the mix design submittal. • Include with the mix design submittal a certification from the asphalt binder supplier that the anti-stripping additive is compatible with the crude source and the formulation of asphalt binder proposed for use in the mix design. • Do not include warm mix asphalt (WMA) additives when developing a mix design or submitting a mix design for QPL evaluation. The use of warm mix asphalt (WMA) additives is not part of the pro cess for obtaining approval for listing a mix design on the QPL. Refer to Section 5-04.2(2)8. 5-04.2(l)A Vacant 5-04.2(2) Mix Design - Obtaining Project Approval No paving shall begin prior to the approval of the mix design by the Engineer. Nonstatistical evaluation will be used for all HMA not designated as Commercial HMA in the contract documents. 2018 Street Patch and Overlay with Curb Ramps SP 38 Special Provisions TED4004007 2018 Commercial evaluation will be used for Commercial HMA and for other classes of HMA in the following applications: sidewalks, road approaches, ditches, slopes, paths, trails, gores, prelevel, and pavement repair. Other nonstructural applications of HMA accepted by commercial evaluation shall be as approved by the Project Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Project Engineer. The Proposal quantity of HMA that is accepted by commercial evaluation will be excluded from the quantities used in the determination of nonstatistical evaluation. Nonstatistical Mix Design. Fifteen days prior to the first day of paving the contractor shall provide one of the following mix design verification certifications for Contracting Agency review; • The WSDOT Mix Design Evaluation Report from the current WSDOT QPL, or one of the mix design verification certifications listed below. • The proposed HMA mix design on WSDOT Form 350-042 with the seal and certification (stamp & signature) of a valid licensed Washington State Professional Engineer. • The Mix Design Report for the proposed HMA mix design developed by a qualified City or County laboratory that is within one year of the approval date.** ** The mix design report shall be performed by a lab accredited by a national authority such as Laboratory Accreditation Bureau, L-A-B for Construction Materials Testing, The Construction Materials Engineering Council (CMEC's) ISO 17025 or AASHTO Accreditation Program (AAP) and shall supply evi dence of participation in the AASHTO: resource proficiency sample program. Mix designs for HMA accepted by Nonstatistical evaluation shall; • Have the aggregate structure and asphalt binder content determined in accordance with WSDOT Standard Operating Procedure 732 and meet the requirements of Sections 9-03.8(2), except that Hamburg testing for ruts and stripping are at the discretion of the Engineer, and 9-03.8(6). • Have anti-strip requirements, if any, for the proposed mix design determined in accordance with AASHTO T 283 or T 324, or based on historic anti-strip and aggregate source compatibility from pre vious WSDOT lab testing. At the discretion of the Engineer, agencies may accept verified mix designs older than 12 months from the original verification date with a certification from the Contractor that the materials and sources are the same as those shown on the original mix design. Commercial Evaluation. Approval of a mix design for "Commercial Evaluation" will be based on a review of the Contractor's submittal of WSDOT Form 350-042 (For commercial mixes, AASHTO T 324 evaluation is not required) or a Mix Design from the current WSDOT QPL or from one of the processes allowed by this section. Testing of the HMA by the Contracting Agency for mix design approval is not required. For the Bid Item Commercial HMA, the Contractor shall select a class of HMA and design level of Equiv alent Single Axle Loads (ESAL's) appropriate for the required use. 5-04.2(2)6 Using Warm Mix Asphalt Processes The Contractor may elect to use additives that reduce the optimum mixing temperature or serve as a compaction aid for producing HMA. Additives include organic additives, chemical additives and foaming processes. The use of Additives is subject to the following: 2018 Street Patch and Overlay \with Curb Ramps SP 39 Special Provisions TED4004007 2018 5-04.3(3)C Pavers HMA pavers shall be self-contained, power-propelled units, provided with an internally heated vibratory screed and shall be capable of spreading and finishing courses of HMA plant mix material in lane widths required by the paving section shown In the Plans, listed In the Summary of Quantities located in Ap pendix A. The HMA paver shall be In good condition and shall have the most current equipment available from the manufacturer for the prevention of segregation of the HMA mixture installed, in good condition, and in working order. The equipment certification shall list the make, mode), and year of the paver and any equipment that has been retrofitted. The screed shall be operated in accordance with the manufacturer's recommendations and shall effec tively produce a finished surface of the required evenness and texture without tearing, shoving, segre gating, or gouging the mixture. A copy of the manufacturer's recommendations shall be provided upon request by the Contracting Agency. Extensions will be allowed provided they produce the same results. Including ride, density, and surface texture as obtained by the primary screed. Extensions without au gers and an internally heated vibratory screed shall not be used in the Traveled Way. When specified in the Contract or directed by the EnRineer. reference lines for vertical control will be required. Lines shall be placed on both outer edges of the Traveled Way of each Roadway. Horizontal control utilizing the reference line will be permitted. The grade and slope for intermediate lanes shall be controlled automatically from reference lines or by means of a mat referencing device and a slope con trol device. When the finish of the grade prepared for paving is superior to the established tolerances and when, in the opinion of the Engineer, further improvement to the line, grade, cross-section, and smoothness can best be achieved without the use of the reference line, a mat referencing device may be substituted for the reference line. Substitution of the device will be subject to the continued approval of the Engineer. A joint matcher may be used subject to the approval of the Engineer. The reference line may be removed after the completion of the first course of HMA when approved by the Engineer. Whenever the Engineer determines that any of these methods are failing to provide the necessary ver tical control, the reference lines will be reinstalled by the Contractor. The Contractor shall furnish and install all pins, brackets, tensioning devices, wire, and accessories nec essary for satisfactory operation of the automatic control equipment. If the paving machine in use is not providing the required finish, the Engineer may suspend Work as al lowed by Section 1-08.6. Any cleaning or solvent type liquids spilled on the pavement shall be thorough ly removed before paving proceeds. 5-04.3(3)0 Material Transfer Device or Material Transfer Vehicle A Material Transfer Device/Vehicle (MTD/V) shall only be used with the Engineer's approval, unless oth erwise required by the contract. A MTD/V is not required for this contract. Where an MTD/V is required by the contract, the Engineer may approve paving without an MTD/V, at the request of the Contractor. The Engineer will determine if an equitable adjustment In cost or time is due. When used, the MTD/V shall mix the HMA after delivery by the hauling equipment and prior to laydown 2018 Street Patch and Overlay with Curb Ramps SP 42 Special Provisions TED4004007 2018 by the paving machine. Mixing of the HMA shall be sufficient to obtain a uniform temperature through out the mixture. If a windrow elevator is used, the length of the windrow may be limited in urban areas or through intersections, at the discretion of the Engineer. To be approved for use, an MTV; 1. Shall be self-propelled vehicle, separate from the hauling vehicle or paver. 2. Shall not be connected to the hauling vehicle or paver. 3. May accept HMA directly from the haul vehicle or pick up HMA from a windrow. 4. Shall mix the HMA after delivery by the hauling equipment and prior to placement into the paving machine. 5. Shall mix the HMA sufficiently to obtain a uniform temperature throughout the mixture. To be approved for use, an MTD: 1. Shall be positively connected to the paver. 2. May accept HMA directly from the haul vehicle or pick up HMA from a windrow. 3. Shall mix the HMA after delivery by the hauling equipment and prior to placement into the paving machine. 4. Shall mix the HMA sufficiently to obtain a uniform temperature throughout the mixture. 5-04.3(3)E Rollers Rollers shall be of the steel wheel, vibratory, oscillatory, or pneumatic tire type, in good condition and capable of reversing without backlash. Operation of the roller shall be in accordance with the manufac turer's recommendations. When ordered by the Engineer for any roller planned for use on the project, the Contractor shall provide a copy of the manufacturer's recommendation for the use of that roller for compaction of HMA. The number and weight of rollers shall be sufficient to compact the mixture in compliance with the requirements of Section 5-04.3(1). The use of equipment that results in crushing of the aggregate will not be permitted. Rollers producing pickup, washboard, uneven compaction of the surface, displacement of the mixture or other undesirable results shall not be used. 5-04.3(4) Preparation of Existing Paved Surfaces When the surface of the existing pavement or old base is irregular, the Contractor shall bring It to a uniform grade and cross-section as shown on the Plons or approved by the Engineer. Preleveling of uneven or broken surfaces over which HMA is to be placed may be accomplished by using an asphalt paver, a motor patrol grader, or by hand raking, as approved by the Engineer. Compaction of preleveling HMA shall be to the satisfaction of the Engineer and may require the use of small steel wheel rollers, plate compactors, or pneumatic rollers to avoid bridging across preleveled ar eas by the compaction equipment. Equipment used for the compaction of preleveling HMA shall be ap proved by the Engineer. Before construction of HMA on an existing paved surface, the entire surface of the pavement shall be clean. All fatty asphalt patches, grease drippings, and other objectionable matter shall be entirely re moved from the existing pavement. All pavements or bituminous surfaces shall be thoroughly cleaned of dust, soil, pavement grindings, and other foreign matter. All holes and small depressions shall be filled 2018 Street Patch and Overlay with Curb Ramps SP 43 Special Provisions TED4004007 2018 with an appropriate class of HMA. The surface of the patched area shall be leveled and compacted thoroughly. Prior to the application of tack coat, or paving, the condition of the surface shall be ap proved by the Engineer. A tack coat of asphalt shall be applied to all paved surfaces on which any course of HMA is to be placed or abutted; except that tack coat may be omitted from clean, newly paved surfaces at the discretion of the Engineer. Tack coat shall be uniformly applied to cover the existing pavement with a thin film of re sidual asphalt free of streaks and bare spots at a rate between 0.02 and 0.10 gallons per square yard of retained asphalt. The rate of application shall be approved by the Engineer. A heavy application of tack coat shall be applied to all joints. For Roadways open to traffic, the application of tack coat shall be lim ited to surfaces that will be paved during the same working shift. The spreading equipment shall be equipped with a thermometer to indicate the temperature of the tack coat material. Equipment shall not operate on tacked surfaces until the tack has broken and cured. If the Contractor's operation damages the tack coat it shall be repaired prior to placement of the HMA. The tack coat shall be CSS-1, or CSS-lh emulsified asphalt. The CSS-1 and CSS-lh emulsified asphalt may be diluted once with water at a rate not to exceed one part water to one part emulsified asphalt. The tack coat shall have sufficient temperature such that it may be applied uniformly at the specified rate of application and shall not exceed the maximum temperature recommended by the emulsified as phalt manufacturer. All utility appurtenances (e.g. manhole covers, valve covers, etc.) located within the oavine limits shall be coated with a biodeRradable soap to prevent the tack coat and HMA from sticking to them. Diesel shall not be used for this purpose. After application of the biodegradable soap, all catch basins shall be covered to prevent tack and HMA from entering into them. 5-04.3(4)A Crack Sealing 5-04.3(4)Al General When the Proposal includes a pay item for crack sealing, seal all cracks Ya inch In width and greater. Cleaning: Ensure that cracks are thoroughly clean, dry and free of all loose and foreign material when filling with crack sealant material. Use a hot compressed air lance to dry and warm the pavement surfaces within the crack immediately prior to filling a crack with the sealant material. Do not overheat pavement. Do not use direct flame dryers. Routing cracks is not required. Sand Slurry: For cracks that are to be filled with sand slurry, thoroughly mix the components and pour the mixture into the cracks until full. Add additional CSS-1 cationic emulsified asphalt to the sand slurry as needed for workability to ensure the mixture will completely fill the cracks. Strike off the sand slurry flush with the existing pavement surface and allow the mixture to cure. Top off cracks that were not completely filled with additional sand slurry. Do not place the HMA overlay until the slurry has fully cured. The sand slurry shall consist of approximately 20 percent CSS-1 emulsified asphalt, approximately 2 percent portland cement, water (if required), and the remainder clean Class 1 or 2 fine aggregate per section 9-03.1(2). The components shall be thoroughly mixed and then poured into the cracks and joints until full. The following day, any cracks or joints that are not completely filled shall be topped off with 2018 Street Patch and Overlay with Curb Ramps SP44 Special Provisions TED4004007 2018 additional sand slurry. After the sand slurry is placed, the filler shall be struck off flush with the existing pavement surface and allowed to cure. The HMA overlay shall not be placed until the slurry has fully cured. The requirements of Section 1-06 will not apply to the portland cement and sand used in the sand slurry. In areas where HMA will be placed, use sand slurry to fill the cracks. In areas where HMA will not be placed, fill the cracks as follows: 1. Cracks % inch to 1 inch in width - fill with hot poured sealant. 2. Cracks greater than 1 inch in width - fill with sand slurry. Hot Poured Sealant: For cracks that are to be filled with hot poured sealant, apply the material In accordance with these requirements and the manufacturer's recommendations. Furnish a Type 1 Working Drawing of the manufacturer's product information and recommendations to the Engineer prior to the start of work, including the manufacturer's recommended heating time and temperatures, allowable storage time and temperatures after initial heating, allowable reheating criteria, and application temperature range. Confine hot poured sealant material within the crack. Clean any overflow of sealant from the pavement surface. If, in the opinion of the Engineer, the Contractor's method of sealing the cracks with hot poured sealant results in an excessive amount of material on the pavement surface, stop and correct the operation to eliminate the excess material. 5-04.3(4)A2 Crack Sealing Areas Prior to Paving In areas where HMA will be placed, use sand slurry to fill the cracks. 5-04.3(4)A3 Crack Sealing Areas Not to be Paved In areas where HMA will not be placed, fill the cracks as follows: a. Cracks % inch to 1 inch in width - fill with hot poured sealant. b. Cracks greater than 1 inch in width - fill with sand slurry. 5-04.3(4)B Vacant 5-04.3(4)C Pavement Repair The Contractor shall excavate pavement repair areas and shall backfill these with HMA in accordance with the details shown In the Plans and as marked in the field. The Contractor shall conduct the excava tion operations in a manner that will protect the pavement that is to remain. Pavement not designated to be removed that is damaged as a result of the Contractor's operations shall be repaired by the Con tractor to the satisfaction of the Engineer at no cost to the Contracting Agency. The Contractor shall ex cavate only within one lane at a time unless approved otherwise by the Engineer. The Contractor shall not excavate more area than can be completely finished during the same shift, unless approved by the Engineer. Unless otherwise shown in the Plans or determined by the Engineer, excavate to a depth of 1.0 feet. The Engineer will make the final determination of the excavation depth required. The minimum width of any pavement repair area shall be 40 inches unless shown otherwise in the Plans. Before any excavation, the existing pavement shall be sawcut or shall be removed by a pavement grinder. Excavated materials will 2018 street Patch and Overlay with Curb Ramps SP 45 Special Provisions TED4004007 2018 become the property of the Contractor and shall be disposed of In a Contractor-provided site off the Right of Way or used In accordance with Sections 2-02.3(3) or 9-03.21. Asphalt for tack coat shall be required as specified in Section 5-04.3(4). A heavy application of tack coat shall be applied to all surfaces of existing pavement in the pavement repair area. Placement of the HMA backfill shall be accomplished in lifts not to exceed 0.35-foot compacted depth. Lifts that exceed 0.35-foot of compacted depth may be accomplished with the approval of the Engineer. Each lift shall be thoroughly compacted by a mechanical tamper or a roller. 5-04.3(5) Producing/Stockpiling Aggregates and RAP Aggregates and RAP shall be stockpiled according to the requirements of Section 3-02. Sufficient storage space shall be provided for each size of aggregate and RAP. Materials shall be removed from stockpile(s) in a manner to ensure minimal segregation when being moved to the HMA plant for processing into the final mixture. Different aggregate sizes shall be kept separated until they have been delivered to the HMA plant. 5-04.3(5)A Vacant 5-04.3(6) Mixing After the required amount of mineral materials, asphalt binder, recycling agent and anti-stripping addi tives have been introduced into the mixer the HMA shall be mixed until complete and uniform coating of the particles and thorough distribution of the asphalt binder throughout the mineral materials is en sured. When discharged, the temperature of the HMA shall not exceed the optimum mixing temperature by more than 25''F as shown on the reference mix design report or as approved by the Engineer. Also, when a WMA additive is included in the manufacture of HMA, the discharge temperature of the HMA shall not exceed the maximum recommended by the manufacturer of the WMA additive. A maximum water content of 2 percent in the mix, at discharge, will be allowed providing the water causes no problems with handling, stripping, or flushing. If the water in the HMA causes any of these problems, the moisture content shall be reduced as directed by the Engineer. Storing or holding of the HMA in approved storage facilities will be permitted with approval of the Engi neer, but in no event shall the HMA be held for more than 24 hours. HMA held for more than 24 hours after mixing shall be rejected. Rejected HMA shall be disposed of by the Contractor at no expense to the Contracting Agency. The storage facility shall have an accessible device located at the top of the cone or about the third point. The device shall indicate the amount of material in storage. No HMA shall be ac cepted from the storage facility when the HMA in storage is below the top of the cone of the storage facility, except as the storage facility is being emptied at the end of the working shift. Recycled asphalt pavement (RAP) utilized in the production of HMA shall be sized prior to entering the mixer so that a uniform and thoroughly mixed HMA is produced. If there is evidence of the recycled as phalt pavement not breaking down during the heating and mixing of the HMA, the Contractor shall im mediately suspend the use of the RAP until changes have been approved by the Engineer. After the re quired amount of mineral materials, RAP, new asphalt binder and asphalt rejuvenator have been intro duced into the mixer the HMA shall be mixed until complete and uniform coating of the particles and 2018 Street Patch and Overlay with Curb Ramps SP 46 Special Provisions TED4004007 2018 thorough distribution of the asphait binder throughout the minerai materiais, and RAP is ensured. 5-04.3(7) Spreading and Finishing The mixture shall be iaid upon an approved surface, spread, and struck off to the grade and eievation estabiished. HMA pavers compiying with Section 5-04.3(3) shaii be used to distribute the mixture. Un- iess otherwise directed by the Engineer, the nominai compacted depth of any layer of any course shall not exceed the following: HMA Class 1" 0.35 feet HMA Class and HMA Class Vz wearing course 0.30 feet other courses 0.3S feet HMA Class 0.15 feet On areas where irregularities or unavoidable obstacles make the use of mechanical spreading and fin ishing equipment impractical, the paving may be done with other equipment or by hand. When more than one JMF is being utilized to produce HMA, the material produced for each JMF shaii be placed by separate spreading and compacting equipment. The intermingling of HMA produced from more than one JMF is prohibited. Each strip of HMA placed during a work shift shaii conform to a single JMF estabiished for the class of HMA specified unless there is a need to make an adjustment In the JMF. All cast off rock from raking shaii be removed prior to compaction of final HMA lift. 5-04.3(8) Aggregate Acceptance Prior to Incorporation In HMA For HMA accepted by nonstatistical evaluation the aggregate properties of sand equivalent, uncom- pacted void content and fracture will be evaluated in accordance with Section 3-04. Sampling and test ing of aggregates for HMA accepted by commercial evaluation will be at the option of the Engineer. 5-04.3(9) HMA Mixture Acceptance Acceptance of HMA shaii be as provided under nonstatistical, or commercial evaluation. Nonstatistical evaluation will be used for the acceptance of HMA unless Commercial Evaluation is speci fied. Commercial evaluation will be used for Commercial HMA and for other classes of HMA in the following applications: sidewalks, road approaches, ditches, slopes, paths, trails, gores, preievei, temporary pavement, and pavement repair. Other nonstructurat applications of HMA accepted by commercial evaluation shaii be as approved by the Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Engineer. The mix design will be the initial JMF for the class of HMA. The Contractor may request a change in the JMF. Any adjustments to the JMF will require the approval of the Engineer and may be made in accord ance with this section. HMA Tolerances and Adjustments 2018 Street Patch and Overlay with Curb Ramps SP47 Special Provisions TED4004007 2018 1. Job Mix Formula Tolerances - The constituents of the mixture at the time of acceptance shall con form to the following tolerances: Aggregate Percent Passing Non-Statistical Evaluation Commercial Evaluation 1", ^4", yz", and 3/8" sieves +/- 6%+/- 8% No. 4 sieve +/-6%+/- 8% No. 8 Sieve +/- 6%+7-8% No. 200 sieve +/- 2.0%+/- 3.0% Asphalt Binder +/-0.5%+/-0.7% Air Voids, Va 2.5% min. and 5.5% max N/A These tolerance limits constitute the allowable limits as described in Section 1-06.2. The tolerance limit for aggregate shall not exceed the limits of the control points, except the tolerance limits for sieves designated as 100 percent passing will be 99-100. 2. Job Mix Formula Adjustments - An adjustment to the aggregate gradation or asphalt binder content of the JMF requires approval of the Engineer. Adjustments to the JMF will only be considered if the change produces material of equal or better quality and may require the development of a new mix design if the adjustment exceeds the amounts listed below. a. b. Aggregates - 2 percent for the aggregate passing the VA", 1", >2", and the No. 4 sieves, 1 percent for aggregate passing the No. 8 sieve, and 0.5 percent for the aggregate passing the No. 200 sieve. The adjusted JMF shall be within the range of the control points in Section 9-03.8(6). Asphalt Binder Content - The Engineer may order or approve changes to asphalt binder content. The maximum adjustment from the approved mix design for the asphalt binder content shall be 0.3 percent 5-04.3(9)A Vacant 5-04.3(9)8 Vacant 5-04.3(9)0 Mixture Acceptance - Nonstatlstica) Evaluation HMA mixture which is accepted by Nonstatistical Evaluation will be evaluated by the Contracting Agency by dividing the HMA tonnage into lots. 5-04.3(9)01 Mixture Nonstatistical Evaluation - Lots and Sublots A lot is represented by randomly selected samples of the same mix design that will be tested for ac ceptance. A lot is defined as the total quantity of material or work produced for each Job Mix Formula placed. Only one lot per JMF is expected. A sublot shall be equal to one day's production or 800 tons, whichever is less except that the final sublot will be a minimum of 400 tons and may be increased to 1200 tons. All of the test results obtained from the acceptance samples from a given lot shall be evaluated collec tively. If the Contractor requests a change to the JMF that is approved, the material produced after the change will be evaluated on the basis of the new JMF for the remaining sublots in the current lot and for acceptance of subsequent lots. For a lot in progress with a CPF less than 0.75, a new lot will begin at the Contractor's request after the Engineer is satisfied that material conforming to the Specifications can 2018 Street Patch and Overlay with Curb Ramps TED40D40G7 SP 48 Special Provisions 2018 ! be produced. Sampling and testing for evaluation shall be performed on the frequency of one sample per sublot. 5-04.3(9)C2 Mixture Nonstatisticai Evaluation Sampling Samples for acceptance testing shall be obtained by the Contractor when ordered by the Engineer. The Contractor shall sample the HMA mixture in the presence of the Engineer and in accordance with AASHTO T 168. A minimum of three samples should be taken for each class of HMA placed on a project. If used in a structural application, at least one of the three samples shall be tested. Sampling and testing HMA in a structural application where quantities are less than 400 tons is at the discretion of the Engineer. For HMA used in a structural application with a total project quantity less than 800 tons but more than 400 tons, a minimum of one acceptance test shall be performed. In all cases, a minimum of 3 samples will be obtained at the point of acceptance, a minimum of one of the three samples will be tested for conformance to the JMF: • If the test results are found to be within specification requirements, additional testing will be at the Engineer's discretion. • If test results are found not to be within specification requirements, additional testing of the remaining samples to determine a Composite Pay Factor (CPF) shall be performed. 5-04.3(9)C3 Mixture Nonstatisticai Evaluation - Acceptance Testing Testing of HMA for compliance of Va will at the option of the Contracting Agency. If tested, compliance of Va will use WSDOT SOP 731. Testing of HMA for compliance of Va will not be performed bv the Con tracting Agencv for this contract. Testing for compliance of asphalt binder content will be by WSDOT FOP for AASHTO T 308. Testing for compliance of gradation will be by FOP for WAQTC T 27/T11. 5-04.3(9)04 Mixture Nonstatisticai Evaluation - Pay Factors For each lot of material falling outside the tolerance limits in 5-04.3(9), the Contracting Agency will de termine a Composite Pay Factor (CPF) using the following price adjustment factors: Table of Price Adjustment Factors Constituent Factor "f All aggregate passing: VA", 1", 74", Ys" and No.4 sieves 2 All aggregate passing No. 8 sieve 15 All aggregate passing No. 200 sieve 20 Asphalt binder 40 2018 Street Patch and Overlay with Curb Ramps TED4004007 SP 49 Special Provisions 2018 Air Voids (Va) (where applicable)20 Each lot of HMA produced under Nonstatistical Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit Contract price with no further eval uation. When one or more constituents fall outside the nonstatistical tolerance limits in the Job Mix Formula shown in Table of Price Adjustment Factors, the lot shall be evaluated in accordance with Sec tion 1-06.2 to determine the appropriate CPF. The nonstatistical tolerance limits will be used in the cal culation of the CPF and the maximum CPF shall be 1.00. When less than three sublets exist, backup samples of the existing sublets or samples from the Roadway shall be tested to provide a minimum of three sets of results for evaluation. 5-04.3(9)05 Vacant 5-04.3(9)06 Mixture Nonstatistical Evaluation - Price Adjustments For each lot of HMA mix produced under Nonstatistical Evaluation when the calculated CPF is less than 1.00, a Nonconforming Mix Factor (NCMF) will be determined. The NCMF equals the algebraic difference of CPF minus 1.00 multiplied by 60 percent. The total job mix compliance price adjustment will be cal culated as the product of the NCMF, the quantity of HMA in the lot in tons, and the unit Contract price per ton of mix. If a constituent is not measured in accordance with these Specifications, its individual pay factor will be considered 1.00 in calculating the Composite Pay Factor (CPF). 5-04.3(9)C7 Mixture Nonstatistical Evaluation - Retests The Contractor may request a sublot be retested. To request a retest, the Contractor shall submit a written request within 7 calendar days after the specific test results have been received. A split of the original acceptance sample will be retested. The split of the sample will not be tested with the same tester that ran the original acceptance test. The sample will be tested for a complete gradation analysis, asphalt binder content, and, at the option of the agency, Va. The results of the retest will be used for the acceptance of the HMA in place of the original sublot sample test results. The cost of testing will be de ducted from any monies due or that may come due the Contractor under the Contract at the rate of $500 per sample. 5-04.3 (9)D Mixture Acceptance - Commercial Evaluation If sampled and tested, HMA produced under Commercial Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit Contract price with no further evaluation. When one or more constituents fall outside the commercial tolerance limits in the Job Mix Formula shown in 5-04.3(9), the lot shall be evaluated in accordance with Section 1-06.2 to de termine the appropriate CPF. The commercial tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublets exist, backup samples of the existing sublets or samples from the street shall be tested to provide a minimum of three sets of results for evaluation. For each lot of HMA mix produced and tested under Commercial Evaluation when the calculated CPF is less than 1.00, a Nonconforming Mix Factor (NCMF) will be determined. The NCMF equals the algebraic difference of CPF minus 1.00 multiplied by 60 percent. The Job Mix Compliance Price Adjustment will be 2018 Street Patch and Overlay with Curb Ramps SP 50 Special Provisions TED4004007 2018 ! calculated as the product of the NCMF, the quantity of HMA In the lot In tons, and the unit Contract price per ton of mix. If a constituent is not measured in accordance with these Specifications, its individual pay factor will be considered 1.00 In calculating the Composite Pay Factor (CPF). 5-04.3(10) HMA Compaction Acceptance HMA mixture accepted by nonstatistical evaluation that is used in traffic lanes, including lanes for inter sections, ramps, truck climbing, weaving, and speed change, and having a specified compacted course thickness greater than 0.10-foot, shall be compacted to a specified level of relative density. The speci fied level of relative density shall be a Composite Pay Factor (CPF) of not less than 0.75 when evaluated in accordance with Section 1-06.2, using a minimum of 92 percent of the maximum density. The maxi mum density shall be determined by WSDOT FOP for AASHTO T729. The specified level of density at tained will be determined by the evaluation of the density of the pavement. The density of the pave ment shall be determined in accordance with WSDOT FOP for WAQTC TM 8, except that gauge correla tion will be at the discretion of the Engineer, when using the nuclear density gauge and WSDOT SOP 736 when using cores to determine density. Tests for the determination of the pavement density will be taken in accordance with the required pro cedures for measurement by a nuclear density gauge or roadway cores after completion of the finish rolling. If the Contracting Agency uses a nuclear density gauge to determine density the test procedures FOP for WAQTC TM 8 and WSDOT SOP T 729 will be used on the day the mix is placed and prior to opening to traffic. Roadway cores for density may be obtained by either the Contracting Agency or the Contractor in ac cordance with WSDOT SOP 734. The core diameter shall be 4-inches minimum, unless otherwise ap proved by the Engineer. Roadway cores will be tested by the Contracting Agency in accordance with WSDOT FOP for AASHTO T 166. If the Contract includes the Bid item "Roadway Core" the cores shall be obtained by the Contractor in the presence of the Engineer on the same day the mix is placed and at locations designated by the En gineer. If the Contract does not include the Bid item "Roadway Core" the Contracting Agency will obtain the cores. For a lot in progress with a CPF less than 0.75, a new lot will begin at the Contractor's request after the Engineer is satisfied that material conforming to the Specifications can be produced. A lot is represented by randomly selected samples of the same mix design that will be tested for ac ceptance. A lot is defined as the total quantity of material or work produced for each Job Mix Formula placed. Only one lot per JMF is expected. A sublot shall be equal to one day's production or 400 tons, whichever is less except that the final sublot will be a minimum of 200 tons and may be increased to 800 tons. Testing for compaction will be at the rate of 5 tests per sublot per WSDOT T 738. HMA mixture accepted by commercial evaluation and HMA constructed under conditions other than those listed above shall be compacted on the basis of a test point evaluation of the compaction train. 2018 street Patch and Overlay with Curb Ramps SP 51 Special Provisions TED4004007 2018 The test point evaluation shall be performed In accordance with instructions from the Engineer. The number of passes with an approved compaction train, required to attain the maximum test point densi ty, shall be used on all subsequent paving. HMA for preleveling shall be thoroughly compacted. HMA that is used for preleveling wheel rutting shall be compacted with a pneumatic tire roller unless otherwise approved by the Engineer. Test Results For a sublot that has been tested with a nuclear density gauge that did not meet the minimum of 92 percent of the reference maximum density in a compaction lot with a CPF below 1.00 and thus subject to a price reduction or rejection, the Contractor may request that a core be used for determination of the relative density of the sublot. The relative density of the core will replace the relative density deter mined by the nuclear density gauge for the sublot and will be used for calculation of the CPF and ac ceptance of HMA compaction lot. When cores are taken by the Contracting Agency at the request of the Contractor, they shall be re quested by noon of the next workday after the test results for the sublot have been provided or made available to the Contractor. Core locations shall be outside of wheel paths and as determined by the En gineer. Traffic control shall be provided by the Contractor as requested by the Engineer. Failure by the Contractor to provide the requested traffic control will result in forfeiture of the request for cores. When the CPF for the lot based on the results of the HMA cores is less than 1.00, the cost for the coring will be deducted from any monies due or that may become due the Contractor under the Contract at the rate of $200 per core and the Contractor shall pay for the cost of the traffic control. 