Loading...
HomeMy WebLinkAboutContractAward Date: .5/6/2002 Awarded to: Totem Electric of Tacorna, Inc 2332 S. Jefferson, PO Box 1090, Tacoma, WA 98402 3f33�5022 - 253 272-5214. FAX Ridding Requirements, City of Renton A n=orms, Contract Forms, Conditions of the Contract, Plans and Specifications E sm iii CAG 02 -050 SR 900 -- NE SUNSET € VD. /ANACOR ES AVE. NE ° M►':15 °. � gas tvVVq'� 6 Out b Ott, (EXPIRES: 10/22/03 Citj of Renton 1055 South Grady Way Renton, WA 98055 General Bid Information: (425) 430.7200 City Contact: Mark Longridge (425) 4301 -7243 Consultant Contact: Desiree Brown, PE. Entranco (330) 709 -0301 01 Printed on Recycled Paper CITY OF RENTON RENTON, WASHINGTON CONTRACT DOCUMENTS for the SR 900 - NE SUNSET BLVD. /ANACORTES AVE. NE INTERSECTION IMPROVEMENT PROJECT FEDERAL AID PROJECT P- SPTH- TA96(161)/TA -0359 PROJECT NO. CAG 02 -050 MARCH 2002 BIDDING REQUIREMENTS CONTRACT FORMS CONDITIONS OF THE CONTRACT SPECIFICATIONS PLANS CITY OF RENTON TRANSPORTATION SYSTEMS DIVISION 1055 South Grady Way Renton, WA 98055 ® Printed on Recycled Paper o CITY OF RENTON INDEX I. CALL FOR BIDS ar II. INTRODUCTION �+• 1. INSTRUCTIONS TO BIDDERS 2. SUMMARY OF AMERICANS WITH DISABILITIES ACT POLICY, CITY OF RENTON 3. SUMMARY OF FAIR PRACTICES POLICY, CITY OF RENTON 4. SCOPE OF WORK III. PROJECT PROPOSAL ■a 1. BIDDER'S CHECKLIST 2. PROPOSAL 3. SCHEDULE OF PRICES 4. ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA 5. BID BOND FORM 6. CERTIFICATION FOR FEDERAL -AID CONTRACTS 7. CERTIFICATION OF EEO REPORT are 8. NON - COLLUSION AND DEBARMENT AFFADAVIT 9. ASSIGNMENT OF ANTITRUST CLAIMS 10. MINIMUM WAGE AFFADAVIT FORMS 11. SUBCONTRACTOR LIST FORM rr IV. CONTRACT DOCUMENT FORMS irr I. BOND TO THE CITY OF RENTON 2. CONTRACT AGREEMENT (FHWA) 3. CITY OF RENTON INSURANCE INFORMATION FORM (INCLUDING SAMPLE) 4. CERTIFICATE OF INSURANCE (SAMPLE) V. REQUIRED DOCUMENTS FOR FEDERAL -AID CONSTRUCTION CONTRACTS w, 1. REQUIRED CONTRACT PROVISIONS FOR FEDERAL -AID CONSTRUCTION CONTRACTS (AND AMENDMENT) VI. CONTRACT SPECIFICATIONS 1. SPECIAL PROVISIONS 2. AMENDMENTS TO THE STANDARD SPECIFICATIONS aw APPENDIX A — HOURLY MINIMUM WAGE RATES APPENDIX B — STANDARD PLANS ra to m H:\ DIVISION .S \TRANSPOR.TATDESIGN.ENG\ Ryan\ Anawrtes_Sunset\BidPack \INDEX.DOC SR900 —NE Sunset Blvd. /Anacortes Ave. NE Intersection Improvement Project City of Renton r I. CALL FOR BIDS CITY OF RENTON r No ,K CALL FOR BIDS H:\ DIVISION .S \TRANSPOR.TArDESIGN.ENG\ Ryan\ Anacortes _Sunset\BidPack\i1COVERI.DOC �r u. SR900 — NE Sunset Blvd. /Anacortes Ave. NE Intersection Improvement Project City of Renton 0 4M CITY OF RENTON SR 900 — NE Sunset Blvd. /Anacortes Ave. NE Intersection Improvement Project CALL FOR BIDS .r Sealed bids will be received until 2:30 p.m., April 30, 2002 at the City Clerk's office, 7t' Floor and will be opened and publicly read in the 5th floor conference room #511, Renton City Hall, 1055 S. Grady Way, Renton, ,.r WA 98055. The work to be performed within 45 working days from the date of commencement under this contract shall include, but not be limited to: Furnishing of materials, equipment, tools, labor, and other work or items incidental thereto (excepting any materials, equipment, utilities, or service, if any specified herein to be furnished by Owner or others), and performing all Work as required by the Contract in accordance with the Contract Documents, all of which are made a part hereof. r The Work shall include construction of a traffic signal and approximately 200 linear feet of roadway realignment within the right -of -way of SR 900 -NE Sunset Boulevard and Anacortes Avenue NE, including but not limited to curb, gutter, sidewalk, asphalt concrete pavement, mast arm traffic signal, and all other Work necessary to complete the project as specified and shown in the Contract Documents The City reserves the right to reject any and/or all bids and to waive any and/or all informalities. to For Information regarding this project contact Mark Longridge, Project Manager at (425) 430 -7243 +.a Approved plans and specifications and form of contract documents may be obtained in the Public Works Department Customer Services at the 6th floor Renton Municipal Building (Tel. (425) 430 - 7266), for a non- refundable fee of $35.00 ($32.17, plus $2.83 sales tax) each set plus $5.00 to cover postage, if mailed. The Mailing charge will also be non - refundable. wr A certified check or bid bond in the amount of five percent (5 %) of the total amount of each bid must accompany each bid. A 100% performance bond will be required of the successful bidders. No bids will be accepted after the time and date shown above. ow The City of Renton hereby notifies all bidders that it will affirmatively insure that in any contract entered into pursuant to this advertisement, minority business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color or national origin in consideration of an award. Bonnie Walton, City Clerk Published: Daily Journal of Commerce: 4/5/02 and 4/12/02 to No II. INTRODUCTION CITY OF RENTON 40 now--] w .o aw INTRODUCTION H:\DI VISION. S \TRANSPOR. TAT\DESIGN.ENG\ Ryan \Anacortes_Sunset\BidPack\i1CO VERii. DOC SR900 — NE Sunset Blvd. /Anacortes Ave. NE Intersection Improvement Project City of Renton II. INTRODUCTION ap CITY OF RENTON 1. INSTRUCTIONS TO BIDDERS 1. Sealed bids for this proposal will be received by the City of Renton at the office of the Renton City Clerk, Renton City Hall, until 2:30 p.m., on the date specified in the Call for Bids. wr 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. r. No proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall be submitted on the forms attached hereto. +w 2. The work to be done is shown on the plans. Quantities are understood to be only approximate. Final payment will be based on field measurement of actual quantities and at the unit price bid. The City n reserves the right to add or to eliminate portions of that work as deemed necessary. 3. Plans may be examined and copies obtained at the Public Works Department Office. Bidders shall satisfy themselves as to the local conditions by inspection of the site. W 4. The bid price for any item must include the performance of all work necessary for completion of that item as described in the specifications. 5. The bid price shall be stated in terms of the units indicated and as to a total amount. In the event of errors, the written word unit price bid will govern. Illegible figures will invalidate the bid. 6. The right is reserved to reject any and/or all bids and to waive informalities if it is deemed advantageous to the City to do so. 7. A certified check or satisfactory bid bond made payable without reservation to the Director of Finance of the City of Renton in an amount not less than 5% of the total amount of the bid shall accompany each bid proposal. Checks will be returned to unsuccessful bidders immediately following the .r decision as to award of contract. The check of the successful bidder will be returned provided he enters into a contract and furnishes a satisfactory performance bond covering the full amount of the work within ten days after receipt of notice of intention to award contract. Should he fail, or refuse to .. do so, the check shall be forfeited to the City of Renton as liquidated damage for such failure. 8. All bids must be self - explanatory. No opportunity will be offered for oral explanation except as the '® City may request further information on particular points. 9. The bidder shall, upon request, furnish information to the City as to his financial and practical ability to satisfactorily perform the work. 10. Payment for this work will be made in Cash Warrants. err 11. The contractor shall obtain such construction insurance (e.g. fire and extended coverage, worker's compensation, public liability, and property damage as indicated on forms enclosed under Attachment A herein and as identified within Specification Section 1- 07.18. 12. The contractor, prior to the start of construction, shall provide the City of Renton a detailed bar chart type construction schedule for the project. Orr H:\ DMSION. S\ TRANSPOR. TAT\ DESIGN. ENG\ Ryan\Anacortes _SunsM\BidPack\i11INSTRUCT.DOC SR900 — NE Sunset Blvd. /Anacortes Ave. NE Intersection Improvement Project City of Renton aw ,W II. INTRODUCTION CITY OF RENTON 13. Payment retainage shall be done in accordance with Section 1- 09.9(2) "Retainage and Section" 1W 1- 09.9(3) "Contracting Agency's Right to Withhold and Disburse Certain Amounts" located in City of Renton Supplemental Specifications. tw 14. The construction contract will be awarded by the City of Renton to the lowest, responsible, responsive bidder. The bidder shall bid on all bid schedules set forth in the bid forms. Partial bids will not be accepted. The owner reserves the right to award any or all schedules of the Bid to meet the needs of rr the City. The intent is to award to only one BIDDER. 15. Trench Excavation Safety Systems • As required by RCW 39.04.180, on public works projects in which trench excavation will exceed a depth of four feet, any contract therefor shall require adequate safety systems for the trench excavation that meet the requirements of the Washington Industrial Safety and Health Act, Chapter 49.17 RCW. These requirements shall be included in the Bid Schedule as a separate item. The costs of trench safety systems shall not be considered as incidental to any other contract item and any attempt to include the trench safety systems as an incidental cost is prohibited. 16. Payment of Prevailing Wages aw 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 to work regardless of any contractual relationship which may exist, or be alleged to exist, between the CONTRACTOR and any laborers, workmen, mechanics or subconsultants. to The prevailing wage rate to be in force during the duration of this contract are included within these specifications as Appendix A, "Hourly Minimum Wage Rates ". The wage rates shall be included as part of any subcontracts the CONTRACTOR may enter into for work on this project. 17. Employment of Resident Employees The CONTRACTOR and subcontractors shall employ Washington State residents in accordance with the requirements of RCW 39.16. 18. Water Pollution Control Requirements The CONTRACTOR shall conduct the work in accordance with all applicable pollution control laws. The CONTRACTOR shall comply with and be liable for all penalties, damages, and violations under Chapter 90.48 RCW, in performance of the work. The CONTRACTOR shall also comply with Article 4 in the Puget Sound Air Pollution Control Agency Regulation III regarding removal and encapsulation of asbestos materials. 19. The CONTRACTOR if so desires may determine existing on site features such as the thickness of existing road surfacing, prior to bid opening. The bidders must notify the OWNER within 48 hours wr prior to exploration activity and shall repair all boring and exploration work to preexisting condition. 20. Standard Specifications s 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 am Specifications, Special Provisions other sections of these contract documents. These standard H:\ DIVISION .S \TRANSPOR.TAT\DESIGN.ENG\ Ryan\ Anacones _Sunset\BidPack\i11INSTRUCT.DOC SR900 — NE Sunset Blvd. /Anacortes Ave. NE Intersection Improvement Project City of Renton ■r "M II. INTRODUCTION CITY OF RENTON W 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. A. WSDOT /APWA "2000 Standard Specifications for Road, Bridge and Municipal Construction" and "Division 1 APWA Supplement" hereinafter referred to by the abbreviated title "Standard Specifications." err B. 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. to 21. A soils investigation has not been performed for this project by the City or Engineer. The Bidders 40 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 or existing facilities, utilities and other buried or surface improvements and shall restore the site to the satisfaction of the City. 4W wr H:\ DIVISION .S \TRANSPOR.TAT\DESIGN.ENG\ Ryan\ Amcorta _SunsM\BidPack\iMNSTRUCT.DOC SR900 —NE Sunset Blvd. /Anacortes Ave. NE Intersection Improvement Project City of Renton *W II. INTRODUCTION CITY OF RENTON CITY OF RENTON SUM M R Y OF AMERICANS WITH DISABILITIES ACT POLICY ADOPTED BY RESOLUTION NO. 300 7 The policy of the City of Renton is to promote and afford equal treatment and service to all citizens and to assure employment opportunity to persons with disabilities, when the City of Renton can reasonably accommodate the disability. This policy shall be based on the principles of equal employment opportunity, the Americans With Disabilities Act and other applicable guidelines as set forth in federal, state and local laws. All departments of the City of Renton shall adhere to the following guidelines: (1) EMPLOYMENT PRACTICES - All activities relating to employment such as recruitment, selection, promotion, termination and training shall be conducted in a non- discriminatory manner. Personnel decisions will be based on individual performance, staffing requirements, and in accordance with the Americans With Disabilities Act and other applicable laws and regulations. (2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of Renton will cooperate fully with all organizations and commissions organized to promote fair practices and equal opportunity for persons with disabilities in employment and receipt of City services, activities and programs. (3) AMERICANS WITH DISABILITIES ACT POLICY - The City of Renton Americans With Disabilities Act Policy will be maintained to facilitate equitable representation within the City work force and to assure equal employment opportunity and equal access to City services, activities and programs to all people with disabilities. It shall be the responsibility and the duty of all City officials and employees to carry out the policies and guidelines as set forth in this policy (4) CONTRACTORS' OBLIGATION - Contractors, subcontractors, consultants and suppliers conducting business with the City of Renton shall abide by the requirements of the Americans With Disabilities Act and promote access to services, activities and programs for people with disabilities. Copies of this policy shall be distributed to all City employees, shall appear in all operational documentation of the City, including bid calls, and shall be prominently displayed in appropriate City facilities. CONCURRED IN by the City Council of the City of Renton, Washington, this 4th day of October 1993. CITY F RENTON Mayor Attest: City Clerk H:\ DIVISION .S \TRANSPOR.TAT\DESIGN.ENG\ Ryan \Anacortes_Su15et\B idPack \ii\ADA.doc RENTON CITY COUNCIL: Council President SR900 — NE Sunset Blvd. /Anacortes Ave. NE Intersection Improvement Project City of Renton IL INTRODUCTION CITY OF RENTON siw RESOLUTION NO. 3229 CITY OF RENTON SUMMARY OF PAIR PRACTICES POLICY ADOPTED BY RESOLUTION NO. 3229 rw 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: w (1) EMPLOYMENT PRACTICES - The City of Renton will ensure all employment related activities including recruitment, selection, promotion, demotion, training, retention and separation are conducted in a manner which is based on job - related criteria which does not discriminate against women, minorities and other protected classes. Human resources decisions will be in accordance with individual performance, staffing requirements, governing civil service rules, and labor contract agreements. (2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of Renton will cooperate fully with all organizations and commissions organized to promote fair practices and equal opportunity in employment. (3) AFFIRMATIVE ACTION PLAN - The City of Renton Affirmative Action Plan and Equal Employment Program will be maintained and administered to facilitate equitable representation with the City work force and to assure equal employment opportunity to all. It shall be the responsibility of elected officials, the Mayor, the Affirmative Action Officer, department administrators, managers, supervisors, Contract Compliance Officers and all employees to carry out the policies, guidelines and corrective measures set forth in the Affirmative Action Plan and Equal Employment Program. (4) CONTRACTORS' OBLIGATIONS - Contractors, sub - contractors, consultants and VV 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. to Copies of this policy shall be distributer) 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. VW CONCURRED IN by the City Council of the City of RENTON, Washington, this 7 today of October, 1996. CITY OF RENTON: RENTON CITY COUNCIL: t "! iv ayor Council President ,Attest- C ity Cler H:\ DMSION .S \TRANSPOR.TAT\DESIGN.ENG\ Ryan\Anacortes _Sunset\BidPack \i1FAIRPRAC.doc SR900 — NE Sunset Blvd. /Anacortes Ave. NE Intersection Improvement Project City of Renton M II. INTRODUCTION CITY OF RENTON VW 4. SCOPE OF WORK The work involved under the terms of this contract document shall be full and complete installation of the facilities shown on the plans and in the specifications to include, but not limited to: Furnishing of materials, equipment, tools, labor, and other work or items we incidental thereto (excepting any materials, equipment, utilities, or service, if any specified herein to be furnished by Owner or others), and performing all Work as required by the Contract in accordance with the Contract Documents, all of which ON are made a part hereof. The Work shall include construction of a traffic signal and approximately 200 %W linear feet of roadway realignment within the right -of -way of SR 900 -NE Sunset Boulevard and Anacortes Avenue NE, including but not limited to curb, gutter, sidewalk, asphalt concrete pavement, mast arm traffic signal, and all other Work necessary to complete the project as specified and shown in the Contract Documents M M +r Any contractor connected with this project shall comply with all Federal, State, County, and City codes and regulations applicable to such work and perform the work in accordance with the plans and specifications of this contract document. The funding of this project will be from City and Federal Grant funds. H:\ DIVISION .S \TRANSPOR.TArDESIGN.ENG\ Ryan\ Anacortes _Sunset\BidPack \i \SCOPE.DOC SR900 — NE Sunset Blvd. /Anacortes Ave. NE Intersection Improvement Project City of Renton NE 25th PL Jl NE 24th SE 1ODthh NE 23rd SE 103rd ST E 22nd E 22nd <L9 u NE 19th Si NE 19th 16th ST WA11�AN 'O! 17th 17th BLVD z y °z -3i '< PROJECT _ LOCATION •�, uj ui z > �n 11th PL I11th o NE 11th 0 NE 10th PL Z g NE C 10th CT Nc NE 10th LN nNE 10th ST NE 10th ST p� NE 9th ST > o rQ o rn VICINITY MAP NOT TO SCALE 4m E N T R A N C 0 WWW. ENT RAN CO. COY z rn SE 107th OLIVER N. HAZEN HIGH SCHOOL SE 116th ST III. PROJECT PROPOSAL CITY OF RENTON PROJECT: SR900 — NE Sunset Blvd. /Anacortes Ave. NE Intersection Improvement CAG NO.: 02 -050 COMPANY: ors E�FZ rnlc aF i'Q co�A�,nlr, BID AMOUNT: 2 �/', `�� • 2 g ADDRESS: 2332 S T'cifcrr-� Ave TEL. NO.: 7 3— 83 ,,,. -9803 T c owrA , w A 9 8401 - 1093 9 go.3 PROJECT PROPOSAL H:\DI VISION. S \TRANSPOR.TA'I( DESIGN. ENG\ RyanWnacorta _Sumet\BidPack\iu1COVERui.DOC SR900 — NE Sunset Blvd. /Anacortes Ave. NE Intersection Improvement Project City of Renton III. PROJECT PROPOSAL CITY OF RENTON rr 1. BIDDER'S CHECKLIST io PROJECT PROPOSAL COVER SHEET 1. BIDDER'S CHECKLIST +rr 2. �_ PROPOSAL FORM 3. SCHEDULE OF PRICES 4. Al ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA 5. —� BID BOND FORM 6. F CERTIFICATION FOR FEDERAL -AID CONTRACTS 7. DISADVANTAGED BUSINESS ENTERPRISE UTILIZATION CERTIFICATION 8. CERTIFICATION OF EEO REPORT 9.. �_ NON - COLLUSION AND DEBARMENT AFFIDAVIT 10. ASSIGNMENT OF ANTITRUST CLAIMS 11. >° MINIMUM WAGE AFFIDAVIT FORM iw 12. SUBCONTRACTOR LIST FORM to Above documents must be executed by the Contractor, President and Vice - President or Secretary if +m corporation by -laws permit. All pages must be signed. In the event another person has been duly authorized to execute contracts, a copy of the corporation minutes establishing this authority must be attached to the bid document. r ft Yri H:\DI VISION.S\TRANSPOR. TAT\ DESIGN. ENG\ RyanViumrtn _Sufod\BidPack\ii \CHKIdST.DOC SR900 — NE Sunset Blvd. /Anacortes Ave. NE Intersection Improvement Project City of kenton r III PROJECT PROPOSAL CITY OF RENTON 2. PROPOSAL • TO THE CITY OF RENTON RENTON, WASHINGTON Ladies and/or Gentlemen: The undersigned hereby certify that the bidder has examined the site of the proposed work and have read and thoroughly understand the plans, specifications and contract governing the work embraced in this improvement, and the method by which payment will be made for said work, and hereby propose to undertake and complete the work embraced in this improvement, or as much thereof as can be completed with the money available, in accordance with the said plans, specifications and contract and the following schedule of rates and prices: (Note: Unit prices for all items, all extensions, and total amount of bid should be shown. Show unit prices both in writing and in figures.) Printed Name: Signature: rn Address: Z33 2. ,S Names of Members of Partnership: wr r_ OR Name of President of Corporation Name of Secretary of Corporation Corporation Organized under the laws of With Main Office in State of Washington at SCOTT S T C,PH6ry s �10HN ST�PI�c�S. WAst- 1IPs c,1 -7r' STW . -)332 �TW t-�. H:I DIVISION .S\TRANSPOR.TAIIDESIGN.ENG\ RyanW nworta _Surad\BidPukVh)PROPSAL.DOC SR900 - NE Sunset Blvd. /Anacortes Ave. NE Intersection Improvement Project City of Renton III. PROJECT PROPOSAL CITY OF RENTON I� 3. SCHEDULE OF PRICES ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID (Note: Unit prices for all items, all extentions, and total amount of bid must be shown. Show unit prices in both words and figures and where conflict occurs the written or typed words shall prevail.) M Inr ITEM NO. APPROX. QUANTITY ITEM WITH UNIT PRICED BID Unit Prices to be Written in Words) UNIT PRICE Dollars Cts. AMOUNT Dollars Cts. 1 1 LS Mobilization C n $ .Sc'v'n k a.� �'AN'J 1 ► y v�Y�c i /k�,lo /r�u -1 f' I SDU . b O (% 5j ® . O � per Lump Sum (words) (figures) (figures) 2 1 LS Contractor Supplied Surveying $ Five Two&A -iA /luo PJo4-- 51000.00 000 _0o per Lump Sum (words) (figures) (figures) 3 1 AC Clearing and Grubbing $ T..,ja ,Jp Eta I+vao n�►n lam' 2 g oo . oc�l 2 &ov, o-0 per Acre (words) (figures) (figures) 4 123 LF Removal of Curb and Gutter $ FIv-e- ANV So per Linear Foot (words) (figures) (figures) 5 78 SY Removal of Sidewalk $ 'Tw -el -- A74n ►j6l�a� IZ,AD 93(0'0'0 per Square Yard (words) (figures) - (figures) 6 176 SY Removal of Asphalt Concrete Pavement $ F i F TC t+ 1 / N 7 t° oo /5.3 fo '21-703, 3 per Square Yard (words) (figures) (figures) 7 256 LF Sawcutting $ TWO ADO ZS /fo° L•ZS 5-7(o . va per Linear Foot (words) (figures) (figures) 8 1 LS Relocate Private Improvements $ 5w N� �:,c.atd �I ..1G t'N.wQ�"tef M�'1 '�'��J �e' 1 per Lump Sum (words) V (figures) (figures) 9 1 LS Removal of Structure and Obstructions $ a N G- Tlkojf "!2 Fat �U'S t A"D 11500,00 Soo • 00 per Lump Sum (words) (figures) (figures) 10 1 LS Temporary Driveway $ Fve. AvD N011IOV S?O.LV SZ0, (?fl per Lump Sum (words) (figures) (figures) �Ir SCHPRICEXLS err SR -900 - NE Sunset Blvd. /Anacortes Ave. NE Intersection Improvement Project City of Renton III. PROJECT PROPOSAL CITY OF RENTON ITEM NO. APPROX. QUANTITY ITEM WITH UNIT PRICED BID Unit Prices to be Written in Words UNIT PRICE Dollars Cts. AMOUNT Dollars Cts. 11 1 LS Project Signs $ F,vc- 5-71 . Gb 5-71. b n per Lump Sum ords) (figures) (figures) 12 214 CY Roadway Excavation Including Haul $ b-e- A+VO sZD j�C..3 Z i , So per Cubic Yafd (words) (figures) (figures) 13 20 CY Unsuitable Foundation Excavation Including Haul $ I wt,� k1„ rc Q A- D 4 5'io� - ---- -- 2 314 S q I , 00 per Cubic rd (words) (figures) (figures) 14 266 TN Gravel Borrow Including Haul $ Tw4rb A,,jy 31400 Z O. 39 S g Z 3 .'7 y per Ton (words) (figures) (figures) 15 240 TN Crushed Surfacing Top Course nn ►,11 $ 6—J t' t� Twe�.� d,.c., :2 I .00 S 040 OC3 per Ton (words) (figures) (figures) 16 1,120 SY Planing Bituminous Pavement $ ��f Ar4D per Square Yard (words) (figures) (figures) 17 13 TN Rock for Rock Wall $ 'Six t, ATrfl N i� 0, 0c, .7£-30,0C) per Ton (words) (figures) (figures) 18 13 CY Structure Excavation Class B $ 5 IX TY /+gyp �� /�� b0 , aca -7 80 . cro per Cubic Yard (words) (figures) (figures) 19 8 TN Backfill for Rock Wall $ R FiE Apa c> 9111 per Ton (words) (figures) Ss. o© (figures) 20 215 TN 195 TN Asphalt Concrete Pavement Class fB Including Haul $ r'Fri Firc It.►o '40- per Ton (words) (figures) 55 • oo (figures) 21 Asphalt Concrete Pavement Class E Including Haul $ [�FtY FIVE AvD 40 1tov I O `72 S, 00 per Ton (w rds) (figures) (figures) SCHPRICEALS SR -900 - NE Sunset Blvd. /Anacortes Ave. NE Intersection Improvement Project City of Renton III. PROJECT PROPOSAL CITY OF RENTON ITEM NO. APPROX. QUANTITY ITEM WITH UNIT PRICED BID Unit Prices to be Written in Words UNIT PRICE Dollars Cts. AMOUNT Dollars Cts. 22 453 LF Cement Concrete Curb and Gutter $ 97Ibirrt2;',1 A-t,10 No'itn 1 S. 60 �t (Sy, 00 per Linear Foot (w rds) (figures) (figures) 23 288 SY Cement Concrete Sidewalk / $ ��ej,V EIGt+T q�r� toJi�o Z�. Id CU9Z- . 8o per Square Yard (words) (figures) (figures) 24 10 SY Cement Concrete Approach, 3 -Day $ f�PTY Ftr— Ar-jp ^} °� +� 5 s. vo 550.00 per Square Yard (words) (figures) (figures) 25 100 LF Extruded Curb $ l Yre, J0111r3 hx►D per Linear Foot (words) (figures) (figures) 26 40 CY Bark or Wood Chip Mulch $ i v)e+aTtif Few MBA °I ;va - - -- o% 11oors_00 per Cubic Yard (words) (figures) (figures) 27 180 CY Topsoil Type A $ 7v-) "T`f e�� /� D a' c't oo - Z 5. < per Cubic Yard (words) (figures) (figures) 28 1 LS Temporary Water Pollution /Erosion Control Ku rrn`C $ Fr,w t+44 — AWD uv�iw _ 5-yo, oc per Lump Su (words) (figures) (figures) 29 1 LS Spill Prevention Plan $ 1 l%r- , �` Ar►D ,vv /rw '3L)o.00 3oe,. pc,- (figures) per Lump Sum (words) (figures) 30 165 LF Construction Geotextile for Temporary Silt Fence $ J R-,�tD 2 -c o 33o. o o (figures) per Linear Foot (words) (figures) 31 7 SY Sod Installation $ Ram A-,i D hl0/ 5 -0'COD (figures) 3s0, 00 (figures) per SqLWre Yard (words) 32 77 EA PSIPE Otto Luyken English Laurel (Otto Luyken) #2 Cont. $ -airtM ��O/'00 3O.SO (figures) 21-378 . 50 per Each (words) (figures) SR -900 - NE Sunset Blvd. /Anacortes Ave. NE Intersection Improvement Project SCHPRICEXLS City of Renton III. PROJECT PROPOSAL CITY OF RENTON ITEM NO. APPROX. QUANTITY ITEM WITH UNIT PRICED BID r (Unit Prices to be Written in Words UNIT PRICE Dollars Cts. AMOUNT Dollars Cts. 33 13 EA PSIPE Viburnum Davidii (David's Viburnum) #2 Cont. $ JWe+.jr,f sEye1 M+o iJo /I�v ----^ 2-7. oc 35(. CS c7 per Each (words) (figures) (figures) 34 17 EA PSIPE Viburnum Tinus "Spring Bouquet" (Laurustinus) #2 Cont. $ T-1+19-Ty Lic A,ja "0 ���0 3S,oa 59S,oa per Each (words) (figures) (figures) 35 12 EA PSIPE Rhododendron "Pink Walloper" #5 Cont. $ $1 Xh, TWo A7jc> No %t(au �+Z .C)C> %y UO per Each (words) (figures) (figures) 36 1 LS Traffic Signal and Illumination System Complete rr $ ()4E ItvwflRza ?_ ►6mr- rt+ov5,y o Nmc #t r <- �w�N /rw -to 8 Qy 5 , OQ 10 54S • On per Lump Sum (words) (figures) (figures) 37 440 SF Thermoplastic Crosswalk Stripe $ Doi E "C) Ian gs �i�}, oo per Square Foot (words) (figures) (figures) 38 106 LF Thermoplastic Stop Bar $ A-,) -o oo -- ---- -- . tCa �C3 3 q D , 08 per Linear Foot (words) (figures) (figures) 39 4 EA Thermoplastic` Traffic Arrow $ SP �I�e /lvo NO'►a� ---"�� �C%,00 3�(0. a0 per Each (words) (figures) (figures) 40 573 EA Raised Pavement Marker Type 1 $ Tw o A J 0 fl i 0' per Each (words) (figures) (figures) 41 76 EA Raised Pavement Marker Type 2 $ F•-,>r A.,,,a -75/100 - q. 75 ©o per Each (words) (figures) (figures) 42 1 LS Traffic Control s; $ Fourke.c,., �snun w IwJa 151,x +�0 N f �� I I %%O .or) i q ► w. C per Lump Sum (words) (figures) (figures) 43 1 LS Permanent Signing $��UV r`^� sA�12� 0"t �k �0�roo �--- -, 2 j� pv Z► I SQ. Oa per Lump Sum (woes) (figures) (figures) SCHPRICEALS SR -900 - NE Sunset Blvd. /Anacortes Ave. NE Intersection Improvement Project City of Renton III. PROJECT PROPOSAL CITY OF RENTON ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO. QUANTITY Unit Prices to be Written in Words Dollars Cts. Dollars Cts. 44 1 Resolution of Utility Conflicts FA $ Five Hundred and No Cents $ 500.00 $ 500.00 per Force Account (words) (figures) (figures) 45 1 Utility Potholing FA $ Five Hundred and No Cents $ 500.00 $ 500.00 per Force Account (words) (figures) (figures) 46 1 Trimming & Cleanup LS n 1 $ ©he. oyss}�ID e� �►�..c�vY c(' h*it7 vo — i , Zoo. 00 per Lump Sum (words) (figures) (figures) 47 8 Adjust Catch Basin or Manhole Frame and Cover EA $ F;.r �11 411J �]% ATio N ��a ----- 4/5-0, oc> 3, boo . ,00 per Each (words) (figures) (figures) 48 1 Minor Change EST $ One Dollar and No Cents $ 1.00 $ 1.00 per Estimate (words) (figures) (figures) 49 1 Adjust Valve Box EA $ 7Wr " -dvz� SP %w ZiOe ZlA . 00 per Each (w rds) (figures) (figures) TOTAL 74 � ��e,, �, • Iy Mr. ac�,� ad $ T,JO l.��d� �t �o Zy43 097, Z 6 v-� (words) (figures) SR -900 - NE Sunset Blvd. /Anacortes Ave. NE Intersection Improvement Project SCHPRICEALS City of Renton ■r III. PROJECT PROPOSAL CITY OF RENTON 4. ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA: NO._ DATE NO. DATE aw NO. T DATE M w aw ■r a* SIGNED TITLE NAME OF COMPANY Tonm ELecryzle- of T&co w4 , /'/c- ADDRESS -.33'1- J"aF�!, 1 A,,r- CITY /STATE /ZIP T ^Coat{ t<JA- Y6 yol - MS TELEPHONE 7,53 - $3s - I gO3 Z53 - 2,7 2. - 5 -114 CITY OF RENTON STATE CONTRACTORS BUSINESS LICENSE # a 5 53 LICENSE # T©Tbti 6 T 3 i 5 U S on H:\DI VISION. S\ TRANSPORTAT�DESIGN. ENG\Ryan\Anacorta _Sunul\BidPack\iuUdde da.DOC SR900 — NE Sunset Blvd. /Anacortes Ave. NE Intersection Improvement Project City of Renton rar w u r rrr ar ar tr . III PROJECT PROPOSAL 5. BID BOND FORM CITY OF RENTON Herewith find deposit in the form of a certified check, cashier's check, cash, or bid bond in the amount of $ which amount is not less than five percent of the total bid. Sign here Know All Men by These Presents: That we, TOTEM ELECTRIC OF TACOMA, INC. TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA , as Principal, and as Surety, are held and firmly bound unto the City of Renton, as Obligee, in the penal sum of FIVE PERCENT (5Z) OF TOTAL AMOUNT OF ACCOMPANYING Dollars, for the payment of which the Principal and the Surety bind themselves, their heirs, execu oos, SAL administrators, successors and assigns, jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for — SR900 —NEW SUNSET BLVD. /ANACORTES AVE. NE according to the terms of the proposal or bid made by INTERSECTIQN IMtpROpEMENT pgpJF�T P OJEC� , - GAG 02 -050 tthhe Yrrmcipal theretor� _and a ri$ci a sha u make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure to do so, pay and forfeit to the Obligee the penal amount of the deposit specified in the call for bids, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the amount of this bond. SIGNED, SEALED AND DATED THIS 30TH DAY OF ARIL 2002 TOTEM ELECTRIC OF TACO INC. BY: Principal TRAVELERS CASUALTY AND SURETY C010AAW OF AMERICA BY: ,9 Sure J- ATTORNE°— IN—F2CT Received return of deposit in the sum of $ RUAVISION.SITRANSPOR.TATIDES IGN. ENGIRyantAnacortes _Sunset'BidPackkiiilBIDBOND. doc SR900 — NE Sunset Blvd. /Anacortes Ave. NE Intersection Improvement Project City of Renton 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 oftices it Count}, of Hartford, State of Connecticut, (hereinafter the Companies ") hath made, constituted and a P t the City of Hartford, Presents make, constitute and appoint: Karen Ingram, Karen J. Smith, Ronald Perrault, Thomas P. Hentschell, of Tacoma, ppointed, and do by these r Washington, their true and lawful Attorney(s) -in -Fact, with full power and authority hereby conferred to sign, execute and acknowiedge, at any place within the United States, or, if the following line be filled in, within the area there designated the following instrument(s): by his/her sole signature and 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 W of thr; Companies, and all the acts of said Attorney(s) -in -Fact, pursuant to the authority herein given, are hereby ratified confirmed. and This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions arc Nr 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, an Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary y ma a ppoint Attorneys -in -fact go 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 Ina prescribe � to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other INTitings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove anv such it 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 flit 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. g 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 required) by one more Attomeysiand act and Agents 1purCompany's uant to the power prescribed in his or her certificate Lary, or (b) duly executed (tinder scat, if by one or more Company officers pursuant to a written delegation of authority. to or their certificates of authority or This Power of Attorney and Certificate of Authority is signed and scaled by facsimile under and by authorit y 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 ■r Resolution is now in full force and effect: VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, am Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any rrr power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attornevs -111-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 iii certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to am bond or undertaking to which it is attached. im io Iur (3 -97) 6W III. PROJECT PROPOSAL CITY OF RENTON Certification for Federal -Aid Contracts The prospective participant certifies by signing and submitting this bird or proposal, to the best of his or her knowledge and belief, that: (1) No Federal appropriated funds have been paid or will we paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form -LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. This certification is material representation of the fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each failure. The prospective participant also agrees by submitting his or her bid or proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such subrecipients shall certify and disclose accordingly. DOT Form 272.040 EF Revised W96 H: \DMSION. S\ TRANSPOR. TAT\DESIGN. ENG\ RyanWnawrtes _Sunset\BidPackGiiTEDCERT.dm SR900 — NE Sunset Blvd. /Anaeortes Ave. NE Intersection Improvement Project City of Renton III. PROJECT PROPOSAL CITY OF RENTON 7. CERTIFICATION OF EQUAL EMPLOYMENT OPPORTUNITY REPORT Certification with regard to the Performance of Previous Contracts or Sub - contracts subject to the Equal Opportunity Clause and the filing of Required Reports. The bidder ii proposed subcontractor _, hereby certifies that he has _X—, has not _, participated in a previous contract or subcontract subject to the equal opportunity clause, as required by Executive Orders 10925, 11114 or 11246, and that he has C , has not , filed with the Joint Reporting Committee the Director of the Office of Federal Contract Compliance, A Federal Government contracting or administering agency, or the former President's Committee on Equal Employment Opportunity, all reports due under the applicable filing requirements. to i.. ToTewl ELernue- 01P - A , 114G (Company) M By: Date: (Title) Note: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor (41 CFR 60-1.7 (b) (1), and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause. Contracts and subcontracts which are exempt from the equal opportunity clause are set forth in 41 CFR 60 -1.5. (Generally only contracts or subcontracts of $10,000 or under are exempt.) Currently, Standard Form 100 (EEO -1) is the only report required by the Executive Orders or their implementing regulations. ' Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60 -1.7 (b) (i) prevents the award of contracts and subcontractors unless such contractor submits a report covering the delinquent period or such other period specified by the Federal Highways Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. 0 r7 17 •ar H:I DMSION. S\T RANSPOR. TAT\DESIGN. ENG\Ryan\Anaeorta _Sunm\BidPack\iilEEO.DM SR900 — NE Sunset BlvdJAnacortes Ave. NE Intersection Improvement Project City of Renton M III. PROJECT PROPOSAL CITY OF RENTON 8. NON - COLLUSION AND DEBARMENT AFFIDAVIT * STATE OF WASHINGTON ** COUNTY OF .r I, the undersigned, an authorized representative of i �. }c„,.�` being first dulN sworn on oath do hereby certify that said person(s), firm, association or corporation has (have) not, either directly or indirectly entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted. I further certify that, except as noted below, the firm, associated or corporation or any person in a controlling capacit; associated therewith or any position involving the administration of federal funds; is not currently under suspension, debarment voluntary exclusion, or determination of ineligibility by any federal agency; has not been suspended, debarred, voluntarily excluded or determined ineligible by any federal agency within the past 3 years; does not have a proposed debarment pending and has not been indicted, convicted, or had a civil judgment rendered against said person, firm, association or corporation by court of competent jurisdiction in any matter involving fraud or official misconduct within the past 3 years. I further acknowledge that by signing the signature page of the proposal, I am deemed to have signed and have agreed to th( �. provisions of this affidavit. y� // 5R_ 7 oo Suh 5 V LVL> / �l4<.a I-feS AVe- Name ofl/^ ojec�tj/�� Ive rr Name of Bidder's Firm r a.+ M Signature of Authorized q 30I t z Date of Bidder I certify that I know or have satisfactory evidence that Sco-rT S SG-�+S . is the person who appeared before me, and said person acknowledged that ftWe)'ftgwo this instrument and acknowledged it to be (his/her) free and voluntary act for the uses and purposes mentionedQe ♦ , � YON F.y � • !� ♦ � ,8 n '• Dated 3 y ayc���' ° °'� NOTARY = "♦ f"" Notary Public in and for the State P U S L! C O of Washington residing at P.o_ 3oK \ o 3 i a� c a w A w S P4 0� �•," s, ,;oy G~.` Notary (print): M>4a_r_ STS(- ic7,vs. ♦ -,;c OF , p5'���.�♦ My appointment expires: 5 -ate - ao 0 NOTE: Exceptions will not necessarily result in denial of award, but will be considered in determining bidder responsibility. For any exception noted, indicate above to whom it applies, initiating agency, and dates of action. Providing false information may result in criminal prosecution or administrative sanctions. *A suspending or debarring official may grant an exception permitting a debarred, suspended, or excluded person to participate in a particular transaction upon a written determination by such official stating the reason(s) for deviating form the Presidential policy established by Executive order 12549..." (49 CFR Part 29 Section 29.215). * If notarization of proposal takes place outside of Washington State, DELETE WASHINGTON, and enter appropriate State. ** Fill in county where notarization of proposal takes place. * ** Fill in firm name. H:\ DMSI ON. S\ TRANSPORTAT \DESIGN.ENG\RyanWucorta Sunsd\BidPwk\w1NONCOLL.DOC SR900 — NE Sunset Blvd. /Anacortes Ave. NE Intersection Improvement Project City of Renton III. PROJECT PROPOSAL CITY OF RENTON 9. CERTIFICATION RE: ASSIGNMENT OF ANTITRUST CLAIMS TO PURCHASER STATE OF WASHINGTON ) SS COUNTY OF KING ) trr Vendor and purchaser recognize that in actual economic practice overcharges resulting from antitrust violations are in fact usually borne by the purchaser. Therefore, vendor hereby assigns to purchaser any and all claims for such overcharges as to goods and materials purchased in connection with this order or contract, except as to overcharges resulting from antitrust violations commencing after the date of the bid, quotation, or other event establishing the price under this order or contract. In addition, vendor warrants and represents that „r each of his suppliers and subcontractors shall assign any and all such claims to purchaser, subject to the aforementioned exception. S 12- °i0o nJe SOpser $WO / NAcox -ref, A-ve Ai E INTc�c-rw^l imppo„em&rr 1 "jec- Name of Project TdTEt OLZ C C- OF TA-COMA � ON 6i Name of Bidder's Firm q1 30107 Date I certify that I know or have satisfactory evidence that is the person who appeared before me, and said person acknowledged that (he /she) signed this instrument and acknowledged it to be +•� (his/her) free and voluntary act for the uses and purposes mentioned in the instrument. Dated 30 - O c�- `�� " • S reb �' : ,, Notary Public in and for the State Q , . ,��5 E.a, . F ys of Washington residing at /9 a _ tr` • _ NO TA r Notary (print): p k ,2 c- My appointment expires: s - a/o - o5 �'•�. OF W ASS' No 0 ow H:\ DMSION. S \TRANSPORTATNDESIGN.ENG\Ryan4Uu ttea _Swnet\BidPack\iuUNTYMUST.DOC SR900 — NE Sunset Blvd. /Anacortes Ave. NE Intersection Improvement Project City of Renton III. PROJECT PROPOSAL CITY OF RENTON W 10. MENIMUM WAGE AFFIDAVIT FORM STATE OF WASHINGTON ) SS COUNTY OF KING ) I, the undersigned, having been duly sworn, deposed, say and certify that in connection with the performance of the work of this project, I will pay each classification of laborer, workman, or mechanic employed in the performance of such work; not less than the prevailing rate of wage or not less than the minimum rate of wages as specified in the principal contract; that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. S 2 5 oo A ; SANse-r 13LVO rexSucTJwa 1Mpro► -f„ Prr�e-&f— Name of Project �- (° LTC t'>z IG _ A- co►N,q / ill L, Name of Bidder's Firm i. Signature of Authorized RepiKesentative of Bidder q1 301b2— Date nr I certify that I know or have satisfactory evidence that a-,0Ti scbv t— is the person who appeared before me, and said person acknowledged that (he /she) signed this instrument and acknowledged it to be r (his/her) free and voluntary act for the uses and purposes mentioned in the instrument. Dated 3 - o , {1,,. p .%,,,,.,.. y rrr `Q•'4o���ssaa E+p'9�'F'% " Notary Public in and for the State NOVA Ry : - of Washington residing at , A(,.i .,.,.A ~ Notary (print): src� L+-Q� s PUB L (C z ' zs My appointment expires: :9J� ''•.S . oy WA 77 H:\DM S ION. S \TRANSPOR. TAi1DE SIGN. ENG\Ryan\Anam rtn_Sunset\B idPack\i iNvIIN W AGE. DOC SR900 — NE Sunset Blvd. /Anacortes Ave. NE Intersection Improvement Project City of Renton III. PROJECT PROPOSAL 11. SUBCONTRACTOR LIST FORM CITY OF RENTON RCW 39.30 -060 requires that for all public works contracts exceeding $1,000,000 the bidder shall submit the ■r names of all subcontractors whose subcontract amount exceeds 10 percent of the contract price. The completed Subcontractor List form shall be submitted as part of the bid submittal. Failure to submit the �. completed for shall render the bidder's bid nonresponsive and, therefore, void. Complete one of the following for contracts that exceed $1,000,000: it A. There are no subcontractors proposed whose subcontract amount exceeds 10 percent of the contract price. ,.., Name: � �%�/ . ���� �� t Title: Signature: B. The following subcontractor(s) subcontract amount exceeds 10 percent of the contract price: (list subcontractor and bid item) Bid Item (s) Subcontractor Name Address Phone No. State Contractor's License No rrl Bid Item (s) Subcontractor Name Address ®1 Phone No. State Contractor's License No Bid Item (s) Subcontractor Name 111111 Address Phone No. State Contractor's License No rr Bid Item (s) Subcontractor Name w Address Phone No. State Contractor's License No io Ir H:\ DIVISION. S \TRANSPOR.TArDESIGN.ENG\ Ryan\Anacorta _Sunut\BidPsck\iiISUBLIST.DOC SR900 — NE Sunset Blvd. /Anacortes Ave. NE Intersection Improvement Project City of Renton i Project Title: SR -900 SUNSET /ANACORTES SIGNAL IMPROVEMENTS BID DATE: April 30, 2002 Item Unit Est. No. Description Quantity TOTEM ELECTRIC, INC. Unit Bid Price Amount 1 Mobilization LS 1 17,500.00 17,500.00 2 Contractor Supplied Surveying LS 1 5,000.00 5,000.00 3 Clearing and Grubbing AC 1 2,800.00 2,800.00 4 Removal of Curb and Gutter LF 123 5.50 676.50 5 Removal of Sidewalk SY 78 12.00 936.00 6 Removal of Asphalt Concrete Pavement SY 176 15.36 2,703.36 7 Sawcutting LF 256 2.25 576.00 8 Relocate Private Improvements LS 1 6,950.00 6,950.00 9 Removal of Structure and Obstructions LS 1 1,500.00 1,500.00 10 Temporary Driveway LS 1 500.00 500.00 11 Project Signs LS 1 571.00 571.00 12 Roadway Excavation Including Haul CY 214 21.50 4,601.00 13 Unsuitable Foundation Excavation Including Haul CY 20 23645 469.00 14 Gravel Borrow Including Haul TN 266 20.39 5,423.74 15 Crushed Surfacing Top Course TN 240 21.00 5,040.00 16 Planing Bituminous Pavement SY 1,120 4.75 5,320.00 17 Rock for Rock Wall TN 13 60.00 780.00 18 Structure Excavation Class B CY 13 60.00 780.00 19 Backfill for Rock Wall TN 8 15.00 120.00 20 Asphalt Concrete Pavement Class B Including Haul TN 215 55.00 11,825.00 21 Asphalt Concrete Pavement Class E Including Haul TN 195 55.00 10,725.00 22 Cement Concrete Curb and Gutter LF 453 18.00 8,154.00 23 Cement Concrete Sidewalk SY 288 28.10 8,092.80 24 Cement Concrete Approach, 3 -Day SY 10 55.00 550.00 25 Extruded Curb LF 100 5.25 525.00 26 Bark or Wood Chip Mulch CY 40 25.00 1,000.00 27 Topsoil Type A CY 180 25.00 4,500.00 28 Temporary Water Pollution/Erosion Control LS 1 550.00 550.00 29 Spill Prevention Plan LS 1 300.00 300.00 30 Construction Geotextile for Temporary Silt Fence LF 165 2.00 330.00 31 Sod Installation SY 7 50.00 350.00 32 PSIPE Otto Luyken English Laurel (Otto Luyken) #2 Co EA 77 30.50 2,348.50 33 PSIPE Viburnum Davidii (David's Viburnum) #2 Cont. EA 13 27.00 351.00 34 PSIPE Viburnum Tinus "Spring Bouquet" (Laurustinus) EA 17 35.00 595.00 35 PSIPE Rhododendron "Pink Walloper" #5 Cont. EA 12 62.00 744.00 36 Traffic Signal and Illumination System Complete LS 1 108,945.00 108,945.00 37 Thermoplastic Crosswalk Stripe SF 440 1.85 814.00 38 Thermoplastic Stop Bar LF 106 3.68 390.08 39 Thermoplastic Traffic Arrow EA 4 79.00 316.00 40 Raised Pavement Marker Type 1 EA 573 2.10 1,203.30 41 Raised Pavement Marker Type 2 EA 76 4.75 361.00 42 Traffic Control LS 1 14,660.00 14,660.00 43 Permanent Signing LS 1 2,150.00 2,150.00 44 Resolution of Utility Conflicts FA 1 500.00 500.00 45 Utility Potholing FA 1 500.00 500.00 46 Trimming & Cleanup LS 1 1,200.00 1,200.00 47 Adjust Catch Basin or Manhole Frame and Cover EA 8 450.00 3,600.00 48 Minor Change EST 1 1.00 1.00 49 Adjust Valve Box EA 1 270.00 270.00 SCHPRICEALS, BidTab TOTAL: 248,097.28 W. CONTRACT DOCUMENT FORMS IV CITY OF RENTON 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. H:\ Division .s \TRANSPOR.TAT\DESIGN.ENG\ Ryan\ Anacones _Sunscl \BidPack\ivICOVERiv.DOC SR 900 — NE Sunset Blvd. /Anacortes Ave. NE Intersection Improvement Project City of Renton a 3 5 -� 74 IV. CONTRACT DOCUMENT FORMS CITY OF RENTON 2. FHWA FEDERAL - AID CONTRACTS ONLY THIS AGREEMENT, made and entered into this � day of 0ii rrx , 20�. by and between THE CITY OF RENTON, Washington, a municipal corporatio f the State of Washington, hereinafter referred to as "CITY" and Totem Electric of Tacoma. Inc. , hereinafter referred to as "CONTRACTOR." WITNESSETH: 1) The Contractor shall within the time stipulated, (to -wit: within 45 working days from date of commencement hereof as required by the Contract, of which this agreement is a component part) perform all the work and services required to be performed, and provide and furnish all of the labor, materials, appliances, machines, tools, equipment, utility and transportation services necessary to perform the Contract, and shall complete the construction and installation work in a workmanlike manner, in connection with the City's Project (identified as No. CAG 02 -050 ) for improvement by construction and installation of: The Work shall include construction of a traffic signal and approximately 200 linear feet of roadway realignment within the right -of -way of SR 900 -NE Sunset Boulevard and Anacortes Avenue NE, including but not limited to curb, gutter, sidewalk, asphalt concrete pavement, mast arm traffic signal, and all other Work necessary to complete the project as specified and shown in the Contract Documents All the foregoing shall be timely performed, furnished, constructed, installed and completed in strict conformity with the plans and specifications, including any and all addenda issued by the City and all other documents hereinafter enumerated, and in full compliance with all applicable codes, ordinances and regulations of the City of Renton and any other governmental authority having jurisdiction thereover. It is further agreed and stipulated that all of said labor, materials, appliances, machines, tools, equipment and services shall be furnished and the construction installation performed and completed to the satisfaction and the approval of the City's Public Works Director as being in such conformity with the plans, specifications and all requirements of or arising under the Contract. 2) The aforesaid Contract, entered into by the acceptance of the Contractor's bid and signing of this L 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. H:\ DNISION .S \TRANSPOR.TAnDESIGN.ENG\ MARK\. Sunset- Anacorte \BidPnk \iv\FHWACONTRACT.DOC SR 900 — NE Sunset Blvd. /Anacortes Ave. NE Intersection Improvement Project City of Renton q a) This Agreement b) Instruction to Bidders c) Project Proposal d) Specifications e) Maps and Plans f) Bid g) Advertisement for Bids h) Special Provisions, if any i) Addenda, if any and all modifications or changes issued pusuant to the Contract Documents. H:\ DNISION .S \TRANSPOR.TAnDESIGN.ENG\ MARK\. Sunset- Anacorte \BidPnk \iv\FHWACONTRACT.DOC SR 900 — NE Sunset Blvd. /Anacortes Ave. NE Intersection Improvement Project City of Renton q IV. CONTRACT DOCUMENT FORMS CITY OF RENTON 3) If the Contractor refuses or fails to prosecute the work or any part thereof, with such diligence as will insure its completion within the time specified in this Contract, or any extension in writing thereof, or fails to complete said work with such time, or if the Contractor shall be adjudged a bankrupt, or if he should make a general assignment for the benefit of his creditors, or if a receiver shall be appointed on account of the Contractor's insolvency, or if he or any of his subcontractors should violate any of the provisions of this Contract, the City may then serve written notice upon him and his surety of its intention to terminate the Contract, and unless within ten (10) days after the serving of such violation or non - compliance of any provision of the Contract shall cease and satisfactory arrangement for the correction thereof be made, this Contract, shall, upon the expiration of said ten (10) day period, cease and terminate in every respect. In the event of any such termination, the City shall immediately serve written notice thereof upon the surety and the Contractor and the surety shall have the right to take over and perform the Contract, provided, however, that if the surety within fifteen (15) des after the serving upon it of such notice of termination does not perform the Contract or does not commence performance thereof within thirty (30) days from the date of serving such notice, the City itself may take over the work under the Contract and prosecute the same to completion by Contract or by any other method it may deem advisable, for the account and at the expense of the Contractor, and his surety shall be liable to the City for any excess cost or other damages occasioned the City thereby. In such event, the City, if it so elects, may, without liability for so doing, take possession of and utilize in completing said Contract such materials, machinery, appliances, equipment, plants and other properties belonging to the Contractor as may be on site of the project and useful therein. 4) The foregoing provisions are in addition to and not in limitation of any other rights or remedies available to the City. 5) Contractor agrees and covenants to hold and save the City, its officers, agents, representatives and employees harmless and to promptly indemnify same from and against any and all claims, actions, damages, liability of every type and nature including all costs and legal expenses incurred by reason of any work arising under or in connection with the Contract to be performed hereunder, including loss of life, personal injury and/or damage to property arising from or out of any occurrence, omission or activity upon, on or about the premises worked upon or in any way relating to this Contract. This hold harmless and indemnification provision shall likewise apply for or on account of any patented or unpatented invention, process, article or appliance manufactured for use in the performance of the Contract, including its use by the City, unless otherwise specifically provided for in this Contract. In the event the City shall, without fault on its part, be made a party to any litigation commenced by or against Contractor, then Contractor shall proceed and hold the City harmless and he shall pay all costs, expenses and reasonable attorney's fees incurred or paid by the City in connection with such litigation. Furthermore, Contractor agrees to pay all costs, expenses and reasonable attorney's fees that may be incurred or paid by City in the enforcement of any of the covenants, provisions and agreements hereunder. 6) Any notice from one party to the other party under the Contract shall be in writing and shall be dated and signed by the party giving such notice or by its duly authorized representative of such party. Any such notice as heretofore specified shall be given by personal delivery thereof or by depositing same in the United States mail, postage prepaid, certified or registered mail. H:\ DIVISION .S \TRANSPOR.TATDESIGN.ENG\MARK\ Sunset- Anacortcs \BidPack \iv \FHWACONTRACT.DOC SR 900 — NE Sunset Blvd. /Anacortes Ave. NE Intersection Improvement Project City of Renton IV. CONTRACT DOCUMENT FORMS CITY OF RENTON 7) The Contractor shall commence performance of the Contract no later than 10 calendar days after Contract final execution, and shall complete the full performance of the Contract not later than 70 working days from the date of commencement. For each and every working day of delay after the established day of completion, it is hereby stipulated and agreed that the damages to the City occasioned by said delay will be the sum of (in accordance with Standard Specifications) liquidated L'i damages (and not as a penalty) for each such day, which shall be paid by the Contractor to the City. 8) Neither the final certificate of payment not any provision in the Contract nor partial or entire use of any installation provided for by this Contract shall relieve the Contractor of liability in respect to any warranties or responsibility for faulty materials or workmanship. The Contractor shall be under the duty to remedy any defects in the work and pay for any damage to other work resulting therefrom which shall appear within the period of one (1) year from the date of final acceptance only that work listed in Group(s) none of the Summary of quantities in the Contract Plans, i.e. the "Federal Non- participating Items," unless a longer period is specified. However, all manufacturer's warranties or guarantees on electrical and mechanical equipment, consistent with those provided as customary trade practice, shall be assigned to the City at the time of project acceptance. The Contractor shall further be required to supply warranties or guarantees providing for satisfactory in- service operation of any mechanical and electrical equipment and related components involved in Group(s) none of the Summary of Quantities in the Contract Plans, i.e. "Federal Participating Items" for a period not to exceed 6 months following project acceptance. The City will give notice of observed defects as heretofore specified with reasonable promptness after discovery thereof, and Contractor shall be obligated to take immediate steps to correct and remedy any such defect, fault or breach at the sole cost and expense of Contractor. 9) The Contractor and each subcontractor, if any, shall submit to the City such schedules of quantities and costs, progress schedules, payrolls, reports, estimates, records and miscellaneous data pertaining to the Contract as may be requested by the City from time to time. 10) The Contractor shall furnish a surety bond or bonds as security for the faithful performance of the Contract, including the payment of all persons and firms performing labor on the construction project under this Contract or furnishing materials in connection with this Contract; said bond to be in the full amount of the Contract price as specified in Paragraph 11. The surety or sureties on such bond or bonds must be duly licensed as a surety in the State of Washington. 11) The total amount of this contract is the sum of $248,097.28 numbds Two Hundred and Forty Eight Thousand, Ninety Seven dollars and Twenty Eight cents wn en wor0s which includes any required Washington. State Sales Tax. Payments will be made to Contractor as specified in the "Special Provisions" of this Contract. H:\ DIVISION .S \TRANSPOR.TAI�DESIGN.ENG\ MARK\ Sunset- Anacortes \BidPack \iv\FHWACONTRACT.DOC SR 900 — NE Sunset Blvd. /Anacortes Ave. NE Intersection Improvement Project City of Renton 4W "W IV. CONTRACT DOCUMENT FORMS CITY OF RENTON to 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. 77 ■r CONTRACTOR K President/Partner /Owner to dba ©� T —�f�l� �_ _ TC?�� C of C O'_ +4 . . Firm Name CITY O NTON or ATTEST f ot City Clerk check one O Individual O Partnership A Corporation Incorporated in Attention: If business is a CORPORATION, name of the corporation should be listed in full and both President and Secretary must sign the contract, OR if one signature is permitted by corporation by -laws, a copy of the by- laws shall be furnished to the City and made a part of the contract document. If business is a PARTNERSHIP, full name of each partner should be listed followed by d/b /a (doing ,r business as) and firm or trade name; any one partner may sign the contract. If business is an INDIVIDUAL PROPRIETORSHIP, the name of the owner should appear followed by d/b /a and name of the company. H:\ DIVISION. S \TRANSPOR.TAT\DESIGN.ENG\MARK\ Sunset- Anaeortes \HidPack \iv\FHWACONTRACT.DOC SR 900 — NE Sunset Blvd. /Anacortes Ave. NE Intersection Improvement Project City of Renton to t= M iV. CONTRACT DOCUMENT FORMS FEDERAL -AID FHWA PROJECTS ONLY 1. BOND TO THE CITY OF RENTON KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned TOTEM ELECTRIC OF TACOMA, INC. CITY OF RENTON BOND NO.103684536 as principal, and TRAVELERS CASUALTY AND SURETY corporation organized and existing under the laws of the State of CT —COMPANY OF AMEKIGA as a surety corporation, and qualified under the laws of the State of Washington to become surety upon bonds of contractors with municipal corporations, as surety are jointly and severally held and firmly bound to the City of Renton in the penal sum of $ 248,097.28 for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or person representatives, as the case may be. This obligation is entered into in pursuance of the statutes of the State of Washington, the Ordinance of the City of Renton. Dated at TACOMA , Washington, this 6TH day of JUNE , 2002 Nevertheless, the conditions of the above obligation are such that: WHEREAS, under and pursuant to Public Works Construction Contract CAG- 02 -XXX providing for construction of SR 900 – NE Sunset Blvd /Anacortes Ave. NE Intersection Improvement Project (project name) the principal is required to furnish a bond for the faithful performance of the contract; and a� WHEREAS, the principal has accepted, or is about to accept, the contract, and undertake to perform the work therein provided for in the manner and within the time set forth; NOW, THEREFORE, if the said TOTEM ELECTRIC OF TACOMA, INC_ shall faithfully perform all of the provisions of said contract in the manner and within the time therein set forth, or within m such extensions of time as may be granted under said contract, and shall pay all laborers, mechanics, subcontractors and material -men, and all persons who shall supply said principal or subcontractors with provisions and supplies for the carrying on of said work, and shall hold said City of Renton harmless from any loss or damage occasioned to m any person or property by reason of any carelessness or negligence on the part of said principal, or any subcontractor in the performance of said work, and shall indemnify and hold the City of Renton harmless from any damage or expense by reason of failure of performance as specified in said contract or from defects appearing or developing in the operation of any mechanical or electrical equipment and related components provided under such contract within a period of six months after its acceptance thereof by the City of Renton, then his obligation shall become null and void, otherwise it shall be and remain in full force. Customary trade warranties or guarantees on electrical and mechanical equipment shall be assigned to the City of Renton. TOTEM ELECTRIC OF TACOMA, INC. Principal BY: Signature TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA Surety BY: - - - -� Signa re r _ V I l R C S l D L. j KAREN J. SMITH, ATTORNEY– IN -Ykr! ._.. -- Title Title Approved by Larry Warren 2114i922 rr H:\DMSION.S \TRANSPORTAT\ DESIGN. ENGU tya nWrmcones _Sunsn\BidPack\iv\FEDBOND.DOC SR 900 – NE Sunset B1vII: /Ar,arortes Ave. NE Intersection Improvement Project City of Renton M TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY Hartford, Connecticut 06183 -9062 POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S)- [N -FAC•r 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 Cite of Hartford, County of Hartford, State of Connecticut, (hereinafter the "Companies ") ltath made, constituted and appointed, and do by these presents make, .constitute and appoint: Karen Ingram, Karen J. Smith, Ronald Perrault, Thomas P. Hentschell, of "Tacoma, Washington, their true and lawful Attorney(s) -in -Fact, with full power and authority hereby conferred to sign, execute and acknowledge, at any place within the United States, or, if the following line be filled in, within the area there designated the following instrument(s): by his/her sole signature and �!ct, any and all bonds, recognizances, contracts of indemnity, and other rrr -writings cbligatory_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 Attorneys) -in -Fact, pursuant to the authority herein given, arc 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 Attorncys -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 thaCompany's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligaton in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time ma) remove anv such appointee and revoke the power given him or her. VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation rs rn wrrtutg and a copy thereof is filed in the office of the Secretary. VO fED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditionai undertaking shall he valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, Inv Senior Vice President or any Vice President, any Second Vice ['resident, the Treasurer, any Assistant Treasurer, the Corporate Secretary or anv Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary, or (b) duly executed (under seal, It 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 scaled by facsimile under and by authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY COMPANY OF 'AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, which Resolution is now in full force and effect: VOTED l hat the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, am VICC President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be allixed by facsimile to am. power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -m -I act for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof; and any such power of attorney ' or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so eXecuted and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to am hoed of undertaking to which it is attached is -9»i IN WITNESS WHEREOF, TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUAL'T'Y AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY have caused this instrument to be �r signed by their Senior Vice President, and their corporate seals to be hereto affixed this 15th da_y of May, 2000. S I n"fl: OF CONNECfICU'l )SS. I lariford COON I OF 1IARTITORD � g3, d' *.r�95llpflY yJ� NOS GAS(�U,qi 3 ! W HARTFORD, < 0 e H �rORO,� �" 1982 p corm. N. o Z TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY By._ George W. Thompson Senior Vice President On this 15111 day of May, 2000 before me personally came GEORGE W. THOMPSON to me known, who, being by me duly sworn, did depose and say: that he /she is Senior Vice President of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, the corporations described in and which executed the above instrument; that he /she knows the seals of said corporations; that the seals affixed to the said instrument are such corporate seals; and that he /she executed the said instrument on behalf of the corporations by authority of his/her office under the Standing Resolutions thereof. p.TET� Ar�e00 ��O My commission expires June 30, 2001 Notary Public Marie C. Tetreault m CERTIFICATE 1, the undersigned, Assistant Secretary of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, stock corporations of the State of Connecticut, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority remains in full force and has not been revoked; and furthermore, that the Standing Resolutions of the Boards of Directors, as set forth in the Certificate of Authority, are now in force. rrr Signed and Sealed at the Home Office of the Company, in the City of Hartford, State of Connecticut. Dated this 6TH day of JUNE , 2002 to e a i HARTFORD,) X +s { Carl. R (.111ARTFORDORD ,Iy A/y0 , < CONN. n r,XSU,4< ? ay-rL i 2 198 6 By Kori M. Johanson Assistant Secretary, Bond ACORD�, CERTIFICATE OF LIABILITY INSURANCE 06 /06 /2002 RODUCER (253) 272 -1151 FAX (253) 272 -1225 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE rHentschell &Associates, Inc. HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR One Pacific Building ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 621 Pacific Ave., Suite 400 INSURERS AFFORDING COVERAGE Tacoma, WA 98402 INSURED INSURER A: St. Paul Fire & Marine Insurance Company Totem Electric of Tacoma, Inc. INSURER B: r P.O. Box 1093 INSURER C: Tacoma, WA 98401 INSURER D: INSURER E iWCOVERAGES I I a I I I r THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE ATE MM /DD /YY POLICY EXPIRATION ATE I MM /DD/YY LIMITS GENERAL LIABILITY KK08400303 09/30/2001 09/30/2002 EACH OCCURRENCE $ 1,000,000 FIRE DAMAGE (Any one fire) $ 100,000 X COMMERCIAL GENERAL LIABILITY MED EXP (Any one person) $ 5,000 CLAIMS MADE Fil OCCUR PERSONAL a ADV INJURY $ 1,000,000 A X EMPLOYERS LIAB . (WA -Stop Gap) GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP /OP AGG $ 2,000,000 POLICY X jECT LOC AUTOMOBILE LIABILITY ANY AUTO KKO8400303 09/30/2001 09/30/2002 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 X BODILY INJURY (Per person) $ q ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS X BODILY INJURY (Per accident) $ X PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC $ ANY AUTO $ AUTO ONLY: AGG EXCESS LIABILITY KKO8400303 09/30/2001 09/30/2002 EACH OCCURRENCE $ 1,000,000 AGGREGATE $ 1,000,000 xi OCCUR ❑ CLAIMS MADE etention $ 10,000 A $ DEDUCTIBLE $ RETENTION $'° '' WORKERS COMPENSATION AND _. ,...:...._,. WC STATU- OTH- TORY LIMITS ER E.L. EACH ACCIDENT $ EMPLOYERS' LIABILITY I JUN ® ! 002 E.L. DISEASE - EA EMPLOYEE $ E.L. DISEASE - POLICY LIMIT $ OTHER s DESCRIPTION OFOPERAIIUNSILUGAIIUNS IVtnIULtS /eAALUAIUNJAUUCUDI e: SR900 - NE Sunset Blvd. /Anacortes Ave. NE Intersection Improvement Project. The City of Renton is added as an Additional Insured - Primary and Non - Contributory as respects this project only per the ttached Endorsement #G0322. A Waiver of Subrogation in favor of the Certificate Holder applies er the attached Endorsement #G0326. ERTIFICATE HOLDER I X I ADDITIONAL City of Renton Att: Mike Webby 1055 South Grady Way Renton, WA 98055 26-S(7/97) ; INSURER LETTER A CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL *X]YcX1iMN MAIL 45 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, p4Xr�X1�C J�iI ObXIXXIA6XIlE�C�X�4XD(a iG1�X96a6lLIX�fK�QXXXIX�➢ii6aCX d�lrl6DEXc %�4XIl(dQX�LtXXXd4i(Xds Xd (�El(](iYD(lL4i4iEXdi3CXXXXXXX AUTHORIZED REPRESENTATIVE Thomas Hentschell /KJS ©ACORD CORPORATION 1988 COPY ADDITIONAL PROTECTED PERSONS ENDORSEMENT - CONTRACTORS GENERAL LIABILITY - INCLUDING COMPLETED WORK - -a This endorsement changes your Contractors Commercial General Liability Protection. How Coverage Is Changed err There are two changes which are described below. 1. The following is added to the Who Is Protected Under This Agreement section. This change adds certain protected •' persons and limits their protection. Additional protected person. The person or .. If the additional protected person is an architect, engineer, or surveyor, we won't cover injury or damage arising out of the performance or failure to perform a. JUN 10 2002 rrimspon.w. Ygtems Div, architect, engineer, or surveyor professional services. TMeStlaul Architect, engineer, or surveyor professional services includes: • the preparation or approval of maps, drawings, opinions, reports, surveys, change orders, designs, or specification; and • supervisory, inspection, or engineering services. 2. The following is added to the Other primary insurance section. This change broadens coverage. We'll consider this insurance to be primary to and non - contributory with the insurance issued directly to additional protected persons listed below if: • your contract specifically requires that we consider this insurance to be primary or primary and non- contributory; or • you request before a loss that we consider this insurance to be primary or primary and non - contributory insurance. Other Terms All other terms of your policy remain the same. Person Or Organization: Any person or organization you are required in a contract to show as an Additional Protected Person is an Additional Protected Person. Name of Insured Policy Number KK08400303 Effective Date 09/30/01 tr. TOTEM ELECTRIC OF TACOMA, INC. Processing Date 09/21/01 16:25 001 G0322 Rev. 12 -97 Printed in U.S.A. Endorsement ®St.Paul Fire and Marine Insurance Co.1997 All Rights Reserved Page 1 of 2 No organization named below is an additional protected person as required by a contract or agreement entered into by you. But only for covered injury or +� damage arising out of: • your work for that person or organization; • your completed work for that person or organization if your contract or agreement requires such coverage; • premises you own, rent, or lease from that person or organization; or • your maintenance, operation, or use of equipment leased from that person or �.. organization. We explain what we mean by your work and your completed work in the Products and completed work total limit section. .. If the additional protected person is an architect, engineer, or surveyor, we won't cover injury or damage arising out of the performance or failure to perform a. JUN 10 2002 rrimspon.w. Ygtems Div, architect, engineer, or surveyor professional services. TMeStlaul Architect, engineer, or surveyor professional services includes: • the preparation or approval of maps, drawings, opinions, reports, surveys, change orders, designs, or specification; and • supervisory, inspection, or engineering services. 2. The following is added to the Other primary insurance section. This change broadens coverage. We'll consider this insurance to be primary to and non - contributory with the insurance issued directly to additional protected persons listed below if: • your contract specifically requires that we consider this insurance to be primary or primary and non- contributory; or • you request before a loss that we consider this insurance to be primary or primary and non - contributory insurance. Other Terms All other terms of your policy remain the same. Person Or Organization: Any person or organization you are required in a contract to show as an Additional Protected Person is an Additional Protected Person. Name of Insured Policy Number KK08400303 Effective Date 09/30/01 tr. TOTEM ELECTRIC OF TACOMA, INC. Processing Date 09/21/01 16:25 001 G0322 Rev. 12 -97 Printed in U.S.A. Endorsement ®St.Paul Fire and Marine Insurance Co.1997 All Rights Reserved Page 1 of 2 No to CONTRACTORS RECOVERING DAMAGES FROM A TMeStFBul THIRD PARTY ENDORSEMENT 0 0 This endorsement changes your General Rules. How Coverage Is Changed The following replaces the Recovering Damages From A Third Party section. Recovering Damages From A Third Party Any protected person under this policy may be able to recover all or part of a loss +++� from someone other than us. Because of this, each protected person must do all that's possible after a loss to preserve any right of recovery available. 0 of If we make a payment under this policy that right of recovery will belong to us. But we will not have this right of recovery against any: • parent company, or owned or controlled subsidiary of yours; or • affiliated company over which you have management control. We will work with you or any protected person in the exercise of our right of recovery. If we recover any amount as a result of exercising such right, the amount will be divided as follows: 1. Any protected person or other insurer who paid amounts in excess of the limits of coverage that apply under this policy will be reimbursed for the actual amount paid. 2. Next, we'll be reimbursed for any payments we've actually made. 3. Then, if any amount remains, any protected person or other insurer who paid amounts before the limits of •r" coverage for this policy applied will be reimbursed for the actual amount paid. Recovery expenses. The expenses incurred in obtaining a recovery of any payment we make under this policy from someone other than us will be divided in the same ratio as that recovery is shared. However, if we bring legal action against someone else to recover losses on our own or try to obtain W recovery and fail to do so, we'll pay all of the expenses we incur in bringing such action. Waiver of rights of recovery. We waive any right of recovery we may have against any person or organization that you agree in a written contract to waive. But we'll waive such a right of recovery only for the payments we make under your Contractors Commercial General Liability Protection for covered bodily injury or property damage or medical expenses that result from: • your ownership, maintenance, or use of a premises that you rent, lease, or borrow from others, or own; or • your products, your work, or your completed work. We also waive any right of recovery we may have against any person or organization that you agree in a written contract to waive for any payment we make under your Contractors Commercial General Liability Protection for: • covered personal injury; or • covered advertising injury. The written contract that requires this waiver of right of recovery must be made before and be in effect when: • the bodily injury or property damage happens; or • the event that causes the bodily injury resulting in the medical expenses happens; or • the personal injury offense or advertising injury offense is committed. We explain the terms your products, your work, and your completed work in the Products and completed work total limit section. Other Terms All other terms of your policy remain the same. G0326 Rev. 7 -01 Printed in U.S.A. Endorsement ow ©St.Paul Fire and Marine Insurance Co. 2001 All Rights Reserved Page 1 of 1 IV. CONTRACT DOCUMENT FORMS CITY OF RENTON 3. CITY OF RENTON INSURANCE INFORMATION FORM FOR: TOTEm ELECTRIC OF TACOMA. TNC_ PRO -TECT : SRgno —NE STTNSET R1.11l_ fANACORTES AVE. PROJECT NUMBER: CAG-02 -050 STAFF CONTACT: NE INTERSECTION IMPROVEMENT PROJECT �r Certificate of Insurance indicates the coverages /limits specified in contract? It, Yes ❑ No Are the following coverages and/or conditions in effect? C$ Yes ❑ No The Commercial General Liability policy form is an ISO 1993 Occurrence Form or Equivalent? QC Yes ❑ No (If no, attach a copy of the policy with required coverages clearly identified) CG 0043 Amendatory Endorsement provided ?* a Yes ❑ No (EQUIVALENT— INCLUDED IN ST. PAUL FORM) General Aggregate provided on a "per project basis (CG2503) ?* a Yes ❑ No (EQUIVALENT — INCLUDED IN ST. PAUL FORM) Additional Insured wording provided ?* a Yes ❑ No wo Coverage on a primary basis and non - contributing basis ?* f$ Yes ❑ No as Waiver of Subrogation Clause applies ?* iX Yes ❑ No Severability of Interest Clause (Cross Liability) applies? EX Yes ❑ No w Notice of Cancellation/Non- Renewal amended to 45 days?* EX Yes ❑ No * To be shown on certificate of insurance to AM BEST'S RATING FOR CARRIER: it GL A +XV Auto A +XV Umb A +XV Professional N/A This Questionnaire is issued as a matter of information. This questionnaire is not an insurance policy and does not �r amend, extend or alter the coverage afforded by the policies indicated on the attached CERTIFICATE OF INSURANCE. The CITY OF RENTON, at its option, shall obtain copies of the policies and/or specific declaration pages FROM awarded bidder prior to execution of contract. + HENTSCHELL & ASSOCIATES, INC. THOMAS Hv.NTSCHELL Agency/Broker Completed By (Type or Print N e) or 621 PACIFIC AVE. #400 THOMAS i`":NTS Address TACOMA, WA. 98402 Completed By (Signature) KAREN SMITH (253) 27z -1151 rrr Name of person to contact Telephone Number NOTE: THIS QUESTIONNAIRE MUST BE COMPLETED FOR EACH LINE OF COVERAGE AND ATTACHED aw TO CERTIFICATE OF INSURANCE Rev 1/95 or H:\ DIVISION .S \TRANSPOKTAT\DESIGN.ENG\ Ryan\ Amcorta _Sumet\BidPack\iv\[NSURINFO.DOC SR 900 — NE Sunset Blvd. /Anacortes Ave. NE Intersection Improvement Project City of Renton tm 40 rr 0 • ui V/ Z n T to J U) W Z jw co wr z O z W a� r� FTo O N .. V w aw m m__ -�) .L.. N - fa n. �-C w = N Q! N� Co Q �O N;«_ y p c U Uip U 3 CO O Lamea�U :— OLN E >, cn L O UMO U =— - c M a) oc0 -om'0 m- V .—.F " N C = f6 N -0 Q N j C N N N f6 Nm(D �p C N'jp N pU;� - - =_jOU CL f9 � N f6 N ~ -oO C W - oU ° aN ° m s�N,�QOO�,c aD.0 cL�EU =.oar y c• ° — m a� L m ca U C 0.> d0.7L C.UJ c aCi 2 M ELL Fn 1DW Q.UU o�0 a)- Z O w w LL w N M M N N C) C) N M N M LO LO N I� C?N CD O N >'o0 to c > R°)� O C d N O CLf) �= dVi =-4 UJLf) Q O r U Z Q O U O Iq U 00 O) co w c) J wXQ W m U OOQ F- a t- m M EL O am c w--1 OIL._] f1: *_r. 4:�.1VIA11\v::: 'i:.AH14�s:.' .� ':v:::1 f�AP.4 i..:.. .:Y::14111Y5r. •::... ., :4:�AYA57itiv::... �' ::4: }.11YAitiY:.: : Ry •..y,•.v:.. `�: 0005042 AT N f �w ET,,fq MASTER LICENSE SERVICE O REGISTRATIONS AND LICENSES OO N a�y O lPP9 STATE OF o: O WASHINGTON X O UNIFIED BUSINESS ID #: 278 043 550 w BUSINESS ID #: 001 �C H 2 O EXPIRES 09 -30 -2002 r ORGANIZATION TYPE 2 DOMESTIC PROFIT CORPORATION x TOTEM ELECTRIC OF TACOMA, INC. 2332 JEFFERSON AVE 00 PO BOX 1093 LL O TACOMA WA 98401 w U 2 O g R a HO ;1- 0 DOMESTIC PROFIT CORPORATION N In RENEWED BY AUTHORITY OF SECRETARY OF STATE i r V) ww O 0 F Wm N Fi The above entity has been issued the business registrations or licenses listed D N DEPARTMENT OF LICENSING, BUSINESS & PROFESSIONS DIVISION, Z P.O. BOX 9034 OLYMPIA, WA 98507 -9034 (360) 664 -1400 Director, Dep ent of Licensing 0] v1_ ..: �... ...:.N'd'. :: f• \. . ..t,.1}}!MY•Yw�. .., r.. Xd'A'. . yry... • }'3'. f.� im w J Q K O K O LL Z O U co x F- 2 a w 0 v 0005042 AT N O OO N O o: O X O V w Z f� H 2 O O 2 Q x � W 00 OQ LL O w U 2 O HO ;1- 0 F- Cc N In WLL O< V) ww O 0 Wm N O m0Q D N F- N IL Z 0] 0 im w J Q K O K O LL Z O U co x F- 2 a w 0 .. V. REQ'D DOCUMENTS FOR FED -AID CONSTR. CONTRACTS CITY OF RENTON � � 40 ar 4w to go awr W ,o aw ar "W U REQUIRED DOCUMENTS FOR FEDERAL -AID CONSTRUCTION CONTRACTS H:\ DIVISION .S \TRANSPOR.TArDESIGN.ENG\ Ryan\Anawrtes_Sunset\BidPack \v \COVERv.DOC SR 900 — NE Sunset Blvd. /Anacortes Ave. NE Intersection Improvement Project City of Renton FHWA -1273 Electronic Version - March 10, 1994 (DOT 10!97) REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS Page I. General .......... ..............................1 11. Nondiscrimination.. . ............................. 1 III. Nonsegregated Facilities .......................... 3 IV. Payment of Predetermined Minimum Wage ............ 3 V. Statements and Payrolls .......................... 6 VI. Record of Materials, Supplies, and Labor ............. 6 VII. Subletting or Assigning the Contract ................. VIII. Safety: Accident Prevention ....................... D(. False Statements Concerning Highway Projects ...... . X. Implementation of Clean Air Act and Federal DOL, or the contractors employees or their representatives. 6. Selection of Labor: During the performance of this contract, the contractor shall not: a. discriminate against labor from any other State, possession, or territory of the United States (except for employment preference for Appalachian contracts, when applicable, as specified in Attachment A), or 7 7 b. employ convict labor for any purpose within the limits of the project unless It is labor performed by convicts who 7 are on parole, supervised release, or probation Water Pollution Control Act ........................ 8 II. NONDISCRIMINATION XI. Certification Regarding Debarment, Suspension, (Applicable to all Federal -aid construction contracts and to all Ineligibility, and Voluntary Exdusion ................. 8 related subcontracts of $10,000 or more.) XII. Certification Regarding Use of Contract Funds for Lobbying ....... ............................... 9 ATTACHMENTS A. Employment Preference for Appalachian Contracts (included In Appalachian contracts only) [WEELeigi9a -7_11 1. These contract provisions shall apply to all work performed on the contract by the contractor's own organization and with the assistance of workers under the contractor's immediate superintendence and to all work performed on the contract by piecework, station work, or by subcontract. 2. Except as otherwise provided for in each section, the contractor shall insert in each subcontract all of the stipulations contained in these Required Contract Provisions, and further require their inclusion in any lower tier subcontract or purchase order that may in turn be made. The Required Contract provisions shall not be incorporated by reference in any case. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with these Required Contract Provisions. 3. A breach of any of the stipulations contained in these Required Contract Provisions shall be sufficient grounds for termination of the contract. 4. A breach of the following clauses of the Required Contract Provisions may also be grounds for debarment as provided in 29 CFR 5.12: Section I, paragraph 2; Section IV, paragraphs 1, 2, 3, 4, and 7; Section V, paragraphs 1 and 2a through 29. 5. Disputes arising out of the labor standards provisions of Section IV (except paragraph 5) and Section V of these Required Contract Provisions shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the U.S. Department of Labor (DOL) as set forth In 29 CFR 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of Its subcontractors) and the contracting agency, the 1. Equal Employment Opportunity: Equal employment opportunity (EEO) requirements not to discriminate and to take affirmative action to assure equal opportunity as set forth under laws, executive orders, rules, regulations (28 CFR 35, 29 CFR 1630 and 41 CFR 60) and orders of the Secretary of Labor as modified by the provisions prescribed herein, and imposed pursuant to 23 U.S.C. 140 shall constitute the EEO and specific affirmative action standards for the contractor's project activities under this contract. The Equal Opportunity Construction Contract Specifications set forth under 41 CFR 60-4.3 and the provisions of the American Disabilities Act of 1990 (42 U.S.C. 12101 et §eq.) set forth under 28 CFR 35 and 29 CFR 1630 are incorporated by reference In this contract. In the execution of this contract, the contractor agrees to comply with the following minimum specific requirement activities of EEO: a. The contractor will work with the State highway agency (SHA) and the Federal Government In carrying out EEO obligations and in their review of his/her activities under the contract. b. The contractor will accept as his operating policy the following statement: "It is the policy of this Company to assure that applicants are employed, and that employees are treated during employment, without regard to their race, religion, sex, color, national origin, age or disability. Such action shall Include: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, Including apprenticeship, preapprenticeship, and /or on- the -job training." 2. EEO Officer: The contractor WIII designate and make known to the SHA contracting officers an EEO Officer who WIII have the responsibility for and must be capable of effectively administering and promoting an active contractor program of EEO and who must be assigned adequate authority and responsibility to do so. 3. Dissemination of Policy: All members of the contractor's staff who are authorized to hire, supervise, promote, and discharge charge employees, or who recommend such action, Page 1 or who are substantially involved In such action, will be made fully cognizant of, and will implement, the contractors EEO policy and contractual responsibilities to provide EEO In each grade and classification of employment. To ensure that the above agreement will be met, the following actions will be taken as a minimum: a. Periodic meetings of supervisory and personnel office employees will be conducted before the start of work and then not less often than once every six months, at which time the contractor's EEO policy and its implementation will be reviewed and explained. The meetings will be conducted by the EEO Officer. b. All new supervisory or personnel office employees will be given a thorough indoctrination by the EEO Officer, covering all major aspects of the contractors EEO obligations within thirty days following their reporting for duty with the contractor. c. All personnel who are engaged in direct recruitment for the project will be instructed by the EEO Officer in the contractors procedures for locating and hiring minority group employees. d. Notices and posters setting forth the contractor's EEO policy will be placed in areas readily accessible to employees, applicants for employment and potential employees. e. The contractors EEO policy and the procedures to implement such policy will be brought to the attention of employees by means of meetings, employee handbooks, or other appropriate means. 4. Recruitment: When advertising for employees, the contractor will include in all advertisements for employees the notation: *An Equal Opportunity Employer.' All such advertisements will be placed in publications having a large circulation among minority groups in the area from which the project work force would normally be derived. a. The contractor will, unless precluded by a valid bargaining agreement, conduct systematic and direct recruitment through public and private employee referral sources likely to yield qualified minority group applicants. To meet this requirement, the contractor will identify sources of potential minority group employees, and establish with such identified sources procedures whereby minority group applicants may be referred to the contractor for employment consideration. b. In the event the contractor has a valid bargaining agreement providing for exclusive hiring hall referrals, he is expected to observe the provisions of that agreement to the extent that the system permits the contractors compliance with EEO contract provisions. (The DOL has held that where implementation of such agreements have the effect of discriminating against minorities or women, or obligates the contractor to do the same, such implementation violates Executive Order 11246, as amended.) c. The contractor will encourage his present employees to refer minority group applicants for employment. Information and procedures with regard to referring minority group applicants will be discussed with employees. 5. Personnel Actions: Wages, working conditions, and employee benefits shall be established and administered, and personnel actions of every type, including hiring, Upgrading, promotion, transfer, demotion, layoff, and termination, shall be taken Page 2 without regard to race, color, religion, sex, national origin, age or disability. The following procedures shall be followed: a. The contractor will conduct periodic inspections of project sites to insure that working conditions and employee facilities do not indicate discriminatory treatment of project site personnel. b. The contractor will periodically evaluate the spread of wages paid within each classification to determine any evidence of discriminatory wage practices. c. The contractor will periodically review selected personnel actions in depth to determine whether there is evidence of discrimination. Where evidence is found, the contractor will promptly take corrective action. If the review indicates that the discrimination may extend beyond the actions reviewed, such corrective action shall include all affected persons. d. The contractor will promptly investigate all complaints of alleged discrimination made to the contractor in connection with his obligations under this contract, will attempt to resolve such complaints, and will take appropriate corrective action within a reasonable time. If the investigation indicates that the discrimination may affect persons other than the complainant, such corrective action shall include such other persons. Upon completion of each investigation, the contractor will inform every complainant of all of his avenues of appeal. 6. Training and Promotion: a. The contractor will assist in locating, qualifying, and increasing the skills of minority group and women employees, and applicants for employment. b. Consistent with the contractor's work force requirements and as permissible under Federal and State regulations, the contractor shall make full use of training programs, i.e., apprenticeship, and on- the -job training programs for the geographical area of contract performance. Where feasible, 25 percent of apprentices or trainees in each occupation shall be in their first year of apprenticeship or training. In the event a special provision for training is provided under this contract, this subparagraph will be superseded as indicated in the special provision. 7. Unions: If the contractor relies in whole or in part upon unions as a source of employees, the contractor will use his/her best efforts to obtain the cooperation of such unions to increase opportunities for minority groups and women within the unions, and to effect referrals by such unions of minority and female employees. Actions by the contractor either directly or through a contractors association acting as agent will include the procedures set forth below: a. The contractor will use best efforts to develop, in cooperation with the unions, joint training programs aimed toward qualifying more minority group members and women for membership in the unions and increasing the skills of minority group employees and women so that they may qualify for higher paying employment. b. The contractor will use best efforts to incorporate an EEO clause into each union agreement to the end that such union will be contractually bound to refer applicants without regard to their race, color, religion, sex, national origin, age or disability. c. The contractor is to obtain information as to the referral practices and policies of the labor union except that to the extent such information is within the exclusive possession of the labor union and such labor union refuses to fumish such information to the contractor, the contractor shall so certify to the SHA and shall set forth what efforts have been made to obtain such information. d. In the event the union is unable to provide the contractor with a reasonable flow of minority and women referrals within the time limit set forth in the collective bargaining agreement, the contractor will, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex, national origin, age or disability; making full efforts to obtain qualified and /or qualifiable minority group persons and women. (The DOL has held that it shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority employees.) In the event the union referral practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246, as amended, and these special provisions, such contractor shall immediately notify the SHA. 8. Selection of Subcontractors, Procurement of Materials and Leasing of Equipment: The contractor shall not discriminate on the grounds of race, color, religion, sex, national origin, age or disability in the selection and retention of subcontractors, including procurement of materials and leases of equipment. a. The contractor shall notify all potential subcontractors and suppliers of his /her EEO obligations under this contract. b. Disadvantaged business enterprises (DBE), as defined in 49 CFR 23, shall have equal opportunity to compete for and perform subcontracts which the contractor enters into pursuant to this contract. The contractor will use his best efforts to solicit bids from and to utilize DBE subcontractors or subcontractors with meaningful minority group and female representation among their employees. Contractors shall obtain lists of DBE construction firms from SHA personnel. c. The contractor will use his best efforts to ensure subcontractor compliance with their EEO obligations. 9. Records and Reports: The contractor shall keep such records as necessary to document compliance with the EEO requirements. Such records shall be retained for a period of three years following completion of the contract work and shall be available at reasonable times and places for inspection by authorized representatives of the SHA and the FHWA. a. The records kept by the contractor shall document the following: (1) The number of minority and non - minority group members and women employed in each work classification on the project; (2) The progress and efforts being made in cooperation with unions, when applicable, to increase employment opportunities for minorities and women; (3) The progress and efforts being made in locating, hiring, training, qualifying, and upgrading minority and female employees; and (4) The progress and efforts being made in securing the services of DBE subcontractors or subcontractors with meaningful minority and female representation among their employees. b. The contractors will submit an annual report to the SHA each July for the duration of the project, indicating the number of minority, women, and non - minority group employees currently engaged in each work classification required by the contract work. This information is to be reported on Form FHWA -1391. If on -the job training is being required by special provision, the contractor will be required to collect and report training data. III. NONSEGREGATED FACILITIES (Applicable to all Federal -aid construction contracts and to all related subcontracts of $10,000 or more.) a. By submission of this bid, the execution of this contract or subcontract, or the consummation of this material supply agreement or purchase order, as appropriate, the bidder, Federal - aid construction contractor, subcontractor, material supplier, or vendor, as appropriate, certifies that the firm does not maintain or provide for its employees any segregated facilities at any of its establishments, and that the firm does not permit its employees to perform their services at any location, under its control, where segregated facilities are maintained. The firm agrees that a breach of this certification is a violation of the EEO provisions of this contract. The fine further certifies that no employee will be denied access to adequate facilities on the basis of sex or disability. b. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, timedocks, locker rooms, and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive, or are, in fact, segregated on the basis of race, color, religion, national origin, age or disability, because of habit, local custom, or otherwise. The only exception will be for the disabled when the demands for accessibility override (e.g. disabled parking). c. The contractor agrees that it has obtained or will obtain identical certification from proposed subcontractors or material suppliers prior to award of subcontracts or consummation of material supply agreements of $10,000 or more and that it will retain such certifications in its files. IV. PAYMENT OF PREDETERMINED MINIMUM WAGE (Applicable to all Federal -aid construction contracts exceeding $2,000 and to all related subcontracts, except for projects located on roadways classified as local roads or rural minor collectors, which are exempt.) 1. General: a. All mechanics and laborers employed or working upon the site of the work will be paid unconditionally and not less often than once a week and without subsequent deduction or rebate on any account [except such payroll deductions as are permitted by regulations (29 CFR 3) issued by the Secretary of Labor under the Copeland Act (40 U.S.C. 276c)] the full amounts of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment. The payment shall be computed at wage rates not less than those contained in the wage determination of the Secretary of Labor (hereinafter "the wage determination ") which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor or its subcontractors and such laborers and mechanics. The wage determination (including any additional classifications and wage Page 3 rates conformed under paragraph 2 of this Section IV and the DOL poster (WH -1321) or Form FHWA -1495) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. For the purpose of this Section, contributions made or costs reasonably anticipated for bona fide fringe benefits under Section 1 (b)(2) of the Davis -Bacon Act (40 U.S.C. 276a) on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of Section IV, paragraph 3b, hereof. Also, for the purpose of this Section, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs, which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in paragraphs 4 and 5 of this Section IV. b. Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein, provided, that the employer's payroll records accurately set forth the time spent in each classification in which work is performed. c. All rulings and interpretations of the Davis -Bacon Act and related acts contained in 29 CFR 1, 3, and 5 are herein incorporated by reference in this contract. 2. Classification: a. The SHA contracting officer shall require that any class of laborers or mechanics employed under the contract, which is not listed in the wage determination, shall be classified in conformance with the wage determination. b. The contracting officer shall approve an additional classification, wage rate and fringe benefits only when the following criteria have been met: (1) the work to be performed by the additional classification requested is not performed by a classification in the wage determination; (2) the additional classification is utilized in the area by the construction industry; (3) the proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination: and (4) with respect to helpers, when such a classification prevails in the area in which the work is performed. c. If the contractor or subcontractors, as appropriate, the laborers and mechanics (if known) to be employed in the additional classification or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the DOL, Administrator of the Wage and Hour Division, Employment Standards Administration, Washington, D.C. 20210. The Wage and Hour Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. Page 4 d. In the event the contractor or subcontractors, as appropriate, the laborers or mechanics to be employed in the additional classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Wage and Hour Administrator for determination. Said Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. e. The wage rate (including fringe benefits where appropriate) determined pursuant to paragraph 2c or 2d of this Section IV shall be paid to all workers performing work in the additional classification from the first day on which work is performed in the classification. 3. Payment of Fringe Benefits: a. Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor or subcontractors, as appropriate, shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly case equivalent thereof. b. If the contractor or subcontractor, as appropriate, does not make payments to a trustee or other third person, he /she may consider as a part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, provided, that the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis -Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. 4. Apprentices and Trainees (Programs of the U.S. DOL) and Helpers: a. Apprentices: (1) Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the DOL, Employment and Training Administration, Bureau of Apprenticeship and Training, or with a State apprenticeship agency recognized by the Bureau, or if a person is employed in his /her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Bureau of Apprenticeship and Training or a State apprenticeship agency (where appropriate) to be eligible for probationary employment as an apprentice. (2) The allowable ratio of apprentices to journeyman -level employees on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any employee listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate listed in the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor or subcontractor is performing construction on a project on a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman -level hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. (3) Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeyman -level hourly rate specked in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator the Wage and Hour Division determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. (4) In the event the Bureau of Apprenticeship and Training, or a State apprenticeship agency recognized by the Bureau, withdraws approval of an apprenticeship program, the contractor or subcontractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the comparable work performed by regular employees until an acceptable program is approved. b. Trainees: (1) Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the DOL, Employment and Training Administration. (2) The ratio of trainees to journeyman -level employees on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Any helper listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. (3) Every trainee must be paid at not less than the rate specified in the approved program for his /her level of progress, expressed as a percentage of the journeyman - level hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman -level wage rate on the wage determination which provides for less than full fringe benefits for apprentices, in which case such trainees shall receive the same fringe benefits as apprentices. (4) In the event the Employment and Training Administration withdraws approval of a training program, the contractor or subcontractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. c Helpers: Helpers will be permitted to work on a project if the helper classification is specified and defined on the applicable wage determination or is approved pursuant to the conformance procedure set forth in Section IV2. Any worker listed on a payroll at a helper wage rate, who is not a helper under a approved definition, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. 5. Apprentices and Trainees (Programs of the U.S. DOT): Apprentices and trainees working under apprenticeship and skill training programs which have been certified by the Secretary of Transportation as promoting EEO in connection with Federal -aid highway construction programs are not subject to the requirements of paragraph 4 of this Section IV. The straight time hourly wage rates for apprentices and trainees under such programs will be established by the particular programs. The ratio of apprentices and trainees to journeymen shall not be greater than permitted by the terms of the particular program. 6. Withholding: The SHA shall upon its own action or upon written request of an authorized representative of the DOL withhold, or cause to be withheld, from the contractor or subcontractor under this contract or any other Federal contract with the same prime contractor, or any other Federally- assisted contract subject to Davis -Bacon prevailing wage requirements which is held by the same prime contractor, as much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work, all or part of the wages required by the contract, the SHA contracting officer may, after written notice to the contractor, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. 7. Overtime Requirements: No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers, mechanics, watchmen, or guards (including apprentices, trainees, and helpers described in paragraphs 4 and 5 above) shall require or permit any laborer, mechanic, watchman, or guard in any workweek in which he /she is employed on such work, to work in excess of 40 hours in such workweek unless such laborer, mechanic, watchman, or guard receives compensation at a rate not less than one - and - one -half times his/her basic rate of pay for all hours worked in excess of 40 hours in such workweek. S. Violation: Liability for Unpaid Wages; Liquidated Damages: In the event of any violation of the clause set forth in paragraph 7 above, the contractor and any subcontractor responsible thereof shall be liable to the affected employee for his/her unpaid wages. In addition, Page 5 such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory) for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer, mechanic, watchman, or guard employed in violation of the clause set forth in paragraph 7, in the sum of $10 for each calendar day on which such employee was required or permitted to work in excess of the standard work week of 40 hours without payment of the overtime wages required by the clause set forth in paragraph 7. 9. Withholding for Unpaid Wages and Liquidated Damages: The SHA shall upon its own action or upon written request of any authorized representative of the DOL withhold, or cause to be withheld, from any monies payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other Federally - assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph 8 above. V. STATEMENTS AND PAYROLLS (Applicable to all Federal -aid construction contracts exceeding $2,000 and to all related subcontracts, except for projects located on roadways classified as local roads or rural collectors, which are exempt.) 1. Compliance with Copeland Regulations (29 CFR 3): The contractor shall comply with the Copeland Regulations of the Secretary of Labor which are herein incorporated by reference. 2. Payrolls and Payroll Records: a. Payrolls and basic records relating thereto shall be maintained by the contractor and each subcontractor during the course of the work and preserved for a period of 3 years from the date of completion of the contract for all laborers, mechanics, apprentices, trainees, watchmen, helpers, and guards working at the site of the work. b. The payroll records shall contain the name, social security number, and address of each such employee; his or her correct classification; hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalent thereof the types described in Section 1 (b)(2)(B) of the Davis Bacon Act); daily and weekly number of hours worked; deductions made; and actual wages paid. In addition, for Appalachian contracts, the payroll records shall contain a notation indicating whether the employee does, or does not, normally reside in the labor area as defined in Attachment A, paragraph 1. Whenever the Secretary of Labor, pursuant to Section IV, paragraph 3b, has found that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program de- scribed in Section 1 (b)(2)(B) of the Davis Bacon Act, the contractor and each subcontractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, that the plan or program has been communicated in writing to the laborers or mechanics affected, and show the cost anticipated or the actual cost incurred in providing benefits. Contractors or subcontractors employing apprentices or trainees under Page 6 approved programs shall maintain written evidence of the registration of apprentices and trainees, and ratios and wage rates prescribed in the applicable programs. c. Each contractor and subcontractor shall furnish, each week in which any contract work is performed, to the SHA resident engineer a payroll of wages paid each of its employees (including apprentices, trainees, and helpers, described in Section IV, paragraphs 4 and 5, and watchmen and guards engaged on work during the preceding weekly payroll period). The payroll submitted shall set out accurately and completely all of the information required to be maintained under paragraph 2b of this Section V. This information may be submitted in any form desired. Optional Form WH -347 is available for this purpose and may be purchased from the Superintendent of Documents (Federal stock number 029 -005 - 0014 -1 1, U.S. Government Printing Office, Washington, D.C. 20402. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. d. Each payroll submitted shall be accompanied by a 'Statement of Compliance,' signed by the contractor or subcontractor or his /her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: (1) that the payroll for the payroll period contains the information required to be maintained under paragraph 215 of this Section V and that such information is correct and complete; (2) that such laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in the Regulations, 29 CFR 3; (3) that each laborer or mechanic has been paid not less that the applicable wage rate and fringe benefits or cash equivalent for the classification of worked performed, as specified in the applicable wage determination incorporated into the contract. e. The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH- 347 shall satisfy the requirement for submission of the 'Statement of Compliance" required by paragraph 2d of this Section V. f. The falsification of any of the above certifications may subject the contractor to civil or criminal prosecution under 18 U.S.C. 1001 and 31 U.S.C. 231. g. The contractor or subcontractor shall make the records required under paragraph 2b of this Section V available for inspection, copying, or transcription by authorized representatives of the SHA, the FHWA, or the DOL, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, the SHA, the FHWA, the DOL, or all may, after written notice to the contractor, sponsor, applicant, or owner, take such actions as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. VI. RECORD OF MATERIALS, SUPPLIES, AND LABOR 1. On all Federal -aid contracts on the National Highway System, except those which provide solely for the installation of protective devices at railroad grade crossings, those which are constructed on a force account or direct labor basis, highway beautification contracts, and contracts for which the total final construction cost for roadway and bridge is less than $1,000,000 (23 CFR 635) the contractor shall: a. Become familiar with the list of specific materials and supplies contained in Form FHWA -47, 'Statement of Materials and Labor Used by Contractor of Highway Construction Involving Federal Funds," prior to the commencement of work under this contract. b. Maintain a record of the total cost of all materials and supplies purchased for and incorporated in the work, and also of the quantities of those specific materials and supplies listed on Form FHWA -47, and in the units shown on Form FHWA -47. c. Furnish, upon the completion of the contract, to the SHA resident engineer on Form FHWA -47 together with the data required in paragraph 1 b relative to materials and supplies, a final labor summary of all contract work indicating the total hours worked and the total amount earned. 2. At the prime contractor's option, either a single report covering all contract work or separate reports for the contractor and for each subcontract shall be submitted. VII. SUBLETTING OR ASSIGNING THE CONTRACT 1. The contractor shall perform with its own organization contract work amounting to not less than 30 percent (or a greater percentage if specified elsewhere in the contract) of the total original contract price, excluding any specialty items designated by the State. Specialty items may be performed by subcontract and the amount of any such specialty items per- formed may be deducted from the total original contract price before computing the amount of work required to be performed by the contractor's own organization (23 CFR 635). a. "Its own organization 'shall be construed to include only workers employed and paid directly by the prime contractor and equipment owned or rented by the prime contractor, with or without operators. Such term does not include employees or equipment of a subcontractor, assignee, or agent of the prime contractor. b. "Specialty Items" shall be construed to be limited to work that requires highly specialized knowledge, abilities, or equipment not ordinarily available in the type of contracting organizations qualified and expected to bid on the contract as a whole and in general are to be limited to minor components of the overall contract. 2. The contract amount upon which the requirements set forth in paragraph 1 of Section VII is computed includes the cost of material and manufactured products which are to be purchased or produced by the contractor under the contract provisions. 3. The contractor shall furnish (a) a competent superintendent or supervisor who is employed by the firm, has full authority to direct performance of the work in accordance with the contract requirements, and is in charge of all construction operations (regardless of who performs the work) and (b) such other of its own organizational resources (supervision, management, and engineering services) as the SHA contracting officer determines is necessary to assure the performance of the contract. 4. No portion of the contract shall be sublet, assigned or otherwise disposed of except with the written consent of the SHA contracting officer, or authorized representative, and such consent when given shall not be construed to relieve the contractor of any responsibility for the fulfillment of the contract. Written consent will be given only after the SHA has assured that each subcontract is evidenced in writing and that it contains all pertinent provisions and requirements of the prime contract. Vlll. SAFETY: ACCIDENT PREVENTION 1. In the performance of this contract the contractor shall comply with all applicable Federal, State, and local laws governing safety, health, and sanitation (23 CFR 635). The contractor shall provide all safeguards, safety devices and protective equipment and take any other needed actions as it determines, or as the SHA contracting officer may determine, to be reasonably necessary to protect the life and health of employees on the job and the safety of the public and to protect property in connection with the performance of the work covered by the contract. 2. It is a condition of this contract, and shall be made a condition of each subcontract, which the contractor enters into pursuant to this contract, that the contractor and any subcontractor shall not permit any employee, in performance of the contract, to work in surroundings or under conditions which are unsanitary, hazardous or dangerous to his/her health or safety, as determined under construction safety and health standards (29 CFR 1926) promulgated by the Secretary of Labor, in accordance with Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 333). 