Loading...
HomeMy WebLinkAboutContractAward Date: April 2, 2012 Awarded to: ICON Materials 1508 Valentine Ave SE Pacific, WA 98047 206 -575 -3200 4119(08,(090(os Bidding Requirements, City of Renton Forms, Contract Forms, Conditions of the Contract, Plans and Specifications City of Renton 1055 South Grady Way Renton, WA 98057 General Bid Information: 425- 430 -7319 Project Manager: 425- 430 -7319 Printed on Recycled Paper CAG 12 -021 -74Y \N'r� City of Renton Construction of: South Lake Washington Roadway Improvements (Garden Avenue Widening) PROJECT NO. CAG 12 -021 CITY OF RENTON RENTON, WASHINGTON CONTRACT PROVISIONS for the South Lake Washington Roadway Improvements (Garden Avenue Widening) Project No. CAG -12 -021 February 2012 CITY OF RENTON 1055 South Grady Way Renton, WA 98057 CITY OF RENTON Project No. CAG -12 -021 South Lake Washington Roadway Improvements (Garden Avenue Widening) INDEX I. CALL FOR BIDS II. INFORMATION FOR BIDDERS 1. INFORMATION AND CHECKLIST FOR BIDDERS 2. BIDDER'S CHECKLIST 3. SUMMARY OF FAIR PRACTICES POLICY, CITY OF RENTON 4. 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. *PROPOSAL SIGNATURE PAGE 6. *SUBCONTRACTOR LIST 7. *PROPOSAL BOND IV. AGREEMENT FORMS 1. *AGREEMENT 2. *CONTRACT BOND TO THE CITY OF RENTON 3. *:*FAIR PRACTICES POLICY AFFIDAVIT OF COMPLIANCE 4. *CONFINED SPACE ENTRY PROGRAM AFFADAVIT 5. *INSURANCE REQUIREMENTS FOR CITY OF RENTON 6. *:•CERTIFICATE OF LIABILITY INSURANCE 7. *:*COMMERCIAL GENERAL LIABILITY 8. *CITY OF RENTON INSURANCE INFORMATION FORM 9. *CITY OF RENTON STANDARD ENDORSEMENT FORM * Submit with Bid Submit at Notice of Award 'V. CONTRACT SPECIFICATIONS 1. AMENDMENTS TO THE STANDARD SPECIFICATIONS 2. SPECIAL PROVISIONS VI. APPENDICES A —Standard Plans B — Prevailing Hourly Minimum Wage Rates C —Soils Investigation D — Construction Stormwater General Permit VII. PLANS South Lake Washington Table of Contents Roadway Improvements i February 2012 City of Renton, Washington Project No. CAG 12 -021 Addendum No. 1 March 9, 2012 South Lake Washington Roadway Improvements (Garden Avenue Widening) TRANSPORTATION IMPROVEMENT BOARD (TIB): 9 -P- 102(014) -1 CONTRACT NO. CAG -12 -021 ADDENDUM NO. 1 TO THE CONTRACT DOCUMENTS Date of Issue: March 9, 2012 Date of Bid Opening: March 20, 2012 The Bid Documents for the above- named project are modified as described below. Bidders shall take this addendum into consideration when preparing and submitting their bids. Bidders shall attach this addendum to their copy of the Contract Documents and shall acknowledge receipt of this addendum in the space provided in the Proposal Form. Failure to do so may subject the bidder to disqualifications of his bid. THE BID DOCUMENTS ARE MODIFED AS FOLLOWS: The bid opening is changed to March 20, 2012 at 2:OOPM. 1. CONTRACT PROVISIONS CALL FOR BIDS (Attachment A -1A) Remove Call for bids. Replace with Addendum #1 Call for Bids 2. CONTRACT PROVISIONS INFORMATION AND CHECKLIST FOR BIDDERS (Attachment A -1131 REPLACE the 'INFORMATION AND CHECKLIST FOR BIDDERS' form in its entirety (2 pages) with the attached revised 'INFORMATION AND CHECKLIST FOR BIDDERS' form. The 'INFORMATION AND CHECKLIST FOR BIDDERS' form was revised to reflect the following: In Paragraph 3 delete "No other type of inquiry will be accepted." 3. CONTRACT PROVISIONS PROPOSAL (Attachment A -2) Page 1 of 15 City of Renton, Washington Project No. CAG 12 -021 Addendum No. 1 March 9, 2012 REPLACE the PROPOSAL in its entirety (1 page) with the attached revised PROPOSAL. The PROPOSAL was revised to reflect the following: In the second sentence of the third paragraph, change "10 calendar days" to "14 calendar days ". 4. CONTRACT PROVISIONS SCHEDULE OF PRICES (Attachment A -3) REPLACE the SCHEDULE OF PRICES in its entirety (7 pages) with the attached revised SCHEDULE OF PRICES. The SCHEDULE OF PRICES was revised to reflect the following: A. Bid Item #60 "PSIPE Pyrus calleryana 'Capital'/ Capital Flowering Pear, 10' -12' Ht, 2" Cal" was revised to read "PS Pyrus calleryana 'Capital'/ Capital Flowering Pear, 10' -12' Ht, 2" Cal ". B. Bid Item #61 "PSIPE Euonymus alatus'Compacta'/ Compact Burning Bush, 2 Gal Cont" was revised to read "PS Euonymus alatus'Compacta'/ Compact Burning Bush, 2 Gal Cont ". C. Bid Item #62 "PSIPE Hebe'Red Edge'/ NCN, 1 Gal Cont" was revised to read "PS Hebe'Red Edge'/ NCN, 1 Gal Cont. D. Bid Item #63 "PSIPE Juniperus horizontalis'Wintonii'/ Blue Rug Juniper, 1 Gal Cont" was revised to read "PS Juniperus horizontalis'Wintonii'/ Blue Rug Juniper, 1 Gal Cont ". E. Bid Item #64 "PSIPE Pinus mugo'Pumilio'/ Little Mugho Pine, 2 Gal Cont" was revised to read "PS Pinus mugo'Pumilio'/ Little Mugho Pine, 2 Gal Cont". F. Bid Item #65 "PSIPE Rhodendron'Blue Diamond/ Blue Diamond Rhododendron, 2 Gal Cont" was revised to read "PS Rhodendron'Blue Diamond/ Blue Diamond Rhododendron, 2 Gal Cont ". G. Bid Item 466 "PSIPE Rhodendron'PJM'/ PJM Rhododendron, 2 Gal Cont" was revised to read "PS Rhodendron 'PJM'/ PJM Rhododendron, 2 Gal Cont ". H. Bid Item #67 "PSIPE Thuja occidentalis 'Emerald Green'/ Arborvitae, 5' -6' Ht" was revised to read "PS Thuja occidentalis'Emerald Green'/ Arborvitae, 5' -6' Ht ". I. Bid Item #68 "PSIPE Viburnum davidii/ David Viburnum, 2 Gal Cont" was revised to read "PS Viburnum davidii/ David Viburnum, 2 Gal Cont ". J. Bid Item #69 "PSIPE Stipa tenuissima/ Mexican Feather Grass, 1 Gal Cont" was revised to read "PS Stipa tenuissima/ Mexican Feather Grass, 1 Gal Cont ". K. Bid Item #70 "PSIPE Fragaria chiloensis'Lipstick'/ Ornamental Strawberry, 1 Gal Cont" was revised to read "PS Fragaria chiloensis'Lipstick'/ Ornamental Strawberry, 1 Gal Cont ". L. Bid Item #75 "Plant Establishment -2 Year" was added. M. Subtotal and Sales Tax line items were added. S. CONTRACT PROVISIONS PROPOSAL BOND (Attachment A -4) Page 2 of 15 City of Renton, Washington Project No. CAG 12 -021 Addendum No. 1 March 9, 2012 REPLACE the PROPOSAL BOND in its entirety (1 page) with the attached revised PROPOSAL BOND. 6. CONTRACT PROVISIONS CONTRACTS OTHER THAN FEDERAL —AID FHWA (Attachment A -S) A. REPLACE the CONTRACTS OTHER THAN FEDERAL —AID FHWA in its entirety (4 pages) with the attached revised CONTRACTS OTHER THAN FEDERAL —AID FHWA. The CONTRACTS OTHER THAN FEDERAL —AID FHWA was revised to reflect the following: o In Section 1), after "improvement by construction and installation of:" insert "South Lake Washington Roadway Improvements (Garden Avenue Widening) ". o In Section 2), REPLACE "as if hereto attached." with "as if hereto attached:" o In.Section 2), REPLACE the list of Contract documents with the following: "All parts as specified in Section 1 -04.2 of the Standard Specifications as amended by the APWA General Special Provisions (Special Provision 1- 04.2)." 7. CONTRACT PROVISIONS (Attachment A -6) LANDSCAPE AND IRRIGATION MAINTENANCE BOND This is a NEW form. INSERT the attached LANDSCAPE AND IRRIGATION MAINTENANCE BOND form within the 'IV. AGREEMENT FORMS' of the Contract Provisions. 8. CONTRACT PROVISIONS DIVISON 1 SPECIAL PROVISIONS — General Requirements: A. Supplement 'Special Conditions' in Section 1- 07.23(1) Construction Under Traffic of the Special Provisions with the following: Exceptions to the multiple lane closure hours above are as follows: a. The removal of the existing signal bridge at the intersection of N Park Drive /Logan Ave N and Garden Ave N shall occur between the hours of 8:00 PM to 5:00 AM. Refer to Section 1 -10.1 of the Special Provisions. b. For the installation of temporary construction channelization and final, permanent channelization, nightwork with multiple lane closures shall be allowed between the hours of 8:00 PM to 5:00 AM. The Contractor shall establish traffic control plans for the multiple lane closures per Section 1- 10.2(2) of the Special Provisions. c. For the installation of asphalt concrete overlay, nightwork with multiple lane closures shall be allowed between the hours of 8:00 PM to 5:00 AM. The Contractor Page 3 of 15 City of Renton, Washington Project No. CAG 12 -021 Addendum No. 1 March 9, 2012 shall establish traffic control plans for the multiple lane closures per Section 1- 10.2(2) of the Special Provisions. All other exceptions to the multiple lane closure hours as listed above are subject to review by the City. B. Supplement Section 1- 08.0(2) Work Hours of the Special Provisions with the following: Section 1- 08.0(2) is supplemented with the following: Noise Variance Conditions The City will obtain approval for up to 10 nights of non - consecutive noise variance dependent on the Contractor's Progress Schedule, pursuant to Renton Municipal Code Title VIII, Chapter 7, Section 8 -7 -8 and the Washington State Administrative Code (WAC) Chapter 173 -60, in order to perform construction activities for the Project. The approval will require a 30 calendar day processing period following acceptance of the Progress Schedule by the City. Contractor shall comply with the conditions of a Noise Variance to be issued by the City of Renton Development Services Director for work occurring between 10 pm and 7 am. Typically conditions of such a Noise Variance are as follows: 1. The permitted noise levels from 10 p.m. to 7 a.m., Monday through Friday, and10 p.m. to 9 a.m. Saturday and Sunday,shall not exceed a 78 dBA hourly average level or an 88 dBA instantaneous maximum noise level for the project. 2. All vehicles shall be equipped with ambient sensitive type back- up warning devices. The contractor may use back -up observers in lieu of back -up warning devices for all equipment except dump trucks, in compliance with WAC Chapters 296 -155 -610 and 296 - 155 -615. The contractor shall use back -up observers and back -up warning devices for dump trucks in compliance with WAC Chapter 296 - 155 -610. 3. All trucks performing export haul shall have rubber bed liners to reduce noise impacts. The use of other noise reducing material, such as sand may be used provided they result in comparable noise impact mitigation as rubber bed liners. The use of aluminum liners alone will not satisfy this mitigation requirement. 4. Truck tailgate banging is prohibited. All truck tailgates must be secured to Prevent excessive noise from banging. 5. The contractor or applicant shall provide a 24 -hour complaint number, as well as a list of designated contact persons to whom to register complaints or voice concerns. Page 4 of 1S City of Renton, Washington Project No. CAG 12 -021 Addendum No. 1 6. Initial resident complaints shall be responded to promptly by the designated contact person required in the above condition. if the same resident continues to have complaints about the noise levels, the contractor or applicant shall provide additional mitigation measures such as, but not limited to, shielding of noise source, reducing use of certain types of equipment, or providing motel accommodations. 7. Any unwanted material shall be removed by sweeping. No scraping type equipment shall be used during nighttime work to clean up unwanted materials in lieu of hand or street sweepers. Other normal construction uses of front -end loaders, track hoes, and dozers are allowed. 8. All jackhammers and pavement breakers used on the construction site shall be fitted with manufacturer's approved exhaust mufflers. Additionally, all jackhammers and pavement breakers used at the construction site shall be enclosed with temporary noise shields, acoustical barrier enclosures, or noise barriers. 9. Stationary equipment such as light plants, generators, compressors, and jackhammers shall utilize noise mitigation shields such as noise blankets or noise shields. If the stationary equipment is certified for acceptable noise reduction without additional screening, then additional noise screening is not required. March 9, 2012 10. The applicant or contractor shall provide a monthly report listing the number of work nights used to date. 11. A copy of the noise variance and associated conditions shall be kept on the project construction site at all times. Payment All costs for compliance shall be incidental to the performance of the Contract. C. Replace the entire Section 1 -08.6 Suspension of Work of the Special Provisions with the following: Section 1 -08.6 is supplemented with the following: Contract time may be suspended for procurement of critical materials (Procurement Suspension). In order to receive a Procurement Suspension, the Contractor shall within 30 calendar days after execution by the Contracting Agency, place purchase orders for all materials deemed critical by the Contracting Agency for physical completion of the contract. The Contractor shall provide copies of purchase orders for the critical materials. Such Page 5 of 15 City of Renton, Washington Project No. CAG 12 -021 Addendum No. 1 March 9, 2012 purchase orders shall disclose the purchase order date and estimated delivery dates for such critical material. The Contractor shall show procurement of the materials listed below as activities in the Progress Schedule. If the approved Progress Schedule indicates that the materials procurement are critical activities, and if the Contractor has provided documentation that purchase orders are placed for the critical materials within the prescribed 30 calendar days, then contract time shall be suspended upon physical completion of all critical work except that work dependent upon the below listed critical materials: • Signal poles and mast arms • Luminaires, poles and arms • Signal Controller and Service Cabinet equipment Charging of contract time will resume upon the Contractors' delivery of the critical materials to the Contractor, or 90 calendar days after execution by the Contracting Agency, whichever occurs first. D. Supplement Section 1 -09.7 Mobilization of the Special Provisions with the following: Field Office For The Engineer's Staff The Contractor shall provide a field office on or adjacent to the Project Site for the use of the Engineer's staff within 5 Working Days from the Notice to Proceed Date. The field office, its location, and an alternate date if necessary, shall be subject to the approval of the Engineer and shall be established at the pre - construction meeting (see Section 1- 08.1(2)). The field office shall meet the following requirements: The field office shall be a weather -tight building; either portable or permanent structure a minimum of ten (10) feet wide with not less than 400 square feet of clear floor space, having at least one door, and a window area of not less than 60 square feet. Windows shall open to allow ventilation. Doors and windows shall be provided with bug screens. The interior walls shall be covered with material suitable for displaying Contract plans and progress charts, etc. To deter break -in and theft, window and door glass shall be protected with heavy security screens on metal frames bolted to the walls and doors. All doors shall have 2 locks each: one doorknob keyhole lock and 1 deadbolt cylinder lock, each with its own distinct key. The Contractor shall provide 6 sets of keys for each lock. The field office shall be level and, if portable, the structure shall be supported on blocks. If more than three (3) steps are required to enter the office, a floor -level landing of at least 12 square feet with railing shall be provided. Steps and landing shall be stable and slip resistant. A 3 sided boot brush ( "Scrusher" by Chasburg Manufacturing Co. or approved equal) center mounted on a 2 foot x 2 inch x 8 inch board shall be provided at each field office entrance. Page 6 of 15 City of Renton, Washington Project No. CAG 12 -021 Addendum No. 1 March 9, 2012 4. The Contractor shall be responsible for maintaining and cleaning the field office; repairing any damage to the structure, equipment and appurtenances; providing weekly janitorial services including supplying appropriate toilet room paper products; refilling applicable dispensers with drinking water cups, waterless hand cleaner with pumice, and paper towels; cleaning windows and sweeping floors; and emptying trash receptacles and recyclables, disposing trash, and relining trash receptacles and recycla bles. 5. The office shall be furnished with the following furniture, equipment and appurtenances reasonably presentable, in good working order, and acceptable to the Engineer: a. Office desk, 30" x 60" minimum size, with at least 4 drawers which can be locked with key & one of which is set up for file folders, 2 sets of keys each desk (three); b. Office table 36" x 72" (two), 1 Conference table 4' x 10'; c. Office chairs with seat & back cushion (eight); d. Four (4) drawer legal file steel cabinet (one) w /100 legal size folders and hanging folders, locking feature with 2 sets keys, and frame in each drawer to hold folders; e. Electric pencil sharpener (one); f. Metal trash receptacles and recycle bins for paper, plastics and glass; with trash liner inserts and 100 extra trash liners (3 each 41 quart size and 2 each 28 quart size); g. Color Photocopy /Color Printer /Color Scanner /Fax multifunction machine with multiple tray frontload including 3 paper trays (8 -1/2 x 11 -inch, 8 -1/2 x 14 -inch, and 11 x 17 inch) with the following: • Understorage cabinet, floor wheels to accommodate service technician. • Preset reduction to 50% and enlarge to 200% plus zoom in 1% increments. • Bypass tray • Replacement toner cartridge (1 cartridge for each color) • Capability to scan directly to PDF color at 300 dpi • Plain paper fax capable • Direct phone line connection and programmable capable to directly send scanned documents and faxes by e-mail. • 400 sheets of each size 20 lb. bright paper with no more than 30% recycle post- consumer content. • Repair and maintenance service contract with 4 hour service response on -site parts and labor; h. The Contractor shall provide a commercial grade broadband internet access (Cable or DSL at a minimum speed of 1.5 Mbps upload& download) between the field office and an Internet Service Provider (ISP). The Contractor shall provide for 24 Page 7 of 15 City of Renton, Washington Project No. CAG 12 -021 Addendum No. 1 March 9, 2012 hour technical support and a local or 1 -800 phone number to troubleshoot and maintain the broadband connectivity. The Contractor shall provide inside wiring to support a Local Area Network inside the field office and shall include a 4 -plex jack to at least 5 workstations (desk or table locations to be addressed at the pre - construction meeting per Section 1- 08.1(2)). The Contractor shall provide necessary equipment to allow internet connectivity and shall be configured to allow VPN access from individual machines to the City of Renton. Color Printer /Color Copier /Scanner /Fax multifunction machine shall be connected to the office network and programmed to send scanned documents by e-mail. The Contractor shall contact City of Renton IT Department at least 5 Working Days in advance for access to the City of Renton internal network; i. Eight (8) 20 foot (min. length each) power cord with multiple plug -in surge protector for each of 5 computers with monitors, 1 color printer /color copier /scanner /fax multifunction machine, plus 1 spare. j. Paper shredder: Type — strip cut, confetti, or x -cut; Capacity — can shred 5 to 7 sheets of paper at a time; Waste Bin — self- contained and attached to shredder; Throat Width — nine (9) inch minimum width; and must be capable of shredding paper clips and staples. k. White board (3'H x4'W) with eight (8) dry erase markers and 1 white board eraser. 6. Electric power of sufficient capacity to operate an electric heater, air conditioner, FAX machine, internet access, 5 computers with monitors, calculator, and lights. Field office shall be provided with a minimum of eight (8) duplex convenience electrical outlets. The office shall be illuminated at the tables and desks. An outdoor light fixture with a 150 watt bulb or approved equal shall be installed to effectively light the area around the office facility. 7. After obtaining inspection and approval of the field office electrical system and the proposed temporary power connection hook -up from City, the Contractor shall provide a minimum 15 Working Days advance notice to Puget Sound Energy requesting a temporary power drop and connection. Generators (gas and diesel) for producing electrical power will not be allowed unless the Engineer permits such in writing. 8. Contractor shall provide drinking water with disposable cup dispenser filled with cups; sanitary facilities including a flushing toilet and wash basin both with running water within the office; a waterless hand cleaner dispenser filled with waterless hand cleaner with pumice; and a paper towel dispenser filled with paper towels. The Contractor shall arrange for and provide temporary water service, and shall arrange for and provide temporary waste discharge to a sanitary or combined Sewer unless other sanitary disposal arrangements are arranged. Such provision may require excavation for installation and removal of temporary facilities including backfilling, temporary surface restoration, and other work as necessary. Page 8 of 15 City of Renton, Washington Project No. CAG 12 -021 Addendum No. 1 March 9, 2012 9. The Contractor shall provide both local and long distance telephone service with four (4) separate phone lines (two for voice, one for internet access, and one for FAX); two (2) each single line "touch- tone" phones; "Centraflex" service with "call pickup, voice mail, and call forwarding ". Each installation shall include 25 foot long extension cord between phone jack and instrument. 10. The Contractor shall provide heating and air - conditioning of sufficient capacity to heat the office to 70 degrees F within 1 hour, and to cool the office 15 degrees F within 1 hour. The field office shall be strictly for the use of the Engineer's staff. If the Contractor fails to provide a field office at the location on the date agreed to at the pre - construction meeting, the Engineer will provide Written Notice of such and shall have the right to withhold progress payments in accordance with Section 1- 09.9(3). If within 5 Working Days of the Engineer sending this Written Notice the Contractor has not provided the field office, then the Engineer will have the option to provide the field office. If the Engineer elects to provide the field office, the Engineer will give the Contractor a second Written Notice of such; will within three (3) Working Days of giving the second Written Notice provide the field office meeting the requirements specified in Section 1- 07.29; and will charge the Contractor by deducting from monies due or to become due the Contractor on progress payments, all costs associated with the field office as specified in Section 1- 07.29. Upon deliverance of the second Written Notice, the Contractor's right to provide the field office shall be forfeited. The field office, equipment, and appurtenances supplied by the Contractor shall revert to and be removed by the Contractor when the Engineer, via the Written Notice of Physical Completion to the Contractor, establishes the Physical Completion Date. If the Contractor removes, closes, or discontinues the services specified in Section 1 -07.29 prior to receiving the Written Notice of Physical Completion without first obtaining approval from the Engineer, the Contractor will be charged Liquidated Damages in accordance with Section 1- 08.9. All costs for the work required to provide and maintain the field office including regular expenses for telephone, internet, electricity, etc.; incidental constructions to accommodate; and to procure all permits and licenses required for the field office to meet the requirements of Section 1- 07.29, shall be included in the lump sum Contract Price Bid for "Mobilization." All costs for the work required to relocate the field office, if required, shall be considered incidental to the Bid item "Mobilization." Delete the last sentence of paragraph 3 of Section 1- 10.2(2) Traffic Control Plans of the Special Provisions: 9. CONTRACT PROVISIONS Page 9 of 15 City of Renton, Washington March 9, 2012 Project No. CAG 12 -021 Addendum No. 1 DIVISON 2 SPECIAL PROVISIONS — Earthwork: A. The 10`h paragraph of Section 2 -03.3 Construction Requirements of the Special Provisions is revised to read: If the native materials become saturated, it shall be the responsibility of the Contractor to dry the materials, to the optimum moisture content. If sufficient acceptable native soils are not available to complete construction of the roadway embankment, Crushed Surfacing Base Course meeting the requirements of Section 9- 03.9(3) of the Standard Specifications shall be used. B. Insert the following into Section 2 -09 Structure Excavation of the Special Provisions: 2 -09.4 Measurement Section 2 -09.4 is revised as follows: The 10`h paragraph is replaced with the following: Gravel backfill, except when used as bedding for culvert, storm sewer, sanitary sewer, manhole, and catch basins, shall be crushed surfacing base course and will be measured by the ton in place determined by the neat lines required by the Plans. 10. CONTRACT PROVISIONS DIVISON 6 SPECIAL PROVISIONS — Structures: All paint colors in the paint color table under 6 -07.2 Materials, page SP 82, shall be revised to read: RAL 9005TX "Jet Black" 11. CONTRACT PROVISIONS DIVISON 7 SPECIAL PROVISIONS — Drainage Structures, Storm Sewers, Sanitary Sewers, Water Mains, and Conduits: A. The 6 1 paragraph of Section 7- 05.3(1) Adjusting Manholes and Catch Basins to Grade of the Special Provisions is revised, noting the following underlined revision: In asphalt concrete pavement: Manholes shall not be adjusted until the pavement is completed, at which time the center of each manhole shall be carefully relocated from references previously established by the contractor. The pavement shall be cut in a restricted area and base material be removed to permit removal of the cover. The manhole shall then be brought to proper grade utilizing the same methods of construction as for the manhole itself. The cast iron frame shall be placed on the concrete blocks and wedged up to the desired grade. The asphalt concrete pavement shall be cut and removed to a neat circle, the diameter of which shall be equal to the outside diameter of the cast iron frame plus two Page 10 of 15 City of Renton, Washington Project No. CAG 12 -021 Addendum No. 1 March 9, 2012 feet. The base materials and crushed rock shall be removed and Class 3000 or Commercial Portland Cement Concrete shall be placed so that the entire volume of the excavation is replaced up to within but not to exceed 2 inches of the finished pavement surface. On the day following placement of the concrete, the edge of the asphalt concrete pavement, and the outer edge of the casting shall be painted with hot asphalt cement. HMA Cl. %2" PG 64 -22 per Section 9 -03.8 shall then be placed and compacted with hand tampers and a patching roller. The complete patch shall match the existing paved surface for texture, density, and uniformity of grade. The joint between the patch and the existing pavement shall then be carefully painted with hot asphalt cement or asphalt emulsion and shall be immediately covered with dry paving sand before the asphalt cement solidifies. The inside throat of the manhole shall be thoroughly mortared and plastered. B. Revise the last sentence of the paragraph of Section 7- 05.3(3) Connections to Existing Manholes of the Special Provisions to read: Where directed by the engineer or where shown on the plans, additional structure channeling will be required and shall be incidental to the unit contract price for 'Connection to Drainage Structure ". C. Replace the entire Section 7 -08.4 Measurement of the Special Provisions with the following: The first paragraph of Section 7 -08.4 is revised as follows: Gravel backfill for foundations, or gravel backfill for pipe zone bedding when used for foundations, shall be measured by the ton, including haul, as specified in 2 -09. 12. CONTRACT PROVISIONS DIVISON 8 SPECIAL PROVISIONS — Miscellaneous Construction: A. Supplement Section 8 -01.5 Payment of the Special Provisions with the following: All costs associated with tree /shrub protection shall be included in the lump sum contract price for "Stormwater Pollution Prevention Plan (SWPPP) ". B. The first sentence of Section 8 -02.1 Description of the Special Provisions is revised to read: All plant materials required by the Bid Documents shall be plant selection (PS) per the Standard Specifications. C. Delete the last paragraph of Section 8- 02.3(8) Planting of the Special Provisions: D. The first sentence of Section 8 -02.3(13) Plant Establishment of the Special Provisions is revised to read: Page 11 of 15 City of Renton, Washington Project No. CAG 12 -021 Addendum No. 1 March 9, 2012 Plant establishment shall consist of insuring resumption and continued growth of all planted material including trees, shrubs, ground cover, lawn sod and seeded areas for a period of two (2) years. E. Section 8- 02.3(18) is a new section: 8- 02.3(18) Landscape and Irrigation Maintenance Bond Section 8 -02.3(18) is a new section: The contractor shall be required to furnish a Landscape and Irrigation Maintenance Bond upon completion of landscape and irrigation work that shall be for 2 years and be set at 15% of the construction costs for PS plantings, seeded lawn installation and Automatic Irrigation system, complete. F. Replace the entire Section 8 -02.5 Payment of the Special Provisions with the following: Section 8 -02.5 is supplemented as follows: Payment will be made in accordance with Section 1 -04.1, for the following bid item when included in the proposal: "Topsoil Type A ", per cubic yard. "PS Pyrus calleryana 'Capital'/ Capital Flowering Pear, 10' -12' Ht, 2" Cal ", per each. "PS Euonymus alatus'Compacta'/ Compact Burning Bush, 2 Gal Cont ", per each. "PS Hebe'Red Edge'/ NCN, 1 Gal Cont ", per each. "PS Juniperus horizontalis'Wintonii'/ Blue Rug Juniper, 1 Gal Cont ", per each . "PS Pinus mugo'Pumilio'/ Little Mugho Pine, 2 Gal Cont ", per each. "PS Rhodendron 'Blue Diamond/ Blue Diamond Rhododendron, 2 Gal Cont ", per each. "PS Rhodendron 'PJM'/ PJM Rhododendron, 2 Gal Cont ", per each. "PS Thuja occide nta [is 'Emerald Green'/ Arborvitae, 5' -6' Ht ", per each. "PS Viburnum davidii/ David Viburnum, 2 Gal Cont ", per each. "PS Stipa tenuissima/ Mexican Feather Grass, 1 Gal Cont ", per each. "PS Fragaria chiloensis'Lipstick'/ Ornamental Strawberry, 1 Gal Cont ", per each. "Bark or Wood Chip Mulch ", per cubic yard. "Seeded Lawn Installation ", per square yard. "Relocate Existing Tree ", per each. "Property Restoration ", by force account as provided in Section 1 -09.6. "Plant Establishment - 2 Year ", per lump sum. "Relocate Existing Tree" shall be per the notes & details shown on the Plans. All excavation, haul, and disposal of surplus excavated material required for placing topsoil, mulch, and planting or relocation of trees and shrubs shall be included in the various items and no additional payment will be made. Page 12 of 15 City of Renton, Washington Project No. CAG 12 -021 Addendum No. 1 March 9, 2012 The contract bid price for "PS" per each, shall be full compensation for all labor, material, tools, equipment, and supplies necessary to fine grade, produce, plant, cultivate and cleanup for the particular items called for in the Plans. "Plant Establishment - 2 Year", shall be paid upon certification that all landscape and Irrigation work in this contract has been completed, constituting Completion of Initial Planting per Section 8- 02.3(12) of the Standard Specifications, and accepted in accordance with Section 8- 02.3(13) of the Standard Specifications and Sections 8- 02.3(18) and 8 -03 of the Special Provisions, and shall include the cost of the Landscape and Irrigation Maintenance Bond provided under Section 8- 02.3(18) of the Special Provisions. G. Replace the entire Section 8- 03.3(11) System Operation of the Special Provisions with the following: Section 8- 03.3(11) is supplemented with the following: The entire sprinkler system shall be guaranteed by the Contractor to give complete and satisfactory service for a period of one year from the date of Initial Planting Acceptance by the City of Renton. All system malfunctions within the one year period, which in the opinion of the Engineer, is due to faulty material or workmanship, shall be corrected, without delay, to the satisfaction of the Engineer at the Contractor's expense. H. Delete Section 8- 14.3(5) Ramp Detectable Warning Retrofit of the Special Provisions: 13. CONTRACT PROVISIONS DIVISON 9 SPECIAL PROVISIONS — Materials: Replace the entire Section 9- 29.10(2) Decorative Luminaires of the Special Provisions with the following: 9- 29.10(2) Decorative Luminaires Section 9- 29.10(2) is supplemented with the following: Decorative luminaires to be furnished and installed by the Contractor shall meet the general requirements of Section 9 -29 Illumination, Signals, and Electrical of the Standard Specifications. Page 13 of 15 City of Renton, Washington Project No. CAG 12 -021 Addendum No. 1 March 4, 2012 All electrical connections between modules are made with quick- disconnect connectors, all exposed hardware is stainless steel, EDPM and /or silicone gasketing are applied. Finish: See Section 6 -07.2 for paint color requirements. Decorative Roadway Luminaire (Type 1) Type I luminaires shall be Domus 55 Series LED 70 -watt, 4000K color temperature with a flat glass lens and internal mounting driver (DMS55 LE3F) by Lumec (or approved equal) IES -ANSI Light distribution pattern: Lateral: Type III Vertical: Short Control: Cutoff Decorative Roadway Luminaire (Type II) Decorative Type II luminaires shall be Domus 55 Series LED 105 -watt, 4000K color temperature with a flat glass lens and internal mounting driver (DMS55, LE3F or LE4F per Luminaire Schedule in Plans) by Lumec (or approved equal) IES -ANSI Light distribution pattern: Lateral: Type III or Type IV Vertical: Short or Medium Control: Full Cutoff 14. PLANS REPLACE the plan sheets listed below with the attached revised plan sheets. The plan sheets were revised to reflect the following: • Roadway Plan, Sheet 16 — Revised utlility notes and call -outs • Illumination Plan, Sheet 21— Revised wattages of LED luminaires on the Luminaire Schedule. • Illumination Plan, Sheet 22 — Revised wattages of LED luminaires on the Luminaire Schedule. • Illumination Plan, Sheet 23 — Revised wattages of LED luminaires on the Luminaire Schedule and revised Panel Schedule. • Illumination Plan, Sheet 24 — Revised wattages of LED luminaires on the Luminaire Schedule. • Illumination Details, Sheet 26 — Revised luminaire, pole and arm details and revised paint color. • Signal Plan, Sheet 28 — Revised LED luminaire wattages in pole construction notes #1 - #4. • Signal Pole Specifications, Sheet 30 — Revised "Paint Specifications" and pedestrian pushbutton mounting heights and modified Signal Standard Detail Chart. • Detour Plan, Sheet 48 —Added signs. • Construction Channelization Plans, Sheets 50 -53 — Revised Temporary Channelization Note #1 and Construction Channelization Legend. Page 14 of 15 City of Renton, Washington Project No. CAG 12 -021 Addendum No. 1 March 9, 2012 NOTE: A completed copy of the "Acknowledgement of Receipt of Addenda" form found in the Project Manual referencing this Addendum, and any subsequent addenda, must be submitted with the Bid. ALL OTHER REQUIREMENTS OF THE CONTRACT DOCUMENTS REMAIN IN EFFECT THE CITY OF RENTON d� obert M. Hanson, P E. Transportation Design Supervisor Page 15 of 15 City of Renton Contract Provisions for South Lake Washington Roadway Improvements (Garden Avenue Widening) I. CALL FORBIDS CAG -12 -021 CITY OF RENTON REVISED CALL FOR BIDS South Lake Washington Roadway Improvements (Garden Avenue Widening) Sealed bids will be received by the City of Renton, Washington, at the City Clerk's Office located on the 7th floor of Renton City Hall, 1055 S Grady Way, Renton, WA, 98057, until 2:00 PM on Tuesday. March 20, 2012, at which time the bid packages will be opened and publicly read in conference room #511, located on the 5th floor of Renton City Hall, for the South Lake Washington Roadway Improvements (Garden Avenue Widening) Project. The work to be performed within 80 working days from the date of Notice to Proceed consists of providing all materials, equipment, tools, labor and other work or items incidental thereto for the construction of approximately roadway and utility improvements including clearing and excavation, removal of pavements and utilities, paving with asphalt and cement concrete pavement, constructing curbs and sidewalks, storm sewer pipes and structures, traffic signal and illumination systems, landscaping and irrigation, and all other work necessary to complete the Work as specified and shown in the Contract Documents. The engineer's estimate is $2 million to $2.5 million. 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). Questions about the project shall be addressed to: James P. Wilhoit, City of Renton, Public Works Department, 1055 Grady Way, Fifth Floor, Renton, WA, 98057, phone (425) 430 -7319, jwilhoit @rentonwa.gov All bid proposals shall be accompanied by a bid proposal deposit in an amount equal to five percent (5 %) of the amount of such bid proposal. Should the successful bidder fail to enter into such contract and furnish satisfactory contract bond within the time stated in the specifications, the bid proposal deposit shall be forfeited to the City of Renton. The City's Fair Practices, Non - Discrimination, and Americans with Disability Act Policies shall apply. The City reserves the right to reject any and all bids or waive any informalities in the bidding and make the award as deemed to be in the best interest of the City. Bonnie I. Walton, City Clerk Updated: Builders Exchange of Washington, Inc. March 9, 2012 (http://www.bxwa.com) Published: Dailylournal of Commerce: March 13, 2012 City of Renton Contract Provisions for South Lake Washington Roadway Improvements (Garden Avenue Widening) II. INFORMATION FOR BIDDERS CITY OF RENTON SUMMARY OFAIMERICANS WITH DISABILITIES ACT POLICY ADOPTED BYRESOLUTIONNO. 3007 The policy of the City of Renton is to promote and afford equal treatment and service to all citizens and to assure employment opportunity to persons with disabilities, when the City of Renton can reasonably accommodate the disability. This policy shall be based on the principles of equal employment opportunity, the Americans With Disabilities Act and other applicable guidelines as set forth in federal, state and local laws. All departments of the City of Renton shall adhere to the following guidelines: (1) EMPLOYMENT PRACTICES - All activities relating to employment such as recruitment, selection, promotion, termination and training shall be conducted in a non- discriminatory manner. Personnel decisions will be based on individual performance, staffing requirements, and in accordance with the Americans With Disabilities Act and other applicable laws and regulations. (2) COOPERATION WYYH HUMAN RIGHTS ORGANIZATIONS - The City of Renton will cooperate fully with all organizations and commissions organized to promote fair practices and equal opportunity for persons with disabilities in employment and receipt of City services, activities and programs. (3) AMERICANS WITH DISABIJUMS ACT POLICY - The City of Renton Americans With Disabilities Act Policy will be maimained to facilitate equitable representation within the City work force and to assure equal employment opportunity and equal access to City services, activities and programs to all people with disabilities. It shall be the responsibility and the duty of all City officials and employees to carry out the policies and guidelines as set forth in this policy (4) CONTRACTOR$' OBLIGATION - Contractors, subcontractors, consultants and suppliers conducting business with the City of Renton shall abide by the requirements of the Americans With Disabilities Act and promote access to services, activities and programs for people with disabilities. Copies of this policy shall be distributed to all City employees, shall appear in all operational documentation of the City, including bid calls, and shall be prominently displayed in appropriate City facilities. CONCURRED IN by the City Council of the City of Renton, Washington, this 4th day of October 1993. C RENTON Mayor Attest: City CIerk South Lake Washington Roadway Improvements Summary of American Disabilities Act Policy February 2012 CITY OF RENTON SUMMARY OF FAIR PRACTICES POLICY ADOPTED BY RESOLUTION NO. 4085 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 all 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, this 7th day of March ,2011 CITY RENTON n Denis Law, Mayor Attest: Bonnie I. Walton, City Clerk South Lake Washington Roadway Improvements RENTON CITY COUNCIL uncil Pr ,sident SEA Summary of Fair Practices Policy February 2012 BIDDER'S CHECKLIST 1. BIDDER'S CHECKLIST 2. PROPOSAL BOND 3. PROPOSAL 4. NON - COLLUSION DECLARATION, NON - COLLUSION, ANTI - TRUST, MINIMUM WAGE AFFIDAVITS 5. N/A CERTIFICATION FOR FEDERAL -AID CONTRACTS 6. N/A DISADVANTAGED BUSINESS ENTERPRISE UTILIZATION CERTIFICATION 7. PROPOSAL- SIGNATURE PAGE 8. SUBCONTRACTOR LIST FORM 9. ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA The documents must be executed by the Contractor's Authorized Official(s) South Lake Washington Bidder's Checklist Roadway Improvements February 2012 Attachment A -16 9. Bidding Checklist Each bid must be submitted in a sealed envelope bearing on the outside the name and address of the Bidder, and the name and number of the project for which the bid is 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 time bids are due. a. Proposal — Bidders must bid on all items and all Schedules contained in the Proposal. 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. b. Non - Collusion Declaration c. Proposed Subcontractors — The Proposed Subcontractors List shall be submitted with your bid, in the same envelope. d. Bid Security /Bid Bond —The bid security accompanying the Proposal must in an amount not less than 5% of the total amount bid, including sales tax, if applicable, and may be in the form of a Bid Bond using the form included in these Contract Provisions, a certified or cashier's check made payable without reservation to the Director of Finance of the City of Renton. Surety must be authorized to do business in the State of Washington, and must be on the current Authorized Insurance List in the State of Washington per Section 1 -02.7 of the Standard Specifications. The bond form included in these Contract Provisions MUST be used; no substitute will be accepted. If an attorney -in -fact signs bond, a certified and effectively dated copy of their Power of Attorney must accompany the bond. 10. Contract Checklist The following forms are to be executed by the successful Bidder after the Contract is awarded. a. Agreement —Two copies to be executed by the successful Bidder. b. Contract Bond —Two copies to 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. The bond form included in these Bid Documents MUST be used; no substitute will be accepted. If an Attorney -in -fact signs bond, a certified and effectively dated copy of their Power of Attorney must accompany the bond. c. Certificates of Insurance —To be executed by an insurance company acceptable to the Owner, on ACORD Forms. Required coverages are listed in Section 1 -07.18 of the Special Provisions. The Owner, and KPG, Inc.; shall be named as "Additional Insureds" on the insurance policies. The above bid and contract documents must be executed by the Contractor's President or Vice - President if a corporation, or by a partner if a partnership. In the event another person has been duly authorized to execute contracts, a copy of the resolution or other minutes establishing this authority must be attached to the Proposal and Agreement documents. South Lake Washington Instructions to Bidders Roadway Improvements February 2012 Attachment A -113 INFORMATION AND CHECKLIST FOR BIDDERS The following supplements the information in the Call for Bids: 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. The Prevailing Wages in effect at time of Advertisement are provided in Appendix A. It is the Bidder's responsibility to obtain wage information for any work classifications that are not included. Certified payrolls will be required on a weekly basis from the Contractor, subcontractors of all tiers, and certain material manufacturers and deliverers, depending on the regulations. b. Traffic Control. This project is in a busy, congested area. Traffic Control and the safety of the travelling public will be paramount. c. NPDES Permit. The Contractor must secure the NPDES permit, rather than the City acquiring and transferring it. The Contractor shall be considered the operator of the construction site as described in the permit, and shall file the Notice of Intent as required in the permit, 60 days prior to discharging stormwater from the project. See Special Provision Section 1 -07.6 and 8- 01 for details, and Appendix D for the NPDES permit conditions. Any omissions, discrepancies or need for interpretation must be brought in writing to the attention of the Project Engineer. Written addenda to clarify questions that arise may then be issued. No oral statements by Owner, Engineer, or any other representative of the Owner shall, in any way, modify the Contract Documents, whether made before or after letting the contract. 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: James Wilhoit, or • Submit questions via e-mail: mailto: iwilhoit@rentonwa.gov. Put "S. Lake Wa" in the subject line 4. All bids must be self - explanatory. Partial bids will not be accepted. No opportunity will be offered for oral explanation except as the City may request further information on particular points. The bidder shall, upon request, furnish information to the City as to his 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 price of all schedules combined will be used to determine the low bidder. The owner reserves the right to award any or all schedules of the Bid to meet the needs of the City. 6. Payment for this work will be made in cash warrants. 7. Data from soils investigations is included as Appendix C, provided for informational purposes only. It is the bidders' responsibility to familiarize themselves adequately with the project site and existing subsurface condition as needed to prepare their bid. 8. The Contractor and all subcontractors of all tiers must be in possession of a current City of Renton business license while conducting work for the City. South Lake Washington Instructions to Bidders Roadway Improvements February 2012 City of Renton Contract Provisions for South Lake Washington Roadway Improvements (Garden Avenue Widening) Ill. PROJECT PROPOSAL Project: South Lake Washington Roadway Improvements (Garden Avenue Widening) Project No. CAG -12 -021 Company: T! _ i • . of Ju Development C• r:e • • Address: 1508 Valentine Ave SE Pacific. WA. 48047 -2103 Phone No: 206 575 -3200 Fax No: 20-6-575-3207 Bid Amount: $ 1.96a ft.65 Page 11 111. Project Proposal --- I ._ n..:i -- .-- C... --- n..........,.... ...... ......, b ........ ....... AI....... Attachment A -2 CITY OF RENTON South lake Washington Roadway Improvements (Garden Avenue Widening) CAG -12 -021 PROPOSAL TO THE CITY OF RENTON RENTON, WASHINGTON Ladies and /or Gentlemen: The undersigned (Bidder) hereby certify that the Bidder has examined the location and construction details of the proposed work and has read and thoroughly understands the Contract Documents governing the work embraced in this improvement, and the nature of the work, and the method by which payment will be made for said work, and hereby proposes to undertake and complete the work detailed in and in accordance with these Contract Documents, and the following schedule of rates and prices. The Bidder understands that the quantities mentioned herein are approximate only and are subject to increase or decrease, and hereby proposes to perform all quantities of work as either increased or decreased in accordance with the Contract Documents. As evidence of good faith, (check one) IM bid bond, or ❑ cashier's check, or ❑ certified check made payable to the City of Renton equal to five percent (5 %) of the Total Bid Price is attached hereto. Bidder understands that, should this offer be accepted by Owner within 90 calendar days after the day of Bid Opening and the Bidder fails or refuses toe ter into an Agreement and furnish the required performance bond and liability insurance within 4 ca endar days after Notice of Award, the Contract shall be null and void and the Bid Deposit or Bon c a yl g this Proposal shall be forfeited and become the property of Owner as liquidated damages, all as provided for in the Contract Documents. Bidder hereby agrees to complete the Physical Work in all respects within 80 working days from the date of written Notice to Proceed. If the work is not completed within this time period, Bidder shall pay liquidated damages to Owner as specified in Section 1-08.9 of the Standard Specifications. In addition, Bidder shall compensate Owner for actual engineering inspection and supervision costs and any other legal fees incurred by Owner as a result of such delay. ICON Materials South Lake Washington (dba of CPM Devsoment Corp.) Proposal Roadway Improvements February 2012 Page 4 -A - O..:I A-- C....M........ -$ 1 A I A I.... C... L........ ..-- AI......... \Iw.:i.. Cw.. l.. Attachment A -3 SCHEDULE OF PRICES SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS (GARDEN AVENUE WIDENING) ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE 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, i. e. to two (2) decimal places (including for whole dollar amounts). All figures must be clearly legible. Bids with illegible figures in the Unit Price column will be rejected as unresponsive. It is recommended that all figures be typed and not hand- written. However, it is not a requirement that figures be typed. Bidders who submit hand -written bids will be requested, but not required, to provide typed versions of their bids within twenty-four (24) hours of bid opening in order to expedite review, tabulation and analysis of bids by the City to determine lowest responsive, responsible bidder. 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 Item Description Quantity Unit Unit Price* Amount Sect on SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS (GARDEN AVENUE WIDENING) 1 Minor Changes 1 -04 1 EST $50,000.00 $50,000.00 2 Surveying 1 -05 1 LS l2 2 3 SPCC Plan 1 -07 1 LS 350.00 _350 100 4 Resolution of Utility Conflicts 1 -07 1 EST $20,000.00 $20,000.00 5 Utility Potholing 1 -07 1 EST $20,000.00 $20,000.00 6 Pedestrian Control and Protection 1 -07 1 LS 700 +00 -IM, 00 7 Type B Progress Schedule (Min. Bid $5,000) 1 -08 1 LS 5 0 .O 8 Mobilization 1 -09 1 LS 9 Project Temporary Traffic Control 1 -10 1 LS ' 10 Traffic Control Supervisor 1 -10 1 LS f 11 Flaggers and Spotters 1 -10 3,200 HR 00 12 Uniformed Police Officer 1 -10 120 HR 55 . 13 Other Traffic Control Labor 1 -10 800 HR 4S - 14 Sequential Arrow Sign 1 -10 81000 H R • 89c) , 00 15 Portable Changeable Message Sign 1 -10 4,000 HR 2.00 8 O ,00 16 Clearing and Grubbing 2 -01 1 LS 2-1300,00 2 300.00 17 Roadside Cleanup 2 -01 1 EST $5,000.00 $5,000.00 South Lake Washington Roadway Improvements ICON Materials Schedule of Prices (dba of CPM DBveloPmsnt 00170 February 2012 Page 5 0—AA-A �- Q,,NAe C,...ti­e n: \A /A I— r:–, .­ r..,ai+i­ A...ve.., + we ....., rte. -A %resit„ C-1- Attachment A -3 SCHEDULE OF PRICES SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS (GARDEN AVENUE WIDENING) ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE 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, I. e. to two (2) decimal places (including for whole dollar amounts). All figures must be clearly legible. Bids with illegible figures in the Unit Price column will be rejected as unresponsive. It is recommended that all figures be typed and not hand- written. However, it is not a requirement that figures be typed. Bidders who submit hand - written bids will be requested, but not required, to provide typed versions of their bids within twenty -four (24) hours of bid opening in order to expedite review, tabulation and analysis of bids by the City to determine lowest responsive, responsible bidder. 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. Item Description Spec. Section Quantity Unit Unit Price Amount 18 SOUTH • • ROADWAY IMPROVEMENTS Removal of Structure and Obstruction 2 -02 (GARDEN 1 LSL� 19 Sawcutting 2 -02 1,280 LF , 0o g .� 20 Removing Cement Conc. Pavement 2 -02 60 SY 6.00 C) 21 Removing Asphalt Conc. Pavement 2 -02 500 SY 5.0o 2 5cozo 22 Removing Cement Conc. Sidewalk 2 -02 630 SY 4.00 2 SZD.OD 23 Removing Asphalt Conc. Sidewalk 2 -02 S30 SY �O`o0 24 Removing Cement Conc. Curb and Gutter 2 -02 11620 LF 2.00 25 Abandon and Fill Storm Drain Pipe 2 -02 150 LF 114.00 2 , 26 Structure Excavation Class B, Incl. Haul 2 -09 200 CY ILA-00 2 g , 27 Shoring or Extra Excavation Class B 2 -09 600 SF 28 Crushed Surfacing Base Course 4 -04 1,010 TON 29 HMA Cl 1/2" PG 64 -22 for Overlay S -04 1,160 TON -1$ . X `) go` 30 HMA Cl 1/2" PG 64 -22 S -04 430 TON 12-7. 00 31 Planing Bitumimous Pavement 5 -04 3,000 SY :3,50 32 Job Mix Compliance Price Adjustment S -04 1 CALC $0.00 $0.00 33 Compaction Price Adjustment 5 -04 1 CALC $0.00 $0.00 34 Cement Conc. Pavement 5 -05 170 Cy 2t© .00 351100100 South Lake Washington Roadway Improvements ICON Materials (dba of GPM Development Gorp.) Schedule ar 2012 February 2012 Page 6 o..,,.,A-A w o..NA—... e ti .e F 1A /A i.,.. C, ....,.. r.,.,aaa­ A...ve..,a..a we ... ., h AN.....,r N1 44A' C-1- Attachment A -3 SCHEDULE OF PRICES SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS (GARDEN AVENUE WIDENING) ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE 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, i. e. to two (2) decimal places (including for whole dollar amounts). All figures must be clearly legible. Bids With illegible figures in the Unit Price column will be rejected as unresponsive. It is recommended that all figures be typed and not hand- written. However, it is not a requirement that figures be typed. Bidders who submit hand -written bids will be requested, but not required, to provide typed versions of their bids within twenty-four (24) hours of bid opening in order to expedite review, tabulation and analysis of bids by the City to determine lowest responsive, responsible bidder. 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. Item Description Spec. Section Quantity Unit Unit Price* Amount 3S SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS Corrosion Resistant Dowel Bar 5 -05 (GARDEN 450 AVENUE EA I'VIDENING) 14-CO 300,00 36 Tie Bar with Drill Hole 5 -05 300 EA I's, 00 37 Ductile Iron Storm Sewer Pipe 8 In. Diam. 7 -04 150 LFJr6,00 38 Solid Wall PVC Storm Sewer Pipe 4 In. Diam. 7 -04 30 LF 23. DO 39 Adjust Manhole 7 -05 10 EA 40 Adjust Catch Basin 7 -05 3 EA wOJOo Z 4MM 41 Catch Basin Type 1 7 -05 1 EA 0 /�/� 70WfW —700 DOrW 0 42 Catch Basin Type 2, 48 In. Diam. 7 -05 2 EA 2_,600,00 5 43 Catch Basin Type 2, 84 In. Diam. 7 -05 1 EA 16',0001co 16 44 Concrete Inlet 7 -05 4 EA 600,002 goo, 45 Connection to Drainage Structure 7 -05 5 EA 280/ 1 L100, 46 Storm Round Frame and Cover 7 -05 6 FA 90010 8 47 Rectangular Frame and Vaned Grate 7 -05 3 EA 800,00 2 ! 48 Precast Filterra Unit, 6' x 4' 7 -06 1 EA 49 Precast Filterra Unit, 4' x 4' 7 -06 1 EA 3 �3 50 Adjust Valve Box 7 -12 10 EA 24 0J 0 21,100,00 51 Valve Casting and Lid 7 -12 10 EA 3LIO, 0o South Lake Washington Roadway Improvements iCON Materials Schedule of Prices (dba of CPM Development Corp.; February 2012 Page 7 r'1-....i.J..d ♦.. C). .. LJ..... C....L.. --- ..t 1AJA 1.... C... A.- ........n.+ - nn....... A.n........... Attachment A -3 SCHEDULE OF PRICES SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS (GARDEN AVENUE WIDENING) ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE 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, I. e. to two (2) decimal places (including for whole dollar amounts). All figures must be clearly legible. Bids with illegible figures in the Unit Price column will be rejected as unresponsive. It is recommended that all figures be typed and not hand- written. However, it is not a requirement that figures be typed. Bidders who submit hand - written bids will be requested, but not required, to provide typed versions of their bids within twenty-four (24) hours of bid opening in order to expedite review, tabulation and analysis of bids by the City to determine lowest responsive, responsible bidder. 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 Item Description Spec. Quantity Unit Unit Price* Amount No. Section SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS (GARDEN AVENUE WIDENING) 52 Hydrant Assembly 7 -14 1 EA 35044 is 350,Gb 53 Service Connection,1 1 /2 -In. Diam. w /1 -In. 7 -15 1 EA Meter Setter 2.0.50,6b 54 Manhole Frame and Cover 7 -17 4 EAIJD.DO 3 200.C�b 55 Inlet Protection 8 -01 32 EA 56 Silt Fence 8 -01 470 LF 3.00 57 Erosion /Water Pollution Control 8 -01 1 EST $10,000.00 $10,000.00 58 Stormwater Pollution Prevention Plan 8 -01 1 LS 325.00 325.00 59 Topsoil Type A 8 -02 330 CY 37.00 12 Zl0'00 60 PS Pyrus calleryana 'Capital'/ Capital Flowering 8 -02 5 EA Per, 10' -12' Ht 2" Cal ��' 61 PS Euonymus alatus'Compacta'/ Compact 8 -02 11 EA Burning Bush 2 Gal Cont 13.00 1143.00 62 PS Hebe 'Red Edge'/ NCN, 1 Gal Cont 8 -02 56 EA —1.00 392.00 63 PSJuniperus horizontalis'Wintonii'/ Blue Rug 8 -02 83 EA S WOLOO Juniper, Gal Cont 100 64 PS Pinus mugo'Pumilio'/ Little Mugho Pine, 2 8 -02 7 EA 14 q$ CO Gal Cont -00 - 65 PS Rhodendron'Blue Diamond/ Blue Diamond 8 -02 41 EA 1.7.00 1 00 Rhododendron, 2 1 Cont 66 PS Rhodendron'PJM'/ PJM Rhododendron, 2 8 -02 39 EA 115.00 '525M n 67 PSThuja occidentalis'Emerald Green'/ 8 -02 12 EA 22.00 2(o�.00 Arborvitae 5'-6' Ht 68 PS Viburnum davidii/ David Viburnum, 2 Gal 8 -02 31 EA 13.00 03.00 Cont South Lake Washington Roadway Improvements ICON Materials (dba of CPM Development Corp.) Page 8 f9-.-..:J -A •.- O..:I..1.. -.. C.. ---- ..G 1A /A I.... C ... .......... !".... A 4:...... A %I. ;i.. C....1.. Schedule of Prices February 2012 Attachment A -3 SCHEDULE OF PRICES SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS (GARDEN AVENUE WIDENING) ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE 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, I. e. to two (2) decimal places (including for whole dollar amounts). All figures must be clearly legible. Bids with illegible figures in the Unit Price column will be rejected as unresponsive. It is recommended that all figures be typed and not hand- written. However, it Is not a requirement that figures be typed. Bidders who submit hand - written bids will be requested, but not required, to provide typed versions of their bids within twenty-four (24) hours of bid opening in order to expedite review, tabulation and analysis of bids by the City to determine lowest responsive, responsible bidder. 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 Item Description Spec. Quantity Unit Unit Price* Amount No. Section SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS (GARDEN AVENUE WIDENING) 59 PS Stipa tenuissima/ Mexican Feather Grass, 1 8 -02 70 EA Gal Cont �� Ligo,o0 70 PS Fragaria chiloensis 'Lipstick'/ Ornamental 8 -02 250 EA Strawberry, I Cont 7.00 t l� ADO 71 Bark or Wood Chip Mulch 8 -02 40 CY 3L4 , 00 ` 72 Seeded Lawn Installation 8 -02 600 SY X00 q6a� 73 Relocate Existing Tree 8 -02 11 EA [13000 lll- }30,f�D 74 Property Restoration 8 -02 1 EST $2,000.00 $2,000.00 75 Plant Establishment - 2 Year 8 -02 1 LS 212M,00 2 1 WO. to 76 Automatic Irrigation System, Complete 8 -03 1 LS q._Z00,M 200,00 77 Repair Existing Irrigation System 8 -03 1 EST $15,000.00 $15,000.00 78 Cement Conc. Traffic Curb and Gutter 8 -04 900 LF 20`00 ES 0o0,00 79 Dual -Faced Cement Conc. Traffic Curb 8 -04 570 LF 1-7100 CLICAOIOD 80 Cement Conc, Pedestrian Curb 8 -04 90 LF tot .00 t r<o,ao 81 Cement Conc. Monolithic Curb 8 -04 890 LF R 100 82 Cement Conc. Driveway Entrance Type 3 8 -06 60 SY L10 X00 2.1400-CO 83 Raised Pavement Marker Type 1 8 -09 20 HUND 205.00 loo ,00 84 Raised Pavement Marker Type 2 8 -09 10 HUND So:oO 315co ,00 85 Beam Guardrail Non- Flared Terminal 8 -11 1 EA LAIS0011001 9 600. 00 South Lake Washington Roadway Improvements ICQN Materials M Devetorent Corp.! Schedule of Prices 6�JB Of +� February 2012 Dage 9 0­,;A-A 1n Gna.l...n C.,..L...n n.. ..f %ArA In.. C.....r....n 1-, AiF:,.nn A6.-,,, 4 /...if., 0-1^ Attachment A -3 SCHEDULE OF PRICES SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS (GARDEN AVENUE WIDENING) ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE 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, i. e. to two (2) decimal places (including for whole dollar amounts). All figures must be clearly legible. Bids with illegible figures in the Unit Price column will be rejected as unresponsive. It is recommended that all figures be typed and not hand- written. However, it is not a requirement that figures be typed. Bidders who submit hand - written bids will be requested, but not required, to provide typed versions of their bids within twenty-four (24) hours of bid opening in order to expedite review, tabulation and analysis of bids by the City to determine lowest responsive, responsible bidder. 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. Item Description Spec. Section Quantity Unit I Unit Price* Amount 1i SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS (GARDEN AVENUE WIDENING) 86 Monument case and cover 8 -13 5 EA 'ISO, 00 —1 t 250, CD 87 Adjust monument case and cover 8 -13 5 EA yas.00 2 � -ts.oa 88 Cement Conc. Sidewalk 8 -14 450 SY '1 13 0 10D 89 Cement Conc. Curb Ramp Type Parallel 8 -14 4 EA 90 Cement Conc. Curb Ramp Type Perpendicular 8 -14 1 EA 00 wo , CACIJ 91 Pedestrian Island 8 -19 1 LS 2 SCO'co 2.1500,00 500,OD 92 Traffic Island 8 -19 1 LS co 2 Xbtbd 9 3 Traffic Signal System, Complete 8 -20 1 LS -33S. an 9 4 4 Illumination System, Complete 8 -20 1 LS 740.11000,m 740,cc 7.Ob 95 Permanent Signing 8 -21 1 LS —1,000:00 7,0=p W 96 Paint Line 8 -22 3,300 LF . 20 0100 97 Plastic Stop Line 8 -22 250 LF L4 •Od t 1000 ,CID 98 Plastic Crosswalk Line 8 -22 630 SF -3 ,00 11 Scl 0 100 99 Plastic Traffic Arrow 8 -22 43 EA 0- -5,qq C, .00 100 Plastic Bicycle Lane Symbol 8 -22 5 EA X301100 (c50,06 101 Plastic Yield Line Symbol 8 -22 12 EA Zo.00 240,00 102 Plastic Bicycle Detection Symbol 8 -22 2 EA 15.00 150,00 South Lake Washington Roadway Improvements Page 10 ICON Materials schedule of Prices (dba of CPM Development Corp.) February 2012 Attachment A -3 SCHEDULE OF PRICES SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS (GARDEN AVENUE WIDENING) ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE 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, I. e. to two (2) decimal places (including for whole dollar amounts). All figures must be clearly legible. Bids with illegible figures in the Unit Price column will be rejected as unresponsive. It is recommended that all figures be typed and not hand- written. However, it is not a requirement that figures be typed. Bidders who submit hand -written bids will be requested, but not required, to provide typed versions of their bids within twenty-four (24) hours of bid opening in order to expedite review, tabulation and analysis of bids by the City to determine lowest responsive, responsible bidder. 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 Item Description Spec. Quantity Unit Unit Price* Amount No. Section SOUTH • ROADWAY IMPROVEMENTS ••r r 103 Removing Existing Traffic Markings 8-22 1 LS t ,0O ( (000 X00 104 Temporary Pavement Markings 8 -23 1 LS 2 AO Z 00; fb 105 Metal Hand Railing 8 -26 300 LF 010100 12-71000A 10Ei Bus Shelter Footing and Landing Pad 8 -27 1 LS $ CC0 j00 $ =0 Co Subtotal.......................................................................................... ............................... $ 1''1g 7,$g1.00 Washington State Sales Tax (9.5 %) ..................................................... ............................... $ TOTAL (SUBTOTAL PLUS SALES TAX) $ I'C 4%' `a6s The Contractor shall collect from the Contracting Agency retail sales tax on the contract price per APWA GSP 1- 07..2, Rule 170 and WAC 4S8 -20 -170. South Lake Washington Roadway Improvements ICON Materials (dba of CPM Development CorP•) Page 11 0.....iA—A 1­ 0-0,4,.... C....L......+..- 4:%AfA I.... C... r^. ....I:a:.....- A ...............a ...... ......, L....... ..... -. n�....,.... 1r.. _i., c__i_ Schedule of Prices February 2012 Failure to return this Declaration as part of the bid proposal package will make the bid nonresponsive and ineligible for award. NON - COLLUSION DECLARATION 1, by signing the proposal, 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 has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted. 2. That by signing the signature page of this proposal, I am deemed to have signed and have agreed to the provisions of this declaration. NOTICE TO ALL BIDDERS To report bid 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 "hotline" to report such activities. The "hotline" is part of USDOT's continuing effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the USDOT Inspector General. All information will be treated confidentially and caller anonymity will be respected. South Lake Washington Roadway Improvements Page 20 Non - Collusion Declaration Non - Collusion Declaration February 2012 Oct Proposal — Signature Page The bidder is hereby advised that by signature of this proposal he /she is deemed to have acknowledged all requirements and signed all certificates contained herein. A proposal guaranty in an amount of five percent (5 %) of the total bid, based upon the approximate estimate of quantities at the above process and in the form as indicated below is attached hereto: Certified Check Proposal Bond ❑ ($, Payable to the City of Renton ■ In the Amount of 510 of the Bid Receipt is hereby acknowledged of addendum(s) No.(s) 404c , I & Signature of Authorized Official(s) Proposal Must be Signed Firm Name ICON Materials (dba of CPM Development Corp) Address 1508 Valentine Ave SE Pacific. WA. 98047 -2103 City of Renton Business License No. BL.020544 State of Washington Contractor's License No. ICONM * *982CF Federal ID No. 91- 1272258 Note: 1) This proposal form is not transferable and any alteration of the firm's name entered hereon without prior permission from the City of Renton will be cause for considering the proposal irregular and subsequent rejection of the bid 2) Please refer to section 1 -02.6 of the standard specifications re: "Preparation of Proposal." South Lake Washington Proposal-Signature Page Roadway Improvements February 2012 Page 21 Proposal - Signature Page CPM DEVELOPMENT CORPORATION CORPORATE OFFICE • 5111 E BROADWAY • SPOKANE VALLEY, WA 99212 P.O. BOX 3366 • SPOKANE, WA 99220- 3366.OFFICE: (509) 534-6221 • FAX: (509) 534 -3839 CERTIFICATE OF AUTHORITY Please be advised, that the individuals whose names, titles and signatures appear below are authorized to execute proposals, contracts, bonds, and other documents and/or instruments on behalf of CPM Development Corporation, d/b /a ICON Materials. ICON Materials is a CPM Development Corporation trade name. Name and Title David Gent, General Manager B. E. Harjehausen, Construction Division Manager Pat Skube, Chief Estimator William M. Becker, Estimator/Project Manager Tim Davis, Sr. Civil Estimator STATE OF WASHINGTON ) ) ss. COUNTY OF SPOKANE } Signature Respectfully submitted, CPM DEVELOPMENT CORPORATION Susan L. Devaney Vice President of Finance and Assistant Secretary On this day personally appeared before me Susan L. Devaney, known to me to be the person that executed the foregoing instrument, on behalf of CPM Development Corporation, d/b /a ICON Materials, and acknowledged said instrument to be the free and voluntary act of said corporation, for the uses and purposes therein mentioned. SUBSCRIBED and sworn to before me this S "_ day of MWCA 2011. KATHLEEN FRIZZELL Notary Public Sign ture of Notary State of Washington Fli FR 1 �E LL My Commission Expires Print or Type Name of Notary January 19. 2013 NOTARY PUBLIC in and for the State of Washington Residing at R/U My Commission expires on 6 0' CONCRETE 8 ASPHALT ` — wAS -",ot C CONCRBTE Central Pre -Mix Central Pre -Mix Inland Asphalt Co. Interstate Concrete ICON Materials Wenatchee Central Washington `" �> Subcontractor List Prepared in compliance with RCW 39.30.060 as amended To Be Submitted with the Bid Proposal Project Name: Sn_ 7.airp Vnnbingtnn RnnAwag T = _ ((_'are ion Ava Vidgning) Failure to list subcontractors who are proposed to perform the work of HVAC (heating, ventilation and air conditioning), plumbing, as described in Chapter 18.106 RCW, and electrical as described in Chapter 19.28 RCW, or naming more than one subcontractor to perform the same work will result in your bid being nonresponsive and therefore void. Subcontractor(s) that are proposed to perform the work of heating, ventilation and air conditioning, plumbing, as described in chapter 18.106 RCW, and electrical as described in chapter 19.28 RCW must be listed below. The work to be performed is to be listed below the subcontractor(s) name. The requirement to name the prime contract bidder's proposed HVAC, plumbing and electrical subcontractors applies only to proposed HVAC, plumbing, and electrical subcontractors who will contract directly with the prime contract bidder submitting the bid to the public entity. If no subcontractor is listed below, the bidder acknowledges that it does not intend to use any subcontractor to perform those items of work V Subcontractor Name Work to be Performed EL Subcontractor Name Work to be Performed Subcontractor Name Work to be Performed Subcontractor Name Work to be Performed Subcontractor Name Work to be Performed Bidder's are notified that in the opinion of the enforcement agency PVC or metal conduit, junction boxes, etc, are considered electrical equipment and must be installed by a licensed electrical contractor, even if the installation is for future use and no wiring or electric current is connected during the project. A licensed electrical contractor must be listed to perform the work. South Lake Washington Roadway Improvements Page 22 Subcontractor List ICON Materials 1 �iit9ili �•'Subcontraaor ust { �'`P1A February 2012 Y O Attachment A -4 Proposal Bond ICON Materials KNOW ALL MEN BY THESE PRESENTS, That we,(dba of CPM Development Corp.) of Pacific, WA. as principal, and the Fidelity and Deposit Company of Maryland a corporation duly organized under the laws of the state of Maryland , and Moe do business in the State of Washington, as surety, are held and firmly bound unto the in the full and penal sum of five (5) percent of the total amount of the bid proposal of sor the work hereinafter described, for the payment of which, well and truly to be made, we bind our heirs, executors, administrators and assigns, and successors and assigns, firmly by these presents. The condition of this bond is such, that whereas the principal herein is herewith submitting his or its sealed proposal for the following highway construction, to wit: CAG -12 -021 South Lake Washington Roadway Improvements (Garden Avenue Widening) 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 bond as required by the City of Renton within a period of twenty (20) 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 TESTIMONY WHEREOF, The principal and surety have caused these presents to be signed and sealed this 20th day of March 2012 ICON Materials (dba of CPM Development Corporation) (Principal) David Gent Fidelity E Deposit Co. of Maryland (Surety) (Attorney -in -Fact) South Lake washington Proposal Bond Roadway Improvements February 2012 Page 12 Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporation of the State of Maryland, by FRANK E. MARTIN JR., Vice President, and GERALD F. HALEY, Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of the By -Laws of said y, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the d ereby nominate, constitute and appoint David GENT, Bruce HARJEHAUSEN, Laurie D. BURY, Rob D. MEIDINGER and Karen RHINEHART, all of Pacific, W is g nt and Attomey -in- Fact, to make, execute, seal and deliver, for, and on ' ° : any and all bonds and undertakings,Any and all bid bonds is's 14 o CPM Development Corporation), Kent, Washington each in a eed 0 and the execution of such bonds or undertakings in pursuance of the sh as ' ° ompany, as fully and amply, to all intents and purposes, as if they had been duly and e regularly elected officers of the Company at its office in Baltimore, Md., in their own pr ower of attorney revokes that issued on behalf of David GENT, Bruce HARJEHAUSEN, L s. ARD, Jeffrey D. THOMAS, Susan QUINZEL, James RADICH, Paul D. SALISBURY, dated October 10, 2006. The said Assistant Secretary does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article VI, Section 2, of the By -Laws of said Company, and is now in force. IN WITNESS WHEREOF, the said Vice - President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 6th day of March, A.D. 2012. ATTEST: '�� Of Ppsl f State of Maryland ) ss: City of Baltimore f FIDELITY AND DEPOSIT COMPANY OF MARYLAND X-a -� Az-'�% FJ By: Gerald F. Haley Assistant Secretary Frank E. Martin Jr. Vice President On this 6th day of March, A.D. 2012, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came FRANK E. MARTIN JR., Vice President, and GERALD F. HALEY, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. Maria D. Adamski Notary Public My Commission Expires: July 8, 2015 PDXF 020 -8022U City of Renton Contract Provisions for South Lake Washington Roadway Improvements (Garden Avenue Widening) IV. AGREEMENT FORMS Attachment A -5 CONTRACTS OTHER THAN FEDERAL -AID FHWA THIS AGREEMENT, made and entered into this of 3 day of , 20 by and between THE CITY OF RENTON, Wa hington, a munigi al corporation of the State of W hington, hereinafter referred to as "CITY" and �CoV K , hereinafter referred to as "CONTRACTOR." WITNESSETH: 1) The Contractor shall within the time stipulated, (to -wit: within 80 working days from date of commencement hereof as required by the Contract, of which this agreement is a component part) perform all the work and services required to be performed, and provide and furnish all of the labor, materials, appliances, machines, tools, equipment, utility and transportation services necessary to perform the Contract, and shall complete the construction and installation work in a workmanlike manner, in connection with the City's Project (identified as Project No. CAG -12 -021) for improvement by construction and installation of South Lake Washington Roadway Improvements (Garden Avenue Widening): Roadway and utility improvements including log and excavation, removal of pavements and utilities, paving with asphalt and cement concrete pavement, constructing curbs and sidewalks, storm sewer pipes and structures, traffic signal and illumination systems, landscaping and irrigation systems. All the foregoing shall be timely performed, furnished, constructed, installed and completed in strict conformity with the plans and specifications, including any and all addenda issued by the City and all other documents hereinafter enumerated, and in full compliance with all applicable codes, ordinances and regulations of the City of Renton and any other governmental authority having jurisdiction thereover. It is further agreed and stipulated that all of said labor, materials, appliances, machines, tools, equipment and services shall be furnished and the construction installation performed and completed to the satisfaction and the approval of the City's Public Works Director as being in such conformity with the plans, specifications and all requirements of or arising under the Contract. The Contractor agrees to use recycled materials whenever practicable. 2) The aforesaid Contract, entered into by the acceptance of the Contractor's bid and signing of this agreement, consists of the following documents, all of which are component parts of said Contract and as fully a part thereof as if herein set out in full, and if not attached, as if hereto attached: All parts as specified in Section 1 -04.2 of the Standard Specifications as amended by the APWA General Special Provisions (Special Provision 1- 04.2). South Lake Washington Agreement Roadway Improvements February 2012 Attachment A -S 3) If the Contractor refuses or fails to prosecute the work or any part thereof, with such diligence as will insure its completion within the time specified in this Contract, or any extension in writing thereof, or fails to complete said work with such time, or if the Contractor shall be adjudged a bankrupt, or if he should make a general assignment for the benefit of his creditors, or if a receiver shall be appointed on account of the Contractor's insolvency, or if he or any of his subcontractors should violate any of the provisions of this Contract, the City may then serve written notice upon him and his surety of its intention to terminate the Contract, and unless within ten (10) days after the serving of such notice, such violation or non - compliance of any provision of the Contract shall cease and satisfactory arrangement for the correction thereof be made, this Contract, shall, upon the expiration of said ten (10) day period, cease and terminate in every respect. In the event of any such termination, the City shall immediately serve written notice thereof upon the surety and the Contractor and the surety shall have the right to take over and perform the Contract, provided, however, that if the surety within fifteen (15) days after the serving upon it of such notice of termination does not perform the Contract or does not commence performance thereof within thirty (30) days from the date of serving such notice, the City itself may take over the work under the Contract and prosecute the same to completion by Contract or by any other method it may deem advisable, for the account and at the expense of the Contractor, and his surety shall be liable to the City for any excess cost or other damages occasioned the City thereby. In such event, the City, if it so elects, may, without liability for so doing, take possession of and utilize in completing said Contract such materials, machinery, appliances, equipment, plants and other properties belonging to the Contractor as may be on site of the project and useful therein. 4) The foregoing provisions are in addition to and not in limitation of any other rights or remedies available to the City. 5) Contractor agrees and covenants to hold and save the City, its officers, agents, representatives and employees harmless and to promptly indemnify same from and against any and all claims, actions, damages, liability of every type and nature including all costs and legal expenses incurred by reason of any work arising under or in connection with the Contract to be performed hereunder, including loss of life, personal injury and/or damage to property arising from or out of any occurrence, omission or activity upon, on or about the premises worked upon or in any way relating to this Contract. This hold harmless and indemnification provision shall likewise apply for or on account of any patented or unpatented invention, process, article or appliance manufactured for use in the performance of the Contract, including its use by the City, unless otherwise specifically provided for in this Contract. In the event the City shall, without fault on its part, be made a party to any litigation commenced by or against Contractor, then Contractor shall proceed and hold the City harmless and he shall pay all costs, expenses and reasonable attorney's fees incurred or paid by the City in connection with such litigation. Futhermore, Contractor agrees to pay all costs, expenses and reasonable attorney's fees that may be incurred or paid by City in the enforcement of any of the covenants, provisions and agreements hereunder. Nothing herein shall require the Contractor to indemnify the City against and hold harmless the City, from claims, demands or suits based solely upon the conduct of the City, its officers or employees and provided further that if claims or suits are caused by or result from the concurrent negligence of (a) the Contractor's agents or employees and (b) the City, its agents, officers and employees, and involves those actions covered by RCW 4.24.115, this indemnity provision with respect to claims or suits based upon such concurrent negligence shall be valid and enforceable only to the extent of the Contractor's negligence or the negligence of the Contractor's agents or employees. 6) Any notice from one party to the other party under the Contract shall be in writing and shall be dated and signed by the party giving such notice or by its duly authorized representative of such party. Any such notice as heretofore specified shall be given by personal delivery thereof or by depositing same in the United States mail, postage prepaid, certified or registered mail. South Lake Washington Agreement Roadway Improvements February 2012 7) The Contractor shall commence performance of the Contract no later than 10 calendar days after Contract final execution, and shall complete the full performance of the Contract not later than 80 working days from the date of commencement. For each and every working day of delay after the established day of completion, it is hereby stipulated and agreed that the damages to the City occasioned by said delay will be the sum of per Section 1 -08.9 of Standard Specifications as liquidated damages (and not as a penalty) for each such day, which shall be paid by the Contractor to the City. 8) Neither the final certificate of payment not any provision in the Contract nor partial or entire use of any installation provided for by this Contract shall relieve the Contractor of liability in respect to any warranties or responsibility for faulty materials or workmanship. The Contractor shall be under the duty to remedy any defects in the work and pay for any damage to other work resulting therefrom which shall appear within the period of one (1) year from the date of final acceptance of the work, unless a longer period is specified. The City will give notice of observed defects as heretofore specified with reasonable promptness after discovery thereof, and Contractor shall be obligated to take immediate steps to correct and remedy any such defect, fault or breach at the sole cost and expense of Contractor. The Contractor agrees the above one year limitation shall not exclude or diminish the City's rights under any law to obtain damages and recover costs resulting from defective and unauthorized work discovered after one year but prior to the expiration of the legal time period set forth in RCW 4.16.040 limiting actions upon a contract in writing, or liability expressed or implied arising out of a written agreement. 9) The Contractor and each subcontractor, if any, shall submit to the City such schedules of quantities and costs, progress schedules, payrolls, reports, estimates, records and miscellaneous data pertaining to the Contract as may be requested by the City from time to time. 10) The Contractor shall furnish a surety bond or bonds as security for the faithful performance of the Contract, including the payment of all persons and firms performing labor on the construction project under this Contract or furnishing materials in connection with this Contract; said bond to be in the full amount of the Contract price as specified in Paragraph 12. The surety or sureties on such bond or bonds must be duly licensed as a surety in the State of Washington. 11) The Contractor shall verify, when submitting fast payment invoice and annually thereafter, possession of a current City of Renton business license while conducting work for the City. The Contractor shall require, and provide verification upon request, that all subcontractors participating in a City project possess a current City of Renton business license. The Contractor shall provide, and obtain City approval of, a traffic control plan prior to conducting work in City right -of -way. 12) The total amount of this contract is the sum of $1,968,690.65 num One Million Nine Hundred Sixty Eight Thousand Six Hundred Ninety Dollars & 65/100 wr en wor s which includes Washington State Sales Tax. Payments will be made to Contractor as specified in the "Special Provisions" of this Contract. South Lake Washington Agreement Roadway Improvements February 2012 age 27 rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale IN WITNESS WHEREOF, the City has caused these presents to be signed by its Mayor and attested by its City Cleric and the Contractor has hereunto set his hand and seal the day and year first above - written. NTRACTOR CITY OF NTON Pm nt/Paitner %Owne Mayo Denis Law `'- •,, ' . ATTEST Secretary Bonnie I. Walton, City alek -L ICON Materials d/b /a. pi CpIA neuA=ent Cot + ' • Firm . ame l ; uj check one Q Individual O Partnership. 0 Corporation Incorporated' in . _Wa Gt, i To n„ Attention:. If business is a CORPORATION, name.of. the corporation should be..listed.in full and both President and Secretary must sign the contract,. OR if one :'signature. is pernutted by corporation by- laws, a copy of the by -laws shall be furnished to, the City and.made apart of.the contract document. If.busihoss is :a. PARTNERSHIP, full name.: of each partner should be listed followed by d/b /a. (doing business. as) and firm- or tradename-, any one partner may sign the contract. If business es: an UNDIVIDVAL PROPRIETORS. HIP, the name of :the oWner should appear followed by d/b /a and name of the company. South lake Washington Roadway. improvements Page 28 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale Agreement February. 2012 BOND NO. 09083777 CONTRACT BOND TO THE CITY OF RENTON KNOW ALL MEN BY THESE PRESENTS: That we, the Undersigned ICON MATERIALS (DBA OF CPM. DEVELOPMENT CORPORATION) FIDELITY AND DEPOSIT COMPANY as -Print . ipral,: and OF MARYLAND corporation drgabized and `exittihg; Under the Jawg..bf the State of MARYLAND as -a -surety c6rpoNti6rv,. andquafffled. under the laws -,Oflh�e State of. Washington to becomo- -surety upon bonds of contractors with YOUhicipal corporations, as surety :ap4 firMly bo ijo.to the Clt.•af RqMon in the, penal 0 y are join#y- and severally -held y SUM -Of$ 1,968,690.85 the payment -.0 which sum on -demand we 'bind ourselves: 4nd.,*oLorsucce.ssor4j heirs,.admlqistratoks or person rep rese6tatimesi.as-the ca- .:May he. T . his,6bligatioij is entered Jnta pursuant-io -the statutes of the -Sitte.6f. Washington, the Ordi . nance of the City-of hent6n. . SALT LAKE CITY, UT Dated.at AND PACIFIC ;Washirigtpn, this .13TH day :of. APRIL Neiv.eithelessj the_.'C.Qhidtiohs: of the.above:obligation are such that:. WHrREA$,...Pnder-and pqrsuant.t.o PLjb1jc.W.odks1CqnStrUdion Contract. W.- 12--021 - providing for construction of the:South Lake Washington Roadway Ini0rovernents Warden Avenue Widening), the Pfiheipa'Uh.as accepted, ..or.isabout to- accept, :ihe�cohtrai:t, and undertake1d perfo rimlihLe work therein- prdVided"for in the ma .river and withi6thetimeset forth; NPW)._THEREFORE, this Perfo.rmant.e and Payment* Bond shall be satisfied :and -released on . IV. upon the condition that . P . ri . ncioal: T :Pahhfullywperforms-afl provisions..of the.-Contract-and chan es authorized by Owner inthe manner. and withirrtha time. s0e cified as_may be. ex�en'.000 under the Qo fittact • Pays all. laborets.,fnc6ha6its,.$u4cbnt-actDrs IoW ertWr'spbcontracto r s, persons, and all other persons or agents who supply jaborecIdipment, ormateriatsto -fhe Pro'ect; ip Indernniffies.-and holds.Owner, its officers, and agents hartriless-from and againstall clairns,,liabifities., .causes pfbqtic n, darnaps. d . rmatenla& by satisf ying a 1I . l 'l Ons,a!d-0e.Maqds4pturred* n erthe Contract, and reirnbursingand paying Owner all expenses thai..OWherrnay-ircUrihmakfng-gopo.-.any-d-efault.byPrincipal.-'and. s-O.Wnerharrii,ess,froryi4ll:c)iii' .liabil'ities,.causes of actib , ha mages. and -costs, including prDpe.rty 'canacesand *personal linjuries; resulting from any defect appearing or a .devel boinkjn the material provided or workmanship : performed under -th , • Pbys.all ta,xesw incurred'an said contract 0 ndertitle-.50' a n4'5 1 R6isedl Code. 6f Washington (RCW) and all l.taxes im-p.0sed.-.O.nih.e..P,,.in.ciple urider-Titlt.82 RCW,. 0 '!1 f* of. n The� indemnities -t Ovvne� sha also the:.bene it the.'Consulti g Engine&s and:other-Ae, i sign- pr6fessionals:rotained by *Qwher:!.n'.Conne.aioR.Wi.th.the .Project: Nocchange, extension d.f."tiMe', alteration, or addition to the -terms of the Contract: . or to the Work to be RprformeclVocler the= C6ntract shall in any way ..affect _SbT0ty's.obIig*tion on the, Perf rn6nce Bbhd; Surety hereby waives notice of any, change; extension of t4 ej altdration,or adciii i6n to' the terms-of-the South, Lake VVashlngton Bond to the.0ty of Renton Roadway tmprovernents February 2012 Page 29 Contract Bond to the City of Renton Provided to Builders Exchange of WA. Inc. For usage Con&,bons Agreement see vvww.bxwa.com - Always Verify Scale 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 Performance and Payment Bond shall automatically increase in a like amount. Any such increase shall not exceed twenty -five percent (25 %.) of the original amount of the Performance. and Payment 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. IN WITNESS WHEREOF, the parties have executed this instrument in.two (2) identical counterparts this 13TH day.of APRIL 2Q. 12. ICON MATERIALS (DBA OF CPM DEVELOPMENT CORPORATION) Principal nature: General Manager Title Name and address of local office of agent and/or Surety Company.:: FIDELITY AND DEPOSIT COMPANY OF MARYLAND Surety Signature 0 LISA HALL, ATTORNEY -IN -FACT Title MARSH USA RISK & INSURANCE SERVICES 15 W. SOUTH TEMPLE STE. 700 SALT LAKE CITY UT 84101 Surety companies executing bonds.m ust appear on the current Authorized insurance List in theState.of Washington per Section.1 -02.7 of the. Standard Specifications. South Lake: Washington Bond to the. C7ty of Renton Roadway improverrienrs February 2012. Page 30 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale SURETY ACKNOWLEDGMENT STATE OF UTAH COUNTY OF SALT LAKE } SS On this 13TH day of APRIL, 2012, before me personally came LISA HALL to me known, who, being by me duly sworn, did depose and say that she is an Attorney -In- Fact of FIDELITY AND DEPOSIT COMPANY OF MARYLAND the corporation described in and which executed the within instrument; that she knows the corporate seal of said corporation, that the seal affixed to the within instrument is such corporate seal, and that she signed the said instrument and affixed the said seal as Attorney -In -Fact of the Board of Directors of said corporation and by authority of this office under the Standing Resolutions thereof. Notary Public c ,y�' •' "'_- s;_ Notary Fubuc e . , dr=�SICA AANOLL' 1 �: U C r 1 M, Cortmi sionJExpires6 f atma uf Utah j Power of Attorney FIDELIrf AND DEPOSIT COMPANY OF MARYLAND KNOW ALL MEN BY THESE FRSENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporation of the State of Maryland, by FRANK E., MARTIN JR ,Vice President, and GREGORY E. MURRAY, Assistant Secretary, in pursuance of avhhority granted by Article Vl, Section 2, of the By -Laws of said �Y� which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the d ereby nominate, constitute and appoint Tina DAVIS, Lisa HALL and Lindsey GATES ity EACH its true and lawful agent and Attorney -in -Fact, to make, execute, seal and its ° d as its act and deed: any and all bonds and undertakings, and the exec o o suance of these presents, shall be as binding upon said Company, as ful irate if they had been duly executed and acknowledged by the regul ice in Baltimore, Md., in their own proper persons. This power of Atto th e VIS, Lisa HALL, dated July 19, 2010. The said Assistant at the extract set forth on the reverse side hereof is a true copy of Article Vl, Section 2, of the By- any, and is now in force. IN WITNESS OF, the said Vice - President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 18th day of July, A.D. 2011. ATTEST: 'gyp Df PCs �i 0 0 e n 1t" State of Maryland 1 ss: City of Baltimore f FIDELITY AND DEPOSIT COMPANY OF MARYLAND 4-- -_ ,ell Gregory E. Murray Assistant Secretary By: Frank E. Martin Jr. Vice President On this 18th day of July, A.D. 2011, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came FRANK E. MARTIN JR-, Vice President, and GREGORY E. MURRAY, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. Maria D. Adamski Notary Public My Commission Expires: July 8, 2015 POA -F 020 -8022 4 lei �4rr nu�`t Maria D. Adamski Notary Public My Commission Expires: July 8, 2015 POA -F 020 -8022 EXTRACT FROM BY -LAWS OF FIDELITY AND DEPOSI' COMPANY OF MARYLAND "Article VI, Section 2. The Chairman of the Board; or the President, or any f .utive Vice - President, or any of the Senior Vice - Presidents or Vice - Presidents specially authorized so to do by the Board o�'Directors or by the Executive Committee, shall have power, by and with the concurrence of 'the, Secretary or any one of :he :Assistant Secretaries, to appoint Resident Vice - Presidents, Assistant Vice - Presidents and Attomeys -in -Fact as the business, of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, u-- i-der.`,aking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrc es, mortgages and instruments in the nature of mortgages,...and to affix the seal of the Company thereto." CERTIFICATE I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and.1 do f irthix certify that the Vice - President who executed the said Power of Attorney was one of the additional Vice - Presidents specially authorized by the Board of Directors to appoint any Attorney -in -Fact as provided in Article VI, Section 2, of the By -Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called. and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice - President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company, this 13TH day of APRIL 2012 Assistant Secretary ° F htom 8 CITY OF RENTON FAIR PRACTICES POLICY AFFIDAVIT OF COMPLIANCE ICON Materials (dbe of CPM Developm Int Corp.) hereby confirms and declares that: (Name of contractor/subcontractor/consultant) It is the policy of the above -named contractor /subcontractor /consultant, to offer equal opportunity to all qualified employees and applicants for employment without regard to their race; religion /creed; national origin;ancestry; sex; the presence of a physical sensory, ornamental disability; age over 40; sexual orientation or gender identity; pregnancy; HIV /AIDS and Hepatitas status; use of a guide dog/service animal; marital status; parental /family status; military status; or veteran's status. II. The above -named contractor /subcontractor /consultant complies with all applicable federal, state and local laws governing non - discrimination in employment. III. When applicable, the above -named contractor /subcontractor /consultant will seek out and negotiate with minority and women contractors for the award of subcontracts. David Gent Print Agent /Representative's Name General Manager Print Agent /Representative's Title "__"t /Representative's Signature April 16, 2012 Date Signed Instructions: This document MUST be completed by each contractor, subcontractor, consultant and /or supplier. Include or attach this document(s) with the contract. South Lake Washington Roadway Improvements Fair Practices Policy Affidavit of Compliance February 2012 'age 31 Fair Practices Policy Affidavit of Compliance Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale CITY OF RENTON CONTRACT CAG -12 -021 ICON Materl;QNFINED SPACE ENTRY PROGRAM AFFADAVIT (dba of CPM Development Corp-1 hereby confirms and declares that it: (Name of contractor) 1. will be responsible for following all confined space requirements established by the provisions in WAC 296 -809 and its chapters, will coordinate entry operations with the City of Renton when employees from the contractor will be working in or near City confined spaces, and will communicate with the City regarding confined space entry operations exclusively through the City's assigned construction inspector and /or the City's project manager. 2. will discuss its intended entry operations with the City of Renton Public Works contact including the program followed during confined space entry and will debrief the City on any hazards confronted or created at the completion of entry operations. 3. will place signs stating, "Danger, Follow Confined Space Entry Procedure Before Entering" at each confined space to be entered, and will never leave the confined space open and unattended. David Gent Print Agent/Representative's Name General Manager Print Age resentative's Me i ent/Representative's Signature Date Signed Instructions: This document MUST be completed and submitted by the contractor prior to starting work on this contract. South Lake Washington Roadway Improvements Confined Space Entry Program Affidavit February 2012 gage 32 Confined Space Entry Program Affidavit Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale INSURANCE REQUIREMENTS FOR CITY OF RENTON The City of Renton requires the industry standards: • $1,000,000 Commercial General Liability, with $2,000,000 in the aggregate • $1,000,000 Auto Liability (Needed if a vehicle will be used in performance of work This would include delivery of products to worksire) • $1,000,000 Excess Liability (if required in contract, can be in tandem with CGL) • Proof of Workers' Compensation coverage (provide the number) • $1,000,000 Professional Liability (if required in contract) Requirements UNIQUE to the City of Renton: • Name the City of Renton as a Primary and Non - contributory Additional Insured on the policy • Due to a statement found at the upper right of the ACORD form, please provide the endorsement paee(s) from the policy0es). evidencing Primary & Non - contributory coverage • Modify the cancellation clause to state: "Should any of the above described policies be cancelled before the expiration date thereof, notice will be delivered in accordance with the policy provisions' • ISample Contract Lan a e • Put descriptive text of the project in the "Description of Operations" box • The certificate holder should read: City of Renton ATTN: (enter your City contact's name and department here) 1055 South Grady Way Renton, WA_ 98057 Direct any questions, comments or concerns to: Colleen Shannon — 425.430.7658/desk 425.430.7650/main 425.430.7665/fax cshannon@rentonwa.gov South Lake Washington Insurance Requirements Roadway Improvements February 2012 ,4cr�R CERTIFICATE OF LIABILITY INSURANCE DATEJMWDDYYYYI THIS CERTIFICATE Its ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND. EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICES BELOW THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING NSURER[S). AUTHORIZED REPRESENTATIVE OR PRODUCER AND THE CERTIFICATE HOLDER- IMPORTANT- ff the certificate holder is an ADDITIONAL INSURED. the polirgr{Res) must be endorsed_ If SUBROGATION IS VWIEU, subject to the terms and rwrltitions of the policy, certain policies may require an endorsement- A statement on this certificate does not corder rights to the certificate holder in lieu of such endorsernenljs� PRODUCER kAM& 1•A)i ""AIL - - POLICY NUMBER INSURE AFFORDNO COIERAOE NAIC a INSURED ' II/SURER A OENEItAL LIABILITY INSURER S IIVSIIER C a - INSURER D NSM" E i INSURER F: _. COVERAGES CERTIFICATE NUMBER_ REVISION NUMBER_ THE M TO CERifY THAT THE POLICIES OF 944.14W ICE LWED BELOW HAVE BEEN IMLED TO THE MIRED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. SANDING ANY REDLIIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCtAIENT WITH RESPECT TO WHICH THIS CERTIRCATE MAY BE ISSLED OR MAY PERTAIK THE MURANiCE AFFORDED BY THE POLICIES D EI? HEREIN IS SUBJECT TO ALL THE TERMS, CONDITIONS OF WCH POLICIES. LUTS SHOWN MAY WAVE BEEN REDUCED BY PAID C LAOS p�gERXCLUSIDNSAND LTR TYPE OF INSURANCE SUOR POLICY NUMBER LAM OENEItAL LIABILITY - EACH OCCURRENCE i x. CM/YERCWL GENERAL LABLF" i PREYIBE8 xerrr S CL4Y84IADE 1:1 OCCUR I RED EXP (AM am 1 S .5 PERSONAL s AOV INJURY : GENERAL AO[3REay.TE t CNENL AOORECSATE UINT APPLIES F6Z r.—TB- CUWP/OP ABC S S RAICY PRD- L.QC AUTOMOBILE LIABILITY AINSr AUTO C61WriNED SINGLE L*N(T S 1 Q '000 BODILY WURY MW Area) S ALL CV44ED AUTOS S BODILY *uuRY"cdwm SCHEDULED AUTOS HIRED AUTOS PRCFERTY DAMADE (PW *&Sd IN) r S VI LA IIAB 41Ci`l1R EACH OCCURRENCE S A0 3RMATE EILCESS LM [xAlyg,.Wp r— S DEDUCTIBLE 3 s RETENTION f WORINERS COYPENSAB" V4C STATU. OTFi. AND ESDLOYERY LIMIL" Y f N OdtY i'RBPRET ❑ OfiiCt3tAEI� EXCtLWEID7 Y / A E.L EALM ACCIDENT "'- S EJ_ DISEASE - EA EMKOVISE S (WOedlseey IA Mf, r i i ' The atyof P"kn s RwnayaW M n-cDntN3xrioryAditor kmffed. Clty Cf Re Wn Attre JWM P_ VVEM tppD��5, �souuum Grady v�Ya�Y ReFA 1. Wk agFJl SHOULD ANY OF THE ABOVE DESCRIBED POLICES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE YNTH THE POLICY PROV SIONS_ An riahta ACORD 25 (2009109) The ACORD name and logo are registered marks of ACORD CJea> AA South Lake Washington Certificate of Liability Insurance Roadway Improvements February 2012 Certificate of Insurance THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON YOU THE CERTIFICATE HOLDER THIS CERTIFICATE IS NOT AN INSURANCE POLICY AND DOES NOT AMEND, EXTEND, OR ALTER THE COVERAGE AFFORDED BY THE POLICIES LISTED BELOW. POLICY LIMITS ARE NO LESS THAN THOSE LISTED, ALTHOUGH POLICIES MAY INCLUDE ADDITIONAL SUBLIMIT/LIMITS NOT LISTED BELOW. This is to Certify that i ICON Materials (dba of CPM Development 1508 Valentine Ave SE Pacific, WA 98047 .7 Corporation) NAME AND ADDRESS OFINSURED p Mutual. is, at the issue date of this certificate, insured by the Company under the policy(ies) listed below. The insurance afforded by the listed policy(ies) is subject to all their terms, exclusions and Conditions and is not altered by any requirement, term or condition of any contract or other document with respect to which this certificate may be issued. . If the certificate expiration date is continuous or extended term, you will be notified if coverage is terminated or reduced before the certificate expiration date. NOTICE OF CANCELLATION: (NOT APPLICABLE UNLESS A NUMBER OF DAYS IS ENTERED BELOW.) BEFORE THE STATED EXPIRATION DATE THE COMPANY WILL NOT CANCEL OR REDUCE THE INSURANCE AFFORDED UNDER THE ABOVE POLICIES UNTIL AT LEAST 60 DAYS NOTICE OF SUCH CANCELLATION HAS BEEN MAILED TO: [City of Renton Et Attn: James P. Wilhoit 4 -9 tET 1055 South Grady Way (Renton, WA. 98057 Liberty Mutual Insurance Group Judith Balazentis . Pittsburgh 10387 AUTHORIZED REPRESENTATIVE 12 Federal Street, Ste. 310 Pittsburgh PA 15212 -5706 412 - 231 -1331 4 -16 -12 OFFICE PHONE DATE ISSUED 512301 Sr Marsh This certificate is executed by LIBERTY MUTUAL INSURANCE GROUP as respects such insurance as is afforded by those Companies NM 772 07 -10 LDI COI 268896 02 11 EXP DATE D CONTINUOUS TYPE OF POLICY ❑ EXTENDED POLICY NUMBER LIMIT OF LIABILITY ® POLICY TERM WORKERS 9/1/2012 WA7 -C8D- 004095 -021 COVERAGE AFFORDED UNDER WC LAW OF THE FOLLOWING STATES: EMPLOYERS LIABILITY COMPENSATION WC7 -C81- 004095 -011 ALL STATES EXCLUDING Bodily In ury by Accident MONOPOLISTIC STATES NY & r1.000.000Each Accident WA Bodily Injury By Disease OR, WI $1,000,000 ,i Bodily Injury By Disease $1,000.000 a h P ^rc n COMMERCIAL 9/1/2012 TB2 -C81- 004095 -111 General Aggregate GENERAL LIABILITY $3,000,000_ OCCURRENCE Products I Completed Operations Aggregate $3,000,000 CLAIMS MADE Each Occurrence $2,000,000 RETRO DATE Personal & Advertising Injury $2,000rtoER ,000 Per Person /Organization 01ME DAMAGE $100,000 FF PROJECT AGGREGATE AUTOMOBILE gi1/2012 AS2 -C81- 004095 -121 Each Accident — Single Limit $2,000,000 B.I. And P.D. Combined LIABILITY OWNED Each Person Each Accident or Occurrence 0 NON -OWNED HIRED Each Accident or Occurrence OTHER SIR - $250,000 WC- $250,000,000 / EL- $750,000 EXCESS WORKERS' 91112011 EW7 -68N- 004095 -341 WC & EL COMBINED - $250,000,000 COMPENSATION & 9/1/2012 AUTO -COMP DED $10,000 / COLL DED $10,000 EMPLOYERS' LIABILITY ADDITIONAL COMMENTSRE: CAG-12 -021 South Lake Washington Roadway Improvements City of Renton and it's officers, officials, agents, employees and volunteers are included as Additional Insured(s) per written contract. Insurance coverage shall be considered Primary St Non - Contributory. Waiver of Subrogation per written contract. . If the certificate expiration date is continuous or extended term, you will be notified if coverage is terminated or reduced before the certificate expiration date. NOTICE OF CANCELLATION: (NOT APPLICABLE UNLESS A NUMBER OF DAYS IS ENTERED BELOW.) BEFORE THE STATED EXPIRATION DATE THE COMPANY WILL NOT CANCEL OR REDUCE THE INSURANCE AFFORDED UNDER THE ABOVE POLICIES UNTIL AT LEAST 60 DAYS NOTICE OF SUCH CANCELLATION HAS BEEN MAILED TO: [City of Renton Et Attn: James P. Wilhoit 4 -9 tET 1055 South Grady Way (Renton, WA. 98057 Liberty Mutual Insurance Group Judith Balazentis . Pittsburgh 10387 AUTHORIZED REPRESENTATIVE 12 Federal Street, Ste. 310 Pittsburgh PA 15212 -5706 412 - 231 -1331 4 -16 -12 OFFICE PHONE DATE ISSUED 512301 Sr Marsh This certificate is executed by LIBERTY MUTUAL INSURANCE GROUP as respects such insurance as is afforded by those Companies NM 772 07 -10 LDI COI 268896 02 11 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED This endorsement modified insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM SECTION lI — WHO IS AN INSURED is amended to include as an insured any person or organization for whom you have agreed in writing to provide liability insurance. But: The insurance provided by this amendment: 1. Applies to "bodily injury" and "property damage" arising out of (a) `jour work" or (b) premises or other property owned by or rented to you; 2. Applies only to coverage and minimum limits of insurance required by the written agreement, but in no event exceeds either the scope of coverage or the limits of insurance provided by this policy, and 3. Does not apply to any person or organization for whom you have procured separate liability insurance while such insurance is in effect, regardless of whether the scope of coverage or limits of insurance of this policy exceed those of such other insurance or whether such other insurance is valid and collectible. 00 The following provisions also apply: 1. Where the applicable written agreement requires the insured to provide liability insurance on a primary, excess, contingent, or any other basis, this policy will apply solely on the basis required by such written agreement and Item 4. Other Insurance of SECTION IV of this policy will not apply. 2. Where the applicable written agreement does not specify on what basis the liability insurance will apply, the provision of Item 4. Other Insurance of SECTIONIV of this policy will govern. 3. This endorsement shall not apply to any person or organization for any "bodily injury" or "property damage" if any other additional insured endorsement on this policy applies to the person or organization with regard to the "bodily injury" or "property damage ". 4. If any other additional insured endorsement applies to any person or organization and you are obligated under a written agreement to provide liability insurance on a primary, excess, contingent, or any other basis for that additional insured, this policy will apply solely on the basis required by such written agreement and Item 4. Other Insurance of SECITION IV of this policy will not apply, regardless of whether the person or organization has available other valid and collectible insurance. If the applicable written agreement does not specify on what basis the liability insurance will apply, the provisions of Item 4. Other Insurance of SECTION IV of this policy will govern. This endorsement is executed by the LIBERTY MUTUAL FIRE INSURANCE COMPANY Premium S Effective Date 09/01/2011 Expiration Date 09/01/2012 For attachment to policy No. TB2 -C81- 004095 -111 Audit Basis Issued To le�x* � � SECRETARY PRESIDENT Countersigned by Authorized Representative Issued Sales Office and No. End Serial No. LN 20 0106 05 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: Any person or organization for whom you have agreed in writing to waive any right of recovery prior to a loss (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) The TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US Condition (Section IV - COMMERCIAL GENERAL LIABILITY CONDITIONS) is amended by the addition of the following: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products - completed operations hazard ". This waiver applies only to the person or organization shown in the Schedule above. Premium: This endorsement is executed by the Premium $ Effective Date 09/01/2011 Expiration Date 09/01/2012 For attachment to Policy No. TB2 -C81- 004095 -1 11 Audit Basis Issued To Countersigned by ................. ____ ................ ................ ................ .- Authorized Representative Issued Sales Office and No. End. Serial No. CG 24 04 10 93 B THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organ ization s : Location And Description Of Completed Operations Any owner, lessee, or contractor for whom you Any location listed in such agreement. have agreed in writing prior to a loss to provide lia- bility coverage. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Section 11 — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property dam- age" caused, in whole or in part, by "your work" at the location designated and described in the sched- ule of this endorsement performed for that additional insured and included in the "products- completed operations hazard ". This endorsement is executed by the LIBERTY MUTUAL FIRE INSURANCE COMPANY Premium $ Effective Date For attachment to Policy No Audit Basis Issued To Issued Expiration Date TB2 -C81- 004095 -111 Countersigned by Sales Office and No. f Authorized Representative End. Serial No. CG 20 37 07 04 © ISO Properties, Inc., 2004 Page 1 of 1 CERTIFICATE OF LIABILITY INSURANCE 704116/2012 (MM/DD/YYYY) CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: MARSH USA, INC. PHONE FAX TWO ALLIANCE CENTER No): E-MAIL ADDRESS: 3560 LENOX ROAD, SUITE 2400 ATLANTA, GA 30326 $ COMMERCIAL GENERAL LIABILITY INSURER(S) AFFORDING COVERAGE NAIC # INSURER A : Ubed1' Surplus Insurance Corp 10725 J34420 -: ConPo-11 -12 INSURED ICON MATERIALS INSURER B: INSURER C : dba CPM DEVELOPMENT CORPORATION INSURER D: 1508 VALENTINE AVE SE PACIFIC, WA 98047 CLAIMS -MADE 7 OCCUR INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: ATL- 003078474-01 REVISION NUMBFR-2 THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE DDL BR POLICY NUMBER POLICY EFF MM/DD POLICY EXP MMIDD/YYYY LIMITS GENERAL LIABILITY EACH OCCURRENCE $ COMMERCIAL GENERAL LIABILITY DAMAGE T RENTED $ CLAIMS -MADE 7 OCCUR MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $ GEN'L AGGREGATE LIMIT APPLIES PER PRODUCTS - COMP /OP AGG $ POLICY PRO LOC $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea acc ent BODILY INJURY (Per person) $ ANY AUTO 1 ALL OWNED SCHEDULED AUTOS AUTOS BODILY INJURY (Per accident) $ HIRED AUTOS NON-0WNED AUTOS L PROPERTY DAMAGE $ $ UMBRELLA LIAR HCLAIMS-MADE OCCUR EACH OCCURRENCE $ AGGREGATE $ EXCESS LIAB DED I I RETENTION $ WORKERS COMPENSATION WC STATU- OTH- AND EMPLOYERS' LIABILITY YIN ANY PROPRIETOR/PARTNER/EXECU nVE OFFICER/MEMBER EXCLUDED? a NIA E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYE $ (Mandatory In NH) tFyes describe under EL DISEASE - POLICY LIMIT $ DESCRIPTION OF OPERATIONS below A Contractors Pollution UBEB0100064211 09 /01/2011 09/01/2012 Incident 1,000,000 Liability Deductible - $250,000 Aggregate 1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) RE: CAG -12 -021 SOUTH LAKE WASHINGTON ROADWAY IMPROVEMENTS (GARDEN AVENUE WIDENING) CITY OF RENTON IS (ARE) INCLUDED AS ADDITIONAL INSURED(S) PER WRITTEN CONTRACT. THE POLICY IS PRIMARY AND NON - CONTRIBUTORY PER WRITTEN CONTRACT. CITY OF RENTON ATTN: JAMES P. WILHOIT 1055 SOUTH GRADY WAY RENTON, WA 98057 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE of Marsh USA Inc. Manashi Mukhedee --TWLauno+-; n 1988 -2010 ACORD CORPORATION. All rights ACORD 25 (2010/05) The ACORD name and logo are registered marks of ACORD Y , City of Renton Human Resources & Risk Management Department Insurance Information Form FOR: PROJECT N(JMBER: STAFF CONTACT'.: Certificate of Insurance indicates the coverages/llmits.spccified in d' Yes ❑ No contract? Are the.following coverages and/or conditions in effect? The Commercial General liability: policy formis an ISO 1993 Occumnce Form or,Equivalent? (If no, attach a copy of the policy with required coverages clearly identifleo CG 0043 Amendatory Endorsement provided ?* General. Aggregate provided on a "per projcct basis (GG2503) ?* Additional Insured wording provided ?* Coverage on a primary basis and non - contributing basis?* Waivei of Subrogation Clause applies ?* SeverabIlity of Interest 'Clause. (Cross Liability) applies? Notice of Cancellation/Non= Renewal amended to 0 days 'per 'RCW- 48;18,290?* *T o. be. shown on.ceriificate of insurance* rdy Yes ❑ No Ud Yes ❑ No ❑ Yes [;(No dyes ❑ No d Yes ❑ No [dyes ❑ No Rr Yes ❑ No [Yes ❑ No @' Yes. ❑ No AM BEST'S RATING FOR CARRIER. GL Auto Umb Professional. This Questionnakc :is: issued asp mwo of in.%ormatiop. This ,qucstionnnirc is not an insti rancc policy •and .does not amend, extend' or alter the coverage Worded by the policies indicated on the attached CERTIFICATE OF INSURANCE. The 'Cr"' OF` RENTON, at. its option, shall obtain copies of the policies and/or specific declaration pages:FROM awarded bidder prior-.to execution.of contract, Z/ .Agcncy�rol r D .Address 7 Alq/ ` 'F /V � Name of person to contact i i4' z���i. Comp B '(Type.or.Print nine). Co p cted By (Sig ) Telephone Number NOTE., THIS QUESTIONNAIRE.' MUST BE' COMPLETED FOR EACH LINE OF COVERAGE AND A7TACHED T'O'CERTIFICATE O.FINSURAICE South *Lake Wash1r!pon Roadway linprovements Insurance Information Form February 2012 Page 36 Insurance Information Form Provided to Builders Exchange of WA, Inc. For usage Condifions Agreement see www.bxwa.com - Always Verify Scale ENDORSEMENTI In. consideration of the premium charged, it is hereby agreed and understood that Policy Number issued by Insurance Company, is amended to include the following terms and conditions as respects Contract Number issued by the (OWNER). 1. ADDITIONAL INSURED. The OWNER their elected or appointed officers, officials, employees, subconsultants, and volunteers are Included as additionally insured with regard to damages and defense of claims arising from: .(a) activities performed by or on. behalf of the NAMED INSURED; or (b) products and completed operations of the NAMED INSURED, or (c) premises owned, leased or used by the NAMED INSURED. 2. CONTRIBUTION NOT REQUIRED. As respects:. (a) work performed by the NAMED .INSURED for or on .behalf of the .OWNER; or (b) products sold by the NAMED INSURED to the OWNER; or (c) premises ]eased by the NAMED INSURED from the OWNER, the insurance afforded by this policy shall be primary :insurance as respects the OWNER, or any other insured, its elected or appointed officers, .officials, employees, subconsultaints of volunteers; or stand in an unbroken chain of coverage'excess of the NAMED INSUREDS' scheduled underlying primary coverage. In either .event, any other insurance maintained by the OWNER, or any other :insured, its elected or appointed officers, officials, employees, subconsult nts orvolunteers shall.belin excess of this-insurance and shall not contribute with it. 3. .SEVEIIABIL IT OF .INTEREST. The inclusion of more than one Insured under this policy shall not affect the rights of any Insured as respects any,claim,:suit or judgment made or brought by or for any other Insured or by or for any employee of any other.. Insured. This policy shall protect each Insured in the same .manner As through a separate policy bad been issued to- each,.except that nothing herein shall operate to increase the company's liability beyond the amount or amounts for which the company would have been liable had only one insured been named. 4. CANCELLATION NOTICE. The Insurance afforded 'by this. policy shall..not :be suspended, voided, canceled, reduced in ,coverage .or in. limits.. except aftet. FORTY -FIVE (45) days' prior written notice by certified mail`retum ieceipt sequestod bas been given to the OWNER. Such notice. shall be -addressed to (a) the OWNER and (b)'the CONTRACTOR. 5. 'CLAIM REPORTING. The OWNER has no obligation to report occurrences unless a claim has been filed with the OWNER. 6. AGGREGATE I:WIT. The General Aggregate' Limit under Limits of Insurance applies separately to the above named contract for the above named OWNER. //, zl Date South take WashinMn Roadway tmprovements insurance. information Form February 2012 Page 37 Endorsement 1 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verity Scale Verify Workers' Comp Premium Status - Employer Liability Certificate Page 1 of 1 Washington State Department of Labor and Industries Department of Labor and Industries Employer Liability Certificate Date: 04/12/2012 UBI #: 601 006 854 Business Name: ICON MATERIALS Legal Business Name: C P M DEVELOPMENT CORP Account #: 700,174 -00 'Doing Business As' Name: OLDCASTLE INC Estimated Workers Reported: N/A (See Description Below) Employer Liability Certificate Workers' Comp Premium Status: Self- insured. Will not be liable for unpaid premiums unless they cease to be self - insured. Licensed Contractor? Yes License: Multiple Active Licenses Account Representative: (360)902 -4817 What does "Estimated Workers Reported" mean? Estimated workers reported represents the number of full time position requiring at least 480 hours of work per calendar quarter. A single 480 hour position may be filled by one person, or several part time workers. Industrial Insurance Information Employers report and pay premiums each quarter based on hours of employee work already performed, and are liable for premiums found later to be due. Industrial insurance accounts have no policy periods, cancellation dates, limitations of coverage or waiver of subrogation (See RCW 51.12.050 and 51.16.190). https:H fortress. wa. govl lni/ crpsi lAcctInfoPrint.aspx ?AccountId= 70017400 &AccountManag... 4/12/2012 Attachment A -6 Bond No. LANDSCAPE AND IRRIGATION MAINTENANCE BOND Name of Project: South Lake Washington Roadway Improvements Project (Garden Avenue Lno Contractor WHEREAS, , herein after referred to as "the Principal ", has applied to the City of Renton, hereinafter referred to as "the City ", to construct the project known as within the City of Renton Section 8 , Township 23 N, Range 05 E. W. M. and; WHEREAS, the City approved the requested action on , and; WHEREAS, the approval granted by the City and the provisions of the Renton Municipal Code require certain improvements to be made in connection with construction of the project, the improvements are shown on the approved site plan and other required plans and as further defined by the conditions identified in the City file, and; WHEREAS, a further condition is that the Principal will maintain, replace, repair landscape and irrigate in said project for a period of 24 months from their final acceptance by the City. NOW, THEREFORE, the undersigned PRINCIPAL and bonding company, , a corporation authorized to transact surety business in the State of Washington, hereinafter referred to as "The Surety ", agree and bind themselves, their heirs, executors, administrators, and assigns, jointly and severally, unto the City in the penal sum of , ($ ), lawful money of the United States, according to the following terms and conditions: 1. Failure to Repair and Maintain. If the Principal does not repair and maintain all improvements required by the above - referenced conditions, plans, and file within of 24 months, then the Surety shall, upon the demand of the City remit to the City within ten, (10) days of receipt of said demand the amount of this bond or such lesser amount as may be specified in the demand. South Lake Washington Landscape And Irrigation Maintenance Bond Roadway Improvements February 2012 Attachment A -6 2. Repairs by CiV. In the event the Principal fails to make any repairs or maintenance on the improvements within the time period specified by the City (generally after fourteen (14) days notice or less if the City determines an emergency exists), its employees and agents shall have the right at their sole election to enter onto said property described above for the purpose of making repairs or maintenance. This provision shall not be construed as creating an obligation on the part of the City or its representatives to repair or maintain such improvements. The Principal and Surety agree to reimburse the City for all costs to the City, plus an additional sum equal to fifteen percent (15%) of the City's costs for administrative and enforcement expenses. 3. Attorney Fees. In the event any lawsuit is instituted by the City of Renton the Principal or the surety to enforce the terms of this bond or to determine the rights of any party hereunder, the prevailing party in such litigation shall be entitled to recover from the losing party its costs, including reasonable attorneys' fees, incurred as the result of the lawsuit. 4. Release of Bond. This bond shall remain in full force and effect until the obligations secured hereby have been fully performed, and until released in writing by the City at the request of the Surety of the Principal upon expiration of the period specified in paragraph (1) above. DATED this day of 1 , 2012. Bonding Company Officer Sib ature Officer Printed Name & Title Address/Phone South Lake Washington Roadway Improvements Principal Phone # Principal Signature Principal Printed Name Accepted by the City of Renton Date: Landscape And Irrigation Maintenance Bond February 2012 Attachment A -6 SURETY ACKNOWLEDGMENT STATE OF WASHINGTON COUNTY OF KING On this day of , 2012, before me, the undersigned, a Notary Public in and for the State of Washington, duly commissioned and sworn, personally appeared to me proven to be the of the corporation that executed the foregoing instrument, and acknowledged the said instrument to be the free and voluntary act and deed to said corporation, for the uses and purposes therein mentioned, and on oath stated that he / she was authorized to execute said instrument and that the seal affixed is the corporate seal of said corporation. NOTARY PUBLIC in and for the State of Washington Printed Name: Residing at: My Commission Expires: South Lake Washington Landscape And Irrigation Maintenance Bond Roadway Improvements February 2012 Attachment A -6 OWNER STATE OF WASHINGTON COUNTY OF KING I certify that I know or have satisfactory evidence that is the person who appeared before me, and said person acknowledged that ( he / she ) signed this instrument and acknowledged it to be ( his / her ) free and voluntary act for the uses and purposes mentioned in the instrument. Dated: NOTARY PUBLIC in and for the State of Washington Printed Name: Residing at: My Commission Expires: South Lake Washington Landscape And Irrigation Maintenance Bond Roadway Improvements February 2012 Attachment A -6 CORPORATION STATE OF WASHINGTON COUNTY OF KING On this day of ' 2012, before me, the undersigned, a Notary Public in and for the State of Washington, duly commissioned and sworn, personally appeared to me known to be the of ' the corporation that executed the foregoing instrument, and acknowledged the said instrument to be the free and voluntary act and deed of said corporation, for the uses and purposes therein mentioned, and on oath stated that was authorized to execute said instrument and that the seal affixed is the corporate seal of said corporation. Dated: NOTARY PUBLIC in and for the State of Washington Printed Name: Residing at: My Commission Expires: South Lake Washington Landscape And Irrigation Maintenance Bond Roadway Improvements February 2012 Attachment A -6 Landscape and Irrigation Maintenance Bond Bid Items Bid Item Qty Unit Description 60 5 EA PS Pyrus calleryana'Capital7 Capital Flowering Pear, 10' -12' Ht, 2" Cal 61 11 EA PS Euonymus alatus'Compacta7 Compact Burning Bush, 2 Gal Cont 62 56 EA PS Hebe 'Red Edge'/ NCN, 1 Gal Cont 63 83 EA PS Juniperus horizontalis 'Wintonii7 Blue Rug Juniper, 1 Gal Cont 64 7 EA PS Pinus mugo Pumilio7 Little Mugho Pine, 2 Gal Cont 65 41 EA PS Rhodendron Blue Diamond/ Blue Diamond Rhododendron, 2 Gal Cont 66 39 EA PS Rhodendron'PJM7 PJM Rhododendron, 2 Gal Cont 67 12 EA PS Thuja occidentalis Emerald Green'/ Arborvitae, 5' -6' Ht 68 31 EA PS Viburnum davidii/ David Viburnum, 2 Gal Cont 69 70 EA PS Stipa tenuissima/ Mexican Feather Grass, 1 Gal Cont 70 250 EA PS Fragaria chiloensis `Lipstick'/ Ornamental Strawberry, 1 Gal Cont 72 600 SY Seeded Lawn Installation 76 1 LS Automatic Irrigation System, Complete South Lake Washington Landscape And Irrigation Maintenance Bond Roadway Improvements February 2012 City of Renton Contract Provisions for South Lake Washington Roadway Improvements (Garden Avenue Widening) V. CONTRACT SPECIFICATIONS City of Renton Contract Provisions for South Lake Washington Roadway Improvements (Garden Avenue Widening) Amendments To The Standard Specifications Amendments to the Standard Specifications INTRODUCTION............................................................................................................. ..............................1 SECTION 1 -01, DEFINITIONS AND TERMS ................................................................. ..............................1 1- 01.2(1) Associations and Miscellaneous ................................................................ ..............................1 SECTION 1 -02, BID PROCEDURES AND CONDITIONS ............................................. ..............................1 1 -02.7 Bid Deposit ...................................................................................................... ..............................1 1 -02.9 Delivery of Proposal ........................................................................................ ..............................1 SECTION1 -06, CONTROL OF MATERIALS ................................................................ ..............................2 1 -06.1 Approval of Materials Prior to Use .................................................................. ..............................2 1- 06.1(4) Fabrication Inspection Expense ................................................................. ..............................2 1- 06.2(2)A General .................................................................................................... ..............................3 SECTION 1 -07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC .... ..............................3 1 -07.2 Sales Tax ....................................................................................................... ............................... 3 1- 07.9(1) General ....................................................................................................... ..............................4 1- 07.13(4) Repair of Damage .................................................................................... ..............................4 1 -07.15 Temporary Water Pollution /Erosion Control ................................................. ..............................4 1- 07.15(1) Spill Prevention, Control and Countermeasures Plan .............................. ..............................4 1- 07.16(2) Vegetation Protection and Restoration .................................................... ..............................5 SECTION 1 -08, PROSECUTION AND PROGRESS ..................................................... ..............................5 1 -08.1 Subcontracting ................................................................................................ ..............................5 1 -08.5 Time for Completion ....................................................................................... ............................... 5 SECTION 1 -09, MEASUREMENT AND PAYMENT ...................................................... ..............................6 1 -09.9 Payments ........................................................................................................ ..............................6 1- 09.11(1)A Disputes Review Board Membership ...................................................... ..............................6 SECTION 1 -10, TEMPORARY TRAFFIC CONTROL ................................................... ..............................6 1- 10.2(3) Conformance to Established Standards ..................................................... ..............................6 1- 10.3(2)C Lane Closure Setup/Takedown ............................................................... ..............................6 1- 10.3(3)A Construction Signs ................................................................................... ..............................7 1- 10.3(3)J Truck Mounted Attenuator ........................................................................ ..............................7 1- 10.3(3)J Transportable Attenuator .......................................................................... ..............................7 1- 10.4(2) Item Bids with Lump Sum for Incidentals ................................................... ..............................7 1- 10.5(2) Item Bids with Lump Sum for Incidentals ................................................... ..............................7 SECTION 2 -01, CLEARING, GRUBBING, AND ROADSIDE CLEANUP ..................... ..............................7 2- 01.3(2) Grubbing ..................................................................................................... ..............................7 SECTION 2 -02, REMOVAL OF STRUCTURES AND OBSTRUCTIONS ..................... ..............................7 2 -02.3 Construction Requirements ........................................................................... ............................... 8 SECTION2 -09, STRUCTURE EXCAVATION .......................................................... ............................... 8 2- 09.3(2) Classification of Structure Excavation ....................................................... ............................... 8 SECTION 5 -01, CEMENT CONCRETE PAVEMENT REHABILITATION ..................... ..............................8 5 -01.2 Materials ........................................................................................................ ............................... 8 5- 01.3(4) Replace Portland Cement Concrete Panel ................................................ ..............................8 5- 01.3(6) Dowel Bar Retrofit ..................................................................................... ............................... 8 5- 01.3(9) Portland Cement Concrete Pavement Grinding ......................................... ..............................8 SECTION 5 -02, BITUMINOUS SURFACE TREATMENT ............................................. ..............................9 5 -02.5 Payment .......................................................................................................... ..............................9 SECTION 5 -04, HOT MIX ASPHALT ............................................................................. ..............................9 5- 04.3(8)A1 General .................................................................................................. ..............................9 5- 04.3(8)A4 Definition of Sampling Lot and Sublot ................................................... ............................... 9 5- 04.3(10)B1 General ................................................................................................ ..............................9 SECTION 5 -05, CEMENT CONCRETE PAVEMENT .................................................... ..............................9 5- 05.3(1) Concrete Mix Design For Paving ............................................................... ............................... 9 5- 05.3(4)A Acceptance of Portland Cement Concrete Pavement ............................ .............................10 5- 05.3(11) Finishing .................................................................................................. .............................10 5- 05.3(12) Surface Smoothness ............................................................................... .............................11 5- 05.3(13)A Curing Compound ................................................................................. .............................11 5- 05.3(16) Protection of Pavement ........................................................................... .............................11 5- 05.3(17) Opening to Traffic .................................................................................... .............................11 SECTION 6 -01, GENERAL REQUIREMENTS FOR STRUCTURES ........................... .............................11 6 -01.6 Load Restrictions on Bridges Under Construction ......................................... .............................11 6 -01.8 Approaches to Movable Spans ...................................................................... .............................11 SECTION 6 -02, CONCRETE STRUCTURES ............................................................... .............................12 6- 02.3(1) Classification of Structural Concrete ......................................................... .............................12 6- 02.3(2) Proportioning Materials ............................................................................. .............................12 6- 02.3(6) Placing Concrete ....................................................................................... .............................12 6- 02.3(10)D Concrete Placement, Finishing, and Texturing ..................................... .............................13 6- 02.3(11) Curing Concrete ...................................................................................... .............................13 6- 02.3(17)F Bracing .................................................................................................. .............................13 6- 02.3(17)N Removal of Falsework and Forms ........................................................ .............................13 6- 02.3(20) Grout for Anchor Bolts and Bridge Bearings ........................................... .............................14 6- 02.3(24) Reinforcement ......................................................................................... .............................15 6- 02.3(24)C Placing and Fastening .......................................................................... .............................15 6- 02.3(24)F Mechanical Splices ............................................................................... .............................15 6- 02.3(25) Prestressed Concrete Girders ................................................................. .............................16 6- 02.3(25)L Handling and Storage ............................................................................ .............................16 6- 02.3(25)N Prestressed Concrete Girder Erection .................................................. .............................16 6- 02.3(26)E Ducts ..................................................................................................... .............................16 6- 02.3(27) Concrete for Precast Units ...................................................................... .............................17 6- 02.3(28)F Tolerances ............................................................................................. .............................17 SECTION6 -03, STEEL STRUCTURES ........................................................................ .............................17 6- 03.3(25) Repair Welding ........................................................................................ .............................17 6- 03.3(25)A Welding Inspection ................................................................................ .............................17 6- 03.3(29) Vacant ..................................................................................................... .............................17 WeldedShear Connectors ......................................................................................... .............................17 6- 03.3(33) Bolted Connections ................................................................................. .............................18 6- 03.3(33)A Pre - Erection Testing ............................................................................. .............................22 6- 03.3(33)B Bolting Inspection .................................................................................. .............................24 6- 03.3(39) Swinging the Span .................................................................................. .............................25 SECTION6 -07, PAINTING ............................................................................................ .............................25 6- 07.3(2)C Paint System Manufacturer and Paint System Information Submittal Component .............25 6- 07.3(9)G Application of Shop Primer Coat ............................................................ .............................25 6- 07.3(9)1 Application of Field Coatings .................................................................... .............................25 6- 07.3(10)H Paint System ......................................................................................... .............................26 6- 07.3(10)K Coating Thickness ................................................................................ .............................26 SECTION 6 -09, MODIFIED CONCRETE OVERLAYS ................................................. .............................26 6- 09.3(1)E Air Compressor ....................................................................................... .............................26 6- 09.3(6) Further Deck Preparation ........................................................................ ............................... 27 6- 09.3(6)B Deck Repair Preparation ......................................................................... .............................27 SECTION 6 -10, CONCRETE BARRIER ....................................................................... .............................27 6- 10.3(1) Precast Concrete Barrier ........................................................................... .............................27 6- 10.3(6) Placing Concrete Barrier ......................................................................... ............................... 27 SECTION 6 -12, NOISE BARRIER WALLS .................................................................. .............................28 6- 12.3(6) Precast Concrete Panel Fabrication and Erection .................................. ............................... 28 SECTION 6 -13, STRUCTURAL EARTH WALLS ...................................................... .............................28 6- 13.3(3) Excavation and Foundation Preparation ................................................... .............................28 6 -13.4 Measurement ................................................................................................. .............................28 6 -13.5 Payment ......................................................................................................... .............................28 SECTION 6 -14, GEOSYNTHETIC RETAINING WALLS .............................................. .............................28 6- 14.3(3) Excavation and Foundation Preparation ................................................... .............................28 6 -14.4 Measurement ................................................................................................. .............................28 6 -14.5 Payment .......................................................................................................... .............................28 SECTION 6 -16, SOLDIER PILE AND SOLDIER PILE TIEBACK WALLS .................. .............................28 6 -16.5 Payment ......................................................................................................... .............................29 SECTION 6 -17, PERMANENT GROUND ANCHORS .................................................. .............................29 6- 17.3(7) Installing Permanent Ground Anchors ...................................................... .............................29 SECTION7 -02, CULVERTS .......................................................................................... .............................29 7 -02.2 Materials ........................................................................................................ .............................29 7 -02.5 Payment ......................................................................................................... .............................29 SECTION 7 -04, STORM SEWERS ............................................................................... .............................29 7 -04.2 Materials ...................................................................................................... ............................... 29 7 -04.5 Payment ......................................................................................................... .............................30 SECTION 8 -01, EROSION CONTROL AND WATER POLLUTION CONTROL ......... .............................30 8 -01.2 Materials ...................................................................................................... ............................... 30 8- 01.3(1) General .................................................................................................... ............................... 30 8- 01.3(1)A Submittals ............................................................................................. ............................... 31 8- 01.3(1)B Erosion and Sediment Control (ESC) Lead .......................................... ............................... 31 8- 01.3(1)C Water Management .............................................................................. ............................... 31 8- 01.3(1)D Dispersion /Infiltration .............................................................................. .............................32 8- 01.3(2)E Tacking Agent and Soil Binders ............................................................ ............................... 32 Soil Binding Using HECP Type 2 Mulch .................................................................. ............................... 32 Soil Binding Using HECP Type 1 Mulch .................................................................. ............................... 33 8- 01.3(2)B Seeding and Fertilizing ........................................................................... .............................33 8- 01.3(2)D Mulching .................................................................................................. .............................33 8- 01.3(2)E Tacking Agent and Soil Binders .............................................................. .............................33 8- 01.3(2)F Dates for Application of Final Seed, Fertilizer, and Mulch .................... ............................... 34 8- 01.3(2)G Protection and Care of Seeded Areas .................................................... .............................34 8- 01.3(2)H Inspection ................................................................................................ .............................34 8- 01.3(2)1 Mowing ................................................................................................... ............................... 35 8- 01.3(3) Placing Erosion Control Blanket ................................................................ .............................35 8- 01.3(4) Placing Compost Blanket ........................................................................ ............................... 35 8- 01.3(5) Placing Plastic Covering ............................................................................ .............................35 8- 01.3(6)A Geotextile- Encased Check Dam ............................................................. .............................35 8- 01.3(6)B Rock Check Dam .................................................................................. ............................... 35 8- 01.3(6)B Quarry Spall Check Dam ........................................................................ .............................36 8- 01.3(6)D Wattle Check Dam .................................................................................. .............................36 8- 01.3(6)E Coir Log ................................................................................................. ............................... 36 8- 01.3(9)A Silt Fence .............................................................................................. ............................... 36 8- 01.3(9)B Gravel Filter, Wood Chip or Compost Berm ........................................... .............................36 8- 01.3(9)C Straw Bale Barrier ................................................................................. ............................... 36 8- 01.3(9)D Inlet Protection ........................................................................................ .............................36 8- 01.3(10) Wattles ..................................................................................................... .............................37 8- 01.3(12) Compost Sock ....................................................................................... ............................... 37 8- 01.3(14) Temporary Pipe Slope Drain ................................................................... .............................37 8- 01.3(15) Maintenance ............................................................................................ .............................38 8- 01.3(16) Removal .................................................................................................. .............................38 8 -01.4 Measurement ............................................................................................... ............................... 38 8 -01.5 Payment ......................................................................................................... .............................38 SECTION8 -02, ROADSIDE RESTORATION ............................................................... .............................39 8- 02.3(2) Roadside Work Plan ................................................................................ ............................... 39 8- 02.3(2)A Chemical Pesticides ................................................................................ .............................39 8- 02.3(2)13 Weed and Pest Control............. .............................................................. .............................39 8- 02.3(3) Planting Area Weed Control ...................................................................... .............................39 8- 02.3(3) Weed and Pest Control .............................................................................. .............................40 8- 02.3(3)A Planting Area Weed Control ................................................................... .............................40 8- 02.3(3)B Chemical Pesticides ................................................................................ .............................40 8- 02.3(5) Planting Area Preparation ......................................................................... .............................41 8- 02.3(7) Layout of Planting ...................................................................................... ....:........................41 8- 02.3(8) Planting ...................................................................................................... .............................41 8- 02.3(9) Pruning, Staking, Guying. and Wrapping .................................................. .............................41 8- 02.3(13) Plant Establishment ................................................................................ .............................42 8- 02.3(15) Live Fascines ........................................................................................... .............................42 8- 02.3(16)A Lawn Installation ................................................................................... .............................42 8 -02.4 Measurement ................................................................................................. .............................42 8 -02.5 Payment ......................................................................................................... .............................43 SECTION8 -03, IRRIGATION SYSTEMS ..................................................................... .............................43 8 -03.1 Description ................................................................................................... ............................... 43 8 -03.3 Construction Requirements ........................................................................... .............................43 8- 03.3(1) Layout of Irrigation System ........................................................................ .............................43 8- 03.3(1)A Locating Irrigation Sleeves ..................................................................... .............................44 8- 03.3(2) Excavation ............................................................................................... ............................... 44 8- 03.3(3) Piping ......................................................................................................... .............................44 8- 03.3(4) Jointing ...................................................................................................... .............................45 8- 03.3(5) Installation ................................................................................................. .............................45 8- 03.3(6) Electrical Wire Installation ......................................................................... .............................46 8- 03.3(7) Flushing and Testing ................................................................................. .............................47 MainLine Flushing ..................................................................................................... .............................47 MainLine Testing ....................................................................................................... .............................47 8- 03.3(8) Adjusting System ....................................................................................... .............................47 8- 03.3(11) System Operation .................................................................................... .............................48 8- 03.3(12) Cross Connection Control Device Installation ......................................... .............................48 8- 03.3(13) Irrigation Water Service ........................................................................... .............................48 8- 03.3(14) Irrigation Electrical Service ...................................................................... .............................48 SECTION8 -08, RUMBLE STRIPS ............................................................................... .............................49 8 -08.3 Construction Requirements ......................................................................... ............................... 49 SECTION 8 -09, RAISED PAVEMENT MARKERS ....................................................... .............................49 8- 09.3(1) Surface Preparation ................................................................................... .............................49 SECTION 8 -10, GUIDE POSTS .................................................................................... .............................49 8 -10.3 Construction Requirements ........................................................................... .............................49 SECTION 8 -11, GUARDRAIL ....................................................................................... .............................49 8- 11.3(1)A Erection of Posts ..................................................................................... .............................50 SECTION 8 -14, CEMENT CONCRETE SIDEWALKS .................................................. .............................50 8- 14.3(5) Curb Ramp Detectable Warning Surface Retrofit ................................... ............................... 50 8- 14.3(5) Detectable Warning Surface ................................................................... ............................... 50 8 -14.4 Measurement ................................................................................................. .............................50 8 -14.5 Payment ......................................................................................................... .............................50 SECTION8 -15, RIPRAP ............................................................................................... .............................51 8 -15.2 Materials ...................................................................................................... ............................... 