5-04.3(10)A HMA Compaction - General Compaction Requirements Compaction shall take place when the mixture is in the proper condition so that no undue displacement, cracking, or shoving occurs. Areas inaccessible to large compaction equipment shall be compacted by other mechanical means. Any HMA that becomes loose, broken, contaminated, shows an excess or defi ciency of asphalt, or is in any way defective, shall be removed and replaced with new hot mix that shall be immediately compacted to conform to the surrounding area. The type of rollers to be used and their relative position in the compaction sequence shall generally be the Contractor's option, provided the specified densities are attained. Unless the Engineer has approved otherwise, rollers shall only be operated in the static mode when the internal temperature of the mix is less than Regardless of mix temperature, a roller shall not be operated in a mode that results in checking or cracking of the mat. Rollers shall only be operated in static mode on bridge decks. 5-04.3(10)6 HMA Compaction - Cyclic Density Low cyclic density areas are defined as spots or streaks in the pavement that are less than 90 percent of the theoretical maximum density. At the Engineer's discretion, the Engineer may evaluate the HMA pavement for low cyclic density, and when doing so will follow WSDOT SOP 733. A $500 Cyclic Density Price Adjustment will be assessed for any 500-foot section with two or more density readings below 90 percent of the theoretical maximum density. 5-04.3(10)C Vacant 5-04.3(10)0 HMA Nonstatistlcal Compaction 2018 Street Patch and Overlay with Curb Ramps SP 52 Special Provisions TED4004007 2018 5-04.3(10)Dl HMA Nonstatistical Compaction - Lots and Sublots HMA compaction which is accepted by nonstatistical evaluation will be based on acceptance testing performed by the Contracting Agency dividing the project into compaction lots. A lot is represented by randomly selected samples of the same mix design that will be tested for ac ceptance, with a maximum of 15 sublots per lot; the final lot for a mix design may be increased to 25 sublots. Sublots will be uniform in size with a maximum sublot size based on original Plan quantity tons of HMA as specified in the table below. The sublot locations within each density lot will be determined by the Engineer. For a lot in progress with a CPF less than 0.75, a new lot will begin at the Contractor's request after the Engineer is satisfied that material conforming to the Specifications can be produced. HMA Original Plan Quantity (tons)Sublet Size (tons) <20,000 100 20,000 to 30,000 150 >30,000 200 HMA mixture accepted by commercial evaluation and HMA constructed under conditions other than those listed above shall be compacted on the basis of a test point evaluation of the compaction train. The test point evaluation shall be performed in accordance with instructions from the Engineer. The number of passes with an approved compaction train, required to attain the maximum test point densi ty, shall be used on all subsequent paving. HMA for preleveling shall be thoroughly compacted. HMA that is used to prelevel wheel ruts shall be compacted with a pneumatic tire roller unless otherwise approved by the Engineer. 5-04.3(10)D2 HMA Compaction Nonstatistical Evaluation - Acceptance Testing The location of the HMA compaction acceptance tests will be randomly selected by the Engineer from within each sublot, with one test per sublot. 5-04.3(10)03 HMA Nonstatistical Compaction - Price Adjustments For each compaction lot with one or two sublots, having all sublots attain a relative density that is 92 percent of the reference maximum density the HMA shall be accepted at the unit Contract price with no further evaluation. When a sublot does not attain a relative density that is 92 percent of the reference maximum density, the lot shall be evaluated in accordance with Section 1-06.2 to determine the appro priate CPF. The maximum CPF shall be 1.00, however, lots with a calculated CPF in excess of 1.00 will be used to offset lots with CPF values below 1,00 but greater than 0.90. Lots with CPF lower than 0.90 will be evaluated for compliance per 5-04.3(11). Additional testing by either a nuclear moisture-density gauge or cores will be completed as required to provide a minimum of three tests for evaluation. For compaction below the required 92% a Non-Conforming Compaction Factor (NCCF) will be deter mined. The NCCF equals the algebraic difference of CPF minus 1.00 multiplied by 40 percent. The Com paction Price Adjustment will be calculated as the product of CPF, the quantity of HMA in the compac tion control lot in tons, and the unit Contract price per ton of mix. 2018 Street Patch and Overlay with Curb Ramps TED4004007 SP53 Special Provisions 2018 5-04.3(11) Reject Work 5-04.3(ll)A Reject Work General Work that is defective or does not conform to Contract requirements shall be rejected. The Contractor may propose, in writing, alternatives to removal and replacement of rejected material. Acceptability of such alternative proposals will be determined at the sole discretion of the Engineer. HMA that has been rejected is subject to the requirements in Section 1-06.2(2) and this specification, and the Contractor shall submit a corrective action proposal to the Engineer for approval. 5-04.3(11)6 Rejection by Contractor The Contractor may, prior to sampling, elect to remove any defective material and replace it with new material. Any such new material will be sampled, tested, and evaluated for acceptance. 5-04.3(11)0 Rejection Without Testing (Mixture or Compaction) The Engineer may, without sampling, reject any batch, load, or section of Roadway that appears defec tive. Material rejected before placement shall not be incorporated into the pavement. Any rejected sec tion of Roadway shall be removed. No payment will be made for the rejected materials or the removal of the materials unless the Contrac tor requests that the rejected material be tested. If the Contractor elects to have the rejected material tested, a minimum of three representative samples will be obtained and tested. Acceptance of rejected material will be based on conformance with the nonstatistical acceptance Specification. If the CPF for the rejected material Is less than 0.75, no payment will be made for the rejected material; in addition, the cost of sampling and testing shall be borne by the Contractor. If the CPF is greater than or equal to 0.75, the cost of sampling and testing will be borne by the Contracting Agency. If the material is rejected before placement and the CPF is greater than or equal to 0.75, compensation for the rejected material will be at a CPF of 0.75. If rejection occurs after placement and the CPF is greater than or equal to 0.75, compensation for the rejected material will be at the calculated CPF with an addition of 25 percent of the unit Contract price added for the cost of removal and disposal. 5-04.3(11)0 Rejection - A Partial Sublet In addition to the random acceptance sampling and testing, the Engineer may also isolate from a normal sublot any material that is suspected of being defective in relative density, gradation or asphalt binder content. Such isolated material will not include an original sample location. A minimum of three random samples of the suspect material will be obtained and tested. The material will then be statistically eval uated as an independent lot in accordance with Section 1-06.2(2). 5-04.3(ll)E Rejection - An Entire Sublot An entire sublot that is suspected of being defective may be rejected. When a sublot is rejected a mini mum of two additional random samples from this sublot will be obtained. These additional samples and the original sublot will be evaluated as an independent lot in accordance with Section 1-06.2(2). 5-04.3(ll)F Rejection - A Lot in Progress The Contractor shall shut down operations and shall not resume HMA placement until such time as the Engineer is satisfied that material conforming to the Specifications can be produced: 2018 Street Patch and Overlay w/ith Curb Ramps SP 54 Special Provisions TED4004007 2018 I 1. When the Composite Pay Factor (CPF) of a lot in progress drops below 1.00 and the Contractor is taking no corrective action, or 2. When the Pay Factor (PF) for any constituent of a lot in progress drops below 0.95 and the Contrac tor is taking no corrective action, or 3. When either the PF, for any constituent or the CPF of a lot In progress Is less than 0.75. 5-04.3(ll)G Rejection - An Entire Lot (Mixture or Compaction) An entire lot with a CPF of less than 0.7S will be rejected. 5-04.3(12) Joints 5-04.3(12)A HMA Joints 5-04.3(12)Al Transverse Joints The Contractor shall conduct operations such that the placing of the top or wearing course Is a continu ous operation or as close to continuous as possible. Unscheduled transverse joints will be allowed and the roller may pass over the unprotected end of the freshly laid mixture only when the placement of the course must be discontinued for such a length of time that the mixture will cool below compaction temperature. When the Work is resumed, the previously compacted mixture shall be cut back to pro duce a slightly beveled edge for the full thickness of the course. A temporary wedge of HMA constructed on a 20H:1V shall be constructed where a transverse joint as a result of paving or planing is open to traffic. The HMA in the temporary wedge shall be separated from the permanent HMA by strips of heavy wrapping paper or other methods approved by the Engineer. The wrapping paper shall be removed and the joint trimmed to a slightly beveled edge for the full thickness of the course prior to resumption of paving. The material that is cut away shall be wasted and new mix shall be laid against the cut. Rollers or tamp ing irons shall be used to seal the joint. All transverse (butt) ioints between new and existing asphalt shall be milled to the full overlav depth as listed on the Summary of Quantities located in Appendix A. All transverse (butt) ioints shall be sealed after paving. See Section 5-04.3(17) for requirements. 5-04.3(12)A2 Longitudinal Joints The longitudinal joint in any one course shall be offset from the course immediately below by not more than 6 inches nor less than 2 inches. All longitudinal joints constructed in the wearing course shall be located at a lane line or an edge line of the Traveled Way. A notched wedge joint shall be constructed along all longitudinal joints in the wearing surface of new HMA unless otherwise approved by the Engi neer. The notched wedge joint shall have a vertical edge of not less than the maximum aggregate size or more than Yi of the compacted lift thickness and then taper down on a slope not steeper than 4H:1V. The sloped portion of the HMA notched wedge joint shall be uniformly compacted. 5-04.3(12)B Bridge Paving Joint Seals 5-04.3(12)Bl HMA Sawcut and Seal 2018 Street Patch and Overlay with Curb Ramps SP 55 Special Provisions TED4004007 2018 Prior to placing HMA on the bridge deck, establish sawcut alignment points at both ends of the bridge paving joint seals to be placed at the bridge ends, and at interior joints within the bridge deck when and where shown in the Plans. Establish the sawcut alignment points in a manner that they remain functional for use in aligning the sawcut after placing the overlay. Submit a Type 1 Working Drawing consisting of the sealant manufacturers application procedure. Construct the bridge paving joint seal as specified ion the Plans and in accordance with the detail shown in the Standard Plans. Construct the sawcut in accordance with the detail shown in the Standard Plan. Construct the sawcut in accordance with Section 5-0S.3(8)B and the manufacturer's application procedure. 5-04.3(12)B2 Paved Panel Joint Seal Construct the paved panel joint seal in accordance with the requirements specified in section 5-04.3(12)81 and the following requirement: 1. Clean and seal the existing joint between concrete panels in accordance with Section 5-01.3(8) and the details shown in the Standard Plans. 5-04.3(13) Surface Smoothness The completed surface of all courses shall be of uniform texture, smooth, uniform as to crown and grade, and free from defects of all kinds. The completed surface of the wearing course shall not vary more than Va inch % inch from the lower edge of a 10-foot straightedge placed on the surface parallel to the centerline. The transverse slope of the completed surface of the wearing course shall vary not more than % inch in 10 feet from the rate of transverse slope shown in the Plans, of the existing street surface. When deviations in excess of the above tolerances are found that result from a high place in the HMA, the pavement surface shall be corrected by one of the following methods: 1. Removal of material from high places by grinding with an approved grinding machine, or 2. Removal and replacement of the wearing course of HMA, or 3. By other method approved by the Engineer. Correction of defects shall be carried out until there are no deviations anywhere greater than the al lowable tolerances. Deviations in excess of the above tolerances that result from a low place in the HMA and deviations re sulting from a high place where corrective action, in the opinion of the Engineer, will not produce satis factory results will be accepted with a price adjustment. The Engineer shall deduct from monies due or that may become due to the Contractor the sum of $500.00 for each and every section of single traffic lane 100 feet in length in which any excessive deviations described above are found. When utility appurtenances such as manhole covers and valve boxes are located in the traveled way, the utility appurtenances shall be adjusted to the finished grade prior to paving. This requirement may be waived when requested by the Contractor, at the discretion of the Engineer or when the adjustment details provided in the project plan or specifications call for utility appurtenance adjustments after the completion of paving. For this contract, utility appurtenances shall be adiusted to final grade after pav- 2018 Street Patch and Overlay with Curb Ramps SP 56 Special Provisions TED4004007 2018 ing. unless otherwise directed by the Engineer. See Section 5-04.3(20) for requirements. Utility appurtenance adjustment discussions will be included in the Pre-Paving plonning planing (5-04.3(14)83). Submit a written request to waive this requirement to the Engineer prior to the start of paving. 5-04.3(14) Planing (Milling) Bituminous Pavement The planning planing plan must be approved by the Engineer and a pre planning planing meeting must be held prior to the start of any planing. See Section 5-04.3(14)82 for information on planning planing submittals. Prior to planing operations, existing induction loop vehicle detectors shall be disconnected. Induction loop vehicle detectors shall be removed during planing operations. The planing operation on any street and/or street segment shall not precede the HMA paving operation by more than three (3) calendar days, unless otherwise allowed by the Engineer. Locations of existing surfacing to bo pianod aro as shown in tho Drawings. Refer to the Summary of Quantities in Appendix A for the list of streets and/or street segments to be planed in this contract. The depth of planing shall match the thickness of HMA to be placed, as listed on the Summary of Quantities. Where planing an existing pavement Is specified in the Contract, the Contractor must remove existing surfacing material and to reshape the surface to remove irregularities. The finished product must be a prepared surface acceptable for receiving an HMA overlay. Use the cold milling method for planing unless otherwise specified in the Contract. Do not use the plan er on the final wearing course of new HMA. Conduct planing operations in a manner that does not tear, break, burn, or otherwise damage the sur face which is to remain. The finished planed surface must be slightly grooved or roughened and must be free from gouges, deep grooves, ridges, or other imperfections. The Contractor must repair any damage to the surface by the Contractor's planing equipment, using an Engineer approved method. Repair or replace any metal castings and other surface improvements damaged by planing, as determined by the Engineer. A taporod wodgo cut must bo pianod longitudinally along curb linoG sufficient to provide a minimum of <1 inches of curb reveal after placement and compaction of the final wearing course. Tho dimensions of the wedge must be os shown on tho Drawings or as spocifiod by the Enginoor. A taporod wodgo cut must also bo mode ot transitions to adjoining pavomont surfaces (moot linos) where butt joints are shown on tho Drowings. Cut butt joints in a straight lino with vortical faces 2 inches or more in height, producing a smooth tronsition to tho existing adjoining pavomont. After planing is complete, planed surfaces must be swept, cleaned, and if required by the Contract or as directed by the Engineer, patched and preleveledr before opening planed areas to traffic. 2018 street Patch and Overlay with Curb Ramps SP 57 Special Provisions TE04004007 2018 The Contractor shall provide for safe vehicular travel over existing utility appurtenances during and after planing operations. For utility appurtenances not lowered prior to planing operations, the Contractor shall place temporary fillets of HMA, with a minimum slope of 4H:1V. around all exposed utility appur tenances if any vehicular traffic will be permitted to travel through the work area prior to paving. The HMA used for this purpose shall be considered an incidental use of HMA as described in Section 5-04.3(18). The Contractor shall provide for safe vehicular travel over driveway entrances during and after planing operations. If the depth of exposed curb or drop off exceeds two (2) inches at a driveway and paving is not occur in the same work shift, the Contractor shall place temporary fillets of HMA along the driveway to provide a transition with a minimum slope of 4H:1V. The HMA used for this purpose shall be consid ered incidental use of HMA as described in Section 5-04.3(18). The Engineer may direct additional depth planing. Before performing this additional depth planing, the Contractor must conduct a hidden metal in pavement detection survey as specified in Section 5-04.3(14)A. 5-04.3(14)A Pre-Planing Metal Detection Check Before starting planing of pavements, and before any additional depth planing required by the Engineer, the Contractor must conduct a physical survey of existing pavement to be planed with equipment that can Identify hidden metal objects. Should such metal be identified, promptly notify the Engineer. See Section 1-07.16(1) regarding the protection of survey monumentation that may be hidden in pave ment. The Contractor Is solely responsible for any damage to equipment resulting from the Contractor's failure to conduct a pre-planing metal detection survey, or from the Contractor's failure to notify the Engineer of any hidden metal that is detected. 5-04.3(14)8 Paving and Planing Under Traffic 5-04.3(14)81 General In addition the requirements of Section 1-07.23 and the traffic controls required in Section 1-10, and un less the Contract specifies otherwise or the Engineer approves, the Contractor must comply with the following: 1. Intersections: a. Keep intersections open to traffic at all times, except when paving or planing operations through an intersection requires closure. Such closure must be kept to the minimum time required to place and compact the HMA mixture, or plane as appropriate. For paving, schedule such closure to individual lanes or portions thereof that allows the traffic volumes and schedule of traffic volumes required in the approved traffic control plan. Schedule work so that adjacent intersections are not impacted at the same time and comply with the traffic control restrictions required by the Traffic Engineer. Each individual intersection closure or partial closure, must be addressed in the traffic control plan, which must be submitted to and accepted by the Engineer, 2018 street Patch and Overlay with Curb Ramps SP 58 Special Provisions TED4004007 2018 see Section 1-10.2(2). b. When planing or paving and related construction must occur in an intersection, consider sched uling and sequencing such work into quarters of the intersection, or half or more of an intersec tion with side street detours. Be prepared to sequence the work to individual lanes or portions thereof. c. Should closure of the intersection in its entirety be necessary, and no trolley service is impacted, keep such closure to the minimum time required to place and compact the HMA mixture, plane, remove asphalt, tack coat, and as needed. d. Any work in an intersection requires advance warning in both signage and a number of Working Days advance notice as determined by the Engineer, to alert traffic and emergency services of the intersection closure or partial closure. e. Allow new compacted HMA asphalt to cool to ambient temperature before any traffic is allowed on it. Traffic is not allowed on newly placed asphalt until approval has been obtained from the Engineer. 2. Temporary centerline marking, post-paving temporary marking, temporary stop bars, and maintaining temporary pavement marking must comply with Section 8-23. 3. Permanent pavement marking must comply with Section 8-22. 5-04.3(14)62 Submittals - Planing Plan and HMA Paving Plan The Contractor must submit a separate planing plan and a separate paving plan to the Engineer at least 5 Working Days in advance of each operation's activity start date. These plans must show how the moving operation and traffic control are coordinated, as they will be discussed at the pre-planing briefing and pre-paving briefing. When requested by the Engineer, the Contractor must provide each operation's traffic control plan on 24 x 36 inch 11 x 17 inch or larger size Shop Drawings with a scale showing both the area of operation and sufficient detail of traffic beyond the area of operation where detour traffic may be required. The scale on the Shop Drawings is 1 inch = 20 foot 100 feet, which may be changed if the Engineer agrees sufficient detail is shown. The planing operation and the paving operation include, but are not limited to, metal detection, removal of asphalt and temporary asphalt of any kind, tack coat and drying, staging of supply trucks, paving trains, rolling, scheduling, and as may be discussed at the briefing. When intersections will be partially or totally blocked, provide adequately sized and noticeable signage alerting traffic of closures to come, a minimum 2 Working Days in advance. The traffic control plan must show where peace officers will be stationed when signalization is or may be, countermanded, and show areas where flaggers are proposed. At a minimum, the planing and the paving plan must include: 1. A copy of the accepted traffic control plan, see Section 1-10.2(2), detailing each day's traffic control as it relates to the specific requirements of that day's planing and paving. Briefly describe the sequencing of traffic control consistent with the proposed planing and paving sequence, and scheduling of placement of temporary pavement markings and channelizing devices after each day's planing, and paving. 2. A copy of each intersection's traffic control plan. 3. Haul routes from Supplier facilities, and locations of temporary parking and staging areas, including return routes. Describe the complete round trip as it relates to the sequencing of paving operations. 2018 street Patch and Overlay with Curb Ramps SP 59 Special Provisions TED4004007 2018 4. Names and locations of HMA Supplier facilities to be used. 5. List of all equipment to be used for paving. 6. List of personnel and associated job classification assigned to each piece of paving equipment. 7. Description (geometric or narrative) of the scheduled sequence of planing and of paving, and intended area of planing and of paving for each day's work, must include the directions of proposed planing and of proposed paving, sequence of adjacent lane paving, sequence of skipped lane paving, intersection planing and paving scheduling and sequencing, and proposed notifications and coordinations to be timely made. The plan must show HMA joints relative to the final pavement marking lane lines. 8. Names, job titles, and contact information for field, office, and plant supervisory personnel. 9. A copy of the approved Mix Designs. 10. Tonnage of HMA to be placed each day. 11. Approximate times and days for starting and ending daily operations. 5-04.3(14)B3 Pre-Paving and Pre-Pianing Briefing At least 2 Working Days before the first paving operation and the first planing operation, or as scheduled by the Engineer for future paving and planing operations to ensure the Contractor has adequately pre pared for notifying and coordinating as required in the Contract, the Contractor must be prepared to discuss that day's operations as they relate to other entities and to public safety and convenience, including driveway and business access, garbage truck operations, Metro transit operations and working around energized overhead wires, school and nursing home and hospital and other accesses, other con tractors who may be operating in the area, pedestrian and bicycle traffic, and emergency services. The Contractor, and Subcontractors that may be part of that day's operations, must meet with the Engineer and discuss the proposed operation as it relates to the submitted planing plan and paving plan, ap proved traffic control plan, and public convenience and safety. Such discussion includes, but is not lim ited to: 1. General for both Paving Plan and for Planing Plan: a. The actual times of starting and ending daily operations. b. In Intersections, how to break up the intersection, and address traffic control and signalization for that operation, including use of peace officers. c. The sequencing and scheduling of paving operations and of planing operations, as applicable, as it relates to traffic control, to public convenience and safety, and to other contractors who may operate in the Project Site. d. Notifications required of Contractor activities, and coordinating with other entities and the public as necessary. e. Description of the sequencing of installation and types of temporary pavement markings as it re lates to planning planing and to paving. f. Description of the sequencing of installation of, and the removal of, temporary pavement patch material around exposed castings and as may be needed g. Description of procedures and equipment to identify hidden metal in the pavement, such as survey monumentation, monitoring wells, street car rail, and castings, before plonning planing, see Section 5-04.3(14)82. h. Description of how flaggers will be coordinated with the planing, paving, and related operations. i. Description of sequencing of traffic controls for the process of rigid pavement base repairs, j. Other items the Engineer deems necessary to address. 2018 Street Patch and Overlay with Curb Ramps SP 60 Special Provisions TED4004007 2018 2. Paving - additional topics: a. When to start applying tack and coordinating with paving. b. Types of equipment and numbers of each type equipment to be used. If more pieces of equip ment than personnel are proposed, describe the sequencing of the personnel operating the types of equipment. Discuss the continuance of operator personnel for each type equipment as it relates to meeting Specification requirements. c. Number of JMFs to be placed, and if more than one JMF how the Contractor will ensure different JMFs are distinguished, how pavers and MTVs are distinguished if more than one JMF is being placed at the time, and how pavers and MTVs are cleaned so that one JMF does not adversely influence the other JMF. d. Description of contingency plans for that day's operations such as equipment breakdown, rain out, and Supplier shutdown of operations. e. Number of sublots to be placed, sequencing of density testing, and other sampling and testing. 5-04.3(15) Sealing Pavement Surfaces Apply a fog seal where shown in the plans. Construct the fog seal in accordance with Section 5-02.3. Unless otherwise approved by the Engineer, apply the fog seal prior to opening to traffic. 5-04.3(16) HMA Road Approaches HMA approaches shall be constructed at the locations shown in the Plans or where staked by the Engi neer. The Work shall be performed in accordance with Section S-04. 5-04.3(17) Construction Joint Sealing Transverse Joints - Joints between new and existing asphalt shall be sealed within five (5) calendar davs after final rollinR of the final lift of HMA. The seal shall be CSS-1 emulsified asphalt. The emulsified as phalt shall be placed in a wav to be smooth and flush with roadwav surface with minimal overbanding. This work is considered incidental to the bid item "HMA CL. PG 64-22". 5-04.3(18) Incidental Uses for HMA Incidental uses for HMA shall consist of restoration and adiustment to paved areas and other such uses as directed bv the Engineer. For example, a thickened edge mav be required for some streets and/or street segment(s). Incidental uses for HMA shall be measured and paid under the "HMA CL. Vi PG 64-22" bid item for the overlay related HMA and "HMA for Pavement Repair CL >z" PG 64-22" bid item for full depth spot repair related HMA. 5-04.3(19) Edge of Pavement Alignment Where curb and gutter do not exist, the Contractor shall maintain a ± 2 inches per 100 linear feet toler ance for the edge of pavement. The Contractor mav establish a reference line as a euide at their discre tion or as directed bv the Engineer. This work is considered incidental to the bid item "HMA CL. Vi" PG 64-22". 5-04.3(20) Adjusting Utility Covers and Monument Cases to Final Grade The following section only applies to existing utility covers and monument cases covered bv HMA. The work shall be completed after the final rolling of the final lift of HMA. The work consists of locating and marking these features and then adiustine them final grade. 2018 Street Patch and Overlay with Curb Ramps SP 61 Special Provisions TED4004007 2018 The Contractor shall locate all utility covers and monument cases covered bv HMA immediately after paving operations are complete for a street and/or street segment. Each location shall be marked with paint and identify the type of buried feature. The Contractor shall completelv expose all water valve boxes and gas valves for access within five (51 calendar days after final rolling of the final lift of HMA. The Contractor shall adjust the following features to final grade per the requirements listed below. Manholes - Refer to Renton Standard Plan 106 Included in Appendix C. Water Valve Boxes - Refer to Renton Standard Plan 330.1 in Appendix C. Gas Valves - Same as Water Valve Boxes. Monument Cases - Refer to Renton Standard Plan 113 in Appendix C. J-boxes. Electrical Vaults. Communications Vaults-These features shall not to be covered with HMA. 5-04.3(21) Temporary Pavement Marking The furnishing and installing of temporary pavement marking shall be as described in Section 8-23. For this contract, all temporary pavement marking is considered short duration. 5-04.4 Measurement HMA Cl. PG , HMA for Cl. PG , and Commercial HMA will be measured by the ton in accordance with Section 1-09.2, with no deduction being made for the weight of asphalt binder, mineral filler, or any other component of the mixture. If the Contractor elects to remove and replace mix as al lowed by Section 5-04.3(11), the material removed will not be measured. Roadway cores will be measured per each for the number of cores taken. Preparation of untreated roadway will be measured by the mile once along the centerline of the main line Roadway. No additional measurement will be made for ramps. Auxiliary Lanes, service roads. Frontage Roads, or Shoulders. Measurement will be to the nearest 0.01 mile. Soil residual herbicide will be measured by the mile for the stated width to the nearest 0.01 mile or by the square yard, whichever is designated in the Proposal. Pavement repair excavation will be measured by the square yard of surface marked prior to excavation. Asphalt for prime coat will be measured by the ton in accordance with Section 1-09.2. Prime coat aggregate will be measured by the cubic yard, truck measure, or by the ton, whichever is designated in the Proposal. Asphalt for fog seal will be measured by the ton, as provided in Section 5-02.4. Longitudinal joint seals between the HMA and cement concrete pavement will be measured by the line- 2018 street Patch and Overlay with Curb Ramps SP62 Special Provisions TE04004007 2018 ar foot along the line and slope of the completed joint seal. Planing bituminous pavement will be measured by the square yard. Planing bituminous pavement to a 2 inch depth will be measured by the square yard. Planing bituminous pavement to a 4 Inch depth will be measured by the square yard. Temporary pavement marking will be measured by the linear foot as provided in Section 8-23.4. Water will be measured by the M gallon as provided in Section 2-07.4. Adiust Manhole Cover will be measured per each. Adiust Water Valve Box will be measured per each. Adiust Gas Valve will be measured per each. Adiust Monument Case will be measured per each. 5-04.5 Payment Payment will be made for each of the following Bid Items that are included In the Proposal: "HMA Cl. PG per ton. "HMA for Approach Cl. PG per ton. "HMA for Preleveling Cl. PG per ton. "HMA for Pavement Repair Cl. PG per ton. "Commercial HMA", per ton. The unit Contract price per ton for "HMA Cl. PG "HMA for Approach Cl. PG "HMA for Preleveling Cl. PG "HMA for Pavement Repair Cl. PG and "Commercial HMA" shall be full compensation for all costs, including antl-stripping additive, incurred to carry out the requirements of Section 5-04 except for those costs included in other Items which are included in this Subsection and which are included in the Proposal. "Preparation of Untreated Roadway", per mile. The unit Contract price per mile for "Preparation of Untreated Roadway" shall be full pay for all Work described under 5-04.3(4), with the exception, however, that all costs involved in patching the Roadway prior to placement of HMA shall be included in the unit Contract price per ton for "HMA Cl. PG " which was used for patching. If the Proposal does not include a Bid item for "Preparation of Untreated Roadway", the Roadway shall be prepared as specified, but the Work shall be included in the Contract prices of the other items of Work. 2018 Street Patch and Overlay with Curb Ramps SP 63 Special Provisions TED4004007 2018 "Preparation of Existing Paved Surfaces", per mile. The unit Contract Price for "Preparation of Existing Paved Surfaces" shall be full pay for all Work de scribed under Section 5-04.3(4) with the exception, however, that all costs involved in patching the Roadway prior to placement of HMA shall be included in the unit Contract price per ton for "HMA Cl. PG " which was used for patching. If the Proposal does not include a Bid item for "Preparation of Existing Paved Surfaces", the Roadway shall be prepared as specified, but the Work shall be included in the Contract prices of the other items of Work. "Crack Sealing", by force account. "Crack Sealing" will be paid for by force account as specified In Section 1-09.6. For the purpose of providing a common Proposal for all Bidders, the Contracting Agency has entered an amount In the Proposal to become a part of the total Bid by the Contractor. "Pavement Repair Excavation Incl. Haul", per square yard. The unit Contract price per square yard for "Pavement Repair Excavation Incl. Haul" shall be full pay ment for all costs incurred to perform the Work described in Section 5-04.3(4} with the exception, how ever, that all costs involved in the placement of HMA shall be included in the unit Contract price per ton for "HMA for Pavement Repair Cl. PG ", per ton. "Asphalt for Prime Coat", per ton. The unit Contract price per ton for "Asphalt for Prime Coat" shall be full payment for all costs incurred to obtain, provide and install the material in accordance with Section 5-04.3(4). "Prime Coat Agg.", per cubic yard, or per ton. The unit Contract price per cubic yard or per ton for "Prime Coat Agg." shall be full pay for furnishing, loading, and hauling aggregate to the place of deposit and spreading the aggregate in the quantities re quired by the Engineer. "Asphalt for Fog Seal", per ton. Payment for "Asphalt for Fog Seal" is described in Section 5-02.5. "Longitudinal Joint Seal", per linear foot. The unit Contract price per linear foot for "Longitudinal Joint Seal" shall be full payment for all costs in curred to perform the Work described in Section 5-04.3(12). "Planing Bituminous Pavement", per square yard. "Planing Bituminous Pavement - 2 inch depth", per square yard. "Planing Bituminous Pavement-4 inch depth", per square vard. 2018 Street Patch and Overlay with Curb Ramps SP 64 Special Provisions TE04004007 2018 The unit Contract price per square yard for "Planing Bituminous Pavement". "Planing Bituminous Pave ment - 2 inch depth". "Planing Bituminous Pavement - 4 inch depth" shall be full payment for all costs incurred to perform the Work described in Section 5-04.3(14). "Temporary Pavement Marking", per linear foot. Payment for "Temporary Pavement Marking" is described in Section 8-23.5. "Water", per M gallon. Payment for "Water" is described In Section 2-07.5. "Job Mix Compliance Price Adjustment", by calculation. "Job Mix Compliance Price Adjustment" will be calculated and paid for as described in Section 5-04.3(9)C6. "Compaction Price Adjustment", by calculation. "Compaction Price Adjustment" will be calculated and paid for as described in Section 5-04.3(10)03. "Roadway Core", per each. The Contractor's costs for all other Work associated with the coring (e.g., traffic control) shall be inci dental and included within the unit Bid price per each and no additional payments will be made. "Cyclic Density Price Adjustment", by calculation. "Cyclic Density Price Adjustment" will be calculated and paid for as described in Section 5-04.3(10)8. "Adiust Manhole Cover", per each. "Adiust Water Valve Box", per each. "Adiust Gas Valve", per each. "Adiust Monument Case", per each. The unit Contract price per each for "Adiust Manhole Cover". "Adiust Water Valve Box". "Adiust Gas Valve". "Adiust Monument Case" shall be full oavment for all costs incurred to perform the Work described in Section 5-04.3(20). END OF DIVISION 5 2018 Street Patch and Overlay with Curb Ramps SP 65 Special Provisions TED4004007 2018 DIVISION 8- MISCELLANEOUS CONSTRUCTION 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL 8-01.3 Construction Requirements 8-01.3(8) Street Cleaning Section 8-01.3(8) Is supplemented with the following; Immediately following planing operations on a street and/or street segment, the area shall be swept clean. Prior to the start of paving operations and application of tack coat, the street sweeper shall clean the work area. During paving operations, the street sweeper shall clean the route(s) in the immediate vicinity (up to one (1) mile from the work area) used by trucks to deliver material and exit the work area. The sweeper shall also clean all streets, adjacent to the work area, with debris accumulation resulting from the Contractor's equipment and/or operations. If the HMA paver(s) is "walked" from one site to another, the street sweeper shall clean the route. The street sweeper shall clean all areas as directed by the Engineer. 