Loading...
HomeMy WebLinkAboutContract .. Award Date: �IA6bA' }- 4f � 200-3. CAG: 03-116 Awarded to: - &J Co �Y o Bidding Requirements, City of Renton + Forms, Contract Forms, Conditions of the Contract,Plans and Specifications GTY OF RENTON Month Grady Way and Rainier Avenue Sout h Pavement Rehabilitati®n Project �.ww�waw * ... r u i i� r L�� • sos�OMAIL W a�sa.caa�� EhI 'P:RES: ID/22/01 City of Renton 1055 South Grady Way w Renton WA 98055 Geiieral Bid Information: 425-430-7200 Project Manager: 425-430-7303 (Robert T.ochnuller) Consultant Contact: 425-974-5073 (Kenneth Oswell,P.E.,Eritranco) Printed or.Recycled Paper !p CITY OF RENTON RENTON, WASHINGTON r CONTRACT DOCUMENTS for the South Grady Way and Rainier Avenue South Pavement Rehabilitation Project# CAG: 03-116 ,. July 2003 ,. BIDDING REQUIREMENTS CONTRACT FORMS CONDITIONS OF THE CONTRACT SPECIFICATIONS PLANS am r CITY OF RENTON TRANSPORTATION SYSTEMS DIVISION 1055 South Grady Way Renton, WA 98055 ® Printed on Recycled Paper CITY OF RENTON .. Table of Contents s I. CALL FOR BIDS II.INTRODUCTION +r 1. INSTRUCTIONS TO BIDDERS 2. SUMMARY OF FAIR PRACTICES POLICY, CITY OF RENTON 3. SUMMARY OF AMERICANS WITH DISABILITIES ACT POLICY, CITY OF RENTON 4. SCOPE OF WORK 5. VICINITY MAP ,r. III.PROJECT PROPOSAL err 1. BIDDER'S CHECKLIST 2. PROPOSAL 3. SCHEDULE OF PRICES 4. ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA 5. BID BOND FORM 6. COMBINED NON-COLLUSION, ANTI-TRUST CLAIMS, MINIMUM WAGE AFFIDAVIT i &CERTIFICATE FORM IV. CONTRACT DOCUMENT FORMS 1. BOND TO THE CITY OF RENTON 2. FAIR PRACTICES POLICY AFFIDAVIT OF COMPLIANCE 3. CONTRACT AGREEMENT 4. CITY OF RENTON INSURANCE INFORMATION FORM 5. CITY OF RENTON STANDARD ENDORSEMENT FORM 6. CERTIFICATE OF INSURANCE ["ACORD FORM"] (SAMPLE) r. V. CONTRACT SPECIFICATIONS 1. SPECIAL PROVISIONS 2. AMENDMENTS TO THE STANDARD SPECIFICATIONS APPENDIX A-HOURLY MINIMUM WAGE RATES 1. WASHINGTON STATE PREVAILING WAGE RATES FOR KING COUNTY r APPENDIX B -STANDARD PLANS APPENDIX C-CONTRACT PLANS in South Grady Way and Rainier Avenue South Pavement Rehabilitation City of Renton to July 2003 L CALL FOR BIDS CITY OF RENTON CALL FOR BIDS South Grady Way and Rainier Avenue South Pavement Rehabilitation City of Renton ow July 2003 &H II. INTRODUCTION CITY OF RENTON CITY OF RENTON South Grady Way and Rainier Avenue South Pavement Rehabilitation Project +� CALL FOR BIDS Sealed bids will be received until 2:30 p.m. July 30th, 2003, at the City Clerk's office, 7`h floor, and will be opened and publicly read in conference room 521 on the 5`t'floor, Renton City Hall, 1055 South Grady Way, Renton,WA 98055, for the South Grady Way and Rainier Avenue South Pavement Rehabilitation Project. The work to be performed within 20 working days from the date of commencement under this contract shall include, but not be limited to: The work to be performed under this contract shall include replacement of existing asphalt cement concrete pavement with portland cement concrete, channelization replacement, and replacement of drainage structures, as stated in the Contract Documents. The City reserves the right to reject any and/or all bids and to waive any and/or all informalities. For information regarding this project contact Robert Lochmiller, Project Manager at (425)430- 7303. Approved plans and specifications and contract forms may be obtained from the City of Renton, • Planning/Building/Public Works Department, sixth floor Customer Service Counter, 1055 South Grady Way, Renton,WA 98055. There is a non-refundable fee of$30.00 plus $2.58 Tax (Total $32.58) for each set. If ordered by mail, add$5.00 for postage, which is also non-refundable. No telephone orders will be accepted. Questions regarding this call for bids or the plan holders lists should be directed to the Public Works Customer Service Counter at the above address or at (425)430-7200. If a bidder has any •• questions regarding the project, please contact the Project Manager, Robert Lochmiller, at 1055 South Grady Way, Renton, WA 98055 or(425)430-7303. A certified check or bid bond in the amount of five percent(5%) of the total of each bid must accompany each bid. The City's Fair Practices, Non-Discrimination, and Americans with Disability Act Policies shall s apply. � ) �J Bonnie I. Walton, City Clerk r Published: Daily Journal of Commerce 7/16/03 Daily Journal of Commerce 7/23/03 r South Grady Way and Rainier Avenue South Pavement Rehabilitation City of Renton July 2003 r „. II. INTRODUCTION CITY OF RENTON INTRODUCTION South Grady Way and Rainier Avenue South Pavement Rehahilitation try City of Renton July 2001 II. INTRODUCTION CITY OF RENTON INSTRUCTIONS TO BIDDERS 1. Sealed bids for this proposal will be received by the City of Renton at the office of the Renton City Clerk, Renton City Hall, until the time and date specified in the Call for Bids. At this time the bids will be publicly opened and read, after which the bids will be considered and the award made as early as practicable. No proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall be submitted on the forms attached hereto. 2 Any omissions,discrepancies or need for interpretation should 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 b Owner, Engineer, or other representative of the owner shall, in any way, modify the contract documents, whether made before or after letting the contract. r 3 The work to be done is shown in the plans and/ or specifications. Quantities are understood to be only approximate. Final payment will be based on actual quantities and at the unit price bid. The City reserves the right to add or to eliminate portions of that work as deemed necessary. 4. Plans may be examined and copies obtained at the Public Works Department Office. Bidders shall rsatisfy themselves as to the local conditions by inspection of the site. ■ 5. The bid price for any item must include the performance of all work necessary for completion of that item as described in the specifications. 6. The bid price shall be stated in terms of the units indicated and as to a total amount. In the event of errors,the unit price bid will govern. Illegible figures will invalidate the bid. 7. The right is J reserved to reject any and/or all bids and to waive informalities if it is deemed advantageous to the City to do so. 8. A certified check or satisfactory bid bond made payable without reservation to the Director of Finance of the City of Renton in an amount not less than 5% of the total amount of the bid shall accompany each bid proposal. Checks will be returned to unsuccessful bidders immediately following the decision as to award of contract. The check of the successful bidder will be returned provided he enters into a contract and furnishes a satisfactory performance bond covering the full amount of the work within ten days after receipt of notice of intention to award contract. Should he fail, or refuse to do so, the check shall be forfeited to the City of Renton as liquidated damage for such failure. 9. All bids must be self-explanatory. No opportunity will be offered for oral explanation except as the City may request further information on particular points. ln. The bidder shall, upon request, furnish information to the City as to his financial and practical ability to satisfactorily perform the work. 11. Payment for this work will be made in Cash Warrants. South Grady Way and Rainier Avenue South Pavement Rehabilitation City of Renton July 2003 I1. INTRODUCTION CITY OF RENTON 12. The contractor shall obtain such construction insurance (e.g. fire and extended coverage, worker's compensation, public liability, and property damage as indicated on forms enclosed under Attachment A herein and as identified within Specification Section 1-07.18. 13. The contractor, prior to the start of construction, shall provide the City of Renton a detailed bar chart type construction schedule for the project. 14 Before starting work under this contract, the Contractor is required to supply information to the City of Renton on all chemical hazards Contractor is bringing into the work place and potentially exposing City of Renton Employees. 15. Payment retainage shall be done in accordance with Section 1-09.9(2) "Retainage and Section" 1-09.9(3) "Contracting Agency's Right to Withhold and Disburse Certain Amounts" located in City of Renton Supplemental Specifications. 16. Basis For Approval The construction contract will be awarded by the City of Renton to the lowest, responsible, responsive bidder. The bidder shall bid on all bid schedules items of all schedules set forth in the bid forms to be considered responsive for award. The total price of all schedules will be used to determine the successful low responsive bidder. Partial bids will not be accepted. The owner reserves the right to award any or all schedules of the Bid to meet the needs of the City. The intent is to award to only one BIDDER. 17, Trench Excavation Safety Systems As required by RCW 39.04.180, on public works projects in which trench excavation will exceed a depth of four feet, any contract therefor shall require adequate safety systems for the trench excavation that meet the requirements of the Washington Industrial Safety and Health Act, Chapter 49.17 RCW. These requirements shall be included in the Bid Schedule as a separate item. The costs of trench safety systems shall not be considered as incidental to any other contract item and any attempt to include the trench safety systems as an incidental cost is prohibited. 18. Payment of Prevailing Wages In accordance with Revised Code of Washington Chapters 39.12 and 49.28 as amended or supplemented herein, there shall be paid to all laborers, workmen or mechanics employed on this contract the prevailing rate of wage for an hour's work in the same trade or occupation in the area of work regardless of any contractual relationship which may exist, or be alleged to exist, between the CONTRACTOR and any laborers, workmen, mechanics or subconsultants. The most recent issue of the prevailing wage rates are included within these specifications under section titled "Prevailing Minimum Hourly Wage Rates". The Contractor is Responsible for obtaining updated issues of the prevailing wage rate forms as they become available during the duration of the contract. The wage rates shall be included as part of any subcontracts the Contractor may enter into for work on this project. lur 19. Employment of Resident Employees The CONTRACTOR and subcontractors shall employ Washington State residents in accordance with the requirements of RCW 39.16. South Grady Way and Rainier Avenue South Pavement Rehabilitation City of Renton July 2003 II. INTRODUCTION CITY OF RENTON 20. Pollution Control Requirements Work under this contract shall meet all local, state and federal requirements for the prevention of environmental pollution and the preservation of public natural resources. The CONTRACTOR shall conduct the work in accordance with all applicable pollution control laws. The CONTRACTOR shall comply with and be liable for all penalties, damages, and violations under Chapter 90.48 RCW, in performance of the work. The CONTRACTOR shall also comply with Article 4 in the Puget Sound Air Pollution Control Agency Regulation III regarding removal and encapsulation of asbestos materials. 21. Standard Specifications All work under this contract shall be performed in accordance with the following standard specifications except as may be exempted or modified by the City of Renton Supplemental Specifications, Special Provisions other sections of these contract documents. These standard specifications.are hereby made a part of this contract and shall control and guide all activities within this project whether referred to directly, paragraph by paragraph,or not. 1. WSDOT/APWA"1996 Standard Specifications for Road, Bridge and Municipal Construction" and"Division 1 APWA Supplement" hereinafter referred to by the abbreviated title "Standard Specifications." A. Any reference to"State," "State of Washington," "Department of Transportation," "WSDOT," or any combination thereof in the WSDOT/APWA standards shall be modified to read"City of Renton," unless specifically referring to a standard specification or test method. B. All references to measurement and payment in the WSDOT/APWA standards shall be detected and the measurement and payment provisions of Section 1-09.14, Measurement and Payment (added herein) shall govern. 22. If a soils investigation has been completed, a copy may be included as an appendix to this document. If one has not been provided for this project by the City or Engineer, the Bidders shall familiarize themselves adequately with the project site and existing subsurface condition as needed to submit their bid. Upon approval of the City, the Bidder may make such subsurface explorations and investigations as they see fit. The Bidder shall be responsible for protection of all existing facilities, u. utilities and other buried or surface improvements and shall restore the site to the satisfaction of the City. South Grady Way and Rainier Avenue South Pavement Rehabilitation City of Renton July 2003 II. INTRODUCTION CITY OF RENTON CITY OF RENTON SUMMARY OF FAIR PRACTICES POLICY ADOPTED BY RESOLUTION NO. 3229 It is the policy of the City of Renton to promote and provide equal treatment and service to all citizens and to ensure equal employment opportunity to all persons without regard to race, color, national origin, ethnic background, gender, marital status, religion, age or disability, when the City of Renton can reasonably accommodate the disability, of employees and applicants for employment and fair, non-discriminatory treatment to all citizens. All departments of the City of Renton shall adhere to the following guidelines: (1) EMPLOYMENT PRACTICES - The City of Renton will ensure all employment related activities 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) AFFIRMATIVE ACTION PLAN -The City of Renton Affirmative Action Plan and Equal Employment Program will be maintained and administered to facilitate equitable representation with the City work force and to assure equal employment opportunity to all. It shall be the responsibility of elected officials, the Mayor, the Affirmative Action Officer, department administrators, managers, supervisors, Contract Compliance Officers and all employees to carry out the policies, guidelines and corrective measures set forth in the Affirmative Action Plan and Equal Employment Program. (4) CONTRACTORS' OBLIGATIONS - Contractors, sub-contractors, consultants and suppliers conducting business with the City of Renton shall affirm and subscribe to the Fair Practices and Non-discrimination policies set forth by the law and in the City's Affirmative Action Plan and Equal Employment Program. Copies of this policy shall be distributed to all City employees, shall appear in all operational documentation of the City, including bid calls, and shall be prominently displayed in appropriate city facilities. CONCURRED IN by the City Council of the City of RENTON, Washington, this 7thday of October, 1996. CITY OF RENTON: RENTON CITY COUNCIL: v(ayor Council President Attest; \ City Cler South Grady Way and Rainier Avenue South Pavement Rehabilitation City of Renton July 2003 1I. INTRODUCTION CITY OF RENTON CITY OF RENTON SVXflvL4RY OFAA=CANS SPIT=D1o,4BII1TlESACT POLICY ADOPTED BYRESOL=ONNO. 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) EWLOY?vLE'NT 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 WrM HUMAN RIGHTS ORGANIZATIONS - The City of Renton will cooperate fully with all organizations and commissions organized to promote fair practices and equal opportunity for persons with disabilities in employment and receipt of City services,activities and programs. (3) AMERICANS WITH DISABILITIES ACT POLICY-The City of Renton Americans With Disabilities Act Policy will be maintained to facilitate equitable representation within the City work force and to assure equal employment opportunity and equal access to City services, activities and programs to all people with disabilities. It shall be the responsibility and the duty of all City officials and employees to carry out the policies and guidelines as set forth in this policy (4) CONTRACTORS' OBLIGATION - Contractors, subcontractors, consultants and suppliers conducting business with the City of Renton shall abide by the requirements of the Americans With Disabilities Act and promote access to services, activities and programs for people with disabilities. Copies of this policy shall be distributed to all City employees, shall appear in all operational documentation of the City, including bid calls, and shall be prominently displayed in appropriate City facilities. CONCURRED LV by the City Council of the City of Renton, Washington, this 4th day of October 1993. C RENTON RENTON CITY COUNCIL: Mayor uncil President .. Attest: City Clerk South Grady Way and Rainier Avenue South Pavement Rehabilitation City of Renton July 2003 II. INTRODUCTION CITY OF RENTON r SCOPE OF WORK The work involved under the terms of this contract document shall be full and complete installation of the facilities, as shown on the plans and as described in the construction specifications, to include but not be limited to: The work to be performed under this contract shall include replacement of existing asphalt cement concrete pavement with portland cement concrete, channelization replacement, and replacement of drainage structures as stated in the Contract Documents. Any contractor connected with this project shall comply with all Federal, State, County, and City codes and regulations applicable to such work and perform the work in accordance with the plans and specifications of this contract document. The funding of this project will be from City funds. South Grady Way and Rainier Avenue South Pavement Rehabilitation City of Renton July 2003 0 Repro > d SW Victor' sw CID > S 134th Z'd s St Y :Ei cc co mo SW co 2nd St. S 2nd St. S 72n d S t ston P1. SW 2nd Pi. On > S 3rd St. 31-1y S 3rd P1. �1: 0 41h S 7t] S if SW- S ct ca ----—-----— I...... 5 h ;t. CD Go ............ S 6h St PROJECT eta S S 7th St. LOCATION S 7h cn cr. co lu co cc .................. .......... 41 0 loth St' SW Grady WaY -Q .. ............ ton Villa qn ge PL ........... l,3tll sm ........... S 15th St. SW 16th St. SW 16th St. CID > ............................ In ..................... S 17th St. . .................................. cd o S 18th .................................... SW 19th St. S 19th St. sw CO ..... aw SW 21st St. S 21st St. ........... .............................. SW 23rd St. S 23i St. ........... CID cn 0 1000 2000 VICINITY MAP I 1 12000 III. PROJECT PROPOSAL CITY OF RENTON PROJECT: South Grady Way and Rainier Avenue South Pavement Rehabilitation Proiect CAG NO.: 03-116 COMPANY: n BID AMOUNT: $1446, �G-Z- ADDRESS: %1-r, TEL. NO.: Zb6-7�Z- �It7_5 PROJECT PROPOSAL South Grady Way and Rainier Avenue South Pavement Rehabilitation r++. City of Renton July 2003 III. PROJECT PROPOSAL CITY OF RENTON .r. BIDDER'S CHECKLIST � e PROJECT PROPOSAL COVER SHEET r 1, BIDDER'S CHECKLIST 2. PROPOSAL FORM w' 3. SCHEDULE OF PRICES 4. ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA �Ir 5. t/ BID BOND FORM 6. COMBINED NON-COLLUSION, ANTI-TRUST CLAIMS, MINIMUM WAGE AFFIDAVIT& CERTIFICATE FORM Above documents must be executed by the Contractor, President and Vice-President or Secretary if corporation by-laws permit. All pages must be signed. In the event another person has been duly authorized to execute contracts, a copy of the corporation minutes establishing this authority must be 1r attached to the bid document. rr or 10 1W • r ar South Grady Way and Rainier Avenue South Pavement Rehabilitation hilt City of Renton July 2003 III. PROJECT PROPOSAL CITY OF RENTON r.. CITY OF RENTON SOUTH GRADY WAY AND RAINIER AVENUE SOUTH PAVEMENT REHABILITATION .r PROPOSAL w. TO THE CITY OF RENTON RENTON, WASHINGTON Ladies and/or Gentlemen: The undersigned hereby certify that the bidder has examined the site of the proposed work and have read up and thoroughly understand the plans, specifications and contract governing the work embraced in this improvement, and the method by which payment will be made for said work, and hereby propose to undertake and complete the work embraced in this improvement, or as much thereof as can be completed wo with the money available, in accordance with the said plans, specifications and contract and the following schedule of rates and prices: (Note: Unit prices for all items, all extensions, and total amount of bid should be shown. Show unit prices both in writing and in figures.) rrr Printed Name: Signature: MW Address: ,r Names of Members of Partnership: OR tr Name of President of Corporation ■r Name of Secretary of Corporation %V Corporation Organized under the laws of With Main Office in State of Washington at rr IV South Grady Way and Rainier Avenue South Pavement Rehabilitation yr City of Renton July 2003 III. PROJECT PROPOSAL CITY OF RENTON CITY OF RENTON P/B/PW DEPARTMENT Schedule of Prices (Note: Unit prices for all items,all extentions,and total amount of bid must be shown. Show unit prices in both words and figures and where conflict occurs the written or typed words shall prevail.) ITEMI APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO. QUANTITY Unit Prices to be Written in Words) Dollars Cts. Dollars Cts. 1 1 Mobilization LS $ -fide-r-r us.4rj'p /068 , 60 30, 000 per LS (words) figures r� 2 1 Roadway Surveying LS $ �VE �j 1pU5Alut� S,C'Od, 0o C)op per LS (words) figures 3 200 Traffic Control Labor HR $ F� C Y F ti VE J5,5, OU �• per HR (words) figures 4 1 Temporary Traffic Control Devices LS $ - v-Dusp",o t 1 , C)60 .as t 1 ovp per LS (words) figures 5 1 Roadside Cleanup LS $ -7-40 —1 :40C)O , 60 2,06 per LS (words) figures 6 1 Removal of Structures and Obstructions LS $ F\y ++l AsAr'1-0 5,000 ,°� 5, 0C per LS (words) figures aw 7 1,220 Roadway Excavation CY $ S f-C—� (p0 ,O per CY (words) figures 8 100 Unsuitable Foundation Excavation CY $'W V-- FI V Z�J, 6U Zf ScO per CY (words) figures 9 100 Shoring or Extra Excavation Class B w SF $ -TW D per SF (words) figures 10 564 Crushed Surfacing Base Course f OD TON $ ��� (Q 9 , r per TON (words) figures South Grady Way and Rainier Avenue South Pavement Rehabilitation City of Renton July 2003 CITY OF RENTON P/B/PW DEPARTMENT Schedule of Prices (Note: Unit prices for all items,all extentions,and total amount of bid must be shown. Show unit prices in both words and figures and where conflict occurs the written or typed words shall prevail.) ITEMI APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO. QUANTITY (Unit Prices to be Written in Words) Dollars Cts. Dollars Cts. 11 1 Asphalt Treated Base r FA $ Fifty Thousand and 00/100 $50,000.00 $50,000.00 per FA (words) figures 12 2,744 Cement Concrete Pavement- 12 Hour, 12-inch Section p SY $ c�`� �-£ ��f1�.T— O,OU Zl� U3Z. C7 per SY (words) figures rr 13 2 Catch Basin Type 1 EACH $ C�Nt�++buspN� (wow I�Zod , �° ZI Fop w per EACH (words) figures 14 1 Catch Basin Type 2-48" EACH 1-�V E {-�'u N EB ZI C� .61) per EACH (words) figures 15 2 Adjust Catch Basin EACH $ —[TRGt I: �tr--J-DRe\;) -F-t'PrY -3S0, 6 1�, 7cO(J per EACH (words) figures 16 1 Temporary Erosion/Sedimentation Control ow FA $One Thousand Five Hundred and 00/100 $1,500.00 $1,500.00 per FA (words) figures ,r 17 410 Type C Precast Traffic Curb LF $ � �2 >ctJ �3. 60 per LF (words) figures ar 18 180 Type C Block Traffic Curb LF $ 71-7 j(7 , pp f Qjp(J • per LF (words) figures 19 3 Raised Pavement Marker, Type 1 w HUND $-T k�t4 ze9 300 (S D t p b per HUND (words) figures tar 20 1 Raised Pavement Marker,Type 2 HUND $ Ti�Nu-ka Na m Lk-)O,66 uOp per HUND (words) figures t�rr III. PROJECT PROPOSAL CITY OF RENTON r CITY OF RENTON P/B/PW DEPARTMENT aw Schedule of Prices (Note: Unit prices for all items,all extentions,and total amount of bid must be shown. Show unit prices in both words and figures and where conflict occurs the written or typed words shall prevail.) ITEMI APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT .i. NO. QUANTITY (Unit Prices to be Written in Words) Dollars Cts. Dollars Cts. 21 6 Round Preformed Traffic Loop-6 foot ... EACH $ VIE .-�t-J22ED per EACH (words) figures ., 22 220 Plastic Crosswalk Stripe SF $ F�,u2 per SF (words) figures 23 8 Plastic Traffic Arrow EACH $ Sit' :�t\i—G- 7S.is (D per EACH (words) figures Total (=';t'00 aw Aw r. South Grady Way and Rainier Avenue South Pavement Rehabilitation r City of Renton July 2003 III. PROJECT PROPOSAL CITY OF RENTON r ' r CITY OF RENTON South Grady Way and Rainier Avenue South Pavement Rehabilitation i Schedule of Prices Summary Sheet w GRAND TOTAL $ q6 S Gz• v w Amount in Words of Grand Total r �Jt2 0,ND2Lr) R>a t -% 113/ali.� ��s�� 4,4, OD Y]OII s ow and / cents. BY SIGNING THIS PROPOSAL, THE BIDDER FURTHER DECLARES THAT w HE/SHE FULLY UNDERSTANDS THE CONSTRAINED SCHEDULE FOR THIS PROJECT AND HEREBY PROPOSES TO COMPLETE THE WORK INCLUDED IN THIS IMPROVEMENT WITHIN THE TIME LIMIT FOR COMPLETION, AS DEFINED IN THE PROJECT CONTRACT DOCUMENTS. THE UNDERSIGNED BIDDER AGREES TO COMMENCE WORK ON THIS PROJECT, IF AWARDED TO HIM/HER, NO LATER THAN 10 DAYS AFTER FINAL EXECUTION OF THE CONTRACT AGREEMENT AND TO COMPLETE THE WORK WITHIN 14 WORKING DAYS. tr c� td .r Signed Printed Name QcTy M9eriino Ccnstructlon 0o., Onc w Title Company Dated at this _�day of 20 D�. r r • 1w South Grady Way and Rainier Avenue South Pavement Rehabilitation City of Renton July 2003 III. PROJECT PROPOSAL CITY OF RENTON r ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA r ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA; +r NO. DATE NO. DATE NO. DATE r r r � SIGNED ` I r, TITLE Y l Ce--- NAME OF COMPANY Oh r ADDRESS CITY/STATE/ZIP &CLi`+[e-.: brS Mrr TELEPHONE� l9) r CITY OF RENTON STATE CONTR CTORS r' BUSINESS LICENSE# ezl? LICENSE# .gg V mcc—/<"0mt4-) r r South Grady Way and Rainier Avenue South Pavement Rehabilitation City of Renton July 2003 r r, P -c III. PROJECT PROPOSAL CITY OF RENTON BID BOND FORM r Herewith rind deposit in the form of a certified check, cashier's check, cash, or bid bond in the amou of $ which amount is not less than five percent of the total bid. +r Signature tr Know All Men by These Presents: rr That we, as Principal, and as Surety, are held and firmly boun nto the City of Renton, as Obligee, in the penal sum of Dollars, for the payment of which the Principal and the Surety bind themselves, their heirs, executo , administrators, successors and assigns,jointly and severally, by these presents. rr The condition of this obligation is such that if the Obligee sha make any award to the Principal for according to the terms of proposal or bid made by the Principal therefor, and the Principal shall duly make and enter into a --tract with the Obligee in accordance with the terms of said proposal or bid and award and shall give and for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Pr' cipal shall, in case of failure to do so, pay and forfeit to the Obligee the penal amount of the deposi specified in the call for bids, then this obligation shall be null and void; otherwise it shall be and main in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty d liquidated damages, the amount of this bond. r.r SIGNED, SEALED AND DATED THIS DAY OF , 200_. r Principal ow Surety wn Received return of depo t in the sum of$ 1r rw Mr irr Iw South Grady Way and Rainier Avenue South Pavement Rehabilitation City of Renton July 2003 so ii"j. PROJECT PROPOSAL +�• BID BOND FORM Herewith find deposit in the form of a certifedcheck,not ess than five percent of the id bondin the amount of ,r. which amount is Signature Know All Men by These Presents: W Gary Merlino Construction Company, Inc. as Principal, and That we, Travelers C. ty -an as Surety, arS held and firmly bound unto the City of Renton, as M Obligee, in the penal sum of ' ve ercent (5 6) of total amount liars, for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and j�uglisq)I&I and s yera ly b these presents. m an o Agerlca tr award to the Principal for The condition of this obligation is such that if the Obligee Shall make any r bid made by the Principal South Grady Way and** according to the terms of the proposal o therefor, and the Principal shall duly make and enter into a contract with the Obligee in accordance with ft the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Suretiefs approved by the Obligee;o �oe deposit spectiedhnithe all for bids, then this obligation forfeit to the Obligee the penal amount • shall be null and void; otherwise it shall be and remain in full force and effect a d this Bondy shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the **Rainier Avenue South Pavement Rehabilitation Project Project No. : CAG 03-116 30th DAY OF July 1200 3 . SIGNED, SEALED AND DATED THIS Ga erli ons ruction Company, Inc. Princip j VP Travel s Casualt and Surety Company of America By: Surety Joan M. Councilman, Attorney-in-Fact tt. Received return or deposit in the sum of$ try t� South Grady Way and Rtunier Avenue South Pavement Rehabilitation City of Renton July?003 r TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY - " FARMINGTON CASUALTY COMPANY Hartford,Connecticut 06183-9062 POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S)-IN-FACT +.KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford, County of Hartford, State of Connecticut, (hereinafter the "Companies-) hath made, constituted and appointed, and do by these presents make, constitute and appoint: Jim S. Kuich, John Claeys, Joan M. Councilman, Ronald J. Lange, of Seattle, Washington, their true and lawful Attorney(s)-in-Fact, with full power and authority -hereby conferred to sign, execute and acknowledge, at any place within the United States, the following instrument(s): by his/her sole signature and act, any and all 'bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking and any and all consents incident thereto and to bind the Companies, thereby as fully and to the same extent as if the same were signed by the duly authorized officers of the Companies, and all the acts of said Attorney(s)-in-Fact, pursuant to the mauthority herein given, are hereby ratified and confirmed. This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are now in full force and effect: VOTED: That the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any Second Vice President,the Treasurer, any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe r to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such 'appointee and revoke the power given him or her. VOTED: That the Chairman,the President,any Vice Chairman,any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary. VOTED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary,or(b)duly executed(under seal,if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority. This Power of Attorney and Certificate of Authority is signed and sealed by facsimile (mechanical or printed) under and by authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY,which Resolution is now in full force and effect: VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President,any Assistant Vice President, any Secretary, any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such power of attorney, or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or ti undertaking to which it is attached. tr tr (t 1-00 Standard) 1 1 puog `/C.le;a-joas ;ue;sissy �Q*a. Tom, , 1 uosueyop -w uo)i A13 o Z 8 61 p r � 1g�y�tR}bF1031HYfiJ!�a ��VnSY7 °NY All Co oz, Ain 1 3O,Cep uJ0£ Srgl paled 'ino?loauuoJ;o alelS `P-10J"eH JO fMD ail ur `,CueduroJ 3q)JO aorgO aurOH aql le paieas pue p3u2rs -aotoj Ur Mou ate `fouoglnV;o aleogmaD aql Ur quo; 1 PS Se `SloloalrQ jo SplEog mp]0 Suonnim-d 2UrpumS aql imp `0touuagllrg pue `Pa31OAal uaoq IOU Seq pue 0010; llnr3 ur SUILIUa, f4uotpnV 3O almr_I?IIaJ pue ,CawollV 3o taeAod Pagoelle PUE 2ur023lO3 aql IMP A-4l.L2I3J AggHaH OQ `lnorloawoJ 3o alels aql 3o suorlmodloo 3ioolS`ANVdWOJ A.L'IVfISVJ NO.LONIW2IV.3 PuE ANVd V03 A.L3NfIS QNV A.L'IVfISVJ S-da'13AVHL `VJRI3t V d0 ANVdWOJ A.LaHfIS QNV A.L'IVfISVJ SHH'I3AVHL 30 ,Cae3aaaaS luelmsV `pau2rslapun aql `I 1 3.LVJIJ11'd93 i 31neal;al-J aueyy oilgnd Aje;oN 990Z 'OE aunp salndxa uoissiwwoo AVy loolagl Sum nlosaH 2urpuelS aql lapun a*Wo Iaq/si qjo�uoglne ,Iq suorlelodroo ag13o31egaq uo luournum!p!-es aql palnaaxo ags/oq IMP pue`Sleas alelodioo Bons ale luoumnsui pees aql of paxim Sleas aql legl `suorletodioo PreS Io Sleas aql SAiOU3l agSM IMP `lualllIMSIn anoge aql palnaaxo gonlnm pue u<paquosap suollelodtoo aril `ANVdWOJ A.L'IVfISVJ NO.LONIWZIV3 PuE ANVdWOJ A,L310S QNV A.L'IVfISVJ S-dH'I3AVHL `VJRI3WV AO ANVdWOJ AlaMfIS QNV Al'IVfISVJ SN3'13AVH L 3o luap!saad aalA aoruaS sr ags/aq legs :Sus pue asodop pip`worms 1 ,Ilnp aar ,iq 2ataq `ognm `un�ou3i our of NOSdWOH L 'M 302I03O otuuo XIleuoslad atu u oq ZOOZ `gijeW 3O �eP g1 6Z sigl u0 1 ;uapisaJd 031n Joivag �r . �, T.•� r9 � uosdwoyl •M 96aoaO 0 ,° ^F Svo '9°NY Alt+C6 �3tlrtsq�� Q2IOd.L2IVII 30 A.INf10J. , ANVdWOJ A.L'IVIISVJ NO.L9I�IIW�IV3 plO3�H'SS{ ANVdWOJ A.L2MS QNV Al'IVfISVJ S-d2lj3AVXL V3lH3 V 30 ANVdWOJ A.LMIS QNV A-LI WfISVJ SHR I3AVILL In3LL3RNNOJ 30 91VIS ' 700Z g31EWJO XUP g16Z SUP PaxWu olalaq aq of quas aletodioo nags pue Inap!sald aajA aoivaS trail Aq pau is oq of lua urMsui sn" posneo aneq ANVdWOJ A.L'IVfISVJ N0.L0NIWHV3 Pug ANVd V0J A13MIS QNV A.L'IVfISVJ 1 -SN3'I3AVH L `VJIHI3WV 40 ANVdWOJ A.LaHfIS QNV A.L'IVfISVJ "3'13AVH L `30aHMM MN.LIM M travelers �60.� IMPORTANT DISCLOSURE NOTICE OF TERRORISM INSURANCE COVERAGE On November 26, 2002, President Bush signed into law the Terrorism Risk Insurance Act of 2002 (the "Act"). The Act establishes a short-term program under which the Federal Government will share in the payment of covered losses caused by certain acts of international terrorism. We are providing you with this notice to inform you of the key features of the Act, and to let you know what effect, if any, the Act will have on your premium. Under the Act, insurers are required to provide coverage for certain losses caused by international acts of terrorism as defined • in the Act. The Act further provides that the Federal Government will pay a share of such losses. Specifically, the Federal Government will pay 90% of the amount of covered losses caused by certain acts of terrorism which is in excess of Travelers' statutorily established deductible for that year. The Act also caps the amount of terrorism-related losses for which the Federal Government or an insurer can be responsible at $100,000,000,000.00, provided that the insurer has met its deductible. Please note that passage of the Act does not result in any change in coverage under the attached policy or bond (or the policy or bond being quoted). Please also note that no separate additional premium charge has been made for the terrorism coverage required by the Act. The premium charge that is allocable to such coverage is inseparable from and imbedded in your overall premium, and is no more than one percent of your premium. r III. PROJECT PROPOSAL CITY OF RENTON rr. CITY OF RENTON Combined Affidavit and Certification form: Non-Collusion,Anti-Trust,and Minimum Wage (Non-Federal Aid) NON-COLLUSION AFFIDAVIT Being duly sworn, deposes and says, that he is the identical person who submitted the foregoing proposal or bid, and that such bid is genuine and not sham or collusive or made in the interest or on behalf of any person not therein named, and further, that the deponent has not directly induced or solicited any other Bidder on the foregoing work or equipment to put in a sham bid, or any other person or corporation to refrain from bidding, and that deponent has not in any manner sought by collusion to secure to himself or to any other person any advantage over other Bidder or Bidders. AND rr CERTIFICATION RE: ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER Vendor and purchaser recognize that in actual economic practice overcharges resulting from anti-trust violations are in %W fact usually borne by the purchaser. Therefor, vendor hereby assigns to purchaser any and all claims for such over- charges as to goods and materials purchased in connection with this order or contract, except as to overcharges resulting from anti-trust violations commencing after the date of the bid, quotation, or other event establishing the to price under this order or contract. In addition, vendor warrants and represents that such of his suppliers and subcontractors shall assign any and all such claims to purchaser,subject to the aforementioned exception. ON AND MINIMUM WAGE AFFIDAVIT FORM I, the undersigned, having been duly sworn, deposed, say and certify that in connection with the performance of the al work of this project, I will pay each classification of laborer, workman, or mechanic employed in the performance of such work; not less than the prevailing rate of wage or not less than the minimum rate of wages as specified in the principal contract: that I have read the above and foregoing statement and certificate, know the contents thereof and W the substance as set forth therein is true to my knowledge and belief. FOR: NON COLLUSION AFFIDAVIT, ASSIGNMENT OF ANTI-TRUST CLAIMS TO r PURCHASER AND MINIMUM WAGE AFFIDAVIT South Grady Way and Rainier Avenue South- Pavement Rehabilitation .r Name of Project Gary Merlin®Consbucti®n Co., Inc Nam f Bi is Firm Signature thorized Representative of Bidder Subscribed and sworn to before me on this,3U day of J LY , 20 RY M. 4� .•a�sstOrii b��OTAgy 9�: N f, bli in and for the State of Washington ;U L cp PUBOG ;'� aary(Frio ) h�a�z�t Iq z 44^/b �1 „ •• 04 appointment expires: 6- - o'7 ,OP WASN`?• South Grady Way and Rainier Avenue South Pavement Rehabilitation City of Renton July 2003 IV. CONTRACT DOCUMENT FORMS CITY OF RENTON ' V CONTRACT DOCUMENT FORMS DOCUMENTS IN THE FOLLOWING FORM MUST BE EXECUTED AND SUBMITTED BY THE SUCCESSFUL BIDDER WITHIN TEN (10) DAYS FOLLOWING THE NOTICE OF AWARD. South Grady Way and Rainier Avenue South Pavement Rehahilitation City of Renton August 2003 BOND TO THE CITY OF RENTON Bond # 103964183 KNOW ALL MEN BY THESE PRESENTS: That we. the undersigned Gary Merlino Construction Company, Inc. Travelers Casualty and Surety as principal, and Company of America corporation organized and existing +� under the laws of the State of Connecticut as a surety corporation, and qualified under the laws of the State of Washington to become surety upon bonds of contractors with municipal corporations, as surety are ointly and severally held and firmly bound to the City of Renton in the penal sum of$ 446,862.a0 for the payment of which sum on demand we bind ourselves and our successors,heirs, administrators or person representatives,as the case may be. This obligation is entered into in pursuance of the statutes of the State of Washington, the Ordinance of the City of Renton. his VIA �� day of Dated at Washington, 424��, 200 . Nevertheless,the conditions of the above obligation are such that: WHEREAS, under and pursuant to Public Works Construction Contract CAG- b -llb providing for construction of South Grady Way and Rainier Avenue South Pavement Rehabilitation Project (project name) the principal is required to furnish a bond for the faithful performance of the contract: and WHEREAS, the principal has accepted, or is about to accept, the contract, and undertake to perform the work therein provided for in the manner and within the time set forth; ttir: NOW,THEREFORE, if the principal shall faithfully perform all of the provisions of said contract in the manner and within the time therein set forth,or within such extensions of time as may be granted under said contract, and shall pay all laborers, mechanics, subcontractors and materiatmen_ and all persons who shall supply said principal or subcontractors with provisions and supplies for the ft carrying on of said work, and shall hold said City of Renton harmless from any loss or damage occasioned to any person or property by reason of any carelessness or negligence on the part of said principal,or any subcontractor in the performance of said work, and shall indemnify and hold the City tr of Renton harmless from any damage or expense by reason of failure of performance as specified in the contract or from defects appearing or developing in the material or workmanship provided or performed under the contract within a period of one year after its acceptance thereof by the City of Renton. then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. Travelers Casualty and Surety Gary Merlino Construction Company, Inc. Company of America Principal Surety ef]R 7:ov. Signature / �/, /,, l/ i,naturc i 0 , /k�� 1/ /2 Joan M. Councilman Attorney-in-Fact Title Title TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY Hartford, Connecticut 06183-9062 POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S)-IN-FACT KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford, m County of Hartford, State of Connecticut, (hereinafter the "Companies") hath made, constituted and appointed, and do by these presents make, constitute and appoint: John Clacys, Joan M. Councilman, Ronald J. Lange, of Seattle, Washington, their true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred to sign, execute and acknowledge,at any place within M the United States, the following instrument(s): by his/her sole signature and act, any and all bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking and any and all consents incident thereto and to bind the Companies, thereby as fully and to the same extent as if the same were signed by the duly authorized officers of the Companies, and all the acts of said Attorney(s)-in-Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are now in full force and effect: VOTED: That the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her. VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is ' in writing and a copy thereof is filed in the office of the Secretary. VOTED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any ' Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary,or(b)duly executed(under seal,if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority. This Power of Attorney and Certificate of Authority is signed and sealed by facsimile (mechanical or printed) under and by authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY,which Resolution is now in full force and effect: VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any m power of attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or m undertaking to which it is attached. (11-00 Standard) ar r PuoB `tiejonag ;Ue;sissy uosueyo[• •W !JON S�'�• i v NNO� m �{ O bFi' a � A8 �J q�1... '1�VnS`�7 SONY Al��C +IgU1Nt^$M -600Z ` 1 jo,Cep W gY sigl palEQ 'lnotloauuoD 3o a1e1S `PIOJUUH JO�tD aql ut `Xusdwo3 ag13o aoidiO awoH aql ie paieaS pus pau2tS Y .3alo3 ut noon oju `,Citlogln`v'3o aleoijg1z)D aql ui quo3 ps se `slolowiCI;o spieog aqi;o suotlniosa21 OutpuslS aql lBg1 `alouuagl nj pus `paxonal uaaq 1ou seq pus ao1o3 lin3 ui sutswal f4uoglnV 3o alsot3ivaD pus bUI0)JVJO Iannod pagasils pus 2uiofto3 aql lsgl AAIidg:) AgadaH OQ `lnotloauuoD 3o alulS aql jo suollslodloo 3100ls`ANVdW00 AI'IVIISVJ NO.LONIWNV3 Pus ANVdWOJ AIMIS (INV A.L IVfISVO SNa'IaAVHL VOHNHWV 30 ANVdW03 AIaHfIS (INV A,L'IVfISVJ SUa IaAVH L JO ,CaslaaaaS luslstssV `pau�lslapun aql `I R I VDIAU'URD llneallal•0 aileW oijgnd A(JeION 90OZ 'OE aunt saJidxa uoissiwwoo Avy 1 -3o3lagl suotlniosa2i 2futpuslS aql Iapun ooWo Iaq/stq;o Cluoglnu ' Xq suoilslOdloo ogl3O 3leg3q no luawnllsui ptss aql palnoaxa aqs/aq legl pus `sieas aleiodjoo Bons we luawculsui ptss aql o1 paxijje Sims agl Imp `suotlslodloo ptss 3o Slum oql smou3i aqs/aq lsgl `luawnilsut anoge agl palnoaxa goigAi pus ui paquosap suoilelodloo aql `ANVdWOj Al lVfISV:) NO.LONIWNV3 Pus ANVdWOj A.Laaf1S (INV A.L IVfISV3 SN3'I3AVN.L `VjIHawV AO ANVdWO3 AIaHfIS aNV A.L"IVfISVJ SN:I'IaAVN.L JO luaPisaad aatA.aotuaS st aqs/aq legl :des pus osodap ptp `Moons Xinp ant Aq 5ut3q `oqm `unnou)i aw of NOSdWOH.L 'M af)HO30 aweo Xilsuosiad aw olo33q £OOZ `aunf 3o ,Cep MLI slgl uO IUOPisald aoin JOivag N � • F�9 �Q�a� r9� Pic uosdwoyl •M aBjoa0 i' '= mot NNOO `m a + ' �(g 0 Z 8 6 I 'OHOAI)d q �4�1MVFI u . € - n ?O 1�Vg llRO CINOA-111VH d0 AlXnO: ' ANVdWO:)A.L'IVnSVj N1019KINHVA pJO}1-mH 'SS{ ANVdWoj A132HMS aNV Al'IVfISVa SHH'13AVHI ' VJI HdWV AO ANVdWOJ AI3HfIS aNV A.L'IVnsVJ S2H3'IUAVHI _cnDIIDH[1NOD d0 HIVJS £OOZ aunf fo,Cep g1Li s►ql paxtlis olalaq aq o1 sieas olelodloo Iiagl pue luaP!sald aaiA aoluaS Itagl Xq pauSis ' aq of luawnllsui stgl posnso ansq ANVdWO,3 A.L'IVfISVJ NO,L9NIWNV3 Pus ANWW03 A.L3NfIS (INV A.L'IVfISVO SHH'IHAVHL `V3IHHWV d0 ANVdWO3 A.La Hf1S aNV AlIVfISVO SHd I3AVH L `dOaN3HM SS3N,LIM NI r 1�-avelers gy �60� IMPORTANT DISCLOSURE NOTICE OF TERRORISM INSURANCE COVERAGE On November 26, 2002, President Bush signed into law the Terrorism Risk Insurance Act of 2002 (the "Act"). The Act establishes a short-term program under which the Federal Government will share in the payment of covered losses caused by certain acts of international terrorism. We are providing you with this notice to inform you of the key features of the Act, and to let you know what effect, if any, the Act will have on your premium. Under the Act, insurers are required to provide coverage for certain losses caused by international acts of terrorism as defined in the Act. The Act further provides that the Federal Government will pay a share of such losses. Specifically, the Federal Government will pay 90% of the amount of covered losses caused by certain acts of terrorism which is in excess of Travelers' statutorily established deductible for that year. The Act also caps the amount of terrorism-related losses for which the Federal Government or an insurer can be responsible at $100,000,000,000.00, provided that the insurer has met its deductible. Please note that passage of the Act does not result in any change in coverage under the attached policy or bond (or the policy or bond being quoted). Please also note that no separate additional premium charge has been made for the terrorism coverage required by the Act. The premium charge that is allocable to such coverage is inseparable from and imbedded in your overall premium, and is no more than one percent of your premium. e IV. CONTRACT DOCUMENT FORMS CITY OF RENTON 8*A ,\0j,, CITY OF RENTON FAIR PRACTICES POLICY AFFIDAVIT OF COMPLIANCE irr GcW Merffno Construction Co.., Inc. hereby confirms and declares that (Name of contractor/subcon tractor/consultant) Gwy Merlin Canstrruction co., lno. I. It is the policy of to offer equal (Name of contractor/subcontractor/consultant) `= opportunity to all qualified employees and applicants for employment without regard to the race,creed,color, sex, national origin, age, disability or veteran status. ow Medina consfucuon co.s Inc. II. complies with all applicable (Name of contractor/subcontractor/consultant) federal, state and local laws governing non-discrimination in employment. IF .. ,GMY Merffne Consftcuon co., Inc. Il. When applicable, t —..�.._ will seek out and ( Name of contractor/subcontractor/consultant) negotiate with minority and women contractors for the award of subcontracts. Print Agent/Representative's Name Print Agent/Representative's Title err t. Agent/Re entative's Signature Date igned r South Grady Way and Rainier Avenue South Pavement Rehabilitation City of Renton July 2003 IV. CONTRACT DOCUMENT FORMS CITY OF RENTON CONTRACTS OTHER THAN FEDERAL-AID FHWA .. THIS AGREEMENT, made and entered into this day of , 200,6 . by and between THE CITY OF RENTON, Washington, a uni ipal co oration o the State of Washington, hereinafter referred to as "CITY" and MpIXU Y r L �,� , hereinafter referred to as "CONTRACTOR." ar WITNESSETH: 1) The Contractor shall within the time stipulated, (to-wit: within Z7 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 No4foi5�,?� 1ffd for improvement by construction and installation of: r 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 Consultant 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. a) This Agreement b) Instruction to Bidders c) Bid Proposal d) Specifications .. e) Maps and Plans t) Bid g) Advertisement for Bids h) Special Provisions, if any i) Technical Specifications, if any South Grady Way and Rainier Avcnue South Pavement Rehabilitation City A Renton luly 2003 r IV. CONTRACT DOCUMENT FORMS CITY OF RENTON 3) If the Contractor refuses or fails to prosecute the work or any part thereof, with such diligence as will insure its completion within the time specified in this Contract, or any extension in writing thereof, or fails to complete said work with such time, or if the Contractor shall be adjudged a bankrupt, or if he should make a general assignment for the benefit of his creditors, or if a receiver shall be appointed on account of the Contractor's insolvency, or if he or any of his subcontractors should violate any of the provisions of this,Contract, the City may then serve written notice upon him and his surety of its intention to terminate the Contract, and unless within ten (10) days after the serving of such 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. South Grady Way and Rainier Avenue South Pavement Rehabilitation City of Renton July 2003 IV. CONTRACT DOCUMENT FORMS CITY OF RENTON 6) Any notice from one party to the other party under the Contract shall be in writing and shall be dated and signed by the party giving such notice or by its duly authorized representative of such party. Any such notice as heretofore specified shall be given by personal delivery thereof or by depositing same in the United States mail, postage prepaid, certified or registered mail. 7) The Contractor shall commence performance of the Contract no later than 10 calendar days after Contract final execution, and shall complete the full performance of the Contract not later than tr. ZO 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 tr 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. r 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 trt 4.16.0401imiting 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. ow 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 to 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. to 11) The Contractor shall verify, when submitting first payment invoice and annually thereafter, possession of a current City of Renton business license while conducting work for the City. The Contractor shall require, and provide verification upon request, that all subcontractors participating in aw 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. rrr 12) The total amount of this contract is the sum of 4 411(o , s67. OC7 rs -Le KAQIreel Lr-14_ 51K 46A5,1-111t trr which includes Washington State Sales Tax. Payments will be made to Contractor as specified in the "Special Provisions" of this Contract. South Grady Way and Rainier Avenue South Pavement Rehabilitation City of Renton July 2003 arr d ' IV. CONTRACT DOCUMENT FORMS CITY OF RENTON IN WITNESS WHEREOF, the City has caused these presents to be signed by its Mayor and attested by its City Clerk and the Contractor has hereunto set his hand and seal the day and year first above-written. wr TOR ITY OF RENTON President/P er/ wner Mayor ATTEST / Aa cretary City Clerk dba Gwy Medino'e'iCJ'S'ffZlWon Co., In o. Firm Name check ore ❑ Individual ❑ Partnership ®Corporation Incorporated in��1,Zi `� ar Attention: 'If business is a CORPORATION, name of the corporation should be listed in full and both President and Secretary must sign the contract, OR if one signature is permitted by corporation by-laws, a copy of the by- ? laws shall be furnished to the City and made a part of the contract document. If business is a PARTNERSHIP, full name of each partner should be listed followed by d/b/a (doing , business as) and firm or trade name; any one partner may sign the contract. _'W If business is an INDIVIDUAL PROPRIETORSHIP, the name of the owner should appear followed by d/b/a and name of the company. arr rr +r r. South Grady Way and Rainier Avenue South Pavement Rehabilitation City of Renton July 2003 wr IV. CONTRACT DOCUMENT FORMS CITY OF RENTON City of Renton Human Resources & Risk Management Department Insurance Information Form FOR: Gary Merlino Construction Company, Inc PROJECT NUMBER: STAFF CONTACT: Certificate of Insurance indicates the coverages/limits specified in contract? ®Yes ❑No ar Are the following coverages and/or conditions in effect? ®Yes ❑No The Commercial General Liability policy form is an ISO 1993 Occurrence ® Yes ❑No r' Form or Equivalent? (If no,attach a copy of the policy with required coverages clearly so identified) CG 0043 Amendatory Endorsement provided?* ❑Yes ®No General Aggregate provided on a per project basis(CG2503)?* ®Yes ❑No Additional Insured wording provided?* ®Yes ❑No Coverage on a primary basis and non-contributing basis?* ® Yes ❑No Waiver of Subrogation Clause applies?* ® Yes ❑No Severability of Interest Clause(Cross Liability)applies? ®Yes ❑No it Notice of Cancellation/Non-Renewal amended to 45 days?* ® Yes ❑No *To be shown on certificate of insurance* AM BEST'S RATING FOR CARRIER GL AXV Auto AXV Umb A++XV Professional This Questionnaire is issued as a matter of information.This questionnaire is not an insurance policy and does not nr amend,extend or alter the coverage afforded by the policies indicated on the attached CERTIFICATE OF INSURANCE.The CITY OF RENTON,at its option.hsfl obtain copies of the policies and/or specific declaration pages FROM awarded bidder prior to execution of contract. wr Willis of Seattle, Inc. Maria Moss Agency/Broker Com leted By(Type or Print Name) P.O. Box 34201, Seattle, WA 98124 Address Corn' ompleted ( ignature) Maria Moss 206-386-7400 Name of person to contact Telephone Number NOTE THIS QUESTIONNAIRE MUST BE COMPLETED FOR EACH LINE OF COVERAGE AND ATTACHED TO CF.RTII'IC:ATE OF INSURANCE South Urally Way and Rainier Avenue South Pavement Rehabilitation City of Renton July 2003 vr� aw IV. CONTRACT DOCUMENT FORMS CITY OF RENTON ENDORSEMENT 1 tw 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 am 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. ,.r 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 leased by the NAMED INSURED from the OWNER, the insurance afforded by this policy shall be primary insurance as rr respects the OWNER, or any other insured, its elected or appointed officers, officials, employees, subconsultants or volunteers; or stand in an unbroken chain of coverage excess of the NAMED INSURED'S 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, subconsultants or volunteers shall be in excess of this insurance and ow shall not contribute with it. 3. SEVERABILITY 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 had 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. tier 4. CANCELLATION NOTICE. The insurance afforded by this policy shall not be suspended, voided, canceled, reduced in coverage or in limits except after FORTY-FIVE (45) days' prior written notice by certified mail return receipt requested has been given to the OWNER. Such notice shall be addressed to (a) the OWNER and (b) the CONTRACTOR. F- 100 5. CLAIM[ REPORTING. The OWNER has no obligation to report occurrences unless a claim has been tiled with the OWNER. 6. AGGREGATE LIMIT. The General Aggregate Limit under Limits of Insurance applies separately to the above 410 named contract for the above named OWNER. Z:!4 Date Authorized Repres•nta ve trw Signature tier ire r South Grady Way and Rainier Avenue South rri Pavement Rehabilitation City of Renton July 2003 wr FROM STONEWAY CONCRETE (TUE) 8. 19' 03 12: 34/ST. 12: 34/NO. 4862723792 F 2 DATE r ACORD.- CERTIFICATE OF LIABILITY INSURANCE Page 1 of 3 08/19/2003 No PRODUCER 877-559-6769 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Willi& North America, Inc. - Regional Cert center HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 11201 N. Tatum Boulevard ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Suite 300 00 Phoenix, Az 85029 INSURERS AFFORDING COVERAGE INSURED Gary Merlino Construction Co. INSURERA. St. Paul Guardian Insurance Com an 24775-001 9125 10th Ave. S. Seattle, WA 981D8 INSURERB: National Union Fire Ins. Co. of PittBbur 19445-002 INSURER C. INSURER D. INSURER E COVERAGES go THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES,AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR POUCYEFFECTIVE POLICYEXPIRATION LTR TYPE OFINSURANCE POLICY NUMBER DATE fMMjDDNyI DATE(MM/DDffYI LIMITS A GENERAL LIABILITY XXOS400383 1/31/2003 1/31/2004 EACH OCCURRENCE $ 1 000 000 X COMMERCIAL GENERAL LIABILITY FIRE DAMAGE(Anyone fire $ 100,000 CLAIMS MADE a OCCUR MED EXP(Any one person) $ 10.00 to X WA Ston Gap PERSONAL BADVINJURY $ 1.000,000 GENERAL AGGREGATE $ 2,000,000 GEML AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMPIOPAGG $ 2,000.00 POLICY FX JECOT LOC A AUTOMOBILE LIABILITY KKO8400383 1/31/2003 1/31/2004 X ANYAUTO COMBINED SINGLE LIMIT $ 1,000,000 (Ea accident) ALLOWNEDAUTOS SCHEDULEDAUTOS BODILY son)URY S HIRED AUTOS $ NON-OWNED AUTOS 8ODILYINJURY(Peraondent) PROPERTY DAMAGE $ (Per atcidenl} GARAGE LIABILITY AUTO ONLY EA ACCIDENT $ _ ANY AUTO OTHER THAN EA ACC $ AUTO ONLY AGG S B EXCESS LIABILITY BE1399246 1/31/2003 1/3112004 EACH OCCURRENCE S 11000,000 7X OCCUR CLAIMS MADE AGGREGATE S 1,000.00 S DEDUCTIBLE $ X RETENTION S 10.00 _ _ S WORKERS COMPENSATION AND STATU- OTH- EMPLOYE RS'LIABILITY (�ql To Y I_MITS -R ✓� I r��^ E.L.EACH ACCIDENT S E.L.DISEASE-EA EMPLOYEE S OTHER E.L.DISEASE-POLICY LIMIT $ DESCRIPTION OF OPERATIONSILOCATIONS IVEHICLEWEXCLUSIONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS THIS VOIDS AND REPLACES PREVIOUSLY ISSUED CERTIFICATE DATED: 8/5/2003 WITH ID: 3324056 RE: South Grady Way and Ranier Ave. S. Pavement Rehabilitation The Certificate Holder is added as Additional Insured as respects operations performed by or on behalf of the Named Insured but only insofar as coverage is provided therefore in the afore Ilrr captioned policie as reauired by written contract, CERTIFICATE HOLDER ADOITIONAL INSURED;INSURER LETTER: CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION No DATE THEREOF,THE ISSUING INSURER WILL MXZM <XMAIL 45 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFZX XXAAEXXXdMIJv16)LXXL i41f d�61�7�f76It�C➢67C 1d1(30XOISLffr]tf�7d]i�lUGl i3CCCl O1SJt0�C8t9[)IiX�(7�7C7(➢�LtY9C�{ City of Renton } (g> g 1055 South Grady Way AUTHORIZED REPRESENTATIVE Renton, WA 98055 V�) ACORD 25-S(7/97) Coll:796387 Tpl:151452 Cer 3357069 ©ACORD CORPORATION 1988 ow FROM STONEWAY CONCRETE (TUE) 8. 19' 03 12: 35/ST. 12: 34/N0. 4862723792 P 3 low DATE Willis CERTIFICATE OF LIABILITY INSURANCE page 2 of 3 08/19/2003 40 PRODUCER 877-559-6769 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Willis North America, Inc. - Regional Cert center HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 11201 N. Tatum Boulevard ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Suite 300 440 Phoenix, Az 85028 INSURERS AFFORDING COVERAGE INSURED Gary Merlino Construction Co. INSURERA. St. Paul Guardian Insurance Company 24775-001 9125 10th Ave. S. Seattlee,, WA 98108 INSURERS: National Union Fire Ina. Co. of Pittsburg 19445-002 INSURERC: INSURERD: INSURER E: DESCRIPTION OF OPERATIONS&OCATIONSIVEHICLES1EXCLUSIONS ADO ED BY ENDORSEMENT1SPECIAL PROVISIONS Ste Paul additional insured form 60322 attached. A Waiver of Subrogation applies per attached St. Paul form. ow wrr of go ow to aw to low aw it so 1101 Coll:796387 Tp1:151452 Cert:3357069 No FROM STONEWAY CONCRETE (TUE) 8. 19' 03 12: 35/ST. 12: 34/NO. 4862723792 P 4 Page 3 of 3 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). 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). Wrr DISCLAIMER ow The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. r to err NO err ACORD 25-S(7197) Co11:796387 Tp1:151452 Cert:3357069 rwr FROM STONEWAY CONCRETE (TUE) 8. 19' 03 12:35/ST. 12:34/NO. 4862723792 F 5 VW 40 ADDITIONAL PROTECTED PERSONS ENDORSEMENT—CONTRACTORS iheMbul GENERAL LIABILITY—INCLUDING COMPLETED WORK to This endorsement changes your Contractors Commercial General Liability Protection err Now Coverage Is Chanced There are two changes which are described architect,engineer, or surveyor professional below. services. +rr 1. The following is added to the Who is Protected Ardiitect,engineer, orsulmeyorprofessionai Under This Agreement section. This change services includes: adds certain protected persons and limits their • the preparation or approval of maps, drawings, protection. opinions, reports, surveys, change orders, r.r designs, or specification; and Additional protected person. The person . supervisory, inspection, or engineering or organization named below is an additional services. yr„ protected person as required by a contract or agreement entered into by you. But only for 2. The following is added to the Other primary covered injury or damage arising out of: insurance section. This change broadens • your work for that person or organization; coverage. • your completed work for that person or organization if your contract or agreement Well consider this insurance to be primary to requires such coverage; and non-contributory with the insurance issued premises you own, rent, or lease from that directly to the additional protected persons person or organization; or listed below if: • your maintenance, operation,or use of • your contract specifically requires that we equipment leased from that person or consider this insurance to be primary or ow organization. primary and non-contributory insurance; or • you request before a loss that we consider We explain what we mean by your work and this insurance to be primary or primary and r.. your completed work in the Products and non-contributory insurance. completed work total limit section. Other Terms If the additional protected person is an err architect, engineer, or surveyor, we won't All other terms of your policy remain the same. cover injury or damage arising out of the performance or failure to perform rr Person Or Organization: Any Person or Organization You Are Required By Written Contract to Add as an Additional Protected Person. City of Renton Name of Insured: Policy Number: KK0B400383 Effective Date 01/31/03 Gary Merlino Construction Co. Processing Date 8/19/03 G0322 Rev. 12-97 Printed in U.S.A. Endorsement ©St. Paul Fire and Marine Insurance Co. 1997 All Rights Reserved Page 1of1 tw CONTRACTORS RECOVERING DAMAGES FROM A TheStPdul THIRD PARTY ENDORSEMENT This endorsement changes your Commercial General Liability Protection. How Coverage Is Changed 0 Next, we will be entitled to any remaining balance, up to the amount paid under this The following replaces the Recovering Damages policy to reimburse us fully. From A Third Party section. . Then if any amount remains, you or any other protected person are entitled to the excess. Recovering Damages From A Third Party However, expenses of recovery proceedings will be Any protected person under this policy may be able divided in the same ratio as the recovery is shared. to recover all or part of a loss from someone other But if we are not successful in a right of recovery than us. Because of this, each protected person initiated solely at our request,we will be must do all that's possible after a loss to preserve responsible for the recovery expenses. any right of recovery available. We will waive our right of recovery against any If we make a payment under this policy that right of person or organization if you are required in a recovery will belong to us. But we will not have this contract with that person or organization to waive right of recovery against any: that right. But we'll do so only for payments we • Parent; make because of covered injury or damage that • Owned or controlled subsidiary; or results from work done by or for you under that • Affiliated company where you have contract. And only if you enter into that contract management control. before the injury or damage happens. We will work with you or any protected person in Other Terms the exercise of our right of recovery. If we recover any amount, it will be distributed in the following All other terms of your policy remain the same. manner: • You or any protected person will be reimbursed first for the loss not covered by insurance. G0326 Ed. 9-97 Printed in U.S.A. Endorsement ©St.Paul Fire and Marine Insurance Co. 1997 All Rights Reserved Page 1 of 1 IV. CONTRACT SPECIFICATIONS CITY OF RENTON w CONTRACT SPECIFICATIONS South Grady Way and Rainier Avenue Soutt Pavement Rehabilitation City of Renton July 200_ trr """ IV, CONTRACT SPECIFICATIONS CPTY OF RENTON Special Provisions err South Grady Way and Rainier Avenue Soutl Pavement Rehabilitatiot City of Rentot July 200; ftr SP-i SPECIAL PROVISIONS INTRODUCTION These special provisions shall be used in conjunction with the Standard Specifications for Road, Bridge and Municipal Construction, 2002 English edition, together with Section 1®99 APWA Supplement as issued by the Washington State Department of Transportation and American Public Works Association, Washington State Chapter, hereinafter referred to as the "Standard Specifications". The Standard Specifications and Amendments to the Standard Specifications, except as they may be modified or superseded by these Special Provisions, shall govern all phases of work under this contract, and they are by reference made an integral part of these specifications and contract as if herein fully set forth. Also incorporated into these specifications by reference are: Manual on Uniform Traffic Control Devices for Streets and Highways, current edition Standard Plans for Road, Bridge and Municipal Construction, as prepared by the Washington State Department of Transportation and the American Public Works Association, current edition American Water Works Association Standards, current edition City of Renton Standard Specifications and Details DESCRIPTION OF WORK The work to be performed under this contract shall include replacement of existing asphalt cement concrete pavement with portland cement concrete, channelization replacement, and replacement of drainage structures. UNDERSTANDING THESE SPECIAL PROVISIONS These Special Provisions supplement, revise, add new specifications, and/or modify the Standard Specifications. The sections herein have descriptors added as follows: Supplement The entire identified section of the Standard Specifications is valid and is supplemented by the text provided. New Item is a City of Renton Special Provision and does not reference a Standard Specification. Revision Replace the entire referenced section of the Standard Specifications with the text provided. Modification Provides a variation or modification of an identified sentence, paragraph, or section in the Standard Specifications. WSDOT GSP -... A WSDOT General Special Provision applicable to this project. South Grady Way and Rainier Avenue South Pavement Rehabilitation City of Renton July 2003 aw SP-1 „® DIVISION 1 GENERAL REQUIREMENTS 1-01 DEFINITIONS AND TERMS In the standard specifications, whenever reference is made to the Contracting Agency, State, �. Commission, Department of Transportation, or Secretary of Transportation, such reference shall be deemed to be the City of Renton acting through its City Council, employees, and duly authorized representatives. 1-01.3 Definitions Supplement Act of god "Act of God" means an earthquake, flood, cyclone, or other cataclysmic phenomenon of nature. A rain, windstorm, high water or other natural phenomenon of unusual intensity for the specific locality of the work, which might reasonably have been anticipated from historical records of the general locality of the work, shall not be construed as an act of god. Consulting Engineer The Contracting Agency's design consultant, who may or may not administer the construction program for the Contracting Agency. Contract Price • Either the unit price, the unit prices, or lump sum price or prices named in the proposal, or in properly executed change orders. Day "' Unless otherwise designated, day(s) as used in the Contract Documents, shall be understood to mean working days. Engineer The City Engineer or duly authorized representative who is a currently licensed registered engineer in the State of Washington, or an authorized member of a licensed consulting firm retained by Owner for the construction engineering of a specific public works project. Inspector �.. Owner's authorized representative assigned to make necessary observations of the work performed or being performed, or of materials furnished or being furnished by Contractor. Or Equal Where the term "or equal" is used herein, the Contracting Agency, or the Contracting Agency on recommendation of the engineer, shall be the sole judge of the quality and suitability of the proposed substitution. The responsibility and cost of furnishing necessary evidence, demonstrations, or other information required to obtain the approval of alternative materials or processes by the Owner shall be entirely borne by the Contractor. Owner The City of Renton or its authorized representative also referred to as Contracting Agency. Performance and Payment Bond Same as "Contract Bond" defined in the Standard Specifications. rw South Grady Way and Rainier Avenue South Pavement Rehabilitation City of Renton ,� June 2003 SP-2 .r Plans 1W The contract plans and/or standard plans which show location, character, and dimensions of prescribed work including layouts, profiles, cross-sections, and other details. Drawings may either be bound in the same book as the balance of the Contract Documents or bound in so separate sets, and are a part of the Contract Documents, regardless of the method of binding. The terms "Standard Drawings" or "Standard Details" generally used in specifications refers to drawings bound either with the specification documents or included with the Plans or the City of Renton Standard Plans. ,. Points Wherever reference is made to Engineer's points, this shall mean all marks, bench marks, reference points, stakes, hubs, tack, etc., established by Engineer for maintaining horizontal and vertical control of the work. rr Provide Means "furnish and install' as specified and shown in the Plans. Secretary, Secretary of Transportation The chief executive officer of the Department and other authorized representatives. The chief executive officer to the Department shall also refer to the Department of Planning/Building/Public Works Administrator. ,r Shop Drawings Same as "Working Drawings" defined in the Standard Specifications. .. Special Provisions Modifications to the standard specifications and supplemental specifications that apply to an individual project. The special provisions may describe work the specifications do not cover. Such work shall comply first with the special provisions and then with any specifications that apply. The Contractor shall include all costs of doing this work within the bid prices. State The state of Washington acting through its representatives. The State shall also refer to The City of Renton and its authorized representatives where applicable. Supplemental Drawings and Instructions Additional instructions by Engineer at request of Contractor by means of drawings or documents necessary, in the opinion of Engineer, for the proper execution of the work. Such drawings and instructions are consistent with the Contract Documents. Utility Public or private fixed improvement for the transportation of fluids, gases, power, signals, or communications and shall be understood to include tracks, overhead and underground wires, cables, pipelines, conduits, ducts, sewers, or storm drains. �+► .re South Grady Way and Rainier Avenue South Pavement Rehabilitation City of Renton July 2003 As Division 1 - General Requirements SP-3 1-02 BID PROCEDURES AND CONDITIONS 1-02.1 Qualifications of Bidder Supplement The bidder shall fill out and sign the Statement of Bidder's Qualifications, contained herein. Said form shall be submitted with the bid. r.. 1-02.2 Bid Documents Supplement The official plans shall be known as South Grady Way Pavement Rehabilitation, Project #CAG- 03-166 1-02.4 Examination of Plans, Specifications and Site of Work Supplement Minor variations and miscellaneous items may not be shown on the drawings. In accordance with the Standard Specifications, it shall be the Contractor's responsibility to examine the site, become familiar with all attendant conditions and determine the difficulties and work involved, and to accept the site in its existing condition at the time of the award of contract. WSDOT GSP/Supplement (March 13, 1995) Examination Of Plans, Specifications And Site Of Work .. 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: City of Renton Rob Lochmiller 1055 South Grady Way Renton WA 98055 1-02.6 Preparation of Proposal WSDOT GSP/Supplement/Modification (January 11, 1999) Section 1-02.6 is supplemented with the following: (September 5, 1995) On this project, the bidder will not be required to submit with the bid a list of: 1. Subcontractors, and 2. The work the subcontractors will perform. The third paragraph is revised as follows: All prices shall be in legible figures and words} written in ink or typed. The proposal shall include: "" South Grady Way and Rainier Avenue South Pavement Rehabilitation City of Renton ,m July 2003 SP-4 1. A unit price for each item (omitting digits more than four places to the right of the decimal point), each unit price shall also be written in words; where a conflict arises the written words shall prevail. rr 1.02.6(1) Proprietary Information New Vendors should, in the bid proposal, identify clearly any material(s) which constitute "(valuable) formula, designs, drawings, and research data" so as to be exempt from public disclosure, RCW 42.17.310, or any materials otherwise claimed to be exempt, along with a Statement of the basis for such claim of exemption. The Department (or State) will give notice to the vendor of any request for disclosure of such information received within 5 (five) years from the date of submission. Failure to so label such materials or failure to timely respond after notice of request for public disclosure has been given shall be deemed a waiver by the submitting vendor of any claim that such materials are, in fact, so exempt. s� 1.02.9 Delivery of Proposal Supplement Bid proposals that are delivered in person shall be submitted to: City Clerk Renton City Hall 1055 S. Grady Way Renton, Washington 98055 The envelope shall be plainly marked with South Grady Way Pavement Rehabilitation, Project #CAG-03-116. Proposal envelopes sent by mail shall be further sealed in another envelope, addressed as follows: j. City Clerk Renton City Hall 1055 S. Grady Way Renton, Washington 98055 1-02.12 Public Opening of Proposals Supplement The Contracting Agency reserves the right to postpone the date and time for bid opening. Notification to bidder will be by addenda. 1-03 AWARD AND EXECUTION OF CONTRACT 1-03.1 Consideration of Bids Supplement All bids will be based on total sum of all schedules of prices. No partial bids will be accepted unless so stated in the call for bids or special provisions. The City reserves the right however to award all or any schedule of a bid to the lowest bidder at its discretion. South Grady Way and Rainier Avenue South Pavement Rehabilitation City of Renton rr July 2003 Division 1 -General Requirements SP-5 , . 1-03.2 Award of Contract Supplement The award of contract, if awarded, will be made to the lowest bidder deemed responsible by the Owner, whose bid conforms to the requirements of these specifications, and whose past record of performance on work of similar complexity and magnitude indicates that said bidder is qualified to carry out the obligations of the contract and to complete the work contemplated therein. '~ The contract, bond form, and all other forms requiring execution, together with a list of all other forms or documents required to be submitted by the successful bidder, will be forwarded to the successful bidder within 10 days of the award. The number of copies to be executed by the Contractor shall be determined by the Contracting Agency. r. 1-03.3 Execution of Contract Supplement Within 10 calendar days after receipt from the City of the forms and documents required to be completed by the Contractor, the successful bidder shall return the signed Contracting Agency- "'' prepared contract, an insurance certification as required by Section 1-07.18, and a satisfactory bond as required by law and Section 1-03.4. Before execution of the contract by the Contracting Agency, the successful bidder shall provide any pre-award information the Contracting Agency may require under Section 1-02.15. Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency nor shall any work begin within the project limits or within Contracting Agency-furnished sites. The Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the Contracting Agency. If the bidder experiences circumstances beyond their control that prevents return of the contract documents within 10 calendar days after the award date, the Contracting Agency may grant up to a maximum of 10 additional calendar days for return of the documents, provided the Contracting Agency deems the circumstances warrant it. The Contracting Agency is prohibited by RCW 39.06.010 from executing a contract with a Contractor who is not registered or licensed as required by the laws of the state. In addition, the Contracting Agency requires persons doing business with the Contracting Agency to possess a valid City of Renton business license prior to award. When the Bid Form provides spaces for a business license number, a Washington State Contractors registration number, or both the Bidder shall insert such information in the spaces provided. The Contracting Agency requires legible copies of the Contractor's Registration and business license be submitted to the Engineer as part of the Contracting Agency's post-award information and evaluation activities. .r 1-03.4 Contract Bond Supplement As indicated in the performance bond form and construction contract included in these Contract Documents, all work shall be guaranteed for a period of one year after acceptance of the r. project. Formal construction acceptance by the City Council will be considered as the date of commencement of the one year period. r. South Grady Way and Rainier Avenue South Pavement Rehabilitation City of Renton JW July 2003 r SP-6 1-04 SCOPE OF THE WORK 1-04.2 Coordination of Contract Documents, Plans, Special Provisions Specifications, and Addenda Modification Modify the second paragraph to read: Any inconsistency in the parts of the contract shall be resolved by following this order of .r precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 1. Addenda, 2. Proposal Form, 3. Special Provisions, 4. Contract Plans, 5. Amendments to Division 1-99 APWA Supplement 6. Amendments to the Standard Specifications, 7. Division 1-99 APWA Supplement 8. WSDOT/APWA Standard Specifications for Road, Bridge and Municipal Construction ,r 9. Contracting Agency's Standard Plans (if any) 10. WSDOT/APWA Standard Plans for Road, Bridge and Municipal , Construction 1-04.3 Contractor-Discovered Discrepancies New Upon receipt of award of contract, Contractor shall carefully study and compare all the components of the Contract Documents and other instructions, and check and verify all field measurements. Contractor shall, prior to ordering material or performing work, report in writing , to Engineer any error, inconsistency, or omission in respect to design or mode of construction, which is discovered. If Contractor, in the course of this study or in the accomplishment of the work, finds any discrepancy between the Plans and the physical condition of the locality as represented in the Plans, or any such errors or omissions in respect to design or mode of construction in the Plans or in the layout as given by points and instructions, it shall be Contractor's duty to inform Engineer immediately in writing, and Engineer will promptly check the same. Any work done after such discovery, until correction of Plans or authorization of extra work is given, if Engineer finds that extra work is involved, will be done at Contractor's risk. If extra work is involved, the procedure shall be as provided in Section 1-04.4 of the Standard Specifications. 1-04.4 Changes Modification The last two paragraphs are replaced with the following: Renton does not have a formal policy or guidelines on cost reduction alternatives, but will evaluate such proposals by the Contractor on a case-by-case basis. 1-04.8 Progress Estimates and Payments Supplement Section 1-04.8 is supplemented as follows: South Grady Way and Rainier Avenue South Pavement Rehabilitation City of Renton July 2003 r *NO Division 1 - General Requirements SP-7 The Contractor is encouraged to provide to the Engineer prior to progress payments an estimate of lump sum work accomplished to date. The Engineer's calculations and decisions shall be final in regard to the actual percentage of any lump sum pay item aw accomplished and eligible for payment unless another specific method of calculating lump sum payments is provided elsewhere in the specifications. 1-05 CONTROL OF WORK 1-05.3 Plans and Working Drawings Supplement Shop drawings and/or catalog cuts shall be furnished by the Contractor for all items indicated in various sections of these contract plans, Standard Specifications, and Special Provisions. A minimum of 3 copies shall be submitted for the Owner's and Engineer's use; additional copies required by the Contractor shall be submitted at the same time. The Contractor's copies will be returned to him with the appropriate action. �w 1-05.4 Conformity With and Deviations From Plans and Stakes Section 1-05.4 is supplemented with the following: (March 10, 2003) w Contractor Surveying - Roadway Copies of the Contracting Agency provided primary survey control data are available for the bidder's inspection at the office of the Project Engineer. a• 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. L 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 Aw 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. 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. aw South Grady Way and Rainier Avenue South Pavement Rehabilitation City of Renton �r July 2003 SP-8 3. Establish clearing limits, placing stakes at all angle points and at intermediate points not more than 50 feet apart. 4. Establish grading limits, placing slope stakes at centerline increments not more than 50 feet apart. Establish offset reference to all slope stakes. r 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. 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. 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. 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 J coordinates for the beginning and ending points and for each Point of Intersection (PI) on each alignment included in the project. .r The Contractor shall ensure a surveying accuracy within the following tolerances: Vertical Horizontal �Il 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 South Grady Way and Rainier Avenue South r Pavement Rehabilitation City of Renton July 2003 rr Division 1 - General Requirements SP-9 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) 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. +�r 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 H-14. When stakes are needed that are not described in the Plans, then those stakes shall be marked as directed by the Engineer. Payment wr Payment will be made in accordance with Section 1-04.1 for the following bid item: =Roadway Surveying Per Lump Sum The lump sum contract price for "Roadway 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. 1-05.5 Construction Stakes 1-05.5(1) General Replacement The Contractor shall be solely responsible for retaining a Professional Land Surveyor registered in the State of Washington to set all construction stakes and markers establishing lines, slopes, and grades as stipulated in Section 1-05.5(2), and prior to commencing work shall receive approval of the layout from the Engineer. The Contractor shall provide at least 48 hours for the Engineer to approve the layout. The Contractor shall assume full responsibility for detailed dimensions, elevations, and excavation slopes measured from these stakes and markers. Stakes, markers, and other reference points, including existing monumentation, set by the City shall be carefully preserved by the Contractor. The Contractor will be charged for the costs of aw South Grady Way and Rainier Avenue South Pavement Rehabilitation City of Renton .rn July 2003 SP-10 rr replacing stakes, markers, and monumentation that were not to be disturbed but were destroyed or damaged by the Contractor's operations. This charge will be deducted from monies due or to become due to the Contractor. The Contractor shall be liable for any error in alignment or grade from the Contract Plans. „r 1-0505(2) Roadway and Utility Surveys Replacement The Contractor shall be responsible for setting and maintaining all alignment stakes, slope stakes, grades, station and offset necessary for the construction of any and all construction items. Except for the survey control data to be furnished by the City, the calculations, surveying, and measuring required for setting and maintaining the necessary lines and grades .r will be the Contractor's responsibility. Prior to any construction, the Contractor shall stake the centerline at 50-foot intervals, shall perform original groundline surveying, and obtain original ground cross-section for earthwork quantity computations at the established 50-foot intervals, and stake right-of-way and easement. The Contractor shall be responsible for surveying to determine all construction quantity computations. Before starting any construction phase, the Contractor shall verify that the existing conditions shown on the Plans are valid. The Contractor shall survey the horizontal and vertical location of all existing facilities to be removed and replaced, including existing monuments. The City shall back-check the survey field notes prior to the removal of any facilities. The Contractor shall also provide construction staking for those facilities to be removed and replaced. Prior to approval of payment, the City may spot-check and verify all construction quantity computations prepared by the Contractor. , All construction surveying work to be provided by the Contractor shall be performed by a licensed professional land surveyor in the State of Washington, approved by the City. Slope stakes, subgrade blue tops, and surfacing red and yellow tops shall be set at not less than 50-foot intervals. Paving pins shall be at not less than 25-foot intervals. The Contractor shall ensure a surveying accuracy within the following tolerances: , Slope stakes ±0.1 foot Subgrade blue tops ±0.01 foot Stationing ±0.1 foot Alignment ±0.1 foot Surfacing red and yellow tops ±0.01 foot Paving pins for surfacing or paving ±0.005 foot r The City may spot-check the Contractor's surveying. These spot-checks will not change the requirements for normal checking and testing as described elsewhere, and does not relieve the Contractor of the responsibility of producing a finished product that is in accordance with the contract. In all disputes concerning accuracy of lines and elevations, the City shall be assumed correct and the Contractor shall correct the discrepancies before construction work may proceed. No additional compensation will be paid for this corrective work. South Grady Way and Rainier Avenue South Pavement Rehabilitation City of Renton July 2003 w Division 1 -General Requirements SP-1' 1-05.5(3) Plans and Working Drawings Supplement The Contractor shall be required to maintain two sets of Plans and Specifications for the contract on site during the construction. The Contractor's superintendent or authorized ° representative shall update the documents with record information on a daily basis. Record information shall include, but not be limited to, the final location of all new materials incorporated into the work and all existing improvements encountered, such as water lines, underground power, telephone, and gas lines with such dimension, depths, nature of composition, and locations shown so as to be able to identify and locate the improvement in the field from the Control Centerline Stationing or other permanent structure that is to remain. The * record drawings shall be made accessible to the Engineer at all times and one set shall be submitted to the Engineer monthly, along with the Contractor's request for progress payments. Failure of the record drawings to reflect the above information in a clear and concise manner shall be basis for withholding the Contractor's Progress Payments until such time as they are completed to the satisfaction of the Engineer. Upon completion of his review of the drawings, the Engineer shall return the set of record drawings to the Contractor for his continued use. Upon completion of all the work for each phase for the contract, one or both of the sets of record drawings and specifications shall be delivered to the Engineer and, at his discretion, he may return same for the Contractor's continued use, or he may return new, unused sets of w documents for the Contractor's use. 1-05.10 Guarantees Supplement Section 1-05.10 is supplemented by adding the following: If within one year after the Acceptance Date of the Work by the Contracting Agency, defective and unauthorized Work is discovered, the Contractor shall promptly, upon written order by the Contracting Agency, return and in accordance with the Engineer's instructions, either correct such Work, or if such Work has been rejected by the Engineer, remove it from the Project Site and replace it with non defective and authorized Work, all without cost to the Contracting ®� Agency. If the Contractor does not promptly comply with the written order to correct defective and unauthorized Work, or if an emergency exists, the Contracting Agency reserves the right to have defective and unauthorized Work corrected or removed and replaced pursuant to Section 1-05.8 "Owner's Right to Correct Defective and Unauthorized Work." The Contractor agrees the above one year limitation shall not exclude or diminish the Contracting Agency's rights under any law to obtain damages and recover costs resulting from defective and unauthorized work discovered after one year but prior to the expiration of the legal time period set forth in RCW 4.16.040 limiting actions upon a contract in writing, or liability expressed or implied arising out of a written agreement. The Contractor shall warrant good title to all materials, supplies, and equipment purchased for, or incorporated in the Work. Nothing contained in this paragraph, however, shall defeat or impair the right of persons furnishing materials or labor, to recover under any bond given by the Contractor for their protection, or any rights under any law permitting such persons to look to funds due the Contractor in the hands of the Contracting Agency. a• South Grady Way and Rainier Avenue South Pavement Rehabilitation City of Renton July 2003 ow SP-12 ■w The provisions of this paragraph shall be inserted in all subcontracts and material contracts, and notice of its provisions shall be given to all persons furnishing materials for the Work when no formal contract is entered into for such materials. 1-05.14 Cooperation With Other Contractors Supplement The Contractor shall coordinate the work with other contractors and utility companies, which may have facilities in the project area and cooperate with them. The Contractor shall also coordinate activities with the City and no water mains, individual water services, street or private drives may be closed off without a minimum of 48 hours notice to the City, the appropriate utility, and the private property owner. Notification shall be written, with a copy delivered to the Engineer within a minimum of two working days prior to the commencement of work, and must be in such detail as to give the time of the commencement and completion of work, names of streets or locations of alleys to be closed, schedule of operations, routes of detours where possible. Should the property owner or the City have adequate reason, as determined by the Engineer, to avoid access or water service shutoff at the scheduled time, the Contractor shall reschedule his work to meet the new condition. Other utilities, districts, agencies, and/or contractors who may be working within the project area are as follows: 1. Puget Sound Energy 2. GTE Northwest 3. Comcast r 4. City of Renton 5. Qwest .r 6. King County/METRO 7. WSDOT .r ,0 MY South Grady Way and Rainier Avenue South Pavement Rehabilitation City of Renton July 2003 WA We Division 1 - General Requirements SP-13 w 1-06 CONTROL OF MATERIAL 1-06.2(2) Statistical Evaluation of Materials for Acceptance Supplement Section 1-06.02(2) is supplemented by adding the following: Unless stated otherwise in the special provisions, statistical evaluation will not be used by the City of Renton_ + 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.2 State Taxes WSDOT GSP/Supplement Section 1-07.2 is supplemented with the following: (March 13, 1995) •w The work on this contract is to be performed upon lands whose ownership obligates the Contractor to pay Sales tax. The provisions of Section 1-07.2(1) apply. 1-07.6 Permits and Licenses Supplement The Contractor shall assure that all necessary permits are obtained and is responsible for reviewing all permits to become familiar with the requirements. All specific permits, licenses, ow inspections, etc., which may be required, shall be obtained and paid for by the Contractor, including but not limited to a City of Renton business license. WSDOT GSP PW (March 13, 1995) No hydraulic permits are required for this project unless the Contractor's operations use, divert, obstruct, or change the natural flow or bed of any river or stream, or utilize any of the waters of the State or materials from gravel or sand bars, or from stream beds. 1-07.11(11) City of Renton Affidavit of Compliance New "" Each Contractor, Subcontractor, Consultant, and or Supplier shall complete and submit a copy of the "City of Renton Fair Practices Policy Affidavit of Compliance". A copy of this document will be bound in the bid documents. 4W 1-07.14 Responsibility for Damage Replacement 4W The Contractor shall indemnify, defend and hold harmless the City, its officers, agents, employees, engineers and Entranco from and against any and all claims, losses or liability, including attorney's fees, arising from injury, sickness, or death to persons or damage to property occasioned by any willful or intentional misconduct or negligent act, omission, error or failure of the Contractor, its officers, agents and employees, in performing the work required by these Contract Documents or in consequence of any negligence regarding the work, or the use �• of improper materials in the work. With respect to the performance of this contract and as to claims against the City, its officers, agents and employees, the Contractor expressly waives its immunity under Title 51 of the Revised Code of Washington, the Industrial Insurance Act, for injuries, death or sickness to its employees and agrees that the obligation to indemnify, defend and hold harmless provided for in this paragraph extends to any claim brought by or on behalf of any employee of the Contractor. This industrial insurance waiver is mutually negotiated by 4„ South Grady Way and Rainier Avenue South Pavement Rehabilitation City of Renton July 2003 . w SP-14 the parties. This paragraph shall not apply to any claims, suits or actions that result from the sole negligence of the City, its officers, agents or employees. If such claims, suits or actions were caused by or result from the concurrent negligence of the City, its officers, agents or' employees, the indemnity obligation contained within this paragraph shall be valid and enforceable only to the extent of the negligence of the Contractor, its officers, agents and employees. The Contractor shall bear sole responsibility for damage to completed portions of the project or to property located off the project caused by erosion, siltation, run-off, or other related items during the construction of the project. The Contractor shall also bear sole responsibility for any aw pollution of rivers, streams, ground water, or other waters, which may occur as a result of construction operations. The Contractor shall exercise all necessary precautions throughout the life of the project to prevent pollution, erosion, siltation, and property damage. 1-07.15 Temporary Water Pollution/Erosion Control Supplement Temporary water pollution control work during construction shall also consist of placing filter '~ fabric over storm drainage structures during construction and cleaning the fabric periodically, as directed by the Engineer. Filter fabric shall be woven microfilament geotextile conforming to City of Renton specifications, such as Mirafi 700x, Amoco 1199, or approved equivalent. 1-07.16 Protection and Restoration of Property Supplement The Contractor shall not trespass upon private property and shall be responsible for all injury or damage to persons or property, directly or indirectly, resulting from his operations in completing this Work. He shall comply with the laws and regulations of the Owner, County, and State and Federal governments, relating to the safety of persons and property, and will be held responsible for and required to make good any injury or damage to persons or property caused by carelessness or neglect on the part of the Contractor or subcontractor(s), or any agent or �► employee of both during the progress of the Work and until its final acceptance. All existing survey monuments including the City of Renton benchmark system and property corner markers shall be protected from movement by the Contractor. All existing markers and/or monuments that must be removed for construction purposes are to be referenced by survey ties and then replaced by a professional land surveyor registered in the State of Washington. All existing property corner markers disturbed or removed by the Contractor's operations which, in the opinion of the Engineer, were not required to be removed for construction purposes shall be replaced at the Contractor's own expense by a professional land surveyor registered in the State of Washington. The City of Renton benchmark system monuments that are disturbed must be reset to second order, first class specifications. The Contractor shall contact the owners of any ditches, irrigation lines, and appurtenances, which interfere with the Work. The Contractor shall be liable for any damage due to irrigation facilities damaged by his operations and shall repair such damaged facilities to an "equivalent or better than" original condition. Sprinkler irrigation systems found to encroach within the limits of improvements shall be modified as necessary to ensure satisfactory operation upon completion of the improvements. This work will include, but not be limited to, cutting and capping existing pipe, relocating existing Aw risers and sprinkler heads, new pipe heads and connections, and testing of the system. All work shall be done in conformance to the specifications and shall be incidental to the other items in the contract. South Grady Way and Rainier Avenue South Pavement Rehabilitation City of Renton July 2003 Division 1 - General Requirements SP-15 1-07.17 Utilities and Similar Facilities Supplement Underground utilities of record will be shown on the construction plans insofar as it is possible to do so. These, however, are shown for convenience only and the Owner assumes no ap responsibility for improper locations or failure to show utility locations on the construction plans. The location of existing underground utilities, as shown on the plans, is approximate only, and ,r, the Contractor shall be responsible for determining their exact location. The Contractor shall check with the utility companies concerning any possible conflict prior to commencing excavation in any area, as not all utilities may be shown on the plans. r. The Contractor shall call the Utility Location Request Center (One Call Center) for field location, not less than two nor more than ten business days before the scheduled date for commencement of excavation which may affect underground utility facilities, unless otherwise 40 agreed upon by the Contractor and a specific utility. A business day is defined as any day other than Saturday, Sunday or a legal local, State, or Federal holiday. The telephone number for the One Call Center for this project is 1-800-424-5555. w The Contractor is also warned that there may be utilities on the project that are not part of the One Call System. They must be contacted directly by the Contractor for locations. The Contractor is alerted to the existence of Chapter 19.122 RCW, a law relating to underground utilities. Any cost to the Contractor incurred as a result of this law shall be at the Contractor's expense. The Contractor shall be responsible for any breakage of utilities or services resulting from his operations, and shall hold the City and its consultants and agencies harmless from any claims resulting from disruption of or damages to same. r. The Contractor shall be entirely responsible for coordination with the utility companies and arranging for the movement or adjustment, either temporary or permanent, of their facilities within the project limits. No additional compensation will be made to the Contractor for reason of delay caused by the actions of any utility company and the Contractor shall consider such costs to be incidental to the other items of the contract. Existing utilities for telephone, power, and television cable facilities shall be adjusted by the appropriate utility company unless otherwise noted in these plans. 1-07.18 Public Liability and Property Damage Insurance Modification Section 1-07.18 is deleted replaced by the following new section and subsections: 1-07.18(1) General The contractor shall obtain and maintain in full force and effect, from the Contract Execution Date to the Completion Date, public liability and property damage insurance with an insurance company(ies) or through sources approved by the State Insurance Commissioner pursuant to RCW 48. The Contractor shall not begin work under the Contract until the required insurance has been obtained and approved by the Contracting Agency. Insurance shall provide coverage to the Contractor, all subcontractors, Contracting Agency and the Contracting Agency's consultant. The coverage shall protect against claims for bodily injuries, personal injuries, including Vr South Grady Way and Rainier Avenue South Pavement Rehabilitation City of Renton +v. July 2003 SP-16 ar accidental death, as well as claims for property damages which may arise from any act or omission of the Contractor or the subcontractor, or by anyone directly or indirectly employed by either of them. w If warranted work is required the Contractor shall provide the City proof that insurance coverage and limits established under the term of the Contract for work are in full force and effect during the period of warranty work. The Contracting Agency may request a copy of the actual declaration pages(s) for each insurance policy effecting coverage(s) required on the contract prior to the date work commences. Failure of the Contractor to fully comply during the term of the Contract with the +w requirements described herin will be considered a material breach of contract and shall be caused for immediate termination of the Contract at the option of the Contracting Agency. 1-07.18(2) Coverages As part of the response to this proposal, the Contractor shall submit a completed City of Renton Insurance Information form which details specific coverage and limits for this contract. All coverage provided by the Contractor shall be in a form and underwritten by a company acceptable to the Contracting Agency. The City requires that all insurers: 1. Be licensed to do business within the State of Washington. 2. Coverage to be on an "occurrence" basis (Professional Liability and Pollution coverage are acceptable when written on a claims-made basis). The City may also require proof of professional liability coverage be provided for up to two (2) years after the completion of the project. V 3. The City may request a copy of the actual declaration page(s) for each insurance policy affecting coverage(s) required by the Contract prior to the date work commences. 4. Possess a minimum A.M. Best rating of AVII (A rating of A XII or better is preferred.) If any insurance carrier possesses a rating of less than AVII, the City may make an exception. The City reserves the right to approve the security of the insurance coverage provided by the rr insurance company(ies), terms, conditions, and the Certificate of Insurance. Failure of the Contractor to fully comply during the term of the contract with these requirements will be considered a material breach of contract and shall be cause for immediate termination of the contract at the option of the City. The Contractor shall obtain and maintain the minimum insurance coverage set forth below. By requiring such minimum insurance, the City of Renton shall not be deemed or construed to .� have assessed the risks that may be applicable to the Contractor. The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverage. Coverage shall include: A. Commercial General Liability - ISO 1993 Form or equivalent. Coverage will be written on an occurrence basis and include: Premises and Operations (including CG2503; General Aggregate to apply per project, if applicable). wr South Grady Way and Rainier Avenue South Pavement Rehabilitation City of Renton July 2003 up SP-17 Division Division 1 - General Requirements Explosion, Collapse and Underground Hazards Products/Completed Operations .