3. Pursuant to 29 CFR 1926.3, it is a condition of this contract that the Secretary of Labor or authorized representative thereof, shall have right of entry to any site of contract performance to inspect or investigate the matter of compliance with the construction safety and health standards and to carry out the duties of the Secretary under Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 333). IX. FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS In order to assure high quality and durable construction in conformity with approved plans and specifications and a high degree of reliability on statements and representations made by engineers, contractors, suppliers, and workers on Federal -aid highway projects, it is essential that all persons concerned with the project perform their functions as carefully, thoroughly, and honestly as possible. Willful falsification, distortion, or misrepresentation with respect to any facts related to the project is a violation of Federal law. To prevent any misunderstanding regarding the seriousness of these and similar acts, the following notice shall be posted on each Federal -aid highway project (23 CFR 635) in one or more places where it is readily available to all persons concerned with the project: NOTICE TO ALL PERSONNEL ENGAGED ON FEDERAL -AID HIGHWAY PROJECTS 18 U.S.C. 1020 reads as follows: "Whoever, being an officer, agent, or employee of the United States, or of any State or Territory, or whoever, whether a person, association, firm, or corporation, knowingly makes any false statement, false representation, or false report as to the character, quality, quantity, or cost of the material used or to be used, or the quantity or quality of the work performed or to be performed, or the cost thereof in connection with the submission of plans, maps, specifications, contracts, or costs of construction on any highway Page 7 or related project submitted for approval to the Secretary of Transportation; or Whoever knowingly makes any false statement, false representation, false report or false claim with respect to the character, quality, quantity, or cost of any work performed or to be performed, or materials furnished or to be furnished, in connection with the construction of any highway or related project approved by the Secretary of Transportation; or Whoever knowingly makes any false statement or false representation as to material fact in any statement, certificate, or report submitted pursuant to provisions of the Federal -aid Roads Act approved July 1, 1916, (39 Stat. 355), as amended and supplemented; Shall be fined not more than $10,000 or imprisoned not more than 5 years or both.' X. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT (Applicable to all Federal -aid construction contracts and to all related subcontracts of $100,000 or more.) By submission of this bid or the execution of this contract, or subcontract, as appropriate, the bidder, Federal -aid construction contractor, or subcontractor, as appropriate, will be deemed to have stipulated as follows: 1. That any facility that is or will be utilized in the performance of this contract, unless such contract is exempt under the Clean Air Act, as amended (42 U.S.C. 1857 et M., as amended by Pub.L. 91 -604), and under the Federal Water Pollution Control Act, as amended (33 U.S.C. 1251 et seq., as amended by Pub.L. 92- 500), Executive Order 11738, and regulations in implementation thereof (40 CFR 15) is not listed, on the date of- contract award, on the U.S. Environmental Protection Agency (EPA) List of Violating Facilities pursuant to 40 CFR 15.20. 2. That the firm agrees to comply and remain in compliance with all the requirements of Section 1 14 of the Clean Air Act and Section 308 of the Federal Water Pollution Control Act and all regulations and guidelines listed thereunder. 3. That the firm shall promptly notify the SHA of the receipt of any communication from the Director, Office of Federal Activities, EPA, indicating that a facility that is or will be utilized for the contract is under consideration to be listed on the EPA List of Violating Facilities. 4. That the firm agrees to include or cause to be included the requirements of paragraph 1 through 4 of this Section X in every nonexempt subcontract, and further agrees to take such action as the government may direct as a means of enforcing such requirements. XI. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION 1. Instructions for Certification - Primary Covered Transactions: (Applicable to all Federal -aid contracts - 49 CFR 29) a. By signing and submitting this proposal, the prospective primary participant is providing the certification set out below. Page 8 b. The inability of a person to provide the certification set out below will not necessarily result in denial of participation in this covered transaction. The prospective participant shall submit an explanation of why it cannot provide the certification set out below. The certification or explanation will be considered in connection with the department or agency's determination whether to enter into this transaction. However, failure of the prospective primary participant to furnish a certification or an explanation shall disqualify such a person from participation in this transaction. c. The certification in this clause is a material representation of fad upon which reliance was placed when the department or agency determined to enter into this transaction. If it is later determined that the prospective primary participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause of default. d. The prospective primary participant shall provide immediate written notice to the department or agency to whom this proposal is submitted if any time the prospective primary participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. e. The terms "covered transaction," "debarred," "suspended' "ineligible," 'lower tier covered transaction," 'participant," "person," "primary covered transaction," "principal," "proposal," and "voluntarily excluded, "as used in this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549. You may contact the department or agency to which this proposal is submitted for assistance in obtaining a copy of those regulations. f. The prospective primary participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency entering into this transaction. g. The prospective primary participant further agrees by submitting this proposal that it will include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion -Lower Tier Covered Transaction," provided by the department or agency entering into this covered transaction, without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions, h. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the nonprocurement portion of the "Lists of Parties Excluded From Federal Procurement or Nonprocurement Programs" ( Nonprocurement List) which is compiled by the General Services Administration. i. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of participant is not required to t t 1 exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. j. Except for transactions authorized under paragraph f of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the depart- mentor agency may terminate this transaction for cause or default. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion- Primary Covered Transactions 1. The prospective primary participant certifies its knowledge and belief, that it and its principals: to the best of its knowledge and belief, that is and its principals: a. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; b. Have not within a 3 -year period preceding this proposal been convicted of or had a civil judgement rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing • public (Federal, State or local) transaction or contract under • public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; c. Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph 1 b of this certification; and d. Have not within a 3 -year period preceding this application /proposal had one or more public transactions (Federal, State or local) terminated for cause or default. 2. Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. 2. Instructions for Certification - Lower Tier Covered Transactions: (Applicable to all subcontracts, purchase orders and other lower tier transactions of $25,000 or more - 49 CFR 29) a. By signing and submitting this proposal, the prospective lower tier is providing the certification set out below. b. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department, or agency with which this transaction originated may pursue available remedies, including suspension and /or debarment. c. The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous by reason of changed circumstances. d. The terms "covered transaction," "debarred," "suspended," "ineligible,' "primary covered transaction," "participant," "person,' "principal,' "proposal, "and "voluntarily excluded," as used in this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations. e. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated. f. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion -Lower Tier Covered Transaction," without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. g. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the Nonprocurement List. h. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. i. Except for transactions authorized under paragraph e of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. Certification Regarding Debarment, Suspension, Ineligibility Voluntary Exclusion —Lower Tier Covered Transactions: and 1. The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. Page 9 2. Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. X11. CERTIFICATION REGARDING USE OF CONTRACT FUNDS FOR LOBBYING (Applicable to all Federal -aid construction contracts and to all related subcontracts which exceed $100,000 - 49 CFR 20) 1. The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: a. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. b. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form -LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 2. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31 U.S.C. 1352. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. 3. The prospective participant also agrees by submitting his or her bid or proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such recipients shall certify and disclose accordingly. Page 10 ATTACHMENT A - EMPLOYMENT PREFERENCE FOR APPALACHIAN CONTRACTS (Applicable to Appalachian contracts only.) 1. During the performance of this contract, the contractor undertaking to do work which is, or reasonably may be, done as on -site work, shall give preference to qualified persons who regularly reside in the labor area as designated by the DOL wherein the contract work is situated, or the subregion, or the Appalachian counties of the State wherein the contract work is situated, except: a. To the extent that qualified persons regularly residing in the area are not available. b. For the reasonable needs of the contractor to employ supervisory or specially experienced personnel necessary to assure an efficient execution of the contract work. c. For the obligation of the contractor to offer employment to present or former employees as the result of a lawful collective bargaining contract, provided that the number of nonresident persons employed under this subparagraph 1 c shall not exceed 20 percent of the total number of employees employed by the contractor on the contract work, except as provided in subparagraph 4 below. 2. The contractor shall place a job order with the State Employment Service indicating (a) the classifications of the laborers, mechanics and other employees required to perform the contract work, (b) the number of employees required in each classification, (c) the date on which he estimates such employees will be required, and (d) any other pertinent information required by the State Employment Service to complete the job order form. The job order may be placed with the State Employment Service in writing or by telephone. If during the course of the contract work, the information submitted by the contractor in the original job order is substantially modified, he shall promptly notify the State Employment Service. 3. The contractor shall give full consideration to all qualified job applicants referred to him by the State Employment Service. The contractor is not required to grant employment to any job applicants who, in his opinion, are not qualified to perform the classification of work required. 4. If, within 1 week following the placing of a job order by the contractor with the State Employment Service, the State Employment Service is unable to refer any qualified job applicants to the contractor, or less than the number requested, the State Employment Service will forward a certificate to the contractor indicating the unavailability of applicants. Such certificate shall be made a part of the contractor's permanent project records. Upon receipt of this certificate, the contractor may employ persons who do not normally reside in the labor area to fill positions covered by the certificate, notwithstanding the provisions of subparagraph 1 c above. 5. The contractor shall include the provisions of Sections 1 through 4 of this Attachment A in every subcontract for work which is, or reasonably may be, done as on -site work. Page 11 .. VI. CONTRACT SPECIFICATIONS CITY OF RENTON .. EM wn a CONTRACT SPECIFICATIONS H:\ DMSION .S\TRANSPOR.TAT\DESIGN.ENG\ Ryan\ Anacortes _SumM\BidPack \v1COVERvi.DOC SR 900 — NE Sunset Blvd. /Anacortes Ave. NE Intersection Improvement Project City of Renton Special Provisions SP -i SPECIAL PROVISIONS - CONTENTS * Note: Only New subsections are listed in this Table of Contents. INTRODUCTION TO THE SPECIAL PROVISION SP -iv DIVISION 1 GENERAL REQUIREMENTS 1 -01 DEFINITIONS AND TERMS ....................................................... ...........................SP -1 w. 1 -02 BID PROCEDURES AND CONDITIONS ................................... ...........................SP -3 1- 02.6(1) Proprietary Information (RC) ................................. ...........................SP -3 1 -03 AWARD AND EXECUTION OF CONTRACT ............................. ...........................SP -3 1 -04 SCOPE OF THE WORK ................................... .... ..... ................ ...........................SP -5 1 -04.3 Contractor - Discovered Discrepancies ................... ...........................SP -5 too 1 -05 CONTROL OF WORK ............................................................... ...........................SP -7 1- 05.4(3) Contractor Supplied Surveying (RC) ..................... ...........................SP -9 1w 1- 05.4(4) Contractor Provided As -Built Information (RC) ...... ...........................SP -9 1- 05.14(1) Notifications Relative to Contractor's Activities ............................... SP -11 1 -05.18 Contractor's Daily Diary ........................................ ..........................SP -13 Vw 1 -06 CONTROL OF MATERIAL ........................................................ ..........................SP -14 1w 1 -07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC ...................... SP -15 1- 07.11(11) City of Renton Affidavit of Compliance (RC) .................................. SP -17 1- 07.17(1) Interruption of Services ........................................ ..........................SP -32 ON 1 -08 PROSECUTION AND PROGRESS SP -37 ..................................... ............................... 1- 08.10(6) Removal of Equipment ......................................... ..........................SP -42 1 -08.11 Contractor's Plant and Equipment (RC) ............... ..........................SP -42 1w 1 -08.12 Attention to Work (RC) SP-43 .................................... ............................... 1 -09 MEASUREMENT AND PAYMENT ............................................ ..........................SP -43 o. 1 -10 TEMPORARY TRAFFIC CONTROL ......................................... ..........................SP -47 1 -11 RENTON 1- 11.1(1) 1- 11.1(2) 1- 11.1(4) 1- 11.1(5) 1- 11.1(6) 1- 11.1(8) 1- 11.1(9) 1- 11.1(11) 0 ')URVEYING STANDARDS (RC) ............................. ..........................SP -50 Responsibility for Surveys ..................................... ..........................SP -50 Survey Datum and Precision ................................. ..........................SP -50 Subdivision Information ......................................... ..........................SP -51 FieldNotes ............................................................ ..........................SP -51 Corners and Monuments ....................................... ..........................SP -52 Control or Base Line Survey ................................. ..........................SP -52 PrecisionLevels .................................................... ..........................SP -53 Radial and Station -- Offset Topography ............... ..........................SP -53 RadialTopography ................................................ ..........................SP -53 Station - -Offset Topography ................................... ..........................SP -53 As -Built Survey ..................................................... ..........................SP -53 M:( DIVISION.S%TRANSPOR.TAT\DESIGN. ENG\MARK\ Sunset• Anacortes \BidPack \vi\specprov.doc Fw SR -900 NE Sunset Blvd. /Anacortes Ave. NE City of Renton SP -ii 1- 11.1(12) Monument Setting and Referencing ...................... ..........................SP -54 1 -11.2 Materials ............................................................... ..........................SP -54 1- 11.2(1) Property /Lot Corners ............................................. ..........................SP -54 1- 11.2(2) Monuments ........................................................... ..........................SP -55 1- 11.2(3) Monument Case and Cover .................................. ..........................SP -55 DIVISION 2 EARTHWORK 2 -01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP ............ ..........................SP -56 2 -02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS ............ ..........................SP -57 2- 02.3(4) Cutting Pavement, Sidewalks, and Curbs ............ ..........................SP -57 2 -03 ROADWAY EXCAVATION AND EMBANKMENT ..................... ..........................SP -58 2 -04 HAUL ........................................................................................ ..........................SP -61 2 -06 SUBGRADE PREPARATION .................................................... ..........................SP -61 2 -09 STRUCTURE EXCAVATION ....................SP- ERROR! BOOKMARK NOT DEFINED. 2 -11 TRIMMING AND CLEANUP ..................................................... ..........................SP -61 DIVISION 3 PRODUCTION FROM QUARRY AND PIT SITES AND STOCKPILING 3 -01 PRODUCTION FROM QUARRY AND PIT SITES .................... ..........................SP -62 DIVISION 4 BASES 4 -04 BALLAST AND CRUSHED SURFACING .................................. ..........................SP -63 DIVISION 5 SURFACE TREATMENT AND PAVEMENTS 5 -04 ASPHALT CONCRETE PAVEMENT ........................................ ..........................SP -64 5- 04.3(22) Permanent Pavement Patching ............................ ..........................SP -66 DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS 7 -04 STORM SEWERS ..................................................................... ..........................SP -68 7 -05 MANHOLES, INLETS, AND CATCH BASINS ........................... ..........................SP -69 7 -08 GENERAL PIPE INSTALLATION REQUIREMENTS ................ ..........................SP -71 7- 08.3(2)J Placing PVC Pipe (RC) ........................................ ..........................SP -73 7- 08.3(5) Pipe Crossing Existing Utilities ............................. ..........................SP -73 DIVISION 8 MISCELLANEOUS CONSTRUCTION 8 -01 EROSION CONTROL ......... ......................SP- ERRORI BOOKMARK NOT DEFINED. 8 -04 CURBS, GUTTERS, AND SPILLWAYS .................................... ..........................SP -75 8 -09 RAISED PAVEMENT MARKERS .............................................. ..........................SP -75 8 -14 CEMENT CONCRETE SIDEWALKS ........................................ ..........................SP -76 8- 14.3(5) Wheelchair Ramp (Curb Ramp) ........................... ..........................SP -76 SR -900 NE Sunset Blvd. /Anacortes Ave. NE City of Renton H: tDl V I S I ON. S\TRANSPOR.TATt DES I GN. ENG\MARKGSu nset -An awrtes\Bid Packlvilspecprov.doc I= SP -iii 8 -20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL .................. SP -77 8- 20.3(13)C Modification of Existing Illumination System ......... ..........................SP -82 8- 20.3(14)F Opticom Priority Control Systems (RC) ................ ..........................SP -83 8 -21 PERMANENT SIGNING ............................................................ ..........................SP -84 8 -22 PAVEMENT MARKING ............................................................. ..........................SP -85 8 -22.1 Description (RC) .................................................. ..........................SP -85 8 -23 TEMPORARY PAVEMENT MARKINGS ................................... ..........................SP -87 DIVISION 9 MATERIALS 9 -00 DEFINITIONS AND TESTS ...................................................... ..........................SP -88 9 -02 BITUMINOUS MATERIALS .................... .SP -88 ............................. ............................... 9- 02.1(10) Loop Sealant (RC) ............................................... ..........................SP -88 9 -03 AGGREGATES ......................................................................... ..........................SP -88 9 -05 DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS .... ..........................SP -90 9- 05.12(3) CPEP Sewer Pipe (RC) ....................................... ..........................SP -91 9 -06 STRUCTURAL STEEL AND RELATED MATERIALS ............... ..........................SP -92 9 -14 EROSION CONTROL AND ROADSIDE PLANTING ................. ..........................SP -92 9 -23 CONCRETE CURING MATERIALS AND ADMIXTURES ......... ..........................SP -94 9 -29 ILLUMINATION, SIGNALS, ELECTRICAL ................................ ..........................SP -94 9- 29.20(3) Light Emitting Diode (LED) Type .................... .............................SP -104 H:\DIVISION.S \TRANSPOR TAT\DESIGN.ENG\ MARK\ Sunset- Anawnes\BidPack \vi�specprov.doc SR -900 NE Sunset Blvd. /Anacortes Ave. NE City of Renton SP -iv INTRODUCTION TO THE SPECIAL PROVISIONS The work on this project shall be accomplished in accordance with the Standard Specifications for Road, Bridge and Municipal Construction, 2000 English edition, including the Section 1 -99 APWA Supplement, as amended, as issued by the Washington State Department of Transportation ( WSDOT) and the American Public Works Association (APWA), Washington State Chapter (hereafter "Standard Specifications "). The Standard Specifications, as modified or supplemented by these Special Provisions, shall govern all of the Work. The deletion, amendment, alteration, or addition to any subsection or portion of the Standard Specifications is meant to pertain only to that particular portion of the section, and in no way should it be interpreted that the balance of the section does not apply. Also incorporated into the Contract Documents by reference are: Manual on Uniform Traffic Control Devices for Streets and Highways, current edition Standard Plans for Road, Bridge and Municipal Construction, WSDOT /APWA, current edition City of Renton Standard Plans Contractor shall obtain copies of these publications, at Contractor's own expense. DESCRIPTION OF WORK The work to be performed under this Contract consists of furnishing of materials, equipment, tools, labor, and other work or items incidental thereto (excepting any materials, equipment, utilities, or service, if any specified herein to be furnished by Owner or others), and performing all Work as required by the Contract in accordance with the Contract Documents, all of which are made a part hereof. The Work shall include construction of a traffic signal and approximately 200 linear feet of roadway realignment within the right -of -way of SR 900 -NE Sunset Boulevard and Anacortes Avenue NE, including but not limited to curb, gutter, sidewalk, asphalt concrete pavement, mast arm traffic signal, and all other Work necessary to complete the project as specified and shown in the Contract Documents. * * IMPORTANT -PLEASE READ * * These Special Provisions supplement, add new, replace, or modify the combined Standard Specifications and Amendments. For clarification of the purpose of the sections provided, these Special Provisions have the following added section descriptors: Supplement Text supplements, slightly modifies, or adds clarification to the identified section of the Standard Specifications. New: Item /specification is unique to this project and will not be found in the Standard Specifications. Replacement. A replacement of the entire identified section or subsection of the Standard Specifications. Modification: A replacement of the identified sentence or paragraph of the Standard Specifications. WSDOT GSPD A WSDOT General Special Provision applicable to this project, or required to be inserted in the specifications of all projects with Federal Aid. The notation "RC" after a section heading denotes a City of Renton standard provision. SR -900 NE Sunset Blvd. /Anacortes Ave. NE City of Renton H:\ DIVISION .S \TRANSPOR.TATOESIGN.ENG WARK\ Sunset- Anawrtes\BidPack \vilspecprov.doc SP -1 DIVISION 1 GENERAL REQUIREMENTS 1 -01 DEFINITIONS AND TERMS 1 -01.1 General (RC) Supplement Whenever reference is made to the State, Commission, Department of Transportation, Secretary of Transportation, Owner, Contracting Agency, or Engineer, such reference shall be deemed to mean the City of Renton acting through its City Council, employees, and duly authorized representatives for all contracts administered by the City of Renton. 1 -01.3 Definitions (APWA only) Supplement Whenever the words "as directed ", "as required ", "as permitted ", or words of the like effect are used, it shall be understood that the direction, requirement or permission of Owner and Engineer is intended. The words "sufficient ", "necessary", "proper ", and the like shall mean sufficient, necessary or proper in the judgment of Owner and Engineer. The words "approved ", "acceptable ", "satisfactory" or other words of like import shall mean approved by or acceptable to Owner and Engineer. Act of God (RC) "Act of God" means an earthquake, flood, cyclone, or other cataclysmic phenomenon of nature. A rain, windstorm, high water, or other natural phenomenon of unusual intensity for the specific locality of the work, which might reasonably have been anticipated from historical records of the general locality of the work, shall not be construed as an "Act of God." Consulting Engineer (RC) The Contracting Agency's design consultant, who may or may not administer the construction program for the Contracting Agency. 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. Days 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. H:\ DIVISION. S\TRANSPOR.TAT\DESIGN. ENGIMARK\ Sunset- Anawnes\BidPackWi\specprov.0oc SR -900 NE Sunset Blvd. /Anacortes Ave. NE City of Renton SP -2 Division 1- General Requirements Or Equivalent (RC) Where the term "or equivalent" is used herein, the Contracting Agency, or the Contracting Agency on recommendation of the Engineer, shall be the sole judge of the quality and suitability of the proposed substitution. The responsibility and cost of furnishing necessary evidence, demonstrations, or other information required to obtain the approval of alternative materials or processes by the Owner shall be entirely borne by the Contractor. Owner (RC) The City of Renton, or its authorized representative. Also referred to as Contracting Agency. Performance and Payment Bond Same as "Contract Bond" defined in the Standard Specifications. 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. Provide Means "furnish and install" as specified and shown in the Plans. Plans (RC) The contract plans and /or standard plans which show location, character, and dimensions of prescribed work including layouts, profiles, cross - sections, and other details. Drawings may either be bound in the same book as the balance of the Contract Documents or bound in separate sets, and are a part of the Contract Documents, regardless of the method of binding. The terms "Standard Drawings" or "Standard Details" generally used in specifications refers to drawings bound either with the specification documents or included with the Plans or the City of Renton Standard Plans. Secretary, Secretary of Transportation (RC) The chief executive officer of the Department and other authorized representatives. The chief executive officer to the Department shall also refer to the Department of Planning /Building /Public Works Administrator. Shop Drawings Same as "Working Drawings" defined in the Standard Specifications. Special Provisions (RC) Modifications to the Standard 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. SR -900 NE Sunset Blvd. /Anacortes Ave. NE City of Renton H:\DIVISION. S\TRANSPOR.TATDESIGN.ENGNAARK\ Sunset- Anawrtes\BidPack \vi\specprov.dm V Division 1— General Requirements SP -3 State (RC) The state of Washington acting through its representatives. The State shall also refer to the City of Renton and its authorized representatives where applicable. 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. 1 -02 BID PROCEDURES AND CONDITIONS 1 -02.6 Preparation of Proposal (RC) Modification Replace the introductory sentence and item 1 of the third paragraph with the following: All prices shall be in legible figures and words written in ink or typed. The proposal shall include: 1. A unit price for each item (omitting digits more than four places to the right of the decimal point), each unit price shall also be written in words; where a conflict arises, the written words shall prevail. 1- 02.6(1) Proprietary Information (RC) 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 Owner will give notice to the vendor of any request for disclosure of such information received within 5 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. 1 -02.12 Public Opening of Proposals (RC) 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 -03.2 Award of Contract Supplement The award of contract, if made, will be made to the lowest responsible bidder. No award will be made until necessary investigations are made by Owner as to the responsibility of the apparent SR -900 NE Sunset Blvd. /Anacortes Ave. NE City of Renton H: \OI VI S ION. S \TRANSPOR. TAT\OESIGN. ENG WARK\Sunset -An acodes\BidPack \vi\specprov.doc SP -4 Division 1— General Requirements rr low bidder. Owner shall be the sole judge as to the responsibility of the bidder to satisfactorily perform the work as specified and within the time limit set. A contract will not be awarded until Owner is satisfied that the lowest bidder is familiar with the class of work contemplated and has the necessary capital, tools, and experience to satisfactorily perform the work within the time stated. Completion of the work within the time stated is essential, and prior commitments of the bidder, failure to complete other work on time, or reasonable doubt as to whether the bidder would complete the work on time would be cause for the rejection of any bid. Owner further reserves the right to award the contract for the work subject to budget restraints, Owner's successful completion of financing arrangements, or upon obtaining all rights of entry from adjacent property owners. A Notice of Award will be forwarded by the Engineer on behalf of Owner to the successful Contractor, which notice will also state the place and date of the preconstruction conference. The contract, bond form, and all other forms requiring execution 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. 1 -03.3 Execution of Contract (RC) Modification The first sentence of the section is replaced by the following: 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. 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. Supplement 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 Contractor's 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. SR -900 NE Sunset Blvd. /Anacortes Ave. NE City of Renton H:\ DIVISION .S \TRANSPOR.TATIDESIGN.ENG WARK \Sunset- An acoites\BldPack \vi\specprov.doc 4� . Division 1— General Requirements SP -5 1 -04 SCOPE OF THE WORK 1 -04.2 Coordination of Contract Documents, Plans, Special Modification Provisions, Specifications, and Addenda Contractor shall keep at least one copy of the Contract Documents constantly accessible at the construction site. Delete the second paragraph of this section and replace it with the following: Any inconsistency in the parts of the Contract shall be resolved by following this order of precedence (with 1 being the highest order of precedence): 1. Change Orders (if any) 2. Agreement Form 3. Addenda (if any) 4. Proposal 5. Special Provisions 7. Contract Plans 8. Standard Plans /Details in Contract Provisions 9. Amendments to the WSDOT /APWA Standard Specifications 10. 1 -99 APWA Supplement to the WSDOT /APWA Standard Specifications 11. WSDOT /APWA Standard Specifications 12. WSDOT /APWA Standard Plans 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 Delete the last two paragraphs of this section. Cost Reduction Incentive Proposals will not be considered on this project. Supplement Contractor - Requested Alternate Design or Materials In the event that Contractor shall request, or submit, an alternate design or material for some portions of the work, Engineer will consider such alternative designs with reasonable SR -900 NE Sunset Blvd. /Anacortes Ave. NE City of Renton H:\DI VIS ION. S\TRANSPOR.TATDE SIGN. ENG\MARK\ Sunset- Anacortes\BidPack \vi\specprov.doc SP -6 Division 1- General Requirements promptness. Such request for either a design review from alternate plans submitted by Contractor, or request for a redesign initiated by Contractor, as set forth above, shall be made in writing to Engineer. When Contractor submits plans for an alternate design, it shall be in the form of reproducible drawings. For each proposed substitution, Contractor shall submit samples, descriptive and technical data, and reports of tests to Engineer for approval. Contractor shall also indicate the difference in contract cost by reason of the proposed substitution. No substitute items shall be furnished or installed without Engineer's written approval. If requested by Contractor, Engineer will perform an engineering redesign of the work to assure its compatibility within the framework of the complete operating list or system ready for use between the contract limits. The cost of the engineering review of the proposed alternate, or the cost of an engineering redesign as requested by Contractor if performed by Owner or its authorized representatives will be billed to Contractor at the rate of 3 times the direct payroll costs, plus direct expenses. Contractor shall reimburse Owner for any resulting additional engineering charges and for any charges for changes in the work of other contractors resulting from such substitution. 1- 04.4(1) Minor Changes Supplement Payments or credits for changes amounting to $5,000 or less may be made under the bid item "Minor Change ". At the discretion of the Contracting Agency, this procedure for Minor Changes may be used in lieu of the more formal procedure as outlined in Section 1 -04.4, Changes. The Contractor will be provided a copy of the completed order for Minor Change. The agreement for the Minor Change will be documented by signature of the Contractor, or notation of verbal agreement. If the Contractor is in disagreement with anything required by the order for Minor Change, the Contractor may protest the order as provided in Section 1 -04.5. Payments or credits will be determined in accordance with Section 1 -09.4. For the purpose of providing a common proposal for all bidders, the Contracting Agency has entered an amount for "Minor Change" in the Proposal to become a part of the total bid by the Contractor. 11 Minor Change I Estimate 11 1 -04.8 Progress Estimates and Payments (RC) Supplement The Contractor is encouraged to provide to the Engineer prior to progress payments an estimate of lump sum work accomplished to date. The Engineer's calculations and decisions shall be final in regard to the actual percentage of any lump sum pay item accomplished and eligible for payment unless another specific method of calculating lump sum payments is provided elsewhere in the specifications. 1 -04.11 Final Cleanup (RC) Supplement 3. All salvage material as noted on the plans and taken from any of the discarded facilities shall, at the Engineer's discretion, be carefully salvaged and delivered to the City shops. SR -900 NE Sunset Blvd. /Anacortes Ave. NE City of Renton H:IDI VISION .S\TRANSPOR.TATIDESIGN.ENG W IARKISunsel- AnacoAeslBidPack\vi�specpmv.doc Division 1- General Requirements SP-7 Any cost incurred in salvaging and delivering such items shall be considered incidental to the project and no compensation will be made. Final clean up shall be considered incidental to the contract and to other pay items and no further compensation shall be made. 1 -05 CONTROL OF WORK 1 -05.3 Plans and Working Drawings Supplement The Contractor shall submit supplemental working drawings as required for the performance of the work. The drawings shall be on sheets measuring 22 by 34 inches or on sheets with dimensions in multiples of 8 1/2 by 11 inches. Shop drawings and /or catalog cuts shall be furnished by Contractor for all items indicated in various sections of the Contract Documents and as requested by Engineer. A minimum of 6 copies shall be submitted for Engineer's review; additional copies required by Contractor shall be submitted at the same time. Contractor's copies will be returned with the appropriate action to take marked. Drawings shall show the name of the project, the name of Contractor and, if any, the names of suppliers, manufacturers and subcontractors. Shop drawings shall be submitted promptly and in orderly sequence so as to cause no delay in prosecution of the Work. After review of said drawings, Engineer will return 2 copies to Contractor with any comments noted thereon. If so noted by Engineer, Contractor shall correct the drawings and resubmit 6 copies of them in the same manner as specified for the original submittals within one week after receipt of the reviewed drawings. Contractor, in the letter of transmittal accompanying resubmitted shop drawings, shall direct specific attention to any revisions other than the corrections requested by Engineer on previous submittals. Review by Engineer is only for general conformance with the design concept of the project and general compliance with the Contract Documents and shall not be construed as relieving Contractor of the full responsibility for: providing materials, equipment and work required by the Contract, the proper fitting and construction of the Work; the accuracy and completeness of the shop drawings; selecting fabrication processes and techniques of construction; and performing the Work in a safe manner. One copy of all reviewed shop drawings shall be kept accessible at the construction site. If Contractor believes that any shop drawing or communication relative thereto calls for changes in the Work for which the Contract amount or time for completion should be changed, Contractor shall not proceed with the changes in the Work so called for and shall promptly provide to Engineer in writing an estimate of the requested changes in the Contract amount and time for completion. No payment for changes in the Work will be made and no change in the time for completion by reason of changes in the Work will be made, unless the changes are covered by a written change order approved by Owner in advance of Contractor's proceeding with the changed Work. SR -900 NE Sunset Blvd. /Anacortes Ave. NE City of Renton H: IDIVISION.SITRANSPOR TATIDESIGN.ENG\MARK\ Sunset- Anawnes\BidPack\vi%pecpmv.doc SP -8 Division 1— General Reauirements All authorized alterations affecting the requirements and information given in the Plans shall be in writing. Add the following to the second paragraph: All such drawings, specifications and copies thereof prepared or furnished by Engineer are Engineer's property. They are not to be used on other work. 1 -05.4 Conformity With and Deviation from Plans and Stakes (APWA only) (RC) Supplement A Contractor - supplied surveyor shall provide construction stakes and marks establishing lines, slopes, and grades as stipulated in Sections 1- 05.4(1) and 1- 05.4(2) and will perform such work per Section 1 -11. The Contractor shall assume full responsibility for detailed dimensions, elevations, and excavation slopes measured from the Engineer or Contractor supplied surveyor furnished stakes and marks. The Contractor shall provide a work site that has been prepared to permit construction staking to proceed in a safe and orderly manner. The Contractor shall keep the Engineer and Contractor - supplied surveyor informed of staking requirements and provide at least 48 hours' notice to allow the Engineer or Contractor supplied surveyor adequate time for setting stakes. The Contractor shall carefully preserve stakes, marks, and other references points, including existing monumentation, set by Contracting Agency forces. The Contractor will be charged for the costs of replacing stakes, markers, and monumentation that were not to be disturbed but were destroyed or damaged by the Contractor's operations. This charge will be deducted from monies due or to become due to the Contractor. Any claim by the Contractor for extra compensation by reason of alterations or reconstruction work allegedly due to error in the Engineer's line and grade will not be allowed unless the original control points set by the Engineer still exist, or unless other satisfactory substantiating evidence to prove the error is furnished the Engineer. Three consecutive points set on line or grade shall be the minimum points used to determine any variation from a straight line or grade. Any such variation shall, upon discovery, be reported to the Engineer. In the absence of such report, the Contractor shall be liable for any error in alignment or grade. The Contractor shall provide all surveys required other than those to be performed by the Engineer. All survey work shall be done in accordance with Section 1 -11 SURVEYING STANDARDS of these specifications. The Contractor shall keep updated survey field notes in a standard field book and in a format set by the Engineer, per Section 1- 11.1(4). These field notes shall include all survey work performed by the Contractor's surveyor in establishing line, grade, and slopes for the construction work. Copies of these field notes shall be provided the Engineer upon request and, upon completion of the contract work, the field book or books shall be submitted to the Engineer and become the property of the Contracting Agency. If the survey work provided by the Contractor does not meet the standards of the Engineer, then the Contractor shall, upon the Engineer's written request, remove the individual or individuals doing the survey work and the survey work will be completed by the Engineer at the SR -900 NE Sunset Blvd. /Anacortes Ave. NE City of Renton H:tD IV ISION.SITRANSPOR.TATTDESIG N. ENG WIARKVSunset- Anacortes'Bid Pack \vi\specprov.doc Division 1— General Requirements SP -9 Contractor's expense. Costs for completing the survey work required by the Engineer will be deducted from monies due or to become due the Contractor. All costs for survey work required to be performed by the Contractor shall be included in the prices bid for the various items which comprise the improvement or be included in the bid item for "Contractor Supplied Surveying" per lump sum if that item is included in the contracts. 1- 05.4(3) Contractor Supplied Surveying (RC) New When the contract provides for Contractor Supplied Surveying, the Contractor shall supply the survey work required for the project. The Contractor shall retain as a part of the Contractor Organization an experienced team of surveyors under the direct supervision of a professional land surveyor licensed by the State of Washington. All survey work shall be done in accordance with Sections 1 -05.4 and 1 -11 of the Standard Specifications and these Special Provisions. The Contractor and /or Surveyor shall inform the Engineer in writing of any errors, discrepancies, and omissions to the Plans that prevent the Contractor and /or Surveyor from constructing the project in a manner satisfactory to the Engineer. All errors, discrepancies, and omissions must be corrected to the satisfaction of the Engineer before the survey work may be continued. The Contractor shall coordinate his /her work with the Surveyor and perform his /her operations in a manner to protect all survey stakes from harm. The Contractor shall inform the Surveyor of the Contractor's intent to remove any survey stakes and /or points before physically removing them. The Surveyor shall be responsible for maintaining As -Built records for the project, per Section 1- 05.4(4) of these Special Provisions. The Contractor shall coordinate his /her operations and assist the Surveyor in maintaining accurate As -Built records for the project. If the Contractor and Surveyor fail to provide, as directed by the Engineer and /or these plans and specifications, accurate As -Built records and other work the Engineer deems necessary, the Engineer may elect to provide, at Contractor expense, a surveyor to provide all As -Built records and other work as directed by the Engineer. The Engineer shall deduct expenses incurred by the Engineer - supplied surveying from moneys owed to the Contractor. Payment per Section 1 -04.1 for all work and materials required for the full and complete survey work required to complete the project and as -built drawings shall be included in the lump sum price for "Contractor Supplied Surveying." 11 Contractor - Supplied Surveying I Lump Sum (I 1- 05.4(4) Contractor Provided As -Built Information (RC) New It shall be the Contractor's responsibility to record the location prior to the backfilling of the trenches, by centerline station, offset, and depth below pavement, of all existing utilities uncovered or crossed during his work as covered under this project. SR -900 NE Sunset Blvd. /Anacortes Ave. NE City of Renton H:\DI VI S ION. S \TRANSPOR.TAT\DES I G N. ENG\MARK\ Sunset- Anawnes\BidPack \vi \specpmv. dm SP -10 Division 1- General Requirements It shall be the Contractor's responsibility to have his /her surveyor locate by centerline station, offset and elevation each major item of work done under this contract per the survey standard of Section 1 -11 of these Special Provisions. Major items of work shall include but not be limited to: Manholes, Catch Basins and Inlets, Valves, vertical and Horizontal Bends, Junction Boxes, Cleanouts, Side Sewers, Streetlights and Standards, Hydrants, Major Changes in Design Grade, Vaults, Culverts, Signal Poles, Electrical Cabinets. After the completion of the work covered by this contract, the Contractor's Surveyor shall provide to the City the hard covered field book(s) containing the as -built notes and one set of white prints of the project drawings upon which Surveyor has plotted the notes of the Contractor locating existing utilities, and one set of white prints of the project drawings upon which Surveyor has plotted the as -built location of the new work as Surveyor recorded in the field book(s). This drawing shall bear the surveyors seal and signature certifying its accuracy. All costs for as -built work shall be included in the contract item "Contractor Supplied Surveying ". 1 -05.7 Removal of Defective and Unauthorized Work (APWA only) Supplement Contractor shall promptly replace and re- execute work by Contractor forces, in accordance with the intent of the Contract and without expense to Owner, and shall bear the expense of making good all work of other contractors destroyed or damaged by such removal or replacement. If Contractor does not remove such condemned work and materials and commence re- execution of the work within 7 calendar days of notice from Engineer, Owner may correct the same as provided in the Standard Specifications. In that case, Owner may store removed material. If Contractor does not pay the cost of such removal and storage within 10 calendar days from the date of the notice to Contractor of the fact of such removal, Owner may, upon an additional 10 calendar days' written notice, sell such materials at public or private sale, and deduct all costs and expenses incurred from moneys due to Contractor, including costs of sale, and accounting to Contractor for the net proceeds remaining. Owner may bid at any such sale. Contractor shall be liable to Owner for the amount of any deficiency from any funds otherwise due Contractor. 1 -05.10 Guarantees (RC) Supplement 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 -05.7. 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 SR -900 NE Sunset Blvd. lAnacortes Ave. NE City of Renton H: \OI VI SIGN. S \TRANS POR.TATOE S IG N. ENGWARK\ Sunset- AnaconesOi4Pack \vMpecpmv.Aoc Division 1— General Requirements SP-11 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. 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- 05.11(3) Operational Testing (APWA only) Supplement Unless otherwise noted in the Contract Documents, Contractor shall give Engineer a minimum of 3 working days' notice of the time for each test and inspection. If the inspection is by another authority than Engineer, Contractor shall give Engineer a minimum of 3 working days' notice of the date fixed for such inspection. Required certificates of inspection by other authority than Engineer shall be secured by Contractor. 1 -05.14 Cooperation with Other Contractors Supplement Contractor shall afford Owner and other contractors working in the area reasonable opportunity for the introduction and storage of their materials and the execution of their respective work and shall properly connect and coordinate Contractor's work with theirs. Other utilities, districts, agencies, and contractors who may be working within the project area are: 1. Puget Sound Energy (gas and electric) 2. AT &T Broadband 3. QWest Communications 4. City of Renton (water, sewer, transportation) 5. Soos Creek Water District The Contractor shall coordinate with City of Renton on tying into existing electrical service cabinet. 1- 05.14(1) Notifications Relative to Contractor's Activities New Contractor shall notify the following listed agencies and individuals, prior to commencement of the work, and submit to these agencies /individuals: a. The name(s) of the construction superintendent in responsible charge, and other individuals having full authority to execute the orders or directions of Engineer, in the event of an emergency. b. The time of the commencement and completion of work. c. Names of streets or locations of alleys to be closed. d. Schedule of operations. SR -900 NE Sunset Blvd. /Anacortes Ave. NE City of Renton H:tDI VI SIGN. S \TRANS POR.TAT\DES IGN. ENG\MARKGSu nset- AnaWrteStB iCIPackWi\specprov. doc SP -12 Division 1- General Requirements e. Routes of detours where possible. f. Planned utility shutdown times and locations. g. Construction staging. Notification shall be written, with a copy delivered to Engineer 5 days prior to the commencement of work on the project. Contractor must notify the same parties, in writing, of all changes to any of the above items during the project. The following addresses and telephone numbers of public and franchise utilities and public services are supplied for the Contractor's convenience. City of Renton Fire Department 1055 South Grady Way Renton, Washington 98055 Attn: Jim Gray Telephone: (425) 430 -7023 City of Renton Police Department 1055 South Grady Way Renton, Washington 98055 Attn: Garry Anderson, Chief Telephone: (425) 430 -7503 Attn: Sherry Smith, Admin. Sec. Telephone: (425) 430 -7507 City of Renton Utility Maintenance 1055 South Grady Way Renton, Washington 98055 Attn: Jack Crumley, Maint. Svcs. Dir George Stahl, Maint. Svcs. Supv. Telephone: (425) 430 -7400 City of Renton Wastewater Maintenance 1055 South Grady Way Renton, Washington 98055 Attn: Ron Shaffer, Wastewater Supv. Telephone: (425) 430 -7400 AT &T Broadband 20811 84th Avenue South, Suite 101 Kent, Washington 98032 Attn: Mike Martos Telephone: (206) 396 -6405 SR -900 NE Sunset Blvd. /Anacortes Ave. NE City of Renton Soos Creek Water and Sewer District 14616 SE 192nd Street P.O. Box 58039 Renton, Washington 98058 -1039 Telephone: (425) 630 -9900 Underground Utilities Location Center ( "One -Call" Center) 1- 800 -424 -5555 City of Renton Water Maintenance 1055 South Grady Way Renton, Washington 98055 Attn: Ray Sled, Water Maint. Mngr. Telephone: (425) 430 -7400 Metro /Bus 1270 - 6th Avenue S, MS -QS Seattle, Washington 98134 Attn- Mary Malcomb Telephone: (206) 684 -2732 QWest Communications 7235 South 228th Street Kent, Washington 98032 Attn: Ken Kobes Telephone: (206) 345 -3399 H: \ DIVISION. S \TRANSPOR.TAT\DES IGN. ENG\MARK\ Sunset- AnacmtesOiAPack\vi\specpmv.doc 3g- Division 1— General Requirements SP -13 Puget Sound Energy P.O. Box 90868, MS- XRD -01 W Bellevue, Washington 98009 -0868 Attn: Mr. Joe Jainga Telephone: (425) 462 -3807 1 -05.18 Contractor's Daily Diary New Contractor and subcontractors shall maintain and provide to Engineer a Daily Diary Record of this Work. This Diary will be created by pen entries in a hard -bound diary book of the type that is commonly available through commercial outlets. The Diary must contain the Project and Number; if the Diary is in loose -leaf form, this information must appear on every page. The Diary must be kept and maintained by Contractor's designated project superintendent(s). Entries must be made on a daily basis and must accurately represent all of the project activities on each day. At a minimum, the diary shall show on a daily basis: 1. The day and date. 2. The weather conditions, including changes throughout the day. 3. A complete description of work accomplished during the day with adequate references to the Plans and Contract Provisions so that the reader can easily and accurately identify said work in the Plans. Identify location /description of photographs or videos taken that day. 4. An entry for each and every changed condition, dispute or potential dispute, incident, accident, or occurrence of any nature whatsoever which might affect Contractor, Owner, or any third party in any manner. 5. Listing of any materials received and stored on- or off -site by Contractor for future installation, to include the manner of storage and protection of the same. 6. Listing of materials installed during each day. 7. List of all subcontractors working on -site during each day. 8. Listing of the number of Contractor's employees working during each day by category of employment. 9. Listing of Contractor's equipment working on the site during each day. Idle equipment on the site shall be listed and designated as idle. 10. Notations to explain inspections, testing, stake -out, and all other services furnished by Owner or other party during each day. 11. Entries to verify the daily (including non -work days) inspection and maintenance of traffic control devices and condition of the traveled roadway surfaces. Contractor shall not allow any conditions to develop that would be hazardous to the public. SR -900 NE Sunset Blvd. /Anacortes Ave. NE City of Renton H:\DI V ISION. S\TRANSPOR. TAT\DESIG N. ENGVAARK \Sunset- AnecortestBidPackW i\specpmv.doc SP -14 Division 1— General Requirements 12. Any other information that serves to give an accurate and complete record of the nature, quantity, and quality of Contractor's progress on each day. 13. Plan markups showing locations and dimensions of constructed features to be used by Engineer to produce record drawings. 14. All pages of the diary must be numbered consecutively with no omissions in page numbers. 15. Each page must be signed and dated by Contractor's official representative on the project. Contractor may use additional sheets separate from the diary book if necessary to provide a complete diary record, but they must be signed, dated, and labeled with project name and number. It is expressly agreed between Contractor and Owner that the Daily Diary maintained by Contractor shall be the "Contractor's Book of Original Entry" for the documentation of any potential claims or disputes that might arise during this Contract. Failure of Contractor to maintain this Diary in the manner described above will constitute a waiver of any such claims or disputes by Contractor. Engineer or other Owner's representative on the job site will also complete a Daily Construction Report. 1 -06 CONTROL OF MATERIAL 1 -06 Foreign Made Materials Section 1 -06 is supplemented with the following: (March 13, 1995) The major quantities of steel and iron construction material that is permanently incorporated into the project shall consist of American -made materials only. The Contractor may utilize minor amounts of foreign steel and iron in this project provided the cost of the foreign material used does not exceed one -tenth of one percent of the total contract cost or $2,500.00 , whichever is greater. American -made material is defined as material having all manufacturing processes occur in the United States. The action of applying a coating to steel or iron is deemed a manufacturing process. Coating includes epoxy coating, galvanizing, aluminizing, painting, and any other coating that protects or enhances the value of steel or iron. Any process from the original reduction from ore to the finished product constitutes a manufacturing process for iron. The following are considered to be steel manufacturing processes: 1. Production of steel by any of the following processes: a. Open hearth furnace. b. Basic oxygen. SR -900 NE Sunset Blvd. /Anacortes Ave. NE City of Renton H:tDIVISION.S \TRANSPOR TAT\DESIGN.ENGWARKtSun set- AnawrtestBioPackWi\specprov.Coc Division 1— General Requirements SP -15 c. Electric furnace. d. Direct reduction. 2. Rolling, heat treating, and any other similar processing. 3. Fabrication of the products. a. Spinning wire into cable or strand. b. Corrugating and rolling into culverts. c. Shop fabrication. A certification of materials origin will be required for any items comprised of, or containing, steel or iron construction materials prior to such items being incorporated into the permanent work. The certification shall be on DOT Form 350 -109 provided by the Engineer, or such other form the Contractor chooses, provided it contains the same information as DOT Form 350 -109. 1 -06.1 Approval of Materials Prior to Use Supplement The materials and equipment lists submitted to Engineer at the Preconstruction Conference shall include the quantity, manufacturer and model number, if applicable, of materials and equipment to be installed under the Contract. This list will be checked by Engineer as to conformity with the Contract Documents. Engineer will review the lists within 10 working days, noting required corrections. Contractor shall make required corrections and file 2 corrected copies with Engineer within one week after receipt of required corrections. Engineer's review and acceptance of the lists shall not relieve Contractor from responsibility for suitability for the intended purpose, nor for deviations from the Contract Documents. 1- 06.2(1) Samples and Tests for Acceptance Supplement The finished Work shall be in accordance with approved samples. Approval of samples by Engineer does not relieve Contractor of responsibility for performance of the Work in accordance with the Contract Documents. 1- 06.2(2) Statistical Evaluation of Materials for Acceptance (RC) Replacement The City of Renton will not use statistical evaluation. 1 -07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1 -07.1 Laws to be Observed (APWA only) Supplement Contractor shall erect and properly maintain, at all times, as required by the conditions and progress of the work, all necessary safeguards for protection of workers and the public; shall post danger signs warning against known or unusual hazards; and shall designate as Safety Supervisor a responsible employee on the construction site whose duty shall be the enforcement of safety. The name and position of such person so designated shall be reported in writing to Engineer by Contractor. SR -900 NE Sunset Blvd. /Anacortes Ave. NE City of Renton H:( DIVISION. SITRANS POR. TATXDESIGN. ENG \MARKlSunsel- Anacortes\BidPackW i\5pecpmv.doc SP -16 Division 1- General Requirements a Contractor shall, at all times, enforce strict discipline and good order among all employees and shall not employ any person unfit or not skilled in the work assigned to him /her. Necessary sanitation conveniences for the use of the workers on the job, properly secluded from public observation, shall be provided and maintained by Contractor. 1 -07.6 Permits and Licenses Supplement The permits, easements, and right of entry documents that have been acquired are available for inspection and review. Contractor shall be required to comply with all conditions of the permits, easements, and rights of entry, at no additional cost to Owner. Contractor is required to indemnify Owner from claims on all easements and rights of entry. All other permits, licenses, etc., shall be the responsibility of Contractor. Contractor shall comply with the special provisions and requirements of each. Permits, permission under franchises, licenses and bonds of a temporary nature necessary for and during the prosecution of the work, and inspection fees in connection therewith shall be secured and paid for by Contractor. If Owner is required to secure such permits, permission under franchises, licenses and bonds, and pay the fees, the costs incurred by Owner thereby shall be charged against Contractor and deducted from any funds otherwise due Contractor. 1 -07.9 Wages 1- 07.9(1) General Section 1- 07.9(1) is supplemented with the following: (March 2, 2001) The Federal wage rates incorporated in this contract have been established by the Secretary of Labor under United States Department of Labor General Decision No. WA010001. (May 28, 1996) Wage Rates For The Occupation Of Landscape Construction The State Prevailing Wage Rates for Public Works Contracts included in the contract show a separate listing for Occupation: Landscape Construction, which includes several different Occupation Descriptions such as "Irrigation and Landscape Plumbers ", "Irrigation and Landscape Power Equipment Operators ", and "Landscaping or Planting Laborers ". Federal Wage Rates may include Occupation Descriptions specifically identified with landscaping work in other Occupational Groups such as "Laborers" with the Occupation Description "Landscaping or Planting" or "Power Equipment Operators" with Occupation Description "Mulch Seeding Operator ". Any Federal wage rates listed with the Occupation Descriptions that specifically identify landscape work must be considered and compared with the State Rate to determine which rate is higher, and therefore must be paid to workers performing that Occupation Description. If Federal Rates for landscape work are not shown anyplace in the contract, the Contractor, in preparing a bid for this project, shall assume the Federal Rates to be the same as the State Rates for the Occupation of Landscape Construction. SR -900 NE Sunset Blvd. /Anacortes Ave. NE City of Renton HADIVISION.S \TRANSPOR 7AT\DESIGN.ENGWARK\ Sunset- Anacones\BidPack \vi\specpmv.Aoc Division' — General Requirements SP-17 If Federal Rates for landscape Occupation Descriptions are not listed in any Occupational Group in the contract, and at some future date the U.S. Department of Labor ( USDOL) determines that the Federal Rates for those Occupation Descriptions should have been rates that are higher than the State Rates, the employees of the Contractor shall be paid no less than the rates so determined by USDOL for those workers, for all the hours worked in these Occupation Descriptions, retroactive to the beginning of the contract, and continuing until the end of the contract. A change order will be prepared with the intent to ensure that the Contractor's employees receive any required additional pay with no fiscal impact to the Contractor. Accordingly, the Contracting Agency will reimburse the Contractor for the actual costs, subject to the following conditions: 1. The Contractor relied upon the rates included in the contract to prepare their bid and certifies to that fact. 2. The allowable amount of reimbursement will be the difference between the actual rates paid on the certified payrolls or the State Rates listed (whichever of these are the highest) and the Federal Rates later determined to be correct by USDOL plus only appropriate payroll markups the employer must pay, such as, social security and other payments the employer must make to the Federal or State Government, 3. The allowable amount of reimbursement may also include some overhead cost, such as, the cost for making supplemental payrolls and new checks to the employees because of underpayment for previously performed work, 4. Profit will not be an allowable markup, and 5. Firms that anticipated, in the preparation of their bids, paying a rate equal to, or higher than, the correct rate as finally determined by the USDOL will not be eligible for reimbursement. 1- 07.9(5) Required Documents Modification Delete the first sentence of the third paragraph, and replace it with the following: Contractor must submit weekly certified payrolls for the Contractor and all subcontractors and lower tier subcontractors, regardless of project's funding source. Equal Employment Opportunity Responsibilities Section 1 -07.11 is supplemented with the following: (March 6, 2000) Requirement For Affirmative Action to Ensure Equal Employment Opportunity (Executive Order 11246 1. The Contractor's attention is called to the Equal Opportunity Clause and the Standard Federal Equal Employment Opportunity Construction Contract Specifications set forth herein. 2. The goals and timetables for minority and female participation set by the Office of Federal Contract Compliance Programs, expressed in percentage terms for the Contractor's aggregate SR -900 NE Sunset Blvd. /Anacortes Ave. NE City of Renton H:\ DIVISION. S \TRANSPOR.TAT\DESIGN.ENGWIARK\ Sunset- Anacones\BidPaakNi specpmv.doc SP -18 Division 1- General Requirements work force in each construction craft and in each trade on all construction work in the covered area, are as follows: Women - Statewide Timetable Goal Until further notice 6.9% Minorities - by Standard Metropolitan Statistical Area (SMSA) Spokane, WA: SMSA Counties: Spokane, WA 2.8 WA Spokane. Non -SMSA Counties 3.0 WA Adams; WA Asotin; WA Columbia; WA Ferry; WA Garfield-, WA Lincoln, WA Pend Oreille; WA Stevens; WA Whitman. Richland, WA SMSA Counties: Richland Kennewick, WA 5.4 WA Benton; WA Franklin. Non -SMSA Counties 3.6 WA Walla Walla. Yakima, WA: SMSA Counties: Yakima, WA 9.7 WA Yakima. Non -SMSA Counties 7.2 WA Chelan; WA Douglas; WA Grant; WA Kittitas; WA Okanogan Seattle, WA: SMSA Counties: Seattle Everett, WA 7.2 WA King; WA Snohomish. Tacoma, WA 6.2 WA Pierce. Non -SMSA Counties 6.1 WA Clallam; WA Grays Harbor; WA Island; WA Jefferson; WA Kitsap; WA Lewis; WA Mason; WA Pacific; WA San Juan; WA Skagit; WA Thurston; WA Whatcom. Portland, OR: SMSA Counties: Portland, OR -WA WA Clark. Non -SMSA Counties WA Cowlitz; WA Klickitat; 4.5 3.8 WA Skamania; WA Wahkiakum. SR -900 NE Sunset Blvd. /Anacortes Ave. NE City of Renton H: tDI VI S ION. S \TRANSPOR.TA7IDES IGN. ENGU AARKGSunset- AnawrtesY3idPacklvi\specprov. doc Division 1— General Requirements SP-19 These goals are applicable to each nonexempt Contractor's total on -site construction workforce, regardless of whether or not part of that workforce is performing work on a Federal, or federally assisted project, contract, or subcontract until further notice. Compliance with these goals and time tables is enforced by the Office of Federal Contract compliance Programs. The Contractor's compliance with the Executive Order and the regulations in 41 CFR Part 60-4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR 60- 4.3(a), and its efforts to meet the goals. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, in each construction craft and in each trade, and the Contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's goal shall be a violation of the contract, the Executive Order and the regulations in 41 CFR Part 60 -4. Compliance with the goals will be measured against the total work hours performed. 3. The Contractor shall provide written notification to the Engineer within 10 working days of award of any construction subcontract in excess of $10,000 or more that are Federally funded, at any tier for construction work under the contract resulting from this solicitation. The notification shall list the name, address and telephone number of the subcontractor; employer identification number of the subcontractor; estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the geographical area in which the contract is to be performed. 4. As used in this Notice, and in the contract resulting from this solicitation, the Covered Area is as designated herein. Standard Federal Equal Employment Opportunity Construction Contract Specifications (Executive Order 11246) 1. As used in these specifications: a. Covered Area means the geographical area described in the solicitation from which this contract resulted; b. Director means Director, Office of Federal Contract Compliance Programs, United States Department of Labor, or any person to whom the Director delegates authority; c. Employer Identification Number means the Federal Social Security number used on the Employer's Quarterly Federal Tax Return, U. S. Treasury Department Form 941; d. Minority includes: (1) Black, a person having origins in any of the Black Racial Groups of Africa. (2) Hispanic, a fluent Spanish speaking, Spanish surnamed person of Mexican, Puerto Rican, Cuban, Central American, South American, or other Spanish origin. (3) Asian or Pacific Islander, a person having origins in any of the original peoples of the Pacific rim or the Pacific Islands, the Hawaiian Islands and Samoa. SR -900 NE Sunset Blvd. /Anacortes Ave. NE City of Renton H:\DI V IS ION. S\TRANSPOR.TAT\DES IG N. ENG\MARK\ Sunset - Ana- ,tes\BidPack \vi\specpmv. doc SP -20 Division 1- General Requirements (4) American Indian or Alaskan Native, a person having origins in any of the original peoples of North America, and who maintain cultural identification through tribal affiliation or community recognition. 2. Whenever the Contractor, or any Subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions of these specifications and the Notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which this contract resulted. 3. If the Contractor is participating (pursuant to 41 CFR 60 -4.5) in a Hometown Plan approved by the U.S. Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the Plan area (including goals and timetables) shall be in accordance with that Plan for those trades which have unions participating in the Plan. Contractors must be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each Contractor or Subcontractor participating in an approved Plan is individually required to comply with its obligations under the EEO clause, and to make a good faith effort to achieve each goal under the Plan in each trade in which it has employees. The overall good faith performance by other Contractors or Subcontractors toward a goal in an approved Plan does not excuse any covered Contractor's or Subcontractor's failure to take good faith effort to achieve the Plan goals and timetables. 4. The Contractor shall implement the specific affirmative action standards provided in paragraphs 7a through 7p of this Special Provision. The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization the Contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. Covered construction contractors performing construction work in geographical areas where they do not have a Federal or federally assisted construction contract shall apply the minority and female goals established for the geographical area where the work is being performed. The Contractor is expected to make substantially uniform progress in meeting its goals in each craft during the period specified. 5. Neither the provisions of any collective bargaining agreement, nor the failure by a union with whom the Contractor has a collective bargaining agreement, to refer either minorities or women shall excuse the Contractor's obligations under these specifications, Executive Order 11246, or the regulations promulgated pursuant thereto. 6. In order for the nonworking training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and trainees must be employed by the Contractor during the training period, and the Contractor must have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees must be trained pursuant to training programs approved by the U.S. Department of Labor. 7. The Contractor shall take specific affirmative actions to ensure equal employment opportunity. The evaluation of the Contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from its action. The Contractor shall document these efforts fully, and shall implement affirmative action steps at least as extensive as the following: SR -900 NE Sunset Blvd. /Anacortes Ave. NE City of Renton H: tDl V ISION.S \TRANS POR. TATIDES IGN. ENGWARK\ Sunset- AnawAes\BidPack \vi\specpmv.do Division 1— General Requirements SP-21 a. Ensure and maintain a working environment free of harassment, intimidation, and coercion at all sites, and in all facilities at which the Contractor's employees are assigned to work. The Contractor, where possible, will assign two or more women to each construction project. The Contractor shall specifically ensure that all foremen, superintendents, and other on -site supervisory personnel are aware of and carry out the Contractor's obligation to maintain such a working environment, with specific attention to minority or female individuals working at such sites or in such facilities. b. Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female recruitment sources and to community organizations when the Contractor or its unions have employment opportunities available, and maintain a record of the organizations' responses. c. Maintain a current file of the names, addresses and telephone numbers of each minority and female off - the - street applicant and minority or female referral from a union, a recruitment source or community organization and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral and was not referred back to the Contractor by the union or, if referred, not employed by the Contractor, this shall be documented in the file with the reason therefor, along with whatever additional actions the Contractor may have taken. d. Provide immediate written notification to the Director when the union or unions with which the Contractor has a collective bargaining agreement has not referred to the Contractor a minority person or woman sent by the Contractor, or when the Contractor has other information that the union referral process has impeded the Contractor's efforts to meet its obligations. e. Develop on- the -job training opportunity and /or participate in training programs for the area which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the Contractor's employment needs, especially those programs funded or approved by the U.S. Department of Labor. The Contractor shall provide notice of these programs to the sources compiled under 7b above. f. Disseminate the Contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the Contractor in meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc.; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed. g. Review, at least annually, the company's EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination or other employment decisions including specific review of these items with on -site supervisory personnel such as Superintendents, General Foremen, etc., prior to the initiation of construction work at any job site. A written record shall be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter. SR -900 NE Sunset Blvd. /Anacortes Ave. NE City of Renton H:I DIVISION. S\TRANSPOR.TArDESIGN.ENGWARK1Su nset- Anacortes�BidPack \vi�specpmv Aoc SP -22 Division 1— General Requirements h. Disseminate the Contractor's EEO policy externally by including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing the Contractor's EEO policy with other Contractors and Subcontractors with whom the Contractor does or anticipates doing business. i. Direct its recruitment efforts, both oral and written to minority, female and community organizations, to schools with minority and female students and to minority and female recruitment and training organizations serving the Contractor's recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the Contractor shall send written notification to organizations such as the above, describing the openings, screening procedures, and tests to be used in the selection process. j. Encourage present minority and female employees to recruit other minority persons and women and where reasonable, provide after school, summer and vacation employment to minority and female youth both on the site and in other areas of a Contractor's work force. k. Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR Part 60 -3. I. Conduct, at least annually, an inventory and evaluation of all minority and female personnel for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc., such opportunities. m. Ensure that seniority practices, job classifications, work assignments and other personnel practices, do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the EEO policy and the Contractor's obligations under these specifications are being carried out. n. Ensure that all facilities and company activities are nonsegregated except that separate or single -user toilet and necessary changing facilities shall be provided to assure privacy between the sexes. o. Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations. p. Conduct a review, at least annually, of all supervisors' adherence to and performance under the Contractor's EEO policies and affirmative action obligations. 8. Contractors are encouraged to participate in voluntary associations which assist in fulfilling one or more of their affirmative action obligations (7a through 7p). The efforts of a contractor association, joint contractor - union, contractor - community, or other similar group of which the Contractor is a member and participant, may be asserted as fulfilling any one or more of the obligations under 7a through 7p of this Special Provision provided that the Contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensure that the concrete benefits of the program are reflected in the Contractor's minority and female work -force participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrate the effectiveness of actions taken on behalf of the SR -900 NE Sunset Blvd. /Anacortes Ave. NE City of Renton H:\OIVISION.S \TRANSPOR.TAT OESIGN.ENG\ MARK\ Sunset- Anawrtes \BidPeck \vi\specprov.doc Division 1— General Requirements SP -23 Contractor. The obligation to comply, however, is the Contractor's and failure of such a group to fulfill an obligation shall not be a defense for the Contractor's noncompliance. 9. A single goal for minorities and a separate single goal for women have been established. The Contractor, however, is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and non - minority. Consequently, the Contractor may be in violation of the Executive Order if a particular group is employed in substantially disparate manner (for example, even though the Contractor has achieved its goals for women generally, the Contractor may be in violation of the Executive Order if a specific minority group of women is underutilized). 10. The Contractor shall not use the goals and timetables or affirmative action standards to discriminate against any person because of race, color, religion, sex, or national origin. 11. The Contractor shall not enter into any subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246. 12. The Contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal Opportunity Clause, including suspensions, terminations and cancellations of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations by the Office of Federal Contract Compliance Programs. Any Contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as amended. 13. The Contractor, in fulfilling its obligations under these specifications, shall implement specific affirmative action steps, at least as extensive as those standards prescribed in paragraph 7 of this Special Provision, so as to achieve maximum results from its efforts to ensure equal employment opportunity. If the Contractor fails to comply with the requirements of the Executive Order, the implementing regulations, or these specifications, the Director shall proceed in accordance with 41 CFR 60 -4.8. 14. The Contractor shall designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the government and to keep records. Records shall at least include, for each employee, their name, address, telephone numbers, construction trade, union affiliation if any, employee identification number when assigned, social security number, race, sex, status (e.g., mechanic, apprentice, trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable form; however, to the degree that existing records satisfy this requirement, the Contractors will not be required to maintain separate records. 15. Nothing herein provided shall be construed as a limitation upon the application of other laws which establish different standards of compliance or upon the application of requirements for the hiring of local or other area residents (e.g., those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program). SR -900 NE Sunset Blvd. /Anacortes Ave. NE City of Renton H:\ DIVISION. S \TRANSPOR.TAT\DESIGN.ENG\kMARK\ Sunset -Anam tes\SidPack \vi�specprov.doc SP -24 Division 1- General Requirements (August 6, 2001) Disadvantaged Business Enterprise (DBE) Participation The Disadvantaged Business Enterprise (DBE) requirements of 49 CFR part 26 apply to this contract. The requirements of this contract are to report what is accomplished to enable the Contracting Agency to track achievement. No preference will be included in the evaluation of bids /proposals, no minimum level of DBE participation shall be required as a condition for receiving an award and bids /proposals will not be rejected or considered non - responsive on that basis. DBE Goals No DBE goals have been assigned as a part of this contract. Affirmative Efforts to Increase DBE Participation Contractors are encouraged to: 1. Advertise opportunities for Subcontractors or suppliers in a manner reasonably designed to provide DBEs capable of performing the work with timely notice of such opportunities. All advertisements should include a provision encouraging participation by DBE firms and may be done through general advertisements (e.g., newspapers, journals, etc.) or by soliciting bids /proposals directly from DBEs. 2. Utilize the services of available minority community organizations, minority Contractor groups, local minority assistance offices and organizations that provide assistance in the recruitment and placement of DBEs and other small businesses. In addition, The Office of Minority and Women's Business Enterprises has three DBE Supportive Services Offices available to assist you as follows: Olympia: (360) 753 -9693, (Fax) (360) 586 -7079 Seattle: (206) 553 -7356, (Fax) (206) 553 -0194 Wenatchee: (509) 665 -3528, (Fax) (509) 665 -3533 3. Establish delivery schedules, where requirements of the contract allow, that encourage participation by DBEs and other small businesses. 4. Achieve DBE attainment through joint ventures. DBE Eligibility (for reporting purposes only) Definition of DBEs DBE status is designated by: The current list of firms accepted as certified by the Office of Minority and Women's Business Enterprises ( OMWBE.) A list of firms accepted as certified by OMWBE is available from that office at (360) 704 -1180 or on line through their web site at (www.wsdot.wa.gov /omwbe /). DBE Participation When a DBE participates in a contract, only the value of the work actually performed by the DBE will be counted. SR -900 NE Sunset Blvd. /Anacortes Ave. NE City of Renton HADIVISION. SITRANSPOR. TATDESIGN. ENGU AARK\Sunset- AnaconeslBidPack lvi\specprov.Aoc W Division 1— General Requirements SP -25 1. Count the entire amount of the portion of the contract that is performed by the DBE's own forces. Include the cost of supplies and materials obtained by the DBE for the work of the contract. Include supplies purchased or equipment leased by the DBE. Exclude supplies and equipment the DBE Subcontractor purchases or leases from the Contractor or its affiliate. 2. Count the entire amount of fees or commissions charged by a DBE firm for providing a bona fide service, such as professional, technical, consultant, or managerial services, or for providing bonds or insurance, provided the fees are reasonable. 3. When a DBE subcontracts part of the work of its contract to another firm, the value of the subcontracted work shall be counted if the DBE's Subcontractor is also a DBE. The work that a DBE subcontracts to a non -DBE firm does not count as participation. DBE Prime Contractor A DBE prime Contractor shall only count the work performed with its own forces as well as the work performed by DBE Subcontractors and DBE suppliers. Joint Venture When a DBE performs as a participant in a joint venture, only count that portion of the total dollar value of the contract equal to the distinct, clearly defined portion of the work that the DBE performs with its own forces. Commercially Useful Function You may count expenditures to a DBE Contractor if the DBE is performing a commercially useful function on that contract. 1. A DBE performs a commercially useful function when it is responsible for execution of the work of the contract and is carrying out its responsibilities by actually performing, managing, and supervising the work involved. To perform a commercially useful function, the DBE must also be responsible, with respect to materials and supplies used on the contract, for negotiating price, determining quality and quantity, ordering the material, installing (if applicable) and paying for the material itself. 2. A DBE does not perform a commercially useful function if its role is limited to that of an extra participant in a transaction, contract, or project through which funds are passed in order ` to obtain the appearance of DBE participation. 3. A DBE does not perform a commercially useful function if it fails to exercise responsibility with its own work force for at least 30 percent of the total cost of its contract. Trucking Use the following factors in determining whether a DBE trucking company is performing a commercially useful function: 1. The DBE must be responsible for the management and supervision of the entire trucking operation for which it is responsible for on a particular contract, and there cannot be a contrived arrangement for the purpose of meeting the DBE goals. SR -900 NE Sunset Blvd. /Anacortes Ave. NE City of Renton H:\ DIVISION. S \TRANSPOR.TATDES IGN. ENG\MARK\Su nset- Anacones\Bid Peck \vi\specprov.doc SP -26 Division 1- General Requirements 2. The DBE must itself own and operate at least one fully licensed, insured, and operational truck that is used on the contract. 3. Credit towards project goals for DBE trucking firms who do not own at least one truck, will be granted only for the fees the DBE firm retains for providing the hauling service. 4. In order for DBE project goals to be credited, DBE trucking firms must be covered by a subcontract or a written agreement approved by WSDOT prior to performing their portion of the work. 5. DBE trucking firms are required to perform at least fifty percent (50 %) of the work with his /her own trucks and personnel. 6. DBE trucking firms may utilize owner /operator trucks. The number of owner /operator trucks may not exceed any limitations on subletting or reassigning the work specified. All owner /operators must appear on the DBE Contractor's or DBE Subcontractor's payroll designated as owner /operator. The hours worked or wages paid may be reflected either on the payroll or on the record of payments to each owner /operator. 7. DBE trucking firms may lease or rent trucks from other sources, except from prime Contractors to whom they are Contractors, provided: a) A written valid lease /rental agreement on all trucks leased or rented is submitted to the project manager prior to the beginning of work; and b) Only the vehicle (not the operator) is leased or rented. c) The agreement must include the lessors name, trucks to be leased, and agreed upon amount or method of payment (hour, ton or load hauled). d) All lease agreements shall be long -term agreements, not project -by- project. The DBE is limited to leasing or renting two (2) additional trucks for each truck owned by the DBE trucking firm. Expenditures with DBEs Expenditures with DBEs for materials or supplies shall be counted as provided in the following: Manufacturer If the materials or supplies are obtained from a DBE manufacturer, count 100 percent of the cost of the materials or supplies. Regular Dealer 1. Counting If the materials or supplies are purchased from a DBE regular dealer, count 60 percent of the cost of the materials or supplies. 2. Definition SR -900 NE Sunset Blvd. /Anacortes Ave. NE City of Renton H:\DI V I SI ON.SITRANSPOR.TATIDESIGN. ENG\MARK\S. nset- Anacortes\Bid Pack \vt\specpmv.doc Vc Division 1— General Requirements SP-27 a) To be a regular dealer, the firm must be an established, regular business that engages, as its principal business and under its own name, in the purchase and sale or lease of the products in question. b) A person may be a regular dealer in such bulk items as petroleum products, steel, cement, gravel, stone, or asphalt without owning, operating, or maintaining a place of business, as provided elsewhere in this specification, if the person both owns and operates distribution equipment for the products. Any supplementing of regular dealers' own distribution equipment shall be by a long -term lease agreement and not on an ad hoc or contract -by- contract basis. c) Packagers, brokers, manufacturers' representatives, or other persons who arrange or expedite transactions are not regular dealers. Purchased from a DBE With respect to materials or supplies purchased from a DBE who is neither a manufacturer nor a regular dealer, count the entire amount of fees or commissions charged for assistance in the procurement of the materials and supplies, or fees or transportation charges for the delivery of materials or supplies required on a job site, provided the fees are reasonable and typical for the services rendered. No part of the cost of the materials and supplies themselves shall be counted. Procedures Between Award and Execution After award and prior to execution of the contract, the Contractor shall provide the names and addresses of all firms that submitted a bid or quote to the Contractor as part of bidding this contract and note which of those firms were successful and will participate in the contract. These firms may be contacted to solicit general information as follows: 1. age of the firm 2. average of its gross annual receipts This information is necessary to maintain a bidder's list in compliance with the requirements of the 49 CFR, Part 26. Simply stated: who is soliciting the work and what is their capacity? The Contracting Agency will use this information to accurately determine an overall goal based on the percentage of DBEs who are ready, willing and able to perform the work. Reporting The Contractor shall submit a "Quarterly Report of Amounts Credited as DBE Participation" on a quarterly basis for every quarter in which the contract is active (work is accomplished) or upon completion of the project, as appropriate. The quarterly reports are due on the 20th of April, July, October, and January for the four respective quarters. The dollars reported will be in accordance with the "DBE Eligibility" section of this specification. Payment Payment for complying with the conditions of this specification and any associated DBE requirements is the Contractor's responsibility. Those costs shall be incidental to the respective bid items. Further Information SR -900 NE Sunset Blvd. /Anacortes Ave. NE City of Renton H:( DIVISION.S\TRANSPOR.TATIDESIGN. ENGWARK\ Sunset- Anecortes\BidPack \vilspecprov.doc SP -28 Division 1— General Requirements If further information is desired concerning Disadvantaged Business Enterprise participation, inquiry may be directed to: External Civil Rights Branch Office of Equal Opportunity Washington State Department of Transportation Transportation Bldg., P.O. Box 47314 Olympia, WA 98504 -7314 or telephone - (360) 705 -7085. Fax (360) 705 -6801 1- 07.11(11) City of Renton Affidavit of Compliance (RC) 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 is bound in the Bid Documents. 1 -07.12 Federal Agency Inspection Section 1 -07.12 is supplemented with the following: Required Federal Aid Provisions The Required Contract Provisions Federal Aid Construction Contracts (FHWA 1273) and the amendments thereto supersede any conflicting provisions of the Standard Specifications and are made a part of this contract; provided, however, that if any of the provisions of FHWA 1273, as amended, are less restrictive than Washington State Law, then the Washington State Law shall prevail. The provisions of FHWA 1273, as amended, included in this contract require that the Contractor insert the FHWA 1273 and amendments thereto in each subcontract, together with the wage rates which are part of the FHWA 1273, as amended. Also, a clause shall be included in each subcontract requiring the subcontractors to insert the FHWA 1273 and amendments thereto in any lower tier subcontracts, together with the wage rates. The Contractor shall also ensure that this section, REQUIRED FEDERAL AID PROVISIONS, is inserted in each subcontract for subcontractors and lower tier subcontractors. For this purpose, upon request to the Project Engineer, the Contractor will be provided with extra copies of the FHWA 1273, the amendments thereto, the applicable wage rates, and this Special Provision. 1 -07.13 Contractor's Responsibility for Work 1- 07.13(1) General (RC) Supplement During unfavorable weather and other conditions, the Contractor shall pursue only such portions of the work as shall not be damaged thereby. SR -900 NE Sunset Blvd. /Anacortes Ave. NE City of Renton H:\ DIVISION. S\TRANSPOR.TAT\DESIGN.ENG\MARK\ Sunset- Anacortes\BiOPack \vils cprov.doc W. Division 1— General Requirements SP -29 No portion of the work whose satisfactory quality or efficiency will be affected by unfavorable conditions shall be constructed while these conditions exist, unless the Contractor is able to overcome them by special means or precautions acceptable to the Engineer. 1 -07.14 Responsibility for Damage Modification In the first sentences of both the first and third paragraphs, after the words "State, Commission, Secretary and all officers and employees of the State ", add: and Owner and Entranco, Inc. and their officers and employees... 1 -07.15 Temporary Water Pollution /Erosion Control Supplement Temporary water pollution control work shall also consist of placing filter fabric over storm drainage structures during construction and cleaning the fabric periodically, catch basin inserts, straw bales, plastic sheeting, and other items as directed by Engineer. These and other temporary water pollution /erosion control measures shall be performed on an as- needed basis, when so directed by Engineer. Temporary Water Pollution /Erosion Control Lump Sum Spill Prevention Plan Lump Sum Costs for preparation of the temporary water pollution /erosion control plan shall be incidental to the contract; no separate payment will be made. 1- 07.16(1) Private /Public Property (RC) Supplement The Contracting Agency will obtain all easements and franchises required for the project. The Contractor shall limit operations to the areas obtained and shall not trespass on private property. The Contracting Agency may provide certain lands, as indicated in connection with the work under the contract together with the right of access to such lands. The Contractor shall not unreasonably encumber the premises with equipment or materials. The Contractor shall provide, with no liability to the Contracting Agency, any additional land and access thereto not shown or described that may be required for temporary construction facilities or storage of materials. Contractor shall construct all access roads, detour roads, or other temporary work as required by his operations. The Contractor shall confine his /her equipment, storage of material, and operation of his /her workers to those areas shown and described and such additional areas as s /he may provide. A. General. All construction work under this contract on easements, rights -of -way, over private property or franchise, shall be confined to the limits of such easements, rights - of -way, or franchise. All work shall be accomplished so as to cause the least amount of disturbance and a minimum amount of damage. The Contractor shall schedule work so that trenches across easements shall not be left open during weekends or holidays and trenches shall not be open for more than 48 hours. Temporary patching shall be constructed per Section 1- 07.23(1). SR -900 NE Sunset Blvd. /Anacortes Ave. NE City of Renton H.\DI V IS ION. S \TRANSPOR.TAT\DESIGN. ENGUAARK\ Su nset- Anacones\BidPack \vMpecprov.doc SP -30 Division 1- General Requirements B. Structures. The Contractor shall remove such existing structures as may be necessary for the performance of the work and, if required, shall rebuild the structures thus removed in as good a condition as found. Contractor shall also repair all existing structures that may be damaged as a result of the work under this Contract. C. Easements /Cultivated Areas and Other Surface Improvements. All cultivated areas, either agricultural or lawns, and other surface improvements which are damaged by actions of the Contractor shall be restored as nearly as possible to their original condition. Prior to excavation on an easement or private right -of -way, the Contractor shall strip topsoil from the trench or construction area and stockpile it in such a manner that it may be replaced by him /her upon completion of construction. Ornamental trees and shrubbery shall be carefully removed with the earth surrounding their roots wrapped in burlap and replanted in their original positions within 48 hours. All shrubbery or trees destroyed or damaged shall be replaced by the Contractor with material of equal quality at no additional cost to the Contracting Agency. In the event that it is necessary to trench through any lawn area, the sod shall be carefully cut and rolled and replaced after the trenches have been backfilled. The lawn area shall be cleaned of all earth and debris by sweeping or other means. The Contractor shall use rubber wheel equipment similar to the small tractor -type backhoes used by side sewer contractors for all work, including excavation and backfill, on easements or rights -of -way which have lawn areas. All fences, markers, mailboxes, or other temporary obstacles shall be removed by the Contractor and immediately replaced in their original position after the trench is backfilled. The Contractor shall notify the Contracting Agency and property Owner at least 24 hours in advance of any work done on easements or rights -of -way. Damage to existing structures outside of easement areas that may result from dewatering and /or other construction activity under this contract shall be restored to their original condition or better. The original condition shall be established by photographs taken and /or inspection made prior to construction. All such work shall be done to the satisfaction of the property Owners and the Contracting Agency at the expense of the Contractor. D. Streets. The Contractor will assume all responsibility of restoration of the surface of all streets traveled ways) used by him /her if damaged. In the event the Contractor does not have labor or material immediately available to make necessary repairs, the Contractor shall so inform the Contracting Agency. The Contracting Agency will make the necessary repairs and the Contractor shall pay the cost of such repairs. The Contractor is responsible for identifying and documenting any damage that is pre- existing or caused by others. Restoration of excavation in city streets shall be done in accordance with the City of Renton Trench Restoration Requirements, which is available at the Public Works Department Customer Services counter of the Renton City Hall, 1055 South Grady Way. SR -900 NE Sunset Blvd. /Anacortes Ave. NE City of Renton H:\ DIVISION .SITRANSPOR.TATIDESIGN.ENGWARK\ Sunset- Anawnes\BidPack \vi\specp.v doc Division 1— General Requirements SP -31 1 -07.17 Utilities and Similar Facilities Supplement Existing utilities indicated in the Plans have been plotted from the best information available to Engineer. Information and data shown or indicated in the Contract Documents with respect to existing underground utilities or services at or contiguous to the project site are based on information and data furnished to Owner and Engineer by owners of such underground facilities or others, and Owner and Engineer do not assume responsibility for the accuracy or completeness thereof. It is to be understood that other aboveground or underground facilities not shown in the Plans may be encountered during the course of the work. All utility valves, manholes, vaults, or pull boxes which are buried shall be conspicuously marked in a fashion acceptable to the Owner and Engineer by the Contractor to allow their location to be determined by the Engineer or utility personnel under adverse conditions, (inclement weather or darkness). Where underground main distribution conduits, such as water, gas, sewer, electric power, or telephone, are shown on the Plans, the Contractor, for the purpose of preparing his bid, shall assume that every property parcel will be served by a service connection for each type of utility. Contractor shall check with the utility companies concerning any possible conflict prior to commencing excavation in any area. Contractor shall resolve all crossing and clearance problems with the utility company concerned. No excavation shall begin until all known facilities, in the vicinity of the excavation area, have been located and marked. In addition to Contractor having all utilities field marked before starting work, Contractor shall have all utilities field marked after they are relocated in conjunction with this project. Call Before You Dig The 48 Hour Locators 1- 800 -424 -5555 At least 2 and not more than 10 working days prior to commencing any excavations for utility potholing or for any other purpose under this Contract, Contractor shall notify the Underground Utilities Location Center by telephone of the planned excavation and progress schedule. 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 Contractor for locations. Contractor shall make arrangements 48 hours in advance with respective utility owners to have a representative present when their utility is exposed or modified, if the utility chooses to do so. Existing utilities for telephone, power, gas, water, and television cable facilities shall be adjusted or relocated by the appropriate utility company unless otherwise noted in the Plans. These adjustments may be completed before Contractor begins work, or may be performed in conjunction with the contract work. 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. See also Section 1 -05.14 of these Special Provisions. If or when utility conflicts occur, Contractor shall continue the construction process on other aspects of the project whenever possible. No additional compensation will be made to SR -900 NE Sunset Blvd. /Anacortes Ave. NE City of Renton H \DIV ISION. S\TRANSPOR.TAT\DES IGN. ENGWARK\Sunset- Anawdes\Bid Pack \vi\specprov. doc SP -32 Division 1- General Requirements Contractor for reason of delay caused by the actions of any utility company and Contractor shall consider such costs to be incidental to the other items of the contract. Utility Potholing Potholing is included as a bid item for use in determining the location of existing utilities in advance of the Contractor's operations. The Contractor shall submit all potholing requests to the Engineer for approval, at least 2 working days before potholing is scheduled. Additionally, the Contractor shall provide potholing at Engineer's request. In no way shall the work described under Utility Potholing relieve Contractor of any of the responsibilities described in Section 1 -07.17 of the Standard Specifications and Special Provisions, and elsewhere in the Contract Documents. Payment Payment will be made at the discretion of Engineer, for the following bid item(s) in accordance with Section 1 -09.6 of the Standard Specifications and these Special Provisions: Utility Potholing Force Account Resolution of Utility Conflicts Force Account 1- 07.17(1) Interruption of Services New Whenever in the course of the construction operation it becomes necessary to cause an outage of utilities, it shall be Contractor's responsibility to notify the affected users and Engineer not less than 48 hours in advance of such outage. Contractor shall make reasonable effort to minimize the duration of outages, and shall estimate the length of time service will be interrupted and so notify the users. In the case of any utility outage that has exceeded or will exceed four hours, user contact shall again be made. Temporary service, if needed, will be arranged by Contractor at no cost to Owner. Overhead lighting outages shall not exceed 24 hours. All cost to Contractor for providing temporary overhead lighting to meet above requirements shall be incidental to the various unit and lump sum items of the Contract; no separate payment will be made. 1 -07.18 Public Liability and Property Damage Insurance (APWA only) Replacement 1- 07.18(1) General (RC) The Contractor shall obtain and maintain in full force and effect, from the Contract Execution Date to the Completion Date, public liability and property damage insurance with an insurance company(s) or through sources approved by the State Insurance Commissioner pursuant to RCW 48. The Contractor shall not begin work under the Contract until the required insurance has been obtained and approved by the Contracting Agency. Insurance shall provide coverage to the Contractor, all subcontractors, Contracting Agency and the Contracting Agency's consultant. The coverage shall protect against claims for bodily injuries, personal injuries, including accidental death, as well as claims for property damages which may arise from any act or SR -900 NE Sunset Blvd. /Anacortes Ave. NE City of Renton H: tDIVISION.SITRANSPOR.TATZESIGN. ENGWARKt, Sunset - Anacortes tBidPacklvi%specprov.doc Division 1— General Requirements SP -33 omission of the Contractor or the subcontractor, or by anyone directly or indirectly employed by either of them. If warranted work is required, the Contractor shall provide the City proof that insurance coverage and limits established under the term of the Contract for work are in full force and effect during the period of warranty work. The Contracting Agency may request a copy of the actual declaration pages(s) for each insurance policy effecting coverage(s) required on the contract prior to the date work commences. Failure of the Contractor to fully comply during the term of the Contract with the requirements described herein will be considered a material breach of contract and shall be caused for immediate termination of the Contract at the option of the Contracting Agency. 1- 07.18(2) Coverages (RC) As part of the response to this proposal, the Contractor shall submit a completed City of Renton Insurance Information form that 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. 3. The City may request a copy of the actual declaration page(s) for each insurance policy affecting coverage(s) required by the Contract prior to the date work commences. 4. Possess a minimum A.M. Best rating of AVII (A rating of A XII or better is preferred.) If any insurance carrier possesses a rating of less than AVII, the City may make an exception The City reserves the right to approve the security of the insurance coverage provided by the insurance company(s), terms, conditions, and the Certificate of Insurance. Failure of the Contractor to fully comply during the term of the contract with these requirements will be considered a material breach of contract and shall be cause for immediate termination of the contract at the option of the City. The Contractor shall obtain and maintain the minimum insurance coverage set forth below. By requiring such minimum insurance, the City of Renton shall not be deemed or construed to have assessed the risks that may be applicable to the Contractor. The Contractor shall assess its own risks and if it deems appropriate and /or prudent, maintain higher limits and /or broader coverage. Coverage shall include: 1. Commercial General Liability - ISO 1993 Form or equivalent. Coverage will be written on an occurrence basis and include: • Premises and Operations (including CG2503; General Aggregate to apply per project, if applicable). SR -900 NE Sunset Blvd. /Anacortes Ave. NE City of Renton H:OI VISION. S \TRANSPOR.TAT%DESIG N. ENG\ MARK\ Sunset- Anawrtes\BiaPack \vi\specpmv.dM SP -34 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 • Independent Contractors • Personal /Advertising Injury • Stop Gap Liability 2. Automobile Liability including all • Owned Vehicles • Non -Owned Vehicles • Hired Vehicles 3. Workers' Compensation • Statutory Benefits (Coverage A) - Show Washington Labor & Industries Number 4. Umbrella Liability (when necessary) • Excess of Commercial General Liability and Automobile Liability. Coverage should be as broad as primary. 5. Professional Liability - (whenever the work under this Contract includes 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. 6. The Contracting Agency reserves the right to request and /or require additional coverages as may be appropriate based on work performed (i.e., pollution liability). Contractor shall name City of Renton, and its officers, officials, agents, employees, and volunteers as Additional Insured (ISO Form CG 2010 or equivalent). The Contractor shall provide City of Renton Certificates of Insurance prior to commencement of work. The City reserves the right to request copies of insurance policies, if at their sole discretion it is deemed appropriate. Further, all policies of insurance described above shall: 1. Be on a primary basis not contributory with any other insurance coverage and /or self - insurance carried by City of Renton. 2. Include a Waiver of Subrogation Clause. 3. Severability of Interest Clause (Cross Liability) 4. Policy may not be non - renewed, canceled or materially changed or altered unless 45 days' prior written notice is provided to City of Renton. Notification shall be provided to City of Renton by certified mail. 1- 07.18(3) Limits (RC) Limits Required Providing coverage in these stated amounts shall not be construed to relieve the Contractor from liability in excess of such limits. The Contractor shall carry the following limits of liability as required below: Commercial General Liability General Aggregate* $2,000,000 ** Products /Completed Operations Aggregate $2,000,000 ** Each Occurrence Limit $1,000,000 SR -900 NE Sunset Blvd. /Anacortes Ave. NE City of Renton H: \DI VI S ION. S\TRANSPOR.TAT\DESIG N. ENG\MARK\Sunset- Anacmtes\Bid Pack \vi\specpmv. dm `. Division 1— General Requirements SP -35 Personal /Advertising Injury $1,000,000 Fire Damage (Any One Fire) $50,000 Medical Payments (Any One Person) $5,000 Stop Gap Liability $1,000,000 * General Aggregate to apply per project (ISO Form CG2503 or equivalent) " *Amount may vary based on project risk Automobile Liability Bodily Injury/Property Damage $1,000,000 (Each Accident) Workers' Compensation Statutory Benefits - Coverage A Variable (Show Washington Labor and Industries Number) Umbrella Liability Each Occurrence Limit $1,000,000 General Aggregate Limit $1,000,000 Products /Completed Operations Aggregate $1,000,000 Professional Liability (If required) Each Occurrence/ Incident/Claim $1,000,000 Aggregate $2,000,000 The City may require the Contractor to keep professional liability coverage in effect for up to 2 years after completion of the project. The Contractor shall promptly advise the City of Renton in writing in the event any general aggregate or other aggregate limits are reduced. At their own expense, the Contractor will reinstate the aggregate to comply with the minimum limits and requirements as stated in Section 1- 07.18(3) and shall furnish the City of Renton a new Certificate of Insurance showing such coverage is in force. 1- 07.18(4) Evidence of Insurance Within 20 days of award of the Contract, the Contractor shall provide evidence of insurance by submitting to the Contracting Agency the following: 1. City of Renton Insurance Information Form (attached herein) without modification. 2. Certificate of Insurance (Accord Form 25s or equivalent) conforming to items as specified in Sections 1- 07.18(1), 1- 07.18(2), and 1- 07.18(3) as revised above. Other requirements are as follows: a. Strike the following or similar wording: "This Certificate is issued as a matter of information only and confers no rights upon the Certificate Holder "; b. Strike the wording regarding cancellation notification to the City: "Failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representatives ". c. Amend the cancellation clause to state: "Policy may not be non - renewed, canceled or materially changed or altered unless 45 days prior written notice is provided to the City ". Notification shall be provided to the City by certified mail. Entranco, Inc. shall also be added as additional insured by endorsement to the certificates of insurance. SR -900 NE Sunset Blvd. /Anacortes Ave. NE City of Renton H: \DI V IS ION. S\TRANSPOR.TATIDESI GN. ENG\ MARK\ Sunset. Anacones\BidPack \vi\specprov,doc SP -36 Division 1- General Requirements For Professional Liability coverage only, instead of the cancellation language specified above, the City will accept a written agreement that the consultant's broker will provide the required notification. 1 -07.22 Use of Explosives (RC) Supplement 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. The individual in charge of the blasting shall have a current Washington State Blaster Users License. The Contractor shall obtain, comply with, and pay for such permits and costs as are necessary in conjunction with blasting operations. 