8-01.5 Payment Section 8-01.5 is deleted and replaced with the following: Payment will be made for the following bid items when included in the Proposal. "Inlet Protection", per each. "Street Cleaning", per hour. "Erosion/Water Pollution Control", by force account as provided in Section 1-09.6. When "Erosion/Water Pollution Control" by force account is included in the Proposal, the installation, maintenance, and removal of erosion and water pollution control devices, except for those erosion and water pollution control devices specifically included in the Proposal, will be paid by force account in accordance with Section 1-09.6. To provide a common Proposal for all Bidders, the Contracting Agency has entered an amount in the Proposal for "Erosion/Water Pollution Control" to become a part of the Contractor's total Bid. NE 31" St Bridge Replacement Project SP 66 Special Provisions TED4003843 2018 8-02 ROADSIDE RESTORATION 8-02.3 Construction Requirements 8-02.3(4)A Topsoil Type A Section 8-02.3(4)A is supplemented with the following: Topsoil Type A shall conform to Section 9-14.1(1) of these Special Provisions. Topsoil Type A Is to be placed In all areas listed on the Summary of Concrete Quantities located In Appendix A, or as directed by the Engineer. Topsoil Type A shall be placed to a uniform compacted depth of three (3) inches. 8-02.3(16)A Lawn Installation Section 8-02.3(16)A Is supplemented with the following: Sod used for Sod Installation shall conform to Section 9-14.6(8). Sod Is to be Installed In all areas listed on the Summary of Concrete Quantities located in Appendix A, or as directed by the Engineer. 8-02.3(11) Bark or Wood Chip Mulch (April 2, 2012, WSDOJ GSP) Section 8-02.3(11) Is supplemented with the following: Bark mulch or wood chip mulch shall be placed to a uniform non-compacted depth of three (3) Inches over all planting aroos. Bark or wood chip mulch Is to be placed In all areas listed on the Summary of Concrete Quantities located In Appendix A Bark or wood chip mulch shall not be placed In areas of standing or flowing water. 8-02.4 Measurement Section 8-02.4 Is supplemented with the following: Topsoil and mulch will be measured by the cubic yard of material delivered to the project site and placed as required In these special provisions or as directed by the Engineer. 8-02.5 Payment Section 8-02.5 is supplemented with the following: Payment will be made in accordance with Section 1-04.1, for the following bid Items when included in the Proposal: "Topsoil Type A", per cubic yard N£ 31** St Bridge Replacement Project SP 67 Special Provisions TED4003843 2018 "Bark or Wood Chip Mulch", per cubic yard 8-09 RAISED PAVEMENT MARKERS 8-09.2 Materials Section 8-09.2 is supplemented with the following; Raised Pavement Markers (RMP's) shall match the type(s), color(s) and slze(s) shown on Renton Standard Plans 109 and 310.3 included in Appendix C. 8-09.4 Measurement Section 8-09.4 is deleted and replaced with the foilowing: Measurement of Raised Pavement Markers will be per each of each type of marker furnished and set in place. 8-09.5 Payment Section 8-09.5 is deleted and replaced with the following: Payment will be made for the each of the following Bid items that are included in the Proposal: "Raised Pavement Marker Type 1 (white)", per each. "Raised Pavement Marker Type 1 (yellow)", per each. "Raised Pavement Marker Type 2a (white/red)", per each. "Raised Pavement Marker Type 2b (blue/blue)", per each. "Raised Pavement Marker Type 2c (yellow/red)", per each. "Raised Pavement Marker Type 2d (yellow/yellow)", per each. "Raised Pavement Marker Type 2e (white one side)", per each. "Raised Pavement Marker Type 2f (yellow one side)", per each The unit Contract price per each for "Raised Pavement Marker Type " shall be full pay for furnishing and installing the markers in accordance with these specifications including all costs involved with traffic control unless "Project Temporary Traffic Control" is listed in the Proposal. If "Project Temporary Traffic Control" is listed in the Proposal, then all traffic control required to install the markers shall be paid under the applicable traffic control bid items listed in the Proposal. NE 31" St Bridge Replacement Project SP 68 Special Provisions TED4003843 2018 8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, INTELLIGENT TRANSPORTATION SYSTEMS, AND ELECTRICAL 8-20.3 Construction Requirements 8-20.3(14) Signal Systems 8-20.3(14)C Induction Loop Vehicle Detectors Section 8-20.3{14)C is deleted and replaced with the following: All loops damaged by the Contractor must be replaced with Type 3 induction loops. For this contract, existing detection loops on S 26^'^ Street at the intersection with Benson Road {108*^ Ave SB) will be damaged by planing operations. These loops will be replaced with Type 3 Stop Line Loops upon completion of paving operations on S 26*^ Street. Type 3 Stop Line Loops are only required for the left turn/through lane in the west leg (eastbound movement) of the intersection. The Contractor shall notify the Engineer a minimum of five (5) working days in advance of pavement removal or planing in areas with existing loops. Clean street surface of debris, standing water, or other material which may enter the sawcut and thereby degrade the quality of the installation Inductions loops shall be constructed as detailed in the Contract and the following: 1. Loop conductor and lead in cable shall conform to the requirements of Section 9-29.3(2)F. 2. All loops shall be installed in the final lift of HMA. 3. When Type 3 loops are grouped at the stop line or crosswalk, the front edge of the first loop shall be one (1) foot behind the stop line or crosswalk. Each additional loop installed in the lane shall be spaced as Type 3 Stop Line Loops shown on WSDOT Standard Plan J-50.12-01, located in Appendix C. 4. Round sawcuts shall be constructed using equipment designed for cutting round loops. The equipment shall use a concave, diamond-segmented blade. The sawcuts shall be normal to the pavement surface and shall be a minimum of 0.25 inches wide. The sawcut depth shall be a minimum of 2 5/8 inches and a maximum of 3 inches measured at any point along the perimeter, except on bridge decks. Other methods of constructing the round sawcut, such as anchoring a router or flat blade saw, will not be permitted. 5. The sawcuts shall be of uniform depth and any sharp edges, abrasions, or ridges shall be removed prior to placing the wire. All sawcuts shall be cleaned with high-pressure washer (1,000 psi or greater) and dried with 100 psi minimum air pressure, to the satisfaction of the Engineer. If traffic is allowed over the sawcut prior to wire installation, the sawcuts shall be cleaned again. 6. Each loop shall be the size and number of turns for Type 3 Stop Line Loops as shown on WSDOT Standard Plan J50.12-01 located in Appendix C. 7. Loop conductors shall be held at the bottom of the sawcut by high temperature backer rod sized to fit snuggly in the saw cut centers along the entire loop and home run(s) and at the entrance NE Bl®* St Bridge Replacement Project SP 69 Special Provisions TED4003843 2018 and exit of all turns greater than 45 degrees. If new loops are Installed over existing loops, the old loops shall be removed by planing and the planing shall be deep enough to destroy any existing operational loop conductors. Any additional planing required to remove the existing loops is considered incidental to the bid item "Planing Bituminous Pavement - 4 inch depth". 8. No loop installation will be performed in rainy weather or when the pavement is wet. Install loop detectors during conditions of zero precipitation and when the pavement temperature is between 40 degrees F and ICQ degrees F. 9. Wiring shall be installed with a blunt-nosed wooden wedge. 10. Prior to installation of the high temperature backer rod all slack shall be removed from the wiring. Kinks in wiring or folding back of excess wiring will not be allowed. 11. Install sealant specified In Section 9-04.2(4} or as approved by the Engineer. A minimum of one (1) Inch of sealant shall be provided between the top of the conductors and the pavement surface. 12. Sealant shall be applied such that air bubbles or foam will not be trapped in the sawcut. 8-20.3(14)0 Test for Induction Loop and Lean-In Cable Section 8-20.3(14)0 is supplemented with the following; The Contractor shall keep records of field testing and furnish the Engineer with a copy of the results. 8-20.4 Measurement Section 8-20.4 is supplemented with the following: "Type 3 Stop Line Loops" shall be measured by lump sum. 8-20.5 Payment |******j Section 8-20.5 is supplemented with the following: "Type 3 Stop Line Loops", lump sum. The lump sum Contract price for "Type 3 Stop Line Loops" shall be full pay for furnishing and installing the loops in accordance with these specifications, including sawcutting, cleaning, installation, sealing and testing as described in Sections 8-20.3(14)C and 8-20.3(14)0, and including all costs involved with traffic control unless "Project Temporary Traffic Control" is listed in the Proposal. If "Project Temporary Traffic Control" is listed in the Proposal, then all traffic control required to install the loops shall be paid under the applicable traffic control bid items listed in the Proposal. NE 31" St Bridge Replacement Project SP 70 Special Provisions TED4003843 2018 8-22 PAVEMENT MARKING 8-22.4 Measurement Section 8-22.4 is supplemented with the following: "Plastic Parallel Parking Space Marking" shall be measured per each marking placed to delineate the beginning or end of a parallel parking space. 8-22.5 Payment Section 8-22.5 is supplemented with the following: "Plastic Parallel Parking Space Marking", per each. 8-23 TEMPORARY PAVEMENT MARKINGS 8-23.5 Payment Section 8-23.5 is supplemented with the following: The unit Contract price per linear foot for "Temporary Pavement Marking - Short Duration" and "Temporary Pavement Marking - Long Duration" shall be full pay for furnishing and installing the temporary pavement markings In accordance with these specifications including all costs involved with traffic control unless "Project Temporary Traffic Control" is listed in the Proposal. If "Project Temporary Traffic Control" is listed in the Proposal, then all traffic control required to install the temporary pavement markings shall be paid under the applicable traffic control bid items listed in the Proposal. If the bid items "Temporary Pavement Marking - Short Duration" and "Temporary Pavement Marking - Long Duration" are not included in the Proposal then all costs associated this work shall be considered incidental to "Project Temporary Traffic Control". END OF DIVISION 8 NE 31®^ St Bridge Replacement Project SP 71 Special Provisions TED4003843 2018 DIVISION 9-MATERIALS 9-04 JOINT AND CRACK SEALING MATERIALS 9-04.2 Joint Sealant 9-04.2(4) Induction Loop Sealant Section 9-4.2(4) is a new section: Loop Sealant Loop sealant shall be hot-applied, rubberized asphalt sealant, meeting the penetration, flow and resilience specifications of ASTM D5329. Loop sealant approved by the Contracting Agency for use in HMA pavement are: 1. Craftco Inc. Loop Detector Sealant 271 (Part # 34271) 2. RAI Pre-Seal 6006EX 3. QCM EAS-14 4. 3M Black 5000 Loop sealant approved by the Contracting Agency for use on concrete bridge decks and PCC pavement are: 1. Craftco Inc. Loop Detector Sealant 271 (Part # 34271) 2. Gold Label Flex IP 3. QCM EAS-14 4. 3M Black 5000 Before installing detector loops, the Contractor shall request and obtain approval from the Engineer for the type of loop sealant proposed and submit manufacturer product datasheets. 9-14 EROSION CONTROL AND ROADSIDE PLANTING 9-14.1 Topsoil 9-14.1(1) Topsoil Type A (August 7, 2017, WSDOT GS?) Section 9-14.1(1) is supplemented with the following: Topsoil Type A shall meet the following requirements: 1. Cation exchange capacity (CEC) of Topsoil Type A shall be a minimum of 5 miiliequivaients CEC/100 g dry soil (U.S. EPA Method 9081). NE 31"'St Bridge Replacement Project SP 72 Special Provisions TED4003843 2018 2. Organic content greater than 8-percent but less than 15-percent as measured on a dry weight basis using AASHTO T 267 Determination of Organic Content in Soils by Loss on Ignition. Topsoil Type A shall be 60-percent to 70-percent Sandy Loam and 40-percent to 30-percent Medium Compost by volume. Sandy Loam shall be as defined by the US Department of Agriculture Soil Classification System. The Contract shall submit a Particle Size Analysis as a Type 1 Working Drawing from an independent accredited soils testing laboratory Indicating the Material source and compliance with all Topsoil Type A specifications. The laboratory analysis shall be with a sample size of no less than 2 pounds. The Medium Compost shall conform to the requirements of Section 9-14.4(8). 9-29 ILLUMINATION, SIGNAL, ELECTRICAL 9-29.3 Fiber Optic Cable, Electrical Conductors, and Cable 9-29.3{2)F Detector Loop Wire Section 9-29.3(2)F is deleted and replaced with the following: Detector loop wire shall be #12 or #14 AWG stranded bare copper conductor, with XLPE insulation, an orange PVC jacket, conforming to IMSA Specification 51-7. 9-29.12 Electrical Splice Materials 9-29.12(2) Traffic Signal Splice Material Section 9-29.12 is supplemented with the following: Induction loop splices shall be either the heat shrink type or the re-enterable type with end cap seals. END OF DIVISIONS APPENDICES (January 2, 2012, WSDOTGSP) The following appendices are attached and made a part of this contract. APPENDIX A: Map of Project Locations, Summary of Quantities, Summary of Channelization, Summary of Concrete APPENDIX B: Prevailing Hourly Minimum Wage Rates APPENDIX C: Standard Plans (City of Renton and WSDOT) NE 31^ St Bridge Replacement Project SP 73 Special Provisions TED4003843 2018 City of Renton Contract Provisions for 2018 Street Patch and Overlay with Curb Ramps APPENDICES City of Renton Contract Provisions for 2018 Street Patch and Overlay with Curb Ramps Appendix A - Map of Project Locations Summary of Quantities Summary of Channelization Quantities Summary of Concrete Quantities sr- i — s^ ) lA\/\6* k.ly r |22'' \sv 1 C- 71^ 4,SiI H r«»iM Map Number 6 rc'i Kl g -TttSW rrVI^ Ns ^ ^ cs:2 mmm siiB jL.i -w r 17- 1 J -•Wegn -^T?^ n: .. D. n. r^c =r^ stw Map Number 5 . r/ \ Map Number 1 s . -v 4 •••V Jrrr* - //-> 3^. Map Number 2 Not In Contract s\ 80th St sc 22s! P' y'' Crrii.' J s w ■tBlh\<,—feilb,:.■"s^e ™ 2Ms t04mst iL_ I 13^S^sisijeinkii rI"' Si2(J0vi St I € *"T s5 202ni S: | s 202odSI ? 2018 Street Patch & Overlay with Curb Ramps Map Number 1 A i i N; ^ ^:w■Sr!# w V i ; i .V -«•$» V \ >i •i bh Ip-V" i ^i!«T«r T A 5»V ry v-. |9 %:r. ry * "\.l» Jr -If »-5Vi!^t«- 1^' ^ I IBk f ,=T,4..<,. Map Number 2 - NOT IN CONTRACT 911 <Mk H UJ tr ;«ic- .•r 1 ww. it91 I /T h -s?s * r I I ; ;tx"m k.\JL n 9-ik ■tm» N Map Number 3 I?■SI'' E#-Sk 1taTr3^ ^v^ ri||FFi=!i r Maio^ N:H V ',. I E ZE Map Number 4 I lia; * tA «/it:iVy» i* V »> 2V' '<1.'iN sSiT «# % 4» •#!> Map Number 5 \ A hV *1 mmi.A 'k n Lite;! rt -^v 1 >- M1^ A H »»»"> A «■<< I -w ?* \ 3p«e y.*5'rt V-. V. •>' ;'.'-. '-'iK^-' ^ ii'^1 fi „ r-' .ffl -Wv.A 4r< tj w i - X. %v.;4ii; a'-'; 3 « fll-^'?r 4'V r'*^i ■«* .JVI •i\ 4> ■• 1 - » QJ ■o•i*. ^—. h9«'^44k. r3r cin CTWmrD 4L. cn IS/'i> ■0^•»?I v># #t kh&ir-i##m N T>*f.»?!Li NStmsnt1rrA#«jSl*Srtfi jaqoiniM deiAl 2018 STREET PATCH AND OVERLAY WITH CURB RAMPS SUMMARY OF QUANTITIES [map#! STREETNAME I FROM j TO | LONG | WIDE | THICK | SQFT | SQYD | TONS | GRIND 2" | GRIND4" | MQN | MH 1 WV | 6V |SOCKS| 1 SE 156 ST 138PLSE 139 AVSE 134 33 4 4,422 491 112 491 1 1 3 2 SE 156 ST 139 AV SE 139CTSE 135 33 4 4,455 495 113 495 1 3 1 139 CT SE EOCS SE 156 ST 241 33 4 7,953 884 201 884 1 1 1 SE 156 ST 139 a SE BULB 336 33 4 11,088 1,232 281 1,232 2 3 1 SE 156 ST BULB 140 PL SE 381 33 4 12,573 1,397 319 1,397 2 1 4 2 140 PL SE SE 156 a EOCE 590 33 4 19,470 2,163 493 2,163 2 3 4 4 SE156CT EOCE 140PLSE 278 33 4 9,174 1,019 232 1,019 1 1 2 140 PL SE SE 156 ST SE 156 CT 148 33 4 4,884 543 124 543 1 3 3 3 SE 156 ST *•140 WAYSE 180 33 2 5,940 660 75 660 2 4 1 5 SE 156 ST 140 PL SE 140 WAY SE 126 33 4 4,158 462 105 462 2 4 1 5 139 AVE SE SE 156 ST SE 155 PL 208 33 4 6,864 763 174 763 1 1 1 SE 155 PL 139 AVSE EOCE 485 33 4 16,005 1,778 405 1,778 3 2 1 3 139 AV SE SE 155 PL EOCW 652 33 4 21,516 2,391 545 2,391 2 5 8 5 •* App ro*. 180-ft south of 16 SOUTH OWavSE Subtotals 128,502 14,278 3,180 660 13,618 21 29 28 35 2* 104th Ave SE 105TH AV SE MILL AVS 1442 33 0 0 0 0 0 0 0 0 104th Ave SE MILL AVS SE 166 ST 465 35 0 0 0 0 0 0 0 0 • NOT N CONTRAa SOUTH Subtotal =0 0 0 0 0 0 0 S, 2ND ST MAIN AVS MILLAVS 221 36 2 7,956 884 101 884 4 3 3 2 3 MILL AVS S. 2ND ST BRONSON WAY S 381 32 2 12,192 1,355 154 1,355 2 BRONSON WAYS MILL AVS MAIN AV S 417 54 2 22,518 2,502 285 2,502 1 3 7 6 Subtotal =42,666 4,741 540 4741 1 7 10 3 10 SOUTH S 27 PL BENSON DR S MILLAVS 196 34 4 6,664 740 169 740 2 2 4 S27 PL MILL AVS S26ST 414 34 4 14,076 1,564 357 1,564 1 4 1 4 5 26 ST S 27 PL CEDAR AV S 246 34 4 8,364 929 212 929 1 2 2 2 S26 ST CEDAR AV S BENSON RDS 295 34 4 10,030 1,114 254 1,114 2 3 7 2 3 Subtotal =39,134 4,348 991 4,348 4 11 7 7 13 ALLEYS 5 SW 12 ST(a SW 13 ST RAYMOND AV SW SENECA AV SW 530 12 4 6,360 707 161 6 CHELAN AVNE NE 10 ST EORS 218 20 4 4,360 484 110 7 MAINAVS(SMILLA HOUSER WAYS S2ST 465 12 4 5,580 620 141 620 1 Subtotal =16,300 1,811 413 620 1 Total =226,602 25,178 5,125 5,401 18,586 26 48 45 10 58 TONS = HMA CL 1/2 IN. PG 64-22 SOCKS s INLET PROTEaiON 2" GRIND - Planing Bituminous Pavement • 2 inch depth 4" GRIND = Planing Bituminous Pavement • 4 inch depth MON = Adjust Monument Case MH = Adjust Manhole Cover WV s Adjust Water Valve Box GV = Adjust Gas Valve 2018 STREET PATCH AND OVERLAY WITH CURB RAMPS SUMMARY OF CHANNELIZATION QUANTITIES |MAP#STREET NAME FROM TO LONG WIDE CW SB ARROW lY 2d IW 2e 2b PARKING LOOPS 1 SOUTHEAST - MAPLE RIOGE ESTATES SE X56 ST 138 PLSE 139 AV SE 134 33 1 SE 156 ST 139 AVSE 139 CTSE 135 33 139 CTSE EGGS SE 156 ST 241 33 SE 156 ST 139 CTSE BULB 336 33 SE 156 ST BULB 140 PLSE 381 33 1 140 PLSE SE 156 CT EOCE 590 33 1 SE156CT EOCE 140 PLSE 278 33 140 PLSE SE 156 ST SE156 CT 148 33 SE156ST 140 PLSE 140 WAV SE 306 33 19 126 14 1 139 AVE SE SE 156 ST SE155 PL 208 33 SE 155 PL 139 AVSE EOCE 485 33 1 139 AV SE SE 155 PL EOCW 652 33 1 Subtotal =19 126 14 6 SOUTH 5. 2ND ST MAIN AVS MILL AVS 221 36 160 17 100 14 7 3 MILL AVS S. 2ND ST BRONSON WAYS 381 32 134 38 5 144 20 70 16 2 8R0NS0N WAY S MILL AVS MAIN AVS 417 54 4 290 24 200 8 8 Subtotal =294 55 9 534 58 270 24 2 15 SOUTH 5 27 PL BENSON DRS MILL AVS 196 34 34 28 6 S27PL MILL AVS S26ST 414 34 S26ST S 27 PL CEDAR AVS 246 34 S26ST CEDAR AVS BENSON RDS 295 34 107 3 150 20 60 12 1 Subtotal =107 34 3 178 26 60 12 1 Total =401 108 12 838 98 330 36 8 15 1 CW = Plastic Crosswalk Line LOOPS = Type 3 Stop Line Loops 2b = Raised Pavement Marker Type 2 (Blue/Blue) SB = Plastic Stop Line AAROW = Plastic Traffic Arrow PARKING = Plastic Parallel Parking Space Marking IW = Raised Pavement Marker Type 1 (White) IV = Raised Pavement Marker Type 1 (Yellow) 2d = Raised Pavement Marker Type 2 (Yellow/Yellow) 2e = Raised Pavement Marker Type 2 (While one side) 2018 STREET PATCH AND OVERLAY WITH CURB RAMPS SUMMARY OF CONCRETE QUANTITIES MAPff STREET AT RAMP RAMP #0F LF SAWCUT LF REMOVE SY REMOVE IF INSTALL LF INSTALL SY INSTALL CY INSTALL SY INSTALL CY INSTAU NAME STREET LOCATION TYPE RAMPS C&G WALK/RAMP C&G PED CURB SIDEWALK TOPSOIL SOD BARK SOUTHEAST - M/VPLE RIDGE ESTA1rES SE156ST 140 WAYSE NW F-40.1S.03A 1 19 10.5 19 SE156 ST 140 WAYSE NE F-40.15.03A 1 19 10.5 19 SE156 ST 140PLSE NW F-40.12-03A 1 8 19 10.5 19 19 0,2 2,2 140 PL SE SE 156 ST NE F-40.12-03A 1 8 19 10.5 19 19 0,2 2,2 140 PL SE SE 156 ST SE F-40.12-03A 1 16 28 15.5 28 19 5,0 0.4 0.4 1 139TH CT SE SE156 ST NE F-40.12-03A 1 19 12.7 19 19 0.3 139TH CT SE SE156 ST SE F-40.12-03A 1 8 22 12,1 22 19 1,6 0.3 2.8 139TH AVESE SE 156 ST NW F-40,12-03A 1 8 19 10.5 19 19 0.3 2.6 139TH AVESE SE 156 ST SW F-40,12-03A 1 8 19 10,5 19 19 0.2 1.8 SE 1S5TH PL 139TH AVE SE NE F-40.12-03A 1 3 19 10.5 19 19 0.2 1.6 0.1 SE155THPL 139TH AVE SE SE F-40.12-03A 1 13 19 10.5 19 19 0,2 0.7 0,2 Subtotal =11 72 221 124 221 171 7 2 14 0.6 SOUTH 1 2'104 AV SE CEDAR AV S NW 0 0 0 0 0 0 1 * NOT IN CONTRACT Subtotal =0 0 0 0 0 0 SOUTH BENSON DRS S27PL NE F-40.12-03A 1 21 11.6 21 19 1.1 0.3 BENSON DRS S27PL SE F-40.12-03A 1 22 12.2 22 19 1.7 0.3 MILL AVS S27PL SW F-40.12-03A 1 27 14.9 27 19 4.4 0.4 0.8 MILLAVS S27 PL SE F-40,12-03A 1 32 17.7 32 19 7.2 0.4 MILL AVS S27 PL NW F-40.12-03A 1 27 14.9 27 19 4.4 0,3 MILL AVS S27 PL NE F-40.12-03A 1 8 27 14.9 27 19 4.4 0.3 3.1 4 S 26 ST S27PL SW F-40.12-03A 1 26 11,6 26 19 4.4 0,3 S 26 ST S27 PL NW F-40.12-03A 1 16 27 14,9 27 19 4.4 0.3 S 26 ST S27 PL SE F-40.12-03A 1 8 27 14,9 27 19 4,4 0.3 3.1 S26 ST CEDAR AVS SW F-40.12-03A 1 5 27 14,9 27 19 4,4 0.3 S26 ST CEDAR AVS NW F-40.12-03A 1 30 16,6 30 19 6,1 0,3 BENSON RD S26ST NW F-40.12-03A 1 25 13,8 25 19 3,3 0.3 2.2 BENSON RD S26ST SW F-40.12-03A 1 5 22 11,6 22 19 1,1 0,3 Subtotal =13 42 340 185 340 247 51 4 9 Total = LF SAWCUT = Sawcutting LF LF REMOVE C&G = Removing Cement Cone. Curb and Gutter LF IN 5Y REMOVE WALK/RAMP = Removing Cement Cone. Sidewalk SY IN 114 S61 309 S61 418 58 ALL C8iG = Cement Cone. Traffie Curb and Gutter ALL PED CURB s Cement Cone. Pedestrian Curb ALL SIDEWALK = Cement Cone. Sidewalk 23 CY INSTALLTOPSOIL = Topsoil Type A SY INSTALL SOD = Sod Installation CY INSTALL BARK = Bark or Wood Chip Mulch CityofRenton : Contract Provisions for I'2018 Street Patch and Overlay with Curb Ramps k Appendix B - Prevailing Hourly Minimum Wage Rates state of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PC Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, worker's wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements are provided on the Benefit Code Key. Journey Level Prevailing Wage Rates for the Effective Date: 6/4/2018 County Trade Job Classification Wage Holiday Overtime Note King Asbestos Abatement Workers Journey Level $46.57 50 1H King Boilermakers Journey Level $66.54 5N 1C King Brick Mason Journey Level $55.82 5A 1M King Brick Mason Pointer-Caulker-Cleaner $55.82 5A 1M King Building Service Employees Janitor $23.73 5S 2F King Building.Service Employees Traveling Waxer/Shampooer $24.18 5S 2F King Building Service Emplovees Window Cleaner (Non-$27.23 5S 2F Scaffold) King Building Service Employees Window Cleaner (Scaffold)$28.13 5S 2F King Cabinet Makers (In Shop)Journey Level $22.74 1 King Carpenters Acoustical Worker $57.18 4C King Carpenters Bridge, Dock And Wharf $57.18 5D 4C Carpenters King Carpenters Carpenter $57.18 5D 4C King Carpenters Carpenters on Stationary Tools $57.31 5D 4C King Carpenters Creosoted Material $57.28 King Carpenters Floor Finisher $57.18 50 4C King Carpenters Floor Layer $57.18 50 4C King Carpenters Scaffold Erector $57.18 50 4C King Cement Masons Journey Level $57.21 7A 1M King Divers & Tenders Bell/Vehicle or Submersible $110.54 50 4C Operator (Not Under Pressure) King Divers & Tenders Dive Supervisor/Master $72.97 50 4C King Divers & Tenders Diver $110.54 50 8V King Divers & Tenders Diver On Standby $67.97 King Divers 6t Tenders Diver Tender $61.65 5D 4C King Divers & Tenders Manifold Operator $61.65 50 4C King Divers 8t Tenders Manifold Operator Mixed Gas $66.65 50 C King Divers 6t Tenders Remote Operated Vehicle $61.65 50 4C Operator/Technician ^King Divers & Tenders $57.43 5A 4C 1 Remote Operated Vehicle Tender King Dredge Workers Assistant Engineer $56.44 5D King Dredge Workers Assistant Mate (Deckhand)$56.00 3F King Dredge Workers Boatmen $56.44 3F King Dredge Workers Engineer Welder $57.51 5D 3F King Dredge Workers Leverman, Hydraulic $58.67 5D 3F King Dredge Workers Mates $56.44 5D 3F King Dredge Workers Oiler $56.00 5D 3F King DrvwaU AoDlicator Journey Level $56.78 5D 1H King Drywall Tapers Journey Level $57.43 5P IE King Electrical Fixture Maintenance Journey Level $28.99 11 Workers King Electricians - Inside Cable Splicer $76.96 7C 4E King Electricians • Inside Cable Splicer (tunnel)$82.24 7C 4E King Electricians - Inside Certified Welder $74.38 ZC 4E King Electricians • Inside Certified Welder (tunnel)$79.80 7C 4E King Electricians - Inside Construction Stock Person $39.69 ZC 4E King Electricians - Inside Journey Level $71.80 7C 4E King Electricians • Inside Journey Level (tunnel)$76.96 7C 4E King Electricians - Motor Shop Craftsman $15.37 1 King Electricians - Motor Shop Journey Level $14.69 1 King Electricians - Powerline Cable Splicer $79.43 5A 4D Construction King Electricians - Powerline Certified Line Welder $69.75 M 40 Construction King Electricians - Powerline Groundperson $46.28 40 Construction King Electricians - Powerline Heavy Line Equipment Operator $69.75 w 4D Construction King Electricians - Powerline Journey Level Lineperson $69.75 40 Construction King Electricians - Powerline Line Equipment Operator $59.01 Ik 40 Construction King Electricians - Powerline Meter Installer $46.28 w 40 8W Construction King Electricians - Powerline Pole Sprayer $69.75 5A 40 Construction King Electricians - Powerline Powderperson $52.20 W 40 Construction King Electronic Technicians Journey Level $31.00 1 King Elevator Constructors Mechanic $91.24 7D 4A King Elevator Constructors Mechanic In Charge $98.51 7D 4A King Fabricated Precast Concrete All Classifications - In-Factory Work Only $17.72 IB Products King Fence Erectors Fence Erector $15.18 1 King Flaggers Journey Level $39.48 7A 31 King Glaziers Journey Level $61.81 7L 1Y f\/^ trs A t f> King Heat & Frost Insulators And Journeyman $67.93 4H Asbestos Workers King Heating Equipment Mechanics Journey Level $78.17 7F IE King Hod Carriers 8t Mason Tenders Journey Level $48.02 7A 31 King Industrial Power Vacuum Journey Level $11.50 1 Cleaner King Inland Boatmen Boat Operator $61.41 5B IK King Inland Boatmen Cook $56.48 5B IK King Inland Boatmen Deckhand $57.48 5B IK King Inland Boatmen Deckhand Engineer $58.81 5B IK King Inland Boatmen Launch Operator $58.89 5B IK King Inland Boatmen Mate $57.31 5B IK King Inspection/Cleaning/Sealing Cleaner Operator, Foamer Operator $31.49 1 Of Sewer & Water Svstems Bv Remote Control King Inspection/Cleaning/Sealing Grout Truck Operator $11.50 1 Of Sewer Et Water Svstems Bv Remote Control King Inspection/Cleaning/Sealing Head Operator $24.91 1 Of Sewer & Water Svstems Bv Remote Control iKing t ! Insoection/Cleaning/Sealing Technician $19.33 1 Of Sewer & Water Svstems Bv Remote Control King tnspection/Cleaning/Sealing Tv Truck Operator $20.45 1 Of Sewer & Water Svstems Bv Remote Control King Insulation Applicators Journey Level $57.18 5D King Ironworkers Journeyman $67.88 7N 10 King Laborers Air, Gas Or Electric Vibrating Screed $46.57 ZA 31 King Laborers Airtrac Drill Operator $48.02 7A 31 King Laborers Ballast Regular Machine $46.57 7A 31 King Laborers Batch Weighman $39.48 ZA 11 King Laborers Brick Pavers $46.57 ZA 3i King Laborers Brush Cutter $46.57 7A 3! King Laborers Brush Hog Feeder $46.57 ZA 11 King Laborers Burner $46.57 7A 31 King Laborers Caisson Worker $48.02 7A 31 King Laborers Carpenter Tender $46.57 ZA 31 King Laborers Caulker $46.57 7A 31 King Laborers Cement Dumper-paving $47.44 7A 31 King Laborers Cement Finisher Tender $46.57 7A 31 King Laborers Change House Or Dry Shack $46.57 7A 31 King Laborers Chipping Gun (under 30 Lbs.)$46.57 7A 11 King 1 Laborers Chipping Gun(30 Lbs. And Over) $47.44 ZA 11 [King Laborers Choker Setter $46.57 ZA 11 f King Laborers Chuck Tender $46.57 7A 31 King Laborers Clary Power Spreader $47.44 ZA 31 King Laborers Clean-up Laborer $46.57 7A 31 King Laborers Concrete Dumper/chute Operator $47.44 ZA 31 King Laborers Concrete Form Stripper $46.57 7A 31 King Laborers Concrete Placement Crew $47.44 7A 31 King Laborers Concrete Saw Operator/core Driller $47.44 ZA 11 King Laborers Crusher Feeder $39.48 7A 31 King Laborers Curing Laborer $46.57 7A 31 King Laborers Demolition: Wrecking 6t Moving (incl. Charred Material) $46.57 ZA 31 King Laborers Ditch Digger $46.57 7A 31 King Laborers Diver $48.02 7A 31 King Laborers Drill Operator (hydraulic,diamond) $47.44 ZA 31 King Laborers Dry Stack Walls $46.57 7A 31 King Laborers Dump Person $46.57 7A 31 King Laborers Epoxy Technician $46.57 7A 31 King Laborers Erosion Control Worker $46.57 7A 31 King Laborers Faller & Bucker Chain Saw $47.44 7A 31 King Laborers Fine Graders $46.57 7A 31 King Laborers Firewatch $39.48 7A 31 King Laborers Form Setter $46.57 7A 31 King Laborers Gabian Basket Builders $46.57 7A 31 King Laborers General Laborer $46.57 7A 31 King Laborers Grade Checker & Transit Person $48.02 ZA 31 King Laborers Grinders $46.57 7A 31 King Laborers Grout Machine Tender $46.57 7A 31 King Laborers Groutmen (pressure)including Post Tension Beams $47.44 ZA 31 King Laborers Guardrail Erector $46.57 7A 31 King Laborers Hazardous Waste Worker (level A) $48.02 ZA 31 King Laborers Hazardous Waste Worker (level B) $47.44 ZA 31 King Laborers Hazardous Waste Worker (level C) $46.57 ZA 31 King Laborers High Sealer $48.02 7A 31 King Laborers Jackhammer $47.44 7A 31 King Laborers Laserbeam Operator $47.44 7A 31 King Laborers Maintenance Person $46.57 7A 31 King Laborers Manhole Builder-mudman $47.44 7A 31 King Laborers Material Yard Person $46.57 7A 31 r- if\ A ^ o Kins iLaborers Motorman-dinky Locomotive | $47.44 7A 31 i King Laborers Nozzleman (concrete Pump, Green Cutter When Using Combination Of High Pressure Air & Water On Concrete 6t Rock, Sandblast, Gunite, Shotcrete, Water Bia $47.44 lA li King Laborers Pavement Breaker $47.44 7A 11 King Laborers Pilot Car $39.48 lA 31 King Laborers Pipe Layer Lead $48.02 lA 31 King Laborers Pipe Layer/tailor $47.44 lA 31 King Laborers Pipe Pot Tender $47.44 lA 11 King Laborers Pipe Reliner $47.44 lA 31 King Laborers Pipe Wrapper $47.44 7A 31 King Laborers Pot Tender $46.57 lA 31 King Laborers Powderman $48.02 7A 31 King Laborers Powderman's Helper $46.57 JA 31 King Laborers Power Jacks $47.44 JA 31 King Laborers Railroad Spike Puller n Power $47.44 7A 31 King Laborers Raker - Asphalt $48.02 7A 31 King Laborers Re-timberman $48.02 7A 31 King Laborers Remote Equipment Operator $47.44 7A 31 King Laborers Rigger/signal Person $47.44 JA 31 King Laborers Rip Rap Person $46.57 JA 11 King Laborers Rivet Buster $47.44 JA 11 King Laborers Rodder $47.44 JA 11 King Laborers Scaffold Erector $46.57 JA 11 King Laborers Scale Person $46.57 JA 11 King Laborers Sloper (over 20")$47.44 JA 11 King Laborers Sloper Sprayer $46.57 JA 11 King Laborers Spreader (concrete)$47.44 JA 11 King Laborers Stake Hopper $46.57 JA 11 King Laborers Stock Piler $46.57 JA 11 King Laborers Tamper 6t Similar Electric, Air & Gas Operated Tools $47.44 JA 11 King Laborers Tamper (multiple & Self- propelled) $47.44 JA 11 |King 1 Laborers Timber Person - Sewer (lagger, Shorer & Ctibber) $47.44 JA 11 iKing Laborers Toolroom Person (at Jobsite)$46.57 7A 31 King Laborers Topper $46.57 JA 11 King Laborers Track Laborer $46.57 JA 11 King Laborers Track Liner (power)$47.44 JA 11 ■King Laborers Traffic Control Laborer $42.22 JA 11 8R ■King Laborers Traffic Control Supervisor $42.22 JA 31 8R [King Laborers Truck Spotter $46.57 7A 11 |King Laborers Tugger Operator $47.44 7A 31 t • Irs 4 r\ ^ r\ King Laborers Tunnel Work-Compressed Air Worker 0-30 psi $92.60 ZA 31 sa King Laborers Tunnel Work-Compressed Air Worker 30.01-44.00 psi $97.63 lA 11 sa 1 King Laborers Tunnel Work-Compressed Air Worker 44.01-54.00 psi $101.31 lA 31 la 1 King Laborers Tunnel Work-Compressed Air Worker 54.01-60.00 psi $107.01 lA 11 8a ; i King Laborers Tunnel Work-Compressed Air Worker 60.01-64.00 psi $109.13 lA 11 ^ : King Laborers Tunnel Work-Compressed Air Worker 64.01-68.00 psi $114.23 lA 11 sa , 1 King Laborers Tunnel Work-Compressed Air Worker 68.01-70.00 psi $116.13 lA 11 King Laborers Tunnel Work-Compressed Air Worker 70.01-72.00 psi $118.13 lA 11 ^ : King Laborers Tunnel Work-Compressed Air Worker 72.01-74.00 psi $120.13 lA 31 sa King Laborers Tunnel Work-Guage and Lock Tender $48.12 lA 11 8a : King Laborers Tunnel Work-Miner $48.12 7k 31 m King Laborers Vibrator $47.44 Ik 31 King Laborers Vinyl Seamer $46.57 7k 31 King Laborers Watchman $35.88 7k 31 King Laborers Welder $47.44 7k 31 i King Laborers Well Point Laborer $47.44 lA 31 1 i King Laborers Window Washer/cleaner $35.88 7k 31 : King Laborers • Underground Sewer General Laborer & Topman $46.57 lA 11 \ & Water King Laborers n Underground Sewer Pipe Layer $47.44 lA 11 i 1& Water King Landscaoe Construction Irrigation Or Lawn Sprinkler Installers $13.56 1 i 1 King Landscaoe Construction Landscape Equipment Operators Or Truck Drivers $28.17 1 i i King Landscape Construction Landscaping or Planting Laborers $17.87 1 t i King Lathers Journey Level $56.78 50 1H 1 King Marble Setters Journey Level $55.82 M 1M 1 1 King Metal Fabrication (In Shop)Fitter $15.86 1 1 King Metal Fabrication (In Shoo)Laborer $11.50 • • 1 1 King Metal Fabrication (In Shop)Machine Operator $13.04 —\ King Metal Fabrication (In Shop)Painter $11.50 King Metal Fabrication (In Shop]Welder $15.48 1 i King Millwright Journey Level $58.68 50 4C King Modular Buildings Cabinet Assembly $11.56 1 King Modular Buildings Electrician $11.56 ) King Modular Buildings Equipment Maintenance $11.56 i King Modular Buildings Plumber $11.56 1 1 ! King Modular Buildings Production Worker $11.50 1 King Modular Buildings Tool Maintenance $11.56 1 King Modular Buildings Utility Person $11.56 1 King Modular Buildings Welder $11.56 1 King Painters Journey Level $41.60 2B King Pile Driver Crew Tender $52.37 5D 4C King t Pile Driver Hyperbaric Worker n Compressed Air Worker 0-30.00 PS! $71.35 5D [King i Pile Driver Hyperbaric Worker - Compressed Air Worker 30.01 - 44.00 PS! $76.35 5D 4C King Pile Driver Hyperbaric Worker - Compressed Air Worker 44.01 - 54.00 PS! $80.35 4C jKing 1 r h Pile Driver Hyperbaric Worker - Compressed Air Worker 54.01 - 60.00 PS! $85.35 < [King Pile Driver Hyperbaric Worker - Compressed Air Worker 60.01 - 64.00 PS! $87.85 4C King Pile Driver Hyperbaric Worker - Compressed Air Worker 64.01 - 68.00 PS! $92.85 King Pile Driver Hyperbaric Worker - Compressed Air Worker 68.01 - 70.00 P5I $94.85 jKing Pile Driver Hyperbaric Worker - Compressed Air Worker 70.01 - 72.00 PS! $96.85 King Pile Driver Hyperbaric Worker - Compressed Air Worker 72.01 - 74.00 PS! $98.85 4C King Pile Driver Journey Level $57.43 5D 4C [King Plasterers Journey Level $54.89 m 1R ;King Playground & Park Eauioment Journey Level $11.50 1 Installers King Plumbers Et Pipefitters Journey Level $81.69 IG King Pov^er Eouioment Operators Asphalt Plant Operators $60.49 Ik 3C 8P ' King Power Equipment Operators Assistant Engineer $56.90 7k 3C 8P King Power Equipment Operators Barrier Machine (zipper)$59.96 7k 3C King Power Equipment Operators Batch Plant Operator, Concrete $59.96 lA 3C King Power Equipment Operators Bobcat $56.90 7k 3C King Power Equipment Operators Brokk - Remote Demolition Equipment $56.90 lA 3C 8P King Power Equipment Operators Brooms $56.90 7k 3C 8P King Power Equipment Operators Bump Cutter $59.96 7k 3C 8P King Power Equipment Operators Cableways $60.49 7k 3C 8P |King Power Equipment Operators Chipper $59.96 7k 3C 8P k ✓" 4 King Power Equipment Operators Compressor $56.90 7A 3C 8P King Power Equipment Operators Concrete Pump: Truck Mount With Boom Attachment Over 42 M $60.49 ZA King Power Equipment Operators Concrete Finish Machine -laser Screed $56.90 lA 3C King Power Equipment Operators Concrete Pump - Mounted Or Trailer High Pressure Line Pump, Pump High Pressure. $59.49 lA 3C 8P King Power Equipment Operators Concrete Pump: Truck Mount With Boom Attachment Up To 42 m $59.96 lA 3C King Power Equipment Operators Conveyors $59.49 7A 3C 8P King Power Equipment Operators Cranes Friction: 200 tons and over $62.33 lA 3C 8P King Power Equipment Operators Cranes: 20 Tons Through 44 Tons With Attachments $59.96 lA 3C King Power Equipment Operators Cranes: 100 Tons Through 199 Tons, Or 150' Of Boom (Including Jib With Attachments) $61.10 lA 3C King Power Equipment Operators Cranes: 200 tons- 299 tons, or 250' of boom including jib with attachments $61.72 lA 3C 8P King Power Equipment Operators Cranes: 300 tons and over or 300' of boom including jib with attachments $62.33 ZA 3C King Power Equipment Operators Cranes: 45 Tons Through 99 Tons, Under 150' Of Boom (including Jib With Attachments) $60.49 ZA K King Power Equipment Operators Cranes: A-frame - 10 Tons And Under $56.90 lA 3C King Power Equipment Operators Cranes: Friction cranes through 199 tons $61.72 ZA 3C King Power Equipment Operators Cranes: Through 19 Tons With Attachments A-frame Over 10 Tons $59.49 ZA 3C King Power Equipment Operators Crusher $59.96 7A 3C 8P King Power Equipment Operators Deck Engineer/deck Winches (power) $59.96 ZA 3C §P i • King Power Equipment Operators Derricks, On Building Work $60.49 7A 3C 8P : King Power Equipment Operators Dozers D-9 & Under $59.49 7A 3C 8P i King Power Equipment Operators Drill Oilers: Auger Type, Truck Or Crane Mount $59.49 ZA K ^ ; King Power Equipment Operators Drilling Machine $61.10 7A 3C 8P i King Power Equipment Operators Elevator And Man-lift: Permanent And Shaft Type $56.90 ZA 3C BP i King \ ! Power Equipment Operators Finishing Machine, Bidwell And Gamaco £t Similar Equipment $59.96 ZA 3C ^ j1 n King Power Equipment Operators $59.49 7A 3C 8P 1 fr\ M r\ ^ r> Forklift: 3000 Lbs And Over 1 With Attachments | King Power Eauioment Ooerators Forklifts: Under 3000 Lbs.