� Contractual Liability (including Amendatory Endorsement CG 0043 or equivalent which includes defense coverage assumed under contract) Broad Form Property Damage ar Independent Contractors Personal/Advertising Injury AW Stop Gap Liability B. Automobile Liability including all or Owned Vehicles Non-Owned Vehicles Hired Vehicles C. Workers' Compensation Statutory Benefits (Coverage A) - Show Washington Labor& Industries Number D. Umbrella Liability (when necessary) Excess of Commercial General Liability and Automobile Liability. Coverage should be as broad as primary. E. Professional Liability - (whenever the work under this Contract includes Professional Liability, (i.e. architectural, engineering, advertising, or computer programming) the CONTRACTOR shall maintain professional liability covering wrongful acts, errors and/or omissions of the CONTRACTOR for damage sustained by reason of or in the course of operations under this Contract. F. The Contracting Agency reserves the right to request and/or require additional coverages as may be appropriate based on work performed(i.e. pollution liability). CONTRACTOR shall Name CITY OF RENTON, and its officers, officials, agents, employees and volunteers as Additional Insured (ISO Form CG 2010 or equivalent). The CONTRACTOR shall provide CITY OF RENTON Certificates of Insurance prior to commencement of work. The City reserves the right to request copies of insurance policies, if at their sole discretion it is deemed appropriate. Further, all policies of insurance described above shall: A. Be on a primary basis not contdbutory with any other insurance coverage and/or self- insurance carried by CITY OF RENTON. ,. B. Include a Waiver of Subrogation Clause. C. Severability of Interest Clause (Cross Liability) D. Policy may not be non-renewed, canceled or materially changed or altered unless forty-five (45) days prior written notice is provided to CITY OF RENTON. Notification shall be provided to CITY OF RENTON by certified mail. a► South Grady Way and Rainier Avenue South Pavement Rehabilitation City of Renton July 2003 SP-18 1-07.18(3) Limits LIMITS REQUIRED Providing coverage in these stated amounts shall not be construed to relieve the contractor from liability in excess of such limits. The CONTRACTOR shall carry the following limits of liability as required below: Commercial General Liability General Aggregate" $2,000,000 *" Products/Completed $2,000,000 Operations Aggregate Each Occurrence Limit $1,000,000 Personal/Advertising Injury $1,000,000 Fire Damage (Any One Fire) $50,000 .r Medical Payments (Any One $5,000 Person) Stop Gap Liability $1,000,000 r * General Aggregate to apply per project (ISO Form CG2503 or equivalent) **Amount may vary based on project risk Automobile Liability Bodily Injury/Property Damage $1,000,000 (Each Accident) Workers' Compensation Statutory Benefits - Coverage Variable A ■r (Show Washington Labor and Industries Number) Umbrella Liability Each Occurrence Limit $1,000,000 General Aggregate Limit $1,000,000 err Products/Completed $1,000,000 Operations Aggregate Professional Liability (If required) Each Occurrence/ $1,000,000 Incident/Claim Aggregate $2,000,000 rw South Grady Way and Rainier Avenue South Pavement Rehabilitation City of Renton July 2003 /�1t -f Division 1 - General Requirements SP-19 w The City may require the CONTRACTOR to keep professional liability coverage in effect for up to two (2) years after completion of the project. Am The Contractor shall promptly advise the CITY OF RENTON in writing in the event any general aggregate or other aggregate limits are reduced. At their own expense, the CONTRACTOR will reinstate the aggregate to comply with the minimum limits and requirements as stated in Section 1-07.18(3) and shall furnish the CITY OF RENTON a new Certificate of Insurance showing such coverage is in force. 1-07.18(4) Evidence of Insurance: Within 20 days of award of the contract the CONTRACTOR shall provide evidence of insurance by submitting to the CONTRACTING AGENCY the following: 1. City of Renton Insurance Information Form (attached herein) without modification. 2. Certificate of Insurance (Accord Form 25s or equivalent) conforming to items as specified in Sections 1-07.18(1), 1-07.18(2), and 1-07.18(3) as revised above. Other requirements are as follows: A. Strike the following or similar wording: "This Certificate is issued as a matter of information only and confers no rights upon the Certificate Holder"; B. Strike the wording regarding cancellation notification to the City: "Failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representatives". C. Amend the cancellation clause to state: "Policy may not be non-renewed, canceled or ar materially changed or altered unless 45 days prior written notice is provided to the City". Notification shall be provided to the City by certified mail. For Professional Liability coverage only, instead of the cancellation language specified above, 09 the City will accept a written agreement that the consultant's broker will provide the required notification. 1-07.22 Use of Explosives Supplement Section 1-07.22 is supplemented by the following: w Explosives shall not be used without specific authority of the Engineer, and then only under such restrictions as may be required by the proper authorities. Explosives shall be handled and used in strict compliance with WAC 296-52 and such local laws, rules and regulations that may " apply. The individual in charge of the blasting shall have a current Washington State Blaster Users License. The Contractor shall obtain, comply with, and pay for such permits and costs as are necessary in conjunction with blasting operations. w. +" South Grady Way and Rainier Avenue South Pavement Rehabilitation City of Renton �, July 2003 SP-20 rr 1-07.23 Public Convenience and Safety 1.07.23(1) Construction Under Traffic Supplement Monday-Friday A minimum of one left-tum lane and one through-right lane shall be available to traffic at all times. Work outside the hours of 8:30 a.m. to 3:30 p.m. must not occupy any traffic lanes on South Grady Way. Saturday and Sunday The westbound lanes of South Grady Way may be closed (with proper detour) in their entirety from 7:00 a.m. Saturday to 5:00 a.m. Monday. All traffic lanes and shoulders shall be clear of equipment and materials during non-working hours. Equipment and materials shall not be stored within 20 feet from the edge of the traveled way unless protected by permanent guardrail or concrete barrier. The Contractor's employees and agents shall not park private vehicles along the traveled way, median, or shoulders. The Contractor shall be solely responsible for the safety, efficiency, and adequacy of the Contractor's plant, appliances, and methods and for any damage or injury resulting from the failure or improper maintenance, use, or operation. The Contractor shall be solely and completely responsible for conditions of the job site, including safety of all persons and property during 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 or near the construction site. The Contractor shall comply with the safety standards and provisions of applicable laws, building and construction codes and the safety regulations set forth in "Safety Standards for Construction" and " General Safety Standards" published in effect at the time of call for bids. These publications may be obtained from the Department of Labor and Industries, Olympia, Washington. The Contractor shall also comply with the safety standard provisions set forth in r the "Manual of Accident Prevention in Construction" published by the Associated General Contractors of America. The Contractor agrees to defend, indemnify, and hold harmless the City of Renton, Entranco, their officers, employees, engineers, consultants and agents, from any and all claims, actions, judgments, losses, costs (including reasonable attorney's fees) and damages whatsoever; including workman's compensation claims or any other claims arising by reason of accident, ' injury, or death caused to persons including contractors, employees, agents, and subcontractors, employees and agents involving property of any kind or arising out of, in connection with, or incident to the work of this contract to the extent of any City negligence, rtr except upon a finding by a trier of fact that it was caused by the sole negligence of the City of Renton. The Contractor agrees to waive its immunity which may otherwise exist under the Title 51 RCW relating to industrial insurance. The parties agree that the indemnifications requirements provided herein extend to attorney's fees and costs of establishing the right to indemnification in favor of the City of Renton. The Contractor shall maintain at the job site office or other well-known place at the job site, all articles necessary for giving first aid to the injured and shall establish, publish, and make known to all employees procedures for ensuring immediate removal to a hospital or a doctor's care, wr South Grady Way and Rainier Avenue South Pavement Rehabilitation City of Renton July 2003 +wr Division 1 -General Requirements SP-21 Aw persons, including employees, who may have been injured on the job site. Employees shall not be permitted to work on the job site before the employer has established and made known procedures for removal of injured persons to a hospital or a doctor's care. In order to protect the lives and health of employees performing work under the contract, the Contractor shail comply with the Federal Occupational Safety and Health Act of 1970 (OSHA), including all revisions and amendments thereto; the provisions of the Washington Industrial Safety Act of 1973 (WISHA); and the regulations of the State of Washington Department of Labor and Industries, Division of Industrial Safety and Health. The WISHA regulations shall apply to all excavation, trenching, and ditching operations. In case of conflict, the more ■' stringent regulations shall apply. Existing traffic control and street name signs which interfere with construction shall be relocated or removed by the Contractor and temporarily stored in a safe place. "Stop", "Yield", and "One- ow Way" signs shall be removed or relocated only upon approval of the Engineer. Existing signs shall not be removed until the Contractor has provided temporary measures sufficient to safeguard and direct traffic after the existing signs have been removed. Except as otherwise "" provided in the Contract Documents, preservation and maintenance of traffic control and street name signs shall be the sole responsibility of the Contractor. As work progresses and permits, temporarily relocated or removed traffic and street name signs shall be reset in their permanent location by the Contractor. Signs and other traffic control devices damaged or lost by the Contractor, shall be replaced or repaired by the Contractor at no cost to the City. The option of whether a sign can be repaired or shall be replaced shall be the Engineer's decision and such decision shall be final and binding on the Contractor. w. When paint lines are obliterated due to construction activities or pavement restoration, temporary pressure-sensitive pavement marking tape, traffic buttons or delineators shall be installed where designated by the Engineer. These temporary features shall be removed only upon installation of permanent traffic channelization. Payment for all labor required to do said work shall be considered included in the unit contract price for "Temporary Traffic Control Devices". Payment for all materials, tools and equipment required to do said work shall be considered included in the unit contract price for "Temporary Traffic Control Devices". 1-07.23(1)A Dust and Mud Control Supplement The Contractor shall be responsible for controlling dust and mud within the project limits as well as on all streets used in the execution of this contract. The Contractor shall be prepared to furnish and use watering trucks equipped with low head sprinkling devices, street sweepers, and any other pieces of equipment necessary to render the project site free of dust and the streets free of all dust, mud, debris, and foreign materials. Any damage caused by dust and/or mud accumulation on the streets or in the storm sewer system shall be the sole responsibility of the Contractor. Payment for dust and mud control is considered incidental to the contract and as such included in the various bid items, and therefore no separate payment will be made. a. South Grady Way and Rainier Avenue South Pavement Rehabilitation City of Renton July 2003 SP-22 w 1-07.23(1)B Street Cleaning Supplement The Contractor shall provide for cleaning all surfaced roadways which have become dirty as a result of the execution of this project. This shall be done at the completion of each day's activities or more often if so directed by the Engineer. Street sweepers shall be the only acceptable method used to clean. Flushing shall not be used. Payment for street cleaning is considered incidental to the contract and as such included in the various bid items, and therefore no separate payment will be made. 1-07.23(2) Construction and Maintenance of Detours Supplement The Contractor shall also include all construction signing in order to conform to the requirements of the MUTCD (examples include "Construction Ahead" and "End Construction", � etc.). There shall be at all times reasonable pedestrian access to and egress from the properties 1W adjacent to the project. If the road closure affects ingress and egress to any business, this must be addressed in the TCP (see Section 1-10.2(2)) and reasonable access must be provided on site or elsewhere. �r The Contractor shall provide notification to the public of any intended road closure or detour for three days prior to the road closure. This notification shall be provided by Variable Message Sign (VMS) or other approved method. The Contractor shall notify the local fire and police departments in writing before the beginning of operations so that these agencies may reroute their emergency vehicles around the construction zone. If rerouting is not possible, as determined by the*fire or police departments, the Contractor shall provide reasonable access through the construction zone at all times. All cost and expense in connection with handling and protecting traffic and maintenance material (except as noted herein), including flagging, shall be considered incidental to the work involved and shall be included in the contract price for the various items of the project. The Contractor shall be required, incidental to the contract bid items, to remove all excess materials, debris, or other obstruction caused by project operations from the streets or alleys as the work progresses, whether within the project limits or along haul routes. If, at any time, the Contractor neglects to remove such materials or obstruction and place streets, sidewalks, driveways, and roads in suitable condition for traffic within 24 hours after having received +�► written notice from the Engineer, the work may be done by the Owner, and the cost therefrom charged to the Contractor and deducted from money due the Contractor. The Contractor shall repair or replace any streets, curbs, sidewalks, roads, or culverts damaged by project operations, to the satisfaction of the Engineer and parties concerned. The Contractor shall maintain convenient access for local traffic to driveways, houses, and buildings along the line of work. Such access shall be maintained as near as possible to that which existed prior to the commencement of construction. The Contractor shall notify all property owners and tenants of street and alley closures, or other restrictions which may interfere with their access. Notification shall be at least 24 hours in advance for residential property, and at least 48 hours in advance for commercial property. When the abutting owners' access across right-of-way line is to be eliminated and replaced under the contract by other access, the existing access shall not be closed until the replacement access facility is available. South Grady Way and Rainier Avenue South Pavement Rehabilitation City of Renton July 2003 ar Division 1 - General Requirements SP-23 ,. 1-08 PROSECUTION AND PROGRESS 1-08.0 Preliminary Matters New Section 1-08.0 is a new section with subsection: 1-08.0(1) Preconstruction Conference The Engineer will furnish the Contractor with up to 5 copies of the Contract Documents. Additional documents may be furnished upon request at the cost of reproduction. Prior to undertaking each part of the Work the Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures shown therein and all applicable field measurements. The Contractor shall promptly report in writing to the Engineer any conflict, error or discrepancy which the Contractor may discover. After the Contract has been executed, but prior to the Contractor beginning the Work, a preconstruction conference will be held between the Contractor, the Engineer and such other interested parties as may be invited. • The Contractor shall prepare and submit at the preconstruction meeting: -� Contractor's plan of operation and progress schedule (3+ copies) Approval of qualified subcontractors (bring list of subcontractors if different from list submitted with Bid) List of materials fabricated or manufactured off the project Material sources on the project Names of principal suppliers > Detailed equipment list, including "Rental Rate Blue Book" hourly costs (both working and standby rates) Weighted wage rates for all employee classifications anticipated to be used on Project Cost percentage breakdown for lump sum bid item(s) Shop Drawings (bring preliminary list) Traffic Control Plans (3+ copies) 4 Temporary Water Pollution/Erosion Control Plan .. In addition, the Contractor shall be prepared to address: Bonds and insurance Project meetings —schedule and responsibilities Provision for inspection for materials from outside sources Responsibility for locating utilities Responsibility for damage Time schedule for relocations, if by other than Contractor Compliance with Contract Documents South Grady Way and Rainier Avenue South Pavement Rehabilitation City of Renton .,,, July 2003 SP-24 Acceptance and approval of work r Labor compliance, payrolls, certifications Safety regulations for Contractors' and Owner's employees and representatives Suspension of work, time extensions Change order procedures Progress estimates - procedures for payment Special requirements of funding agencies err Construction engineering, advance notice of special work Any interpretation of the Contract Documents requested by Contractor Any conflicts or omissions in Contract Documents ' Any other problems or questions concerning the work Processing and administration of public complaints " Easements and rights of entry Other contracts +r The franchise utilities may be present at the preconstruction conference, and Contractor should be prepared for their review and discussion of progress schedule and coordination. r 1-08.1(2) Subcontracting Supplement In addition to the requirements of Section 1-08.1(2), the following shall apply to this contract: A subcontractor or an agent to the subcontractor will not be permitted to perform any work under the contract until the following documents have been completed and submitted to the Engineer: 1. Request to Sublet Work (WSDOT Form 421-012) 2. Statement of Intent to Pay Prevailing Wage (L & I Form F700-029-000). 1-08.4 Notice To Proceed and Prosecution of Work Supplement An official notice will be sent to the Contractor duly dated and signed by an official or agent of the City and shall be known as the Notice To Proceed. The contract time for the project will start on the first Tuesday following signature of this Notice to Proceed. 1-08.5 Time for Completion (Contract Time) Supplement An unworkable day is defined as a partial or whole day the Engineer declares to be unworkable because of weather, conditions caused by the weather, or such other conditions beyond the control of the Contractor that prevents satisfactory and timely performance of the work, and such performance, if not hindered, would have otherwise progressed toward physical rw completion of the work. South Grady Way and Rainier Avenue South VM Pavement Rehabilitation City of Renton July 2003 +�s 'Division 1 -General Requirements SP-25 Fourteen (14) working days are allowed on this project. Following Notice to Proceed, a meeting will be scheduled between the Contractor and the City on the next Tuesday. At this meeting, the working days will officially begin. At this meeting, the City will decide if weather (or other �++ factors) will delay the following weekend's construction. Should the City decide that inclement weather is likely, the project will be delayed for one week, and appropriate adjustments will be made to the working days. If the City decides to proceed with construction at the Tuesday meeting, and inclement weather occurs during construction, the City may choose to stop work and delay construction for one week. If this happens, appropriate adjustments will be made to the project working days allowed. N, 1-08.5(1) Working Hours Supplement Working hours are limited to the following: Monday through Friday: Two westbound lanes may be taken for construction activities from 8:30 a.m. to 3:30 p.m. At all times, one westbound lane must be open for left-turning traffic, and one lane must be open for through and right-turning traffic. Work done before VP 8:30 a.m. or after 3:30 p.m. must be done without occupying any traffic lanes. Saturday and Sunday: The four westbound lanes will be closed to traffic from 7:00 a.m. Saturday to 10:00 p.m. Sunday during weekend work. Construction work of any kind is not ,r. allowed from 10:00 p.m. Saturday until 7:00 a.m. Sunday. 1-08.9 Liquidated Damages Supplement It is imperative to the City that all four westbound lanes be open for traffic by 5:00 a.m. on the Monday following any weekend construction. The formula for liquidated damages (LD) shown %„ in the third paragraph is replaced by the following: LD=$10,000/hour for each hour (or portion thereof) past 5:00 a.m. Monday that any traffic lane is occupied by the Contractor following any weekend that work is performed. For instance, if all lanes were not open until 5:30 a.m., liquidated damages in the amount of $10,000 would be assessed. If all lanes were not open until 6:01 a.m., liquidated damages in the amount of $20,000 would be assessed. 1-08.12 Attention to Work New The contractor shall give his personal attention to and shall supervise the work to the end that it shall be prosecuted faithfully, and when he is not personally present on the work site, he shall at all times be represented by a competent superintendent who shall have full r. authority to execute the same, and to supply materials, tools, and labor without delay, and who shall be the legal representative of the contractor. The contractor shall be liable for the faithful observance of any instructions delivered to him or to his authorized representative. 1` South Grady Way and Rainier Avenue South Pavement Rehabilitation City of Renton + July 2003 SP-26 1-09 MEASUREMENT AND PAYMENT 1-09.1 Measurement of Quantities Supplement/Modification r Where items are specified to be paid for by weight, the following system will be used: Each truck shall be clearly numbered to the satisfaction of the Engineer and there shall be no duplication of numbers. Duplicate tickets shall be prepared to accompany each truckload of material delivered to the project. The tickets shall bear at least the following information: 1. Truck number. 2. Truck tare weight (stamped at source). 3. Gross truck load weight (stamped at source). 4. Net load weight (stamped at source). 5. Driver's name and date. 6. Location for delivery by street and stationing on each street. 7. Place for receipting by the inspector. ' 8. Pay item number. 9. Contract number. .r It will be the Contractor's responsibility to see that a certified weight ticket is given to the Inspector on the project at the time of delivery of materials for each truckload delivered. Pay quantities will be prepared on the basis of said tally tickets, delivered to the Inspector at time of delivery of materials. Tickets not receipted by the Inspector will not be honored for payment. 1-09.6 Force Account Supplement To provide a common basis for all bidders, Owner has estimated and included in the proposal, dollar amounts for all items to be paid per force account. All such items are to become a part of Contractor's total bid. However, Owner 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 nrr of the amount of work actually authorized by the Engineer. w 1-09.7 Mobilization Supplement 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 required to complete the project not furnished by the Owner; and other work and operations which must be performed or costs that must be incurred. Payment will be made for the following bid item: Mobilization Per Lump Sum South Grady Way and Rainier Avenue South Pavement Rehabilitation City of Renton July 2003 �` rw Division 1 -General Requirements SP-27 1-09.9(1) Progress Payments Supplement Except for special situations deemed to be necessary by the City, progress payments will be mailed to the address supplied in writing by the Contractor. 1-09.11(2) Claims Modification Paragraph 5 is revised as follows: Failure to submit with the Final Application for Payment such information and details as described in this section for any claim shall operate as a waiver of the claims by the Contractor as provided in Section 1-09.9. r 1-09.13(3)B Procedures to Pursue Arbitration Section 1-09.13(3)B is supplemented by adding: aw The findings and decision of the board of arbitrators shall be final and binding on the parties, unless the aggrieved party, within 10 days, challenges the findings and decision by serving and filing a petition for review by the superior court of King County, Washington. The grounds for the petition for review are limited to showing that the findings and decision: 1. Are not responsive to the questions submitted; 2. Is contrary to the terms of the contract or any component thereof; 3. Is arbitrary and/or is not based upon the applicable facts and the law controlling the issues submitted to arbitration. The board of arbitrators shall support its decision by setting forth in writing their findings and conclusions based on the evidence adduced at any such hearing. The arbitration shall be conducted in accordance with the statutes of the State of Washington and court decisions governing such procedure. The costs of such arbitration shall be borne equally by the City and the contractor unless it is the board's majority opinion that the contractor's filing of the protest or action is capricious or without reasonable foundation. In the latter case, all costs shall be borne by the contractor. 1-10 TEMPORARY TRAFFIC CONTROL 1-10.1 General Supplement Traffic control and maintenance for the safety of the traveling public on this project shall be the sole responsibility of the Contractor and all methods and equipment used will be subject to the Y. approval of the Owner. Traffic control for the project shall conform to the Manual on Uniform Traffic Control Devices (MUTCD) Part VI, Section 1.07.23 of the Standard Specifications and requirements of the City of Renton as they deem appropriate. These publications will be incorporated in all projects by this reference as if set forth herein in full. The Contractor's attention is called to the fact that said publications contain general conditions. The responsibility of supplying himself with these publications shall rest with the Contractor. The Contractor shall erect and maintain all barricades, guards, standard construction signs, warning signs, detour signs, and flaggers as may be necessary to protect and safeguard the Ow South Grady Way and Rainier Avenue South Pavement Rehabilitation City of Renton MW July 2003 . rr SP-28 public at all times from injury or damage as a result of the Contractor's operations. These features which are beyond the work shown in the construction staging plans shall be erected and maintained at the Contractor's own expense as they are the result of the Contractor's operations. 1-10.2 Traffic Control Management Supplement Section 1-10.2(1) is supplemented with the following: The Traffic Control Manager and Traffic Control Supervisor shall be certified by one of the following: American Traffic Safety Services Association 5440 Jefferson Davis Hwy. Fredericksburg, VA 22407 (540) 898-5400 Sverdrup Civil, Inc. c/o Traffic control Supervisors Seminar 600 108th Avenue NE Bellevue, WA 98004 (425) 452-8000 The Northwest Laborers-Employers Training Trust 27055 Ohio Avenue Kingston, WA 98346 (360) 297-3035 r 1-10.2(2) Traffic Control Plans Supplement The Contractor shall submit a Signing and Traffic Control Plan (TCP) to the Engineer for approval before beginning any work on the project. NO WORK SHALL BE PERMITTED WITHOUT A TCP APPROVED BY THE ENGINEER. The approved TCP shall be on site at all times and failure to obtain and adequately implement an approved TCP shall be the cause for immediate action by the Engineer. Said action may include but shall not be limited to the following: 1. Suspension of work until the TCP is approved or properly implemented. 2. Implementation by the Owner of an approved TCP at the Contractor's expense. 3. The Owner may provide, or have others provide, interim labor, materials, and equipment at the Contractors expense to alleviate traffic hazards of concern. 4. Any combination of the above-described remedies, or whatever is deemed necessary by the Engineer to protect traveling public. All Traffic Control Plans shall conform to the MUTCD and the Standard Plans. At a minimum, the TCP should address work under traffic, work under road closure and detour, detour plans, and construction staging. A suggested Construction Staging Plan has been included in the Plans for the Contractors use. However, a detailed, site specific, Construction Staging Plan should be included in the TCP. ■r South Grady Way and Rainier Avenue South Pavement Rehabilitation City of Renton *0 July 2003 Division 1 -General Requirements SP-29 Whenever the Contractor intends to do work not explicitly covered by the TCP, the Contractor shall submit a Supplemental Traffic Control Plan to the Engineer for approval at least ten (10) days in advance of the time signs and barricades will be required. WSDOT GSP/Modification (August 5, 2002) The sixth sentence of Section 1-10.2(2) is revised to read: The Contractor's letter designating and adopting the specific traffic control plan(s) or any proposed modified plan(s) shall be submitted to the Engineer for approval at least ten calendar days in advance of the time the new plan will be implemented. 1-10.2(3) Conformance to Established Standards WSDOT GSP/Supplement w. (April 30, 200 1) The following devices are deemed compliant with the crashworthiness requirements of NCHRP 350 and are approved for use on the project: Approved Category II Devices Type I & II Barricades Manufacturer Model Number WLI Industries Safety Cade Type II Ow Bent Manufacturing Unicade Bent Manufacturing Waffle Barricade i- Bent Manufacturing Type II Plywood or Plastic Panel Eastern Metal Type I & II Barricades Plasticade Products Fibercade Type II Plasticade Products Plasticade Type II Dicke Tool Company Type I Plastic Barricade TrafFix Devices, Inc. Plastic Folding Type I Barricade The Roadmaker Company Type II Plastic Barricade Three D Traffic Works, Inc. TD2000 Works Barricade Protection Services, Inc. Type I & II Barricades Flex-O-Lite Type I Barricade United Rentals Highways Type I & II Barricades "' Bureau of Highway Safety Penn. Type III Barricade The Cortina Companies Type I Plastic Barricades ,. Type III Barricades Manufacturer Model Number Bent Manufacturing Type III Barricade Recycled Plastic Products Hollow Core Plastic Barricade South Grady Way and Rainier Avenue South Pavement Rehabilitation City of Renton r.. July 2003 SP-30 Yodock Wall Company Yodock 2001 m Type III Barricade " Cantel of Medford, Inc. EZ-UP Type III Barricade Davidson Plastics Corp. T313 Type III Barricade Approved Portable Signs and Stands Manufacturer Model Number Montana DOT DWG# 618-02 (Plywood) WLI SafetyCor Sign System (Plastic) Texas DOT Skid Mounted Sign Support (Plywood) Reflexite/Eastern Metals DF 400 & DF 4700 TX (Endurance plastic) (Aluminum signs are not approved for use with the above listed stands at this time) 1-10.3(1) Traffic Control Labor Modification Modify the last paragraph to read: The hours eligible for "Traffic Control Labor' will be those hours actually used for the .r previously described work. Any work described under this section performed by a Traffic Control Supervisor will not be paid, but will be considered incidental to the other items of work. 1-10.3(5) Temporary Traffic Control Devices Supplement Included in this item shall be all detour signing, construction signing, temporary striping, concrete barriers, and signal modifications necessary for the construction of the project. All costs (including labor) for the installation and removal of detour signing, temporary striping, and signal modifications shall be included in the lump sum price of "Temporary Traffic Control Devices". The Contractor shall furnish all cones, flashers, barrels, barricades and other channelization .r devices when construction interferes with the traveled portion of the street right-of-way within the project, as required by MUTCD or by the Engineer. All temporary traffic control devices shall be in accordance with MUTCD. Type II barricades with working flashing lights shall be used throughout the project. Barricades shall be set within one hour of the time ordered by the Engineer. All traffic control devices, cones, barricades, paddles, etc. shall be approved by the Engineer. 100305A.GR1 (March 3, 1997) The first sentence of Section 1-10.3(5) is revised to read: When the bid proposal includes an item for "Temporary Traffic Control Devices", the work required for this item shall be furnishing Class B construction signs, barricades, flashers, cones, traffic safety drums, and other temporary traffic control devices, unless the contract provides for furnishing a specific temporary traffic device under another item. South Grady Way and Rainier Avenue South Pavement Rehabilitation City of Renton July 2003 Division 1 -General Requirements SP-31 1-10.3(7) Temporary Pavement Marking New The Contractor shall install and remove temporary pavement markings per Section 8-23 of the Standard Specifications, as modified by Amendment or these Special Provisions. The Contractor shall install and remove temporary pavement markings as shown on the Plans, specified in the Special Provisions, specified in the TCP, or as directed by the Engineer. .� Temporary pavement markings shall be removed after the installation of permanent lane marking is approved in writing by the Engineer. Materials for temporary pavement markings shall conform to Section 8-23.2 of the Standard Specifications. 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. All temporary reflective traffic tape shall be removed prior to any asphalt concrete overlayment. After approval of the permanent lane markings, the Contractor shall remove the temporary lane markings to the satisfaction of the Engineer. Appropriately colored 4-inch wide reflective traffic tape shall be installed with a skip pattern based on a 10-foot unit consisting of a 1-foot line of tape and a 9-foot gap, unless otherwise specified on the Plans or in these Special Provisions. Reflective tape markings shall generally follow the alignment for the permanent pavement markings and double lines shall be used .. when specified for the pavement markings. 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. 1-10.4 Measurement Modification Delete the fourth paragraph beginning with: "Traffic Control Supervisor will be . . ." and replace with the following: No unit of measure will apply to the position of Traffic Control Supervisor and it will be considered incidental to unit contract prices. WSDOT GSP/Modification (June 3, 1996) The third paragraph of Section 1-10.4 is revised to read: Class A construction signs will be measured by the square foot of panel area. A Class A construction sign may be used in more than one location and will be measured for payment for each new installation. Sign posts or supports will not be measured for payment. .,. 1-10.5 Payment Supplement Payment will be made for the following bid item(s): r.• Traffic Control Labor Per Hour South Grady Way and Rainier Avenue South Pavement Rehabilitation City of Renton `•+ July 2003 SP-32 Temporary Traffic Control Devices Per Lump Sum Flaggers needed for the project shall be paid under the estimated price for "Traffic Control Labor". Special signs (including Construction Signs) required specifically for the project shall be considered incidental to the contract unit price for "Temporary Traffic Control Devices". Special signs will become the property of the City upon completion of the project and shall be delivered to the City shops by the Contractor. rr The contract unit price for"Temporary Traffic Control Devices" shall include full pay for all costs not included in Section 1-10.3(1), and shall include, but not be limited to, the work described in Sections 1-10.3(3) and 1-10.3(5) and these Special Provisions. Payment for "Traffic Control Labor" shall be limited to the labor required for flagging and handling signs and traffic control devices which are placed and removed or adjusted daily. It will be the Contractor's responsibility to provide, for the Engineer's concurrence, a detailed summary of time expended on this item at the end of each working day. Pay quantities will be prepared on the basis of these daily summaries. Time which does not appear on these daily summaries will not be honored for payment. END OF DIVISION 1 .r rw South Grady Way and Rainier Avenue South Pavement Rehabilitation City of Renton July 2003r SP-33 DIVISION 2 EARTHWORK 2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP w. 2-01.2 Disposal of Usable Material and Debris Modification Disposal Method No. 1, Open Burning, as specified in Section 2-01.2(1) will not be allowed on this project. ,W 2-01.3 Construction Requirements 2-01.3(1) Clearing Supplement .. 1. No trees shall be removed anywhere without prior approval by the Engineer 2-01.5 Payment Supplement Payment will be made for each of the following bid item(s); ow =Roadside Cleanup Per Lump Sum The lump sum bid price for "Roadside Cleanup" shall be full compensation for all labor, tools, material, and equipment required to complete the task as described in Section 2-01.3(4) of the Standard Specifications. w. 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 2-02.3(1) General Requirements Supplement Waste sites are the responsibility of the Contractor. Waste sites shall be operated in such a manner as to meet the safety and health requirements of the State, County, and local political subdivision. Sites, operations, or results of such operations, which create a definite nuisance problem, or which result in damage to public or private properties will not be permitted. The Contractor will be required to obtain a "Clearing and Grading Permit" from the City for waste sites within its boundaries. The Contractor's attention is also drawn to Section 2-03.3(7) of the *� Standard Specifications and these Special Provisions. Copies of permits for borrow and waste sites and reclamation plans for pits shall be furnished to the Engineer by the Contractor. (February 17, 1998) Removal of Obstructions 3 - Catch Basins "" South Grady Way and Rainier Avenue South Pavement Rehabilitation City of Renton ... June 2003 SP-34 2-02.3(3) Removal of Pavement, Sidewalks, and Curbs Supplement 1, All broken-up pieces shall become the property of the Contractor and shall be removed from the project. 3. Prior to removal, the Contractor shall make a full-depth sawcut between any existing pavement, sidewalk, or curb that is to remain and the portion to be removed. The approximate thickness of the existing asphalt concrete pavement in the roadway varies from 6 to 9 inches, over 6 inches of existing Portland cement concrete pavement. The equipment and procedures used to make the full-depth sawcut shall be approved by the Engineer. No waste water from the sawcutting operation shall be released directly to any stream or storm sewer system. 4. Replace at no expense to the Contracting Agency and to the satisfaction of the Engineer any existing pavement, sidewalk, or curb designated to remain that is damaged during the removal operation. Delete the last paragraph and replace with the following. Replacement rrr Pavements or curb removal shall be measured and paid for as provided for in Sections 2-02.4 and 2-02.5 of these Special Provisions, respectively. 2-02.3(4) Removal of Catch Basin New Where shown in the Plans or where designated by the Engineer, the Contractor shall remove existing catch basins in accordance with Section 2-02 of the Standard Specifications. Removal shall be conducted in such a manner to prevent damage to surrounding facilities including any existing storm drainage, sanitary sewer, electrical conduits, or other facilities to remain. All remaining facilities including storm drainage, sanitary sewer, and electrical conduits damaged due to the Contractors operations shall be replaced by the Contractor to the satisfaction of the Engineer at no additional cost to the Contracting Agency. Catch basins designated for removal, .r including all debris, shall be completely removed. All removed catch basins shall become the property of the Contractor and shall be disposed of in accordance with Section 2-02 of the Standard Specifications. aw Sawcutting (full depth) of existing asphalt concrete pavement and cement concrete curb and gutter surrounding the catch basin may be required for removal and will be considered incidental to the construction and installation of the storm drain and catch basin. Sawcuts shall No be in accordance with Section 2-02 of these Special Provisions. Backfilling of catch basins to be removed and replaced shall not be performed until the new catch basin is installed in accordance with Section 7-05 of the Standard Specifications. Backfilling shall be considered incidental to the construction and installation of the storm drain and catch basin. Backfilling of catch basins to be completely removed shall be done with gravel borrow. Prior to backfilling any voids, the Contractor shall plug any abandoned pipe with concrete Class 3000 in accordance with Section 7-04.3(4)F. Material, labor, tools, and equipment necessary to plug any abandoned pipe shall be considered incidental to the unit contract prices of the other items of work. The Contractor shall maintain existing drainage, where designated by the Engineer, until the new drainage system is completely installed and functioning to the satisfaction of the Engineer. rr South Grady Way and Rainier Avenue South Pavement Rehabilitation City of Renton �r July 2003 w Division 2-Earthwork SP-35 `' 2-02.4 Measurement Replacement Sawcutting and removal of existing pavement, either ACP or PCCP, shall be included in the unit price for "Roadway Excavation," and no separate payment will be made for any pavement removal. 2-02.5 Payment Supplement Payment will be made for the following bid item(s): =Removal of Structures and Obstructions Per Lump Sum Payment for the items shall include all labor, equipment, and disposal fees to remove and dispose of this material off-site. .. 2-03 ROADWAY EXCAVATION AND EMBANKMENT 2-03.1 Description Supplement ow The quantity of roadway excavation work has been determined by using the roadway typical section depth of 16 inches. The Contractor has the option of accepting the quantities identified in the Proposal Bid Schedule or using a professional land surveyor who is registered in the ow State of Washington to determine excavation quantities by cross-sectioning. If the Contractor chooses to use the cross-sectioning option, cross-sections shall be taken at a maximum interval of 25 feet prior to the start of all pavement removal and all costs shall be included in the costs VW of other work involved in the project. The existing pavement on South Grady Way generally consists of 6 to.9 inches of ACP over 6 inches of PCCP, over 12 inches of pit run gravel. The east half of the curb lane contains 6 • inches of ACP over 12 inches of CSBC over pit run gravel. This area is indicated in the Plans. r„ 2-03.3(7) Disposal of Surplus Material Supplement A waste site has not been identified by the Contracting Agency for the disposal of materials and debris. 2-03.3(14)C Compacting Earth Embankments WSDOT GSP/Supplement (March 13, 1995) Section 2-03.3(14)C is supplemented with the following: All embankments, except waste embankments, shall be compacted using Method A. 2-03.3(14)D Compaction and Moisture Control Tests Modification Iwo The first sentence is revised to read: f. South Grady Way and Rainier Avenue South Pavement Rehabilitation City of Renton •• July 2003 SP-36 w Maximum density and optimum moisture for nongranular materials will be determined using ASTM Standard D 1557. .r 2-03.3(14)E Unsuitable Foundation Excavation Supplement Unsuitable material encountered below the subgrade line shall be excavated and disposed of in accordance with Section 2-03. The void created by the unsuitable excavation shall be backfilled with "Gravel Borrow Including Haul" meeting the requirements of Section 9-03.14. The gravel borrow shall be placed in layers not more than 6 inches in thickness and each layer , shall be compacted to ninety-five percent (95%) of the maximum density as determined by ASTM Standard D 1557. The unit price per ton of "Gravel Borrow Including Haul" for the replacement of the excavated .r unstable natural material shall be full payment for all labor, materials, tools, and equipment necessary to process, haul, place and compact the gravel borrow. 1W 2-03.4 Measurement Supplement Method No. 1 g' Roadway excavation shall be defined as that material excavated below existing grade and/or pavement removal line for construction of the project to the lines, grades, and elevations indicated in the plans. WSDOT GSP/Supplement (March 13, 1995) Only one determination of the original ground elevation will be made on this project. Measurement for roadway excavation and embankment will be based on the original ground elevations recorded previous to the award of this contract. If discrepancies are discovered in the ground elevations which will materially affect the quantities of earthwork, the original computations of earthwork quantities will be adjusted accordingly. Earthwork quantities will be computed, either manually or by means of electronic data processing equipment, by use of the average end area method, or by the finite element analysis method utilizing digital terrain modeling techniques. Copies of the ground cross-section notes will be available for the bidder's inspection, before the opening of bids, at the Project Engineer's office and at the Region office. Upon award of the contract, copies of the original ground cross-sections will be furnished to the successful bidder on request to the Project Engineer. 2-03.5 Payment Supplement Payment will be made for the following bid item(s): �r Roadway Excavation Per Cubic Yard Unsuitable Foundation Excavation Per Cubic Yard South Grady Way and Rainier Avenue South Pavement Rehabilitation City of Renton July 2003 Division 2-Earthwork Sp-37 The unit contract price for "Roadway Excavation" and "Unsuitable Foundation Excavation" shall be full compensation for all work needed to perform the excavation as shown in the Plans and these Special Provisions, including sawcutting of existing pavement and haul. 2-04 HAUL 2-04.1 Description Supplement In reference to the term "haul' as used in Section 2-04 and Section 2-09.3(1)D of the Standard Specifications, all costs and expense involved in haul will be considered incidental to the various bid items of the project and no additional compensation will be made. 2-09 STRUCTURE EXCAVATION 2-09.3(2) Classification of Structure Excavation Supplement Structure Excavation Class B shall consist of excavating all materials encountered within the ° limits necessary for the construction of culverts, storm sewers, sanitary sewers, drain pipes, underdrain pipes, conduits, drainage structures, manholes, and other pipes and similar structures as shown on the Plans, removing and disposing of native material not suitable fdr *• backfill, which will be determined by the Engineer, all in accordance with these specifications and in reasonably close conformity with the lines, grades, and dimensions shown on the Plans and Standard Plans. All costs for Structure Excavation Class B will be incidental to and included in the unit contract price for the installation of each type, depth, and size of culvert, pipe, structure, or conduit as specified. 2-09.5 Payment Supplement Payment will be made for the following bid item(s): Shoring or Extra Excavation Class B Per Square Foot All costs for"Structure Excavation Class B", except "Shoring or Extra Excavation Class B", shall be incidental to and included in the unit contract price for the installation of each type, depth and size of culvert, pipe, structure, or conduit as specified. Iwo END OF DIVISION 2 MW South Grady Way and Rainier Avenue South Pavement Rehabilitation City of Renton ow July 2003 SP-38 DIVISION 4 .r BASES 4-04 BALLAST AND CRUSHED SURFACING 4-04.5 Payment Supplement X10 Payment will be made for the following bid item(s): rr Crushed Surfacing Base Course Per Ton The contract bid price for "Crushed Surfacing Base Course" shall be full compensation for all labor, material, tools and equipment necessary to satisfactorily complete the work as defined in the Contract Documents. 4-06 ASPHALT TREATED BASE 4-06.1 Description Supplement Per section 1-08.5 of these Special Provisions, the City may choose to stop construction (for weather or other reasons) after the existing pavement has been removed, but prior to the new cement concrete pavement being placed. If this happens, the contractor shall place and r compact Asphalt Treated Base (ATB) as a temporary driving surface until concrete paving is allowed by the City. During any temporary construction shut down, the contractor is required to visit the site daily to evaluate the performance of the temporary driving surface and provide repairs as necessary. .r 4-06.2 Materials WSDOT GSP/Supplement (October 25, 1999) The grade of paving asphalt used in asphalt treated base shall be AR-4000W unless otherwise ordered by the Engineer. .r 4-06.5 Payment Supplement Payment will be made for the following bid item(s): Asphalt Treated Base Per Force Account Payment shall be per Section 1-09.6 of the Standard Specifications. South Grady Way and Rainier Avenue South Pavement Rehabilitation City of Renton June 2003 10 Division 2-Earthwork SP-39 The contract bid price for "Asphalt Treated Base" shall be full compensation for all labor, material, tools and equipment necessary to satisfactorily complete the work, including ATB placement, daily site visits, maintenance, and repair of the ATB as defined in the Contract Documents. ow END OF DIVISION 4 IM WM ow %W %W .. %M ow South Grady Way and Rainier Avenue South Pavement Rehabilitation City of Renton "' July 2003 SP-40 DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS rr 5-05 CEMENT CONCRETE PAVEMENT 5-05.1 Description Replacement Delete this section in its entirety and replace with the following: This work shall consist of constructing Portland cement concrete pavements in streets and alleys on a prepared subgrade or base course in accordance with these Special Provisions and in conformity with the lines, grades, thicknesses, and typical cross-sections shown on Standard Plan No. 405.1 and WSDOT Standard Plan No. A-1, the Plans, or as established - by the Engineer. �r 5-05.2 Materials Replacement Delete this section in its entirety and replace with the following: The concrete mix for street pavement shall be Class 6.5 (1-1/2), unless otherwise specified in the Plans. Concrete mixes incorporating fly ash may be utilized for all classes of concrete, unless otherwise noted herein. Mix proportions will be subject to approval by the Engineer and shall meet the requirements of Section 9-23.9. r� 5-05.3 Construction Requirements 5-05.3(1) Concrete Mix Design for Paving WSDOTGSP/Modification When combined aggregate concrete gradation is used, item 3 in Section 5-05.3(1) is revised to read as follows: (August 5, 2002) 3. Mix Design Modifications. The Contractor may initiate minor adjustments to the approved mix proportions. The combined aggregate gradation may be adjusted provided it remains with the specifications limits detailed above. The mix design will not be required to be resubmitted as long as the water cementitious ratio does not change. Only non-chloride accelerating admixtures that meet the requirements of Section 9- 23.6 Admixture for Concrete, shall be used. r The Contractor shall notify the Engineer in writing of any proposed modification. A new mix design will designate a new lot. 40, 5-05.3(2) Consistency Replacement Delete this section in its entirety and replace with the following: The materials shall be mixed with sufficient water to produce a stiff concrete which will hold its shape when deposited upon the subgrade. Concrete placed during wet weather must be South Grady Way and Rainier Avenue South Pavement Rehabilitation City of Renton June 2003 Division 5-Surface Treatments and Pavements SP-41 mixed with sufficient water to produce a very stiff mixture. The consistency shall be such that separation of the mortar from the coarse aggregate will not occur in handling. Slump shall be measured in accordance with ASTM C143 "Method of Test for Slump of Portland Cement Concrete." The water to cement ratio shall not produce a concrete slump greater than 2 inches. Slump ow may only be increased beyond 2 inches through the use of a water-reducing agent. A water-reducing agent shall be added to the concrete mix when: (1) The Contractor elects to hand-screed or hand-finish concrete paving work in lieu of using a mechanical finishing machine; or (2) The Engineer determines increased workability is necessary due to weather r conditions or other variables. Concrete slump shall not exceed 3-1/2 inches, if a water-reducing agent is used. w. 5-05.3(3) Equipment Modification Delete the text of item 3 and replace with the following: 3. Finishing Equipment. The standard method of constructing concrete pavement on City roadways shall be with one or more self-propelled paving machines which will spread, screed, shape, and consolidate the freshly placed concrete between stationary side MW forms. The Contractor may option to use approved slip-form paving equipment designed to spread, consolidate, screed and float-finish the freshly placed concrete in one complete pass of the machine with a minimum of hand finishing. "" On projects requiring less than 500 square yards of cement concrete pavement or requiring individual placement areas of less than 500 square yards, at irregular areas and at locations inaccessible to self-propelled paving equipment, cement concrete AW pavement may be placed with approved placement and hand finishing equipment utilizing stationary side forms. Hand screeding and float finishing of cement concrete pavement may only be utilized on small irregular areas as allowed by the Engineer. Along with the basic tools required for compacting and finishing concrete pavement, a long handle, 10-foot metal straight edge for checking the surface smoothness as described in Section 5-05.3(12), shall be furnished by the Contractor and shall be at the site of the work prior to the commencing of placing concrete. The straight edge shall be lightweight, straight and true, equipped with a long handle to allow for checking the smoothness of the surface along the entire width of the pavement section. Delete item 5 (Smoothness Testing Equipment). 5-05.3(7) Placing, Spreading, and Compacting Concrete Supplement Concrete shall be placed, spread, and compacted between stationary forms by means of an MW approved paving machine or a slip-form paver at the Contractor's option. Hand methods of spreading and consolidating concrete shall be limited to pavement patching, small panel replacement, irregular areas, and pavement placed in confined work areas. •• On streets with grades of 4 percent or more, the direction of the paving operation shall be uphill, starting from the lowest street elevation. South Grady Way and Rainier Avenue South Pavement Rehabilitation City of Renton July 2003 SP-42 ■r Unless otherwise approved by the Engineer, paving widths from 25 feet to 44 feet shall be paved in 2 operations, with compensation allowed for thickened edge on each side of the included longitudinal construction joint. Should the Contractor be allowed to pave in more than 2 operations for the above widths, the thickened edge required due to installation of more than one construction joint shall be constructed at no additional expense to the Owner. When hand screeding methods are allowed, paving widths shall not exceed 12 feet. Keyways shall be provided at all longitudinal construction joints and at transverse construction joints without dowels. Concrete shall not be placed in an adjacent lane sooner than 7 days after finishing of the previous lane. Mixers and trucks shall be operated on the subgrade or on the shoulder adjacent to the lane being paved. Newly paved lanes shall not be used for mixers, trucks, or other construction equipment unless the concrete pavement meets the requirements set forth in w Section 5-05.3(17). A protective ramp shall be constructed at the pavement edge where vehicles may be driven on and off the pavement. The forms shall be left on the outside edge of the first lane at all turnouts until the pavement is opened to traffic. When tie bars are specified, they shall be placed before the concrete is poured except when slip form paving machines are used. If the tie bars impede the flow of traffic, the tie bars shall be protected from traffic by bending down and back against the side form. Prior to placing the adjacent lane, the tie bars shall be straightened. A 1/8-inch thick metal plate, 5 inches wide and'no less than 10 feet long, shall be placed flat on top of the completed pavement along its edge at the common joint with the adjacent pavement slab to be poured. The concrete shall be struck off from this plate, either by machine or hand placement. All roadways, shoulders, and subgrade in use by the Contractor shall be kept adequately dampened to prevent the accumulation of dust upon the freshly placed concrete. 5-05.3(8) Joints Replacement Delete this section in its entirety and replace with the following: A site-specific jointing plan shall be prepared by the Contractor and submitted to the Engineer for approval at least 2 days prior to the commencement of any cement concrete pavement placement. No cement concrete pavement shall be placed until the Contractor has received from the Engineer written approval of the Contractor's proposed jointing plan. 4W Transverse and longitudinal joints may be contraction or through joints (including construction joints). Joints shall be constructed at locations identified in the Contractor's jointing plan, which has been approved by the Engineer. In general, distance between joints shall be no more than 15 feet (10 to 12 feet is ideal) and no single panel shall exceed a width to length ratio of 1.5:1. Joints shall intersect at as close to a 90 degree angle as possible and the Engineer shall have final authority on the jointing patterns. The faces of all joints shall be constructed perpendicular to the surface of the cement concrete pavement. 5-05.3(8)A Contraction Joints Replacement Delete this section in its entirety and replace with the following: .r South Grady Way and Rainier Avenue South Pavement Rehabilitation City of Renton V0 July 2003 Division 5-Surface Treatments and Pavements SP-43 5-05.3(8)A1 Formed Contraction Joints Formed contraction joints shall be constructed by imbedding a 3/8-inch-thick preformed joint material. The depth of the formed joints shall be no less than 1/3 of the pavement thickness. The filler shall be cut to the exact sections of the joint. The length of the premolded joint filler shall extend to within 1/4 inch of both edges of any panel. MO Transverse contraction joints (dummy joints) shall be placed after compaction and finishing of concrete have been completed and before initial set. A groove shall be cut into the surface at the location of the joint, using a tool provided with stops (tee iron) to prevent Ow cutting the groove deeper than the planned depth of the joint filler. The joint filler shall then be forced into the groove until the top is flush with the pavement surface, with a deviation of not more than 1/8 inch below the surface. The joint filler shall be perpendicular to the surface and always in a straight line. After the joint filler has been imbedded in the concrete, the surface of the pavement shall be finished against the filler strip with hand floats to restore the surface finish. While INM performing this operation, the filler strip must be maintained in a perpendicular position, true to alignment. After finishing the entire area the joint shall be true to grade and smoothness without any irregularities. 1W 5-05.3(8)A2 Sawed Contraction Joints Ow Sawed contraction joints shall be constructed by sawing a vertical groove in the hardened concrete on an approved schedule after placing and before development of random cracks in the concrete slab. Commencement of sawing transverse contraction joints will be IM dependent upon the setting time of the concrete and shall be done at the earliest possible time following placement of the concrete. Transverse contraction joints shall be sawed before the longitudinal joints are sawed. Transverse joints shall be sawed at a maximum of 60-foot intervals or such other spacing as directed by the Engineer, as soon as the cut can "" be made without undue raveling of concrete. Intermediate joints shall be sawed shortly thereafter to prevent intermediate cracking. VO Any scheduling for the sawing of joints that results in premature or uncontrolled cracking shall be revised immediately, under direction of the Engineer, by adjusting the time interval between placing of concrete and the sawing of joints. After the schedule has been approved, the sawing shall proceed as a continuous operation day and night until all joints "r have been completed. Two or more sawing units may be required to accomplish the sawing to minimize random "W cracking. Standby equipment shall be on the job to ensure continuous sawing as specified regardless of any breakdown of equipment. Where curing membrane is used, the area disturbed by sawing of joints shall be resprayed immediately upon completion of the sawing operation and care shall be exercised to prevent the curing compound from getting into the groove. Joint sealing compound will not adhere to concrete if curing compound is present. " The depth of sawed longitudinal or transverse contraction joints shall be a minimum of 1/3 of the pavement thickness. The concrete saw shall be powered adequately to perform the required cutting. It shall cut a uniform groove to the required depth and not less than 3/16 inch nor more than 5/16 inch in width. The Contractor will be expected to so arrange his schedule of sawing joints, r. South Grady Way and Rainier Avenue South Pavement Rehabilitation City of Renton .� July 2003 wr SP-44 ar including initial sawing, at the required intervals so that every. possible effort is made to control cracking by the use of judiciously spaced and timed sawed joints. In the event random cracks occur, they shall be repaired to the satisfaction of the Engineer in accordance with Section 5-05.3(22). The Contractor shall provide at least one standby saw in good working order to ensure continuous sawing as specified regardless of any breakdown of equipment. An ample supply of sawblades shall be maintained at the site of work at all times during sawing operations. The Contractor shall provide artificial lighting facilities for night sawing. All equipment required for sawing shall be on the job both before and continuously during concrete placement or formed, transverse contraction joints must be constructed every 60 feet. Sawing equipment shall be available immediately and continuously upon call by the Engineer on a 24-hour basis, including Saturdays, Sundays, and other legal holidays. .r Any damage to the curing material during the sawing operations shall be repaired immediately after the sawing is completed. Formed transverse contraction joints shall be installed where designated by the Engineer, if .r necessary, to prevent uncontrolled transverse cracks from occurring before the pavement can be sawed. wwwr 5-05.3(8)C Construction Joints Supplement All longitudinal construction joints shall be constructed with keyway and tie bars as detailed on .r Standard Plan No. 405.1. Transverse construction joints formed by placing a header board transversely across the subgrade shall be made at the end of each day's paving or when placing of standard mixed Ow concrete is discontinued for more than 60 minutes or when placing of high early strength concrete is discontinued for more than 30 minutes. The header board shall be located to conform to the spacing for the transverse contraction joints (or an expansion joint) and shall be me left in place until the paving is resumed. If the location of the header board is to be a contraction joint, then the header shall have fastened to the concrete side, a wedge-shaped strip of wood or preformed plastic to form a key in the concrete. Thickened edge must be ,r constructed at the construction joint header to provide ample depth of concrete above and below the keyway. For dowel bar requirements, refer to Section 5-05.3(10). Where preformed contraction joints are used, the joint made by the construction joint header u' shall have a 2-inch strip of joint material embedded against the hardened concrete when paving is resumed. Where sawed contraction joints are specified, the construction joint made by the header may be sawed and sealed, or may have a 2-inch strip inserted as specified above for VW preformed construction joints. IN 5-05.3(8)D Expansion Joints New Expansion joints are placed only where shown on the Drawings or where directed by the Engineer. The joint alignment must be at right angles to the pavement center line unless aw► otherwise specified. Longitudinal expansion joints shall be placed where shown on the Drawings or where required for concrete pavement between or along retaining walls, curbs or other structures. 1W Expansion joints shall be constructed with premolded material, 3/4 inch in thickness and conforming to Section 9-04.1(2). They shall extend from 1 inch below the subgrade to 1 inch South Grady Way and Rainier Avenue South Pavement Rehabilitation City of Renton r July 2003 "M Division 5-Surface Treatments and Pavements SP-45 "r below the top of the pavement. Transverse expansion joints shall extend the full width of pavement poured. The joint material shall be held accurately in place during the placing and finishing of the r. concrete by a bulkhead, a holder, a metal cap, or any other approved method. The joint must be perpendicular to the paved surface and the holder must be in place long enough to prevent sagging of the material, especially on streets having steep grades. In multiple lane construction, the joints shall be matched so as to form a continuous alignment over all lanes. 1% Expansion joints shall extend continuously through all curbs, special care being exercised to preserve alignment perpendicular to the pavement in the curb section. A wood filler strip or metal cap shall be placed on the top of the premolded joint filler to form the groove 1 inch deep, and it shall remain in place until after the finishing and the concrete is sufficiently set to resist sloughing into the groove. The joint filler must be stapled together at the ends to preserve continuity. Immediately after removal of side forms, the edges of the pavement shall be carefully inspected and wherever the joint filler is not fully exposed, the concrete shall be chipped down until the edge of the filler is fully exposed for the entire depth. 5-05.3(8)E Joint Location New 5-05.3(8)E1 Transverse Joints Standard spacing of transverse contraction joints along straight sections of streets (between through expansion joints or between intersections or other irregular areas), shall be at intervals no greater than 15 feet across the full width of the pavement and at right angles to the center line of roadway. Where the spacing between transverse through expansion joints or between intersections or other irregular areas are not in even multiples of 15 feet, the last several spaces approaching the expansion joint or header shall be varied by shortening the spaces as directed by the Engineer. On horizontal curves the spacing of 15 feet shall be measured along the outer edge of the outside lane and at right angles to the center line. When paving adjacent to existing pavement or previously paved lane, the contraction 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 when directed by the Engineer. TAW For intersections and other irregular areas, the arrangement of contraction joints shall be placed in accordance with standard intersection patterns, or as directed by the Engineer. The area of any one irregular pattern formed by contraction joints in intersections shall not exceed ow 225 square feet and the greatest dimensions thereof shall not exceed 15 feet. When paving a second lane adjacent to the previously paved lane, the contraction joints shall be matched with the former, except on curves where the least dimension between transverse 4W joints of the resultant panel would be less than 12-1/2 feet. Where uncontrolled cracks are existing in the first lane, they shall be matched as nearly as possible by uniform transverse joints in the second lane. In the event uncontrolled cracks in the am existing paved lane be 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 3/8-inch joint material along the length of the joint extending from the surface to one inch below the rr South Grady Way and Rainier Avenue South Pavement Rehabilitation City of Renton *M July 2003 SP-46 +rr bottom of the concrete being placed. Reinforcing steel, or other approved joint material, may be required by the Engineer in lieu of the 3/16-inch joint material to control reflection cracks in the new pavement. .r 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 joint, perpendicular to the pavement grade. 5-05.3(8)E2 Longitudinal Joints .rr Standard locations for longitudinal joints, whether contraction or construction, shall be as listed below unless otherwise specified in the Drawings, or as directed by the Engineer. Width Curb to Curb Joint Locations 40 feet Center line and 12 feet each side of center In the event the roadway is divided into two lanes, the construction joints shall be located on the center line of the roadway unless otherwise approved by the Engineer. In separate lane construction, a joint filler 3/16 inch by 2 inches shall be placed between the two lanes when the second lane is constructed. 5-05.3(9) Reinforcing Supplement Reinforcing steel bars shall be used to reinforce pavement around casting when the casting is 18 inches or less from any joint or pavement edge. Reinforcing steel shall be 1/2-inch round deformed billet steel bars in accordance with ASTM Designation A615 Grade 60, and shall be a Ow minimum length of 1-1/2 times the diameter of the casting. A minimum of 4 bars shall be installed around each casting, oriented parallel and perpendicular to the joint(s). .r 5-05.3(10) Tie Bars and Dowel Bars Replacement Delete this section in its entirety and replace with the following: U' Dowel bars will be required for all transverse joints in new pavement including intersections, and shall be installed at the midpoint of the thickness of the pavement, parallel to the surface of the pavement and perpendicular to the transverse joint. The tolerances for "" placement are ± 1/8 inch. The size and spacing of dowel bars shall be as indicated on Standard Plan No. 405.1. The dowel bars shall be firmly held in place during the placing and setting of the concrete. Dowel bars are not required between new pavement and ow existing pavement, unless otherwise indicated on the Drawings. All joints in an intersection shall be considered transverse joints except those joints that terminate normal to the curb radii. to The dowels shall be installed by method of seating the dowels or dowel bar cage extended across the width of the transverse joint, or other methods approved by the Engineer. No Dowels shall be smooth, round bars of Grade 60 Steel or better, and shall be epoxy encapsulated and coated with grease to prevent corrosion and dowel seizure. The grease coating on the dowel bars shall remain intact after installing and placing the concrete. ar Where dowel bar cages are used to support the dowels, the metal rod or wire ties used to hold the cage during shipping shall be totally removed after the cage has been placed and secured to the base or subgrade and prior to the placement of the concrete material. South Grady Way and Rainier Avenue South Pavement Rehabilitation City of Renton rr July 2003 ftV Division 5-Surface Treatments and Pavements SP-47 aw Tie bars shall be placed at all longitudinal contraction and construction joints in new pavement in accordance with Standard Plan No. 405°1, unless directed otherwise by the Engineer. Tie bars are not required between new pavement and existing pavement, unless •• otherwise indicated on the Drawings. Tie bars shall be located at the required elevation and spacing shown on the Drawings and placed in such a manner that the vertical edge of the concrete is not deformed or otherwise damaged during placement of the bars. Tie bars ., shall be deformed steel bars of Grade 40 steel or better and shall be epoxy coated. 5-05.3(11) Finishing Replacement Delete this section in its entirety and replace with the following: 5-05.3(11)A General The pavement shall be consolidated and the surface finished true to grade and cross- section by hand or machine finishing methods. On all vertical curves at irregular intersections, modified tools shall be provided as necessary to secure a smooth, uniform contour and surface. 5-05.3(11)B Slip-Form Construction After the concrete has been given a preliminary finish by means of finishing devices incorporated in the slip-form paving equipment, the surface of the fresh concrete shall be checked by the Contractor with a straight-edge device not less than 10 feet in length. High areas indicated by the straight-edge device shall be removed by the hand-float method. .. Each successive check with the straight-edge device shall lap the previous check path by at least 1/2 of the length of the straight edge. The requirements of this paragraph may be waived, upon the approval of the Engineer, if the Contractor can successfully demonstrate that other means will consistently produce a surface meeting the 10-foot straight edge requirement specified in Section 5-05.3(12). Any edge slump of the pavement, exclusive of specified edging, in excess of 1/4 inch shall �. be corrected before the concrete has hardened. If edge slump on any 1 foot or greater length of hardened concrete exceeds 1 inch, the entire panel between the transverse and longitudinal joints shall be removed and replaced with concrete true to the specified line, grade, and cross-section. High spots exceeding 1/4 inch shall be reduced by suitable grinding methods. Low spots exceeding 1/4 inch shall be filled with an approved epoxy-bonded grout in a manner approved by the Engineer. .. 5-05.3(11)C Stationary Side Form Construction 5-05.3(11)C1 Hand Finishing New .. After the concrete has been struck off and consolidated, it shall be smoothed by longitudinal floating. Movement ahead shall be in successive advances of not more than 1/2 the length of the float. Floating shall continue until all irregularities are removed. Longitudinal floating shall ••• follow compaction of the concrete by not less than 30 feet. Free water on the pavement shall be removed with the float or other suitable tool. After floating, the surface shall be scraped with a grout rod at least 10 feet in length with a long handle for operating at the edge of the South Grady Way and Rainier Avenue South Pavement Rehabilitation City of Renton ..., July 2003 SP-48 pavement. The grout rod shall be operated to correct irregularities in the pavement surface and remove water and laitance. Contraction joints shall be placed after all floating has been completed in accordance with provisions of Section 5-05.3(8)62. 5-05.3(11)C2 Machine Finishing New The finishing machine shall be of a type approved by the Engineer. The machine shall be adjustable to both crown and plane of the finished pavement surface. The screed shall oscillate longitudinally during its travel transversely across the pavement. It shall be operated in the ,A forward direction so that the screed will pass over the same section of pavement at least 2 times during its transverse travel. The finishing machine shall be moved over the pavement as many times as is necessary to .r give the pavement a smooth even textured surface, conforming to the exact crown and cross- section specified on the Drawings. The floating shall not be considered complete until all free water is removed from the surface. so The finishing operations shall be performed at a time and over such lengths of the pavement surface as existing conditions necessitate. All finishing operations are subject to strict control rr by the Engineer, and shall be performed to his satisfaction. 5-05.3(11)D Edging New Before the final finishing is completed and before the concrete has taken the final set, the pavement shall be edged as indicated below: Location Radius Edge of Pavement (if no curb is present) 1/2 inch .r Contraction Joints 1/4 inch Through or Construction Joints 1/2 inch Particular attention shall be given to edge at the appropriate time. The concrete shall have .. attained a partial set and all free water shall have disappeared so that the edged joints will be clearly defined with no tearing or slump of the edges. 5-05.3(11)E Final Finish New After edging but prior to texturing, the Contractor shall demonstrate to the Engineer that the surface is ready for texturing by performing the surface smoothness checks as called for in Section 5-05.3(12). Any areas which do not comply with the specified tolerances shall be corrected and rechecked prior to texturing. As the pavement surface is checked and approved for smoothness, the Contractor shall finish the surface with a uniform, gritty texture, true to grade and cross-section. The final finish shall be accomplished by one of the methods described below, or as directed by the Engineer to achieve the specified surface texture. Before using either the drag, brush or comb, the concrete shall have set sufficiently so that the surface is not overgrooved or gouged in the finishing operation. South Grady Way and Rainier Avenue South Pavement Rehabilitation City of Renton July 2003 Division 5-Surface Treatments and Pavements SP-49 Burlap Finish A burlap drag having at least 3 feet of drag in contact with the pavement and as wide as the pavement section shall be dragged forward over the pavement surface. The burlap drag shall No be wet and clean when in use. The burlap shall not be left on the pavement surface between dragging operations. Brush Finish After edging, the pavement shall be brushed transversely with a fiber or wire brush of a type approved by the Engineer. The brush strokes shall be perpendicular to the center line with the .w adjacent strokes slightly overlapped. Care should be taken to make sure texture finish is uniform throughout the pavement surface. Rough Finish +W When directed by the Engineer, the Contractor shall give the pavement a final finish surface by texturing with a comb perpendicular to the center line of the pavement. The comb shall produce striations approximately 0.015 foot in depth at approximately 1/2-inch spacings in the Aw fresh concrete. The actual nominal depths of the striations shall be determined in the field by the Engineer. The comb shall be operated mechanically either singly or in gangs with several placed end to end. Finishing shall take place with the elements of the comb set at 45 degrees %W to the concrete surface, to eliminate dragging the mortar. If the striation equipment has not been previously approved, a test ,section shall be constructed prior to approval of the equipment. If the pavement has a raised curb without a formed concrete gutter, the texturing shall end 2 feet from the curb line. This 2-foot untextured strip shall be hand finished with a `� steel trowel. No 5-05.3(12) Surface Smoothness Replacement Delete this section in its entirety and replace with the following: %W The pavement smoothness will be checked under the supervision of the Engineer, with equipment furnished and operated by the Contractor. The surface smoothness shall be checked with a straight edge 10 feet long, mounted to a long handle to permit operation from outside the pavement. The straight edge shall be placed on the surface of the pavement parallel to the centerline and at intervals of no more than 5 feet across the full width of the pavement so as to bridge any depressions and touch all high spots. At the conclusion of the finishing operation, the surface of the pavement shall not vary from a true surface when tested with a 10-foot testing straight edge more than 1/8 inch in 10 feet. Should the surface of the pavement vary from the surface grade, the ,., Contractor shall correct the surface grade by redoing the finish operation. The transverse slope of the finished pavement shall be uniform to a degree such that no variation greater than 1/8 inch is present when tested with a 10-foot straight edge laid in a direction perpendicular to the center line. In no case shall the grade in the pavement or gutter be such that it will allow ponding of water. If the surface smoothness of the pavement after curing is found to exceed the tolerance permitted, the high spots shall be ground until they meet tolerance. If the surface tolerance cannot be met satisfactorily by grinding, the pavement shall be removed and be replaced in conformity with the Specifications. Only equipment and methods that consistently produce a finished surface meeting the requirements specified herein shall be used. Use of equipment or methods which do not my South Grady Way and Rainier Avenue South Pavement Rehabilitation City of Renton 'o July 2003 SP-50 w meet these standards shall be discontinued until the Contractor can revise and demonstrate changes in construction operations that will meet the requirements of the Specifications. If for any reason these surface smoothness checks are not performed, the Engineer may rr require the Contractor, as a condition of final acceptance, to submit a report from a test laboratory approved by the Engineer certifying that the surface smoothness complies with the specified tolerances. 5-05.3(13) Curing Supplement Immediately after the finishing operations have been completed and as soon as marring of the concrete will not occur, the entire surface of the newly placed concrete shall be covered and cured in accordance with one of the methods in the following subsections as the Contractor „W may elect. Pavement edges which are exposed by the removal of the forms shall be protected by the immediate application of a curing medium of moist earth. to All curing materials shall be free of all substances which are considered to be harmful to Portland cement. The curing medium shall be capable of preventing checking, cracking, and dry spots regardless of conditions existing at the time of placement. Concrete placement will to not be permitted unless curing materials are on the job site and ready for immediate application. Failure to comply with all provisions of the curing procedures hereinafter specified will be sufficient reason to suspend all concrete operations. "' When the curb section is to be placed separately, the surface of the pavement directly underneath the curb section shall be covered with a protective cover to protect that area from rr the curing agent when the pavement is sprayed. 5-05.3(17) Opening to Traffic Replacement go Prior to opening to traffic, the cement concrete pavement shall have a minimum compressive strength of 2,500 psi as determined from cylinders made at the time of placement, cured under ow comparable conditions, and tested in accordance with AASHTO T22-92. Fabrication, curing, and testing of cylinders to measure early strength shall be the responsibility of the Contractor. The Contractor shall obtain the services of an independent laboratory to qW perform these activities and these laboratories shall be approved by the Engineer. At the Contractor's option, the time for opening pavement may be determined through the use of the maturity in accordance with ASTM C 1074. The Contractor shall develop the maturity-strength a relationship and provide maturity curves along with supporting data for approval by the Engineer. The Contractor shall furnish all equipment, including thermal or maturity meter, thermocouples, wire, and qualified personnel to monitor maturity and provide information to the ov Engineer. Field procedures to monitor maturity shall be submitted to the Engineer for approval prior to use. The pavement shall not be opened to traffic until the maturity-strength relationship shows the pavement has a compressive strength of 2,500 psi and is approved by the Engineer. of The use of the maturity meter for concrete acceptance will not be permitted. The pavement shall be cleaned prior to opening to traffic. All costs associated with furnishing molds, fabrication, curing, and testing of early strength cylinders shall be at the Contractor's expense. ..r South Grady Way and Rainier Avenue South Pavement Rehabilitation City of Renton July 2003 Division,-Surface Treatments and Pavements SP-51 5-05.4 Measurement Replacement Delete this section in its entirety and replace it with the following: Sid items of work completed pursuant to Contract Documents will be measured as provided in Section 1-09.1 Measurement of Quantities unless otherwise provided for by individual measurement paragraphs in this Section. Measurement for pavement or pavement base will be by the square yard (surface area) of concrete in place and accepted. No deduction will be made for castings in pavement. Reinforcing steel shown on the Standard Plans and required for ties of the pavement to driveway, curb and gutter, and around castings will not be measured. 5-05.5 Payment Replacement Delete this section in its entirety and replace it with the following: Payment will be made for the following bid item(s): Cement Concrete Pavement — 12-hour, 12-inch Per Square Yard Section Aw The unit contract price for "Cement Concrete Pavement — 12 hour, 12-inch Section," shall include all costs for the work of the specified class and thickness of pavement, including all preparation of the subgrade, construction joints, contraction joints, through joints, sawcutting, keyways, sealing joints when required, tie bars, and dowel bars as specified in Section 5-05.3(10). .�. All costs for temporary pavement marking work as specified in Section 5-05.3(17) shall be included in the unit contract price bid for Temporary Traffic Control Devices. Steel required for pavement ties to driveway, curb, and curb and gutter, and for "' reinforcement around castings as specified in Section 5-05.3(9) will be considered incidental to the pavement and no separate payment will be made. The unit contract price for each specific concrete bid item shall include all costs for curing and admixtures. All costs in connection with replacing Portland cement with fly ash as specified shall be included in the unit contract price of the various classes of concrete involved. If the concrete is to be paid for other than by class of concrete, all costs involved with replacing Portland cement with fly ash as specified shall be included in the unit contract price of the applicable item or items of work. All costs required to furnish and mix additional cement to concrete as specified in Section 9- 01.4 shall be the responsibility of and paid for by the Contractor. ow All costs for the work required to repair defective pavement slabs as specified in Section 5- 05.3(22) shall be at no expense to the Owner. VW South Grady Way and Rainier Avenue South Pavement Rehabilitation City of Renton July 2003 SP-52 rr END OF DIVISION 5 r err Aw No go to .r r .w to go wry r+ No wo South Grady Way and Rainier Avenue South Pavement Rehabilitation City of Renton w July 2003 SP-a3 DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS 7-04 STORM SEWERS Supplement 7-04.1 Description VW Storm sewer system shall be constructed in accordance with Section 7-04 of the Standard Specifications, the Plans, the City of Renton Standard Details for Storm Drainage, and as modified in the following special provision. 7-04.2 Materials ,,. Pipe material, gaskets, and couplings shall be in accordance with applicable sections of the Standard Specifications and as modified in these special provisions. The Contractor shall require the pipe suppliers to furnish certificates signed by their authorized representatives stating the specifications to which the materials or products were manufactured. Certificates not confirming complete conformance with these specifications shall be sufficient evidence for rejection. Approval of certificates shall be considered only as tentative acceptance of the materials or products, and such action by the Engineer will not relieve the Contractor of his responsibility to perform field tests and to replace or repair faulty materials, equipment, and/or workmanship. 7-04.3 Construction Requirements A. All fittings shall be of the same material and class as the pipe. B. All concrete joints shall be rubber gasketed. %W C. Water settling will not be permitted. D. Backfill shall be compacted by mechanical tampers in accordance with Section 2-03.3(14)C "Method B" of the Standard Specifications. 7-04.3(1) Cleaning and Testing Supplement Cleaning and testing of storm sewer pipe shall be in accordance with Section 7-04.3(4) of the Standard Specifications, except as modified herein: .. Prior to testing, the storm sewers will be inspected by the Engineer. Any departures from the best construction practices, such as pipe line misalignment, presence of foreign matter in the pipes or catch basins, poor catch basin construction, etc., shall be corrected by the Contractor at the Contractor's own expense. Testing will not be authorized until such corrections have been made. Should high groundwater conditions be encountered, the completed storm sewers may be required to be infiltration tested. Infiltration testing shall be utilized only when ordered by the Engineer. South Grady Way and Rainier Avenue South Pavement Rehabilitation City of Renton '- June 2003 SP-5,4 All costs of storm sewer testing will be considered incidental to the contract and no additional compensation will be made. wo 7-05 MANHOLES, INLETS, AND CATCH BASINS .r 7-05.1 Description Supplement The work shall consist of constructing new and modifying existing manholes, inlets, and catch basins of the types and sizes designated, in accordance with Section 7-05 of the Standard Specifications, the Plans, the City of Renton standard details, and these special provisions, and in conformity with the lines and grades shown in the Plans or as established by the Engineer. 7-05.3 Construction Requirements Supplement Backfill around catch basins shall be compacted by mechanical tampers in accordance with Section 2-03.3(14)C "Method 1319 of the Standard Specifications. Catch basin cover frames shall be installed on a minimum of two courses of adjusting bricks or 1W as directed by the Engineer. All bricks shall be installed with full mortar coverage and shall be plastered to a depth of 3/4 inch on the outer surface. Catch basin covers shall be adjusted to the elevation designated by the Engineer. so 7-05.3(1) Adjusting Manholes, Catch Basins and Valve Boxes to Grade Supplement No Existing manholes, catch basins, and valve boxes shall be adjusted to final grade after new pipe has been installed, final grading has been established, and prior to placement of the Portland cement concrete pavement. The Contractor shall adjust the manholes and catch basins with precast grade rings and mortar, and the water valve boxes by raising the valve box, of as required, and in accordance with Section 7-05 of the Standard Specifications and these special provisions. Metal adjustment rings shall not be used. If more than three grade rings are required to adjust manhole to final grade, including existing grade rings, the Contractor shall vo remove the existing cone section, install a precast manhole section of sufficient height to limit the number of grade rings to a maximum of three, and reinstall cone section prior to paving operations. Cover and grate frames shall be secured to structure permanently. 40 The Contractor shall provide and install valve operation extensions for the adjusted valve boxes that put the operating nut greater than 36 inches below the final grade. ..r 7-05.3(3) Connections to Existing Manholes Supplement The requirements of this section shall also apply to connections to existing catch basins. 7-05.4 Measurement Modification "" Catch basins shall be measured per each, regardless of depth. Delete the fourth paragraph and substitute the following: aw Excavation and gravel borrow backfill for catch basins shall not be measured or paid for separately, but will be considered incidental to installation of each structure. +r South Grady Way and Rainier Avenue South Pavement Rehabilitation City of Renton rr► July 2003 Division 7-Drainage Structures, Storm Sewers, . o . SP-55 7-05.5 Payment Supplement Payment will be made for the following bid item(s): 4 Catch Basin Type 1 Per Each "" Catch Basin Type 2—48-Inch Per Each Adjust Catch Basin Per Each The unit contract price per each for the items listed shall be full pay for furnishing all labor, tools, equipment, and materials necessary to complete each unit according to the Plans and Specifications, including all sawcutting, pavement removal and disposal, excavation, dewatering (if required), connections to existing pipe, foundation material, bedding, backfill, compaction, surface restoration, testing, and furnishing and placing of all accessories such as cast iron rings, traps, steps, grating, and other items. 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS aw 7-08.3(1) Excavation and Preparation of Trench Supplement The Contractor may encounter groundwater in trench excavation depending on trench depth. The Contractor shall not dewater the excavation with wells or well points but shall keep the aw excavated trench free of water during pipe installation. This may be done with sheet piling and pumping within the excavation. The Contractor shall assess the situation and develop a plan to accommodate construction in groundwater. The Contractor shall be solely responsible for this groundwater/trench excavation control plan. 7-08.3(2)) Jointing Materials New ..► Flexible joints shall be-rubber gasketed in accordance with Section 7-04.3(2)E of the Standard Specifications. Mortared, dry-packed, or cast-in-place joints will be permitted only for connections to or through manholes and catch basins. A flexible gasketed joint shall be installed within 1 foot of each connection to or through said manholes and catch basins. 7-08.3(2)K Jointing New Mortar joints will be permitted only at catch basins and manholes. 7-08.3(3) Backfilling Supplement Trench excavation and backfill shall be constructed in accordance with Sections 7-02.3(1) and 7-04.3(3) of the Standard Specifications except as modified herein. Initial backfilling shall be performed only after inspection and approval of the installed pipe. The initial backfill material shall be carefully hand placed in strict accordance with the Standard +�+ Specifications. Subsequent backfill shall not be placed until the initial backfill is approved. VW South Grady Way and Rainier Avenue South Pavement Rehabilitation City of Renton "` July 2003 rr SP-66 rr All backfill for pipe trenches shall be mechanically compacted by a power operated mechanical tamper(s) as specified in Sections 7-02.3(3) and 7-04.3(3) of the Standard Specifications or other mechanical compaction device approved by the Engineer. Backfilj material in areas 1 where full-depth pavement replacement is not occurring shall be a control density fill such as Cadman Proflow mix number 110021 or equivalent approved by the Engineer. Compaction shall be made in 1-foot lifts in areas under streets and driveways. Compaction in so these areas shall be to 95% of maximum density as determined in accordance with ASTM Standard D1557. Compaction in other areas shall be made in 1-foot lifts and a maximum density of 90% as 1W determined in accordance with ASTM Standard D1557. If there is an excess of acceptable backfill material obtained from trench excavation at one r location on the project, it shall be used at other locations on the project as directed by the Engineer. The cost of transporting the excess backfill material shall be considered incidental to the project.. END OF DIVISION 7 ar ■r 4W .r .r VW South Grady Way and Rainier Avenue South Pavement Rehabilitation City of Renton July 2003 MW SP-57 4. DIVISION 8 MISCELLANEOUS CONSTRUCTION 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL w. 8-01.1 Description Supplement This work also consists of installing catch basin filters and filter fences in accordance with the .. Plans, Section 1-07.15, and as specified herein. The Contractor shall install and maintain the catch basin filters, filter fences, and clearing limit fences at the locations shown in the Plans and as directed by the Engineer. Catch basin filters, filter fences, and clearing limit fences shall be removed at the physical completion of construction unless directed otherwise by the Engineer. Where shown on the Plans, or where designated by the Engineer, the Contractor shall perform roadside seeding operations. 8-01.2 Materials Supplement Gravel backfill for drains shall be in _accordance with Section 9-03.12(4). Construction geotextile for filter fence and construction geotextile for soil stabilization shall be in accordance with Section 9-33 of the Standard Specifications. Quarry spalls shall be in accordance with ftw Section 9-13.6. Wire mesh and support posts for the filter fence shall be as recommended by the manufacturer of the filter fence geotextile. The fasteners shall be heavy-duty wire staples at least 1 inch long, W tie wires, or hog rings, as recommended by the manufacturer of the filter fence geotextile. Percent Minimum % Minimum % Kind and Variety of Seed in Mixture by Weight Pure Seed Germination Barclay Perennial Ryegrass (Lolium perenne) 20 19.00 90 Elka Perennial Ryegrass (Lolium perenne) 50 49.00 90 Creeping Red Fescue (Festuca rubra var. 20 19.60 90 rubra) Creeping Bentgrass (Agrostis pratensis) 10 9.80 90 Weed seed 0.30 Inert and other crop 1.70 8-01.5 Payment Supplement Payment will be made for the following bid item(s): "W Temporary Erosion/Sedimentation Control Per Force Account South Grady Way and Rainier Avenue South Pavement Rehabilitation City of Renton June 2003 +rrr SP-58 ar 8-07 PRECAST TRAFFIC CURB AND BLOCK TRAFFIC CURB 8-07.5 Payment Supplement Payment will be made for the following bid item(s): .r ETy,eCPrecast Traffic Curb Per Linear Foot .r Block Traffic Curb Per Linear Foot 10 8-09 RAISED PAVEMENT MARKERS 8-09.2 Materials Supplement �r A hot, flexible pavement marker adhesive shall be used to install pavement markers, The adhesive shall be a hot melt polymer based bituminous material which provides an effective bonding agent for pavement reflectors and markers. The material shall be usable in available melting and application equipment and when applied to the pavement will bond markers suitable without damage. The adhesive shall not permit excessive marker movement at hot summer temperatures and shall remain flexible at winter temperatures. When melted in •r+ accordance with ASTM D3407, and poured into suitable test molds, the marker adhesive shall meet the following requirements. TEST TYPICAL MSI MARKER SUGGESTED SPECIFICATION RESULT LIMITS Safe heating temperature 425°F As specified by the manufacturer Recommended application 375°F to 425°F As specified by the manufacturer .� temperature Penetration, 77°F (ASTM 10 5-20 ,■r D3407) Softening point (ASTM D2398) 215°F 200°F Minimum 8-09.3 Construction Requirements Supplement Prior to installing raised pavement markers the Contractor shall premark the layout of all channelization and receive approval from the Engineer. Premarks shall consist of painted spot markings. The Contractor shall notify the Engineer at least 48 hours in advance to receive approval of the premark channelization. Blue raised pavement markers shall be required at all fire hydrant locations. Location of the blue markers shall be designated by the Engineer. •' �r South Grady Way and Rainier Avenue South Pavement Rehabilitation City of Renton July 2003 Division a-Miscellaneous Construction Sp-59 8-09.5 Payment Payment will be made for each of the following bid item(s) in accordance with Section 8-09 of aw the Standard Specifications: ,r Raised Pavement Marker, Type 1 Per Hundred Raised Pavement Marker, Type 2 Per Hundred 8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL "W 8-20.3(14)C Induction Loop Vehicle Detectors Supplement Induction loops on this project shall be round, 6-foot-diameter, preformed loops; U.S. Traffic Corp. 1700 series, or approved equivalent. The loops shall be embedded in the Portland cement concrete pavement no further than 2.5 inches and no less than 2 inches from the pavement finished grade. Chairs (or other suitable device) shall be used to support the loops during concrete placement. Chairs shall be per the manufacturer's recommendation. The connection to the existing signal system shall be made via splices in existing junction boxes. Preformed loops shall be manufactured with sufficient feeder cable length to reach an existing junction box without the need for additional splices. Whenever possible, the Contractor shall intercept existing conduit at the gutter pan and utilize the existing conduit to pass under the curb and gutter and sidewalk to reach the existing junction boxes shown in the Plans. 8-20.5 Payment Supplement aw Payment will be made for the following bid item(s): Round Preformed Traffic Loop - 6-foot Per Each The unit contract price for "Round Preformed Traffic Loop - 6-foot" shall be full compensation for full and complete installation including wire, conduit, connection to existing system, and loop chair; and testing the performance of the installed loops per Section 8-20.3(14)D of the Standard Specifications. ® 8-22 PAVEMENT MARKING 8-22.1 Description Supplement This work shall consist of furnishing and placing inlay markings and plastic pavement markings upon the roadway for delineation in the form of bicycle symbols, edge stripes, crosswalks, directional arrows, traffic letters, and stop bars, at the locations shown in the Plans in accordance with the Standard Specifications, Special Provisions, and the latest edition of the MUTCD, or as directed by the Engineer. VW Pavement markings as referred to herein shall comply with the following definitions: South Grady Way and Rainier Avenue South Pavement Rehabilitation City of Renton "� July 2003 SP-60 ■rr Traffic Arrows - Traffic arrows shall conform to City of Renton Standard Detail, H008. Traffic arrows shall be white plastic and placed as indicated in the Plans or as directed by the Engineer. 8-22.2 Materials Modification rr Dura-Stripe AC or approved equivalent shall be used for edge stripe markings and for all crosswalks, bicycle symbols, stop bars, and traffic arrows. The thickness of the Dura-Stripe markings shall be between 90 mils and 120 mils. .r 8-22.3 Construction Requirements Supplement All contaminants within the areas to receive pavement markings shall be removed. Large areas of tar, grease, paint, or foreign materials may require sandblasting, steam cleaning, or power brooming to accomplish complete removal. 1W All materials shall be installed 'according to the manufacturer's recommendations and a manufacturer's representative shall be present prior to the application of any markings to approve the proper installation procedures or as directed by the Engineer. The Contractor shall r+ be responsible for ensuring that the manufacturer's representative is present for the installation. Inlayed pavement markings shall be installed by a manufacturer certified contractor. Pavement markings shall be inlayed on new and overlaid pavement. The inlay shall be performed by pressing the material into the pavement as specified by the manufacturer when the pavement temperature is between 120 degrees F and 150 degrees F. Air temperature shall be 60 degrees F and rising. Pavement surface must be dry. Inlay work shall not be performed during rain. Failure to properly inlay the markings shall result in a 30% reduction in the amount paid to the Contractor for the specific bid item. 8-22.3(4) Beading Modification r Glass beads shall be applied onto the Dura-Stripe, or approved equivalent, film at a rate of 8 pounds of beads per 100 square feet of coating. The beads shall have a minimum refractive index of 1.5 and a size range of 0.1 to 0.75 mm. The bead application system shall provide a uniform bead distribution over the entire surface of the marking. Beads shall be applied while the plastic film is in a semi-liquid state on the roadway. 