51 SECTION 8 -17, IMPACT ATTENUATOR SYSTEMS ................................................... .............................51 8 -17.4 Measurement ................................................................................................. .............................51 8 -17.5 Payment ......................................................................................................... .............................51 SECTION 8 -20, ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL ............................51 8 -20.1 Description ................................................................................................... ............................... 51 8- 20.3(4) Foundations ............................................................................................... .............................52 8- 20.3(5) Conduit .................................................................................................... ............................... 52 8- 20.3(6) Junction Boxes, Cable Vaults, and Pull boxes ........................................ ............................... 52 8- 20.3(8) Wiring ...................................................................................................... ............................... 52 8 -20.4 Measurement ................................................................................................. .............................53 8 -20.5 Payment ......................................................................................................... .............................53 SECTION 8 -21, PERMANENT SIGNING ...................................................................... .............................53 8- 21.3(4) Sign Removal ............................................................................................ .............................53 8- 21.3(9)F Foundations ............................................................................................. .............................54 SECTION 8 -22, PAVEMENT MARKING ....................................................................... .............................54 8 -22.1 Description ................................................................................................... ............................... 54 8 -22.4 Measurement ................................................................................................. .............................54 SECTION 9 -01, PORTLAND CEMENT ......................................................................... .............................54 9- 01.2(1) Portland Cement ...................................................................................... ............................... 54 SECTION 9 -02, BITUMINOUS MATERIALS ................................................................ .............................54 9- 02.1(9) Coal Tar Pitch Emulsion, Cationic Asphalt Emulsion Blend Sealer ........ ............................... 54 9- 02.1(9) Vacant ..................................................................................................... ............................... 54 SECTION9 -03, AGGREGATES ................................................................................... .............................54 9- 03.11(2) Streambed Cobbles ................................................................................. .............................55 SECTION 9 -04, JOINT AND CRACK SEALING MATERIALS .................................... .............................55 9- 04.2(1) Hot Poured Joint Sealants ....................................................................... ............................... 55 9 -04.11 Butyl Rubber .............................................................................................. ............................... 56 9 -04.11 Butyl Rubber and Nitrile Rubber .................................................................. .............................56 SECTION 9 -05, DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS ............. .............................56 9- 05.12(2) Profile Wall PVC Culvert Pipe, Profile Wall PVC Storm Sewer Pipe, and Profile Wall PVC SanitarySewer Pipe ................................................................................................. ............................... 56 9 -05.13 Ductile Iron Sewer Pipe ............................................................................. ............................... 56 9 -05.21 Steel Rib Reinforced Polyethylene Culvert Pipe ....................................... ............................... 56 9 -05.22 Steel Rib Reinforced Polyethylene Storm Sewer Pipe ................................ .............................57 9 -05.23 High Density Polyethylene (HDPE) Pipe ................................................... ............................... 57 SECTION 9 -06, STRUCTURAL STEEL AND RELATED MATERIALS ....................... .............................58 9- 06.5(3) High Strength Bolts .................................................................................... .............................58 SECTION9 -07, REINFORCING STEEL ....................................................................... .............................59 9- 07.1(1)A Acceptance of Materials ........................................................................ ............................... 59 9- 07.5(1) Epoxy Coated Dowel Bars (For Cement Concrete Pavement) ................. .............................60 9- 07.5(1) Epoxy Coated Dowel Bars (For Cement Concrete Pavement Rehabilitation ) .......................60 9- 07.5(1) Epoxy Coated Dowel Bars (For Cement Concrete Pavement) ................. .............................60 9- 07.5(1) Epoxy Coated Dowel Bars (For Cement Concrete Pavement Rehabilitation ) .......................60 SECTION 9 -08, PAINTS AND RELATED MATERIALS ............................................... .............................60 9- 08.1(2)C Inorganic Zinc Rich Primer ..................................................................... .............................60 9- 08.1(2)D Organic Zinc Rich Primer ........................................................................ .............................60 SECTION 9 -14, EROSION CONTROL AND ROADSIDE PLANTING ......................... .............................60 9 -14.1 Soil ................................................................................................................. .............................61 9- 14.1(1) Topsoil Type A ......................................................................................... ............................... 61 9- 14.1(2) Topsoil Type B ........................................................................................... .............................61 9- 14.1(3) Topsoil Type C ........................................................................................ ............................... 61 9 -14.2 Seed ............................................................................................................... .............................61 9 -14.3 Fertilizer ......................................................................................................... .............................62 9 -14.4 Mulch and Amendments ................................................................................ .............................62 9- 14.4(1) Straw ......................................................................................................... .............................62 9- 14.4(2) Hydraulically Applied Erosion Control Products ( HECPs) ......................... .............................62 9- 14.4(2)A HECP Type 1 Mulch ............................................................................... .............................64 9- 14.4(2)B HECP Type 2 Mulch ............................................................................... .............................65 9- 14.4(2)C HECP Type 3 Mulch ............................................................................... .............................65 9- 14.4(3) Bark or Wood Chips .................................................................................. .............................66 9- 14.4(4) Wood Strand Mulch ................................................................................... .............................66 9- 14.4(5) Lime ........................................................................................................... .............................66 9- 14.4(6) Gypsum ..................................................................................................... .............................66 9- 14.4(7) Tackifier ..................................................................................................... .............................66 9- 14.4(7)A Organic Tackifier ..................................................................................... .............................67 9- 14.4(7)B Synthetic Tackifier ................................................................................... .............................67 9- 14.4(8) Compost .................................................................................................. ............................... 67 9- 14.4(8)A Compost Submittal Requirements .......................................................... .............................69 9- 14.4(8)B Compost Acceptance .............................................................................. .............................70 9- 14.4(9) Vacant ..................................................................................................... ............................... 70 9- 14.4(10) Vacant ................................................................................................... ............................... 70 9 -14.5 Erosion Control Devices .............................................................................. ............................... 70 9- 14.5(1) Polyacrylamide ( PAM) ............................................................................... .............................70 9- 14.5(2) Erosion Control Blanket ............................................................................. .............................70 9- 14.5(2)A Erosion Control Blanket Approval ......................................................... ............................... 71 9- 14.5(3) Clear Plastic Covering ............................................................................... .............................71 9- 14.5(4) Geotextile- Encased Check Dam ............................................................. ............................... 71 9- 14.5(5) Wattles ....................................................................................................... .............................72 9- 14.5(6) Compost Socks ......................................................................................... .............................72 9- 14.5(7) Coir Log ................................................................................................... ............................... 72 9- 14.5(8) High Visibility Fencing ............................................................................. ............................... 72 9 -14.6 Plant Materials ............................................................................................. ............................... 73 9- 14.6(1) Description ................................................................................................. .............................73 9- 14.6(2)Quality ....................................................................................................... ............................... 73 9- 14.6(3) Handling and Shipping .............................................................................. .............................75 9- 14.6(4) Tagging ...................................................................................................... .............................76 9- 14.6(5) Inspection ................................................................................................ ............................... 76 9- 14.6(6) Substitution of Plants ................................................................................. .............................76 9- 14.6(7) Temporary Storage ................................................................................... .............................76 9- 14.6(8) Sod .......................................................................................................... ............................... 77 9 -14.7 Stakes, Guys, and Wrapping ......................................................................... .............................77 SECTION 9 -15, IRRIGATION SYSTEM ........................................................................ .............................77 9 -15.3 Automatic Controllers ..................................................................................... .............................77 9 -15.4 Irrigation Heads .............................................................................................. .............................78 9 -15.5 Valve Boxes and Protective Sleeves ............................................................. .............................78 9 -15.5 Valve Boxes... ... ......................................................................................................................... 78 9- 15.7(1) Manual Control Valves ............................................................................ ............................... 78 9- 15.7(2) Automatic Control Valves ........................................................................ ............................... 78 9- 15.7(3) Automatic Control Valves With Pressure Regulator .................................. .............................79 9 -15.8 Quick Coupling Equipment ............................................................................ .............................79 9 -15.9 Drain Valves ................................................................................................... .............................79 9 -15.10 Hose Bibs ..................................................................................................... .............................79 9 -15.11 Cross Connection Control Devices .............................................................. .............................79 9 -15.12 Check Valves ............................................................................................. ............................... 80 9 -15.14 Three -Way Valves ..................................................................................... ............................... 80 9 -15.15 Flow Control Valves ................................................................................... ............................... 80 9 -15.17 Electrical Wire and Splices ........................................................................ ............................... 80 9 -15.18 Detectable Marking Tape ............................................................................. .............................80 SECTION 9 -16, FENCE AND GUARDRAIL ................................................................. .............................81 9- 16.3(2) Posts and Blocks ....................................................................................... .............................81 SECTION 9 -22, MONUMENT CASES .......................................................................... .............................82 9 -22.1 Monument Cases, Covers, and Risers .......................................................... .............................82 SECTION 9 -23, CONCRETE CURING MATERIALS AND ADMIXTURES ................. .............................82 9 -23.1 Sheet Materials for Curing Concrete ........................................................... ............................... 82 9 -23.2 Liquid Membrane Forming Concrete Curing Compounds ............................. .............................82 SECTION 9 -29, ILLUMINATION, SIGNAL, ELECTRICAL .......................................... .............................82 9- 29.1(2)A Expansion Fittings, Deflection Fittings, and Combination Expansion /Deflection Fittings.... 82 9 -29.4 Messenger Cable, Fittings ............................................................................. .............................82 9- 29.6(5) Foundation Hardware ................................................................................ .............................83 9 -29.7 Luminaire Fusing and Electrical Connections at Light Standard Bases, Cantilever Bases and SignBridge Bases ...................................................................................................... .............................83 9- 29.7(1) Unfused Quick- Disconnect ........................................................................ .............................83 9- 29.7(2) Fused Quick- Disconnect ......................................................................... ............................... 84 9 -29.9 Ballast, Transformers ..................................................................................... .............................84 9- 29.9(1) Ballast ...................................................................................................... ............................... 85 9- 29.9(2) Transformers ........................................................................................... ............................... 86 9 -29.10 Luminaires ................................................................................................... .............................86 9- 29.10(1) Cobra Head Luminaires .......................................................................... .............................87 9- 29.10(1) Conventional Roadway Luminaires ......................................................... .............................87 9- 29.10(2) Decorative Luminaires ............................................................................. .............................88 9- 29.10(3) High Mast Luminaires and Post Top Luminaires .................................... .............................89 9- 29.10(3) Vacant ................................................................................................... ............................... 89 9- 29.10(5) Sign Lighting Luminaires ......................................................................... .............................89 9- 29.10(5)A Sign Lighting Luminaires -Mercury Vapor .......................................... ............................... 89 9- 29.10(5)A Sign Lighting Luminaires - Isolation Switch ....................................... ............................... 89 9- 29.10(5)B Sign Lighting Fixtures - Induction ......................................................... .............................89 9 -29.12 Electrical Splice Materials ............................................................................ .............................90 9- 29.12(1) Illumination Circuit Splices ...................................................................... .............................90 9- 29.12(1)A Heat Shrink Splice Enclosure ............................................................... .............................90 9- 29.12(1)B Molded Splice Enclosure ................................................................... ............................... 90 9- 29.12(2) Traffic Signal Splice Material ................................................................... .............................90 9 -29.15 Flashing Beacon Control ............................................................................. .............................90 9 -29.16 Vehicular Signal Heads ............................................................................... .............................91 9 -29.16 Vehicular Signal Heads, Displays and Housing ........................................ ............................... 91 9- 29.16(1) Optically Programmed, Adjustable Face, 12 -inch Traffic Signal ............. .............................91 9- 29.16(1) Optically Programmed Adjustable Face, and Programmable, Array 12 -inch Traffic Signal 91 9- 29.16(1)A Optical Systems .................................................................................. ............................... 91 9- 29.16(1)A1 Conventional Optical System ............................................................. .............................91 9- 29.16(1)A2 LED Programmable Array ................................................................... .............................91 9- 29.16(1)B Construction ......................................................................................... ............................... 92 9- 29.16(1)B Housing Construction ............................................................................ .............................92 9- 29.16(1)D Electrical ............................................................................................... .............................92 9- 29.16(1)D Housing Electrical ................................................................................. .............................92 9- 29.16(1)D1 Electrical Conventional ....................................................................... .............................92 9- 29.16(1)D2 Electrical LED ..................................................................................... .............................92 9- 29.16(1)E Photo Controls .................................................................................... ............................... 92 9- 29.16(1)E1 Conventional Photo Controls .............................................................. .............................92 9- 29.16(1)E2 LED Photo Controls ............................................................................ .............................92 9- 29.16(2)A Optical Units .......................................................................................... .............................93 9- 29.16(2)B Signal Housing ...................................................................................... .............................93 9- 29.16(2)D Back Plates ........................................................................................... .............................93 9- 29.16(2)D Vacant ................................................................................................... .............................93 9- 29.16(2)E Painting Signal Heads ............................................................................ .............................93 9- 29.16(3) Polycarbonate Traffic Signal Heads ........................................................ .............................94 9- 29.16(3)A 8 -inch Polycarbonate Traffic Signal Heads ......................................... ............................... 94 9- 29.16(3)B 12 -inch Polycarbonate Traffic Signal Heads ......................................... .............................94 9- 29.16(4) Traffic Signal Cover ............................................................................... ............................... 94 9 -29.18 Vehicle Detector ........................................................................................... .............................94 9 -29.19 Pedestrian Push Buttons ........................................................................... ............................... 94 9 -29.25 Amplifier, Transformer, and Terminal Cabinets ........................................... .............................95 SECTION 9 -30, WATER DISTRIBUTION MATERIALS ............................................... .............................95 9- 30.1(1) Ductile Iron Pipe ...................................................................................... ............................... 95 9- 30.1(2) Polyethylene Encasement ....................................................................... ............................... 95 SECTION 9 -33, CONSTRUCTION GEOSYNTHETIC .................................................. .............................95 9- 33.4(3) Acceptance Samples ................................................................................. .............................95 SECTION 9 -35, TEMPORARY TRAFFIC CONTROL MATERIALS ............................ .............................96 9 -35.0 General Requirements ................................................................................... .............................96 9 -35.12 Truck - Mounted Attenuator ........................................................................... .............................96 9 -35.12 Transportable Attenuator ............................................................................. .............................96 9- 35.12(1) Truck - Mounted Attenuator ....................................................................... .............................97 9- 35.12(2) Trailer- Mounted Attenuator ................................................................... ............................... 97 9- 35.12(3) Submittal Requirements .......................................................................... .............................97 Amendments to the 2010 Standard Specifications INTRODUCTION The following Amendments and Special Provisions shall be used in conjunction with the 2010 Standard Specifications for Road, Bridge, and Municipal Construction. AMENDMENTS TO THE STANDARD SPECIFICATIONS The following Amendments to the Standard Specifications are made a part of this contract and supersede any conflicting provisions of the Standard Specifications. For informational purposes, the date following each Amendment title indicates the implementation date of the Amendment or the latest date of revision. Each Amendment contains all current revisions to the applicable section of the Standard Specifications and may include references which do not apply to this particular project. SECTION 1 -01, DEFINITIONS AND TERMS (WSDOT Amendment August 2, 2010) 1- 01.2(1) Associations and Miscellaneous The abbreviation and definition "AREA American Railway Engineering Association" is replaced with the following: AREMA American Railway Engineering and Maintenance Association SECTION 1 -02, BID PROCEDURES AND CONDITIONS (WSDOT Amendment January 4, 20 10) 1 -02.7 Bid Deposit In the first paragraph, the third sentence is revised to read: For projects scheduled for bid opening in Olympia, the proposal bond may be in hard copy or electronic format via Surety2000.corn or Insurevision.com and BidX.com. 1 -02.9 Delivery of Proposal In the first paragraph, the first sentence is revised to read: For projects scheduled for bid opening in Olympia, each Proposal shall be sealed and submitted in the envelope provided with it, or electronically via Expedite software and BidX.com at the location and time identified in Section 1- 02.12. The following new paragraph is inserted after the first paragraph: For projects scheduled for bid opening in the Region, each Proposal shall be sealed and submitted in the envelope provided with it, at the location and time identified in Section 1- 02.12. The Bidder shall fill in all blanks on this envelope to ensure proper handling and delivery. Amendments 1 Amendments to the 2010 Standard Specifications SECTION 1 -06, CONTROL OF MATERIALS (WSDOT Amendment April 5, 2010) 1 -06.1 Approval of Materials Prior to Use This section is supplemented with the following new sub - section: 1- 06.1(4) Fabrication Inspection Expense In the event the Contractor elects to have items fabricated beyond 300 miles from Seattle, Washington the Contracting Agency will deduct from payment due the Contractor costs to perform fabrication inspection on the following items: • Steel Bridges and Steel Bridge components • Cantilever Sign Structures and Sign Bridges • Cylindrical, Disc, Pin, and Spherical Bearings • Modular Expansion Joints • Additional items as may be determined by the Engineer. The deductions for fabrication inspection costs will be as shown in the Payment Table below. Zone Place of Fabrication Reduction in Payment 1 Within 300 airline miles None from Seattle 2 Between 300 and 3,000 $700.00 per *inspection day airline miles from Seattle 3 Over 3,000 airline miles $1,000 per *inspection day, from Seattle but not less than $2,500 per trip *Note - An inspection day includes any calendar day or portion of a calendar day spent inspecting at or traveling to and from a place of fabrication. Where fabrication of an item takes place in more than one zone, the reduction in payment will be computed on the basis of the entire item being fabricated in the furthest of zones where any fabrication takes place on that item. The rates for Zone 2 and 3 shall be applied for the full duration time of all fabrication inspection activities to include but not limited to; plant approvals, prefabrication meetings, fabrication, coatings and final inspection. Amendments 2 Amendments to the 2010 Standard Specifications 1- 06.2(2)A General Table 2 "Pay Factors" on page 1 -39 is revised to read: Table 2 Pay Factors PAY FACTOR Minimum Required Percent of Work Within Specification Limits for a Given Factor (PU + PL) -100 Category n_3 n_4 n--5 n_6 n_7 n_8 n_9 n_10 n =12 n_15 n_18 n_23 n_30 n_43 n_67 to to to to to to to to n_11 n_14 n_17 n_22 n_29 n_42 n_66 ^� 1.05 46 51 54 56 58 100 100 100 100 100 100 100 100 100 100 1.04 45 49 53 55 100 99 97 95 96 96 96 97 97 97 97 1.03 44 48 51 100 98 96 94 92 93 93 94 95 95 96 96 1.02 43 47 50 99 97 94 91 89 90 91 92 93 93 94 94 1.01 100 1 100 100 98 1 95 1 92 89 87 88 89 90 91 1 92 1 92 93 1.00 69 75 78 80 82 83 84 85 86 87 88 89 90 91 92 0.99 66 72 76 78 80 81 82 83 84 85 86 87 89 90 91 0.98 64 70 74 76 78 79 80 81 82 84 85 86 87 88 90 0.97 63 68 72 74 76 77 78 79 81 82 83 84 86 87 88 0.96 61 67 70 72 74 75 76 78 79 81 82 83 84 86 87 0.95 59 65 68 71 72 74 75 76 78 79 80 82 83 84 86 0.94 58 63 67 69 71 72 73 75 76 78 79 80 82 83 85 0.93 57 62 65 67 69 71 72 73 75 76 78 79 80 82 84 0.92 55 60 63 66 68 69 70 72 73 75 76 78 79 81 82 0.91 54 59 62 64 66 68 69 70 72 74 75 76 78 79 81 0.90 53 57 61 63 65 66 67 69 71 72 74 75 77 78 0.89 51 56 59 62 63 65 66 68 69 71 72 74 75 77 0.88 50 55 58 60 62 64 65 66 68 70 71 73 74 76 0.87 49 53 57 59 61 62 63 65 67 68 70 71 73 75 h79 0.86 48 52 55 58 59 61 62 64 66 67 69 70 72 74 (Continued) Table 2 "Pay Factors" on page 1 -40 is revised to read: Table 2 Pay Factors (continued) PAY FACTOR Minimum Required Percent of Work Within Specification Llmlts for a Given Factor (Pu + Pj - 100 Category n_3 n =4 n=5 n_6 n_7 n =8 n =9 n =10 n_12 n_15 n_18 n_23 n =30 n =43 n_67 to to to to to to to to n =11 n =14 n =17 n =22 n =29 n =42 n =66 ^� 0.85 46 51 54 56 58 60 61 62 64 66 67 69 71 72 75 0.84 45 49 53 55 57 58 60 61 63 65 66 68 70 71 73 0.83 44 48 51 54 56 57 58 60 62 64 65 67 69 70 72 0.82 43 47 50 53 54 56 57 59 61 62 64 66 67 69 71 0.81 1 41 46 1 49 51 1 53 1 55 56 1 58 59 1 61 1 63 64 1 66 68 70 0.80 40 44 48 50 52 54 55 56 58 60 62 63 65 67 69 0.79 39 43 46 49 51 52 54 55 57 59 61 62 64 66 68 0.78 38 42 45 48 50 51 52 54 56 58 59 61 63 65 67 0.77 36 41 44 46 48 50 51 53 55 57 58 60 62 64 66 0.76 35 39 43 45 47 49 50 52 54 56 57 59 61 63 65 0.75 33 38 42 44 46 48 49 51 53 54 56 58 60 62 64 REJECT Values Less Than Those Shown Above Rq Quality Levels Less Than Those Specified for a 0.75 Pay Factor Note: If the value of (PU + PL) - 100 does not correspond to a (P, + P) - 100 value in this table, use the next smaller (P + P,) - 100 value. SECTION 1 -07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1 -07.2 Sales Tax (WSDOT Amendment August 2, 2010) Amendments 3 Amendments to the 2010 Standard Specifications The third sentence in the first paragraph is revised to read: The Contractor should contact Vendor Payments (a division of Accounting & Financial Services) of the Department of Transportation in Olympia, Washington for answers to questions in this area. The first sentence in the third paragraph is revised to read: The Contracting Agency will pay the retained percentage only if the Contractor has obtained from the State Department of Revenue a certificate showing that all Contract - related taxes have been paid (RCW 60.28.051). 1- 07.9(1) General (WSDOT Amendment August 2, 2010) The second sentence in the fourth paragraph is revised to read: When the project involves highway Work, heavy Work and building Work, the Contract Provisions may list a Federal wage and fringe benefit rate for the highway Work, a separate Federal wage and fringe benefit rate for both the heavy Work and the building Work. 1- 07.13(4) Repair of Damage (WSDOT Amendment April 5, 2010) The last sentence in the first paragraph is revised to read: For damage qualifying for relief under Sections 1- 07.13(1), 1- 07.13(2), 1- 07.13(3), or 8- 17.5, payment will be made in accordance with Section 1 -09.4 using the estimated Bid item "Reimbursement for Third Party Damage ". 1 -07.15 Temporary Water Pollution /Erosion Control (WSDOT Amendment August 2, 2010) The fourth paragraph is deleted. 1- 07.15(1) Spill Prevention, Control and Countermeasures Plan (WSDOT Amendment August 2, 2010) The third sentence in the first paragraph is revised to read: No on -site construction activities may commence until the Contracting Agency accepts a SPCC Plan for the project. In item number 10., the first paragraph below the pay item "SPCC Plan," lump sum is revised to read: When the written SPCC Plan is accepted by the Contracting Agency, the Contractor shall receive 50- percent of the lump sum Contract price for the plan. Amendments 4 Amendments to the 2010 Standard Specifications 1- 07.16(2) Vegetation Protection and Restoration ( WSDOT Amendment April 5, 2010) The second paragraph is revised to read: Damage which may require replacement of vegetation includes torn bark stripping, broken branches, exposed root systems, cut root systems, poisoned root systems, compaction of surface soil and roots, puncture wounds, drastic reduction of surface roots or leaf canopy, changes in grade greater than 6- inches, or any other changes to the location that may jeopardize the survival or health of the vegetation to be preserved. The third paragraph is revised to read: When large roots of trees designated to be saved are exposed by the Contractor's operation, they shall be wrapped with heavy, moist material such as burlap or canvas for protection and to prevent excessive drying. The material shall be kept moist and securely fastened until the roots are covered to finish grade. All material and fastening material shall be removed from the roots before covering. All roots 1 -inch or larger in diameter, which are damaged, shall be pruned with a sharp saw or pruning shear. Damaged, torn, or ripped bark shall be removed as ordered by the Engineer at no additional cost to the Contracting Agency. The fourth paragraph is revised to read: Any pruning activity required to complete the Work as specified shall be performed by a Certified Arborist as designated by the Engineer. SECTION 1 -08, PROSECUTION AND PROGRESS ( WSDOT Amendment April 5, 2010) 1 -08.1 Subcontracting The second and third sentences in the eighth paragraph are revised to read: This Certification shall be submitted to the Project Engineer on WSDOT form 421 -023, "Quarterly Report of Amounts Paid as MBE/WBE Participants ", quarterly for the State fiscal quarters: January 1 through March 31, April 1 through June 30, July 1 through September 30, October 1 through December 31, and for any remaining portion of a quarter through Physical Completion of the Contract. The report is due 20 calendar days following the fiscal quarter end or 20- calendar days after Physical Completion of the Contract. The last sentence in the ninth paragraph is revised to read: When required, this "Quarterly Report of Amounts Credited as DBE Participation" is in lieu of WSDOT form 421 -023, "Quarterly Report of Amounts Paid as MBE/WBE Participants ". 1 -08.5 Time for Completion The last two sentences in the first paragraph are revised to read: Amendments 5 Amendments to the 2010 Standard Specifications When any of these holidays fall on a Sunday, the following Monday shall be counted a nonworking day. When the holiday falls on a Saturday, the preceding Friday shall be counted a nonworking day. The days between December 25 and January 1 will be classified as nonworking days. SECTION 1 -09, MEASUREMENT AND PAYMENT (WSDOTAmendment January 4, 2010) 1 -09.9 Payments The first paragraph is revised to read: The basis of payment will be the actual quantities of Work performed according to the Contract and as specified for payment. The Contractor shall submit a breakdown of the cost of lump sum Items to enable the Project Engineer to determine the Work performed on a monthly basis. Lump sum item breakdowns shall be submitted prior to the first progress payment that includes payment for the Bid Item in question. A breakdown is not required for lump sum items that include a basis for incremental payments as part of the respective Specification. Absent a lump sum breakdown the Project Engineer will make a determination based on information available. The Project Engineer's determination of the cost of work shall be final. In the third paragraph, the second sentence is deleted. 1- 09.11(1)A Disputes Review Board Membership (WSDOT Amendment August 2, 2010) This section is supplemented with the following new paragraph: The Contracting Agency and Contractor shall indemnify and hold harmless the Board Members from and against all claims, damages, losses and expenses, including but not limited to attorney's fees arising out of and resulting from the actions and recommendations of the Board. SECTION 1 -10, TEMPORARY TRAFFIC CONTROL (WSDOT Amendment April 5, 2010) In Division 1 -10, all references to "truck mounted" are revised to read "transportable ". 1- 10.2(3) Conformance to Established Standards In the fifth paragraph, the reference "(TMA's)" is deleted. 1- 10.3(2)C Lane Closure Setup/Takedown In the second paragraph, the reference to "TMA /arrow board" is revised to read "transportable attenuator /arrow board ". Amendments 6 Amendments to the 2010 Standard Specifications 1- 10.3(3)A Construction Signs In the fourth paragraph "height" is replaced with "top of the ballast ". 1- 10.3(3)J Truck Mounted Attenuator The title for this section is revised to read: 1- 10.3(3)J Transportable Attenuator In the second and fourth paragraphs, the references to "TMA" are revised to read "Transportable Attenuator ". In the first paragraph, the first sentence is revised to read: Where shown on an approved traffic control plan or where ordered by the Engineer, the Contractor shall provide, operate, and maintain transportable impact attenuators as required in Section 9- 35.12. In the third paragraph, the reference to "truck's" is revised to read "host vehicle's ". 1- 10.4(2) Item Bids with Lump Sum for Incidentals All references to "Truck Mounted Impact Attenuator(s)" are revised to read "Transportable Attenuator(s) ". In the eighth paragraph, the first sentence is revised to read: "Transportable Attenuator" will be measured per each one time only for each host vehicle with mounted or attached impact attenuator used on the project. In the last sentence of the ninth paragraph, the reference to "TMA" is replaced with "transportable attenuator". 1- 10.5(2) Item Bids with Lump Sum for Incidentals All references to "truck mounted impact attenuator(s)" are revised to read "transportable attenuator(s)". SECTION 2 -01, CLEARING, GRUBBING, AND ROADSIDE CLEANUP (WSDOT Amendment April 5, 2010) 2- 01.3(2) Grubbing In the first paragraph Item 2. e. is revised to read: e. Upon which embankments will be placed except stumps may be close -cut or trimmed as allowed in Section 2- 01.3(1) item 3. SECTION 2 -02, REMOVAL OF STRUCTURES AND OBSTRUCTIONS (WSDOT Amendment January 4, 20 10) Amendments 7 Amendments to the 2010 Standard Specifications 2 -02.3 Construction Requirements The fourth paragraph is revised to read: The Contractor may dispose of waste material in Contracting Agency owned sites if the Special Provisions or the Engineer permits it. Otherwise, the Contractor shall arrange to dispose of waste at no expense to the Contracting Agency and the disposal shall meet the requirements of Section 2- 03.3(7)C. SECTION 2 -09, STRUCTURE EXCAVATION (WSDOT Amendment August 2, 2010) 2- 09.3(2) Classification of Structure Excavation Item number 1 is revised to read: Class A. Structure excavation required for bridge and retaining wall footings, geosynthetic retaining wall footings, structural earth wall and sign structure footings, pile or drilled shaft caps, seals, wingwall footings, detention vaults, and noise barrier wall footings shall be classified as Structure excavation Class A. If the excavation requires a cofferdam, structural shoring, or extra excavation, the work outside the neat lines of the Structure excavation Class A shall be classified as shoring or extra excavation Class A. SECTION 5 -01, CEMENT CONCRETE PAVEMENT REHABILITATION (WSDOT Amendment January 4, 2010) 5 -01.2 Materials The referenced section for the following item is revised to read: Dowel Bars 9- 07.5(1) 5- 01.3(4) Replace Portland Cement Concrete Panel The thirteenth paragraph is revised to read: The tie bar and dowel bar holes shall be blown clean with compressed air before grouting. The bar shall be centered in the hole and all voids around the bar completely filled with grout. Dams, if needed, shall be placed at the front of the holes to confine the grout and center the bars in the holes. The dams shall permit the escape of air without leaking grout and shall not be removed until grout has cured in the hole. 5- 01.3(6) Dowel Bar Retrofit The last paragraph is deleted. 5- 01.3(9) Portland Cement Concrete Pavement Grinding The third sentence in the first paragraph is revised to read: Amendments 8 Amendments to the 2010 Standard Specifications Grind one pass along the edge adjacent to Portland Cement Concrete Pavement (PCCP) placed in accordance with Section 5 -05, before the PCCP is placed. The second sentence in the second paragraph is deleted. SECTION 5 -02, BITUMINOUS SURFACE TREATMENT (WSDOT Amendment August 2, 2010) 5 -02.5 Payment The following pay item and related statements are deleted: "Asphalt Emulsion Price Adjustment ", by calculation. SECTION 5 -04, HOT MIX ASPHALT (WSDOT Amendment April 5, 2010) 5- 04.3(8)A1 General The second sentence in the second paragraph is revised to read: Statistical evaluation will be used for a class of HMA with the same PG grade of asphalt binder, when the Proposal quantities exceed 4,000 -tons. The third paragraph is revised to read: Nonstatistical evaluation will be used for the acceptance of HMA when the Proposal quantities for a class of HMA, with the same PG grade of asphalt binder, are 4,000 -tons or less. 5- 04.3(8)A4 Definition of Sampling Lot and Sublot The first sentence in the first paragraph is revised to read: A lot is represented by randomly selected samples of the same mix design that will be tested for acceptance with a maximum of 15 sublots per lot; the final lot for a mix design may be increased to 25 sublots 5- 04.3(10)B 1 General The first sentence in the second paragraph is revised to read: A lot is represented by randomly selected samples of the same mix design that will be tested for acceptance with a maximum of 15 sublots per lot; the final lot for a mix design may be increased to 25 sublots. SECTION 5 -05, CEMENT CONCRETE PAVEMENT 5- 05.3(1) Concrete Mix Design For Paving (WSDOT Amendment August 2, 20 10) Amendments 9 Amendments to the 2010 Standard Specifications In number 3.c., the last paragraph is deleted. 5- 05.3(4)A Acceptance of Portland Cement Concrete Pavement ( WSDOT Amendment August 2, 2010) All references to " AASHTO T 22" are revised to read " WSDOT FOP for AASHTO T 22 ". In the fifth paragraph "WAQTC FOP for TM 2" is revised to read `WAQTC TM 2 ". The eighth paragraph is revised to read: Acceptance testing for compliance of air content and 28 -day compressive strength shall be conducted from samples prepared according to WSDOT FOP for WAQTC TM 2. Air content shall be determined by conducting WSDOT FOP for WAQTC / AASHTO T 152. Compressive Strength shall be determined by WSDOT FOP for AASHTO T 23 and WSDOT FOP for AASHTO T 22. 5- 05.3(11) Finishing ( WSDOT Amendment August 2, 2010) The first sentence in the third paragraph is revised to read: On projects requiring less than 500 - square yards of cement concrete pavement or irregular areas the surface finish may be either longitudinal tining or be given a final finish surface by texturing with a comb perpendicular to the centerline of the pavement. The third sentence in the third paragraph is deleted. The last sentence in the third paragraph is revised to read: Regardless of the surface finish, if the pavement has a raised curb without a formed concrete gutter, the texturing shall end 2 -feet from the curb line. This section is supplemented with the following two new paragraphs: The standard method of surface finish shall be longitudinal tining. In advance of curing operations, where longitudinal tining is required, the pavement shall be given an initial and a final texturing. Initial texturing shall be performed with a burlap drag or broom device that will produce striations parallel with centerline. Final texturing shall be performed with a spring steel tine device that will produce grooves parallel with the centerline. The spring steel tine device shall be operated within 5- inches, but not closer than 3- inches, of pavement edges. Burlap drags, brooms and tine devices shall be installed on self - propelled equipment having external alignment control. The installation shall be such that when texturing, the area of burlap in contact with the pavement surface shall be maintained constant at all times. Broom and tine devices shall be provided with positive elevation control. Downward pressure on pavement surface shall be maintained at all times during texturing so as to achieve uniform texturing without measurable variations in pavement profile. Self - propelled texturing machines shall be operated so that travel speed when texturing is maintained Amendments 10 Amendments to the 2010 Standard Specifications constant. Failure of equipment to conform to all provisions in this paragraph shall constitute cause for stopping placement of concrete until the equipment deficiency or malfunction is corrected. Spring steel tines of the final texturing device shall be rectangular in cross section, 3/32 to '/8 inch wide, on 3/ inch centers, and of sufficient length, thickness and resilience to form grooves approximately 3/16 inch deep in the fresh concrete surface. Final texture shall be uniform in appearance with substantially all of the grooves having a depth between '/16 inch and 5/16 inch. 5- 05.3(12) Surface Smoothness ( WSDOT Amendment April 5, 2010) The first paragraph is revised to read: The pavement smoothness will be checked with equipment furnished and operated by the Contractor, under supervision of the Engineer, within 48 -hours following placement of concrete. Smoothness of all pavement placed except Shoulders, ramp tapers, intersections, tight horizontal curves, and small or irregular areas as defined by Section 5- 05.3(3) unless specified otherwise, will be measured with a recording profilograph, as specified in Section 5- 05.3(3), parallel to centerline, from which the profile index will be determined in accordance with WSDOT Test Method 807. Tight horizontal curves are curves having a centerline radius of curve less than 1,000 feet and pavement within the superelevation transition of those curves. 5- 05.3(13)A Curing Compound ( WSDOT Amendment August 2, 2010) The tenth paragraph is deleted. 5- 05.3(16) Protection of Pavement ( WSDOT Amendment April 5, 2010) All references to " AASHTO T 22" are revised to read " WSDOT FOP for AASHTO T 22 ". 5- 05.3(17) Opening to Traffic ( WSDOT Amendment April 5, 20 10) All references to " AASHTO T 22" are revised to read " WSDOT FOP for AASHTO T 22 ". SECTION 6 -01, GENERAL REQUIREMENTS FOR STRUCTURES ( WSDOT Amendment August 2, 2010) 6 -01.6 Load Restrictions on Bridges Under Construction In the first paragraph "roadway deck" is deleted and replaced with "bridge deck ". 6 -01.8 Approaches to Movable Spans In the first paragraph "roadway" is deleted and replaced with "bridge deck ". Amendments 11 Amendments to the 2010 Standard Specifications SECTION 6 -02, CONCRETE STRUCTURES (WSDOT Amendment August 2, 2010) In Division 6 -02, all references to "roadway slab ", "roadway deck" and "deck slab" are deleted and replaced with "bridge deck ". 6- 02.3(1) Classification of Structural Concrete (WSDOT Amendment August 2, 2010) The first paragraph is deleted and replaced with the following two new paragraphs: The class of concrete to be used shall be as noted in the Plans and these Specifications. The Class includes the specified minimum compressive strength in psi at 28 days (numerical class) and may include a letter suffix to denote structural concrete for a specific use. Letter suffixes include A for bridge approach slabs, D for bridge decks, P for piling and shafts, and W for underwater. The numerical class without a letter suffix denotes structural concrete for general purposes. Concrete of a numerical class greater than 4000 shall conform to the requirements specified for either Class 4000 (if general purpose), or for the appropriate Class 4000 with a letter suffix, as follows: 1. Mix ingredients and proportioning specified in Section 6- 02.3(2) and Section 6- 02.3(2)A. 2. Consistency requirements specified in Section 6- 02.3(4)C. 3. Curing requirements specified in 6- 02.3(11). 6- 02.3(2) Proportioning Materials (WSDOT Amendment August 2, 20 10) The table following the third paragraph is supplemented with the following: Lean Concrete 35 40 6- 02.3(6) Placing Concrete (WSDOT Amendment April 5, 20 10) The third paragraph is revised to read: All foundations, forms, and contacting concrete surfaces shall be moistened with water just before the concrete is placed. Any standing water on the foundation, on the concrete surface, or in the form shall be removed. The following new sentence is added after the fourth sentence in the fourth paragraph: The submittal to the Engineer shall include justification that the concrete mix design will remain fluid for interruptions longer than 30- minutes between placements. Amendments 12 Amendments to the 2010 Standard Specifications 6- 02.3(10)D Concrete Placement, Finishing, and Texturing (WSDOT Amendment April 5, 2010) The following paragraph is inserted at the beginning of this section: Before placing bridge approach slab concrete, the subgrade shall be constructed in accordance with Sections 2 -06 and 5- 05.3(6). 6- 02.3(11) Curing Concrete (WSDOT Amendment April 5, 2010) In the fifth paragraph "Type 1 D" is revised to read "Type 1 D, Class B ". 6- 02.3(17)F Bracing (WSDOT Amendment April 5, 2010) Under the heading "Temporary Bracing for Bridge Girders ", the table is revised to read: Girder Series Distance in Inches W42G 30 W50G 42 W58G 63 W74G 66 Prestressed concrete tub girders with webs with flanges 30 WF36G, WF42G, WF50G, WF58G, WF66G, WF74G, WF83G, WF95G, and WF1000 70 W32BTG, W38BTG, and W62BTG 70 WF74PTG, WF83PTG, WF95PTG, and WF100PTG 70 6- 02.3(17)N Removal of Falsework and Forms (WSDOT Amendment April 5, 2010) The first paragraph including table is revised to read: If the Engineer does not specify otherwise, the Contractor may remove forms based on an applicable row of criteria in the table below. Both compressive strength and minimum time criteria must be met if both are listed in the applicable row. The minimum time shall be from the time of the last concrete placement the forms support. In no case shall the Contractor remove forms or falsework without the Engineer's approval. Amendments 13 Amendments to the 2010 Standard Specifications Concrete Placed In Percent of Specified Minimum Minimum Time Minimum Compressive Compressive Strength1 Strength 1 Columns, walls, non- — — 3 days sloping box girder webs, abutments, footings, pile caps„ traffic and pedestrian barriers, and any other side form not supporting the concrete weight. Columns, walls, non- — 1400 psi 18 hours sloping box girder webs, abutments, traffic and pedestrian barriers, and any other side form not supporting the concrete weight or other loads. Side forms of footings, pile — — 18 hours caps, and shaft caps.2 Crossbeams, shaft caps, 80 — 5 days struts, inclined columns and inclined walls. Bridge decks supported on 80 — 10 days wood or steel stringers or on steel or prestressed concrete girders. 3 Box girders, T -beam 80 — 14 days girders, and flat -slab Su erstructure.3 Arches.3 80 — 21 days 1 Strength shall be proved by test cylinders made from the last concrete placed into the form. The cylinders shall be cured according to WSDOT FOP for AASHTO T 23. 2 Curing compound shall be immediately applied to the sides when forms are removed. 3 Where continuous spans are involved, the time for all spans will be determined by the last concrete placed affecting any span. The third and fourth paragraphs are deleted. The fifth paragraph is revised to read: Curing shall comply as required in Section 6- 02.3(11). The concrete surface shall not become dry during form removal if removed during the cure period. 6- 02.3(20) Grout for Anchor Bolts and Bridge Bearings ( WSDOT Amendment April 5, 2010) In the fourth paragraph "9- 20.3(4)" is revised to read "Section 9- 20.3(4) ". Amendments 14 Amendments to the 2010 Standard Specifications 6- 02.3(24) Reinforcement (WSDOT Amendment April 5, 2010) This first paragraph is revised to read: Although a bar list is normally included in the Plans, the Contracting Agency does not guarantee its accuracy and it shall be used at the Contractor's risk. Reinforcement fabrication details shall be determined from the information provided in the Plans. The third paragraph is deleted. 6- 02.3(24)C Placing and Fastening (WSDOT Amendment April 5, 2010) The eighth paragraph is revised to read: Mortar blocks may be accepted based on a Manufacturer's Certificate of Compliance. The 14th paragraph is revised to read: Clearances for main bars shall be at least: 4- inches between: Bars and the surface of any concrete masonry exposed to the action of salt or alkaline water. 3- inches between: Bars and the surface of any concrete deposited against earth without intervening forms. 2 -'/2- inches between: Adjacent bars in a layer. Bridge deck bars and the top of the bridge deck. 2- inches between: Adjacent layers. Bars and the surface of concrete exposed to earth. Reinforcing bars and the faces of forms for exposed aggregate finish. 1 -'/- inches between: Bars and the surface of concrete when not specified otherwise in this Section or in the Plans. Barrier and curb bars and the surface of concrete. 1 -inch between: Slab bars and the bottom of the slab. Slab bars and the top surface of the bottom slab of a cast -in -place concrete box girder. The following new paragraph is inserted after the 14th paragraph: Cover to ties and stirrups may be '/2 -inch less than the values specified for main bars but shall not be less than 1 -inch. 6- 02.3(24)F Mechanical Splices (WSDOT Amendment April 5, 2010) Items 1, 2, and 3 in the fourth paragraph are revised to read: Amendments 15 Amendments to the 2010 Standard Specifications 1. Mechanical splices shall develop at least 125 percent of the specified yield strength of the unspliced bar. The ultimate tensile strength of the mechanical splice shall exceed that of the unspliced bar. 2. The total slip of the bar within the spliced sleeve of the connector after loading in tension to 30.0 ksi and relaxing to 3.0 ksi shall not exceed the following measured displacements between gage points clear of the splice sleeve: a. 0.01 inches for bar sizes up to No. 14. b. 0.03 inches for No. 18 bars. 3. The maximum allowable bar size for mechanical laps splices shall be No. 6. 6- 02.3(25) Prestressed Concrete Girders ( WSDOT Amendment April 5, 2010) Under the heading "Prestressed Concrete Wide Flange I Girder" the last sentence is revised to read: WSDOT standard girders in this category include Series WF36G, WF42G, WF50G, WF58G, WF66G, WF74G, WF83G, WF95G and WF100G. Under the heading "Spliced Prestressed Concrete Girder" the last sentence is revised to read: WSDOT standard girders in this category include Series WF74PTG, WF83PTG, WF95PTG and WF100PTG. 6- 02.3(25)L Handling and Storage ( WSDOT Amendment April 5, 20 10) In the third sentence of the second paragraph, the reference to "1- foot -9- inches" is revised to read "3- foot -0- inches ". 6- 02.3(25)N Prestressed Concrete Girder Erection ( WSDOT Amendment April 5, 2010) The seventh paragraph is supplemented with the following: The aspect ratio (height/width) of oak block wedges at the girder centerline shall not exceed 1.0. 6- 02.3(26)E Ducts ( WSDOT Amendment August 2, 2010) Beneath the heading "Ducts for Internal Embedded Installation" the second sentence in the second paragraph is revised to read: Polypropylene ducts shall conform to ASTM D 4101 with a cell classification range of PP0340B14541 to PP03401367884. Amendments 16 Amendments to the 2010 Standard Specifications This section is supplemented with the following: All duct splices, joints, couplings and connections to anchorages shall be made with devices or methods (mechanical couplers, plastic sleeves, shrink sleeve) that are approved by the duct manufacturer and produce a smooth interior alignment with no lips or kinks. All connections and fittings shall be air and mortar tight. Taping is not acceptable for connections and fittings. 6- 02.3(27) Concrete for Precast Units (WSDOT Amendment August 2, 2010) In the third paragraph "Section 9 -12" is revised to read "Section 9- 05.50 ". 6- 02.3(28)F Tolerances (WSDOT Amendment April 5, 2010) The reference to "PCI -MNL -166" is revised to read "PCI -MNL- 116 ". SECTION 6-03, STEEL STRUCTURES 6- 03.3(25) Repair Welding (WSDOT Amendment April 5, 2010) In the first paragraph "2002" is revised to read "2008 ". 6- 03.3(25)A Welding Inspection (WSDOT Amendment April 5, 20 10) In the first paragraph "2002" is revised to read "2008 ". In the paragraph below the heading "Radiographic Inspection" "2002 Structural' is revised to read "2008 Bridge ". 6- 03.3(29) Vacant (WSDOT Amendment April 5, 2010) This section including title is revised to read: Welded Shear Connectors All welded shear connectors on steel girder top flanges shall be installed in the field after the forms for the concrete bridge deck are in place. The steel surface to be welded shall be prepared to SSPC -SP 11, power tool cleaning, just prior to welding. Installation, production control, and inspection of welded shear connectors shall conform to Chapter 7 of the AASHTO /AWS D1.5M/D1.5:2008 Bridge Welding Code. After the welded shear connectors are installed, the weld and the disturbed steel surface shall be cleaned and painted in accordance with Section 6- 07.3(9)1. Amendments 17 Amendments to the 2010 Standard Specifications 6- 03.3(33) Bolted Connections (WSDOT Amendment August 2, 2010) This section is revised to read: Fastener components shall consist of bolts, nuts, washers, tension control bolt assemblies, and direct tension indicators. Fastener components shall meet the requirements of Section 9- 06.5(3). The Contractor shall submit documentation of the bolt tension calibrator for approval by the Engineer and shall include brand, capacity, model, date of last calibration, and manufacturer's instructions for use. The Contractor shall be responsible to supply the approved bolt tension calibrator and all accompanying hardware and calibrated torque wrenches to conduct all testing and inspection described herein. Use of the bolt tension calibrator shall comply with manufacturer's recommendations. Fastener components shall be protected from dirt and moisture in closed containers at the site of installation. Only as many fastener components as are anticipated to be installed during the Work shift shall be taken from protected storage. Fastener components that are not incorporated into the Work shall be returned to protected storage at the end of the Work shift. Fastener components shall not be cleaned or modified from the as- delivered condition. Fastener components that accumulate rust or dirt shall not be incorporated into the Work. Tension control bolt assemblies shall not be relubricated, except by the manufacturer. All bolted connections are slip critical. Painted structures require either Type 1 or Type 3 bolts. Unpainted structures require Type 3 bolts. AASHTO M 253 bolts shall not be galvanized or be used in contact with galvanized metal. Washers are required under turned elements for bolted connections and as required in the following: 1. Washers shall be used under both the head and the nut when AASHTO M 253 bolts are to be installed in structural carbon steel, as specified in Section 9 -06.1. 2. Where the outer face of the bolted parts has a slope greater than 1:20 with respect to a plane normal to the bolt axis, a beveled washer shall be used. 3. Washers shall not be stacked unless otherwise approved by the Engineer. 4. It is acceptable to place a washer under the unturned element. All galvanized nuts shall be lubricated by the manufacturer with a lubricant containing a visible dye so a visual check for the lubricant can be made at the time of field installation. Black bolts shall be lubricated by the manufacturer and shall be "oily" to the touch when installed. After assembly, bolted parts shall fit solidly together. They shall not be separated by washers, gaskets, or any other material. Assembled joint surfaces, including those next to bolt heads, nuts, and washers, shall be free of loose mill scale, burrs, dirt, and other foreign material that would prevent solid seating. Amendments 18 Amendments to the 2010 Standard Specifications When all bolts in a joint are tight, each bolt shall carry at least the proof load shown in Table 3 below: Table 3 Minimum Bolt Tension Bolt Size (inches) AASHTO M 164 and ASTM F 1852 (pounds) AASHTO M 253 (pounds) 112 12,050 14,900 /8 19,200 23,700 3/4 28,400 35,100 7/8 39,250 48,500 1 51,500 63,600 1' /8 56,450 80,100 11/4 71,700 101,800 13 /8 85,450 121,300 11/2 104,000 147,500 Prior to final tightening of any bolts in a bolted connection, the connection shall be compacted to a snug -tight condition. Snug tight shall include bringing all plies of the connection into firm contact and snug- tightening all bolts in accordance with Section 6- 03.3(32). Final tightening may be done by either the turn -of -nut method, the direct - tension indicator method, or twist off type tension control structural bolt/nut/washer assembly method. Preferably, the nut shall be turned tight while the bolt is prevented from rotating. However, if required by either turn -of -nut or direct - tension - indicator methods, because of bolt entering and /or wrench operational clearances, tightening may be done by turning the bolt while the nut is prevented from rotating. 1. Turn -of -Nut Method. After all specified bolting conditions satisfied, and before final tightening, the Contractor shall match -mark with crayon or paint the outer face of each nut and the protruding part of the bolt. Each bolt shall be final tightened to the specified minimum tension by rotating the amount specified in Table 4. To ensure that this tightening method is followed, the Engineer will (1) observe as the Contractor installs, snug- tightens, and final tightens all bolts and (2) inspect each match -mark. Amendments 19 Amendments to the 2010 Standard Specifications Table 4 Turn -of -Nut Tightening Method Nut Rotational from Snug - Tight Condition Bolt Length Disposition of Outer Faces of Bolted Parts Condition I Condition 2 Condition 3 L <= 4D 1/3 turn '/2 turn 2/3 turn 4D < L <= 8D '/2 turn 2/3 turn 5/6 turn 8D < L <= 12D 2 /3 turn /6 turn 1 turn Bolt length measured from underside of head to top of nut. Condition >— both faces at right angles to bolt axis. Condition 2— one face at right angle to bolt axis, one face sloped no more than 1:20, without bevel washer. Condition 3 — both faces sloped no more than 1:20 from right angle to bolt axis, without bevel washer. Nut rotation is relative to the bolt regardless of which element (nut or bolt) is being turned. Tolerances permitted plus or minus 30 degrees (1/12 turn) for final turns of 1/2 turn or less; plus or minus 45 degrees (1/8 turn) for final turns of 2 /3turn or more. D = nominal bolt diameter of bolt being tightened. When bolt length exceeds 12D, the rotation shall be determined by actual tests in which a suitable tension device simulates actual conditions. 2. Direct - Tension - Indicator Method. Direct - Tension - Indicators (DTIs) shall not be used under the turned element. DTIs shall be placed under the bolt head with the protrusions facing the bolt head when the nut is turned. DTIs shall be placed under the nut with the protrusions facing the nut when the bolt is turned. Amendments 20 Amendments to the 2010 Standard Specifications Table - - nsion Indicator Requirements Bolt Size, - Maximum Snug- Refusals- tight Minimum Final inches Gap refusal shall be measured with a 0.005 inch tapered feeler gage. After all specified bolting conditions are satisfied, the snug- tightened gaps shall meet Table 5 snug -tight limits. Each bolt shall be final- tightened to meet Table 5 final tighten limits. If the bolt is tensioned so that no visible gap in any space remains, the bolt and DTI shall be removed and replaced by a new properly tensioned bolt and DTI. The Contractor shall tension all bolts, inspecting all DTIs with a feeler gage, in the presence of the Engineer. DTIs shall be installed by 2 or more person crews with 1 individual preventing the element at the DTI from turning, and measuring the gap of the DTI to determine the proper tension of the bolt. If a bolt, that has had its DTI brought to full load, loosens during the course of bolting the connection, it shall be rejected. Reuse of the bolt and nut are subject to the provisions of this section. The used DTI shall not be reinstalled. 3. Twist Off Type Tension Control Structural Bolt /Nut/Washer Assembly Method (Tension Control Bolt Assembly). Tension control bolt assemblies shall include the bolt, nut, and washer(s) packaged and shipped as a single assembly. Tension control bolt assembly components shall not be interchanged for testing or installation and shall comply with all provisions of ASTM F 1852. The tension control bolts shall incorporate a design feature intended to either indirectly indicate, or to automatically provide, the minimum tension specified in Table 3 of Section 6- 03.3(33). The Contractor shall submit the tension control bolt assembly to the Engineer for approval with bolt capacities, type of bolt, nut, and washer lubricant, method of Amendments 21 Amendments to the 2010 Standard Specifications packaging and protection of the lubricated bolt, installation equipment, calibration equipment, and installation procedures. The tension control bolt manufacturer's installation procedure shall be followed for installation of bolts in the verification testing device, in all calibration devices, and in all structure connections. In some cases, proper tensioning of the bolts may require more than one cycle of systematic partial tightening prior to final yield or fracture of the tension control element of each bolt. If yield or fracture of the tension control element of a bolt occurs prior to the final tightening cycle, that bolt shall be replaced with a new one. Additional field verification testing shall be performed as requested by the Engineer. All bolts and connecting hardware shall be stored and handled in a manner to prevent corrosion and loss of lubricant. Bolts which are installed without the same lubricant coating as tested under the verification test will be rejected and shall be removed from the joint and be replaced with new lubricated bolts at no additional cost to the Contracting Agency. AASHTO M 253 bolts, galvanized AASHTO M 164 bolts, and ASTM F 1852 tension control bolt assemblies shall not be reused. Black AASHTO M 164 bolts may be reused once if approved by the Engineer. All bolts to be reused shall have their threads inspected for distortion by reinstalling the used nut on the bolt and turning the nut for the full length of the bolt threads by hand. Bolts to be reused shall be relubricated in accordance with the manufacturer's recommendations and as approved by the Engineer. Used bolts shall be subject to a rotational capacity test as specified in Section 6- 03.3(33)A Pre - Erection Testing. Touching up or retightening bolts previously tightened by the turn -of -nut method, which may have been loosened by the tightening of adjacent bolts shall not be considered as reuse, provided the snugging up continues from the initial position and does not require greater rotation, including the tolerance, than that required by Table 4. 6- 03.3(33)A Pre - Erection Testing (WSDOT Amendment August 2, 2010) This section is revised to read: High strength bolt assemblies (bolt, nut, direct tension indicator, and washer), black and galvanized, shall be subjected to a field rotational capacity test, as outlined below, prior to any permanent fastener installation. For field installations, the rotational capacity test shall be conducted at the jobsite. Each combination of bolt production lot, nut production lot, washer production lot, and direct tension indicator production lot shall be tested as an assembly, except tension control bolt assemblies which shall be tested as supplied by the manufacturer. Each rotational capacity test shall include three assemblies. Once an assembly passes the rotational capacity test, it is approved for use for the remainder of the project, unless the Engineer deems further testing is necessary. All tests shall be performed in a bolt tension calibrator by the Contractor in the presence of the Engineer. High- strength bolt assemblies used in this test shall not be reused. The bolt assemblies shall meet the following requirements' after being pretensioned to 15 percent of the minimum bolt tension in Table 3. The assembly shall be considered as nonconforming if the assembly fails to pass any one of the following specified requirements. Amendments 22 Amendments to the 2010 Standard Specifications The measured torque to produce the minimum bolt tension shall not exceed the maximum allowed torque value obtained by the following equation. Torque = 0.25 PD Where: Torque = Calculated Torque (foot - pounds) P = Measured Bolt Tension (pounds) D = Normal Bolt Diameter (feet) 2. After placing the assembly through two cycles of the required number of turns, where turns are measured from the 15 percent pretention condition, as indicated in Table 4 of Section 6- 03.3(33), a. The maximum recorded tension after the two turns shall be equal to or greater than 1.15 times the minimum bolt tension listed in Table 3 of Section 6.03.3(33). b. Each assembly shall be successfully installed to the specified number of turns. c. The fastener components in the assembly shall not exhibit shear failure or stripping of the threads as determined by visual examination of bolt and nut threads following removal. d. The bolts in the assembly shall not exhibit torsional or torsional /tension failure. 3. If any specimen fails, the assembly will be rejected. Elongation of the bolt between the bolt head and the nut is not considered to be a failure. Bolts that are too short to test in the bolt tension calibrator shall be tested in a steel joint The Contractor shall (1) install the high- strength bolt assemblies (bolt, nut, direct tension indicator and washer) in a steel joint of the proper thickness, (2) tighten to the snug tight condition, (3) match -mark the outer face of each nut and the protruding part of the bolt with crayon or paint, (4) rotate to the requirements of Table 4, and (5) record the torque that is required to achieve the required amount of rotation. The assembly shall be considered as non - conforming if the assembly fails to pass any one of the following specified requirements. The recorded torque to produce the minimum rotation shall not exceed the maximum allowed torque value obtained by the following equation. Torque = 0.25 PD Where: Torque = Calculated Maximum Allowed Torque (foot - pounds) P = Specified Bolt Tension per Table 3, multiplied by a factor of 1.15 (pounds) D = Normal Bolt Diameter (feet) Amendments 23 Amendments to the 2010 Standard Specifications 2. After placing the assembly through two cycles of the required number of turns, where turns are measured from the snug tight condition specified in Section 6- 03.3(32), a. Each assembly shall be successfully installed to the specified number of turns. b. The fastener components in the assembly shall not exhibit shear failure or stripping of the threads as determined by visual examination of bolt and nut threads following removal. c. The bolts in the assembly shall not exhibit torsional or torsional /tension failure. 3. If any specimen fails, the assembly will be rejected. Elongation of the bolt between the bolt head and the nut is not considered to be a failure. The Contractor shall submit the manufacturer's detailed procedure for pre- erection (rotational capacity) testing of tension control bolt assemblies to the Engineer for approval and shall have an approved procedure prior to testing. Three DTIs, per lot, shall be tested in a bolt tension calibrator. The bolts shall be tensioned to 105 - percent of the tension shown in Table 3 of Section 6- 03.3(33). If all of the DTI protrusions are completely crushed (all 5 openings with zero gap), this lot of DTIs is rejected. 6- 03.3(33)B Bolting Inspection (WSDOT Amendment August 2, 2010) The first paragraph is revised to read: The Contractor, in the presence of the Engineer, shall inspect the tightened bolt using a calibrated inspection torque wrench, regardless of bolting method. The Contractor shall supply the inspection torque wrench. The first sentence in the second paragraph is revised to read: If the bolts to be installed are not long enough to fit in the bolt tension calibrator, five bolts of the same grade, size, and condition as those under inspection shall be tested using Direct - Tension- Indicators (DTIs) to measure bolt tension. The first sentence in the third paragraph is revised to read: Five representative bolts /nuts /washers and DTIs, if used (provided by the Contractor) of the same grade, size, and condition as those under inspection shall be placed individually in a bolt tension calibrator to measure bolt tension. The fourth and fifth sentences in the third paragraph are revised to read: In the bolt tension calibrator, each bolt shall be tightened by any convenient means to the specified tension. The inspection torque wrench shall then be applied to the tightened bolt to determine the torque required to turn the nut or head 5 degrees (approximately 1 -inch at a 12 -inch radius) in the tightening direction. Amendments 24 Amendments to the 2010 Standard Specifications The fourth paragraph is revised to read: Ten percent (at least two), or as specified by the Engineer, of the tightened bolts on the Structure represented by the test bolts shall be selected at random in each connection. The job- inspection torque shall then be applied to each with the inspecting wrench turned in the tightening direction, with no restraint applied to the opposite end of the bolt. If this torque turns no bolt head or nut, the Contracting Agency will accept the connection as being properly tightened. If the torque turns one or more bolt heads or nuts, the job- inspection torque shall then be applied to all bolts in the connection. Except for tension control bolt assemblies and DTIs with zero gap at all protrusion spaces, any bolt whose head or nut turns at this stage shall be tightened and reinspected. Any tension control bolt assemblies or DTIs that have zero gap at all protrusion spaces shall be replaced if the head or nut turns at this stage. This section is supplemented with the following new paragraph: The Contractor shall submit the manufacturer's detailed procedure for routine observation to ensure proper use of the tension control bolt assemblies to the Engineer for approval and shall have an approved procedure prior to any assembling of bolted connections. 6- 03.3(39) Swinging the Span (WSDOT Amendment August 2, 2010) In the first paragraph "roadway slabs" is revised to read "bridge deck ". SECTION 6 -07, PAINTING 6- 07.3(2)C Paint System Manufacturer and Paint System Information Submittal Component (WSDOT Amendment August 2, 2010) Item 1 in the first paragraph is supplemented with the following: h. Minimum wet film thickness for each coat to achieve the specified minimum dry film thickness. 6- 07.3(9)G Application of Shop Primer Coat (WSDOT Amendment April 5, 2010) In the second paragraph, the second, third, and fourth sentences are deleted. 6- 07.3(9)1 Application of Field Coatings (WSDOT Amendment April 5, 2010) The following new paragraph is inserted preceding the first paragraph: Prior to applying field coatings, the Contractor shall field install welded shear connectors on the steel girder top flanges in accordance with Section 6- 03.3(29) and as shown in the Amendments 25 Amendments to the 2010 Standard Specifications Plans. After installation of the welded shear connectors, the weld and the disturbed surface of the steel girder top flange shall be cleaned in accordance with SSPC -SP 11 and primed. 6- 07.3(10)H Paint System (WSDOT Amendment April 5, 2010) In the first sentence of the first paragraph "new steel" is revised to read "existing steel ". 6- 07.3(10)K Coating Thickness (WSDOT Amendment August 2, 2010) This section is revised to read: The minimum dry film thickness of each coat (primer, intermediate, top, and all stripe coats) shall not be less than 3.0 mils. The dry film thickness shall not be thicker than the paint manufacturer's recommended maximum thickness. The minimum wet film thickness of each coat shall be specified by the paint manufacturer to achieve the minimum dry film thickness. Film thickness, wet and dry, will be measured by gages conforming to Section 6- 07.3(8)A. Wet measurements will be taken immediately after the paint is applied in accordance with ASTM D 4414. Dry measurements will be taken after the coating is dry and hard in accordance with SSPC Paint Application Specification Section No. 2. Each painter shall be equipped with a wet film thickness gauge, and shall be responsible for performing frequent checks of the paint film thickness throughout application. Coating thickness measurements may be made by the Engineer after the application of each coat and before the application of the succeeding coat. In addition, the Engineer may inspect for uniform and complete coverage and appearance. One hundred percent of all thickness measurements shall meet or exceed the minimum wet film thickness. In areas where wet film thickness measurements are impractical, dry film thickness measurements may be made. If a question arises about an individual coat thickness or coverage, it may be verified by the use of a Tooke gauge in accordance with ASTM D 4138. If the specified number of coats does not produce a combined dry film thickness of at least the sum of the thicknesses required per coat, or if an individual coat does not meet the minimum thickness, or if visual inspection shows incomplete coverage, the coating system will be rejected, and the Contractor shall discontinue painting and surface preparation operations and shall submit a proposal for repair to the Engineer The repair proposal shall include documentation demonstrating the cause of the less than minimum thickness along with physical test results, as necessary, and modifications to work methods to prevent similar results. The Contractor shall not resume painting or surface preparation operations until receiving the Engineer's approval of the completed repair. SECTION 6 -09, MODIFIED CONCRETE OVERLAYS 6- 09.3(1)E Air Compressor (WSDOT Amendment August 2, 2010) Amendments 26 Amendments to the 2010 Standard Specifications In the first paragraph "roadway" is deleted and replaced with "bridge ". 6- 09.3(6) Further Deck Preparation (WSDOT Amendment January 4, 2010) In the second paragraph, item number 3. and 4. are revised to read: 3. Existing non - concrete patches as authorized by the Engineer. 4. Additionally, for concrete surfaces scarified by rotomilling only, exposure of reinforcing steel to a depth of one -half of the periphery of a bar for a distance of 12- inches or more along the bar. 6- 09.3(6)B Deck Repair Preparation (WSDOT Amendment January 4, 2010) In the first paragraph, the second sentence is revised to read: For concrete surfaces scarified by rotomilling, concrete shall be removed to provide a 3/- inch minimum clearance around the top mat of steel reinforcing bars only where unsound concrete exists around the top mat of steel reinforcing bars, or if the bond between concrete and the top mat of steel is broken. SECTION 6 -10, CONCRETE BARRIER (WSDOT Amendment January 4, 2010) 6- 10.3(1) Precast Concrete Barrier In the 12th paragraph, the first sentence is revised to read: Only 1 section less than 20 -feet long for single slope barrier and 10 -feet long for all other barriers may be used in any single run of precast barrier, and it must be at least 8 -feet long. 6- 10.3(6) Placing Concrete Barrier The first paragraph is revised to read: Precast concrete barrier Type 2, 3, 4 and transitions shall rest on a paved foundation shaped to a uniform grade and section. The foundation surface for precast concrete barrier Type 2, 3, 4 and transitions shall meet this test for uniformity: When a 10 -foot straightedge is placed on the surface parallel to the centerline for the barrier, the surface shall not vary more than '/4 -inch from the lower edge of the straightedge. If deviations exceed '/4 -inch, the Contractor shall correct them as required in Section 5- 04.3(13). In the second paragraph, the first sentence is revised to read: The Contractor shall align the joints of all precast barrier segments so that they offset no more than '/4 -inch transversely and no more than 3/ -inch vertically. Amendments 27 Amendments to the 2010 Standard Specifications SECTION 6 -12, NOISE BARRIER WALLS (WSDOT Amendment April 5, 2010) 6- 12.3(6) Precast Concrete Panel Fabrication and Erection Item number 3. in the first sentence of the first paragraph is revised to read: 3. The Contractor shall cast the precast concrete panels horizontally. SECTION 6 -13, STRUCTURAL EARTH WALLS (WSDOT Amendment August 2, 2010) 6- 13.3(3) Excavation and Foundation Preparation The first sentence in the first paragraph is revised to read: Excavation shall conform to Section 2- 09.3(3). 6 -13.4 Measurement The fourth paragraph is deleted 6 -13.5 Payment The bid items "Structure Excavation Class B ", per cubic yard, "Structure Excavation Class B Incl. Haul ", per cubic yard, and "Shoring Or Extra Excavation Class B ", per square foot, are deleted from this section. SECTION 6 -14, GEOSYNTHETIC RETAINING WALLS (WSDOT Amendment August 2, 2010) 6- 14.3(3) Excavation and Foundation Preparation The first sentence in the first paragraph is revised to read: Excavation shall conform to Section 2- 09.3(3). 6 -14.4 Measurement The fifth paragraph is deleted 6 -14.5 Payment The bid items "Structure Excavation Class B ", per cubic yard, "Structure Excavation Class B Incl. Haul ", per cubic yard, and "Shoring Or Extra Excavation Class B ", per square foot, are deleted from this section. SECTION 6 -16, SOLDIER PILE AND SOLDIER PILE TIEBACK WALLS (WSDOT Amendment August 2, 2010) Amendments 28 Amendments to the 2010 Standard Specifications 6 -16.5 Payment The first sentence in the paragraph following the bid item "Furnishing Soldier Pile ", per linear foot, is revised to read: All costs in connection with furnishing soldier pile assemblies shall be included in the unit contract price per linear foot for "Furnishing Soldier Pile - _ ", including fabricating and painting the pile assemblies, and field splicing and field trimming the soldier piles. SECTION 6 -17, PERMANENT GROUND ANCHORS (WSDOT Amendment January 4, 2010) 6- 17.3(7) Installing Permanent Ground Anchors In the third paragraph, the first sentence is revised to read: The tendon shall be inserted into the drill hole to the desired depth prior to grouting. In the third paragraph, the following sentence is inserted after the first sentence: Wet setting of permanent ground anchors will not be allowed. SECTION 7-02, CULVERTS (WSDOT Amendment January 4, 20 10) 7 -02.2 Materials In the first paragraph, the following two items are inserted after the item "Corrugated Polyethylene Culvert Pipe 9- 05.19 ": Steel Rib Reinforced Polyethylene Culvert Pipe 9 -05.21 High Density Polyethylene (HDPE) Pipe 9 -05.23 7 -02.5 Payment This section is supplemented with the following: "Steel Rib Reinforced Polyethylene Culvert Pipe In. Diam. ", per linear foot. "High Density Polyethylene (HDPE) Pipe In. Diam. ", per linear foot. SECTION 7 -04, STORM SEWERS (WSDOT Amendment January 4, 2010) 7 -04.2 Materials In the first paragraph, the following two items are inserted after the item "Corrugated Polyethylene Storm Sewer Pipe 9- 05.20 ": Amendments 29 Amendments to the 2010 Standard Specifications Steel Rib Reinforced Polyethylene Storm Sewer Pipe 9 -05.22 High Density Polyethylene (HDPE) Pipe 9 -05.23 7 -04.5 Payment This section is supplemented with the following: "Steel Rib Reinforced Polyethylene Storm Sewer Pipe In. Diam. ", per linear foot. "High Density Polyethylene (HDPE) Pipe In. Diam. ", per linear foot. SECTION 8 -01, EROSION CONTROL AND WATER POLLUTION CONTROL 8 -01.2 Materials (WSDOT Amendment April 5, 2010) In the first paragraph, the following is inserted after the first sentence: Corrugated Polyethylene Drain Pipe 9- 05.1(6) 8- 01.3(1) General (WSDOT Amendment April 5, 2010) In the sixth paragraph, the first sentence is revised to read: When natural elements rut or erode the slope, the Contractor shall restore and repair the damage with the eroded material where possible, and remove and dispose of any remaining material found in ditches and culverts. In the seventh paragraph the first two sentences are deleted. The table in the seventh paragraph is revised to read: 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 October 31 17 Acres November 1 through March 31 5 Acres The eighth paragraph is revised to read: The Engineer may increase or decrease the limits based on project conditions. The ninth paragraph is revised to read: Amendments 30 Amendments to the 2010 Standard Specifications 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. The 10th paragraph is revised to read: Erodible earth not being worked, whether at final grade or not, shall be covered within the specified time period, (see the tables below) using an approved soil covering practice. 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 July 1 through September 30 10 -days maximum 8- 01.3(1)A Submittals ( WSDOT Amendment April 5, 2010) This section is revised to read: When a Temporary Erosion and Sediment Control (TESC) Plan is included in the Plans, the Contractor shall either adopt or modify the existing TESC Plan. If modified, the Contractor's TESC Plan shall meet all requirements of Chapter 6 -2 of the current edition of the WSDOT Highway Runoff Manual. The Contractor shall provide a schedule for TESC Plan implementation and incorporate it into the Contractor's progress schedule. The Contractor shall obtain the Engineer's approval of the TESC Plan and schedule prior to the beginning of Work. The TESC Plan shall cover all areas that maybe affected inside and outside the limits of the project (including all Contracting Agency - provided sources, disposal sites, and haul roads, and all nearby land, streams, and other bodies of water). The Contractor shall allow at least 5- working days for the Engineer to review any original or revised TESC Plan. Failure to approve all or part of any such Plan shall not make the Contracting Agency liable to the Contractor for any Work delays. 8- 01.3(1)6 Erosion and Sediment Control (ESC) Lead ( WSDOT Amendment April 5, 2010) In the last paragraph, "Form Number 220 -030 EF" is revised to read " WSDOT Form Number 220 -030 EF ". 8- 01.3(1)C Water Management ( WSDOT Amendment April 5, 2010) In number 2., the reference to "Standard Specification" is revised to read "Section ". Amendments 31 Amendments to the 2010 Standard Specifications Number 3., is revised to read: 3. Offsite Water Prior to disruption of the normal watercourse, the Contractor shall intercept the offsite stormwater and pipe it either through or around the project site. This water shall not be combined with onsite stormwater. It shall be discharged at its pre- construction outfall point in such a manner that there is no increase in erosion below the site. The method for performing this Work shall be submitted by the Contractor for the Engineer's approval. 8- 01.3(1)D Dispersion /Infiltration (WSDOT Amendment April 5, 2010) This section is revised to read: Water shall be conveyed only to dispersion or infiltration areas designated in the TESC Plan or to sites approved by the Engineer. Water shall be conveyed to designated dispersion areas at a rate such that, when runoff leaves the area, and enters waters of the State, turbidity standards are achieved. Water shall be conveyed to designated infiltration areas at a rate that does not produce surface runoff. 8- 01.3(2)E Tacking Agent and Soil Binders (WSDOT Amendment August 2, 2010) The following new paragraph is inserted at the beginning of this Section: Tacking agent or soil binders applied using a hydroseeder shall have a mulch tracer added to visibly aid uniform application. This tracer shall not be harmful to plant, aquatic or animal life. If HECP Type 3 Mulch is used as a tracer, the application rate shall not exceed 250 - pounds per acre. The second sentence in the first paragraph below "Soil Binding Using Polyacrylamide (PAM)" is revised to read: A minimum of 200 - pounds per acre of HECP Type 3 Mulch shall be applied with the dissolved PAM. In the second paragraph below "Soil Binding Using Polyacrylamide (PAM) ", "within" is revised to read "after ". The paragraph "Soil Binding Using Bonded Fiber Matrix (BFM)" including title is revised to read: Soil Binding Using HELP Type 2 Mulch The HECP Type 2 Mulch shall be hydraulically applied in accordance with the manufacturer's installation instructions. The HECP Type 2 Mulch may require a 24 to 48 hour curing period to achieve maximum performance and shall not be applied when precipitation is predicted within 24 to 48 hours, or on saturated soils, as determined by the Engineer. Amendments 32 Amendments to the 2010 Standard Specifications The last paragraph including titled is revised to read: Soil Binding Using HECP Type 1 Mulch The HECP Type 1 Mulch shall be hydraulically applied in accordance with the manufacturer's installation instructions and recommendations. 8- 01.3(2)B Seeding and Fertilizing (WSDOT Amendment April 5, 20 10) The fourth paragraph is revised to read: The seed applied using a hydroseeder shall have a tracer added to visibly aid uniform application. This tracer shall not be harmful to plant, aquatic or animal life. If cellulose fiber mulch or wood fiber mulch is used as a tracer, the application rate shall not exceed 250 - pounds per acre. In the fifth paragraph, "hydro seeder" is revised to read "hydroseeder ". 8- 01.3(2)D Mulching (WSDOT Amendment April 5, 2010) In the second paragraph, the second sentence is revised to read: Wood strand mulch shall be applied by hand or by straw blower on seeded areas. In the third paragraph, "1" is revised to read "a single" and "hydro seeder" is revised to read "hydroseeder ". In the fourth paragraph, "MBFM" is revised to read "MBFM /FRM ". 8- 01.3(2)E Tacking Agent and Soil Binders (WSDOT Amendment April 5, 2010) The following new paragraph is inserted at the beginning of this Section: Tacking agent or soil binders applied using a hydroseeder shall have a mulch tracer added to visibly aid uniform application. This tracer shall not be harmful to plant, aquatic or animal life. If cellulose fiber mulch or wood fiber mulch is used as a tracer, the application rate shall not exceed 250 - pounds per acre. The paragraph "Soil Binding Using Bonded Fiber Matrix (BFM)" is supplemented with the following: The BFM may require a 24 to 48 hour curing period to achieve maximum performance and shall not be applied when precipitation is predicted within 24 to 48 hours, or on saturated soils, as determined by the Engineer. The last paragraph including title is revised to read: Amendments 33 Amendments to the 2010 Standard Specifications Soil Binding Using Mechanically- Bonded Fiber Matrix (MBFM) or Fiber Reinforced Matrix (FRM) The MBFM /FRM shall be hydraulically applied in accordance with the manufacturer's installation instructions and recommendations. 8- 01.3(2)F Dates for Application of Final Seed, Fertilizer, and Mulch (WSDOT Amendment April 5, 2010) The first paragraph is revised to read: Unless otherwise approved by the Engineer, the final application of seeding, fertilizing, and mulching of slopes shall be performed during the following periods: Western Washington' (West of the Cascade Mountain crest) March 1 through May 15 September 1 through October 1 Eastern Washington (East of the Cascade Mountain crest) October 1 through November 15 only 'Where Contract timing is appropriate, seeding, fertilizing, and mulching shall be accomplished during the fall period listed above. Written permission to seed after October 1 will only be given when Physical Completion of the project is imminent and the environmental conditions are conducive to satisfactory growth. 8- 01.3(2)G Protection and Care of Seeded Areas (WSDOT Amendment April 5, 2010) The first paragraph is revised to read: The Contractor shall be responsible to ensure a healthy stand of grass. The Contractor shall restore eroded areas, clean up and properly dispose of eroded materials, and reapply the seed, fertilizer, and mulch, at no additional cost to the Contracting Agency. In the second paragraph, number 1. is revised to read: 1. At the Contractor's expense, seed, fertilizer and mulch shall be reapplied in areas that have been damaged through any cause prior to final inspection, and reapplied to areas that have failed to receive a uniform application at the specified rate. 8- 01.3(2)H Inspection (WSDOT Amendment April 5, 2010) The first sentence is revised to read: Inspection of seeded areas will be made upon completion of seeding, temporary seeding, fertilizing, and mulching. Amendments 34 Amendments to the 2010 Standard Specifications The third sentence is revised to read: Areas that have not received a uniform application of seed, fertilizer, or mulch at the specified rate, as determined by the Engineer, shall be reseeded, refertilized, or remulched at the Contractor's expense prior to payment. 8- 01.3(2)1 Mowing (WSDOT Amendment April 5, 2010) In the first paragraph, the last sentence is revised to read: Trimming around traffic facilities, Structures, planting areas, or other features extending above ground shall be accomplished preceding or simultaneously with each mowing. 8- 01.3(3) Placing Erosion Control Blanket (WSDOT Amendment April 5, 20 10) In the first sentence, "Standard" is deleted. The second sentence is revised to read: Temporary erosion control blankets, having an open area of 60- percent or greater, may be installed prior to seeding. 8- 01.3(4) Placing Compost Blanket (WSDOT Amendment April 5, 2010) In the first paragraph, "before" is revised to read "prior to ". The last sentence is revised to read: Compost shall be Coarse Compost. 8- 01.3(5) Placing Plastic Covering (WSDOT Amendment April 5, 2010) The first sentence is revised to read: Plastic shall be placed with at least a 12 -inch overlap of all seams. 8- 01.3(6)A Geotexti le-En cased Check Dam (WSDOT Amendment April 5, 2010) The first paragraph is deleted. 8- 01.3(6)B Rock Check Dam (WSDOT Amendment April 5, 2010) Amendments 35 Amendments to the 2010 Standard Specifications This section including title is revised to read: 8- 01.3(6)B Quarry Spall Check Dam The rock used to construct rock check dams shall meet the requirements for quarry spalls. 8- 01.3(6)D Wattle Check Dam (WSDOT Amendment April 5, 2010) This section is revised to read: Wattle check dams shall be installed in accordance with the Plans. 8- 01.3(6)E Coir Log (WSDOT Amendment April 5, 2010) This section is revised to read: Coir logs shall be installed in accordance with the Plans. 8- 01.3(9)A Silt Fence (WSDOT Amendment April 5, 20 10) In the second paragraph, the second sentence is revised to read: The strength of the wire or plastic mesh shall be equivalent to or greater then what is required in Section 9- 33.2(1), Table 6 for unsupported geotextile (i.e., 180 lbs. grab tensile strength in the machine direction). 8- 01.3(9)B Gravel Filter, Wood Chip or Compost Berm (WSDOT Amendment April 5, 2010) In the second paragraph, the last sentence is deleted. The third paragraph is revised to read: The Compost Berm shall be constructed in accordance with the detail in the Plans. Compost shall be Coarse Compost. 8- 01.3(9)C Straw Bale Barrier (WSDOT Amendment April 5, 20 10) This section is revised to read: Straw Bale Barriers shall be installed in accordance with the Plans. 8- 01.3(9)D Inlet Protection (WSDOT Amendment April 5, 20 10) Amendments 36 Amendments to the 2010 Standard Specifications This section is revised to read: Inlet protection shall be installed below or above, or as a prefabricated cover at each inlet grate, as shown in the Plans. Inlet protection devices shall be installed prior to beginning clearing, grubbing, or earthwork activities. Geotextile fabric in all prefabricated inlet protection devices shall meet or exceed the requirements of Section 9 -33.2, Table 1 for Moderate Survivability, and the minimum filtration properties of Table 2. When the depth of accumulated sediment and debris reaches approximately '/2 the height of an internal device or 1/3 the height of the external device (or less when so specified by the manufacturers) or as designated by the Engineer, the deposits shall be removed and stabilized on site in accordance with Section 8- 01.3(16). 8- 01.3(10) Wattles (WSDOT Amendment April 5, 2010) In the first paragraph, the third sentence is revised to read: Excavated material shall be spread evenly along the uphill slope and be compacted using hand tamping or other method approved by the Engineer. This section is supplemented with the following new paragraph: The Contractor shall exercise care when installing wattles to ensure that the method of installation minimizes disturbance of waterways and prevents sediment or pollutant discharge into waterbodies. 8- 01.3(12) Compost Sock (WSDOT Amendment April 5, 2010) In the first paragraph, "sock" is revised to read "socks" and "streambed" is revised to read "waterbodies ". In the second paragraph "bank" is revised to read "slope ". In the third paragraph "and" is revised to read "or ". This section is supplemented with the following new paragraph: Compost for Compost Socks shall be Coarse Compost. 8- 01.3(14) Temporary Pipe Slope Drain (WSDOT Amendment April 5, 2010) The first paragraph is revised to read: Temporary pipe slope drain shall be Corrugated Polyethylene Drain Pipe and shall be constructed in accordance with the Plans Amendments 37 Amendments to the 2010 Standard Specifications The last paragraph is revised to read: Placement of outflow of the pipe shall not pond water on road surface. 8- 01.3(15) Maintenance (WSDOT Amendment April 5, 2010) In the fourth paragraph, the last sentence is revised to read: Clean sediments may be stabilized on site using approved BMPs as approved by the Engineer. 8- 01.3(16) Removal (WSDOT Amendment April 5, 2010) In the second paragraph, the last sentence is revised to read: This may include, but is not limited to, ripping the soil, incorporating soil amendments, and seeding with the specified seed. 8 -01.4 Measurement (WSDOT Amendment April 5, 2010) The eighth paragraph is revised to read: Silt fence, gravel filter, compost berms, and wood chip berms will be measured by the linear foot along the ground line of completed barrier. 8 -01.5 Payment (WSDOT Amendment April 5, 20 10) The following bid items are relocated after the bid item "Check Dam ": "Inlet Protection ", per each. "Gravel Filter Berm ", per linear foot. The following new paragraph is inserted before the bid item "Stabilized Construction Entrance ": The unit Contract price per linear foot for "Check Dam" and "Gravel Filter Berm" and per each for "Inlet Protection" shall be full pay for all equipment, labor and materials to perform the Work as specified, including installation, removal and disposal at an approved disposal site. The paragraph after the bid item "Temporary Curb" is revised to read: The unit Contract price per linear foot for temporary curb shall include all costs to install, maintain, remove, and dispose of the temporary curb. Amendments 38 Amendments to the 2010 Standard Specifications The bid item "Mulching with MBFM" is revised to read "Mulching with MBFM /FRM ". SECTION 8 -02, ROADSIDE RESTORATION (WSDOT Amendment January 4, 2010) 8- 02.3(2) Roadside Work Plan In the first paragraph, the second sentence is revised to read: The roadside work plan shall define the Work necessary to provide all Contract requirements, including: wetland excavation, soil preparation, habitat, Structure placement, planting area preparation, seeding area preparation, bark mulch and compost placement, seeding, planting, plant replacement, irrigation, and weed control in narrative form. The first sentence under "Progress Schedule" is revised to read: A progress schedule shall be submitted in accordance with Section 1 -08.3. The Progress Schedule shall include the planned time periods for Work necessary to provide all Contract requirements in accordance with Sections 8 -01, 8 -02, and 8 -03. The first sentence under "Weed and Pest Control Plan" is revised to read: The Weed and Pest Control Plan shall be submitted and approved prior to starting any Work defined in Sections 8 -01, and 8 -02. In the third paragraph under "Weed and Pest Control Plan" the first and second sentences are revised to read: The plan shall be prepared and signed by a licensed Commercial Pest Control Operator or Consultant when chemical pesticides are proposed. The plan shall include methods of weed control; dates of weed control operations; and the name, application rate, and Material Safety Data Sheets of all proposed herbicides. The last paragraph under "Plant Establishment Plan" is deleted. 8- 02.3(2)A Chemical Pesticides This section is deleted. 8- 02.3(2)B Weed and Pest Control This section is deleted. 8- 02.3(3) Planting Area Weed Control This section including title is revised to read: Amendments 39 Amendments to the 2010 Standard Specifications 8- 02.3(3) Weed and Pest Control The Contractor shall control weed and pest species within the project area using integrated pest management principles consisting of mechanical, biological and chemical controls that are outlined in the Weed and Pest Control Plan or as designated by the Engineer. Those weeds specified as noxious by the Washington State Department of Agriculture, the local Weed District, or the County Noxious Weed Control Board and other species identified by the Contracting Agency shall be controlled on the project in accordance with the weed and pest control plan. The Contractor shall control weeds not otherwise covered in accordance with Section 8- 02.3(3)A, Planting Area Weed Control in all areas within the project limits, including erosion control seeding area and vegetation preservation areas, as designated by the Engineer. This section is supplemented with the following new sub - sections: 8- 02.3(3)A Planting Area Weed Control All planting areas shall be prepared so that they are weed and debris free at the time of planting and until completion of the project. The planting areas shall include the entire ground surface, regardless of cover, all planting beds, areas around plants, and those areas shown in the Plans. All applications of post - emergent herbicides shall be made while green and growing tissue is present. Should unwanted vegetation reach the seed stage, in violation of these Specifications, the Contractor shall physically remove and bag the seed heads. All physically removed vegetation and seed heads shall be disposed of off site at no cost to the Contracting Agency. Weed barrier mats shall be installed as shown in the Plans. Mats shall be 3 -feet square and shall be secured by a minimum of 5- staples per mat. Mats and staples shall be installed according to the manufacturer's recommendations. 8- 02.3(3)B Chemical Pesticides Application of chemical pesticides shall be in accordance with the label recommendations, the Washington State Department of Ecology, local sensitive area ordinances, and Washington State Department of Agriculture laws and regulations. Only those herbicides listed in the table Herbicides Approved for Use on WSDOT Rights of Way at http: / /www.wsdot.wa.gov/ Maintenance /Roadside /herbicide_use.htm may be used. The applicator shall be licensed by the State of Washington as a Commercial Applicator or Commercial Operator with additional endorsements as required by the Special Provisions or the proposed weed control plan. The Contractor shall furnish the Engineer evidence that all operators are licensed with appropriate endorsements, and that the pesticide used is registered for use by the Washington State Department of Agriculture. All chemicals shall be delivered to the job site in the original containers. The licensed applicator or operator shall complete a Commercial Pesticide Application Record (DOT Form 540 -509) each day the pesticide is applied, and furnish a copy to the Engineer by the following business day. Amendments 40 Amendments to the 2010 Standard Specifications The Contractor shall ensure confinement of the chemicals within the areas designated. The use of spray chemical pesticides shall require the use of anti -drift and activating agents, and a spray pattern indicator unless otherwise allowed by the Engineer. The Contractor shall assume all responsibility for rendering any area unsatisfactory for planting by reason of chemical application. Damage to adjacent areas, either on or off the Highway Right of Way, shall be repaired to the satisfaction of the Engineer or the property owner, and the cost of such repair shall be borne by the Contractor. 8- 02.3(5) Planting Area Preparation In the first paragraph, the second sentence is revised to read: Material displaced by the Contractor's operations that interferes with drainage shall be removed from the channel and disposed of as approved by the Engineer. 8- 02.3(7) Layout of Planting The second paragraph is deleted. 8- 02.3(8) Planting In the second paragraph, the first and second sentences are revised to read: Under no circumstances will planting be permitted during unsuitable soil or weather conditions as determined by the Engineer. Unsuitable conditions may include frozen soil, freezing weather, saturated soil, standing water, high winds, heavy rains, and high water levels. The fourth paragraph is revised to read: Plants shall not be placed below the finished grade. The fifth paragraph is revised to read: Planting hole sizes for plant material shall be in accordance with the details shown in the Plans. Any glazed surface of the planting hole shall be roughened prior to planting. The following new paragraph is inserted after the fifth paragraph: All cuttings shall be planted immediately if buds begin to swell. 8- 02.3(9) Pruning, Staking, Guying, and Wrapping In the first paragraph, the last sentence is revised to read: All other pruning shall be performed only after the plants have been in the ground at least one year and when plants are dormant. Amendments 41 Amendments to the 2010 Standard Specifications 8- 02.3(13) Plant Establishment In the third paragraph, the first sentence is revised to read: During the first -year plant establishment period, the Contractor shall perform all Work necessary to ensure the resumption and continued growth of the transplanted material. In the fourth paragraph, "propose" is revised to read "submit ". 8- 02.3(15) Live Fascines In the first paragraph, the fourth sentence is revised to read: Dead branches may be placed within the live fascine and on the side exposed to the air. In the second paragraph, the third sentence is deleted. In the second paragraph, the seventh sentence is revised to read: The live stakes shall be driven through the live fascine vertically into the slope. 8- 02.3(16)A Lawn Installation In the third paragraph, the last two items "West of the summit of the Cascade Range - March 1 to October 1." and "East of the summit of the Cascade Range - April 15 to October 1." are revised to read: Western Washington (West of the Cascade Mountain crest) March through May 15 September 1 through October 1 The fifth paragraph is revised to read: Eastern Washington (East of the Cascade Mountain crest) October 1 through November 15 Topsoil for seeded or sodded lawns shall be placed at the depth and locations as shown in the Plans. The topsoil shall be cultivated to the specified depth, raked to a smooth even grade without low areas that trap water and compacted, all as approved by the Engineer. In the sixth paragraph, the last sentence is revised to read: Following placement, the sod shall be rolled with a smooth roller to establish contact with the soil. 8 -02.4 Measurement The seventh paragraph is revised to read: Fine compost, medium compost and coarse compost will be measured by the cubic. yard in the haul conveyance at the point of delivery. Amendments 42 Amendments to the 2010 Standard Specifications 8 -02.5 Payment The following new paragraph is inserted above the paragraph beginning with "Payment shall be increased to 90- percent...... ": Plant establishment milestones are achieved when plants meet conditions described in Section 8- 02.3(13). The following is inserted after the bid item "Fine Compost ": "Medium Compost ", per cubic yard. The paragraph for the bid item "Weed Control' is revised to read: "Weed and Pest Control ", will be paid in accordance with Section 1 -09.6. The following new paragraph is inserted after the bid item "Soil Amendment ": The unit Contract price per cubic yard for "Soil Amendment' shall be full pay for furnishing and incorporating the soil amendment into the existing soil. The following new paragraph is inserted after the bid item "Bark or Wood Chip Mulch ": The unit Contract price per cubic yard for "Bark or Wood Chip Mulch" shall be full pay for furnishing and spreading the mulch onto the existing soil. SECTION 8-03, IRRIGATION SYSTEMS (WSDOT Amendment January 4, 2010) 8 -03.1 Description In this section, "staked" is revised to read "approved by the Engineer." 8 -03.3 Construction Requirements The second paragraph is revised to read: Potable water supplies shall be protected against cross connections in accordance with applicable Washington State Department of Health rules and regulations and approval by the local health authority. 8- 03.3(1) Layout of Irrigation System This section is revised to read: The Contractor shall stake the irrigation system following the schematic design shown in the Plans. Approval must be obtained from the Engineer. Alterations and changes in the layout may be expected in order to conform to ground conditions and to obtain full and adequate coverage of plant material with water. However, no changes in the system as planned shall be made without prior authorization by the Engineer. IAmendments 43 Amendments to the 2010 Standard Specifications This section is supplemented with the following new sub - section: 8- 03.3(1)A Locating Irrigation Sleeves Existing underground irrigation sleeve ends shall be located by potholing. Irrigation sleeves placed during general construction prior to installation of the irrigation system shall be marked at both ends with a 2x4x24 -inch wood stake extending 6- inches out of the soil and painted blue on the exposed end. 8- 03.3(2) Excavation In the first paragraph, the fourth sentence is revised to read: Trenches through rock or other material unsuitable for trench bottoms and sides shall be excavated 6- inches below the required depth and shall be backfilled to the top of the pipe with sand or other suitable material free from rocks or stones. Backfill material shall not contain rocks 2- inches or greater in diameter or other materials that can damage pipe. The second paragraph is revised to read: The Contractor shall exercise care when excavating pipe trenches near existing trees to minimize damage to tree roots. Where roots are 1 -1/2- inches or greater in diameter, the trench shall be hand excavated and tunneled under the roots. When large roots are exposed, they shall be wrapped with heavy, moist material, such as burlap or canvas, for protection and to prevent excessive drying. The material must be kept moist until the trench is backfilled. Trenches dug by machines adjacent to trees having roots less than 1-1/2 - inches in diameter shall have severed roots cleanly cut. Trenches having exposed tree roots shall be backfilled within 24 -hours unless adequately protected by moist material as approved by the Engineer. All material and fastenings used to cover the roots shall be removed before backfilling. The third paragraph is revised to read: Detectable marking tape shall be placed in all trenches 6- inches directly above, parallel to, and along the entire length of all nonmetallic water pipes, and all nonmetallic and aluminum sleeves, conduits and casing pipe. The width of the tape and installation depth shall be as recommended by the manufacturer for the depth of installation or as shown in the Plans. 8- 03.3(3) Piping This section is revised to read: All water lines shall be a minimum of 18- inches below finished grade measured from the top of the pipe or as shown in the Plans. All live water mains to be constructed under existing pavement shall be placed in steel casing jacked under pavement as shown in the Plans. All PVC or polyethylene pipe installed under areas to be paved shall be placed in irrigation sleeves. Irrigation sleeves shall extend a minimum of 2 -feet beyond the limits of pavement. All jacking operations shall be performed in accordance with an approved jacking plan. Where possible; mains and laterals or section piping shall be placed in the same trench. All lines shall be placed a minimum of 3 -feet from the edge of concrete Amendments 44 Amendments to the 2010 Standard Specifications sidewalks, curbs, guardrail, walls, fences, or traffic barriers. Pipe pulling will not be allowed for installation and placement of irrigation pipe. Mainlines and lateral lines shall be defined as follows: Mainlines: All supply pipe and fittings between the water meter and the irrigation control valves. Lateral Lines: All supply pipe and fittings between the irrigation control valves and the connections to the irrigation heads. Swing joints, thick walled PVC or polyethylene pipe, flexible risers, rigid pipe risers, and associated fittings are not considered part of the lateral line but incidental components of the irrigation heads. 8- 03.3(4) Jointing In the second paragraph, the third sentence is revised to read: Threaded galvanized steel joints shall be constructed using either a nonhardening, nonseizing multipurpose sealant or Teflon tape or paste as recommended by the pipe manufacturer, or as shown in the Plans. In the last sentence of the second paragraph, "will" is revised to read "shall ". In the fourth sentence of the third paragraph, "will" is revised to read "shall" and "at" is revised to read "of'. In the fifth paragraph, the first sentence is revised to read: On PVC or polyethylene -to -metal connections, work the metal connection first. In the fifth paragraph, the third sentence is revised to read: Connections between metal and PVC or polyethylene are to be threaded utilizing female threaded PVC adapters with threaded schedule 80 -PVC nipple only. In the sixth paragraph, the second sentence is revised to read: The ends of the polyethylene pipe shall be cut square, reamed smooth inside and out, and inserted to the full depth of the fitting. 8- 03.3(5) Installation The following new paragraph is inserted after the third paragraph: All automatic control valves, flow control valves, and pressure reducing valves shall be installed in appropriate sized valve boxes. Manual control valves shall be installed in an appropriate sized valve box and where appropriate, upstream of the automatic control valves. Manual and automatic valves installed together shall be in an appropriate sized box with 3- inches of clearance on all sides. The fourth paragraph is revised to read: Amendments 45 Amendments to the 2010 Standard Specifications Final position of valve boxes, capped sleeves, and quick coupler valves shall be between '/2 -inch and 1 -inch above finished grade or mulch, or as shown in the Plans. The following new paragraph is inserted after the fourth paragraph: Quick coupler valves and hose bibs shall be installed in valve boxes, either separately or within a control valve assembly box upstream of the control valves. Valves, quick couplers, and hose bibs shall have 3- inches of clearance on all sides within the valve box. In the fifth paragraph "an" is revised to read "a minimum ". The following new paragraph is inserted after the fifth paragraph: Automatic controller pedestals or container cabinets shall be installed on a concrete base as shown in the Plans or in accordance with the manufacturer's recommendations. Provide three 1 -inch diameter galvanized metal or PVC electrical wire conduits through the base and 3- inches minimum beyond the edge or side of the base both inside and outside of the pedestal. 8- 03.3(6) Electrical Wire Installation This section is revised to read: All electrical work shall conform to the National. Electric Code, NEMA Specifications and in accordance with Section 8 -20. Electrical wiring between the automatic controller and automatic valves shall be direct burial and may share a common neutral. Separate control conductors shall be run from the automatic controller to each valve. When more than one automatic controller is required, a separate common neutral shall be provided for each controller and the automatic valves which it controls. Electrical wire shall be installed in the trench adjacent to or above the irrigation pipe, but no less than 12- inches deep. Plastic tape or nylon tie wraps shall be used to bundle wires together at 10 -foot intervals. If it is necessary to run electrical wire in a separate trench from the irrigation pipe, the wire shall be placed at a minimum depth of 18- inches and be "snaked" from side to side in the trench. Each circuit shall be identified at both ends and at all splices with a permanent marker identifying zone and /or station. Wiring placed under pavement and walls, or through walls, shall be placed in an electrical conduit or within an irrigation sleeve. Electrical conduit shall not be less than 1 -inch in diameter, and shall meet conduit specifications for PVC conduit as required in Section 9- 29.1. Splices will be permitted only in approved electrical junction boxes, valve boxes, pole bases, or within control equipment boxes or pedestals. A minimum of 18- inches of excess conductor shall be left at all splices, terminals and control valves to facilitate inspection and future splicing. The excess wire shall be neatly coiled to fit easily into the boxes. All 120 -volt electrical conductors and conduit shall be installed by a certified electrician including all wire splices and wire terminations. All wiring shall be tested in accordance with Section 8- 20.3(11). Amendments 46 Amendments to the 2010 Standard Specifications Continuity ground and functionality testing shall be performed for all 24 -volt direct burial circuits. The Megger test, confirming insulation resistance of not less than 2 megohms to ground in accordance with Section 8- 20.3(11), is required. 8- 03.3(7) Flushing and Testing In the first paragraph "correct" is revised to read "as accurate" and "ordered" is revised to read "required ". The third paragraph is revised to read: Main Line Flushing All main supply lines shall receive two fully open flushing's to remove debris that may have entered the line during construction: The first before placement of valves and the second after placement of valves and prior to testing. The fourth paragraph is revised to read: Main Line Testing All main supply lines shall be purged of air and tested with a minimum static water pressure of 150 -psi for 60- minutes without introduction of additional service or pumping pressure. Testing shall be done with one pressure gauge installed on the line, in the location required by the Engineer. For systems using a pump, an additional pressure gauge shall be installed at the pump when required by the Engineer. Lines that show loss of pressure exceeding 5- psi at the ends of specified test periods will be rejected. The fifth paragraph is deleted. In the sixth paragraph, "any" is revised to read "all ". In the seventh paragraph, the second sentence is revised to read: The operating line pressure shall be maintained for 30- minutes with valves closed and without introduction of additional service or pumping pressure. In the eighth paragraph, the fourth and fifth sentences are revised to read: The Contractor shall then conduct a thorough inspection of all sprinkler heads, emitters, etc., located downstream of the break or disruption of service, and make all needed repairs to ensure that the entire irrigation system is operating properly. 8- 03.3(8) Adjusting System In the first paragraph, the last sentence is revised to read: Unless otherwise specified, sprinkler spray patterns will not be permitted to apply water to pavement, walks, or Structures. Amendments 47 Amendments to the 2010 Standard Specifications 8- 03.3(11) System Operation In the first paragraph, the last sentence is revised to read: The final inspection of the irrigation system will coincide with the end of the Contract or the end of first -year plant establishment, which ever is later. In the second paragraph "ordered" is revised to read "required ". In the third paragraph, the last sentence is revised to read: Potable water shall not flow through the cross - connection control device to any downstream component until tested and approved for use by the local health authority in accordance with Section 8- 03.3(12). The fourth paragraph is revised to read: In the spring, when the drip irrigation system is in full operation, the Contractor shall make a full inspection of all emitters, and irrigation heads. This shall involve visual inspection of each emitter and irrigation head under operating conditions. All adjustments, flushing, or replacements to the system shall be made at this time to ensure the proper operation of all emitters and irrigation heads. 8- 03.3(12) Cross Connection Control Device Installation In the first sentence of the first paragraph "serving utility" is revised to read "local health authority ". 8- 03.3(13) Irrigation Water Service The first paragraph is revised to read: All water meter(s) shall be installed by the serving utility. The Contracting Agency shall arrange for a water meter installation(s) for the irrigation system at the locations and sizes as shown in the Plans at no cost to the Contractor. It shall be the Contractor's responsibility to contact the Engineer to schedule the water meter installation. The Contractor shall provide a minimum of 60- calendar days notice to the Engineer prior to the desired water meter installation date. In the second paragraph, "will" is revised to read "shall ". 8- 03.3(14) Irrigation Electrical Service The first paragraph is revised to read: The Contracting Agency shall arrange for electrical service connection(s) for operation of the automatic electrical controller(s) at the locations as shown in the Plans. The Contractor shall splice and run conduit and wire from the electrical service connection(s), or service cabinet to the automatic electrical controller and connect the conductors to the circuit(s) per the controller manufacturer's diagrams or recommendations. Amendments 48 Amendments to the 2010 Standard Specifications In the second paragraph, "conduit" is revised to read "conduits ". SECTION 8 -08, RUMBLE STRIPS (WSDOT Amendment April 5, 2010) 8 -08.3 Construction Requirements In the fourth paragraph, the first and second sentences are combined to read: When shown in the Plans, the rumble strips shall be fog sealed in accordance with the requirements of Section 5 -02 following the completion of the shoulder rumble strip. SECTION 8 -09, RAISED PAVEMENT MARKERS 8- 09.3(1) Surface Preparation (WSDOT Amendment August 2, 2010) In the first paragraph, the second procedure is revised to read: When markers are placed on new cement concrete pavement, any curing compound shall be removed in accordance with the requirements of this section. All liquid membrane - forming compounds shall be removed from the Portland cement concrete pavement to which Raised Pavement Markers are to bonded, Curing compound removal shall not be started until the pavement has attained sufficient flexural strength for opening for traffic to be allowed on it. The Contractor shall submit a proposed removal method to the Project Engineer and shall not begin the removal process until the Project Engineer has approved the removal method. SECTION 8 -10, GUIDE POSTS (WSDOT Amendment August 2, 2010) 8 -10.3 Construction Requirements The second paragraph is supplemented with the following: When guide posts are placed on new cement concrete pavement, any curing compound shall be removed. All liquid membrane - forming compounds shall be removed from the Portland cement concrete pavement to which guide post are to be bonded, Curing compound removal shall not be started until the pavement has attained sufficient flexural strength for traffic to be allowed on it. The Contractor shall submit a proposed removal method to the Project Engineer and shall not begin the removal process until the Project Engineer has approved the removal method. The final guide post lengths will be determined or verified by the Engineer at the request of the Contractor. SECTION 8 -11, GUARDRAIL (WSDOT Amendment August 2, 2010) Amendments 49 Amendments to the 2010 Standard Specifications 8- 11.3(1)A Erection of Posts The second paragraph is supplemented with the following sentence: New installations of guardrail shall have steel posts or as otherwise shown in the Plans. 8- 11.3(1)D Terminal and Anchor Installation The fifth paragraph is supplemented with the following sentence: For new terminal installations steel posts shall be used unless shown otherwise in the Plans. SECTION 8 -14, CEMENT CONCRETE SIDEWALKS (WSDOT Amendment April 5, 20 10) 8- 14.3(5) Curb Ramp Detectable Warning Surface Retrofit This section including heading is revised to read: 8- 14.3(5) Detectable Warning Surface Detectable warning surfaces shall consist of truncated domes as shown in the Plans. Where a detectable warning surface is to be applied, the Contractor shall attach the detectable warning surface to the pavement surface according to the manufacturer's recommendations. The detectable warning surface shall be located as shown in the Plans. The Contractor shall use one of the detectable warning surface products listed in the Qualified Products List or submit another product for approval by the Project Engineer. If the Plans require, the detectable warning surface shall be capable of being bonded to a cement concrete surface or to an asphalt concrete surface. Vertical edges of the detectable warning surface shall be flush with the adjoining surface to the extent possible (otherwise not be more than 1/4 -inch above the surface of the pavement) after installation. 8 -14.4 Measurement The second paragraph is revised to read: Cement concrete curb ramp type will be measured per each for the complete curb ramp type installed and includes the installation of the detectable warning surface. The third paragraph is revised to read: Detectable warning surface will be measured by the square foot of detectable warning surface material installed as shown in the Plans. 8 -14.5 Payment The pay item "Cement Conc. Curb Ramp Type " is supplemented with the following new paragraph: Amendments 50 Amendments to the 2010 Standard Specifications The unit Contract price per each for "Cement Concrete Curb Ramp Type ", shall be full pay for installing the curb ramp as specified including the "Detectable Warning Surface ". The pay item "Curb Ramp Detectable Warning Surface Retrofit" is revised to read "Detectable Warning Surface ". SECTION 8 -15, RIPRAP (WSDOT Amendment January 4, 20 10) 8 -15.2 Materials The referenced sections for the following items are revised to read: Heavy Loose Riprap 9 -13 Light Loose Riprap 9 -13 Hand Placed Riprap 9 -13 Sack Riprap 9 -13 Quarry Spalls 9 -13 SECTION 8 -17, IMPACT ATTENUATOR SYSTEMS (WSDOT Amendment April 5, 20 10) 8 -17.4 Measurement The first paragraph is supplemented with the following new sentence: Only the maximum number of temporary impact attenuators installed at any one time within the project limits will be measured for payment. 8 -17.5 Payment In the second paragraph following the bid item "Resetting Impact Attenuator", the first sentence is revised to read: If an impact attenuator is damaged by a third party, repairs shall be made in accordance with Section 1- 07.13(4) under the Bid item "Reimbursement For Third Party Damage ". SECTION 8 -20, ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL 8 -20.1 Description (WSDOT Amendment April 5, 2010) In the first paragraph item number 3 is revised to read: 3. Intelligent Transportation Systems (ITS) Amendments 51 Amendments to the 2010 Standard Specifications 8- 20.3(4) Foundations (WSDOT Amendment April 5, 2010) In the 12th paragraph, item number 2 is revised to read: 2. The top heavy -hex nuts for type ASTM F1554 grade 105 anchor bolts shall be tightened by the Turn -Of -Nut Tightening Method to minimum rotation of '/4 -turn (90 degrees) and a maximum rotation of'/ -turn (120 degrees) past snug tight. Permanent marks shall be set on the base plate and nuts to indicate nut rotation past snug tight. In the 12th paragraph, the following is inserted after item number 2: 3. The top hex nuts for type ASTM F1554 grade 55 anchor bolts shall be tightened by the Turn -of -Nut Tightening Method to minimum rotation of 1/8 -turn (45 degrees) and a maximum rotation of 1/6 -turn (60 degrees) past snug tight. Permanent marks shall be set on the base plate and nuts to indicate nut rotation past snug tight. 8- 20.3(5) Conduit (WSDOT Amendment April 5, 2010) In the fifth sentence of the fourth paragraph, "conforms" is revised to read "conforming ". 8- 20.3(6) Junction Boxes, Cable Vaults, and Pull boxes (WSDOT Amendment April 5, 2010) In item number 2 of the second paragraph, "top course" is deleted and "per" is revised to read "in accordance with ". 8- 20.3(8) Wiring (WSDOT Amendment April 5, 2010) The following new two paragraphs are inserted after the first table: Splices and taps on underground circuits shall be made with solderless crimp connectors meeting the requirements of Section 9- 29.12. Only one conductor or one multi conductor cable per wire entrance will be allowed in any rigid mold splice. In the eleventh paragraph item number 5 is revised to read: 5. Video detection camera lead -in cable - the numbers of the phases the camera served. In the eleventh paragraph the following is added after item number 5: 6. For ITS cameras — the number of the camera indicated in the Contract and the number of the associated cabinet as indicated on the Plans. 7. Communication cable -- labeled as Comm. This section is supplemented with the following new paragraph: Amendments 52 Amendments to the 2010 Standard Specifications Installation of coaxial or coaxial /Siamese cable or data cables with a 600 VAC rating will be allowed in the same raceway with 480 VAC illumination cable. 8 -20.4 Measurement (WSDOT Amendment August 2, 2010) The first sentence is revised to read: No specific unit of measurement will apply to the lump sum items for illumination system, intelligent transportation system (ITS), or traffic signal systems, but measurement will be for the sum total of all items for a complete system to be furnished and installed. The second paragraph is revised to read: Conduit of the kind and diameter specified will be measured, through the junction boxes, by the linear foot of conduit placed, unless the conduit is included in an illumination system, signal system, Intelligent Transportation (ITS) or other type of electrical system lump sum Bid item. 8 -20.5 Payment (WSDOT Amendment August 2, 2010) All references to "Intelligent Transportation System" are revised to read "ITS ". The paragraph after the bid item, "Conduit Pipe_ln. Diam." per linear foot, is revised to read: The unit Contract price per linear foot for "Conduit Pipe In. Diam." shall be full pay for furnishing all pipe, pipe connections, elbows, bends, caps, reducers, conduits, unions, junction boxes and fittings; for placing the pipe in accordance with the above provisions, including all excavation, jacking or drilling required, backfilling of any voids around casing, conduits, pits or the trenches, restoration of native vegetation disturbed by the operation, chipping of pavement, and bedding of the pipe; and all other Work necessary for the construction of the conduit, except that when conduit is included on any project as an integral part of an illumination, traffic signal, or ITS systems and the conduit is not shown as a pay item, it shall be included in the lump sum price for the system shown. SECTION 8 -21, PERMANENT SIGNING (WSDOT Amendment January 4, 2010) 8- 21.3(4) Sign Removal In the fourth paragraph, the following sentence is inserted after the second sentence: Where signs are removed from existing overhead sign Structures, the existing vertical sign support braces shall also be removed. In the fourth paragraph, the third sentence is revised to read: Aluminum signs, wood signs, wood sign posts, wood structures, metal sign posts, wind beams, and other metal structural members, and all existing fastening hardware connecting Amendments 53 Amendments to the 2010 Standard Specifications such members being removed, shall become the property of the Contractor and shall be removed from the project. 8- 21.3(9)F Foundations (WSDOT Amendment August 2, 2010) In the ninth paragraph, the following new statement is inserted as number 1. Existing numbers 1 through 6 of the ninth paragraph shall be renumbered to 2 through 7. 1. Foundation excavations shall conform to the requirements of Section 2- 09.3(3). In the tenth paragraph, item number 2. is revised to read: 2. Steel reinforcement, including spiral reinforcing, shall conform to Section 9 -07.2. SECTION 8 -22, PAVEMENT MARKING (WSDOT Amendment August 2, 2010) 8 -22.1 Description In the second paragraph, the last sentence is revised to read: Traffic letters used in word messages shall be sized as shown in the Plans. 8 -22.4 Measurement In the sixth paragraph "Painted Line" is revised to read "Paint Line ". SECTION 9 -01, PORTLAND CEMENT (WSDOT Amendment April 5, 20 10) 9- 01.2(1) Portland Cement In the first paragraph, all the text after "shall not exceed 8- percent by weight" is deleted and the paragraph ends. In the second paragraph, "per" is revised to read "in accordance with ". SECTION 9 -02, BITUMINOUS MATERIALS (WSDOT Amendment August 2, 2010) 9- 02.1(9) Coal Tar Pitch Emulsion, Cationic Asphalt Emulsion Blend Sealer This section including title is revised to read: 9- 02.1(9) Vacant SECTION 9 -03, AGGREGATES (WSDOT Amendment January 4, 2010) Amendments 54 Amendments to the 2010 Standard Specifications In this Division, all references to " AASHTO TP 61" are revised to read " AASHTO T 335 ". 9- 03.11(2) Streambed Cobbles (WSDOT Amendment August 2, 20 10) The first paragraph is revised to read: Streambed cobbles shall be clean, naturally occurring water rounded gravel material. Streambed cobbles shall have a well graded distribution of cobble sizes and conform to one or more of the following gradings as shown in the Plans: Percent Passing Approximate Size Note' 4" Cobbles 6" Cobbles 8" Cobbles 10" Cobbles 12" Cobbles 12" 100 10" 100 70 -90 8" 100 70 -90 6" 100 70 -90 5" 70 -90 30 -60. 4" 100 30 -60. 3" 70 -90 30 -60. 2" 30 -60. 1'/z" 20 -50 3/4' 10 max. 10 max. 10 max. 10 max. 10 max. In the second paragraph, "determine" is revised to read "determined ". SECTION 9-04, JOINT AND CRACK SEALING MATERIALS 9- 04.2(1) Hot Poured Joint Sealants (WSDOT Amendment August 2, 2010) This section is revised to read: Hot poured joint sealants shall meet the requirements of AASHTO M 324 Type IV except for the following: 1. The Cone Penetration at 25 °C shall be 130 maximum. 2. The extension for the bond, non immersed, shall be 100 %. Amendments 55 Amendments to the 2010 Standard Specifications 3. The hot poured joint sealant shall have a minimum Cleveland Open Cup Flash Point of 205 °C in accordance with AASHTO T 48 Hot poured joint sealants shall be sampled in accordance with ASTM D 5167 and tested in accordance with ASTM D 5329. 9 -04.11 Butyl Rubber (WSDOT Amendment January 4, 20 10) This section including title is revised to read: 9 -04.11 Butyl Rubber and Nitrile Rubber Butyl rubber shall conform to ASTM D 2000, M1 BA 610. If the Engineer determines that the area will be exposed to petroleum products Nitrile rubber shall be utilized and conform to ASTM D 2000, M1 BG 610. SECTION 9 -05, DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS (WSDOT Amendment January 4, 20 10) 9- 05.12(2) Profile Wall PVC Culvert Pipe, Profile Wall PVC Storm Sewer Pipe, and Profile Wall PVC Sanitary Sewer Pipe In the fourth paragraph, the word "producer's" is revised to read "Manufacturer's ". 9 -05.13 Ductile Iron Sewer Pipe The second and third paragraphs are revised to read: Ductile iron pipe shall conform to ANSI A 21.51 or AWWA C151 and shall be cement: mortar lined and have a 1- mil seal coat per AWWA C104, or a Ceramic Filled Amine cured Novalac Epoxy lining, as indicated on the Plans or in the Special Provisions. The ductile iron pipe shall be Special Thickness Class 50, Minimum Pressure Class 350, or the Class indicated on the Plans or in the Special Provisions. Nonrestrained joints shall be either rubber gasket type, push on type, or mechanical type meeting the requirements of AWWA C111. Division 9 -05 is supplemented with the following new sections: 9 -05.21 Steel Rib Reinforced Polyethylene Culvert Pipe Steel rib reinforced polyethylene culvert pipe shall meet the requirements of ASTM F2562 Class 1 for steel reinforced thermoplastic ribbed pipe and fittings for pipe 24 -inch to 60 -inch diameter with silt -tight joints. Silt -tight joints for steel reinforced polyethylene culvert pipe shall be made with a bell /bell or bell and spigot coupling and incorporate the use of a gasket conforming to the requirements of ASTM F 477. All gaskets shall be installed on the pipe by the manufacturer. Amendments 56 Amendments to the 2010 Standard Specifications Qualification for each manufacturer of steel reinforced polyethylene culvert pipe requires an approved joint system and a formal quality control plan for each plant proposed for consideration. A Manufacturer's Certificate of Compliance shall be required and shall accompany the materials delivered to the project. The certificate shall clearly identify production lots for all materials represented. The Contracting Agency may conduct verification tests of pipe stiffness or other properties as it deems appropriate. 9 -05.22 Steel Rib Reinforced Polyethylene Storm Sewer Pipe Steel rib reinforced polyethylene storm sewer pipe shall meet the requirements of ASTM F2562 Class 1 for steel reinforced thermoplastic ribbed pipe and fittings. The maximum diameter for steel reinforced polyethylene storm sewer pipe shall be the diameter for which a manufacturer has submitted a qualified joint. Qualified manufacturers and approved joints are listed in the Qualified Products Lists. Fittings shall be rotationally molded, injection molded, or factory welded. All joints for steel reinforced polyethylene storm sewer pipe shall be made with a bell and spigot coupling and conform to ASTM D 3212 using elastomeric gaskets conforming to ASTM F 477. All gaskets shall be installed on the pipe by the manufacturer. Qualification for each manufacturer of steel reinforced polyethylene storm sewer pipe requires joint system conformance to ASTM D 3212 using elastomeric gaskets conforming to ASTM F 477 and a formal quality control plan for each plant proposed for consideration. - A Manufacturer's Certificate of Compliance shall be required and shall accompany the materials delivered to the project. The certificate shall clearly identify production lots for all materials represented. The Contracting Agency may conduct verification tests of pipe stiffness or other properties as it deems appropriate. 9 -05.23 High Density Polyethylene (HDPE) Pipe HDPE pipe shall be manufactured from resins meeting the requirements of ASTM D3350 with a cell classification of 345464C and a Plastic Pipe Institute (PPI) designation of PE 3408. The pipes shall have a minimum standard dimension ratio (SDR) of 32.5. HDPE pipe shall be joined into a continuous length by an approved joining method. The joints shall not create an increase in the outside diameter of the pipe. The joints shall be fused, snap together or threaded. The joints shall be water tight, rubber gasketed if applicable, and pressure testable to the requirements of ASTM D 3212. Joints to be welded by butt fusion, shall meet the requirements of ASTM F 2620 and the manufacturer's recommendations. Fusion equipment used in the joining procedure shall be capable of meeting all conditions recommended by the pipe manufacturer, including but not limited to fusion temperature, alignment, and fusion pressure. All field welds shall be made with fusion equipment equipped with a Data Logger. Temperature, fusion pressure and a graphic representation of the fusion cycle shall be part of the Quality Control records. Amendments 57 Amendments to the 2010 Standard Specifications Electro fusion may be used for field closures as necessary. Joint strength shall be equal or greater than the tensile strength of the pipe. Fittings shall be manufactured from the same resins and Cell Classification as the pipe unless specified otherwise in the Plans or Specifications. Butt fusion fittings and Flanged or Mechanical joint adapters shall have a manufacturing standard of ASTM D3261. Electro fusion fittings shall have a manufacturing standard of ASTM F1055. HDPE pipe to be used as liner pipe shall meet the requirements of AASHTO M 326 and this specification. The supplier shall furnish a Manufacturer's Certification of Compliance stating the materials meet the requirements of ASTM D 3350 with the correct cell classification with the physical properties listed above. The supplier shall certify the dimensions meet the requirements of ASTM F 714 or as indicated in this Specification or the Plans. At the time of manufacture, each lot of pipe, liner, and fittings shall be inspected for defects and tested for Elevated Temperature Sustain Pressure in accordance with ASTM F 714. The Contractor shall not install any pipe that is more than 2 years old from the date of manufacture. At the time of delivery, the pipe shall be homogeneous throughout, uniform in color, free of cracks, holes, foreign materials, blisters, or deleterious faults. Pipe shall be marked at 5 foot intervals or less with a coded number which identifies the manufacturer, SDR, size, material, machine, and date on which the pipe was manufactured. SECTION 9 -06, STRUCTURAL STEEL AND RELATED MATERIALS (WSDOT Amendment August 2, 2010) 9- 06.5(3) High Strength Bolts The first paragraph is revised to read: High- strength bolts for structural steel joints shall conform to either AASHTO M 164 Type 1 or 3 or AASHTO M 253 Type 1 or 3, as specified in the Plans or Special Provisions. Tension control bolt assemblies, meeting all requirements of ASTM F 1852 may be substituted where AASHTO M 164 high strength bolts and associated hardware are specified. The second paragraph is deleted. The third paragraph is revised to read: Bolts conforming to AASHTO M 253 and assemblies conforming to ASTM F 1852 shall not be galvanized. The fourth paragraph is revised to read: Amendments 58 Amendments to the 2010 Standard Specifications Bolts for unpainted and nongalvanized structures shall conform to either AASHTO M 164 Type 3, AASHTO M 253 Type 3, or ASTM F 1852 Type 3, as specified in the Plans or Special Provisions. The fifth paragraph is revised to read: Nuts for high strength bolts shall meet the following requirements: AASHTO M 164 Bolts Type 1 (black) AASHTO M 291 Grade C, C3, D, DH and DH3 AASHTO M 292 Grade 2H Type 3 (black weathering) AASHTO M 291 Grade C3 and DH3 Type 1 (hot -dip galvanized) AASHTO M 291 Grade DH AASHTO M 292 Grade 2H AASHTO M 253 Bolts Type 1 (black) AASHTO M 291 Grade DH, DH3 AASHTO M 292 Grade 2H Type 3 (black weathering) AASHTO M 291 Grade DH3 The first sentence in the eighth paragraph is revised to read: Washers for AASHTO M 164 and AASHTO M 253 bolts shall meet the requirements of AASHTO M 293 and may be circular, beveled, or extra thick as required. The last sentence in the eleventh paragraph is revised to read: Approval from the Engineer to use lock -pin and collar fasteners shall be received by the Contractor prior to use. The number 2 foot note reference in the table is deleted. The last row of the table is revised to read: *Manufacturer's Certificate of Compliance — samples not required. 1 Nuts, washers, load indicator devices, and tension control bolt assemblies shall be sampled at the same frequency as the bolts. SECTION 9 -07, REINFORCING STEEL 9- 07.1(1)A Acceptance of Materials (WSDOT Amendment August 2, 2090) The following new paragraph is inserted before the first paragraph: Reinforcing steel rebar manufacturers shall comply with the requirements of AASHTO PP 45, "Standard Recommended Procedure for Qualification of Deformed and Plain Steel Bar Amendments 59 Amendments to the 2010 Standard Specifications Producing Mills" and the National Transportation Product Evaluation Program ( NTPEP) Work Plan for Reinforcing Steel (rebar) Manufacturers. Reinforcing steel rebar manufacturers shall participate in the NTPEP Audit Program for Reinforcing Steel (rebar) Manufacturers and be listed on the NTPEP audit program website displaying that they are NTPEP compliant. 9- 07.5(1) Epoxy Coated Dowel Bars (For Cement Concrete Pavement) This section's title is revised to read: 9- 07.5(1) Epoxy Coated Dowel Bars (For Cement Concrete Pavement Rehabilitation) The following is inserted after the third sentence of the first paragraph: The Contractor shall furnish a written certification that properly identifies the material, the number of each batch of coating material used, quantity represented, date of manufacture, name and address of manufacturer, and a statement that the supplied coating material meets the requirements of ASTM A 934. 9- 07.5(1) Epoxy Coated Dowel Bars (For Cement Concrete Pavement) (WSDOT Amendment January 4, 20 10) This sections title is revised to read- 9-07.5(l) Epoxy Coated Dowel Bars (For Cement Concrete Pavement Rehabilitation) SECTION 9 -08, PAINTS AND RELATED MATERIALS (WSDOT Amendment January 4, 20 10) 9- 08.1(2)C Inorganic Zinc Rich Primer In the first paragraph, the reference to "Type 11" is revised to read "Type I ". 9- 08.1(2)D Organic Zinc Rich Primer This section is revised to read: Organic zinc rich primer shall be a high performance two- component epoxy conforming to SSPC Paint 20 Type II. SECTION 9 -14, EROSION CONTROL AND ROADSIDE PLANTING (WSDOT Amendment August 2, 20 10) Section 9 -14 is deleted in its entirety and replaced with the following: Amendments 60 Amendments to the 2010 Standard Specifications 9 -14.1 Soil 9- 14.1(1) Topsoil Type A Topsoil Type A shall be as specified in the Special Provisions 9- 14.1(2) Topsoil Type B Topsoil Type B shall be native topsoil taken from within the project limits either from the area where roadway excavation is to be performed or from strippings from borrow, pit, or quarry sites, or from other designated sources. The general limits of the material to be utilized for topsoil will be indicated in the Plans or in the Special Provisions. The Engineer will make the final determination of the areas where the most suitable material exists within these general limits. The Contractor shall reserve this material for the specified use. Material for Topsoil Type B shall not be taken from a depth greater than 1 foot from the existing ground unless otherwise designated by the Engineer. In the production of Topsoil Type B, all vegetative matter less than 4 feet in height, shall become a part of the topsoil. Prior to topsoil removal, the Contractor shall reduce the native vegetation to a height not exceeding 1 foot. Noxious weeds, as designated by authorized State and County officials, shall not be incorporated in the topsoil, and shall be removed and disposed of as designated elsewhere or as approved by the Engineer. 9- 14.1(3) Topsoil Type C Topsoil Type C shall be native topsoil meeting the requirements of Topsoil Type B but obtained from a source provided by the Contractor outside of the Contracting Agency owned right of way. 9 -14.2 Seed Grasses, legumes, or cover crop seed of the type specified shall conform to the standards for "Certified" grade seed or better as outlined by the State of Washington Department of Agriculture "Rules for Seed Certification," latest edition. Seed shall be furnished in standard containers on which shall be shown the following information: 1. Common and botanical names of seed 2. Lot number 3. Net weight 4 Pure live seed All seed vendors must have a business license issued by the Washington State Department of Licensing with a "seed dealer" endorsement. Upon request, the Contractor shall furnish the Engineer with copies of the applicable licenses and endorsements. Upon request, the Contractor shall furnish to the Engineer duplicate copies of a statement signed by the vendor certifying that each lot of seed has been tested by a recognized seed testing laboratory within six months before the date of delivery on the project. Seed which has become wet, moldy, or otherwise damaged in transit or storage will not be accepted. Amendments 61 Amendments to the 2010 Standard Specifications 9 -14.3 Fertilizer Fertilizer shall be a standard commercial grade of organic or inorganic fertilizer of the kind and quality specified. It may be separate or in a mixture containing the percentage of total nitrogen, available phosphoric acid, water - soluble potash, or sulfur in the amounts specified. All fertilizers shall be furnished in standard unopened containers with weight, name of plant nutrients, and manufacturer's guaranteed statement of analysis clearly marked, all in accordance with State and Federal laws. Fertilizer shall be supplied in one of the following forms: A dry free - flowing granular fertilizer, suitable for application by agricultural fertilizer spreader. 2 A soluble form that will permit complete suspension of insoluble particles in water, suitable for application by power sprayer. 3 A homogeneous pellet, suitable for application through a ferti -blast gun. 4 A tablet or other form of controlled release with a minimum of a six month release period. 5 A liquid suitable for application by a power sprayer or hydroseeder. 9 -14.4 Mulch and Amendments All amendments shall be delivered to the site in the original, unopened containers bearing the manufacturer's guaranteed chemical analysis and name. In lieu of containers, amendments may be furnished in bulk. A manufacturer's certificate of compliance shall accompany each delivery. Compost and other organic amendments shall be accompanied with all applicable health certificates and permits. 9- 14.4(1) Straw Straw shall be in an air dried condition free of noxious weeds, seeds, and other materials detrimental to plant life. Hay is not acceptable. All straw material shall be Certified Weed Free Straw using North American Weed Management Association (NAWMA) standards or the Washington Wilderness Flay and Mulch (WWHAM) program run by the Washington State Noxious Weed Control Board. Information can be found at hftp: / /www.nwcb .wa.gov /http: / /www.nwcb.wa.gov/ In lieu of Certified Weed Free Straw, the Contractor shall provide documentation that the material is steam or heat treated to kill seeds, or shall provide U.S., Washington, or other State's Department of Agriculture laboratory test reports, dated within 90 days prior to the date of application, showing there are no viable seeds in the straw. Straw mulch shall be suitable for spreading with mulch blower equipment. 