1 -07.23 Public Convenience and Safety 1- 07.23(1) Construction Under Traffic Supplement Temporary Driveway The Contractor shall construct a 15 foot temporary asphalt concrete driveway access where shown on the plans to allow egress from the drive thru lane of the adjacent McDonald's restaurant. The temporary driveway is to be constructed per City of Renton standard detail F006 and shall be operational prior to the disruption and demolition of the existing north driveway, remaining in operation until the completion and resurfacing of the adjacent parking lot and reconstructed north driveway. Payment will be made for the following bid item(s): Temporary Driveway Lump Sum The lump sum unit bid price for "Temporary Driveway" will be full pay for all work necessary to construct and remove a temporary driveway in the location shown in the Plans, including but not limited to: excavation, grading, compaction, crushed surfacing top course, asphalt concrete driveway, associated asphalt concrete pavement, and removal. The Contractor shall be responsible for controlling dust and mud within the project limits and on any street that is utilized by his /her equipment for the duration of the project. The Contractor shall be prepared to use watering trucks, power sweepers, and other pieces of equipment as deemed necessary by the engineer, to avoid creating a nuisance. Dust and mud control shall be considered as incidental to the project, and no compensation will be made for this section. Complaints of dust, mud, or unsafe practices and /or property damage to private Ownership will be transmitted to the Contractor and prompt action in correcting them will be required by the Contractor. SR -900 NE Sunset Blvd. /Anacortes Ave. NE City of Renton H:\ DIVISION .S \TRANSPOR.TAT\DESIGN.ENG\ MARK\ Sunset- Anacones\BidPack \v\spegp ov.doc c:: Division 1- General Requirements SP -37 Contractor shall maintain the roads during construction in a suitable condition to minimize affects to vehicular and pedestrian traffic. All cost to maintain the roads shall be borne by Contractor. Two -way traffic shall be maintained on Anacortes Ave. NE at all times and at least one -way traffic shall be maintained on all cross - streets within the project limits during working hours. One lane shall be provided in each direction for all streets during non - working hours. Contractor shall provide one driveable roadway lane and maintain convenient access for local and commuter traffic to driveways, businesses, and buildings along the line of Work throughout the course of the project. Such access shall be maintained as near as possible to that which existed prior to the commencement of construction. This restriction shall not apply to the paving portion of the construction process. Contractor shall notify and coordinate with all property owners and tenants of street closures, or other restrictions which may interfere with their access —at least 24 hours in advance for single - family residential property, and at least 48 hours in advance for apartments, offices, and commercial property. Contractor shall give a copy of all notices to Engineer. When the abutting owners' access across the 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. All unattended excavations shall be properly barricaded and covered at all times. Contractor shall not open any trenches that cannot be completed and refilled that same day. Trenches shall be patched or covered by a temporary steel plate, at Contractor's expense, except in areas where the roadway remains closed to public traffic. Steel plates must be anchored. 1 -08 PROSECUTION AND PROGRESS 1- 08.0(1) Preconstruction Conference (APWA only) Supplement 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. 4 These materials MUST be brought to the preconstruction conference for discussion followed by Engineer review. 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) 4 List of materials fabricated or manufactured off the project 4 Material sources on the project -+ Names of principal suppliers 4 Detailed equipment list, including "Rental Rate Blue Book" hourly costs (both working and standby rates) �} SR -900 NE Sunset Blvd. /Anacortes Ave. NE City of Renton H:\DIVISION. S\TRANSPOR.TATDESIGN.ENGWARK\ Sunset- Anawries \BidPack \vi\specprov.doc SP -38 Division 1- General Requirements -+ Weighted wage rates for all employee classifications anticipated to be used on Project 4 Cost percentage breakdown for lump sum bid item(s) 4 Shop Drawings (bring preliminary list) 4 Traffic Control Plans (3+ copies) 4 Temporary Water Pollution /Erosion Control Plan 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 Acceptance and approval of work 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 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 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. 1 -08.1 Subcontracting (APWA only) Supplement Written requests for change in subcontractors shall be submitted by Contractor to Engineer at least 7 calendar days prior to start of a subcontractor's work. Contractor agrees that s /he is fully responsible to Owner for the acts and omissions of all subcontractors and lower -tier subcontractors, and persons either directly or indirectly employed by the subcontractors, as well as for the acts and omissions of persons directly employed by Contractor. Contractor shall be required to give personal attention to the work that is sublet. Nothing contained in the Contract Documents shall create any contractual relation between any subcontractor and Owner. Contractor shall be responsible for making sure all subcontractors submit all required documentation, forms, etc. Subcontracting Section 1 -08.1 is supplemented with the following: (October 12, 1998) Prior to any subcontractor or lower tier subcontractor beginning work, the Contractor shall submit to the Engineer a certification (WSDOT Form 420 -004) that a written agreement between the Contractor and the subcontractor or between the subcontractor and any lower SR -900 NE Sunset Blvd. /Anacortes Ave. NE City of Renton H iD I VISION. S\TRANSPOR. TAT, DESIGN. ENGWARK\Su nset- AnacortesSiePacklvi%specprov.dm frAl ,r Division 1— General Requirements SP -39 tier subcontractor has been executed. This certification shall also guarantee that these subcontract agreements include all the documents required by the Special Provision Federal Agency Inspection. A subcontractor or lower tier subcontractor will not be permitted to perform any work under the contract until the following documents have been completed and submitted to the Engineer: 1. Request to Sublet Work (Form 421 -012), and 2. Contractor and Subcontractor or Lower Tier Subcontractor Certification for Federal -aid Projects (Form 420 -004). The Contractor's records pertaining to the requirements of this Special Provision shall be open to inspection or audit by representatives of the Contracting Agency during the life of the contract and for a period of not less than three years after the date of acceptance of the contract. The Contractor shall retain these records for that period. The Contractor shall also guarantee that these records of all subcontractors and lower tier subcontractors shall be available and open to similar inspection or audit for the same time period. 1 -08.2 Assignment Modification Change the second paragraph to read: Contractor shall not assign any moneys due or to become due to Contractor hereunder without the prior written consent of Owner. The assignment, if approved, shall be subject to all setoffs, withholdings, and deductions required by law and the Contract. 1 -08.3 Progress Schedule Supplement The progress schedule for the entire project shall be submitted 7 calendar days prior to the Preconstruction Conference. The schedule shall be prepared using the critical path method (CPM), preferably using Microsoft Project or equivalent software. The schedule shall contain this information, at a minimum: 1. Construction activities, in sufficient detail that all activities necessary to construct a complete and functional project are considered. Any activity which has a scheduled duration exceeding 30 calendar days shall be subdivided until no sub - element has a duration exceeding 30 calendar days. The schedule shall clearly indicate the activities which comprise the critical path. For each activity not on the critical path, the schedule shall show the float, or slack, time. 2. Procurement of material and equipment. 3. Submittals requiring review by Engineer. Submittal by Contractor and review by Engineer shall be shown as separate activities. 4. Work to be performed by a subcontractor, agent, or any third party. 5. Allowances for delays which could result from normal inclement weather (time extensions due to inclement weather will not be allowed). 6. Allowances for the time required by utilities (Owner's and others) to locate, monitor, and adjust their facilities as required. SR -900 NE Sunset Blvd. lAnacortes Ave. NE City of Renton H:tDIV IS ION.SITRANSPOR.TAT'DESI G N. ENGVUAARK\,SU nset- AnawfiesOidPack\vi\specprov.eoc SP -40 Division 1- General Requirements Engineer may request Contractor to alter the progress schedule when deemed necessary in the opinion of Engineer —in the interest of public safety and welfare or of Owner, or for coordination with any other activity of other contractors, the availability of all or portions of the job site, or special provisions of this Contract, or to reasonably meet the completion date of the project. Contractor shall provide such revised schedule within 10 days of request. If, at any time, in the opinion of Engineer, the progress of construction falls significantly behind schedule, Contractor may be required to submit a plan for regaining progress and a revised schedule indicating how the remaining work items will be completed within the authorized contract time. Contractor shall promptly report to Engineer any conditions which Contractor feels will require revision of the schedule and shall promptly submit proposed revisions in the progress schedule for acceptance by Engineer. When such changes are accepted by Engineer, the revised schedule shall be followed by Contractor. Weekly Schedule. Contractor shall submit a weekly progress schedule to Engineer which sets forth specific work to be performed the following week, and a tentative schedule for the second week. Failure to Maintain Progress Schedule. Engineer will check actual progress of the work against the progress schedule a minimum of two times per month. Failure, without just cause, to maintain progress in accordance with the approved schedule shall constitute a breach of Contract. If, through no fault of Contractor, the proposed construction schedule cannot be met, Engineer will require Contractor to submit a revised schedule to Engineer for acceptance. The approved revisions will thereafter, in all respects, apply in lieu of the original schedule. Failure of Contractor to follow the progress schedule submitted and accepted, including revisions thereof, shall relieve Owner of any and all responsibility for furnishing and making available all or any portion of the job site, and will relieve Owner of any responsibility for delays to Contractor in the performance of the work. The cost of preparing the progress schedule, any supplementary progress schedules, and weekly schedules shall be considered incidental to the Contract and no other compensation shall be made. 1 -08.5 Time for Completion (Contract Time) (APWA only) Modification Delete the first five paragraphs and replace them with the following: The Work shall be physically completed in its entirety within the time stated in the Contract Provisions, as extended by the Engineer. The Contract Time will be stated in "working days ", shall begin on the Notice to Proceed Date, and shall end on the Contract Completion Date. A nonworking day is defined as a Saturday, a Sunday, a day on which the contract specifically suspends work, or one of these holidays: New Year's Day, Memorial Day, Fourth of July, Labor Day, Veterans Day, Thanksgiving Day, the day after Thanksgiving, and Christmas Day. The day before Christmas shall be a holiday when Christmas Day occurs on a Tuesday or Friday. The day after Christmas shall be a holiday when Christmas SR -900 NE Sunset Blvd. /Anacortes Ave. NE City of Renton H:\DI V IS ION. S \TRANSPOR.TAT\DESI GN. ENG\ MARK\ Sunset- Anawnes\BioPack \vi\specprov. ooc Division 1— General Requirements SP -41 Day occurs on a Monday, Wednesday, or Thursday. When Christmas Day occurs on a Saturday, the two preceding working days shall be observed as holidays. When Christmas day occurs on a Sunday, the two working days following shall be observed as holidays. When holidays other than Christmas fall on a Saturday, the preceding Friday will be counted as a non - working day and when they fall on a Sunday, the following Monday will be counted as a non - working day. The Contract Time has been established to allow for periods of normal inclement weather which, from historical records, is to be expected during the Contract Time, and during which periods, work is anticipated to be performed. Each successive working day, beginning with the Notice to Proceed Date and ending with the Physical Completion Date, shall be charged to the Contract Time as it occurs except a day or part of a day which is designated a nonworking day or an Engineer determined unworkable day. The Contractor shall not work on Saturdays, Sundays, or holidays unless approved by the Engineer. The Contractor shall be required to reimburse the City for inspector labor costs at a rate of $85 per hour (for a minimum of 4 hours) for all Saturday, Sunday, and holiday work. The Engineer will furnish the Contractor a weekly report showing (1) the number of working days charged against the Contract Time for the preceding week; (2) the Contract Time in working days; (3) the number of working days remaining in the Contract Time; (4) the number of nonworking days; and (5) any partial or whole days the Engineer declared unworkable the previous week. This weekly report will be correlated with the Contractor's current approved progress schedule. If the Contractor elects to work 10 hours a day, 4 days a week (a 4 -10 schedule) and the fifth day of the week in which a 4 -10 shift is worked would ordinarily be charged as a working day, then the fifth day of that week will be charged as a working day whether or not the Contractor works on that day. The Contractor will be allowed 10 calendar days from the date of each report in which to file a written protest of an alleged discrepancy in the Contract Time as reported. Otherwise, the report will be deemed to have been accepted by the Contractor as correct. The requirements for scheduling the Final Inspection and establishing the Substantial Completion, Physical Completion, and Completion Dates are specified in Sections 1 -05.11 and 1- 05.12. Supplement Within 10 calendar days after execution of the Contract by the Contracting Agency, Contractor shall provide the Contracting Agency with copies of purchase orders for all equipment items deemed critical by the Contracting Agency, including but not limited to signal controller materials, lighting standards, and signal standards required for the physical completion of the contract. Such purchase orders shall disclose the estimated delivery dates for the equipment. All items of work which can be performed without delivery of the critical items shall start and be completed as soon as possible. At that time, Engineer may suspend the work upon request of Contractor until the critical items are delivered to Contractor, if the Contracting Agency received a purchase order within 10 calendar days after execution of the Contract by the Contracting Agency. SR -900 NE Sunset Blvd. /Anacortes Ave. NE City of Renton H:\DI V IS ION. S \TRANSPOR.TAT\DES IGN. ENGVAARK\ Sunset- Anewnes\BidPeck \vi\specprov.doc SP -42 Division 1 o General Requirements Contractor will be entitled to only one such suspension of time during the performance of the work and during such suspension shall not perform any additional work on the project. Upon delivery of the critical items, contract time will resume and continue to be charged in accordance with Section 1 -08. 1 -08.6 Suspension of Work Supplement Owner may at any time suspend the work, or any part thereof, by giving notice to Contractor in writing. The work shall be resumed by Contractor within 14 calendar days after the date fixed in the written notice from Owner to Contractor to do so. Contractor shall not suspend work under the Contract without the written order of Owner. Supplement If it has been determined that Contractor is entitled to an extension of time, the amount of such extension shall be only to compensate for direct delays and shall be based upon Contractor's diligently pursuing the work at a rate not less than that which would have been necessary to complete the original Contract Work on time. 1 -08.9 Liquidated Damages Supplement In addition, Contractor shall compensate Owner for actual engineering inspection and supervision costs and any other expenses and legal fees incurred by Owner as a result of such delay. Such labor costs will be billed to Contractor at actual costs, including administrative overhead costs. In the event that Owner is required to commence any lawsuit in order to enforce any provision of this Contract or to seek redress for any breach thereof, Owner shall be entitled to recover its costs, including reasonable attorneys fees, from Contractor. 1 -08.10 Termination of Contract 1- 08.10(6) Removal of Equipment New In case of the termination of this Contract before completion for any cause whatever, Contractor, if notified to do so by Owner, shall promptly remove all Contractor -owned equipment and supplies from the property of Owner and, if Contractor fails to do so within 5 calendar days from such notice by Owner, Owner shall have the right to remove such equipment and supplies at the expense of Contractor, deducting the cost thereof from any funds otherwise due Contractor. 1 -08.11 Contractor's Plant and Equipment (RC) New The Contractor alone shall at all times be responsible for the adequacy, efficiency, and sufficiency of his /her and his /her subcontractor's plant and equipment. The Owner shall have the right to make use of the Contractor's plant and equipment in the performance of any work on the site of the work. SR -900 NE Sunset Blvd. /Anacortes Ave. NE City of Renton H:\DI V ISION. SITRANSPOR.TATI DESIGN. ENG WARKNS unset- Anacones\Bid Pack \vitpecprov.doc Division 1— General Requirements SP -43 The use by the Owner of such plant and equipment shall be considered as extra work and paid for accordingly. Neither the Owner nor the Engineer assume any responsibility, at any time, for the security of the site from the time Contractor's operations have commenced until final acceptance of the work by the Engineer and the Owner. The Contractor shall employ such measures as additional fencing, barricades, and watchmen service, as s /he deems necessary for the public safety and for the protection of the site and plant and equipment. The Owner will be provided keys for all fenced, secured areas. 1 -08.12 Attention to Work (RC) New The Contractor shall give his /her personal attention to and shall supervise the work to the end that it shall be prosecuted faithfully, and when Contractor is not personally present on the work site, Contractor shall at all times be represented by a competent superintendent who shall have full authority to execute the same, and to supply materials, tools, and labor without delay, and who shall be the legal representative of the Contractor. The Contractor shall be liable for the faithful observance of any instructions delivered to him /her or to his /her authorized representative. 1 -09 MEASUREMENT AND PAYMENT 1 -09.1 Measurement of Quantities Supplement Lump Sum. The percentage of lump sum work completed, and payment will be based on the cost percentage breakdown of the lump sum bid price(s) submitted at the preconstruction conference. The Contractor shall submit a breakdown of costs for each lump sum bid item. The breakdown shall list the items included in the lump sum together with a unit price of labor, materials, and equipment for each item. The summation of the detailed unit prices for each item shall add up to the lump sum bid. The unit price values may be used as a guideline for determining progress payments or deductions or additions in payment for ordered work changes. Cubic Yard Quantities. Contractor shall provide truck trip tickets for progress payments only in the following manner. Where items are specified to be paid by the cubic yard, the following tally system shall be used. All trucks to be employed on this work will be measured to determine the volume of each truck. Each truck shall be clearly numbered, to the satisfaction of Engineer, and there shall be no duplication of numbers. Duplicate tally tickets shall be prepared to accompany each truckload of material delivered on the project. All tickets received that do not contain the following information will not be processed for payment. 1. Truck number 2. Quantity and type of material delivered in cubic yards 3. Drivers name, date and time of delivery 4. Location of delivery, by street and stationing on each street SR -900 NE Sunset Blvd. /Anacortes Ave. NE City of Renton H:\DI VIS ION. S\TRANSPOR.TAT\DESIGN. E NG VAARK\ Sunset- AnawrlesOidPaG \vi\specPmv.doc SP -44 Division 1- General Requirements 5. Place for Engineer to acknowledge receipt 6. Pay item number 7. Contract number It will be Contractor's responsibility to see that a ticket is given to Engineer on the project for each truckload of material delivered. Pay quantities will be prepared on the basis of said tally tickets. Loads will be checked by Engineer to verify quantity shown on ticket. Quantities by Ton. It will be 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 Inspector at time of delivery of materials. Tickets not receipted by Inspector will not be honored for payment. Each truck shall be clearly numbered to the satisfaction of Engineer and there shall be no duplication of numbers. Duplicate tickets shall be prepared to accompany each truckload of material delivered to the project. All tickets received that do not contain the following information will not be processed for payment. 1. Truck number 2. Truck tare weight (stamped at source) 3. Gross truck load weight in tons (stamped at source) 4. Net load weight (stamped at source) 5. Driver's name, date, and time of delivery 6. Location for delivery by street and stationing on each street 7. Place for Engineer to acknowledge receipt 8. Pay item number 9. Contract number 1 -09.3 Scope of Payment (RC) Supplement Unless modified otherwise in the Contract Provisions, the bid items listed or referenced in the "Payment" clause of each Section of the Standard Specifications, will be the only items for which compensation will be made for the Work described in or specified in that particular Section when the Contractor performs the specified Work. Should a bid item be listed in a "Payment" clause but not in the Proposal Form, and Work for that item is performed by the Contractor and the work is not stated as included in or incidental to a pay item in the contract and is not work that would be required to complete the intent of the Contract per Section 1 -04.1, then payment for that Work will be made as for Extra Work pursuant to a Change Order. The words "Bid Item," "Contract Item," and "Pay Item," and similar terms used throughout the Contract Documents are synonymous. If the "Payment" clause in the Specifications relating to any unit bid item price in the Proposal Form requires that said unit bid item price cover and be considered compensation for certain work or material essential to the item, then the work or material will not be measured or paid for SR -900 NE Sunset Blvd. /Anacortes Ave. NE City of Renton H:tOI VI SION. S \TRANSPOR.TATOE SI GN. ENG V.MRK\Sunset- Anacones\B W Pack\vi\specpmv.doc IM Division 1— General Requirements SP -45 under any other unit bid item that may appear elsewhere in the Proposal Form or Specifications. Pluralized unit bid items appearing in these Specifications are changed to singular form. Payment for bid items listed or referenced in the "Payment" clause of any particular Section of the Specifications shall be considered as including all of the Work required, specified, or described in that particular Section. Payment items will generally be listed generically in the Specifications, and specifically in the bid form. When items are to be "furnished" under one payment item and "installed" under another payment item, such items shall be furnished FOB project site, or, if specified in the Special Provisions, delivered to a designated site. Materials to be "furnished," or "furnished and installed" under these conditions, shall be the responsibility of the Contractor with regard to storage until such items are incorporated into the Work or, if such items are not to be incorporated into the work, delivered to the applicable Contracting Agency +r storage site when provided for in the Specifications. Payment for material "furnished," but not yet incorporated into the Work, may be made on monthly estimates to the extent allowed. 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 dollar amounts 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 \Itll. be made on the basis of the amount of work actually authorized in writing by Engineer. 1 -09.7 Mobilization Supplement Mobilization shall also include, but not be limited to, the following items: the movement of Contractor's personnel, equipment, supplies, and incidentals to the project site; the establishment of an office, buildings, and other facilities necessary for work on the project; providing sanitary facilities for Contractor's personnel; and obtaining permits or licenses required to complete the project not furnished by Owner. "" This item shall also include providing Engineer and Inspectors with access to telephone, facsimile machine, and copy machine during all hours Contractor is working on the jobsite; and a table and chair for their use when needed. Payment will be made for the following bid item(s): aw 11 Mobilization I Lump Sum .w 1 -09.9 Payments (APWA only) Supplement Applications for payment shall be itemized and supported to the extent required by Engineer by receipts or other vouchers showing payment for materials and labor, payments to subcontractors, and other such evidence of Contractor's right to payment as Engineer may direct. SR -900 NE Sunset Blvd. /Anacortes Ave. NE City of Renton MIDI VISION .S\TRANSPOR.TAT\DESIGN.ENGWARK\ Sunset- Anawnes\BidPack \vi\specPmv.doc MCI SP -46 Division 1- General Requirements Contractor shall submit a progress report with each monthly request for a progress payment. The progress report shall indicate the estimated percent complete for each activity listed on the progress schedule (see Section 1- 08.3). 1- 09.9(1) Retainage Supplement The retained amount shall be released as stated in the Standard Specifications if no claims have been filed against such funds as provided by law and if Owner has no unsatisfied claims against Contractor. In the event claims are filed, Owner shall withhold, until such claims are satisfied, a sum sufficient to satisfy all claims and to pay attorney's fees. In addition, Owner shall withhold such amount as is required to satisfy any claims by Owner against Contractor, until such claims have been finally settled. Neither the final payment nor any part of the retained percentage shall become due until Contractor, if requested, delivers to Owner a complete release of all liens arising out of this Contract, or receipts in full in lieu thereof, and, if required in either case, an affidavit that so far as Contractor has knowledge or information, the release and receipts include all labor and materials for which a lien could be filed: but Contractor may, if any subcontractor refuses to furnish a release or receipt in full, furnish a bond satisfactorily to Engineer to indemnify Owner against the lien. If any lien remains unsatisfied after all payments are made, Contractor shall reimburse to Owner all monies that the latter may be compelled to pay in discharging such lien, including all costs and reasonable engineer's and attorney's fees. 1 -09.11 Disputes and Claims 1- 09.11(2) Claims (RC) Supplement Failure to submit with the Final Application for Payment such information and details as described in this section for any claim shall operate as a waiver of the claims by the Contractor as provided in Section 1 -09.9. 1 -09.13 Claims Resolution 1- 09.13(3)B Procedures to Pursue Arbitration (RC) Supplement 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. SR -900 NE Sunset Blvd. /Anacortes Ave. NE City of Renton H:1DI VI S ION. SITRANSPOR.TATt DESIGN. ENGNAARKG Sunset- Anamrtes\BidPack\vilspecprov.dm Division 1— General Requirements SP -47 The costs of such arbitration shall be borne equally by the Owner 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 When the Schedule of Prices includes an item for "Traffic Control," the work required for this item shall be all items described in Section 1 -10, including but not limited to: 1. Furnishing and maintaining barricades, flashers, construction signing and other channelization devices, unless a pay item is in the bid proposal for any specific device and the Special Provisions specify furnishing, maintaining, and payment in a different manner for that device; 2. Furnishing traffic control labor, equipment, and supervisory personnel for all traffic control labor; 3. Furnishing any necessary vehicle(s) to set up and remove the Class B construction signs and other traffic control devices; 4. Furnishing labor and vehicles for patrolling and maintaining in position all of the construction signs and the traffic control devices, unless a pay item is in the bid proposal to specifically pay for this work; and 5. Furnishing labor, material, and equipment necessary for cleaning up, removing, and replacing of the construction signs and the traffic control devices destroyed or damaged during the life of the project. 6. Removing existing signs as specified or a directed by the engineer and delivering to the City Shops or storing and reinstalling as directed by the Engineer. 7. Preparing a traffic control plan for the project and designating the person responsible for traffic control at the work site. The traffic control plan shall include descriptions of the traffic control methods and devices to be used by the prime contractor, and subcontractors, shall be submitted at or before the preconstruction conference, and shall be subject to review and approval of the Engineer. 8. Contacting police, fire, 911, and ambulance services to notify them in advance of any work that will affect and traveled portion of a roadway. 9. Assuring that all traveled portions of roadways are open to traffic during peak traffic periods, 6:30 a.m. to 8:30 a.m., and 3:00 p.m. to 6:00 p.m., or as specified in the special provisions, or as directed by the Engineer. 10. Promptly removing or covering all nonapplicable signs during periods when they are not needed. If no bid item "Traffic Control" appears in the proposal, then all work required by these sections will be considered incidental and their cost shall be included in the other items of work. If the Engineer requires the Contractor to furnish additional channelizing devices, pieces of equipment, or services which could not be usually anticipated by a prudent contractor for the maintenance and protection of traffic, then a new item or items may be established to pay for such items. Further limitations for consideration of payment for these items are that they are not covered by other pay items in the bid proposal, they are not specified in the Special Provisions as incidental, and the accumulative cost for the use of each individual channelizing device, piece of equipment, or service must exceed $200 in total cost for the duration of their SR -900 NE Sunset Blvd. /Anacortes Ave. NE City of Renton H:\D I VISION. S\TRANSPOR.TAT\DESIGN.E NGWAR K\ Sunset- Anacortes \BidPack \vi\specprov.doc SP -48 Division 1- General Requirements need. In the event of disputes, the Engineer will determine what is usually anticipated by a prudent contractor. The cost for these items will be by agreed price, price established by the Engineer, or by force account. Additional items required as a result of the Contractor's modification to the traffic control plan(s) appearing in the contract shall not be covered by the provisions in this paragraph. If the total cost of all the work under the contract increases or decreases by more than 25 percent, an equitable adjustment will be considered for the item "Traffic Control" to address the increase or decrease. Traffic control and maintenance for the safety of the traveling public on this project shall be the sole responsibility of Contractor and all methods and equipment used will be subject to the approval of Owner. Traffic control devices and their use shall conform to City of Renton standards and the Manual on Uniform Traffic Control Devices. Contractor shall not proceed with any construction until proper traffic control has been provided to the satisfaction of Engineer. Any days lost due to improper traffic control will be charged against Contractor's allowable contract time, and shall not be the cause for a claim for extra days to complete the Work. 1- 10.2(1)6 Traffic Control Supervisor (RC) Modification Revise the second paragraph to read: The TCS shall assure that all the duties of the TICS are performed during the duration of the contract. During nonwork periods, the TICS shall be able to be on the jobsite within a 45- minute time period after notification by the Engineer. 1- 10.2(2) Traffic Control Plans (RC) Supplement The Contractor shall be responsible for assuring that traffic control is installed and maintained in conformance to established standards. The Contractor shall continuously evaluate the operation of the traffic control plan and take prompt action to correct any problems that become evident during operation. 1 -10.3 Flagging, Signs, and All Other Traffic Control Devices Supplement At the end of each working day, provisions shall be made for the safe passage of traffic and pedestrians during non - working hours. Barricades shall be reflectorized as specified in Part VI of the MUTCD, and shall be 3M diamond grade or equivalent approved by Engineer. Barricades shall also be equipped with flashers. 1- 10.3(3) Construction Signs (RC) Modification Revise the first sentence of the first paragraph to read: SR -900 NE Sunset Blvd. /Anacortes Ave. NE City of Renton H:\DIVISION. S \TRANSPOR JAMES IGN.ENG\MARK\Sunset- Anacortes \BiCPack \vi\specprov.Goc Division 1— General Requirements SP -49 All signs required by the approved traffic control plan(s) as well as any other appropriate signs prescribed by the Engineer, or required to conform with established standards, shall be furnished by the Contractor. Revise the fourth paragraph to read No separate pay item will be provided in the bid proposal for Class A or Class B construction signs. All costs for the work to provide Class A or Class B construction signs shall be included in the unit contract price for the various other items of the work in the Schedule of Prices. In addition to construction signs required by the traffic control plans, the Contractor shall provide and install two (2) project signs, to the design shown in the Standard Plan, Project Sign Detail. The locations will be determined in the field by the Engineer. The signs will become the property of the Contractor at the end of the contract. 1- 10.3(6) One -Way Piloted Traffic Control Through Construction Zone (RC) Modification Delete the first three paragraphs and replace them with the following: The construction sometimes requires that traffic be maintained on a portion of the roadway during the progress of the work using one -way piloted traffic control. If this is the case, the Contractor's operation shall be confined to one -half the roadway, permitting traffic on the other half. If, in the opinion of the Engineer, one -way piloted traffic control is necessary, it shall be provided for as follows: Contractor - Furnished One -Way Piloted Traffic Control. The Contractor shall furnish the pilot car(s) and driver(s) for the pilot car control area. Any necessary flaggers shall be furnished by the Contractor. 1 -10.4 Measurement Replacement No specific unit of measurement will apply to the lump sum item of "Traffic Control ". No adjustment in the lump sum bid amount will be made for overtime work or for use of relief flaggers. 1 -10.5 Payment (RC) Replacement Payment for all labor, materials, and equipment described in Section 1 -10 will be made in accordance with Section 1 -04.1, for the following bid items when included in the proposal: Traffic Control Lump Sum Project Signs Lump Sum The lump sum contract price shall be full pay for all costs not covered by other specific pay items in the bid proposal for furnishing, installing, maintaining, and removing traffic control devices required by the contract and as directed by the Engineer in conformance with accepted SR -900 NE Sunset Blvd. /Anacortes Ave. NE City of Renton H:\ DIVISION .S \TRANSPOR.TAT\DESIGN.ENG\ MARK\ Sunset- Anacortes \BidPack \vi\specprov.00c SP -50 Division 1- General Requirements standards and in such a manner as to maximize safety, and minimize disruption and inconvenience to the public, including labor for traffic control. Progress payment for the lump sum item "Traffic Control' will be made as follows: a. When initial warning signs for the beginning of the project and the end of construction signs are installed and approved by the Engineer, 30 percent of the amount bid for the item will be paid. b. Payment for the remaining 70 percent of the amount bid for the item will be paid on a prorated basis in accordance with the total job progress as determined by progress payments. The item "Traffic Control' will be considered for an equitable adjustment per Section 1 -04.6 only when the total contract price increases or decreases by more than 25 percent. The Lump Sum contract price shall be full pay for all costs involved in furnishing the pilot car(s), pilot car driver(s), and the appropriate pilot car sign(s) for any pilot car operation. Any necessary flaggers will be paid under the item for traffic control. The Lump Sum contract price shall be full pay for all costs for the labor provided for performing those construction operations described in Section 1- 10.3(1) and as authorized by the Engineer. The Lump Sum contract price shall be full pay for all costs for performing the work described in Section 1- 10.3(3) and Section 1- 10.3(4). This payment will include all labor, equipment, and vehicles necessary for the initial acquisition, the initial installation of Class A signs, and ultimate return of all Contracting Agency- furnished signs. The Lump Sum contract price shall be full pay for all costs involved when a person performs the duties described in Section 1- 10.2(1)B including when performing traffic control labor duties. The Lump Sum contract price shall be full pay for all costs involved in furnishing the vehicle or vehicles for the work described in Sections 1- 10.2(1)B and 1- 10.3(2). 1 -11 RENTON SURVEYING STANDARDS (RC) 1- 11.1(1) Responsibility for Surveys New All surveys and survey reports shall be prepared under the direct supervision of a person registered to practice land surveying under the provisions of Chapter 18.43 RCW. All surveys and survey reports shall be prepared in accordance with the requirements established by the Board of Registration for Professional Engineers and Land Surveyors under the provisions of Chapter 18.43 RCW. 1- 11.1(2) Survey Datum and Precision The horizontal component of all surveys shall have as its coordinate base: The North American Datum of 1983/91. SR -900 NE Sunset Blvd. /Anacortes Ave. NE City of Renton H: \DI VISION. SITRANSPOR. TAT\DES IGN. ENG\MARK\ Sunset- AnawAes\BiAPack \vi\specpmv.Aoc Division 1- General Requirements SP -51 All horizontal control for projects must be referenced to or in conjunction with a minimum of two of the City of Renton's Survey Control Network monuments. The source of the coordinate values used will be shown on the survey drawing per RCW 58.09.070. The horizontal component of all surveys shall meet or exceed the closure requirements of WAC 332 - 130 -060. The control base lines for all surveys shall meet or exceed the requirements for a Class A survey revealed in Table 2 of the Minimum Standard Detail Requirements for ALTA/ACSM Land Title Surveys jointly established and adopted by ALTA and ACSM in 1992 or comparable classification in future editions of said document. The angular and linear closure and precision ratio of traverses used for survey control shall be revealed on the face of the _. survey drawing, as shall the method of adjustment. The horizontal component of the control system for surveys using global positioning system methodology shall exhibit at least 1 part in 50,000 precision in line length dependent error analysis at a 95 percent confidence level and performed pursuant to Federal Geodetic Control Subcommittee Standards for GPS control surveys as defined in Geometric Geodetic Accuracy Standards & Specifications for Using GPS Relative Positioning Techniques dated August 1, 1989 or comparable classification in future editions of said document. The vertical component of all surveys shall be based on NAVD 1988, the North American Vertical Datum of 1988, and tied to at least one of the City of Renton Survey Control Network benchmarks. If there are two such benchmarks within 3000 feet of the project site a tie to both shall be made. The benchmark(s) used will be shown on the drawing. If a City of Renton benchmark does not exist within 3000 feet of a project, one must be set on or near the project in a permanent manner that will remain intact throughout the duration of the project. Source of elevations (benchmark) will be shown on the drawing, as well as a description of any benchmarks established. 1- 11.1(3) Subdivision Information Those surveys dependent on section subdivision shall reveal the controlling monuments used and the subdivision of the applicable quarter section. Those surveys dependent on retracement of a plat or short plat shall reveal the controlling monuments, measurements, and methodology used in that retracement. 1- 11.1(4) Field Notes Field notes shall be kept in conventional format in a standard bound field book with waterproof pages. In cases where an electronic data collector is used field notes must also be kept with a sketch and a record of control and base line traverses describing station occupations and what measurements were made at each point. Every point located or set shall be identified by a number and a description. Point numbers shall be unique within a complete job. The preferred method of point numbering is field notebook, page and point set on that page. Example: The first point set or found on page 16 of field book 348 would be identified as Point No. 348.16.01, the second point would be 348.16.02, etc. Upon completion of a City of Renton project, either the field notebook(s) provided by the City or the original field notebook(s) used by the surveyor will be given to the City. For all other work, SR -900 NE Sunset Blvd. /Anacortes Ave. NE City of Renton H:U VISION.S\TRANSPOR.TATDESIGN.ENG V HARK\ Sunset- Anacones\BidPack \vi�specprov.doc SP -52 Division 1- General Requirements surveyors will provide a copy of the notes to the City upon request. In those cases where an electronic data collector is used, a hard copy print out in ASCII text format will accompany the field notes. 1- 11.1(5) Corners and Monuments Corner. A point on a land boundary, at the juncture of two or more boundary lines. A monument is usually set at such points to physically reference a corner's location on the ground. Monument. Any physical object or structure of record which marks or accurately references: • A corner or other survey point established by or under the supervision of an individual per section 1- 11.1(1) and any corner or monument established by the General Land Office and its successor the Bureau of Land Management including section subdivision corners down to and including one - sixteenth corners; and • Any permanently monumented boundary, right of way alignment, or horizontal and vertical control points established by any governmental agency or private surveyor including street intersections but excluding dependent interior lot corners. 1- 11.1(6) Control or Base Line Survey Control or Base Line Surveys shall be established for all construction projects that will create permanent structures such as roads, sidewalks, bridges, utility lines or appurtenances, signal or light poles, or any non - single family building. Control or Base Line Surveys shall consist of such number of permanent monuments as are required such that every structure may be observed for staking or "as- builting" while occupying one such monument and sighting another such monument. A minimum of two of these permanent monuments shall be existing monuments, recognized and on record with the City of Renton. The Control or Base Line Survey shall occupy each monument in turn, and shall satisfy all applicable requirements of Section 1 -11.1 herein. The drawing depicting the survey shall be neat, legible, and drawn to an appropriate scale. North orientation should be clearly presented and the scale shown graphically as well as noted. The drawing must be of such quality that a reduction thereof to one -half original scale remains legible. If recording of the survey with the King County Recorder is required, it will be prepared on 18 inch by 24 inch mylar and will comply with all provisions of Chapter 58.09 RCW. A photographic mylar of the drawing will be submitted to the City of Renton and, upon their review and acceptance per the specific requirements of the project, the original will be recorded with the King County Recorder. If recording is not required, the survey drawing shall be prepared on 22 inch by 34 inch mylar, and the original or a photographic mylar thereof will be submitted to the City of Renton. The survey drawings shall meet or exceed the requirements of WAC 332 - 130 -050 and shall conform to the City of Renton's Drafting Standards. American Public Works Association symbols shall be used whenever possible, and a legend shall identify all symbols used if each point marked by a symbol is not described at each use. SR -900 NE Sunset Blvd. /Anacortes Ave. NE City of Renton H ADI VI SION. MTRANS POR. TATIDESI GN. ENG WIARK\ Sunset- Anawnes\BidPacklvi\specprov.doc EM Division 1- General Requirements SP -53 An electronic listing of all principal points shown on the drawing shall be submitted with each drawing. The listing should include the point number designation (corresponding with that in the field notes), a brief description of the point, and northing, easting, and elevation (if applicable) values, all in ASCII format, on IBM PC compatible media. 1- 11.1(7) Precision Levels Vertical Surveys for the establishment of benchmarks shall satisfy all applicable requirements of Sections 1 -05 and 1 -11.1. Vertical surveys for the establishment of bench marks shall meet or exceed the standards, specifications and procedures of third order elevation accuracy established by the Federal Geodetic Control Committee. Benchmarks must possess both permanence and vertical stability. Descriptions of benchmarks must be complete to insure both recoverability and positive identification on recovery. 1- 11.1(8) Radial and Station -- Offset Topography Topographic surveys shall satisfy all applicable requirements of section 1 -11.1 herein. All points occupied or back sighted in developing radial topography or establishing baselines for station -- offset topography shall meet the requirements of section 1 -11.1 herein. The drawing and electronic listing requirements set forth in section 1 -11.1 herein shall be observed for all topographic surveys. 1- 11.1(9) Radial Topography Elevations for the points occupied or back sighted in a radial topographic survey shall be determined either by (1) spirit leveling with misclosure not to exceed 0.1 feet or Federal Geodetic Control Committee third order elevation accuracy specifications; or (2) trigonometric leveling with elevation differences determined in at least two directions for each point and with misclosure of the circuit not to exceed 0.1 feet. 1- 11.1(10) Station - -Offset Topography Elevations of the baseline and topographic points shall be determined by spirit leveling and shall satisfy Federal Geodetic Control Committee specifications as to the turn points and shall not exceed 0.1 foot's error as to side shots. 1- 11.1(11) As -Built Survey All improvements required to be "as- built" (post construction survey) per City of Renton Codes, TITLE 4 Building Regulations and TITLE 9 Public Ways and Property, must be located both horizontally and vertically by a Radial survey or by a Station offset survey. The "as- built" survey must be based on the same base line or control survey used for the construction staking survey for the improvements being "as- built ". The "as- built" survey for all subsurface improvements should occur prior to backfilling. Close cooperation between the installing contractor and the "as- builting" surveyor is therefore required. SR -900 NE Sunset Blvd. /Anacortes Ave. NE City of Renton H:ZI VI S ION. S\TRANSPOR.TATtDESIG N. ENG\MARK\ Sunset -An amnes\BidPack \vi\specp-v.doc SP -54 Division 1— General Requirements All "as- built" surveys shall satisfy the requirements of section 1- 11.1(1) herein and shall be based upon control or base line surveys made in conformance with these Specifications. The field notes for "as- built" shall meet the requirements of section 1- 11.1(4) herein and submitted with stamped and signed "as- built" drawings which includes a statement certifying the accuracy of the "as built ". The drawing and electronic listing requirements set forth in section 1- 11.1(6) herein shall be observed for all "as- built" surveys. 1- 11.1(12) Monument Setting and Referencing All property or lot corners, as defined in 1- 11.1(5), established or reestablished on a plat or other recorded survey shall be referenced by a permanent marker at the corner point per 1- 11.2(1). In situations where such markers are impractical or in danger of being destroyed, e.g., the front corners of lots, a witness marker shall be set. In most cases, this will be the extension of the lot line to a tack in lead in the curb. The relationship between the witness monuments and their respective corners shall be shown or described on the face of the plat or survey of record, e.g., "Tacks in lead on the extension of the lot side lines have been set in the curbs on the extension of said line with the curb." In all other cases, the corner shall meet the requirements of section 1- 11.2(1) herein. All non corner monuments, as defined in 1- 11.1(5), shall meet the requirements of Section 1- 11.2(2) herein. If the monument falls with in a paved portion of a right of way or other area, the monument shall be set below the ground surface and contained within a lidded case kept separate from the monument and flush with the pavement surface, per section 1- 11.2(3). In the case of right of way centerline monuments all points of curvature (PC), points of tangency (PT), street intersections, center points of cul -de -sacs shall be set. If the point of intersection, Pl, for the tangents of a curve fall within the paved portion of the right of way, a monument can be set at the PI instead of the PC and PT of the curve. For all non - corner monuments set while under contract to the City of Renton or as part of a City of Renton approved subdivision of property, a City of Renton Monument Card (furnished by the city) identifying the monument; point of intersection (PI), point of tangency (PT), point of curvature (PC), one - sixteenth corner, Plat monument, street intersection, etc., complete with a description of the monument, a minimum of two reference points and NAD 83/91 coordinates and NAVD 88 elevation shall be filled out and filed with the city. 1 -11.2 Materials 1- 11.2(1) Property /Lot Corners Corners per 1- 11.1(5) shall be marked in a permanent manner such as 1/2- inch - diameter rebar 24 inches in length, durable metal plugs or caps, tack in lead, etc. and permanently marked or tagged with the surveyor's identification number. The surveyor can determine the specific nature of the marker used at the time of installation. SR -900 NE Sunset Blvd. /Anacortes Ave. NE City of Renton H: \OI V I SI ON. S\TRANSPOR. TAT\OES IGN.ENG\MARK\SU nset -An awrles\B idPack \vi\specpmv.dm AW Division 1— General Requirements SP -55 1- 11.2(2) Monuments Monuments per 1- 11.1(5) shall meet the requirements as set forth in City of Renton Standard Plans page H031 and permanently marked or tagged with the surveyor's identification number. 1- 11.2(3) Monument Case and Cover Materials shall meet the requirements of section 9 -22 and City of Renton Standard Plans page H031. END OF DIVISION 1 H: DIVISION .S\TRANSPOR.TAT\DESIGN.ENGWARK\ Sunset- Anacortes \BidPack \vi\specprov.doc SR -900 NE Sunset Blvd. /Anacortes Ave. NE City of Renton SP -56 DIVISION 2 EARTHWORK 2 -01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP 2 -01.1 Description Supplement The limits of clearing and grubbing (construction limits) shall be defined as being the construction limit lines as shown in the Plans. Where, in the opinion of the Engineer, any trees abutting or adjacent to the limits of clearing and grubbing are damaged and require removal, the Contractor shall remove such trees. Any trees flagged by the Engineer to remain within the clearing and grubbing limits shall be left undamaged by the Contractor's operations. Any flagged trees which are damaged shall be replaced in kind at the Contractor's expense. Existing landscaping outside the construction limits, including but not limited to, sod, rockeries, beauty bark, decorative gravel or rock, bushes, and shrubbery shall be protected from damage. The property owners shall be responsible for removing and /or relocating trees, shrubs, curbing, ornamental plants, and any other decorative landscaping materials within the construction limits that they wish to save. The Contractor shall give property owners 10 days' written notice prior to removing landscaping materials. All landscaping materials that remain in the construction limits after that time period shall be removed and disposed of, by the Contractor, in accordance with Section 2 -01 of the Standard Specifications, these Special Provisions, and the Plans. The Contractor shall receive approval from the Engineer prior to removal. 2 -01.2 Disposal of Usable Material and Debris Supplement The Contractor shall dispose of all debris by Disposal Method No. 2 — Waste Site. 2 -01.5 Payment Supplement Payment will be made for the following bid item(s) when they are included in the proposal: 11 Clearing and Grubbing ( Lump Sum 11 The lump sum price for "Clearing and Grubbing" shall be full compensation for all work described herein and shown in the Plans, including removing trees and shrubbery where shown in the Plans and directed by the Engineer. SR -900 NE Sunset Blvd. /Anacortes Ave. NE City of Renton H:DI VISION. S \TRANSPOR.TATIDESI GN.E NGWARK\. Sunset- Anacortes\BidPack\vMpecprov.doc Division 2 — Earthworks SP -57 2 -02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 2 -02.1 Description Supplement low This work shall consist of the removal and disposal of various existing improvements, including but not limited to, pavement, curb, curb and gutter, sidewalk, pavement markings, junction boxes, and other items necessary for the accomplishment of the improvement. lo. This work shall also include the relocation of Private Improvements including but not limited to: relocation of one approximately 40' high illuminated McDonalds sign, driveway bollards, irrigation meter and associated irrigation system at McDonalds property. 2 -02.3 Construction Requirements " The McDonalds sign in question is to be relocated to the approximate station indicated in the plans, final location is to be confirmed by the Engineer to ensure proper placement within the property limits. The foundation of this structure is to be rebuilt in kind at the new location, Contractor to submit dimensions and design for approval of property owner at least 2 weeks prior to beginning construction of this item. Relocation is to include all associated power and utilities currently 4. serving the sign. The existing sign foundation is to be removed and the void backfilled with Gravel Borrow. ^" 2- 02.3(3) Removal of Pavement, Sidewalks, and Curbs (RC) Modification Replace number 1 with the following: In removing pavement, sidewalks, and curbs, the Contractor shall: 1. Haul broken -up pieces to some off - project site. Supplement 4. When an area where pavement has been removed is to be opened to traffic before pavement patching has been completed, an anchored -down steel plate or temporary mix asphalt concrete patch shall be required. Temporary patching shall be placed to a minimum depth of 2 inches immediately after backfilling and compaction are complete, and before the road is opened to traffic. MC cold mix or MC hot mix shall be used at the discretion of the Engineer. 2- 02.3(4) Cutting Pavement, Sidewalks, and Curbs New All transitions to existing asphalt or cement concrete driveways, parking lots, curb and gutter, and walkways shall be vertically sawcut full -depth with straight, uniform edges. Existing asphalt pavement roadway edge may be cut with a wheel, provided the wheelcut is full depth and no damage occurs to the pavement which is to remain. Neither impact tools nor pavement breakers may be used for trench crossing of existing pavement. Trench crossing of existing pavement shall be vertically sawcut. Where gutter is to be placed integral with asphalt pavement, as shown on the Plans, the Contractor shall take extra precaution to make a neat, uniform cut, and shall sawcut pavement 0 SR -900 NE Sunset Blvd. /Anacortes Ave. NE City of Renton H:\DIVISION. SITRANSPOR.TATtDESI G N.ENGI MARK\ Sunset- Anacortes\BidPackW i\specprov. doc yr SP -58 Division 2 - Earthworks W to full depth, regardless of number of passes necessary. If, in the opinion of the Engineer, the cut is not satisfactory due to Contractor's workmanship or equipment, the Contractor shall fix the problem to the satisfaction of the Engineer, at no extra cost to the Owner. 2 -02.4 Measurement Replacement Sawcutting existing cement and asphalt concrete pavements shall be measured by the linear foot along the sawcut, full depth. Wheelcutting of pavement will not be measured for separate payment, but shall be included in other items of Work. 2 -02.5 Payment (RC) Supplement Payment will be made for the following bid item(s) when they are included in the proposal: Removal of Curb and Gutter Per Linear Foot Removal of Sidewalk Per Square Yard Removal of Asphalt Concrete Pavement Per Square Yard Removal of Structures and Obstruction Lump Sum Sawcutting Per Linear Foot Relocate Private Improvements Lump Sum All costs related to the removal and disposal of structures and obstructions, including sawcutting, excavation, backfilling, temporary asphalt, and temporary steel plate shall be considered incidental to and included in other items unless designated as specific bid items in the proposal. The lump sum payment for "Relocate Private Improvements" shall be full payment for all costs associated with the relocation of all Private Improvements including but not limited to: construction of the new sign foundation, relocation of the existing McDonalds sign, relocation of any associated utilities, and removal and disposal of the existing foundation; the relocation of the driveway bollard and the relocation of the irrigation meter and any necessary modifications to the existing irrigation system. 2 -03 ROADWAY EXCAVATION AND EMBANKMENT 2 -03.3 Construction Requirements (RC) Supplement Roadway excavation shall include the removal of all materials excavated from within the limits shown in the Plans. Suitable excavated material shall be used for embankments, while surplus excavated material or unsuitable material shall be disposed of by the Contractor. Earthwork quantities and changes will be computed, either manually or by means of electronic data processing equipment, by use of the average end area method. Any changes to the proposed work as directed by the Engineer that would alter these quantities shall be calculated by the Engineer and submitted to the Contractor for his review and verification. SR -900 NE Sunset Blvd. /Anacortes Ave. NE City of Renton H:\OI VI S ION. S \TRANSPOR.TAT\DE SIGN. ENGWARK\Su nset- Anawftes\BldPack \vi\specprov.doc I w. Division 2 - Earthworks SP -59 Any excavation or embankment beyond the limits indicated in the Plans, unless ordered by the Engineer, shall not be paid for. All work and material required to return these areas to their original conditions, as directed by the Engineer, shall be provided by the Contractor at Contractor's sole expense. All areas shall be excavated, filled, and /or backfilled as necessary to comply with the grades shown on the Plans. In filled and backfilled areas, fine grading shall begin during the placement and the compaction of the final layer. In cut sections, fine grading shall begin within the final six (6) inches of cut. Final grading shall produce a surface which is smooth and even, without abrupt changes in grade. Excavation for curbs and gutters shall be accomplished by cutting accurately to the cross sections, grades and elevations shown. Care shall be taken not to excavate below the specified grades. The Contractor shall maintain all excavations free from detrimental quantities of leaves, brush, sticks, trash and other debris until final acceptance of the Work. Following removal of topsoil or excavation to grade and before placement of fills or base course, the subgrade under the roadway shall be proofrolled to identify any soft or loose areas which may warrant additional compaction or excavation and replacement. The Contractor shall provide temporary drainage or protection to keep the subgrade free from standing water. tom. Acceptable excavated native soils shall be used for fill in the area requiring fills. Care shall be taken to place excavated material at the optimum moisture content to achieve the specified compaction. Any native material used for fill shall be free of organics and debris and have a ".• maximum particle size of 6 inches. It shall be the responsibility of the Contractor to prevent the native materials from becoming saturated with water. The measures may include sloping to drain, compacting the native materials, and diverting runoff away from the materials. If the Contractor fails to take such preventative measures, any costs or delay related to drying the materials shall be at his own expense. If the native materials become saturated, it shall be the responsibility of the Contractor to dry the materials, to the optimum moisture content. 2- 03.3(3) Excavation Below Grade (RC) Supplement "W A subgrade trimmer is not required on the project. All portions of Section 2 -03 shall apply as though a subgrade trimmer were specified. 1. 2- 03.3(14)B Earth Embankment Construction (RC) Supplement If sufficient acceptable native soils, as determined by the Engineer, are not available to complete construction of the roadway embankment, Gravel Borrow meeting the requirements of Section 9 -03.14 of the Standard Specifications shall be used. H:\ DIVISION. S\ TRANSPOIR .TAT\DESIGN.ENG\MARK\Suns t- Anacortes\BidPaaWi\specMv.doc SR -900 NE Sunset Blvd. /Anacortes Ave. NE City of Renton SP -60 Division 2 - Earthworks 2- 03.3(14)E Unsuitable Foundation Excavation (RC) Supplement When the Contract or Engineer requires it, the Contractor shall excavate unstable natural ground to such depths as the Engineer may direct before building any embankment or other improvements over it. When, after excavating to the roadway prism subgrade, the subgrade material is unsuitable, as determined by the Engineer, excavation shall be continued to such additional depth as may be required by the Engineer. Unsuitable foundation material shall be disposed of at an approved site and shall be replaced with Gravel Borrow. Unsuitable foundation material removed from the bottom of storm sewer trenches shall be replaced with Crushed Surfacing Top Course meeting the requirements of Section 9- 03.9(3) of the Standard Specifications. Any overexcavation not specifically authorized by the Engineer shall be replaced by the Contractor with Gravel Borrow and compacted as specified above, at no expense to the Owner. 2 -03.4 Measurement (RC) Supplement 1. At the discretion of the Engineer, roadway excavation and unsuitable foundation excavation —by the cubic yard (adjusted for swell) —may be measured by truck in the hauling vehicle at the point of loading. The Contractor shall provide truck tickets for each load removed. Each ticket shall have the truck number, time and date, and be approved by the Engineer. 2 -03.5 Payment (RC) Modification Payment will be made for the following bid items when they are included in the Proposal: Roadway Excavation Including Haul Per Cubic Yard Unsuitable Foundation Excavation Including Haul Per Cubic Yard Gravel Borrow Including Haul Per Ton When the Engineer orders excavation below subgrade, unit contract prices for roadway excavation and haul shall apply, unless the work and /or equipment to perform the work differs materially from the excavation above subgrade, then payment will be in accordance with the item "Unsuitable Foundation Excavation Including Haul ". In this case, all items of work other than roadway excavation shall be paid at unit contract prices. The unit contract price per cubic yard for "Roadway Excavation Including Haul" shall be full pay for excavating, loading, placing, or otherwise disposing of the material. The unit contract price per cubic yard for "Unsuitable Foundation Excavation Including Haul" shall be full pay for excavating, loading, and disposing of the material. Payment for embankment compaction will not be made as a separate item. All costs for embankment compaction shall be included in other bid items involved. SR -900 NE Sunset Blvd. /Anacortes Ave. NE City of Renton H: DIVISION .S \TRANSPOR.TAT\DESIGN.ENGWARK \Sunset -Anar rtesOidPack \vi�specprov.doc Im Division 2 — e=arthworks SP -61 2 -04 HAUL 2 -04.5 Payment (RC) Supplement All costs for the hauling of material to, from, or on the job site shall be considered incidental to and included in the unit price of other units of work. 2 -06 SUBGRADE PREPARATION 2 -06.5 Measurement and Payment (RC) Supplement Subgrade preparation and maintenance including watering shall be considered as incidental to the construction and all costs thereof shall be included in the appropriate unit or lump sum v contract bid prices. 2 -11 TRIMMING AND CLEANUP Supplement 2 -11.5 Payment Payment will be made for the following bid items when they are included in the proposal: Trimming and Cleanup Lump Sum 2 -12 COIVSTRUCTION GEOTEXTILE Supplement 2 -11.5 Payment Pa ment will be made for the following bid item(s) when they are included in the proposal: =Construction Geotextile for Temporary Silt Fence Per Linear Foot END OF DIVISION 2 SR -900 NE Sunset Blvd. /Anacortes Ave. NE City of Renton H:\D I VISION. S \TRANSPOR.TAT\DE S IGN. ENGWARK\ Sunset- AnacortestBidPackW i\specprov,doc SP -62 Division 5 — Surface Treatments And Pavements DIVISION 3 PRODUCTION FROM QUARRY AND PIT SITES AND STOCKPILING 3 -01 PRODUCTION FROM QUARRY AND PIT SITES 3 -01.4 Contractor - Furnished Material Sources Supplement No source has been provided for any materials necessary for the construction of this improvement. If the sources of materials provide by the Contractor necessitate hauling over roads other than city streets, the Contractor shall, at his /her own cost and expense, make all arrangements for the use of the haul routes. 3 -01.6 Payment Replacement All work covered under Division 3, which is performed by the Contractor, shall be considered included in the costs for furnishing of materials. All costs of acquiring, producing, and placing this material in the finished work shall be included in the unit and lump sum contract prices for the various items involved. SR -900 NE Sunset Blvd. /Anacortes Ave. NE City of Renton END OF DIVISION 3 H: \DI VIS ION. S \TRANSPOR.TATIDESI G N. ENG\ MARK\ Sunsel - Anacortes \BidPack \vi�specprov.doc i SP -63 DIVISION 4 BASES 4 -04 BALLAST AND CRUSHED SURFACING 4 -04.1 Description Supplement Crushed surfacing shall be placed where shown in the Plans, as a base for sidewalks, driveways, and pavement, at existing driveways to provide temporary access, as backfill for unsuitable foundation excavation at mailbox supports, or for any other purposes deemed necessary by the Engineer. 4 -04.5 Payment Supplement Payment will be made for the following bid item(s) when they are included in the proposal: Crushed Surfacing Top Course Per Ton The unit contract price per ton for "Crushed Surfacing Top Course" shall also include compacting and removing and hauling to waste when required by the Engineer. END OF DIVISION 4 SR -900 NE Sunset Blvd. /Anacortes Ave. NE City of Renton H:\OI V I SION. S \TRANSPO R.TAT\DESIG N. ENGWARK\Sunset- Anacortes \BidPack \vi\Specprov.Aoc SP -64 DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS 5 -04 ASPHALT CONCRETE PAVEMENT 5 -04.2 Materials Supplement In lieu of using asphalt cement meeting the requirements of Section 9- 02.1(4) of the Standard Specifications, the Contractor shall use PG 58 -22 asphalt cement meeting the requirements of AASHTO MP1 in the production of asphalt concrete pavement. 5- 04.3(8)A Acceptance Sampling and Testing (RC) Replacement Section 1 is replaced with the following: 1. General. Acceptance of asphalt cement concrete shall be provided under a nonstatistical acceptance. Determination of nonstatistical acceptance shall be based on proposal quantities and shall consider the total of all bid items involving mix of a specific class. Dense graded mixes (asphalt concrete pavement Classes A, B, E, F, and G) shall be evaluated for quality of gradation on a daily basis by the Contractor. This gradation analysis shall be based on WSDOT Test Method 104 and the results delivered to the Contracting Agency by noon of the following working day. This information shall be used by the Engineer to evaluate conformance with Section 9- 03.8(6)A.2. Asphalt content shall be tested at the Engineer's discretion if the Compaction Pay Factor (Section 5- 04.3[10]B) falls below 1.00. The Contracting Agency may take their own independent gradation samples at the stockpile to confirm the gradation testing done by the Contractor. If the independent sample gradation varies from the Contractor's data by more than ±3% for sieve sizes greater than 1/4" and ±2% for sieves smaller than the No. 10, then the costs of the sampling and testing shall be borne by the Contractor. If the test results vary from the Contractor's data within the ranges listed above, then the cost of sampling and testing will be borne by the Contracting Agency. Delete the first paragraph of item 3.C, and replace it with the following: C. Test Results. The Engineer will furnish the Contractor with a copy of the results of all acceptance testing performed in the field by the morning of the next workday after sampling, or for nighttime work prior to completion of the next paving shift. The following modifications are to delete references to statistical acceptance, price adjustments, and composite pay factors: Revise item 3.E(2) to delete the last four sentences of the second paragraph. Revise item 3.E(3) to delete the fifth sentence. Revise item 3.E(4) to delete reference to Section 1 -06.2. Delete items 3.E(5) and 3.E(6). SR -900 NE Sunset Blvd. /Anacortes Ave. NE City of Renton KI DIVISION. S\TRANSPOR.TATtDESIGN.ENG WIARK\ Sunset- Anaoortes\BldPack \vi\specMv.doc M Division 2 - Earthworks SP -65 5- 04.3(10)A General (RC) ,Supplement The Contractor shall not use vibration when compacting on a street where A.C. Line (Transite) is in place (refer to City of Renton Comprehensive Water System Plan to identify locations of A.C. lines.) 5- 04.3(10)B Control (RC) Replacement Asphalt concrete pavement Classes A, B, E, and F used in traffic lanes, including lanes for ramps, truck climbing, weaving, and speed change, and having a specified compacted course thickness greater than 0.10 foot, shall be compacted to a specified level of relative density. The testing shall occur on a sublot basis using the definition of a sublot described in Section 5- 04.3(8). The specified level of relative density shall be 92 percent of the reference maximum density. The reference maximum density shall be determined as that developed in the job mix formula (JMF). If the Contractor chooses, a moving average of the three most recent tests of maximum density may be determined through the use of WSDOT Test Method 715 by the Contractor at the Contractor's expense. The specified level of density attained will be determined by the average of three nuclear density gauge tests taken in accordance with WSDOT Test Method 716 on the day the mix is placed (after completion of the finish rolling) at locations determined by random within each density lot. The Engineer will furnish a copy of the results of all acceptance testing performed in the field, as soon as the results are available. Pavement compaction below 89 percent of the reference maximum density shall not be accepted. Relative densities falling between 89 percent and 92 percent shall be subject to the price adjustments of Section 5- 04.5(1)B. For compaction lots falling below a CFP of 1.00 and thus subject to price reduction or rejection, cores may be used as an alternative to the nuclear density gauge tests. When the Contracting Agency requests cores and the level of relative density within a sublot is less than 92.0 percent, the cost for coring and testing shall be borne by the Contractor. When the Contracting Agency requests cores and the level of relative density within a sublot is greater than 92.0 percent, the cost for coring and testing shall be borne by the Contracting Agency. At the start of paving, the Contract must demonstrate to the Engineer that the mix is compactible by constructing compaction test section(s). Test section(s) shall be constructed using the compaction train and a variety of rolling patterns that the Contractor expects to use in the paving operation. A test section will be considered to have established compatibility, based on the results of three density determinations, when the average of the three tests exceeds 92 percent of Rice or when all three tests individually exceed 91 percent of Rice. This will require consideration of the presence of a correlation factor for the nuclear gauge and may require final resolution after the factor for the gauge is known. A minimum 1.00 compaction pay factor shall be used until a gauge correlation factor is known, and until the mix is considered compactible. When construction of the test section(s) has demonstrated that the mix is not compactible, paving must stop. To resume paving, all factors contributing to compaction shall be analyzed and Engineer approved changes made, which may require a new mix design. When paving is resumed, the Contractor must again, as previously defined, demonstrate that the mix is compactible. If the Contractor does not construct test section(s), the mix is considered compactible and all mix placed will be evaluated according to Section 5- 04.3(10)B. Asphalt Concrete Classes A, B, E, F, and G constructed under conditions other than listed above shall be compacted on the basis of a test point evaluation of the compaction train. The test point evaluation shall be performed in accordance with instructions from the Engineer. The SR -900 NE Sunset Blvd. /Anaoortes Ave. NE City of Renton H:tDI VISI ON.SITRANSPOR.TATtDESI GN. ENGWARK\ Sunset- Anawrtes \BidPacklvi\specprov.doc SP -66 Division 5 — Surface Treatments And Pavements number of passes with an approved compaction train, required to attain the maximum test point density, shall be used on all subsequent paving. Asphalt Concrete Class D and preleving mix shall be compacted to the satisfaction of the Engineer. In addition to the randomly selected locations for tests of the density, the engineer may also isolate from a normal lot any area that is suspected of being defective in relative density. Such isolated material will not include an original sample location. A minimum of three randomly located density tests will be taken. The isolated area will then be evaluated for price adjustment in accordance with this section, considering it as a separate sublot. 5- 04.3(22) Permanent Pavement Patching New Pavement patching shall be scheduled to accommodate the demands of traffic and shall be performed as rapidly as possible to provide maximum safety and convenience to public travel. Proper signs, barricades, lights, and other warning devices, per Contractor's approved Traffic Control Plan, and per Sections 1 -07.23 and 1 -10 of the Standard Specifications and Special Provisions, shall be maintained all 24 hours of the day until the patch is completed and ready for traffic. The placing and compaction of the trench backfill, and the preparation and compaction of the subgrade shall be in accordance with the requirements of the various applicable sections of the Standard Specifications, Special Provisions, and the detail in the Plans. Trenches must be patched or covered with a steel plate during all Contractor's non - working hours, except in areas where the roadway remains closed to public traffic. Steel plates must be anchored. Before the patch is constructed, all pavement cuts shall be trued so that the marginal lines of the patch will form a rectangle with reasonable straight edges and vertical faces. After the subgrade has been prepared, asphalt concrete pavement Class A shall be placed to a thickness as shown in the Plans. The edges of the existing asphalt pavement and castings shall be painted with hot asphalt cement or asphalt emulsion immediately before placing the asphalt patching material. The asphalt concrete pavement shall then be placed, leveled, and compacted to conform to all the adjacent paved surface. Immediately thereafter, all joints between the new and original asphalt pavement shall be painted with hot asphalt or asphalt emulsion and be covered with dry paving sand before the asphalt solidifies. The material for tacking the bottom and sides of patches for asphaltic concrete shall be CRS -2 cationic emulsified asphalt per Section 9- 02.1(6) of the Standard Specifications. For sealing the edges after placing the asphaltic concrete patch, the Contractor shall use a light cutback, RC70 rapid curing liquid asphalt, and then sand the surface to prevent tracking. If the pavement is to be overlayed after patching, the joints will not need to be painted with hot asphalt or asphalt emulsion after the patch is placed. 5 -04.5 Payment (RC) Supplement Payment will be made for the following bid item(s) when they are included in the Proposal: SR -900 NE Sunset Blvd. /Anacortes Ave. NE City of Renton H: DIVISION. S% TRANSPOR .TAT\DESIGN.ENGWARKZ.nSet AnawrtesSiCPack %vispecpmv.Coc M Division 2 — Earthworks SP -67 Asphalt Concrete Pavement Cl. B, Incl. Haul Per Ton Asphalt Concrete Pavement Cl. E, Incl. Haul Per Ton Planing Bituminous Pavement Per Square Yard The unit contract price per ton for "Asphalt Concrete Pavement Class Incl. Haul" shall also include tack coat, crack sealing, joint sealing, and feathering. 5- 04.5(1)A Price Adjustments for Quality of AC Mix (RC) Replacement Nonstatistical Acceptance. Each lot of asphalt concrete pavement produced and having all constituents falling within the limits of the job mix formula shall be accepted at the unit contract price. If the constituents of the mix fall outside the limits of the job mix formula, the mix shall not be accepted (see Section 5- 04.3(8) Rejection of Mixture). 5- 04.5(1)B Price Adjustments for Quality AC Compaction (RC) Replacement For each sublot, a Compaction Pay Factor will be determined based on the relative density of the tests. The following table lists the Compaction Pay Factors and their associated relative density. The price paid per ton will be the unit bid price multiplied by the Compaction Pay Factor. Relative Density Compaction Pay Factor (average of three tests) >_92.0 1.00 91.5 0.99 91.0 0.95 90.5 0.91 90.0 0.85 89.5 0.80 89.0 0.75 5 -05.5 Payment (RC) Supplement Payment will be made for the following bid item(s) when they are included in the Proposal: 11 Cement Concrete Approach, 3 -day I Per Square Yard 11 END OF DIVISION 5 H: \DI VI S I ON. S \TRANSPOIR. TAT\DESIG N. ENGUMRK\Sunset- Anacates\Bid Pack \vi \specpmv.doc SR -900 NE Sunset Blvd. /Anacortes Ave. NE City of Renton SP -68 DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS 7 -04 STORM SEWERS 7 -04.2 Materials (RC) Modification Delete the second paragraph, and replace it with the following: Where steel or aluminum are referred to in this Section in regard to a kind of storm sewer pipe, it shall be understood that steel is zinc coated (galvanized), Asphalt Treatment I Coated corrugated iron or steel, and aluminum is corrugated aluminum alloy as specified in Sections 9 -05.4 and 9 -05.5. Supplement The Contractor shall require pipe suppliers to furnish certificates signed by their authorized representative, stating the specifications to which the materials or products were manufactured. The Contractor shall provide 2 copies of these certifications to the Engineer for approval. Certificates showing nonconformance with the Contract shall be sufficient evidence for rejection. Approval of certificates shall be considered only as tentative acceptance of the materials and products, and such action by Engineer will not relieve Contractor of his /her responsibility to perform field tests and to replace or repair faulty materials, equipment, and /or workmanship and Contractor's own expense. 7 -04.4 Measurement (RC) Modification Delete the first paragraph, and replace it with the following: The length of storm sewer pipe will be the number of linear feet of completed installation measured along the invert and will include the length through elbows, tees, and fittings. The number of linear feet will be measured from the center of manhole or from the center of catch basin to center of catch basins and similar type structures. 7 -04.5 Payment (RC) Supplement Debris barriers shall be incidental to the cost for storm sewer pipe. When no bid item "Gravel Backfill for Pipe Bedding" is included in the Schedule of Prices, pipe bedding, as shown in the Plans, shall be considered incidental to the pipe and no additional payment shall be made. Testing of storm sewer pipe shall be considered incidental to and included in the unit contract prices for other items. Cost of connecting pipe to structures shall be included in the various unit contract prices for storm sewer pipe, and no additional compensation will be allowed. SR -900 NE Sunset Blvd. /Anacortes Ave. NE City of Renton M:\ DIVISION .S \TRANSPOR.TAT\DESIGN.ENG V HARK\ Sunset- AnawrtestBidPack\vi\specprov.doc M Division 7 — Drainage Structures, Storm Sewers.... SP -69 Abandonment and plugging of pipe shall be included in the lump sum contract price for "Removal of Structure and Obstruction ". No separate payment will be made. 7 -05 MANHOLES, INLETS, AND CATCH BASINS 7 -05.2 Materials Supplement Curb inlet shall be Inland Foundry Co., Inc., "Curb Inlet With Rear Outlet (Model IFCO No. 528)" as shown in the detail in the appendix of these Contract Provisions, or equivalent approved by Engineer. Locking manhole frame and cover shall be per City of Renton Standard Plan 8074 Overflow structure shall be per City of Renton Standard Plan B040. 7 -05.3 Construction Requirements (RC) Supplement All manholes shall have eccentric cones and shall have ladders. 7- 05.3(1) Adjusting Manholes and Catch Basins to Grade (RC) Supplement The existing cast iron ring and cover on manholes and the catch basin frame and grate shall first be removed and thoroughly cleaned for reinstalling at the new elevation. From that point, the existing structure shall be raised or lowered to the required elevation. In unpaved streets: Manholes, catch basins, and similar structures in areas to be surfaced with crushed rock or gravel shall be constructed to a point approximately eight inches below the subgrade and covered with a temporary wood cover. Existing manholes shall be cut off and covered in a similar manner. The Contractor shall carefully reference each manhole so that they may be easily found upon completion of the street work. After placing the gravel or crushed stone surfacing, the manholes and manhole castings shall be constructed to the finished grade of the roadway surface. Excavation necessary for bringing manholes to grade shall center about the manhole and be held to the minimum area necessary. At the completion of the manhole adjustment, the void around the manhole shall be backfilled with materials which result in the section required on the typical roadway section, and be thoroughly compacted. In cement concrete pavement: Manholes, catch basins, and similar structures shall be m constructed and adjusted in the same manner as outlined above except that the final adjustment shall be made and cast iron frame be set after forms have been placed and checked. In placing the concrete pavement, extreme care shall be taken not 'to alter the position of the casting in any way. In asphalt concrete pavement: Manholes shall not be adjusted until the pavement is completed, at which time the center of each manhole shall be carefully relocated from references previously established by the Contractor. The pavement shall be cut in a restricted area and base material be removed to permit removal of the cover. The manhole shall then be brought to proper grade utilizing the same methods of construction as for the manhole itself. The cast iron frame shall be placed on the concrete blocks and wedged up to the desired grade. The SR -900 NE Sunset Blvd. /Anac:ortes Ave. NE City of Renton H:\DI VI SIGN. S \TRANSPOFZ. TAT\DES IGN. ENGIMARKI Sunset- Anawrtes\BidPack\vi\specprov.doc SP -70 Division 7— Drainage Structures, Storm Sewers.... asphalt concrete pavement shall be cut and removed to a neat circle, the diameter of which shall be equal to the outside diameter of the cast iron frame plus two feet. The base materials and crushed rock shall be removed and Class 3000 or Commercial Portland Cement Concrete shall be placed so that the entire volume of the excavation is replaced up to within but not to exceed 2 inches of the finished pavement surface. On the day following placement of the concrete, the edge of the asphalt concrete pavement, and the outer edge of the casting shall be painted with hot asphalt cement. Asphalt Class G concrete shall then be placed and compacted with hand tampers and a patching roller. The complete patch shall match the existing paved surface for texture, density, and uniformity of grade. The joint between the patch and the existing pavement shall then be carefully painted with hot asphalt cement or asphalt emulsion and shall be immediately covered with dry paving sand before the asphalt cement solidifies. The inside throat of the manhole shall be thoroughly mortared and plastered. Adjustment of inlets: The final alignment and grade of cast iron frames for new and old inlets to be adjusted to grade will be established from the forms or adjacent pavement surfaces. The final adjustment of the top of the inlet shall be performed in similar manner to the above for manholes. On asphalt concrete paving projects using curb and gutter section, that portion of the cast iron frame not embedded in the gutter section shall be solidly embedded in concrete also. The concrete shall extend a minimum of 6 inches beyond the edge of the casting and shall be left 2 inches below the top of the frame, so that the wearing course of asphalt concrete pavement will butt the cast iron frame. The existing concrete pavement and edge of the casting shall be painted with hot asphalt cement. Adjustments in the inlet structure shall be constructed in the same manner and of the same material as that required for new inlets. The inside of the inlets shall be mortared and plastered. Monuments and cast iron frame and cover: Monuments and monument castings shall be adjusted to grade in the same manner as for manholes. Valve box castings: Adjustments of valve box castings shall be made in the same manner as for manholes. 7- 05.3(2) Abandon Existing Manholes (RC) Replacement Where it is required that an existing manhole be abandoned, the structure shall be broken down to a depth of at least 4 feet below the revised surface elevation, all connections plugged, the manhole base shall be fractured to prevent standing water, and the manhole filled with sand and compacted to 90 percent density as specified in Section 2- 03.3(14)C. Debris resulting from breaking the upper part of the manhole may be mixed with the sand subject to the approval of the Engineer. The ring and cover shall be salvaged and all other surplus material disposed of. 7- 05.3(3) Connections to Existing Manholes (RC) Supplement Where shown on the plans, new drain pipes shall be connected to existing line, catch basin, curb inlets and /or manholes. The Contractor shall be required to core drill into the structure, shape the new pipe to fit and regrout the opening in a workmanlike manner. Where directed by the Engineer or where shown on the Plans, additional structure channeling will be required. Any damage to existing pipe or structure that is to remain in place resulting from the Contractor's operations shall be repaired or replaced at Contractor's own expense. SR -900 NE Sunset Blvd. /Anacortes Ave. NE City of Renton H:\OIVISION.S\TRANSPOR. TAT\ DESIGN. ENG\ MARK\Sunset- Anawnes\BidPack \vil pecprov.Goc Division 7 — Drainage Structures, Storm Sewers.... SP -71 7 -05.5 Payment Supplement Payment will be made for the following bid item(s) when they are included in the Proposal: Adjust Catch Basin or Manhole Frame and Cover Per Each Adjust Valve Box Per Each 7 -08 GENERAL PIPE INSTALLATION REQUIREMENTS 7 -08.3 Construction Requirements 7- 08.3(1)A Trenches Supplement Backfill material for the area of unsuitable foundation excavation shall be crushed surfacing top course per Section 9- 03.9(3) of the Standard Specifications. Before backfilling with bedding material is begun, the trench shall first be cleaned of all roots, loose stones, and other debris. Bedding materials, if required, shall be placed only upon undisturbed earth. 7- 08.3(1)C Bedding the Pipe (RC) Supplement Pipe bedding for PVC sewer pipe shall consist of clean, granular pea gravel consistent with section 9- 03.12(3). It shall be placed to a depth of 6 inches over and 6 inches under the exterior walls of the pipe. Hand compaction of the bedding materials under the pipe haunches will be required. Hand compaction shall be accomplished by using a suitable tamping tool to firmly tamp bedding material under the haunches of the pipe. Care shall be taken to avoid displacement of the pipe during the compaction effort. 7- 08.3(2) Laying Pipe (RC) 7- 08.3(2)A Survey Line and Grade Replacement Survey line and grade control shall be provided in accordance with Sections 1 -05.4 and 1 -11 in a manner consistent with accepted practices. The Contractor shall transfer line and grade into the trench where they shall be carried by means of a laser beam using 50 -foot minimum intervals for grade staking. Any other procedure shall have the written approval of the Engineer. 7- 08.3(2)B Pipe Laying — General (RC) Supplement Checking of the invert elevation of the pipe may be made by calculations from measurements on the top of the pipe, or by looking for ponding of 1/2 inch or less, which indicates a satisfactory condition. At manholes, when the downstream pipe(s) is of a larger size, pipe(s) SR -900 NE Sunset Blvd. /Anac.ortes Ave. NE City of Renton H:\DI V IS ION. S\TRAN SPOF2. TAT\DES IGN. ENGUv1ARK\ Sunset- Anacones\BidPack \vMpecprov.doc SP -72 Division 7 — Drainage Structures, Storm Sewers.... shall be laid by matching the (eight- tenths) flow elevation, unless otherwise approved by the Engineer. All pipe, fittings, etc., shall be carefully handled and protected against damage, impact shocks, and free fall. All pipe handling equipment shall be acceptable to the Engineer. Pipe shall not be placed directly on rough ground but shall be supported in a manner which will protect the pipe against injury whenever stored at the trench site or elsewhere. No pipe shall be installed where the lining or coating show defects that may be harmful as determined by the Engineer. Such damaged lining or coating shall be repaired, or a new undamaged pipe shall be furnished and installed. The Contractor shall inspect each pipe and fitting prior to installation to insure that there are no damaged portions of the pipe. All defective, damaged, or unsound pipe shall be repaired or replaced. All foreign matter or dirt shall be removed from the interior of the pipe before lowering into position in the trench. Pipe shall be kept clean during and after laying. All openings in the pipe line shall be closed with water tight expandable type sewer plugs at the end of each day's operation or whenever the pipe openings are left unattended. The use of burlap, wood, or other similar temporary plugs will not be permitted. Where necessary to raise or lower the pipe due to unforeseen obstructions or other causes, the Engineer may change the alignment and /or the grades. Except for short runs which may be permitted by the Engineer, pipes shall be laid uphill on grades exceeding 10 percent. Pipe which is laid on a downhill grade shall be blocked and held in place until sufficient support is furnished by the following pipe to prevent movement. Unless otherwise required, all pipe shall be laid straight between the changes in alignment and at uniform grade between changes in grade. For concrete pipes with elliptical reinforcement, the pipe shall be placed with the minor axis of the reinforcement in a vertical position. Immediately after the pipe joint has been made, proper gasket placement shall be checked with a feeler gage as approved by the pipe manufacturer to verify proper gasket placement. 7- 08.3(2)E Rubber Gasketed Joints (RC) Supplement Care shall be taken by the Contractor to avoid over pushing the pipe and damaging the pipe or joint system. Any damaged pipe shall be replaced by the Contractor at his /her expense. Flexible joints for each type of pipe shall be rubber gasketed in accordance with the Standard Specifications. Mortared, dry- packed, grouted, or cast -in -place joints will be permitted only for connection to or through manholes and catch basins. Connections with pipes to catch basins and inlets shall be cement mortared. 7- 08.3(2)H Sewer Line Connections (RC) Supplement All connections not occurring at a manhole or catch basin shall be done utilizing pre - manufactured tee connectors or pipe sections approved by the Engineer. Any other method or materials proposed for use in making connections shall be subject to approval by the Engineer. Unless otherwise approved by the Engineer, all connections of lateral sewers to existing mains shall be made through a cast iron saddle secured to the sewer main with stainless steel bands. SR -900 NE Sunset Blvd. /Anacortes Ave. NE City of Renton H:\DIVISION. S \TRANSPOR.TAT\DESIGN. ENGWARK\ Sunset- Anacones\BidPack\vilspecprov.doc Division 7 — Drainage Structures, Storm Sewers.... SP -73 When the existing main is constructed of vitrified clay, plain or reinforced concrete, cast or ductile iron pipe, the existing main shall be core drilled. Connections (unless booted connections have been provided for) to existing concrete manholes shall be cone- drilled, and shall have an "O" ring rubber gasket meeting ASTM C -478 in a manhole coupling equal to the Johns - Manville Asbestos - Cement collar, or use a conical type flexible seal equal to kore -N -Seal. PVC pipe connection shall consist of tee, nipple, and couplers as approved by the Engineer. 7- 08.3(2)J Placing PVC Pipe (RC) New In the trench, prepared as specified in Section 7- 08.3(1) PVC pipe shall be laid beginning at the lower end, with the bell end upgrade. Gravel backfill for Pipe Zone Bedding per Section 9- 03.12(3) of the Standard Specifications shall be used as the bedding material and extend from 6 inches bellow the bottom of the pipe to 6 inches above the top of the pipe. When it is necessary to connect to a structure with a mudded joint, a rubber gasketed concrete adapter - collar shall be used at the point of connection. 7- 08.3(3) Backfilling Supplement All backfill for pipe shall be compacted as specified in Section 2- 03.3(14)C, Method B, of the Standard Specifications with native material, or gravel borrow if suitable material is not available. 7- 08.3(5) Pipe Crossing Existing Utilities New Where storm sewer pipe crosses existing utilities with less than 12 inches of clearance, a sand cushion acceptable to the Engineer shall be placed between the existing and new pipe. The cushion shall be included in the various unit contract prices for storm sewer pipe and no additional compensation will be allowed. 7 -08.4 Measurement (RC) Supplement There will be no specific unit of measure for any material placed in the pipe zone in the installation of culvert, storm sewer, and sanitary sewer pipes. Shoring or extra excavation class B will be measured as specified in Section 2 -09.4. 7 -08.5 Payment Supplement "Gravel Borrow Incl. Haul" will be measured and paid by ton per Section 2 -03 of the Standard Specifications and these Special Provisions. "Unsuitable Foundation Excavation Including Haul" will be measured and paid by cubic yard per Section 2 -03 of the Standard Specifications and these Special Provisions. "Crushed Surfacing Top Course" used to backfill overexcavation, as approved by Engineer, will be measured and paid per Section 4 -04.5 of the Standard Specifications and these Special Provisions. END OF DIVISION 7 SR -900 NE Sunset Blvd. /Anacortes Ave. NE City of Renton H: \DI VI S ION. S \TRANSPOR.TAT\DESI G N. E NG\ MARK\ Sunset •Anawrtes\BidPack \vMp,ecp.v.doc SP -74 DIVISION 8 MISCELLANEOUS CONSTRUCTION 8 -02 ROADSIDE PLANTING 8 -02.1 Description Supplement This work shall consist of seeding, fertilizing, and mulching all disturbed and graded areas between the back of proposed sidewalks and fill slopes, and all other areas as designated by the Engineer. 8 -02.2 Materials Supplement Topsoil Type A per Section 9- 14.1(1) of these Special Provisions Fertilizer per Section 9 -14.3 of these Special Provisions Bark or Wood Chip Mulch per Section 9- 14.4(2) of the Standard Specifications Submit Manufacturer's Certificate of Compliance for, and samples of, materials specified under this section to Engineer for approval prior to use on the project. 8 -01.3 Construction Requirements 8- 01.3(2) Topsoil Supplement Topsoil Type A shall be spread evenly to the grades indicated and shall be a minimum thickness of 4 inches covering fill slopes. 8- 02.3(9) Fertilizing Supplement Fertilizer application rates shall be per manufacturer's written recommendations. 8.02.3(10) Mulching Supplement Bark or Wood Chip Mulch shall be spread evenly to the grades indicated and shall be a minimum thickness of 3 inches covering planting areas indicated in the plans. 8 -02.5 Payment Supplement Payment will be made for the following bid item(s) when they are included in the Proposal: Otto Luyken Laurel, 2 gal Per Each Rhododendron "Lackamas Blue ", 5 gal Per Each Dwarf Viburnum Tinus, 2 gal Per Each Viburnum Davidii, 2 gal Per Each Bark or Wood Chip Mulch Per Cubic Yard Topsoil Type A Per Cubic Yard SR -900 NE Sunset Blvd. /Anacortes Ave. NE City of Renton H:1DI VISION. S\TRANSPOR.TAT\DESI GN. ENG W1ARK\ Sunset- Anacones\BidPacklvi>specprov.doc M Division 8 — Miscellaneous Construction SP -75 Sod Installation Per Square Yard The unit contract price per acre for "Sod Installation" shall be full payment for all work necessary to install and maintain Sod in the location shown in the Plans, including but not limited to: surface preparation and grading, materials, installation and maintenance including all necessary water. The unit contract price for "Topsoil Type A" shall also include soil amendments, if required. 8 -04 CURBS, GUTTERS, AND SPILLWAYS 8 -04.1 Description Supplement The work shall consist of construction of new cement concrete barrier curb and gutter adjacent to existing asphalt concrete pavement, as shown in the Plans. 8 -04.3 Construction Requirements Supplement Curbs and gutters shall be constructed in accordance with cement concrete barrier curb and gutter, Renton Standard Plan F001 and extruded curb Renton Standard Plan F004. The Contractor shall be responsible for barricading, patrolling, or otherwise protecting newly placed concrete. Damaged, vandalized or unsightly concrete shall be removed and replaced at the Contractor's expense. The Contractor shall notify the Engineer immediately in cases where the proposed gutter lip elevation appears higher than the adjacent pavement. Gutter lips shall not be constructed higher than the adjacent pavement. 8 -04.5 Payment Supplement Payment will be made for the following bid item(s) when they are included in the Proposal: Cement Concrete Curb and Gutter Per Linear Foot Extruded Curb Per Linear Foot 8 -09 RAISED PAVEMENT MARKERS 8 -09.5 Payment Modification Payment will be made for each of the following bid items that are included in the Proposal: Raised Pavement Marker Type 1 Per Each Raised Pavement Marker Type 2 Per Each SR -900 NE Sunset Blvd. /Anacortes Ave. NE City of Renton H:\DI V ISION. SITRANSPOR.TATtDESIGN. ENGVNAARK1Sunset- AnacortestBiOPack \vi�speWov.doc SP -76 Division 8 — Miscellaneous Construction Revise the second paragraph to read that "Raised Pavement Marker Type ..." will be paid at the unit contract price per each. 8 -14 CEMENT CONCRETE SIDEWALKS 8 -14.1 Description Supplement This work shall also consist of providing curb ramps (cement concrete wheelchair ramps) in accordance with Renton Standard Plans F005.1 and F007. 8- 14.3(4) Curing Replacement The curing materials and procedures outlined in Section 5- 05.3(13) of the Standard Specifications shall prevail, except that white pigmented curing compound shall not be used on sidewalks. The curing agent shall be applied immediately after brushing and be maintained for a period of 5 days. The Contractor shall have readily available sufficient protective covering, such as waterproof paper or plastic membrane, to cover the pour of an entire day in the event of rain or other unsuitable weather. During the curing period, all traffic, both pedestrian and vehicular, shall be excluded. Vehicular traffic shall be excluded for such additional time as the Engineer may specify. The Contractor shall be responsible for barricading, patrolling, or otherwise protecting the newly placed concrete to prevent damage. Damaged, vandalized, discolored, stained, or unsightly concrete shall be removed and replaced at the expense of the Contractor. 8- 14.3(5) Wheelchair Ramp (Curb Ramp) New At intersections where new cement concrete wheelchair ramps are to be constructed, the Contractor shall construct curb ramps in accordance with the details in the Plans and Renton Standard Plans F005 and F007. 8 -14.4 Measurement Supplement Wheelchair ramps will not be measured for separate payment, but paid per square yard under the sidewalk payment item. 8 -14.5 Payment Supplement Payment will be made for the following bid item(s) when they are included in the Proposal: II Cement Conc. Sidewalk I Per Square Yard 11 The unit contract price per square yard for "Cement Conc. Sidewalk" shall also include wheelchair ramps. SR -900 NE Sunset Blvd. /Anacortes Ave. NE City of Renton H:ZI VI SI ON. S\TRANSPOR.TATtDESI GN. ENGUMRKt Sunset - Anacortes \BiAPack\vi\specprov.aoc Wl Division 8 — Miscellaneous Construction SP-77 8 -20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL 8- 20.2(1) Equipment List and Drawings (RC) Modification Replace paragraphs 4 and 5 with the following: The Contractor shall submit for approval six sets of shop drawings for each of the following types of standards called for on this project: 1. Light: standards with or without pre- approved plans. 2. Signal standards with or without pre- approved plans. 3. Combination Signal and lighting standards. 4. Metal Strain Poles. e.. The Contractor also shall submit, either on the signal standard shop drawings or attached to the signal standard shop drawings, all dimensions to clearly show the specific mast arm mounting height and signal tenon locations for each signal pole to be installed. 8- 20.3(2) Excavating and Backfilling (RC) ,Supplement The Contractor shall supply trench within the unit widths and to the specified depths at the locations indicated on the Plans or as directed by the Engineer. The Contractor shall have approved compaction equipment on site before beginning any excavation; compaction shall be performed at the time of the initial backfilling of the trench unless directed otherwise by the Engineer. Trenching for conduit runs shall be done in a neat manner with the trench bottom graded to provide a uniform grade. No work shall be covered until it has been examined by the engineer. Backfill material used for fill around and over this conduit system shall be free of rocks greater than 2 inches in diameter to a depth of 6 inches above the conduit. Trench within the roadway area shall use select trench backfill which shall consist of 5/8 -inch minus crushed surfacing top course or other material as indicated in the special provisions or schedule of prices and directed for use by the Engineer. The source and quality of the material shall be subject to approval by the Engineer. Trench backfill within the sidewalk area shall be made with acceptable materials from the excavation subject to the Engineer's approval of the material and shall be considered a necessary part and incidental to the excavation in accordance with the Standard Specifications. Unsuitable material shall be removed and backfill shall be select material approved by the Engineer. The City reserves the right to make additions or deletions to the trench which prove necessary for the completion of the project. The minimurn width for the trench will be at the option of the Contractor. Trench width will, however, be of sufficient size so that all of the necessary conduit can be installed within the depths specified while maintaining the minimum cover. Trench backfill material in roadway and sidewalk areas shall be compacted to 95% of the material's maximum density, per Section 2- 03.3(14)D. SR -900 NE Sunset Blvd. /Anacortes Ave. NE City of Renton H:tDI VISI ON. S\TRANSPO R.TATTDESIGN. ENG\tAARK\ Sunset- Anawnes\BiCPack�vi�specpmv.doc SP -78 Division 8 - Miscellaneous Construction 8- 20.3(4) Foundations (RC) Replacement Where obstructions prevent construction of planned foundations, the Contractor shall construct an effective foundation satisfactory to the Engineer. The contractor shall provide all material for and construct the foundations for and to the dimensions specified in table 1 below. The anchor bolts shall match that of the device to be installed thereon. Table 1 Type of device Street Light Pole Signal Pole up to 40' mast arm Signal Pole over 40' mast arm Signal Controller Street Light Control Cabinet Special Base Dimensions 4' Deep x 3' Sq or Dia. 7' Deep x 3' Sq or Dia. See Detail Sheet See Detail Sheet See Detail Sheet See Detail Sheet All excess materials are to be removed from the foundation construction site and disposed of at the Contractor's expense. Concrete shall be placed against undisturbed earth if possible. Disturbed earth or backfill material shall be compacted to 95 percent of the material's maximum density. Before placing the concrete the Contractor shall block -out around any other underground utilities that lie in the excavated base so that the concrete will not adhere to the utility line. Concrete foundations shall be troweled, brushed, edged and finished in a workmanship -like manner. Concrete shall be promptly cleaned from the exposed portion of the anchor bolts and conduit after placement. Foundation shall all be Class 3000 concrete. After the specified curing period, the Contractor shall install the applicable device. All concrete foundations shall be constructed in the manner specified below: 1. Where sidewalk or raised islands are to be constructed as a part of this project, the top of the foundation shall be made flush with the top of the sidewalk or island. (See Renton Std. Plan JO 15) 2. Where no sidewalks are to be installed, the grade for the top of the foundation shall be as specified by the Engineer. All concrete foundations shall be located as per stationing on the Plans or as located by the Engineer in the field. 8- 20.3(5) Conduit (RC) Replacement When the Contractor encounters obstructions or is unable to install conduit because of soil conditions, as determined by the Engineer, additional work to place the conduit will be paid in accordance with Section 1 -04.4. When open trenching is allowed, trench construction shall conform to the following: SR -900 NE Sunset Blvd. lAnacortes Ave. NE City of Renton H:\D I VI SI ON. S \TRANSPOR.TAT\ DES IGN. E NGWARK \Su nset- Anacortes\B!dPack \vi\specpmv.dm M Division 8 — Miscellaneous Construction SP -79 1. The pavement shall be sawcut a minimum of 3 inches deep. The cuts shall be parallel to each other and extend 1 foot beyond the edge of the trench. 2. Pavement shall be removed in an approved manner. 3. Trench depth shall provide 24 inches minimum cover over conduits below the roadbed, and 18 inches below finished grade in all other areas. 4. Trenches located within paved roadway areas shall be restored per the detail on the Plans. 5. Pull Wires shall be installed. All conduit shall be rigid non - metallic unless noted otherwise in the Plans or Special Provisions. All conduit openings shall be fitted with approved bellends or bushings. Wall thickness of conduit shall be consistent within continuous conduit runs with no mixing of different schedule types between terminations. The Contractor shall provide and install all conduit and necessary fittings at the locations noted in the Plans. Conduit size shall be as indicated on the wiring and conduit schedule shown in Plans. Conduit to be provided and installed shall be of the type indicated below: 1. Schedule 40 heavy wall p.v.c. conforming to ASTM standards shall be used whenever the conduit is to be placed other than within the roadway area. 2. Schedule 80 extra heavy wall p.v.c. conforming to ASTM standards shall be used when the conduit is to be placed within the roadway area. All joints shall be made with strict compliance to the manufacturer's recommendations regarding cement used and environmental conditions. 8- 20.3(6) Junction Boxes (RC) Supplement The Contractor shall provide and install junction boxes of the type and size at the locations specified in the Plans and as per the Renton Standard Plans. The inscription on the covers of all junction boxes shall be as indicated below: 1. Street lighting only: "Lighting" 2. Signal only: "Signals" 3. Traffic: signal and street lighting: "TS -LT" 4. Telemetry only: "Telemetry" Inscriptions on junction boxes performing the same function, i.e. street lighting, traffic signal, or both, shall be consistent throughout the project. All junction boxes shall be installed in conformance with provisions contained in the Standard Plans and Details. All junction boxes shall have galvanized steel lids and frames. All junction boxes and associated concrete pads shall be installed on compacted subgrade which shall iInclude 6 inches of 5/8 -inch minus crushed surfacing top course material installed under and around the base of the junction box. Concrete shall be promptly cleaned from the junction box frame and lid. SR -900 NE Sunset Blvd. /Anarortes Ave. NE City of Renton H:\DI VISION .S\TRANSPOR.TAT\DESIGN.ENG\ MARK\, Sunset- Anacones\BidPack \vi\sWcprov.doc SP -80 Division 8 — Miscellaneous Construction 8- 20.3(9) Bonding, Grounding (RC) Replacement Identification of the equipment grounding conductor shall conform to all Code requirements. Grounding of conduit and neutral at the service point shall be accomplished as required under the Code. Grounding of the neutral shall be accomplished only at the service. All street light standards, signal poles and other standards on which electrical equipment is mounted shall be grounded to a copper clad metallic ground rod 5/8 -inch in diameter x 8'0" in length complete with a #8 AWG bare copper bonding strap located in the nearest junction box. All signal controller cabinets and signal /lighting service cabinets shall be grounded to a 518 -inch in diameter x 8'0" in length copper clad metallic ground rod located in the nearest junction box with a bare copper bonding strap sized in accordance with the Plans, specifications, and applicable codes. 8- 20.3(10) Service (RC) Replacement Power sources shown in the Plans are approximate only; exact location will be determined in the field. Upon request of the Contractor, the Engineer will make the necessary arrangements with the serving utility to complete the service connections. Electrical energy used prior to completion of the contract will be charged to the Contractor, except that the cost of energy used for public benefit, when such operation is ordered by the Engineer, will be borne by the City. Three types of power service are used as indicated below: 1. Type I system shall be single -phase 120 volt, 2 wire, 60 cycle A.C. (traffic signal service only). 2. Type II, system shall be single -phase 240 volt, 2 wire, 60 cycle A.C. (street lighting non - contactor, individual controlled photocell with no neutral wire). 3. Type III system shall be single phase 120/240 volt, 3 wire 60 cycle A.C. (street lighting contactor /traffic signal, grounded neutral service). The power service point shall be as noted in the Plans and shall be verified by the electrical servicing utility. The service cabinet shall be marked with the service agreement letters and numbers. The markings shall be installed on the outside cabinet door near the top of the cabinet. The markings shall be series C using stencils and black enamel alkyd gloss paint conforming to Federal Specification TT- E-489. 8- 20.3(11) Field Test (RC) Supplement 1. Requests for traffic signal turn on will not be considered until a pre -turn on inspection of signal system has taken place. 2. All discrepancies and deficiencies must be corrected by the Contractor and re- inspected prior to requesting signal turn on date. 3. Requests for signal turn on shall not be considered until electrical service to the intersection has been provided and has been energized by the electric utility. 4. A minimum of 3 working days notice will be required for signal turn on. SR -900 NE Sunset Blvd. /Anacortes Ave. NE City of Renton H:tDI VI S ION. StTRANSPOR.TATtDES IGN. ENG\MAR K%Su nset -An amnestBidPacklvi�specp.v.doc En M Division 8 — Miscellaneous Construction SP -81 5. Channelization at the intersection must be complete per the plans before requesting signal turn on date. Any deletions of channelization prior to turn on must be approved by the engineer. 6. City forces shall provide, post, and maintain proper signing warning of new signal ahead. 8- 20.3(13) Illumination Systems 8- 20.3(13)A Light Standards (RC) ;supplement The hand hole shall be located at 90 degrees to the davit arm on the side away from traffic. A grounding lug or nut shall be provided in the hand hole frame or inside the hand hole frame or inside the pole shaft to attach a ground bonding strap. All poles and davit arms shall be designed to support a luminaire weight of 50 lbs. or more and to withstand pressures caused by wind loads of 85 m.p.h. with gust factor of 1.3. All poles shall maintain a minimum safety factor of 4.38 p.s.i. on yield strength of weight load and 2.33 p.s.i. for basic wind pressure. Davit Arms: The davit style arm shall incorporate a 5'9" radius bend as measured from the centerline of the shaft. The outer portion of the arm shall be nearly horizontal to +2 feet above horizontal and shall be furnished with a 2- inch - diameter shipfitter with a maximum length of 8 inches to fit the luminaire specified. The pole end of the davit arm tube shall be fastened securely to the top of the shaft producing a flush joint with an even profile. Anchor Base: A one -piece anchor base of adequate strength, shape and size shall be secured to the lower end of the shaft so that the base shall be capable of resisting at its yield point the bending moment of the shaft at its yield point. The base shall be provided with four slotted or round holes to receive the anchor bolts. Nut covers shall be provided with each pole. Anchor Bolts: Four steel anchor bolts, each fitted with two hexnuts and two washers, shall be furnished with the pole. Anchor bolts shall meet the requirements of Section 9- 06.5(3) and 9- 06.5(4). The anchor bolt yield point shall be capable of resisting the bending moment of the pole shaft at its yield point The Contractor shall assure that all anchor bolts conform to the recommended ASTM specifications of the pole manufacturer and shall secure and submit to the City for approval all manufacturer data on pole bending moment, anchor bolt fabrication data, test results and any other data that may be required to confirm that the anchor bolts meet these specifications. Miscellaneous Hardware: All hardware (bolts, nuts, screws, washers, etc.) needed to complete the installation shall be stainless steel. SR -900 NE Sunset Blvd. /Anacortes Ave. NE City of Renton H:\DI VI SI ON. S\TRANSPOR.TAT\DESI GN. ENGUAARK\ Sunset- Anawrtes18i0Pack W i\5pecprov. tloc SP -82 Division 8 - Miscellaneous Construction I.D. (Identification for poles): The Contractor shall supply and install a combination of 4- digits and one letter on each pole, whether individual luminaire or signal pole with luminaire. The letter and numbers combination shall be mounted at the 15 -foot level on the pole facing approaching traffic. Legends shall be sealed with transparent film, resistant to dust, weather and ultraviolet exposure. The decal markers shall be 3 -inch square with gothic gold, white reflectorized 2 -inch legend on a black background. The I.D. number will be assigned to each pole at the end of the contract or project by the City traffic engineering office. Cost for the decals shall be considered incidental to the contract bid. Light standards shall be spun aluminum davit style and shall meet the pole detail requirements indicated below and Renton Std. Plans J009 through J011. The pole shaft shall be provided with a 4" x 6° flush hand hole near the base and a matching metal cover secured with stainless steel screws or bolts. The pole shall be adjusted for plumb after all needed equipment has been installed thereon. After pole is installed and plumbed, nuts shall be tightened on anchor bolts using proper sized sockets, open end, or box wrenches. Use of pliers, pipe wrenches, or other tools that can damage galvanizing will not be permitted. Tools shall be of sufficient size to achieve adequate torquing of the nuts. The space between the concrete foundation and the bottom of the pole base plate shall be filled with a dry pack mortar grout and trowled to a smooth finish conforming to the contour of the pole base plate. Dry pack mortar grout shall consist of a 1:3 mixture of Portland cement and fine sand with just enough water so that the mixture will stick together on being molded into a ball by hand, and will not exude moisture when so pressed. A 1/2 -inch drain hole shall be left in the bottom of the grout pad as shown on Renton Std. Plan J007. 