8-22.3(7) Removal of Pavement Markings Supplement Painted and plastic pavement markings shall be removed by hydroblasting, sandblasting, or .r other method approved by the Engineer. All markers to be removed shall be done so without damaging the pavement. Any damage to the surfacing as a result of the Contractor's operations shall be repaired by the Contractor as directed by the Engineer. 8-22.4 Measurement Modification rr Traffic arrows will be measured by the unit with each arrow head defined as a unit. South Grady Way and Rainier Avenue South Pavement Rehabilitation City of Renton 10 July 2003 MW Division 8-Miscellaneous Construction Sp-e1 " 8-22.5 Payment Modification Payment will be made for the following bid item(s): Plastic Crosswalk Stripe Per Square Foot Plastic Traffic Arrow Per Each aw The unit contract price for "Plastic Crosswalk Stripe" and "Plastic Traffic Arrow" shall be full compensation for furnishing all labor, tools, materials, and equipment necessary for the completion of the work as herein specified, including removal of the existing stripe where necessary. 8-23 TEMPORARY PAVEMENT MARKINGS aw 8-23.1 Description Modification 4W The work shall consist of furnishing, installing, maintaining, and removing temporary pavement markings and striping. Temporary pavement markings and striping shall be provided for all lane shifts and detours resulting from construction activities. Temporary pavement markings and striping shall also be provided when permanent markings are eliminated because of construction operations. Temporary pavement markings and striping shall be maintained in serviceable condition throughout the project until permanent markings are installed. Temporary pavement markings and striping that are damaged shall be repaired or replaced immediately. 8-23.4 Measurement Modification aw Temporary pavement markings shall be considered incidental to the contract. No measurement shall be made for temporary pavement markings. 8-23.5 Payment Modification aw The cost for furnishing, installing, maintaining, and removing temporary pavement markings and striping shall be incidental to the contract. w 8-30 TEMPORARY CONSTRUCTION SIGNING New MW 8-30.4 Measurement No specific unit of measurement will be made for "Temporary Construction Signs", but measurement will be for the sum total of all items to be furnished and installed, including signs, 1W posts, sign coverings, and flags. ow 8-30.5 Payment Payment will be made in accordance with Section 1-04.1 of the Standard Specifications for the following bid item(s): *W South Grady Way and Rainier Avenue South Pavement Rehabilitation City of Renton rrr July 2003 SP-62 Temporary Construction Signs Lump Sum The lump sum contract price for "Temporary Construction Signs" shall be full compensation for furnishing all labor, materials, tools, and equipment necessary or incidental to providing, installing, maintaining, and removing all temporary construction signing as shown on the Plans, as required for temporary traffic control, and as herein specified. END OF DIVISION 8 .r .r .r w �r South Grady Way and Rainier Avenue South Pavement Rehabilitation City of Renton July 2003 SP-63 %W DIVISION 9 MATERIALS 9-29 ILLUMINATION, SIGNALS, ELECTRICAL 9-29.18(3) Round Preformed Induction Loop Detectors New Induction loops on this project shall be US Traffic Corp. 1700 series, or approved equivalent. The loop outer tubing shall be constructed of cross-linked polyethylene (XLPE). The loop wire (inside tubing) shall be 5 conductor 18 AWG in a polyester jacket configured to provide the proper number of turns required for the loop. Feeder cable (homerun, lead-in) cable shall be 2- "" conductor, 16 AWG, twisted two turns per foot, with a polyester jacket. The T-fitting shall be constructed from glass-filled polyester. Loop wire splices and splicing of the feeder cable to the loop wire in the T-fitting shall be soldered and completely encapsulated in heat shrink material •• at the factory. �. END OF DIVISION 9 it South Grady Way and Rainier Avenue South Pavement Rehabilitation City of Renton June 2003 tow r.. Appendix A Standard Plans and Details 6w ow wo Im aw low w. List of Standard Plans and Details am Description No. aw City of Renton Catch Basin Type 1 B012 Catch Basin Type 2—48 inch, 54 inch, or 60 inch B027 Precast Traffic Curb F002 Block Traffic Curb F003 Channelization Markers (sheet 1 of 2) H001 Channelization Markers (sheet 2 of 2) H002 aw Pavement Marking Details H008 No WS®OT Survey Stakes H-14 VW ENTRANCO .. Cement Concrete Pavement Joints 405.1 Note: These standard plans/details are included in the Contract Provisions for the Contractor's convenience. The Contractor shall keep a copy of the most current edition of both the WSDOT/APWA Standard Plans for Road, Bridge and Municipal Construction and the City of Renton Standard Plans for Road, Bridge and Municipal Construction on the jobsite. Any detail cited in the Contract Documents, or required for construction of the Work, shall apply regardless of whether or not it is included in this Appendix, unless superseded by special details on the Plans. r rr r w. wr VA. ow Appendix B �- Wage Rates IV, CONTRACT SPECIFICATIONS CITY OF RENTON r w Amendments to the Standard low Specifications a W South Grady Way and Raini�:r Avcnue Suutl P3WHICnt Rdhahiliuuiui City of Rrnnn July 200 r 1 CONTENTS rr 2 3 rir 4 5 INTRODUCTION---------------------------------------------------------------------------------------1 6 AMENDMENTS TO THE STANDARD SPECIFICATIONS t 7 SECTION 1-02, BID PROCEDURES AND CONDITIONS-----------------------------------1 8 SECTION 1-04, SCOPE OF THE WORK--------------------------------------------------------2 9 SECTION 1-06, CONTROL OF MATERIAL -----------------------------------------------------4 lrr 10 SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC---4 11 SECTION 1-09, MEASUREMENT AND PAYMENT--------------------------------------------6 12 SECTION 1-10, TEMPORARY TRAFFIC CONTROL-----------------------------------------6 13 SECTION 1-99, APWA SUPPLEMENT-----------------------------------------------------------9 14 SECTION 2-03, ROADWAY EXCAVATION AND EMBANKMENT ----------------------- 10 15 SECTION 5-04, ASPHALT CONCRETE PAVEMENT---------------------------------------10 16 SECTION 5-05, CEMENT CONCRETE PAVEMENT---------------------------------------- 11 17 SECTION 6-02, CONCRETE STRUCTURES ------------------------------------------------ 13 18 SECTION 6-03, STEEL STRUCTURES-------------------------------------------------------- 16 19 SECTION 6-05, PILING ---------------------------------------------------------------------------- 17 20 SECTION 6-07, PAINTING ------------------------------------------------------------------------ 18 21 SECTION 6-09, MODIFIED CONCRETE OVERLAYS--------------------------------------20 22 SECTION 6-10, CONCRETE BARRIER -------------------------------------------------------37 23 SECTION 7-01, DRAINS---------------------------------------------------------------------------38 24 SECTION 7-02, CULVERTS-----------------------------------------------------------------------38 25 SECTION 7-04, STORM SEWERS--------------------------------------------------------------38 26 SECTION 7-05, MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS ---------38 27 SECTION 7-08, GENERAL PIPE INSTALLATION REQUIREMENTS ------------------39 28 SECTION 7-09, WATER MAINS -----------------------------------------------------------------39 �.r 29 SECTION 7-10, TRENCH EXC., BEDDING, AND BACKFILL FOR WATER MAINS 53 30 SECTION 7-11, PIPE INSTALLATION FOR WATER MAINS -----------------------------53 31 SECTION 7-12, VALVES FOR WATER MAINS ----------------------------------------------53 32 SECTION 7-15, SERVICE CONNECTIONS --------------------------------------------------53 33 SECTION 7-17, SANITARY SEWERS----------------------------------------------------------53 Amendments July 02,2003 A PAG E 1 SECTION 8-01, EROSION CONTROL AND WATER POLLUTION CONTROL-----53 2 SECTION 8-02, ROADSIDE RESTORATION-------------------------------------------------62 3 SECTION 8-03, IRRIGATION SYSTEM--------------------------------------------------------76 4 SECTION 8-04, CURBS, GUTTERS, AND SPILLWAYS-----------------------------------82 5 SECTION 8-08, RUMBLE STRIPS ------------------------------------------------=-------------83 6 SECTION 8-10, GUIDE POSTS------------------------------------------------------------------84 7 SECTION 8-11, GUARDRAIL---------------------------------------------------------------------84 8 SECTION 8-12, CHAIN LINK FENCE AND WIRE FENCE--------------------------------85 9 SECTION 8-20, ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL85 10 SECTION 8-21 , PERMANENT SIGNING ---------------------------------------------------- 106 11 SECTION 8-22, PAVEMENT MARKING------------------------------------------------------ 107 12 SECTION 8-23, TEMPORARY PAVEMENT MARKINGS -------------------------------- 108 13 SECTION 9-01, PORTLAND CEMENT------------------------------------------------------- 109 14 SECTION 9-02, BITUMINOUS MATERIALS ------------------------------------------------ 109 15 SECTION 9-03, AGGREGATES-----------------------------------------------------------------110 16 SECTION 9-04, JOINT AND CRACK SEALING-MATERIALS ---------------------------113 17 SECTION 9-05, DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS -------113 18 SECTION 9-06, STRUCTURAL STEEL AND RELATED MATERIALS-----------------114 19 SECTION 9-07, REINFORCING STEEL------------------------------------------------------114 20 SECTION 9-09, TIMBER AND LUMBER------------------------------------------------------114 21 SECTION 9-12, MASONRY UNITS-------------------------------------------------------------115 22 SECTION 9-14, EROSION CONTROL AND ROADSIDE PLANTING -----------------115 23 SECTION 9-15, IRRIGATION SYSTEM------------------------------------------------------ 123 24 SECTION 9-16, FENCE AND GUARDRAIL------------------------------------------------- 127 25 SECTION 9-17, FLEXIBLE GUIDE POSTS------------------------------------------------- 129 26 SECTION 9-23, CONCRETE CURING MATERIALS AND ADMIXTURES----------- 129 27 SECTION 9-26, EPDXY SYSTEMS----------------------------------------------------------- 130 28 SECTION 9-28, SIGNING MATERIALS AND FABRICATION--------------------------- 132 29 SECTION 9-29, ILLUMINATION, SIGNALS, ELECTRICAL----------------------------- 139 30 SECTION 9-30, WATER DISTRIBUTION MATERIALS ---------------------------------- 179 31 SECTION 9-31, ELASTOMERIC BEARING PADS ---------------------------------------- 180 32 Amendments July 02, 2003 B 1 INTRODUCTION 2 The following Amendments and Special Provisions shall be used in conjunction with the 3 2002 Standard Specifications for Road, Bridge, and Municipal Construction (English). im 4 5 AMENDMENTS TO THE STANDARD SPECIFICATIONS 6 to 7 The following Amendments to the Standard Specifications are made a part of this contract 8 and supersede any conflicting provisions of the Standard Specifications. For informational 9 purposes, the date following each Amendment title indicates the implementation date of the 10 Amendment or the latest date of revision. to 11 12 Each Amendment contains all current revisions to the applicable section of the Standard 13 Specifications and may include references which do not apply to this particular project. 14 io 15 INTRODUCTION 16 The following Amendments and Special Provisions shall be used in conjunction with the iW 17 2002 Standard Specifications for Road, Bridge, and Municipal Construction (English). 18 19 This project is designed in metric units. Among the Special Provisions contained in this 20 project are revisions to sections within Divisions 1, 6, 7 and 9 that provide conversion a„ 21 methods and charts needed to administer this project utilizing the English 2002 Standard 22 Specifications. 23 24 AMENDMENTS TO THE STANDARD SPECIFICATIONS 1s 25 26 The following Amendments to the Standard Specifications are made a part of this contract 27 and supersede any conflicting provisions of the Standard Specifications. For informational to 28 purposes, the date following each Amendment title indicates the implementation date of the 29 Amendment or the latest date of revision. 30 31 Each Amendment contains all current revisions to the applicable section of the Standard 4W 32 Specifications and may include references which do not apply to this particular project. 33 34 SECTION 1-02, BID PROCEDURES AND CONDITIONS 35 April 7, 2003 36 1-02.6 Preparation of Proposal 37 The second paragraph is deleted. 38 39 The eighth paragraph, dealing with Traffic Control Labor, is deleted. 40 41 1-02.13 Irregular Proposals 42 Number 2. is revised to read: 43 44 2. A proposal may be considered irregular and may be rejected if: 45 46 a. The proposal does not include a unit price for every bid item; 47 b. Any of the unit prices are excessively unbalanced (either above or below 48 the amount of a reasonable bid) to the potential detriment of the - 49 Contracting Agency; 50 c. Receipt of addenda is not acknowledged; 51 d. A member of a joint venture or partnership and the joint venture or 52 partnership submit proposals for the same project (in such an instance, 53 both bids may be rejected); or 54 e. If proposal form entries are not made in ink. 55 AMENDMENTS 1 1 SECTION 1-04, SCOPE OF THE WORK 2 December 2, 2002 3 1-04.4 Changes 4 The fifth paragraph is revised to read: 5 6 For Item 2, if the actual quantity of any item, exclusive of added or deleted amounts 7 included in agreed change orders, increases or decreases by more than 25 percent 8 from the original plan quantity, the unit contract price for that item may be adjusted in 9 accordance with Section 1-04.6. 10 11 1-04.6 Increased or Decreased Quantities 12 This section is revised to read: 13 14 Payment to the Contractor will be made only for the actual quantities of work performed 15 and accepted in conformance with the contract. When the accepted quantity of work 16 performed under a unit item varies from the original proposal quantity, payment will be 17 at the unit contract price for all work unless the total accepted quantity of any contract 18 item, adjusted to exclude added or deleted amounts included in change orders accepted 19 by both parties, increases or decreases by more than 25 percent from the original 20 proposal quantity. In that case, payment for contract work may be adjusted as described 21 herein: 22 23 The adjusted final quantity shall be determined by starting with the final accepted 24 quantity measured after all work under an item has been completed. From this amount, 25 subtract any quantities included in additive change orders accepted by both parties- 26 Then, to the resulting amount, add any quantities included in deductive change orders 27 accepted by both parties. The final result of this calculation shall become the adjusted 28 final quantity and the basis for comparison to the original proposal quantity. 29 30 1. Increased Quantities. 31 Either party to the contract will be entitled to renegotiate the price for that portion of w 32 the adjusted final quantity in excess of 1 .25 times the original proposal quantity. 33 The price for excessive increased quantities will be determined by agreement of the 34 parties, or, where the parties cannot agree, the price will be determined by the 35 Engineer based upon the actual costs to perform the work, including reasonable 36 markup for overhead and profit. 37 38 2. Decreased Quantities. 39 Either party to the contract will be entitled to an equitable adjustment if the adjusted 40 final quantity of work performed is less than 75 percent of the original bid quantity. 41 The equitable adjustment shall be based upon and limited to three factors: 1. Any 42 increase or decrease in unit costs of labor, materials or equipment, utilized for work f 43 actually performed, resulting solely from the reduction in quantity; 2. Changes in 44 production rates or methods of performing work actually done to the extent that the 45 nature of the work actually performed differs from the nature of the work included in 46 the original plan; and 3. An adjustment for the anticipated contribution to 47 unavoidable fixed cost and overhead from the units representing the difference 48 between the adjusted final quantity and 75 1/0 of the original plan quantity. 49 " 50 The following limitations shall apply to renegotiated prices for increases and/or equitable 51 adjustments for decreases: 52 53 1. The equipment rates shall be actual cost but shall not exceed the rates set 54 forth in the AGC/WSDOT Equipment Rental Agreement (referred to in Section 55 1-09.6) that is in effect at the time the work is performed. 56 57 2. No payment will be made for extended or unabsorbed home office overhead 58 and field overhead expenses to the extent that there is an unbalanced 59 allocation of such expenses among the contract bid items. AMENDMENTS 2 WA 1 2 3. No payment for consequential damages or loss of anticipated profits will be 3 allowed because of any variance in quantities from those originally shown in 4 the proposal form, contract provisions, and contract plans. low 5 6 4. The total payment (including the adjustment amount and unit prices for work 7 performed) for any item which experiences an equitable adjustment for ;O 8 decreased quantity shall not exceed 75% of the amount originally bid for the 9 item. 10 11 If the adjusted final quantity of any item does not vary from the quantity shown in the w 12 proposal by more than 25%, then the Contractor and the Contracting Agency agree that 13 all work under that item will be performed at the original contract unit price and within 14 the original time for completion. 15 16 When ordered by the Engineer, the Contractor shall proceed with the work pending 17 determination of the cost or time adjustment for the variation in quantities. 18 19 The Contractor and the Contracting Agency agree that there will be no cost adjustment 20 for decreases if the Contracting Agency has entered the amount for the item in the 21 proposal form only to provide a common proposal for bidders. 22 23 1-04.7 Differing Site Conditions (Changed Conditions) 24 This section is revised to read: 25 26 During the progress of the work, if preexisting subsurface or latent physical conditions 27 are encountered at the site, differing materially from those indicated in the contract, or if 28 preexisting unknown physical conditions of an unusual nature, differing materially from 29 those ordinarily encountered and generally recognized as inherent in the work provided 30 for in the contract, are encountered at the site, the party discovering such conditions 31 shall promptly notify the other party in writing of the specific differing site conditions 32 before they are disturbed and before the affected work is performed. 33 34 Upon written notification, the Engineer will investigate the conditions and if he/she 35 determines that the conditions materially differ and cause an increase or decrease in the 36 cost or time required for the performance of any work under the contract, an adjustment, 37 excluding loss of anticipated profits, will be made and the contract modified in writing +err 38 accordingly. The Engineer will notify the Contractor of his/her determination whether or 39 not an adjustment of the contract is warranted. 40 41 No contract adjustment which results in a benefit to the Contractor will be allowed Ow 42 unless the Contractor has provided the required written notice. 43 44 The equitable adjustment will be by agreement with the Contractor. However, if the 45 parties are unable to agree, the Engineer will determine the amount of the equitable 46 adjustment in accordance with Section 1-09.4. Extensions of time will be evaluated in 47 accordance with Section 1-08.8. 48 r 49 If the Engineer determines that different site conditions do not exist and no adjustment 50 in costs or time is warranted, such determination shall be final as provided in Section 1- 51 05.1. 52 53 If there is a decrease in the costs or time required to perform the work, failure of the 54 Contractor to notify the Engineer of the differing site conditions shall not affect the 55 Contracting Agency's right to make an adjustment in the costs or time. 56 57 No claim by the Contractor shall be allowed unless the Contractor has followed the 58 procedures provided in Section 1-04.5 and 1-09.11 . 59 w wW AMENDMENTS 3 60 1 SECTION 1-06, CONTROL OF MATERIAL 2 December 2, 2002 3 1-06.2(2)B Financial Incentive '* 4 In the first paragraph, the reference to pay factors 1.0000" and 1.0500" are revised to 5 1.00" and 1.05" respectively. 6 ,,,,, 7 In the second paragraph, the reference to pay factor 1.000" is revised to 1.00". 8 9 SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 10 December 2, 2002 11 1-07.1 Laws to be Observed 12 The first sentence is revised to read: 13 14 The Contractor shall always comply with all Federal, State, tribal or local laws, 15 ordinances, and regulations that affect work under the contract. 16 „ 17 1-07.15 Temporary Water Pollution/Erosion Control 18 This section is supplemented with the following: 19 20 1-07.15(1) Spill Prevention, Control and Countermeasures Plan 21 The Contractor shall prepare a project specific spill prevention, control and 22 countermeasures (SPCC) plan to be used for the duration of the project. The plan shall 23 be submitted to the Engineer prior to the commencement of any on site construction 24 activities. The Contractor shall maintain a copy of the plan at the work site, including 25 any necessary updates as the work progresses. If hazardous materials are encountered 26 during construction, the Contractor shall do everything possible to control and contain 27 the material until appropriate measures can be taken. Hazardous material, as referred 28 to within this specification, is defined in RCW 70.105.010 under ''Hazardous 29 Substances". Occupational safety and health requirements that pertain to SPCC 30 planning are contained in WAC 296-155 and WAC 296-62. 31 +rrr 32 The SPCC plan shall address the following project-specific information: 33 34 1. SPCC Plan Elements 35 36 A. Site Information 37 Identify general site information useful in construction planning, 38 recognizing potential sources of spills, and identifying personnel 39 responsible for managing and implementing the plan. 40 41 B. Project Site Description 42 Identify staging, storage, maintenance, and refueling areas and their 43 relationship to drainage pathways, waterways, and other sensitive areas. 44 Specifically address: 45 46 0 the Contractor's equipment maintenance, refueling, and cleaning 47 activities. 48 49 0 the Contractor's on site storage areas for hazardous materials. 50 51 C. Spill Prevention and Containment 52 Identify spill prevention and containment methods to be used at each of 53 the locations identified in B., above. r 54 55 D. Spill Response 56 Outline spill response procedures including assessment of the hazard, 57 securing spill response and personal protective equipment, containing and AMENDMENTS 4 1 eliminating the spill source, and mitigation, removal and disposal of the 2 material. 3 4 E. Standby, On-Site, Material and Equipment 5 The plan shall identify the equipment and materials the Contractor will 6 maintain on site to carry out the preventive and responsive measures for 7 the items listed. 8 rr 9 F. Reporting 10 The plan shall list all federal, state and local agency telephone numbers 11 the Contractor must notify in the event of a spill. 12 13 G. Program Management 14 Identify site security measures, inspection procedures and personnel 15 training procedures as they relate to spill prevention, containment, 16 response, management and cleanup. 17 18 H. Preexisting Contamination 19 If preexisting contamination in the project area is described elsewhere in 20 the plans or specifications, the SPCC plan shall indicate measures the 21 Contractor will take to conduct work without allowing release or further 22 spreading of the materials. 23 24 2. Attachments 25 26 A. Site plan showing the locations identified in (1. B. and 1. C.) noted 27 previously. 28 29 B. Spill and Incident Report Forms, if any, that the Contractor will be using. 30 31 Implementation Requirements 32 The Contractor shall be prepared and shall carry out the SPCC plan in the event of 33 a hazardous spill within the project limits. 34 35 Payment 36 The lump sum contract price for the "SPCC Plan" shall be full pay for: 37 38 1 . All costs associated with creating the SPCC plan. 39 40 2. All costs associated with providing and maintaining on site standby 41 materials and equipment described in the SPCC plan. r 42 43 As to other costs associated with spills the contractor may request payment as 44 provided for in the Contract. No payment shall be made if the spill was caused by 45 or resulted from the Contractor's operations, negligence or omissions. 46 47 1-07.16 Protection and Restoration of Property 48 This section is supplemented with the following: r 49 50 1-07.16(2)A Archaeological and Historical Objects 51 Archaeological or historical objects, such as ruins, sites, buildings, artifacts, fossils, or 52 other objects of antiquity that may have significance from a historical or scientific r 53 standpoint, which may be encountered by the Contractor, shall not be further disturbed. 54 The Contractor shall immediately notify the Engineer of any such finds. 55 56 The Engineer will determine if the material is to be salvaged. The Contractor may be 57 required to stop work in the vicinity of the discovery until such determination is made. 58 The Engineer may require the Contractor to suspend work in the vicinity of the 59 discovery until salvage is accomplished. iW 60 VW AMENDMENTS 5 .. 1 If the Engineer finds that the suspension of work in the vicinity of the discovery 2 increases or decreases the cost or time required for performance of any part of the work 3 under this contract, the Engineer will make an adjustment in payment or the time 4 required for the performance of the work in accordance with Sections 1-04.4 and 1-08.8. 5 6 1-07.16(4) Payment 7 The first sentence is revised to read: 8 9 All costs to comply with this section and for the protection and repair specified in this 10 section, unless otherwise stated, are incidental to the contract and are the responsibility 11 of the Contractor. 12 13 SECTION 1-09, MEASUREMENT AND PAYMENT 14 August 5, 2002 15 1-09.2(4) Specific Requirements for Belt Conveyor Scales 16 In the first paragraph, the reference to "National Bureau of Standards Handbook No. 44," is 17 revised to read: 18 19 National Institute of Standards and Technology (NIST) Handbook No. 44, 20 21 1-09.6 Force Account 22 On page 1-86, under "For Labor", the fourth and fifth sentences in the second paragraph 23 are deleted. 24 25 On page 1-86, under"For Labor", the fifth paragraph is revised to read: 26 27 In addition to compensation for direct labor costs defined above, the Contracting Agency 28 will pay the Contractor 29 percent of the sum of the costs calculated for labor 29 reimbursement to cover project overhead, general company overhead, profit, bonding, 30 insurance, Business & Occupation tax, and any other costs incurred. This amount will 31 include any costs of safety training and health tests, but will not include such costs for 32 unique force account work that is different from typical work and which could not have 33 been anticipated at the time of bid. 34 35 On page 1-87, under "For Equipment", the third paragraph is supplemented with the 36 following: 37 38 In the event that prior quotations are not obtained and the vendor is not a firm 39 independent from the Contractor or subcontractor, then after-the-fact quotations may be 40 obtained by the Engineer from the open market in the vicinity and the lowest such JA 41 quotation may be used in place of the submitted invoice. 42 43 On page 1-88, under "For Services", the first paragraph is supplemented with the following: 44 45 In the event that prior quotations are not obtained and the service invoice is submitted 46 by a subcontractor, then after-the-fact quotations may be obtained by the Engineer from 47 the open market in the vicinity and the lowest such quotation may be used in place of 48 the submitted invoice. 49 50 SECTION 1-10, TEMPORARY TRAFFIC CONTROL 51 April 7, 2003 52 1-10.2(1) General 53 This section is revised to read: 54 55 It is the Contractor's responsibility to plan, conduct and safely perform the work. The 56 Contractor shall designate an individual or individuals to perform the duties of Traffic San 57 Control Manager (TCM). The TCM must be an employee of the Contractor. The duties 58 of the TCM may not be subcontracted. AMENDMENTS 6 VW 1 2 The Contractor shall also designate an individual or individuals to perform the duties of 3 the Traffic Control Supervisor (TCS). The TCS shall be responsible for safe 4 implementation of approved Traffic Control Plans provided by the TCM. yrr 5 6 The TCM and TCS shall be certified as worksite traffic control supervisors by one of the 7 organizations listed in the Special Provisions. A TCM and TCS are required on all 8 projects that have traffic control. The TCM may also perform the duties of the TCS. The 9 Contractor shall identify an alternate TCM and TCS who can assume the duties of the 10 assigned or primary TCM and TCS in the event of that person's inability to perform. 11 Such alternates shall meet the same requirements as the primary TCM and TCS. 12 13 The Contractor shall maintain 24-hour telephone numbers at which the TCM and TCS 14 can be contacted and be available upon the Engineer's request at other than normal 15 working hours. The TCM and TCS shall have the appropriate personnel, equipment, W 16 and material available at all times in order to expeditiously correct any deficiency in the 17 traffic control system. 18 19 1-10.2(1)A Traffic Control Manager in 20 This section is revised to read: 21 22 The duties of the Traffic Control Manager (TCM) shall include: go 23 24 1 . Overseeing and approving the actions of the Traffic Control Supervisor (TCS) 25 to ensure that proper safety and traffic control measures are implemented and 26 consistent with the specific requirements created by the Contractor's rr 27 workzones and the Contract. 28 29 2. Providing the Contractor's designated TCS with approved Traffic Control Plans 30 (TCP's) which are compatible with the work operations and traffic control for +� 31 which they will be implemented. 32 33 3. Discussing proposed traffic control measures and coordinating implementation �r. 34 of the Contractor-adopted traffic control plan(s) with the Engineer. 35 36 4. Coordinating all traffic control operations, including those of subcontractors, 37 suppliers, and any adjacent construction or maintenance operations. 38 39 5. Coordinating the project's activities (such as ramp closures, road closures, and 40 lane closures) with appropriate police, fire control agencies, city or county 41 engineering, medical emergency agencies, school districts, and transit • 42 companies. 43 44 6. Overseeing all requirements of the contract which contribute to the aw 45 convenience, safety, and orderly movement of vehicular and pedestrian traffic. 46 47 7. Having the latest adopted edition of the MUTCD including the Modifications to 48 the MUTCD for Streets and Highways for the State of Washington and r, 49 applicable standards and specifications available at all times on the project. 50 51 8. Attending all project meetings where traffic management is discussed. 52 40 53 9 Reviewing the TCS diaries daily and being aware of "field" traffic control 54 operations. 55 to 56 10. Assuring daily submissions of previous day's TCS diaries, indicating date of 57 TCM review, to WSDOT TCS. 58 59 11, Being present on-site a sufficient amount of time to adequately accomplish the 60 above-listed duties. AMENDMENTS 7 ti`r 1 2 1-10.2(1)B Traffic Control Supervisor 3 This section is revised to read: 4 5 A Traffic Control Supervisor (TCS) shall be on the project whenever traffic control labor 6 is required or less frequently, as approved by the Engineer. 7 8 The TCS shall personally perform all the duties of the TCS. During non-work periods, 9 the TCS shall be available to the job site within a 45-minute time period aftor notification 10 by the Engineer. 11 12 The TCS's duties shall include: 13 14 1. Inspecting traffic control devices and nighttime lighting for proper location, 15 installation, message, cleanliness, and effect on the traveling public. Traffic 40 16 control devices shall be inspected each work shift except that Class A signs 17 and nighttime lighting need to be checked only once a week. Traffic control 18 devices left in place for 24 hours or more should also be inspected once during 19 the nonworking hours when they are initially set up (during daylight or 20 darkness, whichever is opposite of the working hours). 21 22 2. Preparing a daily traffic control diary on DOT Forms 421-040A and 421-040B, 23 which shall be submitted to the Engineer no later than the end of the next 24 working day to become a part of the project rdcords. The Contractor may use 25 their own form if it is approved by the Engineer. Include in the diary such items 26 as: N` 27 28 a. When signs and traffic control devices are installed and removed, 29 b. Location and condition of signs and traffic control devices, 30 c. Revisions to the approved traffic control plan (TCP), 31 d. Lighting utilized at night, and 32 e. Observations of traffic conditions. 33 34 3. Ensuring that corrections are made if traffic control devices are not functioning 35 as required. The TCS may make minor revisions to the approved traffic control 36 plan to accommodate site conditions as long as the original intent of the traffic 37 control plan is maintained and the revision has concurrence of the TCM and/or 38 WSDOT TCS. 39 40 4. Attending traffic control coordinating meetings or coordination activities as 41 authorized by the Engineer. 42 43 5. Ensuring that all needed traffic control devices are available and in good 44 working condition prior to the need to install those devices. 45 46 6. Having a current set of approved TCP's and applicable contract provisions as 47 provided by the TCM and the latest adopted edition of the MUTCD including 48 the Modifications to the MUTCD for Streets and Highways for the State of ' 49 Washington and applicable standards and specifications. 50 51 The TCS may perform the work described by "Traffic Control Labor' as long as the 52 duties of the TCS are accomplished. Possession of a current flagging card by the TCS 53 is mandatory. 54 55 A reflective vest and a hard hat shall be worn by the TCS. 56 57 1-10.2(2) Traffic Control Plans 58 This section including title is revised to read: 59 AMENDMENTS 8 nn 1 1-10.2(2) Traffic Control Plans (TCP's) 2 The traffic control plan or plans appearing in the contract plans show a method of 3 handling traffic. All flaggers are to be shown on the traffic control plan except for to 4 emergency situations. The Contractor shall designate and adopt in writing the specific 5 traffic control plan or plans required for their method of performing the work. If the 6 Contractor's methods differ from the contract traffic control plan(s), the Contractor shall 7 propose modification of the traffic control plan(s) by showing the necessary construction 8 signs, flaggers, and other traffic control devices required for the project. The 9 Contractor's modified traffic control plan(s) shall be in accordance with the established 10 standards for plan development as shown in the MUTCD, Part VI. The Contractor's 11 letter designating and adopting the specific traffic control plan(s) or any proposed frrr 12 modified plan(s) shall be submitted to the Engineer for approval at least ten calendar 13 days in advance of the time the signs and other traffic control devices will be required. 14 The Contractor shall be solely responsible for providing copies of the approved Traffic 15 Control Plans to the Traffic Control Supervisor. 16 17 1-10.2(3) Conformance to Established Standards 18 The second sentence in the sixth paragraph (Category 4) is deleted. 19 20 1-10.5 Payment 21 Under"Traffic Control Vehicle", the reference to 1-10.3(1)B is revised to 1-10.2(1)B. 22 r 23 SECTION 1-99, APWA SUPPLEMENT 24 December 2, 2002 25 Section 1-01.3 (APWA Only) page 1-111 "' 26 The third paragraph is revised to read as follows: 27 28 The venue of all causes of action arising from the advertisement, award, execution, and g, 29 performance of the contract shall be in the Superior Court of the County where the 30 Contracting Agency's headquarters is located. 31 32 Section 1-02.1 (APWA Only) Page 112 wr 33 This section is revised to read: 34 35 Bidders shall be qualified by experience, financing, equipment, and organization to do 36 the work called for in the Contract Documents. The Contracting Agency reserves the 4W 37 right to take whatever action it deems necessary to ascertain the ability of the bidder to 38 perform the work satisfactorily. 39 40 SECTION 1-02.9 IS SUPPLEMENTED BY REVISING THE FIRST PARAGRAPH 41 TO READ: 42 43 Each proposal shall be submitted in a sealed envelope, with the Project Name and 44 Project Number as stated in the Advertisement for Bids clearly marked on the outside of 45 the envelope, or as otherwise stated in the Bid Documents. 46 47 Section 1-02.14 (APWA Only) Page 114 48 Item 3 is revised to read: 49 50 3. The bidder, in the opinion of the Contracting Agency, is not qualified for the work or 51 to the full extent of the bid, or to the extent that the bid exceeds the authorized 52 prequalification amount as may have been determined by a prequalification of the 53 bidder; 54 55 Item 10 is deleted 56 57 Section 1-07.18 (APWA Only) Page 1-123 58 Item No. 4 is revised to read: 'W 59 AMENDMENTS 9 1 4. A Pollution Liability policy, required if so stated in the Contract Provisions, providing 2 coverage for claims involving remediation, disposal, or other handling of pollutants 3 arising out of: (1) Contractor's operations related to this project; (2) transportation of 4 hazardous materials to or from any site related to this project, including, but not 5 limited to, the project site and any other site, including those owned by the 6 Contractor or for which the Contractor is responsible; and (3) remediation, 7 abatement, repair, maintenance or other work with lead-based paint or materials 8 containing asbestos. 9 10 Such Pollution Liability policy shall provide the following minimum coverage for 11 Bodily Injury and Property Damage: 12 13 $1,000,000 per occurrence 14 15 Section 1-07.18 (APWA Only) Page 1-124j 16 The third paragraph under "Evidence of Insurance" is revised to read: 17 18 A copy of the endorsement naming Contracting Agency and any other entities required 19 by the Contract Provisions as Additional Insured(s), and stating that coverage is primary 20 and non-contributory, showing the policy number, and signed by an authorized 21 representative of the insurance company on Form CG2010 (ISO) or equivalent. 22 23 Section 1-10.5 (APWA Only) Page 1-130 24 This section is deleted 25 26 SECTION 2-03, ROADWAY EXCAVATION AND EMBANKMENT 27 December 2, 2002 28 2-03.3(14)D Compaction and Moisture Control Tests 29 The second paragraph is revised to read: 30 31 In place density will be determined using Test Methods WSDOT FOP for AASHTO T 32 310 and WSDOT SOP for T 615. 33 34 2-03.5 Payment 35 Under the bid item "Sand Drainage Blanket", per ton the statement "Cornpaction will be paid 36 for by the item "Embankment Compaction", is deleted. 37 38 Under the bid item "Gravel Borrow Incl. Haul", per ton or per cubic yard, the statement 39 "Compaction will be paid for by the item "Embankment Compaction", is deleted. 40 41 The statement "Unless otherwise provided, the work described in Section 2-03.3(14), 42 Embankment Construction, shall be incidential to other pay items involved." is moved above 43 the bid item "Select Borrow Incl. Haul", per ton or per cubic yard. 44 45 SECTION 5-04, ASPHALT CONCRETE PAVEMENT 46 December 2, 2002 47 5-04.2 Materials 48 The reference to "Recycling Agent 9-02.1(5)" is deleted. 49 50 5-04.3(5)C Crack Sealing 51 Under item 1 "Sand Slurry", the first sentence is revised to read: 52 53 The sand slurry shall consist of approximately 20 percent CSS-1 emulsified asphalt, 54 approximately 2 percent portland cement, water (if required), and the remainder clean 55 U.S. No. 4-0 paving sand. 56 57 5-04.3(8)A Acceptance Sampling and Testing 58 Under "D", the reference to "AASHTO T 30" is revised to AASHTO T 27111. .z AMENDMENTS 10 it 1 2 5-04.3(19) Sealing of Driving Surfaces 3 This section including title is revised to read: 4 5 5-04.3(19) Sealing of Pavement Surfaces 6 Where shown in the Plans, the Contractor shall apply a fog seal. Before application of 7 the fog seal all surfaces shall be thoroughly cleaned of dust, soil, pavement grindings, 8 and other foreign matter. The fog seal shall be CSS-1 or CSS-1 h uniformly applied to 9 the pavement free of streaks and bare spots at the rate 0.03 to 0.05 residual gallons per 10 square yard. The emulsified asphalt shall be diluted at a rate of one part water to one 11 part emulsified asphalt unless otherwise directed by the Engineer. The emulsified >�rr 12 asphalt shall be applied within the temperature range specified in Section 5-02.3(3). 13 14 5-04.3(21) Paving Asphalt Revision 15 The third sentence in the first paragraph is revised to read: 16 17 A new contract item, Paving Asphalt Revision, will be established for material varying 18 from the asphalt content shown in the Special Provisions by more than plus or minus 19 0.3 percent. 20 21 5-04.4 Measurement 22 The following paragraph is added after the third paragraph: 23 24 Asphalt for fog seal will be measured by the ton, before dilution, in accordance with 25 Section 1-09. 26 27 The fourth paragraph is deleted. 28 29 5-04.5 Payment 30 The following paragraph is added after the sixth paragraph: 31 32 Asphalt for Fog Seal", per ton. 33 The unit contract price per ton for "Asphalt for Fog Seal" shall be full pay for all costs of rr. 34 material, labor, tools, and equipment necessary for the application of the fog seal as 35 specified. 36 37 The following is inserted after the tenth paragraph: 38 39 All costs for asphalt for tack coat shall be included in the unit contract price per ton of 40 the asphalt concrete pavement. 41 42 SECTION 5-05, CEMENT CONCRETE PAVEMENT 43 April 7, 2003 44 5-05.3(1) Concrete Mix Design for Paving 45 Number 2 in this section is revised to read: 46 47 2. Submittals. The Contractor's submittal shall include the mix proportions per cubic + � 48 yard and the proposed sources for all ingredients including the power plant that 49 generated the fly ash. The mix shall be capable of providing a minimum flexural 50 strength of 650 psi at 14 days. Evaluation of strength shall be based on statistically 51 analyzed results of 5 beam specimens made according to WSDOT T 808 and 52 tested according to WSDOT T 802 that demonstrate a quality level of not less than 53 80 percent analyzed in accordance with Section 1-06.2(2)D. In addition the 54 Contractor shall fabricate, cure, and test 5 sets of cylinders, for evaluation of both +rr 55 14 and 28 day strengths, according to WSDOT FOP's for AASHTO T 22 and 56 AASHTO T 23 using the same mix design as used in fabrication of the beams. 57 Compressive strength data (for both 14 and 28 day strength) shall be submitted to 58 the engineer for use in determination of a conversion factor of flexural strength to AMENDMENTS 11 1 compressive strength, which will be used by the Engineer for strength acceptance 2 testing. 3 4 Mix designs submitted by the Contractor shall provide a unique identification for 5 each proposal and shall include test data confirming that concrete made in 6 accordance with the proposed design will meet the requirements of these 7 Specifications. Test data shall be from an independent testing lab or from a 8 commercial concrete producer's lab. If the test data is developed at a producer's 9 lab, the Engineer or a representative may witness all testing. 10 11 The second paragraph under number 3 in this section is supplemented with the following: ) 12 13 Only non-chloride accelerating admixtures that meet the requirements of Section 9-23.6 14 Admixture for Concrete, shall be used. 15 16 5-05.3(4)A Acceptance of Portland Cement Concrete Pavement 17 In the third sentence of the tenth paragraph, the reference to 1000 psi'' is revised to '1200 18 psi": 19 20 5-05.3(10) Tie Bars and Dowel Bars 21 In the seventh paragraph, the first sentence is deleted and replaced by the following: 22 46 23 When new cement concrete pavement is to be placed against existing cement concrete 24 pavement, epoxy-coated tie bars shall be drilled and set into the existing pavement with 25 an epoxy bonding agent in accordance with the Standard Plan and specified tolerances 26 for placement of the tie bars. The epoxy bonding agent shall meet the requirements of 27 Section 9-26.1 for Type I epoxy. 28 29 5-05.3(18) Cement Concrete Approach 30 This section including title is revised to read: 31 32 5-05.3(18) Vacant 33 34 5-05.3(19) Reinforced Concrete Bridge Approach Slabs 35 The fifth paragraph is revised to read: 36 37 Reinforced concrete bridge approach slab anchors shall be installed as detailed in the 38 Plans. The anchor rods, couplers, and nuts shall conform to Section 9-06.5(1). The 39 steel plates shall conform to ASTM A 36. All metal parts shall receive one coat of 40 formula A-11-99 paint. The pipe shall be any non-perforated PE or PVC pipe of the 41 diameter specified in the Plans. Polystyrene shall conform to Section 9-04.6. The 42 anchors shall be installed parallel both to profile grade and center line of roadway. The 43 Contractor shall secure the anchors to ensure that they will not be misaligned during 44 concrete placement. For Method B anchor installations, the epoxy resin used to install 45 the anchors shall conform to Section 9-26.1. 46 47 5-05.3(22) Repair of Defective Pavement Slabs 48 In the third paragraph, the eighth and ninth sentences are deleted and replaced by the 49 following: 50 51 Where required, an epoxy bonding agent shall be applied to the dry, cleaned surface of 52 the cavity in a thin even coat, using a stiff-bristle brush. Placement of Portland cement 53 concrete or epoxy concrete or mortar shall immediately follow the application of the 54 epoxy bonding agent. The epoxy bonding agent shall meet the requirements of Section I 55 9-26.1(1) for Type 11 epoxy (Portland cement concrete placement) or Type III epoxy 56 (epoxy concrete or mortar placement). Epoxy concrete or mortar shall meet the 57 requirements of Section 9-26.3(1)A. Low areas which grinding cannot feasibly remedy, 58 shall be sandblasted, filled with epoxy bonded mortar, and textured by grinding. The 59 epoxy bonding agent shall meet the requirements of Section 9-26.1(1)B for Type II 60 epoxy. AMENDMENTS 12 1 2 5-05.4 Measurement 3 The statement "Cement concrete approach will be measured by the square yard", is deleted. 4 5 5-05.5 Payment 6 The bid item "Cement Conc. Approach Day, per square yard", is deleted. 7 8 SECTION 6-02, CONCRETE STRUCTURES 9 April 7, 2003 10 6-02.3(2)A Contractor Mix Design 11 The last sentence of the first paragraph is revised to read: 12 13 All other concrete mix designs except those for lean concrete and commercial concrete 14 shall have a minimum cementitious material content of 564 pounds per cubic yard of 15 concrete. 16 17 6-02.3(2)6 Commercial Concrete 18 This section is revised to read as follows: 19 20 Commercial concrete shall have a minimum compressive strength at 28 days of 3000 21 psi in accordance with AASHTO T 22. Commercial concrete placed above the finished +�+ 22 ground line shall be air entrained and have an air content from 4.5 percent to 7.5 23 percent per AASHTO T 152. Commercial concrete does not require plant approval, mix 24 design, or source approvals for cement, aggregate, and other admixtures. 25 26 Where concrete Class 3000 is specified for nonstructural items such as, culvert 27 headwalls, plugging culverts, concrete pipe collars, pipe anchors, monument cases, 28 luminaire bases, pedestals, cabinet bases, guardrail anchors, sign post foundations, 29 fence post footings, sidewalks, curbs, and gutters, the Contractor may use commercial 30 concrete. If commercial concrete is used for sidewalks, curbs, and gutters, it shall have 31 a minimum cementitious material content of 564 pounds per cubic yard of concrete and 32 shall be air entrained. Commercial concrete shall not be used for structural items such r 33 as, bridges, retaining walls, box culverts, or foundations for high mast luminaires, mast 34 arm traffic signals, cantilever signs, and sign bridges. The Engineer may approve other 35 nonstructural items not listed for use as commercial concrete. 36 37 6-02.3(4)A Qualification of Concrete Suppliers 38 In the seventh paragraph the reference to 70 revolutions" is revised to "30 revolutions". 39 Aw 40 6-02.3(4)C Consistency 41 The first paragraph is supplemented with the following: 42 43 4. 9 inches for shafts when using Class 4000P, provided the water cement ratio does 44 not exceed 0.44 and a water reducer is used meeting the requirements of 9-23.6. 45 46 5. 5.5 inches for all concrete placed in curbs, gutters, and sidewalks. 47 48 The second paragraph is revised to read: 49 50 When a high range water reducer is used, the maximum slump listed in 1 , 2, 3, and 5 51 above, may be increased an additional 2 inches. 52 53 6-02.3(5)A General 54 In the fourth paragraph, in 2., revise "proceeding" to "preceding". rr 55 56 6-02.3(6)A Weather and Temperature Limits to Protect Concrete 57 The section "Cold Weather Protection" is revised to read: 58 AMENDMENTS 13 1 The Contractor shall provide a written procedure for cold weather concreting to the 2 Engineer for review and approval. The procedure shall detail how the Contractor will 3 prevent the concrete temperature from falling below 50° F. Permission given by the 4 Engineer to place concrete during cold weather will in no way ensure acceptance of the 5 work by the Contracting Agency. Should the concrete placed under such conditions 6 prove unsatisfactory in any way, the Engineer shall still have the right to reject the work 7 although the plan and the work were carried out with his permission. 8 9 The Contractor shall provide and maintain a recording thermometer on the concrete 10 surface at a location specified by the Engineer. During freezing or near-freezing 11 weather, data from this thermometer shall be readily available to the Engineer. 12 13 The Contractor shall not mix nor place concrete while the air temperature is below 35° F, 14 unless the water or aggregates (or both) are heated to at least 70° F. The aggregate 15 shall not exceed 150° F. If the water is heated to more than 150° F, it shall be mixed with + 16 the aggregates before the cement is added. Any equipment and methods shall heat the 17 materials evenly. 18 19 The contractor may warm stockpiled aggregates with dry heat or steam, but not by 20 applying flame directly or under sheet metal. If the aggregates are in bins, steam or 21 water coils or other heating methods may be used if aggregate quality is not affected. 22 Live steam heating is not permitted on or through aggregates in bins. If using dry heat, 23 the Contractor shall increase mixing time enough to permit the super-dry aggregates to 24 absorb moisture. 25 26 Any concrete placed in air temperatures below 35° F shall be immediately enclosed. Air + 27 temperature within the enclosure shall be maintained such that the concrete surface 28 temperature stays between 50° F and 90° F, and the relative humidity shall be above 29 80 percent. These conditions shall be maintained for a minimum of seven days or for 30 the cure period required by Section 6-02.3(11), whichever is longer. If artificial heat is ' 31 used to maintain the temperature inside the enclosure, moisture shall be added to the 32 enclosure to maintain the humidity as stated above. The Contractor shall stop adding 33 moisture 24 hours before removing the heat. Extra protection shall be provided for 34 areas especially vulnerable to freezing (such as exposed top surfaces, corners and 35 edges, thin sections, and concrete placed into steel forms). 36 37 If weather forecasts predict air temperatures below 35° F during the seven days just 38 after the concrete placement, the Contractor may place the concrete only if his 39 approved cold weather concreting plan is implemented. s 40 41 In addition, if air temperatures fall below 35°F within 7 days after placement of concrete, 42 the Contractor shall implement his approved cold weather concreting plan. 43 44 6-02.3(14)6 Class 2 Surface Finish 45 The first sentence of the first paragraph is revised to read: 46 47 The Contractor shall apply a Class 2 finish to all above-ground surfaces not receiving a 48 Class 1 finish as specified above unless otherwise indicated in the Contract. 49 50 6-02.3(17)D Falsework Support Systems: Piling, Temporary Concrete 51 Footings, Timber Mudsiils, Manufactured Shoring Towers, Caps, and Posts 52 Under Temporary Concrete Footings and Timber Mudsills, Number 1, Granular Soil, the 53 first sentence is revised to read: 54 55 The Contractor shall conduct on-site tests according to AASHTO T 235. 56 57 6-02.3(17)J Face Lumber, Studs, Wales, and Metal Forms 58 On page 6-60, the paragraph beginning with ''All corners shall be beveled... etc." is revised s< 59 to read: 60 AMENDMENTS 14 1 All corners shall be beveled 3/4 inch. However, footings, footing pedestals, and seals 2 need not be beveled unless required in the Plans. 3 4 6-02.3(24)C Placing and Fastening 5 In the second paragraph, the following is inserted after the third sentence: 6 7 All epoxy-coated bars in the top mat of the roadway slab shall be tied at all 4W 8 intersections. Other epoxy-coated bars shall also be tied at all intersections, but shall 9 be tied at alternate intersections when spacing is less than 1 foot in each direction. 10 11 6-02.3(24)H Epoxy-Coated Steel Reinforcing Bar Wo 12 In the (fifth paragraph, the second and third sentences are deleted and replaced by the 13 following: 14 15 All bars shall be placed and fastened as specified in Section 6-02.3(24)C. 16 17 6-02.3(25)E Contractors Control Strength 18 In the tenth paragraph, the first sentence is deleted and replaced by the following: 19 20 The Contractor shall coat cored holes with an epoxy bonding agent and patch the holes 21 using the same type concrete as that in the girder, or a mix approved during the annual 22 plant review and approval. The epoxy bonding agent shall meet the requirements of rr. 23 Section 9-26.1 for Type II, Grade 2 epoxy. 24 25 6-02.3(26)E Ducts 26 The first paragraph under "Ducts for External Exposed Installation" is revised to read: VW 27 28 Duct shall be high-density polyethylene (HDPE) conforming to ASTM D 3350. The cell 29 classification for each property listed in Table 1 shall be as follows: 30 31 Property Cell Classification 32 1 3 or 4 33 2 2, 3, or 4 rrr 34 3 4 or 5 35 4 4 or 5 36 5 2 or 3 37 6 2, 3, or 4 38 39 The color code shall be C. 40 41 6-02.3(26)H Grouting 42 The sixth paragraph is revised to read: 43 44 The Contractor shall proportion the mix to produce a grout with a flow of 11 to 20 45 seconds as determined by ASTM C 939, Flow of Grout for Preplaced Aggregate 46 Concrete (Flow Cone Method). The grout ejected from the end vent shall have a 47 minimum flow of 11 seconds. 48 'W 49 6-02.3(28) Precast Concrete Panels 50 This section is revised to read: 51 52 The Contractor shall perform quality control inspection. The manufacturing plant for 53 precast concrete units shall be certified by the Precast/Prestressed Concrete Institute's 54 Plant Certification Program for the type of precast member to be produced, or the 55 National Precast Concrete Association's Plant Certification Program or be an r. 56 International Congress Building Officals Evaluation Services recognized fabricator of 57 structural precast concrete products, and shall be approved by WSDOT as a Certified 58 Precast Concrete Fabricator prior to the start of production. WSDOT Certification will be 59 granted at, and renewed during, the annual precast plant review and approval process. 60 Products that shall conform to this requirement include noise barrier panels, wall panels, AMENDMENTS is 'yn n bridge 1 floor and roof panels, marine pier deck panels, retaining walls, pier caps, and b dge 2 deck panels. Precast concrete units that are prestressed shall meet all the 3 requirements of Section 6-02.3(25). ° 4 5 The Contracting Agency intends to perform Quality Assurance Inspection. By its 6 inspection, the Contracting Agency intends only to facilitate the work and verify the 7 quality of that work. This inspection shall not relieve the Contractor of any responsibility 8 for identifying and replacing defective material and workmanship. 9 10 Prior to the start of production of the precast concrete units, the Contractor shall advise 11 the Engineer of the production schedule. The Contractor shall give the Inspector safe 12 and free access to the work. If the Inspector observes any nonspecification work or 13 unacceptable quality control practices, the Inspector will advise the plant manager. If the 14 corrective action is not acceptable to the Engineer, the unit(s) will be rejected. 15 +4 16 6-02.3(28)B Casting 17 The following new paragraph is inserted after the first paragraph: 18 `f 19 Concrete shall meet the requirements of Section 6-02.3(25)B for annual pre-approval of 20 the concrete mix design, and slump. 21 22 6-02.3(28)H Shipping 23 This section is revised to read: 24 25 Precast units shall not be shipped until the concrete has reached the specified design 26 strength, and the Engineer has reviewed the fabrication documentation for contract 1111110 27 compliance and stamped the precast concrete units " Approved for Shipment.". The 28 units shall be supported in such a manner that they will not be damaged by anticipated 29 impact on their dead load. Sufficient padding material shall be provided between tie 30 chains and cables to prevent chipping or spalling of the concrete. 31 32 SECTION 6-03, STEEL STRUCTURES 33 April 7, 2003 ; 34 6-03.3(21)C Web Splices and Fillers 35 The second sentence is revised to read: 36 37 In lieu of the steel material specified in the Plans or Special Provisions, the Contractor 38 may substitute either ASTM A 1008 or ASTM A 1011 steel for all filler plates less than 39 1/4 inch thickness, provided that the grade of filler plate steel meets or exceeds that of 40 the splice plates. 41 42 6-03.3(25) Welding and Repair Welding X 43 The first paragraph is revised to read: 44 45 Welding and repair welding of all steel bridges shall comply with the AASHTO/AWS 46 D1 .51VI/D1.5:2002 Bridge Welding Code. Welding and repair welding for all other steel 47 fabrication shall comply with the AWS D1.1/D1.1M, latest edition, Structural Welding 48 Code. The requirements described in the remainder of this section shall prevail 49 whenever they differ from either of the above welding codes.. t 50 51 6-03.3(25)A Welding Inspection 52 The first paragraph is revised to read: 53 54 The Contractor's inspection procedures, techniques, methods, acceptance criteria, and 55 inspector qualifications for welding of steel bridges shall be in accordance with the 56 AASHTO/AWS D1.51Vl/D1.5:2002 Bridge Welding Code. The Contractor's inspection 57 procedures, techniques, methods, acceptance criteria, and inspector qualifications for 58 welding of steel structures other than steel bridges shall be in accordance with AWS 59 D1.1/1DII A M, latest edition, Structural Welding Code. The requirements described in the AMENDMENTS 16 1 remainder of this section shall prevail whenever they differ from either of the above 2 welding codes. 3 4 Under "Radiographic Inspection", the last sentence is revised to read: 5 6 In addition, edge blocks conforming to the requirements of AASHTO/AWS 7 D1 .51VI/D1.5:2002 Bridge Welding Code Section 6.10.14 shall be used for radiographic VW 8 inspection. 9 10 Under "Ultrasonic Inspection", the last sentence is revises to read: 11 of 12 The testing procedure and acceptance criteria for tubular members shall conform to the 13 requirements of the AWS D1 .1/D1.1 M latest edition, Structural Welding Code. 14 15 SECTION 6-05, PILING to 16 December 2, 2002 17 6-05.3(9)A Pile Driving Equipment Approval 18 The fourth sentence in the second paragraph is revised to read: 19 20 The wave equation analysis shall verify that the pile driving system proposed does not 21 produce stresses greater than 50,000 psi or 90 percent of the yield stress whichever is 22 less, for steel piles, or steel casings for cast-in-place concrete piles. 23 24 6-05.5 Payment 25 This section is revised to read: 26 27 Payment will be made in accordance with Section 1-04.1, for each of the following bid 28 items that are included in the proposal: 29 30 "Furnishing and Driving (type) Test Pile", per each. 31 The unit contract price per each for "Furnishing and Driving (type) Test Pile" shall 32 be full pay for furnishing and driving test piles to the ultimate bearing capacity or 33 penetration required by the Engineer, furnishing and installing a pile tip when pile 34 tips are specified for the permanent piles, preboring when preboring is specified for 35 the permanent piles, for pulling the piles or cutting them off as required, and for 36 removing them from the site or for delivery to the Contracting Agency for salvage 4r 37 when ordered by the Engineer. This price shall also include all costs in connection 38 with moving all pile driving equipment or other necessary equipment to the site of 39 the work and for removing all such equipment from the site after the piles have 40 been driven. If, after the test piles have been driven, it is found necessary to 41 eliminate the piling from all or any part of the structure, no additional pay will be 42 allowed for moving the pile driving equipment to and from the site of the work. 43 44 "Driving Timber Pile (untreated or name treatment)", per each. 45 The unit contract price per each for "Driving Timber (type) Pile" shall include any 46 metal shoes which the Contractor has determined to be beneficial to the pile 47 driving. rr. 48 49 "Driving Conc. Pile (size)", per each. 50 "Driving St. Pile", per each. 51 The unit contract price per each for "Driving (type) Pile ( )" shall be full pay for 52 driving the pile to the ultimate bearing and/or penetration specified. When 53 overdriving piles beyond the ultimate bearing capacity and minimum tip elevation 54 specified in the Contract is required by the Engineer, payment for the first 3 feet of 55 overdriving will be included in the unit contract price for "Driving (type) Pile". 56 Additional penetration beyond the first 3 feet of overdriving will be paid for on the 57 basis of force account work as covered in Section 1-09.6. 58 ow 59 "Furnishing Timber Piling (untreated or name treatment)", per linear foot. r.. AMENDMENTS 17 w 1 "Furnishing Conc. Piling (size)", per linear foot. 2 "Furnishing St. Piling", per linear foot. 3 The unit contract price per linear foot for "Furnishing (type) Piling shall be 4 full pay for furnishing the piling specified. Such price shall also be full pay, when VIP 5 measurement includes, for piling length ordered but not driven. 6 7 "Precast Concrete Pile Buildup", by force account. 8 Build-ups of precast or precast-prestressed concrete piles will be paid in 9 accordancewith Section 1-09.6. No payment will be made for build-ups or additional 10 lengths of build-up made necessary because of damage to the piling during driving. 11 The length of splice for precast concrete piles includes the length cut off to expose 12 reinforcing steel for the splice. The length of splice for precast-prestressed piles 13 includes the length in which holes are drilled and reinforcing bars are grouted. 14 15 For the purpose of providing a common proposal for all bidders, the Contracting 46 16 Agency entered an amount for "Precast Concrete Pile Buildup" in the proposal to 17 become part of the total bid by the Contractor. 18 19 "Furnishing Steel Pile Tip or Shoe (size)", per each. 20 21 SECTION 6-07, PAINTING 22 April 7, 2003 23 6-07.3(1) Painting New Steel Structures 24 Method B for "Primer Coat" is revised to read: 25 26 Inorganic zinc or A-11-99 shop applied 27 28 6-07.3(1)A Preparation for Shop Coating 29 The first and second paragraphs are revised to read: 30 31 A roughened surface profile shall be provided by an abrasive blasting procedure as 'i 32 approved by the Engineer. The profile shall be one mil minimurn or per the paint 33 manufacturer's recommendation, whichever is greater. The steel surfaces shall be 34 cleaned to a near white condition as per SSPC-SP10. 35 36 After being thoroughly cleaned by abrasive blasting as specified above, all structural , 37 steel shall be primed within the same working day on which abrasive blasting takes 38 place, and before any rust forms, by spraying with a full coat of inorganic zinc silicate . 39 paint. The Contractor shall not begin painting until receiving the Engineer's approval of 40 the prepared surface. High strength field bolts need not be painted before erection. 41 42 6-07.3(2)A Bridge Cleaning 43 Under "Pressure Flushing", in the second paragraph; the "Apparent opening size (ASTM 44 D4751)" is revised from #40 US Sieve to #70 US Sieve. The "Permittivity (ASTM D4491)" is 45 revised from 0.7 sec -1 or better to 1.0 sec -1 or better. 46 47 6-07.3(2)C Testing and Disposal of Containment Waste 48 The first paragraph is revised to read: 49 50 Containment waste is defined as all paint chips and debris removed from the steel 51 surface, and all abrasive blast media, as contained by the containment system. After all 40 52 waste from the containment structures has been collected, the Contractor shall have a 53 minimum of three samples of the wastes tested by an accredited analytical laboratory. 1 54 Each sample shall be taken from a different storage container unless directed otherwise 55 by the Engineer. 56 57 6-07.3(4) Painting Galvanized Surfaces 58 This section is revised to read: 59 AMENDMENTS 18 t1r 1 All galvanized surfaces specified to be painted shall be prepared for painting in 2 accordance with the ASTM D 2092. The method of preparation shall be as agreed upon 3 by the paint manufacturer and the galvanizer. The Contractor shall not begin painting 4 until receiving the Engineer's approval of the prepared galvanized surface. rrrr 5 6 Environmental Conditions 7 Steel surfaces shall be: 8 ' 9 0 Greater than 35°F and 10 0 Less than 115°F 11 12 or per the manufacturer's recommendations, whichever is more stringent. 13 14 The Contractor shall paint the dry surface as follows: 15 r 16 Paint Formulas Type 17 First Coat MIL-P-24441 Epoxy polyamide 18 Second Coat C-11-99 Moisture Cured Aliphatic 19 Polyurethane 20 21 Each coat shall be dry before the next coat is applied. All coats applied in the shop shall 22 be dried hard before shipment. ;O► 23 24 6-07.5 Payment 25 This section is revised to read: 26 rwr 27 Payment will be made in accordance with Section 1-04.1, for each of the following bid 28 items that are included in the proposal: 29 30 "Cleaning and Painting - lump sum. 31 The lump sum contract price for "Cleaning and Painting - " shall be full pay 32 for all cost in connection with furnishing and placing all necessary staging and 33 rigging, providing material, labor, tools, and equipment, collection and storage of rr 34 containment waste, collection, storage, testing, and disposal of all containment 35 waste not conforming to the definition in Section 6-07.3(2)C, performing all cleaning 36 and preparation of surfaces to be painted and applying all coats of paint and 37 sealant. 38 39 "Containment of Abrasives", lump sum. 40 The lump sum contract price for "Containment of Abrasives" shall be full payment 41 for all costs incurred by the Contractor in complying with the requirements as w 42 specified in Section 6-07.3(2)B to design, construct, maintain, and remove 43 containment systems for abrasive blasting operations. 44 45 "Testing and Disposal of Containment Waste", by force account as provided in 46 Section 1-09.6. 47 48 All costs in connection with testing containment waste, transporting containment 49 waste for disposal, and disposing of containment waste in accordance with Section 50 6-07.3(2)C will be paid by force account in accordance with Section 1-09.6. For the 51 purpose of providing a common proposal for all bidders the Contracting Agency has 52 entered an amount for the item "Testing and Disposal of Containment Waste" in the r 53 bid proposal to become part of the total bid by the Contractor. 54 55 Payment for painting new steel structures and timber structures will be in 56 accordance with Sections 6-03.5 and 6-04.5, respectively. " 57 rr AMENDMENTS 19 +err 1 SECTION 6-09, VACANT 2 December 2, 2002 3 This section including title is revised to read: ' 4 5 6-09 MODIFIED CONCRETE OVERLAYS 6 6-09.1 Description 7 This work shall consist of scarifying concrete bridge decks, preparing and repairing 8 bridge deck surfaces designated and marked for further deck preparation, and placing, 9 finishing, and curing modified concrete overlays. vi 10 11 6-09.2 Materials 12 Materials shall meet the requirements of the following Sections: 13 14 Portland Cement 9-01.2(1) 15 Fine Aggregate 9-03.1(2)B 16 Coarse Aggregate 9-03.1(4)C 17 Burlap Cloth 9-23.5 18 Admixtures 9-23.6 19 Fly Ash 9-23.9 20 Water 9-25.1 21 22 Portland cement shall be either Type I or Type Il. Type III portland cement will not be 23 allowed. 24 25 Fine aggregate shall be Class 1. Coarse aggregate shall be AASHTO grading No. 7 or 26 No. 8. 27 28 Fly ash shall be Class F only. 29 30 Microsilica admixture shall conform to AASHTO M 307, and shall be either a dry powder 31 or a slurry admixture. Microsilica will be accepted based on submittal to the Engineer of 44 32 a Manufacturer's Certificate of Compliance conforming to Section 1-06.3. If the 33 microsilica is a slurry admixture, the microsilica content of the slurry shall be certified as 34 a percent by mass. ta 35 36 Latex admixture shall be a non-toxic, film-forming, polymeric emulsion in water to which 37 all stabilizers have been added at the point of manufacture. The latex admixture shall 1 38 be homogeneous and uniform in composition, and shall conform to the following: 39 40 Polymer Type Styrene Butadiene 41 Stabilizers: 42 Latex Non-ionic surfactants 43 Portland Cement Polydimethyl siloxane 44 Percent Solids 46.0 to 49.0 45 Weight per Gallon 8.4 pounds at 77F 46 Color White 47 PH (as shipped) 9 minimum 48 Freeze/Thaw Stability 5 cycles (5F to 77F) 49 Shelf Life 2 years minimum 50 51 Latex admixture will be accepted based on submittal to the Engineer of a 52 Manufacturer's Certificate of Compliance conforming to Section 1-06.3. 53 54 High Molecular Weight Methacrylate (HMWM) resin for crack and joint sealing shall 55 conform to the following: 56 57 Viscosity <25 cps (Brookfield RVT with UL adaptor, 50 rpm at 58 77F)... California Test 434 AMENDMENTS 20 it 1 Density 8.5 to 8.8 pounds per gallon at 77F... ASTM D 2849 2 Flash Point >200F, PMCC (Pinsky-Martens CC) 3 Vapor Pressure <0.04 inches Hg at 77F, ASTM D 323 4 Tg (DSC) >136F, ASTM D 3418 to 5 Gel Time 60 minutes minimum 6 7 The promoter/initiator system for the methacrylate resin shall consist of a metal drier ,raw 8 and peroxide. 9 10 Sand for abrasive finish shall be crushed sand, oven dried, and stored in moisture proof 11 bags. The sand shall conform to the following gradation: to 12 13 Sieve Size Percent Passing 14 Minimum Maximum 15 U.S. No. 10 98 100 'W 16 U.S. No. 16 55 75 17 U.S. No. 20 30 50 18 U.S. No. 30 8 25 IW 19 U.S. No. 50 0 - 5 20 U.S. No. 100 0 3 21 All percentages are by weight. 22 23 6-09.3 Construction Requirements 24 25 6-09.3(1) Equipment 26 to 27 6-09.3(1)A Power Driven Hand Tools 28 Power driven hand tools may be used for concrete scarification in areas not accessible 29 to scarification machines, and for further deck preparation work, except for the following: 30 aw 31 1 . Jack hammers more forceful than the nominal 30-pound class. 32 33 2. Chipping hammers more forceful than the nominal 15-pound class. 34 35 The power driven hand tools shall be operated at angles less than 45 degrees as 36 measured from the surface of the deck to the tool. 37 rrr 38 6-09.3(1)B Rotary Milling Machines 39 Rotary milling machines shall be capable of scarifying a minimum width of four feet per 40 pass, have a maximum operating weight of 50,000 pounds, and conform to 41 requirements in Section 1-07.7. 42 43 Machines known to meet these specifications will be specified in the Special Provisions. 44 45 6-09.3(1)C Hydro-Demolition Machines 46 Hydro-demolition machines shall consist of filtering and pumping units operating in 47 conjunction with a remote-controlled robotic device. Hydro-demolition machines shall 48 scarify a minimum width of four feet per pass, using high velocity water jets to remove ,. 49 1/2 inch of sound concrete with the simultaneous removal of all deteriorated concrete. 50 Hydro-demolition machines shall also clean any exposed reinforcing steel of all rust and 51 corrosion products. 52 53 Possible sources of machines known to meet these specifications will be specified in 54 the Special Provisions. 55 56 6-09.3(1)D Shot Blasting Machines 57 Shot blasting machines shall consist of a self contained mobile unit capable of scarifying 58 a minimum width of six feet per pass, using steel abrasive to remove 112 inch of sound 59 concrete. The shot blasting machine shall vacuum and store all material removed from w 60 the scarified concrete surface into a self contained unit. �r AMENDMENTS 21 OW 1 2 Possible sources of machines known to meet these specifications will be specified in 3 the Special Provisions. 4 5 6-09.3(1)E Air Compressor 6 Air compressors shall be equipped with oil traps to eliminate oil from being blown onto t 7 the roadway deck during sandblasting and air-cleaning. 8 9 6-09.3(1)F Vacuum Machine 10 Vacuum machines shall be capable of collecting all dust, concrete chips, free standing 11 water and other debris encountered while cleaning during deck preparation. The , 12 machines shall be equipped with collection systems that allow the machines to be 13 operated in air pollution sensitive areas and shall be equipped to not contaminate the 14 deck during final preparation for concrete placement. 15 46 16 6-09.3(1)G Water Spraying System 17 The water spraying system shall include a portable high pressure sprayer with a 18 separate water supply of potable water. The sprayer shall be readily available to all 19 parts of the deck being overlaid and shall be able to discharge water in a fine mist to 20 prevent accumulation of free water on the deck. Sufficient water shall be available to 21 thoroughly soak the deck being overlaid and to keep the deck wet prior to concrete 22 placement. 44 23 24 The Contractor shall certify that the water spraying system meets the following 25 requirements: 26 27 Pressure 2,200 psi minimum 28 Flow Rate 4.5 gpm minimum 29 Fan Tip 150 to 250 Range 30 31 6-09.3(1)H Mobile Mixer for Latex Modified Concrete 32 Proportioning and mixing shall be accomplished in self-contained, self-propelled, 33 continuous-mixing units conforming to the following requirements: 34 35 1. The mixer shall be equipped so that it can be grounded. 36 t 37 2. The mixer shall be equipped to provide positive measurement of the portland 38 cement being introduced into the mix. An approved recording meter, visible at 39 all times and equipped with a ticket print-out, shall be used. 40 41 3. The mixer shall be equipped to provide positive control of the flow of water and 42 latex admixture into the mixing chamber. Water flow shall be indicated by an 43 approved flow meter with a minimum readability of one-half gallon per minute, 44 accurate to ± 1 percent. The water system shall have a bypass valve capable 45 of completely diverting the flow of water. Latex flow shall also be indicated by 46 an approved flow meter with a minimum readability of two gallons per minute, 47 accurate to ± 1 percent. The latex system shall be equipped with a bypass 48 valve suitable for obtaining a calibrated sample of admixture. iii 49 50 4. The mixer shall be equipped to be calibrated to automatically proportion and 51 blend all components of the specified mix on a continuous or intermittent basis 52 as required by the finishing operation, and shall discharge mixed material 40 53 through a conventional chute directly in front of the finishing machine. 54 55 Inspection of each mobile mixer shall be done by the Contractor in the presence of the 56 Engineer and in accordance with the following requirements: 57 58 1 . Check the manufacturer's inspection plate or mix setting chart for the serial 59 number, the proper operating revolutions per minute (rpm), and the AMENDMENTS 22 .. 1 approximate number of counts on the cement meter to deliver 94 pounds of 2 cement. 3 4 2. Make a general inspection of the mobile mixer to ensure cleanliness and good 5 maintenance practices. 6 7 3. Check to see that the aggregate bins are empty and clean and that the bin 8 vibrators work. 9 10 4. Verify that the cement aeration system operates, that the vent is open, and that 11 the mixer is equipped with a grounding strap. Check the cement meter feeder 12 to ensure that all fins and pockets are clean and free from accumulated 13 cement. If the operator cannot demonstrate, through visual inspection, that the 14 cement meter feeder is clean, all cement shall be removed from the bin and 15 the cement meter feeder inspected. The aeration system shall be equipped 16 with a gauge or indicator to verify that the system is operating. 17 18 5. Verify that the main belt is clean and free of any accumulated material. w 19 20 6. Check the latex strainer to ensure cleanliness. 21 22 The initial calibration shall consist of the following items: �,. 23 24 1. Cement Meter 25 a. Refer to the truck manufacturer's mix setting chart to determine the 26 specified operating rpm and the approximate number of counts required 27 on the cement meter to deliver 94 pounds of cement. 28 29 b. Place at least 40 bags (about 4,000 pounds) of cement in the cement bin. 30 31 c. Be sure the mixer is resting on a level surface. 32 33 d. Be sure the mixer is grounded. 34 35 e. Adjust the engine throttle to obtain the specified rpm. Operate the unit, 36 discharging cement until the belt has made one complete revolution. Stop 37 the belt. Reset the cement meter to zero. Position a suitable container to + 38 catch the cement and discharge approximately one bag of cement. With a 39 stop watch, measure the time required to discharge the cement. Record 40 the number of counts on the cement meter and determine the weight of 41 the cement in the container. Repeat the process of discharging 42 approximately one bag of cement until six runs have been made. Reset 43 the cement meter to zero for each run. 44 45 Example: 46 47 Run Cement Weight of Time In 48 No. Counts Cement Seconds 49 50 1 66 95 31 51 2 68 96 31.2 52 3 67 95.5 31.0 53 4 66 95 29.8 54 5 67 95.25 30.5 55 6 66 95 30.8 aw 56 57 TOTAL 400 571.75 184.3 58 59 Pounds of cement per count on cement meter: 4W 60 MW AMENDMENTS 23 low 1 Weight of Cement = 571.75 = 1.43 LB. 2 No. of Counts 400 Count 3 4 Counts per bag (94 pounds); 5 6 94 = 65.7 Counts 7 1.43 Bag 8 9 Pounds of cement discharged per second: 10 11 Weight of Cement = 571.75 = 3.10 LB. 12 Time in Seconds 184.3 SEC. 13 14 Required time to discharge one bag: 15 16 Time = 94 = 30.32 SEC. 17 3.10 Bag 18 19 2. Latex Throttling Valve 20 a. Check to be sure that the latex strainer is unobstructed. 21 22 b. The latex throttling valve shall be adjusted to deliver 3.5 gallons of latex 23 (29.4 pounds) for each bag of cement. From the above calculation 30.32 24 seconds are required to deliver one bag of cement. 25 26 c. With the unit operating at the specified rpm, discharge latex into a 27 container for 30.3 seconds and determine the weight of latex. Continue 28 adjusting the valve until 29.4 to 29.5 pounds of latex is discharged in 30.3 29 seconds. Verify the accuracy of this valve setting three times. 30 31 3. Water Flow Meter 32 a. Set the water flow meter by adjusting it to flow at one-half gallon per 33 minute. to 34 35 b. Collect and weigh the water discharged during a one minute interval with 36 the equipment operating at the specified rpm. . Divide the weight of water 37 by 8.34 to determine the number of gallons. 38 39 c. Repeat Items a. and b., above, with the flow meter adjusted to one and 40 one-half gallons per minute. 41 42 4. Aggregate Bin Gates 43 a. Set the gate openings to provide the amount of aggregate required to 44 produce concrete having the specified proportions. 45 46 b. Discharge a representative sample of the aggregates through the gates 47 and separate on the U.S. No. 4 sieve. Aggregates shall meet the 48 requirements for proportions in accordance with Section 6-09.3(3)E. 49 50 c. Adjust the gate openings if necessary to provide the proper ratio of fine 51 aggregate to total aggregate. 52 53 5. Production of Trial Mix 54 Each mobile mixer shall be operated to produce at least 1/2 cubic yard of 55 concrete, which shall be in compliance with these specifications, prior to 56 acceptance of the mobile mixer for job use. The Engineer will perform yield, 57 slump, and air tests on the concrete produced by each mixer. 58 59 Calibration of each mobile mixer shall be done by the Contractor in the presence of the r 60 Engineer. A complete calibration is required on each mixer on each concrete placement AMENDMENTS 24 r. 1 unless, after the initial calibration, the personnel having the responsibility of mixer 2 calibration on subsequent concrete placement were present during the initial calibration 3 of the mixer and during the concrete placement operations and are able to verify the dial 4 settings of the initial calibration and concrete placement. 5 6 If these criteria are met, a complete calibration need not be repeated provided that a 7 single trial run verifies the previous settings of the cement meter, latex throttling valve, 8 water flow meter, and aggregate gradations, and that the mixer has not left the project 9 and the Engineer is satisfied that a complete calibration is not needed. 10 11 6-09.3(1)1 Ready Mix Trucks for Fly Ash Modified and Microsilica Modified 12 Concrete 13 Ready mix trucks shall conform to Section 6-02.3(4)A. 14 15 6-09.3(1)J Finishing Machine 16 The finishing machine shall meet the requirements of Section 6-02.3(10) and the 17 following requirements: 18 19 The finishing machine shall be equipped with a rotating cylindrical double drum 20 screed not exceeding 60 inches in length preceded by a vibrating pan. The 21 vibrating pan shall be constructed of metal and be of sufficient length and width to 22 properly consolidate the mixture. The vibrating frequency of the vibrating pan shall 23 be variable with positive control between 3,000 and 6,000 rpm. A machine with a 24 vibrating pan as an integral part may be proposed and will be considered for 25 approval by the Engineer. Other finishing machines will be allowed subject to 26 approval of the Engineer. +W 27 28 6-09.3(2) Submittals 29 The Contractor shall submit the following items to the Engineer for approval in 30 accordance with Section 6-01.9: 31 32 1. The type of machine (rotary milling, hydro-demolition, or shot blasting) selected 33 by the Contractor for use in this project to scarify concrete surfaces. 34 35 2. The axle loads and axle spacing of the rotary milling machine (if used). 36 37 3. The Runoff Water Disposal Plan (if a hydro-demolition machine is used). The err 38 Runoff Water Disposal Plan shall describe all provisions for the containment, 39 collection, filtering, and disposal of all runoff water and associated 40 contaminants generated by the hydro-demolition process. 41 ow 42 4. The method and materials used to contain, collect, and dispose of all concrete 43 debris generated by the scarifying process, including provisions for protecting 44 adjacent traffic from flying debris. No 45 46 5. The mix design for concrete Class M, and either fly ash modified concrete, 47 microsilica modified concrete, or latex modified concrete, as selected by the 48 Contractor for use in this project in accordance with Section 6-09.3(3). .. 49 50 6. Samples of the latex admixture and the portland cement for testing and 51 compatibility (if latex modified concrete is used). 52 up 53 7. Details of the screed rail support system, including details of anchoring the 54 rails and providing rail continuity. 55 56 The Contractor shall not begin scarifying operations until receiving the Engineer's 57 approval of Items 1 through 4 as applicable for the Contractor's scarifying method. The 58 Contractor shall not begin placing modified concrete overlay until receiving the 59 Engineer's approval of Items 5 through 7 as applicable for the Contractor's selected .. 60 type of modified concrete. AMENDMENTS 25 +ir.. 1 2 6-09.3(3) Concrete Overlay Mixes 3 4 6-09.3(3)A General 5 For fly ash, microsilica, and latex modified concrete, the Contractor shall adjust the 6 slump to accommodate the gradient of the bridge deck, subject to the maximum slump 7 specified. 8 9 For fly ash and microsilica modified concrete, the maximum water/cement ratio shall be 10 calculated using all of the available mix water, including the free water in both the, 11 coarse and fine aggregate, and in the microsilica slurry if a slurry is used. 12 13 For fly ash and microsilica modified concrete, all water reducing and air entraining 14 admixtures, and superplasticizers, shall be used in accordance with the fly ash 15 supplier's and microsilica admixture supplier's recommendations, respectively, and as No 16 approved by the Engineer. 17 18 6-09.3(3)B Concrete Class M 19 Concrete Class M for further deck preparation patching concrete shall be proportioned 20 in accordance with the following mix design: 21 22 Portland Cement 705 pounds 23 Fine Aggregate 1,?80 pounds 24 Coarse Aggregate 1,650 pounds 25 Water/Cement Ratio 0.37 maximum 26 Air(± 1-1/2 percent) 6 percent 27 Slump (± 1 inch) 5 inches 28 29 The use of a water-reducing admixture conforming to AASHTO M 194 Type A will be 30 required to produce patching concrete with the desired slump, and shall be used in 31 accordance with the admixture manufacturer's recommendations. Air entraining 32 admixtures shall conform to AASHTO M 154 and shall be used in accordance with the 33 admixture manufacturer's recommendations. The use of accelerating admixtures or 34 other types of admixtures is not allowed. 35 36 6-09.3(3)C Fly Ash Modified Concrete 37 Fly ash modified concrete shall be a workable mix, uniform in composition and Ali 38 consistency. Mix proportions per cubic yard shall be as follows: 39 40 Portland Cement 611 pounds 41 Fly Ash 275 pounds 42 Fine Aggregate 38 percent of total aggregate 43 Coarse Aggregate 62 percent of total aggregate 44 Water/Cement Ratio 0.30 maximum 45 Air (± 1-1/2 percent) 6 percent 46 Slump 7 inches maximum 47 48 6-09,3(3)D Microsilica Modified Concrete 49 Microsilica modified concrete shall be a workable mix, uniform in composition and 50 consistency. Mix proportions per cubic yard shall be as follows: 51 52 Portland Cement 658 pounds ' 53 Microsilica Fume 52 pounds 54 Fine Aggregate 1,515 pounds 55 Coarse Aggregate 1,515 pounds 56 Water/Cement Ratio 0.33 maximum 57 Air (± 1-1/2 percent) 6 percent 58 Slump 7 inches maximum 59 wr AMENDMENTS 26 Ow 1 6-09.3(3)E Latex Modified Concrete 2 Latex modified concrete shall be a workable mix, uniform in composition and 3 consistency. Mix proportions per cubic yard shall be as follows: 4 5 Portland Cement 1 .00 parts by weight 6 Fine Aggregate 2.40 to 2.75 parts by weight 7 Coarse Aggregate 1.75 to 2.00 parts by weight 8 Latex Admixture 3.50 gallons per bag of cement 9 Water/Cement Ratio 0.33 maximum 10 Air Content of Plastic Mix 6 percent maximum 11 Slump 7 inches maximum 12 13 The aggregates shall be proportioned such that the amount of aggregate passing the 14 U.S. No. 4 sieve is 65 + 5 percent of the total aggregate (fine plus coarse). All 15 calculations shall be based on dry weights. +rr 16 17 The moisture content of the fine aggregate and coarse aggregate shall be no more than 18 3.0 and 1.0 percent, respectively, above the saturated surface dry condition. 19 20 The water limit for calculating the water/cement ratio shall include the added water, the 21 free water in the aggregates, and 52 percent of the latex admixture. 22 1W 23 6-09.3(4) Storing and Handling 24 25 6-09.3(4)A Aggregate 26 Aggregates shall be stored and handled in a manner to prevent variations of more than r 27 1.0 percent in moisture content of the stockpile. 28 29 For latex modified concrete, the moisture content of the aggregate at the time of 30 proportioning shall be as specified in Section 6-09.3(3)E. aw 31 32 6-09.3(4)6 Latex Admixture 33 The admixture shall be kept in suitable containers which will protect it from freezing and ,w 34 from exposure to temperatures in excess of 85F. Containers of the admixture shall not 35 be stored in direct sunlight for periods in excess of ten days. When stored in direct 36 sunlight the top and sides of the containers shall be covered with insulating blanket 37 material. ow 38 39 Storage of the admixture may extend over a period greater than ten days as long as the 40 conditions specified above are maintained and the latex admixture is agitated or stirred 41 once every ten days. Stirring or agitation of the admixture shall be done mechanically in �. 42 accordance with the manufacturer's recommendation and as approved by the Engineer. 43 If the ambient temperature is higher than 85F at any time during the storage period, the 44 admixture shall be covered by insulated blankets or other means that will maintain the 45 admixture temperature below 85F. 46 47 The admixture shall be strained through a Number 10 strainer at the time it is introduced 48 into the mixing tank from the storage containers. 49 50 6-09.3(4)C High Molecular Weight Methacrylate Resin (HMWM) 51 The HMWM resin shall be stored in a cool dry place and protected from freezing and 52 exposure to temperature in excess of 100F. The promoter and initiator, if supplied 53 separate from the resin, shall not contact each other directly. Containers of promoters 54 and initiators shall not be stored together in a manner that will allow leakage or spillage 55 from one to contact the containers or material of the other. 56 57 6-09.3(5) Scarifying Concrete Surface 58 AMENDMENTS 27 1 6-09.3(5)A General 2 The Contractor shall not begin scarifying a concrete bridge deck surface unless 3 completion of the scarification and concrete overlay can be accomplished within the 4 current construction season. 5 6 The Contractor shall not begin scarifying a concrete bridge deck surface until receiving 7 the Engineer's written approval of the machine to be used for scarifying. 8 9 The Contractor shall protect adjacent traffic from flying debris generated by the 10 scarification process in accordance with Item 4 of Section 6-09.3(2) and as approved by 11 the Engineer. 12 13 The Contractor shall collect, contain, and dispose of all concrete debris generated by 14 the scarification process in accordance with Item 4 of Section 6-09.3(2) and as 15 approved by the Engineer. 16 17 All areas of the deck that are inaccessible to the selected scarifying machine shall be 18 scarified to remove the concrete surface matrix to a maximum depth of 1/2 inch by a 19 method approved by the Engineer. If these areas are hand-chipped then the equipment 20 shall meet the requirements as specified in Section 6-09.3(1)A. 21 22 6-09.3(5)B Testing of Hydro-Demolition and Shot Blasting Machines 23 A trial area shall be designated by the Engineer to demonstrate that the equipment and 24 methods of operation are capable of producing results satisfactory to the Engineer. The 25 trial area shall consist of two patches each of approximately 30 square feet, one area in 26 sound concrete and one area of deteriorated concrete as determined by the Engineer. 27 28 In the "sound" area of concrete, the equipment shall be programmed to remove 1/2 inch 29 of concrete. 30 31 Following the test over sound concrete, the equipment shall be located over the 32 deteriorated concrete and using the same parameters for the sound concrete removal, 33 remove all deteriorated concrete. The Engineer will grant approval of the equipment 34 based on successful results from the trial area test. 35 36 6-09.3(5)C Hydro-Demolishing 37 Once the operating parameters of the Hydro-Demolition machine are defined by 38 programming and calibration as specified in Section 6-09.3(5)B, they shall not be 39 changed as the machine progresses across the bridge deck, in order to prevent the 40 unnecessary removal of sound concrete below the required minimum removal depth. 41 The Contractor shall maintain a minimum production rate of 250 square feet per hour �r 42 during the deck scarifying process. 43 44 All water used in the Hydro-Demolition process shall be potable. Stream or lake water 45 will not be permitted. 46 47 All bridge drains and other outlets within 100 feet of the Hydro-Demolition machine shall 48 be temporarily plugged during the Hydro-Demolition operation. When scarifying a 49 bridge deck passing over traffic lanes, the Contractor shall protect the traffic below by 50 restricting and containing scarifying operations, and implementing traffic control 51 measures, as approved by the Engineer. 52 53 The Contractor shall provide for the collection, filtering and disposal of all runoff water 54 generated by the Hydro-Demolition process, in accordance with the Runoff Water 55 Disposal Pian as approved by the Engineer in accordance with item 3 of Section 6- 56 09.3(2). The Contractor shall comply with applicable regulations concerning such water 57 disposal. 58 w AMENDMENTS 28 1 6-09.3(5)D Shot Blasting 2 Once the operating parameters of the Shot Blasting machine are defined by 3 programming and calibration, as specified in Section; 6-09.3(5)B, they shall not be 4 changed as the machine progresses across the bridge deck, in order to prevent the 1W 5 unnecessary removal of sound concrete below the required minimum removal depth. 6 The Contractor shall maintain a minimum production rate of 250 square feet per hour 7 during the deck scarifying process. ar 8 9 6-09.3(5)E Rotomilling 10 The entire concrete surface of the bridge deck shall be scarified to remove the surface 11 matrix to a maximum 1/2 inch depth of the concrete. The operating parameters of the 00 12 rotary milling machine shall be monitored in order to prevent the unnecessary removal 13 of sound concrete below the 1/2 inch maximum removal depth. 14 15 6-09.3(5)F Repair of St. Reinf. Bars Damaged by Scarifying Operations 16 All reinforcing steel damaged due to the Contractor's operations shall be repaired by the 17 Contractor. For bridge decks not constructed under the same contract as the concrete 18 overlay, damage to existing reinforcing steel shall be repaired and paid for in 19 accordance with Section 1-09.6 if the existing concrete cover is 1/2 inch or less. All `r 20 other reinforcing steel damaged due to the Contractor's operations shall be repaired by 21 the Contractor at no additional expense to the Contracting Agency. 22 23 The repair shall be as follows or as directed by the Engineer: 24 25 1. Damage to epoxy coating, when present on existing steel reinforcing bars, 26 shall be repaired in accordance with Section 6-02.3(24)H. 27 28 2. Damage to bars resulting in a section loss of 20 percent or more of the bar 29 area shall be repaired by chipping out the adjacent concrete and splicing a .. 30 new bar of the same size. Concrete shall be removed to provide a 3/4 inch 31 minimum clearance around the bars. The splice bars shall extend a minimum 32 of 40 bar diameters beyond each end of the damage. 33 34 3. Any bars partially or completely removed from the deck shall have the 35 damaged portions removed and spliced with new bars as outlined in Item 2 36 above. 37 + 38 6-09.3(5)G Cleanup Following Scarification 39 After scarifying is completed, the lane or strip being overlaid shall be thoroughly cleaned 40 of all dust, free standing water and loose particles. Cleaning may be accomplished by 41 using compressed air, waterblasting, with a minimum pressure of 5,000 psi, or vacuum 42 machines. Vacuum cleaning shall be used when required by applicable air pollution 43 ordinances. 44 45 6-09.3(6) Further Deck Preparation 46 Once the lane or strip being overlaid has been cleaned of debris from scarifying, the 47 Contractor, under the direction of the Engineer, shall perform an inspection of the 48 completed work and shall mark those areas of the existing bridge deck that require aw 49 further deck preparation by the Contractor. Further deck preparation will be required 50 when any one of the following conditions is present: 51 52 1. Unsound concrete. ow 53 54 2. Lack of bond between existing concrete and reinforcing steel. 55 ,w 56 3. Exposure of reinforcing steel to a depth of one-half of the periphery of a bar for 57 a distance of 12 inches or more along the bar. 58 59 4. Existing non-concrete patches as marked by the Engineer. 60 AMENDMENTS 29 rrr 1 If the concrete overlay is placed on a bridge deck as part of the same contract as the 2 bridge deck construction, then all work associated with the further deck preparation shall 3 be performed at no additional expense to the Contracting Agency. 4 5 6-09.3(6)A Equipment for Further Deck Preparation 6 Further deck preparation shall be performed using either hand operated tools 7 conforming to Section 6-09.3(1)A, or hydro-demolishing machines conforming to 8 Section 6-09.3(1)C. 9 10 6-09.3(6)6 Deck Repair Preparation 11 All concrete in the repair area shall be removed by chipping, hydro demolishing, or other 12 approved mechanical means to a depth necessary to remove all loose and unsound 13 concrete. If unsound concrete exists around the steel reinforcing bars, or if the bond 14 between concrete and steel is broken, concrete must be removed to provide a 3/4-inch 15 minimum clearance around the steel reinforcing bars. 16 17 Care shall be taken in removing the deteriorated concrete to not damage any of the 18 existing deck or steel reinforcing bars that are to remain in place. All removal shall be 19 accomplished by making neat vertical cuts and maintaining square edges at the 20 boundaries of the repair area. Cuts made by using sawing or hydro demolishing 21 machines shall be made after sufficient concrete removal has been accomplished to 22 establish the limits of the removal area. In no case shall the depth of the vertical cut 23 exceed 3/4 inch or to the top of the top steel reinforcing bars, whichever is less. 24 25 The exposed steel reinforcing bars and concrete in the repair area shall be sandblasted 26 or hydro-blasted and blown clean just prior to placing concrete. Bridge deck areas 27 outside the repair area or steel reinforcing bar inside or outside the repair area damaged 28 by the Contractor's operations, shall be repaired by the Contractor at no additional 29 expense to the Contracting Agency, and to the satisfaction of the Engineer. 30 31 All steel reinforcing bars damaged due to the Contractor's operations shall be repaired 32 in accordance with Section 6-09.3(5)F. 33 34 6-09.3(6)C Placing Deck Repair Concrete 35 Patching concrete for modified concrete overlays shall be either modified concrete or 36 concrete Class M. For small deck repair, and as determined by the Engineer, the 37 Contractor may use the same modified concrete as that used in the overlay. 38 39 Before placing any patching concrete, the Contractor shall flush the existing concrete in 40 the repair area with water and make sure that the existing concrete is well saturated. 41 The Contractor shall remove any free standing water prior to placing the patching 42 concrete. The Contractor shall place the patching concrete other than latex modified 43 concrete onto the existing concrete while it is wet. 44 45 If latex, fly ash, or microsilica modified concrete is used as the patching concrete, a thin 46 slurry bond grout shall be scrubbed into the existing concrete surface. The bond grout 47 shall match the overlay type being used as specified in Section 6-09.3(11). 48 49 If the Contractor elects to use as a patching material the same modified concrete as that 50 used in the overlay, then the repair areas shall be filled flush with the deck surface 51 sufficiently in advance of the overlay placement so that the material will not roll back 52 under the screeds but shall not be placed more than one hour in advance of the overlay 53 placement. 54 55 Areas patched with modified concrete or concrete Class M shall be wet cured for 24 56 hours in accordance with Section 6-09.3(13). During the curing period, all vehicular and 57 foot traffic shall be prohibited on the repaired area. 58 AMENDMENTS 30 No 1 6-09.3(7) Surface Preparation For Concrete Overlay 2 Following the completion of any required further deck preparation the entire lane or strip 3 being overlaid shall be cleaned. 4 5 If either a rotary milling machine or a shot blasting machine is used for concrete 6 scarification, then the concrete deck shall be sandblasted or shotblasted, using 7 equipment approved by the Engineer, until sound concrete is exposed. Care shall be 8 taken to ensure that all exposed reinforcing steel and the surrounding concrete is 9 completely blasted. Bridge grate inlets, expansion dams and barriers above the surface 10 to be blasted shall be protected from the blasting. 11 r 12 If a hydro-demolition machine is used for concrete scarification, then the concrete deck 13 shall be cleaned by an approved method of waterblasting with 7,000 psi minimum 14 pressure, until sound concrete is exposed. 15 err 16 The final surface of the deck shall be free from oil and grease, rust and other foreign 17 material that may reduce the bond of the new concrete to the old. These materials shall 18 be removed by detergent- cleaning or other method as approved by the Engineer 19 followed by sandblasting. 20 21 After all scarifying, chipping, sandblasting and cleaning is completed, the entire lane or 22 strip being overlaid shall be cleaned in final preparation for placing concrete using either 23 compressed air or vacuum machines. Vacuum machines shall be used when warranted 24 by applicable air pollution ordinances. 25 26 Scarifying with either rotary milling machines or shot blasting machines, hand tool + 27 chipping, sandblasting and cleaning in areas adjacent to a lane or strip being cleaned in 28 final preparation for placing concrete shall be discontinued when final preparation is 29 begun. Scarifying and hand tool chipping shall remain suspended until the concrete has 30 been placed and the requirement for curing time has been satisfied. Sandblasting and 31 cleaning shall remain suspended for the first 24 hours of curing time after the 32 completion of concrete placing. 33 34 If the hydro demolishing scarification process is used, scarification may proceed during 35 the final cleaning and overlay placement phases of the work on adjacent portions of the 36 structure so long as the hydro demolisher operations are confined to areas which are a 37 minimum of 100 feet away from the defined limits of the final cleaning or overlay ++� 38 placement in progress. If the hydro demolisher impedes or interferes in any way with 39 the final cleaning or overlay placement as determined by the Engineer, the hydro 40 demolishing work shall be terminated immediately and the hydro demolishing 41 equipment removed sufficiently away from the area being prepared or overlaid to 42 eliminate the conflict. If the grade is such that water and contaminates from the hydro 43 demolishing operation will flow into the area being prepared or overlaid, the hydro 44 demolishing operation shall be terminated and shall remain suspended for the first 24 45 hours of curing time after the completion of concrete placement. 46 47 If, after final cleaning, the lane or strip being overlaid becomes wet, the Contractor shall 48 flush the surface with high pressure water, prior to placement of the overlay. All free .. 49 standing water shall be removed prior to concrete placement. Concrete placement shall 50 begin within 24 hours of the completion of deck preparation for the portion of the deck to 51 be overlaid. If concrete placement has not begun within 24 hours, the lane or strip 52 being overlaid shall be cleaned by a light sand blasting followed by washing with the 53 high pressure water spray or by cleaning with the high pressure spray as approved by 54 the Engineer. 55 56 Traffic other than required construction equipment will not be permitted on any portion of 57 the lane or strip being overlaid that has undergone final preparation for placing concrete 58 unless approved by the Engineer. To prevent contamination, all equipment allowed on 59 the deck after final cleaning shall be equipped with drip guards. 60 AMENDMENTS 31 +rr 1 6-09.3(8) Quality Assurance 2 3 6-09.3(8)A Quality Assurance for Microsilica Modified and Fly Ash 4 Modified Concrete Overlays 5 The Engineer will perform slump, temperature, and entrained air tests for acceptance 6 after the Contractor indicates that the concrete is ready for placement. Concrete from 7 the first truck load shall not be placed until tests for acceptance have been completed by 8 the Engineer and the results indicate that the concrete is within acceptable limits. 9 Sampling and testing will continue for each load until two successive loads meet all 10 applicable acceptance test requirements. Except for the first load of concrete, up to 1/2 11 cubic yard may be placed prior to testing for acceptance. After two successive tests 12 indicate that the concrete is within specified limits, the sampling and testing frequency 13 may decrease to one for every three truck loads. Loads to be sampled will be selected 14 in accordance with the random selection process outlined in FOP for WAQTC TM2. 