$56.90 7A 3C BP With Attachments King Power Eauioment Operators Grade Engineer: Using Blue $59.96 7A 3C 8P Prints, Cut Sheets, Etc King Power Equipment Operators Gradechecker/stakeman $56.90 7A 3C King Power Eauioment Ooerators Guardrail Punch $59.96 7A 3C 8? King Power Eauioment Ooerators Hard Tail End Dump $60.49 7A 3C BP Articulating Off- Road Equipment 45 Yards. & Over King Power Eauioment Ooerators Hard Tail End Dump $59.96 7A 3C BP Articulating Off-road Equipment Under 45 Yards King Power Eauioment Operators Horizontal/directional Drill $59.49 7A 3C BP Locator King Power Eauioment Operators Horizontal/directional Drill $59.96 7A 3C 8P Operator I King Power Eauioment Ooerators Hydralifts/boom Trucks Over $59.49 7A 3C 8P 10 Tons King Power Eauioment Ooerators Hydralifts/boom Trucks, 10 $56.90 7A 3C BP , Tons And Under King Power Eauioment Operators Loader, Overhead 8 Yards. 6:$61.10 7A 3C BP Over King Power Eauioment Ooerators Loader, Overhead, 6 Yards.$60.49 7A 3C 8P , But Not Including 8 Yards King Power Eauioment Operators Loaders, Overhead Under 6 $59.96 7A 3C BP Yards King Power Equipment Operators Loaders, Plant Feed $59.96 ZA 3C BP King Power Equipment Operators Loaders: Elevating Type Belt $59.49 lA 2C 8P 1 King Power Eauioment Ooerators Locomotives, All $59.96 7A 3C 8P ' King Power Equipment Ooerators Material Transfer Device $59.96 7A 3C King Power Eauioment Ooerators Mechanics, All (leadmen -$61.10 7A 3C BP ' $0.50 Per Hour Over Mechanic) King Power Equipment Operators Motor Patrol Graders $60.49 7A 3C King Power Eauioment Operators Mucking Machine, Mole,$60.49 7A 3C BP Tunnel Drill, Boring, Road Header And/or Shield King Power Eauioment Ooerators Oil Distributors, Blower $56.90 7A 3C BP Distribution & Mulch Seeding Operator jKing i Power Eauioment Ooerators Outside Hoists (elevators And $59.49 7A 3C BP Manlifts), Air Tuggers,strato jKing Power Eauioment Operators Overhead, Bridge Type Crane:$59.96 7A 3C BP 20 Tons Through 44 Tons King Power Eauioment Operators Overhead, Bridge Type: 100 $61.10 7A 3C BP Tons And Over King Power Eauioment Ooerators Overhead, Bridge Type: 45 $60.49 7A 3C BP Tons Through 99 Tons King Power Equipment Operators Pavement Breaker $56.90 ZA 3C BP rt • / I t T 1 1 r\ f 4 /f\ ^ King Power Eauioment Ooerators Pile Driver (other Than Crane $59.96 7A 3C 8P Mount) King Power Equipment Operators Plant Oiler - Asphalt, Crusher $59.49 7A 3C 8P King Power Equipment Operators Posthole Digger, Mechanical $56.90 7A 3C 8P King Power Equipment Operators Power Plant $56.90 7A 3C 8P King Power Equipment Operators Pumps n Water $56.90 7A 3C 8P King Power Equipment Operators Quad 9, Hd 41, D10 And Over $60.49 7A 3C 8P King Power Equipment Operators Quick Tower - No Cab, Under $56.90 7A 3C 8P 100 Feet In Height Based To Boom King Power Eauioment Operators Remote Control Operator On $60.49 7A 3C 8P Rubber Tired Earth Moving Equipment King Power Equipment Operators Rigger And Bellman $56.90 7A 3C 8P King Power Equipment Operators Rigger/Signal Person, Bellman $59.49 7A 3C 8P (Certified) King Power Equipment Operators RoUagon $60.49 7A 3C 8P King Power Equipment Operators Roller, Other Than Plant Mix $56.90 7A 3C 8P King Power Equipment Operators Roller, Plant Mix Or Multi-lift $59.49 7A 3C 8P Materials King Power Equipment Operators Roto-mill, Roto-grinder $59.96 7A 3C 8P King Power Equipment Operators Saws - Concrete $59.49 7A 3C BP King Power Equipment Operators Scraper, Self Propelled Under $59.96 7A 3C 8P 45 Yards King Power Equipment Operators Scrapers n Concrete fit Carry $59.49 7A 3C BP All King Power Equipment Operators Scrapers, Self-propelled: 45 $60.49 7A 3C BP Yards And Over King Power Equipment Operators Service Engineers - Equipment $59.49 7A 3C BP King Power Equipment Operators Shotcrete/gunlte Equipment $56.90 7A 3C BP King Power Equipment Operators Shovel , Excavator, Backhoe,$59.49 7A 3C BP Tractors Under 15 Metric Tons. King Power Equipment Operators Shovel, Excavator, Backhoe:$60.49 7A 3C BP Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes,$59.96 7A 3C BP Tractors: 15 To 30 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes:$61.10 7A 3C BP Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes:$61.72 7A 3C BP Over 90 Metric Tons King Power Equipment Operators Slipform Pavers $60.49 7A 3C BP King Power Equipment Operators Spreader, Topsider fit $60.49 7A 3C BP Screedman King Power Equipment Operators Subgrader Trimmer $59.96 7A 3C BP King Power Equipment Operators Tower Bucket Elevators $59.49 7A 3C BP King Power Equipment Operators Tower Crane Up To 175' In $61.10 7A 3C BP Height Base To Boom .. / /o W I t / King Power Eauioment Ooerators Tower Crane: over 175' through 250' in height, base to boom $61.72 2A 3C King Power Eauioment Operators Tower Cranes: over 250' in height from base to boom $62.33 lA 8P 1 King Power Eauioment Operators Transporters, All Track Or Truck Type $60.49 7A 3C SP King Power Equipment Operators Trenching Machines $59.49 7A 3C 8P King Power Eauioment Operators Truck Crane Oiler/driver - 100 Tons And Over $59.96 lA 3C ^ ! King Power Equipment Operators Truck Crane Oiler/driver Under 100 Tons $59.49 lA 3C ^ 1 King Power Equipment Operators Truck Mount Portable Conveyor $59.96 JA JC King Power Equipment Operators Welder $60.49 7A 3C 8? King Power Equipment Operators Wheel Tractors, Farmall Type $56.90 7A 3C King Power Equipment Operators Yo Yo Pay Dozer $59.96 lA 3C King Power Equipment Operators- Underground Sewer & Water Asphalt Plant Operators $60.49 lA 3C 1 King Power Equipment Operators- Underground Sewer & Water Assistant Engineer $56.90 JA 3C King Power Eauioment Operators- Underground Sewer & Water Barrier Machine (zipper)$59.96 JA JC King Power Equipment Operators- Underground Sewer & Water Batch Plant Operator, Concrete $59.96 JA 3C King Power Equipment Operators- Underground Sewer & Water Bobcat $56.90 7A 3C King Power Equipment Operators- Underground Sewer & Water Brokk - Remote Demolition Equipment $56.90 JA 3C (King Power Eauioment Operators- Underground Sewer & Water Brooms $56.90 JA 3C King Power Equipment Operators- Underground Sewer & Water Bump Cutter $59.96 JA 3C King Power Equipment Operators- Underground Sewer & Water Cableways $60.49 JA 3C King Power Equipment Operators- Underground Sewer 6t Water Chipper $59.96 JA K 8P King Power Equipment Operators- Underground Sewer & Water Compressor $56.90 JA K King Power Equipment Operators- Underground Sewer Et Water Concrete Pump: Truck Mount With Boom Attachment Over 42 M $60.49 JA 3C King Power Equipment Operators- Underground Sewer a Water Concrete Finish Machine -laser Screed $56.90 JA 3C 8P 1 King ; Power Equipment Operators- Underground Sewer & Water Concrete Pump - Mounted Or Trailer High Pressure Line Pump, Pump High Pressure. $59.49 JA 3C jKing Power Equipment Operators- Underground Sewer a Water Concrete Pump: Truck Mount With Boom Attachment Up To 42m $59.96 JA 3C 8P King Conveyors $59.49 JA 8P j Power Eauioment Ooerators- !Undereround Sewer £t Water King ! Power Eauioment Operators-Cranes Friction: 200 tons and over $62.33 ZA 3C 8P j 1Underground Sewer & Water King Power Eauioment Operators-Cranes: 20 Tons Through 44 Tons With Attachments $59.96 Ik 3C Underground Sewer & Water King Power Eauioment Operators-Cranes: ICQ Tons Through 199 Tons, Or 150' Of Boom (Including Jib With Attachments) $61.10 Ik 3C Underground Sewer & Water King i Power Eauioment Operators-Cranes: 200 tons- 299 tons, or 250' of boom including jib with attachments $61.72 7k 3C 8P ; 1Underground Sewer & Water King Power Eauioment Operators-Cranes: 300 tons and over or 300' of boom including jib with attachments $62.33 lA 3C Underground Sewer St Water King Power Eauioment Operators-Cranes: 45 Tons Through 99 Tons, Under 150' Of Boom (including Jib With Attachments) $60.49 lA Underground Sewer & Water King Power Eauioment Operators-Cranes: A-frame - 10 Tons And Under $56.90 lA Underground Sewer 6t Water King Power Eauioment Operators-Cranes: Friction cranes through 199 tons $61.72 2A 3C Underground Sewer St Water King Power Eauioment Operators-Cranes: Through 19 Tons With Attachments A-frame Over 10 Tons $59.49 lA ZC 8P Underground Sewer Et Water King Power Eauioment Operators-Crusher $59.96 lA 3C 8? Underground Sewer & Water King Power Eauioment Operators-Deck Engineer/deck Winches (power) $59.96 lA 3C Underground Sewer & Water King Power Eauioment Operators-Derricks, On Building Work $60.49 JA ic Underground Sewer & Water King Power Eauioment Ooerators-Dozers D-9 & Under $59.49 lA 3C 8P Underground Sewer & Water King Power Eauioment Ooerators-Drill Oilers: Auger Type, Truck Or Crane Mount $59.49 lA 3C 3E Underground Sewer 6t Water King Power Eauioment Ooerators-Drilling Machine $61.10 lA 3C 8P Underground Sewer & Water King Power Eauioment Operators-Elevator And Man-lift: Permanent And Shaft Type $56.90 JA 3C 8P Underground Sewer & Water King Power Eauioment Ooerators-Finishing Machine, Bidwell And Gamaco & Similar Equipment $59.96 JA K 8P Underground Sewer & Water King Power Eauioment Operators-Forklift: 3000 Lbs And Over With Attachments $59.49 JA 3C Underground Sewer & Water King Power Eauioment Ooerators-Forklifts: Under 3000 Lbs. With Attachments $56.90 JA 3C Under_ground Sewer 6t Water King Power Eauioment Operators-Grade Engineer: Using Blue Prints, Cut Sheets, Etc $59.96 JA 3C ^ 1 Underground Sewer 6t Water King Power Eauioment Operators-Gradechecker/stakeman $56.90 JA 3C ^ : 1Underground Sewer & Water i r^r- tf\ A < o King Power Eauioment Ooerators-Guardrail Punch $59.96 ZA Underground Sewer & Water ;King : Power Eauioment Operators-Hard Tail End Dump Articulating Off- Road Equipment 45 Yards, a Over $60.49 lA 3C ^ I Underground Sewer a Water King Power Eauioment Ooerators-Hard Tail End Dump Articulating Off-road Equipment Under 45 Yards $59.96 ZA 3C Underground Sewer & Water King Power Eauioment Ooerators-Horizontal/directional Drill Locator $59.49 7A 3C ^ : iUnderground Sewer & Water King Power Eauioment Goerators-Horizontal/directional Drill Operator $59.96 ZA K ^ 1 Underground Sewer & Water King Power Eauioment Goerators-Hydralifts/boom Trucks Over 10 Tons $59.49 ZA 3C ~ \Underground Sewer & Water King Power Eauioment Ooerators-Hydralifts/boom Trucks, 10 Tons And Under $56.90 ZA 3C it Underground Sewer & Water , King Power Eauioment Operators-Loader, Overhead 8 Yards, a Over $61.10 ZA K 8P Underground Sewer & Water King Power Eauioment Ooerators-Loader, Overhead, 6 Yards. But Not Including 8 Yards $60.49 ZA 3C it Underground Sewer & Water King Power Eauioment Operators-Loaders, Overhead Under 6 Yards $59.96 ZA 3C it Underground Sewer & Water King Power Eauioment Operators-Loaders, Plant Feed $59.96 ZA 3C it Underground Sewer & Water King Power Eauioment Operators-Loaders: Elevating Type Belt $59.49 ZA 3C Underground Sewer & Water King Power Eauioment Ooerators-Locomotives, All $59.96 ZA 3C it Underground Sewer & Water King Power Eauioment Operators-Material Transfer Device $59.96 ZA 3C it Underground Sewer & Water King Power Eauioment Operators-Mechanics, All (leadmen - $0.50 Per Hour Over Mechanic) $61.10 ZA 3C it Underground Sewer a Water King Power Eauioment Operators-Motor Patrol Graders $60.49 ZA K it Underground Sewer a Water King Power Eauioment Operators-Mucking Machine, Mole, Tunnel Drill, Boring, Road Header And/or Shield $60.49 ZA 3C 8P Underground Sewer a Water iKing Power Eauioment Operators-Oil Distributors, Blower Distribution a Mulch Seeding Operator $56.90 ZA 3C it Underground Sewer a Water King Power Eauioment Ooerators-Outside Hoists (elevators And Manlifts), Air Tuggers,strato $59.49 ZA 3C it Underground Sewer a Water (King Power Eauioment Ooerators-Overhead, Bridge Type Crane: 20 Tons Through 44 Tons $59.96 ZA 3C it Underground Sewer a Water King Power Eauioment Operators-Overhead, Bridge Type: 100 Tons And Over $61.10 ZA 3C it Underground Sewer a Water King Power Eauioment Operators-Overhead, Bridge Type: 45 Tons Through 99 Tons $60.49 ZA IQ it Underground Sewer a Water !King 3 Power Eauioment Operators- Underground Sewer a Water Pavement Breaker $56.90 ZA 3C it [King $59.96 ZA 3C it Power Eauioment Ooerators-Pile Driver (other Than Crane Mount)1Underground Sewer & Water King Power Eauioment Operators-Plant Oiler - Asphalt, Crusher $59.49 lA 3C ^ i Underground Sewer & Water King Power Eauioment Operators-Pesthole Digger, Mechanical $56.90 lA K 8P n :Underground Sewer & Water King Power Eauioment Ooerators-Power Plant $56.90 lA 3C Underground Sewer St Water King Power Eauioment Ooerators-Pumps - Water $56.90 lA 3C 8? Underground Sewer St Water King Power Eauioment Ooerators-Quad 9, Hd 41, D10 And Over $60.49 lA 3C Underground Sewer St Water King Power Eauioment Operators-Quick Tower - No Cab, Under 100 Feet In Height Based To Boom $56.90 lA 3C 8P Underground Sewer St Water King Power Eauioment Operators-Remote Control Operator On Rubber Tired Earth Moving Equipment $60.49 lA 3C Underground Sewer 6t Water King Power Eauioment Operators-Rigger And Bellman $56.90 lA 3C Underground Sewer St Water King Power Eauioment Operators-Rigger/Signal Person, Bellman (Certified) $59.49 lA K BP Underground Sewer St Water King Power Eauioment Operators-Rollagon $60.49 JA 3C Underground Sewer & Water King Power Eauioment Operators-Roller, Other Than Plant Mix $56.90 lA 3C Underground Sewer & Water King Power Eauioment Operators-Roller, Plant Mix Or Multi-lift Materials $59.49 lA 3C Underground Sewer St Water King Power Eauioment Operators-Roto-mill, Roto-grinder $59.96 lA K Underground Sewer St Water King Power Eauioment Operators-Saws - Concrete $59.49 lA 3C Underground Sewer St Water King Power Eauioment Operators-Scraper, Self Propelled Under 45 Yards $59.96 JA 3C Underground Sewer & Water King Power Eauioment Operators-Scrapers - Concrete & Carry All $59.49 lA 3C Underground Sewer St Water King Power Eauioment Operators-Scrapers, Self-propelled: 45 Yards And Over $60.49 lA 3C Underground Sewer St Water King Power Eauioment Operators-Service Engineers - Equipment $59.49 lA 3C Underground Sewer & Water King Power Eauioment Operators-Shotcrete/gunite Equipment $56.90 lA 3C Underground Sewer St Water King Power Eauioment Operators-Shovel, Excavator, Backhoe, Tractors Under 15 Metric Tons. $59.49 lA 3C Underground Sewer St Water King Power Eauioment Operators-Shovel, Excavator, Backhoe: Over 30 Metric Tons To 50 Metric Tons $60.49 JA 3C Underground Sewer St Water King Power Eauioment Operators-Shovel, Excavator, Backhoes, Tractors: 15 To 30 Metric Tons $59.96 JA 3C Underground Sewer St Water King Power Eauioment Operators-$61.10 lA 3C Underground Sewer St Water #1 • / 1 i / j Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons \ [King Power Eauioment Ooerators- Underground Sewer & Water Shovel, Excavator, Backhoes: Over 90 Metric Tons $61.72 lA 2C King Power Eauioment Operators- Underground Sewer & Water Slipform Pavers $60.49 ZA K ^ i King Power Eauioment Ooerators- Underground Sewer & Water Spreader, Topsider fit Screedman $60.49 lA 3C ^ I 1 King Power Eauioment Ooerators- Underground Sewer & Water Subgrader Trimmer $59.96 lA K King Power Eauioment Ooerators- Underground Sewer & Water Tower Bucket Elevators $59.49 lA 3C 8P King Power Eauioment Goerators- Underground Sewer fit Water Tower Crane Up To 175' In Height Base To Boom $61.10 lA 3C ; King Power Eauioment Ooerators- Underground Sewer & Water Tower Crane: over 175' through 250' in height, base to boom $61.72 lA K 8P King Power Eauioment Ooerators- Underground Sewer & Water Tower Cranes: over 250' in height from base to boom $62.33 lA 3C BP King Power Eauioment Operators- Underground Sewer & Water Transporters, All Track Or Truck Type $60.49 lA 3C ;King Power Eauioment Operators- Underground Sewer & Water Trenching Machines $59.49 lA 3C King Power Eauioment Operators- Underground Sewer & Water Truck Crane Oiler/driver - 100 Tons And Over $59.96 lA 3C King Power Eauioment Operators- Underground Sewer & Water Truck Crane Oiler/driver Under 100 Tons $59.49 lA 3C jKing ( Power Eauioment Ooerators- Underground Sewer St Water Truck Mount Portable Conveyor $59.96 lA 3C 8? King Power Eauioment Operators- Underground Sewer & Water Welder $60.49 lA K King Power Eauioment Operators- Underground Sewer & Water Wheel Tractors, Farmall Type $56.90 lA 2C 8P .King 1 Power Eauioment Ooerators- Underground Sewer & Water Yo Yo Pay Dozer $59.96 lA 3C King Power Line Clearance Tree Trimmers Journey Level In Charge $50.02 King Power Line Clearance Tree Trimmers Spray Person $47.43 5A ■King i Power Line Clearance Tree Trimmers Tree Equipment Operator $50.02 ! King i Power Line Clearance Tree Trimmers Tree Trimmer $44.64 :King Power Line Clearance Tree Trimmers Tree Trimmer Groundperson $33.67 4A King I Refrigeration & Air Conditioning Mechanics Journey Level $77.86 §L IG iKing Residential Brick Mason Journey Level $55.82 IM |King Residential Carpenters Journey Level $28.20 i jKing Residential Cement Masons Journey Level $22.64 1 r\ /" ir\ A 1 r» King Residential Drvwall Journey Level $42.86 Applicators King Residential Drvwall Tapers Journey Level $57.43 5P IE King Residential Electricians Journey Level $30.44 1 King Residential Glaziers Journey Level $41.05 7L 1H King Residential Insulation Journey Level $26.28 1 Applicators King Residential Laborers Journey Level $23.03 1 King Residential Marble Setters Journey Level $24.09 1 King Residential Painters Journey Level $24.46 1 King Residential Plumbers fit Journey Level $34.69 1 Pipefitters King Residential Refrigeration & Air Journey Level $77.86 1G Conditioning Mechanics King Residential Sheet Metal Journey Level (Field or Shop)$44.56 IL IR Workers King Residential Soft Floor Layers Journey Level $47.61 5A 3J King Residential Sprinkler Fitters Journey Level $46.58 K 2R (Fire Protection) King Residential Stone Masons Journey Level $55.82 5A 1M King Residential Terrazzo Workers Journey Level $51.36 5A 1M King Residential Terrazzo/Tile Journey Level $21.46 1 Finishers King Residential Tile Setters Journey Level $20.00 1 King Roofers Journey Level $51.02 5A 3H King Roofers Using Irritable Bituminous Materials $54.02 3H King Sheet Metal Workers Journey Level (Field or Shop)$78.17 7F IE King Shipbuilding & Ship Repair Boilermaker $43.31 7M 1H King Shipbuilding St Ship Repair Carpenter $41.06 71 2B : King Shipbuilding Et Ship Repair Electrician $42.07 71 4B i King Shipbuilding & Ship Repair Heat 8 Frost Insulator $67.93 5J 4H King Shipbuilding. St Ship Repair Laborer $41.99 7T 4B King Shipbuilding & Ship Repair Machinist $42.00 7T 4B 1 King Shipbuilding & Ship Repair Operator $41.95 7T 4B King Shipbuilding St Ship Repair Painter $42.00 7T 4B 1 King Shipbuilding & Ship Repair Pipefitter $41.96 7T 4B 1 1 King Shipbuilding & Ship Repair Rigger $42.05 71 4B King Shipbuilding St Ship Repair Sheet Metal $41.98 71 4B King Shipbuilding St Ship Repair Shipfitter $42.05 71 4B ; King Shipbuilding 8; Ship Repair Trucker $41.91 71 4B 1 King Shipbuilding 8 Ship Repair Warehouse $41.94 71 4B King Shipbuilding 8 Ship Repair Welder/Burner $42.05 71 4B King Sign Makers 8 Installers Sign Installer $22.92 1 (Electrical) King Sign Makers 8 installers Sign Maker $21.36 1 (Electrical) ! I King Sign Makers & Installers (Non-Sign Installer $27.28 1 Eiectrical) King Sign Makers & Installers (Non-Sign Maker $33.25 1 Electrical) King Soft Floor Lavers Journey Level $47.61 5A King Solar Controls For Windows Journey Level $12.44 1 King Sprinkler Fitters (Fire Journey Level $75.64 K IX Protection) King Stage Rigging Mechanics (Non Journey Level $13.23 1 Structural) King Stone Masons Journey Level $55.82 5A 1M King Street And Parking Lot Journey Level $19.09 i Sweeper Workers King Surveyors Assistant Construction Site Surveyor $59.49 lA 3C King Surveyors Chainman $58.93 7A 3C King Surveyors Construction Site Surveyor $60.49 ZA 3C King Telecommunication Journey Level $22.76 1 Technicians King Telephone Line Construction -Cable Splicer $40.52 W 2B Outside King Telephone Line Construction -Hole Digger/Ground Person $22.78 2B Outside King Telephone Line Construction -Installer (Repairer)$38.87 2B Outside King Telephone Line Construction -Special Aparatus Installer 1 $40.52 5A 2B Outside King Telephone Line Construction -Special Apparatus Installer II $39.73 26 Outside King Telephone Line Construction -Telephone Equipment Operator (Heavy) $40.52 M ZB Outside ,King Telephone Line Construction -Telephone Equipment Operator (Light) $37.74 2B Outside 1 King Telephone Line Construction •Telephone Lineperson $37.74 5A 2B Outside King Telephone Line Construction -Television Groundperson $21.60 7^ Outside King Telephone Line Construction -Television Lineperson/lnstaller $28.68 2B Outside King 1 Telephone Line Construction -Television System Technician $34.10 26 Outside 1 King 1 Telephone Line Construction -Television Technician $30.69 26 Outside King Telephone Line Construction •Tree Trimmer $37.74 5A 26 Outside King Terrazzo Workers Journey Level $51.36 5A 1M King Tile Setters Journey Level $51.36 5A 1M King Tile, Marble & Terrazzo Finisher $42.19 IB Finishers ^King Traffic Control Stripers Journey Level $45.43 7A IK r\ r- ir\ A King Truck Drivers Asphalt Mix Over 16 Yards (W. WA-Joint Council 28) $52.70 3A King Truck Drivers Asphalt Mix To 16 Yards (W. WA-Joint Council 28) $51.86 5D 3A §k King Truck Drivers Dump Truck & Trailer $52.70 5D 3A 8L King Truck Drivers Dump Truck (W. WA-Joint Council 28) $51.86 M §L King Truck Drivers Other Trucks {W. WA-Joint Council 28) $52.70 M King Truck Drivers Transit Mixer $43.23 King Well Drillers 6t Irrigation Pumo Irrigation Pump installer $17.71 1 Installers King Well Drillers & Irrisation Pumo Oiler $12.97 1 Installers King Well Drillers & Irrisation Pumo Well Driller $18.00 1 Installers rs f/y 4 H Ck 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&l'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. 1. 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&l at (360) 902-5330. Supplemental to Wage Rates 03/03/2018 Edition, Published February 2018 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator 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&l's policy statement. ITEM DESCRIPTION YES NO 1. Metal rectangular frames, solid metal covers, herringbone grates, and bi-directional vaned grates for Catch Basin Types 1, 1L, IP, and 2 and Concrete Inlets. See Std. Plans 2. 3. Metal circular frames (rings) and covers, circular grates, and prefabricated ladders for Manhole Types 1, 2, and 3, Drywell Types 1, 2, and 3 and Catch Basin Type 2. See Std. Plans _ Prefabricated steel grate supports and welded grates, metal frames and dual vaned grates, and Type 1, 2, and 3 structural tubing grates for Drop Inlets. See Std. Plans. 4. Concrete Pipe - Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes smaller than 60 inch diameter. 5. Concrete Pipe - Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes larger than 60 inch diameter. 6. Corrugated Steel Pipe - Steel lock seam corrugated 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 corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in diameter. May also be treated. #5. X X X X Supplemental to Wage Rates 03/03/2018 Edition, Published February 1^ 2018 ITEM DESCRIPTION YES NO 8. I 9. 10. 11. Anchor Bolts & Nuts - Anchor Bolts and Nuts, for 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. Aluminum Pedestrian Handrail - Pedestrian handrail conforming to the type and material specifications set forth in the contract plans. Welding of aluminum shall be in accordance with Section 9-28.14(3). Major Structural Steel Fabrication - Fabrication of major steel items such as trusses, beams, girders, etc., for bridges. Minor Structural Steel Fabrication - Fabrication of 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 conforming to the type and material specifications set forth in the Contract Plans. Welding of aluminum shall be in accordance with Section 9-28.14(3). 13. Concrete Piling-Precast-Prestressed concrete piling for use as 55 and 70 ton concrete piling. Concrete to conform to Section 9-19.1 of Std. Spec.. 14. Precast Manhole Types 1, 2, and 3 with cones, adjustment sections and flat top slabs. See Std. Plans. 15. Precast Drywell Types 1, 2, and with cones and adjustment Sections. See Std. Plans. 16. Precast Catch Basin - Catch Basin type 1, 1L, 1P, and 2 With adjustment sections. See Std. Plans. Supplemental to Wage Rates 03/03/2018 Edition, Published February 1^ 2018 ITEM DESCRIPTION YES NO 17. Precast Concrete Inlet - with adjustment sections, See Std. Plans 18.Precast Drop Inlet Type 1 and 2 with metal grate supports. See Std. Plans. 19. Precast Grate Inlet Type 2 with extension and top units. See Std. Plans 20. Metal frames, vaned grates, and hoods for Combination Inlets. See Std. Plans 21. Precast Concrete Utility Vaults - Precast Concrete 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 22. Vault Risers - For use with Valve Vaults and Utilities X Vaults. X X X 23. 24. Valve Vault - For use with underground utilities. See Contract Plans for details. _ Precast Concrete Barrier - Precast Concrete Barrier for 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. 26. Reinforced Earth Wall Panels - Reinforced 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. Precast Concrete Walls - Precast Concrete Walls - tilt-up wall panel in size and shape as shown in Plans. Fabrication plant has annual approval for methods and materials to be used Supplemental to Wage Rates 03/03/2018 Edition, Published February 1®\ 2018 ITEM DESCRIPTION YES NO 27. 28. Precast Railroad Crossings - Concrete Crossing Structure Slabs. 12, 18 and 26 inch Standard Precast Prestressed 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)A 29. Prestressed Concrete Girder Series 4-14 - 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)A 30. 31. 32. 33. Prestressed Tri-Beam Girder - Prestressed Tri-Beam 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 Prestressed Precast Hollow-Core Slab - Precast 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)A. Prestressed-Bulb Tee Girder - Bulb Tee 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)A Monument Case and Cover See Std. Plan. Supplemental to Wage Rates 03/03/2018 Edition, Published February 1®^ 2018 ITEM DESCRIPTION YES NO 34. Cantilever Sign Structure - Cantilever Sign Structure fabricated from steel tubing meeting AASHTO-M-183. See Std. Plans, 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 fabricated to details shown in the Plans. Shop drawings for approval are required prior to fabrication. 36. Steel Sign Bridges - Steel Sign Bridges fabricated from steel tubing meeting AASHTO-M-138 for Aluminum Alloys. See Std. Plans, 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 in Std Plans. Shop drawings for approval are to be provided prior to fabrication 38. Light Standard-Prestressed - Spun, prestressed, hollow concrete poles. 39. Light Standards - Lighting Standards for use on highway illumination systems, poles to be fabricated to conform with methods and materials as specified on Std. Plans. See Specia Provisions for pre-approved drawings. 40. Traffic Signal Standards - Traffic Signal Standards for use on highway and/or street signal systems. Standards to be fabricated to conform with methods and material as specified on Std. Plans. _ See Special Provisions for pre-approved drawings 41. Precast Concrete Sloped Mountable Curb (Single and DualFaced) See Std. Plans. Supplemental to Wage Rates 03/03/2018 Edition, Published February 2018 ITEM DESCRIPTION YES NO 42. Traffic Signs - Prior to approval of a Fabricator of Traffic Signs, the sources of the following materials must be submitted and approved 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 X Custom Message X Std Signing Message 43. Cutting & bending reinforcing steel X 44. Guardrail components X X Custom End Sec standard Sec 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 pile X 50. Girder pads (elastomeric bearing)X 51. Standard Dimension lumber X 52. Irrigation components X Supplemental to Wage Rates 03/03/2018 Edition, Published February 2018 ITEM DESCRIPTION YES NO 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 Prefabricated items specifically produced for public works projects that are prefabricated in a county other than the county wherein the public works project is to be completed, the wage for the offsite prefabrication shall be the applicable prevailing wage for the county in which the actual prefabrication takes place. It is the manufacturer of the prefabricated product to verify that the correct county wage rates are applied to work they perform. See ROW 39.12.010 (The definition of "locality" In ROW 39.12.010(2) contains the phrase "wherein the physical work Is being performed." The department Interprets this phrase to mean the actual work site. Supplemental to Wage Rates 03/03/2018 Edition, Published February 2018 8 WSDOT's List of State Occupations not applicable to Heavy and Highway Construction Projects This project is subject to the state hourly minimum rates for wages and fringe benefits in the contract provisions, as provided by the state Department of Labor and Industries. The following list of occupations, is comprised of those occupations that are not normally used in the construction of heavy and highway projects. When considering job classifications for use and / or payment when bidding on, or building heavy and highway construction projects for, or administered by WSDOT, these Occupations will be excepted from the included "Washington State Prevailing Wage Rates For Public Work Contracts" documents. I Building Service Employees Electrical Fixture Maintenance Workers Electricians - Motor Shop Heating Equipment Mechanics Industrial Engine and Machine Mechanics Industrial Power Vacuum Cleaners Inspection, Cleaning, Sealing of Water Systems by Remote Control Laborers - Underground Sewer & Water Machinists (Hydroelectric Site Work) Modular Buildings Playground & Park Equipment Installers Power Equipment Operators - Underground Sewer & Water Residential ALL ASSOCIATED RATES *** Sign Makers and Installers (Non-Electrical) Sign Makers and Installers (Electrical) Stage Rigging Mechanics (Non Structural) The following occupations may be used only as outlined in the preceding text concerning "WSDOT's list for Suppliers - Manufacturers - Fabricators" • Fabricated Precast Concrete Products • Metal Fabrication (In Shop) Definitions for the Scope of Work for prevailing wages may be found at the Washington State Department of Labor and Industries web site and in WAC Chapter 296-127. Supplemental to Wage Rates 03/03/2018 Edition, Published February 1®\ 2018 Washington State Department of Labor and Industries Policy Statements (Regarding Production and Delivery of Gravel, Concrete, Asphalt, etc.) WAC 296-127-018 Agency filings affecting this section Coverage and exemptions of workers involved in the production and delivery of gravel, concrete, asphalt, or similar materials. (1) The materials covered under this section include but are not limited to: Sand, gravel, crushed rock, concrete, asphalt, or other similar materials. (2) All workers, regardless of by whom employed, are subject to the provisions of chapter 39.12 ROW when they perform any or all of the following functions: (a) They deliver or discharge any of the above-listed materials to a public works project site: (i) At one or more point(s) directly upon the location where the material will be incorporated into the project; or (ii) At multiple points at the project; or (iii) Adjacent to the location and coordinated with the incorporation of those materials. (b) They wait at or near a public works project site to perform any tasks subject to this section of the rule. (c) They remove any materials from a public works construction site pursuant to contract requirements or specifications (e.g., excavated materials, materials from demolished structures, clean-up materials, etc.). (d) They work in a materials production facility (e.g., batch plant, borrow pit, rock quarry, etc.,) which is established for a public works project for the specific, but not necessarily exclusive, purpose of supplying materials for the project. (e) They deliver concrete to a public works site regardless of the method of incorporation. (f) They assist or participate in the incorporation of any materials into the public works project. Supplemental to Wage Rates 10 03/03/2018 Edition, Published February 1®', 2018 (3) Alt travel time that relates to the work covered under subsection (2) of this section requires the payment of prevailing wages. Travel time includes time spent waiting to load, loading, transporting, waiting to unload, and delivering materials. Travel time would include all time spent in travel in support of a public works project whether the vehicle is empty or full. For example, travel time spent returning to a supply source to obtain another load of material for use on a public works site or returning to the public works site to obtain another load of excavated material is time spent In travel that is subject to prevailing wage. Travel to a supply source, including travel from a public works site, to obtain materials for use on a private project would not be travel subject to the prevailing wage, (4) Workers are not subject to the provisions of chapter 39.12 RCW when they deliver materials to a stockpile. (a) A "stockpile" is defined as materials delivered to a pile located away from the site of incorporation such that the stockpiled materials must be physically moved from the stockpile and transported to another location on the project site in order to be incorporated into the project. (b) A stockpile does not include any of the functions described in subsection (2)(a) through (f) of this section; nor does a stockpile include materials delivered or distributed to multiple locations upon the project site; nor does a stockpile include materials dumped at the place of incorporation, or adjacent to the location and coordinated with the incorporation. (5) The applicable prevailing wage rate shall be determined by the locality in which the work is performed. Workers subject to subsection (2){d) of this section, who produce such materials at an off-site facility shall be paid the applicable prevailing wage rates for the county in which the off-site facility is located. Workers subject to subsection (2) of this section, who deliver such materials to a public works project site shall be paid the applicable prevailing wage rates for the county in which the public works project is located. [Statutory Authority: Chapter 39.12 RCW, RCW 43.22.051 and 43.22,270. 