8- 20.3(13)C Modification of Existing Illumination System New The illumination system shall be modified as shown on the Plans including relocating existing poles and luminaires, and salvaging extra illumination equipment to the City Maintenance Shop. Existing illumination foundations are not required to be removed unless they interfere with other construction on this project. For illumination foundations to remain in -place where the pole is removed, the anchor bolts shall be sawed, ground, or otherwise removed so they are flush with the top of the existing foundation. Existing electrical wire servicing the removed luminaire shall be cut back to the junction box and the conduit capped. 8- 20.3(14) Signal Systems (RC) Supplement All signal conductors shall be stranded copper and shall have 600 -volt insulation and be of the sizes noted in the Plans. All multi - conductors used for the signal system shall conform to Section 9 -29.3 and shall be of the sizes noted on the signal wiring schedule and wiring diagram. All stranded wires terminated at a terminal block shall have an open end, crimp style soderless terminal connector, and all solid wires terminated at a terminal block shall have an open end SR -900 NE Sunset Blvd. /Anacortes Ave. NE City of Renton H:\DI VI S ION. S \TRANSPOR.TAT\DESI G N. ENG\MAR K\Sonsel- A.aWlle5\Bld Pack \vi\specplov.00c Division 8 — bliscelianeous Construction SP -83 soldered terminal connector. All terminals shall be installed with a tool designed for the installation of the correct type of connector and crimping with pliers, wire cutters, etc., will not be allowed. All wiring inside the controller cabinet shall be trimmed and cabled together to make a neat, clean appearing installation. No splicing of any traffic signal conductor shall be permitted unless otherwise indicated on the Plans. All conductor runs shall be attached to appropriate signal terminal boards with pressure type binding posts. The only exceptions shall be the splices for detector loops at the nearest junction box to the loops. 8- 20.3(14)C Induction Loop Vehicle Detectors (RC) Supplement 11. Splices to loop return cables shall be made with soldered compression type connectors. 8- 20.3(14)D Test for Induction Loops and Lead -in Cable (RC) Supplement The Contractor shall keep records of field testing and shall furnish the engineer with a copy of the results. 8- 20.3(14)E Signal Standards (RC) Item 3 is replaced with the following: Modification 3. Disconnect connectors complete with pole and bracket cable shall be installed in any signal standard supporting a luminaire. Item 4 is deleted. Supplement 14. The signal standard and its fabrication shall conform with all current Washington State Department of Transportation Signal Standard Specifications and current pre- approved plans by WSDOT. 15. Installation of all nuts and bolts shall be performed with proper sized sockets, open end or box wrenches. Use of pipe wrenches or other tools which can damage the galvanization of the nuts and bolts will not be permitted. Tools shall be of a sufficient size and strength to achieve adequate torquing of the nut(s). 8- 20.3(14)F Opticom Priority Control Systems (RC) New All new Opticom Priority System components shall be 700 Series, or approved equal. The Contractor shall supply one copy of the manufacturer's software on original disks. Controller cabinets shall have the 562 harness wired into the cabinet by the supplier. 8- 20.3(15) Grout (RC) Supplement After the pole is plumbed, the space between the concrete foundation and the bottom of the pole base plate shall be filled with a dry pack mortar grout trowled to a smooth finish conforming to the contour of the pole base plate. Dry pack mortar grout shall consist of a 1:3 mixture of portland cement and fine sand with just enough water so that the mixture will stick together on being molded into a ball by hand, and will not exude moisture when so pressed. A 1/2 -inch drain hole shall be left in the bottom of the grout pad as shown on Renton Std. Plan J007. SR -900 NE Sunset Blvd. /Anacortes Ave. NE City of Renton H:\ DIVISION. S \TRANSPOR.TAT\DESIGN.ENG\MARK\ Sunset- Anamites\BidPack \vi�specprov Aoc SP -84 Division 8 - Miscellaneous Construction 8 -20.4 Measurement (RC) Replacement When shown as lump sum in the Plans or in the proposal as Illumination System or Traffic Signal System, no specific unit of measurement will apply, but measurement will be for the sum total of all items for a complete system to be furnished and installed. 8 -20.5 Payment (RC) Supplement Payment will be made for each of the following bid items that are included in the Proposal: 11 Traffic Signal and Illumination System - Complete I Lump Sum 11 The lump sum contract prices for "Traffic Signal and Illumination System - Complete" shall be full pay for furnishing all labor, materials, tools, and equipment necessary for the construction of the complete electrical system, modifying existing systems, or both, as shown in the Plans and herein specified including excavation, backfilling, concrete foundations, conduit, wiring, ground rods and straps, restoring facilities destroyed or damaged during construction, salvaging existing materials, and for making all required tests. All additional materials and labor, not shown in the Plans or called for herein and which are required to complete the electrical system, shall be included in the lump sum contract price. All costs for providing conduit containing both signal and illumination wiring shall be included in the contract price for "Traffic Signal and Illumination System - Complete ". Costs for a dual amber light on sign to be part of signal system. Sign to be part of item for "Permanent Signing ". All costs for installing junction boxes containing both illumination and signal wiring shall be included in the contract price for the "Traffic Signal and Illumination System - Complete ". 8 -21 PERMANENT SIGNING 8 -21.1 Description Supplement Traffic signs specified in the Plans shall conform to the requirements of the WSDOT Sign Fabrication Manual and Sections 8 -21 and 9 -28 of the Standard Specifications. 8- 21.3(5) Sign Relocation Supplement 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 -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 Owner. The decision of whether a sign can be repaired or shall be replaced shall be the Engineer's and such decision shall be final and binding on the Contractor. SR -900 NE Sunset Blvd. /Anacortes Ave. NE City of Renton H:\D I VI SION. S\TRANSPOR.TAT\DE SI GN. ENG\ MARK\ Sunse\- An awrles\BiePack \vi\specprov.doc V Division 8 — Miscellaneous Construction SP -85 Existing signs not reused shall be returned to the City of Renton. 8 -21.5 Payment ,Supplement Payment will be made for the following bid item(s) when they are included in the Proposal: Permanent Signing Lump Sum The lump sum bid price for "Permanent Signing" shall be full pay to complete the work as m specified, including, but not limited to, providing signs and supports, temporary sign relocations as well as relocation and maintenance to their permanent location, and sign cleaning. 8 -22 PAVEMENT MARKING 8 -22.1 Description (RC) Replacement/New Skip Center Line (Replacement) A BROKEN YELLOW line 4 inches wide. The broken or "skip" pattern shall be based on a 24- foot unit consisting of a 9 -foot line and a 15 -foot gap. Skip center strip is used as center line delineation on two -lane or three -lane, two -way highways. Double Yellow Center Line (Replacement) Two SOLID YELLOW lines, each 4 inches wide, separated by a 4 -inch space. Double yellow center stripe is used as center line delineation on multilane, two -way highways and for channelization. Approach Line (New) A SOLID WHITE line, 8 inches wide, used to separate left and right turning movements from through movements, to separate high occupancy vehicle lanes from general purpose lanes, for islands, hash marks, and other applications. Hash mark stripes shall be placed on 45- degree angle and 10 feet apart. Lane Line (Replacement) A BROKEN WHITE line, 4 inches wide, used to delineate adjacent lanes traveling in the same direction. The broken or "skip" pattern shall be based on a 24 -foot unit consisting of a 9 -foot line and a 15 -foot gap. Two Way Left Turn Line (Replacement) A SOLID YELLOW line, 4 inches wide, with a BROKEN YELLOW line, 4 inches wide, separated by a 4 -inch space. The broken or "skip" pattern shall be based on a 24 -foot unit consisting of a 9 -foot line and a 15 -foot space. The solid line shall be installed to the right of the broken line in the direction of travel. Crosswalk Line (Replacement) A SOLID WHITE line, 8 inches wide and 10 feet long, installed parallel to another crosswalk stripe and parallel to the direction of traffic flow and centered in pairs on lane lines and the center of lanes. See detail sheet. SR -900 NE Sunset Blvd. /Anacortes Ave. NE City of Renton H:\DI VI SI ON. S \TRANSPOR.TAT\DESIGN. ENG\MARK\Sunset- Anamnes\Bid Pack \vi\specprov.doc SP -86 Division 8 - Miscellaneous Construction Stop Line (Replacement) A SOLID WHITE line 12, 18, or 24 inches wide as noted on the Contract plans. 8- 22.3(5) Tolerances for Line Stripes (RC) Revise the second paragraph to read: Modification Length of Stripe: The longitudinal accumulative error within a 24 -foot length of skip stripe shall not exceed plus or minus 1 inch. 8- 22.3(6) Installation Instructions (RC) Replacement Installation instructions for plastic markings shall be provided for both the Contractor and the Engineer. All materials shall be installed according to the manufacturer's recommendations. 8- 22.3(7) Removal of Pavement Markings (RC) Supplement The work to remove all old or conflicting stripes, lines, buttons, or markers as required to complete the channelization of the project as shown in the Plans or detail sheets shall be considered incidental to other contract pay items and no further compensation shall be made unless separate pay item(s) are provided for such removal. 8 -22.4 Measurement (RC) Supplement Approach stripe and stop bar will be measured by the completed linear foot of each marking type. No deduction will be made for the unmarked area when the marking includes a gap such as dotted approach stripe, or drop lane stripe. Crosswalk stripe will be measured by the linear foot of marking installed. Traffic arrows will be measured per each. 8 -22.5 Payment (RC) Supplement Payment will be made for the following item(s) when they are included in the Proposal: Thermoplastic Crosswalk Stripe Per Square Foot Thermoplastic Stop Bar Per Linear Foot Thermoplastic Traffic Arrow Per Each Removal of existing traffic markings shall be considered incidental to the payment for other items of work and no further compensation shall be made. SR -900 NE Sunset Blvd. /Anacortes Ave. NE City of Renton H:\DI V IS ION. S \TRANSPOR.TATOESI GN. ENG\MAR K\ Sunset- Anawrtes\BiAPack \vi\speWov.doc Division 8 — Miscellaneous Construction SP -87 8 -23 TEMPORARY PAVEMENT MARKINGS 8 -23.5 Payment (RC) Replacement All costs associated with installation or removal of temporary pavement markings are considered incidental to other items in the contract. 8 -23 ROCK WALL 8 -24.5 Payment Payment will be made for the following item(s) when they are included in the Proposal: F ck for Rock Wall Per Ton Structure Excavation Class B Per Cubic Yard Backfill for Rock Wall Per Ton END OF DIVISION 8 H:\ DIVISION. S \TRANSPOR.TAT\DESIGN.ENG\MARK\ Sunset -Anew tes\BidPack \vi\specprov.doc wr SR -900 NE Sunset Blvd. /Anacortes Ave. NE City of Renton DIVISION 9 MATERIALS 9 -00 DEFINITIONS AND TESTS 9 -00(A) Recycled Materials (RC) SP -88 Supplement The Owner encourages the use of recycled materials whenever practicable, provided that those materials meet or exceed all applicable requirements described elsewhere in the contract specifications. Should recycled materials be utilized, the Owner requires that a Recycled Product Reporting Form be completed by the Contractor. 9 -02 BITUMINOUS MATERIALS 9 -02.1 Asphalt Material, General 9- 02.1(10) Loop Sealant (RC) New Unless specified otherwise in the Contract or permitted by the Engineer upon request from the Contractor, loop sealant shall be hot -melt, rubberized asphalt sealant (Crafco Loop Detector Sealant or approved equal), shall meet the penetration, flow, and resilience specifications of ASTM D3407. The Contractor shall request and obtain approval from the Engineer for the type of loop sealant to be used before installing detector loops and shall submit manufacturer cutsheets or other data if requested by the Engineer in order to enable the Engineer to determine the acceptability of the sealant. 9 -03 AGGREGATES 9- 03.8(6)A Basis of Acceptance (RC) Replacement Asphalt Concrete will be accepted based on its conformance to the project job mix formula (JMF). No material for payment may be produced for use on a project until the job mix formula has been approved by the Engineer. The mixture shall be designed to meet the test criteria listed in Section 9- 03.8(2) and remain within the limits set forth in 9- 03.8(6). The determination of the job mix formula shall be the responsibility of the Contractor. The intermingling of asphalt concrete mixtures produced from more than one JMF is prohibited. Each strip of asphalt concrete pavement placed during a working shift shall conform to a single job mix formula established for the class of asphalt concrete specified unless there is a need to make an adjustment to the JMF. The JMF shall be submitted in writing by the Contractor to the Engineer at least 10 days prior to the start of paving operations and shall include as a minimum: SR -900 NE Sunset Blvd. /Anacortes Ave. NE City of Renton H:\DI VI SI ON. S \TRANS POR.TATDES IGN. ENGVNARK\ Sunset- Anawrtes\BidPack\vi\specpmv.doc Division 9 — Materials SP -89 A. Percent passing each sieve size. B. Percent of asphalt cement. C. Asphalt grade. D. Mixing temperature. E. Compaction temperature. F. Anti -strip agent content. The Contractor may not make any changes to the JMF without prior written approval of the Engineer. Should a change in sources of materials be made, a new JMF must be approved by the Engineer before the new material is used. 2. Job Mix Formula Tolerances. After the JMF is determined, the several constituents of the mixture at the time of acceptance shall conform to the following tolerances: Constituent of Mixture Tolerance Limits The tolerance limit for each mix constituent shall not exceed the broad band specification limits specified in Section 9- 03.8(6), except the tolerance limits for sieves designated as 100% passing will be 99 -100. Aggregate passing Broad band specification limits 1 ", 3/4 ", 5/8 ", 1/2 ", Section 9- 03.8(6). and 3/8" sieves Aggregate passing t6% 1/4" sieve Aggregate passing ± 5% No. 10 sieve Aggregate passing ± 4% No. 40 sieve Aggregate passing t2% (Note1) No. 200 sieve Asphalt cement t0.5% (Note 2) For open graded mix: Tolerance limits shall be for aggregate gradation only and shall be as specified in Section 9- 03.8(6). Note 1 — 2.0% if less than 50% RAP (Recycled Asphalt Pavement), 2.5% for 50% RAP or more. Note 2 — 0.5% if less than 20% RAP, 0.7% for over 20% RAP, but less than 50% RAP, 1.0% for 50% RAP or greater. These tolerance limits constitute the allowable limits used in Section 5- 04.3(8)A to determine acceptance. SR -900 NE Sunset Blvd. /Anacortes Ave. NE City of Renton H:OIVI SION. SITRANSPOR.TATOES IGN. ENGWARKG Sunset- Anawnes\BiOPack\vilspecpmv.Eoc SP -90 Division 9 — Materials 9 -05 DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS 9 -05.4 Steel Culvert Pipe and Pipe Arch (RC) Replacement Steel culvert pipe and pipe arch shall meet the requirements of AASHTO M 36, Type I and Type II. Welded seam aluminum coated (aluminized) corrugated steel pipe and pipe arch with metallized coating applied inside and out following welding is acceptable and shall be asphalt treatment coated. 9- 05.7(2) Reinforced Concrete Storm Sewer Pipe (RC) Replacement Reinforced Concrete Storm Sewer pipe shall conform to the requirements of ASTM C -76 and shall be Class IV. Cement used in the manufacture of reinforced concrete pipe shall be Type II in conformance with ASTM C150. No admixture shall be used unless otherwise specified. 9- 05.7(2)A Basis for Acceptance (RC) Supplement All pipe shall be subject to (1) a three - edge- bearing strength (D -load) test in accordance with ASTM C76; and (2) a hydrostatic test of rubber gasket joints in accordance with ASTM C361 or AWWA C302 except test pressure shall be 5 psi. 9- 05.7(3) Concrete Storm Sewer Pipe Joints (RC) Replacement Joint assembly design shall be reinforced concrete bell and spigot type incorporating a fully retained single rubber gasket in accordance with ASTM C361 or AWWA C302. Rubber gasket material shall be neoprene. 9- 05.7(4) Testing Concrete Storm Sewer Pipe Joints (RC) Supplement Hydrostatic testing of rubber gasket joints shall be performed in accordance with ASTM C361 or AWWA C302 except test pressure shall be 5 psi. 9 -05.9 Steel Spiral Rib Storm Sewer Pipe (RC) Replacement The manufacturer of spiral rib storm sewer pipe shall furnish the Engineer a Manufacturer's Certificate of Compliance stating that the materials furnished comply in all respects with these Specifications. The Engineer may require additional information or tests to be performed by the Contractor at no expense to the Owner. Unless otherwise specified, spiral rib storm sewer pipe shall be furnished with pipe ends cut perpendicular to the longitudinal axis of the pipe. Pipe ends shall be cut evenly. Spiral rib pipe shall be fabricated either by using a continuous helical lock seam or a continuous helical welded seam paralleling the rib. Steel spiral rib storm sewer pipe shall be manufactured of metallic coated (aluminized or galvanized) corrugated steel and inspected in conformance with Section 9 -05.4. The size, coating, and metal shall be as shown in the Plans or in the Specifications. For spiral rib storm sewer pipe, helical ribs shall project outwardly from the smooth pipe wall and shall be fabricated from a single thickness of material. The ribs shall be essentially rectangular and shall be 3/4 inch plus two times the wall thickness (2t) plus or minus 118 inch SR -900 NE Sunset Blvd. /Anacortes Ave. NE City of Renton H:\DIVISION.S \TRANSPOR TAT\DESIGN.ENGWIARK\ Sunset- Anacones\BiOPack \vi�specprov.tloc Division 9 — Materials SP -91 (measured outside to outside) and a minimum of 0.95 inch high (measured as the minimum vertical distance from the outside of pipe wall immediately adjacent to the lockseam or stiffener to the top surface of rib). The maximum spacing of the ribs shall be 11.75 inches center to center (measured normal to the direction of the ribs). The radius of bend of the metal at the corners of the ribs shall be a minimum of 0.10 inch and a maximum of 0.17 inch. If the sheet between adjacent ribs does not contain a lockseam, a stiffener shall be included midway between ribs, having a nominal radius of 0.25 inch and a minimum height of 0.20 inch toward the outside of the pipe. Pipe shall be fabricated with ends that can be effectively jointed with coupling bands. When required, spiral rib or narrow pitch spiral rib pipe shall be bituminous treated or paved. The bituminous treatment for spiral rib pipe shall conform to the requirements of Sections 9- 05.4(3) and 9- 05.4(4) For narrow pitch spiral rib sewer pipe, the helical ribs shall project outwardly from the smooth pipe wall and shall be fabricated from a single thickness of material. The ribs shall be 0.375 inch ±1/8 inch wide (measured outside to outside) and a minimum of 0.4375 inch high (measured as the minimum vertical distance of ribs) shall be 4.80 inches center to center (measured normal to the direction of the ribs). The radius of bend of the metal at the corners of the ribs shall be 0.0625 inch with an allowable tolerance of ±10 percent. 9- 05.12(3) CPEP Sewer Pipe (RC) New CPEP - Smooth interior pipe and fittings shall be manufactured from high density polyethylene resin which shall meet or exceed the requirements of Type 111, Category 4 or 5, Grade P33 or P34, Class C per ASTM D1248. In addition, the pipe shall comply with all material and stiffness requirements of AASHTO M294. 9 -05.14 ABS Composite Sewer Pipe (RC) Section 9 -05.14 is deleted in its entirety. Deleted 9 -05.17 Aluminum Spiral Rib Storm Sewer Pipe (RC) Modification The last 4 paragraphs are deleted and replaced with the following: Unless otherwise specified, spiral rib storm sewer pipe shall be furnished with pipe ends cut perpendicular to the longitudinal axis of the pipe. Pipe ends shall be cut evenly. Spiral rib pipe shall be fabricated by using a continuous helical lock seam with a seam gasket. For spiral rib storm sewer pipe, helical ribs shall project outwardly from the smooth pipe wall and shall be fabricated from a single thickness of material. The ribs shall be 3/4 inch wide by 3/4 inch deep with a nominal spacing of 7 -1/2 inches center to center. Pipe shall be fabricated with ends that can be effectively jointed with coupling bands. For narrow pitch spiral rib storm sewer pipe, helical ribs shall project outwardly from the smooth pipe wall and shall be fabricated from a single thickness of material. The ribs shall be 0.375 inch ±1/8 inch wide (measured outside to outside) and a minimum spacing of ribs shall be 4.80 inches center to center (measured normal to the direction of the ribs). The H:\DI VI SI ON.S \TRANSPOR. TAT\ DESIGN. ENG\ MARKZunset- Anacortes \BidPack \vi\specprov.doc SR -900 NE Sunset Blvd. /Anacortes Ave. NE City of Renton SP -92 Division 9 - Materials radius of bend of the metal at the corners of the ribs shall be 0.0625 inch with an allowable tolerance of ±10 percent. For wide pitch spiral rib storm sewer pipe, helical ribs shall project outwardly from the smooth pipe wall and shall be fabricated from a single thickness of material. The ribs shall be 3/4 inch ±1/8 inch wide (measured outside to outside) and a minimum of 0.95 inch high (measured as the minimum vertical distance from the outside of pipe wall to top surface of the rib). The maximum spacing of ribs shall be 11.75 inches center to center (measured normal to the direction of the ribs). The radius of bend of the metal at the corners of the ribs shall be 0.0625 inch with an allowable tolerance of ±10 percent. 9 -06 STRUCTURAL STEEL AND RELATED MATERIALS 9- 06.5(4) Anchor Bolts (RC) Supplement All anchor bolts, nuts, washers and anchor plates for signal poles, streetlight poles, strain poles or other types of poles shall meet the recommended specifications of the pole manufacturer. The Contractor shall be responsible for providing to the Engineer any and all data concerning fabrication, strength test results, mill certification and other data required to confirm that the anchor bolts meet those specifications. The following standard specifications shall apply to anchor bolts for street light, signal and strain poles provided that the Contractor can submit documentation from the manufacturer affirming that anchor bolts meeting these specifications are recommended for the pole to be installed thereon: 1. The standard anchor bolt for aluminum street light poles shall be 42 inches in length and shall meet the requirements of ASTM A 36 or ASTM A 307. The shaft of the anchor bolt shall be a full 1 inch in diameter with a hot forged four inch "L" bend on the bottom end and a minimum of 6 inches of die -cut threads on the top end. 2. The anchor bolts for signal poles and strain poles shall meet the specifications as designated on the approved manufacturer's pole plans and /or supplemental plans or specifications provided by the manufacturer. All anchor bolts, nuts and washers shall meet the pole manufacturer's specifications and shall be hot dipped galvanized unless such galvanization is not permitted for the type of steel as per Section 9- 06.5(4). 9 -14 EROSION CONTROL AND ROADSIDE PLANTING 9- 14.1(1) Topsoil Type A Supplement Topsoil Type A shall be a commercially available two -way mix, consisting of 60 percent sandy loam and 40 percent compost. Compost shall meet the following criteria: Compost shall be stable, mature, decomposed organic solid waste that is the result of the accelerated, aerobic biodegradation and stabilization under controlled conditions. The result is a uniform dark, soil -like appearance. SR -900 NE Sunset Blvd. /Anacortes Ave. NE City of Renton H:\ DIVISION. S \TRANSPOR.TAT\DESI G N. ENGWARKN Sunset- Anacones\BidPack \viLspecprov.doc Division 9 — Materials SP -93 Compost maturity or stability is the point at which the aerobic biodegradation of the compost has slowed and oxygen consumption and carbon dioxide generation has dropped. Subsequent testing provides consistent results. Compost production and quality shall comply with the Interim Guidelines for Compost Quality, #94 -38 or superseding editions, and amendments, published by the Washington State Department of Ecology. Compost products shall meet the following physical criteria: 1. 100 percent shall pass through a 1 -inch sieve when tested in accordance with AASHTO Test Method T87 and T88. 2. The pH range shall be between 5.5 and 8.5 when tested in accordance with WSDOT Test Method 417. 3. Manufactured inert material (plastic, concrete, ceramics, metal, etc.) shall be less than 1 percent on a dry mass or volume basis, whichever provides for the least amount of foreign material. 4. Minimum organic matter shall be 30 percent dry mass basis as determined by loss on ignition (LOI test). 5. Soluble salt contents shall be less than 4.0 mmhos /cm. 6. Compost shall score a number 5 or above on the Solvita Compost Maturity Test Contractor shall submit a Manufacturer's Certificate of Compliance stating that the soil meets the requirements of these Special Provisions for approval by the Engineer. The Certificate of Compliance shall also include soil fertility and micronutrient analysis performed by a soil laboratory routinely engaged in testing soils for horticultural applications. The soil analysis shall include recommendations by the soil testing laboratory (if any) for the addition of soil amendments. Contractor shall add recommended soil amendments. SR -900 NE Sunset Blvd. /Anacortes Ave. NE City of Renton H:\DIVISION.S \TRANSPOR TAT\DESIGN.ENG\ MARK\ Sunse l- Anawnes\BldPack \vMpecpmv.Aoc SP -94 Division 9 — Materials 9 -14.2 Seed Supplement The erosion control seed mixture shall have the following composition, proportion, and quality: Kind and Variety Percent Minimum Percent Minimum Percent of Seed in Mixture by Weight of Pure Seed of Germination Hard Fescue 10% 99.50% 90% Vista Red Fescue 20% 99.50% 90% Barkley Perennial 60% 99.50% 90% Rye Grass 10% 99.50% 90% Maximum Percentage of Weed Seed 1.0% Maximum Inert and Other Crops 1.0% 9 -14.3 Fertilizer Supplement Fertilizer for erosion control seeding shall be granular fertilizer containing the following percentages per weight: 10% Nitrogen (N) 20% Phosphorus (P) 30% Potash (K) Fifty percent (50 %) of the nitrogen shall be derived from Nitrogen "Blue Chip ". Potash shall be derived from sulfate of potash. Fertilizer shall be standard free flowing. 9 -23 CONCRETE CURING MATERIALS AND ADMIXTURES 9 -23.9 Fly Ash (RC) Fly ash shall not be used around water lines. Supplement 9 -29 ILLUMINATION, SIGNALS, ELECTRICAL 9 -29.1 Conduit (RC) Supplement The conduit P.V.C. - non - metallic shall be of the two types indicated below: 1. Schedule 80 Extra heavy wall P.V.C. conforming to ASTM, Standards, to be used in all installations under roadways. 2. Schedule 40 heavy wall P.V.C. conforming to ASTM Standards. SR -900 NE Sunset Blvd. /Anacortes Ave. NE City of Renton K01VISION. &TRANSPOR.TAT\DESIGN.ENGWARK\ Sunset- Anawrtes\BldPack \vi\specprov.doc 0 Division 9 - Materials 9 -29.2 Junction Boxes (RC) SP -95 Supplement Junction boxes shall be reinforced concrete with galvanized steel from anchored in place and galvanized steel cover plate (Diamond pattern) as indicated on Renton Std. Plan J016. The inscriptions on the covers of the junction boxes shall be as follows: 1. Signal only: "Signals" 2. Street Lighting only: "Lighting" 3. Traffic Signal and Street Lighting Facilities: "TS -LT" The above inscriptions shall not be higher than the top surface of the cover plates. 9 -29.3 Conductors, Cable (RC) Item 8 is replaced with the following: Modification 8. Detector loop wire shall be No. 12 AWG stranded copper wire, Class B, with chemically cross - linked polyethylene type RHH -RHW insulation of code thickness. Item 11 is replaced with the following: 11. Communications cable shall meet REA specification PE -39 and shall have No. 19 AWG wires with 0.008 inch FPA/MPR coated aluminum shielding. The cable shall have a petroleum compound completely filling the inside of the cable. The shielded communications /signal interconnect cable shall meet the following: A. Conductors: Solid, soft drawn, annealed copper, size 19 awg. B. Insulation: solid, virgin high- density polyethylene or polypropylene, with telephone industry color coding. C. Cable core assembly: insulated conductors are twisted into pairs with varying lays (twist lengths) to minimize cross talk and meet strict capacitance limits. D. Shielding: A corrosion /oxidation resistant tinted ethylene copolymer coated (both sides) .008" thick corrugated aluminum tape shield is applied longitudinally with shielding coverage. A .005 corrugated tape applied in the same manner is acceptable. E. Outer jacket: A black, low- density high molecular weight virgin polyethylene (compounded to withstand sunlight, temperature variations and other environmental conditions plus abuse during installation) is extruded overall to provide a continuous covering. F. Footage markings: footage markings must be printed sequentially a minimum of 2' along the outer jacket. G. Filling: the entire cable within the outer jacket is flooded with petroleum - polyethylene gel filling compound including the area between the outer jacket and the shield. Supplement Each wire shall be numbered at each terminal end with a wrap- around type numbering strip bearing the circuit number shown on the Plans. SR -900 NE Sunset Blvd. /Anacortes Ave. NE City of Renton H:\DI VISION .S\TRANSPOR.TATDESIGN.ENGWAARK \,Sunset- Anacodes\BidPackW ilspeCprov.doc SP -96 Division 9 — Materials No splicing of any traffic signal conductor shall be permitted unless otherwise indicated on the Plans. All conductor runs shall be pulled to the appropriate signal terminal compartment board with pressure type binding posts. The only exceptions shall be the splices for detector loops at the nearest junction box to the loops. The Contractor shall provide and install all the necessary wiring, fuses and fittings so as to complete the installation of the signal and lighting equipment as shown on the Plans. All materials and installation methods, except as noted otherwise herein, shall comply with applicable sections of the National Electrical Code. 9 -29.9 Ballast, Transformers (RC) Supplement The ballast shall be pre -wired to the lamp socket and terminal board. 9 -29.10 Luminaires (RC) Supplement The filter shall be charcoal with elastomer gasket. Luminaires shall have a cast aluminum housing of the cobra head style with a glass ovate refractor. The manufacturer's name or symbol shall be clearly marked on each luminaire. 9 -29.11 Control Equipment 9- 29.11(2) Photoelectric Controls (RC) Replacement Photoelectric controls shall be a plug -in device, rated to operate on 120 volts, 60 Hz. The unit shall consist of a light sensitive element connected to necessary control relays. The unit shall be so designed that a failure of any electronic component will energize the lighting circuit. The photo cell shall be a solid state device with stable turn -on values in the temperature range of -55 degrees C to +70 degrees C. The photo cell shall be mounted externally on top of the luminaire. In a contactor controlled system, the photo cell to control the system shall be mounted on the luminaire nearest to the service /contactor cabinet. The photo cell shall be capable of switching "ON" 1,000 watts of incandescent load as a minimum. 9- 29.13(2) Flashing Operations (RC) Modification Items 2, 4, and 5 are replaced with the following; 2. Police Panel Switch. When the flash- automatic switch located behind the police panel door is turned to the flash position, the signals shall immediately revert to flash; however, the controller shall "STOP TIME." When the switch is placed on automatic, the signals shall continue to flash for an additional 8 second flash period. At the completion of the continued 8 second flash period, unless otherwise specified, the controller shall immediately resume normal cyclic operations at the beginning of artery yellow. 4. Power Interruption. On "NEMA" controllers any power interruption longer than 475 plus or minus 25 milliseconds, signals shall re- energize consistent with No. 2 above to SR -900 NE Sunset Blvd. /Anacortes Ave. NE City of Renton H:\DI VI SI ON. S\TRANSPOR.TAT\DES IGN. ENG\ MARK\ Sunset- Anawnes\BidPack \vilspecprov.do Division 9 — Materials SP -97 ensure an 8 second flash period prior to the start of artery green. A power interruption of less than 475 plus or minus 25 milliseconds shall not cause resequencing of the controller and the signal displays shall re- energize without change. 5. Conflict Monitor. Upon sensing conflicting signals or unsatisfactory operation voltages, the conflict monitor shall immediately cause the signal to revert to flash; however, the controller shall stop time at the point of conflict. After the conflict monitor has been reset, the controller shall immediately take command of the signal displays at the beginning of artery yellow. Supplement 6. Flash unit shall be a two circuit type, capable of switching loads up to 1,000 watts per circuit alternately at a rate of 60 flashes per minute per circuit, plus or minus 2 flashes per minute. 9- 29.13(3) Emergency Preemption (RC) Replacement Immediately after a valid call has been received, the pre - emption controls shall cause the signals to display the required clearance intervals and subsequent pre - emption intervals. Pre - emption shall sequence as noted on the Plans. Pre - emption equipment shall be installed so that internal wiring of the controller, as normally furnished by the manufacturer, is not altered. Emergency vehicle pre - emption shall be furnished as modules that plug directly into a rack wired to accept 3 -M discriminator type units. The pre - emption system operation shall be compatible with the 700 Series 3M company "opticom" system which the City of Renton is currently using and shall be capable of being activated by the same transmitters. The optical signal discriminator system shall enable an authorized vehicle to remotely control traffic control signals from a distance of up to 1,800 feet (0.54 kilometers) along an unobstructed "line of sight" path. The system shall cause the traffic signal controller to move into an appropriate fire pre - emption program. This optical discriminator shall interface to the 562 software, for field programmability. It shall consist of the following components: 1. Optical energy detectors which shall be mounted on the traffic signal mast arms and shall receive the optical energy emitter's signal. 2. Discriminators which shall cause the signal controller to go into internal preemption which will give the authorized vehicle the right of way in the manner shown on the phase sequence diagram. 3. Preemption Indicator Lights. Optical Detector 1. Shall be of solid state construction. 2. Fittings shall meet the specifications of the system manufacturer to facilitate ease of installation. 3. Shall operate over an ambient temperature range of -40OF to +180OF (-40 °C to +850C). 4. Shall have internal circuitry encapsulated in a semi - flexible compound and shall be impervious to moisture. SR -900 NE Sunset Blvd. /Anacortes Ave. NE City of Renton H: \DI VI SI ON. S \TRANSPOR. TAT\DES IGN. ENG\MAR K\Sunsel- Anacortes \BidPack \vi\specprov.doc SP -98 Division 9 — Materials 5. Shall respond to the optical energy impulses generated by a pulsed Xenon source with a pulse energy density of 0.8 micro joule per square meter at the detector, a rise time less than 1 microsecond and half power point pulse width on not less than 30 microseconds. Discriminator Each module shall do the following: 1. Provide for a minimum of two channels of optical detector input. 2. Provide for a minimum of two discrete channels of optically isolated output. When a preemption detector detects an emergency vehicle, the phase selector shall hold the controller in the required phase or advance directly to that phase after observing all vehicle clearances. The phase selector shall hold the controller in the phase selected until the detector no longer detects the emergency vehicle. When the phase selector is responding to one detector, it shall not respond to any other detector until calls from the first detector are satisfied. Indicator lights shall indicate power on, signal being received, channel called. Switches shall control system power and simulate detector calls for each phase. 9- 29.13(4) Wiring Diagrams (RC) Supplement The controller cabinet shall have a waterproof envelope with a side access attached to the inside of the cabinet door. At the time of delivery the envelope shall have 4 complete sets of schematics and manuals for all assemblies and sub - assemblies. 9- 29.13(6) Radio Interference Suppressors (RC) Supplement A Cornell - Dubiler radio interference filter NF 10801 -1 30 amps or equivalent shall be used to filter the A.C. power. Additionally, all power supplies shall have noise immunity from other devices within the cabinet. 9- 29.13(7) Traffic - Actuated Controllers (RC) Replacement The traffic - actuated controller shall be multisonic 820A. Traffic - actuated controllers shall be electronic devices which, when connected to traffic detectors or other means of actuation, or both, shall operate the electrical traffic signal system at one or more intersections. All solid -state electronic traffic - actuated controllers and their supplemental devices shall employ digital timing methods. NEMA Traffic Signal Controllers The units shall operate on 120 volt, 60 cycle, single phase alternating current and shall use the power line frequency as a time base. The traffic signal controller shall meet the requirements of the National Electrical Manufacturers Association (NEMA) Standard Publications. SR -900 NE Sunset Blvd. /Anacortes Ave. NE City of Renton H:\ DIVISION.S\TRANSPOR.TAT\DESIGN. ENGWARMSunset- Anawrtes\BidPack \vRspecprov.doc Division 9 — Materials SP -99 Components such as resistors, capacitors, diodes, and transistors shall be individually replaceable utilizing approved standard soldering techniques. Integrated circuits shall be mounted in sockets and shall be easily replaceable without soldering. All components shall be standard "Off the shelf' items. The traffic signal controller shall be capable of interfacing with the Multisonic real time master computer or other central control system protocol if so noted on the plans. The controller shall be capable of both on -line and standby operation. The controller shall establish the sequence of signal phases, including overlaps, in conformance with the signal phasing diagram on the plans. The controller shall be capable of operating in either a fixed time mode or in a fully- actuated mode. All clearance timing and pedestrian timing shall be accomplished at the local intersection. Actuated traffic signal controllers shall be 8 -phase control units. Volume- density timing features shall be provided on all controllers. Overlaps for NEMA controllers shall be accomplished by programming of software. NEMA controllers shall provide indications for vehicle call and pedestrian call that can be viewed simultaneously with indications for timing intervals. Controllers shall provide indications for timing intervals in both rings that can be viewed simultaneously. Reason for green termination shall be displayed simultaneously with other timing data. All controllers shall provide a "simultaneous gap out" feature. This feature allows retiming a gap from a green rest upon an actuation. All timing functions and input and output features for fully- actuated, volume- density operation shall be provided in accordance with NEMA standards. The controller shall provide for setting each timing interval by means of positively calibrated settings. The timing functions shall be on the front of the controller unit or shall have keyboard entry and liquid crystal display. For the standby operation, the traffic signal controller shall include all circuitry required to provide all timing and all functions for signal operation in a fully - actuated mode. Standby operation shall automatically occur upon opening of interconnect lines, failure of central master computer, or when specified by the master. The standby operation shall follow and be coincidental in phase to that phase being displayed at the start of standby operation. Transfer from computer supervision shall not call up a starting yellow. 9- 29.13(7)A Environmental, Performance and Test Standards for Solid -State Traffic Controllers (RC) Supplement The traffic signal controller assemblies, including the traffic signal controller, auxiliary control equipment and cabinet shall be shop tested to the satisfaction of the Engineer. Testing and check -out of all timing circuits, phasing, and signal operation shall be at the City of Renton Signal Shop, Renton, Washington. The Signal Shop will make space available to the Contractor for the required test demonstrations. The Contractor shall assemble the cabinet and related signal control equipment ready for testing. A complete demonstration by the Contractor of all integrated components satisfactorily functioning shall start the test period. Any SR -900 NE Sunset Blvd. /Anacortes Ave. NE City of Renton H: \DI VISION. S \TRANSPOR.TAT\DES IGN. ENGNMRK\ Sunset- AnacmtesadPack \vi\specprov. doc SP -100 Division 9 — Materials malfunction shall stop the test period until all parts are satisfactorily operating. The test shall be extended until a minimum of 72 hours continuous satisfactory performance of the entire integrated system has been demonstrated. The demonstration by the Contractor to the Engineer of all components functioning properly shall not relieve the Contractor of any responsibility relative to the proper functioning of all aforestated control gear when field installed. 9- 29.13(7)B Auxiliary Equipment for Traffic Actuated Controllers (RC) Replacement Power Switches There shall be a main power switch inside the cabinet that shall render all control equipment electrically dead when turned off. There shall be a controller power switch that shall render the controller and load switching devices electrically dead while maintaining flashing operation for purposes of changing controllers or load switching devices. Stop Time Bypass Switch There shall be a switch in the cabinet identified as the stop time bypass switch. If the intersection is placed on flashing operation either by the flash switch or the fail safe monitor, the controller shall immediately stop time. The stop time bypass switch shall remove stop time from the controller and permit normal cycling operation while the intersection remains in flashing operation. Detector Test Switch Each vehicle and pedestrian phase shall have a momentary (spring return) detector test switch. When depressed, the switch shall place a call on its respective signal phase. The Convenience Outlet and LamD Socket A convenience outlet protected with a ground fault interrupter and an incandescent lamp socket shall be furnished in the main cabinet. A door switch for the lamp shall be provided. This circuit shall be protected by a circuit breaker rated at 20 amps. Fail Safe Unit Fail safe unit shall meet the NEMA -PLUS specifications and shall monitor both the positive and negative portions of the A.C. sine wave for all green, amber and pedestrian walk indications. The duration of a display of conflicting indications shall not be long enough to be visible to motorists or pedestrians before the monitor initiates flashing operation. There shall be a visual indication that the monitor has preempted normal operation. The fail safe monitor shall be Model SSM -12LE as manufactured by Eberle Design Inc., or approved equal. Surge Protector (Lighting Arrester) The controller shall have an input voltage surge protector that shall protect the controller input from any voltage surges that could damage the controller or any of its components. Field Wiring Terminal There shall be a terminal strip for field wiring in the controller cabinet. The terminals shall be numbered in accordance with the schematic wiring diagram on the plans. If a different numbering system is used for the cabinet wiring, then both numbers shall label each terminal and the cabinet wiring schematic drawing shall include the field wiring numbers where the SR -900 NE Sunset Blvd. /Anacortes Ave. NE City of Renton H:\ DIVISION.S%TRANSPOR.TAT\DESIGN. ENGWARK\ Sunset- Anacortes\BidPack \vi\specpmv.doc Division 9 — Materials SP -101 terminal strip is illustrated. A common bus bar with a minimum of 15 terminals and a ground bar with a minimum of 6 terminals shall be provided. Computer Interface Unit Interface communication devices shall be designed as separate units or as modules that plug directly into the controller case. The communication devices shall be used for on -line computer control of the intersection and shall be capable of transmitting all detector and signal status information and receiving and decoding command information from the computer all in conformance and within the capability of the multisonic master computer unit and the interconnect cables. 9- 29.13(7)D Controller Cabinets (RC) Modification Item 5 and the last paragraph are replaced with the following: 5. The cabinet door shall be provided with: a. A spring loaded construction core lock capable of accepting a Best CX series core installed by others. Cast cabinets shall have an approved one point positive latch. Formed cabinets shall have a three point latch. b. A police panel door with a stainless steel hinge pin and a lock. Two police keys with shafts a minimum of 1 3/ inch long shall be provided with each cabinet. Inside the police panel there shall be a signal on -off switch which shall prohibit any signal display in the field but will allow the control equipment to operate when placed in the "off' position. A second switch shall be the auto -flash switch. When placed in the "flash" position, controller power shall remain on and controller shall stop time dependent on switch setting on the auxiliary panel described later. C. Cabinet doors shall be gasketed with one piece, close cell neoprene. They shall be equipped with some type of stops so the door may be held open in either of two - positions at approximately 90 degrees and 180 degrees and be of suitable design to withstand a 40 mph wind. d. A two- position door stop assembly. e. The Controller cabinet shall have a load bay panel with at least the following items mounted on the face of the panel: transfer relays; load switches; and, terminal blocks for termination of all wires contained on a separate panel (the terminal block shall conform to the Standard Specifications). This load bay panel shall be mounted so that when the screws are removed, it will be possible to obtain full access to the terminations on the back of the load bay panel. 9- 29.16(2) Conventional Traffic Signal Heads (RC) Supplement Vehicular signal heads shall have 12 -inch lens sizes unless shown otherwise on the signal Plans. SR -900 NE Sunset Blvd. /Anacortes Ave. NE City of Renton H:\DIVISION.S\TRANSPOR TAT\DESIGN.ENG\MARK\ Sunset- Anacortes\BidPack \vAspecprov.doc SP -102 Division 9 — Materials Each signal head shall have a 1/4 -inch drain hole in its base. Position of the signal heads shall be located as close as possible to the center of the lanes. Signal heads shall be mounted on the mast arm such that the red indicators lie in the same plane and such that the bottom of the housing of a signal head shall not be less than 16 feet 6 inches nor more than 18 feet 6 inches above the grade at the center of the roadway. 9- 29.16(2)A Optical Units Replacement Optical units for traffic signal displays shall conform to the requirements of ITE Publication No. ST -008B, Institute of Transportation Engineers (ITE) Publication "Vehicle Traffic Control Signal Heads" (VTSCH) including the latest version of Part 2: Light Emitting Diode (LED) Vehicle Signal Modules (Interim) and the following, which shall govern in case of conflict: 1. Twelve -inch yellow ball, displays and 8 -inch yellow ball displays shall use incandescent light sources and shall conform to the following. a. Light Source: 8 in. Clear Bulb, A21/TS with medium base, 67 to 69 watt. 12 in. Clear bulb, P25/TS with medium base, 165 watt b. Voltage: 80 -135 VAC. c. Rated Initial Lumens at 120 VAC: 8 in.: 665, 12 in.: 1950 d. Minimum Initial Lumens at 120 VAC: 8 in.: 595, 12 in.: 1750 e. Light Center: 8 in. 2 7 /16 in., 12 in. 3 in. f. Minimum Life: 8,000 hours. g. Orientation: The bulb shall be installed with the opening between the filaments up. h. Operation: The bulb shall operate properly between —40 C to 74 C. i. Lens: The lens material shall be prismed glass. The lens shall be secured to the housing with four noncorrosive clips. The lens shall have a neoprene gasket making the display weather and dust tight. j. Reflector: The reflector shall be specular aluminum with anodic coating. k. Reflector Support: The reflector support shall be pivoted to the housing, and shall be designed so that it can be swung out or easily removed without the use of any tools. 2. 12 -inch red and green ball displays, 8 -inch red and green ball displays, red arrow displays, green arrow displays, and yellow arrow displays shall consist of an assembly that utilizes light emitting diodes as the light source in lieu of an incandescent lamp for use in traffic signal sections. 9- 29.16(2)B Signal Housing (RC) Replacement The last paragraph is replaced with the following: Each lens shall be protected with a removable visor. The visor shall be tunnel type unless noted otherwise in the contract. Tunnel, cap, and cut away type visors shall be made of aluminum throughout. Visors shall be flat black in color inside and shall be yellow baked enamel on the outside. Visors shall have attaching ears for installation to the housing door. The signal display shall have square doors. End caps shall be made from aluminum and shall be installed with fittings to provide a watertight seal. A bead of silicone sealant shall be applied around the perimeter of all top end cap openings prior to installation of the end cap assembly. Plastic end SR -900 NE Sunset Blvd. /Anacortes Ave. NE City of Renton H:\DI V I SI ON. S\TRANSPOR.TAT\DESIGN. ENG\MARK\ Sunset- Anacortes\BiCPack \vi\specprov.doc Division 9 - Materials SP -103 caps shall utilize a threaded stud with seal and wing nut. End caps shall have the same color as the signal housing. 9- 29.16(2)C Louvered Visors (RC) Replacement Where noted in the Contract, louvered tunnel visors shall be furnished and installed. Directional louvers shall be constructed to have a snug fit in the signal visor. The outside cylinder shall be constructed of aluminum, and the louvers shall be constructed of anodized aluminum painted flat black. Dimensions and arrangement of louvers shall be as shown in the contract. 9- 29.16(2)D Back Plates (RC) Replacement Back plates shall be furnished and attached to the signal heads. Back plates shall be constructed of anodized, 3 -S half -hard aluminum sheet, 0.058 -inch minimum thickness, with 5- inch square cut border and painted black in front and yellow in back. 9- 29.16(2)E Painting Signal Heads (RC) Replacement Traffic signal heads shall be finished with two coats of factory applied traffic signal federal yellow baked enamel or shall be finished with a traffic signal federal yellow oven baked powder coating comprised of resins and pigments. Aluminum end caps and the back of back plates shall be painted to match the color of the signal housing. The inside of visors, front of back plates, and louvers shall be finished with two coats of factory applied flat black enamel. 9 -29.17 Signal Head Mounting Brackets and Fittings (RC) Supplement Mounting hardware will provide for a rigid connection between the signal head and mast arm. All mounting hardware will be of the top -mount plumbizer type as shown on the standard plans, unless specified otherwise on the plans. Replacement The last three paragraphs are deleted and replaced with the following: All other miscellaneous hardware shall be stainless steel. All hardware for mounts shall be painted with two coats of factory applied traffic signal federal yellow baked enamel. Pins for messenger hanger fittings shall be a minimum of 1/2 -inch in diameter. Terminal compartments for Type A, B, C, F, H, and K mounts shall contain a 12 section terminal block. All hardware for mounts shall be painted with two coats of factory applied traffic signal Federal yellow baked enamel. H:\DIVISION.S \TRANSPOR. TAT\DESIGN.ENG\ MARK\ Sunset- Anawrtes\BidPack\vi�specpmv. doc SR -900 NE Sunset Blvd. /Anacortes Ave. NE City of Renton SP -104 Division 9 — Materials 9- 29.18(1) Induction Loop Detectors (RC) Supplement Detector amplifiers shall be Detector Systems model 810A or equal. Induction loop amplifiers installed with NEMA controls shall conform to current NEMA specifications. 9 -29.20 Pedestrian Signal (RC) Replacement Pedestrian signals shall be light emitting diode (LED) type. Pedestrian signals shall conform to ITE Standards (Standard for Adjustable Face Pedestrian Signal Heads, 1975), and to the following new Section 9 29.20(3). Symbol messages, when specified, shall be a minimum of 12 inches high and 7 inches in width. Housings shall be die -cast aluminum and shall be painted with two coats of factory applied traffic signal yellow enamel. 9- 29.20(3) Light Emitting Diode (LED) Type New Light emitting diode (LED) type pedestrian signals shall conform to the following: Definition The pedestrian signal displays "Upraised Hand" and "Walking Man" shall utilize light emitting diode modules. Each light emitting diode (LED) pedestrian signal face module shall consist of an assembly that utilizes light emitting diodes as the light source. General LED pedestrian modules used on this project shall be from the same manufacturer. The circuit board and power supply shall be contained inside the module. LED pedestrian modules shall not require a specific mounting orientation or have a variance in light output, pattern, or visibility for any mounting orientation. The LEDs shall be the ultra bright type rated for 100,000 hours of continuous operation from - 40 °F to 165'F. The individual LEDs shall be wired such that a catastrophic failure of one LED will result in the loss of not more than 5 percent of the signal module light output. The failure of an individual LED in a string shall only result in the loss of that LED, not the entire string or indication. The LED pedestrian modules tested or submitted for testing shall be representative of typical average production units. LED pedestrian modules shall be tested as described herein. All optical testing shall be performed with the module mounted in a standard pedestrian housing. Maximum initial power requirements for LED pedestrian modules shall be 15 W at 2500. 1. Luminance Requirements SR -900 NE Sunset Blvd. /Anacortes Ave. NE City of Renton H: \DIV] SION. S\TRANS POR TAT\DESIGN. ENG\ MARK\ Sunset- Anaoones\BidPack \vi\specprov doc Division 9 — Materials SP -105 The luminance of the "UPRAISED HAND" symbol shall be 3750 cd /mZ, minimum, and the luminance of the "WALKING MAN" symbol shall be 5300 cd /m2, minimum. The color of "UPRAISED HAND" should be Portland Orange and the color of the "WALKING MAN" should be Lunar White conforming to the requirements of the Institute of Transportation Engineers Standards: "Pedestrian Traffic Control Signal Indications" and the "Manual on Uniform Traffic Control Devices." The height of each symbol shall be not less than 250 mm and the width of each symbol shall not be less than 165 mm. The uniformity ratio of an illuminated symbol shall not exceed 4 to 1 between the highest luminance area and the lowest luminance area. LED pedestrian module shall be rated for a minimum useful life of 48 months and shall maintain not less than 85 percent of the minimum required luminance after 48 months of continuous use in a traffic signal operation over the temperature range of -40 °F to +165 °F. 2. Physical and Mechanical Requirements LED pedestrian module traffic signal modules shall be designed as retrofit replacements for existing optical units of signal lamps and shall not require special tools for installation. LED pedestrian module shall fit into existing traffic signal section housings built to the VTCSH without modification to the housing. Installation of a LED pedestrian module shall only require the removal of the lamp. 3. Environmental Requirements LED pedestrian modules shall be rated for use in the operating temperature range of -40 °F to +165 °F. 4. Construction LED pedestrian modules shall be a single, self- contained device, not requiring on -site assembly for installation into an existing housing. The power supply for the LED pedestrian module shall be integral to the unit. The assembly and manufacturing process for the LED pedestrian module assembly shall be designed to assure all internal components are adequately supported to withstand mechanical shock and vibration from high winds and other sources. 5. Materials Material used for the LED pedestrian module construction shall conform to ASTM specifications for the materials where applicable. Enclosures containing either the power supply or electronic components of the LED pedestrian module shall be made of UL94VO flame retardant materials. 6. Module Identification: SR -900 NE Sunset Blvd. /Anacortes Ave. NE City of Renton H:I DIVISION. SITRANSPOR.TATIDESIGN.ENGUAARK\ .Sunset- Anacones\BidPackWi\specpr ,doc SP -106 Division 9 — Materials Each LED pedestrian module shall have the manufacturer's name, trademark, and other necessary identification permanently marked on the back of the module. Each individual LED pedestrian module shall be identified for warranty purposes. The following operating characteristics shall be identified: rated voltage, power consumption, and volt - ampere. Photometric Requirements An LED pedestrian module shall meet at least 85 percent of the minimum required luminance while operating throughout the operating temperature range of -40 °F to +165 °F. 100 percent of the minimum initial luminous intensity values for LED pedestrian modules shall be met at 25 °C. The measured chromaticity coordinates of LED pedestrian modules shall conform to the chromaticity requirements of Section 5.3.2.1 and Figure C of the VTCSH standard. 1. Electrical LED pedestrian modules shall operate from a 60 ±3 Hz AC line over a voltage ranging from 80 V to 135 V. The LED pedestrian module circuitry shall prevent perceptible flicker over the voltage range specified above. The fluctuations of line voltage shall have no visible effect on the luminous intensity of the indications. Rated voltage for all measurements shall be 120 V. The LED pedestrian module on -board circuitry shall include voltage surge protection to withstand high- repetition noise transients as stated in Section 2.1.6 of NEMA Standard TS- 2, 1992. LED pedestrian modules shall be operationally compatible with currently used controller assemblies (solid state load switches, flashers, and conflict monitors). LED pedestrian modules and associated on -board circuitry must meet Federal Communications Commission (FCC) Title 47, Subpart B, Section 15 regulations concerning the emission of electronic noise. The LED pedestrian module shall provide a power factor of 0.90 or greater. Total harmonic distortion (current and voltage) induced into an AC power line by a LED pedestrian module shall not exceed 20 percent. Quality Assurance LED pedestrian modules shall be manufactured in accordance with a vendor quality assurance (QA) program. The QA program shall include two types of quality assurance: (1) design quality assurance, and (2) production quality assurance. The production quality assurance shall include statistically controlled routine tests to ensure minimum performance levels of LED pedestrian modules built to meet this specification. QA process and test results documentation shall be kept on file for a minimum period of seven years. SR -900 NE Sunset Blvd. /Anacortes Ave. NE City of Renton H:\DI VISION. SITRANSPOR.TAT\DESI G N. ENG\MARK\ Sunset- Anawnes\BidPack \vi\specpmv, doc I Division 9 — Materials SP -107 LED pedestrian module designs not satisfying design qualification testing and the production quality assurance testing performance requirements described below shall not be labeled, advertised, or sold as conforming to this specification. 1. Manufacturer's Serial Numbers Identification of the component and sub - assembly level may be required if the reliability and performance of the module must be traceable to the original item manufacturers of the module components and subassemblies. 2. Production Quality Assurance Testing The following Production Quality Assurance tests shall be performed on each new LED pedestrian module prior to shipment. Failure to meet requirements of any of these tests shall be cause for rejection. Test results shall be retained by the manufacturer for warranty purposes for seven years. Each LED pedestrian module shall be tested for rated initial intensity after burn -in. Burn -in period shall consist of each signal module being energized at rated voltage for a 30 minute stabilization period before the measurement is made. Each LED pedestrian module not meeting the minimum luminous intensity requirements shall be cause for rejection. Each pedestrian module shall be tested for required power factor after burn -in. Each LED pedestrian module shall be measured for current flow in amperes after burn -in. The measured current values shall be compared against current values resulting from design qualification measurements under "Design Qualification Testing." The current flow shall not exceed the rated value. The measured ampere values with rated voltage shall be recorded as volt- ampere (VA) on the product labels. Each LED pedestrian module shall be visually inspected for any exterior physical damage or assembly anomalies. Careful attention shall be paid to the surface of the lens to ensure there are no scratches (abrasions), cracks, chips, discoloration, or other defects. Any such defects shall be cause for rejection. 3. Design Qualification Testing Design qualification testing shall be performed on new LED pedestrian module designs, and when a major design change has been implemented on an existing design. The minimum sample quantity of LED pedestrian modules shall be as stated for each test. Failure to meet requirements of any of these tests shall be cause for rejection. A random sample of six LED pedestrian modules shall be energized for a minimum of 24 hours, at 100 percent on -time duty cycle, in a temperature of +165 °F before performing any design qualification testing. Any failure within an LED pedestrian module after burn -in shall be cause for rejection. H:\DIVISION.S \TRANSPOR.TAT )ESIGN.ENGXMARK\ Sunset- Anacones\BidPack \vi\specprov.doc SR -900 NE Sunset Blvd. /Anacortes Ave. NE City of Renton SP -108 4. Rated Initial Luminous Intensity Division 9 — Materials After burn -in, a sample of six LED pedestrian modules shall be tested for rated initial intensity per the requirements of "Photometric Requirements." Before measurement, each LED pedestrian module shall be energized at rated voltage, with 100 percent on -time duty cycle, for a time period of 30 minutes. The ambient temperature for this measurement shall be 77 °F. The test results for this test shall have recorded the current voltage, total harmonic distortion (THD), and power factor (PF) associated with each measurement. 5. Chromaticity (Color) A sample of two LED pedestrian modules shall be measured for chromaticity (color) per the requirements under "Photometric Requirements." A spectroradiometer shall be used for this measurement. The ambient temperature for this measurement shall be 77 °F. 6. Electrical A sample of six LED pedestrian modules shall be measured for current flow in amperes. The measured current values shall be used for quality comparison of Production Quality Assurance current measurement on production modules. A sample of six LED pedestrian modules shall be measured for power factor. A commercially available power factor meter may be used to perform this measurement. A sample of six LED pedestrian modules shall be measured for total harmonic distortion. A commercially available total harmonic distortion meter may be used to perform this measurement. A sample of six LED pedestrian modules shall be tested per the requirements of "Electrical ", with reference to Class A emission limits referenced in Federal Communications Commission (FCC) Title 47, Subpart B, Section 15. A sample of six LED pedestrian modules shall be tested for compatibility with the controller unit, conflict monitor, and load switch. Each signal module shall be connected to any AC voltage supply between the values of 80 and 135 VAC. The AC voltage developed across each LED pedestrian module so connected shall not exceed 10 volts rms as the input AC voltage is varied from 80 V rms to 135 V rms. A sample of six LED pedestrian modules shall be tested for transient immunity per "Electrical" using the procedure described in NEMA Standard TS -1992. Mechanical vibration testing shall be performed on a sample of three LED pedestrian modules per MIL - STD -883, Test Method 2007, using three 4 minute cycles along each x, y, and z axis, at a force of 2.5 g, with a frequency sweep from 2 Hz to 120 Hz. The loosening of the lens, of any internal components, or other physical damage shall be cause for rejection. Temperature cycling shall be performed on a sample of three LED pedestrian modules per MIL - STD -883, Test method 1010. The temperature range shall be per "Environmental Requirements." A minimum of 20 cycles shall be performed with a 30- minute transfer time SR -900 NE Sunset Blvd. /Anacortes Ave. NE City of Renton H:1OI VI S ION.S \TRANSPOR.TAT\DE SI GN. ENG\MARK\ Sunset- Anacortes \BidPack \vi\specprov.doc EM Division 9 — Materials SP -109 between temperature extremes and a 30- minute dwell time at each temperature. Signal under test shall be non - operating. Failure of a module to function properly or any evidence of cracking of the module lens or housing after temperature cycling shall be cause for rejection. Moisture resistance testing shall be performed on a sample of three LED pedestrian modules per NEMA Standard 250 -1991 for Type 4 enclosures. Any evidence of internal moisture after testing shall be cause for rejection. 7. Certificate of Compliance The Contractor shall provide the Engineer a Certificate of Compliance from the manufacturer in accordance with the provisions of Section 1 -06.3, "Manufacturer's Certificate of Compliance," of the Standard Specifications. The certificate shall certify that the LED pedestrian modules comply with the requirements of these specifications. The certificate shall also include a copy of all applicable test reports on the LED pedestrian modules. 8. Guarantee LED pedestrian modules shall be guaranteed by the Contractor for a period of one year starting on the day after the project is accepted by the Engineer. Modules that fail during this period shall be replaced at no cost to the City, except that Agency forces will change out the modules in the field. The replacement modules shall be delivered to the Engineer, or to the Agency Maintenance Electrical Shop within five working days after notification. The failed modules will be made available to the Contractor at the above address at the same time as the replacement is delivered. 9. Warranty The manufacturer shall provide a written warranty against defects in materials and workmanship for the LED pedestrian modules for a period of 60 months after installation of the modules. Replacement modules shall be provided promptly after receipt of modules that have failed at no cost to the Agency except cost of shipping of the failed modules. All warranty documentation shall be given to the Engineer prior to installation. 9 -29.24 Service Cabinets (RC) Replacement The signal /street lighting service cabinet shall be as indicated on the contract plans and detail sheets. All electrical conductors, buss bars and conductor terminals shall be copper or brass. The cabinet shall be fabricated from galvanized cold rolled sheet steel, with 12 gauge used for exterior surfaces and 14 gauge for interior panels. Door hinges shall be the continuous concealed piano type and no screws, rivets or bolts shall be visible outside the enclosure. The cabinet door shall be fitted for a Best internal type lock. The cabinet shall have ventilation louvers on the lower and upper sides complete with screens, filters and have rain tight gaskets. The cabinet door shall have a one piece weather proof neoprene gasket. SR -900 NE Sunset Blvd. /Anacortes Ave. NE City of Renton H: DIVISION .S\TRANSPOR.TAT\DESIGN.ENGW ARK\ Sunse\- Anacortes\BidPack \vi\specpmv.0oc SP -110 Division 9 — Materials 9- 29.24(1) Painting (RC) Replacement The finish coat shall be a factory baked on enamel light grey in color. The galvanized surface shall be etched before the baked on enamel is applied. The interior shall be given a finish coat of exterior grade of white metal enamel. Painting shall be done in conformance with the provisions of Section 8- 20.3(12). 9- 29.24(2) Electrical Circuit Breakers and Contactors (RC) Replacement The electrical circuit breakers and contactors shall be as indicated on the contract plans and detail sheets. The following equipment shall be featured within the cabinet. 1. Main circuit breaker 2. Branch circuit breakers 3. Utility plug (120 volt -20 Amp rated) G.F.I. Type 4. Light control test switch (120 volt -15 Amp) 5. Contactor relay for each circuit 6. Double pole branch breaker(s) for lighting circuits (240 volt) 7. One 120 volt, 20 Amp single pole branch breaker (for utility plugs) 8. Type 3- single phase 120/240 volt grounded neutral service 9. One 120 volt 40 Amp single pole branch breaker (signal service) 10. Complete provisions for 16 breaker poles 11. Name plates phenolic black with white engraving except the main breaker which shall be red with white lettering. All name plates shall be attached by S.S. screws. 12. Meter base sections are unnecessary 9 -29.25 Terminal and Interconnect Cabinets (RC) Replacement The pole mounted terminal box shall be made of molded fiberglass, be grey in color, be approximately 16" high x 13 -7/8" wide x 5 -7/8" deep and have a minimum of 16 terminals on the terminal blocks. The box shall be weather tight, have a single door with continuous hinge on one side and screw hold downs on the door locking side. All hardware will be stainless steel. All mounting hardware shall be stainless steel and shall be incidental to the unit price of terminal box. Terminal blocks shall be 600V heavy duty, barrier type. Each terminal shall be separated by a marker strip. The marker strip shall be permanently marked with the circuit number indicated in the Plans. Each connector shall be a screw type with No. 10 post capable of accepting no less than 3 #12 AWG wires fitted with spade tips. Cabinet doors shall be gasketed with a one -piece closed cell neoprene gasket and shall have a stainless steel piano hinge. One spare 12 position terminal block shall be installed in each terminal cabinet and amplifier cabinet. Mounting shall be as noted in the contract. Interconnect splice tower cabinets shall be Type F, with nominal dimensions of 22" high x 13" wide x 11" deep and constructed of cast aluminum and fitted with a Best internal lock. SR -900 NE Sunset Blvd. /Anacortes Ave. NE City of Renton HAD IVISION.S\TRANSPOR.TA RDESIGN. ENG\ MARK\. Sunset - Anacortes \13dPack \vi\specprov.doc �fi. Division 9 — Materials END OF DIVISION 9 H: \DI V IS ION. S\TRAN SPOR.TAT\DESIG N. ENG\MARK\ Sunset- Anawnes\BidPack \vi \specprov.doc SP -111 SR -900 NE Sunset Blvd. /Anacortes Ave. NE City of Renton EM a - Amendments to the _ Standard Specifications %W Ow wo a. 4W w 4W No .r aw ow 1 2 INTRODUCTION 3 The following Amendments and Special Provisions shall be used in conjunction with the 2000 4 Standard Specifications for Road, Bridge, and Municipal Construction (English). 5 6 AMENDMENTS TO THE STANDARD SPECIFICATIONS 7 8 The following Amendments to the Standard Specifications are made a part of this contract and 9 supersede any conflicting provisions of the Standard Specifications. For informational purposes, the 10 date following each Amendment title indicates the implementation date of the Amendment or the latest 11 date of revision. 12 13 Each Amendment contains all current revisions to the applicable section of the Standard 14 Specifications and may include references which do not apply to this particular project. 15 16 SECTION 1 -01, DEFINITIONS AND TERMS 17 June 26, 2000 18 1- 01.2(1) Associations and Miscellaneous 19 This section is supplemented with the following: 20 21 FOP Field Operating Procedure 22 WAQTC Western Alliance for Quality Transportation Construction 23 SOP Standard Operating Procedure 24 25 SECTION 1 -02, BID PROCEDURES AND CONDITIONS 26 August 6, 2001 27 1- 02.8(1) Noncollusion Declaration 28 In the first sentence of the second paragraph the reference to "23 CFR Part 635.107(1)(1)" is revised 29 to read "23 CFR 635.112(f) ". 30 31 In the third sentence of the second paragraph the reference to "23 CFR Part 635.107(i)" is revised to 32 read "23 CFR 635.112(f)(1) ". 33 34 1- 02.4(1) General 35 The first paragraph is revised to read as follows: 36 37 The bidder shall carefully examine the bid documents as defined in Section 1 -01.3. Submittal of 38 a bid shall be conclusive evidence that the bidder has made these examinations and understands 39 all requirements for the performance of the completed work. The bidder further warrants, agrees, 40 and acknowledges by submitting a bid that it: 41 42 1. Has taken steps reasonably necessary to ascertain the nature and location of the work; 43 44 2. Has investigated and satisfied itself as to the general and local conditions which can 45 affect the work or its cost, including but not limited to: 46 47 a. conditions bearing upon acquisition, transportation, disposal, handling, and 48 storage of materials; 49 b. the availability of labor, materials, water, electric power, and roads; 50 c. uncertainties of weather, river stages, tides, or similar physical condition at the 51 site; 52 d. the conformation and condition of the ground; and 53 e. the character of equipment and facilities needed preliminary to and during work 54 performance; 55 f. the site biological hazards and associated physical hazards. 56 57 3. Has satisfied itself as to the character, quality, and quantity of surface and subsurface 58 materials or obstacles to be encountered insofar as this information is reasonably 59 ascertainable from an inspection of the work site (including material sites) as well as 60 from the bid documents and other information made a part of this contract; and 2000 WSDOT AMENDMENTS AM -1 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 4. Has satisfied itself as to the adequacy of time allowed for the completion of the physical work on the contract. SECTION 1 -04, SCOPE OF THE WORK rj February 5, 2001 1 -04.4 Changes In the third paragraph, "B" is revised to read as follows: B. When an item of work, as defined elsewhere in the contract, is increased in excess of 125 percent or decreased below 75 percent of the original contract quantity. For the purpose of this section, an item of work will be defined as any-item that qualifies for adjustment under the provisions of Section 1 -04.6. This section is supplemented with the following: 1- 04.4(1) Minor Changes Payments or credits for changes amounting to $5,000 or less may be made under the bid item "Minor Change ". At the discretion of the Contracting Agency, this procedure for Minor Changes may be used in lieu of the more formal procedure as outlined in Section 1 -04.4, Changes. The Contractor will be provided a copy of the completed order for Minor Change. The agreement for the Minor Change will be documented by signature of the Contractor, or notation of verbal agreement. If the Contractor is in disagreement with anything required by the order for Minor Change, the Contractor may protest the order as provided in Section 1 -04.5. Payments or credits will be determined in accordance with Section 1 -09.4. For the purpose of providing a common proposal for all bidders, the Contracting Agency has entered an amount for "Minor Change" in the Proposal to become a part of the total bid by the Contractor. SECTION 1 -06, CONTROL OF MATERIAL August 6, 2001 1- 06.2(1) Samples and Tests for Acceptance In the first paragraph, the last sentence is revised to read: Samples not taken by or in the presence of the Engineer will not be accepted for test, unless the Engineer permits otherwise. In the fourth paragraph, the last sentence is revised to read as follows: The Engineer will respond in writing within three working days of the receipt of the Contractor's written communications. In the fifth paragraph, the first and second sentences are revised to read as follows: All field and laboratory and materials testing by the Engineer will follow methods described in the contract documents or in the Washington State Department of Transportation Materials Manual, using qualified testing personnel and calibrated or verified equipment. The following provisions will apply when the Contracting Agency uses the specifications or methods from the sources named below: The fifth paragraph is supplemented with the following: WAQTC - Western Alliance for Quality Transportation Construction. The WAQTC designation v number refers to this alliance's latest adopted or tentative standard. The standard or tentative standard in effect on the bid advertising date will apply in each case. The Contracting Agency will consider them as in effect 60 calendar days after publication. go Copies of any separate WAQTC testing method may be obtained from: The WSDOT Quality Systems Manager, Field Operations Support Service Center, Materials Laboratory, PO Box 47365, Olympia, Washington, 98504 -7365. 2000 WSDOT AMENDMENTS AM -2 No 0 w0 aw u 0 W 1 2 SECTION 1 -07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 3 August 6, 2001 4 5 6 7 8 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 1 -07.4 Sanitation This section including title is revised to read as follows: 1 -07.4 Sanitation 1- 07.4(1) General The Contractor shall provide employees with all accommodations required by the State Department of Social and Health Services and other agencies. These accommodations shall be kept clean, neat, and sanitized, and shall not create any public nuisance. The Contractor shall keep all camp sites clean, burn or properly dispose of all refuse, and leave each site in a neat and sanitary condition. This section is supplemented with the following: 1- 07.4(2) Health Hazards Biological hazards and associated physical hazards may be present in the worksite. The Contractor shall take precautions and perform any necessary work to provide and maintain a safe and healthful worksite in accordance with applicable laws. Payment for work necessary to provide and maintain a safe worksite will be incidental to associated items of contract work unless the contract includes provisions to the contrary. 1 -07.8 High Visibility Apparel In the second paragraph, (1) is revised to read as follows: (1) when personnel are out of view of, or not exposed to traffic, 1 -07.11 Requirements For Non- descrimination This section is supplemented with the following: 1- 07.11(2)A Equal Employment Opportunity Responsibilities Title V1 Responsibilities During the performance of this contract, the Contractor, for itself, its assignees and successors in interest (hereinafter referred to as the "Contractor') agrees as follows: 1. Compliance With Regulations The Contractor shall comply with the Regulations relative to nondiscrimination in federally assisted programs of the Department of Transportation (hereinafter DOT), Title 49, Code of Federal Regulations, part 21, as they may be amended from time to time, (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this contract. 2. Nondiscrimination The Contractor, with regard to the work performed by it during the contract, shall not discriminate on the grounds of race, color, sex, or national origin in the selection and retention of subcontractors, including procurement of materials and leases of equipment. The Contractor shall not participate either directly or indirectly in the discrimination prohibited by Section 21.5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix B of the Regulations. 3. Solicitations for Subcontracts, Including Procurement of Materials and Equipment In all solicitations either by competitive bidding or negotiations made by the Contractor for work to be performed under a subcontract, including procurement of materials or leases of equipment, each potential subcontractor or supplier shall be notified by the Contractor of the Contractor's obligations under this contract and the Regulations relative to nondiscrimination on the ground of race, color, sex, or national origin. 4. Information and Reports 2000 WSDOT AMENDMENTS AM -3 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 The Contractor shall provide all information and reports required by the Regulations or directives issued pursuant thereto, and shall permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the Washington State Department of Transportation or the Federal Highway Administration to be pertinent to ascertain compliance with such Regulations, orders and instructions. jr Where any information required of a Contractor is in the exclusive possession of another who fails or refuses to furnish this information, the Contractor shall so certify to the Washington State Department of Transportation, or the Federal Highway Administration as appropriate, and shall set forth what efforts it has made to obtain the information. 5. Sanctions for Noncompliance In the event of the Contractor's noncompliance with the nondiscrimination provisions of this contract, the Washington State Department of Transportation shall impose such contract sanctions as it or the Federal Highway Administration may determine to be appropriate, including, but not limited to: 1. Withholding of payments to the Contractor under the contract until the Contractor complies, and /or; 2. Cancellation, termination, or suspension of the contract, in whole or in part. 6. Incorporation of Provisions The Contractor shall include the provisions of paragraphs (1) through (5) in every subcontract, including procurement of materials and leases of equipment, unless exempt by the Regulations, or directives issued pursuant thereto. The Contractor shall take such action with respect to any subcontractor or procurement as the Washington State Department of Transportation or the Federal Highway Administration may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, however, that in the event a Contractor becomes involved in, or is threatened with, litigation with a subcontractor or supplier as a result of such direction, the Contractor may request the Washington State Department of Transportation enter into such litigation to protect the interests of the state and, in addition, the Contractor may request the United States to enter into such litigation to protect the interests of the United States. 1- 07.11(6) Incorporation of Provisions The first sentence is revised to read as follows: The Contractor shall include the provisions of Section 1- 07.11(2) Contractual Requirements (1) through (4) and the Section 1- 07.11(5) Sanctions in every subcontract including procurement of materials and leases of equipment. 1- 07.11(10)B Required Records and Retention This section is revised to read as follows: All records must be retained by the Contractor for a period of three years following completion of the contract work. All records shall be available at reasonable times and places for inspection by authorized representatives of either the Washington State Department of Transportation or the Federal Highway Administration. Federal -Aid Highway Construction Contractors Annual EEO Report FHWA #1391. This form is required for all federally assisted projects provided the contract is equal to or greater than $10,000 and for every associated subcontract equal to or greater than $10,000. Each contract requires separate reports filed for the Contractor and each subcontractor (subject to the above noted criteria). These forms are due by August 25th in every year during which work was performed in July. The payroll period to be reflected in the report is the last payroll period in July in which work was performed. This report is required of each Contractor and subcontractor for each federally assisted contract on which the Contractor or subcontractor performs work during the month of July. Monthly Employment Utilization Reports WSDOT form #820 -010. This form is required for all federally assisted projects if the contract is equal to or greater then $10,000 and for every associated subcontract equal to or greater than to 2000 WSDOT AMENDMENTS AM-4 D aw err 17 to 1 2 3 4 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 w $10,000. These monthly reports are to be maintained in the respective Contractor or subcontractor's records. In addition, for contracts with a value of $100,000 or more, the Contractor shall submit copies of the completed WSDOT form 820 -010 to the Contracting Agency by the fifth of each month throughout the term of the contract. The Contractor shall also collect and submit these forms monthly from every subcontractor who holds a subcontract with a value of $100,000 or more. Failure to submit the required reports by their due dates may result in the withholding of progress estimate payments. 1- 07.13(4) Repair of Damage This section is revised to read as follows: The Contractor shall promptly repair all damage to either temporary or permanent work as directed by the Engineer. For damage qualifying for relief under Sections 1- 07.13(1), 1- 07.13(2) or 1- 07.13(3), payment will be made in accordance with Section 1 -04.4 using the estimated bid item 'Reimbursement for Third Party Damage ". Payment will be limited to repair of damaged work only. No payment will be made for delay or disruption of work. For the purpose of providing a common proposal for all bidders, the Contracting Agency has entered an amount for "Reimbursement For Third Party Damage" in the proposal to become a part of the total bid by the Contractor. 1 -07.15 Temporary Water Pollution /Erosion Control This section is revised to read as follows: In an effort to prevent, control, and stop water pollution and erosion within the project, thereby protecting the work, nearby land, streams, and other bodies of water, the Contractor shall perform all work in strict accordance with all Federal, State, and local laws and regulations governing waters of the State, as well as permits acquired for the project. The Contractor shall perform all temporary water pollution /erosion control measures shown in the Plans, specified in the Special Provisions, proposed by the Contractor and approved by the Engineer, or ordered by the Engineer as work proceeds. 1 -07.17 Utilities and Similar Facilities The second paragraph is revised to read: Chapter 19.122 of the Revised Code of Washington (RCW) relates to underground utilities. In accordance with this RCW, the Contractor shall call the One - Number Locater Service for field location of utilities. If no locator service is available for the area, notice shall be provided individually to those owners of utilities known to, or suspected of, having underground facilities within the area of the proposed excavation. 1 -07.19 Gratuities This section is supplemented with the following: The Contractor shall comply with all applicable sections of the State Ethics law, RCW 42.52, which regulates gifts to State officers and employees. Under that statute, any Contracting Agency officer or employee who has or will participate with the Contractor regarding any aspect of this Contract is prohibited from seeking or accepting any gift, gratuity, favor or anything of economic value from the Contractor. Accordingly, neither the Contractor nor any agent or representative shall offer anything of economic value as a gift, gratuity, or favor directly or indirectly to any such officer or employee. 1 -07.22 Use of Explosives In the second paragraph, the reference to "WAC 295 -52" is revised to "WAC 296 -52 ". SECTION 1 -08, PROSECUTION AND PROGRESS August 6, 2001 1 -08.1 Subcontracting The 7th paragraph is revised to read as follows: 2000 WSDOT AMENDMENTS AM -5 1 2 3 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 On all projects funded with Contracting Agency funds only, the Contractor shall certify to the actual amounts paid Disadvantaged, Minority, or Women's Business Enterprise firms that were used as subcontractors, lower tier subcontractors, manufacturers, regular dealers, or service providers on the contract. This Certification shall be submitted to the Project Engineer on WSDOT form 421 -023, "Annual Report of Amounts Paid as MBE/WBE Participants ", annually for the State fiscal year July 1 through June 30, or through physical completion of the contract, whichever occurs earliest. The report is due July 20th following the fiscal year end or 20 calendar days after physical completion of the contract. The 7th paragraph is supplemented with the following: On all projects funded with both Contracting Agency funds and Federal assistance the Contractor shall submit a "Quarterly Report of Amounts Credited as DBE Participation" on a quarterly basis for every quarter in which the contract is active (work is accomplished) or upon completion of the project, as appropriate. The quarterly reports are due on the 20th of April, July, October, and January for the four respective quarters. When required, this "Quarterly Report of Amounts Credited as DBE Participation" is in lieu of WSDOT form 421 -023, "Annual Report of Amounts Paid as MBE/WBE Participants ". This section is supplemented with the following: Subcontract Completion and Return of Retainage Withheld The following procedure shall apply to all subcontracts entered into as a part of this Contract: A e Requirements 1. The subcontractor shall make a written request to the Contractor for the release of the 0 subcontractor's retainage or retainage bond. 2. Within ten (10) working days of the request, the Contractor shall determine if the subcontract has been satisfactorily completed and shall inform the subcontractor, in writing, of the Contractor's determination. 3. If the Contractor determines that the subcontract has been satisfactorily completed, the subcontractor's retainage or retainage bond shall be released by the Contractor within ten (10) working days from the date of the written notice. 4. If the Contractor determines that the subcontractor has not achieved satisfactory completion of the subcontract, the Contractor must provide the subcontractor with written notice, stating specifically why the subcontract work is not satisfactorily completed and what has to be done to achieve completion. The Contractor shall release the subcontractor's retainage or retainage bond within eight (8) working days after the subcontractor has satisfactorily completed the work identified in the notice. 5. In determining whether satisfactory completion has been achieved , the Contractor may require the subcontractor to provide documentation such as certifications and releases, showing that all laborers, lower- tiered subcontractors, suppliers of material and equipment, and others involved in the subcontractor's work have been paid in full. The Contractor may also require any documentation from the subcontractor that is required by the subcontract or by the Contract between the Contractor and Contracting Agency or by law such as affidavits of wages paid, material acceptance certifications and releases from applicable governmental agencies to the extent that they relate to the subcontractor's work. 6. If the Contractor fails to comply with the requirements of the specification and the subcontractor's retainage or retainage bond is wrongfully withheld, the subcontractor may seek recovery against the Contractor under applicable prompt pay statutes in addition to any other remedies provided for by the subcontract or by law. Conditions 1. This clause does not create a contractual relationship between the Contracting Agency and any subcontractor as stated in Section 1 -08.1. Also, it is not intended to bestow 2000 WSDOT AMENDMENTS AM -6 0 0 .. D 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 upon any subcontractor, the status of a third -party beneficiary to the Contract between the Contracting Agency and the Contractor. 2. This section of the Contract does not apply to retainage withheld by the Contracting Agency from monies earned by the Contractor. The Contracting Agency shall continue to process the release of that retainage based upon the completion date of the project as defined in 1 -08.5 Time for Completion and in accordance with the requirements and procedures set forth in chapter 60.28 RCW. Payment The Contractor will be solely responsible for any additional costs involved in paying retainage to the subcontractors prior to total project completion. Those costs shall be incidental to the respective bid items. 1 -08.5 Time For Completion Item "c" in the 7th paragraph is revised to read as follows: c. Annual Report of Amounts Paid as MBEMBE Participants or Quarterly Report of Amounts Credited as DBE Participation, as required by the Contract Provisions. 1 -08.9 Liquidated Damages The first sentence of the fourth paragraph is revised to read as follows: When the contract work has progressed to the extent that the Contracting Agency has full use and benefit of the facilities, both from the operational and safety standpoint, and only minor incidental work, replacement of temporary substitute facilities, or correction or repair remains to physically complete the total contract, the Engineer may determine the contract work is substantially complete. SECTION 1 -09, MEASUREMENT AND PAYMENT August 6, 2001 1 -09.1 Measurement of Quantities The method of measurement for "Square Yard or Square Foot' is revised to read as follows: Square Yard or Square Foot - the measurement shall be a calculation from the neat dimensions shown in the Plans or as altered by the Engineer. If there is an exception within the measured area where the item of work is not performed (such as a drainage vault within a measured sidewalk) and if the exception area is greater than 9 square feet, then the area of the exception will be subtracted from the payment area calculated from the neat dimensions. 1- 09.2(1) General Requirements for Weighing Equipment This section is revised to read as follows: Any highway or bridge construction materials to be proportioned or measured and paid for by weight shall be weighed on a scale. These materials include natural, manufactured or processed materials obtained from natural deposits, stockpiles, or bunkers. Scales Scales shall: 1. Be accurate to within one -half of 1 percent throughout the range of use; 2. Not include spring balances; 3. Include beams, dials, or other reliable readout equipment; 4. Be arranged so that operators and inspectors can safely and easily see the dials, beams, rods, and operating scale mechanisms; 5. Be built to prevent scale parts from binding, vibrating, or being displaced and to protect all working parts from falling material, wind, and weather; and 2000 WSDOT AMENDMENTS AM -7 2 3 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 6. Be carefully maintained, with bunkers and platforms kept clear of accumulated materials that could cause errors and with knife edges given extra care and protection. Weighers The Contractor shall provide, set up, and maintain the scales necessary to perform this work. "Contractor provided scale operations" are defined as operations where a scale is set up specifically for the project and most, if not all, material weighed on the scale is utilized for contract work. In this situation, the contracting agency will provide a person to operate the scale, write tickets, perform scale checks and prepare reports. The Contractor may also utilize permanently installed, certified, commercial scales. "Commercial scale operations" include the use of established scales used to sell materials to the public on a regular basis. In addition, for the purposes of this specification, all batch, hopper, and belt scales are considered to be commercial scales. Commercial scales shall meet the same requirements as Contractor - provided scales. When a commercial scale is used, the Contractor may utilize a commercial scale operator provided it is at no additional cost to the contracting agency. In addition, the Contractor shall ensure that: 1. the Engineer is allowed to observe the weighing operation and check the daily scale weight record; a 2. scale verification checks are performed at the direction of the contracting agency (see "1- 09.2(5) Measurement "); 40 3. several times each day, the commercial scale operator records and makes certain the platform scale balances and returns to zero when the load is removed; and 4. test results and scale weight records for each day's hauling operations are provided to the Engineer daily. Unless otherwise approved, reporting shall utilize form 422 -027, Scaleman's Daily Report. Trucks and Tickets Each truck to be weighed shall bear a unique identification number. This number shall be legible and in plain view of the scale operator. Each vehicle operator shall obtain a weigh or load ticket from the scale operator. The Contractor shall provide tickets for self printing scales. All tickets shall, at a minimum, contain the following information: 1. date of haul; rr 2. contract number; 3. contract unit bid item; 4. unit of measure; 5. identification of hauling vehicle; and 6. weight delivered a. net weight in the case of batch and hopper scales b. gross weight, tare and net weight in the case of platform scales (tare may be omitted if a tare beam is used) c. approximate load out weight in the case of belt conveyor scales The vehicle operator shall deliver the ticket in legible condition to the material receiver at the material delivery point. 1- 09.2(2) Specific Requirements for Batching Scales This section including title is revised to read as follows: 2000 WSDOT AMENDMENTS AM -8 �r �w as 0 r7 Fi 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 56 57 58 59 60 61 62 63 1- 09.2(2) Specific Requirements for Batching and Hopper Scales Each batching scale shall be designed to support a weighing container. The arrangement shall make it convenient for the operator to remove material from the weighing container while watching readout devices. Any weighing container mounted on a platform scale shall have its center of gravity directly over the platform center line. Batching scales used for Portland or asphalt cement shall not be used for batching other materials. Readout devices used for batching or hopper scales shall be marked at intervals evenly spaced throughout and shall be based on the scale's nominal rated capacity. These intervals shall not exceed one -tenth of 1 percent of the nominal rated capacity. Before use at a new site and then at 6 -month intervals, all batching and hopper scales shall be: approved under rules of the Weights and Measures Section of the Washington State Department of Agriculture, or serviced and tested with at least 10,000 pounds by an agent of its manufacturer. In either case, the Contractor shall provide the Engineer with a copy of the final test results. 1- 09.2(3) Specific Requirements for Platform Scales This section is revised to read as follows: Each platform scale shall be able to weigh the entire hauling vehicle or combination of connected vehicles at one time. No part of the vehicle or vehicle combination will be permitted off the platform as it is weighed. A tare weight shall be taken of each hauling vehicle at least twice daily. Any platform scale shall be installed and maintained with the platform level and with rigid bulkheads at either end to prevent binding or shifting. The readout device shall be marked at intervals of no more than 40 pounds. Test records shall show results to the nearest 20 pounds. During weighing operations, weights shall be read and recorded to the nearest 100 pounds. Before use at a new site and then at 6 -month intervals, any platform scale shall be: approved under rules of the Washington State Department of Agriculture's Weights and Measures Section, or serviced and tested with at least 10,000 pounds by an agent of its manufacturer. In either case, the Contractor shall provide the Engineer with a copy of the final test results. Any Contractor - supplied scale shall include a scale house with a floor space of at least 6 by 10 feet. The scale house shall be wind and weather tight, shall have windows for light and ventilation, shall include a door, and shall be lockable. It shall include a table, a chair, electrical power, and a space heater. The Contractor shall provide a rest room near the scale house. 1- 09.2(4) Specific Requirements for Belt Conveyor Scales This section is revised to read as follows: The Engineer may approve conveyor -belt weighing of untreated materials if the method and device meet all general requirements for weighing equipment. The recording tape, odometer, totalizer, calibration adjustment, and clock -time imprinter shall be kept locked and the Engineer shall retain all keys. All belt- conveyor scales shall comply with the requirements for Belt - Conveyor Scales in the National Bureau of Standards Handbook No. 44, except where these specifications modify those requirements. A static load test shall be made: each day after the belt- conveyor has run continuously for about 30 minutes, and again, immediately after the air temperature changes significantly. If the static load test reveals a need for adjustment, the Contractor shall perform a chain test. The Contractor shall make the computation of the test chain calibration, the calibration procedures and results, and related records available for the engineer's review. The test chain shall be clearly marked with its calibration, carried in a suitable container, and kept immediately available for testing. 1- 09.2(5) Measurement This section is revised to read as follows: Scale Verification Checks Regardless of the type of scale used, a scale verification test shall be performed daily. The Contractor shall designate a separate, certified, platform scale or a separate commercial platform scale, independent of the scale used for weighing construction materials, to be used for scale verification checks. Each batch, hopper or platform scale will be tested by routing a loaded truck onto a separate certified platform scale or a separate commercial platform scale and comparing the weights. If such a separate scale is not reasonably available, the Engineer may approve a 2000 WSDOT AMENDMENTS AM -9 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 Contractor request to use an alternate method of scale verification checks as described on Form 422 -027, "Scaleman's Daily Report" and as appropriate for the type of scale. To test the accuracy of a belt- conveyor scale, the Contractor shall weigh five or more payloads from sequential hauling units and compare these weights with weights of the same payloads taken on a separate certified platform scale. If the test results fluctuate, the engineer may require more than five check loads. Conveyor weights will be based on tonnage values taken from the sealed odometer at the beginning and end of each check period. If scale verification checks shows the scale has been underweighing, it shall be adjusted immediately. The Contractor shall not be compensated for any loss from underweighing. If scale verification checks show the scale has been overweighing, its operation will cease immediately until adjusted. The contracting agency will calculate the combined weight of all materials weighed after the last verification check showing accurate results. This combined weight will then be reduced for payment by the percentage of scale error that exceeds one -half of 1 percent. Minor Construction Items If the specifications and plans require weight measurement for minor construction items, the Contractor may request permission to convert volume to weight. If the Engineer approves, an agreed factor may be used to make this conversion and volume may be used to calculate the corresponding weight for payment. 1- 09.2(6) Payment This section is revised to read as follows: err The Contracting Agency will pay for no materials received by weight unless they have been weighed as required in this section or as required by another method the Engineer has approved in writing. to Unit contract prices for the various pay items of the project cover all costs related to weighing and proportioning materials for payment. These costs include but are not limited to: • furnishing, installing, certifying, and maintaining scales • furnishing a scale house • providing a weigher with a commercial scale, if necessary • providing self printing tickets, if necessary • rerouting a truck for verification weighing • assisting the engineer with scale verification checks • any other related costs associated with meeting the requirements of this section. 1 -09.6 Force Account This section is revised to read as follows: The terms of the contract or of a change order may call for work or material to be paid for by force account. If so, then the objective of this specification is to reimburse the Contractor for all costs associated with the work, including costs of labor, small tools, supplies, equipment, specialized services, materials, applicable taxes and overhead and to include a profit commensurate with those costs. The amount to be paid shall be determined as shown below: For Labor: Labor reimbursement calculations shall be based on a "Project Labor List" (List,) prepared and submitted by the Contractor and by any subContractor before that firm commences force account work. Once a List is approved by the Engineer, it shall be used to calculate force account labor payment until a new List is submitted and approved. The Engineer may compare the List to payrolls and other documents and may, at any time, require the Contractor to submit a new List. The Contractor may submit a new List at any 2000 WSDOT AMENDMENTS AM -10 e i. 0 r7 �r 1 time without such a requirement. Prior payment calculations shall not be adjusted as a result 2 of a new List. 3 4 To be approved, the List must be accurate and meet the requirements of this section. It shall 5 include regular time and overtime rates for all employees (or work classifications) expected 6 to participate in force account work. The rates shall include the basic wage and fringe 7 benefits, the current rates for Federal Insurance Compensation Act (FICA), Federal 8 Unemployment Tax Act (FUTA) and State Unemployment Tax Act (SUTA), the company's 9 present rates for Medical Aid and Industrial Insurance premiums and the planned payments 10 for travel and per diem compensation. The rates may also include an allocation of costs of 11 safety and health testing. This allocation shall assure that the amount included for force 12 account is reasonably proportional to the total costs applied to all work. 13 14 In the event that an acceptable initial List or requested revised List is not received by the time 15 that force account calculations are begun, the Engineer will develop a List unilaterally, 16 utilizing the best data available, that will be used until a Contractor's List is received and 17 approved. Again, prior calculations, prepared using the Engineer's List, will not be revised as 18 a result of differences with the Contractor's List. 19 20 The hourly rates established in the current "Project Labor List" shall be applied to the hours 21 of work recorded by the Engineer. The hours of work shall include all hours that are 22 contractual obligations of the Contractor or are customary payments by the Contractor to all 23 employees. 24 25 In addition to compensation for direct labor costs defined above, the Contracting Agency will 26 pay the Contractor 26 percent of the sum of the costs calculated for labor reimbursement to 27 cover project overhead, general company overhead, profit, bonding, insurance, Business & 28 Occupation tax, and any other costs incurred. 29 30 2. For Materials: The Contracting Agency will reimburse invoice cost for Contractor- supplied 31 materials. For the purpose of this provision, "Materials" shall include those items incorporated 32 into the work, supplies used during the work and items consumed. This cost shall include 33 freight and handling charges and applicable taxes. Before work is started, the Engineer may 34 require the Contractor to obtain multiple quotations for the materials to be utilized and select 35 the vendor with prices and terms most advantageous to the Contracting Agency. 36 37 The Contracting Agency will provide a list of the types and quantities of Contractor - supplied 38 materials witnessed by the Contracting Agency as being utilized in force account work. The 39 list will be furnished promptly after the material is incorporated, on a daily basis unless 40 agreed otherwise. The Contractor may propose corrections to the list and will supply prices 41 for the materials and other costs and return the list to the Contracting Agency. To support 42 the prices, the Contractor shall attach valid copies of vendor invoices. If invoices are not 43 available for materials from the Contractor's stocks, the Contractor shall certify actual costs 44 (at a reasonable level) by affidavit. The Engineer will review the prices and any Contractor - 45 proposed corrections and, if reasonable, approve the completed list. Once approved, the 46 prices will be utilized in the calculation of force account reimbursement for materials. 47 48 If, in the case of non - invoiced materials supported by Contractor affidavit, the price appears 49 to be unreasonable, the Engineer will determine the cost for all or part of those materials, 50 utilizing the best data available. 51 52 The Contracting Agency reserves the right to provide materials. In this case, the Contractor 53 will receive no payment for any costs, overhead, or profit arising from the value of the 54 materials themselves. Additional costs to handle and place the Agency- furnished material 55 shall be compensated as described in this specification. 56 57 In addition to compensation for direct materials cost, the Contracting Agency will pay the 58 Contractor 21 percent of the sum of the costs calculated for materials reimbursement to 59 cover project overhead, general company overhead, profit, bonding, insurance, Business & 60 Occupation tax, and any other costs incurred. 61 62 3. For Equipment: The Contracting Agency will reimburse the Contractor for the cost of 63 equipment utilized in the work. The equipment provided by the Contractor shall be of 2000 WSDOT AMENDMENTS AM -11 1 3 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 modern design and in good working condition. For the purpose of this provision, "provided" shall mean that the equipment is owned (either through outright ownership or through a long- term lease) and operated by the Contractor or SubContractor or that the equipment is rented and operated by the Contractor or SubContractor. Equipment that is rented with operator shall not be included here, but shall be considered a service and addressed according to section 4 of this provision. The amount of payment for any Contractor -owned equipment that is utilized shall be determined according to the version of the AGC/WSDOT Equipment Rental Agreement which is in effect at the time the force account is authorized. The rates listed in the Rental Rate Blue Book (as modified by the current AGC/WSDOT Equipment Rental Agreement) shall be full compensation for all fuel, oil, lubrication, ordinary repairs, maintenance, and all other costs incidental to furnishing and operating the equipment except labor for operation. Payment for rented equipment will be made on the basis of a valid invoice, covering the time period of the work. Before work is started, the Engineer may require the Contractor to obtain multiple quotations for the rental of equipment to be utilized and select the vendor with prices and terms most advantageous to the Contracting Agency In addition to the payments for Contractor -owned and rented equipment, one or more lump - sum payments may be made for small tools. The amount to be paid shall be determined as outlined in the AGC/WSDOT Equipment Rental Agreement. The Contracting Agency will add 21 percent to equipment costs to cover project overhead, general company overhead, profit, bonding, insurance, Business & Occupation tax, and any other costs incurred. This markup will be over and above those equipment costs and will not be adjusted for any equipment overhead amounts included in the Blue Book rates. Current copies of the Rental Rate Blue Book and the AGC/WSDOT Equipment Rental Agreement will be maintained at each Region office of the Department of Transportation (Compact Disk Version) and at each of the offices of the Associated General Contractors of America (in Seattle, Spokane, Tacoma, and Wilsonville, Oregon) where they are available for inspection. 4. For Services: Compensation under force account for specialized services shall be made on the basis of an invoice from the providing entity. A "specialized service" shall be one which is typically billed through invoice in standard industry practice. Before work is started, the Engineer may require the Contractor to obtain multiple quotations for the service to be utilized and select the provider with prices and terms most advantageous to the Contracting Agency. Except as noted below, the Contracting Agency will pay the Contractor an additional 21 percent of the sum of the costs included on invoices for specialized services to cover project overhead, general company overhead, profit, bonding, insurance, Business & Occupation tax, and any other costs incurred. When a supplier of services is compensated through invoice, but acts in the manner of a subContractor, as described in Section 6 of this provision, then markup for that invoice shall be according to Section 6. "Contractor Markup on SubContractors' Work ". 