15 ' 16 When the results of any subsequent acceptance test indicates that the concrete does 17 not conform to the specified limits, the sampling and testing frequency will be resumed 18 for each truck load. Whenever two successive subsequent tests indicate that the 19 concrete is within the specified limits, the random sampling and testing frequency of one 20 for every three truck loads may resume. 21 22 The test for determining the slump of the concrete will be conducted in accordance with 23 the WSDOT FOP for AASHTO T 119 and the test for determining the percentage of 24 entrained air will be conducted in accordance with the WAQTC FOP for AASHTO T 152 25 26 The Engineer will test for slump and/or air any load of concrete the Engineer deems W 27 necessary. 28 29 6-09.3(8)B Quality Assurance for Latex Modified Concrete Overlays 30 The Engineer will perform operational control testing as the concrete is being placed. 31 The Contractor shall provide the Engineer with a 1/4-cubic yard container and 32 assistance in obtaining and handling samples. The 1/4-cubic yard container shall have 33 a 9-inch minimum depth and shall be placed on a level surface. A minimum of one test 34 per mobile mixer per shift will be conducted. The test will be conducted after eight 35 minutes of mixer operation. 36 37 The Engineer will perform slump and air tests as the concrete is being placed. The „r 38 minimum number of tests will be one slump test and one air test per mobile mixer, 39 beginning with the first charge and every other charge thereafter. The sample will be 40 taken after the first two minutes of continuous mixer operation. The concrete will be 41 sampled as follows: 42 43 1. While concrete is being deposited onto the bridge deck, the stream will be 44 diverted into a wheelbarrow or other suitable container. Approximately 1 cubic 45 foot of concrete will be sufficient to conduct one slump test and one air test. 46 47 2. Take the sample to the test site. The test site should be located away from the 48 mobile mixer and off the end of the bridge if practical. 49 50 3. Allow the sample to stand undisturbed. The fresh concrete sample must be 51 protected from sunlight and wind until the conclusion of the testing. Total time 52 from discharge to time of start of slump testing will not exceed six and one half 53 minutes. 54 55 The test for determining the slump of the concrete will be conducted in accordance with 56 WSDOT FOP for AASHTO T 119 and the test for determining the percentage of 57 entrained air will be conducted in accordance with WAQTC FOP for AASHTO T 152. 58 59 During the initial proportioning, mixing, placing, and finishing operations, the Engineer 60 may require the presence of a technical representative from the latex admixture AMENDMENTS 32 s+ 1 manufacturer. The technical representative shall be capable of performing, 2 demonstrating, inspecting, and testing all of the functions required for placement of the 3 latex modified concrete as specified in Section 6-09.3(11) and as approved by the 4 Engineer. This technical representative shall aid in the proper installation of the latex we 5 modified concrete. Recommendations made by the technical representative on or off 6 the jobsite, and approved by the Engineer, shall be adhered to by the Contractor at no 7 additional expense to the Contracting Agency. The Engineer will advise the Contractor ow 8 in writing a minimum of five working days before such services are required. 9 10 6-09.3(9) Mixing Concrete For Concrete Overlay 11 err 12 6-09.3(9)A Mixing Microsilica Modified or Fly Ash Modified Concrete 13 Mixing of concrete shall be in accordance with Section 6-02, with the following 14 exceptions: 15 4W 16 1. The mixing shall be done at a batch plant. 17 18 2. The volume of concrete transported by truck shall not exceed six cubic yards 19 per truck. 20 21 6-09.3(9)B Mixing Latex Modified Concrete 22 The equipment used for mixing the concrete shall be operated with strict adherence to 23 the procedures set forth by its manufacturer. 24 25 A minimum of two mixers will be required at the overlay site for each concrete 26 placement when the total volume of concrete to be placed during the concrete 27 placement exceeds the material storage capacity of a single mixer. Additional mixers 28 may be required if conditions require that material be stockpiled away from the jobsite. 29 The Contractor shall have sufficient mixers on hand to ensure a consistent and 30 continuous delivery and placement of concrete throughout the concrete placement. 31 32 Charging the mobile mixer shall be done in the presence of the Engineer. Mixing 33 capabilities shall be such that the finishing operation can proceed at a steady pace. 4W 34 35 6-09.3(10) Overlay Profile and Screed Rails 36 The overlay shall have a thickness of 1-1/2 inches or as specified by the Engineer. The 37 thickness shall be verified prior to the placement of concrete by attaching a filler block, to 38 having a thickness of 1/4 inch less than the overlay thickness, to the bottom of the 39 screed. The filler block shall pass freely over the surface to be overlaid. With the 40 screed guides in place, the finishing machine shall be passed over the entire surface to rr 41 be overlaid and the final screed rail adjustments shall be made. 42 43 If the overlay thickness does not verify, the profile of the new concrete surface shall be 44 adjusted as approved by the Engineer. me 45 46 After the overlay thickness has been verified, changes in the finishing machine elevation 47 controls will not be allowed. 48 so 49 Rails upon which the finishing machine travels shall be placed outside of the area to be 50 overlaid, in accordance with Item 7 of Section 6-09.3(2) and as approved by the 51 Engineer. Interlocking rail sections or other approved methods of providing rail wr 52 continuity are required. 53 54 Hold-down devices shot into the concrete are not permitted unless the concrete is to be 55 subsequently overlaid. Hold-down devices of other types leaving holes in the exposed tw 56 area will be allowed provided the holes are subsequently filled with a sand/cement grout 57 (sand and portland cement in equal proportions by volume). Hold-down devices shall 58 not penetrate the existing deck by more than 3/4 inch. 59 Ift nrr AMENDMENTS 33 Yrr 1 Rails may be removed at any time after the concrete has taken an initial set. Adequate 2 precautions shall be taken during the removal of the finishing machine and rails to ' 3 protect the edges of the new surfaces. 4 5 The Contractor shall be responsible for setting screed control to obtain the nominal 6 overlay thickness specified as well as the finished surface smoothness requirements. 7 8 6-09.3(11) Placing Concrete Overlay 9 Prior to concrete placement, the Contractor shall review the equipment, procedures, 10 personnel, and previous results with the Engineer. Inspection procedures shall also be 11 reviewed to ensure coordination. 12 13 Concrete placement shall be made in accordance with Section 6-02 and the following 14 requirements: 15 g' 16 1. After the lane or strip to be overlaid has been prepared and immediately before 17 placing the concrete, it shall be thoroughly soaked and kept continuously wet 18 with water for a minimum period of six hours prior to placement of the 19 concrete. All free standing water shall be removed prior to concrete "" 20 placement. During concrete placement, the lane or strip shall be kept moist. 21 22 The concrete shall then be promptly and continuously delivered and deposited to 23 on the placement side of the finishing machine. 24 25 If latex modified concrete is used, the concrete shall be thoroughly brushed 26 into the surface and then brought up to final grade. If either microsilica W 27 modified concrete or fly ash modified concrete are used, a slurry of the 28 concrete, excluding aggregate, shall be thoroughly brushed into the surface 29 prior to the overlay placement. 30 31 Care shall be exercised to ensure that the surface receives a thorough, even 32 coating and that the rate of progress is limited so that the brushed concrete 33 does not become dry before it is covered with additional concrete as required 34 for the final grade. All aggregate which is segregated from the mix during the 35 brushing operation shall be removed from the deck and disposed of by the 36 Contractor. 37 ri 38 If either microsilica modified concrete or fly ash modified concrete are used, 39 the Contractor shall ensure that a sufficient number of trucks are used for 40 concrete delivery to obtain a consistent and continuous delivery and placement 41 of concrete throughout the concrete placement operation. 42 43 When concrete is to be placed against the concrete in a previously placed 44 transverse joint, lane, or strip, the previously placed concrete shall be sawed 45 back six inches to straight and vertical edges and shall be sandblasted or 46 water blasted before new concrete is placed. The Engineer may decrease the 47 six inch saw back requirement to two inches minimum, if a bulkhead was used 48 during previous concrete placement and the concrete was hand vibrated along 49 the bulkhead. 50 51 2. Concrete placement shall not begin if rain is expected. Adequate precautions 52 shall be taken to protect freshly placed concrete in the event that rain begins 40 53 during placement. Concrete that is damaged by rain shall be removed and 54 replaced by the Contractor at no additional expense to the Contracting Agency, 55 and to the satisfaction of the Engineer. so 56 57 3. Concrete shall not be placed when the temperature of the concrete surface is 58 less than 45F or greater than 75F, when the combination of air temperature, 59 relative humidity, fresh concrete temperature, and wind velocity at the r,j 60 construction site produces an evaporation rate of 0.15 pound per square foot .r AMENDMENTS 34 so 1 of surface per hour as determined from Table 6-02.3(6)-1, or when winds are in 2 excess of 10 mph. If the Contractor elects to work at night to meet these 3 criteria, adequate lighting shall be provided at no additional expense to the 4 Contracting Agency, and as approved by the Engineer. 5 6 4. If concrete placement is stopped for a period of one-half hour or more, the 7 Contractor shall install a bulkhead transverse to the direction of placement at a 4W 8 position where the overlay can be finished full width up to the bulkhead. The 9 bulkhead shall be full depth of the overlay and shall be installed to grade. The 10 concrete shall be finished and cured in accordance with these specifications. 11 o• 12 Further placement is permitted only after a period of 12 hours unless a gap is 13 left in the lane or strip. The gap shall be of sufficient width for the finishing 14 machine to clear the transverse bulkhead installed where concrete placement 15 was stopped. The previously placed concrete shall be sawed back from the "' 16 bulkhead, to a point designated by the Engineer, to straight and vertical edges 17 and shall be sandblasted or water blasted before new concrete is placed. 18 „r 19 5. Concrete shall not be placed against the edge of an adjacent lane or strip that 20 is less than 36 hours old. 21 22 6-09.3(12) Finishing Concrete Overlay w. 23 Finishing shall be accomplished in accordance with the applicable portions of Section 6- 24 02.3(10) and as follows. Concrete shall be placed and struck-off approximately 1/2 inch 25 above final grade and then consolidated and finished to final grade with a single pass 26 (the Engineer may require additional passes) of the finishing machine. Hand finishing aw 27 may be necessary to close up or seal off the surface. The final product shall be a dense 28 uniform surface. 29 to 30 Latex shall. not be sprayed on a freshly placed latex modified concrete surface; 31 however, a light fog spray of water is permitted if required for finishing, as determined by 32 the Engineer. 33 10 34 As the finishing machine progresses along the placed concrete, the surface shall be 35 given a final finish by texturing with a comb perpendicular to the center line of the 36 bridge. The texture shall be applied immediately behind the finishing machine. The 37 comb shall consist of a single row of metal tines capable of producing 1/8 inch wide law 38 striations approximately 0.015 foot in depth at approximately 1/2-inch spacing. The 39 combs may be operated manually or mechanically, either singly or in gangs (several 40 combs placed end to end). This operation shall be done in a manner that will minimize 41 the displacement of the aggregate particles. The texture shall not extend into areas 42 within 2 feet of the curb line. The non-textured concrete within 2 feet of the curb line 43 shall be hand finished with a steel or magnesium trowel. 44 45 Screed rails and construction dams shall be separated from the newly placed concrete 46 by passing a pointing trowel along the inside surfaces of the rails or dams. Care shall 47 be exercised to ensure that this trowel cut is made for the entire depth and length of 48 rails or dams after the concrete has stiffened sufficiently that it does not flow back. +� 49 50 After the burlap cover has been removed and the concrete surface has dried, but before 51 opening to traffic, all joints and visible cracks shall be filled and sealed with a high "W 52 molecular weight methacrylate resin (HMWM). Cracks 1/16 inch and greater in width 53 shall receive two applications of HMWM. Immediately following the application of 54 HMWM, the wetted surface shall be coated with sand for abrasive finish. 55 56 6-09.3(13) Curing Concrete Overlay 57 As the texturing portion of the finishing operation progresses, the concrete shall be 58 immediately covered with a single layer of clean, new or used, wet burlap. The burlap 59 shall have a maximum width of six feet. The Engineer will determine the suitability of rr 60 the burlap for reuse, based on the cleanliness and absorption ability of the burlap. Care AMENDMENTS 35 w 1 shall be exercised to ensure that the burlap is well drained and laid flat with no wrinkles 2 on the deck surface. Adjacent strips of burlap shall have a minimum overlap of six 3 inches. 4 5 Once in place the burlap shall be lightly fog sprayed with water. A separate layer of 6 white, reflective type polyethylene sheeting shall immediately be placed over the wet 7 burlap. The concrete shall then be wet cured by keeping the burlap wet for a minimum 8 of 42 hours after which the polyethylene sheeting and burlap may be removed. 9 10 Traffic shall not be permitted on the finished concrete until the specified curing time is 11 satisfied and until the concrete has reached a minimum compressive strength of 3,000 12 psi as verified by rebound number determined in accordance with ASTM C 805. 13 14 6-09.3(14) Checking for Bond 15 After the requirements for curing have been met, the entire overlaid surface shall be to 16 sounded by the Contractor, in a manner approved by and in the presence of the 17 Engineer, to ensure total bond of the concrete to the bridge deck. Concrete in 18 unbonded areas shall be removed and replaced by the Contractor with the same 19 modified concrete as used in the overlay at no additional expense to the Contracting so 20 Agency. All cracks, except those that are significant enough to require removal, shall be 21 thoroughly filled and sealed as specified in Section 6-09.3(12). 22 IW 23 After the curing requirements have been met, the Contractor may use compressed air to 24 accelerate drying of the deck surface for crack identification and sealing. 25 26 6-09.4 Measurement 27 Scarifying concrete surface will be measured by the square yard of surface actually 28 scarified. 29 30 Modified concrete overlay will be measured by the cubic foot of material placed. For 31 latex modified concrete overlay, the volume will be determined by the theoretical yield of 32 the design mix and documented by the counts of the cement meter less waste. For 33 both microsilica modified concrete overlay and fly ash modified concrete overlay, the 34 volume will be determined from the concrete supplier's Certificate of Compliance for 35 each batch delivered less waste. Waste is defined as the following: 36 37 1. Material not placed. 38 39 2. Material placed in excess of six inches outside a longitudinal joint or transverse 40 joint. 41 go 42 Finishing and curing modified concrete overlay will be measured by the square yard of 43 overlay surface actually finished and cured. 44 45 When further deck preparation is measured by volume, it will be measured by the cubic do foot of material placed. When latex modified concrete overlay is used as the repair 47 material, the volume will be determined by the theoretical yield of the design mix and 48 documented by the counts of the cement meter less waste. When either microsilica 49 modified concrete overlay, fly ash modified concrete overlay, or concrete Class M are 50 used as the repair material, the volume will be determined from the concrete supplier's 51 Certificate of Compliance for each batch delivered less waste. 52 go 53 6-09.5 Payment 54 Payment will be made in accordance with Section 1-04.1, for each of the following bid 55 items that are included in the bid proposal: IN 56 57 "Scarifying Conc. Surface", per square yard. 58 The unit contract price per square yard for "Scarifying Conc. Surface" shall be full 59 pay for performing the work as specified, including testing and calibration of the , 60 machines and tools used, containment, collection, and disposal of all water and AMENDMENTS 36 iii 1 abrasives used and debris created by the scarifying operation, measures taken to 2 protect adjacent traffic from flying debris, and final cleanup following the scarifying 3 operation. 4 5 "Modified Conc. Overlay", per cubic foot. 6 The unit contract price per cubic foot for "Modified Conc. Overlay' shall be full pay 7 for furnishing the modified concrete overlay. , . 8 9 "Finishing and Curing Modified Conc. Overlay", per square yard. 10 The unit contract price per square yard for "Finishing and Curing Modified Conc. 11 Overlay" shall be full pay for performing the work as specified, including placing, wr 12 finishing, and curing the modified concrete overlay, checking for bond, and sealing 13 all cracks. 14 15 "Further Deck Preparation", per cubic foot. aw 16 When "Further Deck Preparation" is measured by volume, the unit contract price 17 per cubic foot for "Further Deck Preparation" shall be full pay for performing the 18 work as specified, including removing and disposing of the concrete within the 19 repair area, and furnishing, placing, finishing, and curing the repair concrete. 20 21 "Further Deck Preparation", force account. 22 When "Further Deck Preparation" is not measured by volume, payment for the work aw 23 required will be by force account in accordance with Section 1-09.6. For the 24 purpose of providing a common proposal for all bidders, the Contracting Agency 25 has entered an amount for the item "Further Deck Preparation" in the bid proposal 26 to become a part of the total bid by the Contractor. 27 28 SECTION 6-10, CONCRETE BARRIER 29 August 5, 2002 30 6-10.3(2) Cast-In-Place Concrete Barrier 31 This section is revised to read: 32 wrr 33 Forms for cast-in-place barrier shall be made of steel or of exterior plywood coated with 34 plastic. The Contractor may construct the barrier by the slip-form method. 35 36 The barrier shall be made of Class 4000 concrete that meets the requirements of 37 Section 6-02, except that the fine aggregate gradation used for slip form barrier may be 38 either Class 1 or 2. The Contractor may use Portland cement Type III at no additional 39 expense to the Contracting Agency. r 40 41 In addition to the steel reinforcing bar tying and bracing requirements specified in 42 Section 6-02.3(24) C, the Contractor may also place small amounts of concrete to aid in 43 holding the steel reinforcing bars in place. These small amounts of concrete shall be ,r. 44 not more than two cubic feet in volume, and shall be spaced at a minimum of ten-foot 45 intervals within the steel reinforcement cage. These small amounts of concrete shall be 46 consolidated and shall provide two inches minimum clearance to the steel reinforcing 47 bars on the outside face of the barrier. All spattered and excess mortar and concrete dw 48 shall be removed from the steel reinforcing bars prior to slip-form casting. 49 50 Barrier expansion joints shall be spaced at 96-foot intervals, and dummy joints shall be 51 spaced at 12-foot intervals unless otherwise specified in the contract. 52 53 Immediately after removing the forms, the Contractor shall complete any finishing work 54 needed to produce a uniformly smooth, dense surface. The surface shall have no rock t. 55 pockets and no holes larger than 1/4 inch across. The barrier shall be cured and finished 56 in accordance with Section 6-02.3(11) A. 57 err AMENDMENTS 37 r 1 The maximum allowable deviation from a 10-foot straightedge held longitudinally on all 2 surfaces shall be '/4 inch. For single sloped barrier the maximum allowable deviation 3 from a straightedge held along the vertical sloped face of the barrier shall be 1/4 inch. 4 5 At final acceptance of the project, the barrier shall be free from stains, smears, and any 6 discoloration. 7 8 6-10.3(7) Concrete Barrier Berm Type 1 9 This section including title is revised to read: 10 11 6-10.3(7) Vacant +mot 12 13 6-10.4 Measurement 14 The statement "Concrete barrier berms will be measured per each for each berm installed." 15 Is deleted. 16 17 6-10.5 Payment 18 The bid item ("Conc. Barrier Berms Type 1", per each.) is deleted. 19 20 SECTION 7-01, DRAINS 21 April 1, 2002 22 7-01.2 Materials 23 In the first paragraph, "Corrugated Polyethylene (PE) Drain Pipe, 8-inch diameter maximum" ' 24 is revised to read: 25 26 Corrugated Polyethylene (PE) Drain Pipe, 10-inch diameter maximum 27 28 "Corrugated Polyethylene (PE) Drain Pipe, 12-inch through 24-inch diameter maximum" is 29 revised to read: 30 31 Corrugated Polyethylene (PE) Drain Pipe, 12-inch through 36-inch diameter maximum 32 .w 33 SECTION 7-02, CULVERTS 34 January 7, 2002 35 7-02.2 Materials ' 36 In the chart "Culvert Pipe Schedules", the following is revised: 37 38 In the column "Schedule (Fill Height)", the symbol 0 is revised to ' (feet). 39 40 In the columns "Steel", and "Aluminum", the symbol 0 is revised to " (inches). 41 42 In note 2. The symbol 0 is revised to " (inches). 43 44 SECTION 7-04, STORM SEWERS 45 April 1, 2002 46 7-04.3(1)F Low Pressure Air Test for Storm Sewers Constructed of Non Air- 47 Permeable Materials 48 This section is supplemented with the following: 49 50 Reaches of thermoplastic pipe containing no joints shall be exempt from testing 51 requirements. 52 ow 53 SECTION 7-05, MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS 54 April 1, 2002 55 7-05.2 Materials VA 56 The referenced section for Gravel Backfill for Drywells is revised to 9-03.12(5). AMENDMENTS 38 2 In the first paragraph, "Precast Concrete Catch Basis" is revised to read: 3 4 Precast Concrete Catch Basins 5 6 SECTION 7-08, GENERAL PIPE INSTALLATION REQUIREMENTS 7 April 1, 2002 8 7-08.4 Measurement 9 The fifth paragraph is revised to read: 10 11 Embankment construction before pipe placement under the applicable provisions of 12 Section 7-08.3(1)A will be measured in accordance with Section 2-03. 13 14 SECTION 7-09, PIPE AND FITTINGS FOR WATER MAINS 15 August 5, 2002 16 This section including title is revised in its entirety to read: 17 18 SECTION 7-09, WATER MAINS 19 20 7-09.1 Description 21 This work shall consist of constructing water mains 16 inches in diameter and smaller in 22 accordance with the Plans, these Standard Specifications, the Special Provisions and 23 the Standard Plans, at the location shown on the Plans. 24 25 7-09.1(1) Definitions 26 27 7-09.1(1)A Trench Widths 28 Trench width is from trench wall to trench wall, outside of shoring. 29 30 7-09.1(1)B Unsuitable Material 31 Material removed because it is unsatisfactory for foundations is defined as unsuitable 32 foundation material. 33 34 Material removed in trenching which is unsuitable for replacement in the backfill is 35 defined as unsuitable backfill material. 36 37 7-09.1(1)C Gravel Backfill for Pipe Zone Bedding 38 Gravel backfill for pipe zone bedding is the method or material used to transmit load 39 from the pipe into the foundation or into the sidewall support. 40 41 7-09.1(1)D Pipe Zone Backfill 42 Pipe zone Backfill includes material placed above the gravel backfill for pipe zone 43 bedding up to the depths shown on the Standard Plans. 44 45 7-09.1(1)E Trench Backfill 46 Trench backfill includes materials placed above the pipe zone backfill. Trench backfill 47 within the roadway prism shall extend up to the underside of the pavement or surfacing 48 materials. Trench backfill outside the roadway prism shall extend up to original ground 49 or finished grade. 50 51 7-09.2 Materials 52 Materials shall meet the requirements of the following sections: 53 54 Pipe for main line: 9-30.1 55 Ductile Iron Pipe 9-30.1(1) 56 Steel Pipe (6 inches and over) 9-30.1(4)A 57 Polyvinyl Chloride (PVC) Pressure Pipe 58 (4 inches and over) 9-30.1(5)A AMENDMENTS 39 1 Polyvinyl Chloride (PVC) Pressure Pipe 2 (under 4 inches) 9-30.1(5)B 3 Polyethylene (PE) Pressure Pipe (4 inches and over) 9-30.1(6) 4 5 Fittings for Main Lines: 9-30.2 6 Ductile Iron Pipe 9-30.2(1) 7 Steel Pipe (6 inches and over) 9-30.2(4)A 8 Polyvinyl Chloride (PVC) Pipe (4 inches and over) 9-30.2(5)A 9 Polyvinyl Chloride (PVC) Pipe (under 4 inches) 9-30.2(5)B 10 Restrained Joints 9-30.2(6) 11 Bolted, Sleeve —Type Couplings for Plain End Pipe 9-30.2(7) 12 Restrained Flexible Couplings 9-30.2(8) 13 Grooved and Shouldered Joints 9-30.2(9) 14 Polyethylene (PE) Pipe (4 inches and over) 9-30.2(10) 15 Fabricated Steel Mechanical Slip—Type Expansion 16 Joints 9-30.2(11) 17 18 Appurtenancues 19 Concrete Blocking 6-02.3(2)B 20 Detectable Marking Tape 9-15.18 21 Blow Off Assemblies 9-30.1, 9-30.2, 9- 22 30.3, 9-30.6 23 Polyethylene Encasement 9-30.1(2) 24 Steel Pipe (4 inches and under) 9-30.1(4)B 25 Fittings for Steel Pipe (4 inches and under) 9-30.2(4)B 26 27 Aggregates: 28 Foundation Material 9-03.17, 29 9-03.18 30 Gravel Backfill for Pipe Zone Bedding 9-03.12(3) 31 Pipe Zone Backfill 9-03.19 32 Trench Backfill 9-03.15 or 33 9-03.19 r 34 35 It is not intended that materials listed herein are to be necessarily considered equal or 36 generally interchangeable for all applications. Those suitable for the project shall be 37 specified in the Special Provisions or shown on the Plans. 38 39 The pipe manufacturer shall test all pipe and fittings as required by these Standard 40 Specifications and the standards referenced. The pipe manufacturer shall submit to the 41 Engineer two (2) copies of all test results including a written certification that material to 42 be delivered is represented by the samples tested and that such delivered materials 43 meet or exceed the specified requirements. No pipe shall be delivered until test results 44 and certifications are in the hands of the Engineer. 45 46 The Engineer shall have free access to all testing and records pertaining to material to 47 be delivered to the job site. The Engineer may elect to be present at any or all material 48 testing operations. 49 50 The basis of acceptance shall be a certificate of compliance as described in Section 51 1-06.3, accompanied by two (2) copies of pressure test results of the pipe or fittings 52 involved. 53 54 7-09.3 Construction Requirements 55 56 7-09.3(1) General 57 Trench excavation required for the installation of water mains and appurtenances shall 58 be unclassified. Material excavated from trenches and piled adjacent to the trench or in 59 a roadway or public thoroughfare shall be piled and maintained so that the toe of the 60 slope of the spoil material is at least 2 feet from the edge of the trench. It shall be piled AMENDMENTS 40 1 in a manner to prevent surface water from flowing into the excavation and in a manner 2 that will cause a minimum of inconvenience to public travel. Free access shall be 3 provided to all fire hydrants, water valves, and meters; and clearance shall be left to 4 enable the free flow of storm water in gutters, conduits, and natural watercourses. 5 6 7-09.3(2) Ungraded Streets 7 On ungraded streets, when grading is not called for in the Contract, the depth of trench 8 excavation shall be as shown on the Plans and as staked. 9 10 Where the Plans show the pipe is to be laid above the existing ground surface, an 11 embankment fill shall be made and compacted to conform with the section shown on the w 12 Plans, and the water main trench shall be excavated therein. That portion of the 13 embankment below the bottom of the pipe shall be compacted with rollers or 14 mechanical compactors under controlled moisture conditions as required under Method 15 B of Section 2-03.3(14)C. 16 17 7-09.3(3) Clearing and Grubbing in Ungraded Streets 18 On ungraded streets, where clearing and grubbing is not called for in the Contract, the 19 area to be excavated or filled shall be cleared and grubbed by the Contractor. This work 20 shall consist of the removal and disposal of logs, stumps, roots, brush, and other refuse 21 within 5 feet of the centerline of the pipe. Such material shall be disposed of in 22 accordance with the Special Provisions. 23 24 7-09.3(4) Removal of Existing Street Improvements 25 Removal of existing street improvements and pavement from driveways and sidewalks 26 shall be performed as specified in Section 2-02. Stockpiling of waste materials along 27 the trench shall not be allowed. 28 29 7-09.3(5) Grade and Alignment 30 The location of blow off assemblies and combination air release/air vacuum valves are 31 shown on the Plans. 32 33 The Contractor shall verify the locations and establish the depth of the existing water 34 mains at the points where connections are to be made prior to trenching for the 35 pipelines. The profile shall be adjusted so no new high spots or low spots are created 36 between the connection points to the existing water mains. 37 38 The depth of trenching for water mains shall be such as to give a minimum cover of 36 39 inches over the top of the pipe unless otherwise specified in the Special Provisions. 40 Deeper excavation may be required due to localized breaks in grade, or to install the 41 new main under existing culverts or other utilities where necessary. Where the profile of 42 the pipeline and the ground surface is shown on the Plans, the pipeline shall be laid to 43 the elevation shown regardless of depth. The excavation shall be to such depth that the 44 minimum cover over valve operating nuts shall be 1 foot. 45 46 7-09.3(6) Existing Utilities 47 Existing utilities of record, except services, are shown on the Plans. These are shown 48 for convenience only, and the Engineer assumes no responsibility for improper locations 49 or failure to show utility locations on the Plans. 50 51 When utility services occupy the same space as the new water main, the Contractor 52 shall complete necessary excavation to fully expose such services. The Contractor 53 shall protect said services, and work around them during excavating and pipe laying 54 operations. Any damages to services resulting from the Contractor's operation shall be 55 reported to the appropriate utility. Such damage shall be repaired at the Contractor's 56 expense. 57 58 7-09.3(7) Trench Excavation 59 The Contractor shall perform excavation of every description and in whatever materials 60 encountered to the depth indicated on the Plans or specified in the Special Provisions. AMENDMENTS 41 1 Excavations shall be made by open cut unless otherwise provided for. Trenches shall 2 be excavated to true and smooth bottom grades and in accordance with the lines given 3 by the Engineer or shown on the Plans. The trench bottom shall provide uniform 4 bearing and support for each length of pipe. 99 5 6 Bell holes shall be excavated to the extent necessary to permit accurate work in making 7 and inspecting the joints. The banks of the trenches shall be kept as nearly vertical as 8 soil conditions will permit, and where required to control trench width or to protect 9 adjacent structures, the trench shall be sheeted and braced. Trench widths to 1 foot 10 above the top of the pipe shall not exceed 30 inches maximum or 11/2 times the outside 11 diameter of the pipe plus 18 inches whichever is greater. Standard excavating 12 equipment shall be adjusted so as to excavate the narrowest trench possible. 13 14 Trench excavation shall not be more than 400 feet ahead of the pipe laying operation 15 and trenches shall be closed up at the end of the day. + 16 17 The Contractor shall exercise sound engineering and construction practices in 18 excavating the trench and maintaining the trench so that no damage will occur to any 19 foundation, structure, pole line, pipe line, or other facility because of slough or slopes, or 20 from any other cause. If, as a result of the excavation, there is disturbance of the 21 ground, which may endanger other property, the Contractor shall immediately take 22 remedial action at no additional expense to the Contracting Agency. No act, 23 representation, or instruction of the Engineer shall in any way relieve the Contractor 24 from liability for damages or costs that result from trench excavation. 25 26 Care shall be taken not to excavate below the depth specified. Excavation below that is 27 depth shall be backfilled with foundation material and compacted as specified herein. 28 29 If workers have to enter any trench or other excavation 4 feet or more in depth that does 30 not meet the open pit requirements of Section 2-09.3(3)B, it shall be shored. The 31 Contractor alone shall be responsible for worker safety, and the Contracting Agency 32 assumes no responsibility. 33 34 Upon completing the work, the Contractor shall remove all shoring unless the Plans or 35 the Engineer direct otherwise. 36 37 7-09.3(7)A Dewatering of Trench „r 38 Where water is encountered in the trench, it shall be removed during pipe-laying 39 operations and the trench so maintained until the ends of the pipe are sealed and 40 provisions are made to prevent floating of the pipe. Trench water or other deleterious 41 materials shall not be allowed to enter the pipe at any time. 42 43 7-09.3(7)B Rock Excavation 44 Rock excavation shall cover the removal and disposal of rock that requires systematic 45 drilling and blasting for its removal, and also boulders exceeding 1/2 cubic yard. Ledge 46 rock, boulders, or stones shall be removed to provide a minimum clearance of 4 inches 47 under the pipe. 48 49 Hardpan, hard clay, glacial till, sandstone, siltstone, shale, or other sedimentary rocks, 50 which are soft, weathered, or extensively fissured will not be classified as rock 51 excavation. Rock is defined as one which has a modulus of elasticity of more than 52 200,000 psi or unconfined compressive strength at field moisture content of more than 53 2,000 psi. 54 55 Materials removed shalt be replaced with gravel backfill for pipe zone bedding, pipe 56 zone backfill or trench backfill as designated by the Engineer. 57 58 7-09.3(7)C Extra Trench Excavation 59 Changes in grades of the water main from those shown on the Plans, or as provided in „ 60 the Special Provisions, may be necessary because of unplotted utilities, or for other AMENDMENTS 42 �. 1 reasons. If, in the opinion of the Engineer, it is necessary to adjust, correct, relocate, or 2 in any way change the line and grade, such changes shall be made by the Contractor 3 under the terms of these Standard Specifications. 4 5 When pipeline grade is lowered in excess of 1 foot below the grade indicated on the 6 Plans, the Contractor shall make such extra excavation as necessary. 7 �r 8 When the pipeline horizontal alignment is changed by more than 1 foot from the line 9 indicated on the Plans, after the trench has been excavated, the Contractor shall 10 excavate the trench at the changed location and backfill and compact the previous 11 trench. 12 13 Additional excavation so required will be classified as extra trench excavation. 14 15 7-09.3(8) Removal and Replacement of Unsuitable Materials 16 Whenever in excavating the trench for water mains, the bottom of the trench exposes 17 peat, soft clay, quicksand, or other unsuitable foundation material, such material shall be 18 removed to the depth directed by the Engineer and backfilled with foundation material. r 19 When determined by the Engineer that silty soils or fine sandy soils are encountered, 20 Class C foundation material shall be required. Silty soils or fine sandy soils usually flow 21 in the presence of a stream of water. When determined by the Engineer that clays, 22 peats, or other soft materials are encountered that become saturated with water, but do ■„ 23 not break down into fine particles and flow, Class A or Class B foundation material shall 24 be required. 25 26 Material removed from the trench that is unsuitable for trench backfill shall be removed 27 and hauled to a waste site. If material is not available within the limits of the project for 28 backfilling the trench, the Contractor shall furnish trench backfill meeting the 29 requirements of Section 9-03.12(3) or 9-03.19 as required. 30 31 Unsuitable material shall be loaded directly into trucks and hauled to a waste site 32 obtained by the Contractor. Stockpiling of unsuitable material at the project site shall not 33 be allowed. 34 35 7-09.3(9) Bedding the Pipe 36 Gravel backfill for pipe zone bedding shall be select granular material free from wood 37 waste, organic material, and other extraneous or objectionable materials and shall have 38 a maximum dimension of 1-1/2 inches. Gravel backfill for pipe zone bedding shall be 39 placed to the depths shown on Standard Plan B-11. Gravel backfill for pipe zone 40 bedding shall be rammed and tamped around the pipe to 95 percent of maximum 41 density by approved hand-held tools, so as to provide firm and uniform support for the 42 full length of the pipe, valves, and fittings. Care shall be taken to prevent any damage 43 to the pipe or its protective coating. 44 45 7-09.3(10) Backfilling Trenches 46 Prior to backfilling, form lumber and debris shall be removed from the trench. Sheeting 47 used by the Contractor shall be removed just ahead of the backfilling. 48 49 Backfill up to 12 inches over the top of the pipe shall be evenly and carefully placed. 50 Materials capable of damaging the pipe or its coating shall be removed from the backfill 51 material. The remainder of the material shall be placed by dumping into the trench by 52 any method at the option of the Contractor, and shall be compacted as specified 53 hereinafter. 54 55 A minimum 3-inch sand cushion shall be placed between the water main and existing 56 pipelines or other conduits when encountered during construction and as directed by the 57 Engineer. 58 AMENDMENTS 43 1 7-09.3(11) Compaction of Backfill 2 Backfill shall be compacted to at least 95 percent of maximum density as specified in 3 Section 2-03.3(14)D. 4 to 5 At locations where paved streets, roadway shoulders, driveways, or sidewalks will be 6 constructed or reconstructed over the trench, the backfill shall be spread in layers and 7 be compacted by mechanical tampers. In such cases, the backfill material shall be 8 placed in successive layers not exceeding 6 inches in loose thickness, and each layer 9 shall be compacted with mechanical tampers to the density specified herein. 10 Mechanical tampers shall be of the impact type as approved by the Engineer. 11 „w 12 7-09.3(12) General Pipe Installation 13 Pipe shall be installed in accordance with the manufacturer's printed specifications and 14 instructions, and to the standards of the AWWA for installing the type of pipe used. The 15 Contractor shall provide tools and equipment, including any special tools required for ar 16 installing each particular type of pipe used. 17 18 Short lengths of pipe supplied by the manufacturer shall be used whenever possible to 19 provide the proper spacing of valves, tees, or special fittings. 20 21 7-09.3(13) Handling of Pipe 22 Pipe shall be handled in a manner that will prevent damage to the pipe, pipe lining, or 23 coating. Pipe and fittings shall be loaded and unloaded using hoists and slings in a 24 manner to avoid shock or damage, and under no circumstances shall they be dropped, 25 skidded, or rolled against other pipe. If any part of the coating or lining is damaged, 26 repair thereof shall be made by the Contractor at no additional expense to the 27 Contracting Agency and in a manner satisfactory to the Engineer. Damaged pipe shall 28 be rejected, and the Contractor shall immediately place damaged pipe apart from the 29 undamaged and shall remove the damaged pipe from the site within 24 hours. 30 31 Threaded pipe ends shall be protected by couplings or other means until laid. 32 33 Pipe and fittings shall be inspected for defects. 34 35 Dirt or other foreign material shall be prevented from entering the pipe or pipe joint 36 during handling or laying operations, and any pipe or fitting that has been installed with 37 dirt or foreign material in it shall be removed, cleaned, and re-laid. At times when pipe 38 laying is not in progress, the open ends of the pipe shall be closed by a watertight plug 39 or by other means approved by the Engineer to ensure cleanliness inside the pipe. 40 41 7-09.3(14) Cutting Pipe ■+ 42 Whenever it becomes necessary to cut a length of pipe, the cut shall be made by 43 abrasive saw or by a special pipe cutter. Pipe ends shall be square with the longitudinal 44 axis of the pipe and shall be reamed and otherwise smoothed so that good connections ON 45 can be made. Threads shall be cleanly cut. Oxyacetylene torch cutting of ductile iron 46 pipe shall not be allowed. 47 48 7-09.3(15) Laying of Pipe on Curves we 49 50 7-09.3(15)A Ductile Iron Pipe 51 Long radius curves, either horizontal or vertical, may be laid with standard pipe lengths 52 by deflecting the joints. If the pipe is shown curved on the Plans and no special fittings 53 are shown, the Contractor can assume that the curves can be made by deflecting the 54 joints with standard lengths of pipe. If shorter lengths are required, the Plans will 55 indicate maximum lengths that can be used. The amount of deflection at each pipe joint 56 when pipe is laid on a horizontal or vertical curve shall not exceed the manufacturer's 57 printed recommended deflections. 58 59 Where field conditions require deflection or curves not anticipated by the Plans, the Ai 60 Engineer will determine the methods to be used. No additional payment will be made AMENDMENTS 44 �. 1 for laying pipe on curves as shown on the Plans, or for field changes involving standard 2 lengths of pipe deflected at the joints. When special fittings not shown on the Plans are 3 required to meet field conditions, additional payment will be made for special fittings as 4 provided in Section 1-09.6. 5 6 When rubber gasketed pipe is laid on a curve, the pipe shall be jointed in a straight 7 alignment and then deflected to the curved alignment. Trenches shall be made wider 8 on curves for this purpose. 9 10 7-09.3(15)B Polyvinyl Chloride (PVC) Pipe (4 Inches and Over) 11 PVC pipe may be bent to allow for slight changes in direction. The minimum bending �+ 12 radius shall be as follows: 13 Size Minimum Bending Radius 4-inch 125 feet 6-inch 175 feet 8-inch 225 feet 10-inch 275 feet aw 12-inch 325 feet 14-inch 400 feet 14 15 Axial deflection at the pipe joints shall not be allowed. ■+ 16 17 For 16-inch diameter pipe, changes in direction may be accomplished by axial 18 deflection of the pipe joint. The maximum axial deflection allowed at each joint is one 19 degree. For changes in direction greater than one degree per pipe joint, fittings shall be �" 20 used. 21 22 7-09.3(16) Cleaning and Assembling Joint 23 The pipe ends, couplings, fittings, and appurtenances shall be cleaned to remove oil, 24 grit, or other foreign matter from the joint. Care shall be taken to keep the joint from 25 contacting the ground. 26 +.. 27 Pipe not furnished with a depth mark shall be marked before assembly to ensure visual 28 observation of the work. 29 30 7-09.3(17) Laying Ductile Iron Pipe with Polyethylene Encasement 31 Where shown on the Plans, the Contractor shall lay ductile iron pipe with a polyethylene 32 encasement. Pipe and polyethylene encasement shall be installed in accordance with 33 AWWA C105. 34 35 7-09.3(18) Coupled Pipe 4 Inches in Diameter and Larger 36 Joints for steel pipe shall be bell and spigot or welded as specified in the Special 37 Provisions. .. 38 39 Component parts of couplings, rings, and bells shall receive a protective coating in the 40 same manner as specified for the steel pipe. Bolts and nuts, exposed edges, and 41 flanges shall, after installation, be covered with coal-tar protective coating conforming to .. 42 AWWA C203 or other coating approved by the Engineer. 43 44 Steel pipe 4 inches and larger for above-ground service shall be coupled with flanges, �. 45 compression type or grooved type couplings. 46 47 Pipe for outdoor service above ground shall be protected with a coal-tar protective 48 coating conforming to AWWA C203 or other coating approved by the Engineer. +rr 49 50 7-09.3(19) Connections 51 AMENDMENTS 45 1 7-09.3(19)A Connections to Existing Mains 2 Connections to the existing water main shall not be made without first making the 3 necessary scheduling arrangements with the Engineer in advance. Work shall not be 4 started until all the materials, equipment, and labor necessary to properly complete the 5 work are assembled on the site. 6 7 Existing water mains shall be cut by the Contractor unless otherwise specified in the 8 Special Conditions. The Contractor shall remove the portions of pipe to provide for the 9 installation of the required fittings at the points of connection. Damage caused by the 10 Contractor's operations to existing joints in piping to remain in-service shall be repaired 11 by the Contractor at no additional expense to the Contracting Agency. The Contractor 40 12 shall determine the exact length of the existing water main that must be removed. The 13 pipe ends shall be beveled to prevent damage to the transition coupling gasket during 14 installation of the coupling. The exterior of the existing pipe end shall be cleaned to a 15 sound, smooth finish before installation of the coupling. ON 16 17 Transition couplings shall be installed by the Contractor and shall be provided with a 18 plastic film wrap. The plastic film wrap shall be wrapped loosely around the pipe, 19 fittings, and couplings, and secured with 2-inch-wide polyethylene adhesive tape. 20 Pipelines in which the couplings are installed shall be wrapped a minimum of 3 feet on 21 each side of the coupling. Joints or seams in the plastic film wrap shall be made using 22 the 2-inch-wide polyethylene adhesive tape. The plastic film wrap need not be 23 watertight, but no part of the pipe or coupling shall be exposed to the backfill. Care shall 24 be exercised during backfilling to prevent the plastic film wrap from being punctured or 25 otherwise damaged. Plastic film wrap and its installation shall conform to AWWA C105 26 except as modified herein. 27 28 Once work is started on a connection, it shall proceed continuously without interruption 29 and as rapidly as possible until completed. No shutoff of mains will be permitted 30 overnight, over weekends, or on holidays. 31 32 If the connection to the existing system involves turning off the water, the Contractor 33 shall be responsible for notifying the residents affected by the shutoff. The Engineer will 34 advise which property owners are to be notified. 35 36 The Contractor may be required to perform the connection during times other than 37 normal working hours. The Contractor shall not operate any valves on the existing 38 system without specific permission of the Engineer. 39 40 The types of connections are varied and suggested piping arrangements have been 41 shown on the Plans. For the installation of these connections, the surfaced portion of 42 the roadway shall not be penetrated unless the connecting point is directly under it. For 43 connection by any other method, the Contractor shall furnish a detailed sketch for 44 approval not less than two weeks prior to the expected construction. 45 46 7-09.3(19)B Maintaining Service 47 Where existing services are to be transferred from old to new mains, the Contractor 48 shall plan and coordinate its work with that of the Utility so that service will be resumed to 49 with the least possible inconvenience to customers. 50 51 To supply customers with water during the construction of a water main project where 52 any section of the pipe has passed satisfactory hydrostatic and bacteriological tests, the wr 53 Utility reserves the right to tap corporation stops into the section of new pipe and install 54 service connections at such locations as the Utility may elect. The installation of any 55 such service connections by the Utility shall not be construed by the Contractor as an 56 acceptance by the Contracting Agency of any part of the work required under the 57 Contract. 58 AMENDMENTS 46 1 7-09.3(20) Detectable Marking Tape 2 Detectable marking tape shall be installed over nonmetallic water lines including 3 services lines. The tape shall be placed approximately 1 foot above the top of the line 4 and shall extend its full length. Detectable marking tape shall meet the requirements of 5 Section 9-15.18. 6 7 7-09.3(2j) Concrete Thrust Blocking 8 Concrete thrust blocking, as detailed on the Plans, shall be placed at bends, tees, dead 9 ends, and crosses. Blocking shall be commercial concrete meeting the requirement of 10 Section 6-02.3(2)B poured in place. 11 12 Concrete blocking shall bear against solid undisturbed earth at the sides and bottom of 13 the trench excavation and shall be shaped so as not to obstruct access to the joints of 14 the pipe or fittings. 15 16 7-09.3(22) Blowoff Assemblies 17 Blowoff Assemblies shall be constructed at the locations shown on the Plans and in 18 accordance with the Standard Plans. 19 20 7-09.3(23) Hydrostatic Pressure Test 21 Water main appurtenances and service connections to the meter setter shall be tested 22 in sections of convenient length under a hydrostatic pressure equal to 150 psi in excess 23 of that under which they will operate or in no case shall the test pressure be less than 24 225 psi. Pumps, gauges, plugs, saddles, corporation stops, miscellaneous hose and 25 piping, and measuring equipment necessary for performing the test shall be furnished 26 and operated by the Contractor. 27 28 Sections to be tested shall normally be limited to 1,500 feet. The Engineer may require 29 that the first section of pipe, not less than 1 ,000 feet in length, installed by each of the 30 Contractor's crews, be tested in order to qualify the crew and the materials. Pipe laying 31 shall not be continued more than an additional 1,000 feet until the first section has been 32 tested successfully. 33 +� 34 The pipeline shall be backfilled sufficiently to prevent movement of the pipe under 35 pressure. Thrust blocks shall be in place and time allowed for the concrete to cure 36 before testing. Where permanent blocking is not required, the Contractor shall furnish 37 and install temporary blocking and remove it after testing. 38 39 The mains shall be filled with water and allowed to stand under pressure a sufficient 40 length of time to allow the escape of air and allow the lining of the pipe to absorb water. 41 The Contracting Agency will furnish the water necessary to fill the pipelines for testing 42 purposes at a time of day when sufficient quantities of water are available for normal 43 system operation. 44 .. 45 The test shall be accomplished by pumping the main up to the required pressure, 46 stopping the pump for 15 minutes, and then pumping the main up to the test pressure 47 again. During the test, the section being tested shall be observed to detect any visible 48 leakage. 49 50 A clean container shall be used for holding water for pumping up pressure on the main 51 being tested. This makeup water shall be sterilized by the addition of chlorine to a 52 concentration of 50 mg/l. 53 54 The quantity of water required to restore the pressure shall be accurately determined by 55 pumping through a positive displacement water meter. The meter snail be approvers by � . 56 the Engineer. Acceptability of the test will be determined as follows: 58 L _ S�66�Q 59 , 60 tw AMENDMENTS 47 1 The quantity of water lost from the main shall not exceed the number of gallons per hour 2 as determined by the formula: 3 4 in which 5 6 L = allowable leakage, gallons/hour 7 D = nominal diameter of the pipe in inches 8 P = test pressure during the leakage test (psi) 9 S = gross length of pipe tested, feet 10 11 There shall not be an appreciable or abrupt loss in pressure during the 15 minute test 12 period. 13 14 Pressure gauges used in the test shall be accompanied with certifications of accuracy 15 from a testing laboratory approved by the Engineer. ar 16 17 Any visible leakage detected shall be corrected by the Contractor regardless of the 18 allowable leakage specified above. Should the tested section fail to meet the pressure 19 test successfully as specified, the'Contractor shall, at no additional expense to the 20 Contracting Agency, locate and repair the defects and then retest the pipeline. 21 22 Tests shall be made with the hydrant auxiliary gate valves open and pressure against 23 the hydrant valve. Each valve shall be tested by closing each in turn and relieving the 24 pressure beyond. This test of the valve will be acceptable if there is no immediate loss 25 of pressure on the gauge when the pressure comes against the valve being checked. 26 The Contractor shall verify that the pressure differential across the valve does not Ni 27 exceed the rated working pressure of the valve. 28 29 Prior to calling out the Engineer to witness the pressure test, the Contractor shall have 30 all equipment set up completely ready for operation and shall have successfully 31 performed the test to ensure that the pipe is in satisfactory condition. 32 33 Defective materials or workmanship, discovered as a result of hydrostatic field test, shall 34 be replaced by the Contractor at no additional expense to the Contracting Agency. 35 Whenever it is necessary to replace defective material or correct the workmanship, the 36 hydrostatic test shall be re-run at the Contractor's expense until a satisfactory test is 37 obtained. to 38 39 7-09.3(23)A Testing Extensions From Existing Mains 40 When an existing water main is extended with new pipe to a new valve and the distance 41 from the existing pipe to the new valve is 18 feet or less, the section of new pipe to 42 installed between the new valve and the end of the existing main shall be made with 43 pretested, prechlorinated pipe, and no hydrostatic test will be required. When the 44 required hydrostatic tests are conducted in the new main section beyond the installed Vi 45 new valve in the closed position, the normal pressure of the existing main may be 46 present against the other side of the new valve. 47 48 Where the distance between the end of an existing water main pipe extension to the go 49 new valve is more than 18 feet, the connection of the new pipe to existing pipe shall not 50 be made until after hydrostatic tests have been made to the required pressure in both 51 directions against the new valve. This shall be accomplished by a temporary cap or 52 plug installed on the end of the new pipe, beyond the new valve, as close as possible to "i 53 the existing pipe for testing purposes. 54 55 The short length of pipe between the temporary cap or plug end with the new valve in 56 the closed position, with no hydrostatic pressure active on the opposite side of the 57 valve, shall be subjected to the required test pressure. The same test shall be made 58 against the other side of the new valve when that section of pipe is tested with no 59 hydrostatic pressure active in the short section of pipe toward the existing main. The 60 final connection to the existing main shall be made with pretested prechlorinated pipe. AMENDMENTS 48 +� 1 2 7-09.3(23)B Testing Section with Hydrants Installed 3 When hydrants are included with the section of main pipe to be tested, the testing shall 4 be conducted in three separate tests as follows: "" 5 6 Test No. 1 —Water main gate valves and hydrant auxiliary gate valves closed, with 7 the hydrant operating stem valves and hose ports wide open. r 8 9 Test No. 2 — Water main gate valves and the hydrant operating the stem valves 10 tightly closed but the hydrant auxiliary gate valves and hose ports wide open. 11 • 12 Test No. 3 — Each hydrant shall be tested to the pressure indicated in 13 Section 7-09.3(23) with the hydrant auxiliary gate valve and hose ports closed and 14 the hydrant operating stem valve wide open. 15 16 7-09.3(23)C Testing Hydrants Installed on Existing Mains 17 For hydrants installed and connected to an existing main, the hydrant connection 18 including hydrant tee, connection pipe, and auxiliary gate valves, shall be installed with 19 pretested materials. 20 21 Before the hydrant connection is made to the existing main, the hydrant installation shall 22 be subjected to the hydrostatic Test No. 3 as specified in Section 7-09.3(23)B. Hydrants +r 23 installed and connected to an existing main shall have a satisfactory bacteriological 24 sample obtained following the hydrostatic test. 25 26 7-09.3(24) Disinfection of Water Mains 27 Before being placed into service, new water mains and repaired portions of, or 28 extensions to, existing mains shall be chlorinated and a satisfactory bacteriological 29 report obtained. In the event two unsatisfactory bacteriological reports are obtained on 30 a section of pipe, the Contractor shall revise his method of disinfection and the form of 31 applied chlorine. 32 33 7-09.3(24)A Flushing +rr 34 Sections of pipe to be disinfected shall first be flushed to remove any solids or 35 contaminated material that may have become lodged in the pipe. If a hydrant is not 36 installed at the end of the main, then a tap shall be provided large enough to develop a 37 flow velocity of at least 2.5 fps in the water main. 38 39 Taps required by the Contractor for temporary or permanent release of air, chlorination 40 or flushing purposes shall be provided by the Contractor as part of the construction of 41 water mains. 1W 42 43 Where dry calcium hypochlorite is used for disinfection of the pipe, flushing shall be 44 done after disinfection. 45 46 The Contractor shall be responsible for disposal of treated water flushed from mains 47 and shall neutralize the wastewater for protection of aquatic life in the receiving water 48 before disposal into any natural drainage channel. The Contractor shall be responsible .. 49 for disposing of disinfecting solution to the satisfaction of the Contracting Agency and 50 local authorities. If approved by the Engineer, disposal may be made to an available 51 sanitary sewer provided the rate of disposal will not overload the sewer. 52 53 7-09.3(24)B Requirement of Chlorine 54 Before being placed into service, new mains and repaired portions of, or extensions to, 55 existing mains snail be chlorinated so that a chlorine residual of not less than 25 mg/1 56 remains in the water after standing 24 hours in the pipe. The initial chlorine content of 57 the water shall be not less than 50 mg/I. 58 ow AMENDMENTS 49 1 7-09.3(24)C Form of Applied Chlorine 2 Chlorine shall be applied by one of the methods which follow, to give a dosage of not 3 less than 50 mg/I of available chlorine. a 4 5 7-09.3(24)D Dry Calcium Hypochlorite 6 As each length of pipe is laid, sufficient high test calcium hypochlorite (65-70% chlorine) 7 shall be placed inside the pipe to yield a dosage of not less than 50 mg/I available 8 chlorine, calculated on the volume of the water which the pipe and appurtenances will 9 contain. 10 11 The number of grams of 65% test calcium hypochlorite required for a 20-foot length of 12 pipe equals 13 14 0.008431 x d2 , 15 16 in which "d" is the diameter in inches. 17 18 7-09.3(24)E Liquid Chlorine 19 A chlorine gas-water mixture shall be applied by means of a solution-feed chlorinating 20 device, or the dry gas may be fed directly through proper devices for regulating the rate 21 of flow and providing effective diffusion of the gas into the water within the pipe being 22 treated. Chlorinating devices for feeding solutions of the chlorine gas, or the gas itself, 23 must provide means for preventing the backflow of water into the chlorine. 24 25 7-09.3(24)F Chlorine-Bearing Compounds in Water 26 A mixture of water and high-test calcium hypochlorite (65-70% Cl) may be substituted 16 27 for the chlorine gas-water mixture. The dry powder shall first be mixed as a paste and 28 then thinned to a 1 percent chlorine solution by adding water to give a total quantity of 29 7.5 gallons of water per pound of dry powder. This solution shall be injected in one end 30 of the section of main to be disinfected while filling the main with water. 31 32 7-09.3(24)G Sodium Hypochlorite 33 Sodium hypochlorite, commercial grade (12.5% Cl) or in the form of liquid household 34 bleach (5-6% Cl), may be substituted for the chlorine gas-water mixture. This liquid 35 chlorine compound may be used full strength or diluted with water and injected into the 36 main in correct proportion to the fill water so that dosage applied to the water will be at 37 least 50 mg/I. ,viii 38 39 7-09.3(24)H Point of Application 40 The point of application of the chlorinating agent shall be at the beginning of the pipeline 41 extension or any valved section of it, and through a corporation stop inserted in the *r 42 horizontal axis of the pipe. The water injector for delivering the chlorine-bearing water 43 into the pipe should be supplied from a tap on the pressure side of the gate valve 44 controlling the flow into the pipeline extension. Alternate points of applications may be 45 used when approved by the Engineer. 46 47 7-09.3(24)1 Rate of Application 48 Water from the existing distribution system, or other source of supply, shall.be controlled 49 to flow very slowly into the newly-laid pipeline during application of the chlorine. The 50 rate of chlorine gas-water mixture or dry gas feed shall be in such proportion to the rate 51 of water entering the newly-laid pipe that the dosage applied to the water will be at least 52 50 mg/l. 53 54 7-09.3(24)J Preventing Reverse Flow 55 No connections stiall be made between the existing distribution system and pipefines 56 not disinfected that are constructed under this Contract without a State Department of 57 Health approved backflow preventer installed in the connecting line. 58 AMENDMENTS s0 1 7-09.3(24)K Retention Period 2 Treated water shall be retained in the pipe at least 24 hours. After this period, the 3 chlorine residual at pipe extremities and at other representative points shall be at least 4 25 mg/I. +• 5 6 7-09.3(24)L Chlorinating Valves, Hydrants, and Appurtenances 7 In the process of chlorinating newly laid pipe, valves, hydrants, and other 8 appurtenances shall be operated while the pipeline is filled with the chlorinating agent " 9 and under normal operating pressure. 10 11 7-09.3(24)M Chlorinating Connections to Existing Water Mains and Water 1W 12 Service Connections 13 The chlorinating procedure to be followed shall be as specified in AWWA 14 Standard C651. All closure fittings shall be swabbed with a very strong chlorine solution 15 at least as strong as liquid household bleach (5-6% CI). +. 16 17 7-09.3(24)N Final Flushing and Testing 18 Following chlorination, treated water shall be flushed from the newly-laid pipe until the 19 replacement water throughout its length shows, upon test, the absence of chlorine. In O" 20 the event chlorine is normally used in the source of supply, then the tests shall show a 21 residual not in excess of that carried in the water supply system. 22 ,,,,,, 23 A sample tap shall be located ahead of the flushing hose for convenience and for 24 sanitary sampling. 25 26 Before placing the lines into service, a satisfactory report shall be received from the 27 local or State Health Department on samples collected from representative points in the 28 new system. Samples will be collected and bacteriological tests obtained by the 29 Engineer. 30 31 7-09.3(24)0 Repetition of Flushing and Testing 32 Should the initial treatment result in an unsatisfactory bacteriological test, the original 33 chlorination procedure shall be repeated by the Contractor until satisfactory results are aw 34 obtained. Failure to get a satisfactory test shall be considered as failure of the 35 Contractor to keep the pipe clean during construction, or to properly chlorinate the main. 36 37 7-09.4 Measurement 38 Measurement for payment of pipe for water mains will be by the linear foot of pipe laid 39 and tested and shall be measured along the pipe through fittings, valves, and couplings. 40 41 Measurement for payment of blowoff assembly will be per each. 42 43 No measurement shall be made for clearing and grubbing, removal of existing street 44 improvements, protection of existing utilities and services, trench excavation and pipe 45 zone backfill, pipe zone bedding, and compaction of backfill. " 46 47 When listed as a pay item, rock excavation will be measured in its original position by 48 volume in cubic yards. The quantity measured for payment will include only the material w. 49 excavated from within the limits hereinafter defined. Any additional excavation outside 50 of these limits will be considered as having been made for the Contractor's benefit, and 51 all costs in connection with such excavation shall be included in the unit contract prices 52 for the various items of work. �. 53 54 The horizontal limits for measuring rock excavation will be the sides of the trench, 55 except no payment will be made for material removed outside of vertical planes 56 extended beyond the maximum trench widths, as specified in Section 7-09.3(7). 57 Vertical distances shall be measured from the upper surface of the rock to an elevation 58 6 inches below the underside of the pipe barrel, or to the lower surface of the rock, 59 whichever is less. Boulders exceeding one cubic yard in volume shall be paid for 60 according to their measured volume. AMENDMENTS 51 err Y ' 1 2 Removal of the extra trench excavation as defined in Section 7-09.3(7)C will be 3 measured by the cubic yard. The depth shall be the actual depth removed for the 4 changed line or grade in accordance with Section 7-09.3(5) or as directed by the NJ 5 Engineer. The width shall be the actual width removed for the changed line or grade, 6 but in no case shall the measured width exceed the allowable widths specified in 7 Section 7-09.3(7). 8 9 Removal and replacement of unsuitable material will be measured by the cubic yard. 10 The depth shall be the actual depth removed below the depth specified in Section 7- 11 09.3(5). The width shall be the actual width removed, but in no case shall the measured 12 width exceed the allowable widths specified in Section 7-09.3(7). 13 14 Measurement of bank run gravel for trench backfill will be by the cubic yard measured in 15 trucks at the point of delivery. � r 16 17 Shoring or extra trench excavation will be measured as specified in Section 2-09.4 for 18 shoring or extra excavation Class B. °t 19 20 7-09.5 Payment 21 Payment will be made in accordance with Section 1-04.1, for each of the following bid 22 items that are included in the proposal: 23 24 Pipe for Water Main In. Diam.", per linear foot. 25 26 The unit contract price per linear foot for each size and kind of " Pipe to 27 for Water Main In. Diam." shall be full pay for all work to complete the 28 installation of the water main including but not limited to trench excavation, 29 bedding, laying and jointing pipe and fittings, backfilling, concrete thrust blocking, 30 testing, flushing, disinfecting the pipeline, and cleanups 31 32 Payment for restoration will be made under the applicable items shown in the 33 Proposal. If no pay items for restoration are included in the Proposal, restoration 34 shall be considered incidental to the work of constructing the water main, and all 35 costs thereof shall be included in the unit contract price bid for " Pipe for 36 Water Main In. Diam." 37 so 38 "Rock Excavation", per cubic yard. 39 40 If no pay item is listed, rock excavation shall be considered incidental to the work to 41 construct the water main and all costs shall be included in other items of work W 42 specified in Section 7-09.5. 43 44 "Extra Trench Excavation", per cubic yard. 45 46 "Removal and Replacement of Unsuitable Material', per cubic yard. 47 48 "Bank Run Gravel for Trench Backfill", per cubic yard. 49 50 No separate payment will be made for clearing and grubbing, removal of existing 51 street improvements, furnishing and installing sand cushion, protection of existing 52 utilities and services, trench excavation and backfill, bedding the pipe, and 0 53 compacting the backfill. These items shall all be considered as incidental to the 54 work of constructing the water main, and all costs thereof shall be included in the 55 payment as specified in Section 7-09.5. 56 57 "Shoring or Extra Excavation Trench", per square foot. 58 59 "Blowoff Assembly", per each. 60 AMENDMENTS 52 +0 1 The unit contract price bid per each for "Blowoff Assembly" shall be full pay for all 2 work to install the blowoff assembly, including but not limited to excavating, 3 backfilling, laying and jointing pipe, tapping the main, corporation stop, pipe and 4 fittings, gate valve, meter box, and cover and cleanup. �" 5 6 SECTION 7-10, TRENCH EXC., BEDDING, AND BACKFILL FOR WATER MAINS 7 August 5, 2002 rw 8 This section including title is revised in its entirety to read: 9 10 SECTION 7-10, VACANT VW 11 12 SECTION 7-11, PIPE INSTALLATION FOR WATER MAINS 13 August 5, 2002 so 14 This section including title is revised in its entirety to read: 15 16 SECTION 7-11, VACANT r 17 18 SECTION 7-12, VALVES FOR WATER MAINS 19 April 1, 2002 aw 20 7-12.3(1) Installation of Valve Marker Post 21 The reference to "Meters" in the third sentence is revised to "feet and inches". 22 23 SECTION 7-15, SERVICE CONNECTIONS 24 August 5, 2002 25 7-15.1 General rn 26 This section is revised to read: 27 28 This work consists of installing 2-inch and smaller service connections from the main to 29 and including the meter setter for the premises served. Service connections larger than 30 2 inches shall be installed as detailed on the Plans or as described in the Special 31 Provisions. 32 33 SECTION 7-17, SANITARY SEWERS 34 April 1, 2002 35 7-17.3(2)F Low Pressure Air Test for Sanitary Sewers Constructed of Non Air- 36 Permeable Materials 37 This section is supplemented with the following: 38 39 Reaches of thermoplastic pipe containing no joints shall be exempt from testing dw 40 requirements. 41 42 SECTION 8-01, EROSION CONTROL AND WATER POLLUTION CONTROL 43 December 2, 2002 44 This section is revised to read: 45 46 8-01.1 Description 47 This work shall consist of furnishing, installing, maintaining, removing and disposing of 48 water pollution and erosion control items in accordance with these Specifications and as 49 shown in the Plans or as designated by the Engineer. 50 51 8-01.2 Materials 52 Materials shall meet the requirements of the following sections: ow 53 54 Mulch and Amendments 9-14.4 rr AMENDMENTS 53 rw 1 Erosion Control Blanket 9-14.5 2 Construction Geotextile 9-33 3 Quarry Spalls 9-13 4 5 8-01.3 Construction Requirements 6 7 8-01.3(1) General 8 Controlling pollution, erosion, runoff, and related damage may require the Contractor to 9 perform temporary work items including but not limited to: 10 11 1. Providing ditches, berms, culverts, and other measures to control surface 12 water; 13 2. Building dams, settling basins, energy dissipaters, and other measures, to 14 control downstream flows; 15 3. Controlling underground water found during construction; or + 16 4. Covering or otherwise protecting slopes until permanent erosion-control 17 measures are working. 18 19 To the degree possible, the Contractor shall coordinate this temporary work with 20 permanent drainage and erosion control work the contract requires. 21 22 The Engineer may require additional temporary control measures if it appears pollution 23 or erosion may result from weather, the nature of the materials, or progress on the work. 24 25 When natural elements rut or erode the slope, the Contractor shall restore and repair 26 the damage, with the eroded material where possible, and clean up any remaining + + 27 material in ditches and culverts. When the Engineer orders replacement with additional 28 or other materials, unit contract prices will cover the quantities needed. 29 30 If the Engineer anticipates water pollution or erosion, the Contractor shall schedule the 31 work so that grading and erosion control immediately follows clearing and grubbing. 32 The Engineer may also require erosion control work to be done with or immediately after 33 grading. Clearing, grubbing, excavation, borrow, or fill within the right of way shall never 34 expose more erodible earth than as listed below, without written approval by the 35 Engineer: 36 37 Area Date Location 38 17 Acres April 1 - October 31 East of the Summit of the 39 Cascade Range 40 May 1 - September 30 West of the Summit of the 41 Cascade Range 42 5 Acres November 1 - March 31 East of the Summit of the 43 Cascade Range 44 October 1 -April 30 West of the Summit of the 45 Cascade Range 46 47 The Engineer may increase or decrease the limits in light of project conditions. 48 ■r► 49 Erodible earth is defined as any surface where soils, grindings, or other materials are 50 capable of being displaced and transported by rain, wind, or surface water runoff. 51 52 In western Washington, erodible soil not being worked, whether at final grade or not, 00 53 shall be covered within the following time period, using an approved soil covering 54 practice, unless authorized otherwise by the Engineer: 55 96 56 October 1 through April 30 2 days maximum 57 May 1 to September 30 7 days maximum 58 59 If the Engineer, under Section 1-08.6, orders the work suspended for an extended time, .r 60 the Contractor shall, before the Contracting Agency assumes maintenance AMENDMENTS 54 up 1 responsibility, make every effort to control erosion, pollution, and runoff during 2 shutdown. Section 1-08.7 describes the Contracting Agency's responsibility in such 3 cases. 4 'r 5 Nothing in this section shall relieve the Contractor from complying with other contract 6 requirements. 7 e ,. 8 8-01.3(1)A Submittals 9 At the preconstruction discussions, the Contractor shall submit a plan for temporary 10 erosion and sediment control (TESC). When a TESC plan is included in the Plans, the 11 Contractor may adopt or modify the plan. +m 12 13 Before any work begins, the Contractor shall obtain the Engineer's approval on a TESC 14 plan. The plan shall show the schedule for all erosion control work, whether required by 15 the contract or proposed by the Contractor. The plan shall cover all areas the "�'""` 16 Contractor's work may affect inside and outside the limits of the project (including all 17 Contracting Agency-provided sources, disposal sites, and haul roads, and all nearby 18 land, streams, and other bodies of water). The Contractor shall revise and update the 1W 19 plan whenever the Engineer so requests in writing. 20 21 The Contractor shall allow at least five working days for the Engineer's review of any 22 original or revised plan. Failure to approve all or part of any such plan shall not make �. 23 the Contracting Agency liable to the Contractor for any work delays. 24 25 8-01.3(1)B Erosion and Sediment Control (ESC) Lead 26 The Contractor shall identify the ESC lead at the preconstruction discussions. The ESC 27 Lead shall have, for the life of the contract, a current Certificate of Training in 28 Construction Site Erosion and Sediment Control from a course approved by WSDOT's 29 Statewide Erosion Control Coordinator. 30 31 The ESC Lead shall implement the Temporary Erosion and Sediment Control (TESC) 32 plan. Implementation shall include, but is not limited to: 33 r 34 1. Installing, maintaining, inspecting and repairing all temporary erosion and 35 sediment control Best Management Practices (BMPs) included in the TESC 36 plan to assure continued performance of their intended function. All on-site 37 erosion and sediment control measures shall be inspected at least once every 38 five working days, each working day during a runoff-producing rain event, and 39 within 24 hours after a runoff-producing rain event. Damaged or inadequate 40 TESC measures shall be corrected within 24 hours of the inspection. A TESC 41 Inspection Report shall be prepared for each inspection and shall be included 42 in the TESC file. A copy of each report shall be provided to the Engineer. The 43 inspection report shall include, but not be limited to: 44 �. 45 a. When, where and how BMPs were installed, maintained, modified, 46 and removed; 47 b. Repairs needed and repairs made; 48 c. Observations of BMP effectiveness and proper placement; 49 d. Recommendations for improving performance of BMPs. 50 51 2. Preparing and maintaining a TESC file on site that includes, but is not limited a, 52 to: 53 54 a. TESC Inspection Reports. 55 b. Stormwater site plan. ..� 56 c. Temporary Erosion and Sediment Control (TESC) Plan. 57 d. National Pollutant Discharge Elimination System construction permit 58 (Notice of Intent). 59 e. Other applicable permits. 60 AMENDMENTS 55 aw 1 Upon request, the file shall be provided to the Engineer for review. 2 3 8-01.3(1)C Ground Water 4 When ground water is encountered in an excavation, it shall be treated and discharged 5 as follows: 6 7 1. When the ground water meets State Water Quality standards, it may bypass ai 8 detention and treatment facilities and be routed directly to its normal discharge 9 point at a rate and method that will not cause erosion. 10 11 2. When the turbidity of the ground water is similar to the turbidity of the site No 12 runoff, the ground water may be treated using the same detention and 13 treatment facilities being used to treat the site runoff and then discharged at a 14 rate that will not cause erosion. 15 ' 16 3. When the turbidity is worse than the turbidity of the site runoff, the ground 17 water shall be treated separately until the turbidity is similar to or better than 18 the site runoff before the two may be combined and treated using the same 19 detention and treatment facilities being used to treat the site runoff and then 20 discharged at a rate that will not cause erosion. 21 22 8-01.3(1)D Detention/Retention Pond Construction 16 23 When a detention or retention pond is required, whether it is temporary or permanent, it 24 shall retain/detain the full final design volume of stormwater before beginning other 25 grading and excavation work in the area that drains into that pond. Temporary 26 conveyances shall be installed concurrently with grading in accordance with the TESC " 27 plan so that newly graded areas drain to the pond as they are exposed. 28 29 8-01.3(2) Temporary Seeding, Mulching. and Soil Binding 30 31 8-01.3(2)A Temporary Seeding 32 Temporary seeding is used to establish temporary cover on disturbed soil. Temporary 33 seeding shall be in accordance with Section 8-02.3(15) except that temporary seeding rri 34 may be installed at any time. 35 36 8-01.3(2)B Temporary Mulching 37 Temporary mulch, such as straw, wood cellulose (with and without tackifier), compost, or 38 other best management practices as approved by the Engineer, may be applied at any 39 time of the year for soil cover. Temporary mulching shall be in accordance with Section 40 8-02.3(15). 41 42 8-01.3(2)C Soil Binding Using Polyacrylamide (PAM) 43 The PAM shall be completely dissolved and mixed in water prior to being applied to the 44 soil. PAM shall be applied only on bare soil at a rate of not more than 0.5 pounds per Oi 45 1 M gallons of water per acre. A minimum of 200 pounds per acre of cellulose fiber 46 mulch treated with a non-toxic dye shall be applied with the PAM. 47 48 PAM shall be applied only to areas that drain to completed sedimentation control BMPs go 49 in accordance with the TESC plan. PAM shall not be applied to the same area more 50 than once in a 48 hour period, or more than 7 times in a 30 day period. 51 to 52 PAM shall not be applied during a rain or to saturated soils. 53 54 8-01.3(3) Placing Erosion Control Blanket 55 When required, erosion control blanket shall be placed immediately following the 56 seeding and fertilizing operation. Temporary erosion control blankets as defined in 9- 57 14.5, having an open area of 60% or greater, may be installed prior to seeding. 58 AMENDMENTS 56 +w 1 Where more than one strip of erosion control blanket is required to cover the given area, 2 it shall overlap the adjacent blanket as specified by the manufacturer, or a minimum of 4 3 inches. 4 5 The ends of the erosion control blanket shall overlap as specified by the manufacturer, 6 or a minimum of 6 inches, with the upgrade section on top. 7 8 The manufacturers recommendations or the following, whichever is the most stringent, 9 shall be used: 10 11 The up-slope end of the erosion control blanket shall be staked and buried in a 6-inch- aw 12 deep trench with the soil firmly tamped against the mat. A minimum of three stakes per 13 width of blanket, with a stake at each overlap, shall be driven below the finish ground 14 line prior to backfilling of the trench. The Engineer may require that any other edge 15 exposed to more than normal flow of water or strong prevailing winds be staked and aw 16 buried in a similar manner. The ends of the erosion control blanket shall overlap a 17 minimum of 6 inches, with the upgrade section on top. 18 V,„ 19 The edges of the erosion control blanket shall be buried around the edges of catch 20 basins and other structures. Erosion control blanket shall be spread evenly and 21 smoothly and in contact with the soil at all points. Where more than one strip of erosion 22 control blanket is required, it shall overlap the adjacent blanket a minimum of 4 inches. + 23 24 The blanket shall be fastened at intervals not more than 3 feet apart in three rows for 25 each strip of blanket. There shall be one row along each edge and one row down the 26 center with the stakes centered, both horizontally and vertically, to the edge stakes. The 27 ends of the blanket shall be fastened at 6-inch intervals across their width. Fastening 28 devices shall anchor the blanket against the soil and be driven flush with the finished 29 grade. 30 31 8-01.3(4) Placing Plastic Covering 32 Plastic meeting the requirements of Section 9-14.5(3) shall be placed with at least a 12- 33 inch overlap of all seams. rr 34 35 Clear plastic covering shall be used to promote growth of vegetation. Black plastic 36 covering shall be used for stockpiles or other areas where vegetative growth is 37 unwanted. wo 38 39 The cover shall be maintained tightly in place by using sandbags on ropes in a 10-foot, 40 maximum, grid. All seams shall weighted down full length. 41 "" 42 8-01.3(5) Check Dams 43 Check dams shall be installed as soon as construction will allow, or when designated by 44 the Engineer. The Contractor may substitute a different check dam for that specified No 45 with approval of the Engineer. Check dams shall be placed in ditches perpendicular to 46 the channel. Check dams shall extend up the sides of ditches a sufficient distance to 47 ensure that water will flow over the center of the dam and not flow around the ends. 48 Check dams shall be of sufficient height to maximize detention, without causing water to M» 49 leave the ditch, and spaced such that the elevation of the top of a check dam at the 50 center of the ditch is equal to the ditch flow line at the downstream base of the upstream 51 check dam. 52 aw 53 8-01.3(5)A Geotextile-Encased Check Dam 54 The geotextile-encased check dam shall meet the requirements in Section 55 9-14.5(4) Geotextile-Encased Check Dam. 56 57 Installation of geotextile-encased check dams shall be in accordance with the Plans, 58 and shall be anchored to hold it firmly in place under all conditions. 59 aw AMENDMENTS 57 .W i 1 8-01.3(5)B Rock Check Dam 2 The rock used to construct rock check dams shall meet the requirements for quarry 3 spalls, in accordance with Section 9-13.6. Rock check dams shall be installed in a 4 triangular shape, with approximately 2:1 slopes on both the upstream and downstream + 5 faces. 6 7 8-01.3(5)C Sandbag Check Dam ig 8 Sandbags shall be placed so that the initial row makes tight contact with the ditch line 9 for the length of the dam. Subsequent rows shall be staggered so the center of the bag 10 is placed over the space between bags on the previous lift. 11 No 12 8-01.3(6) Stabilized Construction Entrance 13 Temporary stabilized construction entrance shall be constructed in accordance with the 14 Plans, prior to beginning any clearing, grubbing, earthwork or excavation. 15 16 When the stabilized entrance becomes ineffective due to build up of material, the 17 Contractor shall either rehabilitate the existing entrance to original condition, or 18 construct a new entrance. 19 20 When the contract requires a tire wash in conjunction with the stabilized entrance, the 21 Contractor shall include details for the tire wash and the method for containing and 22 treating the sediment-laden runoff as part of the erosion control plan. All vehicles leaving 23 the site shall stop and wash sediment from their tires. 24 25 8-01.3(7) Street Cleaning 26 Self-propelled pickup street sweepers shall be used, whenever required by the •w 27 Engineer, to prevent the transport of sediment and other debris off the project site. 28 29 Street washing with water will require approval by the Engineer. 30 31 8-01.3(8) Inlet Protection 32 Inlet protection can be in the form of internal or external devices and shall be installed 33 prior to clearing, grubbing or earthwork activities. Inlet protection devices shall be as 34 shown in the Plans. 35 36 When the depth of accumulated sediment and debris reaches approximately one-half 37 the height of an internal device or one-third the height of the external device (or less wr 38 when so specified by the manufacturers), the deposits shall be removed and stabilized 39 on site. 40 41 Internal devices shall be prefabricated units specifically designed for inlet protection and 42 shall have the following features: 43 44 1. The strength requirement for the filter fabric shall meet or exceed the 45 requirements of Table 1 for Moderate Survivability, and the minimum filtration 46 properties of Table 2, in Section 9-33.2. 47 48 2. Shall be sized for the stormwater structure it will service. 49 50 3. Shall have a built-in high-flow relief system. 51 52 4. Shall have a retrieval system for removal of the device without spilling the 53 contained material. 54 5'5 5. Shall remain securely attached to the drainage structure when fully loaded with sir 56 sediment and debris, or at the maximum level of sediment and debris specified 57 by the manufacturer. 58 59 External devices may be silt fence or prefabricated units specifically designed for inlet so 60 protection having the following features: AMENDMENTS 58 Yo 1 2 1, Filter fabric shall meet or exceed the requirements for silt fence in Section 9- 3 33.2. 4 "" 5 2. The top of the device shall be at least 2 feet above the grate. 6 7 3. The device shall remain securely in place over the drainage structure under all „W 8 conditions. 9 10 Check dams or functionally equivalent devices may be used as inlet protection devices 11 with the approval of the Engineer. Im 12 13 8-01.3(9) Sediment Control Barriers 14 Sediment control barriers shall be installed in accordance with TESC plan or 15 manufacturer's recommendations in the areas of clearing, grubbing, earthwork or "' 16 drainage prior to starting those activities. The Contractor may substitute a different 17 control barrier for that specified with approval of the Engineer. 18 10 19 The sediment control barriers shall be maintained until the soils are stabilized. 20 21 8-01.3(9)A Silt Fence 22 Silt fence shall be constructed in accordance with the Plans. Ow 23 24 Backup support for the geotextile in the form of steel wire or plastic mesh is optional, 25 depending on the properties of the geotextile selected for use in Table 6 in Section 9- 26 33.2. When backup support is used, steel wire shall have a maximum mesh spacing of 'w 27 2 inches, and the plastic mesh shall be as resistant to ultraviolet radiation as the 28 geotextile it supports. 29 .r 30 The geotextile shall be attached on the up-slope side of the posts and support system 31 using staples, wire, or in accordance with the manufacturer's recommendations. 32 33 The geotextile shall be sewn together at the point of manufacture, or at a location ir. 34 approved by the Engineer, to form geotextile lengths as required. All sewn seams and 35 overlaps shall be located at a support post. 36 37 Posts shall be either wood or steel. Hardwood posts shall have minimum dimensions of rw 38 1 1/4 inches by 1 1/4 inches by the minimum length shown in the Plans. Steel posts 39 shall consist of U, T, L, or C shape posts with a minimum weight of 1.35 Ibs/ft, or other 40 steel posts having equivalent strength and bending resistance to the posts listed. 41 MW 42 When sediment deposits reach approximately one-third the height of the silt fence, the 43 deposits shall be removed or a second silt fence shall be installed, as determined by the 44 Engineer. up 45 46 8-01.3(9)B Gravel Filter, Wood Chip or Compost Berm 47 The gravel filter berm shall be a minimum of one foot in height and shall be maintained 48 at this height for the entire time they are in use. � 49 50 The wood chip berm shall be a minimum of two feet in height and shall be maintained at 51 this height for the entire time they are in use. Wood chips shall meet the requirements ONO 52 in Section 9-14.4(3). 53 54 The compost berm shall be 1 foot high by 2 feet wide at the base on slopes less than 4 55 (H):1 (V) and a minimum of 1.5 feet high by 3 feet wide at the base on slopes steeper am 56 than 4(H):1(V). Compost shall meet the requirements of Compost Type 2 in Section 9- 57 14.4(8). 58 wr .. AMENDMENTS 59 lW 1 8-01.3(9)C Brush Barrier 2 Brush shall be placed in a row, approximately 3 to 5 feet wide and at least 2.5 feet high 3 and with construction geotextile for silt fence placed over the pile. The geotextile shall 4 be anchored in a 6 inch wide by 6 inch deep trench on the upstream side of the barrier, 4 5 and anchored using stakes on the downstream side. 6 7 When no longer required, the geotextile material shall be removed, and the brush left in 8 place. 9 10 8-01.3(9)D Straw Bale Barrier 3 11 Straw bale barriers shall be embedded in a trench the width of the bales for the length of 12 the barrier and a minimum of four inches deep. The material excavated from the trench 13 shall be placed and compacted against the uphill side of the bales. 14 15 The bales shall be placed on their sides so that the bindings are not touching the 16 ground. The ends of the bales shall be tightly abutting one another, and all spaces that 17 do exist between bales shall be firmly packed with straw. 18 19 Each bale shall be anchored using two stakes of wood or steel, driven flush with the top 20 of the bale and extending through the bale and into the ground a minimum of 18 inches. 21 The first stake shall be driven on an angle towards the previously laid bale. Straw shall 22 conform to Section 9-14.4(1). 23 24 8-01.3(10) Wattles 25 Wattles shall meet the requirements in Section 9-14.5(5). 26 00 27 Wattles shall be installed as soon as construction will allow or when designated by the 28 Engineer. Wattles shall be placed in shallow trenches and staked along the contour of -; 29 disturbed or newly constructed slopes, in accordance with the Plans, perpendicular to 30 the flow direction and parallel to the slope contour. wry 31 32 The wattles shall be installed at the intervals designated by the Engineer. 33 34 Trench construction and wattle installation shall begin from the base of the slope and 35 work uphill. Excavated material shall be spread evenly along the uphill slope and 36 compacted using hand tamping or other method approved by the Engineer. On 37 gradually sloped or clay-type soils trenches shall be 2 to 3 inches deep. On loose soils, „ 38 in high rainfall areas, or on steep slopes, trenches shall be 3 to 5 inches deep, or half 39 the thickness of the wattle. 40 41 The wattle shall be install snugly into the trench, abutting adjacent wattles tightly, end to + 42 end, without overlapping the ends. Wattles shall be staked at each end and at 4-foot 43 centers along their entire length. When trench conditions require, pilot holes for the 44 stakes shall be driven through the wattle and into the soil using a straight bar. Stakes 45 shall be driven through the middle of the wattle, leaving 2 to 3 inches of the stake 46 protruding above the wattle. 47 48 Wattles shall be inspected regularly to ensure they remain thoroughly entrenched and in 49 contact with the soil, and immediately after a runoff producing rainfall. 50 51 8-01.3(11) Temporary Curb 52 Temporary curbs may consist of asphalt, concrete, sand bags, or geotextile/plastic 53 encased berms of soil, sand or gravel or as approved by the Engineer. 54 55 Temporary curbs shall be installed along pavement edges to prevent runoff from flowing 56 onto erodible slopes. The redirected water shall flow to a BMP designed to convey 57 concentrated runoff. The temporary curbs shall be 4 inches in height. 58 if to AMENDMENTS 60 wo 1 8-01.3(15) Maintenance 2 Erosion control devices shall be maintained so they properly perform their function until 3 the Engineer determines they are no longer needed. 4 �r 5 The devices shall be inspected on the schedule outlined in Section 8-01.3(1)B for 6 damage and sediment deposits. Damage to or undercutting of the device shall be 7 repaired immediately. «n 8 9 Unless otherwise specified, when the depth of accumulated sediment and debris 10 reaches approximately one-third the height of the device the deposits shall be removed. 11 Debris or contaminated sediment shall be disposed of in accordance with Section 2- or 12 01.2. Clean sediments may be stabilized using approved best management practices 13 on site when the Engineer approves. 14 15 Erosion control devices that have been damaged shall be repaired or replaced No 16 immediately by the Contractor, in accordance with Section 1-07.13(4). 17 18 8-01.3(16) Removal and Reuse w 19 When the Engineer determines that an erosion control device is no longer required, the 20 Contractor shall remove the device and all associated hardware from the project limits 21 unless it qualifies for reuse as described below. 22 23 When the materials are biodegradable the Engineer may approve leaving the temporary 24 device in place. 25 26 A previously used erosion control device may be reused on this contract provided: 27 28 1. The device has been thoroughly cleaned of all debris. 29 30 2. The device is free of tears, holes, or other damage. 31 32 3. The Engineer has visually inspected the device and has determined it to be 33 intact and not compromised as to performance. .r 34 35 8-01.4 Measurement 36 ESC lead will be measured by the day, for each day that an inspection is made and a 37 report is filed. 38 39 Measurement of erosion control blanket and of plastic covering will be by the square 40 yard measurement of surface area covered and accepted. 41 42 Check dams will be measured by the linear foot along the ground line of the completed 43 check dam. 44 aw 45 Stabilized construction entrance will be measured by the square yard for each entrance 46 constructed. 47 48 Tire wash facilities will be measured per each for each wash installed. �. 49 50 Street cleaning will be measured by the hour for the actual time spent cleaning 51 pavement, as authorized by the Engineer. Time to move the equipment to or from the 52 area on which street cleaning is required will not be measured. 53 54 Inlet protection will be measured per each for each initial installation at a drainage 55 structure. +rrr 56 57 Silt fence, gravel filter, compost, and wood chip berms, and brush barrier will be 58 measured by the linear foot along the ground line of completed barrier. 59 Ow AMENDMENTS 61 AW 1 1 Straw bale barrier will be measured per each for each bale placed in the initial 2 installation at a barrier location. 3 4 Wattle will be measured by the linear foot along the ground line of the completed wattle. 5 6 Temporary curb will be measured by the linear foot. 7 8 Temporary seeding will be measured by the acre. 9 10 PAM will be measured by the acre. 11 12 8-01.5 Payment 13 Payment will be made in accordance with Section 1-04.1, for each of the following bid 14 items that are included in the proposal: 15 "0 16 "ESC Lead", per day. 17 "Erosion Control Blanket', per square yard. 18 "Plastic Covering", per square yard. 19 "Check Dam", per linear foot. 20 "Stabilized Construction Entrance", per square yard. 21 "Tire Wash", per each. 22 The unit contract per each for tire wash shall include all costs associated with 23 constructing, operating, maintaining, and removing the tire wash. 24 25 "Street Cleaning", per hour. 26 "Inlet Protection", per each. 27 "Silt Fence", per linear foot. 28 "Gravel Filter Berm", per linear foot. 29 "Wood Chip Berm", per linear foot. 40 30 "Compost Berm", per linear foot. 31 "Brush Barrier", per linear foot. 32 "Straw Bale" , per each. 33 "Wattle", per linear foot. 34 "Erosion/Water Pollution Control", by force account as provided in Section 1-09.6. 35 Maintenance and removal of erosion and water pollution control devices including 36 removal and disposal of sediment, and any additional work deemed necessary by 37 the Engineer to control erosion and water pollution will be paid by force account +6 38 under the item "Erosion/Water Pollution Control". 39 40 To provide a common proposal for all bidders, the Contracting Agency has entered 41 an amount in the proposal to become a part of the Contractor's total bid. 42 43 "Temporary Curb", per linear foot. 44 The unit contract price per linear foot for temporary curb shall include all costs to 45 install, maintain, remove, and dispose the temporary curb. 46 47 "Temporary Seeding", per acre. 48 "PAM", per acre +ww 49 When the contract requires applying PAM as an amendment to seeding, fertilizing, 50 and mulching, or watering operations, all costs for furnishing and applying PAM 51 shall be included in the unit contract price for the associated item of work. 52 53 SECTION 8-02, ROADSIDE PLANTING 54 December 2, 2002 55 This section is revised to read: 56 57 SECTION 8-02, ROADSIDE RESTORATION 58 AMENDMENTS 62 a. 1 8-02.1 Description 2 This work shall consist of furnishing and placing topsoil and soil amendments, and 3 furnishing and planting trees, whips, shrubs, ground covers, cuttings, fascines, live 4 stakes, live poles, rhizomes, tubers, seedlings, erosion control seeding, fertilizing, and 1W 5 mulching, and soil bioengineering in accordance with these Specifications and as shown 6 in the Plans or as directed by the Engineer. 7 s Or 8 Trees, whips, shrubs, ground covers, cuttings, live stakes, live poles, rhizomes, tubers, 9 rootstock, and seedlings will hereinafter be referred to collectively as "plants" or "plant 10 material." 11 Ow 12 8-02.2 Materials 13 Materials shall meet the requirements of the following sections: 14 15 Soil 9-14.1 wo 16 Seed 9-14.2 17 Fertilizer 9-14.3 18 Mulch and Amendments 9-14.4 +w 19 Erosion Control Blanket 9-14.5 20 Plant Materials 9-14.6 21 Stakes, Guys, and Wrapping 9-14.7 22 Irrigation Water 9-25.2 Ow 23 24 Botanical identification and nomenclature of plant materials shall be based on 25 descriptions by Hitchcock and Cronquist in "Flora of the Pacific Northwest". Botanical 26 identification and nomenclature of plant material not found in Flora shall be based on to 27 Bailey in "Hortus Third" or superseding editions and amendments or as referenced in 28 the plans. 29 ,m 30 8-02.3 Construction Requirements 31 32 8-02.3(1) Responsibility During Construction 33 The Contractor shall ensure adequate and proper care of all plant material and work w, 34 done on this project until all plant establishment periods required by the contract are 35 complete or until physical completion of the project, whichever is last. Existing 36 vegetation shall not be disturbed unless required by the Contract or approved by the 37 Engineer. or 38 39 Adequate and proper care shall include, but is not limited to, keeping all plant material in 40 a healthy, growing condition by watering, cultivating, pruning, and spraying. Plant 41 material crowns, runners, and branches shall be kept free of mulch at all times. This "` 42 work shall include keeping the planted areas free from insect infestation, weeds or 43 unwanted vegetation, litter, and other debris along with retaining the finished grades and 44 mulch in a neat uniform condition. 45 46 The Contractor shall have sole responsibility for the maintenance and appearance of 47 the roadside restoration. 48 49 8-02.3(2) Roadside Work Plan 50 Before starting any work described in Sections 8-02 and 8-03, the Contractor shall 51 submit a roadside work plan for approval by the Engineer. The roadside work plan shall 52 define the work necessary to provide all contract requirements, including: plant area "' 53 preparation, seeding, planting, plant replacement, irrigation, and weed control in 54 narrative form. 55 4W 56 The Roadside Work Plan shall also include the following: 57 58 Progress Schedule 59 In accordance with Section 1-08.3, the Progress Schedule shall include the • 60 planned time periods for work necessary to provide all contract requirements AMENDMENTS 63 wr 1 covered in Sections 8-01, 8-02, and 8-03. Where appropriate, notes on the 2 schedule shall indicate the calendar dates during which these activities must occur. 3 4 Weed Control Plan 5 The Weed Control Plan shall be submitted and approved prior to starting any work 6 defined in Section 8-02.3(2). 7 +rr1 8 Plant Establishment Plan 9 The Plant Establishment Plan shall be prepared in accordance with Section 8- 10 02.3(13), submitted and approved prior to initial planting acceptance in accordance 11 with Section 8-02.3(12). 12 13 An emergency contact person for the Contractor shall also be listed. Should any 14 part of the roadside work plan become unworkable at any time, the Contractor shall 15 submit, and receive approval of a revised plan prior to proceeding with further work. + 16 17 The weed control plan shall show the scheduling of all weed control measures 18 required under the Contract including, hand weeding, rototilling, applications of 19 herbicides, noxious weed control, mowing, and shoulder slope weed control. Target 20 weeds and unwanted vegetation to be removed (no live top growth or roots) shall 21 be identified and listed in the weed control plan. 22 +rr► 23 The plan shall be prepared and signed by a licensed Commercial Pest Control 24 Consultant when chemical pesticides are proposed. The plan shall include 25 methods of weed control; dates of weed control operations; and the name, 26 application rate, and Material Safety Data sheets of all proposed herbicides. In so 27 addition, the Contractor shall furnish the Engineer with a copy of the current 28 product label for each pesticide and spray adjuvant to be used. These product 29 labels shall be submitted with the weed control plan for approval. 30 31 No on-site soil placement, grading, weed control, irrigation, or planting work shall 32 begin until the plan is approved. Upon approval of the roadside work plan by the 33 Engineer, the Contractor shall proceed in accordance with the approved plan. 34 35 8-02.3(2)A Chemical Pesticides 36 Application of chemical pesticides shall be in accordance with the label 37 recommendations, the Washington State Department of Ecology, local sensitive area err 38 ordinances, and Washington State Department of Agriculture laws and regulations. The 39 applicator shall be licensed by the State of Washington as a Commercial Applicator or 40 Commercial Operator with additional endorsements as required by the Special 41 Provisions or the proposed weed control plan. The Contractor shall furnish the 42 Engineer evidence that all operators are licensed with appropriate endorsements, and 43 that the pesticide used is registered for use by the Washington State Department of 44 Agriculture. The Contractor shall furnish the Engineer a copy of the product label and 45 Material Safety Data Sheet (MSDS) for each pesticide to be used. All chemicals shall 46 be delivered to the job site in the original containers. The licensed applicator or 47 operator shall complete a Commercial Pesticide Application Record (DOT Form 540- 48 509) each day the pesticide is applied, and furnish a copy to the Engineer by the 10 49 following business day. 50 51 The Contractor shall use extreme care to ensure confinement of the chemicals within 52 the areas designated. The use of spray chemical pesticides shall require the use of " 53 antidrift and activating agents, and a spray pattern indicator unless otherwise allowed by 54 the Engineer. 