08-24-101, § 296-127-018, filed 12/2/08, effective 1/2/09. Statutory Authority: Chapters 39,04 and 39.12 RCW and RCW 43.22.270. 92-01-104 and 92-08-101, § 296-127-018, filed 12/18/91 and 4/1/92, effective 8/31/92.] Supplemental to Wage Rates 1 03/03/2018 Edition, Published February 2018 Benefit Code Key - Effective 3/3/2018 thru 8/30/2018 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. B. Ail 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. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. D. The first two (2) hours before or after a five-eight (8) hour workweek day or a four-ten (10) hour workweek day and the first eight (8) hours worked the next day after either workweek shall be paid at one and one-half times the hourly rate of wage. All additional hours worked and all worked on Sundays and holidays shall be paid at double the hourly rate of wage. E. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. F. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours worked, 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) houre 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 often (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 Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. I. All hours worked on Sundays and holidays shall also be paid at double the hourly rate of wage. J. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over ten (10) hours Monday through Saturday, 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. 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. 1 Benefit Code Key - Effective 3/3/2018 thru 8/30/2018 Overtime Codes Continued 1. O. The first ten (10) hours worked on Saturday shal 1 be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays, holidays and after twelve (12) hours, Monday through Friday and after ten (10) hours on Saturday shall be paid at double the hourly rate of wage. P. All hours worked on Saturdays (except makeup days if circumstances warrant) 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. The first two (2) hours after eight (8) regular hours Monday through Friday and up to ten (10) hours worked on Saturdays 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 (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. S. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays and all other overtime hours worked, 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. U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays (except Labor Day) shall be paid at two times the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. V. All hours worked on 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. W. All hours worked on Saturdays and Sundays (except make-up days due to conditions beyond the control of the employer)) 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. X. The first four (4) hours after eight (8) regular hours Monday through Friday and the first twelve (12) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over twelve (12) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. When holiday falls on Saturday or Sunday, the day before Saturday, Friday, and the day after Sunday, Monday, shall be considered the holiday and all work performed shall be paid at double the hourly rate of wage. Y. All hours worked outside the hours of 5:00 am and 5:00 pm (or such other hours as may be agreed upon by any employer and the employee) and all hours worked in excess of eight (8) hours per day (10 hours per day for a 4 x 10 workweek) and on Saturdays and holidays (except labor day) shall be paid at one and one-half times the hourly rate of wage, (except for employees who are absent from work without prior approval on a scheduled workday during the workweek shall be paid at the straight-time rate until they have worked 8 hours in a day (10 in a 4 x 10 workweek) or 40 hours during that workweek.) All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and Labor Day shall be paid at double the hourly rate of wage. Z. 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 the straight time rate of pay in addition to holiday pay. Benefit Code Key - Effective 3/3/2018 thru 8/30/2018 Overtime Codes Continued 2. ALL HOURS WORKED FN 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. 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. Ail hours worked on holidays 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. O. All hours worked on Sundays and holidays shall be paid at one and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays and all hours worked over sixty (60) in one week 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 over 12 hours in a day or on Sundays and holidays shall be paid at double the hourly rate of wage. W. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four-day, ten- hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage. The first eight (8) hours worked on the fifth day shall be paid at one and one-half times the hourly rate of wage. All other hours worked on the fifth, sixth, and seventh days and on holidays shall be paid at double the hourly rate of wage. 3. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID ATONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at time and one-half the straight time rate. Hours worked over twelve hours (12) in a single shift and all work performed after 6:00 pm Saturday to 6:00 am Monday and holidays shall be paid at double the straight time rate of pay. Any shift starting between the hours of 6:00 pm and midnight shall receive an additional one dollar ($1.00) per hour for all hours worked that shift. The employer shall have the sole discretion to assign overtime work to employees. Primary consideration for overtime work shall be given to employees regularly assigned to the work to be performed on overtime situations. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. C. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at one and one-half times the hourly rate of wage. All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays shall be paid at double the hourly rate of wage. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. Benefit Code Key- Effective 3/3/2018 thru 8/30/2018 Overtime Codes Continued 3. E. All hours worked Sundays and holidays shall be paid at double the hourly rate of wage. Each week, once 40 hours of straight time work is achieved, then any hours worked over 10 hours per day Monday through Saturday shall be paid at double the hourly wage rate. F. All hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. 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 work performed on Sundays between March 16th and October 14th and all Holidays shall be compensated for at two (2) times the regular rate of pay. Work performed on Sundays between October 15th and March 15th shall be compensated at one and one half (1-1/2) times the regular rate of pay. I. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. In the event the job is down due to weather conditions during a five day work week (Monday through Friday,) or a four day-ten hour work week (Tuesday through Friday,) then Saturday may be worked as a voluntary make-up day at the straight time rate. However, Saturday shall not be utilized as a make-up day when a holiday falls on Friday. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. J. All hours worked between the hours of 10:00 pm and 5:00 am, Monday through Friday, and all hours worked on Saturdays shall be paid at a 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. 4. 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 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. B. All hours worked over twelve (12) hours per day and all hours worked on holidays shall be paid at double the hourly rate of wage. C. On Monday through Friday, the first four (4) hours of overtime after eight (8) hours of straight time work shall be paid at one and one half (1-1/2) limes the straight time rate of pay, unless a four (4) day ten (10) hour workweek has been established. On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday through Friday, the first two (2) hours of overtime after ten (10) hours of straight time work shall be paid at one and one half (1-1/2) times the straight time rate of pay. On Saturday, the first twelve (12) hours of work shall be paid at one and one half (1-1/2) times the straight lime rate of pay, except that if the job is down on Monday through Friday due to weather conditions or other conditions outside the control of the employer, the first ten (10) hours on Saturday may be worked at the straight time rate of pay. All hours worked over twelve (12) hours in a day and all hours worked on Sunday and Holidays shall be paid at two (2) times the straight time rate of pay. Benefit Code Key - Effective 3/3/2018 thru 8/30/2018 Overtime Codes Continued 4. D. 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 Saturday, Sundays and holidays shall be paid at double the hourly rate of pay. Rates include all members of the assigned crew. EXCEPTION: On all multipole structures and steel transmission lines, switching stations, regulating, capacitor stations, generating plants, industrial plants, associated installations and substations, except those substations whose primary function is to feed a distribution system, will be paid overtime under the following rates: The first two (2) hours after eight (8) regular hours Monday through Friday of overtime on a regular workday, shall be paid at one and one-half times the hourly rate of wage. All hours in excess of ten (10) hours will be at two (2) times the hourly rate of wage. The first eight (8) hours worked on Saturday will be paid at one and one-half (1-1/2) 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 will be at the double the hourly rate of wage. All overtime eligible hours performed on the above described work that is energized, shall be paid at the double the hourly rate of wage. E. The first two (2) hours after eight (8) regular hours Monday through Friday and the fu-st eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four-day, ten-hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage. The Monday or Friday not utilized in the normal four- day, ten hour work week, and Saturday shall be paid at one and one half (1 'A) times the regular shift rate for the first eight (8) hours. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. F. All hours worked between the hours of 6:00 pm and 6:00 am, Monday through Saturday, shall be paid at a premium rate of 20% over the hourly rate of wage. 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 double the hourly rate of wage. G. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. H. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours worked, except Labor Day, and all hours on Sunday 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. Holiday Codes 5. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, and Christmas Day (7). B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, the day before Christmas, and Christmas Day (8). C. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Benefit Code Key - Effective 3/3/2018 thru 8/30/2018 Holiday Codes Continued 5. 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). H. Holidays: New Year's Day, Memorial Day. Independence Day, Thanksgiving Day, the Day after Thanksgiving Day, And Christmas (6). I. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day. Thanksgiving Day, and Christmas Day (6). J. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Eve Day, And Christmas Day (7). K. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). L. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (8). 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). P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday And Saturday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). If A Holiday Falls On Sunday. The Following Monday Shall Be Considered As A Holiday. 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: New Year's Day, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, Christmas Day, And The Day Before Or After Christmas (9). 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). E. Paid Holidays: New Year's Day, Day Before Or After New Year's Day, Presidents Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and a Half- Day On Christmas Eve Day. (9 1/2). G. Paid Holidays: New Year's Day, Martin Luther King Jr. Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and Christmas Eve Day (II). Benefit Code Key - Effective 3/3/2018 thru 8/30/2018 Holiday Codes Continued 6. H. Paid Holidays: New Year's Day, New Year's Eve Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, Christmas Day, The Day After Christmas, And A Floating Holiday (10). I. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, And Christmas Day (7). 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). Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (7). If a holiday falls on Saturday, the preceding Friday shall be considered as the holiday. If a holiday falls on Sunday, the following Monday shall be considered as the holiday. 7. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any Holiday Which Falls On A Sunday Shall Be Observed As A Holiday On The Following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday affer Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. C. 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). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. D. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Unpaid Holidays; President's Day. Any paid holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any paid holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. E. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. F. 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). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. G. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. H. Holidays: New Year's Day. Martin Luther King Jr. Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. Benefit Code Key - Effective 3/3/2018 thru 8/30/2018 Holiday Codes Continued 7. I. Holidays: New Year's Day, President's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, The Day Before Christmas Day And Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. J. Holidays: New Year's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day and Christmas Day (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. K. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. L. Holidays: New Year's Day, Memorial Day, Labor Day, Independence Day, Thanksgiving Day, the Last Work Day before Christmas Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. M. Paid Holidays: New Year's Day, The Day after or before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, And the Day after or before Christmas Day (10). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. N. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. When Christmas falls on a Saturday, the preceding Friday shall be observed as a holiday, P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Q. 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). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. R. Paid Holidays: New Year's Day, the day after or before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and the day after or before Christmas Day (10). If any of the listed holidays fall on Saturday, the preceding Friday shall be observed as the holiday. If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. S. Paid Holidays: New Year's Day. Memorial Day. Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Day, the Day after Christmas, and A Floating Holiday (9). If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. Benefit Code Key - Effective 3/3/2018 thru 8/30/2018 Holiday Codes Continued T. Paid Holidays: New Year's Day, the Day after or before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and The Day after or before Christmas Day. (10). If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. Note Codes 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. 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. P. Workers on hazmat projects receive additional hourly premiums as follows -Class A Suit: $2.00, Class B Suit: $1.50, Class C Suit: $1.00, And Class D Suit $0.50. Q. The highest pressure registered on the gauge for an accumulated time of more than fifteen (15) minutes during the shift shall be used in determining the scale paid. R. Effective August 31,2012 - A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized. A Traffic Control Laborer performs the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. These classifications are only effective on or after August 31,2012. S. Effective August 31,2012-A Traffic Control Supervisor shallbepresent on the project whenever flagging or spotting or other traffic control labor is being utilized. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31, 2012. T. Effective August 31, 2012 - A Traffic Control Laborer performs the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31, 2012. Benefit Code Key - Effective 3/3/2018 thru 8/30/2018 Note Codes Continued U. Workers on hazmat projects receive additional hourly premiums as follows-Class A Suit: $2.00, Class B Suit: $1.50, And Class C Suit: $ 1.00. Workers performing underground work receive an additional $0.40 per hour for any and all work performed underground, including operating, servicing and repairing of equipment. The premium for underground work shall be paid for the entire shift worked. Workers who work suspended by a rope or cable receive an additional $0.50 per hour. The premium for work suspended shall be paid for the entire shift worked. Workers who do "pioneer" work {break open a cut, build road, etc.) more than one hundred fifty (150) feet above grade elevation receive an additional $0.50 per hour. V. In addition to the hourly wage and fringe benefits, the following depth and enclosure premiums shall be paid. The premiums are to be calculated for the maximum depth and distance into an enclosure that a diver reaches in a day. The premiums are to be paid one time for the day and are not used in calculating overtime pay. Depth premiums apply to depths of fifty feet or more. Over 50'to 100' - $2.00 per foot for each foot over 50 feet. Over 10 r to 150' - $3.00 per foot for each foot over 101 feet. Over 151' to 220' - $4.00 per foot for each foot over 220 feet. Over 221' - $5.00 per foot for each foot over 221 feet. Enclosure premiums apply when divers enter enclosures (such as pipes or tunnels) where there is no vertical ascent and is measured by the distance travelled from the entrance. 25' to 300' - $1.00 per foot from entrance. 300' to 600' - $ 1.50 per foot beginning at 300'. Over 600' - $2.00 per foot beginning at 600'. W. Meter Installers work on single phase 120/240V self-contained residential meters. The Lineman/Groundmen rates would apply to meters not fitting this description. 10 SIATS PREVAILING WAGE POLICY MEMORANDUM DATE: February 28,2013 TO: All Interested Parties FROM: . Ann Selover, Industrial Statistician, Prevailing Wage Program Manager SUBJECT: How to Calculate the Hourly Rate of Contribution for Usual (Fringe) Benefits as Part of the Prevailing Rate of Wage. Policy Disclaimer This policy is designed to provide general information in regard to the current opinions of the Department of Labor & Industries (L&l) on the subject matter covered. This policy is intended as a guide in the interpretation and application of the relevant statutes, regulations, and policies, and may not be applicable to all situations. This policy does not replace applicable RCW or WAC standards. If additional clarification is required, the Program Manager for Prevailing Wage should be consulted. This document is effective as of the date of print and supersedes all previous interpretations and guidelines. Changes may occur after the date of print due to subsequent legislation, administrative rule, or judicial proceedings. The user is encouraged to notify the Program Manager to provide or receive updated information. This document will remain in effect until rescinded, modified, or withdrawn by the Director or his or her designee. PREVAILING WAGE RATE: The prevailing wage required under chapter 39.12 RCW to be paid on public work projects is defined under RCW 39.12.010(1) to include a "rate of hourly wage, usual benefits, and overtime." As a result, usual benefits are recognized as part of the total wage rate when publishing the prevailing wage, and when gauging compliance with prevailing wage law. This document is intended to provide guidance to employers in determining which contributions qualify as usual benefits and how to calculate such benefits as part of the prevailing wage rate. USUAL BENEFITS: Usual benefits are defined in RCW 39.12.010(3) and WAC 2%-127-014 and include employer payments for medical insurance, pensions, approved apprenticeship training programs, vacation and holiday pay, and other bona fide benefits. Deductions from workers' paychecks are not usual benefits. Usual benefits are employer paid. Benefits that arc required by law (Industrial Insurance, Social Security, State Unemployment Compensation taxes, etc.) do not qualify as usual benefits. Public Works Act (Chapter 39.12 RCW) Calculation of Usual Benefits 2 28 2013 LAS Employers must pay a wage and usual benefit package that adds up to the published prevailing rate of wage for the work performed. Employers are not required to provide usual or fringe benefits, and if they do not, the total prevailing wage rate must be paid as an hourly wage. In any event, employer paid usual benefits cannot be applied to reduce the hourly wage paid to less than the state minimum wage. Please note special overtime and holiday rates may also be established for some trades and occupations. A. Insurance (medical, dental, life, etc,): Insurance premiums include employer paid portions of medical, dental, vision and life insurance benefits. Do not include insurance benefits that are employee paid through payroll deduction, workers' compensation premiums, unemployment insurance, or any other federally or state mandated payroll deductions. B. Pension or retirement plans: Pension and retirement contributions include employer paid portions of pension and retirement plans which are irrevocably made to a trustee or to a third person pursuant to a fund, plan, or program. Do not include pension or retirement benefits that are employee paid through payroll deductions. C. Vacation and/or holiday: Report employer paid vacation and/or holiday benefits. Do not include vacation fund deposits that are employee paid through a payroll deduction. D. Apprenticeship programs: Report employer paid contributions made to apprenticeship or training programs recognized by the Washington State Apprenticeship and Training Council. E. Other bona fide programs: Other employer paid programs may qualify as "usual benefits." Please consult with L&I prior to including payments to such programs in your reported wage rate. See RCW39.f2.0l0, WAC 296-127-014 and WAC 296-127-01410. POSTING AND DOCUIVIENTATION: Employers must comply with all posting and employee notification requirements provided by applicable federal and state laws concerning usual benefits plans. Employers must also have and make available to L&I upon request, copies of all documents concerning usual benefits identified in WAC 296-127-014. See WAC 296-127- 01410. See also U.S. Department of Labor (U.S. DOL) Employee Benefits Security Administration Repordmi ami Disclosure (JuiJe for Employee Benefit Plans. CALCULATING BENEFIT AMOUNTS - APPORTIONING BENEFITS TO HOURS WORKED: Although "usual benefits" arc defined under RC'W 39.12.{)10(3). certain plans will require additional information on how benefit payments should be apportioned to hours worked. It has been the long-lime position of L&l, consistent with the approach adopted by many other states and by the U.S. DOL with respect to most plans, that contributions made to a fringe benefit plan for public works should be based on the effective annual rate of contributions for all hours, public and private, worked during the year by an employee. In order to apportion benefits to hours worked, L&I will generally look at contributions and hours worked over the course of a year, assuming 2,080 hours per worker per year, unless an employer provides an alternate schedule and can document actual hours worked. This approach is sometimes called "annualization." Public Works Act (Chapter 39.12 RCW) Calculation of Usual Benefits 2 28 2013 IAS As the U.S. DOL manual explains the analogous principle under the Davis-Bacon Act (federal prevailing wage law), "...contributions made to a fringe benefit plan for government work generally may not be used to fund the plan for periods of non-government work." See Davis- Bacon and Kelalcd Acts and Contract Work Hours and Safety Standards Act Field Operations Handbook 10/25/2010 at 15fl 1(b). For a basic example, if an employer places $5,000 a year into a health plan for an employee, and the employee works a full time schedule of 2,080 hours, the credit is $2.40/hr. Thus, the employer cannot say that the plan is only for public works, even if contributions are tied to public hours. Examples Illustrating the Use of Different Annual Hours Suppose that an emiployer places $5,000 a year into a health plan for an employee, and the employee works a full time schedule of 2,080 hours on a combination of public and private work. In order to obtain an hourly credit, the total contribution is divided by the total hours worked. Thus, at these rates, the hourly contribution is S2.40/hr. $5,000/2080 = 52.40 Alternatively, the worker may be a part time employee, and only slated to work 1600 hours in the year. In that case, the employer may use the employee's actual hours, with a resulting credit of$3.l3/hr. 55,000 /1600 = $3,125 The use of a full year is not possible for all benefit calculation situations. In these cases, another period may be allowed if an employer uses a consistent rate of contribution into a bona fide benefit plan, but has difficulty forecasting either the total worker hours or the total contributions for the year. Please contact I>&I regarding such situations. Special Provisions for Certain Defined Contribution Plans-"POL Exception" For defined contribution pension plans that provide for a higher hourly rate of contributions to be made for prevailing wage covered work than for non-covered work, the higher rate paid for covered work will be fully credited toward satisfaction of the required prevailing wage rate only if the plan provides for immediate participation and an immediate or essentially immediate vesting schedule (e.g., 100% vesting after an employee works 500 or fewer hours). For such plans the hourly rate of credit is arrived at by calculating the total contributions made on behalf of each worker during the course of the public works project, and dividing that number by the number of hours worked by the same worker on the public works project. This exemption mirrors an exemption provided by the U.S. DOL in its administration of the Davis-Bacon Act. TIMELY DEPOSIT OF CONTRIBUTIONS TO BENEFIT PLANS; Benefit plan contributions must be made on a regular basis, and no less often than quarterly. PERIOD USED f"VEAR"l FOR ANNUALIZATION PURPOSES: If your plan does not specify a time frame to calculate the credit toward the prevailing wage rate, in most instances L&I will use a calendar year. Otherwise, L&l may look to the time frame you use (e.g., a fiscal year, calendar year, plan year, etc.). The period you adopt must be reasonably consistent over time. Public Works Act (Chapter 39.12 ROW) Cakulatlon of Usual Benefits 2 28 2013 LAS CONTACT L&l FOR ANSWERS TO YOUR PLAN-SPFXIFIC QUESTIONS: If this explanation and the above examples do not cover your specific situation, please contact L&I for guidance on the appropriate calculation. Please direct your questions to the Prevailing Wage Otfice at (360) 902-5335 or by e-mail at PWl@Lni.vva.gov. How to Calculate Benefit Contributions Based on L&Fs Annualization Policy Example: Health, Pension and Apprentice Contributions Calculation An employer contributes $10,000 towards a full-time employee's health care coverage from January 1, 2011 to December 31, 2011. A full-time employee works a total of 2,080 hours in a full-time year (52 weeks x 40 hours a week). Calculation: $10,000 paid during the year / 2,080 hours worked = $4.81 The amount to be reported for health coverage in this example is $4.81 per hour. If the employer contributed an equivalent amount to an employee's pension plan during the year (except those plans that meet the "DOL Exception" noted above), the same calculation method would be used to obtain the rate to report for pension benefits. Example: Vacation and Holiday Calculation An employee works a total of 1,750 hours in a year and receives 2 weeks (80 hours) of paid vacation time from January 1, 2011, to December 31, 2011. The total amount received in paid vacation is $1,050. Calculation: $1,050 total vacation pay / 1,750 total hours worked = $0.60 The amount to be reported for vacation in this example is $0.60 per hour. If the employee received paid holidays during the year, the same calculation method would be used to obtain the rate to report for the holiday pay. L&I will assume 2,080 hours per year, per employee, in the absence of evidence to the contrary. If actual hours worked are substantially more than 2,080, or can be reasonably anticipated to be more than 2,080, actual hours must be used for the calculation. If an employer calculates using less than 2,080 hours per employee per year, it must be able to document the reduced schedule which provides the basis for the calculation. Public Works Act (Chapter 39.1Z RCW) Calculation of Usual Benefits 2 28 2013 LAS SUMMARY Employers must comply with all posting and employee notification requirements provided by applicable federal and state laws concerning usual benefits plans. Employers must also have and make available to L&I upon request, copies of all documents concerning usual benefits as identified in WAC 296-127-014. See WAC 2%-127- 01410. Usual benefits are credited on an hourly basis and are expected to accrue at a regular rate. Employers may not count benefits associated with public and private work as if they were only associated with public work projects. L&I will generally apportion or annualize benefit contribution or costs to all hours worked over the course of a year unless an employer provides an alternate schedule and can document actual hours worked. Certain defined contribution pension plans (DOL exception) do not need to meet this annualization requirement. Benefit contributions must be deposited on at least a quarterly basis. Basic Annualized Calculation Method; Divide the total yearly contributions made by the employer for each individual worker by 2,080 hours (40 hours per week X 52 weeks = 2,080 hours). Generally a calendar year is used in calculating credits toward the prevailing wage rate, but there may be instances when calculations are appropriately based on a fiscal year or plan year. Public Works Act (Chapter 39.12 RCW) Calculation of Usual Benefits 2 28 2013 LAS STAW JSSd PREVAILING WAGE POLICY MEMORANDUM DATE: May 19,2010 TO: All Interested Parties FROM:Lj^n)avid J. Soma, Industrial Statistician/Prevailing Wage Program Manager SUBJECT: Landscape Construction Policy Disclaimer This policy is designed to provide general information in regard to the current opinions of the Department of Labor & Industries on the subject matter covered. This policy is intended as a guide In the interpretation and application of the relevant statutes, regulations, and policies, and may not be applicable to all situations. This policy does not replace applicable RCW or WAC standards. If additional clarification Is required, the Program Manager for Prevailing Wage should be consulted. The July 23, 2009 Landscape Construction policy is rescinded. This document is effective as of the date of print. Letters and clarifications posted on the L&l \web site provide continuing guidance. Changes may occur after the date of print due to subsequent legislation, administrative rule, or judicial proceedings. The user is encouraged to notify the Program Manager to provide or receive updated information. This document will remain in effect until rescinded, modified, or withdrawn by the Director or his or her designee. Application of the Landscape Construction Scope of Work The Landscape Construction scope of work, WAC 296-127-01346, is organized with (1) an introductory paragraph that establishes a context for potential uses of the scope; (2) a description of specific tasks that may be within the scope for Landscape Construction if they are not otherwise excluded by (3) a list of activities that are not included in Landscape Construction. 1) The Landscape Construction scope's introductory paragraph reads: For the purposes of the Washington state public works law, chapter 39.12 RCW, landscape construction involves the beautification of a plot of land by changing its natural features through the addition or modification of lawns, trees, bushes, etc. Landscape Construction Policy 05/19/2010 Page 1 of4 2« Work performed within the Landscape Construction scope of work: • Constructing or maintaining lawns, yards, gardens or other landscaped surfaces. • Mixing and spreading mulches, ground covers, soil amendments, decorative bark or decorative rock. • Seeding, sodding or hydroseeding. • Applying chemicals or fertilizers. • Planting trees, shrubs or plants. • Installing, servicing or repairing above ground lawn or landscape sprinkler systems. • Installing, servicing or repairing underground lawn or landscape sprinkler systems to a maximum depth of three feet below finish grade. • Assembling or placing premanufactured trellis work, play equipment, benches or picnic tables. • Constructing rock walls to a maximum height of four feet. • Land clearing. • Spreading top soil to a maximum depth of six inches below finish grade, • Trenching to a maximum depth of three feet below finish grade. • Installing fi-ench drains or other subsurface water collection systems to a maximum depth of three feet below finish grade. • Hauling top soil, plants or other landscaping materials in trucks with only one rear axle. 3. The Landscape scope of work makes exclusions that will override the list of allowed tasks in (2) above. Landsc^e Construction does not include: • Any activity or task (including those mentioned above) when performed preparatory to any nonlandscaping construction work. • Constructing roads, footpaths, trails or rock walls more than four feet high. • Custom fabrication of trellis work, play equipment, benches or picnic tables. • Constructing restrooms, shelters or similar structures. • Installing sewer systems, storm sewer systems, catch basins, vaults or drainage systems for impervious surfeces (such as parking lots). • Installing drainage systems or underground sprinkler systems more than three feet below final grade. • Land clearing, dozing, grading, excavating or hauling except as permitted above. • Tree falling or bucking. • Subgrade preparation. • The use of power equipment with more than ninety horsepower. • The use of trucks with more than one rear axle except hydroseeders. • Demolition of structures. • Asphalt or concrete work except incidental anchorage for play equipment, benches or picnic tables. Landscape Construction Policy 05/19/2010 Page 2 of 4 • Welding. • Installing agricultural irrigation systems. • Encapsulation of landfills, NOTE: the scope of work for Utilities Construction, WAC 296-127-01389, places the "cleanup and restoration of right of way (e.g., restore landscj^ing)" for such work exclusively in Utilities Construction and that work may not be performed as Landscape Construction. 