9- 14.4(2) Hydraulically Applied Erosion Control Products (HECPs) All HECPs shall be biodegradable and in a dry condition free of noxious weeds, seeds, chemical printing ink, germination inhibitors, herbicide residue, chlorine bleach, rock, metal, Amendments 62 Amendments to the 2010 Standard Specifications plastic, and other materials detrimental to plant life. Up to 5 percent by weight may be photodegradable material. The HECP shall be suitable for spreading with a hydroseeder. All HECPs shall be furnished premixed by the manufacturer with Type A or Type B Tackifier as specified in 9- 14.4(7). Under no circumstances will field mixing of additives or components be acceptable. The Contractor shall provide test results, dated within three years prior to the date of application, from an independent, accredited laboratory, as approved by the Engineer, showing the product meets the following requirements: Properties Test Method Requirements Acute Toxicity EPA - 821 -R -02 -012 Methods Four replicates are required with No for Measuring Acute Toxicity of statistically significant reduction in Eff luents. Test leachate from survival in 100% leachate for a recommended application rate Daphnid at 48 hours and receiving 2 inches of rainfall Oncorhynchus mykiss (rainbow per hour using static test for trout) at 96 hours. No-Observed-Adverse- Effect - Concentration NOEL Solvents EPA 8260B Benzene- < 0.03 mg /kg Methylene chloride — < 0.02 mg /kg Naphthalene — < 5 mg /kg Tetrachloroethylene — < 0.05 mg/kg Toluene — < 7 mg /kg Trichloroethylene — < 0.03 mg,'kg X lenes — < 9 mg/kg Heavy Metals EPA 6020A Total Metals Antimony — < 4 mg/kg Arsenic — < 6 mg /kg Barium — < 80 mg/kg Boron — < 100 mg /kg Cadmium — < 2 mg/kg Chromium — < 2 mg /kg Copper — < 5 mg /kg Lead — < 5 mg /kg Mercury — < 2 mg /kg Nickel — < 2 mg /kg Selenium — < 10 mg /kg Strontium — < 30 mg/kg Zinc — < 5 mg/kg Water Holding ASTM D 7367 900 percent minimum Capacity Organic Matter ASTM D 586 90 percent minimum Content Moisture ASTM D 644 15 percent maximum Content Seed ASTM D 7322 HECP HECP HECP Germination Type 1 Type 2 Type 3 Enhancement 420 400 200 percent percent percent minimum minimum minimum Amendments 63 Amendments to the 2010 Standard Specifications If the HECP contains cotton or straw, the Contractor shall provide documentation that the material has been steam or heat treated to kill seeds, or shall provide U.S., Washington, or other State's Department of Agriculture laboratory test reports, dated within 90 days prior to the date of application, showing there are no viable seeds in the mulch. The HECP shall be manufactured in such a manner that when agitated in slurry tanks with water, the fibers will become uniformly suspended, without clumping, to form a homogeneous slurry. When hydraulically applied, the material shall form a strong moisture - holding mat that allows the continuous absorption and infiltration of water. The HECP shall contain a dye to facilitate placement and inspection of the material. Dye shall be non -toxic to plants, animals, and aquatic life and shall not stain concrete or painted surfaces. The HECP shall be furnished with a Material Safety Data Sheet (MSDS) that demonstrates that the product is not harmful to plants, animals, and aquatic life. 9- 14.4(2)A HECP Type 1 Mulch HECP Type 1 Mulch shall demonstrate the ability to adhere to the soil and create a blanket - like mass within two hours of application and shall bond with the soil surface to create a continuous, porous, absorbent, and flexible erosion resistant blanket that allows for seed germination and plant growth and conforms to the requirements in Table ' HECP Type 1 Mulch Test Requirements. The Contractor shall provide test results documenting the mulch meets the requirements in Table' HECP Type 1 Mulch Test Requirements. Prior to January 1, 2012, the Contractor shall supply independent ASTM D 6459 test results from one of the following testing facilities: 10000 National Transportation Product Evaluation Program (NTPEP) Utah State University's Utah Water Research Laboratory Texas Transportation Institute San Diego State University's Soil Erosion Research Laboratory TRI Environmental, Inc Effective January 1, 2012, the Contractor shall supply independent test results from the National Transportation Product Evaluation Program (NTPEP). Table' HECP Type 1 Mulch Test Requirements Properties Test Method Requirements Performance in ASTM D 6459 - Test in one C Factor = 0.01 maximum using Protecting soil type. Soil tested shall be Revised Universal Soil Loss Slopes from sandy loam as defined by the Equation (RUSLE) Rainfall- NRCS Soil Texture Triangle Induced Erosion Amendments 64 Amendments to the 2010 Standard Specifications 9- 14.4(2)6 HECP Type 2 Mulch Within 48 hours of application, the HECP Type 2 Mulch shall bond with the soil surface to create a continuous, absorbent, flexible erosion resistant blanket that allows for seed germination and plant growth and conform to the requirements in Table 2 HECP Type 2 Mulch Test Requirements. The Contractor shall provide test results documenting the mulch meets the requirements in Table 2 HECP Type 2 Mulch Test Requirements. Prior to January 1, 2012, the Contractor shall supply independent ASTM D 6459 test results from one of the following testing facilities: National Transportation Product Evaluation Program (NTPEP) Utah State University's Utah Water Research Laboratory Texas Transportation Institute San Diego State University's Soil Erosion Research Laboratory TRI Environmental, Inc Effective January 1, 2012, the Contractor shall supply independent test results from the National Transportation Product Evaluation Program (NTPEP). Table 2 HECP Type 2 Mulch Test Re uirements Properties Test Method Requirements Performance in ASTM D 6459 - Test in one C Factor = 0.05 maximum using Protecting soil type. Soil tested shall be Revised Universal Soil Loss Slopes from sandy loam as defined by the Equation (RUSLE) Rainfall- NRCS Soil Texture Triangle Induced Erosion 9- 14.4(2)C HECP Type 3 Mulch The Contractor shall provide test results documenting the mulch meets the requirements in Table 3 HECP Type 3 Mulch Test Requirements. Prior to January 1, 2012, the Contractor shall supply independent ASTM D 6459 test results from one of the following testing facilities: National Transportation Product Evaluation Program (NTPEP) Utah State University's Utah Water Research Laboratory Texas Transportation Institute San Diego State University's Soil Erosion Research Laboratory TRI Environmental, Inc Effective January 1, 2012, the Contractor shall supply independent test results from the National Transportation Product Evaluation Program (NTPEP). Table 3 HECP Type 3 Mulch Test Requirements Amendments 65 Amendments to the 2010 Standard Specifications Properties Test Method Requirements Performance in ASTM D 6459 - Test in one C Factor = 0.15 maximum using Protecting Slopes soil type. Soil tested shall be Revised Universal Soil Loss from Rainfall- sandy loam as defined by the Equation (RUSLE) Induced Erosion National Resources Conservation Service (NRCS) Soil Texture Triangle 9- 14.4(3) Bark or Wood Chips Bark or wood chip mulch shall be derived from Douglas fir, pine, or hemlock species. It shall not contain resin, tannin, or other compounds in quantities that would be detrimental to plant life. Sawdust shall not be used as mulch. Bark or wood chips, when tested, shall be according to WSDOT Test Method T 123 prior to placement and shall meet the following loose volume gradation: Sieve Size Percent Passing Minimum Maximum 2" 95 100 No. 4 0 30 9- 14.4(4) Wood Strand Mulch Wood strand mulch shall be a blend of angular, loose, long, thin wood pieces that are frayed, with a high length -to -width ratio and shall be derived from native conifer or deciduous trees. A minimum of 95 percent of the wood strand shall have lengths between 2 and 10 inches. At least 50 percent of the length of each strand shall have a width and thickness between 1/16 and '/2 inch. No single strand shall have a width or thickness greater than 1/2 inch. The mulch shall not contain salt, preservatives, glue, resin, tannin, or other compounds in quantities that would be detrimental to plant life. Sawdust or wood chips or shavings will not be acceptable. Products shall be tested according to WSDOT Test Method 125 prior to acceptance. 9- 14.4(5) Lime Agriculture lime shall be of standard manufacture, flour grade or in pelletized form, meeting the requirements of ASTM C 602. 9- 14.4(6) Gypsum Gypsum shall consist of Calcium Sulfate (CaSO42H2O) in a pelletized or granular form. 100 percent shall pass through a No. 8 sieve. 9- 14.4(7) Tackifier Tackifiers are used as a tie -down for soil, compost, seed, and /or mulch. Tackifier shall contain no growth or germination inhibiting materials, and shall not reduce infiltration rates. Amendments 66 Amendments to the 2010 Standard Specifications Tackifier shall hydrate in water and readily blend with other slurry materials and conform to the requirements in Table 4 Tackifier Test Requirements. The Contractor shall provide test results documenting the tackifier meets the requirements in Table 4 Tackifier Test Requirements. Before January 1, 2012, the Contractor shall supply independent ASTM D 6459 test results from one of the following testing facilities: National Transportation Product Evaluation Program (NTPEP) Utah State University's Utah Water Research Laboratory Texas Transportation Institute San Diego State University's Soil Erosion Research Laboratory TRI Environmental, Inc Effective January 1, 2012, the Contractor shall supply independent test results from the National Transportation Product Evaluation Program (NTPEP). Table 4 Tackifier Test Requirements Properties Test Method Requirements Heavy Metals Test at manufacturer's See Table in Section 9- Solvents recommended application rate 14.4(2) Acute Toxicity Performance in Modified ASTM D 6459 on C Factor = 0.15 maximum Protecting Slopes 3(H):1(V) slope with 2 inches of using Revised Universal from Rainfall- rainfall evenly distributed over a Soil Loss Equation Induced Erosion period of 100 minutes. Test in one (RUSLE) soil type. Soil tested shall be sandy loam as defined by the National Resources Conservation Service (NRCS) Soil Texture Triangle 9- 14.4(7)A Organic Tackifier Organic tackifier shall be derived from natural plant sources and shall have an MSDS that demonstrates to the satisfaction of the Engineer that the product is not harmful to plants, animals, and aquatic life. 9- 14.4(7)B Synthetic Tackifier Synthetic tackifier shall have an MSDS that demonstrates to the satisfaction of the Engineer that the product is not harmful to plants, animals, and aquatic life. 9- 14.4(8) Compost Compost products shall be the result of the biological degradation and transformation of plant- derived materials under controlled conditions designed to promote aerobic decomposition. Compost shall be stable with regard to oxygen consumption and carbon dioxide generation. Compost shall be mature with regard to its suitability for serving as a Amendments 67 Amendments to the 2010 Standard Specifications soil amendment or an erosion control BMP as defined below. The compost shall have a moisture content that has no visible free water or dust produced when handling the material. Compost production and quality shall comply with Chapter 173 -350 WAC. Compost products shall meet the following physical criteria: Compost material shall be tested in accordance with U.S. Composting Council Testing Methods for the Examination of Compost and Composting ( TMECC) 02.02 -B, "Sample Sieving for Aggregate Size Classification ". Fine compost shall meet the following gradation: Sieve Size Percent Passing Minimum Maximum 2" 100 ill 95 100 5/8" 90 100 1/4" 75 100 Maximum particle length of 6 inches. Medium compost shall meet the following gradation: Sieve Size Percent Passing Minimum Maximum 2'$ 100 1" 95 100 5/8" 90 100 1/4" 75 85 Maximum particle length of 6 inches. Medium compost shall have a carbon to nitrogen ratio (C:N) between 18:1 and 30:1. The carbon to nitrogen ratio shall be calculated using the dry weight of "Organic Carbon" using TMECC 04.01A divided by the dry weight of "Total N" using TMECC 04.02D. Coarse compost shall meet the following gradation: Sieve Size Percent Passing Minimum Maximum 3" 100 Amendments 68 Amendments to the 2010 Standard Specifications ill 90 100 3/4" 70 100 1/4" 40 60 Maximum particle length of 6 inches. 2. The pH shall be between 6.0 and 8.5 when tested in accordance with U.S. Composting Council TMECC 04.11 -A, "1:5 Slurry pH ". 3. Manufactured inert material (plastic, concrete, ceramics, metal, etc.) shall be less than 1.0 percent by weight as determined by U.S. Composting Council TMECC 03.08 -A "Classification of Inerts by Sieve Size ". 4. Minimum organic matter shall be 40 percent by dry weight basis as determined by U.S. Composting Council TMECC 05.07A "Loss -On- Ignition Organic Matter Method (1-01) ". 5. Soluble salt contents shall be less than 4.0 mmhos /cm when tested in accordance with U.S. Composting Council TMECC 04.10 "Electrical Conductivity ". 6. Maturity shall be greater than 80 percent in accordance with U.S. Composting Council TMECC 05.05 -A, "Germination and Root Elongation ". 7. Stability shall be 7 mg CO2 —C /g OM /day or below in accordance with U.S. Composting Council TMECC 05.08 -B "Carbon Dioxide Evolution Rate ". 8. The compost product shall originate a minimum of 65 percent by volume from recycled plant waste as defined in WAC 173 -350 as "Type 1 Feedstocks." A maximum of 35 percent by volume of "Type 2 Feedstocks," source - separated food waste, and /or biosolids may be substituted for recycled plant waste. The Contractor shall provide a list of feedstock sources by percentage in the final compost product. 9. The Engineer may evaluate compost for maturity using U.S. Composting Council TMECC 05.08 -E "Solvita® Maturity Index ". Fine compost shall score a number 6 or above on the Solvita@ Compost Maturity Test. Coarse compost shall score a 5 or above on the Solvita® Compost Maturity Test. 9- 14.4(8)A Compost Submittal Requirements The Contractor shall submit the following information to the Engineer for approval: The Qualified Products List printed page or a Request for Approval of Material(DOT Form 350 -071 EF). 2. A copy of the Solid Waste Handling Permit issued to the manufacturer by the Jurisdictional Health Department in accordance with WAC 173 -350 (Minimum Functional Standards for Solid Waste Handling). 3. The Contractor shall verify in writing, and provide lab analyses, that the material complies with the processes, testing, and standards specified in WAC 173 -350 and these Specifications. An independent Seal of Testing Assurance (STA) Program certified laboratory shall perform the analysis. IAmendments 69 Amendments to the 2010 Standard Specifications 4. A copy of the manufacturer's Seal of Testing Assurance (STA) certification as issued by the U.S. Composting Council. 9- 14.4(8)B Compost Acceptance Fourteen days prior to application, the Contractor shall submit a sample of the compost approved for use, and a STA test report dated within 90 calendar days of the application, and the list of feed stocks by volume for each compost type to the Engineer for review. The Contractor shall use only compost that has been tested within 90 calendar days of application and meets the requirements in Section 9- 14.4(8). Compost not conforming to the above requirements or taken from a source other than those tested and accepted shall not be used. 9- 14.4(9) Vacant 9- 14.4(10) Vacant 9 -14.5 Erosion Control Devices 9- 14.5(1) Polyacrylamide (PAM) Polyacrylamide (PAM) products shall meet ANSI /NSF Standard 60 for drinking water treatment with an AMD content not to exceed 0.05 percent. PAM shall be anionic, linear, and not cross - linked. The minimum average molecular weight shall be greater than 5 mg /mole and minimum 30 percent charge density. The product shall contain at least 80 percent active ingredients and have a moisture content not exceeding 10 percent by weight. PAM shall be delivered in a dry granular or powder form. 9- 14.5(2) Erosion Control Blanket Temporary erosion control blanket shall be made of natural plant fibers. - The Contractor shall supply independent test results from the National Transportation Product Evaluation Program (NTPEP) meeting the requirements in the following table: Properties ASTM Test Method Requirements Protecting Slopes D 6459 - Test in one soil Maximum C factor of from Rainfall- type. Soil tested shall be 0.15 using Revised Induced Erosion sandy loam as defined Universal Soil Loss by the NRCS Soil Equation (RUSLE) Texture Triangle Dry Weight per Unit D 6475 0.36 lb /sq. yd. Area minimum Performance in D 6460 Test in one soil 1.0 lb /sq. ft. Protecting Earthen type. Soil tested shall be minimum Channels from loam as defined by the Stormwater- NRCS Soil Texture Induced Erosion Triangle Seed Germination D 7322 200 percent Enhancement minimum Amendments 70 Amendments to the 2010 Standard Specifications Netting, if present, shall be biodegradable with a life span not to exceed one year. Permanent erosion control blanket shall meet the following requirements: Properties ASTM Test Method Requirements UV Stability D 4355 Minimum 80 percent strength retained after 500 hours in a xenon arc device Protecting Slopes D 6459 with 0.12 inch Maximum C factor of 0.15 from Rainfall- average raindrop size.* using Revised Universal Induced Erosion Test in one soil type. Soil Loss Equation Soil tested shall be (RUSLE) loam as defined by the NRCS Soil Texture Triangle ** Dry Weight per D 6475 0.50 lb/sq. yd. minimum Unit Area Performance in D 6460 Test in one soil 2.0 lb/sq. ft. minimum Protecting type. Soil tested shall Earthen Channels be loam as defined by from Stormwater- the NRCS Soil Texture Induced Erosion Trian le ** Seed D 7322 200 percent minimum Germination Enhancement 9- 14.5(2)A Erosion Control Blanket Approval The Contractor shall select erosion control blanket products that bear the Quality and Data Oversight and Review (QDOR) seal from the Erosion Control and Technology Council (ECTC). All materials selected shall be currently listed on the QDOR products list available at www.ectc.org /qdor 9- 14.5(3) Clear Plastic Covering Clear plastic covering shall meet the requirements of ASTM D 4397 for polyethylene sheeting having a minimum thickness of 6 mils. 9- 14.5(4) Geotexti le-En cased Check Dam The geotextile- encased check dam shall be a urethane foam core encased in geotextile material. The minimum length of the unit shall be 7 feet. The foam core shall be a minimum of 8 inches in height, and have a minimum base width of 16 inches. The geotextile material shall overhang the foam by at least 6 inches at each end, and shall have apron type flaps that extend a minimum of 24 inches on each side of the check dam. The geotextile material shall meet the requirements in Section 9 -33. Amendments 71 Amendments to the 2010 Standard Specifications 9- 14.5(5) Wattles Wattles shall consist of cylinders of biodegradable plant material such as weed -free straw, coir, compost, wood chips, excelsior, or wood fiber or shavings encased within biodegradable netting. Wattles shall be a minimum of 5 inches in diameter. Netting material shall be clean, evenly woven, and free of encrusted concrete or other contaminating materials such as preservatives. Netting material shall be free from cuts, tears, or weak places and shall have a minimum lifespan of 6 months. Compost filler shall be coarse compost and shall meet the material requirements as specified in Section 9- 14.4(8). If wood chips are used they shall meet the material requirements as specified in Section 9- 14.4(3). If wood shavings are used, 80 percent of the fibers shall have a minimum length of 6 inches between 0.030 and 0.50 inches wide, and between 0.017 and 0.13 inches thick. Wood stakes for wattles shall be made from untreated Douglas fir, hemlock, or pine species. Wood stakes shall be 2 inch by 2 inch nominal dimension and 36 inches in length. 9- 14.5(6) Compost Socks Compost socks shall consist of extra heavy weight biodegradable fabric, with a minimum strand thickness of 5 mils. The fabric shall be filled with Coarse Compost. Compost socks shall be at least 8 inches in diameter. The fabric shall be clean, evenly woven, and free of encrusted concrete or other contaminating materials and shall be free from cuts, tears, broken or missing yarns, and be free of thin, open, or weak areas and shall be free of any type of preservative. Coarse compost filler shall meet the material requirements as specified in Section 9- 14.4(8). Wood stakes for compost socks shall be made from untreated Douglas fir, hemlock, or pine species. Wood stakes shall be 2 inch by 2 inch nominal dimension and 36 inches in length, 9- 14.5(7) Coir Log Coir logs shall be made of 100 percent durable coconut (coir) fiber uniformly compacted within woven netting made of bristle coir twine with minimum strength of 80 Ibs tensile strength. The netting shall have nominal 2 inch by 2 inch openings. Log segments shall have a maximum length of 20 feet, with a minimum diameter as shown in the Plans. Logs shall have a minimum density of 7 Ibs /cf. Stakes shall be untreated Douglas fir, hemlock, or pine species. Wood stakes shall have a notch to secure the rope ties. Rope ties shall be of 1/4 inch diameter commercially available hemp rope. 9- 14.5(8) High Visibility Fencing High visibility fence shall be UV stabilized, orange, high- density polyethylene or polypropylene mesh, and shall be at least 4 -feet in height. Amendments 72 Amendments to the 2010 Standard Specifications Support posts shall be wood or steel in accordance with Standard Plan 1- 10.10 -00. The posts shall have sufficient strength and durability to support the fence through the life of the project. 9 -14.6 Plant Materials 9- 14.6(1) Description Bareroot plants are grown in the ground and harvested without soil or growing medium around their roots. Container plants are grown in pots or flats that prevent root growth beyond the sides and bottom of the container. Balled and burlapped plants are grown in the ground and harvested with soil around a core of undisturbed roots. This rootball is wrapped in burlap and tied or placed in a wire basket or other supportive structure. Cuttings are live plant material without a previously developed root system. Source plants for cuttings shall be dormant when cuttings are taken and all cuts shall be made with a sharp instrument. Cuttings may be collected. If cuttings are collected, the requirement to be nursery grown or held in nursery conditions does not apply. Written permission shall be obtained from property owners and provided to the Engineer before cuttings are collected. The Contractor shall collect cuttings in accordance with applicable sensitive area ordinances. Cuttings shall meet the following requirements: A. Live branch cuttings shall have flexible top growth with terminal buds and may have side branches. The rooting end shall be cut at an approximate 45 degree angle. B. Live stake cuttings shall have a straight top cut immediately above a bud. The lower, rooting end shall be cut at an approximate 45 degree angle. Live stakes are cut from one to two year old wood. Live stake cuttings shall be cut and installed with the bark intact with no branches or stems attached, and be '/2 to 1'/z inch in diameter. C. Live pole cuttings shall have a minimum 2 inch diameter and no more than three branches which shall be pruned back to the first bud from the main stem. Rhizomes shall be a prostrate or subterranean stem, usually rooting at the nodes and becoming erect at the apex. Rhizomes shall have a minimum of two growth points. Tubers shall be a thickened and short subterranean branch having numerous buds or eyes. 9- 14.6(2) Quality At the time of delivery all plant material furnished shall meet the grades established by the latest edition of the American Standard for Nursery Stock, (ASNS) ANSI Z60.1 and shall conform to the size and acceptable conditions as listed in the Contract, and shall be free of all foreign plant material. All plant material shall comply with State and Federal laws with respect to inspection for plant diseases and insect infestation. Amendments 73 Amendments to the 2010 Standard Specifications All plant material shall be purchased from a nursery licensed to sell plants in Washington State. Live woody or herbaceous plant material, except cuttings, rhizomes, and tubers, shall be vigorous, well formed, with well developed fibrous root systems, free from dead branches, and from damage caused by an absence or an excess of heat or moisture, insects, disease, mechanical or other causes detrimental to good plant development. Evergreen plants shall be well foliated and of good color. Deciduous trees that have solitary leaders shall have only the lateral branches thinned by pruning. All conifer trees shall have only one leader (growing apex) and one terminal bud, and shall not be sheared or shaped. Trees having a damaged or missing leader, multiple leaders, or Y- crotches shall be rejected. Root balls of plant materials shall be solidly held together by a fibrous root system and shall be composed only of the soil in which the plant has been actually growing. Balled and burlapped rootballs shall be securely wrapped with jute burlap or other packing material not injurious to the plant life. Root balls shall be free of weed or foreign plant growth. Plant materials shall be nursery grown stock. Plant material, with the exception of cuttings, gathered from native stands shall be held under nursery conditions for a minimum of one full growing season, shall be free of all foreign plant material, and meet all of the requirements of these Specifications, the Plans, and the Special Provisions. Container grown plants shall be plants transplanted into a container and grown in that container sufficiently long for new fibrous roots to have developed so that the root mass will retain its shape and hold together when removed from the container, without having roots that circle the pot. Plant material which is root bound, as determined by the Engineer, shall be rejected. Container plants shall be free of weed or foreign plant growth. Container sizes for plant material of a larger grade than provided for in the container grown Specifications of the ASNS shall be determined by the volume of the root ball specified in the ASNS for the same size plant material. All bare root plant materials shall have a heavy fibrous root system and be dormant at the time of planting. Average height to spread proportions and branching shall be in accordance with the applicable sections, illustrations, and accompanying notes of the ASNS. Plants specified or identified as "Street Tree Grade" shall be trees with straight trunks, full and symmetrical branching, central leader, and be developed, grown, and propagated with a full branching crown. A "Street Tree Grade" designation requires the highest grade of nursery shade or ornamental tree production which shall be supplied. Street trees with improperly pruned, broken, or damaged branches, trunk, or root structure shall be rejected. In all cases, whether supplied balled and burlapped or in a container, the root crown (top of root structure) of the tree shall be at the top of the finish soil level. Trees supplied and delivered in a nursery fabric bag will not be accepted.. Plants which have been determined by the Engineer to have suffered damage for the following reasons will be rejected: Girdling of the roots, stem, or a major branch. Amendments 74 i Amendments to the 2010 Standard Specifications 2. Deformities of the stem or major branches. 3. Lack of symmetry. 4. Dead or defoliated tops or branches. 5. Defects, injury, and condition which renders the plant unsuitable for its intended use. Plants that are grafted shall have roots of the same genus as the specified plant. 9- 14.6(3) Handling and Shipping Handling and shipping shall be done in a manner that is not detrimental to the plants. The nursery shall furnish a notice of shipment in triplicate at the time of shipment of each truck load or other lot of plant material. The original copy shall be delivered to the Project Engineer, the duplicate to the consignee and the triplicate shall accompany the shipment to be furnished to the Inspector at the job site. The notice shall contain the following information: 1. Name of shipper. 2. Date of shipment. 3. Name of commodity. (Including all names as specified in the Contract.) 4. Consignee and delivery point. 5. State Contract number. 6. Point from which shipped. 7. Quantity contained. 8. Size. (Height, runner length, caliper, etc. as required.) 9. Signature of shipper by authorized representative. To acclimate plant materials to Northwest conditions, all plant materials used on a project shall be grown continuously outdoors north of the 42nd Latitude (Oregon - California border) from not later than August 1 of the year prior to the time of planting. All container grown plants shall be handled by the container. All balled and burlapped plants shall be handled by the ball. Plant material shall be packed for shipment in accordance with prevailing practice for the type of plant being shipped, and shall be protected at all times against drying, sun, wind, heat, freezing, and similar detrimental conditions both during shipment and during related handling. Where necessary, plant material shall be temporarily heeled in. When transported in closed vehicles, plants shall receive adequate ventilation to prevent sweating. When transported in open vehicles, plants shall be protected by tarpaulins or other suitable cover material. Amendments 75 Amendments to the 2010 Standard Specifications 9- 14.6(4) Tagging Plants delivered as a single unit of 25 or less of the same size, species, and variety, shall be clearly marked and tagged. Plants delivered in large quantities of more than 25 shall be segregated as to variety, grade, and size; and one plant in each 25, or fraction thereof, of each variety, grade, and size shall be tagged. 9- 14.6(5) Inspection The Contracting Agency will make an inspection of plant material at the source when requested by the Engineer. However, such preliminary approval shall not be considered as final acceptance for payment. Final inspection and approval (or rejection) will only occur when the plant material has been delivered to the Project site. The Contractor shall notify the Engineer, not less than 48 hours in advance, of plant material delivery to the project. 9- 14.6(6) Substitution of Plants No substitution of plant material, species or variety, will be permitted unless evidence is submitted in writing to the Engineer that a specified plant cannot be obtained and has been unobtainable since the Award of the Contract. If substitution is permitted, it can be made only with written approval by the Engineer. The nearest variety, size, and grade, as approved by the Engineer, shall then be furnished. Container or balled and burlapped plant material may be substituted for bare root plant material. Container grown plant material may be substituted for balled and burlapped plant materials. When substitution is allowed, use current ASNS standards to determine the correct rootball volume (container or balled and burlapped) of the substituted material that corresponds to that of the specified material. These substitutions shall be approved by the Engineer and be at no cost to the Contracting Agency. 9- 14.6(7) Temporary Storage Plants stored under temporary conditions prior to installation shall be the responsibility of the Contractor. Plants stored on the project shall be protected at all times from extreme weather conditions by insulating the roots, root balls, or containers with sawdust, soil, compost, bark or wood chips, or other approved material and shall be kept moist at all times prior to planting. Cuttings shall continually be shaded and protected from wind. Cuttings shall be protected from drying at all times and shall be heeled into moist soil or other insulating material or placed in water if not installed within eight hours of cutting. Cuttings to be stored for later installation shall be bundled, laid horizontally, and completely buried under 6 inches of water, moist soil or placed in cold storage at a temperature of 34 °F and 90 percent humidity. Cuttings that are not planted within 24 hours of cutting shall be soaked in water for 24 hours prior to planting. Cuttings taken when the temperature is higher than 50 °F shall not be stored for later use. Cuttings that already have developed roots shall not be used. Amendments 76 Amendments to the 2010 Standard Specifications 9- 14.6(8) Sod The available grass mixtures on the current market shall be submitted to the Engineer for selection and approval. The sod shall be field grown one calendar year or older, have a well developed root structure, and be free of all weeds, disease, and insect damage. Prior to cutting, the sod shall be green, in an active and vigorous state of growth, and mowed to a height not exceeding 1 inch. The sod shall be cut with a minimum of 1 inch of soil adhering. 9 -14.7 Stakes, Guys, and Wrapping Stakes shall be installed as shown in the Plans. Commercial plant ties may be used in lieu of hose and wire guying upon approval of the Engineer. The minimum size of wire used for guying shall be 12 gauge, soft drawn. Hose for guying shall be nylon, rubber, or reinforced plastic and shall have an inside diameter of at least 1 inch. Tree wrap shall be a crinkled waterproof paper weighing not less than 4.0 pounds per 100 square feet and shall be made up of two sheets cemented together with asphalt. SECTION 9 -15, IRRIGATION SYSTEM (WSDOT Amendment January 4, 2010) The first paragraph is supplemented with the following: When the water supply for the irrigation system is from a non - potable source, irrigation components shall have lavender indicators supplied by the equipment manufacturer. 9 -15.3 Automatic Controllers This section is revised to read: The automatic controller shall be an electronic timing device for automatically opening and closing control valves for predetermined periods of time. The automatic controller shall be enclosed in a weatherproof, painted, metal housing fabricated from 16 gauge sheet aluminum alloy 6061 -T6 or 16 gauge sheet steel or unpainted, non - rusting industrial grade stainless steel. The pedestal shall have a completely removable locking faceplate to allow easy access to wiring. The automatic controller housing shall have hasp and lock or locking device. All locks or locking devices shall be master keyed and three sets of keys provided to the Engineer. The controller shall be compatible with and capable of operating the irrigation system as designed and constructed and shall include the following operating features: Amendments 77 Amendments to the 2010 Standard Specifications Each controller station shall be adjustable for setting to remain open for any desired period of time, from five minutes or less to at least 99 minutes. 2. Adjustments shall be provided whereby any number of days may be omitted and whereby any one or more positions on the controller can be skipped. When adjustments are made, they shall continue automatically within a 14 -day cycle until the operator desires to make new adjustments. 3. Controls shall allow any position to be operated manually, both on or off, whenever desired, without disrupting the 14 day cycle. 4. Controls shall provide for resetting the start of the irrigation cycle at any time and advancing from one position to another. 5. Controllers shall contain a power on -off switch and fuse assembly. 6. Output shall be 24 volt AC with battery back up for memory retention of the 14 day cycle. 7. Both normally -open or normally - closed rain sensor compatibility. 9 -15.4 Irrigation Heads This section is supplemented with the following new paragraph: All instructions, special wrenches, clamps, tools, and equipment supplied by the manufacturer necessary for the installation and maintenance of the irrigation heads shall be turned over to the Engineer upon completion and acceptance of the project. 9 -15.5 Valve Boxes and Protective Sleeves This section including title is revised to read: 9 -15.5 Valve Boxes Valve boxes shall conform to the Plans and be extendible to obtain the depth required. All manual drain valves and manual control valves shall be installed in valve box with a vandal resistant lid as shown in the Plans. 9- 15.7(1) Manual Control Valves The third and fourth sentences are revised to read: The Contractor shall furnish three suitable operating keys. Valves shall have removable bonnet and stem assemblies with adjustable packing glands and shall house long acme threaded stems to ensure full opening and closing. 9- 15.7(2) Automatic Control Valves In the second paragraph, the first and second sentences are revised to read: Valves shall be of a normally closed design and shall be operated by an electronic solenoid having a maximum rating of 6.5 watts utilizing 24 volt AC power. Electronic solenoids shall Amendments 78 Amendments to the 2010 Standard Specifications have a stainless steel plunger and be directly attached to the valve bonnets or body with all control parts fully encapsulated. In the fifth sentence of the second paragraph, "electric" is revised to read "electrical'. 9- 15.7(3) Automatic Control Valves With Pressure Regulator This section is revised to read: Automatic control valves with pressure regulators shall be similar to automatic control valves described in Section 9- 15.7(2) and shall reduce the inlet pressure to a constant pressure regardless of supply fluctuations. The regulator must be fully adjustable. 9 -15.8 Quick Coupling Equipment In the first paragraph, the first and second sentences are revised to read: Quick coupler valves shall have a service rating of not less than 125 -psi for non -shock cold water. The body of the valves shall be of cast Copper Alloy No. C84400 Leaded Semi -Red Brass conforming to ASTM B 584. In the fifth sentence of the first paragraph, "will" is revised to read "shall'. 9 -15.9 Drain Valves This section is revised to read: Drain valves may be a 'h -inch or % -inch PVC or metal gate valve manufactured for irrigation systems. Valves shall be designed for underground installation with suitable cross wheel for operation with a standard key, and shall have a service rating of not less than 150 -psi non -shock cold water. The Contractor shall furnish three standard operating keys per Contract. Drain valves shall be installed in a valve box with a vandal resistant lid as shown in the Plans. Drain valves on potable water systems shall only be allowed on the downstream side of approved cross connection control devices. 9 -15.10 Hose Bibs The first sentence is revised to read: Hose bibs shall be angle type, constructed of bronze or brass, threaded to accommodate a 3/ -inch hose connection, and shall be key operated. 9 -15.11 Cross Connection Control Devices This section is revised to read: Atmospheric vacuum breaker assemblies (AVBAs), pressure vacuum breaker assemblies (PVBAs), double check valve assemblies (DCVAs), and reduced pressure backflow devices (RPBDs), shall be of a manufacturer and product model approved for use by the Amendments 79 Amendments to the 2010 Standard Specifications Washington State Department of Health, Olympia, Washington or a Department of Health certified agency. 9 -15.12 Check Valves The last sentence is revised to read: Valves shall have angled seats, Buna -N seals and threaded connections, and shall be installed in 8 -inch round plastic valve boxes with vandal resistant lids. 9 -15.14 Three -Way Valves The last sentence is revised to read: When handles are included as an integral part of the valves, the Contractor shall remove the handles and give them to the Engineer for ultimate distribution to the Maintenance Division. 9 -15.15 Flow Control Valves The third sentence is revised to read: Valves shall be factory set to the flows as shown in the Plans. 9 -15.1' Electrical Wire and Splices This section is revised to read: Electrical wire used between the automatic controller and automatic control valves shall be solid or stranded copper, minimum size AWG 14. Insulation shall be Type USE Chemically Cross Linked Polyethylene or Type UF, and shall be listed by a National recognized Testing Laboratory. Each conductor shall be color coded and marked at each end and at all splices with zone or station number identification. Low voltage splices shall be made with a direct bury splice kit using a twist -on wire connector and inserted in a waterproof polypropylene tube filled with a silicone electrical insulating gel, or heat shrinkable insulating tubing. Heat shrinking insulating tubing shall consist of a mastic lined heavy wall polyolefin cable sleeve. 9 -15.18 Detectable Marking Tape The first paragraph is revised to read: Detectable marking tape shall consist of inert polyethylene plastic that is impervious to all known alkalis, acids, chemical reagents, and solvents likely to be encountered in the soil, with a metallic foil core to provide for the most positive detection and pipeline location. In the second paragraph, the first and second sentences are revised to read: Amendments 80 Amendments to the 2010 Standard Specifications The tape shall be color coded and shall be imprinted continuously over its entire length in permanent black ink indicating the type of line buried below and shall also have the word "Caution" prominently shown. The last paragraph is revised to read: The width of the tape shall be as recommended by the manufacturer based on depth of installation. SECTION 9 -16, FENCE AND GUARDRAIL (WSDOT Amendment August 2, 2010) 9- 16.3(2) Posts and Blocks This section in its entirety is revised to read: Posts and blocks may be of creosote, pentachloro phenol, waterborne chromate copper arsenate (CCA), ammoniacal copper arsenate (ACA), or ammoniacal copper zinc arsenate (ACZA), treated timber or galvanized steel (galvanized steel posts only —no blocks). Blocks made from alternate materials that meet the NCHRP Report 350 or MASH criteria may be used in accordance with the manufacturer's recommendations. Wood posts and blocks may be surface four sides (S4S) or rough sawn. Posts and blocks shall be of the size, length and type as shown in the Plans and meet the requirements of the below Specifications. Timber posts and blocks shall conform to the grade specified in Section 9 -09.2. Timber posts and blocks shall be fabricated as specified in the Plans before being treated. Timber posts and blocks shall be treated by the empty cell process to provide a minimum retention, depending on the treatment used, according to the following: Creosote oil 10.0 lbs. pcf Pentachlorophenol 0.50 lbs. pcf ACA 0.50 lbs. pcf ACZA 0.50 lbs. pcf CCA 0.50 lbs pcf Treatment shall be in accordance with Section 9 -09.3. Galvanized steel posts, and base plates, where used, shall conform to either ASTM A36 or ASTM A992, and shall be galvanized in accordance with AASHTO M 111. Welding shall conform to Section 6- 03.3(25). All fabrication shall be completed prior to galvanizing. Steel posts for weathering steel beam guardrail shall be in accordance with one of the following two methods: Galvanized Powder Coated Steel Posts: These posts shall conform to ASTM A36 or ASTM A992 and galvanized in accordance with AASHTO M 111. Powder Coating Galvanized Surfaces done in accordance with Sections: 6- 07.3(11)B, 9- 08.2. and 9- 08.1(8). Only the top thirty inches on any post length shall be powder coated. Amendments 81 Amendments to the 2010 Standard Specifications 2. Galvanized Weathering Steel Posts: These posts shall conform to ASTM A588 steel and be galvanized in accordance with AASHTO M 111. Thirty inches, on any post length, shall not be galvanized for exposure above ground. SECTION 9 -22, MONUMENT CASES ( WSDOT Amendment January 4, 2010) 9 -22.1 Monument Cases, Covers, and Risers In the first sentence, "Class 3013" is revised to read "Class 3513". SECTION 9 -23, CONCRETE CURING MATERIALS AND ADMIXTURES ( WSDOT Amendment April 5, 2010) 9 -23.1 Sheet Materials for Curing Concrete ( WSDOT Amendment April 5, 2010) In the first paragraph, " AASHTO M 171" is revised to read "ASTM C 171 ". 9 -23.2 Liquid Membrane Forming Concrete Curing Compounds ( WSDOT Amendment August 2, 2010) The first paragraph is revised to read: Liquid membrane - forming compounds for curing concrete shall conform to the requirements of ASTM C 309 Type 1 or 2, Class A or B, except that the water retention when tested in accordance with WSDOT Test Method 814 shall be 2.50 grams for all applications. SECTION 9 -29, ILLUMINATION, SIGNAL, ELECTRICAL ( WSDOT Amendment April 5, 2010) In this division, all references to "hot- dipped" are revised to read "hot- dip ". 9- 29.1(2)A Expansion Fittings, Deflection Fittings, and Combination Expansion /Deflection Fittings ( WSDOT Amendment April 5, 2010) The following new paragraph is inserted after the first paragraph: Expansion fittings for use with PVC shall allow for 4- inches of movement minimum (2- inches in each direction). Expansion fittings for PVC conduit shall be PVC and have threaded terminal adaptor or coupling end and shall meet the requirements listed in Section 9- 29.1(4)A. 9 -29.4 Messenger Cable, Fittings ( WSDOT Amendment April 5, 20 10) Amendments 82 Amendments to the 2010 Standard Specifications This section is supplemented with the following: Messenger cable shall be% -inch, 7 -wire strand messenger cables conforming to ASTM A 475, extra- high- strength grade, 15,400 pounds minimum breaking strength, Class A galvanized. Strain insulators shall be wet process, porcelain, conforming to EEI -NEMA Class 54 -2 standards for 12,000 pound ultimate strength. Down guy assembly shall consist of an eight -way steel expanding anchor, having a minimum area of 300 square inches, made of pressed steel, coated with asphalt or similar preservative, and fitted with a 3/ -inch minimum guy eye anchor rod 8 -feet long. As an alternate to expanding anchors, screw type anchors with two 8 -inch helix, 3'/2 -inch- pitch, f- inch by 7 foot guy anchor rod, and rated for 7,000 pound maximum torque may be installed. All pole hardware, bolts, plate rods, hangers, clips, wire guards, and pole bands shall be hot - dipped galvanized in conformance with the requirements ofAASHTO M 232. 9- 29.6(5) Foundation Hardware (WSDOT Amendment April 5, 2010) The first paragraph is revised to read: Anchor bolts for Type PPB, PS, I, FB, and RM signal standards shall conform to the requirements of ASTM F1554, grade 55. Nuts shall meet the requirements of AASHTO M 291, grade A. Washers shall meet the requirements of ASTM F 844 or ASTM F 436. 9 -29.7 Luminaire Fusing and Electrical Connections at Light Standard Bases, Cantilever Bases and Sign Bridge Bases (WSDOT Amendment April 5, 20 10) The content of this section is revised and moved to the following new sub - sections: 9- 29.7(1) Unfused Quick- Disconnect Unfused quick- disconnect connector kits shall conform to the following requirements: The copper pin and copper receptacle shall be a crimped type of connection or a stainless steel set screw and lug connection to the cable. The receptacle shall establish contact pressure with the pin through the use of a tinned copper or copper beryllium sleeve spring and shall be equipped with a disposable mounting pin. The receptacle shall be fully annealed. Both the copper pin and receptacle shall have a centrally located recessed locking area adapted to be complementarily filled and retained by the rubber housing. 2. The plug and receptacle housing shall be made of water resistant synthetic rubber which is capable of burial in the ground or installation in sunlight. Each housing I shall provide a section to form a water -seal around the cable, have an interior arrangement to suitably and complementarily receive and retain the copper pin or receptacle, and a section to provide a water seal between the two housings at the point of disconnection. 1 IAmendments 83 Amendments to the 2010 Standard Specifications 3. The kit shall provide waterproof in -line connector protection with three cutoff sections on both the line and load side to accommodate various wire sizes. All connections shall be as described in item I" above. Upon disconnect, the connector shall remain in the load side of the kit. 9- 29.7(2) Fused Quick- Disconnect Fused quick- disconnect kits shall provide waterproof in -line fuse protection. The kit shall provide three cutoff sections on both lines and load side to accommodate various wire sizes. All connections shall be as described in item I" above. Upon disconnect, the fuse shall remain in the load side of the kit. Fuses furnished for all lighting circuits shall be capable of handling the operating voltage of the circuit involved and shall have the following characteristics: 1. Fuses shall be capable of indefinitely supporting 110 percent of the rated load. 2. Fuses shall be capable of supporting 135 percent of the rated load for approximately 1 hour. 3. A load of 200 percent of rated load shall effectively cause instantaneous blowing of the fuse. 4. Fuses shall be rated as listed below and shall be sized to fit the fuse containers furnished on this project, according to the manufacturer's recommendations therefore. 5. Fuses shall be listed by a nationally recognized testing laboratory. Luminaire Service Voltage Size 480V 240V 120V 1,000W 10A 15A 30A 750W 5A 10A 20A 70OW 5A 10A 20A 40OW 5A 10A 15A 310W 5A 5A 10A 250W 5A 5A 10A 20OW 4A 5A 10A 175W 4A 5A 10A 150W 3A 4A 5A 100W 2A 3A 4A 70W 2A 2A 2A 50W 2A 2A 2A 9 -29.9 Ballast, Transformers (WSDOT Amendment April 5, 2010) This sections content is deleted and replaced with: Heat - generating components shall be mounted to use the portion of the luminaire upon which they are mounted as a heat sink. Capacitors shall be located as far as practicable Amendments 84 Amendments to the 2010 Standard Specifications from heat - generating components or shall be thermally shielded to limit the fixture temperature to 160 °F. Transformers and inductors shall be resin - impregnated for protection against moisture. Capacitors, except those in starting aids, shall be metal cased and hermetically sealed. No capacitor, transformer, or other device shall employ the class of compounds identified as polychlorinated biphenyls (PCB) as dielectric, coolants, or for any other purpose. This section is supplemented with the following new sub - sections: 9- 29.9(1) Ballast Each ballast shall have a name plate attached permanently to the case listing all electrical data. A Manufacturer's Certificate of Compliance in accordance with Section 1 -06.3 meeting the manufacturers and these Specification requirements, shall be submitted by the Contractor with each type of luminaire ballast. Ballasts shall be designed for continuous operation at ambient air temperatures from 20 °F without reduction in ballast life. Ballasts shall have a design life of not less than 100,000 hours. Ballasts shall be designed to operate for at least 180 cycles of 12 hours on and 12 hours off, with the lamp circuit in an open or short- circuited condition and without measurable reduction in the operating requirements. All ballasts shall be high power factor (90 %). Ballasts shall be tested in accordance with the requirements of current ANSI C 82.6, Methods of Measurement of High- Intensity- Discharge Lamp Ballasts. Starting aids for ballasts of a given lamp wattage shall be interchangeable between ballasts of the same wattage and manufacturer without adjustment. Ballast assemblies shall consist of separate components, each of which shall be capable of being easily replaced. A starting aid will be considered as a single component. Each component shall be provided with screw terminals, NEMA tab connectors or a single multi - circuit connector. All conductor terminals shall be identified as to the component terminal to which they connect. Ballasts for high - pressure sodium lamps shall have a ballast characteristic curve which will intersect both of the lamp- voltage limit lines between the wattage limit lines and remain between the wattage limit lines throughout the full range of lamp voltage. This requirement shall be met not only at the rated input voltage of the ballast, but also the lowest and highest input voltage for which the ballast is rated. Throughout the lifetime of the lamp, the ballast curve shall fall within the specified limits of lamp voltage and wattage. All luminaires ballasts shall be located within the luminaire housing. The only exception shall be ballasts to be mounted on lowering assemblies and shall be external to, and attached to the fixture assembly. Ballast Characteristics for High Pressure Sodium (HPS) and Metal Halide (MH) Sources shall be: Amendments 85 Amendments to the 2010 Standard Specifications Source Line Volt. Lamp Ballast Type Input Lamp Wattage Voltage Wattage Variation Variation HPS any 70 400 Mag. Reg. Lag 10% 18% HPS any 750 1000 Auto Reg. Lead 10% 30% CWA MH any 175 400 Mag. Reg. Lag 10% 18% MH any 1000 Auto Reg. Lead 10% 30% CWA 9- 29.9(2) Transformers The transformers to be furnished shall be indoor /outdoor dry type transformers rated as shown in the Plans. The transformer coils, buss bar, and all connections shall be copper. Transformers, 7.5 KVA and larger shall be supplied with two full capacity taps, one at 5% and one at 10% below the normal full capacity. 9 -29.10 Luminaires (WSDOT Amendment April 5, 2010) This section is revised to read: All luminaires shall have their components secured to the luminaire frame with ANSI, 300 series chrome - nickel grade stainless steel, zinc dichromate coated steel or ceramic coated steel hardware. The luminaire slip -fitter bolts shall be either stainless steel, hot -dip galvanized steel, zinc dichromate coated steel, or ceramic coated steel. All internal luminaire assemblies shall be assembled on or fabricated from either stainless steel or galvanized steel. The housing, complete with integral ballast, shall be weathertight. The temperature rating of all wiring internal to the luminaire housing, excluding the pole and bracket cable, shall equal or exceed 200 °F . All luminaires shall be provided with markers for positive identification of light source type and wattage. Markers shall be 3- inches square with Gothic bold, black 2 -inch legend on colored background. Background color shall be gold for high pressure sodium, and red for metal halide light sources. Legends shall be sealed with transparent film resistant to dust, weather, and ultraviolet exposure. Legends shall correspond to the following code: Amendments 86 Amendments to the 2010 Standard Specifications Lamp Wattage Legend 70 7 100 10 150 15 175 17 200 20 250 25 310 31 400 40 700 70 750 75 1,000 XI 9- 29.10(1) Cobra Head Luminaires (WSDOT Amendment April 5, 2010) This sections content including title is revised to read: 9- 29.10(1) Conventional Roadway Luminaires A. Conventional highway luminaires shall be IES Type III medium distribution cut off cobra head configuration with horizontal lamp, rated at 24,000 hours minimum. B. The ballast shall be mounted on a separate exterior door, which shall be hinged to the luminaire and secured in the closed position to the luminaire housing by means of an automatic type of latch (a combination hex/slot stainless steel screw fastener may supplement the automatic type latch). C. The reflector of all luminaires shall be of a snap -in design or be secured with screws. The reflector shall be manufactured of polished aluminum or molded from prismatically formed borosilicate glass. The refractor or lens shall be mounted in a doorframe assembly which shall be hinged to the luminaire and secured in the closed position to the luminaire by means of automatic latch. The refractor or lens and doorframe assembly, when closed, shall exert pressure against a gasket seat. The refractor lens shall not allow any light output above 90 degrees nadir. Gaskets shall be composed of material capable of withstanding temperatures involved and shall be securely held in place. D. Each housing shall be provided with a four bolt slipfitter capable of mounting on a 2- inch pipe tenon and capable of being adjusted within 5 degrees from the axis of the tenon. The clamping bracket(s) and the cap screws of the slipfitter shall not bottom out on the housing bosses when adjusted within the ±5 degree range. No part of the slipfitter mounting brackets on the luminaires shall develop a permanent set in excess of 0.2 -inch when the cap screws used for mounting are tightened to a torque of 32 pounds feet. E. Refractors shall be formed from heat resistant, high impact, molded borosilicate glass. Flat lens shall be formed from heat resistant, high impact borosilicate or tempered glass. Amendments 87 Amendments to the 2010 Standard Specifications F. High pressure sodium conventional roadway luminaires shall be capable of accepting a 150, 200, 250, 310, or 400 watt lamp complete with ballast. G. Housings shall be fabricated from aluminum. Painted housings shall be painted flat gray, Federal Standard 595 color chip No. 26280. Housings that are painted shall withstand a 1,000 -hour salt spray test as specified in ASTM B 117. H. All luminaires to be mounted on horizontal mast arms, shall be capable of withstanding cyclic loading in: 1. A vertical plane at a minimum peak acceleration level of 3.0 g's peak -to -peak sinusoidal loading (same as 1.5 g's peak) with the internal ballast removed, for a minimum of 2 million cycles without failure of any luminaire parts, and; 2. A horizontal plane perpendicular to the direction of the mast arm at a minimum peak acceleration level of 1.5 g's peak to peak sinusoidal loading (same as 0.75 g's peak) with the internal ballast installed, for a minimum of 2 million cycles without failure of any luminaire parts. All luminaires shall have leveling reference points for both transverse and longitudinal adjustment. Luminaires shall have slip- fitters capable of adjusting through a 5- degree axis for the required leveling procedure. 9- 29.10(2) Decorative Luminaires (WSDOT Amendment April 5, 2010) In the first paragraph, "150 - 400" is revised to read "50 - 400 ". In the second paragraph, "box shaped" is deleted. In the third paragraph, the first sentence is deleted. The second sentence is revised to read: The ballast housing shall be adequately constructed to contain ballasts for 50 - 400 watt alternate high intensity discharge sources. The fourth paragraph is revised to read: Each housing shall consist of an integral reflector, containing a mogul based high intensity discharge lamp, and a one piece heat and shock resistant, clear tempered lens mounted in a gasketed, hinged frame. The reflector shall be a snap -in design or secured with screws. The reflector assembly shall have a lamp vibration damper. The reflector shall be manufactured of polished aluminum or molded from prismatically formed borosilicate glass. The housing shall have a heat resistant finish. The lens frame shall be secured to the housing with ANSI, 300 series chrome - nickel grade stainless steel, zinc dichromate coated steel or ceramic coated steel hardware. The last sentence in the fifth paragraph is deleted. The sixth paragraph is deleted. The seventh paragraph is revised to read: Amendments 88 Amendments to the 2010 Standard Specifications The finish shall meet the requirements of ASTM B 117 with the exception that the finish shall be salt spray resistant after 300 hours exposure . The first sentence in the eight paragraph is deleted. 9- 29.10(3) High Mast Luminaires and Post Top Luminaires (WSDOT Amendment April 5, 2010) This sections content including title is deleted and replaced with: 9- 29.10(3) Vacant 9- 29.10(5) Sign Lighting Luminaires (WSDOT Amendment April 5, 2010) This section is revised to read: Sign lighting luminaires shall be the Induction Bulb type. 9- 29.10(5)A Sign Lighting Luminaires - Mercury Vapor (WSDOT Amendment April 5, 2010) This section including title is revised to read: 9- 29.10(5)A Sign Lighting Luminaires — Isolation Switch The isolation switch shall be installed in a terminal cabinet in accordance with Section 9- 29.25 with the exception that the cabinet shall be NEMA 3R and stainless steel. The terminal cabinet shall be installed in accordance to the Standard Plans. The switch shall be either single pole, single throw, or double pole single throw as necessary to open all conductors to the luminaires other than neutral and ground conductors. The switch shall contain 600 volt alternating current (VAC) terminal strips on the load side with solderless lugs as required for each load carrying conductor plus four spare lugs per strip. 9- 29.10(5)B Sign Lighting Fixtures — Induction (WSDOT Amendment April 5, 2010) The first sentence is revised to read: Sign lighting luminaires shall have a cast aluminum housing and door assembly with a polyester paint finish. In the second sentence of the sixth paragraph, "87" is revised to read "85 ". In the last sentence of the sixth paragraph, "Class a" is revised to read "Class A ". The first sentence of the last paragraph is revised to read: Amendments 89 Amendments to the 2010 Standard Specifications A Manufacturer's Certificate of Compliance, conforming to Section 1 -06.3 "Manufacturer's Certificates of Compliance" and a copy of the high frequency generator test methods and results shall be submitted by the manufacturer with each lot of sign lighting fixtures. 9 -29.12 Electrical Splice Materials (WSDOT Amendment April 5, 2010) This section is revised to read: Circuit splicing materials shall meet the following specifications. 9- 29.12(1) Illumination Circuit Splices (WSDOT Amendment April 5, 2010) This section is revised to read: Illumination circuit splices shall be split bolt vice type connectors or solderless crimped connections to securely join the wires both mechanically and electrically as defined in Section 8- 20.3(8). This section is supplemented with the following new sub - sections: 9- 29.12(1)A Heat Shrink Splice Enclosure Heat shrink insulating materials shall be the moisture blocking mastic type meeting Mil Spec 1230053 9- 29.12(1)B Molded Splice Enclosure Epoxy resin cast type insulation shall employ a clear rigid plastic mold or a clear mylar sheet bonded to butyrate webbing forming a flexible mold. The material used shall be compatible with the insulation material of the insulated conductor or cable. The component materials of the resin insulation shall be packaged ready for convenient mixing without removing from the package. 9- 29.12(2) Traffic Signal Splice Material (WSDOT Amendment April 5, 2010) This section is revised to read: Induction loop splices and magnetometer splices shall include an uninsulated barrel type crimped connector capable of being soldered. The insulating material shall be a heat shrink type meeting requirements of Section 9- 29.12(1)A, an epoxy resin cast type with clear rigid plastic mold meeting the requirements of Section 9- 29.12(1)B, or a re- enterable type with silicone type filling compound that remains flexible and enclosed in a re- enterable rigid mold that snaps together. 9 -29.15 Flashing Beacon Control (WSDOT Amendment April 5, 2010) Amendments 90 Amendments to the 2010 Standard Specifications In the first paragraph, the first word "Flashers" is revised to read "Line voltage flashers ". 9 -29.16 Vehicular Signal Heads (WSDOT Amendment August 2, 2010) This sections title is revised to read: 9 -29.16 Vehicular Signal Heads, Displays and Housing The first sentence is revised to read: Each signal head shall be of the adjustable, vertical type with the number and type of displays detailed in the Contract; shall provide an indication in one direction only; shall be adjustable through 360 degrees about a vertical axis; and shall be mounted at the location and in the manner shown in the Plans. This following new paragraph is inserted after the first paragraph: Back plates shall be constructed of 5 -inch wide .050 -inch thick corrosion resistant flat black finish, louvered aluminum or polycarbonate attached with stainless steel hardware. A 1 -inch wide strip of yellow retro reflective, type IV prismatic sheeting, in accordance with Section 9- 28.12, shall be applied around the perimeter of each backplate. 9- 29.16(1) Optically Programmed, Adjustable Face, 12 -inch Traffic Signal (WSDOT Amendment August 2, 2010) This section including title is revised to read: 9- 29.16(1) Optically Programmed Adjustable Face, and Programmable, Array 12 -inch Traffic Signal The signal shall permit the visibility zone of the indication to be determined optically and require no hoods or louvers. The projected indication may be selectively visible or veiled anywhere within the optical axis. No indication shall result from external illumination, nor shall one light unit illuminate a second. The display shall operate from 85 VAC to 130 VAC. 9- 29.16(1)A Optical Systems The following new title is inserted above the first paragraph: 9- 29.16(1)A1 Conventional Optical System This section is supplemented with the following new sub - section: 9- 29.16(1)A2 LED Programmable Array LED array with programmable visibility from a portable hand held device from ground level, 2. Lens shall be clear, unless color lenses specified. Amendments 91 Amendments to the 2010 Standard Specifications The LED array shall be 22 watt maximum and shall operate directly from 120 volt AC. The LED array shall provide an accessible imaging surface at focus on the optical axis for objects 900 to 1,200 -feet distant, and permit an effective veiling mask to be variously applied as determined by the desired visibility zone. The optical system shall accommodate projection of diverse, selected indicia to separate portions of the roadway such that only one indication will be simultaneously apparent to any viewer after optically limiting procedures have been accomplished. The projected indication shall conform to ITE transmittance and chromaticity standards. 9- 29.16(1)B Construction The title for this section is revised to read: 9- 29.16(1)B Housing Construction The fourth paragraph is deleted. 9- 29.16(1)D Electrical The title for this section is revised to read: 9- 29.16(1)D Housing Electrical The following new title is inserted above the first paragraph: 9- 29.16(1)D1 Electrical Conventional This section is supplemented with the following new sub - section: 9- 29.16(1)D2 Electrical LED The LED array shall be accessible from the front of the housing. Each multi section assembly shall include a terminal block for clip or screw attachment of lead wires. 9- 29.16(1)E Photo Controls The following new title is inserted above the first paragraph: 9- 29.16(1)E1 Conventional Photo Controls This section is supplemented with the following new sub - section: 9- 29.16(1)E2 LED Photo Controls Each signal section shall include integral means for automatically regulating the display intensity for day and night operation. Amendments 92 Amendments to the 2010 Standard Specifications 9- 29.16(2)A Optical Units This section is revised to read as follows: Light Emitting Diode (LED) light sources are required for all displays. The Contractor shall provide test results from a Nationally Recognized Testing Laboratory documenting that the LED display conforms to the current ITE Specification for; Vehicle Traffic Control Signal Heads, Light Emitting Diode Circular Signal Supplement VTCSH ST -052 or Vehicle Traffic Signal Heads, Light Emitting Diode Vehicle Arrow Traffic Signal Supplement ITE VTSCH ST -054, and the following requirements: The LED traffic signal module shall be operationally compatible with controllers and conflict monitors on this project and the LED lamp unit shall contain a disconnect that will show an open switch to the conflict monitor when less than 60% of the LEDs in the unit are operational. 2. LED shall have a 50 degree min. viewing angle and the following: 3. Wattage (Maximum): 12 -inch red, yellow and green ball displays - 25 W 12 -inch red, yellow and green arrow displays - 15W 8 -inch red, yellow and green ball displays - 15W 4. Voltage: The operation voltages shall be between 85 VAC and 130VAC 5. The LED display shall be a module type and shall replace the lens, socket, bail, reflector and be directly connected to the terminal strip in the signal head. 6. Label: Each optical unit shall be listed by and bear the label of a nationally recognized testing laboratory. In addition, the manufacturer's name, trademark, serial number and other necessary identification shall be permanently marked on the backside of the LED signal module and the installation date shall be indicated on a separate label with an indelible ink marker. 9- 29.16(2)B Signal Housing The first sentence in the first paragraph is revised to read: The signal head housing, or case, shall consist of an assembly of separate sections, expandable type for vertical mounting, substantially secured together in a weathertight manner. In the third paragraph "may" is revised to read "shall ". 9- 29.16(2)D Back Plates This section's content including title is deleted and replaced with: 9- 29.16(2)D Vacant 9- 29.16(2)E Painting Signal Heads In the first sentence "Federal Standard 5956" is revised to read "Federal Standard 595 - 14056 ". Amendments 93 Amendments to the 2010 Standard Specifications Polycarbonate Traffic Signal This section is supplemented with the following paragraph: Polycarbonate employed in traffic signal fabrication shall tolerate an elongation prior to break in excess of 90 percent. The green color shall be molded throughout the head assembly. The optical system shall be Light Emitting Diodes as defined in 9- 29.16(2)A. The entire optical system shall be sealed by a single neoprene gasket. The signal head shall be formed to be used with standard signal head mounting accessories as shown in 9- 29.17. All hinge pins, latch assemblies and reflector assemblies shall conform to 9- 29.16(2)B. Polycarbonate Traffic Signal Polycarbonate Traffic Signal Section 9 -29.16 is supplemented with the following new sub - section: Traffic Signal The covers shall be manufactured from a durable fabric material, black in color with a mesh front and designed to fit the signal head configuration properly. The covers shall have an attachment method that will hold the cover securely to the signal in heavy wind. The covers shall be provided with a drain to expel any accumulated water. Amendment April 5, The first paragraph is revised to read: Induction loop detectors and magnetometer detectors shall comply with current NEMA Specifications when installed with NEMA control assemblies and shall comply with the current California Department of Transportation document entitled "Transportation Electrical Equipment Specifications," specified in Section 9- 29.13(7) when installed with Type 170, Type 2070 or NEMA control assemblies. Amendment August 2, 2090) Where noted in the Contract, pedestrian push buttons of tamper- resistant construction shall be furnished and installed. They shall consist of a 2 -inch nominal diameter plunger. The switch shall be a three bladed beryllium copper spring rated at 10 amperes, 125 volts. The pedestrian push -button assembly shall Contract. Amendments to the 2010 Standard Specifications 9 -29.25 Amplifier, Transformer, and Terminal Cabinets (WSDOT Amendment August 2, 2010) The first sentence in the first paragraph is revised to read: Amplifier and terminal cabinets shall conform to NEMA 4 requirements. Transformer cabinets shall be NEMA 3R. Item number 3 in the first paragraph is revised to read: 3. Cabinet doors shall have a stainless steel piano hinge or shall meet the requirements for the alternate hinge detailed for type B modified service cabinets. Doors less than 3 feet in height shall have two hinges. Doors from 3 feet to 4 feet 8 inches in height shall have 3 hinges. Spacing of hinges for doors greater than 4 feet 8 inches in height shall not exceed 14 inches center to center. The door shall also be provided with a three point latch and a spring loaded construction core lock capable of accepting a Best six pin CX series core. The locking mechanism shall provide a tapered bolt. The Contractor shall supply construction cores with two master keys. The keys shall be delivered to the Engineer. Three point latches are not required for terminal cabinets. SECTION 9 -30, WATER DISTRIBUTION MATERIALS (WSDOT Amendment January 4, 2010) 9- 30.1(1) Ductile Iron Pipe In the first paragraph, number 1. and 2. are revised to read: Ductile iron pipe shall meet the requirements of AWWA C151. Ductile iron pipe shall have a cement mortar lining, and a 1 mil thick seal coat meeting the requirements of AWWA C104. Ductile iron pipe to be joined using bolted flanged joints shall be Special Thickness Class 53. All other ductile iron pipe shall be Special Thickness Class 50, minimum Pressure Class 350, or the class indicated on the Plans or in the Special Provisions. 2. Nonrestrained joints shall be either rubber gasket type, push on type, or mechanical type meeting the requirements of AWWA C111. 9- 30.1(2) Polyethylene Encasement This section is revised to read: Polyethylene encasement shall be tube -form, high density cross - laminated polyethylene film, or linear low density, polyethylene film, meeting the requirements of ANSI /AWWA C105. Color shall be natural or black. SECTION 9 -33, CONSTRUCTION GEOSYNTHETIC (WSDOT Amendment April 5, 20 10) 9- 33.4(3) Acceptance Samples The third paragraph is revised to read: Amendments 95 Amendments to the 2010 Standard Specifications Samples from the geosynthetic roll will be taken to confirm the material meets the property values specified. Samples will be randomly taken at the job site by the Contractor in accordance with WSDOT T 914 in the presence of the Project Engineer. The first sentence in the sixth paragraph is revised to read: For each geosynthetic roll that is tested and fails the Project Engineer will select two additional rolls from the same lot for sampling and retesting. The Contractor shall sample the rolls in accordance with WSDOT T 914 in the presence of the Project Engineer. SECTION 9 -35, TEMPORARY TRAFFIC CONTROL MATERIALS ( WSDOT Amendment January 4, 2010) 9 -35.0 General Requirements In the first paragraph, the item "Truck Mounted Attenuator" is revised to read "Transportable Attenuator ". In the second paragraph, the third sentence is revised to read: Unless otherwise noted, Requests for Approval of Material (RAM) and Qualified Products List (QPL) submittals are not required. 9 -35.12 Truck - Mounted Attenuator This section including title is revised to read: 9 -35.12 Transportable Attenuator Transportable attenuators are Truck - Mounted Attenuators (TMA) or Trailer - Mounted Attenuators (TMA - trailer). The transportable attenuator shall be mounted on, or attached to a host vehicle with a minimum weight of 15,000 pounds and a maximum weight in accordance with the manufacturer's recommendations. Ballast used to obtain the minimum weight requirement, or any other object that is placed on the vehicle shall be securely anchored such that it will be retained on the vehicle during an impact. The Contractor shall provide certification that the transportable attenuator complies with NCHRP 350 Test level 3 requirements. Lighter host vehicles proposed by the Contractor are subject to the approval of the Engineer. The Contractor shall provide the Engineer with roll -ahead distance calculations and crash test reports illustrating that the proposed host vehicle is appropriate for the attenuator and the site conditions. The transportable attenuator shall have a chevron pattern on the rear of the unit. The standard chevron pattern shall consist of 4 -inch yellow stripes, alternating non - reflective black and retro - reflective yellow sheeting, slanted at 45 degrees in an inverted W" with the W" at the center of the unit. This section is supplemented with the following new sub - sections: Amendments 96 Amendments to the 2010 Standard Specifications 9- 35.12(1) Truck - Mounted Attenuator The TMA may be selected from the approved units listed on the QPL or submitted using a RAM. The TMA shall have an adjustable height so that it can be placed at the correct elevation during usage and to a safe height for transporting. If needed, the Contractor shall install additional lights to provide fully visible brake lights at all times. 9- 35.12(2) Trailer- Mounted Attenuator The TMA - trailer may be selected from the approved units listed on the QPL or submitted using a RAM. If needed, the Contractor shall install additional lights to provide fully visible brake lights at all times. 9- 35.12(3) Submittal Requirements For transportable attenuators listed on the QPL, the Contractor shall submit the QPL printed page or a QPL Acceptance Code entered on the RAM (WSDOT Form 350 -071 EF) for the product proposed for use to the Engineer for approval. The Contractor shall submit a RAM for transportable attenuators not listed on the QPL. Amendments 97 City of Renton Contract Provisions for South Lake Washington Roadway Improvements (Garden Avenue Widening) Special Provisions Special Provisions Table of Contents SpecialProvisions .................................................................................... ..............................1 Introduction To The Special Provisions .................................................................... ..............................1 Division 1- General Requirements ........................................................... ..............................2 DESCRIPTIONOF WORK ................................................................................................ ..............................2 1 -01 DEFINITIONS AND TERMS ................................................................................ ..............................2 1 -01.3 Definitions ............................................................................................... ..............................2 1 -02 BID PROCEDURES AND CONDITIONS ............................................................... ..............................4 1 -02.1 Prequalification of Bidders ...................................................................... ..............................4 Conformity With and Deviation from Plans and Stakes ......................... .............................12 1 -02.1 Qualifications of Bidder ................................................................................ ..............................4 Contractor Provided Record Drawings ............................................... .............................16 1 -02.2 Plans and Specifications .......................................................................... ..............................4 Removal of Defective and Unauthorized Work ...................................... .............................16 1 -02.4 Examination of Plans, Specifications, and Site of Work .......................... ..............................5 Final Inspection ...................................................................................... .............................17 1 -02.5 Proposal Forms ........................................................................................ ..............................5 Final Inspections and Operational Testing ............................................. .............................17 1 -02.6 Preparation of Proposal .......................................................................... ..............................5 Substantial Completion Date ............................................................. .............................17 1 -02.7 Bid Deposit .............................................................................................. ..............................6 Final Inspection and Physical Completion Date ................................. .............................18 1 -02.9 Delivery of Proposal ................................................................................ ..............................7 Operational Testing ............................................................................ .............................18 1 -02.12 Public Opening of Proposals ................................................................... ..............................7 Superintendents, Labor and Equipment of Contractor .......................... .............................19 1 -02.13 Irregular Proposals .................................................................................. ..............................7 Cooperation with Other Contractors ..................................................... .............................19 1 -02.14 Disqualification of Bidders ...................................................................... ..............................8 Method of Serving Notices .................................................................... .............................19 ' 1 -02.15 Pre Award Information ....................................................................... ..............................9 Water and Power ................................................................................... .............................20 1 -03 AWARD AND EXECUTION OF CONTRACT ......................................................... ..............................9 1 -05.17 1 -03.1 Consideration of Bids .............................................................................. ..............................9 1 -05.18 1 -03.3 Execution of Contract ............................................................................. .............................10 1 -03.4 Contract Bond ........................................................................................ .............................10 1 -04 SCOPE OF WORK ............................................................................................. .............................11 1 -04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda 12 1 -04.6 Variation in Estimated Quantities .......................................................... .............................12 1 -05 CONTROL OF WORK ........................................................................................ .............................12 1 -05.4 Conformity With and Deviation from Plans and Stakes ......................... .............................12 1- 05.4(1) Contractor Provided Record Drawings ............................................... .............................16 1 -05.7 Removal of Defective and Unauthorized Work ...................................... .............................16 1 -05.11 Final Inspection ...................................................................................... .............................17 1 -05.11 Final Inspections and Operational Testing ............................................. .............................17 1- 05.11(1) Substantial Completion Date ............................................................. .............................17 1- 05.11(2) Final Inspection and Physical Completion Date ................................. .............................18 1- 05.11(3) Operational Testing ............................................................................ .............................18 1 -05.13 Superintendents, Labor and Equipment of Contractor .......................... .............................19 1 -05.14 Cooperation with Other Contractors ..................................................... .............................19 1 -05.15 Method of Serving Notices .................................................................... .............................19 1 -05.16 Water and Power ................................................................................... .............................20 1 -05.17 Oral Agreements .................................................................................... .............................20 1 -05.18 Contractors' Daily Diary ......................................................................... .............................20 1 -06 CONTROL OF MATERIAL ................................................................................. .............................22 1 -06.1 Approval of Material Prior to Use .......................................................... .............................22 1- 06.1(4) Fabrication Inspection Expense ......................................................... .............................22 1 -07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC ............................ .............................22 1 -07.1 Laws to be Observed .............................................................................. .............................22 1 -07.2 State Sales Tax ........................................................................................ .............................23 Preliminary Matters ............................................................................... .............................42 1 -07.2 State Sales Tax ........................................................................................ .............................23 1- 08.0(1) 1- 07.2(1) State Sales Tax - Rule 171 ................................................................ .............................24 1- 07.2(2) State Sales Tax - Rule 170 ................................................................ .............................24 Hours of Work .................................................................................... .............................43 1- 07.2(3) Services .............................................................................................. .............................24 1- 08.0(3) 1 -07.6 Permits and Licenses .............................................................................. .............................24 1 -07.7 Load Limits ............................................................................................. .............................25 Subcontracting ....................................................................................... .............................46 1 -07.9 Wages ..................................................................................................... .............................25 1 -08.3 1- 07.9(5) Required Documents ......................................................................... .............................25 1 -07.13 Contractor's Responsibility for Work ..................................................... .............................26 Type B Progress Schedule .............................................................. .............................46 1- 07.13(4) Repair of Damage .............................................................................. .............................26 1- 08.3(2)D 1 -07.15 Temporary Water Pollution / Erosion Control ............................................ .............................27 1- 07.15(1) Spill Prevention, Control and Countermeasures Plan ....................... .............................27 Payment ............................................................................................. .............................47 1 -07.17 Utilities and Similar Facilities ................................................................. .............................28 1 -08.4 1- 07.17(3) Interruption of Services ..................................................................... .............................30 1- 07.17(4) Utility Potholing and Resolution of Utility Conflicts .......................... .............................31 Time for Completion .............................................................................. .............................48 1 -07.18 Public Liability and Property Damage Insurance .................................... .............................31 1 -08.6 1 -07.18 Insurance ................................................................................................ .............................31 1- 07.18(1) General Requirements .......................................................................... .............................31 1- 07.18(2) Additional Insured ............................................................................ .............................33 1- 07.18(3) Subcontractors ...................................................................................... .............................33 1- 07.18(4) Evidence of Insurance ........................................................................... .............................33 1- 07.18(5) Coverages and Limits ............................................................................ .............................33 1- 07.18(5)A Commercial General Liability .............................................................. .............................34 1- 07.18(5)B Automobile Liability ...................................................................... .............................34 1- 07.18(5)C Workers' Compensation ................................................................ .............................34 1-07.18(5)F Excess or Umbrella Liability ....................34 1- 07.18(5)G Pollution Liability .......................................................................... .............................35 1 -07.23 Public Convenience and Safety .............................................................. :............................35 1- 07.23(1) Construction Under Traffic ................................................................. .............................35 1- 07.23(2) Construction and Maintenance of Detours ....................................... .............................39 1 -07.24 Rights of Way ......................................................................................... .............................41 1 -08 PROSECUTION AND PROGRESS ....................................................................... .............................42 1 -08.0 Preliminary Matters ............................................................................... .............................42 1- 08.0(1) Preconstruction Conference .............................................................. .............................42 1- 08.0(2) Hours of Work .................................................................................... .............................43 1- 08.0(3) Reimbursement for Overtime Work of Contracting Agency Employees ........................45 1 -08.1 Subcontracting ....................................................................................... .............................46 1 -08.3 Progress Schedule .................................................................................. .............................46 1- 08.3(2)B Type B Progress Schedule .............................................................. .............................46 1- 08.3(2)D Weekly Look -Ahead Schedule ....................................................... .............................47 1- 08.3(5) Payment ............................................................................................. .............................47 1 -08.4 Notice to Proceed and Prosecution of Work .......................................... .............................47 1 -08.5 Time for Completion .............................................................................. .............................48 1 -08.6 Suspension of Work ............................................................................... .............................49 1 -09 MEASUREMENT AND PAYMENT ..................................................................... .............................50 1 -09.6 Force Account ........................................................................................ .............................50 1 -09.7 Mobilization ........................................................................................... .............................50 1 -09.8 Payment For Material On Hand ............................................................. .............................54 1 -09.9 Payments ................................................................................................ .............................54 1 -09.13 Claim Resolution .................................................................................... .............................55 11 1- 09.13(3)A Administration of Arbitration ........................................................ .............................55 1 -10 TEMPORARY TRAFFIC CONTROL ..................................................................... .............................55 1 -10.1 General ................................................................................................... .............................55 1 -10.2 Traffic Control Management ................................................................. .............................56 1- 10.2(2) Traffic Control Plans .......................................................................... .............................57 1 -10.3 Traffic Control Labor, Procedures and Devices ...................................... .............................58 1- 10.3(1) Traffic Control Labor ................................................................................ .............................58 Construction Requirements ................................................................... .............................68 1- 10.3(3) Traffic Control Devices ....................................................................... .............................59 Removal of Pavement, Sidewalks, and Curbs .................................... .............................69 1- 10.3(3) Traffic Control Devices ....................................................................... .............................59 Abandon and Fill Pipe ........................................................................ .............................69 1 -10.4 Measurement ......................................................................................... .............................59 Removal of Traffic Island ................................................................... .............................69 1- 10.4(3) Reinstating Unit Items With Lump Sum Traffic Control ..................... .............................59 Removal of Fire Hydrant .................................................................... .............................69 1- 10.5(2) Item Bids with Lump Sum for Incidentals .......................................... .............................60 Salvage ............................................................................................... .............................70 1 -11 RENTON SURVEYING STANDARDS ..................................................................... .............................60 2 -02.4 1- 11.1(1) Responsibility for Surveys ..................................................................... .............................60 2 -02.5 1- 11.1(2) Survey Datum and Precision ................................................................. .............................60 2 -03 ROADWAY 1- 11.1(3) Subdivision Information ........................................................................ .............................61 2 -03.3 1- 11.1(4) Field Notes ............................................................................................ .............................61 2 -03.5 1- 11.1(5) Corners and Monuments ...................................................................... .............................62 2 -04 HAUL 1- 11.1(6) Control or Base Line Survey .................................................................. .............................62 1- 11.1(7) Precision Levels ..................................................................................... .............................63 1- 11.1(8) Radial and Station -- Offset Topography ............................................... .............................63 1- 11.1(9) Radial Topography ................................................................................. .............................63 1- 11.1(10) Station - -Offset Topography .................................................................. .............................64 1- 11.1(11) As -Built Survey ...................................................................................... .............................64 1- 11.1(12) Monument Setting and Referencing ..................................................... .............................64 1 -11.2 Materials ............................................................................................... .............................65 1- 11.2(1) Property /Lot Corners ............................................................................ .............................65 1- 11.2(2) Monuments ........................................................................................... .............................65 1- 11.2(3) Monument Case and Cover ................................................................... .............................65 1 -11.5 Payment ................................................................................................ .............................65 ENDOF DIVISION 1 ...................................................................................................... .............................66 Division2 - Earthwork ............................................................................. .............................67 2 -01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP .......................................... .............................67 2 -01.1 Description ............................................................................................. .............................67 2 -01.2 Disposal of Usable Material and Debris ................................................. .............................67 2 -01.5 Payment ................................................................................................. .............................67 2 -02 REMOVAL OF STRUCTURE AND OBSTRUCTIONS ............................................ .............................68 2 -02.3 Construction Requirements ................................................................... .............................68 2- 02.3(3) Removal of Pavement, Sidewalks, and Curbs .................................... .............................69 2- 02.3(4) Abandon and Fill Pipe ........................................................................ .............................69 2- 02.3(5) Removal of Traffic Island ................................................................... .............................69 2- 02.3(6) Removal of Fire Hydrant .................................................................... .............................69 2- 02.3(7) Salvage ............................................................................................... .............................70 2 -02.4 Measurement ......................................................................................... .............................71 2 -02.5 Payment ................................................................................................. .............................71 2 -03 ROADWAY EXCAVATION AND EMBANKMENT ................................................ .............................72 2 -03.3 Construction Requirements ................................................................... .............................72 2 -03.5 Payment ................................................................................................. .............................73 2 -04 HAUL ............................................................................................................... .............................74 U 2 -04.5 Payment ................................................................................................. .............................74 2 -06 SUBGRADE PREPARATION .............................................................................. .............................74 2 -06.5 Measurement and Payment .................................................................. .............................74 2 -09 STRUCTURE EXCAVATION ............................................................................... .............................74 2 -09.1 Description ............................................................................................. .............................74 2- 09.3(1)D Disposal of Excavated Material ..................................................... .............................74 2- 09.3(1)E Backfilling ........................................................................................... .............................74 2 -09.4 Measurement ......................................................................................... .............................75 2 -09.5 Payment ................................................................................................. .............................75 ENDOF DIVISION 2 ...................................................................................................... .............................75 Division4 - Bases .................................................................................... .............................76 4 -04 BALLAST AND CRUSHED SURFACING .............................................................. .............................76 4 -04.1 Description ............................................................................................ .............................76 4 -04.3 Construction Requirements ................................................................... .............................76 4- 04.3(4) Placing and Spreading .............................................................................. .............................76 4 -04.5 Payment ................................................................................................. .............................76 ENDOF DIVISION 4 ...................................................................................................... .............................76 Division 5 - Surface Treatments And Pavements ...................................... .............................77 5 -04 ASPHALT CONCRETE PAVEMENT .................................................................... .............................77 5 -04.2 Materials ................................................................................................ .............................77 5 -04.3 Construction Requirements ................................................................... .............................77 5- 04.3(7)A Mix Design ............................................................................................. .............................77 5- 04.3(8)A1, General .............................................................................................. .............................78 5- 04.3(8)A4, Definition of Sampling Lot and Sublot ............................................... .............................79 5- 04.3(8)A5, Test Results ........................................................................................ .............................79 5- 04.3(8)A7 Test Section - HMA Mixtures ............................................................. .............................80 5- 04.3(12) Joints ...................................................................................................... .............................80 5- 04.3(13) Surface Smoothness ............................................................................... .............................80 5- 04.3(14) Planing Bituminous Pavement ............................................................... .............................80 5- 04.3(14) Planing Bituminous Pavement ............................................................... .............................81 5- 04.3(14) Planing Bituminous Pavement ............................................................... .............................81 5- 04.3(16) Weather Limitations .............................................................................. .............................81 5 -04.4 Measurement ......................................................................................... .............................82 5 -04.5 Payment ................................................................................................. .............................82 5- 04.5(1)A Price Adjustments for Quality of HMA Mixture .................................... .............................82 5- 04.5(1)B Price Adjustments for Quality of HMA Compaction ............................. .............................84 5 -05 CEMENT CONCRETE PAVEMENT ..................................................................... .............................84 5 -05.3 Construction Requirements ................................................................... .............................84 5- 05.3(8)A Contraction Joints .......................................................................... .............................84 5- 05.3(8)E Joint Location ..................................................................................... .............................84 5 -05.5 Payment ................................................................................................. .............................85 END OF DIVISION 5 ...................................................................................................... .............................85 Division6 - Structures ............................................................................. .............................86 6 -07 PAINTING ........................................................................................................ .............................86 6 -07.1 Description ............................................................................................. .............................86 6 -07.2 Materials ................................................................................................ .............................86 iv ENDOF DIVISION 6 ...................................................................................................... .............................89 Division 7 - Drainage Structures, Storm Sewers, Sanitary Sewers, Water Mains, And Conduits ............................................................................................................... .............................90 7 -04 STORM SEWERS .............................................................................................. .............................90 7 -04.2 Materials ................................................................................................ .............................90 7 -04.4 Measurement ......................................................................................... .............................90 7 -04.5 Payment ...............................:................................................................. .............................90 7 -05 MANHOLES, INLETS, AND CATCH BASINS ....................................................... .............................91 7 -05.3 Construction Requirements ................................................................... .............................91 Section 7 -05.3 is supplemented with the following: ............................................................................ 91 7- 05.3(1) Adjusting Manholes and Catch Basins to Grade ................................ .............................91 7- 05.3(2) Abandon Existing Manholes .............................................................. .............................92 7- 05.3(3) Connections to Existing Manholes ..................................................... .............................93 7 -05.5 Payment ................................................................................................. .............................93 7 -06 STORMWATER TREATMENT SYSTEM .............................................................. .............................93 7 -06.1 Description ............................................................................................. .............................94 7 -06.2 Materials ................................................................................................ .............................94 7- 06.2(1) Materials and Design ......................................................................... .............................94 7- 06.2(2) Quality Control .................................................................................. .............................95 7- 06.2(3) Submittals .......................................................................................... .............................95 7 -06.3 Construction Requirements ................................................................... .............................96 7 -06.4 Measurement ......................................................................................... .............................96 7 -06.5 Payment ................................................................................................. .............................96 7 -08 GENERAL PIPE INSTALLATION REQUIREMENTS .............................................. .............................97 7- 08.3(1)C Bedding the Pipe .......................................................................... .............................97 7- 08.3(2)A Survey Line and Grade .................................................................. .............................97 7- 08.3(2)B Pipe Laying - General ........................................................................... .............................97 7- 08.3(2)E Rubber Gasketed Joints .................................................................... .............................98 7- 08.3(3) Backfilling ................................................................................................. .............................98 7- 08.3(5) Utility Crossings ................................................................................ .............................99 7 -08.4 Measurement ......................................................................................... .............................99 7 -08.5 Payment ................................................................................................. .............................99 7 -12 VALVES FOR WATER MAINS ............................................................................ .............................99 7- 12.3(1) Installation of Valve Marker Post ...................................................... .............................99 7- 12.3(2) Adjust Existing Valve Box to Grade .................... ............................... ............................100 7 -12.4 Measurement ......................................................... ............................... ............................100 7 -12.5 Payment ................................................................. ............................... ............................100 7 -14 HYDRANTS ...................................................................... ............................... ............................101 7- 14.3(1) Setting Hydrants ..................................................... ............................... ............................101 7- 14.3(2) A Hydrant Restraint .......................................... ............................... ............................101 7- 14.3(3) Resetting Existing Hydrants ............................... ............................... ............................101 7- 14.3(4) Moving Existing Hydrants .................................. ............................... ............................101 7- 14.3(5) Reconnecting Existing Hydrants ........................ ............................... ............................102 7 -14.5 Payment ................................................................. ............................... ............................102 7 -15 SERVICE CONNECTIONS .................................................. ............................... ............................102 7 -15.1 Description ............................................................. ............................... ............................102 7 -15.2 Materials ................................................................ ............................... ............................103 7 -15.3 Construction Requirements ......................................... ............................... ............................103 v 7 -15.5 Payments ...................................................................... ............................... ............................104 7 -17 SANITARYSEWERS .......................................................... ............................... ............................104 7 -17.5 Payment ................................................................. ............................... ............................104 ENDOF DIVISION 7 ...................................................................... ............................... ............................104 Division 8 - Miscellaneous Construction .................. ............................... ............................105 8 -01 EROSION CONTROL AND WATER POLLUTION CONTROL ... ............................... ............................105 8 -01.1 Description ............................................................. ............................... ............................105 8- 01.3(1)B Erosion and Sediment Control (ESC) Lead ............. ............................... ............................105 8- 01.3(1)F Stormwater Pollution Prevention Plan ( SWPPP) :... ............................... ............................105 8- 01.3(1)G Monitoring Requirements ..................................... ............................... ............................106 8- 01.3(2)B Seeding and Fertilizing ........................................... ............................... ............................107 8 -01.4 Measurement ......................................................... ............................... ............................108 8 -01.5 Payment ................................................................. ............................... ............................108 8 -02 ROADSIDE RESTORATION ............................................... ............................... ............................108 8 -02.1 Description ............................................................. ............................... ............................108 8 -02.3 Construction Requirements ................................... ............................... ............................109 8- 02.3(1) Responsibility During Construction ................... ............................... ............................109 8- 02.3(2) Roadside Work Plan ........................................... ............................... ............................109 8- 02.3(4)A Topsoil Type A ............................................... ............................... ............................109 8- 02.3(5) Planting Area Preparation ................................. ............................... ............................110 8- 02.3(8) Planting .............................................................. ............................... ............................110 8- 02.3(10) Fertilizers .......................................................... ............................... ............................111 8- 02.3(11) Bark or Wood Chip Mulch .................................. ............................... ............................111 8- 02.3(13) Plant Establishment ........................................... ............................... ............................111 8- 02.3(16) Lawn Installation ................................................ ............................... ............................111 8- 02.3(17) Protection of Private Property and Property Restoration ............... ............................112 8- 02.3(18) Landscape and Irrigation Maintenance Bond ... ............................... ............................112 8 -02.5 Payment ................................................................. ............................... ............................112 8 -03 IRRIGATION SYSTEMS ..................................................... ............................... ............................113 8 -03.3 Construction Requirements ................................... ............................... ............................113 8- 03.3(3) Piping ................................................................. ............................... ............................114 8- 03.3(7) Flushing and Testing ......................................... ............................... ............................114 8- 03.3(9) Backfill ............................................................... ............................... ............................114 8- 03.3(11) System Operation ............................................. ............................... ............................114 8- 03.3(13) Irrigation Water Service ..................................... ............................... ............................115 8- 03.3(14) Irrigation Electrical Service ................................ ............................... ............................115 8 -03.5 Payment ................................................................. ............................... ............................115 8 -04 CURBS, GUTTERS AND SPILLWAYS .................................. ............................... ............................116 8- 04.3(1) Cement Concrete Curbs, Gutters, and Spillways .............................. ............................116 8 -04.5 Payment ................................................................. ............................... ............................116 8 -06 CEMENT CONCRETE DRIVEWAY ENTRANCES ................. ............................... ............................116 8 -06.3 Construction Requirements ................................... ............................... ............................116 8 -06.4 Measurement ......................................................... ............................... ............................116 8 -06.5 Payment ................................................................. ............................... ............................117 8 -09 RAISED PAVEMENT MARKERS ........................................ ............................... ............................117 8- 09.3(1) Surface Preparation ........................................... ............................... ............................117 8- 09.3(6) Raised Pavement Marker Removal .................... ............................... ............................117 8 -09.4 Measurement .................................................... ............................... ............................117 Vi 8 -09.5 Payment ................................................................. ............................... ............................117 8 -11 GUARDRAIL ..................................................................... ............................... ............................118 8 -20.1 Description ......................................................... ............................... ............................121 8- 11.3(4) Removing Guardrail and Guardrail Anchor ........ ............................... ............................118 8 -11.5 Payment ................................................................. ............................... ............................118 8- 20.1(3) Restrictions on the Schedule of Work .................... ............................... ............................122 8 -13 MONUMENT CASES ........................................................ ............................... ............................118 8- 20.1(4) Special Provisions Cost Included in Contract Price . ............................... ............................125 8 -13.1 Description ............................................................. ............................... ............................118 8 -13.3 Construction Requirements ................................... ............................... ............................118 8 -20.2 Materials ..................................................................... ............................... ............................126 8 -13.4 Measurement ......................................................... ............................... ............................118 8 -13.5 Payment ................................................................. ............................... ............................119 8- 20.3(3) Removing and Replacing Improvements ............... ............................... ............................129 8 -14 CEMENT CONCRETE SIDEWALKS .................................... ............................... ............................119 8- 14.3(3) Placing and Finishing Concrete ................................ .....................I......... ............................119 8- 14.3(4) Curing ................................................................. ............................... ............................119 8- 20.3(8) Wiring ..................................................................... ............................... ............................148 8 -14.5 Payment ................................................................. ............................... ............................119 8 -17 IMPACT ATTENUATOR SYSTEMS ..................................... ............................... ............................120 8 -17.5 Payment ................................................................. ............................... ............................120 8- 20.3(14)C Induction Loop Vehicle Detectors ...................... ............................... ............................151 8 -19 PEDESTRIAN AND TRAFFIC ISLANDS ............................... ............................... ............................120 8- 20.3(14)D Test for Induction Loops and Lead -in Cable ...... ............................... ............................151 8 -19.1 Description ............................................................. ............................... ............................120 8 -19.3 Construction Requirements ................................... ............................... ............................120 8- 20.3(15) Grout .................................................................... ............................... ............................153 8 -19.4 Measurement ......................................................... ............................... ............................120 8 -19.5 Payment ................................................................. ............................... ............................120 8 -20.5 Payment ...................................................................... ............................... ............................154 8 -20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL ....................... ............................121 8 -20.1 Description ......................................................... ............................... ............................121 8- 20.1(1) Regulations and Code ............................................ ............................... ............................122 8- 20.1(2) Industry Codes and Standards ............................... ............................... ............................122 8- 20.1(3) Restrictions on the Schedule of Work .................... ............................... ............................122 8- 20.1(4) Special Provisions Cost Included in Contract Price . ............................... ............................125 8- 20.1(5) Errors and Omissions ............................................. ............................... ............................125 8- 20.1(6) Warranties .............................................................. ............................... ............................126 8 -20.2 Materials ..................................................................... ............................... ............................126 8- 20.2(1) Equipment List and Drawings ................................. ............................... ............................128 8 -20.3 Construction Requirements ........................................ ............................... ............................129 8- 20.3(3) Removing and Replacing Improvements ............... ............................... ............................129 8- 20.3(4) Foundations ........................................................... ............................... ............................129 8- 20.3(5) Conduit ................................................................... ............................... ............................146 8- 20.3(6) Junction Boxes, Cable Vaults, and Pull Boxes ......... ............................... ............................147 8- 20.3(8) Wiring ..................................................................... ............................... ............................148 8- 20.3(9) Bonding, Grounding ............................................... ............................... ............................149 8- 20.3(10) Services Transformer, Intelligent Transportation System Cabinet ....... ............................149 8- 20.3(13)A Light Standards .................................................. ............................... ............................149 8- 20.3(14)C Induction Loop Vehicle Detectors ...................... ............................... ............................151 8- 20.3(14)D Test for Induction Loops and Lead -in Cable ...... ............................... ............................151 8- 20.3(14)E Signal Standards ................................................. ............................... ............................151 8- 20.3(14)F Opticom Priority Control Systems ...................... ............................... ............................152 8- 20.3(15) Grout .................................................................... ............................... ............................153 8- 20.3(18) Video Detection System .................................... ............................... ............................153 8 -20.4 Measurement ............................................................. ............................... ............................154 8 -20.5 Payment ...................................................................... ............................... ............................154 8 -21 PERMANENT SIGNING .................................................... ............................... ............................155 8 -21.5 Payment ...................................................................... ............................... ............................155 vu 8 -22 PAVEMENT MARKING ..................................................... ............................... ............................156 8- 22.3(5) Installation Instructions .......................................... ............................... ............................156 8- 22.3(6) Removal of Pavement Markings ............................ ............................... ............................156 8 -22.5 Payment ...........:..................................................... ............................... ............................156 8 -23 TEMPORARY PAVEMENT MARKINGS .............................. ............................... ............................156 8 -23.2 Materials ..................................................................... ............................... ............................156 8 -23.3 Construction Requirements ........................................ ............................... ............................157 8 -23.4 Measurement ............................................................. ............................... ............................157 8 -23.5 Payment ................................................................. ............................... ............................157 8 -26 METAL HAND RAILING .................................................... ............................... ............................158 8 -26.1 Description ................................................................. ............................... ............................158 8 -26.2 Materials ..................................................................... ............................... ............................158 8 -26.4 Measurement ............................................................. ............................... ............................158 8 -26.5 Payment ...................................................................... ............................... ............................158 8 -27 BUS SHELTER FOOTING AND LANDING PAD ................... ............................... ............................158 8 -27.1 Description ................................................................. ............................... ............................158 8 -27.2 Materials ..................................................................... ............................... ............................158 8 -27.5 Payment ...................................................................... ............................... ............................159 8 -30 FIBER OPTIC AND COPPER CABLE EQUIPMENT .............. ............................... ............................159 8 -30.1 Description ................................................................. ............................... ............................159 8 -30.2 Materials ..................................................................... ............................... ............................159 8- 30.2(1) Fiber Optic Cable .................................................... ............................... ............................159 8- 30.2(2) Fiber Optic Patch Panel .......................................... ............................... ............................160 8- 30.2(3) Fiber Optic Patch Cords .......................................... ............................... ............................160 8- 30.2(4) Buffer Tube Fan -Out Kits ........................................ ............................... ............................161 8- 30.2(5) Fiber Connectors .................................................... ............................... ............................161 8- 30.2(6) Fiber Splice Enclosure ............................................ ............................... ............................161 8- 30.2(7) Vaults ..................................................................... ............................... ............................162 8- 30.2(8) Conduit ................................................................... ............................... ............................162 8- 30.2(9) Flexible Fabric Innerduct ........................................ ............................... ............................163 8- 30.2(10) Detectable Tape ................................................... ............................... ............................163 8- 30.2(11) Fiber Optic Router ................................................ ............................... ............................163 8 -30.3 Construction Requirements ........................................ ............................... ............................164 8- 30.3(1) Fiber Optic Cable .................................................... ............................... ............................164 8- 30.3(1)A Splicing ................................................................. ............................... ............................164 8- 30.3(2) Fiber Optic Patch Cords ................... .. ....... . ..... ........ .. ............................... ..........................164 8- 30.3(4) Buffer Tube Fan -Out Kits ........................................ ............................... ............................164 8- 30.3(5) Fiber Connectors .................................................... ............................... ............................165 8- 30.3(6) Fiber Splice Enclosure ............................................ ............................... ............................165 8- 30.3(7) Vaults ..................................................................... ............................... ............................165 8- 30.3(8) Conduit ................................................................... ............................... ............................166 8- 30.3(9) Flexible Fabric Innerduct ........................................ ............................... ............................166 8- 30.3(10) Detectable Tape ................................................... ............................... ............................167 8 -30.4 Measurement ............................................................. ............................... ............................167 8 -30.5 Payment ...................................................................... ............................... ............................167 8 -31 FIBER OPTIC TESTING AND DOCUMENTATION .................. ............................... ............................167 8 -31.1 Description ................................................................. ............................... ............................167 8 -31.2 Materials ..................................................................... ............................... ............................167 8 -31.3 Construction Requirements ........................................ ............................... ............................167 8- 31.3(1) General ................................................................... ............................... ............................167 vui 8- 31.3(2) Attenuation Testing ................................................ ............................... ............................168 8- 31.3(3) Optical Time Domain Reflectometer (OTDR) Testing ............................ ............................168 8- 31.3(4) Testing Documentation .......................................... ............................... ............................169 8 -31.4 Measurement ............................................................. ............................... ............................169 8 -31.5 Payment ...................................................................... ............................... ............................170 ENDOF DIVISION 8 ...................................................................... ............................... ............................170 Division9 - Materials .............................................. ............................... ............................171 9 -03 AGGREGATES .................................................................. ............................... ............................171 9 -03.8 Aggregates for Hot Mix Asphalt ............................. ............................... ............................171 9- 03.8(2) HMA Test Requirements .................................... ............................... ............................171 9- 03.8(7) HMA Tolerances and Adjustments ................... ............................... ............................171 9 -05 DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS .... ............................... ............................172 9 -05.15 Metal Castings ............................................................ ............................... ............................172 9 -05.21 Cement Slurry - Abandoning Pipe ............................ ............................... ............................172 9 -06 STRUCTURAL STEEL AND RELATED MATERIALS .............. ............................... ............................172 9- 06.5(4) Anchor Bolts ...................................................... ............................... ............................172 9 -14 EROSION CONTROL AND ROADSIDE PLANTING .............. ............................... ............................173 9- 14.1(1) Topsoil Type A .......................................................... ............................... ............................173 9 -14.2 Seed .............................................................................. ............................... ............................173 9 -14.6 Plant Materials ....................................................... ............................... ............................174 9- 14.6(2) Quality ............................................................... ............................... ............................174 9- 14.6(3) Handling And Shipping ....................................... ............................... ............................175 9- 14.6(4) Tagging ............................................................... ............................... ............................175 9- 14.6(5) Inspection .......................................................... ............................... ............................175 9- 14.6(7) Temporary Storage ............................................ ............................... ............................175 9 -14.7 Stakes, Guys, and Wrapping .................................. ............................... ............................175 9 -15 IRRIGATION SYSTEM ....................................................... ............................... ............................176 9 -15.1 Pipe, Tubing And Fittings ....................................... ............................... ............................176 9- 15.1(2) Polyvinyl Chloride Pipe And Fittings .................. ............................... ............................176 9 -15.5 Valve Boxes And Protective Sleeves ...................... ............................... ............................176 9 -15.17 Electrical Wire And Splices ..................................... ............................... ............................176 9 -23 CONCRETE CURING MATERIALS AND ADMIXTURES ....... ............................... ............................176 9 -23.9 Fly Ash (RC) ............................................................ ............................... ............................176 9 -29 ILLUMINATION, SIGNALS, ELECTRICAL ............................ ............................... ............................176 9 -29.1 Conduit, Interduct, and Outerduct ............................. ............................... ............................176 9 -29.2 Junction Boxes, Cable Vaults and Pull Boxes .............. ............................... ............................177 9 -29.3 Fiber Optic Cable, Electrical Conductors and Cable .... ............................... ............................177 9- 29.3(2)F Detector Loop Wire .............................................. ............................... ............................177 9- 29.3(2)H Three - Conductor Shielded Cable ......................... ............................... ............................177 9- 29.3(2)1 Twisted Pair Communication Cable ...................... ............................... ............................178 9- 29.3(2)1 Cable for Vehicle Video Detection Cameras ......... ............................... ............................178 9- 29.6(1) Steel Light and Signal Standards ............................ ............................... ............................179 9- 29.6(1)A Decorative Signal Poles ........................................ ............................... ............................179 9- 29.6(1)B Decorative Light Poles .......................................... ............................... ............................180 9- 29.6(5) Foundation Hardware ............................................ ............................... ............................181 9 -29.9 Ballast, Transformers .................................................. ............................... ............................181 9 -29.10 Luminaires ................................................................ ............................... ............................182 9- 29.10(2) Decorative Luminaires ......................................... ............................... ............................182 ix 9- 29.11(2) Photoelectric Controls .......................................... ............................... ............................182 9 -29.13 Traffic Signal Controllers ........................................... ............................... ............................183 9- 29.13(2) Flashing Operations .............................................. ............................... ............................184 9- 29.13(3) Emergency Pre- emption ...................................... ............................... ............................185 9- 29.13(4) Wiring Diagrams ................................................... ............................... ............................186 9- 29.13(6) Radio Interference Suppressors ........................... ............................... ............................186 9- 29.13(7) Traffic - Actuated Controllers ................................. ............................... ............................187 9- 29.13(7)A Environmental, Performance and Test Standards for Solid -State Traffic Controllers ..212 9- 29.13(7)B Auxiliary Equipment for NEMA Controllers ....... ............................... ............................213 9- 29.13(7)D NEMA Controller Cabinets ................................ ............................... ............................228 9- 29.16(2) Conventional Traffic Signal Heads ........................ ............................... ............................230 9- 29.16(2)A Optical Units ...................................................... ............................... ............................230 9- 29.16(2)B Signal Housing .................................................... ............................... ............................230 9- 29.16(2)C Louvered Visors .................................................. ............................... ............................230 9- 29.16(2)D Back Plates ......................................................... ............................... ............................231 9- 29.16(2)E Painting Signal Heads ......................................... ............................... ............................231 9 -29.17 Signal Head Mounting Brackets and Fittings ............ ............................... ............................231 9- 29.18(1) Induction Loop Detectors ..................................... ............................... ............................233 9- 29.18(3) Video Detection System ....................................... ............................... ............................240 9 -29.19 Pedestrian Push Buttons .......................................... ............................... ............................241 9- 29.20(1) LED Pedestrian Displays ....................................... ............................... ............................242 9 -29.23 Traffic Signal Battery Backup System ( BBS) .............. ............................... ............................243 9 -29.24 Service Cabinets ........................................................ ............................... ............................247 9- 29.24(1) Painting ................................................................ ............................... ............................247 9- 29.24(2) Electrical Circuit Breakers and Contactors ........... ............................... ............................248 9 -29.25 Amplifier, Transformer, and Terminal Cabinets ....... ............................... ............................248 Ductile Iron Pipe ( RC) ........................................ ............................... ............................249 Gate Valves (3 inches to 12 inches) ................... ............................... ............................249 ValveMarker Posts ........................................... ............................... ............................250 Tapping Sleeve and Valve Assembly ................. ............................... ............................250 Hydrants................................................................. ............................... ............................250 EndConnections ( RC) ........................................ ............................... ............................250 SPECIAL PROVISIONS Introduction To The Special Provisions (July 31, 2007 APWA GSP) Supplement The work on this project shall be accomplished in accordance with the Standard Specifications for Road, Bridge and Municipal Construction, 2010 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 date of the GSP and its source, as follows: (May 18, 2007 APWA GSP) (August 7, 2006 WSDOT GSP) (August 7, 2006 Special Provision) 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 Contractor shall obtain copies of these publications, at Contractor's own expense. SP 1 DIVISION 1— GENERAL REQUIREMENTS DESCRIPTION OF WORK (March 13, 1995 WSDOT GSP) This Contract provides for the improvement of * ** South Lake Washington Roadway Improvements (Garden Avenue Widening) * ** and other work, all in accordance with the attached Contract Plans, these Contract Provisions, and the Standard Specifications. 1Q01 •DIaa1011111010I-T_1►(aji:1:T►TjliC 1 1 -01.3 Definitions (September 12, 2008 APWA GSP) This Section is supplemented with the following: All references in the Standard Specifications to the terms "State ", "Department of Trancpnrtatipn "Washjpo nn State Trancpnrtatinn Commission" "Commiccion" "Secreta y, of Transportation ", "Secretary ", "Headquarters ", and "State Treasurer" shall be revised to read "Contracting Agency ". All references to "State Materials Laboratory" shall be revised to read "Contracting Agency designated location ". The venue of all causes of action arising from the advertisement, award, execution, and performance of the contract shall be in the Superior Court of the County where the Contracting Agency's headquarters are located. Additive A supplemental unit of work or group of bid items, identified separately in the 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 proposal, from which the Contracting Agency may make a choice between different methods or material of construction for performing the same work. 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. SP 2 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 I 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, and only minor incidental work, replacement of temporary substitute facilities, 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. Notice of Award The written notice from the Contracting Agency to the successful bidder signifying the Contracting Agency's acceptance of the bid. 61Mi 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. Traff ic 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 Qualifications of Bidder �cnuarr 24, 2011 APVM, GS,°; 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 ") 15 Furnished automatically upon award. Contract Provisions 15 Furnished automatically upon award. Large Plans (e.g., 22" x 34 ") 5 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. SP 4 1 -02.4 Examination of Plans, Specifications, and Site of Work (March 13, 1995 WSDOT GSP) Section 1 -02.4 is supplemented with the following: The soils information used for study and design of this project is available for review by the bidder at the following address: * * * Appendix C of the Contract Provisions * * * 1 -02.5 Proposal Forms (June 27, 2011 APWA GSP) Delete this section and replace it with the following: The Proposal Form will identify the project and its location and describe the work. It will also list estimated quantities, units of measurement, the items of work, and the materials to be furnished at the unit bid prices. The bidder shall complete spaces on the proposal form that call for, but are not limited to, unit prices; extensions; summations; the total bid amount; signatures; date; and, where applicable, retail sales taxes and acknowledgment of addenda; the bidder's name, address, telephone number, and signature; the bidder's D /M /WBE commitment, if applicable; a State of Washington Contractor's Registration Number; and a Business License Number, if applicable. 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 (June 27, 2011 APWA GSP) Supplement the second paragraph with the following: 4. If a minimum bid amount has been established for any item, the unit or lump sum price must equal or exceed the minimum amount stated. 5. Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed by the signer of the bid. Delete the last paragraph, and replace it with the following: The Bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner. A bid by a corporation shall be executed in the corporate name, by the president or a vice president (or other corporate officer accompanied by evidence of authority to sign). SP 5 A bid by a partnership shall be executed in the partnership name, and signed by a partner. A copy of the partnership agreement shall be submitted with the Bid Form if any D /M /WBE requirements are to be satisfied through such an agreement. A bid by a joint venture shall be executed in the joint venture name and signed by a member of the joint venture. A copy of the joint venture agreement shall be submitted with the Bid Form if any D/W /MBE requirements are to be satisfied through such an agreement. Progress Schedule Minimum Bid (WSDOT GSP August 7, 2006) Section 1 -02.6 is supplemented with the following: A minimum bid of * ** $5,000 * ** lump sum has been established for the item. "Type * ** B * ** Progress Schedule." The Contractor's bid shall equal or exceed that amount. If the Contractor's bid is less than the minimum specified amount, the Contracting Agency will unilaterally revise the bid amount to the minimum specified amount and recalculate the Contractor's total bid amount. The corrected total bid amount will be used by the Contracting Agency for award purposes and to fix the amount of the contract bond. 1 -02.7 Bid Deposit (October 1, 2005 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. SP 6 1 -02.9 Delivery of Proposal (January 24, 2011 APWA GSP) Delete this section and replace it with the following: Each proposal shall be submitted in a sealed envelope, with the Project Name and Project Number as stated in the Advertisement for Bids clearly marked on the outside of the envelope, or as otherwise required in the Bid Documents, to ensure proper handling and delivery. The Contracting Agency will not consider Proposals it receives after the time fixed for opening Bids in the call for Bids. 1 -02.12 Public Opening of Proposals Section 1 -02.12 is supplemented with the following: The Contracting Agency reserves the right to postpone the date and time for bid opening. Notification to bidder will be by addenda. 1 -02.13 Irregular Proposals (March 25, 2009 AP WA GSP) Revise item 1 to read: 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 or properly complete a Subcontractor list, if applicable, as required in Section 1 -02.6; h. The Bidder fails to submit or properly complete a Disadvantaged, Minority or Women's Business Enterprise Certification, if applicable, as required in Section 1- 02.6; L The Bid Proposal does not constitute a definite and unqualified offer to meet the material terms of the Bid invitation; or SP 7 j. More than one proposal is submitted for the same project from a Bidder under the same or different names. 1 -02.14 Disqualification of Bidders !M.orch 21; , 2009 P.P<nJA Gcp Option S) Delete this Section and replace it with the following: A Bidder will be deemed not responsible if: 1. the Bidder does not meet the mandatory bidder responsibility criteria in RCW 39.04.350(1), as amended; or 2. evidence of collusion exists with any other Bidder or potential Bidder. Participants in collusion will be restricted from submitting further bids; or 3. the Bidder, in the opinion of the Contracting Agency, is not qualified for the work or to the full extent of the bid, or to the extent that the bid exceeds the authorized prequalification amount as may have been determined by a prequalification of the Bidder; or 4. an unsatisfactory performance record exists based on past or current Contracting Agency work or for work done for others, as judged from the standpoint of conduct of the work; workmanship; or progress; affirmative action; equal employment opportunity practices; termination for cause; or Disadvantaged Business Enterprise, Minority Business Enterprise, or Women's Business Enterprise utilization; or 5. there is uncompleted work (Contracting Agency or otherwise), which in the opinion of the Contracting Agency might hinder or prevent the prompt completion of the work bid upon; or 6. the Bidder failed to settle bills for labor or materials on past or current contracts, unless there are extenuating circumstances acceptable to the Contracting Agency; or 7. the Bidder has failed to complete a written public contract or has been convicted of a crime arising from a previous public contract, unless there are extenuating circumstances acceptable to the Contracting Agency; or 8. the Bidder is unable, financially or otherwise, to perform the work, in the opinion of the Contracting Agency; or 9. there are any other reasons deemed proper by the Contracting Agency. As evidence that the Bidder meets the bidder responsibility criteria above, the apparent two lowest Bidders must submit to the Contracting Agency within 24 hours of the bid submittal deadline, documentation (sufficient in the sole judgment of the Contracting Agency) demonstrating compliance with all applicable responsibility criteria, including all documentation specifically listed in the supplemental criteria. The Contracting Agency reserves the right to request such documentation from other Bidders as well, and to .request further documentation as needed to assess bidder responsibility. ►w The basis for evaluation of Bidder compliance with these supplemental criteria shall be any documents or facts obtained by Contracting Agency (whether from the Bidder or third parties) which any reasonable owner would rely on for determining such compliance, including but not limited to: (i) financial, historical, or operational data from the Bidder; (ii) information obtained directly by the Contracting Agency from owners for whom the Bidder has worked, or other public agencies or private enterprises; and (iii) any additional information obtained by the Contracting Agency which is believed to be relevant to the matter. If the Contracting Agency determines the Bidder does not meet the bidder responsibility criteria above and is therefore not a responsible Bidder, the Contracting Agency shall notify the Bidder in writing, with the reasons for its determination. If the Bidder disagrees with this determination, it may appeal the determination within 24 hours of receipt of the Contracting Agency's determination by presenting its appeal to the Contracting Agency. The Contracting Agency will consider the appeal 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 final determination. 