55 56 The Contractor shall assume all responsibility for rendering any area unsatisfactory for 57 planting by reason of chemical application. Damage to adjacent areas, either on or off 58 the highway right of way, shall be repaired to the satisfaction of the Engineer or the 59 property owner, and the cost of such repair shall be borne by the Contractor. wr 60 AMENDMENTS 64 wo 1 8-02.3(2)B Weed Control 2 Those weeds specified as noxious by the Washington State Department of Agriculture, 3 the local Weed District, or the County Noxious Weed Control Board shall be controlled 4 on the project in accordance with the weed control plan or as directed by the Engineer. up 5 6 During the life of the contract, the Contractor shall apply a nonselective residual 7 herbicide to the area between the edge of paved shoulders and a point shown in the VW 8 Plans or as designated by the Engineer. The Contractor shall make additional 9 applications when ordered by the Engineer. A nonselective herbicide recommended for 10 use adjacent to shrub and grass areas, and in ditches shall be used. 11 +wr 12 8-02.3(3) Planting Area Weed Control 13 All planting areas shall be prepared so that they are weed and debris free at the time of 14 planting and until completion of the project. The planting areas shall include the entire 15 ground surface, regardless of cover, all planting beds, areas around plants, and those aw 16 areas shown in the Plans. 17 18 At no time during the life of the Contract shall the Contractor allow weeds or unwanted a, 19 vegetation to reach seed stage. 20 21 All applications of post-emergent herbicides shall be made while green and growing 22 tissue is present. Should unwanted vegetation reach the seed stage, in violation of .r 23 these Specifications, the Contractor shall physically remove and bag the seed heads. 24 All physically removed vegetation and seed heads shall be disposed of off site at no 25 cost to the Contracting Agency. 26 27 8-02.3(4) Topsoil 28 Topsoil shall be evenly spread over the specified areas to the depth shown in the Plans 29 or as otherwise ordered by the Engineer. The soil shall be cultivated to a depth of 1 foot 30 or as specified in the Special Provisions or the Plans. After the topsoil has been spread, 31 all large clods, hard lumps, and rocks .3 inches in diameter and larger, and litter shall be 32 raked up, removed, and disposed of by the Contractor. 33 . 34 Topsoil shall not be placed when the ground or topsoil is frozen, excessively wet, or in 35 the opinion of the Engineer in a condition detrimental to the work. 36 37 8-02.3(4)A Topsoil Type A .. 38 Topsoil Type A shall be as specified in the Special Provisions. 39 40 8-02.3(4)B Topsoil Type B 41 Topsoil Type B shall be native topsoil taken from within the project limits and shall meet 42 the requirements of Section 9-14.1(2). 43 44 Topsoil Type B shall be taken from areas designated by the Engineer to the designated 45 depth and stockpiled at locations that will not interfere with the construction of the 46 project, as approved by the Engineer. Areas beyond the slope stakes shall be disturbed 47 as little as possible in the above operations. 48 +. 49 When topsoil Type B is specified, it shall be the Contractor's responsibility to perform 50 the excavation operations in such a manner that sufficient material is set aside to satisfy 51 the needs of the project. 52 dw 53 Upon physical completion of the work, topsoil Type B remaining and not required for use 54 on the project shall be disposed of by the Contractor at no expense to the Contracting 55 Agency and to the satisfaction of the Engineer. 4W 56 57 Should a shortage of topsoil Type B occur, and the Contractor has wasted or otherwise 58 disposed of topsoil material, the Contractor shall furnish topsoil Type C at no expense to 59 the Contracting Agency. wr 60 r AMENDMENTS 65 VV 1 Topsoil Type B will not be considered as selected material, as defined in Section 2 2-03.3(10), and the conditions of said section shall not apply. 3 4 Materials taken from roadway excavation, borrow, stripping, or other excavation items, 5 and utilized for topsoil, will not be deducted from the pay quantities for the respective 6 items. 7 8 8-02.3(4)C Topsoil Type C 9 Topsoil Type C shall be native topsoil obtained from a source provided by the Contractor 10 outside of the Contracting Agency-owned right of way. Topsoil Type C shall meet the 11 requirements of Section 8-02.3(4)B and Section 9-14.1(2). rrr 12 13 8-02.3(5) Planting Area Preparation 14 The work involved in preparing planting areas shall be conducted so the flow line in 15 drainage channels are maintained. Material displaced by the Contractor's operations, 16 which interferes with drainage, shall be removed from the channel and disposed of as 17 approved by the Engineer. The planting area shall be weed free with no top growth or 18 live roots before any soil work begins. 19 20 Before planting and final grading takes place, the area shall be cultivated when 21 specified in the Plans or the Special Provisions. 22r 23 The areas shall be brought to a uniform finished grade, 1 inch, or the specified depth of 24 mulch plus 1 inch, below walks, curbs, junction and valve boxes, catch basins, and 25 driveways, unless otherwise specified. All excess material and debris, stumps, and 26 rocks larger than 3 inches, shall be removed and disposed of off the project site or as 27 approved by the Engineer. 28 29 8-02.3(6) Soil Amendments 30 Soil amendments of the type, quality, and quantities specified shall be applied where 31 shown in the Plans or as specified in the Special Provisions. 32 33 8-02.3(7) Layout of Planting 34 All location layout and staking shall be the responsibility of the Contractor, subject to 35 approval of the Engineer before planting of each area begins. 36 37 The Engineer will make only the field measurements necessary to calculate and verify *0 38 quantities for payment. 39 40 All trees to be planted in mowable grass areas shall be located a minimum of 10 feet 41 from the edge of planting beds, other trees, fence lines, and bottom of ditches unless 42 otherwise specified. 43 44 Tree locations shown in the Plans shall be considered approximate unless shown with 45 stationing and offset distance. In irrigated areas, trees shall be located so their trunk is 46 a minimum of 1/3 of the spray radius away from the nearest sprinkler head. 47 48 Unless otherwise shown, planting beds located adjacent to roadways shall begin at the err 49 shoulder subgrade. 50 51 8-02.3(8) Planting 52 No plant material shall be planted until it has been inspected and approved for planting 53 by the Engineer. Rejected material shall be removed from the project site. 54 55 Under no circumstances will planting during freezing weather or in frozen ground be 56 permitted. All planting shall be accomplished during the following periods: 57 58 1. Nonirrigated Plant Material 59 September 15 to March 31. ► 60 2. Irrigated Plant Material AMENDMENTS 66 Ow 1 In irrigated areas, plant material shall not be installed until the irrigation system 2 is fully operational. 3 WX 4 Plants shall not be placed in areas that are below the finished grade. 5 6 Planting hole sizes for plant material shall be in accordance with the details shown in 7 the Plans. Any glazed surface of the planting hole shall be removed by hand methods. ow 8 9 Plant material supplied in containers shall not be removed from the containers until the 10 time of planting at the planting location. Roots of bare root stock shall not be bunched, 11 curled, twisted, or unreasonably bent when placed in the planting hole. All bare root my 12 plant material shall be dormant at the time of planting. 13 14 Fascines shall be installed in accordance with the requirements of Section 8-01.3(10). „w, 15 16 After placing balled and burlapped plants, all inorganic, plastic, or treated burlap and all 17 string or wire lacing shall be completely removed. A burlap-lined wire basket container 18 may be used in lieu of laced burlap. The top 1/2 of the basket shall be removed after the +.. 19 plant is positioned in the planting hole. 20 21 The plant material shall be handled in such a manner that the root systems are kept 22 covered and damp at all times. The root systems of all bare root plant material shall be aw 23 dipped in a slurry of silt and water immediately prior to planting. The root systems of 24 container plant material shall be moist at the time of planting. In their final position, the 25 plants shall have the same relationship to the finished grade as when growing in the 10 26 nursery or container. After planting, the backfill material and root ball shall be 27 thoroughly watered in within 24 hours. 28 29 The Contractor shall provide and apply an antidesiccant substance to all coniferous 30 plant material and to all deciduous trees (when in leaf) before the plants leave the 31 nursery. The Contractor shall supply a letter of certification that the antidesiccant has 32 been applied in accordance with the manufacturer's recommendations. 33 No 34 8-02.3(9) Pruning, Staking, Guying, and Wrapping 35 Plants shall be pruned at the time of planting, if needed, to remove minor broken or 36 damaged twigs, branches or roots. Pruning shall be done with a sharp tool and shall be No 37 done in such a manner as to retain or to encourage natural growth characteristics of the 38 plants. 39 40 When the lowest branch on a 2-inch caliper or larger deciduous tree occurs at 3 feet or ow 41 more from ground level, the trunks shall be wrapped with a tree wrapping material. Tree 42 wrap may be self-adhering or secured using tape. Staples will not be allowed. 43 44 Each tree shall be staked or guyed before completion of the backfilling in accordance a.' 45 with the details shown in the Plans. 46 47 All staking, guying, and wrapping shall be completely removed at the end of the first 48 year of plant establishment, unless otherwise approved by the Engineer. go 49 50 8-02.3(10) Fertilizers 51 Fertilizers shall be applied in the form specified in the Special Provisions. Application go 52 procedures shall be in accordance with the manufacturer's recommendations or as 53 specified in the Special Provisions. The Contractor shall submit for approval a 54 guaranteed fertilizer analysis label for the selected product. 55 wo 56 8-02.3(11) Bark or Wood Chip Mulch 57 Bark or wood chip mulch of the type and depth specified shall be applied where shown 58 in the Plans or as specified in the Special Provisions. Any contamination of the mulch 59 due to the Contractor's operations shall be corrected to its former condition at the 60 Contractor's expense. Mulch shall be feathered to the base of the plant and 1 inch 1W AMENDMENTS 67 WW 1 below the top of junction and valve boxes, curbs, and pavement edges. All plant crowns 2 shall be free of mulch. Mulch placed to a thickness greater than specified shall be at no , 3 additional cost to the Contracting Agency. 4 5 8-02.3(12) Completion of Initial Planting 6 Upon completion of the initial planting within a designated area, the Engineer will make 7 an inspection of all plant material and notify the Contractor, in writing, of any 8 replacements or corrective action necessary to meet the Contract Provisions. The 9 Contractor shall replace all materials rejected or missing and correct unsatisfactory 10 conditions. 11 12 Completion of the initial planting within a designated area includes the following: 13 14 1. A minimum of 95 percent of each of the plant material categories, as described 15 in Section 8-02.1, shall be in a healthy and vigorous growing condition and 16 shall be installed as shown in the Contract Plans. 17 18 2. Planting Area cleanup. 19 20 3. Repairs completed for the entire project, including but not limited to full 21 operation of the irrigation system, complete mulch coverage, and all weeds 22 controlled. 23 24 4. Approval of plant establishment plan. 25 26 8-02.3(13) Plant Establishment 27 Plant establishment shall consist of caring for all plants planted on the project and 28 caring for the planting areas within the project limits. The provisions of Section 1- 29 07.13(2) and 1-07.13(3) do not apply to this section 30 31 The Contractor shall submit a first year plant establishment plan, for approval by the 32 Engineer. The Plan shall show the proposed scheduling of activities, materials, and 33 equipment to be utilized for the first year plant establishment. The Plan shall include the 34 management of the irrigation system, when applicable. Should the plan become 35 unworkable at any time during the first year plant establishment, the Contractor shall 36 submit a revised plan. 37 38 The first year of plant establishment shall begin immediately upon written notification 39 from the Engineer of the acceptance of initial planting for the entire project. The first 40 year plant establishment period shall be a minimum of one calendar year. 41 42 During the first year plant establishment period, it shall be the Contractor's responsibility 43 to perform all work necessary to ensure the resumption and continued growth of the 44 transplanted material. This care shall include, but not be limited to, labor and materials 45 necessary for removal of foreign, dead, or rejected plant material, maintaining a weed- 46 free condition, and the replacement of all unsatisfactory plant material planted under the 47 contract. If plants are stolen or damaged by the acts of others, the Contracting Agency 48 will pay invoice cost only for the replacement plants with no mark-up and the Contractor 49 will be responsible for the labor to install the replacement plants. 50 51 The Contractor shall meet with the Engineer for the purpose of joint inspection of the 52 planting material on the closest working day to the first day of the month. The 53 Contractor shall correct all conditions unsatisfactory to the Engineer within a 10-day 54 period immediately following the inspection. Failure to comply with corrective steps as 55 outlined by the Engineer shall constitute justification for the Contracting Agency to take 4W 56 corrective steps and to deduct all costs thereof from any monies due the Contractor. At 57 the end of the plant establishment period, plants that do not show normal growth shall 58 be replaced. 59 AMENDMENTS 68 1 All automatic irrigation systems shall be operated fully automatic during the plant 2 establishment period and until final acceptance of the contract. Payment for water used 3 to water in plants, or hand watering of plant material or lawn areas unless otherwise aw 4 specified, is the responsibility of the contractor during the first year plant establishment 5 period. 6 7 Subsequent year plant establishment periods, when included in the contract, shall begin rr 8 immediately at the completion of the preceding year's plant establishment period. Each 9 subsequent year plant establishment period shall be one full calendar year in duration. 10 11 During the year plant establishment periods, whichever may apply, the Contractor 12 shall maintain all plant establishment areas in a condition that is free of unwanted 13 vegetation. Weeds and unwanted vegetation shall not be allowed to reach seed stage. 14 The Contractor shall perform all other work necessary to the continued healthy and 15 vigorous growth of all plant material as ordered by the Engineer. The Contractor shall 16 perform this work on a force account basis at the direction of the Engineer. 17 18 8-02.3(14) Plant Replacement Ow 19 The Contractor shall be responsible for growing or providing enough plants for 20 replacement of all plant material rejected through first year plant establishment. All 21 rejected plant material shall be replaced at dates approved by the Engineer. 22 "' 23 All replacement plants shall be of the same species and quality as the plants they 24 replace. Plants may vary in size reflecting one season of growth should the Contractor 25 elect to hold plant material under nursery conditions for an additional year to serve as 26 replacement plants. 27 28 8-02.3(15) Erosion Control Seeding, Fertilizing, and Mulching 29 30 8-02.3(15)A Preparation For Final Application 31 Areas to be cultivated are shown in the Plans or specified in the Special Provisions. 32 The areas shall be cultivated to the depths specified to provide a reasonably firm but 33 friable seedbed. Cultivation shall take place no sooner than two weeks prior to seeding. a' 34 35 All areas to be seeded, including excavated slopes shall be compacted and prepared 36 unless otherwise specified or ordered by the Engineer. Unless seed is covered with soil 37 immediately after seed application, a cleated roller, crawler tractor, or similar equipment, '� 38 approved by the Engineer that forms longitudinal depressions at least 2 inches deep 39 shall be used for compaction and preparation of the surface to be seeded. The entire 40 area shall be uniformly covered with longitudinal depressions formed perpendicular to to 41 the natural flow of water on the slope unless otherwise approved by the Engineer. The 42 soil shall be conditioned with sufficient water so the longitudinal depressions remain in 43 the soil surface until completion of the seeding. The area shall be compacted within 44 three weeks prior to seeding. Prior to seeding, the finished grade of the soil shall be 1 .r 45 inch, or the specified depth of mulch, below the top of all curbs, catch basins, junction 46 and valve boxes, walks, driveways, and other structures. 47 48 8-02.3(15)6 Seeding and Fertilizing "' 49 Seed and fertilizer shall be placed at the rate, mix and analysis specified in the Special 50 Provisions or as designated by the Engineer. 51 aw 52 The Contractor shall notify the Engineer not less than 24 hours in advance of any 53 seeding operation and shall not begin the work until areas prepared or designated for 54 seeding have been approved. Following the Engineer's approval, seeding of the 55 approved slopes stall begin immediately. +w 56 57 Seeding shall not be done during windy weather or when the ground is frozen, 58 excessively wet, or otherwise untillable. Seed and fertilizer may be sown by one of the aw 59 following methods: 60 VW AMENDMENTS 69 ar. 1 1 1. An approved hydro seeder that utilizes water as the carrying agent, and 2 maintains continuous agitation through paddle blades. It shall have an 3 operating capacity sufficient to agitate, suspend, and mix into a homogeneous 4 slurry the specified amount of seed and water or other material. Distribution 5 and discharge lines shall be large enough to prevent stoppage and shall be 6 equipped with a set of hydraulic discharge spray nozzles that will provide a 7 uniform distribution of the slurry. 8 9 2. Approved blower equipment with an adjustable disseminating device capable 10 of maintaining a constant, measured rate of material discharge that will ensure 11 an even distribution of seed at the rates specified. + r 12 13 3. Helicopters properly equipped for aerial seeding. 14 15 4. Approved power-drawn drills or seeders. 16 17 5. Areas in which the above methods are impractical may be seeded by 18 approved hand methods. 19 20 When seeding by hand, the seed shall be incorporated into the top '/a inch of soil by 21 hand raking or other method that is approved by the Engineer. 22 w 23 The seed shall have a tracer added to visibly aid uniform application. This tracer shall 24 not be harmful to plant and animal life. If wood cellulose fiber is used as a tracer, the 25 application rate shall not exceed 250 pounds per acre. Hand seeding operations are 26 excluded from this requirement. to 27 28 Seed and fertilizer may be applied in one application provided that the fertilizer is placed 29 in the hydro seeder tank no more than one hour prior to application. 30 31 8-02.3(15)C Liming 32 Agricultural lime shall be applied at the rates specified in the Special Provisions. The 33 method of application shall be in conformance with all air and water pollution regulations to 34 and shall be approved by the Engineer. 35 36 8-02.3(15)D Mulching 37 Mulch of the type specified in the Special Provisions shall be furnished, hauled, and 40 38 evenly applied at the rates indicated and shall be spread on seeded areas within 48 39 hours after seeding unless otherwise specified. 40 41 Distribution of straw mulch material shall be by means of an approved mulch spreader 42 that utilizes forced air to blow mulch material on seeded areas. In spreading straw 43 mulch, the spreader shall not cut or break the straw into short stalks. 44 rw� 45 Wood cellulose fiber may be applied with seed and fertilizer West of the summit of the 46 Cascade Range. East of the summit of the Cascade Range, seed and fertilizer shall be 47 applied in one application followed by the application of wood cellulose fiber. Wood 48 cellulose fiber used as mulch shall be suitable for application with a hydro seeder as wo 49 specified in Section 8-02.3(15)B. 50 51 Areas not accessible by mulching equipment shall be mulched by approved hand 52 methods. 53 54 Mulch sprayed on signs or sign structures shall be removed the same day. 55 00 56 8-02.3(15)E Soil Binder or Tacking Agent 57 When the proposal includes a pay item for soil binders and tacking agents, they shall be 58 applied in accordance with the manufacturer's recommended requirements. Tackifiers 59 used as a tie-down for seed and mulch shall be applied in quantities sufficient to equal go 60 the retention properties of guar when applied at the rate of 60 pounds per acre. AMENDMENTS 70 �• 1 2 8-02.3(15)F Dates for Application of Final Seed, Fertilizer, and Mulch 3 Unless otherwise approved by the Engineer, the final application of seeding, fertilizing, r. 4 and mulching of slopes shall be performed during the following periods: 5 6 West of the summit of the Cascade Range - March 1 to May 15 and August 15 to 7 October 1. Where contract timing is appropriate, seeding, fertilizing, and mulching 8 shall be accomplished during the fall period listed above. Written permission to 9 seed after October 1 will only be given when physical completion of the project is 10 imminent and the environmental conditions are conducive to satisfactory growth. 11 �+ 12 East of the summit of the Cascade Range - August 15 to November 15. Seeding, 13 fertilizing, and mulching shall be accomplished during this fall period only. 14 15 All roadway excavation and embankment slopes, including excavation and embankment 16 slopes that are partially completed to grade, shall be prepared and seeded during the 17 first available seeding window. 18 ow 19 When environmental conditions are not conducive to satisfactory results, the Engineer 20 may suspend work until such time that the desired results are likely to be obtained. 21 22 The Contractor will be responsible to ensure a healthy stand of grass, otherwise, the �. 23 Contractor will, restore eroded areas, clean up eroded materials, and reseed, fertilize 24 and mulch, at no additional cost to the Contracting Agency. 25 26 8-02.3(15)G Protection and Care of Seeded Areas 27 In addition to the requirements of Section 1-07.13(1), the contractor shall be responsible 28 for performing the following duties: 29 30 1. Protect all areas involved against vehicle and pedestrian traffic by use of 31 approved warning signs and barricades. 32 33 2. Areas, which have been damaged through any cause prior to final inspection, VW 34 and areas failing to receive a uniform application at the specified rate, shall be 35 reseeded, refertilized, and remulched at the Contractor's expense. 36 37 3. Seeded areas within the planting area shall be considered part of the planting ' " 38 area. Weeds within the seeded areas shall be controlled in accordance with 39 Section 8-02.3(3). 40 ;W 41 8-02.3(15)H Inspection 42 Inspection of any area will be made upon completion of seeding, fertilizing, or mulching. 43 The work in any area will not be measured for payment until a uniform distribution of the 44 materials is accomplished at the specified rate. Areas not receiving a uniform ow 45 application of seed, fertilizer, or mulch at the specified rate, as determined by the 46 Engineer, shall be reseeded, refertilized, or remulched at the Contractor's expense prior 47 to payment. 48 49 8-02.3(15)1 Mowing 50 When the proposal contains the bid item "Mowing" or mowing areas are defined, the 51 Contractor shall mow all grass growing areas and slopes 2.5 (H) to 1 (V) or flatter 52 except for naturally wooded and undergrowth areas. Trimming around traffic facilities, 53 structures, planting areas, or other features extending above ground shall be 54 accomplished preceding or simultaneously with each mowing by use of power-driven or 55 hand-operated machinery and tools to achieve a neat and unif orm appearance. �. 56 57 Each mowing shall be considered as one coverage of all grass areas to be mowed 58 within a defined area. Prospective bidders shall verify the estimated acreage, the 59 topography, irregularity of the area, slopes involved, and access limitations to determine aw 60 the appropriate equipment to use for mowing. Equipment and tools shall be provided WN AMENDMENTS 71 4W 1 such as, but not limited to, tractor-operated rotary or flail-type grass cutting machines 2 and tools or other approved equipment. Power driven equipment shall not cause ruts or 3 deformation of improved areas. Sickle type grass cutters will be permitted only on 4 slopes of drainage ditches, berms, or other rough areas. The equipment and tools shall 5 be in good repair at all times and maintained so that a clean, sharp cut of the grass will 6 result at all times. The Engineer will determine the actual number of mowings. The ' 7 height of mowing will be 4 to 6 inches or as designated in the Plans or in the Special 8 Provisions. 9 ' 10 Mowing equipment shall be operated and equipped with suitable guards to prevent 11 throwing rocks or debris onto the traveled way or off the right of way. Equipment, which 12 pulls or rips the grass or damages the turf in any manner will not be permitted. The 13 Engineer will be the sole judge of the adequacy of the equipment, safeguards, and 14 methods of use. The Contractor will not be required to collect or remove clippings from 15 the project except on the traveled way, shoulder, walkway, or other areas designated by 16 the Engineer. 17 18 8-02.3(16) Lawn Installation 19 In irrigated areas, lawn installation shall not begin until the irrigation system is fully 20 operational. 21 22 Seed mix and rate of application shall be as specified in the Special Provisions. 23 24 Unless otherwise approved by the Engineer, seeded lawn installation shall be performed 25 during the following periods of at the location shown: 26 27 West of the summit of the Cascade Range - March 1 to October 1. 28 East of the summit of the Cascade Range -April 15 to October 1. 29 30 The Contractor shall have the option of sodding in lieu of seeding for lawn installation at 31 no additional expense to the Contracting Agency. Seeding in lieu of sodding will not be 32 allowed. 33 34 Topsoil for seeded or sodded lawns shall be placed at the depth and locations shown in 35 the Plans. The topsoil shall be cultivated to the specified depth, raked to a smooth even 36 grade without low areas to trap water and compacted, all as approved by the Engineer. 37 38 Sod strips shall be placed within 48 hours of being cut. Placement shall be without voids 39 and have the end joints staggered. The sod shall be rolled with a smooth roller 40 following placement. 41 42 Barriers shall be erected, with warning signs where necessary, to preclude pedestrian 43 traffic access to the newly placed lawn during the establishment period. 44 wf 45 8-02.3(17) Lawn Establishment 46 Lawn establishment shall consist of caring for all new lawn areas within the limits of the 47 project. 48 49 The lawn establishment period shall begin immediately after the lawn planting has been 50 accepted by the Engineer and shall extend to the end of four mowings or 20 working 51 days which ever is longer. The mowings shall be done in accordance with 8-02.3(18)1. 52 53 During the lawn establishment period, it shall be the Contractor's responsibility to 54 ensure the continuing healthy growth of the turf. This care shall include labor and 55 materials necessary to keep the project in a presentable condition, including but not 56 limited to, removal of litter, mowing, trimming, removal of grass clippings, edging, 57 fertilization, insecticide and fungicide applications, weed control, watering, repairing the 58 irrigation system, and repair and reseeding any and all damaged areas. Lawn mowing 59 shall be performed once each week, or as ordered by the Engineer, during the lawn rr 60 establishment period with no additional compensation. AMENDMENTS 72 1 2 Temporary barriers shall be removed only on written permission from the Engineer. 3 4 All work performed under lawn establishment shall comply with established turf Ow 5 management practices. 6 7 Acceptance of lawn planting as specified shall be based on a uniform stand of grass Ow 8 and a uniform grade at the time of final inspection. Areas that are bare or have a poor 9 stand of grass, and areas not having a uniform grade through any cause before final 10 inspection, shall be recultivated, regraded, reseeded, or resodded and refertilized as 11 specified at no additional cost to the Contracting Agency. to 12 13 8-02.3(18) Lawn Mowing 14 Lawn mowing shall begin immediately after the lawn establishment period has been 15 accepted by the Engineer and shall extend to the end of the contract or the first year 16 plant establishment, whichever is last. 17 18 The Contractor shall accomplish the following minimum requirements: 19 20 1. Mowing, trimming, and edging shall be done as often as conditions dictate. 21 Maximum height of lawn shall not exceed 3 inches. The cutting height shall be 22 2 inches. Cuttings, trimmings, and edgings shall be disposed of off the project .n 23 site. When the Engineer approves the use of a mulching mower, trimmings 24 may be left in place. 25 26 2. Watering shall be as often as conditions dictate depending on weather and soil 27 conditions. 28 29 3. Provide fertilizer, weed control, and other measures as necessary to maintain a 30 healthy stand of grass. 31 32 8-02.4 Measurement 33 Topsoil, mulch and soil amendments will be measured by the cubic yard in the haul +r 34 conveyance at the point of delivery. 35 36 Live fascine will be measured by the linear foot. 37 Ow 38 Brush layer will be measured by the linear foot. 39 40 Live pole will be measured per each. I, 41 42 Live stake row will be measured by the linear foot 43 44 Live brush mattress will be measured by the surface square yard. 45 46 Compost will be measured by the cubic yard in the haul conveyance at the point of 47 delivery. 48 49 The quantity of topsoil Type B used on the project will not be deducted from the total 50 quantity of roadway excavation, borrow, strippings, or other excavation for which haul is 51 being paid. 52 53 The pay quantities for plant materials will be determined by count of the number of 54 satisfactory plants in each category accepted by the Engineer. 55 56 Weed barrier mat will be measured per each 57 58 Fertilizer will be measured in pounds 59 AMENDMENTS 73 wr 1 Seeding, fertilizing, liming, mulching, mowing, and soil binder or tacking agent will be 2 measured in acres by ground slope measurement or through the use of design data. , 3 4 Seeding and fertilizing by hand will be measured by the square yard. No adjustment in 5 area size will be made for the vegetation free zone around each plant. 6 7 Water will be measured in accordance with Section 2-07.4. Measurement will be made 8 of only that water hauled in tank trucks or similar equipment. 9 10 Seeded lawn, sod installations, and lawn mowing will be measured along the ground 11 slope and computed in square yards of actual lawn completed, established, and vi 12 accepted. 13 14 8-02.5 Payment 15 Payment will be made in accordance with Section 1-04.1, for each of the following listed 16 bid items that are included in the proposal: 17 18 "Topsoil Type ", per cubic yard. 19 The unit contract price per cubic yard for "Topsoil Type " shall be full pay for go 20 providing the source of material for topsoil Type A and C, for excavating, loading, 21 hauling, intermediate windrowing, stockpiling, weed control and removal, placing, 22 spreading, processing, cultivating, and compacting topsoil Type A, Type B, and 23 Type C. 24 25 "Plant Selection _", per each. 26 "PSIPE _", per each. (PSIPE is Plant Selection Including Plant Establishment.) ' 27 The unit contract price for "Plant Selection _", per each, and "PSIPE ", per 28 each, shall be full pay for all materials, labor, tools, equipment, and supplies 29 necessary for weed control within the planting area, planting area preparation, fine 30 grading, planting, cultivating, and cleanup for the particular items called for in the 31 Plans. 32 33 As the plants that include plant establishment are obtained, propagated, and grown, 34 partial payments shall be made as follows after inspection by the Engineer: 35 36 Payment of 5 percent of the unit contract price, per each, when the plant materials 37 have been contracted, propagated, and are growing under nursery conditions. The 38 Contractor shall provide the Engineer with certification that the plant material has 39 been procured or contracted for delivery to the project for planting within the time 40 limits of the project. The certification shall state the location, quantity, and size of 41 all material. 42 43 Payment shall be increased to 15 percent of the unit contract price, per each, upon 44 completion of the initial weed control work. 45 46 Payment shall be increased to 60 percent of the unit contract price per each for the 47 contracted plant material in a designated unit area when planted. 48 49 Payment shall be increased to 80 percent of the unit contract price per each for 50 contracted plant material at the completion of the initial planting. 51 52 Payment shall be increased to the appropriate percentage upon accomplishment of 53 the following phases of plant establishment. 54 55 3 months after completion of initial planting 85% ,,, 56 6 months after completion of initial planting 90% 57 Completion of 1 st year plant establishment 100% 58 59 As the plants that do not include plant establishment are obtained, propagated, and to 60 grown, partial payments shall be made as follows: wr AMENDMENTS 74 10 2 Payment of 15 percent of the unit contract price per each when the plant materials 3 have been contracted, propagated, and are growing under nursery conditions. The 4 Contractor shall provide the Engineer with certification that the plant material has ""` 5 been procured or contracted for delivery to the project for planting within the time 6 limits of the project. The certification shall state the location, quantity, and size of 7 all material. 8 9 Payment shall be increased to 90 percent of the unit contract price per each for 10 contracted plant material at the completion of the initial planting. 11 aw 12 Payment shall be increased to 100 percent at the physical completion of the 13 contract. 14 15 All partial payments shall be limited to the actual number of healthy vigorous plants that ow 16 meet the stage requirements, limited to plan quantity. Previous partial payments made 17 for materials rejected or missing will be deducted from future payments due the 18 Contractor. 19 20 "Live Fascine", per linear foot. 21 "Live Pole", per each. 22 "Live Stake Row", per linear foot. ar 23 "Live Brush Mattress", per square yard. 24 "Plant Establishment - Year", will be paid in accordance with Section 1-09.6. 25 "Brush Layer", per linear foot. 26 "Weed Barrier Mat", per each 4W 27 The unit contract price per each for "Weed Barrier Mat" shall be full pay to provide 28 and install the weed barrier mat as specified, to maintain the mat in place 29 throughout the plant establishment period, and to remove the mat when ordered by No 30 the Engineer. 31 32 "Compost Type_", per cubic yard. 33 The unit contract price per cubic yard for "Compost Type _" shall be full pay for VW 34 furnishing and spreading the compost onto the existing soil. 35 36 "Fertilizer", per pound. 37 "Weed Control", will be paid in accordance with Section 1-09.6. 38 "Pesticide Application", will be paid in accordance with Section 1-09.6. 39 40 For the purpose of providing a common proposal for all bidders, the Contracting 41 Agency entered an amount for "Plant Establishment - Year", "Weed Control", 42 and "Pesticide Application" in the proposal to become a part of the total bid by the 43 Contractor. 44 45 "Soil Amendment", per cubic yard. 46 "Bark or Wood Chip Mulch", per cubic yard. 47 "Water", per M Gal. 48 "Seeding", per acre. +� 49 "Seeding and Fertilizing", per acre. 50 "Seeding, Fertilizing, and Mulching", per acre. 51 "Seeding and Mulching", per acre. 52 "Seeding and Fertilizing by Hand", per square yard. �" 53 "Fertilizing", per acre. 54 "Second Application of Fertilizer", per acre. 55 "Liming", per acre. 56 "Mulching", per acre. 57 "Soil Binder or Tacking Agent", per acre. 58 "Mowing", per acre. 59 "Seeded Lawn Installation", per square yard. 60 "Sod Installation", per square yard. war AMENDMENTS 75 r 1 "Lawn Mowing", per square yard. 2 The unit contract price per square yard for "Seeded Lawn Installation" or "Sod 3 Installation" shall be full pay for all costs necessary for weed control within the 4 seeding area, to prepare the area, plant or sod the lawn, erect barriers, and 5 establish lawn areas and for furnishing all labor, tools, equipment, and materials 6 necessary to complete the work as specified and shall be paid in the following 7 sequence for healthy, vigorous lawn: 8 9 Completion of Lawn Planting 60 percent of individual areas 10 Mid Lawn Establishment 11 (after 2 mowings) 85 percent of individual areas rr 12 Completion of Lawn Establishment 100 percent of individual areas 13 (after 4 mowings) 14 15 SECTION 8-03, IRRIGATION SYSTEM 16 December 2, 2002 17 This section is revised to read: 18 19 8-03.1 Description 20 This work shall consist of installing an irrigation system in accordance with these 21 Specifications and the details shown in the Plans or as staked. rlr 22 23 The irrigation system has been designed using the products as shown in the Sprinkler 24 Legend/Performance Data table and the irrigation details. If approved by the Engineer, 25 the Contractor may supply different manufacturer products, but only if the products are 26 of equal performance and material quality as shown in the Plans. 27 28 8-03.2 Materials 29 Materials shall meet the requirements of Sections 9-15 and 9-29. 30 31 8-03.3 Construction Requirements 32 Location of pipe, tubing, sprinkler heads, emitters, valves, and other equipment shall be wr�r 33 as shown in the Plans and shall be of the size and type indicated. No changes shall be 34 made except as approved by the Engineer. 35 36 Potable water supplies shall be protected against cross-connections in accordance with to 37 applicable Contracting Agency rules and regulations. 38 39 Water service connections shall be made by the Contractor as indicated in the Plans 40 and Special Provisions and such installations and equipment shall conform to the - 41 requirements set forth by the supplying agency. 42 43 Construction of electrical systems shall conform to applicable portions of Sections 8-20 44 and 9-29. 45 46 8-03.3(1) Layout of Irrigation System 47 The Contractor shall stake the irrigation system following the schematic design shown in at 48 the Plans, before the construction begins. Alterations and changes in the layout may be 49 expected in order to conform to ground conditions and to obtain full and adequate 50 coverage of plant material with water; however, no changes in the system as planned 51 shall be made without the prior authorization of the Engineer. 52 53 Irrigation Potholing 54 Existing underground irrigation casing pipe ends shall be located by potholing, as 55 specified by the Engineer. 56 57 8-03.3(2) Excavation 58 Pipe trenches shall be no wider at any point than is necessary to lay the pipe or install 59 equipment. The top 6 inches of topsoil, when such exists, shall be kept separate from AMENDMENTS 76 1 subsoil and shall be replaced as the top layer when backfill is made. Trench bottoms 2 shall be relatively smooth and consist of sand or other suitable material free from rocks, 3 stones, or any material that might damage the pipe. Trenches in rock or other material 4 unsuitable for trench bottoms shall be excavated 6 inches below the required depth and 5 shall be backfilled to the required depth with sand or other suitable material free from 6 rocks or stones. 7 8 The Contractor shall exercise care when excavating trenches near existing trees to 9 minimize damage to tree roots. Where roots are 2 inches and greater in diameter, 10 except in the direct path of the pipe, the pipe trench shall be hand excavated and 11 tunneled. When large roots are exposed, they shall be wrapped with heavy burlap for ++� 12 protection and to prevent excessive drying. Trenches dug by machines adjacent to 13 trees having roots 2 inches and less in diameter shall have the sides hand trimmed 14 making a clean cut of the roots. Trenches having exposed tree roots shall be backfilled 15 within 24 hours unless adequately protected by moist burlap or canvas as approved by 16 the Engineer. 17 18 Detectable marking tape shall be placed in the trench 6 inches directly above, parallel 19 to, and along the entire length of all nonmetallic water pipes and all nonmetallic and 20 aluminum conduits placed under existing or future pavement. The width of the tape 21 shall be as recommended by the manufacturer. 22 + 23 8-03.3(3) Piping 24 All lines shall be a minimum of 18 inches below finished grade measured from the 25 bottom of the pipe or as shown in the Plans. All live mains to be constructed under 26 existing pavement shall be placed in irrigation conduits jacked under pavement unless 27 otherwise noted in the plans. All PVC pipe installed under areas to be paved shall be 28 placed in irrigation conduit. Irrigation conduit shall extend a minimum of 1 foot beyond 29 the limits of pavement. All jacking operations shall be performed in accordance with an 30 approved jacking plan. Where possible, mains and laterals or section piping shall be 31 placed in the same trench. All lines shall be placed a minimum of 3 feet from the edge 32 of concrete sidewalks, curbs, guardrail, walls, fences, or traffic barriers. 33 +•� 34 Mainlines and lateral lines shall be defined as follows: 35 36 Mainlines: All supply pipe and fittings between the water meter and the irrigation 37 control valves. 38 39 Lateral Lines: All supply pipe and fittings between the irrigation control valves and 40 the connections to the irrigation heads. Swing joints, thick walled poly pipe, flexible aw 41 risers, rigid pipe risers, and associated fittings are not considered part of the lateral 42 line but incidental components of the irrigation heads. 43 44 Pipe pulling will not be allowed for installation and placement of irrigation pipe. +r 45 46 8-03.3(4) Jointing 47 During construction, pipe ends shall be plugged or capped to prevent entry of dirt, 48 rocks, or other debris. 49 50 All galvanized steel pipe shall have sound, clean cut, standard pipe threads well fitted. 51 All pipes shall be reamed to the full diameter and burrs removed before assembly. 4W 52 Threaded galvanized steel joints shall be constructed using either a nonhardening, 53 nonseizing multipurpose sealant or teflon tape or paste as recommended by the pipe 54 manufacturer. All threaded joints shall be made tight with wrenches without the use of 55 handle extensions. Joints that leak shall be cleaned and remade with new material. w. 56 Caulking or thread cement to make joints tight will not be permitted. 57 58 PVC pipe, couplings, and fittings shall be handled and installed in accordance with the 59 manufacturer's recommendation. The outside of the PVC pipe shall be chamfered to a 60 minimum of 1/16 inch at approximately 22 degrees. Pipe and fittings shall be joined by aw AMENDMENTS 77 1 solvent welding. Solvents used must penetrate the surface of both pipe and fitting 2 which will result in complete fusion at the joint. Use solvent and cement only as 3 recommended by the pipe manufacturer. 4 6i 5 Threaded PVC joints shall be assembled using Teflon tape as recommended by the 6 pipe manufacturer. 7 8 On plastic to metal connections, work the metal connection first. Use a nonhardening 9 compound on threaded connections. Connections between metal and plastic are to be 10 threaded utilizing female threaded PCV adapters with threaded schedule 80 PVC nipple 11 only. 12 13 Polyethylene pipe and fittings shall be installed in accordance with the manufacturer's 14 recommendations. The ends of the polyethylene pipe shall be cut square and inserted 15 to the full depth of the fitting. Clamps for insert fittings shall be stainless steel. 16 17 8-03.3(5) Installation 18 Galvanized pipe shall be used from the water meter or service connection through the 19 cross-connection control device. 20 21 Final position of turf heads shall be between 1/2 inch and 1 inch above finished grade 22 measured from the top of the sprinkler. All sprinklers adjacent to walks, curbs, and 23 pavement shall be placed as shown in the Plans. 24 25 Shrub heads, unless otherwise specified, shall be placed on risers approximately 26 12 inches above finished grade. id 27 28 Final position of valve boxes, capped sleeves, and quick coupler valves shall be 29 between 1/2 inch and 1 inch above finished grade or mulch. 30 31 Drip irrigation emitters shall be installed in accordance with the manufacturer's 32 recommendations. 33 34 8-03.3(6) Electrical Wire Installation 35 Wiring between the automatic controller and automatic valves shall be direct burial and 36 may share a common neutral. Separate control conductors shall be run from the 37 automatic controller to each valve. When more than one automatic controller is 38 required, a separate common neutral shall be provided for each controller and the 39 automatic valve which it controls. Wire shall be installed adjacent to or beneath the 40 irrigation pipe. Plastic tape or nylon ty-wraps shall be used to bundle wires together at 41 10-foot intervals, and the wire shall be "snaked" from side to side in the trench. When 1i 42 necessary to run wire separate from the irrigation pipe, the wire shall be bundled and 43 placed under detectable marking tape. When lateral pipe lines have less than 18 inches 44 of cover, direct burial wire shall not be adjacent to pipes but shall be placed at a 45 minimum depth of 18 inches. 46 47 Wiring placed under pavement and walls, or through walls, shall be placed in irrigation 48 casing. Irrigation casing shall not be less than 1 inch in diameter, Class 200 PVC. 49 50 Splices will be permitted only at junction boxes, valve boxes, pole bases, or at control 51 equipment. A minimum of 2 feet of excess conductor shall be left at all splices, terminal 52 and control valves to facilitate inspection and future splicing. 53 54 All 120-volt electrical conductors and conduit shall be installed by a certified electrician 55 including all wire splices and wire terminations. 56 57 For all 24 volt direct burial circuits, the continuity test, ground test, and functional test 58 shall be performed. The Megger test confirming insulation resistance of not less than 2 59 megohms to ground in accordance with Section 8-20.3(11) is required. 60 AMENDMENTS 78 1 All wiring shall be tested in accordance with Section 8-20.3(11). 2 3 8-03.3(7) Flushing and Testing 4 All gauges used in the testing of water pressures shall be certified correct by an 5 independent testing laboratory immediately prior to use on the project. Gauges shall be 6 retested when ordered by the Engineer. 7 rrr 8 Automatic controllers shall be tested by actual operation for a period of two weeks 9 under normal operating conditions. Should adjustments be required, the Contractor 10 shall do so according to the manufacturer's direction and test until operation is 11 satisfactory. 12 13 Main Line Flushing 14 All main supply lines shall receive two fully-open flushings, to remove debris that 15 may have entered the line during construction: the first before placement of valves; 16 the second after placement of valves and prior to testing. 17 18 Main Line Testing rr 19 All main supply lines shall be purged of air and tested with a minimum static water 20 pressure of 150 psi for 60 minutes without introduction of additional service or 21 pumping pressure. Testing shall be done with one pressure gauge installed on the 22 line, where ordered by the Engineer. An additional pressure gauge shall be 23 installed at the pump when ordered by the Engineer. Lines that show loss of 24 pressure exceeding 5 psi at the ends of specified test periods will be rejected. 25 26 The Contractor shall correct rejected installations and retest for leaks as specified 27 herein. 28 29 Lateral Line Flushing 30 All lateral lines shall receive one fully-open flushing prior to placement of sprinkler 31 heads, emitters, and drain valves. The flushing shall be of sufficient duration to 32 remove any dirt or debris that has entered the lateral lines during construction. 33 �. 34 Lateral Line Testing 35 All lateral lines shall be purged of air and tested in place at operating line pressure 36 with a pressure gauge and with all fittings capped or plugged. The operating line 37 pressure shall be maintained for 30 minutes with valves closed and without 38 introduction of additional pressure. Lines that show leaks or loss of pressure 39 exceeding 5 psi at the end of specified test periods will be rejected. 40 41 The Contractor shall correct and retest lateral line installations that have been 42 rejected. Throughout the life of the Contract, the Contractor shall repair, flush, and 43 test, all main and lateral lines that have sustained a break or disruption of service. 44 Upon restoration of the water service, the affected lines shall be brought up to 45 operating pressure. The Contractor shall then conduct a thorough inspection of all 46 sprinkler heads, emitters, etc., located downstream of the break, disruption of 47 service, and repair. This inspection is required to ensure that the entire irrigation 48 system is operating properly. ow 49 50 8-03.3(8) Adjusting System 51 Before final inspection, the Contractor shall adjust and balance all sprinklers to provide 52 adequate and uniform coverage. Spray patterns shall be balanced by adjusting 53 individual sprinkler heads with the adjustment screws or replacing nozzles to produce a 54 uniform pattern. Unless otherwise specified, sprinkler spray patterns will not be 55 permitted on pavement, walks, or structures. 56 57 8-03.3(9) Backfill 58 Backfill shall not be started until all piping has been inspected, tested, and approved by 59 the Engineer, after which backfilling shall be completed as soon as possible. All backfill 60 material placed within 6 inches of the pipe shall be free of rocks, roots, or other AMENDMENTS 79 1 objectionable material that might cut or otherwise damage the pipe. Backfill from the 2 bottom of the trench to approximately 6 inches above the pipe shall be by continuous 3 compacting in a manner that will not damage pipe or wiring and shall proceed evenly on 4 both sides of the pipe. The remainder of the backfill shall be thoroughly compacted, 5 except that heavy equipment shall not be used within 18 inches of any pipe. The top 6 6 inches of the backfill shall be of topsoil material or the first 6 inches of material 7 removed in the excavation. 8 9 8-03.3(10) As Built Plans 10 Upon physical completion of the work, the Contractor shall submit As Built Plans 11 consisting of corrected shop drawings, schematic circuit diagrams, or other details 12 necessary to show the work as constructed including the actual installed locations of the 13 irrigation system(s) equipment including, but not limited to, water meters, cross 14 connection control devices, electrical services, pipe and wire runs, splice boxes, 15 controllers, valves, heads, and other equipment. These drawings shall be on sheets + 16 conforming in size to the provisions of Section 1-05.3. All drawings must be complete 17 and legible. 18 19 Any corrections and additions ordered by the Engineer shall be made by the Contractor 20 prior to acceptance. The Contractor shall provide the Engineer with three copies of 21 parts lists, catalog cuts, and service manuals for all equipment installed on the project. 22 23 8-03.3(11) System Operation 24 The irrigation system shall be completely installed, tested, and automatically operable 25 prior to planting in a unit area except where otherwise specified in the Plans or 26 approved by the Engineer. The Contractor shall be fully responsible for all 27 maintenance, repair, testing, inspecting, and automatic operation of the entire system 28 until all work is considered complete as determined by the final inspection specified in 29 Section 1-05.11. The final inspection of the irrigation system will coincide with the end 30 of the contract or first year plant establishment which ever is later. 31 32 This responsibility shall include, but not be limited to, draining the system prior to winter 33 and reactivating the system in the spring and at other times as ordered by the Engineer. 34 35 For the life of the contract, the Contractor shall be responsible for having annual 36 inspections and tests performed on all cross connection control devices as required and 37 specified by the Washington State Department of Social and Health Services. to 38 Inspections and tests shall be conducted at the time of initial activation and each spring 39 prior to reactivating the irrigation system. Potable water shall not flow through the 40 cross-connection control device to any downstream component until tested and 41 approved for use by the serving utility. "� 42 43 In the spring, when the drip irrigation system is in full operation, the Contractor shall 44 make a full inspection of all emitters. This shall involve visual inspection of each emitter 45 under operating conditions. All adjustments, flushings, or replacements to the system 46 shall be made at this time to ensure the proper operation of all emitters. 47 48 8-03.3(12) Cross-connection Control Device Installation 49 Cross-connection control devices shall be installed, inspected, and tested by the serving 50 utility or designee in accordance with applicable portions of the Washington 51 Administrative Code (WAC 246-290-490) and other applicable regulations as set forth 52 by the Washington State Department of Social and Health Services and the Washington 53 State Department of Transportation. 54 55 During the life of the Contract, these devices shall be inspected and tested annually, or 56 more often if successive inspections indicate repeated failures. Inspections and tests 57 shall be conducted at the time of initial installation, after repairs, and each spring prior to 58 reactivation of the irrigation system. These inspections and tests shall be completed 59 and the results recorded by a licensed Backflow Assembly Device Tester (BADT) as 60 Operator or by a Contracting Agency Certified Water Works Operator with a CCS-1 or AMENDMENTS 80 ■o 1 CCS-2 Classification and shall document that the devices are in good operating 2 condition prior to flushing and testing of any downstream water lines. Devices that are 3 defective shall be repaired or replaced. 4 40 5 Inspection and test results shall be recorded on Department of Transportation Form No. 6 DOT 540-020 and other forms as may be required by the serving utility. The completed 7 forms shall be submitted to the appropriate health authority and to the serving utility 8 when applicable. 9 10 8-03.3(13) Irrigation Water Service 11 The Contracting Agency has arranged for a water meter installation(s) for the irrigation 12 system at no cost to the Contractor at the locations and sizes as shown in the plans. 13 The water meter(s) will be installed by the serving utility. It shall be the Contractor's 14 responsibility to contact the Engineer to schedule the water meter installation performed 15 by the servicing utility. The Contractor shall provide a minimum of 60 calendar days 16 prior notice to the Engineer for the desired date for installation to ensure no service 17 installation delays work. 18 19 Construction activities for irrigation water service connections will be in accordance with 20 the serving utility's Service Agreement. A copy of the Service Agreement may be 21 obtained from the Engineer. 22 23 8-03.3(14) Irrigation Electrical Service 24 The Contracting Agency has arranged for electrical service connection(s) for operation 25 of the automatic electrical controller(s) at the locations as shown in the Plans. The 26 Contractor shall splice and run conduit and wire from the electrical service 27 connection(s), or service cabinet, which ever may apply, to the automatic electrical 28 controller and connect the conductors to the circuit(s) as shown in the Plans. 29 30 The installation of conduit and wire for the electrical power service shall be in 31 accordance with the serving utility's Service Agreement and these specifications. A 32 copy of the Service Agreement may be obtained from the Engineer. 33 34 8-03.4 Measurement 35 No unit of measure shall apply to the lump sum price for irrigation system. 36 37 8-03.5 Payment 38 Payment will be made in accordance with Section 1-04.1, for the following bid items 39 when included in the proposal: 40 41 "Irrigation System", lump sum. 42 All costs for furnishing and installing plastic valve boxes, irrigation system 43 equipment and components where indicated and as detailed in the Plans, all costs 44 of initial and annual inspections and tests performed on cross connection control ,.. 45 devices and electrical wire testing during the life of the contract and As Built Plans 46 shall be included in the lump sum price for the complete irrigation system as shown 47 in the Plans or as otherwise approved by the Engineer. 48 49 The Contracting Agency shall, at no cost to the contractor, provide water and electrical 50 services needed for installation and operation of the irrigation system for the life of the 51 contract. 52 53 As the irrigation system is installed, the payment schedule will be as follows: 54 55 Payment will be made in proportion to the amount of work performed up to �. 56 90 percent of the unit contract price for irrigation system when the irrigation system 57 is completed, tested, inspected, and fully operational. 58 AMENDMENTS 81 1 Payment shall be increased to 95 percent of the unit contract price for irrigation 2 system upon completion and acceptance of initial planting and submittal of As Built 3 Plans. 4 5 Payment shall be increased to 100 percent of the unit contract price for irrigation 6 system upon completion and acceptance of the first year plant establishment. 7 When there is no first year plant establishment or when the contract is completed, 8 payment will be increased to 100 percent of the unit contract price for irrigation 9 system upon completion of As Built Plans. 10 11 SECTION 8-04, CURBS, GUTTERS, AND SPILLWAYS 12 April 7, 2003 13 8-04.3(1)A Extruded Cement Concrete Curb 14 In the third paragraph, the second sentence is revised to read: 15 16 The adhesive shall meet the requirements of Section 9-26.1 for Type II epoxy bonding 17 agent. 18 19 8-04.3(1) Cement Concrete Curbs, Gutters, and Spillways 20 The first paragraph is revised to read: 21 22 Cement concrete curb, curb and gutter, gutter, and spillway shall be constructed with air 23 entrained concrete Class 3000 conforming to the requirement of Section 6-02 except at 24 driveway entrances. Cement concrete curb or curb and gutter along the full width of a 25 driveway entrance shall be constructed with air entrained concrete Class 4000 26 conforming to the requirements of Section 6-02. 27 28 The fourth paragraph is revised to read: 29 30 Expansion joints in the curb or curb and gutter shall be spaced at 15-foot intervals, the 31 beginning and ends of curb returns, drainage structures, bridges, and cold joints with 32 existing curbs and gutters. The expansion joint shall be filled to full cross-section with 33 3/8-inch premolded joint filler. When curb or curb and gutter is placed adjacent to 34 Portland Cement Concrete Pavement, a 1/4-inch thick, 6-inch deep premolded joint filler 35 shall be installed between the two vertical surfaces to prevent cracking. When noted in 36 the Plans, the Contractor shall install the catch basin gutter pan at drainage structures 37 abutting the curb and gutter. 38 39 8-04.5 Payment 40 This section is revised to read: 41 42 Payment will be made in accordance with Section 1-04.1, for each of the following bid 43 items that are included in the proposal: 44 45 "Cement Conc. Traffic Curb and Gutter", per linear foot. 46 "Cement Conc. Traffic Curb", per linear foot. "Y 47 "Mountable Cement Conc. Traffic Curb", per linear foot. 48 "Dual-Faced Cement Conc. Traffic Curb and Gutter", per linear foot. 49 "Dual-Faced Cement Conc. Traffic Curb", per linear foot. 50 "Cement Conc. Pedestrian Curb", per linear foot. 51 "Roundabout Truck Apron Inner Cement Conc. Curb", per linear foot. 52 "Roundabout Truck Apron Outer Cem. Conc. Curb and Gutter", per linear foot. 53 "Extruded Curb", per linear foot. 54 "Cement Conc. Gutter", per linear foot. 55 "Cement Conc. Spillway", per linear foot. 56 "Asphalt Conc. Gutter", per linear foot. 57 "Asphalt Conc. Spillway", per linear foot. 58 "Drain Pipe _ In. Diam.", per linear foot. 59 "Half Round Plain St. Culy. Pipe _ In. Th. _ In. Diam.", per linear foot. AMENDMENTS 82 1 "Half Round Tr. 1 St. Culy. Pipe _ In. Th. ! In. Diam.", per linear foot. 2 "Half Round Plain Al. Culy. Pipe_ In. Th. i In. Diam.", per linear foot. 3 "Half Round Tr. 1 Al. Culy. Pipe In. Th. _ In. Diam.", per linear foot. 4 "Hand Placed Riprap", per cubic yard. 5 6 Hand placed riprap will be paid for as provided in Section 8-15.5. 7 8 When catch basin gutter pans are required in the Plans, all costs for providing the 9 widened area of gutter pan shall be included in the curb and gutter bid item. 10 11 SECTION 8-08, RUMBLE STRIPS 12 April 7, 2003 13 This section is revised to read: 14 15 8-08.1 Description 16 This work shall consist of constructing shoulder rumble strips by grinding asphalt 17 concrete pavement. The work shall include cleanup and disposal of cuttings and other wr 18 resultant debris. The Standard Plans show the patterns and construction details for the 19 four types of shoulder rumble strips. 20 21 8-08.2 Vacant '• 22 23 8-08.3 Construction Requirements 24 The equipment shall have a rotary type cutting head or series of cutting heads capable 25 of grinding one or more recesses in the asphalt concrete as detailed in the Standard 26 Plans. The difference in the surface texture between the high and low surfaces from the 27 grinding shall not exceed 1 /8 inch. 28 .. 29 Rumble strips shall not be constructed on bridge decks, bridge approach slabs, or 30 cement concrete surfaces. In areas where monuments, drainage structures, induction 31 loop lead-ins, pavement markings or other features will not allow the rumble strips to be 32 constructed as detailed, the rumble strips shall be eliminated or relocated as approved .r 33 by the Engineer. 34 35 The traveled lanes shall be kept free of cuttings and other construction debris at all 36 times. Immediately upon completion of rumble strip grinding, all cuttings, grinding 37 debris, dust, and other loose materials shall be removed from the rumble strips and 38 shoulder areas. All cuttings and other debris shall be disposed of as designated by the 39 Engineer or shall become the property of the Contractor and be disposed of outside the dw 40 project limits. Cuttings and other debris shall not be allowed to enter any waterways. 41 42 When shown in the Plans, the rumble strips shall be fog sealed in accordance with the 43 requirements of Section 5-04.3(19) following the completion of the shoulder rumble 44 strip. All pavement markings, junction boxes, drainage structures, and similar objects 45 located in the shoulder shall not be fog sealed. 46 47 The accumulative error in the longitudinal spacing of the rumble strips and the gaps, 48 when required, shall not exceed plus or minus 5 percent. 49 50 8-08.4 Measurement 51 Shoulder rumble strips will be measured to the nearest 0.01-mile along the mainline 52 roadway for each shoulder. No deductions will be made for required gaps shown on the 53 Standard Plans or for the elimination of rumble strips across bridge decks, bridge 54 approach slabs, cement concrete areas, or other areas approved by the Engineer. 55 56 Fog sealing, when shown in the Plans, will be measured as asphalt for fog seal in 57 accordance with Section 5-04.4. 58 AMENDMENTS 83 1 8-08.5 Payment 2 Payment will be made in accordance with Section 1-04.1, for the following bid items 3 when included in the proposal: 4 5 "Shoulder Rumble Strip Type —", per mile. 6 Layout of the rumble strip pattern on the shoulder for the grinding operation is the 7 responsibility of the Contractor. All costs involved in this work shall be considered 8 incidental to the bid item. 9 10 Payment for fog sealing the shoulder, when shown in the Plans, shall be paid as asphalt 11 for fog seal in accordance with Section 5-04.5. 12 13 SECTION 8-10, GUIDE POSTS 14 December 2, 2002 15 8-10.2 Materials 16 In the second paragraph, the first sentence is revised to read: 17 18 Adhesives for surface mounted guide posts shall meet the requirements of Sections 9- 19 02.1(8) or 9-26.2. 20 21 SECTION 8-11, GUARDRAIL +�r 22 January 7, 2002 23 8-11.3(1)C Erection of Rail 24 The fourth paragraph is revised to read: 25 26 Galvanized and Weathering steel rail plates shall be fastened to the posts with 27 galvanized bolts, washers, and nuts the size and kind shown in the Plans. 28 29 8-11.4 Measurement 30 The third paragraph is revised to read: 31 32 Measurement of beam guardrail terminal and beam guardrail buried terminal 33 Type 1 will be per each for the completed terminal. 34 35 The two paragraphs listed below are inserted following the third paragraph: 36 37 Measurement of beam guardrail buried terminal Type 2 will be per linear foot for the 38 completed terminal. 39 40 Measurement of beam guardrail placement-25 foot span will be per each for the 41 completed span. 42 43 8-11.5 Payment 44 The bid items listed below are inserted following "Beam Guardrail Terminal": 45 46 "Beam Guardrail Buried Terminal Type 1", per each. 47 "Beam Guardrail Buried Terminal Type 2", per linear foot. 48 49 The note for"Beam Guardrail _Terminal etc." is revised to read: 50 51 The unit contract price for "Beam Guardrail Terminal", "Beam Guardrail Buried 52 Terminal Type 1" and "Beam Guardrail Buried Terminal Type 2" shall include the posts, 53 rail, end section, and anchor. 54 55 The bid item and note listed below are inserted following the note for "Beam Guardrail 56 Terminal": 57 58 "Beam Guardrail Placement - 25' Span", per each l� AMENDMENTS 84 1 The unit contract price per each for"Beam Guardrail Placement - 25' Span" shall include fma 2 all CRT posts, Type 1 guardrail posts and blocks and all nested w-beam rail elements. 3 4 SECTION 8-12, CHAIN LINK FENCE AND WIRE FENCE 5 April 1, 2002 6 8-12.4 Measurement 7 The second paragraph is revised to read: r. 8 9 End, gate, corner, and pull posts for chain link fence will be measured per each for the 10 posts furnished and installed complete in place. 11 12 8-12.5 Payment 13 The bid item "End, Corner, and Pull Post for Chain Link Fence" is revised to "End, Gate, 14 Corner, and Pull Post for Chain Link Fence", per each. ,. 15 16 SECTION 8-20, ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND 17 ELECTRICAL 18 April 7, 2003 19 This section is revised to read: 20 ow 21 8-20.1 Description 22 This work shall consist of furnishing, installing and field testing all materials and 23 equipment necessary to complete in place, fully functional system(s) of any or all of the 24 following, types including modifications to an existing system all in accordance with .r 25 approved methods, the Plans, the Special Provisions and these Specifications: 26 27 1. Traffic Signal System 28 2. Illumination System dw 29 3. Traffic Data Accumulation and Ramp Metering System 30 31 Unless otherwise noted, the location of signals, controllers, standards, and 32 appurtenances shown in the Plans are approximate; and the exact location will be `� 33 established by the Engineer in the field. 34 35 8-20.1(1) Regulations and Code Im 36 All electrical equipment shall conform to the standards of the National Electrical 37 Manufacturers Association (NEMA), Electric Utility Service Equipment 38 Requirements Committee (EUSERC), California Department of Transportation 39 document entitled. Traffic signal control equipment shall conform to the contract +w 40 and these Standard Specifications. EIA Electronic Industries Association, IEEE 41 Institute of Electrical, and Electronic Engineers the Radio Manufacturers 42 Association, the American Society for Testing and Materials (ASTM), the American 43 Association of State Highway and Transportation Officials (AASHTO), the American 44 National Standards Institute (ANSI), whichever is applicable, and to other codes 45 listed herein. In addition to the requirements of these Specifications, the Plans, and 46 the Special Provisions, all material and work shall conform to the requirements of 47 the National Electrical Code, hereinafter referred to as the Code, and any WACs 48 and local ordinances, which may apply. 49 50 Wherever reference is made in these Specifications or in the Special Provisions to 51 the Code, the rules, or the standards mentioned above, the reference shall be 52 construed to mean the code, rule, or standard that is in effect at the date of 53 advertising of the project. 54 55 In accordance with RCW 39.06.010, the Contractor need not be registered or 56 licensed if the Contractor has been prequalified as required by RCW 47.28.070. 57 AMENDMENTS 85 arr 1 Safe wiring abels normal) required by the Department of Labor and Industries will 2 not be required on electrical work within the Rights-of-Way of Contracting Agency 3 Highways as allowed in RCW 19.28.141. 4 5 Persons performing electrical work shall be certified in accordance with RCW 6 19.28.161. Proof of certification shall be supplied to the Engineer prior to the 7 performance of the work. 8 9 8-20.1(2) Industry Codes and Standards 10 The following electrical industry codes and standard procedures are listed for 11 reference purposes: 12 13 Air Movement and Control Association (AMCA),30 West University Dr. 14 Arlington Heights, Illinois 60004. 15 16 American Association of State Highway and Transportation Officials 17 (AASHTO), 444 North Capitol Street N.W., Suite 225, Washington, D.C. 20001. 18 19 American National Standards Institute (ANSI), 70 East 45 Street, New York, 20 New York. 21 22 American Society for Testing and Materials (ASTM), 1916 Race Street, 23 Philadelphia, Pennsylvania. 24 25 American Wood Preservers' Association (AWPA), 836 Seventeenth Street, 26 Washington, D.C. 27 28 Bell Company Research and Evaluation (Bellcore) 31220 La Baya DR 29 Westlake Village CA 91362. 30 31 Edison Electric Institute (EEI), 420 Lexington Avenue, New York, New York. 32 33 Electronics Industries Association (EIA) 101 Pennsylvania Ave. Washington D 34 C. 35 36 Federal Communications Commission (FCC) 445 12th SW Washington D C 37 20554. 38 39 International Municipal Signal Association (IMSA), P.O. Box 539, 1115 North 40 Main Street, Newark, New York. 14513. 41 42 International Telephony Communications Union (ITU) Place des Nations CH 43 1211 Geneva 20 Switzerland. 44 45 Institute of Transportation Engineers (ITE), 2029 K Street, Washington, D.C. 46 47 Insulated Power Cable Engineers' Association (IPCEA), 283 Valley Road, 48 Montclair, New Jersey. 49 50 National Electrical Manufacturers' Association (NEMA), 155 East 44th Street, 51 New York, New York. 52 53 National Fire Protection Association - National Electrical Code (NEC), 470 54 Atlantic Avenue, Boston, Massachusetts. 55 56 National Television Standards Committee (NTSC) 445 12th SW Washington D 57 C 20554. 58 59 National Transportation Communications for ITS Protocol (NTCIP). 60 r AMENDMENTS 86 1 Rural Utilities Service (RUS) 1400 Independence Ave. Washington D C. 2 3 Underwriters' Laboratories (UL), 207 East Ohio Street, Chicago, Illinois. 4 5 8-20.2 Materials 6 Materials shall meet the requirements of Section 9-29. Unless otherwise indicated in the 7 Plans or specified in the Special Provisions, all materials shall be new. 8 9 Where existing systems are to be modified, the existing material shall be incorporated in 10 the revised system, salvaged, or abandoned as specified in the contract documents, or 11 as ordered by the Engineer. 12 13 8-20.2(1) Equipment List and Drawings 14 Within twenty days following execution of the Contract, the Contractor shall submit 15 to the Engineer a completed "Request for Approval of Material" that describes the 16 material proposed for use to fulfill the Plans and specifications. 17 18 If required to do so, the Contractor shall submit supplemental data, sample articles, 19 or both, of the material proposed for use. Supplemental data (six copies required) 20 would include such items as catalog cuts, product specifications, shop drawings, 21 wiring diagrams, etc. Any material purchased or labor performed prior to such 22 approval shall be at the Contractor's risk. All approvals by the Engineer must be 23 received by the Contractor before materials will be allowed on the job site. 24 25 If the luminaires are not listed in the Qualified Products List, the Contractor shall 26 submit six copies of the following information for each different type of luminaire 27 required on the contract: 28 29 1. Isocandela diagrams showing vertical light distribution, verticai control 30 limits, and lateral light distribution classification. ow 31 32 2. Details showing the lamp socket positions with respect to lamp and 33 refractor for each light distribution type. 34 35 The Contractor shall submit for approval six sets of shop drawings for each of the 36 following types of standards called for on this project:: 37 38 1. Light standards without pre-approved plans. 39 40 2. Signal standards with or without pre-approved plans. 41 42 The Contractor will not be required to submit shop drawings for approval for light 43 standards conforming to the pre-approved plans listed in the Special Provisions. 44 45 The Engineer's approval of any submitted documentation shall in no Aw 46 way relieve the Contractor from compliance with the safety and 47 performance requirements as specified herein. 48 49 Submittals required shall include but not be limited to the following: 50 51 1. A material staging plan, should the Contractor propose Contracting 52 Agency-owned property for staging areas. .. 53 54 2. A cable vault installation plan showing the exact proposed installation 55 location by roadway station, offset and the scheduled sequence for each 56 cable vault installation. 57 58 3. A pit plan, for each boring pit, which bears the seal and signature of a 59 licensed professional engineer licensed under title 18 RCW, state of 60 Washington, qualified in civil engineering. The pit plan shall depict the AMENDMENTS 87 rrr 1 protection of traffic and pedestrians, pit dimensions, shorin g, bracing, 2 struts, waters, sheet piles, conduit skids and means of attachment, casing 3 type and casing size. 4 5 4. The proposed boring plan which bears the seal and signature of a 6 licensed professional engineer, licensed under title 18 RCW, state of 7 Washington, qualified in civil engineering. The proposed boring plan shall 8 depict the boring system and entire support system. 9 10 8-20.3 Construction Requirements 11 8-20.3(1) General 12 All workmanship shall be complete and in accordance with the latest accepted 13 standards of the industry as determined by the Engineer. 14 15 Existing electrical systems, traffic signal or illumination, or approved temporary 16 replacements, shall be kept in effective operation during the progress of the work, 17 except when shutdown is permitted to allow for alterations or final removal of the 18 system. 19 20 Illumination system shutdowns shall not interfere with the regular lighting schedule, 21 unless permitted by the Engineer. The Contractor shall notify the Engineer prior to 22 performing any work on existing systems. 23 24 Work shall be so scheduled that each electrical system is operational prior to 25 opening the corresponding section of roadway to traffic. 26 ++ 27 Traffic signals shall not be placed in operation for use by the public until all required 28 channelization, pavement markings, illumination, signs, and sign lights are 29 substantially complete and operational unless otherwise allowed by the Project 30 Engineer. 31 32 All costs incurred by the Contractor for providing effective operation of existing 33 electrical systems shall be included in the associated electrical bid items. 34 35 8-20.3(2) Excavating and Backfilling 36 The excavations required for the installation of conduit, foundations, poles and 37 other appliances shall be performed in a manner to cause the least possible injury 38 to the streets, sidewalks, and other improvements. The trenches shall not be 39 excavated wider than necessary for the proper installation of the electrical 40 appliances and foundations. Excavating shall not be performed until immediately 41 before installation of conduit and other appliances. The material from the Iir 42 excavation shall be placed where the least interference to vehicular and pedestrian 43 traffic, and to surface drainage, will occur. 44 45 All surplus excavated material shall be removed and disposed of by the Contractor 46 in accordance with Section 2-03 or as directed by the Engineer. 47 48 The excavations for foundations shall be backfilled in conformance with applicable 49 requirements of Section 2-09. 50 51 Excavations after backfilling shall be kept well filled and maintained in a smooth 52 and well drained condition until permanent repairs are made. 53 54 At the end of each day's work and at all other times when construction operations 55 are suspended, all equipment and other obstructions shall be removed from that 56 portion of the roadway open for use by public traffic. 57 58 Excavations in the street or highway shall be performed in such a manner that not 59 more than one traffic lane is restricted in either direction at any time unless 60 otherwise approved by the Engineer. AMENDMENTS 88 2 8-20.3(3) Removing and Replacing Improvements 3 Improvements such as sidewalks, curbs, gutters, Portland cement concrete and 4 asphalt concrete pavement, bituminous surfacing, base material, and any other 5 improvements removed, broken, or damaged by the Contractor, shall be replaced 6 or reconstructed with the same kind of materials as found on the work or with other 7 materials satisfactory to the Engineer. 8 s 9 Whenever a part of a square or slab of existing concrete sidewalk or driveway is 10 broken or damaged, the entire square or slab shall be removed and the concrete 11 reconstructed as above specified. 12 13 The outline of all areas to be removed in Portland cement concrete sidewalks and 14 pavements and asphalt concrete pavements shall be cut to a minimum depth of 3 15 inches with a saw prior to removing the sidewalk and pavement material. The cut .. 16 for the remainder of the required depth may be made by a method satisfactory to 17 the Engineer. Cuts shall be neat and true with no shatter outside the removal area. 18 19 8-20.3(4) Foundations 20 Foundation concrete shall conform to the requirements for the specified class, be 21 cast-in-place concrete and be constructed in accordance with Section 6-02.2 and 6- 22 02.3. Concrete for posts, standards, pedestals, and cabinets shall be constructed of 23 concrete Class 3000. Steel reinforcing bars for foundations shall conform to Section 24 9-07. 25 26 The bottom of concrete foundations shall rest on firm ground. rr. 27 28 Foundations shall be cast in one operation where practicable. The exposed 29 portions shall be formed to present a neat appearance. 30 Aw 31 The foundations shown in the Plans shall be extended if conditions require 32 additional depth, and such additional work, if ordered by the Engineer, will be paid 33 for as extra work as provided in Section 1-04.4. 34 �r 35 Forms shall be true to line and grade. Tops of foundations for posts and standards, 36 except special foundations, shall be finished to ground line or sidewalk grade, 37 unless otherwise noted in the Plans or directed by the Engineer. 38 39 Forms shall be rigid and securely braced in place. Conduit ends and anchor bolts 40 shall be plumbed and rigidly placed in proper position and to proper height prior to 41 placing concrete and shall be held in place by means of a template until the forms �r 42 are removed. 43 44 Anchor bolts shall be installed so that two full threads extend above the top of the 45 top heavy-hex nut, except that slip base anchor bolt extensions shall conform to the 46 specified slip base clearance requirements. Anchor bolts shall be installed plumb, 47 plus or minus 1 degree. 48 49 Plumbing of standards shall be accomplished by adjusting leveling nuts. Shims or 50 other similar devices for plumbing or raking will not be permitted except on power 51 installed hot dipped galvanized steel luminaire foundations. 52 ++ 53 The top heavy-hex nuts of light standards and signal standards shall be tightened in 54 accordance with Section 6-03.3(33), and as follows: 55 56 1. The top heavy-hex nuts for all clamping bolts of slip base light standards "�' 57 and Type RM and FB signal standards, shall be tightened using a torque 58 wrench to the torque specified in Sections 8-20.3(13)A and 8-20.3(14)E, 59 respectively. 60 AMENDMENTS 89 1 2. The top heavy-hex nuts for all anchor bolts shall be tightened by the Turn- 2 Of-Nut Tightening Method to minimum rotation of 1/4 turn and a maximum 3 rotation of 1/3 turn past snug tight. Permanent marks shall be set on the 4 base plate and nuts to indicate nut rotation past snug tight. 5 6 Both forms and ground which will be in contact with the concrete shall be 7 thoroughly moistened before placing concrete; however, excess water in the 8 foundation excavation will not be permuted. Foundations shall have set at least 72 9 hours prior to the removal of the forms. 10 11 Class 2 surface finish shall be applied to exposed surfaces of concrete in 12 accordance with the requirements of Section 6-02.3(14)B. 13 14 Where obstructions prevent construction of planned foundations, the Contractor 15 shall construct an effective foundation satisfactory to the Engineer. 16 17 The combined height of the light standard concrete foundation plus the anchor bolt 18 stub height shall not exceed 4 inches above the ground line. 19 20 8-20.3(5) Conduit 21 Installation of conduit shall conform to appropriate articles of the Code and these 22 Specifications. 23 24 The size of conduit used shall be as shown in the Plans. Conduits smaller than 1- 25 inch electrical trade size shall not be used unless otherwise specified, except that 26 grounding conductors at service points may be enclosed in 1/2 -inch diameter 27 conduit. 28 29 It shall be the option of the Contractor, at no expense to the Contracting Agency, to 30 use larger size conduit if desired, and where larger size conduit is used, it shall be 31 for the entire length of the run from outlet to outlet. Reducing couplings will not be 32 permitted. 33 34 The ends of all conduits shall be well reamed to remove burrs and rough edges. 35 Field cuts shall be made square and true. Slip joints or running threads will not be 36 permitted for coupling metallic conduit; however, running threads will be permitted 37 in traffic signal head spiders. When a standard coupling cannot be used, an 38 approved threaded union coupling shall be used. The threads on all metallic 39 conduit shall be rust-free, clean and well painted with a good quality colloidal 40 copper suspended in a petroleum vehicle before couplings are made up. All 41 couplings shall be tightened so that a good electrical connection will be made 42 throughout the entire length of the conduit run. If the conduit has been moved after 43 assembly, it shall be given a final tightening from the ends prior to backfilling. Non 44 metallic conduit shall be assembled using the solvent cement specified in Section 45 9-29.1..--Where coating on galvanized conduit has been injured in handling or 46 installing, such injured places shall be thoroughly painted with galvanizing repair 47 paint, Formula A-9-73. 48 wr 49 Conduit ends shall be capped (do not glue non metallic caps). Metallic conduit ends 50 shall be threaded and capped with standard threaded conduit caps until wiring is 51 started. When conduit caps are removed, the threaded ends shall be provided with 52 approved conduit bushings or end bells (do not glue in place) for nonmetallic 53 conduit 54 55 Conduit stubs from controller cabinet foundations shall extend to the nearest 56 junction box in that system 57 58 Metallic conduit stubs, caps, and exposed threads shall be painted with galvanizing 59 repair paint Formula A-9-73. i 60 + AMENDMENTS 90 .r 1 Metallic conduit bends, shall have a radius consistent with the requirements of 2 Article 344.24 and other articles of the Code. Where factory bends are not used, 3 conduit shall be bent, using an approved conduit bending tool employing correctly 4 sized dies, without crimping or flattening, using the longest radius practicable. Im 5 6 Nonmetallic conduit bends, where allowed, shall conform to Article 352.24 of the 7 Code. 8 aw 9 Conduit shall be laid so that the top of the conduit is a minimum depth of: 10 11 1. 24 inches below the subgrade including asphalt or concrete shoulder as 12 areas and asphalt or concrete sidewalk areas. 13 14 2. 48 inches below the bottom of ties under railroad tracks unless otherwise 15 specified by the Rail Road Company. s 16 17 3. 18 inches below the finish grade in all other areas. 18 19 Galvanized steel conduit shall be installed at the following locations: ` 20 21 1. All roadbed crossings. 22 23 2. All railroad crossings. " 24 25 3. All runs from the luminaire base to the nearest junction box. 26 27 4. All runs installed at traffic signal installations unless nonmetallic is 28 specified in the contract provisions or plans. 29 30 5. All pole risers, except as otherwise required by owning utilities. �++ 31 32 6. All bends with radius less than 3 feet. Runs embedded within reinforced 33 concrete structures are exempted. 34 35 7. All conduit entering junction boxes and service foundations, unless non 36 metallic conduit is specified in the contract provisions or plans. 37 38 8. All other locations noted in the contract. 39 40 9. All runs externally attached to structures. 41 r 42 10. All runs installed in barrier that is constructed by slip forming. 43 44 Non metallic conduit may be employed as an alternate to metallic conduit at other 45 locations unless specified otherwise in the contract. Nonmetallic conduit 46 installation shall include equipment grounding conductor and shall conform to 47 requirements noted in the Standard Plans. 48 49 Liquidtight flexible metal conduit is allowed only at locations called for in the plans. 50 51 1. The use of aluminum conduit shall be restricted to above ground locations. 52 «r 53 2. Aluminum conduit shall not be placed in concrete. 54 55 Metallic conduit shall be placed under existing pavement by approved directional 56 boring, jacking or drilling methods, at locations approved by the Engineer. The 57 pavement shall not be disturbed unless allowed in the Plans, or with the approval of 58 the Engineer in the event obstructions or impenetrable soils are encountered. 59 AMENDMENTS 91 aw S 1 Boring operations shall be conducted to prevent caving ahead of the pipe, which 2 will cause voids outside the pipe. The auger head shall precede no more than 4 ' 3 inches ahead of the pipe being jacked. 4 5 The Contractor shall install steel casings as specified and shown in the plans. The 6 Contractor must be prepared to use a method approved by the Engineer to clear 7 any obstructions to boring operations, which may be encountered. 8 9 After the casing pipe is in place, the inside shall be cleaned free of rock, dirt and 10 water. 11 12 The space between the conduit and the casing shall be plugged with sand bags 13 and a grout seal 12 inch thick at each end of the casing. Casings abandoned due 14 to an encountered obstruction shall be grout sealed in the same manner. Grout 15 shall obtain a minimum of 400 psi compressive strength at 7 days. 16 17 In lieu of sandbags and grout, unopened sacks of prepackaged concrete may be 18 used to seal the casing. 19 20 Material shall not be removed from the boring pit by washing or sluicing. 21 22 Bore pits shall be backfilled and compacted in accordance with Section 2-09.3(1)E. 23 Directional boring, and jacking or drilling. pits shall be kept 2 feet from the edge of 24 any type of pavement wherever possible. Excessive use of water that might 25 undermine the pavement or soften the subgrade will not be permitted. 26 27 When approved by the Engineer, small test holes may be cut in the pavement to 28 locate obstructions. When the Contractor encounters obstructions or is unable to 29 install conduit because of soil conditions, as determined by the Engineer, additional 30 work to place the conduit will be paid in accordance with Section 1-04.4. 31 32 When open trenching is allowed, trench construction shall conform to the following: 33 34 1. The pavement shall be sawcut a minimum of 3 inches deep. The cuts 35 shall be parallel to each other and extend 2 feet beyond the edge of the 36 trench. 37 38 2. Pavement shall be removed in an approved manner. 39 40 3. Trench depth shall provide 2 feet minimum cover over conduits. 41 42 4. Trench width shall be 4 inches or the conduit diameter plus 2 inches, 43 whichever is larger. 44 45 5. Trenches located within paved roadway areas shall be backfilled with 46 Controlled density fill (CDF) meeting the requirements of Section 2- 47 09.3(1)E. The controlled density fill shall be placed level to, and at the 48 bottom of the existing pavement. The pavement shall be replaced with 49 paving material that matches the existing pavement. 50 51 On new construction, conduit shall be placed prior to placement of base course 52 pavement. 53 54 Conduit terminating in foundations shall extend a maximum of 2 inches above the 55 foundation vertically including grounded end busting or end bell. 56 57 Conduit entering through the bottom of a junction box shall be located near the end 58 walls to leave the major portion of the box clear. At all outlets, conduit shall enter 59 from the direction of the run, terminating 6 to 8 inches below the junction box lid 60 and within 3 inches of the box wall nearest its entry location. AMENDMENTS 92 2 Galvanized rigid steel conduit entering cable vaults shall extend 2 inches for the 3 installation of grounded end bushing and bonding. PVC conduit entering cable 4 vaults and pull boxes shall terminate flush with the inside walls of the structure. All 5 conduit ends shall be terminated with termination kits. 6 7 When conduit or casing is to be placed under pavement it shall be placed prior to 8 the placement of a subbase, base, surfacing, and pavement. +w. 9 10 Conduit entering through the bottom of a junction box shall be located near the end 11 walls to leave the major portion of the box clear. At all outlets, conduit shall enter ON 12 from the direction of the run, terminating 6 to 8 inches below the junction box lid 13 and within 3 inches of the box wall nearest its entry location. 14 15 Interduct conduit ends shall be terminated with termination kits. Galvanized rigid rr 16 steel conduit ends shall be terminated with grounded end bushings. PVC conduit 17 ends shall be terminated with bell ends. 18 19 Suitable marker stakes shall be set at the ends of conduits, which are buried so that 20 they can be easily located. 21 22 Fittings shall be installed at locations as designated by the Engineer so as to 23 provide a conduit channel that will permit freedom for installing the electrical control 24 wires. When conduit fittings are called for in the Plans, or where their installation is 25 required by the Engineer, the Contractor shall also furnish all necessary covers and 26 gaskets. 4W 27 28 All covered underground conduit shall be cleaned with an approved sized mandrel 29 and blown out with compressed air prior to pulling wire. 30 31 Conduits installed for future use shall be prepared as follows: After final assembly in 32 place, the conduit shall be blown clean with compressed air. Then, in the presence 33 of the Engineer, a cleaning mandrel correctly sized for each size of conduit shall be 34 pulled through to ensure that the conduit has not been deformed. As soon as the 35 mandrel has been pulled through, both ends of the conduit shall be sealed with 36 conduit caps. All conduits scheduled for future use shall originate in a foundation or 37 junction box as detailed in the plans and terminate in a junction box. All equipment 38 grounding conductors, and the bonding conductor for metallic conduits shall be 39 bonded in all junction boxes in accordance with Standard Specification 8-20.3(9). 40 41 Where surface mounting of conduit is required, supports shall consist of "unistrut" +.r 42 type or equal mounting complete with clamps sized for the conduit. Support 43 spacing shall comply with the Code or shall be as noted in the contract. Approved 44 expansion fittings shall be installed at all expansion joints. Approved deflection 45 fittings shall be installed at the joint between the bridge end and the retaining wall 46 end and the transition point from the bridge attachment to the underground section. 47 In addition to the expansion fittings installed at all expansion joints, when PVC 48 conduit is installed, an additional expansion fitting shall be installed for each 100 w„ 49 feet of conduit. Fasteners shall be as approved by the Engineer. 50 51 Existing conduit in place scheduled to receive new conductors shall have any 52 existing conductors removed and a cleaning mandrel sized for the conduit shall be r 53 pulled through. 54 55 Conduit runs shorn in the Plans are for bidding purposes only and may be 56 changed, with approval of the Engineer, to avoid underground obstructions. 57 58 Conduit with innerduct shall be installed as shown in the Plans encased in 59 controlled density fill. A maximum of 1000 feet of continuous open trench will be 60 allowed, unless otherwise approved by the Engineer. All conduit with innerduct w AMENDMENTS 93 above grade level or on an elevated structures, or as noted in the plans 1 exposed a g y 2 shall be galvanized rigid steel innerduct conduit. 3 4 Innerduct warning tape shall be placed above all innerduct installed in trenches. 5 The warning tape shall be polyethylene with a metallic backing. The polyethylene 6 shall have a minimum 4 mils thicknesses and be 3 inches wide. The polyethylene 7 shall be orange in color and printed in black with the words "Fiber Optic Cable 8 Buried Below." 9 10 Location wire shall be placed directly above all innerduct installed in trenches. 11 12 The 4 inch outerduct shall be placed to ensure correct consistency of alignment of 13 the innerducts. 14 15 All innerducts shall be prepared as follows: 16 17 After final assembly in place, all innerducts shall be blown clean with 18 compressed air. Then, in the presence of the Engineer, a cleaning mandrel, 19 correctly sized for the innerduct, shall be pulled through to ensure that the Orr 20 conduit has not been deformed. As soon as the mandrel has been pulled 21 through, a 200 lb. minimum tensile strength pull string shall be installed in each 22 innerduct and attached to duct plugs at both ends of the innerduct. 23 24 At all innerduct conduit terminus points, including those in cable vaults and pull 25 boxes, removable and reusable mechanical plugs shall be employed as follows: 26 27 Outerduct conduits shall be plugged using a quadplex expansion plug inside 28 the conduit around the innerduct. Duct plugs shall be installed in all unused 29 innerducts (those that are specified as empty) at the time of conduit 30 installation. Duct plugs shall be installed in all used innerducts (as specified in go 31 the plans) at the time of conduit installation, unless cable pulling for those 32 innerducts will commence within 48 hours. 33 34 Innerduct containing one cable shall be plugged using an expandable split plug. 35 Innerducts with multiple cables shall be sealed with self-expanding waterproof 36 foam. The waterproof foam shall not be placed more than 2 inches into the 37 innerduct. 38 39 8-20.3(6) Junction Boxes ,Cable Vaults, and Pull boxes 40 Standard junction boxes, pull boxes and cable vaults shall be installed at the 41 locations shown in the Plans. The Contractor may install, at no expense to the 42 Contracting Agency, such additional boxes as may be desired to facilitate the work. 43 Junction box installation shall conform to details in the Standard Plans. 44 45 Cable vaults and pull boxes shall be installed accordance with the following: 46 47 1. Excavation shall be performed in accordance with Section 2-09. 48 49 2. Cable vaults and pull boxes shall be installed on 6 inches of crushed 50 surfacing top course, per section 9-03.9(3), placed on a compacted or 51 undisturbed level foundation.. 52 53 3. All openings around conduits shall be sealed and filled with grout to 54 prevent water and debris from entering the vaults or pull boxes. The grout 55 shall meet the specifications of the cable vault and pull box 56 manufacturers. g' 57 58 4. Backfilling around the work shall not be allowed until the concrete or 59 mortar has set. 60 AMENDMENTS 94 ,m 1 5. Pull boxes shall be installed in accordance with plans and details. 2 3 6. Pull boxes shall be configured such that the tensile and bending limitations 4 of the fiber optic cable are not compromised. Pull boxes shall be to 5 configured to mechanically protect the fiber optic cable against installation 6 force as well as inert forces after cable pulling operations. 7 8 7. Upon acceptance of work, cable vaults, and pull boxes shall be free of Ow 9 debris and ready for cable installation. All grounding requirements shall be 10 met prior to cable installation. 11 I'„ 12 8. Where installed near steel casings, the pull boxes and cable vaults shall 13 be offset 3 feet, minimum from the centerline of the casing. Factory bends 14 shall be used to route the conduits to the cable vault or pull box. 15 •. 16 Adjustments involving raising or lowering the junction boxes shall require conduit 17 modification if the resultant clearance between the top of the conduit and the 18 junction box lid becomes less than 6 inches or more than 8 inches in accordance 19 with Standard Plan J-11 a. 4W 20 21 Cable vaults and pull boxes shall be adjusted to final grade using risers or rings 22 manufactured by the cable vault and pull box manufacturer. Cable vaults and pull A. 23 boxes with traffic bearing lids shall be raised to final grade using ring risers to raise 24 the cover only. 25 26 All voids resulting from the adjustment shall be backfilled with materials matching or 27 adjacent surfacing material and compacted in accordance with Section 2-09.3(1)E. 28 29 Damage to the junction boxes, pull boxes, cable vaults and the associated conduit 30 system, or wiring resulting from the Contractor's operations, shall be repaired to the 4W 31 Engineer's satisfaction at no additional cost to the Contracting Agency. 32 33 Both existing and new junction boxes, pull boxes, and cable vaults shall be 34 adjusted to be flush with the finished grade as well as with the grade during the 35 various construction stages proposed in the contract. 36 37 8-20.3(7) Messenger Cable, Fittings ,. 38 Messenger cable shall be secured to steel strain poles by means of pole bands, 39 and to timber poles by means of single strand guy eye bolts. Pole bands and 40 eyebolts shall be installed as detailed in the Plans. 41 .r 42 Messenger cable shall be secured to eye bolts or strain clamps at poles by the use 43 of approved self-locking cable clamp type dead-ending devices. Messenger cable 44 shall be secured to bull rings and anchors by two approved U-bolt connectors and 45 guy thimbles. 46 47 Traffic signal control cable shall be secured to the messenger cable by cable ties. 48 The ties shall be black nylon with ultraviolet protection and rated at 120 pound 49 minimum unlocking strength. 50 51 Down guy assemblies shall be installed as detailed in the Standard Plans. 52 �* 53 8-20.3(8) Wiring 54 All underground wiring shall be installed in conduit unless specifically noted 55 otherwise in the contract. All wiring in conduit shall be instailed with an approved 56 lubricant. 57 58 With the exception of induction loop circuits, magnetometer circuits and illumination 59 circuits, all wiring shall run continuously, without splices, from a terminal located in 60 a cabinet, compartment, pedestrian push button assembly, or signal head to a AMENDMENTS 95 w 1 similarly located terminal. Illumination circuit terminals and traffic circuit signal 2 terminals located below grade will not be allowed. Video detection systems cable 3 installation shall follow manufacturer's specification, except no below grade 4 terminals will be allowed. 5 6 All splices in underground illumination circuits, induction loops circuits, and 7 magnetometer circuits shall be installed in junction boxes. The only splice allowed 8 in induction loop circuits and magnetometer circuits shall be the splice connecting 9 the induction loop lead in conductors or magnetometer lead in conductors to the 10 shielded home run cable. Splices for induction loop circuits and magnetometer x 11 circuits shall be: heat shrink type with moisture blocking, material sized for 12 conductors, epoxy filled clear rigid mold splice kits or rigid re-enterable type splice 13 kits. Conductors for rigid mold kits shall be centered in the splice mold prior to 14 installation of the encapsulation material. Magnetometer and induction loop splices 15 shall be soldered. All connections with #10 and smaller wire shall use copper 16 crimped connectors installed with-a positive action (ratchet) tool, except for quick 17 disconnects as described in Section 9-29.7. The non insulated die shall be an 18 indent type and insulated die shall be of a smooth shape capable of crimping pre- 19 insulated terminals and connectors. The tool shall be compound lever type with a 46 20 ratchet mechanism to ensure positive closure for full crimping cycle. The tool shall 21 be field adjustable to proper calibration with common tools and materials. All 22 connectors shall be wrapped with two layers electrical tape. All epoxy splice kits 23 shall be physically separated from other splices and wiring within the junction box 24 to avoid damage from heat during the casting process. 25 26 Aerial illumination splices shall employ vice or crimp type pressure connectors. 27 Splice insulation may be epoxy, heat shrink, or tape. 28 29 Tape splice insulation shall consist of thermoplastic electrical insulating tape 30 applied to a thickness equal to the original wire insulation. It shall be well lapped go 31 over the original insulation, and there shall be a coating of moisture resistant 32 varnish applied and allowed to dry. Two layers of friction tape will then be applied, 33 and the splice shall be finished with a second complete coating of moisture to 34 resistant varnish. 35 36 Quick disconnect connectors, fused or unfused as required, shall be installed at all 37 poles supporting a luminaire. Installation shall conform to details in the Standard 38 Plans. 39 40 Pole and bracket cable shall be installed between the disconnects and the 41 luminaire. VIA 42 43 Sufficient slack wire shall be installed at each junction box to allow any conductor, 44 cable, or splice within the junction box to be raised a minimum of 18 inches outside 45 of the box. 46 47 Insulated grounded conductors of size No. 6 or larger shall be identified either by a 48 continuous white or natural gray finish along its entire length or by an approved 49 white marking for the full length of the visible conductor at all terminations, junction 50 boxes, or accessible locations. 51 52 Every conductor at every wire termination, connector, or device shall have an AW 53 approved, (9-29.13(7)B & C) wire marking sleeve bearing as its legend, the circuit 54 number indicated in the contract. All terminal strips shall also bear the circuit 55 number crosistent with the contract 56 57 At all illumination circuit splices, each wire entering the splice shall have a 58 approved wire marking sleeve bearing as its legend the circuit number indicated in 59 the contract. 60 AMENDMENTS 96 1W 1 All wiring, exclusive of the previously mentioned illumination circuits, at junction 2 boxes and at the controller cabinet shall have an approved tag with legends as 3 follows: 4 VW 5 1. Individual conductors —the circuit number indicated in the contract. 6 7 2. Multiconductor cable — the numbers of the signal heads ano/or 8 pedestrian push buttons served. 9 10 3. • Loop lead-in cable—the numbers of the loops served. 11 ,. 12 4. Magnetometer cable—the numbers of the magnetometers served. 13 14 5. Camera lead-in cable --- The numbers of the phases the camera served. 15 "w 16 Drip loops shall be provided on all aerial conductors where they enter poles, signal 17 heads, or weatherheads. 18 19 Where direct burial cable or nonmetallic conduit is installed, care shall be used in a" 20 excavating, installing, and backfilling, so that no rocks, wood, or other foreign 21 material will be left in a position to cause possible injury. Direct burial cable shall 22 be placed a minimum of 24 inches below grade and shall be placed loosely in the „�. 23 bottom of a trench. An approved red warning tape shall be installed in the trench, 6 24 inches above the direct buried conductors. 25 26 When conductors, either cable or single, are being installed, care shall be 27 exercised to not exceed tension limitations recommended by the manufacturer. 