4). The following are specific areas where the department has received frequent questions regarding this scope of work* These activities are not allowed as Landscape Construction under WAC 296-127-03146. a. ''Land Clearing" that cannot be performed as Landscape Construction such as: o Clearing preparatory to other construction o Use of equipment over 90 horsepower; oTree falling and bucking; and o Dirt or materials work beyond the up to six (6) inches of topsoil allowed to be graded in the Landscape Construction scope of work. b. Erosion control work, including the following, cannot be performed as Landscape Construction: o Erosion control blankets or fabric; o Jute matting installation; o Silt fence installation and maintenance; o Trenching and installation of straw wattles; o Sediment trap installation; o Straw bale barriers; o Brush barriers; o Construction or other storm water filtration; o Straw application for erosion control; o Sand bag installation; o Erosion control fence; o Construction project dust control; o Water bars; o Pipe slope draining; o Outlet protection; o Interceptor dike and/or swale; o Check dam installation; o Turbidity curtain installation; o Level spreader installation; o Silt dikes installation; o Storm drain inlet protection; o Slope protection; and o Storm water infiltration. Landscape Construction Policy 05/19/2010 Page 3 of 4 Note: Seeding or hydroseeding, mulch/bark application, sod installation, planting vegetation, and landscape maintenance associated with these erosion control activities may still be performed under the Landscape Construction scope unless the work is exclusive to another scope of work such as the scope for Utility Construction, WAC 296-127-01389. c. Except for those tasks allowed as Landscape Construction in WAC 296- 127-01346, stream or river channel modifications, wetlands creation or enhancement projects, as well as construction of environmental mitigations, habitat improvements, swales, etc. cannot be performed as Landscape Construction. d. Except for spreading up six (6) inches of topsoil, and mulches, and planting, golf course construction (land grading and contouring not permissible under the Landscape Construction scope of work) cannot be performed as Landscape Construction. Whenever your fact set is less than a perfect match from those specifically addressed above, check with the Industrial Statistician^revailmg Wage Program Manager for specific answers. The Department is happy to provide guidance on your fact set. Please identify the actual circumstances and describe them in full to the Department. You may contact us by phone: 360- 902-5335 or by e-mail at: PW1@.LNI.WA.GOV Landscape Construction Policy 05/19/2010 Page 4 of 4 City of Renton Contract Provisions for 2018 Street Patch and Overlay with Curb Ramps Appendix C - Standard Plans (City of Renton and WSDOT) I FACE OF CURB 6* ^61/2", [si/r 1/2'R.I'R. 1:24 1/2" R. VARIES . FROM { 6" TO 0 I 6" rR. CEMENT CONCRETE SIDEWALK RAMP OR LANDING TOP OF 1/2" R. ROADWAY 3/8" PREMOLDED JOINT FILLER CEMENT CONCRETE PEDESTRIAN CURB AT SIDEWALK RM1PS AND LANDINGS CEMENT CONCRETE TRAFFIC CURB AND GUTTER 61/r FACE OF ADJACENT CURB 1:12 ^ 6 1/2*^ FLUSH WITH GUTTER PAN AT SIDEWALK 1 2' 1/2* R. RAMP ENTRANCE i V y ' ' 1:24 TOP OF . . ' i I b FACE OF ADJACENT CURB SEE DEPRESSED CURB DETAIL THIS SHEET 154 TOP OF 1/2" R. ROADWAV ^ DEPRESSED CURB SECTION AT RESIDENTIAL DRIVEWAYS ONLY. FOR COMMERCIAL DRIVEWAYS SEE STD PLAN 104.2 1'-6" J DEPRESSED CURB SECTION AT SIDEWALK RAMPS FACE OF CURB 1/2" R 61/2" ^51/2V ^1" PREMOLDED JOINT FILLER 1 • r• ' ^ ! * K n . • 1"R. FACE OF ADJACENT CURB GUTTER SURFACE E FULL-DEPTH EXPANSION JOINT 1"R. l-R. TOP OF ROADWAY 8 1/4* ^ CEMENT CONCRETE TRAFFIC CURB DEPRESSED CURB DETAIL AT RESIDENTIAL OR COMMERCIAL DRIVEWAYS, AND ALLEYS GENERAL NOTES: 1. See standard plans 102 and 101.1 for curb expansion and contraction joint spacing. 2. Expansion joint shall be full depth, 3/8" (In.) premolded Joint filler. 3. For Depressed Monolithic Driveway Curb & Gutter Section, see Standard Plan 104.2 m PUBLIC WORKS DEPARTMENT CEMENT CONCRETE CURBS STD. PUN - 101 8EENaTE2 ,^/B'R X 5/8"0 DUMMY JOINT SEE NOTE2 2' - 0*2' - 0 r \ 1 3/8* PREMOLOED JOINT FILLER {riT>) CEMEtfTCONCRETE CURB AND QUTTER PLAN VIEW 1/2" R. CENTERLINEOF FRAME&QRATE SECTION general NOTES: 1. The intent of this design is te) fedlftale the removal of a catc^ basin with minlmai disturbance of the curb. 2 The expansion Joints of the adjacent sidewalk shall be adjusted to be In line with these curb e}q>anslon joints. FRAME AND QRATE - NOT INCLUDED IN CURB AND GUTTB) BID ITEM TOP OF ROADWAY FACE OF CURB 6 1/2"13* (i.aa-) A VzN MATCH - ROADWAY ^ SLOPE 1- R 3 I «o* » RECESS 1/2- - 1 R. -r • b • f ' tr • t« ADJUSTMENT SECTKW > NOT INCUJOEO IN CURB AND GUTTER BID fTBJ CATCH BASIN - NOT INCLUDED IN CURB AND GUTTER BIO ITBhl o K I\ I ISO^^T^C VIEW m PUBLIC "WORKS DEPARTMENT CEMENT CONCRETE CURB INSTALLATION AT CATCH BASINS STD. PLAN - 101.1 PROVED Vir (IN) PREMOLDEO XMNT FlLBt WHERE APPUCABLE FOR CURB DETAILS SEE STO PLAN 101 STING ROADWAY CRUSHED ROCK BASI CRUSHED SURFACING TOP COURSE (CSTC) OWPACT TO 95X WOOiRED PROCTOR (UNLESS REQUIREMENTWAIVEO BY ENGINEER) TYPICAL UNDER ALU CURB. GUTTER 4 SIDEWALK. CSTC UNDER CURB 4 GUTTER TO BE F THICKNESS OR MATCH EXISTING ROADWAY CRUSHED ROCK BASE. WHICHEVER IS GREATER (TYP. FOR ALL CURB 4 GUnER) FINISHED GRADE 1* (IN) BELOW TOP OF CONCRETE SURFACE V-0-SIDEWALKRAISED EDGE DETAIL EXTEND SIDEWALK TRANSVERSE JOINTS TO INCLUDE RAISED EDGE 1/rLEVEL-V, 1/r(IN)R -k r-CTi 1-.0- ROUriOING 1"*1/r (IN) R fTYP.) As% r{iN)R SEE RAISED EDGE TYPICAL UNDER SIDEWALK DETAIL THISr-£r SIDEWALK ALL CUT SLOPES MIN WITH RAISED EDGE 1/r (IN) R. (TYP.)r v FOR CURB DETAILS SEE STD PLAN 101 2.0%1.5% 2-.tr SIDEWALK MINADJACENT TO CURB i'-cr v-(r 1/r (IN) R CTYP ROUI DING FOR CURB DETAILS SEE STD PLAN 101I'2.0%15% BRIDGE OR PEDESTRIAN RAILING ADJACENT TO CURB (STEEP FILL SLOPES) WALL OR BARRIER FOR CURB DETAILS SEE STD PLAN 101.SIDEWALKBARRIER-SEE CONTRACT PLANS 1/r(IN (TYP. SIDEWALK FLUSH 1/r N)R VERTICAL WAU- SEE DETAIL rs . 3/8'(IN) PREMOLDEO JOINT FILLER am-(IN) PREMOLDEO JOINT FILLER ADJACENT TO CURB AND RAILING OR WALL FOR SIDE BUFFER STRIP SIDEWALK ADJACENT TO W/UJ. DETAILTREATMENTSIDEWALK SEE OTHER (SEE NOTE 10) SIDEWALK SECTIONS 1/r IN) R (TYP FOR CURB DETAILS SEE STO PLAN 10114% MIN BROOMED FINISH OR MATCH EXISTINO 4'WIDE. SMOOTH TROWaEO PERIMETER FINISHED GRADE 1* (IN) 8a.0W TOP OF CONCRETE SURFACE FOR PLANTING - FLUSH IF PAVED ..(f ADJACENT TO BUFFER STRIP 'SS-:, \ 1/8* TO 1/4- CONTRACTION JOINT IN SIDEWALK ONLY FULL-DEPTH EXPANSION jaNT IN BOTH CURB AND SIDEWALK (5U STD PLAN IDUl) C CONTRACTION JOINTvtr JOINT AND FINISH DETAIL » » J PREMOLOE JOINT FILLER CEMENT CONCRETE CURB (CURB AND GUTTER SHOWN) FOR CURB DETAILS SEE STO PLAN 101 NOTES 1. Four feel of the sidewalk width shall be the minimum pedestrian accessible route (pAjt; free of vertical and horizontal obstructions. Gratings, Access Covers, Junction Boxes, Cable Vaults, Pull Boxes and other appurtenances within the sidewalk must be (lush with surface, and match grade of the sidewalk. 2. Monolithic Cement Concrete Ojrb and Sidewalk Is not permitted in new construction. When replacement work necessitates a Monolithic Cement Conaete Curb build per WSDOT Standard Plan F-30.10-03. 3. Concrete to be 4,(XX) PSI. For Other referenced NOTES see STD PLAN 104.2. Paved surfaces must comply with STD PLAN 102.1 as applicable.E FULL-DEPTH EXPANSION JOINT PUBLIC WORKS DEPARTMENT CEMENT CONCRETE SIDEWALK STD. PLAN - 102 NOTES: 1. Not used. 2. Ail ramp and landing edges shall be separately formed. 3. Utilities structures that must remain are to be made non-slip or non-skid. 4. Utilities structures such as vaults and junction boxes shall not be located in the Pedestrian Access Route (PAR) of the Pedestrian Circulation Route. 5. Drainage appurtenances, such as manholes, catch basins, etc. shall not be located in the PAR, These should be located in the street or the buffer strip. 6. Accessible pedestrian access shall be provided for during construction. m PUBUC WORKS DEPARTMENT UTILITY PLACEMENT IN CEMENT CONCRETE SIDEWALK STD. PLAN - 102.1 ^PPRO^'ED: . , Gregg Zimmerman, Public Warks Administrator I BO ITEM I INCLUDES SIDEWALK WAWPS) CEMENT CONCRETE SIKWAIK B'MN.VARIES (SEE NOTE 7)B lilN. (SEE NOTE U (SEE NOTE I) to LF OF PAVED DRIVEWAY REOUtfSD an* EXPANSION X3WT (TYP.) ISEE STO PLAN t02l SEE NOTES SEE NOTE RAA4P WITH 12H IV SLOPE (TYP I yt' CONTRACTION JOINT [TYP ! (SEE STO PLAN tOZl PLAN VIEW (TYPE C3 SHOWN. C1 » C2 & C-UAX SIMILAR) (SEE NOTE 9) WNCRETE / • OUTTCR —' CEMENT CONCRETE CURB I ISEE NOTE 3) , VARIES I" (SEE NOTE 10)1 \ t-ifl-MPi irT— ~ <~io'MiL a.3% MAX SEE NOTE B (lYPL ia*. OFFERENCE ft SLOPE MAX DRIVEWAY WJ RELATIVE NEOATTVE SLOPE (SLOPt. SHOWN EXASGERATED) titmpl SECTION ^ IW/ PqSmVE SLOPE IS^PE shown EXAQCERATEO) ORIVEWAV 34* EXPANSION JOINT (TYPJ (SEE5TD. PLAN 1021 WR(TYPJ CEMENT CONOSTE SIKWALK DRIVEWAY Sr- IT»«C CURB (BEE SIDEWALK WSTH V / >- TO* WN UEOETUOII STt>FUNT0<2 SECTION ( B CEMENT CONCRETE CURS & GUTTER (SEE NOTE 3| CEMENT CONCRETE SIDEWALK STD PIAN 104.2) TYPE 02 - ISOMETRIC VIEW For NOTES s«s STD. PLAN 104.2 PUBLIC WORKS DEPARTMENT CEMENT CONCRETE DRIVEWAY ENTRANCE - TYPES C1, C2, C3, and C-MAX ffTD. PLAN - 104 Gregg Zimmerman, Public Works Administrator eOFTCM (INCLUDES SIDEWALK RAMPS) I' MIR VABgS (566 N0TE7I (SEE NOTE H 3/1' EXPAT^SION JOINT (TYf> | (SEE SID PLAN 102) RAMP WITH 12H.1V SLOPE (TVP) CQNSTRUCTXmJOWT SEE NOTE 18* CONTRACTION JOINT (TYP.) (SEE STO PUUi 102) •WIN (SEE NOTED CEMENT C1WCRETE SOEWALK CevENT CONCRETE CURB 8 GUTTER (SEE NOTED PLAN VIEW BJK MAX. SEE NOTE I (TVP). IDS DIPPEREMCE IN SLOPE fAAX. ORIVEWAT W/ RELATIVE NEGATIVE SLOPE (SLOP! SHOWN EXAGGERATED) VARES (SEE NOTE in ^ r hON M 1 L «• MM ^ s'mi. SECnON OEPieSSED CURB t GUTTER (BEE NOTE 3)CEWNT CONCRETE SIDEWALK 34* EXPANSION JOINT (TYP.) (SEESTD PLAN 102) SIDEWALK W3TMUr R (TVP.) ORTVEWAV W' POSITIVE SLOPE (SLOPE SHOWN EXAGGERATED)ISK DRIVEWAV ruN. ION CEMENT CONCRETE CURS 8 GUTTER (SEE NOTE 3) CEMENT CONCRETE SDEWSLX DEPRfSaSEOlONOLITHIC CURB8( (SEE GEfAIL STO. PLAN 1SI.2I TYPE R1 - ISOMETRIC VIEW For NOTES sn STD. PLAN 1(W.2 PUBLIC WORKS DEPARTMENT CEMENT CONCRETE DRIVEWAY ENTRANCE - TYPE R1 STD. PUN - 104.1 PPRflVED: Gre^ Zimmernran, Public Works Administrator \ CESOfT C0NCAE1E SIDEWALK X CEMEKfT CONCRETE CURB&OJTTER (SKN0TE9) 0EPf«88ED MONOLFTHIC cuRBAOjrreR (SEE DETAIL THS SHEET) TYPE C2B - ISOMETRIC VIEW (COMMERCIAL, WTTIH BUFFER) I NOTES 1. When a driveway width exceeds 15 feet, constnjct a full depth expansion joint with 3/8' Joint fliler eloi^ the driveway lane Dhm (see sU. plan 102). Construct expansion Joints parallel with the centerllne as required at 15* majdmum sp^ng when driveway widths exceed 30". 2. See std. plan 102 for sidewalk details. 3. Curb and gutter shown, other curb designs may t)e spedfied. See std. plan 101 for curb det^ls. 4. Not used. 5. The engineer wilt design all driveways to irtdude Mevatlons at all points marked wiUi symbol "X". Ail elevations are si the back of curb top on upNII sidk 6. Not used. 7. For Driveway Widths see DRIVEWAY STANDARDS (See NOTE 10). The expansion joints (see std. plan 102) shall be spaced as shown In ttie cofresp^ir>g Isometric view. 8. Slopes shall comply vrith sections R303.2.1 or R303.2.2 or R303J2.3 of the Revised Draft Gutdelines for AccessiblePublic Ri^ts-o&Way ofNovanber 23,2005 (PROWAQ). 9. Curb retums for any Type C'MAX Driveway may bs ap^xoved on a case-by-case basis. 10. STREET STANDAIWS ^ Renton Municipal Code (RMC) Title IV Develt^ment Regulations CHAPTER 6 STREET AND UTIUTV STANDARDS Section 4-6-060 STREET STANDARDS DRIVEWAY STANDARDS > Renton Municipal Code (RMC) Title IV Development Regulations CHAPTER 4 CITY-WIDE PROPERTY DEVELOPMENT STANDARDS Section 4-4-080 PARKING, LOADING AND DRIVEWAY REGULATIONS aes© ^NTfWnON JOINT STOPLANICa \ -PACE CP CURB BaOEPROSSCLnBDeiAL 9vr ON THIS SHEET ivr. TOPOFura RDMIVMY W v-r NOTE: OtWEWAYLONCrmDINM. EXPANSION JOINTS BHAU. BE FUU. OEPTH DEPRESSED MONOLriHIC CURB & OUTTER DETAl. ^ FMS OF ADJACENT CURS ^-—GUTTER SURFACE 1'R. . \\ DEPRESSED CURB DETAIL AT RESIDENTIAL OR COMMERCIAL DRIVEWAYS, AND ALLEYS Driveway Examplo: TYPEC1B Ri-fteBldenSal. OCommereie! ^ ^ Number of LariM, (MAX«4 Lane Cemmerdal) BaSufliBr^nuilbis Strip), BlanloNo Buffer m PUBLIC WORKS DEP.ARTMENT CEMENT CONCRETE DRIVEWAY ENTRANCES - NOTES AND DETAILS STD. PLAN - 104J3 ^PROVFD: , . 810 iTEMllNCLUOtS SIDEWALK RAT^PS) CEUENT COMCR£TE SOCVMLK MK ViWiESIsee NOTE Ti BMM (SEE NOTE 8](SEE MOTE S) rlOLF OF PAVED DfV/EWAV REOUIREO M- EXPANSION JOMT (TYP.I (SEE5T0 PLAN 1921 SEE NOTES lABFWflTti ■! CCNpRUCTION JOWT / SEE NOTE I HAI.IP WITH 1M IV SLOPE fTYP.) 3<8' CONTRACTION XMNT (TYP) (SEE STO PLAN 192) CEMENT CONCRETE CURB 8 GUTTER ISEENOIE 9) PLANVteW VARES (SEE 19)aSXUAX SEENOTEBlTVP) 1- 6-MM I I I I I- fi'Uft CEMENT CONCRETE 6DEWALK ■ OX DIFFERENCE IN SLOPE IJAX DRIVEWAY Wi RELATIVE NEGATIVE SLOPE (SLOPE,SHOWN EXAGGERATEDl ■- ruiN SECTION 0EFRE8SE0 CURB t GUTTER iSEENOTE >13ir EXPANSION JOMT (TYP.) IIEESTD. PLAN 102) »0EWAIX1MDIHla RITYP 1 I STDRIVEWAYnvE SLOPE (SLOPE SHOWN EXAGOERATEDl nCmvEVMT UM. ON CEMENT CONCRETE CURBS GUTTER (SEE NOTE 3) CEMENT CONCf^TE AONOLITHCSDEWAIKCURB ETAIl STO nAN1M2) TYPE RIB - ISOMETRIC VIEW (RESIDENTIAL, WITH BUFFER) For NOTES STD. PLAN 104.2 PUBLIC WORKS DEPARTMENT CEMENT CONCRETE DRIVEWAY ENTRANCE - TYPE R1B STD. PLAN ~ 104.3 iPPRaVED: iMM Gregg Zimmerman, Public Works Administrator BO rrewi HuauoES sioewAu ramps) cwExr CONCRETE SOEWALK VMN VARIES ISEENOTET]BMN. 10 IP Of PAVED OWVEWAV REOUMEO ilf EXPANSION JOINT (TVP.) (SEE STO. PLAN 102) a«-6XPANSKJN JOWT (TW.) (SEE STO PLAN 1Q2| SEE NOTES r5"CONSTRUCTION xmr SEE NOTE I RAMP WITH 12H IV SLOPE (TYP.) iT CONTIUCnON JOWT (TYP. (SEE STO PLAN loa CEMENT CONCRETE CURB S 6UTTER (SEE NOTE 3) PUAN VIEW (TYPE Ca SHOWN. C1 a C2 S C-MAX »MILJ«} (SEE NOTE 9) «.3K MAX. SEC NOTE I (TYP). 10% DI'PERENCe IN SlOPE MAX. OflfVCWAV W; RBATNE NEOATIVE SLOPE |SL< ftiOWN EKACCERATE01 DEPRESSED CURB > GUTTER - (SEE NOTE 31I- 10'MW.ttrMN. }ll- EXPANSION JCMT (TVP.) (SEE STC. PLAN tail _ini-h(TYP.) IB* MM CEMENT CONCRETE SIOEWALK ©SE(mON SOEWALK MOTH 19%SHOWN EXAOORATEOlOmtEWAVWl 19% SLOPE(SLOPE □mvEWAV 10* MM SE ON B For NOTES see STD, PLAN 104.2 m PUBLIC WORKS DEPARTMENT CEMENT CONCRETE DRIVEWAY ENTRANCE - TYPES C1B, C2B, G3B, and C-MAXB (WITH BUFFER) STD. PLAN - 104.4 kPPRQi'ED: / I\j^ll Gregg Zimmerman, Public Works AdminUtrator CEMENT CONCRETE W-t:SDEWALK 10LFOF PAVED DRIVEWAY REQUIRED DEPRESSED MONIXITHIC CURB & GI/fTER (SEEDFfAIL STD. PLAN 1D4J) CEMENT CONCRETE CURB & GUTTER TYPE C3 - ISOMETRIC VIEW (SEE NOTE 3) (38' WIDE COMMERCIAL) 10 IF OF PAVED DRIVEWAY REQUIRED DEPRESSEDCEMENT CONCI^TE CURB (SEE SHKT 104.2)SIDEWALK AL TYPE C3B - ISOMETRIC VEW (38' WIDE COMMERCIAL, WITH BUFFER) 10 LF OF PAVED DRIVEWAY REQUIRED CEMENT CONCRETE SIDEWALK CEMENT CONCRETE CURB & GUTTER (SEE NQ-re 3) CEMENT CONCRETE CURB & GUTTER (SEE NOTE 3) DEPRESSED MONOLITHIC CURB & GUTTER (SEE DETAIL. STD PLAN 104.2) TYPE C-MAX - ISOMETRIC VIEW (COMMERCIAL) (WITH OR WITHOUT BUFFER- SHOWN WITH BUFFER) For NOTES see STD PLAN 104 SEE STREET STANDARDS (SEE NOTE 10) m PUBLIC WORKS DEPARTMENT CEMENT CONCRETE DRIVEWAY ENTRANCES VARIOUS ISOMETRIC VIEWS STD. PLAN - 104.5 iPPRONTD- ^putUb^ Gfegg Zimmefman, Public Works Administrator PATCHED A«EA COVER PER STD PLAN 401 SEAL WITH AR 4000 OR APPROVED EQUAL AND DRY SAND AFTER PATCHING COVER (SEE NOTE 9) PLAN NTS (SEE NOTE 9) X OUTSIDE OlAMETtR ^adjustment R'ng *nd BOTTOM cy FRAME MORTAR JOINT(S) (3/8" MIN.-2" MAX.)-I SEE NOTE 3 AHO onCQli'L nnQiirClQII 7 6l6ii(1)i 1 -A SEE NOTE 2 ^ ADJUSTMENT RING (1* NOTE 6. MIN ). SEE SECTION A-A 1. REMOVE PAVEMENT AND BASE MATERIALS FOR A DISTANCE WHICH IS EQUAL TO THE DIAMETER OF THE FRAME PLUS ONE FOOT (MIN.). ADJUST CASTING FRAME TO PAVEMENT SURFACE USING RISER RINGS AND MORTAR. 2. REPLACE EXCAVATED MATERIAL WITH A MINIMUM OF 8- OF HMA CLASS PG 64-22 (OR TO A DEPTH THAT IS 2* BELOW THE BOTTOM OF THE UPPER ADJUSTMENT RING WHICHEVER IS GREATER) OR AS APPROVED BY THE ENGINEER. 3. ADJUSTMENT RINGS AND FRAME SHALL BE FULLY BEDDED IN MORTAR. MORTAR SHALL BE ASTM C270 PCR TYPE S. 4. MORTAR SHALL BE MIXED AND APPLIED PER MANUFACTURERS DIRECTIONS. 5. CONSTRUCTION AND ADJUSTMENT SHALL BE PERFORMED ONLY BY A JOURNEYMAN MASON. 6. ADJUSTMENT OF THE FRAME TO GRADE SHALL BE ACCOMPLISHED WITH ADJUSTMENT RINGS AND MORTAR ONLY THE USE OF SHIMS IS PROHIBfTED. 7. FRAME SHALL BE ADJUSTED TO PAVEMENT GRADE BY TAPPING UNTIL FRAME IS FLUSH WITH PAVEMENT AS DETERMINED WITH A STRAIGHT EDGE OF SUFFICIENT LENGTH. 8. ALL MORTAR JOINTS SHALL BE TRIMMED FLUSH AND REMAIN VISIBLE UPON COMPLETION. 9. X= 1 '-C MIN. TO 2'-6* MAX. n PER ENGINEER'S INSTRUCTION PUBLIC WORKS DEPARTMENT TYPICAL CONSTRUCTION AND ADJUSTMENT OF MANHOLE RISERS STD. PLAN - 106 ROVED 0 DATE DOUBLE YELLOW CENTER LINES T' • •••••• . Vd" YFi I nw•4" YELLOW 30' TYPE 1 LINE MARKERS -4" YELLOW TYPE 2d LINE MARKERS (REEL.) SINGLE SKIP YELLOW CENTER LINES • ••II 4" YELLOW TYPE 1^4" YELLOW TYPE 2d LINE MARKERS LINE MARKERS (REFL.) TWO-WAY LEFT TURN LANES 12 15'J 'TL 14" 4" YELLOW TYPE 2d LINE MARKERS (REFL.) r 4" YELLOW TYPE 1 LINE MARKERS • • •••• APPROACH LINES I t t t t t 24" t t t t t S §1^8 4" WHITE TYPE 1 LINE MARKERS 4" WHITE TYPE 2e LINE MARKERS (REFL) SKIP APPROACH LINES 4 WHITE TYPE 1- LINE MARKERS f I rj 4" WHITE TYPE 2e^ LINE MARKERS (REFL.) LANE LINES LV- 4" WHITE TYPE 1 LINE MARKERS 4" WHITE TYPE 2e LINE MARKERS (REFL.) 2-WAY LEFT TURN ARROW SPACING SPEED LIMIT 25 MPH 200' O.C. SPEED LIMIT 30-35 MPH — 250' 0 0 SPEED LIMIT 40-45 MPH — 300' 0 0 LEFT AND RIGHT TURN ARROW SPACING APPROACH LINE LENGTH ARROW LOCATIONS 20'-50' 1 ARROW (20" BACK FROM CROSSWALK OR STOP BAR) 50'-125' 2 ARROWS (20' BACK & END OF APPROACH LINE) 125'-300' 3 ARROWS (20' BACK, MIDWAY END OF LINE) OVER 300' ARROWS AT 100' INTERVALS RAISED PAVEMENT MARKER (RPM^ TYPES RPM TYPE 2 RAISED FACE COLORS RPM COLOR TYPE 2a WHITE AND RED TYPE 2b SEE COR STD WATER PLANS TYPE 2c YELLOW AND RED TYPE 2d YELLOW AND YELLOW TYPE 2e WHITE - ONE SIDE ONLY TYPE 2f YELLOW - ONE SIDE ONLY RPM SIZES RPM WIDTH/DIAMETER HEIGHT TYPE 1 ±4"±0.7" TYPE 2 ±4"±0.7" NOTE: RPM MATERIAL SPECIFICATIONS SHALL MATCH WSDOT STANDARD SPECIFICATIONS PUBLIC WORKS DEPARTMENT CHANNELIZATION MARKERS DETAIL STD. PLAN- 109 APPROVED: DATE NOTES 1. Dimensions may vary according to manufacturer. 2. Base to be placed on a well compacted foundation. 3. Monument case to be installed by contrador. 4 See WSDOT Standard Plan A-10.20 for Monument (brass disc) type to place in 2" O.D. galvanized pipe. RISER RING DIMENSIONS A (SIZE)1 r 3* CONCRETE BASE PLAN VIEW - ACP Class B. or os approved by the Engineer. 1-6" R. 7-^T CONCRETE BASE _L SAND ' UNDISTURBED SOIL GROUT 10 1/2" DIAM. 9 1/2" OIAM. 2* O.D. GALVANIZED i \ STEEL PIPE-NQ-rc 4 ^ APPROXIMATE WEIGHTS CASE 60 LBS COVER 19 LBS TOTAL 79 LBS 4 5/8" R., IZ5 3/8" DIAM. r DIAM 1 3 3/4" SECTION COVER 5 1/4" R. 4 3/4" R r vi 1 3/4 . i 4" R ^11 iZl!' ^ SECTION CASE SECTION Q INSTALLATION r ^ • A IS,(S) ISOMETRIC 3/16 VT~ 8" OIAM. 9" DIAM. SECTION RISER RING 1 SECTION OF L£TTER Am dlx tis'x9 PUBLIC WORKS DEPARTMENT MONUMENT CASE AND COVER STD. PLAN - 113 MAY 2009 CURB IJ^NE LANE LANE CURB LANE •6"MIN.(TYP.) CONCRETE GUHER LANE LINE CENTER IN LANE CENTER IN LANE 24" (TYP.)LANE LINE 10' 8"(TYP.)-STRIPE 8"(TYP.)-0PEN 8"(TYP.)-STRiPE 1' -TIRE TRACKS- TIRE TRACKS- -TIRE TRACKS- -TIRE TRACKS- * TYPICAL 4-LANE ROADWAY CONFIGURATION * NOTE: FOR ROADWAYS WITH MORE OR LESS LANES, THE SAME CONFIGURATION APPLIES. KEEPING THE THERMOPLASTIC/PAINTED BARS CENTERED ON THE LANE LINES AND IN THE CENTER OF TRAVELLED PORTION OF THE LANE TO MINIMIZE THE WEAR ON THE THERMOPLASTIC/PAINT. m PUBLIC WORKS DEPARTMENT THERMOPLASTIC/PAINTED CROSSWALK STD. PLAN - 127 POUCY FOR MINOR MODIFICATIONS TO SIGNAL SYSTEMS AT PEDESTRIAN STREET CROSSINGS Purpose: The purpose of this policy is to establish guidelines defining minor modifications to signal systems and their application to projects at signalized intersections that include pedestrian street crossings. Definition: Minor Modifications. Traffic signal work such as routine maintenance, cabinet upgrades, loop/video detection installation and repairs, pedestrian and traffic signal head upgrades, and relocation of pedestrian pushbuttons that do not involve sidewalk construction that touches ramps or landings are defined as minor modifications that do not require additional improvements to meet full accessibility requirements. Application: The City will make minor modifications to signalized intersections in accordance with this policy without the necessity of making those additional modrflcations necessary to meet full accessibility requirements, including APS improvements. The City will construct other signal upgrades Including APS improvements, and ramp and landing improvements at signalized intersections In compliance with The 2005 Draft Public Rights of Way Accessibility Guidelines as may be amended or replaced and adopted by the Department of Justice (PROWAG) in accordance v\/ith its Transition Plan. The City of Renton Transition Plan provides for: 1. A fund to install pedestrian Improvements in response to requests. 2. Inclusion of pedestrian improvements in accordance with PROWAG standards In street and pedestrian capital improvement projects. 3. Systematic citywide funding and upgrading of crosswalks, ramps, landings and pedestrian signals In accordance with an inventory analysis and schedule. m PUBLIC WORKS DEPARTMENT POLICY FOR MINOR MODIFICATIONS TO SIGNAL SYSTEMS AT PEDESTRIAN STREET CROSSINGS STD. PLAN - 130 3 20* * 24", 24-DIAM.,4e' DIAM. OR 54" DIAM. HOLE rOYP.) 1'MIN 2 1/2* MAX m BARS @ r SPACING 84" or 96" FLAT SLAB TOP BARS @6* SPACING 20* X 24", 24* DIAM., 46* DIAM. OR 54* DIAM. HOLE •(TYP:H^ l|-frfcH]MIN. 210* MAX. 72" FLAT SLAB TOP «M BARS @ 6' SPACING 20* X 24* OR 24* DIAM. HOLE 2*(ryp.) Hi-H MIN 2 1/2* MAX. TYPICAL ORIENTATION FOR ACCESS AND STEPS 24* MIN 46* MIN 12" (ryp.) 12* PREFABRICATED LADDER ECCENTRIC CONE SECTION 12* MIN. STEP 48", 54", or 60" FLAT SLAB TOP e*0R12* ONE #3 BAR HOOP FOR 6* , TWO #3 BAR HOOPS FOR ir 1 ONE #3 BAR HOC^ 4. T HI RECTANGULAR ADJUSTMENT SECTION CIRCULAR ADJUSTMENT SECTION 1.0 As an acceptable alternative to rebar, wire mesh having a minimum area of 0.12 square inches per foot may be used for adjustment sections. m PUBLIC WORKS DEPARTMENT MISCELLANEOUS DETAILS FOR DRAINAGE STRUCTURES STD. PLAN - 304.60 MARCH 2008 rMAX SEDfMENTAND DEBRIS OVERFLOW BYPASS BELOW INLET GRATE DEVICE DRAINAGE GRATE TRIM WWWWWVC^GRATE FRAME <sa - C> FILTERED WATER A 0 £> SECTION VIEW DRAINAGE GRATE RECTANGULAR GRATE SHOWN RETRIEVAL SYSTEM (TYP.) a BELOW INLET GRATE DEVICE OVERFLOW BYPASS {TYP.) ISOMETRIC VIEW NOTES 1. Size the Below Inlet Grate Device (BIGD)for the storm water structure It will service. 2. The BIGD shall have a built-in high-flow relief system (overflow bypass). 3. The retrieval system must allow removal of the BIGD without spilling the collected material. 4. Perform maintenance In accordance with Standard Specification 8-01.3(15). PUBLIC WORKS DEPARTMENT CATCH BASIN FILTER STD. PUN - 216.30 MARCH 2008 T5"— WATIR I I 12' SEE DETAIL 12' MIN. 18' MAX. OF WATER MAIN VALVE BOX LID WITH EARS IN DIRECTION OF WATER MAIN AND WORD "WATER" CAST INTO IT INSTALL 8" THICK HMA COLLAR FOR VALVES IN PAVED AREAS PER STD PLAN 106 OR 6" THICK, 3'x3* CONCRETE PAD IN UNPAVED AREAS. 2 PIECE CAST IRON VALVE BOX. RICH-SEATTLE TYPE OR OLYMPIC FOUNDRY 2" SQUARE OPERATING NUT 4-1/4" DIA. 1/8" MIN. THICKNESS r STEEL LENGTH AS REQUIRED 1/8" MIN. THICKNESS 2-1/4" INSIDE MEASUREMENT 2-1/4" DEPTH SECTION A-A VALVE OPERATING NUT EXTENSION VALVE OPERATION NUT EXTENSION NOTE: EXTENSIONS ARE REQUIRED WHEN VALVE NUT IS MORE THAN THREE (3) FEET BELOW FINISHED GRADE. EXTENSIONS ARE TO BE A MINIMUM OF ONE (1) FOOT LONG. ONLY ONE EXTENSION TO BE USED PER VALVE. NOTE: ALL EXTENSIONS ARE TO BE MADE OF STEEL. SIZED AS NOTED. AND PAINTED WITH TWO COATS OF METAL PAINT. VALVE MARKER NOTES: VALVE MARKERS SHALL BE EQUAL TO CARSONITE UTIUTY MARKER VALVE MARKER POST TO BE USED FOR ALL MAIN LINE VALVES OUTSIDE PAVED AREAS T 38" 24' 62' V MIN. WIDTH WHITE POST VALVE MARKER POST PUBLIC WORKS DEPARTMENT VALVE BOX, OPERATING NUT EXTENSION, AND VALVE MARKER STD. PLAN - 330.1 APPROVED; 'Ae _ DATE MARKER MARKER MARKER I TWO LANE ROAD OFFSET MARKER TO INDICATE WHICH SIDE OF STREET HYDRANT IS ON (4" FROM DOTS OR PAINTED LINE) ON SIDE STREETS WHERE THE HYDRANT IS WITHIN 20' OF A MAIN TRAVELED STREET, THE MARKER IS TO BE INSTALLED ON THAT MAIN STREET MARKER •MARKER ; / • FOUR LANE ROAD OFFSET MARKER TO INDICATE WHICH SIDE OF STREET HYDRANT IS ON (4" FROM DOTS OR PAINTED LANE DIVIDER) FIVE LANE ROAD OFFSET MARKER TO INDICATE WHICH SIDE OF STREET HYDRANT IS ON (4" FROM DOTS OR PAINTED LANE DIVIDER) HYDRANT MARKERS I QQ H H 2b RAISED PAVMENT MARKER TYPE DO I'tD OTIMCONITE TWO-WAY (BLUE) H HLIC WORKS DEPARTMENT HYDRANT MARKER LAYOUT STD. PLAN - 310.3 MARCH 20JO FACE OF CURB VARIES irT0 24'FACE OF ClAB MATCH ROACWAY SLOPE VARES 10-TO 22 (SEE CONTRACT]r (IN) R.1* IM R MATCH ROAOWAY SLOPE 'n • :•i/r(MR vr (IN) R ROAOiNKY A " » • «» • »" » • » 11 lo ll Ifl FACE OF CURB FACE OF CURB 10*(IN)R. 610" 71 r(W) R b MATCH ROAOMAY SLOPE 1/r (IN) /- ROADWAY^ i/r JIMJ /- A" 7 VARIES FROM 6" (IN) TO 0" (IN) - MAINTAIN 1H -6V SLOPE ON SIDE OF CURB a Ifl" VARIES r (IN) R. MATCH ROADWAY SLOPE1/r (IMR. 1/r (IN) 2.0% r-e* . FLUSH WITH GUTTER PAN AT CURB <n RAMP ENTRANCE - l/T (W) VERTICAL UP AT DRIVEWAY ENTRANCE DUAL-FACED CEMENT CONCRETE TRAFFIC CURB AND GUTTER CEMENT CONCRETE TRAFFIC CURB AND GUTTER DEPRESSED CURB SECTION AT CURB RAI0>S AND DRIVEWAY ENTRANCES 1/r (IN)R ^ 1"(IN)R CEMENT C»}NCRETE OR b r ASPHALT CONCRETE I / SIDEWALK OR PATH 3«- (IN) PREMOLDEO JOINT FILLER (WHEN ADJACENT TO CEKCNT CONCRETE SIDEVWLK) 1/r (IN) R VARIES FROM B" (IN) TO 0- (IN) CEMENT CONCRETE CURB RAMP, LANDING, OR DRIVEWMY ENTRANCE 1* IN) 3/8- ON) PREMOLDED JOINT FILLER NOTE 1. See Standard Plan F-30.10 for Cuit Expansion and Contraction Joint spacing and see Standard Specification Sections b-04 and 9-04 for additional requirements. CEMENT CONCRETE PEDESTRIAN CURB CEMENT CONCRETE PEDESTRIAN CURB AT CURB RAMPS, LANDINGS, AND DRIVEWAY ENTRANCES FACE OF CURB FACE OF CURB VARIES ir TO 2r VARIES ^ iirT0 2r _ (SEE C^TRACT) 1'(IN)R.r(IN) R * » • » ' » • » 1 aw ISM* DUAL-FACED CEMENT CONCRETE TRAFFIC CURB FAC^ OF CURB 1 ei/r_ 51/r 1" iy2*<IN) R.1-(IN) R b -7 V • r ft ' ' ' ft \ j CEMENT CONCRETE TRAFFIC CURB i/rcN)R FACE OF CURB 1 1/r (IN) R 7 1M * » aiM MOUNTABLE CEMENT CONCRETE TRAFFIC CURB ONAL ILirrv. Til Mil) ft 20I43:.1I PM CEMENT CONCRETE CURBS STANDARD PLAN F-1D.12-03 SHEET 1 OF 1 SHEET APPROVED FOR PUBUCATON HakLdKK. Pasco tm U :oi4 I i5PV 9T/«Tt OEMN ENGMEER WsiiihuRin S*st» PhimInisiiI of Ti v-o- (SEE CONTRACT) r-CTi r-cr 20%ROUNONG vr (IN) R flYP.) 2.0% MAX. SEE RAISED EDGE / DETAIL - THIS SHEET Vtr (IN) PREMOLDEO JOINT FILLER MIN. r-cr.r-0* ROUNDING 0% WITH RAISED EDGE SIDEWALK (SEE CONTRACT) 1/r(IN)R (TYP) 2.0% MAX 3/8' (IN) PREMOLDEO JOINT FILLER ADJACENT TO CURB (STEEP FILL SLOPES) v-ir BRIDGE OR PQ)ESTRIAN RAILWO BARRIER - SEE CONTRACT PLANS VERTICAL WALL - SEE DETAIL FOR SIDE TREATMENT^ SEE OTHER SIDEW^ ACTIONS 3/8* (IN) PREMOLDEO JOINT FILLER ADJACENT TO CURB FOR SIDE TREATMOrr CURB NOT MCLUOEO IN BIO ITEM - SEE STANOAROPLANF-10.12 FINISHED GRADE 1' (IN) BELOW TOP OF CONCRETE SURFACE SEE OTHER SIDEWALK SECTIONS 1/r (IN) R. (TYP.) SIDEWALK (SEE CONTRACT) SEE © CONTRACTION JOINT FACE OF CURB v ^E CURB FACE DETAIL MONOLITHIC CEMENT CONCRETE CURB AND SIDEWALK NOTE ivr 51/r 'VflMR. _ 81/r CURB NOT INCLUDHJ IN BID ITEM - SEE STANDARD PLAN F-10.12 WALL OR BARRIER 1. Four feet of the sidewalk width shall be the minimum pedestrian accessible route free of verticel and horizontal obstructions. Gratings. Access Covers, Junction Boxes, Cable Vaults. Pull Boxes and other appurtenances within the sidewalk must have slip resistant surfecas. be flush with surfece, and match 9ede of the sidewalk. CURB FACE DETAIL EXTEND SIDEWALK TRANSVERSE EXPANSION JOINTS TO INCLUDE CURB (FULL DEPTH) 1 ALL CUT (SEE CONTRACT) r- 1/r (IN) R. (TYP.) //^ ^1 2.0% MAX MIN SLOPES 2.0% 1/2* (IN)R. CURB NOT MCLUOED IN BH) ITEM - SEE BTANDARO PLAN F-10.12 3/8* (PQ Pf^MLXDS) JOPfT FILLER SIDEWALK ADJACENT TO WALL DETAIL SIDEVWLK (SEE CONTRACT) 1/r (IN) R (TYP.) 2 0% MAX 3/8- (IN) PREMOLDEO JOINT FILLER (TYP.) CURB NOT INCLUDED IN BIO ITEM n SEE STANDARD PLAN F-10.12 10-LEVEL 11/r (IN) R I'dWR : B ADJACENT TO CURB AND RAIUNO OR WAUL 7 - 0- MIN BUFFER STRIP _ (SEE CONTRACT)*" RAISED EDGE DETAIL EXTEND SIDEWALK TRANSVERSE JOINTS TO INCLUDE R/USED EDGE (SEE CONTRACT) 1/r (IN) a 2.0% MAX (TYP. CURB NOT INCLUDED IN BID ITBH • SS STANDARD PLAN F-10.12 FINISHED GRADE 1" (IN) BELOW TOP OF CONCRETE SURFACE FOR PUNTING - FLUSH IF PAVED PI«ylOLDED JOINT FILLER . ADJACEKT TO BUFFER STRIP (?) EXPANSION JOINT BROOMED FINISH (TYP.) 4' (IN) WIDE, ^OOTH-TKOWELEO PERIMETER CEHSNT CONCRETE CURB (CURB AND GUTTER SHOWN) NOT INCLUDED IN BID ITSyl SK STANDARD PLAN F-10.12 <§> CONTRACTION JOINT IN SIDEWALK 0»a.Y MR/rEXP/WSION JOMT IN BOTH CURB AND SIDEWALK 'AJ# % Jokkk. ISOMETRIC VIEW JOINT AND FINISH DETAIL CEMENT CONCRETE SIDEWALK STANDARD PLAN F-30.10-03 SHEET 1 OF 1 SHEET (c) CONTRACTION JOINT APPROVED FOR PUBUCATION STATE DeSION 6N0INUR Wei*iiftgWi StM ClsiMB Nmiii ef Ti 3/6' EXPANSION JOINT (TVP.) - SEE STANDARD PUN P-30.10 CURB AM) GUTTER SEE CONTRACT PUNS PEDESTRIAN CURB - SEE NOTE 9 *• n V MIN. - SEE CONTRACT PUNS UNDINO CROSSWALK 3/8' (IN) EXPANSION JOINT (TYP.) - SEE STANDARD PUN P-iS.IO CURB mo GUTTER FACE OF CURB DETECTJ^LE WARNING SUfVACE - SEE STANDARD PLAN F-4S.10 DEPRESSED CURB AND CUTTER tr MIN. > SEE CONTRACT PLANS LANDING z 3-R. CROSSWALK PEDESTRIAN CURB > SEE NOTE 9 4' - 0" MIN. - SEE CONTRACT PLANS FACE OF CURB DETECTABLE WARNING SURFACE • SEE STANDARD PUN F^.10 DEPRESSED CURB AND GUTTER PUN VIEW TYPE PARALLEL A CONTRACTION JOINT (TYP ) - SEE STANDARD PUN F-30.1 FOR CURB RAMP LENGTHS GREATER THAN ff - (TPROVIDE CONTRACTION JOINT EQUALLY SPACED 4' • 0" MIN. OC. DETECTABLE WARNING SURFACE - SEE STANDAW) PLAN F-4B.19 CEMENT CONCRETE F€DESTRIAN CURB - SK NOTE 9 SS CONTRACT PLANS PUN VIEW TYPE PARALLEL B LANDING SECTION GRADE BREAK COUt^R^®'^ TOP OF ROADWAY mzm DEPRESSED CURB AND GUTTER ~ SEE STANDARD PUN F-10.12 AND NOTES 15'-CT MAX. (TVP ) SEE NOTE 7 GRADE BREAK ** V SEE CONTRACT PLANS 15 n (T MAX (TYP.) SEE NOTE 7 GRADE BREAK ** Y ytr EXPANSION JOINT (TYP ) - SEE STANDARD PUN F^.19 \ PEDESTRIAN CURB - SEE NOTE 9 CTMM 15-0" MAX. (TYP.) SS CONTRACT PLANS SEE NOTE 7 GRADE BREAK GRADE BREAK ** CURB RAMP NOTCS 1. At marked crosswalks, the connection between the landing and the roadway must be contained within the width of Ore crosswalk markings. 2. Where "GRADE BREAK" is called out, the entire length of the grade break between the two adjacent surface planes shall be flush. 3. Do not place Grabngs, Junction Boxes, Access Covers, or other appurte nances on any part of the Curb Ramp or Landing, or m the Depressed Curb and Gutter where the Landing connects to the roadway. 4. See Contract Plans for tlie curb design specified See Standard Plan F-10.12 for Curb, Curb and Gutter, Depressed Curb and Gutter, and Pedestrian Curb details. 5. See Standard Plan F-30.10 for Cement Concrete Sidewalk Detaite. See Contract Plans for width and placement of sidewalk. 6. The Bid Item "Cement Concrete Curb Ramp Type " does not Include the adjacent Curb, Cuit and Gutter, Depressed Curb and Gutter, Pedestnan Curb, or Sidewalks. 7. The Curb Ramp length is not required to exceed 15 feet (unless otherwise shown In the Contract Plans). When applying the 15-foot max. length, the running slc^ of the curb ramp is allowed to exceed 8.3%. Use a single constant slope from bottom of ramp to top of ramp to match Into the sidewalk over a horizontal distance of 15 feet. Do not include ^utbng landing(s) in ttie15-fbot max measurement. When a ramp is constructed on a radius, the 15-foot max. length is measured on ttie Inside radius along the back of the walkway. 6. Curb Ramps and Landings shall receive a broom finish. See Standard Specifications 8-14. 9. Pedestrian Curb may be omitted if the ground surface at the back of the Curb Ramp and/or Landing will be at the same elevation as the Curb Ramp or Landing and there will be no material to retain. LEGEND ^ SLOPE IN EITHER DIRECTION * 1 5% OR FUTTER RECOMMENDED FOR DESIGr«FORMVVORK (2% MAX.) ** 7 5* OR FUTTER RECOMMENDED FOR OESKJM/ FORMWORK (8.3% MAX) - SEE NOTE 7 SIDEWALK 3/6' (IN) EXPANSION JOINT (TYP.) - SEE STANDARD PUN F-30.10 SECTION ( B (ALONG INSIDE RADIUS AT BAOC OF WUJ<mY) SECTION (ALONG INSIDE RADIUS AT BACK OP WALKWAY) © "CEMENT CONCRETE CURB RAMP TYPE PARALLEL B" PAY UMIT - SEE NOTE 6 "CEMENT CONCRETE CURB RAMP TYPE PMtALLEL A' PAY UMIT - SEE NOTE 6 Oil Is STt*- 'O.VaL iCeller, Scott .lull 242016 TMiJAM PARALLEL CURB RAMP STANDARD PLAN F-40.12-03 SHEET 1 OF 1 SHEET ISOMETRIC VIEW TYPE PARALLEL A PAY UMIT ISOMETRIC VIEW TYPE PARALLEL B PAY LIMIT APPROVED FOR PUBLICATION STATE OESION BIOH^ WfliWnqlow StoM OepeNmwif el Tiei^efhStaii LANDING GRADE BREAK SEE CONTRACT PLANS - 4- - IT MIN CQ4ENT CONCRETE SIDEVWLK - SEE NOTE 5 GRADE BREAK SK CONTRACT PLANS - 4- - 0* MN. FLARE OTP.) snr EXPANSION JOINT rrVP.) - SEE 8TAH0AM) PLAN F-M.10 CURB. OR CURB AND GUTTER - SEE NOTE 4 CURB RAMP GRADE BREAK GRADE BREAK * * **** CROSSVVMLK CURB RAMP WIDTH 4' - 0" MIN. LANDING TO MATCH CURB RAMP WIDTH - SEE CONTRACT PLANS CEMENT CONCRETE SIDEWALK nn SEE NOTE S PROVIDE SMOOTH TRANSITION TO SIDEWALK WIDTH (TYP.)SEE CONTRACT PLANS - 4' - 0" MIN. 3ier EXPANSION JOINT (Tip.) - SEE STANDARD PLAN F-30.10 TRANSITION TO SIDEWALK BUFFER. IF PRESENT, OR TO BACK OF CURB (TYP.) - SEE CONTRACT PLANS FACE OF CURB MEASURED PARALLEL TO CURB (TYP.) DETECTABLE WARNING SURFACE - SEE STANDARD PLAN F-48.10 DEPRESSED CURB AND GUTTER - SEE NOTE 4 CURB. OR CURB AND GUTTER - SEE NOTE 4 MIN CEMENT CONCRETE PEDESTRIAN CURB- SEE NOTE 4 CROSSWALK L. NOTES CURB RAMP WIDTH 4' - CT MIN. LANOING TO MATCH CURB RAMP VMDTH - SEE CONTRACT PLANS GRADE BREAK SEE CONTRACT PLANS - 4'-CT MIN BUFFER WIDTH - MATCH TO CURB RAMP DEPTH (TW.) FACE OF CURB DETECTABLE WARNING SURFACE - SEE STANDARD PLAN F-4e.10 DEPRESSED CURB MD GUTTER TYPE PLAN VIEW PERPENDICULAR A C(WTRACTION JOINT (TYP) - SEE STANDARD PLAN P-M.10 FOR CURB RAMP LENGTHS GREATER TH«I 8 • CT PROVIDE CONTRACTION JOINT EQUALLY SPACED 4' - 0" MIN. OC At marXed crosswalks, the connection between the curb ramp and the road way must be contained within the width of the crosswalk markings Where "GRADE BREAK" is called out. the entire length of the grade break between the two adjacent surface planes shall be flush. Do not ^ace Grattngs, Junction Boxes, Access Covers, or other appurten ances on any part of the Curb Ramp or Landing, or In front of the Curb Ramp where it connects to the roadway. See Conbact Plans for the curb design specif^. See Standard Plan F-10.12 for Curb, Curb and Gutter, Depressed Curb and Gutter, and Pedestrian Curb details. See Standard Plan F-30.10 for Cement Concrete Sidewalk Details. See Contract Plans for width and placement of sidewaHt. The Bid Item "(dement Concrete Curb Ramp Type " does not include the adjacent Curb. Curb and Gutter, Depressed Curb and Gutter. Pedestrian Curb, or Sidewalks. The Curb R^p lengfo is not required to exceed IS feet (unless shown otherwise in the Contract Plans). When applying the 15-foot max. length, the running slope of the Curb Ramp is allowed to exceed 8.3%. Use a single constant slope from bottom of ramp to top of ramp to match into ttie landing over a horizontal distance of 15 feet. Do not include the abutting landing In the 15-foot max measur^ent Curb Ramps and Landings shall receive a broom finish. See Standard Specifications 8-14. Pedestrian Curb may be omitted if the ground surfoce at the back of the Curb Ramp and/or Landing will be at the same elevation as the Curb R«iip or Landing and there will not be material to retain. SLOPE TREATMENT - SEE STANDARD PLAN F-90.10 SEE CONTRACT PLANS DETECTABLE WARNING SURFACE - SEE STAWMRD PLAN F-4S.10 • CT MAX (TYP) SEE NOTE 7 GRADE BREAK ** GRADE BREAK CEMENT CONCRETE ' PEDESTRIAN CURB - SEEN0TE4 TYP SECTION CEMENT CONCRETE CURB RAMP "TYPE PERPENDICULAR "A" PAY UMtT - SEE NOTE 8 DETECTABLE WARNING SURFACE - SEE STANDARD PLAN F-«S.ie DEPRESSED CURB AND GUTTER - SEE NOTE 4 PLAN VIEW TYPE PERPENDICULAR 8 (SHOWN VMTH BUFFER) COUNTER SLOPE - 6.0% MAX. TOP OF ROADVWY LEGEND * * * dr * SLOPE IN EITHER DIRECTION 1.5 OR FLATTER RECOMMENDED FOR DESIGN/FOFUllWORK (2% MAX.) 7.5% OR FLATTER RECOMMENDED FOR DESIGWFORMWORK (B 3% MAX ) 9.5% OR FLATTER RECOMMENDED FOR DESIGNTFORMWORK (10% MAX.) DEPRESSED CURB AND GUTTER - SEE STANDARD PLAN P-1D.12 CEMENT CONCRETE CURB AND GUTTER - SEE NOTE 4 CEMENT CONCRETE CURB RAMP "TYPE PERPENDICULAR "B" PAY LIMIT - SEE NOTE 6 oil f/5 VAL :4 :in(. i jn .am PERPENDICULAR CURB RAMP STANDARD PLAN F-40.15-03 SHEET 1 OF 1 SHEET CURB RADIUS DETAIL ( B ISOMETRIC VIEW TYPE PERPENDICULAR A PAY LIMIT ISOMETRIC VIEW TYPE PERPENDICULAR 8 PAY UNRT APPROVED FOR PUBLICATION — y, C'artKnU'i, IcPyeH lun ; 2v pm STATC OCeiON gNOMSR SlOSB DBIMIHWII <3)— A -<g= I r ir TRUNCATED DOME FACING^ SEE NOTES TRUNCATED DOME SECTION © MIN.MAX A 1 ecT 2 40" B 0.95"— C 0.45"090" D 09^1.40" E o.r or CURS RAMP, LANDING, CUT- THROUGH OR WALI^Y BACK OF CURB - SEE NOTES DETECTABLE WARNING SURFACE (DWS) - SEE NOTE 3 SEE STANDARD SPECIFICATIONS FOR COLOR OF SURFACE TRUNCATED DOME DETAILS WIDTH OF WALKWAY CURB AND GUTTER 0|IB OFFSET LANDING CURB RAMP SEE NOTES \ N 2 n V MIN. - TYP Cff ALL APPLICATIONS MATCH TO WIDTH OF CURB RMIP, LANDING. CUT-THROUGH OR WALKWAY DETECTABLE WARNING SURFACE DETAIL DETECTABLE WARNING SURFACE (DWS) - SEE NOTE 4 BACK OF CURB SINGLE DIRECTION CURB RAMP (GRADE BREAK BETWEEN CURB AND LANDING s S FT. FROM BACK OF CURB) (SEE NOTE 6) , LANDING WALKWAY WALKWAY CURB RAW v-' FLARE FLARE WIDTH OF CUT- P'tHFWXJGH (TVP.) NOTES 1. The Detectable Warning Surtece (DWS) shall extend the full wkfth of the curb ramp, landing, or other roadway entrance as applicable. Exception: If the Manufacturer of the DWS requires a concrete border around the DWS, a variance of up to 2 inches on each side of the DWS Is permitted. 