1 -02.15 Pre Award Information (October 1, 2005 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 all materials to be used, 2. Samples of these materials for quality and fitness tests, 3. A progress schedule (in a form the Contracting Agency requires) showing the order of and time required for the various phases of the work, 4. A breakdown of costs assigned to any bid item, 5. Attendance at a conference with the Engineer or representatives of the Engineer, 6. Obtain, and furnish a copy of, a business license to do business in the city or county where the work is located. 7. A copy of State of Washington Contractor's Registration, or 8. 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) SP 9 Revise the first paragraph to read: After opening and reading proposals, the Contracting Agency will check them for correctness of extensions of the prices per unit and the total price. If a discrepancy exists between the price per unit and the extended amount of any bid item, the price per unit will control. If a minimum bid amount has been established for any item and the bidder's unit or lump sum price is less than the minimum specified amount, the Contracting Agency will unilaterally revise the unit or lump sum price, to the minimum specified amount and recalculate the extension. The total of 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 -03.3 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 fourteen (14)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 seven (7) additional calendar days for return of the documents, provided the Contracting Agency deems the circumstances warrant it. 1 -03.4 Contract Bond (October 1, 2005 APWA GSP) Revise the first paragraph to read: The successful bidder shall provide an executed contract bond for the full contract amount. This contract bond shall: 1. Be on a Contracting Agency - furnished form; SP 10 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. Be conditioned upon the faithful performance of the contract by the Contractor within the prescribed time; 4. Guarantee that the surety shall indemnify, defend, and protect the Contracting Agency against any claim of direct or indirect loss resulting from the failure: a. Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors of the Contractor) to faithfully perform the contract, 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; 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 must be signed by the president or vice - president, unless accompanied by written proof of the authority of the individual signing the bond to bind the corporation (i.e., corporate resolution, power of attorney or a letter to such effect by the president or vice - president). 1 -04 SCOPE OF WORK Section 1 -04 is supplemented with the following: All work required to complete the project specified herein, but not specifically mentioned on the plans and specifications, shall be performed by the contractor and shall be considered as incidental to the construction, and all costs therefore shall be included in the unit contract price. Due to restrictions some portions of this contract may be deleted or added. There must, at all times, be materials on the job site to handle any and all hazardous material spills, caused by the contractor, such as tack, oils, diesel, etc. Materials would include, but not be limited to, oil absorbent pads and "kitty litter ". The Contractor must supply said materials at his expense and, in the event of a spill, be responsible for proper cleanup and legal disposal of contaminated or hazardous materials. The Contractor must contact the City's inspector by 7:00 a.m. each morning to inform him when and where the contractor's crew will be working that day. SP 11 1 -04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda (October 1, 2005 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, including APWA General Special Provisions, if they are included, 4. Contract Plans, 5. Amendments to the Standard Specifications, 6. WSDOT Standard Specifications for Road, Bridge and Municipal Construction, 7. Contracting Agency's Standard Plans (if any), and 8. WSDOT Standard Plans for Road, Bridge, and Municipal Construction. 1 -04.6 Variation in Estimated Quantities (May 25, 2006 APWA GSP, Option A) Delete the first paragraph, and replace it with the following: Payment to the Contractor will be made only for the actual quantities of work performed and accepted in conformance with the contract. When the accepted quantity of work performed under a unit item varies from the original proposal quantity, payment will be at the unit contract price for all work unless the total accepted quantity of any contract item, adjusted to exclude added or deleted amounts included in change orders accepted by both parties, increases or decreases by more than 25 percent from the original proposal quantity, and if the total extended bid price for that item at time of award is equal to or greater than $10,000.00. In that case, payment for contract work may be adjusted as described herein: 1 -05 CONTROL OF WORK 1 -05.4 Conformity With and Deviation from Plans and Stakes Roadway and Utility Surveys (April 4, 2011 WSDOT GSP) Section 1 -05.4 is supplemented with the following: Contractor Surveying - Roadw,ray i3MM Copies of the Contracting Agency provided primary survey control data are available for the bidder's inspection at the office of the Project Engineer. The Contractor shall be responsible for setting, maintaining, and resetting all alignment stakes, slope stakes, and grades necessary for the construction of the roadbed, drainage, surfacing, paving, channelization and pavement marking, illumination and signals, guardrails and barriers, and signing. Except for the survey control data to be furnished by the Contracting Agency, calculations, surveying, and measuring required for setting and maintaining the necessary lines and grades shall be the Contractor's responsibility. The Contractor shall inform the Engineer when monuments are discovered that were not identified in the Plans and construction activity may disturb or damage the monuments. All monuments noted on the Plans "DO NOT DISTURB" shall be protected throughout the length of the project or be replaced at the Contractors expense. Detailed survey records shall be maintained, including a description of the work performed on each shift, the methods utilized, and the control points used. The record shall be adequate to allow the survey to be reproduced. A copy of each day's record shall be provided to the Engineer within three working days after the end of the shift. ' The meaning of words and terms used in this provision shall be as listed in "Definitions of Surveying and Associated Terms" current edition, published by the American Congress on Surveying and Mapping and the American Society of Civil Engineers. The survey work shall include but not be limited to the following: 1. Verify the primary horizontal and vertical control furnished by the Contracting Agency, and expand into secondary control by adding stakes and hubs as well as additional survey control needed for the project. Provide descriptions of secondary control to the Contracting Agency. The description shall include coordinates and elevations of all secondary control points. 2. Establish, the centerlines of all alignments, by placing hubs, stakes, or marks on centerline or on offsets to centerline at all curve points (PCs, PTs, and Pis) and at points on the alignments spaced no further than 50 feet. 3. Establish clearing limits, placing stakes at all angle points and at intermediate points not more than 50 feet apart. The clearing and grubbing limits shall be 5 feet beyond the toe of a fill and 10 feet beyond the top of a cut unless otherwise shown in the Plans. 4. Establish grading limits, placing slope stakes at centerline increments not more than 50 feet apart. Establish offset reference to all slope stakes. If Global Positioning Satellite (GPS) Machine Controls are used to provide grade control, then slope stakes may be omitted at the discretion of the Contractor 5. Establish the horizontal and vertical location of all drainage features, placing offset stakes to all drainage structures and to pipes at a horizontal interval not greater than 25 feet. SP 13 6. Establish roadbed and surfacing elevations by placing stakes at the top of subgrade and at the top of each course of surfacing. Subgrade and surfacing stakes shall be set at horizontal intervals not greater than 50 feet in tangent sections, 25 feet in curve sections with a radius less than 300 feet, and at 10 -foot intervals in intersection radii with a radius less than 10 feet. Transversely, stakes shall be placed at all locations where the roadway slope changes and at additional points such that the transverse spacing of stakes is not more than 12 feet. If GPS Machine Controls are used to provide grade control, then roadbed and surfacing stakes may be omitted at the discretion of the Contractor. 7. Establish intermediate elevation benchmarks as needed to check work throughout the project. 8. Provide references for paving pins at 25 -foot intervals or provide simultaneous surveying to establish location and elevation of paving pins as they are being placed. 9. For all other types of construction included in this provision, (including but not limited to channelization and pavement marking, illumination and signals, guardrails and barriers, and signing) provide staking and layout as necessary to adequately locate, construct, and check the specific construction activity. 10. The Contractor shall collect additional topographic survey data as needed in order to match into existing roadways such that the transition from the new pavement to the existing pavement is smooth and that the pavement and ditches drain properly. If changes to the profiles or roadway sections shown in the contract Plans are needed to achieve proper smoothness and drainage where matching into existing features, the Contractor shall submit these changes to the Project Engineer for review and approval 10 days prior to the beginning of work. The Contractor shall provide the Contracting Agency copies of any calculations and staking data when requested by the Engineer. To facilitate the establishment of these lines and elevations, the Contracting Agency will provide the Contractor with primary survey control information consisting of descriptions of two primary control points used for the horizontal and vertical control, and descriptions of two additional primary control points for every additional three miles of project length. Primary control points will be described by reference to the project alignment and the coordinate system and elevation datum utilized by the project. In addition, the Contracting Agency will supply horizontal coordinates for the beginning and ending points and for each Point of Intersection (PI) on each alignment included in the project. The Contractor shall ensure a surveying accuracy within the following tolerances: SP 14 Vertical Horizontal Slope stakes ±0.10 feet ±0.10 feet Subgrade grade stakes set 0.04 feet below grade ±0.01 feet ±0.5 feet (parallel to alignment) ±0.1 feet (normal to alignment) Stationing on roadway N/A ±0.1 feet Alignment on roadway N/A ±0.04 feet Surfacing grade stakes ±0.01 feet ±0.5 feet (parallel to alignment) ±0.1 feet (normal to alignment) Roadway paving pins for surfacing or paving ±0.01 feet ±0.2 feet (parallel to alignment) ±0.1 feet (normal to alignment) Storm Drainage pipe invert elevation ±0.01 feet ±0.1 feet The Contracting Agency may spot -check the Contractor's surveying. These spot- checks will not change the requirements for normal checking by the Contractor. When staking roadway alignment and stationing, the Contractor shall perform independent checks from different secondary control to ensure that the points staked are within the specified survey accuracy tolerances. The Contractor shall calculate coordinates for the alignment. The Contracting Agency will verify these coordinates prior to issuing approval to the Contractor for commencing with the work. The Contracting Agency will require up to seven calendar days from the date the data is received. Contract work to be performed using contractor - provided stakes shall not begin until the stakes are approved by the Contracting Agency. Such approval shall not relieve the Contractor of responsibility for the accuracy of the stakes. Stakes shall be marked in accordance with Standard Plan A10.10. When stakes are needed that are not described in the Plans, then those stakes shall be marked, at no additional cost to the Contracting Agency as ordered by the Engineer. Payment SP 15 Payment will be made in accordance with Section 1 -04.1 for the following bid items when included in the proposal: " Surveying ", lump sum The lump sum contract price for " Surveying" shall be full pay for all labor, equipment, materials, and supervision utilized to perform the Work specified, including any resurveying, checking, correction of errors, replacement of missing or damaged stakes, and coordination efforts for all work in the Contract. All costs associated with roadway surveying, structure surveying, utility surveying, Contractor provided record drawings and cross sectioning as required by the Standard Specifications, these Special Provisions, and Section 1 -11 herein shall be included in the lump sum contract price for "Surveying" and no additional payment will be made. 1- 05.4(1) Contractor Provided Record Drawings Section 1- 05.4(1) is a new section: It shall be the Contractor's responsibility to record the location prior to the backfilling of the trenches, by centerline station, offset, and depth below pavement, of all existing utilities uncovered or crossed during his work as covered under this project. It shall be the Contractor's responsibility to have his surveyor locate by centerline station, offset and elevation each major item of work done under this Contract that differs from the Plans. After the completion of the work covered by this Contract, the Contractor's surveyor shall provide to the City the hard covered field book(s) containing the as -built notes and one set of white prints of the Plans upon which he has plotted the notes of the Contractor locating existing utilities, and one set of white prints of the Plans upon which he has plotted the as -built location of the new work as he recorded in the field book(s). The drawing shall bear the surveyor's seal and signature certifying their accuracy. All costs associated with Contractor provided record drawings shall be measured and paid under the lump sum contract price for "Surveying' for each Bid Schedule and no additional payment will be made. 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. SP 16 If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work removed and replaced, or have work the Contractor refuses to perform completed by using Contracting Agency or other forces. An emergency situation is any situation when, in the opinion of the Engineer, a delay in its remedy could be potentially unsafe, or might cause serious risk of loss or damage to the public. Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from monies due, or to become due, the Contractor. Such direct and indirect costs shall include in particular, but without limitation, compensation for additional professional services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized work. No adjustment in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the Contracting Agency's rights provided by this Section. The rights exercised under the provisions of this section shall not diminish the Contracting Agency's right to pursue any other avenue for additional remedy or damages with respect to the Contractor's failure to perform the work as required. 1 -05.11 Final Inspection Delete this section and replace it with the following: 1 -05.11 Final Inspections and Operational Testing (October 1, 2005 APWA GSP) 1- 05.11(1) Substantial Completion Date When the Contractor considers the work to be substantially complete, the Contractor shall so notify the Engineer and request the Engineer establish the Substantial Completion Date. The Contractor's request shall list the specific items of work that remain to be completed in order to reach physical completion. The Engineer will schedule an inspection of the work with the 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 SP 17 interruption, the work necessary to reach Substantial and Physical Completion. The Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work. The above process shall be repeated until the Engineer establishes the Substantial Completion Date and the Contractor considers the work physically complete and ready for final inspection. 1- 05.11(2) Final Inspection and Physical Completion Date When the Contractor considers the work physically complete and ready for final inspection, the Contractor by written notice, shall request the Engineer to schedule a final inspection. The Engineer will set a date for final inspection. The Engineer and the Contractor will then make a final inspection and the Engineer will notify the Contractor in writing of all particulars in which the final inspection reveals the work incomplete or unacceptable. The Contractor shall immediately take such corrective measures as are necessary to remedy the listed deficiencies. Corrective work shall be pursued vigorously, diligently, and without interruption until physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied the listed deficiencies have been corrected. If action to correct the listed deficiencies is not initiated within 7 days after receipt of the written notice listing the deficiencies, the Engineer may, upon written notice to the Contractor, take whatever steps are necessary to correct those deficiencies pursuant to Section 1 -05.7. The Contractor will not be allowed an extension of contract time because of a delay in the performance of the work attributable to the exercise of the Engineer's right hereunder. Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting Agency, in writing, of the date upon which the work was considered physically complete. That date shall constitute the Physical Completion Date of the contract, but shall not imply acceptance of the work or that all the obligations of the Contractor under the contract have been fulfilled. 1- 05.11(3) Operational Testing It is the intent of the Contracting Agency to have at the Physical Completion Date a complete and operable system. Therefore when the work involves the installation of machinery or other mechanical equipment; street lighting, electrical distribution or signal systems; irrigation systems; buildings; or other similar work it may be desirable for the Engineer to have the 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 SP 18 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 (March 25, 2009 APWA GSP) Revise the seventh paragraph to read: Whenever the Contracting Agency evaluates the Contractor's qualifications pursuant to Section 1- 02.14, it will take these performance reports into account. 1 -05.14 Cooperation with Other Contractors (March 13, 1995 WSDOT GSP) Section 1 -05.14 is supplemented with the following: Other Contracts or Other Work It is anticipated that the following work adjacent to or within the limits of this project will be performed by others during the course of this project and will require coordination of the work: * ** Other utilities, districts, agencies, and contractors who may be working within the project area are: 1) Puget Sound Energy - Power, Potelco, Inc. 2) Puget Sound Energy —Gas, InfraSource Construction, LLC. 3) Century Link - Telecommunications 4) Comcast Cable - Telecommunications 5) King County Metro Transit Division — Metro Bus Shelters 6) City of Renton - Water, Storm Sewer, Traffic Operations 7) Private contractors employed by adjacent property owners 1 -05.15 Method of Serving Notices (March 25, 2009 AP WA GSP) Revise the second paragraph to read: SP 19 All correspondence from the Contractor shall be directed to the Project Engineer. All correspondence from the Contractor constituting any notification, notice of protest, notice of dispute, or other correspondence constituting notification required to be furnished under the Contract, must be in paper format, hand delivered or sent via mail delivery service to the Protect Engineer's office. Electronic copies such as e -mails or electronically delivered copies of correspondence will not constitute such notice and will not comply with the requirements of the Contract. 1 -05.16 Water and Power (October 1, 2005 APWA GSP) Section 1 -05.16 is an added new section: The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the contract includes power and water as a pay item. 1 -05.17 Oral Agreements (October 1, 2005 AWPA GSP) Section 1 -05.17 is an added new section: No oral agreement or conversation with any officer, agent, or employee of the Contracting Agency, either before or after execution of the contract, shall affect or modify any of the terms or obligations contained in any of the documents comprising the contract. Such oral agreement or conversation shall be considered as unofficial information and in no way binding upon the Contracting Agency, unless subsequently put in writing and signed by the Contracting Agency. 1 -05.18 Contractors' Daily Diary Section 1 -05.18 is an added new section: The Contractor and subcontractors shall maintain and provide to Engineer a Daily Diary Record of this Work. This Diary will be created by pen entries in a hard -bound diary book of the type that is commonly available through commercial outlets. The Diary must contain the Project and Number; if the Diary is in loose -leaf form, this information must appear on every page. The Diary must be kept and maintained by Contractor's designated project superintendent(s). Entries must be made on a daily basis and must accurately represent all of the project activities on each day. At a minimum, the diary shall show on a daily basis: 1. The day and date. 2. The weather conditions, including changes throughout the day. 3. A complete description of work accomplished during the day with adequate references to the Plans and Contract Provisions so that the reader can easily and accurately identify SP 20 said work in the Plans. Identify location /description of photographs or videos taken that day. 4. An entry for each and every changed condition, dispute or potential dispute, incident, accident, or occurrence of any nature whatsoever which might affect Contractor, Owner, or any third party in any manner. 5. Listing of any materials received and stored on- or off -site by Contractor for future installation, to include the manner of storage and protection of the same. 6. Listing of materials installed during each day. 7. List of all subcontractors working on -site during each day. 8. Listing of the number of Contractor's employees working during each day by category of employment. 9. Listing of Contractor's equipment working on the site during each day. Idle equipment on the site shall be listed and designated as idle. 10. Notations to explain inspections, testing, stake -out, and all other services furnished by Owner or other party during each day. 11. Entries to verify the daily (including non -work days) inspection and maintenance of traffic control devices and condition of the traveled roadway surfaces. Contractor shall not allow any conditions to develop that would be hazardous to the public. 12. Any other information that serves to give an accurate and complete record of the nature, quantity, and quality of Contractor's progress on each day. 13. Plan markups showing locations and dimensions of constructed features to be used by Engineer to produce record drawings. 14. All pages of the diary must be numbered consecutively with no omissions in page numbers. 15. Each page must be signed and dated by Contractor's official representative on the project. Contractor may use additional sheets separate from the diary book if necessary to provide a complete diary record, but they must be signed, dated, and labeled with project name and number. It is expressly agreed between Contractor and Owner that the Daily Diary maintained by Contractor shall be the "Contractor's Book of Original Entry" for the documentation of any potential claims or disputes that might arise during this Contract. Failure of Contractor to maintain this Diary in the manner described above will constitute a waiver of any such claims or disputes by Contractor. Engineer or other Owner's representative on the job site will also complete a Daily Construction Report. All costs associated with completing and maintain the Daily Construction Report shall be considered incidental to the Contract. SP 21 1 -06 CONTROL OF MATERIAL Section 1 -06 is supplemented with the following: 1 -06.1 Approval of Material Prior to Use 1- 06.1(4) Fabrication Inspection Expense (June 27, 2U11 AWPA GSP -) Delete this section in its entirety. 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 (WISHA). The Contractor shall maintain at the project site office, or other well known place at the project site, all articles necessary for providing first aid to the injured. The Contractor shall establish, publish, and make known to all employees, procedures for ensuring immediate removal to a hospital, or doctor's care, persons, including employees, who may have been injured on the project site. Employees should not be permitted to work on the project site before the Contractor has established and made known procedures for removal of injured persons to a hospital or a doctor's care. The Contractor shall have sole responsibility for the safety, 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. (April 3, 2006 WSDOT GSP) Section 1 -07.1 is supplemented with the following: i►'lNWAN Confined Space Confined spaces are known to exist at the following locations: * ** Existing storm drainage, sanitary sewer, and other utility systems, vaults, and structures, along with all similar new construction items that meet the requirements of WAC 296 - 809 -100. * ** The Contractor shall be fully responsible for the safety and health of all on -site workers and compliant with Washington Administrative Code (WAC 296 -809). The Contractor shall prepare and implement a confined space program for each of the confined spaces identified above. The Contractors Confined Space program shall be sent to the contracting agency at least 30 days prior to the Contractor beginning work in or adjacent to the confined space. No work shall be performed in or adjacent to the confined space until the plan is submitted to the Engineer as required. The Contractor shall communicate with the Project Engineer to ensure a coordinated effort for providing and maintaining a safe worksite for both the Contracting Agency's and Contractor's workers when working in or near a confined space. All costs to prepare and implement the confined space program shall be included in the bid prices for the various items associated with the confined space work. 1 -07.2 State Sales Tax (June 27, 2011 APWA GSP) Delete this section, including sub - sections, in its entirety and replace it with the following: 1 -07.2 State Sales Tax 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. SP 23 1- 07.2(1) State Sales Tax — Rule 171 WAC 458 -20 -171, and its related rules, apply to building, repairing, or improving streets, roads, etc., which are owned by a municipal corporation, or political subdivision of the state, or by the United States, and which are used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within and included as a part of the street or road drainage system and power lines when such are part of the roadway lighting system. For work performed in such cases, the Contractor shall include Washington State Retail Sales Taxes in the various unit bid item prices, or other contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the work. 1- 07.2(2) State Sales Tax — Rule 170 WAC 458 -20 -170, and its related rules, apply to the constructing and repairing of new or existing buildings, or other structures, upon real property. This includes, but is not limited to, the construction of streets, roads, highways, etc., owned by the state of Washington; water mains and their appurtenances; sanitary sewers and sewage disposal systems unless such 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 -07.6 Permits and Licenses (September 20, 2010 WSDOT GSP) Section 1 -07.6 is supplemented with the following: The Contracting a..y has obtained the below- listed permit(s) for this project. A copy of the permit(s) is attached as an appendix for informational purposes. All contacts with the permitting agency concerning the below - listed permit(s) shall be through the Engineer. The SP 24 Contractor shall obtain additional permits as necessary. All costs to obtain and comply with additional permits shall be included in the applicable bid items for the work involved. Copies of these permits are required to be onsite at all times. * ** No permits have been obtained for this project. * ** Section 1 -07.6 is supplemented with the following: The Contractor shall obtain the all other required permits, which includes but is not limited to the following: Construction Stormwater General Permit The Contractor shall submit a Notice Of Intent (NOI) Application to the Department of Ecology for coverage under the Construction Stormwater General Permit (NPDES and State Waste Discharge General Permit for Stormwater Discharges Associated with Construction Activity). The City has completed a draft application and completed the public notice requirements of the permit. Copies of this information will be provided at the time of award. The Contractor shall be considered the operator of the construction site as described in the permit, and shall file the notice as required in the permit. Note the NOI must be submitted 60 days prior to discharging stormwater from the project. A copy of the NOI shall be sent to the Engineer. See section 8 -01 for related SWPP and stormwater monitoring requirements. An informational copy of a sample Construction Stormwater General Permit is included in Appendix D. Payment for obtaining the permit is included in the lump sum contract price for 'Stormwater Pollution Prevention Plan (SWPPP) as described in Section 8- 01. 1 -07.7 Load Limits (March 13, 1995 WSDOT GSP) 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 -07.9 Wages 1 -07.9(5) Required Documents (January 24, 2011 AP WA GSP) Supplement this section with the following: The Contractor or subcontractor directly contracting for "Off -Site, Prefabricated, Non - Standard, Project Specific Items" as defined below shall identify and report information required on the addendum to the "Affidavit of Wages Paid" form filed with the Department of Labor and Industries [form F700- 164 -000]. The Contractor shall include language in its SP 25 subcontracts requiring subcontractors and lower -tier subcontractors to comply with the reporting requirements for "Off -Site, Prefabricated, Non - Standard, Project Specific Item" on the Affidavit of Wages Paid form addendum. The reporting requirement for Items shall apply for all public works contracts estimated to cost over $1 million entered into by the Contracting Agency and Contractor between September 1, 2010 through December 31, 2013. "Off -site, prefabricated, nonstandard, project specific items" means products or items that are: 1. Made primarily of architectural or structural precast concrete, fabricated steel, pipe and pipe systems, or sheet metal and sheet metal duct work; and 2. Produced specifically for this Project and not considered to be regularly available shelf items; and 3. Produced or manufactured by labor expended to assemble or modify standard items; and 4. Produced at an off -site location outside the State of Washington. The Contractor or subcontractor shall comply with the reporting requirements and instructions on the Affidavit of Wages Paid form, and shall report the following information on the Affidavit of Wages Paid form submitted to the Department of Labor and Industries in order to comply with the reporting requirements for use of "Off -Site, Prefabricated, Non - Standard, Project Specific" items: 1. The estimated cost of the project; 2. The name of the Contracting Agency and the project title; 3. The contract value of the off -site, prefabricated, nonstandard, project specific items produced outside of Washington State, including labor and materials; and 4. The name, address, and federal employer identification number of the contractor that produced the off -site, prefabricated, nonstandard, project specific items. The Contracting Agency may direct the Contractor, at no additional cost to the Contracting Agency, to remove and substitute any subcontractor(s) found to be out of compliance with the "Off -Site Prefabricated Non - Standard Project Specific Items" reporting requirements more than one time as determined by the Department of Labor and Industries. 1 -07.13 Contractor's Responsibility for Work 1- 07.13(4) Repair of Damage (August b, 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- SP 26 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 -07.15 Temporary Water Pollution / Erosion Control 1 -07.15(1) Spill Prevention, Control and Countermeasures Plan (WSDOT GSP, August 3, 2009) Section 1- 07.15(1) is supplemented with the following: The Contractor shall address the following items in the SPCC Plan in addition to the requirements of Section 1- 07.15(1): Mixing, Transfers, & Storage 1. All oil, fuel or chemical storage tanks or containers shall be diked and located on impervious surfaces so as to prevent spill from escaping. 2. All liquid products shall be stored and mixed on impervious surfaces in a secure water tight environment and provide containment to handle the maximum volume of liquid products on site at any given time. 3. Proper security shall be maintained to prevent vandalism. 4. Drip pans or other protective devices shall be required for all transfer operations. Spills Paint and solvent spills shall be treated as oil spills and shall be prevented from reaching storm drains or other discharges. No cleaning solvents or chemicals used for tool or equipment cleaning may be discharged to the ground or water. Maintenance of Equipment Fuel hoses, oil drums, oil or fuel transfer valves and fittings, etc, shall be checked regularly for drips or leaks and shall be maintained and stored properly to prevent spills into State waters. Disposal Spilled waste, chemicals or petroleum products shall be transported off site for disposal at a facility approved by the Department of Ecology. The materials shall not be discharged to any sanitary sewer without approval of the local sewer authority. Reporting and Cleanup The Contractor's designated person for managing and implementing the SPCC Plan shall report hazardous material spills as follows: SP 27 Spills into State water (including ponds, ditches, seasonally dry streams, and wetlands) — Immediately call all of the following: National Response Center 1- 800 - 424 -8802 WA State Div. of Emergency Management (24 hr) 1- 800 - 258 -5990 Ecology Northwest Regional Office 1- 425 - 649 -7000 Spill to Soil (Including encounters of pre- existing contamination): Ecology Northwest Regional Office 1- 425 - 649 -7000 Report immediately if threatening to health or environment (i.e., explosive, flammable, toxic vapors, shallow groundwater, nearby creek), otherwise within 90 days Underground Storage Tank (confirmed release of material) Ecology Northwest Regional Office Report within 24 hours Payment 1- 425- 649 -7000 Payment will be made in accordance with Section 1 -04.1 for the following Bid item where it is included in the proposal: "SPCC Plan ", per lump sum. 1 -07.17 Utilities and Similar Facilities (April 2, 2007 WSDOT GSP) Section 1 -07.17 is supplemented with the following: Locations and dimensions shown in the Plans for existing facilities are in accordance with available information obtained without uncovering, measuring, or other verification. The following addresses and telephone numbers of utility companies or their Contractors that will be adjusting, relocating, replacing or constructing utilities within the project limits are supplied for the Contractor's use: Puget Sound Energy —Power Contact: Paul Peterson Potelco Inc. 8001 South 212th Street Kent, WA 98032 Cell: 425 - 864 -0353 E -mail: paul.peterson @pse.com SP 28 Puget Sound Energy —Gas Contact: John Guay InfraSource Construction, LLC 13330 Stone Ave N Seattle, WA 98133 Cell: 206-97484102 E -mail: iohn.guay @pse.com CenturyLink Comcast Cable Contact: Sandra Lindstrom Contact: Bill Walker 1550 Newport Way NW 4020 Auburn Way N Issaquah, WA 98027 Auburn, WA 98002 Office: 206 - 345 -0500 Office: 253 - 288 -7538 Cell: 206 - 719 -6899 Cell: 205 - 255 -6975 E -mail: sandra.lndstrom @centurylink.com E -mail: Bill Walker @cable.comcast.com BNSF Railway Company King County Metro Transit Division Contact: Megan McIntyre Construction Information Center Manager Public Projects Contact: Richard Garcia 2454 Occidental Ave South, Suite 1A King Street Center Seattle, WA 98134 KSC -TR -0415 Office: 206 - 625 -6413 201 S. Jackson St. Cell: 206 - 423 -4371 Seattle, WA 98104 E -mail: megan.mcintyre @bnsf.com Office: 206 - 684 -2732 E -mail: construction .coord @kingcounty.gov 360 Networks USA American Traffic Solution Contact: Joe Bangah Contact: CJ Downing 2101 4th Ave Suite 2000 209 West Main Street Seattle, WA 98121 Mesa, AZ 85201 Office: 206 - 239 -4012 Office: 480 - 833 -0268 Cell: 206 - 612 -1073 Cell: 480 - 760 -1346 E -mail: joe.bangah @360.net E -mail: ci.downing @atsol.com Renton — Information Services Renton —Traffic Signal and Sign Shop (City owned Fiber Optic) Contact: Dave Whitmarsh Contact: Ron Hansen Field Maintenance Shops Renton City Hall — I" Floor 3555 NE 2nd Street 1055 South Grady Way Renton, WA 98056 Renton, WA 98057 Office: 425 - 430 -7423 Office: 425 - 430 -6873 E -mail: dwhitmarsh @rentonwa.gov E -mail: rhansen @rentonwa.gov Renton — Water Maintenance Dept. Renton — Surfacewater Maintenance Dept. Contact: George Stahl or Ray Sled Contact: Richard W. Marshall or Stan Job Field Maintenance Shops Field Maintenance Shops 3555 NE 2nd Street 3555 NE 2nd Street Renton, WA 98056 Renton, WA 98056 Office: 425 - 430 -7400 Office: 425 - 430 -7400 E -mail: gstahl @rentonwa.gov or E -mail: rwmarshall @rentonwa.gov or rsled @rentonwa.gov siob @rentonwa.gov Minor secondary or unexpected relocations or adjustments by the franchise utilities or by Others, shall be performed concurrent with the Contractor's activities. SP 29 Locations and dimensions shown in the Plans for existing facilities are in accordance with available information obtained without uncovering, measuring, or other verification. Public and private utilities, or their Contractors, will furnish all work necessary to adjust, relocate, replace, or construct their facilities unless otherwise provided for in the Plans or these Special Provisions. Such adjustment, relocation, replacement, or construction will be done during the prosecution of the work for this project. It is anticipated that utility adjustment, relocation, replacement or construction within the project limits will be completed as follows: • Puget Sound Energy will relocate overhead utilities and utility poles. The Contractor shall attend a mandatory utility preconstruction meeting with the Engineer, all affected subcontractors, and all utility owners and their contractors prior to beginning onsite work. The following addresses and telephone numbers of utility companies or their Contractors that will be adjusting, relocating, replacing or constructing utilities within the project limits are supplied for the Contractor's use: Puget Sound Energy Contact: Kathy Johnson Municipal Construction Planning Dept. PO Box 97034 EST -11W Bellevue, WA 98009 Phone: 425 - 462 -3381 Cell: 206 - 240 -2482 All costs associated with activity- specific scheduling and sequencing shall be included in the various items in the Contract and no additional payment will be made. 1- 07.17(3) Interruption of Services Section 1- 07.17(3) is an added new section: Whenever in the course of the construction operation it becomes necessary to cause an outage of utilities, it shall be Contractor's responsibility to notify the affected users and Engineer not less than 48 hours in advance of such outage. Contractor shall make reasonable effort to minimize the duration of outages, and shall estimate the length of time service will be interrupted and so notify the users. In the case of any utility outage that has exceeded or will exceed four hours, user contact shall again be made. Temporary service, if needed, shall be arranged by Contractor at no cost to Owner. Overhead lighting outages shall not exceed 24 hours. All cost to Contractor for providing temporary overhead lighting to meet above requirements shall be incidental to the various unit and lump sum items of the Contract; no separate payment will be made. SP 30 1- 07.17(4) Utility Potholing and Resolution of Utility Conflicts Section 1- 07.17(4) is a new section: In no way shall the work described under Utility Potholing relieve Contractor of any of the responsibilities described in Section 1 -07.17 of the Standard Specifications and Special Provisions, and elsewhere in the Contract Documents. If or when utility conflicts occur, Contractor shall continue the construction process on other aspects of the project whenever possible. Utility Potholing Potholing is included as a bid item for use in determining the location of existing utilities in advance of the Contractor's operations. The Contractor shall submit all potholing requests to the Engineer for approval, at least 2 working days before potholing is scheduled. Additionally, the Contractor shall provide potholing at Engineer's request. Resolution of Utility Conflicts Resolution of utility conflicts is included as a bid item for use in resolving utility conflicts that are identified during the course of construction. Payment Payment will be made at the discretion of Engineer, for the following bid item(s) in accordance with Section 1 -09.6 of the Standard Specifications and these Special Provisions when included in the Proposal: "Utility Potholing", Force Account. "Resolution of Utility Conflicts," Force Account 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 24, 2011 APWA GSP) 1 -07.18(1) General Requirements A. The Contractor shall obtain the insurance described in this section from insurers approved by the State Insurance Commissioner pursuant to RCW Title 48. The insurance must be provided by an insurer with a rating of A -: VII or higher in the A.M. Best's Key Rating Guide, which is licensed to do business in the state of Washington (or issued as a surplus line by a Washington Surplus lines broker). The Contracting Agency SP 31 reserves the right to approve or reject the insurance provided, based on the insurer (including financial condition), terms and coverage, the Certificate of Insurance, and /or endorsements. B. The Contractor shall keep this insurance in force during the term of the contract and for thirty (30) days after the Physical Completion date, unless otherwise indicated (see C. 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 Final Completion 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 insurance policies shall contain a "cross liability" provision. E. The Contractor's and all subcontractors' insurance coverage shall be primary and non- contributory insurance as respects the Contracting Agency's insurance, self- insurance, or insurance pool coverage. F. The Contractor shall provide the Contracting Agency and all Additional Insureds with written notice of any policy cancellation, within two business days of their receipt of such notice. G. Upon request, the Contractor shall forward to the Contracting Agency a full and certified copy of the insurance policy(s). H. The Contractor shall not begin work under the contract until the required insurance has been obtained and approved by the Contracting Agency. I. 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. 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. SP 32 1- 07.18(2) Additional Insured All insurance policies, with the exception of Professional Liability and Workers Compensation, shall name the following listed entities as additional insured(s): ■ the Contracting Agency and its officers, elected officials, employees, agents, and volunteers ■ $$Consultants hired by the Contracting Agency to administer the Construction and provide Construction Engineering support$$ The above - listed entities shall be additional insured(s) for the full available limits of liability maintained by the Contractor, whether primary, excess, contingent or otherwise, 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(3) describes limits lower than those maintained by the Contractor. 1 -07.18(3) Subcontractors Contractor shall ensure that each subcontractor of every tier obtains and maintains at a minimum the insurance coverages listed in 1- 07.18(5)A and 1- 07.18(5)B. Upon request of the Contracting Agency, the Contractor shall provide evidence of such insurance. 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. The certificate and endorsements must conform to the following requirements. 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. A statement of additional insured status on an ACORD Certificate of Insurance shall not satisfy this requirement. 3. Any other amendatory endorsements to show the coverage required herein. 1 -07.18(5) Coverages and Limits The insurance shall provide the minimum coverages and limits set forth below. Providing coverage in these stated minimum limits shall not be construed to relieve the Contractor from liability in excess of such limits. 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 shall be the responsibility of the Contractor. SP 33 1- 07.18(5)A Commercial General Liability A policy of Commercial General Liability Insurance, including: Per project aggregate Premises /Operations Liability Products /Completed Operations — for a period of one year following final acceptance of the work. Personal /Advertising Injury Contractual Liability Independent Contractors Liability Stop Gap / Employers' Liability Explosion, Collapse, or Underground Property Damage (XCU) Blasting (only required when the Contractor's work under this Contract includes exposures to which this specified coverage responds) Such policy must provide the following minimum limits: $1,000,000 Each Occurrence $2,000,000 General Aggregate $1,000,000 Products & Completed Operations Aggregate $1,000,000 Personal & Advertising Injury, each offence Stop Gap / Employers' Liability $1,000,000 Each Accident $1,000,000 Disease - Policy Limit $1,000,000 Disease - Each Employee 1- 07.18(5)B Automobile Liability Automobile Liability for owned, non - owned, hired, and leased vehicles, with an MCS 90 endorsement and a CA 9948 endorsement attached if "pollutants" are to be transported. Such policy(ies) must provide the following minimum limit: $1,000,000 combined single limit 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- 07.18(5)F Excess or Umbrella Liability (May 10, 2006 APWA GSP) SP 34 The Contractor shall provide Excess or Umbrella Liability coverage at limits of $1 million per occurrence and annual aggregate. This excess or umbrella liability coverage shall apply, at a minimum, to both the Commercial General and Auto insurance policy coverage. This requirement may be satisfied instead through the Contractor's primary Commercial General and Automobile Liability coverage, or any combination thereof. 1- 07.18(5)G Pollution Liability (May 10, 2005 APWA GSP) The Contractor shall provide a Pollution Liability policy, providing coverage for claims involving bodily injury, property damage (including loss of use of tangible property that has not been physically injured), cleanup costs, remediation, disposal or other handling of pollutants, including costs and expenses incurred in the investigation, defense, or settlement of claims arising out of: • Contractor's operations related to this project; and /or • Remediation, abatement, repair, maintenance or other work with lead -based paint or materials containing asbestos; and /or • Transportation of hazardous materials away from any site related to this project. Such Pollution Liability policy shall provide the following minimum coverage: $1 Million each loss and annual aggregate 1 -07.23 Public Convenience and Safety 1- 07.23(1) Construction Under Traffic (April 2, 2007 WSDOT GSP) 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 necessary to construction shall be allowed within the WZCZ or allowed to stop or park on the shoulder of the roadway. SP 35 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: 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 IVIIniriiiirii �vvrit Zone Clear One Distance (August 7, 2006 WSDOT GSP) Section 1- 07.23(1) is supplemented with the following: Lane Closure Restrictions Lane closures are subject to the following restrictions: * ** The Contractor shall prepare and submit a project specific Traffic Control Plan (TCP) to the Engineer for approval. Review, revision of the TCP may take up to 3 weeks. The Contractor is alerted that no work affecting traffic operations (including work in clear zones) will be performed until the TCP is approved. The TCP Submittal shall also include necessary phasing and sequencing diagrams to clarify the proposed order of work and work zones. Sample sequencing and Construction Channelization Plans are included in the Contract Documents which may be used as a basis for this submittal. However, Traffic Control Plans and Phasing and Sequencing Plans are the sole responsibility of the Contractor. The following minimum Traffic Control requirements shall be maintained during the construction of the project: 1. The Construction Channelization Plans indicate the minimum number of lanes required for each phase of work. Additional lane closures will only be permitted as identified under 'Special Conditions' of this Section. 2. The Contractor shall maintain continuous two -way traffic along streets throughout the project site. The Contractor shall have the option, with the approval of the Engineer, of momentarily interrupting the continuous two -way traffic to allow one- SP 36 way traffic. Such interruptions shall utilize qualified flaggers placed in strategic locations to insure the public safety and minimize driver confusion. 3. The Contractor shall be responsible for notifying all affected property owners prior to commencing the barricading of streets, sidewalks and driveways. 4. All driveways shall remain open except as necessary to permit curing of construction materials or for short periods of time as required for excavations. However, at least one (1) driveway per parcel shall remain open to vehicular traffic at all times unless otherwise approved by the Engineer and affected property owner in writing. If a parcel has only one driveway, then that driveway must be constructed one -half at a time to allow the passage of vehicles. The amount of time that a driveway can be closed will be limited. Business owners and /or residents shall be notified in writing at least 48 hours in advance of any planned driveway closures. 5. Signs and barricades shall be supplemented by Type C steady burn lights to delineate edge of roadway during the hours of darkness. 6. Any asphalt concrete pavement, crushed surfacing, or gravel base for maintaining traffic during the life of this contract shall be placed by the Contractor immediately upon request by the Engineer. In addition, cuts made in the traveled lanes or on walkways that are paved shall be temporarily patched with hot mix and maintained daily until such time as a permanent patch can be made. Payment for crushed surfacing, gravel and asphalt will be paid at their respective bid items, as included in the contract. 7. Detours will not be allowed except as identified on the Plans or noted herein. 8. Temporary paint striping, reflective marking tape, and /or retroreflective tubular markers shall be required for each shift of traffic control. Paint, reflective marking tape, and /or retroreflective tubular markers used for temporary striping shall meet the requirement of Section 8 -23 of these Special Provisions. 9. The Contractor provided Traffic Control Plans shall lay out traffic control device spacing, tapers, etc., to scale, shall contain accurate dimensions and legends and shall be signed by the preparer. In developing the Progress Schedule, the Contractor shall carefully consider the following restrictions to sequencing and scheduling of the Work. No additional payment shall be made to the Contractor from the Owner due to time constraints imposed by these requirements. Special Conditions The Construction Channelization Plans indicate the minimum number of lanes required for each phase of work. Additional lane closures will be permitted on N Park Drive /Logan Ave N as follows: SP 37 1) Single lane closure on westbound N Park Drive /Logan Ave N will be permitted during the following hours: Monday to Friday (Daily) 9:00 AM to 12:00 PM Sunday to Thursday nights (Nightly) 6:00 PM to 10:00 PM 2) Single lane closure on eastbound N Dark Drive /Logan Ave N will be permitted during the following hours: Monday to Friday (Daily) 5:00 AM to 1:00 PM Sunday to Thursday nights (Nightly) 6:00 PM to 10:00 PM 3) Multiple lane closures with one -way flagging operations in either direction of N Park Drive /Logan Ave N will be permitted during the following hours: Sunday to T hursday (ivightiy) 18:00pm to 10:00 PM Exceptions to the multiple lane closure hours above are as follows: a. The removal of the existing signal bridge at the intersection of N Park Drive /Logan Ave N and Garden Ave N shall occur between the hours of 8:00 PM to 5:00 AM. Refer to Section 1 -10.1 of the Special Provisions. b. For the installation of temporary construction channelization and final, permanent channelization, nightwork with multiple lane closures shall be allowed between the hours of 8:00 PM to 5:00 AM. The Contractor shall establish traffic control plans for the multiple lane closures per Section 1- 10.2(2) of the Special Provisions. c. For the installation of asphalt concrete overlay, nightwork with multiple lane closures shall be allowed between the hours of 8:00 PM to 5:00 AM. The Contractor shall establish traffic control plans for the multiple lane closures per Section 1- 10.2(2) of the Special Provisions. All other exceptions to the multiple lane closure hours as listed above are subject to review by the City. Additional Requirements • The Contractor shall provide a minimum of ten days notice of closures utilizing Portable Changeable Message Signs at the closure location. • The Contractor, at his or her sole expense, may seek approval for extended or modified working hours. Such Plans must be approved by the Contracting Agency. • A left turn lane at all signalized intersections shall remain open at all times. SP 38 • The existing lighting system shall remain operational until the new system is functioning. The Engineer may approve partial interruptions required because of staging. Payment Payment for Traffic Control Plans shall be considered included in "Project Temporary Traffic Control ". * ** If the Engineer determines the permitted closure hours adversely affect traffic, the Engineer may adjust the hours accordingly. The Engineer will notify the Contractor in writing of any change in the closure hours. 1- 07.23(2) Construction and Maintenance of Detours (WSDOT GSP, December 1, 2008) Supplement Section 1- 07.23(2) is supplemented with the following: ( * * * * * *) Pedestrian Control and Protection If no alternative is proposed within the contract plans, all existing pedestrian routes and access points within the project limits, including sidewalks and crosswalks, shall remain open and clear at all times. The Contractor may propose Traffic Control Plans (TCP's) that comply with the MUTCD, ADA requirements, and these Specifications. Contractor proposed TCP's detailing the alternative accessible pedestrian route shall be approved by the Engineer prior to implementation. The plans will either be returned for correction, approved as noted, or approved for use by the end of a 10 -day review period. Each time the plan is returned for correction, an additional 10 -day review period may be necessary. When the Engineer allows work areas to encroach upon a sidewalk or crosswalk area, and minimum clear width of 48- inches cannot be maintained for pedestrian use, an alternative accessible pedestrian route shall be provided. Separation of pedestrians from the work area and vehicular traffic is required. Protective barricades, fencing, and bridges, together with warning and guidance devices and signs, shall be utilized so that the passageway for pedestrians is safe, well defined and accessible. Whenever pedestrian walkways are provided across excavations, they shall be provided with suitable handrails. Foot bridges shall be safe, strong, and free of bounce and sway, have a slip resistant coating, and be free of cracks, holes and irregularities that could cause tripping. Ramps, with a maximum slope of 8.3 %, shall be provided at the entrance and exit of all raised footbridges. The maximum cross slope shall be 2.0 %. When the existing facility is illuminated or TCP's requires illumination, illumination shall be provided during the hours of darkness. Retroreflective delineation shall be provided during hours of darkness. Where accessible pedestrian routes are allowed to be closed by the Engineer during construction, an alternate accessible pedestrian route shall be provided that complies with the MUTCD, ADA requirements and these Specifications. The alternate accessible pedestrian route shall not have abrupt changes in grade or terrain. Barriers and channelizing devices shall be SP 39 detectable to pedestrians who have visual disabilities. Where it is necessary to divert pedestrians into the roadway, barricading or channelizing devices shall be provided to separate the pedestrian route from the adjacent vehicular traffic lane. Barricading or channelizing devices used to separate pedestrian and vehicular traffic shall be crashworthy and, when struck by vehicles, present a minimum threat to pedestrians, workers, and occupants of impacting vehicles. At no time shall pedestrians be diverted into a portion of the street used concurrently by moving vehicular traffic. In addition the Traffic Control Plan shall address the following: • All pedestrians, including persons with disabilities, shall be provided with a safe and accessible route. • The width of the existing pedestrian facility shall be maintained if possible. When it is not possible to maintain a minimum width of 60- inches throughout the entire length of the pedestrian route, a minimum width of 48- inches shall be provided with 60 -inch x 60 -inch passing zones spaced at maximum intervals of 200 -feet to allow individuals in wheelchairs to pass. • Traffic control devices and other construction materials and features shall not intrude into the usable width of the sidewalk, alternate accessible pedestrian route, or other pedestrian facility. • Signs and other devices mounted lower than 84- inches above the temporary accessible pedestrian route shall not project more than 4- inches into the accessible pedestrian route. • A smooth, continuous hard surface shall be provided throughout the entire length and width of the pedestrian route throughout construction. There shall be no curbs or vertical elevation changes greater than % -inch in grade or terrain that could cause tripping or be a barrier to wheelchair use. Vertical elevation differences between Y4- inch and % -inch shall be beveled at a maximum 2:1 slope. • When channelization is used to delineate a pedestrian pathway, a continuous detectable edging shall be provided throughout the length of the facility such that pedestrians using a cane can follow it. Edging shall protrude at least 6- inches above the surface of the sidewalk or pathway with the bottom of the edging a maximum of 2 -1/2 inches above the surface. • Temporary ramps shall be provided when an alternate accessible pedestrian route crosses a curb and no permanent curb ramps are in place. The width of the curb ramp shall be a minimum of 48- inches and the maximum slope of the ramp shall be 8.3 %. The maximum cross slope shall be 2.0 %. The bottom of the curb ramp shall be flush with the Roadway. Temporary detectable warning mats shall be installed at street crossings. • When possible, an alternate accessible pedestrian route shall be provided on the same side of the street as the disrupted route. When it is not possible, the alternate SP 40 route shall be clearly identified at the nearest intersection crossing prior to the closure area. • Information regarding closed pedestrian routes, alternate crossings, and sign and signal information shall be communicated to pedestrians with visual disabilities by providing devices such as audible information devices, accessible pedestrian signals, or barriers and channelizing devices that are detectable to the pedestrians traveling with the aid of a cane or who have low vision. • It is desirable that pedestrians cross to the opposite side of the roadway at intersections rather than mid - block. Appropriate signing shall be placed at the intersections prior to any pedestrian route closure. • If not otherwise stated in the contract provisions, access to transit stops shall be provided and maintained at all times. Transit stops may be temporarily relocated with approval of the transit agency and the Project Engineer. • At locations where adjacent alternate walkways cannot be provided, appropriate signs shall be posted at the limits of construction and in advance of the closure at the nearest crosswalk or intersection, to divert pedestrians across the street. Physical barricades shall be installed to prevent visually impaired people from inadvertently entering a closed area. Measurement No specific unit of measurement will apply to the lump sum item for pedestrian control and protection. Payment Payment will be made in accordance with Section 1 -04.1 for the following Bid item included in the Proposal: "Pedestrian Control and Protection ", lump sum. The lump sum contract payment shall be full compensation for all costs incurred by the Contractor for construction, maintenance, and removal of all protective barricades, fencing, and bridges, together with warning and guidance devices detailed in the Plans or any alternative accessible pedestrian routes proposed by the Contractor. 1 -07.24 Rights of Way (October 1, 2005 APWA GSP) Delete this section in its entirety, and replace it with the following: Street right of way lines, limits of easements, and limits of construction permits are indicated in the Plans. The Contractor's construction activities shall be confined within these limits, unless arrangements for use of private property are made. SP 41 Generally, the Contracting Agency will have obtained, prior to bid opening, all rights of way and easements, both permanent and temporary, necessary for carrying out the work. Exceptions to this are noted in the Bid Documents or will be brought to the Contractor's attention by a duly issued Addendum. Whenever any of the work is accomplished on or through property other than public right of way, the Contractor shall meet and fulfill all covenants and stipulations of any easement agreement obtained by the Contracting Agency from the owner of the private property. Copies of the easement agreements may be included in the Contract Provisions or made available to the Contractor as soon as practical after they have been obtained by the Engineer. Whenever easements or rights of entry have not been acquired prior to advertising, these areas are so noted in the Plans. The Contractor shall not proceed with any portion of the work in areas where right of way, easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right of way or easement is available or that the right of entry has been received. If the Contractor is delayed due to acts of omission on the part of the Contracting Agency in obtaining easements, rights of entry or right of way, the Contractor will be entitled to an extension of time. The Contractor agrees that such delay shall not be a breach of contract. Each property owner shall be given 48 hours notice prior to entry by the Contractor. This includes entry onto easements and private property where private improvements must be adjusted. The Contractor shall be responsible for providing, without expense or liability to the Contracting Agency, any additional land and access thereto that the Contractor may desire for temporary construction facilities, storage of materials, or other Contractor needs. However, before using any private property, whether adjoining the work or not, the Contractor shall file with the Engineer a written permission of the private property owner, and, upon vacating the premises, a written release from the property owner of each property disturbed or otherwise interfered with by reasons of construction pursued under this contract. The statement shall be signed by the private property owner, or proper authority acting for the owner of the private property affected, stating that permission has been granted to use the property and all necessary permits have been obtained or, in the case of a release, that the restoration of the property has been 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) 1- 08.0(1) Preconstruction Conference (October 10, 2008 APWA GSP) SP 42 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; 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. 1- 08.0(2) Hours of Work (June 27, 2011 APWA GSP) Except in the case of emergency or unless otherwise approved by the Contracting Agency, the normal straight time working hours for the contract shall be any consecutive 8 -hour period between 7:00 a.m. and 6:00 p.m. of a working day with a maximum 1 -hour lunch break and a 5 -day work week. The normal straight time 8 -hour working period for the contract shall be established at the preconstruction conference or prior to the Contractor commencing the work. Written permission from the Engineer is required, if a Contractor desires to perform work on holidays, Saturdays, or Sundays; before 7:00 a.m. or after 6:00 p.m. on any day; or longer than an 8 -hour period on any day. The Contractor shall apply in writing to the Engineer for such permission, no later than noon on the working day prior to the day for which the Contractor is requesting permission to work. Permission to work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and between the hours of 10:00 p.m. and 9:00 a.m. on weekends or holidays may also be subject to noise control requirements. Approval to continue work during these hours may be revoked at any time the Contractor exceeds the Contracting Agency's noise control regulations or complaints are received from the public or adjoining property owners regarding the noise from the Contractor's operations. The Contractor shall have no claim for damages or delays should such permission be revoked for these reasons. SP 43 Permission to work Saturdays, Sundays, holidays, or other than the agreed upon normal straight time working hours Monday through Friday may be given subject to certain other conditions set forth by the Contracting Agency or Engineer. These conditions may include but are not limited to: • 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 when in the opinion of the Engineer, such work necessitates their presence. 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. Considering the work performed on Saturdays, Sundays, and holidays as working days with regard to the contract time. • 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. Section 1- 08.0(2) is supplemented with the following: Noise Variance Conditions The City will obtain approval for up to 10 nights of non - consecutive noise variance dependent on the Contractor's Progress Schedule, pursuant to Renton Municipal Code Title VIII, Chapter 7, Section 8 -7 -8 and the Washington State Administrative Code (WAC) Chapter 173 -60, in order to perform construction activities for the Project. The approval will require a 30 calendar day processing period following acceptance of the Progress Schedule by the City. Contractor shall comply with the conditions of a Noise Variance to be issued by the City of Renton Development Services Director for work occurring between 10 pm and 7 am. Typically conditions of such a Noise Variance are as follows: 1. The permitted noise levels from 10 p.m. to 7 a.m., Monday through Friday, and 10 p.m. to 9 a.m. Saturday and Sunday, shall not exceed a 78 dBA hourly average level or an 88 dBA instantaneous maximum noise level for the project. 2. All vehicles shall be equipped with ambient sensitive type back -up warning devices. The contractor may use back -up observers in lieu of back -up warning devices for all equipment except dump trucks, in compliance with WAC Chapters 296 - 155 -610 and 296 - 155 -615. The contractor shall use back -up observers and back -up warning devices for dump trucks in compliance with WAC Chapter 296 - 155 -610. 3. All trucks performing export haul shall have rubber bed liners to reduce noise impacts. The use of other noise reducing material, such as sand may be used provided they result • .. in comparable noise impact mitigation as rubber bed liners. The use of aluminum liners alone will not satisfy this mitigation requirement. 4. Truck tailgate banging is prohibited. All truck tailgates must be secured to prevent excessive noise from banging. 5. The contractor or applicant shall provide a 24 -hour complaint number, as well as a list of designated contact persons to whom to register complaints or voice concerns. 6. Initial resident complaints shall be responded to promptly by the designated contact person required in the above condition. If the same resident continues to have complaints about the noise levels, the contractor or applicant shall provide additional mitigation measures such as, but not limited to, shielding of noise source, reducing use of certain types of equipment, or providing motel accommodations. 7. Any unwanted material shall be removed by sweeping. No scraping type equipment shall be used during nighttime work to clean up unwanted materials in lieu of hand or street sweepers. Other normal construction uses of front -end loaders, track hoes, and dozers are allowed. 8. All jackhammers and pavement breakers used on the construction site shall be fitted with manufacturer's approved exhaust mufflers. Additionally, all jackhammers and pavement breakers used at the construction site shall be enclosed with temporary noise shields, acoustical barrier enclosures, or noise barriers. 9. Stationary equipment such as light plants, generators, compressors, and jackhammers shall utilize noise mitigation shields such as noise blankets or noise shields. If the stationary equipment is certified for acceptable noise reduction without additional screening, then additional noise screening is not required. 10. The applicant or contractor shall provide a monthly report listing the number of work nights used to date. 11. A copy of the noise variance and associated conditions shall be kept on the project construction site at all times. Payment All costs for compliance shall be incidental to the performance of the Contract. 1- 08.0(3) Reimbursement for Overtime Work of Contracting Agency Employees (May 25, 2006 APWA GSP) Add the following new section: Where the Contractor elects to work on a Saturday, Sunday, or holiday, or longer than an 8 -hour work shift on a regular working day, as defined in the Standard Specifications, such work shall be considered as overtime work. On all such overtime work an inspector will be present, and a survey crew may be required at the discretion of the Engineer. In such case, the Contracting SP 45 Agency may deduct from amounts due or to become due to the Contractor for the costs in excess of the straight -time costs for employees of the Contracting Agency required to work overtime hours. The Contractor by these specifications does hereby authorize the Engineer to deduct such costs from the amount due or to become due to the Contractor. 1 -08.1 Subcontracting (October 1Z 1998 WSDOT GSP) Section 1 -08.1 is supplemented with the following: Prior to any subcontractor or lower tier subcontractor beginning work, the Contractor shall submit to the Engineer a certification ( WSDOT Form 4220 -004) that a written agreement between the Contractor and the subcontractor or between the subcontractor and any lower tier subcontractor has been executed. This certification shall also guarantee that these subcontract agreements include all the documents required by the Special Provision Federal Agency Inspection. A Subcontractor or lower tier Subcontractor will not be permitted to perform any work under the contract until the following documents have been completed and submitted to the Engineer: 1. Request to Sublet Work (Form 421 -012), and 2. Contractor and Subcontractor or Lower Tier Subcontractor Certification for Federal -aid Projects (Form 420 -004). The Contractor's records pertaining to the requirements of this Special Provision shall be open to inspection or audit by representatives of the Contracting Agency during the life of the contract and for a period of not less than three years after the date of acceptance of the contract. The Contractor shall retain these records for that period. The Contractor shall also guarantee that these records of all Subcontractors and lower tier Subcontractors shall be available and open to similar inspection or audit for the same time period. 1 -08.3 Progress Schedule 1- 08.3(2)B Type B Progress Schedule Section 1- 08.3(2)6 is supplemented with the following: The progress schedule for the entire project shall be submitted 7 calendar days prior to the Preconstruction Conference. The schedule shall be prepared using the critical path method (CPM), using Microsoft Project or equivalent software. SP 46 t 1 All construction constraints including but not limited to: WSDOT Paving Windows (March 31 — October 1), Landscape Planting Season (October 1 — March 1), non - working days, and any material procurement suspension proposed shallbe included in the Contractors schedule. Payment All costs associated with Project Specific Scheduling Requirements shall be included in the lump sum item "Type B Progress Schedule, Minimum Bid $5,000" for which a bid item has been included in the Proposal. 1- 08.3(2)D Weekly Look -Ahead Schedule Section 1- 08.3(2)D is supplemented with the following: The Contractor shall submit a weekly progress schedule to the Engineer which sets forth specific work to be performed for the following week, work completed in the prior week, and a tentative schedule for the following two weeks. All activities in the weekly schedule will be listed with an activity ID that corresponds to an activity ID in the original baseline schedule. All weekly schedules will clearly identify any night, weekend, or work beyond an 8 -hour shift. 1- 08.3(5) Payment Section 1- 08.3(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: "Type B Progress Schedule (Min. Bid $5,000) ", lump sum 1 -08.4 Notice to Proceed and 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 (June 27, 2011 APWA GSP) Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of insurance have been approved and filed by the Contracting Agency. The Contractor shall not commence with the work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the project site within ten days of the Notice to Proceed Date, unless otherwise approved in writing. The Contractor shall diligently pursue the work to the physical completion date within the time 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. SP 47 When shown in the Plans, the first order of work shall be the installation of high visibility fencing to delineate all areas for protection or restoration, as described in the Contract. Installation of high visibility fencing adjacent to the roadway shall occur after the placement of all necessary signs and 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 -08.5 Time for Completion The first five paragraphs of Section 1 -08.5 are deleted and replaced with the following: The Work shall be physically completed in its entirety within the time specified in the Contract Documents or as extended by the Engineer. The Contract Time will be stated in "working days ", shall begin on the Notice To Proceed Date, and shall end on the Contract Completion Date. P, nonworking day is defined as a Saturday, a Sunday, a day on which the contract specifically suspends work, or one of these holidays: January 1, third Monday of January, Memorial Day, July 4, Labor Day, November 11, Thanksgiving Day, the day after Thanksgiving, and Christmas Day. The day before Christmas shall be a holiday when Christmas Day occurs on a Tuesday or Friday. The day after Christmas shall be a holiday when Christmas Day occurs on a Monday, Wednesday, or Thursday. When Christmas Day occurs on a Saturday, the two preceding working days shall be observed as holidays. When Christmas day occurs on a Sunday, the two working days following shall be observed as holidays. When holidays other than Christmas fall on a Saturday, the preceding Friday will be counted as a non - working day and when they fall on a Sunday the following Monday will be counted as a non - working day. The Contract Time has been established to allow for periods of normal inclement weather which, from historical records, is to be expected during the Contract Time, and during which periods, work is anticipated to be performed. Each successive working day, beginning with the Notice to Proceed Date and ending with the Physical Completion Date, shall be charged to the Contract Time as it occurs except a day or part of a day which is designated a nonworking day or an Engineer determined unworkable day. The Engineer will furnish the Contractor a weekly report showing (1) the number of working days charged against the Contract Time for the preceding week; (2) the Contract Time in working days; (3) the number of working days remaining in the Contract Time; (4) the number of nonworking days; and (5) any partial or whole days the Engineer declared unworkable the previous week. This weekly report will be correlated with the Contractor's current approved progress schedule. If the Contractor elects to work 10 hours a day and 4 days a week (a 4 -10 schedule) and the fifth day of the week in which a 4 -10 shift is worked would ordinarily be charged as a working day then the fifth day of that week will be charged as a working day whether or not the Contractor works on that day. The Contractor will be allowed 10 calendar days from the date of each report in which to file a written protest of an alleged discrepancy in the Contract Time as reported. Otherwise, the report will be deemed to have been accepted by the Contractor as correct. SP 48 The requirements for scheduling the Final Inspection and establishing the Substantial Completion, Physical Completion, and Completion Dates are specified in Sections 1 -05.11 and 1- 05.12. ( * * * * * *) The Contractor shall complete all work within ** *eighty (80) * ** working days after receipt of written Notice to Proceed. 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 (Federal -aid Projects) b. Material Acceptance Certification Documents C. Annual Report of Amounts Paid as MBE /WBE Participants or Quarterly Report of Amounts Credited as DBE Participation, as required by the Contract Provisions. d. Final Contract Voucher Certification e. Property owner releases per Section 1 -07.24 1 -08.6 Suspension of Work Section 1 -08.6 is supplemented with the following: ( * * * * * *) Contract time may be suspended for procurement of critical materials (Procurement Suspension). In order to receive a Procurement Suspension, the Contractor shall within 30 calendar days after execution by the Contracting Agency, place purchase orders for all materials deemed critical by the Contracting Agency for physical completion of the contract. The Contractor shall provide copies of purchase orders for the critical materials. Such purchase orders shall disclose the purchase order date and estimated delivery dates for such critical material. The Contractor shall show procurement of the materials listed below as activities in the Progress Schedule. If the approved Progress Schedule indicates that the materials procurement are critical activities, and if the Contractor has provided documentation that purchase orders are placed for the critical materials within the prescribed 30 calendar days, then contract time shall SP 49 be suspended upon physical completion of all critical work except that work dependent upon the below listed critical materials: • Signal poles and mast arms • Luminaires, poles and arms • Signal Controller and Service Cabinet equipment Charging of contract time will resume upon the Contractors' delivery of the critical materials to the Contractor, or 90 calendar days after execution by the Contracting Agency, whichever occurs first. 1 -08.7 Maintenance During Suspension (October 1, 2005 APWA GSP) Revise the second paragraph to read: At no expense to the Contracting Agency, the Contractor shall provide through the construction area a safe, smooth, and unobstructed roadway, sidewalk, and path for public use during suspension (as required in Section 1 -07.23 or the Special Provisions). This may include a temporary road or detour. 1 -09 MEASUREMENT AND PAYMENT 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 all items to be paid per force account, only to provide a common proposal for Bidders. All such dollar amounts are to become a part of Contractor's total bid. However, the Contracting Agency does not warrant expressly or by implication, that the actual amount of work will correspond with those estimates. Payment will be made on the basis of the amount of work actually authorized by Engineer. 1 -09.7 Mobilization Section 1 -09.7 is supplemented with the following: Mobilization shall include, but not be limited to, the following items: the movement of the Contractor's personnel, equipment, supplies, and incidentals to the project site; the establishment of his office, buildings, and other facilities necessary for work on the project; providing sanitary facilities for the Contractor's personnel; obtaining permits or licenses SP 50 required to complete the project not furnished by the City; and other work and operations which must be performed or costs that must be incurred. Field Office For The Engineer's Staff The Contractor shall provide a field office on or adjacent to the Project Site for the use of the Engineer's staff within 5 Working Days from the Notice to Proceed Date. The field office, its location, and an alternate date if necessary, shall be subject to the approval of the Engineer and shall be established at the pre - construction meeting (see Section 1- 08.1(2)). The field office shall meet the following requirements: The field office shall be a weather -tight building; either portable or permanent structure a minimum of ten (10) feet wide with not less than 400 square feet of clear floor space, having at least one door, and a window area of not less than 60 square feet. Windows shall open to allow ventilation. Doors and windows shall be provided with bug screens. The interior walls shall be covered with material suitable for displaying Contract plans and progress charts, etc. 2. To deter break -in and theft, window and door glass shall be protected with heavy security screens on metal frames bolted to the walls and doors. All doors shall have 2 locks each: one doorknob keyhole lock and 1 deadbolt cylinder lock, each with its own distinct key. The Contractor shall provide 6 sets of keys for each lock. 3. The field office shall be level and, if portable, the structure shall be supported on blocks. If more than three (3) steps are required to enter the office, a floor -level landing of at least 12 square feet with railing shall be provided. Steps and landing shall be stable and slip resistant. A 3 sided boot brush ( "Scrusher" by Chasburg Manufacturing Co. or approved equal) center mounted on a 2 foot x 2 inch x 8 inch board shall be provided at each field office entrance. 4. The Contractor shall be responsible for maintaining and cleaning the field office; repairing any damage to the structure, equipment and appurtenances; providing weekly janitorial services including supplying appropriate toilet room paper products; refilling applicable dispensers with drinking water cups, waterless hand cleaner with pumice, and paper towels; cleaning windows and sweeping floors; and emptying trash receptacles and recyclables, disposing trash, and relining trash receptacles and recyclables. 5. The office shall be furnished with the following furniture, equipment and appurtenances reasonably presentable, in good working order, and acceptable to the Engineer: a. Office desk, 30" x 60" minimum size, with at least 4 drawers which can be locked with key & one of which is set up for file folders, 2 sets of keys each desk (three); b. Office table 36" x 72" (two), 1 Conference table 4'x 10'; c. Office chairs with seat & back cushion (eight); d. Four (4) drawer legal file steel cabinet (one) w /100 legal size folders and hanging folders, locking feature with 2 sets keys, and frame in each drawer to hold folders; SP 51 e. Electric pencil sharpener (one); f. Metal trash receptacles and recycle bins for paper, plastics and glass; with trash liner inserts and 100 extra trash liners (3 each 41 quart size and 2 each 28 quart size); g. Color Photocopy /Color Printer /Color Scanner /Fax multifunction machine with multiple tray frontload including 3 paper trays (8 -1/2 x 11 -inch, 8 -1/2 x 14 -inch, and 11 x 17 inch) with the following: • Understorage cabinet, floor wheels to accommodate service technician. • Preset reduction to 50% and enlarge to 200% plus zoom in 1% increments. • Bypass tray • Replacement toner cartridge (1 cartridge for each color) • Capability to scan directly to PDF color at 300 dpi • Plain paper fax capable • Direct phone line connection and programmable capable to directly send scanned documents and faxes by e-mail. • 400 sheets of each size 20 lb. bright paper with no more than 30% recycle post- consumer content. • Repair and maintenance service contract with 4 hour service response on -site parts and labor; h. The Contractor shall provide a commercial grade broadband internet access (Cable or DSL at a minimum speed of 1.5 Mbps upload& download) between the field office and an Internet Service Provider (ISP). The Contractor shall provide for 24 hour technical support and a local or 1 -800 phone number to troubleshoot and maintain the broadband connectivity. The Contractor shall provide inside wiring to support a Local Area Network inside the field office and shall include a 4 -plex jack to at least 5 workstations (desk or table locations to be addressed at the pre- construction meeting per Section 1- 08.1(2)). The Contractor shall provide necessary equipment to allow internet connectivity and shall be configured to allow VPN access from individual machines to the City of Renton. Color Printer /Color Copier /Scanner /Fax multifunction machine shall be connected to the office network and programmed to send scanned documents by e-mail. The Contractor shall contact City of Renton IT Department at least 5 Working Days in advance for access to the City of Renton internal network; Eight (8) 20 foot (min. length each) power cord with multiple plug -in surge protector for each of 5 computers with monitors, l color printer /color copier /scanner /fax multifunction machine, plus 1 spare. j. Paper shredder: Type — strip cut, confetti, or x -cut; Capacity — can shred 5 to 7 sheets of paper at a time; Waste Bin — self- contained and attached to shredder; Throat Width — nine (9) inch minimum width; and must be capable of shredding paper clips and staples. k. White board (3'H x4'W) with eight (8) dry erase markers and 1 white board eraser. SP 52 6. Electric power of sufficient capacity to operate an electric heater, air conditioner, FAX machine, internet access, 5 computers with monitors, calculator, and lights. Field office shall be provided with a minimum of eight (8) duplex convenience electrical outlets. The office shall be illuminated at the tables and desks. An outdoor light fixture with a 150 watt bulb or approved equal shall be installed to effectively light the area around the office facility. 7. After obtaining inspection and approval of the field office electrical system and the proposed temporary power connection hook -up from City, the Contractor shall provide a minimum 15 Working Days advance notice to Puget Sound Energy requesting a temporary power drop and connection. Generators (gas and diesel) for producing electrical power will not be allowed unless the Engineer permits such in writing. 8. Contractor shall provide drinking water with disposable cup dispenser filled with cups; sanitary facilities including a flushing toilet and wash basin both with running water within the office; a waterless hand cleaner dispenser filled with waterless hand cleaner with pumice; and a paper towel dispenser filled with paper towels. The Contractor shall arrange for and provide temporary water service, and shall arrange for and provide temporary waste discharge to a sanitary or combined Sewer unless other sanitary disposal arrangements are arranged. Such provision may require excavation for installation and removal of temporary facilities including backfilling, temporary surface restoration, and other work as necessary. 9. The Contractor shall provide both local and long distance telephone service with four (4) separate phone lines (two for voice, one for internet access, and one for FAX); two (2) each single line "touch- tone" phones; "Centraflex" service with "call pickup, voice mail, and call forwarding ". Each installation shall include 25 foot long extension cord between phone jack and instrument. 10. The Contractor shall provide heating and air - conditioning of sufficient capacity to heat the office to 70 degrees F within 1 hour, and to cool the office 15 degrees F within 1 hour. The field office shall be strictly for the use of the Engineer's staff. If the Contractor fails to provide a field office at the location on the date agreed to at the pre - construction meeting, the Engineer will provide Written Notice of such and shall have the right to withhold progress payments in accordance with Section 1- 09.9(3). If within 5 Working Days of the Engineer sending this Written Notice the Contractor has not provided the field office, then the Engineer will have the option to provide the field office. If the Engineer elects to provide the field office, the Engineer will give the Contractor a second Written Notice of such; will within three (3) Working Days of giving the second Written Notice provide the field office meeting the requirements specified in Section 1- 07.29; and will charge the Contractor by deducting from monies due or to become due the Contractor on progress payments, all costs associated with the field office as specified in Section 1- 07.29. Upon deliverance of the second Written Notice, the Contractor's right to provide the field office shall be forfeited. The field office, equipment, and appurtenances supplied by the Contractor shall revert to and be removed by the Contractor when the Engineer, via the Written Notice of Physical Completion to the Contractor, establishes the Physical Completion Date. If the Contractor removes, closes, or discontinues the services specified in Section 1 -07.29 prior to receiving the Written Notice of SP 53 Physical Completion without first obtaining approval from the Engineer, the Contractor will be charged Liquidated Damages in accordance with Section 1 -08.9. All costs for the work required to provide and maintain the field office including regular expenses for telephone, internet, electricity, etc.; incidental constructions to accommodate; and to procure all permits and licenses required for the field office to meet the requirements of Section 1- 07.29, shall be included in the lump sum Contract Price Bid for "Mobilization." All costs for the work required to relocate the field office, if required, shall be considered incidental to the Bid item "Mobilization." Payment will be made in accordance with Section 1 -04.1 for the following bid items when included in the proposal: ""Mobilization" lump sum. 1 -09.8 Payment For Material On Hand (August 3, 2009 WSDOT GSP) The last paragraph of Section 1 -09.8 is revised to read: The Contracting Agency will not pay for material on hand when the invoice cost is less than $2,000. As materials are used in the work, credits equaling the partial payments for them will be taken on future estimates. Each month, no later than the estimate due date, the Contractor shall submit a letter to the Project Engineer that clearly states: 1) the amount originally paid on the invoice (or other record of production cost) for the items on hand, 2) the dollar amount of the material incorporated into each of the various work items for the month, and 3) the amount that should be retained in material on hand items. If work is performed on the items and the Contractor does not submit a letter, all of the previous material on hand payment will be deducted on the estimate. Partial payment for materials on hand shall not constitute acceptance. Any material will be rejected if found to be faulty even if partial payment for it has been made. 1 -09.9 Payments (June 27, 2011 APWA GSP, Option B) Delete the fourth paragraph and replace it with the following: 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 payment. The progress estimates are subject to change at any time prior to the calculation of the Final Payment. SP 54 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 -09.13 Claim Resolution 1- 09.13(3)AAdministration of Arbitration (October 1, 2005 APWA GSP) Revise the third paragraph to read: The Contracting Agency and the Contractor mutually agree to be bound by the decision of the arbitrator, and judgment upon the award rendered by the arbitrator may be entered in the Superior Court of the county in which the Contracting Agency's headquarters are located. 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 -10.1 General Section 1 -10.1 is supplemented by the following: This work shall also consist of furnishing and installing the following: Business Access Construction Signs SP 55 The Contractor shall provide "Business Access Sign(s)" during Construction for the project at the locations shown on the Plans. The Business Open During Construction sign(s) shall be constructed per the detail in the Plans. All labor, material, and equipment used for providing and maintaining the Business Open During Construction sign(s) are incidental to the bid item "Project Temporary Traffic Control ". The Contractor shall return the signs in good condition to a site designated by the Engineer. Construction Identification Signs The Contractor shall provide and maintain up to two, 4' x 8' construction project signs as shown in the contract documents. The Engineer shall verify in writing the exact field location(s) with the contractor prior to installation of the sign(s). All labor, material, and equipment used for providing and maintaining the construction project sign(s) are incidental to the bid item "Project Temporary Traffic Control ". The signs shall be erected on 4x4 wooden posts and maintained by the Contractor in a neat and presentable condition throughout the life of the project. The removal of the existing signal bridge at the intersection of N Park Drive /Logan Ave N and Garden Ave N shall occur between the hours of 8:OOpm to 5:00 AM. During removal of existing signal bridge, the Contractor shall implement a detour plan to re -route vehicles in a manner which will not impact the off ramp traffic from the Interstate 405 freeway traveling westbound approaching the intersection. The Detour Plan indicates suggested detour routes for the closure of the intersection of N Park Drive /Logan Ave N and Garden Ave N for the signal bridge removal. The Contractor shall establish traffic control plans for this detour per Section 1- 10.2(2). Payment for Detour Plans, implementation of detour, and all labor, material, and equipment used for furnishing, installing and maintaining detour signs shall be included in the unit contract price for "Project Temporary Traffic Control ". 1 -10.2 Traffic Control Management ( WSDOT GSP December 1, 2008) 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 401 Pontius Ave. N. Seattle, WA 98109 SP 56 1- 800 - 521 -0778 or (206) 382 -4090 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- 10.2(2) Traffic Control Plans Section 1- 10.2(2) is revised as follows: The Contractor shall be responsible for assuring that traffic control is installed and maintained in conformance to established standards. The Contractor shall continuously evaluate the operation of the traffic control plan and take prompt action to correct any problems that become evident during operation. Traffic Control Plans shall be submitted prior to or at the preconstruction meeting. Notifications: The Contractor shall be responsible for delivering notification twice to all properties that front on, or access from, any street on which the asphalt concrete is to be applied. The first notification shall be made approximately one week prior to the day the work is scheduled to begin on the street and the second shall be made twenty -four hours (24 hours) prior to the beginning of work. The City shall supply the Contractor with sufficient quantities of standard notification forms that the Contractor shall fill out with the specific location and times for each location prior to issuing the notices to fronting/accessing properties. All work and materials associated with the notification procedures shall be incidental to the contract lump sum price for "Project Temporary Traffic Control." When parking restrictions are necessary to perform the work, the Contractor shall post "No Parking" signs a minimum of 72 hours in advance of the work taking place. The signs shall specify the date and hours that the parking restrictions will be in effect. The Contractor shall assure that prior approval for the parking restrictions has been obtained from the City of Renton Department of Public Works Transportation Systems Division. The Contractor shall be responsible for coordinating with the City's inspector and /or Police Department if the need arises to tow any vehicle(s) violating a posted "No Parking" sign. However, the Contractor shall first make an effort to contact the vehicle owner if it is likely the owner lives in the area. Detailed Traffic control plans shall be required by the Contractor for some streets prior to paving. The Contractor shall provide and use sufficient traffic control equipment and trained personnel at all times. The Federal Highway Administration's Manual On Uniform Traffic Control Devices for streets and highways, 2009 Edition, shall be the guideline used to determine adequate traffic control. Proper traffic control and safety procedure will be used during all phases of the work, to include utility adjustments. Project Specific Restrictions The Contractor shall sequence work in such a manner to meet minimum lane requirements for non - working and working hours as indicated in Section 1- 07.23(1). SP 57 All unattended excavations shall be properly barricaded and covered at all times. Contractor shall not open any trenches that cannot be completed and refilled that same day. Controlled Access No special access or egress will be allowed the Contractor other than normal legal movements or as shown in the Plans. Signs and Traffic Control Devices All signs and traffic control devices for the permitted closures shall only be installed during the specified hours. Construction signs, if placed earlier than the specified hours of closure, shall be turned or covered so as not to be visible to motorists. Payment Payment for Traffic Control Plans, shall be considered included in "Project Temporary Traffic Control ". 1 -10.3 Traffic Control Labor, Procedures and Devices 1- 10.3(1) Traffic Control Labor Section 1- 10.3(1) is supplemented with the following: The City has set the unit contract price for "Off -Duty Uniformed Police Officer" at fifty five dollars and no cents ($55.00) per hour of active traffic control. In the event this amount does not reflect the actual cost to the Contractor for a Uniformed Off -Duty Police Officer, then the Contractor should revise other bid items to include the correction factor. No adjustment to the $55.00 per hour unit price shall be made for overtime hours, holiday hours, or minimum callout charge. The Contractor shall request uniformed off -duty police officers from the City of Renton Police Department (425.430.7500). The request shall be made forty -eight (48) hours before the use of the off -duty police officers on the project site. A minimum of three (3) hours call out time shall be paid for each request for off -duty police officers. The City shall pay $55.00 per hour for actual time worked by off -duty police officers; it shall be the Contractors responsibility to arrange a work schedule to minimize any additional costs incurred by the minimum three (3) hour call out requirement. The estimated uniformed off -duty police officers hours as stated in the proposal, are the City's estimate, without knowledge of the Contractors specific method of operation and is used only for the purpose of providing a common amount for all bidders. In the event actual hours of officer time differs from the quantity listed in the proposal, no readjustment in the unit contract price for uniformed off -duty police officer will be allowed. SP 58 1- 10.3(3) Traffic Control Devices Section 1- 10.3(3) is supplemented with the following: ( * * * * * *) Wood Sign Posts Use the below charts to determine post size for Class A construction signs. One Post Installation Post Size Min. Sign Sq. Ft. Max. Sign Sq. Ft. 4x4 - 16.0 4x6 17.0 20.0 6x6 21.0 25.0 6x8 26.0 31.0 Two Post Installation (For signs 5 feet or greater in width) 4x4 - 16.0 4x6 17.0 36.0 6x6 37.0 46.0 6x8 47.0 75.0 * The Engineer shall determine post size for signs greater than 75 square feet. 1- 10.3(3) Traffic Control Devices Section 1- 10.3(3) paragraph 1 is revised as follows: ( * * * * * *) All signs required by the approved traffic control plan(s) as well as any other appropriate signs prescribed by the Engineer, or required to conform with established standards, will be furnished by the Contractor. Section 1- 10.3(3) paragraph 4 is revised as follows: ( * * * * * *) No separate pay item will be provided in the bid proposal for Class A or Class B construction signs. All costs for the work to provide Class A or Class B construction signs shall be included in the unit contract price for the "Project Temporary Traffic Control ". 1 -10.4 Measurement 1- 10.4(3) Reinstating Unit Items With Lump Sum Traffic Control (WSDOT GSP, August 2, 2004) Supplement Section 1- 10.4(3) is supplemented with the following: SP 59 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. • Traffic Control Supervisor • Flaggers and Spotters • Uniformed Police Officer • Other Traffic Control Labor • Sequential Arrow Sign • Portable Changeable Message Sign 1- 10.5(2) Item Bids with Lump Sum for Incidentals Payment will be made in accordance with Section 1 -04.1 for the following bid items when included in the proposal: "Traffic Control Supervisor", lump sum. "Flaggers and Spotters ", per hour. "Uniformed Police Officer", per hour. "Other Traffic Control Labor", per hour. "Sequential Arrow Sign ", per hour. "Portable Changeable Message Sign ", per hour. 1 -11 RENTON SURVEYING STANDARDS The following is an added new section with new subsections: 1- 11.1(1) Responsibility for Surveys I All surveys and survey reports shall be prepared under the direct supervision of a r person registered to practice land surveying under the provisions of Chapter 18.43 RCW. All surveys and survey reports shall be prepared in accordance with the requirements established by the Board of Registration for Professional Engineers and Land Surveyors under the provisions of Chapter 18.43 RCW. 1- 11.1(2) Survey Datum and Precision SP 60 The horizontal component of all surveys shall have as its coordinate base: The North American Datum of 1983/91. All horizontal control for projects must be referenced to or in conjunction with a minimum of two of the City of Renton's Survey Control Network monuments. The source of the coordinate values used will be shown on the survey drawing per RCW 58.09.070. The horizontal component of all surveys shall meet or exceed the closure requirements of WAC 332 - 130 -060. The control base lines for all surveys shall meet or exceed the requirements for a Class A survey revealed in Table 2 of the Minimum Standard Detail Requirements for ALTA /ACSM Land Title Surveys jointly established and adopted by ALTA and ACSM in 1992 or comparable classification in future editions of said document. The angular and linear closure and precision ratio of traverses used for survey control shall be revealed on the face of the survey drawing, as shall the method of adjustment. The horizontal component of the control system for surveys using global positioning system methodology shall exhibit at least 1 part in 50,000 precision in line length dependent error analysis at a 95 percent confidence level and performed pursuant to Federal Geodetic Control Subcommittee Standards for GPS control surveys as defined in Geometric Geodetic Accuracy Standards & Specifications for Using GPS Relative Positioning Techniques dated August 1, 1989 or comparable classification in future editions of said document. The vertical component of all surveys shall be based on NAVD 1988, the North American Vertical Datum of 1988, and tied to at least one of the City of Renton Survey Control Network benchmarks. If there are two such benchmarks within 3000 feet of the project site a tie to both shall be made. The benchmark(s) used will be shown on the drawing. If a City of Renton benchmark does not exist within 3000 feet of a project, one must be set on or near the project in a permanent manner that will remain intact throughout the duration of the project. Source of elevations (benchmark) will be shown on the drawing, as well as a description of any bench marks established. 1- 11.1(3) Subdivision Information Those surveys dependent on section subdivision shall reveal the controlling monuments used and the subdivision of the applicable quarter section. Those surveys dependent on retracement of a plat or short plat shall reveal the controlling monuments, measurements, and methodology used in that retracement. 1- 11.1(4) Field Notes Field notes shall be kept in conventional format in a standard bound field book with waterproof pages. In cases where an electronic data collector is used field notes must also be kept with a sketch and a record of control and base line traverses describing station occupations and what measurements were made at each point. SP 61 Every point located or set shall be identified by a number and a description. Point numbers shall be unique within a complete job. The preferred method of point numbering is field notebook, page and point set on that page. Example: The first point set or found on page 16 of field book 348 would be identified as Point No. 348.16.01, the second point would be 348.16.02, etc. Upon completion of a City of Renton project, either the field notebook(s) provided by the City or the original field notebook(s) used by the surveyor will be given to the City. For all other work, surveyors will provide a copy of the notes to the City upon request. In those cases where an electronic data collector is used, a hard copy print out in ASCII text format will accompany the field notes. 1- 11.1(5) Corners and Monuments Corner. A point on a land boundary, at the juncture of two or more boundary lines. A monument is usually set at such points to physically reference a corner's location on the ground. Monument. Any physical object or structure of record which marks or accurately references: • A corner or other survey point established by or under the supervision of an individual per section 1- 11.1(1) and any corner or monument established by the General Land Office and its successor the Bureau of Land Management including section subdivision corners down to and including one - sixteenth corners; and • Any permanently monumented boundary, right of way alignment, or horizontal and vertical control points established by any governmental agency or private surveyor including street intersections but excluding dependent interior lot corners. 1- 11.1(6) Control or Base Line Survey Control or Base Line Surveys shall be established for all construction projects that will create permanent structures such as roads, sidewalks, bridges, utility lines or appurtenances, signal or light poles, or any non - single family building. Control or Base Line Surveys shall consist of such number of permanent monuments as are required such that every structure may be observed for staking or "as- builting" while occupying one such monument and sighting another such monument. A minimum of two of these permanent monuments shall be existing monuments, recognized and on record with the City of Renton. The Control or Base Line Survey shall occupy each monument in turn, and shall satisfy all applicable requirements of Section 1 -11.1 herein. The drawing depicting the survey shall be neat, legible, and drawn to an appropriate scale. North orientation should be clearly presented and the scale shown graphically as well as noted. The drawing must be of such quality that a reduction thereof to one -half original scale remains legible. SP 62 If recording of the survey with the King County Recorder is required, it will be prepared on 18 inch by 24 inch mylar and will comply with all provisions of Chapter 58.09 RCW. A photographic mylar of the drawing will be submitted to the City of Renton and, upon their review and acceptance per the specific requirements of the project, the original will be recorded with the King County Recorder. If recording is not required, the survey drawing shall be prepared on 22 inch by 34 inch mylar, and the original or a photographic mylar thereof will be submitted to the City of Renton. The survey drawings shall meet or exceed the requirements of WAC 332 - 130 -050 and shall conform to the City of Renton's Drafting Standards. American Public Works Association symbols shall be used whenever possible, and a legend shall identify all symbols used if each point marked by a symbol is not described at each use. An electronic listing of all principal points shown on the drawing shall be submitted with each drawing. The listing should include the point number designation (corresponding with that in the field notes), a brief description of the point, and northing, easting, and elevation (if applicable) values, all in ASCII format, on IBM PC compatible media. 1- 11.1(7) Precision Levels Vertical Surveys for the establishment of bench marks shall satisfy all applicable requirements of section 1 -05 and 1 -11.1. Vertical surveys for the establishment of bench marks shall meet or exceed the standards, specifications and procedures of third order elevation accuracy established by the Federal Geodetic Control Committee. Bench marks must possess both permanence and vertical stability. Descriptions of bench marks must be complete to insure both recoverablilty and positive identification on recovery. 1- 11.1(8) Radial and Station -- Offset Topography Topographic surveys shall satisfy all applicable requirements of section 1 -11.1 herein. All points occupied or back sighted in developing radial topography or establishing baselines for station -- offset topography shall meet the requirements of section 1 -11.1 herein. The drawing and electronic listing requirements set forth in section 1 -11.1 herein shall be observed for all topographic surveys. 1- 11.1(9) Radial Topography SP 63 Elevations for the points occupied or back sighted in a radial topographic survey shall be determined either by 1) spirit leveling with misclosure not to exceed 0.1 feet or Federal Geodetic Control Committee third order elevation accuracy specifications, OR 2) trigonometric leveling with elevation differences determined in at least two directions for each point and with misclosure of the circuit not to exceed 0.1 feet. 1- 11.1(10) Station -- Offset Topography Elevations of the baseline and topographic points shall be determined by spirit leveling and shall satisfy Federal Geodetic Control Committee specifications as to the turn points and shall not exceed 0.1 foot's error as to side shots. 1- 11.1(11) As -Built Survey All improvements required to be "as- built" Irnost constructinn rurveyl rnar City of Renton Codes, TITLE 4 Building Regulations and TITLE 9 Public Ways and Property, must be located both horizontally and vertically by a Radial survey or by a Station offset survey. The "as- built" survey must be based on the same base line or control survey used for the construction staking survey for the improvements being "as- built ". The "as- built" survey for all subsurface improvements should occur prior to backfilling. Close cooperation between the installing contractor and the "as- builting" surveyor is therefore required. All "as- built" surveys shall satisfy the requirements of section 1- 11.1(1) herein and shall be based upon control or base line surveys made in conformance with these Specifications. The field notes for "as- built" shall meet the requirements of section 1- 11.1(4) herein and submitted with stamped and signed "as- built" drawings which includes a statement certifying the accuracy of the "as built ". The drawing and electronic listing requirements set forth in section 1- 11.1(6) herein shall be observed for all "as- built" surveys. 1- 11.1(12) Monument Setting and Referencing All property or lot corners, as defined in 1- 11.1(5), established or reestablished on a plat or other recorded survey shall be referenced by a permanent marker at the corner point per 1- 11.2(1). In situations where such markers are impractical or in danger of being destroyed, e.g., the front corners of lots, a witness marker shall be set. In most cases, this will be the extension of the lot line to a tack in lead in the curb. The relationship between the witness monuments and their respective corners shall be shown or described on the face of the plat or survey of record, e.g., "Tacks in lead on the extension of the lot side lines have been set in the curbs on the extension of said line with the curb." In all other cases the corner shall meet the requirements of section 1- 11.2(1) herein. SP 64 All non corner monuments, as defined in 1- 11.1(5), shall meet the requirements of section 1- 11.2(2) herein. If the monument falls with in a paved portion of a right of way or other area, the monument shall be set below the ground surface and contained within a lidded case kept separate from the monument and flush with the pavement surface, per section 1- 11.2(3). In the case of right of way centerline monuments all points of curvature (PC), points of tangency (PT), street intersections, center points of cul de sacs shall be set. If the point of intersection, PI, for the tangents of a curve fall within the paved portion of the right of way, a monument can be set at the PI instead of the PC and PT of the curve. For all non corner monuments set while under contract to the City of Renton or as part of a City of Renton approved subdivision of property, a City of Renton Monument Card (furnished by the city) identifying the monument; point of intersection (PI), point of tangency (PT), point of curvature (PC), one - sixteenth corner, Plat monument, street intersection, etc., complete with a description of the monument, a minimum of two reference points and NAD 83/91 coordinates and NAVD 88 elevation shall be filled out and filed with the city. 1 -11.2 Materials 1- 11.2(1) Property/Lot Corners Corners per 1- 11.1(5) shall be marked in a permanent manner such as 1/2 inch diameter rebar 24 inches in length, durable metal plugs or caps, tack in lead, etc. and permanently marked or tagged with the surveyor's identification number. The specific nature of the marker used can be determined by the surveyor at the time of installation. 1- 11.2(2) Monuments Monuments per 1- 11.1(5) shall meet the requirements as set forth by WSDOT and permanently marked or tagged with the surveyor's identification number. 1- 11.2(3) Monument Case and Cover Materials shall meet the requirements of section 9 -22 and WSDOT Standard Plan A- 10.30 -00 with the cap labeled "MON ". 1 -11.5 Payment SP 65 Any additional work required by this section shall be included in the lump sum contract price for "Surveying." END OF DIVISION 1 SP 66 DIVISION 2 - EARTHWORK 2 -01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP 2 -01.1 Description Section 2 -01.1 is supplemented as follows: The limits of clearing and grubbing (construction limits) shall be defined as being the construction limit lines as shown in the Plans. Where, in the opinion of the Engineer, any trees abutting or adjacent to the limits of clearing and grubbing are damaged and require removal, the Contractor shall remove such trees. Any trees flagged by the Engineer to remain within the clearing and grubbing limits shall be left undamaged by the Contractor's operations. Any flagged trees which are damaged shall be replaced in kind at the Contractor's expense. Existing landscaping outside the construction limits, including but not limited to, sod, rockeries, beauty bark, decorative gravel or rock, bushes, and shrubbery shall be protected from damage. The property owners shall be responsible for removing and /or relocating irrigation equipment, trees, shrubs, curbing, ornamental plants, and any other decorative landscaping materials within the construction limits that they wish to save. The Contractor shall give property owners 10 days' written notice prior to removing landscaping materials. All landscaping materials that remain in the construction limits after that time period shall be removed and disposed of, by the Contractor, in accordance with Section 2 -01 of the Standard Specifications, these Special Provisions, and the Plans. The Contractor shall receive approval from the Engineer prior to removal. 2 -01.2 Disposal of Usable Material and Debris Section 2 -01.2 is supplemented as follows: The Contractor shall dispose of all debris by Disposal Method No. 2 — Waste Site. 2-01.5 Payment Section 2 -01.5 is supplemented as follows: Payment will be made in accordance with Section 1 -04.1 for the following bid item(s) when included in the proposal: "Roadside Cleanup ", force account "Clearing and Grubbing", lump sum SP 67 The lump sum price for "Clearing and Grubbing" shall be full compensation for all work described herein and shown in the Plans, including removing trees and shrubbery where shown in the Plans and directed by the Engineer. 2 -02 REMOVAL OF STRUCTURE AND OBSTRUCTIONS 2 -02.3 Construction Requirements Section 2 -02.3 is suppiemented as follows: The Contractor shall remove and dispose of all items shown on the site preparation Plans and other minor items necessary to complete the Work. The following partial list of items to be removed and disposed of under the lump sum bid item 'Removal of Structure and Obstruction' is provided for the convenience of the contractor. The Contractor shall review the Contract Documents and project site to verify other Items to be removed: • Garden Avenue / Lake Washington Boulevard N 1. Remove Catch Basin - Station 42 +35.38 Right 2. Remove Catch Basin - Station 43 +81.32 Right 3. Remove Handrail - Station 43 +90.55 to Station 44 +52.88 Right 4. Remove Handrail - Station 43 +92.32 to Station 44 +55.17 Right 5. Remove Handrail - Station 44 +99.10 to Station 45 +34.26 Right 6. Remove Handrail - Station 44 +98.17 to Station 45 +33.97 Right 7. Remove Catch Basin - Station 47 +9.72 Right 8. Remove Catch Basin - Station 47 +52.48 Right 9. Remove Handrail - Station 48 +52.19 to Station 48 +79.48 Right 10. Remove Handrail - Station 48 +51.91 to Station 48 +88.72 Right 11. Remove Traffic Island - Station 50 +16.21 to Station 51+ 10.15 Right 12. Remove Tree - Station 50 +22.11, Left 13. Remove Fire Hydrant -Station 50+ 26.81 Left 14. Remove Water Valve - Station 50 +26.83, Left • Logan Avenue N / NE Park Drive 1. Remove Bus stop pad - Station 14 +71.24 to Station 14 +91.57 Left 2. Remove Tree - Station 14 +81.82, Left 3. Remove Catch Basin - Station 15 +08.34 Left 4. Remove Pedestrian Islands - Station 15+ 63.48 to Station 15+ 86.63 Right 5. Remove Guardrail - Station 17 +52.84 to Station 17 +85.30 Left The following items shall be removed under the bid item "Traffic Signal System, Complete ", per lump sum and "Illumination System, Complete ", per lump sum. Refer to section 8 -20.2. 1. Remove Traffic Signal Bridge - Station 16 +16.16 Left to Station 16 +77.81 Right 2. Remove Luminaires and Luminaire Poles - a. Station 50 +41.83 Right b. Station 50 +58.63 Left SP 68 c. Station 50 +92.84 Right 2- 02.3(3) Removal of Pavement, Sidewalks, and Curbs Section 2- 02.3(3) is revised and supplemented as follows: Item "1." is revised as follows: In removing pavement, sidewalks, driveways, and curbs, the Contractor shall: 1. Haul broken -up pieces to some off - project site. The section is supplemented as follows: When an area where pavement, sidewalk, or driveway has been removed is to be opened to traffic before pavement patching has been completed, temporary mix asphalt concrete patch shall be required. Temporary patching shall be placed to a minimum depth of 2 inches immediately after backfilling and compaction are complete, and before the road is opened to traffic. MC cold mix or MC hot mix shall be used at the discretion of the Engineer. 2- 02.3(4) Abandon and Fill Pipe Section 2- 02.3(4) is an added new section: Pipes designated on the Plans to be abandoned and filled shall be filled with a pumpable, flowable cement slurry completely filling the pipe (See section 9- 05.21). At each end of the pipe designated on the Plans as "abandon and fill ", the pipe ends shall be completely plugged with Commercial Concrete for a minimum length of 12 inches with no voids. 2- 02.3(5) Removal of Traffic Island Section 2- 02.3(5) is an added new section: Removing traffic islands includes removal of curbs, cement concrete or asphalt concrete pavement and crushed rock between the curbs. The curbs, and all materials removed between, shall be excavated to the surface of the existing pavement. The existing pavement surface shall be cleaned and prepared for HMA paving. All voids created by removal of the traffic island and curbs shall be backfilled by the end of the work shift with commercial HMA and compacted to the level of the adjacent pavement. Curb or pavement damaged due to Contractor operations shall be replaced by the Contractor, to the satisfaction of the Engineer, at the Contractor's expense. 2- 02.3(6) Removal of Fire Hydrant Section 2- 02.3(6) is an added new section: SP 69 Remove fire hydrant and salvage to the salvage yard. Salvaged materials shall be delivered between the hours of 8:30am and 2:30pm to: Field maintenance Shop 3555 NE 2 "d Street Renton, WA 98056 2- 02.3(7) Salvage Section 2- 02.3(7) is an added new section: All salvageable materials not named in the Special Provisions, identified in the Plans or otherwise identified by the Contracting Agency as City property or property of another government entity or private utility shall become the property of the Contractor. When salvageable materials are to remain property of the Contracting Agency or another government entity or utility, the Special Provisions and Plans shall indicate these items. Such items shall be stockpiled and /or delivered as noted below at no additional cost to the Contracting Agency: • All storm drainage ring /cover /frame /grate castings to be removed or replaced shall be salvaged and returned to the City of Renton. • All sanitary sewer manhole castings to be removed or replaced shall be salvaged and returned to the City of Renton. • All roadway signs to be removed within the right -of -way shall be salvaged and returned to the City of Renton. • All metal guardrail sections, end assembly metal posts, cables and associated hardware to be removed or replaced shall be salvaged and returned to the City of Renton. In addition, the Contractor shall salvage and return to the City of Renton any removed or replaced guardrail wood posts in excellent condition. Confirm with Engineer which guardrail wood posts are to be salvaged and which may be disposed of by the Contractor. • For salvage of removed and replaced electrical equipment, see Section 8 -20.2 herein. • All wood, steel or aluminum poles to be removed or replaced by the Contractor shall be salvaged and returned to the City of Renton unless previously identified as belonging to a third party utility. Confirm pole ownership with Engineer prior to removal. All work associated with removals, salvage and relocations shall be considered incidental to the contract price. SP 70 2 -02.4 Measurement Section 2 -02.4 is supplemented with the following: Measurement for Sawcutting shall per the linear foot to the limits identified on the Plans. Measurement for Removing Cement Concrete Pavement shall be per the square yard to the limits identified in the Plans. Measurement for Removing Asphalt Concrete Pavement shall be per the square yard to the limits identified in the plans. Measurement for Removing Cement Concrete Sidewalk shall per the square yard to the limits identified on the Plans. Measurement for Removing Asphalt Concrete Sidewalk shall per the square yard to the limits identified on the Plans. Measurement for Removing Cement Concrete Curb and Gutter shall per the linear foot to the limits identified on the Plans. 2 -02.5 Payment Section 2 -02.5 is supplemented with the following: Payment will be made for the following bid item: "Removal of Structure and Obstruction ", lump sum " Sawcutting," per linear foot. "Removing Cement Conc. Pavement," per square yard. Payment for Removing Cement Concrete Pavement shall be full compensation for removal, haul, disposal, gravel base and concrete excavation and all other items incidental required to complete the work regardless of the depth of the concrete. "Removing Asphalt Conc. Pavement," per square yard. Payment for Removing Asphalt Concrete Pavement shall be full compensation for removal, haul, disposal and all other items incidental required to complete the work independent of the depth of the asphalt concrete. "Removing Cement Conc. Sidewalk," per square yard. SP 71 Payment for Removing Cement Concrete Sidewalk shall be full compensation for removal, haul, disposal and all other items incidental required to complete the work. "Removing Asphalt Conc. Sidewalk," per square yard. Payment for Removing Cement Concrete Sidewalk shall be full compensation for removal, haul, disposal and all other items incidental required to complete the work. "Removing Cement Conc. Curb and Gutter," per linear foot. Payment for Removing Cement Concrete Curb and Gutter shall be full compensation for removal, haul, disposal and all other items incidental required to complete the work. All costs associated with roadway excavation, including haul, to final subgrade elevation, shall be considered incidental to and included in the various bid items and no additional payment will be made. "Abandon and Fill Storm Drain Pipe," per linear foot. The unit Contract price per linear foot for "Abandon and Fill Storm Drain Pipe" shall be full pay for all Work required to plug the pipe where indicated on the Drawings and furnish and fill the pipe with cement slurry. 2 -03 ROADWAY EXCAVATION AND EMBANKMENT 2 -03.3 Construction Requirements Section 2 -03.3 is supplemented by adding the following: Roadway excavation shall include the removal of all materials excavated from within the limits shown on the plans. Suitable excavated material shall be used for embankments, while surplus excavated material or unsuitable material shall be disposed of by the Contractor. Earthwork quantities and changes will be computed, either manually or by means of electronic data processing equipment, by use of the average end area method. Any changes to the proposed work as directed by the Engineer that would alter these quantities shall be calculated by the Engineer and submitted to the Contractor for his review and verification. Any excavation or embankment beyond the limits indicated in the Plans, unless ordered by the Engineer, shall not be paid for. All work and material required to return these areas to their original conditions, as directed by the Engineer, shall be provided by the Contractor at his sole expense. All areas shall be excavated, filled, and /or backfilled as necessary to comply with the grades shown on the Plans. In filled and backfilled areas, fine grading shall begin during the placement and the compaction of the final layer. In cut sections, fine grading shall begin within the final six (6) inches of cut. Final grading shall produce a surface which is smooth and even, without abrupt changes in grade. SP 72 Excavation for curbs and gutters shall be accomplished by cutting accurately to the cross sections, grades and elevations shown. Care shall be taken not to excavate below the specified grades. The contractor shall maintain. all excavations free from detrimental quantities of leaves, brush, sticks, trash and other debris until final acceptance of the Work. Following removal of topsoil or excavation to grade and before placement of fills or base course, the subgrade under the roadway shall be proofrolled to identify any soft or loose areas which may warrant additional compaction or excavation and replacement. The Contractor shall provide temporary drainage or protection to keep the subgrade free from standing water. Acceptable excavated native soils shall be used for fill in the area requiring fills. Care shall be taken to place excavated material at the optimum moisture content to achieve the specified compaction. Any native material used for fill shall be free of organics and debris and have a maximum particle size of 6 inches. It shall be the responsibility of the Contractor to prevent the native materials from becoming saturated with water. The measures may include sloping to drain, compacting the native materials, and diverting runoff away from the materials. If the Contractor fails to take such preventative measures, any costs or delay related to drying the materials shall be at his own expense. If the native materials become saturated, it shall be the responsibility of the Contractor to dry the materials, to the optimum moisture content. If sufficient acceptable native soils are not available to complete construction of the roadway embankment, Crushed Surfacing Base Course meeting the requirements of Section 9- 03.9(3) of the Standard Specifications shall be used. If subgrade trimmer is not required on the project, all portions of Section 2 -03 shall apply as though a subgrade trimmer were specified. If sufficient acceptable native soils, as determined by the Engineer, are not available to complete construction of the roadway embankment, Crushed Surfacing Base Course meeting the requirements of Section 9- 03.9(3) of the Standard Specifications shall be used. 2 -03.5 Payment Section 2 -03.5 is revised as follows: Payment for embankment compaction will not be made as a separate item. All costs for embankment compaction shall be included in other bid items involved. All costs associated with Roadway Excavation, Including Haul shall be included in the various removal bid items and no additional payment will be made. SP 73 2 -04 HAUL 2 -04.5 Payment Section 2 -04.5 is revised and supplemented as follows: All costs for the hauling of material to, from, or on the job site shall be considered incidental to and included in the unit price of other units of work. 2 -06 SUBGRADE PREPARATION 2 -06.5 Measurement and Payment Section 2 -06.5 is supplemented by adding the following: Subgrade preparation and maintenance including watering shall be considered as incidental to the construction and all costs thereof shall be included in the appropriate unit or lump sum contract bid prices. 2 -09 STRUCTURE EXCAVATION 2 -09.1 Description I Section 2 -09.1 is supplemented by adding the following: This work also includes the excavation, haul, and disposal of all unsuitable materials such as peat, muck, swampy or unsuitable materials including buried logs and stumps. 2- 09.3(1)D Disposal of Excavated Material Section 2- 09.3(1)D is revised as follows: The second paragraph is replaced with: All costs for disposing of excavated material within or external to the project limits shall be considered incidental to the various bid items. The third paragraph is replaced with: If the contract includes structure excavation, Class A or B, including haul, the unit contract price shall include all costs for loading and hauling the material the full required distance, otherwise all such disposal costs shall be considered incidental to the work. 2 -09.3(1)E Backfilling Section 2- 09.3(1)E is revised as follows: SP 74 The second sentence of the first paragraph is replaced with: Unless the Engineer directs otherwise, backfill material shall be crushed surfacing base course. 2 -09.4 Measurement Section 2 -09.4 is revised as follows: The 10`h paragraph is replaced with the following: Gravel backfill, except when used as bedding for culvert, storm sewer, sanitary sewer, manhole, and catch basins, shall be crushed surfacing base course and will be measured by the ton in place determined by the neat lines required by the Plans. 2 -09.5 Payment Section 2 -09.5 is revised and supplemented as follows: Payment will be made in accordance with Section 1 -04.1 for the following Bid item included in the Proposal: "Structure Excavation Class B Incl. Haul ", per cubic yard. "Shoring or Extra Excavation Class B ", per square foot. END OF DIVISION 2 SP 75 DIVISION 4 — BASES 4 -04 BALLAST AND CRUSHED SURFACING 4 -04.1 Description Section 4 -04.1 is supplemented with the following: Crushed Surfacing shall be placed where shown in the Plans, as a base for sidewalks, driveways, and pavement, at existing driveways to provide temporary access, as backfill for unsuitable foundation excavation, at mailbox supports, or for any other purposes deemed necessary by the Engineer. 4 -04.3 Construction Requirements 4- 04.3(4) Placing and Spreading Item 2 of Section 4- 04.3(3) and Section 4- 04(4), is replaced with the following: 2. Road Mix Method. The road mix method of mixing surfacing material will not be allowed. 4 -04.5 Payment Section 4 -04.5 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: "Crushed Surfacing Base Course ", per ton. The unit contract price per ton for "Crushed Surfacing Base Course" shall also include compacting, and removing and hauling to waste when required by the Engineer. END OF DIVISION 4 SP 76 DIVISION 5 — SURFACE TREATMENTS AND PAVEMENTS 5 -04 ASPHALT CONCRETE PAVEMENT 5 -04.2 Materials Section 5 -04.2 is supplemented with the following: (January 3, 2011 WSDOT GSP) The number of ESAL's for the design and acceptance of the HMA shall be * ** 3.1 Million * * *. 5 -04.3 Construction Requirements 5- 04.3(7)A Mix Design (March 10, 2010 AP WA GSP) Delete this section and replace it with the following; 1. General. Prior to the production of HMA, the Contractor shall determine a design aggregate structure and asphalt binder content in accordance with WSDOT Standard Operating Procedure 732. Once the design aggregate structure and asphalt binder content have been determined, the Contractor shall submit the HMA mix design on DOT form 350 -042 demonstrating the design meets the requirements of Sections 9- 03.8(2) and 9- 03.8(6). HMA accepted by nonstatistical evaluation requires a mix design verification. For HMA accepted by commercial evaluation only the first page of DOT form 350 -042 and the percent of asphalt binder is required. In no case shall the paving begin before the determination of anti -strip requirements has been made. Anti -strip requirements will be determined by: a. Testing by WSDOT in accordance with TM 718. b. Testing by Contractor in accordance with WSDOT TM 718. C. Historical aggregate source ant -strip use provided by WDOT. The mix design will be the initial Job Mix Formula (JMF) for the HMA being produced. Any additional adjustments to the JMF will require the approval of the Project Engineer and may be made per Section 9 -03.8(7). 2. Mix Design Verification. Verification shall be accomplished by one of the following processes: a. Submit samples to WSDOT State Materials Lab for WSDOT verification testing in accordance with WSDOT Standard Specifications. b. The contracting agency will perform tests to verify the mix design in accordance with the Field Verification Testing Process. SP 77 C. Reference a mix design that has been previously verified by the Field Verification Testing Process or verified by WSDOT State Materials Lab on a previous project. d. Perform Field Verification Testing on a sample of HMA provided by the Contractor prior to paving. Mix design verification is valid for one year from the date of verification. At the discretion of the Engineer, agencies may accept mix designs verified beyond the verification year with certification from the Contractor that the materials and sources are the same as those shown on the original mix design. 3. Field Verification Testing Process. The Contracting agency will collect three Production Samples of HMA on the first day of naving per AASHTO T 168 sampling procedures. a. The Contracting agency will test one Production Sample in accordance with section 5- 04.3(8)A for field verification per the requirements of Section 9- 03.8(7). b. If the test results from the first Production Sample are within the tolerances of section 9- 03.8(7), the mix design will be considered verified and the test results will be used as acceptance sample number one. C. If the test results from the first Production Sample are outside the tolerances of section 9- 03.8(7), the other two samples will be tested and the results of all three tests will be used for acceptance in accordance with Section 5- 04.5(1) and will be used in the calculation of the CPF the maximum CPF shall be 1.00. 4. Prior to the first day of paving, six Ignition Furnace Calibration Samples shall be obtained to calibrate the Ignition Furnaces used for acceptance testing of the HMA. Calibration samples shall be provided by the Contractor when directed by the Engineer. Calibration samples shall be prepared in accordance with WSDOT SOP 728. 5- 04.3(8)A1, General (March 10, 2010 APWA GSP) Delete these sections and replace them with the following: Acceptance of HMA shall be as defined under nonstatistical or commercial evaluation. Nonstatistical evaluation will be used for all HMA not designated as Commercial HMA in the contract documents. Commercial evaluation will be used for Commercial HMA and for other classes of HMA in the following applications: sidewalks, road approaches, ditches, slopes, paths, trails, gores, prelevel, and pavement repair. Other nonstructural applications of HMA accepted by commercial evaluation shall be as approved by the Project Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Project Engineer. Commercial HMA can be accepted by a contractor certification letter stating the material meets the HMA requirements defined in the contract. SP 78 5- 04.3(8)A4, Definition of Sampling Lot and Sublot (March 10, 2010 APWA GSP) Delete this section and replace it with the following: For the purpose of acceptance sampling and testing, a lot is defined as the total quantity of material or work produced for each job mix formula (JMF) placed. Only one lot per mix design will be expected to occur. The initial JMF is defined in Section 5- 04.3(7)A Mix Design. The Contractor may request a change in the JMF in accordance with Section 9- 03.8(7). If the request is approved, all of the material produced up to the time of the change will be evaluated on the basis of tests on samples taken from that material and a new lot will begin. For proposal quantities less than 2500 tons sampling and testing for evaluation shall be performed as described in 5- 04.3(7)A, item 3, Field Verification Testing Process. The verification sample referenced in item 3b may be used as an acceptance sample, additional testing will be at the discretion of the Engineer. When using a previously verified mix design, testing for volume_ tric properties may be waived at the engineer's discretion. At least one acceptance sample is required when using this method of acceptance. For proposal quantities greater than 2500 tons sampling and testing for evaluation shall be performed as described in 5- 04.3(7)A, item 3, Field Verification Testing Process, for the first 2500 tons of mix placed. The verification sample referenced in item 3b may be used as an acceptance sample for the first 2500 tons of mix placed. Additional testing will be at the rate of one sample per 800 tons of mix placed or as directed by the Engineer. When using a previously verified mix design, testing for volumetric properties may be waived at the engineer's discretion. 5- 04.3(8)A5, Test Results (March 10, 2010 APWA GSP) Delete this section and replace it with the following: The Engineer will furnish the Contractor with a copy of the results of all acceptance testing performed in the field at the beginning of the next paving shift. The Engineer will also provide the Composite Pay Factor (CPF) of the completed sublots after three sublots have been produced. The CPF will be provided by the midpoint of the next paving shift after sampling. Sublot sample test results (gradation and asphalt binder content) may be challenged by the Contractor. For HIVIA mixture accepted by statistical evaluation with a mix design that did not meet the verification tolerances, the test results in the test section including the percent air voids (Va) may be challenged. To challenge test results, the Contractor shall submit a written challenge within 7- calendar days after receipt of the specific test results. A split of the original acceptance sample will be sent for testing to either the Region Materials Laboratory or the State Materials Laboratory as determined by the Project Engineer. The split of the sample with challenged results will not be tested with the same equipment or by the same tester that ran the original acceptance test. The challenge sample will be tested for a complete SP 79 gradation analysis and for asphalt binder content. The results of the challenge sample will be compared to the original results of the acceptance sample test and evaluated according to the following criteria: Deviation U.S. No. 4 sieve and larger Percent passing ±4.0 1 U.S. No. 8 sieve Percent passing ±2.0 U.S. No. 200 sieve Percent passing ±0.4 Asphalt binder Percent binder content ±0.3 Va Percent Va ±0.7 If the results of the challenge sample testing are within the allowable deviation established above for each parameter, the acceptance sample test results will be used for acceptance of the HMA. The cost of testing will be deducted from any monies due or that may come due the Contractor under the Contract at the rate of $250 per challenge sample. If the results of the challenge sample testing are outside of any one parameter established above, the challenge sample will be used for acceptance of the HMA and the ' cost of testing will be the Contracting Agency's responsibility. 5- 04.3(8)A7 Test Section — HMA Mixtures (March 10, 2010 APWA GSP) Delete this section. 5- 04.3(12) Joints (January 5, 2004 WSDOT GSP) Section 5- 04.3(12) is supplemented with the following: HMA utilized in the construction of joint wedges shall be modified by eliminating the coarse aggregate from the mix at the Contractor's plant or the commercial source or by raking the joint on the roadway, to the satisfaction of the Engineer. 5- 04.3(13) Surface Smoothness (January 5, 2004 WSDOT GSP) The second sentence of Section 5- 04.3(13) is revised to read: The completed surface of the wearing course shall not vary more than 1/4 inch from the lower edge of a 10 -foot straightedge placed on the surface parallel to centerline. 5- 04.3(14) Planing Bituminous Pavement (January 5, 2004 WSDOT GSP) SP 80 J Section 5- 04.3(14) is supplemented with the following: The Contractor shall perform the planing operations no more than three (3) calendar days ahead of the time the planed area is to be paved with HMA, unless otherwise allowed by the Engineer in writing. 5- 04.3(14) Planing Bituminous Pavement (August 3, 2009 WSDOT GSP) Section 5- 04.3(14) is supplemented with the following: Beveled Edge Planing A beveled edge shall be constructed in areas that will not be paved during the same work shift. The Contractor shall use a beveled cutter on the mandrel of the planing equipment, or other approved method(s), to eliminate the vertical edge(s). The beveled edge(s) shall be constructed at a 4:1 slope. 5- 04.3(14) Planing Bituminous Pavement Section 5- 04.3(14) is supplemented with the following: Equipment For traveled lane areas, the Contractor shall use asphalt concrete planing equipment with a Triple Wrap Head or an approved equal. The milling head shall be a minimum 72 inches in width, with a maximum tooth spacing of 5/8 inch or as approved by the Engineer. Transverse Joints The full depth end of each lane of planing shall be squared off to form a uniform transverse joint. The Contractor shall construct and maintain a temporary HMA wedge in accordance with Section 5- 04.3(12) across the entire width of the transverse edge when traffic is allowed on the planed surface prior to paving. The wedge shall be constructed before opening the lane to traffic. The Contractor shall remove the wedge immediately prior to paving. 5- 04.3(16) Weather Limitations (August 3, 2009 WSDOT GSP) The first sentence of Section 5- 04.3(16) is revised to read: HMA for wearing course shall not be placed on any traveled way from * ** October 1 * ** and through March 31st of the following year without written approval from the Engineer. SP 81 5 -04.4 Measurement "HMA Cl. _ PG _" or "HMA for _ Cl. _ PG _" or 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, blending sand, mineral filler, or any other component of the HMA. Preparation of Untreated Roadway will be considered incidental and included in the various bid items and no additional payment will be made. Incidental uses for HMA Incidental uses for Asphalt Concrete Pavement shall consist of restoration and adjustment to paved areas such as the back of sidewalks, sidewalk ramps, behind driveway approaches and other such uses as directed by the Engineer. Incidental uses for HMA shall be measured and paid as "HMA Class Y2" PG- 64 -22 ". 5 -04.5 Payment Section 5 -04.5 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: "HMA for Overlay Cl. %" PG 64 -22 ", per ton "HMA CI. %" PG 64 -22 ", per ton. If required, prelevel quantities shall be measured and paid under the "HMA Cl. %" PG 64 -22 for Overlay' bid item. "Planing Bituminous Pavement ", per square yard. "Job Mix Compliance Price Adjustment ", by calculation. "Compaction Price Adjustment ", by calculation. 5- 04.5(1)A Price Adjustments for Quality of HMA Mixture (March 10, 2010 APWA GSP) Delete the first paragraph and table and replaced them with the following: Statistical analysis of quality of gradation and asphalt content will be performed based on Section 1 -06.2 using the following price adjustment factors: SP 82 Table of Price Adjustment Factors Constituent Factor 'T All aggregate passing: 1 % ", 1 ", ", 3/8" and No. 4 sieves 2 All aggregate passing No. 8 15 All aggregate passing No. 200 sieve 20 Asphalt binder 52 Delete items 1 -3 in Paragraph two and replaced with the following: A pay factor will be calculated for sieves listed in Section 9- 03.8(7) for the class of HMA and for the asphalt binder. 1. Nonstatistical Evaluation. Each lot of HMA produced under Nonstatistical Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit contract price with no further evaluation. When one or more constituents fall outside the nonstatistical acceptance tolerance limits in Section 9- 03.8(7), the lot shall be evaluated in accordance with Section 1 -06.2 to determine the appropriate CPF. The nonstatistical tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or samples from the street shall be tested to provide a minimum of three sets of results for evaluation. 2. 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 acceptance tolerance limits in Section 9- 03.8(7), the lot shall be evaluated to determine the appropriate CPF. The commercial tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or samples from the street shall be tested to provide a minimum of three sets of results for evaluation. For each lot of HMA produced under Nonstatistical or Commercial Evaluation when the calculated CPF is less than 1.00, a Nonconforming Mix factor (NCMF) will be determined. The NCMF equals the algebraic difference of CPF minus 1.00 multiplied by 60 percent. The Job Mix Compliance Price Adjustment will be calculated as the product of the NCMF, the quantity of HMA in the lot in tons, and the unit contract price per ton of the 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. SP 83 5- 04.5(1)6 Price Adjustments for Quality of HMA Compaction (March 10, 2010 APWA GSP) Delete this section and replace it with the following: The maximum CPF of a compaction lot is 1.00 For each compaction lot of HMA when the CPF is less than 1.00, a Nonconforming Compaction Factor (NCCF) will be determined. THE NCCF equals the algebraic difference of CPF minus 1.00 multiplied by 40 percent. The Compaction Price Adjustment will be calculated as the product of the NCCF, the quantity of HMA in the lot in tons and the unit contract price per ton of the mix. 5 -05 CEMENT CONCRETE PAVEMENT 5 -05.3 Construction Requirements 5- 05.3(8)A Contraction Joints Section 5- 05.3(8)A is supplemented as follows: Transverse contraction joints shall be sawed before the longitudinal joints are sawed. The first set of transverse joints shall be sawed at a maximum of 60 foot intervals, as soon as the cut can be made without undue raveling of concrete. Intermediate joints shall be sawed immediately following the first set of joints. The Contractor shall provide the Engineer a minimum 4 hours advance notice of sawcutting. Any scheduling for the sawing of joints that results in premature or uncontrolled cracking shall be revised immediately by adjusting the time interval between placing of concrete and the sawing of joints. After the revised schedule has been accepted by the Engineer, the sawing shall proceed as a continuous operation until all joints have been completed. Two or more sawing units may be required to accomplish the sawing in order to minimize random cracking. Standby Equipment shall be on the job to ensure continuity of sawing regardless of any breakdown of Equipment. An ample supply of sawblades shall be maintained at the site of pavement construction at all times during sawing operations. All equipment required for sawing shall be at the pavement construction site both before and continuously during concrete placement. Sawing Equipment shall be available immediately and continuously on a 24 hour basis, including Saturdays, Sundays and legal holidays. Formed transverse contraction joints shall be installed where designated by the Engineer, if necessary to prevent uncontrolled transverse cracks from occurring before the pavement can be sawed. 5- 05.3(8)E Joint Location Section 5- 05.3(8)E is an added new section: SP 84 Standard spacing of transverse contraction joints along straight sections of Pavement Structures shall be per the Standard Plans. The Contractor shall give advance notice to the Engineer and coordinate the spacing. When paving adjacent to existing pavement or a previously paved lane, the new transverse joints shall be placed to match joint locations in the adjacent pavement. Where the existing joint spacing is greater than 15 feet, intermediate transverse joints shall be constructed. The Contractor shall give advance notice to the Engineer and coordinate the spacing. The area of any on irregular panel formed by contractions joints shall not exceed 225 square feet and it greatest dimensions shall not exceed 15 feet. The Contractor shall give advance notice to the Engineer and coordinate the spacing. Where uncontrolled cracks have appeared or exist in the adjacent lane, they shall be matched as nearly as possible by uniform transverse joints in the second lane. In the event uncontrolled cracks in the existing paved lane are too frequent or in random locations and impossible to match with a uniform spacing in the second lane, the two lanes shall be completely separated by %-inch joint Material along the length of the joint from 1/8 inch below the surface to one inch below the bottom of the concrete being placed. Where integral curb or doweled curb is placed along the concrete pavement, premolded joint filler Material shall be placed transversely across the full section of the curb in true alignment with the pavement join, perpendicular to the pavement grade. 