5. For Mobilization: Force account mobilization is defined as the preparatory work performed by the Contractor including procurement, loading and transportation of tools and equipment, and personal travel time (when such travel time is a contractual obligation of the Contractor or a customary payment for the Contractor to all employees). Mobilization also includes the costs incurred during demobilization. Pro -rata adjustments may be made when the mobilization applies to both force account and other contract work. The Contracting Agency will pay for mobilization for off -site preparatory work for force account items provided that notice has been provided sufficiently in advance to allow the Engineer to witness the activity, if desired. Any costs experienced during mobilization activities for labor, equipment, materials or services shall be listed in those sections of the force account summary and paid accordingly. 2000 WSDOT AMENDMENTS AM -12 s e M i. go 0 .r. 1 2 3 4 5 6 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 6. For Contractor Markup on SubContractor's Work: When work is performed on a force account basis by one or more approved subContractors, by lower -tier subContractors or suppliers, or through invoice by firm(s) acting in the manner of a subContractor, the Contractor will be allowed an additional markup, from the table below, applied to the costs computed for work done by each subContractor through Sections 1, 2, 3, and 4, to compensate for all administrative costs, including project overhead, general company overhead, profit, bonding, insurance, Business & Occupation tax, and any other costs incurred. A firm may be considered to be acting as a subContractor when the Engineer observes one or more of the following characteristics: • The person in charge of the firm's activities takes an active role in managing the overall project, including extensive coordination, interpretation of plans, interaction with the Contracting Agency or management of a complex and inter - related operation. • Rented equipment is provided fueled, operated and maintained by the firm. Operators of rented equipment are supervised directly by the firm's representative. There is little interaction between the Contractor and the employees of the firm. • The firm appears to be holding the risk of performance and quality of the work. • The firm appears to be responsible for liability arising from the work. Markups on Work Performed by SubContractor(s): 1. On amounts paid for work performed by each SubContractor on each force account and calculated through Sections 1-4 up to $25,000 12% 2. On amounts greater than $25,000 up to $100,000 10% 3. On amounts greater than $100,000 7% The amounts and markup rates shall be calculated separately for each subContractor on each force account item established. The payments provided above shall be full payment for all work done on a force account basis. The calculated payment shall cover all expenses of every nature, kind, and description, including those listed above and any others incurred on the work being paid through force account. Nothing in this provision shall preclude the Contractor from seeking an extension of time or time - related damages to unchanged work arising as a result of the force account work. The amount and costs of any work to be paid by force account shall be computed by the Engineer, and the result shall be final as provided in Section 1 -05.1. An item which has been bid at a unit price or lump sum in the Proposal will not be paid as force account unless a change as defined in Section 1 -04.4 has occurred and the provisions require a payment adjustment. Items which are included in the Proposal as Force Account or which are added by change order as Force Account may, by agreement of the parties at any time, be converted to agreed unit prices or lump sums applicable to the remaining work. 1 -09.7 Mobilization This section is revised to read as follows: Mobilization consists of preconstruction expenses and the costs of preparatory work and operations performed by the Contractor which occur before 10 percent of the total original contract amount is earned from other contract items. Items which are not to be included in the item of Mobilization include but are not limited to: Any portion of the work covered by the specific contract item or incidental work which is to be included in a contract item or items. 2000 WSDOT AMENDMENTS AM -13 1 2 3 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 2. Profit, interest on borrowed money, overhead, or management costs. 3. Any costs of mobilizing equipment for force account work. Based on the lump sum contract price for "Mobilization," partial payments will be made as follows: 1. When 5 percent of the total original contract amount is earned from other contract items, excluding amounts paid for materials on hand, 50 percent of the amount bid for mobilization, or 5 percent of the total original contract amount, whichever is the least, will be paid. 2. When 10 percent of the total original contract amount is earned from other contract items, excluding amounts paid for materials on hand, 100 percent of the amount bid for mobilization, or 10 percent of the total original contract amount, whichever is the least, will be paid. s e 3. When the physical completion date has been established for the project, payment of any amount bid for mobilization in excess of 10 percent of the total original contract amount will be paid. ig Nothing herein shall be construed to limit or preclude partial payments otherwise provided by the contract. SECTION 1 -10, TEMPORARY TRAFFIC CONTROL October 2, 2000 1- 10.2(3) Conformance to Established Standards The section is revised to read as follows: Flagging, signs, and all other traffic control devices furnished or provided shall conform to the standards established in the latest adopted edition of the "Manual on Uniform Traffic Control Devices" ( MUTCD) published by the U.S. Department of Transportation and the Modifications to the MUTCD for Streets and Highways for the State of Washington. Copies of the MUTCD may be purchased from the Superintendent of Documents, U.S. Government Printing Office, Washington, D.C. 20402. Modifications to the MUTCD for Streets and Highways for the State of Washington may be obtained from the Department of Transportation, Olympia, Washington 98504. In addition to the standards of the MUTCD described above, the Contracting Agency has scheduled the implementation of crashworthiness requirements for all workzone devices. The National Cooperative Highway Research Project ( NCHRP) Report 350 has established requirements for crash testing. Workzone devices are divided into four categories. Each of those categories and the schedule for implementation is described: Category 1 includes those items that are small and lightweight, channelizing, and delineating devices that have been in common use for many years and are known to be crashworthy by crash testing of similar devices or years of demonstrable safe performance. These include cones, tubular markers, flexible delineator posts, and plastic drums with no attachments. All Category 1 devices used by the project shall meet the requirements of NCHRP 350 as certified by the manufacturer of the device. The Contractor shall obtain the manufacturer's certification documentation for all such devices purchased and shall keep the documentation available for inspection throughout the life of the project. Category 2 includes devices that are not expected to produce significant vehicular velocity change, but may otherwise be hazardous. Examples of this class are barricades, portable sign supports and signs, intrusion alarms and vertical panels . Any new Category 2 device bi purchased after October 1, 2000 shall meet the requirements of NCHRP 350. Existing equipment, purchased prior to October 1, 2000, may be used on the project until December 31, 2007. For the purpose of definition, a sign support and sign shall be considered a single unit. A new sign may be purchased for an existing sign support and the entire unit will be defined as "existing equipment." The contract documents will contain provisions that list all Category 2 devices deemed compliant with NCHRP 350 and acceptable for use on the project. The 2000 WSDOT AMENDMENTS AM -14 2 0 u M 0 1 Contractor may select from that list when obtaining new equipment or may submit other products 2 for the Engineer's consideration. 3 4 Category 3 is for hardware expected to cause significant velocity changes or other potentially 5 harmful reactions to impacting vehicles. Barriers, fixed sign supports, crash cushions, truck 6 mounted attenuators (TMA's) and other work zone devices not meeting the definitions of 7 Category 1 or 2 are examples from this category. Many Category 3 devices are defined in the 8 design of the project. Where this is the case, NCHRP 350 requirements have been incorporated 9 into the design and the Contractor complies with the requirements by constructing according to 10 the plans and specifications. Where the device is a product chosen by the Contractor, the device 11 chosen must be compliant with the requirements of NCHRP 350. 12 13 Category 4 includes portable or trailer- mounted devices such as Arrow Displays, Temporary 14 Traffic Signals, Area Lighting Supports, and Portable Changeable Message Signs. After October 15 1, 2002, this class of devices may only be used if they are placed behind crashworthy barriers or 16 shielded with Truck - Mounted attenuators or crash cushions. 17 18 The condition of signs and traffic control devices shall be new or "acceptable" as defined in the 19 book Quality Standards for Work Zone Traffic Control Devices, and will be accepted based on a 20 visual inspection by the Engineer. The Engineer's decision on the condition of a sign or traffic 21 control device shall be final. When a sign or traffic control device becomes classified as "not 22 acceptable" it shall be removed from the project and replaced within 12 hours. 23 24 SECTION 1 -99, APWA SUPPLEMENT 25 April 30, 2001 26 Page 1-109,11-011.3 Definitions (APWA Only) 27 This section is supplemented with the following: 28 29 Traffic (APWA Only) 30 Both vehicular and non - vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and 31 equestrian traffic. 32 33 Page 1 -113, The following is added to page 1 -113: 34 35 SECTION 1 -03.3 IS SUPPLEMENTED BY REVISING THE THIRD PARAGRAPH TO 36 READ: 37 1 -03.3 Execution of Contract (APWA only) 38 If the bidder experiences circumstances beyond their control that prevents return of the contract 39 documents within 10 calendar days after the award date, the Contracting Agency may grant up to 40 a maximum of 10 additional calendar days for return of the documents, provided the Contracting 41 Agency deems the circumstances warrant it. 42 43 Page 1 -122, The following is added to page 1 -122: 45 SECTION 1- 07.23(1) IS SUPPLEMENTED BY REVISING PARAGRAPH 2 TO READ: 46 1- 07.23(1) Construction Under Traffic (APWA only) 47 To disrupt public traffic as little as possible, the Contractor shall permit traffic to pass through the 48 work with the least possible inconvenience or delay. The Contractor shall maintain existing 49 roads, streets, sidewalks, and paths within the project limits, keeping them open, and in good, 50 clean, safe condition at all times. Deficiencies caused by the Contractor's operations shall be 51 repaired at the Contractor's expense. Deficiencies not caused by the Contractor's operations 52 shall be repaired by the Contractor when directed by the Engineer, at the Contracting Agency's 53 expense. The Contractor shall also maintain roads, streets, sidewalks, and paths adjacent to the 54 project limits when affected by the Contractor's operations. Snow and ice control will be 55 performed by the Contracting Agency's expense. The Contractor shall perform the following: 56 57 1. Remove or repair any condition resulting from the work that might impede traffic or 58 create a hazard. 59 60 2. Keep existing traffic signal and highway lighting systems in operation as the work 61 proceeds. (The Contracting Agency will continue the route maintenance on such 62 system.) 2000 WSDOT AMENDMENTS AM -15 1 2 3. Maintain the striping on the roadway at the Contracting Agency's expense. The 3 Contractor shall be responsible for scheduling when a renew striping, subject to the 4 approval of the Engineer. When the scope of the project does not require work on the 5 roadway, the Contracting Agency will be responsible for maintaining the striping. 6 7 4. Maintain existing permanent signing. Repair of signs will be at the Contracting Agency's 8 expense, except those damaged due to the Contractor's operations. 9 10 5. Keep drainage structures clean to allow for free flow of water. Cleaning of existing 11 drainage structures will be at the Contracting Agency's expense when approved by the 12 Engineer, except when flow is impaired due to the Contractor's operations. 13 6 14 SECTION 1- 07.23(2) IS SUPPLEMENTED BY REVISING PARAGRAPH 1 TO READ: 15 1- 07.23(2) Construction and Maintenance of Detours (APWA only) 16 Unless otherwise approved, the Contractor shall maintain two -way traffic during construction. tj 17 The Contractor shall build, maintain in a safe condition, keep open to traffic, and remove when no 18 longer needed: 19 20 1. Detours and detour bridges that will accommodate traffic diverted from the roadway, 21 bridge, sidewalk, or path during construction, 22 23 2. Detour crossings of intersecting highway, and 24 25 3. Temporary approaches. 26 27 Page 1 -125, The following is revised: 28 29 "g. Property owner releases per Section 1- 07.24" is revised to read: 30 31 "f. Property owner releases per Section 1- 07.24" 32 33 Page 1 -125, The following is added to page 1 -125: 34 35 SECTION 1 -08.7 IS SUPPLEMENTED BY REVISING PARAGRAPH 2 TO READ: 36 1 -08.7 Maintenance During Suspension (APWA only) 37 At no expense to the Contracting Agency, the Contractor shall provide through the construction 38 area a safe, smooth, and unobstructed roadway, sidewalk, and path for public use during 39 suspension (as required in Section 1 -07.23 or the Special Provision). This may include a 40 temporary road or detour. 41 42 Page 1-125,11-09.9 Payments (APWA Only) 43 The sixth item in the third paragraph is revised to read: 44 45 Retainage Per Section 1- 09.9(1). 46 47 Page 1 -126, The following is added to page 1 -126: 48 49 SECTION 1 -10.1 IS SUPPLEMENTED BY REVISING PARAGRAPH 1 TO READ: 50 1 -10.1 General (APWA only) 51 The Contractor shall provide flaggers, signs, and other traffic control devices not otherwise 52 specified as being furnished by the Contracting Agency. The Contractor shall erect and maintain 53 all construction signs, warning signs, detour signs, and other traffic control devices necessary to 54 warn and protect the public at all times from injury or damage as a result of the Contractor's 55 operations which may occur on highways, roads, streets, sidewalks, or paths. No work shall be 56 done on or adjacent to any traveled way until all necessary signs and traffic control devices are in 57 place. 58 59 SECTION 2 -01, CLEARING, GRUBBING, AND ROADSIDE CLEANUP 60 August 6, 2001 61 2- 01.3(1) Clearing 62 This section is revised to read as follows: 2000 WSDOT AMENDMENTS AM -16 L aw ,o M to 1 2 The Contractor shall: 3 4 1. Fell trees only within the area to be cleared. 5 6 2. Close -cut parallel to the slope of the ground all stumps to be left in the cleared area 7 outside the slope stakes. 8 9 3. Close cut all stumps that will be buried by fills 5 feet or less in depth. 10 11 4. Follow these requirements for all stumps that will be buried by fills deeper than 5 feet: 12 13 a. Close -cut stumps under 18 inches in diameter. 14 15 b. Trim stumps that exceed 18 inches in diameter to no more than 12 inches 16 above original ground level. 17 18 5. Leave standing any trees or native growth indicated by the Engineer. 19 20 6. Trim all trees to be left standing to the height specified by the Engineer, neatly cutting all 21 limbs close to the tree trunk. 22 23 7. Thin clumps of native growth as the Engineer may direct. 24 25 8. Protect, by fencing if necessary, all trees or native growth from any damage caused by 26 construction operations. 27 28 2- 01.3(2) Grubbing 29 This section is revised to read as follows: 30 31 The Contractor shall: 32 33 1. Grub deep enough to remove all stumps, large roots, buried logs, and other vegetative 34 material. 35 36 2. Grub all areas: 37 38 a. Indicated by the Engineer or by the Special Provisions. 39 40 b. To be excavated, including area staked for slope treatment. 41 42 c. Where subdrainage trenches will be dug, unsuitable material removed, or 43 structures built. 44 45 d. In which hillsides or existing embankments will be terraced as described in 46 Section 2- 03.3(14). 47 48 e. Upon which embankments will be placed, except where the subgrade or slope 49 elevation exceeds 5 feet above the natural ground surface, the Contractor may 50 close cut all trees, stumps, and large roots less than 18 inches in diameter 51 52 A contract may include grubbing without mentioning clearing or roadside cleanup. In that case, 53 the Contractor shall remove and dispose of all upturned stumps and roots of windfalls that lie 54 within the cleared area of the right of way, even though they are outside the area staked for 55 grubbing. Such work shall be incidental to other work covered by the Contract. 56 57 SECTION 2 -02, REMOVAL OF STRUCTURES AND OBSTRUCTIONS 58 August 6, 2001 59 2- 02.3(3) Removal of Pavement, Sidewalks, and Curbs 60 This section is revised to read as follows: 61 62 In removing pavement, sidewalks, and curbs, the Contractor shall: 2000 WSDOT AMENDMENTS AM -17 1 2 1. Haul broken -up pieces into the roadway embankment or to some off - project site. 3 4 2. Material that is to be incorporated into the embankment shall be broken into pieces not 5 exceeding 18 inches in any dimension, and no part of any piece shall be within three 6 feet of the top, side, or end surface of the embankment or any structure. 7 8 3. Make a vertical saw cut between any existing pavement, sidewalk, or curb that is to 9 remain and the portion to be removed. 10 11 4. Replace at no expense to the Contracting Agency any existing pavement designated to 12 remain that is damaged during the removal of other pavement. 13 14 2 -02.5 Payment 15 This section is supplemented with the following: 16 fib 17 If pavements, sidewalks, or curbs lie within an excavation area, their removal will be paid for as 18 part of the quantity removed in excavation. 19 20 SECTION 2 -03, ROADWAY EXCAVATION AND EMBANKMENT 21 August 6, 2001 22 2- 03.3(11) Slides 23 The third paragraph is revised to read as follows: 24 25 If the Contractor undercuts or destroys a slope, or has failed to implement erosion control devices 26 as shown in the Contract, in the TESC plan, or as directed by the Engineer, it shall be resloped to 27 28 the original alignment or to a new one established by the Engineer at no expense to the Contracting Agency. 29 of the structure excavation Class A shall be classified as shoring or extra excavation Class A. 30 2- 03.3(14)D Compaction and Moisture Control Tests 31 This section is revised to read as follows: 32 excavation Class B shall be classified as shoring or extra excavation Class B. 33 Maximum density for materials with 30 percent or more, by weight retained on the U.S. No. 4 34 35 sieve shall be determined using WSDOT Test Method No. 606. The maximum density and 55 optimum moisture for materials with less than 30 percent, by mass, retained on the U.S. No. 4 36 sieve shall be determined using WSDOT FOP for AASHTO T 99. 37 Definitions 38 In place density will be determined using WAQTC FOP for TM 7 and WSDOT SOP for T 615. 39 shoring shall provide lateral support of soils and limit lateral movement of soils supporting structures, utilities, railroads, etc., such that these items are not damaged as a result of the lateral 40 SECTION 2 -09, STRUCTURE EXCAVATION 41 August 6, 2001 42 2- 09.3(2) Classification of Structure Excavation 43 The section is revised to read as follows: 44 45 46 1. Class A. Structure excavation required for bridge and retaining wall footings, pile caps, seals, and wingwalls shall be classified as structure excavation Class A. If the excavation 47 requires a cofferdam, structural shoring, or extra excavation, the work outside the neat lines 48 of the structure excavation Class A shall be classified as shoring or extra excavation Class A. 49 50 51 2. Class B. All other structure excavation shall be Class B. If this excavation requires cofferdams, shoring, or extra excavation, the work outside the neat lines of the structure 52 excavation Class B shall be classified as shoring or extra excavation Class B. 53 54 2- 09.3(3)D Shoring and Cofferdams 55 The section is revised to read as follows: 56 57 Definitions 58 Structural shoring is defined as a shoring system that is installed prior to excavation. Structural 59 60 shoring shall provide lateral support of soils and limit lateral movement of soils supporting structures, utilities, railroads, etc., such that these items are not damaged as a result of the lateral 61 movement of the supporting soils. 2000 WSDOT AMENDMENTS AM -18 do W w 1 2 3 4 5 6 7 8 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 Structural shoring systems includes driven cantilever sheet piles, sheet piles with tiebacks, sheet pile cofferdams with wale rings or struts, prestressed spud piles, cantilever soldier piles with lagging, soldier piles with lagging and tiebacks, and multiple tier tieback systems. Trench boxes, sliding trench shields, jacked shores, and shoring systems which are installed after excavation are not allowed as structural shoring. A cofferdam is any watertight enclosure, sealed at the bottom and designed for the dewatering operation, that surrounds the excavated area of a structure. The Contractor shall use steel sheet pile or interlocking steel pile cofferdams in all excavation that is under water or affected by ground water. Submittals and Design Requirements The Contractor shall submit working drawings and calculations showing the proposed methods and construction details of structural shoring or cofferdams in accordance with Sections 6 -01.9 and 6- 02.3(16). The Contractor shall not begin construction of structural shoring or cofferdams, nor begin excavation operations, until approval of the structural shoring submittal has been given by the Project Engineer. Structural shoring and cofferdams shall be designed for conditions stated in this Section using methods shown in the USS Steel Sheet Piling Design Manuals, published by United States Steel, and Division I Section 5 of the AASHTO Standard Specifications for Highway Bridges Sixteenth Edition - 1996 and current interims, and as described in the Foundations and Earth Structures - Design Manual 7.2 May 1982 published by the Department of the Navy. Allowable stresses for materials shall not exceed stresses and conditions allowed by Section 6- 02.3(17)6. The structural shoring system shall be designed for site specified conditions which shall be shown and described in the working drawings. Examples of such items that shall be shown on the structural shoring submittal and supported by calculations include, but are not limited to, the following: Soil properties; heights; soil slopes; soil benches; water tables; and controlling cross sections showing adjacent existing foundations and utilities. 2. Location and weight of construction equipment adjacent to the excavation; location of adjacent traffic; and structural shoring system material properties, spacing, size, connection details, weld sizes, and embedment depths. 3. Structural shoring installation and construction sequence, procedure, length of time for procedure and time between operations; proof load testing procedure if any; deadman anchor design and geometry; no load zones; grouting material and strengths; and a list of all assumptions. 4. Methods and materials to be used to fill voids behind lagging, when soldier piles with lagging are used as structural shoring. Construction Requirements Structural shoring or cofferdams shall be provided for all excavations near completed structures (foundations of bridges, walls, or buildings), near utilities, and near railroads. All other excavations 4 feet or more in depth shall either be shored with structural shoring or cofferdams, or shall meet the open -pit requirements of Section 2- 09.3(3)6. Existing foundations shall be supported with structural shoring if the excavation is within the limits defined by a plane which extends out from the nearest edge of the existing footing a level distance of 1/2 the width of the existing footing and then down a slope of 1 -1/2 horizontal to 1 vertical. When structural shoring or cofferdams are utilized, all excavation and structural shoring shall be constructed in accordance with the approved structural shoring submittal, including any required construction sequence noted in the working drawings. The Contractor shall remain responsible for satisfactory results. 2000 WSDOT AMENDMENTS AM -19 2 3 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 If soldier piles are placed in drilled holes, then the hole shall be filled to the top of the soldier pile either with controlled density fill, if water is not present in the hole, or lean concrete. Backfilling soldier pile drilled holes with pea gravel or sand is not allowed. If lagging is used, void space behind the lagging shall be minimized. If the Engineer determines that the voids present could result in damage or serviceability problems for the structural shoring system or any structures or facilities adjacent to the structural shoring system, the Contractor shall cease excavation and lagging installation, and shall fill the voids specified by the Engineer in accordance with the approved structural shoring submittal. Further excavation and lagging placement shall not continue until the specified voids are filled to the satisfaction of the Engineer. Excavation shall not proceed ahead of lagging installation by more than 4 feet or by the height that the soil will safely stand, whichever is least. For tieback shoring systems, excavation shall not proceed ahead by more than 4 feet of the tie installation and proof testing. In using cofferdams or structural shoring, the Contractor shall: 1. Extend cofferdams well below the bottom of the excavation, and embed structural shoring as shown in the structural shoring submittal as approved by the Engineer. 2. Provide enough clearance for constructing forms, inspecting concrete exteriors, and pumping water that collects outside the forms. If cofferdams tilt or move laterally during placement, the Contractor, at no expense to the Contracting Agency, shall straighten or enlarge them to provide the required clearance. 3. Secure the cofferdam in place to prevent tipping or movement. 4. Place structural shoring or cofferdams so that they will not interfere with any pile driving required. 5. Not place any shoring, braces, or kickers inside the cofferdams and structural shoring which will induce stress, shock, or vibration to the permanent structure. 6. Vent cofferdams at the elevation commensurate with seal weight design, or as shown in the Plans. 7. Remove all bracing extending into the concrete being placed. When the work is completed, the Contractor shall: Remove all structural shoring to at least 2 feet below the finished ground line. 2. Remove all cofferdams to the natural bed of the waterway. 2- 09.3(4) Construction Requirements, Structure Excavation, Class B The first sentence of the first paragraph is revised to read as follows: The above requirements for structure excavation Class A, shall apply also to structure excavation Class B except as revised below. The first sentence of the fifth paragraph is revised to read as follows: Trench boxes may be used for structure excavation, Class B. Approval of trench boxes can be done by the Project Engineer provided it is not used to support adjacent traffic, existing footings, or other structures. SECTION 2 -12, CONSTRUCTION GEOTEXTILE August 6, 2001 2- 12.3(5) Temporary Silt Fences This section is deleted. 2000 WSDOT AMENDMENTS AM -20 e e e A e «. M 4► .0 dw a. to ar 1 2 -12.4 Measurement 2 The second paragraph, dealing with "Temporary Silt Fence ", is deleted. 3 4 2 -12.5 Payment 5 The bid item "Construction Geotextile for Temporary Silt Fence ", per linear foot is deleted. 7 SECTION 3 -01, PRODUCTION FROM QUARRY AND PIT SITES 8 May 29, 2001 9 3 -01.5 Measurement 10 In the chart, the reference to A/4 -Inch Sieve" is revised to read "U.S. No. 4 ". 11 12 SECTION 3 -02, STOCKPILING AGGREGATES 13 June 26, 2000 14 3- 02.3(1) Asphalt Concrete Aggregates 15 This section is deleted. 16 17 SECTION 4 -06, ASPHALT TREATED BASE 18 June 26, 2000 19 4- 06.3(7) Density 20 The first sentence is revised to read as follows: 21 22 The asphalt treated base shall be compacted to a density of not less than 80 percent of the 23 maximum theoretical density established for the mix by WSDOT FOP for AASHTO T 209. 24 25 SECTION 5 -02, BITUMINOUS SURFACE TREATMENT 26 May 29, 2001 27 5- 02.3(3) Application of Asphalt 28 In the Application Rate Chart, under "Aggregate Size (In.)" all references to "1/4" are revised to "No. 29 4 ". 30 31 SECTION 5 -04, ASPHALT CONCRETE PAVEMENT 32 August 13, 2001 33 5 -04.2 Materials 34 The third paragraph is revised to read: 35 36 The Contractor shall have the option of utilizing recycled asphalt pavement (RAP) in an amount 37 up to 20 percent of total aggregate weight in combination with new aggregate in the production of 38 asphalt concrete pavement. The RAP may be from asphalt concrete removed under the contract, 39 if any, or old asphalt concrete from an existing stockpile. Recycled materials shall not be used in 40 asphalt concrete Class D. 41 42 The fifth paragraph is supplemented with the following: 43 44 The Contractor may substitute alternate grades of PG asphalt cements at no cost to the 45 Contracting Agency. The alternate PG asphalt cement shall have an average 7 -day maximum 46 pavement design temperature that is equal to or higher, and a minimum pavement design 47 temperature that is equal to or lower than the specified PG asphalt cement. The Contractor shall 48 designate in writing the grade of PG asphalt cement to be used prior to submittal of the mix 49 design. Only one PG asphalt cement will be allowed for each class of asphalt concrete 50 pavement. 51 52 5- 04.3(1)A Requirements For All Plants 53 The last sentence in #4 is revised to read as follows: 54 55 Provisions shall be made for measuring the asphalt in the storage tank and a valve shall be 56 placed in either the supply line to the mixer or the storage tank for sampling the material. 57 2000 WSDOT AMENDMENTS AM -21 1 5- 04.3(5)A Preparation of Existing Surfaces 2 This section is revised to read as follows: 3 4 Before construction of an asphalt concrete pavement on an existing paved surface, the entire 5 surface of the pavement shall be clean. All fatty asphalt patches, grease drippings, and other 6 objectionable matter shall be entirely removed from the existing pavement. All excess asphalt 7 joint filler shall be completely removed and all premolded and rubberized joint filler shall be 8 removed to a minimum 1/2 inch below the surface of the existing pavement. All pavements or 9 bituminous surfaces shall be thoroughly cleaned of dust, soil, pavement grindings, and other 10 foreign matter. All holes and small depressions shall be filled with an appropriate class of asphalt 11 concrete mix and the surface of the patched area shall be leveled and compacted thoroughly. 12 13 Unless otherwise approved by the Engineer, the tack coat shall be CSS -1, CSS -1 h, or STE -1 14 emulsified asphalt. The CSS -1 and CSS -1h emulsified asphalt may be diluted with water at a 15 rate not to exceed one part water to one part emulsified asphalt. The emulsified asphalt shall be 16 applied within the temperature range specified in Section 5- 02.3(3). 17 18 A tack coat of asphalt shall be applied at the rate of 0.02 to 0.08 gallons of residual asphalt per 19 square yard to all paved surfaces on which any course of asphalt concrete is to be placed or 20 abutted. Tack coat shall be uniformly applied to cover the existing pavement with a thin film of 21 residual asphalt free of streaks and bare spots. The spreading equipment shall be equipped with 22 a thermometer to indicate the temperature of the tack coat material. 23 24 Equipment shall not operate on tacked surfaces until the tack has broken and cured. If the 25 Contractor's operation damages the tack coat it shall be repaired to the satisfaction of the 26 Engineer prior to placement of the asphalt concrete pavement. 27 28 5- 04.3(5)C Crack Sealing 29 In number 1., the reference to "1/4 inch" is revised to read "No. 4 ". 30 31 5- 04.3(7)A Mix Design 32 The first paragraph revised to read: 33 34 The Contractor shall obtain representative samples from the mineral aggregate stockpiles, and 35 blend sand sources to be used for ACP production and submit them for development of a mix 36 design. Sample submittal shall include asphalt cement sources, production mix gradation and 37 combining ratios of mineral aggregate stockpiles and blend sand that will be used in production. 38 This will be the basis for the mix design and job mix formula. The Contractor shall allow 15 39 working days for this approval and design once the aforementioned information and material has 40 been received at the Materials Laboratory. Additional time may be required if the proportions will 41 not make an adequate design as determined by the Engineer, or if the Contractor requests more 42 than one asphalt cement source approval. The Contractor is also advised that production of the 43 asphalt concrete shall not commence until the job mix design has been established. Adjustments 44 to the Job Mix Formula may be made per Section 9- 03.8(6)A. 45 46 5- 04.3(8) Mixing 47 In the second paragraph, the last sentence is deleted. 48 49 5- 04.3(8)A Acceptance Sampling and Testing 50 Section 3.A.(2) the reference to " WSDOT Test Method 712" is revised to "WAQTC FOP for AASHTO 51 T 168 ". 52 53 Section 3.C, the referenced sieve sizes for deviation are revised to read as follows: 54 55 No. 4 sieve and larger ±4 percent 56 No. 6 sieve to No. 80 sieve ±2 percent 57 No. 100 and No. 200 sieve ±0.4 percent 58 Asphalt % ±0.3 percent 59 60 Section 3.D is revised to read as follows: 61 62 Test Methods. Acceptance testing for compliance of asphalt content will be WSDOT FOP for 63 AASHTO Test Method T 308. 2000 WSDOT AMENDMENTS AM -22 e W A AW UW No no 1 2 Acceptance testing for compliance of gradation will be WSDOT FOP for ASHTO T 30. 3 4 5- 04.3(10)B Control 5 In the first paragraph, the reference to " AASHTO T 209." Is revised to read as follows: 6 7 WSDOT FOP for AASHTO T 209. 8 9 In the first paragraph, the reference to " WSDOT Test Method 715" is revised to read " WSDOT FOP 10 for AASHTO T 310" and " WSDOT SOP T 729 ". 11 12 5- 04.3(14) Planing Bituminous Pavement 13 The fourth sentence of the fourth paragraph is revised to read as follows: 14 15 Unless otherwise provided, the Contractor shall provide a waste site for the disposal of these 16 materials as specified in Section 2- 03.3(7)C. 17 18 5 -04.4 Measurement 19 The fourth paragraph is revised to read: 20 21 All costs for asphalt for tack coat shall be included in the unit contract price per ton of the asphalt 22 concrete pavement. 23 24 5 -04.5 Payment 25 The sixth and seventh paragraphs are deleted. 26 27 5- 04.5(1)A Price Adjustments for Quality of AC Mix 28 In the Table of Price Adjustment Factors, under Constituent, the reference to "1/4" sieve" is revised to 29 read "No. 4 sieve ". 30 31 SECTION 5 -05, CEMENT CONCRETE PAVEMENT 32 August 6, 2001 33 This section is revised in its entirety to read: 34 35 5 -05.1 Description 36 This work shall consist of constructing a pavement composed of Portland cement concrete on a 37 prepared subgrade or base in accordance with these Specifications and in conformity with the 38 lines, grades, thicknesses, and typical cross - sections shown in the Plans or established by the 39 Engineer. 40 41 5 -05.2 Materials 42 Materials shall meet the requirements of the following sections: 43 44 Portland Cement 9 -01 45 Fine Aggregate 9 -03 46 Coarse Aggregate 9 -03 47 Combined Aggregate 9 -03 48 Joint Filler 9 -04.1 49 Joint Sealants 9 -04.2 50 Reinforcing Steel 9 -07 51 Dowel Bars 9 -07.5 52 Tie Bars 9 -07.6 53 Curing Materials and Admixtures 9 -23 54 Water 9 -25 55 Epoxy Resins 9 -26 56 57 5 -05.3 Construction Requirements 58 5- 05.3(1) Concrete Mix Design for Paving 59 The Contractor shall provide a concrete mix design for each design of concrete specified in 60 the contract. The Contractor shall use ACI 211.1 as a guide to determine proportions. 61 Concrete strength, placability, and workability shall be the responsibility of the Contractor. 2000 WSDOT AMENDMENTS AM -23 1 2 3 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 Following approval of the Contractor's proposal, all other requirements of Section 5 -05 shall apply. Materials. Materials shall conform to Section 5 -05.2. Fine aggregate shall conform to Section 9- 03.1(2), Class 1. Coarse aggregate shall conform to Section 9- 03.1(4) AASHTO grading No. 467. An alternate combined gradation may be proposed, which has a maximum aggregate size equal to or greater than a 2" square sieve size. The combined aggregate gradation shall conform to Section 9- 03.1(5). Fly ash, if used, shall conform to Section 9 -23.9 and shall be limited to Class F with a maximum CaO content of 15 percent by weight. The fly ash shall be limited to 25 percent by weight, of the total cementious material. As an alternative to the use of fly ash and cement as separate components, a blended hydraulic cement may be used. Blended hydraulic cement shall conform to ASTM C 595 Type IP. In making calculations relative to cement factor or allowable water /cement ratio, the total cementious material shall be taken as the weight of Portland cement plus the weight of fly ash. The minimum cementitious material for any mix design shall be 565 pounds per cubic yard. 2. Submittals. The Contractor's submittal shall include the mix proportions per cubic yard and the proposed sources for all ingredients including the power plant that generated the fly ash. The mix shall be capable of providing a minimum flexural strength of 650 psi at 14 days. Evaluation of strength shall be based on statistically analyzed results of 5 beam specimens and demonstrate a quality level of not less than 80 percent analyzed in accordance with Section 1- 06.2(2)D. In addition the Contractor shall fabricate, cure, and test 5 sets of cylinders using the same mix design as used in fabrication of the beams. Compressive strength data (for both 14 and 28 day strength) shall be submitted to the Engineer for use in determination of a conversion factor of flexural strength to compressive strength, which will be used by the Engineer for strength acceptance testing. Mix designs submitted by the Contractor shall provide a unique identification for each proposal and shall include test data confirming that concrete made in accordance with the proposed design will meet the requirements of these Specifications. Test data shall be from an independent testing lab or from a commercial concrete producer's lab. If the test data is developed at a producer's lab, the Engineer or a representative may witness all testing. 3. Mix Design Modifications. The Contractor may initiate minor adjustments to the approved mix proportions. A plus or minus 200 pound variation in both the coarse and fine aggregate target weight will be allowed from the approved Contractor provided mix design weight as a modification without resubmittal. e Utilizing admixtures to accelerate the set or to increase workability will be permitted only when approved by the Engineer. The Contractor shall notify the Engineer in writing of any proposed modification. A new mix design will designate a new lot. 5- 05.3(2) Consistency The materials shall be mixed with sufficient water to produce a stiff concrete which will hold its shape when deposited upon the subgrade. Concrete placed during wet weather must be mixed with sufficient water to produce a very stiff mixture. The consistency shall be such that separation of the mortar from the coarse aggregate will not occur in handling. The water /cementious material ratio, by weight, shall not exceed 0.44. When slip form paving to equipment is used, the Contractor shall further control concrete consistency to ensure that edge slump conforms to the requirements of Section 5- 05.3(11). 5- 05.3(3) Equipment Equipment necessary for handling materials and performing all parts of the work shall be approved by the Engineer as to design, capacity, and mechanical condition. The equipment 2000 WSDOT AMENDMENTS AM -24 W to .r .. 0 0 Ir 1 shall be at the jobsite sufficiently ahead of the start of paving operations to be examined 2 thoroughly and approved. 3 4 5- 05.3(3)A Batching Plant and Equipment 5 1. General. The batching plant shall include bins, weighing hoppers, and scales for the 6 fine aggregate and for each size of coarse aggregate. If cement is used in bulk, a bin, 7 hopper, and separate scale for cement shall be included. The weighing hoppers shall 8 be properly sealed and vented to preclude dusting during operation. The batching plant 9 shall be equipped with a suitable nonresettable batch counter, which will correctly 10 indicate the number of batches proportioned. 11 12 2. Bins and hoppers. Bins with adequate separate compartments for fine aggregate and 13 for each size of the coarse aggregate shall be provided in the batching plant. 14 15 5- 05.3(3)B Mixing Equipment 16 17 1. General. Concrete may be mixed at a batching plant or wholly or in part in truck mixers. 18 Each mixer shall have attached in a prominent place a manufacturer's plate showing the 19 capacity of the drum in terms of volume of mixed concrete and the speed of rotation of 20 the mixing drum or blades. 21 22 2. Batching plant. Mixing shall be in an approved mixer capable of combining the 23 aggregates, cement, and water into a thoroughly mixed and uniform weight within the 24 specified mixing period. 25 26 Mixers shall be cleaned at suitable intervals. The pickup and throw -over blades in the 27 drum shall be repaired or replaced when they are worn down 3/4 -inch or more. The 28 Contractor shall have available at the jobsite a copy of the manufacturer's design, 29 showing dimensions and arrangements of the blades in reference to original height and 30 depth, or provide permanent marks on blades to show points of 3/4 -inch wear from new 31 conditions. Drilled holes 1/4 -inch in diameter near each end and at midpoint of each 32 blade are recommended. 33 34 3. Truck mixers and truck agitators. Truck mixers used for mixing and hauling concrete, 35 and truck agitators used for hauling plant -mixed concrete, shall conform to the 36 requirements of Section 6- 02.3(4)A. 37 38 4. Nonagitator trucks. Bodies of nonagitating hauling equipment for concrete shall be 39 smooth, mortar - tight, metal containers and shall be capable of discharging the concrete 40 at a satisfactory controlled rate without segregation. Covers shall be provided when 41 needed for protection. Plant -mixed concrete may be transported in nonagitated vehicles 42 provided that the concrete is delivered to the site of the work and discharge is completed 43 within 45 minutes after the introduction of mixing water to the cement and aggregates, 44 and provided the concrete is in a workable condition when placed. 45 46 5- 05.3(3)C Finishing Equipment 47 The standard method of constructing concrete pavement on state highways shall be with 48 approved slip -form paving equipment designed to spread, consolidate, screed, and float - 49 finish the freshly placed concrete in one complete pass of the machine so a dense and 50 homogeneous pavement is achieved with a minimum of hand finishing. On other roads and 51 on WSDOT projects requiring less than 500 square yards of cement concrete pavement or 52 requiring individual placement areas of less than 500 square yards, irregular areas, 53 intersections and at locations inaccessible to slip -form paving equipment, cement concrete 54 pavement may be placed with approved placement and finishing equipment utilizing 55 stationary side forms. Hand screeding and float finishing of cement concrete pavement may 56 only be utilized on small irregular areas as allowed by the Engineer. 57 58 5- 05.3(3)D Joint Sawing Equipment 59 The Contractor shall provide approved power driven concrete saws for sawing joints, 60 adequate in number of units and power to complete the sawing at the required rate. The 61 Contractor shall provide at least one standby saw in good working order. An ample supply of 62 saw blades shall be maintained at the site of the work at all times during sawing operations. 63 The Contractor shall provide adequate artificial lighting facilities for night sawing. All of this 2000 WSDOT AMENDMENTS AM -25 1 equipment shall be on the job both before and continuously during concrete placement. 2 Sawing equipment shall be available immediately and continuously upon call by the Engineer 3 on a 24 hour basis, including Saturdays, Sundays and holidays. 4 5 5- 05.3(3)E Smoothness Testing Equipment 6 The Contractor shall provide a California -type computerized profilograph, complete with 7 recorder, for determining the profile index of the pavement according to WSDOT Test 8 Method No. 807. The profilograph shall be on the project, calibrated, in good working 9 condition, and ready for operation before construction of any concrete pavement begins. 10 The operator shall be competent and experienced in operation of the equipment. 11 12 5- 05.3(4) Measuring, and Batching Materials 13 The batch plant site, layout, equipment, and provisions for transporting material shall ensure 14 a continuous supply of material to the work. 15 16 1. Measuring Materials 40 17 18 a. Aggregates. The fine aggregate and each size of coarse aggregate shall be 19 measured by weighing, the weight for the particular aggregates used being 20 proportional to their respective bulk specific gravities. The weighing of each size of 21 material shall be a separate and distinct operation. 22 23 Corrections shall be made for variations in weight of materials due to the moisture 24 content. 25 26 The equipment for weighing aggregates shall conform to the requirements of 27 Section 1 -09.2. 28 29 b. Cement: Cement shall be weighed on scales meeting the requirements of Section 30 1 -09.2. Adequate provision shall be made to prevent loss of cement between the 31 batch box and the mixer. 32 33 c. Water: Water may be measured either by volume or by weight. The accuracy of 34 measuring the water shall be within a range of error of not over 1 percent. 35 36 2. Batching Materials. On all projects requiring more than 2500 cubic yards of Portland 37 cement concrete for paving, the batching plant shall be equipped to proportion 38 aggregates and cement by weight by means of automatic and interlocked proportioning so 39 devices of approved type. 40 41 5- 05.3(4)A Acceptance of Portland Cement Concrete Pavement 42 Acceptance of Portland cement concrete pavement shall be as under statistical 43 provided or nonstatistical acceptance. Determination of statistical or nonstatistical shall be based on 44 proposal quantities and shall consider the total of all bid items involving of a specific class. 45 46 Statistical acceptance will apply only to contracts advertised, awarded and administered by 47 WSDOT, unless specifically provided otherwise in the Special Provisions. Contracting 48 agencies other than WSDOT must specifically invoke statistical acceptance in their Special 49 Provisions if it is desired. 50 51 Statistical Acceptance, (1) applies only to WSDOT projects, (2) is administered under the 52 provisions of Section 5 -05.5, and (3) will be used for a class of mix when the proposal so 53 quantities for that class of mix is 1500 cubic yards or greater. 54 55 Nonstatistical Acceptance will be used (1) for a class of mix when the proposal quantities for 56 that class of mix is less than 1500 cubic yards and (2) all contracts advertised, awarded and 57 administered by agencies other than WSDOT. 58 59 The point of acceptance will be per WAQTC FOP for TM 2 (Western Alliance for Quality 60 Transportation Construction) or at the point of discharge when a pump is used. 61 62 Acceptance of Concrete. The concrete producer shall provide a certificate of compliance for 63 each truckload of concrete in accordance with Section 6- 02.3(5)B. 2000 WSDOT AMENDMENTS AM -26 ow 4W rn M W rr+ 1 2 For the purpose of acceptance sampling and testing, a lot is defined as the total quantity of 3 material to be used that was produced for the same class of mix . All of the test results 4 obtained from the same material shall be evaluated collectively and shall constitute a lot. 5 The quantity represented by each sample will constitute a sublot. Sampling and testing for 6 statistical acceptance shall be performed on a random basis at the frequency of one sample 7 per sublot. Sublot size shall be determined to the nearest 10 cubic yards to provide not less 8 than three uniform sized sublots with a maximum sublot size of 500 cubic yards. 9 10 The Engineer will furnish the Contractor with a copy of the results of all acceptance testing 11 performed within 2 working days after testing. The Engineer will also provide the Composite 12 Pay Factor (CPF) of the completed sublots after three have been tested. 13 14 Acceptance testing for compliance of air content and 28 day compressive strength shall be 15 conducted from samples prepared according to WAQTC FOP TM 2. Air content shall be 16 determined by conducting WAQTC FOP for AASHTO T 152. If the Contractor fails to 17 provide the Aggregate Correction Factor per WAQTC FOP for AASHTO T 152 with the mix 18 design, one will not be applied. Compressive Strength shall be determined by WSDOT FOP 19 for AASHTO T 23 and WSDOT FOP for AASHTO T 22. 20 21 The quality limits as defined in section 1- 06.2(2)D shall be as follows. The lower quality limit 22 for Air Content shall be 3.0 % the upper quality limit for Air Content shall be 7.0 %. The 23 lower quality limit for compressive strength shall be 1000 psi less than that established in the 24 mix design as the arithmetic mean of the five sets of 28 day compressive strength cylinders, 25 or 3000 psi, whichever is higher. These compressive strength cylinders are to be cast at the 26 same time as the flexural beams that were used to pre - qualify the mix design under section 27 5- 05.3(1). There is no upper quality limit for 28 day compressive strength. 28 29 The price adjustment factor defined in section 1- 06.2(2)D shall be six (6) for compressive 30 strength and four (4) for air content. 31 32 If either the air content or compressive strength is not measured in accordance with this 33 section its individual pay factor will be considered to be 1.00 in calculating the Composite 34 Pay Factor. 35 36 Rejection of Concrete: 37 38 1. Rejection by the Contractor: The Contractor may, prior to sampling, elect to remove any 39 defective material and replace it with new material at no expense to the Contracting 40 Agency. Any such new material will be sampled, tested and evaluated for acceptance. 41 42 2. Rejection without Testing. The Engineer may reject any load that appears defective 43 prior to placement. Material rejected before placement shall not be incorporated into the 44 pavement. No payment will be made for the rejected materials unless the Contractor 45 requests that the rejected material be tested. If the Contractor elects to have the 46 rejected materials tested, a sample will be taken and both the air content and strength 47 shall be tested by WSDOT. 48 49 Payment for rejected material will be based on the results of the one sample, which was 50 taken and tested. If the rejected material fails either test, no payment will be made for the 51 rejected material and in addition, the cost of sampling and testing, at the rate of $250.00 per 52 sample shall be borne by the Contractor. If the rejected material passes both tests the mix 53 will be compensated at a CPF of 1.00 and the cost of the sampling and testing will borne by 54 the Contracting Agency. 55 56 5- 05.3(5) Mixing Concrete 57 The concrete may be mixed in a batching plant or in truck mixers. The mixer shall be of an 58 approved type and capacity. Mixing time shall be measured from the time all materials are in 59 the drum. Ready -mixed concrete shall be mixed and delivered in accordance with the 60 requirements of Section 6- 02.3(4), 6- 02.3(4)A and 6- 02.3(4)B. 61 62 When mixed in a batching plant, the mixing time shall not be less than 50 seconds nor more 63 than 90 seconds. 2000 WSDOT AMENDMENTS AM -27 1 2 The mixer shall be operated at a drum speed as shown on the manufacturer's nameplate on 3 the mixer. Any concrete mixed less than the specified time shall be discarded and disposed 4 of by the Contractor at no expense to the Contracting Agency. The volume of concrete 5 mixed per batch shall not exceed the mixer's rated capacity, as shown on the manufacturer's 6 standard rating plate on the mixer. 7 8 Each concrete mixing machine shall be equipped with a device for counting automatically the 9 number of batches mixed during the day's operation. 0 10 11 Retempering concrete by adding water or by other means will not be permitted. 12 13 5- 05.3(5)A Limitations of Mixing 14 Concrete shall not be mixed, placed, or finished when the natural light is inadequate, as 15 determined by the Engineer, unless an adequate and approved artificial lighting system is 16 operated. , 17 18 Mixing and placing concrete shall be discontinued when a descending air temperature in the 19 shade away from artificial heat reaches 40 F and shall not be resumed until an ascending air 20 temperature in the shade and away from artificial heat reaches 35 F unless authorized in 21 writing by the Engineer. 22 23 When mixing and placing is authorized during cold weather, the aggregates may be heated 24 by either steam or dry heat prior to being placed in the mixer. The apparatus used shall heat 25 the mass uniformly and shall be arranged to preclude the possible occurrence of overheated 26 areas which might injure the materials. Unless otherwise authorized, the temperature of the 27 mixed concrete shall be not less than 50 F and not more than 90 F at the time of discharge to 28 into the hauling conveyance. No concrete shall be mixed with frozen aggregates. 29 30 5- 05.3(6) Subgrade 31 The subgrade shall be constructed in accordance with Section 2 -06. 32 33 The subgrade shall be prepared and compacted a sufficient distance beyond each edge of 34 the area which is to receive concrete pavement in order to accommodate the slip -form 35 equipment. Concrete shall not be placed on a frozen subgrade nor during heavy rainfall. 36 37 The subgrade shall be moist before the concrete is placed. 38 39 When the subgrade is an asphalt treated base the surface shall be clean and free of any 40 deleterious materials. When placing concrete on a treated base, the surface temperature 41 shall not exceed 90 °F. If water is used for cooling any excess water standing in pools or 42 flowing on the surface shall be removed prior to placing concrete. 43 44 5- 05.3(7) Placing, Spreading, and Compacting Concrete 45 The provisions relating to the frequency and amplitude of internal vibration shall be 46 considered the minimum requirements and are intended to ensure adequate density in the 47 hardened concrete. Referee testing of hardened concrete will be performed by cutting cores 48 from the finished pavement after a minimum of 24 hours of curing. Density determination will 49 be made based on the water content of the core as taken. WSDOT Test Method No. 810 i' 50 shall be used for the determination of core density. Reference cores will be taken at the 51 minimum rate of one for each 500 cubic yards of pavement, or fraction thereof. These same 52 cores will be used for thickness measurements as required by Section 5- 05.5(1). 53 54 The average density of the cores shall be at least 97 percent of the original mix design 55 density with no cores having a density of less than 96 percent of the original mix design 56 density. 57 58 Failure to meet the above requirement will be considered as evidence that the minimum 59 requirements for vibration are inadequate for the job conditions, and additional vibrating units 60 or other means of increasing the effect of vibration shall be employed so that the density of f 61 the hardened concrete as indicated by further referee testing shall conform to the above 62 listed requirements. Primary units of pavement, as defined in Section 5- 05.5(1), not meeting 2000 WSDOT AMENDMENTS AM -28 aw 0 or VW Ow aw 1 the prescribed minimum density shall be removed and replaced with satisfactory material. At 2 the option of the Engineer, noncomplying material may be accepted at a reduced price. 3 4 5- 05.3(7)A Slip -Form Construction 5 The concrete shall be distributed uniformly into final position by a self propelled slip -form 6 paver without delay. The alignment and elevation of the paver shall be regulated from 7 outside reference lines established for this purpose. The paver shall vibrate the concrete for 8 the full width and depth of the strip of pavement being placed and the vibration shall be 9 adequate to provide a consistency of concrete that will stand normal to the surface with 10 sharp well defined edges. The sliding forms shall be rigidly held together laterally to prevent 11 spreading of the forms. 12 13 The plastic concrete shall be effectively consolidated by internal vibration with transverse 14 vibrating units for the full width of pavement and /or a series of equally spaced longitudinal 15 vibrating units. The space from the outer edge of the pavement to the outer longitudinal unit 16 shall not exceed 9 inches. The spacing of internal units shall be uniform and not exceed 18 17 inches. 18 19 The term internal vibration means vibration by vibrating units located within the specified 20 thickness of pavement section. 21 22 The rate of vibration of each vibrating unit shall be not less than 7,500 cycles per minute, and 23 the amplitude of vibration shall be sufficient to be perceptible on the surface of the concrete 24 along the entire length of the vibrating unit and for a distance of at least 1 foot. The 25 frequency of vibration or amplitude shall be varied proportionately with the rate of travel to 26 result in a uniform density and air content. The paving machine shall be equipped with a 27 tachometer or other suitable device for measuring and indicating the actual frequency of 28 vibrations. 29 30 The concrete shall be held at a uniform consistency. The slip -form paver shall be operated 31 with as nearly a continuous forward movement as possible and all operations of mixing, 32 delivering, and spreading concrete shall be coordinated to provide uniform progress with 33 stopping and starting of the paver held to a minimum. If, for any reason, it is necessary to 34 stop the forward movement of the paver, the vibratory and tamping elements shall also be 35 stopped immediately. No tractive force shall be applied to the machine, except that which is 36 controlled from the machine. 37 38 When concrete is being placed adjacent to an existing pavement, that part of the equipment 39 which is supported on the existing pavement shall be equipped with protective pads on 40 crawler tracks or rubber -tired wheels on which the bearing surface is offset to run a sufficient 41 distance from the edge of the pavement to avoid breaking the pavement edge. 42 43 5- 05.3(7)B Stationary Side Form Construction 44 Side form sections shall be straight, free from warps, bends, indentations, or other defects. 45 Defective forms shall be removed from the work. Metal side forms shall be used except at 46 end closures and transverse construction joints where straight forms of other suitable 47 materials may be used. 48 49 Side forms may be built up by rigidly attaching a section to either top or bottom of forms. If 50 such build -up is attached to the top of metal forms, the build -up shall be of metal. 51 52 Width of the base of all forms shall be equal to at least 80 percent of specified pavement 53 thickness. 54 55 Side forms shall be of sufficient rigidity, both in the form and in the interlocking connection 56 with adjoining forms, that springing will not occur under the weight of subgrading and paving 57 equipment or from the pressure of concrete. The Contractor shall provide sufficient forms so 58 that there will be no delay in placing the concrete due to lack of forms. 59 60 Before placing side forms, the underlying material shall be at the proper grade. Side forms 61 shall have full bearing upon the foundation throughout their length and width of base and 62 shall be placed to the required grade and alignment of the edge of the finished pavement. 2000 WSDOT AMENDMENTS AM -29 1 They shall be firmly supported during the entire operation of placing, compacting, and 16 2 finishing the pavement. 3 4 Forms shall be drilled in advance of being placed to line and grade to accommodate tie bars 5 where these are specified., 6 7 Immediately in advance of placing concrete and after all subgrade operations are completed, 8 side forms shall be trued and maintained to the required line and grade for a distance 9 sufficient to prevent delay in placing concrete. 10 11 Side forms shall remain in place at least 12 hours after the concrete has been placed, and in 12 all cases until the edge of the pavement no longer requires the protection of the forms. 13 Curing compound shall be applied to the concrete immediately after the forms are removed. 14 15 Side forms shall be thoroughly cleaned and oiled each time they are used and before 16 concrete is placed against them. a 17 18 Concrete shall be spread, screeded, shaped, and consolidated by one or more self - propelled 19 machines. These machines shall uniformly distribute and consolidate concrete without 20 segregation so that completed pavement will conform to required cross section with a 21 minimum of handwork. 22 23 The number and capacity of machines furnished shall be adequate to perform the work 24 required at a rate equal to that of concrete delivery. 25 26 Concrete for the full paving width shall be effectively consolidated by means of surface 27 vibrators, in combination with internal vibrators, or by some other method of consolidation 0 28 that produces equivalent results without segregation. 29 30 When vibrators are used to consolidate concrete, the rate of vibration shall be not less than 31 3,500 cycles per minute for surface vibrators and shall be not less than 7,000 cycles per 32 minute for internal vibrators. Amplitude of vibration shall be sufficient to be perceptible on 33 the surface of the concrete more than 1 foot from the vibrating element. The Contractor shall 34 furnish a tachometer or other suitable device for measuring and indicating frequency of r 35 vibration. 36 37 Power to vibrators shall be connected so that vibration ceases when forward or backward 38 motion of the machine is stopped. No 39 40 5- 05.3(8) Joints 41 Joints in cement concrete pavement will be designated as longitudinal and transverse 42 contraction joints and longitudinal and transverse construction joints, and shall be 43 constructed as shown in the Plans and in accordance with the following provisions: 44 45 All contraction joints shall be constructed at the locations, intervals, and depths shown in ti 46 the Standard Plan. The faces of all joints shall be constructed perpendicular to the 47 surface of the cement concrete pavement. 48 49 5- 05.3(8)A Contraction Joints 50 All transverse and longitudinal contraction joints shall be formed with suitable power- driven 51 concrete saws. The Contractor shall provide sufficient sawing equipment capable of 52 completing the sawing to the required dimensions and at the required rate to control 53 cracking. The Contractor shall provide adequate artificial lighting facilities for night sawing. , 54 Joints shall not vary from the specified or indicated line by more than 3/4 inch. 55 56 Commencement of sawing transverse contraction joints will be dependent upon the setting 0 57 time of the concrete and shall be done at the earliest possible time following placement of 58 the concrete without tearing or raveling the adjacent concrete excessively. 59 60 Longitudinal contraction joints shall be sawed as required to control cracking and as soon as 61 practical after the initial control transverse contraction joints are completed. 62 2000 WSDOT AMENDMENTS AM -30 1�i O. "r 0 .. 0 "0 1 Any damage to the curing material during the sawing operations shall be repaired 2 immediately after the sawing is completed. 3 4 When cement concrete pavement is placed adjacent to existing cement concrete pavement, 5 the vertical face of all existing working joints shall be covered with building paper or other 6 suitable material. 7 8 5- 05.3(8)B Sealing Sawed Contraction Joints 9 Sawed contraction joints shall be filled with a joint sealant filler conforming to the 10 requirements of Section 9 -04.2. Joints shall be thoroughly clean at the time of sealing and if 11 the hot - poured type is used the joints shall be dry. Care shall be taken to avoid air pockets. 12 The hot - poured compound shall be applied in two or more layers, if necessary. The cold - 13 poured compound shall be applied under sufficient pressure to fill the groove from bottom to 14 top and to a point approximately 1/4 inch below the surface of the concrete. The joint filled 15 with cold - poured compound shall then be covered with a strip of nonabsorptive paper at least 16 twice as wide as the joint and the paper shall be left in place. 17 18 5- 05.3(8)C Construction Joints 19 When placing of concrete is discontinued for more than 45 minutes, a transverse 20 construction joint shall be installed. Construction joints shall be as shown in the Standard 21 Plan. 22 23 Transverse construction joints shall be constructed between cement concrete pavement and 24 reinforced concrete bridge approach slabs. 25 26 All transverse and longitudinal construction joints, including the joint between new and 27 existing pavement when widened, shall be sawed and sealed with point filler conforming to 28 the requirements of Sections 5- 05.3(8)A and 9 -04.2. 29 30 5- 05.3(9) Vacant 31 32 5- 05.3(10) Tie Bars and Dowel Bars 33 Epoxy- coated tie bars shall be placed at all longitudinal contraction and construction joints, in 34 accordance with the requirements shown in the Standard Plan. In addition, tie bars shall be 35 installed when concrete shoulders are placed as a separate - operation or when widening 36 existing pavement. 37 38 Epoxy- coated tie bars shall be placed at longitudinal construction joints between lanes in a 39 manner that the individual bars are located at the required elevation and spaced as shown in 40 the Standard Plan and in a manner that the vertical edge of the concrete is not deformed or 41 otherwise damaged during placement of the bars. 42 43 Placement tolerances for tie bars shall be within 1 inch of the middle of the concrete slab, 44 within 1 inch of being centered over the joint and placed parallel or perpendicular to 45 centerline within 1 inch of the vertical and horizontal plane. 46 47 Epoxy- coated dowel bars will be required for the construction joint at the end of _paving 48 operations each day and they shall be placed in accordance with the Standard Plan. Epoxy 49 coated dowel bars shall be placed at all transverse contraction joints as shown in the 50 contract or in accordance with the Standard Plans. All dowel bars shall have a parting 51 compound, such as curing compound, grease or other Engineer approved equal applied to 52 them prior to placement. 53 54 Placement tolerances for dowel bars shall be within 1 inch of the middle of the concrete slab, 55 within 1 inch of being centered over the transverse joint and parallel to centerline within 1/2 56 inch of the vertical and the horizontal plane. 57 58 Dowel bars that are mounted in a cage for placing shall allow for movement of the bars within 59 the cage. Cutting of stiffeners within the cage is not recommended. 60 61 When new concrete pavement is to be placed against existing cement concrete pavement, 62 epoxy- coated tie bars shall be drilled and grouted into the existing pavement with epoxy resin 63 in accordance with the Standard Plan and specified tolerances for placement of tie bars. 2000 WSDOT AMENDMENTS AM -31 1 3 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 The Contractor may use any method for drilling the holes, provided the method selected does not damage the existing concrete. Any damage caused by the Contractor's operations shall be repaired by the Contractor at no cost to the Contracting Agency and the repair shall be to the satisfaction of the Engineer. The tie bar holes shall be blown clean with compressed air before grouting. The bar shall be centered in the hole for the full length of embedment before grouting. The grout shall then be pumped into the hole around the bar in a manner that the back of the hole will be filled first. Blocking or shimming shall not impede the flow of the grout into the hole. Dams, if needed, shall be placed at the front of the holes to confine the grout. The dams shall permit the escape of air without leaking grout and shall not be removed until grout has cured in the hole. 5- 05.3(11) Finishing 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 straightedge device not less than 10 feet in length. High areas indicated by the straightedge device shall be removed by the hand -float method. Each successive check with the straightedge device shall lap the previous check path by at least 1/2 of the length of the straightedge. The requirements of this paragraph may be waived if it is successfully demonstrated that other means will consistently produce a surface with a satisfactory profile index and meeting the 10 -foot straightedge 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 concrete shall be repaired as provided in 0 section 5- 05.3(22). The pavement shall be given a final finish surface by texturing with a comb perpendicular to the centerline of the pavement. The comb shall produce striations approximately 1/8 inch to 3/16 inch in depth. Randomly space the striations from 1/2 inch to 1 1/4 inch. 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 as nearly perpendicular to the concrete surface as is practical, 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. At the beginning and end of paving each day, the Contractor shall, with an approved stamp, indent the concrete surface near the right hand edge of the panel to indicate the date, month, and year of placement. av At approximate 500 -foot intervals where designated by the Engineer the Contractor shall, with an approved stamp, indent the concrete surface near the right hand edge of the IN pavement with the stationing of the roadway. 5- 05.3(12) Surface Smoothness The pavement smoothness will be checked under supervision of the Engineer no later than 5:00 p.m. of the day following placement of concrete, with equipment furnished and operated by the Contractor. Smoothness of all pavement placed except shoulders, ramp tapers, intersections and small or irregular areas as defined by Section 5- 05.3(3) unless specified otherwise, will be measured with a recording profilograph, as specified in Section 5- 05.3(3), parallel to centerline, from which the profile index will be determined in accordance with WSDOT Test Method 807. For the purpose of qualifying the equipment and methods used by the Contractor, a daily profile index will be computed. For pavement placed in a 12 -foot width or less, the daily profile index will be the average of two profiles made approximately 3 feet from and parallel to each edge of the pavement. If the pavement is placed in a width greater than 12 feet, the daily profile index will be computed as the average of profiles made approximately 3 feet from and parallel to each edge and at the approximate location of each planned longitudinal joint. 2000 WSDOT AMENDMENTS AM -32 .. 0 0 .. 0 .. ow 1 2 The daily profile index of the finished pavement thus determined will be 7 inches per mile, or 3 less. Only equipment and methods that consistently produce a finished surface meeting this 4 requirement shall be used. Should the daily profile index exceed the rate of 7 inches per 5 mile, the paving operations shall be discontinued until other methods or equipment are 6 provided by the Contractor. Such revised methods and equipment shall again be 7 discontinued if they do not produce a finished surface having a daily profile index of 7 inches 8 per mile, or less. Operations shall not be resumed until the Engineer approves further 9 changes in methods and equipment as proposed by the Contractor. 10 11 All areas representing high points having deviations in excess of 0.3 inch as determined by 12 procedures described in WSDOT Test Method 807, shall be reduced by abrasive methods 13 until such deviations do not exceed 0.1 inch as determined by reruns of the profilograph. 14 High areas of individual profiles shall be reduced by abrasive means so that the profile index 15 will not exceed 0.7 inch in any 0.1 mile section. All high areas in excess of 0.1 inch shall be 16 reduced to 0.0 inch prior to reducing any high points of 0.1 inch or less. Low spots exceeding 17 .25 inch shall be corrected in a manner approved by the Engineer. 18 19 When any of the daily profile indexes exceed 7 inches per mile, final acceptance of the 20 pavement for smoothness parallel to the centerline will be based on profile indexes as 21 measured with the profilograph, operating by the Contractor under the supervision of the 22 Engineer, along a line parallel to the edge of pavement and each longitudinal joint and will 23 not be averaged for acceptance purposes. The final acceptance profile indexes will be 24 measured after all corrective work is complete and will demonstrate that all 0.1 -mile sections 25 on the project are within the 0.7 -inch Specification. 26 27 When cement concrete pavement abuts bridges, the finished pavement parallel to centerline 28 within 15 feet of the abutting joint shall be uniform to a degree that no variations greater than 29 1/8 inch are present when tested with a 10 -foot straightedge. 30 31 When paving intersections, small or irregular areas, as defined in Section 5- 05.3(3), surface 32 smoothness will be measured with a 10 -foot straightedge no later than 5:00 p.m. of the day 33 following the placing of the concrete. A 10 -foot straightedge will be placed parallel to the 34 centerline so as to bridge any depressions and touch all high spots. Should the surface vary 35 more than 1/8 inch from the lower edge of the straightedge, the high portion shall be reduced 36 by the Contractor to the 1/8 -inch tolerance by abrasive means at no expense to the 37 Contracting Agency. It is further provided that if reduction of high portions of the surface 38 involves breaking, dislodging, or other disturbance of the aggregates, such cutting will not be 39 permitted until the pavement has achieved its design age. If in the opinion of the Engineer 40 irregularities cannot be satisfactorily removed by such methods, the Contractor shall remove 41 and replace the pavement at no expense to the Contracting Agency. 42 43 Smoothness perpendicular to the centerline will be measured with a 10 -foot straight edge. 44 The transverse slope of the finished pavement shall be uniform to a degree such that no 45 variations greater than 1/4 inch are present when tested with a 10 -foot long straightedge laid 46 in a direction perpendicular to the centerline. Any areas that are in excess of this specified 47 tolerance shall be corrected by abrasive means. 48 49 5- 05.3(13) Curing 50 Immediately after the finishing operations have been completed and as soon as marring of 51 the concrete will not occur, the entire surface of the newly placed concrete shall be cured in 52 accordance with one of the following methods the Contractor may elect. 53 54 5- 05.3(13)A Curing Compound 55 Liquid membrane - forming concrete curing compound Type 2 meeting the requirements of 56 Section 9 -23.2 shall be applied to the entire area of the exposed surface of the concrete with 57 an approved mechanical spray machine. The spray fog shall be protected from the wind with 58 an adequate shield. It shall be applied uniformly at the rate of one gallon to not more than 59 150 square feet. 60 61 The compound shall be applied with equipment of the pressure tank or pump type equipped 62 with a feed tank agitator which ensures continuous agitation of the compound during 2000 WSDOT AMENDMENTS AM -33 1 spraying operations. The nozzle shall be of the two -line type with sufficient air to properly 2 atomize the compound. 3 4 The curing compound shall not be applied during or immediately after rainfall. If it becomes 5 necessary to leave the pavement uncoated overnight, it shall be covered with polyethylene 6 sheeting, which shall remain in place until weather conditions are favorable for the 7 application of the curing compound. 8 9 In the event that rain falls on the newly coated pavement before the film has dried sufficiently 10 to resist damage, or in the event of damage to the film from any cause, the Contractor shall 11 apply a new coat of curing compound in one or two applications to the affected area at the 12 rate which, in the opinion of the Engineer, will result in a film of curing value equal to that 13 specified in the original coat. 14 15 Before placing the curing compound in the spray tank, it shall be thoroughly agitated as 16 recommended by the Manufacturer. The compound shall not be diluted by the addition of 17 solvents nor be altered in any manner. If the compound has become chilled to the extent 18 that it is too viscous for proper stirring or application or if portions of the vehicle have been 19 precipitated from solution, it shall be heated to restore proper fluidity but it shall not be 20 heated above 100 F. All curing compound shall have approval prior to placing in the spray 0 21 tanks. 22 23 The curing compound shall be applied immediately after the concrete has been finished and 24 after any bleed water that has collected on the surface has disappeared, or at a time 25 designated by the Engineer. If hair checking develops in the pavement before finishing is 26 completed, the Engineer may order the application of the curing compound at an earlier 27 stage, in which event any concrete cut from the surface in finishing operations shall be to 28 removed entirely from the pavement. If additional mortar is then needed to fill torn areas, it 29 shall be obtained ahead of the spraying operations. All areas cut by finishing tools 30 subsequent to the application of the curing compound shall immediately be given new 31 applications at the rate specified above. 'o 32 33 The curing compound, after application, shall be protected by the Contractor from injury until 34 the pavement has reached a minimum compressive strength of 2500 psi. All traffic, either by 35 foot or otherwise, shall be considered as injurious to the film of the applied compound. 36 37 The Contractor shall provide on the job a sufficient quantity of white polyethylene sheeting to 38 cover all the pavement laid in three hours of maximum operation. This sheeting shall be 'r 39 reserved exclusively for the protection of the pavement in case of rain or breakdown of the 40 spray equipment used for applying the curing compound. The protective sheeting shall be 41 placed over the pavement when ordered, and in the manner specified by the Engineer. 42 to 43 Areas from which it is impossible to exclude traffic shall be protected by a covering of sand 44 or earth not less than 1 foot in thickness or by other suitable and effective means. The 45 protective covering shall be placed no earlier than 24 hours after application of the 46 compound. 47 48 All liquid membrane - forming curing compounds shall be removed from the Portland cement 49 concrete pavement to which traffic delineators are to be bonded. Curing compound removal 50 shall not be started until the pavement has attained sufficient flexural strength for traffic to be 51 allowed on it. The Contractor shall submit a proposed removal method to the Engineer and 52 shall not begin the removal process until the Engineer has approved the removal method. 53 54 The Contractor shall assume all liabilities for and protect the Contracting Agency from any 55 damages or claims arising from the use of materials or processes described herein. 56 57 5- 05.3(13)B White Polyethylene Sheeting 58 The sheeting shall be placed over the pavement immediately after finishing operations are 59 completed, or at a time designated by the Engineer. 60 61 The sheeting shall be laid so that individual sheets overlap at least 2 feet, and the lapped 62 areas shall be held in close contact with the pavement by weighting with earth or boards to 63 prevent movement by the wind. The sheeting shall extend downward to cover the edges of 2000 WSDOT AMENDMENTS AM -34 VW wr 41. aw wr rw wr 1 the pavement and shall be secured to the subgrade with a continuous bank of earth or 2 surfacing material. Any holes occurring in the sheeting shall be patched immediately to the 3 satisfaction of the Engineer. The sheeting shall be maintained against injury and remain in 4 place until the pavement has reached a minimum compressive strength of 2500 psi. 5 6 5- 05.3(13)C Wet Curing 7 Wet curing shall be accomplished by applying a continuous fog or mist spray to the entire 8 pavement surface until it has reached a minimum compressive strength of 2500 psi. If water 9 runoff is not a concern, continuous sprinkling is acceptable. Sprinkling shall not begin until 10 the concrete has achieved initial set as determined by AASHTO T 197 or other approved 11 method. 12 13 5- 05.3(14) Cold Weather Work 14 When the air temperature is expected to reach the freezing point during the day or night and 15 the pavement has not reached 50 percent of its design strength or 2500 psi which ever is 16 greater the concrete shall be protected from freezing. The Contractor shall, at no expense to 17 the Contracting Agency, provide a sufficient supply of straw, hay, grass, earth, blankets, or 18 other suitable blanketing material and spread it over the pavement to a sufficient depth to 19 prevent freezing of the concrete. The Contractor shall be responsible for the quality and 20 strength of the concrete thus cured. Any concrete injured by frost action or freezing shall be 21 removed and replaced at the Contractor's expense in accordance with these Specifications. 22 23 5- 05.3(15) Concrete Pavement Construction in Adjacent Lanes 24 Unless otherwise shown in the Plans or in the Special Provisions, the pavement shall be 25 constructed in multiple lanes; that is, two or more adjacent lanes paved in a single operation. 26 Longitudinal contraction joints shall be used between adjacent lanes that are paved 27 concurrently, and construction joints shall be used when lanes are paved separately. Tie 28 bars shall be installed during initial lane construction. 29 30 The Contractor shall replace, at no expense to the Contracting Agency, any panels on the 31 new pavement that are cracked or broken as a result of the Contractor's operations. 32 33 5- 05.3(16) Protection of Pavement 34 The Contractor shall protect the pavement and its appurtenances from any damage. 35 Protection shall include personnel to direct traffic and the erection and maintenance of 36 warning signs, lights, barricades, temporary take -down bridges across the pavement with 37 adequate approaches, and whatever other means may be necessary to accommodate local 38 traffic and to protect the pavement during the curing period or until opened to traffic as 39 determined by the Engineer. 40 41 The operation of construction equipment on the new pavement will not be allowed until the 42 pavement has developed a compressive strength of 2500 psi as determined from cylinders, 43 made at the time of placement, cured under comparable conditions, and tested in 44 accordance with WSDOT FOP for AASHTO T 22. Exceptions would be one track from a slip 45 form paving machine when paving adjacent lanes or light vehicles required for sawing 46 operations or taking cores. 47 48 Placement of shoulder material may commence when the pavement has developed a 49 compressive strength of 1800 psi as determined from cylinders made at the time of 50 placement, cured under comparable conditions, and tested in accordance with WSDOT FOP 51 for AASHTO T 22 as long as construction equipment is not operated on the new pavement. 52 53 A continuous barrier of the design shown in the Plans shall be constructed and maintained 54 along the edge of the pavement being constructed and adjacent to the portion of the 55 roadway used for traffic. The barriers shall be left in place until the new pavement is ready to 56 be opened to traffic and shall then be removed by the Contractor. 57 58 Any damage to the pavement occurring prior to final acceptance shall be replaced or 59 repaired in accordance with Section 5- 05.3(22). 60 61 5- 05.3(17) Opening to Traffic 62 The pavement may be opened to traffic when the concrete has developed a compressive 63 strength of 2500 psi as determined from cylinders, made at the time of placement, cured 2000 WSDOT AMENDMENTS AM -35 1 2 3 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 under comparable conditions, and tested in accordance with WSDOT FOP for AASHTO T 22. 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 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 test in accordance with ASTM C 1074. The Contractor shall develop the maturity- strength 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 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 2500 psi and approved by the Engineer. The pavement shall be cleaned prior to opening to traffic. All costs associated with early- strength cylinders shall be at the Contractor's expense 5- 05.3(18) Cement Concrete Approach Concrete approaches shall be constructed at the locations shown in the Plans or as designated by the Engineer and in accordance with the contract documents. Approach concrete can be standard Portland cement concrete pavement or Class 4000 conforming to the requirements of Section 6 -02. Approach concrete may be placed, compacted, and finished using hand methods. The tools required for these operations shall be approved by the Engineer. Curing of approach concrete shall be in accordance with Section 5- 05.3(13). Concrete approaches may be opened to traffic in accordance with Section 5- 05.3(17). 5- 05.3(19) Reinforced Concrete Bridge Approach Slabs Approach slab concrete shall be Class 4000 conforming to the requirements of Section 6 -02. Reinforced concrete bridge approach slabs shall be constructed at the locations shown in the Plans designated by the Engineer and in accordance with the contract documents. The approach slabs shall be constructed full bridge deck width from outside usable shoulder to outside usable shoulder at an elevation to match the structure. Pavement ends and the bridge ends of the approach slabs shall be constructed as shown in the Plans. The approach slabs shall be modified as shown in the Plans to accommodate the grate inlets at the bridge ends if the grate inlets are required. Screed rail support, installation, and finish machine requirements shall be as specified for bridge deck slabs. Reinforced concrete bridge approach slab anchors shall be installed as detailed in the Plans. The anchor rods shall conform to Section 9- 06.5(1). The steel plates shall conform to ASTM A 36. The anchors shall be installed parallel both to profile grade and center line of roadway. The Contractor shall secure the anchors to ensure that they will not be misaligned during concrete placement. For Method A anchor installations, the grout or adhesive used to install the anchors shall have a minimum compressive strength of 4000 psi at three days and be capable of developing the ultimate strength of the anchor rod. Compressive strength shall be determined in accordance with WSDOT FOP for AASHTO T 106. The compression seal shall be as noted in the contract documents. Finishing of the reinforced concrete bridge approach slabs shall be accomplished by either a combination of finishing machine and hand finishing or by hand finishing methods only. The finished and cured approach slabs shall be free from any deviation exceeding 1/8 inch under a 10 -foot straightedge placed parallel and perpendicular to the center line of the roadway. 2000 WSDOT AMENDMENTS AM -36 A W VW ar aw U__J Ow r 1 2 3 4 5 6 7 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 Bridge approach slabs may be opened to traffic in accordance with Section 5- 05.3(17). Bridge approach slabs shall be cured in accordance with Section 5- 05.3(13). 5- 05.3(20) Vacant 5- 05.3(21) Vacant 5- 05.3(22) Repair of Defective Pavement Slabs Broken slabs, slabs with random cracks, nonworking contraction joints near cracks, edge slumping and spalls along joints and cracks shall be replaced or repaired as specified at no expense to the Contracting Agency, and shall be accomplished prior to completion of joint sealing. Pavement slabs containing more than one crack shall be entirely removed and replaced. Pavement slabs containing a single crack shall be removed and replaced such that the minimum dimension of the removed slab is 6 feet long and full panel width. The portion of the panel to remain in place shall have a minimum dimension of 6 feet in length and full panel width, otherwise entire removal and replacement of the slab is required. There shall be no new joints closer than 3 feet to an existing transverse joints. Saw cutting full pavement depth is required along all longitudinal joints and at transverse locations. Tie bars and dowel bars shall be used in accordance Section 5- 05.3(10). Spalls and edge slumping shall be repaired by making vertical saw cuts at least 3 inches outside the affected area and to a minimum depth of 3 inches. Repair depths that exceed one third of the total slab depth or encounter dowel bars or reinforcing steel will require full depth repair. When the affected area is directly against a longitudinal or transverse joint, a debonding medium, (compressible joint insert or polyethylene strip) must be placed between the existing concrete and the area to be patched. For transverse joints, the compressible joint material must be placed into the existing joint 1 inch below the depth of the repair and extended at least 3 inches beyond each end of the patch boundaries. If the affected area is directly against an asphalt pavement, a formed edge even with the surface is required. The concrete in the affected area shall be chipped out to sound concrete with a pneumatic hammer with a maximum weight of 30 pounds. The formed cavity shall be sand blasted with dry, oil -free air and thoroughly cleaned of all loose material. Where required a bonding agent shall be applied to the dry, cleaned surface of the cavity -in a thin even coat, using a stiff - bristle brush. Placement of Portland cement concrete or epoxy -resin concrete or mortar shall immediately follow the application of the bonding agent. The patch mixture should be placed and vibrated to eliminate any voids. Vibrators greater than 1 inch shall not be used. If cementitious repair material is used, the patch perimeter shall be sealed with a 1:1 cement - water grout. The patch mixture shall be cured according to the manufactures recommendation. 5 -05.4 Measurement Cement concrete pavement will be measured by the cubic yard for the completed pavement. The volume will be determined from measurements taken as listed below. 1. The width measurement will be the width of the pavement shown on the typical cross - section in the Plans, additional widening where called for, or as otherwise specified in writing by the Engineer. 2. The length will be measured horizontally along the center of each roadway or ramp. 3. The depth will be determined from the reference cores. The depth utilized to calculate the volume shall not exceed the plan depth plus 0.5 inches. The volume of the pavement section represented by the reference core shall equal the measured length x width x reference core depth. Epoxy- coated tie bar with drill hole will be measured by the unit for the actual number of bars used in the completed work. Bridge approach slab will be measured by the square yard. 2000 WSDOT AMENDMENTS AM -37 1 3 5 6 7 8 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 Cement concrete approach will be measured by the square yard. The ride smoothness compliance adjustment calculation is the volume of pavement, in cubic yards, represented by the profilograph. The calculation for Portland cement concrete compliance adjustment is the volume of concrete represented by the CPF and the Thickness deficiency adjustment. 5 -05.5 Payment Payment will be made in accordance with Section 1 -04.1, for each of the following bid items that are included in the proposal: "Cement Conc. Pavement ", per cubic yard. e e The unit contract price per cubic yard for "Cement Conc. Pavement" shall include furnishing and installing tie bars, except those tie bars drilled into cement concrete pavement will be 66 paid under the item "Epoxy- Coated Tie Bar with Drill Hole ". "Cement Conc. Pavement - Including Dowels ", per cubic yard. The unit contract price per cubic yard for "Cement Conc. Pavement - Including Dowels" shall include furnishing and installing epoxy coated dowel bars and tie bars, except those tie bars drilled into cement concrete pavement will be paid under the item "Epoxy- Coated Tie Bar with Drill Hole ". "Cement Conc. Approach Day ", per square yard. "Epoxy- Coated Tie Bar with Drill Hole ", per each. "Bridge Approach Slab ", per square yard. The unit contract price per square yard for "Bridge Approach Slab" shall be full pay for providing, placing, and compacting the crushed surfacing top course, furnishing and placing Class 4000 concrete, and furnishing and installing compression seal, anchors, and reinforcing steel. "Ride Smoothness Compliance Adjustment ", by calculation. do Payment for "Ride Smoothness Compliance Adjustment" will be calculated by multiplying the unit contract price for cement concrete pavement, times the volume for adjustment, times the to percent of adjustment determined from the schedule below. Adjustment will be based on the initial profile index before corrective work. 2. "Ride Smoothness Compliance Adjustment' will be calculated for each 0.1 mile section represented by profilogram using the following schedule: Ride Smoothness Profile Index (Inches per mile) 1.0 or less over 1.0 to 2.0 over 2.0 to 3.0 over 3.0 to 4.0 over 4.0 to 7.0 over 7.0 Compliance Adjustment (Percent adjustment) +4 +3 +2 +1 0 -2* *Also requires correction to 7 inches per mile. "Portland Cement Concrete Compliance Adjustment", by calculation. Payment for "Portland Cement Concrete Compliance Adjustment' will be calculated by multiplying the unit contract price for the cement concrete pavement, times the volume for adjustment times the percent of adjustment determined from the calculated CPF and or the Deficiency Adjustment listed in Section 5- 05.5(1)A. 2000 WSDOT AMENDMENTS AM -38 4 M L:J ED 0 1. .w R 1 2 5- 05.5(1) Pavement Thickness 3 Cement concrete pavement shall be constructed in accordance with the thickness 4 requirements in the Plans and Specifications. Tolerances allowed for subgrade construction 5 and other provisions, which may affect thickness, shall not be construed to modify such 6 thickness requirements. 7 8 A primary unit of pavement is defined as the area of pavement placed in each day's paving 9 operations or a complete intersection. Within such primary unit of pavement, there may be 10 an area or areas, which are deficient in thickness by more than 0.05 foot. This deficient area 11 or areas will be defined as a secondary unit or units. If secondary units are found to exist, 12 the primary unit area will be reduced by the secondary unit area included therein. At a time 13 determined by the Engineer, thickness measurements will be made in each primary unit of 14 pavement at the minimum rate of one measurement for each 500 cubic yards of pavement, 15 or fraction thereof. The exact location and number of thickness measurements within each 16 primary unit, both longitudinally and transversely, will be determined by the Engineer. In 17 general, thickness measurements will be made at uniform intervals throughout each primary 18 unit of pavement. 19 20 If thickness deficiencies greater than 0.05 foot are found to exist, supplemental thickness 21 measurements will be made in accordance with Section 5- 05.5(1)B. Pavement thickness 22 variations, if any, from the thickness requirements in the Plans and Specifications will be 23 determined by comparing the actual thickness measurement with the thickness specified at 24 the location where the measurement was made. Such variation will be determined to the 25 nearest 0.01 foot as either excess or deficient thickness. 26 27 No challenges shall be allowed to be made for any thickness measurements that indicate a 28 thickness that is within 0.05 feet of the design depth. 29 30 5- 05.5(1)A Thickness Deficiency of 0.05 Foot or Less 31 If no thickness measurements in a primary unit are deficient by more than 0.05 foot, all 32 thickness deficiencies in such unit will be averaged to the nearest 0.01 foot to determine the 33 average thickness deficiency, if any, in that primary unit. For the purpose of determining the 34 average thickness deficiency, an excess thickness variation of more than 0.02 foot will be 35 considered to be 0.02 foot greater than the specified thickness. 36 37 For each primary unit of pavement which is deficient in average thickness by not more than 38 0.05 foot, the Contractor shall pay to the Contracting Agency, or the Contracting Agency may 39 deduct from any moneys due or that may become due the Contractor under the contract, a 40 sum computed by multiplying the deficiency adjustment from the following table by the unit 41 contract price by the volume of such unit. 42 43 Average Thickness Deficiency Adjustment 44 Deficiency (feet) (per cubic yard) 45 0.01 2% 46 0.02 4% 47 0.03 9% 48 0.04 16% 49 0.05 25% 50 51 5- 05.5(1)B Thickness Deficiency of More Than 0.05 Foot 52 Where a thickness deficiency greater than 0.05 foot is encountered, the Engineer will 53 determine from supplemental thickness measurements the limits of the secondary unit area. 54 Thickness measurements will be made in each panel of pavement adjacent transversely and 55 longitudinally to the panel of the original measurement. This procedure will continue, 56 regardless of unit boundaries, until such secondary unit area is bounded by panels with a 57 thickness deficiency of 0.05 foot or less. Cores taken to isolate the secondary unit will not be 58 used to compute average thickness of the primary unit. 59 60 Panels are the areas bounded by longitudinal and transverse joints and pavement edges. If 61 longitudinal or transverse joints are eliminated by the Special Provisions, by the Plans, or for 62 any other reasons, the limits of panels will be determined by the Engineer as if such joints 63 had been constructed. 2000 WSDOT AMENDMENTS AM -39 1 3 4 6 7 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 The secondary unit area will be made up of entire panels only. The entire panel will be considered to be of the thickness shown by measurement. After the Engineer has determined the limits of the secondary unit area, a further iii determination will be made whether any panels within this area are usable and may be left in place. Following this determination, the Contractor shall remove and replace at no expense to the Contracting Agency such panels as the Engineer may designate in accordance with the following: di If the area to be removed is not bounded by longitudinal or transverse joints, the Contractor shall saw, at no expense to the Contracting Agency, weakened plane joints at the locations designated by the Engineer. The subgrade shall be lowered to meet the full thickness requirements. The replaced pavement will be tested for thickness by means of additional measurements and will be subject to all of the requirements of the Specifications. Usable panels may be removed and replaced as outlined above at the option of the Contractor, or these panels will be permitted to remain in place, provided that no payment will be made for any panels which are left in place, and that a further penalty will be assessed in the amount of 25 percent of the Contractor's unit bid price for all such panels. The Contracting Agency may deduct such amount from any moneys due or that may become due the Contractor under the Contract. The cost of all thickness measurements made to determine the secondary unit areas, including filling the core holes with concrete, will be deducted at the rate of $150.00 per core from any moneys due or that may become due the Contractor under the Contract. to All additional work required and any delay to the Contractor's operations as a result of this Specification shall not be cause for additional pay nor for an extension of time. wr SECTION 6 -01, GENERAL REQUIREMENTS August 6, 2001 This section heading is revised to read as follows: 6 -01 GENERAL REQUIREMENTS FOR STRUCTURES 6 -01.10 Vacant This section including title is revised to read as follows: 6 -01.10 Utilities Supported by or Attached to Bridges Installation of utility pipes and conduit systems shall conform to the details shown in the Plans and as specified in the utility agreement between the utility company and the Contracting Agency. All utility pipes and conduit systems supported by or attached to bridge structures shall be labeled with Type I reflective sheeting conforming to Section 9- 28.12, and the following: Utility Content Electrical Power Gas, Oil, Steam, Petroleum, and other gaseous materials CAN, Telecommunication, Alarm, and Signal Potable Water Reclaimed Water, Irrigation, and Slurry 2000 WSDOT AMENDMENTS Label Background Lettering Color Color Red Black Yellow Black Orange Black Blue White Purple White AM-40 +�r Lq D 0 go u 0 W .rr 1 2 Sewer and Storm Drain Green White 3 4 The purple color background for the label for reclaimed water, irrigation, and slurry, shall be 5 generated by placing transparent film over white reflective material. The purple tint of the 6 transparent film shall match Federal Standard Color 595B No. 37100. Color chips are available 7 from the source specified in Section 9- 08.4(7). 8 9 The label text shall identify the utility contents and include the emergency one -call phone number 10 1- 800 -424 -5555. 11 12 The minimum length of the label color field shall be the longer of either one letter width beyond 13 each end of the label text, or the length specified below: 14 15 Min. Length of Letter 16 Minimum Pipe Maximum Pipe Label Color Height 17 O.D. (inches) O.D. (inches) Field (inches) (inches) 18 19 3/4 1 -1/4 8 1/2 20 1-1/2 2 8 3/4 21 2 -1/2 6 12 1 -1/4 22 8 10 24 2 -1/2 23 12 - 32 3-1/2 24 25 Utility pipes and conduit systems shall be labeled on both sides of each bridge pier, and adjacent to 26 each entrance hatch into a box girder cell. For utility pipes and conduit systems within bridge spans 27 exceeding 300 feet, labels shall also be applied to the utility pipes and conduit systems between the 28 piers at a maximum spacing of 300 feet. The label shall be visible at a normal eye height. 29 30 6 -01.12 Final Cleanup 31 The first sentence of the second paragraph is revised to read as follows: 32 33 The Contractor is advised that after the structure is complete, a representative(s) of the WSDOT 34 Bridge Preservation Office may perform an Inventory Inspection of the structure. 35 36 SECTION 6 -02, CONCRETE STRUCTURES 37 August 6, 2001 38 6- 02.3(2) Proportioning Materials 39 The last sentence in the first paragraph is revised to read as follows: 40 41 Cementitious material shall be the weight of the cement plus fly ash, slag and microsilica. 42 43 The last sentence in the third paragraph is revised to read as follows: 44 45 As an alternative to the use of cement and fly ash as separate components, a blended hydraulic 46 cement that meets the requirements of Section 9- 01.2(4) Blended Hydraulic Cements, may be 47 used. 48 49 6- 02.3(2)A Contractor Mix Design 50 In the second paragraph the reference to " AASHTO T 152." is revised to "WAQTC FOP for 51 AASHTO T 152." 52 53 The last sentence of the first paragraph is revised to read as follows: 54 55 All other concrete mix designs except those for lean concrete and commercial concrete shall 56 have a minimum cementitious material content of 565 pounds per cubic yard of concrete. 57 58 6- 02.3(2)B Commercial Concrete 59 This section is revised to read as follows: 60 61 Commercial concrete shall have a minimum compressive strength at 28 days of 3000 psi in 62 accordance with AASHTO T 22. Commercial concrete placed above the finished ground line 2000 WSDOT AMENDMENTS AM-41 1 3 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 shall be air entrained and have an air content from 4.5 percent to 7.5 percent per AASHTO T 152. Commercial concrete does not require plant approval, mix design, or source approvals for cement, aggregate, and other admixtures. Where concrete Class 3000 is specified for nonstructural items such as, culvert headwalls, plugging culverts, concrete pipe collars, pipe anchors, monument cases, luminaire bases, pedestals, cabinet bases, guardrail anchors, sign post foundations, fence post footing, sidewalks, curbs, and gutters, the Contractor may use commercial concrete. Commercial concrete shall not be used for structural items such as, bridges, retaining walls, box culverts, or foundations for high mast luminaires, mast arm traffic signals, cantilever signs, and sign bridges. The Engineer may approve other nonstructural items not listed for use as commercial concrete. 6- 02.3(5)A General The fifth paragraph, section 1.a is revised to read as follows: a. The Contractor's test results are obtained from testing cylinders fabricated, handled, and stored for 28 days in accordance with WSDOT FOP for AASHTO T 23 and tested in accordance with WSDOT FOP for AASHTO T 22. The test cylinders shall be the same size cylinders as those cast by the Contracting Agency. The fifth paragraph, section 1.c is revised to read as follows: c. The laboratory performing the tests per WSDOT FOP for AASHTO T 22 has an equipment calibration /certification system, and a technician training and evaluation process per AASHTO R -18. Under the fifth paragraph, number 2, the reference to " AASHTO T 22." Is revised to read " WSDOT FOP for AASHTO T 22. ". 6- 02.3(5)B Certification of Compliance This section is supplemented with the following: For commercial concrete the Certificate of Compliance shall include, as a minimum, the batching facility, date, and quantity batched per load. 6- 02.3(5)D Test Methods This section is revised to read as follows: Acceptance testing will be performed by the Contracting Agency in accordance with the WSDOT Materials Manual. The test methods to be used with this specification are: WSDOT FOP for AASHTO Test Method T 22 WSDOT FOP for AASHTO T 23 WSDOT FOP for AASHTO Test Method T 119 WAQTC FOP for TM 2 WAQTC FOP for AASHTO T 152 WSDOT FOP for AASHTO Test Method T 231 WSDOT FOP for AASHTO Test Method T 309 2000 WSDOT AMENDMENTS AM-42 Compressive Strength of Cylindrical Concrete Specimens Making and Curing Concrete Test Specimens in the Field Slump of Hydraulic Cement Concrete Sampling Freshly Mixed Concrete Air Content of Freshly Mixed Concrete by the Pressure Method Capping Cylindrical Concrete Specimens Temperature of Freshly Mixed Portland Cement Concrete e e A e M go 1 6- 02.3(5)G Sampling and Testing Frequency for Temperature, Consistency, and Air 2 Content 3 In the first paragraph, the eighth sentence is revised to read as follows: 4 5 Loads to be sampled will be selected in accordance with the random selection process as 6 outlined in WAQTC FOP for TM 2. 7 8 6- 02.3(5)L Concrete With Non - Conforming Strength 9 In the second paragraph, the reference to " AASHTO T 22." Is revised to read " WSDOT FOP for 10 AASHTO T 22. ". 11 12 6- 02.3(11) Curing Concrete 13 Number 1, in the first paragraph is revised to read as follows: 14 15 1. Bridge roadway slabs (except those made of concrete Class 4000D), flat slab bridge 16 superstructures, bridge sidewalks, box culvert tops, roofs of cut and cover tunnels - curing 17 compound covered by white, reflective type sheeting or continuous wet curing. Curing by 18 either method shall be for at least 10 days. 19 20 6- 02.3(16)B Preapproved Formwork Plans 21 The last paragraph is deleted. 22 23 6- 02.3(17)H Formwork Accessories 24 The first paragraph is revised to read as follows: 25 26 Formwork accessories such as form ties, form anchors, form hangers, anchoring inserts, and 27 similar hardware shall be specifically identified in the formwork plans including the name and size 28 of the hardware, manufacturer, safe working load, and factor of safety. The grade of steel shall 29 also be indicated for the threaded rods, coil rods, and similar hardware. Wire form ties and taper 30 ties shall not be used. Welding or clamping formwork accessories to Contract Plan reinforcing 31 steel will not be allowed. Driven types of anchorages for fastening forms or form supports to 32 concrete, and Contractor fabricated "J" hooks shall not be used. Field drilling of holes in 33 prestressed girders is not allowed. 34 35 6- 02.3(17)M Restricted Overhead Clearance Sign 36 In the last sentence of the second paragraph the reference to "1- 07.23(3)F" is revised to "1- 10.3(3) ". 37 38 6- 02.3(17)N Removal of Falsework and Forms 39 The fourth paragraph is revised to read as follows: 40 41 The Contractor may remove side forms, traffic barrier forms, and pedestrian barrier forms after 24 42 hours if these forms are made of steel or dense plywood, an approved water reducing additive is 43 used, and the concrete reaches a compressive strength of 1400 psi before form removal. This 44 strength shall be proved by test cylinders made from the last concrete placed into the form. The 45 cylinders shall be cured according to WSDOT FOP for AASHTO T 23. 46 47 The ninth paragraph is revised to read as follows: 48 49 All cells of a box girder structure which have permanent access shall have all forms completely 50 removed, including the roadway deck forms. All debris and all projections into the cells shall be 51 removed. Unless otherwise shown in the Plans, the roadway slab interior forms in all other cells 52 where no permanent access is available, may be left in place. 53 54 6- 02.3(17)0 Early Concrete Test Cylinder Breaks 55 The second and third paragraphs are revised to read as follows: 56 57 The concrete cylinders shall be molded in accordance with WSDOT FOP for AASHTO T 23 from 58 concrete last placed in the forms and representative of the quality of concrete placed in that pour. 59 60 The cylinders shall be cured in accordance with WSDOT FOP for AASHTO T 23. The Engineer 61 may approve the use of cure boxes meeting the requirements of this test method. Special cure 62 boxes to enhance cylinder strength will not be allowed. 63 2000 WSDOT AMENDMENTS AM-43 2 3 4 5 6 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 6- 02.3(20) Grout for Anchor Bolts and Bridge Bearings The second paragraph is revised to read as follows: Grout shall meet the following requirements: Requirement Compressive Strength Test Method WSDOT FOP for AASHTO Test Method T 106 Values 4,000 psi @ 7 days vi 6- 02.3(25) Prestressed Concrete Girders The fourth paragraph is revised to read as follows: The various types of girders are:' Prestressed Concrete Girder — Refers to prestressed concrete girders including Series W42G, W50G, W58G, W74G, WF74G, W83G, and W95G girders, bulb tee girders, and 16 deck bulb tee girders. Bulb Tee Girder — Refers to a bulb tee girder or a deck bulb tee girder. Deck Bulb Tee Girder — Refers to a bulb tee girder with a top flange designed to support traffic loads (i.e., without a cast -in -place deck), including Series W35DG, W41 DG, W53DG, and W65DG. This type of bulb tee girder is mechanically connected to adjacent girders at the job site. Precast Prestressed Member (PCPS Member) — Refers to a precast prestressed slab or a precast prestressed ribbed section. Except where specific requirements are otherwise specified for these members, precast prestressed members shall conform to all requirements specified for deck bulb tee girders. 6- 02.3(25)A Shop Plans The first sentence of the third paragraph is revised to read as follows: The Contractor may furnish Series W74G and WF74G prestressed concrete girders with minor dimensional differences from those shown in the Plans. The first sentence of the fourth paragraph is revised to read as follows: If the Contractor elects to provide a Series W74G or WF74G girder with an increased web thickness, shop plans along with supporting design calculations shall be submitted to the Engineer for approval prior to girder fabrication. The sixth paragraph is revised to read as follows: The Contractor shall provide five copies of the shop plans to the Engineer for approval. Approval of shop plans means only that the Engineer accepts the methods and materials. Approval does not imply correct dimensions. 6- 02.3(25)B Casting The first paragraph is supplemented with the following: Side forms shall be steel, except that end bulkead forms may be plywood. Interior voids for precast prestressed slabs with voids shall be formed by either wax soaked cardboard or expanded polystyrene forms. The interior void forms shall be secured in the position as shown in the Plans and shall remain in place. The fourth paragraph is revised to read as follows: Air - entrainment is not required in the concrete placed into prestressed precast concrete girders unless otherwise noted. The Contractor shall use air - entrained concrete in the top two inches, minimum, of the roadway deck flange of deck bulb -tee girders and precast prestressed ribbed sections. All concrete for precast prestressed slabs shall be air entrained. Maximum and minimum air content shall be as specified in Section 6- 02.3(2)A. 2000 WSDOT AMENDMENTS AM-44 e A e D a. aw to .. 4. M Im 1 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 6- 02.3(25)E Contractors Control Strength In the third paragraph the first sentence is revised to read as follows: Test cylinders may be cured in a moist room or water tank in accordance with WSDOT FOP for AASHTO T -23 after the girder concrete has obtained the required release strength. The fifth paragraph is revised to read as follows: If too few cylinders were molded to carry out all required tests on the girder, the Contractor shall remove and test cores from the girder under the surveillance of the Engineer. If the Contractor casts cylinders to represent more than one girder, all girders in that line shall be cored and tested. For precast prestressed members, a test shall consist of four cores measuring 3 inches in diameter by 6 inches in height. Two cores shall be taken from each side of the member and on each side of the member's span midpoint, at locations approved by the Engineer. The core locations for precast prestressed slabs shall be near mid -depth of the slab, within the middle third of the span length, and shall avoid all prestressing strands and steel reinforcing bars. The core locations for precast prestressed ribbed sections shall be immediately beneath the top flange, within the middle third of the span length, and shall avoid all prestressing strands and steel reinforcing bars. For all other prestressed concrete girders, a test shall consist of three cores measuring 3 inches in diameter by the thickness of the web and shall be removed from just below the top flange; one at the midpoint of the girder's length and the other two approximately 3 feet to the left and approximately 3 feet to the right. The cores shall be taken in accordance with AASHTO T 24 and shall be tested in accordance with WSDOT FOP for AASTHO T 22. The Engineer may accept the girder if the average compressive strength of the four cores from the precast prestressed member, or of the three cores from any other prestressed concrete girder, is at least 85 percent of the specified compressive strength with no one core less than 75 percent of specified compressive strength. 6- 02.3(25)H Finishing The first sentence of the fourth paragraph is revised to read as follows: On the deck bulb tee girder section and all precast prestressed members, the Contractor shall test the roadway deck surface portion for flatness. 