2. The Detectable Warning Surface (DWS) shall be placed at the ba6( of curb, with the two leading corrwrs of the DWS panel placed adjacent to the back of the curb, and with no more than a 2 inch gap between the DWS and the back of the curb measured at the center of the DWS panel Exertion: If the Manufacturer of the selected DWS requires a concrete border around the DWS, a vahance of up to 2 inches from the t>ack of tee curb Is permitted (measured at the leading comers of ttw DWS panel). 3 The rows of tejncated domes shall be aligned to be perper>dicul8r to the grade txe^ at tee back of curb 4. The rows of tejncated domes shall be aligned to be parallel to the direction of travel. 5 If curb and gutter are not present, such as a shared-use path connection, the Detectable Warning Surface shall be placed at tee pavement edge. 6. See Standard Plans for sidewalk and curb ramp details 7. If 8 curb ramp is required, the location of the Detectable Warning Surface must be at the bottom of the ramp and within the required distance from the rail. 8. When the grade break tietween tee curb ramp and the lar>dlng is less than or equal to 5 ft from the back of curb at all points, place the Detectable lAteming Surtece on the twttom of tee curt ramp directly above the grade break. WrOTH OF CUT-THROUGH (TYP) DIRECTKM OF TRAVEL CURB RAMP WIDTH OF VUALKWAY BACK OF CURB- SEE NOTE 2 BACKOFCURB- SEE NOTE 2 DETECTABLE WARNING SURFACE (DWS) - SEE NOTE 3 WIDTH OF CURB RAMP PERPENDICULAR CURB RAMP (SEE NOTE •) WIDTH OF CURB RAMP, LANDING. OR WALKWAY SINGLE DIRECTION CURB RAMP (GRADE BREAK 6ETVICEN CURB AND LANDING > 5 FT. FROM BACK OF CURB) (SEE NOTE 8) DETECTABLE WARNING SURFACE (DWS) - SEE NOTE 3 DETECTABLE WARNING SURFACE (DWS)- SEE NOTES 4 S 7 CURB RAMP WALKWAY CURB RAMP LANDING WflDTH OF BACK OF CURB - SEE NOTE 2 DETECTABLE WARNING SURFACE (DWS) - SEE NOTE 3 LANDING PARALLEL CURB RAMP (SEE NOTE 8) RAIL DETECTABLE WARNING SURFACE (TYP.) - SEE NOTE 3 PATH OR WALKWAY PEDESTRIAN RAILROAD CROSSING iiii 2' - IT MIN MIN DETECTABLE WARNING SURFACE (TYP)- SEE NOTE 3 BACK OF CURB - SEE NOTE 2BACK OF CURB - SEE NOTE 2 2--0'MIN. ISLAND CUT-THROUGH m of *4Ja BACKOFCURB- SEE NOTE 2 M^DMN CUT-THROUGH WIDTH OF SHARED- USE PATH OR WALKWAY (TYP) WOTH OF CUT-THROUGH SHM1ED4JSE PATH OR WALKWAY OYP PAVEMENT EDGE SHOULDER ROUNDABOUT SPUTTER ISLAND DETECTABLE WARNING SURFACE (OWS)- SEE NOTES 4 8 6 PLACEMENT GUIDELINES SHARED-USE PATH CONNECTION /cllcr. Scnil Jul 12 2016 4:25 PM DETECTABLE WARNING SURFACE STANDARD PLAN F-45.1(M>2 SHEET i OF 1 SHEET APPROVED FOR PUBLICATION Hi SrATE XSIOH ENGINEER WahhtQfon StaH Diwliiiiil of TimpofftaSM POST - SEE STD. SPEC. M)1.3{f)A BACtO^ILLEDS COMPACTED NATtVE SOIL GEOTEXTH^ &0iv BURY GEOTEXT1LE IN TRENCH s*- FAST» ^OTEXTILE TO POST EVERY 6" (IR)O.C. SELF-LOCKING TIE-NYLON M (MIN. GRADE], 120* MN. TENSILE STRENGTH. UV STABIUZEO NOTE DURING EXCAVATION. MINIMIZE OlSTURBINO THE GROUND AROUND TRENCH AS MUCH AS IS FEASIBLE, AND SMOOTH SURFACE FOLLOWING EXCAVATION TO AVOID CONCENT- RATING FLOWS COMPACTION MUST BE ADEQUATE TO PREVENT UNDERCUTTING FLOWS. TYPICAL INSTALLATION DETAB. (STEEL POSTS SHOVW] GEOTEXTILE FOR SILT FENCE - SEE STANDARD 8PECFICATI0N SECTION *^2(1], TABLE* POST -VWX)0 OB STEEL CTYPICAL] FASTEN TO POST EVERY e- O.C NOTES 1. Install th« ends of tne silt fance to point silgtitly upslope to prevent sediment from flowing around the ends of the fence 2. Perform maintenar>ce in accordance wifo Startdard Specifications S-01.3<9)Aand S-01.3(15). 3. Splices shall never be placed In low spots or sump locations. If splices are located in low or sump areas, the fence may need to be reinstalled unless the Project Engineer approves the installation. 4. Install silt fencing parallel to mapped contour lines. 7 ' /// V. SEE NOTE 1 FABRIC (GEOTEXTILE) (TYPICAD TYPICAL SILT PENCE VWrmUT BACKUP SUPPORT ISOMETRIC (STEEL POSTS SHOWN) STATE OF VMBHMOTON RE0I8TERED LANDSCAPE ARCHITECT SPLICEO FENCE SECTIONS SHAU BE CLOSE ENOUGH TOGETHER TO PREVENT SILT LADEN WtATER FROM ESCAinNG THROUGH THE FENCE AT THE OVERLAP. SPUCE DETAIL (WOOD POSTS SHOWN) ANDRA L. SALISBURY CERTIFICATE NO. 000660 SILT FENCB STANDARD PLAN 1.30.15-02 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Fusco BakoUch III 3/22/13 STATE D6SI0N Wttshingian Shm Depelmenl #1 TrwupeheSen POST - SEE STD. SPEC. a-OI-SdlA QEOTEXTILE &piv: BURY GEOTEXTILE IN TRENCH FASTEN QEOTEXTILE TO POST EVERY r (IN.) 0 C NOTES 1. Install the ends of ^ high visibility silt fence to point slightly upslope to prevent sediment from flowing around the ends of the fence. 2. Perform maintenance in accordance with Standard Specifications 8-01.3(9)A and 8-01.3<1S^ 3. Splices shall never be placed In low spots or sump locations, if polices am located in low or sump areas, the fence may need to be reinstslled unless the Project Engineer approves the instaJialion. 4. instaB sHt fencirrg parallei to mapped contour lines. BACKFILLED & COMPACTED NATIVE SOIL SELF-LOCHNC TIE-NYLON 66 (MiN. GRWE). 120# MIN. TENSILE STRENGTH, UV ST/«ILIZED NOTE DURING EXCAVATION, MINIMIZE DISTURBING THE GROUND AROUND TRENCH AS MUCH AS IS FEASIBLE. AND SMOOTH SURFACE FOLLOWING EXCAVATION TO AVOID CONCENT RATING FLOWS COMPACTION MUST BE M}EOUATE TO PREVENT UNDERCUrnNG FLOWS TYPICAL INSTALLATION DETAIL (STEEL POSTS SHOWN) S- GEOTEXTILE FOR HIGH VISIBILITY SILT FENCE COLOR - ORANGE - SEE STANDARD SPECIFICATION SECTION TABLES TYPICAL HIGH VISIBRJTY BfLT FENCE WTTHOUT BACKUP SUPPORT ISOMETRIC (STEEL POSTS SHOWN) FASTei GEOTEXTILE TO POST EVERY S" ON.) 0 C. FABRIC (GEOTEXTILE) (TYPICAL) P08T- WOOD OR STEEL (TYPICAg Si STATE OF ms»w«an>N RSOISTEFeD LANDSCAPE ARCHrTECT ANDRA L. SALISBURY CERTIFICATE NO. OCOaeO fWtfOIMa SPUCED FENCE SECTIONS SHALL BE CLOSE ENOUGH TOGETHER TO PREVENT SILT LADEN WATER FROM ESCAPING THROUGH THE FENCE AT THE OVERLAP XIINING SECmOIS SHALL NOT BE PLACB} IN LOW SPOTS OR IN MMP LOCATIONS SPUCE DETAIL (WOOD POSTS SHOWN) HIGH VISIBILITY SILT FENCE STANDARD PLAN 1-30.17-00 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Pasco Bakotich til 3/22/13 a TA n OtSlOH WatMrigion S>d8v «f TnrapaAoBan CONTOUR LINE CTYP.) ALLOWABLE ALTERNATIVE TIE-DOWN METHOD \ &y \ \ N. \ RLAPS (TYP) ANGLE TERMNAL BID UPHILL 24* TO 4r TO PRB^NT FLOW AROUND VWTTLE (TYP.) r » 2- » 24- UN-TREATED WOODEN STAKE (TYP.) WATTLE TRBICH - SEE NOTE 1 PLAN VIEW 8" DIAMETER WATTLE SPACING TABLE M^iPE MAXMM SPACma 1H : IV 2M:1V zt-v 3H : IV Sff-O* 4H : IV 40-0" r DIAMETER r n r <> 24' WOODEN STAKE (TYP.) WATTLE DETAIL AREA AVMLABLE FOR SEDIMENT TRAPPING (TYP) I, SPACING VARIES - SEE WITTLE r ^SPACING TABLE (TYP.) SECTION WATTLE INSTALLATION ON SLOPES © NOTES 1. Wattles Shan be in accordance with Standard Specification 9-14.5(5). Install Wattles along contours. Installation shall be in accordartce with Standard Specification 9411.3(10). 2. Securely knot each end of Vi^tlle Overlap adjacent Wattle ends 12" behind one another and securely tie together. 3. Compact excavated soil and trenches to prevent undercutting. Additional staking may be necessary to prevent undercutting. 4. install Wattle perpendicular to flow along contours. 5. Watties shafl be inspected regularty, and Immediately after a rainflaU produces runoff, to ensure they remain thoroughly entreriched and in contact with the soil. 6. Perfbrm maintenance in accordar>ce with Stindeid Sped- ficatfon 94)1.3(15). 7. Refer to Standard Spaclficadon 94)1.3(15) for removal. mi STATE OF WMSiSNGTON REGISTERED LANDSCAPE ARCHITECT Sandra L. Salisbury SANDRA L. SAUSBURV LICENSE NO 860 DATE: Juri* tO. 2013 iiapeTiicaecoL*cc4TT t>#»nw4( rWRifl IS ear AM a r T»e fTA a CCWY w op'MSV(«0niwooT WATTLE INSTALLATION ON SLOPE STANDARD PLAN 1-30.30-01 SHEET 1 OF 1 SHEET APPROVED FOR PUBUCATION Pasco Bakotlch Ul STATB oestox SMOtNEfiP WasMngfon Stcika Depwwiwil ef Ti ANGLE TERMINAL END UPHILL 24' to 48" TO PREVENT FLOW AROUND SOCK (TYP.) ALLOWABLE ALTBINATIVE TIE-DOWN METHOD STAGGER OVERLAPS OYP.) w CONTOUR UNE (TYP.) SPACWG VARIES fTVP.) ________ I SEE COMPOST SOCkIDISnmBEO [ SPACING TABt£ AREA r « 2" » 24" UNTREATED WOODEN STAKE (TYP) NOTES 1. (kimpost Sock shall be in accordance with Standard Specification »-14.S(6). 2. Securely knot each end of Compost Sock Overlap adjacent Compost Sock er^s 12' behind one another arxJ securley tie together. 3. Compost to be dispersed on site as deteimlned by the Engineer, when vegetabon covers the surface 4. If Erosion (^bol Blanket is speofied, place (Compost Sock on top of blanket See Standard Plan I-S0.10. 5. Install Compost Sock perpendicular to flow along contours. 6. Remove sediment from the up slope Me of the Compost Sock when accumulation has reached 1/2 of the eflecttve height of the Compost Sock. 7. Perform maintenance in accordance with Standard Spadflcatlon 84)1.3(15). 8. Refw to Standard SpacMcation Sd1.3(18) for removal. BIOOEGRADA8LE BIOSION CONTROL BLANKET - BEE NOTE 4 COMPOST SOCK (TYP.) • SEE DETAIL PROTECTED AREA SECTION EXCESS SOCK MATERIAL ORAMN IN AND TIED OFF SECURELY (TYP ) PLAN VIEW r nn r » 24' UNTREATED WOODEN STAKE COMPOST 80CK- SEENOTEt 8" DIAMETER COMPOST SOCK SPACING TABLE SLOPE MAXIMUM 8PAONQ 1H :1V nr-tr 2H:1V 20-0* 3H;1V ae-ir 4H:1V 40'-0' 1 b! i EROSION CONTROL BLANKET • SEE NOTE 4 DRAINAGE GRATE (CIRCULAR CRATE SHOWN) r " r » 24- UN-TREATED WODEN STAKE, SPACED EVERY 36" D C (TYP.) COMPOST SOCK - SEE DETAIL 12* M N OVERLAP WIRE TIED (TYP) V ' & STATS OF VMSHINGTON REOISTBLH) LANDSCAPE ARCWTECT Santfa L SaHabwy SANDRA L SALISBURY LICENSE NO. S60 Juna 6, 2013 COMPOST SOCK STANDARD PLAN 1-30.40-01 SHEET 1 OF 1 SHEET COMPOST SOCK DETAIL ISOMETRIC VIEW CATCH BASIN INSTALLATION APPROVED FOR PUBUCATION Pasco BakoUch III 6/10/13 STATl DCSIQN 6N0m69 EMTC WobMr#ow ikBkp DepertrnMiw TmupMfWlow i J NOTES 1. Prefabricated units may be used in lieu of the design shown on bits plan upon approval of the En^neer. 2. Structure shall be consbucted such that geotextHe material shall t>e fastened to posts creating a seam less joint. 3. Ensure that ponding height of water does not cause flooding on adjacent roadways or private property. 4. Perform maintenance in accordance with Standard SpedficaCon 6-01.3(15). PLAN VIEW {CROSS BRACES NOT SHOWN) POST IKE STD. SPEC. B-01 3(9)A} FASTEN CROSS BRACES TOGETHER WITH SCREWS. NAILS. NYLON TIES OR WIRE ATTACH WOOD OR METAL CROSS BRACES TO STABILIZE WOOD GEOTEXnLE FOR TEMPORARY SILT FENCE - SEE STQ. SPEC S-33 2(1). TABLE 6 COMPACTED NATIVE SOIL -Spiv OIRY GEOTEXTILE IN TRENCH _ 4* GRATE "C SECTION © SILT FENCE ~ ^E STD PLAN 1-3010 jL MLfT ISOMETRIC VIEW (ENTIRE FENCE NOT SHOWN FOR ILLUSTRATIVE PURPOSES) STATE OF WASHINOTON REGISTEREO LANDSCAPE AACHTECT MARK W. MAIJRFR CERTIFICATE NO 000598 TEMPORARY SILT FENCE FOR INLET PROTECTION IN UNPAVED AREAS STANDARD PLAN l-AO.IO-OO SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATICW Pasco Bakotlch III 09-20-07 STATT OCStON ENQIH^ WosMfignn Siolt OstiiMimsiif •! Ti NOTES 1. Size the Below Inlet Grate Device (BIGO) for the storm water structure It will service. 2. TTie BIGD shall have a built-in high-flow relief system (overflow bypass). 3. The retrievai system must allow removal of U>e BIGD without spilling 0ie collected mstenal 4. Perform maintenance In accordance vntfi Standard Specification 8-01.3(15). DRAINAGE ORATE ttOIUENT AND DEBRIS OVERFLOW BYPASS KLOW INLET GRATE DEVICE S-MAX TRIM ORATE FRAME FILTERED WATBt DRAINAGE GRATE n RECTANGULAR GRATE SHOWN RETREVAL SYSTEM flYP.) SECTION VIEW NOT TO SCALE OVERFLOW BYPASS (TYP.) STATS OF WASHINGTON REGtSTERED lANOSCAPE ARCHTTECT 23 MARK W.Mfll lRFR CERTIFICATE NO COOSeS BELOW IM^ ORATE DEVICE aOMETRICVIEW STORM DRAIN INLET PROTECTION STANDARD PLAN 1-40.20-00 SHEET 1 OF I SHEET APPROVED FOR PUBLICATION Pasco Bakotlch III 09-20-07 STATT DTRON QATE DeperfmewiellrempefWi* on" OfWIN WRE AND SHIELDING FLUSH WITH END OF OUTER JACKET INSTALL ONE INCH OF TAPE OR HEAT SHRINK TUBING OVER CUT END CONNECTOR ASSEMBLY - SEE CONNECTOR AND INTERNAL SEAUNG DETAILS AT RIGHT (SEE NOTE 1) SINGLE WIRE 1-MIN. kEEN0TE2 1/r rMN 1M- MIN. MIN (TYP.)TYP. OS CABLE r UNVMIN "SirNOTE^ 1-MM. (TYP. 4in- LIMITS OP SPUCE ENCLOSURE CONNECTOR ASSBilBLY TWD LAYERS OF RUBBER ELECTRICAL MASTIC T/M»E (TYP.) 1M-MN SINGLE WIRE 1/4- MIN. - -I.'H 1/4" MIN RUBBER ELECTRICAL MASTIC TAPE INSTALLATION DETAIL CONNECTOR AND INTERNAL SEALING DETAILS STEP 1: CRIMP AND SOLDER CONNECTION SINGLE WIRE CRIMP SPUCE VW SOLDER TWO CONDUCTOR SHIELDED TO TWO SINGLE WIRES /SINGLE WIRE L CONNECTCm ASSEMBLY - SEE CONNECTOR AND INTERNAL SEAUNG DETAILS AT RIGHT STEP 2; SEAL / WRAP CONMKmON /'(SEE NOTE 1)| (TYP.)(TYP.) zj^zzzz/rz/zzz^A 1-MIN.1' MIN. %E NOTE 2' (TYP.) (SEE NOTE 1) SINGLE WIRE UMTTS OF SPUCE ENCLOSIAIE 1 HEAT SHRINK TUBING L 1-MIN.CONNECTOR 1- MIN. (TYP.)WIDTH TMIN (TYP) CENTERS) ON SPUCE TWO SINGLE WIRE SPLICES IN SAME ENCLOSURE VINYL ELECTRICAL TAPE (SEE NOTE 3) t/zz/zz/////;^zz/yzA rMiN CONNECTOR 1-MIN. (TYP)(TYP.) 1- MIN 1- MN1- MIN 1- MN SEE NOTE 2SEE NOTE 2: A S V//AZZ/-ZX, LIMITS OF SPLICE ENCLOSURE INGLE WIRE TAPE WIDTH TAPE WDTH SINGLE WIRE SPLICE CONNECTOR ASSEMBLY n SEE CONNECTOR AND INTERNAL SEALING DETAILS AT RIGHT OVERLAP (1/2 TAre WIDTH) WHEN USING WRAPPED VINYL ELECTRICAL TAPE: . IN8TAU TWO LAYERS OF SPIRAL WRAPPED TAPE. - EACH SPIRAL LAYER SHALL HAVE AN OVERLAP OF 1/2 OF THE TAPE VI40TH (SEE DIAGRAM ABOVE) TAPE OVERLAP DIAGRAM NOTES 1. Each wire shall be physlcaily s^rated by at least 1/4* (in) so that sealing material can fill in between the wires; where heat shrink tubing Is used for the outer splice enclosure, it shall meet one of the following requirements; a. Have separate ports for eai^ conductor ("WYE" or "X" shaped tubing). - or ~ b. Have rubber electrical mastic tape wrapped around each conductor to ensure a weather proof seal See Rubber Electncal Mastic Tape Installation Detail. 2. Heat shrink tubing shall extend a minimum of one Inch onto the original wire insulation of each wire in the splice. Rigid splice enclosures shall be centered over the cnmped connection(s). 3. Electrical tape used in splicing applications shall be 3/4" (in) wide, be UL listed under UL 510, and be CSA certihed under C22.2 No. 197-M1983. 4. No more than two splices may be installed in the same splice enclosure. 5. Crimp splices shall be installed with an approved crimping tool for the type and size of crimp splice used. Pliers and similar multi-purpMe tools may not be used. 30.S£d '« 39620 0 f/5 VAL iliilcy. IlnI LOOP SPLICE DETAILS STANDARD PLAN J-SO.05-00 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION I'aqtenter Z Jul ''"P « AM STATE DE8M3N ENOMSR WofMngton Stata PfwIuiMrtl of TrampafMloii SEE DETAIL *B". STANDARD PLAN J-S0.1 S. SHEET 2 SEE DETAIL "A", STANDARD PLAN J^.15, SHEET 2 JUNCnON JUNCTIONBOX BOX coNourr coNourr SEE ENTRANCE SAWCJT DETAIL - THIS SHEET (TYP.) M<d> LEAD-IN SAWCUTS (TYP.) -N. SHOULDER A 3-tr y-o" (TYPO(TYP. y-cr (TYP.) y.O- (TYP.)SEE ENTRANCE SAWCUT DETAIL TMS SHEET (TYP.)CIRCULAR SAWCUT (TYP.) LS. ^ —ff-0-OIAM. (TYP.)e - 0* OIAM. (TYP.) v-o* 6-.(r ff -D-e-cr ff.crK-tT STAT ON #6".o: EDGE OF SHCXILOER EDGE OF LANE ORCULM SAWCUT (TYP.) EDGE OF SHOULDER aRCUlAR SAWCUT (TYP.) TYPE 3 STOP LINE LOOPS SEE DETAIL ~A-, STANDARD PLAN J-H.1t. SHEET 2 EDGE OF LANE SEE ENTRANCE SAWCUT DETAIL - THIS SHEET CTVP.) PLAN SEE CONTRACT TYPE 3 ADVANCE LOOPS CONDIHT m LEAD-IN SAWCUTS (TYP.) y-o" (TYP.) y.(r (TYPO S . &■ OIAM. (TYP.) ff .n-y.<r e-rr PLAN TYPE 3 SAMPLING LOOPS LEADON SAWCUT LOOPSAWO/T LEADTN SAWCUT 90* y-o* CHSEL OUT in* (IN) TO 1/2* (IN) CORNER REMOVE PAVEMENT TO SAW CUT DEPTH AND Fill WITH SEALANT (TYP.) CENTER OF LOOP AND VEHICLE LANE NOTES 1 For Installation Notes and Details see Standard Plan J-S0.15. 2. For Sections A, B. C. and D, see Standard Plan J-50.15. 3. All of the loop lead-in wires shall return to the Junction Box 4. For Splice Detail, see SUndard PlanJ-SO.05. 5. For Loop numbering Layout Details, see sheet 3. 6. For additiorttf induction Loop Details, see Standard Plan J-S0.15. i/ONKl Dailey, Ted Jul 1820179:56 AM TYPE 3 INDUCTION LOOP STANDARD PLAN J-50.12-01 SHEET 1 OF 3 SHEETS ENTRANCE SAWCUT DETAIL APPROVED FOR PUBLICATION .V J CMJBtO.kOJrfjiJoriidAM sr ATf OKHOhCMPCER WmMnglw 0*p«rfm»nl Tiwipoiiaiiw SPUCSOVP.) OFFSET CRIMPS LOOP NUMBER MARKING SLEEVE jimcnoN BOX S3 FJj SsSTART SB! Fs FINISHn.2 \ FB§a\ 1 ^ SPLICE (TYP.) C(SH) CABLE TRAFFKFLOW iLJU L X X X X LOOP SERIES LETTER (SERIES LOOPS ONLY) LOOP NUMBER LOOP SERIES LETTW (TYP.) PHASE NUMBER LANE NUMBER LOCMP NUMBER MARKING DETAIL NOTES Loop numbering layout will be simillar to Loop Numtwring Layout Detail, Sheet 3. SPUCE (TYP.) WFSei CRIMPS JUNCTION BOX LOOP NUMBER MARKING SLEEVE TYPE 3 STOP LINE LOOP WIRING DIAGRAM SERIES SPUCE SHOWN SPUCE (TYP.) OFFSET CRIMPS 2C(SH) CABLE LOOP NUMBER MARKING SLEEVE JUNCTION BOX SPUCE 7 S«ST«Tr F •> FINISH2C(SH) CABLE FATTSA FBW'SB LOOP SERIES LETTER (TYP. TRAFFIC FLOW START FINISH 7 TRAFnC FLOW TYPE 3 ADVANCE LOOP WIRING DIAGRAM lOSEp 39620 l'onal Bsiley. Tc<j Jul 1820179:56 AM TYPE 3 INDUCTION LOOP STANDARD PLAN J-50.12-01 SHEET 2 OF 3 SHEETS TYPE 3 SAMPLING LOOP WIRING DIAGRAM SERIES SPUCE SHOWN APPROVED FOR PUBLICATION , C»pc»r,J.IT g'/f STATE MMN SNOlNCER EDGE OF SHOULDER EDGE OF LANE CIRCULAR SAVWSUT (TYP.) JUNCTION SEE DETAIL -0'. STANDARD PLAN J-S0.1S SHEET 2 BOX SEE ENTRANCE SAWCUT DETAIL SHEET 1 (TYP.) CONDUIT LEADJN SAWCUTS fTYP.)A SHOUlDBt SPLICE (TYP.) (OFFSET CRIMPS y-o- S« START F> FINISH (TYP.)LOOP NUMBER MARKING SLEEVE (TYP.)y.fr (TYP.)r II SPUCE (TYP.) r-O-OIAM (TYP.) LOOP SERIES NUMBER MARKING SLEEVE (TYP.) LOOP SERIES START OR nNISH MARKIH6 SLEEVE (TYPJ r-o* 6--cr *.(r G-.tr tf.or ff -O*8-(r ff -O*LOOP UBELING LAYOUT OETAfL PUN TYPE 3A STOP UNE LOOPS L X X X L LOOP SERIES LETTER (SERIES LOOPS ONLY) LOOP NUMBER PHASE NUMBER LANENUMBBl JUNCTION BOX LOOP NUMBER MARKING DETAIL 2qSH) CABLE A 1S n START iF>FINISH iOSBp^ fAS„, SA FB LOOP SEFCES LETTER fcijTi'-': OWAL TRAFFIC FLOW TYPE 3A STOP LINE LOOP WIRING DIAGRAM SERIES SPUCE SHOWN Bailey. Ted Jul 1820179:$? AM TYPE 3 INDUCTION LOOP STANDARD PLAN J-50.12-01 SHEET 3 OF 3 SHEETS APPROVED FOR PUBLICATION . )l, Cirmm. kit iSf {Rp' fJJI WI7I;14AM STATE OCSCN EMGPVECA Wnhingl^fl 0«pOTlm«nl •! Tfttpanolbii TWOFEXISTINO PAVEMENT OR LEVaiNG COURSE OP NEW PAVEMENT r (IN) LONG HIGH TEMP BACKER ROD e 24- (IN) CTRS. IOOPVWR6- MAX.4VWIES LOOP SEALANT ^(PERCCMiTRACTOR AS APPROVED BY THEa«3tNEER) IM'MOE SAWCUT LOOP SEALANT (PER CONTRACT OR AS APPROVED BY THE EN<$INEER) S-nNjLONG HIGH TEMP BACKER ROD e 24- (IN) CTRS, LOOP IEAD4N WIRE - ONE TWISTED PAIR 1/rWIDE SAWCUT Z s TOP OF EXISTING PAVEMENT OR LEVELING COl,«SE OF NEW PAVEMENT LOOP SEALANT (PER CONTRACT OR AS APPROVED BY THE ENGINEER) r (IN) LONG HIGH TEMP BACI^R ROD e 24* (IN) CTRS. LOOP LEA04N WIRES. TWISTED PAIRS - MAX 3 PAIRS SECTION © SECTIONS A AND B FROM STANDARD PLAN J-SO.IO, J-S-.11,OR J-S0.12 SECTION ( B i/rv«De SAWCUT z O 5. nil the condutt trench to Hie bottom of Hie existing or new sur^dng with CSTC. sand or controlled density fill. See Standard Specifications Section 2-09.3(1}E Minor Regional vaiiations are allowed In the soft pocket closure. Consult with the Engineer or see the Contract for additional requirements. 3. Conductors shall be snug to the bottom of the sawcut. High temperature backer rod shall t>e snug to (he conductors and sides of cut. Fill the sealant to within 1/8" (in) to 3/16" (In) from top of saw cut. See Standard Plan J-40.10 for additional Junction Box details. 6. See Standard Plan J^.05 for splice details. SECTION PVC CONDUIT SIZING TABLE LOOP LEAD PAIRS 1-4 S- 10 11-16 17-22 23-26 NUMBER AND SIZE OF CONDUITS 1.2-2-2-3.r 4.r 3-3- SAWCUT EXISTING PAVEMENT (BOTH SIDES OF TRENCH) TOP OF EXISTING PAI^ENT OR LEVEUNG COURSE OF NEW PAVEMENT EDGE OF PAVED SHOULDER (SHOWN) OR EDGE OF EXTRUDED CURB OR EDGE OF GUTTER PAN OR EDGE TRAFFIC BARRIER MATCH EXISTING PAVING MATERIAL ADD 1/16" (IN) TO THE SAWCUT ^ FOR IMSA 51 - 7 CONDUCTORS ADD 1/8- (IN) TO THE SAWCUT ^ FOR IMSA 51 - 7 CONDUCTORS LOOP STUB-OUT SLEEVE (1/4* (IN) TO MT (IN) BELOW TOP OF ASPHALT)STANDARD JUNCTION BOX r - XAPPROXTRENCH WIDTH-SEE SID. SPEC. B-20.3(8)FULL DEPTH SAWCUTSniCE -LOOP LEAD-IN WIRES- TWISTED PAIR SAND -I SEE NOTE 6 MATCH EXISTING PAVWG MATERIAL Ir EXISTING PAVEMENT WSSfi^ coNourr end bell BUSHINQ.SEALVflTH DUCTSCM.DETECTOR L£AD-IN CABLE -JP SOFT POCKET CSTC. SAND OR CONTRCXLEO DENSITY FILL CRUSHED SURFACING A 39520 LOOP LEAD-IN WIRES - TWISTED PAIR-'LV.'•f/ONAl coNDurr LEAD-IN Btilej-. Tec Jul 18 2017 9^7 AM CONDUrrTO CAB NET CONDUIT <B^ TO LOOP TO CONDWT INDUCTION LOOP DETAILS :ir I SO' MAXIMUM DISTANCE STANDARD PLAN J-SO.15-01 SHEET 1 OF 3 SHEETS SEE STUB-OUT CONDUIT PLACEMENT DETAILS JUNCTION BOX PLACEMENT SEE NOTE 5 LEAO-IN CONDUIT SECTION MAX. 50 FT POCKET SECTION APPROVED FOR PUBLICATION . ... A, Oww.hff ©©SECTION SUTC KMN f NOnetR WocMnfltan Hot* Popoiintiit ol Tnmioofto4oo CSTC. SAND OR CONTROLLED DENSITY FILL SEE PVC CONDUIT SIZING TABLE SECTION SEE STU8-0m' CONOUT PLACEMENT OETAJLS - SHEET 3 CONDUIT -TO JUNCTION BOX EDGE OP PAVEO SHOiLOER. OR BARRIER, OR EDGE AP flliTTcp pam match existingOF GUTTER PAN pAVflNQ MATERIAL SOFT POCKET (WIDTH EQUAL TO STUB-OUT SLEEVE DIAMETER PLUS T (IN)) JUNCTION BOX r.Q. n CONDUIT EDGE OF A SHOUUIER SEE STUB-OUT CONDUIT PLACEMENT DETAILS. SHEET 3 EDGE OF/^lANE 8AWCUTSLOOP STUB-OUT SLEEVE SEE LOOP INSTALLATION A irAPPROX.C^A L -A- FILLVWTH SEALANT (PER CONTRACT OR AS APPROVEOBYTHE ENGINEER) 1/r{IN) SAWCUTS LEAD-IN SAWCUTS- AS REQUIRED1/r (IN) SAWCUT TO LOOPSf r SAWCUT EXISTING PAVEMENT (WIDTH EQUAL TO STUS-OLTr SLEEVE DIAMETER PLUS r (IN)) 3 \ CONDUIT OR END BELL BUSKING JUNCTION BOX V l.„jO. ' coNDurr EDGE OF SHOULDER EDGE OF LANEA PLAN SAWCUT AND CONDUIT CONNECTIGN SEE STUB-OUT CONDUIT PLACEMENT KTAILS - SI^ET 3 DETAIL "B" LOOP INSTALLATION NOTES 1. Install the Junction Box and the sbib-out conduit with Sch. 60 PVC stutwxit sleeve. ConduK for the loop stuti-out shall be as required In the conduit size table shown on sheet 1 of this seL 2. Ley out loops and loop lead-ins to miss cracks/Joints In road, when possible. Maintain 18" (in) minimum clearance from manh^es and valve boxes. 3. The opening around the loop stub shall be patched with matching paving material If opened larger than PVC sleeve ¨ 2" (in). 4. Sawcut the loop slots and die lead-in slots. V^sh/dry cuts. File edges to remove burr of all saw-cuts into stub out sleeve. 5. Lay out the loop iMre starting at the Junction Box. allowing S' (ft) minimum slack. 6. Install the wire In the loop slot as shown. 7. Finish laying out die wire at the Junction Box and Identify the leads with the loop number, the "S* for start and the "F" for the finish, the loop series number, and the loop lead-in conductor number. 8. Twst each pair of the ieadnn wires a minimimi of two times per foot each foot, from the loop to the Jun^n Box. Reverse the direcdon of the twist for each successive pair installed. Seal loops/sawcuts. 9. Construct a supplemental splice containing any series loop connect ions in the adjacent junction box as required in the plans. Supplemental splices are su^ect to the same requirements shown for the loop lead-in and the shielded cable splice. 10. Splice the loop lead-ins to the shielded cable as noted in the Contract Sm Standard Plan J-S0.05 for Loop Splice details. 11. All loop circuits shall be tested per Standard Specification Section 8-20.3(14)0 once installation Is complete. 12. Existing stut>-cut shaR tie upgraded as necessary to conform to the conduit size table shown on sheet 1. 13. All loop lead-in sawcuts parallel to lane edge shall be at least 12" (in) from edge of pavement and within six inches outside of lane or fog line when possible. Maintain 12" (in) separation between parallel cuts or joints. 14. The loop stub-out sleeve shall have an fnsidis diameter 1" (in) larger than the outside diameter of the End Betl Bushing Sleeve shall be notched 5/8" (in) to 3/4" (in) to accommodate foop wires. Plug conduit and fill sleeve vrith sand unllll loops are Installed to keep out Hot Asphalt during paving operations JOSfiD Us/f, Of/Ai B«ilcy, Ted lul 1820179:27 AM INDUCTION LOOP DETAILS STANDARD PLAN J-50.15-01 SHEET 2 OF 3 SHEETS APPROVED FOR PUBLICATION - ... / yy ^ jmrjOfTiijAW STATE OCaiOM LMgfCEA WmMAftBA $i««v IWfwpiHBGFrt el Tinmpfululluii CEMENT CONCRETE CURB OR GUTTER SEE STANDARD PLAN F-10.12 GUARDRAIL WITH POST AND BLOCK TO JUNCTION BOX LOOP STUB-OUT SLEEVE (1«' (IN) TO l/T (IN) BELOW TOP OF PAVEMENT) V LEAD-IN CONDUIT SHALL EXTEND A <- MINWUM OF 3/4- (IN) INTO PAVEMENT (PAVEMENT DEPTH VARIES) CONDUIT SECURED INTO ROAD SURFACE (TYP.) \ TOJUNCTON BOX CEMENT CONCRETE CURB GUTTER SEE STANDARD PLAN F-10.12 LOOP STUB-OUT SLEEVE 1«- (IN) TO NT (IN) BELOW TOP OF PAVEMENT) LEAD-IN CONDUIT SHALL EXTEND A I- MINIMUM OF 3/4" (IN) INTO PAVEMENT (PAVEMENT DEPTH VARIES) CONDUIT SECURED INTO ROAD SURFACE (TYP,) STUB-OUT DETAIL WITH CEMENT CONCRETE CURB OR GUTTER CEMENT CONCRETE BARRIER - SINGLE SLOPE BARRIER SHOWN SEE CONTRACT PUUJS FOR SIZE AND TYPE EDGE OF PAVED SHOULDHl TO JUNCTION BOX LOOP STUB-OUT SLEEVE 1/4" (IN) TO 1/2* (IN) BELOW TOP OF PAVEMENT) E3. LEAD-IN CONDUIT SHALL EXTEND A I- MINIMUM OF 3/4' (IN) INTO PAVEMENT (PAVEMENT DEPTH VARIES) CONDUIT SECURED INTO ROAD SURFACE (TYP.) STUB-OUT DETAIL WITH ROADWAY 4_ TO JUNCTION BOX STUB-OUT DETAIL WITH GUARDRAIL AND CURB LOOP STUB-OUT SLEEVE 1/4" (IN) TO 1/2" (IN) BELOWTOP OF PAVEMENT) LEAD-IN CONDUIT SHALL EXTEND A I- MINIMUM OF 3/4" (IN) (NTO PAVEMENT (PAVDiJENT DEPTH VARIES) CONDUIT SECURED INTO ROAD SURFACE (TYP.) iOSBp^ Railcy.Ted Jyl 16 2017 9:37 AM INDUCTION LOOP DETAILS STANDARD PLAN J-50.15-01 SHEET 3 OF 3 SHEETS STUBOUT CONDUIT PLACEMENT DETAILS STUB-OUT DETAIL WITH CEMENT CONCRETE BARRIER APPROVED FOR PUBLICATION ^ . yt tiyeW. Mi STATe Oe$«3N CN9INCLR WashlAQten Slot* Dvporlinenl efTren»pe«l0fion U% ATTACHMENT DETAIL OR ATTACHMENT DETAIL ( B © 4-• cr MIN. - r - 0" MAX. TOR OF BARRICADE SUPPORT ANGLE WARNING LIGHT ATTACHMENT DETAIL V 9. __8'(rrp.) 1 ELEVATION b* : » SIDE TYPE 3 BARRICADE NOTES 1. All ^teners may be zinc plated, galvanized or stakiless steel. All steel angle and tubular steel shall be hot-roHed, high carbon steel, painted or gaivanized. 2. install one lightweight Type A Low-Intensity flashing warning light on the traffic Side of the barricade. Install two Type A Low-Intensity flashing wammg lights per barricade when Uie barricades are used to dose a roadway. Attach the light to the barricade according to the light manu^cturer's reosmmendations or use the details shown on this plan. 3. Stripes on barricade rails shall be altemating orange and white retroreflective stripes (sloping downward at an angle of 45 degrees In the direction traffic is to pass). 4. The Type 3 barncade design shown on this plan meets the crash test requirements of NCHRP 350. Alternative designs may be ap proved if they conform to the NCHRP 350 crash test criteria and «ie MUTCD 5. When a sign is mounted on the barricade, it shall be securely bolted to at least two plywood panels. The top of the sign shall not be higher than the top panel of the barricade. 6. When sandbags are used in freezing weather. Urea fertilizer shall be mixed with the sand in a quantity to prevent the sand from freezing. WARNING LIGHT ATTACHMENT 6- • 1 1/2- « i 1/2" STEEL ANGLE DRILL THREE 1/2- DIAM HOLES TOP OF BARRICADE SUPPORT ANGLE DRILL TWO 1/2- DIAM. HOLES THROUGH BARRICADE SUPPORT ANGLE (1) 3/8- -18 « 1" STEEL HEX BOLT (2) 1-FLAT WAFERS (1) 3ier n 16 STEEL HEX NUT ATTACHMENT DETAIL © WARNING LIGHT ATTACHMENT 6- » r r « 1/8- TUBULAR STEEL WITH PRE-ORILLED HOLES TOP OF BARRICMJE SUPPORT ANGLE (1) 3/8" -16 « 1 3/4- STEEL HEX BOLT (2) 1" FLAT WASHERS (1) LOCKWASHER (1) 3/8--16 STEEL HEX NUT (TYP.) 3/4- ACX PLYWOOD PANEL SANDBAGS AS REQUIRED TO ST/WILiZE BASE - ALL LEGS ORANGE AND WHITE REFLECTIVE SHEETING ASTMD4956-TYPEIII ORnr(SEE NOTES) 11/r«11/r»1/8- STEEL ANGLE 4'-ir LONG (TYP.) DRILL TWO 1/2" DIAM. HOLES THROUGH BARRICADE SUPPORT ANGLE (1) 3/8- -18 « 3" STEEL HEX BOLT (2) 1" FLAT WASHERS (1) 3/8--16 STEEL HEX NUT ATTACHMENT DETAIL ( B TUBULAR STEEL ISOMETRIC VIEW (TYP.) FRONT OF BARRICADE ANCLE RESTS ON TOP OF BOLT 1 1/2" nn 1 1/2" » 1/8" STEEL ANGLE S n 0- LONG (TYP ) |S3 DETAIL STEEL ANGLE 8" » r « 2- * 1/8" TUBULAR STEEL (1) 3/8--16 « 3" STEEL HEX BOLT (2) 1'FUT WASHERS (1) 3/8" - 16 STEEL HEX NUT iHj. TV*- I EXPIRES AUGUST 9. 20071 sm\ TYPE 3 BARRICADE STANDARD PLAN K-80.20-00 SHEET 1 OF 2 SHEETS APPROVED FOR PUBUCATION Kevin J. Dayton 12-20-0S STATE OCSION ENOINEB OA^l WosMnoien SlotB Ofwiliiinl olTmmpBfWlteii '^r USEABLE TRAFFIC LANE 7 UIN. AREA CLOSED TO TRAFFIC TYPE 3L BARRICADE STRIPES ON THE BARRICADES SHAIX SLOPE DOWNWARD H THE DRECTION TRAFFIC IS TO PASS TYPE 3L BARRICADE WORK AREA I TYPE 3R BARRICADE ROAD CLOSURE AT INTERSECTION AfSA CLOSED TO TRAFFIC 7 MIN. USEABIE TR/VFIC LANE TYPE 3R BARRICADE TYPE SRBAIUUCAOE WORKAREA TYPE 3L BARRICADE ROAD CLOSURE AT OTHER LOCATIONS BARRICADE PLACEMENT I EXPIRES ALiCUSr 9. 200'M IcfSs I p TYPE 3 BARRICADE STANDARD PLAN K-80.20-00 SHEET 2 OF 2 SHEETS APPROVED FOR PUBLICATION Kevin J. Dayton 12-20-06 STATf DEMN ENQINf^ OATE WosMnflM Stoi* Oepepimwf el TwiperteSw SYMBOL &LANE r-r MARKINQAREA e.03 SQ FT MARKINOAREA 7,73 SQ,FT. TYPE 2SR (RtOHT) TRAFFIC ARROW MIRROR IMAGE OF TYPE Za. TRAFFIC ARROW (SHOV^M AT REDUCED SCALE) SYMBOL a LANE % TYPE1S TRAFFIC ARROW r.2' ELLIPSE-A ELLIPSE-B* CEM1ER POIKT OFEUJPSES GRID IS 4-(IN) SQUARE rr-r ELUPSE -A AXS NOTE Use the dimensions shown on this plan for each type of Traffic Arrow being placed on roadways with a posted speed limit of 40 mph or lower. SYMBOL a LANE SYMMETRICAL ABOUT C MARKINOAREA 7 73 SOFT. 1(r - ELLIPSE "B* AXIS TYPE 2SL (LEFT) TRAFFIC ARROW r-r r-4* SYMBOL aiANE . «r-B*r-cr ELUPSE ELUPSE-r r-r r-r <XKTER POMT OF BJJPSES MARKINOAREA 12.88 SOFT. ORID IS 4- (IN) SQUARE ELUPSE *A' TYPEAS TRAFFIC ARROW r-r r-r ELLIPSE 'A AXISELLIPSE T 10" - ELUPSE -B" AXIS \b MARKING Af^ 14.83 SO FT,I CENTER POINT OFEUJPSES STt*TYPE 3SR (RIGHT) TRAFFIC ARROW O.VAl,GRID IS 4- IN) SQUARE MIRROR IMAGE OF TYPE 3SL TRAFFIC ARROW (SHOWN AT REDUCED SCALE) MARKING AREA 14.83 SQ.FT. r-r r-r ELUPSE "A AXIS 10" - ELUPSE "B" AXIS TYPE 3SL (LEFT) TRAFFIC ARROW ' " Rffllsli. Brian 'AAjJ^L .Apf If'-'■"5 2:21 PM SYMBOL MARKINGS - TRAFFIC ARROWS FOR LOW-SPEED ROADWAYS STANDARD PLAN M-24.4CM>2 SHEET 1 OF 2 SHEETS APPROVED FOR PUeUCAHON Ha<4«h Pwlo A|- 1 1 STATE DESM3H ENQMEER Wothmflien StM □■mmiiniii «l Ti'awpawrtBw 7-4*r-cr SYMBOL SLANE 1"-4- r-2- ELUPSE "A" ELLIPSE : -B- CENTER POINT 0PELUPSE8 SYMMETRICAL ABOUT % GRID IS 4' (IN) SQUARE V-T1' .B- EaiPSE -A- AXIS MARKING AREA 19.58 SO.FT 1Cr-EUJPSE*B*AXIS PTPE 73 TRAFFIC ARROW LA»£ ar-ear («ion 20* 60* MARKING AREA 16.94 SO FT TYPE SSL (LEFT) TRAFFIC ARROW MARKING MEA 15.94 SQ FT. TYPE 6SR (RK3HT) TRAFFIC ARROW MIRROR IMAGE OF TYPE 6SL (MIRRORED ABOUT LANE CENTERUNE) (SHOWN AT REDUCED SCALE) \h ns/f. O.VAl ^ . ' ' / ^ Elfish, Mnan ^'A . Apr 16 2iM S 2:21 PM SYMBOL MARKINGS - ' TRAFFIC ARROWS FOR LOW-SPEED ROADWAYS STANDARD PLAN M-24.4D-02 SHEET 2 OF 2 SHEETS APPROVED FOR PUBLICATION STATS 069IQN ENQME6R WeshinflWi StoM DepelmenI e# Tiwii»w*l* !®"- UNLESS NOTED "otherwise in contract" EDGE UNE / v.cr H515. s'-(r PAVED SHOULDER STOP LINE MARKING AREA ° 11.73 SQ.FT. HALF-ttfLE MARKER X . PAVED SHOULDER JUNCTION BOX. PULL BOX. OR CABLE VAULT C£NTERUNE OF JUNCTION BOX. PUU. BOX. OR CABLE VAULT NOTE 1. If Rumble Strips are present, install mariiing outside of the Rumble Strip. MARKING AREA ° 0 56 SO FT. JUNCTION BOX, PULL BOX, OR CABLE VAULT MARKINGS CEHTERUNE OF CROSS CULVERT PAVED SHOULOBt ANGLE OF CROSS CULVERT MARKING AREA ° 0 56 SO. FT. CROSS CULVERT DRAINAGE MARKING OR WHITE OR YELLOW - SEE CONTRACT CHEVRON OR DIAGONAL w-r(iN) W- 12-OIV CROSSHATCH MARKING FOR POSTED SPEED LIMIT OF 40 MPH OR LOWER FOR POSTED SPEED UMIT OP 45 MPH OR HIGHER b SX3E LINE r • 0" t :.r- PAVED SHOULDER PAVED SHOIXDER fa MARKING AREA = 6.00 SQ.FT. FULL MILE MARKER AERIAL SURVEILLANCE MARKERS MARKING AREA : 1.06 SQ.FT. DRAINAGE STRUCTURE INLET DRAINAGE MARKING 4^ STl^ 0,VA ^ , WaKh. Brian V Jim 21 2(1M 2:35 I'M SYMBOL MARKINGS ° MISCELLANEOUS STANDARD PLAN M-24.6(M>4 SHEET 1 OF 2 SHEETS APPROVED FOR PU8UCAT10N fiehdiKK. Psvti STATl OCSON MNOR WothMigfDn StM Depepinwii el TiwMpwWfen r-cr GRID IS 4* (IN) SQUARE MARKING AREA » 1.41 SQ.FT. ACCESS PARKING SPACE SYMBOL (MINIMUM) T-tr GRID IS 4- (IN) SQUARE MARKMG AREA « 3 OB SQ.FT ACCESS PARKING SPACE SYMBOL (STANDARD) SYMBOL ft LANE 3--cr ..tf v-eaisr s-cr MARKING AREA - 12 (» SQ.FT. SPEED BUMP SYMBOL r-r v-r S'-4 T-tr T-r SYMBOL MARKlNfi A B c 0 USE MARKING AREA YIELD AHEAD SYMBOL TYPEi TYPEJ 6'-(r 2'-6*iy-(r N/A LESS THAN 45 l«>H 25.90 SQ.FT. ff -cr y-cr jcr-r N/A 45 MPH OR GREATER 36.54 SQ.FT. YIELD UNE SYMBOL m»6i TYre2 TYPE2 r-cr 6*r-e"6*LESS THAN 45 UPH 0.75 SQ.FT. 2'-cr I'-cr y-o"I'-ir 45 MPH OR GREATER 3.00 SO FT 2'-cr i'-(r y-cr v-c ROUNDABOUT ENTRY *3.00 SQ.FT. •k MINIMUM OF A IN LANE SYMBOL ft LANE YIELD UNE SYMBOL (MULTIPLE SYMBOLS REQUIRED FOR TRANSVERSE YIELD UNE - SEE CCWTRACT) 1 k. STl* O.VAL f'> fV Ci i SYMBOL MARKINGS MISCELLANEOUS STANDARD PLAN M-24.60-04 SHEET 2 OF 2 SHEETS TOTAL MARKING AREA = 28 44 SQ.FT, WHITE = 9 70 SO FT BLUE n 18 89 SQ.FT. ACCESS PARKING SPACE SYMBOL (STANDARD) WITH BLUE BACKGROUND AND WHITE BORDER (REQUIRED FOR CEMENT CONCRETE SURFACES) TOTAL MARKING AREA = 13.44 SQ.FT. WHITE = 4 82 50 FT BLUE - 8 02 SQ FT. ACCESS PARKING SPACE SYMBOL (MINIMUM) WTTH BLUE BACKGROUND AND WHITE BORDER (REQURED FOR CEMENT CONCRETE SURFACES) YIELD AHEAD SYMBOL APPROVED FOR PUBUCATION liukiMlK. .inn V| •I>I4 4 4< PM STATE K aON ENOINetf WoBMngtoF) $««« D IHIl liiiiiil«<TfiH»4ll BUFFER DATA LONGITUDINAL BUFFER SPACE n B SPEED (MPH)25 30 35 40 45 SO 55 60 65 70 LENGTH (faet)155 200 250 305 360 425 495 570 645 730 TRANSPORTABLE ATTENUATOR ROLL AHEAD DISTANCE - R HOST VEHICLE WEIGHT 9.900 TO 22.000 lbs HOST VEHICLE WEIGHT > 22.000 lbs < 45 MPH 45-55 MPH > 55 MPH < 45 MPH 45-55 MPM > 55 MPH 100 123'172 74'100'150 PROTECTIVE VEHICLE (WORK VEHICLE) = R NO SPECIFIED DISTANCE REQUIRED SK3N SPACING « * 0) RURAL HI<3HWAYS 60 '66 MPH SOOt RURAL ROADS 4S !