5 -05.5 Payment Section 5 -05.5 is supplemented as follows: Payment will be made in accordance with Section 1 -04.1, for the following bid item when it is included in the proposal: "Cement Conc. Pavement ", per cubic yard. The unit Contract price per cubic yard for "Cement Conc. Pavement" shall include saw cutting and sealing joints, furnishing and installing tie bars, and installing casting boxouts where necessary or as noted in the Plans. "Corrosion Resistant Dowel Bar", per each. "Tie Bar with Drill Hole ", per each. END OF DIVISION 5 SP 85 DIVISION 6 —STRUCTURES 6 -07 PAINTING 6 -07.1 Description This work shall consist of painting systems and colors for metal elements as shown on the Plans. 6 -07.2 Materials Paint materials shall comply with the requirements in Section 9 -08 unless described in this section. Powder coating shall be Tiger Drylac RAL Powder Coating Series 49 Exterior, composed of exterior grade pure polyester TGIC, dry powder including resins, and pigments in accordance with requirements of AAMA 605.2., and shall have the following characteristics: SP 86 Glossy Surface Semi -Gloss Surface Mat Surface Thickness 2.5 -3.5 mils /60 -90 2.5 -3.5 mils /60 -90 2.5 -3.5 mils /60 -90 Gloss (1) 80 -90 55 -70 15 -25 Cross Hatch Hatch Adhesion Pass 100% Pass 100% Pass 100% Mandrel 1/8 "/3 mm 5/32 " /4 mm 3/16 " 75 mm Bending (3) Erichsen Cupping 5/16 " /8 mm 1/4 "/7 mm 3/16 " /5 mm ISO 1520 Impression 95 95 95 Hardness (4) Im pact Test (5) Up to 160 " /lb Up to 160 " /Ib Up to 160 " /Ib Pencil 2H (min.) 2H (min.) 2H (min.) Hardness (6) Dry Mill Test OK OK OK SP 86 Salt Spray Test 1500 h test, max. 1500 h test, max. 1500 h test, max. (7) undercut undercut undercut 1/16 " /1 mm Section 1/16 " /1 mm 1/16 " /1 mm Humidity 1500 h test, min. 1500 h test, min. 1500 h test, min. Resistance (8} blisters blisters blisters 1/16 " /1 mm 1/16 " 71 mm 1/16"A mm Signal Poles Key: (1) Gloss According to Gardner 60 degrees, ASTM D 523. (2) Cross Hatch Adhesion, ASTM D 3359, Method B. (3) Mandrel Bending Test, ASTM D 522. (4) Impression hardness, ASTM B 3363. (5) Impact Test, ASTM D 2794; (0.1) inch distortion. (6) Pencil Hardness, ASTM B 3363. (7) Salt spray Resistance Test, ASTM B 117. (8) Humidity Resistance Test, ASTM D 2247. The Contractor shall submit (3) samples of each custom color, textures, and gloss for approval. Metal coupon samples shall be three (3) inches by five (5) inches. Paint colors and paint systems shall be as shown in the following table for the following items: Specification Item Paint Color Paint System Section Decorative Signal Refer to Spec section, 9 -29.6 (1)A RAL 9005TX "Jet Black" below, for Decorative Poles Signal Poles Decorative Light Refer to Spec section, 9 -29.6 (1)B Poles (Decorative RAL 9005TX "Jet Black" below ' for Decorative Roadway Luminai re Roadway Luminaire Pole —Type 1) Poles —Type I Decorative Light Refer to Spec section, 9 -29.6 (1)B Poles (Decorative RAL 9005TX "Jet Black" below, for Decorative Roadway Luminaire Roadway Luminaire Pole — Type 11) Poles —Type I I Decorative Refer to Spec section, 9-29-10(2) RAL 9005TX "Jet Black" below, for Decorative Luminaires Luminaires Galvanizing All fabricated steel components and materials to be galvanized per ASTM 123. SP 87 All steel hardware components and materials to be galvanized per ASTM 153. Decorative Signal Poles All decorative signal poles and its sub - assemblies parts (refer to Special Provisions, Sec. 9- 29.6(1)A) shall be factory painted over galvanizing, all galvanized exterior surfaces visually exposed are coated with an corrosion - inhibiting polymide epoxy to a minimum dry film thickness (DFT) of 3.0 mils. Prior to application the surfaces to be coated shall mechanically etched by brush blasting (Ref. SSPC -SP7) and the zinc coated substrate preheated to 400 degrees F for a minimum of one hour in a gas fired convection oven. The epoxy coating is applied and force cured in a convection oven. The intermediate coated surfaces are coated with an aliphatic acrylic polyurethane to a minimum dry film thickness of 3.0 mils. The polyurethane coating is applied and cured in a convection oven by heating the steel substrate to a minimum of 200 degrees Fahrenheit. Prior to packaging poles shall be cradled in 1.0" rubberized foam base, contractor to take precaution to avoid damage during off - loading, handling and erection. The finish color shall have anti - graffiti coating. The Contractor is to purchase a one gallon sample for use as a color match for the Engineer's approval prior to factory finish coating. Decorative Roadway Luminaire Poles (Type I and Type II) All decorative roadway luminaire poles (Type I and Type II) and their respective sub - assembly parts (refer to Special Provisions, Sec 9- 29.6(1)6) shall be factory primed and finish painted over polyester powder coating. All poles and parts must be cleaned with suitable water based cleaner and /or solvent to ensure a chemically clean surface free of oils, compounds and residual soil. The polyester powder coating is applied by Electro- Static spray with a voltage maintained at 40 -100 KV. A dry film thickness of 2 -4 mils is applied and cured per manufacturer's recommendation. After proper baking, the power will pass the tests listed below. These tests shall be made using clean, untreated, aluminum panels: Gloss: Gloss will vary based on powder chosen. Hardness: Pencil hardness shall be H to 2H. Impact: With the finish surface at room temperature (77 degrees Fahrenheit), subject it to a 160 in -lb. Direct impact force by use of a Gardner variable impact tester, Model 1G -1120 (or approved equal) and evaluated per ASTM D -2794. Adhesion: Using a sharp blade, scribe a series of eight parallel cuts through the finish to the base material. Scribe another series of eight parallel cuts at a right angle to and crossing the former cuts to form 1/8 inch squares. Press a strip of pressure sensitive adhesive tape (Scotch Brand No. 600 (or approved equal)) over the squares. After 2 minutes, remove the tape. Results must be level 4 or better as described in ASTM- 3359 -B. Abrasion Resistance: (Modified ASTM D -4060) SP 88 Weight loss of coating after 1,000 cycles on Taber abraser equipped with CS -10 wheels and operating less than 1 kg loading per wheel is on the order of 40 -60 mg. The coating must be chemically resistant and pass the following tests: Salt Spray Resistance — power painted product meets the minimum salt spray resistance standards as set forth in ASTM B -117. Humidity Resistance — power painted product meets the minimum humidity resistance standards as set forth in ASTM D -2247. Weatherability — power painted product meets the minimum weatherability standards as set forth in ASTM 336. Chemical and solvent resistance — polyester family of powder coatings shall have a good resistance to most chemicals and solvents except alkalis and ketones. Verification should be made for each chemical or solvent proposed for use with the coating. Prior to packaging, poles shall be cradled in 1.0" rubberized foam base. Contractor shall take precaution to avoid damage during off - loading, handling and erection. The finish color shall have anti - graffiti coating. The Contractor is to purchase a one gallon sample for use as a color match for the Engineer's approval prior to factory finish coating. Decorative Luminaires All decorative luminaire housings shall be factory painted with polyester powder coating to meet ASTM- B -117/D -2247 requirements to salt spray and humidity resistance. The Contractor is to purchase a one gallon sample for use as a color match for the Engineer's approval prior to factory finish coating. END OF DIVISION 6 SP 89 DIVISION 7 — DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS 7 -04 STORM SEWERS 7 -04.2 Materials Section 7 -04.2 is supplemented by adding the following: The list of storm sewer materials is supplemented with the following: Ductile Iron Storm Sewer Pipe 9 -05.13 Section 7 -04.2 is supplemented with the following: The Contractor shall require pipe suppliers to furnish certificates signed by their authorized representative, stating the specifications to which the materials or products were manufactured. The Contractor shall provide 2 copies of these certifications to the Engineer for approval. Certificates showing nonconformance with the contract shall be sufficient evidence for rejection. Approval of certificates shall be considered only as tentative acceptance of the materials and products, and such action by Engineer will not relieve Contractor of his /her responsibility to perform field tests and to replace or repair faulty materials, equipment, and /or workmanship at Contractor's own expense. 7 -04.4 Measurement The first paragraph of Section 7 -04.4 is revised as follows: The length of storm sewer pipe will be the number of linear feet of completed installation measured along the invert and will include the length through elbows, tees, and fittings. The number of linear feet will be measured from the center of manhole or from the center of catch basin to center of catch basins and similar type structures. 7 -04.5 Payment Section 7 -04.5 is supplemented by adding the following: Payment shall be made in accordance with Section 1 -04.1 for the following Bid item included in the Proposal: "Ductile Iron Storm Sewer Pipe, 8 In. Diam. ", per linear foot. "Solid Wall PVC Storm Sewer Pipe 4 In. Diam. ", per linear foot. SP 90 All costs associated with furnishing and installing bedding material for the installation of drainage pipe, shall be considered incidental to and included in the unit contract price for the type and size of pipe installed. Testing of storm sewer pipe, if required by the Engineer, shall be considered incidental to and included in the unit contract prices for other items. Cost of connecting pipe to structures shall be included in the various unit contract prices for storm sewer pipe, and no additional compensation will be allowed. 7 -05 MANHOLES, INLETS, AND CATCH BASINS 7 -05.3 Construction Requirements Section 7 -05.3 is supplemented with the following: The following is added at the end of this section for storm sewers: Catch basins shall be installed with either a locking manhole cover or a standard frame with a vaned grate as shown in the Plans and City of Renton Standard Plans. Frame materials shall be cast iron per ASTM A48, Class 30. All grates and covers installed on this project shall be ductile iron. 7 -05.3(1) Adjusting Manholes and Catch Basins to Grade Section 7- 05.3(1) is replaced with: Where shown in the Plans or where directed by the Engineer, the existing manholes, catch basins, or inlets shall be adjusted to the grade as staked or otherwise designated by the Engineer. The existing cast iron ring and cover on manholes and the catch basin or inlet frame and grate shall first be removed and thoroughly cleaned for reinstalling at the new elevation. From that point, the existing structure shall be raised or lowered to the required elevation. The Contractor shall construct manholes so as to provide adjustment space for setting cover and casting to a finished grade as shown on the construction Plans. Manhole ring and covers shall be adjusted to the finished elevations per WSDOT standard details, prior to final acceptance of the work. Manholes in unimproved areas shall be adjusted to 6" above grade. In unpaved streets: Manholes, catch basins and similar structures in areas to be surfaced with crushed rock or gravel shall be constructed to a point approximately eight inches below the subgrade and covered with a temporary wood cover. Existing manholes shall be cut off and covered in a similar manner. The contractor shall carefully reference each manhole so that they may be easily found upon completion of the street work. After placing the gravel or crushed stone surfacing, the manholes and manhole castings shall be constructed to the finished grade of the roadway surface. Excavation necessary for bringing manholes to grade shall center about the manhole and be held to the minimum area necessary. At the completion of the manhole SP 91 adjustment, the void around the manhole shall be backfilled with materials which result in the section required on the typical roadway section, and be thoroughly compacted. In cement concrete pavement: Manholes, catch basins and similar structures shall be constructed and adjusted in the same manner as outlined above except that the final adjustment shall be made and cast iron frame be set after forms have been placed and checked. In placing the concrete pavement, extreme care shall be taken not to alter the position of the casting in any way. In asphalt concrete pavement: Manholes shall not be adjusted until the pavement is completed, at which time the center of each manhole shall be carefully relocated from references previously established by the contractor. The pavement shall be cut in a restricted area and base material be removed to permit removal of the cover. The manhole shall then be brought to proper grade utilizing the same methods of construction as for the manhole itself. The cast iron frame shall be placed on the concrete blocks and wedged up to the desired grade. The asphalt concrete pavement shall be cut and removed to a neat circle, the diameter of which shall be equal to the outside diameter of the cast iron frame plus two feet. The base materials and crushed rock shall be removed and Class 3000 or Commercial Portland Cement Concrete shall be placed so that the entire volume of the excavation is replaced up to within but not to exceed 2 inches of the finished pavement surface. On the day following placement of the concrete, the edge of the asphalt concrete pavement, and the outer edge of the casting shall be painted with hot asphalt cement. HMA CI. %" PG 64 -22 per Section 9 -03.8 shall then be placed and compacted with hand tampers and a patching roller. The complete patch shall match the existing paved surface for texture, density, and uniformity of grade. The joint between the patch and the existing pavement shall then be carefully painted with hot asphalt cement or asphalt emulsion and shall be immediately covered with dry paving sand before the asphalt cement solidifies. The inside throat of the manhole shall be thoroughly mortared and plastered. Adjustment of inlets: The final alignment and grade of cast iron frames for new and old inlets to be adjusted to grade will be established from the forms or adjacent pavement surfaces. The final adjustment of the top of the inlet will be performed in similar manner to the above for manholes. On asphalt concrete paving projects using curb and gutter section, that portion of the cast iron frame not embedded in the gutter section shall be solidly embedded in concrete also. The concrete shall extend a minimum of six inches beyond the edge of the casting and shall be left 2 inches below the top of the frame so that the wearing course of asphalt concrete pavement will butt the cast iron frame. The existing concrete pavement and edge of the casting shall be painted with hot asphalt cement. Adjustments in the inlet structure shall be constructed in the same manner and of the same material as that required for new inlets. The inside of the inlets shall be mortared and plastered. Monuments and cast iron frame and cover: Monuments and monument castings shall be adjusted to grade in the same manner as for manholes. Valve box castings: Adjustments of valve box castings shall be made in the same manner as for manholes. 7- 05.3(2) Abandon Existing Manholes Section 7- 05.3(2) is supplemented as follows: SP 92 The structure bases shall be fractured to prevent standing water. The construction requirements in Section 7- 05.3(2) of the Standard Specifications for Abandon Existing Manholes shall also apply to abandonment of Type 1 and Type 2 catch basins, where indicated on the Plans. 7- 05.3(3) Connections to Existing Manholes Section 7- 05.3(3) is supplemented by adding the following: Where shown on the plans, new drain pipes shall be connected to existing line, catch basin, curb inlets and /or manholes. The contractor shall be required to core drill into the structure, shape the new pipe to fit and regrout the opening in a workmanlike manner. Where directed by the engineer or where shown on the plans, additional structure channeling will be required and shall be incidental to the unit contract price for 'Connection to Drainage Structure ". 7 -05.5 Payment Section 7 -05.5 is supplemented as follows: Payment shall be made for the following bid item(s) when they appear in the Proposal: "Adjust Manhole," per each. "Adjust Catch Basin," per each. "Catch Basin Type_ ", per each. "Catch Basin Type 2_ In. Diam. ", per each. "Concrete Inlet", per each. "Connection to Drainage Structure ", per each. "Storm Round Frame and Cover ", per each. "Rectangular Frame and Vaned Grate ", per each. The unit contract price per each for "Storm Round Frame and Cover", and "Rectangular Frame and Vaned Grate ", shall be full compensation for all labor, material, tools and equipment necessary to satisfactorily install the storm round frame and cover or rectangular frame and vaned grate. 7 -06 STORMWATER TREATMENT SYSTEM Section 7 -06 is a new section: SP 93 7 -06.1 Description This work shall consist of furnishing and installing stormwater treatment systems for water quality treatment and oil control treatment of the type and size designated in the Plans and these Special Provisions. 7 -06.2 Materials 7- 06.2(1) Materials and Design The stormwater treatment systems shall be as follows: Filterra® Biorentention Systems, 11352 Virginia Precast Road, Ashland, VA 23005; www.filterra.com ; (877) 502 -0053 Tree grate shall be UA Chinook, 36 "x36 ", natural finish. or approved equal, which meets the requirements below and the substitution requirements in Section 7- 06.2(3)D. Each manufactured system shall consist of a precast concrete container together with an underdrain system, filter media, plant material, and appropriate tree grate where applicable. A. Concrete for precast unit shall conform to the following: 1. The wall thickness shall not be less than 5" or as shown on the dimensional drawings. In all cases, the wall thickness shall be no less than the minimum thickness required to meet loading requirements of the application. 2. The precast concrete unit shall be cured by an approved method. The unit shall not be shipped until the concrete has attained 85% of its compressive strength. 3. The connections shall be provided to accept pipes of the specified size(s) and materials(s). B. Performance Criteria 1. Each unit shall be sized for basic and oil treatment using a filter hydraulic conductivity of 35.46 inches /hour (assuming a hydraulic gradient of 1.41 inches /hour as listed in the TER) using the sand filter module in the latest version of the Western Washington Hydrology Model (WWHM) or other Ecology- approved continuous runoff model. The model must indicate the unit is capable of processing 91 percent of the influent runoff flow. SP 94 2. Each unit shall be sized for enhanced treatment using a filter hydraulic conductivity of 24.82 inches /hour (assuming a hydraulic gradient of 1.41 inches /hour as listed in the TER) using the sand filter module in the latest version of WWHM or other Ecology- approved continuous runoff model. The model must indicate the unit is capable of processing 91 percent of the influent runoff flow. 3. The unit shall have achieved general use level designation approval by the Washington Department of Ecology for basic, enhanced and oil and grease treatment. 4. The unit shall remove 80% total suspended solids (TSS) using a SIL -CO -SIL 106 typical particle size distribution in the laboratory. 5. The unit shall be located to ensure that high flow events shall bypass the filter media preventing erosion and resuspension of pollutants. 7- 06.2(2) Quality Control The quality of precise concrete components, underdrain materials, filter media, landscape materials and all other appurtenances and their assembling process shall be subject to inspection upon delivery of the unit at the work site. All plant materials shall comply with the type and size required by the Plans and shall be alive and free of obvious signs of disease. Filter media shall be visually inspected to ensure appropriate volume, texture and consistency with the Plans. Filter media must be certified following TARP or TAPE protocol testing to meet or exceed the filter media minimum flow rates and pollutant removal efficiency of the Filterra biorention system. 7- 06.2(3) Submittals A. Installation, Operation and Maintenance Manuals — The Contractor shall submit the manufacturer's approved Filterra biorention system installation, operation, and maintenance manuals for the system. It will be the responsibility of the Owner to ensure the unit is operated and maintained in accordance with the manual. B. Drawings —The Contractor shall be provided dimensional drawings and, when specified, utilize these drawings to show details for construction, materials, specifications, reinforcing, pipe joints and any maintenances. C. Manufacturer's Warranty —The manufacturer shall warranty all components of the units for a minimum period of one year provided the unit is operated and maintained in accordance with the manual. Improper operation, maintenance or accidental or illegal activities (i.e. dumping of pollutants, vandalism, etc.) will void the warranty. D. Substitutions — Any proposed equal alternative product substitution to this specification shall be submitted for review and approved prior to bid opening. Review package SP 95 should include third party reviewed performance data for both flow rate and pollutant removal. Pollutant removal data should follow TAPE or TARP protocols. 7 -06.3 Construction Requirements The Contractor will be responsible for unloading and installation of the delivered product. Each unit shall be constructed at the locations and elevations according to the sizes shown on the Plans. Any modifications to the elevation or location shall be at the direction of and with approval by the Engineer. Inlet and outlet connections shall be aligned to meet the Plans with modifications necessary to meet site conditions. Once the unit is set, backfilling should be performed in a careful manner, bringing the appropriate fill material up in 5" lifts on all sides. In all instances installation of filter unit shall conform to ASTM Specification C891 "Standard Practice for Installation of Underground Precast Utility Structures ". 7 -06.4 Measurement Filterra units will be measured per each, and shall include concrete box & top, engineered media, hardwood mulch, internal underdrain system & clean out, plant material, standard tree grate and 1 year of maintenance of each Filterra unit (Maintenance agreement is between owner of Filterra and Americast). The plant /tree and mulch (activation) will be installed by Americast only after the Filterra units are installed and the site is fully stabilized (full landscaping, grass cover, final paving and street sweeping completed). Structure Excavation Cl. B Incl. Haul shall be will be measured by the cubic yard as specified in Section 2 -09. Shoring or Extra Excavation Class B will be measured as specified in Section 2 -09.4. 7 -06.5 Payment Payment will be made in accordance with Section 1 -04.1, for each of the following Bid items that are included in the proposal: "Precast Filterra Unit, 6' x 4 "', per each "Precast Filterra Unit, 4' x 4' ", per each All costs associated with furnishing and installing gravel backfill for bedding these units shall be included in the unit Contract price for the item installed. SP 96 7 -08 GENERAL PIPE INSTALLATION REQUIREMENTS 7- 08.3(1)C Bedding the Pipe Section 7- 08.3(1)C is supplemented by adding the following: Pipe bedding for PVC sewer pipe shall consist of clean, granular pea gravel consistent with section 9- 03.12(3). It shall be placed to a depth of 6" over and 6" under the exterior walls of the pipe. Hand compaction of the bedding materials under the pipe haunches will be required. Hand compaction shall be accomplished by using a suitable tamping tool to firmly tamp bedding material under the haunches of the pipe. Care shall be taken to avoid displacement of the pipe during the compaction effort. Pipe bed_ ding shall be considered incidental to the pipe and no further compensation shall be made. 7- 08.3(2)A Survey Line and Grade Section 7- 08.3(2)A is replaced with: Survey line and grade control shall be provided in accordance with Sections 1 -05.4, 1 -05.5 and 1- 11 in a manner consistent with accepted practices. The Contractor shall transfer line and grade into the trench where they shall be carried by means of a laser beam using 50 foot minimum intervals for grade staking. Any other procedure shall have the written approval of the Engineer. 7- 08.3(2)B Pipe Laying— General Section 7- 08.3(2)6 is supplemented by adding the following: Checking of the invert elevation of the pipe may be made by calculations from measurements on the top of the pipe, or by looking for ponding of 1/2" or less, which indicates a satisfactory condition. At manholes, when the downstream pipe(s) is of a larger size, pipe(s) shall be laid by matching the (eight- tenths) flow elevation, unless otherwise approved by the Engineer. All pipe, fittings, etc. shall be carefully handled and protected against damage, impact shocks, and free fall. All pipe handling equipment shall be acceptable to the Engineer. Pipe shall not be placed directly on rough ground but shall be supported in a manner which will protect the pipe against injury whenever stored at the trench site or elsewhere. No pipe shall be installed where the lining or coating show defects that may be harmful as determined by the Engineer. Such damaged lining or coating shall be repaired, or a new undamaged pipe shall be furnished and installed. SP 97 The Contractor shall inspect each pipe and fitting prior to installation to insure that there are not damaged portions of the pipe. Any defective, damaged or unsound pipe shall be repaired or replaced. All foreign matter or dirt shall be removed from the interior of the pipe before lowering into position in the trench. Pipe shall be kept clean during and after laying. All openings in the pipe line shall be closed with water tight expandable type sewer plugs at the end of each day's operation or whenever the pipe openings are left unattended. The use of burlap, wood, or other similar temporary plugs will not be permitted. Where necessary to raise or lower the pipe due to unforeseen obstructions or other causes, the Engineer may change the alignment and /or the grades. Except for short runs which may be permitted by the Engineer, pipes shall be laid uphill on grades exceeding 10 percent. Pipe which is laid on a downhill grade shall be blocked and held in place until sufficient support is furnished by the following pipe to prevent movement. Unless otherwise required, all pipe shall be laid straight between the changes in alignment and at uniform grade between changes in grade. For concrete pipes with elliptical reinforcement, the pipe shall be placed with the minor axis of the reinforcement in a vertical position. immediately after the pipe joints has been made, proper gasket placement shall be checked with a feeler gage as approved by the pipe manufacturer to verify proper gasket placement. 7- 08.3(2)E Rubber Gasketed Joints Section 7- 08.3(2)E is supplemented as follows: Care shall be taken by the Contractor to avoid over pushing the pipe and damaging the pipe or joint system. Any damaged pipe shall be replaced by the Contractor at his expense. 7- 08.3(3) Backfilling Section 7 -08.3 is revised and supplemented as follows: / * ** * * *1 Select Imported Trench Backfill shall be placed between the pipe bedding and the base of the subgrade where the native materials are not suitable for backfill as determined by the Engineer. The remaining depth shall be restored as noted on the plans. To the maximum extent possible, suitable material obtained from trench excavation shall be used for trench backfill. All material placed as trench backfill shall be free from rocks or stones larger than 2 inches in their greatest dimension, brush, stumps, logs, roots, debris, and organic or other deleterious materials. No stones or rock shall be placed in the upper 3 feet of trench backfill. Rock or stones within the allowable size limit incorporated in the reminder of fills shall be distributed so that they do not congregate or interfere with proper compaction. Contractor shall be responsible for the disposal of any excess excavated soil material. The Contractor shall protect suitable native excavated material from becoming unsatisfactory as a result of moisture or separation. During dry weather conditions, suitable native backfill shall meet the criteria for common borrow as described in Section 9- 03.14(3). Common borrow will be suitable for use as structural fill during dry weather conditions only, and with the approval of the Engineer. If structural fill is placed during wet weather, the structural fill shall consist of Select Imported Trench Backfill as described in Section 9- 03.19. The contractor shall provide five working days for the Contracting Agency to test native SP 98 materials for suitability prior to use as backfill material. Backfill within paved areas shall be compacted to at least 95 percent of maximum dry density as determined by the modified Proctor compaction test, ASTM D 1557. This includes the foundation, backfill, and base course materials. Maximum lift thickness of backfill shall not exceed 24 inches between the top of the bedding and 4 feet below grade and 12 inches from 4 feet below grade to the base of the subgrade. The Engineer may be on site to collect soil samples and to test compaction. The Contractor shall provide site access at all times for compaction testing and sample collection. Areas of the trench that fail to meet the compaction requirements shall have the backfill removed, replaced, and recompacted at the contractor's expense. The Contractor shall be responsible for any settlement of backfill, subbase, and pavement that may occur during the period stipulated in the Contract conditions. All repairs necessary due to settlement shall be made by the Contractor at Contractor's expense. Backfill in unimproved areas shall be compacted to at least 90 percent of maximum dry density as determined by the modified Proctor compaction test, ASTM D 1557. 7- 08.3(5) Utility Crossings Section 7- 08.3(5) is new section: Wherever a new storm sewer will cross above or below another existing utility with a clearance of 6 inches or less, polyethylene plastic foam shall be placed between the pipes as a cushion before backfilling. Polyethylene plastic foam shall meet the Federal Specification PPP- C -1752C Type 1, Class 2, (Ethafoam). 7 -08.4 Measurement The first paragraph of Section 7 -08.4 is revised as follows: Gravel backfill for foundations, or gravel backfill for pipe zone bedding when used for foundations, shall be measured by the ton, including haul, as specified in 2 -09. 7 -08.5 Payment Section 7 -08.5 is replaced with: Unless specifically identified and provided as separate items, structure excavation, dewatering and backfilling shall be incidental to pipe installation and no further compensation shall be made. Payment for backfill will be as defined in the unit price for Crushed Surfacing Base Course per Section 4 -04.5 of the Standard Specifications. 7 -12 VALVES FOR WATER MAINS 7- 12.3(1) Installation of Valve Marker Post Section 7- 12.3(1) has been revised as follows: SP 99 Where required, a valve marker post shall be furnished and installed with each valve. Valve marker posts shall be placed at the edge of the right -of -way opposite the valve and be set with 18 inches of the post exposed above grade. The rest of this section is deleted. 1- 12.3(2) Adjust Existing Valve Box to Grade Section 7- 12.3(2) is an added new section: Valve boxes shall be adjusted to grade in the same manner as for manholes, as detailed in Section 7- 05.3(1) of these special provisions. Valve box adjustments shall include, but not be limited to, the locations shown on the Plans. Existing roadway valve boxes shall be adjusted to conform to final finished grades. The final installation shall be made in accordance with the applicable portions of Section 7 -12. In the event that the existing valve box is plugged or blocked with debris, the Contractor shall use whatever means necessary to remove such debris, leaving the valve installation in a fully operable condition. The valve box shall be set to an elevation tolerance of one - fourth inch (1/4 ") to one -half inch (1/2 ") below finished grade. 7 -12.4 Measurement Section 7 -12.4 is supplemented by adding the following: Adjustment of existing valve boxes to grade shall be measured per each. Hydrant auxiliary gate valve will be included in the measurement for hydrant assembly and will not be included in this measurement item. 7 -12.5 Payment Section 7 -12.5 is replaced with the following: "Adjust Valve Box ", per each. "Valve Casting and Lid ", per each. The contract bid price for "Adjust Existing Valve Box to Grade" above shall be full compensation for all labor, material, tools and equipment necessary to satisfactorily complete the work as defined in the Contract Documents, including all incidental work. SP 100 The contract bid price for "Valve Casting and Lid" above shall be full compensation for all labor, material, tools and equipment necessary to satisfactorily install the valve casting and lid. 7 -14 HYDRANTS 7- 14.3(1) Setting Hydrants Paragraph four and five of Section 7- 14.3(1) is revised and the section is supplemented as follows: After all installation and testing is complete, the exposed portion of the hydrant shall be painted with two field coats. The type and color of paint will be designated by the Engineer. Any hydrant not in service shall be identified by covering with a burlap or plastic bag approved by the Engineer. Hydrants shall be installed in accordance with AWWA specifications C600 -93, Sections 3.7 and 3.8.1 and City of Renton and WSDOT standard details. Upon completion of the project, all fire hydrants and guard posts shall be painted with two coats of preservative paint NO. 43 -655 safety yellow or approved equal. Fire hydrants shall be of such length as to be suitable for installation with connections to 6 ", 8" AND 10" piping in trenches 3 - 1/2 feet deep unless otherwise specified. The hydrant shall be designed for a 4 -1/2 foot burial where 12" and larger pipe is shown unless otherwise noted on the plan. Fire hydrant assembly shall include: cast -iron or ductile iron tee (MJ x FL), 6" gate valve (FL x M1), 6" DI spool (PE x PE), 5 -1/4" MVO fire hydrant (MJ connection), 4" x 5" Stortz adapter, cast iron valve box and cover, 3/4" shackle rods and accessories, concrete blocks and two concrete guard posts (only if hydrants are outside right -of -way). Joint restraint (Shackle Rods) shall be installed in accordance with Section 7- 11.3(15) 7- 14.3(2) A Hydrant Restraint Replace this Section with the following: "Hydrant laterals shall be restrained in accordance with Paragraph 9- 30.2(6)." 7- 14.3(3) Resetting Existing Hydrants Replace this Section with the following: Resetting of existing hydrants shall not be allowed. Hydrant assembly shall be constructed as shown on the plans or as directed by the Engineer with all new material. Removed hydrants shall be delivered to the City maintenance and operation facility. 7- 14.3(4) Moving Existing Hydrants Replace this Section with the following: SP 101 Moving existing hydrants shall not be allowed. Hydrant assembly shall be constructed as shown on the plans or as directed by the Engineer with all new material. Removed hydrants shall be delivered to the City maintenance and operation facility. 7- 14.3(5) Reconnecting Existing - Hydrants Replace this Section with the following: Reconnecting of existing hydrants shall not be allowed. "Hydrant Assembly" shall be constructed as shown on the plans or as directed by the Engineer with all new material. Removed hydrants shall be delivered to the City maintenance and operation facility. 7 -14.5 Payment Payment will be made in accordance with Section 1 -04.1, for each of the following Bid items that are included in the proposal: "Hydrant Assembly", per each The unit contract price per each for "Hydrant Assembly" shall be full pay for all work to furnish and install hydrant assemblies complete in place, including but not limited to: clearing and grubbing; plugging existing lines; delivery of existing hydrant and valve to City at designated location; excavation, removal, haul and disposal of excavated materials; furnishing, installing, testing, and disinfecting pipes, pipe between tee and hydrant; fire hydrant fittings, valve, and appurtenances; installing thrust blocks; dewatering; testing; furnishing, installing, compacting, and testing bedding and backfill materials; cleanup; painting; and any additional work, materials, and equipment required to construct an operating fire hydrant. No separate payment will be made for the 6 -inch ductile iron pipe between the hydrant tee and the hydrant. 7 -15 SERVICE CONNECTIONS Section 7 -15.1 is supplemented with the following: 7 -15.1 Description Water service lines along the length of the project will be replaced and water meters will be relocated and /or replaced as shown in the Plans. These new water service lines shall be installed as the last underground utility. Prior to and after installation of these water service lines, the Contractor shall protect all water service lines that cross the roadway from damages during construction. Before proceeding with construction activities near water service crossings, the Contractor shall pothole the crossings in advance to determine if a conflict exists with the proposed utilities improvements. If a conflict exists, the Contractor shall notify the Engineer and coordinate service line relocation with City of Renton Water Maintenance. Should potholing reveal that the existing water service line is made of galvanized piping, the Contractor shall notify the Engineer and coordinate the replacement of the galvanized line with copper pipe by SP 102 City Water Maintenance. A two -week advance notice shall be required for each water service requiring relocation or replacement. If a water service line does not require relocation or replacement and is damaged during the course of construction, the Contractor shall be responsible for all labor, materials, and equipment costs associated with the repair or replacement of the service line by City Water Maintenance. The City will install water service lines, meter setter, meter box materials, the water meter, and make the connection to the private service line for service lines that are connected to existing water mains. The Contractor will install water service lines, meter setter, meter box materials, and make the connection to the private service line for service lines that are connected to new water mains. The City will install the water meter. 7 -15.2 Materials Section 7 -15.2 is supplemented with the following: All pipe, meter setter, and meter box materials will be provided by City Water Maintenance. 7 -15.3 Construction Requirements Section 7 -15.3 is supplemented with the following: Service lines shall be a single continuous line between the water main and the meter. No splices or couplings will be allowed in the line. Service connections shall be constructed and installed per the Plans and Details in Appendix A. The following sequence shall apply to all planned water service line replacements or relocations: 1. Contractor potholes and identifies the elevations and pipe materials for all water service line crossings with regard to the new utilities improvements. 2. If there is a conflict between the existing water service line and the new City utilities to be installed as a part of this Contract or if the existing water service line is made of galvanized pipe, the Contractor shall notify the City and coordinate the relocation or replacement of the water service line by the City Water Maintenance Department. A two -week advance notice shall be required for each water service requiring relocation or replacement. 3. The Contractor shall fill and grade the area where the meter will be relocated to the finished grade elevation prior to the relocation of the water service line and meter by City Water Maintenance. The Contractor shall excavate and expose the end of the existing water service line, meter setter, and water meter to be relocated by City Water Maintenance or by the Contractor. 4. City of Renton Water Maintenance will furnish pipe materials and City of Renton Water maintenance or the Contractor will install the extension of the existing copper service line and meter setter, will relocate the water meter to the new location as shown on the Plans and will make the connection to the private service line. The City will install the water meter. SP 103 5. The Contractor shall backfill and compact the trench for the water service line and restore the area to finish grade. 7 -15.5 Payments Section 7 -15.5 is supplemented with the following: Payment shall be made for the following bid items: "Service Connection 1 % -In. Diam. w/ 1 -In. Meter Setter", per each The unit contract price per each for "Service Connection 1%- In. Diam.w /1 -In. Meter Setter" shall be full pay for all work to install the service connection, as shown in the Standard Details, including but not limited to: excavation, removal, hauling and disposal of excavated materials; furnishing, installing, and testing of main connection, corporation stop, valves, fittings, service line, meter setter, meter box and appurtenances; and connection to new irrigation system to provide a complete and operable system. 7 -17 SANITARY SEWERS 7 -17.5 Payment Section 7 -17.5 is supplemented with the following: "Manhole Frame and Cover ", per each. The contract bid price for "Manhole Frame and Cover" above shall be full compensation for all labor, material, tools and equipment necessary to satisfactorily install the manhole frame and cover. END OF DIVISION 7 SP 104 DIVISION 8 — MISCELLANEOUS CONSTRUCTION 8 -01 EROSION CONTROL AND WATER POLLUTION CONTROL 8 -01.1 Description Section 8 -01.1 is supplemented as follows: Throughout Section 8 -01, replace the term "Temporary Erosion and Sediment Control Plan" (TESC) with "Stormwater Pollution Prevention Plan" ( SWPPP). Work shall include installation of temporary erosion control devices including, but not limited to, ESC Lead, inlet protection, plastic covering, filter fabric (silt) fence, coir erosion control blanket, wattle, erosion /water pollution control and tree /shrub protection /high visibility fencing. The Contractor shall make, at the Contractor's expense, whatever arrangements may be necessary to ensure an adequate supply of water required for erosion control. 8- 01.3(1)B Erosion and Sediment Control (ESC) Lead Section 8- 01.3(1)B is supplemented by the following; 4. The ESC Lead shall be responsible for the monitoring, reporting and recordkeeping requirements as specified in the Construction Stormwater General Permit and section 8- 01.3(1)G. 8- 01.3(1)F Stormwater Pollution Prevention Plan ( SWPPP): Section 8- 01.3(1)F is a new Section: A Stormwater Pollution Prevention Plan ( SWPPP) shall be prepared by the Contractor and submitted for approval to the Engineer. The plan shall consist of the Contractor's complete strategy to meet the requirements of the Department of Ecology's NPDES and State Waste Discharge General Permit for Stormwater Discharges Associated With Construction Activity (General Permit). The SWPPP shall include and modify as necessary the Site Preparation and Erosion Control Plan drawings provided as part of the Contract Plans. The Contractor shall prepare review and modify the SWPPP as necessary to be consistent with the actual work schedule, sequencing, and construction methods that will be used on the project. The Contractor's SWPPP shall meet the requirements of the general permit. The Contractor's modifications to the SWPPP shall also incorporate the content and requirements for the Spill Prevention, Control and Countermeasures (SPCC) Plan in accordance with Section 1- 07.15(1). SP 105 The SWPPP shall document all the erosion and sediment control Best Management Practices (BMPs) proposed, whether permanent or temporary. The plan shall document installation procedures, materials, scheduling, and maintenance procedures for each erosion and sediment control BMP. The Contractor shall submit the SWPPP for the Engineer's approval before any work begins. The Contractor shall allow at least five working days for the Engineer's review of the initial SWPPP or any revisions to the modified SWPPP. Failure to approve all or part of any such plan shall not make the Contracting Agency liable to the Contractor for any work delays. The Contractor may not begin work without an approved Contractor's SWPPP. In addition, the SWPPP shall outline the procedures to be used to prevent high pH stormwater or dewatering water from entering surface waters. The plan shall include how the pH of the water will be maintained between pH 6.5 and pH 8.5 prior to being discharged from the project or entering surface waters. Prior to beginning any concrete or grinding work, the Contractor shall submit the plan, for the Engineer's review and approval. As a minimum, the SWPPP shall include all the SWPPP requirements identified in the General Permit, including: Narrative discussing and justifying erosion control decisions (12 elements) Drawings illustrating BMPs types and locations Engineering calculations for ponds and vaults used for erosion control A schedule for phased installation and removal of the proposed BMPs, including: A. BMPs that will be installed at the beginning of project startup. B. BMPs that will be removed upon completion of the project. An Ecology template is available to the Contractor for producing the SWPPP, using project - specific information added by the Contractor. The template and instructions are available at: http: / /www.ecy.wa.gov/ programs /wq /stormwater /construction/ 8- 01.3(1)G Monitoring Requirements Section 8- 01.3(1)G is a new section: Monitoring of stormwater shall be conducted for comparisons to benchmark values for turbidity and pH as described in the General Permit. The Contractor shall provide weekly stormwater monitoring of the project stormwater discharge locations for turbidity and pH as required for sites which disturb 5 acres or more as described in the General Permit. In addition, the Contractor shall: 1. Review project maps, project definition, and the proposed construction schedule to understand when and where construction activities have the greatest potential to impact specific water quality parameters. SP 106 2. Assume one discharge locations to be monitored. Establish three specific project sampling locations for sampling and monitoring at each discharge location to determine background, outfall, and downstream water quality conditions. 4. Develop a map to be included in the SWPPP for approval that identifies the Contractor's proposed sampling station locations. Keep the map with the monitoring and reporting forms so personnel responsible for monitoring, recording and reporting can understand the locations and access the sampling stations. 5. Establish a sampling schedule such that monitoring is conducted weekly during storm events that exceed 0.5 inches of rainfall within 24 hours, while the project is active. 6. Establish procedures that adapt to unanticipated events such as severe storms, schedule adjustments, modified construction techniques, etc. Submit any modifications to the procedures to the Project Engineer for approval. 7. Calibrate equipment according to manufacturers' recommendations and according to their specified schedule. If data appears suspect, perform additional calibrations immediately. Payment for stormwater monitoring and related reporting and recordkeeping will be made under the lump sum item SWPPP. Turbidity and pH Exceedances Following any exceedances of the turbidity or pH benchmarks, the Contractor shall provide the following at no additional cost to the Contracting agency: 1. The necessary SWPPP revisions and on -site measures /revisions including additional source control, BMP maintenance, and /or additional stormwater treatment BMPs that are necessary to prevent continued exceedance of turbidly and /or pH benchmarks. 2. the regulatory notification to the Dept of Ecology and to the Engineer of any monitoring results requiring regulatory notification. 3. the additional daily sampling and reporting measures described in the General Permit to verify when project site runoff is in compliance. 8 -01.3(2)B Seeding and Fertilizing Section 8- 01.3(2)B is supplemented with the following: All disturbed areas shall be hydroseeded except as are designated to be planted or mulched. The seeding may be accomplished by approved hand methods when impractical to perform by hydroseeding. The Contractor shall submit the proposed plan for hand seeding to the Engineer for approval five days prior to any seeding. SP 107 8 -01.4 Measurement Section 8 -01.4 is supplemented with the following: No specific measurement to the lump sum item for Stormwater Pollution Prevention Plan. 8 -01.5 Payment Section 8 -01.5 is supplemented with the following: Payment will be made in accordance with Section 1 -04.1, for the following bid item when it is included in the proposal: "Erosion /Water Pollution Control ", by force account. "Inlet Protection ", per each. "Silt Fence ", per linear foot. "Stormwater Pollution Prevention Plan (SWPPP) ", lump sum The lump sum contract price for the "Stormwater Pollution Prevention Plan" shall be full pay for all costs associated with complying with the Special and General Conditions of the General Permit; including creating, submitting, modifying and maintaining the SWPPP; design and submittal of erosion and sediment control BMPs including providing, maintaining on site the standby equipment and materials to comply with the General Permit; providing all stormwater monitoring and reporting, and other specified SWPPP requirements. Maintenance and removal of all BMP's shall be considered incidental to and included in the unit contract price for the erosion control item provided. Roadway sweeping and cleaning, and any water required shall be considered incidental to and included in the unit contract prices for the various bid items and NO additional payment will be made. All costs associated with tree /shrub protection shall be included in the lump sum contract price for "Stormwater Pollution Prevention Plan (SWPPP) ". 8 -02 ROADSIDE RESTORATION 8 -02.1 Description Section 8 -02.1 is supplemented as follows: SP 108 All plant materials required by the Bid Documents shall be plant selection (PS) per the Standard Specifications. 8 -02.3 Construction Requirements 8 -02.3(1) Responsibility During Construction Section 8- 02.3(1) is supplemented with the following: The Contractor shall provide one person (with contact information) who shall: 1. Direct work performed under this section. 2. Be familiar with materials and best methods for installation. 3. Be present at all times during execution of work in this section Landscape materials shall not be installed until weather permits and installation has been authorized by the Engineer. If water restrictions are anticipated or in force, planting of landscape materials may be delayed. Throughout planting operations, the Contractor shall keep the premises clean, free of excess soils, plants, and other materials, including refuse and debris, resulting from the Contractor's work. At the end of each work day, and as each planting area is completed, it shall be neatly dressed, and all surrounding walks and paved areas shall be cleaned to the satisfaction of the Engineer. No flushing will be allowed. At the conclusion of work, the Contractor shall remove surplus soils, materials, and debris from the construction site and shall leave the project in a condition acceptable to the Engineer. 8- 02.3(2) Roadside Work Plan Section 8- 02.3(2) is supplemented with the following: The Roadside Work Plan shall be submitted to the Engineer one week prior to initiating proposed work. The use of chemical herbicides shall be considered on a case -by -case basis. The contractor must submit, as part of the Work Plan, the intent to use chemical herbicides to the Engineer for approval prior to use. 8- 02.3(4)A Topsoil Type A Section 8- 02.3(4)A is supplemented with the following: The Contractor shall provide Topsoil Type A. Topsoil Type A shall conform to Section 9- 14.1(1) of these Special Provisions and shall be supplied by a Contractor's supplied source, and as approved by the Engineer. SP 109 8 -02.3(5) Planting Area Preparation Section 8- 02.3(5) is supplemented with the following: Upon approval of subgrades by the Engineer, imported Topsoil Type A shall be placed to a compacted depth as indicated on the Plans. Topsoil Type A shall be place in sides and bottoms of all tree pits to a depth of thirty six (36) inches, and shrub pits to dimensions shown and two (2) inches in lawn areas, or to depths indicated on the Plans. In all other planting areas, place 12" Topsoil Type A as indicated on the plans. Lightly compact soil and establish a smooth and uniform finished grade that protects against obstruction to surface drainage and ponding. In seeded areas materials shall be placed so that after settlement of finished grades the top of the soil level will be even and % to % inch below the top of sidewalks in lawn areas. For bark - mulched areas, finish grade of bark mulch shall be one (1) inch below top of curb or sidewalk. For planting areas that become compacted due to construction use, such as staging areas and access roads, the Contractor shall loosen and cultivate to a minimum depth of 12 inches prior to planting operations. No cultivation shall occur in areas within the drip line of existing vegetation scheduled to remain. Landscape areas shall be brought to a uniform finished grade with the root zone flush with the top of curbs and sidewalks in lawn areas, and the top of the mulch flush with the top of curbs and sidewalk in planting areas. Topsoil or Bark Mulch shall not be placed until the Engineer has approved the planting area subgrade. 8- 02.3(8) Planting Section 8- 02.3(8) is supplemented with the following: Use loosened and replaced compacted mineral native soil without organics under tree rootball Use topsoil on sides of tree rootball only. Use full depth of topsoil for shrubs and groundcovers. Trees shall be handled by the root ball, not by the trunk. Burlap and wire shall remain intact until trees are set in their final positions within each planting pit. Plant trees and shrubs upright and rotate in order to give the best appearance or relationship to adjacent plants, topography and structures. Hold plant rigidly in position until topsoil has been backfilled and water settled free of voids and air pockets and tamped firmly around the ball or roots. When the pit is backfilled halfway, place the specified quantity of fertilizer plant tablets and stakes as shown on the Plans. Evenly space the fertilizer tablets around the perimeter of, and SP 110 immediately adjacent to the root system. Carefully place, water and compact planting topsoil, fill all voids. Tree root crowns to be 1" higher than finished grade to allow for settlement. When the planting pit is three - quarters (3/4) backfilled, fill with water and allow water to soak away. Fill the pits with additional topsoil to finish grade and continue backfilling as detailed on the Plans. Water trees immediately after planting. 8 -02.3(10) Fertilizers Section 8- 02.3(10) is supplemented with the following: Fertilizer shall be a standard commercial grade of organic or inorganic fertilizer as specified herein. All fertilizers shall be furnished in standard unopened containers with weight, name of plant nutrients and manufacturer's guaranteed statement of analysis clearly marked, in accordance with State and Federal law. Trees and shrubs shall be fertilized at a rate according to manufacturer's recommendations. Fertilizer tablets shall be slow release (20 -10 -15 NPK). The Contractor shall use (5) 21 gram tablets per tree and one (1) 10 gram tablet per shrub or groundcover. 8- 02.3(11) Bark or Wood Chip Mulch Section 8- 02.3(11) is supplemented with the following: Bark Mulch shall be medium course grind Douglas Fir or Hemlock mulch with sample approved by the Engineer. It shall be ground so that a minimum of 95 %, by volume, of the material will pass through a 1 -inch sieve. Ground bark shall not contain elements in quantities that would be detrimental to plant life. Wood cellulose tissue of fiber (wood pulp), wood waste, wood shavings, wood sawdust, wood chips, or any product that contains greater than 5 %, by volume, of the hard, lignified wood portion of the tree will not be accepted. Apply to two (2) inch depth in all tree, shrub and groundcover areas, and disturbed areas as noted on Plans. 8 -02.3(13) Plant Establishment Section 8- 02.3(13) is supplemented with the following: Plant establishment shall consist of insuring resumption and continued growth of all planted material including trees, shrubs, ground cover, lawn sod and seeded areas for a period of two (2) years. This shall include, but is not limited to labor and materials necessary for removal and replacement of any rejected plant material planted under this contract. 8 -02.3(16) Lawn Installation Section 8- 02.3(16) is supplemented with the following: Lawn mix and application rate shall be per Section 9 -14.2 Seed, of these Special Provisions. SP 111 8 -02.3(17) Protection of Private Property and Property Restoration Section 8- 02.3(17) is a new section: The Contractor is specifically reminded that unnecessary damage caused beyond the limits of clearing or construction shall be repaired in like or better condition at the Contractor's sole expense. Restore all disturbed areas to original condition or better. If additional work which is not shown on the Plans, and which is not due to damages by the Contractor beyond the construction limits and for which no unit price is provided in the Contract, is deemed necessary and directed by the Engineer, the Contractor shall be compensated by force account under "Property Restoration ". The Contractor shall identify, protect from damage and modify all private irrigation systems adjoining the project area. Protection of existing irrigation systems shall be included in the various bid items. Modifications to existing private irrigation systems shall be measured and paid by force account under "Repair Existing Irrigation System ". 8- 02.3(18) Landscape and Irrigation Maintenance Bond Section 8- 02.3(18) is a new section: The contractor shall be required to furnish a Landscape and Irrigation Maintenance Bond upon completion of landscape and irrigation work that shall be for 2 years and be set at 15% of the construction costs for PSIPE plantings, Seeded Lawn Installation and Automatic Irrigation System, Complete. 8 -02.5 Payment Section 8 -02.5 is supplemented as follows: Payment will be made in accordance with Section 1 -04.1, for the following bid item when included in the proposal: "Topsoil Type A ", per cubic yard. "PS Pyrus calieryana 'Capital'/ Capital Flowering Pear, 10' -12' Ht, 2" Cal ", per each. "PS Euonymus alatus 'Compacts'/ Compact Burning Bush, 2 Gal Cont ", per each. "PS Hebe 'Red Edge'/ NCN, 1 Gal Cont ", per each. "PS Juniperus horizontalis 'Wintonii'/ Blue Rug Juniper, 1 Gal Cont ", per each . "PS Pinus mugo'Pumilio'/ Little Mugho Pine, 2 Gal Cont ", per each. "PS Rhodendron 'Blue Diamond/ Blue Diamond Rhododendron, 2 Gal Cont ", per each. "PS Rhodendron 'PJM'/ PJM Rhododendron, 2 Gal Cont", per each. "PS Thuja occidentalis'Emerald Green'/ Arborvitae, 5' -6' Ht ", per each. "PS Viburnum davidii/ David Viburnum, 2 Gal Cont ", per each. "PS Stipa tenuissima/ Mexican Feather Grass, 1 Gal Cont ", per each. SP 112 "PS Fragaria chi loensis'Lipstick'/ Ornamental Strawberry, 1 Gal Cont", per each. "Bark or Wood Chip Mulch ", per cubic yard. "Seeded Lawn Installation ", per square yard. "Relocate Existing Tree ", per each. "Property Restoration ", by force account as provided in Section 1 -09.6. "Plant Establishment - 2 Year", per lump sum. "Relocate Existing Tree" shall be per the notes & details shown on the Plans. All excavation, haul, and disposal of surplus excavated material required for placing topsoil, mulch, and planting or relocation of trees and shrubs shall be included in the various items and no additional payment will be made. The contract bid price for "PS" per each, shall be full compensation for all labor, material, tools, equipment, and supplies necessary to fine grade, produce, plant, cultivate and cleanup for the particular items called for in the Plans. 'Plant Establishment - 2 Year', shall be paid upon certification that all landscape and Irrigation work in this contract has been completed, constituting Completion of Initial Planting per Section 8- 02.3(12) of the Standard Specifications, and accepted in accordance with Section 8- 02.3(13) of the Standard Specifications and Sections 8- 02.3(18) and 8 -03 of the Special Provisions, and shall include the cost of the Landscape and Irrigation Maintenance Bond provided under Section 8- 02.3(18) of the Special Provisions. 8 -03 IRRIGATION SYSTEMS 8 -03.3 Construction Requirements Section 8 -03.3 is supplemented with the following: Private sprinkler irrigation systems found to encroach within the limits of improvements shall be modified as necessary to remove the encroachment and to ensure satisfactory operation of the remaining system, as indicated on the Plans. The Contractor shall ensure that existing private systems remain in operation during the construction of this project. The Contractor shall furnish temporary water to disconnected existing irrigation systems. Private irrigation systems that have been damaged during construction activities shall be repaired within 5 working days. The Contractor shall be liable for any damage due to irrigation facilities damaged by his operations and shall repair such damaged facilities to an "equal or better than" original condition. This work will include, but not be limited to, cutting and capping existing pipe, relocating existing risers and sprinkler heads new pipe heads and connections, and testing of the system. Modifications to existing private irrigation systems shall be measured and paid by force account under the "Repair Existing Irrigation System ". SP 113 8 -03.3(3) Piping Section 8- 03.3(3) is supplemented with the following: All irrigation sleeves shall be Schedule 40 and sized and located as shown on the Plans. Sleeving II size shall be a minimum of two times the diameter of all pipe and control wire to be placed in the sleeve. The Contractor is alerted that irrigation sleeves are not shown on the roadway Plan & Profile I� Sheets and thus will require coordination with the Irrigation Plans. 8- 03.3(7) Flushing and Testing Section 8- 03.3(7) is supplemented with the following: Private sprinkler irrigation systems shall also be pressure coverage tested per Section 8 -03 of the Standard Specifications and as indicated herein these Special Provisions. The Contractor shall pretest and prove functional then advise the Engineer at least 48 hours before pressure and coverage tests are to be conducted and shall have the approval of the Engineer before backfilling. 8- 03.3(9) Backfill Section 8- 03.3(9) is supplemented with the following: Backfilling of irrigation piping shall be in accordance with Section 7- 08.3(3) Backfilling of these Special Provisions. II In paved asphalt areas, the top 6 inches of the trench shall consist of HMA, Class A. All backfilled trenches shall be repaired by the Contractor at his expense, including restoration of plant materials. 8 -03.3(11) System Operation Section 8- 03.3(11) is supplemented with the following: The entire sprinkler system shall be guaranteed by the Contractor to give complete and satisfactory service for a period of one year from the date of Initial Planting Acceptance by the City of Renton. All system malfunctions within the one year period, which in the opinion of the Engineer, is due to faulty material or workmanship, shall be corrected, without delay, to the satisfaction of the Engineer at the Contractor's expense. SP 114 8 -03.3(13) Irrigation Water Service Section 8- 03.3(13) is supplemented with the following: The irrigation water services and meter setters shall be installed as shown on the Plans. Meter setters and connections to the existing water mains will be installed and paid for under Section 7 -15, Service Connections. The Contractor shall be responsible for providing, installing and coordinating the irrigation meter installation with the City of Renton Water and Sewer Division. The Contractor shall provide a minimum of 30 calendar days prior notice to the Engineer for the desired date for the meter installation to insure no delays to the Work. The City shall apply and pay for associated fees for water meter and installation. The Contractor shall coordinate installation, all required inspections with City Water Department, and obtain approval from the Water Department for irrigation. 8 -03.3(14) Irrigation Electrical Service Section 8- 03.3(14) is supplemented with the following: Irrigation Electrical Service is provided at the location shown on Signal Plans. Contractor shall splice and run conduit and wire from the service cabinet as shown to the automatic controllers. Contractor shall apply and pay for all associated fees and permits for electrical installation as required by the Contracting agency. 8 -03.5 Payment Section 8 -03.5 is supplemented with the following: Payment will be made in accordance with Section 1 -04.1, for the following bid item when included in the proposal: "Automatic Irrigation System, Complete ", Lump Sum "Repair Existing Irrigation System ", per force account The lump sum price for "Automatic Irrigation System, Complete" shall be full compensation for furnishing all labor, materials, tools, and equipment necessary or incidental to the construction of the complete and operable sprinkler irrigation system, including but not limited to: excavation, backfilling, compaction, or restoration of materials associated with the installation of the Irrigation System. All costs for furnishing and installing plastic valve boxes where indicated and as detailed in the Plans and all costs of inspections and tests performed on Double Check Valve Assembly shall be included in the unit contract price for "Automatic Irrigation System, Complete ". SP 115 8 -04 CURBS, GUTTERS AND SPILLWAYS 8- 04.3(1) Cement Concrete Curbs, Gutters, and Spillways Section 8- 04.3(1) is supplemented as follows: Cement concrete traffic curb and gutter, dual -faced cement concrete traffic curb, cement concrete pedestrian curb and cement concrete monolithic curb shall be constructed per the Plans and Standards Details included in Appendix A. 8 -04.5 Payment Section 8 -04.5 is supplemented as follows: Payment will be made in accordance with Section 1 -04.1, for the following bid item when included in the proposal: "Cement Conc. Traffic Curb and Gutter", per linear foot. "Dual -Faced Cement Conc. Traffic Curb ", per linear foot. "Cement Conc. Pedestrian Curb ", per linear foot. "Cement Conc. Monolithic Curb ", per linear foot. All costs associated with providing curb dowels for "Cement Concrete Monolithic Curb" shall be included in the linear foot price for the curb installed. 8 -06 CEMENT CONCRETE DRIVEWAY ENTRANCES 8 -06.3 Construction Requirements Section 8 -06.3 is supplemented as follows: Cement concrete driveway entrances shall be constructed as shown on the Plans. 8 -06.4 Measurement Section 8 -06.4 is supplemented as follows: "Cement Conc. Driveway Entrance, Type 3" shall be measured to include the ramps /wings on either side of the driveway as indicated on the Plans. SP 116 8 -06.5 Payment Section 8 -06.5 is supplemented with the following: Payment will be made in accordance with Section 1 -04.1, for the following bid item when included in the proposal: "Cement Conc. Driveway Entrance, Type 3 ", per square yard. 8 -09 RAISED PAVEMENT MARKERS 8- 09.3(1) Surface Preparation Section 8- 09.3(1) is supplemented as follows: Prior to installing lane markers the Contractor shall use paint spots to pre -mark the layout of all channelization. The Contractor shall notify the Engineer and receive approval of the pre -mark channelization at least 48 hours in advance. 8- 09.3(6) Raised Pavement Marker Removal Section 8- 09.3(6) is an added new section: The Contractor shall remove existing raised pavement markers and epoxy, using a method that will not damage the pavement to remain. Divots or indentations in the pavement, resulting from the marker removal, shall be repaired using an asphalt /sand slurry mixture. 8 -09.4 Measurement Section 8 -09.4 is revised and supplemented as follows: Removal of existing raised pavement markers shall be incidental to the unit contract price for "Removing Existing Traffic Markings' per Section 8- 22.3(6) herein. 8 -09.5 Payment Section 8 -09.5 is supplemented with the following: Payment will be made in accordance with Section 1 -04.1, for the following bid item when included in the proposal: "Raised Pavement Marker Type 1 ", per hundred. "Raised Pavement Marker Type 2 ", per hundred. SP 117 8 -11 GUARDRAIL 8- 11.3(4) Removing Guardrail and Guardrail Anchor Replace the fourth sentence with the following: The removed guardrail items listed in Section 2 -01.1 of these Special Provisions shall be salvaged and returned to the City of Renton in accordance with Section 2- 02.3(7) herein. All other removed guardrail items shall become the property of the Contractor. 8 -11.5 Payment Section 8 -09.5 is supplemented with the following: Payment will be made in accordance with Section 1 -04.1, for the following bid item when included in the proposal: "Beam Guardrail Non - Flared Terminal ", per each. 8 -13 MONUMENT CASES 8 -13.1 Description Section 8 -13.1 is revised and supplemented as follows: This work shall consist of furnishing and placing monument cases and covers, in accordance with the Standard Plans and these Specifications, in conformity with the lines and locations shown in the Plans or as staked by the Engineer or by the Contractor supplied surveyor. 8 -13.3 Construction Requirements Paragraphs 2 and 3 of Section 8 -13.3 are revised and supplemented as follows: When existing monuments will be impacted by a project, the Contractor shall be responsible for assuring that a registered surveyor references the existing monuments prior to construction. After construction is complete, the monuments shall be re- established by the surveyor in accordance with RCW58.09.130. The Contractor shall also work diligently to protect from harm property corners which are encountered during construction. Existing monument cases shall be adjusted to finished grade. Cast iron riser rings are permitted for grade adjustments on monument cases. 8 -13.4 Measurement Section 8 -13.4 is supplemented by adding the following: SP 118 Measurement for adjusting an existing monument case and cover to finished grade will be by the unit for each case and cover furnished and set, including riser rings. 8 -13.5 Payment Section 8 -13.5 is supplemented by adding the following: "Monument Case and Cover", per each. "Adjust monument case and cover," per each. Resetting an existing monument impacted by construction shall be incidental unless included as a pay item in the Schedule of Prices. 8 -14 CEMENT CONCRETE SIDEWALKS 8- 14.3(3) Placing and Finishing Concrete Section 8- 14.3(3) is supplemented with the following: On newly placed sidewalk ramps, the detectable warning pattern shall be achieved by a cast -in- place material and installed before the concrete has cured. The material and methods of detectable warning pattern placement is subject to the engineer's approval. On streets with concrete work, the curb and gutter and /or curb ramps shall be installed before the street is overlaid. 8- 14.3(4) Curing Section 8- 14.3(4) is replaced with: The curing materials and procedures outlined in Section 5- 05.3(13) of the Standard Specifications shall prevail, except that white pigmented curing compound shall not be used on sidewalks. The curing agent shall be applied immediately after brushing and be maintained for a period of 5 days. The Contractor shall have readily available sufficient protective covering, such as waterproof paper or plastic membrane, to cover the pour of an entire day in the event of rain or other unsuitable weather. During the curing period, all traffic, both pedestrian and vehicular, shall be excluded. Vehicular traffic shall be excluded for such additional time as the Engineer may specify. The Contractor shall be responsible for barricading, patrolling, or otherwise protecting the newly placed concrete to prevent damage. Damaged, vandalized, discolored, stained, or unsightly concrete shall be removed and replaced at the expense of the Contractor. 8 -14.5 Payment Section 8 -14.5 is supplemented by the following: SP 119 * * * * * *) II Payment will be made in accordance with Section 1 -04.1, for the following bid item when it is included in the proposal: 11 "Cement Conc. Sidewalk ", per square yard. "Cement Conc. Curb Ramp Type Parallel", per each. "Cement Conc. Curb Ramp Type Perpendicular", per each. 8 -17 IMPACT ATTENUATOR SYSTEMS 8 -17.5 Payment Section 8 -17.5 is supplemented by the following: If no pay item is included for temporary impact attenuators then all costs to provide and install shall be considered a part of the pay item for "Project Temporary Traffic Control." 8 -19 PEDESTRIAN AND TRAFFIC ISLANDS Section 8 -19 is a new section: 8 -19.1 Description This work shall consist of constructing pedestrian and traffic islands in accordance with details shown in the Plans and these Specifications and in conformity with the lines, grades and locations shown in the Plans. 8 -19.3 Construction Requirements The concrete in the Pedestrian and Traffic Islands shall be air entrained concrete Class 3000 in accordance with the requirements of Section 6 -02. 8 -19.4 Measurement Pedestrian Island will be measured per lump sum and shall include all cement concrete islands and associated detectable warning surfaces. Traffic Island will be measured per lump sum and shall include all cement concrete traffic curb and cement concrete . 8 -19.5 Payment Payment will be made in accordance with Section 1 -04.1, for the following Bid item when included in the Proposal: "Pedestrian Island ", lump sum. SP 120 "Traffic Island ", lump sum. The lump sum Contract price for "Pedestrian Island" shall be full compensation for furnishing all labor, materials, tools, and equipment necessary or incidental to the construction of the Pedestrian Island as detailed on the Plans, including but not limited to: surface preparation, doweling, reinforcement, forming, concrete finish, curing concrete and providing detectable warning mats. The lump sum Contract price for 'Traffic Island" shall be full compensation for furnishing all labor, materials, tools, and equipment necessary or incidental to the construction of the Traffic Island as detailed on the Plans, including but not limited to: surface preparation, doweling, reinforcement, forming, concrete finish, curing concrete. 8 -20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL 8 -20.1 Description Section 8 -20.1 is supplemented with the following: Work in general shall consist of, but will not be limited to providing and installing new complete systems in the vicinity of Garden Avenue and Park Avenue N Intersection: • Replacement of Garden Avenue and Park Avenue N Intersection Street Traffic Signal • Corridor Illumination Systems The existing systems including the existing traffic signals and the interconnect, shall remain in operation until the new foundation, conduit work, and wiring for all new communications is in place and ready and the new signal is operational and the intersection is ready for transfer. Transfer shall be conducted in the shortest time possible, not to exceed one 8 -hour workday. The exact work plan and schedule must be pre- approved by the Engineer. Work shall include all other items as shown in the Plans or in these Special Provisions. All work shall be performed as shown in the Plans in accordance with applicable Standard Specifications, Standard Plans, Amendments, City Standards, Puget Sound Energy Standards, and these Special Provisions. The work involves, but shall not be limited to, the following: • Signal controller and equipment • BPS system and equipment • Cabinets and bases • Signal interconnect fiber system • Signal poles • Signal and pedestrian heads • Emergency Pre - emption equipment • Video detection SP 121 0 • Junction boxes • Loop detection • Conduit and wire I' • Luminaires • Illumination poles and bases • Electrical service, enclosures, connections, and bases I' • Fiber Optic Cable Equipment and Fiber Optic Testing and Documentation Work shall include the supply, testing and installation of all traffic signal hardware including the I' communication cable and interface system, and when specified, the modification of such an existing system. The work shall also include removing existing traffic signal bridge, signals, luminaire poles, controller cabinets, service cabinets, and bases, where applicable. Signal and illumination pole bases shall be removed per section 2- 02.3(1). This work will also include the installation of I' functional illumination systems. 8- 20.1(1) Regulations and Code Section 8- 20.1(1) is supplemented with the following: All electrical equipment shall conform to the standards of the National Electrical Manufacturers Association (NEMA), FHWA IP- 78 -16, the Radio Manufacturers Association, the American II Society for Testing and Materials (ASTM), the American Association of State Highway and Transportation Officials (AASHTO), the American National Standards Institute (ANSI), the National Electrical Safety Code (NESC), the International Municipal Signal Association (IMSA), I' whichever is applicable, and to other codes listed herein. Where applicable, materials shall conform to the latest requirements of the Washington State Department of Labor and Industries and Puget Sound Energy. 8- 20.1(2) Industry Codes and Standards Section 8- 20.1(2) is supplemented with the following: National Electrical Safety Code (NESC), Secretary NESC, NESC Committee, IEEE Post Office Box 1331445 Hoes Lane, Piscataway, NJ 08855 -1331. 8- 20.1(3) Restrictions on the Schedule of Work Section 8- 20.1(3) is an added new section: Mast Arm Erection Mast arms should not be erected more than 14 calendar days prior to the system being turned on. SP 122 Signal Head Installation The vehicle and pedestrian signal heads and push buttons shall be covered immediately upon installation and shall remain covered until the signal is turned on. Work in Roadway The roadway shall be kept open to traffic at all times, except when specific tasks required by this Contract require construction in the roadway. All work within the traveled way of any roadway shall be limited to the hours as specified in Sections 1- 07.23(1) and 1- 08.0(2) herein. Signal bridge removal shall be done during nighttime hours and detailed traffic control plans shall be submitted for the Engineer's approval (eastbound access on Park Avenue may be may be closed and westbound route may be redirected through Lake Washington Blvd N and Houser Avenue N) as specified in Section 1- 07.23(1) herein. All trenching work shall be completed and patched with HMA or covered with steel plates by 3 p.m. to allow all lanes of traffic to be open. All conduit crossing Logan Avenue and NE Park Drive shall be placed under pavement by approved directional boring, jacking or drilling methods and exact locations shall be approved by the Engineer in the field. Traffic Control During Construction The Contractor shall submit a detailed traffic control plan and obtain approval from the Engineer prior to roadway trenching, erection of mast arms, installation of induction loops, and other activities requiring lane closures or detours. During traffic interruptions, traffic will be controlled by qualified flag persons unless otherwise specified. During the erection of mast -arm assemblies, the Contractor, with the authorization of the Engineer, may block all traffic lanes for a maximum of 10 minutes during the hours as specified in Sections 1- 07.23(1) and 1- 08.0(2) herein. Unless otherwise approved by the Engineer, the Contractor shall furnish an off -duty police officer for traffic control during all roadway work performed at night, and for all other conditions where the Engineer deems it necessary for safety. The off -duty police officer shall be in addition to all other personnel required for flagging. Temporary Video Detection System Prior to commencing work around existing vehicle inductance loops, the Contractor shall provide a fully operational temporary video detection system at the intersection and install it under the presence of COR Transportation Maintenance Department Representative. The Contractor shall maintain this video detection system throughout construction. The Contractor shall provide adequate cable for each detection camera to allow relocation of cameras as construction conditions (lane shifts, traffic control, etc) change. The video detection system shall consist of the following: SP 123 • Video cameras, including camera enclosure, filter, sunshield and connector kit • Camera mount assemblies, including extensions as specified in the Plans. • Video image processors • 9 -inch Video Monitor, including cable • Programming devices and /or software • Camera lenses and lens adjustment modules • Surge Suppressor • Coaxial and power cables • All other equipment necessary for a fully operational video detection system. Cameras shall be mounted at a sufficient height to prevent occlusion from cross traffic. The Contractor shall provide the camera mounts and cable per these Specifications. The Contractor will install the cameras and controller cabinet video camera equipment under the presence of COR Transportation Maintenance Department Representative and the Representative will program the cameras to provide detection. The Contractor shall notify the Engineer 48 hours in advance of changes that will require reprogramming cameras. The Contractor shall maintain the video vehicle detection system at the intersection during the construction. After the changeover to the new signal system, the contractor shall reinstall the temporary video detection system to the new signal system at the permanent locations shown in plans and shall be confirmed by the Engineer in the field. The Contractor shall be responsible for any damage to the video detection equipment. Existing Traffic Loops The Contractor shall notify the Area Traffic Engineer through the Engineer a minimum of five working days in advance of pavement removal in the loop areas or any traffic loop removal. The Contractor shall install and maintain temporary video detection, for required detection zones as determined by the Engineer in the field, during the construction until the permanent loops and video detection are in place. If the Engineer suspects that damage to any existing loop to remain, during the construction, may have resulted or believes it possible that an existing loop is not operating adequately, the Engineer may order the Contractor to perform the field tests specified in Section 8- 20.3(14)D. The test results shall be recorded and submitted to the Engineer. Loops that fail any of these tests shall be replaced. If advance loops are replaced, they shall be installed immediately ahead of or behind the existing loops. The Contractor shall avoid cutting through the existing loop conductors or lead -in cable. Traffic Signal Turn -On Prior to schedule of turn -on, an electrical inspection must be passed with a copy of the Electrical Control Permit in the service cabinet. A minimum of five (5) working days written notice will be required for signal turn on. The Contractor shall not pick up the controller cabinet from the contracting agency until power is present at the site and all site preparation required to install the controller cabinet is complete. All discrepancies and deficiencies must be corrected by the contractor and re- inspected prior to requesting signal turn on date. All functional tests required by the Contract Specifications shall be completed to the satisfaction of the Engineer 48 hours prior to the Turn -On date. SP 124 i u 7 Signal turn -on shall not be allowed on Mondays, Fridays, weekends, holidays, and the weekday immediately before and after a holiday. Signal turn -on shall be completed between the hours of 9 a.m. and 2 p.m. on the day of the turn -on. No turn -on will be allowed until the approval of the Traffic Engineer. The signal turn -on shall be by the City's Engineer or his representative. The Engineer or his representative shall enter all signal timing parameters as supplied by the Engineer and shall certify the intersection is operating and functioning in accordance with the specifications. The Contractor shall be present during the turn -on with adequate equipment to repair any deficiencies in operation. The traffic signal controller manufacturer's representative shall fully explain the operation of all control equipment to the Engineer prior to the turn -on procedure. The Engineer may contact the manufacturer to schedule the explanation of the control equipment and the training session shall be provided if deemed necessary by manufacturer's representative. Requests for traffic signal turn on will not be considered until a pre -turn on inspection of signal system has taken place. Requests for signal turn on shall not be considered until electrical service to the intersection has been provided and has been energized by the electric utility. Channelization at the intersection must be complete per plan before requesting signal turn on date. Any deletions of channelization prior to turn on must be approved by the engineer. City forces shall provide, post and maintain proper signing warning of new signal ahead. Permits The Contractor will be responsible for coordinating, obtaining, and paying for all permits necessary to complete this work in a timely fashion. All required electrical permits shall be obtained before beginning trench excavation. 8- 20.1(4) Special Provisions Cost Included in Contract Price Section 8- 20.1(4) is an added new section: All costs incurred by reason of, or in connection with, the Special Provisions shall be included in the contract bid price. 8- 20.1(5) Errors and Omissions Section 8- 20.1(5) is an added new section: The Contractor shall immediately notify the Engineer upon discovery of any errors or omissions in the Contract Documents, in the layout as given by survey points and instructions, or of any discrepancy between the Contract Documents and the physical conditions of the locality. If SP 125 deemed necessary, the Engineer shall rectify the matter and advise the Contractor accordingly. II Any work done after such discovery without City authorization will be done at the Contractor's risk. I' 8- 20.1(6) Warranties Section 8- 20.1(6) is an added new section: The Contractor shall provide a warranty for all material to be furnished under this Bid for a period of 1 year (after successful equipment turn -on), unless otherwise specified, from the date of actual turn -on. The warranty shall apply to all material including those items not II manufactured by the Contractor. The warranty shall provide that all material at the time of delivery shall be free from defects in material and workmanship and shall be fit for the uses set forth in these Specifications. The warranty shall assign responsibility to the Contractor for all costs of replacement or repair of defective materials except those materials supplied by the City. Replacement or repair shall (' be made within 5 working days following notification of a discrepancy. The controller cabinet and all of its contents shall carry industry standard limited warranty. This limited warranty must be protected in the event the manufacturer(s) is no longer able to honor a claim. The limited "warranty protection" must come from an insurance company approved by the Washington State Insurance Commissioner. The limited warranty shall be written on a I declaration document and acknowledged by an authorized agency. 8 -20.2 Materials Section 8 -20.2 is supplemented with the following: Controlled density fill shall meet the requirements of section 2- 09.3(1)E. Crushed surfacing top course and crushed surfacing base course shall meet the requirements of Section 9- 03.9(3) of the Standard Specifications. Bedding material shall consist of 5/8 -inch minus crushed rock free of any deleterious substances (Section 9- 03.1(5)A of the Standard Specifications). Requirements for signal equipment and illumination system and materials are contained in Section 9 -29 of the Standard Specifications and Section 9 -29 of these Special Provisions. Salvaged Equipment All existing equipment that is to be removed shall not be stockpiled within the job site without the Engineer's approval. The following signal equipment shall remain the property of the Contracting Agency and shall be disconnected, dismantled, stacked separately and delivered to the Contracting Agency: SP 126 • Traffic Signal Standards and Bridge • Traffic Signal Controller Cabinet • Electrical Service Cabinet • Light Standards and Mast Arms • Emergency Vehicle Detectors • Vehicle and Pedestrian Displays and Mounting Hardware • Pedestrian Pushbuttons • Luminaires • Terminal Cabinets • Visors • Back Plates The Contractor shall give the Engineer fourteen (14) calendar days advance written notice prior to delivery for removed materials to the Contracting Agency's storage facilities. Controller cabinets shall not be removed until all associated electronic equipment is removed by Contracting Agency traffic signals personnel. All other equipment shall be removed by the Contractor and delivered within 24 hours following removal to the Contracting Agency. The salvaged material listed above shall be delivered between the hours of 8:30am and 2:30pm to: Field maintenance Shop 3555 NE 2nd Street Renton, WA 98056 The Contractor shall: • Remove all wires for discontinued circuits from the conduit system. • Remove elbow sections of abandoned conduit entering junction boxes. • Removed abandoned conduit that is less than 18 inches below finished grade, unless otherwise indicated in the Plans. • Removal of foundations shall be performed in accordance with Section 2- 02.3(1). • Backfill voids created by removal of foundations and junction boxes. Backfilling and compaction shall be performed in accordance with Section 2- 09.3(1)E. Pole Shaft and Mast Arm Identification All removed mast arms and pole shaft shall be identified by paper identification tags recording pole number, intersection location (such as SR XXX, jct XXX), and mast arm length. 4 inch by 6 inch (minimum) tags shall be taped to corresponding pole shafts and mast arms. Information on the mast arm tag shall match the information on the corresponding pole shaft tag. Each tag shall be entirely covered with clear acetate tap. The tape shall be wrapped on full circle around the shaft or arm with a 1/2 —inch minimum overlap at the ends and sides. The Contractor shall bundle the complete signal bridge, poles standard assembly together. The assembly consists of pole shaft, mast arm, and connecting bolts. Connecting bolts shall be attached to the original mast arm base plate. SP 127 Dismantled equipment shall be clearly marked and all hardware saved in a heavy duty burlap bag attached to the corresponding signal standard or mast arm. The Contractor shall be responsible for loading, delivering and unloading the salvaged signal equipment as directed by the Engineer. The Engineer shall determine the condition of the signal equipment. Only undamaged material parts will be accepted by the Contracting Agency. If the Contractor's operation causes damage to removed equipment to be returned, it shall be repaired or replaced by the Contractor to the Engineer's satisfaction at no additional cost to the Contracting Agency. The Contractor shall remove and dispose properly all debris and signal equipment not identified for returned to the Contracting Agency. Equipment to Remain Care shall be taken to protect and preserve all existing equipment that is not being removed under this Contract. Any existing equipment to remain that is damaged by the Contractor shall be repaired or replaced to the Engineer's satisfaction, at no additional expense to the Contracting Agency. 8- 20.2(1) Equipment List and Drawings Section 8- 20.2(1) is revised as follows: Add the word "calendar" after "twenty" in the first paragraph. Paragraph five of Section 8- 20.2(1) is deleted. After the fifth paragraph add the following: Shop drawing for signal standards and lighting standards shall be provided in an electronic format (AUTOCAD Release 2000 or later), as well as complying with Section 6- 03.3(7). Manufacturer's technical information shall be submitted for all poles, mast arms, luminaires, wire, conduit, junction boxes, control equipment, and all other items to be used on the Project. The Contractor also shall submit either on the signal standard shop drawings or attached to the signal standard shop drawings all dimensions to clearly show the specific mast arm mounting height and signal tenon locations for each signal pole to be installed. Final ground and roadway cross sections at the locations of the standards shall be submitted for approval along with the shop drawings. All approvals by the Engineer must be received by the Contractor before material will be allowed on the job site. Materials not approved will not be permitted on the job site. The Engineer shall have 14 calendar days to review information for each submittal that is made. Approval of shop drawings does not constitute final acceptance or guarantee of the material, but is solely to assist the Contractor in providing the specified materials. Final verified dimensions for luminaire standards, signal standards, including pole base to signal mast arm connection point, pole base to light source distances, mast arm length, offset distances to mast arm mounted appurtenances, and orientations of pole mounted SP 128 7 appurtenances shall be furnished by the Engineer as part of the final approved shop drawings prior to fabrication. Manufacturer's data for materials proposed for the illumination, signal and interconnect systems, for use in the contract which require approval shall be submitted in one complete package. 8 -20.3 Construction Requirements Section 8 -20.3 is supplemented with the following: Signal Installation Coordination with the City The Contractor shall coordinate with COR Transportation Maintenance Department Representative (contact person: Dave Whitmarsh at 425 - 430 -7423) for all required signal installation work and testing. Power Source Coordination The Contractor shall coordinate all of the installation details for the electrical service cabinet(s) with Puget Sound Energy. Within four (4) weeks after Notice to Proceed, the Contractor shall meet with a PSE Representative (contact Sheri Clarke at 425 - 456 -2701) in the field to verify the location of power source as shown in the Plans and shall notify the Engineer immediately if any conflicts exist. The PSE portion of the installation shall be completed prior to installation of the service cabinet by the Contractor. 8- 20.3(3) Removing and Replacing Improvements Section 8- 20.3(3) is supplemented with the following: See Renton Special Provision 8 -50 for trench restoration and street overlay requirements. 8- 20.3(4) Foundations Section 8- 20.3(4) is supplemented with the following: The anchor bolts shall match that of the device to be installed thereon. Concrete shall be placed against undisturbed earth if possible. Disturbed earth or backfill material shall be compacted to 95 percent of the material's maximum density. Before placing the concrete the contractor shall block -out around any other underground utilities that lie in the excavated base so that the concrete will not adhere to the utility line. Concrete foundations shall be troweled, brushed, edged and finished in a workmanship -like manner. Concrete shall be promptly cleaned from the exposed portion of the anchor bolts and conduit after placement. After the specified curing period, the contractor may install the applicable device thereon. SP 129 All concrete foundations shall be constructed in the manner specified below: II 1. Where no sidewalks are to be installed, the grade for the top of the foundation shall be I� as specified by the engineer (see Signal Pole Specifications sheet). 2. Where sidewalk or raised islands are to be constructed as a part of this project, the top of the foundation shall be made flush with the top of the sidewalk or island (see Signal Pole Specifications sheet). All concrete foundations shall be installed at locations per stationing on the plans and shall be II verified by the engineer in the field and approved prior to excavation. See Section 2 -01 of these Special Provisions and details on the Plans regarding special I' requirements for excavation of pole foundations near trees designated for protection. All excess materials shall be removed from the construction site and disposed of at the Contractor's expense. The Contractor shall secure the anchor bolts required for the item to be mounted on the I' foundation. The Contractor shall also securely locate all conduit required, including a spare 2 -inch conduit to be used to connect the pole or controller cabinet ground wire to the ground rod in the nearest J -box. I' Drilled Shafts for Traffic Signal and Luminaire Pole Foundations This Special Provision covers the operations required to drill shafts for pole foundations, removal of all soil and rock materials encountered, disposal of all excavated materials; furnishing and placement of casing (if required), removal and disposal of any obstructions encountered, furnish and place steel reinforcement cages and concrete, and the work necessary to complete the drilled shaft construction, in accordance with these Special Provisions and as specified on the Plans. Groundwater seepage might be encountered in the project area. Zones of shallow, perched groundwater may be encountered during excavations for the signal and luminaire pole foundations. Consequently, some construction dewatering may be required. The Contractor should be prepared to handle inflow of groundwater into excavation. Contractor shall provide temporary casing and /or slurry as necessary to construct the drilled shaft foundation. Excess groundwater from the drilled shaft construction shall be dewatered by vactor truck and disposed at an approved site. Contractor may propose alternate dewatering method and disposal method for Engineer approval. All removed material shall be disposed at an approved site. MATERIALS Concrete Concrete used in the construction of shafts shall be Class 4000P conforming to Section 6 -02. SP 130 When shafts are constructed in water, the concrete used for the casing shoring seal shall be Class 4000W conforming to Section 6 -02. Reinforcing Steel Reinforcing steel used in the construction of shafts shall conform to Section 9 -07. Steel reinforcing bar centralizers shall be steel, conforming to the details shown in the Plans. The Contractor may propose the use of alternative steel reinforcing bar devices of the shaft installation plan submittal, subject to the Engineer's review and approval of such devices. Casing All temporary casing shall be a smooth wall structure of steel base metal, except where corrugated metal pipe is shown in the Plans as an acceptable alternative material. All temporary casing shall be of ample strength to resist damage and deformation from transportation and handling, installation and extraction stresses, and all pressures and forces acting on the casing. The casing shall be capable of being removed without deforming and causing damage to the completed shaft, and without disturbing the surrounding soil. Temporary casing is defined as casing installed to facilitate shaft construction only, which is not designed as part of the shaft structure, and which shall be completely removed after shaft construction is complete, unless otherwise shown in the Plans. The casing shall be watertight and clean prior to placement in the excavation. The outside diameter of the casing shall not be less than the specified diameter of the shaft. The inside diameter of the casing shall not be greater than the specified diameter of the shaft plus six inches, except as otherwise noted for shafts 5' -0" or less in diameter, and as otherwise noted in subsection 3.03.0 of this Special Provision for temporary telescoping casing. The inside diameter of casings for shafts 5' -0" or less in diameter shall not be greater than the specified diameter of the shaft plus 1' -0 ". Where the minimum thickness of the casing is specified in the Plans, it is specified to satisfy structural design requirements only. The Contractor shall increase the casing thickness as necessary to satisfy the requirements of item A of this section. Slurry A. Mineral Slurry Mineral slurry shall conform to the following requirements: Propert y Test Requirements Density (pcf) Mud Weight (Density) 63 to 75 API 1313-1, Section 1 SP 131 Viscosity (sec /quart) Marsh Funnel and Cup 26 to 50 API 13b -1, Section 2.2 PH Glass Electrode, pH Meter 8 to 11 or pH Paper Sand Content (percent) Sand API 1313-1, Section 5 - Prior to cleaning 4.0 max - Immediately to placing concrete 4.0 max B. Synthetic Slurries Synthetic slurries shall be used in conformance with the manufacturer's recommendations, the quality control plan specified in "Shaft Installation Plan" in this section of these Special Provisions. The following synthetic slurries are approved as slurry systems, with additives that have been load tested for the California Department of Transportation: Product Manufacturer ShorePac GCV CETCO 1500 Shure Drive Arlington Heights, IL 60004 SlurryPro CDP KB International, LLC 735 Broad Street, Suite 216 Chattanooga, TN 37402 -1855 Other synthetic slurry products may be approved for use provided the product meets the acceptance criteria established by WSDOT, including status as an approved synthetic slurry (with load tested additives) with the California Department of Transportation (Caltrans). The sand content of synthetic slurry prior to final cleaning and immediately prior to placing concrete shall be less than 1.0 percent, in accordance with API 1313-1, Section 5. C. Water Slurry (with or without site soils) Water without site soils may be used as slurry when casing is used for the entire length of the drilled hole. Use of water slurry without full length casing may only be used with the approval of the Engineer. Water slurry shall conform to the following requirements: Propert y Test Requirements Density (pcf) Mud Weight (Density) 65 max API 136 -1, Section 1 Sand Content (percent) Sand API 1313-1, Section 5 1.0 max SP 132 1 Use of water slurry in salt water installations will not be allowed. Slurry temperature shall be at least 40F when tested. CONSTRUCTION REQUIREMENTS Quality Assurance A. Shaft Construction Tolerances 1. Shafts shall be constructed so that the center at the top of the shaft is within the following horizontal tolerances: Shaft Diameter Tolerance Less than or equal to 2' -0" 3" Greater than 2' -0" and less than 5' -0" 4" 5' -0" or larger 6" 2. Shafts shall be within 1.5 percent of plumb. 3. During drilling or excavation of the shaft, the Contractor shall make frequent checks on the plumbness, alignment, and dimensions of the shaft. Any deviation exceeding the allowable tolerances shall be corrected with a procedure approved by the Engineer. 4. Shaft steel reinforcing bar placement tolerances shall conform to Section 6- 02.3(24)C. B. Shaft Preconstruction Conference 1. A shaft preconstruction conference shall be held at least five working days prior to the Contractor beginning any shaft construction work at the site to discuss construction procedures, personnel, and equipment to be used, and other elements of the approved shaft installation plan as specified in these Special Provision. Those attending shall include: a. (representing the Contractor) The superintendent, on site supervisors, and all foremen in charge of excavating the shaft, placing the casing and slurry as applicable, placing the steel reinforcing bars, and placing the concrete. If synthetic slurry is used to construct the shafts, the slurry manufacturer's representative or approved Contractor employees trained in the use of the synthetic slurry shall also attend. b. (representing the Contracting Agency) The Project Engineer, key inspection personnel, and representatives from the WSDOT Construction Office and Materials Laboratory Geotechnical Branch. SP 133 2. If the Contractor proposes a significant revision of the approved shaft installation plan, as determined by the Engineer, an additional conference shall be held before any additional shaft construction operations are performed. Submittals A. Construction Experience 1. Prior to the start of shaft construction, the Contractor shall electronically submit a project reference list to the Engineer for approval verifying the successful completion by the Contractor of at least three separate foundation projects with shafts of diameters and depths similar to or larger than those shown in the Plans, and ground conditions similar to those identified in the Contract. A brief description of each listed project shall be provided along with the name and current phone number of the project owner or the owner's Contractor. 2. Prior to the start of shaft construction, the Contractor shall electronically submit a list identifying the on -site supervisors, and drill rig operators potentially assigned to the project to the Engineer for approval. The list shall contain a brief description of each individual's experience in shaft excavation operations, and placement of assembled steel reinforcing bar cages and concrete in shafts. The individual experience lists shall be limited to a single page for each supervisor or operator. a. On -site supervisors shall have a minimum two years experience in supervising I' construction of shaft foundations of similar size (diameter and depth) and scope to those shown in the Plans, and similar geotechnical conditions to those described in the boring logs and summary of geotechnical conditions. The work experience shall be direct supervisory responsibility for the on -site shaft construction operations. Project management level positions indirectly supervising on -site shaft construction operations is not acceptable for this experience requirement. b. Drill rig operators shall have a minimum one year experience in construction of shaft foundations. 3. The Engineer will approve or reject the Contractor's qualifications and field personnel within 10 working days after receipt of the submission. Work shall not be started on any shaft until the Contractor's qualifications and field personnel are approved by the Engineer. The Engineer may suspend the shaft construction if the Contractor substitutes unapproved personnel. The Contractor shall be fully liable for the additional costs resulting from the suspension of work and no adjustments in contract time resulting from the suspension of work will be allowed. B. Shaft Installation Plan The Contractor shall electronically submit a shaft installation narrative for approval by the Engineer. In preparing the narrative, the Contractor shall reference the available subsurface data provided in the contract test hole boring logs, and the Summary of SP 134 Geotechnical Conditions provided in Appendix C to the Contract Provisions, including the geotechnical report(s) prepared for this project. This narrative shall provide at least the following information: 1. Proposed overall construction operation sequence. 2. Description, size and capacities of proposed equipment, including but not limited to cranes, drills, auger, bailing buckets, final cleaning equipment and drilling unit. The narrative shall describe why the equipment was selected, and describe equipment suitability to the anticipated site conditions and work methods. The narrative shall include a project history of the drilling equipment demonstrating the successful use of the equipment on shafts of equal or greater size in similar soil conditions. The narrative shall also include details of shaft excavation and cleanout methods. 3. Details of the method(s) to be used to ensure shaft stability (i.e., prevention of caving, bottom heave, etc. using temporary casing, slurry, or other means) during excavation (including pauses and stoppages during excavation) and concrete placement. 4. Detailed procedures for mixing, using and maintaining the slurry shall be provided. A detailed mix design (including all additives and their specific purpose in the slurry mix), and a discussion of its suitability to the anticipated subsurface conditions, shall also be provided for the proposed slurry. The submittal shall include a detailed plan for quality control of the selected slurry, including tests to be performed, test methods to be used, and minimum and /or maximum property requirements which must be met to ensure that the slurry functions as intended, considering the anticipated subsurface conditions and shaft construction methods, in accordance with the slurry manufacturer's recommendations and these Special Provisions. As a minimum, the slurry quality control plan shall include the following tests: Propert y Test Method Density Mud Weight (Density), API 1313-1, Section 1 Viscosity Marsh Funnel and Cup, API 1313-1, Section 2.2 PH Glass Electrode, pH Meter, or pH Paper Sand Sand, API 1313-1, Section 5 Content 6. Details of concrete placement, including proposed operational procedures for pumping methods, and a sample uniform yield form to be used by the Contractor for plotting the approximate volume of concrete placed versus the depth of shaft for all shaft concrete placement (except concrete placement in the dry). SP 135 II 7. When shafts are constructed in water, the submittal shall include seal thickness calculations, seal placement procedure, and descriptions of provisions for casing 'I shoring dewatering and flooding. 8. Description and details of the storage and disposal plan for excavated material, and �' drilling slurry (if applicable). 9. Reinforcing steel shop drawings, details of reinforcement placement, including I� bracing, centering, and lifting methods, and the method to assure the reinforcing cage position is maintained during construction, including use of bar boots and /or rebar cage base plates, and including placement of rock backfill below the bottom of shaft I' elevation provided the conditions of these Special Provision are satisfied. The reinforcing steel assembly and installation plan shall include: a. Procedure and sequence of steel reinforcing bar cage assembly. b. The tie pattern, tie types and tie wire gages for all ties on permanent I� reinforcing and temporary bracing. C. Number and location of primary handling steel reinforcing bars used during lifting operations. d. Type and location of all steel reinforcing bar splices. e. Details and orientation of all internal cross - bracing, including a description of I' connections to the steel reinforcing bar cage. f. Description of how temporary bracing is to be removed. g. Location of support points during transportation. h. Cage weight and location of the center of gravity. Number and location of pick points used for lifting for installation, and for transport (if assembled off - site). Crane charts and a description and /or catalog cuts for all spreaders, blocks, sheaves and chockers used to equalize or control lifting loads. k. The sequence and minimum inclination angle at which intermediate belly rigging lines (if used) are released. Pick point loads at 0, 45, 60 and 90 degrees and at all intermediate stages of inclination where rigging lines are engaged or slackened. SP 136 For shafts with a 6' -0" minimum nominal diameter and 60' -0" minimum length, the reinforcing steel assembly and installation plan shall be prepared and submitted in accordance with Section 6 -01.9. The Engineer will evaluate the shaft installation plan for conformance with the Plans, Specifications and Special Provisions, within the review time specified in Section 6 -01.9. If deemed necessary by the Engineer a Shaft Installation Plan Submittal Teleconference Meeting will be scheduled by the Contracting Agency following review of the Contractor's initial submittal of the plan and prior to Contracting Agency formal response to the initial submittal. Teleconference participants shall include the following: (representing the Contractor) The superintendent, on -site supervisors, and other Contractor personnel involved in the preparation of the shaft installation plan. b. (representing the Contracting Agency) The Project Engineer, key inspection personnel, and representatives from the Materials Laboratory Geotechnical Branch, and the WSDOT Construction Office. C. Slurry Technical Assistance 1. If slurry other than water slurry is used to construct the shafts, the Contractor shall provide or arrange for technical assistance in the use of the slurry as specified in these Special Provision. The Contractor shall electronically submit the following to the Engineer: The name and current phone number of the slurry manufacturer's technical representative assigned to the project, and the frequency of scheduled visits to the project site by the synthetic slurry manufacturer's representative. b. The name(s) of the Contractor's personnel assigned to the project and trained by the slurry manufacturer in the proper use of the slurry. The submittal shall include a signed training certification letter from the slurry manufacturer for each trained Contractor's employee listed, including the date of the training. 2. All submittals shall be in electronic pdf format, and all documents in each pdf shall be legible. All submittals shall be prepared jointly by the Contractor and any subcontractors that will be performing the work. Work shall not begin until all the required submittals have been approved in writing by the Engineer. All procedural approvals given by the Engineer will be subject to trial in the field and shall not relieve the Contractor of the responsibility to satisfactorily complete the work. Shaft Excavation SP 137 A. Shafts shall be excavated to the required depth as shown in the Plans. Shaft excavation 11 operations shall conform to this Special Provision and the shaft installation plan as approved by the Engineer. Once the excavation operation has been started, the excavation shall be conducted in a continuous operation until the excavation of the shaft is completed, except for pauses and stops as noted, using approved equipment capable of excavating through the type of material expected. Pauses during this excavation operation, except for a casing splicing, tooling changes, slurry maintenance, and removal of obstructions, are not allowed. Pauses, defined as momentary interruptions of the excavation operation, will be allowed I� only for casing splicing, tooling changes, slurry maintenance, and removal of obstructions. Shaft excavation operation interruptions not conforming to this definition shall be I� considered stops. Stops for uncased excavations (including partially cased excavations) shall not exceed 16 hours duration. Stops for fully cased excavations shall not exceed 65 hours duration. For stops exceeding the time durations specified above, the Contractor shall stabilize the excavation using one or both of the following methods: For an uncased excavation, before the end of the work day, install casing in the hole to the depth of the excavation. The outside diameter of the casing shall not be smaller than six inches less than either the Plan diameter of the shaft or the actual excavated diameter of the hole, whichever is greater. Prior to removing the casing and resumption of shaft excavation, the annular space between the casing and the excavation shall be sounded. If the sounding operation indicates that caving has occurred, the casing shall not be removed and shaft excavation shall not resume until the Contractor has stabilized the excavation in accordance with the shaft installation plan conforming to these Special Provisions. 2. For both a cased and uncased excavation, backfill the hole with either CDF or granular material. The Contractor shall backfill the hole to the ground surface, if the excavation I' is not cased, or to a minimum of five feet above the bottom of casing, if the excavation is cased. During stops, the Contractor shall stabilize the shaft excavation to prevent bottom heave, caving, head loss, and loss of ground. The Contractor bears full responsibility for selection and execution of the method(s) of stabilizing and maintaining the shaft excavation, in accordance with Section 1 -07.13. Shaft stabilization shall conform to the shaft installation plan in accordance with these Special Provisions. If slurry is present in the shaft excavation, the Contractor shall conform to the requirements of these Special Provision regarding the maintenance of the slurry and the minimum level of drilling slurry throughout the stoppage of the shaft excavation operation, and shall recondition the slurry to the required slurry properties in accordance with these Special Provision prior to recommencing shaft excavation operations. SP 138 Variations in the bearing layer elevation from that shown in the Plans are anticipated. The Contractor shall have equipment on -site capable of excavating an additional 20 percent of depth below that shown in the Plans. Install the casing by vibratory means or shaft casing be equipped with cutting teeth or a cutting shoe, and installed by either rotating or oscillating the casing. The Contractor shall furnish and install temporary casings to maintain stable excavations and to facilitate construction. The Contractor shall provide temporary casing at the site in sufficient quantities to meet the needs of the anticipated construction method. C. The Contractor shall conduct casing installation and removal operations and shaft excavation operations such that the adjacent soil outside the casing and shaft excavation for the full height of the shaft is not disturbed. Disturbed soil is defined as soil whose geotechnical properties have been changed from those of the original in -situ soil, and whose altered condition adversely affects the structural integrity of the shaft foundation. D. The Contractor shall use appropriate means such as a cleanout bucket, smooth mouth grab, or air lift to clean the bottom of the excavation of all shafts. No more than 2 inches of loose or disturbed material shall be present at the bottom of the shaft just prior to placing concrete. E. The excavated shaft shall be inspected and approved by the Engineer prior to proceeding with construction. The bottom of the excavated shaft shall be sounded with an airlift pipe, a tape with a heavy weight attached to the end of the tape, or other means acceptable to the Engineer to determine that the shaft bottom meets the requirements in the Contract. F. When obstructions are encountered, the Contractor shall notify the Engineer promptly. An obstruction is defined as a specific object (including, but not limited to, boulders, logs, and man -made objects) encountered during the shaft excavation operation which prevents or hinders the advance of the shaft excavation. When efforts to advance past the obstruction to the design shaft tip elevation result in the rate of advance of the shaft drilling equipment being significantly reduced relative to the rate of advance for the portion of the shaft excavation in the geological unit that contains the obstruction, then the Contractor shall remove, break -up, or push aside, the obstruction under the provisions of these Special Provisions. The method of dealing with such obstructions, and the continuation of excavation shall be as proposed by the Contractor and approved by the Engineer. G. After the casing has been filled with concrete, all void space occurring between the casing and shaft excavation shall be filled with a material which approximates the geotechnical properties of the in -situ soils, in accordance with the shaft installation plan specified in these Special Provision and as approved by the Engineer. H. The Contractor shall use slurry, in accordance with these Special Provisions, to maintain a stable excavation during excavation and concrete placement operations once water begins to enter the shaft excavation at an infiltration rate of 12 inches of depth or more in one hour. If concrete is to be placed in the dry, the Contractor shall pump all accumulated SP 139 water in the shaft excavation down to a three inch maximum depth prior to beginning II concrete placement operations. For certain projects where the geotechnical conditions allow the possibility of performing shaft excavation in a cased hole beneath the water table level without the need for slurry to ensure the stability of the bottom of the excavation, may be replaced with the following text, provided that documented approval of the use of this provision is presented in the project's geotechnical report. The Contractor shall use slurry, in accordance with these Special Provisions, to maintain a stable excavation during excavation and concrete placement operations once water begins to enter the shaft excavation at an infiltration rate of 12 inches of depth or more in one hour. If concrete is to be placed in the dry, the Contractor shall pump all accumulated water in the shaft excavation down to a three inch maximum depth prior to beginning concrete placement operations, except as otherwise noted. If the Contractor is utilizing casing that is adequately sealed into competent soils such that the water cannot enter the excavation, the Contractor may, with the Engineer's approval, continue excavation in wet soils provided the water level within the casing does not rise or exhibit flow. Slurry Installation Requirements A. Slurry Technical Assistance 1. If slurry other than water slurry is used, the manufacturer's representative, as identified to the Engineer in accordance with these Special Provisions, shall: a. provide technical assistance for the use of the slurry, be at the site prior to introduction of the slurry into the first drilled hole requiring slurry, and c. remain at the site during the construction of the first shaft excavated to adjust the slurry mix to the specific site conditions. 2. After the manufacturer's representative is no longer present at the site, the Contractor's employee trained in the use of the slurry, as identified to the Engineer in accordance with these Special Provisions, shall be present at the site throughout the remainder of shaft slurry operations for this project to perform the duties specified in items 1a through 1c above. B. Minimum Level of Slurry in the Excavation 1. When slurry is used to maintain a stable excavation, the slurry level in the excavation shall be maintained above the groundwater level the greater of the following dimensions, except as otherwise noted in these Special Provisions: not less than five feet for mineral slurries, SP 140 7 1 b. not less than ten feet for water slurries, c. not less than ten feet for synthetic slurries, dimension as required to provide and maintain a stable hole. The Contractor shall provide casing, or other means, as necessary to meet these requirements. 2. The slurry level shall be maintained above all unstable zones a sufficient distance to prevent bottom heave, caving or sloughing of those zones. 3. Throughout all stops in shaft excavation operations, as specified in these Special Provisions, the Contractor shall monitor and maintain the slurry level in the excavation the greater of the following elevations: no lower than the water level elevation outside the shaft, b. elevation as required to provide and maintain a stable hole. C. Slurry Sampling and Testing Mineral slurry and synthetic slurry shall be mixed and thoroughly hydrated in slurry tanks, ponds, or storage areas. The Contractor shall draw sample sets from the slurry storage facility and test the samples for conformance with the specified viscosity and pH properties before beginning slurry placement in the drilled hole. Mineral slurry shall conform to the material specifications in these Special Provisions. Synthetic slurry shall conform to the quality control plan included in the shaft installation plan in accordance with these Special Provisions and as approved by the Engineer. A sample set shall be composed of samples taken at mid - height and within two feet of the bottom of the storage area. When synthetic slurry is used, the Contractor shall keep a written record of all additives and concentrations of the additives in the synthetic slurry. These records shall be provided to the Engineer once the slurry system has been established in the first drilled shaft on the project. The Contractor shall provide revised data to the Engineer if changes are made to the type or concentration of additives during construction. 3. The Contractor shall sample and test all slurry in the presence of the Engineer, unless otherwise directed. The date, time, names of the persons sampling and testing the slurry, and the results of the tests shall be recorded. A copy of the recorded slurry test results shall be submitted to the Engineer at the completion of each shaft, and during construction of each shaft when requested by the Engineer. 4. Sample sets of all slurry, composed of samples taken at mid - height and within two feet of the bottom of the shaft and the storage area, shall be taken and tested once SP 141 D. The Contractor shall clean, re- circulate, de -sand, or replace the slurry to maintain the required slurry properties. E. The Contractor shall demonstrate to the satisfaction of the Engineer that stable conditions are being maintained. If the Engineer determines that stable conditions are not being maintained, the Contractor shall immediately take action to stabilize the shaft. The Contractor shall submit a revised shaft installation plan which addresses the problem and prevents future instability. The Contractor shall not continue with shaft construction until the damage which has already occurred is repaired in accordance with the specifications, and until receiving the Engineer's approval of the revised shaft installation plan. F. When mineral slurry, conforming to these Special Provisions, is used to stabilize the unfilled portion of the shaft, the Contractor shall remove the excess slurry buildup inside of the shaft diameter prior to continuing with concrete placement. The Contractor shall use the same methods of shaft excavation and the same diameter of drill tools to remove the excess slurry buildup as was used to excavate the shaft to its current depth. G. The Contractor shall dispose of the slurry and slurry- contacted spoils as specified in the shaft installation plan as approved by the Engineer, and in accordance with the following requirements: Water slurry with no additives may be infiltrated to uplands within the confines of the Contracting Agency Right Of Way for the project, provided that the ground line at the disposal site is at least five feet above the current water table, and that disposal operations conform to the temporary erosion and sedimentation control (TESC) requirements established for this project. For the purposes of water slurry disposal, upland is defined as an area that has no chance of discharging directly to waters of the State, including wetlands or conveyances that indirectly lead to wetlands or waters of the State. Spoils in contact with this slurry may be disposed of as clean fill. SP 142 v every four hours minimum at the beginning and during drilling shafts and prior to cleaning the bottom of the hole to verify the control of the viscosity and pH properties of the slurry. Sample sets of all slurry shall be taken and tested at least once every two hours if the previous sample set did not have consistent viscosity and pH I� properties. All slurry shall be re- circulated, or agitated with the drilling equipment, when tests show that the sample sets do not have consistent specified properties. Cleaning of the bottom of the hole shall not begin until tests show the samples taken I� at mid - height and within two feet of the bottom of the hole have consistent viscosity and pH properties. Sample sets of all slurry, as specified, shall be taken and tested to verify control of the viscosity, pH, density, and sand content properties after final cleaning of the bottom of the hole just prior to placing concrete. Placement of the concrete shall not start I' until tests show that the samples taken at mid - height and within two feet of the bottom of the hole have consistent specified properties. I' D. The Contractor shall clean, re- circulate, de -sand, or replace the slurry to maintain the required slurry properties. E. The Contractor shall demonstrate to the satisfaction of the Engineer that stable conditions are being maintained. If the Engineer determines that stable conditions are not being maintained, the Contractor shall immediately take action to stabilize the shaft. The Contractor shall submit a revised shaft installation plan which addresses the problem and prevents future instability. The Contractor shall not continue with shaft construction until the damage which has already occurred is repaired in accordance with the specifications, and until receiving the Engineer's approval of the revised shaft installation plan. F. When mineral slurry, conforming to these Special Provisions, is used to stabilize the unfilled portion of the shaft, the Contractor shall remove the excess slurry buildup inside of the shaft diameter prior to continuing with concrete placement. The Contractor shall use the same methods of shaft excavation and the same diameter of drill tools to remove the excess slurry buildup as was used to excavate the shaft to its current depth. G. The Contractor shall dispose of the slurry and slurry- contacted spoils as specified in the shaft installation plan as approved by the Engineer, and in accordance with the following requirements: Water slurry with no additives may be infiltrated to uplands within the confines of the Contracting Agency Right Of Way for the project, provided that the ground line at the disposal site is at least five feet above the current water table, and that disposal operations conform to the temporary erosion and sedimentation control (TESC) requirements established for this project. For the purposes of water slurry disposal, upland is defined as an area that has no chance of discharging directly to waters of the State, including wetlands or conveyances that indirectly lead to wetlands or waters of the State. Spoils in contact with this slurry may be disposed of as clean fill. SP 142 2. Synthetic slurry and water slurry with polymer -based additives shall be contained and disposed of by the Contractor at an approved facility. Spoils in contact with synthetic slurry or water slurry with polymer -based additives shall be contained and disposed of by the Contractor at an approved waste facility. Prior to beginning shaft excavation operations, the Contractor shall coordinate with the waste facility operator and the Jurisdictional Health Department (JHD) to determine requirements for shaft spoils disposal at the facility. The Contractor shall submit the location of the waste facility, requirements for disposal of shaft spoils (as approved by the waste facility operator and the JHD), copies of any permits required and obtained, and any associated test results to the Engineer prior to disposal. The Contractor shall stockpile spoils on 6 -mil plastic and cover with 6 -mil plastic to protect from runoff until approval from the waste facility operator and JHD is given to dispose of spoils. 3. Mineral slurry may be infiltrated to uplands within the confines of the Contracting Agency Right Of Way for the project, provided that the ground line at the disposal site is at least five feet above the current water table, and that disposal operations conform to the temporary erosion and sedimentation control (TESC) requirements established for this project. For the purposes of mineral slurry disposal, upland is defined as an area that has no chance of discharging directly to waters of the State, including wetlands or conveyances that indirectly lead to wetlands or waters of the State. Spoils in contact with mineral slurry may be disposed of in accordance with Section 2- 03.3(7)C. Assembly And Placement Of Reinforcing Steel A. The reinforcing cage shall be rigidly braced to retain its configuration during handling and construction. Individual or loose bars will not be permitted. The Contractor shall show bracing and any extra reinforcing steel required for fabrication of the cage on the shop drawings. Shaft reinforcing bar cages shall be supported on a continuous surface to the extent possible. All rigging connections shall be located at primary handling bars, as identified in the reinforcing steel assembly and installation plan as approved by the Engineer. Internal bracing is required at each support and lift point. B. The reinforcement shall be carefully positioned and securely fastened to provide the minimum clearances listed below, and to ensure that no displacement of the reinforcing steel bars occurs during placement of the concrete. The steel reinforcing bars shall be securely held in position throughout the concrete placement operation. The Contractor shall submit details of the proposed reinforcing cage centralizers along with the shop drawings. The reinforcing steel centralizers at each longitudinal space plane shall be placed at least at the quarter points around the circumference of the steel reinforcing bar cage, and at a maximum longitudinal spacing of either 2.5 times the shaft diameter or 20' -0 ", whichever is less. C. Place bars as shown in the contract plans with minimum concrete cover as shown in the table below. SP 143 Shaft Diameter Minimum Minimum Concrete Concrete Cover Cover Except At At Perm. Slip Casing Perm. Slip Casing Less than or equal to T -0" 3" Greater than 3' -0" and less than 4' -0" 4" 1 -1/2" Greater than or equal to 4' -0" and less than 5' -0" 4" 2" 5' -0" or larger 6" 3" D. For shafts with temporary casing within 15 feet of the bottom of shaft elevation as specified in the Plans, the Contractor may place quarry spalls or other rock backfill approved by the Engineer into the shaft below the specified bottom of shaft elevation as a means to support the steel reinforcing bar cage, provided that the materials and means to accomplish this have been addressed by the shaft installation plan as approved by the Engineer, as specified in these Special Provisions. The use of bar boots and /or rebar cage base plates is required when quarry spalls or other rock backfill is placed at the base of the shaft excavation. E. Shaft excavation shall not be started until the Contractor has received approval from the Engineer for the reinforcing steel centralizers required when the casing is to be pulled during concrete placement. Placing Concrete A. Concrete placement shall commence immediately after completion of excavation by the Contractor and inspection by the Engineer. Immediately prior to commencing concrete placement, the shaft excavation and the properties of the slurry (if used) shall conform to these this Special Provisions. Concrete placement shall continue in one operation to the top of the shaft, or as shown in the Plans. During concrete placement, the Contractor shall monitor, and minimize, the difference in the level of concrete inside and outside of the steel reinforcing bar cage. The Contractor shall conduct concrete placement operations to maintain the differential concrete head as 1' -0" maximum. B. When placing concrete in the dry, only the top five feet of concrete shall be vibrated, in accordance with Section 6 -02.3(9). If a temporary casing is used it shall be removed before vibration. This requirement may be waived if a temporary casing is used and removed with a vibratory hammer during the concrete placement operation. Vibration of concrete does not affect the maximum slump allowed for the concrete class specified. C. If water is not present, the concrete shall be deposited through the center of the reinforcement cage by a method which prevents segregation of aggregates and splashing SP 144 of concrete on the reinforcement cage. The concrete shall be placed such that the free -fall is vertical down the center of the shaft without hitting the sides, the steel reinforcing bars, or the steel reinforcing bar cage bracing. The Standard Specification Section 6- 02.3(6) restriction for 5' -0" maximum free -fall shall not apply to placement of Class 4000P concrete into a shaft. D. When placing concrete underwater, including when water in a shaft excavation exceeds three inches in depth, the Contractor shall place the concrete by pressure feed using a concrete pump, with a watertight tube having a minimum diameter of 4 inches. The discharge end of the tube on the concrete pump shall include a device to seal out water while the tube is first filled with concrete. Alternatively, the Contractor may use a plug that is inserted in the hopper of the concrete pump and travels through the tremie to keep the concrete separated from the water and slurry. Concrete placement by gravity feed is not allowed. E. Throughout the underwater concrete placement operation, the discharge end of the tube shall remain submerged in the concrete at least 5 feet and the tube shall always contain enough concrete to prevent water from entering. The concrete placement shall be continuous until the work is completed, resulting in a seamless, uniform shaft. If the concrete placement operation is interrupted, the Engineer may require the Contractor to prove by core drilling or other tests that the shaft contains no voids or horizontal joints. If testing reveals voids or joints, the Contractor shall repair them or replace the shaft at no expense to the Contracting Agency. Responsibility for coring costs, and calculation of time extension, shall be in accordance with these Special Provisions. F. Before placing any fresh concrete against concrete deposited in water or slurry, the Contractor shall remove all scum, laitance, loose gravel and sediment on the upper surface of the concrete deposited in water or slurry and chip off any high spots on the upper surface of the existing concrete that would prevent the steel reinforcing bar cage from being placed in the position required by the Plans. Prior to performing any of the cross -hole sonic log testing operations specified in subsection 3.09 of this Special Provision, the Contractor shall remove the concrete at the top of the shaft down to sound concrete. G. The Contractor's construction operation in the vicinity of a shaft excavation with freshly placed concrete and curing concrete shall conform to Section 6- 02.3(6)D. H. Except for shafts where the shaft concrete is placed in the dry, the Contractor shall complete a uniform yield form, consistent with the sample form submitted to the Engineer as part of the shaft installation plan as specified in these Special Provisions, for each shaft and shall submit the completed form to the Engineer within 24 hours of completing the concrete placement in the shaft. Casing Removal SP 145 A. As the temporary casing is withdrawn, the Contractor shall maintain the concrete and slurry inside the casing at a level sufficient to balance the hydrostatic pressure outside the casing. B. The Contractor shall completely remove all temporary casings, except as noted. The Contractor may leave some or all of the temporary casing in place provided all the following conditions are satisfied: 1. The Contractor shall submit the following information in writing to the Engineer: a. The Contractor shall completely describe the portion of the temporary casing to remain. b. The Contractor shall specify the reason(s) for leaving the portion of the temporary casing in place. I' c. The Contractor shall submit structural calculations, using the design specifications and design criteria specified in the General Notes of the structure Plans, in accordance with Section 6 -01.9, indicating that leaving the temporary casing in place is compatible with the structure as designed in the Plans. 2. The Contractor shall have received the Engineer's written approval of the submitted request to leave the temporary casing in place. 8- 20.3(5) Conduit Section 8- 20.3(5) is revised as follows: All conduit crossing Logan Avenue and NE Park Drive shall be placed under pavement by approved directional boring, jacking or drilling methods and exact locations shall be approved by the Engineer in the field. The paragraph requiring galvanized steel conduit at certain locations is deleted. Galvanized I' steel conduit shall only be placed if so indicated in the plans. Trench construction shall be per Section 8- 20.3(2). When the Contractor encounters obstructions or is unable to install conduit because of soil conditions, as determined by the Engineer, additional work by the Contractor to place the conduit will be paid in accordance with Section 1 -04.4. Pull wires shall be installed by the Contractor. All conduit shall be rigid non - metallic unless noted otherwise in the Plans or Special Provisions. All conduit openings shall be fitted with approved bell -ends or bushings. Wall thickness of conduit shall be consistent within continuous conduit runs with no mixing of different schedule SP 146 types between terminations. The conduits shall be adjusted in accordance with Standard Plans 1- 40.10-00, J- 40.30 -00, J- 90.10 -00 before conductors are installed. The contractor shall provide and install all conduit and necessary fittings at the locations noted on the plans. Conduit size shall be as indicated on the wiring and conduit schedule shown on plans. Conduits entering through the cabinet foundation shall be arranged toward the front of the cabinet for maximum accessibility. Conduit to be provided and installed shall be of the type indicated below: • Schedule 40 heavy wall PVC conforming to ASTM standards shall be used whenever the conduit is to be placed other than within the roadway area. • Schedule 80 extra heavy wall PVC conforming to ASTM standards shall be used when the conduit is to be placed within the roadway area. All joints shall be made with strict compliance to the manufacturer's recommendations regarding cement used and environmental conditions. Conduits shall be capped during construction using manufactured seals to prevent entrance of water and debris. The conduits shall be cleaned before pulling wire and shall include bonded ground wire (including spare conduits for locating purposes). Spare conduits shall be capped and labeled "City of Renton" conduits. 8- 20.3(6) Junction Boxes, Cable Vaults, and Pull Boxes Section 8- 20.3(6) is supplemented with the following: All junction boxes and associated concrete pads shall be installed on compacted sub grade which shall include six inches of 5 /8th -inch minus crushed surfacing top course material installed under and around the base of the junction box. The junction box shall include installation of a 4" thick Class "B" cement concrete pad enclosing the junction box as per the plans, specifications and detail sheets. Concrete shall be promptly cleaned from the junction box frame and lid. If junction boxes are placed in the sidewalk, they shall not be placed closer.than 12 inches from the edge of any sidewalk or sidewalk joint. The frame and lid shall be from 0 to 3/16 inch below a straight edge laid across the sidewalk, and the lid shall be flat to a maximum of 1/16 inch positive camber. Pre - molded joint filler for expansion joints shall be placed around junction boxes installed in sidewalks. All junction boxes placed in the sidewalks shall have skid resistant lids. Junction boxes shall have galvanized steel lids and frames. Junction boxes used for electrical wiring shall utilize a locking lid per City of Renton Standard Plans or WSDOT Standard plans J- 40.10 -00 and J- 40.30 -0. SP 147 Wiring shall not be pulled into any conduit until all associated junction boxes have been adjusted to or installed in their final grade and location, unless installation is necessary to maintain system operation. If wire is installed for this reason, sufficient slack shall be left to allow for final adjustment. 8- 20.3(8) Wiring Section 8- 20.3(8) is revised as follows: ( * * * * * *) Splices to loop return cables shall be made with soldered compression type connectors. All stranded wires terminated at a terminal block shall have an open end, crimp style solderless terminal connector, and all solid wires terminated at a terminal block shall have an open end soldered terminal connector. All terminals shall be installed with a tool designed for the installation of the correct type of connector and crimping with pliers, wire cutters, etc., will not be allowed. All wiring inside the controller cabinet shall be trimmed and cabled together to make a neat, clean appearing installation. No splicing of any traffic signal conductor shall be permitted unless otherwise indicated on the plans. All conductor runs shall be attached to appropriate signal terminal boards with pressure type binding posts. Field Wiring Chart 501 AC+ Input 502 AC- Input 503 -510 Control - Display 511 -515 Sign Lights 516 -520 Railroad Pre -empt 521 -540 Spare 541 -580 Coordination 581 -592 Emergency Pre -emp 593 -599 Spare Movement 1 2 3 4 5 6 7 8 9 Number Vehicle Heads Red 611 621 631 641 651 661 671 681 6 *1 Yellow 612 622 632 642 652 662 672 682 6 *2 Green 613 623 633 643 653 663 673 683 6 *3 Spare 614 624 634 644 654 664 674 684 6 *4 II Spare 615 625 635 645 655 665 675 685 6 *5 AC- 616 626 636 646 656 666 676 686 6 *6 Red Auxiliary 617 627 637 647 657 667 677 687 6 *7 Yellow Auxiliary 618 628 638 648 658 668 678 688 1' 6 *8 Green Auxiliary 619 629 639 649 659 669 679 689 6 *9 Pedestrian Heads & Detection SP 148 Hand 711 721 731 741 751 761 771 781 7 *1 Man 712 722 732 742 752 762 772 782 7 *2 AC -(Ped Head) 713 723 733 743 753 763 773 783 7 *3 Detection 714 724 734 744 754 764 774 784 7 *4 AC- (Detection) 715 725 735 745 755 765 775 785 7 *5 Spare 716 726 736 746 756 766 776 786 7 *6 Spare 717 727 737 747 757 767 777 787 7 *7 Spare 718 728 738 748 758 768 778 788 7 *8 Spare 719 729 739 749 759 769 779 789 7 *9 * Overlap phase designator: A, B, C, D. 8- 20.3(9) Bonding, Grounding Section 8- 20.3(9) is revised as follows: ( * * * * * *) All street light standards, signal poles and other standards on which electrical equipment is mounted shall be grounded to a copper clad metallic ground rod 5/8" in diameter x 8'0" in length complete with a #8 AWG bare copper bonding strap located in the nearest junction box. All signal controller cabinets and signal /lighting service cabinets shall be grounded to a 5/8" in diameter x 8'0" in length copper clad metallic ground rod located in the nearest junction box with a bare copper bonding strap sized in accordance with the plans, specifications and applicable codes. Ground rods and straps are considered miscellaneous items and all costs are to be included with the system or conductors. 8- 20.3(10) Services Transformer, Intelligent Transportation System Cabinet Section 8- 20.3(10) is revised as follows: ( * * * * * *) Paragraph two is deleted. Paragraph three is deleted. Power service shall be single phase 120/240 volt, 3 wire 60 Cycle A.C. (street lighting contactor /traffic signal, grounded neutral service) per COR Standard Plans. The power service point shall be as noted on the plans and shall be verified by the electrical servicing utility (the Contractor to coordinate a power service point availability, with a power company, as described in these Special Provisions, Section 8 -20.3 Construction Requirements). 8- 20.3(13)A Light Standards Section 8- 20.3(13)A is supplemented with the following: SP 149 Lighting standards shall be fabricated in conformance with the methods and materials specified e on the pre- approved plans and outlined in the Standard Specifications and these Special Provisions, Section 9- 29.6(1)6 Decorative Light Poles. Light Standards shall be erected in accordance with section 8- 20.3(4). Anchor bolts shall extend through the top heavy -hex nut two full threads to the extent possible while conforming to the specified slip base clearance requirements. Anchor bolts shall be tightened by the Turn -Of -Nut Tightening Method in accordance with Sections 6- 03.3(33) and 8- 20.3(4). The grout pad shall not extend above the elevation of the bottom of the base. The hand, hole shall be located at 90 degrees to the davit arm on the side away from traffic. A grounding lug or nut shall be provided in the hand hole frame or inside the hand hole frame or inside the pole shaft to attach a ground bonding strap. All poles and arms shall be designed to support a luminaire weight of 50 lbs. or more and to withstand pressures caused by wind loads of 85 MPH with gust factor of 1.3. All poles shall maintain a minimum safety factor of 4.38 PSI on yield strength of weight load and 2.33 PSI for basic wind pressure. Miscellaneous Hardware: All hardware (bolts, nuts, screws, washers, etc.) needed to complete the installation shall be stainless steel. I.D. (Identification for poles): The contractor shall supply and install a combination of 4- digits and one letter on each pole, whether individual luminaire or signal pole with luminaire. The letter and numbers combination shall be mounted at the 15 foot level on the pole facing approaching traffic. Legends shall be sealed with transparent film, resistant to dust, weather and ultraviolet exposure. The decal markers shall be either: a. 3 inch square with gothic gold or white reflectorized 2 inch legend on a black background, or b. 3 inch square with black 2 inch legend on a white reflectorized background. The I.D. number will be assigned to each pole at the end of the contract or project by the City traffic engineering office. Cost for the decals shall be considered incidental to the contract bid. The pole shall be adjusted for plumb after all needed equipment has been installed thereon. After pole is installed and plumbed, nuts shall be tightened on anchor bolts using proper sized sockets, open end, or box wrenches. Use of pliers, pipe wrenches, or other tools that can SP 150 damage galvanizing will not be permitted. Tools shall be of sufficient size to achieve adequate torquing of the nuts. The space between the concrete foundation and the bottom of the pole base plate shall be filled with a dry pack mortar grout and trowled to a smooth finish conforming to the contour of the pole base plate. Dry pack mortar grout shall consist of a 1:3 mixture of portland cement and fine sand with just enough water so that the mixture will stick together on being molded into a ball by hand, and will not exude moisture when so pressed. A one half -inch drain hole shall be left in the bottom of the grout pad as shown on the standard detail. 8- 20.3(14)C Induction Loop Vehicle Detectors Section 8- 20.3(14)C Item 4 and Item 11 are revised as follows: 4. All loops shall be installed in the final lift of asphalt designated in the Contract. Loop conductors shall be held at the bottom of the saw cut by high temperature backer rod (sized to fit snuggly in the saw centers along the entire loop and home run(s) and at the entrance and exit of all turns greater than 45 degrees. If new loops are installed over existing, the old loops shall be removed by grinding and the grinding shall be enough to destroy any existing operational loop conductors. If not listed as incidental to the existing loops shall be paid for under another bid item the additional work to remove the existing loops shall be paid in accordance with Section 1 -04.4. 11. Install sealant per Section 9- 02.1(10). Loop installation shall not take place in temperatures below 40 2F. The sawcuts shall be of uniform depth and any sharp edges, abrasions, or ridges shall be removed prior to placing the wire. Sawcut Cleaning The high pressure washer shall operate at 1000 psi minimum pressure as certified by the manufacturer's label on the machine or as measured by an in line pressure gauge. All requirements of Section 1- 07.15, "Temporary Water Pollution /Erosion Control" shall be observed as specified in the contract and on the plans when the sawcut cleaning is performed. 8- 20.3(14)D Test for Induction Loops and Lead -in Cable Section 8- 20.3(14)D is supplemented with the following: The Contractor shall keep records of field testing and shall furnish the engineer with a copy of the results. 