6- 02.3(25)1 Tolerances The list following the first paragraph is revised to read as follows: Prestressed Concrete Girder Length (overall): ± % inch per 25 feet of beam length, up to a maximum of + 1 inch. 2. Precast Prestressed Member Length (overall): ± 1 inch. 3. Width (flanges): + 3/8 inch, - % inch. 4. Width (narrow web section): + 3/8 inch, -' /4 inch. 5. Width (Precast Prestressed Member): ±' /4 inch. 6. Girder Depth (overall): + % inch. 7. Flange Depth: For I girders: + % inch For deck bulb tee girders + % inch, - 1/8 inch For PCPS members + % inch, - 1/8 inch 8. Strand Position in Prestressed Concrete Girder: + % inch from the center of gravity of an individual strand; ±'/2 inch from the center of gravity of a bundled strand group. 2000 WSDOT AMENDMENTS AM-45 1 2 9. Strand Position in Precast Prestressed Member: + '/4 inch from the center of gravity of a 3 bundled strand group and of an individual strand. 4 5 10. Longitudinal Position of the Harping Point: 6 7 First bundled strand group + 6 inches 8 Second bundled strand group ± 18 inches 9 Third bundled strand group ± 30 inches' 10 11 11. Position of an interior void, vertically and horizontally (Precast Prestressed Slab with voids): ± 12 '/z inch. 13 14 12. Bearing Recess (center recess to beam end): ± % inch. 15 16 13. Beam Ends (deviation from square or designated skew): vir 17 18 Horizontal: +'h inch from web centerline to girder flange 19 Vertical: ± 1/8 inch per foot of beam depth 20 21 14. Precast Prestressed Member Ends (deviation from square or designated skew): +'/2 inch. 22 23 15. Bearing Area Deviation from Plane (in length or width of bearing): 1/16 inch. 24 25 16. Stirrup Reinforcing Spacing: ± 1 inch. 26 27 17. Stirrup Projection from Top of Beam: + % inch. 28 29 18. Mild Steel Concrete Cover: - 1/8 inch, + 3/8 inch. 30 31 19. Offset at Form Joints (deviation from a straight line extending 5 feet on each side of joint): + 32 '/4 inch. 33 34 20. Deviation from Design Camber (Precast Prestressed Member): + % inch per ten feet of 35 member length measured at midspan, but not greater than + % inch total. 36 37 21. Differential Camber Between Girders in a Span (measured in place at the job site): 38 39 For I girders: 1/8 inch per 10 feet of beam length (Series W42G, 40 W50G, W58G, W74G, WF74G, W83G, and W95G). and 41 For deck bulb tee girders: Cambers shall be equalized by an method 42 when the difference in cambers between adjacent girders 43 or stages measured at mid -span exceeds % inch. 44 For PCPS members: +% inch per ten feet of member length measured at 45 midspan, but not greater than +'/Z inch total. 46 47 22. Position of Inserts for Structural Connections: + 1 inch. 48 49 23. Position of Lifting Loops: + 3 inches longitudinal, ± 1 inch transverse.I► 50 51 24. Weld plates for bulb tee girders shall be placed ±'/Z inch longitudinal and + 1/8 inch vertical. 52 53 6- 02.3(25)J Horizontal Alignment 54 The third paragraph is supplemented with the following: 55 56 The maximum deviation of the side of the precast prestressed slab, or the edge of the roadway 57 deck slab of the precast prestressed ribbed section, measured from a chord that extends end to 58 end of the member, shall be ± 1/8 inch per ten feet of member length, but not greater than'/ inch 59 total. 60 i 61 A final alignment check shall be performed within three days prior to shipment to the jobsite. All 62 precast prestressed members which exceed the specified horizontal alignment tolerance may be 63 subject to rejection. 2000 WSDOT AMENDMENTS AM-46 40 40 Ow to to Lzi 77 aw 1 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 6- 02.3(25)L Handling and Storage The first paragraph is revised to read as follows: During handling and storage, each girder shall always be kept plumb and upright, and each precast prestressed member shall always be kept in the horizontal position shown in the Plans. It shall be lifted only by the lifting devices (strand lift loops or high- strength threaded steel bars) at either end. For strand lift loops, a minimum 2 inch diameter straight pin of a shackle shall be used through the loops. For high- strength threaded steel bars, the lifting hardware that connects to the bars shall be designed, detailed, and furnished by the Contractor. Series W42G, W50G, and W58G girders, and Series W74G and WF74G girders up to 145 feet in length, can be picked up at a minimum angle of 60 degrees from the top of the girder. All other prestressed girders shall be picked up within 10 degrees of perpendicular to the top of the girder. The fourth paragraph is revised to read as follows: If girders are to be stored, the Contractor shall place them on a stable foundation that will keep them in a vertical position. Stored girders shall be supported at the bearing recesses or, if there are no recesses, approximately 18 inches from the girder ends. After prestressing, precast prestressed members shall be supported at points between 1' -0" and 2' -0" from the member ends. For long -term storage of girders with initial horizontal curvature, the Contractor may wedge one side of the bottom flange, tilting the girders to control curvature. If the Contractor elects to set girders out of plumb during storage, the Contractor shall have the proposed method analyzed by the Contractor's engineer to ensure against damaging the girder. 6- 02.3(25)M Shipping The third paragraph is revised to read as follows: No precast prestressed slab or precast prestressed ribbed section shall be shipped for at least three days after concrete placement. No deck bulb tee girder shall be shipped for at least seven days after concrete placement, except that deck bulb tee girders may be shipped three days after concrete placement when U(bd) is less than or equal to 5.0, where L equals the shipping length of the girder, b equals the girder top flange width, and d equals the girder depth, all in feet. No precast trapezoidal box or bathtub girder shall be shipped for at least seven days after concrete placement. No other girder shall be shipped for at least ten days after concrete placement. The table following the fourth paragraph is revised to read as follows: Centerline Support Within Type of Girder This Distance From Either End Precast Prestressed Members 2 feet Series W42G and W50G and all bulb tee girders 3 feet Series W58G 4 feet Series W74G and WF74G 5 feet Series W83G and W95G 8 feet The table following the sixth paragraph is revised to read as follows: Type of Girder Series W42G Series W50G Series W58G All bulb tee girders Series W74G and WF74G Maximum Length Not Requiring Bracing for Shipping 80 feet 100 feet 105 feet 120 feet 130 feet Number 2 under "Criteria for Checking Girder Stresses, etc. ", the unit of measure "ft" is revised to "ksi ". 6- 02.3(25)N Prestressed Concrete Girder Erection The ninth paragraph is supplemented with the following: 2000 WSDOT AMENDMENTS AM-47 1 2 3 5 6 7 8 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 For precast prestressed concrete slabs, the Contractor shall place the 1 -1/4 inch diameter vertical dowel bars at the top of the pier walls as shown in the Plans. The Contractor shall either form the hole or core drill the hole following the alternatives shown in the Plans. The portion of the dowel bar in the top of the pier walls shall be set with grout following placement of each precast prestressed slab. The remaining portion of the dowel bar shall be grouted after the weld -ties are connected and the keyways are grouted. 6- 02.3(25)0 Deck Bulb Tee Girder Flange Connection The following is added after the first paragraph: The concrete diaphragms for deck bulb tee girders shall attain a minimum compressive strength of 2,500 psi before any camber equalizing equipment is removed, and before any other construction equipment or live load is placed on the structure. Section 6- 02.3(26), and sub - sections A through F, are deleted and replaced with the following: 6- 02.3(26) Cast -in -Place Prestressed Concrete Unless otherwise shown in the Plans, concrete for cast -in -place prestressed bridge members shall be Class 4000D in the roadway deck, and Class 4000 at all other locations. Air entrainment shall conform to Sections 6- 02.3(2)A and 6- 02.3(3). The Contractor shall construct supporting falsework in a way that leaves the superstructure free to contract and lift off the falsework during post- tensioning. Forms that will remain inside box girders to support the roadway slab shall, by design, resist girder contraction as little as possible. Before tensioning, the Contractor shall remove all side forms from girders. From this point until 48 hours after grouting the tendons, the Contractor shall keep all construction and other live loads off the superstructure and shall keep the falsework supporting the superstructure in place. Once the prestressing steel is installed, no welds or welding grounds shall be attached to metal forms, structural steel, or reinforcing bars of the structural member. The Contractor shall not stress the strands until all concrete has reached a compressive strength of at least 4,000 psi (or the strength shown in the Plans). This strength shall be measured on concrete test cylinders made of the same concrete cured under the same conditions as the cast - in -place unit. All post- tensioning shall be completed before sidewalks and barriers are placed. 6- 02.3(26)A Shop Drawings Before casting the structural elements, the Contractor shall submit: Seven sets of shop drawings for approval by the Bridge and Structures Engineer US Postal Service: Washington State Department of Transportation Bridge and Structures Engineer Construction Support PO Box 47340 Olympia, WA 98504 -7340 Fedex: Washington State Department of Transportation Bridge and Structures Engineer Construction Support 4500 3rd Avenue SE Lacey, WA 98503 2. Two sets of shop drawings to the Project Engineer. 2000 WSDOT AMENDMENTS AM-48 e e A e A e Vi W0 1r or to r 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 These shop drawings shall show complete details of the methods, materials, and equipment the Contractor proposes to use in prestressing work. The shop drawings shall follow the design conditions shown in the Plans unless the Engineer permits equally effective variations. In addition, the shop drawings shall show: 1. The method and sequence of stressing. 2. Technical data on tendons and steel reinforcement, anchoring devices, anchoring stresses, types of tendon conduit, and all other data on prestressing operations. 3. Stress and elongation calculations. Separate stress and elongation calculations shall be submitted for each tendon if the difference in tendon elongations exceeds 2 percent. 4. That tendons in the bridge will be arranged to locate their center of gravity as the Plans require. 5. Details of additional or modified reinforcing steel required by the stressing system. 6. Procedures and lift -off forces at both ends of the tendon for performing a force verification lift -off in the event of discrepancies between measured and calculated elongations. Couplings or splices will not be permitted in prestressing strands. Couplings or splices in bar tendons are subject to the Engineer's approval. Friction losses used to calculate forces of the post- tensioning steel shall be based on the assumed values used for the design. The assumed anchor set, friction coefficient "µ ", and friction wobble coefficient "k" values for design are shown in the Plans. The post- tensioning supplier may revise the assumed anchor set value provided all the stress and force limits listed in Section 6- 02.3(26)E are met. The Contractor shall determine all points of interference between the mild steel reinforcement and the paths of the post- tensioning tendons. Details to resolve interferences shall be submitted with the shop drawings for approval. Where reinforcing bar placement conflicts with post- tensioning tendon placement, the tendon profile shown in the Plans shall be maintained. Mild steel reinforcement for post- tensioning anchorage zones shall not be fabricated until after the post - tensioning shop drawings have been approved by the Engineer. Approval of these shop drawings will mean only that the Engineer considers them to show a reasonable approach in enough detail. Approval will not indicate a check on dimensions. The Contractor may deviate from the approved shop drawings only after obtaining the Engineer's approval of a written request that describes the proposed changes. Approval of a change in method, material, or equipment shall not relieve the Contractor of any responsibility for completing the work successfully. Before physical completion of the project, the Contractor shall provide the Engineer with reproducible originals of the shop drawings (and any approved changes). These shall be clear, suitable for microfilming, and on permanent sheets that measure no smaller than 11 by 17 inches. Alternatively, the shop drawings may be provided in an electronic format with the approval of the Bridge and Structures Engineer. 6- 02.3(26)B General Requirements for Anchorages Post - tensioning reinforcement shall be secured at each end by means of an approved anchorage device, which shall not kink, neck down, or otherwise damage the post- tensioning reinforcement. The anchorage assembly shall be grouted to the Engineer's satisfaction. The structure shall be reinforced with steel reinforcing bars in the vicinity of the anchorage device. This reinforcement shall be categorized into two zones. The first or local zone shall be the anchorage region that closely surrounds the specific anchorage device. The second or general zone shall be the portion of the anchorage region more remote from the immediate anchorage device. 2000 WSDOT AMENDMENTS AM-49 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 The steel reinforcing bars required locally for the concrete confinement immediately around the anchorage device (first or local zone) shall be calculated by the post- tensioning system supplier and shall be shown in the shop drawings. The calculations shall be submitted with the shop drawings. The first or local zone steel reinforcing bars shall be furnished and installed by the Contractor, at no additional cost to the Contracting Agency, in addition to the structural reinforcement required by the Plans. The steel reinforcing bars required in the second or general zone shall be as shown in the Plans and are included in the appropriate bid items. The Contractor shall submit details, certified test reports, and /or supporting calculations, as specified below, which verify the structural adequacy of the anchorage devices for approval by the Engineer. This requirement does not apply where the anchorage devices have been previously approved by the Contracting Agency for the same structure configuration. The Contractor shall also submit any necessary changes to the Contract Plans. The test report shall specify all pertinent test data. Dead ended anchorages will not be permitted. Dead ended anchorages are defined as anchorages that cannot be accessed during the stressing operations. Materials and workmanship shall conform to the applicable requirements of Sections 6 -03 and 9- 06. Before installing the anchorage device, the Contractor shall submit to the Engineer a Manufacturer's Certificate of Compliance in accordance with Section 1 -06.3. The Contractor's proposed anchorage devices shall meet the requirements listed in either Sections 6- 02.3(26)C or 6- 02.3(26)D. 6- 02.3(26)C Bearing Type Anchorages Bearing type anchorages shall conform to the following requirements: 1. The allowable bearing stress under Pjack prior to seating shall be taken: a. If ps = 0 percent then fcpi = 0.5 f'ci (A/A9) "2 < f'ci b. If ps > 2 percent then fcpi = 0.75 f'ci (A/A9)112 < 1.5 f'ci For ps between 0 percent and 2 percent the allowable bearing stress may be linearly interpolated. For lightweight concrete the allowable bearing stress shall be reduced by 20 percent. 2. The average concrete bearing stress on the net bearing area at the time of jacking shall not exceed: fbi = Pjack /Anet < fcpi 3. The bending stress in bearing plate at Pjack shall not exceed: fs = 3fbi (n /t)2 < 0.8fsv with stiffness n/t < 0.08 (Edfbi)'�3 4. The allowable bearing stress between bearing plate and wedge plate at Pjack shall not exceed: fsbi < 1.5 fsv where: 2000 WSDOT AMENDMENTS Pack Jacking force, but not less than 80 percent MUTS MUTS Acronym for Minimum Ultimate Tensile Strength, MUTS is the force equal to the nominal cross sectional area of strand, or bar, times their nominal tensile stress. AM -50 M 0 r am so 1 2 3 4 5 6 7 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 AUTS Acronym for Actual Ultimate Tensile Strength, measured as a force. ax Dimension of distribution area in X direction ay Dimension of distribution area in Y direction A = ax ay Distribution area within concrete support area bx Dimension of bearing plate in X direction by Dimension of bearing plate in Y direction Ab Net bearing area Anet Net bearing plate area after deducting center hole area A9 = bx by Gross bearing area emax , emin Maximum and minimum edge cover of bearing plate in distribution area fG Compressive strength of concrete at time of initial stressing f'cpi Permissible concrete compressive strength at time of jacking fbi Average uniform concrete bearing stress under bearing plate prior to seating produced by Pjack f'c Compressive strength of concrete at 28 days f's Bending stress in steel bearing plate fsbi Allowable steel bearing stress under P;a,k between wedge plate and bearing plate fsy Yield strength of bearing plate or wedge plate material whichever is lower n Largest distance from outer edge of wedge plate to outer edge of bearing plate Ps Orthogonal reinforcement ratio in each of directions (vertical and horizontal) expressed as a percentage of distribution area t Thickness of bearing plate 5. The relationship between gross bearing plate area and distribution area shall satisfy the following conditions in the x and y direction: If emin > 0.5 b then a = 2b If emin < 0.5 b then a = (b + 2 emin) but emax < 4 emin 6. For transverse post- tensioning of roadway slabs, the bearing stress shall not exceed 0.9f'c at Pi.a of all strands (before seating) or 3,000 psi at service load after all losses. 6- 02.3(26)D Non - Bearing Type Anchorages All anchorages that do not conform to Section 6- 02.3(26)C shall be defined as non - bearing type anchorages. Except as allowed by Section 6- 02.3(26)B, anchorages and post- tensioning systems with non - bearing type anchorages shall be qualified by test. Anchorage Qualification Test A minimum of three successful anchorage qualification tests are required for each tendon size. The materials for each qualification test shall be taken from different heats. Test Block The test block shall be a square or rectangular prism, depending on the shape of bearing plate. The test block shall conform to the following: The test block width and depth in each direction shall be three inches plus the smaller of the following: a. Two times the minimum edge distance from the center of the bearing plate to the face of concrete. b. The minimum center -to- center spacing of the bearing plate 2. The length of a test block containing a single anchorage and local zone, loaded in a single machine, shall be at least two times the larger cross - sectional test block dimension. 2000 WSDOT AMENDMENTS AM -51 1 2 3 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 3. The length of test block with an anchorage and local zone on either end, loaded by stressing a test tendon, shall be at least four times the larger cross - sectional test block dimension. 4. The first or local zone of reinforcement in the test block behind the anchorage for a distance equal to the largest of the two cross - sectional dimensions of the anchorage shall simulate the actual first or local zone of reinforcement used in the structure. For the remaining length of the test block, the reinforcement may be increased as required to prevent failure in that portion. 5. The concrete strength at the time of testing shall not exceed either the minimum strength specified for the system at the time of tensioning, nor 85 percent of the 28 -day cylinder strength for normal weight concrete or 70 percent of the 28 -day cylinder strength for lightweight concrete. Test Procedure The test force shall be applied to the wedge plate, or anchor nut, either in a testing apparatus or through an oversized tendon. The force shall be applied in stages to 40 percent and then to 80 percent of MUTS. At 40 percent MUTS, the force shall be held for 10 minutes to allow inspection for cracks. At 80 percent MUTS, the force shall be held for one hour. Thereafter the force shall be increased to at least 120 percent MUTS, and then either to failure or to the limit of testing equipment. Acceptance Criteria For forces up to 40 percent MUTS, the width of concrete cracks shall not exceed 0.002 inch. After holding the force at 80 percent MUTS for one hour, the width of concrete cracks shall not exceed 0.01 inch. The test block shall not fail prior to reaching 120 percent MUTS. Post - Tensioning System Qualification Test A minimum of one successful system qualification test for each tendon size is required for a representative full size tendon embedded in a concrete test block. The test shall establish that all tendon components, including the spiral, orthogonal, and surface steel reinforcing bars in the local zone, perform as required. A e 0 The test block shall conform to the requirements specified above for the anchorage qualification test. The test procedure shall conform to the requirements specified above for the anchorage qualification test, except as noted. After the test force has been held at 80 percent MUTS for one hour, the force shall be increased to at least 95 percent MUTS. sir The acceptance criteria shall be as specified above for the anchorage qualification test. Wedge Plate Qualification Test Wedge plates shall meet the following requirements. A minimum of three successful wedge plate tests, each from a different heat, for each tendon size are required: After loading to 95 percent MUTS for the tendon and subsequent force release, the permanent deflection of the wedge plate's top surface shall not exceed 1/600 of clear span. The load test shall be performed with the wedge plate support simulating conditions in the anchorage assembly. The force shall be applied by pulling on a sample tendon using the strand system wedges. 2. The wedge plate shall be tested to static load tests, or to the loading capacity of the testing equipment. The tests shall simulate actual tendon forces applied to the wedges. The failure force shall be at least 120 percent MUTS for the tendon. i' 2000 WSDOT AMENDMENTS AM -52 e .. 1� 0 0 so 1 6- 02.3(26)E Ducts 2 Ducts shall be round, except that ducts for transverse post- tensioning of bridge deck slabs may 3 be rectangular. Ducts shall conform to the following requirements for internal embedded 4 installation and external exposed installation. Elliptical shaped duct may be used if approved by 5 the Engineer. 6 7 Ducts for Internal Embedded Installation 8 For longitudinal tendons, the Contractor shall encase each tendon in a galvanized, ferrous 9 metal duct that is rigid and spiral. For transverse tendons, the Contractor shall encase each 10 tendon in a rigid plastic duct. This duct shall maintain the required profile within a placement 11 tolerance of plus or minus 1/4 inch for longitudinal tendons and plus or minus 1/8 inch for 12 transverse slab tendons during all phases of the work. The ducts shall be completely sealed 13 to keep out all mortar. 14 15 Each duct shall be located to place the tendon at the center of gravity alignment shown in the 16 Plans. To keep friction losses to a minimum, the Contractor shall install ducts to the exact 17 lines and grades shown in the Plans. Once in place, the ducts shall be tied firmly in position 18 before they are covered with concrete. During concrete placement, the Contractor shall not 19 displace or damage the ducts. 20 21 The ends of the ducts shall: 22 23 1. Permit free movement of anchorage devices, and 24 25 2. Remain covered after installation in the forms to keep out all water or debris. 26 27 The Contractor shall install vents at high points and drains at low points of the tendon profile 28 (and at other places if the Plans require). Vents and drains shall be Y2 inch minimum 29 diameter standard steel or polyethylene pipe. Vents shall point upward and remain closed 30 until grouting begins. Drains shall point downward and remain open until grouting begins. 31 Ends of steel vents and drains shall be removed 1 inch inside the concrete surface after 32 grouting has been completed; polyethylene vents and drains may be left flush to the surface 33 unless otherwise directed by the Engineer. Conduit vents are not required for transverse 34 post- tensioning ducts in the roadway slab unless specified in the Plans. 35 36 Immediately after any concrete placement, the Contractor shall force blasts of oil -free, 37 compressed air through the ducts to break up and remove any mortar inside before it 38 hardens. Before deck concrete is placed, the Contractor shall satisfy the Engineer that ducts 39 are unobstructed and contain nothing that could interfere with tendon installation, tensioning, 40 or grouting. If the tendons are in place, the Contractor shall show that they are free in the 41 duct. 42 43 In temperatures below 32 F, ducts shall be kept free from water to avoid damage from 44 freezing. 45 46 Strand tendon duct shall have an inside cross - sectional area large enough to accomplish 47 strand installation and grouting. The area of the duct shall be at least 2.5 times the net area 48 of prestressing steel in the duct. The maximum duct diameter shall be 4 -1/2 inches. 49 50 The inside diameter of bar tendon duct shall at least be 1/4 inch larger than the bar diameter. 51 At coupler locations the duct diameter shall at least be 1/4 inch larger than the coupler 52 diameter. 53 54 Ducts installed and cast into concrete prior to prestressing steel installation, shall be capable 55 of withstanding at least 10 feet of concrete fluid pressure. 56 57 Ducts shall have adequate longitudinal bending stiffness for smooth, wobble free placement. 58 A minimum of three successful duct qualification tests are required for each diameter and 59 type of duct, as follows: 60 61 1. Ducts with diameters 2 inches and smaller shall not deflect more than 3 inches 62 under its own weight, when a 10 foot. duct segment is supported at its ends. 63 2000 WSDOT AMENDMENTS AM -53 1 2. Ducts larger than 2 inches in diameter shall not deflect more than 3 inches under its 2 own weight, when a 20 foot duct segment is supported at its ends. 3 4 3. Duct shall not dent more than 1/8 inch under a concentrated load of 100 pounds 5 applied between corrugations by a #4 steel reinforcing bar. 6 7 When the duct must be bent in a tight radius, more flexible duct may be used, subject to the 8 Engineer's approval. 9 10 Ducts for External Exposed Installation 11 Duct shall be high- density polyethylene (HDPE) conforming to ASTM D 3350, including the 12 property values specified in Table X1 for pipe materials PE 3406 and PE 3408. Ail 13 14 Duct for external tendons, including their splices, shall be water tight, seamless or welded, 15 and be capable of resisting at least 150 -psi grout pressure. 16 17 Transition couplers between ducts shall conform to either the standard pressure ratings of 18 ASTM D 3505 or the hydrostatic design stresses of ASTM F 714 at 73F. The inside diameter 19 through the coupled length shall not be less than that produced by the dimensional 20 tolerances specified in ASTM D 3505. 21 22 Workers performing HDPE pipe welding shall have satisfactorily completed a certified HDPE 23 pipe welding course and shall have a minimum of five years experience in welding HDPE iiiii 24 pipe. 25 26 The Contractor shall submit the name and HDPE pipe welding work experience of each 27 HDPE pipe welder proposed to perform this work in the project. The experience submittal for 28 each HDPE pipe welder shall include: 29 30 The Engineer may require the HDPE pipe welder to demonstrate test HDPE pipe welding 31 before receiving final approval. 32 33 1. The name of the pipe welder. 34 35 2. The name, date, and location of the certified HDPE pipe welding course, with the 36 course completion certificate. 37 38 3. A list of at least three projects in the last five years where the pipe welder performed 39 HDPE pipe welding, including: 40 41 a. The project name and location, and date of construction. 42 43 b. The Governmental Agency /Owner. 44 45 c. The name, address, and phone number of the Governmental i 46 Agency /Owner's representative. 47 48 The Contractor shall not begin HDPE pipe welding operations until receiving the Engineer's 49 approval of the work experience submittal for each HDPE pipe welder performing HDPE pipe 50 welding in the project. 51 52 Transitions 53 Transitions between ducts and wedge plates shall have adequate length to reduce the angle 54 change effect on the performance of strand -wedge connection, friction loss at the 55 anchorage, and fatigue strength of the post- tensioning reinforcement. 56 57 6- 02.3(26)F Prestressing Reinforcement 58 All prestressing reinforcement strand shall comply with Section 9- 07.10. They shall not be 59 coupled or spliced. Tendon locations shown in the Plans indicate final positions after stressing 60 (unless the Plans say otherwise). No tendon made of 7 wire strands shall contain more than 37 61 strands of Y2-inch diameter, or more than 27 strands of 0.6 -inch diameter. 62 2000 WSDOT AMENDMENTS AM -54 4W 1 All prestressing reinforcement bar shall conform to Section 9- 07.11. They shall not be coupled or 2 spliced except as otherwise specified in the Plans or Special Provisions. 3 4 Prestressing reinforcement not conforming to either Section 9 -07.10 or 9 -07.11 will not be 5 allowed except as otherwise noted. Such reinforcement may be used provided it is specifically 6 allowed by the Plans or Special Provisions, it satisfies all material and performance criteria 7 specified in the Plans or Special Provisions, and receives the Engineer's approval. 8 9 From the time prestressing reinforcement is manufactured until it is grouted or encased in 10 concrete, the Contractor shall protect it from dirt, grease, rust, corrosives, and all physical 11 damage. The Engineer will reject prestressing reinforcement that shows any sign of damage, 12 rust, or corrosion. If the prestressing reinforcement will not be stressed and grouted for more that 13 ten calendar days after it is placed in the ducts, the Contractor shall place an approved corrosion 14 inhibitor in the ducts. 15 16 The feeding ends of the strand tendons shall be equipped with a bullet nosing or similar 17 apparatus to facilitate strand tendon installation. 18 19 Strand tendons may be installed by pulling or pushing. Any equipment capable to performing the 20 task may be used, provided it does not damage the strands and conforms to the following: 21 22 1. Pulling lines shall have a capacity of at least 2.5 times the dead weight of the tendons 23 when used for essentially horizontal tendon installation. 24 25 2. Metal pushing wheels shall not be used. 26 27 3. Bullets for checking duct clearance prior to concreting shall be rigid and be 1/8 inch 28 smaller than the inside diameter of the duct. Bullets for checking duct after concreting 29 shall be less than 1/4 inch smaller than the inside diameter of the duct. 30 31 6- 02.3(26)G Tensioning 32 Equipment for tensioning post- tensioning reinforcement shall meet the following requirements: 33 34 1. Stressing equipment shall be capable to produce a jacking force of at least 80 percent 35 MUTS of the post- tensioning reinforcement. 36 37 2. Jacking force test capacity shall be at least 95 percent MUTS of the post- tensioning 38 reinforcement. 39 40 3. Wedge seating methods shall assure uniform seating of wedge segments and uniform 41 wedge seating losses on all strand tendons. 42 43 4. Accumulation of differential seating losses during tensioning cycling shall be prevented 44 by proper devices. 45 46 5. Jacks used for stressing tendons less than 20 feet long shall have wedge power seating 47 capability. 48 49 The Contractor shall not begin to tension the tendons until: 50 51 1. All concrete has reached a compressive strength of at least 4,000 psi or the strength 52 specified in the Plans (demonstrated on test cylinders made of the same concrete cured 53 under the same conditions as that in the bridge), and 54 55 2. The Engineer is satisfied that all strands are free in the ducts. 56 57 Tendons shall be tensioned to the values shown in the Plans (or approved shop drawings) with 58 hydraulic jacks. When stressing from both ends of a tendon is specified, it need not be 59 simultaneous unless otherwise specified in the Plans. The jacking sequence shall follow the 60 approved shop drawings. 61 62 Each jack shall have a pressure gauge that will determine the load applied to the tendon. The 63 gauge shall display pressure accurately and readably with a dial at least 6 inches in diameter or 2000 WSDOT AMENDMENTS AM -55 1 with a digital display. Each jack and its gauge shall be calibrated as a unit and shall be 2 accompanied by a certified calibration chart. The Contractor shall provide one copy of this chart 3 to the Engineer for use in monitoring. The cylinder extension during calibration shall be in 4 approximately the position it will occupy at final jacking force. 5 6 All jacks and gauges must be recalibrated and recertified: (1) at least every 180 days, and (2) 7 after any repair or adjustment. The Engineer may use pressure cells to check jacks, gauges, and 8 calibration charts before and during tensioning. 9 10 These stress limits apply to all tendons (unless the Plans set other limits): 11 12 1. Maximum service load after all losses: 80 percent of the specified yield point stress of 13 the steel. 14 15 2. Maximum tensile stress during jacking: 80 percent MUTS of the tendon. 16 17 3. Maximum initial stress at anchorage after seating: 70 percent MUTS of the tendon. 18 19 Tendons shall be anchored at initial stresses that will ultimately maintain service loads at least as 20 great as the Plans require. 21 22 As stated in Section 6- 02.3(26)A, the assumed design friction coefficient "µ" and wobble 23 coefficient "k" shown in the Plans shall be used to calculate the stressing elongation. These 24 coefficients may be revised by the post- tensioning supplier by the following method provided it is 25 approved by the Engineer: 26 27 Early in the project, the post- tensioning supplier shall test, in place, two representative 28 tendons of each size and type shown in the Plans, for the purpose of accurately determining 29 the friction loss in a strand and /or bar tendon. 30 31 The test procedure shall consist of stressing the tendon at an anchor assembly with load 32 cells at the dead end and jacking end. The test specimen shall be tensioned to 80 percent of 33 ultimate in ten increments. For each increment, the gauge pressure, elongation, and load cell 34 force shall be recorded- and the data furnished to the Engineer. The theoretical elongations 35 and post- tensioning forces shown on the post- tensioning shop drawings shall be re- 36 evaluated by the post- tensioning supplier using the results of the tests and corrected as 37 necessary. Revisions to the theoretical elongations shall be submitted to the Engineer for 38 evaluation and approval. The apparatus and methods used to perform the tests shall be 39 proposed by the post- tensioning supplier and be subject to the approval of the Engineer. 40 41 All costs associated with testing and evaluating test data shall be included in the unit contract 42 prices for the applicable items of work involved. 43 44 As tensioning proceeds, the Engineer will be recording the applied load, tendon elongation, and 45 anchorage seating values. 46 47 Elongation measurements shall be made at each stressing location to verify that the tendon force 48 has been properly achieved. If proper anchor set has been achieved and the measured 49 elongation of each strand tendon is within plus or minus 7 percent of the approved calculated 50 elongation, the stressed tendon represented by the elongation measurements is acceptable to 51 the Contracting Agency. 52 53 In the event discrepancies greater than 7 percent exist between the measured and calculated 54 elongations, the jack calibration shall be checked and stressing records reviewed for any 55 evidence of wire or strand breakage. If the jack if properly calibrated and there is no evidence of 56 wire or strand breakage, a force verification lift off shall be performed to verify the force in the 57 tendon. The post- tensioning supplier force verification lift off procedure shall provide access for 58 visual verification of anchor plate lift off. The jacking equipment shall be capable of bridging and 59 lifting off the anchor plate. The tendon is acceptable if the verification lift off force is not less than 60 99 percent of the approved calculated force nor more than 70 percent of the specified minimum 61 ultimate tensile strength of the prestressing steel or as approved by the Engineer. 62 2000 WSDOT AMENDMENTS AM -56 at 41. .► r 1 Elongation measurements shall be recorded for bar tendons to verify proper tensioning only. 2 Acceptance will be by force verification lift off. The bar tendon is acceptable if the verification lift 3 off force is not less than 95 percent nor more than 105 percent of the approved calculated force 4 or as approved by the Engineer. 5 6 When removing the jacks, the Contractor shall relieve stresses gradually before cutting the 7 prestressing reinforcement. The prestressing strands shall be cut a minimum of 1 inch from the 8 face of the anchorage device. 9 10 6- 02.3(26)H Grouting 11 After tensioning the tendons, the Contractor shall again blow oil -free, compressed air through 12 each duct. All drains shall then be closed and the vents opened. Grout caps shall be installed at 13 tendon ends prior to grouting. After completely filling the duct with grout, the Contractor shall 14 pump the grout from the low end at a pressure of not more than 250 psig, except for transverse 15 tendons in deck slabs the grout pressure shall not exceed 100 psig. Grout shall be continuously 16 wasted through each vent until no more air or water pockets show. At this point, all vents shall be 17 closed and grouting pressure at the injector held between 100 and 200 psig for at least 10 18 seconds, except for transverse tendons in deck slabs the grouting pressure shall be held between 19 50 and 75 psig for at least 10 seconds. The Contractor shall leave all plugs, caps, and valves in 20 place and closed for at least 24 hours after grouting. 21 22 Grouting equipment shall: 23 24 1. Include a pressure gauge with an upper end readout of between 275 and 325 psig; 25 26 2. Screen the grout before it enters the pump with an easily reached screen that has clear 27 openings of no more than 0.125 inches; 28 29 3. Be gravity fed from an attached, overhead hopper kept partly full during pumping; and 30 31 4. Be able to complete the largest tendon on the project in no more than 20 minutes of 32 continuous grouting. 33 34 In addition, the Contractor shall have standby equipment (with a separate power source) available 35 for flushing the grout when the regular equipment cannot maintain a one -way flow of grout. This 36 standby equipment shall be able to pump at 250 psig. 37 38 The grout shall consist of Portland cement, water, and a water reducing admixture and shall be 39 mixed in the following proportions: 40 41 Portland Cement Type I or II 1 Sack 42 Water 4.5 Gallons Maximum 43 Water Reducing Admixture Manufacturer's Recommendation 44 Fly Ash (Optional) 20 Pounds Maximum 45 46 The water reducing admixture shall be limited to AASHTO M 194 Type A or D and shall not 47 contain ingredients that may corrode steel (that is chlorides, fluorides, sulfates, or nitrates). Fly 48 ash may be used at the option of the Contractor. 49 50 The Contractor shall proportion the mix to produce a grout with a flow of 15 to 20 seconds as 51 determined by ASTM C 939, Flow of Grout for Preplaced Aggregate Concrete (Flow Cone 52 Method). The grout ejected from the end vent shall have a minimum flow of 15 seconds. 53 54 The grout mix shall be injected within 30 minutes after the water is added to the cement. 55 Temperature of the surrounding concrete shall be at least 35 F from the time the grout injecting 56 begins until 2 -inch cubes of the grout have a compressive strength of 800 psi. Cubes shall be 57 made in accordance with AASHTO Test Method T -106 and stored in accordance with WSDOT 58 FOP for AASHTO T 23. If ambient conditions are such that the surrounding concrete temperature 59 may fall below 35 F, the Contractor shall provide a heat source and protective covering for the 60 structure to keep the temperature of the surrounding concrete above 35 F. Grout temperature 61 shall not exceed 90 F during mixing and pumping. If conditions are such that the temperature of 62 the grout mix may exceed 90 F, the Contractor will make necessary provisions, such as cooling 2000 WSDOT AMENDMENTS AM -57 1 the mix water and /or dry ingredients, to ensure that the temperature of the grout mix does not 2 exceed 90 F. 3 4 6- 02.3(27) Concrete for Precast Units 5 This section is revised to read as follows: 6 7 Precast units shall not be removed from forms until the concrete has attained a minimum 8 compressive strength of '70 percent of the specified design strength as verified by rebound 9 number determined in accordance with WSDOT FOP for ASTM C 805. 10 11 Precast units shall not be shipped until the concrete has reached the specified design strength as 12 determined by testing cylinders made from the same concrete as the precast units. The cylinders 13 shall be made, handled, and stored in accordance with WSDOT FOP for AASHTO T 23 and 14 compression tested in accordance with WSDOT FOP for AASHTO Test Method T 22 and 15 WSDOT FOP for AASHTO Test Method T 231. 16 17 6- 02.3(28)D Contractors Control Strength 18 In the first paragraph the second sentence is revised to read as follows: 19 20 The cylinders shall be made, handled, and stored in accordance with WSDOT FOP for AASHTO 21 T 23 and compression tested in accordance with WSDOT FOP for AASHTO Test Method T 22 22 and WSDOT FOP for AASHTO Test Method T 231. 23 24 In the fourth paragraph the first sentence is revised to read as follows: w� 25 26 Test cylinders may be cured in a moist room or water tank in accordance with WSDOT FOP for 27 AASHTO T -23 after the unit concrete has obtained the required release strength. rr 28 29 SECTION 6 -03, STEEL STRUCTURES 30 August 6, 2001 31 6- 03.3(1) Notice of Rolling 32 This section including heading is revised to read as follows: 33 34 6- 03.3(1) Vacant 35 36 6- 03.3(7) Shop Plans 37 The sixth paragraph is revised to read as follows: irr 38 39 Before physical completion of the project, the Contractor shall furnish the Project Engineer one 40 set of reproducible copies of the as -built shop plans. (One more set is required for each affected 41 railroad company on any grade separation structure that carries a railroad over a highway.) The 42 reproducible copies shall be clear, suitable for microfilming, and on permanent sheets that 43 measure no smaller than 11 by 17 inches. Alternatively, the shop drawings may be provided in 44 an electronic format with the approval of the Bridge and Structures Engineer. 45 46 6- 03.3(14) Edge Finishing 47 The fifth paragraph is revised to read as follows: 48 49 The Rockwell hardness of thermal -cut edges of structural low alloy or high- strength steel flanges, 50 as specified in Section 9 -06.2 and 9 -06.3, for main load- carrying tension members or tension 51 components of flexural members shall not exceed RHC 30. The fabricator shall prevent 52 excessive hardening of flange edges through preheating, postheating, or control of the burning 53 process as recommended by the steel manufacturer and approved by the Engineer. 54 55 Hardness testing shall consist of testing thermal -cut edges with an approved portable hardness 56 tester. The hardness tester, and it's operating test procedures, shall be submitted to the 57 Engineer for approval prior to use. The hardness tester shall be convertible to Rockwell C scale 58 values. 59 60 At two locations, two tests shall be performed on each thermal -cut edge, one each within 1/4" of 61 the top and bottom surfaces. The tests shall be located 1/4 the length of each thermal -cut edge 62 from each end of the cut. If one or more readings are greater than RHC 30, the entire length of 2000 WSDOT AMENDMENTS AM -58 i .. 0 W No 1 the edge shall be ground or machined to a depth sufficient to provide acceptable readings upon 2 further retests. If thermal- cutting operations conform to procedures approved by the Engineer, 3 and hardness testing results are consistently within acceptable limits, the Engineer may approve 4 a reduction in the testing frequency. 5 6 6- 03.3(25)A Welding Inspection 7 In the last paragraph, the address for the D.O.T. Materials Engineer is revised to read as follows: 8 9 Materials Engineer, Department of Transportation, PO Box 47365, Olympia, WA 98504 -7365. 10 11 SECTION 6 -07, PAINTING 12 June 26, 2000 13 6- 07.3(1) Painting New Steel Structures 14 In the fourth paragraph the reference to "1982 Edition" is revised to "current edition ". 15 16 SECTION 6 -10, CONCRETE BARRIER 17 June 26, 2000 18 6 -10.1 Description 19 This section is supplemented with the following: 20 21 This work may also include the removal, storage and resetting of permanent barrier at the 22 locations shown in the Plans or as approved by the Engineer. 23 24 6 -10.2 Materials 25 The third paragraph is deleted. 26 27 The fourth and fifth paragraphs are revised to read as follows: 28 29 Connecting pins shall conform to Section 9- 06.5(4) and be galvanized in accordance with 30 AASHTO M 232, except that testing for embrittlement after galvanizing is not required. All other 31 hardware shall conform to Section 9- 06.5(1) and be galvanized in accordance with AASHTO M 32 232. 33 34 Grout for permanent installations of precast single slope barrier shall be in accordance with 35 Section 6- 02.3(20). 36 37 6- 10.3(1) Precast Concrete Barrier 38 This section is revised to read as follows: 39 40 The fabrication plant for precast concrete barriers shall be approved by Contracting Agency prior 41 to the use of barrier and the plant shall perform quality control testing and inspection on all barrier 42 used by the Contracting Agency. The Contractor shall advise the Engineer of the production 43 schedule for the fabrication of barrier. 44 45 Test results from the fabricator's QC testing shall demonstrate compliance with Sections 6- 46 02.3(4)C Consistency, 6- 02.3(4)D Temperature and Time of Placement, 6- 02.3(2)A Air Content, 47 and Compressive Strength. All tests will be conducted per Section 6- 02.3(5)D. 48 49 The fabricator's QC tester conducting the sampling and testing shall be qualified by ACI, Grade 1 50 to perform this work. The equipment used shall be calibrated /certified annually. 51 52 All test results and certifications shall be kept at the fabricator's facility for review by the 53 Contracting Agency. 54 55 The Contracting Agency intends to perform Quality Assurance Inspection. This inspection is for 56 the qualification of the plant QC process. This inspection shall not relieve the Contractor of any 57 responsibility for identifying and replacing defective material and workmanship. 58 59 The concrete in precast barrier shall be Class 4000 and comply with the provisions of Section 6- 60 02.3. No concrete barrier shall be shipped until test cylinders made of the same concrete and 61 cured under the same conditions show the concrete has reached 4000 psi. 2000 WSDOT AMENDMENTS AM -59 1 2 3 4 6 7 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 The Contractor may use Type III Portland cement, but shall bear any added cost. Precast barrier shall be cast in steel forms. After release, the barrier shall be finished to an even, smooth, dense surface, free from any rock pockets or holes larger than 1/4 inch across. Trowelling shall remove all projecting concrete from the bearing surface. Precast concrete barrier shall be cured in accordance with Section 6- 02.3(25)D except that the barrier shall be cured in the forms until a rebound number test, or test cylinders which have been cured under the same conditions as the barrier, indicate the concrete has reached a compressive strength of a least 2500 psi. No additional curing is required once the barrier is removed from the forms. The barrier shall be precast in sections as the Standard Plans require. All barrier in the same project (except end sections and variable length units needed for closure) shall be the same length. All barrier shall be new and unused. It shall be true to plan dimensions. The manufacturer shall be responsible for any damage or distortion that results from manufacturing. Only one section less than 10 feet long may be used in any single run of precast barrier, and it must be at least 8 feet long. It may be precast or cast -in- place. Hardware identical to that used with other sections shall interlock such a section with adjacent precast sections. Barrier connection voids for permanent installations of precast single slope barrier shall be filled with grout. 6- 10.3(3) Resetting Concrete Barrier The section title is revised to read as follows: 6- 10.3(3) Removing and Resetting Permanent Concrete Barrier 6- 10.3(5) Temporary Concrete Barrier This section is revised to read as follows: For temporary concrete barrier, the Contractor may use new or used precast barrier. This barrier shall comply with Standard Plan requirements and cross - sectional dimensions, except that: (1) it may be made in other lengths than those shown in the Standard Plan, and (2) it may have permanent lifting holes no larger than 4 inches in diameter or lifting loops. The word "temporary" shall be visibly stamped or stencil painted on each barrier segment. If the contract calls for the removal and resetting of permanent barrier, and the permanent barrier is not required to remain in place until reset, the permanent barrier may be substituted for temporary concrete barrier and will not be stamped or stenciled "temporary". Any of the permanent barrier damaged during its use as temporary barrier will become the property of the contractor and be replaced with permanent barrier at no expense to the Contracting Agency when the permanent barrier is reset to its permanent location. All barrier shall be in good condition, without cracks, chips, spalls, dirt, or traffic marks. If any barrier segment is damaged during or after placement, the Contractor, at no expense to the Contracting Agency, shall immediately repair it to the Engineer's satisfaction or Ni replace it with an undamaged section. As soon as the temporary barrier is no longer needed, the Contractor shall remove it from the project. Contracting Agency furnished barrier shall remain Contracting Agency property, and the Contractor shall deliver it to a stockpile site noted in the contract or to locations as approved by the Engineer. Contractor furnished barrier shall remain the property of the Contractor. 6 -10.4 Measurement This section is supplemented with the following: Removing and resetting existing permanent barrier will be measured by the foot and will be measured one time only for removing, storage, and resetting. No measure will be made for barrier that has been removed and reset for the convenience of the Contractor. 2000 WSDOT AMENDMENTS AM -60 0 im 0 r-1 1W r7 0 r 1 6 -10.5 Payment 2 This section is supplemented with the following: 3 4 "Removing and Resetting Existing Permanent Barrier", per foot. 5 6 SECTION 6 -11, PRECAST CONCRETE RETAINING WALL STEMS 7 June 26, 2000 8 6 -11.2 Materials 9 In the second paragraph the reference to "Class 4000LS" is revised to "Class 4000 ". 10 11 SECTION 7 -01, DRAINS 12 August 6, 2001 13 7 -01.3 Construction Requirements 14 The fourth paragraph is deleted. 16 SECTION 7 -08, GENERAL PIPE INSTALLATION REQUIREMENTS 17 February 5, 2001 18 7- 08.3(2)D Pipe Laying - Steel or Aluminum 19 The second paragraph is revised to read as follows: 20 21 Aluminum pipe or pipe arch used in concrete shall be painted with two coats of paint. The 22 aluminum pipe to be painted shall be cleaned with solvent to remove contaminants. After 23 cleaning, the pipe shall be painted with two coats of paint conforming to Federal Specification TT- 24 P -645 (primer, paint, zinc chromate, alkyd vehicle). Aluminized steel pipe will not require painting 25 when placed in Controlled Density Fill (CDF) or when in contact concrete head walls. 26 27 SECTION 8 -01, EROSION CONTROL 28 August 6, 2001 29 Section 8 -01 Erosion Control including title is deleted in its entirety and replaced with the 30 following: 31 32 8 -01 EROSION CONTROL AND WATER POLLUTION CONTROL 33 34 8 -01.1 Description 35 This work shall consist of furnishing, installing, maintaining, and removing and disposing of water 36 pollution and erosion control items in accordance with these Specifications and as shown in the 37 Plans or as designated by the Engineer. 38 39 8 -01.2 Materials 40 Materials shall meet the requirements of the following sections: 41 42 Seed 9 -14.2 43 Fertilizer 9 -14.3 44 Lime 9- 14.3(1) 45 Mulch and Amendments 9 -14.4 46 Tackifier 9- 14.4(7) 47 Erosion Control Blanket 9 -14.5 48 Construction Geotextile 9 -33 49 Quarry Spalls 9 -13 50 51 8 -01.3 Construction Requirements 52 53 8- 01.3(1) General 54 Controlling pollution, erosion, run -off, and related damage may require the Contractor to perform 55 temporary work items including but not limited to: 56 57 1. Providing ditches, berms, culverts, and other measures to control surface water; 58 2000 WSDOT AMENDMENTS AM -61 1 2. Building dams, settling basins, energy dissipaters, and other measures, to control 2 downstream flows; 3 4 3. Controlling underground water found during construction; or 5 6 4. Covering or otherwise protecting slopes until permanent erosion - control measures are 7 working. 8 9 To the degree possible, the Contractor shall coordinate this temporary work with permanent 10 drainage and erosion control work the contract requires. 11 12 The Engineer may require additional temporary control measures if it appears pollution or erosion 13 may result from weather, the nature of the materials, or progress on the work. 14 15 If natural elements rut or erode the slope, the Contractor shall restore and repair the damage, 16 with the eroded material where possible, and clean up any remaining material in ditches and 0 17 culverts. If the Engineer orders replacement with additional or other materials, unit contract 18 prices will cover the quantities needed. 19 20 If the Engineer anticipates water pollution or erosion, the Contractor shall schedule the work so 21 that grading and erosion control immediately follows clearing and grubbing. The Engineer may 22 also require erosion control work to be done with or immediately after grading. 23 24 Clearing, grubbing, excavation, borrow, or fill within the right of way shall never expose more 25 erodible earth than as listed below, without written approval by the Engineer: 26 27 AREA DATE LOCATION 28 29 17 Acre April 1- October 31 East of the Summit of the Cascade 30 Range 31 32 May 1 - September 30 West of the Summit of the Cascade 33 Range 34 35 5 Acre November 1 - March 31 East of the Summit of the Cascade 36 Range 37 38 October 1 - April 30 West of the Summit of the Cascade 39 Range 40 41 The Engineer may increase or decrease the limits in light of project conditions. 42 + 43 Erodible earth is defined as any surface where soils, grindings, or other materials are capable of 44 being displaced and transported by rain, wind or surface water runoff. 45 46 In western Washington, erodilble soil not being worked, whether at final grade or not, shall be mi 47 covered within the following limitations, using an approved soil covering practice, unless 48 authorized otherwise by the Engineer: 49 50 October 1 through April 30 2 days maximum 51 May 1 to September 30 7 days maximum 52 53 54 If the Engineer, under Section 1 -08.6, orders the work suspended for an extended time, the 55 Contractor shall, before the Contracting Agency assumes maintenance responsibility, make every 56 effort to control erosion, pollution, and run -off during shutdown. Section 1 -08.7 describes the 57 Contracting Agency's responsibility in such cases. 58 59 Nothing in this section shall relieve the Contractor from complying with other contract 60 requirements. 61 2000 WSDOT AMENDMENTS AM -62 W Eil go r 1 8- 01.3(1)A Submittals 2 At the preconstruction conference, the Contractor shall submit a preliminary plan for temporary 3 erosion and sediment control (TESC). 4 5 Before any work begins, the Contractor shall obtain the Engineer's approval on a plan for TESC. 6 When a TESC plan is included in the Plans, the Contractor may adopt or modify the plan. The 7 plan shall show the schedule for all erosion control work, whether required by the contract or 8 proposed by the Contractor. The plan shall cover all areas the Contractor's work may affect inside 9 and outside the limits of the project (including all Contracting Agency - provided sources, disposal 10 sites, and haul roads, and all nearby land, streams, and other bodies of water). Before this plan 11 has been approved, the Contractor shall do no clearing, grubbing or earthwork unless the 12 Engineer approves in writing. The Contractor shall revise and update the plan whenever the 13 Engineer so requests in writing. 14 15 The Contractor shall allow at least five working days for the Engineer's review of any original or 16 revised plan. Failure to approve all or part of any such plan shall not make the Contracting 17 Agency liable to the Contractor for any work delays. 18 19 8- 01.3(1)B Erosion and Sediment Control (ESC) Lead 20 The Contractor shall identify the ESC lead at the preconstruction conference. The ESC Lead 21 shall have, for the life of the contract, a current Certificate of Training in Construction Site Erosion 22 and Sedimentation Control from a course approved by WSDOT's Statewide Erosion Control 23 Coordinator. 24 25 The ESC Lead shall implement the Temporary Erosion and Sedimentation Control (TESC) plan. 26 Implementation shall include, but is not limited to: 27 28 1. Installing, maintaining, inspecting and repairing all temporary erosion and sediment 29 control Best Management Practices (BMPs) included in the TESC plan to assure 30 continued performance of their intended function. All on -site erosion and sediment 31 control measures shall be inspected at least once every once every five working days, 32 each working day during a runoff producing rain event, and within 24 hours after a runoff 33 producing rain event. Damaged or inadequate TESC measures shall be corrected 34 within 24 hours of the inspection. A TESC Inspection Report shall be prepared for each 35 inspection and shall be included in the TESC file. A copy of each report shall be 36 provided to the Engineer. The inspection report shall include, but not be limited to: 37 38 a. When, where and how BMPs were installed, removed, and modified; 39 b. Repairs needed and repairs made; 40 c. Observations of BMP effectiveness and proper placement; 41 d. Recommendations for improving performance of BMPs. 42 43 2. Preparing and maintaining a TESC file on site that includes, but is not limited to: 44 45 a. TESC Inspection Reports. 46 b. Stormwater site plan. 47 c. Temporary Erosion and Sediment Control (TESC) Plan. 48 d. National Pollutant Discharge Elimination System construction permit (Notice of 49 Intent). 50 e. Other applicable permits. 51 52 Upon request, the file shall be provided to the Engineer for review. 53 54 8- 01.3(1)C Ground Water 55 When ground water is encountered in an excavation, it shall be controlled, treated, and 56 discharged as follows: 57 58 1. If the ground water meets State Water Quality standards, it may bypass detention and 59 treatment facilities and be routed directly to its normal discharge point at a rate that will 60 not cause erosion. 61 2000 WSDOT AMENDMENTS AM -63 1 2 3 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 2. If the turbidity of the ground water is similar to the turbidity of the site runoff, the ground water may be treated using the same detention and treatment facilities being used to treat the site runoff and then discharged at a rate that will not cause erosion. 3. If the turbidity is worse than the turbidity of the site runoff, the ground water shall be treated separately until the turbidity is similar to or better than the site runoff before the two may be combined and treated using the same detention and treatment facilities being used to treat the site runoff and then discharged at a rate that will not cause erosion. 8- 01.3(1)D Detention /Retention Pond Construction When a detention or retention pond is required, whether it is temporary or permanent it shall be fully functional before beginning other grading and excavation work. 8- 01.3(2) Erosion Control Seeding, Fertilizing, and Mulching 8- 01.3(2)A Preparation For Final Application Areas to be cultivated are shown in the Plans or specified in the Special Provisions. The areas shall be cultivated to the depths specified to provide a reasonably firm but friable seedbed. Cultivation shall take place no sooner than two weeks prior to seeding. In addition to the compaction that may be required elsewhere in the specifications, all areas to be seeded, including excavation slopes shall be compacted and prepared unless otherwise specified or ordered by the Engineer. Unless seed is covered with soil during seed application, a cleated roller, crawler tractor, or similar equipment, approved by the Engineer that forms longitudinal depressions at least 2 inches deep shall be used for compaction and preparation of the surface to be seeded. The entire area shall be uniformly covered with longitudinal depressions formed perpendicular to the natural flow of water on the slope unless otherwise approved by the Engineer. The soil shall be conditioned with sufficient water so the longitudinal depressions remain in the soil surface until completion of the seeding. The area shall be compacted within three weeks prior to seeding. Prior to seeding, the finished grade of the soil shall be 1 inch, or the specified depth of mulch, below the top of all curbs, catch basins, junction and valve boxes, walks, driveways, and other structures. e 8- 01.3(2)B Seeding and Fertilizing Seed and fertilizer shall be placed at the rate, mix and analysis specified in the Special Provisions or as designated by the Engineer. The Contractor shall notify the Engineer not less than 24 hours in advance of any seeding operation and shall not begin the work until areas prepared or designated for seeding have been approved. Following the Engineer's approval, seeding of the approved slopes shall begin immediately. to Seeding shall not be done during windy weather or when the ground is frozen, excessively wet, or otherwise untillable. Seed and fertilizer may be sown by one of the following methods: An approved hydroseeder that utilizes water as the carrying agent, and maintains continuous agitation through paddle blades. It shall have an operating capacity sufficient to agitate, suspend, and mix into a homogeneous slurry the specified amount of seed and water or other material. Distribution and discharge lines shall be large enough to prevent stoppage and shall be equipped with a set of hydraulic discharge spray nozzles that will provide a uniform distribution of the slurry. 2. Approved blower equipment with an adjustable disseminating device capable of maintaining a constant, measured rate of material discharge that will ensure an even distribution of seed at the rates specified. , 3. Helicopters properly equipped for aerial seeding. 4. Approved power -drawn drills or seeders. ilf 5. Areas in which the above methods are impractical may be seeded by approved hand methods. to 2000 WSDOT AMENDMENTS AM -64 0 0 4W No 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 When seeding by hand, the seed shall be incorporated into the top 1/4 inch of soil by hand raking or other method that is approved by the Engineer. The seed shall have a tracer added to visibly aid uniform application. This tracer shall not be harmful to plant and animal life. If wood cellulose fiber is used as a tracer, the application rate shall not exceed 250 pounds per acre. Seed and fertilizer may be applied in one application provided that the fertilizer is placed in the hydroseeder tank no more than one hour prior to application. 8- 01.3(2)C Liming Agricultural lime shall be applied at the rates specified in the Special Provisions. The method of application shall be in conformance with all air and water pollution regulations and shall be approved by the Engineer. 8- 01.3(2)D Mulching Mulch of the type specified in the Special Provisions shall be furnished, hauled, and evenly applied at the rates indicated and shall be spread on seeded areas within 48 hours after seeding unless otherwise specified. Distribution of straw mulch material shall be by means of an approved mulch spreader that utilizes forced air to blow mulch material on seeded areas. In spreading straw mulch, the spreader shall not cut or break the straw into short stalks. Wood cellulose fiber may be applied with seed and fertilizer West of the summit of the Cascade Range, and only upon written request by the Contractor and approval of the Engineer East of the summit of the Cascade Range. Wood cellulose fiber used as mulch shall be suitable for application with a hydroseeder as specified in Section 8- 01.3(2)B. Areas not accessible by mulching equipment shall be mulched by approved hand methods. Mulch sprayed on signs or sign structures shall be removed the same day. 8- 01.3(2)E Soil Binder or Tacking Agent When specified in the Special Provisions, soil binders and tacking agents shall be applied in accordance with the manufacturer's recommended requirements. 8- 01.3(2)F Dates for Application of Final Seed, Fertilizer, and Mulch Unless otherwise approved by the Engineer, the final application of seeding, fertilizing, and mulching of slopes shall be performed during the following periods: West of the summit of the Cascade Range - March 1 to May 15 and August 15 to October 1. Where contract timing is appropriate, seeding, fertilizing, and mulching shall be accomplished during the spring period listed above. Written permission to seed after October 1 will only be given when physical completion of the project is imminent and the environmental conditions are conducive to satisfactory growth. East of the summit of the Cascade Range - August 15 to November 15. Seeding, fertilizing, and mulching shall be accomplished during this fall period only. All roadway excavation and embankment slopes, including excavation and embankment slopes that are partially completed to grade, shall be prepared and seeded during the first available planting period. When environmental conditions are not conducive to satisfactory results, the Engineer may suspend work until such time that the desired results are likely to be obtained. When environmental conditions are conducive to satisfactory results, the Contractor may elect to perform erosion control seeding operations outside of the time periods specified. Inspection of erosion control seeding performed at the Contractor's option outside of the time periods specified 2000 WSDOT AMENDMENTS AM -65 1 2 3 4 5 6 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 will be made after one growing season has elapsed. Acceptance will be based on a uniform stand of grass at the time of inspection. The Contractor shall restore eroded areas, clean up eroded materials, and reseed, fertilize, and mulch, at no additional cost to the Contracting Agency, the areas failing to show a uniform stand of grass. 8- 01.3(3) Placing Erosion Control Blanket When required, erosion control blanket shall be placed immediately following the seeding and fertilizing operation. Where more than one strip of erosion control blanket is required to cover the given area, it shall overlap the adjacent blanket as specified by the manufacturer, or a minimum of 4 inches. The ends of the erosion control blanket shall overlap as specified by the manufacturer, or a minimum of 6 inches, with the upgrade section on top. The manufacturers recommendations or the following, whichever is the most stringent, shall be used: The up -slope end of the erosion control blanket shall be staked and buried in a 6- inch -deep trench with the soil firmly tamped against the mat. A minimum of three stakes per width of blanket, with a stake at each overlap, shall be driven below the finish ground line prior to backfilling of the trench. The Engineer may require that any other edge exposed to more than normal flow of water or strong prevailing winds be staked and buried in a similar manner. The ends of the erosion control blanket shall overlap a minimum of 6 inches, with the upgrade section on top. The edges of the erosion control blanket shall be buried around the edges of catch basins and other structures. Erosion control blanket shall be spread evenly and smoothly and in contact with the soil at all points. Where more than one strip of erosion control blanket is required, it shall overlap the adjacent blanket a minimum of 4 inches. The blanket shall be fastened at intervals not more than 3 feet apart in three rows for each strip of blanket. There shall be one row along each edge and one row down the center with the stakes centered, both horizontally and vertically, to the edge stakes. The ends of the blanket shall be fastened at 6 -inch intervals across their width. Fastening devices shall anchor the blanket against the soil and be driven flush with the finished grade. 8- 0113(4) Placing Plastic Covering Plastic meeting the requirements of Section 9- 14.5(3) shall be placed with at least a 12 -inch overlap of all seams. Clear plastic covering shall be used to promote growth of vegetation. Black plastic covering shall be used for stockpiles or other areas where vegetative growth is unwanted. The cover shall be maintained tightly in place by using sandbags or tires on ropes in a 10 -foot, maximum, grid. All seams shall be taped or weighted down full length. 8- 01.3(5) Check Dams Check dams shall be installed as soon as construction will allow, or when designated by the Engineer. The Contractor may substitute a different check dam for that specified with approval of the Engineer. Check dams shall be placed in ditches perpendicular to the channel. Check dams shall extend up the sides of ditches a sufficient distance to ensure that water will flow over the center of the dam and not flow around the ends. Check dams shall be of sufficient height to maximize detention, without causing water to leave the ditch, and spaced such that the elevation of the top of a check dam at the center of the ditch is equal to the ditch flow line at the downstream base of the upstream check dam. 8- 01.3(5)A Geotextile- Encased Check Dam The geotextile- encased check dam shall be a urethane foam core encased in geotextile material The minimum length of the unit shall be 7 feet. The foam core shall be a minimum of 8 inches in height, and have a minimum base width of 16 inches. The geotextile material shall overhang the foam by at least 6 inches at each end, and 2000 WSDOT AMENDMENTS AM -66 D Ow err M a* r 1 shall have apron -type flaps that extend a minimum of 24 inches on each side of the foam core. 2 The geotextile material shall meet the requirements for silt fence in Section 9 -33. 3 4 Installation of geotextile- encased check dams shall be in accordance with the Plans, and shall be 5 anchored to hold it firmly in place under all conditions. 6 7 8- 01.3(5)6 Rock Check Dam 8 The rock used to construct rock check dams shall meet the requirements for quarry spalls, in 9 accordance with Section 9 -13.6. Rock check dams shall be installed in a triangular shape, with 10 approximately 2:1 slopes on both the upstream and downstream faces. 11 12 8- 01.3(5)C Sandbag Check Dam 13 Sandbags shall be placed so that the initial row makes tight contact with the ditch line for the 14 length of the dam. Subsequent rows shall be staggered such the center of the bag is centered 15 over the space between bags on the previous lift. 16 17 8- 01.3(6) Stabilized Construction Entrance 18 Temporary stabilized construction entrance shall be constructed in accordance with the Plans, 19 prior to beginning any clearing, grubbing, earthwork or excavation. 20 21 When the stabilized entrance becomes ineffective due to build up of material, the Contractor shall 22 either rehabilitate the existing entrance to original condition, or construct a new entrance. 23 24 When the contract requires a tire wash in conjunction with the stabilized entrance, the Contractor 25 shall include details for the tire wash and the method for containing and treating the sediment - 26 laden runoff as part of the erosion control plan. All vehicles leaving the site shall stop and wash 27 sediment from their tires. 28 29 8- 01.3(7) Street Cleaning 30 Self- propelled pick -up street sweepers shall be used, whenever required by the Engineer, to 31 prevent the transport of sediment and other debris off the project site. 32 33 Street washing with water will require approval by the Engineer. 34 35 8- 01.3(8) Inlet Protection 36 Inlet protection can be in the form of internal or external devices and shall be installed prior to 37 clearing, grubbing or earthwork activities. Inlet protection devices shall be as specified in the 38 Plans. 39 40 When the depth of accumulated sediment and debris reaches approximately one -half the height 41 of an internal device or one -third the height of the external device (or less if so specified by the 42 manufacturers), the deposits shall be removed and stabilized on site. 43 44 Internal devices shall be prefabricated units specifically designed for inlet protection and shall 45 have the following features: 46 47 1. The strength requirement for the filter fabric shall meet or exceed the requirements of 48 Table 1 for Moderate Survivability, and the minimum filtration properties of Table 2, in 49 Section 9 -33.2. 50 51 2. Shall be sized for the stormwater structure it will service. 52 53 3. Shall have a built -in high -low relief system. 54 55 4. Shall have a retrieval system for removal of the device without spilling the contained 56 material. 57 58 5. Shall remain securely attached to the drainage structure when fully loaded with sediment 59 and debris, or at the maximum level of sediment and debris specified by the 60 manufacturerer. 61 62 External devices may be silt fence or prefabricated units specifically designed for inlet protection 63 having the following features: 2000 WSDOT AMENDMENTS AM -67 1 2 1. Filter fabric shall meet or exceed the requirements for silt fence in Section 9 -33.2. 3 4 2. The top of the device shall be at least 2 feet above the grate. 5 6 3. Shall remain securely in place over the drainage structure under all conditions. 7 8 Check dams or functionally equivalent devices may be used as inlet protection devices with the 9 approval of the Engineer. 10 11 8- 01.3(9) Sediment Control Barriers 12 Sediment control barriers shall be constructed, on contours, in the areas of clearing, grubbing, 13 earthwork or drainage prior to starting those activities. The Contractor may substitute a different 14 control barrier for that specified with approval of the Engineer. 15 16 The sediment control barriers shall be maintained until vegetation has been established. 17 18 8- 01.3(9)A Silt Fence 19 Silt fence shall be constructed in accordance with the Plans. 20 21 Back -up support for the geotextile in the form of steel wire or plastic mesh is optional, depending 22 on the properties of the geotextile selected for use in Table 6 in Section 9 -33.2. If back -up 23 support is used, steel wire shall have a maximum mesh spacing of 2 inches, and the plastic mesh 24 shall be as resistant to ultraviolet radiation as the geotextile it supports. 25 26 The geotextile shall be attached on the up -slope side of the posts and support system using 27 staples, wire, or in accordance with the manufacturer's recommendations. 28 29 The geotextile shall be sewn together at the point of manufacture, or at a location approved by 30 the Engineer, to form geotextile lengths as required. All sewn seams and overlaps shall be 31 located at a support post. 32 33 Posts shall be either wood or steel. Hardwood posts shall have minimum dimensions of 1 -1/4 34 inches by 1 -1/4 inches by the minimum length shown in the Plans. Steel posts shall consist of U, 35 T, L, or C shape posts with a minimum weight of 1.35 Ibs /ft, or other steel posts having equivalent 36 strength and bending resistance to the posts listed. 37 38 When sediment deposits reach approximately one -third the height of the silt fence, the deposits 39 shall be removed or a second silt fence shall be installed, as determined by the Engineer. 40 41 8- 01.3(9)B Gravel Filter or Wood Chip Berm 42 The gravel filter berm shall be a minimum of one foot in height and shall be maintained at this 43 height for the entire time they are in use. 44 45 The wood chip berm shall be a minimum of two feet in height and shall be maintained at this 46 height for the entire time they are in use. 47 48 8- 01.3(9)C Brush Barrier 49 Brush shall be placed in a row, approximately 3 to 5 feet wide and at least 2.5 feet high and with 50 construction geotextile for silt fence placed over the pile. The geotextile shall be anchored in a 6 51 inch wide by 6 inch deep trench on the upstream side of the barrier, and anchored using stakes 52 on the downstream side. 53 54 When no longer required, the geotextile material shall be removed, and the brush left in place. 55 56 8- 01.3(9)D Straw Bale Barrier to 57 Straw bale barriers shall be embedded in a trench the width of the bales for the length of the 58 barrier and a minimum of four inches deep. The material excavated from the trench shall be 59 placed and compacted against the uphill side of the bales. 60 iii 61 The bales shall be placed on their sides so that the bindings are not touching the ground. The 62 ends of the bales shall be tightly abutting one another, and all spaces that do exist between bales 63 shall be firmly packed with straw. 2000 WSDOT AMENDMENTS AM -68 am tw e:2 .w 0 .r .r. 1 2 3 4 5 6 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 Each bale shall be anchored using two stakes of wood or steel, driven flush with the top of the bale and extending through the bale and into the ground a minimum of 18 inches. The first stake shall be driven on an angle towards the previously laid bale. 8- 01.3(10) Wattles Wattles shall consist of cylinders of biodegradable plant material such as straw, coir, or wood shavings encased within biodegradable or photodegradable netting. Rolls shall be least 6 inches in diameter, unless otherwise specified. Wattles shall be installed as soon as construction will allow or when designated by the Engineer. Wattles shall be placed in shallow trenches and staked along the contour of disturbed or newly constructed slopes, in accordance with the Plans, perpendicular to the flow direction and parallel to the slope contour. The wattles shall be installed at the intervals designated by the Engineer. Trench construction and wattle installation shall begin from the base of the slope and work uphill. Excavated material shall be spread evenly along the uphill slope and compacted using hand tamping or other method approved by the Engineer. On gradually sloped or clay -type soils trenches shall be 2 to 3 inches deep. On loose soils, in high rainfall areas, or on steep slopes, trenches shall be 3 to 5 inches deep, or half the thickness of the wattle. The wattle shall be install snugly into the trench, abutting adjacent wattles tightly, end to end, without overlapping the ends. Wattles shall be staked at each end and at 4 foot centers along their entire length. When trench conditions require, pilot holes for the stakes shall be driven through the wattle and into the soil using a straight bar. Stakes shall be driven through the middle of the wattle, leaving 2 to 3 inches of the stake protruding above the wattle. Wattles shall be inspected regularly to ensure they remain thoroughly entrenched and in contact with the soil, and immediately after a runoff producing rainfall. 8- 01.3(11) Maintenance Erosion control devices shall be maintained so they properly perform their function until the Engineer determines they are no longer needed. The devices shall be inspected on the schedule outlined in Section 8- 01.3(1)6 for damage and sediment deposits. Damage to or undercutting of the device shall be repaired immediately. Unless otherwise specified, when the depth of accumulated sediment and debris reaches approximately one -third the height of the device the deposits shall be removed. Debris or contaminated sediment shall be disposed of in accordance with Section 2 -01.2. Clean sediments may be stabilized on site if the Engineer approves. Erosion control devices that have been damaged shall be repaired or replaced immediately by the Contractor, in accordance with Section 1- 07.13(4). 8- 01.3(12) Removal and Reuse When the Engineer determines that a erosion control device is no longer required, the Contractor shall remove the device and all associated hardware from the project limits unless it qualifies for reuse as described below. If the materials are biodegradable the Engineer may approve leaving the temporary device in place. A previously used erosion control device may be reused on this contract provided: The device has been thoroughly cleaned of all debris; 2. The device is free of tears, holes, or other damage 3. The Engineer has visually inspected the device and has determined it to be intact and not compromised as to performance 2000 WSDOT AMENDMENTS AM -69 1 2 8 -01.4 Measurement 3 ESC lead will be measured by the day, for each day that an inspection is made and a report is 4 filed. 5 6 Seeding, fertilizing, liming, mulching, and soil binder or tacking agent will be measured in acres 7 by ground slope measurement or through the use of design data. 8 9 Measurement of erosion control blanket and of plastic covering will be by the square yard 10 measurement of surface area covered and accepted. 11 12 Check dams will be measured by the linear foot along the ground line of the of completed check 13 dam. 14 15 Stabilized construction entrance will be measured by the square yard for each entrance 16 constructed. 17 18 Tire wash facilities will be measured per each for each wash installed. 19 20 Street cleaning will be measured by the hour for the actual time spent cleaning pavement, as 21 authorized by the Engineer. Time to move the equipment to or from the area on which street 22 cleaning is required will not be measured. 23 24 Inlet protection will be measured per each for each initial installation at a drainage structure. 25 Replacement of damaged protection devices will not be measured. 26 27 Silt fence, gravel and wood chip berms, and Brush Barrier will be measured by the linear foot +O 28 along the ground line of completed barrier. 29 30 Straw bale barrier will be measured per each for each bale placed in the initial installation at a 31 barrier location. to 32 33 Wattle will be measured by the linear foot along the ground line of the completed wattle. 34 35 8 -01.5 Payment io 36 Payment will be made in accordance with Section 1 -04.1, for each of the following bid items that 37 are included in the proposal: 38 39 "ESC Lead ", per day. 40 41 "Seeding ", per acre. 42 N 43 "Seeding and Fertilizing ", per acre. 44 45 "Seeding, Fertilizing, and Mulching ", per acre. 46 47 "Seeding and Mulching ", per acre. 48 49 "Fertilizing ", per acre. iris 50 51 "Second Application of Fertilizer ", per acre. 52 53 "Liming ", per acre. 54 "Mulching ", per acre. 55 57 "Soil Binder or Tacking Agent ", per acre. 58 59 "Erosion Control Blanket ", per square yard. 60 61 "Plastic Covering ", per square yard. 62 63 "Check Dam ", per linear foot. 2000 WSDOT AMENDMENTS AM -70 so Nr aw C: wv r^ air 1 2 When the Engineer approves substitutions in check dam types, payment will be made at the 3 unit contract price for the original item. If the Engineer determines that the substitution is not 4 effective, the Contractor shall install the original item at no expense to the Contracting 5 Agency. 6 7 "Stabilized Construction Entrance ", per square yard. 8 9 "Tire Wash ", per each. 10 The unit contract per each for "Tire Wash" shall include all costs associated with 11 constructing, operating, maintaining, and removing the tire wash. 12 13 "Street Cleaning ", per hour. 14 15 "Inlet Protection ", per each. 16 17 "Silt Fence ", per linear foot. 18 19 "Gravel Filter Berm ", per linear foot. 20 21 "Wood Chip Berm ", per linear foot. 22 23 "Brush Barrier ", per linear foot. 24 25 "Straw Bale Barrier, per each. 26 27 When the Engineer approves substitutions in barrier types, payment will be made at the unit 28 contract price for the original item. If the Engineer determines that the substitution is not 29 effective, the Contractor shall install the original item at no expense to the Contracting 30 Agency. 31 32 "Wattle ", per linear foot. 33 34 Sediment removal from and maintenance of erosion control devices will be paid by force account 35 under the item "Temporary Water Pollution /Erosion Control ". 36 37 "Temporary Water Pollution /Erosion Control ", by force account as provided in Section 1- 38 09.6. 39 40 To provide a common proposal for all bidders, the Contracting Agency has entered an 41 amount in the proposal to become a part of the Contactor's total bid. 42 43 The Contractor shall bear full responsibility for water pollution and erosion control in all sources of 44 material, disposal sites, and haul roads the Contractor provides. All costs for this work shall be 45 included in the various unit prices for materials obtained from or hauled to Contractor - provided 46 sites. 47 48 SECTION 8 -02, ROADSIDE PLANTING 49 August 6, 2001 50 Section 8 -02 Roadside Planting is deleted in its entirety and replaced with the following: 51 52 8 -02 ROADSIDE PLANTING 53 54 8 -02.1 Description 55 This work shall consist of furnishing and placing topsoil and soil amendments, and furnishing and 56 planting trees, whips, shrubs, ground covers, cuttings, live stakes, live poles, rhizomes, tubers, 57 and seedlings in accordance with these Specifications and as shown in the Plans or as directed 58 by the Engineer. 59 60 Trees, whips, shrubs, ground covers, cuttings, live stakes, live poles, rhizomes, tubers, rootstock, 61 and seedlings will hereinafter be referred to collectively as "plants" or "plant material." 62 2000 WSDOT AMENDMENTS AM -71 1 8 -02.2 Materials 2 Materials shall meet the requirements of the following sections: 3 4 Topsoil, Type A, Type B, and Type C 9 -14.1 5 Seed 9 -14.2 6 6 Fertilizer 9 -14.3 7 Mulch and Amendments 9 -14.4 8 Matting 9 -14.5 9 Plant Materials 9 -14.6 1' 10 Stakes, Guys, and Wrapping 9 -14.7 11 Irrigation Water 9 -25.2 12 13 Botanical identification and nomenclature of plant materials shall be based on descriptions by 14 Bailey in "Hortus Third" or superseding editions and amendments. 15 16 8 -02.3 Construction Requirements ai 17 18 8- 02.3(1) Responsibility During Construction 19 The Contractor shall ensure adequate and proper care of all plant material and work done on this 20 project until all plant establishment periods required by the contract are complete or until physical 4' 21 completion of the project, whichever is last. Existing vegetation shall not be disturbed unless 22 required by the Contract or approved by the Engineer. 23 24 Adequate and proper care shall include, but is not limited to, keeping all plant material in a 25 healthy, growing condition by watering, cultivating, pruning, and spraying. Plant material crowns, 26 runners, and branches shall be kept free of mulch at all times. This work shall include keeping the 27 planted areas free from insect infestation, weeds, litter, and other debris along with retaining the + 28 finished grades and mulch in a neat uniform condition. 29 The Contractor shall have sole responsibility for the maintenance and appearance of the roadside 30 planting. 32 33 8- 02.3(2) Roadside Work Plan 34 Before starting any work described in Sections 8 -02 and 8 -03, the Contractor shall submit a 35 roadside work plan for approval by the Engineer. The roadside work plan shall define the work 36 necessary to provide all contract requirements, including: plant area preparation, planting, plant 37 replacement, irrigation, and weed control in narrative form. The roadside work plan shall include 38 a progress schedule in accordance with Section 1 -08.3, a weed control plan, and a plant 10 39 establishment plan in accordance with Section 8- 02.3(13). An emergency contact person for the 40 Contractor shall also be listed. Should any part of the roadside work plan become unworkable at 41 any time, the Contractor shall submit, and receive approval of a revised plan prior to proceeding 42 with further work. 43 44 The weed control plan shall show the scheduling of all weed control measures required under the 45 Contract including, hand weeding, rototilling, applications of herbicides, noxious weed control, 46 and shoulder slope weed control. Target weeds and unwanted vegetation to be removed (no live 47 top growth or roots) shall be identified and listed in the weed control plan. 48 49 The plan shall be prepared and signed by a licensed pest control consultant if chemical pesticides 50 are proposed. The plan shall include methods of weed control; dates of weed control operations; 51 and the name, application rate, and Material Safety Data sheets of all proposed herbicides. In 52 addition, the Contractor shall furnish the Engineer with a copy of the current product label for 53 each pesticide and spray adjuvant to be used. These product labels shall be submitted with the 54 weed control plan for approval. 55 56 No on -site soil placement, grading, weed control, irrigation, or planting work shall begin until the to 57 plan is approved. Upon approval of the roadside work plan by the Engineer, the Contractor shall 58 proceed in accordance with the approved plan. 59 60 8- 02.3(2)A Chemical Pesticides 61 Application of chemical pesticides shall be in accordance with the label recommendations, the 62 Department of Ecology, local sensitive area ordinances, and Washington State Department of 63 Agriculture orders. The applicator shall be licensed by the State of Washington for the class of 2000 WSDOT AMENDMENTS AM -72 4W EA 0 wo 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 pesticide utilized. The Contractor shall furnish the Engineer evidence that all operators are licensed and that the pesticide used is registered for use by the Washington State Department of Agriculture. The Contractor shall furnish the Engineer a copy of the product label and material safety data sheet for each pesticide to be used. All chemicals shall be delivered to the job site in unopened containers. The licensed applicator shall complete a Commercial Pesticide Application Record (DOT Form 540 -509) daily with a copy furnished to the Engineer daily. The Contractor shall use extreme care to ensure confinement of the chemicals within the areas designated. The use of spray chemical pesticides shall require the use of antidrift and activating agents, and a spray pattern indicator. The Contractor shall assume all responsibility for rendering any area unsatisfactory for planting by reason of chemical application. Damage to adjacent areas, either on or off the highway right of way, shall be repaired to the satisfaction of the Engineer or the property owner, and the cost of such repair shall be borne by the Contractor. 8- 02.3(2)B Noxious Weed Control Those weeds specified as noxious by the Washington State Department of Agriculture, the local Weed District, or the County Noxious Weed Control Board shall be controlled on the project in accordance with the weed control plan or as directed by the Engineer. None of the weeds and unwanted vegetation existing in planting areas will be considered noxious for the purpose of this contract. 8- 02.3(2)C Shoulder Slope Weed Control During the life of the contract, the Contractor shall apply a nonselective residual herbicide to the area between the edge of paved shoulders and a point shown in the Plans or as designated by the Engineer. The Contractor shall make additional applications when ordered by the Engineer. A nonselective herbicide recommended for use adjacent to shrub and grass areas, and in ditches shall be used. 8- 02.3(2)D Plant Establishment Plan The Contractor shall submit a first year plant establishment plan, for approval by the Engineer. The Plan shall show the proposed scheduling of activities, materials, and equipment to be utilized for the first year plant establishment. The Plan shall include the management of the irrigation system. Should the plan become unworkable at any time during the first year plant establishment, the Contractor shall submit a revised plan. 8- 02.3(3) Planting Area Weed Control All planting areas shall be prepared so that they are weed and debris free at the time of planting and until completion of the project. The planting areas include the entire ground surface, regardless of cover, within all planting beds, planting zones, types, or areas shown in the Plans. At no time during the life of the Contract shall the Contractor allow weeds to reach seed stage. The Contractor shall not allow live stolons or roots of unwanted vegetation to remain for more than two weeks after notification that such a condition exists. All applications of post- emergent herbicides shall be made while green and growing tissue is present. Should unwanted vegetation reach the seed stage, in violation of these Specifications, the Contractor shall physically remove and bag the seed heads. All physically removed vegetation and seed heads shall be disposed of off site at no cost to the Contracting Agency. 8- 02.3(4) Topsoil Topsoil shall be evenly spread over the specified areas to the depth shown in the Plans or as otherwise ordered by the Engineer. The soil shall be cultivated to a depth of 1 foot or as specified in the Special Provisions or the Plans. After the topsoil has been spread, all large clods, hard lumps, rocks 2 inches in diameter and larger, and litter shall be raked up, removed, and disposed of by the Contractor. Topsoil shall not be placed when the ground or topsoil is frozen, excessively wet, or in the opinion of the Engineer in a condition detrimental to the work. 8- 02.3(4)A Topsoil Type A Topsoil Type A shall be as specified in the Special Provisions. 2000 WSDOT AMENDMENTS AM -73 1 2 8- 02.3(4)B Topsoil Type B 3 Topsoil Type B shall be native topsoil taken from within the project limits and shall meet the 4 requirements of Section 9- 14.1(2). 5 6 Topsoil Type B shall be taken from areas designated by the Engineer to the designated depth 7 and stockpiled at locations that will not interfere with the construction of the project, as approved 8 by the Engineer. Areas beyond the slope stakes shall be disturbed as little as possible in the 9 above operations. 10 11 When topsoil Type B is specified, it shall be the Contractor's responsibility to perform the 12 excavation operations in such a manner that sufficient material is set aside to satisfy the needs of a at 13 the project. 14 15 Upon physical completion of the work, topsoil Type B remaining and not required for use on the 16 project shall be disposed of by the Contractor at no expense to the Contracting Agency and to the ,wr 17 satisfaction of the Engineer. 18 19 Should a shortage of topsoil Type B occur, and the Contractor has wasted or otherwise disposed 20 of topsoil material, the Contractor shall furnish topsoil Type C at no expense to the Contracting 21 Agency. 22 23 Topsoil Type B will not be considered as selected material, as defined in Section 2- 03.3(10), and 24 the conditions of said section shall not apply. 25 26 Materials taken from roadway excavation, borrow, stripping, or other excavation items, and 27 utilized for topsoil, will not be deducted from the pay quantities for the respective items. 28 29 8- 02.3(4)C Topsoil Type C 30 Topsoil Type C shall be native topsoil obtained from a source provided by the Contractor outside 31 of the Contracting Agency -owned right of way. Topsoil Type C shall meet the requirements of 32 Section 8- 02.3(4)B and Section 9- 14.1(2). 33 34 8- 02.3(5) Soil Preparation 35 The work involved in preparing planting areas shall be conducted so the flow line in drainage 36 channels is maintained. Material displaced by the Contractor's operations, which interferes with 37 drainage, shall be removed from the channel and disposed of as approved by the Engineer. The 38 planting area shall be weed free with no top growth or live roots before any soil work begins. 60 39 40 Before planting and final grading takes place, the area shall be cultivated when specified in the 41 Plans or the Special Provisions. 42 rl 43 The areas shall be brought to a uniform grade, 1 inch, or the specified depth of mulch, below 44 walks, curbs, junction and valve boxes, and driveways, unless otherwise specified. All excess 45 material and debris, stumps, and rocks larger than 3 inches, shall be removed and disposed of off 46 the project site or as approved by the Engineer. 47 48 8- 02.3(6) Soil Amendments 49 Soil amendments of the type and quantities specified shall be applied where shown in the Plans 50 or Special Provisions. 51 52 Soil amendments shall be thoroughly mixed with the soil to produce a uniform blend as specified 53 in the Plans or Special Provisions. 54 55 8- 02.3(7) Layout of Planting 56 In mixed planting areas, trees shall be planted first, followed by the larger shrubs, low shrubs, 57 seedlings, ground covers, cuttings and live stakes. 58 59 All location layout and staking shall be the responsibility of the Contractor, subject to approval of 60 the Engineer before planting of each item begins. 61 62 The Engineer will make only the field measurements necessary to calculate and verify quantities 63 for payment. 2000 WSDOT AMENDMENTS AM -74 0 VW Ow Wr VO Ow 4W No 4W wr 1 2 All trees to be planted in mowable grass areas shall be located a minimum of 10 feet from the 3 edge of planting beds, other trees, fence lines, and bottom of ditches unless otherwise specified. 4 5 Tree locations shown in the Plans shall be considered approximate unless shown with stationing 6 and offset distance. For locations not shown with stationing and offset, the tree locations shall be 7 located as specified by the Engineer. 8 9 In irrigated areas, tree trunk locations shall be a minimum distance of one -third the radius of the 10 coverage of sprinkler heads. 11 12 Unless otherwise shown, planting beds located adjacent to roadways shall begin at the shoulder 13 subgrade. Where a ditch section exists, no plants shall be placed closer than 5 feet from the 14 bottom of the ditch. 15 16 8- 02.3(8) Planting 17 No plant material shall be planted until it has been inspected and approved for planting by the 18 Engineer. Rejected material shall be removed from the project site. 19 20 Under no circumstances will planting during freezing weather or in frozen ground be permitted. 21 All planting shall be accomplished during the following periods: 22 23 1. Nonirrigated Plant Material 24 September 15 to March 31. 25 2. Irrigated Plant Material 26 In irrigated areas, no planting shall be done until the irrigation system is operational. 27 28 Plants shall not be placed in areas that are below the finished grade. 29 30 Planting hole sizes for plant material shall be in accordance with the details shown in the Plans. 31 Any glazed surface of the planting hole shall be removed by hand methods. 32 33 Drainage, conforming to the details shown in the Plans, shall be provided for all trees and shrubs. 34 35 Plant material supplied in containers shall not be removed from the containers until the time of 36 planting at the planting location. Roots of bare root stock shall not be bunched, curled, twisted, or 37 unreasonably bent when placed in the planting hole. All bare root plant material shall be dormant 38 at the time of planting. 39 40 After placing balled and burlapped plants, all inorganic, plastic, or treated burlap and all string or 41 wire lacing shall be completely removed. A burlap -lined wire basket container may be used in lieu 42 of laced burlap. The top 1/2 of the basket shall be removed after the plant is positioned in the 43 planting hole. 44 45 The plant material shall be handled in such a manner that the root systems are kept covered and 46 damp at all times. The root systems of all bare root plant material shall be dipped in a slurry of 47 silt and water immediately prior to planting. The root systems of container plant material shall be 48 moist at the time of planting. In their final position, the plants shall have the same relationship to 49 the finished grade as when growing in the nursery or container. After planting, the backfill 50 material and rootball shall be thoroughly watered in within 24 hours. 51 52 The Contractor shall provide and apply an anti - desiccant substance to all coniferous plant 53 material and to all deciduous trees (when in leaf) before the plants leave the nursery. The 54 Contractor shall supply a letter of certification that the anti - desiccant has been applied in 55 accordance with the manufacturer's recommendations. 56 57 8- 02.3(9) Pruning, Staking, Guying, and Wrapping 58 All plants shall be pruned at the time of planting to remove minor broken or damaged twigs, 59 branches or roots. Pruning shall be done with a sharp tool and shall be done in such a manner as 60 to retain or to encourage natural growth characteristics of the plants. 61 2000 WSDOT AMENDMENTS AM -75 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 When the lowest branch on a 2 -inch caliper or larger deciduous tree occurs at 3 feet or more from ground level, the trunks shall be wrapped with a tree wrapping material. Tree wrap may be self- adhering or secured using tape. Staples will not be allowed. Each tree shall be staked or guyed before completion of the backfilling in accordance with the details shown in the Plans. All staking, guying, and wrapping shall be completely removed at the end of the first year of plant establishment, unless otherwise directed by the Engineer. 8- 02.3(10) Fertilizers Fertilizers shall be applied in the form specified in the Special Provisions. Application procedures shall be in accordance with the manufacturer's recommendations or as specified in the Special Provisions. The Contractor shall submit for approval a guaranteed fertilizer analysis label for the selected product. 8- 02.3(11) Bark or Wood Chip Mulch Bark or wood chip mulch of the type and depth specified shall be applied where shown in the Plans or specified in the Special Provisions. Any contamination of the mulch due to the Contractor's operations shall be corrected to its former condition at the Contractor's expense. Mulch shall be feathered to plant material trunks, stems, canes, or root collars, and 1 inch below the top of junction and valve boxes, curbs, and pavement edges. All plant crowns shall be free of mulch. Mulch placed to a thickness greater than specified shall be at no additional cost to the Contracting Agency. 8- 02.3(12) Completion of Initial Planting Upon completion of the initial planting within a designated area, the Engineer will make an inspection of all plant material and notify the Contractor, in writing, of any replacements or corrective action necessary to meet the Contract Provisions. The Contractor shall replace all materials rejected or missing and correct unsatisfactory conditions. Completion of the initial planting within a designated area includes the following: 1. A minimum of 95 percent of each of the plant material categories (trees, whips, shrubs, groundcovers, and seedlings) shall be installed per the Contract Provisions. 2. Planting Area cleanup. 3. Repairs completed for the entire project, including but not limited to full operation of the irrigation system, complete mulch coverage, and all weeds controlled. 4. Approval of plant establishment plan. 8- 02.3(13) Plant Establishment Plant establishment shall consist of caring for all plants planted on the project and caring for the to planted areas within the project limits. The provisions of Section 1 -07.13 do not apply to this section. The first year of plant establishment shall begin immediately upon written notification from the Engineer of the acceptance of initial planting for the entire project. The first year plant establishment period shall be a minimum of one calendar year. A second year plant establishment, if included in the Contract, shall begin immediately at the written acceptance of the first year plant establishment period and shall be one full calendar year if there is a third year plant establishment. Without a third year plant establishment, it shall be a minimum of six months or until October 31, whichever is later. Third year plant establishment, when included in the contract, shall begin immediately at the completion of the second year plant establishment period. If the second year plant establishment period ends on or before May 31, third year plant establishment shall end on October 31 of the same year. If the second year plant establishment period ends after May 31, third year plant establishment shall end on October 31 of the following year. 2000 WSDOT AMENDMENTS AM -76 4W ZL 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 During the first year plant establishment period, it shall be the Contractor's responsibility to ensure the resumption and continued growth of the transplanted material. This care shall include, but not be limited to, labor and materials necessary for removal of foreign, dead, or rejected plant material, maintaining a weed -free condition, and the replacement of all unsatisfactory plant material planted under the contract. The Contractor shall replace all plants stolen or damaged by the acts of others. The Contractor shall meet with the Engineer for the purpose of joint inspection of the planting material on the closest working day to the first day of the month. All conditions unsatisfactory to the Engineer shall be corrected by the Contractor within a 10 -day period immediately following the inspection. Failure to comply with corrective steps as outlined by the Engineer shall constitute justification for the Contracting Agency to take corrective steps and to deduct all costs thereof from any monies due the Contractor. At the end of the plant establishment period, plants that do not show normal growth shall be replaced. All automatic irrigation systems shall be operated fully automatic during the plant establishment period and until final acceptance of the contract. During the second and third year plant establishment periods, the Contractor shall perform work as described above on a force account basis at the direction of the Engineer. 8- 02.3(14) Plant Replacement The Contractor shall be responsible for growing or providing enough plants for replacement of all plant material rejected through first year plant establishment. All rejected plant material shall be replaced at dates approved by the Engineer. All replacement plants shall be of the same species and quality as the plants they replace. Plants may vary in size reflecting one season of growth should the Contractor elect to hold plant material under nursery conditions for an additional year to serve as replacement plants. 8- 02.3(15) Lawn Installation In irrigated areas, lawn installation shall not begin until the sprinkler system is operational. Seed mix and rate of application shall be as specified in the Special Provisions. Unless otherwise approved by the Engineer, seeded lawn installation shall be performed during the following periods of any year at the location shown: West of the summit of the Cascade Range - March 1 to October 25. East of the summit of the Cascade Range - April 15 to October 1. The Contractor shall have the option of sodding in lieu of seeding for lawn installation at no additional expense to the Contracting Agency. Seeding in lieu of sodding will not be allowed. Topsoil for seeded or sodded lawns shall be placed at the depth and locations shown in the Plans. The topsoil shall be tilled to a depth sufficient to key into the subsoil, raked to a smooth even grade without low areas to trap water and compacted, all as approved by the Engineer. Sod strips shall be placed within 48 hours of being cut. Placement shall be without voids and have the end joints staggered. The sod shall be rolled with a smooth roller following placement. Barriers shall be erected, with warning signs where necessary, to preclude pedestrian traffic access to the newly placed lawn during the establishment period. 8- 02.3(16) Lawn Establishment Lawn establishment shall consist of caring for all new lawn areas within the limits of this project. The lawn establishment period shall begin immediately after the lawn planting has been accepted by the Engineer and shall extend to the end of four mowings. During the lawn establishment period, it shall be the Contractor's responsibility to ensure the continuing healthy growth of the turf. This care shall include labor and materials necessary to keep the project in a presentable condition, including but not limited to, removal of litter, mowing, 2000 WSDOT AMENDMENTS AM -77 1 3 4 5 6 7 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 trimming, removal of grass clippings, edging, fertilization, insecticide and fungicide applications, weed control, repairing irrigation system, and repair and reseeding any and all damaged areas. Temporary barriers shall be removed only on written permission from the Engineer. All work performed under lawn establishment shall comply with established turf management practices. Acceptance of lawn planting as specified shall be based on a uniform stand of grass and a uniform grade at the time of final inspection. Areas that are bare or have a poor stand of grass, and areas not having a uniform grade through any cause before final inspection, shall be recultivated, regraded, reseeded, or resodded and refertilized as specified at no additional cost to the Contracting Agency. e e 8- 02.3(17) Lawn Mowing Lawn mowing shall begin immediately after the lawn establishment period has been accepted by iii► the Engineer and shall extend to the end of the contract or the first year plant establishment, whichever is last. The Contractor shall accomplish the following minimum requirements: 1. Mowing, trimming, and edging shall be done as often as conditions dictate. Maximum height of lawn shall not exceed 3 inches. The cutting height shall be 2 inches. Cuttings,, trimmings, and edgings shall be disposed of off the project site. 2. Water application shall be as often as conditions dictate depending on weather and soil conditions. 0 3. Provide fertilizer, weed control, and other measures as necessary to maintain a healthy stand of grass. 8 -02.4 Measurement Measurement for topsoil, Type A, Type B, and Type C, will be by the cubic yard in the haul conveyance at the point of delivery. ww The quantity of excavation taken from roadway excavation, borrow, strippings, or other excavation item to be utilized as topsoil Type B will not be deducted from the pay quantities of the respective items. If haul is to be paid on the excavated item from which topsoil Type B material is it taken, no deduction will be made in the mass diagram for the quantity so taken. The topsoil Type B material will be considered as having been hauled into the general distribution of the excavated material. The pay quantities for plant materials will be determined by count of the number of satisfactory plants in each category accepted by the Engineer. Fertilizer will be measured in pounds determined by the count of the containers and the mass of fertilizer per container. Topsoil Type , mulch and soil amendments will be measured by the cubic yard in the haul 16 conveyance or container at the point of delivery. Water will be measured in accordance with Section 2 -07.4. Measurement will be made of only that water hauled in tank trucks or similar equipment. Shoulder slope weed control will be measured along the ground slope and computed in square yards. Seeded lawn, sod installations, and lawn mowing will be measured along the ground slope and computed in square yards of actual lawn completed, established, and accepted. 8 -02.5 Payment Payment will be made in accordance with Section 1 -04.1, for each of the following listed bid items that are included in the proposal: 2000 WSDOT AMENDMENTS AM -78 0 me 0 OW AW ON lo. 0 aw 1 2 "Topsoil Type ", per cubic yard. 3 The unit contract price per cubic yard for "Topsoil Type to shall be full pay for providing 4 the source of material for topsoil Type A and C, for excavating, loading, hauling, intermediate 5 windrowing, stockpiling, weed control and removal, placing, spreading, processing, 6 cultivating, and compacting topsoil Type A, Type B, and Type C at the locations shown in the 7 Plans or as directed by the Engineer. 8 9 "Plant Selection ", per each. 10 11 "PSIPE ", per each. (PSIPE is Plant Selection Including Plant Establishment.) 12 The unit contract price for "Plant Selection ", per each, and "PSIPE ", per each, 13 shall be full pay for all materials, labor, tools, equipment, and supplies necessary for weed 14 control within the planting area, planting area preparation, fine grading, planting, cultivating, 15 and cleanup for the particular items called for in the Plans. 16 17 As the plants that include plant establishment are obtained, propagated, and grown, partial 18 payments shall be made as follows after inspection by the Engineer: 19 20 Payment of 5 percent of the unit contract price, per each, when the plant materials have 21 been contracted, propagated, and are growing under nursery conditions. The Contractor 22 shall provide the Engineer with certification that the plant material has been procured or 23 contracted for delivery to the project for planting within the time limits of the project. The 24 certification shall state the location, quantity, and size of all material. 25 26 Payment shall be increased to 15 percent of the unit contract price, per each, upon 27 completion of the initial weed control work. 28 29 Payment shall be increased to 60 percent of the unit contract price per each for the 30 contracted plant material in a designated unit area when planted. 31 32 Payment shall be increased to 80 percent of the unit contract price per each for contracted 33 plant material at the completion of the initial planting. 34 35 Payment shall be increased to the appropriate percentage upon accomplishment of the 36 following phases of plant establishment. 37 38 3 months after completion of initial planting 85% 39 6 months after completion of initial planting 90% 40 Completion of 1st year plant establishment 100% 41 42 As the plants that do not include plant establishment are obtained, propagated, and grown, 43 partial payments shall be made as follows: 44 45 Payment of 15 percent of the unit contract price per each when the plant materials have 46 been contracted, propagated, and are growing under nursery conditions. The 47 Contractor shall provide the Engineer with certification that the plant material has been 48 procured or contracted for delivery to the project for planting within the time limits of the 49 project. The certification shall state the location, quantity, and size of all material. 50 51 Payment shall be increased to 90 percent of the unit contract price per each for 52 contracted plant material at the completion of the initial planting. 53 54 Payment shall be increased to 100 percent at the physical completion of the contract. 55 56 All partial payments shall be limited to the actual number of healthy vigorous plants that meet 57 the stage requirements, limited to plan quantity. Payments at any stage shall not constitute 58 acceptance of plants, nor shall the ownership or title transfer to the Contracting Agency. 59 Materials found not acceptable at any stage shall be rejected and replaced at the 60 Contractor's expense. Previous partial payments made for materials rejected or missing will 61 be deducted from future payments due the Contractor. 62 63 "Plant Establishment - Second Year ", by force account. 