%% MPH SOOt RURAL ROAOS & URBAN ARTERIALS )S '40 MPH JWt RURAL ROAOS. URBAN ARTERIALS. RESIOENTIAL & BUSINESS DISTRICTS 26 ' JO MPH 200't (2) UUAN STREETS 26 MPH OR LESS 100't (2) (1) ALL SPACING MAY BE ADJUSTED TO INTERSECTIONS AND DRIVEWAYS (21 THIS SPACING MAY BE REDUCED IN ROAOVmV CONOmONS ACCOMMOOATE URBAN AREAS TO FIT VR0-7B (OPTIONAL r 40 MPH OH LEM) ROAD PREPARB)WORK STOP AHEAD 0«LANE MO-I T Wie-TB ROAD AHEAD W TO 100 WTO 100 6 DEVICE MN. W20-7A vraM 6 DEVICE kMN 7777777777. //. WORK ^ AREA wadBD WTO uo tt ONE LANE ROAD AHEAD W20-7A W20-7B (OPnONAL IP 40 MPH OR LEU)PREPARED WZM TO STOPmo-TA ROAD WORK AHEAD BE PREPARED TO nop ONE LANE ROAO AHEAD W2^7B W2D-1 W2e-7B ROAD WORK AHEAD W20-7B (OPTIONAL IF 4« MPH OR LEU)W2IM 4r CHANNELIZATION DEVICE SPACING (FEET) MPH TAPER TANGENT 60(65 10 TO 20 60 J6MS 10 TO 20 60 26'30 10 TO 20 40 LEGEND 4 ^ FLAGGING STATION TEMPORARY SIGN LOCATION ° CHANNELIZING DEVICES rrm PROTECTIVE VEHICLE WO-I ONE-LANE, TWO-WAY TRAFFIC CONTROL WITH FLAGGERS NOTES y ALL SIGNS ARE BLACK ON ORANGE 2. EXTENDING THE CHANNELIZING DEVICE TAPER ACROSS SHOULDER IS RECOMMENDED. 3. NIGHT WORK REQUIRES ADDITIONAL ROADWAY LIGHTING AT FLAGGING STATIONS SEE THE STANDARD SPECIFICATIONS FOR ADDITIONAL DETAILS. 4. SEE SPECIAL PROVISKMiS FOR WORK HOUR RESTRICTIONS NOT TO SCALE nu WAIte »:1D«»lQn R P> g14 »l«wi)>iiMa-PlMi Wwl UbwnffBI-PuMMIwd PSLKTCl Wwli Zom TtilHt CowItdWTC-I) Ont Lmt.THne Wiy Tft(Bt CmItWWi DESIONEO 0V ENTERED BT CHECKED BY REQIONAL ADM. FED AID PROJ.NO. FtiOBMBiTC-l.dB" Washington Stata Dapartmant of Transportation TRAFFIC CONTROL PLAN PMI MM tm * TCI MINIMUM TAPER LENGTH = L (fmt) LANE WIDTH PoBtsd Speed (mph) 2S 30 35 40 45 50 55 60 65 70 10 10S 150 205 270 450 500 550 11 115 165 225 295 495 550 605 660 12 125 1B0 245 320 540 600 660 720 7B0X X PUT FOLLOW ME 620-4 B/0 CHANNELIZATION DEVICE SPACING tfeet) MPH TWER TANGENT 50/65 40 80 35/45 30 60 25/30 20 40 PRIVATE ROAD OR DRIVEWAY m H3J H3J am L -1 LEGEND FLAGGING STATION Kl TEMPORARY SIGN LOCATION CHANNELIZING DEVICES II KH PILOT VEHICLE nnn motorist vehicle PILOT CAR OPERATION NOT TO scale NOTES 1. REFER TO SHEET TC1 FOR ADDIT1C»4AL SIGNING AND FLAGGING DETAILS NOT SHOWN. 2- CHANNELIZING DEVICES ARE RECOMMENDED ALONG CENTCRLINE TO SEPARATE TRAFFIC FROM WORK OPERATION. DEVICES «IE REQUIRED AT TAPERS TO SHIFT TRAFFIC MO\CMEHT BETWEEN LANES AND TO PROTECT FLAGGING STATIONS. SIGN G25-101 IS RECOMMENDED FOR NON-STOP SIGN CONTROLLED APPROACHES SUCH AS PRIVATE ROADS AND DRIVEWAYS. THIS SIGN IS NOT REQUIRED TO BE ALUMINUM SUBSTRATE AND CAN BE MADE OF ALTERNATIVE MATERIALS. R PA an-8l»ivl«rattf-P1iii 8l»tt OESISHEO BT ENTERED BY CHECKED BT REGIOHAL ADM. LltiiitYUH-Publlih»a P8U(TC|>Mttf» Zon« TnfHe CoiRroBCrC;|LFg»iCe_OBiriBi»nffCjjgw " "" I I I -""I I FRnkID PSIFEDAID PROJ.NO. Washington Stats Dapartmant of Transportation TRAFFIC CONTROL PLAN MINIMUM LANE CLOSURE TAPER LENGTH - L (feet) LANE WIDTH (M) Poatad Speed (mph) 25 30 35 40 45 50 55 60 65 70 10 105 150 205 270 450 500 550 11 115 165 225 295 495 550 605 660 12 125 180 245 320 540 600 660 720 780 640 MINIMUM SHOlJLDER TAPER LENGTH = Ui (feet) SHOULDER WIDTH (IW) Potted Speed (mph) 25 30 35 40 45 50 55 60 65 70 8'40 40 60 90 120 130 150 160 170 190 IV 40 60 90 90 150 170 190 200 220 240 USE A MINIMUM 3 DEVICES TAPER FOR SHOULDER LESS THEN 8' SIGN SPACING = X (1) FREEWAYS & EXPRESSWAYS 55 170 MPH ISOfft RURAL HIGHWAYS 60 165 MPH SOO'l RURAL ROADS 45 / 55 um 5001 RURAL ROADS S URBAN ARTERIALS 35 / 40 MPH 350'! RURAL ROADS & URBAN ARTERIALS RESIDENTIAL & BUSINESS DISTRICTS 25 / 30 MPH aCCl (2) URBAN STREETS 25 MPH OR LESS lOO'l (2) (1) AU SPACING MAY BE ADJUSTED TO RAMPS. AT-GRAOE INTERSECTIONS (2) THIS SPACING MAY BE REDUCED IN ROADWAY CONOmONS ACCOMMODATE INTERCHANGE AND DRIVEWAYS URBAN AREAS TO FIT CHANNELIZATION DEVICE SPACING (feet) MPH 1 TAPER TANGENT 50/70 1 40 80 35/45 30 60 25/30 1 20 40 BUFFER DATA LONGITUDINAL BUFFER SPACE ^ B SPEED (MPH)25 30 35 40 45 50 55 60 65 70 LENGTH (fbel)155 200 250 305 360 425 495 570 645 730 TRANSPORTABLE ATTENUATOR ROLL AHEAD DISTANCE = R HOST VEHICLE WEIGHT 9.9C0 TO 22,000 lbs. MOST VEHICLE WBGHT > 22,000 bs. < 45 MPH 45-55 MPH > 55 MPH < 45 MPH 45-55 MPH > 55 MPH IOC 123'172 74'W 150 kl 1 k3 12'MIN. —z w» IPCMSI z zz- — — — WORK AREA SEE NOTE 4Q. i«(r* I ROAD WORK AHEAD W20-1 W4-2L RIGHT LANE CLOSED ^ AHEAD > W20-5R LEGEND TEMPORARY SIGN LOCATION TRAFFIC SAFETY DRUM SEQUENTIAL ARROW SIGN TRANSPORTABLE ATTENUATOR PORTABLE CHANGEABLE MESSAGE SIGN SINGLE-LANE CLOSURE FOR MULTI-LANE ROADWAYS NOT TO SCALE PCMS 1 2 nOHT LANE CLOSURE 1 MLE AICAD 2.0 SEC 2.0 SEC NOTES 1. SEE SPECIAL PROVISIONS FOR WORK HOUR RESTRICTIONS. 2. EXTEND DEVICE TAPER AT L/3 ACROSS SHOULDER. 3. DEVICES SHALL NOT ENCROACH INTO THE ADJACEfTT LANE. 4. USE TRANSVERSE DEVICES IN CLOSED LANE EVERY 1000'(Fn (RECOMMENDED). 5. DEVICE SPACING FOR THE DOVWSTREAM TAPER SHALL BE 20'(FT). S. ALL SIGNS ARE BLACK ON ORANGE. FILE MAKE SilOMlan R Ft 8U<t»rid«r^tt-FI»n Shit LUwmtMM-PBL Wort In ProMHF»nrtfrei-TC-1Tl BitlNf p»ti ttbit i»riicwmnBTC-3.dai FUOTTED BY DESIGNED BY ENTERED BY CHECKED BY raOJ. ENQR. REGIONM. ADM. FED.AID PROJ.NO. Washington StatB Department of Transportation TRAFFIC CONTROL PLAN Pkitl TC3 MINIMUM LANE CLOSURE TAPER LENGTH s L (feet) LANE WIDTH (beO Posted Spssd (mph) 2S H 35 40 45 50 55 60 65 70 10 105 150 205 270 450 500 550 11 115 1S5 225 295 495 550 605 660 • 12 125 180 245 320 540 600 660 720 780 840 MIMMUM SHOULDER TAPER LENGTH - U3 (fMt) SHOULDER WDTH (tert Posted SpMd (mph) 25 30 35 40 45 50 55 60 65 70 B 40 40 60 90 120 130 ISO 160 170 190 10-40 SO 90 90 150 170 190 200 220 240 USE A i«NIHUM 3 DEVICES TAPER FOR SHOULDER LESS THEN S SIGN SPACING = X (1) FREEWAYS 8 EXPRESSWAYS 55 no MPH 15001 RURAL HIGHWAYS 60 / 65 MPH BCOl RURAL ROADS 45 / 55 MPH 500'± RURAL ROADS & URBAN ARTERIALS 35 / 40 UPH 3501 RURAL ROADS 8 URBAN ARTERIALS RESIDENTAL & BUSINESS DISTRICTS 25 /)0 UPH 2001 (2) URBAN STREETS 25 M>H OR LESS lOOt (2) (1) ALL SPACING MAY BE ADJUSTED TO RAMPS, AT43RADE INTERSECTIONS (2) THIS SPACING MAY BE REDUCED IN ROADWAY CONDITIONS ACCOMMODATE INTERCHANGE AND DRIVEWAYS URBAN M^EAS TO RT PCMS 1 2 2 LANES CLOSED AHEAD WATCH FOR SLOW TRJtfFIC 2.0 SEC 2.0 SEC BUFFER DATA LONGITUDINAL BUFFER SPACE » B SPEED (MPH)25 30 35 40 45 50 55 60 65 70 LENGTH (tesQ 155 200 250 305 360 425 495 570 645 730 TRANSPORTABLE ATTENUATOR ROLL AHEAD DISTANCE - R HOST VEHICLE lAEIGHT 9,900 TO 22,000 lbs. HOST VEHICLE WEIGHT > 22.000 lbs. < 43 MPH 45-55 MPH > 55 MPH < 45 MPH 45-55 MPH > 55 MPH 100'123'172 74'100'150' FIELD LOCATE 1 HLE t IN ADVANCE OF LANE CLOSURE StONMO. W4-2(L) CHANNELIZATION DEVICE SPACING (te«t) MPH TAPER TANGENT WTO 40 80 3V46 30 60 26/30 20 40 lOOCfa'X M SEE NOTE 4 / - - z? - -• "5 ^— EZrar iV w L/3 200 I ROAD WORK AHEAD ' RIGHT ^ TWO LANES CLOSED s. AHEAD j. W4-2L) IPCMSI LEGEND W20-1 TRAFFIC SAFETY DRUM TEMPORARY SIGN LOCATION SEQUENTIAL ARROW SIGN W2SW TRANSPORTABLE ATTENUATOR PORTABLE CHANGEABLE MESSAGE SIGN TEMPORARY SIGN LOCATION (5'(FT) MOUNTING HEIGHT) NOTES 1- SEE SPECIAL PROVISIONS FOR WORK HOUR RESTRICTIONS. 2 EXTEND DEVICE TAPER AT L/3 ACROSS SHOULDER 3 DEVICES SHALL NOT ENCROACH INTO THE ADJACENT LANES. 4 USE TRANSVERSE DEVICES IN CLOSED LANE EVERY 1000'(FT) (RECOMMENDED). 5 DEVICE SPACING FOR THE DOWNSTREAM TAPER SHALL BE 20' (FT). 6. ALL SIGNS ARE BLACK ON ORANGE. DOUBLE-LANE CLOSURE FOR MULTI-LANE ROADWAYS NOT TO SCALE FILE NAME R'UlMlan R PA SU-SMnbrAU-Plin Bhwl UbnnUH-PubMliM PSLUTCI Wotk Zom Tnfflc C«MnlVTC.4l Doubl»-Lin Clauira lor MuHFUni Rmc iiqr«ITC-4.4en TIME 1:34:32 AM FED.AID raOJ.NO.PIAM DATE 1/3/2014 WAS3 TC4 PLOTTED BY HddRir OESiCNED BY xa II W»«tilngton SUto D*ptrtm*nt of Transportation mmt ENTERED BY CHECKED BY ccamICT HCi PROJ. ENOR.5t«—TRAFFIC CONTROL PLAN MTE BY SIGN SPACING - X (1) RURAL ROADS & URBAN ARTERIALS }& 140 MPH 350-1 RURAL ROADS. URBAN ARTERIALS, RESIDENTIAL & BUSINESS DISTRICTS 25 /» MPH 200* (2) URBAN STREETS 25 MPH OR LESS loot 121 (1) ALL SPACING MAY BE ADJUSTED TO INTERSECTIONS AND DRIVEVNAYS. (2) THIS SPACING MAY BE REDUCED IN ROADWAY CONDmONS. S 1 1 i1 FIT MINIMUM SHOULDER TAPER LENGTH >U3 (f»Bf) SHOULDER VWOTH CWO PoBMd SpMd (mph) 25 30 35 40 45 50 55 60 65 70 8'40 40 60 90 - iff 40 60 90 90 USE A 3 DEVICES TAPER FOR SHOULDERS LESS THEN 8 BUFFER DATA LONGITUDINAL BUFFER SPACE a B SPEED (MPH) LENGTH (fMt) 45 50 155 200 250 305 360 425 495 570 645 730 TRANSPORTABLE ATI^NUATOR ROLL AHEAD DISTANCE HOST VEHICLE ViCIGHT 9,900 TO 22.000 »» 55 MPH 172' HOST VEHICLE WEIGHT > 22,000 bs. W 55 MPH PROTECTIVE VEHICLE (WORK VEHICLE)» R NO SPECIFIED DISTANCE REQUIRED CHANNELIZATION DEVICE SPACING (fBBt) MPH TAPER TANGENT 35/40 30 60 2V30 20 40 K ^ 0 r-m WORK AREA y//////////////////. o o X X 1 Ui n R se ROAD WORK AHEAD SHOULDER WOlW W21-5 LEGEND tt TEMPORARY SIGN LOCATION a CHANNELIZING DEVICES rrm PROTECTIVE VEHICLE SHOULDER CLOSURE -LOW SPEED (40 MPH OR LESS) NOTES 1. DEVICE SPACING FOR THE DOWNSTREAM TAPER SHALL BE 2a'(FT). 2. ALL SIGNS ARE BLACK ON ORANGE. MOT TO SCALE Flf HMIE HDwIgi R P4 8IH1 IJh»»»l01-P«M»fc>d Pet<TCl Wotli lorn TnWe CotftcNTC-W «ho«liy C«a«ui» • Lwr Ba—d l«t lg> FLOTTeD BY DcstONeo rr EVTCRED BY CHECKEC BY REOIONAL ADM. FED.AK) PROJ.NO. ar LtnFTC-Uga Wtshlngton SUtB DapBrtniBnt of Trnisportitlon TRAFFIC CONTROL PLAN BoTT TC5 MINIMUM SHOULDER TAPER LENGTH -U3 (fM) SHOULDER WDTM (M) PtMtBd SpMd (mph) 2S 30 IS 40 4S SO 55 60 65 70 9 -120 130 ISO 160 170 190 Iff - ISO 170 190 200 220 240 USE A MIWUUIil 3 CeVACES TW>ER FOR SHOULDER LESS THEN 9 SIGN SPACING > X (1) FREEWAYS 6 EXPRESSWAYS 55 / 70 MPH ISOff* RURAL HIGHmYS 60 '65 MPH aoffF RURAL ROADS 45'55 MPH SOfft (1) ALL »>ACING IMY BE ADJUSTED TO ACCOMMODATE INTERCHANGE RAMPS. AT-ORAOE INTERSECTIONS AND DRIVEWAYS. CHANNELIZATION DEVICE SPACING (fMt) MPH TAPER TANGENT $0/70 40 80 3V45 30 60 BUFFER DATA LONGITUDINAL BUFFER SPACE » B SPEED (MPH)25 30 35 40 45 50 55 60 65 70 LENGTH (fBet)155 200 250 305 360 425 495 570 645 730 TRANSPORTABLE ATTENUATOR ROLL AHEAD DISTANCE - R HOST VEHICLE WEIGHT 9.900 TO 22,000 lb«. HOST VEHICLE WEIGHT > 22,000 lbs. < 45 MPH 45-53 MPH > 55 MPH < 45 MPH 45-55 MPH > 55 MPH ICO 123'172'74'150 • • « mim ^//y ffvnK AnBA yy/ lor ROAO WORK AHEAD SHOmOER CLOSED ^shoulderX WEMOI WORK LEGEND M TEMPORARY SIGN LOCATION • TRAFFIC SAFETY DRUM TRANSPORTABLE ATTENUATOR SHOULDER CLOSURE - HIGH SPEED NOTES 1. NO ENCROACHMENT IN TRAVELED LANE. IF ENCROACHMENT IS ICCESSARY. LANE SHAU BE CLOSED. 2. DEVICE SPADNG FOR THE DOWNSTREAM TAPER SHAU BE 2ff(FT^ O C- 3. ALL SIGNS ARE BLACK ON ORANGE NOT TO SCALE FILE WAWe W P* gl«»»t Llbr«rYW1-PuMI»h»<l PgLVTOWert 2m Tufflc CcMrol\fTC-tl Slwiil^r Climiw - Hlah «p—a>TC^.«gi FEO PLOTTED BY DESI6NED BY ENTERED BY ChECKEO BY PROJ ENQR. REGIOIUL *0«. jwA .AID PROJ.NO. Wuhlngton Stat* DaparHnent of Trantportatlon TRAFFIC CONTROL PLAN MNIMUy LANE CLOSURE TAPER LENGTH - L (faot) LANE WDTH (MM) PoBtad SpMd (mpti) 23 30 33 40 43 50 33 60 63 70 10 430 300 330 11 493 330 603 660 12 340 600 660 720 7SC 640 MINMUH SHOULDER TAPER LENGTH > U3 (fMt) SHOULDER WOTH (Nag PostPd SpMd (mph) 2S 30 33 40 43 30 35 60 63 70 S'120 130 ISO 160 170 190 It/ISO 170 190 200 220 240 USE A MINIMUM 3 DEVICES TAPER FOR SHOULDER LESS THEN S' SIGN SPACING - X (1) FREEWAYS 6 EXPRESSWAYS 33 770 MPH ISOO't RURAL HIGHWAYS 60 763 MPH BOV* RURAL ROADS 43 ' S3 MPH SOP* (1) ALL SPACING MAY BE ADJUSTED RAMPS, ATJ3RADE INTERSECTIONS TO ACCOMMODATE AND DRIVEWAYS INTERCHANGE POMS 1 2 RIGHT LAW CLOSURE 1 WLE AHEAD 2.0 SEC 2.0 SEC CHANNELIZATION DEVICE SPACING IfMtl MPH TAPER TANGENT 30770 40 00 40743 30 60 BUFFER DATA LONGtTUOINAL BUFFER SPACE s B SPEED (MPH)25 30 35 40 45 50 55 60 65 70 LENGTH (feat)155 200 250 305 360 425 495 570 645 730 TRANSPORTABLE ATTENUATOR ROLL AHEAD DISTANCE = R HOST VEHICLE WEIGHT 9.9(XI TO 22.000 lbs. HOST VEHICLE V«1GHT > 22,000 lbs. < 45 MPH 45-55 MPH > 55 MPH < 45 MPH 45-55 MPH > 55 MPH 100 123'172'74'100 ISO H • l>M> FFTTM IPCMSI EXIT OPENFIELD LOCATE t WLE t M ADVANCE OF LANE CLOSURE SiONMO ES-2a • • mrm r 1 losr sts- ROAD WORK AHEAD SEE NOTE 5 W20-1 IM-ULI FMHTLANE aOSED N. AHEAD LEGEND TEMF>ORARY SIGN LOCATION TRAFFIC SAFETY DRUM SEQUENTIAL ARROW SIGN TRANSPORTABLE ATTENUATOR PORTABLE CHANGEABLE MESSAGE SIGN TEMPORARY SIGN LOCATION (5'MOUNTING HEIGHT^ TEMPORARY OFF-RAMP FOR MULTI-LANE ROADWAYS NOT TO SCALE NOTES 1 SEE SPECIAL PROVISIONS FOR CLOSURE HOUR RESTRICTIONS. 3. USE A DOWNSTREAM TAPER TO END THE LANE CLOSURE WITH aiT (FT) DEVICE SPACING. 3. DEVICES SHALL NOT ENCROACH INTO ADJACENT LANES. 4. USE TRANSVERSE DEVICES IN CLO^D LANES EVERY 100(r(Fr)t (RECOMMENDED) S SEE SHEET TCXX FOR A SHORT TERM OFF-RAMP CLOSURE WHEN THE WORK AREA LOCATION RESTRICTS RAMP ACCESS. 6. AU SIGNS ARE BLACK ON ORANGE UNLESS OTHERWISE DESIGNATED. S«»»lB« B F* 8M-»l»w4»>4P3-FI»« M—l UbfyW-FuMMnV PILIITCI lam TiMfc PLOTTVD Wi DESIONeD BY ENTCREO BY CHECKED BY REOiONKL AOH to MHMRM ■■vMTC-T.Bffi FmjWPIIOJ.NO WMtiinoton StatB DapartniBnt of Tranapoilatlon TRAFFIC CONTROL PLAN PkKi TC7 MtNIMUM LANE CLOSURE TAPER LENGTH > L (foM) LANE WDTH (1*0 PobM SpMd (mph) 2S 10 35 40 45 SO 55 60 65 70 10 450 SCO 550 . 11 495 sso 605 660 12 540 600 660 720 760 WO MINIMUM SHOULDER TAPER LENGTH > U3 (faot) SHOULDER WIDTH (M) PoBtad SpBBd (mph) 2S 30 35 40 45 50 ss 60 65 70 tt 120 13C 150 160 170 190 Iff - ISO 170 190 200 220 240 USE A MINWUM 3 DEVICES TM>ER FOR SHOLR.DER LESS THEN E SIGN SPACING n X (1) FREEWAYS & EXPRESSWAYS 55 / 70 MPH ISOfft RURAL HIGHWAYS 60 / 65 MPH aofft RURAL ROAOS 45 155 MPH SOfft (1) ALL SPACING MAY BE ADJUSTED TO ACCOI4MOOATE INTERCHANGE RAMPS. AT-ORAK INTERSECTIONS AND DRIVEWAYS CHANNELIZATION DEVICE SPACING (Net) MPH TAPER TANGENT 50/70 40 80 4(V4S 30 60 BUFFER DATA LONGITUDINAL BUFFER SPACE » B SPEED (MPH)29 30 35 40 45 50 55 60 65 70 LENGTH (feet)195 200 290 305 360 425 495 570 649 730 TRANSPORTABLE ATTENUATOR ROLL AHEAD DISTANCE > R HOST VEHICLE WEIGHT 9.900 TO 22,000 lbs. HOST VEHICLE WCIGHT > 22,000 Iba. < 49 MPH 49-99 MPH > 95 MPH < 45 MPH 45-55 MPH > 99 MPH 100-123'172'74'100 150 W4-3R 7 SEE MOTE 4 i ROAD WORK AHEAD ROAD WORK AHEADW2»-1 W4-«l) RlfiHT LANE CLOSED S. AHEAD jt W20-1 PCMS 1 2 RMHT LANE CLOSURE 1 IMLE A3CAD 20 SEC 2.0 SEC LEGEND TRAFFIC SAFETY DRUM W20-M w» EOi IPCMSI TEMPORARY SIGN LOCATION ^QUENTIAL ARROW SIGN TRANSPORTABLE ATTENUATOR PORTABLE CHANGEABLE MESSAGE SIGN TEMPORARY SIGN LOCATION (5'(FT) MOUNTING HEIGHT) TEMPORARY ON-RAMP FOR MULTI-LANE ROADWAYS LOCATE 1 MIE t M AWAHCE OF LANE CLOSURE SIONINO. NOTES 1 SEE SPECIAL PROVISIONS FOR CLOSURE HOUR RESTRICTIONS 2. DEVICES SHALL NOT ENCROACH INTO ADJACENT LANES. 3. USE TRANSVERSE DEVICES IN CLOKD LANES EVERY lOOOl (RECOMIiKNDEO) 4. SEE SHEET TCXX FOR A 940RT TERM (M-RAMP CLOSURE WHEN THE WORK AREA LOCATION RESTRICTS RAMP ACCESS. 5. Aa SIGNS ARE BLACK ON ORANGE NOT TO SCALE PILE MAWe W Ft 8M^ndif4t\a-Pltii >l»»WLII»i»tyW-AuMI»l>»d PSLYTClWoili Zon» TtMlte CwitgBf AM PLOTTED BY DESIQNEO BY ENTERED BY CHECKED BY PROJ. ENOIL RESUNAL ADM. C4^4fflBoni niKytfTC-B.dgn FEDAK> PROJ.no. Wsshlngton State Departnwnt of Tramportatlon TRAFFIC CONTROL PLAN PWI TC8 MINIMUM TAPER LENGTH > L (fMt) LANE WIDTH (IMO PoatBd Spaad (mph) 2S 30 as 40 4S 50 55 60 65 70 10 4SCI 500 550 11 - 49S 550 605 660 12 S40 500 660 720 760 840 CHANNELIZATION DEVICE SPACING (fMt) MPH TAPER TANOEMT 50770 40 60 40/45 30 60 BUFFER DATA LONGfTUDINAL BUFFER SPACE > 8 SPEED <UPH]25 30 35 40 45 50 55 60 65 70 LENOTH llMt)155 200 250 305 360 425 495 570 645 730 TRANSPORTABLE ATTENUATOR ROLL AHEAD DISTANCE - R t riao W4-1R - - z2Zr -i • • • * • ttr • ••••• i• 9 -Ji U2 MHi IW Wff 4P SEE NOTE 5 YIELD AHEAD ROAD WORK AHEAD W3-2 N LEGEND TEMPORARY SIGN LOCATION ® TRAFFIC SAFETY DRUM SEQUENTIAL ARROW SIGN 'tU TRANSPORTABLE ATTENUATOR B TEMPORARY SIGN LOCATION (5'MOUNTING HEIGKTT NOTES 1. SEE SPECIAL PROVISIONS FOR CLOSURE HOUR RESTRICTIONS. 2. USE A DOWNSTREAM TAPER TO END THE LANE CLOSURE WITH A 20'<FT) DEVICE SPACING. 3. DEVICES SHAU NOT ENCROACH INTO ADJACENT LANES 4. USE TRANSVERSE DEVICES IN CLOSED LANES EVERY lOOGt (RECOMMENDED). 5. SEE SHEET TCXX FOR A SHORT TERM ON-RAMP CLOSURE WF^ THE WORK AREA LOCATION RESTRICTS RAMP ACCESS. 6. %E SHEET TC3 OR TC7 FOR RIGHT LANE aOSURE. 7. ALL SIGNS ARE BLACK ON ORANGE UNLESS OTHERWISE DESINGATED. TEMPORARY ON-RAMP FOR MULTI-LANE ROADWAYS NOT TO SCALE HLI NMWr R P* W«n tlww U>niyl01.Pu>liKH PM.MTCH90H Zo«W T«Hlc CwyiiWTC-}) T»myw DUKMCO BT EKTERED BT CHECKED BY REOIONAL ADM. On KAHip >of WulB-LanA Roi FEOJkID PROJ.NO. Mb^TC-MB" Washington Stata Dtpanment of Tiansporlation TC9 TRAFFIC CONTROL PLAN BUFFER DATA LONGITUDINAL BUFFER SPACE * 8 SPEED (MPH) LENGTH (t^)1SS 2S0 4S SO 570 64S TRANSPORTABLE ATTENUATOR ROLL AHEAD DISTANCE SIGN SPACING = X (1) RURAL ROADS 45 1 55 MPH socrt RlAiAl. ROADS a URBAN ARTERIALS 35 1*0 MPH 35131 RURAL ROADS L URBAN ARTERIALS RESIOe^TAL a BUSINESS DISTRICTS 25 <30 MPH 20(31 (2) URBAN STREETS 25 MPH OR LESS lODt (2) (1) ALL SPACING MAY BE JUMUSTED RAMPS, AT-ORAOE INTERSECT1CWS (2) THIS SPACING MAY BE REDUCED ROADWAY CONDITIONS TO ACCOMMODATE INTERCHANGE AND DRIVEWAYS IN LHtBW AISAS TO FIT HOST VEHICLE WEIGHT 9.900 TO 22.000 lbs HOST VEHICLE WEIGHT > 22,000 lbs. ROAD WORK AHEAD < 45 MPH 45-55 MPH 55 MPH< 45 MPH 45-55 MPH > 55 MPH 1 SOWS'172'100IOC PROTECTIVE VEHICLE (WORK VEHICLE} = R Mm-1 24"nraLNENO SPECIFIED DISTANCE REQUIRED CLOSEDKEEP RIGHT AHEM) R4.7B 8/W W204C DEVICE SPACING 1/2 DISTANCE FOR OPPOSING TAPD1TRAFFIC DEVICESTAPER HB 5^ - -a -Qo~o °WORK hO° : ROAD WORK AHEAD *»-1 y Xx W4-2{L)^wdhtlaneX •L CLOSED ^ Xahead^ *0-4(1 tns-n LEGEND M TEMPORARY SIGN LOCATION □ CHANNELIZING DEVICES [:>{» SEQUENTIAL ARROW SIGN r~m PROTECTIVE VEHICLE IPCMSI PCWTMLE CHANGEABLE MESSA^ SIGN S TEMPORARY SIGN LOCATION (5'MOUMnNG HEIGHT} MINIMUM TAPER LENGTH > L (faat) LANE MDTH («wq Posted Spaad (mph) 25 30 35 40 45 50 55 60 65 70 10 105 150 205 270 450 500 . 11 115 165 225 295 495 550 12 125 160 245 320 540 600 - CHANNELIZATION DEVICE SPACING (faat) MPH TAPER TANGENT 50 40 80 35/45 30 60 2V30 20 40 POMS #1 1 1 RIGHT LANE CUMURE 1 MU AHEAD 2.0 SEC to SEC PCMS n 1 2 CENTER LANE CLOSED NNO LEFT TURNING to sec 2.0 SEC NOTES 1. SEE SPECIAL PROVISIONS FOR WORK HOUR RESTRICTIONS. 2. RECOMMEND EXTENDING DEVICE TAPER (U)} ACROSS SHOULDER. 5. FOR POSTED SPEED UMITS OF 30 MPH OR LESS. USE SIGN W1-3 IN LIEU OF SIGN W1-4. 4. ALL SIGNS ARE BLACK ON ORANGE UNSLESS OTHERVMSE DESIGNATED. RIGHT LANE CLOSURE WITH SHIFT - 5 LANE ROADWAY NOT TO SCALE FILE WAiig R P4 8^»<awdBr<B\2»RBW 8hwt Ubflry^g^^l»IW^^d PSLMTQWortt Zbwb TfWc CowtroWTC-lfl) feght Lam OwurB w4th thW -S Lm FED PWOTTEO BY DESIONEO BY ENTERED BY C^CtW BY PBOJ. enotL REGtOHU. AOM. .AID PROJ.NO. KoFdmaylTC-IS.ClBn VWthlngton State DatMrtmant of Tranaportatfon TRAFFIC COffTROL PLAN TC1fl BUFFER DATA LONGITUDINAL BUFFER SPACE s B SPEED (MPH) LENGTH (feet) 25 30 35 40 45 50 155 200 250 305 360 425 495 570 645 730 55 TRANSPORTABLE ATTENUATOR ROLL AHEAD DISTANCE HOST VEHICLE WEIGHT 9.900 TO 22.000 lbs HOST VEHICLE WEIGHT > 22.000 lbs SIGN SPACING n X (1| RURAL ROADS 45 155 MPH SOCt RURAL ROADS & URBAN ARTERIALS 35 140 MPH JSCt RURAL ROADS 4 URBAN ARTERIALS RESIDENTAL 4 BUSINESS DISTRICTS 25 /30 MPH 20(71 (2) URBAN STREETS 25 MPH OR LESS 10(71 (2) {1|AU. SPACING MAY BE ADJUSTED RAMPS. AT-GRAOE INTERSECTIONS {2} THIS SPACING MAY BE REDUCED ROADWAY CONDITIONS TO ACCOMMODATE INTERCHANOE AM) DRIVEWAYS IN URBAN AREAS TO FIT MINIMUM TAPER LENGTH - L (fsat| LANE WIDTH (feet) Posted Speed (mph) 25 30 35 40 45 50 55 60 65 TO 10 105 150 205 270 450 500 11 115 165 225 2S5 495 550 12 125 180 245 320 540 SCO I ROAD WORK AHEAD < 45 MPH 45-55 MPH > 55 MPH 45 MPH 45-55 MPH > 55 MPH lOff 123'17?150' PROTECTIVE VEHICLE (WORK VEHICLE) LEFT LANE CLOSED AHEAD W4-2R W20-1 NO SPECIFIED DISTANCE REQUIRED W20-5L TAPER TAPBt ao m LaWORK AREA 9o.o_a— □ -a ROAD WORK AHEAD W20-1 W4-Z(lLEFT LAN CLOSED AHEAD CHANNELIZATION DEVICESPACING (fast) MPH TAPER TANGENT 50 40 80 35<45 30 60 25/30 20 40 PCMS 1 1 CSITER LANE CLOSED NNO LEFT TURNmO 2.0 SEC to see PCLO LOCATE IN AOVAMa OF TEMPORARY SIOMS. LEOEND K» IPCMSI TEMPORARY SIGN LOCATION CHANNELIZING DEVICES SEQUENTIAL MROW SIGN PROTECTIVE VEHICLE PORTABLE CHANGEABLE MESSAGE SIGN W20-5L LEFT LANE AND CENTER TURN LANE CLOSURE - 5 LANE ROADWAY NOT TO SCALE NOTU 1. SEE SPECIAL PROVISIONS FOR WORK HOUR RESTRICTIONS. 2- ALL SIGNS ARE BLACK ON ORANGE tti£ NAMt R PA SU-8t»i«4MWII44»w »mi P»L<TCI Ww* Zam TiMlle CoiieoWTC-111 L«tl Lw ind CwiMt Tiim L»»» OoM > ■ Fhs LSM nintl—)1Tr II ll I OeSKIIMO BY CNTSRED 8Y CHECKED BT PROJ. ENOR. REOIONAL ADM. FED.AIO PROJ.NO. Washington Stats Dspartment of Transportation TRAFFIC CONTROL PLAN PI0I1 TC11 BUFFER DATA LONGITUDINAL BUFFER SPACE » B SPEED (MPH) LENGTH (feet) 2S 30 35 40 45 50 155 200 250 305 360 425 495 570 645 730 55 TRANSPORTABLE ATTENUATOR ROLL AHEAD DISTANCE HOST VEHICLE VKEIGHT 9,900 TO 22,000 lbs. < 45 MPH 45-55 MPH 123- HOST VEHICLE WEIGHT > 22,000 lbs 45-55 MPH ISC' PROTECTIVE VEHICLE (WORK VEHICLE) = R NO SPECIFIED DISTANCE REQUIRED SIGN SPACING = X (1) RURAL HIOHVWTS 60 1 66 MPH aooi RURAL ROADS 4S /SS MPH SObt RURAL ROADS & URBAN ART^RIALS 36 /40 MPH 350* RURAL ROADS A URBAN ARTERIALS RESIOENTAL A BUSINESS DISTRICTS 25 '30 MPH 2001 (2) URBAN STREETS 25 MPH OR LESS lOffl (2) (1) ALL SPACING MAY BE AOJUSTBD RAMPS. AT-ORAK INTERSECTIONS (2) THIS SPACING MAY BE REDUCED ROADWAY CONDITIONS. TO ACCOMMODATE INTERCHANGE AND DRIVEWAYS. IN URBAN AREAS TO HT MINIMUM TAPER LENGTH = L (f«et) LANE VMOTM l«MO Posted Speed (mph) 25 30 35 40 45 50 55 60 65 70 10 105 ISO 205 270 450 500 550 . 11 115 165 225 295 495 550 605 660 12 125 180 245 320 540 60C 660 720 7B0 - KEEP RIGHT JO- ROAD WORK AHEAD wze-i CHANNEUZATION DEVICE SPACING (feet) MPH TAPER TANGENT S0i60 40 80 35/45 30 60 25/30 20 40 W1-4IL) SL h n '//////////y DVORK AREA '/////////A 1 „o- W w a1 0 OHl o a — a z>7 PCMS i1 1 2 LEFT UUC CLOSURE 1 I8U AHEAD 20 SEC 2.6 sec o R 1 10 D 1 8 0 a —— Z ——— K] K] M 1 X X X L B U1 DEVICE SPACING 1/2 DISTANCE FOR U3 OPPOSING TRtffIC DEVICES so I ROAD WORK AHEM) WJO-t W4-2n LEFT LANE CLOSED AHEAD RELD LOCATE M AOVANCC OP TEMPORARY SIOMS. PCMS *2 1 2 LANE MITTS LEFT 1 WLE AHEAD 24) SEC 2.0 SEC LEGEND KI TEMPORARY SIGN LOCATION ° CHANNELIZING KVICES t>C{> SEQUENTIAL ARROW SIGN mra TRANSPORTABLE ATTENUATOR IPCMSI PORTABI^ CHANGEABLE MESSAGE SIGN a TEMPORARY SIGN LOCATION (5'MOUNTING HEIGHT) LANE SHIFT • THREE LANE ROADWAY NOT TO SCALE FIELD LOCATE IN ADVANCE OF TEMPORARY MOW, NOTES 1. ^ SPECIAL PROVISIONS FOR WORK HOUR RESTRICTIONS, 2. FOR SPEED UMTT OF 30 MPH OR LESS, USE SIGN W1-3 IN UEU OF SIGN W1- 3. RECOMMENKD EJOENDING DEVICE TAPER (U3) ACROSS SHOULDER 4. ALL SIGNS ARE BLACK ON ORANGE UNLESS OTHERIMSE DESIGNATED. FILE NAME S:\D—Ipn R P4 >h—t UWvW-PubUBhBd PSLYTCmMof* Trtmc CowtroftfTC-l?) LiftB 8hW-ThrBt Uhb R—dgn FED PLOTTCD BY OESION€D BY ENTCRSD BY CHECKED BY PnOJ EMOft REGIONAL AOIlL .AfD PAOJ.no. Waehlngton State Department of Tranepormtlon TRAFFIC CONTROL PLAN MINIMUM SHOULDER TAPER LENGTH s L/3 (fMt) SHOULDER WOTH (fMQ PoRtsd Spsod (mph) 2S 30 35 AO A5 so 55 60 65 70 g AO AO 60 90 1M 130 150 160 170 190 Iff AO SO 90 90 190 170 190 200 220 240 USE A kflNIMUM 3 DEVICES TAPER FOR SHOULDER LESS THEN g SIGN SPACING' X (1) FREEWAYS 6 EXPRESSWAYS 55 /70 MPH 150ffl RURAL HIGHWAYS 60 / 69 MPH 8001 RURAL ROADS 45 / 55 MPH 50fft RURAL ROADS 6 URBAN ARTERIALS 35 /AO MPH 3501 RURAL ROADS & URBAN ARTERIALS RESIDEMTAL 6 BUSINESS DISTRICTS 25 / 30 MPH 20ffl (2) URBAN STREETS 25 MPH OR LESS IDfft (2) (1) ALL SPACING MAY SE ADJUSTED RAMPS. AT-GRADE INTERSECTIONS (2) THIS SPACING MAY BE REDUCED ROACWAT CONDITIDNS TO ACCOMMODATE INTERCHAMK MAD DRIVEWAYS IN URBMI AREAS TO FTT R11-201 lUMP4r * 30- MU. BEBAM RAMP XPH XAM CLOSED R11-1S01 4r I 60" BW INSTALL 3 DAYS IW PRlOn TO CLOSURE <*. O B □ a a BBBBBBPB P D B B _ <3- RAMP CLOSED AHEAD MA-1 (A1T1 CHAWtEUZATION DEVICE SPACING (fBRQ MPH TAPER TANGENT 5070 40 60 3VA5 30 60 25/30 20 AO \\\\\\a a □n n n n rr n -{> -o RAMP CUItED AHEAD (0-2 n/BAV TYPICAL ON-RAMP CLOSURE POMS 1 2 EJOT USE XXX EXIT CLOSED XXX t.0 SEC 2.0 SEC DEVICE SPACHAO REDUCED TO 1/2 DISTANCE ACROSS EXIT RAMP DURING CLOSURE Pia.D LOCATE LEGEND W. TYPE 3 BARRICADE M TEMPORARY SIGN LOCATION a CHANNBJZING DEVICES ® TRAFFIC SAFETY DRUM IPCMSI PORTABLE CHANGEABLE MESSAGE SIGN ra TEMPORARY SIGN LOCATION (S'MOUNTING HEIGHT^ RAMP CLOSED AHEAD SHOULDER WIO-1 ULT)CLOta ROAD MS-SSI AHEAD > • B W «• • •t P eaf CLOSED R11-201 or * 30" BAN OFF-RAMP CLOSURE R11-1S01 «r I 60- BM INSTALL } DAYS MIN. PIUOR TO CLOSURE SHORT TERM RAMP CLOSURES NOT TO SCALE NOTES 1. SEE SPECIAL PROVISIONS FOR CLOSURE HOUR RESTRICTIONS. 2. TYPICAL APPLICATION SHOVW. ADJUST FOR SITE CONDITIONS. 3. ALL SIGNS ARE BLACK ON (WANGE UNLESS OTHERVMSE DESIGNATED PRE NAIg 8:C»»lgi R PA S>*®IM»il»iiNa-PN« SAwl URrarW-PuMMliX PM.YTC1 Hlort Zom TiMSc CciNpWTC-1 » Sl»»n T»fni RiiB Clo«a»»tTC-U.Oun PLOmO BY OCSKtNCO BY ENTCRED BY CHECKED BY REOtOHAL ADM. FEDAID PROJ.NO. Washington Stats DspsrtiRsnt of Transportation TRAFFIC CONTROL PLAN Pioti TCI 3 MINIMUM TAPER LENGTH » L (feet) LANE WIDTH (fbeQ Posted Speed (mph) 25 30 35 40 45 50 55 60 65 70 10 105 150 205 270 4»500 550 11 115 165 225 295 495 550 605 660 - 12 125 180 245 320 540 600 660 720 SIGN SPACING « X (1) RURAL HIGHWAYS 60 / 65 MPH SOO't RURAL ROADS 45 155 MPH 500't RURAL ROADS & URBAN ARTERIALS 35 / 40 MPH 35cr± RURAL ROADS & URBAN ARTERIALS RESIDENTAL & BUSINESS DISTRICTS 25 / 30 MPH 200't (2) UI»AN STREETS 25 MPH OR LESS 10(71 (2) (1) ALL SPACING MAY BE ADJUSTED RAMPS. AT-ORADE INTERSECTIONS (2) THIS SPACING MAY BE REDUCED ROADWAY CONDITIONS. TO ACCOMMODATE INTERCHANGE AND DRIVEWAYS. IN URBAN AREAS TO FIT ROAD WORK AHEAD OME LANE ROAD AHEAD STOP ' X t WZft-TB CHANNELIZATION DEVICE SPACING (feet) MPH TAPER T/WGENT 50/70 40 SO 35/45 30 60 25/30 20 40 BUFFER DATA LONGITUDINAL BUFFER SPACE =B SPEED (MPH)25 30 35 40 45 50 55 60 65 70 LENGTH (feet)155 200 250 305 360 425 495 570 645 730 TRANSPORTABLE ATTENUATOR ROLL AHEAD DISTANCE = R HOST VEHICLE WEIGHT 9,900 TO 22,000 tos. HOST VEHICLE WEIGHT > 22,000 lbs. < 45 MPH 45-55 MPH > 55 MPH < 45 MPH 45-55 MPH > 55 MPH too-123'172'74'100'150 PROTECTIVE VEHICLE (WORK VEHICLE) »R NO SPECIFIED DISTANCE REQUIRED WZO^ HUPMaJ PISHRED TO STOP t ROADCEMHIUW W»-7I WORKClOSEO AHEADAHEAD mi-TAW20-IA DEVICE SPACING 112 DISTANCE W2M wze-sc FOR OPPOSING TRAFFIC DEVICES 4-IF D O.a a—a=4—B=Ma—o O—Q« o—O B-BCOO O-B Q—amoOo-« DEVICE SPACING 1/2 DISTANCE FOR OPPOSING TRAFFIC DEVICES ISEP Isr t ROAD nSHT WORK R4-7B B/W AHEAD PMPARHI TO STOP t W2S-1 WZO-TA <$>PREPARED TO STOP w»-n OPnONAl. IF 40 IPH OR LESS WaiTA wn-Ti LANE ROAD AHEAD ROAD WORK AHEAD W2ft-< LEGEND A FLAGOING STATION W TEMPORARY SIGN LOCATION D CHANNELIZING DEVICES IZ l*H PROTECTIVE VEHICLE - RECOMMENDED TEMPORARY SIGN LOCATION (5'MOUNTING HEIGHT) NOTES 1. RECOMMEND EXTENDING DEVICE TAPER (U3> ACROSS SHOULDER. IF A SIGNAL IS PRESENT, IT SHALL BE SET TO "RED FLASH MODE" OR TURNED OFF DURING FLAGGING OPERATIONS. FOR SPEED LIMIT OF 30 MPH OR LESS USE SIGN VV1-3 IN UEU OF SIGN W1-4. MAINTAIN A MINIMUM OF ONE ACCESS POINT FOR EACH BUSINESS VMTHIN WORK AREA LIMITS. S. ALL SIGNS ARE BLACK ON ORANGE UNLESS CmERWISE DESIGNATED. INTERSECTION LANE CLOSURE - THREE LANE ROADWAY NOT TO SCALE FILE NAME S:\Dnlan R PA 8M-Stu>du4M-Plin SliMt UbniWH-PuStMlMd PBLVTCIWork Zom Tnflic CotRranrTC-IA) li MfMCi in Lan* Cloaui - Thrv* Um ApadmyNTC-lAdgrt TIME t:SS:3] All FTATf FED.ArD PROJ.NOi DATE 1/3/2018 WAS»TC14 PLOTTEC BY KddRtr DESIGNED BY mmm Washington State Department of Traneportatton mmwi ENTERED BY CHECKED BY cowmAcTwa WCATW m TRAFFIC CONTROL PLANPROJ. ENOR. DATE BY P«ITA«PNI •BTS CHANNELIZATION DEVICE SPACING (fmt) MPH TAPER TANGEHT 50/70 «)80 3V45 30 80 25/30 20 40 MINIMUM TAPER LENGTH » L (feet) LAME WDTH (IBM) Posted Speed (mph) 25 30 35 40 45 50 55 60 65 70 10 105 150 205 270 450 500 550 .. 11 115 165 225 295 495 550 605 660 - 12 125 180 245 320 540 600 660 720 BUFFER DATA LONGITUDINAL BUFFER SPACE « B no«D tWOiW AHEAD ONE LANE ROAD AHEAD AT * nmnnmRED RSKTLWE CLOSB)«r X AtffiAD WZt-71Mo-n ROAD WOfW i. AHEADm-7A WZI-7A fcff ggj a.H o-ott□oDBacKioaacKi mmXAJfAitJueM"O ETII.D Q-g ^a J o B o-g q,° ROAD WORK AHEAD t "4-7(11 nOHT LANE <5>CLOSED AHEAD ONE LANE W20-7BMD-R «H-7t ROAD AHEAD ROADWtM WORK AHEAD SPEED (MPH)25 30 35 40 45 50 55 60 65 70 LENGTH (feet)155 200 250 305 360 425 495 570 645 730 TRANSPORTABLE ATTENUATOR ROLL AHEAD DISTANCE " R HOST VEHICLE WEIGHT 9,900 TO 22,000 lbs. HOST VEHICLE WEIGHT > 22.000 lbs < 45 MPH 45-55 MPH > 55 MPH < 45 MPH 45-55 MPH > 55 MPH 100 123'172'74'100'150 PROTECTIVE VEHICLE (WORK VEHICLE) = R NO SPECIFtED DISTANCE REQUIRED SIGN SPACING = X (1) RURAL HIGHWAYS 60 /es MPH eoat RURAL ROADS 48 /55 MPH 800't RURAL ROADS & URBAH ARTERIALS 38 / 40 MPH 3804 RURAL ROADS & URBAN ARTERIALS RESIOENTAL & BUSINESS DISTRICTS 2b / 30 MPH 200't (2) URBAN STREETS 25 MPH OR LESS loat (2) (1) AU. SPACING MAY BE ADJUSTED RAMPS. AT-GRACe INTERSECTIONS (2) THIS SPACING MAY BE INDUCED ROADWAY CONDmONS TO ACCOMMODATE INTERCHANGE AND DRIVEWAYS. IN URBAN AREAS TO FIT OPTIONAL IF 40 NPH OR LEU LEGEND /♦ FLAGGING STATION w TEMPORARY SIGN LOCATION 0 CHANNELIZING DEVICES SEQUENTIAL ARROW SIGN PROTECTIVE VEHICLE - RECOMMENDED g TEMPORARY SIGN LOCATION (5'MOUNTING HEIGHT! NOTES 1. RECOMMEND EXTENDING DEVICE TAPER (L/3) ACROSS SHOULDER. 2- IF A SIGNAL IS PRESENT, IT SHALL BE SET TO "RED FLASH MODF OR TURNED OFF DURING FLAGGING OPERATIONS. M>UNTAIN A MINIMUM OF ONE ACCESS POINT FOR EACH BUSINESS WITHIN WORK AREA UMITS. 4. ALL SIGNS ARE BLACK ON ORANGE. INTERSECTION LANE CLOSURE - FIVE LANE ROADWAY NOT TO SCALE NAME t:\Dm\an R P4 8\4-5ti«<daryi2-P1in Sh—t LlbraiyvOi-FubllBh^J PSUTOWorfc Zont Trifflc CoflttDlVTC-151liitBn>cBon Lant C<o<ur» » F>v» Ljn» PLOTTED BY ABM OESH3NEO BY ENTERED BY CHECKS) BY REGIDHAL ADM. FED.AID PROJ.NO. toBdw»yMC>1$,Bgn Washington State DepartTnent of Transportation TRAFFIC CONTROL PLAN Ploll TC15 NO 'MXM (- X M HM ■STALL ON TYPE 2 BARWCAOES THROUGHOUT THE WONK AREA M HOUra PRKM TO MPLEMEKTVIG TRAFFIC CONTROL. PRIOR NOTIPICATKM OP LOCAL LAW ENFORCEMENT REQWRS). DETOUR HMI DHDUR TO-Mm m-H AREADORK rrn r T T TLJ RMI 24- * ir WW R»-9 RO-TD 2*" X ir 24- X ir BAN B/W SIDEWAIX CLO^ BAM AREA rnrnT -zz- - LJr TLJ RMO B/W NOTES 1. CONTROLS SHOWN ARE FOR PEDESTRIAN TRAFFIC ONLY. A 60- (IN) PATH WIDTH SHOULD BE MAINTAINED (4r (IN) IS THE MINIMIM) i. CONTACT AND COORDINATE IMPACTED TRANSIT AOENCIESPRIOR TO IMPLEMENT1NQ ANY CLOSUI^S. SEE SHEET TC-52 FOR TEMPORARY PEDESTRIAN RAMP DETAILS. ADA PEDESTRIAN FACILITIES MUST BE MAINTAINED. STANDARD SPECIFICATION 1-10.2(1)6. TEMPORARY PEDESTRIAN PUSH BUTTONS SHALL BE PLACED ON THE DIVERTED PATH WHEN EXISTING BUTTONS ARE NOT ACCESSIBLE TO PEDESTRIANS. SIDEWALK DIVERSION LEGEND N TEMPORARY SIGN LOCATION a CHANNELIZING DEVICES PEDESTRIAN CHANNELIZING DEVICES TEMPORARY PEOESTFUAN RAMP FOR SIDEWALKS SIDEWALK DETOUR INTERSECTION PEDESTRIAN TRAFFIC CONTROL NOT TO SCALE FILE NAIH S;U)Mlsn R PA lU PIsn ShMll.lbrafvWi-PuMMM PSLVTOWert Zom Traffle ConlPOltfrc-161 IntafMcBoA PadaaWn Traflta CanM C-14.4BII WMiiington SUta Dtpartmcnt of TnnBpoitatlon SLAM WP > TCI 6 TIME 9:56:38 AM FED.AID PROJ.no. PLOTTED BY lldM MASF D6SI0NED BY «rifVT ENTERED BY PftO^. ENOR.PEDESTRIAN CONTROL AND PROTECTION REGIONAL ADM.RSmtOH DATE BY RXITIV n MINIMUM SHOULDER TAPER LENGTH = U3 (fMt) SHOULDER WIDTH <ImQ Postad Spaad (mph) 25 30 35 40 45 50 55 60 65 70 S'40 40 60 90 120 130 150 160 170 190 IC 40 60 90 90 ISO 170 190 200 220 240 USE A MINIMUM 3 DEVICES TAPER PGR SHOULDER LESS THEN 8' MINIMUM LANE CLOSURE TAPER LENGTH = L (fMt) LANE WDTH (Ml Poatsd Spaad (mph) 25 30 35 40 45 50 55 60 65 70 10 105 150 205 270 450 500 550 11 115 165 225 295 495 550 605 660 12 125 160 245 320 540 600 660 720 760 640 SIGN SPACING B X (1) ISOOt 55 >70 Mm FREEWAYS S EXPRESSMMVS KOt 60 165 MPH RURAL HHSHMAYS vat 45 '55 MPH RURAL RQAOS 350 ±35 >40 MPH RURAL ROADS 6 URBAN ARTERIALS 20Ct <21 25 1 30 MPH RURAL ROADS & URBAN ARTERIALS RESIOENTAL 6 BUSINESS DISTRICTS 1001 (2) 25 MPH OR LESS URS/W STREETS (1) ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE INTERCHANGE RAMPS. AT-QRAOE INTERSECTIONS AND DRIVEWAYS (2) THIS SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROADWAY CONDITIONS CHANNELIZATION DEVICE SPACING (faat) MPH TAPER TANGENT 50/70 40 60 3V4$30 60 2500 20 40 BUFFER SPACE i ir WMMUM 4'exianNa lane EXIST1N0 TRAFFIC BRACE r WORK ARI SHOULDER A SPEED (MPH)25 30 35 40 45 50 55 60 65 70 LENGTH ((Mt)155 200 250 305 360 425 495 570 645 7» TYPICAL SECTION BUFFER DATA LONGmJDINAL BUFFER SPACE - B TRANSPORTABLE ATTENUATOR ROU AHEAD DISTANCE HOST VEHICLE WEIGHT 9.900 TO 22.000 to HOST VEHICLE WEIGHT > 22.000 to. < 45 MPH 45-55 MPH > 55 MPH < 45 MPH 45-55 MPH > 55 MPH lOff 123'172'74'W ISC' POMS 1 2 RIGHT LANE CLOSURE 1 MILE MEAD LO SEC 20 SEC LEGEM) n TEMPC^URY SIGN LOCATION ° CHANNELIZING DEVICES • TRAFFIC SAFETY DRUM SEQUENTIAL ARROW SIGN mim TRANSPORTABLE ATTENUATOR IPCMSI PORTABLE CHANGEABLE MESSAGE SIGN FIELD LOCATE 1 IBLE 1 M ADVANCE OF LANE CLOSURE »S3ISiia ROAD NARROWS W5-1 a a n KI M • • utsjy^WORK 10 H lort ROAD WORK AHEAD SE NOTE i WZO-1 4r W4-2L NGKT LANE CLOSED L. AHEAD W2>^ SINGLE-LANE CLOSURE WITH SHIFT NOT TO SCALE NOTES 1. SEE SPECIAL PROVISIONS FOR WORK HOUR RESTRICTIONS. 2. RECOMMEND EXTENDING DEVICE TAPER (1/3} ACROSS SHOULDER. 3. USE TRANSVERSE DEVICES IN CLOSED LANE EVERY lOOfft (RECOMB^AIED). 4. ALL SIGNS ARE BLACK ON ORANGE 5. RECOMMEND ADVANCE NOTICE FOR ANY OVER VMDTH LOADS PRIOR TO LANE CLOSURE FOR ALTERNATE ROUTES IF APPUCA8LE. riL£ NANt «:>Di»ton ft FA SW-Ste<i*>WU-HM< SA—I FSLVTCl WaO Zant TiWSc CowttiiWTC-in PLOTTCP BY C3CSI0NE0 BY ENTERED BY CHECKED BY REGIONAL ADM. Lm Cloam wWi StiMnTC-ITj n FED>IO PROJ.NO. Washington Ststo Oapsriment of T/snsportstlon TRAFFIC CONTROL PLAN TC-n ROAD WORK AHCAO W»1 •nnw WM-n SOMN lOCTMAX PWiUB ID ITDD ROAO WORK AHEAD «U-1 m-T«MTMIN \IOC MAX Ar <]B-B WORK AREA scum. itM100 MAX s SO' MN WIM 100'MAX ROAD WORK AHEAD NOTESlOD-l «»T« MD-TA m-n ROAD WORK AHEAD SIGN SPACING » X (1) RURAL ROADS 45 ' 55 MPH 5001 RURAL ROADS A URBAN ARTERIALS 35 '40 MPH 3501 RURAL ROAOS ft URBAN ARTERIAL8 RESIDENTAL ft BUSINESS DISTRICTS 25 '30 MPH 20O1 (2) URBAN STREETS 25 MPH OR LESS lOOl (2) (1) AU SPACING MAY BE ADJUSTED RAMPS. AT.GRADE INTERSECTIONS (2) THIS SPACING MAY BE REDUCED ROADWAY CONOmONS. TO ACCOMMODATE INTERCHANGE AND DRIVEWAYS IN URBAN AREAS TO FIT CHANNEUZATION DEVICE SPACING Ifaat) MPH TAPER TANGENT 50/55 40 BO 35/45 30 60 25/30 20 40 LEOEND FLAGGING STATION n TEMPORARY SIGN LOCATION D CHANNELIZING DEVICES i: KH PROTECTIVE VEHICLE - RECOMMENDED 1. NIGHT WORK REQUIRES ADOmONAL ROADWAY LIGHTING AT FLAGGING STATIONS, SEE STANDARD SPECIFICATIONS FOR ADDITIONAL DETAILS. 2. PROTECnve VEHICLE RECOMMENDED -MAY BE A WORK VEHICLE 3. TYPICAL APPUCAITON SHOWIN, ADJUST FOR SITE CONDITIONS. TYPICAL ROUNDABOUT FLAGGING OPERATION NOT TO SCALE F!LE HAME >iP—H P4 t UbfMvW-PufcltlwJ P»uaClW»rt Zam TflBt Coiy»NTC»tt) Typ^Wow<iaBi»t X-IM|n FEDAID PROJ PLOTTED BY OUtONED BY ENTERED BY CHECKED BY PROJ. ENQR. REOIOMAL ADH. .NO. w VtfHhIngton State Oapartmant of TramportaSon TRAFFIC CONTROL PLAN _Plon TC18 MINIMUM LANE CLOSURE TAPER LENGTH L (faat) LANE MOTH pha S'iMt Poatad Spaad (mph) 2S u n 40 4S so 55 60 65 70 ST 760 S60 960 1040 1120 1160 MINIMUM SHOULDER TAPER LENGlTf « U3 (fast) SHOULDER WIDTH Poatail SpBad (mph) 2S 30 3S 40 4S SO 55 60 65 70 t 120 130 150 160 170 190 Iff ISO 170 190 200 220 240 USE A MIMMUM ) DEVICES TAPER FOR SHOULDER LESS THEN B 1 TTWFFIC SPACE T7 " L S 7 ANk ' HIFT j SHOULDER WORK AREA T7 *7 TYPICAL SECTION A-A BUFFER DATA LONGITUDINAL BUFFER SPACE > B SPEED (MPHl 25 30 35 40 45 50 55 60 65 70 LENGTH flMO 155 200 250 305 360 425 495 570 645 730 RANSPORTABLE ATTENUATOR ROU AHEAD DISTANCE n R HOST VEHICLE WEIGHT 9.900 TO 22.000 t* HOST VEHICLE WEIGHT > 22,000 Rw. < 45 MPH 45-55 MPH > 55 MPH < 45 MPH 45-55 MPH > 55 MPH iOff 123'172'74'lOff I5ff ISW*/-IVJH-iso(r«/- ROAD WORK AHEAD : RIGHT lANE CLOSED S. AHEADXX W2S-1 W2D-5RW3-5 W4-2II SPEED LIMIT XX " ROAD > NARROWS WS-1 SPEED LIMIT XX Sir CHANNELIZATION DEVICE SPACING (faatl MPH TAPER TANGENT 5070 40 80 35i4S 30 60 25O0 20 40 W3-I SOCr-ISOffW-MAX. ny SEE SHEET NOTE 2 B (SEE NOTE 3) V} WORK WEty/ TEMPORARY SIGN LOCATION TEMPORARY SIGN LOCATION AMOUNTING CHANNELIZING DEVICES TRAFFIC S/tfETY DRUM RADAR SPEED DISPLAY SIGN SEQUENTIAL ARROW SIGN TRANSPORTABLE ATTENUATOR IPCMSI PORTABLE CHANGEABLE MESSAGE SIGN tD- l>W> PCM8 1 2 ROAD WORK AHEAD TRAFFIC FINES DOUBLE 2.0 SEC I 2.0 SEC FIELD LOCATE 1 MILE MAXIMUM IN ADVANCE OF LANE CLOSURE SIGNING. IU-1 NOTES 1. THE W3-5. R2-1 AND RADAR SPEED DISPLAY SIGN LOCATED IN THE CLOSED LANE SECTION MUST BE ADJUSTED AS THE WORK AREA MOVES USE ADDinOAL R3-1 AND SPEED RMIAR TRAILER FOR A SECOND WORK AREA IN THE CLOSURE. , USE TRANSVERSE DEVICES IN CLOSED LANE EVERY lOOff ' (RECOMMENDED) 3 THE MINIMUM BUFFER ^ACE REQUIRED IF SPEED REDUCTION SIGNING NOT USED. 4. RECOMMEND ADVANCE NOTICE FOR ANY OVERWIDTH LOADS PRIOR TO LANE CLOSURE FOR ALTERNATE ROUTES IF APPLICABLE 5. SEE SPECIAL PROVISIONS FOR WORK HOUR RESTRICTION SPEED UMFT XX «r FREEWAY RIGHT LANE CLOSURE WITH SHIFT (INCLUDING APPROVED SPEED LIMIT REDUCTION SIGNING) NOT TO SCALE FILE NAME 8:Ct»lgn R P* 5l*<teiidi;^-PI»ii »lw«l UMwvMH-PuMillW PtLKTCl Wwt Zew TnWc Co<»ttDBPC-1»l Fimwy DESIOHEO BY ENTERED BY CHECKED BY REGIONAL ADM. Right Ljn« Cle««wt wnh BhW 'C-1t.4an FED.AID PROJ.NO. Wathlngton Stat* Dgptrtmgnt of Traraportation TRAFFIC CONTROL PLAN TCI 9