8- 20.3(14)E Signal Standards Section 8- 20.3(14)E is revised as follows: SP 151 3. Disconnect connectors complete with pole and bracket cable shall be installed in any I' signal standard supporting a luminaire. Illumination wiring shall conform to COR Standard Plans. Installation of all nuts and bolts shall be performed with proper sized sockets, open end or box I' wrenches. Use of pipe wrenches or other tools which can damage the galvanization of the nuts and bolts will not be permitted. Tools shall be of a sufficient size and strength to achieve adequate torquing of the nut(s). Traffic signal standards shall be fabricated in conformance with the methods and materials specified on the pre- approved plans and outlined in the Standard Specifications and these Special Provisions, Section 9- 29.6(1)A Decorative Signal Poles. While delivering the poles and arms to the job site and before they are installed, they shall be transported and stored in a manner that will not inconvenience the public or damage the surface finish. Extreme care shall be taken by the Contractor during installation and pole erection to avoid damage to the finish. The poles shall be installed on leveling nuts and washers secured to the anchor bolts and with locking nuts and washers on the top of the base flange. The side of the shaft opposite the load shall be plumbed by adjusting the leveling nuts or as otherwise directed by the Engineer. The space between the concrete base and the bottom of the pole flange shall be filled with dry pack mortar to completely fill the space under the flange and be neatly troweled to the contour of I' the pole flange. A barrier shall be placed around the anchor bolts to prevent grout from II entering the conduits. A plastic drain hose (3/8 -inch diameter) shall be inserted through the mortar to provide drainage from the interior of the pole base and be trimmed flush with the , interior and exterior surface of the mortar. Dry pack mortar shall consist of a 1 to 3 mixture of cement and fine sand. All welds shall comply with the latest AASHTO Standard Specifications for Structural Supports for Highway Signs, Luminaires and Traffic Signals. Welding inspection shall comply with Section 6- 03.3(25)A Welding Inspection. Hardened washers shall be used with all signal arm - connecting bolts instead of lock washers. All signal arm AASHTO M 164 connecting bolts shall be tightened to 40 percent of proof load. I' All Type III signal standards shall have on luminaire arm connection as described in Section 9- 29.6(1)B Decorative Light Poles. I' 8- 20.3(14)F Opticom Priority Control Systems Section 8- 20.3(14)F is an added new section: I' The Contractor shall supply the manufacturer's software on original disks. Controller cabinets shall have the related harness wired into the cabinet by the supplier. SP 152 8- 20.3(15) Grout Section 8- 20.3(15) is supplemented with the following: After the pole is plumbed the space between the concrete foundation and the bottom of the pole base plate shall be filled with a dry pack mortar grout troweled to a smooth finish conforming to the contour of the pole base plate. Dry pack mortar grout shall consist of a 1:3 mixture of Portland cement and fine sand with just enough water so that the mixture will stick together on being molded into a ball by hand and will not exude moisture when so pressed. A one half inch drain hole shall be left in the bottom of the grout pad as shown on the standard detail. 8- 20.3(18) Video Detection System Section 8- 20.3(18) is a new section: Prior to commencing work around existing vehicle inductance loops, the Contractor shall provide a fully operational temporary video detection system at the intersection and install it under the presence of COR Transportation Maintenance Department Representative. The Contractor shall maintain this video detection system throughout construction. The Contractor shall provide adequate cable for each detection camera to allow relocation of cameras as construction conditions (lane shifts, traffic control, etc) change. The video detection system shall consist of the following: • Video cameras, including camera enclosure, filter, sunshield and connector kit • Camera mount assemblies, including extensions as specified in the Plans. • Video image processors • 9 -inch Video Monitor, including cable • Programming devices and /or software • Remote management software • Camera lenses and lens adjustment modules • Surge Suppressor • Coaxial and power cables • All other equipment necessary for a fully operational video detection system. Cameras shall be mounted at a sufficient height to prevent occlusion from cross traffic. The Contractor shall provide the camera mounts and cable per these Specifications. The Contractor shall install the cameras and controller cabinet video camera equipment under the presence of COR Transportation Maintenance Department Representative and the Representative will program the cameras to provide detection. The Contractor shall notify the Engineer 48 hours in advance of changes that will require reprogramming cameras. SP 153 The Contractor shall maintain the video vehicle detection system at the intersection during the construction. After the changeover to the new signal system, the contractor shall reinstall the temporary video detection system to the new signal system at the permanent locations shown in Plans and shall be confirmed by the Engineer in the field. The Contractor shall be responsible for any damage to the video detection equipment. 8 -20.4 Measurement Section 8 -20.4 is replaced with the following: When shown as lump sum in the Plans or in the proposal as "Traffic Signal System, Complete ", or "Illumination System, Complete ", no specific unit of measurement will apply, but measurement will be for the sum total of all items for a complete system to be furnished and installed. 8 -20.5 Payment Section 8 -20.5 is supplemented with the following: Payment will be made for the following bid items: "Traffic Signal System, Complete ", per lump sum. "Illumination System, Complete ", per lump sum. The lump sum contract price for the above listed "System" lump sums shall be full pay for the construction of the complete electrical system, replacing or modifications of existing systems, as shown in the Plans and herein specified including excavation, backfilling, concrete foundations, luminaires, luminaire poles, signal controller cabinet, BPS and electrical service cabinets, signal poles, pedestrian and signal heads, vehicle detection system, Emergency Vehicle Pre - Emption (EVPE), pedestrian signal push button assembly, vehicle video detection system (also maintenance throughout construction and reinstallation), conduit, wiring, signal pole mounted signs, terminal cabinets, signal controller testing /assembly, restoring facilities destroyed or damaged during construction, salvaging existing materials, testing, coordinating with the local power company, making all required tests, costs associated with providing uniformed police officer, producing as -built plans and obtaining all required electrical permits. "Traffic Signal System. Complete" lump sum shall include the cost of installation of a fully functioning traffic signal system including but not limited to traffic controller, BBS and electrical service cabinets, foundations (signal pole foundations shall include incidental costs for temporary casing, slurry, dewatering and offsite disposal), poles, signal heads, vehicle video detection system (temporary, permanent and maintenance during construction), EVPE, push buttons, vehicle detection loops, conduit, wiring, junction boxes, all associated equipment, traffic signal pole mounted signs, removal of existing loop detectors, removal and salvaging existing signal system, and testing. All costs associated with installation of the fiber optic system, including fiber optic connections in the signal controllers, fiber splices, fiber enclosures, SP 154 u C fabric innerduct, fiber optic cables and all associated junction boxes and conduit, 25 -TA utility vaults, shall be included also in the "Traffic Signal System, Complete" lump sum bid item. Temporary surface restoration items required for resuming pedestrian and vehicular traffic prior to final surfacing, including steel sheeting, crushed rock, and cold mix asphalt, shall be included in the "Traffic Signal System, Complete" lump sum bid item and no separate measurement will be made. All costs for installing trenching containing both signal and intersection illumination conduits shall be included in the contract prices for the "Traffic Signal System, Complete" lump sum bid item. "Illumination System, Complete" lump sum shall include the cost of installation of a fully functioning illumination system including but not limited to electrical service cabinets with BBS, foundations (luminaire pole foundations shall include incidental costs for temporary casing, slurry, dewatering and offsite disposal), luminaires, poles, conduit, wiring, junction boxes and all associated equipment. All required sawcutting and collecting and disposal of wasted water resulting from sawcutting, conduit bedding, gravel borrow, crushed surfacing base course (CSBC) and FTB required for trench backfill shall be included in the above listed bid items and no separate measurement will be made. Bidders are cautioned to include in the lump sum bid items for Traffic Signal and Illumination Systems Complete, all costs related to dewatering, protection of items to remain, removal and disposal costs of removed items not specified to be salvaged, and costs associated with obtaining electrical inspection, associated permits and testing as required. 8 -21 PERMANENT SIGNING 8 -21.5 Payment Section 8 -21.5 is supplemented with the following: "Permanent Signing", per lump sum This work shall consist of furnishing and installing permanent signing, sign removal, sign relocation, and the project sign installations and removals, in accordance with the Plans, these Specifications, the Standard Plans, MUTCD, and the City of Renton Standard Details at the locations shown in the Plans or where designated by the Engineer. Signs to be removed as shown on the Plans, shall be returned to the Owner. Work shall also include the installation of the 'Advance Directional Sign Footing' where indicated in the Plans and detailed in Appendix A. SP 155 8 -22 PAVEMENT MARKING I' 8- 22.3(5) Installation Instructions Section 8- 22.3(5) is revised as follows: A manufacturer's technical representative need not be present at the initial material installation to approve the installation procedure. 8- 22.3(6) Removal of Pavement Markings IN Section 8- 22.3(6) is supplemented as follows: Plastic pavement markings shall be removed using methods to prevent damage to the remaining I' pavement. The use of chemicals that may be harmful to the pavement will not be allowed. Damaged pavement shall be replaced at the Contractor's expense. 8 -22.5 Payment I' Section 8 -22.5 is supplemented as follows: Payment will be made in accordance with Section 1 -04.1, for the following bid item when it is included in the proposal: "Paint Line ", per linear foot. "Plastic Stop Line ", per linear foot. "Plastic Crosswalk Line ", per square foot. "Plastic Traffic Arrow ", per each. "Plastic Bicycle Lane Symbol ", per each. "Plastic Yield Line Symbol ", per each. "Plastic Bicycle Detection Symbol ", per each. "Remove Existing Traffic Markings ", per lump sum. The lump sum contract price for "Remove Existing Traffic Markings" shall be full compensation for furnishing all labor, tools, material, and equipment necessary for removal of existing traffic markings as per the plans, specifications and detail sheets. 8 -23 TEMPORARY PAVEMENT MARKINGS 8 -23.2 Materials Section 8 -23.2 is supplemented with the following: SP 156 All materials for temporary pavement markings shall be paint and selected from approved materials listed in the Qualified Products List. 8 -23.3 Construction Requirements Section 8 -23.3 is supplemented with the following: Temporary pavement markings shall be installed and maintained by the Contractor whenever permanent pavement markings are included in the Contract and traffic is released onto public streets or roadways prior to installation of permanent pavement markings. The Contractor shall perform preliminary layout work to the satisfaction of the Engineer prior to installation of the temporary pavement markings. The temporary pavement markings shall be installed and maintained to the satisfaction of the Engineer until the permanent pavement markings are installed and approved in writing by the Engineer. After approval of permanent lane markings, the Contractor shall remove the temporary lane markings to the satisfaction of the Engineer. Reflective tape shall not be used when the temporary pavement markings are to be exposed to traffic for more than two weeks without the written approval of the Engineer. The Contractor shall provide paint lines per sections 8 -22 and 9 -34 at the direction of the Engineer for temporary pavement markings for construction staging. Paint lines shall be provided for temporary pavement markings for any conditions not applicable for reflective tape. 8 -23.4 Measurement Section 8 -23.4 is replaced with the following: No specific unit of measurement will apply to the lump sum item for temporary pavement markings, but measurement will be for the sum total of all items to be furnished and installed. 8 -23.5 Payment Section 8 -23.5 is replaced with the following: Payment will be made in accordance with Section 1 -04.1, for the following bid item when it is included in the proposal: "Temporary Pavement Markings ", per lump sum. The lump sum Contract price for "Temporary Pavement Markings" shall be full pay for constructing and maintaining temporary lines and markers as specified. All costs for removal of temporary pavement markings shall be included in the unit Contract price per lump sum for "Temporary Pavement Markings." No additional compensation will be allowed when the Contractor is required to repair temporary taped markings that have been damaged or worn. SP 157 8 -26 METAL HAND RAILING Section 8 -26 is an added new section with new subsections: 8 -26.1 Description This work consists of furnishing and constructing metal hand railing in accordance with the Plans and these Specifications at the locations shown in the Plans and in conformity with the lines as staked. 8 -26.2 Materials Material requirements for metal hand railing shall be as indicated on the Plans. 8 -26.4 Measurement Metal hand railing will be measured by the linear foot of the completed installation, measured along the top of the rail. 8 -26.5 Payment Payment will be made in accordance with Section 1 -04.1, for the following bid item when it is included in the proposal: "Metal Hand Railing ", per linear foot. The unit contract price per linear foot for metal hand railing shall be full compensation for all labor, material, tools and equipment, supplies, incidental work, with all appurtenances, to satisfactorily complete the work defined in the Standard Specifications, Special Provisions, and the particular items called for in the Plans. 8 -27 BUS SHELTER FOOTING AND LANDING PAD Section 8 -27 is an added new section with new subsections: 8 -27.1 Description This work consists of furnishing and constructing bus shelter footing and landing pad in accordance with the Plans and these Specifications at the locations shown in the Plans and in conformity with the lines as staked. 8 -27.2 Materials Material requirements for bus shelter footing and landing pad shall be as indicated on the Plans and King County Metro Design Standards. SP 158 8 -27.5 Payment Payment will be made in accordance with Section 1 -04.1, for the following bid item when it is included in the proposal: "Bus Shelter Footing and Landing Pad ", per each. The unit contract price per each bus shelter footing and landing pad shall be full compensation for all labor, material, tools and equipment, supplies, incidental work, with all appurtenances, to satisfactorily complete the work defined in the Standard Specifications, Special Provisions, and the particular items called for in the Plans. 8 -30 FIBER OPTIC AND COPPER CABLE EQUIPMENT Section 8 -30 is an added new section with new subsections: 8 -30.1 Description This specification section covers the equipment, splicing, termination materials and installation procedures required for the fiber optic and copper cable network. These materials include fiber optic cable, conduit, splice enclosures, vaults, pull boxes, fiber optic patch panels, and fiber optic patch cords. 8 -30.2 Materials The materials required for this fiber optic network and copper cable installations are covered below. The Contractor shall supply all additional materials that may be required to make the interconnect network operational. 8- 30.2(1) Fiber Optic Cable This section modifies and supplements Section 9- 29.3(1). The Contractor shall install existing 48 -ct fiber optic cable between existing junction box and new traffic controller. If any fiber optic cable needs to be furnished, it shall be furnished and installed by the contractor and shall be designed in accordance to Telcordia's Bellcore GR -20 -CORE and RUS specifications. The fiber shall be a single -mode, non -zero dispersion shifted, loose tube, single jacket, all- dielectric designed for outside plant applications specifically for lashed aerial and underground duct installations. Each loose tube shall be filled with a water blocking gel and contain 6 fibers. The core is helically wrapped with water - blocking strength members and encased with a black polyethylene jacket. The fiber shall meet the following: • Maximum Attenuation: 0.4/0.3 dB /km at 1310/1550 nanometers, respectively. • Typical Core Diameter: 8.3 microns. SP 159 • Cladding Diameter: 125.0 microns +/ -1.0 microns. The Contractor shall provide all materials required for the installation and splicing of the specified communications cables, power cables and associated interface devices. The fiber optic cable network shall be capable of supporting both SONET transmission speeds and protocols up to 2.4 Gb /s, and NTSC quality, color video applications. Fiber optic cable shall contain no factory splices. 8- 30.2(2) Fiber Optic Patch Panel 1 The Fiber Optic Patch Panel shall be a 19" rack mountable cabinet no greater than 6 rack units (10.5 ") in height containing factory terminated fiber patch points and multi -fiber "pigtail'. The pre- termination panel shall allow for the patching of a minimum of 72 singlemode fibers with I' factory terminated FC connectors. The multi -fiber pigtail shall consist of a riser rated, tight - buffer cable. The multi -fiber pigtail shall be a minimum of 250 ft. in length. Fiber management shall be provided on the front of the panel to protect fiber jumper cables that will be connected to the panel. The Contractor shall also supply and install a fiber management system within the equipment rack between the Fiber Optic Patch Panel and any equipment with a fiber optic connection to facilitate the protection of the Fiber Optic Patch Cords. The panel shall have front and rear access doors. The front door shall be smoked polycarbonate to allow the viewing of a patch point designation strip. Cable tie bars shall also be provided on the rear of the shelf to allow for cable strain relief. 8- 30.2(3) Fiber Optic Patch Cords The Contractor shall supply and install Fiber Optic Patch Cords as required to facilitate the connection of fiber optic equipment as shown in the project plans. The Fiber Optic Patch Cables shall be single mode fiber and shall utilize FC connectors (except where indicated differently) and shall have the following features /capabilities: • Typical Insertion Loss: 0.3 db; • Typical Return Loss: -40 db; • Maximum Return Loss: -45 db; • Operating Temperature: -40 to +75 C; • Storage Temperature: -55 to +85 C; • Fiber type: 9/125 um; • Cable type: fiber coated 900um; • Cable jacket color: yellow; • Connector type: FC Simplex Jack, O.D. 3 mm. The length of the Fiber Optic Patch Cords shall be such that the minimum bend radius is achieved during installation and sufficient spare length is available for the future movement of SP 160 equipment within the rack. The spare length of patch cord shall be neatly coiled and attached to the equipment rack or fiber management system. 8- 30.2(4) Buffer Tube Fan -Out Kits The contractor will provide and install a buffer tube fan -out kit on each buffer tube that enters the designated pre -term. The fan -out kit shall be an indoor kit that features a 900µm fan -out assembly that is color coded to match the fiber color scheme. The buffer tube fan -out kit shall be able to contain a minimum of 12 single -mode fibers and the buffer tube and consist of a top and bottom furcation unit and a fan -out assembly. The fan -out assembly's tubing shall have a length of 47- inches that will allow for the installation of fiber connector. 8- 30.2(5) Fiber Connectors Contractor shall supply Simplex Single -mode SC connectors that utilize epoxy. The connectors shall meet the following standard and specifications and be tested to Telcordia GR -326 issue 2. Insertion Loss (SM): < 0.30 dB Insertion Loss (MM): < 0.50 dB Reflectance (UPC): < -55 dB Reflectance (APC): < -65 dB Fiber Height: ± 50 nm Radius of Curvature (UPC): 7 -25 mm Radius of Curvature (APC): 5 -12 mm Apex Offset: < 50 pm 8- 30.2(6) Fiber Splice Enclosure The fiber optic splice enclosure shall be made of two injection - molded high- density thermoplastic shells, that are 22" in length and 6" in diameter and can store up to four splice trays (shall be mounted on the wall of a 25 -TA vault). The splice enclosure shall be suitable for outdoor applications with a temperature range of -10o C to 60o C. The fiber optic splice enclosure shall provide sufficient space to allow entry of fiber optic cable without exceeding the cable minimum bending radius. SP 161 The fiber optic splice enclosure shall protect the splices from moisture and mechanical damage N and shall be resistant to corrosion. The fiber optic splice enclosure shall be waterproof, re- enterable and shall have a gel- sealed I' system to prevent water from entering. The fiber optic splice enclosure shall permit selective splicing to allow one or more fibers to be cut and spliced without disrupting other fibers. The fiber optic splice enclosure shall have strain relief for the cable to prevent accidental tension from disturbing the splices. Each splice tray will be able to store 36 splices securely. Each splice shall be individually mounted and mechanically protected on the splice tray. Vinyl markers shall be supplied to identify each fiber spliced within the enclosure. Each splice case shall have two end plates, one end plate shall have no ports, the other endplate shall consist of a three way end plate with two %' ports and four 7/8" ports. Each unused port will shall a grommet installed. The end plates shall be durable glass- filled high- density thermoplastic shells. 8- 30.2(7) Vaults This section modifies and supplements Sections 8- 20.3(6) and 9 -29.2. The Contractor shall provide pre -cast utility 25 -TA vault (or approved equal) meeting ASTM C 478 with 28 day 5500 psi minimum compressive strength concrete and designed for H -20 loading. All vaults and pull boxes shall be equipped with traffic -rated lids with a locking mechanism. All lids shall have the identification marking of "ITS" permanently affixed to the cover. The vault /pull box identification shall be stamped or welded on the cover. The Contractor shall provide solid covers (traffic rated), with a 76.2 cm (30 in.) diameter clear opening. If placed in the sidewalk, the lid shall have a non -skid coating. The vault shall be supplied with the hardware mounting racks. 8- 30.2(8) Conduit i This section modifies and supplements Sections 8- 20.3(5) and 9 -29.1. All conduits shall be furnished and installed by the contractor and shall be Schedule 80 PVC, with molded end bell bushings unless otherwise specified. All conduits joined will be sealed with an approve UV- Cement used for PVC conduits. The size will be indicated on the design drawings. All turns within the conduit run shall be a factory 90- degree elbow with a 36 -inch radius. ' Conduit installed at the following locations shall be Rigid Galvanized Steel: r SP 162 • Within railroad right of way unless otherwise specified in the contract. • All runs within slip form structures. • All surface mounted conduit with the exception of conduit risers on utility poles. 8- 30.2(9) Flexible Fabric Innerduct This section modifies and supplements Sections 8- 20.3(5) and 9 -29.1. Contractor shall supply and install flexible fabric innerducts in the appropriate conduits indicated on the drawings. The fabric innerduct will utilize up to 80% of conduit space without affecting cable pulling tension. The innerduct will consist of three cells. Each cell will have a pull tape installed. Innerduct shall have a burn through resistance rated at 4800 for rope or tape. The cell fabric will be resistant to tears and rips and be water resistant. All cells will accept a 1- inch diameter cable. The Flexible Fabric Innerduct shall be Maxcell or approved equivalent. 8- 30.2(10) Detectable Tape This section modifies and supplements Sections 8- 20.3(5). The contractor shall furnish and install a flat polyester woven pre -lubed tape that contains a 22 gauge wire. The tape will be marked with sequential footage markings and be continuous. The tape shall meet or exceed a breaking strength of 900Lbs, with a width of % -inch. 8- 30.2(11) Fiber Optic Router The Fiber Optic Router shall support two serial interfaces and two Ethernet ports, one or both of which may be fiber - -or both can be 10/100 copper. It shall combine features of a serial device server, Ethernet switch, and IP router in a single product. Other features shall include: • 2 Ethernet Ports, 2 Serial Ports • Versatile integration of IP router, Ethernet switch, Serial terminal server and security appliance • Designed for use in secure NERC CIP compliant environments • IP firewall with logging • Network security perimeter and management security • Routing per interface and /or VLAN: static routing, RIP,OSPF, BGP, VRRP • Compact panel or DIN -Rail or rackmounting with integral power supply • Hardened to substation EMI /ESD specs and -40 to 85 C with no fans • Meets IEC 61850 -3 specifications for EMI /ESD protection • AC and DC power options. The Contractor shall provide manufacturer's cut sheets to the Engineer for approval prior to the placement of an order and the equipment shall be delivered to the COR Field Maintenance shop at the same time as the controller cabinet. SP 163 8 -30.3 Construction Requirements I 8- 30.3(1) Fiber Optic Cable (' This section modifies and supplements Sections 9- 29.3(1). The Contractor shall provide all materials required for the installation and splicing of the specified communications cables, power cables and associated interface devices. The contractor shall furnish and install an all- dielectric fiber optic cable that meets or exceeds the specifications mentioned above. After all conduits have been proofed and a suitable pull tape has been installed the contractor will install the fiber optic cable in the following manner: , Secure a swivel device that will pass through the conduit onto the pull tape. Attach a shearing pin rated at or below the manufactures recommended breaking strength for the fiber. Attach the fiber and the detectable pulling tape to the shearing pin. Pull fiber through the conduit using an approve lubricant. A mechanical device may be used as long as the manufactures recommended breaking strength is not exceeded. Hand pulling is recommended. Care shall be taken as to not bend the fiber optic cable more than is recommended by the manufacturer. 8- 30.3(1)A Splicing The Contractor shall splice the fibers utilizing a fusion splicer that consistently provides a splice loss of less than 0.2 dB per splice. All splices will have a heat shrink support sleeve for protection and strength. The contractor's finished splice shall have a splice loss of less than 0.1 dB. 8- 30.3(2) Fiber Optic Patch Cords The Video /Data Receiver Cards shall be installed and configured in accordance with manufacturer's instructions in the locations indicated on the project plans. The Contractor shall install and test all cabling as indicated on the project plans. End to end testing of the signal path and data channels shall be conducted to ensure the correct operation. 8- 30.3(4) Buffer Tube Fan -Out Kits The Contractor shall follow the manufacturer's installation instruction for the assembly and installation of the kit. SP 164 8- 30.3(5) Fiber Connectors The Contractor shall follow the manufacturer's installation instruction for preparation and installation of the connectors on the fiber. All installed fiber connectors shall be tested with an approved light source and power meter following the EIA /TIA. The connector shall have a loss not greater than .75dB. 8- 30.3(6) Fiber Splice Enclosure The Contractor shall install the splice enclosure in the 25 -TA vault and locations where splicing is required and /or shown in the drawings. The splice enclosure shall be securely fastened to the vault wall or aerial cable span. The splice enclosure shall be mounted to allow the cable to enter the enclosure without exceeding the cable manufacturer's minimum bending radius. Sufficient cable shall be coiled with the splice enclosure to allow the enclosure to be removed from the vault or aerial span for splicing. The splice enclosure shall be bonded to the ground as per manufacturer's recommendations. The unprotected fiber exposed for splicing within the enclosure shall be protected from mechanical damage using the fiber support tubes and shall be secured within the splice enclosure. The fibers shall be labeled with vinyl markers according, to the identification scheme indicated in the drawings. The enclosure shall be sealed following the splicing procedure as recommended by the manufacturer to provide a moisture proof environment for the splices. Care shall be taken at the cable entry points to ensure a tight and waterproof seal is made which will not leak upon aging. 8- 30.3(7) Vaults This section modifies and supplements Sections 8- 20.3(6) and 9 -29.2. Utility vaults shall be installed in accordance with plans and manufacturer's specifications. Utility vaults shall be configured such that the tensile and bending limitations of the fiber optic cable are not compromised. Vaults shall be configured to mechanically protect the fiber optic cable against installation force as well as inert forces after cable pulling operations. The contractor will cut out the knockouts to accommodate the conduits on the vault walls and place the vault over the conduits using a crane or similar mechanical device. Care shall be taken when lowering the vault as to not damage the existing conduits. All knockouts will need to be sealed using a mortar concrete mix to prevent rodent and water from entering the vault. SP 165 The new vault shall be adjusted to be flush with the finished grade. 8- 30.3(8) Conduit This section modifies and supplements Sections 8- 20.3(5) and 9 -29.1. All vacant conduit shall be proofed before installation using the appropriate size mandrel through the conduit. A polyester pull tape that meets or exceeds a breaking strength of 900 Ibs needs to be installed in the proofed conduit prior to the fiber being installed. Conduits that contain existing or abandoned cables need to have a polyester pull tape installed that meets or exceeds a breaking strength of 900 Ibs prior to the fiber being installed. Any conduit that cannot be mandrel or have a pull tape installed needs to be excavated at the suspected area of obstruction and repaired. The Contractor shall provide all materials required for the installation and joining of the contractor furnished schedule 80 PVC. All conduit will be furnished and installed by the contractor at a depth of 24- inches of cover above the top of the conduit along the route indicated on the approved plans, any deviation of the route will be approved by the design engineer. All conduits joined will be sealed with an approve UV- Cement used for PVC conduits. Conduit shall be laid to a minimum depth of: • 24 inches below the curb grade in the sidewalk area. • 24 inches below the finished grade in all other areas. The contractor shall place 4- inches of sand on the bottom of the trench prior to placing the conduit. The contractor shall place 4- inches of sand above the conduit prior to placing fill dirt. The contractor shall restore the trench and asphalt to the appropriate Renton City Traffic Construction standards. The contractor shall dispose of all excess existing trench material in a manner that is consistent with all Federal, State and City environmental policies. The number and size of the conduit to be installed will be identified on the plans. 8- 30.3(9) Flexible Fabric Innerduct This section modifies and supplements Sections 9 -29.1. • Contractor will install the innerduct in accordance with the manufacturers installation procedures. SP 166 • Contractor will leave 30 inches of slack exposed at each end of the conduit. • Contractor shall install in conduits that are 4- inches in diameter, 3 -three cell fabric innerduct. 8- 30.3(10) Detectable Tape This section modifies and supplements Sections 8- 20.3(5). The contractor shall furnish and install the detectable tape in all buried underground conduit that contains an all- dielectric fiber optic cable. 8 -30.4 Measurement No specific unit of measurement shall apply, but measurement will be for the sum total of all items for a complete system to be furnished and installed. 8 -30.5 Payment Payment will be made in accordance with Section 1 -04.1 and will be included in the Lump Sum bid item "Traffic Signal System Complete ", lump sum per Section 8 -20.5 Payment. 8 -31 FIBER OPTIC TESTING AND DOCUMENTATION Section 8 -31 is an added new section with new subsections: 8 -31.1 Description This section covers the requirements for the testing of fiber optic cable. The types of acceptance testing for optical fiber cable system certification are: 1. Attenuation testing 2. Optical Time Domain Reflectometer (OTDR) testing 8 -31.2 Materials The Contractor shall supply all materials and equipment required to perform the fiber optic testing and documentation indicated below. 8 -31.3 Construction Requirements 8- 31.3(1) General The installed optical fiber cable shall be tested for compliance with the transmission requirements of this specification, the cable and hardware manufacturer's specifications, and prescribed industry standards and practices. SP 167 8- 31.3(2) Attenuation Testing Prior to commencing testing, the Contractor shall submit the manufacturer and model number of the test equipment along with certification that it has been calibrated within 6 months of the proposed test dates. The following information shall be documented for each fiber test measurement: 1. Wavelength 2. Fiber type 3. Cable, tube and fiber IDs 4. Near end and far end test locations 5. End -to -end attenuation 6. Date, time, and operator 8- 31.3(3) Optical Time Domain Reflectometer (OTDR) Testing An optical time domain reflectometer (OTDR) with recording capability shall be utilized to test the end -to -end transmission quality of each optical fiber. Quality tests shall consider both attenuation and discontinuities. The OTDR shall be equipped with 1310 nanometer and 1550 nanometer light sources for single mode optical fibers. The OTDR shall be capable of providing electronic and hard copy records of each test measurement. The OTDR shall be equipped with sufficient internal masking to allow the entire cable section to be tested. This may be achieved by using an optical fiber pigtail of sufficient length to display the required cable section, or by using an OTDR with sufficient normalization to display the required cable section. Prior to commencing testing, the Contractor shall submit the manufacturer and model number of the OTDR test unit along with certification that it has been calibrated within 6 months of the proposed test dates. Each new mainline and lateral fiber shall be tested in both directions at the 1310 and 1550 nanometer wavelengths. Any fiber that has a bi- directional loss of .2dB or greater will need to be repaired and tested until the desired reading is obtained. Existing mainline and lateral fibers that are spliced to or re- spliced as part of this contract shall also be tested in both directions and at both wavelengths. The following information shall be documented for each fiber test measurement: 1. X -Y plot scaled for fiber length 2. Wavelength 3. Refraction index SP 168 4. Fiber type 5. Averaging time 6. Pulse width 7. Cable and fiber IDs 8. Near end and far end test locations 9. Date, time, and operator 10. Event table that includes: event ID, type, location, loss, and reflection. 8- 31.3(4) Testing Documentation The Contractor shall submit one hard copy and one electronic copy of the fiber test results to the Engineer for approval. The Contractor shall take corrective actions on portions of the fiber installation determined to be out of compliance with these specifications. Upon acceptance of the cable installation and test results, the Contractor shall submit three hard copies and one electronic copy of the fiber test results to the Engineer. Hard copy submittals shall be bound in 3 -ring binders. The electronic submittal shall be on 3.5" floppy disks or a compact disk and include one licensed copy of the applicable OTDR reader program. The following information shall be included in each test result submittal: 1. Contract number, contract name, contractor name and address. 2. Dates of cable manufacture, installation, and testing. 3. Cable specifications. 4. Location of all splices. 5. OTDR test results. 6. Attenuation test results. Within 30 days of submitting the test results, the Contractor, in the presence of the Engineer, shall re -test a minimum of 5% of the previously tested locations to validate the test results. A 5% sample will be selected randomly from the terminal device locations. 8 -31.4 Measurement No specific unit of measurement shall apply, but measurement will be for the sum total of all work items for all required tests. SP 169 8 -31.5 Payment 1 Payment will be made in accordance with Section 1 -04.1 and will be included in the Lump Sum I' bid item "Traffic Signal System Complete ", lump sum per Section 8 -20.5 Payment. END OF DIVISION 8 SP 170 DIVISION 9 — MATERIALS 9 -03 AGGREGATES 9 -03.8 Aggregates for Hot Mix Asphalt 9- 03.8(2) HMA Test Requirements (March 10, 2010 APWA GSP) Section 9- 03.8(2) is supplemented with the following: ESAL's The number of ESAL's for the design and acceptance of the HMA shall be 3.1 million. 9- 03.8(7) HMA Tolerances and Adjustments (March 10, 2010 APWA GSP) Delete Item 1 and replace it with the following: Supplement Replacement 1. Job Mix Formula Tolerances. After the JMF is determined as required in 5- 04.3(7)A, the constituents of the mixture at the time of acceptance shall conform to the following tolerances: 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 section, except the tolerance limits for sieves designated as 100% passing will be 99 -100. The tolerance limits on sieves shall only apply to sieves with control points. SP 171 Nonstatistical Evaluation Commercial Evaluation Aggregate, percent passing 1 ", W, % ", and 3/8" sieves ±6% ±8/ U.S. No. 4 sieve +6/ +goo U.S. No. 8 sieve ±6% ±8% U.S. No. 200 sieve ±2.0% ±3.0% Asphalt Binder ±0.5% ±0.7% 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 section, except the tolerance limits for sieves designated as 100% passing will be 99 -100. The tolerance limits on sieves shall only apply to sieves with control points. SP 171 9 -05 DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS II 9 -05.15 Metal Castings I' Section 9 -05.15 is revised as follows: ( * * * * * *) 11 Replace the first sentence of the second paragraph with the following: "Metal castings for drainage structures shall not be painted, welded, plugged, or repaired." 9 -05.21 Cement Slurry —Abandoning Pipe Section 9 -05.21 is an added new section: I' * * * * * *% Cement slurry used to fill abandoned pipes shall have the following properties: Material Reference Material Property Cement, ASTM C 150 Type I / II Slurry Density, ASTM C 138 65 pcf (minimum) Foamed Slurry Density, ASTM C 138 45 pcf (minimum) Water /Cement Ratio 0.9 (maximum) Flow, ASTM C939 18 seconds (maximum) Shrinkage, ASTM C827 non- shrink Bleeding, ASTM C232 no bleed Set Time, ASTM C403 3 — 6 hours' Compressive Strength ASTM C403 @ 24 hours 75 psi (minimum) ASTM C495 @ 7 days 150 psi (minimum) ASTM C495 @ 28 days 250 psi (minimum) ' Set time depends on temperature and site conditions 9 -06 STRUCTURAL STEEL AND RELATED MATERIALS 9- 06.5(4) Anchor Bolts Section 9- 06.5(4) is supplemented with the following: ( * * * * * *) All anchor bolts, nuts, washers and anchor plates for signal poles, street light poles, strain poles or other types of poles shall meet the recommended specifications of the pole manufacturer. The Contractor shall be responsible for providing to the Engineer any and all data concerning fabrication, strength test results, mill certification and other data required to confirm that the anchor bolts meet those specifications. The following standard specifications shall apply to anchor bolts for street light, signal and strain poles provided that the Contractor can submit documentation from the manufacturer affirming SF 172 that anchor bolts meeting these specifications are recommended for the pole to be installed thereon: 1. The standard anchor bolt for aluminum street light poles shall be 42 inches in length and shall meet the requirements of ASTM A 36 or ASTM A 307. The shaft of the anchor bolt shall be a full one inch in diameter with a hot forged four inch "L" bend on the bottom end and a minimum of six inches of die -cut threads on the top end. 2. The anchor bolts for signal poles and strain poles shall meet the specifications as designated on the approved manufacturer's pole plans and /or supplemental plans or specifications provided by the manufacturer. All anchor bolts, nuts and washers shall meet the pole manufacturer's specifications and shall be hot dipped galvanized unless such galvanization is not permitted for the type of steel as per Section 9- 06.5(4). 9 -14 EROSION CONTROL AND ROADSIDE PLANTING 9- 14.1(1) Topsoil Type A Section 9- 14.1(1) is supplemented with the following: Topsoil Type A shall meet the following: Sand: greater than 0.05 mm to less than 2mm - maximum of 60% Silt: greater than 0.002 mm to less than 0.05 mm -maximum of 35 %1 Clay: less than 0.002 mm - maximum of 15 %1 Organic Content: Percent of dry weight - 8 to 12% Acidity (Ph) - 6.0 to 7.0 1 Clay and Silt combined - no greater than 40% The Contractor shall provide a complete analysis of Topsoil Type A with one cubic foot sample for review and approval, Topsoil shall be amended per recommendations of soils analysis. 9 -14.2 Seed Section 9 -14.2 is supplemented with the following: The grass seed dealer shall mix the grass seed only. The Contractor shall furnish the Engineer with a dealer's guaranteed statement of the composition, mixture, and the percentage of purity and germination of each variety. All seed mixes shall be certified as 99% weed -free and 90% viable seeds by germination tests and by age specifications by species. Apply hydroseed mulch and tackifier per supplier's recommendations. SP 173 Grass seed, of the following composition, proportion, and quality shall be applied at the rate of I� 120 pounds per acre on all areas requiring roadside seeding within the project: Kind and Variety of % By Minimum % Minimum % (' Seed in Mixture Weight Pure Seed Germination Dwarf Tall Fescue 45 98 90 Dwarf Perennial Rye (Barclay) 30 98 90 Red Fescue 20 98 90 I' Colonial Bentgrasss 5 98 90 Weed Seed 0% Inert and Other Crop 5% (max) I Sufficient quantities of fertilizer shall be applied to supply the following amounts of nutrients: Total Nitrogen as N - 80 pounds per acre. Available Phosphoric Acid as P2O5 - 20 pounds per acre. Soluble Potash as K2O - 40 pounds per acre. 50 pounds of nitrogen applied per acre shall be derived from isobutylidene diurea (IBDU), cyclo -di -urea (CDU), or a time release, polyurethane coated source with a minimum release time of 6 months. The remainder may be derived from any source. The fertilizer formulation and application rate shall be approved by the Engineer before use. 9 -14.6 Plant Materials 9- 14.6(2) Quality Section 9- 14.6(2) is supplemented with the following: Plant material shall be free from disfiguring knots, swollen grafts, sunscald injuries, bark abrasions, evidence of improper pruning or other objectionable disfigurement. Potted and container stock shall be well rooted and vigorous enough to ensure survival and healthy growth. Shrubs shall have full foliage (not leggy). Container stock shall be grown in its delivery container for not less than six (6) months, but not for more than two (2) years. Root bound or broken containers will not be accepted. Bare root, liner and root stock with dried or shriveled roots from exposure will not be accepted. Trees will be provided with untapped, straight, single leaders. Trees shall have full crowns and balanced branching. Measurements, caliper, branching, grading, quality, balling and burlapping shall follow the Code of Standards of the American Associate of Nurserymen in the American Standard for Nursery Stock, ANSI 260.1, latest edition. Measurements shall be taken with all branches in their normal growing position. St 174 9- 14.6(3) Handling And Shipping Section 9- 14.6(3) is supplemented with the following: All plant material shall be transported to planting locations with care to prevent damage. Tie back branches as necessary, and protect bark from chafing with burlap bags. Do not drag plant materials along ground without proper protection of roots and branches. Protect rootballs from environmental or mechanical damage and water as necessary to keep roots moist. Do not store plants for more than one week. 9- 14.6(4) Tagging Section 9- 14.6(4) is supplemented with the following: All plant material except ground cover shall be legibly tagged. Tagging may be by specie or variety with minimum of one tag per ten trees, shrubs, or vines. Remove all tagging prior to final acceptance. 9- 14.6(5) Inspection Section 9- 14.6(5) is supplemented with the following: The Contracting Agency shall reserve the option of selecting and inspecting plant material at the nursery. The contractor shall provide the Contracting Agency with at least one week notice prior to preparing plants for shipping and delivery. The Contractor shall neither deliver to site nor install plant materials until authorized by the Contracting Agency. 9- 14.6(7) Temporary Storage Section 9- 14.6(7) is supplemented with the following: Cold storage of plants shall not be permitted. If planting is delayed more than 24 hours after delivery, set balled and burlapped plants on the ground, well protected with soil or wet peat. Adequately cover all roots of bare root material with soil or wet peat. Protect root balls from freezing, sun, drying winds or mechanical damage. Water plant material as necessary until planted. Plants shall not be stored for more than one week. Longer storage period at project site will result in rejection of plant materials by the Contracting Agency. 9 -14.7 Stakes, Guys, and Wrapping Section 9 -14.7 is supplemented with the following: SP 175 Stakes shall be BVC round tree stakes with heavy duty poly chain lock guying or Engineer accepted product. No wrapping required. 9 -15 IRRIGATION SYSTEM 9 -15.1 Pipe, Tubing And Fittings Section 9 -15.1 is supplemented with the following: All pipe and tubing shall be 3/4- to 1 -inch PVC Schedule 40 or approved equal. All fittings shall be Schedule 80 PVC. All sleeving shall be 2 -inch PVC Schedule 40. 9- 15.1(2) Polyvinyl Chloride Pipe And Fittings Section 9- 15.1(2) is supplemented with the following: PVC pipe shall be Schedule 40 PVC pipe for the main, laterals and sleeves. 9 -15.5 Valve Boxes And Protective Sleeves Section 9 -15.5 is supplemented with the following: Valve boxes for control valves shall be Carson 1419 Box, 18 -inch Super Jumbo with locking lid or approved equal. Valve boxes for Double Check Valve Assembly shall be Carson 1324 with locking lid, or approved equal. Verify size to fit Double Check Valve Assembly. 9 -15.17 Electrical Wire And Splices Section 9 -15.17 is supplemented with the following: Electrical Wire shall be #14 OF wire. Utilize 3M DBY splice kits. 9 -23 CONCRETE CURING MATERIALS AND ADMIXTURES 9 -23.9 Fly Ash (RC) Section 9 -23.9 is revised as follows: Fly ash shall not be used around water lines. 9 -29 ILLUMINATION, SIGNALS, ELECTRICAL 9 -29.1 Conduit, Interduct, and Outerduct Section 9 -29.1 is supplemented with the following: SP 176 The conduit P.V.C. - non - metallic shall be of the two types indicated below: 1. Schedule 80 Extra heavy wall P.V.C. conforming to ASTM, Standards, to be used in all installations under roadways. 2. Schedule 40 heavy wall P.V.C. conforming to ASTM Standards. 9 -29.2 Junction Boxes, Cable Vaults and Pull Boxes Section 9 -29.2 is supplemented with the following: Junction boxes shall be reinforced concrete with galvanized steel frame anchored in place and galvanized steel cover plate (Diamond pattern). Grounding lugs shall be stainless steel and shall be mechanically and electrically bonded. Junction boxes for copper wire shall incorporate a locking lid per City of Renton Standard Plan. Junction boxes placed in the sidewalks shall have non -skid lids. 9 -29.3 Fiber Optic Cable, Electrical Conductors and Cable Section 9 -29.3 is supplemented with the following: Each wire shall be numbered at each terminal end with a wrap- around type numbering strip bearing the circuit number shown on the plans. The Contractor shall provide and install all the necessary wiring, fuses and fittings so as to complete the installation of the signal and lighting equipment as shown on the plans. All materials and installation methods, except as noted otherwise herein, shall comply with applicable sections of the National Electrical Code. 9- 29.3(2)F Detector Loop Wire Section 9- 29.3(2)F is revised as follows: Detector loop wire shall be No. 12 AWG stranded copper wire, Class B, with chemically cross linked polyethylene type RHH -RHW insulation of code thickness. 9- 29.3(2)H Three- Conductor Shielded Cable Section 9- 29.3(2)H is supplemented with the following: Three conductor shielded cable (3CS) for the detector circuit for optical fire preemption receivers shall be Model 138 Opticom cable. SP 177 9- 29.3(2)1 Twisted Pair Communication Cable (' Section 9- 29.3(2)1 is revised as follows: I� Communications cable shall meet REA specification PE -39 and shall have No. 19 AWG wires with (' 0.008 inch FPA /MPR coated aluminum shielding. The cable shall have a petroleum compound completely filling the inside of the cable. The shielded communications /signal interconnect cable shall meet the following: I' 1. Conductors: Solid, soft drawn, annealed copper, size 19 AWG. I' 2. Insulation: solid, virgin high density polyethylene or polypropylene, with telephone industry color coding. 3. Cable core assembly: insulated conductors are twisted into pairs with varying lays (twist lengths) to minimize cross talk and meet strict capacitance limits. 4. Shielding: A corrosion /oxidation resistant tinted ethylene copolymer coated (both sides) 0.008" thick corrugated aluminum tape shield is applied longitudinally with shielding coverage. A .005 corrugated tape applied in the same manner is acceptable. 5. Outer jacket: A black, low density high molecular weight virgin polyethylene (compounded to withstand sunlight, temperature variations and other environmental conditions plus abuse during installation) is extruded overall to provide a continuous covering. 6. Footage markings: footage markings must be printed sequentially a minimum of 2' along the outerjacket. 7. Filling: the entire cable within the outer jacket is flooded with petroleum - polyethylene gel filling compound including the area between the outer jacket and the shield. 9- 29.3(2)1 Cable for Vehicle Video Detection Cameras Section 9- 29.3(2)1 is an added new section: Dual - Element six - conductor cable (6cDE) shall be a composite of two elements. The first element shall have five 18 AWG stranded copper conductors and each shall have polyethylene insulation, color coded White, Red, Blue, Black, and Brown. Insulation thickness shall be a minimum of 16 mils. The second element shall have one 20 AWG solid copper conductor and shall have foam polyethylene insulation with a minimum thickness of 56 mils. This shall be surrounded by a 95% bare copper braid with an outer polyethylene insulation jacket with a minimum thickness of 35 mils. SP 178 Both elements shall be enclosed in an outer black PVC jacket having a minimum thickness of 30 mils with ratings of 600V and 165 °F. Both ratings shall be permanently ink imprinted on the outer jacket. The total diameter of the entire assembly shall be 0.50" ± 0.025 ". Isotec part X341667 -00 is pre- approved. 9- 29.6(1) Steel Light and Signal Standards Section 9- 29.6(1) is supplemented with the following: All decorative light and signal poles shall require special design. All special design shall be based on the latest AASHTO Standard Specifications for Structural Supports for Highway Signs, Luminaires and Traffic Signals and pre- approved plans and as follows: 1. A 90 mph wind loading shall be used. 2. The Design Life and Recurrence Interval shall be 50 years for luminaire support structures exceeding 50 feet in height, and 25 years for all other luminaire support structures. 3. Fatigue design shall conform to AASHTO Section 11, Table 11 -1 using fatigue category III. Complete calculations for structural design, including anchor bolt details, shall be prepared by a Professional Engineer, licensed under Title 18 RCW, State of Washington, in the branch of Civil or Structural Engineering or by an individual holding valid registration in another state as a civil or structural Engineer. All shop drawings and the cover page of all calculation submittals shall carry the Professional Engineer's original signature, date of signature, original seal, registration number, and date of expiration. The cover page shall include the contract number, contract title, and sequential index to calculation page numbers. Two copies of the associated design calculations shall be submitted for approval along with shop drawings. 9- 29.6(1)A Decorative Signal Poles Section 9- 29.6(1)A is an added new section: The decorative traffic signal Type III steel poles shall be capable of supporting one (1) mast arm up to sixty (60) feet in length and one (1) luminaire arm, and shall be complete in all respects. No welding will be allowed at the site at the time of erection. The steel pole shall be round, tapered and shall consist of two (2) sub - assemblies: Decorative Signal Pole Sub - Assembly shall consist of a maximum 16" round smooth steel tapered pole, with adequate wall thickness to meet all design requirements. The pole will conform to grade ASTM A -572 specifications, and providing minimum vertical signal clearance signal clearance. The pole shall be tapered from bottom to top at 0.14" /foot. The pole shall SP 179 have a base plate meeting ASTM Grade A -572 specifications. The base plate shall be welded top I' and bottom to the pole and have (4) slots at 90 degrees to each other, of sufficient width to accept the properly sized anchor bolts. The pole shall have a 4" x 6" oval handhole located 12" I' up from the bottom of the base plate to the bottom of the handhole and oriented as per detail in the Signal Pole Specifications sheet. A pressure grounding nut shall be welded 180 degrees from the handhole opening. Four (4) galvanized steel anchor bolts (design to be supplied by the I' pole manufacturer) conforming to ASTM F1554 (grade 105) specifications, shall be provided for each pole complete with two (2) nuts and washers for each bolt. Anchor bolt covers made of steel or aluminum shall be mechanically fastened to the anchor plate with stainless steel I' hardware. Decorative Roadway Luminaire Arm Sub - Assembly shall be Lumec bracket UN -1A, or HAPCO O' #88402P1 (or approved equal) and the luminaire arm length shall be 6' -0" from the centerline of the decorative roadway luminaire pole and the centerline of the luminaire. The decorative roadway luminaire arm shall feature an extruded - aluminum luminaire arm welded to a cast - aluminum clamp -on pole adaptor and luminaire adaptor with a decorative aluminum piece, with a straight edge on the bottom and decorative hole. Dimensions and luminaire arm lengths shall be per Plans. Finish: See Section 6 -07.2 for paint color requirements. 9- 29.6(1)6 Decorative Light Poles Section 9- 29.6(1)B is an added new section: Decorative Roadway Luminaire Pole (Type 1) The Decorative Roadway Luminaire Pole (Type 1) shall be capable of supporting one (1) luminaire arm, and shall be complete in all respects. No welding will be allowed at the site at the time of erection. The Decorative Roadway Luminaire Pole (Type 1) shall consist of two (2) sub- assemblies: Decorative Roadway Luminaire Pole Sub- Assembly shall be Lumec ATR74 or Valmont (or approved equal) round smooth aluminum pole with a base diameter of 7" tapered uniformly at 0.14" /foot from bottom to top with a nominal pole height of 28' -0 ". The bottom of the round smooth tapered pole is welded to a cast - aluminum base plate. The pole shall have a 4" x 6" oval handhole with removable access cover secured with stainless steel screws, located 12" up from the bottom of the base plate to the bottom of the handhole, and a grounding nut shall be welded 180 degrees from the handhole opening. A round pole cap will fit securely on top of the pole. Four (4) steel anchor bolts (design to be supplied by the pole manufacturer) conforming to ASTM A -307 specifications, shall be provided for each pole complete with two (2) nuts and washers for each bolt. Anchor bolt covers made of steel or aluminum shall be mechanically fastened to the anchor plate with stainless steel hardware. Decorative Roadway Luminaire Arm Sub - Assembly shall be Lumec bracket UN -1A, or HAPCO #88402P1 (or approved equal) and the luminaire arm length shall be 6' -0" from the centerline of the decorative roadway luminaire pole and the centerline of the luminaire. The decorative roadway luminaire arm shall feature an extruded- aluminum luminaire arm welded to a cast- SP 180 aluminum clamp -on pole adaptor and luminaire adaptor with a decorative aluminum piece, with a straight edge on the bottom and decorative hole. Dimensions and luminaire arm lengths shall be per Plans. Finish: See Section 6 -07 for paint color requirements. Decorative Roadway Luminaire Pole (Type II) The Decorative Roadway Luminaire Pole (Type II) shall be capable of supporting one (1) luminaire arm, and shall be complete in all respects. No welding will be allowed at the site at the time of erection. The Decorative Roadway Luminaire Pole (Type II) shall consist of two (2) sub - assemblies: Decorative Roadway Luminaire Pole Sub - Assembly shall be Lumec ATR85 or Valmont (or approved equal) round smooth aluminum pole with a base diameter of 8" tapered uniformly at 0.14" /foot from bottom to top with a nominal pole height of 38' -0 ". The bottom of the round smooth tapered pole is welded to a cast - aluminum base plate. The pole shall have a 4" x 6" oval handhole with removable access cover secured with stainless steel screws, located 12" up from the bottom of the base plate to the bottom of the handhole, and a grounding nut shall be welded 180 degrees from the handhole opening. A round pole cap will fit securely on top of the pole. Four (4) aluminum anchor bolts (design to be supplied by the pole manufacturer) conforming to ASTM A -307 specifications, shall be provided for each pole complete with two (2) nuts and washers for each bolt. Anchor bolt covers made of steel or aluminum shall be mechanically fastened to the anchor plate with stainless steel hardware. Decorative Roadway Luminaire Arm Sub - Assembly shall be Lumec bracket UN -1A, or HAPCO #88402P1 (or approved equal) and the luminaire arm length shall be 6' -0" from the centerline of the decorative roadway luminaire pole and the centerline of the luminaire. The decorative roadway luminaire arm shall feature an extruded- aluminum luminaire arm welded to a cast - aluminum clamp -on pole adaptor and luminaire adaptor with a decorative aluminum piece, with a straight edge on the bottom and decorative hole. Dimensions and luminaire arm lengths shall be per Plans. Finish: See Section 6 -07.2 for paint color requirements. 9- 29.6(5) Foundation Hardware Section 9- 29.6(5) is supplemented with the following: The anchor bolts shall match that of the device to be installed thereon. Anchor bolt covers made of cast aluminum shall be mechanically fastened to the anchor plate with stainless steel hardware. 9 -29.9 Ballast, Transformers Section 9 -29.9 is supplemented with the following: SP 181 The Ballast shall be pre -wired to the lamp socket and terminal board. 9 -29.10 Luminaires Section 9 -29.10 is supplemented with the following: The filter shall be charcoal with elast -omer gasket. Luminaires shall have a cast aluminum housing of the cobra head style with a glass ovate refractor. The manufacturer's name or symbol shall be clearly marked on each luminaire. 9- 29.10(2) Decorative Luminaires Section 9- 29.10(2) is supplemented with the following: Decorative luminaires to be furnished and installed by the Contractor shall meet the general requirements of Section 9 -29 Illumination, Signals, and Electrical of the Standard Specifications. All electrical connections between modules are made with quick - disconnect connectors, all exposed hardware is stainless steel, EDPM and /or silicone gasketing are applied. Finish: See Section 6 -07.2 for paint color requirements. Decorative Roadway luminaire (Type 1) Type I luminaires shall be Domus 55 Series LED 70 -watt, 4000K color temperature with a flat glass lens and internal mounting driver (DMS55 LE3F) by Lumec (or approved equal) IES -ANSI Light distribution pattern: Lateral: Type III Vertical: Short Control: Cutoff Decorative Roadway luminaire (Type II) Decorative Type II luminaires shall be Domus 55 Series LED 105 -watt, 4000K color temperature with a flat glass lens and internal mounting driver (DMS55, LEN or LE4F per Luminaire Schedule in Plans) by Lumec (or approved equal) IES -ANSI Light distribution pattern: Lateral: Type III or Type IV Vertical: Short or Medium Control: Full Cutoff 9- 29.11(2) Photoelectric Controls Section 9- 29.11(2) is replaced with the following: SP 182 Photoelectric controls shall be a plug -in device, rated to operate on 120 volts, 60 Hz. The unit shall consist of a light sensitive element connected to necessary control relays. The unit shall be so designed that a failure of any electronic component will energize the lighting circuit. The photo cell shall be a solid state device with stable turn -on values in the temperature range of -55 degrees C to +70 degrees C. The photo cell shall be mounted externally on top of a luminaire. In a contactor controlled system, the photo cell to control the system shall be mounted on the luminaire nearest to the service /contactor cabinet (see the Plans for the location). The photo cell shall be capable of switching "ON" 1,000 watts of incandescent load as a minimum. 9 -29.13 Traffic Signal Controllers Section 9 -29.13 is supplemented with the following: All signal control equipment specified under this contract shall be furnished, assembled and delivered by the Contractor and tested by the City at the COR Field Maintenance Shop at 3555 NE 2nd Street, Building B, Renton, WA 98056. The tests shall check the operation of each individual component as well as the overall operation of the system. The Contractor will include the shipping costs of all equipment to the testing facility and any cost for return of failed equipment not meeting COR Standards. The Contractor shall give fourteen (14) calendar days written notice to the Engineer prior to delivering the signal control equipment to the COR Field Maintenance Shop. The equipment shall be delivered far enough in advance of actual need to allow for testing by the Contracting Agency. This may involve retesting because of failures or rejections. The Contracting Agency may require thirty -five (35) calendar days for testing the signal control equipment. This time will increase if the equipment does not meet the contract requirements or is incomplete. If more than thirty -five (35) calendar days are required for any individual testing or retesting by the Contracting Agency, an extension of time will be considered in accordance with Section 1 -08.8. Tests in environment chamber will only be run as needed for type changes. Upon successful completion of testing by the COR Field Maintenance Department, the signal controller equipment shall be available for pickup. A certificate verifying environmental testing,. if required, shall be supplied in the cabinet to the Contracting Agency for each respective control cabinet. The Contractor shall notify the Contracting Agency in writing a minimum of fourteen (14) calendar days before the Contractor is ready to pick up the signal controller cabinet. The Contractor shall not pick up the controller cabinet from the Contracting Agency until the electrical service is energized and all site preparation required to install the controller cabinet is complete. Documentation SP 183 A complete documentation set shall be furnished with the control equipment prior to the start of testing. It shall include the following: • Serial numbers when applicable. • Written certification that equipment of the same make and model has been tested I' according to NEMA Environmental Standards and Test Procedures, and has met or exceeded these standards. The certificate shall include equipment model number and where, when, and by whom the tests were conducted. This certificate shall accompany (I each shipment of controllers. • The Contractor shall provide wiring diagrams, including a duplicate set of 3 -1/2" high density diskettes containing the diagrams for all controllers in AUTOCAD Release 2000 or later and two blue -tone prints for each controller and cabinet supplied. The sheet size shall be 22 inches by 34 inches. • Wiring diagrams for all auxiliary equipment furnished. One set per cabinet. • Complete operations and maintenance manuals including complete and correct software listing and flow charts, five sets of operations and maintenance manuals per cabinet, and five sets of software listings and flow charts. • Complete operations and maintenance manuals for all auxiliary equipment. One set per cabinet. • The operational and maintenance manuals for each traffic signal controller supplied including as a minimum, but not to be limited to the following: Detailed instructions for maintaining all hardware components, controller, and auxiliary equipment; a complete parts list detailing all manufacturer's identification codes; detailed wiring diagrams and schematics indicating voltage levels and pictorial description, part name, and location for all hardware components, controller, and auxiliary equipment. The supplier has 5 working days to repair or replace any components that fail during the testing process at no cost to the Contracting Agency. All failed or rejected equipment shall be removed from the COR Field Maintenance Shop within seven (7) calendar days following notification; otherwise, the failed or rejected equipment will be returned, freight collect, to the Contractor. 9- 29.13(2) Flashing Operations Section 9- 29.13(2) is revised as follows: 2. Police Panel Switch. When the flash- automatic switch located behind the police panel door is turned to the flash position, the signals shall immediately revert to flash and remove power from the controller. When the switch is placed on automatic, power shall be applied to the controller to initiate start-up sequence. 3. Cabinet Switches. When the flash- automatic switch located inside the controller cabinet is placed in the flash position, the signals shall immediately revert to flash; however, the SP 184 controller shall continue to function. When the flash- automatic switch is placed in the -automatic position, the controller shall immediately resume normal cyclic operation. Adjacent to the flash- automatic switch shall be a controller on -off switch. If the flash - automatic switch is in the automatic position and the controller on -off switch is placed in the OFF position, the signals shall immediately revert to flash. 5. Conflict Monitor. Upon sensing conflicting signals or unsatisfactory operation voltages, the conflict monitor shall immediately cause the signal to revert to flash; however, the controller shall stop time at the point of conflict. After the conflict monitor has been reset, the controller shall immediately take command of the signal displays. The following is a supplement: 6. Flash unit shall be a two - circuit type, capable of switching loads up to 1000 watts per circuit alternately at a rate of 60 flashes per minute per circuit, plus or minus two flashes per minute. 9- 29.13(3) Emergency Pre - emption Section 9- 29.13(3) is replaced with the following: Immediately after a valid call has been received, the preemption controls shall cause the signals to display the required clearance intervals and subsequent preemption intervals. Preemption shall sequence as noted in the contract. Preemption equipment shall be installed so that internal wiring of the controller, as normally furnished by the manufacturer, is not altered. Termination of the pre - emption sequence shall NOT place a call on all vehicle and pedestrian phases. Pre - emption indicators, if required, shall turn on when the controller reaches the pre - empted phase. Emergency vehicle pre - emption shall be furnished as modules that plug directly into a rack wired to accept 3 -M discriminator type units. The pre - emption system operation shall be compatible with the 700 Series 3M company "opticom" system which the City of Renton is currently using and shall be capable of being activated by the same transmitters. The optical signal discriminator system shall enable an authorized vehicle to remotely control traffic control signals from a distance of up to 1800 feet (0.54 kilometers) along an unobstructed "line of sight" path. The system shall cause the traffic signals controller to move into an appropriate fire pre - emption program. this optical discriminator shall interface to the 562 software, for field programmability. It shall consist of the following components: 1. Optical energy detectors which shall be mounted on the traffic signal mast arms and shall receive the optical energy emitter's signal. 2. Discriminators which shall cause the signal controller to go into internal pre - emption which will give the authorized vehicle the right of way in the manner shown on the phase sequence diagram. 3. Pre - emption Indicator Lights. SP 185 Optical- Detector 1. Shall be of solid state construction. 2. Fittings shall meet the specifications of the system manufacturer to facilitate ease of installation. 3. Shall operate over an ambient temperature range of -40 °F to +180 °F ( -40 °C to +85 0C). 4. Shall have internal circuitry encapsulated in a semi - flexible compound and shall be impervious to moisture. 5. Shall respond to the optical energy impulses generated by a pulsed Xenon source with a pulse energy density of 0.8 micro joule per square meter at the detector, a rise time less than one microsecond and half power point pulse width on not less than thirty microseconds. Discriminator Each module shall do the following: 1. Shall provide for a minimum of two channels of optical detector input. 2. Shall provide for a minimum of two discrete channels of optically isolated output. When a pre - emption detector detects an emergency vehicle, the phase selector shall hold the controller in the required phase or advance directly to that phase after observing all vehicle clearances. The phase selector shall hold the controller in the phase selected until the detector no longer detects the emergency vehicle. When the phase selector is responding to one detector, it shall not respond to any other detector until calls from the first detector are satisfied. Indicator lights shall indicate power on, signal being received, channel called. Switches shall control system power and simulate detector calls for each phase. 9- 29.13(4) Wiring Diagrams Section 9- 29.13(4) is supplemented with the following: The controller cabinet shall have a waterproof envelope with a side access attached to the inside of the cabinet door. There shall be four (4) complete sets of controller cabinet schematics as well as manuals for all assemblies and sub - assemblies. The controller cabinet schematics shall include the intersection name, and an intersection diagram that shall include intersection phasing and loop assignments. There shall be a digital compact disk (CD) containing the controller cabinet schematics in autocad digital file format. 9- 29.13(6) Radio Interference Suppressors Section 9- 29.13(6) is supplemented with the following: SP 186 A Cornell - Dubiler radio interference filter NF 10801 -1 30 amps or equivalent shall be used to filter the A.C. power. Additionally, all power supplies shall have noise immunity from other devices within the cabinet. 9- 29.13(7) Traffic - Actuated Controllers Section 9- 29.13(7) is revised as follows: The NEMA controller shall be an Eagle Model EPAC300 -M50 or equal and shall meet the following specifications: 1.1 Required Standards Traffic signal controller shall meet or exceed all requirement of the NEMA TS2- 1998 specification. Equipment supplier shall provide a letter from an independent testing laboratory certifying controller compliance to the NEMA TS2 -1998 specification. 1.2 Standard NEMA Configurations Two Input / Output configurations shall be provided: a. NEMA TS -2 Type 1 for serial connection to cabinet Bus Interface Unit b. NEMA TS -2 Type 2 for direct parallel connection to load switches and detectors 1.3 Central Processor Unit (CPU) In addition to NEMA requirements, the CPU shall provide the following: a. Microware OS -9 Operating System with runtime license b. Motorola 68360 microprocessor, 25 Mhz version c. 4 Megabytes minimum dynamic random - access memory (DRAM) d. 8 Megabytes minimum FLASH memory organized as a disk drive e. 512 Kilobytes minimum static random - access memory (SRAM) f. Time of Day (TOD) clock with hours, minutes, seconds, month, year, and automatic daylight savings time adjustment. TOD may be implemented in the CPU via electronic circuitry, operating system software, or a combination. SP 187 g. During power failures, the SRAM and TOD shall be powered by STANDBY u voltage from the power supply. 1.4 Power Supply I In addition to NEMA requirements, the Power Supply shall provide the following: a. Line Frequency Reference signal shall be generated by a crystal oscillator, which shall synchronize to the 60 -Hz VAC incoming power line at 120 and 300 degrees. A continuous square wave signal shall be +5 VDC amplitude, 8.333 ms half -cycle pulse duration, and 50 +/- 1% duty cycle. The Line Frequency Reference shall compensate for missing pulses and line noise during normal operation. The Line Frequency Reference shall continue through 500 mS power interruptions. b. STANDBY voltage via supercapacitor for backup power during loss of service voltage shall be provided. Supercapacitor shall have a minimum of 15 -farad nominal size. No batteries of any type are allowed. 1.5 Keyboard and Display In addition to NEMA requirements, Keyboard and Display shall provide the following: a. Removable by pulling off, installed by pushing on, without use of tools b. Stowed extension cord to allow remote use of keyboard and display c. Emulation of terminal per Joint NEMA /AASHTO /ITE ATC Standard d. Key quantity and function per Joint NEMA /AASHTO /ITE ATC Standard e. Liquid Crystal Display (LCD) with 8 lines of 40 characters f. LCD contrast adjustment accomplished via the keypad, no contrast knob allowed. g. Light- emitting diode backlight for the LCD. h. Audible electronic bell. L Connector compatible with C60 of Joint NEMA /AASHTO /ITE ATC Standard, with the addition of +SVDC supplied by the controller on C60, Pin 1 j. Keyboard and display may be deleted for cost savings by the Agency. 1.6 Communications In addition to NEMA requirements, the controller shall provide the following: SP 188 a. Built -in 10 Base -T Ethernet with RJ -45 connector on controller front panel b. Built -in Internet Protocol (IP) address assigned by Institute of Electrical and Electronic Engineers (IEEE), one unique IP address for each controller. c. Built -in Infared (IR) wireless port compatible with Microsoft Windows for Pocket PC Infrared RAW mode. d. Built -in 1200 bps Frequency Shift Keying (FSK) modem. Modem is optional per Agency specification. Choice of 2 or 4 wire operation per Agency specification. e. Built -in EIA -232 port for uploading and downloading applications software, as well as to update the operating system. f. Built -in C60 connector for use with removable Keyboard and Display, Personal Computer COM1 or Personal Digital Assistant (PDA). C60 protocol per Joint NEMA /AASHTO /ITE ATC standard. 1.7 Controller Housing In addition to NEMA requirements, the controller housing shall provide the following: a. Seven slots with card guides for standard 3U size Versa Module Europe expansion modules. The expansion modules and mating back plane board in controller are optional, per Agency specification. b. Two slots with card guides for standard Joint NEMA /AASHTO /ITE ATC modems. The modems and mating back plane board in the controller are optional, per Agency specification. c. Polycarbonate construction, except back panel, rear mounting tabs and power supply mounting plate shall be aluminum for electrical grounding. d. Built -in carrying handle e. Two adjustable front mounting feet, used to raise the front cables and vary the display viewing - angle. 1.8 Traffic Control Software Functions In addition to NEMA requirements, the controller shall provide the following: a. 16 Vehicle Phases b. 16 Pedestrian Phases c. 4 Timing Rings SP 189 d. 16 Overlaps e. 80 Detectors f. Status: Ring Timers, Coord Timers, Preempt Timers, Time Base, Communication, Detector Diagnostics, Intersection, Input / Output g. Reports: Local Alarm Log, Comm Fault Log, Detector Fault Log, System Detector Log, MOE Log, Speed Log, Volume Count Log, Cycle MOE Log h. Coordination Modes: Permissive Mode, Yield Mode, Permissive Yield Mode, Permissive Omit Mode, Sequential Omit Mode, Full Actuated Mode. i. Adaptive Traffic Control: Adaptive Maximum Routines, Adaptive Protected / Permissive Routines, Conditional Virtual Split Routines, Coordinated Adaptive Split Routines. j. Preemption / Priority Routines k. Standard Reports I. Built -In Diagonstics m. Time Base Control: 99 Day Programs, 10 Week Programs, 250 Events NEMA Traffic Signal Controller Firmware: 1. The controller shall have Eagle SE -PAC firmware or equal installed. 2. Operating Displays shall be via front panel and laptop computer. 2.1 The dynamic displays listed below shall be provided to show the operational status of the controller. Additional displays shall be offered for programming. 2.1.1 An intersection status display shall indicate the active status of all signal driver outputs and vehicle plus pedestrian calls. When this display is active, vehicle and /or pedestrian calls may be placed from the keyboard. 2.1.2 An active timer display shall show a summary of ring, phase, coordination, preemption and time -based control status. The menu shall provide for the selection of any combination of the rings for display (R1 + R2, R3 + R4, R1 + R3, etc.). This active timer display shall indicate current interval, pedestrian, density, passage, and maximum timing by phase and ring. The status of vehicle and pedestrian phases shall be displayed in combination with vehicle and pedestrian calls. Operational modes shall also be displayed e.g. Time Base, Interconnected, System, Backup, Manual, System Flash, Start Flash, Stoptime, Preempt, Priority, SP 190 Diagnostic Flash, etc. When this display is active vehicle and /or pedestrian calls may be placed. 2.1.3 A coord timers display shall allow viewing of the real time status of coordination timer(s) and parameters for the active pattern. The coord timers display shall indicate the command source, current pattern information, local /system cycle count, offset mode, offset correction, time -based control status, coord mode, max mode, force -off mode, phase pattern & mode and permitted phase & control data. 2.1.4 A preempt timers display shall indicate preemption (railroad, fire, emergency) and low priority (bus) status. When a preemptor is active, the display shall also indicate preemptor interval and timer countdown as well as priority lockout and max call time out. 2.1.5 A time base status display shall indicate the current time and date, the current day and week program, the active programmed selections of the coordination pattern and auxiliary functions. 2.1.6 A detector status display shall indicate the current status for up to 80 detectors. The display shall show the status as determined by the detector diagnostics capability of the controller. The condition will be reported as one of the following states: on -line, failed open loop, failed shorted loop, failed excessive inductance change, failed max presence diagnostic, failed no activity diagnostic, failed erratic counts diagnostic, BIU frame fault, not supported or "LWD" (not detector, detector failure or detector watchdog timeout). 2.1.7 A conflict monitor display shall indicate the current status of the conflict monitor, all channel RYG inputs, and up to six (6) faults simultaneously. 3. Programming 3.1 Programming displays shall use front panel and laptop computer and shall meet the following requirements: 3.1.1 Programming displays in the form of menus shall aid the operator in entering data from the front -panel keyboard {if controller has a keyboard). 3.1.2 A main menu shall allow the user to select a major function of the controller. A submenu shall then be displayed to allow the user to select a sub - function within the major function. 3.1.3 English language and traffic engineering terminology shall be used throughout to facilitate programming. The display organization shall allow traffic personnel to program the controller without using reference cards or manuals. SP 191 3.1.4 Programming entries shall consist of alpha or numerical values. During MI program entry, the new data shall be displayed as it is entered. Entries shall only be validated and stored when the ENTER ( "E ") key or the (� cursor key is pressed. 3.2 Programming Methods (' 3.2.1 The methods listed below shall be available for controller programming. The manufacturer shall be able to provide as off - the -shelf items all of I� the firmware and software required to affect the listed programming methods and to implement network operation with system masters and host PC's. I' a. Manual data entry via the front panel keyboard. b. Data downloading via telemetry from a system master connected to (' a host PC in a closed -loop system. c. Data downloading from a portable PC- compatible computer via null- modem cable. d. Data downloading from a PC- compatible computer via modem. e. Data downloading from one controller to another using a serial port on each controller. 3.3 Programming Security 3.3.1 The firmware shall prevent the alteration of keypad set unit variables prior to the user having entered a specific code. No access code shall be required to display data. Access codes shall initially be set at "0000 ". Entry of a code of "9999" shall prevent access from being turned off. 3.4 Programming Utility Functions 3.4.1 A copy function shall permit copying all timing data from one phase to another. It shall also permit copying all coordination pattern data from one pattern to another. This feature shall facilitate data entry when programming any two or more phases with the same timing values and /or two or more coordination patterns with the same pattern data. 3.4.2 The firmware shall contain a backup database stored in nonvolatile memory. A copy function shall permit transferring the backup database to the active database. An alternate database for interchange control operation shall be selectable. 3.4.3 A print function shall allow the printing of firmware data and detector count, detector failure, and event logs. The firmware shall be capable of interfacing with any printer with an RS -232 interface and capable of a SP 1912 minimum width of 80 columns. The printer configuration shall provide user selection of baud rate (1200, 2400, 4800, 7200, 9600, & 19200), data bits (7 or 8), and parity (odd, even, and none). 3.4.4 A display or laptop computer screen shall allow the user to view the controller software version number. 3.4.5 A display or laptop computer screen shall assist the user in programming the conflict monitor programming card based on the controller unit ring structure and overlap programming. 4. Actuated Control Functions shall provide: 4.1 Phase sequence 4.1.1 The phase sequence of the controller shall be programmable in most any combination of sixteen phases and four timing rings. 4.1.2 Phase sequence information shall be changeable and shall be stored in FLASH memory. 4.1.3 The standard phase sequence of the controller also shall be capable of being altered by coordination, time -of -day or external alternate sequence command. Each of the fifteen alternate sequence commands shall allow reversing the normal phase sequence of eight phase pairs. The sixteen total sequences shall offer every combination of lead -lag on an eight phase quad -left application. 4.1.4 The firmware shall provide an adaptive protected /permissive sequence capability which measures the volume of left turn vehicle traffic and available gap windows in the opposing through vehicle traffic to determine whether the turn should operate in protected or permissive mode. 4.1.5 The firmware shall provide the ability to inhibit service of a phase based on another phase being ON. 4.1.6 The firmware shall provide control of five - section, protected /permissive left turn heads. When selected, this feature shall cause the through (even) phase yellow to inhibit display of the left turn (odd) phase yellow. 4.2 Timing intervals 4.2.1 Timing intervals shall be programmable from 0 -999 in one second increments or from 0 -99.9 in one -tenth second increments, depending on the function. SP 193 4.2.2 Guaranteed minimum interval values of 3.0 seconds shall be set for all yellow clearance timings (normal and preempt routines). 4.2.3 Cars before reduction shall provide a user - specified number of actuations, or cars waiting, that must occur before starting gap reduction. Gap reduction shall be initiated by either time before reduction or cars before reduction, whichever reaches its maximum value first. 4.2.4 The firmware shall be capable of alternate passage / maximum timings for each phase. Up to three alternate passage timings and maximum green timings shall be selectable based on time of day. 425 The firmware shall be capable of dynamically extending the maximum green time for each phase based on vehicle demand. Up to three dynamic maximum green intervals shall be selectable per phase based on time -of -day. The initial interval shall be selectable as either Max 1 or Max 2. If the phase terminates due to max -out for two successive cycles, then the maximum green time in effect shall automatically be extended by one dynamic step interval on each successive cycle until it is equal to the selected Max. If the phase gaps out for two successive cycles, then the maximum green time shall be reduced by one dynamic step interval until such subtraction would mean the adaptive max was less than the smaller of the normal max or the dynamic max value. 4.3 Overlaps 4.3.1 The firmware shall provide sixteen internally - generated overlaps (A through P). These shall be individually programmable. 4.3.2 Each overlap shall be individually programmable to enable the green to remain on following termination of the parent phase green (trailing operation). The firmware timing for the trailing operation shall include green (0 -999 seconds), yellow (0 -99.9 seconds) and red (0 -99.9 seconds) timing intervals for each overlap. 4.3.3 Each overlap shall provide an entry (phase number) that will omit the overlap trailing operation when the entered phase is ON. 4.3.4 Each overlap shall provide an entry (phase number) that will omit the overlap trailing operation when the entered phase is NEXT. 4.3.5 Each overlap shall provide an entry (phase number) that will prevent the overlap from outputting a green when the entered phase is outputting a green and outputting a yellow when the entered phase is outputting a yellow. SF 194 4.3.6 Each overlap shall provide an entry (phase number) that will prevent the overlap from outputting a green until the the entered phase is outputting a green. 4.4 Conditional Service 4.4.1 The firmware shall provide a programmable conditional service feature. When selected, the controller shall service an odd - numbered phase once normal service to that phase has been completed and enough time for additional service exists on the concurrent even phase. 4.5 Additional Features 4.5.1 The following features shall be programmable for each phase: a. Phase in use b. Locking /non - locking detector memory c. Vehicle recall (Minimum, Maximum, and Soft) d. Pedestrian recall e. Recall Delay 4.5.2 Soft recall shall return the firmware to the programmed phase when a conflicting phase is in green or red dwell and there are no serviceable conflicting calls. 4.5.3 Recall delay shall cause the programmed recall (min, max, soft, and ped) to occur the programmed seconds (0 -999) after the phase termination. 4.5.4 The firmware shall permit power -up start and external start to be programmed by phase and interval. Start intervals shall be green, yellow or red. 4.5.5 During a power -up start condition, the firmware shall be capable of timing an all -red or flash interval before the start phase(s) and interval are displayed. 4.5.6 The firmware shall provide last -car passage operation on a per phase basis. When selected, this feature shall provide a full passage (vehicle extension) interval when a phase gaps out with a gap in effect less than the vehicle extension interval (preset gap). 4.5.7 The firmware shall provide both single and dual entry operation. When ' selected, dual entry shall cause the firmware to ensure that one phase is timing in each ring. SP 195 4.5.8 The firmware shall provide the following additional selectable pedestrian functions: a. Actuated phase Rest In Walk. b. Flashing WALK output. c. Pedestrian Clearance protection during manual control. d. Pedestrian Clearance through yellow or through yellow and red W clear. 4.5.9 The firmware shall provide a programmable simultaneous gap termination feature. When programmed, phases in both rings shall gap out together in order to terminate the green interval and cross the barrier. 4.5.10 The firmware shall provide automatic flash selection per the requirements of the MUTCD. Both the flash entrance and exit phases shall be programmable, and flashing shall be controlled by either setting the voltage monitor output to be FALSE or by flashing through the load switch driver outputs. Automatic flash shall be selectable by external I' input, system command, or time of day. 4.5.11 The firmware shall provide dimming for selectable load switch outputs. Dimming shall be accomplished by inhibiting the selected outputs for alternate half cycles of the 120 VAC line. Dimming shall be controllable by time of day and an external input. Programming shall permit individual dimming of the Green /Walk, Yellow /Ped Clear, Red /Don't Walk outputs for each load switch. 5. Coordination Coordination functions to control intersection cycle lengths, system offset relationships, and phase split percentages shall be provided as a standard feature, with no need for additional modules or software. 5.1 Coordination Modes The normal coordination mode shall be selectable. Each pattern shall be capable of overriding the normal coordination mode with an individually selectable coordination mode for that pattern. 5.1.1 Permissive Mode - The coordinated phase(s) shall operate as non - actuated when coordinated. The coordinator shall provide for a controlled release (permissive period) from the coordinated phase(s) to each of the remaining phases in sequence. When a call is not present for the phase to be serviced next in sequence, the coordinator shall re- allocate that phase's time to the end of the coordinated phase. SP 196 The first part of each permissive period shall consist of a vehicle permissive period. The length of the period shall be determined by the phase split and the vehicle minimum service time. The second part of each permissive period shall consist of a pedestrian permissive concurrent with the vehicle permissive. The length of this period shall be determined by the phase split and the pedestrian minimum service time. Prior to the beginning of the first permissive period, the coordinated phase pedestrian shall display the Pedestrain Clear indication and dwell Dont Walk. This will expand each subsequent phase permissive due to the absence of coordinated phase Pedestrian Clear time in each. The coordinated phase pedestrian shall dwell Dont Walk until such time as the coordinated phase terminates and returns to Green or the last permissive period in the cycle is complete without the coordinated phase terminating. 5.1.2 Yield Mode - The coordinated phases(s) shall operate as non - actuated when coordinated. The coordinator shall provide for a single release from the coordinated phases(s) to the remaining phases in sequence. 5.1.3 Permissive Yield Mode - The operation shall be similar to Permissive Mode above with the following exceptions: 1. The coordinated phase pedestrian shall be actuated. 2. Immediately prior to the first permissive, the coordinator will provide a variable period for the coordinated phase extension (Permissive Yield Point). 3. The amount of coordinated phase extension shall be distributed proportionally. A limitation shall be set on Sequential Omit mode in that it shall apply only to controller units running with no more than two rings in a cluster. 5.1.4 Permissive Omit Mode - The operation shall be equal to Permissive Yield Mode above except that once the coordinated phase has terminated to service a call, it shall not occur again until after the last phase permissive has terminated or a phase is on that is compatible with the coordinated phase. A limitation shall be set on Sequential Omit mode in that it shall apply only to controller units running with no more than two rings in a cluster. 5.1.5 Sequential Omit Mode - The operation shall be equal to Permissive Yield Mode with the following exceptions: SP 197 1. Sequential Omit Mode provides a phase by phase sliding window of II service (lifted omit). One and only one phase in a ring will have the omit lifted at any time. II 2. Following the Permissive Yield Period, the coordinated phase shall be omitted until the last permissive is over. 3. Following the Permissive Yield Period, the opening of a permissive shall occur concurrent with the closing of the prior permissive. The closing of each permissive shall occur at its normal position in the cycle. A limitation shall be set on Sequential Omit mode in that it shall apply only to controller units running with no more than two rings in a cluster. 5.1.6 Full Actuated Mode - the operation shall be as defined in Permissive Yield Mode with the following exceptions: 1. Following the Permissive Yield Period, any phase may be served in the standard sequence provided the permissive period for that phase has not expired. 2. Following the Permissive Yield Period, any phase may be reserviced I' in the standard sequence provided the permissive period for that phase has not expired. II 3. Following the Permissive Yield Period and prior to the end of the permissive for the phase before the first coordinated phase, the I' coordinated phase shall operate as an actuated phase. A limitation shall be set on Full Actuated mode in that it shall apply only 1 to controller units running with no more than two rings in a cluster. 1 I 5.2 Timing Plans 5.2.1 A minimum of 16 Timing Plans (Dial /Split) shall be provided. The Timing Plans shall be selected using telemetry (system), hardwire, or non - interconnected (time base) commands. 5.3 Cycle Length 5.3.2 One cycle length shall be provided for each Timing Plan. The cycle shall be adjustable over a range of 30 -999 seconds in 1 second increments. The cycle time of each Timing Plan should be equal to the sum of the phase times of the longest path between barriers in all rings in the firmware. 5.4 Synchronization SP 198 5.4.3 For systems with a single system sync pulse, coordination timing shall be synchronized to the leading edge of that pulse, which shall serve as the master zero reference for all offset timing. 5.4.4 For hardwire systems with multiple sync pulses, the coordinator shall lock onto the correct sync by checking for reoccurrence based on the running cycle length. 5.4.5 After a valid system sync pulse has been received the coordinator shall check for the proper occurrence of the system sync pulse during each subsequent cycle. If a sync pulse does not occur for two consecutive cycles, the coordinator shall revert to "sync monitor free" operation (may be replaced by a TBC event). 5.5 Offset 5.5.6 Offset shall normally be defined as the time period from the system sync pulse to the beginning of the leading coordinated phase green (local zero). The coordinator shall also be capable of referencing the offset to the end of the coordinated phase green. 5.5.7 Offsets shall be programmable in seconds. The range shall be from 0- 999 seconds in 1 second increments. The coordinator shall provide three offsets per Timing Plan. 5.5.3 Offset changes shall be achieved by adding or subtracting cycle time over multiple cycle periods to allow a smooth transition to the new offset. Offset correction using dwell shall also be selectable. 5.6 Split 5.6.4 Each split shall provide a split interval for each phase. The split interval shall be programmable using seconds. The range shall be from 0-400 seconds in 1 second increments. 5.6.5 Split interval settings shall determine the maximum time, including vehicle clearance (yellow and red), for a non - coordinated phase, or the minimum time for a coordinated phase. 5.6.3 The firmware shall provide a 'fixed' forced mode that terminates a phase based on the plan timing. Each phase shall be forced the split time after it becomes active to enable all unused time phase by phase to the beginning of the coordinated phase. 5.6.4 The firmware shall provide a 'floating' force mode that terminates a phase based on the cycle timing. Each phase shall be forced at a fixed position in the background cycle to enable unused time phase by phase to the next phase that has vehicle traffic that is capable of taking it. SP 199 n 5.6.5 The firmware shall provide the ability to inhibit the internal maximum green timing from terminating a phase during coordinated operation or force the concurrent operation of Maximum Green 1 / Maximum Green I' 2 during coordinated operation. 5.7 Transition Cycles 5.7.6 The firmware shall provide a smooth and orderly transition when changing from free operation to coordinated operation and from one coordination command to another. 5.7.7 During a free -to- coordinated transition, the firmware shall initiate a I' pick -up cycle beginning upon receipt of a valid coordination command. The firmware shall then enter coordination mode at the beginning of the coordinated phase greens. 5.7.8 Each coordination command shall select a cycle, offset and split. Cycle, ' offset and split changes shall not take effect until local zero. 5.8 Absolute Sync 5.8.9 The firmware shall provide a sync reference method in which each cycle will be individually referenced to a single point in time. This operation shall allow the firmware to keep in step with a free running cycle counter, particularly one which does not divide evenly into 24 hours, I such as a 70 second cycle. Following a power outage, the firmware shall automatically update the absolute sync reference points. The firmware shall be capable of updating the reference points following a power outage of up to seven days without being reset. 5.9 Local Split Demand 5.9.10 The coordinator shall provide a minimum of two queue selection routines (four detectors per routine assigned from system detectors) which shall allow the selection of a preferred coordination pattern based upon intersection demand. 5.9.2 The queue routines shall be capable of selecting tasks other than patterns when the demand level exceeds the thresholds. As a minimum, the alternate passage/ maximum operation and adaptive maximum operaton as specified above shall be selected via the queue routines. 5.10 Free Mode 5.10.11 The coordinator shall provide a free mode of operation, where all coordination control is removed. SP 200 5.10.12 Free mode operation shall be selectable by coordination commands. 5.10.13 The coordinator shall revert to the free mode when active controller inputs or functions would interfere with coordination. Such inputs or functions shall include the following: a. Manual control enable b. Stop time c. Automatic flash d. Preemption 5.11 Manual Control The firmware shall allow manual override of the current coordination command. The manual command shall allow selection of any coordination pattern to be in effect. 5.12 Interconnect Modes 5.12.14 The coordinator shall be capable of operating with any of the following interconnect types: a. Telemetry b. Non - interconnected coordination (time- based) c. Hardwired 5.12.15 The coordinator shall be compatible with fixed -time interconnect, which provides the sync pulse superimposed on the offset lines. The non - interconnected coordination mode shall serve as a backup when using telemetry or hardwired interconnect. 5.13 Master Coordinator 5.13.1 The coordinator shall output the coordination command, including sync pulse. This feature shall permit the firmware to be used as a time -of -day master in a hardwired interconnected system. 5.13.2 The firmware shall provide a user selectable option of interruptor sync pulses on the active offset output. Interruptor sync pulses shall provide the true sync pulse plus additional pulses at intervals equal to 20% and 25% of the cycle on alternate cycles. 6. Preemption SP 201 The firmware shall provide a minimum of six preemption sequences. Preemption 'I capability shall be standard and shall not require additional modules or software. 6.2 Railroad- Fire - Emergency Vehicle Preemption 6.2.16 The six preemptors shall be selectable as to priority one to another and any preempt to automatic flash. 6.2.17 Each preemptor shall provide a locking and non - locking memory feature for preemptor calls. If a preemptor is in the non - locking mode and a call is received and dropped during the delay time, the preemptor shall not be serviced. 6.1.3 Preemptor timing intervals shall be programmable from 0 -999 in one second increments or 0 -9.99 in one -tenth second increments, depending on function. 6.1.4 A programmable delay time interval shall be provided to inhibit the start of the preemption sequence. This time shall be programmable from 0- 999 in one second increments. This interval shall begin timing upon receipt of a preemption call. 6.1.5 A programmable extend time shall be provided to stretch the call duration from the point of termination of the actuation. This time shall be programmable from 0 -999 in one second increments. 6.2.6 A programmable duration time shall be provided to control the minimum time that a preemptor remains active. This time shall be programmable from 0 -999 in one second increments. 6.2.7 A programmable maximum call time shall be provided to control the maximum time that a preemptor remains in control. This time shall be programmable from 0 -999 in one second increments. The preemptor maximum call time interval shall be inhibited when set to zero. 6.1.8 A programmable lockout time shall be provided to prevent entering a Low Priority routine following exit from preempt. This time shall be programmable from 0 -999 in one second increments. If a lockout time has not been entered (zero entry) then all phases with a call when leaving the sequence shall be serviced before the low- priority routine may be serviced. 6.2.9 Signal displays in effect at the beginning of a preemption sequence shall not be terminated unless the respective green /walk has been in effect for a minimum time. If the respective green /walk has been active for longer than the programmed minimum GREEN /WALK time, the firmware shall immediately advance to the next interval. Minimum times shall be programmable for the GREEN /WALK interval on a per ring SP 202 basis. This time shall be programmable from 0 -999 in one second increments. 6.2.10 A phase shall advance to pedestrian clearance if it has timed the minimum GREEN /WALK interval at the beginning of a preemption sequence. The programmed preempt pedestrian clearance will then be timed . During preemption, Track Green and Dwell, pedestrian signals shall be individually selectable as being a solid DON'T WALK, solid WALK, flashing WALK, OFF (blank), or cycling (dwell). 6.2.11 During preempt, Track Green and Dwell, vehicle signals (phase and overlap) shall be individually selectable as being a solid Red, solid green, flashing Red, flashing Yellow, or cycling (dwell). 6.2.12 Each preemptor shall provide user - programmable Track Green and Dwell intervals with appropriate clearance intervals. 6.2.13 During the track green period, the preemptor shall time the track green, yellow and red intervals once, and then advance to the dwell interval. If track green timing is not selected (Track Green set to zero) the track green and clearance intervals shall be omitted from the preempt sequence. 6.2.14 The preemption dwell interval shall remain in effect until the preemptor duration time and dwell times have elapsed and the preemptor call has been removed or the preemptor maximum time has been exceeded. 6.2.15 Exit phases shall be selectable to time after the preemption sequence has been completed. These shall serve as transition phases to return the controller to normal operation. It shall also be possible to place calls on selected phases upon exiting preemption. 6.2.16 Preemptor linking shall permit preemption sequences, where lower - priority preemptors may call the higher - priority preemptors upon termination of their preemption sequence. 6.2.17 Preemptor active outputs shall be provided for each of the preemptors. The output shall be set to ON when the corresponding preempt or low - priority routine is in control. Additionally, it shall be possible to program the non - active, preemptor outputs to flash while another preemptor is active. An additional output ( "priority active ") shall be active when a priority routine is in control. 6.2 Low Priority Routines 6.2.18 Six low- priority routine routines shall provide control for bus or other low- priority vehicles. The low- priority routines shall be overridden by preempt (railroad- fire - emergency vehicle) calls. SP 203 6.2.19 An oscillating signal (1 to 6.25 hz - pulse -per- second) signal with a 50% 'I duty cycle shall identify a low- priority call. Low - priority calls shall be capable of call memory and shall be served in the order received. I' 6.2.20 Low - priority timing intervals shall be programmable from 0 -999 in one second increments. 6.2.21 A lockout time shall be provided to avoid excessive utilization of the same low- priority routine. If a call is received before the lockout time has elapsed, the low priority routine shall not be reserviced. If a lockout time has not been entered (zero entry) then all phases with a call when leaving the sequence shall be serviced before the low- priority routine may be served again. 6.2.22 Low - priority routines shall provide delay, extend, duration, and maximum call time functions similar to those for railroad -fire- emergency vehicle preemptors described above. 6.2.23 The low- priority routine shall advance to the green dwell interval. I' During this interval, permissive phases shall be selectable to remain green until the dwell time has elapsed and the low- priority routine call has been removed or the preemptor maximum call time has been I' exceeded. 6.2.24 The low priority routine shall advance to the dwell interval as if Force Off were active. This shall preclude early termination of a Green interval prior to the completion of Minimum Green, Maximum Initial, Walk, or Ped Clear time. The ability to Skip phase(s) during this transition shall be provide as a user option. 6.2.25 It shall be possible to program the controller to allow concurrent phases to be serviced for a low- priority routine with only one phase selected as the dwell phase. 6.2.9 It shall also be possible to place calls on selected phases upon exiting a low priority routine. 6.2.10 Low Priority routines shall not disable or lockout coordination. Coordination shall continue to run during the low priority routine and shall determine the phase(s) to follow based on the current allowed phase(s) in the background cycle. 7. Preemption Safeguards 7.1 If a preemptor call is active when power is restored to a controller, the firmware shall maintain the start-up condition for the duration of the preempt input and start -up time. Similarly, if external start is applied during a preemption sequence, the controller shall revert to Start-up rather than the initialization JC ZV`+ condition. The start-up condition shall remain in effect for the duration of the external start, preempt input and /or start-up time. 8. Time -based Control & Non - interconnected Coordination The firmware shall include time -based control. 8.1 Time -based Control 8.1.26 A minimum of 250 different traffic and /or auxiliary events shall be capable of being programmed over a 99 year time frame. 8.1.27 A program day is the list of traffic and /or auxiliary events to occur in a 24 hour period. The TBC program shall provide for 99 program days to be defined. 8.1.3 The normal day-of -week (Sunday through Saturday) event listing will utilize program days 01 through 07 with Sunday being program day 01. 8.1.4 The exceptions to the normal day-of -week event listings (special days) will utilize program days 01 through 99. Program days 01 through 49 will be utilized for special day programs which occur on the same date (month and month day) every year. Program days 50 through 99 shall be utilized for special days which occur on one date (year, month and month day). 8.1.5 It shall be possible to equate program days which require the same event listing to effectively multiply the event capacity. It shall be possible to transfer (copy) an entire program day event listing to another program day to permit data editing to create a similar but different program day event listing. 8.2 Traffic Functions 8.2.28 The TBC scheduler shall provide for the programming of traffic and auxiliary events to implement non - interconnected coordination. These shall not have to be entered in any special sequence. Each of the traffic events shall permit selection of the following functions: a. Time of occurrence (Hour, minute and program day) b. Coordination (TBC pattern or interconnect) c. Free (No Coordination) d. Flashing e. Maximum 2 Timing by phase SP 205 f. Phase Omit by phase g. Ped Omit by phase h. Maximum Vehicle Recall by phase i. Minimum Vehicle Recall by phase j. Pedestrian Recall by phase 8.2.29 Selection of TBC on -line by external input shall allow the coordination pattern selected by the hardwire system to override the current TBC coordination pattern. 8.2.30 When operating in the non - interconnected coordination mode the synchronization point for all cycles shall be referenced to a user selected I' reference time (hour and minute) or the event time. The sync reference time is that time from which all cycle zeros shall be calculated. The synchronization point for the cycle selected by the current event, shall I� be computed using the present time, sync reference time, and cycle length. The synchronization point shall occur whenever the present time is such that an even number of cycle length periods have occurred since the sync reference time. 8.3 Auxiliary Functions 8.3.31 These events shall be separate from the non - interconnected traffic events described above. Auxiliary events shall not have to be entered in any special sequence. Each of the events shall permit selection of the following functions: a. Day program assignment b. Start time I' c. Auxiliary outputs e. Dimming I' g. Detector logging h. Detector diagnostic plan i. Control of eight special functions 8.4 Time Of Year Functions 8.4.1 The firmware shall be capable of implementing exception day programs and alternate week programs on a Month, Month Day, and Year basis. A SP 206 minimum of nine (9) alternate week programs shall be capable of being defined. 9. Detector Functions 9.3 The firmware shall provide a minimum of 72 vehicle detector inputs. Each input shall be assignable to any phase and be programmable as to detector function. Extend and delay timing shall be provided for each detector. 9.4 The firmware shall provide detector cross switching, which permits all vehicle detectors to alternately place calls on their assigned phases and their assigned cross - switch phases. If the assigned phase is not green and the cross - switch phase is green, the detector shall place calls on the cross switch phase. 9.5 Each vehicle detector shall be user - programmable to operate as one of the following 7 detector types: a. Type 0 (VEH) - Detector shall operate as a standard detector providing one call per actuation. b. Type 1 (PED): The detector input operates as a standard pedestrian detector. c. Type 2 (ONE): The detector input operates as a vehicle detector that is operational while the phase is not green until a call is received on the assigned phase. d. Type 3 (SBA): Detector shall operate as follows: Vehicle calls shall be accepted only when the phase is not green. When a call is detected, it shall be held until the detection area is empty. The extend timer shall begin timing with the phase green. Once the extend timer times -out OR the detection area is empty, no further calls shall be accepted until the phase is again not green. e. Type 4 (SBB): Detector shall operate as follows: Vehicle calls shall be accepted only when the phase is not green. When a call is detected, it shall be held until the detection area is empty (if the extend timer is set to zero). The extend timer shall begin timing with the phase green. If a call is received before the extend timer has timed -out, the timer shall be reset. Timer reset shall occur until a gap between the calls is large enough to allow the extend timer to time -out. Once time -out has occurred, no further calls shall be accepted until the green terminates. f. Type 5 (PPL): The detector input operates as a turn vehicle detector Adaptive Protected /Permissive routine. g. Type 6 (PPT): The detector input operates as a through vehicle detector Adaptive Protected /Permissive routine. SP 207 9.6 Each detector input shall be capable of functioning as one of 8 system detectors. 9.7 Vehicle detectors shall be capable of being assigned to a minimum of 2 speed U trap detector sets. Speed shall be detected using a two detector configuration. Speed shall be computed using a keyboard entered loop spacing distance (11 ft. or 22 ft.). 9.8 The firmware shall provide a minimum of 8 hardware - denoted pedestrian detector inputs. Each pedestrian detector shall be assignable to any phase. 10. System Communications 10.9 The firmware shall be capable of communicating with an on- street system �- master or directly to a central office computer -based system master. This capability shall be provided by a separate telemetry module, which shall be I' included in the controller when required by the plans and specifications. The telemetry module shall receive system commands and data transmissions. In addition, it shall transmit the controller status, data base and system detector information to the system master. 10.2 System Commands 10.2.32 The telemetry module shall allow the firmware to receive, as a minimum, the following commands: a. Cycle, offset, and split (coordination pattern) b. Timing parameter downloading and verification c. Special function commands (minimum of eight) d. Coordinated, Free, standby and flash mode commands e. Time and date f. Request for local status 10.2.2 In the absence of being polled by the master, within a user - defined period (1 -255 minutes), the local will revert to backup TBC and coordination mode. When again polled by the master the local will return to the system mode and transition to the master - called program. 10.3 Status Data 10.3.33 The status of each of the following functions shall be transmitted to the system master in response to a local status request: a. Green and yellow status for all phases and overlaps SP 208 b. Walk and pedestrian clearance status for all phases c. Vehicle and pedestrian detector status d. Phase termination status e. Local time f. Coordination status (1) Command source (2) Sync or transitioning status of coordinator g. Conflict flash status h. Local flash status I. Automatic flash status j. Local Free k. Preempt activity and calls I. Volume and occupancy data from a minimum of 8 system detectors m. Speed data from a minimum of two speed detectors n. Status of six user - defined alarms 10.4 Upload /Download Capability 10.4.34 The telemetry module shall provide the capability to upload /download the entire intersection data base. 10.5 Telemetry 10.5.35 Telemetry shall utilize TDM /FSK data transmission at 1200 baud over a single pair of wires. These may be leased lines (Type 3002, voice grade, unconditioned) or dedicated cable. Optional fiber optic communications capability shall also be available. 10.5.36 The nominal transmitter output level shall be 0 dbm into a 600 ohm load. The receiver sensitivity shall be 3 to -40 dbm. 10.5.37 There shall be a communications status display to show telemetry activity as follows: on or off line, carrier active or inactive, transmit active /inactive and response returned (ACK or NAK) , receive active and data valid or invalid. 11. Diagnostic Features 11.6 The 2070 controller provides the SE -PAC firmware with a Validation Suite that consists of resident diagnostic capabilities, some automatic and some user initiated, describing its own internal state. The automatic Validation Suite routines run continuously in a loop until stopped by the user. The user - initiated routines are executed on command by a front panel or laptop key entry. Some of the tests require installation of wrap- around or loop -back cables. 11.2 Automatic tests performed on the controller include: Real Time Clock, RAM memory, FLASH memory, Input /Output wrap- around, SDLC packet, and Timers. SP 209 11.3 User - initiated tests performed on the controller include: Keypads and Displays, II Data Key Validation, and Terminal Validation. 11.4 Detector Diagnostics U 11.4.38 Time -of -day controlled detector diagnostics shall be provided that allow testing vehicle and pedestrian detectors for no activity, maximum presence, and erratic output. 11.6.39 A minimum of two detector diagnostic plans shall be provided. These plans shall be selectable on a time -of -day basis. This shall allow varying the detector diagnostic values to correspond with changes in detector activity. a 11.6.40 If a detector is diagnosed as failed, the associated phase shall be placed on minimum recall until such time as the detector is classified as "on- I' line ". 11.6.41 Diagnostics for detectors connected to the controller using a Bus Interface Unit (BIU) shall also include detection of watchdog, open and shorted loop, and excessive inductance change failures. 12. Logging Features The firmware shall be capable of logging and reporting activity, failures, and the occurrence of selected events or alarms. 12.7 Communications Fault Logging 12.1.42 The firmware shall include a communications fault log capable of storing a minimum of 60 time and date - stamped communications fault events. Once logged, communications fault events shall remain in the log until cleared or the log capacity is exceeded at which time the oldest communications fault events shall be overwritten. i 12.8 Detector History Logging 12.8.1 The firmware shall include a detector history log capable of logging raw and average volume and raw and average occupancy for up to 8 system detectors. The log shall be capable of storing a minimum of 96 time and date stamped detector history events. Once logged, detector history events shall remain in the log until cleared or the log capacity is exceeded at which time the oldest detector history events shall be overwritten. 12.8.2 The detector logging shall be controlled as TBC programmed events. 12.9 Detector Fault Logging SP 210 12.9.43 The firmware shall include a detector fault log capable of storing a minimum of 60 time and date - stamped detector fault events. Once logged, detector fault events shall remain in the log until cleared or the log capacity is exceeded at which time the oldest detector fault events shall be overwritten. 12.9.44 All detector diagnostic faults shall be recorded in the detector fault log including: no activity, maximum presence, erratic counts, watchdog failure, open loop, shorted loop, and excessive inductance change. If a detector recovers after a diagnostic fault, a detector on -line event shall be stored in the detector fault log. 12.10 Event Logging 12.10.45 The firmware shall include an event log capable of storing a minimum of 120 time and date - stamped events or alarms. Once logged, events shall remain in the log until cleared or the log capacity is exceeded at which time the oldest events shall be overwritten. 12.10.46 At a minimum the following events shall be logged: communication failures, coordination faults, conflict monitor and local flash status, preempt, power ON /OFF, data change (from keyboard), data change (from remote), processor faults, EPROM and EEPROM diagnostic faults, invalid configuration. Up to 86 different messages shall be available. An event shall be logged when an event or alarm returns to normal status. 12.5 MOE Logging The firmware shall capture information on a coordination cycle by cycle basis noting: a. Volume (Per cycle average number of actuations) It b. Stops (Per cycle average number of actuation received during the non -green time of the phase) c. Delay (Per cycle average time of the delay on each phase - delay accumulates based on cars waiting and elapsed time) d. Utilization (Per cycle average green time used on each phase) The above information shall be included in a moe log capable of storing a minimum of 24 time and date - stamped moe events. Once logged, moe events shall remain in the log until cleared or the log capacity is exceeded at which time the oldest moe events shall be overwritten. 12.6 Speed Logging SP 211 The firmware shall capture the average speed trap speed for the duration a coordination pattern is active for inclusion in a speed log capable of storing a minimum of 24 time and date - stamped speed events. Once logged, speed events shall remain in the log until cleared or the log capacity is exceeded at which time the oldest speed events shall be overwritten. 12.7 Cycle MOE Logging The firmware shall capture coordination information on a cycle by cycle basis for each noting the force status, green utilization plus /minus from split, and whether there was a offset correction in that cycle for inclusion in a cycle moe log capable of storing a minimum of 60 time and date - stamped cycle moe events. Once logged, cycle moe events shall remain in the log until cleared or the log capacity is exceeded at which time the oldest cycle moe events shall be overwritten. 12.8 Volume Count Logging The firmware shall be capable of using up to 24 vehicle or pedestrian detector inputs for a Volume Count log capable of storing a minimum of 72 time and date - stamped Volume Count events. Once logged, Volume Count events shall remain in the log until cleared or the log capacity is exceeded at which time the oldest Volume Count events shall be overwritten. The Volume Count log interval shall be user selectable within the range 0 -120 minutes. Each Volume Count event in the log shall denote if an assigned detector was diagnosed as failed at any time during the log interval. When a power down occurs in a log interval, all detectors shall be marked as failed to prevent the data being used in error. 9- 29.13(7)A Environmental, Performance and Test Standards for Solid -State Traffic Controllers Section 9- 29.13(7)A is supplemented with the following: The traffic signal controller assemblies, including the traffic signal controller, auxiliary control equipment and cabinet shall be shop tested to the satisfaction of the Engineer. Testing and check -out of all timing circuits, phasing and signal operation shall be at the City of Renton Signal Shop, Renton, Washington. The Signal Shop will make space available to the Contractor for the required test demonstrations. The Contractor shall assemble the cabinet and related signal control equipment ready for testing. A complete demonstration by the Contractor of all integrated components satisfactorily functioning shall start the test period. Any malfunction shall stop the test period until all parts are satisfactorily operating. The test shall be extended until a minimum of 72 hours continuous satisfactory performance of the entire integrated system has been demonstrated. The demonstration by the Contractor to the Engineer of all components functioning properly shall not relieve the Contractor of any responsibility relative to the proper functioning of all aforestated control gear when field installed. SP 212 'd n 9- 29.13(7)6 Auxiliary Equipment for NEMA Controllers Section 9- 29.13(7)6 is revised as follows: The following auxiliary equipment shall be furnished and installed in each cabinet for NEMA traffic - actuated controllers: 1. A solid -state Type 3 NEMA flasher with flash- transfer relay which will cut in the flasher and isolate the controller from light circuits. See Section 9- 29.13(2) for operational requirements. The flasher shall be two circuit with indicator lights. The unit shall be rated for fifteen (15) amps per circuit through the entire NEMA temperature range. 2. Modular solid state relay load switches of sufficient number to provide for each vehicle phase (including future phases if shown in the plans), each pedestrian phase and preemption sequence indicated in the contract. Type P & R cabinets shall include a fully wired 16- position back panel. Solid -state load switches shall conform to NEMA standards except only optically isolated load switches will be allowed. Load switches shall include indicator lights on the input and output circuits. 3. A power panel with: a. A control - display breaker sized to provide 125 percent overload protection for all control equipment and signal displays, 30 ampere minimum. b. A 20 ampere accessory breaker wired parallel to the control display breaker. The breaker will carry accessory loads, including vent fan, cabinet light, plug receptacle, etc. c. A busbar isolated from ground and unfused for the neutral side of power supply. d. A radio interference suppresser to the output side of the control display breaker. See Section 9- 29.13(6) for other requirements. e. A transient voltage protection device connected to the controller power circuit for protection against voltage abnormalities of 1 cycle or less duration. The protector shall be a solid state high energy circuit containing no spark gap, gas tube, or crow bar component. The current rating of the device shall be 15 amps minimum. The device shall provide transient protection between neutral and ground, line and ground, as well as line and neutral. If the protection circuits fail, they shall fail to an open circuit condition. The device shall meet all requirements of UL standard 1449. The suppressed voltage rating shall be 600 volts or less when subjected to an impulse of 6,000 volts, 3,000 amp source impedance, 8.0/20 microsecond waveform as described in UL 1449. In addition, the device shall withstand, without failure or permanent damage, one full cycle at 264 volts RMS. The device shall contain circuitry to prevent self- induced regenerative ringing. There shall be a failure warning indictor light which shall illuminate when the device has failed and is no longer operable. SP 213 f. Cabinet ground busbar independent (150K ohms minimum) of neutral. 11 Sections 4 -13 are replaced with the following: GENERAL All mounting hardware used in the cabinet, whether it is used to secure equipment or some I' portion of the cabinet itself, shall be stainless steel or nickel plated brass. FAIL SAFE UNIT 1. INTRODUCTION This specification sets forth the minimum requirements for a shelf - mountable, sixteen I� channel, solid -state Malfunction Management Unit (MMU). The MMU shall meet, as a minimum, all applicable sections of the NEMA Standards Publication No. TS2 -1998. Where differences occur, this specification shall govern. I� 2. MONITORING FUNCTIONS The following monitoring functions shall be provided in addition to those required by II the NEMA Standard Section 4. 2.1 DUAL INDICATION MONITOR I' Dual Indication monitoring shall detect simultaneous input combinations of active Green (Walk), Yellow, or Red (Don't Walk) field signal inputs on the same channel. In Type 12 mode this monitoring function detects simultaneous input combinations of active Green and Yellow, Green and Red, Yellow and Red, Walk and Yellow, or Walk and Red field signal inputs on the same channel. 1.1.1 DUAL INDICATION MONITORING Sixteen switches labeled FIELD CHECK /DUAL ENABLES shall be provided on the MMU front panel to enable Dual Indication Monitoring on a per channel basis. The Dual Indication Monitor function shall provide two modes of operation, Dual Indication Fault and GY -Dual Indication Fault. When voltages on two inputs of a vehicle channel are sensed as active for I' more than 450 msec, the MMU shall enter the fault mode, transfer the OUTPUT relay contacts to the Fault position, and illuminate the DUAL INDICATION indicator. The MMU shall remain in the fault mode until the I' unit is reset by the RESET button or the EXTERNAL RESET input. When voltages on two inputs of a vehicle channel are sensed as active for less than 200 msec, the MMU shall not transfer the OUTPUT relay contacts to the Fault position. When operating in the Type 16 mode with Port 1 communications enabled, Bit #68 (Spare Bit #2) of the Type #129 response frame shall be set to indicate a Dual Indication fault has been detected. SP 2 14 Dual Indication Monitoring shall be disabled when the RED ENABLE input is not active. 1.1.2 GY -DUAL INDICATION MONITOR GY -Dual Indication monitoring shall detect simultaneous inputs of active Green and Yellow field signal inputs on the same channel. It will be used to monitor channels which have an unused Red field signal input tied to AC LINE such as a five section signal head. GY -Dual Indication Monitoring shall be enabled by a front panel option switch. When the GY -Dual Indication Monitoring option is enabled, all channels which have the front panel FIELD CHECK /DUAL ENABLE switches OFF shall be individually monitored for simultaneous active Green and Yellow field signal inputs. All channels which have the front panel FIELD CHECK /DUAL ENABLE switches ON (i.e. enabled for Dual Indication Monitoring) shall function as described above in Dual Indication Monitoring. 1.2 FIELD CHECK MONITORING Sixteen switches labeled FIELD CHECK /DUAL ENABLES shall be provided on the MMU front panel to enable Field Check Monitoring on a per channel basis. The Field Check Monitor function shall provide two modes of operation, Field Check Fault and Field Check Status. Field Check Monitoring shall be disabled when the RED ENABLE input is not active. The Field Check Monitoring function shall be disabled in the Type 12 mode. 1.2.1 FIELD CHECK MONITOR In the Field Check Fault mode, when the field signal input states sensed as active or inactive by the MMU do not correspond with the data provided by the Controller Unit in the Type #0 message for 10 consecutive messages, the MMU shall enter the fault mode, transfer the OUTPUT relay contacts to the Fault position, and illuminate the FIELD CHECK FAIL indicator. The Channel Status Display shall indicate the channels on which the Field Check fault was detected. Bit #67 (Spare Bit #1) of the Type #129 response frame shall be set to indicate a Field Check fault has been detected. The MMU shall remain in the fault mode until the unit is reset by the RESET button or the EXTERNAL RESET input. 1.2.2 FIELD CHECK STATUS The Field Check Status mode shall work in combination with the other fault monitoring functions of the MMU. When a Conflict, Red Fail, Clearance Fail, or Dual Indication Fail triggers the MMU, the Channel Status Display and Fault Status Display shall correspond to that detected fault. If Field Check errors were detected while the fault was being timed, the inputs on which the Field Check errors were detected shall double pulse at the same time as SP 215 the FIELD CHECK STATUS indicator. Bit #67 (Spare Bit #1) of the Type #129 response frame shall also be set to indicate Field Check errors have been detected. (' 1.3 RECURRENT PULSE MONITORING The Signal Monitor shall detect Conflict, Red Fail, and Dual Indication faults that result from intermittent or flickering field signal inputs. These recurring pulses shall result in a latching fault with the RECURRENT PULSE STATUS indicator illuminated along with the resulting Conflict, Red Fail, or Dual Indication indicator. An option switch shall be provided to disable the RP detect function for testing purposes. When operating in the Type 16 mode with Port 1 communications enabled, Bit #69 I' (Spare Bit #3) of the Type #129 response frame shall be set to indicate a Recurrent II Pulse status has been detected. 1.4 EXTERNAL WATCHDOG MONITOR The MMU shall prnviria the capability to mnnitnr an nrntional external logic level output from a Controller Unit or other external cabinet circuitry. If the MMU does not receive a change in state on the EXTERNAL WATCHDOG input for 1500 msec (+ 100 msec), the MMU shall enter the fault mode, transfer the OUTPUT relay contacts I' to the Fault position, and illuminate the CVM /WATCHDOG indicator. The MMU shall remain in the fault mode until the unit is reset by the RESET button or the EXTERNAL RESET input. An MMU Power Failure shall reset the CVM /WATCHDOG fault state of I' the monitor. The EXTERNAL WATCHDOG input shall be wired to connector MSB -S. When operating in the Type 16 mode with Port 1 communications enabled, Bit #70 (Spare Bit #4) of the Type #129 response frame shall be set to indicate an External Watchdog fault has been detected. 1.5 WALK DISABLE OPTION The MMU shall provide the capability to exclude the Walk inputs from the Red Fail fault detection algorithm when operating in the Type 12 mode. When the option is selected, the absence of signals on the Green, Yellow, and Red field outputs of a channel will place the MMU -16 unit into the fault mode, transfer the OUTPUT relay contacts to the Fault position, and illuminate the RED FAIL indicator. 1.6 TYPE FAULT MONITOR The MMU shall verify at power -up that the Type 12 or Type 16 operating mode as determined by the TYPE SELECT input is consistent with the mode set by the last external reset. Detection of a Type Fault shall place the MMU into the fault mode, transfer the OUTPUT relay contacts to the Fault position, illuminate the DIAGNOSTIC indicator, and flash the TYPE 12 indicator at a 2Hz rate. The MMU shall remain in the fault Sr 211 6 mode until the unit is reset by the RESET button or the EXTERNAL RESET input. An MMU Power Failure shall reset the Type Fault state of the monitor. 1.7 CONFIGURATION CHANGE MONITOR On power -up, reset, and periodically during operation, the Signal Monitor shall compare the current configuration settings with the previously stored value. If the settings have changed, the Signal Monitor shall automatically log the new setting. These settings shall include the Program Card jumpers and all switches. A programming option shall be provided such that any change in the configuration parameters shall cause the Signal Monitor to enter the fault mode causing the Output relay contacts to close and enabling the Stop -Time output to the controller. To indicate this fault mode the PGM CARD / CF indicator shall flash at a 4 Hz rate. Depressing the Reset button for 3 seconds shall be required to clear this fault and log the new configuration parameters. If the programming option is not selected, the unit shall not set the fault mode but will still log the configuration change. 1.8 CVM LOG DISABLE The MMU shall provide a means to disable the logging of CVM fault events. 2. DISPLAY FUNCTIONS The following display functions shall be provided in addition to those required by the NEMA Standard Section 4. 2.1 FULL INTERSECTION CHANNEL STATUS DISPLAY A separate Red, Yellow, and Green indicator shall be provided for each channel to show full intersection status simultaneously. For Type 12 mode operation the Walk input status shall be shown on channel indicators 13 through 16. 2.2 FAULT CHANNEL STATUS DISPLAY During normal operation the 48 Channel Status indicators shall display all active signals. In the fault mode the Channel Status indicators shall display all signals active at the time of the fault for six seconds and then indicate the channels involved in the fault for 2 seconds. 2.3 FIELD CHECK STATUS DISPLAY The FIELD CHECK FAIL indicator shall illuminate when a Field Check Fault is detected. The Channel Status display shall show the channels on which the Field Check fault occurred. If Field Check errors occurred during a Conflict Fault, Red Fail, Clearance Fail, or Dual Indication Fail the FIELD CHECK STATUS indicator shall illuminate. The channels on SP 217 which the Field Check Status was detected during the fault shall double pulse on the Channel Status Display at the same time as the FIELD CHECK STATUS indicator. 2.4 RECURRENT PULSE STATUS DISPLAY If Recurrent Pulse inputs were detected during a Conflict Fault, Red Fail, or Dual I' Indication Fail the RECURRENT PULSE STATUS indicator shall illuminate. The channels on which the Recurrent Pulse Status was detected during the fault shall double pulse on the Channel Status Display at the same time as the RECURRENT I� PULSE STATUS indicator. 2.5 DISPLAY INDICATORS The following display indicators shall be provided in addition to those required by I' the NEMA Standard Section 4. 2.5.1 TYPE 12 MODE INDICATOR The TYPE 12 indicator shall illuminate when the MMU is programmed for I' Type 12 operation. If a Type Fault is detected the DIAGNOSTIC indicator !! shall illuminate and the TYPE 12 indicator shall flash at a rate of 2Hz. 2.5.2 DUAL INDICATION The DUAL INDICATION indicator shall illuminate when a DUAL INDICATION Fault is detected. The Channel Status display shall show the channels which were detected as DUAL INDICATION. 2.5.3 POWER INDICATOR The POWER indicator shall flash at a rate of 2Hz when the AC LINE voltage is below the drop -out level. It shall illuminate steadily when the AC LINE voltage returns above the restore level. 2.5.4 PORT 1 RECEIVE INDICATOR The RECEIVE indicator shall illuminate for a 33 msec pulse each time a Port 1 message is correctly received from the Controller Unit. 2.5.5 PORT 1 TRANSMIT INDICATOR The TRANSMIT indicator shall illuminate for a 33 msec pulse each time a Port 1 message is transmitted from the MMU. 2.5.6 RS232 RECEIVE INDICATOR The COMM indicator shall illuminate for a 33 msec pulse each time a message is correctly received on the RS -232 port. 2.5.7 PROGRAM CARD/ CF INDICATOR — ^I o Jr G10 9- 29.13(7)6 Auxiliary Equipment for NEMA Controllers Section 9- 29.13(7)6 is revised as follows: The following auxiliary equipment shall be furnished and installed in each cabinet for NEMA traffic- actuated controllers: 1. A solid -state Type 3 NEMA flasher with flash - transfer relay which will cut in the flasher and isolate the controller from light circuits. See Section 9- 29.13(2) for operational requirements. The flasher shall be two circuit with indicator lights. The unit shall be rated for fifteen (15) amps per circuit through the entire NEMA temperature range. 2. Modular solid state relay load switches of sufficient number to provide for each vehicle phase (including future phases if shown in the plans), each pedestrian phase and preemption sequence indicated in the contract. Type P & R cabinets shall include a fully wired 16- position back panel. Solid -state load switches shall conform to NEMA standards except only optically isolated load switches will be allowed. Load switches shall include indicator lights on the input and output circuits. 3. A power panel with: a. A control - display breaker sized to provide 125 percent overload protection for all control equipment and signal displays, 30 ampere minimum. b. A 20 ampere accessory breaker wired parallel to the control display breaker. The breaker will carry accessory loads, including vent fan, cabinet light, plug receptacle, etc. c. A busbar isolated from ground and unfused for the neutral side of power supply. d. A radio interference suppresser to the output side of the control display breaker. See Section 9- 29.13(6) for other requirements. e. A transient voltage protection device connected to the controller power circuit for protection against voltage abnormalities of 1 cycle or less duration. The protector shall be a solid state high energy circuit containing no spark gap, gas tube, or crow bar component. The current rating of the device shall be 15 amps minimum. The device shall provide transient protection between neutral and ground, line and ground, as well as line and neutral. If the protection circuits fail, they shall fail to an open circuit condition. The device shall meet all requirements of UL standard 1449. The suppressed voltage rating shall be 600 volts or less when subjected to an impulse of 6,000 volts, 3,000 amp source impedance, 8.0/20 microsecond waveform as described in UL 1449. In addition, the device shall withstand, without failure or permanent damage, one full cycle at 264 volts RMS. The device shall contain circuitry to prevent self- induced regenerative ringing. There shall be a failure warning indictor light which shall illuminate when the device has failed and is no longer operable. SP 213 f. Cabinet ground busbar independent (150K ohms minimum) of neutral. Sections 4 -13 are replaced with the following: GENERAL All mounting hardware used in the cabinet, whether it is used to secure equipment or some portion of the cabinet itself, shall be stainless steel or nickel plated brass. FAIL SAFE UNIT 1. INTRODUCTION This specification sets forth the minimum requirements for a shelf - mountable, sixteen channel, solid -state Malfunction Management Unit (MMU). The MMU shall meet, as a minimum, all applicable sections of the NEMA Standards Publication No. TS2 -1998. Where differences occur, this specification shall govern. 2. MONITORING FUNCTIONS The following monitoring functions shall be provided in addition to those required by the NEMA Standard Section 4. 2.1 DUAL INDICATION MONITOR Dual Indication monitoring shall detect simultaneous input combinations of active Green (Walk), Yellow, or Red (Don't Walk) field signal inputs on the same channel. In Type 12 mode this monitoring function detects simultaneous input combinations of active Green and Yellow, Green and Red, Yellow and Red, Walk and Yellow, or Walk and Red field signal inputs on the same channel. 1.1.1 DUAL INDICATION MONITORING Sixteen switches labeled FIELD CHECK /DUAL ENABLES shall be provided on the MMU front panel to enable Dual Indication Monitoring on a per channel basis. The Dual Indication Monitor function shall provide two modes of operation, Dual Indication Fault and GY -Dual Indication Fault. When voltages on two inputs of a vehicle channel are sensed as active for more than 450 msec, the MMU shall enter the fault mode, transfer the OUTPUT relay contacts to the Fault position, and illuminate the DUAL INDICATION indicator. The MMU shall remain in the fault mode until the unit is reset by the RESET button or the EXTERNAL RESET input. When voltages on two inputs of a vehicle channel are sensed as active for less than 200 msec, the MMU shall not transfer the OUTPUT relay contacts to the Fault position. When operating in the Type 16 mode with Port 1 communications enabled, Bit #68 (Spare Bit #2) of the Type #129 response frame shall be set to indicate a Dual Indication fault has been detected. SP 214 1 I L Dual Indication Monitoring shall be disabled when the RED ENABLE input is not active. 1.1.2 GY -DUAL INDICATION MONITOR GY -Dual Indication monitoring shall detect simultaneous inputs of active Green and Yellow field signal inputs on the same channel. It will be used to monitor channels which have an unused Red field signal input tied to AC LINE such as a five section signal head. GY -Dual Indication Monitoring shall be enabled by a front panel option switch. When the GY -Dual Indication Monitoring option is enabled, all channels which have the front panel FIELD CHECK /DUAL ENABLE switches OFF shall be individually monitored for simultaneous active Green and Yellow field signal inputs. All channels which have the front panel FIELD CHECK /DUAL ENABLE switches ON (i.e. enabled for Dual Indication Monitoring) shall function as described above in Dual Indication Monitoring. 1.2 FIELD CHECK MONITORING Sixteen switches labeled FIELD CHECK /DUAL ENABLES shall be provided on the MMU front panel to enable Field Check Monitoring on a per channel basis. The Field Check Monitor function shall provide two modes of operation, Field Check Fault and Field Check Status. Field Check Monitoring shall be disabled when the RED ENABLE input is not active. The Field Check Monitoring function shall be disabled in the Type 12 mode. 1.2.1 FIELD CHECK MONITOR In the Field Check Fault mode, when the field signal input states sensed as active or inactive by the MMU do not correspond with the data provided by the Controller Unit in the Type #0 message for 10 consecutive messages, the MMU shall enter the fault mode, transfer the OUTPUT relay contacts to the Fault position, and illuminate the FIELD CHECK FAIL indicator. The Channel Status Display shall indicate the channels on which the Field Check fault was detected. Bit #67 (Spare Bit #1) of the Type #129 response frame shall be set to indicate a Field Check fault has been detected. The MMU shall remain in the fault mode until the unit is reset by the RESET button or the EXTERNAL RESET input. 1.2.2 FIELD CHECK STATUS The Field Check Status mode shall work in combination with the other fault monitoring functions of the MMU. When a Conflict, Red Fail, Clearance Fail, or Dual Indication Fail triggers the MMU, the Channel Status Display and Fault Status Display shall correspond to that detected fault. If Field Check errors were detected while the fault was being timed, the inputs on which the Field Check errors were detected shall double pulse at the same time as SP 215 The Signal Monitor shall detect Conflict, Red Fail, and Dual Indication faults that N the FIELD CHECK STATUS indicator. Bit #67 (Spare Bit #1) of the Type #129 1� response frame shall also be set to indicate Field Check errors have been detected. 1.3 RECURRENT PULSE MONITORING The Signal Monitor shall detect Conflict, Red Fail, and Dual Indication faults that N result from intermittent or flickering field signal inputs. These recurring pulses shall result in a latching fault with the RECURRENT PULSE STATUS indicator illuminated along with the resulting Conflict, Red Fail, or Dual Indication indicator. An option switch shall be provided to disable the RP detect function for testing purposes. When operating in the Type 16 mode with Port 1 communications enabled, Bit #69 u (Spare Bit #3) of the Type #129 response frame shall be set to indicate a Recurrent Pulse status has been detected. 1.4 EXTERNAL WATCHDOG MONITOR The MMU shall provide the capability to monitor an optional external logic level output from a Controller Unit or other external cabinet circuitry. If the MMU does not receive a change in state on the EXTERNAL WATCHDOG input for 1500 msec (+ 100 msec), the MMU shall enter the fault mode, transfer the OUTPUT relay contacts to the Fault position, and illuminate the CVM /WATCHDOG indicator. The MMU shall remain in the fault mode until the unit is reset by the RESET button or the EXTERNAL RESET input. An MMU Power Failure shall reset the CVM /WATCHDOG fault state of the monitor. The EXTERNAL WATCHDOG input shall be wired to connector MSB -S. When operating in the Type 16 mode with Port 1 communications enabled, Bit #70 (Spare Bit #4) of the Type #129 response frame shall be set to indicate an External Watchdog fault has been detected. 1.5 WALK DISABLE OPTION The MMU shall provide the capability to exclude the Walk inputs from the Red Fail fault detection algorithm when operating in the Type 12 mode. When the option is selected, the absence of signals on the Green, Yellow, and Red field outputs of a channel will place the MMU -16 unit into the fault mode, transfer the OUTPUT relay contacts to the Fault position, and illuminate the RED FAIL indicator. 1.6 TYPE FAULT MONITOR The MMU shall verify at power -up that the Type 12 or Type 16 operating mode as determined by the TYPE SELECT input is consistent with the mode set by the last external reset. Detection of a Type Fault shall place the MMU into the fault mode, transfer the OUTPUT relay contacts to the Fault position, illuminate the DIAGNOSTIC indicator, and flash the TYPE 12 indicator at a 2Hz rate. The MMU shall remain in the fault SP 216 mode until the unit is reset by the RESET button or the EXTERNAL RESET input. An MMU Power Failure shall reset the Type Fault state of the monitor. 1.7 CONFIGURATION CHANGE MONITOR On power -up, reset, and periodically during operation, the Signal Monitor shall compare the current configuration settings with the previously stored value. If the settings have changed, the Signal Monitor shall automatically log the new setting. These settings shall include the Program Card jumpers and all switches. A programming option shall be provided such that any change in the configuration parameters shall cause the Signal Monitor to enter the fault mode causing the Output relay contacts to close and enabling the Stop -Time output to the controller. To indicate this fault mode the PGM CARD / CF indicator shall flash at a 4 Hz rate. Depressing the Reset button for 3 seconds shall be required to clear this fault and log the new configuration parameters. If the programming option is not selected, the unit shall not set the fault mode but will still log the configuration change. 1.8 CVM LOG DISABLE The MMU shall provide a means to disable the logging of CVM fault events. 2. DISPLAY FUNCTIONS The following display functions shall be provided in addition to those required by the NEMA Standard Section 4. 2.1 FULL INTERSECTION CHANNEL STATUS DISPLAY A separate Red, Yellow, and Green indicator shall be provided for each channel to show full intersection status simultaneously. For Type 12 mode operation the Walk input status shall be shown on channel indicators 13 through 16. 2.2 FAULT CHANNEL STATUS DISPLAY During normal operation the 48 Channel Status indicators shall display all active signals. In the fault mode the Channel Status indicators shall display all signals active at the time of the fault for six seconds and then indicate the channels involved in the fault for 2 seconds. 2.3 FIELD CHECK STATUS DISPLAY The FIELD CHECK FAIL indicator shall illuminate when a Field Check Fault is detected. The Channel Status display shall show the channels on which the Field Check fault occurred. If Field Check errors occurred during a Conflict Fault, Red Fail, Clearance Fail, or Dual Indication Fail the FIELD CHECK STATUS indicator shall illuminate. The channels on SP 217 which the Field Check Status was detected during the fault shall double pulse on the Channel Status Display at the same time as the FIELD CHECK STATUS indicator. 2.4 RECURRENT PULSE STATUS DISPLAY If Recurrent Pulse inputs were detected during a Conflict Fault, Red Fail, or Dual Indication Fail the RECURRENT PULSE STATUS indicator shall illuminate. The channels on which the Recurrent Pulse Status was detected during the fault shall double pulse on the Channel Status Display at the same time as the RECURRENT PULSE STATUS indicator. 2.5 DISPLAY INDICATORS The following display indicators shall be provided in addition to those required by the NEMA Standard Section 4. 2.5.1 TYPE 12 MODE INDICATOR The TYPE 12 indicator shall illuminate when the MMU is programmed for Type 12 operation. If a Type Fault is detected the DIAGNOSTIC indicator shall illuminate and the TYPE 12 indicator shall flash at a rate of 2Hz. 2.5.2 DUAL INDICATION The DUAL INDICATION indicator shall illuminate when a DUAL INDICATION Fault is detected. The Channel Status display shall show the channels which were detected as DUAL INDICATION. 2.5.3 POWER INDICATOR The POWER indicator shall flash at a rate of 2Hz when the AC LINE voltage is below the drop -out level. It shall illuminate steadily when the AC LINE voltage returns above the restore level. 2.5.4 PORT 1 RECEIVE INDICATOR The RECEIVE indicator shall illuminate for a 33 msec pulse each time a Port 1 message is correctly received from the Controller Unit. 2.5.5 PORT 1 TRANSMIT INDICATOR The TRANSMIT indicator shall illuminate for a 33 msec pulse each time a Port 1 message is transmitted from the MMU. 2.5.6 RS232 RECEIVE INDICATOR The COMM indicator shall illuminate for a 33 msec pulse each time a message is correctly received on the RS -232 port. 2.5.7 PROGRAM CARD / CF INDICATOR SP 218 The PGM CARD indicator shall illuminate if the Programming Card is absent or not seated properly in the edge connector. The PGM CARD indicator shall flash at a 4 Hz rate if the MMU has been triggered by a Configuration Change fault. 