28 Conductors may be pulled directly by hand. However, if conductors are pulled by 29 any mechanical means, a dynamometer with drop-needle hand shall be used on 30 every mechanical pull. 31 32 On mechanical pulls, insulation shall be stripped off the individual conductor and 33 the conductor formed into a pulling eye and firmly taped, or a cable grip shall be 34 used. The maximum pulling force applied directly to the conductor; i.e., when 35 pulling eyes are used or when the conductor is formed into a loop, shall be limited 36 to that shown in the following table for copper conductor. When a cable grip is 37 applied over nonmetallic sheathed cables, the maximum pulling force shall be +r• 38 limited to 1,000 pounds provided this is not in excess of the force as calculated 39 above. 40 41 Conductor Pounds 42 8 132 43 6 210 44 4 334 45 3 421 46 2 531 47 1 669 48 1/0 845 .... 49 2/0 1,065 50 3/0 1,342 51 4/0 1,693 52 53 To limit the sidewall pressure at bends in duct and conduit runs, the pulling force in 54 pounds shall not exceed 100 times the radius of the bend in feet. Adequate 55 lubrication of the proper type to reduce friction in conduit and duct pulls shall be 56 utilized as necessary. The grease and oil-type lubricants used on lead sheathed 57 cables shall not be used on nonmetallic sheathed cables. 58 59 When wiring is noted for future connection, the ends of each wire or cable shall be 60 sealed with an approved heat shrink end cap. w. AMENDMENTS 97 .r 1 2 If loop lead splices are not installed immediately after the installation of the loop , 3 leads into the adjacent junction box, the ends of the two conductor "home run" 4 cable shall be sealed with heat shrink end caps to prevent entry of moisture into the 5 two conductor cable. All coaxial cables shall have heat shrink end caps installed 6 prior to aerial or underground installation of the cables to prevent moisture entry 7 into the cable. 8 9 Multiconductor cable for signal displays shall be installed entirely through the 10 mounting fitting to a point a minimum of 1 inch inside the signal display housing 11 before the outer insulation is stripped back for the connection of individual „ 12 conductors to the terminal block. 13 14 8-20.3(9) Bonding, Grounding 15 All metallic appurtenances containing electrical conductors (luminaires, light 16 standards, cabinets, metallic conduit, non-metallic conduit, etc.) shall be made 17 mechanically and electrically secure to form a continuous systems which shall be 18 effectively grounded. Where metallic conduit systems are employed, the conduit 19 system constitutes the equipment grounding conductor. Where nonmetallic conduit 20 is installed, the installation shall include an equipment ground conductor, in addition 21 to the conductors noted in the contract. Except as noted below for sign lighting 22 fixtures, bonding. Bonding jumpers and equipment grounding conductors shall be 4W 23 installed in accordance with per Section 9-29.3. The equipment ground conductor 24 between the isolation switch and the sign lighter fixtures may be No. 14 AWG 25 stranded copper conductor. Where parallel circuits are enclosed in a common 26 conduit, the equipment grounding conductor shall be sized by the of the largest 27 overcurrent device serving any circuit contained within the conduit. 28 29 All connectors between bonding jumpers and equipment grounding conductors 30 shall be installed in accordance with the NEC. 31 32 Identification of the equipment grounding conductor shall conform to all code 33 requirements. 34 35 Grounding of the equipment grounding system and neutral at the service point shall 36 be accomplished as required under the NEC. Grounding of the neutral shall be 37 accomplished only at the service. +wi 38 39 Two service grounds shall be installed at each electrical service installation and at 40 each separately derived power source. Each service ground shall conform to the 41 detail in the Standard Plans for "Service Ground." If soil conditions make vertical 42 ground rod installation impossible see NEC Section 250-52 (c)3 as an alternate 43 installation procedure. The service ground installations shall be located a minimum 44 of 6 feet apart. The first service ground rod shall be connected to a continuous 45 grounding electrode conductor running to the service neutral bus. The second 46 service ground rod shall be connected to the same continuous grounding electrode 47 conductor connected to the first ground rod. Ground electrodes shall be bonded 48 copper, ferrous core materials and shall be solid rods not less than 10 feet in length ar 49 if they are 1/2 inch in diameter or not less than 8 feet in length if they are 5/8 inch or 50 larger in diameter. 51 52 The connection of the grounding electrode conductor to the grounding electrode 53 shall be made with two approved ground clamps. 54 55 Messenger cable shall be banded to steel strain poles by means of a bond strap 4w 56 connected between an approved U-bolt connector and a bonding lug on the pole. 57 58 At points where shields or shielded conductors are grounded, the shields shall be 59 neatly wired and terminated on approved grounding lugs. go 60 ill AMENDMENTS 98 1 8-20.3(10) Services, Transformer, Intelligent Transportation System Cabinet 2 Power sources shown in the Plans are approximate only; exact location will be 3 determined in the field. 4 ++� 5 Aerial fed transformer cabinets and type A, type B, or type C service cabinets shall 6 include a timber pole, as specified in Section 9-29.6(3, a meter base, installed in 7 accordance with serving utility requirements, a two or three wire service breaker of 8 size noted in the Plans, the necessary conduit risers and ground assembly as 9 noted in the standard plan. The timber pole shall be set at a depth of 10% of the 10 total pole length plus 2 feet. Modified type B, type D and type E services shall be 11 installed per contract plan, and service description in standard plans. Pad mounted 12 transformer cabinets shall be installed per contract plans. 13 14 The service breaker shall be a standard thermal circuit breaker encased in a 15 raintight housing that can be padlocked. err► 16 17 Upon request of the Contractor, the Engineer will make the necessary 18 arrangements with the serving utility to complete the service connections. 19 Electrical energy used prior to completion of the contract will be charged to the 20 Contractor, except that the cost of energy used for public benefit, when such 21 operation is ordered by the Engineer, will be borne by the Contracting Agency. 22 23 The service, transformer and ITS cabinets shall be marked with the service 24 agreement letters and numbers as noted in the plans. The markings shall be 25 installed on the outside cabinet door near the top of the cabinet. The markings 26 shall be series C using stencils and black enamel alkyd gloss paint conforming to 1W 27 Federal Specification TT-E-489. 28 29 8-20.3(11) Testing 30 The Contractor shall conduct the following tests on all electrical circuits with 'r'' 31 nominal operating voltage between 115 volts and 600 volts, other than direct burial 32 installations, in the presence of the Engineer: 33 we 34 1. Test the continuity of each circuit. 35 36 2. Test for grounds in each circuit, which shall consist of the physical 37 examination of the installation to ensure that all required ground jumpers, .r 38 devices, and appurtenances do exist and are mechanically firm. 39 40 3. A 500 volt megohm meter test on each circuit between the conductor and 41 ground with all switch boards, panel boards, fuse holders, switches, w 42 receptacles, and overcurrent devices in place. All readings shall be 43 recorded. The Contractor shall furnish the Engineer with three copies of 44 the test results identifying observed readings with their respective circuits. 45 46 The insulation resistance shall not be less than 6 megohms between the 47 conductor and ground on circuits with a total single conductor length of 48 2,500 feet and over, nor less than 8 megohms on circuits with single 49 conductor length of less than 2,500 feet. 50 51 Any change in the above stated minimum readings must be approved in 52 writing by the Engineer. Only those factors based on dialectric properties 53 of conductor insulations, splicing insulations, terminal strip castings, etc., 54 will be cause for consideration of a variance. 55 56 4. A functional test in which it is demonstrated that each and every part of the 57 system functions as specified. 58 59 For those circuits below 115 volts nominal, except induction loop circuits and direct .. 60 burial circuits, the circuits shall be tested for continuity, ground, and a test to AMENDMENTS 99 +r. 1 demonstrate the circuit functions as specified. The megger test shall show an 2 insulation resistance of not less than 2 megohms to ground. 3 4 Any fault in any material or in any part of the installation revealed by these tests 5 shall be replaced or repaired by the Contractor in a manner approved by the 6 Engineer, and the same test shall be repeated until no fault appears. 7 8 When the project includes a traffic signal system, the Contractor shall conduct tests 9 noted in Section 8-20.3(14)D. The Contractor shall provide the Engineer a 10 minimum of five days advance written notice of the proposed traffic signal turn-on 11 date and time. The traffic signal turn-on procedure shall not begin until all required 12 channelization, pavement markings, illumination, signs, and sign lights are 13 substantially complete and operational unless otherwise allowed by the Project 14 Engineer. The Contractor shall provide traffic control to stop all traffic from entering 15 the intersection and shall then turn the traffic signal system to its flash mode to No 16 verify proper flash indications. The Contractor shall then conduct functional tests to 17 demonstrate that each part of the traffic signal system, illumination system, or other 18 electrical system functions as specified. This demonstration shall be conducted in 19 the presence of a Contracting Agency electronic technician, the Contracting Agency 40 20 electrical inspector, and Regional Traffic Engineer or his/her designee. The 21 Contractor shall then turn the traffic signal to stop and go operation for no less than 22 one full cycle. Based on the results of the turn-on, the Engineer will direct the 40 23 Contractor to either turn the traffic signal on to normal stop and go operation, to 24 turn the signal to flash mode for a period not to exceed five calendar days, or to 25 turn the signal off and cover all signal displays. 26 40 27 If the Contractor is directed to turn off the traffic signal, the Contractor shall 28 schedule a new turn-on date with the Engineer in accordance with the previously 29 mentioned procedures. 30 31 A qualified representative of the controller supplier may be required to be present 32 for the turn on to stop and go operation if the controller is being supplied on the 33 contract. 34 35 No change to stop and go operation will be allowed after 2 p.m. on any day nor will 36 the change be allowed on Friday, weekends, holidays, or the day preceding a 37 holiday. 38 39 8-20.3(12) Painting 40 All painting required shall be done in conformance with applicable portions of 41 Section 6-07. 42 43 8-20.3(13) Illumination Systems 44 8-20.3(13)A Light Standards 45 Light standards shall be handled when loading, unloading, and erecting in 46 such a manner that they will not be damaged. Any parts that are damaged due 47 to the Contractor's operations shall be repaired or replaced at the Contractor's 48 expense, to the satisfaction of the Engineer. No 49 50 Light standards shall not be erected on concrete foundations until foundations 51 have set at least 72 hours or attained a compressive strength of 2,400 psi, and 52 shall be raked sufficiently to be plumb after all load has been placed or as 53 otherwise directed by the Engineer. 54 55 Slip base installation shall conform to the following: 56 57 1. The slip plane shall be free of obstructions such as protruding conduit 58 or anchor bolts. The conduit, anchor bolts, and other obstructions 59 shall terminate at a height below the elevation of the top of the slip go 60 plate. l AMENDMENTS 100 2 2. Washers in the slip plane shall be placed between the slip plate and 3 the keeper plate. 4 *■ 5 3. Anchor bolts shall extend through the top heavy-hex nut two full 6 threads to the extent possible while conforming to the specified slip 7 base clearance requirements. Anchor bolts shall be tightened by the 8 Turn-Of-Nut Tightening Method in accordance with Sections 6- """" 9 03.3(33) and 8-20.3(4). 10 11 4. Clamping bolts shall be tightened in accordance with Sections 6- ,,,,, 12 03.3(33) and 8-20.3(4). The clamping bolts shall be tightened to the 13 specified torque, plus or minus 2 percent, in two stages using an 14 accurately calibrated torque wrench before erecting the light standard. 15 Except as otherwise specified, the Contractor shall install 1 inch 16 diameter clamping bolts in all slip bases to a torque of 95 foot- 17 pounds. The Contractor shall tighten the 1 1/8 inch diameter clamping 18 bolts of slip bases for 50 foot light standards with double 10 foot mast 19 arms or greater to a torque to 104 foot-pounds. 20 21 5. The galvanized surfaces of the slip plates, the keeper plate and the 22 luminaire base plate shall be smooth, without irregularities, to reduce 23 friction and to prevent slackening of bolt tension due to flattening of 24 the irregularities. 25 26 6. Anchor bolts damaged after the foundation concrete is placed shall 1W 27 not be repaired by bending or welding. The Contractor's repair 28 procedure is to be submitted to the Engineer for approval prior to 29 making any repairs. The procedure is to include removing the 30 damaged portion of the anchor bolt, cutting threads on the a` 31 undamaged portion to remain, the installation of an approved 32 threaded sleeve nut and stud, and repairing the foundation with epoxy 33 concrete. Epoxy concrete shall meet the requirements of Section 9- 34 26.3(1)B. 35 36 7. The grout pad shall not extend above the elevation of the bottom of 37 the anchor plate. �r 38 39 8. Wiring for slip base installation shall conform to details in the 40 Standard Plans. 41 42 Breakaway coupling installation shall conform to the following: 43 44 1. At existing foundations, the anchor nuts, pole, grout pad, and leveling 45 nuts shall be removed. Conduits shall be cut to a maximum height of 46 2 inches above the foundation including grounding end bushing or 47 bell end. Galvanizing repair paint, conforming to Formula A-9-73 in 48 Section 9-08.2, shall be applied to the cut conduit that has been 49 threaded. Anchor bolts that are damaged shall be repaired with 50 approved sleeve nuts as noted under slip base installation 51 procedures. 52 "" 53 2. Anchor bolts shall be cut off 2-1/2 to 3 inches above the foundation. 54 At new foundations, the anchor bolts shall be installed with top of bolt 55 2-1/2 to 3 inches above the foundation. V, 56 57 3. Couplings shall be installed to within 1 /8 to 3 /8 inch of the 58 foundation. Couplings shall then be leveled. 59 aw No AMENDMENTS 101 No 1 4. The pole shall be set and plumbed; and washers, nuts, and skirt 2 installed per manufacturer's recommendations. 3 4 Slip base insert installations shall conform to details in the Standard Plans, and 5 shall conform to items 1 through 8 above for slip base installation, except that 6 the specified torque for the 7/8 inch diameter clamping bolts shall be 50 foot- 7 pounds. 8 9 All new light standards shall have an approved metal tag riveted to the pole 10 above the handhole. The information provided on the tag shall be as noted on 11 the pre-approved drawings. The following information shall be stamped on the 12 tag: 13 14 1. Luminaire number. 15 2. Luminaire wattage. 16 3. Luminaire voltage. 17 18 All new or relocated metal light standards shall be numbered for identification 19 in accordance with the Plans using painted 3-inch series C numbers installed 3 20 feet above the base facing the traveled way. Paint shall be black enamel alkyd 21 gloss conforming to Federal Specification TT-E-489. 22 23 In setting timber poles, the Contractor shall provide a minimum burial of 10 24 percent of the total pole length plus 2 feet and shall rake the poles per 25 Standard plan J-7d. 26 27 8-20.3(13)6 Decorative Light Standards 28 Design and fabrication shall meet or exceed the requirements of the latest 29 AASHTO Standard Specifications for Structural Supports for Highway Signs, 30 Luminaires and Traffic Signals. 31 32 Complete calculations for the structural design, including anchor bolt details, 33 shall be prepared by a professional engineer licensed under Title 18 RCW 34 State of Washington, in the branch of Civil or Structural Engineering. All shop 35 drawings and cover page of all calculations submittals shall carry signature, 36 original seal, registration number and date of expiration. The cover page shall 37 include the contract number, contract title and sequential index to calculation 38 page numbers. Two copies of the associated design calculation shall be 39 submitted for approval along with shop drawings. 40 41 8-20.3(13)C Luminaires 42 The Contractor shall mark the installation date on the inside of the luminaire 43 ballast housing using a permanent marking pen. 44 45 All luminaires shall be mounted level, both transverse and longitudinally, as 46 measured across points specified by the manufacturer. Leveling and 47 orientation shall be accomplished after pole plumbing. 48111 49 8-20.3(14) Signal Systems 50 8-20.3(14)A Signal Controllers 51 All control cabinets and control equipment shall be factory wired ready for 52 operation. Field work will be limited to placing cabinets and equipment and 53 connecting the field wiring to field terminal strips. All controller cabinets shall be 54 installed on a silicone seal pad. 55 56 Controllers for portable traffic signal systems shall conform to the requirements " 57 of Section 9-29.13(7). 58 AMENDMENTS 102 W .. 1 8-20.3(14)B Signal Heads 2 Unless ordered otherwise by the Engineer, signal heads shall not be installed 3 at any intersection until all other signal equipment is installed and the controller 4 is in place, inspected, and ready for operation at,that intersection, except that aw 5 the signal heads may be mounted if the faces are covered to clearly indicate 6 the signal is not in operation. 7 1W 8 Three section displays mounted on type M mounts shall have the plumbizer 9 between the top and second display. Four and five section vertical displays 10 mounted on type M mounts shall have the plumbizer between the second and 11 third display. 1W 12 13 8-20.3(14)C Induction Loop Vehicle Detectors 14 Induction loops shall be constructed as detailed in the Contract and the 15 following: w 16 17 1. Loop wire shall conform to Section 9-29.3. 18 ww 19 2. When Type 2 or 6' round (R) loops are grouped at the stop line, the 20 front edge of the first loop shall be one foot behind the stop line. 21 Each additional loop installed in the lane shall be on 15 foot centers. 22 ,. 23 3. Lead-in cable shall conform to Section 9-29.3. 24 25 4. All loops shall be installed after grinding or prior to paving the final lift 26 of asphalt designated in the Contract. Loop conductors shall be held 27 at the bottom of the saw cut by high temperature backer rod (sized to 28 fit snugly in the saw cut). Two inch long pieces of the backer rod shall 29 be installed on 24 inch centers along the entire loop and home run(s) �. 30 and at the entrance and exit of all turns greater than 450. If new loops 31 are installed over existing the old loops shall be removed by grinding 32 and the grinding shall be deep enough to destroy any existing 33 operational loop conductors. If not listed as incidental to another item 34 or paid for under another bid item the additional work to remove the 35 existing loops shall be paid in accordance with Section 1-04.4. 36 37 5. Each loop shall be the size and number of turns indicated in the r 38 Plans. 39 40 6. No loop installation will be done in rainy weather or when the 41 pavement is wet. 42 43 7. All sawcuts shall be cleaned with a high pressure washer and dried 44 with 100 psi minimum air pressure, to the satisfaction of the Engineer. aw 45 If traffic is allowed over the sawcut prior to wire installation, the 46 sawcuts shall be cleaned again. 47 48 8. Wiring shall be installed with a blunt-nosed wooden wedge. .�. 49 50 9. Prior to the installation of the Hi temperature backer rod all slack shall 51 be removed from the wiring.-Kinks in wiring or folding back of excess 52 wiring will not be allowed. 53 54 10. High temperature backer rod, sized for snug fit shall be installed in the 55 saw cut on 2' centers and at all sharp turns. 56 57 11. Install sealant as per contract or as approved by the Engineer. 58 59 12. Sealant shall be applied such that air bubbles or foam will not be 60 trapped in the sawcut. AMENDMENTS 103 rrr 1 2 8-20.3(14) D Test for Induction Loops and Lead-in Cable 3 All tests shall be performed by the Contractor in the presence of the Engineer 4 for each loop. The tests shall be performed at the amplifier location after 5 complete installation of the loop. All costs associated with testing shall be 6 included in the unit contract prices of the respective bid items. 7 8 Test A — The DC resistance between the two lead-in cable wires will be 9 measured by a volt ohm meter. The resistance shall not exceed 5 ohms. 10 11 Test B — A megohm meter test at 500 volts DC shall be made between the 12 lead-in cable shield and grounding, prior to connection to grounding. The 13 resistance shall equal or exceed 100 megohms. 14 15 Test C —A megger test shall be made between the loop circuit and grounding 16 The resistance shall equal or exceed 100 megohms. 17 18 Test D — An inductance test to determine the inductance level of each 19 inductance loop. The Contractor shall record the inductance level of each 20 inductance loop installed on the project and shall furnish the findings to the 21 Engineer. An inductance level below 150 microhenries is considered a failure 22 for a Type 1 loop, any one round loop and an inductance level below 75 23 microhenries is considered a failure for a Type 2 loop. 24 25 If any of the installations fails to pass all tests, the loop installation or lead-in 26 cable shall be repaired and replaced and then retested. 27 28 8-20.3(14)E Signal Standards 29 Traffic signal standards shall be furnished and installed in accordance with the 30 methods and materials noted in the contract and the following: 31 32 1. All dimensions and orientations will be field verified by the Engineer 33 prior to fabrication. 34 35 2. The signal standard component identification shall conform to details 36 in the Plans. 37 ■+ 38 3. Disconnect connectors complete with pole and bracket cable shall be 39 installed in any signal standard supporting a luminaire. Illumination 40 wiring installation shall conform to details in the Plans for slip base 41 wiring. i1 42 43 4. No field drilling will be allowed on signal mast arms except for the 44 installation of any required pre-empt indicators , pre-empt detectors, 45 microwave detector, or type "N" signal mountings. The maximum ` 46 diameter shall be 1 inch. 47 48 5. All pole entrances required for pole-mounted signal heads, cabinets, 49 signs, pedestrian push button assemblies, etc., shall be field drilled. 50 - 51 6. Damage to the galvanized pole surface resulting from field drilling 52 shall be repaired with approved zinc rich paint. 53 54 7. Field welding will not be allowed, except as shown in the Plans or as 55 otherwise approved by the Engineer. 56 57 8. All tenons shall be factory installed. 58 59 9. All welding shall be completed prior to galvanizing. 60 AMENDMENTS 104 1 10. Foundations shall be constructed to provide the pole orientation noted 2 in the Plans. Anchor bolts shall be tightened in accordance with 3 Sections 6-03.3(33) and 8-20.3(4). 4 +r 5 11. Slip base installation for Type RM and FB signal standards shall 6 conform to the slip base installation requirements specified in Section 7 8-20.3(13)A, except that the specified torque for the 3/4 inch diameter 8 clamping bolts shall be 50 foot-pounds. or 9 10 12. The pole shall be-plumbed after signal heads are installed. 11 1W 12 13. The space between the bottom base plate and the top of foundation 13 shall be filled with grout. with a 3/8 -inch plastic drain tube. 14 15 Signal standards shall not be erected on concrete foundations until the rrr 16 foundations have attained 2400 psi or 14 days. Signal standards without mast 17 arms may be erected after 72 hours. Type IV and V strain pole standards may 18 be erected but the messenger cable (span wire) can not be placed until the 19 foundation has attained 2400 psi or 14 days. 'w 20 21 Signal supports used with portable traffic signal systems shall provide a 22 minimum of two signal displays, spaced a minimum of 8 feet apart. When r 23 portable traffic signals are used to provide alternating one way control, a 24 minimum of one of the signal displays shall be suspended over the traveled 25 way. The minimum vertical clearance to the traveled way for this signal display 26 is 16 feet 6 inches. ww 27 28 Timber strain poles shall be set a burial depth of 10% of the total length plus 2 29 feet and shall be raked as noted as noted on Standard Plan J-7d. 30 Ow 31 8-20.3(15) Grout 32 Grout shall conform to the requirements of Section 6-02.3(20). 33 34 8-20.3 (16) Reinstalling Salvaged Material 35 When salvaged electrical equipment is to be reinstalled, the Contractor shall furnish 36 and install all necessary materials and equipment, including anchor bolts, nuts, 37 washers, concrete, etc., required to complement the salvaged equipment in the 38 new installation. 39 40 Metal poles relocated to new permanent locations shall be inspected for structural 41 integrity prior to reinstalling. *W 42 43 8-20.3(17) "As Built" Plans 44 Upon physical completion of the work, the Contractor shall submit corrected shop 45 drawings, schematic circuit diagrams, or other drawings necessary for the Engineer 1W 46 to prepare corrected plans to show the work as constructed. 47 48 These drawings shall be on sheets conforming in size to the provisions of Section m 49 1-05.3. 50 51 8-20.4 Measurement 52 When shown as lump sum in the Plans or in the proposal as illumination, traffic data Ow 53 accumulation and ramp metering, or traffic signal system no specific unit of 54 measurement will apply, but measurement will be for the sum total of all items for a 55 complete system to be furnished and installed. 56 "" 57 Conduit of the kind and diameter specified will be measured by the linear foot for the 58 actual neat line length in place, unless the conduit is included in an illumination system, 59 signal system, or other type of electrical system lump sum bid item. qW 60 AMENDMENTS 105 +r 1 Casing — will be measured by the linear foot for the actual length of casing placed, 2 unless the casing is included in an illumination, signal or other electrical system lump 3 sum bid item. 4 5 8-20.5 Payment 6 Payment will be made in accordance with Section 1-04.1, for each of the following bid 7 items that are included in the proposal: a 8 9 "Illumination System ", lump sum. 10 "Traffic Signal System ", lump sum. 11 "Traffic Data Accumulation and Ramp Metering System ", lump sum. 12 The lump sum contract price for "Illumination System ", "Traffic Signal 13 "Traffic Data Accumulation and Ramp Metering System ", shall be full pay for 14 the construction of the complete electrical system, modifying existing systems, or 15 both, as shown in the Plans and herein specified including excavation, backfilling, 16 concrete foundations, conduit, wiring, restoring facilities destroyed or damaged 17 during construction, salvaging existing materials, and for making all required tests. 18 All additional materials and labor, not shown in the plans or called for herein and 19 which are required to complete the electrical system, shall be included in the lump ► 20 sum contract price. 21 22 "Conduit Pipe In. Diam.", per linear foot. 23 The unit contract price per linear foot for "Conduit In. Diam." shall be full pay 24 for furnishing all pipe, pipe connections, elbows, bends, caps, reducers, conduits, 25 and unions; for placing the pipe in accordance with the above provisions, including 26 all excavation, directional boring, jacking or drilling required, backfilling of any voids as 27 around casing, conduits, pits or the trenches, restoration of native vegetation 28 disturbed by the operation, chipping of pavement, and bedding of the pipe; and all 29 other work necessary for the construction of the conduit, except that when conduit 30 is included on any project as an integral part of an illumination or traffic signal +0 31 system and the conduit is not shown as a pay item, it shall be included in the lump 32 sum price for the system shown. 33 34 All costs for installing conduit containing both signal and illumination wiring shall be 35 included in the.contract prices for the signal system. 36 37 All costs for installing junction boxes containing both illumination and signal wiring 38 shall be included in the contract prices for the signal system. 39 40 "Casing", per linear foot. s 41 The unit contract price per linear feet for "casingg" shall be full payment for boring, it 42 jacking or drilling for installing casing, and backfilling any voids around the casing 43 and pits or back filling of the trenches required to install the casing. This cost will 44 also include any restoration of native vegetation disturbed by the operation. 45 46 SECTION 8-21, PERMANENT SIGNING 47 April 7, 2003 48 8-21.2 Materials 49 This section is revised to read: 50 51 Signing materials and fabrication of signs shall meet the requirements of Section 9-28. 52 Materials for roadside sign structures shall meet the requirements of Section 9-06.16. 53 Materials for sign mounting shall conform to Section 9-28.11. Materials for sign bridges, 54 cantilever sign structures, and bridge mounted sign brackets shall conform to Section 9- 55 28.14(2). 56 57 8-21.3(9)A Fabrication of Steel Structures 58 This section is revised to read: III► 59 «xt: AMENDMENTS 106 W 1 Fabrication and erection shall conform to the applicable requirements of Section 6-03 2 and 9-06. All welded connections of sign bridge and cantilever sign structure posts, 3 arms, and beams, including base and connection plates, shall be cleaned prior to 4 welding to remove all mill scale from within two inches of the weld. As an alternative to +p 5 the blast cleaning requirements of Section 6-03.3(13), the Contractor may perform the 6 cleaning using power hand tools as approved by the Engineer. Unless otherwise 7 specified in the Plans or Special Provisions, metal surfaces shall not be painted. 8 9W 9 8-21.3(9)B Grout 10 This section including title is revised to read: 11 tw 12 8-21.3(9)B Vacant 13 14 8-21.3(9)F Bases 15 In the last sentence of the third paragraph the reference to "Class 4000W" is revised to read: No 16 17 Class 4000P placed in accordance with Section 6-02.3(6)B. 18 19 The eleventh paragraph is revised to read: %W 20 21 Plumbing of sign bridges and cantilever sign structures shall be accomplished by 22 adjusting leveling nuts. Shims or other similar devices for plumbing or raking will not be wo 23 permitted. 24 25 SECTION 8-22, PAVEMENT MARKING 26 December 2, 2002 VW 27 8-22.1 Description 28 The first sentence under"Railroad Crossing Symbol" is revised to read: 29 aw 30 A WHITE marking that includes a symbol, two letters and two 24 inch transverse lines, 31 conforming to details in the Standard Plans. 32 o, 33 "Drainage Marking" is revised to read: 34 35 Drainage Marking 36 A WHITE marking conforming to the details in the Standard Plans for the identification of ■. 37 a cross culvert, catch basin or grate inlet. 38 39 This section is supplemented with the following: 40 41 Bicycle Lane Symbol 42 A WHITE marking that includes a symbol and one traffic arrow conforming to details in 43 the Standard Plans. 44 45 8-22.2 Materials 46 This section is revised to read: 47 "W 48 Material for pavement marking shall be paint or plastic, as noted in the bid item, meeting 49 the requirements of Section 9-34. 50 51 8-22.3(3) Marking Application aw 52 The headings for the chart "Marking Material" are revised as follows: 53 54 "Dense Application" is revised to "Application". 55 ` 56 "Class D ACP" is revised to "Dense ACP". 57 58 "ACP" is revised to "Class D ACP". wr 59 AMENDMENTS 107 it 1 On page 8-86, under Liquid pavement marking material, "Feet of 40 line/gallon" is revised 2 to "Feet of 4" line/gallon". 3 4 Under Solid pavement marking material, "Feet of 40 line/50# bag" is revised to "Feet of 4" rlt 5 line/50# bag". 6 7 8-22.4 Measurement 8 The first sentence of the 7th paragraph is revised to read: 9 10 Traffic arrows, traffic letters, access parking space symbols, HOV symbols, railroad 11 crossing symbols, bicycle lane symbol, drainage markings, aerial surveillance full, and 12 1/2 markers will be measured per each as Traffic Marking". 13 14 The ninth paragraph is revised to read: 15 16 Removal of traffic arrows, traffic letters, access parking space symbol, HOV lane 17 symbol, railroad crossing symbol, bicycle lane symbols, drainage markings, aerial 18 surveillance full and 1/2 markers will be measured per each as "Removing _ Traffic 19 Marking". Removal of crosswalk lines will be measured by the square foot of lines 20 removed as "Removing _ Crosswalk Line". 21 22 8-22.5 Payment 23 This section is supplemented with the following: 24 25 "Painted Bicycle Lane Symbol", per each. 26 "Plastic Bicycle Lane Symbol", per each. 27 28 SECTION 8-23, TEMPORARY PAVEMENT MARKINGS 29 August 5, 2002 30 8-23.1 Description 31 This section is revised to read: 32 r► 33 The work shall consist of furnishing and installing temporary pavement markings. 34 Temporary pavement markings shall be provided where noted in the Plans and for all 35 lane shifts and detours resulting from construction activities. Temporary pavement 36 markings shall also be provided when permanent markings are eliminated because of at 37 construction operations. Temporary pavement markings shall be maintained in 38 serviceable condition throughout the project until permanent pavement markings are 39 installed. Temporary pavement markings that are damaged shall be repaired or replaced 40 immediately. Temporary painted center lines, edge lines, or lane lines and temporary 41 raised pavement markers which are, in the opinion of the Engineer, damaged due to 42 normal wear by traffic, will be replaced. Any temporary line marked with tape shall be 43 repaired immediately when it no longer provides the intended use. 44 45 Temporary pavement marking installations are defined as follows: 46 47 Temporary Center Line irk 48 A BROKEN line used to delineate adjacent lanes of traffic moving in opposite 49 directions. The broken pattern shall be based on a 40-foot unit, consisting of a 50 4-foot line with a 36-foot gap if paint or tape is used. If temporary raised pavement 51 markers are used, the pattern shall be based on a 40-foot unit, consisting of a 52 grouping of three temporary raised pavement markers, each spaced 3 feet apart, 53 with a 34-foot gap. 54 55 Temporary Edge Line 56 A SOLID line used on the edges of traveled way. The line shall be continuous if 57 paint or tape is used. If temporary raised pavement markers are used, the line shall 58 consist of markers installed continuously at 5-foot spacings. 59 +r AMENDMENTS 108 1 Temporary Lane Line 2 A BROKEN line used to delineate adjacent lanes with traffic traveling in the same 3 direction. The broken pattern shall be based on a 40-foot unit, consisting of a 4-foot 4 line with a 36-foot gap, if paint or tape is used. If temporary raised pavement 5 markers are used, the pattern shall be based on a 40-foot unit, consisting of a 6 grouping of three temporary raised pavement markers, each spaced 3 feet apart, 7 with a 34-foot gap. 8 9 Lane line and right edge line shall be white in color. Center line and left edge line 10 shall be yellow in color. Edge lines shall be installed only if specifically required in 11 the contract. All temporary pavement markings shall be retroreflective. 12 13 8-23.4 Measurement 14 The following new paragraph is inserted after the first paragraph: 15 16 Reinstalled painted markings and raised pavement markers, when ordered by the 17 Engineer due to normal wear by traffic, will be measured again, each time ordered. 18 Repair, for any reason, of temporary markings made with tape shall not be measured. 19 20 8-23.5 Payment 21 The third sentence in the note for "Temporary Pavement Marking" is revised to read: 22 23 No additional compensation will be allowed when the Contractor is required to repair 24 temporary taped markings that have been damaged or worn. 25 26 SECTION 9-01, PORTLAND CEMENT 27 April 1, 2002 28 9-01.2(1) Portland Cement 29 This section is revised to read: Adw 30 31 Portland cement shall conform to the requirements for Types I, ll, or III cement of the 32 Standard Specifications for Portland Cement, AASHTO M 85, except that the content of 33 alkalis shall not exceed 0.75 percent by weight calculated as Na2O plus 0.658 K20 and 34 except that the content of Tricalcium aluminate (CA shall not exceed 8 percent by 35 weight calculated as 2.650AI203 minus 1.692Fe2O3. 36 37 The time of setting shall be determined by the Vicat Test method, AASHTO T 131. 38 39 SECTION 9-02, BITUMINOUS MATERIALS 40 December 2, 2002 41 9-02.1(4) Asphalt Cements 42 The reference to "AASHTO MP1" is revised to read "AASHTO M320". 43 44 9-02.1(4)A Vacant 45 This section including title is revised to read: 46 47 9-02.1(4)A Performance Grade (PG) Asphalt Cement 48 PG 58 JPG 64 JPG 70 JPG 76 PERFORMANCE GRADE 22 28 34 22 28 34 22 28 34 22 28 ORIGINAL BINDER Flash Point Temp.,T48 MIN C° 230 Rotational Viscosity T316 Maximum 3 Pa-s,Test Temp C° 135 Dynamic Shear,T315: G'/sins Min., 1.00 kPa AMENDMENTS 109 Test Temp 4 10 rad/s, C° 58 64 70 76 ROLLING THIN FILM OVEN RESIDUE (T240) Mass Loss,Maximum, percent 1x00 Dynamic Shear,T315: G`/sin& Min.,2.20 kPa Test Temp @ 10 rad/s, C° 58 64 70 76 PRESSURE AGING VESSEL RESIDUE (R28) PAV Aging Temperature C° 100 Dynamic Shear,T315: G'sinS Maximum,5000 kPa Test Temp 4 10 rad/s,Co 22 19 16 25 22 19 28 25 22 31 28 Creep Stiffness,T313 S, Maximum,300 Mpa m-value,Minimum,0.300 Test Temp @ 60s, C° -12 -18 -24 -12 -18 -24 -12 -18 -24 -12 -18 1 All Performance Graded Binders not included in this chart shall be determined 2 by Table 1 "Performance 3 Graded Asphalt Specification Chart in AASHTO M320. 4 5 9-02.1(8) Hot Melt Traffic Button Adhesive 6 The column "ASTM Test Method" is revised to "Test Method". ° 7 8 The Specification "Brookfield Viscosity, 400 F" along with Test Method "ASTM D 2196" is 9 revised to read "Rotational Viscosity, 400 F AASHTO T 316". 10 11 SECTION 9-03, AGGREGATES 12 December 2, 2002 13 9-03.1(1) General Requirements 14 In the third paragraph, the third sentence is deleted. 15 16 9-03.1(5)B Grading 17 The second paragraph is supplemented with the following: 18 19 Standard sieve sizes shall be those listed in ASTM C 33. 20 21 9-03.9(3) Crushed Surfacing 22 The percent passing the 1/2" square sieve for Top Course and Keystone is revised to "80- 23 100". 24 25 9-03.11 Recycled Portland Cement Concrete Rubble 26 The section including title is revised to read: 27 28 9-03.11 Vacant 29 30 9-03.12(3) Gravel Backfill for Pipe Zone Bedding 31 The Percent Passing for U.S. No. 200 is revised to read "10.0 max". 32 33 9-03.15 Vacant 34 This section including title is revised to read: 35 AMENDMENTS 110 %W 1 9-03.15 Native Material for Trench Backfill 2 Trench backfill outside the roadway prism shall be excavated material free of wood 3 waste, debris, clods or rocks greater than 6 inches in any dimension. 4 No 5 9-03.20 Test Methods for Aggregates 6 The title for Test Method WAQTC FOP for T 27/11 is revised to read: 7 1, 8 Sieve Analysis of Fine and Course Aggregates and Aggregates in ACP 9 10 Gradation of Aggregates in ACP WSDOT FOP for AASHTO T 30 is deleted. 11 .. 12 9-03.21 Recycled Material 13 This section along with sub-sections 9-03.21(1) and 9-03.21(2) are deleted in their entirety 14 and replaced with the foilowin new Section 9-03.21 with sub-sections 9-03.21(1), 9- 15 03.21(2), 9-03.21(3) and 9-03.21�4). VW 16 17 9-03.21(1) General Requirements 18 Recycled materials that are identified below may be used as, or blended uniformly with, 19 naturally occurring materials for aggregates. The final blended product shall meet the 20 requirements for the specified type of aggregate. In addition, each recycled material 21 component included in a blended product, shall meet the specific requirements listed below. 22 rr 23 Recycled materials obtained from the Contracting Agency's roadways will not require testing 24 and certification for toxicity testing or certification for toxicity characteristics. 25 26 For recycled materials that are imported to the job site, the Contractor shall certify that the %' 27 recycled material is not a Washington State Dangerous Waste per the Dangerous Waste 28 Regulations WAC 173-303. Sampling and testing for toxicity shall be at a frequency of one 29 per 10,000 tons prior to combining with other materials and not less than one sample from .► 30 any single source. 31 32 9-03.21(2) Recycled Asphalt Concrete Pavement 33 Recycled asphalt concrete pavement may be uniformly blended with the following materials, tw 34 to the extent that the specified maximum bitumen content in the final product shall not 35 exceed the following: 36 37 Maximum r 38 Bitumen 39 Content 40 (Percent) 41 Im 42 Fine Aggregate for Portland Cement Concrete 9-03.1(2) 0 43 Coarse Aggregates for Portland Cement Concrete 9-03.1(4) 0 44 Aggregates for Asphalt Treated Base (ATB) 9-03.6 ow 45 Aggregates for Asphalt Concrete 9-03.8 46 Ballast 9-03.9(1) 1.2 47 Shoulder Ballast 9-03.9(2) 1.2 48 Crushed Surfacing 9-03.9(3) 1.2 00 49 Aggregate for Gravel Base 9-03.10 1.2 50 Gravel Backfill for Foundations -Class A 9-03.12(1)A 1.2 51 Gravel Backfill for Foundations -Class B 9-03.12(1)B 1.2 52 Gravel Backfill for Walls 9-03.12(2) 0 °" 53 Gravel Backfill for Pipe Zone Bedding 9-03.12(3) 0 54 Gravel Backfill for Drains 9-03.12(4) 0 55 Gravel Backfill for Drywells 9-03.12(5) 0 low 56 Backfill for Sand Drains 9-03.13 0 57 Sand Drainage Blanket 9-03.13(1) 0 58 Gravel Borrow 9-03.14(1) 0 59 Select Borrow 9-03.14(2) 1.2 w «. AMENDMENTS 111 Im 1 Select Borrow 9-03.14(2) 8.0 2 (greater than 3 feet below subgrade and 3 side slopes) 4 Common Borrow 9-03.14(3) 1.2 5 Common Borrow- 9-03.14(3) 8.0 6 (greater than 3 feet below subgrade and 7 side slopes) 8 Foundation Material Class A and Class B 9-03.17 0 9 Foundation Material Class C 9-03.18 0 10 Bank Run Gravel for Trench Backfill 9-03.19 0 11 +rM� 12 *See 5-04.2 13 14 The following field operating procedures will determine total bitumen content: 15 16 AASHTO T 308" 17 WSDOT TM 6 =1 18 wit 19 'The Contractor shall verify the asphalt content for the blended mix. A statewide 20 average of 0.70 may be used as a calibration factor for AASHTO T-308. 21 22 9-03.21(3) Recycled Portland Cement Concrete Rubble 23 Recycled portland cement concrete rubble may be uniformly blended with the following 24 materials, to the extent that the specified maximum concrete rubble content in the final 25 product shall not exceed the following: 26 Maximum 27 Concrete 28 Rubble 29 (Percent) 30 31 Fine Aggregate for Portland Cement Concrete 9-03.1(2) 0 32 Coarse Aggregates for Portland Cement Concrete 9-03.1(4) 0 33 Aggregates for Asphalt Treated Base (ATB) 9-03.6 0 34 Aggregates for Asphalt Concrete 9-03.8 0 35 Ballast 9-03.9 1) 100 36 Shoulder Ballast 9-03.92) 100 37 Crushed Surfacing 9-03.9(3) 100 38 Aggregate for Gravel Base 9-03.10 100 39 Gravel Backfill for Foundations -Class A 9-03.12(1)A 100 40 Gravel Backfill for Foundations -Class B 9-03.12(1)B 100 41 Gravel Backfill for Walls 9-03.12 2) 100 42 Gravel Backfill for Pipe Zone Bedding 9-03.123) 100 43 Gravel Backfill for Drains 9-03.12(4) 100 44 Gravel Backfill for Drywells 9-03.12(5) 0 45 Backfill for Sand Drains 9-03.13 100 46 Sand Drainage Blanket 9-03.13(1) 100 47 Gravel Borrow 9-03.14 1) 100 48 Select Borrow 9-03.142) 100 49 Common Borrow 9-03.14(3) 100 50 Foundation Material Class A and Class B 9-03.17 100 51 Foundation Material Class C 9-03.18 100 52 Bank Run Gravel for Trench Backfill 9-03.19 100 53 54 9-03.21(4) Recycled Glass Aggregates 55 Recycled glass may be uniformly blended with the following materials, to the extent that the 56 maximum recycled glass content in the final product shall not exceed the following: 57 58 Maximum 59 Recycled wr 60 Glass AMENDMENTS 112 U„ 1 (Percent) 2 3 Fine Aggregate for Portland Cement Concrete 9-03.1(2) 0 4 Coarse Aggregates for Portland Cement Concrete 9-03.1(4) 0 aw 5 Aggregates for Asphalt Treated Base (ATB) 9-03.6 0 6 Aggregates for Asphalt Concrete 9-03.8 0 7 Ballast 9-03.9(1) 15 8 Shoulder Ballast 9-03.9(2) 15 �"' 9 Crushed Surfacing 9-03.9(3) 15 10 Aggregate for Gravel Base 9-03.10 15 11 Gravel Backfill for Foundations -Class A 9-03.12(1)A 15 12 Gravel Backfill for Foundations -Class B 9-03.12 1)B 15 13 Gravel Backfill for Walls 9-03.12(2) 15 14 Gravel Backfill for Pipe Zone Bedding 9-03.12(3) 15 15 Gravel Backfill for Drains 9-03.12(4) 100 r 16 Gravel Backfill for Drywells 9-03.12(5) 100 17 Backfill for Sand Drains 9-03.13 100 18 Sand Drainage Blanket 9-03.13(1) 100 19 Gravel Borrow 9-03.14(1) 100 ow 20 Select Borrow 9-03.14(2) 100 21 Common Borrow 9-03.14(3) 100 22 Foundation Material Class A and Class B 9-03.17 100 1W 23 Foundation Material Class C 9-03.18 100 24 Bank Run Gravel for Trench Backfill 9-03.19 100 25 26 The product supplier shall perform total lead content testing quarterly. Tests shall include a ow 27 minimum of five samples. Sample collection shall be conducted according to ASTM D 75. 28 Total lead content testing will be conducted according to EPA Method 3010/6010. 29 30 A test shall not exceed 250 ppm using a total lead analysis EPA Test Method 6010. In '�" 31 addition, the Toxicity Characteristics Leaching Procedure, EPA Test Method 1311 shall be 32 used and a test shall not exceed 5.0 ppm. The product supplier shall keep all test results on 33 file. 34 35 SECTION 9-04, JOINT AND CRACK SEALING MATERIALS 36 April 1, 2002 rr 37 9-04.6 Expanded Polystyrene 38 This section is revised to read: 39 40 Expanded polystyrene shall be of a cellular molded type with a density of 1.5 plus or 41 minus 0.25 pounds per cubic foot. 42 43 SECTION 9-05, DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS �. 44 January 7, 2002 45 9-05.2(7) Perforated Corrugated Polyethylene Drainage Tubing Underdrain 46 Pipe •• 47 This section is revised to read: 48 49 Perforated corrugated polyethylene drainage tubing underdrain pipe shall meet the 50 requirements of AASHTO M252, Type CP or Type SP. Type CP shall be Type C pipe 51 with Class 2 perforations and Type SP shall be Type S pipe with either Class 1 or Class 52 2 perforations. Additionally, Class 2 perforations shall be uniformly spaced along the 53 length and circumference of the pipe. The maximum size pipe shall be 10-inch 54 diameter. 55 56 9-05.2(8) Perforated Corrugated Polyethylene Underdrain Pipe 57 This section is revised to read: +r• 58 .. AMENDMENTS 113 "M 1 Perforated corrugated polyethylene underdrain pipe, 12-inch through 48-inch diameter 2 maximum, shall meet the requirements of AASHTO M 294 Type CP or Type SP. Type 3 CP shall be Type C pipe with Class 2 perforations and Type SP shall be Type S pipe 4 with either Class 1 or Class 2 perforations. Additionally, Class 2 perforations shall be 5 uniformly spaced along the length and circumference of the pipe. 6 7 SECTION 9-06, STRUCTURAL STEEL AND RELATED MATERIALS 8 April 1, 2002 9 9-06.5(4) Anchor Bolts 10 The second sentence in the second paragraph is revised to read: no 11 12 Nuts for ASTM A 449 galvanized bolts shall conform to AASHTO M291, Grade DH and 13 shall conform to the lubrication requirements in Section 9-06.5(3). 14 15 SECTION 9-07, REINFORCING STEEL 16 August 5, 2002 17 9-07.1(1) Acceptance by Manufacturer's Certification 18 This section is supplemented with the following: 19 20 9-07.1(1)A Acceptance of Materials 21 Steel reinforcing bar manufacturers use either an English or a Metric size designation 22 while stamping rebar. The actual size of the bar, whether stamped with an English or a 23 Metric size designation is acceptable. The contract plans and the standard plans will 24 continue to use an English size designation. The table below shows the comparable 25 reinforcing steel bar size designations in both units of measure: 26 27 English Bar Metric 28 Designation Diameter Designation 29 #3 (0.375 inches) #10 30 #4 (0.500 inches) #13 31 #5 (0.625 inches) #16 w* 32 #6 (0.750 Inches) #19 33 #7 (0.875 inches) #22 34 #8 (1.000 inches) #25 35 #9 (1.128 inches) #29 36 #10 (1.270 inches) #32 37 #11 (1.410 inches) #36 38 #14 (1.690 inches) #43 39 #18 (2.260 inches) #57 40 41 9-07.1(4) Inspection 42 This section including title is revised to read: wr 43 44 9-07.1(4) Vacant 45 46 SECTION 9-09, TIMBER AND LUMBER 47 April 7, 2003 48 9-09.1 General Requirements 49 The reference to "Western Red Cedar" is deleted. 50 51 9-09.2(3) Inspection 52 This section is revised to read: wr 53 54 Timber and lumber must be marked with a certified lumber grade stamp provided by 55 one of the following agencies: 56 ' 57 West Coast Lumber inspection Bureau (WCLIB) AMENDMENTS 114 %W 1 Western Wood Products Association (WWPA) 2 Pacific Lumber Inspection Bureau (PLIB) 3 Any lumber grading bureau certified by the American Lumber Standards Committee 4 40 5 For Structures: 6 A grading certificate must accompany each order of timber and lumber for use in 7 structures as specified in Section 9-09.2. The certificate shall be issued by either ar 8 the grading bureau whose stamp is shown on the material, or by the lumber mill, 9 which must be under the supervision of one of the grading bureaus listed above. 10 The certificate shall include the following: 11 to 12 Name of the mill performing the grading 13 The grading rules being used 14 Name of the person doing the grading with current certification 15 Signature of a responsible mill official sr 16 Date the lumber was graded at the mill 17 Grade, dimensions, and quantity of the timber or lumber 18 19 When the material is delivered to the project, the Engineer shall check the order for 20 the appropriate grade stamp. The invoice and grading certificate accompanying the 21 order must be accurate and complete with the information listed above. The 22 grading certificate and grade markings shall not constitute final acceptance of the 23 material. The Engineer may reject any or all of the timber or lumber that does not 24 comply with the specifications or has been damaged during shipping or upon 25 delivery. 26 rr► 27 For Guardrail Posts and Blocks, Sign Posts, Mileposts, Sawed Fence Posts, 28 and Mailbox Posts: 29 When the material is delivered to the project, the Engineer shall check the order for 30 the appropriate grade stamp. The grade markings shall not constitute final ow 31 acceptance of the material. The Engineer may reject any or all of the timber or 32 lumber that does not comply with the specifications or has been damaged during 33 shipping or upon delivery. wr 34 35 SECTION 9-12, MASONRY UNITS 36 April 7, 2003 +r 37 9-12.4 Precast Concrete Manholes 38 The reference to "ASTM C 116 Type III" in the second sentence of the third paragraph is 39 revised to read "ASTM C 1116 Type III". 40 to 41 The fifth sentence in the third paragraph is revised to read: 42 43 A minimum of two hoops of W2 wire shall be placed in the 48-inch end of each cone. aw 44 45 SECTION 9-14, EROSION CONTROL AND ROADSIDE PLANTING 46 December 2, 2002 .. 47 This section is replaced in its entirety as follows: 48 49 9-14.1 Soil 50 51 9-14.1(1) Topsoil Type A 52 Topsoil Type A shall be as specified in the Special Provisions. 53 ow 54 9-14.1(2) Topsoil Type B 55 Topsoil Type B shall be native topsoil taken from within the project limits either from the 56 area where roadway excavation is to be performed or from strippings from borrow, pit, 57 or quarry sites, or from other designated sources. The general limits of the material to V' 58 be utilized for topsoil will be indicated in the Plans or in the Special Provisions. The UW AMENDMENTS 115 r 1 Engineer will make the final determination of the areas where the most suitable material 2 exists within these general limits. The Contractor shall reserve this material for the 3 specified use. Material for Topsoil Type B shall not be taken from a depth greater than 4 1 foot from the existing ground unless otherwise designated by the Engineer. 5 6 In the production of Topsoil Type B, all vegetative matter, less than 4 feet in height, shall 7 become a part of the topsoil. Prior to topsoil removal, the Contractor shall reduce the 8 native vegetation to a height not exceeding 1 foot. Noxious weeds, as designated by 9 authorized State and County officials, shall not be incorporated in the topsoil, and shall 10 be removed and disposed of as designated elsewhere or as approved by the Engineer. 11 12 9-14.1(3) Topsoil Type C 13 Topsoil Type C shall be native topsoil meeting the requirements of Topsoil Type B but ' 14 obtained from a source provided by the Contractor outside of the Contracting Agency 15 owned right of way. 16 17 9-14.2 Seed 18 Grasses, legumes, or cover crop seed of the type specified shall conform to the 19 standards for "Certified" grade seed or better as outlined by the State of Washington 20 Department of Agriculture "Rules for Seed Certification," latest edition. Seed shall be 21 furnished in standard containers on which shall be shown the following information: 22 + ► 23 (1) Common and botanical names of seed, 24 2 Lot number, 25 (3) Net weight, 26 (4) Percentage of purity, + 27 (5) Percentage of germination (in case of legumes percentage of germination to 28 include hard seed), and Percentage of weed seed content and inert material t, 29 clearly marked for each kind of seed in accordance with applicable State and 30 Federal laws. 31 32 All seed installers must have a business license issued by the. Washington State 33 Department of Licensing with a "seed dealer" endorsement. Upon request, the 34 contractor shall furnish the Engineer with copies of the applicable licenses and 35 endorsements. 36 37 Upon request, the Contractor shall furnish to the Engineer duplicate copies of a 38 statement signed by the vendor certifying that each lot of seed has been tested by a 39 recognized seed testing laboratory within six months before the date of delivery on the 40 project. Seed which has become wet, moldy, or otherwise damaged in transit or storage 41 will not be accepted. 42 43 9-14.3 Fertilizer 44 Fertilizer shall be a standard commercial grade of organic or inorganic fertilizer of the 45 kind and quality specified. It may be separate or in a mixture containing the percentage 46 of total nitrogen, available phosphoric acid, and water-soluble potash in the amounts 47 specified. All fertilizers shall be furnished in standard unopened containers with weight, 48 name of plant nutrients, and manufacturer's guaranteed statement of analysis clearly 46 49 marked, all in accordance with State and Federal laws. 50 51 Fertilizer shall be supplied in one of the following forms: 52 vi 53 (1) A dry free-flowing granular fertilizer, suitable for application by agricultural 54 fertilizer spreader. 55 (2) A soluble form that will permft complete suspension of insoluble particies in 56 water, suitable for application by power sprayer. 57 (3) A homogeneous pellet, suitable for application through a ferti-blast gun. 58 (4) A tablet or other form of controlled release with a minimum of a 6 month 59 release period. 60 AMENDMENTS 116 U• 1 9-14.4 Mulch and Amendments 2 All amendments shall be delivered to the site in the original, unopened containers 3 bearing the manufacturer's guaranteed chemical analysis and name. In lieu of 4 containers, amendments may be furnished in bulk. A certificate from the manufacturer or `�" 5 supplier indicating the above information shall accompany each delivery. Compost and 6 other organic amendments shall be accompanied with all applicable health certificates 7 and permits. 8 9 9-14.4(1) Straw 10 All straw mulch material shall be in an air dried condition free of noxious weeds and 11 other materials detrimental to plant life. Straw mulch so provided shall be suitable for r. 12 spreading with mulch blower equipment. 13 14 9-14.4(2) Wood Cellulose Fiber 15 Fiber shall be produced from natural or recycled (pulp) fiber, such as wood chips or 16 similar wood materials, or from newsprint, corrugated cardboard, or a combination of 17 these processed materials. The fibers shall not contain any rock, metal, or plastic. It 18 shall be treated with a nontoxic green dye non toxic to plant or animal life to facilitate 19 inspection of the placement of the material. It shall be manufactured in such a manner 20 that after addition and agitation in slurry tanks with water, the fibers in the material will 21 become uniformly suspended to form a homogenous slurry. When hydraulically sprayed 22 on the ground, the material shall allow the absorption and percolation of moisture. r 23 24 During the request for approval of the material source process, a letter of certification 25 shall be submitted which certifies that the product contains less than 250 parts per 26 million boron, and shall be otherwise nontoxic to plant or animal life. The organic matter 27 content shall be at least 90 percent on an oven-dry basis as determined by ASTM D 28 586. The moisture content shall be no more than 15 percent as determined by oven 29 dried weight. 30 31 Each package of the cellulose fiber shall be marked by the manufacturer to show the 32 dried weight. 33 �. 34 9-14.4(3) Bark or Wood Chips 35 Bark or wood chip mulch shall be derived from Douglas fir, pine, or hemlock species. It 36 shall be ground so that a minimum of 95 percent of the material will pass through a 37 11/2-inch sieve and no more than 55 percent, by loose volume, will pass through a U.S. 38 No. 4 sieve. The mulch shall not contain resin, tannin, or other compounds in quantities 39 that would be detrimental to plant life. 40 41 9-14.4(4) Sawdust 42 Sawdust mulch shall be free of chips, chunks, and large splinters, and shall not contain 43 resin, tannin, or other compounds in quantities that would be detrimental to plant life. 44 45 9-14.4(5) Lime 46 Agriculture lime shall be of standard manufacture, flour grade, meeting the requirements 47 of ASTM C-602. 48 49 9-14.4(6) Gypsum 50 Gypsum shall consist of Calcium Sulfate (CaSO42H2O) in a pelletized or granular form. 51 100% shall pass through a U.S. No. 8 sieve. 52 53 9-14.4(7) Tackifier 54 Tackifiers used as a tie-down for seed and mulch shall be applied in quantities sufficient 55 to equal the retention properties of guar when applied at the rate of 60 pounds per acre 56 for slopes less than 2:1 and 120 pounds per acre for slopes greater than 2:1. Tackifer 57 shall contain no growth or germination inhibiting materials nor significantly reduce 58 infiltration rates. Tackifer shall hydrate in water and readily blend with other slurry 59 materials. Tackifer options include: r 60 w. AMENDMENTS 117 w 3 1 Type A—Organic tackifier derived from natural organic plant sources. 2 Type B — Synthetic tackifier having an MSDS sheet that demonstrates to the , 3 satisfaction of Engineer that the product is not harmful to aquatic life. 4 5 9-14.4(8) Compost 6 Compost products shall contain composted plant material derived from the aerobic 7 decomposition of recycled plant waste. The composted plant waste shall have a 8 moisture content that has no visible free water or dust produced when handling the 9 material. 10 11 Compost shall be stable, mature, decomposed organic solid waste that is the result of 12 the accelerated, aerobic biodegradation and stabilization under controlled conditions. 13 The result is a uniform dark, soil-like appearance. 14 15 Compost maturity or stability is the point at which the aerobic biodegradation of the 16 compost has slowed and oxygen consumption and carbon dioxide generation has 17 dropped. Subsequent testing provides consistent results. 18 19 Compost production and quality shall comply with the Interim Guidelines for Compost 20 Quality, #94-38 or superseding editions, and amendments, published by the Washington 21 State Department of Ecology. The Interim Guidelines for Compost Quality can be found 22 at the web site http://www.ecy.wa.gov/pubs/94038.pdf. 23 24 Compost products shall meet the following physical criteria: 25 26 1. Compost material shall be tested in accordance with AASHTO Test Method to 27 T87 and T88. 100% of Type 1 Compost shall pass through a 5/8" sieve. 90% of 28 Type 2 Compost shall be larger than 3/8 inch and smaller than 1 inch. - 29 30 2. The pH range shall be between 5.5 and 8.5 when tested in accordance with 31 WSDOT Test Method 417. 32 33 3. Manufactured inert material (plastic, concrete, ceramics, metal, etc.) shall be 34 less than 1 percent on a dry weight or volume basis, whichever provides for 35 the least amount of foreign material. 36 37 4. Minimum organic matter shall be 30 percent dry weight basis as determined by 38 loss on ignition. (LOI test) 39 40 5. Soluble salt contents shall be less than 4.0 mmhos/cm for areas that receive 41 less than 20 inches of precipitation per year and 6.0 mmhos/cm for areas that 42 receive more than 20 inches of precipitation per year. 43 44 6. Type 1 Compost shall score a number 6 or above on the Solvita Compost 45 Maturity Test. Type 2 Compost shall score a 5 or above on the Solvita 46 Compost Maturity Test. 47 ' 48 All compost products will be tested within 30 calendar days prior to application by the VO 49 Contracting Agency with samples taken from the material stockpiled by the supplier for 50 project use. Compost not conforming to the above requirements or taken from a source 51 other than those tested shall be immediately removed from the project and replaced at 52 no cost to the Contracting Agency. 'i 53 54 Acceptance of composted products shall be based on the following submittals by the 55 Contractor. 56 57 1. A Request for Approval of Material Source. 58 16 AMENDMENTS 118 1 2. A copy of the Solid Waste Handling Permit issued to the supplier by the 2 Jurisdictional Health Department as per WAC 173-304 (Minimum Functional 3 Standards for Solid Waste Handling). 4 "■ 5 3. Written verification from the supplier that the material complies with the 6 processes, testing, and standards specified in the Interim Guidelines for 7 Compost Quality. 1r 8 9 4. Written verification from the supplier that the compost products originate a 10 minimum of 65 percent by volume from recycled plant waste. A maximum of 11 35 percent by volume of other approved organic waste and/or biosolids may 12 be substituted for recycled plant waste. 13 14 5. A copy of the lab analyses described under Testing Parameters in the 15 Guidelines for Compost Quality. The analyses shall be less than three months 16 old. 17 18 6. A list of the feedstock by percentage present in the final compost product. 19 "" 20 9-14.5 Erosion Control Blanket 21 Organic temporary erosion control blanket shall meet the following requirements: 22 %W 23 1. Made of natural plant fibers. 24 2. Have a minimum weight of 8 oz./sq. yd. and a minimum limiting shear stress of 25 0.45 lb./sq. ft. 26 3. Netting, if present, shall be biodegradable or photodegradable. 27 28 Permanent erosion control blanket shall meet the following requirements: 29 30 1. Consist of uv stabilized' fibers, filaments, and netting. 31 2. Have a minimum weight of 8 oz./sq. yd. and a minimum limiting shear stress of 32 1.5 lb./sq. ft. 33 34 'uv stability (minimum 80 percent tensile retained) ASTM D4355 (1,000 hour 35 exposure). 36 37 9-14.5(3) Clear Plastic Covering r 38 Clear plastic covering shall meet the requirements of the NIST Voluntary Product 39 Standard, PS 17-69, for polyethylene sheeting having a minimum thickness of 6 mils. 40 41 9-14.5(4) Geotexti le-En cased Check Dam 42 The geotextile-encased check dam shall be a urethane foam core encased in geotextile 43 material. The minimum length of the unit shall be 7 feet. 44 45 The foam core shall be a minimum of 8 inches in height, and have a minimum base 46 width of 16 inches. The geotextile material shall overhang the foam by at least 6 inches 47 at each end, and shall have apron type flaps that extend a minimum of 24 inches on 48 each side of the foam core. The geotextile material shall meet the requirements for silt ■. 49 fence in Section 9-33. 50 51 9-14.5(5) Wattles 52 Wattles shall consist of cylinders of biodegradable plant material such as straw, coir, or to 53 wood shavings encased within biodegradable or photodegradable netting. Netting shall 54 meet the requirements of Section 9-14.5. Rolls shall be at least 6 inches in diameter, 55 unless otherwise specified. 1W 56 57 9-14.6 Plant Materials 58 +.r W AMENDMENTS 119 wo 1 9-14.6(1) Description 2 Seedlings are plants grown from cuttings, seeds, or other approved propagation 3 methods. Seedlings do not normally show form characteristic to species generally under 4 three years of age and less than 24 inches in height. Measurement is by height in 3-inch 5 increments or by age and number of times transplanted. 7 Whips are bareroot, broadleaf trees, generally unbranched and between 2 feet and 8 6 feet in height. Measurement is by 1-foot height increments. 9 10 Broadleaf trees are branched, over 6 feet in height and measured by caliper and/or 11 height. 06 12 13 Coniferous trees are over 2 feet in height and measured in height and occasionally 14 spread. 15 16 Shrubs and ground covers begin to show form characteristic to their normal habit of 17 growth and are measured by height and/or spread. 18 19 Container sizes may be specified in addition to other measurements, however, the other 20 measurements shall govern. 21 22 Cuttings are live plant material without a previously developed root system. Source 23 plants for cuttings shall be dormant when cuttings are taken. All cuts shall be made with 24 a sharp instrument. Written permission shall be obtained from property owners and 25 provided to the Engineer before cuttings are collected. The Contractor shall collect 26 cuttings in accordance with applicable sensitive area ordinances. For cuttings, the writ 27 requirement to be nursery grown or held in nursery conditions does not apply. Cuttings 28 include the following forms: 29 30 Live branch cuttings shall have flexible top growth with terminal buds and may have w0 31 side branches. The rooting end shall be cut at an approximate 45 degree angle. 32 33 Live stake cuttings shall have a straight top cut immediately above a bud. The 34 lower, rooting end shall be cut at an approximate 45-degree angle. Live stakes are " 35 cut from one to two year old wood. 36 37 Live pole cuttings shall have a minimum 2-inch diameter and no more than three 38 branches which shall be pruned back to the first bud from the main stem. 39 40 Rhizomes shall be a prostrate or subterranean stem, usually rooting at the nodes 41 and becoming erect at the apex. Rhizomes shall have a minimum of two growth +g 42 points. 43 44 Tubers shall be a thickened and short subterranean branch having numerous buds 45 or eyes. 46 47 9-14.6(2) Quality 48 All plant material furnished shall meet the grades established by the latest edition of the , 49 American Standard for Nursery Stock, shall conform to the size and acceptable 50 conditions as listed in the contract, and shall be free of all foreign plant material. 51 52 All plant material shall comply with State and Federal laws with respect to inspection for +6 53 plant diseases and insect infestation. 54 55 Live woody or herbaceous plant material, except cuttings, rhizomes, and tubers, shall 56 be vigorous, well formed, with well developed fibrous root systems, free from dead 57 branches, lichens, and from damage caused by an absence or an excess of heat or 58 moisture, insects, disease, mechanical or other causes detrimental to good plant 59 development. Evergreen plants shall be well foliated and of good color. Deciduous trees aj 60 which have solitary leaders shall have only the lateral branches thinned by pruning. All AMENDMENTS 120 WW 1 conifer trees shall have only one leader (growing apex) and one terminal bud, and shall 2 not be sheared or shaped. Trees having a damaged or missing leader, multiple leaders, 3 or Y-crotches shall be rejected. 4 aw 5 Root balls of plant materials shall be solidly held together by a fibrous root system and 6 shall be composed only of the soil in which the plant has been actually growing. The ball 7 shall be securely wrapped with jute burlap or other packing material not injurious to the 1, 8 plant life. Root balls shall be free of weed or foreign plant growth. 9 10 Plant materials shall be nursery grown stock. Plant material, with the exception •of 11 cuttings, gathered from native stands shall be held under nursery conditions for a OW 12 minimum of one full growing season, shall be free of all foreign plant material, and meet 13 all of the requirements of these Specifications, the Plans, and the Special Provisions. 14 15 Container grown plants must be plants transplanted into a container and grown in that ' " 16 container sufficiently long for new fibrous roots to have developed so that the root mass 17 will retain its shape and hold together when removed from the container. Plant material 18 which is root bound, as determined by the Engineer, shall be rejected. aw 19 20 Container sizes for plant material of a larger grade than provided for in the container 21 grown specifications of the American Standard for Nursery Stock (ASNS) shall be 22 determined by the volume of the root ball specified in the ASNS for the same size plant 23 material. 24 25 All bare root plant materials shall have a heavy fibrous root system. All plants must be 26 dormant at the time of planting. 27 28 Average height to spread proportions and branching shall be in accordance with the 29 applicable sections, illustrations, and accompanying notes of the American Standard for 30 Nursery Stock. 31 32 Plants, which have been determined by the Engineer to have suffered damage as the 33 result of girdling of the roots, stem, or a major branch; have deformities of the stem or 34 major branches; have a lack of symmetry; have dead or defoliated tops or branches; or 35 have any defect, injury, or condition which renders the plant unsuitable for its intended 36 use, shall be rejected. 37 wr 38 Plants that are grafted shall have roots of the same genus as the specified plant. 39 40 9-14.6(3) Handling and Shipping 41 Handling and shipping shall be done in a manner that is not detrimental to the plants. to 42 43 The nursery shall furnish a notice of shipment in triplicate at the time of shipment of 44 each truck load or other lot of plant material. The original copy shall be delivered to the 45 Project Engineer, the duplicate to the consignee and the triplicate shall accompany the 46 shipment to be furnished to the Inspector at the job site. The notice shall contain the 47 following information: 48 49 1. Name of shipper. 50 2. Date of shipment. 51 3. Name of commodity. (Including all names as specified in the contract.) 52 4. Consignee and delivery point. VW 53 5. State contract number. 54 6. Point from which shipped. 55 7. Quantity contained. ,0 56 8. Certificate of Grade. (Statement that material conforms to the specifications.) 57 9. Size. (Height, runner length, caliper, etc. as required.) 58 10. Statement of root pruning. (Date pruned and size of pruning.) 59 11. Signature of shipper by authorized representative. Or 60 AMENDMENTS 121 w� 1 To acclimate plant materials to Northwest conditions, all plant materials used on a 2 project shall be grown continuously outdoors north of the 42nd Latitude t 3 (Oregon-California border) from not later than August 1 of the year prior to the time of 4 planting. 5 6 All container grown plants shall be handled by the container. 7 8 All balled and burlapped plants shall be handled by the ball. 9 10 Plant material shall be packed for shipment in accordance with prevailing practice for 11 the type of plant being shipped, and shall be protected at all times against drying, sun, rwj 12 wind, heat, freezing, and similar detrimental conditions both during shipment and during 13 related handling. Where necessary, plant material shall be temporarily heeled in. When 14 transported in closed vehicles, plants shall receive adequate ventilation to prevent 15 sweating. When transported in open vehicles, plants shall be protected by tarpaulins or W 16 other suitable cover material. Antidesiccant material shall be applied before shipment. 17 18 9-14.6(4) Tagging 19 Plants delivered as a single unit of 25 or less of the same size, species, and variety, 20 shall be clearly marked and tagged. Plants delivered in large quantities of more than 25 21 must be segregated as to variety, grade, and size; and one plant in each 25, or fraction 22 thereof, of each variety, grade, and size shall be tagged. «ri 23 24 9-14.6(5) Inspection 25 The Contracting Agency will make an inspection of plant material at the source when 26 requested by the Engineer. However, such approval shall not be considered as final 27 acceptance for payment. The Contractor shall notify the Engineer, not less than 48 28 hours in advance, of plant material delivery to the project. 29 err 30 9-14.6(6) Substitution of Plants 31 No substitution of plant material, species or variety, will be permitted unless evidence is 32 submitted in writing to the Engineer that a specified plant cannot be obtained and has 33 been unobtainable since the award of the contract. If substitution is permitted, it can be to 34 made only with written approval by the Engineer. The nearest variety, size, and grade, 35 as approved by the Engineer, shall then be furnished. 36 37 Container or balled and burlapped plant material may be substituted for bare root plant 38 material. Container grown plant material may be substituted for balled and burlapped 39 plant materials. Container size shall be determined by the volume of the root ball that is 40 specified. These substitutions shall be approved by the Engineer and be at no cost to 41 the Contracting Agency. 42 43 9-14.6(7) Temporary Storage 44 Plants stored under temporary conditions shall be the responsibility of the Contractor. 45 46 Plants stored on the project shall be protected at all times from extreme weather 47 conditions by insulating the root balls with sawdust, soil, or other approved material and 48 shall be kept moist at all times. 49 50 Cuttings to be stored for periods longer than one week shall be taken during the months 51 of November and December. Cuttings to be stored for later installation shall be VA 52 bundled, laid horizontally, and completely buried under 6 inches of soil or placed in cold 53 storage at a temperature of 34 F and 90% humidity. Cuttings that are not planted within 54 24 hours of cutting shall be soaked in water for 24 hours prior to planting. Cuttings 55 taken when the temperature is higher than 50°F shall not be stored for later use. 56 57 Cuttings shall continually be shaded and protected from wind. Cuttings must be 58 protected from drying at all times and shall be heeled into moist soil or placed in water if 59 not installed within 8 hours of cutting. 60 7 AMENDMENTS 122 ow 1 9-14.6(8) Sod 2 The available grass mixtures on the current market shall be submitted to the Engineer 3 for selection and approval. 4 5 The sod shall be field grown one calendar year or older, have a well developed root 6 structure, and be free of all weeds, disease, and insect damage. 7 r 8 Prior to cutting, the sod shall be green, in an active and vigorous state of growth, and 9 mowed to a height not exceeding 1 inch. 10 11 The sod shall be cut with a minimum of 1 inch of soil adhering. 12 13 9-14.7 Stakes, Guys, and Wrapping 14 Stakes shall be installed as shown in the Plans. 15 to 16 Commercial plant ties may be used in lieu of hose and wire guying upon approval of the 17 Engineer. The minimum size of wire used for guying shall be 14 gage, soft drawn. 18 to 19 Hose for guying shall be nylon, rubber, or reinforced plastic and shall have an inside 20 diameter of at least 1/2 inch. 21 22 Tree wrap shall be a crinkled waterproof paper weighing not less than 4.0 pounds per am 23 100 square feet and shall be made up of two sheets cemented together with asphalt. 24 25 SECTION 9-15, IRRIGATION SYSTEM 26 December 2, 2002 ow 27 This section is replaced in its entirety as follows: 28 or 29 All materials and equipment incorporated in the system shall be new, undamaged, of 30 standard quality, and shall be subject to testing as specified. 31 32 9-15.1 Pipe, Tubing, and Fittings ,;w 33 Pipe shall be galvanized iron, PVC, or polyethylene, as specified in the Plans or in the 34 Special Provisions. 35 36 9-15.1(1) Galvanized Pipe and Fittings an 37 Pipe shall be standard weight, hot-dip galvanized iron or steel pipe, threaded and 38 coupled. Pipe shall meet the requirements of ASTM A 53. 39 40 All pipe fittings shall be standard threaded galvanized malleable iron fittings. fm 41 42 9-15.1(2) Polyvinyl Chloride Pipe and Fittings 43 PVC pipe and fittings, where indicated in the Plans, shall be of PVC compound Type 1, w 44 Grade 1, conforming to ASTM D 1784 specifications. The pipe and fittings shall be 45 approved and certified by the National Sanitation Foundation. Pipe and fittings shall be 46 free from defects in materials, workmanship, and handling. The Engineer may require 47 dimensional and quick burst tests of pipe and fittings after arrival at the job site. �.. 48 Acceptance of the materials shall be subject to passing the designated tests per ASTM 49 Standards. 50 51 PVC solvent weld pipe shall be of PVC 1120 material and shall have 200 psi minimum 52 pressure rating with SDR 21 walls which conform to ASTM D 2241. PVC pipe with walls 53 heavier than SDR 21 shall be installed when noted in the Plans and specified in the 54 Special Provisions. PVC threaded pipe shall be of PVC 1120 material and shall be 4W 55 schedule 80 which conforms to ASTM D 1785. 56 57 PVC pipe fittings shall conform to ASTM D 2466, Type I, Grades 1 or 2. Pipe may be 58 belled on one end with the dimensions of the tapered bell conforming to ASTM D 2672. 40 59 rye AMENDMENTS 123 rice 1 Each length of PVC pipe is to be marked with an identifying extrusion "run" number and 2 the manufacturer's name or trade name plus the pipe size and schedule. 4 9-15.1(3) Polyethylene Pipe 5 Polyethylene pipe shall be Class 80, SDR 15, medium density polyethylene pipe, meet 6 the requirements of ASTM D 2239, conform to U.S. Commercial Standard CS-255, and 7 be National Sanitation Foundation (NSF) approved. 8 9 Thick walled polyethylene (poly) pipe shall be used in conjunction with fittings 10 recommended by the manufacturer of the poly pipe to produce a flexible swing joint 11 assembly between the lateral line and the irrigation head. The pipe shall be 12 manufactured from high quality, low density virgin polyethylene material and have a 13 minimum wall thickness of 0.10 inch and a minimum inside diameter of 0.49 inch. The 14 pipe shall be capable of withstanding 80 psi operating water pressure at 110 F. The 15 length of thick walled poly pipe at each flexible swing joint assembly shall be 18 inches 16 minimum to 36 inches maximum. 17 18 9-15.2 Drip Tubing 19 Drip tubing shall be manufactured from specially formulated, chemical resistant, low to 20 medium density virgin polyethylene or polybutylene selected for excellent weatherability 21 and stress cracking resistance and designed specifically for use in drip irrigation 22 systems. Drip tubing shall have a minimum wall thickness of 0.045 inch and shall have 23 a written warranty from the manufacturer against defects in manufacturing, rot, - 24 electrolytic corrosion, or stress cracking for a period of five years minimum from the time 25 of installation. 26 ' 27 9-15.3 Automatic Controllers 28 Automatic controllers shall be installed on a concrete base. They shall be an electrically 29 timed device for automatically opening and closing control valves for predetermined 30 periods of time and mounted so that all normal adjustments will be conveniently located 31 for use by the operator. Controllers shall be enclosed in a weatherproof, painted, metal 32 housing fabricated from 16 gage sheet aluminum alloy 6061-T6, or from 16 gage sheet 33 steel metal. 34 35 A pedestal or skirting shall be placed around the conduit leading to the metal housing 36 shown in the Plans. It shall be of the same material and finish as the housing. The 37 Contractor shall submit a plan of the proposed design for the pedestal or skirting to the 38 Engineer for approval before fabrication. Controller housing shall have hasp and lock or 39 locking device. All locks or locking devices shall be master keyed and three sets of keys 40 provided. The controller shall be compatible with and capable of operating the irrigation 41 system as designed and constructed and shall include the following operating features: 42 43 1. Each controller station shall be adjustable for setting to remain open for any 44 desired period of time—from five minutes or less to at least one hour. 45 46 2. Adjustments shall be provided whereby any number of days may be omitted 47 and whereby any one or more positions on the controller can be skipped. 48 When adjustments are made, they shall continue automatically within a 14-day rr 49 cycle until the operator desires to make new adjustments. 50 51 3. Controls shall allow any position to be operated manually both on or off 52 whenever desired. 53 54 4. Controls shall provide for resetting the start of the irrigation cycle at any time 55 and advancing from one position to another. rr 56 57 5. Controllers shall contain an on-off switch and fuse assembly. 58 rr AMENDMENTS 124 too, 1 9-15.4 Sprinkler Heads 2 Sprinkler heads shall be of the type, pattern, and coverage shown in the Plans at rated 3 operating pressure specified, discharging not more than the amount of gallons per 4 minute listed. 5 6 Sprinkler heads shall be designed so that spray adjustments can be made by either an 7 adjustment screw or interchangeable nozzles. Watering cores shall be easily removed 8 without removing the housing from the pipe. ow 9 10 9-15.5 Valve Boxes and Protective Sleeves 11 All automatic control valves, flow control valves, and pressure reducing valves shall be 00 12 provided with valve boxes. Valve boxes shall conform to the Plans and shall be 13 extendible to obtain the depth required. All manual drain valves and manual control 14 valves shall be equipped with a protective sleeve and cap as shown in the Plans. 15 or 16 9-15.6 Gate Valves 17 Gate valves when called for in the Plans shall be heavy duty bronze conforming to the 18 requirements of ASTM B 62. Valves shall be of the same size as the pipes on which 19 they are placed and shall have union or flange connections. Service rating (for "' 20 nonshock cold water) shall be 150 psi. Valves shall be of the double disk, taper seat 21 type, with rising stem, union bonnet and hand wheel or suitable cross wheel for 22 standard key operation. Manufacturer's name, type of valve, and size shall be cast on wo 23 the valve. 24 25 9-15.7 Control Valves 26 40 27 9-15.7(1) Manual Control Valves 28 Manual valves shall be bronze or brass, angle type with hex brass union. Service rating 29 shall be not less than 150 psi nonshock cold water. Valves shall be designed for 30 underground installation with suitable cross wheel for operation with a standard key. The 31 Contractor shall furnish three suitable operating keys per contract. Valves shall have 32 removable bonnet and stem assembly with adjustable packing gland and shall house 33 long acme threaded stem to ensure full opening and closing. Valve discs shall be full 34 floating with replaceable seat washers. 35 36 9-15.7(2) Automatic Control Valves 37 Automatic remote control valves shall be globe pattern with flanged or screwed ow 38 connections as required. The valve shall be constructed so as to allow all internal parts 39 to be removable from the top of the valve without disturbing the valve installation. 40 41 Valves shall be of a normally closed design and shall be electric solenoid operated, ow 42 having maximum rating of 6.5 watts utilizing 24 volt AC power. Solenoids shall be 43 directly attached to the valve bonnets or body with all control parts completely internal. 44 Valves shall be of 150 psi brass or bronze, or iron body bronze-mounted combination. 45 The opening and closing speed of the valve shall be a minimum of five seconds for "r 46 closure and a minimum of three seconds for opening with a constant rate of opening 47 and closing. A manual control bleed cock shall be included on the valve to operate the 48 valve without the requirement of electric current. A manual shutoff stem with cross im 49 handle for wrench operation is required for manual adjustment from fully closed to wide 50 open. Once the manual adjustment is set, the valve shall operate automatically in the 51 adjusted position. Water flow shall be completely stopped when the control valve is 52 closed either manually or automatically. Automatic control valves and automatic No 53 controllers need not be from the same manufacturer. 54 55 9-15.7(3) Automatic Control Valves With Pressure Regulator ,p 56 The automatic control valve with pressure regulator shall be similar to the automatic 57 control valve and shall also reduce the inlet pressure to a constant lower pressure 58 regardless of supply fluctuations. The regulator must be fully adjustable. 59 as AMENDMENTS 125 rr 1 9-15.8 Quick Coupling Equipment 2 Quick coupler valves shall have a service rating not less than 125 psi for nonshock cold 3 water. The body of the valves shall be of cast leaded semi-red brass alloy No. C84400 4 conforming to ASTM B 584. The base of the valve shall have standard female pipe 5 threads. The design of the valve shall be such that it will open only upon inserting a 6 coupler key and will close as the coupler is removed from the valve. Leakage of water 7 between the coupler and valve body when in operation will not be accepted. The valve 8 body receiving the coupler shall be designed with double worm slots to allow smooth 9 action in opening and closing of the valve with a minimum of effort. Slots shall be 10 notched at the base to hold the coupler firmly in the open position. Couplers shall be of 11 the same material as the valve body with stainless steel double guide lugs to fit the ON 12 worm slots. Couplers shall be of one piece construction with steel reinforced side 13 handles attached. All couplers shall have standard male pipe threads at the top. 14 Couplers shall be furnished with all quick coupler valves unless otherwise specified. 15 16 9-15.9 Drain Valves 17 Drain valves shall be 1/2 or 3/4 inch in size and shall be of bronze or brass, manual 18 angle globe type, with rising stem, hex brass union, removable bonnet and stem, and 19 adjustable packing gland. Valves shall be designed for underground installation with 20 suitable cross wheel for operation with a standard key, and shall have a service rating of 21 not less than 150 psi nonshock cold water. The Contractor shall furnish three standard 22 operating keys per contract. 0 23 24 On potable systems, drain valves shall be allowed only in the downstream side of 25 approved cross-connection control devices. 26 0 27 9-15.10 Hose Bibs 28 Hose bibs shall be constructed of bronze or brass, angle type threaded to - 29 accommodate a 3/4-inch hose connection, and shall be key operated. Design shall be r 30 such as to prevent operation by wrench or pliers. 31 32 9-15.11 Cross-Connection Control Devices 33 Atmospheric vacuum breaker assemblies (AVBAs), pressure vacuum breaker - 34 assemblies (PVBAs), double check valve assemblies (DCVAs), and reduced pressure 35 backflow devices (RPBDs), shall be of a type approved by the Washington State 36 Department of Health, Olympia, Washington. 37 38 9-15.12 Check Valves 39 Adjustable spring check valves shall be PVC and shall be pressure rated at 200 psi. 40 Valves shall be adjustable from 5 to 15 pounds spring tension, but shall not cause 41 pressure loss in excess of 5 psi for flows up to 30 gpm. Valves shall have angled seats, 42 Buna-N seals and threaded connections, and shall be installed in 6-inch Schedule 40 43 PVC sleeves with removable caps or 6-inch round plastic valve boxes. 44 45 9-15.13 Pressure Regulating Valves 46 Pressure regulating valves shall have a minimum of 150 psi working pressure with an 47 adjustable outlet range of 20 to 70 psi. The valves shall be factory set as shown in the 48 Plans. Pressure regulating valves shall be rated for safe operation at 175 psi nonshock rrii 49 cold water. 50 51 9-15.14 Three-Way Valves 52 Three-way valves shall be tight closing, three port, ball or plug type, constructed to 53 permit straight through and 90 degree flow only. The valve shall be of bronze or 54 approved corrosion resistant body materials and shall have a minimum of 150 psi 55 working pressure. The head of the valve, or handle when applicable, shall be 56 permanently marked to indicate port position. Whenever handles are included as an 57 integral part of the valve, the Contractor shall remove the handles and give them to the 58 Engineer for ultimate distribution to the Maintenance Division. 59 F A AMENDMENTS 126 1 9-15.15 Flow Control Valves 2 Valve body materials shall be plastic or metal. Internal parts shall be stainless steel. 3 Valves shall be factory set to plan flows. Valves shall have no external adjustment and 4 be tamper proof when installed. One-quarter inch and smaller flow control valves shall 5 have a minimum pressure absorption range of 2 to 32 psi. One and one-half inch and 6 larger flow control valves shall have a minimum pressure absorption range of 3 to 7 50 psi. 8 9 Flow shall be controlled to 5 percent of plan volumes. 10 11 9-15.16 Air Relief Valve ,., 12 The air relief valve shall automatically relieve air and break a vacuum in the serviced 13 pipe. Body materials shall be installed exactly at all high points. 14 15 9-15.17 Electrical Wire and Splices .. 16 Electrical wire used in the irrigation system shall comply with Section 9-29.3. Electrical 17 wire used between the automatic controller and automatic valves shall be copper AWG 18 No. 14 minimum size, Type USE Chemically Cross Linked Polyethylene or r '19 Thermoplastic, Type UF, and shall be color coded or marked with number identification. 20 21 Low voltage splices shall be made with a kit containing a "T" shaped open cell centering 22 device and a plastic bag of urethane and hardener which is mixed at the time of 23 installation or heat shrinkable insulating tubing. Heat shrinking insulating tubing shall 24 consist of a mastic lined heavy wall polyolefin cable sleeve. The resin used with the "T" 25 shaped open cell centering device shall be a quick curing flexible compound with an 26 approximate set-up time of 4 minutes at 72 F. 27 28 9-15.18 Detectable Marking Tape 29 Detectable marking tape shall consist of inert polyethylene plastic that is impervious to 30 all known alkalis, acids, chemical reagents, and solvents likely to be encountered in the 31 soil, with a metallic foil core to provide the most positive detection and pipeline locators. 32 33 The tape shall be color coded and shall be imprinted continuously over its entire length 34 in permanent black ink. The message shall convey the type of line buried below and 35 shall also have the word "Caution" prominently shown. Color coding of the tape shall be 36 as follows: 37 r 38 Utility Tape Color 39 Water Blue 40 Sewer Green 41 Electrical Red 42 Gas-Oil Yellow 43 Telephone-CATV Orange 44 45 The width of the tape shall be as recommended by the manufacture for the depth of 46 installation. 47 48 9-15.19 Wye Strainers 49 Wye strainers shall be bronze or brass with screwed end connections, 20 mesh Monel 50 or stainless steel screen, and standard tapped bronze retainer cap and closure plug. 51 Service rating shall be not less than 150 psi nonshock cold water. 52 53 SECTION 9-16, FENCE AND GUARDRAIL 54 April 7, 2003 55 9-16.2(3) Wood Fence Posts and Braces 56 This section is revised to read: 57 58 Douglas fir, Western red cedar, hemlock, or larch shall be used in the construction of 59 wood fence posts and braces. The material shall be of good quality and approved by the W. AMENDMENTS 127 wr 1 Engineer before use. Peeler cores shall not be used for round posts. Wood fencing 2 materials shall have sufficient sapwood in the outer periphery to obtain the specified 3 penetration of preservative. Fencing materials shall be cut to the correct length before 4 pressure treatment. so 5 6 Line posts shall be 3-inch minimum diameter round posts or nominal 3-inch by 3-inch 7 square sawed posts. If the posts are to be pointed for driving, they shall be pointed 8 before treatment. Line posts shall be at least 7 feet in length. 9 10 Pull posts and brace posts shall be 6-inch diameter round posts or nominal 6-inch by 6- 11 inch material not less than 7 feet in length. 12 13 End, gate, and corner posts, and posts at an intersecting fence shall be 6-inch diameter 14 round posts or nominal 6-inch by 6-inch material not less than 7 feet 10 inches in length. 15 16 All sawed posts and timbers shall meet the requirements in the table under Section 9- 17 09.2. 18 19 The preservatives used to pressure-treat wood fencing materials shall meet the 20 requirements of Section 9-09.3. 21 22 The retention and penetration of the preservative shall be as follows: 23 24 Minimum Retention in 25 Pounds Per Cubic Foot 26 27 Preservative Sawed Posts Round Posts 28 Creosote 10.00 8.00 29 Pentachlorophenol 0.50 0.40 30 ACA 0.40 0.40 31 ACZA 0.40 0.40 32 ACQ 0.40 0.40 33 CCA 0.40 0.40 ,r 34 35 Minimum Penetration 36 37 for material 5° or less - 0.40 inches penetration and 90% of sapwood rrr 38 for material 5"or greater- 0.50 inches penetration and 90% of sapwood 39 40 9-16.3(1) Rail Element 41 The first paragraph is revised to read: r' 42 43 The W-beam or thrie beam rail elements, backup plates, reducer sections, and end 44 sections shall conform to "A Guide to Standardized Highway Barrier Hardware" 45 published by AASHTO, AGC, and ARTBA. All rail elements shall be formed from 12 46 gage steel except the thrie beam used for bridge rail retrofits, Design F end sections, 47 and the reducer sections, which shall be formed from 10 gage steel. 48 49 9-16.3(2) Posts and Blocks 50 This section is revised to read: 51 52 Posts and blocks may be of creosote treated timber, pentachlorophenol treated timber, 53 waterborne, chromated copper arsenate (CCA), ammoniacal copper arsenate (ACA), 54 ammoniacal copper zinc arsenate (ACZA), or ACQ treated timber or galvanized steel; 55 except only treated timber posts and blocks may be used for weathering steel beam 56 guardrail. Blocks made from alternate materials that meet the NCHRP Report 350 57 criteria may be used in accordance with the manufacturer's recommendations. Except 58 for terminal or anchor assemblies, all posts for any one project shall be of the same type 59 (wood or steel). Posts and blocks shall be of the size and length shown in the Plans and AMENDMENTS 128 .� 1 meet the requirements of these Specifications. Posts and blocks may be S4S or rough 2 sawn. 3 4 Timber posts and blocks shall conform to the grade specified in Section 9-09.2, except 5 pine lumber No. 1 grade may be used for the blocks. Timber posts and blocks shall be 6 fabricated as specified in the Plans before being treated. Timber posts and blocks shall 7 be treated by the empty cell process to provide a minimum retention, depending on the 8 treatment used, according to the following: 9 10 Creosote oil 12.0 lbs. pcf. 11 Pentachlorophenol 0.60 lbs. pcf. ■. 12 ACA 0.50 lbs. pcf. 13 ACZA 0.50 lbs. pcf. 14 ACQ 0.50 lbs. pcf. 15 CCA 0.50 lbs. pcf. 16 17 Treatment shall be in accordance with Section 9-09.3. 18 19 Steel posts, blocks, and base plates, where used, shall conform to ASTM A 36, and 20 shall be galvanized in accordance with AASHTO M 111. Welding shall conform to 21 Section 6-03.3(25). All fabrication shall be completed prior to galvanizing. 22 23 9-16.8(1) Rail and Hardware 24 The second sentence in the first paragraph is revised to read: 25 26 Bolts, nuts, and washers for installation of weathering steel shall meet the requirements 27 of Section 9-16.3(4), and be galvanized in accordance with Section 9-16.3(3). 28 29 SECTION 9-17, FLEXIBLE GUIDE POSTS 30 January 7, 2002 31 9-17.4 Pre-approval 32 The address for the Department of Transportation Materials Laboratory is revised to P.O. 33 Box 47365, Olympia, WA 98504-7365. 34 35 SECTION 9-23, CONCRETE CURING MATERIALS AND ADMIXTURES 36 April 7, 2003 +rr 37 9-23.6 Admixture for Concrete 38 This section is revised to read: 39 40 Admixtures for use in concrete shall meet the following specifications: 41 42 Admixture Specification ® � 43 Air entraining AASHTO M 154 ASTM C 260 44 Water Reducing AASHTO M 194 Type A ASTM C 494 Type A 45 Set Retarding AASHTO M 194 Type B ASTM C 494 Type B 46 "Accelerating AASHTO M 194 Type C ASTM C 494 Type C 47 Water Reducing/ AASHTO M 194 Type D ASTM C 494 Type D 48 Set Retarding 49 *Water Reducing/ AASHTO M 194 Type E ASTM C 494 Type E 50 Accelerating 51 High Range Water AASHTO M 194 Type F ASTM C 494 Type F 52 Reducing and G and G 53 54 *Accelerating admixtures are only allowed in Portland cement concrete pavement 55 per Section 5.05, Cement Concrete Pavement and Section 5-05.3(1) Concrete Mix 56 Designs for Paving. 57 AMENDMENTS 129 sir he above specifications, admixtures proposed for use shall contain less 1 In addition tot p p P 2 than one percent chloride ion (Cl- ) by weight of admixture and only non-chloride 3 accelerating admixtures shall be used. 4 5 Acceptance of admixtures will be based on Manufacturer's Certificate of Compliance. 6 7 If required by the Engineer, admixtures shall be sampled and tested before they are 8 used. 9 10 Samples shall be submitted for testing 10 days prior to use. 11 12 9-23.9 Fly Ash 13 The reference to "Table 1 A" is revised to read "Table 2". 14 15 SECTION 9-26, EPDXY RESINS 16 April 7, 2003 17 Section 9-26 is deleted in its entirety and replaced by the following: 18 1i 19 SECTION 9-26, EPDXY SYSTEMS 20 21 9-26.1 Epoxy Bonding Agents 22 23 9-26.1(1) General 24 Epoxy bonding agents shall be 2-component epoxy resin-base systems that meet the 25 requirements of ASTM C 881, shall be furnished in the type, grade, and class specified, 26 and shall meet the requirements below. When not specified, an appropriate grade and 27 class shall be selected for the particular application. Epoxy bonding agents for patching 28 external concrete shall be concrete-gray in color. 29 30 9-26.1(1)A Type I and Type IV 31 Epoxy bonding agents used for bonding hardened concrete to hardened concrete and 32 other materials shall be Type I for non-load bearing applications and Type IV for load 33 bearing applications. 34 35 9-26.1(1)B Type II and Type V 36 Epoxy bonding agents used for bonding freshly mixed concrete to hardened concrete 37 shall be Type II for non-load bearing applications and Type V for load bearing 38 applications. 39 40 9-26.1(1)C Type III 41 Epoxy bonding agents used for bonding skid-resistant materials to hardened concrete 42 and as a binder in epoxy mortars and epoxy concretes used on traffic bearing surfaces 43 shall be Type I II. 44 45 9-26.1(2) Packaging and Marking 46 The components of the epoxy system furnished under these Specifications shall be 47 supplied in separate containers that are non-reactive with the materials contained. The 48 contents of each container shall be such that when the container contents are 49 combined, a properly proportioned final mixture results. 50 51 Containers shall be identified as "Component A" (Contains the Epoxy Resin) and 52 "Component B" (Contains the Curing Agent) and shall show the type, grade, class and 53 mixing directions as defined by these Specifications. Each container shall be marked 54 with the name of the manufacturer, the lot or batch number, the date of packaging, and 55 the quantity contained in pounds or gallons. 56 57 Potential hazards shall be so stated on the package in accordance with the Federal 58 Hazardous Products Labeling Act and State of Washington, Department of Labor and 59 Industries Regulations for Shipment of Hazardous Products. l AMENDMENTS 130 w. 1 2 9-26.1(3) Certification 3 If requested by the Contracting Agency, the manufacturer of the epoxy system shall 4 certify that components A and B meet the requirements of this specification before a 5 sample will be accepted for testing by the Contracting Agency. The Manufacturer's 6 Certificate of Compliance shall be furnished in accordance with Section 1-06.3. 7 8 9-26.1(4) Rejection 9 Except as noted otherwise, the entire lot of both components may be rejected if samples 10 submitted for test fail to meet any requirements of this specification. 11 12 9-26.1(5) Acceptance 13 Acceptance of the Epoxy Bonding Agents for use on the project shall be based on a 14 passing test report from the State Materials Laboratory. 15 16 9-26.2 Epoxy Adhesive for Lane Markers 17 18 9-26.2(1) General 19 Epoxy adhesives for lane markers shall meet the requirements of AASHTO M237 for 20 Type II - Standard Setting, High Viscosity, Epoxy Adhesive. In lieu of the square base 21 test specimen molds for the Slant Shear Strength test specified in AASHTO M237, 22 cylindrical molds in accordance with ASTM D882 may be used. 23 24 9-26.2(2) Packaging and Marking 25 Packaging and Marking of Epoxy Adhesive for Lane Markers shall meet the 26 requirements of Section 9-26.1(2). err 27 28 9-26.2(3) Certification 29 Certification of Epoxy Adhesive for Lane Markers shall meet the requirements of Section 30 9-26.1(3). 31 32 9-26.2(4) Rejection 33 Rejection of Epoxy Adhesive for Lane Markers shall meet the requirements of Section 9- 34 26.1(4). 35 36 9-26.2(5) Acceptance 37 Acceptance of each lot of the Epoxy Adhesive for Lane Markers for use on the project 38 shall be based on a Manufacturer's Certificate of Compliance. 39 40 9-26.3 Epoxy Grout/Mortar/Concrete 41 42 9-26.3(1) General 43 This specification shall apply to epoxy grout, epoxy mortar and epoxy concrete for traffic 44 and non-traffic bearing applications. Epoxy grout/mortar/concrete shall consist of an 45 epoxy bonding agent and an aggregate component. 46 47 Prepackaged epoxy grout/mortar/concrete shall be prepared from a ready-to-mix epoxy 48 bonding agent/aggregate system supplied by a manufacturer in kit form. 49 50 Non-prepackaged epoxy grout/mortar/concrete shall be prepared from an epoxy 51 bonding agent and an aggregate component that is clean, surface dry and inert and that 52 is of a quality and gradation suitable for Portland cement mortar or concrete. Aggregate 53 meeting the requirements of Section 9-03.1(2) will be satisfactory. Epoxy 54 grout/mortar/concrete for patching external concrete shall be concrete-gray in color. 55 56 9-26.3(1)A Traffic Bearing Applications 57 Epoxy grout/mortar/concrete for traffic bearing applications shall have a seven- day 58 compressive strength of not less than 2500 psi when tested in accordance with ASTM 59 C579. Epoxy bonding agent shall be Type III as described in Section 9-26.1(1)C. 60 MW AMENDMENTS 131 1 9-26.3(1)B Non-Traff ic Bearing Applications 2 Epoxy grout/mortar/concrete for non-traffic bearing applications shall have a seven-day 3 compressive strength of not less than 4000 psi when tested in accordance with ASTM 4 C579. Epoxy bonding agent shall be Type I, II, IV, or V as appropriate for intended use 5 as described in Section 9-26.1(1)A and Section 9-26.1(1)B. 6 7 9-26.3(2) Packaging and Marking 8 Packaging and Marking of the epoxy bonding agent component of epoxy 9 grout/mortar/concrete shall meet the requirements of Section 9-26.1(2). 10 11 9-26.3(3) Certification 12 Certification of the epoxy bonding agent component of epoxy grout/mortar/concrete 13 shall meet the requirements of Section 9-26.1(3). 14 15 9-26.3(4) Rejection 16 Rejection of the epoxy bonding agent component of epoxy grout/mortar/concrete shall 17 meet the requirements of Section 9-26.1(4). 18 19 9-26.3(5) Acceptance 20 Acceptance of the epoxy grout/mortar/concrete material for use on the project shall be 21 based on a passing test report from the State Materials Laboratory. 22 23 SECTION 9-28, SIGNING MATERIALS AND FABRICATION 24 April 7, 2003 25 9-28.11 Hardware to 26 This section is revised to read: 27 28 Bolts, nuts, locknuts, and washers shall be of the same material for each attachment. 29 Bolts, nuts, locknuts, and washers for signs mounted on overhead sign structures (i.e. 30 sign bridges, cantilevers sign structures, and bridge mounted sign brackets) shall be 31 stainless steel only. 32 33 Hardware Specification 34 35 Bolts ASTM F 468 2024-T4 Aluminum 36 ASTM A 307 Steel 37 ASTM F 593 Group 1, Condition A Stainless 38 Steel, or ASTM A 193, Grade B8, Class 1 39 Stainless Steel 40 41 U-bolts ASTM A 276 Type 304 Stainless Steel 42 43 Washers ASTM B 209 2024-T4 Aluminum 44 ASTM F 844 Steel 45 ANSI B.18.22.1 Stainless Steel Alloy 304 46 47 Nuts ASTM F 467 2024-T4 Aluminum try 48 ASTM A 563 Grade A Steel 49 ASTM F 594 Group 1 Stainless Steel, or 50 ASTM A 194 Grade 8 or 8A Stainless Steel 51 52 Locknuts ASTM F 467 2024-T4 Aluminum 53 (with nylon insert ASTM A 563 Grade A Steel 54 unless otherwise ASTM F 594 Group 1 Stainless Steel, or noted 55 in the Plans) ASTM A 194 Grade 8 or 8A Stainless Steel 56 57 Rivets ASTM B 316 5052 Aluminum Alloy 58 ASTM B 316 5056 Aluminum Alloy Ali 59 AMENDMENTS 132 +.. 1 Post Clips ASTM B 179 356-T6 Aluminum 2 3 Windbeams ASTM B 221 6061-T6 Aluminum 4 5 Angle and "Z" Bar ASTM B 221 6061-T6 Aluminum 6 ASTM A 36 Steel 7 8 Strap and Mounting Bracket ASTM A 666, Type 201 Stainless Steel 9 10 All steel parts shall be galvanized per AASHTO M 111. Steel bolts and related 11 connecting hardware shall be galvanized per AASHTO M 232. 