2000 WSDOT AMENDMENTS AM -79 2 3 4 6 7 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 "Plant Establishment - Third Year ", by force account. "Plant Establishment - Second Year" and "Plant Establishment - Third Year" will be paid for in accordance with Section 1 -09.6. "Fertilizer ", per pound. "Noxious Weed Control ", by force account. "Noxious Weed Control" will be paid in accordance with Section 1 -09.6 for the control of weeds outside the planting and seeding areas. Removal of weeds or unwanted vegetation to existing in planting areas will not be paid for under this item. "Shoulder Slope Weed Control ", per square yard. "Insecticide Application ", by force account. "Fungicide Application ", by force account. "Insecticide Application" and "Fungicide Application" will be paid in accordance with Section .sir 1 -09.6 for the work performed. "Soil Amendment ", per cubic yard. "Bark or Wood Chip Mulch ", per cubic yard. "Water", per M Gal. No payment will be made for water used to water -in plants or for irrigating plants and lawn located within an area which has a workable sprinkler irrigation system. "Seeded Lawn Installation ", per square yard. "Sod Installation ", per square yard. "Lawn Mowing ", per square yard. The unit contract price per square yard for "Seeded Lawn Installation" or "Sod Installation" shall be full pay for all costs necessary for weed control within the seeding area, to prepare the area, plant or sod the lawn, erect barriers, and establish lawn areas and for furnishing all labor, tools, equipment, and materials necessary to complete the work as specified and shall be paid in the following sequence for healthy, vigorous lawn: Completion of Lawn Planting 60 percent of individual areas Mid Lawn Establishment (after 2 mowings) 85 percent of individual areas Completion of Lawn Establishment 100 percent of individual areas (after 4 mowings) For the purpose of providing a common proposal for all bidders, the Contracting Agency entered an amount for "Noxious Weed Control ", "Insecticide Application ", and "Fungicide Application" in the proposal to become a part of the total bid by the Contractor. SECTION 8 -09, RAISED PAVEMENT MARKERS June 26, 2000 8- 09.3(1) Surface Preparation In the first paragraph the third sub - paragraph is revised to read as follows: The pavement shall be surface dry. When applying Epoxy Adhesives in cool weather the pavement surface shall be heated by intense radiant heat (not direct flame) for a sufficient length of time to warm the pavement areas of marker application to a minimum of 70 F. 8- 09.3(3) Adhesive Preparation This section is supplemented with the following: Asphalt adhesive shall be indirectly heated in an applicator with continuous agitation. The adhesive shall be applied at a temperature between 400 F and 425 F. 8- 09.3(4) Application Procedure This section is revised to read as follows: 2000 WSDOT AMENDMENTS AM -80 e e e e e CA ,w low 0 .w 00 1 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 Epoxy Adhesives The marker shall be affixed to the prepared pavement area with sufficient adhesive so as to squeeze out a small bead of adhesive around the entire periphery of the marker. The required amount of adhesive per marker will normally be in the range of 20 to 40 grams. The sequence of operations shall be as rapid as possible. Adhesive shall be in place and the marker seated in not more than 30 seconds after the removal of the pavement preheat or warm air blast. The marker shall not have cooled more than one minute before seating. The length of the pavement preheat or warming shall be adjusted so as to ensure bonding of the marker in not more than 15 minutes. Bonding will be considered satisfactory when adhesive develops a minimum bond strength in tension of not less than 800 grams per square inch or a total tensile strength of 25 pounds Markers shall be spaced and aligned as shown in the Standard Plans and as specified by the Engineer. A displacement of not more than '/2 inch (15 millimeters left or right) of the established guide line will be permitted. The Contractor shall remove and replace at no expense to the Contracting Agency all improperly placed markers. Markers shall not be placed over longitudinal or transverse joints in the pavement surface. On roadway sections which are not open to public traffic, the preheating of the markers by dry heating before setting will not be required provided the adhesive develops the required bond strength of 800 grams per square inch in less than three hours. If the roadway section is carrying public traffic during the installation of the markers, the 15 minute set -to- traffic provision will be enforced, and necessary flagging and traffic control will be required. Asphalt Adhesives Thermoplastic Type 1 markers shall be installed only with a hot melt bitumen adhesive. At the option of the Contractor, a hot melt bitumen adhesive may be used to cement other types of markers to the pavement in lieu of epoxy adhesive. The bitumen adhesive shall conform to the requirements of Section 9- 02.1(8). Markers shall not be placed using bitumen adhesive when the pavement or air temperature is 50 F or less. Markers shall be placed immediately after application of the adhesive. SECTION 8 -11, GUARDRAIL February 5, 2001 8- 11.3(1)D Terminal and Anchor Installation The first sentence of the fifth paragraph is revised to read as follows: Assembly and installation of Beam Guardrail Flared Terminals and Beam Guardrail Nonflared Terminals shall be supervised at all times by a manufacturer's representative, or an installer who has been trained and certified by the manufacturer. SECTION 8 -15, RIPRAP August 6, 2001 8 -15.2 Materials The requirements for "Filter Blanket" are revised to read as follows: Filter Blanket _ (shall meet the gradation requirements for Shoulder Ballast) 9- 03.9(2) SECTION 8 -18, MAILBOX SUPPORT February 5, 2001 8 -18.2 Materials This section is revised to read as follows: 2000 WSDOT AMENDMENTS AM -81 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 Materials shall meet the requirements of the following sections: Steel Posts 9 -32.1 Bracket 9 -32.2 Type 2 Mailbox Support 9 -32.7 Wood Posts 9- 28.14(1) Fasteners 9 -32.5 Snow Guard 9 -32.6 Mailboxes will be furnished by others. 8 -18.5 Payment This section is supplemented with the following: All costs for the snow guard shall be included in the unit contract price per mailbox support involved. SECTION 8 -20, ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL August 6, 2001 8- 20.3(4) Foundations The thirteenth paragraph is revised to read: For slip bases the combined height of the light standard concrete foundation plus the anchor bolt stub height shall not exceed 4 inches above the ground line. 8- 20.3(8) Wiring The tenth paragraph is revised to read as follows: Every conductor at every wire termination, connector, or device shall have a PVC or polyolefin wire marking sleeve bearing as its legend, the circuit number indicated in the contract. All terminal strips shall also bear the circuit number consistant with the contract. SECTION 8 -22, PAVEMENT MARKING October 2, 2000 Section 8 -22 is revised to read as follows: 8 -22.1 Description This work shall consist of furnishing, installing, and removing pavement markings upon the roadway surface in accordance with the Plans, Standard Plans, and these Specifications, at locations shown in the Contract or as directed by the Engineer. Pavement markings are defined as follows: Long Line Markings Skip Center Line A BROKEN YELLOW line 4 inches wide. The broken pattern shall be based on a 40 -foot unit consisting of a 10 -foot line and a 30 -foot gap. Skip center line is used as center line delineation on multilane, two way highways. Double Yellow Center Line Two SOLID YELLOW lines, each 4 inches wide, separated by a 4 -inch or 12 -inch space. Double yellow center line is used as center line delineation on multilane, two way highways and for channelization. Edge Line A SOLID line, 4 inches wide, used on the edges of the traveled way. Edge lines shall be WHITE except that on roadways with one way travel, the left edge line in the direction of travel shall be YELLOW. 2000 WSDOT AMENDMENTS AM -82 e A A e wr VW 1W u +w 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 Dotted Extension Line A BROKEN LINE, 4 inches wide used to guide vehicles through an interchange or intersection. The broken pattern will be based on an 8 -foot unit consisting of a 2 -foot line and a 6 -foot gap. Dotted extension line shall be the same color as the line it is extending. Wide Line A SOLID WHITE line, 8 inches wide, used for delineation at ramp connections, to separate left and right turning movements from through movements, to separate high occupancy vehicle lanes from general purpose lanes, to separate general purpose lanes from bicycle lanes, for traffic islands, hash marks, chevrons and other applications. Dotted Wide Line A BROKEN WHITE line, 8 inches wide, used for high occupancy vehicle lane applications on arterials and for bicycle lane delineation . The broken line pattern shall be based on an 8 -foot unit consisting of a 2 -foot line with a 6 -foot gap. Skip Wide Line A BROKEN WHITE line, 8 inches wide, used for high occupancy vehicle lane applications on freeways. The skip wide broken line pattern shall be based on a 40 -foot unit consisting of a 10 -foot line with a 30 -foot gap. Lane Line A BROKEN WHITE line, 4 inches wide, used to delineate adjacent lanes traveling in the same direction. The broken pattern shall be based on a 40 -foot unit consisting of a 10 -foot line and a 30 -foot gap. Drop Lane Line A BROKEN WHITE line, 8 inches wide, used to delineate a lane that ends at an off ramp. The broken pattern shall be based on a 15 -foot unit consisting of a 3 -foot line and a 12 -foot gap. No -Pass Line A SOLID YELLOW line, 4 inches wide, separated from a skip center line by a 4 -inch space where passing is prohibited from the lane bounded by the no -pass line. Where passing is prohibited in both directions, no -pass lines shall be two SOLID YELLOW lines, each 4 inches wide, separated by a 4 -inch or 12 -inch space. Reversible Lane Line Two BROKEN YELLOW lines, each 4 inches wide, separated by a 4 -inch space. The broken pattern shall be based on a 40 -foot unit consisting of a 10 -foot line and a 30 -foot gap. Two Way Left Turn Line A SOLID YELLOW line, 4 inches wide, with a BROKEN YELLOW line, 4 inches wide, separated by a 4 -inch space. The broken pattern shall be based on a 40 -foot unit consisting of a 10 -foot line and a 30 -foot gap . The solid line shall be installed to the right of the broken line in the direction of travel. Barrier Line A SOLID YELLOW line, 18 inches wide. Transverse Markings Crosswalk Line A SOLID WHITE line, 12 inches wide, installed parallel to another crosswalk line with a 6 -foot space between the lines, or a series of SOLID WHITE lines 8 feet long conforming to details in the Standard Plans. Stop Line A SOLID WHITE line, 18 inches wide unless noted otherwise in the Contract. 2000 WSDOT AMENDMENTS AM -83 1 Symbol Markings 2 Traffic Arrow 3 A WHITE marking conforming to details in the Standard Plans. 4 5 Traffic Letter 6 A WHITE marking conforming to the FHWA publication Standard Alphabet for Highway 7 Signs and Pavement Markings for proportion. 8 9 With the exception of the traffic letters forming parts of the railroad crossing symbol, all 10 traffic letters shall be 8 feet high. 11 12 Access Parking Space Symbol 13 A WHITE marking conforming to details in the Standard Plans that is used to designate 14 restricted parking access. 15 16 HOV Lane Symbol 17 A WHITE marking conforming to details in the Standard Plans that is used to designate 18 a high occupancy vehicle (HOV) lane. 19 20 Railroad Crossing Symbol 21 A WHITE marking conforming to details in the Standard Plans . The letters included in 22 the railroad crossing symbol shall conform to the FHWA publication Standard Alphabet 23 for Highway Signs and Pavement Markings for proportion. 24 25 Drainage Marking 26 A WHITE marking consisting of a 4 -inch by 12 -inch line of plastic pavement marking 27 material placed at the location of a cross - culvert, 1 foot outside the pavement edge line , 28 with the 12 -inch length parallel to the longitudinal axis of the pipe or perpendicular to the 29 drainage feature. 30 31 Aerial Surveillance Marker 32 A WHITE marking conforming to details in the Standard Plans. 33 34 8 -22.2 Materials 35 Material for pavement marking shall be paint or plastic as noted in the bid item and selected from 36 approved materials listed in the Qualified Products List. 37 38 8 -22.3 Construction Requirements 39 8- 22.3(1) Preliminary Spotting 40 The Engineer will provide necessary control points at intervals agreed upon with the 41 Contractor to assist in preliminary spotting of the lines before marking begins. The 42 Contractor shall be responsible for preliminary spotting of the lines to be marked. Approval 43 by the Engineer is required before marking begins. Preliminary spotting to guide the striping 44 machine is required for all longitudinal lines except where a clearly visible separation is 45 present. Preliminary spotting shall be provided at a spacing of 100 feet maximum on 46 tangents and 25 feet maximum on curves. The color of the material used for spotting shall 47 match the color of the permanent marking. 48 49 8- 22.3(2) Preparation of Roadway Surfaces 50 Pavement surface temperature and ambient temperature shall be 50 degrees F and rising for 51 the application of paint. New and existing asphalt concrete pavement shall be dry, clean and 52 free of contaminants such as surface oils and existing pavement marking materials prior to 53 the application of paint or plastic material. Portland cement concrete shall have a minimum 54 compressive strength of 3000 psi and shall be dry, clean and free of contaminants including 55 curing agents, surface oils and existing pavement marking materials prior to the application 56 of paint or plastic material. Contaminants shall be removed by approved mechanical means. 57 58 Pavement surfaces shall be prepared for plastic marking application in accordance with the 59 pavement marking material manufacturer's recommendations. Application of Type D 60 material on dense asphalt requires a pavement cure period of up to 14 days prior to 61 application and a 28 day cure period for application on open graded asphalt concrete 62 pavement or portland cement concrete. 63 2000 WSDOT AMENDMENTS AM -84 A e D aw W aw to 0 rrr 2 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 8- 22.3(3) Marking Application Lane line and right edge line shall be white in color. Center line and left edge line shall be yellow in color. All temporary pavement markings shall be retroreflective. Paint and sprayed or extruded plastic material shall be applied with a top dressing of glass breads. Two applications of paint will be required to complete all paint markings. The time period between paint applications will vary depending on the type of pavement as follows: Pavement Type Bituminous Surface Treatment Asphalt Concrete Pavement Cement Concrete Pavement Time Period 4 hours min., 48 hours max. 4 hours min., 30 days max. 4 hours min., 30 days max. Where paint is applied on centerline on two -way roads with bituminous surface treatment, the second paint application shall be applied in the opposite direction as the first application. The second application of paint shall be squarely on top of the first pass. Lines with skip patterns, paint or plastic, shall be applied so they are in cycle with existing skip pattern lines on at least one end of the project. Glass beads shall be applied to all spray applied paint material. The bead application system shall provide a uniform bead distribution over the entire surface of the marking. The minimum application rate shall be 7 pounds of beads per gallon of paint. Pavement markings shall be applied at the following base line thickness measured above the pavement surface in thousandths of an inch (mils): Liquid pavement marking material yield per gallon depending on thickness shall not exceed the following: Mils thickness 10 15 30 45 60 2000 WSDOT AMENDMENTS Feet of 4" line /aallon 483 322 161 107 81 AM -85 Sauare feet/oallon 161 108 54 36 27 Dense Class D Marking Material Application ACP ACP PCC BST Paint -first coat spray 16 10 10 10 Paint- second coat spray 15 15 15 15 Type A - flat/transverse & symbols extruded 125 125 125 125 Type A - flat/long line & symbols spray 90 120 90 120 Type A - with profiles extruded 90 120 90 120 Type A - embossed extruded 160 160 160 160 Type A - embossed with profiles extruded 160 160 160 160 Type B - flat/transverse & symbols heat fused 125 125 125 125 Type C - flat/transverse & symbols adhesive 90 90 90 NA Type C - flat/long line adhesive 60 60 60 NA Type C - inset/long line adhesive 60 60 60 NA Type D - flat/transverse & symbols spray 120 120 120 120 Type D - flat/transverse & symbols extruded 120 120 120 120 Type D - flat/long line spray 90 120 90 120 Type D - flat/long line extruded 90 120 90 120 Type D - profiled /long line extruded 90 120 90 120 Type D - inset/long line extruded 260 260 260 260 Liquid pavement marking material yield per gallon depending on thickness shall not exceed the following: Mils thickness 10 15 30 45 60 2000 WSDOT AMENDMENTS Feet of 4" line /aallon 483 322 161 107 81 AM -85 Sauare feet/oallon 161 108 54 36 27 2 3 5 6 7 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 90 54 18 90 with profiles 30 10 120 40 13 120 with profiles 26 9 260 19 7 Solid pavement marking material (Type A) yield per 50 pound bag shall not exceed the following: i Mils thickness Feet of 4" line /50# bag Square feet/50# bag 30 - flat 358 120 45 - flat 240 80 60 - flat 179 60 90 - flat 120 40 90 - flat with profiles 67 23 120 - flat 90 30 120 - flat with profiles 58 20 125 - embossed 86 29 125 - embossed with profiles 58 20 260 - flat inset 42 14 Profiles are defined as that portion of the pavement marking line that is applied at a greater thickness than the base line thickness. Profiles shall be applied using the extruded method in the same application as the base line. All profiles shall be 500 mils thick, measured above the pavement surface, shall extend across the entire width of the marking and shall be a minimum of 4 inches in length for the full profile thickness. All profiles shall be spaced at 26 inches. Profiles shall be straight and square with the line. The profiles may be slightly rounded provided the minimum profile thickness is provided for the length of the profile. Each plastic skip center line, profiled plastic lane line and profiled plastic skip wide line shall have 5 profiles. Each profiled plastic drop lane line shall have 2 profiles. Provide approximately 4 inches of base line material prior to the first profile and after the last profile in the line. All embossed plastic lines are applied at a thickness of 125 mils with a transverse groove 100 to 300 mils wide impressed into the line to a nominal depth of 15 to 30 mils above the pavement surface at spacing of 1 inch nominal. The transverse grooves normally applied adjacent to the profiles on plastic embossed line with profiles may be omitted for a distance of up to 2 inches from the profile. All inset plastic lines shall be applied into a slot cut into the pavement. The slot shall be cut with equipment to produce a smooth square slot 4 inches wide. The slot depth for Type C material shall be 40 mils, plus or minus 5 mils. The slot depth for Type A or D material shall be 250 mils minimum. Slots for Type A or D material shall be is filled to 10 mils above the pavement surface. The edges of the slot for Type A or D material shall be overfilled 0.125 inch on each side resulting in a 4.25 inch wide line. When two or more spray applications are required to meet thickness requirements for Type A and Type D materials, top dressing with glass beads is only allowed on the last application. A cure period of 4 hours minimum and 48 hours maximum is required between successive applications. Any loose beads, dirt or other debris shall be swept or blown off the line prior to application of each successive application. Successive applications shall be applied squarely on top of the preceding application. 8 -22.3( 4) Tolerances for Lines Allowable tolerances for lines are as follows: Length of Line: The longitudinal accumulative error within a 40 -foot length of skip line shall not exceed plus or minus 1 inch. Width of Line: The width of line shall not vary more than plus or minus 1/4 inch. Lane Width: The lane width, which is defined as the lateral width from the edge of pavement to the center of the lane line or between the centers of successive lane lines, 2000 WSDOT AMENDMENTS AM -86 e C 11. .. .. Wr ii 1 2 3 4 5 6 7 8 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 shall not vary from the widths shown in the Contract by more than plus or minus 4 inches. Thickness: A thickness tolerance not exceeding plus 10 percent will be allowed for thickness or yield in paint and plastic material application. Parallel Lines: The gap tolerance between parallel lines is 0.5 inches. 8 -22.3( 5) Installation Instructions Installation instructions for plastic markings shall be provided for the Engineer. All materials shall be installed according to the manufacturer's recommendations. A manufacturer's technical representative shall be present at the initial installation of plastic material to approve the installation procedure. 8 -22.3( 6) Removal of Pavement Markings Pavement markings to be removed shall be obliterated until blemishes caused by the pavement marking removal conform to the coloration of the adjacent pavement. If, in the opinion of the Engineer, the pavement is materially damaged by pavement marking removal, such damage shall be repaired by the Contractor in accordance with Section 1- 07.13(1). Sand or other material deposited on the pavement as a result of removing lines and markings shall be removed as the work progresses to avoid hazardous conditions. Accumulation of sand or other material which might interfere with drainage will not be permitted. 8 -22.4 Measurement Skip center line, skip center line with no pass line, double yellow center line, edge line, dotted extension line, lane line, double no -pass line, reversible lane line, and two -way left -turn line will be measured by the completed linear foot as "Paint Line ", "Plastic Line ", "Embossed Plastic Line ", "Profiled Plastic Line ", "Profiled Embossed Plastic Line" or "Inset Plastic Line ". The measurement for "Paint Line" will be based on a marking system capable of simultaneous application of three 4 -inch lines with two 4 -inch spaces. No deduction will be made for the unmarked area when the marking includes a skip line such as skip center line, dotted extension line, skip center line with no -pass line, lane line, reversible lane line, or two -way left -turn line. No additional measurement will be made when more than one line can be installed on a single pass such as skip center line with no -pass line, double yellow center line, double no -pass line, reversible lane line, or two -way left -turn line. The measurement for "Plastic Line ", "Embossed Plastic Line ", "Profiled Plastic Line ", "Profiled Embossed Plastic Line" or "Inset Plastic Line" will be based on the total length of each 4 -inch wide plastic line installed. No deduction will be made for the unmarked area when the marking includes a skip line, such as skip center line, dotted extension line, skip center line with no -pass line, lane line, reversible lane line, or two -way left -turn line. Painted wide line, plastic wide line, profiled plastic wide line, painted dotted wide line, plastic dotted wide line, profiled dotted wide line, painted skip wide line, plastic skip wide line, profiled plastic skip wide line, painted drop lane line, plastic drop lane line, profiled plastic drop lane line, barrier line, and stop line will be measured by the completed linear foot of each marking type. No deduction will be made for the unmarked area when the marking includes a gap such as painted dotted wide line, plastic dotted wide line, profiled plastic dotted wide line, painted skip wide line, plastic skip wide line, profiled plastic skip wide line, painted drop lane line, plastic drop lane line, or profiled plastic drop lane line. No additional measurement for payment will be made for the required second application of paint. No additional measurement for payment will be made for additional applications required to meet thickness requirements for plastic markings. Crosswalk line will be measured by the square foot of marking installed. Traffic arrows, traffic letters, access parking space symbols, HOV symbols, railroad crossing symbols, drainage markings, aerial surveillance full, and 1/2 markers will be measured per each as " Traffic Marking ". Type 1 through 5 traffic arrows are considered one unit each, regardless of the number of arrow heads. 2000 WSDOT AMENDMENTS AM -87 1 2 Removal of lines, 4 inches, 8 inches and 18 inches in width will be measured by the linear foot, 3 with no deduction being made for the unmarked area when the marking includes a gap. 4 5 Removal of traffic arrows, traffic letters, access parking space symbol, HOV lane symbol, railroad 6 crossing symbol, drainage markings, aerial surveillance full and '/2 markers will be measured per 7 each as "Removing Traffic Marking Removal of crosswalk lines will be measured by the 8 square foot of lines removed as "Removing Crosswalk Line" 9 to 10 8 -22.5 Payment 11 Payment will be made in accordance with Section 1 -04.1, for each of the following bid items that 12 are included in the proposal: 13 14 "Paint Line ", per linear foot. 15 "Plastic Line ", per linear foot. 16 "Embossed Plastic Line ", per linear foot. 17 "Profiled Plastic Line ", per linear foot. 18 "Profiled Embossed Plastic Line ", per linear foot. 19 Inset Plastic Line", per linear foot. 20 "Painted Drop Lane Line ", per linear foot. 21 "Plastic Drop Lane Line ", per linear foot. 22 "Profiled Plastic Drop Lane Line ", per linear foot. 23 "Painted Wide Line ", per linear foot. 24 "Plastic Wide Line ", per linear foot. 25 "Profiled Plastic Wide Line ", per linear foot. 26 "Painted Dotted Wide Line ", per linear foot. 27 "Plastic Dotted Wide Line ", per linear foot. 28 "Profiled Plastic Dotted Wide Line ", per linear foot. 29 "Painted Skip Wide Line ", per linear foot. 30 "Plastic Skip Wide Line ", per linear foot. 31 "Profiled Plastic Skip Wide Line ", per linear foot. 32 "Painted Barrier Line ", per linear foot. 33 "Plastic Barrier Line ", per linear foot. 34 "Painted Crosswalk Line ", per square foot. 35 "Plastic Crosswalk Line ", per square foot. 36 "Painted Stop Line ", per linear foot. 37 "Plastic Stop Line ", per linear foot. 38 "Painted Traffic Arrow ", per each. 39 "Plastic Traffic Arrow ", per each. 40 "Painted Traffic Letter", per each. 41 "Plastic Traffic Letter", per each. 42 "Painted Access Parking Space Symbol ", per each. 43 Plastic Access Parking Space Symbol", per each 44 "Painted HOV Lane Symbol Type ", per each. 45 "Plastic HOV Lane Symbol Type ", per each. 46 "Painted Railroad Crossing Symbol ", per each. 47 "Plastic Railroad Crossing Symbol ", per each. 48 "Painted Drainage Marking ", per each. 49 "Plastic Drainage Marking ", per each. 50 "Painted Aerial Surveillance Full Marker", per each. 51 "Plastic Aerial Surveillance Full Marker", per each. 52 "Painted Aerial Surveillance 1/2 Marker", per each. 53 "Plastic Aerial Surveillance 1/2 Marker", per each. 54 "Removing Paint Line ", per linear foot. 55 "Removing Plastic Line ", per linear foot. 56 "Removing Painted Traffic Marking ", per each. 57 "Removing Plastic Traffic Marking ", per each . 58 "Removing Painted Crosswalk Line ", per square foot. 59 "Removing Plastic Crosswalk Line ", per square foot. 60 war 2000 WSDOT AMENDMENTS AM -88 0 Cl .r 1 SECTION 8 -23, TEMPORARY PAVEMENT MARKINGS 2 October 2, 2000 3 4 6 7 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 Section 8 -23 is revised to read as follows: 8 -23.1 Description The work shall consist of furnishing and installing temporary pavement markings. Temporary pavement markings shall be provided where noted in the Plans and for all lane shifts and detours resulting from construction activities. Temporary pavement markings shall also be provided when permanent markings are eliminated because of construction operations. Temporary pavement markings shall be maintained in serviceable condition throughout the project until permanent pavement markings are installed. Temporary pavement markings that are damaged shall be repaired or replaced immediately. Edge lines shall be installed only if specifically required in the contract. Lane line and right edge line shall be white in color. Center line and left edge line shall be yellow in color. All temporary pavement markings shall be retroreflective. Temporary pavement marking installations are defined as follows: Temporary Center Line A BROKEN line used to delineate adjacent lanes of traffic moving in opposite directions. The broken pattern shall be based on a 40 -foot unit, consisting of a 4 -foot line with a 36 -foot gap if paint or tape is used. If temporary raised pavement markers are used, the pattern shall be based on a 40 -foot unit, consisting of a grouping of three temporary raised pavement markers, each spaced 3 feet apart, with a 34 -foot gap. Temporary Edge Line A SOLID line used on the edges of traveled way. The line shall be continuous if paint or tape is used. If temporary raised pavement markers are used, the line shall consist of markers installed continuously at 5 -foot spacings. Temporary Lane Line A BROKEN line used to delineate adjacent lanes with traffic traveling in the same direction. The broken pattern shall be based on a 40 -foot unit, consisting of a 4 -foot line with a 36 -foot gap, if paint or tape is used. If temporary raised pavement markers are used, the pattern shall be based on a 40 -foot unit, consisting of a grouping of three temporary raised pavement markers, each spaced 3 feet apart, with a 34 -foot gap. 8 -23.2 Materials Materials for temporary markings shall be paint, tape, or raised pavement markers and selected from approved materials listed in the Qualified Products List. 8 -23.3 Construction Requirements 8- 23.3(1) Preliminary Spotting and Removal All preliminary layout and marking in preparation for application and the application and removal of temporary pavement markings shall be the responsibility of the Contractor. Temporary flexible raised pavement markers are required for bituminous surface treatment operations. Temporary pavement markings consisting of paint or tape may be paved over, but temporary raised pavement markers or removable tape shall be removed prior to paving. Any temporary pavement markings which are required on the wearing course prior to construction of permanent pavement markings and are not a part of the permanent markings shall be completely removed concurrent with or immediately subsequent to the construction of the permanent pavement markings. Temporary flexible raised pavement markers on bituminous surface treatment pavements shall be cut off flush with the surface if their location conflicts with the alignment of the permanent pavement markings. All damage to the permanent work caused by removing temporary pavement markings shall be repaired by the contractor at no additional cost to the contracting agency. 2000 WSDOT AMENDMENTS AM -89 1 2 8- 23.3(2) Beading and Tolerances 3 Beading shall be in accordance with Section 8- 22.3(3). Line tolerances shall be in 4 accordance with Section 8- 22.3(4 ). 5 6 8 -23.4 Measurement 7 Temporary center line, temporary edge line, temporary lane line, and temporary raised pavement 8 markers will be measured by the linear foot of each installed line or grouping of markers, with no 9 deduction for gaps in the line or markers. 10 11 Removing temporary center line, temporary edge line, temporary lane line, and temporary raised 12 pavement markers will be measured by the linear foot of each line or grouping of markers 13 removed, with no deduction for gaps in the line or markers. 14 15 8 -23.5 Payment 16 Payment will be made in accordance with Section 1 -04.1, for each of the following bid items that 17 are included in the Proposal: 18 19 "Temporary Pavement Marking," per linear foot. 20 The unit contract price per linear foot for "Temporary Pavement Marking" shall be full pay for 21 constructing and maintaining temporary lines and markers as specified. Unless a bid item 22 has been included in the proposal to pay for removal of temporary pavement markings, all 23 costs for removal of temporary pavement markings shall be included in the unit contract price 24 per linear foot for "Temporary Pavement Marking." No additional compensation will be 25 allowed when the Contractor is required to replace temporary markings that have been 26 damaged. 27 28 "Removing Temporary Pavement Marking," per linear foot. 29 30 SECTION 8 -24, ROCK WALL 31 August 6, 2001 32 Section 8 -24 Rock Wall including title is deleted in its entirety and replaced with the following: 33 34 8 -24 ROCK AND GRAVITY BLOCK WALL, AND GABION CRIBBING 35 36 8 -24.1 Description 37 This work shall consist of constructing rock and gravity block wall(s), and gabion cribbing in 38 accordance with the Plans, Special Provisions, these Specifications, or as designated by the 39 Engineer. 40 41 8 -24.2 Materials "e1 42 Materials shall meet the requirements of the following Sections: 43 44 Rock for Rock Wall and Chinking Material 9- 13.7(1) r 45 Backfill for Rock Wall 9- 13.7(2) 46 Gabion Cribbing 9 -27.3 47 Wire Mesh Fabric 9- 27.3(1) 48 PVC Coating for Welded Wire Mesh Fabric 9- 27.3(2) 49 Gabion Basket Fasteners 9- 27.3(4) 50 Stone 9- 27.3(6) 51 Construction Geotextile 9 -33 52 53 Materials for gravity block walls shall be as specified in the Special Provisions. 54 55 8 -24.3 Construction Requirements 56 57 8- 24.3(1) Rock Wall 58 59 8- 24.3(1)A Geometric Tolerances 60 The completed wall shall meet the following tolerances: 61 62 1. Wall batter shall be 6:1 or flatter as specified in the Plans. 2000 WSDOT AMENDMENTS AM -90 AV .. 0 VAW 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 2. The exterior slope plane and grade in the finished surface of the wall shall be plus or minus 6 inches. 3. The maximum void between adjacent rocks shall be 6 inches as measured at the smallest dimensions of the void within the thickness of the wall. 8- 24.3(1)B Excavation Excavation shall conform to Section 2- 09.3(4), and to the limits and construction stages shown in the Plans. The Contractor shall restrict the excavation limits to the length of rock wall that can be constructed in one day's work, except as otherwise noted. The Engineer may permit excavation beyond the limits that can be completed in one day's work provided the Contractor either demonstrates that the excavation will remain stable until the rock wall is completed, or shores the excavation in accordance with Section 2- 09.3(4). Slope above the rock wall shall be established prior to excavating for the wall. 8- 24.3(1)C Foundation Preparation The foundation for the wall shall be graded as shown in the Plans. Prior to rock placement, the foundation, if not in rock, shall be compacted as approved by the Engineer. Any foundation soils found to be unsuitable shall be removed and replaced in accordance with Section 2- 09.3(1)C. Base course rocks shall have full contact with the foundation soils. If necessary, the excavation shall be shaped to fit the rocks. Rocks may be dropped to shape the ground provided the rocks do not crack. Cracked rocks shall be replaced and the foundation regraded to fit the replacement rock. 8- 24.3(1)D Construction Geotextile Construction geotextile shall be of the type, and shall be placed, as shown in the Plans. 8- 24.3(1)E Rock Placement and Backfill Rocks shall be placed so there are no continuous joint planes in either the vertical or lateral direction. Where possible, rocks shall be placed so that the rock shall bear on at least two rocks below it. Rocks shall be oriented so that flat surface contact points between adjacent rocks are maximized. Point -to -point contact between adjacent rocks shall be minimized. Each rock in a course shall be arranged so that the natural irregularities in the rocks key the rocks together and so that the courses are keyed together. Rocks shall increase in size from the top of the wall to the bottom at a uniform rate. The minimum rock sizes, as referenced from the top of the wall, shall be as follows: Depth from Top of Wall (ft.) 6 9 12 Minimum Rock Size at Depth from Top of Wall Three Man Four Man Five Man Rocks at the top of the wall shall be Two Man or larger. Where voids larger than 6 inches are present, chinking rock shall be keyed between the rocks to fill the void. Backfill for the rock wall shall be placed behind each course and tamped to provide a stable condition prior to placing rocks for the next successive course. For rock walls constructed in fills, the fill shall be overbuilt and cut back to construct the wall. 2000 WSDOT AMENDMENTS AM -91 1 8- 24.3(2) Gravity Block Wall 2 Excavation shall conform to Section 2- 09.3(4), and to the limits and construction stages shown in 3 the Plans. Foundation soils found to be unsuitable shall be removed and replaced in accordance 4 with Section 2- 09.3(1)C. Slope above the gravity block wall shall be established prior to 5 beginning any excavation for the wall. 6 7 Gravity block walls are defined as a wall of modular blocks acting as a gravity wall to retain soil. 8 The modular blocks may have features designed to interlock the blocks together. However there 9 shall be no reinforcement of the retained soil nor any reinforcement connection between the 10 modular blocks and the retained soil. 11 12 Gravity block walls shall be constructed as specified in the Special Provisions and as shown in 13 the Plans. 14 15 8- 24.3(3) Gabion Cribbing 16 8 -24.3 3 A Foundations �r 17 Before placing any gabion cribbing, the Contractor shall excavate the foundation or bed to the 18 specified grade in accordance with Section 2- 09.3(4). Foundation soils found to be unsuitable 19 shall be removed and replaced in accordance with Section 2- 09.3(1)C. 20 21 8- 24.3(3)B Baskets 22 Baskets may be fabricated from either woven or welded steel wire; however, a gabion structure 23 shall not include both. Baskets may be assembled with either lacing wire or clip fasteners; 24 however, a perimeter or diaphragm edge shall not include both. 25 26 8- 24.3(3)C Dimensions 27 The Contractor shall supply gabion baskets in the lengths and heights the Plans require. Each r 28 length shall be a multiple (double, triple, or greater) of horizontal width. Horizontal width shall be 29 36 inches. All baskets from the same manufacturer shall be the same width and shall be within a 30 tolerance of 5 percent of the manufacturer's stated sizes. 31 32 8- 24.3(3)D Fabrication of Baskets 33 Gabions shall be made so that the sides, ends, lid, and diaphragms can be assembled into 34 rectangular baskets of the required sizes at the construction site. Common -wall construction may 35 be used in gabion structures up to 12 feet high. Common -wall construction includes any basket 36 where its top serves as the bottom of the one above it, or where one wall also serves an adjacent 37 basket. When gabion structures are more than 12 feet high, the baskets shall have independent 38 sides, ends, top, and bottom. 39 40 Each gabion shall be divided by diaphragms into cells the same length as horizontal basket width. 41 Diaphragms shall be made of the same mesh and gage as the basket body. 42 go 43 All perimeter and diaphragm edges shall be laced or clipped together so that joints are at least as 44 strong as the body of the mesh itself. The ends of the lacing shall be anchored by three tight 45 turns around the selvage wire. 46 47 8- 24.3(3)E Filling Baskets 48 Baskets shall be filled with stone. The stone shall be placed and compacted to meet the unit 49 weight requirements of Section 8- 24.3(3)F. 50 51 The stone shall be placed in compacted layers not more than 14 inches deep. If cross - 52 connecting wires are required, the Contractor shall adjust the number and depth of layers so that 53 wires occur between the compacted layers of stone. 54 55 8- 24.3(3)F Unit Weight Requirements and Test 56 The unit weight of the filled gabion basket shall be at least 100 pounds per cubic foot. Should the „ 57 unit weight be less than 100 pounds per cubic foot, the gabion will be rejected and the Engineer 58 will require the Contractor to conduct and pass additional unit weight tests before completing 59 other gabions. 60 err 61 The Contractor shall conduct either of the following unit weight tests to prove the density of 62 completed gabions: 63 2000 WSDOT AMENDMENTS AM -92 0 M r-1 W fty ii 1 1. A filled gabion basket shall be selected from the completed structure and weighed. 2 3 2. A gabion basket shall be filled with stone from a loaded truck that has been weighed. 4 After filling, the truck and unused stone shall be weighed again. The difference between 5 the two weighings shall be used to determine the weight per cubic foot of the stone in 6 the gabion. 7 8 The Contractor shall conduct one unit weight test for each 500 cubic yards of gabions placed. 9 The Engineer may reduce the specified frequency of these tests provided the specified minimum 10 unit weight has been consistently achieved. 11 12 In conducting unit weight test 1 or 2, the Contractor shall provide and use scales conforming to 13 Section 1 -09.2. 14 15 8- 24.3(3)G Gabion Cribbing Erection 16 Each row or tier of baskets shall be reasonably straight and shall conform with alignment and 17 grade. Hexagonal mesh baskets shall be stretched endwise before filling. The stone shall be 18 carefully placed in layers, then tamped or vibrated. The last layer of stones shall fill each basket 19 completely so that the secured lid will rest upon the stones. Each basket shall be laced securely 20 to all adjacent baskets and its lid then laced or clipped to the sides, ends, and diaphragms. 21 22 All selvage wires of ends of adjacent baskets shall be laced together. The bottom selvage of the 23 basket being constructed on a previously constructed basket shall be laced to the top of that 24 basket. 25 26 Backfilling behind or around gabions shall comform to Section 2- 09.3(1)E. 27 28 8 -24.4 Measurement 29 Rock for rock walls and backfill for rock walls will be measured by the ton of rock actually placed. 30 31 Gabion cribbing will be measured by the calculated neat line volume of gabion baskets in place, 32 using the manufacturer's stated dimensions. 33 34 Gravity block wall will be measured by the square foot of completed wall in place. The vertical 35 limits for measurement are from the bottom of the bottom layer of- blocks to the top of the top 36 layer of blocks. The horizontal limits for measurement are from the end of wall to the end of wall. 37 38 Construction geotextile will be measured by the square yard for the surface area actually 39 covered. 40 41 Structure excavation Class B, structure excavation Class B inclding haul, and shoring or extra 42 excavation Class B, will be measured in accordance with Section 2 -09.4. 43 44 8 -24.5 Payment 45 Payment will be made in accordance with Section 1 -04.1 for each of the following bid items that 46 are included in the proposal: 47 48 "Rock for Rock Wall ", per ton. 49 The unit contract price per ton for "Rock for Rock Wall" shall also include furnishing and 50 installing chinking materials. 51 " Backfill for Rock Wall ", per ton. 52 " Gabion Cribbing ", per cubic yard. 53 "Gravity Block Wall ", per square foot. 54 "Construction Geotextile", per square yard. 55 "Structure Excavation Class B ", per cubic yard. 56 "Structure Excavation Class B Incl. Haul ", per cubic yard. 57 "Shoring or Extra Excavation Class B ", per square foot. 58 59 SECTION 9 -00, DEFINITIONS AND TESTS 60 June 26, 2000 61 9 -00.4 Sieve Analysis of Aggregates 62 This section is revised to read as follows: 2000 WSDOT AMENDMENTS AM -93 1 2 Sieve analysis for acceptance of aggregate gradation shall be performed by procedures 3 described in the WAQTC FOP for AASHTO T 27/11. 48 4 to the listed AASHTO test methods. 5 9 -00.8 Sand Equivalent 6 This section is revised to read as follows: 50 7 WSDOT AASHTO 8 The sand equivalent will be the average of duplicate determinations from a single sample. The 9 sand equivalent sample will be prepared in accordance with the WSDOT Field Operating 10 Procedure (FOP) for AASHTO T 176, Alternate Method 2, the pre -wet condition. Method 11 53 12 9 -00.9 Field Test Procedures 13 This section is revised to read as follows: Penetration 14 T 49 15 Field test procedures may be either a WSDOT procedure or a Field Operating Procedure (FOP) 202 16 for an AASHTO, ASTM, or WAQTC test procedure. A Field Operating Procedure is a technically wit 17 equivalent abridged version of an AASHTO, ASTM, or WAQTC test procedure for use in field T 202 18 conditions. Cleveland Open Cup 19 T 48 20 SECTION 9 -01, PORTLAND CEMENT' 207 21 August 6, 2001 59 22 9- 01.2(4) Blended Hydraulic Cement i 23 This section is revised to read as follows: 24 25 Blended hydraulic cement shall be either Type IP (MS), Type I (SM) (MS) or Type I (PM) (MS) 26 cement conforming to AASHTO M 240 with the additional requirements that the use of portland 27 blast furnace slag cement and pozzolans other than fly ash are not allowed in Type IP (MS) and 28 Type I (PM) (MS) cement and that the maximum amount of fly ash in Type IP (MS) is limited to 25 29 percent by weight of the cementitious material, except when required for the mitigation of Alkali 30 Silica Reactivity. The source of the fly ash or slag, as well as the weight of fly ash or slag shall be 31 certified on the cement mill test certificate and shall be reported as a percent by weight of the 32 total cementitious material. The fly ash or slag constituent content in the finished cement will not 33 vary more than plus or minus 5 percent by weight of the finished cement from the certified value. w 34 35 Fly ash shall meet the requirements of Section 9 -23.9 of these Standard Specifications. 36 37 Slag used in blended cements will be Ground Granulated Blast Furnace Slag. Ground granulated 38 blast furnace slag shall meet the requirements of AASHTO M 302, Grade 100 or Grade 120. The 39 grade of the ground granulated blast furnace slag, the source, and type of manufacturing facility 40 shall be certified on the cement mill test certificate. 41 42 SECTION 9 -02, BITUMINOUS MATERIALS 43 August 13, 2001 44 9- 02.1(1) Vacant 45 This section is revised to read as follows: 46 47 9- 02.1(1) Test Methods a 48 The following WSDOT test methods have been converted to the listed AASHTO test methods. 49 50 WSDOT AASHTO 51 Test Test 52 Characteristics Method Methods 53 54 Penetration 201 T 49 55 Kinematic Viscosity 202 T 201 56 Absolute viscosity 203 T 202 57 Cleveland Open Cup 206 T 48 58 Tag Open Cup 207 T 79 59 RTFC Procedure 208 T 240 60 Distillation 211 T 78 61 Emulsified Asphalts 212 T 59 2000 WSDOT AMENDMENTS AM -94 4W Im r7 mo 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 Ductility 213 T 51 Solubility 214 T 44 Water Content 217 T 55 9- 02.1(4) Asphalt Cements This section is revised to read as follows: Asphalt cement meeting the requirements of AASHTO MP1 of the grades specified in the contract shall be used in the production of asphalt concrete pavement. 9- 02.1(4)A Paving Asphalt This section including title is revised to read as follows: 9- 02.1(4)A Vacant 9- 02.1(4)B Modified Paving Asphalt This section including title is revised to read as follows: 9- 02.1(4)B Vacant 9- 02.1(5) Recycling Agent This section including title is revised to read: 9- 02.1(5) Vacant 9- 02.1(8) Hot Melt Traffic Button Adhesive This section is revised to read as follows: The bitumen adhesive material shall conform to the following requirements: Filler material shall be calcium carbonate and shall conform to the following fineness: Sieve Size Percent Passing No. 100 100 No. 200 95 No. 325 75 Hot melt bitumen adhesive shall develop bond pull -off strength greater than 100 psi between 0 F and 120 F. 9- 02.2(1) Certification of Shipment The second paragraph is revised to read as follows: The Bill of Lading shall be supplied at the time of shipment of each truck load, truck and trailer, or other lot of asphalt. In addition to the copies the Contractor requires, one copy of the Bill of Lading including the Certification Statement shall be sent with the shipment for agency use. This section is supplemented with the following: Polymerized Cationic Emulsified Asphalt CRS -2P The asphalt CRS -2P shall be a polymerized cationic emulsified asphalt. The polymer shall be milled into the asphalt or emulsion during the manufacturing of the emulsion. The asphalt CRS - 2P shall meet the following specifications: 2000 WSDOT AMENDMENTS AM -95 Test Specification Method Requirement Flash Point, COC F AASHTO T48 550 Min. Softening Point, F AASHTO T 53 200 Min. Brookfield Viscosity, 400 F ASTM D 2196 7,500 cP, Max. Penetration, 100g, 5 sec, 77 F AASHTO T 49 10 -20 dmm Filler Content, % by weight (Insoluble in 1,1,1 Trichloroethane) ASTM D 2371 50 -75 Filler material shall be calcium carbonate and shall conform to the following fineness: Sieve Size Percent Passing No. 100 100 No. 200 95 No. 325 75 Hot melt bitumen adhesive shall develop bond pull -off strength greater than 100 psi between 0 F and 120 F. 9- 02.2(1) Certification of Shipment The second paragraph is revised to read as follows: The Bill of Lading shall be supplied at the time of shipment of each truck load, truck and trailer, or other lot of asphalt. In addition to the copies the Contractor requires, one copy of the Bill of Lading including the Certification Statement shall be sent with the shipment for agency use. This section is supplemented with the following: Polymerized Cationic Emulsified Asphalt CRS -2P The asphalt CRS -2P shall be a polymerized cationic emulsified asphalt. The polymer shall be milled into the asphalt or emulsion during the manufacturing of the emulsion. The asphalt CRS - 2P shall meet the following specifications: 2000 WSDOT AMENDMENTS AM -95 1 AASHTO Test Specifications 2 Method Minimum Maximum 3 4 Viscosity @122 °F, SFS T 59 100 400 5 6 Storage Stability 1 day % T 59 - - -- 1 7 8 Demulsibility 35 ml. 9 0.8 % Dioctyl Sodium 10 Sulfosuccinate T 59 40 - - -- 11 12 Particle Charge T 59 positive - - -- 13 Sieve Test % T 59 - - -- 0.30 14 Distillation 15 Oil distillate by 16 vol. of emulsion % T 59 (Note 1) 0 3 wr 17 18 Residue T 59 65 - - -- 19 20 Test on the Residue 21 from distillation 22 Penetration @77 °F T 49 100 250 23 24 Torsional Recovery % (Note 2) 18 - - -- 25 or 26 Toughness/Tenacity in -lbs (Note 3) 50/25 - - -- 27 28 Note: 29 30 1. Distillation modified to use 300 grams of emulsion heated to 350 °F ± 9 °F and 31 maintained for 20 minutes. 32 33 2. The Torsional Recovery test shall be conducted according to the California Department 34 of Transportation Test Method No. 332. 35 36 37 3. Benson method of toughness and tenacity; Scott tester, inch - pounds at 77 °F, 20 in. Tension per minute pull. head 7/8 in. diameter. 38 39 At the option of the supplier the Benson Toughness/Tenacity test can be used in lieu of 40 Torsional Recovery based on type of modifier used. If the Benson Toughness/Tenacity 41 method is used for acceptance the supplier must supply all test data verifying specification 42 conformance. 43 44 SECTION 9 -03, AGGREGATES 45 August 13, 2001 46 9- 03.1(1) General Requirements 47 This section is revised to read as follows: 48 vi 49 Portland cement concrete aggregates shall be manufactured from ledge rock, talus, or sand and 50 gravel in accordance with the provisions of Section 3 -01. 51 52 Aggregates found to be potentially reactive per AASHTO T 303 or ASTM C 1260 shall require to 53 mitigating measures. Aggregates for use in Commercial Concrete as defined in 6- 02.3(2)6 shall 54 not require mitigation. Expansions greater than 0.10 percent determined according to AASHTO T 55 303 or ASTM C 1260 will be considered to be potentially reactive. The Contracting Agency will 56 conduct AASHTO T 303 in order to determine the potential reactivity of the aggregates, all other 57 testing is the responsibility of the Contractor. 58 59 Mitigating measures shall include the use of low alkali cement per 9- 01.2(3) and may include the 60 use of fly ash, lithium compound admixtures, or other material as approved by the Engineer. The 61 Contractor shall submit evidence in the form of test results from ASTM C 1260 or AASHTO T 303 62 that demonstrate the proposed mitigation when used with the aggregates proposed will control 2000 WSDOT AMENDMENTS AM -96 it .. 0 0 ON M 0 0 0 ii 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 the potential expansion before the aggregate source may be used in concrete. If fly ash is used, the Contractor shall provide test results from ASTM C 441 that show the fly ash does not cause an expansion reaction greater than that of the comparison control mixture prepared with cement of alkali between 0.40 and 0.60 percent. Mitigating measures will not be required if the Contractor provides test results from ASTM C 1293 or ASTM C 295 that indicate the aggregate is not reactive. An expansion of less than 0.04 percent per ASTM C 1293 or an aggregate composition containing less than the following materials per ASTM C 295 will be considered evidence that the aggregates are not reactive. Mineral Limit Optically strained, microfractured, or m icrocrysta I line quartz 5.0% (max.) Chert or chalcedony 3.0% (max.) Tridymite or cristobalite 1.0% (max.) Opal 0.5% (max.) Natural volcanic glass 3.0% (max.) All these mineral limits are based on the total aggregate sample. 9- 03.1(4)A Deleterious Substances In the second paragraph the reference to "WSDOT Method 103" is revised to "WAQTC FOP for TM ill. 9- 03.1(4)C Grading In paragraph one, the column "Passing Sieve Size" is revised to read as follows: Passing Sieve Size 2" square 1 1/2" square 1" square 3/4" square 1/2" square 3/8" square U.S. No. 4 U.S. No. 8 U.S. No. 16 9- 03.1(5) Combined Aggregate Gradation for Portland Cement Concrete Aggregates shall consist of sand, gravel, crushed stone, or other inert material or combinations thereof, having hard, strong durable particles free from adherent coatings. Aggregates shall be washed to remove clay, loam, alkali, organic matter, silt, bark, sticks, or other deleterious matter. 9- 03.1(5)A Deleterious Substances The amount of deleterious substances in the washed aggregate shall not exceed the following values: 1. Particles of specific gravity less than 1.95 2.0 percent by weight 2. Organic matter, by colorimetric test, shall not be darker than the reference Standard color (organic plate No. 3) AASHTO T21 unless other tests prove a darker color to be harmless. 3. Aggregates retained on the U.S. No. 4 sieve shall not have a percentage of wear in Los Angeles machine in excess of 35 after 500 revolutions. 4. Clay lumps 0.3 percent by weight 5. Shale 1.00 percent by weight 6. Wood Waste 0.03 percent by weight 7. Amount finer than U.S. No. 200 2.0 percent by weight 9- 03.1(5)6 Grading If a maximum aggregate size is not specified, the Contractor shall determine the maximum aggregate size, using ACI 211.1 as a guide. In no case will the maximum aggregate size exceed one -fifth of the narrowest dimension between sides of the forms, one -third the depth of slabs, nor three - fourths of the minimum clear spacing between individual reinforcing bars, bundles of bars, or pretensioning strands. 2000 WSDOT AMENDMENTS AM -97 2 3 5 6 7 8 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 The combined aggregate gradation when plotted on the 0.45 power chart shall be between two lines. The 0.45 power chart has a vertical axis that is the percent passing and a horizontal axis that is the sieve size raised to the 0.45 power. One line is defined as a line that passes through the point defined as 0 percent passing at the U.S. No. 100 sieve size and the point defined as 100 perce -+ passing at the maximum aggregate sieve size. The other line is defined as a line that passes throu - the origin and the point defined as 100 percent passing two standard sieve sizes down from maximum aggregate sieve. The Contracting Agency may sample each component aggregate prior to introduction to the wei,_:h batcher or as otherwise determined by the Engineer. Each separate component will be sieve analyzed alone per AASHTO procedures T- 11/27. All material components will be mathematically re- combined by proportions (Weighted Average), supplied by the Contractor. 9- 03.4(2) Grading and Quality The chart for crushed cover stone and crushed screening is revised to read as follows: Crushed Cover Stone Percent Passing 1" square 3/4" square 5/8" square 1/2" square 3/8" square U.S. No. 4 U.S. No. 10 U.S. No. 200 % fracture, by weight, min. Sand equivalent min. Static Stripping Test 100 95 -100 20 -45 0 -7.5 75 32 Pass Crushed Screening Percent Passing 3/4" -112" 5 /8 " -No.4 1 /2" -No.4 3/8 "410 No. 4-0" 100 Class A Class D Class E Class F Class G 95 -100 100 - -- - -- - -- --- 95 -100 100 - -- - -- 0-20 - -- 95 -100 100 - -- 0-5 - -- - -- 90 -100 100 - -- 0 -10 0 -15 30 -56 76 -100 - -- 0 -3 0 -3 0 -10 30 -60 0 -1.5 0 -1.5 0 -1.5 0 -1.5 0 -10.0 75 75 75 75 75 Pass Pass Pass Pass Pass 9- 03.6(2) Grading The sieve size "1/4" square" is revised to read "U.S. No. 4 ". The percent passing "40 -78" is revised to read "32 -72 ". to 9- 03.8(6) Proportions of Materials The grading requirements chart is revised to read as follows: The third paragraph is deleted. 9- 03.8(6)A Basis of Acceptance The second sentence in the first paragraph (1.) is revised to read: 2000 WSDOT AMENDMENTS AM -98 Grading Requirements Class A Class D Class E Class F Class G Sieve Size and B Percent Passing 1 1/4" square - -- - -- 100 - -- - -- 1" square - -- - -- 90 -100 - -- - -- 3/4" square 100 - -- - -- 100 - -- 5/8" square - -- - -- 67 -86 - -- - -- 1/2" square 90 -100 100 60 -80 80 -100 100 3/8" square 75 -90 97 -100 - -- - -- 97 -100 U.S. No. 4 46 -66 30 -50 34 -56 38 -70 50 -78 U.S. No. 8 - -- 5 -15 - -- - -- - -- U.S. No. 10 30-42 - -- 25-40 30 -50 32 -53 U.S. No. 40 11 -24 - -- 10 -23 - -- 11 -24 U.S. No. 200 3.0 -7.0 2.0 -5.0 2.0 -9.0 2.0 -8.0 3.0 -7.0 The third paragraph is deleted. 9- 03.8(6)A Basis of Acceptance The second sentence in the first paragraph (1.) is revised to read: 2000 WSDOT AMENDMENTS AM -98 M 0 dw 1 2 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 For the determination of a project JMF, the Contractor shall submit to the Engineer, representative samples of the various aggregates and blend sand to be used along with the gradation data showing the various aggregate stockpile averages and the proposed combining ratios and the average gradation of the completed mix. Paragraph 3.a. is revised to read: a. Tolerances - Statistical Acceptance. After the JMF is determined, the several constituents of the mixture at the time of acceptance shall conform to the following tolerances: Constituent of Mixture Aggregate passing 1", 3/4 ", 5/8 ", 1/2", and 3/8" sieves Aggregate passing No. 4 sieve Aggregate passing No. 10 sieve Aggregate passing No. 40 sieve Aggregate passing No. 200 sieve Asphalt cement Tolerance Limits The tolerance limit for each mix constituent shall not exceed the broad band specification limits specified in Section 9- 03.8(6), except the tolerance limits for sieves designated as 100% passing will be 99 -100. Broad band specification limits Section 9- 03.8(6) ± 6% ±5% ±4% ± 2.0% ± 0.5% For open graded mix: Tolerance limits shall be for aggregate gradation only and shall be as specified in Section 9- 03.8(6). The second sentence in paragraph 3.c.1. is revised to read: Upon written request from the Contractor, the Project Engineer may approve field adjustments to the JMF including the Contractor's proposed combining ratios for mineral aggregate stockpiles and blend sand. 9- 03.9(1) Ballast The sieve size "1/4 square" is revised to read "U.S. No. 4 ". The Percent Passing "30 -50" is revised to read "26 -44 ". 9- 03.9(2) Shoulder Ballast The chart for grading and quality requirements is revised to read as follows: Sieve Size Percent Passing 2 1/2" square 100 2" square 65 -100 3/4" square 40 -80 U.S. No. 4 5 max. U.S. No. 100 0 -2 % Fracture 75 min. 9- 03.9(3) Crushed Surfacing The chart for crushed surfacing grading is revised to read as follows: Sieve Size 1 1/4" square 1" square 2000 WSDOT AMENDMENTS Base Top Course Course and Keystone Percent Passing 100 - -- 80 -100 - -- AM -99 1 3/4" square - -- 100 2 5/8" square 50 -80 - -- 3 1/2" square - -- 90 -100 4 U.S. No. 4 25 -45 46 -66 5 U.S. No. 40 3 -18 8 -24 6 U.S. No. 200 7.5 max. 10.0 max. 7 % Fracture 75 min. 75 min. 8 Sand Equivalent 32 min. 32 min. 9 10 All percentages are by weight. 11 12 9- 03.9(4) Maintenance Rock 13 The grading chart for maintenance rock is revised to read as follows: 14 15 Sieve Size Percent Passing 16 17 5/8" square 100 18 1/2" square 90 -100 19 U.S. No. 4 45 -66 20 U.S. No. 40 10 -25 21 U.S. No. 200 7 max. 22 23 All percentages are by weight. 24 25 9 -03.10 Aggregate for Gravel Base 26 The grading chart for aggregate for gravel base is revised to read as follows: 27 28 Sieve Size Percent Passing 29 30 2" square 75 -100 31 U.S. No. 4 22 -100 32 U.S. No. 200 0 -10 33 34 Dust Ratio- % Passing U.S. No. 200 2/3 max. 35 % Passing U.S 40 36 37 Sand Equivalent 27 min. 38 39 All percentages are by weight. 40 41 Gravel base material retained on a U. S. No. 4 sieve shall contain not more than 0.20 percent by 42 mass of wood waste. 43 44 9 -03.11 Recycled Portland Cement Concrete Rubble 45 In the third paragraph, the reference to "1/4 inch" is revised to read "U.S. No. 4 ". 46 47 9- 03.12(2) Gravel Backfill for Walls 48 The grading requirements chart for gravel backfill for walls is revised to read as follows: 49 50 Sieve Size Percent Passing 51 52 4" square 100 53 2" square 75 -100" 54 U.S. No. 4 22 -66 55 U.S. No. 200 5.0 max. 56 57 Dust Ratio: % Passing U.S. No. 200 2/3 max 58 % Passing U.S. No. 40 ' 59 60 Sand Equivalent 52 min. 61 62 All percentages are by weight. 63 2000 WSDOT AMENDMENTS AM -100 EK- 1. M am ii 1 2 3 5 6 7 8 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 That portion of the material retained on a U.S. No. 4 square opening shall contain not more than 0.20 percent by mass of wood waste. 9- 03.12(3) Gravel Backfill for Pipe Zone Bedding The grading requirements chart for gravel backfill for pipe zone bedding is revised to read as follows: Sieve Size Percent Passing 1" square 100 3/4" square 80 -100 U.S. No. 4 20 -75 U.S. No. 200 15.0 max.* Sand Equivalent 27 min. *5.0 max. for sanitary sewer installations. All percentages are by weight. 9- 03.12(5) Gravel Backfill for Drywells This section is revised to read as follows: Gravel backfill for drywells shall conform to the following gradings: Sieve Size Percent Passing 1 1/2" square 100 1" square 80 -100 3/4" square 0 -20 3/8" square 0 -2 U.S. No. 200 0 -1.5 Alkali silica reactivity testing is not required. 9 -03.13 Backfill for Sand Drains This section is revised to read as follows: Backfill for sand drains shall conform to the following grading: Sieve Size Percent Passing 1/2" square 90 -100 U.S. No. 4 57 -100 U.S. No. 10 40 -100 U.S. No. 50 3.30 U.S. No. 100 0-4 U.S. No. 200 0 -3.0 All percentages are by weight. 9- 03.13(1) Sand Drainage Blanket This section is revised to read as follows: Aggregate for the sand drainage blanket shall consist of granular material, free from wood, bark, or other extraneous material and shall meet the following requirements for grading: Sieve Size 2 1/2" square U.S. No. 4 U.S. No. 10 U.S. No. 50 U.S. No. 100 U.S. No. 200 2000 WSDOT AMENDMENTS AM -101 Percent Passing 90 -100 24 -100 14 -100 0 -30 0 -7.0 0 -3.0 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 All percentages are by weight. That portion of backfill for sand drains and sand drainage blanket retained on a U.S. No. 4 sieve shall contain not more than 0.05 percent by mass of wood waste. 9- 03.14(1) Gravel Borrow This section is revised to read as follows: Aggregate for gravel borrow shall consist of granular material, either naturally occurring or processed, and shall meet the following requirements for grading and quality: Sieve Size 4" squarel 2" Square U.S. No. 4 U.S. No. 40 U.S. No. 200 Sand Equivalent Percent Passing 100 75 -100 50 -80 30 max. 7.0 max. 42 min. All percentages are by weight. 1Forr geosynthetic reinforced walls or slopes, 100% passing 1 1/4" square sieve and 90- 100 /o passing 1 square sieve. 9- 03.14(2) Select Borrow This section is revised to read as follows: Material for select borrow shall consist of granular material, either naturally occurring or processed, and shall meet the following requirements for grading and quality: Sieve Size 6" square l' 2 3" square U.S. No. 40 U.S. No. 200 Sand Equivalent All percentages are by weight. Percent Passing 100 75 -100 50 max. 10.0 max. 22 min. 1For geosynthetic reinforced slopes, 100% passing 1 1/4" square sieve and 90 -100% passing 1" square sieve. 2100% shall pass 4" square sieve and 75 -100% shall pass 2" square sieve when select borrow is used in the top 2 feet of embankments or where Method C compaction is required. 9- 03.14(3) Common Borrow In the third paragraph the reference to "Standard Test Designation" is revised to "Test Method ". 9 -03.18 Foundation Material Class C The reference to "1/4 -inch sieve" is revised to read "U.S. No. 4 ". 9 -03.20 Test Methods for Aggregates This section is revised to read as follows: The properties enumerated in these Specifications shall be determined in accordance with the following methods of test: Title Sampling Organic Impurities 2000 WSDOT AMENDMENTS AM -102 Test Method WSDOT FOP for AASHTO T 2 AASHTO T 21 0 171 77 aw 1 2 3 4 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 Clay Lumps in Aggregates Abrasion of Coarse Aggregates by Use of the Los Angeles Machine Material Finer than U.S. No. 200 Sieve in Aggregates Percent of Fracture in Aggregates Sieve Analysis of Fine and Coarse Aggregates Sand Equivalent Test for Surfacing Materials Determination of Degradation Value Determination of Fineness Modulus Particle Size Analysis of Soils Stabilometer R Value, Untreated Materials Swell Pressure and Permeability Stabilometer S Value, Treated Materials Gradation of Aggregates in ACP Determining Stripping of Asphalt Concrete Compressive Strength of Concrete Flexural Strength of Concrete AASHTO T 112 AASHTO T 96 AASHTO T 11 WAQTC FOP for TM 1 WAQTC FOP for T 27/11 WSDOT FOP for AASHTO T 176 Alternate Method 2, the pre -wet condition WSDOT T 113 AASHTO T 27 AASHTO T 88 WSDOT T 611 WSDOT T 611 WSDOT T 703 WSDOT FOP for AASHTO T 30 WSDOT T 718 WSDOT FOP for AASHTO T 22 WSDOT T 802 9- 03.21(2) Recycled Glass Aggregate In the second paragraph the second sentence is revised to read as follows: Sieve analysis shall be conducted according to WAQTC FOP for AASHTO T 27/11 on at least a quarterly basis by the product supplier. In the fourth paragraph the third sentence is revised to read as follows: Sample collection shall be conducted according to WSDOT FOP for AASHTO T 2. SECTION 9 -04, JOINT AND CRACK SEALING MATERIALS April 30, 2001 9 -04.5 Flexible Plastic Gaskets This section is revised to read as follows: The gasket material shall be produced from blends of refined hydro- carbon resins and plasticizing materials reinforced with inert mineral filler and shall contain no solvents. It shall not depend on oxidizing, evaporating, or chemical action for adhesive or cohesive strength. It shall be supplied in extruded rope -form of such cross - section and size as to adequately fill spaces between the precast sections. The gasket material shall be protected by a suitable removable two -piece wrapper so designed as to permit removing one half, longitudinally, without disturbing the other. Its composition and properties shall conform to those set forth below. 2000 WSDOT AMENDMENTS AM -103 Test Method Min. Max. Bitumen (Petroleum plastic content ASTM D 4 50 70 Ash -inert Mineral Matter AASHTO T 11 30 50 Penetration ASTM D 217 32 F (300gm) 60 sec 75 - -- 77 F (150gm) 5 sec 50 120 115 F (150gm) 5 sec - -- 150 Softening Point AASHTO T 53 320 F - -- Specific Gravity at 77 F AASHTO T 229 1.20 1.35 Weight per gallon, lb. 10.0 11.3 Ductility at 77 F (cm) ASTM D 113 5.0 - -- 2000 WSDOT AMENDMENTS AM -103 1 2 3 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 Flash Point COC, F AASHTO T 73 600 - -- Fire Point COC, F AASHTO T 48 625 - -- Volatile Matter AASHTO T 47 - -- 2.0 9 -04.10 Crack Sealing -Rubberized Asphalt This section is revised to read as follows: Crack sealing material shall meet the requirements of Section 9- 04.2(1), except no bond test is required. 9 -04.11 Butyl Rubber This section is revised to read as follows: Butyl rubber shall conform to ASTM D 2000, M1 BG 610. If the Engineer determines that the butyl rubber is utilized in an area that will not be exposed to petroleum products, it shall conform to ASTM D 2000, M 1 BA 610. SECTION 9 -05, DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS April 30, 2001 9 -05.16 Grate Inlets and Drop Inlets The first paragraph is revised to read as follows: Steel in grates, angles, and anchors for grate inlets shall conform to ASTM A 36, except structural tube shall conform to ASTM A 500, Grade B. After fabrication, the steel shall be galvanized in accordance with AASHTO M 111, or galvanized with a hot - sprayed (plasma flame applied) 6 mil minimum thickness zinc coating. The second paragraph is revised to read as follows: Steel grating shall be fabricated by weld connections. Welds, welding procedures, and welding materials shall conform with the AWS D1.1, latest edition, Structural Welding Code. 9 -05.18 Safety Bars for Culvert Pipe This section is revised to read as follows: Steel pipe used as safety bars and steel pipe used as sockets shall conform to ASTM A 53, Grade B. Steel tubing used as safety bars shall conform to ASTM A 500, Grade B. Steel plate shall conform to ASTM A 36. All parts shall be galvanized after fabrication in accordance with AASHTO M 111. SECTION 9 -06, STRUCTURAL STEEL AND RELATED MATERIALS April 30, 2001 9 -06.1 Structural Carbon Steel This section is revised to read as follows: Structural carbon steel shall conform to AASHTO M 270, Grade 36, except as otherwise noted 9 -06.2 Structural Low Alloy Steel This section is revised to read as follows: Structural low alloy steel shall conform to AASHTO M 270, Grade 50 or 50W as specified in the Plans or Special Provisions, except as otherwise noted. 9 -06.3 Structural High Strength Steel This section is revised to read as follows: Structural high strength steel shall be high yield strength, quenched and tempered structural steel conforming to AASHTO M 270, Grades 70W, 100, or 10OW as specified in the Plans or Special Provisions, except as otherwise noted. 2000 WSDOT AMENDMENTS AM -104 e e En W 40 0 .. err 1 9- 06.5(4) Anchor Bolts 2 In the second paragraph the third sentence is revised to read as follows: 3 4 Nuts for AASHTO M 164 black anchor bolts shall conform to AASHTO M 291, Grade C, C3, DH, 5 and DH 3 or AASHTO M 292, Grade 2H. 6 7 9 -06.16 Roadside Sign Structures 8 In the first sentence of the first paragraph, the reference to "coupling bolts" is revised to "coupling 9 bolts ". 10 11 The third and fourth paragraphs are revised to read as follows: 12 13 Posts for multiple post sign structures shall conform to ASTM A 36. Posts conforming to either 14 ASTM A 588 or ASTM A 572 Grade 50 may be used as an acceptable alternate to the ASTM A 15 36 posts. All steel not otherwise specified shall conform to ASTM A 36. 16 17 Triangular base stiffeners for one - directional multi -post sign posts shall conform to either ASTM A 18 588 or ASTM A 572, Grade 50. 19 20 The sixth paragraph is revised to read as follows: 21 22 Base connectors for multiple directional steel breakaway posts shall conform to the following: 23 24 Brackets Aluminum Alloy 6061 -T6 25 Bosses for Type 2B Brackets ASTM A 582 26 Anchor Ferrules Type 304 stainless steel for threaded 27 portion. AISI 1038 steel rod and 28 AISI 1008 coil for cage portion. 29 30 The eighth paragraph is revised to read as follows: 31 32 For multi - directional breakaway base connectors, shims shall conform to ASTM A 653, SS Grade 33 33, Coating Designation G 165. For one - directional breakaway base connectors, single post or 34 multi -post, shims shall be fabricated conforming to ASTM B 36. 35 36 SECTION 9 -07, REINFORCING STEEL 37 August 6, 2001 38 9 -07.5 Dowel Bars (For Cement Concrete Pavement) 39 The last sentence is revised to read: 40 41 In addition, the requirements of Section 9 -07.3, Items 2, 3, 4, 5, 6, 7, 9 and 10 shall apply. 42 43 9 -07.10 Prestressing Reinforcement 44 The section heading is revised to read as follows: 45 46 9 -07.10 Prestressing Reinforcement Strand 47 48 This section is supplemented with the following: 49 50 9 -07.11 Prestressing Reinforcement Bar 51 High- strength steel bars shall conform to AASHTO M 275, Type II. 52 53 Nuts shall conform to either ASTM A 29 Grade C1045, or ASTM A 536 Grade 100- 70 -03, and 54 shall be capable of developing the larger of either 100 percent of the minimum ultimate tensile 55 strength (MUTS), or 95 percent of the actual ultimate tensile strength (AUTS), of the bar. The 56 anchor nuts shall conform to the specified strength requirement while permitting a maximum 5 57 degree misalignment between the nut and the bearing plate. A minimum of three tests, each 58 from a different heat, are required 59 60 Couplers, if required, shall be AASHTO M 169 Grade 1144, or equivalent steel, developing the 61 larger of either 100 percent of the MUTS, or 95 percent of the AUTS, of the bar. The test shall be 2000 WSDOT AMENDMENTS AM -105 1 performed with the coupler having a one inch unengaged segment between the two coupled bars. 2 A minimum of three tests, each from a different heat, are required. 3 4 For unbonded bars under dynamic loading, the connections shall withstand at least 500,000 5 cycles from 60 percent to 66 percent MUTS followed by at least 50 cycles between 40 percent 6 MUTS and 80 percent MUTS. A minimum of three tests, each from a different heat, are required. 7 8 The Contractor shall supply a Manufacturer's Certificate of Compliance in accordance with mi 9 Section 1 -06.3 for each bar. The Contractor shall supply a Manufacturer's Certificate of 10 Compliance in accordance with Section 1 -06.3 for all nuts and couplers confirming compliance 11 with the specified strength requirement. 12 13 For each heat of steel for high- strength steel bar, the Contractor shall submit two samples, each 14 not less than five feet long, to the Materials Laboratory, P.O. Box 167, Olympia, WA 98504, for 15 testing. 16 17 SECTION 9 -10, PILING 18 April 30, 2001 19 9 -10.5 Steel Piling 20 This section is revised to read as follows: 21 22 The material for steel piling and pile splices shall conform to ASTM A 36, except the material for 23 steel pipe piling, and splices shall conform to the requirements of ASTM A 252, Grade 2. All steel 24 piling may be accepted by the Engineer based on the Manufacturer's Certification of Compliance. 25 26 SECTION 9 -14, EROSION CONTROL AND ROADSIDE PLANTING 27 May 29, 2001 28 9- 14.4(3) Bark or Wood Chips '< 29 The reference to "1/4- inch" is revised to read "U.S. No. 4 ". is 30 31 SECTION 9 -16, FENCE AND GUARDRAIL 32 August 6, 2001 SO 33 9- 16.2(4) Brace Wire 34 The reference to "Class 2" is revised to "Class 3 ". 35 36 9- 16.2(6) Barbed Wire 37 The reference to "Class 2 or 3" is revised to "Class 3 ". 38 39 9- 16.3(1) Rail Element 40 The third paragraph is revised to read as follows: 41 42 The 6 -inch channel rails and splice plates shall conform to ASTM A 36. All fabrication shall be a 43 complete before galvanizing. 44 45 9- 16.3(2) Posts and Blocks 46 The second sentence of the first paragraph is revised to read: 1e 47 48 Blocks made from alternate materials that meet the NCHRP Report 350 criteria may be used in 49 accordance with the manufacturer's recommendations. 50 51 The fourth paragraph is revised to read as follows: 52 53 Steel posts, blocks, and base plates, where used, shall conform to ASTM A 36, and shall be 54 galvanized in accordance with AASHTO M 111. Welding shall conform to Section 6- 03.3(25). All 55 fabrication shall be completed prior to galvanizing. 56 57 9- 16.3(5) Anchors 58 The eleventh paragraph is revised to read as follows: 59 60 Cement concrete shall conform to the requirements of Section 6- 02.3(2)B. 2000 WSDOT AMENDMENTS AM -106 1 aw 2 3 .. Zil n+ so .r 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 SECTION 9 -21, RAISED PAVEMENT MARKERS (RPM) February 5, 2001 9- 21.1(1) Physical and Chemical Properties The first sentence of the second paragraph is revised to read as follows: The markers shall be precast in the form of a single based spheriodal segment terminating in a rounded or squared shoulder. The chart in the third paragraph is revised as follows: The column heading "Markers" is revised to read "Property ". The column heading "Property" is revised to read "Unit ". The column heading "Thermoplastic Unit" is revised to read "Thermoplastic Markers ". In the first column, "Diameter" is revised to read "Diameter/Width ". 9 -21.3 Raised Pavement Markers Type 3 This section is revised to read as follows: Raised pavement markers Type 3 shall be extruded from high impact thermoplastic material which has been ultra - violet radiation stabalized and shall meet the following requirements: Impact resistance Reflectance (White Only) Concavity & Convexity Transverse Longitudinal Base Width Length Height Shoulder height 15 inch -lbs., min. 80% min. 1/16 inch, max. 1/8 inch, max 4" 6 ", 8 ", 10" or 12" 0.60 - 0.75" 0.08 -0.20 The ends shall be beveled from the top of the shoulder edge at a slope of 1:1 nominal. SECTION 9 -23, CONCRETE CURING MATERIALS AND ADMIXTURES June 26, 2000 9 -23.9 Fly Ash The reference to "Table 2" is revised to "Table 1A ". SECTION 9 -25, WATER June 26, 2000 9 -25.1 Water for Concrete This section is revised to read as follows: Water for mortar or concrete shall be clear and apparently clean. If the water contains substances that cause discoloration, unusual or objectionable smell or taste, or other suspicious content, the Engineer may require the Contractor to provide test results documenting that the water meets the physical test requirements and chemical limits described in ASTM C94M Section 5.1.3, Tables 2 and 3. Water from mixer washout operations may be used in concrete provided it meets or exceeds the above criteria as well as the following additional requirements: Concrete with water from mixer washout operations shall not be used in bridge roadway deck slabs, flat slab bridge superstructures, modified concrete overlays, or prestressed concrete. 2. Specific Gravity shall not exceed 1.07. 2000 WSDOT AMENDMENTS AM -107 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 3. Alkalies, expressed as [Na20 +0.658 K20], shall not exceed 600 ppm. 4. Shall be free of coloring agents. 5. If the wash water contains admixtures from different manufacturers, the Contractor shall„ provide evidence that the combination of admixtures are compatible and do nc' adversely affect the air void system of the hardened concrete as per Section 6- 02.3(3). 6. All tests to verify that the physical and chemical requirements are met, shall be conducted on the following schedule: a. The physical requirements shall be tested on weekly intervals for four weeks w and thereafter on monthly intervals. b. The chemical requirements shall be tested on monthly intervals. c. The specific gravity shall be determined daily in accordance with ASTM D 1429, Test Method D. The Contractor shall use the services of a Laboratory that has a equipment calibration / verification system, and a technician training and evaluation process per AASHTO R -18 to conduct all tests. The laboratory shall use testing equipment that has been calibrated/ verified at least once within the past 12 months to meet the requirements of each test procedure in accordance with the appropriate section of AASHTO R -18. Documentation of tester qualifications and equipment verification records shall be maintained and available for review by the Contracting Agency upon request. Agency reviews of the laboratory facility, testing equipment, personnel, and all qualification, calibration, and verification records will be conducted at the +iri Contracting Agency's discretion. SECTION 9 -27. CRIBBING August 6, 2001 9- 27.3(2) Gabion Baskets In number 3, "d" is revised to read as follows: d. Hardness - Shore "A" not less than 75 when tested according to ASTM D 2240. 9- 27.3(6) Stone This section is revised to read as follows: Stone for filling gabions shall have a Degradation Factor of at least 30. The stone shall be dense enough to pass the unit - weight test described in Section 8- 24.3(3)F. Stone shall meet the following requirements for gradation: Sieve Size Percent Passing 8" square 100 6" square 75 -90 4" square 0 -10 Fracture 75 All percentages are by weight. SECTION 9 -28, SIGNING MATERIALS AND FABRICATION August 6, 2001 9- 28.1(1) Basis for Acceptance The first paragraph is revised to read as follows: Reflective sheeting shall be accepted on the basis of inclusion of the material /product on the Qualified Product List or by approval of a Request for Approval of Materials. The sign fabricator shall have available for inspection a copy of the Manufacturer's Certificate of Compliance for each rrt 2000 WSDOT AMENDMENTS AM -108 0 .. wo i 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 lot of reflective sheeting. This certificate shall verify that the reflective sheeting meets all the requirements of Section 9- 28.12. 9 -28.2 Manufacturer's Identification and Date This section is revised to read as follows: All signs shall show the manufacturer's name and date of manufacture on the back. In addition, the width and height dimension, in inches, and the number of the sign as it appears in the Plans shall be placed using three -inch series C black letters on the back of destination, distance and large special signs. Hand painted numbers are not permitted. 9 -28.11 Hardware The first sentence of the first paragraph is revised to read as follows: Bolts, nuts, and washers shall be of the same material for each attachment, except for signs mounted on Overhead Sign Structures (i.e. sign bridges, cantilevers, and bridge mounted) all bolts, u- bolts, washers, nuts, and locknuts shall be stainless steel only. In the first paragraph, the specification for "Washers" is revised to read: ASTM B 209 2024 -T4 Aluminum ASTM A 36 Steel ASTM F 594 Stainless Steel In the first paragraph, the specification for "Angle and "Z" Bar" is revised to read: ASTM B 221 6061 -T6 Aluminum ASTM A 36 Steel In the first paragraph, the Specification for "Strap and Mounting Bracket" is revised to read: ASTM A 666, Type 201 Stainless Steel The last paragraph is revised to read as follows: All steel parts shall be galvanized per AASHTO M 111. Steel bolts and related connecting hardware shall be galvanized per AASHTO M 232. 9- 28.14(2) Steel Structures and Posts The first paragraph is revised to read as follows: Anchor rods and washers for sign bridge and cantilever sign structure foundations shall conform to Section 9- 06.5(4). Anchor rods shall be galvanized after fabrication a minimum of V -0" at the exposed end in accordance with AASHTO M 232. Nuts and washers shall be galvanized after fabrication in accordance with AASHTO M 232. Anchor rod templates shall conform to ASTM A 36, but need not be galvanized. SECTION 9 -29, ILLUMINATION, SIGNALS, ELECTRICAL April 30, 2001 9 -29.2 Junction Boxes This section is revised to read as follows: Junction boxes shall conform to the requirements set forth in the contract. This section is supplemented with the following: 9- 29.2(1) Standard Junction Box Install standard junction boxes at locations shown in the plans. Standard junction boxes shall be concrete junction boxes conforming to details in the standard plans, or approved non - concrete junction boxes. Standard junction boxes and lids shall be capable of withstanding a 15,000 pound vertical load test applied uniformly through a 10 inch x 10 inch x 'h inch steel plate 2000 WSDOT AMENDMENTS AM -109 1 3 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 centered on the cover. The make and type of proposed junction box shall have been tested by an independent materials testing facility to meet loading requirements. Concrete in concrete junction boxes shall have a minimum compressive strength of 6000 psi when reinforced with a welded wire hoop or 4000 psi when reinforced with welded wire fabric or fiber reinforcement. The frame shall be anchored to the box by welding the wire fabric to the frame or by welding headed studs 3/8 — inch x 3 inches long, as specified in section 9- 06.15, to the frame. The wire fabric shall be attached to the studs and frame with standard tie practices. The box shall contain ten studs located near the centerline of the frame and box wall. The studs shall be placed one anchor in each corner, one at the middle of each width and two equally spaced on each length of the box. The steel frame, lid support, and lid shall be painted with a black paint containing rust inhibitors. Material for concrete junction boxes shall conform to the following: Concrete Reinforcing Steel Fiber Reinforcing Lid Frame Lid Support & Handle Anchors (studs) Section 6 -02 Section 9 -07 ASTM C 1116, Type III ASTM A786 diamond plate steel ASTM A786 diamond plate steel or ASTM A 36 flat steel ASTM A 36 steel Section 9 -06.15 Non - concrete junction boxes shall be gray in color and shall have approximately the same inside dimensions as concrete junction boxes. Non - concrete junction box lids shall include a pull slot and shall be secured with two % inch stainless steel hex -head bolts recessed into the cover. The tapped holes for the securing bolts shall extend completely through the box to prevent accumulation of debris. Bolts shall conform to ASTM F 593, stainless steel. 9- 29.2(3) Structure Mounted Junction Box Junction boxes installed on structures or embedded in structures (including boxes embedded in barrier) shall be galvanized cast iron or stainless steel and shall conform to NEMA 4X requirements. Cover screws shall be stainless steel. Each box shall include a neoprene cover gasket. A 3/8 - inch drain shall be installed in each junction box. The size of NEMA 4X junction boxes shall be as shown in the plans. e 9- 29.2(4) Cover Markings Junction boxes with metallic lids shall be marked with the appropriate legend in accordance with the bead weld details in the Standard Plans. Non - metallic lids shall be embossed with the appropriate legend and a non -skid surface. Legends for metallic lids and non - metallic lids shall be 1 -inch nominal height. SO Junction boxes shall be marked or embossed for use in accordance with the plans and following schedule: System Type Legend Traffic Signal Interconnect (6pr) COMM Fiber Optic Trunk Lines ITS HUB to TC (25pr) ITS Fiber Optic Laterals to CC ITS TC to DS (6pr) ITS TC to HAR (6pr) SC &DI ITS TC to CC (6pr) ITS TC to VMS (6pr) ITS TC to WSTA (6pr) ITS All other lateral 6pr (i.e. neon control, etc.) TS CC to camera (coax, control cables, old style) ITS CC to camera (fiber, new style) ITS HAR to antenna (coax) ITS VMS to sign (control cables) ITS WSTA to temp sensor, weather station ITS DS to loops (2cs) ITS 2000 WSDOT AMENDMENTS AM -110 0 Im .r i 1 DS to ramp meter (5c) ITS 2 Flashing Beacons ITS 3 Neon Power ITS 4 Transformers to Cabinets ITS 5 Service to Transformers LT 6 All power for lighting LT 7 Signal Controller to Displays TS 8 Signal Controller to Loops TS 9 Signal Controller to Emergency Preempt TS 10 Telephone Service Drop TEL 11 Telephones at Flyer Stops, Park & Rides, Etc. TEL 12 13 9- 29.6(1) Steel Light and Signal Standards 14 The first paragraph is revised to read as follows: 15 16 Steel plates and shapes for light and signal standards shall conform to ASTM A 36. Shafts for 17 light and signal standards, except Type PPB signal standards, shall conform to ASTM A 572, 18 Grade 50. Shafts and caps for Type PPB signal standards, slipfitters for type PS, I, FB, and RM 19 signal standards, and all pipes shall conform to ASTM A 53, Grade B. Base plates for light 20 standards shall conform to ASTM A 572, Grade 50, except as otherwise noted in the Standard 21 plans for fixed base light standards. Base plates for signal standards shall conform to ASTM A 22 36. Connecting bolts shall conform to AASHTO M 164. Fasteners for handhole covers, bands on 23 lighting brackets, and conductor attachment brackets shall conform to ASTM F 593. 24 25 9- 29.6(2) Slip Base Hardware 26 This section is revised to read as follows: 27 28 Slip plates and anchor plates for light standards and for Type FB and RM signal standards shall 29 conform to ASTM A 572, Grade 50. The keeper plate shall be 28 gage, conforming to ASTM A 30 526, coating G 90. Clamping bolts for slip base assemblies and slip base adapters shall conform 31 to AASHTO M 164. Studs and bolts for slip base adapters shall conform to AASHTO M 164. 32 Nuts shall conform to AASHTO M 291, Grade DH. Hardened washers shall conform to AASHTO 33 M 293. Plate washers shall conform to ASTM A 36. 34 35 9 -29.13 Traffic Signal Controllers 36 The last paragraph is revised to read as follows: 37 38 The Contractor, Subcontractor, or controller manufacturer shall be required to perform quality 39 control inspections based on their QC program annually submitted and approved by WSDOT. 40 The Contractor, Subcontractor, or controller manufacturer shall certify that the controller meets all 41 requirements of the Standard Specifications and Special Provisions for the specific application. 42 43 The QC program shall include, but not be limited to, the following: 44 45 A) Quality Statement 46 B) Individual responsible for quality (organizational chart) 47 C) Fabrication procedures 48 D) Test procedures 49 E) Documented inspection reports 50 F) Documented test reports 51 G) Certification package 52 53 SECTION 9 -31, ELASTOMERIC BEARING PADS 54 March 6, 2000 55 9 -31.1 Requirements 56 The third paragraph is revised to read as follows: 57 58 Shims contained in laminated bearing pads shall be mill rolled steel sheets not less than 20 gage 59 in thickness with a minimum cover of elastomer on all edges of: 60 61 1/8 inch for pads less than or equal to 3 inches thick. 62 1/4 inch for pads greater than 3 inches and less than or equal to 7 inches thick, and 2000 WSDOT AMENDMENTS AM -111 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 1/2 inch for pads greater than 7 inches thick. Steel shims shall conform to ASTM A 570, Grade 36, unless otherwise noted. SECTION 9 -32, MAILBOX SUPPORT February 5, 2001 9 -32.1 Tube This section including heading is revised to read as follows: 9 -32.1 Steel Posts The post shall be 2 inches outside diameter, 14 gage, mechanical tubing, and shall conform to ASTM A 513. Galvanizing shall conform to G 90 coating as defined in ASTM a 653, or an approved equal. Any damage to galvanized paint surfaces shall be treated with two coats of formula A -9 -73, Galvanizing Repair Paint, High Zinc Dust Content as specified in Section 9 -08.2 9 -32.2 Mounting Bracket This section including heading is revised to read as follows: 9 -32.2 Bracket, Platform, and Anti -Twist Plate The bracket, platform, and anti -twist plate shall be 16 gage sheet steel, conforming to ASTM A 653. 9 -32.3 Post Mounting Socket and Wedge This section including heading is revised to read as follows: 9 -32.3 Vacant 9 -32.4 Wood Posts This section is revised to read as follows: Wood posts shall meet the requirements of Section 9- 28.14(1). 9 -32.5 Hardware The section heading is revised to read as follows: 9 -32.5 Fasteners 9 -32.6 Snow Guard Snow guard shall be fabricated in accordance with ASTM F 1071 for expanded metal bulkhead panel, to the dimensioning shown on the Standard Plan. After fabrication, the snow guard shall be galvanized in accordance with AASHTO M 111. 9 -32.7 Type 2 Mailbox Support Type 2 mailbox supports shall be 2 ", 14 gage steel tube and shall meet the NCHRP 350 crash test criteria. Type 2 mailbox supports shall be installed in accordance with the manufacturer's recommendations. SECTION 9 -33, CONSTRUCTION GEOTEXTILE June 26, 2000 9 -33.2 Geotextile Properties In tables 1 and 3 the value " <50 %/ 50 %" is revised to " <50 %/ >50 % ". SECTION 9 -34, PAVEMENT MARKING MATERIAL April 30, 2001 9 -34.1 General Pavement marking materials in this section consist of paint, plastic, tape or raised pavement markers as described in section 8 -22 and 8 -23 as listed below: 2000 WSDOT AMENDMENTS AM -112 w an .r .. wn 1 High VOC Solvent Based Paint 2 Low VOC Solvent Based Paint 3 Low VOC Waterborne Paint 4 Temporary Pavement Marking Paint 5 Type A - Liquid Hot Applied Thermoplastic 6 Type B Pre - formed Fused Thermoplastic 7 Type C - Cold Applied Pre - formed Tape 8 Type D - Liquid Cold Applied Methyl Methacrylate 9 Glass Beads 10 Temporary Pavement Marking Tape 11 Temporary Raised Pavement Markings 12 13 9 -34.2 Paint 14 Paint shall comply with the specifications for high volatile organic compound (VOC) solvent based 15 paint, low VOC solvent based paint or low VOC waterborne paint. 16 17 9- 34.2(1) High VOC Solvent Based Paint 18 High VOC solvent based paint material requirements are as follows: 19 20 Abrasion Resistance - ASTM D968 21 125 liters minimum of falling sand on a 3 mil dry film thickness. 22 23 Accelerated Settling - ASTM D869, modified as follows: 24 25 Paint shall be placed in a motor driven machine that raises and lowers a sample tray 26 providing a shock to the sample which accelerates pigment settling. The samples shall be 27 placed in the machine for one week, 24 hours per day, at a temperature of 77 degrees F. 28 The samples shall show no more than 0.25 inch of clear material over the opaque portion of 29 the paint and there shall be no settling below a rating of eight. 30 31 Bleeding over asphalt - ASTM D969, modified as follows: 32 33 The reflectance measurement of the paint over asphalt paper shall be at least 90% of the 34 reflectance measurement of the paint over a taped (non - bleeding) surface. 35 36 Color - Yellow 37 Paint draw -downs shall be prepared in accordance with ASTM D823. The paint shall match 38 Federal Standard 595a, color number 33538 and the tolerance of color variation shall match that 39 shown in the FHWA "Highway Yellow Color Tolerance Chart (PR Color #1)" 40 41 Contrast Ratio at 5 mils wet film thickness - ASTM D2805 42 White -92% minimum 43 Yellow -88% minimum 44 45 Daylight Reflectance — WSDOT Test Method 314 46 White paint shall have a minimum reflectance of 86% with a green filter on a 10 mil wet film 47 thickness. 48 49 Density - ASTM D1475, at 70 degrees F 50 White - 12.00 pounds /gallon minimum 51 Yellow - 12.10 pounds /gallon minimum 52 53 Fineness of Dispersion - ASTM 131210 54 2 minimum (Hegman Scale) 55 56 Flexibility - ASTM D522 57 The paint shall be applied at a wet film thickness of 5 mils to a 3x5 inch tin panel that has been 58 solvent cleaned and lightly buffed with steel wool. With the panel kept in a horizontal position, the 59 paint shall be allowed to dry for 18 hours at 75 +/- 5 degrees F then baked for 3 hours at 212 +/- 60 4 degrees F. The panel shall be cooled to 75 +/- 5 degrees F for at least 30 minutes, bent over a 61 0.5 inch mandrel and then examined without magnification. The paint shall show no cracking, 62 flaking or loss of adhesion. 63 2000 WSDOT AMENDMENTS AM -113 1 No Track Time — (Dry to No- Pick -Up Time) ,ice 2 The paint, when applied in a line at a rate of 10 mils wet film thickness with 7 pounds of glass 3 beads (Section 9 -34.4) per gallon of paint added to the paint surface, shall "dry to no- pick -up" in 4 35 seconds maximum. The test line shall be applied over a 30 day old (approximate), non - 5 beaded state standard paint line. The test line shall be applied using a striper capable of W 6 maintaining the 10 mil wet film thickness specified. The glass beads shall be blown onto the line 7 during paint application. The test shall be conducted on dry pavement when the pavement 8 temperature is between 50 and 100 degrees F and the relative humidity is less than 85 %. The 9 "dry to no- pick -up" tests shall be performed by having a standard size sedan or equivalent test 10 vehicle coast across the paint line with no turning or accelerating at a speed of approximately 40 11 mph no more than 35 seconds after the test line is applied to the pavement. A successful test will 12 be considered one in which at least three out of four line crossings show no visible paint from the 13 line tracked onto the adjacent pavement when viewed standing 50 feet from the point where the 14 test vehicle crossed the line. 15 16 Nonvolatile Content - ASTM D2369 17 65 % -68% 18 19 Pigment Specifications 20 Medium Chrome Yellow (yellow paint) — ASTM D211 Type III 21 Titanium Dioxide (white paint) — ASTM D476 Type II, III, or IV 22 The inert or filler pigments shall be first quality paint grade products. 23 24 Pigment Content - ASTM D2371 25 53% maximum 26 27 Re- dissolve 28 A 15 mil wet film thickness of paint shall be applied to a glass panel. The paint shall be air dried 29 for 16 hours at 77 degrees F then baked for 4 hours at 140 degrees F. The panel shall be cooled 30 to room temperature and placed in a quart container that is half filled with the same paint being 31 tested. The container shall be sealed and left undisturbed for 18 hours. After removing the panel , 32 from the container, a wooden spatula shall be drawn lightly over the painted surface. The 33 immersed portion of the paint film shall be completely dissolved with no evidence of dried paint 34 remaining on the panel. 35 36 Retroreflectance - ASTM D 6359 modified as follows: (units are millicandelas /meter2 /lux) 37 38 White - 300 measured with a 12 meter instrument. 39 Yellow - 250 measured with a 12 meter instrument. 40 41 Settling - ASTM D869 42 The test shall be run for a period of six months. There shall be no settling below a rating of eight. 43 44 Storage Stability 45 Samples shall show no settling as received by the Materials laboratory and only slight soft settling io 46 after the sample has aged undisturbed for one month. No hard caking in the bottom of the 47 container shall be permitted. The paint shall not show evidence of heavy caking or settling which 48 requires mechanical means to return the product to usable condition for a period of one year from 49 the date of manufacture. There shall be no viscosity increase in excess of 10 Krebs Units over 50 the originally reported viscosity after aging in the container for six months, and there shall be no 51 evidence of corrosion of the container or decomposition of the product. Field examination of 52 previously un- opened containers shall not disclose evidence of undissolvable gelatinous vehicle 53 separation, heavy skin formation or corrosion of the container on samples in storage one year or 54 less. 55 56 Vehicle Composition 57 The vehicle may be any combination of natural or synthetic resinous materials, except those that 58 dry by the process of oxidation and /or polymerization (such as alkyd resins which are specifically 59 excluded). All resins used must be permanently capable of re- dissolving in the solvent 60 combination used in the paint. 61 62 Viscosity - ASTM D562 63 86 Krebs units maximum at 50 degrees F 2000 WSDOT AMENDMENTS AM -114 c- .r ar 1W 00 1 2 3 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 70 -75 Krebs units at 70 degrees F 66 Krebs units minimum at 122 degrees F 9- 34.2(2) Low VOC Solvent Based Paint Low VOC solvent based paint material requirements are as follows: Bleeding over asphalt - ASTM D969, modified as follows: The reflectance measurement of the paint over asphalt paper shall be at least 90% of the reflectance measurement of the paint over a taped (non - bleeding) surface. Chromium Content - ASTM D3718 < 50 ppm Color — Yellow Paint draw -downs shall be prepared in accordance with ASTM D823. The paint shall match Federal Standard 595a color number 33538 and the tolerance of color variation shall match that shown in the FHWA "Highway Yellow Color Tolerance Chart (PR Color #1) ". Directional Reflectance — WSDOT Test Method 314 White paint shall have a minimum reflectance of 80 %. Density - ASTM D1475, at 70 degrees F 11.8 pounds /gallon minimum Flexibility - ASTM D522 The paint shall be applied at a wet film thickness of 6 mils to a 3x5 inch panel that has been solvent cleaned and lightly buffed with steel wool. With the panel kept in a horizontal position, the paint shall be allowed to dry for 18 hours at 75 +/- 5 degrees F then baked for 3 hours at 140 +/- 4 degrees F. The panel shall be cooled to 75 +/- 5 degrees F for at least 30 minutes, bent over a 0.25 inch mandrel and then examined without magnification. The paint shall show no cracking, flaking or loss of adhesion. No Track Time — (Dry to No- Pick -Up Time) The paint, when applied in a line at a rate of 15 mils wet film thickness with 7 pounds of glass beads (Section 9 -34.4) per gallon of paint added to the paint surface shall "dry to no- pick -up" in 90 seconds maximum. The test line shall be applied over a 30 day old (approximate), non - beaded state standard paint line. The test line shall be applied using a striper capable of maintaining the 15 mil wet film thickness specified. The glass beads shall be blown onto the line during paint application. The test shall be conducted on dry pavement when the pavement temperature is between 50 and 100 degrees F and the relative humidity is less than 85 %. The "dry to no- pick -up" tests shall be performed by having a standard size sedan or equivalent test vehicle coast across the paint line with no turning or accelerating at a speed of approximately 40 mph no more than 90 seconds after the test line is applied to the pavement. A successful test shall be considered one in which at least three out of four line crossings show no visible paint from the line tracked onto the adjacent pavement when viewed standing 50 feet from the point where the test vehicle crossed the line. Lead Content - ASTM D3335 0.06% maximum. Nonvolatile Content — ASTM D2369 65% minimum Package Stability - ASTM D1849 6 rating minimum for all criteria. Pigment Content - ASTM D2371 53% maximum Re- dissolve A 15 mil wet film thickness of paint shall be applied to a glass panel. The paint shall be air dried for 16 hours at 77 degrees F then baked for 4 hours at 140 degrees F. The panel shall be cooled 2000 WSDOT AMENDMENTS AM -115 1 to room temperature and placed in a quart container that is half filled with the same paint being 2 tested. The container shall be sealed and left undisturbed for 18 hours. After removing the panel 3 from the container, a wooden spatula shall be drawn lightly over the painted surface. The 4 immersed portion of the paint film shall be completely dissolved with no evidence of dried paint 5 remaining on the panel. 6 7 Retroreflectance - ASTM D 6359 modified as follows: (units are millicandelas /meter2 /lux) 8 9 White - 300 measured with a 12 meter instrument. 10 Yellow - 250 measured with a 12 meter instrument. 11 12 Skinning 13 The paint shall not skin within 48 hours in a % filled tightly closed container. 14 15 Settling Properties during Storage - ASTM D1309 16 The sample shall show no more than 0.5 inch of clear material over the opaque portion of the 17 paint and there shall be no settling below a rating of seven. 18 19 Titanium Dioxide (Rutile Type II) ASTM D476 20 White - 1.0 pounds per gallon minimum. (ASTM D4563) to 21 Yellow - 0.2 pounds per gallon maximum. (ASTM D4563) 22 23 Viscosity - ASTM D562 24 105 Krebs units maximum at 50 degrees F. 25 75 -85 Krebs units at 70 degrees F. 26 65 Krebs units minimum at 120 degrees F. 27 28 Volatile Organic Compound Content — ASTM D3960 29 1.25 pounds per gallon maximum 30 31 9- 34.2(3) Low VOC Waterborne Paint 32 Low VOC waterborne paint material requirements are as follows: 33 34 Binder - ASTM D3168 35 The binder shall be 100% acrylic. 36 37 Chromium Content - ASTM D3718 38 <50 ppm 39 40 Color - Yellow 41 Paint draw -downs shall be prepared in accordance with ASTM D823. The paint shall match 42 Federal Standard 595a color number 33538 and the tolerance of color variation shall match that 43 shown in the FHWA "Highway Yellow Color Tolerance Chart (PR Color #1)" 44 45 Contrast Ratio at 15 mils wet film thickness - ASTM D2805 46 White - 98% minimum 47 Yellow - 96% minimum 48 49 Directional Reflectance — WSDOT Test Method 314 50 White paint shall have a minimum reflectance of 88% on a 15 mil wet film thickness 51 52 Fineness of Dispersion, - ASTM D1210 53 3 minimum (Hegman Scale) 54 55 Flash Point - ASTM D93 56 100 degrees F minimum. 57 58 Freeze Thaw - ASTM D2243 59 5 cycles minimum. 60 61 No Track Time — (Dry to No- Pick -Up Time) 62 The paint, when applied in a line at a rate of 15 mils wet film thickness with 7 pounds of glass 63 beads (Section 9 -34.4) per gallon of paint added to the paint surface shall "dry to no- pick -up" in 2000 WSDOT AMENDMENTS AM -116 IAW F___J 0 n. rr 1 90 seconds maximum. The test line shall be applied over a 30 day old (approximate), non - 2 beaded state standard paint line. The test line shall be applied using a striper capable of 3 maintaining the 15 mil wet film thickness specified. The glass beads shall be blown onto the line 4 during paint application. The test shall be conducted on dry pavement when the pavement 5 temperature is between 50 and 100 degrees F and the relative humidity is less than 85 %. The 6 "dry to no- pick -up" tests shall be performed by having a standard size sedan or equivalent test 7 vehicle coast across the paint line with no turning or accelerating at a speed of approximately 40 8 mph no more than 90 seconds after the test line is applied to the pavement. A successful test 9 shall be considered one in which at least three out of four line crossings show no visible paint 10 from the line tracked onto the adjacent pavement when viewed standing 50 feet from the point 11 where the test vehicle crossed the line. 12 13 Lead Content - ASTM D3335 14 0.06% maximum. 15 16 Nonvolatile Content — ASTM D2369 17 60% minimum 18 19 Nonvolatile Vehicle - ASTM D2369, ASTM D3723 20 Nonvolatile vehicle is calculated from the Nonvolatile content as determined in ASTM D2369 and 21 the Pigment content as determined in ASTM D3723. 22 23 %Nonvolatile vehicle = 100 — (100 - %Nonvolatile content) - %Pigment 24 25 Shall be 36% minimum by weight. 26 27 pH - ASTM E70 28 9.5 minimum. 29 30 Retroreflectance - ASTM D 6359 modified as follows: (units are millicandelas /meterz /lux) 31 32 White - 300 measured with a 12 meter instrument. 33 Yellow - 250 measured with a 12 meter instrument. 34 35 Scrub Resistance - ASTM D2486 36 500 cycles minimum. 37 38 Static Heat Stability 39 A one pint lined container shall be filled with approximately 15 fluid ounces of paint. The 40 container shall be sealed with tape and put in an oven maintained at 135 +/ -1 degrees F for 41 seven days. The paint shall be removed from the oven and equilibrated at standard conditions 42 (ASTM D3924). The paint shall be mixed thoroughly with gentle stirring. The viscosity shall be 43 determined. The paint shall show no increase in viscosity greater than 10 Krebs units over the 44 viscosity at 77 degrees F (see Viscosity below) nor shall the paint show any coagulation, lumps or 45 coarse particles. 46 47 Viscosity - ASTM D562 48 100 Krebs units maximum at 77 degrees F 49 50 Volatile Organic Compound Content - ASTM D3960 51 1.25 pounds per gallon maximum. 52 53 9- 34.2(4) Temporary Pavement Marking Paint 54 Paint used for temporary pavement marking shall conform to the requirements of Section 9 -34.2 and 55 shall be applied in one application at a thickness of 15 mils or 107 square feet per gallon. 56 57 9 -34.3 Plastic 58 Plastic pavement marking materials shall comply with the specifications for: 59 60 Type A - Liquid hot applied thermoplastic. 61 Type B - Pre - formed fused thermoplastic. 62 Type C - Cold applied pre- formed tape. 63 Type D - Liquid cold applied methyl methacrylate. 2000 WSDOT AMENDMENTS AM -117 1 2 9- 34.3(1) Type A - Liquid Hot Applied Thermoplastic 3 Type A material consists of a mixture of pigment, fillers, resins and glass beads that is applied to the 4 pavement in the molten state by extrusion or by spraying. The material can be applied at a 5 continuously uniform thickness or it can be applied with a profiled pattern. Glass beads, intermixed r► 6 and top dress, shall conform to the manufacturer's recommendations necessary to meet the 7 retroreflectance requirements. Type A material shall conform to the requirements of AASHTO M 249 and the following: 9 10 Resin - The resin shall be alkyd or hydrocarbon. 11 12 Retroreflectance - ASTM D 6359 modified as follows: (units are millicandelas /meter /lux) 13 14 White - 300 measured with a 12 meter instrument. 15 Yellow - 250 measured with a 12 meter instrument. 16 17 Skid Resistance - ASTM E 303 18 45 BPN units minimum. 19 20 9- 34.3(2) Type B Pre - formed Fused Thermoplastic ' 21 Type B material consists of a mixture of pigment, fillers, resins and glass beads that is factory 22 produced in sheet form. The material is applied by heating the pavement and top heating the 23 material. The material shall contain intermixed glass beads. The material shall conform to AASHTO 24 M 249, with the exception of the relevant differences for the materials being applied in the pre- formed 25 state and the following: 26 27 Resin - The resin shall be alkyd or hydrocarbon. 28 29 Retroreflectance - ASTM D 6359 modified as follows: (units are millicandelas /meter /lux) 30 31 White - 300 measured with a 12 meter instrument. =� 32 Yellow - 250 measured with a 12 meter instrument. 33 34 Skid Resistance - ASTM E 303 35 45 BPN units minimum 36 37 9- 34.3(3) Type C - Cold Applied Pre - formed Tape 38 Type C material consists of plastic pre- formed tape that is applied cold to the pavement. The material 39 shall contain intermixed glass beads. Type C material shall conform to the requirements of ASTM D 40 4505, Type VI or Type VI I and the following: 41 42 Retroreflectance - ASTM D 6359 modified as follows: (units are millicandelas /meter /lux) 43 44 White - 300 measured with a 12 meter instrument. 45 Yellow - 250 measured with a 12 meter instrument. 46 47 9- 34.3(4) Type D - Liquid Cold Applied Methyl Methacrylate 48 Type D material consists of a two part mixture of methyl methacrylate and a catalyst that is applied 49 cold to the pavement. The material can be applied at a continuously uniform thickness or it can be 50 applied with profiles (bumps). The material is classified by Type designation, depending upon the 51 method of application. Type D -1 material is be applied by hand operated extrusion device, pouring or 52 hand troweling. Type D -2 and D -5 material shall be applied by spraying. Type D -3 and D-4 material 53 shall be applied by machine extrusion. Glass beads, intermixed and top dress, shall conform to the 54 manufacturer's recommendations necessary to meet the retroreflectance requirements. Type D -1, D- 55 2, D -3, and D-4 material shall have intermixed glass beads in the material prior to application. Type 56 D -5 material shall have glass beads injected in to the material at application and a second coating of 57 top dressing beads applied immediately after material application. Type D material shall conform to 58 the following: 59 60 Adhesion 61 Asphalt substrate - substrate failure 62 Portland Cement Concrete substrate - 200 psi. 63 2000 WSDOT AMENDMENTS AM -118 fW ow 0 am tm 1 Chemical Resistance 2 The material shall show no effect after seven day immersion in anti - freeze, motor oil, diesel fuel, 3 gasoline, calcium chloride, sodium chloride or transmission fluid. 4 5 Composition 6 Type D -1 - one gallon of methyl methacrylate and 3 fluid ounces of benzoyl peroxide powder. 7 Type D -2, D -3, D-4 and D -5 - Four parts methyl methacrylate and one part liquid benzoyl 8 peroxide. 9 10 Elongation - ASTM D638 11 20% minimum. 12 13 Hardness — ASTM D2240 {Shore Durometer Type D) 14 55 minimum after 24 hours. 15 16 No Track Time - ASTM D711, modified as follows: 17 15 minutes at 40 mils. 18 19 Retroreflectance - ASTM D 6359 modified as follows: (units are millicandelas /meter2 /lux) 20 21 White - 300 measured with a 12 meter instrument. 22 Yellow - 250 measured with a 12 meter instrument. 23 24 Skid Resistance - ASTM E 303 25 45 BPN units minimum 26 27 Tensile Strength - ASTM D638 28 125 psi minimum at break. 29 30 Viscosity - ASTM D2196 Method B, LV Model at 50 rpm. 31 Type D -1 - 11,000 to 15,000 cps, spindle #7. 32 Type D -2 - 26,000 to 28,000 cps, spindle #7. 33 Type D -3 - 17,000 to 21,000 cps, spindle #7. 34 Type D-4 - 8,000 to 10,000 cps, spindle # 4. 35 Type D -5 White - 5,000 to 8,000 cps, spindle #4. 36 Type D -5 Yellow - 7,000 to 11,000 cps, spindle #4. 37 38 Ultraviolet Light 39 No effect. 40 41 9 -34.4 Glass Beads 42 Glass beads for paint shall conform AASHTO M 247 -81, Type 1. All glass beads shall have a 43 moisture resistant coating. Glass beads for high VOC and low VOC solvent based paint shall have a 44 silane coating to enhance adherence with solvent based paint. Glass beads for waterborne paint shall 45 have a dual coating of silicone and silane that provides both anti - wetting and adherence properties. 46 47 9 -34.5 Temporary Pavement Marking Tape 48 Temporary pavement marking tape shall be pressure sensitive, reflective type, conforming to ASTM D 49 4592, designed for application on asphalt or concrete pavement. Biodegradable tape with paper 50 backing shall not be allowed. Surface preparation and application shall be in conformance with all the 51 manufacturer's recommendations. 52 53 9 -34.6 Temporary Raised Pavement Markers 54 Temporary flexible raised pavement markers shall consist of an L- shaped body with retroreflective 55 tape on the top of one face for one -way traffic and reflective tape on the top of both faces for two -way 56 traffic. The marker body shall be made from 0.060 inch minimum thick polyurethane. The top of the 57 vertical leg shall be between 1.75 and 2.0 inches high and shall be approximately 4 inches wide. The 58 base width shall be approximately 1.125 inches wide. The base shall have a pressure sensitive 59 adhesive material, a minimum of 0.125 inch thick with release paper. The reflective tape shall be a 60 minimum of 0.25 inch high by 4.0 inches wide. The reflective tape shall have a minimum reflectance of 61 3.5 candlepower per footcandle for white and 2.5 candlepower per footcandle for yellow measured at 62 0.20 observation angle and 0° entrance angle. When temporary flexible raised pavement markers are 2000 WSDOT AMENDMENTS AM -119 2 3 4 5 6 7 8 9 10 11 12 13 14 15 used for bituminous surface treatment operations, the markers shall be supplied with a protective cover made of clear polyvinyl chloride. The cover shall be removed after spraying asphaltic material. Temporary raised pavement markers other than temporary flexible raised pavement markers shall conform to the requirements of Section 8 -09.2. ■r 9 -34.7 Field Testing Field testing is required for all pavement marking materials. The material shall be applied in the field by the manufacturer and shall be monitored to determine durability and appearance characteristics.' At the Department's discretion, field performance data gained from independent testing may be submitted in lieu of field testing. Acceptance of independent testing shall be the prerogative of the Field Operations Support Service Center Material Laboratory. 