2.5.8 Y +R CLEARANCE INDICATOR The Y +R CLEARANCE indicator shall illuminate when the MMU has been triggered by a Yellow Change plus Red Clearance fault. 2.5.9 FIELD CHECK FAIL INDICATOR The FIELD CHECK FAIL indicator shall illuminate when the MMU has been triggered by a Field Check fault. 2.6 OPERATING MODES The MMU shall operate in both the Type 12 mode and Type 16 mode as required by the NEMA Standard. 3. HARDWARE 3.1 ENCLOSURE 3.1.1 The MMU shall be compact so as to fit in limited cabinet space. It shall be possible to install on a shelf that is at least 7" deep. Overall dimensions, including mating connectors and harness, shall not exceed 10.5" x 4.5" x 11" (HxWxD). 3.1.2 The enclosure shall be constructed of sheet aluminum with a minimum thickness of 0.062 ", and shall be finished with an attractive and durable protective coating. Model, serial number, and program information shall be permanently displayed on the top surface. 3.2 ELECTRONICS 3.2.1 A microprocessor shall be used for all timing and control functions. Continuing operation of the microprocessor shall be verified by an independent monitor circuit, which shall force the OUTPUT RELAY to the de- energized "fault" state and indicate an error message if a pulse is not received from the microprocessor within a defined period not to exceed 500 MS. 3.2.2 High speed sampling techniques shall be used to determine the true RMS value of the AC field inputs. Each AC input shall be sampled at least 32 times per line cycle. The RMS voltage measurement shall be insensitive to phase, frequency, and waveform distortion. SP 219 3.2.3 In the interest of reliability, only the PROM memory device for the microprocessor firmware shall be socket mounted. The PROM Memory socket shall be a precision screw machine type socket with a gold contact finish providing a reliable gas tight seal. Low insertion force sockets or sockets with "wiper" type contacts shall not be acceptable. 3.2.4 All user programmed configuration settings shall be stored in an electrically erasable programmable read -only memory (EEPROM) or front panel DIP switches. Designs using a battery to maintain configuration data shall not be acceptable. 3.2.5 All 120 VAC field terminal inputs shall provide an input impedance of at least 150K ohms and be terminated with a resistor having a power dissipation rating of 0.5 Watts or greater. 3.2.6 All electrical components used in the MMU shall be rated by the component manufacturer to operate over the full NEMA temperature range of -34oC to +74oC. 3.2.7 All printed circuit boards shall meet the requirements of the NEMA Standard plus the following requirements to enhance reliability: a. All plated- through holes and exposed circuit traces shall be plated with solder. b. Both sides of the printed circuit board shall be covered with a solder mask material. c. The circuit reference designation for all components and the polarity of all capacitors and diodes shall be clearly marked adjacent to the component. Pin #1 for all integrated circuit packages shall be designated on both sides of all printed circuit boards. d. All electrical mating surfaces shall be gold plated. e. All printed circuit board assemblies shall be coated on both sides with a clear moisture -proof and fungus -proof sealant. 3.3 FRONT PANEL & CONNECTORS 3.3.1 All displays, configuration switches, and connectors shall be mounted on the front panel of the MMU. All MMU configuration inputs beyond those required by the NEMA Standard shall be provided by front panel mounted DIP switches and shall be clearly labeled. Configuration DIP switches shall be provided for the following functions: a. Field Check/ Dual Enables 1 -16 b. GY -Dual Indication Enable (GY ENABLE) SP 220 7 L L c. Recurrent Pulse Test Disable (RP DISABLE) d. External Watchdog Enable (WD ENABLE) e. Walk Disable (Type 12) f. Configuration Change Fault Enable (CF ENABLE) g. CVM Log Disable 3.3.2 MS CONNECTORS The MS connectors on the MMU shall have a metallic shell and be attached to the chassis internally. The connectors shall be mounted on the front of the unit in accordance with the following: Connector A shall intermate with a MS 3116 22 -55 SZ, and Connector B shall intermate with a MS 3116 16- 26 S. In the interest of reliability and repair ability, printed circuit board mounted MS connectors shall not be acceptable. Internal MS harness wire shall be a minimum of AWG #22,19 strands. 3.3.3 EIA -232 PORT The EIA -232 port shall be electrically isolated from the MMU electronics using optical couplers. The connector shall be an AMP 9721A or equivalent 9 pin metal shell D subminiature type with female contacts. Pin assignments shall be as shown in the following table: PIN FUNCTION 1 DCD* 2 TX DATA 3 RX DATA 4 DTR (Data Terminal Ready) 5 SIGNAL GROUND 6 DSR* 7 DSR* 8 CTS* 9 NC *Jumper options shall be provided to allow the connection of Pin #4 to be made with Pin #7, and the connection of Pin #8 to be made with Pin #1 and or Pin #6. 4. EVENT LOGGING FUNCTIONS The Signal Monitor shall be capable of storing in non - volatile memory a minimum of 100 events. Each event shall be marked with the time and date of the event. These events shall consist of fault events, AC Line events, reset events, and configuration change SP 221 events. The capability to assign a four digit identification number and 30 character description to the unit shall be provided. The event logs shall be uploaded to a PC using the serial port of the Signal Monitor and Windows 9x based software provided by the manufacturer. Each event log report shall contain the following information: a) Monitor ID #: a four digit (0000 -9999) ID number and 30 character description assigned to the monitor. b) Time and Date: time and date of occurrence. c) Event Number: identifies the record number in the log. Event #1 is the most recent event. 4.1 MONITOR STATUS REPORT (CS) The Current Status report shall contain the following information: a) Fault Type: the fault type description. b) Field Status: the current GYR(W) field status and field RMS voltages if the monitor is not in the fault state, or the latched field status and field RMS voltages and fault channel status at the time of the fault. c) Cabinet Temperature: the current temperature if the monitor is not in the fault state, or the latched temperature at the time of the fault. d) AC Line Voltage: the current AC Line voltage and frequency if the monitor is not in the fault state, or the AC Line voltage and frequency at the time of the fault. e) Control Input Status: the current state and RMS voltages of the Red Enable input & Load Switch Flash bit input if the monitor is not in the fault state, or the status latched at the time of the fault. 4.2 PREVIOUS FAULT LOG (PF) The Previous Fault log shall contain the following information: a) Fault Type: the fault type description. b) Field Status: the latched field status with RMS voltages, fault channel status, RP Detect status and Field Check status at the time of the fault. c) Cabinet Temperature: the latched temperature at the time of the fault. d) AC Line Voltage: the AC Line voltage & frequency at the time of the fault. e) Control Input Status: the latched state of the Red Enable input at the time of the fault. SP 222 4.3 AC LINE EVENT LOG (AC) The AC Line log shall contain the following information: a) Event Type: describes the type of AC Line event that occurred. Power -up - AC on, monitor performed a cold start Interrupt - AC Line < Brownout level Restore - AC restored from AC brown -out or AC interruption (AC Off), no cold start b) AC Line Voltage: the AC Line voltage & frequency at the time of the event. 4.4 MONITOR RESET LOG (MR) The Monitor Reset log shall contain the following information: a) The monitor was reset from a fault by the front panel Reset button, or External Reset input, or a non - latched event clear. 4.5 CONFIGURATION CHANGE LOG (CF) The Configuration Change log shall contain the following information: a) The status of all configuration programming including the contents of the Program Card, all configuration dip switches and option switches. b) Any configuration programming inputs such as 24V Inhibit, Port 1 Disable, Type select. c) Configuration CRC: A unique CRC value which is based on the configuration of items a) and b) above. The log shall also indicate which items have been changed since the last log entry. 4.6 SIGNAL SEQUENCE LOG (SSQ) A log shall be provided that graphically displays all field signal states for up to 30 seconds prior to the current fault trigger event. The resolution of the display shall be at least 50 milliseconds. SURGE PROTECTOR (LIGHTING ARRESTER) The controller shall have an input voltage surge protector that shall protect the controller input from any voltage surges that could damage the controller or any of its components. FIELD WIRING TERMINAL SP 223 There shall be a terminal strip for field wiring in the controller cabinet. The terminals shall be numbered in accordance with the schematic wiring diagram on the plans. If a different numbering system is used for the cabinet wiring, then both numbers shall label each terminal and the cabinet wiring schematic drawing shall include the field wiring numbers where the terminal strip is illustrated. A common bus bar with a minimum of 15 terminals and a ground bar with a minimum of 6 terminals shall be provided. COMPUTER INTERFACE UNIT Interface communication devices shall be designed as separate units or as modules that plug directly into the controller case. The communication devices shall be used for on -line computer control of the intersection and shall be capable of transmitting all detector and signal status information and receiving and decoding command information from the computer all in conformance and within the capability of the multisonic master computer unit or other central system as specified in the plans and specifications and the interconnect cables. DOOR SWITCH A door switch shall be provided on the signal cabinet door interfacing with the signal conflict monitor. In the event that the conflict monitor has been left disconnected, the signal display shall immediately flash when the signal cabinet door is closed. The signal display shall remain in flash when the cabinet door is reopened. The signal display shall also remain in flash if a power recovery occurs with the door open and if the conflict monitor is not installed. A reset switch located on the load -bay shall be provided to clear both of these flashing conditions. A second door switch shall be provided to operate the cabinet light. UNIVERSAL DETECTOR INPUT PANEL A universal detector input panel shall be provided on the left sidewall of the cabinet. This panel shall be usable with any NEMA TS1 Controller and shall include a detector matrix to assign detector outs to any controller detector input on the A, B, C or D cable. WIRE COLOR SCHEME All 120VAC circuits shall use black wire. All other circuits shall not use black wires. Color traces shall be used to identify functions. Red wire is to be used for all 24VDC circuits, and blue for logic ground circuits. PREEMPTION INDICATOR LIGHT The preemption indicator light shall be energized when the emergency vehicle preemption system is in operation. Said light shall turn on when a phase is preempted and the priority green is displayed. There shall be one indicator light for each of the four emergency vehicle preempt channels. POWER REQUIREMENTS The controller cabinet and all associated equipment shall be designed for use on 120 volts, 60 Hz., single phase alternating current. SP 224 LOADBAY The controller cabinet shall contain a loadbay panel with the following minimum requirements: 1. The loadbay shall be wired for 8 vehicle phases, 4 pedestrian phases, 4 overlap phases and 16 loadswitch positions. 2. The loadbay shall incorporate a swing down design to facilitate ease of maintenance and repair. It shall have service loops with sufficient slack to allow for the load bay to swing down without any of the harnesses being unsecured. Panels mounted on the sides, and shelves shall not interfere with the swing down operation. The loadbay width shall not exceed 34 ". To obtain this size, loadswitch sockets may be on 1.9375" centers. 3. The loadbay shall be located in the front of the rear wall of the cabinet. 4. Terminal blocks for terminating field wiring shall be supplied. No wires are permitted on the field side of the blocks. This includes wires for flash control. 5. Flash programming shall be done with the use of 9 pin Molex connectors. The connectors shall also provide a means to select which flasher circuit is used. The pin assignments of these connectors shall comply with existing standards. 6. The loadbay shall be designed with an intuitive layout to facilitate maintenance. A vertical terminal block for each phase will be mounted above the corresponding phase loadswitch. All controller functions for that phase will terminate on that terminal block. 7. The loadbay shall be designed to incorporate the use of supplemental loads. These loads shall be chassis mounted. The use of "sky hooks" to mount components is unacceptable. Supplemental load resistors are to be provided for all odd phase's red, yellow and green. 8. All pedestrian monitor input wires shall be terminated on banana jacks to allow easy reprogramming in the future. 9. All load switches, flasher, and flash transfer relay sockets shall be mounted with screws. Clip mounting is unacceptable. 10. The loadbay shall incorporate a relay to remove 24VDC from the load switches during flash. Immediately below this relay there shall be mounted a NC push button switch to reapply the 24VDC for trouble shooting purposes. 11. All wiring shall be color- coded. Wire with a black base color shall be used for all 120VAC circuits; all other circuits will not use black. Red, yellow and green traces shall be used to identify related functions on both black and not black wires. Red shall be used for 24VDC circuits 12. The loadbay shall be a Cascade Signal Corporation assembly #361 or a pre - approved equal. SP 225 TECHNICIAN TEST PANEL The maintenance panel shall be hinged for easy interior access. The maintenance panel shall have the 20 AMP GFI and have the following switches and indicators: Flash /Automatic Stop Time - 3- position switch, On - OFF- On Flash (with Stop Time indicator light, LED). Controller Power - On / Off Vehicle Call - Push buttons - Phase 1 through 8 Ped Call - Push buttons - Phase 2, 4, 6 & 8 Preemption - Test push buttons - A, B, C, & D LIGHT, FAN AND THERMOSTAT ASSEMBLY The fan and thermostat assemblies shall be located on the top inside of the cabinet and shall be attached to the plenum. One (1) complete fan assembly shall be furnished in each cabinet. The cabinet light is to be an fluorescent and operated by a NC door operated switch. The fan shall be rated at 100 -CFM minimum and shall have ball bearings. Sleeve bearings are expressly forbidden. The fan shall have screened covers. The thermostat shall be 120 VAC and have a temperature rating of 70 to 120 degrees Fahrenheit. An RC network shall be provided across the positive and negative inputs to the fan. FLASH TRANSFER RELAY Flash transfer relays shall be provided with each cabinet. Six (6) each shall be supplied with the Type 'P' cabinet. A thin copper disc called a non - freeze pin shall be included in the relay design to combat the residual magnetism phenomena. The uses of tape, plastic or dimples are not acceptable solutions. LOADSWITCHES The load switches shall be a three -(3) function NEMA and shall have LED indicator lights that show the input side of the relay. The unit shall be rated for a minimum of ten (10) amps per circuit through the entire NEMA temperature range. DETECTOR CARD CAGE The detector card cage shall be a completely enclosed assembly. It shall have 12 positions and wired for two channel detector amps as specified in section 9- 29.18. The last two card cage slots shall be wired for the emergency pre - emption modules described in section 9- 29.13(3). The detector power supply(s) shall occupy the first two slots of the card cage. UNIVERSAL PROGRAM PANEL The controller cabinet shall be provided with a raised universal Program Panel, with connectors attached in lieu of a "D" cable. A cable shall be provided to work with the controller specified. The attached connectors and pin assignments shall be consistent with existing standards. The SP 226 panel shall contain 2 dual surge suppressors, SRA64. These are to be wired for protection of the telemetry lines. The panel shall contain ten 20 position feed through terminal blocks, and one 6 position terminal block. The function and layout of these terminal blocks shall be consistent with existing standards. The first block shall be used to input to the controllers normal 8 phase inputs on the A, B and C cables. Pull up resistors shall be provided on this block to insure compatibility with both TS1 and TS2 detectors. The second and third blocks shall be the detector out puts from the card cage(s). The fourth block shall be the detector inputs to the "D" cable. The fifth and seventh blocks shall be the green inputs into the card cages. The sixth block shall have the controller greens and reds. The remaining blocks shall have miscellaneous "D" functions laid out consistent with existing standards. The panel shall be a Cascade Signal Corporation assembly # 564 or a pre- approved equal. The "D" cable provided must work with an Eagle M -50 controller. The table below indicates the standard field detector numbers and the standard controller detector numbers. TABLE — Traffic signal Controller Input (From the Detector Field Termination Panel through the Universal Program Panel to Controller Detector Controller Detector Controller # Input # # Input # 1 1 9 9 2 2 10 10 3 3 11 11 4 4 12 12 5 5 13 13 6 6 14 14 7 7 15 15 8 8 16 16 CABINET QUALITY The cabinet shall be compliant to both mechanical and function specification prior to being shipped to owner. 1. Cabinet and hardware will comply with project specification. 2. Function compliance will be tested with power applied. SP 227 3. All cabinet and loadbay functions will pass point -to -point tests including expansion requirements. 4. All field detector inputs must be checked from field connection point to controller. Cabinet issues and clarifications need to be documented and addressed prior to Delivery. This agency will NOT provide QA or testing service for the delivered cabinet. Testing done by this agency is not in lieu of manufacturer test requirements. 9- 29.13(7)D NEMA Controller Cabinets Section 9- 29.13(7)D is replaced with the following: The standard traffic signal controller cabinet shall be a NEMA TS1 Type `P'. The traffic signal cabinet(s) built to NEMA TS1 standards shall be supplied in compliance with Section 9- 29.13, Traffic Signal Cabinet of the Standard Specification 2000 and modified as stated herein. All new traffic signals located within a signal interconnect system shall be connected to said system. The following are requirements for all cabinets: 1. The cabinet shall be anodized aluminum, with a minimum thickness of 0.125 inches. 2. All sheet metal products incorporated within this cabinet are to be aluminum, shall be a minimum thickness of 0.090 inches and are to be powder coated white. 3. The dimensions shall be 55" High x 44" Wide x 26" Deep. 4. No vertical seams shall be allowed except for the attachment of the panels above and below the door. The cabinet sides and back shall be fabricated of one continuous piece of sheet aluminum. All interior seams shall be continuously welded. 5. The roof shall be fabricated of one (1) continuous piece of sheet aluminum and shall incorporate a plenum to which the fan will be mounted from the inside of the cabinet to provide forced air ventilation. The ventilation exhaust opening of the unit shall be underneath the front overhang and shall have a screen. The roof section shall be continuously welded to the main cabinet body. 6. The cabinet interior shall be painted white and the shelves shall be white. The inside of the cabinet door does not need to be white. 7. The Cabinet shall be base mounted. The Type 'P' cabinets shall have four (4) mounting holes on the bottom of the unit. The mounting holes will be: Center to center width: 40-5/8- SP 228 Center to center in depth: 18 -1/2" 8. The main door of the cabinet shall include a police door. Stainless steel hinges shall support both the main door and police door. 9. The main door shall be equipped with a three (3) point latching mechanism, fabricated from heavy gauge steel with steel locking rods and twin nylon rollers. This mechanism is to be cadmium plated. Main door shall be provided with a doorstop to securely hold the door open at approximately 90 degrees, 120 degrees, and 180 degrees. 10. Included with the main door shall be a replaceable filter, 12" x 16" x 1 ", which shall be located behind the louvered vents and secured with a aluminum cover, holding clips and spring. 11. Door handle shall be made of stainless steel and have a provision for padlocking. 12. Two (2) shelves or more shall be included and shall be of sufficient depth to store equipment, and be powder coated white. 13. A pullout shelf with an internal document storage compartment mounted under the controller shelf shall be supplied. The document drawer shall have a nominal storage area of approximately 17" W x 12" D x 1" H as approved by the Engineer. 14. All mounting hardware used in the cabinet, whether it is used to secure equipment or some portion of the cabinet itself, shall be stainless steel or nickel plated brass. 15. The cabinet shall be supplied with a standard Lock, Best CX -1, Red Construction Core for the main door and a standard police lock for the police door. Two (2) keys for each lock shall be included. Cabinets for traffic signals and safety lighting shall comply with Section 9 -29 of the latest Standard Specifications for Road, Bridge and Municipal construction, except as supplemented by the requirements herein. The cabinet shall be anodized aluminum and painted white inside, with a minimum thickness of 0.080 or 0.125 inches as indicated herein. The cabinet shall be fabricated from flat aluminum and welded. The riveted type fabrication will not be permitted. All cabinets shall be supplied with a standard Best CX -1 Lock, Red Construction Core. All control cabinets shall include but not be limited to switches, relays, flashers, power supply, component racks, terminals, wiring harnesses, lights, interior and exterior hardware and /or related components, and when specified on the plans and special provisions, shall include operating components, such as controller, modems, loop amplifiers, load switches, preempt module, and signal monitor. Additional fiber optic equipment (fiber optic patch panel, fiber optic splice tray and modem) shall be supplied per Section 8 -30 Fiber Optic Cable Equipment. Cabinet mounting and installation The foundation for a cabinet shall be a concrete pedestal of the same size as the base of the cabinet with one foot of the foundation above the adjacent grade. The pedestal shall be poured SP 229 in place and shall be 12 inches below grade and 12 inches above grade. A sidewalk shall be provided on all sides of a cabinet and poured in place with the cabinet foundation. The sidewalk shall be 36 inches wide on the door sides and 12 inches wide on the non -door sides (see detail sheet). 9- 29.16(2) Conventional Traffic Signal Heads Section 9- 29.16(2) is supplemented with the following: Vehicular signal heads shall have 12 inch lens sizes unless shown otherwise on the signal plans. Each signal head shall have a 1/4 inch drain hole in its base. Position of the signal heads shall be located as close as possible to the center of the lanes. Signal heads shall be mounted on the mast arm such that the red indicators lie in the same plane and such that the bottom of the housing of a signal head shall not be less than 16 feet 6 inches nor more than 18 feet 6 inches above the grade at the center of the roadway. 9- 29.16(2)A Optical Units Section 9- 29.16(2)A is revised as follows: ( * * * * * *) Light Emitting Diode (LED) light sources are required for all displays. 9- 29.16(2)B Signal Housing The fifth paragraph of Section 9- 29.16(2)B is revised as follows: ( * * * * * *) Each lens shall be protected with a removable visor. The visor shall be tunnel type unless noted otherwise in the contract. Tunnel, cap, and cut away type visors shall be made of aluminum throughout. Visors shall be flat black in color inside and shall be yellow baked enamel on the outside. Visors shall have attaching ears for installation to the housing door. The signal display shall have square doors. End caps shall be made from aluminum and shall be installed with I' fittings to provide a watertight seal. A bead of silicone, sealant shall be applied around the perimeter of all top end cap openings prior to installation of the end cap assembly. Plastic end caps shall utilize a threaded stud with seal and wing nut. End caps shall have the same color as the signal housing. 9- 29.16(2)C Louvered Visors Section 9- 29.16(2)C is revised as follows: ( * * * * * *) SP 230 7 Id Where noted in the Contract, louvered tunnel visors shall be furnished and installed. Directional louvers shall be constructed to have a snug fit in the signal visor. The outside cylinder shall be constructed of aluminum, and the louvers shall be constructed of anodized aluminum painted flat black. Dimensions and arrangement of louvers shall be as shown in the contract. 9- 29.16(2)D Back Plates Section 9- 29.16(2)D is replaced with the following: Back plates shall be furnished and attached to the signal heads. Back plates shall be constructed of anodized, 3 -S half -hard aluminum sheet, 0.058 -inch minimum thickness, with 5 -inch square cut border and painted black in front and yellow in back. 9- 29.16(2)E Painting Signal Heads Section 9- 29.16(2)E is revised as follows: Traffic signal heads shall be finished with two coats of factory applied traffic signal federal yellow baked enamel or shall be finished with a traffic signal federal yellow oven baked powder coating comprised of resins and pigments. Aluminum end caps and the back of back plates shall be painted to match the color of the signal housing. The inside of visors, front of back plates, and louvers shall be finished with two coats of factory applied flat black enamel. 9 -29.17 Signal Head Mounting Brackets and Fittings Section 9- 29.16(2) is replaced with the following: Mounting hardware will provide for a rigid connection between the signal head and mast arm. All mounting hardware will be of the top -mount plumbizer type as shown on the standard plans, unless specified otherwise on the plans. Vehicle and pedestrian signal head mountings shall be as detailed in the Standard Plans. Material requirements for signal head mounts are as follows: Aluminum 1. Hinge fittings for Type E mount. 2. Arms and slotted tube fittings for Type N mount. 3. Plumbizer, tapered adjustment washers and flange adapter fittings for Type M mount. The plumbizer shall be cast from tenzalloy AAA No. 713. 4. Tube clamp and female clamp assembly for Type N mount. Bronze SP 231 1. Terminal compartments for Type A, B, C, F, H, and K mounts. 2. Collars for Type C, D, and F mounts. 3. Ell fittings for Type Land LE mounts. 4. Messenger hanger and wire entrance fittings for Type P, Q, R, and S mounts. 5. Balance adjuster for Type Q, R, and S mounts. Galvanized Steel 1. Washers for Type A, B, C, D, F, H, and K mounts. 2. Fasteners for Type A, B, E, H, and K mounts. Stainless Steel 1. All set screws and cotter Keys. 2. Bands for Type N mount. 3. Hinge pins for Type E mount. 4. Bolts, nuts and washers for Type M mount. 5. Bolt, nut and washers for Type L mount. 6. Bolts, nuts, washers, and screw buckle swivels. Steel 1. Center pipes, nipples, elbow and tee fittings for Type A, B, C, F, H, and K mounts. 2. Multi -head mounting assemblies and spider assemblies for Type Q, R, and S mounts. 3. Nipples for Type L, LE, P, Q, R, and S mounts. All other miscellaneous hardware shall be stainless steel. All hardware for mounts shall be painted with two coats of factory applied traffic signal federal yellow baked enamel. Pins for messenger hanger fittings shall be a minimum of 1 /2 inch in diameter. Terminal compartments for Type A, B, C, F, H, and K mounts shall contain a 12 section terminal block. All hardware for mounts shall be painted with two coats of factory applied traffic signal Federal yellow baked enamel. SP 232 9- 29.18(1) Induction Loop Detectors Section 9- 29.18(1) is replaced with the following: 2 CHANNEL RACK. MOUNT DETECTOR SPECIFICATIONS The detector shall be a Reno A &E model C or a pre- approved equal meeting the following specifications: PHYSICAL Weight: 6 oz. (170 gm.). Size: 4.500 inches (11.43 cm.) high x 1.12 inches (2.84 cm.) wide x 6.875 inches (17.46 cm.) long including connector (not including front handle). Operating Temperature: -40 °F to +180 °F ( -40 °C to +82 °C) Circuit Board: Printed circuit boards are 0.062in. FR4 material with 2 oz. copper on both sides and plated through holes. Circuit board and components are conformal coated with polyurethane. Connector: 2 x 22 pin edge card connector with 0.156 -inch (0.396 cm.) contact centers. Key slots located between B & C and M & N. Loop Feeder Length: Up to 5000 feet (1500m.) maximum with proper feeder cable and appropriate loops. ELECTRICAL Power: 10.8 to 30 VDC, 120 mA max. Loop Inductance Range: 20 to 2500 microHenries with a Q factor of 5 or greater. Loop Inputs: Transformer isolated. The minimum capacitance added by the detector is 0.068 microFarad. Lightning Protection: The detector shall be able to tolerate, without damage, a 10 microFarad capacitor charged to 2,000 volts being discharged directly into the loop input terminals, or a 10 microFarad capacitor charged to 2,000 volts being discharged between either loop terminal and earth ground. Reset: Shall meet and /or exceed NEMA TS 1 and TS 2 detector specifications. Application of a 30- millisecond low state (0 to 8 VDC) to pin C shall reset both channels. Each detector channel shall be manually reset by pressing the CHAN button until the desired channel is selected, then holding the CHAN button for 3 seconds, or by changing the sensitivity or loop frequency of the channel. SP 233 Phase Green Inputs: Also known as Call Delay Overrides. Shall meet and /or exceed all NEMA TS 1 and TS 2 requirements. Application of a Low state voltage (0 to 8 VDC) to pin 1(Ch. 1) and /or pin 2 (Ch. 2) shall cause the delay timer for the channel to abort the delay timing function and also provide control for Phase Green Loop Compensation, Max Presence Timing (End -of- Green), Extension timing, and Detector Disconnect, if the features are programmed. Fail -Safe Outputs: Per NEMA TS 2 - conducting state indicates detection output. Each detector channel output shall default to a CALL state for any loop failure condition or loss of power. Channel Status Outputs: Per NEMA TS 2 - Each channel shall have an output to communicate the status states of the channel as follows: 1. Normal operation 2. Continuous Low or On State 3. Detector failure 4. Continuous High or Off State 5. Open loop 6. 50 millisecond On time, 50 millisecond Off time 7. Shorted loop 8. 50 millisecond On time, 100 millisecond Off time 9. Excessive inductance change ( ±25 %) 10.50 millisecond On time, 150 millisecond Off time Solid State Output Ratings: Shall be optically coupled field effect transistors. 30 VDC max. drain to source. 50 mA. max. current. The output transistor shall be protected with a 33- volt zener diode connected between the drain and source. OPERATIONAL Display: Shall be LCD and back lighted whenever any push button is pressed. The back I' lighting shall extinguish 15 minutes after the last actuation of any push button. Detect Indicators: Each channel shall have an super high intensity red light emitting diode (LED) to indicate a CALL output, Delay Timing, Extension Timing, Pending state, or failed loop. Response Time: Shall Meet or exceed NEMA TS 1 and TS 2 response time specifications. Self- Tuning: The detector shall automatically tune and be operational within 2 seconds after application of power or after being reset. Environmental & Tracking: The detector shall be fully self- compensating for environmental changes and loop drift over the full temperature range and the entire loop inductance range. SP 234 Grounded Loop Operation: The loop isolation transformer shall allow operation with poor quality loops (which may include one short to ground at a single point). Loop (Fail) Monitor: If the total inductance of the channel's loop input network goes out of the range specified for the detector, or rapidly changes by more than ±25 %, the channel shall immediately enter the Fail -Safe mode and display "LOOP FAIL" on the LCD. The type of loop failure shall also be displayed as "L lo" (for -25% change or shorted loop conditions) or "L hi" (for +25% change or open loop conditions). This will continue as long as the loop fault exists. The Fail -Safe mode shall generate a continuous call in Presence Mode or in Pulse Mode. At the time of a loop failure, the channel's LED shall begin repeating a burst of three flashes each one second. The LED shall continue these bursts until the channel is manually reset or power is removed. If the loop "self heals ", the LOOP FAIL message on the LCD shall extinguish and the channel will resume operation in a normal manner; except the LED shall continue the bursts thus providing an alert that a Loop Fail condition occurred. Each loop failure for the channel shall be counted and accumulated into the Loop Fail Memory. The total number of loop failures written into the Loop Fail Memory (since the last power interruption or manual reset) can be viewed by stepping through the channel's functions in Program Mode to the "LOOP FAIL" message. LOOP FREQUENCY There shall be eight (8) selectable loop frequency settings per channel (normally in the range of 20 to 100 kilohertz). The actual loop operating frequency shall be digitally displayed on the LCD. SENSITIVITY There shall be nine (9) selectable sensitivity levels per channel, plus Continuous -Call and Channel -Off. The sensitivity levels are to be designed so that a one level increase actually doubles the sensitivity and a one level decrease halves the sensitivity. A bar graph shall be displayed on the LCD to make it easy to quickly set the sensitivity to the ideal level for any loop /lead -in network situation. Continuous -Call: When set to the Continuous -Call state, the channel output shall be in the continuously call state regardless of the presence or absence of vehicles over the loop. The loop oscillator shall be disabled when in the "Continuous -Call State ". This state shall be indicated by CALL flashing on the LCD. This option shall be selected from the Sensitivity menu in Program Mode. Channel -Off: When set to the Channel -Off state, the channel output shall be continuously in the No -Call state regardless of the presence or absence of vehicles over the loop. The loop oscillator shall be disabled when in the "Channel -Off State ". This state shall be indicated by OFF flashing on the LCD. This option shall be selected from the Sensitivity menu in Program Mode. CALL DELAY Each channel's Call Delay shall be adjustable from 0 to 255 seconds in 1- second steps. Call Delay time shall start counting down when a vehicle enters the loop detection zone. The SP 235 remaining Call Delay time shall be continuously displayed on the LCD. Whenever a Phase Green Input (call delay override) signal (pins 1 or 2) is active (low state), the Call Delay function for that channel shall be aborted and the Call Delay time forced to zero. CALL EXTENSION Each channel's Call Extension shall be adjustable from 0 to 25.5 seconds in 0.1- second steps. Extension time shall start counting down when the last vehicle clears the loop detection zone. The remaining Extension time shall be continuously displayed on the LCD. Any vehicle entering the loop detection zone during the Extension time period shall cause the channel to return to the Detect state, and later, when the last vehicle clears the loop detection zone, the full Extension time shall start counting down again. PRESENCE /PULSE One of two mutually exclusive modes of operation for each channel shall be available. Presence or Pulse mode shall be toggled by momentarily pressing either the up or down button. Presence Mode: Will provide a Call hold time of at least 4 minutes (regardless of vehicle size) and typically 1 to 3 hours for an automobile or truck. Pulse Mode: An output Pulse of 125 ±10 milliseconds duration shall be generated for each vehicle entering the loop detection zone. Each detected vehicle shall be instantly tuned out if it remains in the loop detection zone longer than 2 seconds. After each vehicle leaves the loop detection zone, the channel shall resume full sensitivity within 0.5 seconds. MAX PRESENCE TIMER Each channel's Max Presence timer shall be adjustable from 1 to 999 seconds in 1- second steps, plus OFF. The Max Presence function is used to limit presence time, by automatically resetting a channel. If this function is enabled (on), the Max Presence timer begins counting down when a Call is initiated and the remaining time is continuously displayed on the LCD. If the loop becomes vacant before the Max Presence timer reaches zero, the Call is dropped and no automatic reset occurs. If the End -Of -Green (EOG) function is not enabled (off) and the Call is still present when the Max Presence timer reaches zero, the channel then is automatically reset. If the EOG function is enabled (on) and the Call is still present when the Max Presence timer reaches zero, the channel enters a "Wait" state. The Wait state continues until either the loop becomes vacant or the Phase Green Input signal for the channel (pin 1 or 2) transitions from green to not green with the Call still present. If the loop becomes vacant first, the Call is dropped and no automatic reset occurs. If the Phase Green Input for the channel transitions from green to not green while the channel is in a Wait state, the channel is automatically reset. The signals on pins 1 and 2 are also called Call Delay Overrides. END -OF -GREEN (EOG) Each channel's EOG setting can be toggled ON or OFF by momentarily pressing either the up or down button. The EOG function is used to synchronize resetting of a channel with the SP 236 termination of the associated phase green. The EOG function is only available when the Max Presence function is set between 1 and 999 seconds. It is not available when the Max Presence function is OFF. When the EOG function is enabled (ON), the channel will automatically be reset at the time the phase green input signal (pin 1 or 2) transitions from the ON state to the OFF state, if the Max Presence Time has counted down to zero and is resting in the wait state. The signals on pins 1 and 2 are also called Call Delay Overrides. OPTION 1, LOOP INDUCTANCE DISPLAY The detector's Loop Inductance Display setting shall be toggled ON or OFF by momentarily pressing either the up or down button. When this option is enabled (on), the LCD will display the total loop inductance (actual loop inductance plus actual lead -in inductance) in microHenries with an accuracy of ±3% for loop inductance values in the range of 20 to 2500 microHenries. NOTE: Enabling this option activates it for all channels. This option shall be automatically disabled 15 minutes after activation or on loss of power. OPTION 2, LOOP INDUCTANCE -AL /L DISPLAY The detector's Loop Inductance -OL/L Display setting shall be toggled ON or OFF by momentarily pressing either the up or down button. When this option is enabled (on), the LCD displays the percentage of inductance change ( -OL /L value) during the Call state. To facilitate the viewing of the maximum amount of change in the -OL/L value while traffic is in motion over the detection zone, the detector shall hold the peak -OL/L value for a period of 2 seconds. NOTE: Enabling this option activates it for both channels. This option shall be automatically disabled 15 minutes after activation or on loss of power. OPTION 3, CALL EXTENSION CONTROL Each channel's Call Extension Control setting shall be toggled ON or OFF by momentarily pressing either the up or down button. When -this option is enabled (on), the channel will extend calls for the programmed extension time only when the Phase Green Input signal (pin 1 or 2) is active for the channel. When this option is off, the channel shall extend ALL calls for the programmed extension time. The signals on pins 1 and 2 are also called Call Delay Overrides. OPTION 4, NORMAL /FAST RESPONSE MODE The detector's Normal /Fast Response Mode setting shall be toggled ON or OFF by momentarily pressing either the up or down button. When this option is enabled (on), internal call filtering is disabled thus providing a faster response time. When this option is off, normal call filtering is used. NOTE: Turning this option ON will make it active for both channels. OPTION 5, PHASE GREEN LOOP COMPENSATION The detector's Phase Green Loop Compensation setting shall be toggled ON or OFF by momentarily pressing either the up or down button. When Option 5 is enabled (on), normal loop compensation is used until the Phase Green Input signal (pin 1 or 2) becomes active. Once the Phase Green Input signal is active, the detector shall desensitizes the loop. SP 237 Maximum desensitization shall not excede 0.05% (- AL /L). This desensitization will "tune out" small changes, such as adjacent lane pick up therefore minimizing the chance for max timing an empty lane. When Option 5 is not enabled (off), normal loop compensation shall be used. OPTION 6, VEHICLE COUNTING DISPLAY (OPTIONAL OPTION) When Option 6.0 is enabled (on) for a channel, the normal operating display for that channel shall be replaced with the accumulated vehicle count. The unit shall be capable of accumulating 65,535 vehicle counts before rolling over to 0. The display will show just the hundreds, tens, and ones digits until the accumulated count exceeds 999. At this point the display will alternate between the ten thousands and thousands digits and the remaining three digits for hundreds, tens, and ones. The accumulated vehicle count is cleared by loss of power or can be manually cleared using Option 6.1. Option 6.1 shall be used to reset the accumulated vehicle count for the selected channel. When Option 6.1 is changed from the off state to the on state, the accumulated vehicle count for the selected channel shall be reset to zero. Option 6.1 shall always be in the off state when first viewed. OPTION 7, VEHICLE COUNTING LOOP CONFIGURATION (OPTIONAL OPTION) The detector's Vehicle Counting Loop Configuration setting shall be set from 01 to 04 for each channel. This setting should indicate the number of loops installed in a single lane. 01 would indicate a single loop. This could be a single 6' x 6' or a long loop such as a 6' x 50' QuadrapoleTM. The remaining three settings indicate the number of 6' x 6' loops installed in a single lane of traffic. OPTION 8, COMMON FAIL OUTPUT (OPTIONAL OPTION) The Common Fail Output setting shall be toggled ON or OFF by momentarily pressing either the up or down button. The Common Fail Output setting shall be a "detector wide" option. This means that setting it to ON for any channel turns it ON for all channels, and setting it to OFF for any channel turns it OFF for all channels. When Option 8 is enabled (on), a failure on any channel in the detector will cause all of the fail outputs for the detector to activate. OPTION 9, THIRD CAR PASSAGE Each channel's Third Car Passage setting can be toggled ON or OFF by momentarily pressing either the up or down button. Option 9 is a "paired channel" option. This means that it takes two channels to implement the feature. Therefore, when this option is toggled ON or OFF in one channel, its paired channel is also set to the same state. Option 9 shall be mutually exclusive with Option 10. Turning ON one option shall automatically turn OFF the other option. When Option 9 is enabled (on), the output of the paired channels shall be logically ANDed together. This means that while the loops for both of the paired channels are occupied, a SP 238 call will output on both channels. While only one channel is occupied, or neither channel is occupied, a call will not output for either channel. The first channel with detection shall enter a "pending" state while waiting for detection in the other paired channel. While in the pending state, the LCD shall show "Pnd" on the display. OPTION 10, DIRECTIONAL LOGIC Each channel's Directional Logic setting shall be toggled ON or OFF by momentarily pressing either the up or down button. Option 10 is a "paired channel" option. This means that it takes two channels to implement the feature. Therefore, when this option is toggled ON or OFF in one channel, its paired channel is also set to the same state. Option 9 shall be mutually exclusive with Option 10. Turning ON one option shall automatically turn OFF the other option. When Option 10 is enabled (on), directional logic shall be enabled. Direction logic starts with a detection on one channel. This channel shall go into the "pending" state, display "Pnd" on the LCD display, and NOT output a call. When both of the paired channels have detection, the last channel to have detection will output a Call until the detection for the last channel ends, even if the detection ends for the first channel. None of the timing functions of the first channel with a detection shall time (Delay, Extension, Max Presence, and Detector Disconnect) and the first channel shall always operate in the Presence Mode regardless of programming for the channel. The second channel with a detection shall time all timing functions as programmed. OPTION 11, AUDIBLE DETECT SIGNAL Each channel's, Audible Detect Signal setting shall be toggled ON or OFF by momentarily pressing either the up or down button. Only one channel can be turned on at a time. Turning this option on for one channel automatically turns it off for the other channel. When this option is enabled (on), an audible signal will be activated whenever the detection zone for the selected channel is occupied. The audible signal indicates actual occupancy of the loop detection zone. Timing and disconnect functions shall have no effect on the audible signal. This option shall be automatically disabled 15 minutes after activation or on loss of power. OPTION 12, DETECTOR DISCONNECT Each channel's Detector Disconnect settings shall be toggled ON or OFF and the Extension timer toggled between ON and OFF by momentarily pressing either the up or down button. The Detector Disconnect feature requires that the Phase Green Inputs for each channel be connected to the proper controller phase. When the Phase Green Input is not active (high), the detector shall operate normally. When the Phase Green Input is active (low), at the end of each detection the extension timer will start to count down. If this timer reaches zero before the next detection, this channel will no longer output a call until the phase green input is not active. Because the extension timer is used as a disconnect timer while in this mode, two different disconnect types shall be available: SP 239 Option 12.1 OFF - Extension timing occurs and the extension timer also serves as the disconnect timer during phase green. This will cause the Call output to remain in the Call state until disconnect occurs. Option 12.1 ON - Extension timing is disabled and the extension timer is used as the disconnect timer. This will cause the Call output to follow the occupancy of the loop detection zone until disconnect occurs. 9- 29.18(3) Video Detection System Section 9- 29.18(3) is an added new section: The fully functional video detection systems shall be provided and installed by the Contractor. The Contractor shall submit complete equipment list to the City Engineer for approval prior to the systems purchase. The video detection system shall be capable of providing presence vehicle detection and shall be expandable without removing or replacing existing units. All materials furnished during construction for temporary and permanent detection shall be new, unused, current production models and shall be items currently in distribution. The video detection system shall have a minimum 18 -month warranty (from the time of permanent installation) against manufacturing defects in materials and workmanship from the date of shipment. The Contractor shall supply the warranty and all documentation necessary to maintain and operate the system to the Electrical Inspector prior to approval of the video detection system by the Electrical Inspector. The Video Detection System shall consist of ITERIS video detection equipment, auxiliary equipment, cameras, housings, and mounts, and all required mounting hardware, cables, connectors, and wiring. The video detection equipment shall be of the quantities shown in the Plans, and shall meet the following specifications (The contractor shall submit to the COR Field Maintenance Shop Representative a detailed summary of video detection equipment prior to placing an order): Camera: Vantage color camera with integrated weatherproof housing; Mounting: Pelco Astro -Brac Extended Tilt & Pan mount with cable mount and 72 inch tube. The cable mount shall be suitable for the mast arm diameter at each camera installation location. Video Detection Board: Vantage Edge 2 Remote Monitoring: Vantage Viewer (include 9" color monitor at each signal) Modem: E- Access Network Modem Surge Suppression: Each camera assembly shall have a surge suppressor which shall be installed inside the traffic signal controller cabinet. The surge suppressor shall be an EDCO CX06 -BNCY or equivalent meeting these specifications: SP 240 Peak Surge Current 51(a Technology Hybrid, Solid State Attenuation 0.1dB @ 10 Mhz Response Time <1 nanosecond Protection Line to Ground Clamp Voltage 6 V Connectors BNC Impedance 75 ohms Environmental -40 °F to 185 °F Mechanical 4%" x 1%" x 1%" Installation and Training The product supplier of the video detection system shall supervise the installation and testing of the video equipment. A factory certified representative from the manufacturer shall be on -site during installation. The factory representative shall install, make fully operational, and test the system as indicated on the contract plans and this Specification. Two days training shall be provided to personnel of the Contracting Agency in the operation, setup, and maintenance of the video detection system. Instructional materials shall be produced for a maximum of 10 persons and instruction shall be conducted at a location selected by the Contracting Agency. The Contracting Agency shall be responsible for travel, room and board expenses for its own personnel. 9 -29.19 Pedestrian Push Buttons Section 9 -29.19 is replaced by the following: The Contractor shall provide and install pedestrian push buttons and signs, as shown on the Plans. The Pedestrian Push Button Assembly shall be APS type Style AH Campbell Advisor with a Chrome Mushroom Plunger, manufactured by H.D. Campbell Company, 1486 NW 70th Street, Seattle, WA 98117. APS is a fully integrated pedestrian station that provides the pedestrian with visual, tactile and audible information about the intersection crossing at the pedestrian station. It is designed to monitor the CMU output signal to the walk display while utilizing the existing wires from the traffic control cabinet. SP 241 AIRS shall utilize an ultrathin speaker with a base reflex housing to focus sound where it should be and eliminate the sound pollution created by rear facing speakers. Operating System: b) Ambient gain control adjusts audio volume to ambient noise levels Applicable Guidelines: c) MUTCD —Meets and exceeds all guidelines d) TAC — meets and exceeds all guidelines e) ADA - meets and exceeds all guidelines Outputs: f) Locator Tone g) Acknowledgement message / tone h) Acknowledgement Pilot Light i) Location Information message j) Walk cycle tones / messages k) Walk cycle vibrotactile signal 1) Clearance tones Modes: m) Default n) EP VI: Volume increase with extended press o) EP APS: Accessible Pedestrian Signal only with extended press Synchronicity: p) Beaconing at initiation and destination of crossing. Form Factor: q) H Frame Style with speaker mounted below the plunger r) Driver Board mounts in ped head Warranty: s) 3 year standard 9- 29.20(1) LED Pedestrian Displays Section 9- 29.20(1) is supplemented with the following: SP 242 The pedestrian signal shall be hand /man with a countdown feature. The hand and man and countdown symbols shall have a uniform appearance; individual LEDs shall not be visible. The hand and man symbols shall be on the left side superimposed and the countdown symbol on the right side and shall comply with the latest MUTCD requirements. The countdown feature shall allow countdown time to remain stored internally, even when power is removed for extended periods of time, shall automatically adjust to traffic controller interval changes and the symbol shall be minimum 9 inches high. The LED displays shall be warranted against defects in materials and workmanship for a period of five years from the date of installation. Except as noted in the following pre- approved list of this section, samples of each item shall be submitted to the Engineer for approval. 9 -29.23 Traffic Signal Battery Backup System (BBS) Section 9 -29.23 is an added new section: The BBS shall be a Tesco Traffic 22 BBS 1400XL -6 or equivalent and shall meet or exceed the following specifications: Enclosure Specifications: Anodized aluminum weatherproof enclosure shall house BBS and batteries. Enclosure shall be TIG welded construction with welding materials specifically designed for the material to be welded. Enclosure shall have fully framed side hinged outer doors with swaged close tolerance sides for flush fit with drip lip and closed cell neoprene flange compressed gaskets. Front door shall incorporate a full - length piano hinge, pad - lockable draw latch (center area on door -latch side), and two pad lockable welded -in place vandal -proof tabs (one upper area, one lower area on door -latch side, rated at 2000 lbs. each). There shall be no exposed nut, bolts, screws, ,rivets or other fasteners on the exterior of the enclosure. Maximum cabinet dimensions 46" H x 20" W x 10.25" D. Weight 250 lbs with batteries. BBS shall be mounted in an interior tilt out housing with 800 lb rated stops. Battery connectors shall be Anderson Connectors with silver plated contacts. Batteries shall be installed in fixed position framed trays for seismic safety and be readily accessible for maintenance. Batteries shall be mounted allowing airflow front and back. Enclosure can include two transfer bypass switches, one for BBS bypass the second for auxiliary generator (optional). All switches must be panel mounted on interior dead front panel board. UV resistant plastic laminated nameplates shall identify all controls and major components. A plastic covered wiring diagram will be attached to the inside of the front door. All components shall be factory wired and conform to required NEMA, NEC, and UL standards. A chassis ground point shall be provided. Panel shall be UL 508 Industrial Control Panel rated. BBS Panel Minimum Features: • System shall provide 700 watts of full control run time for two (2) hours. In addition the system shall provide six (6) to eight (8) hours of flash. SP 243 • BBS bypass and BBS isolation switch. • Deadfront safety panel board with all switches, indicating fuses, plugs, and isolation fuses for each battery pre -wired with phenolic nameplates. • All nameplates shall be screwed on phenolic engraved type. • All wire terminating lugs shall be full wrap around type. • All batteries shall be captive spaced from external captive sides in earthquake proof buckets. • Cabinet ventilation shall be by (qty. 4) 4" x %" louvers top and bottom with encapsulated bug screens, cleanable filters and a 100cfm fan to completely exchange air 25 time minimum per minute. • All DC terminals and connections shall incorporate safety covers such that the safety covers are in place for every normal maintenance mode. • Event Counters & Total Run Time Counter. BBS Unit Minimum Specifications: BBS unit shall provide a true sine -wave output with minimum 1400 Volt -Amp continuous capacity. BBS must provide for utility service isolation when in operation. The minimum rating for wattage output will be 950 watts. The BBS shall be capable of running an intersection with LED lights (for Run Time consult manufacturer). The unit shall operate off -line, with transfer time of 2 ms or less, with battery condition indicator, with automatic test provisions, and with hot- swappable batteries (all batteries in system). BBS will automatically recharge batteries from full discharge to 95% capacity within 6 hours. BBS will provide on -line operation for a minimum input of 92 to 145 VAC, provide full load output of 120VAC — 10% / +4% at 60 Hz +/- 0.05% over a temperature range of -37° C (optional adder) to +74° C and be a UL Approved Design. For Safety and maintenance the BBS shall not exceed 28 pounds. The BBS unit will be delivered with maintenance manuals and schematic diagrams. BBS Unit Minimum Features: • 1400VA 950 Watts, with quick make /break connectors and plugs. (Systems requiring hard wiring termination to /from the inverter are unacceptable). • Surge energy withstand 480 Joules, 6.5kA • Common mode clamping 0 ns < 5ns typical UL 1449 • Conditioned power— Computer quality • Transient lighting protection —160 Joules SP 244 • Transfer to battery time — 2 ms • Retransfer to utility — 2 ms • Each battery shall be 24 volts @ 18 AH with heavy duty Anderson plugs and isolated fused (deadfront panel mounted 30 amp) connections to the BBS for greater system reliability and ease of maintenance. Series wiring is unacceptable. • Fan cooling shall be fused for locked rotor current. • Cooling air shall be ducted to cool the front and back of each battery with air space on all four sides and top of battery. • BBS covers shall be 60% open on both sides to diminish the environmental effects of extreme temperatures. • Includes USB & RS232, DB9 Computer Interface Ports. • Low voltage safety design at 24v DC. (Higher voltage DC systems are unacceptable). BBS Communications Module: All inverter connections shall be made without the use of tools. This includes: A /C- Input, A /C- Output, Normally -Open, and Normally - Closed programmable contacts. Smart Slot Relay 1/0 Module; Input #1 Turn the BBS on. Input #2 Turn the BBS off. Input #3 Start the BBS self -test. Input #4 Shut down the BBS (when on battery). Output #1 The BBS is on- battery (during a power failure, self -test or run time calibration). Output #2 BBS has a low battery — Programmable. Output #3 The protected load is not receiving power from the BBS. Output #4 Replace the BBS batteries. Output #5 The BBS is overloaded. Output #6 Any BBS fault or self -test failure. Batteries: Batteries shall be maintenance -free, type AGM /VRLA (Absorbed Glass Mat / Valve Regulated Lead Acid), such as APC Smart -UPS RMXL or approved equal. Batteries shall be independently pre -wired and individually fused. Batteries shall be furnished with heavy -duty 50 amp rated silver - plated Anderson Connectors. 100 Amp internal fuse by Battery supplier. Batteries shall be lightweight for personnel safety and protection plus ease of installation and maintenance. Batteries with a weight of over 26 Ibs are not acceptable. ENCLOSURE TEMPERATURE COMPENSATION: SP 245 Operating temperature range shall be a minimum -37° C to +74° C. Power System Analyzer And Conflict Resolution Module: The system shall incorporate an integrated Power System Analyzer and Conflict Resolution Module. The Analyzer shall evaluate and make limited adjustments to the incoming utility power and automatically transfer load to the battery back -up power if utility power is lost. When utility power becomes available, the BBS shall analyze the power to verify stability and return to normal operation. The system shall provide automatic BBS failure detection and automatically isolate the failed BBS and lock the unit onto utility power. Once the failure has been corrected, the system shall return to the normal operation. Triple Bypass System For Off line BBS: 1. SPACT— Smart Power Analyzer with Conflict Monitor Isolation and Transfer Module. 2. PCM — Power Conflict Monitor 3. The PCM is a totally redundant failsafe system. The PCM shall monitor load bus power available continuously. If load bus power fails for 5ms the PCM shall transfer and isolate the BBS and guarantee that commercial power will be locked on. 4. Watchdog Timer— Redundant 5 ms delay and hard transfer to utility power. 5. The outboard Smart Transfer Switch shall not interrupt the normal controller function. Transfer time shall be 2ms. 6. Onboard Smart 1/0 module shall execute lockout of battery back up system upon Smart detection of any inverter BBS fault. If BBS resets itself, it shall automatically be available for backup. 7. ON Inverter to timed relay for Full Time control of Output, 0 to 10 hours. Smart Battery Charger: Shall charge from shut off discharge to 95% fully charged in less than 6 hours. Batteries shall be ambient enclosure compensated to less than 120 °. The battery charger shall utilize Smart Cell Technology to extend battery life. Intelligent Battery Management: The system shall have a precision battery charging system, automatic true -load battery tests, and redundant overcharge protection. The system shall regulate under and over voltages without switching to battery. Battery Replacement Warning prevents downtime — the system shall automatically perform a self -test every two weeks and alert owner to degrading batteries before they wear out. Through software, or the push of a button, self -tests may be performed at anytime. Faster Recharge SP 246 Time — the system battery charging systems shall be microprocessor controlled to precisely charge batteries. Hot - Swappable Battery Replacement: The system shall have a 60 second, user friendly, hot- swappable battery replacement system allowing safe and easy replacement of batteries while your system is up and running. Replacement battery packs shall ship in a reusable box for convenient return of exhausted batteries to a recycling center. Warranty: Manufacturers shall provide a two (2) year factory- replacement parts warranty on the BBS. Batteries shall be warranted for full replacement for two (2) years. The warranty shall be included in the total bid price of the BBS. Additional Design Options: The system shall have available: • Generator Transfer switch with BBS bypass and 30 -amp external reverse service plug. • Heater with thermostat. 9 -29.24 Service Cabinets Section 9 -29.24 is replaced with the following: The signal /street lighting service cabinet shall be as indicated on the contract plans and detail sheets. All electrical conductors, buss bars and conductor terminals shall be copper or brass. The cabinet shall be fabricated from galvanized cold rolled sheet steel, with 12 gauge used for exterior surfaces and 14 gauge for interior panels. Door hinges shall be the continuous concealed piano type and no screws, rivets or bolts shall be visible outside the enclosure. The cabinet door shall be fitted for a Best internal type lock. The cabinet shall have ventilation louvers on the lower and upper sides complete with screens, filters and have rain tight gaskets. The cabinet door shall have a one piece weather proof neoprene gasket. 9- 29.24(1) Painting Section 9- 29.24(1) is replaced with the following: The finish coat shall be a factory baked on enamel light grey in color. The galvanized surface shall be etched before the baked on enamel is applied. The interior shall be given a finish coat of exterior grade of white metal enamel. Painting shall be done in conformance with the provisions of Section 5- 20.3(12), SP 247 9- 29.24(2) Electrical Circuit Breakers and Contactors Section 9- 29.24(2) is replaced with the following: The electrical circuit breakers and contactors shall be as indicated on the contract plans and detail sheets. The following equipment shall be featured within the cabinet. 1. Main circuit breaker 2. Branch circuit breakers 3. Utility plug (120 volt -20 Amp rated) G.F.I. Type 4. Light control test switch (120 volt -15 Amp) 5. Contactor relay for each circuit 6. Double pole branch breaker(s) for lighting circuits (240 volt) 7. One 120 volt, 20 Amp single pole branch breaker (for utility plugs) 8. Type 3- single phase 120/240 volt grounded neutral service 9. One 120 volt 40 Amp single pole branch breaker (signal service) 10. Complete provisions for 16 breaker poles 11. Name plates phenolic black with white engraving except the main breaker which shall be red with white lettering. All name plates shall be attached by S.S. screws. 12. Meter base sections are unnecessary 9 -29.25 Amplifier, Transformer, and Terminal Cabinets Section 9 -29.25 is supplemented with the following: The terminal box shall be weather tight, have a single door with continuous hinge on one side and screw hold -downs on the door locking side. All hardware will be stainless steel. All mounting hardware shall be stainless steel and shall be incidental to the unit price of terminal box. Terminal blocks shall be 600V heavy duty, barrier type. Each terminal shall be separated by a marker strip. The marker strip shall be permanently marked with the circuit number indicated in the Plans. Each connector shall be a screw type with No. 10 post capable of accepting no less than 3 #12 AWG wires fitted with spade tips. Interconnect splice tower cabinets shall be Type F, with nominal dimensions of 22" high x 13" wide x 11" deep and constructed of cast aluminum and fitted with a Best internal lock. SP 248 9 -30 WATER DISTRIBUTION MATERIALS 9- 30.1(1) Ductile Iron Pipe (RC) Section 9- 30.1(1) is revised as follows: Ductile iron pipe shall be centrifugally cast and meet the requirements of AWWA C151. Ductile iron pipe shall have a cement -mortar lining meeting the requirements of AWWA C104. All other ductile iron pipe shall be Standard Thickness Class 52 or the thickness class as shown in the Plans. 9- 30.3(1) Gate Valves (3 inches to 12 inches) Section 9- 30.3(1) is replaced with: Valves shall be designed for a minimum water operating pressure of 200 PSI. Gate valves shall be Iowa List 14, Mueller Company No. A2380, Kennedy, or M &H. Approval of valves other than models specified shall be obtained prior to bid opening. All gate valves less than 12" in diameter shall include an 8" x 24" cast iron gate valve box and extensions, as required. All 12" diameter and larger gate valves shall be installed in a vault. See Water Standard Detail for 12" gate valve assembly vault and 1" bypass installation. Gate valves shall conform to AWWA C500 and shall be iron body, bronze - mounted, double disc with bronze wedging device and 0 -ring stuffing box. Resilient Seated Gate Valves: Resilient seated gate valves shall be manufactured to meet or exceed the requirements of AWWA Standard C509 latest revisions. All external and internal ferrous metal surfaces of the gate valve shall be coated for corrosion protection with fusion bonded epoxy. The epoxy coating shall be factory applied to all valve parts prior to valve assembly and shall meet or exceed the requirements of AWWA Standard C- 550 latest revision. Valves shall be provided with two (2) internal 0 -ring stems seals. The valves shall be equipped with one (1) anti - friction washer. The resilient gate valve shall have rubber sealing surfaces to permit bi- directional flow. The stem shall be independent of the stem nut or integrally cast. Manufacturers of Resilient Seated gate Valves shall provide the City on request that the valve materials meet the City specifications. Valves shall be designed for a minimum water operating pressure of 200 psi, End connections shall be mechanical joints, flanged joints or mechanical by flanged joints as shown on the project plans. SP 249 Resilient Seated Gate Valves shall be U.S. Metroseal 250, Clow, M &H Style 3067, Mueller Series 2370, Kennedy. Approval of valves other than model specified shall be obtained prior to bid opening. All gate valves less than 12 inches in diameter shall include an 8 "x24" cast iron gate valve box and extensions, as required. 9- 30.3(5) Valve Marker Posts Section 9- 30.3(5) has been deleted and replaced with the following: The valve markers shall be fabricated and installed in conformance with the Standard Drawings. Valve markers shall be carsonite composite utility marker .375 "x 6' -0" or approved equal with blue label "water." 9- 30.3(8) Tapping Sleeve and Valve Assembly Section 9- 30.3(8) is revised as follows: Tapping sleeves shall be cast iron, ductile iron epoxy- coated steel, or other approved material. 9 -30.5 Hydrants Section 9 -30.5 is supplemented by adding the following: Fire hydrants shall be Iowa, Corey Type (opening with the pressure) or approved equal conforming to AWWA C- 502 -85. Approval must be obtained prior to bid opening. Compression type fire hydrants (opening against pressure) shall be Clow Medallion, M &H 929, Mueller Super Centurion 200, conforming to AWWA C- 502 -85. 9- 30.5(1) End Connections (RC) Section 9- 30.5(1) is supplemented by adding the following: Hydrants shall be constructed with mechanical joint connection unless otherwise specified in bid proposal description. 9- 30.5(2) Hydrant Dimensions Section 9- 30.5(2) is replaced with the following: Fire hydrants shall be Corey type (opening with the pressure) or compression type (opening against pressure) conforming to AWWA C- 502 -85 with a 6 inch mechanical joint inlet and a main valve opening (M.V.O.) of 5 1/4 inches, two 2 1/2 inch hose nozzles with National Standard Threads 7 1/2 threads per inch and one 4 inch pumper nozzles with the new Seattle Pattern 6 SP 250 threads per inch, 60 degrees V. Threads, outside diameter of male tread 4.875 and root diameter 4.6263. Hydrants shall have a 1 -1/4" pentagon operating nut opened by turning counter clockwise (left). The two 2 -1/2" hose nozzles shall be fitted with cast iron threaded caps with operating nut of the same design and proportions as the hydrant stem nut. Caps shall be fitted with suitable neoprene gaskets for positive water tightness under test pressures. The 4" pumper nozzle shall be fitted with a Stortz adapter, 4" Seattle Thread x 5" Stortz. Stortz adapter shall be forged and /or extruded 6061 -T6 aluminum alloy, hardcoat anodized. Threaded end portion shall have no lugs and 2 set screws 180 degrees apart. Stortz face to be metal, no gasket to weather. Stortz cap to have synthetic molded rubber gasket, and shall be attached to hydrant adapter with 1/8" coated stainless steel aircraft cable. Fire hydrants shall be installed per City of Renton Standard Detail for fire hydrants, latest revisions. END OF DIVISION 9 SP 251 City of Renton Contract Provisions for South Lake Washington Roadway Improvements (Garden Avenue Widening) VI. APPENDICES City of Renton Contract Provisions for South Lake Washington Roadway Improvements (Garden Avenue Widening) APPENDIX A Standard Plans ;:j- r r r D, r i City of Renton Standard Details Supplement Page for South Lake Washington Roadway Improvements Contract City of Renton has adopted WSDOT Standard Plans, which are referenced in these plans. However, some additional specific City of Renton Standard Plans are referenced in these plans which are listed below and included in this document in the pages following this list. There are other City of Renton Standard Plans or Details referenced in these plans which are not listed below or included in the pages following this list, but which can be found on -line at City of Renton webpage: http: / /rentonwa.gov /business /default.aspx ?id =1020 Additional specific City of Renton Standard Plans included in this document: Section F — Curbs, Approaches, Gutters and Sidewalks Cement Concrete Curb and Gutter Plan COR STD PLAN 101.1 Section H — Delineators and Miscellaneous Construction Painted/Thermo lastic Crosswalk COR STD PLAN 128 Section J — Illumination and Signals Typical Lighting Underground System COR STD PLAN 119 Concrete Pad Details COR STD PLAN 120 Street Light Standard Decal Numbering System COR STD PLAN 121 Service Cabinet for Street Control & Traffic Signal COR STD PLAN 122 Street Lighting Contactor Cabinet Schematic COR STD PLAN 123 Typical Concrete Pad Details COR STD PLAN 125 SEE NOTE 2 SEE NOTE 2 2' — D` Eo r I I I I 3/8" PREMOLDED JOINT FILLER (TYP) CEMENT CONCRETE CURB AND GUTTER PLAN VIEW FACE OF CENTERLINE OF I_ S CURB �S FRAME &GRATE 6 1/2'- (— 13" MATCH FRAME AND GRATE — NOT INCLUDED 1/2- R. — I' R. ROADWAY IN CURB AND GUTTER BID ITEM 3 SLOPE TOP OF D " io I o'•'p 11• R RECESS ROADWAY • i 12' N b •i" D • � r � O ' 9 ADJUSTMENT SECTION — NOT INCLUDED a e IN CURB AND GUTTER BID ITEM D' D CATCH BASIN — NOT INCLUDED i IN CURB AND GUTTER BID ITEM SECTION O / GENERAL NOTES: / 1. The intent of this design is to facilitate the removal / of a catch basin wlth minimal disturbance of the curb. 2. The expansion joints of the adjacent sidewalk shall be adjusted to be in line with these curb / expansion joints. \ I ISOWT<1C VIEW CEMENT CONCRETE CURB STD. PLAN — 101.1 + PUBLIC WORKS INSTALLATION AT DEPARTMENT CATCH BASINS MAY 2009 TYPICAL DESIGN 'B' JUNCTION BOX SPLICE KITS CLEAR EPDXY SPLICE KTS ON ALL THRU W RE RUNS 4" CONCRETE PAD -� #8 BARE COPPER GROUND IMRE 1 #8 GROUND WIRE 2 - LIGHTING SYSTEM WARES TO CONTACTOR (SIZED AS REO'D.) 5 /8`x8' COPPER CLAD GROUND ROD FUSE KITS QUICK I IT TO LUMINAIRE DISCONNECT 10 AMP IN LINE FUSE KITS S.E.C. OR EQUAL LUGUND I DRAINMHOMEM 2" MIN. GROUT UNDER POLE BASE 5" GROUND CLAMP 4' PVC CONDUIT SYSTEM CONCRETE FOUNDATION 3' SQ. OR DIA. TOP OF CONCRETE FOUNDATION TO BE LEVEL WITH TOP OF SIDEWALK OR CURB. t ®� PUBLIC WORKS TYPICAL LIGHTING STD. PLAN - 119 �1� DEPARTMENT UNDERGROUND SYSTEM APRIL 2008 •d 0 4 ° Z 3' a� O•O 2 • . J e' . • c STREET LIGHT POLE -' JUNCTION BOX PLAN VIEW SIDE VIEW LIGHTING STANDARD & JUNCTION BOX NOTE: CLASS 'B' CONCRETE TO BE USED IN CONSTRUCTION OF PAD 4" DEEP e s , a F—, e , d a PLAN VIEW 1- 1' INDIVIDUAL JUNCTION BOX PUBLIC WORKS CONCRETE PAD DETAILS STD. PLAN - 120 + ` DEPARTMENT APRIL 2008 INSTALL DECAL NUMBERS VERTICALLY. INSTALL IN DRY WEATHER, 50' F OR ABOVE. NUMBERING AMPLES 1 P 2 5 3 6 4 7 C 8 LETTER LETTER PREFIXED SUFFIXED PUGET POWER CITY OWNED OWNED CURB MOUNTING HEIGHT �F10 15 FEET 9� +. F 45 TRAFFIC FLOW PLAN VIEW 1 -3/4" TO 2" 2" TO 2 -7/8" 2-1/2" TO 3" DECAL: REFLECTORIZED GOTHIC GOLD OR WHITE LEGEND ON BLACK BACKGROUND STD. PLAN - 121 .nom PUBLIC WORKS STREET LIGHT STANDARD DEPARTMENT DECAL. NUMBERING SYSTEM APRIL 2008 IR � O a dC', 21d I �L • �l N F IT- L2 CCryy+ i ii 72' A 52 a N S6 d S i 0 :- T.TTTTTTTT oil 'b L_J r zv CO r N N STREET LIGHTING CONTACTOR CABINET WIRING SCHEMATIC TYPE III SERVICE '120,/240 VOLT B A B 100 A MAIN BREAKER (MIN.) 2 POLE 240 VOLT 6 O a m J Q BRANCH BREAKERS E w 120/240 VOLT z TEST 16 POLE SWITCH A B B C A 11 TERMINAL B BLOCK B B C I I B B B A UTILITY PLUG (GFI) A A A STREET LIGHTING B CONTACTORS CB B P B D CIRCUIT WIRES TO LIGHTING RUNS A PHOTO -CELL TO GROUND MOUNTED ON ROD NEAREST LUMINAI:RE WIRING COLOR CODE A. WHITE JACKET (NEUTRAL) B. BLACK JACKET (LINE) C. GREEN JACKET (GROUND) D. RED JACKET (LOAD) E. GREEN OR BARE WIRE (GROUND) PUBLIC WORKS STREET UG"N© C.ON'1'ACTM STD. PLAN - 123 DEPARTMENT CAMNET SCHEMATIC APRIL 2008 V -6 4 "� TYPICAL LIGHT BASE AND JUNCTION BOX CONCRETE PAD 3' -0" [w—VARIABLE sto MIN. FRONT VIEW TYPICAL JUNCTION BOX CONCRETE PAD 4„ nP� °. D 6eba P° nP O �aA FRONT VIEW SIDE VIEW TYPICAL JUNCTION BOX `C' CONCRETE PAD ^ �� OLP D pa ,D °P �D VG•O a D OPo 4 0, „p a aved FRONT VIEW 3' — 0'� ,p "D SIDE VIEW D"00 QV< D D °D Oe D PI SIDE VIEW PUBLIC WORKS WPICAI_ CONCRETE PAD DETAILS STD. PLAN — 126 DEPARTMENT APRIL 2008 CURB LANE LANE LANE CURB LANE CENTER CENTER IN IN LANE LANE 10' (� 8'(TYP.)- STRIPE 6"MIN.(TYP.) 24 8 "(TYP.) -OPEN LANE (TYP.) LANE �'--D „(TYP.)- STRIPE CONCRETE LINE LINE GUTTER 1 TIRE TIRE TIRE LTIRE TRACKS TRACKS TRACKS 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, PUBLIC WORKS (PAINTM SM. PLAN - 128 DEPARTMENT Ax APRIL 2008 King County Metro Design Standards M1y 0 aE 2� p, -8,. 7' -0" i' -4" °/4" CONCRETE SCORE LINE (TYP) 4° I o - . F �- 1311 FOOTING SCALE: 1/2 "- 1' -0" 1._4.. 7._0" i. -4^ 7•_p'• V-4' 1' -4" 4' -4" I' -4" 4'_4^ 1._4.. /4" CONCRER . 4 a •" LENGTH 4F. I .4. 4v m I °4 •• i. 4 , • 1 I 4 p 4 , , • 4 ° • 'h e . °° , 8 LINE _ NE L2YP) 4 • •• 41 •• J 'A' • ¢ m .. ° 4 1 el 4 ba _U $._o.. 5._0., B12 FOOTING SCALE: 1/2 "= 1' -0" REVISION B13 FOOTING SCALE: 1/2 "= 1-0" 1 0 iM Q\ NOT FOR CONSTRUCTION 9. -8. 7' -0" 1 /4' CONCRETE SCORE UNE (TYPT a• 4 � B21 FOOTING SCALE: 1/2 "= 1' -0" 1' -4" 4' -4" I' -4" 4'_4^ 1._4.. SHELTER LENGTH WIDTH � • N 4 ° 4 TYPE 8 LINE _ NE L2YP) 4 • •• 41 •• J 'A' • ¢ m .. ° 4 1 el 4 ba THICKNESS ° ------------------------ REVISION B13 FOOTING SCALE: 1/2 "= 1-0" 1 0 iM Q\ NOT FOR CONSTRUCTION 9. -8. 7' -0" 1 /4' CONCRETE SCORE UNE (TYPT a• 4 � B21 FOOTING SCALE: 1/2 "= 1' -0" B22 FOOTING SCALE: 1/2 "= 1' -0" LENGTH 'A' m W � .� •^ •° �V� • •° 4 ° a � GF .° 4 ° 4 4• ° D102 (1YP.) PEDESTAL (SEE DETAIL AND NOTE ]THIS SHEET) B30 FOOTING SCALE: 1/2 "= 1' -0" 'A' (SEE TABLE THIS SHEET) VrREQUIRED AT SOME M� _ -1 / SITES (NOTE 2) _,4__. — _- µ--- - - -__- 3 OR T 2 -1I — I —I I • _ _ _ °. - WHICHEVER ,• -1 I —I i l— III —III- -III _I I I =f —I 1 -1 I- /5 R T O 1 " 12 O.C. EACH WAY, I I III- FOR 14" THICK STAR MR�/2" OR 7 1/2' MICKW R 5 1 SLAB LONGITUDINAL SECTION X11 SCALE: 1/2 " =1' -0" - SCH ITT P ENG S••' __ (3 NOTED CONIMC! NU. I R CA ­y CO0256C07 FOOTING DIMENSIONS 7' -0" 1' -4" SHELTER LENGTH WIDTH 41 4 rrrr1 /V CONCRETE • • ° " SCORE LIVE (TYR) ° 4 n • •a , TYPE B22 FOOTING SCALE: 1/2 "= 1' -0" LENGTH 'A' m W � .� •^ •° �V� • •° 4 ° a � GF .° 4 ° 4 4• ° D102 (1YP.) PEDESTAL (SEE DETAIL AND NOTE ]THIS SHEET) B30 FOOTING SCALE: 1/2 "= 1' -0" 'A' (SEE TABLE THIS SHEET) VrREQUIRED AT SOME M� _ -1 / SITES (NOTE 2) _,4__. — _- µ--- - - -__- 3 OR T 2 -1I — I —I I • _ _ _ °. - WHICHEVER ,• -1 I —I i l— III —III- -III _I I I =f —I 1 -1 I- /5 R T O 1 " 12 O.C. EACH WAY, I I III- FOR 14" THICK STAR MR�/2" OR 7 1/2' MICKW R 5 1 SLAB LONGITUDINAL SECTION X11 SCALE: 1/2 " =1' -0" - SCH ITT P ENG S••' __ (3 NOTED CONIMC! NU. I R CA ­y CO0256C07 FOOTING DIMENSIONS FOOTING SHELTER LENGTH WIDTH SLAB TYPE FRAME 'A' B' THICKNESS TYPE •T' BIT PER PLAN 9' -8" 7' -0" 7 1/2" 812 PER PLAN 18' -0" 7' -0" 7 1/2" 813 PER PLAN 12' -8" 9' -8" 7 1/2" B21 PER PLAN 9' -8" 4' -4" 14" 822 PER PLAN 18'-0" 4' -4" 14" 831 F11 9' -0" 6 : -4" 7 1/2" 831 1`21 9' -0" 4' -4" 14" 831 F31 OR F51 9' -0" 4' -4" 14" 832 B32 F12 F13 17' -4" 12' -0" 6' -4" 9' -O" 7 112" 7 1/2" B32 F14 17' -4" 6' -4" 7 1/2" B32 F22 OR F52 17' -4" 4' -4" 14" 832 F32 17' -4" 4' -4" 14" NOTES: 1. "0" INDICATES AREAS FOR FUTURE SHELTER LEGS. AVOID PLACING REINFORCEMENT IN THESE AREAS. 2. FOR SITES WITH SLOPES LESS THAN 0.5% IN 'A' DIMENSION. INCREASE DIMENSION AT MIDDLE OF FOOTING BY 1" TO ASSURE PROPER DRAINAGE OF SURFACE WATER, 3. WHEN USING B -32 FOOTING WITH DOUBLE FRAMES, SUPPORT FRONT MIDDLE LEG OR LEGS OF FRAME AS REQUIRED TO PROVIDE THE SAME TOP ELEVATION AS THE PERIMETER WALL. SHELTER LEG (REF) I I I I I 3/4" CHAMFER ALL AROUND 1 r 2 - /3 DOW& DETAIL LP SCALE: 3' _p^ CONCRETE SCORE LINE 4" 6" DI 1 4 � TYPICAL CONDITION FOR a TYPICAL LEG DETAIL ALL EXCEPT 830, 831, 11 CORNER AND 032 SERIES FOOTING PLAN �Bl SCALE: 1 1/2 " =1' -0" - 7artment of Transpor tation - Transit Division P1R' NDARDe AOR CONSTRUCTION JAN 08 RANSIT PASSENGER FACN.TTIES NoTING PLANS, SECTION, nr D10-IC DETAILS, NOTES, —D;0.3 ANTI RC.HF.T)TH.F. 1 I PEOESTK I I I I I NEW FoonNc ROUGHEN SUI GRILL ANO OF RE BAR IF PEt I I IS NOT PLACE DETAIL LP SCALE: 3' _p^ CONCRETE SCORE LINE 4" 6" DI 1 4 � TYPICAL CONDITION FOR a TYPICAL LEG DETAIL ALL EXCEPT 830, 831, 11 CORNER AND 032 SERIES FOOTING PLAN �Bl SCALE: 1 1/2 " =1' -0" - 7artment of Transpor tation - Transit Division P1R' NDARDe AOR CONSTRUCTION JAN 08 RANSIT PASSENGER FACN.TTIES NoTING PLANS, SECTION, nr D10-IC DETAILS, NOTES, —D;0.3 ANTI RC.HF.T)TH.F. 0 L' C� pz d' S€ Ao ao yyy ,nuY 3' FREEBOARD OVER FINISHED GRADE (NOTE RESTORE TO MATCH EXISTING - 4" - 6' QUARK SPACES STRUCTURAL FILL FILTER FABRIC I' MINUS WASHED ROCK 6'0 PERFORATED PVC PIPE FOR WALLS HIGHER THAN 2' -0' (NOTE 1) - 3/4' CHAMFER Ali EXPOSED EDGES - 3' FREEBOARD OVER FINISHED GRADE (NOTE 3 RESTORE TO MATCH EXISTING 4' - 6' QDARRY SPACES STRUCTURAL FILL FILTER FABRIC I" MINUS WASHED ROCK 6'0 PERFORATED PVC PIPE FOR WALLS HIGHER THAN 2' -0' (NOTE 1) - 3' FREEBOARD OVER FINISHED GRADE. (NOTE RESTORE TO MATCH EXISTING 4 6' OUAR� SPACES STRUCTURAL FILL— FILTER FABRIC 1" MINUS WASHED ROCK 6 "0 PERFORATED PVC PIPE FOR WALLS HIGHER THAN 2' -0' (NOTE 1) - I' -0" 3/4' CHAMFER All VARIES -0" 6" IXPoSED EDGES SEE NOTE 2 4• GROUND PROFILE)' 14 REM FOOTING a GENERAL WALL NOTES I,a 1. NO DRAINAGE REOUIRED IF WALL IS UNDER 2 FEET HIGH. Q '� I z CONNECT TO EXISTING GRAIN PIPE, IF APPLICABLE. OTHERWISE DAYUGHF AT FACE OF CURB O b° I" SEE NOTE 2 w a o L 2. CONSTRUCT REAR WALL LEVEL FULL LENGTH OF SHELTER t�t y 15" 0 12' O.C. FOOTING OR LANDING PAD. TAPER SIOEWALLS TO MEET 2% MAX. SRE SLOPE AS SHOWN ON SITE PUN. —I =1 1 =1 1 =1 I rI I - III I III_ /4 REBAR O 12 = I VARIES, SEE OTHER DETAILS FOR STAB _III - III 3. RESTORE LANDSCAPING OR SPREAD BEAUTY BARK TO f` •T MATCH EXISTING. SECTION 2 =I1 SCALE: t " 4. FLATTER SLOPE MAY BE RECLINED IN UNSTABLE SOILS AS I_I I-=- III =I L, III -111) .I VARIES, SEE OTHER DIRECTED BY PROJECT REPRESENTATIVE. CUT WALL WITH NO WING WALL DETAILS FOR SUB CALLOUTS SECTION 1 SCALE: 1 "= I' -0" I' -0" fi" VARIES SEE NOTE 2 4• GROUND PROFILE)' FOOTING a I i 1 I ........., FINISHED / z GROUND PROFILE) 10 tANDINO PAD 28 MAX. —I =1 1 =1 1 =1 I rI I - III I III_ /4 REBAR O 12 = I VARIES, SEE OTHER DETAILS FOR STAB _III - III -I -III- I O.C. (EACH WAY) CALLOUTS CUT WALL WITH WING WALL SECTION 2 SCALE: t " V -0" 1 6" VARIES .I TSEE NOTE 2 11 - 41RE�T -j 101�J2� 1=1 I I1 =1 T t (VARIES, SEE FOOTING O.C. (EACH WAY) SCHEDULE FOR SUB CALLOUTS FOOTING WALL WITH WING WALL SECTION 3 SCALE: 1 " =1' -O" - -- WALKWAY SHELTER FOOTING/ (RAMP IF LANDING PAD= 6" MIN. DEPTH EDGE OF NEEDED) (VARIES) ROADWAY pR BACK EDGE i14 O 16' O.C. EW OOVVEER CULVERT MIN. OF CURS _ I COMPACTED STRUCTURAL FILL - 111 =I -III - 12"0 MIN, 45' BEVEL 0 —T- DAYUGHT, CONCRETE CULVERT — I I -111 VARIES LANDING PAD /SHELTER FOOTING SECTION 4 SCALE: 7 - -0" - -- EXISTING NOTE: I' MIN. THICKNESS REOWRED AT TRANSITION TO EXISTING SURFACE ASPHALT SLOPED SHELTER FOOTING/ TRANSITION SURFACE LANDING PAD= 6" MIN. DEPTH (VARIES) (VARIES) TACK COAT -04 0 16' O.C. EW VARIES - 5' MIN STRUCTURAL FILL -i I I. Me I II�Tr��( - 11- 12'0 MIN, 45' BEVEL O =� -1 1_ DAYLIGHT, CONCRETE CULVERT- LANDING PAD /SHELTER FOOTING SECTION SCALE: 1"=1' -0" m. Etr Department of nY nsportation - T-nait Division " ` C ASOUITN P M FOR CONSTRUCTION JAN 08 NOT FOR HSCHMIT 5 c O 0.11—.- PASS-... FACTLITTRS SHELTER FOOTING / D105C OTED CONSTRUCTION PE OYMENOm' N °�WH0 N0' D CRIPPEN , ,„. King C—ty LANDING PAD D105 N°. REVISION BY APP'D DATE �RVRO.,<n P 1— C00256CO7 SECTIONS "" 5 12 m m m FINISHED / 4• GROUND PROFILE)' FOOTING a I 11 - 41RE�T -j 101�J2� 1=1 I I1 =1 T t (VARIES, SEE FOOTING O.C. (EACH WAY) SCHEDULE FOR SUB CALLOUTS FOOTING WALL WITH WING WALL SECTION 3 SCALE: 1 " =1' -O" - -- WALKWAY SHELTER FOOTING/ (RAMP IF LANDING PAD= 6" MIN. DEPTH EDGE OF NEEDED) (VARIES) ROADWAY pR BACK EDGE i14 O 16' O.C. EW OOVVEER CULVERT MIN. OF CURS _ I COMPACTED STRUCTURAL FILL - 111 =I -III - 12"0 MIN, 45' BEVEL 0 —T- DAYUGHT, CONCRETE CULVERT — I I -111 VARIES LANDING PAD /SHELTER FOOTING SECTION 4 SCALE: 7 - -0" - -- EXISTING NOTE: I' MIN. THICKNESS REOWRED AT TRANSITION TO EXISTING SURFACE ASPHALT SLOPED SHELTER FOOTING/ TRANSITION SURFACE LANDING PAD= 6" MIN. DEPTH (VARIES) (VARIES) TACK COAT -04 0 16' O.C. EW VARIES - 5' MIN STRUCTURAL FILL -i I I. Me I II�Tr��( - 11- 12'0 MIN, 45' BEVEL O =� -1 1_ DAYLIGHT, CONCRETE CULVERT- LANDING PAD /SHELTER FOOTING SECTION SCALE: 1"=1' -0" m. Etr Department of nY nsportation - T-nait Division " ` C ASOUITN P M FOR CONSTRUCTION JAN 08 NOT FOR HSCHMIT 5 c O 0.11—.- PASS-... FACTLITTRS SHELTER FOOTING / D105C OTED CONSTRUCTION PE OYMENOm' N °�WH0 N0' D CRIPPEN , ,„. King C—ty LANDING PAD D105 N°. REVISION BY APP'D DATE �RVRO.,<n P 1— C00256CO7 SECTIONS "" 5 12 m m m M s E S 9 �m �E �o N^1 m$ ° 4 ° I e ° I -- a - -- i- - q° -- -T- r- -GROUNDING LUG I I + e 9 °el i id i i +__ R__a_ —_i i4 I. I I I I I e I 1 I - - - -- -- -- - �- -e- �II I $ POWER CONDUCTORS TO LUMINAIRE AND GROUND CONDUCTOR (WHERE III I APPLICABLE) III I ° © III II SEE NOTE 4 e,• BUS SHELTER FOOTING r nl— (SEE SHEET C103 FOR SHELTER FOOTING I �(I I I _ DETAILS AND DIMENSION) I IIII� I I • SEE NOTE 5 1" GRS e I Q FOAM FILL • SEE NOTE 6 3" PVC CAP COUPLING II( 1" GRS NIPPLE 1" GRS COUPLING Q 6" 2 III • SEE NOTE 7 III I • I #4 SOLID COPPER a #4 SOLID COPPER • I ELECTRODE FROM REBAR • III ELECTRODE FROM REBAR N I #4 SOLID COPPER z"III ELECTRODE 1" GRS 1" GRS CAP I • SEE NOTE 5 • SEE NOTE 8 I TO POWER SOURCE DETAIL "J" (WHERE APPLICABLE) IN RNAI SHF T R •MIN. BURIED CONDUIT AND RO NDIN I TRODF INTERNAL SHELTER SOLAR LIGHTING SCALE: NTS SCALE: NTS NOTES: --THE CONTRACTOR SHALL GROUND THE 12 VOLT SOLAR LIGHTING SYSTEM BY THE FOLLOWING- -1. ALL NEW CONDUIT UNDERGROUND SHALL HAVE A MINIMUM COVER OF 24 INCHES FROM FINISHED GRADE OR 30 INCHES FROM TOP OF THE SHELTER PAD. © 2. USING TIE -WIRE THE CONTRACTOR SHALL TIE 23 FEET OF THE M4 SOLID COPPER GROUNDING ELECTRODE TO THE SHELTER PAD REBAR. LEAVING 2 FEET FROM GRADE LEVEL TO ATTACH TO THE GROUNDING LUG IN THE SHELTER LEG. 3. THE #4 SOLID COPPER GROUNDING ELECTRODE SHALL BE ENCLOSED BY AT LEAST 2" OF CONCRETE IN ACCORDANCE WITH NEC 250.52 (A) (3). +4. AT THE BACK SHELTER LEG OF HIGHEST ELEVATION THE CONTRACTOR SHALL INSTALL THE I INCH ORS CONDUIT AND THE #4 SOLID COPPER ELECTRODE. ® •5. THE CONTRACTOR SHALL LEAVE THE N4 SOLID COPPER ELECTRODE AND THE CONDUIT CAPPED AND BURIED APPROXIMATELY 1/4" BENEATH THE CONCRETE SURFACE. PLACE TWO FEET OF THE #4 SOLID COPPER ELECTRODE INSIDE CONDUIT LEAVING A SMALL ARC AT THE TOP OF THE ENTRANCE INTO THE CONDUIT. (SEE DETAIL 1) -6 . TO KEEP CONCRETE FROM ENTERING THE CONDUIT AND CAP SPACE. THE CONTRACTOR AFTER PLACING THE 2 FEET OF N4 SOLID COPPER ELECTRODE IN THE CONDUIT, SHALL USE A FOAM FILL OR MATERIAL INSIDE THE 3 INCH PVC CAP, ALLOWING THE INSTRUCTED TIME TO DRY BEFORE POURING THE CONCRETE. •7. KING COUNTY METRO SHALL REMOVE 3 INCH PVC CAP, PULL OUT THE M4 SOLID COPPER ELECTRODE, INSTALL A 1 INCH THREADED GRS NIPPLE AND CONNECT THE #4 SOLID COPPER ELECTRODE (AND FIXTURE GROUND IF APPLICABLE) TO THE GROUNDING LUG IN THE SHELTER LEG. •8. IF THERE IS NO SPECIFIED CONNECTION TO A POWER SOURCE • 1" GRS CONDUIT SHALL BE EXTENDED 6 INCHES BEYOND THE EDGE OF SHELTER FOOTING AND CAPPED. OTHERWISE THE CONTRACTOR SHALL RUN THE CONDUIT TO THE SPECIFIED LOCATION. •9. THE CONTRACTOR SHALL PREPARE AN AS -BUILT DRAWING FOR EACH SHELTER LOCATION. A COPY OF THE AS -BUILT DRAWING SHALL BE DELIVERED TO, THE KING COUNTY METRO TRANSIT PROJECT REPRESENTATIVE FOR EACH SHELTER PAD LOCATION. EQUIPMENT: 1. 1 —INCH GRS CONDUIT 2. #4 SOLID COPPER ELECTRODE 3. 1 —INCH GRS CAP 4. 1 —INCH GRS PLUG 5. 1 —INCH GRS NIPPLE 6. 1 —INCH GRS COUPLING 7. 3 —INCH PVC CAP 8. FOAM FILL aaauaeycalnue/aa - aauaaaaa ulvaewaa —�- K wATKINS C FLYNOIDS STANDARDS FOR CONS'fRUCTTON JAN 08 NOT FOR x r OF TRANSIT PASSENGER FACII.TOES K WATKINS C111C ADDENDA KL CD 8/15/ CONSTRUCTION RE>:eIIKTNOm NOT TO SCAL INTERNAL SOLAR BUS SHELTER ADDENDA KL CD 5 /4 /G C REYNOLDS coKmcTxo- 10 LIGHTING Dt 11 No. REVISKIN By .PP'D wTE C00256C07 E1.9 C—w SM°'T Ntr 1 1 or 12 Advance Directional Foundation Detail I 64.5 DD OO �nM[�f BOO �nM[� RaMon 0.125 "thick aluminum graphics panel 0.25"x 2 "x40.5" aluminum cleat attached to support with six (6) 0,375 "x 2"long stainless steel vandal resistant screws 6 °standard pipe ASTM A500 grade B 5" — I}--- I}— 400 5" 1 "thick steel support bracket welded to post R 220" advuuedivactiaalplanview scaled /2 " =1' -0" 95 t � � 1 E � yy E25 b � � stainless steel leveling nuts, washers (top & bottom) and stainless steel lock nuts 2'- 0 "x5' -9 "footing verdcalbars 845 w /std 90" hk. top end, Y4 hoops @ 12 "max spacing 0 advancediuetlenal front view advance directional side view xale:,R" =1' -0 2 scale: l /2" =1' -0" 6'standard pipe (6) 0.75'o holes for 0.625o anchor bolts 0.875 "x12 "diameter sled base plate �,� buepfate nts 1.5 "minimum embedment /�t- panel - support dotal - fulls'ale Sea Reach ltd. 146neyamhillstreet telephone 503.843.2005 sheridan facsimile 503.843,2744 oregon97378 email irdo@seareach.com client city of renton project waylinding code RNT -001 notes see sheet 2 for base plate details drawling advancedirectionals scale 112" =1' -0" by pr history 2 -01.21.08 1- 10.30.07 date 02..21.08 page City of Renton Contract Provisions for South Lake Washington Roadway Improvements (Garden Avenue Widening) APPENDIX B Prevailing Hourly Minimum Wage Rates Page 1 of 17 State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360- 902 -5335 PO 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: 2/13/2012 County Trade Job Classification Wage lHoliday Overtime Note King Asbestos Abatement Workers Journey Level $40.03 5D 1H King Boilermakers Journey Level $57.99 5N 1C King Brick Mason Brick And Block Finisher $41.01 5A 1M King Brick Mason Journey Level $47.87 5A 1M King Brick Mason Pointer - Caulker - Cleaner $47.87 5A 1M King Building Service Employees Janitor $18.91 5S 2F King Building Service Employees Traveling Waxer /shampooer $19.32 5S 2F King Building Service Employees Window Cleaner(non- scaffold) $22.65 5S 2F King Cabinet Makers (In Shops Journey Level $22.74 1 King Carpenters Acoustical Worker $48.63 5D 1M King Carpenters Bridge, Dock And Wharf Carpenters $48.47 5A 1M King Carpenters Carpenter $48.471 5D 1M King Carpenters Creosoted Material $48.57 5D 1M King Carpenters Floor Finisher $48.60 5D 1M King Carpenters Floor Layer $48.60 5D 1M King Carpenters Floor Sander $48.60 5D 1M King Carpenters Sawfiler $48.60 5D 1M King Carpenters Shingler $48.60 5D 1M King Carpenters Stationary Power Saw Operator $48.60 5D 1M King Carpenters Stationary Woodworking Tools $48.60 5D 1M King Cement Masons Journey Level $49.15 7A 1M King Divers i* Tenders Diver $100.28 5D 1M 8A King Divers Et Tenders Diver On Standby $56.68 5D 1M King Divers Ft Tenders Diver Tender $52.23 5D 1M King Divers & Tenders Surface Rcv Et Rov Operator $52.23 5D 1M King Divers It Tenders Surface Rcv Et Rov Operator Tender $48.67 5A 1 B https: // fortress. wa. gov/ lni /wagelookup /prvWagelookup.aspx 2/13/2012 Page 2 of 17 King Dredge Workers Assistant Engineer $49.57 5D 1T 8L King Dredge Workers Assistant Mate(deckhand) $49.06 5D 1T 8L King Dredge Workers Engineer Welder $49.62 5D 1T 8L King Dredge Workers Leverman, Hydraulic $51.19 5D 1T 8L King Dredge Workers Maintenance $49.06 5D 1T 8L King Dredge Workers Mates And Boatmen $49.57 5D 1T 8L King Dredge Workers Oiler $49.19 5D 1T 8L King Drywall Applicator Journey Level $48.47 5D 1M King Drywall Tapers Journey Level $48.79 5P 1 E King Electrical Fixture Maintenance Journey Level $25.34 5L 1E Workers King Electricians - inside Cable Splicer $61.93 7C 2W King Electricians - Inside Cable Splicer (tunnel) $66,55 7C 2W King Electricians - Inside Certified Welder $59.83 7C 2W King Electricians - Inside Certified Welder (tunnel) $64.23 7C 2W King Electricians - Inside Construction Stock Person $31.83 7C 2W King Electricians - Inside Journey Level $57.72 7C 2W King Electricians - Inside Journey Level (tunnel) $61.93 7C 2W King Electricians -Motor Shop Craftsman $15.37 1 King Electricians - Motor Shop Journey Level $14.69 1 King Electricians - Powerline Construction Cable Splicer $63.041 5A 4A King Electricians - Powerline Construction Certified Line Welder $57.61 5A 4A King Electricians - Powerline Construction Groundperson $41.06 5A e 4A King Electricians - Powerline Construction Head Groundperson $43.33 5A 4A King Electricians - Powerline Construction Heavy Line Equipment Operator $57.61 5A 4A King Electricians - Powerline Construction Jackhammer Operator $43.33 5A 4A King Electricians - Powerline Construction Journey Level Lineperson $57.61 5A 4A King Electricians - Powerline Construction Line Equipment Operator $48.64 5A 4A King Electricians - Powerline Construction Pole Sprayer $57.61 5A 4A King Electricians - Powerline Construction Powderperson $43.33 5A 4A King Electronic Technicians Journey Level I $31.00 1 King Elevator Constructors Mechanic $72.01 7D 4A King Elevator Constructors Mechanic In Charge $78.13 7D 4A King Fabricated Precast Concrete All Classifications - In- Factory Work Only $13.85 5B 2K Products King Fence Erectors Fence Erector $15.18 1 King Flaggers Journey Level $33.93 7A 2Y https: // fortress. wa. gov/ lni /wagelookup /prvWagelookup.aspx 2/13/2012 Page 3 of 17 King Glaziers Journey Level $50.91 7L 1Y King Heat Et Frost Insulators And Asbestos Workers Journeyman $55.68 5J 1S King Heating, Equipment Mechanics Journey Level $67.82 7F 1E King Hod Carriers Et Mason Tenders Journey Level $41.28 7A 2Y King Industrial Engine And Machine Journey Level $15.65 1 Mechanics King Industrial Power Vacuum Journey Level $9.24 1 Cleaner King Inland Boatmen Boat Operator $51.95 5B 1 K King Inland Boatmen Cook $48.62 5B 1 K King Inland Boatmen Deckhand $48.62 5B 1K King Inland Boatmen Deckhand Engineer $49.60 5B 1K King Inland Boatmen Launch Operator $50.80 5B 1K King Inland Boatmen Mate $50.80 5B 1K King Inspection /Cleaning, /Sealing, Of Cleaner Operator, Foamer Operator $31.49 1 Sewer Et Water Systems By Remote Control King Inspection /Cleanin /Sealing Of Sewer Et Water Systems By Grout Truck Operator $11.48 1 Remote Control King Inspection /Cleaning /Sealing Of Sewer Et Water Systems By Remote Control Head Operator :$24.91 1 King Inspection /Cleaning, /Sealing, Of Technician $19.33 1 Sewer Et Water Systems By Remote Control King Inspection /Cleaning /Sealing Of Tv Truck Operator $20.45 1 Sewer Et Water Systems By Remote Control King Insulation Applicators Journey Level $48.67 5D 1M King Ironworkers Journeyman $57.52 10 King Laborers Air, Gas Or Electric Vibrating Screed $40.03 K7N 2Y King Laborers Airtrac Drill Operator $41.28 7A 2Y King Laborers Ballast Regular Machine $40.031 7A 2Y King Laborers Batch Weighman $33.93 7A 2Y King Laborers Brick Pavers $40.03 7A 2Y King Laborers Brush Cutter $40.03 7A 2Y King Laborers Brush Hog Feeder $40.03 7A 2Y King Laborers Burner $40.031 7A 2Y King Laborers Caisson Worker $41.28 7A 2Y King Laborers Carpenter Tender $40.03 7A 2Y King Laborers Caulker $40.03 7A 2Y King Laborers Cement Dumper - paving $40.77 7A 2Y King Laborers Cement Finisher Tender $40.03 7A 2Y King Laborers Change House Or Dry Shack $40.03 7A 2Y https:H fortress. wa. gov/ lni /wagelookup /prvWagelookup.aspx 2/13/2012 Page 4 of 17 King Laborers Chipping Gun (under 30 Lbs.) $40.031 7A 2Y King Laborers Chipping Gun(30 Lbs. And Over) $40.77 7A 2Y King Laborers Choker Setter $40.03 7A 2Y King Laborers Chuck Tender $40.03 7A 2Y King Laborers Clary Power Spreader $40.77 7A 2Y King Laborers Clean -up Laborer $40.03 7A 2Y King Laborers Compressed Air Worker 0 -30 psi $52.08 7A 2Y 88 King Laborers Compressed Air Worker 30.01- 44.00 psi $57.08 7A 2Y� King Laborers Compressed Air Worker 44.01- 54.00 psi $60.76 7A 2Y King Laborers Compressed Air Worker 54.01- 60.00 psi $66.46 7A 2Y King Laborers Compressed Air Worker 60.01- 64.00 psi $68.58 7A 2Y King Laborers Compressed Air Worker 64.01 - 68.00 psi $73.68 7A 2Y 8 King Laborers Compressed Air Worker 68.01- 70.00 psi $75.58 7A 2Y 8 King Laborers Concrete Dumper /chute Operator $40.77 7A 2Y King Laborers Concrete Form Stripper $40.03 7A 2Y King Laborers Concrete Placement Crew $40.77 7A 2Y King Laborers Concrete Saw Operator /core Driller $40.77 7A 2Y King Laborers Crusher Feeder $33.93 7A 2Y King Laborers iCuring Laborer $40.031 7A 2Y King Laborers Demolition: Wrecking & Moving (incl. Charred Material) $40.03 7A 2Y King Laborers Ditch Digger $40.03 7A 2Y King Laborers Diver $41.28 7A 2Y King Laborers Drill Operator (hydrau tic, diamond) $40.77 7A 2Y King Laborers Dry Stack Watts $40.03 7A 2Y King Laborers Dump Person $40.03 7A 2Y King Laborers Epoxy Technician $40.03 7A 2Y King Laborers Erosion Control Worker $40.03 7A 2Y King Laborers Faller 8 Bucker Chain Saw $40.77 7A 2Y King Laborers Fine Graders $40.03 7A 2Y King Laborers Firewatch $33.931 7A 2Y King Laborers Form Setter $40.03 7A 2Y King Laborers Gabian Basket Builders $40.03 7A 2Y King Laborers General Laborer $40.03 7A 2Y King Laborers Grade Checker 8 Transit Person $41.28 7A 2Y https: // fortress. wa. gov /1ni /wagelookup /prvWageIookup.aspx 2/13/2012 Page 5 of 17 King Laborers Grinders $40.03 7A 2Y King Laborers Grout Machine Tender $40.03 7A 2Y King Laborers Groutmen (pressure)including Post Tension Beams $40.77 7A 2Y King Laborers Guardrail Erector $40.03 7A 2Y King Laborers Hazardous Waste Worker (level $41.28 7A 2Y King Laborers Hazardous Waste Worker (level $40.77 7A 2Y King Laborers Hazardous Waste Worker (level C) $40.03 7A 2Y King Laborers High Scaler $41.28 7A 2Y King Laborers Jackhammer $40.77 7A 2Y King Laborers Laserbeam Operator $40.77 7A 2Y King Laborers Maintenance Person $40.03 7A 2Y King Laborers Manhole Builder - mudman $40.77 7A 2Y King Laborers Material Yard Person $40.03 7A 2Y King Laborers Miner $41.28 7A 2Y King Laborers Motorman -dinky Locomotive $40.77 7A 2Y King Laborers Nozzleman (concrete Pump, Green Cutter When Using Combination Of High Pressure Air Et Water On Concrete Et Rock, Sandblast, Gunite, Shotcrete, Water Bla $40.77 7A 2Y King Laborers Pavement Breaker $40.77 7A 2Y King Laborers Pilot Car $33.93 7A 2Y King Laborers Pipe Layer Lead $41.28 7A 2Y King Laborers Pipe Layer /tailor $40.77 7A 2Y King Laborers Pipe Pot Tender $40.77 7A 2Y King Laborers Pipe Reliner $40.77 7A 2Y King Laborers Pipe Wrapper $40.77 7A 2Y King Laborers Pot Tender $40.03 7A 2Y King Laborers Powderman $41.28 7A 2Y King Laborers Powderman's Helper $40.03 7A 2Y King Laborers Power Jacks $40.77 7A 2Y King Laborers Railroad Spike Puller - Power $40.77 7A 2Y King Laborers Raker - Asphalt $41.28 7A 2Y King Laborers Re- timberman $41.28 7A 2Y King Laborers Remote Equipment Operator $40.77 7A 2Y King Laborers Rigger /signal Person 540.77 7A 2Y King Laborers Rip Rap Person $40.03 7A 2Y King Laborers Rivet Buster $40.77 --- 7A 2Y King Laborers Rodder $40.77 7A 2Y King Laborers Scaffold Erector $40.03 7A 2Y King Laborers Scale Person $40.03 7A 2Y I https:H fortress. wa. gov/ lni /wao,elookup /prvWagelookup.aspx 2/13/2012 Page 6 of 17 King Laborers Sloper (over 20 ") $40.77 7A 2Y King Laborers SloperSprayer $40.03 7A 2Y King Laborers Spreader (concrete) $40.77 7A 2Y King Laborers Stake Hopper $40.03 7A 2Y King Laborers Stock Piler $40.03 7A 2Y King Laborers Tamper Ft Similar Electric, Air 8 Gas Operated Tools $40.77 7A 2Y King Laborers Tamper (multiple Ft Self- propelled) $40.77 7A 2Y King Laborers Timber Person - Sewer (tagger, Shorer EC Cribber) $40.77 7A 2Y King Laborers Toolroom Person (at Jobsite) $40.03 7A 2Y King Laborers Topper $40.031 7A 2Y King Laborers Track Laborer $40.03 7A I 2Y King Laborers Track Liner (power) $40.77 7A 2Y King Laborers Truck Spotter $40.03 7A 2Y King Laborers Tugger Operator $40.77 7A 2Y King Laborers Tunnel Work -Guage and Lock Tender $41.38 7A 2Y King Laborers Tunnel Work -Miner $41.38 7A 2Y King Laborers Vibrator $40.77 7A 2Y King Laborers Vinyl Seamer $40.03 7A I 2Y King Laborers Watchman $30.84 7A 2Y King Laborers Welder $40.77 7A 2Y King Laborers Well Point Laborer $40.77 7A 2Y King Laborers Window Washer /cleaner $30.841 7A 2Y King Laborers - Underground Sewer General Laborer Et Topman $40.03 7A 2Y EL Water King Laborers - Underground Sewer Pipe Layer $40.77 7A 2Y & Water King Landscape Construction Irrigation Or Lawn Sprinkler Installers $13.56 1 King Landscape Construction Landscape Equipment Operators Or Truck Drivers $28.17 1 King Landscape Construction Landscaping or Planting Laborers $17.87 1 King Lathers Journey Level $48.74 5D 1H King Marble Setters Journey Level $47.87 5A 1M King Metal Fabrication (In Shop) Fitter $15.86 1 King Metal Fabrication In Shop) Laborer $9.78 1 King Metal Fabrication (In Shop) Machine Operator $13.04 1 King Metal Fabrication (In Shop) Painter $11.10 1 King Metal Fabrication (In Shop) Welder $15.48 1 King Millwright Journey Level $49.47 5D 1M King Modular Buildings Cabinet Assembly $11.56 1 King Modular Buildings Electrician $11.56 1 https: // fortress. wa. gov/ lni /wagelookup /prvWageIookup.aspx 2/13/2012 r] Page 7 of 17 King Modular Buildings Equipment Maintenance $11.56 1 King Modular Buildings Plumber $11.56 1 King Modular Buildings Production Worker $9.40 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 $35.70 6Z 2B King Pile Driver Journey Level $48.67 5A 1M King Plasterers Journey Level $46.63 1R King Playground Et Park Equipment Journey Level $9.04 1 Installers King Plumbers Et Pipefitters Journey Level $70.84 6Z 1G King Power Equipment Operators Asphalt Plant Operators $50.39 7A IT 8P King Power Equipment Operators Assistant Engineer $47.12 7A 1T 8P King Power Equipment Operators Barrier Machine (zipper) $49.90 7A 1T 8P King Power Equipment Operators Batch Plant Operator, Concrete $49.90 7A 1T 8P King Power Equipment Operators Bobcat $47.12 7A 1T 8P King Power Equipment Operators Brokk - Remote Demolition Equipment $47.12 7A 1T 8P King Power Equipment Operators Brooms $47.12 7A 1T 8P King Power Equipment Operators Bump Cutter $49.90 7A 1T 8P King Power Equipment Operators Cableways $50.39 7A 1T 8P King Power Equipment Operators Chipper $49.90 7A 1T 8P King Power Equipment Operators Compressor $47.12 7A 1T 8P King Power Equipment Operators Concrete Pump: Truck Mount With Boom Attachment Over 42 M $50.39 7A 1T 8P King Power Equipment Operators Concrete Finish Machine -laser Screed $47.12 7A 1T 8P King Power Equipment Operators Concrete Pump - Mounted Or Trailer High Pressure Line Pump, Pump High Pressure. $49.48 7A 1T 8P King Power Equipment Operators Concrete Pump: Truck Mount With Boom Attachment Up To 42m $49.90 7A 1T 8P King Power Equipment Operators Conveyors $49.48 7A 1T 8P King Power Equipment Operators Cranes: 20 Tons Through 44 Tons With Attachments Overhead, Bridge Type Crane: 20 Tons Through 44 Tons $49.90 7A 1T 8P King Power Equipment Operators Cranes: 100 Tons Through 199 Tons, or 150' of boom (including jib with attachments); Overhead, bridge type, 100 tons and over; Tower crane up to 175' in height, base to boom. $50.94 7A 1T 8P https: // fortress. wa. gov/ lni /wagelookup /prvWagelookup.aspx 2/13/2012 Page 8 of 17 King Power Equipment Operators Cranes: 200 Tons To 300 Tons, Or 250' Of Boom (including Jib With Attachments) $51.51 7A 1T 8P King Power Equipment Operators Cranes: 45 Tons Through 99 Tons, Under 150' Of Boom (including Jib With Attachments) $50.39 7A 1T 8P King Power Equipment Operators Cranes: A -frame - 10 Tons And Under $47.12 7A 1T 8P King Power Equipment Operators Cranes: Friction 100 Tons Through 199 Tons $51.51 7A 1T 8P King Power Equipment Operators Cranes: Friction Over 200 Tons $52.07 7A 1T 8P King Power Equipment Operators Cranes: Over 300 Tons Or 300' Of Boom (including Jib With Attachments) $52.07 7A 1T 8P King Power Equipment Operators Cranes: Through 19 Tons With Attachments A -frame Over 10 Tons $49.48 7A 1T 8P King Power Equipment Operators Crusher $49.90 7A 1T 8P King Power Equipment Operators Deck Engineer /deck Winches (power) $49.90 7A 1T 8P King Power Equipment Operators Derricks, On Building Work $50.39 7A 1T 8P King Power Equipment Operators Dozer Quad 9, HD 41, D10 and Over $50.39 7A 1T 8P King Power Equipment Operators Dozers D -9 & Under $49.48 7A 1T 8P King Power Equipment Operators Drill Oilers: Auger Type, Truck Or Crane Mount $49.48 7A 1T 8P King Power Equipment Operators Drilling Machine $49.90 7A 1T 8P King Power Equipment Operators Elevator And Man -lift: Permanent And Shaft Type $47.12 7A 1T 8P King Power Equipment Operators Finishing Machine, Bidwell And Gamaco £t Similar Equipment $49.90 7A 1T 8P King Power Equipment Operators Forklift: 3000 Lbs And Over With Attachments $49.48 7A 1T 8P King Power Equipment Operators Forklifts: Under 3000 Lbs. With Attachments $47.12 7A 1T 8P King Power Equipment Operators Grade Engineer: Using Blue Prints, Cut Sheets, Etc $49.90 7A 1T 8P King Power Equipment Operators Gradechecker /stakeman $47.12 7A 1T 8P King Power Equipment Operators Guardrail Punch /Auger $49.90 7A 1T 8P King Power Equipment Operators Hard Tail End Dump Articulating Off- Road Equipment 45 Yards. Ft Over $50.39 7A 11 8P King Power Equipment Operators Hard Tail End Dump Articulating Off -road Equipment Under 45 Yards $49.90 7A 1T I 8P King Power Equipment Operators Horizontal /directional Drill Locator $49.48 7A 1T 8P King Power Equipment Operators Horizontal /directional Drill Operator $49.90 7A 1T 8P I I https: // fortress. wa. gov/ lni /wagelookup /prvWagelookup.aspx 2/13/2012 Page 9 of 17 King Power Equipment Operators Hydratifts /boom Trucks Over 10 Tons $49.48 7A 1T 8P King Power Equipment Operators Hydratifts /boom Trucks, 10 Tons And Under $47.12 7A IT 8P King Power Equipment Operators Loader, Overhead 8 Yards. Et Over $50.94 7A 1T 8P King Power Equipment Operators Loader, Overhead, 6 Yards. But Not Including 8 Yards $50.39 7A 1T 8P King Power Equipment Operators Loaders, Overhead Under 6 Yards $49.90 7A 1T 8P King Power Equipment Operators Loaders, Plant Feed $49.90 7A 1T 8P King Power Equipment Operators Loaders: Elevating Type Belt $49.48 7A 1T 8P King Power Equipment Operators Locomotives, All $49.90 7A 1T 8P King Power Equipment Operators Material Transfer Device $49.90 7A 1T 8P King Power Equipment Operators Mechanics, All (leadmen - $0.50 Per Hour Over Mechanic) $50.94 7A 1T 8P King Power Equipment Operators Mixers: Asphalt Plant $49.90 7A 1T 8P King Power Equipment Operators Motor Patrol Grader - Non- finishing $49.48 7A 1T 8P King Power Equipment Operators Motor Patrol Graders, Finishing $50.39 7A 1T 8P King _Power Equipment Operators Mucking Machine, Mole, Tunnel Drill, Boring, Road Header And /or Shield $50.39 7A 1T 8P King Power Equipment Operators Oil Distributors, Blower Distribution Et Mulch Seeding Operator $47.12 7A 1T 8P King Power Equipment Operators Outside Hoists (elevators And Manlifts), Air Tuggers,strato $49.48 7A 1T 8P King Power Equipment Operators Overhead, Bridge Type: 45 Tons Through 99 Tons $50.39 7A 1T 8P King Power Equipment Operators Pavement Breaker $47.12 7A 1T 8P King Power Equipment Operators Pile Driver (other Than Crane Mount) $49.90 7A 1T 8P King Power Equipment Operators Plant Oiler - Asphalt, Crusher $49.48 7A 1T 8P King Power Equipment Operators Posthole Digger, Mechanical $47.12 7A 1T 8P King Power Equipment Operators Power Plant $47.12 7A 1T 8P King Power Equipment Operators Pumps - Water $47.12 7A 1T 8P King Power Equipment Operators Quick Tower - No Cab, Under 100 Feet In Height Based To Boom $47.12 7A 1T 8P King Power Equipment Operators Remote Control Operator On Rubber Tired Earth Moving Equipment $50.39 7A 1T 8P King Power Equipment Operators Rigger And Bellman $47.12 7A 1T 8P King Power Equipment Operators Rollagon $50.39 7A 1T 8P King Power Equipment Operators Roller, Other Than Plant Mix $47.12 7A IT 8P King Power Equipment Operators Roller, Plant Mix Or Multi -lift Materials $49.48 7A IT 8P https: // fortress .wa.gov /lni /wagelookup /pry Wage lookup.aspx 2/13/2012 Page 10 of 17 King Power Equipment Operators Roto -mill, Roto - grinder $49.90 7A IT 8P King Power Equipment Operators Saws - Concrete $49.48 7A 1T 8P King Power Equipment Operators Scraper, Self Propelled Under 45 Yards $49.90 7A 1T 8P King Power Equipment Operators Scrapers - Concrete Et Carry All $49.48 7A 1T 8P King Power Equipment Operators Scrapers, Self- propelled: 45 Yards And Over $50.39 7A 1T 8P King Power Equipment Operators Service Engineers - Equipment $49.48 7A 1T 8P King Power Equipment Operators Shotcrete /gunite Equipment $47.12 7A 1T 8P King Power Equipment Operators Shovel , Excavator, Backhoe, Tractors Under 15 Metric Tons. $49.48 7A 1T 8P King Power Equipment Operators Shovel, Excavator, Backhoe: Over 30 Metric Tons To 50 Metric Tons $50.39 7A — 1T — SP — King Power Equipment Operators Shovel, Excavator, Backhoes, Tractors: 15 To 30 Metric Tons $49.90 7A 1T 8P King Power Equipment Operators Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons $50.94 7A 1T 8P Kind Power Equipment Operators Shovel, Excavator, Backhoes: Over 90 Metric Tons $51.51 7A 1T 8P King Power Equipment Operators Slipform Pavers $50.39 7A I 1T 8P King Power Equipment Operators Spreader, Topsider Et Screedman S50.391 7A I 1T 8P King Power Equipment Operators Subgrader Trimmer $49.90 7A 1T 8P King Power Equipment Operators Tower Bucket Elevators $49.48 7A 1T 8P King Power Equipment Operators Tower Crane Over 175'in Height, Base To Boom $51.51 7A 1T 8P King Power Equipment Operators Tower Crane Up To 175' In Height Base To Boom $50.94 7A 1T 8P King Power Equipment Operators Transporters, All Track Or Truck Type $50.39 7A 1T 8P King Power Equipment Operators Trenching Machines $49.48 7A 1T 8P King Power Equipment Operators Truck Crane Oiler /driver - 100 Tons And Over $49.90 7A 1T 8P King Power Equipment Operators Truck Crane Oiler /driver Under 100 Tons $49.48 7A 1T 8P King Power Equipment Operators Truck Mount Portable Conveyor $49.90 7A 1T 8P King Power Equipment Operators Welder $50.39 7A 1T 8P King Power Equipment Operators Wheel Tractors, Farman Type $47.12 7A 1T 8P King Power Equipment Operators Yo Yo Pay Dozer $49.90 7A 1T 8P King Power Equipment Operators ,Asphalt Plant Operators $50.39 7A 1T I 8P Underground Sewer Et Water King Power Equipment Operators- Assistant Engineer $47.12 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Barrier Machine (zipper) $49.90 7A 1T 8P — Underground Sewer Et Water King Power Equipment Operators- Batch Plant Operator, $49.90 7A IT 8P https:H fortress. wa. gov/ lni /wagelookup /prvWagelookup -aspx 2/13/2012 Page 11 of 17 https: // fortress. wa. gov/ lni /wagelookup /prvWagelookup.aspx 2/13/2012 Underground Sewer Et Water Concrete King Power Equipment Operators- Bobcat $47.12 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Brokk - Remote Demolition Equipment $47.12 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Brooms $47.12 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Bump Cutter $49.90 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Cableways $50.39 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Chipper $49.90 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Compressor $47.12 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Concrete Pump: Truck Mount With Boom Attachment Over 42 M $50.39 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Concrete Finish Machine -laser Screed $47.12 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Concrete Pump - Mounted Or Trailer High Pressure Line Pump, Pump High Pressure. $49.48 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Concrete Pump: Truck Mount With Boom Attachment Up To 42m $49.90 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Conveyors $49.48 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Cranes: 20 Tons Through 44 Tons With Attachments Overhead, Bridge Type Crane: 20 Tons Through 44 Tons $49.90 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Cranes: 200 Tons To 300 Tons, Or 250' Of Boom (including Jib With Attachments) $51.51 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Cranes: 45 Tons Through 99 Tons, Under 150' Of Boom (including Jib With Attachments) $50.39 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Underground Sewer Et Water Cranes: A -frame - 10 Tons And Under $47.12 7A 1T 8P King Power Equipment Operators- Cranes: Friction 100 Tons Through 199 Tons $51.51 7A IT 8P Underground Sewer Et Water King Power Equipment Operators- Cranes: Friction Over 200 Tons $52.07 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Cranes: Over 300 Tons Or 300' Of Boom (including Jib With Attachments) $52.07 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Cranes: Through 19 Tons With Attachments A -frame Over 10 Tons $49.48 7A 1T 8P Underground Sewer Et Water https: // fortress. wa. gov/ lni /wagelookup /prvWagelookup.aspx 2/13/2012 Page 12 of 17 King Power E ui ment Operators- Crusher $49.90 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Deck Engineer /deck Winches (power) $49.90 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Derricks, On Building Work $50.39 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Dozer Quad 9, HD 41, D10 and Over $50.39 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Dozers D -9 Et Under $49.48 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Drill Oilers: Auger Type, Truck Or Crane Mount $49.48 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Drilling Machine $49.90 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Elevator And Man -lift: Permanent And Shaft Type $47.12 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Finishing Machine, Bidwell And Gamaco Et Similar Equipment $49.90 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Forklift: 3000 Lbs And Over With Attachments $49.48 7A IT 8P Underground Sewer Et Water King Power Equipment Operators- Forklifts: Under 3000 Lbs. With Attachments $47.12 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Grade Engineer: Using Blue Prints, Cut Sheets, Etc $49.90 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Gradechecker /stakeman $47.12 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Guardrail Punch /Auger $49.90 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Hard Tail End Dump Articulating Off- Road Equipment 45 Yards. Et Over $50.39 7A IT 8P Underground Sewer Et Water King Power Equipment Operators- Hard Tail End Dump Articulating Off -road Equipment Under 45 Yards $49.90 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Horizontal/ directional Drill Locator $49.48 7A IT 8P Underground Sewer Et Water King Power Equipment Operators- Horizontal/ directional Drill Operator $49.90 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Hydralifts /boom Trucks Over 10 Tons $49.48 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Hydralifts /boom Trucks, 10 Tons And Under $47.12 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Loader, Overhead 8 Yards. Et Over $50.94 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Loader, Overhead, 6 Yards. But Not Including 8 Yards $50.39 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Loaders, Overhead Under 6 Yards $49.90 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Loaders, Plant Feed $49.90 7A 1T 8P Underground Sewer Et Water https: // fortress. wa. gov/ lni /wagelookup /prvWagelookup.aspx 2/13/2012 Page 13 of 17 King Power Equipment Operators- Loaders: Elevating Type Belt $49.48 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Locomotives, All $49.90 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Material Transfer Device $49.90 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Mechanics, Alf (leadmen - $0.50 Per Hour Over Mechanic) $50.94 7A 1T 8P Underground Sewer EL Water King Power Equipment Operators- Mixers: Asphalt Plant $49.90 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Motor Patrol Grader - Non- finishing $49.48 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Motor Patrol Graders, Finishing $50.39 7A 1T 8P Underground Sewer EL Water King Power Equipment Operators- Mucking Machine, Mole, Tunnel Drill, Boring, Road Header And /or Shield $50.39 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Oil Distributors, Blower Distribution Et Mulch Seeding Operator $47.12 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Outside Hoists (elevators And Manlifts), Air Tuggers,strato $49.48 7A 1T 8P Underground Sewer EL Water King Power Equipment Operators- Overhead, Bridge Type: 45 Tons Through 99 Tons $50.39 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Pavement Breaker $47.12 7A IT 8P Underground Sewer Et Water King Power Equipment Operators- Pile Driver (other Than Crane Mount) $49.90 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Plant Oiler - Asphalt, Crusher $49.48 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Posthole Digger, Mechanical $47.12 7A 1T 8P Underground Sewer EL Water King Power Equipment Operators- Power Plant $47.12 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Pumps - Water $47.12 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Underground Sewer Et Water Quick Tower - No Cab, Under 100 Feet In Height Based To Boom $47.12 7A 1T 8P King Power Equipment Operators- Remote Control Operator On Rubber Tired Earth Moving Equipment $50.39 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Underground Sewer Et Water Rigger And Bellman $47.12 7A 1T 8P King Power Eauipment Operators- Underground Sewer Et Water Rollagon $50.39 7A 1T 8P King Power Eauipment Operators- Roller, Other Than Plant Mix $47.12 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Underground Sewer Et Water Roller, Plant Mix Or Multi -lift Materials $49.48 7A 1T 8P https: // fortress. wa. gov/ lni /wagelookup /prvWagelookup.aspx 2/13/2012 Page 14 of 17 King Power Eouipment Operators- Roto -mill, Roto - grinder $49.90 7A 1T 813 Underground Sewer Et Water King Power Equipment Operators- Saws - Concrete $49.48 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Scraper, Self Propelled Under 45 Yards $49.90 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Scrapers - Concrete Et Carry All $49.48 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Scrapers, Self - propelled: 45 Yards And Over $50.39 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Service Engineers - Equipment $49.48 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Shotcrete /gunite Equipment $47.12 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Shovel , Excavator, Backhoe, Tractors Under 15 Metric Tons. $49.48 7A 1T 8P Underground Sewer Et Water King Power E ui ment Operators- Shovel, Excavator, Backhoe: Over 30 Metric Tons To 50 Metric Tons $50.39 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Shovel, Excavator, Backhoes, Tractors: 15 To 30 Metric Tons $49.90 7A IT 8P Underground Sewer Et Water King Power Equipment Operators- Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons $50.94 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Shovel, Excavator, Backhoes: Over 90 Metric Tons $51.51 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Slipform Pavers $50.39 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Spreader, Topsider Et Screedman $50.39 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Subgrader Trimmer $49.90 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Tower Bucket Elevators $49.48 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Tower Crane Over 175'in Height, Base To Boom $51.51 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Tower Crane Up To 175' In Height Base To Boom $50.94 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Transporters, All Track Or Truck Type $50.39 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Trenching Machines $49.48 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Truck Crane Oiler /driver - 100 Tons And Over $49.90 7A 1T 813 Underground Sewer Et Water King Power Equipment Operators- Truck Crane Oiler /driver Under 100 Tons $49.48 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Truck Mount Portable Conveyor $49.90 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Welder $50.39 7A 1T 8P Underground Sewer Et Water https: // fortress. wa. gov/ lni /wagelookup /prvWagelookup.aspx 2/13/2012 Page 15 of 17 King Power Equipment Operators- Wheel Tractors, Farmall Type $47.12 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Yo Yo Pay Dozer $49.90 7A 1T 8P Underground Sewer Et Water King Power Line Clearance Tree Journey Level In Charge $41.95 5A 4A Trimmers King Power Line Clearance Tree Trimmers Spray Person $39.83 5A 4A King Power Line Clearance Tree Tree Equipment Operator $40.36 5A 4A Trimmers King Power Line Clearance Tree Tree Trimmer $37.53 5A 4A Trimmers King Power Line Clearance Tree Tree Trimmer Groundperson $28.35 5A 4A Trimmers King Refrigeration Et Air Conditioning Mechanics Journey Level $69.96 6Z 1G King Residential Brick Mason Journey Level $47.87 5A 1M King Residential Carpenters Journey Level $28.20 1 King Residential Cement Masons Journey Level $22.64 1 King Residential Drywall Applicators Journey Level $38.08 5D 1M King Residential DDLL,/ Tapers Journey Level $48.79 5P 1E King Residential Electricians Journey Level $30.33 1 King Residential Glaziers Journey Level $34.60 7L 1H King Residential Insulation Applicators Journey Level $26.28 1 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 Et Pipefitters Journey Level $34.69 1 King Residential Refrigeration Et Air Journey Level $69.96 6Z 1G Conditionine Mechanics King Residential Sheet Metal Workers Journey Level (Field or Shop) $40.04 7F 1R King Residential Soft Floor Lavers Journey Level $41.95 5A 2Z King Residential Sprinkter Fitters (Fire Protection) Journey Level $41.31 5C 2R King Residential Stone Masons Journey Level $47.87 5A 1M King Residential Terrazzo Workers Journey Level $43.93 5A 1M King Residential Terrazzo /Tile Finishers Journey Level $21.46 1 King Residential Tile Setters Journey Level $25.17 1 King Roofers Journey Level $43.65 5A 1 R King Roofers Using Irritable Bituminous Materials $46.65 5A 1R King Sheet Metal Workers Journey Level (Field or Shop) $67.82 7F 1E King Shipbuilding Et Ship Repair Boilermaker $34.13 7M 1H King Shipbuilding Et Ship Repair Carpenter $34.99 70 1B I htt s:Hfortress.wa. ov /lni /w p g agelookup /prvWagelookup.aspx 2/13/2012 Page 16 of 17 King Shipbuilding Et Shi�Repair Electrician $34.90 70 1B King Shipbuilding 4 Ship Repair Heat Et Frost Insulator $55.68 5.1 1S King Shipbuilding Et Ship Repair Laborer $33.62 70 1B King Shipbuilding 8 Ship Repair Machinist $34.62 70 1B King Shipbuilding Ship Repair Operator $37.04 70 1B King Shipbuilding Et Ship Repair Painter $36.21 70 1B King Shipbuilding tt Ship Repair Pipefitter $34.64 70 1B King Shipbuilding Et Ship Repair Rigger $34.67 70 1B King Shipbuilding Et Ship Repair Sandblaster $33.62 70 1B King Shipbuilding Et Ship Repair Sheet Metal $34.59 70 1B King Shipbuilding Et Ship Repair Shipfitter $34.671 70 1B King Shipbuilding Et Ship Repair Trucker $34.49 70 1B King Shipbuilding Et Ship Repair Warehouse $34.55 70 1B King Shipbuilding Et Ship Repair Welder /burner $34.67 70 1B King Sign Makers Et Installers (Electrical) Sign Installer $22.92 1 King Sign Makers Et Installers ( Electrical) Sign Maker $21.36 1 King Sign Makers Et Installers (Non- Sign Installer $27.28 1 Electrical) King Sign Makers Et Installers (Non- Sign Maker $33.25 1 Electrical) King Soft Floor Layers Journey Level $41.95 5A 2Z King Solar Controls For Windows Journey Level $12.44 1 King Sprinkler Fitters (Fire Protection) Journey Level $68.79 5C 1X King Stage Rigging Mechanics (Non Journey Level $13.23 1 Structural) King Stone Masons Journey Level $47.87 5A 1M King Street And Parking Lot Sweeper Workers Journey Level $19.09 1 King Surveyors Assistant Construction Site Surveyor $49.48 7A 1T 8P King Surveyors Chainman $48.96 7A 1T 8P King Surveyors Construction Site Surveyor $50.39 7A 1T 8P King Telecommunication Technicians Journey Level $22.76 1 King Telephone Line Construction - Cable Splicer $34.20 5A 2B Outside King Telephone Line Construction - Hole Digger /Ground Person $18.72 5A 2B Outside King Telephone Line Construction - Installer (Repairer) $32.78 5A 213 Outside King Telephone Line Construction - Special Aparatus Installer 1 $34.20 5A 2B Outside King Telephone Line Construction - Special Apparatus Installer II $33.51 5A 2B Outside https:// fortress. wa. gov/ lni /wagelookup /prvWagelookup.aspx 2/13/2012 Page 17 of 17 King Telephone Line Construction - Telephone Equipment Operator (Heavy) $34.21 5A 2B Outside King Telephone Line Construction - Telephone Equipment Operator (Light) $31.81 5A 2B Outside King Telephone Line Construction - Telephone Lineperson $31.81 5A 2B Outside King Telephone Line Construction - Television Groundperson $18.16 5A 2B Outside King Telephone Line Construction - Television Lineperson /Installer $24.09 5A 2B Outside King Telephone Line Construction - Television System Technician $28.72 5A 2B Outside King Telephone Line Construction - Television Technician $25.81 5A 2B Outside King Telephone Line Construction - Tree Trimmer $31.82 5A 2B Outside King Terrazzo Workers Journey Level $43.93 5A 1M King Tile Setters Journey Level $21.65 1 King Tile, Marble Et Terrazzo Finishers Finisher $37.76 5A 1B King Traffic Control Stripers Journey Level $39.90 7A 1K King Truck Drivers Asphalt Mix Over 16 Yards (W. WA -Joint Council 28) $46.72 5D 3A 8L King Truck Drivers Asphalt Mix To 16 Yards (W. WA -Joint Council 28) $45.88 5D 3A 8L King Truck Drivers Dump Truck Et Trailer $46.72 5D 3A 8L King Truck Drivers Dump Truck (W. WA -Joint Council 28) $45.88 5D 3A 8L King Truck Drivers Other Trucks (W. WA -Joint Council 28) $46.72 5D 3A 8L King Truck Drivers Transit Mixer $23.45 1 King Well Drillers Et Irrigation Pump Irrigation Pump Installer $17.71 1 Installers King Well Drillers Et Irrigation Pump Oiler $12.97 1 Installers King Well Drillers Et Irrigation Pump Well Driller $18.00 1 Installers https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 2/13/2012 Washington State Department of Labor and Industries Policy Statement (Regarding the Production of "Standard" or "Non- standard" Items) Below is the department's (State L &I's) list of criteria to be used in determining whether a prefabricated item is "standard" or "non- standard ". For items not appearing on WSDOT's predetermined list, these criteria shall be used by the Contractor (and the Contractor's subcontractors, agents to subcontractors, suppliers, manufacturers, and fabricators) to determine coverage under RCW 39.12. The production, in the State of Washington, of non - standard items is covered by RCW 39.12, and the production of standard items is not. The production of any item outside the State of Washington is not covered by RCW 39.12. 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 &I at (360) 902 -5330. Supplemental to Wage Rates 1 03/02/2012 Edition, Published February, 2012 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 &I's policy statement. ITEM DESCRIPTION YES NO 1. Metal rectangular frames, solid metal covers, herringbone grates, and bi- directional vaned grates for Catch Basin X Types 1, 1 L, 1 P, and 2 and Concrete Inlets. See Std. Plans 2. Metal circular frames (rings) and covers, circular grates, and prefabricated ladders for Manhole Types 1, 2, and 3, X Drywell Types 1, 2, and 3 and Catch Basin Type 2. See Std. Plans 3. Prefabricated steel grate supports and welded grates, metal frames and dual vaned grates, and Type 1, 2, and X 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. X 5. Concrete Pipe - Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes larger than 60 inch diameter. X 6. Corrugated Steel Pipe - Steel lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch X 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 X diameter. May also be treated, #5. Supplemental to Wage Rates 2 03/02/2012 Edition, Published February, 2012 Id I WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator ITEM DESCRIPTION YES NO 8. Anchor Bolts & Nuts - Anchor Bolts and Nuts, for mounting sign structures, luminaries and other items, shall be made from commercial bolt stock. X See Contract Plans and Std. Plans for size and material type. 9. Aluminum Pedestrian Handrail - Pedestrian handrail conforming to the type and material specifications set forth in the contract plans. Welding of aluminum shall be X in accordance with Section 9- 28.14(3). 10. Major Structural Steel Fabrication - Fabrication of major steel items such as trusses, beams, girders, etc., for bridges. X 11. 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 X 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.. X 14. Precast Manhole Types 1, 2, and 3 with cones, adjustment X sections and flat top slabs. See Std. Plans. 15. Precast Drywell Types 1, 2, and with cones and adjustment Sections. X See Std. Plans. 16. Precast Catch Basin - Catch Basin type 1, 1 L, 1 P, and 2 With adjustment sections. See Std. Plans. X Supplemental to Wage Rates 03/02/2012 Edition, Published February, 2012 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator ITEM DESCRIPTION YES NO 17. Precast Concrete Inlet - with adjustment sections, See Std. Plans X 18. Precast Drop Inlet Type 1 and 2 with metal grate supports. See Std. Plans. X 19. Precast Grate Inlet Type 2 with extension and top units. See Std. Plans X 20. Metal frames, vaned grates, and hoods for Combination Inlets. See Std. Plans X 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 X requirements. Shop drawings are to be provided for approval prior to casting 22. Vault Risers - For use with Valve Vaults and Utilities Vaults. X 23. Valve Vault - For use with underground utilities. X See Contract Plans for details. 24. 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 X permanent barrier. 25. 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. i( Fabrication at other locations may be approved, after facilities inspection, contact HQ. Lab. 26. Precast Concrete Walls - Precast Concrete Walls - tilt -up wall panel in size and shape as shown in Plans. X Fabrication plant has annual approval for methods and materials to be used Supplemental to Wage Rates 4 03/02/2012 Edition, Published February, 2012 u WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator ITEM DESCRIPTION YES NO 27. Precast Railroad Crossings - Concrete Crossing Structure Slabs. 28. 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 x 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 x provided for approval prior to casting girders. See Std. Spec. Section 6- 02.3(25)A 30. 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 x for approval prior to casting girders. See Std. Spec. Section 6- 02.3(25)A 31. 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 x be provided for approval prior to casting girders. See Std. Spec. Section 6- 02.3(25)A. 32. 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 x for approval prior to casting girders. See Std. Spec. Section 6- 02.3(25)A 33. Monument Case and Cover x See Std. Plan. Supplemental to Wage Rates 03/02/2012 Edition, Published February, 2012 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator 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 x 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 x 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 x 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 x fabrication 38. Light Standard - Prestressed - Spun, prestressed, hollow concrete poles. x 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 x 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 x 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) x See Std. Plans. Supplemental to Wage Rates 6 03/02/2012 Edition, Published February, 2012 1 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator 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. X X NOTE: * ** Fabrication inspection required. Only signs tagged "Fabrication Approved" by WSDOT Sign Fabrication Inspector to be installed Custom Message Std Signing Message 43. Cutting & bending reinforcing steel X 44. Guardrail components X X Custom Standard End Sec 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 03/02/2012 Edition, Published February, 2012 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator 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 Supplemental to Wage Rates 8 03102/2012 Edition, Published February, 2012 State of Washington Department of Labor and Industries Prevailing Wage Section - Telephone (360) 902 - PO 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, workers' wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements is provided on the Benefit Code Key. Classification Code FITTER LABORER MACHINE OPERATOR PAINTER METAL FABRICATION (IN SHOP) EFFECTIVE 03/02/2012 (See Benefit Code Key) Prevailing Counties Covered: ADAMS $12.76 $9.04 $12.66 $10.20 Overtime Holiday Code Code Counties Covered: ASOTIN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, KITTITAS LINCOLN, OKANOGAN, PEND ORIELLE, STEVENS, WALLA WALLA AND WHITMAN FITTER $12.76 1 LABORER $9.04 1 MACHINE OPERATOR $12.66 1 PAINTER $10.20 1 WELDER $12.76 1 Counties Covered: BENTON MACHINE OPERATOR $10.53 1 PAINTER $9.76 1 WELDER $16.70 1 1 Counties Covered: CHELAN FITTER $15.04 1 LABORER $9.54 1 MACHINE OPERATOR $9.71 1 PAINTER $9.93 1 WELDER $12.24 1 Supplemental to Wage Rates 9 03/02/2012 Edition, Published February, 2012 METAL FABRICATION (IN SHOP) EFFECTIVE 03/02/2012 (See Benefit Code Key) Classification Code Prevailing Overtime Holiday Waqe Code Code Counties Covered CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, LEWIS, MASON, PACIFIC SAN JUAN AND SKAGIT FITTER/WELDER $15.16 1 LABORER $11.13 1 MACHINE OPERATOR $10.66 1 PAINTER $11.41 1 FITTER LABORER LAYEROUT MACHINE OPERATOR PAINTER WELDER MACHINE OPERATOR FITTER WELDER FITTER/WELDER PAINTER FITTER LABORER MACHINE OPERATOR PAINTER WELDER Counties Covered: CLARK $31.77 $21.91 $31.47 $31.47 $28.01 $29.59 Counties Covered: COWLITZ $25.33 $25.33 $25.33 Counties Covered: GRANT $10.79 $9.04 Counties Covered: KING $15.86 $9.78 $13.04 $11.10 $15.48 1E 1E 1E 1E 1E 1E 1B 1B 1B 1 1 I 6H 6H 6H 6H 6H 6H 2S 2S 2S Supplemental to Wage Rates 10 03/02/2012 Edition, Published February, 2012 METAL FABRICATION (IN SHOP) EFFECTIVE 03/02/2012 (See Benefit Code Key) Classification Code Prevailing Overtime Holiday Wage Code Code Supplemental to Wage Rates 11 03/02/2012 Edition, Published February, 2012 Counties Covered: KITSAP FITTER $26.96 1 LABORER $8.67 1 MACHINE OPERATOR $13.83 1 WELDER $13.83 1 Counties Covered: KLICKITAT, SKAMANIA, WAHKIAKUM FITTER $16.99 1 LABORER $10.44 1 MACHINE OPERATOR $17.21 1 PAINTER $17.03 1 WELDER $16.99 1 Counties Covered: PIERCE FITTER $15.25 1 LABORER $10.32 1 MACHINE OPERATOR $13.98 1 WELDER $13.98 1 Counties Covered: SNOHOMISH FITTER/WELDER $15.38 1 LABORER $9.79 1 MACHINE OPERATOR $9.04 1 PAINTER $9.98 1 Counties Covered: SPOKANE FITTER $12.59 1 LABORER $9.04 1 MACHINE OPERATOR $13.26 1 PAINTER $10.27 1 WELDER $10.80 1 Supplemental to Wage Rates 11 03/02/2012 Edition, Published February, 2012 Counties Covered: WHATCOM FITTER/WELDER $13.81 1 LABORER $9.04 1 MACHINE OPERATOR $13.81 1 Counties Covered: YAKIMA FITTER METAL FABRICATION (IN SHOP) LABORER $10.31 1 MACHINE OPERATOR EFFECTIVE 03/02/2012 PAINTER $12.00 1 WELDER $11.32 1 (See Benefit Code Key) Prevailing Overtime Holiday Classification Code Wage Code Code Counties Covered: THURSTON I' FITTER $27.10 21-1 6T LABORER $16.91 2U 6T LAYEROUT $30.63 2U 6T I MACHINE OPERATOR $20.86 2U 6T WELDER $24.74 2U 6T Counties Covered: WHATCOM FITTER/WELDER $13.81 1 LABORER $9.04 1 MACHINE OPERATOR $13.81 1 Counties Covered: YAKIMA FITTER $12.00 1 LABORER $10.31 1 MACHINE OPERATOR $11.32 1 PAINTER $12.00 1 WELDER $11.32 1 Supplemental to Wage Rates 12 03/02/2012 Edition, Published February, 2012 FABRICATED PRECAST CONCRETE PRODUCTS EFFECTIVE 03/02/2012 (See Benefit Code Key) Classification Code Prevailing Overtime Holiday Wage Code Code Counties Covered: ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND OREILLE, STEVENS, WALLA WALLA AND WHITMAN JOURNEY LEVEL $9.96 1 Counties Covered: CHELAN, KITTITAS, KLICKITAT AND SKAMANIA JOURNEY LEVEL $9.04 1 Counties Covered: CLALLAM, CLARK, COWLITZ, GRAYS HARBOR, ISLAND, JEFFERSON, KITSAP,LEWIS, MASON, PACIFIC, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WAHKIAKUM JOURNEY LEVEL $13.50 1 Counties Covered: FRANKLIN JOURNEY LEVEL $11.50 1 Counties Covered: KING ALL CLASSIFICATIONS $13.85 2K 5B Counties Covered: PIERCE JOURNEY LEVEL $9.28 1 Counties Covered: SPOKANE JOURNEY LEVEL $20.23 1 Counties Covered: WHATCOM JOURNEY LEVEL $13.67 1 Counties Covered: YAKIMA CRAFTSMAN $9.04 1 JOURNEY LEVEL $9.04 1 Supplemental to Wage Rates 13 03/02/2012 Edition, Published February, 2012 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. • 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 14 03/02/2012 Edition, Published February, 2012 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 RCW 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 15 03/02/2012 Edition, Published February, 2012 (3) All 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 16 03/02/2012 Edition, Published February, 2012 BENEFIT CODE KEY - EFFECTIVE 03 -02 -2012 THRU 08-30 -2012 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 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. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. C. 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) HOURS WORKED ON SATURDAYS AND THE FIRST TEN (10) HOURS WORKED ON A FIFTH CALENDAR WEEKDAY IN A FOUR - TEN HOUR SCHEDULE, SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. H. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS OR EQUIPMENT BREAKDOWN) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED 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. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND DOUBLE THE HOURLY RATE OF WAGE. 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. L. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. 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. BENEFIT CODE KEY - EFFECTIVE 03 -02 -2012 THRU 08 -30 -2012 -2- 0. THE FIRST TEN (10) HOURS WORKED ON SATURDAY SHALL 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. T. 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. 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. 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 APROVAL 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. BENEFIT CODE KEY - EFFECTIVE 03 -02 -2012 THRU 08 -30 -2012 -3- 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. 2. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. C. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. 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. K. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY. 0. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. 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. Y. ALL HOURS WORKED ON SATURDAYS (EXCEPT FOR MAKE -UP DAYS) 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. Z. ALL HOURS WORKED MONDAY THROUGH FRIDAY BETWEEN THE HOURS OF 6:00 P.M. AND 6:00 A.M. AND ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE, EXCEPT FOR COMMERCIAL, OCCUPIED BUILDINGS WHERE FLOOR COVERING WORK CANNOT BE PERFORMED IN THE REGULAR DAYTIME HOURS DUE TO OCCUPANCY. FOR SUCH OCCUPIED, COMMERCIAL BUILDINGS; THE EMPLOYEE MAY AGREE TO WORK BETWEEN THE HOURS OF 6:00 PM TO 6:00 AM MONDAY THROUGH SATURDAY MORNING AT 6:00 AM AT AN OVERTIME PAY RATE OF 10% OVER THE STRAIGHT TIME RATE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. BENEFIT CODE KEY - EFFECTIVE 03 -02 -2012 THRU 08 -30 -2012 -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. 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. B. 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, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ' ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. A. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID I� 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 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 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. 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). 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). 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). BENEFIT CODE KEY - EFFECTIVE 03 -02 -2012 THRU 08-30 -2012 -5- 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. 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, DAY 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 (11). 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). Q. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY (8). UNPAID HOLIDAY: PRESIDENTS' DAY. 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. 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 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. BENEFIT CODE KEY - EFFECTIVE 03-02 -2012 THRU 08 -30 -2012 -6- 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 I 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 I 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. 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. BENEFIT CODE KEY - EFFECTIVE 03 -02 -2012 THRU 08 -30 -2012 -7- 0. 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, THE DAY AFTER OR BEFORE CHRISTMAS DAY, AND THE EMPLOYEES BIRTHDAY. 11). 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. 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. NOTE CODES 8. A. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE: OVER 50' TO 100'- $2.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100' TO 150'- $3.00 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 150' TO 220'- $4.00 PER FOOT FOR EACH FOOT OVER 150 FEET OVER 220'- $5.00 PER FOOT FOR EACH FOOT OVER 220 FEET C. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE: OVER 50' TO 100'- $1.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100' TO 150'- $1.50 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 150' TO 200'- $2.00 PER FOOT FOR EACH FOOT OVER 150 FEET OVER 200'- DIVERS MAY NAME THEIR OWN PRICE D. WORKERS WORKING WITH SUPPLIED AIR ON HAZMAT PROJECTS RECEIVE AN ADDITIONAL $1.00 PER HOUR L. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A: $0.75, LEVEL B: $0.50, AND LEVEL C: $0.25. 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 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. City of Renton Contract Provisions for South Lake Washington Roadway Improvements (Garden Avenue Widening) APPENDIX C Soils Investigation Report Geotechnical Engineering Services Garden Avenue North / NE Park Drive Intersection Improvements Renton, Washington February 3, 2012 Prepared for KPG, Inc. 753 9th Avenue North Seattle, Washington 98109 14 LANDAU ASSOCIATES 130 2nd Avenue South Edmonds, WA 98020 (425) 778-0907 TABLE OF CONTENTS 1.0 INTRODUCTION 1 -1 1.1 PROJECT DESCRIPTION 1 -1 1.2 SCOPE OF SERVICES 1 -1 2.0 EXISTING CONDITIONS 2 -1 2.1 GEOLOGIC SETTING 2 -1 2.2 SURFACE CONDITIONS 2 -1 2.3 SUBSURFACE SOIL CONDITIONS 2 -1 2.4 GROUNDWATER CONDITIONS 2 -2 3.0 CONCLUSIONS AND RECOMMENDATIONS 3 -1 3.1 SIGNAL STANDARD FOUNDATIONS 3 -1 3.1.1 Design Considerations 3 -1 3.1.2 Construction Considerations 3 -2 3.2 LUMINAIRE FOUNDATIONS 3 -2 4.0 REVIEW OF DOCUMENTS AND CONSTRUCTION OBSERVATIONS 4 -1 5.0 USE OF THIS REPORT 5 -1 6.0 REFERENCES 6 -1 FIGURES Figure Title 1 Vicinity Map 2 Site and Exploration Plan APPENDICES Appendix Title A Field Explorations and Laboratory Testing B Logs of Previous Explorations 2/3/12 P:\326\073\Fi1eRm\R\FixA \C=&m ndpark_rep_d. ii LANDAU ASSOCIATES 1.0 INTRODUCTION This report summarizes the results of geotechnical engineering services conducted for the City of Renton's (City) proposed Garden Avenue North/NE Park Drive Intersection Improvements project. The general project location is shown on the Vicinity Map (Figure 1). The general configuration of the intersection that is the subject of this report is shown on the Site and Exploration Plan (Figure 2). This report has been prepared based on our discussions with representatives of KPG, Inc. (KPG); a base map of the project site provided by KPG; a review of available subsurface data previously collected by others in the project area (Kleinfelder 2006); data collected during our field exploration and laboratory testing programs; our familiarity with geologic conditions within the vicinity of the project site; and our experience on similar projects. 1.1 PROJECT DESCRIPTION We understand that the City plans improvements at the intersection of Garden Avenue North and NE Park Drive. The proposed improvements include installing new traffic signal standards at each corner of this intersection. The proposed improvements also include the installation of 21 luminaires. Thirteen of the proposed luminaires will be installed along the east side of Garden Avenue North, between North 10th Street and NE Park Drive. The other eight luminaires will be installed near the intersection of Garden Avenue North and NE Park Drive. 1.2 SCOPE OF SERVICES KPG retained Landau Associates to assess subsurface conditions at the intersection of Garden Avenue North and NE Park Drive and develop geotechnical engineering conclusions and recommendations to support design of the foundations for the proposed traffic signal standards. Our services were provided in general accordance with the scope of services outlined in a subconsultant agreement between KPG and Landau Associates dated September 28, 2010. Our scope of services included the following specific tasks: • Reviewing readily available geotechnical and geologic data for the project area • Advancing one soil boring using a limited- access drill rig to characterize soil and groundwater conditions in the vicinity of the proposed traffic signal standards • Logging the soil boring and recording pertinent information, including soil sample depths, stratigraphy, soil engineering characteristics, and groundwater occurrence • Conducting limited geotechnical laboratory testing 2/3/12 PA326 \073\Fi1eRm\R\Fina1 \Garden and Park_rep.doc I — I LANDAu AssocIATES • Performing certain geotechnical engineering analyses and evaluating data derived from the subsurface investigation and laboratory testing programs • Developing geotechnical engineering conclusions and recommendations to support design of the foundations for the proposed traffic signal standards • Preparing and submitting this written report summarizing our findings, conclusions, and recommendations for the project. This report includes: — a site plan showing pertinent site features and the approximate location of the exploration completed for this project — results of the laboratory testing and a summary log of the exploratory boring — a discussion of the near - surface soil and groundwater conditions observed in the vicinity of the proposed traffic signal standards — recommendations for traffic signal standard foundation design and construction recommendations for geotechnical monitoring and consultation during construction. Conducting subsurface explorations in the vicinity of the luminaires proposed along Garden Avenue North and developing foundation design recommendations for these luminaires was not included in our authorized scope of services. However, at the request of KPG we developed foundation design parameters for the soils reportedly encountered in two previous boreholes advanced in the project area by others (Kleinfelder 2006). 1 2/3/12 PA326 \073\FileRm\R\Final \Garden and Park mp.dce 1-2 LANDAU ASSOCIATES 2.0 EXISTING CONDITIONS This section discusses the general geologic setting of the project area and describes the surface and subsurface conditions observed in the vicinity of the project site at the time of our field investigation. Interpretations of the site conditions are based on the results of our review of available information, and the results of our site reconnaissance, subsurface exploration, and laboratory testing. 2.1 GEOLOGIC SETTING General geologic information for the project area was obtained from the Geologic Map of King County, Washington (Booth et al. 2002), published by King County and the Washington Division of Geology and Earth Resources. According to this source, near- surface deposits in the vicinity of the project site consist of Holocene -aged alluvium. Alluvial deposits generally consist of stratified deposits of silt, sand, and gravel, and are typically soft/loose, and depending on composition, can be moderately compressible. In areas, the alluvium may contain interbeds of compressible peat and organic silt. Wetland deposits are mapped to the north of the project site. Wetland deposits may also contain interbeds of compressible peat and organic silt. Though not shown on the above - referenced geologic map, fill associated with construction of the intersection at Garden Avenue North and NE Park Drive and surrounding improvements should be anticipated in the vicinity of the project site. 2.2 SURFACE CONDITIONS The project site is located at the northwest corner of the intersection of Garden Avenue North and NE Park Drive in Renton, Washington. This intersection is a signalized, heavily trafficked, 4 -way intersection. The southern leg of the intersection consists of a 4 -lane road (Garden Avenue North) and the northern leg consists of a 2 -lane road (Lake Washington Boulevard North). The eastern leg of the intersection consists of a 7 -lane road (NE Park Drive) and the western leg consists of a 5 -lane road (Park Avenue North). Sidewalks are present along portions of the roadways within the project area. The area in the vicinity of the project site is generally level and situated at about Elevation 28 to 32 ft (NAVD88). The area surrounding the project site is developed and land use consists of a mix of residential, commercial, and industrial. 2.3 SUBSURFACE SOIL CONDITIONS Subsurface conditions at the project site were investigated by advancing and sampling one exploratory boring (B -1) with a limited- access drill rig on October 28, 2010. The exploratory boring was 213/12 PA 326 \073\Fi1eRma\Final \Garden and Park_rep.doc 2 -1 LANDAU AssocIATES advanced to a depth of about 21'/2 ft below the ground surface (BGS). The approximate location of the exploratory boring is shown on Figure 2. A discussion of field exploration procedures, together with an edited log of the exploratory boring, is presented in Appendix A. A discussion of laboratory test procedures and the test results are also presented in Appendix A. Additional information regarding subsurface conditions in the vicinity of the project site was obtained from a review of a previous geotechnical study performed in the project area (Kleinfelder 2006). The previous explorations generally confirm conditions observed in our current exploration and aid in understanding the variable nature of the subsurface conditions in the project area. Summary logs of pertinent previous explorations are included for reference purposes in Appendix B. The approximate locations of the previous explorations are shown on the site plan that precedes the summary logs presented in Appendix B. Based on the results of the field exploration program completed by Landau Associates, the area in the vicinity of the proposed traffic signal standards is interpreted to be underlain by about 3 ft of fill that is underlain by native alluvium. The observed native alluvium extends down to a depth of at least 21'/2 ft BGS, which corresponds to the maximum depth of our soil boring. The fill encountered in our soil boring was observed to generally consist of medium dense, silty sand and sandy silt with trace gravel and roots. The native alluvium encountered in our soil boring was observed to consist of about 4 ft of loose, clayey sand with trace gravel that is underlain by very soft, sandy silty clay with varying amounts of gravel. The very soft, silty clay extends down to a depth of about 12 ft BGS, and is underlain by loose to medium dense sand with gravel. A thin layer (about 3'/2 inches) of medium stiff silt with trace organics was observed within the sand unit at a depth of about 20'/2 ft BGS. The sand layer extends down to a depth of at least 21'/2 ft BGS, which corresponds to the maximum depth of our soil boring. 2.4 GROUNDWATER CONDITIONS At the time of our field investigation in late October 2010, groundwater was encountered in exploratory boring B -1 at a depth of about 7 ft BGS. The groundwater condition reported herein is for the specific location and date indicated and, therefore, may not necessarily be indicative of other locations and /or times. Furthermore, it is anticipated that groundwater conditions at the project site will vary depending on local subsurface conditions, the weather, and other factors. It is likely that higher groundwater levels would occur in the winter /spring months. 2/3/12 P:\ 326 \073\Fi1eRm\R \Fina1\Garden andPwk_rep.doc 2 -2 LANDAU ASSOCIATES 3.0 CONCLUSIONS AND RECOMMENDATIONS Based on the results of the field exploration, laboratory testing, and engineering analyses performed, it is our opinion that subsurface conditions at the project site are suitable for the proposed intersection improvements, provided the recommendations contained herein are incorporated into the project design. 3.1 SIGNAL STANDARD FOUNDATIONS The following sections present geotechnical conclusions and recommendations related to traffic signal standard foundation design and construction. 3.1.1 DESIGN CONSIDERATIONS It is our opinion that the proposed traffic signal standards can be supported on a drilled shaft foundation. However, the very soft, silty clay anticipated within the upper portion of the foundation depth is considered problematic in terms of both lateral support and vertical support of the traffic signal standards. As such, a WSDOT standard plan signal standard foundation is not suitable for this project and a special foundation design will be required. The following table presents recommended parameters for design of the traffic signal standard foundations. The unit weights listed for each soil type are effective weights and reflect a groundwater depth of 7 ft BGS. Recommended Parameters for Traffic Signal Standard Foundation Design Depth Elevation Friction Undrained Allowable (ft) (ft) Soil Type Effective Unit Weight2(pcf) Angle (degrees) Shear Strength (psf) Lateral Bearing Pressure 3(psf) 0 to 3 30 to 27 Silty SAND / Sandy SILT 120 32 NA 1,500 3 to 7 27 to 23 Clayey SAND 115 30 NA 1,200 7 to 12 23 to 18 Silty CLAY 47.6 27 150 650 12 to 21.5 18 to 8.5 SAND 62.6 34 NA 2,300 1) VV Depths and elevations are based on a ground surface elevation of 30 ft (NAVD88). 