12 13 9-28.12 Reflective Sheetings 14 This section is revised to read: 15 16 Type I and Type II reflective sheeting shall consist of spherical lens elements embedded 17 within a transparent plastic having a smooth, flat outer surface. Type III and Type IV 18 reflective sheeting shall consist of spherical or prismatic lens elements adhered to a 19 synthetic resin and encapsulated by a flexible, transparent, weatherproof plastic having 20 a smooth outer surface. Type V reflective sheeting shall consist of metallized 21 microprismatic lens bonded to a flexible, smooth-surf aced, weather resistant polymeric 22 film. Type VI reflective sheeting shall consist of unmetallized microprismatic Fens .. 23 formed on a flexible vinyl material. Type VII, VIII, IX and Type X Fluorescent Orange 24 reflective sheeting shall consist of unmetallized microprismatic lens formed in a 25 synthetic resin and encapsulated by a flexible, transparent, weatherproof plastic having 26 a smooth outer surface. All sheeting shall be weather resistant and have a protected aw 27 pre-coated adhesive backing. Type II reflective sheeting shall contain an identifying 28 marking, such as a water mark, which is visible after sheeting application. The marking 29 shall not adversely affect the performance or life of the sheeting. 30 31 The reflective sheeting shall have the following minimum coefficient of retroreflection 32 values at 0.2 degrees and 0.5 degrees observation angle expressed as average 33 candelas per foot-candle, per square foot of material. Measurements shall be conducted 34 in accordance with ASTM E 810. 35 36 Type I Glass Bead Retroreflective Element Material 37 38 Obs. Entrance SILVER 39 Angle Angle WHITE YELLOW ORANGE GREEN RED BLUE BROWN 40 0.20 -40 70 50 25 9.0 14 4.0 1.0 41 0.20 +30° 30 22 7.0 3.5 6.0 1.7 0.3 42 0.50 -40 30 25 13 4.5 7.5 2.0 0.3 43 0.5° +30° 15 15 4.0 2.2 3.0 0.8 0.2 44 45 Type II Glass Bead Retroreflective Element Material 46 47 Obs. Entrance 48 Angle Angle WHITE YELLOW ORANGE GREEN RED BLUE BROWN .r 49 0.20 -40 140 100 60 30 30 10 5.0 50 0.2° +300 60 36 22 10 12 4.0 2.0 51 0.50 -40 50 33 20 9.0 10 3.0 2.0 52 0.5° +30° 28 20 12 6.0 6.0 2.0 1.0 53 54 Type III Glass Bead Retroreflective Element Material 55 56 Obs. Entrance 57 Angle Angle WHITE YELLOW ORANGE GREEN RED BLUE 58 0.20 -40 250 170 100 45 45 20 59 0.2° +30° 150 100 60 25 25 11 1W 60 0.51 -40 95 62 30 15 15 7.5 AMENDMENTS 133 `r 1 0.5° +30° 65 45 25 10 10 5.0 2 3 Type IV Micro Prismatic Retroreflective Element Material 4 5 Obs. Entrance FLUORESCENT 6 Angle Angle WHITE YELLOW ORANGE GREEN RED BLUE BROWN 7 0.20 -40 250 170 210 35 35 20 7.0 8 0.2° +300 80 54 92 9 9 5.0 2.0 9 0.50 -40 135 100 100 17 17 10 4.0 10 0.5° +30° 55 37 52 6.5 6.5 3.5 1.4 11 12 Type V Metallized Micro Prismatic Retroreflective Element Material 13 14 Obs. Entrance 15 Angle Angle WHITE YELLOW ORANGE GREEN RED BLUE 16 0.20 -0.40 700 470 280 120 120 56 17 0.20 +300 400 270 160 72 72 32 18 0.50 -0.40 160 110 64 28 28 13 Vill 19 0.5° +30° 75 51 30 13 13 6.0 20 21 Type VI Vinyl Micro Prismatic Retroreflective Element Material 22 23 Obs. Entrance 24 Angle Angle WHITE YELLOW ORANGE GREEN RED BLUE -- 25 0.20 -0.40 250 170 70 30 35 20 26 0.2° +300 95 64 26 11 13 7.6 27 0.50 -0.40 200 136 56 24 28 18 28 0.5° +30° 60 40 17 7.2 8.4 4.8 29 ,w 30 Type VII Micro Prismatic Retroreflective Element Material 31 32 Obs. Entrance 33 Angle Angle WHITE YELLOW ORANGE GREEN RED BLUE 34 0.20 -0.40 750 560 280 75 150 34 35 0.20 +30° 430 320 160 43 86 20 36 0.50 -0.40 240 180 90 24 48 11 37 0.5° +30° 135 100 50 14 27 6.0 38 39 Type VIII Micro Prismatic Retroreflective Element Material 40 41 Obs. Entrance 42 Angle Angle WHITE YELLOW ORANGE GREEN RED BLUE BROWN 43 0.20 -0.40 700 525 265 70 105 42 21 44 0.20 +30° 325 245 120 33 49 20 10 45 0.50 -0.40 250 190 94 25 38 15 7.5 46 0.5° +30° 115 86 43 12 17 7 3.5 47 48 Type IX Micro Prismatic Retroreflective Element Material 49 50 Obs. Entrance 51 Angle Angle WHITE YELLOW ORANGE GREEN RED BLUE 52 0.20 -0.40 380 285 145 38 76 17 53 0.2° +30° 215 162 82 22 43 10 54 0.20 -0.40 240 180 90 24 48 11 55 0.5° +30° 135 100 50 14 27 6.0 56 1.0 -0.40 80 60 30 8.0 16 3.6 57 1.0 +30° 45 34 17 4.5 9.0 2.0 58 59 Type X Micro Prismatic Retroreflective Element Material 60 AMENDMENTS 134 1 Obs. Entrance FLUORESCENT 2 Angle Angle ORANGE 3 0.20 -0.40 200 4 0.2° +30° 90 r 5 0.20 -0.40 70 6 0.5° +30° 26 7 8 The wet performance measurements on unweathered sheeting shall be conducted in 9 accordance with one of the following methods: 10 11 1. The standard rainfall test specified in Federal Specification LS 300C and the 12 brightness of the reflective sheeting totally wet by rain shall not be less than 13 90 percent of the above values. 14 15 2. Samples shall be submerged in a tank of clean water (approximately 72 F) for r 16 a period of 5 minutes. Reflex-reflective performance of the sheeting shall be 17 viewed in a darkened room by reflected light through the surface of the water 18 or through a transparent plane surface of the tank parallel to the sample 19 surface. Light source shall be such as a hand flashlight held close to the eye. 20 The wet sheeting shall show no apparent loss of reflective performance as 21 compared to dry material. 22 23 The sheeting shall conform to the applicable daytime color and luminance factor 24 requirements of ASTM D 4956 when tested instrumentally in accordance with Section 25 8.4 of that specification; OR, the diffuse day color of the reflective sheeting shall be 26 visually evaluated by comparison with the applicable Highway Color Tolerance Chart. +r 27 Color comparison shall be made under north daylight or a scientific daylight having a 28 color temperature from 6500 degrees to 7500 degrees Kelvin. Daytime color evaluation 29 shall be illuminated at 45 degrees and viewed at 90 degrees. There shall be no 30 significant color shift when viewed under nighttime (retroreflective) conditions. to 31 32 The reflective sheeting shall have a pre-coated pressure sensitive adhesive (Class 1) or 33 a heat-activated adhesive (Class 2) either of which will adhere to flat, clean surfaces as 34 without necessity of additional adhesive coats on the reflective sheeting or application 35 surface. Chemical activators shall not be used to activate Class 2 adhesive. The pre- 36 coated adhesive shall be protected by an easily removed liner which, when removed, 37 shall not have a staining effect on the reflective sheeting and shall be mildew resistant. to 38 The protective liner attached to the adhesive shall be removable by peeling without 39 soaking in water or other solvents and shall be easily removed after storage for 4 hours 40 at 150 F under weight of 215 psi. The sheeting with liner removed, conditioned for 24 41 hours at -72 F and 50 percent relative humidity, shall be sufficiently flexible to show no 42 cracking when bent around a 1.2-inch diameter mandrel with the adhesive side 43 contacting the mandrel. For ease of testing, talcum powder may be spread on the 44 adhesive to prevent sticking to the mandrel. The sheeting surface shall be smooth and 45 flat to facilitate self-cleaning in the rain, regular cleaning, and wet performance, and 46 exhibit 85 degrees glossmeter rating of not less than 50 when tested in accordance with 47 ASTM D 523. The sheeting surface shall be readily processed and compatible with 48 transparent and opaque process colors and show no loss of the color coat with normal 49 handling, cutting, and application. The sheeting shall permit cutting and color processing 50 at temperatures of 60 F to 100 F and 20 to 80 percent RH. The sheeting shall be heat 51 resistant and permit force curing without staining of unapplied sheeting or applied 52 sheeting at temperatures recommended by the manufacturer not to exceed 150 F for 53 unapplied sheeting or 200 F for applied sheeting. The sheeting surface shall be solvent 54 resistant to permit cleaning by wiping with a clean soft cloth dampened with VM&P 55 Naphtha or mineral spirits. 56 57 The adhesive shall form a durable bond to smooth, corrosion and weather resistant 58 surfaces and permit the reflective sheeting to adhere securely, 48 hours after application 59 at temperatures of -30 F to 200 F. The adhesive bond shall be sufficient to render the 60 applied sheeting vandal-resistant and prevent its shocking off when subjected to an AMENDMENTS 135 rrr r.1 1 impact energy of 20 ft. lbs. applied with a hemispherical tipped object 1 inch in diameter 2 at -0 F. The test specimen shall be applied to aluminum backing not less than 0.080 inch 3 thick and having a dimension of not less than 4 inches square. During testing, the 4 specimen shall be supported on a 3-inch diameter ring. 5 6 The adhesion test shall conform to ASTM D 4956 with the addition of the temperatures 7 noted above. 8 9 The resistance to accelerated weathering shall be as described in ASTM D 4956 except 10 the weathering apparatus and procedure shall be in accordance with ASTM G 154. 11 12 The reflective sheeting shall be sufficiently flexible to be cut to shape easily and permit 13 application over, and conform to, moderate shallow embossing characteristic of certain 14 sign borders and symbols. The tensile strength of the sheeting shall be 5 to 20 pounds 15 per square inch width when conditioned for 48 hours in accordance to ASTM D 685 and 16 tested in accordance with ASTM D 828. Following liner removal, the reflective sheeting 17 shall not shrink more than 1/32 inch in ten minutes nor more than 1/8 inch in 24 hours in 18 any dimension per 9 inch square at 72 F and 50 percent relative humidity. 1� 20 The sheeting, when applied according to manufacturer's recommendations to cleaned 21 and etched 0.020-inch — 2-inch x 8-inch aluminum, conditioned (24 hours) and tested at 22 72 F and 50 percent relative humidity, shall be sufficiently flexible to show no cracking Id 23 when bent around a 3/4-inch diameter mandrel. 24 25 9-28.14(1) Timber Sign Posts 26 This section is revised to read: 27 28 At the Contractor's options, timber sign posts and mileposts shall be treated Douglas fir, 29 or treated Hem-fir meeting the grades specified in Section 9-09.2. Douglas fir and Hem- 30 fir posts shall be given a treatment in accordance with Section 9-09.3(1). Preservative ` 31 retention shall be as shown in section 9-16.2(3) for sawn posts. 32 33 9-28.14(2) Steel Structures and Posts 34 This section is revised to read: 35 36 Truss chords, struts, and diagonals, end posts, and end post struts and diagonals for 37 sign bridge structures and cantilever sign structures shall conform to either ASTM A 36 38 or ASTM A 53 Grade B Type E or S. The nominal pipe diameter and the pipe wall 39 thickness shall be as specified in the Plans or Standard Plans. All other structural steel 40 for sign bridge structures and cantilever sign structures shall conform to ASTM A 36. 41 Truss member connection hardware shall conform to Section 9-06.5(3). 42 43 Pipe members for bridge mounted sign brackets shall conform to ASTM A 53 Grade B 44 Type E or S, and shall be Schedule 40 unless otherwise specified. All other structural 45 steel for bridge mounted sign brackets shall conform to ASTM A 36. U bolts, and 46 associated nuts and washers, shall be stainless steel conforming to Section 9-28.11, 47 and shall be fabricated hot. 48 49 Anchor rods, nuts and washers for sign bridge structure foundations shall conform to 50 Section 9-06.5(4). Anchor rods for cantilever sign structure foundations shall conform to 51 ASTM F 1554 Grade 105, including the appropriate supplemental requirements for 52 grade and manufacturer's identification, and charpy impact testing (15 foot-pounds 53 minimum at 40F). Nuts and washers for cantilever sign structure foundations shall 54 conform to AASHTO M 291 Grade DH and AASHTO M 293, respectively. 55 56 Anchor rods for sign bridge structures and cantilever sign structures shall be galvanized 57 after fabrication a minimum of 1'-0" at the exposed end in accordance with AASHTO M 58 232. Nuts and washers shall be galvanized after fabrication in accordance with 59 AASHTO M 232. Anchor rod templates shall conform to ASTM A 36, but need not be i 60 galvanized. AMENDMENTS 136 2 Steel sign structures and posts shall be galvanized after fabrication in accordance with 3 AASHTO M 111, unless noted otherwise in the Plans. All bolts, nuts, and washers shall 4 be galvanized after fabrication in accordance with AASHTO M 232. Unless otherwise • 5 specified in the Plans or Special Provisions, metal surfaces shall not be painted. 6 7 Minor fabricating and modifications necessary for galvanizing will be allowed if not 8 detrimental to the end product as determined by the Engineer. If such modifications are 9 contemplated, the Contractor shall submit to the Engineer, for approval, six copies of 10 the proposed modifications, prior to fabrication. 11 aw 12 9-28.15 Sign Lighting Luminaires 13 This section is revised to read: 14 15 Sign lighting luminaries shall be either Mercury Vapor or Induction. 16 17 This section is supplemented with the following: 18 19 9-28.15(1) Sign Lighting Luminaires — Mercury Vapor "" 20 Sign lighting luminaires shall have a cast aluminum housing and door assembly with a 21 polyester paint finish. 22 23 The housing shall encase a reflector, lamp socket, and ballast. It shall have a front entry 24 (the side facing the sign) suitable for 1/2 inch conduit and mounting holes for attaching 25 to a fixture mounting plate. Any additional entries shall have suitable plugs. The sign 26 lighting luminaire shall be supported by a lighting bracket assembly as detailed in the 27 plans. If the sign structure includes a maintenance walkway, the luminaire fixture 28 mounting plate shall be bolted to the walkway grating. Condensation drain holes shall 29 be provided as recommended by the manufacturer. 30 31 The door shall be hinged to the housing on the side of the fixture away from the sign 32 panel and shall be provided with two captive devices. The door shall be provided with 33 the means to allow the door to be locked in the open position 700 to 90° from the plane 34 of the door opening. The juncture of the door and housing shall be gasketed to provide 35 a rain tight and dust tight joint. 36 37 Refractors shall be manufactured from heat resistant borosilicate glass. The refractor 38 shall be shielded so that no light source is visible from the sign viewing approach. The 39 shield shall be an integral part of the door assembly. When called for in the plans, 40 fixtures shall be provided with a wire guard to prevent damage to the refractor. 41 42 The light source shall be a 175 watt deluxe phosphor coated mercury vapor lamp. The 43 lamp socket shall be porcelain enclosed mogul type containing integral lamp grips to 44 ensure electrical contact under conditions of normal vibration. The center contact shall 45 be spring loaded. The shell and center contact shall be rated for 1500 watts, 600 volts. 46 47 An isolation switch shall be installed in a NEMA 3R stainless steel terminal cabinet per 48 standard specification 9-29.25. The terminal cabinet shall be installed in accordance to Ow 49 the Standard Plans. The switch shall be either single pole, single throw, or double pole 50 single throw as necessary to open all conductors to the luminaires other than neutral 51 and ground conductors. The switch shall contain 600 volt alternating current (VAC) 52 terminal strips on the load side with solderless lugs as required for each load carrying up 53 conductor plus four spare lugs per strip. 54 55 Each fixture shall be provided with a fusible terminal block. Fuses shall be 10 amp, 250 56 VAC for 120 VAC circuits and 5 amp 600 VAC for 240 VAC and 480 VAC circuits. The 57 primary voltage shall be as indicated in the plans. Photometric performance shall be as 58 follows: 59 Aw AMENDMENTS 137 aw 1 The ratio of the maximum to minimum illuminance level on a panel 10 feet high by 2 16 feet wide shall not numerically exceed 5:1 approaching 1:1. In addition, the 3 illuminance gradient shall not numerically exceed 2:1, illuminance gradient being 4 defined as the ratio of the minimum illuminance of a square panel 1 foot on a side 5 to that of any adjacent panel of the same size. This performance shall be obtained 6 when the fixture is mounted 1 foot below the bottom edge of the sign and 5 feet out 7 from the sign face. 8 9 The average to minimum uniformity ratio for a panel as dimensioned above shall 10 not numerically exceed 3:1. Average initial illuminance shall exceed 10 foot candles 11 for a mercury vapor lamp of 175 watts as specified. 12 13 9-28.15(2) Sign Lighting Fixtures-Induction 14 Induction sign lighting fixture shall conform to the provisions for mercury sign lighting 15 fixtures except as modified below: Is 16 17 Each fixture shall consist of a housing a reflector, refractor or lens, lamp socket, 18 lamp, power coupler, a high frequency (HF) generator and a fuse block, door, front 19 entry (the side facing the sign) suitable for 1/2 inch conduit and mounting holes for 20 attaching to a fixture mounting plate. Any additional entries shall have suitable 21 plugs. The sign lighting luminaire shall be supported by a lighting bracket assembly 22 as detailed in the plans. The door shall be hinged to the housing on the side of the 23 fixture away from the sign panel and shall be provided with two captive devices. 24 The door shall be provided with the means to allow the door to be locked in the 25 open position 700 to 900 from the plane of the door opening. The juncture of the 26 door and housing shall be gasketed to provide a rain tight and dust tight joint. 27 28 Refractors or lens shall be manufactured from heat resistant glass. The refractor or 29 lens shall be shielded so that no light source is visible from the sign viewing 30 approach. The shield shall be an integral part of the door assembly. When called for ' 31 in the plans, fixtures shall be provided with a wire guard to prevent damage to the 32 refractor. 33 34 The ratio of the maximum to minimum illuminance level on a panel 10 feet high by 35 16 feet wide shall not numerically exceed 9:1 approaching 1:1. In addition, the 36 illuminance gradient shall not numerically exceed 2:1, illuminance gradient being 37 defined as the ratio of the minimum illuminance of a square panel 1 foot on a side 38 to that of any adjacent panel of the same size. This performance shall be obtained 39 when the fixture is mounted 1 foot below the bottom edge of the sign and 5 feet out 40 from the sign face. 41 42 The average to minimum uniformity ratio for a panel as dimensioned above shall 43 not numerically exceed 4:1. Average initial illuminance shall exceed 10 foot candles 44 for an induction lamp of 85 watts as specified. 45 46 The system lifetime shall be rated at 60 000 hours with a failure rate of less than 10 47 percent. The system shall be rated at a nominal wattage of 87 W, 120/240 or 48 480V(ac). The power factor of the system shall be greater than 90 percent and the rrr 49 total harmonic distortion (THD) shall be less than 10 percent. The system shall be 50 UL approved for wet locations and be FCC Class a listed. 51 52 The mounting assembly shall be either cast aluminum, hot-dip galvanized steel 53 plate or steel plate that has been galvanized and finished with a polymeric coating 54 system or the same finish that is used for the housing. The overall weight of the 55 fixture shall not exceed 44 pounds. The manufacturer's brand name, trademark, 56 model number, serial number and date of manufacture shall be located on the 57 packaged assembly and on the outside and inside of the housing. 58 AMENDMENTS 138 w. 1 Housing 2 The housing shall have a door designed to hold a refractor or lens. The 3 housing door shall be designed to be opened without the use of tools. The 4 housing and door shall have polyester paint finish of a gray color resembling "" 5 unfinished fabricated aluminum. 6 7 Reflector 1W 8 The reflector may be designed to be removed as a unit that includes the lamp 9 and power coupler. 10 11 Lamp 12 Each fixture shall be furnished with an 85-W induction lamp. The interior lamp 13 walls shall be fluorescent phosphor coated. Lamp light output shall be not less 14 than 70 percent at 60 000 hours. Lamps shall have a color-rendering index 15 (CRI) of not less than 80. Lamps shall be rated at a color temperature of 4 000 16 K. Lamps shall be removable without the use of tools. 17 18 Power Coupler 19 The power coupler shall consist of a construction base with antenna, heat sink 20 and electrical connection cable. 21 22 The power coupler shall be designed so that it can be removed with no more ,, 23 than common hand tools. 24 25 High Frequency Generator 26 High frequency (HF) generators shall provide reliable lamp starting and +■► 27 operation at ambient temperatures down to -15° F for the rated life of the lamp. 28 29 The generator output frequency shall be 2.65 MHz +/- 10 percent. The 30 generator radio frequency interference shall meet the requirements of Part 18 31 of the FCC. 32 33 High frequency generators shall be designed for continuous operation at 34 ambient air temperatures from -5°F to 80°F without reduction in generator life. 35 High frequency generators shall have a design life of not less than 100,000 36 hours at 130° F. 37 1• 38 A Certificate of Compliance, conforming to the provisions in Section 6-1.07, 39 "Certificates of Compliance," and a copy of the high frequency generator test 40 methods and results shall be submitted by the manufacturer with each lot of 41 sign lighting fixtures. The certificate shall state that the high frequency 42 generators meet, in every respect, the above requirements and the generator 43 specifications of the lamp manufacturer. 44 45 High frequency generators shall also conform to the following: 46 47 A. High frequency generators shall be capable of being easily replaced. 48 All conductor terminals shall be identified as to the component �. 49 terminal to which they connect. 50 51 B. High frequency generators shall be mounted so as to use the portion 52 of the sign lighting fixture upon which they are mounted as a heat 53 sink. 54 55 SECTION 9-29, ILLUMINATION, SIGNALS, ELECTRICAL 56 December 2, 2002 57 The section is revised to read: 58 40 AMENDMENTS 139 aw 1 9-29.1 Conduit, Innerduct, and Outerduct 2 Rigid metal conduit shall conform to Article 344 of the National Electrical Code. 3 Liquidtight flexible metal conduit and associated couplings, connectors shall conform to 4 article 356 of the National Electrical Code. PVC conduit shall conform to Article 352 of 5 the National Electrical Code and to NEMA specification TC-2 (Conduit), TC-3 (Fittings- 6 UL 514), and UL 651 (standard for rigid nonmetallic conduit). Fiberglass conduit and 7 fittings shall be UL listed and shall comply with ANSI/ NEMA standards TC-14A (filament 8 wound reinforced thermosetting resin conduit and fittings) and ASTM D-2996. 9 10 Exterior and interior surfaces of all steel conduit, except threaded ends, shall be 11 uniformly and adequately zinc coated by a hot-dip galvanizing process. The average 12 weight of zinc coating shall be not less than 0.80 ounces of zinc per square foot of 13 single surface area as determined by tests on 12-inch samples taken from each end of 14 a standard length of conduit of each size. The weight of zinc coating on any individual 15 test specifications shall be not less than 0.70 ounces of zinc per square foot of single 16 surface area. The weight of zinc coating will be determined in accordance with AASHTO 17 T 65. Determinations and nominal weights shall conform to the requirements of the 18 Underwriters Laboratory Publication No. 6 (latest edition). In addition, the exterior as 19 well as the interior conduit samples shall withstand four dips in the PREECE test in 20 accordance with ASTM A 239. The threaded ends of all conduits shall be either 21 galvanized in accordance with the foregoing or shall be painted with galvanized repair 22 paint, Formula A-9-73. All field cuts shall also be painted with galvanized repair paint, 23 Formula A-9-73. 24 25 Couplings for rigid metal type conduits may be either hot-dip or electroplated galvanized 26 and, in addition, shall be painted with one coat of galvanizing repair paint Formula A-9- j 27 73. The paint shall have a minimum wet film thickness of 3 mils. The painted coating 28 shall cover the entire coupling. 29 30 Grounding end bushings shall comply with the following: 31 32 1. Full standard threads, around the entire 3600 circumference. 33 2. Malleable iron material. 34 3. Hot-dip galvanized, per AASHTO M 111. 35 4. Copper, tinned copper, stainless steel or integral lug. 36 5. Stainless steel clamping screw, mounting screw and set screw. 37 38 Every length of rigid metal conduit shall bear the label of Underwriters Laboratories, Inc. 39 or the label of the Canadian Standards Association if affected items of Canadian 40 manufacture are approved for use on the project. Installation shall conform to 41 appropriate articles of the Code. rr 42 43 The colloidal copper compound required for coating threads on metallic conduit, 44 couplings, and fittings shall consist of approximately 70 percent by weight of petroleum 45 oil and 30 percent by weight of copper flakes. 46 47 All types of conduit shall be free from defects, including out of round, foreign inclusions, 48 etc. It shall be uniform in color, density, and physical properties. It shall be straight and 49 the ends shall be cut square to the inside diameter. All conduit shall display the 50 Underwriters Laboratory certification (UL Listed). 51 52 PVC solvent cement shall be medium-bodied gray or clear and meet ASTM D 2564 53 including note 8 (label to show pipe sizes for which the cement is recommended). 54 55 Rigid galvanized steel conduit is required for all surface mounted conduit, with the 56 exception of Electrical service utility poles, upon the approval of the serving Utility ' 57 company only. 58 AMENDMENTS 140 VW 1 Galvanized steel conduit outerduct shall be hot-dipped galvanized inside and out. The 2 conduit shall be smooth and free from burrs. Conduit shall be supplied and shipped 3 with thread protectors. 4 ++� 5 Deflection fittings shall be weather tight, with hot dipped galvanized ductile iron or 6 bronze end couplings, molded neoprene sleeve and internal tinned copper bonding 7 jumper. Deflection fittings shall provide for conduit movement of 3/4 inch in all directions 8 and angular movement of 30 degrees from the normal in any direction. ..� 9 10 Expansion fittings shall be weather tight, with hot dipped galvanized malleable or ductile 11 iron end couplings and body. Expansion fittings shall have an external tinned copper w„ 12 bonding jumper. Expansion fittings on bridges shall allow for 8 inches of movement (4 13 inches in each direction) normal to the structure. All other expansion fittings shall allow 14 for 4 inches of movement (2 inches in each direction) normal to the structure. 15 +� 16 A combination deflection /expansion fitting shall be made from a 17 deflection fitting and a expansion fitting as listed above, with the 18 addition of an external tinned copper bonding jumper. The external 19 tinned copper bonding jumper shall be of sufficient length to be 20 installed on the conduit run and bypass the combination deflection / 21 expansion fitting. 22 23 Inner and Outer duct 24 Yellow location tape with black lettering shall be installed 12 inches above all 25 underground Inner and Outer duct. 26 ow 27 Each section of steel outerduct shall be supplied with one reversing spin coupling that 28 allows straight sections and fittings to be joined without spinning the conduit. The 29 reversing coupling shall be galvanized and have three setscrews or a lock nut ring to 30 lock the coupling in place. Setscrews or lock nut ring shall be corrosion resistant and 31 insure continuous electrical ground. The coupling shall be galvanized steel with the 32 same material properties as the conduit. 33 34 The innerduct system shall be factory-installed and shall be designed so that expansion 35 and contraction of the innerducts takes place in the coupling body to eliminate 36 compatibility problems. 37 .. 38 The conduit coupling body shall have a factory-assembled gasket that is multi-stage 39 and anti-reversing, sealing both the outerduct and innerducts. A secondary mid body 0- 40 ring gasket shall be seated into the coupling body and shall hold the coupling body 41 firmly in the steel outerduct. 42 43 The conduit system shall be designed so that assembly of components can be 44 accomplished in the following steps: 45 46 1. Loosen setscrews or lock nut ring on coupling and spin back to allow for 47 insertion. 48 2. Spin coupling mating sections forward to bottom. VW 49 3. Tighten set screws on lock nut ring. 50 51 Innerduct for Straight Sections of PVC Conduits 52 53 The 4 inch PVC outerduct shall be equipped with four innerducts. The innerducts shall 54 have a minimum outside diameter of 1 1/4 inch a minimum inside diameter of 1 1/5 inch. 55 Larger diameter innerducts may be provided if the wall thickness and diameter 56 tolerances are met. The tolerance for inside and outside diameters shall be 0.0005 inch. 57 The innerducts shall have a minimum wall thickness of 0.006 inch. Innerduct shall be 58 color coded. The color coding shall be three gray and one white. Alternate color codes 59 are permitted as long as the color codes are contiguous between adjacent junctions ,. 60 boxes. The innerducts shall be factory installed in the outerduct. 4M AMENDMENTS 141 ,® 1 2 Dynamic coefficient of friction of innerducts shall be tested in accordance with Bellcore 3 GR-356-CORE procedure. The coefficient of friction shall be less than 0.30 between 4 medium density polyethylene jacketed fiber optic cable and the prelubricated innerduct. 5 The coefficient of friction shall be less than 0.10 between the 1/4 inch diameter 6 polypropylene rope (suitable for fiber optic cable pulling) and the prelubricated 7 innerduct. Pull rope used for testing (meeting the 0.10 coefficient of friction requirement) 8 shall be the same type as the pull rope used for cable installation. The Contractor shall 9 provide as part of the conduit submittals a certificate of compliance with these 10 coefficient of friction requirements. 11 12 The innerduct shall have a smooth, non-ribbed interior surface, with a factory 13 prelubricated coating. The coating shall provide the required dynamic coefficient of 14 friction. 15 16 Innerduct shall be extruded polyvinyl chloride (PVC) or polyethylene (PE). PE innerduct 17 shall have a white internal color as a result of the prelubrication process. An approved 18 equivalent material shall continue to meet all dimensional requirements and the W 19 dynamic coefficient of friction specified. 20 21 Protective outerduct for PVC schedule 40 and schedule 80 conduit outerduct shall be 4 22 inch with a minimum 5 inch extended integral "bell" end and shall be gray in color. The err 23 outerduct minimum wall thickness shall be 0.23 inch for Schedule 40 PVC and 0.32 inch 24 for Schedule 80 PVC. 25 26 Conduit and fittings for PVC outerduct shall be supplied with an ultraviolet inhibitor. ' 27 28 The coupling body for PVC outerduct shall include a factory-assembled, multi-stage 29 gasket that is anti-reversing, sealing both the outer and innerducts. A secondary mid 30 body gasket shall be seated at the shoulder of the bell to assure air and water integrity 31 of the system. The bell end and the coupling body assembly shall accept a minimum of 32 5 inch of the spigot end. 33 r 34 The conduit system shall be designed so that straight sections and fittings will assemble 35 without the need for lubricants or cement. 36 37 Bends for 4 inch PVC Conduit with Innerducts 38 All bend radii shall be 36 inches or greater. The conduit system shall provide a 39 complete line of fixed and flexible sweeps with system compatible bell and spigot ends. 40 The bends shall contain high-temperature burn-through-resistant innerducts 41 manufactured from PVC, PE, or Nylon-66. The innerducts shall meet all other 42 requirements for innerduct per "innerduct for Straight Sections of PVC Conduits" 43 44 Prefabricated fixed Bends 45 The prefabricated standard fixed PVC bends provided shall have a radius between 4 46 feet and 9 feet and sweep angles of 11.25°, 22.5°, 45°, or 90". 47 48 Direction changes shall not exceed 900. �i► 49 50 Flexible bends shall be supplied in two lengths to meet field requirements. Conduit 51 lengths shall be 10 feet 6 inches and 16 feet 6 inches. These conduits may be field bent 52 to a uniform radius no less than 4 feet. The field bend shall be no greater than 90°. 53 Grounding shall be continuous in flexible Bends. Outerduct for flexible bends shall be 54 manufactured from reinforced PVC. 55 56 All outerduct shall be marked with data traceable to plant location. 57 58 PVC outerduct shall have a longitudinal print-line that denotes "Install This Side Up" for 59 proper innerduct alignment. PVC outerducts shall have a circumferential ring on the iii 60 spigot end of duct to provide a reference point for ensuring the proper insertion depth AMENDMENTS 142 1 when connecting conduit ends. The line shall be a minimum of 5 inches from the end of 2 the conduit. 3 4 All fittings, adapters, and bends (sweeps) shall be provided and shall be manufactured 5 from the same materials and manufacturing process as the conduit, except as specified 6 otherwise. The conduit system shall be a complete system with the following 7 accessories: e 8 9 Manhole Terminator Kits 10 Deflection Fittings 11 Offset Fittings 12 Expansion/Contraction Fittings 13 Lubrication Fittings 14 Repair Kits 15 Installation Accessories t.r 16 Conduit and Innerduct Plugs 17 Pull string 18 Pull rope 19 Conduit spacers *. 20 21 Split internal expansion plugs shall be supplied to suit various cable sizes. Duct plugs 22 shall be polypropylene and be equipped with a neoprene or polyurethane gasket. Plugs 1W 23 shall be equipped with an attachment to secure the pull rope in the innerduct. The plug 24 shall withstand 5 psi. 25 26 Steel casing material shall conform to ASTM A 252 Grade 1, 2, or 3 or casing as at 27 approved by the engineer. The Contractor shall furnish pipe of adequate thickness to 28 withstand the forces exerted by the boring operation as well as those forces exerted by 29 the earth during installation and shall be a minimum of 3/8 inch thick. 30 4W 31 All joints shall be welded by a qualified welder. Qualified in accordance with AWS D1.1 32 structural welding code, section 3, workmanship. 33 34 9-29.2 Junction Boxes "' 35 Junction boxes shall conform to the requirements set forth in the contract. 36 37 9-29.2(1) Standard Junction Box am 38 Install standard junction boxes in locations shown in the plans. Standard junction boxes 39 shall be concrete junction boxes conforming to details in the standard plans, or 40 approved non-concrete junction boxes. 41 w 42 Concrete junction boxes shall have a minimum compressive strength of 6000 psi when 43 reinforced with a welded wire hoop and 4000 psi when reinforced with welded wire 44 fabric or fiber reinforcement. The frame shall be anchored to the box by welding the 45 wire fabric to the frame or by welding headed studs 3/8 inch X 3 inches long, as 46 specified in Section 9-06.15, to the frame. The wire fabric shall be attached to the studs 47 and frame with standard tie practices. The box shall contain ten studs located near the 48 centerline of the frame and box wall. The studs shall be placed one anchor in each 49 corner, one at the middle of each width and two equally spaced on each length of the 50 box. The steel frame, lid support, and lid shall be painted with a black paint containing 51 rust inhibitors or painted with a shop applied, inorganic zinc primer in accordance with 52 Section 6-07.3 or hot dip galvanized in accordance with AASHTO M 111. 53 54 Material for concrete junction boxes shall conform to the following: 55 56 Concrete Section 6-02 57 Reinforcing Steel Section 9-07 58 Fiber Reinforcing ASTM C 1116, Type III 59 Lid ASTM A786 diamond plate steel 60 Frame ASTM A786 diamond plate steel or AMENDMENTS 143 1 ASTM A36 flat steel 2 Lid Support & Handle ASTM A36 steel 3 Anchors (studs) Section 9-06.15 4 5 Non- concrete junction boxes shall be gray in color and shall have approximately the 6 same inside dimensions as concrete junction boxes. Non-concrete junction box lids 7 shall include a pull slot and shall be secured-with two '/2 inch stainless steel hex-head 8 bolts recessed into the cover. The tapped holes for the securing bolts shall extend 9 completely through the box to prevent accumulation of debris. Bolt shall conform to 10 ASTM F 593, stainless steel. 11 12 Non-concrete junction boxes shall have a vertical load strength of 15,000 pounds 13 applied uniformly through a 10 inch x 10 inch x 1 inch steel plate centered on the cover. 14 The junction box will be considered to have withstood the test load if: 15 16 1. The lid is fully functional. 17 2. No vertical or horizontal displacement of the lid frame. 18 3. The junction box holds its shape. 19 20 When requested, a test report from an independent materials testing facility shall be 21 provided showing compliance with the load test. 22 23 9-29.2(3) Structure Mounted Junction Box 24 Junction boxes installed on structures (including boxes embedded in barrier) shall be 25 galvanized cast iron or stainless steel and shall conform to NEMA 4X requirements. 26 Cover screws shall be stainless steel. Each box shall include a neoprene cover gasket. +6 27 A 3/8—inch drain shall be installed in each junction box. The size of NEMA 4X junction 28 boxes shall be as shown in the plans. 29 30 9-29.2(4) Cover Markings 31 Junction boxes with metallic lids shall be marked with the appropriate legend in 32 accordance with the bead weld details in the Standard Plans. Non-metallic lids shall be 33 embossed with the appropriate legend and a non-skid surface. Legends for metallic lids 34 and non-metallic lids shall be 1-inch nominal height. 35 36 Junction boxes shall be marked or embossed for use in accordance with the plans and 37 following schedule: i 38 39 System Type Legend 40 Traffic Signal Interconnect (6pr) COMM 41 Fiber Optic Trunk Lines ITS 42 HUB to TC (25pr) ITS 43 Fiber Optic Laterals to CC ITS 44 TC to DS (6pr) ITS 45 TC to HAIR (6pr) SC&DI ITS 46 TC to CC (6pr) ITS 47 TC to VMS (6pr) ITS 48 TC to WSTA(6pr) ITS 49 All other lateral 6pr(i.e. neon control, etc) TS 50 CC to camera (coax, control cables, old style) ITS 51 CC to camera (fiber, new style) ITS 52 HAR to antenna (coax) ITS 53 VMS to sign (control cables) ITS 54 WSTA to temp sensor, weather station ITS 55 DS to loops (2cs) ITS 56 DS to ramp meter (5c) ITS 57 Flashing Beacons ITS 58 Neon Power ITS 59 Transformers to Cabinets ITS 60 Service to Transformers LT .w AMENDMENTS 144 1 All power for lighting LT 2 Signal Controller to Displays TS 3 Signal Controller to Loops TS 4 Signal Controller to emergency preempt TS 5 Telephone Service Drop TEL 6 Telephones at Flyer Stops, Park & Rides, Etc. TEL 7 8 9-29.3 Conductors, Cable 9 For the purpose of this specification, the neutral conductor is defined as a current 10 carrying conductor with zero potential. For the purpose of this specification, equipment 11 grounding conductor is defined as the conductor used to connect the noncurrent- 12 carrying metal parts of equipment, raceways, and other enclosures to the system 13 grounded conductor and/or the grounding electrode conductor at the service equipment 14 or at the source of a separately derived system. 15 .. 16 Conductors and cable shall conform to the applicable specifications as follows: 17 18 1. All current carrying single conductors shall be stranded copper conforming to 19 ASTM B3 and B8. Insulation shall be 600 volt. Except as allowed in item 3, 20 chemically cross-linked polyethylene or EPR Type USE insulation of code 21 thickness is required for all current carrying single conductors in underground 22 electrical systems. Grounding electrode conductor and bonding jumpers shall 23 be bare or insulated stranded copper, AWG No. 8 minimum or larger as 24 required by the NEC. Equipment grounding conductors shall be insulated, 25 stranded copper with type XHHW, THWN, or USE insulation, non jacketed 26 AWG No. 8 minimum or larger as required by the NEC. Insulated Grounding .. 27 Electrode conductors, bonding jumpers and equipment grounding conductors, 28 shall have continuous green color or green color with one or more yellow 29 stripes. 30 +* 31 2. Two and three conductor signal control cable shall consist of three No. 14 32 stranded copper conductors. Each conductor shall have 20-mil polyethylene 33 insulation and a 10-mil PVC jacket. The cable shall be rated at 600 volts 34 minimum. The cable assembly shall be covered with a polyester tape applied 35 with a 10 percent minimum lap. The overall jacket shall be 45-mil PVC. 36 37 Four conductor through 10 conductor signal control cable shall conform to 38 International Municipal Signal Association (IMSA) signal cable specification 20- 39 1 except the conductor sequence color code as shown in the following table. 40 IMSA specification cables shall use No. 14 AWG stranded copper conductors. 41 Individual conductors shall be cabled together in accordance with the 42 following: 43 44 Conductor Color Color 45 Number Code Trace Use 46 1 R Red Red or Don't Walk 47 2 O Orange Yellow or Spare 48 3 G Green Green or Walk ow 49 4 W White Neutral 50 5 B Black Ped Call or Spare 51 6 Wb White/Black Neutral or Spare 52 7 BI Blue Ped Call or Spare +0 53 8 Rb Red/Black Red or Don't Walk 54 9 Ob Orange/Black Yellow or Spare 55 10 Gb Green/Black Green or Walk 56 57 3. All single conductors employed in traffic control shall be Class B or Class C 58 stranded copper. The minimum wire size shall be No. 12 AWG. Insulation shall 59 be THW or USE, except loop wire. 60 AMENDMENTS 145 rrr 1 4. Triplex or Quadraplex type ACSR neutral self-supporting aerial conductors of 2 the appropriate size for aluminum conductors shall be used where required in 3 the contract. The neutral conductor shall be the same size as the insulated 4 conductor. All current carrying conductors shall be stranded. 5 6 5. Pole and bracket cable shall be two conductor stranded copper No. 10 AWG 7 insulated for 600 volts between conductors. The insulation shall consist of 45- 8 mils polyvinyl chloride with 95-mils polyethylene jacket. If luminaires with 9 remote ballasts are specified in the contract, this same cable shall be used 10 between luminaire and ballast for both timber and ornamental pole 11 construction. If the luminaire requires fixture wire temperature greater than 750 12 C, the outer jacket shall be stripped for that portion of the cable inside the 13 luminaire. The single conductors shall then be sheathed with braided fiberglass 14 sleeving of the temperature rating recommended by the luminaire 15 manufacturer. 16 17 6. With the exception of type XHHW insulation and with the further exception of 18 the shielded two conductor cable identified in (7), and the magnetometer lead- 19 in cable identified in (9), the minimum insulation thickness around any 20 electrical conductor shall be 45 mils, and the minimum acceptable insulation 21 thickness shall refer solely to the thickness of that insulation immediately 22 around any conductor excluding any sheath or jacket thickness. W 23 24 7. Two conductor shielded (2CS) cable shall have No. 18 AWG (minimum) 25 conductors and shall conform to I.M.S.A. specification No. 50-2. 26 27 8. Detector loop wire may be No. 12 or 14 AWG stranded copper wire, Class B, 28 with chemically cross linked polyethylene type USE insulation of code 29 thickness. as 30 31 9. Four conductor shielded cable (4CS) shall consist of a cable with four No. 18 32 AWG conductors with polyethylene insulation, an aluminized polyester shield, 33 water blocking material in the cable interstices, and a 26-mil minimum outer 34 jacket of polypropylene. The four-conductor assembly shall be twisted 6 turns 35 per foot. Each conductor shall have a different insulation color. Overall cable 36 diameter shall be 0.25 inch maximum. Capacitance between adjacent pairs 37 shall be 18 pf per foot and 15 pf per foot between diagonal pairs. The 10 38 capacitances shall not vary more than 10 percent after a 10-day immersion 39 test with ends exposed in a saturated brine solution. 40 41 10. Three-conductor shielded cable (3CS) for the detector circuit for optical fire 42 preemption receivers shall consist of three No. 20 AWG conductors with 43 aluminized mylar shield and one No. 20 drain wire, all enclosed with an outer 44 jacket. All wires shall be 7 X 28 stranded tinned copper material. Conductor 45 insulation shall be rated 75°C, 600 volt. The drain wire shall be uninsulated. 46 Conductor color coding shall be yellow, blue, and orange. DC resistance of any 47 conductor or drain wire shall not exceed 11 ohms per 1,000 feet. Capacitance 48 from one conductor to the other two conductors and shield shall not exceed 48 it 49 pf per foot. The jacket shall be rated 80°C, 600 volt, with a minimum average 50 wall thickness of 0.045 inch. The finished outside diameter of the cable shall 51 be 0.3 inch maximum. 52 53 11. Six pair communications cable (6PCC) shall meet REA specification PE-39 54 and shall have six pair No. 19 AWG wires with 0.008-inch FPA/MPR coated 55 aluminum shielding. The cable shall have a petroleum compound compieteiy 56 filling the inside of the cable. 57 58 12. Sign light conductors between the junction box or other source of power and 59 the isolation switch shall be a two conductor stranded No. 10 AWG pole and 40 60 bracket cable insulated to 600 volts between conductors. The conductors i AMENDMENTS 146 MW 1 between the isolation switch and the sign lighting luminaire shall be either code 2 sized individual conductors with cross linked polyethylene type USE insulation 3 or three conductor control cable, stranded copper No. 14 AWG cable rated at a 4 minimum of 600 volts. 4W 5 6 9-29.3(1) Fiber Optic Cable 7 Each fiber optic cable shall be suitable for placement in an underground duct. 8 "" 9 All fibers in the cable shall be usable fibers and shall be sufficiently free of surface 10 imperfections and inclusions to meet or exceed the optical, mechanical, and 11 environmental requirements contained in this specification. ,,W 12 13 Cables shall be all dielectric cable (with no armoring) and shall be jacketed (sheathed) 14 with medium density polyethylene. The minimum nominal jacket thickness shall be 71 15 mils. Jacketing material shall be applied directly over the tensile strength members. The 16 polyethylene shall contain carbon black to provide ultra-violet light protection, and it 17 shall not promote the growth of fungus. 18 19 The jacket or sheath shall be free of any holes, splits, or blisters. 20 21 The cable shall contain at least one ripcord under the sheath for easy sheath removals 22 23 The shipping, storage, and operating temperature range of the cable shall be -40°F to 24 +160°F. The installation temperature range of the cable shall be -20°F to +160°F. 25 26 The fiber optic cable shall withstand a maximum pulling tension of 600 pounds (lbs.) + ► 27 during installation (short term) with no damage and 135 pounds (long term). 28 29 Each optical fiber shall consist of a doped silica core surrounded by a concentric silica 30 cladding. 31 32 Void areas around the individual buffer tubes shall be protected with a moisture resistant 33 compound as a block against moisture migration. 34 35 All cables shall be free of material or manufacturing defects and dimensional non- 36 uniformity that would: 37 r 38 1. Interfere with the cable installation using accepted cable installation practices. 39 40 2. Degrade the transmission performance and environmental resistance after 41 installation. 42 43 3. Inhibit proper connection to interfacing elements. 44 45 4. Otherwise yield an inferior product. 46 47 The outer jacket material shall be a medium density polyethylene (MDPE) conforming to 48 ASTM D 1248, Type II, Class C, Category 4 or 5, Grade J4. The light absorption "W 49 coefficient, when measured in accordance with ASTM D 3349, shall be a minimum of 50 400 at a wavelength of 375 nanometers. 51 52 The outer jacket material used in construction of this cable shall be fungus inert as ON 53 described in ASTM G 21. 54 55 Fibers shall contain no factory splices. 56 40 57 The fiber optic cables shall be shipped on wooden reels in lengths as specified in the 58 purchase order with a maximum overage of 10%. The diameter of the drum shall be at 59 least 20 times the diameter of the cable. 00 60 AMENDMENTS 147 1 9-29.3(1)A Singlemode Fiber Optic Cable 2 Singlemode fibers utilized in the cables specified herein shall be fabricated from 100 3 kpsi proof stress glass and primarily composed of silica which shall provide a matched 4 clad index of refraction (n) profile and the following physical and performance 5 characteristics: 6 7 Maximum Attenuation: 0.4/0.3 dB/km at 1310/1550 nanometers, respectively. 8 9 Typical Core Diameter: 0.3 mils. 10 11 Cladding Diameter: 4.9 mils +/- .004 mils. 12 13 Core-to-Cladding Offset:< 0.8 microns. 14 15 (The core center and the cladding center offset is defined as the distance between 16 the core center and the cladding center.) 17 18 Cladding Non-Circularity: < 2.0%. Defined as: 19 " 20 {[1-(minimum cladding diameter- maximum cladding diameter)] X 100.1 21 22 Coating Diameter of 250 microns +/- 15 microns with a minimum coating thickness 23 at any point of not less than 50 microns. 24 25 The coating shall be a dual-layered, UV-cured acrylate applied by the fiber 26 manufacturer. +rr 27 28 The coating shall be mechanically or chemically strippable without damaging the 29 fiber. 30 31 9-29.3(2) Twisted-Pair (TWP) Copper Cable 32 The TWP cable installed for outside plant (OSP) applications shall contain the amount of 33 twisted, #22 AWG, copper pairs as specified in the Plans. This cable shall be 34 constructed for installation in an underground conduit environment with a sheath 35 consisting of a double coated aluminum shield over which a medium density 36 polyethylene jacket is extruded, in accordance with Rural Electrical Association (REA) 37 Standard PE-39. This cable shall be filled with a gel compound to resist water 38 penetration and migration. 39 40 The TWP copper cable for OSP applications shall contain no faulty pairs and shall be 41 capable of the transmission of 9600 b/s VF data over distances greater than 7.5 miles. 42 43 9-29.4 Messenger Cable, Fittings 44 Messenger cable shall be 3/8 -inch, 7-wire strand messenger cables conforming to 45 ASTM A 475, extra-high-strength grade, 15,400 pounds minimum breaking strength, 46 Class A galvanized. 47 48 Strain insulators shall be wet process, porcelain, conforming to EEI-NEMA Class 54-2 49 standards for 12,000 pound ultimate strength. 50 51 Down guy assembly shall consist of an eight-way steel expanding anchor, having a 52 minimum area of 300 square inches, made of pressed steel, coated with asphalt or 53 similar preservative, and fitted with a 3/4 inch minimum guy eye anchor rod 8 feet Iongg. 54 As an alternate to expanding anchors, screw type anchors with two 8-inch helix, 3 1/2 55 inch-pitch, 1-inch by 7-foot guy anchor rod, and rated for 7,000 pound maximum torque 56 may be installed. 57 58 All pole hardware, bolts, plate rods, hangers, clips, wire guards, and pole bands shall be IT 59 hot-dipped galvanized in conformance with the requirements of AASHTO M 232. 60 AMENDMENTS 148 ow 1 9-29.5 Pole Line Hardware 2 All miscellaneous pole line hardware shall be standard material manufactured for pole 3 line construction. All metal parts shall be hot-dipped galvanized. 4 5 In addition to the above, whenever secondary racks are required, they shall be as 6 classified "Heavy Service Secondary Rack" by the EEI-NEMA, and shall have a 7 minimum spacing of 12 inches between the insulators. Each rack shall be secured to 8 the pole by not less than one through bolt and one lag bolt. �r. 9 10 Ground clamps shall be bronze. 11 „ 12 9-29.6 Light and Signal Standards 13 Light and signal standards shall be in accordance with the details shown in the Plans, 14 as specified in the Special Provisions and as outlined herein, provided that only one 15 type of light or signal standard shall be used throughout the project. .. 16 17 Light standard, signal standards, slip base hardware and foundation hardware shall be 18 hot-dipped galvanized in accordance with AASHTO M 111 and AASHTO M 232. 19 20 9-29.6(1) Light and Signal Standards 21 Steel plates and shapes for light and signal standards shall conform to the requirements 22 of ASTM A 36. Shafts for light and signal standards, except Type PPB signal standards, 23 shall conform to AASHTO M 223, Grade 50. Shafts and caps for Type PPB signal 24 standards, slipfitters for type PS, I, FB, and RM signal standards, and all pipes shall 25 conform to ASTM A 53, Grade B. Base plates for light standards shall conform to ASTM 26 572, Grade 50, except as otherwise noted in the Standard plans for fixed base light aw 27 standards. Base plates for signal standards shall conform to ASTM A 36. Connecting 28 bolts shall conform to AASHTO M 164. Fasteners for handhole covers, bands on lighting 29 brackets, and conductor attachment brackets shall conform to ASTM F 593. 30 31 9-29.6(1)A Decorative Light Standards 32 Light standards shall be finished on all surfaces with a phenolic resin paint, applied in 33 the shop, conforming to the following specifications: 34 35 The primer shall meet the requirements of Federal Specification TT-P-641, Primer 36 Paint, Zinc Dust, Zinc Oxide, IES distribution Type II or III. 37 +w 38 One Coat of primer 3 mils wet thickness shall be applied. Primer shall be applied 39 both inside and outside. 40 41 Phenolic Finish Coat for Steel. Finish coats shall be color chip No. 37056 olive ' 42 green , Federal Standard 5958. Two coats of 3 mils wet thickness each shall be 43 applied. 44 .r 45 A hand hole with cover shall be provided 8 inches above the base. 46 47 A pressure type ground lug shall be provided and shall be located on the pole wall 48 directly opposite the handhole. 49 50 9-29.6(2) Slip Base Hardware 51 Slip plates and anchor plates for light standards and for Type FB and RM signal 52 standards shall conform to the requirements of ASTM 572, Grade 50. The keeper plate 53 shall be 28 gage, conforming to ASTM A 526, coating G 90. Clamping bolts for slip base 54 assemblies and slip base adapters shall conform to AASHTO M 164. Studs and bolts for 65 stip base adapters shall conform to AASHTO M 164. Nuts shall conform to AASHTO M ar 56 291, Grade DH. Hardened washers shall conform to AASHTO M 293. Plate washers 57 shall conform to ASTM A 36. 58 59 Galvanized bolts shall meet standard specification 9-06.5(4). . 60 AMENDMENTS 149 r 1 9-29.6(3) Timber Light Standards, Timber Strain Poles, Timber Service 2 Supports 3 All timber poles used in illumination or traffic signal systems shall be Douglas fir, 4 machine shaved, roof sawed, conforming to the latest ANSI Specifications and 5 Dimensions for Wood Poles. 6 7 All timber poles shall be gained according to industry standards. A dated nail or metallic 8 date plate shall be set in the gain evidencing the year of treatment of the timber pole. 9 10 All poles shall be treated with pentachlorophenol in accordance with Section 9-09.3(1). 11 12 Tops shall be sawed before treatment. Where holes are bored in poles to accommodate 13 hanging bolts for brackets, transformers, guy assemblies, or other accessories, such 14 holes shall be painted with a solution of the above preservative. 15 16 9-29.6(4) Welding 17 Welding of steel structures shall be in accordance with Section 5.15 of the AASHTO 18 Standard Specifications for Structural Supports for Highway Signs, Luminaires and 19 Traffic Signals, Fourth Edition-2001. 20 21 9-29.6(5) Foundation Hardware 22 Anchor bolts for Type PPB, PS, I, FB, and RM signal standards shall conform to the , 23 requirements of ASTM A 307. Nuts shall meet the requirements of AASHTO M 291. 24 Washers shall meet the requirements of ASTM F 844. 25 26 Anchor bolts for Type II, III, IV, and V signal standards and luminaire poles shall meet 27 the requirements of ASTM A 449. Nuts shall be heavy hex meeting the requirements of 28 AASHTO M.291, Grade C, D, or DH. Washers shall meet the requirements of AASHTO 29 M 293. 30 31 All foundation hardware shall be 100% hot-dipped galvanized in accordance with 32 AASHTO M 111 and AASHTO M 232. Galvanized bolts shall be tested for embrittlement 33 in accordance with ASTM A 143. 34 35 9-29.7 Luminaire Fusing and Electrical Connections at Light Standard 36 Bases, Cantilever Bases and Sign Bridge Bases 37 Electrical disconnects shall be installed in the base of every standard supporting a VO 38 luminaire. Every conductor above ground potential shall be served by a fused quick- 39 disconnect kit. Every conductor at ground potential shall be served by an unfused quick- 40 disconnect kit. 41 " 42 Unfused quick-disconnect connectors shall conform to the following requirements: 43 "' 44 1. A copper pin and a copper receptacle both of at least 90 percent conductivity 45 shall be crimped or a stainless steel alien head screw and lug connection to 46 the cable. If the alien head screw is used the alien head screw shall be torqued 47 to the manufactures recommendations. All crimped connections shall use a 48 copper connector installed with a positive action (ratchet) tool. The receptacle 10 49 shall establish contact pressure with the pin through the use of a copper 50 beryllium sleeve spring and shall be equipped with a disposable mounting pin. 51 The pin shall be of at least half-hard material and the crimping portion shall be 52 fully annealed while the rest of the pin is maintained in its original state of 53 hardness. The receptacle shall be fully annealed. Both the copper pin and 54 receptacle shall have a centrally located recessed locking area adapted to be 55 complementarily filled and retained by the rubber housing. 56 57 2. A plug and a receptacle housing shall be made of water resistant synthetic 58 rubber which is capable of burial in the ground or installation in sunlight. Each 59 housing shall provide a section to form a water-seal around the cable, have an i 60 interior arrangement to suitably and complementarily receive and retain the s AMENDMENTS 150 WO 1 copper pin or receptacle, and a section to provide a water-seal between the 2 two housings at the point of disconnection. 3 4 Fused quick-disconnect kits shall provide waterproof in-line fuse protection. The kit shall +m 5 provide three cutoff sections on both lines and load side to accommodate various wire 6 sizes. All connections shall be as described in item 1" above. Upon disconnect, the 7 fuse shall remain in the load side of the kit. 8 "' 9 Fuses furnished for all lighting circuits shall be capable of handling the operating voltage 10 of the circuit involved and shall have the following characteristics: 11 N 12 1. Fuses shall be capable of indefinitely supporting 110 percent of the rated load. 13 14 2. Fuses shall be capable of supporting 135 percent of the rated load for 15 approximately 1 hour. +W 16 17 3. A load of 200 percent of rated load shall effectively cause instantaneous 18 blowing of the fuse. 19 20 4. Fuses shall be rated as listed below and shall be sized to fit the fuse 21 containers furnished on this project, according to the manufacturer's 22 recommendations therefore. 23 24 5. Fuses shall be UL Listed. 25 26 Luminaire Service Voltage 27 Size 480V 240V 120V 28 29 1,000W 10A 15A 30A 30 750W 5A 10A 20A OW 31 70OW 5A 10A 20A 32 40OW 5A 10A 15A 33 310W 5A 5A 10A 34 25OW 5A 5A 10A 35 20OW 4A 5A 10A 36 175W 4A 5A 10A 37 150W 3A 4A 5A 38 100W 2A 3A 4A 39 70W 2A 2A 2A 40 50W 2A 2A 2A 41 42 9-29.8 Vacant 43 44 9-29.9 Ballast, Transformers 45 Each ballast shall have a name plate attached permanently to the case listing all 46 electrical data. 47 48 Certificates of compliance, to manufactures specifications and these specifications shall *, 49 be submitted by the manufacturer with each type of luminaire ballast. 50 51 Ballasts shall be designed for continuous operation at ambient air temperatures from 52 20° F without reduction in ballast life. Ballasts shall have a design life of not less than 53 100,000 hours. Ballasts shall be designed to operate for at least 180 cycles of 12 hours 54 on and 12 hours off, with the lamp circuit in an open or short-circuited condition and 55 without measurable reduction in the operating requirements. All ballasts shall be high .. 56 power factor (90%). 57 58 Ballasts shall be tested in accordance with the requirements of current ANSI C 82.6, 59 Methods of Measurement of High-Intensity-Discharge Lamp Ballasts. Starting aids for +w. AMENDMENTS 151 WO 1 ballasts of a given lamp wattage shall be interchangeable between ballasts of the same 2 wattage and manufacturer without adjustment. 3 4 Ballast assemblies shall consist of separate components, each of which shall be 5 capable of being easily replaced. A starting aid will be considered as a single 6 component. Each component shall be provided with screw terminals, NEMA tab 7. connectors or a single multi-circuit connector. All conductor terminals shall be identified 8 as to the component terminal to which they connect. 9 10 Heat-generating components shall be mounted to use the portion of the luminaire upon 11 which they are mounted as a heat sink. Capacitors shall be located as far as practicable 12 from heat-generating components or shall be thermally shielded to limit the fixture 13 temperature to 160° F. 14 15 Ballasts for high-pressure sodium lamps shall have a ballast characteristic curve which 16 will intersect both of the lamp-voltage limit lines between the wattage limit lines and 17 remain between the wattage limit lines throughout the full range of lamp voltage. This 18 requirement shall be met not only at the rated input voltage of the ballast, but also the 19 lowest and highest input voltage for which the ballast is rated. Throughout the lifetime of 20 the lamp, the ballast curve shall fall within the specified limits of lamp voltage and 21 wattage. 22 23 All luminaires ballasts shall be located within the luminaire housing. The only exception 24 shall be ballasts to be mounted on lowering assemblies shall be external and attached 25 to the fixture assembly. 26 27 No capacitor, transformer, or other devise shall employ the class of compounds 28 identified as polychlorinated biphenyls (PCB) as dielectric, coolants, or for any other 29 purpose. 30 31 Ballast Characteristics for High Pressure Sodium (HPS) and Metal Halide (MH) Sources 32 shall be: 33i 34 Source Line Lamp Ballast Input Lamp 35 Volt. Wattage Type Voltage Wattage 36 Variation Variation 37 38 HPS any 70 400 Mag. Reg. Lag 10% 18% 39 40 HPS any 750 1000 Auto Reg. Lead CWA 10% 30% 41 42 MH any 175 400 Mag. Reg. Lag 10% 18% 43 44 MH any 1000 Auto Reg. Lead CWA 10% 30% 45 46 Transformers and inductors shall be resin-impregnated for protection against moisture. 47 Capacitors, except those in starting aids, shall be metal cased and hermetically sealed. 48 N11 49 The transformers to be furnished shall be indoor/outdoor dry type transformers rated as 50 shown in the Plans. The transformer coils, buss bar, and all connections shall be 51 copper. Transformers, 7.5 kVA and larger shall be supplied with two full capacity taps, 52 one at 2.5% and one at 5% below the normal full capacity. 53 54 9-29.10 Luminaires 55 If not listed on the Qualified Products List (QPL) a CeTtficate of Compliance shall be 56 submitted by the manufacturer with each type of luminaire. The certificate shall state 57 that the lot of luminaires meets this specification: 58 > AMENDMENTS 152 ,. 1 All luminaires shall be of the IES distribution type and wattage indicated in the 2 contract. Luminaires shall be installed with HPS lamps rated at 24,000 hours, 3 unless otherwise specified in the contract or this specification. 4 5 Conventional highway luminaires shall provide a full cut-off distribution and a high 6 pressure sodium light source. 7 8 Horizontal luminaires shall attach to 2 inch pipe tenons on mast arms. Vertical *W 9 mounted luminaires shall be appropriately sized for their respective pole top 10 tenons. 11 OW 12 All luminaires shall have their components secured to the luminaire frame with 13 stainless steel mounting hardware (nuts, bolts, washers, hinges, hinge pins, etc.). 14 The stainless steel shall be AISI, 300 series chrome-nickel grade. The luminaire 15 slip-fitter bolts shall be either stainless steel or hot-dip galvanized steel. All internal +m 16 luminaire assemblies shall be assembled on or fabricated from either stainless 17 steel or hot dip galvanized steel. The housing, complete with integral ballast, shall 18 be weathertight. The ballast and lamp housing shall be on the same level. 19 `W 20 All luminaries shall be mounted level, both transverse and longitudinally, as 21 measured across points specified by the manufacturer. Leveling and orientation 22 shall be accomplished after pole plumbing. Highway and decorative luminaries %W 23 shall have slip-fitters capable of adjusting through a 5-degree axis for the required 24 leveling procedure. 25 26 Refractors shall be formed from heat resistant, high impact, molded borosilicate 27 glass. Flat lens shall be formed from heat resistant, high impact borosilicate or 28 tempered glass. 29 30 High pressure sodium cobra head luminaires shall be capable of accepting a 150, 31 200, 250, 310, or 400 watt lamp complete with ballast. Metal halide fixtures shall 32 be capable of accepting a 175, 250 or 400 watt lamp complete with ballast. Mercury 33 vapor fixtures shall be capable of accepting a 175, 250, 400 watt lamp complete 34 with ballast. Metal halide fixture shall accept a 175 watt mercury vapor lamp 35 complete with ballast. Each luminaire shall consist of a housing, a reflector, lens, a 36 lamp socket, an integral ballast, a terminal strip and lamp. 37 «r 38 Housings shall be fabricated from aluminum. Painted housings shall be painted flat 39 gray, Federal Standard 595B color chip No. 26280. Housings that are painted shall 40 withstand a 1,000-hour salt spray test as specified in ASTM B 117. 41 42 All luminaries to be mounted on horizontal mast arms, shall be capable of 43 withstanding cyclic loading in: 44 45 1. A vertical plane at a minimum peak acceleration level of 3.0 g's peak-to- '"` 46 peak sinusoidal loading (same as 1.5 g's peak) with the internal ballast 47 removed, for a minimum of 2 million cycles without failure of any luminaire 48 parts, and 49 50 2. A horizontal plane perpendicular to the direction of the mast arm at a 51 minimum peak acceleration level of 1.5 g's peak to peak sinusoidal 52 loading (same as 0.75 g's peak) with the internal ballast installed, for a 53 minimum of 2 million cycles without failure of any luminaire parts. 54 55 The temperature rating of all wiring internal to the luminaire housing, excluding the r► 56 pole and bracket cable, shall equal or exceed 200° F. 57 58 All luminaires shall be provided with markers for positive identification of light 59 source type and wattage. Markers shall be 3 inches square with Gothic bold, black 60 2 inch legend on colored background. Background color shall be gold for sodium, AMENDMENTS 153 rrr v 1 blue for mercury, and red for metal halide light sources. Legends shall be sealed 2 with transparent film resistant to dust, weather, and ultraviolet exposure. 3 4 Legends shall correspond to the following code: 5 6 Lamp Wattage Legend 7 70 7 8 100 10 40 9 150 15 10 175 17 11 200 20 12 250 25 13 310 31 14 400 40 15 700 70 16 750 75 17 1,000 XI 18 19 9-29.10(1) Cobra Head Luminaires 10 20 Conventional highway luminaires shall be IES Type II cut off type distribution cobra 21 head configuration with horizontal lamp. The ballast shall be mounted on a separate 22 door, which shall be hinged to the luminaire and secured, in the closed position to the 23 luminaire housing by means of an automatic type of latch (a combination hex/ slot 24 stainless steel screw fastener may supplement the automatic type latch). The reflector 25 of all luminaires shall be of a snap-in design or be secured with screws. The reflector 26 shall be manufactured of polished aluminum or molded from prismatically formed .r 27 borosilicate glass. The refractor or lens shall be mounted in a doorframe assembly 28 which shall be hinged to the luminaire and secured in the closed position to the 29 luminaire by means of automatic latch. The refractor or lens and doorframe assembly, 30 when closed, shall exert pressure against a gasket seat. The refractor lens shall not 31 allow any light output above 90 degrees nadir. Gaskets shall be composed of material 32 capable of withstanding temperatures involved and shall be securely held in place. 33 at 34 Each housing shall be provided with a slipfitter capable of mounting on a 2 inch pipe 35 tenon. Vertical mounted luminaires shall be appropriately sized for their respective pole 36 top tenon and capable of being adjusted within 50 from the axis of the tenon. The 37 clamping bracket(s) and the cap screws of the slipfitter shall not bottom out on the to 38 housing bosses when adjusted within the ±50 range. 39 40 No part of the slipfitter mounting brackets on the luminaires shall develop a permanent 41 set in excess of 0.2 inch when the cap screws used for mounting are tightened to a to 42 torque of 32 pounds feet. 43 44 9-29.10(2) Decorative Luminaires 45 Decorative fixture shall provide for a 150 - 400 watt HPS lamp fully enclosed fixture with 46 mogul lamp socket, adjustable where required to alternate cutoff distributions. 47 48 The fixture shall be a one piece, box shaped, raintight, dustight and corrosion resistant, 49 integral unit. The unit shall consist of an accessible ballast compartment and a sealed 50 housing which permits filtered pressure equalization. 51 52 The ballast housing shall be fabricated of close tolerance extruded aluminum with heat 53 resistant vinyl finish. The housing shall be adequately constructed to contain ballasts for 54 150 - 400 watt alternate high intensity discharge sources. 55 56 Each housing shall consist of an integral Alzak reflector, containing a mogul based high 57 intensity discharge lamp, a rigid box type lamp holder assembly, a reflector assembly 58 with a lamp vibration damper, and a one piece heat and shock resistant, clear tempered 59 lens mounted in a gasketed, hinged, and baffled extruded aluminum frame. The housing gli AMENDMENTS 154 r 1 shall have vinyl heat resistant finish. One fourth inch stainless steel, series 300 2 fasteners shall secure the lens frame to the housing. 3 4 The auxiliary equipment compartment for ballast terminals shall be separated from the 5 lamp compartment by a metal heat barrier. The chassis shall be designed to provide 6 effective heat sinking from the ballast cores. Capacitors shall be mounted at least 5 7 inches from the core and coil components. VW 8 9 Fixtures shall be finished alternately with paint or epoxy primer and either acrylic 10 enamel; vinyl clad aluminum or powdered polyester baked on paint. Aluminum 11 compatible epoxy primer shall be applied. The finish coat shall be dark bronze in color �y. 12 matching Federal Standard 595B or as shown in the contract. 13 14 Without chipping or flaking, the finish shall withstand 5 foot pounds direct or indirect 15 impact from a falling cylindrical steel rod 7/8 inch diameter, a hemispheric nose and 16 shall be salt spray resistant after 300 hours exposure in accordance with ASTM B 117 17 shall not cause blistering, peeling, corrosion or loss of adhesion. 18 19 Decorative fixtures shall be mounted using a reinforced mounting arm, milled to provide 20 a smooth fit between fixture and arm. A slipfitter assembly shall be provided for leveling 21 purposes, between fixture and tenon. Two 7/16 inch or larger stainless steel bolts, 22 series 300, shall be used to mount the fixture to the tenon. An approved gasket shall be ,,. 23 utilized to seal against weather. A smooth wireway shall be provided. 24 25 All decorative fixtures shall be of the same manufacturer and external appearance. 26 �. 27 9-29.10(3) High Mast Luminaires and Post Top Luminaires 28 High mast and post top luminaires shall comply with the requirements of the contract 29 and Section 9-29.9 except the unit lamp shall utilize a vertically positioned lamp. High 30 mast luminaries shall be 400 watt HPS full 900 nadir cut off, capable of types 2, 3, 5 31 distribution or as shown in the contract. When installed at heights between 50 and 70 32 feet the bottom of the fixture shall be closed, at heights from 70 to 85 feet the bottom 33 shall be open. High Mast luminaries poles with mounting heights greater than 50 feet 34 shall have approved fixture lowering device installed and two remote control units, to 35 operate the lowering device. 36 37 Post top luminaires shall have the ballast located directly below the vertical installed 38 HPS lamp. All post top luminaires shall be capable of accepting 70, 100, 200, 250, 400 39 watt HPS lamps complete with ballast assembly. 40 41 9-29.10(4) Underdeck and Wall Mount Luminaires 42 Underdeck luminaires shall be weatherproof and corrosion resistant. Light distribution 43 shall be as shown on the contract. Each flush-mounted underdeck luminaire shall 44 consist of a metal body, a prismatic refractor mounted in a doorframe, a prismatic glass 45 or specular anodized aluminum reflector, a ballast, and a ceramic lamp socket and be 46 supplied complete with all fasteners. The body shall have provisions for anchoring to 47 concrete. The refractor shall be glass and shall be clearly identified as to "street side." 48 The doorframe assembly shall be hinged, gasketed and secured to the body. ,. 49 50 Each wall-mounted luminaire shall consist of a metal body, a prismatic refractor 51 mounted in a doorframe, an aluminum reflector with a specular anodized finish, an 52 integral ballast and a ceramic lamp socket and supplied with all fasteners. The refractor 53 shall be glass. A gasket shall be provided between the refractor and the body of the 54 fixture. 55 56 All lamp sockets shall be positioned to locate the light center of the lamp within 1/2 inch 57 of the light center location for which the luminaire is designed. 58 AMENDMENTS 155 rrr 1 Ballasts for underdeck and wall luminaires shall conform to the provisions in Section 9- 2 29.9. Ballasts for underdeck and wall mount luminaires shall be installed in the luminaire 3 housing. 4 5 9-29.11 Control Equipment 6 Illumination circuits shall be controlled by a combination of photoelectric controls and 7 lighting contactors or mercury relays as noted in the contract. 8 9 9-29.11(1) Time Clock Controls 10 Time clocks, when specified in the contract, shall be solid state and shall have a battery 11 backup. The clock shall provide four functions and shall be enclosed within a dust tight 12 mounting case. The unit shall be mounted on vibration dampened fittings. 13 14 The unit shall be push button programmable with 15 events per week, selectable by day 15 of week and time of day to the nearest minute. 16 The clock shall be accurate to plus or minus 15 seconds per month through a humidity 17 variation of 0 to 95 percent and a temperature variation of 0 F to 150 F. The clock shall 18 be within plus or minus 10 seconds after 10 hours of battery backup operation. The 19 backup battery shall operate for 24 hours minimum. 20 21 Contacts shall be rated at 5 amps tungsten load for up to 100,000 cycles. Each clock 22 function shall operate a 120 VAC normally open and normally closed set of contacts. 23 24 9-29.11(2) Photoelectric Controls 25 The photoelectric control shall be the twistlock type and the light sensitive element shall 26 be a solid state photo diode. The control shall be designed to turn on at 3 foot-candles 27 (32 lux) and turn off at 1.8 foot-candles (20 lux). The lighting control shall not drift by 28 more than 1 percent over a 10-year period. 29 30 The output control relay shall have a 45-second time delay to prevent false turn-off 31 caused by momentary brightness. This output relay shall be rated 1,000 watts 32 incandescent or 15 amps inductive load. The contacts shall be normally closed. The unit 33 shall be designed to not continuously pulse the output relay if the photo control bypass 34 switch is energized. 35 36 The lighting control shall have a built in metal oxide varistor (MOV) rated 320 joules for 37 lightning and transient protection. The control shall also have secondary zener diode 38 and transient filter. The printed circuit board shall be coated to prevent corrosion. The 39 normal operating voltage range will be 105 to 285 VAC. 40 41 9-29.12 Electrical Splice Materials 42 Splicing in illumination circuits will be permitted only at junction boxes. With the 43 exception of lead-in cable to loop wire or magnetometer sensing probe splices, no m 44 splices will be allowed in traffic signal circuitry. All other traffic signal circuitry will be 45 terminated at a load, at control equipment, or at a terminal. 46 47 9-29.12(1) Illumination Circuit Splices 48 Splices and taps shall be made with solderless crimp connectors on underground 49 circuits to securely join the wires both mechanically and electrically. Aerial splices may 50 employ split bolt connectors. Splices at below grade locations shall employ moisture 51 blocking heat shrink, Mil Spec 1-23053 or be epoxy resin cast type insulation. Two-way 52 (in-line) splices and three-way (T or wye) splices shall employ clear rigid plastic molds. 53 Clear mylar sheet bonded to butyrate webbing forming a flexible mold or heat shrink 54 shall be used for four-way or more. The material used shall be compatible with the 55 insulation material utilized. Equipment and methods shall be as recommended by the 56 manufacturer of the splicing materials. The component materials of the resin insulation 57 shall be packaged form ready for convenient mixing without removing from the package. 58 Only one conductor or one multi conductor cable per wire entrance will be allowed in 59 any rigid mold splice. ; 60 AMENDMENTS 156 r 1 Heat shrink splices shall be manufactured from irradiated, crosslinked polyolefin suitable 2 for direct burial installations and shall conform to requirements of ANSI C-119.1. 3 4 The sealant shall be an approved stabilized mastic which shall provide a permanent 5 moisture proof bond between the recovered polyolefin and any conductor insulating 6 material. 7 8 9-29.12(2) Traffic Signal Splice Material 9 Induction loop splices and magnetometer splices shall be either moisture resistant two 10 way heat shrink meeting Mil Spec 1-23053, epoxy resin cast type with clear rigid molds 11 or re-enterable type with semi-hardening epoxy filling compound that remains semi- , 12 flexible enclosed in a re-enterable rigid mold with end cap seals. 13 14 9-29.13 Traffic Signal Controllers 15 A controller shall consist of a complete electrical mechanism for controlling the 16 operations of traffic control signals including the timing mechanism and all necessary 17 auxiliary equipment, mounted in a cabinet. 18 19 The Contractor shall furnish to the Contracting Agency all guarantees and warranties 20 furnished as a normal trade practice for all control equipment that is provided. 21 22 The fabricator of the controller shall perform quality control (QC) inspections based on rr 23 their QC program. Their QC program shall be submitted and approved by WSDOT at 24 least annually. The fabricator of the controller shall certify that the controller meets all 25 requirements of the Standard Specifications and Special Provisions for the specific 26 application. 27 28 The QC program shall include, but not be limited to, the following: 29 30 1. Quality Statement 31 2. Individual responsible for quality (organizational chart) 32 3. Fabrication procedures 33 4. Test procedures 34 5. Documented inspection reports 35 6. Documented test reports 36 7. Certification package 37 + + 38 Control equipment includes all equipment used to control the operations of traffic control 39 signals, programmable message signs, illumination system's and other associated 40 control systems. Control equipment includes all devices including auxiliary equipment 41 mounted in a cabinet. 42 43 The traffic signal control equipment shall conform to the contract specifications and 44 these standard specifications. 45 46 All control equipment shall be as specified below: 47 48 NEMA control and all auxiliary equipment shall conform to current NEMA .. 49 specifications. 50 51 Type 170E control equipment and all auxiliary equipment, shall conform to the 52 California Department of Transportation document entitled "Transportation 53 Electrical Equipment Specifications" dated November 19, 1999. 54 55 The 170E/ HC-11 controller and auxiliary equipment shall conform to the current w 56 Oregon Department of Transportation Specification for model 170E/ HC-11 57 controller and auxiliary equipment. The 170E shall be compatible with Type 170E 58 controllers and the current revision of the software specified in the contract. 59 40 AMENDMENTS 157 aw 1 170 ATC controller and auxiliary equipment shall conform to the current Oregon 2 Department of Transportation Specification for model 170 ATC controller and 3 auxiliary equipment. 4 5 Type 2070 controller and all auxiliary equipment shall conform to the current 6 California Department of Transportation Specification for Model 2070 and auxiliary 7 equipment. 8 9 Type 2070 Lite controller and auxiliary equipment shall conform to the current 10 Oregon Department of Transportation Specification for model 2070 Lite controller 11 and auxiliary equipment. 12 13 9-29.13(1) Vacant 14 15 9-29.13(2) Flashing Operations 16 All controllers shall be equipped for flashing operation of signal displays. Controllers 17 shall be programmed for flashing red displays for all approaches. During flash display, 18 all pedestrian circuits shall be de-energized. 19 20 Actuated traffic signal control mechanisms shall be capable of entry into flash operation 21 and return to normal operation as follows: 22 23 1. Terminal Strip Input (Remote Flash): When called as a function of a terminal 24 strip input, the controller shall provide both sequenced entry into flash and 25 sequenced return to normal operation consistent with the requirements of the 26 latest edition of the Manual on Uniform Traffic Control Devices. 4 27 28 2. Police Panel Switch. When the flash-automatic switch located behind the 29 police panel door is turned to the flash position, the signals shall immediately 30 revert to flash; however, the controller shall "STOP TIME." When the switch is W 31 placed on automatic, the signals shall immediately time an 8-10 second all red 32 period then resume normal cyclic operations at the beginning of major street 33 green. Aw 34 35 3. Controller Cabinet Switches. When the flash-automatic switch located inside 36 the controller cabinet is placed in the flash position, the signals shall 37 immediately revert to flash; however, the controller shall continue to function. 40 38 When the flash-automatic switch is placed in the automatic position, the 39 controller shall immediately resume normal cyclic operation at the beginning of 40 the artery green. Adjacent to the flash-automatic switch shall be a controller 41 on-off switch. If the flash-automatic switch is in the automatic position and the 40 42 controller on-off switch is placed in the OFF position, the signals shall 43 immediately revert to flash. 44 45 4. Power Interruption. On "NEMA" controllers any power interruption longer than 46 475 plus or minus 25 milliseconds, signals shall re-energize consistent with 47 No. 2 above to ensure an 8-second flash period prior to the start of major 48 street green. A power interruption of less than 475 plus or minus 25 , 49 milliseconds shall not cause resequencing of the controller and the signal 50 displays shall re-energize without change. Type 170 controllers shall re- 51 energize consistent with No. 2 above after a power interruption of 1.75 plus or 52 minus 0.25 seconds. The 8-second flash period will not be required. p 53 54 5. Conflict Monitor. Upon sensing conflicting signals or unsatisfactory operation 55 voffiages, the conflict monitor shall immediately cause the signal to revert to 56 flash; however, the controller shall stop time at the point of conflict. After the 57 conflict monitor has been reset, the controller shall immediately take command 58 of the signal displays at the beginning of major street green. 59 AMENDMENTS 158 1 9-29.13(3) Emergency Preemption 2 Immediately after a valid call has been received, the preemption controls shall cause the 3 signals to display the required clearance intervals and subsequent preemption intervals. 4 Preemption shall sequence as noted in the contract. Preemption equipment shall be 5 installed so that internal wiring of the controller, as normally furnished by the 6 manufacturer, is not altered. Termination of the preemption sequence shall place a call 7 on all vehicle and pedestrian phases. Preemption indicators, if required, shall turn on ,W 8 when the controller reaches the preempted phase. NEMA controller shall energize the 9 pre-emption indicators when the controller is in the pre-emption phase(s). For the type 10 170, 2070, ATC, 2070 Lite controllers, the pre-emption indicators shall be energized 11 when the pre empt detector registers the pre empt request call. 12 13 9-29.13(4) Wiring Diagrams 14 Schematic wiring diagrams of the controllers and auxiliary equipment shall be submitted 15 when the controllers are delivered. The diagram shall show in detail all circuits and 16 parts. The parts shall be identified by name or number in a manner readily interpreted. 17 One reproducible mylar or two microfilms and four copies of the cabinet wiring diagram 18 and component wiring diagrams shall be furnished with each cabinet and if requested 19 by the Engineer on a high density disk or CD. The schematic drawing shall consist of a 20 single sheet, detailing all circuits and parts, not to exceed 52 inches by 72 inches The 21 cabinet wiring diagram shall indicate and identify all wire terminations, all plug 22 connectors, and the locations of all equipment in the cabinet. Included in the diagram 23 shall be an intersection sketch identifying all heads, detectors, and push buttons and a 24 phase diagram. 25 26 9-29.13(5) Vacant +► ' 27 28 9-29.13(6) Radio Interference Suppressers 29 All traffic signal controllers, flashers, or other current-interrupting devices shall be 30 equipped with radio interference suppressers installed at the input power point. 31 Interference suppressers shall be of a design which will minimize interference in both 32 broadcast and aircraft frequencies, and shall provide a minimum attenuation of 50 33 decibels over a frequency range of 200 kilocycles to 75 megacycles when used in 34 connection with normal installations. The interference filters furnished shall be 35 hermetically sealed in a substantial case filled with a suitable insulating compound. 36 Terminals shall be nickel plated, 10-24 brass studs of sufficient external length to 37 provide space to connect two No. 8 AWG wires, and shall be so mounted that they w. 38 cannot be turned in the case. 39 40 Ungrounded terminals shall be insulated from each other and shall maintain a surface 41 leakage distance of not less than 1/4 inch between any exposed current conductor and 42 any other metallic parts with an insulation factor of 100-200 megohms dependent on 43 external circuit conditions. 44 45 Suppressers shall be designed for operations on 50 amperes, 125 volts, 60 cycles, 46 single wire circuits, and shall meet standards of the Underwriters Laboratories and the 47 Radio Manufacturers Association. 48 Iw. 49 9-29.13(7) Traffic-Actuated Controllers 50 All traffic signal controllers shall operate with industry standard operating 51 software installed that at a minimum has the following: 52 "P 53 1. Defined phases, minimum of 8 each. 54 55 2. Has manufacturer designed single or 2 ring operation minimum. 56 57 3. A minimum of 16 overlaps, including 4 each minus pedestrian overlaps. 58 a.. AMENDMENTS 159 w 1 4. Defined intervals, min green, walk, flash don't walk, passage, gap, minimum 2 gap, simultaneous gap out, volume density, yellow clearance, all red 3 clearance, Maximum I, Maximum II. 4 5 Traffic-actuated controllers shall be electronic devices which, when connected to traffic 6 detectors or other means of actuation, or both, shall operate the electrical traffic signal 7 system at one or more intersections. 8 9 All solid-state electronic traffic-actuated controllers and their supplemental devices shall 10 employ digital timing methods. 11 12 Control equipment shall conform to 9-29.13. 13 14 Actuated traffic signal controllers shall be 8-phase minimum control units. Volume- 15 density timing features shall be provided on all controllers. ' 16 17 Every pin of every connecting plug shall be utilized as described within the NEMA 18 requirement, except that those pins identified as "spare" or"future" shall remain unused. 19 Controller interchangeability between NEMA controllers of any and all approved makes 20 is mandatory, and demonstration of interchangeability will be a portion of the State 21 Materials Laboratory testing. 22 rr 23 Overlaps for NEMA controllers may be accomplished by programming of software or by 24 use of NEMA overlap boards. If a manufacturer elects to utilize the software method, 25 they may be required to furnish an overlap board with each signal controller which will 26 allow substitution of controllers using the alternated method of overlaps. 27 28 NEMA controllers shall provide indications for vehicle call and pedestrian call that can 29 be viewed simultaneously with indications for timing intervals. Controllers shall provide 30 indications for timing intervals in both rings that can be viewed simultaneously. Reason 31 for green termination shall be digplayed simultaneously with other timing data. 32 33 All controllers shall provide a "simultaneous gap out" feature. This feature allows 34 retiming a gap from a green rest upon an actuation. 35 36 9-29.13(7)A Environmental, Performance, and Test Standards for Solid- 37 State Traffic Controllers ' 38 The scope of this specification includes the controller assembly of solid-state design 39 installed in a weatherproof controller cabinet. The controller assembly includes the 40 cabinet, controller unit, load switches, signal conflict monitoring circuitry, accessory logic 41 circuitry, AC line filters, vehicle detectors, coordination equipment and interface, and 42 preemption equipment. NEMA control assemblies shall meet or exceed current NEMA 43 Environmental Standards and TS 1 Standards. Normal operation will be required while 44 the control assembly is subjected to any combination of high and low environmental 45 limits (i.e. low voltage at high temperature with high repetition noise transients). All other 46 control equipment testing shall be tested to Caltrans Transportation Electrical 47 Equipment Specifications (TEES) dated November 19, 1999. 48 49 9-29.13(7)B Auxiliary Equipment for NEMA Controllers 50 The following auxiliary equipment shall be furnished and installed in each cabinet for 51 NEMA traffic-actuated controllers: 52 40 53 1. A solid-state Type 3 NEMA flasher with flash-transfer relay which will cut in the 54 flasher and isolate the controller from light circuits. See Section 9-29.13(2) for 55 operational requirements. 56 57 2. Modular solid state relay load switches of sufficient number to provide for each 58 vehicle phase (including future phases if shown in the plans), each pedestrian x` 59 phase and preemption sequence indicated in the contract. Type P & R 60 cabinets shall include a fully wired 16-position back panel. Solid-state load AMENDMENTS 160 1 switches shall conform to NEMA standards except only optically isolated load 2 switches will be allowed. Load switches shall include indicator lights on the 3 input circuits. 4 1W 5 3. A power panel with: 6 7 a. A control-display breaker sized to provide 125 percent overload 8 protection for all control equipment and signal displays, 30 ampere 9 minimum. 10 11 b. A 20 ampere accessory breaker wired parallel to the control display 12 breaker. The breaker will carry accessory loads, including vent fan, 13 cabinet light, plug receptacle, etc. 14 15 c. A busbar isolated from ground and unfused for the neutral side of 16 power supply. 17 18 d. A radio interference suppresser to the output side of the control 19 display breaker. See Section 9-29.13(6) for other requirements. 20 21 e. A transient voltage protection device connected to the controller 22 power circuit for protection against voltage abnormalities of 1 cycle or „W 23 less duration. The protector shall be a solid state high energy circuit 24 containing no spark gap, gas tube, or crow bar component. The 25 current rating of the device shall be 15 amps minimum. The device 26 shall provide transient protection between neutral and ground, line so 27 and ground, as well as line and neutral. If the protection circuits fail, 28 they shall fail to an open circuit condition. The device shall meet all 29 requirements of UL standard 1449. The suppressed voltage rating 30 shall be 600 volts or less when subjected to an impulse of 6,000 volts, 31 3,000 amp source impedance, 8.0/20 microsecond waveform as 32 described in UL 1449. In addition, the device shall withstand, without 33 failure or permanent damage, one full cycle at 264 volts RMS. The 34 device shall contain circuitry to prevent self-induced regenerative 35 ringing. There shall be a failure warning indictor light which shall 36 illuminate when the device has failed and is no longer operable. 37 w. 38 f. Cabinet ground busbar independent (150K ohms minimum) of 39 neutral. 40 41 4. A police panel located behind the police panel door with a flash automatic up 42 switch and a control-display power line on-off switch. See Section 9-29.13(2) 43 for operational requirements. 44 WA 45 5. An auxiliary control panel located inside the controller cabinet with a flash- 46 automatic switch and a controller on-off switch. See Section 9-29.13(2) for 47 operational requirements. A three wire 15 ampere plug receptacle with 48 grounding contact and 20 ampere ground fault interrupter shall also be 1„ 49 provided on the panel. 50 51 6. A conflict monitor conforming to NEMA standards. See Section 9-29.13(2) for 52 operational requirements. The unit shall monitor conflicting signal indications at 1W 53 the field connection terminals. The unit shall be wired in a manner such that 54 the signal will revert to flash if the conflict monitor is removed from service. 55 56 Supplemental loads not to exceed 10 watts per monitored circuit or other 57 means, shall be provided to prevent conflict monitor actuation caused by 58 dimming or lamp burn-out. Supplemental loads shall be installed on the control 59 side of the field terminals. Conflict monitors shall include a minimum of one .. 60 indicator light for each phase used. The monitoring capacity of the unit shall be AMENDMENTS 161 1 compatible with the controller frame size. Conflict monitors shall include a 2 program card. 3 4 7. A "Display Panel" when noted in the contract. The display panel shall depict a 16 5 generic eight-phase operation. The panel shall be mounted on the inside of the 6 front cabinet door and the mounting shall be of a design that allows positioning 7 of the panel in four orientations 90 degrees from each other. The mounting 8 shall be removable without use of any tools. Incandescent red, yellow, green, 9 walk and don't walk indicator lights shall be provided for each phase. The 10 indicator lights shall be connected to the associated field terminals. The Ai 11 connecting cable shall be long enough to allow for any mounting orientation. 12 No diodes will be allowed in the display panel. A means of disconnecting all 13 wiring entering the panel shall be provided. Switches shall be provided on the 14 panel with labels and functions as follows: 15 16 a. Display On — Signal indicator lamps will display the operation of the 17 intersection. 18 19 b. Test—All indicator lamps shall be energized. 20 21 c. Display Off—all signal indicator lamps shall be de-energized. 22 , 23 A "Detector Panel" The panel shall be mounted on the inside of the front 24 cabinet door. The detector panel may be constructed as a single unit or it may 25 be constructed as a combined unit with the "Display Panel" if a "Display Panel" 26 is required in the contract. Detector switches with separate operate, test, and go 27 off positions shall be provided for each field detector input circuit. A high 28 intensity light emitting diode (LED) shall be provided for each switch. The lamp 29 shall energize upon vehicle, pedestrian or test switch actuation. The test switch 30 shall provide a spring loaded momentary contact that will place a call into the to 31 controller. When in the OFF position, respective detector circuits will be 32 disconnected. In the operate position, each respective detector circuit shall 33 operate normally. Switches shall be provided on the panel with labels and 10, 34 functions as follows: 35 36 a. Display On — Detector indicator lights shall operate consistent with 37 their respective switches. to 38 b. Display Off—detector indicator lights shall be de-energized. 39 40 A means of disconnecting all wiring entering the panel shall be provided. 41 42 The disconnect shall include a means to jumper detection calls when the 43 display panel is disconnected. All switches on the panel shall be marked with 44 its associated plan detector number. All markers shall be permanent 45 46 8. Insulated terminal blocks of sufficient number to provide a termination for all 47 field wiring. A minimum of 12 spare terminals shall be provided. Terminal 48 blocks shall be 600 volt, heavy duty, barrier type, except loop detector lead-ins, 49 which may be 300 volt. Each terminal shall be provided with a field-side and a 50 control-side connector separated by a marker strip. The marker strip shall bear 51 the circuit number indicated in the plans and shall be engraved. Each 52 connector shall be a screw type with No. 10 post capable of accepting no less 0 53 than three No. 12 AWG wires fitted with spade tips. 54 55 9. A vent fan wfth adjustable thermostat. The minimum CFM rating of the fan shall 56 exceed three times the cabinet volume. 57 58 10. An incandescent or fluorescent interior cabinet light mounted at the top of the 59 enclosure with door switch to automatically energize when the door opens. The iiiiiii AMENDMENTS 162 „, 1 light shall be installed a minimum of 12 inches from the vent fan thermostat. 2 The switch shall be labeled "light.” 3 4 11. All wiring within the cabinet, exclusive of wiring installed by the signal controller 's 5 manufacturer, shall have insulation conforming to the requirements of Section 6 9-29.3. Cabinet wiring shall be trimmed to eliminate all slack and shall be laced 7 or bound together with nylon wraps or equivalent. All terminals, shall be 8 numbered and permanently identified with PVC or polyolefin wire marking "' 9 sleeve consistent with the cabinet wiring diagram provided by the signal 10 controller manufacturer and the contract. The cabinet will be completely wired 11 so that the only requirement to make a field location completely operational is AW 12 to attach field power and ground wiring. Internal cabinet wiring shall not utilize 13 the field side connections of the terminal strip intended for termination of field 14 wires. 15 o+ 16 12. One reproducible mylar or two microfilms and four copies of the cabinet wiring 17 diagram and component wiring diagrams shall be furnished with each cabinet. 18 Each cabinet shall be equipped with a, shelf mounted roll out drawer mounted 19 directly below the controller to house one or more cabinet wiring diagrams. The we 20 cabinet wiring diagram shall indicate and identify all wire terminations, all plug 21 connectors, and the locations of all equipment in the cabinet. Included in the 22 diagram shall be an intersection sketch identifying all heads, detectors, and MW 23 push buttons; and a phase diagram. 24 25 13. Each vehicle detector amplifier, video detection out put channel pedestrian call 26 isolation unit, phase selector, discriminator, and load switch shall be identified *W 27 with semi-permanent stick-on type label. The following information shall be 28 included: 29 30 a. Vehicle Detector Amplifier Channel 31 1 . Loop number 32 2. Assigned phase(s) 33 b. Ped Call Isolation Unit 34 1 . Push button number 35 2. Assigned phase(s) 36 c. Load Switches 37 1 . Signal head number r 38 2. Assigned phase(s) 39 d. Phase Selectors 40 1 . Circuit Letter 41 2. Phase(s) called 42 43 The label shall be placed on the face of the unit. It shall not block any switch, 44 light, or operational words on the unit. The lettering on this label shall be neat, 45 legible, and easily read from a distance of approximately 6 feet. 46 47 9-29.13QC Auxiliary Equipment for Type 170E, 2070, 2070 Lite, ITS/ATC 48 Control llers 49 The following requirements apply to required auxiliary equipment furnished with Type 50 170E, 170E-HC-11, 2070, 2070 Lite, ATC controller cabinets: 51 52 Flashers, flash transfer relays, conflict monitor, AC isolators, DC isolators, 53 discriminator modules, program modules, modem modules, load switches, 54 breakers, buses, police panel switches, receptacle requirement, vent fan and 55 auxiliary control panel switches shall conform to the requirements noted in the 56 California Department of Transportation document entitled "Traffic Signal Control 57 Equipment Specifications", specified in Section 9-29.13(7). 58 AW AMENDMENTS 163 nr 1 Flashing operation shall conform to Section 9-29.13(2), except the 8-second flash 2 period described in Item 2 of that section will not be required. Emergency 3 preemption shall conform to Section 9-29.13(3). 4 5 The requirements for radio interference suppressor, transient voltage protection, 6 terminal blocks, cabinet light (florescent only), cabinet wiring, wiring diagram and 7 equipment labeling are the same as previously noted for the NEMA control w 8 assemblies. 9 10 Input and output terminals shall be installed with a marking strip with field wire 11 numbers noted in the contract embossed on the strip. All cabinet and field 12 conductor shall have a PVC or polyolefin wire marking sleeve installed, matching 13 the input and output terminals above. 14 15 The input panel terminal blocks TB 2 through TB 9 and associated cable to the 40 16 input files as described in California Department of Transportation document 17 entitled "Traffic Signal Control Equipment Specifications" dated November 19, 1999 18 shall be provided in all control assemblies. The alternate raceway specified in 19 Chapter 18 will not be allowed. 20 21 Supplemental load requirements to prevent conflict monitor actuation on lamp 22 burnout are the same as previously noted for NEMA control assemblies. so 23 24 A "Display Panel", conforming to the requirements previously noted for the NEMA 25 control assemblies shall be provided when noted in the contract. 26 4W 27 A "Detection Panel" conforming to the requirements previously noted for the NEMA 28 control assemblies shall be provided except the panel shall be a separate unit from 29 the "Display Panel." The panel shall be rack mounted above the controller and shall 30 conform to details in the contract. ` 31 32 A "Detector Termination and Interface Panel" shall be provided. When viewing the 33 cabinet from the back, the panel shall be located on the upper left hand side of the 34 cabinet. The panel shall be electrically located between the "Detector Panel" and 35 the C-1 connector. The panel shall utilize insulated terminal blocks and each 36 connector shall be a screw type with post. 37 38 A print holder rollout drawer shall be provided. The drawer shall be rack mounted 39 below the controller. 40 41 A "DB-9" socket shall be mounted on the rack facing the front door of the cabinet 42 and shall be easily accessible when the front door is open. The socket shall provide 43 a communication interface between a personal computer and the C-20S connector 44 on the back of the controller. The appropriate cable and C-20 plug connector shall 45 be part of this assembly to provide ease of connection to the controller. 46 47 A C-2 plug with 6 feet of 22 AWG 4 conductor shielded cable shall be provided in 48 each cabinet. The cable shall be terminated on positions 3, 4, and 6 of the TB go 49 terminal block. 50 51 An "Absence Of Red Programming Assembly' shall be provided. There shall be 52 provided on the back panel of the output file, 16 accessible jumper plug attachment 53 areas, made up of three male pins per position (one set of three, for each conflict 54 monitor channel). Each jumper plug shall be a three position Molex style connector, 55 using crimped wire pins. Two female pins shall be installed in each jumper plug, fo 56 one attached to each end of a single wire. These pins shall be installed in the 57 connector, one on the center position and one in either outer position of the plug. It 58 shall be possible, by inserting and positioning one of the 16 jumper plugs on the 59 right two pins on the monitor board, to apply 120 VAC into a corresponding channel 60 of the conflict monitor red channels. The connection between the absence of red AMENDMENTS 164 Ow 1 programming board and the 210 plus conflict monitor shall be accomplished via a 2 20 pin ribbon cable and the industry standard P-20 connector, that attaches on the 3 front panel of the monitor. It shall be possible, by inserting and positioning one of 4 the 16 jumper plugs on the two left pins on the monitor board, to enable the red '"' 5 monitor on the corresponding channel (phase). There shall be installed on the 6 absence of red programming assembly a red enable disconnect relay, that controls 7 the 120 VAC red enable signal into the 210 plus monitor. During normal operation, VW 8 the normally closed contacts of this relay shall supply 120 VAC into the red enable 9 input of the monitor. When energized, this red enable signal shall be removed from 10 the input disabling red monitoring. The relay shall be energized by the 11 corresponding CI pin connection, as required by the local software, to indicate that to 12 the assembly is in processor flash. 