2) Effective unit weights are based on a groundwater depth of 7 ft BGS, or Elevation 23 ft. 3) Allowable lateral bearing pressures were developed as recommended in the WSDOT Geotechnical Design Manual (WSDOT 2010). In our opinion, the very soft, silty clay observed between the depths of 7 and 12 ft BGS will not provide suitable vertical bearing support of the proposed traffic signal standard foundations. We therefore recommend that the vertical bearing support for the proposed traffic signal standard foundations be derived from the medium dense sandy soils that are anticipated beginning at a depth of about 12 ft 2/3/12 P:\ 326 \073\Fi1eRm\R\Final \Garden and Park_rep.doc 3-1 LANDAU ASSOCIATES BGS, or about Elevation 18 ft. Based on this recommendation, the depth of the proposed signal standard foundations will need to be at least 12 ft. 3.1.2 CONSTRUCTION CONSIDERATIONS Standard construction methods for signal standard foundations typically involve drilling a vertical shaft with a single -flight auger rig, placing a steel reinforcing cage into the hole, and filling the hole with concrete. Groundwater should be anticipated within the drilling depths during construction. In addition, the very soft, silty clay could potentially become unstable and slough into the drilled shaft. Lastly, the sandy soils anticipated below the silty clay will also likely slough into the drilled shaft during construction. Therefore, temporary casing will likely be required to maintain a stable shaft and the contractor should be prepared to install temporary casing when constructing the drilled shaft. If the casing is pulled as concrete is placed, a sufficient head of concrete should be maintained inside the casing to prevent caving and sloughing of the hole. Alternatively, the casing could be pulled immediately after placement of concrete, provided the hole is topped off after the casing has been removed. A qualified geotechnical engineer should observe the drilled shaft excavation and concrete placement. This will allow the opportunity to confirm conditions indicated by our exploration and /or provide corrective recommendations adapted to conditions revealed during construction. 3.2 LUMINAIRE FOUNDATIONS Conducting subsurface explorations in the vicinity of the luminaires proposed along Garden Avenue North and developing foundation design recommendations for these luminaires was not included in our authorized scope of services. However, at the request of KPG we developed the following foundation design parameters for the soils reportedly encountered in two previous boreholes (B -6 and B- 20) advanced in the project area by others (Kleinfelder 2006). It is our understanding that the recommended design parameters presented below will be used as a guideline when designing the foundations for the 21 luminaires that are proposed as part of this project. It should be recognized that there could be some variation in subsurface soil and groundwater conditions between the two previous explorations. 213/12 P:\326 \073\Fi1ePm\R \Final \Garden andPark_rep.doc 3 -2 LANDAU ASSOCIATES Recommended Parameters for Luminaire Foundation Design Vicinity of Kleinfelder Soil Boring B -6t Notes: 1) See Appendix B for the location of the referenced soil boring. 2) Effective unit weights are based on a groundwater depth of 7 ft BGS. 3) Allowable lateral bearing pressures were developed as recommended in the WSDOT Geotechnical Design Manual ( WSDOT 2010). Recommended Parameters for Luminaire Foundation Design Vicinity of Kleinfelder Soil Boring B -20' Friction Undrained Allowable Depth Effective Unit Angle Shear Lateral Bearing (ft) Soil Type Weight2(pcf) (degrees) Strength (psf) Pressure 3(psf) 0 to 7 Silty SAND 115 32 NA 1,500 7 to 9 Silty SAND 52.6 32 NA 1,500 9 to 19 Sandy Silt / SILT 42.6 24 NA 650 19 to 31 SAND / Silty SAND 52.6 32 NA 1,500 Notes: 1) See Appendix B for the location of the referenced soil boring. 2) Effective unit weights are based on a groundwater depth of 7 ft BGS. 3) Allowable lateral bearing pressures were developed as recommended in the WSDOT Geotechnical Design Manual ( WSDOT 2010). Recommended Parameters for Luminaire Foundation Design Vicinity of Kleinfelder Soil Boring B -20' Notes: 1) See Appendix B for the location of the referenced soil boring. 2) Effective unit weights are based on a groundwater depth of 18 ft BGS. 2) Allowable lateral bearing pressures were developed as recommended in the WSDOT Geotechnical Design Manual ( WSDOT 2010) 2/3/12 PA326 \073\FileRm\R\Final \Garden and Park_rep.doc 3-3 LANDAU ASSOCIATES Friction Undrained Allowable Depth Effective Unit Angle Shear Lateral Bearing (ft) Soil Type Weight' (pcf) (degrees) Strength (psf) Pressure2 (psf) 0 to 6 Silty SAND 115 32 NA 1,500 6 to 11 PEAT 65 10 50 500 11 to 18 Sandy SILT/ SILT 105 24 NA 650 18 to 19 Sandy SILT / SILT 42.6 24 NA 650 19 to 26 SAND 62.6 34 NA 2,300 Notes: 1) See Appendix B for the location of the referenced soil boring. 2) Effective unit weights are based on a groundwater depth of 18 ft BGS. 2) Allowable lateral bearing pressures were developed as recommended in the WSDOT Geotechnical Design Manual ( WSDOT 2010) 2/3/12 PA326 \073\FileRm\R\Final \Garden and Park_rep.doc 3-3 LANDAU ASSOCIATES 4.0 REVIEW OF DOCUMENTS AND CONSTRUCTION OBSERVATIONS We recommend that Landau Associates be retained to review the geotechnical- related portions of the project plans and specifications to establish that they are consistent with the recommendations presented in this report. We also recommend that monitoring, testing, and consultation be provided during construction to confirm that the conditions encountered are consistent with those indicated by our exploration, to provide expedient recommendations should conditions be revealed during construction that differ from those anticipated, and to evaluate whether geotechnical- related construction activities comply with project plans and specifications, and the recommendations contained in this report. Such geotechnical- related activities include confirmation of appropriate soil bearing support for the proposed traffic signal standard and luminaire foundations. 2/3112 P:\326 \073\FileRm\R\Final \Garden andPark_rep.doc 4-1 LANDAU AssocIATES I L 5.0 USE OF THIS REPORT Landau Associates prepared this report for the exclusive use of KPG and the City of Renton for specific application to the design of the foundations for the traffic signal standards proposed at the intersection of Garden Avenue North and NE Park Drive in Renton, Washington. Use of this report by others or for another project is at the user's sole risk. Within the limitations of scope, schedule, and budget, our services have been conducted in accordance with generally accepted practices of the geotechnical engineering profession; no other warranty, express or implied, is made as to the professional advice included in this report. The conclusions and recommendations contained in this report are based in part upon the subsurface data obtained from the exploration completed for this study. There may be some variation in subsurface soil and groundwater conditions at the project site, and the nature and extent of the variations may not become evident until construction. Accordingly, a contingency for unanticipated conditions should be included in the construction budget and schedule. If variations in subsurface conditions are encountered during construction, Landau Associates should be notified for review of the recommendations in this report, and revision of such if necessary. If there is a substantial lapse of time between submission of this report and the start of construction, or if conditions change due to construction operations at or adjacent to the project site, we recommend that we review this report to determine the applicability of the conclusions and recommendations contained herein. We appreciate the opportunity to provide geotechnical services on this project and look forward to assisting you during the construction phase of the project. If you have any questions or comments regarding the information contained in this report, or if we may be of further service, please call. LANDAU ASSOCIATES, INC. i Dana L. Olcott, P. Project Engineer Steven R. Wright, P.E. Senior Associate DLO /SZW /rgm e ,r 1 A 23112 P.V126\073\FIeRm\RkFinal\Gankn and Park- rep ikK 5 -1 LANDAU ASSOCIATES 6.0 REFERENCES l' Booth, D. B., Haugerud, R. A., and Sacket, J. B. 2002. Geologic Map of King County, Washington. I' Prepared in cooperation with King County and the Washington Division of Geology and Earth Resources. Kleinfelder. 2006. Geotechnical Report, South Lake Washington Roadway Improvements. Renton, Washington. January 23. WSDOT. 2010. Geotechnical Design. Manual. M46- 03.01. Washington State Department of Transportation. �r 7BI12 PA326 \073\FdeRm\R\1Fina1 \Garden and Park rep.doc 6-1 LANDAU ASSOCIATES each Park (0 Wrcer r Lake Washington L —T 2 Seattle K nb,dafl "-?ns i5a Hone d— Gene Coulon Me Bea Rar -4 No tf a LL Project Location th un e Renton �Nk Wort arli 0 0.5 1 Miles Data Source: ESRI 2008 Garden Ave NNE Park Drive LANDAU Intersection Improvements [A ASSOCIATES Renton, Washington OsR.M.n Washington Figure Vicinity Map 1 VAJLOW /JW "I U.U11 Legend B -1 & Approximate Boring Location and Designation \\x /B-1 �P uarzol2 I Ba a map source: KPG 2010 0 50 100 Garden Ave N /NE Park Drive Figure 14 LANDAU Intersection Improvements Site and Exploration Plan ASSOCIATES Scale in Feet Renton, Washington APPENDIX A Field Explorations and Laboratory Testing APPENDIX A FIELD EXPLORATIONS AND LABORATORY TESTING Subsurface conditions at the project site were explored on October 28, 2010. The exploration program consisted of advancing and sampling one exploratory boring (13-1) at the approximate location illustrated on the Site and Exploration Plan (Figure 2 of this report). The exploratory boring was advanced to a depth of about 21 V2 feet (ft) below the existing ground surface using the hollow -stem auger drilling technique. Holocene Drilling, Inc. of Edgewood, Washington advanced the boring under subcontract to Landau Associates. The exploration was located approximately in the field by hand taping distances from existing physical features and referenced to a site map provided by KPG. The ground surface elevation at the exploratory boring location was interpreted from topographic information indicated on the above - referenced site map. The field exploration program was coordinated and monitored by a Landau Associates geotechnical engineer who also obtained representative soil samples, maintained a detailed record of observed subsurface soil and groundwater conditions, and described the soil encountered by visual and textural examination. Each representative soil type observed in our exploratory boring was described using the soil classification system shown on Figure A -1, in general accordance with American Society for Testing and Materials (ASTM) D2488, Standard Recommended Practice for Description of Soils (Visual- Manual Procedure). A summary log of the exploratory boring is presented on Figure A -2. This log represents Landau Associates' interpretation of subsurface conditions identified during the field exploration program. The stratigraphic contacts shown on the summary log represents the approximate boundaries between soil types; actual transitions may be more gradual. The soil and groundwater conditions depicted on the summary log are only for the specific date and location reported, and therefore are not necessarily representative of other locations and times. A further discussion of the soil and groundwater conditions observed is contained in the text portion of this report. Representative disturbed samples of the soils encountered in the exploratory boring were obtained at selected intervals using a 1.5 -inch inside - diameter Standard Penetration Test split -spoon sampler. The sampler was driven up to 18 inches into the undisturbed soil ahead of the drill bit with a 140 -1b automatic hammer falling a distance of approximately 30 inches. The number of blows required to drive the sampler for the final 12 inches of soil penetration, or part thereof, is noted on the boring log, adjacent to the appropriate sample notation. Upon completion of drilling and sampling, the borehole was abandoned in general accordance with the requirements of Chapter 173 -160 WAC. Samples obtained from the exploratory boring were taken to our laboratory for further examination and testing. The laboratory testing program, which was performed in general accordance 2/3/12 P:\ 326 \073\FileRm\R\Pinal \Cr denandPark_apa.docx A-I LANDAU ASSOCIATES I I with the ASTM standard test procedures described below, was limited to visual inspection to confirm our field soil descriptions and determination of natural moisture content, grain size distribution, and Atterberg limits. The natural moisture contents of selected soil samples obtained from our exploratory boring were determined in general accordance with ASTM D2216 test procedures. The results from the moisture content determinations are indicated adjacent to the corresponding samples on the summary log. The grain size distribution of a selected soil sample obtained from our exploratory boring was determined in general accordance with ASTM D422 test procedures. The test results are presented in the form of a grain size distribution curve on Figure A -3. The Atterberg limits of a selected soil sample obtained from our exploratory boring was determined in general accordance with ASTM D 4318 test procedures. The Atterberg limits test results are presented graphically adjacent to the corresponding sample on the summary log and on Figure A -4. 2/3/12 P:\ 326 \073\FileRm\R\Final \Garden andPuk_apadocx A-2 LANDAU ASSOCIATES Soil Classification System uscs MAJOR GRAPHIC LETTER DIVISIONS SYMBOL SYMBOLIC' TYPICAL DESCRIPTIONS 12131 GRAPHIC LETTER OTHER MATERIALS SYMBOL SYMBOL TYPICAL DESCRIPTIONS PAVEMENT GRAVEL AND CLEAN GRAVEL o ° 0 o: GW Well- graded gravel; gravel /sand mixture(s); little or no fines 0 N GRAVELLY SOIL (Little or no fines) Poorly graded gravel; gravel /sand mixture(s); little or no fines o ° o ° o GP DEBRIS O O O DB GRAVEL WITH FINES GT GM CA (More than 50% of Silty gravel; gravel/sand /silt mixture(s) ZE— coarse fraction retained (Appreciable amount of Q o N on No. 4 sieve) fines) GC Clayey gravel; gravel/sand /day mixture(s) °n 0 SAND AND CLEAN SAND SW Well- graded sand; gravelly sand; little or no fines U $ Z SANDY SOIL (Little or no fines) Poorly graded sand; gravelly sand; little or no fines SID < o `i (More than 50% of fraction Silty sand; sand/silt mixture(s) SAND WITH FINES SM 0 coarse passed (Appreciable amount of SC through No. 4 sieve) fines) Clayey sand; sand/clay mixture(s) ML Inorqanic silt and very fine sand; rock flour; silty or dayey fine sand or clayey sift with slight p o t SILT AND CLAY plasticity CL U) N 'H Inorganic day of low to medium plasticity; gravelly day; sandy o`m d (Liquid limit less than 50) day; silty day; lean day OL W m ' E Q) Z Organic silt; organic, silty day of low plasticity Q :11 y ° N MH Inorganic silt; micaceous or diatomaceous fine sand o o SILT AND CLAY w 0 CH Inorganic day of high plasticity; fat day Z E (Liquid limit greater than 50) Organic day of medium to high plasticity; organic silt OH HIGHLY ORGANIC SOIL PT Peat; humus; swamp soil with high organic content GRAPHIC LETTER OTHER MATERIALS SYMBOL SYMBOL TYPICAL DESCRIPTIONS PAVEMENT ' AC or PC Asphalt concrete pavement or Portland cement pavement ROCK TV = 0.5 R}( Rock (See Rock Classification) WOOD W=10 WD Wood, lumber, wood chips DEBRIS O O O DB Construction debris, garbage Notes: 1. USCS letter symbols correspond to symbols used by the Unified Soil Classification System and ASTM classification methods. Dual letter symbols (e.g., SP -SM for sand or gravel) indicate soil with an estimated 5-15% fines. Multiple letter symbols (e.g., MUCL) indicate borderline or multiple soil classifications. 2. Soil descriptions are based on the general approach presented in the Standard Practice for Description and Identification of Soils (Visual- Manual Procedure), outlined in ASTM D 2488. Where laboratory index testing has been conducted, soil classifications are based on the Standard Test Method for Classification of Soils for Engineering Purposes, as outlined in ASTM D 2487. 3. Soil description terminology is based on visual estimates (in the absence of laboratory test data) of the percentages of each soil type and is defined as follows: Primary Constituent: > 50 %- " GRAVEL," "SAND," "SILT," "CLAY," etc. Secondary Constituents: > 30% and < 50% - "very gravelly," "very sandy," "very silty," etc. > 15% and < 30% - "gravelly," "sandy," "silty," etc. Additional Constituents: > 5% and < 15% -'With gravel, "with sand," "with silt," etc. < 5% - "with trace gravel, "with trace sand," "with trace silt," etc., or not noted. 4. Soil density or consistency descriptions are based on judgement using a combination of sampler penetration blow counts, drilling or excavating conditions, field tests, and laboratory tests, as appropriate. Drilling and Sampling Key Field and Lab Test Data SAMPLER TYPE SAMPLE NUMBER & INTERVAL Code Description a 3.25 -inch O.D., 2.42 -inch I.D. Split Spoon b 2.00 -inch O.D., 1.50 -inch I.D. Split Spoon C Shelby Tube d Grab Sample e Single -Tube Core Barrel f Double -Tube Core Barrel g 2.50 -inch O.D., 2.00 -inch I.D. WSDOT h 3.00 -inch O.D., 2.375 -inch I.D. Mod. California i Other - See text if applicable 1 300-lb Hammer, 30 -inch Drop 2 140-lb Hammer, 30 -inch Drop 3 Pushed 4 Vibrocore (Rotosonic/Geoprobe) 5 Other - See text if applicable Description Pocket Penetrometer, tsf Torvane, tsf Photoionization Detector VOC screening, ppm Moisture Content, % Dry Density, pcf Material smaller than No. 200 sieve, % Grain Size - See separate figure for data Atterberg Limits - See separate figure for data Other Geotechnical Testing Chemical Analvsis Garden Ave N /NE Park Drive Figure LALANDAU Intersection Improvements Soil Classification System and Key A-1 ASSOCIATES Renton, Washington Code PP = 1.0 Sample Identification Number TV = 0.5 �. PID = 100 Recovery Depth Interval W=10 1� �~ Sample Depth Interval D = 120 -200 = 60 Portion of Sample Retained GS for Archive or Analysis AL GT CA Groundwater SZ Approximate water level at time of drilling (ATD) 1 Approximate water level at time other than ATD Description Pocket Penetrometer, tsf Torvane, tsf Photoionization Detector VOC screening, ppm Moisture Content, % Dry Density, pcf Material smaller than No. 200 sieve, % Grain Size - See separate figure for data Atterberg Limits - See separate figure for data Other Geotechnical Testing Chemical Analvsis Garden Ave N /NE Park Drive Figure LALANDAU Intersection Improvements Soil Classification System and Key A-1 ASSOCIATES Renton, Washington S-3 b2 0 W= 14 10 20 S4 b2 0 W=20 AL S-5 b2 14 W= 15 15 15 �L S-6 b2 16 W = 19 20 10 S -7A b2 8 W=20 S 7B S -7C Boring Completed 10128/10 Total Depth of Boring = 21.5 ft. L- Brown to gray, very sandy, silty CLAY with ML gravel and fine to medium sand interbeds (less than 1 inch thick) (very sort, wet) SP I Gray to brown, medium to coarse SAND with gravel (loose to medium dense, wet) - approximately 4 inches of heave, water added at 15 ft - no heave at 20 ft Brown, SILT with trace organics (medium — stiff, moist) _ // Dark gray, fine SAND (loose, wet) 25 Notes: 1. Stratigraphic contacts are based on field interpretations and are approximate. 2. Reference to the text of this report is necessary for a proper understanding of subsurface conditions. 3. Refer to "Soil Classification System and Key" figure for explanation of graphics and symbols. Garden Ave NNE Park Drive LALANDAU Intersection Improvements Log of Boring B -1 ASSOCIATES Renton, Washington LAI Project No: 326073.010 Moisture Content ( %) Plastic Liquid Limit Limit 10 20 30 40 ♦ SPT N -Value A A Non - Standard N -Value A 10 20 30 40 X Fines Content ( %) X 10 20 30 40 • A • A t A• A • Figure A -2 B -1 SAMPLE DATA SOIL PROFILE Drilling Method: Hollow -Stem Auger x n o � o T Ground Elevation (ft): 30 w C o Z_ Z LL CU m 0 Cl) Drilled By: Holocene Drilling Inc. m 3 j w o w Q m in — C. 3 o Q U Logged By: MBB Date: 10/28/10 cfa m 0 30 SM/ TOPSOIL ML SM/ Brown, very silty, fine SAND to very sandy ML SILT with trace gravel and roots (very loose to loose, moist) ML � (FILL) / S 1A b2 19 W =9 ------ - - - - -/ GS Brown, gravelly, very sandy SILT with trace S 1 B � SC fine organics and roots (very stiff, moist) Gray, dayey SAND with trace gravel (loose to medium dense, moist) 5 25 (ALLUVIUM) W =10 S-2 b2 7 -loose and gravelly at 5 ft o H — -------------------- CL- Gray, sandy, silty CLAY with gravel (very - ML soft, wet) S-3 b2 0 W= 14 10 20 S4 b2 0 W=20 AL S-5 b2 14 W= 15 15 15 �L S-6 b2 16 W = 19 20 10 S -7A b2 8 W=20 S 7B S -7C Boring Completed 10128/10 Total Depth of Boring = 21.5 ft. L- Brown to gray, very sandy, silty CLAY with ML gravel and fine to medium sand interbeds (less than 1 inch thick) (very sort, wet) SP I Gray to brown, medium to coarse SAND with gravel (loose to medium dense, wet) - approximately 4 inches of heave, water added at 15 ft - no heave at 20 ft Brown, SILT with trace organics (medium — stiff, moist) _ // Dark gray, fine SAND (loose, wet) 25 Notes: 1. Stratigraphic contacts are based on field interpretations and are approximate. 2. Reference to the text of this report is necessary for a proper understanding of subsurface conditions. 3. Refer to "Soil Classification System and Key" figure for explanation of graphics and symbols. Garden Ave NNE Park Drive LALANDAU Intersection Improvements Log of Boring B -1 ASSOCIATES Renton, Washington LAI Project No: 326073.010 Moisture Content ( %) Plastic Liquid Limit Limit 10 20 30 40 ♦ SPT N -Value A A Non - Standard N -Value A 10 20 30 40 X Fines Content ( %) X 10 20 30 40 • A • A t A• A • Figure A -2 326073.01 2/3/12 N:\PROJECTS1326073.010.011.GPJ GRAIN SIZE FIGURE U.S. Sieve Opening in Inches U.S. Sieve Numbers Hydrometer 6 4 3 2 1_5 1 3/4 1/2 3/8 3 4 6 8 10 14 16 20 30 40 5060 100 140 200 100 90 sandy SILT ML 80 70 L O1 60 T S] a) 50 ii c 40 a`) a 30 20 10 0 100 10 1 0.1 0.01 0.001 Grain Size in Millimeters Cobbles Gravel Sand Coarse Fine Coarse Medium Fine Silt or Clay Symbol Exploration Number Sample Number Depth (ft) Natural Moisture ( %) Soil Description Unified Soil Classification • B -1 S -1A 2.5 9 Gravelly, very Garden Ave N /NE Park Drive Figure [A LANDAU Intersection Improvements Grain Size Distribution /� _� ASSOCIATES Renton, Washington /—� sandy SILT ML 60 50 40 CL x m a T 30 U .N t0 EL 20 10 CL I CH CL -ML ML or OIL I MH or in 2n in 40 5n 6n 70 80 90 100 11 Liquid Limit (LL) ATTERBERG LIMIT TEST RESULTS 0 ASTM D 4318 Test Method LA LANDAU ASSOCIATES Garden Ave N /NE Park Drive Intersection Improvements Renton, Washington Plasticity Chart Figure A -4 Exploration Sample Liquid Plastic Plasticity Natural Unified Soil Symbol Number Number Depth Limit Limit Index Moisture Soil Description Classification (ft) (%) (%) ( %) ( %) • B -1 S -4 10.0 22 15 7 20 Very sandy, silty CLAY with gravel CL -ML ASTM D 4318 Test Method LA LANDAU ASSOCIATES Garden Ave N /NE Park Drive Intersection Improvements Renton, Washington Plasticity Chart Figure A -4 APPENDIX B Logs of Previous Explorations APPENDIX B LOGS OF PREVIOUS EXPLORATIONS To supplement our site exploration, we reviewed available geotechnical information for the project area ( Kleinfelder 2006). The approximate locations of the previous explorations are illustrated on the site plan that precedes the pertinent boring logs that are included in this appendix. The attached boring logs are provided for background information only, as conditions may have changed since the time of exploration. REFERENCE Kleinfelder. 2006. Geotechnical Report, South Lake Washington Roadway Improvements. Renton, Washington. January 23. 2/3/12 P: 1326\073\FileRmNR\Final\Gw &nandPazk apb.do B -1 LANDAU ASSOCIATES / t -niu 1 n fue h �irzw u „•,r B- -9 -9 i I I B-8B -8 -13 � III Ott _5 -45 -*-B -5 B -7 If15 B-16 ` I I +B-32 8-15 -19 *B-3 -31 *B- PaffrAvmm Nord _ Legend -*8 -361 B -1-*- Boring Number and Approximate Location E -3+ Borings Converted to Groundwater Monitoring Wells L �00 8 -1 Boring completed by I<leinfe/der for other studies (2005) v� \ B -37-*- N -28 Reft wice: Pmrrmkpary Sae Drawft fwahed &kC&OnkWy hom KeH Peoft on 5/12iV5 o zao sa «ua N►w p•. rrowa� R0'°"•''0"a�'ON”' Bile Plan C f• 20051Qe1n/elder, Ina. Ap VtS maenaed. KeEw�n ��. �vsr � Ciz j 110 115- 120- a PROGRAM — — —_ CONSTR11Cr1ON ��!; et E F 2 U z w J Ciz j 110 115- 120- a PROGRAM U.SCS. (TORY I FWAM et T--- _ - - - - -- z w SM SILTY SAND (SM). brown, day, medi= i O SAIL DESCRIPTION graac DATE DRILLM. 4.21-03 LOGGED BY: Ell. Divise REVIEWED BY: M. Byers SURFACE ELEVATION (Ico: DRII-LM 11X-iHOM HSA TOTAL DEPTH ¢'ea)c 315 DRII.LER: Holt Drilling DIAaiETEit OF BORING (knk 8 CASING SITS✓: 2 South Lake Washington Roadway Improvements HMNI`ELDER Renton, Washington GE=SOSOU�,S Ar DMAiI MLS TE INGGacrA1Ll;R5 BORING LOG FjCr rtUMMER- 43221 B-6 Appendix A -7a PAGE i or i T--- _ - - - - -- SM SILTY SAND (SM). brown, day, medi= dense, fne to mediwnvedned sand. (FILL) 7 1 9 7 4 2 SM :. SILTY SAI1D Vin GRAVEL (SM): — — 40 brown, moist, very dense, fine- to mccGnm- pained swid, fine- gained gravel, 31 Some organics (wood). Y (FILL) 0 3 ML -- - - -- t SAIMY SILT (MI.): gay, w 4 very soft, — I fino-grained sand. (POST-GLACIAL DEPOSITS) 0 4 U - wood piece encountered in sarnpler- U 0 S ML SILT (ML): gray m brown, wet, very saR. 0 ink6ocls of peat (POST- GLACLkL DEPOSITS) 0 SNI SILTY SAND (SM): gray, wit, very loose, fine- to madinm- grained sand, interbeds of silt 0 6 (POST- GLACLAL DEPOSITS) 0 SP SA (SPx gray with white grams, xc1 7 loose, fine- to mexlium- grained sand, trane fTw- Vained gravel, same siIL (POST- GLACIAL DEPOSITS) SM SiI TYSrLT<'D (SK: gray, wet, medium dense, fine- to medi sand, trace DATE DRILLM. 4.21-03 LOGGED BY: Ell. Divise REVIEWED BY: M. Byers SURFACE ELEVATION (Ico: DRII-LM 11X-iHOM HSA TOTAL DEPTH ¢'ea)c 315 DRII.LER: Holt Drilling DIAaiETEit OF BORING (knk 8 CASING SITS✓: 2 South Lake Washington Roadway Improvements HMNI`ELDER Renton, Washington GE=SOSOU�,S Ar DMAiI MLS TE INGGacrA1Ll;R5 BORING LOG FjCr rtUMMER- 43221 B-6 Appendix A -7a PAGE i or i PEAT ., HOL brown, wet, fine plant (POSI;fA4 CiAL DEPOSUS O� anng coWlcftd to a depth of 31.5 below ground swfam Groundwater was E"+ eunitred at a depth of 7 feet below , gmund surface during drilling, Ba ft was r bedC£IIGd with cuttings and bentooite E chips. a��a Z; 4Q ar F er as o� cd ' LIER !] W8 yl�) 0 JrT ; ) a — k , Tibe' � Grab � Racoveri :• d "EIAb POUR UGH[ (3.0, bLr-, ) 140 RK ) South bake Washington Roadway Appendix Improvements KLEINF"ELDER Menton, Washington A -7b GEOTYCEMCAL OMS AM l tuMS TESTFSrllanr' c izs BORING LOG M T A1Ut+fBML 43221 I m I PAGE 2 of 2 T15MG PROGRAM U US.CS. LABORATORY n &a? a t L nt-;71 © S U A a m a a © SOIL DESCRIPTION CONSTRUC 10N R R. z z - -� n U� z c c 2 - 7 7 7 7 f fine -C1AL� g ( (POST -G DEPOSITS) } } 6 13 �O C Z9 U 30-- 0 0 8 8 5 5M S SQ.TY 5A)1D (SM). gray. rack very tool - 0 r fino- to medium-gramed sand, 1.5 0 rT - P PO - CL,ACIAL D Osr—"q) cd ' LIER !] W8 yl�) 0 JrT ; ) a — k , Tibe' � Grab � Racoveri :• d "EIAb POUR UGH[ (3.0, bLr-, ) 140 RK ) South bake Washington Roadway Appendix Improvements KLEINF"ELDER Menton, Washington A -7b GEOTYCEMCAL OMS AM l tuMS TESTFSrllanr' c izs BORING LOG M T A1Ut+fBML 43221 I m I PAGE 2 of 2 RFLIJPIE7A �, TESTING PROGIt.Aai LABORATORY FIELD v n aS CS SOIL DESCRIPTION r�s L °° _ PT o CONSTRUCTION -� G5`� Xt?.1 a min F� y ..1 an ¢ z one large (2 inch) piece of woad GLACIAL DEPOSITS) t y p3 p� medium dense, fine - to couse- grained (POST - 0 —C3 Z 1D Surfue: asphakk eonenle pavement mod 110 115 9 17 17 O 5 3 0 D D 0 0 D As�halbcooncr ---- - - - -__ GP $asecoarse geavel - - - -- -- SAi SILTY SAND WITH GRAVEL(SK: -- gmy, dry, dense, fine- grained sand, fu��aitled gravel. 1 (FI L) 2 �a -------------------- 5 ML SANDY SLT M)-- ry mist to t, � O very t�A fine-grained sand, soave organic � material (fine plants (POST-GLACIAL DEPOSITS) p z sP PT = '' PEAT (PT): dark brown, moist, sofa, with : u C : w one large (2 inch) piece of woad GLACIAL DEPOSITS) t y medium dense, fine - to couse- grained (POST - 1D sand, (POST - GLACIAL DEPOSITS) n m O 4 Q4 OL = ORGANIC SILT(OL): bro►vn -gray, tnolst, MU 1611, 1yvery soft, medium to eroarse wood deiuis j s 1 fl>OST_GLACLAL DEPOSITSS 1 ELT): gray, moist to wit, very soft, with fine to mcdimn plant mattT l d F (r (POST-GLACAL DEPOSITS) c; �a -------------------- 5 ML SANDY SLT M)-- ry mist to t, � O very t�A fine-grained sand, soave organic � material (fine plants (POST-GLACIAL DEPOSITS) p z sP SAar'17 SP" - - - - - ( ) gray with white grains, wet, : u C 20 medium dense, fine - to couse- grained 1D sand, (POST - GLACIAL DEPOSITS) n m h W 2 C ° DATE DRILLED: 6,22 -05 SURFACE ELEVATION (feet): DRILL L�'G METHOD- BSA e-9. A LOGGED BY: D. DMine TOTAL DEPTH (feet): 31.5 DRILLER: Holt DrIfing < a REVIEWED BY: kL Byers DIAMETER OF DORM (in): I CASING SIZE: NIA South Lake Washington Roadway Appendix Improvements KLEINFELPER 1 Renton, Washington A 31a GEOTECUMCAL AND IIr"t'IitON1MIENTAL ENGINEERS Sous AND MAATERIA1s T1STM BORING LOG = -PRQACT NLIaOM 8221 B-20 PAGE I of 2 TFS ING PROGRAM LABORATORY I FIELD i U.S.0 -5. WEUJP=O d H :; = i a _ COA`STRUCTIOIa[`�r- V7Z �l �■ 130• SOIL DESCRIPTION rsorrng lermMUM a.$ I.:' roes aelow ground surface Gmemdwater was 1�. g enroimtered at I$ ibis blow ground •13YLER Cab "Obj Surface dtui>rg drQlir� Borengbackfi)led Core 59elby n M Crab Wlt}t S mi][hrrt: ofcunings ami bmrxtibo F chips and capped with Portland cement M I2 E O _FF Shi l3q bs " SILTY SAND (S!vf): gray, wex, mediaun J Ki South Lake Washington Roadway b 2V dense, faw- to medium-grainrd sand, F 7+ Improvements 1 Zp OZ .lN ELDER ffiwbeds ofsilt and organics (wood), Renton, Washington A r21b dd 7+ LS CC 4� (POST - GLACIAL DEPOSITS) q ffLZLMVMBM, 43=1 q 0 113 -20 Sr ..:. SAND (spy, gray, wet, lease, fine- to -- 8 medium gl�ned sand trace silE, infzrbs s`- (POST - GLACIAL DEPOSITS) rsorrng lermMUM a.$ I.:' roes aelow ground surface Gmemdwater was 1�. g enroimtered at I$ ibis blow ground •13YLER Cab "Obj Surface dtui>rg drQlir� Borengbackfi)led Core 59elby n M Crab Wlt}t S mi][hrrt: ofcunings ami bmrxtibo F chips and capped with Portland cement M concrete, E O _FF •'iiAMVCR vMGHT ' - p 1 l3q bs " O J Ki South Lake Washington Roadway b 2V F 7+ Improvements 1 Zp OZ .lN ELDER qd Renton, Washington A r21b dd 7+ LS CC 4� q ffLZLMVMBM, 43=1 q 0 113 -20 t' Q 1 i •13YLER Cab "Obj srr "aDj ;'O. Core 59elby n M Crab 1Ya ffi SpntgPaaa Spirt Sample T I Rerarrry •'iiAMVCR vMGHT ' - p 1 l3q bs " South Lake Washington Roadway Appendix k4lU Improvements .lN ELDER Renton, Washington A r21b GEOTEMOCAL ATE MUONW -'aTAL t?4(;VaXRS son.S Aran MATERLU S TPSTWO BORING LOG q ffLZLMVMBM, 43=1 113 -20 PACE 2 n(Y 1 City of Renton Contract Provisions for South Lake Washington Roadway Improvements (Garden Avenue Widening) APPENDIX D Construction Stormwater General Permit Issuance Date: December 1, 2010 Effective Date: January 1, 2011 Expiration Date: December 31, 2015 CONSTRIUCTI ®N ST®RMVWATER GENERAL PERMIT National Pollutant Discharge Elimination System (NPDES) and State Waste Discharge General Permit for Stormwater Discharges Associated with Construction Activity State of Washington Department of Ecology Olympia, Washington 98504 In compliance with the provisions of Chapter 90.48 Revised Code of Washington (State of Washington Water Pollution Control Act) and Title 33 United States Code, Section 1251 et seq. The Federal Water Pollution Control Act (The Clean Water Act) Until this permit expires, is modified or revoked, Permittees that have properly obtained coverage under this general permit are authorized to discharge in-accordance with the special and general conditions that follow. ejlSusewind, P.E., P.G. Water Quality Program Manager Washington State Department of Ecology TABLE OF CONTENTS LISTOF TABLES ........................................................................................... ............................... 3 SPECIALCONDITIONS ................................................................................ ............................... 5 S1. PERMIT COVERAGE .......................................................................... ..............................5 S2. APPLICATION REQUIREMENTS ..................................................... ..............................8 S3. COMPLIANCE WITH STANDARDS ................................................ .............................11 RIGHT OF INSPECTION AND ENTRY ............................................ .............................37 S4. MONITORING REQUIREMENTS ..................................................... .............................12 GENERAL PERMIT MODIFICATION AND REVOCATION ......... .............................37 S5. REPORTING AND RECORDKEEPING REQUIREMENTS ............ .............................19 REVOCATION OF COVERAGE UNDER THE PERMIT ................ .............................37 S6. PERMIT FEES ...................................................................................... .............................22 REPORTING A CAUSE FOR MODIFICATION ............................... .............................38 ST SOLID AND LIQUID WASTE DISPOSAL ....................................... .............................22 COMPLIANCE WITH OTHER LAWS AND STATUTES ................ .............................38 S8. DISCHARGES TO 303(D) OR TMDL WATER BODIES ................. .............................22 DUTY TO REAPPLY .......................................................................... .............................38 S9. STORMWATER POLLUTION PREVENTION PLAN ...................... .............................26 TRANSFER OF GENERAL PERMIT COVERAGE .......................... .............................39 S10. NOTICE OF TERMINATION ............................................................. .............................34 REMOVED SUBSTANCES ................................................................ .............................39 GENERALCONDITIONS ........................................................................... ............................... 36 G1. DISCHARGE VIOLATIONS .............................................................. .............................36 G2. SIGNATORY REQUIREMENTS ........................................................ .............................36 G3. RIGHT OF INSPECTION AND ENTRY ............................................ .............................37 G4. GENERAL PERMIT MODIFICATION AND REVOCATION ......... .............................37 G5. REVOCATION OF COVERAGE UNDER THE PERMIT ................ .............................37 G6. REPORTING A CAUSE FOR MODIFICATION ............................... .............................38 G7. COMPLIANCE WITH OTHER LAWS AND STATUTES ................ .............................38 G8. DUTY TO REAPPLY .......................................................................... .............................38 G9. TRANSFER OF GENERAL PERMIT COVERAGE .......................... .............................39 G10. REMOVED SUBSTANCES ................................................................ .............................39 G11. DUTY TO PROVIDE INFORMATION .............................................. .............................39 G12. OTHER REQUIREMENTS OF 40 CFR .............................................. .............................39 G13. ADDITIONAL MONITORING ........................................................... .............................39 G14. PENALTIES FOR VIOLATING PERMIT CONDITIONS ................ .............................40 G15. UPSET .................................................................................................. .............................40 Construction Stormwater General Permit — December 1, 2010 Page 2 I G16. PROPERTY RIGHTS ........................................................................... .............................40 G17. DUTY TO COMPLY ........................................................................... .............................40 G18. TOXIC POLLUTANTS ........................................................................ .............................41 12 16 G19. PENALTIES FOR TAMPERING ........................................................ .............................41 Monitoring and Reporting Requirements .................................. ............................... G20. REPORTING PLANNED CHANGES ................................................ .............................41 Table 5. G21. REPORTING OTHER INFORMATION ............................................. .............................42 G22. REPORTING ANTICIPATED NON - COMPLIANCE ........................ .............................42 24 G23. REQUESTS TO BE EXCLUDED FROM COVERAGE UNDER THE PERMIT .......... 42 G24. APPEALS ............................................................................................. .............................42 G25. SEVERABILITY .................................................................................. .............................43 G26. BYPASS PROHIBITED ....................................................................... .............................43 APPENDIXA — DEFINITIONS ................................................................... ............................... 46 APPENDIXB — ACRONYMS ..................................................................... ............................... 54 LIST OF TABLES I Table 1. Summary of Permit Report Submittals ........................................ ............................... 4 Table 2. Summary of Required On -site Documentation ............................ ............................... 4 Table 3. Summary of Primary Monitoring Requirements ....................... ............................... 12 16 Table 4. Monitoring and Reporting Requirements .................................. ............................... Table 5. Turbidity, Fine Sediment & Phosphorus Sampling and Limits for 303(d)- Listed ... 24 Table 6. pH Sampling and Limits for 303(d)- Listed Waters ................... ............................... 24 Construction Stormwater General Permit — December 1, 2010 Page 3 SUMMARY OF PERMIT REPORT SUBMITTALS Refer to the Special and General Conditions within this permit for additional submittal requirements. Appendix A provides a list of definitions. Appendix B provides a list of acronyms. Table 1. Summary of Permit Report Submittals Permit Submittal Frequency First Submittal Date Section See Conditions S2, S5 Site Log Book See Conditions S4, S5 S5.A and High Turbidity/Transparency Phone As Necessary Within 24 hours S8 Reporting S5.13 Discharge Monitoring Report Monthly` Within 15 days of applicable monitoring period S55 and Noncompliance Notification As necessary Immediately S8 S5.17 Noncompliance Notification — As necessary Within 5 Days of non - Written Report compliance G2. Notice of Change in Authorization As necessary G6. Permit Application for Substantive As necessary Changes to the Discharge G8. Application for Permit Renewal 1 /permit cycle No later than 180 days before expiration G9. Notice of Permit Transfer As necessary G20. Notice of Planned Changes As necessary G22. Reporting Anticipated Non- As necessary compliance SPECIAL NOTE: *Permittees must submit Discharge Monitoring Reports (DMRs) to the Washington State Department of Ecology monthly, regardless of site discharge, for the full duration of permit coverage. Refer to Section S5.13 of this General Permit for more specific information regarding DMRs. Table 2. Summary of Required On -site Documentation Document Title Permit Conditions Permit Coverage Letter See Conditions S2, S5 Construction Stormwater General Permit See Conditions S2, S5 Site Log Book See Conditions S4, S5 Stormwater Pollution Prevention Plan (SWPPP) See Conditions S9, S5 Construction Stormwater General Permit — December 1, 2010 Page 4 SPECIAL CONDITIONS S1. PERMIT COVERAGE A. Permit Area This Construction Stormwater General Permit (CSWGP) covers all areas of Washington State, except for federal and Tribal lands as specified in Special Condition S 1.E.3. B. Operators Required to Seek Coverage Under this General Permit: Operators of the following construction activities are required to seek coverage under this CSWGP: a. Clearing, grading and/or excavation that results in the disturbance of one or more acres and discharges stormwater to surface waters of the State; and clearing, grading and/or excavation on sites smaller than one acre that are part of a larger common plan of development or sale, if the common plan of development or sale will ultimately disturb one acre or more and discharge stormwater to surface waters of the State. i. This includes forest practices (including, but not limited to, class IV conversions) that are part of a construction activity that will result in the disturbance of one or more acres, and discharge to surface waters of the State (that is, forest practices that prepare a site for construction activities); and b. Any size construction activity discharging stormwater to waters of the State that the Department of Ecology ( "Ecology "): i. Determines to be a significant contributor of pollutants to waters of the State of Washington. ii. Reasonably expects to cause a violation of any water quality standard. 2. Operators of the following activities are not required to seek coverage under this CSWGP (unless specifically required under Special Condition S1.B.l.b. above): a. Construction activities that discharge all stormwater and non - stormwater to ground water, sanitary sewer, or combined sewer, and have no point source discharge to either surface water or a storm sewer system that drains to surface waters of the State. b. Construction activities covered under an Erosivity Waiver (Special Condition S2.C). c. Routine maintenance that is performed to maintain the original line and grade, hydraulic capacity, or original purpose of a facility. Construction Stormwater General Permit , December 1, 2010 Page 5 C. Authorized Discharges: Stormwater Associated with Construction Activity. Subject to compliance with the terms and conditions of this permit, Permittees are authorized to discharge stormwater associated with construction activity to surface waters of the State or to a storm sewer system that drains to surface waters of the State. (Note that "surface waters of the State" may exist on a construction site as well as off site; for example, a creek running through a site.) 2. Stormwater Associated with Construction Support Activity. This permit also authorizes stormwater discharge from support activities related to the permitted construction site (for example, an on -site portable rock crusher, off -site equipment staging yards, material storage areas, borrow areas, etc.) provided: a. The support activity relates directly to the permitted construction site that is required to have a NPDES permit; and b. The support activity is not a commercial operation serving multiple unrelated construction projects, and does not operate beyond the completion of the construction activity; and c. Appropriate controls and measures are identified in the Stormwater Pollution Prevention Plan (SWPPP) for the discharges from the support activity areas. 3. Non - Stormwater Discharges. The categories and sources of non - stormwater discharges identified below are authorized conditionally, provided the discharge is i consistent with the terms and conditions of this permit: J a. Discharges from fire - fighting activities. b. Fire hydrant system flushing. c. Potable water, including uncontaminated water line flushing. d. Pipeline hydrostatic test water. e. Uncontaminated air conditioning or compressor condensate. f. Uncontaminated ground water or spring water. g. Uncontaminated excavation dewatering water (in accordance with S9.D.10). h. Uncontaminated discharges from foundation or footing drains. i. Water used to control dust. Permittees must minimize the amount of dust control water used. Routine external building wash down that does not use detergents. k. Landscape irrigation water. The SWPPP must adequately address all authorized non - stormwater discharges, except for discharges from fire- fighting activities, and must comply with Special Construction Stormwater General Permit —December 1, 2010 Page 6 Condition S3. At a minimum, discharges from potable water (including water line flushing), fire hydrant system flushing, and pipeline hydrostatic test water must undergo the following: dechlorination to a concentration of 0.1 parts per million (ppm) or less, and pH adjustment to within 6.5 — 8.5 standard units (su), if necessary. D. Prohibited Discharges: The following discharges to waters of the State, including ground water, are prohibited. 1. Concrete wastewater. 2. Wastewater from washout and clean-up of stucco, paint, form release oils, curing compounds and other construction materials. 3. Process wastewater as defined by 40 Code of Federal Regulations (CFR) 122.1 (see Appendix A of this permit). " 4. Slurry materials and waste from shaft drilling. 5. Fuels, oils, or other pollutants used in vehicle and equipment operation and maintenance. 6. Soaps or solvents used in vehicle and equipment washing. 7. Wheel wash wastewater, unless discharged according to Special Condition S9.D.9.d. 8. Discharges from dewatering activities, including discharges from dewatering of trenches and excavations, unless managed according to Special Condition S9.D.10. E. Limits on Coverage Ecology may require any discharger to apply for and obtain coverage under an individual permit or another more specific general permit. Such alternative coverage will be required when Ecology determines that this CSWGP does not provide adequate assurance that water quality will be protected, or there is a reasonable potential for the project to cause or contribute to a violation of water quality standards. The following stormwater discharges are not covered by this permit: 1. Post - construction stormwater discharges that originate from the site after completion of construction activities and the site has undergone final stabilization. 2. Non -point source silvicultural activities such as nursery operations, site preparation, reforestation and subsequent cultural treatment, thinning, prescribed burning, pest and fire control, harvesting operations, surface drainage, or road construction and maintenance, from which there is natural runoff as excluded in 40 CFR Subpart 122. 3. Stormwater from any federal project or project on federal land or land within an Indian Reservation except for the Puyallup Reservation. Within the Puyallup Construction Stormwater General Permit — December 1, 2010 Page 7 Reservation, any project that discharges to surface water on land held in trust by the federal government may be covered by this permit. 4. Stormwater from any site covered under an existing NPDES individual permit in which stormwater management and /or treatment requirements are included for all stormwater discharges associated with construction activity. 5. Stormwater from a site where an applicable Total Maximum Daily Load (TMDL) requirement specifically precludes or prohibits discharges from construction activity. S2. APPLICATION REQUIREMENTS A. Permit Application Forms 1. Notice of Intent Form/Timeline a. Operators of new or previously unpermitted construction activities must submit a complete and accurate permit application (Notice of Intent, or NOI) to Ecology. b. The operator must submit the NOI at least 60 days before discharging stormwater from construction activities and must submit it on or before the date of the first public notice (see Special Condition S2.B below for details). The 30 -day public comment period required by WAC 173- 226 - 130(5) begins on the publication date of the second public notice. Unless Ecology responds to the complete application in writing, based on public comments, or any other relevant factors, coverage under the general permit will automatically commence on the thirty-first day following receipt by Ecology of a completed NOI, or the issuance date of this permit, whichever is later, unless Ecology specifies a later date in writing. c. Applicants who propose to discharge to a storm or sewer system operated by Seattle, King County, Snohomish County, Tacoma, Pierce County, or Clark County must also submit a copy of the NOI to the appropriate jurisdiction. d. If an applicant intends to use a Best Management Practice (BUT) selected on the basis of Special Condition S9.C.4 ("demonstrably equivalent" BMPs), the applicant must notify Ecology of its selection as part of the NOI. In the event the applicant selects BMPs after submission of the NOI, it must provide notice of the selection of an equivalent BMP to Ecology at least 60 days before intended use of the equivalent BMP. e. Permittees must notify Ecology regarding any changes to the information provided on the NOI by submitting an updated NOI. Examples of such changes include, but are not limited to, i. changes to the Permittee's mailing address, ii. changes to the on -site contact person information, and Construction Stormwater General Permit — December 1, 2010 Page 8 iii. changes to the area/acreage affected by construction activity. 2. Transfer of Coverage Farm The Permittee can transfer current coverage under this permit to one or more new operators, including operators of sites within a Common Plan of Development, provided the Permittee submits a Transfer of Coverage Form in accordance with General Condition G9. Transfers do not require public notice. B. Public Notice For new or previously unpermitted construction activities, the applicant must publish a public notice at least one time each week for two consecutive weeks, at least 7 days apart, in a newspaper with general circulation in the county where the construction is to take place. The notice must contain: 1. A statement that "The applicant is seeking coverage under the Washington State Department of Ecology's Construction Stormwater NPDES and State Waste Discharge General Permit." 2. The name, address and location of the construction site. 3. The name and address of the applicant. 4. The type of construction activity that will result in a discharge (for example, residential construction, commercial construction, etc.), and the number of acres to be disturbed. 5. The name of the receiving water(s) (that is, the surface water(s) to which the site will discharge), or, if the discharge is through a storm sewer system, the name of the operator of the system. 6. The statement: "Any persons desiring to present their views to the Washington State Department of Ecology regarding this application, or interested in Ecology's action on this application, may notify Ecology in writing no later than 30 days of the last date of publication of this notice. Ecology reviews public comments and considers whether discharges from this project would cause a measurable change in receiving water quality, and, if so, whether the project is necessary and in the overriding public interest according to Tier II antidegradation requirements under WAC 173 -201A -320. Comments can be submitted to: Department of Ecology, P.O. Box 47696, Olympia, WA 98504 -7696 Attn: Water Quality Program, Construction Stormwater." Construction Stormwater General Permit — December 1, 2010 Page 9 C. Erosivity Waiver Construction site operators may qualify for an erosivity waiver from the CSWGP if the following conditions are met: 1. The site will result in the disturbance of fewer than 5 acres and the site is not a portion of a common plan of development or sale that will disturb 5 acres or greater. 2. Calculation of Erosivity "R" Factor and Regional Timeframe: a. The project's rainfall erosivity factor ( "R" Factor) must be less than 5 during the period of construction activity, as calculated using either the Texas A &M University online rainfall erosivity calculator at: http: / /ei.tamu.edu/ or EPA's calculator at http: /lcfpub.epa.gov/ npdes / stormwater /lew /lewcalculator.cfm. The period of construction activity starts when the land is first disturbed and l ends with final stabilization. In addition: 1 b. The entire period of construction activity must fall within the following timeframes: i. For sites west of the Cascades Crest: June 15 — September 15. ii. For sites east of the Cascades Crest, excluding the Central Basin: June 15 — October 15. iii. For sites east of the Cascades Crest, within the Central Basin: no additional timeframe restrictions apply. The Central Basin is defined as the portions of Eastern Washington with mean annual precipitation of less than 12 inches. For a map of the Central Basin (Region 2), refer to http://www.egy.wa.goy/pubs/ecy07O2O2.pd Construction site operators must submit a complete Erosivity Waiver certification form at least one week before disturbing the land. Certification must include statements that the operator will: a. Comply with applicable local stormwater requirements; and b. Implement appropriate erosion and sediment control BMPs to prevent violations of water quality standards. 4. This waiver is not available for facilities declared significant contributors of pollutants as defined in Special Condition SI.B.I.b. 5. This waiver does not apply to construction activities which include non- stormwater discharges listed in Special Condition S 1.C.3. 6. If construction activity extends beyond the certified waiver period for any reason, the operator must either: a. Recalculate the rainfall erosivity "R" factor using the original start date and a new projected ending date and, if the "R" factor is still under 5 and the entire Construction Stormwater General Permit — December 1, 2010 Page 10 project falls within the applicable regional timeframe in Special Condition S2.C.2.b, complete and submit an amended waiver certification form before the original waiver expires; or b. Submit a complete permit application to Ecology in accordance with Special Condition S2.A and B before the end of the certified waiver period. S3. COMPLIANCE WITH STANDARDS A. Discharges must not cause or contribute to a violation of surface water quality standards (Chapter 173 -201A WAC), ground water quality standards (Chapter 173 -200 WAC), sediment management standards (Chapter 173 -204 WAC), and human health- based criteria in the National Toxics Rule (40 CFR Part 131.36). Discharges not in compliance with these standards are not authorized. B. Prior to the discharge of stormwater and non - stormwater to waters of the State, the Permittee must apply all known, available, and reasonable methods of prevention, control, and treatment (AKART). This includes the preparation and implementation of an adequate Stormwater Pollution Prevention Plan ( SWPPP), with all appropriate BMPs installed and maintained in accordance with the SWPPP and the terms and conditions of this pen-nit. C. Ecology presumes that a Permittee complies with water quality standards unless discharge monitoring data or other site - specific information demonstrates that a discharge causes or contributes to a violation of water quality standards, when the Permittee complies with the following conditions. The Permittee must fully: 1. Comply with all permit conditions, including planning, sampling, monitoring, reporting, and recordkeeping conditions. 2. Implement stormwater BMPs contained in stormwater management manuals published or approved by Ecology, or BMPs that are demonstrably equivalent to BMPs contained in stormwater technical manuals published or approved by Ecology, including the proper selection, implementation, and maintenance of all applicable and appropriate BMPs for on -site pollution control. (For purposes of this section, the stormwater manuals listed in Appendix 10 of the Phase I Municipal Stormwater Permit are approved by Ecology.) D. Where construction sites also discharge to ground water, the ground water discharges must also meet the terms and conditions of this CSWGP. Permittees who discharge to ground water through an injection well must also comply with any applicable requirements of the Underground Injection Control (UIC) regulations, Chapter 173 -218 WAC. Construction Stormwater General Permit — December 1, 2010 Page 11 S4. MONITORING REQUIREMENTS, BENCHMARKS AND REPORTING TRIGGERS Table 3. Summary of Primary Monitoring Requirements Size of Soil Weekly Site Weekly Weekly Weekly pH Requires Disturbance' Inspections Sampling w/ Sampling w/ Samplingz CESCI_ Turbidity Transparency Certification? Meter Tube Sites that disturb Required Not Required Not Required Not Required No less than 1 acre, but are part of a larger Common Plan of Development Sites that disturb 1 Required Sampling Regsuired — Required Yes acre or more, but either method fewer than 5 acres Sites that disturb 5 Required Required Not Required Required Yes acres or more r A. Site Log Book The Permittee must maintain a site log book that contains a record of the implementation of the SWPPP and other permit requirements, including the installation and maintenance of BMPs, site inspections, and stormwater monitoring. B. Site Inspections The Penmittee's (operator's) site inspections must include all areas disturbed by construction activities, all BMPs, and all stormwater discharge points. (See Special Conditions S43.3 and B.4 below for detailed requirements of the Permittee's Certified Erosion and Sediment Control Lead [CESCL]). 1 ' Soil disturbance is calculated by adding together all areas affected by construction activity. Construction activity means clearing, grading, excavation, and any other activity that disturbs the surface of the land, including ingress/egress from the site. 2 If construction activity results in the disturbance of 1 acre or more, and involves significant concrete work (1,000 cubic yards of poured or recycled concrete over the life of a project) or the use of engineered soils (soil amendments including but not limited to Portland cement- treated base [CTB], cement kiln dust [CKD], or fly ash), and stormwater from the affected area drains to surface waters of the State or to a storm sewer stormwater collection system that drains to other surface waters of the State, the Permittee must conduct pH monitoring sampling in accordance with Special Condition S4.13. 3 Sites with one or more acres, but fewer than 5 acres of soil disturbance, must conduct turbidity or transparency sampling in accordance with Special Condition S4.C. ° Sites equal to or greater than 5 acres of soil disturbance must conduct turbidity sampling using a turbidity meter in accordance with Special Condition S4.C. Construction Stormwater General Permit —December 1, 2010 Page 12 Construction sites one acre or larger that discharge stormwater to surface waters of the State must have site inspections conducted by a certified CESCL. Sites less than one acre may have a person without CESCL certification conduct inspections; sampling is not required on sites that disturb less than an acre. 1. The Permittee must examine stormwater visually for the presence of suspended sediment, turbidity, discoloration, and oil sheen. The Permittee must evaluate the effectiveness of BMPs and determine if it is necessary to install, maintain, or repair BMPs to improve the quality of stormwater discharges. Based on the results of the inspection, the Permittee must correct the problems identified by: a. Reviewing the SWPPP for compliance with Special Condition S9 and making appropriate revisions within 7 days of the inspection. b. Immediately beginning the process of fully implementing and maintaining appropriate source control and/or treatment BMPs as soon as possible, addressing the problems no later than within 10 days of the inspection. If installation of necessary treatment BMPs is not feasible within 10 days, Ecology may approve additional time when an extension is requested by a Permittee within the initial 10 -day response period. c. Documenting BMP implementation and maintenance in the site log book. 2. The Permittee must inspect all areas disturbed by construction activities, all BMPs, and all stormwater discharge points at least once every calendar week and within 24 hours of any discharge from the site. (For purposes of this condition, individual discharge events that last more than one day do not require daily inspections. For example, if a stormwater pond discharges continuously over the course of a week, only one inspection is required that week.) The Permittee may reduce the inspection frequency for temporarily stabilized, inactive sites to once every calendar month. 3. The Permittee must have staff knowledgeable in the principles and practices of erosion and sediment control. The CESCL (sites one acre or more) or inspector (sites less than one acre) must have the skills to assess the: a. Site conditions and construction activities that could impact the quality of stormwater, and b. Effectiveness of erosion and sediment control measures used to control the quality of stormwater discharges. 4. The SWPPP must identify the CESCL or inspector, who must be present on site or on -call at all times. The CESCL must obtain this certification through an approved erosion and sediment control training program that meets the minimum training standards established by Ecology (see BMP C 160 in the manual referred to in Special Condition S9.C.1 and 2). Construction Stormwater General Permit — December 1, 2010 Page 13 5. The Permittee must summarize the results of each inspection in an inspection report or checklist and enter the report/checklist into, or attach it to, the site log book. At a minimum, each inspection report or checklist must include: a. Inspection date and time. b. Weather information, the general conditions during inspection and the approximate amount of precipitation since the last inspection, and precipitation within the last 24 hours. c. A summary or list of all implemented BMPs, including observations of all erosion /sediment control structures or practices. d. A description of the locations: Of BMPs inspected. ii. Of BMPs that need maintenance and why. iii. Of BMPs that failed to operate as designed or intended, and iv. Where additional or different BMPs are needed, and why. e. A description of stormwater discharged from the site. The Permittee must note the presence of suspended sediment, turbidity, discoloration, and oil sheen, as applicable. f. Any water quality monitoring performed during inspection. g. General comments and notes, including a brief description of any BMP repairs, maintenance or installations made following the inspection. h. A summary report and a schedule of implementation of the remedial actions that the Permittee plans to take if the site inspection indicates that the site is out of compliance. The remedial actions taken must meet the requirements of the SWPPP and the permit. i. The name, title, and signature of the person conducting the site inspection, a phone number or other reliable method to reach this person, and the following statement: "I certify that this report is true, accurate, and complete to the best of my knowledge and belief." C. Turbidity/ TransparencySampling_Requirements Sampling Methods a. If construction activity involves the disturbance of 5 acres or more, the Permittee must conduct turbidity sampling per Special Condition S4.C. b. If construction activity involves 1 acre or more but fewer than 5 acres of soil disturbance, the Permittee must conduct either transparency sampling or turbidity sampling per Special Condition S4.C. Construction Stormwater General Permit — December 1, 2010 Page 14 1 2. Sampling Frequency a. The Permittee must sample all discharge locations at least once every calendar week when stormwater (or authorized non - stormwater) discharges from the site or enters any on -site surface waters of the state (for example, a creek running through a site). b. Samples must be representative of the flow and characteristics of the discharge. c. Sampling is not required when there is no discharge during a calendar week. d. Sampling is not required outside of normal working hours or during unsafe conditions. e. If the Permittee is unable to sample during a monitoring period, the Permittee must include a brief explanation in the monthly Discharge Monitoring Report (DMR)• f. Sampling is not required before construction activity begins. 3. Sampling Locations a. Sampling is required at all points where stormwater associated with construction activity (or authorized non - stormwater) is discharged off site, including where it enters any on -site surface waters of the state (for example, a creek running through a site). b. The Permittee may discontinue sampling at discharge points that drain areas of the project that are fully stabilized to prevent erosion. c. The Permittee must identify all sampling point(s) on the SWPPP site map and clearly mark these points in the field with a flag, tape, stake or other visible marker. d. Sampling is not required for discharge that is sent directly to sanitary or combined sewer systems. 4. Sampling and Analysis Methods a. The Permittee performs turbidity analysis with a calibrated turbidity meter (turbidimeter) either on site or at an accredited lab. The Permittee must record the results in the site log book in nephelometric turbidity units (NTU). b. The Permittee performs transparency analysis on site with a 13/4 -inch- diameter, 60- centimeter (cm) -long transparency tube. The Permittee will record the results in the site log book in centimeters (cm). Transparency tubes are available from: b=: / /watermonitoringequip.cop /pages /stream.btm]. Construction Stormwater General Permit — December 1, 2010 Page 15 Table 4. Monitoring and Reporting Requirements Parameter Unit Analytical Method Sampling Benchmark Phone Frequency Value Reporting Trigger Value Turbidity NTU SM2130 or EPA Weekly, if 25 NTU 250 NTU 180.1 discharging Transparency cm Manufacturer Weekly, if 33 cm 6 cm instructions, or discharging Ecology guidance 5. Turbidity/Transparency Benchmark Values and Reporting Triggers The benchmark value for turbidity is 25 NTU or less. The benchmark value for transparency is 33 centimeters (cm). Note: Benchmark values do not apply to discharges to segments of water bodies on Washington State's 303(d) list (Category 5) for turbidity, fine sediment, or phosphorus; these discharges are subject to a numeric effluent limit for turbidity. Refer to Special Condition S8 for more information. a. Turbidity 26 — 249 NTU, or Transparency 32 — 7 cm: If the discharge turbidity is 26 to 249 NTU; or if discharge transparency is less than 33 cm, but equal to or greater than 6 cm, the Permittee must: i. Review the SWPPP for compliance with Special Condition S9 and make appropriate revisions within 7 days of the date the discharge exceeded the benchmark. ii. Immediately begin the process to fully implement and maintain appropriate source control and/or treatment BMPs as soon as possible, addressing the problems within 10 days of the date the discharge exceeded the benchmark. If installation of necessary treatment BMWs is not feasible within 10 days, Ecology may approve additional time when the Permittee requests an extension within the initial 10 -day response period. iii. Document BMP implementation and maintenance in the site log book. b. Turbidity 250 NTU or weater, or Transparency 6 cm or less: If a discharge point's turbidity is 250 NTU or greater, or if discharge transparency is less than or equal to 6 cm, the Permittee must complete the reporting and adaptive management process described below. i. Telephone the applicable Ecology Region's Environmental Report Tracking System (ERTS) number within 24 hours, in accordance with Special Condition S5.17. Central Region (Okanogan, Chelan, Douglas, Kittitas, Yakima, Klickitat, Benton): (509) 575 -2490 Construction Stormwater General Permit — December 1, 2010 Page 16 t J 1 1 1 I7� ,L 1 1 1 • Eastern Region (Adams, Asotin, Columbia, Ferry, Franklin, Garfield, Grant, Lincoln, Pend Oreille, Spokane, Stevens, Walla Walla, Whitman): (509) 329 -3400 • Northwest Region (Kitsap, Snohomish, Island, King, San Juan, Skagit, Whatcom): (425) 649 -7000 • Southwest Region (Grays Harbor, Lewis, Mason, Thurston, Pierce, Clark, Cowlitz, Skamania, Wahkiakum, Clallam, Jefferson, Pacific): (360) 407 -6300 These numbers are also listed at the following web site: http: / /www.ecy.wa.gov/ programs /wq/ stormwater /construction/permit.htmi ii. Review the SWPPP for compliance with Special Condition S9 and make appropriate revisions within 7 days of the date the discharge exceeded the benchmark. iii. Immediately begin the process to fully implement and maintain appropriate source control and/or treatment BMPs as soon as possible, addressing the problems within 10 days of the date the discharge exceeded the benchmark. If installation of necessary treatment BMPs is not feasible within 10 days, Ecology may approve additional time when the Permittee requests an extension within the initial 10 -day response period. iv. Document BMP implementation and maintenance in the site log book. v. Continue to sample discharges daily until: a) Turbidity is 25 NTU (or lower); or b) Transparency is 33 cm (or greater); or c) The Permittee has demonstrated compliance with the water quality limit for turbidity: 1) No more than 5 NTU over background turbidity, if background is less than 50 NTU, or 2) No more than 10% over background turbidity, if background is 50 NTU or greater; or d) The discharge stops or is eliminated. D. pH Sampling Requirements -- Significant Concrete Work or Engineered Soils If construction activity results in the disturbance of 1 acre or more, and involves significant concrete work (significant concrete work means greater than 1000 cubic yards poured concrete or recycled concrete used over the life of a project ) or the use of engineered soils (soil amendments including but not limited to Portland cement - treated base [CTB], cement kiln dust [CKD], or fly ash), and stormwater from the affected area Construction Stormwater General Permit —December 1, 2010 Page 17 drains to surface waters of the State or to a storm sewer system that drains to surface waters of the state, the Permittee must conduct pH monitoring as set forth below. Note: In addition, discharges to segments of water bodies on Washington State's 303(d) list (Category 5) for high pH are subject to a numeric effluent limit for pH; refer to Special Condition S8. 1. For sites with significant concrete work, the Permittee must begin the pH monitoring period when the concrete is first poured and exposed to precipitation, and continue weekly throughout and after the concrete pour and curing period, until stormwater pH is in the range of 6.5 to 8.5 (su). 2. For sites with engineered soils, the Permittee must begin the pH monitoring period when the soil amendments are first exposed to precipitation and must continue until the area of engineered soils is fully stabilized. 3. During the applicable pH monitoring period defined above, the Permittee must obtain a representative sample of stormwater and conduct pH analysis at least once per week. 4. The Permittee must monitor pH in the sediment trap /pond(s) or other locations that receive stormwater runoff from the area of significant concrete work or engineered soils before the stormwater discharges to surface waters. 5. The benchmark value for pH is 8.5 standard units. Anytime sampling indicates that pH is 8.5 or greater, the Permittee must either: a. Prevent the high pH water (8.5 or above) from entering storm sewer systems or surface waters; or b. If necessary, adjust or neutralize the high pH water until it is in the range of pH 6.5 to 8.5 (su) using an appropriate treatment BUT such as carbon dioxide (CO2) sparging or dry ice. The Permittee must obtain written approval from Ecology before using any form of chemical treatment other than CO2 sparging or dry ice. 6. The Permittee must perform pH analysis on site with a calibrated pH meter, pH test kit, or wide range pH indicator paper. The Permittee must record pH monitoring results in the site log book. Construction Stormwater General Permit — December 1, 2010 Page 18 1 1 1 1 1 Ll 1 S5. REPORTING AND RECORDKEEPING REQUIREMENTS A. High Turbidity Phone Reporting Anytime sampling performed in accordance with Special Condition S4.0 indicates turbidity has reached the 250 NTU phone reporting level, the Permittee must call Ecology's Regional office by phone within 24 hours of analysis. The web site is http:// www. ecy .wa.gov/programs /wq /stormwater /construction /permit.html. Also see phone numbers in Special Condition S4.C.5.b.i. B. Discharge Monitoring Reports Permittees required to conduct water quality sampling in accordance with Special Conditions S4.0 (Turbidity /Transparency), S4.D (pH), S8 (303[d]/TMDL sampling), and/or G13 (Additional Sampling) must submit the results to Ecology. Permittees must submit monitoring data using Ecology's WebDMR program. To find out more information and to sign up for WebDMR go to: http://www.ecy.wa.gov/programs/wq/Sennits/])aris/webdmr.htmi. Permittees unable to submit electronically (for example, those who do not have an internet connection) must contact Ecology to request a waiver and obtain instructions on how to obtain a paper copy DMR at: Mailing Address: Department of Ecology Water Quality Program Attn: Stormwater Compliance Specialist PO Box 47696 Olympia, WA 98504 -7696 Permittees who obtain a waiver not to use WebDMR must use the forms provided to them by Ecology; submittals must be mailed to the address above. Permittees shall submit DMR forms to be received by Ecology within 15 days following the end of each month. If there was no discharge during a given monitoring period, all Permittees must submit a DMR as required with "no discharge" entered in place of the monitoring results. For more information, contact Ecology staff using information provided at the following web site: http: / /www.ecy.wa.goy/programs /spills /response /assistancesoil %20map.pdf C. Records Retention The Permittee must retain records of all monitoring information (site log book, sampling results, inspection reports /checklists, etc.), Stormwater Pollution Prevention Plan, and any other documentation of compliance with permit requirements for the entire life of the construction project and for a minimum of three years following the termination of permit coverage. Such information must include all calibration and maintenance records, and records of all data used to complete the application for this Construction Stormwater General Permit — December 1, 2010 Page 19 permit. This period of retention must be extended during the course of any unresolved litigation regarding the discharge of pollutants by the Permittee or when requested by Ecology. D. Recording Results For each measurement or sample taken, the Permittee must record the following information: 1. Date, place, method, and time of sampling or measurement. 2. The first and last name of the individual who performed the sampling or measurement. 3. The date(s) the analyses were performed. 4. The first and last name of the individual who performed the analyses. 5. The analytical techniques or methods used. 6. The results of all analyses. E. Additional Monitoring by the Permittee If the Permittee monitors any pollutant more frequently than required by this permit using test procedures specified by Special Condition S4 of this permit, the results of this monitoring must be included in the calculation and reporting of the data submitted in the Permittee's DMR. F. Noncompliance Notification In the event the Permittee is unable to comply with any part of the terms and conditions of this permit, and the resulting noncompliance may cause a threat to human health or the environment, the Permittee must: 1. Immediately notify Ecology of the failure to comply by calling the applicable Regional office ERTS phone number (find at http• / /www ecy wa gov /prouams /spills/ response /assistancesoil %20map.pdf) or refer to Special Condition S4.C.5.b.i. 2. Immediately take action to prevent the discharge /pollution, or otherwise stop or correct the noncompliance, and, if applicable, repeat sampling and analysis of any noncompliance immediately and submit the results to Ecology within five (5) days of becoming aware of the violation. 3. Submit a detailed written report to Ecology within five (5) days, unless requested earlier by Ecology. The report must contain a description of the noncompliance, including exact dates and times, and if the noncompliance has not been corrected, the anticipated time it is expected to continue; and the steps taken or planned to reduce, eliminate, and prevent reoccurrence of the noncompliance. Construction Stormwater General Permit — December 1, 2010 Page 20 u w 1 1 1 The Penmittee must report any unanticipated bypass and/or upset that exceeds any effluent limit in the permit in accordance with the 24 -hour reporting requirement contained in 40 C.F.R. 122.41(1)(6)). Compliance with these requirements does not relieve the Permittee from responsibility to maintain continuous compliance with the terms and conditions of this permit or the resulting liability for failure to comply. Refer to Section G14.of this permit for specific information regarding non - compliance. G. Access to Plans and Records 1. The Permittee must retain the following permit documentation (plans and records) on site, or within reasonable access to the site, for use by the operator or for on -site review by Ecology or the local jurisdiction: a. General Permit. b. Permit Coverage Letter. c. Stormwater Pollution Prevention Plan (SWPPP). d. Site Log Book. 2. The Permittee must address written requests for plans and records listed above (Special Condition S5.G.1) as follows: a. The Permittee must provide a copy of plans and records to Ecology within 14 days of receipt of a written request from Ecology. b. The Permittee must provide a copy of plans and records to the public when requested in writing. Upon receiving a written request from the public for the Permittee's plans and records, the Permittee must either: i. Provide a copy of the plans and records to the requester within 14 days of . a receipt of the written request; or ii. Notify the requester within 10 days of receipt of the written request of the location and times within normal business hours when the plans and records may be viewed; and provide access to the plans and records within 14 days of receipt of the written request; or Within 14 days of receipt of the written request, the Permittee may submit a copy of the plans and records to Ecology for viewing and/or copying by the requester at an Ecology office, or a mutually agreed location. If plans and records are viewed and/or copied at a location other than at an Ecology office, the Permittee will provide reasonable access to copying services for which a reasonable fee may be charged. The Permittee must notify the requester within 10 days of receipt of the request where the plans and records may be viewed and/or copied. Construction Stormwater General Permit — December 1, 2010 Page 21 S6. PERMIT FEES The Permittee must pay permit fees assessed by Ecology. Fees for stormwater discharges covered under this permit are established by Chapter 173 -224 WAC. Ecology continues to assess permit fees until the permit is terminated in accordance with Special Condition S10 or revoked in accordance with General Condition G5. S7. SOLID AND LIQUID WASTE DISPOSAL The Permittee must handle and dispose of solid and liquid wastes generated by construction activity, such as demolition debris, construction materials, contaminated materials, and waste materials from maintenance activities, including liquids and solids from cleaning catch basins and other stormwater facilities, in accordance with: A. Special Condition S3, Compliance with Standards. B. WAC 173- 216 -110. C. Other applicable regulations. S8. DISCHARGES TO 303(D) OR TMDL WATER BODIES A. Sampling and Numeric Effluent Limits For Certain Discharges to 303(d)- listed Water Bodies 1. Permittees who discharge to segments of water bodies listed as impaired by the State of Washington under Section 303(d) of the Clean Water Act for turbidity, fine sediment, high pH, or phosphorus, must conduct water quality sampling according to the requirements of this section, and Special Conditions S4.C.2.b -f and S4.C.3.b -d, and must comply with the applicable numeric effluent limitations in S8.0 and S8.13. 2. All references and requirements associated with Section 303(d) of the Clean Water Act mean the most current listing by Ecology of impaired waters (Category 5) that exists on January 1, 2011, or the date when the operator's complete permit application is received by Ecology, whichever is later. B. Limits on Coverage for New Discharges to TMDL or 303(d) -listed Waters Operators of construction sites that discharge to a 303(d)- listed water body are not eligible for coverage under this permit unless the operator: 1. Prevents exposing stormwater to pollutants for which the water body is impaired, and retains documentation in the SWPPP that details procedures taken to prevent exposure on site; or 2. Documents that the pollutants for which the water body is impaired are not present at the site, and retains documentation of this finding within the SWPPP; or Construction Stormwater General Permit —December 1, 2010 Page 22 l 1 1 1 3. Provides Ecology with data indicating the discharge is not expected to cause or contribute to an exceedance of a water quality standard, and retains such data on site with the S WPPP. The operator must provide data and other technical information to Ecology that sufficiently demonstrate: a. For discharges to waters without an EPA - approved or - established TMDL, that the discharge of the pollutant for which the water is impaired will meet in- stream water quality criteria at the point of discharge to the water body; or b. For discharges to waters with an EPA - approved or - established TMDL, that there is sufficient remaining wasteload allocation in the TMDL to allow construction stormwater discharge and that existing dischargers to the water body are subject to compliance schedules designed to bring the water body into attainment with water quality standards. Operators of construction sites are eligible for coverage under this permit if Ecology issues permit coverage based upon an affirmative determination that the discharge will not cause or contribute to the existing impairment. C. Sampling and Numeric Effluent Limits for Discharges to Water Bodies on the 303(d) List for Turbidity, Fine Sediment, or Phosphorus 1. Permittees who discharge to segments of water bodies on the 303(d) list (Category 5) for turbidity, fine sediment, or phosphorus must conduct turbidity sampling in accordance with Special Condition S4.C.2 and comply with either of the numeric effluent limits noted in Table 5 below. 2. As an alternative to the 25 NTU effluent limit noted in Table 5 below (applied at the point where stormwater [or authorized non- stormwater] is discharged off - site), permittees may choose to comply with the surface water quality standard for turbidity. The standard is: no more than 5 NTU over background turbidity when the background turbidity is 50 NTU or less, or no more than a 10% increase in turbidity when the background turbidity is more than 50 NTU. In order to use the water quality standard requirement, the sampling must take place at the following locations: a. Background turbidity in the 303(d)- listed receiving water immediately upstream (upgradient) or outside the area of influence of the discharge. b. Turbidity at the point of discharge into the 303(d)- listed receiving water, inside the area of influence of the discharge. 3. Discharges that exceed the numeric effluent limit for turbidity constitute a violation of this permit. 4. Permittees whose discharges exceed the numeric effluent limit shall sample discharges daily until the violation is corrected and comply with the non- compliance notification requirements in Special Condition S5.17. Construction Stormwater General Permit —December 1, 2010 Page 23 Table 5. Turbidity, Fine Sediment & Phosphorus Sampling and Limits for 303(d)- Listed Waters Parameter identified in 303(d) listing Parameter Sampled Unit Analytical Method Sampling Frequency Numeric Effluent Limit' • Turbidity Turbidity NTU SM2130 or Weekly, if 25 NTU, at the point • Fine Sediment Weekly, if In the range of 6.5 — EPA180.1 discharging where stormwater is • Phosphorus 8.5 discharged from the site; OR In compliance with the surface water quality standard for turbidity (S8.C.1.a) 'Permittees subject to a numeric effluent limit for turbidity may, at their discretion, choose either numeric effluent limitation based on site - specific considerations including, but not limited to, safety, access and convenience. 1 D. Discharges to Water Bodies on the 303(d) List for High pH 1. Permittees who discharge to segments of water bodies on the 303(d) list (Category 5) for high pH must conduct pH sampling in accordance with the table below, and comply with the numeric effluent limit of pH 6.5 to 8.5 su (Table 6). It Table 6. pH Sampling and Limits for 303(d)- Listed Waters Parameter identified in Parameter, . Analytical Sampling . Numeric Effluent 303(d) listing " Sampled /Units Method Frequency Limit High pH pH /Standard pH meter Weekly, if In the range of 6.5 — Units discharging 8.5 2. At the Permittee's discretion, compliance with the limit shall be assessed at one of the following locations: a. Directly in the 303(d)- listed water body segment, inside the immediate area of influence of the discharge; or b. Alternatively, the permiee may measure pH at the point where the discharge leaves the construction site, rather than in the receiving water. 1 3. Discharges that exceed the numeric effluent limit for pH (outside the range of 6.5 — I' 8.5 su) constitute a violation of this permit. 4. Permittees whose discharges exceed the numeric effluent limit shall sample discharges daily until the violation is corrected and comply with the non- compliance notification requirements in Special Condition S5.17. Construction Stormwater General Permit — December 1, 2010 Page 24 I � I ' E. Sampling and Limits for Sites Discharging to Waters Covered by a TMDL or Another Pollution Control Plan 1. Discharges to a water body that is subject to a Total Maximum Daily Load (TMDL) for turbidity, fine sediment, high pH, or phosphorus must be consistent with the TMDL. Refer to http : / /www.ecy.wa.gov/proprams/wq /tmdl /index.html for more information on TMDLs. a. Where an applicable TMDL sets specific waste load allocations or requirements for discharges covered by this permit, discharges must be consistent with any specific waste load allocations or requirements established by the applicable TMDL. i. The Permittee must sample discharges weekly of as otherwise specified by the TMDL to evaluate compliance with the specific waste load allocations or requirements. ii. Analytical methods used to meet the monitoring requirements must conform to the latest revision of the Guidelines Establishing Test Procedures for the Analysis of Pollutants contained in 40 CFR Part 136. Turbidity and pH methods need not be accredited or registered unless conducted at a laboratory which must otherwise be accredited or registered. b. Where an applicable TMDL has established a general waste load allocation for construction stormwater discharges, but has not identified specific requirements, compliance with Special Conditions S4 (Monitoring) and S9 (SWPPPs) will constitute compliance with the approved TMDL. c. Where an applicable TMDL has not specified a waste load allocation for construction stormwater discharges, but has not excluded these discharges, compliance with Special Conditions S4 (Monitoring) and S9 (SWPPPs) will constitute compliance with the approved TMDL. d. Where an applicable TMDL specifically precludes or prohibits discharges from construction activity, the operator is not eligible for coverage under this permit. 2. Applicable TMDL means a TMDL for turbidity, fine sediment, high pH, or phosphorus that is completed and approved by EPA before January 1, 2011, or before the date the operator's complete permit application is received by Ecology, whichever is later. TMDLs completed after the operator's complete permit application is received by Ecology become applicable to the Permittee only if they are imposed through an administrative order by Ecology, or through a modification of permit coverage. Construction Stormwater General Permit— December 1, 2010 Page 25 S9. STORMWATER POLLUTION PREVENTION PLAN The Permittee must prepare and properly implement an adequate Stormwater Pollution Prevention Plan ( SWPPP) for construction activity in accordance with the requirements of this permit beginning with initial soil disturbance and until final stabilization. A. The Permittee's SWPPP must meet the following objectives: 1. To implement best management practices (BMPs) to prevent erosion and sedimentation, and to identify, reduce, eliminate or prevent stormwater contamination and water pollution from construction activity. 2. To prevent violations of surface water quality, ground water quality, or sediment management standards. 3. To control peak volumetric flow rates and velocities of stormwater discharges. B. General Requirements 1. The SWPPP must include a narrative and drawings. All BMPs must be clearly referenced in the narrative and marked on the drawings. The SWPPP narrative must include documentation to explain and justify the pollution prevention decisions made for the project. Documentation must include: a. Information about existing site conditions (topography, drainage, soils, vegetation, etc.). b. Potential erosion problem areas. c. The 12 elements of a SWPPP in Special Condition S9.13.1 -12, including BMPs used to address each element. d. Construction phasing/sequence and general BMP implementation schedule. e. The actions to be taken if BMP performance goals are not achieved —for example, a contingency plan for additional treatment and/or storage of stormwater that would violate the water quality standards if discharged. f. Engineering calculations for ponds and any other designed structures. 2. The Permittee must modify the SWPPP if, during inspections or investigations conducted by the owner /operator, or the applicable local or state regulatory authority, it is determined that the SWPPP is, or would be, ineffective in eliminating or significantly minimizing pollutants in stormwater discharges from the site. The Permittee must then: a. Review the SWPPP for compliance with Special Condition S9 and make appropriate revisions within 7 days of the inspection or investigation. b. Immediately begin the process to fully implement and maintain appropriate source control and/or treatment BMPs as soon as possible, addressing the problems no later than 10 days from the inspection or investigation. If Construction Stormwater General Permit – December 1, 2010 Page 26 t 1 1 installation of necessary treatment BMPs is not feasible within 10 days, Ecology may approve additional time when an extension is requested by a Permittee within the initial 10 -day response period, c. Document BMP implementation and maintenance in the site log book. The Permittee must modify the SWPPP whenever there is a change in design, construction, operation, or maintenance at the construction site that has, or could have, a significant effect on the discharge of pollutants to waters of the State. C. Stormwater Best Management Practices (BMPs) BMPs must be consistent with: 1. Stormwater Management Manual for Western Washington (most recent edition), for sites west of the crest of the Cascade Mountains; or 2. Stormwater Management Manual for Eastern Washington (most recent edition), for sites east of the crest of the Cascade Mountains; or 3. Revisions to the manuals listed in Special Condition S9.C.1. & 2., or other stormwater management guidance documents or manuals which provide an equivalent level of pollution prevention, that are approved by Ecology and incorporated into this permit in accordance with the permit modification requirements of WAC 173- 226 -230; or 4. Documentation in the SWPPP that the BMPs selected provide an equivalent level of pollution prevention, compared to the applicable Stormwater Management Manuals, including: a. The technical basis for the selection of all stormwater BMPs (scientific, technical studies, and/or modeling) that support the performance claims for the BMPs being selected. b. An assessment of how the selected BMP will satisfy AKART requirements and the applicable federal technology -based treatment requirements under 40 CFR part 125.3. D. SWPPP — Narrative Contents and Requirements The Permittee must include each of the 12 elements below in Special Condition S9.D.1- 12 in the narrative of the SWPPP and implement them unless site conditions render the element unnecessary and the exemption from that element is clearly justified in the SWPPP. 1. Preserve Vegetation/Mark Clearing Limits a. Before beginning land- disturbing activities, including clearing and grading, clearly mark all clearing limits, sensitive areas and their buffers, and trees that are to be preserved within the construction area. Construction Stormwater General Permit — December 1, 2010 Page 27 b. Retain the duff layer, native top soil, and natural vegetation in an undisturbed state to the maximum degree practicable. 2. Establish Construction Access a. Limit construction vehicle access and exit to one route, if possible. b. Stabilize access points with a pad of quarry spalls, crushed rock, or other equivalent BMPs, to minimize tracking sediment onto roads. c. Locate wheel wash or tire baths on site, if the stabilized construction entrance is not effective in preventing tracking sediment onto roads. d. If sediment is tracked off site, clean the affected roadway thoroughly at the end of each day, or more frequently as necessary (for example, during wet weather). Remove sediment from roads by shoveling, sweeping, or pickup and transport of the sediment to a controlled sediment disposal area. e. Conduct street washing only after sediment removal in accordance with Special Condition S9.13.2.d. Control street wash wastewater by pumping back on site or otherwise preventing it from discharging into systems tributary to waters of the State. 3. Control Flow Rates a. Protect properties and waterways downstream of development sites from erosion and the associated discharge of turbid waters due to increases in the velocity and peak volumetric flow rate of stormwater runoff from the project site, as required by local plan approval authority. b. Where necessary to comply with Special Condition S9.D.3.a, construct stormwater retention or detention facilities as one of the first steps in grading. Assure that detention facilities function properly before constructing site improvements (for example, impervious surfaces). c. If permanent infiltration ponds are used for flow control during construction, protect these facilities from siltation during the construction phase. 4. Install Sediment Controls The Permittee must design, install and maintain effective erosion controls and sediment controls to minimize the discharge of pollutants. At a minimum, the Permittee must design, install and maintain such controls to: a. Construct sediment control BMPs (sediment ponds, traps, filters, etc.) as one of the first steps in grading. These BMPs must be functional before other land disturbing activities take place. b. Minimize sediment discharges from the site. The design, installation and maintenance of erosion and sediment controls must address factors such as the amount, frequency, intensity and duration of precipitation, the nature of Construction Stormwater General Permit — December 1, 2010 Page 28 C: ,l 1 resulting stormwater runoff, and soil characteristics, including the range of soil particle sizes expected to be present on the site. c. Direct stormwater runoff from disturbed areas through a sediment pond or other appropriate sediment removal BMP, before the runoff leaves a construction site or before discharge to an infiltration facility. Runoff from fully stabilized areas may be discharged without a sediment removal BMP, but must meet the flow control performance standard of Special Condition S9.D.3.a. d. Locate BMPs intended to trap sediment on site in a manner to avoid interference with the movement of juvenile salmonids attempting to enter oil channel areas or drainages. e. Provide and maintain natural buffers around surface waters, direct stormwater to vegetated areas to increase sediment removal and maximize stormwater infiltration, unless infeasible. f. Where feasible, design outlet structures that withdraw impounded stormwater from the surface to avoid discharging sediment that is still suspended lower in the water column. 5. Stabilize Soils a. The Permittee must stabilize exposed and unworked soils by application of effective BMPs that prevent erosion. Applicable BMPs include, but are not limited to: temporary and permanent seeding, sodding, mulching, plastic covering, erosion control fabrics and matting, soil application of polyacrylamide (PAM), the early application of gravel base on areas to be paved, and dust control. b. The Permittee must control stormwater volume and velocity within the site to minimize soil erosion. c. The Permittee must control stormwater discharges, including both peak flow rates and total stormwater volume, to minimize erosion at outlets and to minimize downstream channel and stream bank erosion. d. Depending on the geographic location of the project, the Permittee must not allow soils to remain exposed and unworked for more than the time periods set forth below to prevent erosion: West of the Cascade Mountains Crest During the dry season (May 1 - Sept. 30): 7 days During the wet season (October 1 - April 30): 2 days East of the Cascade Mountains Crest, except for Central Basin* During the dry season (July 1 - September 30): 10 days During the wet season (October 1 - June 30): 5 days The Central Basin *, East of the Cascade Mountains Crest Construction Stormwater General Permit — December 1, 2010 Page 29 A During-the dry Season (July 1 - September 30): 30 days During the wet season (October 1 - June 30): 15 days *Note: The Central Basin is defined as the portions of Eastern Washington with mean annual precipitation of less than 12 inches. e. The Permittee must stabilize soils at the end of the shift before a holiday or weekend if needed based on the weather forecast. f. The Permittee must stabilize soil stockpiles from erosion, protected with sediment trapping measures, and where possible, be located away from storm drain inlets, waterways, and drainage channels. g. The Permittee must minimize the amount of soil exposed during construction activity. h. The Permittee must minimize the disturbance of steep slopes. The Permittee must minimize soil compaction and, unless infeasible, preserve topsoil. Protect Slopes a. The Permittee must design and construct cut -and -fill slopes in a manner to minimize erosion. Applicable practices include, but are not limited to, reducing continuous length of slope with terracing and diversions, reducing slope steepness, and roughening slope surfaces (for example, track walking). b. The Permittee must divert off -site stormwater (run -on) or ground water away from slopes and disturbed areas with interceptor dikes, pipes, and/or swales. Off -site stormwater should be managed separately from stormwater generated on the site. c. At the top of slopes, collect drainage in pipe slope drains or protected channels to prevent erosion. i. West of the Cascade Mountains Crest: Temporary pipe slope drains must handle the peak 10- minute velocity of flow from a Type 1 A, 10 -year, 24- hour frequency storm for the developed condition. Alternatively, the 10- year, 1 -hour flow rate predicted by an approved continuous runoff model, increased by a factor of 1.6, may be used. The hydrologic analysis must use the existing land cover condition for predicting flow rates from tributary areas outside the project limits. For tributary areas on the project site, the analysis must use the temporary or permanent project land cover condition, whichever will produce the highest flow rates. If using the Western Washington Hydrology Model (WWHM) to predict flows, bare soil areas should be modeled as "landscaped area." Construction Stormwater General Permit — December 1, 2010 Page 30 L7 1 ii. East of the Cascade Mountains Crest: Temporary pipe slope drains must handle the expected peak flow velocity from a 6 -month, 3 -hour storm for the developed condition, referred to as the short duration storm. d. Place excavated material on the uphill side of trenches, consistent with safety and space considerations. e. Place check dams at regular intervals within constructed channels that are cut down a slope. 7. Protect Drain Inlets a. Protect all storm drain inlets made operable during construction so that stormwater runoff does not enter the conveyance system without first being filtered or treated to remove sediment. b. Clean or remove and replace inlet protection devices when sediment has filled one -third of the available storage (unless a different standard is specified by the product manufacturer). 8. Stabilize Channels and Outlets a. Design, construct and stabilize all on -site conveyance channels to prevent erosion from the following expected peak flows: i. West of the Cascade Mountains Crest: Channels must handle the peak 10- minute velocity of flow from a Type IA, 10 -year, 24 -hour frequency storm for the developed condition. Alternatively, the 10 -year, 1 -hour flow rate indicated by an approved continuous runoff model, increased by a factor of 1.6, may be used. The hydrologic analysis must use the existing land cover condition for predicting flow rates from tributary areas outside the project limits. For tributary areas on the project site, the analysis must use the temporary or permanent project land cover condition, whichever will produce the highest flow rates. If using the W WHM to predict flows, bare soil areas should be modeled as "landscaped area." ii. East of the Cascade Mountains Crest: Channels must handle the expected peak flow velocity from a 6 -month, 3 -hour storm for the developed condition, referred to as the short duration storm. b. Provide stabilization, including armoring material, adequate to prevent erosion of outlets, adjacent stream banks, slopes, and downstream reaches at the outlets of all conveyance systems. 9. Control Pollutants Design, install, implement and maintain effective pollution prevention measures to minimize the discharge of pollutants. The Permittee must: Construction Storm-water General Permit —December 1, 2010 Page 31 a. Handle and dispose of all pollutants, including waste materials and demolition debris that occur on site in a manner that does not cause contamination of stormwater. b. Provide cover, containment, and protection from vandalism for all chemicals, liquid products, petroleum products, and other materials that have the potential to pose a threat to human health or the environment. On -site fueling tanks must include secondary containment. Secondary containment means placing tanks or containers within an impervious structure capable of containing 110% of the volume contained in the largest tank within the containment structure. Double - walled tanks do not require additional secondary containment. c. Conduct maintenance, fueling, and repair of heavy equipment and vehicles using spill prevention and control measures. Clean contaminated surfaces immediately following any spill incident. d. Discharge wheel wash or tire bath wastewater to a separate on -site treatment system that prevents discharge to surface water, such as closed -loop recirculation or upland land application, or to the sanitary sewer with local sewer district approval. e. Apply fertilizers and pesticides in a manner and at application rates that will not result in loss of chemical to stormwater runoff. Follow manufacturers' label requirements for application rates and procedures. f. Use BMPs to prevent contamination of stormwater runoff by pH- modifying sources. The sources for this contamination include, but are not limited to: bulk cement, cement kiln dust, fly ash, new concrete washing and curing waters, waste streams generated from concrete grinding and sawing, exposed aggregate processes, dewatering concrete vaults, concrete pumping and mixer washout waters. (Also refer to the definition for "concrete wastewater" in Appendix A -- Definitions.) g. Adjust the pH of stormwater if necessary to prevent violations of water quality standards. h. Assure that washout of concrete trucks is performed offsite or in designated concrete washout areas only. Do not wash out concrete trucks onto the ground, or into storm drains, open ditches, streets, or streams. Do not dump excess concrete on site, except in designated concrete washout areas. Concrete spillage or concrete discharge to surface waters of the State is prohibited. i. Obtain written approval from Ecology before using chemical treatment other than CO2 or dry ice to adjust pH. 10. Control Dewatering a. Permittees must discharge foundation, vault, and trench dewatering water, which have characteristics similar to stormwater runoff at the site, into a Construction Stormwater General Permit — December 1, 2010 Page 32 �J d LI controlled conveyance system before discharge to a sediment trap or sediment pond. b. Permittees may discharge clean, non - turbid dewatering water, such as well - point ground water, to systems tributary to, or directly into surface waters of the State, as specified in Special Condition S9.13.8, provided the dewatering flow does not cause erosion or flooding of receiving waters. Do not route clean dewatering water through stormwater sediment ponds. Note that "surface waters of the State" may exist on a construction site as well as off site; for example, a creek running through a site. c. Other treatment or disposal options may include: i. Infiltration. ii. Transport off site in a vehicle, such as a vacuum flush truck, for legal disposal in a manner that does not pollute state waters. iii. Ecology- approved on -site chemical treatment or other suitable treatment technologies. iv. Sanitary or combined sewer discharge with local sewer district approval, if there is no other option. v. Use of a sedimentation bag with discharge to a ditch or swale for small volumes of localized dewatering. d. Permittees must handle highly turbid or contaminated dewatering water separately from stormwater. 11. Maintain BMPs a. Permittees must maintain and repair all temporary and permanent erosion and sediment control BMPs as needed to assure continued performance of their intended function in accordance with BMP specifications. b. Permittees must remove all temporary erosion and sediment control BMPs within 30 days after achieving final site stabilization or after the temporary BMPs are no longer needed. 12. Manage the Project a. Phase development projects to the maximum degree practicable and take into account seasonal work limitations. b. Inspection and monitoring -- Inspect, maintain and repair all BMPs as needed to assure continued performance of their intended function. Conduct site inspections and monitoring in accordance with Special Condition S4. c. Maintaining an updated construction SWPPP -- Maintain, update, and implement the SWPPP in accordance with Special Conditions S3, S4 and S9. Construction Stormwater General Permit — December 1, 2010 Page 33 SWPPP — Map Contents and Requirements The Permittee's SWPPP must also include a vicinity map or general location map (for example, a USGS quadrangle map, a portion of a county or city map, or other appropriate map) with enough detail to identify the location of the construction site and receiving waters within one mile of the site. The SWPPP must also include a legible site map (or maps) showing the entire construction site. The following features must be identified, unless not applicable due to site conditions: The direction of north, property lines, and existing structures and roads. Cut and fill slopes indicating the top and bottom of slope catch lines. Approximate slopes, contours, and direction of stormwater flow before and after major grading activities. Locations of structural and nonstructural controls (BMPs) identified in the SWPPP. Locations of off -site material, stockpiles, waste storage, borrow areas, and vehicle /equipment storage areas. Locations of all surface water bodies, including wetlands. Locations where stormwater or non- stormwater discharges off -site and/or to a surface water body, including wetlands. Location of water quality sampling station(s), if sampling is required by state or local permitting authority. Areas where final stabilization has been accomplished and no further construction - phase permit requirements apply. The site is eligible for termination of coverage when it has met any of the following conditions: The site has undergone final stabilization, the Permittee has removed all temporary BMPs (except biodegradable BMPs clearly manufactured with the intention for the material to be left in place and not interfere with maintenance or land use), and all stormwater discharges associated with construction activity have been eliminated; All portions of the site that have not undergone final stabilization per Special Condition S 10.A.1 have been sold and/or transferred (per General Condition G9), and the Permittee no longer has operational control of the construction activity; or Construction Stormwater General Permit — December 1, 2010 Page 34 3. For residential construction only, the Pennittee has completed temporary stabilization and the homeowners have taken possession of the residences. B. When the site is eligible for termination, the Permittee must submit a complete and accurate Notice of Termination (NOT) form, signed in accordance with General Condition G2, to: Department of Ecology Water Quality Program - Construction Stormwater PO Box 47696 Olympia, Washington 98504 -7696 The termination is effective on the date Ecology receives the NOT form, unless Ecology notifies the Permittee within 30 days that termination request is denied because the Permittee has not met the eligibility requirements in Special Condition S10.A. Permittees transferring the property to a new property owner or operator /permittee are required to complete and submit the Notice of Transfer form to Ecology, but are not required to submit a Notice of Termination form for this type of transaction. Construction Stormwater General Permit —December 1, 2010 Page 35 GENERAL CONDITIONS G1. DISCHARGE VIOLATIONS All discharges and activities authorized by this general permit must be consistent with the terms and conditions of this general permit. Any discharge of any pollutant more frequent than or at a level in excess of that identified and authorized by the general permit must constitute a violation of the terms and conditions of this permit. G2. SIGNATORY REQUIREMENTS A. All permit applications must bear a certification of correctness to be signed: 1. In the case of corporations, by a responsible corporate officer of at least the level of vice president of a corporation; 2. In the case of a partnership, by a general partner of a partnership; 3. In the case of sole proprietorship, by the proprietor; or 4. In the case of a municipal, state, or other public facility, by either a principal executive officer or ranking elected official. B. All reports required by this permit and other information requested by Ecology must be signed by a person described above or by a duly authorized representative of that person. A person is a duly authorized representative only if: 1. The authorization is made in writing by a person described above and submitted to the Ecology. 2. The authorization specifies either an individual or a position having responsibility for the overall operation of the regulated facility, such as the position of plant manager, superintendent, position of equivalent responsibility, or an individual or position having overall responsibility for environmental matters. C. Changes to authorization. If an authorization under paragraph G2.13.2 above is no longer accurate because a different individual or position has responsibility for the overall operation of the facility, a new authorization satisfying the requirements of paragraph G2.B.2 above must be submitted to Ecology prior to or together with any reports, information, or applications to be signed by an authorized representative. D. Certification. Any person signing a document under this section must make the following certification: "I certify under penalty of law, that this document and all attachments were prepared under my direction or supervision in accordance with a system designed to assure that qualified personnel properly gathered and evaluated the information submitted. Based on my inquiry of the person or persons who manage the system, or those persons directly responsible for gathering Construction Stormwater General Permit — December 1, 2010 Page 36 information, the information submitted is, to the best of my knowledge and belief, true, accurate, and complete. I am aware that there are significant penalties for submitting false information, including the possibility of fine and imprisonment for knowing violations." G3. RIGHT OF INSPECTION AND ENTRY The Permittee must allow an authorized representative of Ecology, upon the presentation of credentials and such other documents as may be required by law: A. To enter upon the premises where a discharge is located or where any records are kept under the terms and conditions of this permit. B. To have access to and copy — at reasonable times and at reasonable cost -- any records required to be kept under the terms and conditions of this permit. C. To inspect -- at reasonable times — any facilities, equipment (including monitoring and control equipment), practices, methods, or operations regulated or required under this permit. D. To sample or monitor — at reasonable times — any substances or parameters at any location for purposes of assuring permit compliance or as otherwise authorized by the Clean Water Act. G4. GENERAL PERMIT MODIFICATION AND REVOCATION This permit may be modified, revoked and reissued, or terminated in accordance with the provisions of Chapter 173 -226 WAC. Grounds for modification, revocation and reissuance, or termination include, but are not limited to, the following: A. When a change occurs in the technology or practices for control or abatement of pollutants applicable to the category of dischargers covered under this permit. B. When effluent limitation guidelines or standards are promulgated pursuant to the CWA or Chapter 90.48 RCW, for the category of dischargers covered under this permit. C. When a water quality management plan containing requirements applicable to the category of dischargers covered under this permit is approved, or D. When information is obtained that indicates cumulative effects on the environment from dischargers covered under this permit are unacceptable. G5. REVOCATION OF COVERAGE UNDER THE PERMIT Pursuant to Chapter 43.21B RCW and Chapter 173 -226 WAC, the Director may terminate coverage for any discharger under this permit for cause. Cases where coverage may be terminated include, but are not limited to, the following: Construction Stormwater General Permit —December 1, 2010 Page 37 1 f A. Violation of any term or condition of this permit. B. Obtaining coverage under this permit by misrepresentation or failure to disclose fully all relevant facts. C. A change in any condition that requires either a temporary or permanent reduction or elimination of the permitted discharge. D. Failure or refusal of the Permittee to allow entry as required in RCW 90.48.090. E. A determination that the permitted activity endangers human health or the environment, or contributes to water quality standards violations. F. Nonpayment of permit fees or penalties assessed pursuant to RCW 90.48.465 and Chapter 173 -224 WAC. G. Failure of the Permittee to satisfy the public notice requirements of WAC 173 -226- 130(5), when applicable. The Director may require any discharger under this permit to apply for and obtain coverage under an individual permit or another more specific general permit. Permittees who have their coverage revoked for cause according to WAC 173 -226 -240 may request temporary coverage under this permit during the time an individual permit is being developed, provided the request is made within ninety (90) days from the time of revocation and is submitted along with a complete individual permit application form. G6. REPORTING A CAUSE FOR MODIFICATION The Permittee must submit a new application, or a supplement to the previous application, whenever a material change to the construction activity or in the quantity or type of discharge is anticipated which is not specifically authorized by this permit. This application must be submitted at least sixty (60) days prior to any proposed changes. Filing a request for a permit modification, revocation and reissuance, or termination, or a notification of planned changes or anticipated noncompliance does not relieve the Permittee of the duty to comply with the existing permit until it is modified or reissued. G7. COMPLIANCE WITH OTHER LAWS AND STATUTES Nothing in this permit will be construed as excusing the Permittee from compliance with any applicable federal, state, or local statutes, ordinances, or regulations. G8. DUTY TO REAPPLY The Permittee must apply for permit renewal at least 180 days prior to the specified expiration date of this permit. Construction Stormwater General Permit — December 1, 2010 Page 38 G9. TRANSFER OF GENERAL PERMIT COVERAGE Coverage under this general permit is automatically transferred to a new discharger, including operators of lots /parcels within a common plan of development or sale, if: A. A written agreement (Transfer of Coverage Form) between the current discharger ( Pennittee) and new discharger, signed by both parties and containing a specific date for transfer of permit responsibility, coverage, and liability is submitted to the Director; and B. The Director does not notify the current discharger and new discharger of the Director's intent to revoke coverage under the general permit. If this notice is not given, the transfer is effective on the date specified in the written agreement. When a current discharger ( Permittee) transfers a portion of a permitted site, the current discharger must also submit an updated application form (NOl) to the Director indicating the remaining permitted acreage after the transfer. G10. REMOVED SUBSTANCES The Permittee must not re- suspend or reintroduce collected screenings, grit, solids, sludges, filter backwash, or other pollutants removed in the course of treatment or control of stormwater to the final effluent stream for discharge to state waters. G11. DUTY TO PROVIDE INFORMATION The Permittee must submit to Ecology, within a reasonable time, all information that Ecology may request to determine whether cause exists for modifying, revoking and reissuing, or terminating this permit or to determine compliance with this permit. The Permittee must also submit to Ecology, upon request, copies of records required to be kept by this permit [40 CFR 122.41(h)]. G12. OTHER REQUIREMENTS OF 40 CFR All other requirements of 40 CFR 122.41 and 122.42 are incorporated in this permit by reference. G13. ADDITIONAL MONITORING Ecology may establish specific monitoring requirements in addition to those contained in this permit by administrative order or permit modification. Construction Stormwater General Permit — December 1, 2010 Page 39 LJ i 1 G14. PENALTIES FOR VIOLATING PERMIT CONDITIONS Any person who is found guilty of willfully violating the terms and conditions of this permit shall be deemed guilty of a crime, and upon conviction thereof shall be punished by a fine of up to ten thousand dollars ($10,000) and costs of prosecution, or by impri sonment in the discretion of the court. Each day upon which a willful violation occurs may be deemed a separate and additional violation. Any person who violates the terms and conditions of a waste discharge permit shall incur, in addition to any other penalty as provided by law, a civil penalty in the amount of up to ten thousand dollars ($10,000) for every such violation. Each and every such violation shall be a separate and distinct offense, and in case of a continuing violation, every day's continuance shall be deemed to be a separate and distinct violation. G15. UPSET Definition — "Upset" means an exceptional incident in which there is unintentional and temporary noncompliance with technology -based permit effluent limitations because of factors beyond the reasonable control of the Permittee. An upset does not include noncompliance to the extent caused by operational error, improperly designed treatment facilities, inadequate treatment facilities, lack of preventive maintenance, or careless or improper operation. An upset constitutes an affirmative defense to an action brought for noncompliance with such technology -based permit effluent limitations if the requirements of the following paragraph are met. A Permittee who wishes to establish the affirmative defense of upset must demonstrate, through properly signed, contemporaneous operating logs or other relevant evidence that: 1) an upset occurred and that the Permittee can identify the cause(s) of the upset; 2) the permitted facility was being properly operated at the time of the upset; 3) the Permittee submitted notice of the upset as required in Special Condition S5.F, and; 4) the Permittee complied with any remedial measures required under this permit. In any enforcement proceeding, the Permittee seeking to establish the occurrence of an upset has the burden of proof. G16. PROPERTY RIGHTS This permit does not convey any property rights of any sort, or any exclusive privilege. G17. DUTY TO COMPLY The Permittee must comply with all conditions of this permit. Any permit noncompliance constitutes a violation of the Clean Water Act and is grounds for enforcement action; for permit termination, revocation and reissuance, or modification; or denial of a permit renewal application. Construction Stormwater General Permit — December 1, 2010 Page 40 1 G18. TOXIC POLLUTANTS The Permittee must comply with effluent standards or prohibitions established under Section 307(a) of the Clean Water Act for toxic pollutants within the time provided in the regulations that establish those standards or prohibitions, even if this permit has not yet been modified to incorporate the requirement. G19. PENALTIES FOR TAMPERING (I The Clean Water Act provides that any person who falsifies, tampers with, or knowingly renders inaccurate any monitoring device or method required to be maintained under this permit shall, upon conviction, be punished by a fine of not more than $10,000 per violation, or by imprisonment for not more than two years per violation, or by both. If a conviction of a person is for a violation committed after a first conviction of such person under this condition, punishment shall be a fine of not more than $20,000 per day of violation, or imprisonment of not more than four (4) years, or both. G20. REPORTING PLANNED CHANGES '= The Permittee must, as soon as possible, give notice to Ecology of planned physical I' alterations, modifications or additions to the permitted construction activity. The Permittee should be aware that, depending on the nature and size of the changes to the original permit, a new public notice and other permit process requirements may be required. Changes in I' activities that require reporting to Ecology include those that will result in: A. The permitted facility being determined to be a new source pursuant to 40 CFR 122.29(b). I' B. A significant change in the nature or an increase in quantity of pollutants discharged, including but not limited to: for sites 5 acres or larger, a 20% or greater increase in acreage disturbed by construction activity. C. A change in or addition of surface water(s) receiving stormwater or non - stormwater from the construction activity. D. A change in the construction plans and/or activity that affects the Permittee's monitoring requirements in Special Condition S4. Following such notice, permit coverage may be modified, or revoked and reissued pursuant to 40 CFR 122.62(a) to specify and limit any pollutants not previously limited. Until such modification is effective, any new or increased discharge in excess of permit limits or not specifically authorized by this permit constitutes a violation. Construction Stormwater General Permit— December 1, 2010 Page 41 G21. REPORTING OTHER INFORMATION Where the Permittee becomes aware that it failed to submit any relevant facts in a permit application, or submitted incorrect information in a permit application or in any report to Ecology, it must promptly submit such facts or information. G22. REPORTING ANTICIPATED NON - COMPLIANCE The Permittee must give advance notice to Ecology by submission of a new application or supplement thereto at least forty-five (45) days prior to commencement of such discharges, of any facility expansions, production increases, or other planned changes, such as process modifications, in the permitted facility or activity which may result in noncompliance with permit limits or conditions. Any maintenance of facilities, which might necessitate unavoidable interruption of operation and degradation of effluent quality, must be scheduled during non - critical water quality periods and carried out in a manner approved by Ecology. G23. REQUESTS TO BE EXCLUDED FROM COVERAGE UNDER THE PERMIT Any discharger authorized by this permit may request to be excluded from coverage under the general permit by applying for an individual permit. The discharger must submit to the Director an application as described in WAC 173- 220 -040 or WAC 173 - 216 -070, whichever is applicable, with reasons supporting the request. These reasons will fully document how an individual permit will apply to the applicant in a way that the general permit cannot. Ecology may make specific requests for information to support the request. The Director will either issue an individual permit or deny the request with a statement explaining the reason for the denial. When an individual permit is issued to a discharger otherwise subject to the construction stormwater general permit, the applicability of the construction stormwater general permit to that Permittee is automatically terminated on the effective date of the individual permit. G24. APPEALS A. The terms and conditions of this general permit, as they apply to the appropriate class of dischargers, are subject to appeal by any person within 30 days of issuance of this general permit, in accordance with Chapter 43.2113 RCW, and Chapter 173 -226 WAC. B. The terms and conditions of this general permit, as they apply to an individual discharger, are appealable in accordance with Chapter 43.21B RCW within 30 days of the effective date of coverage of that discharger. Consideration of an appeal of general permit coverage of an individual discharger is limited to the general permit's applicability or nonapplicability to that individual discharger. C. The appeal of general permit coverage of an individual discharger does not affect any other dischargers covered under this general permit. If the terms and conditions of this general permit are found to be inapplicable to any individual discharger(s), the matter Construction Stormwater General Permit —December 1, 2010 Page 42 shall be remanded to Ecology for consideration of issuance of an individual permit or permits. G25. SEVERABILITY The provisions of this permit are severable, and if any provision of this permit, or application of any provision of this permit to any circumstance, is held invalid, the application of such provision to other circumstances, and the remainder of this permit shall not be affected thereby. G26. BYPASS PROIiIBITED A. Bypass Procedures Bypass, which is the intentional diversion of waste streams from any portion of a treatment facility, is prohibited for stormwater events below the design criteria for stormwater management. Ecology may take enforcement action against a Permittee for bypass unless one of the following circumstances (1, 2, 3 or 4) is applicable. 1. Bypass of stormwater is consistent with the design criteria and part of an approved management practice in the applicable stormwater management manual. 2. Bypass for essential maintenance without the potential to cause violation of permit limits or conditions. Bypass is authorized if it is for essential maintenance and does not have the potential to cause violations of limitations or other conditions of this permit, or adversely impact public health. 3. Bypass of stormwater is unavoidable, unanticipated, and results in noncompliance of this permit. This bypass is permitted only if- a. Bypass is unavoidable to prevent loss of life, personal injury, or severe property damage. "Severe property damage" means substantial physical damage to property, damage to the treatment facilities which would cause them to become inoperable, or substantial and permanent loss of natural resources which can reasonably be expected to occur in the absence of a bypass. b. There are no feasible alternatives to the bypass, such as the use of auxiliary treatment facilities, retention of untreated wastes, maintenance during normal periods of equipment downtime (but not if adequate backup equipment should have been installed in the exercise of reasonable engineering judgment to prevent a bypass which occurred during normal periods of equipment downtime or preventative maintenance), or transport of untreated wastes to another treatment facility. Construction Stormwater General Permit — December 1, 2010 Page 43 0 L Ii E I� 1 11 1 c. Ecology is properly notified of the bypass as required in Special Condition S5.F of this permit. 4. A planned action that would cause bypass of stormwater and has the potential to result in noncompliance of this permit during a storm event. The Permittee must notify Ecology at least thirty (30) days before the planned date of bypass. The notice must contain: a. a description of the bypass and its cause b. an analysis of all known alternatives which would eliminate, reduce, or mitigate the need for bypassing. c. a cost - effectiveness analysis of alternatives including comparative resource damage assessment. d. the minimum and maximum duration of bypass under each alternative. e. a recommendation as to the preferred alternative for conducting the bypass. f. the projected date of bypass initiation. g. a statement of compliance with SEPA. h. a request for modification of water quality standards as provided for in WAC 173 -201A -110, if an exceedance of any water quality standard is anticipated. i. steps taken or planned to reduce, eliminate, and prevent reoccurrence of the bypass. 5. For probable construction bypasses, the need to bypass is to be identified as early in the planning process as possible. The analysis required above must be considered during preparation of the Stormwater Pollution Prevention Plan (SWPPP) and must be included to the extent practical. In cases where the probable need to bypass is determined early, continued analysis is necessary up to and including the construction period in an effort to minimize or eliminate the bypass. Ecology will consider the following before issuing an administrative order for this type bypass: a. If the bypass is necessary to perform construction or maintenance - related activities essential to meet the requirements of this permit. b. If there are feasible alternatives to bypass, such as the use of auxiliary treatment facilities, retention of untreated wastes, stopping production, maintenance during normal periods of equipment down time, or transport of untreated wastes to another treatment facility. c. If the bypass is planned and scheduled to minimize adverse effects on the public and the environment. Construction Stormwater General Permit — December 1, 2010 Page 44 After consideration of the above and the adverse effects of the proposed bypass I' and any other relevant factors, Ecology will approve, conditionally approve, or deny the request. The public must be notified and given an opportunity to comment on bypass incidents of significant duration, to the extent feasible. Approval of a request to bypass will be by administrative order issued by Ecology under RCW 90.48.120. B. DM to Mitigate I The Permittee is required to take all reasonable steps to minimize or prevent any discharge or sludge use or disposal in violation of this permit that has a reasonable likelihood of adversely affecting human health or the environment. 1� 1 II Construction Stormwater General Permit —December 1, 2010 Page 45 I APPENDIX A — DEFINITIONS AKART is an acronym for "all known, available, and reasonable methods of prevention, control, and treatment." AKART represents the most current methodology that can be reasonably required for preventing, controlling, or abating the pollutants and controlling pollution associated with a discharge. Applicable TMDL means a TMDL for turbidity, fine sediment, high pH, or phosphorus, which was completed and approved by EPA before January 1, 2011, or before the date the operator's complete permit application is received by Ecology, whichever is later. Applicant means an operator seeking coverage under this permit. Best Management Practices (BMPs) means schedules of activities, prohibitions of practices, maintenance procedures, and other physical, structural and/or managerial practices to prevent or reduce the pollution of waters of the State. BMPs include treatment systems, operating procedures, and practices to control: stormwater associated with construction activity, spillage or leaks, sludge or waste disposal, or drainage from raw material storage. Buffer means an area designated by a local jurisdiction that is contiguous to and intended to protect a sensitive area. Bypass means the intentional diversion of waste streams from any portion of a treatment facility. Calendar Day A period of 24 consecutive hours starting at 12:00 midnight and ending the following 12:00 midnight. Calendar Week (same as Week means a period of seven consecutive days starting at 12:01 a.m. (0:01 hours) on Sunday. Certified Erosion and Sediment Control Lead (CESCL) means a person who has current certification through an approved erosion and sediment control training program that meets the minimum training standards established by Ecology (see BMP C 160 in the SWMM). Clean Water Act (CWA) means the Federal Water Pollution Control Act enacted by Public Law 92 -500, as amended by Public Laws 95 -217, 95 -576, 96 -483, and 97 -117; USC 1251 et seq. Combined Sewer means a sewer which has been designed to serve as a sanitary sewer and a storm sewer, and into which inflow is allowed by local ordinance. Common Plan of Development or Sale means a site where multiple separate and distinct construction activities may be taking place at different times on different schedules and/or by different contractors, but still under a single plan. Examples include: 1) phased projects and projects with multiple filings or lots, even if the separate phases or filings/lots will be constructed under separate contract or by separate owners (e.g., a development where lots are sold to separate builders); 2) a development plan that may be phased over multiple years, but is still under a Construction Stormwater General Permit —December 1, 2010 Page 46 consistent plan for long -term development; 3) projects in a contiguous area that may be unrelated but still under the same contract, such as construction of a building extension and a new parking lot at the same facility; and 4) linear projects such as roads, pipelines, or utilities. If the project is part of a common plan of development or sale, the disturbed area of the entire plan must be used in determining permit requirements. Composite Sample means a mixture of grab samples collected at the same sampling point at different times, formed either by continuous sampling or by mixing discrete samples. May be "time- composite" (collected at constant time intervals) or "flow - proportional' (collected either as a constant sample volume at time intervals proportional to stream flow, or collected by increasing the volume of each aliquot as the flow increases while maintaining a constant time interval between the aliquots. Concrete wastewater means any water used in the production, pouring and/or clean -up of concrete or concrete products, and any water used to cut, grind, wash, or otherwise modify concrete or concrete products. Examples include water used for or resulting from concrete truck/mixer /pumper /tool /chute rinsing or washing, concrete saw cutting and surfacing (sawing, coring, grinding, roughening, hydro- demolition, bridge and road surfacing). When stormwater comingles with concrete wastewater, the resulting water is considered concrete wastewater and must be managed to prevent discharge to waters of the state, including ground water. Construction Activity means land disturbing operations including clearing, grading or excavation which disturbs the surface of the land. Such activities may include road construction, construction of residential houses, office buildings, or industrial buildings, and demolition activity. Contaminant means any hazardous substance that does not occur naturally or occurs at greater than natural background levels. See definition of "hazardous substance" and WAC 173 - 340 -200. Demonstrably Equivalent means that the technical basis for the selection of all stormwater BMPs is documented within a SWPPP, including: 1. The method and reasons for choosing the stormwater BMPs selected. 2. The pollutant removal performance expected from the BMPs selected. 3. The technical basis supporting the performance claims for the BMPs selected, including any available data concerning field performance of the BMPs selected. 4. An assessment of how the selected BMPs will comply with state water quality standards. 5. An assessment of how the selected BMPs will satisfy both applicable federal technology- based treatment requirements and state requirements to use all known, available, and reasonable methods of prevention, control, and treatment (AKART). Department means the Washington State Department of Ecology. Detention means the temporary storage of stormwater to improve quality and/or to reduce the mass flow rate of discharge. Construction Stormwater General Permit — December 1, 2010 Page 47 W Dewatering means the act of pumping ground water or stormwater away from an active construction site. Director means the Director of the Washington Department of Ecology or his/her authorized representative. Discharger means an owner or operator of any facility or activity subject to regulation under Chapter 90.48 RCW or the Federal Clean Water Act. Domestic Wastewater means water carrying human wastes, including kitchen, bath, and laundry wastes from residences, buildings, industrial establishments, or other places, together with such ground water infiltration or surface waters as may be present. Ecology means the Washington State Department of Ecology. Engineered Soils means the use of soil amendments including, but not limited, to Portland cement treated base (CTB), cement kiln dust (CKD), or fly ash to achieve certain desirable soil characteristics. Equivalent BMPs means operational, source control, treatment, or innovative BMPs which result in equal or better quality of stormwater discharge to surface water or to ground water than BMPs selected from the SWMM. Erosion means the wearing away of the land surface by running water, wind, ice, or other geological agents, including such processes as gravitational creep. Erosion and Sediment Control BMPs means BMPs intended to prevent erosion and sedimentation, such as preserving natural vegetation, seeding, mulching and matting, plastic covering, filter fences, sediment traps, and ponds. Erosion and sediment control BMPs are synonymous with stabilization and structural BMPs. Final Stabilization (same as fully stabilized or full stabilization) means the establishment of a permanent vegetative cover, or equivalent permanent stabilization measures (such as riprap, gabions or geotextiles) which prevents erosion. Ground Water means water in a saturated zone or stratum beneath the land surface or a surface water body. Hazardous Substance means any dangerous or extremely hazardous waste as defined in RCW 70.105.010 (5) and (6), or any dangerous or extremely dangerous waste as designated by rule under chapter 70.105 RCW; any hazardous sub - stance as defined in RCW 70.105.010(14) or any hazardous substance as defined by rule under chapter 70.105 RCW; any substance that, on the effective date of this section, is a hazardous substance under section 101(14) of the federal cleanup law, 42 U.S.C., Sec. 9601(14); petroleum or petroleum products; and any substance or category of substances, including solid waste decomposition products, determined by the director Construction Storm-water General Permit — December 1, 2010 Page 48 by rule to present a threat to human health or the environment if released into the environment. The term hazardous substance does not include any of the following when contained in an underground storage tank from which there is not a release: crude oil or any fraction thereof or petroleum, if the tank is in compliance with all applicable federal, state, and local law. erection Well means a well that is used for the subsurface emplacement of fluids. (See Well.) Jurisdiction means a political unit such as a city, town or county; incorporated for local self - government. National Pollutant Discharge Elimination System ( NPDES) means the national program for issuing, modifying, revoking and reissuing, terminating, monitoring, and enforcing permits, and imposing and enforcing pretreatment requirements, under sections 307, 402, 318, and 405 of the Federal Clean Water Act, for the discharge of pollutants to surface waters of the State from point sources. These permits are referred to as NPDES permits and, in Washington State, are administered by the Washington Department of Ecology. Notice of Intent (NOI) means the application for, or a request for coverage under this general permit pursuant to WAC 173- 226 -200. Notice of Termination (NOT) means a request for termination of coverage under this general permit as specified by Special Condition S10 of this permit. Operator means any party associated with a construction project that meets either of the following two criteria: • The party has operational control over construction plans and specifications, including the ability to make modifications to those plans and specifications; or • The party has day - today operational control of those activities at a project that are necessary to ensure compliance with a SWPPP for the site or other permit conditions (e.g., they are authorized to direct workers at a site to carry out activities required by the SWPPP or comply with other permit conditions). Permittee means individual or entity that receives notice of coverage under this general permit. pH means a liquid's measure of acidity or alkalinity. A pH of 7 is defined as neutral. Large variations above or below this value are considered harmful to most aquatic life. pH monitoring period means the time period in which the pH of stormwater runoff from a site must be tested a minimum of once every seven days to determine if stormwater pH is between 6.5 and 8.5. Point source means any discernible, confined, and discrete conveyance, including but not limited to, any pipe, ditch, channel, tunnel, conduit, well, discrete fissure, and container from which pollutants are or may be discharged to surface waters of the State. This term does not include return flows from irrigated agriculture. (See Fact Sheet for further explanation.) Construction Stormwater General Permit —December 1, 2010 Page 49 1 �J Pollutant means dredged spoil, solid waste, incinerator residue, filter backwash, sewage, garbage, domestic sewage sludge (biosolids), munitions, chemical wastes, biological materials, radioactive materials, heat, wrecked or discarded equipment, rock, sand, cellar dirt, and industrial, municipal, and agricultural waste. This term does not include sewage from vessels within the meaning of section 312 of the CWA, nor does it include dredged or fill material discharged in accordance with a permit issued under section 404 of the CWA. Pollution means contamination or other alteration of the physical, chemical, or biological properties of waters of the State; including change in temperature, taste, color, turbidity, or odor of the waters; or such discharge of any liquid, gaseous, solid, radioactive or other substance into any waters of the State as will or is likely to create a nuisance or render such waters harmful, detrimental or injurious to the public health, safety or welfare; or to domestic, commercial, industrial, agricultural, recreational, or other legitimate beneficial uses; or to livestock, wild animals, birds, fish or other aquatic life. Process wastewater means any water which, during manufacturing or processing, comes into direct contact with or results from the production or use of any raw material, intermediate product, finished product, byproduct, or waste product (40 CFR 122.1). Receiving water means the water body at the point of discharge. If the discharge is to a storm sewer system, either surface or subsurface, the receiving water is the water body to which the storm system discharges. Systems designed primarily for other purposes such as for ground water drainage, redirecting stream natural flows, or for conveyance of irrigation water /return flows that coincidentally convey stormwater are considered the receiving water. Representative means a stormwater or wastewater sample which represents the flow and characteristics of the discharge. Representative samples may be a grab sample, a time - proportionate composite sample, or a flow proportionate sample. Ecology's Construction Stormwater Monitoring Manual provides guidance on representative sampling. Sanitary sewer means a sewer which is designed to convey domestic wastewater. Sediment means the fragmented material that originates from the weathering and erosion of rocks or unconsolidated deposits, and is transported by, suspended in, or deposited by water. Sedimentation means the depositing or formation of sediment. Sensitive area means a water body, wetland, stream, aquifer recharge area, or channel migration zone. SEPA (State Environmental Policy Act) means the Washington State Law, RCW 43.21C.020, intended to prevent or eliminate damage to the environment. Significant Amount means an amount of a pollutant in a discharge that is amenable to available and reasonable methods of prevention or treatment; or an amount of a pollutant that has a Construction Stormwater General Permit — December 1, 2010 Page 50 reasonable potential to cause a violation of surface or ground water quality or sediment management standards. Significant concrete work means greater than 1000 cubic yards poured concrete or recycled concrete over the life of a project. Significant Contributor of Pollutants means a facility determined by Ecology to be a contributor of a significant amount(s) of a pollutant(s) to waters of the State of Washington. Site means the land or water area where any "facility or activity" is physically located or conducted. Source control BMPs means physical, structural or mechanical devices or facilities that are intended to prevent pollutants from entering stormwater. A few examples of source control BMPs are erosion control practices, maintenance of stormwater facilities, constructing roofs over storage and working areas, and directing wash water and similar discharges to the sanitary sewer or a dead end sump. Stabilization means the application of appropriate BMPs to prevent the erosion of soils, such as, temporary and permanent seeding, vegetative covers, mulching and matting, plastic covering and sodding. See also the definition of Erosion and Sediment Control BMPs. Storm drain means any drain which drains directly into a storm sewer sue, usually found along roadways or in parking lots. Storm sewer system means a means a conveyance, or system of conveyances (including roads with drainage systems, municipal streets, catch basins, curbs, gutters, ditches, manmade channels, or storm drains designed or used for collecting or conveying stormwater. This does not include systems which are part of a combined sewer or Publicly Owned Treatment Works (POTW) as defined at 40 CFR 122.2. Stormwater means that portion of precipitation that does not naturally percolate into the ground or evaporate, but flows via overland flow, interflow, pipes, and other features of a stormwater drainage system into a defined surface water body, or a constructed infiltration facility. Stormwater Management Manual (SWMM) or Manual means the technical Manual published by Ecology for use by local governments that contain descriptions of and design criteria for BMPs to prevent, control, or treat pollutants in stormwater. Stormwater Pollution Prevention Plan (SWPPP) means a documented plan to implement measures to identify, prevent, and control the contamination of point source discharges of stormwater. Surface Waters of the State includes lakes, rivers, ponds, streams, inland waters, salt waters, and all other surface waters and water courses within the jurisdiction of the state of Washington. Construction Stormwater General Permit— December 1, 2010 Page 51 1 I J I I' Temporary Stabilization means the exposed ground surface has been covered with appropriate materials to provide temporary stabilization of the surface from water or wind erosion. Materials include, but are not limited to, mulch, riprap, erosion control mats or blankets and temporary cover crops. Seeding alone is not considered stabilization. Temporary stabilization is not a substitute for the more permanent "final stabilization." Total Maximum Daily Load (TMDL) means a calculation of the maximum amount of a pollutant that a water body can receive and still meet state water quality standards. Percentages of the total maximum daily load are allocated to the various pollutant sources. A TMDL is the sum of the allowable loads of a single pollutant from all contributing point and nonpoint sources. The TMDL calculations must include a "margin of safety" to ensure that the water body can be protected in case there are unforeseen events or unknown sources of the pollutant. The calculation must also account for seasonable variation in water quality. Treatment BMPs means BMPs that are intended to remove pollutants from stormwater. A few examples of treatment BMPs are detention ponds, oil /water separators, biofiltration, and constructed wetlands. Transparency means a measurement of water clarity in centimeters (cm), using a 60 cm transparency tube. The transparency tube is used to estimate the relative clarity or transparency of water by noting the depth at which a black and white Secchi disc becomes visible when water is released from a value in the bottom of the tube. A transparency tube is sometimes referred to as a "turbidity tube." TudAdily means the clarity of water expressed as nephelometric turbidity units (NTU) and measured with a calibrated turbidimeter. Uncontaminated means free from any contaminant, as defined in MTCA cleanup regulations. See definition of "contaminant" and WAC 173- 340 -200. Waste Load Allocation (WLA) means the portion of a receiving water's loading capacity that is allocated to one of its existing or future point sources of pollution. WLAs constitute a type of water quality based effluent limitation (40 CFR 130.2[h]). Water quality means the chemical, physical, and biological characteristics of water, usually with respect to its suitability for a particular purpose. Waters of the State includes those waters as defined as "waters of the United States" in 40 CFR Subpart 122.2 within the geographic boundaries of Washington State and "waters of the State" as defined in Chapter 90.48 RCW, which include lakes, rivers, ponds, streams, inland waters, underground waters, salt waters, and all other surface waters and water courses within the jurisdiction of the state of Washington. Well means a bored, drilled or driven shaft, or dug hole whose depth is greater than the largest surface dimension. (See Injection well.) Construction Stormwater General Permit — December 1, 2010 Page 52 Wheel wash wastewater means any water used in, or resulting from the operation of, a tire bath or wheel wash (BMP C106: Wheel Wash), or other structure or practice that uses water to physically remove mud and debris from vehicles leaving a construction site and prevent track - out onto roads. When stormwater comingles with wheel wash wastewater, the resulting water is I' considered wheel wash wastewater and must be managed according to Special Condition S9.13.9. Construction Stormwater General Permit —December 1, 2010 Page 53 C 7 APPENDIX B — ACRONYMS AKART All Known, Available, and Reasonable Methods of Prevention, Control, and Treatment BMP Best Management Practice CESCL Certified Erosion and Sediment Control Lead CFR Code of Federal Regulations CKD Cement Kiln Dust cm Centimeters CTB Cement- Treated Base CWA Clean Water Act DMR Discharge Monitoring Report EPA Environmental Protection Agency ESC Erosion and Sediment Control FR Federal Register NOI Notice of Intent NOT Notice of Termination NPDES National Pollutant Discharge Elimination System NTU Nephelometric Turbidity Unit RCW Revised Code of Washington SEPA State Environmental Policy Act SWMM Stormwater Management Manual SWPPP Stormwater Pollution Prevention Plan TMDL Total Maximum Daily Load UIC Underground Injection Control USC United States Code USEPA United States Environmental Protection Agency WAC Washington Administrative Code WQ Water Quality WWHM Western Washington Hydrology Model Construction Stormwater General Permit — December 1, 2010 Page 54