13 14 9-29.13(7)D NEMA Controller Cabinets 15 Each traff ic-actuated NEMA controller shall be housed in a weatherproof cabinet 16 conforming to the following requirements: 17 18 1. Construction shall be of 0.073-inch minimum thickness series 300 stainless 19 steel or 0.125 minimum thickness 5052 H32 ASTM B209 alloy aluminum. The 20 stainless steel shall be annealed or one-quarter-hardness complying with 21 ASTM A666 stainless steel sheet.-Cabinets may be finished inside with an 22 approved finish coat of exterior white enamel the outside of aluminum cabinets .. 23 shall be clear anodized or as shown in the contract. 24 25 2. The cabinet shall contain shelving, brackets, racks, etc., to support the 26 controller and auxiliary equipment. All equipment shall set squarely on shelves 27 or be mounted in racks and shall be removable without turning, tilting, or 28 rotating or relocating one device to remove another. , 29 30 3. The cabinet shall be of adequate size to properly house the controller and all 31 required appurtenances and auxiliary equipment in an upright position with a 32 clearance of at least 3 inches from the vent fan and filter to allow for proper air 33 flow. In no case shall more than 70 percent of the cabinet volume be used. w 34 There shall be at least a 2-inch clearance between shelf mounted equipment 35 and the cabinet wall or equipment mounted on the cabinet wall. 36 37 4. The cabinet shall have an air intake vent on the lower half of the front door, wr 38 with a 12 inch by 16 inch by 1 inch removable throw away filter, secured in 39 place with a spring-loaded framework. 40 41 S. The cabinet door(s) shall be provided with: 42 43 a. A spring loaded construction core lock capable of accepting a Best 44 type CX series six segment core installed by others. Formed cabinets 45 shall have a three point latch. 46 47 b. A police panel assembly shall be installed in the front door and shall 48 have a stainless steel hinge pin and a lock. Two police keys with ► 49 shafts a minimum of 1 3/4 inches long shall be provided with each 50 cabinet. 51 52 c. All doors and police panel door shall have one piece closed cell, 53 neoprene gaskets. 54 55 d. A two position doorstop assembly. 4W 56 57 9-29.13 (7)E Type 170E, 170E-HC-11, 2070, 2070 Lite, ATC Controller 58 Cabinets 59 The above controllers shall be housed in a Models 332, Double 332, 336, 336S, 303 No 60 ITS/ATC cabinets, or as specified in the contract. The surfaces of the cabinet shall be 4. AMENDMENTS 165 or ilk 1 clear anodized. Each door shall be furnished with a construction core lock conforming to 2 9-29.13 (7)D 5a, b and c above. A police panel with door, stainless steel hinge pin and 3 lock shall be provided. Two police keys with shafts a minimum of 1 3/4" long shall be 4 provided with each cabinet. Each of these cabinets shall be furnished with Auxiliary 5 equipment described in 9-29.13(7)C. Type 334 cabinets for traffic data station controller 6 furnished shall meet Current Caltrans 170E specifications, as stated in Standard 7 Specifications 9-29.13(7) and as follows. Camera control and DMS local control 8 cabinets shall contain the equipment shown in the Plans. The cabinet shall have the 9 same external physical dimensions and appearance of Model 334 cabinets. 10 11 1. The cabinet shall be fabricated of stainless steel or clear anodized sheet 12 aluminum in accordance with Section 9-29.13(7)D, Item number 1. Painted 13 steel or painted aluminum is not allowed. 14 15 2. Cabinet doors shall have a three-point latch and two-position stop assembly 16 with spring loaded construction core lock capable of accepting a Best lock 17 company type, with 6-pin CX series core, The Contractor shall supply red or 18 blue construction cores. Upon contract completion, the Contractor shall deliver 19 two master keys to the Engineer. 20 21 3. Field wire terminals shall be labeled in accordance with the Field Wiring Chart. 22 23 4. Two shatterproof fluorescent interior cabinet lights with self-starting ballast 24 shall be furnished, one fixture mounted on the rear rack near the top and the 25 second mounted at the top of the front rack. Door switches shall automatically 26 turn on both lights when either door is opened. 27 28 5. One controller unit shelf, which attaches to the front rails of the EIA rack, shall 29 be provided in lieu of the two controller unit support angles. The shelf shall be 30 fabricated from aluminum and shall be installed such that it does not interfere 31 with access to any terminal block. The shelf shall contain a rollout flip-top 32 drawer for storage of wiring diagrams and manuals. 33 wri' 34 A disposable paper filter element of at least 180 square inches shall be provided in lieu 35 of a metal filter. 36 37 The cabinet shall be equipped with an electric strip heater with a rating of 100 watts and 38 120 VAC, and a ventilation fan meeting the requirements specified in Caltrans 170 39 specification. The strip heater shall be shielded in a manner that prevents damage to 40 nearby electrical cables. 41 42 The fan and strip heater shall be controlled by a high-low adjustable thermostat which 43 can be set to ensure the cabinet interior temperature remains between 60°F and 120°F 44 45 All Traffic Data and Ramp Meter Cabinets shall include the following accessories: 46 47 1. Each cabinet shall be equipped with a fully operable controller equipped as 48 specified in these Special Provisions. 49 50 2. Two input files, except on Type 303 and 336 cabinet shall be supplied, each 51 using 133 millimeters of rack height. 52 53 3. Power Distribution Assembly shall be PDA #3 as detailed in the January 1989 54 CALTRANS 170 specification, with all current amendments. 55w 56 The PDA#3 shall contain three Model 200 Load Switches. 57 58 A transient voltage protection device shall be provided, which plugs into the 59 controller unit receptacle and in turn accepts the controller plug and meets the to 60 electrical requirements of Section 9-29.13(7)B(3) item e. AMENDMENTS 166 ir. 1 2 A second transfer relay, Model 430, shall be mounted on the rear of the PDA 3 #3 and wired as shown in the Plans. 4 "" 5 4. Police Panel shall contain only one DPDT toggle switch. The switch shall be 6 labeled POLICE CONTROL, ON-OFF. 7 8 5. Display Panel 9 10 A. General: 11 Each cabinet shall be furnished with a display panel. The panel shall be 12 mounted, showing and providing detection for inputs and specified 13 controller outputs, at the top of the front rack above the controller unit. The 14 display panel shall be fabricated from brushed aluminum and constructed 15 according to the detail in the Plans. 16 17 B. Text: 18 All text on the display panel shall be black in color and silk screened 19 directly to the panel except the Phenolic detector and cabinet nameplates. 20 A nameplate for each loop shall be engraved with a 1/4 inch nominal text 21 according to the ITS Field Wiring Charts . The nameplates shall be 22 permanently affixed to the display panel. rw 23 24 C. LEDs: 25 The LEDs for the display panel shall meet the following specifications: 26 r 27 Case size T 1-3/4 28 Viewing angle 50° minimum 29 Brightness 8 Milli candelas No 30 31 LEDs with RED, YELLOW or GREEN as part of their labels shall be red, 32 yellow or green in color. All other LEDs shall be red. All LEDs shall have 33 tinted diffused lenses. to 34 35 D. Detector Display Control Switch: 36 Each display panel shall be equipped with one detector display control 37 switch on the panel with labels and functions as follows: VW 38 39 ON 40 Detector display LEDs shall operate consistent with their separate 41 switches. 1 42 43 OFF 44 All detector indicator LEDs shall be de-energized. Detector calls shall aw 45 continue to reach the controller. 46 47 TEST 48 All detector indicator LEDs shall illuminate and no calls shall be w. 49 placed to the controller. 50 51 E. Advance Warning Sign Control Switch: 52 Each display panel shall be equipped with one advance warning sign 53 control switch on the panel with labels and functions as follows: 54 55 AUTOMATIC 56 Sign Relay shall energize upon ground true call from controller. 57 58 SIGN OFF 59 Sign Relay shall de-energize. +� 60 AMENDMENTS 167 low 1 SIGN ON 2 Sign Relay shall energize. 3 4 F. Sign Relay: 5 The sign relay shall be plugged into a socket installed on the rear of the 6 display panel. The relay shall be wired as shown in the Plans. The relay 7 coil shall draw (or sink) less than 50 milliamperes from the 170E controller 8 and have a DPDT contact rating not less than 10 amperes. A 1 N4004 9 diode shall be placed across the relay coil to suppress voltage spikes. The 10 anode terminal shall be connected to terminal #7 of the relay as labeled in 11 the Plans. The relay shall energize when the METERING indicator LED is 12 lit. 13 14 G. Detector Input Indicators: 15 One display LED and one spring-loaded two-position SPST toggle switch 16 shall be provided for each of the 40 detection inputs. These LEDs and 17 switches shall function as follows: 18 19 TEST 20 When the switch is in the test position, a call shall be placed to the 21 controller and energize the associated LED. The switch shall 22 automatically return to the run position when it is released. 23 24 RUN 25 In the run position the LEDs shall illuminate for the duration of each 26 call to the controller. 27 28 H. Controller Output Indicators: '; 29 The display panel shall contain a series of output indicator LEDs mounted 30 below the detection indicators. The layout shall be according to the detail 31 in the Plans. These LEDs shall illuminate upon a ground true output from 32 the controller via the C5 connector. 33 34 The output indicator LEDs shall have resistors in series to drop the voltage 35 from 24 volts DC to their rated voltage and limit current below their rated 36 current. The anode connection of each LED to +24 VDC shall be wired 37 through the resistor. + 38 39 I. Connectors: 40 Connection to the display panel shall be made by three connectors, one 41 pin (labeled P2) and one socket (labeled P1) and one labeled C5. The P1 42 and P2 connectors shall be 50-pin cannon D series, or equivalent 50 pin 43 connectors and shall be compatible such that the two connectors can be 44 connected directly to one another to bypass the input detection. Wiring for 45 the P1, P2 and C5 connectors shall be as shown in the Plans. 46 47 The Contractor shall install wire connectors P1, P2, C1 P, C2, C4, C5 and 48 C6 according to the pin assignments shown in the Plans. 49 50 6. Model 204 Flasher Unit 51 Each Model 334 ramp meter cabinet shall be supplied with one Model 204 sign 52 flasher unit mounted on the right rear side panel. The flasher shall be powered 53 from T1-2. The outputs from the flasher shall be wired to T1-5 and T1-6. 54 55 7. Fiber Optic Patch Panel 56 The contractor shall provide and install a rack-mounted fiber optic patch panel 57 as identified in the Plans. 58 AMENDMENTS 168 VW 1 Cabinet Wiring 2 1. Terminal blocks T131 through T139 shall be installed on the Input Panel. 3 Layout and position assignment of the terminal blocks shall be as noted in 4 the Plans. 5 6 Terminals for field wiring in traffic data and/or ramp metering controller 7 cabinet shall be labeled, numbered and connected in accordance with the 8 following: 9 10 Terminal Terminal and Connection 11 Block Pos. Wire Numbers Identification rrw 12 13 TBS 501-502 AC Power, Neutral 14 571 Neutral 15 T1-2 641 Sign on ow 16 T1-4 643 Sign off 17 T1-5 644 Flasher Output NC 18 T1-6 645 Flasher Output NO 19 T4-1 631 Lane 3 - Red 20 T4-2 632 Lane 3 - Yellow 21 T4-3 633 Lane 3 - Green 22 T4-4 621 Lane 2 - Red r 23 T4-5 622 Lane 2 - Yellow 24 T4-6 623 Lane 2 - Green 25 T4-7 611 Lane 1 - Red 26 T4-8 612 Lane 1 - Yellow 27 T4-9 613 Lane 1 - Green 28 29 Loop lead-in cables shall be labeled and connected to cabinet terminals 30 according to the ITS Field Wiring Chart. This chart will be provided by the 31 Engineer within 20 days of the Contractor's request. 32 33 9-29.14 Vacant r. 34 35 9-29.15 Flashing eacon Control 36 Flashers shall conform to the latest NEMA publication, and shall be solid state. When 37 used as a beacon control, they shall be jack mounted and installed in raintight aluminum 38 or hot dipped galvanized steel cabinet. 39 40 9-29.16 Vehicular Signal Heads 41 Each signal head shall be of the adjustable, vertical type with the number and type of 42 lights detailed in the contract; shall provide a light indication in one direction only; shall 43 be adjustable through 360 degrees about a vertical axis; and shall be mounted at the 44 location and in the manner shown in the plans. Except for optically programmed signal 45 heads, all vehicular signal heads at any one intersection shall be of the same make and 46 type. 47 48 9-29.16(1) Optically Programmed, Adjustable Face, 12 Inch Traffic Signal 49 The signal shall permit the visibility zone of the indication to be determined optically and 50 require no hoods or louvers. The projected indication may be selectively visible or veiled 51 anywhere within 15 degrees of the optical axis. No indication shall result from external 52 illumination, nor shall one light unit illuminate a second. The display shall be maintained 53 from 85 VAC to 130 VAC. 54 55 9-29.15(1)A Optical System 1W 56 The components of the optical system shall comprise: 57 58 1. Lamp, 59 2. Lamp Collar, fm 60 3. Optical Limiter-Diffuser, and aw AMENDMENTS 169 r 1 4. Objective Lens. 2 3 The lamp shall be nominal 150 watt, 120 volt AC, three prong, sealed beam having an 4 integral reflector with stippled cover and an average rated life of at least 6,000 hours. 5 The lamp shall be coupled to the diffusing element with a collar including a specular 6 inner surface. The diffusing element may be discrete or integral with the convex surface 7 of the optical limiter. 8 9 The optical limiter shall provide an accessible imaging surface at focus on the optical 10 axis for objects 900 to 1,200 feet distant, and permit an effective veiling mask to be 11 variously applied as determined by the desired visibility zone. The optical limiter shall be 12 provided with positive indexing means and composed of heat-resistant glass. 13 14 The objective lens shall be a high resolution planar incremental lens hermetically sealed 15 within a flat laminant of weather resistant acrylic or approved equal. The lens shall be 16 symmetrical in outline and may be rotated to any 900 orientation about the optical axis 17 without displacing the primary image. 18 19 The optical system shall accommodate projection of diverse, selected indicia to 20 separate portions of the roadway such that only one indication will be simultaneously 21 apparent to any viewer after optically limiting procedures have been accomplished. The 22 projected indication shall conform to ITE transmittance and chromaticity standards. of 23 24 9-29.16(1)B Construction 25 Die cast aluminum parts shall conform to ITE alloy and tensile requirements and have a 26 chromate preparatory treatment. The exterior of the signal case, lamp housing, and 0 27 mounting flanges shall be finished with a high quality, baked enamel prime and finish 28 paint. 29 30 The lens holder and interior of the case shall be optical black. *0 31 32 Signal case and lens holder shall be predrilled for backplates and visors. Hinge and 33 latch pins shall be stainless steel. All access openings shall be sealed with weather 34 resistant rubber gaskets. 35 36 Backplates shall conform to ITE material requirements and include a chromate 37 preparatory treatment and optical black on all surfaces. 38 39 9-29.16(1)C Mounting 40 The signal shall mount to standard 1 1/2 inch fittings as a single section, as a multiple 41 section face, or in combination with other signals. The signal section shall be provided to 42 with an adjustable connection that permits incremental tilting of at least 00 to 10°-above 43 or below the horizontal while maintaining a common vertical axis through couplers and 44 mounting. Terminal connection shall permit external adjustment about the mounting axis 45 in five degree increments. The signal shall be mountable with ordinary tools and 46 capable of being serviced with no tools. 47 48 Attachments such as visors, backplates, or adapters shall conform and readily fasten to 49 existing mounting surfaces without affecting water and light integrity of the signal. 50 51 9-29.16(1)D Electrical 52 The lamp fixture shall be comprised of a separately accessible housing and integral Orr 53 lamp support, indexed ceramic socket, and self-aligning, quick release lamp retainer. 54 The electrical connection between case and lamphousing shall be accomplished with an 55 interlock assembly which disconnects lamp holder when opened. Each signal section 56 shall include a covered terminal block for clip or screw attachment of lead wires. 57 Concealed No. 18 AWG-AWM, stranded and coded wires shall interconnect all sections 58 to permit field connection within any section. 59 AMENDMENTS 170 r, 1 9-29.16(1)E Photo Controls 2 Each signal section shall include integral means for regulating its intensity between 3 limits as a function of individual background illumination. Lamp intensity shall not be less 4 than 97 percent of uncontrolled intensity at 1,000 ft-c ambient and shall reduce to 15 ow 5 plus or minus 2 percent of maximum at less than 1 ft-c ambient. Response shall be 6 proportional and essentially instantaneous to any detectable increase of illumination 7 from darkness to 1,000 ft-c ambient and damped for any decrease from 100 ft—c 8 ambient. %W 9 10 The intensity controller shall comprise an integrated, directional light, sensing and 11 regulating device interposed between lamp and line wires. It shall be compatible with 60 12 Hz input and responsive within the range 105 VAC to 135 VAC. Output may be phase 13 controlled, but the device shall provide a nominal terminal impedance of 1,200 ohms 14 open circuit and a corresponding holding current. 15 16 9-29.16(1)F Installation 17 The signal shall be installed, directed, and veiled in accordance with published 18 instructions and the project visibility requirement. Each section of the signal shall be 19 masked with prescribed materials in an acceptable and workmanlike manner. 20 21 9-29.16(2) Conventional Traffic Signal Heads 22 „W 23 9-29.16(2)A Optical Units 24 Light Emitting Diode (LED) light sources are required for all red and green displays. 25 LED light sources for yellow displays are required as specified in the contract. LED light 26 sources must conform to the current Vehicle Traffic Control Signal Heads, Part 2 1W 27 (VTCSH2) ITE Specification and the following requirements: 28 29 1. Wattage (Maximum): 12 inch red, yellow and green ball displays - 25 W 12 ow 30 inch red, yellow and green arrow displays - 15W 8 inch red, yellow and green 31 ball displays - 15W 32 33 2. Voltage: The operation voltages shall be between 85 VAC and 130VAC. Im 34 35 3. The LED display shall be a module type and shall replace the lens, socket, 36 bail, reflector and be directly connected to the terminal strip in the signal head. 37 1W 38 4. Warranty: A five-year written manufacture's warranty from date of installation 39 on parts and materials will be required. A $50.00 installation charge shall be 40 paid by the supplier to the Contracting Agency, if the display fails within one 41 year of installation. +" 42 43 5. Label: A label shall be provided on the LED housing. The contractor shall mark 44 the label with a permanent marker to note the installation date. 0, 45 46 Incandescent light sources are required for yellow displays, unless otherwise specified 47 in the contract. Incandescent light sources shall conform to the current Vehicle Traffic 48 Control Signal Heads (VTCSH) ITE Specification and the following requirements: ,. 49 50 1. Light Source: (8 inch Clear Bulb, A21/TS with brass medium base), (12 inch 51 clear bulb, P25/TS with brass medium base). 52 "' 53 2. Voltage: 120 VAC. 54 55 3. Rated Initial Lumens at 120 VAC: (8 inch—550), (12 inch- 1750). w 56 57 4. Minimum Initial Lumens at 120 VAC: (8 inch —550), (12 inch —1650). 58 59 5. Light Center: ( 8 inch, 2 7/16 inch), (12 inch, 3 inch). w.. 60 AMENDMENTS 171 err 1 6. Minimum Life: 8,000 hours. 2 3 7. Orientation: the bulb shall be installed with the opening between the filaments 4 up. 5 6 8. Operation: The bulb shall operate properly form (-40°F to 170 0F). 7 8 9. Lens: the lens material shall be prismed glass. The lens shall be secured to 9 the housing with four noncorrosive clips. The lens shall have a neoprene 10 gasket making the display weather and dust tight. 11 12 10. Reflector: The reflector shall be specular aluminum with anodic coating. 13 14 11. Reflector Support: The reflector support shall be pivoted to the housing, and 15 shall be designed so that it can be swung out or easily removed without the 16 use of any tools. 17 18 9-29.16(2)6 Signal Housing 19 The signal head housing, or case, shall consist of an assembly of separate sections, 20 expandable type for vertical mounting, substantially secured together in a weathertight 21 manner to form a unit of pleasing appearance. Each section shall house an individual 22 optical unit. 10 23 24 Each section shall be complete with a one-piece, corrosion-resistant aluminum alloy die 25 cast door and shall have a nominal 8-inch or 12-inch diameter opening for the lens. 26 Each door shall be of the hinged type having two integrally cast hinge lugs and latch 10 27 jaw. The door shall be attached to the housing by means of two noncorrosive, stainless 28 steel hinge pins that are removable without the use of a special press or tool. A 29 noncorrosive, stainless steel, threaded latch bolt and matching wing nut shall provide for 30 opening and closing the door without the use of any special tools. Each door shall have 31 a cellular neoprene gasket around the entire outer edge of the door, which, when the 32 door is closed, shall make a positive weather and dust-tight seal. Each door shall have 33 four tapped holes spaced about the circumference of the lens opening with four W 34 noncorrosive screws to accommodate the signal head visors. Each door shall have 35 some device such as washers, clips, or keys, or be constructed so as to keep it from 36 dismounting from the housing accidentally when it is open. 37 40 38 The body of each signal section shall consist of a one piece corrosion resistant, die cast 39 aluminum alloy. Each section shall have serrated rings top and bottom so when used 40 with proper brackets, each section may be adjustable in respect to an adjoining section, 41 and the hangers may be locked securely to prevent moving. Cast integrally with the 42 housing shall be two hinge lugs and one latch law. The top and bottom of the housing 43 shall have an opening to accommodate standard 1 1/2 -inch pipe brackets. The sections 44 shall be so designed that when assembled, they interlock with one another forming one 45 continuous weathertight unit. The sections shall be interchangeable and shall be dust 46 and weathertight when assembled with the door and appropriate furnished hardware. 47 48 A terminal block of an approved type shall be mounted inside at the back of the housing. W' 49 All sockets shall be so wired that a white wire will be connected to the shell of the socket 50 and a wire, the color of the lens, to the bottom, or end terminal of the socket. These 51 wires shall in turn be connected to the terminal block mounted in the housing, in the 52 proper manner. The terminal block shall have sufficient studs to terminate all field wires 53 and lamp wires independently to the block with separate screws. The terminals to which 54 field wires are attached shall be permanently identified to facilitate field work. 55 56 Each lens shall be protected with a removable visor. The visor shall be tunnel type 57 unless noted otherwise in the contract. Tunnel, cap, and cut away type visors shall be 58 molded using ultraviolet and heat stabilized polycarbonate plastic or be constructed of 59 .050 inch corrosion resistant aluminum material throughout as specified in the contract 60 or as directed by the engineer. Visors shall be flat black in color inside and shall be flat �Y AMENDMENTS 172 1 black or dark green on the outside. Visors shall have attaching ears for installation to the 2 housing door. The signal display shall have square doors. End caps shall be made from 3 aluminum or plastic material and shall be installed with fittings to provide a watertight 4 seal. A bead of silicone sealant shall be applied around the perimeter of all top end cap ' 5 openings prior to installation of the end cap assembly. Plastic end caps shall utilize a 6 threaded stud with seal and wing nut. Plastic end caps utilizing a metal screw that may 7 damage the cap if overtightened will not be allowed. Plastic end caps shall have the 8 same color as the signal housing. 9 10 9-29.16(2)C Louvered Visors 11 Where noted in the Contract, louvered tunnel visors shall be furnished and installed. 1W 12 Directional louvers shall be constructed to have a snug fit in the signal visor. Louvers 13 shall be flat black, constructed of aluminum. Dimensions and arrangement of louvers 14 shall be as shown in the contract. 15 16 9-29.16(2)D Back Plates 17 Back plates shall be furnished and attached to the signal heads. Back plates shall be 18 constructed of 5 inch wide .050 inch thick corrosion resistant flat black finish, louvered 19 aluminum as specified in the contract or as directed by the engineer . 20 21 9-29.16(2)E Painting Signal Heads 22 Traffic signal heads shall be finished with two coats of factory applied dark green ,,W 23 (Federal Standard 595B) baked enamel or shall be finished with a dark green oven 24 baked powder coating comprised of resins and pigments. Aluminum end caps shall be 25 painted to match the color of the signal housing. 26 ow 27 9-29.16(3) Polycarbonate Traff ic Signal Heads 28 Polycarbonate signal heads shall be provided only when specifically identified in the 29 contract. With the exception of top and bottom bracket mountings, polycarbonate signal 30 heads shall be installed with approved reinforcing plates located in signal sections Ow 31 adjacent to the mounting hardware. 32 33 9-29.16(3)A 8-Inch Polycarbonate Traffic Signal Heads 0 34 Polycarbonate employed in traffic signal fabrication shall tolerate an elongation prior to 35 break in excess of 90 percent. The green color shall be molded throughout the head 36 assembly. Glass lenses shall be employed in the signal heads. The optical system shall 37 be of the fixed focus type for 67 to 69 watt bulbs. The entire optical system shall be +r 38 sealed by a single neoprene gasket. Alzak aluminum reflectors will be permitted in 39 polycarbonate traffic signal head assemblies. The signal head shall be formed to be 40 used with standard signal head mounting accessories. The optical system shall be 41 consistent with ITE requirements. "' 42 43 9-29.16(3)B 12-Inch Polycarbonate Traffic Signal Heads 44 Twelve-inch polycarbonate signal heads shall conform to all requirements of the 8-inch ,r 45 polycarbonate signal heads except the optical system shall be designed for a 1750 46 lumen traffic signal lamp. 47 48 9-29.17 Signal Head Mounting Brackets and Fittings W 49 Vehicle and pedestrian signal head mountings shall be as detailed in the Standard 50 Plans. Material requirements for signal head mounts are as follows: 51 52 Aluminum "' 53 1. Hinge fittings for Type E mount. 54 2. Arms and slotted tube fittings for Type N mount. 55 3. Tube clamp and female clamp assembly for Type N mount. ,o 56 57 Bronze 58 1. Terminal compartments for Type A, B, C, F, H, and K mounts. 59 2. Collars for Type C, D, and F mounts. No 60 3. Ell fittings for Type L and LE mounts. %W AMENDMENTS 173 VO 1 4. Plumbizer for type M mounts 2 5. Messenger hanger and wire entrance fittings for Type P, Q, R, and S mounts. 3 6. Balance adjuster for Type Q, R, and S mounts. 4 5 Galvanized Steel 6 1. Washers for Type A, B, C, D, F, H, and K mounts. 7 2. Fasteners for Type A, B, E, H, and K mounts. 8 9 Stainless Steel 10 1. All set screws and cotter Keys. 11 2. Bands for Type N mount. 12 3. Hinge pins for Type E mount. 13 4. Bolts, nuts and washers for Type M mount. 14 5. Bolt, nut and washers for Type L mount. 15 6. Bolts, nuts, washers, and screw buckle swivels. 16 17 Steel 18 1. Center pipes, nipples, elbow and tee fittings for Type A, B, C, F, H, and K 19 mounts. 20 2. Multi-head mounting assemblies and spider assemblies for Type Q, R, and S 21 mounts. 22 3. Nipples for Type L, LE, P, Q, R, and S mounts. 23 24 Fittings for Type N mounts shall be installed unpainted. All other hardware for other 25 mounts shall be painted with two coats of factory applied traffic signal green baked 26 enamel. 27 28 Pins for messenger hanger fittings shall be a minimum of 1/2 inch in diameter. 29 Terminal compartments for Type A, B, C, F, H, and K mounts shall contain a 12 section 30 terminal block. 31 32 9-29.18 Vehicle Detector 33 Induction loop detectors and magnetometer detectors shall comply with current NEMA 34 specifications when installed with NEMA control assemblies and shall comply with the 35 California Department of Transportation document entitled "Transportation Electrical 36 Equipment Specifications," specified in Section 9-29.13(7) when installed with Type 170 37 2070, 2070 Lite, ITS/ATC control assemblies. 38 39 9-29.18(1) Induction Loop Detectors 40 When required in the contract, amplifier units shall be provided with supplemental timing 41 features identified as follows: ' 42 43 1. Delay Timing. When delay timing is required, the unit shall delay detector 44 output for up to 15 seconds minimum, settable in one second maximum 45 intervals. 46 47 2. Delay Timing With Gate. When delay timing with gate is required, the unit shall 48 provide delay timing features as noted above with the additional capability of 49 inhibiting delay timing when an external signal is applied. 50 51 3. Extension Timing. When extension timing is required, the unit shall extend the 52 detector output for up to 7 seconds minimum, settable in 0.5 second minimum No 53 intervals. 54 55 4. Delay and Extension Timing With Gate. When delay and extension timing with 56 gate is required, the unit shall provide both delay and extension timing features 57 as noted above with the additional capability of inhibiting delay while enabling 58 extension upon application of an external signal. Without external signal, the ` 59 unit shall inhibit extension and enable delay. 60 AMENDMENTS 174 iiw 1 9-29.18(2) Magnetometer Detectors 2 Magnetometer detector units and sensors shall conform to the following specifications: 3 4 1. Operation. The magnetometer detector unit shall respond to changes in the "" 5 earth's local magnetic field caused by the passage of a vehicle containing iron 6 or steel over the sensor unit. 7 ,w 8 2. Environmental Requirements. Satisfactory operation shall be attained over the 9 ambient temperature range from -30° F to 160° F. Operation shall be 10 unaffected• by temperature change, water, ice, pavement deterioration, or 11 electromagnetic noise. r 12 13 3. Modes of Operation. Each detector channel shall be capable of functioning in 14 any of four front-panel selectable modes: 15 No 16 a. Presence. Time of detection shall be unlimited. 17 18 b. Extended Presence. The detection output shall extend for a timer set 10 19 value of up to 5 seconds after the detection zone has cleared. 20 21 c. Pulse. A single 30 to 50 millisecond pulse will be generated per 22 detection actuation. yrr 23 24 d. Inhibited Pulse. The detection output will be inhibited for a time set 25 value of up to 5 seconds after the detection zone has cleared. 26 27 4. Response Time. Pick up and drop out times shall be consistently within 10 28 milliseconds. 29 rr 30 5. Approach Speed. The unit shall be capable of detecting vehicles traveling from 31 0 to 80 miles per hour. 32 33 6. Sensor Probes. Each channel of the detector unit shall be capable of operating 34 up to three sensing probes. 35 36 9-29.19 Pedestrian Push Buttons 37 Where noted in the contract, pedestrian push buttons of substantially tamper-proof + 38 construction shall be furnished and installed. They shall consist of a 2-inch nominal 39 diameter mushroom plunger and a momentary contact switch assembled with the push 40 button sign shown in the plans. The switch may have snap action contacts, or magnetic, 41 or piezoelectric switch, or actuated by a three bladed beryllium copper spring, and shall 42 be rated 10 amperes, 125 volts. 43 44 The plunger may have an LED to indicate that a pedestrian call has been registered. aw 45 46 The switch assembly shall be warranted, by the manufacturer for three years, including 47 damage due to vandalism, from date of installation. The warranty shall include $50.00 48 for installation cost. 49 50 The pedestrian push-button assembly shall be constructed and mounted as detailed in 51 the contract. 52 53 9-29.20 Pedestrian Signals 54 Pedestrian signals shall be either incandescent or neon-grid type, as specified in the 55 contract. Pedestrian signals shall conform to ITE Standards (Standard for Adjustable 56 Face Pedestrian Signal Heads, 1975). 57 58 The Pedestrian signal heads shall be on the QPL or A Certificate of Compliance shall be 59 submitted by the manufacturer with each type of signal head. The certificate shall state r . 60 that the lot of pedestrian signal heads meets the following requirements: r AMENDMENTS 175 ow r 2 All pedestrian signal heads shall be Neon Grid type or Incandescent with Light Emitting 3 Diode (LED) or LED Walk/ Don't Walk module. 4 5 All pedestrian displays shall comply with ITE publication ST 011 B, VTCSH2 or current 6 ITE specification and the current draft or adopted Caltrans pedestrian LED displays and 7 following requirements: 8 9 All pedestrian signals supplied to any one project shall be from the same 10 manufacturer and type but need not be from the same manufacturer as the vehicle ' 11 heads. 12 13 Word messages, when specified, shall provide letters a minimum of 4 1/2 inches 14 high. Symbol messages, when specified, shall be a minimum of 12 inches high 15 and 7 inches in width. t 16 17 Housings shall be green polycarbonate or die-cast aluminum and the aluminum 18 housings shall be painted with two coats of factory applied traffic signal green 19 enamel (Federal Standard 595B). All hinges and latches and interior hardware shall 10 20 be stainless steel. 21 22 9-29.20(1) LED Pedestrian Displays NO 23 Optical units for traffic signal displays shall conform to the following: 24 25 1. Light emitting diode (LED) light sources are required for 12 inch Portland 26 Orange Hand and may be installed for the Lunar White Walking Man. LED 00 27 displays shall conform to the following: 28 29 a. Wattage (Maximum): 12 inch Portland Orange Hand 15 watts 12 inch 30 Lunar White walking Man 15 watts 31 32 b. Voltage: The operating voltages shall be between 85 VAC and 135 33 VAC. 34 35 c. Temperature: Temperature range shall be -35° F to +165° F. 36 37 d. LEDs shall be driven at no more than 50% of their rated amperage. ] 38 39 e. 12 inch Portland Orange Hand Circuit Configuration: 40 41 LEDs shall be connected to form multiple series circuits, with a at 42 minimum of 2 circuits. All series circuits shall be interconnected at 43 intervals forming subcircuits not exceeding 15 LEDs each. These 44 subcircuits shall limit the number of extinguished LEDs to no more 45 than 10% of the total on the display in the event of a single LED 46 failure. 47 48 f. 12 inch Lunar White Walking Man 1 Circuit Configuration: LEDs shall 49 be connected to form multiple series circuits, with a minimum of 1 50 circuits. All series circuits shall be interconnected at intervals forming 51 subcircuits not exceeding 15 LEDs each. These subcircuits shall limit 52 the number of extinguished LEDs to no more than 10% of the total on 0 53 the display in the event of a single LED failure. 54 55 g. Coior testing stall be conducted after 30 minutes of continuous 56 operation. 57 58 h. QUV Exposure Test: The test shall be performed with a QUV 59 instrument manufactured by Q Panel Corporation. 60 AMENDMENTS 176 .. 1 9-29.20(2) Neon Grid Type 2 Neon grid pedestrian heads shall be solid state type and shall be supplied with Z crate 3 visors. Z crate visors shall have 21 members at 45 degrees and 20 horizontal members. 4 5 Neon tubing shall be enclosed and shock-mounted inside a rugged plastic module. The 6 unit shall be 1 1/2 inches deep. Members shall be constructed of 0.03-inch thick black 7 polycarbonate plastic. 8 9 A combination switch/fuse holder shall be provided for each transformer. Each unit shall 10 provide a grounding terminal. 11 12 Transformers shall provide recessed secondary contacts and integral Pyrex glass 13 electrode housing. 14 15 9-29.21 Flashing Beacon *W 16 Flashing beacons shall be installed as detailed in the Plans, as specified in the Special 17 Provisions, and as described below: 18 to 19 Controllers for flashing beacons shall be as specified in Section 20 9- 29.15. 21 22 Beacons shall consist of single section, 8-inch or 12-inch traffic signal heads, three up 23 or four-way adjustable, meeting all of the applicable requirements of Section 9- 24 29.16. 12 inch yellow displays shall be dimmed 50% after dark. 25 26 Mounting brackets, mountings, and installation shall meet all applicable av 27 requirements of Section 9-29.17. 28 29 Lenses shall be either red or amber, glass or polycarbonate as noted in the Plans WO 30 or as determined by the Engineer. 31 32 9-29.22 Vacant 33 34 9-29.23 Vacant 35 36 9-29.24 Service Cabinets 37 In addition to the requirements for service cabinets indicated in the contract, the +W 38 following requirements shall apply: 39 40 All electrical conductors, buss bars, and conductor terminals shall be copper. 41 Conductor insulation shall be either THW, XHHW, USE, or SIS. 42 43 If field wiring larger than that which the contactors or breakers will accommodate is 44 required by the contract, a terminal board shall be supplied for use as a splicing 45 block. 46 47 The minimum size of all other load carrying conductors used within the service 48 cabinets shall be based on the National Electrical Code ampacity tables for not U• 49 more than three conductors in a raceway or cable. 50 51 Type B, B Modified, C, D, and E Cabinets shall have ventilation louvers on the 52 lower sides complete with screens. Type D, and E shall also have rain-tight cabinet OW 53 vents with screens at the top. Cabinet vents shall be gasketed. 54 55 The Type B modified cabinets shall have provision for a future double pole circuit ON 56 breaker. Type D, and E cabinets shall have two future double pole circuit breakers. 57 The dead front cover shall have cutouts with covers for this provision. The 58 receptacle shall be ground fault interrupter equipped. 59 OW aw AMENDMENTS 177 wr 1 The minimum size of control circuit conductors used in service cabinets shall be 2 No. 14 AWG. 3 4 All electrical contactors shall have the loadside terminals toward the front (door 5 side) of the service cabinet. 6 7 The lighting contactors used shall be specifically rated for tungsten fluorescent and 8 mercury arc lamp loads. VO 9 10 All service enclosures shall be fabricated from steel or aluminum. If aluminum, they 11 shall be fabricated from 0.125 inch (minimum) 5052 H 32 ASTM designator or 8209 12 aluminum. If steel, they shall be fabricated from 12 gage (minimum) steel, hot 13 dipped galvanized per AASHTO M 111. 14 15 All doors and dead front panels installed in service cabinets shall incorporate a to 16 piano hinge placed in a vertical plane. Service doors shall be sealed with closed 17 cell gasket material. The side opposite the hinge shall be secured with quarter turn 18 screws or slide latch. No electrical devices shall be connected to the dead panel. 19 However, every switch serviced through the dead front panel shall be appropriately rr 20 identified with its respective circuit designation by means of a screwed or riveted 21 engraved name plate. Such circuit identification shall be submitted for approval 22 together with the appropriate fabrication drawings. Dead front panels shall be ev 23 intended to provide security only to the switching segment of the service enclosure 24 and shall not cover the electrical contactor portion. 25 26 A typed.index of all circuits shall be mounted on the cabinet door. Each index shall „W 27 show an entire panel section without folding. Index holders shall have metal returns 28 on the sides and bottom. A schematic of the main panel, any subpanels, circuits, 29 and control circuits shall be provided. The schematic shall be plastic coated and 30 secured in a metal holder. 31 32 9-29.24(2) Electrical Circuit Breakers and Contactors 33 Lighting contactors shall be rated 240 volts maximum line to line, or 277 volt maximum 34 line to neutral voltage for tungsten and ballasted lamp loads on 120/240/277 volt 35 circuits, whichever is applicable, or they shall be rated 480 volt maximum line to line 36 voltage for higher than 277 volt circuited tungsten or ballasted lamp loads. 37 rr 38 As an alternate to the lighting contactor, the Contractor may furnish a double contact 39 mercury relay. The relay ampere rating shall equal or exceed the rating noted in the 40 contract. The relay shall be normally open and shall be rated for up to 480 VAC 41 resistive. The unit shall have a molded coil enclosure rated for 120 VAC. The contacts O1 42 shall be evacuated, backfilled with an inert gas and shall be hermetically sealed. The 43 electrode shall be one piece with Teflon wear rings on the internal plunger assembly. All 44 contact terminals and coil connection clamps shall be U.L. approved. 45 46 Circuit breakers shall be 240 or 277 volt maximum rated for 120/240/277 volt circuits, 47 whichever is applicable, and shall have an interrupting capacity (R.M.S. — symmetrical) 48 of not less than 10,000 amperes. They shall have not less than 480 volt rated for circuits 49 above 277 volts and shall have an interrupting capacity (R.M.S. — symmetrical) of not 50 less than 14,000 amperes. Circuit breakers shall be bolt-on type. 51 52 9-29.25 Amplifier, Transformer, and Terminal Cabinets �r 53 Amplifier, terminal, and transformer cabinets shall conform to the contract, NEMA 4 54 requirements and the following: 55 56 1. All cabinets shall be constructed of welded 14 gage (minimum) hot dipped 57 galvanized sheet steel, 0.073 type 316 stainless steel or 0.125 inch aluminum 58 (5052 alloy). 59 60 2. Nominal cabinet dimensions shall be: AMENDMENTS 178 wu. 1 2 Depth Height Width 3 a. Terminal 8" 16" 12" 4 b. Terminal 8" 24" 18" aw 5 c. Transformer 12" 18" 18" 6 Up to 3.0 KVA 7 Transformer 2 20" 40" 24" ow 8 3.1 to 12.5 KVA 9 Transformer 3 30" 60" 32" 10 12.6 to 35 KVA 11 *W 12 3. Cabinet doors shall be gasketed with a one-piece closed cell neoprene gasket 13 and shall have a stainless steel piano hinge. The door shall also be provided 14 with a three point latch spring loaded construction core lock capable of 15 accepting a Best six pin CX series core. The locking mechanism shall provide ow 16 a tapered bolt. The contractor shall supply red or blue construction cores, with 17 two master keys, the keys shall be delivered to the engineer. 18 ,a, 19 4. All seams shall be continuously welded. 20 21 5. All cabinets shall provide a door flange. 22 MW 23 6. Transformer cabinets shall provide a 9-square inch minimum louvered vent. 24 25 7. One spare 12-position terminal block shall be installed in each terminal cabinet 26 and amplifier cabinet. ow 27 28 8. Each Terminal, Amplifier and Transformer cabinet shall have 1/8 inch drain 29 holes in back corners. r 30 31 9. Mounting shall be as noted in the contract. 32 33 10. The cabinet shall have two separate compartments, one for the transformer wr» 34 and one for the power distribution circuit breakers. Each compartment shall 35 enclosed with a dead front. Each breaker shall be labeled with the device 36 name. 37 +M 38 SECTION 9-30, WATER DISTRIBUTION MATERIALS 39 August 5, 2002 1W 40 9-30.1(2) Vacant 41 This section including title is revised to read: 42 43 9-30.1(2) Polyethylene Encasement 44 Polyethylene encasement shall be tube-form meeting the requirements of ANSI/AWWA 45 C105 and shall be high-density, cross-laminated polyethylene film, natural or black 46 color. 47 48 9-30.1(5)A Polyvinyl Chloride (PVC) Pipe (4 Inches and Over) 49 The first sentence in the first paragraph is revised to read: 50 51 PVC pipe for water mains shall meet the requirements of ANSI/AWWA C900 or 52 ANSI/AWWA C905. 53 54 New Section 9-30.1(6) is added: 55 56 9-30.1(6) Polyethylene (PE) Pressure Pipe (4 inches and over) 57 PE pressure pipe for water mains shall meet the requirements of ANSI/AWWA C906. 58 Pipe materials shall be high-density polyethylene PE3408 conforming to a minimum cell 59 class 345464 C, D or E per ASTM D 3350. Pipe diameter shall be either iron pipe size .. AMENDMENTS 179 err 1 per Table 3 and Table 5 or ANSI/AWWA C906. Pipe pressure class shall be as listed in 2 Table 9 of ANSI/AWWA C906 for DR 9 PE3408 material. 3 4 9-30.2(4)A Steel Pipe (6 Inches and Over) 5 This section is revised to read: 6 7 Fittings for steel pipe 6 inches and larger shall be bell and spigot or welded to match the 8 pipe joints. Welded joints shall conform to AWWA C206. Field couplings shall be 9 bolted, sleeve-type for plain-end pipe conforming to AWWA C219. Expansion joints 10 shall be fabricated steel mechanical slip-type conforming to AWWA C221. 11 12 When flanges are required, they shall conform to AWWA C207. Linings and coatings for 13 fittings shall be the same as specified for the adjacent pipe. 14 15 9-30.2(8) Restrained Flexible Couplings 16 This section is revised to read: 17 18 Restrained flexible couplings shall be locking type couplings in accordance with the 19 Plans or Special Provisions. Any couplings that utilize set screws tightened against the 20 outside pipe wall are not acceptable. Coupling shall be epoxy coated. 21 22 New section 9-30.2(9) is added: 23 24 9-30.2(9) Grooved and Shouldered Joints 25 Grooved and shouldered joints shall conform to AWWA C606. Rigid or flexible grooved 26 or shouldered joints shall be as specified in the Special Provisions." wWr 27 28 New section 9-30.2(10) is added: 29 30 9-30.2(10) Polyethylene (PE) Pipe (4 inches and over) 31 Fittings for PE pipe shall meet the requirements of ANSI/AWWA C906. Pipe material 32 shall be high-density polyethylene PE3408 conforming to minimum cell class 345464 33 C,D or E per ASTM D 3350. Pipe diameter shall be either iron pipe size per Table 3 and 34 Table 5 of ANSI/AWWA C906 or ductile iron pipe size per Table 7 and Table 8 of 35 ANSI/AWWA C 906. Pipe pressure class shall be as listed in Table 9 of ANSI/AWWA C 36 906 for DR 9 PE3408 material. 37 38 New section 9-30.2(11) is added: 39 40 9-30.2(11) Fabricated Steel Mechanical Slip-Type Expansion Joints 41 Fabricated steel mechanical slip-type expansion joints shall meet the requirements of UO 42 ANSI/AWWA C221. Buried expansion joints to connect ductile iron or PVC pipe shall be 43 ductile iron. Buried expansion joints for connecting steel pipe to steel pipe shall be 44 steel. 45 46 9-30.3(5) Valve Marker Posts 47 The reference to "meters" in the third paragraph is revised to "feet and inches". 49 SECTION 9-31, ELASTOMERIC BEARING PADS 50 April 1, 2002 p 51 9-31.1 Requirements 52 The fourth paragraph is revised to read: 53 54 Steel shims shalt conform to ASTM A 1011, Grade 36, unless otherwise noted. 55 N AMENDMENTS 180 APPENDIX A-WAGE RATES CITY OF RENTON APPENDIX A HOURLY MINIMUM WAGE RATES South Grady Way and Rainier Avenue South Pavement Rehabilitation City of Renton July?003 r State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section-Telephone(360)902-5335 PO Box 44540,Olympia,WA 98504-4540 Washington State Prevailing Wage Rates For Public Works Contracts tow The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects,workers'wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements is provided on the Benefit Code Key. KING COUNTY Effective 03-05-03 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $30.86 1M 5D BOILERMAKERS JOURNEY LEVEL $33.32 1 BRICK AND MARBLE MASONS JOURNEY LEVEL $36.87 1M 5A CABINET MAKERS(IN SHOP) JOURNEY LEVEL $16.67 1 CARPENTERS ar ACOUSTICAL WORKER $37.01 1M 5D BRIDGE,DOCK AND WARF CARPENTERS $36.85 1 M 5D CARPENTER $36.85 1M 5D CREOSOTED MATERIAL $36.95 1M 5D tirw DRYWALL APPLICATOR $36.79 1M 5D FLOOR FINISHER $36.98 1M 5D FLOOR LAYER $36.98 1 M 5D FLOOR SANDER $36.98 1M 5D "W MILLWRIGHT AND MACHINE ERECTORS $37.85 1M 5D PILEDRIVERS,DRIVING,PULLING,PLACING COLLARS AND WELDING $37.05 1M 5D SAWFILER $36.98 1M 5D SHINGLER $36.98 1M 5D to STATIONARY POWER SAW OPERATOR $36.98 1M 5D STATIONARY WOODWORKING TOOLS $36.98 1M 5D CEMENT MASONS JOURNEY LEVEL $37.89 1M 5D 10 DIVERS 8 TENDERS DIVER $78.52 1M 5D 8A DIVER TENDER $39.62 1M 5D DREDGE WORKERS ASSISTANT ENGINEER $37.22 16 5D 8L low ASSISTANT MATE(DECKHAND) $36.78 16 5D 8L BOATMEN $3722 18 5D 8L ENGINEER WELDER $37.27 18 5D 8L LEVERMAN,HYDRAULIC $38.66 1B 5D 8L °W MAINTENANCE $36.78 1B 5D 8L MATES $37.22 1B 5D 8L OILER $36.88 16 5D 8L DRYWALL TAPERS wr JOURNEY LEVEL $36.64 11 56 ELECTRICIANS-INSIDE CABLE SPLICER $48.36 1D 6H CABLE SPLICER(TUNNEL) $52.24 1D 6H Aw CERTIFIED WELDER $46.59 1D 6H CERTIFIED WELDER(TUNNEL) $50.30 1D 6H CONSTRUCTION STOCK PERSON $24.33 1D 6H JOURNEY LEVEL $44.83 1D 6H rIr JOURNEY LEVEL(TUNNEL) $48.36 1D 6H ELECTRICIANS-POWERLINE CONSTRUCTION CABLE SPLICER $47.12 4A 5A CERTIFIED LINE WELDER $42.90 4A 5A GROUNDPERSON $30.59 4A 5A HEAD GROUNDPERSON $32.34 4A 5A Page 1 w. rr KING COUNTY Effective 03-05-03 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code �r HEAVY LINE EQUIPMENT OPERATOR $42.90 4A 5A JACKHAMMER OPERATOR $32.34 4A 5A JOURNEY LEVEL LINEPERSON $42.90 4A 5A �r LINE EQUIPMENT OPERATOR $36.21 4A 5A POLE SPRAYER $42.90 4A 5A POWDERPERSON $32.34 4A 5A ELECTRONIC&TELECOMMUNICATION TECHNICIANS �r JOURNEY LEVEL $12.07 1 ELEVATOR CONSTRUCTORS MECHANIC $46.46 4A 60 MECHANIC IN CHARGE $51.14 4A 6Q 1111111+ FENCE ERECTORS FENCE ERECTOR $18.71 1 FENCE LABORER $12.77 1 FLAGGERS irr JOURNEY LEVEL $26.18 1M 5D GLAZIERS JOURNEYLEVEL $37.46 2E 5G HEAT 8 FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $37.93 1F 5E HOD CARRIERS 8 MASON TENDERS JOURNEY LEVEL $31.34 1M 5D INLAND BOATMEN CAPTAIN $32.28 1K 5B 4W COOK $28.31 1K 5B DECKHAND $27.65 1K 5B ENGINEER/DECKHAND $29.95 1K 5B MATE,LAUNCH OPERATOR $31.25 1K 5B V0 INSULATION APPLICATORS JOURNEY LEVEL $36.85 1M 5D IRONWORKERS JOURNEY LEVEL $39.02 16 5A qW LABORERS ASPHALT RAKER $31.34 1M 5D BALLAST REGULATOR MACHINE $30.86 1M 5D BATCH WEIGHMAN $26.18 1M 5D g, CARPENTER TENDER $30.86 1M 5D CASSION WORKER $31.70 1M 5D CEMENT DUMPER/PAVING $31.34 1M 5D CEMENT FINISHER TENDER $30.86 1M 5D ON CHIPPING GUN(OVER 30 LBS) $31.34 1 M 5D CHIPPING GUN(UNDER 30 LBS) $30.86 1M 5D CHUCKTENDER $30.86 1M 5D CLEAN-UP LABORER $30.86 1M 5D CONCRETE FORM STRIPPER $30.86 1M 5D qW CONCRETE SAW OPERATOR $31.34 1M 5D CRUSHER FEEDER $26.18 1M 5D CURING LABORER $30.86 1M 5D No DEMOLITION,WRECKING&MOVING(INCLUDING CHARRED $30.86 1M 5D DITCH DIGGER $30.86 1M 5D DIVER $31.70 1M 5D DRILL OPERATOR(HYDRAULIC.DIAMOND) $31.34 IM 5D DRILL OPERATOR,AIRTRAC $31.70 1M 5D rrr DUMPMAN $30.86 1M 5D FALLER/BUCKER,CHAIN SAW $31.34 1M 5D FINAL DETAIL CLEANUP(i.e.,dusting,vacuuming,window cleaning;NOT $23.86 1M 5D construction debris cleanup) 411111111 FINE GRADERS $30.86 1M 5D FIRE WATCH $30.86 1M 5D Page 2 sr KING COUNTY Effective 03-05-03 fr (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code sw FORM SETTER $30.86 1 M 5D GABION BASKET BUILDER $30.86 1M 5D low GENERAL LABORER $30.86 1M 5D GRADE CHECKER&TRANSIT PERSON $31.34 1M 5D GRINDERS $30.86 1M 5D GROUT MACHINE TENDER $30.86 1M 5D so HAZARDOUS WASTE WORKER LEVEL A $31.70 1M 5D HAZARDOUS WASTE WORKER LEVEL B $31.34 1M 5D HAZARDOUS WASTE WORKER LEVEL C $30.86 1M 5D HIGH SCALER $31.70 1M 5D Vw HOD CARRIER/MORTARMAN $31.34 1M 5D JACKHAMMER $31.34 1M 5D LASER BEAM OPERATOR $31.34 1M 5D MINER $31.70 1M 5D NOZZLEMAN,CONCRETE PUMP,GREEN CUTTER WHEN USING HIGH $31.34 1M 5D do PRESSURE AIR&WATER ON CONCRETE&ROCK,SANDBLAST, GUNITE,SHOTCRETE,WATER BLASTER PAVEMENT BREAKER $31.34 1M 5D PILOT CAR $26.18 1M 5D w PIPE RELINER(NOT INSERT TYPE) $31.34 1M 5D PIPELAYER&CAULKER $31.34 1M 5D PIPELAYER&CAULKER(LEAD) $31.70 1M 5D PIPEWRAPPER $31.34 1M 5D 40 POT TENDER $30.86 1M 5D POWDERMAN $31.70 1M 5D POWDERMAN HELPER $30.86 1M 5D POWERJACKS $31.34 1M 5D tir RAILROAD SPIKE PULLER(POWER) $31.34 1M 5D RE-TIMBERMAN $31.70 1M 5D RIPRAP MAN $30.86 1M 5D SIGNALMAN $30.86 1M 5D 1w SLOPER SPRAYMAN $30.86 1M 5D SPREADER(GLARY POWER OR SIMILAR TYPES) $31.34 1M 5D SPREADER(CONCRETE) $31.34 1M 5D STAKE HOPPER $30.86 1M 5D IM STOCKPILER $30.86 1M 5D TAMPER&SIMILAR ELECTRIC,AIR&GAS $31.34 1M 5D TAMPER(MULTIPLE&SELF PROPELLED) $31.34 1M 5D TOOLROOM MAN(AT JOB SITE) $30.86 1M 5D TOPPER-TAILER $30.86 1M 5D TRACKLABORER $30.86 1M 5D TRACK LINER(POWER) $31.34 1M 5D TUGGER OPERATOR $31.34 1M 5D w VIBRATING SCREED(AIR,GAS,OR ELECTRIC) $30.86 1M 5D VIBRATOR $31.34 1M 5D WELDER $30.86 1M 5D WELL-POINT LABORER $31.34 1M 5D LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS $11.07 1 LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $10.63 1 LANDSCAPING OR PLANTING LABORERS $8.42 1 LATHERS �r JOURNEY LEVEL $36.79 1M 5D PAINTERS JOURNEY LEVEL $29.53 213 5A PLASTERERS JOURNEY LEVEL $37.48 1R 5A PLUMBERS&PIPEFITTERS Page 3 KING COUNTY Effective 03-05-03 i� (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code an JOURNEY LEVEL $46.81 1G 5A POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $35.14 IT 5D 8L BACKHOE,EXCAVATOR,SHOVEL (3 YD&UNDER) $37.60 IT 5D 8L BACKHOE,EXCAVATOR,SHOVEL (OVER 3 YD&UNDER 6 YD) $38.04 IT 5D 8L BACKHOE,EXCAVATOR,SHOVEL(6 YD AND OVER WITH $38.54 IT 5D 8L BACKHOES, (75 HP&UNDER) $37.24 IT 5D 8L BACKHOES, (OVER 75 HP) $37.60 IT 5D 8L BARRIER MACHINE(ZIPPER) $37.60 IT 5D 8L BATCH PLANT OPERATOR,CONCRETE $37.60 IT 5D 8L BELT LOADERS(ELEVATING TYPE) $37.24 IT 5D 8L BOBCAT $35.14 IT 5D 8L BROOMS $35.14 IT 5D 8L BUMP CUTTER $37.60 IT 5D 8L CABLEWAYS $38.04 IT 5D 8L Nis CHIPPER $37.60 IT 5D 8L COMPRESSORS $35.14 IT 5D 8L CONCRETE FINISH MACHINE-LASER SCREED $35.14 IT 5D 8L CONCRETE PUMPS $37.24 IT 5D 8L CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $37.60 IT 5D 8L CONVEYORS $37.24 IT 5D 8L CRANES, THRU 19 TONS,WITH ATTACHMENTS $37.24 IT 5D 8L CRANES, 20-44 TONS,WITH ATTACHMENTS $37.60 IT 5D 8L ' CRANES, 45 TONS-99 TONS,UNDER 150 FT OF BOOM(INCLUDING $38.04 IT 5D 8L JIB WITH ATACHMENTS) CRANES,100 TONS-199 TONS,OR 150 FT OF BOOM(INCLUDING JIB $38.54 IT 5D 8L WITH ATTACHMENTS) i CRANES,200 TONS TO 300 TONS,OR 250 FT OF BOOM(INCLUDING JIB $39.04 IT 5D 8L WITH ATTACHMENTS) CRANES,A-FRAME, 10 TON AND UNDER $35.14 IT 5D 8L CRANES,A-FRAME,OVER 10 TON $37.24 IT 5D 8L CRANES,OVER 300 TONS,OR 300'OF BOOM INCLUDING JIB WITH $39.54 IT 5D 8L ATTACHMENTS CRANES,OVERHEAD,BRIDGE TYPE(20-44 TONS) $37.60 IT 5D 8L CRANES,OVERHEAD,BRIDGE TYPE(45-99 TONS) $38.04 IT 5D 8L CRANES,OVERHEAD,BRIDGE TYPE(100 TONS&OVER) $38.54 IT 5D 8L r� CRANES,TOWER CRANE UP TO 175'IN HEIGHT,BASE TO BOOM $38.54 IT 5D 8L CRANES,TOWER CRANE OVER 175'IN HEIGHT,BASE TO BOOM $39.04 IT 5D 8L CRUSHERS $37.60 IT 5D 8L DECK ENGINEER/DECK WINCHES(POWER) $37.60 IT 5D 8L DERRICK,BUILDING $38.04 IT 5D 8L DOZERS,D-9&UNDER $37.24 IT 50 8L DRILL OILERS-AUGER TYPE,TRUCK OR CRANE MOUNT $37.24 IT 5D 8L DRILLING MACHINE $37.60 IT 5D 8L ELEVATOR AND MANLIFT,PERMANENT AND SHAFT-TYPE $35.14 IT 5D 8L EQUIPMENT SERVICE ENGINEER(OILER) $37.24 IT 50 8L FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $37.60 IT 5D 8L FORK LIFTS, (3000 LBS AND OVER) $37.24 IT 5D 8L FORK LIFTS, (UNDER 3000 LBS) $35.14 IT 5D 8L GRADE ENGINEER $37.24 IT 5D 8L GRADECHECKER AND STAKEMAN $35.14 IT 5D 8L HOISTS,OUTSIDE(ELEVATORS AND MANLIF'TS),AIR TUGGERS $37.24 IT 5D 8L '►' HORIZONTALJDIRECTIONAL DRILL LOCATOR $37.24 IT 5D 8L HORIZONTAL/DIRECTIONAL DRILL OPERATOR $37.60 IT 5D 8L HYDRALIFTS/BOOM TRUCKS(10 TON&UNDER) $35.14 IT 5D 8L HYDRALIFTS/BOOM TRUCKS(OVER 10 TON) $37.24 IT 5D 81. i LOADERS,OVERHEAD(6 YD UP TO 8 YD) $38.04 IT 5D 8L LOADERS,OVERHEAD(8 YD&OVER) $38.54 IT 5D 81. Page 4 KING COUNTY Effective 03-05-03 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code s LOADERS,OVERHEAD(UNDER 6 YD),PLANT FEED $37.60 IT 5D 8L LOCOMOTIVES,ALL $37.60 IT 5D 8L am MECHANICS,ALL(WELDERS) $37.60 IT 5D 8L MIXERS,ASPHALT PLANT $37.60 IT 5D 8L MOTOR PATROL GRADER(FINISHING) $37.60 IT 5D 8L MOTOR PATROL GRADER(NON-FINISHING) $37.24 IT 5D 8L MUCKING MACHINE,MOLE,TUNNEL DRILL AND/OR SHIELD $38.04 IT 5D 8L OIL DISTRIBUTORS,BLOWER DISTRIBUTION AND MULCH SEEDING $35.14 IT 5D 8L OPERATOR PAVEMENT BREAKER $35.14 IT 5D 8L PILEDRIVER(OTHER THAN CRANE MOUNT) $37.60 IT 5D 8L PLANT OILER(ASPHALT CRUSHER) $37.24 IT 5D 8L POSTHOLE DIGGER,MECHANICAL $35.14 IT 5D 8L POWER PLANT $35.14 IT 5D 8L PUMPS,WATER $35.14 IT 5D 8L QUAD 9,D-10,AND HD-41 $38.04 IT 5D 8L REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $38.04 IT 5D 8L EQUIP RIGGER AND BELLMAN $35.14 1T 5D 8L wr ROLLAGON $38.04 IT 5D 8L ROLLER,OTHER THAN PLANT ROAD MIX $35.14 IT 5D 8L ROLLERS,PLANTMIX OR MULTILIFT MATERIALS $37.24 IT 5D 8L ROTO-MILL,ROTO-GRINDER $37.60 IT 5D 8L SAWS,CONCRETE $37.24 IT 5D 8L SCRAPERS-SELF PROPELLED,HARD TAIL END DUMP,ARTICULATING $37.60 IT 5D 8L OFF-ROAD EQUIPMENT(UNDER 45 YD) SCRAPERS-SELF PROPELLED,HARD TAIL END DUMP,ARTICULATING $38.04 IT 5D 8L am OFF-ROAD EQUIPMENT(45 YD AND OVER) SCRAPERS,CONCRETE AND CARRY ALL $37.24 IT 5D 8L SCREED MAN $37.60 IT 5D 8L SHOTCRETE GUNITE $35.14 IT 5D 8L SLIPFORM PAVERS $38.04 IT 5D 8L SPREADER,TOPSIDE OPERATOR-BLAW KNOX $37.60 IT 5D 8L SUBGRADE TRIMMER $37.60 IT 5D 8L TRACTORS,(75 HP&UNDER) $37.24 IT 5D 8L TRACTORS,(OVER 75 HP) $37.60 IT 5D 8L +rr TRANSFER MATERIAL SERVICE MACHINE $37.60 IT 5D 8L TRANSPORTERS,ALL TRACK OR TRUCK TYPE $38.04 IT 5D 8L TRENCHING_MACHINES $37.24 IT 5D 8L TRUCK CRANE OILER/DRIVER(UNDER 100 TON) $37.24 IT 5D 8L a w TRUCK CRANE OILER/DRIVER(100 TON&OVER) $37.60 IT 5D 8L WHEEL TRACTORS,FARMALL TYPE $35.14 IT 5D 8L YO YO PAY DOZER $37.60 IT 5D 8L POWER EQUIPMENT OPERATORS-UNDERGROUND SEWER& rrr (SEE POWER EQUIPMENT OPERATORS) POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $31.05 4A 5A SPRAY PERSON $29.39 4A 5A y TREE EQUIPMENT OPERATOR $29.79 4A 5A TREE TRIMMER $27.60 4A 5A TREE TRIMMER GROUNDPERSON $20.28 4A 5A REFRIGERATION&AIR CONDITIONING MECHA#41CS MECHANIC $44.76 1G 5A RESIDENTIAL REFRIGERATION&AIR CONDITIONING JOURNEY LEVEL $44.76 1G 5A ROOFERS JOURNEY LEVEL $33.78 1R 5A tip USING IRRITABLE BITUMINOUS MATERIALS $36.78 113 5A Page 5 60 «� KING COUNTY Effective 03-05-03 w (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code rs SHEET METAL WORKERS JOURNEY LEVEL(FIELD OR SHOP) $42.63 11 6L SIGN MAKER $16.84 1 SIGN MAKER $15.61 1 SOFT FLOOR LAYERS JOURNEY LEVEL $30.58 16 5A SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL $12.44 1 5S SPRINKLER FITTERS(FIRE PROTECTION) JOURNEY LEVEL $44.84 1B 5C SURVEYORS Aw CHAIN PERSON $9.35 1 ` INSTRUMENT PERSON $11.40 1 PARTY CHIEF $13.40 1 TELEPHONE LINE CONSTRUCTION-OUTSIDE CABLE SPLICER $25.42 2B 5A w HOLE DIGGER/GROUND PERSON $13.51 2B 5A INSTALLER(REPAIRER) $24.31 26 5A JOURNEY LEVEL TELEPHONE LINEPERSON $23.53 2B 5A SPECIAL APPARATUS INSTALLER 1 $25.42 2B 5A SPECIAL APPARATUS INSTALLER II $24.87 2B 5A TELEPHONE EQUIPMENT OPERATOR(HEAVY) $25.42 2B 5A TELEPHONE EQUIPMENT OPERATOR(LIGHT) $23.53 2B 5A TELEVISION GROUND PERSON $12.73 26 5A *w TELEVISION LINEPERSON/INSTALLER $17.47 2B 5A TELEVISION SYSTEM TECHNICIAN $21.10 26 5A TELEVISION TECHNICIAN $18.82 213 5A TREE TRIMMER $23.53 2B 5A TERRAZZO WORKERS&TILE SETTERS JOURNEY LEVEL $34.23 1H 5A TILE,MARBLE&TERRAZZO FINISHERS FINISHER $28.06 1H 5A Vw TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $28.97 1K 5A TRUCK DRIVERS ASPHALT MIX(TO 16 YARDS) $34.89 IT 5D 8L ASPHALT MIX(OVER 16 YARDS) $35.47 IT 5D 8L DUMP TRUCK $34.89 IT 5D 8L DUMP TRUCK&TRAILER $35.47 IT 5D 8L OTHER TRUCKS $35.47 IT 5D 8L TRANSIT MIXER $23.45 1 WELL DRILLERS&IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER $17.71 1 OILER $12.97 1 WELL DRILLER $17.68 1 dw im so Page 6 Washington State Department of Labor and Industries Policy Statement (Regarding the Production of "Standard" or "Non-standard" Items) we Below is the department's (State L&1's) list of criteria to be used in determining .. whether a prefabricated item is "standard" or "non-standard". For items not appearing on WSDOTs predetermined list, these criteria shall be used by the Contractor (and the Contractor's subcontractors, agents to subcontractors, suppliers, A. 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. It yes, go to question 5. 5. Is the prefabricated item intended for the public works project typically an inventory item which could reasonably be sold on the general market? If not, the work is covered by RCW 39.12. If yes, go to question 6. 6. Does the specific prefabricated item, generally defined as standard, have any unusual characteristics such as shape, type of material, strength requirements, *■ finish, etc? If yes, the work is covered under RCW 39.12. Any firm with questions regarding the policy, WSDOT's Predetermined List, or for determinations of covered and non-covered workers shall be directed to State L&I at (360) 902-5330. ■ $$1$$ Supplemental To Wage Rates $$2$$ Page 1 .. WSDOT's Predetermined List for Suppliers - Manufacturers - Fabricators Below is a list of potentially prefabricated items, originally furnished by WSDOT to Washington State Department of Labor and Industries, that may be considered non- standard and therefore covered by the prevailing wage law, RCW 39.12. Items marked with an X in the "YES" column should be considered to be non-standard and therefore covered by RCW 39.12. Items marked with an X in the "NO" column should be considered to be standard and therefore not covered. Of course, exceptions to this general list may occur, and in that case shall be evaluated according to the criteria described in State and L&I's policy statement. ,�. ITEM DESCRIPTION YES NO 1. Manhole Ring & Cover- manhole type 1, 2, 3, and 4 X for bridges. For use with Catch Basin type 2. The casting to meet AASHTO-M-105, class 30 gray iron casting. See Std. Plan B-1f, B-23a, B-23b, B-23c, and B-23d. 2. Frame & Grate -frame and Grate for Catch Basin type X 1, 1L, 1P, 2, 3, 4 and Concrete Inlets. Cast frame may be grade 70-36 steel, class 30 gray cast iron or grade 80-55-06 ductile iron. The cast grate may be grade 70-36 steel or grade 80-55-06 ductile iron. See Std. Plan B-2, B-2a, and B-2b. .r 3. Grate Inlet & Drop Inlet Frame & Grate - Frame and X Grate for Grate Inlets Type 1 or 2 or Drop Inlet. .+ Angle iron frame to be cast into top of inlet. See Std. Plan B-4b or B-4h. Frames & Grates to be galvanized. 4. Concrete Pipe - Plain Concrete pipe and reinforced X w concrete pipe Class 2 to 5 sizes smaller than 60 inch diameter. 5. Concrete Pipe - Plain Concrete pipe and reinforced X concrete pipe Class 2 to 5 sizes larger than 60 inch diameter. $$1$$ Supplemental To Wage Rates $$2$$ Page 2 .. YES NO am ow 6. Corrugated Steel Pipe - Steel lock seam corrugated X pipe for culverts and storm sewers, sizes 30 inch aw to 120 inches in diameter. May also be treated, 1 thru 5. w 7. Corrugated Aluminum Pipe -Aluminum lock seam X corrugated pipe for culverts and storm sewers, sizes 4W 30 inch to 120 inches in diameter. May also be treated, #5. A. 8. Anchor Bolts & Nuts -Anchor Bolts and Nuts, for X mounting sign structures, luminaries and other ,- items, shall be made from commercial bolt stock. See Contract Plans and Std. Plans for size and material type. Aw 9. Aluminum Pedestrian Handrail - Pedestrian handrail X conforming to the type and material specifications set forth in the contract plans. Welding of aluminum shall be in accordance with Section 9-28.15(3). rrs 10. Major Structural Steel Fabrication - Fabrication of X major steel items such as trusses, beams, girders, etc., +� for bridges. .r 11. Minor Structural Steel Fabrication - Fabrication of X minor steel items such as special hangers, brackets, access doors for structures, access ladders for irrigation boxes, bridge expansion joint systems, etc., involving welding, cutting, punching and/or boring of holes. See Contact Plans for item description and shop drawings. .r ,r. 12. Aluminum Bridge Railing Type BP - Metal bridge railing X conforming to the type and material specifications set forth in the Contract Plans. Welding of aluminum shall be in accordance with Section 9-28.15(3). $$1$$ Supplemental To Wage Rates $$2$$ Page 3 YES NO Aw 13. Concrete Piling--Precast-Prestressed concrete piling for X use as 55 and 70 ton concrete piling. Concrete to conform to Section 9-19.1 of Std. Spec.. Shop drawings for approval .. shall be provided per Section 6-05.3(3) of the Std. Spec. 14. Manhole Type 1, 2, 3 and 4 - Precast Manholes with risers X and flat top slab and/or cones. See Std. Plans. ,rr 15. Drywell - Drywell as specified in Contract Plans. X 16. Catch Basin - Catch Basin type 1, 1 L, 1 P, 2, 3, and 4, X ,,. including risers, frames maybe cast into riser. See Std. Plans. 17. Precast Concrete Inlet- Concrete Inlet with risers, X frames may be cast into risers. See Std. Plans. 18. Drop Inlet Type 1 - Drop Inlet Type 1 with support X +• angles and grate. See Std. Plans B-4f and B-4h. 19. Drop Inlet Type 2 - Drop Inlet type 2 with support X angles and grate. See Std. Plans B-4g and B-4h. aw 20. Grate Inlet Type 2 - Grate Inlet Type 2 with risers and X top unit with bearing angles. ow aw 21. Precast Concrete Utility Vaults - Precast Concrete X utility vaults of various sizes. Used for in ground storage of utility facilities and controls. See Contract Plans for size and construction requirements. Shop drawings are to be provided for approval prior to casting. $$1$$ Supplemental To Wage Rates $$2$$ Page 4 aw YES NO 22. Vault Risers - For use with Valve Vaults and Utilities x Vaults. «. 23. Valve Vault- For use with underground utilities. X See Contract Plans for details. MW 24. Precast Concrete Barrier- Precast Concrete Barrier for X use as new barrier or may also be used as Temporary Concrete Barrier. Only new state approved barrier may be used as permanent barrier. 25. Reinforced Earth Wall Panels- Reinforced X Earth Wall Panels in size and shape as shown in the Plans. Fabrication plant has annual approval for methods and materials to be used. See Shop Drawing. Fabrication at other locations may be approved, after or facilities inspection, contact HQ. Lab. or 26. Precast Concrete Walls - Precast Concrete Walls - X tilt-up wall panel in size and shape as shown in Plans. Fabrication plant has annual approval for methods and materials to be used. r „w, 27. Precast Railroad Crossings - Concrete Crossing Structure X Slabs. wr 28. 12, 18 and 26 inch Standard Precast Prestressed X Girder- Standard Precast Prestressed Girder for use in structures. Fabricator plant has annual approval of *W methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)c. $$1$$ Supplemental To Wage Rates $$2$$ Page 5 YES NO 29. Prestressed Concrete Girder Series 4-14 - X Prestressed Concrete Girders for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)c; 30. Prestressed Tri-Beam Girder- Prestressed Tri-Beam X Girders for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)c. 31. Prestressed Precast Hollow-Core Slab - Precast X Prestressed Hollow-core slab for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6-02.3(25)c. wr 32. Prestressed-Bulb Tee Girder- Bulb Tee Prestressed X Girder for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to .■ casting girders. See Std. Spec. Section 6-02.3(26)A. ow 33. Monument Case and Cover-To meet AASHTO-M-105 class X 30 gray iron casting. See Std. Plan H-7. aw 34. Cantilever Sign Structure - Cantilever Sign Structure X fabricated from steel tubing meeting AASHTO-M-183. See Std. r Plans G-3, G-3a, and Contract Plans for details. The steel structure shall be galvanized after fabrication in accordance with AASHTO-M-111. aw 35. Mono-tube Sign Structures - Mono-tube Sign Bridge X fabricated to details shown in the Plans. Shop drawings for approval are required prior to fabrication. wrr $$1$$ Supplemental To Wage Rates $$2$$ Page 6 VW YES NO aw 36. Steel Sign Bridges - Steel Sign Bridges fabricated X "'"` from steel tubing meeting AASHTO-M-138 for Aluminum Alloys. See Std. Plans G-2, G2a, G-2b, and Contract Plans for details. The steel structure shall be galvanized after Mr fabrication in accordance with AASHTO-M-111. 37. Steel Sign Post - Fabricated steel sign posts as detailed X in Std. Plan G-8. Shop drawings for approval are to be provided prior to fabrication. 38. Light Standard-Prestressed - Spun, prestressed, hollow, X .w concrete poles. `"w 39. Light Standards - Lighting Standards for use X on highway illumination systems, poles to be fabricated to conform with methods and materials as specified on Std. 00 Plan J-1, J-1 a, and J-1 b. See Special Provisions for pre-approved drawings. MW 40. Traffic Signal Standards - Traffic Signal Standards for X use on highway and/or street signal systems. Standards to be fabricated to conform with methods and material as specified on Std. Plans J-1, J-7a, J-7c, and J-8. See Special Provisions for pre-approved drawings. 41. Traffic Curb, Type A or C Precast-Type A or C X Precast traffic curb, for use in construction MW of raised channelization, and other traffic delineation uses such as parking lots, rest areas, etc. NOTE: Acceptance based on inspection of Fabrication Plant and an advance sample of curb section to be submitted r. for approval by Engineer. r.. ow $$1$$ Supplemental To Wage Rates $$2$$ Page 7 V. r YES NO ■. 42. Traffic Signs- Prior to approval of a Fabricator X X ow of Traffic Signs, the sources of the following custom std. signing materials must be submitted and approved msg msg for reflective sheeting, legend material, and AW aluminum sheeting. NOTE: "" Fabrication inspection required. Only signs tagged "Fabrication Approved" by WSDOT Sign Fabrication Inspector to be installed. aw 43. Cutting & bending reinforcing steel X rrr 44. Guardrail components X X custom standard end sect. sect. 1W aw 45. Aggregates/Concrete mixes Covered by WAC 296-127-018 w 46. Asphalt Covered by MW WAC 296-127-018 .r 47. Fiber fabrics X wr 48. Electrical wiring/components X rr 49. treated or untreated timber piles X so 50. Girder pads (elastomeric bearing) X ow ON MW $$1$$ Supplemental To Wage Rates $$2$$ Page 8 aw .. YES NO aw 51. Standard Dimension lumber X O ow 52. Irrigation components X ow 53. Fencing materials X aw 54. Guide Posts X or 55. Traffic Buttons X a 56. Epoxy X Aw 57. Cribbing X r. 58. Water distribution materials X «w .r 59. Steel "H" piles X .w 60. Steel pipe for concrete pile casings X 61. Steel pile tips, standard X 62. Steel pile tips, custom X aw •w .w $$1$$ Supplemental To Wage Rates $$2$$ Page 9 aw .w WASHINGTON STATE PREVAILING WAGE RATES - EFFECTIVE 03/05/03 +■► METAL FABRICATION (IN SHOP) +ar Over PREVAILING Time Holiday Note Classification WAGE Code Code Code +rr Counties Covered: Adams,Asotin, Columbia,Douglas, Ferry, Franklin,Garfield Kittitas, Lincoln,Okanogan,Pend Oreille, Stevens,Walla Walla and Whitman to Fitter 12.76 1 Welder 12.76 1 Machine Operator 12.66 1 `„r Painter 10.20 1 Laborer 8.13 1 Counties Covered: ow Benton Welder 16.70 1 "110 Machine Operator 10.53 1 Painter 9.76 1 Laborer 7.06 1 err Counties Covered: Chelan Fitter 15.04 1 Welder 12.24 1 Machine Operator 9.71 1 Painter 9.93 1 +r Laborer 8.77 1 Counties Covered: a, Clallam, Grays Harbor, Island,Jefferson, Lewis,Mason,Pacific,San Juan and Skagit Fitter 15.16 1 'w Welder 15.16 1 Machine Operator 10.66 1 Painter 11.41 1 ow Laborer 11.13 1 ow 4110 rrwr $$1$$ Supplemental To Wage Rates $$2$$ Page 10 a METAL FABRICATION (IN SHOP)03/05/03 sir Over PREVAILING Time Holiday Note Classification WAGE Code Code Code +w Counties Covered: Clark aw Layerout 24.06 11 6U Fitter 23.69 11 61-1 Welder 23.13 11 6U +r Painter 20.51 11 6U Machine Operator 17.86 11 61-11 Laborer 17.21 11 6U w Counties Covered: Snohomish r Fitter 15.38 1 Welder 15.38 1 Machine Operator 8.84 1 Painter 9.98 1 w Laborer 9.79 1 Counties Covered: aw Spokane Fitter 12.59 1 Welder 10.80 1 w Machine Operator 1126 1 Painter 10.27 1 Laborer 7.98 1 w Counties Covered: Thurston Layerout 24.49 1 R 6T Fitter 22.51 1R 6T Welder 20.51 1R 6T ., Machine Operator 17.53 1R 6T Laborer 14.56 1R 6T Counties Covered: aw Whatcom Fitter/Welder 13.81 1 w Machine Operator 13.81 1 Laborer 9.00 1 •r +`r $$1$$ Supplemental To Wage Rates $$2$$ Page 11 aw METAL FABRICATION (IN SHOP)03/05/03 wr Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ow Counties Covered: Yakima aw Fitter 12.00 1 Welder 11.32 1 Machine Operator 11.32 1 1W Painter 12.00 1 Laborer 10.31 1 Counties Covered: irrr Cowlitz Fitter 21.99 1B 6V rrr Welder 21.99 1 B 6V Machine Operator 21.99 1 B 6V Laborer 15.87 1 B 6V rr Counties Covered: Grant twr Fitter 10.79 1 Welder 10.79 1 Painter 7.45 1 aw Counties Covered: King ,w Fitter 15.86 1 Welder 15.48 1 Machine Operator 13.04 1 Painter 11.10 1 'w Laborer 9.78 1 Counties Covered: rrr Kitsap Fitter 26.96 1 Welder 13.83 1 "" Machine Operator 13.83 1 Laborer 7.01 1 rr rrr aw $$1$$ Supplemental To Wage Rates $$2$$ Page 12 rlrr METAL FABRICATION (IN SHOP)03/05/03 Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ow Counties Covered: Klickitat, Skamania and Wahkiakum aw Fitter/Welder 16.99 1 Machine Operator 1721 1 Painter 17.03 1 aw Laborer 10.44 1 Counties Covered: Pierce yr Fitter 15.25 1 Welder 13.98 1 Machine Operator 13.98 1 Laborer 9.25 1 go ow wr r�r aw .r aw aw wwr '~ $$I$$ Supplemental To Wage Rates $$2$$ Page 13 ow ,r WASHINGTON STATE PREVAILING WAGE RATES - EFFECTIVE 03/05/03 FABRICATED PRECAST CONCRETE PRODUCTS Over aw PREVAILING Time Holiday Note Classification WAGE Code Code Code Counties Covered: ow Adams,Asotin,Benton,Columbia,Douglas, Ferry, Garfield,Grant,Lincoln, Okanogan, Pend Oreille,Stevens,Walla Walla,and Whitman r All Classifications 9.96 1 Counties Covered: 411111F Franklin All Classifications 11.59 1 ar Counties Covered: King *r All Classifications 11.35 2K 6S Counties Covered: Pierce All Classifications 9.28 1 no Counties Covered: Chelan,Kittitas, Klickitat and Skamania UW All Classifications 8.61 1 Counties Covered: 'w Clallam,Clark,Cowlitz,Grays Harbor, Island,Jefferson, Kitsap, Lewis, Mason,Pacific,San Juan,Skagit,Snohomish,Thurston, Wahkiakum All Classifications 13.50 1 ow err +rrr iipr $$1$$ Supplemental To Wage Rates $$2$$ Page 14 ow am WASHINGTON STATE PREVAILING WAGE RATES - EFFECTIVE 03/05/03 aw FABRICATED PRECAST CONCRETE PRODUCTS Over rww PREVAILING Time Holiday Note Classification WAGE Code Code Code Counties Covered: Spokane All Classifications 20.23 1 ww Counties Covered: Yakima rrr Craftsman 8.65 1 Production Worker 7.15 1 ow Laborer 7.01 1 Counties Covered: Whatcom rirr All Classifications 13.67 1 ow wow wrn wr err sw ow wr river 3S1$$ Supplemental To Wage Rates $$2$$ Page 15 wr �r .. Washington State Department of Labor and Industries aw Policy Statements (Regarding Production and Delivery of Gravel, Concrete, Asphalt, etc.) The following two letters from the State Department of Labor and Industries (State L&I) dated August 18, 1992 and June 18, 1999, clarify the intent and establish policy for administrating the provisions of WAC 296-127-018 COVERAGE AND �. EXEMPTIONS OF WORKERS INVOLVED IN THE PRODUCTION AND DELIVERY OF GRAVEL, CONCRETE, ASPHALT, OR SIMILAR MATERIALS. .. Any firm with questions regarding the policy, these letters, or for determinations of covered and non-covered workers shall be directed to State L&I at (360) 902-5330. Effective September 1, 1993, minimum prevailing wages for all work covered by WAC 296-127-018 for the production and/or delivery of materials to a public works contract will be found under the regular classification of work for Teamsters, Power Equipment Operators, etc. +wr aw rr aw wr 1W wo wo $$1$$ Supplemental To Wage Rates $$2$$ Page 16 ESAC DIVISION - TELEPHONE (206) 586-6887 r.. PO BOX 44540, OLYMPIA, WASHINGTON 98504-4540 August 18, 1992 TO: All Interested Parties FROM: Jim P. Christensen Acting Industrial Statistician SUBJECT: Materials Suppliers -WAC 296-127-018 This memo is intended to provide greater clarity regarding the application of WAC 296-127-018 to awarding agencies, contractors, subcontractors, material suppliers and other interested parties. The information contained herein should not be ow construed to cover all possible scenarios which might require the payment of prevailing wage. The absence of a particular activity under the heading "PREVAILING WAGES ARE REQUIRED FOR" does not mean that the activity is not covered. .r Separate Material Supplier Equipment Operator rates have been eliminated. For those cases where a production facility is set up for the specific purpose of supplying materials to a public works construction site, prevailing wage rates for operators of w. equipment such as crushers and batch plants can be found under Power Equipment Operators. PREVAILING WAGES ARE REQUIRED FOR: aw 1. Hauling materials away from a public works project site, including excavated materials, demolished materials, etc. g` 2. Delivery of materials to a public works project site using a method that involves incorporation of the delivered materials into the project site, such as spreading, leveling, rolling, etc. w. 3. The production of materials at a facility that is established for the specific, but not necessarily exclusive, purpose of supplying materials for a public works project. «w 4. Delivery of the materials mentioned in #3 above, regardless of the method of delivery. PREVAILING WAGES ARE NOT REQUIRED FOR: 1. The production of materials by employees of an established materials supplier, in a permanent facility, as well as the delivery of these materials, as long as r. delivery does not include incorporation of the materials into the job site. 2. Delivery of materials by a common or contract carrier, as long as delivery does not include incorporation of the materials into the job site. 3. Production of materials for unspecified future use. $$1$$ Supplemental To Wage Rates $$2$$ Page 17 STAre J � P" 'ail,Is STATE OF WASHINGTON DEPARTMENT OF LABOR AND INDUSTRIES June 18, 1999 rr. TO: Kerry S. Radcliff, Editor Washington State Register +ir FROM: Gary Moore, Director Department of Labor and Industries SUBJECT: Notice re WAC 296-127-018, Coverage and exemptions of workers involved in the production and delivery of gravel, concrete, asphalt, or similar materials The department wishes to publish the following Notice in the next edition of the Washington State Register: 'W NOTICE Under the current material supplier regulations, WAC 296-127-018, the 4W department takes the position that prevailing wages do not apply to the delivery of wet concrete to public works sites, unless the drivers do something more than just deliver the concrete. Drivers delivering err concrete into a crane and bucket, hopper of a pump truck, or forms or footings, are not entitled to prevailing wages unless they operate machinery or use tools that screed, float, or put a finish on the concrete. +.r This position applies only to the delivery of wet concrete. It does not extend to the delivery of asphalt, sand, gravel, crushed rock, or other similar materials covered under WAC 296-127-018. The department's ter' position applies only to this regulation. If you need additional information regarding this matter, please contact Greg Mowat, Program Manager, Employment Standards, at P.O. Box 44510, Olympia, WA 98504-4510, or call (360)902-5310. Please publish the above Notice in WSR 99-13. If you have questions or need additional information, please call Selwyn Walters at 902-4206. Thank you. Cc: Selwyn Walters, Rules Coordinator Patrick Woods, Assistant Director Greg Mowat, Program Manager �r or $$1$$ Supplemeritall to Wage Rates $$2$$ 18 IiEP1Erl1 l VllE rr.Y - I✓rrr,l.IIVL Us—U,—UJ *sr»»s»ast*s»»asatsst»st»»*»tsss*s»ssss»s»ssssss»»s»sss»ts►st»asstassts»*»tssss*sstss»*ssss*sstts*sssstss»sssss**»»s*»ss OVERTIME CODES OVERTIME CALCULATIONS ARE BASED ON THE HOURLY RATE ACTUALLY PAID TO THE WORKER. ON PUBLIC WORKS PROJECTS,THE HOURLY RATE MUST BE NOT LESS THAN THE PREVAILING RATE OF WAGE MINUS THE HOURLY RATE OF THE COST OF FRINGE BENEFITS ACTUALLY PROVIDED FOR THE WORKER. 1. ALL HOURS WORKED IN EXCESS OF EIGHT(8) HOURS PER DAY OR FORTY (40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. C. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. D. THE FIRST EIGHT (8) HOURS ON SATURDAYS OF A FIVE - EIGHT HOUR WORK WEEK AND THE FIRST EIGHT (8) HOURS WORKED ON A FIFTH CALENDAR DAY,EXCLUDING SUNDAY,IN A FOUR-TEN HOUR SCHEDULE,SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT(8) - HOURS PER DAY ON SATURDAY; ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS IN A FIFTH CALENDAR WEEKDAY OF A FOUR - TEN HOUR SCHEDULE; ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH FRIDAY,AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. F. THE FIRST EIGHT(8)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS(EXCEPT LABOR DAY)SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. G. THE FIRST TEN (10) HOURS WORKED ON SATURDAYS AND THE FIRST TEN (10) HOURS WORKED ON A FIFTH CALENDAR WEEKDAY IN A FOUR -TEN HOUR SCHEDULE, SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY,AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. H. ALL HOURS WORKED ON SATURDAYS(EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS OR EQUIPMENT BREAKDOWN)SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ). THE FIRST EIGHT(8)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. e. K. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. L. ALL HOURS WORKED ON SATURDAYS,SUNDAYS AND HOLIDAYS(EXCEPT THANKSGIVING DAY AND CHRISTMAS DAY) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON THANKSGIVING DAY AND CHRISTMAS DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. M. ALL HOURS WORKED ON SATURDAYS(EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS)SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. N. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. P. ALL HOURS WORKED ON SATURDAYS(EXCEPT MAKEUP DAYS)AND SUNDAYS SHALL BE PAID AT ONE AND ONE- HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. Q. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT CHRISTMAS DAY) SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON CHRISTMAS DAY SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SMALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE_ -2- 1. S. ALL HOURS WORKED ON SUNDAYS BETWEEN THE HOURS OF 12:OOAM SUNDAY AND 6:OOAM MONDAY AND ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. T. ALL HOURS WORKED ON SATURDAYS, EXCEPT MAKE-UP DAYS, SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED AFTER 6:OOPM SATURDAY TO 6:OOAM MONDAY AND ON Yrr HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. U. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS(EXCEPT LABOR DftiY)SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. W. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS(EXCEPT MAKE-UP DAYS)SHALL BE PAID AT ONE AND ONE- few HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. 2. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. aw A. THE FIRST SIX (6) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF SIX(6)HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ow B. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. C. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. D. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE, THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT STRAIGHT TIME IN ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. E. ALL HOURS WORKED ON SATURDAYS OR HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE- HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS OR ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. F. THE FIRST EIGHT(8)HOURS WORKED ON HOLIDAYS SHALL BE PAID AT THE STRAIGHT HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. G. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ilk 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. WM I. ALL HOURS WORKED ON SATURDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE- HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. go J. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE, INCLUDING THE HOLIDAY PAY. ALL HOURS WORKED ON UNPAID HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. so K. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY. ow M. ALL HOURS WORKED ON SATURDAYS,SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. O. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY to RATE OF WAGE. 4. A. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. iii `. HOLIDAY CODES rrr 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). E. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, PRESIDENTIAL ELECTION DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(9). +ur G. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY(7). H. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE DAY AFTER rrr THANKSGIVING DAY,AND CHRISTMAS(6). 1. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY(6). tYw N. HOLIDAYS: NEW YEAR'S DAY,PRESIDENTS'DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,VETERANS' DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(9). O. PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,AND CHRISTMAS DAY(6). 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). Q. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,THANKSGIVING DAY, AND CHRISTMAS DAY(6). r11i R. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY,ONE-HALF DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY.(7 1/2). S. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,AND CHRISTMAS DAY(7). T. PAID HOLIDAYS: SEVEN(7)PAID HOLIDAYS. V. PAID HOLIDAYS: SIX(6)PAID HOLIDAYS. W. PAID HOLIDAYS: NINE(9)PAID HOLIDAYS. X. HOLIDAYS: AFTER 520 HOURS - NEW YEAR'S DAY, THANKSGIVING DAY AND CHRISTMAS DAY. AFTER 2080 rr HOURS - NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,CHRISTMAS DAY AND A FLOATING HOLIDAY(8). Y. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, PRESIDENTIAL ELECTION +rr DAY,THANKSGIVING DAY,THE FRIDAY FOLLOWING THANKSGIVING DAY,AND CHRISTMAS DAY(8). Z. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). 6. A. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). C. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,THE DAY AFTER THANKSGIVING DAY,THE LAST WORK DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY(9). D. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS DAY,THE DAY BEFORE OR THE DAY AFTER CHRISTMAS DAY(9). ■r _q b. H. HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). 1. PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(7). L. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY.(8) Q. PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY. UNPAID HOLIDAY_ PRESIDENTS'DAY. R. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,VETERAN'S DAY,THANKSGIVING DAY,AND CHRISTMAS DAY(8). S. PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS EVE DAY,AND CHRISTMAS DAY(8). T. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,THE LAST WORKING DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY(9). U. HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS DAY,CHRISTMAS DAY(9). V. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,DAY AFTER THANKSGIVING DAY,CHRISTMAS EVE DAY,CHRISTMAS DAY, EMPLOYEE'S BIRTHDAY, AND ONE DAY OF THE EMPLOYEE'S CHOICE(10). W. PAID HOLIDAYS: NEW YEAR'S DAY,DAY BEFORE NEW YEAR'S DAY,PRESIDENTS DAY,MEMORIAL DAY, INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, CHRISTMAS DAY,DAY BEFORE CHRISTMAS DAY(10). X. PAID HOLIDAYS: NEW YEAR'S DAY, DAY BEFORE OR AFTER NEW YEAR'S DAY, PRESIDENTS DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY,CHRISTMAS DAY,DAY BEFORE OR AFTER CHRISTMAS DAY,EMPLOYEE'S BIRTHDAY(11). NOTE CODES 8. A. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS,THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE: OVER 50'TO 100'-$1.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100'TO 175'-52.25 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 175'TO 250'-$5.50 PER FOOT FOR EACH FOOT OVER 175 FEET ° OVER 250'-DIVERS MAY NAME THEIR OWN PRICE,PROVIDED IT IS NO LESS THAN THE SCALE LISTED FOR 250 FEET C. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE-HALF TIMES THE DIVERS RATE OF PAY. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS,THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE: OVER 50'TO 100'-$1.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100'TO 150'-51.50 PER FOOT FOR EACH FOOT OVER 100 FEET s 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. w 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, err 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. w ■r �r APPENDIX B -STANDARD PLANS CITY OF RENTON ;r. APPENDIX B STANDARD PLANS ow South Grady Way and Rainier Avenue South Pavement Rehabilitation City of Renton July 2003 wr List of Standard Plans and Details Description Noe City of Renton Catch Basin Type 1 B012 Catch Basin Type 2 —48 inch, 54 inch, or 60 inch B027 Precast Traffic Curb F002 Block Traffic Curb F003 Channelization Markers (sheet 1 of 2) H001 Channelization Markers (sheet 2 of 2) H002 Pavement Marking Details H008 wr WSDOT Survey Stakes H°14 ENTRANCO Cement Concrete Pavement Joints 405.1 Note: These standard plans/details are included in the Contract Provisions for the Contractor's convenience. The Contractor shall keep a copy of the most current edition of both the WSDOT/APWA Standard Plans for Road, Bridge and Municipal Construction and the City of Renton Standard Plans for Road, Bridge and Municipal Construction on the jobsite. Any detail cited in the Contract Documents, or required for construction of the Work, shall apply regardless of whether or not it is included in this Appendix, unless superseded by special details °w on the Plans. .. o u c z N L E Cl O t W 01 O O Q+ E V V+Q C W a M v C v 7:E L + p 7.- o- + U L D 0— v tL ul L CL m L Cl ao o � Z si M. m 0 Q a. Uv) L t v L 7 ti O } 7.0 ui L D �: Z _ Q r o v o C rn + c r t + -U O U O - a. O U Vf O O— u U 3 C v vv- O'L L (D t �v- 3 } u w z C ai D aVl o-- v x vl Q �r jllll► o, } v-- o c L 4- V c V J 4L D Inc -oC.- + o} a tno o D _ O U N L O C v n O v C D 100 L •_ N L. V ° vC 0. C —L 4- -- T tAY D O v V/U (n— O O D } L O E c L T v v 0 } vt m•- } O DO— u a' cv) w E t o a)O } i- v L v Op O v J C o L'_ m U c E CL E u) O-- O+L v 0 E O •_ 0 7 E— O J CL} L E o L N 10 0 D }Y a� + u > > u x am oc •-D D L Y vY v E L 4- L v— m 3 } U aU E v v E+ } v OOOO v> a) ON O L, C L c•- L C r.- L O v N ^•C H Q Y 1!1 Y p ti U W O F c o O C I Z ...r N M v to �p C _ P 9 > 2 n° v Q t c o a +-c O + C C c — m Q)0 O O + m v O LN U N } ut O�V—_ U v v O O O O V) v) v D a VV} L L NO } u O O p vvi v m E+' F E'^L ur o w° 0 o O 14- 0 D li N v p L � aw - a � V�1� pp to — gar \ =a _a ca 's o o_ +rr 0 L S L L L a1 p O O O c - 3 (o m L N O L L u /1� a O O L O v U v O L N a L O O co L m O M m ri a s n i/ ai mr..w WA� .omit ■.N..rr wno..y on-MONO -OPMOM/ loomw wno.n, ....ii ---Now goo . -MM o * o c o B" 12" MAX) n -m + 00 000 m v. 7 (D DD D n o + -h p A U1 �'_0 OD 0 0� _ p, 0 , 4 ° Q �_ v >Q7 0 co n (D e. 1 �•p o. rD (— o' e' •v v o . p.y ° • z 1 � •'e ° 2 -0 MIN N 28"" MAX °. ° ' N p ' (D } X Lnn W Li e co x a 16" M A X N C/) 0 o ° ° t 4" MIN boo ° n Ln O p D- O -_- _.---------.---------------------- 'T11'0 n , O --1 --1 --4 U) O • 'v p;, v �. C e t�, (DD o a `� —-—- — ----- — o n o - a0. a1 o CD (D (D N " O o O v v °O v e . v . O n n n ----^ d------- 7T O O O 0(D 1 0 00 Do e O O O m 7p0' -n 6� Ui A cn to c n 1 D Q' (D 0 7 W O O C•7 o -1 O 6?1 cn N In O + 1 (D O (D N O coo -' 1 V) O n o M < (D n O - - O O , H0 - 7 0 n DDD `') z — n z z z 0 a Q Ur a p \ \ \ U1 t0 D n Q �, -n -n -T, -+' — n a (O Q 0 0 + -a -+ -' Q �+ O< c 0 'c Q -• O (D a (D U) -+ (D • -h O O 7 7 0 (D (D -- 1p u, (D — 3 + - (D (D (D (D (D O aaa (D n 0 (D M (D + 0 0 n 0 m O -• t1 O c O 0 n 01 m 0 7 7 7 - O Q -h -h -h (D O O O O In N n (p (n Cn A 1 0 1 0 -4 00 Ul -F , Q � Q H H H nV D DD m m c � u � s�a a no 4 7 � p o 7 V.s m (-n .A W N '"•"' z m n " ° ° ° ° Q Sao —+ (T1 0.S � a D :K: n cn n V) f -o o cn -I cn :7 z cn m ja o O 1 O :7 0 7• 1 (D (D (D 7"0 0 ".; n O C (D (D - 7 +N +O (D -+(D-0 O < 7 -'n (D n - :7 n O C -(D a o 0� 7 (3D a D' -+ 7 3 O• :7 0 -•Ul-• - 7 "< O (D O O O C - O In - -t w O -+ (D O O0 : :7 a0 `a e ° 0 3 0 1 -• -•m -•m — 0 O f (D H a cn — (D U) 7 :3 O — Lo :T z c + O -+ - + C M a(D m 7 O -+ 7 O -+, £ O +rn 7 ,n n -• + O -h :D 0 0 O - 7 ui s + -h O n 7 1 - —•U) — ��(D -+CD 1 (D a — + n 7• 0 UD Q U 0 3 (D -+n 71 O O 7 :Z 1 (D 9 0 :7 -• Q A co -V- 7 - 0 1 p l ti�C '0 (D 7 (D Co ',:T-0 (D - -'n 7 o Q 'I c0 -+ -•(P cn -n O N Q• (D l7• ::E o 0-0 +n 7 (D (D (D (D n O V) (D -h 0 ;17(D a Nr�,0 ° 1 O (n -+- (D O + D O < n ,-1 O a to (D (D 7 -10 (D O -h(D (D O a C7 7 + e (D 7• U) C —0 7 cn d ti + V) - 7 m cn -+ Nn --z n -+C E a + n O0Q' • (D ;C O (DNS z �.y _ + 7• (D cn _K o (D (D w 3 -+C O (n (D z N O Z (D � �0 N o o°- z + C cn z-'� R► W0 a Z - -•-+- x O • w N ° O 7 + + r�i 0-4 CT N n -•3 fi. � >c £ O n U 7'-A E3 (D O (1 (n n N >v �> > -• V -(D w rvC + z1 0 -+O (D yv m wn Ja toy O N 3 7 O 0 1 - o1-b n + 9 d y Z -+ 3 O 0 -10 0'0 O a O ao � 0 •� 0 70 71 -- U, 0 �(DO (7 ITJ u v 't7 d r"� ` "� ° (nD a Ui UCi N o ° 0(1D Q W a m N° z n — � � N �-^ Z of � bn Q - 44 cr m Z 0 O mO X11 _ a F vwi .&if -.a:b..F _ 1 a O ar r La cr Z Z . n- Z G r. r Q t; a¢ ry o.' U2 T bi ' aN 1_ �.1.... v n NN p _ of;°o j oz I Q cc 0 W a p cv o o }c�O o Izz Z r \ > o ry _ 'jk m cr mz l o,= i t . Qom= ��11 J zz UW ��i �J ��```� way ZOO o r _ Zcr ZA s vIC 91 z Q z Q o c r E m✓ � - -° w a .� •R-� I a E < n r en Q O r rup YIMIf Z� i J V CL w Z co obi co Z Z 2 J 16, (r 6 ,Z/1 Z J n- If lvi p 0 cr o ZU •~ O _ - W W Z¢ 2 a _n iD n J z cr V �� _ N U�_.. r� O 0 n N t v co CL c W J 2 + _ Z C ... _ _ _ O m O O O O F O w ¢ — a r 21 r �£S 01 .01 c� ¢ ¢ ¢ ¢ ¢ > T I x Z - I � O p O V O Z U Z Z N r U p >m O O Z Z W d O a Z _Q JV I WN -p JQ aw a a y I y a _ y v r I r r I ¢ I n •ter morr ....nr MINNOW ..mow r.r "now" w.rr ...r -P O a) z ° O r --i mmM ° zz " ° c� Z —+ ° 1 ' 1 c I D -D ° O n ° ::�E N N ° ° D v °CC) aD rn D W ° ° m 0 a z C n ° ° , D v D W O � v � r rn Q;z we CJ� C� rn O Z D , ° w ° O p ° ° O V l ° s■ s �� D e N Wt- En 3 tv z p > � rnz z � cn � � w A O rn m 0 0 W ..... �... wr..r ■.rr ono WINNOW ..... 0111110-ow ..... ....n ...... ar.rr wr.s ■mommo ww .....sr .rrr «.,.rr ...r z -r—• • • Z 1 p • O m co c w � m m r F O n n z • • F71 m • • m m z ��• z r � r .p • • M m � z ' r �, • • M Dr Dr �7 K r- 0 x 0 D r K r- > • • r � m � * cnccn m V) (/)• � C/') � � -� • • (mil D pp0 ® a • fTl (_- r-- r^ m u O O CP I D Z7 -0 I m < _ = I C/) z III c W N N z 0U O D N O 7U 00 O O C7 C7 C7 � O co • • -P V • • v • • m -� r- -gyp D O 0 0 Q D p O x • • ,— • s �i ♦ 3 a M z � r • • r— D w • z m D C7 � CrJ • '� .-. • o z cn z • � • r- 0 C)_0 U) • • • • A tz� • • • • m a • • 2 r O 0 �N co N " f-7; CP � W � N O m * m � � T--* _ � m co ;uM Z � T4 m M U) u N N M � m N ^ N :TJ =- - N m � N P N o m " r- N -A4 Ui � m " c N D D •• T o (T1 � o z Z " D � m �" -P •• Z D m rn D --i O � rn � � � N n " Dm rm m -a r "O O = N � M Cnm I " -u � m 00NCP m Z .. m N " • Cn O < r- - C � '! z D a CC3 X � DDD �7 * .;o CA000 D �� ♦ cr N N ° D O n ODDD O ♦ 30 z � : ac C c m A Z a' 0. A W E- v � w BOA ;z IAW ca c F z < 71 z e w h w 0 tiw P W o J p O Z 4 >z I I tier .. . O Ol LL. LJ U O Ur tiles 3 _ ~ O m Li W 1 1 Q S N d-7 sw N N O Z Z o < < p n O 1 N `t p rr N L � Q u� v� �•� O � I w Z N = Y N o v' Q u M Q cr r � o � o � 1 � v—,s ow ■N +r yr. r 3 m Z w U WO �, z Q ... z �j ca a � gg o C)0 < aw a �, Aw LLJ CL W c �� w n `.� OL ^ ` �--: a Z J ` rrr I f t -ao _T oo Lj cr- ::)I r oz - U j U O= w p F- ww w �_ � Z �- w O i gJ z T ` , w ` w W w OL Lv �V) N Q zm� LLJ ►—� Z :� .. g cnt= �a CL �- F- In O M w w Y LLJ LJ z t- Z Z _ _ � Q Z cr:E low Q Z — F H t i w CL J L`) F"_ J Z u J(D T U = = t- r w w REM ww �' ��f- = r ZZ zZF- w Z- Wwo o = =a� .w w cn d Q r- Q Z w w Y °(/i Z w F7— J a o w co LLJ ww � Z� Oa- Z � O tL Q Q r- U °O w -------- ---- O _ _ w c N ° Y Z c o W o y o [! to Q N n V �y Y ow p Vi °O ° W a c+- n o O +u O U V J vv NO' N O o Fc 2Z/2568�4:1/BKO o �y w o- o - u. 3 « w I- _ kn TJ - Orvo N� 1- p� v iMl 0-0 0/l/0°-/50:1/1624 -� a 0 f w c a C C O C O v� O �O W O C O « O r C « O N E O O N Q C O,n C U O y O + E W J C v L N O O J J u= cc N- �oc � N Qw m u � o'O, o C �2 � : / a Z Z o O m -o O - W N Wi O o J u E v � '~ vc « u Z � (-D L o o` O ry u ry L D + U [v 10 you O0 Z uW o v o»u 40Z C&G N w Q - C288//27 64 ° O ) 4 V1 c o rn c « c o• � « o v O u E d u J C C C 2 - O P Ln C « Y W o N U o L 68+20 a w m � ° v & w Lo o C u Y « O- ty - W x C CO Ia- C V O n V E C O E u L+ o- ¢ o « S « O 0 0 U O O O H Y♦ L 23+459® PC > z - -' c« o d v �" OF I23/0217/2568/4 1�BKO CD v7 v VrM N v wr - c W T? d t, F J N m v ° e c� _c UJ v _ J ,� `� Q W O -,c cr °b p P +Yr z o o LUM °23 CE 1+0416 a co Q a z m O V N Ln a ,1►' O Q o a:O — z o v o c V) �o no O J ° N d O Z v o«rc z V Noo—r Q v7 Z O F IQ9 TOP FNON 1w v C C N E P c io z O c O O c O m D c o e v c o c O« c H P C o c o 0 c V o v E ]C ] n] O Vl C C S aw O B2 468+50 KB - 15 1+47 ?S ' .O m 11111 m O o m 0 1r o nom v E O LL O O C v Ul o�o p n W LL >0 0+00 v O Y _ D U E� C O E~ Q N V°0 O u.0 ~ W —6 NOON Q Z Z O F 090 BKC > ° DC 060 2'--°�4:I C) LL y L U C O � - « C c O - V O w E C 1 U O N O N tY�Or CL c "OJ O E Y P E o P� o ory a ow ZN YO « U N N C c N C O �~ c N ._ 4 Ot C ] C J aw X O V O O Ll t4/2: 3s 6e KB 6-3 0+32 a W F 3 I/F 2 4:1128— m v z z w a w - ¢ O O V LL "W OO Uz O� W U• _ zO N Y D' L O o •-W � Z N v v w o wN W c Op C 1 26! F L o or ow � m cr a0c t n _ p V) O aw F 035SG/FO?3 FC/I4 2:1 w ,r„ Standard Plan No . 4051 Y.' x )'3a Joint Material. or Saw 6 Fill w/ Joint Sealant See Note 1 rri v II Type I-A Contraction Joints Type I-8 See Keyway Detail �- �q' x 2- Joint Material (Keyway not required for WIMM i See Keyway Detail See Note I-) transverse joints) II C .�N See Thickened Type See Thickened Type II-A Edge Detail Construction Joints Edge Detail Joint Sealant- Joint Sealant -�a' Joint Material �Q Joint Material r-See Note 1 Expansion 0 Cap-_ See Thickened _� � Edge Detail rr 'u Type III-A Through Joint s - Type III-8 x 2- Join*_ Material (not required when existing surface pavement is asphalt), See Note 1 (use w/ \ Rough up Edge Conc or Conc Base) of Ex Conc Pav �2 Ex Conc II ---_ l a ----- �Tnickness E, Pay j QW See Thickened Edge Detail Type IV-B Type Iv-A New to Old Joints „ Notes. I- where required at longituair.al joints. tie bars small Pavement be �8" x 30" @ 36-. deformed grade 40 or better, epoxy Thickness Dowel Bar Size coated. Where reouirea at transverse joints• dowel bars 6- to B" 1' ,x 18" @ 12" ors small be sized as shown in the Table to right, smooth 9' to 11" 21/4" x i8" @ 22" round grade 60 or better, epoxy coated and greased. 12" s over i 1/2' x 18' @ 12' 2. Longitudinal joint spacing should not exceed 155 (to back of curb, . Transverse joint spacing shall not exceed OW 15' . The area of the oonel small not exceed 225 square feet. a 3. Joint offsets at radius points should be at least 1.5' long. _ a. Joint intersection angles of less than 60 degrees should be avoided. is- 5. when a joint is closer than V to a casting. then a Thickened Edge Detail OW minor adjustment in the joint location should be made (not needed for Type AJoints with d 2- 10-) by skewing or shifting the joint alignment to meet the (not needed for Type B Joints with d casting at 90 degrees or normal to the casting_ x 6. Where possible, longitudinal joints should match lane For x Y _14 11W lines. a s 9" 1.25' 2.5" 7. Longitudinal joints are to be construction joints unless o z 10 1.5 3.5' paveo Dy a macnine capaole of placing and finishing concrete for two or more panel widths (in which case Keyway Detail rr a contraction joint can be used) (T = d + 3') 8. As a minimum, projects must include intersection joint layouts. Do Not Scale Types of Joints for Concrete Pavement 6r F Y F- u v ° Ln Ln r w W W Lo u7 ommow �° °�o w m OUJ \I w �0 W a a x 2Q � L m Lo 0 °O wrvi w W 11 O 0 9 IW h O 1110 c� Z to Q�� ¢Q w Q 2 ¢ IN CLi:2 OQW l�D) 2 ti ZO t Il►9 W o �Nrn v tn y O Q r�� e� Z Y o5 _ 3 Q U r W e ?-z tyNsis rp 1 C4 �_w a Zo. Q J 0 W — Q W LL jS .......... Iw I 'd �.. Z y. g 0 a Z.� t ............... ` i O_ LU �- m r ci_ '........ _..._ f • J .� rr -C Z '�I ''NiEk �V � f o ............--J ,t t.r' i,�• 1.., r x t t ._ ( - _-- c% r 0 H O CD ui w O � U - •ivt�i rao.•�.wwac-[rocu.n[•vwasta ft-W ftmr wm� %VWAUr r� ammom ft� Q� •NNNOW Wr yNO lounow air "meow "own* '"WrAO �W �r Q N W W Lj N Li w F- W if) N F K Z J W 2 �' to7 v .. W N W J Z W - d W N •J1d p �9 O (� w z J TdO J 2 oF- tr a mm � 4 wwm of > N , .a {� _ _ o gZ w mm m o a am k7 WV Q] � w Zwvwi N at jai vvx > swim ¢ jy a � 2� Z� F F ? } 3 - u" w J oN � w a wrco) W >Uj U Z W Z a W W m K m U W W W ~ m }m o = W Z W L U Q , m U and W �I w Z O x J UZ Z Z J J 3 ~ p J F J z m O U m r Z Z D w o x > w z o S I.l o o F- 0 7a F- wa a w ° o W O Q N ur O In w w U a a m w U U O D U d N v) F- 3 7 m V! F z z0 z o Q O F W Z Q Z ' F- W Z W F a Q I I z wcw> m > > zz W � I I I K O U O m J W W (n I Z 7aa m � a > a ~i � c°So ? vo z° °d 1 v a $ 2 z �Lr) II I Q S X } O mKQ FaF� (0[J.. U m pap,,U Qi R V o el U O Z Q Oh J m I a m pZ o I 0 ° U I > w d U� W � 1 q� 0 a N €� 0 J Q o o � 3 41 o m % z �a CL(j ox I w $ Zw a r Q J vl J m g J m a Z a Q r m J o m O m ., a a > w U Z m o o om z m F-Z W W Q S x v) o o� v vim o o Ja Ja JJ JxQ z F- o w x v) fn x x d N - m Q Q 6 Q zc3 W JW o UV 0 O m m a o o J (°-n or vU-i oz o/ L) x O O w pKp Vr o O N Ow ! 3 Npp U J Wm 4. la.j J wK 7 vJ U Z y~j d j d do �- Wo WW o 2 K �� W o O O o o ° w ? o o? as ax vi w In F-3 > >3 U o o z 2 o o O y N N 3 v CL CD J m o w m ww m Z > r^ y`Z- U w W w C W w w O N.zt r Q W > Z m W W O O W W ! ` ? O F- ~ a a U U O x U U U ? W _ zz w > zm > a a z z z o w O m x w w a = ` > �a w � tzo am aF a J V � c=i cY3 a o F= ~ F � F a za Z O o �C >- w o n Z p a m m o o o w z o r W >Fw- �l (n �n z 3 J JZV �W J=J= j U Z O p 0 0 3 w W W x J W ~ O d u. >U Cal fNA a a. 74 N Fw-> H � Ta m m Z Z o N N N m v) U 3 W N W Q) � Z o- W j o� W C7 W I-E W u a •Iv•weltia�..�.w�.00-crocaw.vroea�a a wwr %momImn rr uavmmuw v r lmwm� MOB/ vmmmmwI vmffmmA row amomr olmolow "No.so wood" umw.o �r p ,v�aW I i M �xY 'PO h j W o h W G Q. n 2 w '" Q cr Z142 :zt R, zQ �� fW$ iie S Q U LLj III W = Quo III v, o� 2 ` III _ R. Z-1 g � U P $ E]h W� O Lli 9y O LL a W -- - ---- �� Op o" LiJ a w O $ U2 W a � h 1 a o YY I,1 LU � agyy Ln N Sg6g o 1 w o 1 Y II z2t x ux �a a 2WIr Wti o � m n I o > Y III _ w III 2 � W p W III > III LC CD aIIIII D;N�;aN V IIII VIII �, a d VIII k Ui WIII N W CD �I W'I VIII � W , 1 I �AII a II II X u u nv•..-.w..w.wc-crocw<oso.a.,a p M N N yyy v � q o0 W� QCL JQ Zd 133HS 33S 00+k/ VIS-M9 3N 17HO.LVn ~ Zd 1 3HS 3 S p0+� 'b'I5 0 3N/7 alb{N w° �` 0 j I m I ... .. Q Q P utit :; N C , :.. k a W 5Yp 4W a3�cW� (I 4I Q W 4b 3=dit zt . } ! � O It � W rya —3 Wag f E 6 1Ll aa bl uj It 19 d = m W $�r WxxW O «aK =oWti O ,..,..i. .. .. L.L Z �[ F 8' ° y�x E j 3 to PRO, I �O LLI EL to Nt< m I Qm I N M elf I } Q. jax �J�2 L"L W4 ti yxoW ..I L L I h x xa� xaxgl 1.3h I, W - }} n Z I, 13 I I 7 W \ I Y 'f { f 0 QZ I } I, a 11 I > , I, N h } i (3.8 106a: 3/ I N N RN I 9 15lX3A I s .. .. ....... ,; .1 ,. : .. C. I 1 _ _. ....... .. }i oo� i Tz y Q , I� ............. ......:......... .:. ._ co n � i N I a � CIO Wa --4b' ...... .. .:_ o m d f oNo a �p :. a a h QCZ3 W & x Q `h _� y s 8 aox s W W � 22N 2 ti hW W i W 4 W Vtn h Qy �K ..I _.. i ... .._ _ in CD 3. �2 i LU IN L-j lu Z h 2 2 5.4W ❑ S Z $ a a N, RE W W y8a Wy o ZQ 2� O Oa Hi c ui is is m of S4 tl' t+j N N kJ In 2 WW W� .to•�oawwa.w.wo-cwcorpwwwa+a r p 0 s4.0 O & i 1 1A' � �- �h 7. ; 4 W aQ f` i Z� ca zt vl 2 CWJa �.....:. .. .:_ ( ... _. �3 r.� ((�� __.. 55 c5 p �y OR Aye OR W Ay W g Q �i a WHO a ¢ 33 klo OWN Zt LL WW �i$x 4 $ �L cn 111 a s wy ti a �� ti w Aga �� Q ' p W 2O W t W cc CCwt; yW O ah � x ......_� 4Q m�� Rio �W m W w 3 8 W �W xg W N ~ Or � � Z Y Row ga Qi ��ti a W W xy RI awls Noll hQ{O.W y j a ri ai r6 r.: .6 �U-LLJ O r-miss g a LU cu m a w , 1 o x ax N Op II P V 2 : : f f i.�,• :, : I � gsE s 1 11; m jig d m SO W I O i F N .: ... tt r. I Ii .............. � f 7 FIT 1 11 v, Z n b co 1 11.1 a• � (3.8 UA 15/X31 LSZ t .... T.... . I 9A 1S/X3J L5'l 3/: I - � .9llJS£D«LYSM9. ..c»a. � � O� y � ' I r I I o ' I1 Q, I J i l CO...O... OCID IA I h { I t 71 i I i { i Id 13314S .93S 00+H *V-LS-M9 3N545L W fd 1 3H 3 S: 00+ f b'1S= 9 3N17 011 W +4 7if If i i a �h ►� ►� N N Vj� Vj` Q Ww WY n I o•aoasao-.�.w+aa-c wcauecwroa,a ;Zzo :z) CL Ai0738 33S 0041 'VII M9 3Nl7HOIVK 4-1 cr cl ui 1p P, U) yam' 3kw co a 00 O� t6 M ui w) w I`29$ Zt 9 Lut.R LL- 00 -0 Z,2 2 2m LAJ w EL Lo (NJ co (a CO r-i C� L'i Lri ZI L41 WW Q) ca QS 4 PQWic RH OO C) wa 0- 14- Q g, 0 : (\j LO to :j --j -_j --j -i -_j —E—23—v)—m_0 LL U > Q 0 C) f6+ cn j ko 42 3- co No! :1-W �12 O > W ............. .......... it 6 z ........... ti Ls; CD Zj LL, 3/108V 33S 00+kl *V-LS-MO 3N17HOIVn Cz IC N fti 4 L4 t6 "MEMO! �O am� iril � MENEM onm woommo *MOO MENEM MENEM tomm" own" WANNEW WON" MENEM �r y33 - r Y y ro '� 2� M0738 33S OO+f�/ 'VII MJ 3N/7HOIVK 2Q o0 O � U� W W 20 d- y °W � 'Sf WR ginfi Jimd LL-Z .` W wWQ~h0 3:ZW~�2 O O 3 y 0 Q JW�i �a~WW� r Z a aS�W � _ yy ��C � �W?U Wix vq8� ~w a cr ate WEL JW WZp ti� c Sx L"a It rn p� ml J=aj n I,- IN, d �o �99 �Qi��83� i5I Wt0 <�ti ii 3,sg �o$o�ti �g � ' tim ti<,3 h3h0p � � Es , Ix Z Y \ (7 +t l a F a 0 m i 0 N t. .x<e.x...,...xx.x. h O Cl) +r 's a i Q W w 3AOGV 33S 00+1W 'VIS M9 3N 17M)IV N N N � x ti �2 NN Q1 Q1 V +io•ta'+a.s«u+oacroco+�a�ocoafa (YrI111ra1r r � somew bra ft� mmlwaY wen 1 amom/ M� "women rrr