2000 WSDOT AMENDMENTS AM -120 D +r APPENDIX A - WAGE RATES CITY OF RENTON Egm wo VM APPENDIX A HOURLY MINIMUM WAGE RATES H:\ DIVI SION. S\ TRANSPORTArDESIGN .ENG\Ryan\Anacortes_ Sunset \BidPack\AppA \COVERappA.DOC SR900 — NE Sunset Blvd. /Anacortes Ave. NE Intersection Improvement Project City of Renton ow ow air. Insert Current State & Federal Wage low Rate Tables here at advertising m m ow State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section - Telephone (360) 902 -5335 PO Box 44540, Olympia, WA 985044540 Washington State Prevailing Wage Rates For Public Works Contracts The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, workers' wage and benefit rates must add to not less than this total. A r brief description of overtime calculation requirements is provided on the Benefit Code Key. fi1G w 00 arr ii KING COUNTY Effective 03 -03 -02 BRICK AND MARBLE MASONS JOURNEY LEVEL CABINET MAKERS (IN SHOP) JOURNEY LEVEL CARPENTERS ACOUSTICAL WORKER BRIDGE, DOCK AND WARF CARPENTERS CARPENTER CREOSOTED MATERIAL DRYWALL APPLICATOR FLOOR FINISHER FLOOR LAYER FLOOR SANDER MILLWRIGHT AND MACHINE ERECTORS PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING SAWFILER SHINGLER STATIONARY POWER SAW OPERATOR STATIONARY WOODWORKING TOOLS CEMENT MASONS JOURNEY LEVEL DIVERS & TENDERS DIVER DIVER TENDER DREDGE WORKERS ASSISTANT ENGINEER ASSISTANT MATE (DECKHAND) BOATMEN ENGINEER WELDER LEVERMAN, HYDRAULIC MAINTENANCE MATES OILER DRYWALL TAPERS JOURNEY LEVEL ELECTRICIANS - INSIDE CABLE SPLICER CABLE SPLICER (TUNNEL) CERTIFIED WELDER CERTIFIED WELDER (TUNNEL) CONSTRUCTION STOCK PERSON JOURNEY LEVEL JOURNEY LEVEL (TUNNEL) ELECTRICIANS - POWERLINE CONSTRUCTION CABLE SPLICER CERTIFIED LINE WELDER GROUNDPERSON Page 1 $35.37 $11.71 $35.31 $35.15 $35.15 $35.25 $34.94 $35.28 $35.28 $35.28 $36.15 $35.35 $35.28 $35.28 $35.28 $35.28 $36.15 $75.57 $37.85 $35.67 $35.23 $35.67 $35.72 $37.11 $35.23 $35.67 $35.33 $34.92 $45.65 $62.70 $43.99 $60.27 $23.33 $42.33 $57.83 $44.01 $40.40 $29.62 1M 5A 1 1M 1M 1M 1M 1M 1M 1M 1M 1M 1M 1M 1M 1M 1M 1M 5D 5D 5D 5D 5D 5D 5D 5D 5D 5D 5D 5D 5D 5D 5D 1M 5D 8A 1M 5D 1B 1B 1B 1B 1B 1B 1B 1B 1.1 1D 1D 1D 1D 1D 1D 1D 4A 4A 4A 5D 5D 5D 5D 5D 5D 5D 5D 5B 6H 6H 6H 6H 6H 6H 6H 5A 5A 5A 8L 8L 8L 8L 8L 8L 8L 8L (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $29.67 1M 5D BOILERMAKERS JOURNEY LEVEL $38.71 1B 5N BRICK AND MARBLE MASONS JOURNEY LEVEL CABINET MAKERS (IN SHOP) JOURNEY LEVEL CARPENTERS ACOUSTICAL WORKER BRIDGE, DOCK AND WARF CARPENTERS CARPENTER CREOSOTED MATERIAL DRYWALL APPLICATOR FLOOR FINISHER FLOOR LAYER FLOOR SANDER MILLWRIGHT AND MACHINE ERECTORS PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING SAWFILER SHINGLER STATIONARY POWER SAW OPERATOR STATIONARY WOODWORKING TOOLS CEMENT MASONS JOURNEY LEVEL DIVERS & TENDERS DIVER DIVER TENDER DREDGE WORKERS ASSISTANT ENGINEER ASSISTANT MATE (DECKHAND) BOATMEN ENGINEER WELDER LEVERMAN, HYDRAULIC MAINTENANCE MATES OILER DRYWALL TAPERS JOURNEY LEVEL ELECTRICIANS - INSIDE CABLE SPLICER CABLE SPLICER (TUNNEL) CERTIFIED WELDER CERTIFIED WELDER (TUNNEL) CONSTRUCTION STOCK PERSON JOURNEY LEVEL JOURNEY LEVEL (TUNNEL) ELECTRICIANS - POWERLINE CONSTRUCTION CABLE SPLICER CERTIFIED LINE WELDER GROUNDPERSON Page 1 $35.37 $11.71 $35.31 $35.15 $35.15 $35.25 $34.94 $35.28 $35.28 $35.28 $36.15 $35.35 $35.28 $35.28 $35.28 $35.28 $36.15 $75.57 $37.85 $35.67 $35.23 $35.67 $35.72 $37.11 $35.23 $35.67 $35.33 $34.92 $45.65 $62.70 $43.99 $60.27 $23.33 $42.33 $57.83 $44.01 $40.40 $29.62 1M 5A 1 1M 1M 1M 1M 1M 1M 1M 1M 1M 1M 1M 1M 1M 1M 1M 5D 5D 5D 5D 5D 5D 5D 5D 5D 5D 5D 5D 5D 5D 5D 1M 5D 8A 1M 5D 1B 1B 1B 1B 1B 1B 1B 1B 1.1 1D 1D 1D 1D 1D 1D 1D 4A 4A 4A 5D 5D 5D 5D 5D 5D 5D 5D 5B 6H 6H 6H 6H 6H 6H 6H 5A 5A 5A 8L 8L 8L 8L 8L 8L 8L 8L 0 KING COUNTY Effective 03 -03 -02 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code HEAD GROUNDPERSON $31.13 4A 5A HEAVY LINE EQUIPMENT OPERATOR $40.40 4A 5A JACKHAMMER OPERATOR $31.13 4A 5A JOURNEY LEVEL LINEPERSON $40.40 4A 5A LINE EQUIPMENT OPERATOR $34.44 4A 5A POLE SPRAYER $40.40 4A 5A POWDERPERSON $31.13 4A 5A ELECTRONIC & TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $12.07 1 ELEVATOR CONSTRUCTORS CONSTRUCTOR $31.29 4A 6Q MECHANIC $42.25 4A 6Q MECHANIC IN CHARGE $46.63 4A 6Q PROBATIONARY CONSTRUCTOR $16.27 4A 60 iii FENCE ERECTORS FENCE ERECTOR $24.62 1 FLAGGERS JOURNEY LEVEL $24.99 1M 5D GLAZIERS JOURNEY LEVEL $35.96 2E 5G HEAT & FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $35.93 1 F 5C HOD CARRIERS & MASON TENDERS JOURNEY LEVEL $30.15 1M 5D INLAND BOATMEN ASSISTANT ENGINEER K 5D CHIEF ENGINEER $300 .5 1K 5D COOK $26.58 1K 5D DECK ENGINEER, ABLE SEAMAN, OILER $26.58 1K 5D DECKHAND $26.17 1K 5D FIRST MATE $30.80 1K 5D MASTER $33.74 1 K 5D MATE, LAUNCH OPERATOR $28.83 1K 5D MESSMAN $21.96 1 K 5D ORDINARY SEAMAN $23.28 1 K 5D INSULATION APPLICATORS JOURNEY LEVEL $35.15 1 M 5D IRONWORKERS JOURNEY LEVEL $37.17 1B 5A LABORERS ASPHALT RAKER $30.15 1M 5D BALLAST REGULATOR MACHINE $29.67 1M 5D BATCH WEIGHMAN $24.99 1M 5D CARPENTER TENDER $29.67 1M 5D CASSION WORKER $30.51 1M 5D CEMENTDUMPER/PAVING $30.15 1M 5D CEMENT FINISHER TENDER $29.67 1M 5D CHIPPING GUN (OVER 30 LBS) $30.15 1M 5D CHIPPING GUN (UNDER 30 LBS) $29.67 1 M 5D CHUCK TENDER $29.67 1 M 5D CLEAN -UP LABORER $29.67 1M 5D CONCRETE FORM STRIPPER $29.67 1M 5D CONCRETE SAW OPERATOR $30.15 1M 5D CRUSHER FEEDER $24.99 1M 5D CURING LABORER $29.67 1M 5D DEMOLITION, WRECKING & MOVING (INCLUDING CHARRED MATERIALS) $29.67 1M 5D DITCH DIGGER $29.67 1M 5D DIVER $30.51 1M 5D Page 2'' +rr w KING COUNTY go Effective 03 -03 -02 (See Benefit Code Key) Over rr PREVAILING Time Holiday Note Classification WAGE Code Code ode 4Om DRILL OPERATOR (HYDRAULIC, DIAMOND) $30.15 IM 5D DRILL OPERATOR, AIRTRAC $30.51 1M 5D DUMPMAN $29.67 1M 5D FALLERBUCKER, CHAIN SAW $30.15 1M 5D FINAL DETAIL CLEANUP (i.e., dusting, vacuuming, window cleaning; NOT $22.67 1M 5D Mw construction debris cleanup) FINE GRADERS $29.67 1M 5D FIRE WATCH $29.67 1M 5D FORM SETTER $29.67 1M 5D wrr GABION BASKET BUILDER $29.67 1M 5D GENERAL LABORER $29.67 1M 5D GRADE CHECKER & TRANSIT PERSON $30.15 IM 5D GRINDERS $29.67 1M 5D ow GROUT MACHINE TENDER $29.67 1M 5D HAZARDOUS WASTE WORKER LEVEL A $30.51 IM 5D HAZARDOUS WASTE WORKER LEVEL B $30.15 1M 5D HAZARDOUS WASTE WORKER LEVEL C $29.67 IM 5D HIGH SCALER $30.51 1M 5D HOD CARRIER/MORTARMAN $30.15 1M 5D JACKHAMMER $30.15 1M 5D LASER BEAM OPERATOR $30.15 IM 5D MINER $30.51 1M 5D NOZZLEMAN, CONCRETE PUMP, GREEN CUTTER WHEN USING HIGH $30.15 1M 5D PRESSURE AIR & WATER ON CONCRETE & ROCK, SANDBLAST, GUNITE, SHOTCRETE, WATER BLASTER PAVEMENT BREAKER $30.15 1M 5D PILOT CAR $24.99 1M 5D PIPE RELINER (NOT INSERT TYPE) $30.15 1M 5D PIPELAYER & CAULKER $30.15 1M 5D PIPELAYER & CAULKER (LEAD) $30.51 IM 5D PIPEWRAPPER $30.15 1M 5D POTTENDER $29.67 1M 5D POWDERMAN $30.51 1M 5D POWDERMAN HELPER $29.67 1M 5D r` POWERJACKS $30.15 1M 5D RAILROAD SPIKE PULLER (POWER) $30.15 1M 5D RE- TIMBERMAN $30.51 1M 5D RIPRAP MAN $29.67 1M 5D. SIGNALMAN $29.67 1M 5D SLOPER SPRAYMAN $29.67 1M 5D SPREADER (CLARY POWER OR SIMILAR TYPES) $30.15 1M 5D SPREADER (CONCRETE) $30.15 1M 5D aw STAKE HOPPER $29.67 1M 5D STOCKPILER $29.67 1M 5D TAMPER & SIMILAR ELECTRIC, AIR & GAS $30.15 1M 5D TAMPER (MULTIPLE & SELF PROPELLED) $30.15 1M 5D am TOOLROOM MAN (AT JOB SITE) $29.67 1M 5D TOPPER - TAILER $29.67 1M 5D TRACK LABORER $29.67 1M 5D TRACK LINER (POWER) $30.15 1M 5D �rwr TUGGER OPERATOR $30.15 1M 5D VIBRATING SCREED (AIR, GAS, OR ELECTRIC) $29.67 1M 5D VIBRATOR $30.15 1M 5D WELDER $29.67 1M 5D WELL -POINT LABORER $30.15 1M 5D LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS $11.07 1 Page 3 w KING COUNTY Effective 03 -03 -02 *+ rr, rw*«************+ r•****+ r+ r, r, r, t, t*, r, r**, r, rw�, r, r, r**, r, r*, rw**, r, r*, r, rw*, e, r, rw, e*, r**, r*+ r,+ w* w*, t, r** ,r,►,►w+r * * « * * * * * * * * * * * * * * * * * ** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS LANDSCAPING OR PLANTING LABORERS LATHERS JOURNEY LEVEL PAINTERS JOURNEY LEVEL PLASTERERS JOURNEY LEVEL PLUMBERS & PIPEFITTERS JOURNEY LEVEL POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS BACKHOE, EXCAVATOR, SHOVEL (3 YD & UNDER) BACKHOE, EXCAVATOR, SHOVEL (OVER 3 YD & UNDER 6 YD) BACKHOE, EXCAVATOR, SHOVEL (6 YD AND OVER WITH ATTACHMENTS) BACKHOES, (75 HP & UNDER) BACKHOES, (OVER 75 HP) BARRIER MACHINE (ZIPPER) BATCH PLANT OPERATOR, CONCRETE BELT LOADERS (ELEVATING TYPE) BOBCAT BROOMS BUMP CUTTER CABLEWAYS CHIPPER COMPRESSORS CONCRETE FINISH MACHINE - LASER SCREED CONCRETE PUMPS CONCRETE PUMP -TRUCK MOUNT WITH BOOM ATTACHMENT CONVEYORS CRANES, THRU 19 TONS, WITH ATTACHMENTS CRANES, 20 - 44 TONS, WITH ATTACHMENTS CRANES, 45 TONS - 99 TONS, UNDER 150 FT OF BOOM (INCLUDING JIB WITH ATACHMENTS) CRANES, 100 TONS - 199 TONS, OR 150 FT OF BOOM (INCLUDING JIB WITH ATTACHMENTS) CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM (INCLUDING JIB WITH ATTACHMENTS) CRANES, A- FRAME, 10 TON AND UNDER CRANES, A- FRAME, OVER 10 TON CRANES, OVER 300 TONS, OR 300' OF BOOM INCLUDING JIB WITH ATTACHMENTS CRANES, OVERHEAD, BRIDGE TYPE (20 - 44 TONS) CRANES, OVERHEAD, BRIDGE TYPE (45 - 99 TONS) CRANES, OVERHEAD, BRIDGE TYPE (100 TONS & OVER) CRANES, TOWER CRANE UP TO 175' IN HEIGHT, BASE TO BOOM CRANES, TOWER CRANE OVER 175' IN HEIGHT, BASE TO BOOM CRUSHERS DECK ENGINEER/DECK WINCHES (POWER) DERRICK, BUILDING DOZERS, D -9 & UNDER DRILL OILERS - AUGER TYPE, TRUCK OR CRANE MOUNT DRILLING MACHINE ELEVATOR AND MANLIFT, PERMANENT AND SHAFT -TYPE EQUIPMENT SERVICE ENGINEER (OILER) FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP FORK LIFTS, (3000 LBS AND OVER) FORK LIFTS, (UNDER 3000 LBS) Page 4 $10.63 1 $8.42 1 $34.94 1M 5D $28.63 2B 5A $35.63 1R 5A $44.76 1G 5A $33.59 IT 5D 8L $36.05 IT 5D 8L $36.49 IT 5D 8L $36.99 IT 5D 8L $35.69 IT 5D 8L $36.05 IT 5D 8L $36.05 IT 5D 8L I $36.05 IT 5D 8L $35.69 IT 5D 8L $33.59 IT 5D 8L $33.59 IT 5D 8L $36.05 IT 5D 8L $36.49 IT 5D 8L $36.05 IT 5D 8L $33.59 IT 5D 8L $33.59 IT 5D 8L $35.69 IT 5D 8L $36.05 IT 5D 8L $35.69 IT 5D 8L $35.69 IT 5D 8L $36.05 IT 5D 8L $36.49 IT 5D 8L $36.99 1T 5D 8L $37.49 1T 5D 8L $33.59 IT 5D 8L $35.69 1T 5D 8L $37.99 1T 5D 8L $36.05 1T 5D 8L $36.49 1T 5D 8L $36.99 1T 5D 8L $36.99 IT 5D 8L $37.49 1T 5D 8L $36.05 1T 5D 8L $36.05 1T 5D 8L $36.49 1T 5D 8L $35.69 1T 5D 8L $35.69 1T 5D 8L $36.05 1T 5D 8L $33.59 1T 5D 8L $35.69 1T 5D 8L $36.05 1T 5D 8L $35.69 1T 5D 8L $33.59 1T 5D 8L to D ow mw KING COUNTY aw Effective 03 -03-02 ,►. * *ww « *: **, r, r.,ryr• *wr « * *. *,r *w,rir * *,er *.* * *.,r* * *w * * * : « *+r+r* r * * *,r * « « *+n►,r * * * *,r * *,r,r,r *mew *,► *w *+r *,r* *. * * * * «. * *.,r,e,►,re ** (See Benefit Code Key) Over err PREVAILING Time Holiday Note Classification WAGE Code Code Code ,w GRADE ENGINEER $35.69 IT 5D 8L GRADECHECKER AND STAKEMAN $33.59 IT 5D 8L HOISTS, OUTSIDE (ELEVATORS AND MANLIFTS), AIR TUGGERS $35.69 IT 5D 8L HORIZONTALIDIRECTIONAL DRILL LOCATOR $35.69 IT 5D 8L *w HORIZONTALIDIRECTIONAL DRILL OPERATOR $36.05 IT 5D 8L HYDRALIFTSBOOM TRUCKS (10 TON & UNDER) $33.59 IT 5D 8L HYDRALIFTSBOOM TRUCKS (OVER 10 TON) $35.69 IT 5D 8L LOADERS, OVERHEAD (6 YD UP TO 8 YD) $36.49 IT 5D 8L LOADERS, OVERHEAD (8 YD & OVER) $36.99 IT 5D 8L 1w LOADERS, OVERHEAD (UNDER 6 YD), PLANT FEED $36.05 IT 5D 8L LOCOMOTIVES, ALL $36.05 IT 5D 8L MECHANICS, ALL $36.05 IT 5D 8L MIXERS, ASPHALT PLANT $36.05 IT 5D 8L aw MOTOR PATROL GRADER (FINISHING) $36.05 IT 5D 8L MOTOR PATROL GRADER (NON - FINISHING) $35.69 IT 5D 8L MUCKING MACHINE, MOLE, TUNNEL DRILL AND /OR SHIELD $36.49 IT 5D 8L OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING $33.59 IT 5D 8L wo OPERATOR PAVEMENT BREAKER $33.59 IT 5D 8L PILEDRIVER (OTHER THAN CRANE MOUNT) $36.05 IT 5D 8L PLANT OILER (ASPHALT CRUSHER) $35.69 IT 5D 8L 4wr POSTHOLE DIGGER, MECHANICAL $33.59 IT 5D 8L POWER PLANT $33.59 IT 5D 8L PUMPS, WATER $33.59 IT 5D 8L QUAD 9, D-10, AND HD -41 $36.49 IT 5D 8L rr REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING EQUIP $36.49 IT 5D 8L RIGGER AND BELLMAN $33.59 IT 5D 8L ROLLAGON $36.49 IT 5D 8L ROLLER, OTHER THAN PLANT ROAD MIX $33.59 IT 5D 8L ww ROLLERS, PLANTMIX OR MULTILIFT MATERIALS $35.69 IT 5D 8L ROTO -MILL, ROTO- GRINDER $36.05 IT 5D 8L SAWS, CONCRETE $35.69 IT 5D 8L SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING $36.05 IT 5D 8L OFF -ROAD EQUIPMENT ( UNDER 45 YD) *, SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING $36.49 IT 5D 8L OFF -ROAD EQUIPMENT (45 YD AND OVER) SCRAPERS, CONCRETE AND CARRY ALL $35.69 IT 5D 8L SCREED MAN $36.05 IT 5D 8L *w SHOTCRETE GUNITE $33.59 IT 5D 8L SLIPFORM PAVERS $36.49 IT 5D 8L SPREADER, TOPSIDE OPERATOR - BLAW KNOX $36.05 IT 5D 8L SUBGRADE TRIMMER $36.05 IT 5D 81. wo TRACTORS, (75 HP & UNDER) $35.69 IT 5D 8L TRACTORS, (OVER 75 HP) $36.05 IT 5D 8L TRANSFER MATERIAL SERVICE MACHINE $36.05 IT 5D 8L TRANSPORTERS, ALL TRACK OR TRUCK TYPE $36.49 IT 5D 8L w1► TRENCHING MACHINES $35.69 IT 5D 8L TRUCK CRANE OILER/DRIVER ( UNDER 100 TON) $35.69 IT 5D 8L TRUCK CRANE OILER/DRIVER (100 TON & OVER) $36.05 IT 5D 8L WHEEL TRACTORS, FARMALL TYPE $33.59 IT 5D 8L r�r YO YO PAY DOZER $36.05 IT 5D 8L POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $29.97 4A 5A SPRAY PERSON $28.35 4A 5A TREE EQUIPMENT OPERATOR $28.75 4A 5A TREE TRIMMER $26.62 4A 5A TREE TRIMMER GROUNDPERSON $19.48 4A 5A Page 5 mw Page 6 KING COUNTY Effective 03 -03 -02 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code REFRIGERATION & AIR CONDITIONING MECHANICS MECHANIC $43.46 1G 5A ROOFERS JOURNEY LEVEL $32.53 1R 5A USING IRRITABLE BITUMINOUS MATERIALS $35.53 1R 5A SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) $39.68 1.1 61. SIGN MAKER $16.84 1 SIGN MAKER $15.61 1 SOFT FLOOR LAYERS JOURNEY LEVEL $30.60 16 5A SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL $12.44 1 5S SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL $42.48 1B 5C SURVEYORS CHAIN PERSON $9.35 1 INSTRUMENT PERSON $11.40 1 PARTY CHIEF $13.40 1 TELEPHONE LINE CONSTRUCTION - OUTSIDE CABLE SPLICER $24.74 26 5A HOLE DIGGERIGROUND PERSON $13.18 2B 5A INSTALLER (REPAIRER) $23.66 2B 5A JOURNEY LEVEL TELEPHONE LINEPERSON $22.91 2B 5A SPECIAL APPARATUS INSTALLER 1 $24.74 2B 5A SPECIAL APPARATUS INSTALLER 11 $24.21 2B 5A TELEPHONE EQUIPMENT OPERATOR (HEAVY) $24.74 2B 5A TELEPHONE EQUIPMENT OPERATOR (LIGHT) $22.91 213 5A TELEVISION GROUND PERSON $12.42 26 5A TELEVISION LINEPERSON/INSTALLER $17.02 2B 5A TELEVISION SYSTEM TECHNICIAN $20.54 2B 5A TELEVISION TECHNICIAN $18.33 213 5A TREE TRIMMER $22.91 2B 5A TERRAZZO WORKERS & TILE SETTERS JOURNEY LEVEL $32.83 1H 5A TILE, MARBLE & TERRAZZO FINISHERS FINISHER $26.66 1H 5A TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $27.67 1K 5A TRUCK DRIVERS ASPHALT MIX (TO 16 YARDS) $33.48 IT 5D 8L ASPHALT MIX (OVER 16 YARDS) $34.06 IT 5D 8L DUMP TRUCK $33.48 IT 5D 8L DUMP TRUCK & TRAILER $34.06 IT 5D 8L OTHER TRUCKS $34.06 IT 5D 8L TRANSIT MIXER $23.45 1 WELL DRILLERS & IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER $17.71 1 OILER $12.97 1 WELL DRILLER $17.68 1 Page 6 BENEFIT CODE KEY - EFFECTIVE 03 -03 -02 ow ! i!\i\► iitft\l ttttitiiifi► if• t► tti►• tiitiiiittt \t•f■ ♦Rtlt \ttti ♦tltttM ►lMt titllt ittii►►• fii lii \iiltMlRittt►tt ►i \ft \lttttt OVERTIME CODES OVERTIME CALCULATIONS ARE BASED ON THE HOURLY RATE ACTUALLY PAID TO THE WORKER. ON PUBLIC 'm 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 I. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE dw 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. a 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. �r 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 Mr 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 TIKES THE No 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. vw 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. go J. THE FIRST EIGHT (8) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. or 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 ,m 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 Mr 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 aw 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 - of 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. Mr ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT CHRISTMAS DAY) SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON CHRISTMAS DAY SHALL BE PAID AT TWO AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. or V BENEFIT CODE KEY - EFFECTIVE 03 -03 -02 S. ALL HOURS WORKED ON SUNDAYS BETWEEN THE HOURS OF 12:OOAM SUNDAY AND 6:00AM MONDAY AND ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. T. ALL HOURS WORKED ON SATURDAYS, EXCEPT MAKE -UP DAYS, SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED AFTER 6:OOPM SATURDAY TO 6:OOAM MONDAY AND ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. U. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. W. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS (EXCEPT MAKE -UP DAYS) SHALL BE PAID AT ONE AND ONE - HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. 2. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. A. THE FIRST SIX (6) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF SIX (6) HOURS ON SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. C. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. D. ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT STRAIGHT TIME IN ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. E. ALL HOURS WORKED ON SATURDAYS OR HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS OR ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. F. THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT THE STRAIGHT HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. G. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE -HALF TIMES THE HOURLY RATE OF WAGE INCLUDING HOLIDAY PAY. H. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE -HALF TIMES THE HOURLY RATE OF WAGE, INCLUDING THE HOLIDAY PAY. ALL HOURS WORKED ON UNPAID HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. M. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. 0. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY 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. HOLIDAY CODES 5. A. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7). 5. B. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY to D arr BENEFIT CODE KEY — EFFECTIVE 03 -03-02 —3— AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (8). C. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). D. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). G. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7). H. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, AND CHRISTMAS (6). I. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6). N. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' lw DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (9). O. PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6). Q. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (6). i+r 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 ir DAY, THANKSGIVING DAY, AND CHRISTMAS DAY (7). Im T. PAID HOLIDAYS: SEVEN (7) PAID HOLIDAYS. V. PAID HOLIDAYS: SIX (6) PAID HOLIDAYS. W. PAID HOLIDAYS: NINE (9) PAID HOLIDAYS. X. HOLIDAYS: AFTER 520 HOURS - NEW YEAR'S DAY, THANKSGIVING DAY AND CHRISTMAS DAY. AFTER 2080 HOURS im - NEW YEAR'S DAY, WASHINGTONS BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, CHRISTMAS DAY AND A FLOATING HOLIDAY (8). Y. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, PRESIDENTIAL ELECTION DAY, THANKSGIVING DAY, THE FRIDAY FOLLOWING THANKSGIVING DAY, AND CHRISTMAS DAY (8). Z. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). 6. A. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). C. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY, THE LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (9). D. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY BEFORE OR THE DAY AFTER CHRISTMAS DAY (9). H. HOLIDAYS: NEW YEAR'S DAY, MARTIN LUTHER KING JR. DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8). I. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING low 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) ow R BENEFIT CODE KEY - EFFECTIVE 03 -03 -02 -4- 6. Q. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY. UNPAID HOLIDAY: PRESIDENTS' DAY. 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'- $2.25 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 175' TO 250'- $5.50 PER FOOT FOR EACH FOOT OVER 175 FEET OVER 250'- DIVERS MAY NAME THEIR OWN PRICE, PROVIDED IT IS NO LESS THAN THE SCALE LISTED FOR 250 FEET C. THE STANDBY RATE OF PAY FOR DIVERS SHALL BE ONE -HALF TIMES THE DIVERS RATE OF PAY. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE: OVER 50' TO 100'- $1.00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100' TO 150'- $1.50 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 150' TO 200'- $2.00 PER FOOT FOR EACH FOOT OVER 150 FEET OVER 200'- DIVERS MAY NAME THEIR OWN PRICE D. WORKERS WORKING WITH SUPPLIED AIR ON HAZMAT PROJECTS RECEIVE AN ADDITIONAL $1.00 PER HOUR. L. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A: $0.75, LEVEL B: $0.50, AND LEVEL C: $0.25. M. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS: LEVELS A & B: $1.00, LEVELS C & D: $0.50. N. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - LEVEL A: $1.00, LEVEL B: $0.75, LEVEL C: $0.50, AND LEVEL D: $0.25. r e Washington State Department of Labor and Industries 4M Policy Statement (Regarding the Production of "Standard" or "Non- standard" Items) IM 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. 4M 10 $$1$$ Supplemental To Wage Rates 4W $$2$$ Page 1 1W Below is the department's (State L &I's) list of criteria to be used in determining whether a prefabricated item is "standard" or "non- standard ". For items not appearing on WSDOT's predetermined list, these criteria shall be used by the IM Contractor (and the Contractor's subcontractors, agents to subcontractors, suppliers, manufacturers, and fabricators) to determine coverage under RCW 39.12. The production, in the State of Washington, of non - standard items is covered by RCW 4W 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 4W 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 M under RCW 39.12. If not, go to question 3. 3. Is the item fabricated in an assembly /fabrication plant set up for, and dedicated primarily to, the public works project? If it is, the work is covered by RCW "" 39.12. If not, go to question 4. 4. Does the item require any assembly, cutting, modification or other fabrication by the supplier? If not, the work is not covered by RCW 39.12. If yes, go to 4W question 5. 5. Is the prefabricated item intended for the public works project typically an +W 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 rte, unusual characteristics such as shape, type of material, strength requirements, finish, etc? If yes, the work is covered under RCW 39.12. IM 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. 4M 10 $$1$$ Supplemental To Wage Rates 4W $$2$$ Page 1 1W 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 &1'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 -1 f, B- 23a, B -23b, B -23c, and B -23d. 2. Frame & Grate - frame and Grate for Catch Basin type X 1, 1 L, 1 P, 2, 3, 4 and Concrete Inlets. Cast frame may be grade 70 -36 steel, class 30 gray cast iron or grade 80 -55 -06 ductile 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. 3. Grate Inlet & Drop Inlet Frame & Grate - Frame and X Grate for Grate Inlets Type 1 or 2 or Drop Inlet. Angle iron frame to be cast into top of inlet. See Std. Plan B-4b or B-4h. Frames & Grates to be galvanized. 4. Concrete Pipe - Plain Concrete pipe and reinforced X concrete pipe Class 2 to 5 sizes smaller than 60 inch diameter. 5. Concrete Pipe - Plain Concrete pipe and reinforced X concrete pipe Class 2 to 5 sizes larger than 60 inch diameter. $$1$$ Supplemental To Wage Rates $$2$$ Page 2 R_ s I= Im YES NO 6. Corrugated Steel Pipe - Steel lock seam corrugated X pipe for culverts and storm sewers, sizes 30 inch to 120 inches in diameter. May also be treated, 1 thru 5. 7. Corrugated Aluminum Pipe - Aluminum lock seam X 00 corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in diameter. May also be treated, #5. VW 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. r 9. Aluminum Pedestrian Handrail - Pedestrian handrail X conforming to the type and material specifications set forth in the contract plans. Welding of aluminum shall be in accordance with Section 9- 28.15(3). 10. Major Structural Steel Fabrication - Fabrication of X major steel items such as trusses, beams, girders, etc., for bridges. 11. Minor Structural Steel Fabrication - Fabrication of X minor steel items such as special hangers, brackets, access doors for structures, access ladders for irrigation boxes, bridge expansion joint systems, etc., involving welding, cutting, punching and /or boring of holes. See Contact Plans for item description and shop drawings. 4W 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 W accordance with Section 9- 28.15(3). $$1$$ Supplemental To Wage Rates aw $$2$$ Page 3 W YES NO 13. Concrete Piling— Precast- Prestressed concrete piling for X use as 55 and 70 ton concrete piling. Concrete to conform to Section 9 -19.1 of Std. Spec.. Shop drawings for approval shall be provided per Section 6- 05.3(3) of the Std. Spec. 14. Manhole Type 1, 2, 3 and 4 - Precast Manholes with risers X and flat top slab and /or cones. See Std. Plans. 15. Drywell - Drywell as specified in Contract Plans. X 16. Catch Basin - Catch Basin type 1, 1 L, 1 P, 2, 3, and 4, X including risers, frames maybe cast into riser. See Std. Plans. 17. Precast Concrete Inlet - Concrete Inlet with risers, X frames may be cast into risers. See Std. Plans. 18. Drop Inlet Type 1 - Drop Inlet Type 1 with support X angles and grate. See Std. Plans B-4f and B-4h. 19. Drop Inlet Type 2 -Drop Inlet type 2 with support X angles and grate. See Std. Plans B-4g and B-4h. 20. Grate Inlet Type 2 - Grate Inlet Type 2 with risers and X top unit with bearing angles. 21. Precast Concrete Utility Vaults - Precast Concrete X utility vaults of various sizes. Used for in ground storage of utility facilities and controls. See Contract Plans for size and construction requirements. Shop drawings are to be provided for approval prior to casting. $$1$$ Supplemental To Wage Rates $$2$$ Page 4 w. YES NO 22. Vault Risers - For use with Valve Vaults and Utilities X Vaults. 23. Valve Vault - For use with underground utilities. See Contract Plans for details. X go 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 or permanent barrier. wo 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. am Fabrication at other locations may be approved, after facilities inspection, contact HQ. Lab. 26. Precast Concrete Walls - Precast Concrete Walls - X tilt -up wall panel in size and shape as shown in Plans. Fabrication plant has annual approval for methods and materials to be used. 27. Precast Railroad Crossings - Concrete Crossing Structure X Slabs. 28. 12, 18 and 26 inch Standard Precast Prestressed X 40 Girder - Standard Precast Prestressed Girder for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. IM See Std. Spec. Section 6- 02.3(25)c. $$1$$ Supplemental To Wage Rates 1W $$2$$ Page 5 M 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. 32. Prestressed -Bulb Tee Girder -Bulb Tee Prestressed X Girder for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6- 02.3(26)A. 33. Monument Case and Cover - To meet AASHTO -M -105 class X 30 gray iron casting. See Std. Plan H -7. 34. Cantilever Sign Structure - Cantilever Sign Structure X fabricated from steel tubing meeting AASHTO -M -183. See Std. Plans G-3, G -3a, and Contract Plans for details. The steel structure shall be galvanized after fabrication in accordance with AASHTO -M -111. 35. Mono-tube Sign Structures - Mono-tube Sign Bridge X fabricated to details shown in the Plans. Shop drawings for approval are required prior to fabrication. $$1$$ Supplemental To Wage Rates $$2$$ Page 6 A e s aw YES NO 36. Steel Sign Bridges - Steel Sign Bridges fabricated X from steel tubing meeting AASHTO -M -138 for Aluminum Alloys. See Std. Plans G-2, G2a, G-2b, and Contract Plans for details. The steel structure shall be galvanized after fabrication in accordance with AASHTO -M -111. 37. Steel Sign Post - Fabricated steel sign posts as detailed X in Std. Plan G-8. Shop drawings for approval are to be provided prior to fabrication. or 38. Light Standard - Prestressed -Spun, prestressed, hollow, X concrete poles. q. 39. Light Standards - Lighting Standards for use X on highway illumination systems, poles to be fabricated ow to conform with methods and materials as specified on Std. Plan J -1, J -1 a, and J -1 b. See Special Provisions for pre- approved drawings 40. Traffic Signal Standards - Traffic Signal Standards for X +.. use on highway and /or street signal systems. Standards to be fabricated to conform with methods and material as specified on Std. Plans J-1, J -7a, J -7c, and J -8. See Special Provisions for pre - approved drawings. 41. Traffic Curb, Type A or C Precast - Type A or C X w Precast traffic curb, for use in construction of raised channelization, and other traffic delineation uses such as parking lots, rest areas, etc. NOTE: ow Acceptance based on inspection of Fabrication Plant and an advance sample of curb section to be submitted for approval by Engineer. w. $$1$$ Supplemental To Wage Rates wr $$2$$ Page 7 or YES NO 42. Traffic Signs - Prior to approval of a Fabricator X X of Traffic Signs, the sources of the following customstd. signing materials must be submitted and approved msg msg for reflective sheeting, legend material, and aluminum sheeting. NOTE: *** Fabrication inspection required. Only signs tagged "Fabrication Approved" by WSDOT Sign Fabrication Inspector to be installed. 43. Cutting & bending reinforcing steel X 44. Guardrail components X X custom standard end sect. sect. 45. Aggregates /Concrete mixes Covered by WAC 296 - 127 -018 46. Asphalt Covered by WAC 296- 127 -018 47. Fiber fabrics X 48. Electrical wiring /components X 49. treated or untreated timber piles X 50. Girder pads (elastomeric bearing) X $$1$$ Supplemental To Wage Rates $$2$$ Page 8 aw ow .r aw fAr fAw 1w qw "w wr .r wr sw aw Mr 51. Standard Dimension lumber YES NO X 52. Irrigation components X 53. Fencing materials X 54. Guide Posts X 55. Traffic Buttons X 56. Epoxy X 57. Cribbing X 58. Water distribution materials X 59. Steel "H" piles X 60. Steel pipe for concrete pile casings X 61. Steel pile tips, standard X 62. Steel pile tips, custom X $$1$$ Supplemental To Wage Rates $$2$$ Page 9 WASHINGTON STATE PREVAILING WAGE RATES - EFFECTIVE 03/03/02 METAL FABRICATION (IN SHOP) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code Counties Covered: Adams, Asotin, Columbia, Douglas, Ferry, Franklin, Garfield Kittitas, Lincoln, Okanogan, Pend Oreille, Stevens, Walla Walla and Whitman Fitter 12.76 1 Welder 12.76 1 Machine Operator 12.66 1 Painter 10.20 1 Laborer 8.13 1 Counties Covered: Benton Welder 16.70 1 Machine Operator 10.53 1 Painter 9.76 1 Laborer 7.06 1 Counties Covered: Chelan Fitter 1504 1 Welder 12.24 1 Machine Operator 9.71 1 Painter 9.93 1 Laborer 8.77 1 Counties Covered: Clallam, Grays Harbor, Island, Jefferson, Lewis, Mason, Pacific, San Juan and Skagit Fitter 15.16 1 Welder 15.16 1 Machine Operator 10.66 1 Painter 11.41 1 Laborer 11.13 1 $$1$$ Supplemental To Wage Rates $$2$$ Page 10 r.r rrr +rr Yrr ar +rr ww rr ww wr rr titer rrr ow +rw 10 w fm METAL FABRICATION (IN SHOP) 03/03/02 Over PREVAILING Time Holiday Note Classification WAGE Code Code Code Counties Covered: Clark Layerout 23.06 11 6U Fitter 22.72 11 6U Welder 21.54 11 6U Painter 19.65 11 61.1 Machine Operator 17.08 11 61-11 Laborer 16.57 1.1 61.1 Counties Covered: Snohomish Fitter 15.38 1 Welder 15.38 1 Machine Operator 8.84 1 Painter 9.98 1 Laborer 9.79 1 1 R Counties Covered: Machine Operator Spokane Fitter 12.59 - 1 Welder 10.80 1 Machine Operator 13.26 1 Painter 10.27 1 Laborer 7.98 1 Counties Covered: Thurston Layerout 23.22 1 R 6T Fitter 21.29 1 R 6T Welder 19.34 1 R 6T Machine Operator 16.43 1 R 6T Laborer 13.52 1 R 6T Counties Covered: Whatcom Fitter/Welder 13.81 1 Machine Operator 13.81 1 Laborer 9.00 1 $$1$$ Supplemental To Wage Rates $$2$$ Page11 METAL FABRICATION (IN SHOP) 03/03/02 Over PREVAILING Time Holiday Note Classification WAGE Code Code Code Counties Covered: Yakima Fitter 12.00 1 Welder 11.32 1 Machine Operator 11.32 1 Painter 12.00 1 Laborer 10.31 1 Counties Covered: Cowlitz Fitter 22.39 1B 6V Welder 22.39 113 6V Machine Operator 22.39 1 B 6V Laborer 17.62 1 B 6V Counties Covered: Grant Fitter 10.79 1 Welder 10.79 1 Painter 7.45 - 1 Laborer Counties Covered: King Fitter 15.86 1 Welder 15.48 1 Machine Operator 13.04 1 Painter 11.10 1 Laborer 9.78 1 Counties Covered: Kitsap Fitter 26.96 1 Welder 13.83 1 Machine Operator 13.83 1 Laborer 6.90 1 $$1$$ Supplemental To Wage Rates $$2$$ Page 12 wr wr law wr wr wr aw wr fw +�r wr rr wo .r wr Uw wr 1. YAW METAL FABRICATION (IN SHOP) 03/03/02 Over PREVAILING Time Holiday Note Classification WAGE Code Code Code Counties Covered: Klickitat, Skamania and Wahkiakum Fitter/Welder 16.99 1 Machine Operator 17.21 1 Painter 17.03 1 Laborer 10.44 1 Counties Covered: Pierce Fitter 15.25 1 Welder 13.98 1 Machine Operator 13.98 1 Laborer 9.25 1 $$1$$ Supplemental To Wage Rates $$2$$ Page 13 WASHINGTON STATE PREVAILING WAGE RATES - EFFECTIVE 03/03/02 FABRICATED PRECAST CONCRETE PRODUCTS Counties Covered: Pierce All Classifications 10.00 1 Counties Covered: Chelan, Kittitas, Klickitat and Skamania All Classifications 8.61 1 Counties Covered: Clallam, Clark, Cowlitz, Grays Harbor, Island, Jefferson, Kitsap, Lewis, Mason, Pacific, San Juan, Skagit, Snohomish, Thurston, Wahkiakum All Classifications 13.50 1 $$1$$ Supplemental To Wage Rates $$2$$ Page 14 Over PREVAILING Time Holiday Note Classification WAGE Code Code Code Counties Covered: Adams, Asotin, Benton, Columbia, Douglas, Ferry, Franklin, Garfield, Grant, Lincoln, Okanogan, Pend Oreille, Stevens, Walla Walla, and Whitman All Classifications 9.96 1 Counties Covered: King Architectural and Prestressed Concrete All Classifications 11.05 1 All Other Concrete Products Maintenance 18.77 113 6S Operator 18.24 1B 6S Gunite 18.24 1B 6S Carpenter 18.77 1B 6S Fabricator 18.24 1B 6S Wet pour 17.99 1 B 6S Yard Patch 17.99 1B 6S Welder 18.24 1B 6S Clean Up 17.99 1B 6S Counties Covered: Pierce All Classifications 10.00 1 Counties Covered: Chelan, Kittitas, Klickitat and Skamania All Classifications 8.61 1 Counties Covered: Clallam, Clark, Cowlitz, Grays Harbor, Island, Jefferson, Kitsap, Lewis, Mason, Pacific, San Juan, Skagit, Snohomish, Thurston, Wahkiakum All Classifications 13.50 1 $$1$$ Supplemental To Wage Rates $$2$$ Page 14 No aw 4w rw 40 #rr ww qw ww sr tow qw wr ow err +rw ww iw 41W WASHINGTON STATE PREVAILING WAGE RATES - EFFECTIVE 03/03/02 FABRICATED PRECAST CONCRETE PRODUCTS Over PREVAILING Time Holiday Note Classification WAGE Code Code Code Counties Covered: Spokane Machine Operator Laborer Counties Covered: Yakima Craftsman Production Worker Laborer Counties Covered: Whatcom Rebar Concrete Finisher Carpenter Laborer $$1$$ Supplemental To Wage Rates $$2$$ Page 15 10.33 1 6.90 1 8.65 1 7.15 1 6.90 1 14.60 1 12.53 1 11.43 1 8.43 1 Washington State Department of Labor and Industries Policy Statements (Regarding Production and Delivery of Gravel, Concrete, Asphalt, etc.) The following two letters from the State Department of Labor and Industries (State L &I) dated August 18, 1992 and June 18, 1999, clarify the intent and establish policy for administrating the provisions of WAC 296- 127 -018 COVERAGE AND EXEMPTIONS OF WORKERS INVOLVED IN THE PRODUCTION AND DELIVERY OF GRAVEL, CONCRETE, ASPHALT, OR SIMILAR MATERIALS. Any firm with questions regarding the policy, these letters, or for determinations of covered and non - covered workers shall be directed to State L &I at (360) 902 -5330. Effective September 1, 1993, minimum prevailing wages for all work covered by WAC 296 - 127 -018 for the production and /or delivery of materials to a public works contract will be found under the regular classification of work for Teamsters, Power Equipment Operators, etc. $$1$$ Supplemental To Wage Rates $$2$$ Page 16 e e D rr ESAC DIVISION - TELEPHONE (206) 586 -6887 PO BOX 44540, OLYMPIA, WASHINGTON 98504 -4540 August 18, 1992 TO: All Interested Parties FROM: Jim P. Christensen Acting Industrial Statistician aw SUBJECT: Materials Suppliers - WAC 296- 127 -018 This memo is intended to provide greater clarity regarding the application of WAC aw 296- 127 -018 to awarding agencies, contractors, subcontractors, material suppliers and other interested parties. The information contained herein should not be construed to cover all possible scenarios which might require the payment of prevailing wage. The absence of a particular activity under the heading "" "PREVAILING WAGES ARE REQUIRED FOR" does not mean that the activity is not covered. No Separate Material Supplier Equipment Operator rates have been eliminated. For those cases where a production facility is set up for the specific purpose of supplying materials to a public works construction site, prevailing wage rates for operators of equipment such as crushers and batch plants can be found under Power Equipment Operators. PREVAILING WAGES ARE REQUIRED FOR: 1. Hauling materials away from a public works project site, including excavated materials, demolished materials, etc. 2. Delivery of materials to a public works project site using a method that involves r incorporation of the delivered materials into the project site, such as spreading, leveling, rolling, etc. 3. The production of materials at a facility that is established for the specific, but • not necessarily exclusive, purpose of supplying materials for a public works project. 4. Delivery of the materials mentioned in #3 above, regardless of the method of delivery. PREVAILING WAGES ARE NOT REQUIRED FOR: "" 1. The production of materials by employees of an established materials supplier, in a permanent facility, as well as the delivery of these materials, as long as delivery does not include incorporation of the materials into the job site. 2. Delivery of materials by a common or contract carrier, as long as delivery does not include incorporation of the materials into the job site. ,w 3. Production of materials for unspecified future use. go $$1$$ Supplemental To Wage Rates •• $$2$$ Page 17 >TA:p �4 4 � v 'n , is STATE OF WASHINGTON DEPARTMENT OF LABOR AND INDUSTRIES June 18, 1999 TO: Kerry S. Radcliff, Editor Washington State Register FROM: Gary Moore, Director Department of Labor and Industries SUBJECT: Notice re WAC 296- 127 -018, Coverage and exemptions of workers involved in the production and delivery of gavel, concrete, asphalt, or similar materials The department wishes to publish the following Notice in the next edition of the Washington State Register: NOTICE Under the current material supplier regulations, WAC 296 - 127 -018, the department takes the position that prevailing wages do not apply to the delivery of wet concrete to public works sites, unless the drivers do _ something more than just deliver the concrete. Drivers delivering concrete into a crane and bucket, hopper of a pump truck, or forms or footings, are not entitled to prevailing wages unless they operate machinery or use tools that screed, float, or put a finish on the concrete. This position applies only to the delivery of wet concrete. It does not extend to the delivery of asphalt, sand, gravel, crushed rock, or other similar materials covered under WAC 296 - 127 -018. The department's position applies only to this regulation. If you need additional information regarding this matter, please contact Greg Mowat, Program Manager, Employment Standards, at P.O. Box 44510, Olympia, WA 98504 -4510, or call (360) 902 -5310. Please publish the above Notice in WSR 99 -13. If you have questions or need additional information, please call Selwyn Walters at 902 -4206. Thank you. Cc: Selwyn Walters, Rules Coordinator Patrick Woods, Assistant Director Greg Mowat, Program Manager $$1$$ Supplemental to Wage Rates $$2$$ 18 e e D WA020001 Modification 3 Federal Wage Determinations 1 GENERAL DECISION WA020001 03/29/02 WA1 General Decision Number WA020001 Superseded General Decision No. WA010001 dw State: Washington so Construction Type: DREDGING HEAVY HIGHWAY aw County(ie s): STATEWIDE ow HEAVY AND HIGHWAY AND DREDGING CONSTRUCTION PROJECTS (Excludes D.O.E. Hanford Site in Benton and Franklin Counties) Modification Number Publication Date aw 0 03/01/2002 1 03/08/2002 2 03/15/2002 3 03/29/2002 aw COUNTY(ies): STATEWIDE go CARP0001W 06/01/2001 Rates Fringes COLUMBIA RIVER AREA - ADAMS, BENTON, COLUMBIA, DOUGLAS (EAST OF r+� THE 120TH MERIDIAN), FERRY, FRANKLIN, GRANT, OKANOGAN (EAST OF THE 120TH MERIDIAN) AND WALLA WALLA COUNTIES CARPENTERS: Wr GROUP 1: 23.18 6.00 GROUP 2: 24.29 6.00 GROUP 3: 23.45 6.00 GROUP 4: 23.18 6.00 go GROUP 5: 57.45 6.00 GROUP 6: 25.56 6.00 SPOKANE AREA: ASOTIN, GARFIELD, LINCOLN, PEND OREILLE, SPOKANE, STEVENS AND WHITMAN COUNTIES CARPENTERS: GROUP 1: 22.51 6.00 GROUP 2: 23.61 6.00 GROUP 3: 22.77 6.00 GROUP 4: 22.51 6.00 so GROUP 5: 55.78 6.00 GROUP 6: 24.82 6.00 WA020001 Modification 3 Federal Wage Determinations 1 �fl CARPENTERS CLASSIFICATIONS GROUP 1: Carpenter; Burner - Welder; Rigger and Signaler; Insulators (all types), Acoustical, Drywall and Metal Studs, Metal Panels and Partitions; Floor Layer, Sander, Finisher and Astro Turf; Layout Carpenters; Form Builder; Rough Framer; Outside or Inside Finisher, including doors, windows, and jams; Sawfiler; Shingler (wood, composition) Solar, Fiberglass, Aluminum or Metal; Scaffold Erecting and Dismantling; Stationary Saw -Off Bearer; Wire, Wood and Metal Lather Applicator GROUP 2: Millwright, machine erector GROUP 3: Piledriver - includes driving, pulling, cutting, placing collars, setting, welding, or creosote treated material, on all piling GROUP 4: Bridge, dock and wharf carpenters GROUP 5: Divers GROUP 6: Divers Tender DEPTH PAYY FOR DIVERS: Each foot over 50 -100 feet $1.00 Each foot over 100 -175 feet 2.25 Each foot over 175 -250 feet 5.50 HAZMAT PROJECTS Anyone working on a HAZMAT job (task), where HAZMAT certification is required, shall be compensated at a premium, in addition to the classification working in as follows: LEVEL D + $.25 per hour - This is the lowest level of protection. No respirator is used and skin protection is minimal. LEVEL C + $.50 per hour - This level uses an air purifying respirator or additional protective clothing. LEVEL B + $.75 per hour - Uses same respirator protection as Level A. Supplied air line is provided in conjunction with a chemical "splash suit ". LEVEL A +$1.00 per hour - This level utilizes a fully encapsulated suit with a self- contained breathing apparatus or a supplied air line. --------- ------------------ ----------------- ------------ - - - - -- -- WA020001 Modification 3 2 Federal Wage Determinations Elm as CARP00030 12/01/2001 Rates Fringes SOUTHWEST WASHINGTON: CLARK, COWLITZ, KLICKITAT, LEWIS(Piledriver only), PACIFIC (South of a straight line made by we extending the north boundary line of Wahkiakum County west to Willapa Bay to the Pacific Ocean), SKAMANIA AND WAHKIAKUM COUNTIES and INCLUDES THE ENTIRE PENINSULA WEST OF WILLAPA BAY SEE ZONE DESCRIPTION FOR CITIES BASE POINTS ZONE 1: �+ CARPENTERS; ACOUSTICAL 26.83 8.29 DRYWALL 26.83 8.29 FLOOR LAYERS & FLOOR FINISHERS (the laying of all hardwood floors nailed and mastic set, parquet and wood -type tiles, and block floors, the sanding and finishing of floors, the preparation of old and new ar floors when the materials mentioned above are to be installed); INSULATORS (fiberglass and similar irritating materils 26.98 8.29 MILLWRIGHTS 27.33 8.29 PILEDRIVERS 27.33 8.29 DIVERS 63.75 8.29 as DIVERS TENDERS 29.33 8.29 DEPTH PAY 50 TO 100 FEET $1.00 PER FOOT OVER 50 FEET +� 100 TO 150 FEET 1.50 PER FOOT OVER 100 FEET 150 TO 200 FEET 2.00 PER FOOT OVER 150 FEET Zone Differential (Add up Zone 1 rates): �r Zone 2 - $0.85 Zone 3 - 1.25 Zone 4 - 1.70 Zone 5 - 2.00 Zone 6 - 3.00 WA020001 Modification 3 Federal Wage Determinations 3 BASEPOINTS: ASTORIA, LONGVIEW, PORTLAND, THE DALLES, AND VANCOUVER, (NOTE: All dispatches for Washington State Counties: Cowlitz, Wahkiakum and Pacific shall be from Longview Local #1707 and mileage shall be computed from that point.) ZONE 1: Projects located within 30 miles of the respective city hall of the above mentioned cities ZONE 2: Projects located more than 30 miles and less than 40 miles of the respective city of the above mentioned cities ZONE 3: Projects located more than 40 miles and less than 50 miles of the respective city of the above mentioned cities ZONE 4: Projects located more than 50 miles and less than 60 miles of the respective city of the above mentioned cities. ZONE 5: Projects located more than 60 miles and less than 70 miles of the respective city of the above mentioned cities ZONE 6: Projects located more than 70 miles of the respected city of the above mentioned cities --------------------------- ----------------- -------------- - - - - -- CARP0770D 12/01/2001 Rates Fringes WESTERN WASHINGTON: CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS (excludes piledrivers only), MASON, PACIFIC (North of a straight line made by extending the north boundary line of Wahkiakum County west to the Pacific Ocean), PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES CARPENTERS AND DRYWALL APPLICATORS 27.54 7.61 CARPENTERS ON CREOSOTE MATERIAL 27.82 7.61 SAWFILERS, STATIONARY POWER SAW OPERATORS, FLOOR FINISHER, FLOOR LAYER, SHINGLER, FLOOR SANDER OPERATOR AND OPERATORS OF OTHER STATIONARY WOOD WORKING TOOLS 27.67 7.61 MILLWRIGHT AND MACHINE ERECTORS 28.54 7.61 ACOUSTICAL WOKRERS 27.70 7.61 PILEDRIVER, DRIVING, PULLING, CUTTING, PLACING COLLARS, SETTING, WELDING OR CRESOTE TREATED MATERIAL, ALL PILING 27.74 7.61 PILEDRIVER, BRIDGE, DOCK & WHARF CARPENTERS 27.54 7.61 DIVERS 67.96 7.61 DIVERS TENDER 30.24 7.61 WA020001 Modification 3 4 Federal Wage Determinations ON= WA020001 Modification 3 Federal Wage Determinations ONE - 5 (HOURLY ZONE PAY APPLICABLE TO ALL CLASSIFICATIONS EXCEPT MILLWRIGHT AND PILEDRIVER) Hourly Zone Pay shall be paid on jobs located outside of the free zone computed from the city center of the following listed cities: Seattle Olympia Bellingham rr Auburn Bremerton Anacortes Renton Shelton Yakima Aberdeen - Hoquiam Tacoma Wenatchee Ellensburg Everett Port Angeles Centralia Mount Vernon Sunnyside Chelan Pt. Townsend ttr Zone Pay 0 -25 radius miles Free 25 -35 radius miles $1.00 /hour 35 -45 radius miles $1.15 /hour trr 45 -55 radius miles $1.35 /hour Over 55 radius miles $1.55 /hour (HOURLY ZONE PAY - MILLWRIGHT AND PILEDRIVER ONLY) grit Hourly Zone Pay shall be computed from Seattle Union Hall, Tacoma City center, and Everett City center trr Zone Pay 0 -25 radius miles Free 25 -45 radius miles $ .70 /hour w Over 45 radius miles $1.50 /hour CENTRAL WASHINGTON: CHELAN, DOUGLAS (WEST OF THE 120TH MERIDIAN), KITTITAS, OKANOGAN (WEST OF THE 120TH MERIDIAN) AND YAKIMA COUNTIES CARPENTERS AND DRYWALL APPLICATORS 20.72 7.47 CARPENTERS ON CREOSOTED MATERIAL 20.82 7.47 to SAWFILERS, STATIONARY POWER S37 OPERATORS, FLOOR FINISHER, FLOOR LAYER, SHINGLERS, FLOOR SANDER OPERATORS 20.85 7.47 ryr MILLWRIGHT AND MACHINE ERECTORS 28.22 7.47 PILEDRIVER, DRIVING, PULLING, CUTTING, PLACING COLLARS, yr SETTING, WELDING OR CRESOTE TREATED MATERIAL, ALL PILING- 27.42 7.47 PILEDRIVER, BRIDGE DOCK AND WHARF CARPENTERS 27.22 7.47 DIVERS 65.81 6.62 DIVERS TENDER 29.28 6.62 WA020001 Modification 3 Federal Wage Determinations ONE - 5 (HOURLY ZONE PAY APPLICABLE TO ALL CLASSIFICATIONS EXCEPT MILLWRIGHT AND PILEDRIVER) Hourly Zone Pay shall be paid on jobs located outside of the free zone computed from the city center of the following listed cities: Seattle Olympia Bellingham Auburn Bremerton Anacortes Renton Shelton Yakima Aberdeen - Hoquiam Tacoma Wenatchee Ellensburg Everett Port Angeles Centralia Mount Vernon Sunnyside Chelan Pt. Townsend Zone Pay 0 -25 radius miles Free 25 -35 radius miles $1.00 /hour 35 -45 radius miles $1.15 /hour 45 -55 radius miles $1.35 /hour Over 55 radius miles $1.55 /hour (HOURLY ZONE PAY - MILLWRIGHT AND PILEDRIVER ONLY) Hourly Zone Pay shall be computed from Seattle Union Hall, Tacoma City center, and Everett City center Zone Pay 0 -25 radius miles Free 25 -45 radius miles $ .70 /hour Over 45 radius miles $1.50 /hour --------------------------- ----------------- -------------- - - - - -- WA020001 Modification 3 6 Federal Wage Determinations r aw ELECO046A 06/04/2001 Rates Fringes CALLAM, JEFFERSON, KING AND KITSAP COUNTIES ELECTRICIANS 31.50 3% +8.88 r CABLE SPLICERS --------- ------------------ ----------------- 34.65 ------------------ 3% +8.88 -- ELECO048C 01/01/2002 Rates Fringes CLARK, KLICKITAT AND SKAMANIA COUNTIES us ELECTRICIANS 30.20 3% +11.00 CABLE SPLICERS --------- ------------------ ----------------- 30.45 ------------------ 3% +11.00 -- to ELECO073A 01/01/2002 Rates Fringes ADAMS, FERRY, LINCOLN, PEND OREILLE, SPOKANE, STEVENS, WHITMAN COUNTIES trr ELECTRICIANS 23.82 3% +9.58 CABLE SPLICERS 24.22 3% +9.58 ■r --------- ------------------ ----------------- ------------ - - - - -- -- ELECO076B 07/01/2001 Rates Fringes do GRAYS HARBOR, LEWIS, MASON, PACIFIC, PIERCE, AND THURSTON COUNTIES mr ELECTRICIANS 28.29 3% +10.32 CABLE SPLICERS --------- ------------------ ----------------- 31.12 ------------------ 3% +10.32 -- me ELECO077C 02/01/2002 Rates Fringes LINE CONSTRUCTION: CABLE SPLICERS 35.44 3.875 %+7.20 wo LINEMEN, POLE SPRAYERS, HEAVY LINE EQUIPMENT MAN 31.96 3.875% +7.20 LINE EQUIPMENT MEN 27.91 3.875% +5.45 POWDERMEN, JACKHAMMERMEN 24.72 3.875% +5.45 rrs GROUNDMEN 23.27 3.875% +5.45 TREE TRIMMER --------- ------------------ ----------------- 22.46 ------------------ 3.875% +5.45 -- ■r ELECO112E 12/01/2000 Rates Fringes ASOTIN, BENTON, COLUMBIA, FRANKLIN, GARFIELD, KITTITAS, WALLA WALLA, YAKIMA COUNTIES ELECTRICIANS 27.75 3 %+6.93 CABLE SPLICERS 29.14 3% +6.93 to---------------------------------------------------------- - - - - -- WA020001 Modification 3 Federal Wage Determinations ow %I ELECO191C 08/31/2001 Rates Fringes ISLAND, SAN JUAN, SNOHOMISH, SKAGIT AND WHATCOM COUNTIES ELECTRICIANS 29.66 3% +8.33 CABLE SPLICERS 33.23 39.+8.33 ELECO191D 08/31/2001 Rates Fringes CHELAN, DOUGLAS, GRANT AND OKANOGAN COUNTIES ELECTRICIANS 26.66 3% +8.03 CABLE SPLICERS 29.33 3% +8.03 --------- ------------------ ----------------- -------------- - - - - -- ELEC0970A 01/01/2002 Rates Fringes COWLITZ AND WAHKIAKUM COUNTIES ELECTRICIANS 27.55 3% +8.75 CABLE SPLICERS 30.31 3% +8.75 --------- ------------------ ----------------- -------------- - - - - -- ENGI0302E 06/01/2001 Rates Fringes CHELAN (WEST OF THE 120TH MERIDIAN), CLALLAM, DOUGLAS (WEST OF THE 120TH MERIDIAN), GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, KITTITAS, MASON, OKANOGAN (WEST OF THE 120TH MERIDIAN), SAN JUAN, SKAGIT, SNOHOMISH, WHATCOM AND YAKIMA (WEST OF THE 120TH MERIDIAN) COUNTIES PROJECTS CATEGORY A PROJECTS (excludes Category B projects, as show below) POWER EQUIPMENT OPERATORS: Zone 1 (0 -25 radius miles): GROUP 1AAA 29.61 8.38 GROUP 1AA 29.11 8.38 GROUP lA 28.61 8.38 GROUP 1 28.11 8.38 GROUP 2 27.67 8.38 GROUP 3 27.31 8.38 GROUP 4 25.21 8.38 Zone 2 (26 -45 radius miles) - Add $ .70 to Zone 1 rates Zone 3 (Over 45 radius miles) - Add $1.00 to Zone 1 rates BASEPOINTS: Bellingham, Mount Vernon, Kent, Port Angeles, Port Townsend, Aberdeen, Shelton, Bremerton, Wenatchee, Yakima, Seattle, Everett WA020001 Modification 3 Federal Wage Determinations 8 A a r 'W POWER EQUIPMENT OPERATORS CLASSIFICATIONS r E GROUP 1AAA - Cranes -over 300 tons or 300 ft. of boom (including job with attachments) rrr GROUP 1AA - Cranes - 200 tons to 300 tons or 250 ft. of boom (including jib and attachments); Tower crane over 175 ft. in y height, base to boom GROUP lA - Cranes - 100 tons thru 199 tons or 150' of boom (including jib with attachments); Crane - overhead, bridge type, dw 100 tons and over; Tower crane up to 175 ft. in height base to boom; Loader - overhead, 8 yards and over; Shovel, excavator, backhoes -6 yards and over with attachments MW GROUP 1 - Cableway; Cranes -45 tons thru 99 tons, under 150 ft. of boom (including jib with attachments); Crane - overhead, bridge type, 45 tons thru 99 tons; Shovel, excavator, backhoes over 3 yards and under 6 yards; Hard tail end dump articulating off -road 'W equipment 45 yards and over; Loader - overhead, 6 yards to, but not including 8 yards; Mucking machine, mole, tunnel, drill and /or shield; Quad 9, HD 41, d -10; Remote control operator on rubber tired earth moving equipment; Rollagon; Scrapers-self-propelled- ow 45 yards and over; Slipform pavers; Transporters, all track or truck type GROUP 2 - Barrier machine (zipper); Barch Plant opeator- concrete; Bump cutter; Cranes -20 tons thru 44 tons with attachments; Cranes - overheads, bridge type -20 tons through 44 tons; Chipper; Concrete pump -truck mount with boom attachment; rr Crusher; Deck Engineer /Deck Winches (power); Drilling machine; Excavator, shovel backhoe -3 yards and under; Finishing machine Bidwell, Gamaco and similar equipment; Guardrail punch; Horizontal /directional drill operator; Loaders, overhead under 6 yds.; Loaders -plant feed; Locomotives -all; Mechanics -all; Mixers - asphalt plant; Motor patrol graders-finishing; Pildrive r (other than crane mount); Roto -mill, roto - grinder; Screedman, Spreader, Topside Operator -Blaw Knox, Cedar Rapids, Jaeger, as Caterpillar, Barbar Green; Scraper - self -propelled, hard tail end dump, articulating off -road equipment -under 45 yards; Subgrader trimmer; Tractors, backhoes -over 75 hp; Transfer material service machine - shuttle buggy, blow knox, roadtec; Truck crane JW oiler /driver -100 tons and over; Truck mount portable conveyor;Yo Yo Pay Dozer *a GROUP 3 - Conveyors; Cranes -thru 19 tons with attachments; Cranes -A -frame over 10 tons; Drill oilers -auger type, truck or crane mount; Dozers D9 and under; Forklifts -3000 lbs and over with attachments; horizontal /directional drill locator; Outside 1W hoists - (elevators and manlifts), air tuggers, strao tower bucket elevators; Hydralifts /boom truck -over 10 tons; Loader- elevating type belt; Motor Patrol Grader - non - finishing; Plant Oiler - asphalt, crusher; Pumps- concrete; Roller, plant mix or multi -lift materials; Saws - concrete; Scrapers- concrete and carryall; Service engineers - equipment; Trenching machines; Truck crane oiler/ driver-under 100 tons Tractors, backhoes -under 75 hp WA020001 Modification 3 Federal Wage Determinations r E GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor; Concrete Finish Machine -laser screed; Cranes -A- frame -10 tons and under; Elevator and manlift- permanent and shaft type; Forklifts -under 3000 lbs. with attachments; Gradechecker, stakehop; Hydralifts, boom trucks -10 tons and under; Oil distributors, blower distribution and mulch seeding operator; Pavement breaker; Post Hole Digger - mechanical; Power Plant; Pumps- water; Rigger and Bellman; Roller -other than plant mix; Wheel Tractors, farmall type; Shot crete /gunite equipment operator CATEGORY B PROJECTS - 95% of the basic hourly rate for each group plus full fringe benefits applicable to Category A projects shall apply to the following projects. Reduced rates may be paid on the following: 1. Projects involving work on structures such as buildings and structures whose total value is less than $1.5 million excluding mechanical, electrical, and utility portions of the contract. 2. Projects of less than $1 million where no building is involved. Surfacing and paving included, but utilities excluded. 3. Marine projects (docks, wharfs, etc.) less than $150,000. WORK PERFORMED ON HYDRAULIC DREDGES: 8.38 Total Project Cost $300,000 and over 8.38 GROUP 1 26.85 8.38 GROUP 2 26.95 8.38 GROUP 3 27.29 8.38 GROUP 4 27.34 8.38 GROUP 5 28.73 8.38 GROUP 6 26.85 8.38 GROUP 1: Assistant Mate (Deckhand) GROUP 2: Oiler GROUP 3: Assistant Engineer (Electric, Diesel, Steam or Booster Pump); Mates and Boatmen GROUP 4: Craneman, Engineer Welder GROUP 5: Leverman, Hydraulic GROUP 6: Maintenance Total Project cost under $300,000 GROUP 1 25.51 8.38 GROUP 2 25.60 8.38 GROUP 3 25.93 8.38 GROUP 4 25.97 8.38 GROUP 5 27.29 8.38 GROUP 6 25.51 8.38 GROUP 1: Assistant Mate (Deckhand) GROUP 2: Oiler GROUP 3: Assistant Engineer (Electric, Diesel, Steam, or Booster Pump); Mates and Boatmen GROUP 4: Craneman, Engineer Welder GROUP 5: Leverman, Hydraulic GROUP 6: Maintenance WA020001 Modification 3 10 Federal Wage Determinations as HEAVY WAGE RATES (CATEGORY A) APPLIES TO CLAM SHELL DREDGE, HOE AND DIPPER, SHOVELS AND SHOVEL ATTACHMENTS, CRANES AND GROUP BULLDOZERS. oir HANDLING OF HAZAARDOUS WASTE MATERIALS: Personnel in all craft GROUP classifications subject to working inside a federally designated 21.49 hazardous perimeter shall be eligible for compensation in 00 GROUP accordance with the following group schedule relative to the 21.81 level of hazardous waste as outlined in the specific hazardous GROUP waste project site safety plan. 22.42 H -1 Base wage rate when on a hazardous waste site when not r outfitted with protective clothing 22.58 H -2 Class "C" Suit - Base wage rate plus $.25 per hour. GROUP H -3 Class "B" Suit - Base wage rate plus $.50 per hour. 22.74 H -4 Class "A" Suit - Base wage rate plus $.75 per hour. GROUP ---------------------------------------------------------------- 23.02 ENG10370C 06/01/2001 GROUP Rates Fringes rrrr ADAMS, ASOTIN, BENTON, CHELAN (EAST OF THE 120TH MERIDIAN), GROUP COLUMBIA, DOUGLAS (EAST OF THE 120TH MERIDIAN), FERRY, FRANKLIN, 24.39 GARFIELD, GRANT, LINCOLN, OKANOGAN (EAST OF THE 120TH MERIDIAN), PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA to Zone 1 (EAST OF THE 120TH MERIDIAN) COUNTIES ZONE 1: POWER EQUIPMENT OPERATORS: GROUP lA 20.94 6.02 GROUP 1 21.49 6.02 00 GROUP 2 21.81 6.02 GROUP 3 22.42 6.02 GROUP 4 22.58 6.02 GROUP 5 22.74 6.02 GROUP 6 23.02 6.02 GROUP 7 23.29 6.02 GROUP 8 24.39 6.02 ZONE DIFFERENTIAL (Add to Zone 1 rate): Zone 2 - $2.00 arr Zone 1: Within 45 mile radius 'of Spokane, Moses Lake, Pasco, Washington; Lewiston, Idaho Zone 2: Outside 45 mile radius of Spokane, Moses Lake, Pasco, Washington; Lewiston, Idaho frr WA020001 Modification 3 Federal Wage Determinations F -] R 11 POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1A: Boat Operator; Crush Feeder; Oiler; Steam Cleaner GROUP 1: Bit Grinders; Bolt Threading Machine; Compressors (under 2000 CFM, gas, diesel, or electric power); Deck Hand; Drillers Helper (Assist driller in making drill rod connections, service drill engine and air compressor, repair drill rig and drill tools, drive drill support truck to and on the job site, remove drill cuttings from around bore hole and inspect drill rig while in operation); Fireman & Heater Tender; Grade Checker; Hydro- seeder, Mulcher, Nozzleman; Oiler Driver, & Cable Tender, Mucking Machine; Pumpman; Rollers, all types on subgrade, including seal and chip coatings (farm type, Case, John Deere & similar, or Compacting Vibrator), except when pulled by Dozer with operable blade; Welding Machine GROUP 2: A -frame Truck (single drum); Assistant Refrigeration Plant (under 1000 ton); Assistant Plant Operator, Fireman or Pugmixer (asphalt); Bagley or Stationary Scraper; Belt Finishing Machine; Blower Operator (cement); Cement Hog; Compressor (2000 CFM or over, 2 or more, gas diesel or electric power); Concrete Saw (multiple cut); Distributor Leverman; Ditch Witch or similar; Elevator Hoisting Materials; Dope Pots (power agitated); Fork Lift or Lumber Stacker, hydra -lift & similar; Gin Trucks (pipeline); Hoist, single drum; Loaders (bucket elevators and conveyors); Longitudinal Float; Mixer (portable- concrete); Pavement Breaker, Hydra- Hammer & similar; Power Broom; Railroad Ballast Regulation Operator (self - propelled) ; Railroad Power Tamper Operator (self - propelled); Railroad Tamper Jack Operator (self - propelled; Spray Curing Machine (concrete); Spreader Box (self-propelled); Straddle Buggy (Ross & similar on construction job only); Tractor (Farm type R/T with attachment, except Backhoe); Tugger Operator GROUP 3: A -frame Truck (2 or more drums) ; Assistant Refrigeration Plant & Chiller Operator (over 1000 ton); Backfille rs (Cleveland & similar) ; Batch Plant & Wet Mix Operator, single unit (concrete) ; Belt -Crete Conveyors with power pack or similar; Belt Loader (Kocal or similar); Bending Machine; Bob Cat; Boring Machine (earth); Boring Machine (rock under 8" bit) (Quarry Master, Joy or similar); Bump Cutter (Wayne, Saginau or similar); Canal Lining Machine (concrete); Chipper (without crane); Cleaning & Doping Machine (pipeline); Deck Engineer; Elevating Belt -type Loader (Euclid, Barber Green & similar); Elevating Grader -type Loader (Dumor, Adams or similar); Generator Plant Engineers (diesel or electric); Gunnite Combination Mixer & Compressor; Locomotive Engineer; Mixermobile; Mucking Machine; Posthole Auger or Punch; Pump (grout or jet); Soil Stabilizer (P & H or similar); Spreader Machine; Tractor (to D -6 or equivalent) and Traxcavator; Traverse Finish Machine; Turnhead Operator WA020001 Modification 3 12 Federal Wage Determinations e A aw ow GROUP 4: Concrete Pumps (squeeze - crete, flow - crete, pump - Crete, Whitman & similar); Curb Extruder (asphalt or concrete); Drills (churn, core, calyx or diamond)(operate aw drilling machine, drive or transport drill rig to and on job site and weld well casing); Equipment Serviceman; Greaser & Oiler; Hoist (2 or more drums or Tower Hoist); Loaders (overhead & front -end, under 4 yds. R /T); Refrigeration Plant Engineer (under aw 1000 ton); Rubber -tired Skidders (R /T with or without attachments); Surface Heater & Plant Machine; Trenching Machines (under 7 ft. depth capacity); Turnhead (with re- screening); Vacuum Drill (reverse circulation drill under 8" bit) 40 GROUP 5: Backhoe (under 45,000 gw); Backhoe & Hoe Ram (under 3/4 yd.); Carrydeck & Boom Truck (under 25 tons); Cranes (25 tons & under), all attachments including clamshell, dragline; Derricks & go Stifflegs (under 65 tons); Drilling Equipment(8" bit & over) (Robbins, reverse circulation & similar)(ope rates drilling machine, drive or transport drill rig to and on job site and weld well casing); Hoe Ram; Piledriving Engineers; Paving 00 (dual drum); Railroad Track Liner Operaotr (self - propelled); Refrigeration Plant Engineer (1000 tons & over); Signalman (Whirleys, Highline Hammerheads or similar) 10 GROUP 6: Asphalt Plant Operator; Automatic Subgrader (Ditches & Trimmers) (Autograde, ABC, R.A. Hansen & similar on grade wire); Backhoe (45,000 gw and over to 110,000 gw); Backhoes & Hoe Ram ,W (3/4 yd. to 3 yd.); Batch Plant (over 4 units); Batch & Wet Mix Operator (multiple units, 2 & incl. 4); Blade Operator (motor patrol & attachments, Athey & Huber); Boom Cats (side); Cable Controller (dispatcher); Clamshell Operator (under 3 yds.); +[r Compactor (self - propelled with blade); Concrete Pump Boom Truck; Concrete Slip Form Paver; Cranes (over 25 tons, to and including 45 tons), all attachments including clamshell, dragline; Crusher, Grizzle & Screening Plant Operator; • Dozer, 834 R/T & similar; Draglines (under 3 yds.); Drill Doctor; H.D. Mechanic; H.D. Welder; Loader Operator (front -end & overhead, 4 yds. incl. 8 yds.); Multiple Dozer Units with single blade; Paving Machine (asphalt and concrete); Quad -Track or similar equipment; Rollerman (finishing asphalt pavement); Roto Mill (pavement grinder); Scrapers, all, rubber - tired; Screed Operator; Shovel(under 3 yds.); Tractors (D -6 & equilvalent & over); Trenching Machines (7 ft. depth & over); Tug Boat Operator wr Vactor guzzler, super sucker GROUP 7: Backhoe (over 110,000 gw); Backhoes & Hoe Ram (3 yds & aw over); Blade (finish & bluetop) Automatic, CMI, ABC, Finish Athey & Huber & similar when used as automatic; Cableway Operators; Concrete Cleaning /Decontami nation machine operator; Cranes (over 45 tons to but not including 85 tons), all attachments including clamshell and dragine; Derricks & Stiffleys (65 tons & over); Elevating Belt (Holland type); Heavy equipment robotics operator; Loader (360 degrees revolving Koehring Scooper or similar); Loaders (overhead & front -end, over 8 yds. to 10 yds.); so Rubber-tired Scrapers (multiple engine with three or more scrapers); Shovels (3 yds. & over); Whirleys & Hammerheads, ALL WA020001 Modification 3 Federal Wage Determinations 0 .. 13 GROUP 8: Cranes (85 tons and over, and all climbing, overhead, rail and tower) , all attachments including clamshell, dragline; Loaders (overhead and front -end, 10 yards and over); Helicopter Pilot BOOM PAY: (All Cranes, Including Tower) 180' to 250' $ .30 over scale Over 250' $ .60 over scale NOTE: In computing the length of the boom on Tower Cranes, they shall be measured from the base of the Tower to the point of the boom. HAZMAT: Anyone working on HAZMAT jobs, working with supplied air shall receive $1.00 an hour above classification. --------- ------------------ ----------------- -------------- - - - - -- ENGI037OG 06/01/2000 Rates Fringes ADAMS, ASOTIN, BENTON, CHELAN (EAST OF THE 120TH MERIDIAN) , COLUMBIA, DOUGLAS (EAST OF THE 120TH MERIDIAN) , FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN (EAST OF THE 120TH MERIDIAN) , PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA (EAST OF THE 120TH MERIDIAN) COUNTIES WORK PERFORMED ON HYDRAULIC DREDGES GROUP 1: 24.23 5.77 GROUP 2: 24.60 5.77 GROUP 3: 24.63 5.77 GROUP 4: 25.02 5.77 GROUP 5: 24.13 5.77 GROUP 1: Assistant Mate (Deckhand) and Oiler GROUP 2: Assistant Engineer (Electric, Diesel, Steam, or Booster Pump); Mates and Boatmen GROUP 3: Engineer Welder GROUP 4: Leverman, Hydraulic GROUP 5: Maintenance HEAVY WAGE RATES APPLIES TO CLAM SHELL DREDGE, HOE AND DIPPER, SHOVELS AND SHOVEL ATTACHMENTS, CRANES AND BULLDOZERS. --------- ------------------ ----------------- -------------- - - - - -- WA020001 Modification 3 Federal Wage Determinations 14 aw Im ENGI0612A 06/01/2001 Rates Fringes LEWIS, PIERCE, PACIFIC (THAT PORTION WHICH LIES NORTH OF A PARALLEL LINE EXTENDED WEST FROM THE NORTHERN BOUNDARY OF so WAHKAIKUM COUNTY TO THE SEA IN THE STATE OF WASHINGTON) AND THURSTON COUNTIES do PROJECTS: CATEGORY A PROJECTS (excludes Category B projects, as shown below) POWER EQUIPMENT OPERATORS: w► ZONE 1 (0 -25 radius miles): GROUP 1AAA 29.61 8.38 GROUP 1AA 29.11 8.38 GROUP lA 28.61 8.38 No GROUP 1 28.11 8.38 GROUP 2 27.67 8.38 GROUP 3 27.31 8.38 GROUP 4 25.21 8.38 go ZONE 2 (26 -45 radius miles) - Add $.70 to Zone 1 rates ZONE 3 (Over 45 radius miles) - Add $1.00 to Zone 1 rates BASEPOINTS: Tacoma, Olympia, and Centralia POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1AAA - Cranes -300 tons, or 300 ft of boom (including jib with attachments) aw GROUP 1AA - Cranes 200 tons to 300 tons, or 250 ft of boom (including jib with attachments); Tower crane over 175 ft in height, base to boom aw GROUP lA - Crane 100 tons thru 199 tons, or 150 of boom (including jib with attachments); Crane - overhead, bridge type, 100 tons and over; Shovel, excavator, backhoes -6 yds and over so with attachments GROUP 1 - Cableways; Cranes -45 tons thru 99 tons, under 150 ft of boom (including jib with attachments); Crane - overhead, bridge type - 45 tons thru 99 tons; Excavator, shovel, backhoes over 3 yards and under 6 yards; hard tail end dump articulating off -road equipment 45 yards and over; loader- overhead 6 yards to, but not including 8 yards; Mucking machine, mole, tunnel, drill and /or shield; Quad 9, HD 41, D -10; Remote control operator on rubber tired earth moving equipment; Rollagon; Scrapers -self- propelled-45 yds and over; Slipform pavers; Transporters -all track or truck type WA020001 Modification 3 Federal Wage Determinations go W 15 GROUP 2 - Barrier machine (zipper); Batch Plant Operator - concrete; Bump cutter; Cranes -20 tons through 44 tons with attachments; Crane - overhead, bridge type -20 tons thru 44 tons; Chipper, Concrete Pump -truck mounted with boom attachment; Crushers; Deck Engineer /Deck Winches (power); Drilling machine; Excavator, shovel, backhoe- 3yards and under; Finishing machine, Bidwell, Gamaco and similar equipment; Guardrail punch; Horizontal /directional drill operator; Loaders, overhead under 6 yds.; Loaders, plant feed; Locomotive -all; Mechanics -all; Mixers, asphalt plant; Motor patrol graders- finishing; Piledriver (other than crane mount); Roto -mill, roto grinder; screedman, spreader, topside operator -Blaw Knox, Cedar Rapids, Jaeger, Caterpillar, Barbar Green; Scraper -self propelled, hard tail end dump, articulating off -road equipment under 45 yds.; Subgrader trimmer; Tractors, backhoes over 75 hp.; Transfer material service machine - shuttle buggy, Blaw Knox- Roadtec; Truck Crane Oiler /driver -100 tons and over, Truck Mount Portable Conveyor; Yo Yo Pay dozer. GROUP 3 - Conveyors; Cranes -thr u 19 tons with attachments; Cranes -A -frame over 10 tons; Drill Oilers -Auger type, truck or crane mount; Dozers -D -9 and under; Forklifts -3000 lbs. and over with attachments; Horizontal /directional drill locator; Outside hoists - (elevators and manlifts), air tuggers, strato tower bucket elevators; Hydralifts /Boom Trucks -over 10 tons; Loaders - elevating type, belt; Motor patrol grader- nonfinishing; Plant Oiler- Asphalt, Crusher; Pumps, Concrete; Roller, plant mix or multi -lift materials; Saws - concrete; Scrapers- Concrete and Carry all; Trenching machines; Truck Crane Oiler /Driver -under 100 tons; Tractor, backhoe -under 75 hp GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor; Concrete Finish Machine -laser screed; Crane -A- Frame, 10 tons and under; Elevator and manlift- permanent and shaft type; Forklifts -under 3000 lbs. with attachments; Gradechecker, stakehop; Hydralifts, boom trucks, 10 tons and under; Oil distributors, blower distribution and mulch seeding operator; Pavement breaker; Posthole Digger - mechanical; Power plant; Pumps- Water; Roller -other than Plant Mix; Wheel Tractors, Farmall type; Shotcrete /Gunite Equipment Operator CATEGORY B PROJECTS - 95t of the basic hourly rate for each group plus full fringe benefits applicable to Category A projects shall apply to the following projects: Reduced rates may be paid on the following: 1. Projects involving work on structures such as buildings and structures whose total value is less than $1.5 million excluding mechanical, electrical, and utility portions of the contract. 2. Projects of less than $1 million where no building is involved. Surfacing and paving included, but utilities excluded. 3. Marine projects (docts, wharfs, etc.) less than $150,000 WA020001 Modification 3 16 Federal Wage Determinations e EM err WORK PERFORMED ON HYDRAULIC DREDGES: Total Project cost $300,000 and over GROUP 1 26.85 8.38 GROUP 2 26.95 8.38 4W GROUP 3 27.29 8.38 GROUP 4 27.34 8.38 GROUP 5 28.73 8.38 GROUP 6 26.85 8.38 +n GROUP 1: Assistant Mate (Deckhand) GROUP 2: Oiler 4W GROUP 3: Assistant Engineer (Electric, Diesel, Steam or Booster Pump); Mates and Boatmen GROUP 4: Craneman, Engineer Welder GROUP 5: Leverman, Hydraulic dw GROUP 6: Maintenance Total Project Cost under $300,000 GROUP 1 25.51 8.38 go GROUP 2 25.60 8.38 GROUP 3 25.93 8.38 GROUP 4 25.97 8.38 GROUP 5 27.29 8.38 to GROUP 6 25.51 8.38 GROUP 1: Assistant Mate (Deckhand) w GROUP 2: Oiler GROUP 3: Assistant Engineer (Electric, Diesel, Steam or Booster Pump); Mates and Boatmen GROUP 4: Craneman, Engineer Welder rr GROUP 5: Leverman, Hydraulic GROUP 6: Maintenance HEAVY WAGE RATES APPLIES TO CLAM SHEEL DREDGE, HOE AND DIPPER, SHOVELS AND SHOVEL ATTACHMENTS, CRANES AND BULLDOZERS HANDLING OF HAZARDOUS WASTE MATERIALS 4' H -1 - When not outfitted with protective clothing of level D equipment - Base wage rate H -2 - Class "C" Suit - Base wage rate + $.25 per hour H -3 - Class "B" Suit - Base wage rate + $.50 per hour aw H -4 - Class "A" Suit - Base wage rate +$.75 per hour --------- ------------------ ----------------- -------------- - - - - -- air ow WA020001 Modification 3 Federal Wage Determinations .. M 17 * ENGI0701D 01/01/2002 Rates Fringes CLARK, COWLITZ, KLICKKITAT, PACIFIC (SOUTH) , SKAMANIA, AND WAHKIAKUM COUNTIES POWER EQUIPMENT OPERATORS ZONE 1: 29.98 GROUP 1 GROUP lA GROUP 1B GROUP 2 GROUP 3 GROUP 4 GROUP 5 GROUP 6 (See Footnote A) 28.55 8.95 29.98 8.95 31.41 8.95 27.34 8.95 26.60 8.95 26.09 8.95 25.50 8.95 23.20 8.95 Zone Differential (add to Zone 1 rates): Zone 2 - $1.50 Zone 3 - 3.00 For the following metropolitan counties: MULTNOMAH; CLACKAMAS; MARION; WASHINGTON; YAMHILL; AND COLUMBIA; CLARK; AND COWLITZ COUNTY, WASHINGTON WITH MODIFICATIONS AS INDICATED: All jobs or projects located in Multnomah, Clackamas and Marion Counties, West of the western boundary of Mt. Hood National Forest and West of Mile Post 30 on Interstate 84 and West of Mile Post 30 on State Highway 26 and West of Mile Post 30 on Highway 22 and all jobs or projects located in Yamhill County, Washington County and Columbia County and all jobs or porjects located in Clark & Cowlitz County, Washington except that portion of Cowlitz County in the Mt. St. Helens "Blast Zone" shall receive Zone I pay for all classifications. All jobs or projects located in the area outside the identified boundary above, but less than 50 miles from the Portland City Hall shall receive Zone II pay for all classifications. All jobs or projects located more than 50 miles from the Portland City Hall, but outside the identified border above, shall receive Zone III pay for all classifications. For the following cities: ALBANY; BEND; COOS BAY; EUGENE; GRANTS PASS; KLAMATH FALLS; MEDFORD; ROSEBURG All jobs or projects located within 30 miles of the respective city hall of the above mentioned cities shall receive Zone I pay for all classifications. All jobs or projects located more than 30 miles and less than 50 miles from the respective city hall of the above mentioned cities shall receive Zone II pay for all classifications. All jobs or projects located more than 50 miles from the respective city hall of the above mentioned cities shall receive Zone III pay for all classifications. WA020001 Modification 3 Federal Wage Determinations 18 u low POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1: CONCRETE: Batch Plant and /or Wet Mix Operator, three w units or more; CRANE: Helicopter Operator, when used in erecting work; Whirley Operator, 90 ton and over; LATTICE BOOM CRANE: Operator 200 tons through 299 tons, and /or over 200 feet boom; HYDRAULIC CRANE: Hydraulic Crane Operator 90 tons through 199 w tons with luffing or tower attachments; FLOATING EQUIPMENT: Floating Crane, 150 ton but less than 250 ton GROUP 1A: HYDRAULIC CRANE: Hydraulic Operator, 200 tons and over ON (with luffing or tower attachment); LATTICE BOOM CRANE: Operator, 200 tons through 299 tons, with over 200 feet boom; FLOATING EQUIPMENT: Floating Crane 250 ton and over as wr 00 R GROUP 1B: LATTICE BOOM CRANE: Operator, 300 tons through 399 tons with over 200 feet boom; Operator 400 tons and over; FLOATING EQUIPMENT: Floating Crane 350 ton and over GROUP 2: ASPHALT: Asphalt Plant Operator (any type) ; Roto Mill, pavement profiler, operator, 6 foot lateral cut and over; BLADE: Auto Grader or "Trimmer" (Grade Checker required); Blade Operator, Robotic; BULLDOZERS: Bulldozer operator over 120,000 lbs and above; Bulldozer operator, twin engine; Bulldozer Operator,tandem, quadnine, D10, Dll, and similar type; Bulldozere Robotic Equipment (any type; CONCRETE: Batch Plant and /or Wet Mix Operator, one and two drum; Automatic Concrete Slip Form Paver Operator; Concrete Canal Line Operator; Concrete Profiler, Diamond Head; CRANE: Cableway Operator, 25 tons and over; HYDRAULIC CRANE: Hydraulic crane operator 90 tons through 199 tons (with luffing or tower attachment); TOWER /WHIRLEY OPERATOR: Tower Crane Operator; Whirley Operator, under 90 tons; LATTICE BOOM CRANE: 90 through 199 tons and /or 150 to 200 feet boom; CRUSHER: Crusher Plant Operator; FLOATING EQUIPMENT: Floating Clamshell, etc.operator, 3 cu. yds. and over; Floating Crane (derrick barge) Operator, 30 tons but less than 150 tons; LOADERS: Loader operator, 120,000 lbs. and above; REMOTE CONTROL: Remote controlled earth - moving equipment; RUBBER -TIRED SCRAPERS: Rubber - tired scraper operator, with tandem scrapers, multi- engine; SHOVEL, DRAGLINE, CLAMSHELL, SROOPER OPERATOR: Shovel, Dragline, Clamshell, operator 5 cu. yds and over; TRENCHING MACHINE: Wheel Excavator, under 750 cu. yds. per hour (Grade Oiler required); Canal Trimmer (Grade Oiler required); Wheel Excavator, over 750 cu. yds. per hour; Band Wagon (in conjunction with wheel excavator); UNDERWATER EQUIPMENT: Underwater Equipment Operator, remote or otherwise; HYDRAULIC HOES - EXCAVATOR: Excavator over 130,000 lbs. WA020001 Modification 3 Federal Wage Determinations 19 irr GROUP 3: BULLDOZERS: Bulldozer operator, over 70,000 lbs. up to and including 120,000 lbs.; HYDRAULIC CRANE: Hydraulic crane operator, 50 tons through 89 tons (with luffing or tower attachment); LATTICE BOOM CRANES: Lattice Boom Crane -50 through 89 tons (and less than 150 feet boom); FORKLIFT: Rock Hound Operator; HYDRAULIC HOES - EXCAVATOR: excavator over 80,000 lbs. through 130,000 lbs.; LOADERS: Loader operator 60,000 and less than 120,000; RUBBER -TIRED SCRAPERS: Scraper Operator, with tandem scrapers; Self- loading, paddle wheel, auger type, finish and /or 2 or more units; SHOVEL, DRAGLINE, CLAMSHELL,SKOOPER OPERATOR: Shovel, Dragline, Clamshell operators 3 cu. yds. but less than 5 cu yds. GROUP 4: ASPHALT: Screed Operator; Asphalt Paver operator (screeman required); BLADE: Blade operator; Blade operator, finish; Blade operator, externally controlled by electronic, mechanical hydraulic means; Blade operator, multi- engine; BULLDOZERS: Bulldozer Operator over 20,000 lbs and more than 100 horse up to 70,000 lbs; Drill Cat Operator; Side -boom Operator; Cable -Plow Operator (any type); CLEARING: Log Skidde rs; Chippers; Incinerator; Stump Splitter (loader mounted or similar type); Stump Grinder (loader mounted or similar type; Tub Grinder; Land Clearing Machine (Track mounted forestry mowing & grinding machine); Hydro Axe (loader mounted or similar type); COMPACTORS SELF - PROPELLED: Compactor Operator, with blade; Compactor Operator, multi- engine; Compactor Operator, robotic; CONCRETE: Mixer Mobile Operator; Screed Operator; Concrete Cooling Machine Operator; Concrete Paving Road Mixer; Concrete Breaker; Reinforced Tank Banding Machine (K -17 or similar types); Laser Screed; CRANE: Chicago boom and similar types; Lift Slab Machine Operator; Boom type lifting device, 5 ton capacity or less; Hoist Operator, two (2) drum; Hoist Operator, three (3) or more drums; Derrick Operator, under 100 ton; Hoist Operator, stiff leg, guy derrick or similar type, 50 ton and over; Cableway Operator up to twenty (25) ton; Bridge Crane Operator, Locomotive, Gantry, Overhead; Cherry Picker or similar type crane hoist five (5) ton capacity or less; Hydraulic Crane Operator, under 50 tons; LATTICE BOOM CRANE OPERATOR: Lattice Boom Crane Operator, under 50 tons; CRUSHER: Generator Operator; Diesel - Electric Engineer; Grizzley Operator; DRILLING: Drill Doctor; Boring Machine Operator; Driller- Percussion, Diamond, Core, Cable, Rotary and similar type; Cat Drill (John Henry); Directional Drill Operator over 20,000 lbs pullback; FLOATING EQUIPMENT: Diesel - electric Engineer; Jack Operator, elevating barges, Barge Operator, self - unloading; Piledriver Operator (not crane type) (Deckhand required); Floating Clamshelll, etc. Operator, under 3 cu. yds. (Fireman or Diesel - Electric Engineer required); Floating Crane (derrick barge) Operator, less than 30 tons; GENERATORS: Generator Operator; Diesel- electric Engineer; GUARDRAIL EQUIPMENT: Guardrail Punch Operator (all types); Guardrail Auger Operator (all types); Combination Guardrail machines, i.e., punch auger, etc.; HEATING PLANT: Surface Heater and Planer Operator; HYDRAULIC HOES EXCAVATOR: Robotic Hydraulic backhoe operator, track and wheel type up to and including 20,0000 lbs. with any or all attachments; Excavator Operator over 20,000 lbs through 80,000 lbs.; LOADERS: Belt Loaders, Kolman and Ko Cal types; Loaders Operator, front end and overhead, 25,000 WA020001 Modification 3 Federal Wage Determinations 20 WA020001 Modification 3 Federal Wage Determinations ow 21 lbs and less than 60,000 lbs; Elevating Grader Operator by Tractor operator, Sierra, Euclid or similar types; PILEDRIVERS: Hammer Operator; Piledriver Operator (not crane type) ; PIPELINE, SEWER WATER: Pipe Cleaning Machine Operator; Pipe Doping Machine 1► Operator; Pipe Bending Machine Operator; Pipe Wrapping Machine Operator; Boring Machine Operator; Back Filling Machine Operator; REMOTE CONTROL: Concrete Cleaning Decontamination Machine aw Operator; Ultra High Pressure Water Jet Cutting Tool System Operator /Mechanic; Vacuum Blasting Machine Operator /mechanic; REPAIRMEN, HEAVY DUTY: Diesel Electric Engineer (Plant or Floating; Bolt Threading Machine operator; Drill Doctor (Bit rrr Grinder); H.D. Mechanic; Machine Tool Operator; RUBBER -TIRED SCRAPERS: Rubber -tired Scraper Operator,sing le engine, single scraper; Self- loading, paddle wheel, auger type under 15 cu. yds.; Rubber -tired Scraper Operator, twin engine; Rubber -tired Scraper Operator, with push -pull attachments; Self Loading, paddle wheel, auger type 15 cu. yds. and over, single engine; Water pulls, water wagons; SHOVEL, DRAGLINE, CLAMSHELL, SKOOPER OPERATOR: Diesel Electric Engineer; Stationay Drag Scraper +rr Operator; Shovel, Dragline, Clamshell, Operator under 3 cy yds.; Grade -all Operator; SURFACE (BASE) MATERIAL: Blade mounted spreaders, Ulrich and similar types; TRACTOR - RUBBERED TIRED: Tractor operator, rubber-tired, over 50 hp flywheel; Tractor operator, with boom attachment; Rubber -tired dozers and pushers (Michigan, Cat, Hough type); Skip Loader, Drag Box; TRENCHING MACHINE: Trenching Machine operator, digging capacity over 3 ft iwr depth; Back filling machine operator; TUNNEL: Mucking machine operator GROUP 5: ASPHALT: Extrusion Machine Operator; Roller Operator (any asphalt mix); Asphalt Burner and Reconditioner Operator (any type); Roto -Mill, pavement profiler, ground man; BULLDOZERS: Bulldozer operator, 20,000 lbs. or less or 100 horse or less; COMPRESSORS: Compressor Operator (any power), over 1,250 cu. ft. AW total capacity; COMPACTORS: Compactor Operator, including vibratory; Wagner Pactor Operator or similar type (without blade); CONCRETE: Combination mixer and Compressor Operator, gunite work; Concrete Batch Plant Quality Control Operator; ww Beltcrete Operator; Pumperete Operator (any type); Pavement Grinder and /or Grooving Machine Operator (riding type); Cement Pump Operator, Fuller - Kenyon and similar; Concrete Pump Operator; Grouting Machine Operator; Concrete mixer operator, single drum, under (5) bag capacity; Cast in place pipe laying machine; maginnis Internal Full slab vibrator operator; Concrete finishing mahine operator, Clary, Johnson, Bidwell, Burgess Bridge deck or err similar type; Curb Machine Operator, mechanical Berm, Curb and /or Curb and Gutter; Concrete Joint Machine Operator; Concrete Planer Operator; Tower Mobile Operator; Power Jumbo Operator setting slip forms in tunnels; Slip Form Pumps, 'W power driven hydraulic lifting device for concrete forms; Concrete Paving Machine Operator; Concrete Finishing Machine Operator; Concrete Spreader Operator; CRANE: Helicopter Hoist Operator; Hoist Operator, single drum; Elevator Operator; A -frame Truck Operator, Double drum; Boom Truck Operator; HYDRAULIC CRANE OPERATOR: Hydraulic Boom Truck, Pittman; DRILLING: Churm Drill and Earth Boring Machine Operator; Directional Drill Operator over 20,000 lbs pullback; FLOATING EQUIPMENT: Fireman; WA020001 Modification 3 Federal Wage Determinations ow 21 0 GROUP 6: ASPHALT: Plant Oiler; Plant Fireman; Pugmill Operator (any type); Truck mounted asphalt spreader, with screed; COMPRESSORS: Compressor Operator (any power), under 1,250 cu. ft. total capacity; CONCRETE: Plant Oiler, Assistant Conveyor Operator; Conveyor Operator; Mixer Box Operator (C.T.B., dry batch, etc.); Cement Hog Operator; Concrete Saw Operator; Concrete Curing Machine-Operator (riding type); Wire Mat or Brooming Machine Operator; CRANE: Oiler; Fireman, all equipment; Truck Crane Oiler Driver; A -frame Truck Operator, single drum; Tugger or Coffin Type Hoist Operator; CRUSHER: Crusher Oiler; Crusher Feederman; CRUSHER: Crusher oiler; Crusher feederman; DRILLING: Drill Tender; Auger Oiler; FLOATING EQUIPMENT: Deckhand; Boatman; FORKLIFT: Self-propelled Scaffolding Operator, construction job site (exclduing working platform); Fork Lift or Lumber Stacker Operator, construction job site; Ross Carrier Operator, construction job site; GUARDRAIL EQUIPMENT: Oiler; Auger Oiler; Oiler, combination guardrail machines; Guardrail Punch Oiler; HEATING PLANT: Temporary Heating Plant Operator; LOADERS: Bobcat, skid steer (less than 1 cu yd.); Bucket Elevator Loader Operator, BarberGreene and similar types; OILERS: Oiler; Guardrail Punch Oiler; Truck Crane Oiler - Driver; Auger Oiler; Grade Oiler, required to check grade; Grade Checker; PIPELINE -SEWER WATER: Tar Pot Fireman; Tar Pot Fireman (power agitated); PUMPS: Pump Operator (any power); Hydrostatic Pump Operator; RAILROAD EQUIPMENT: Brakeman; Oiler; Switchman; Motorman; Ballast Jack Tamper Operator; SHOVEL, DRAGLINE, CLAMSHELL, SKOOPER, ETC. OPERATOR: Oiler, Grade Oiler (required to check grade); Grade Checker; Fireman; SWEEPER: Broom operator, self propelled, construction job site; SURFACING (BASE) MATERIAL: Roller Operator, grading of base rock (not asphalt); Tamping Machine operartor, mechanical, self-propelled; Hydrographic Seeder Machine Operator; TRENCHING MACHINE: Oiler; Grade Oiler; TUNNEL: Conveyor operator; Air filtration equipment operator --------- ------------------ ----------------- -------------- - - - - -- WA020001 Modification 3 Federal Wage Determinations 22 FORKLIFT: Lull Hi -Lift Operator or similar type; Fork Lift, over 5 ton and /or robotic; HYDRAULIC HOES EXCAVATORS: Hydraulic Backhoe Operator, wheel type (Ford, John Deere, Case type); Hydraulic Backhoe Operator track type up to and including 20,000 lbs.; LOADERS: Loaders, rubber -tired type, less than 25,000 lbs; Elevating Grader Operator, Tractor Towed requiring Operator or Grader; Elevating loader oeprator, Athey and similar types; OILERS: Service Oiler (Greaser); PIPELINE -SEWER WATER: Hydra hammer or simialr types; Pavement Breaker Operator; PUMPS: Pump Operator, more than 5 (any size); Pot Rammer Operator; RAILROAD EQUIPMENT: Locomotive Operator, under 40 tons; Ballast Regulator Operator; Ballast Tamper Multi- Purpose Operator; Track Liner Operator; Tie Spacer Operator; Shuttle Car Operator; Locomotive Operator, 40 tons and over; MATERIAL HAULRS: Cat wagon DJB's Volvo similar types; Conveyored material hauler; SURFACING (BASE) MATERIAL: Rock Spreaders, self - propelled; Pulva -mixer or similar types; Chiip Spreading machine operator; Lime spreading operator, construction job siter; SWEEPERS: Sweeper operator (Wayne type) self - propelled construction job site; TRACTOR- RUBBER TIRED: Tractor operator, rubber-tired, 50 hp flywheel and under; Trenching machine operator, maximum digging capacity 3 ft depth; TUNNEL: Dinkey GROUP 6: ASPHALT: Plant Oiler; Plant Fireman; Pugmill Operator (any type); Truck mounted asphalt spreader, with screed; COMPRESSORS: Compressor Operator (any power), under 1,250 cu. ft. total capacity; CONCRETE: Plant Oiler, Assistant Conveyor Operator; Conveyor Operator; Mixer Box Operator (C.T.B., dry batch, etc.); Cement Hog Operator; Concrete Saw Operator; Concrete Curing Machine-Operator (riding type); Wire Mat or Brooming Machine Operator; CRANE: Oiler; Fireman, all equipment; Truck Crane Oiler Driver; A -frame Truck Operator, single drum; Tugger or Coffin Type Hoist Operator; CRUSHER: Crusher Oiler; Crusher Feederman; CRUSHER: Crusher oiler; Crusher feederman; DRILLING: Drill Tender; Auger Oiler; FLOATING EQUIPMENT: Deckhand; Boatman; FORKLIFT: Self-propelled Scaffolding Operator, construction job site (exclduing working platform); Fork Lift or Lumber Stacker Operator, construction job site; Ross Carrier Operator, construction job site; GUARDRAIL EQUIPMENT: Oiler; Auger Oiler; Oiler, combination guardrail machines; Guardrail Punch Oiler; HEATING PLANT: Temporary Heating Plant Operator; LOADERS: Bobcat, skid steer (less than 1 cu yd.); Bucket Elevator Loader Operator, BarberGreene and similar types; OILERS: Oiler; Guardrail Punch Oiler; Truck Crane Oiler - Driver; Auger Oiler; Grade Oiler, required to check grade; Grade Checker; PIPELINE -SEWER WATER: Tar Pot Fireman; Tar Pot Fireman (power agitated); PUMPS: Pump Operator (any power); Hydrostatic Pump Operator; RAILROAD EQUIPMENT: Brakeman; Oiler; Switchman; Motorman; Ballast Jack Tamper Operator; SHOVEL, DRAGLINE, CLAMSHELL, SKOOPER, ETC. OPERATOR: Oiler, Grade Oiler (required to check grade); Grade Checker; Fireman; SWEEPER: Broom operator, self propelled, construction job site; SURFACING (BASE) MATERIAL: Roller Operator, grading of base rock (not asphalt); Tamping Machine operartor, mechanical, self-propelled; Hydrographic Seeder Machine Operator; TRENCHING MACHINE: Oiler; Grade Oiler; TUNNEL: Conveyor operator; Air filtration equipment operator --------- ------------------ ----------------- -------------- - - - - -- WA020001 Modification 3 Federal Wage Determinations 22 WA020001 Modification 3 Federal Wage Determinations ow No 23 ENGI0701E 06/01/2001 Rates Fringes CLARK, COWLITZ, KLICKITAT, PACIFIC CLARK, (SOUTH), SKAMANIA, ow WAHKIAKUM COUNTIES DREDGING: err ZONE A LEVERMAN, HYDRAULIC 31.80 7.75 LEVERMAN, DIPPER, vow FLOATING CLAMSHELL 31.80 7.75 ASSISTANT ENGINEER 29.69 7.75 TENDERMAN 28.72 7.75 ASSISTANT MATE 26.15 7.75 ow ZONE B LEVERMAN, HYDRAULIC 33.80 7.75 LEVERMAN, DIPPER, wo FLOATING CLAMSHELL 33.80 7.75 ASSISTANT ENGINEER 31.69 7.75 TENDERMAN 30.72 7.75 Im ASSISTANT MATE 28.15 7.75 ZONE C 4W LEVERMAN, HYDRAULIC 34.80 7.75 LEVERMAN, DIPPER, FLOATING CLAMSHELL 34.80 7.75 ASSISTANT ENGINEER 32.69 7.75 TENDERMAN 31.72 7.75 ASSISTANT MATE 29.15 7.75 ZONE DESCRIPTION FOR DREDGING: ar ZONE A - All jobs or projects located within 30 road miles of Portland City Hall. ZONE B - Over 30 -50 road miles from Portland City Hall. ZONE C - Over 50 road miles from Portland City Hall. wr *All jobs or projects shall be computed from the city hall by the shortest route to the geographical center of the project. rrr --------- ------------------ IRON0014F ----------------- 07/01/2001 ------------------ -- Rates Fringes ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, ur GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND ORIELLE, SPOKANE, STEVENS, WALLA WALLA AND WHITMAN COUNTIES IRONWORKERS 24.52 11.35 VA---------------------------------------------- --------- --- - - - - -- WA020001 Modification 3 Federal Wage Determinations ow No 23 IRON0029I 07/01/2001 Rates Fringes CLARK, CLALLAM, CHELAN, COWLITZ, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITTITAS, KLICKITAT, KITSAP, LEWIS, MASON, PACIFIC, PIERCE, SKAGIT, SKAMANIA, SNOHOMISH, THURSTON, WAHKAAKUM, WHATCOM AND YAKIMA COUNTIES IRONWORKERS 25.82 11.35 --------------------------- ----------------- ---- ---------- - - - - -- LAB00001D 06/01/2001 Rates Fringes CHELAN, DOUGLAS (WEST OF THE 120TH MERIDIAN), KITTITAS AND YAKIMA COUNTIES LABORERS: ZONE 1: GROUP 1 14.46 5.80 GROUP 2 16.78 5.80 GROUP 3 18.50 5.80 GROUP 4 18.98 5.80 GROUP 5 19.34 5.80 ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES): ZONE 2 - $ .70 ZONE 3 - $1.00 BASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, AND YAKIMA ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 but less than 45 radius miles from the respective city hall ZONE 3 - More than 45 radius miles from the respective city hall CALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC (NORTH OF STRAIGHT LINE MADE BY EXTENDING THE NORTH BOUNDARY WAHKIAKUM COUNTY WEST TO THE PACIFIC OCEAN), PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES LABORERS: ZONE 1: GROUP 1 16.92 5.80 GROUP 2 19.24 5.80 GROUP 3 23.92 5.80 GROUP 4 24.40 5.80 GROUP 5 24.76 5.80 ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES): ZONE 2 - $ .70 ZONE 3 - $1.00 WA020001 Modification 3 Federal Wage Determinations 24 0 ur BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT, TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT. ow TOWNSEND, PT. ANGELES, AND BREMERTON ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 but less than 45 radius miles from the respective city hall ZONE 3 - More than 45 radius miles from the respective city hall LABORERS CLASSIFICATIONS GROUP 1: Landscaping and Planting; Watchman; Window washer/Cleaner (detail clean -up, such as but not limited to cleaning floors, ceilings, walls, windows, etc., prior to final acceptance by the owner) GROUP 2: Batch Weighman; Crusher Feeder; Fence Laborer; Flagman; Pilot Car GROUP 3: General Laborer; Air, Gas, or Electric Vibrating No Screed; Asbestos Abatement Laborer; Ballast Regulator Machine; Brush Cutter; Brush Hog Feeder; Burner; Carpenter Tender; Cement Finisher Tender; Change House or Dry Shack; Chipping Gun (under 30 lbs.); Choker Setter; Chuck Tender; Clean -up Laborer; Concrete up Form Stripper; Curing Laborer; Demolition (wrecking and moving including charred material); Ditch Digger; Dump Person; Fine Graders; Firewatch; Form Setter; Gabian Basket Builders; Grout Machine Tender; Grinders; Guardrail Erector; Hazardous Waste yrr Worker (Level C); Maintenance Person; Material Yard Person; Pot Tender; Rip Rap Person; Riggers; Scale Person; Sloper Sprayer; Signal Person; Stock Piler; Stake Hopper; Toolroom Man (at job site); Topper - Tailer; Track Laborer; Truck Spotter; Vinyl Seamer wr GROUP 4: Cement Dumper- Paving; Chipping Gun (over 30 lbs.) ; Clary Power Spreader; Concrete Dumper /Chute Operator; Concrete Saw Operator; Drill Operator (hydraulic, diamond, aiartrac); we Saw and Bucker Chain Saw; Grade Checker and Transit Person; Groutmen (pressure) including post tension beams; Hazardous Waste Worker (Level B); High Scaler; Jackhammer; Laserbeam Operator; 4, Manhole Builder - Mudman; Mortarman and Hodcarrier; Nozzleman (concrete pump, green cutter when using combination of high pressure air and water on concrete and rock, sandblast, gunite, shotcrete, water blaster, vacuum blaster); Pavement Breaker; Pipe aw Layer and Caulker; Pipe Pot Tender; Pipe Reliner (not insert type); Pipe Wrapper; Power Jacks; Railroad Spike Puller- Power; Raker-Asphalt; Rivet Buster; Rodder; Sloper (over 201); Spreader (concrete); Tamper and Similar electric, air and glas operated err tool; Timber Person -sewer (lagger shorer and cribber); Track Liner Power; Tugger Operator; Vibrator; Well Point Laborer GROUP 5: Caisson Worker; Miner; Powderman; Re- Timberman; r Hazardous Waste Worker (Level A). WA020001 Modification 3 Federal Wage Determinations 0 w 25 LAB00238E 06/01/2001 Rates Fringes ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS (EAST OF THE 120TH MERIDIAN), FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND OREILLE, STEVENS, SPOKANE, WALLA WALLA AND WHITMAN COUNTIES LABORERS: ZONE 1: GROUP 1 17.66 5.00 GROUP 2 19.76 5.00 GROUP 3 20.03 5.00 GROUP 4 20.30 5.00 GROUP 5 20.58 5.00 GROUP 6 21.95 5.00 Zone Differential (Add to Zone 1 rate): $2.00 BASE POINTS: Spokane, Moses Lake, Pasco, Lewiston Zone 1: 0 -45 radius miles from the main post office. Zone 2: 45 radius miles and over from the main post office. LABORERS CLASSIFICATIONS GROUP 1: Flagman; Landscape Laborer; Scaleman; Traffic Control Maintenance Laborer (to include erection and maintenance of barricades, signs and relief of flagperson); Window Washer/Cleaner (detail cleanup, such as, but not limited to cleaning floors, ceilings, walls, windows, etc. prior to final acceptance by the owner) GROUP 2: Asbestos Abatement Worker; Brush Hog Feeder; Carpenter Tender; Cement Handler; Clean -up Laborer; Concrete Crewman (to include stripping of forms, hand operating jacks on slip form construction, application of concrete curing compounds, pumperete machine, signaling, handling the nozzle of squeezcrete or similar machine,6 inches and smaller); Confined Space Attendant; Concrete Signalman; Crusher Feeder; Demolition (to include clean -up, burning, loading, wrecking and salvage of all material); Dumpman; Fence Erector; Firewatch; Form Cleaning Machine Feeder, Stacker; General Laborer; Grout Machine Header Tender; Guard Rail (to include guard rails, guide and reference posts, sign posts, and right -of -way markers); Hazardous Waste Worker, Level D (no respirator is used and skin protection is minimal); Miner, Class "A" (to include all bull gang, concrete crewman, dumpman and pumperete crewman, including distributing pipe, assembly & dismantle, and nipper); Nipper; Riprap Man; Sandblast Tailhosem an; Scaffold Erector (wood or steel); Stake Jumper; Structural Mover (to include separating foundation, preparation, cribbing, shoring, jacking and unloading of structures); Tailhoseman (water nozzle); Timber Bucker and Faller (by hand); Track Laborer (RR); Truck Loader; Well -Point Man; All Other Work Classifications Not Specially Listed Shall Be Classified As General Laborer WA020001 Modification 3 26 Federal Wage Determinations ON, IM GROUP 3: Aspahlt Raker; Asphalt Roller, walking; Cement Finisher Tender; Concrete Saw, walking; Demolition Torch; Dope Pot Firemen, non - mechanical; Driller Tender (when required to aw move and position machine) ; Form Setter, Paving; Grade Checker using level; Hazardous Waste Worker, Level C (uses a chemical "splash suit" and air purifying respirator); Jackhammer Operator; Miner, Class "B" (to include brakeman, finisher, vibrator, form err setter); Nozzleman (to include squeeze and flo -crete nozzle); Nozzleman, water, air or steam; Pavement Breaker (under 90 lbs.); Pipelayer, corrugated metal culvert; Pipelayer, multi - plate; Pot Tender; Power Buggy Operator; Power Tool Operator, go gas, electric, pneumatic; Railroad Equipment, power driven, except dual mobile power spiker or puller; Railroad Power Spiker or Puller, dual mobile; Rodder and Spreader; Tamper (to include operation of Barco, Essex and similar tampers); Trencher, 4' Shawnee; Tugger Operator; Wagon Drills; Water Pipe Liner; Wheelbarrow (power driven) aw GROUP 4: Air and Hydraulic Track Drill; Brush Machine (to include horizontal construction joint cleanup brush machine, power propelled); Caisson Worker, free air; Chain Saw Operator and Faller; Concrete Stack (to include laborers when IMP laborers working on free standing concrete stacks for smoke or fume control above 40 feet high); Gunite (to include operation of machine and nozzle); Hazardous Waste Worker, Level B (uses same respirator protection as Level A. A supplied air line is aw provided in conjunction with a chemical "splash suit "); High Scaler; Laser Beam Operator (to include grade checker and elevation control); Miner, Class C (to include miner, nozzleman for concrete, laser beam operator and rigger on tunnels); Monitor �+ Operator (air track or similar mounting); Mortar Mixer; Nozzleman (to include jet blasting nozzleman, over 1,200 lbs., jet blast machine power propelled, sandblast nozzle); Pavement Breaker (90 lbs. and over); Pipelayer (to include working topman, caulker, collarman, jointer, mortarman, rigger, jacker, shorer, valve or meter installer); Pipewrapper; Plasterer Tender; Vibrators (all) GROUP 5 - Drills with Dual Masts; Hazardous Waste Worker, Level wr A (utilizes a fully encapsulated suit with a self - contained breathing apparatus or a supplied air line); Miner Class "D ", (to include raise and shaft miner, laser beam operator on riases and No shafts) GROUP 6 - Powderman LAB0023BG 06/01/2001 Rates Fringes COUNTIES EAST OF THE 120TH MERIDIAN: ADAMS, ASOTIN, BENTON, 'MI COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND OREILLE, STEVENS, SPOKANE, WALLA WALLA, WHITMAN HOD CARRIERS 21.35 5.00 --------------------------- ----------------- -------------- - - - - -- WA020001 Modification 3 Federal Wage Determinations we 27 LAB00335A 06/01/2001 Rates Fringes CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH OF A STRAIGHT LINE MADE BY EXTENDING THE NORTH BOUNDARY LINE OF WAHKIAKUM COUNTY WEST TO THE PACIFIC OCEAN), SKAMANIA AND WAHKIAKUM COUNTIES ZONE 1: LABORERS: GROUP 1 22.27 6.75 GROUP 2 22.77 6.75 GROUP 3 23.15 6.75 GROUP 4 23.47 6.75 GROUP 5 20.12 6.75 GROUP 6 18.06 6.75 GROUP 7 15.36 6.75 Zone Differential (Add to Zone 1 rates): Zone 2 $ 0.65 Zone 3 - 1.15 Zone 4 - 1.70 Zone 5 - 2.75 BASE POINTS: GOLDENDALE, LONGVIEW, AND VANCOUVER ZONE 1: Projects within 30 miles of the respective city all. ZONE 2: More than 30 miles but less than 40 miles from the respective city hall. ZONE 3: More than 40 miles but less than 50 miles from the respective city hall. ZONE 4: More than 50 miles but less than 80 miles from the_ respective city hall. ZONE 5: More than 80 miles from the respective city hall. LABORERS CLASSIFICATIONS GROUP 1: Asphalt Plant Laborers; Asphalt Spreaders; Batch Weighman; Broomers; Brush Burners and Cutters; Car and Truck Loaders; Carpenter Tender; Change -House Man or Dry Shack Man; Choker Setter; Clean -up Laborers; Curing, Concrete; Demolition, Wrecking and Moving Laborers; Dumpers, road oiling crew; Dumpmen (for grading crew); Elevator Feeders; Guard Rail, Median Rail Reference Post, Guide Post, Right of Way Marker; Fine Graders; Fire Watch; Form Strippers (not swinging stages); General Laborers; Hazardous Waste Worker; Leverman or Aggregate Spreader (Flaherty and similar types); Loading Spotters; Material Yard Man (including electrical); Pittsburgh Chipper Operator or Similar Types; Railroad Track Laborers; Ribbon Setters (including steel forms); Rip Rap Man (hand placed); Road Pump Tender; Sewer Labor; Signalman; Skipman; Slopers; Spraymen; Stake Chaser; Stockpiler; Tie Back Shoring; Timber Faller and Bucker (hand labor); Toolroom Man (at job site); Tunnel Bullgang (above ground); Weight -Man- Crusher (aggregate when used) WA020001 Modification 3 28 Federal Wage Determinations A 0 GROUP 2: Applicator (including pot power tender for same), applying protective material by hand or nozzle on utility lines or storage tanks on project; Brush Cutters (power saw); Burners; rr Choker Splicer; Clary Power Spreader and similar types; Clean- up Nozzleman -Green Cutter (concrete, rock, etc.); Concrete Power Buggyman; Concrete Laborer; Crusher Feeder; Demolition and Wrecking Charred Materials; Gunite Nozzleman Tender; Gunite or Sand Blasting Pot Tender; Handlers or Mixers of all Materials of an irritating nature (including cement and lime) ; Tool Operators (includes but not limited to: Dry Pack Machine; Jackhammer; Chipping Guns; Paving Breakers); Pipe Doping and Wrapping; Post 00 Hole Digger, air, gas or electric; Vibrating Screed; Tampers; Sand Blasting (Wet); Stake - Setter; Tunnel -Mu ckers, Brakemen, Concrete Crew, Bullgang (underground) me GROUP 3: Asbestos Removal; Bit Grinder; Drill Doctor; Drill Operators, air tracks, cat drills, wagon drills, rubber-mounted drills, and other similar types including at crusher plants; Gunite Nozzleman; High Scalers, Strippers and Drillers (covers rr work in swinging stages, chairs or belts, under extreme conditions unusual to normal drilling, blasting, barring -down, or sloping and stripping); Manhole Builder; Powdermen; Concrete Saw Ar Operator; Pwdermen; Power Saw Operators (Bucking and Falling); Pumperete Nozzlemen; Sand Blasting (Dry); Sewer Timberman; Track Liners, Anchor Machines, Ballast Regulators, Multiple Tampers, Power Jacks, Tugger Operator; Tunnel -Chuck Tenders, Nippers and m Timbermen; Vibrator; Water Blaster GROUP 4: Asphalt Raker; Concrete Saw Operator (walls); Concrete Nozzelman; Grade Checker; Pipelayer; Laser Beam rr (pipelaying)- applicable when employee assigned to move, set up, align; Laser Beam; Tunnel Miners; Motorman-Dinky Locomotive - Tunnel; Powderman - Tunnel; Shield Operator - Tunnel wr GROUP 5: Traffic Flaggers GROUP 6: Fence Builders GROUP 7: Landscaping or Planting Laborers --------- ------------------ ----------------- -------------- - - - - -- LAB00335L 06/01/2001 Rates Fringes CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH OF A STRAIGHT LINE MADE BY EXTENDING THE NORTH BOUNDARY LINE OF WAHKIAKUM COUNTY WEST TO THE PACIFIC OCEAN), SKAMANIA AND WAHKIAKUM COUNTIES HOD CARRIERS 24.64 5.75 --------- ------------------ ----------------- -------------- - - - - -- PAIN0005B 06/01/2001 STATEWIDE EXCEPT CLARK, COWLITZ, SKAMANIA, AND WAHKIAKUM COUNTIES STRIPERS wr WA020001 Modification 3 Federal Wage Determinations 0 Rates Fringes KLICKITAT, PACIFIC (SOUTH), 21.25 6.01 29 PAIN0005D 03/01/2000 Rates Fringes CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PIERCE, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES PAINTERS 22.94 3.73 PAIN0005G 07/01/2001 Rates Fringes ADAMS, ASOTIN; BENTON AND FRANKLIN (EXCEPT HANFORD SITE); CHELAN, COLUMBIA, DOUGLAS, FERRY, GARFIELD, GRANT, KITTITAS, LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA COUNTIES PAINTERS *: PAINTERS: Brush, Roller, Striping, Steam - cleaning and Spray 19.17 4.24 Application of Cold Tar Spray and Sandblasting Products, Epoxies, Polyure 3.48 thanes, Acids, Radiation Resistant Material, Water and 60 ft. or higher --------- ------------------ Sandblasting, Bridges, Towers, 3.48 -- Tanks, Stacks, Steeples 20.17 4.24 TV Radio, Electrical Transmission Towers 20.92 4.24 Lead Abatement, Asbestos SKAMANIA and WAHKIAKUM Abatement 20.17 4.24 *$.70 shall be paid over and above the basic wage rates listed for work on swing stages and high work of over 30 feet. --------- ------------------ ----------------- -------------- - - - - -- PAIN0055C 11/01/1999 Rates Fringes CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKIAKUM COUNTIES PAINTERS: Brush & Roller 17.10 3.48 Spray and Sandblasting 17.70 3.48 High work - All work 60 ft. or higher --------- ------------------ 17.60 ----------------- ------------------ 3.48 -- PAIN0055L 06/01/2000 Rates Fringes CLARK, COWLITZ, KLICKITAT, SKAMANIA and WAHKIAKUM COUNTIES PAINTERS: HIGHWAY AND PARKING LOT STRIPER --------- ------------------ 21.88 ----------------- -------------- 4.76 - - - - -- WA020001 Modification 3 Federal Wage Determinations 30 i r P PLAS0072E 06/01/1999 Rates F Fringes ADAMS, ASOTIN, BENTON, CHELAN, C COLUMBIA, DOUGLAS, F FERRY, FRANKLIN, GARFIELD, GRANT, KITTITAS, LINCOLN, OKANOGAN, PEND no F OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN, A AND YAKIMA COUNTIES ZONE 1: CEMENT MASONS 2 21.57 5 5.24 Zone Differential (Add t to Zone 1 rr r rate): Zone 2 - $2.00 BASE POINTS: Spokane, Pasco, M Moses Lake, Lewiston Zone 1: 0 - 45 radius miles from t the main post office Zone 2: Over 45 radius miles f from the main post o office r: WA020001 Modification 3 Federal Wage Determinations aw w 31 PLUM0032B 01/01/2002 Rates Fringes CLALLAM, KING AND JEFFERSON COUNTIES PLUMBERS AND PIPEFITTERS 32.08 11.53 --------------------------- ----------------- -------------- - - - - -- PLUM0032D 06/01/1999 Rates Fringes CHELAN, KITTITAS (NORTHERN TIP) , DOUGLAS (NORTH) , AND OKANOGAN (NORTH) COUNTIES PLUMBERS AND PIPEFITTERS 23.47 8.67 --------------------------- ----------------- -------- - - - - -- PLUM0044C 06/01/2001 Rates Fringes ADAMS (NORTHERN PART), ASOTIN (CLARKSTON ONLY), FERRY (EASTERN PART), LINCOLN (EASTERN PART), PEND ORIELLE, STEVENS, SPOKANE, AND WHITMAN COUNTIES PLUMBERS AND PIPEFITTERS 26.21 9.14 --------------------------- ----------------- ------------------ -- * PLUM0082A 06/01/2001 Rates Fringes CLARK (NORTHERN TIP INCLUDING WOODLAND), COWLITZ, GRAYS HARBOR, LEWIS, MASON (EXCLUDING NE SECTION), PACIFIC, PIERCE SKAMANIA, THURSTON AND WAHKIAKUM COUNTIES PLUMBERS AND PIPEFITTERS 24.57 14.72 --------- ------------------ ----------------- -------------- - - - - -- PLUM0265C 06/01/2001 Rates Fringes ISLAND, SKAGIT, SNOHOMISH,S AN JUAN AND WHATCOM COUNTIES PLUMBERS AND PIPEFITTERS 28.37 10.24 WA020001 Modification 3 32 Federal Wage Determinations Zone Differential (Add To Zone 1 Rates): Zone 2 - $0.65 Zone 3 - 1.15 Zone 4 - 1.70 Zone 5 - 2.75 BASE POINTS: BEND, CORVALLIS, EUGENE, LONGVIEW, MEDFORD, PORTLAND, SALEM, THE DALLES, VANCOUVER ZONE 1: Projects within 30 miles of the respective city hall ZONE 2: More than 30 miles but less than 40 miles from the respective city hall. of ZONE 3: More than 40 miles but less than 50 miles from the respective city hall. ZONE 4: More than 50 miles but less than 80 miles from the respective city hall. ZONE 5: More than 80 miles from the respective city hall PLUM0032B 01/01/2002 Rates Fringes CLALLAM, KING AND JEFFERSON COUNTIES PLUMBERS AND PIPEFITTERS 32.08 11.53 --------------------------- ----------------- -------------- - - - - -- PLUM0032D 06/01/1999 Rates Fringes CHELAN, KITTITAS (NORTHERN TIP) , DOUGLAS (NORTH) , AND OKANOGAN (NORTH) COUNTIES PLUMBERS AND PIPEFITTERS 23.47 8.67 --------------------------- ----------------- -------- - - - - -- PLUM0044C 06/01/2001 Rates Fringes ADAMS (NORTHERN PART), ASOTIN (CLARKSTON ONLY), FERRY (EASTERN PART), LINCOLN (EASTERN PART), PEND ORIELLE, STEVENS, SPOKANE, AND WHITMAN COUNTIES PLUMBERS AND PIPEFITTERS 26.21 9.14 --------------------------- ----------------- ------------------ -- * PLUM0082A 06/01/2001 Rates Fringes CLARK (NORTHERN TIP INCLUDING WOODLAND), COWLITZ, GRAYS HARBOR, LEWIS, MASON (EXCLUDING NE SECTION), PACIFIC, PIERCE SKAMANIA, THURSTON AND WAHKIAKUM COUNTIES PLUMBERS AND PIPEFITTERS 24.57 14.72 --------- ------------------ ----------------- -------------- - - - - -- PLUM0265C 06/01/2001 Rates Fringes ISLAND, SKAGIT, SNOHOMISH,S AN JUAN AND WHATCOM COUNTIES PLUMBERS AND PIPEFITTERS 28.37 10.24 WA020001 Modification 3 32 Federal Wage Determinations mm ---------------------------------------------------------------- PLUM0290K 10/01/2001 Rates Fringes Nr CLARK (ALL EXCLUDING NORTHERN TIP INCLUDING CITY OF WOODLAND) PLUMBERS AND PIPEFITTERS 31.52 10.80 go--------- ------------------ ----------------- ------------------ -- PLUM0598E 06/01/2001 Rates Fringes we ADAMS (SOUTHERN PART), ASOTIN (EXCLUDING THE CITY OF CLARKSTON), BENTON, COLUMBIA, DOUGLAS (EASTERN HALF), FERRY (WESTERN PART), FRANKLIN, GARFIELD, GRANT, KITTITAS (ALL BUT NORTHERN TIP), KLICKITAT, LINCOLN (WESTERN PART), OKANOGAN (EASTERN), WALLA ar WALLA AND YAKIMA COUNTIES PLUMBERS 28.85 11.55 wm --------- ------------------ ----------------- ------------------ -- PLUM0631A 06/01/2001 Rates Fringes MASON (NE SECTION), wr AND KITSAP COUNTIES PLUMBERS / PIPEFITTERS: 00 All new construction, additions, and remodeling of commercial building projects such as: cocktail lounges and taverns, aw professional buildings, medical clinics, retail stores, hotels and motels, restaurants and fast ww food types, gasoline service stations, and car washes where the plumbing and mechanical cost of the project is less than $100,000 14.55 7.98 All other work where the plumbing and mechanical cost of the project is $100,000 and over --------- ------------------ ----------------- 24.65 13.41 -------------- - - - - -- wwr WA020001 Modification 3 Federal Wage Determinations 33 TEAM0037C 06/01/2001 Rates Fringes CLARK, COWLITZ, KLICKITAT, PACIFIC (South of a straight line made by extending the north boundary line of Wahkiakum County west to the Pacific Ocean), SKAMANIA, AND WAHKIAKUM COUNTIES TRUCK DRIVERS ZONE 1: 2 GROUP 1 GROUP 2 GROUP 3 GROUP 4 GROUP 5 GROUP 6 GROUP 7 Zone Differential Zone 2 - $0.65 Zone 3 - 1.15 Zone 4 - 1.70 Zone 5 - 2.75 23.40 8.30 23.52 8.30 23.65 8.30 23.91 8.30 24.13 8.30 24.29 8.30 24.49 8.30 (Add to Zone 1 Rates): BASE POINTS: ASTORIA, THE DALLES, LONGVIEW AND VANCOUVER ZONE 1: Projects within 30 miles of the respective city hall. ZONE 2: More than 30 miles but less than 40 miles from the respective city hall. ZONE 3: More than 40 miles but less than 50 miles from the respective city hall. ZONE 4: More than 50 miles but less than 80 miles from the respective city hall. ZONE 5: More than 80 miles from the respective city hall. TRUCK DRIVERS CLASSIFICATIONS GROUP 1: A Frame or Hydra lifrt truck w /load bearing surface; Articulated dump truck; Battery Rebuilders; Bus or Manhaul Driver; Concrete Buggies (power operated); Concrete pump truck; Dump Trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations there of: up to and including 10 cu. yds.; Lift Jitneys, Fork Lifts (all sizes in loading, unloading and transporting material on job site); Loader and /or Leverman on Concrete Dry Batch Plant (manually operated); Pilot Car; Pickup truck; Solo Flat Bed and misc. Body Trucks, 0 -10 tons; Truck Tender; Truck Mechanic Tender; Water Wagons (rated capacity) up to 3,000 gallons; Transit Mix and Wet or Dry Mix - 5 cu. yds. and under; Lubrication Man, Fuel Truck Driver, Tireman, Wash Rack, Steam Cleaner or combinations; Team Driver; Slurry Truck Driver or Leverman; Tireman WA020001 Modification 3 Federal Wage Determinations 34 0 aw GROUP 2: Boom truck /hydra lift or retracting crane; Challenger; Dumpsters or similar equipment all sizes; Dump Trucks /articulated dumps 6 cu to 10 cu.; Flaherty Spreader Driver or Leverman; No Lowbed Equipment, Flat Bed Semi - trailer or doubles transporting equipment or wet or dry materials; Lumber Carrier, Driver - Straddle Carrier (used in loading, unloading and transporting of materials on job site); Oil Distributor Driver or MW Leverman; Transit mix and wet or dry mix trcuks: over 5 cu. yds. and including 7 cu. yds.; Vacuum trucks; Water truck /Wagons (rated capacity) over 3,000 to 5,000 gallons rrr GROUP 3: Ammonia nitrate distributor driver; Dump trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations thereof: over 10 cu. yds. and including 30 cu. yds. includes Articulated dump trucks; Selfpropel led street sweeper; ON Transit mix and wet or dry mix truck: over 7 cu yds. and including 11 cu yds.; Truck Mechanic Welder Body Repairman; Utility and cleanup truck; Water Wagons (rated capacity) over 5,000 to 10,000 gallons MW GROUP 4: Asphalt burner; Dump Trucks, side, end and bottom cumps, including Semi - Trucks and Trains or combinations thereof: over 30 cu. yds. and including 50 cu. yds. includes articulated dump trucks; Fire guard; Transit Mix and Wet or Dry Mix Trucks, over it cu. yds. and including 15 cu. yds.; Water Wagon (rated capacity) over 10,000 gallons to 15,000 gallons +rw GROUP 5: Dump Trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations thereof: over 50 cu. yds. and including 60 cu. yds. includes articulated dump trucks go GROUP 6: Bulk cement spreader w/o auger; Dry prebatch concrete mix trucks; Dump trucks, side, end and bottom dumps, including Semi Trucks and Trains of combinations thereof: over 60 cu. yds. aw and including 80 cu. yds., and includes articulated dump trucks; Skid truck GROUP 7: Dump Trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations thereof: over 80 cu. yds. and including 100 cu. yds., includes articulated dump trucks; Industrial lift truck (mechanical tailgate) rrr--------- ------------------ ----------------- ------------------ -- TEAM0174A 06/01/2001 Rates Fringes aw CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC (North of a straight line made by extending the north boundary line of Wahkiakum County west to the Pacific Ocean), PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND ter' WHATCOM COUNTIES TRUCK DRIVERS; GROUP 1: 24.94 9.12 +�r GROUP 2: 24.36 9.12 GROUP 3: 22.08 9.12 GROUP 4: 18.00 9.12 GROUP 5: 24.70 9.12 WA020001 Modification 3 Federal Wage Determinations Or 35 TRUCK DRIVERS CLASSIFICATIONS GROUP 1 - "A -frame or Hydralift" trucks and Boom trucks or similar equipment when "A" frame or " Hydralift" and Boom truck or similar equipment is used; Buggymobile; Bulk Cement Tanker; Dumpsters and similar equipment, Tournorocke rs, Tournowagon, Tournotrailer, Cat DW series, Terra Cobra, Le Tourneau, Westinghouse, Athye Wagon, Euclid Two and Four - Wheeled power tractor with trailer and similar top - loaded equipment transporting material: Dump Trucks, side, end and bottom dump, including semi - trucks and trains or combinations thereof with 16 yards to 30 yards capacity: Over 30 yards $.15 per hour additional for each 10 yard increment; Explosive Truck (field mix) and similar equipment; Hyster Operators (handling bulk loose aggregates); Lowbed and Heavy Duty Trailer; Road Oil Distributor Driver; Spreader, Flaherty Transit mix used exclusively in heavy construction; Water Wagon and Tank Truck -3,000 gallons and over capacity GROUP 2 - Bulllifts, or similar equipment used in loading or unloading trucks, transporting materials on job site; Dumpsters, and similar equipment, Tournorockers, Tournowagon, Turnotraile r, Cat. D.W. Series, Terra Cobra, Le Tourneau, Westinghouse, Athye wagon, Euclid two and four - wheeled power tractor with trailer and similar top - loaded equipment transporting material: Dump trucks, side, end and bottom dump, including semi - trucks and trains or combinations thereof with less than 16 yards capacity; Flatbed (Dual Rear Axle); Grease Truck, Fuel Truck, Greaser, Battery Service Man and /or Tire Service Man; Leverman and loader at bunkers and batch plants; Oil tank transport; Scissor truck; Slurry Truck; Sno -Go and similar equipment; Swampers; Straddler Carrier (Ross, Hyster) and similar equipment; Team Driver; Tractor (small, rubber -tire d)(when used within Teamster jurisdiction); Vacuum truck; Water Wagon and Tank trucks -less than 3,000 gallons capacity; Winch Truck; Wrecker, Tow truck and similar equipment GROUP 3 - Flatbed (single rear axle); Pickup Sweeper; Pickup Truck. (Adjust Group 3 upward by $2.00 per hour for onsite work only) GROUP 4 - Escort or Pilot Car GROUP 5 - Mechanic HAZMAT PROJECTS Anyone working on a HAZMAT job, where HAZMAT certification is required, shall be compensated as a premium, in addition to the classification working in as follows: LEVEL C: +$.25 per hour - This level uses an air purifying respirator or additional protective clothing. LEVEL B: +$.50 per hour - Uses same respirator protection as Level A. Supplied air line is provided in conjunction with a chemical "splash suit." LEVEL A: +$.75 per hour - This level utilizes a fully - encapsulated suit with a self- contained breathing apparatus or a supplied air line. WA020001 Modification 3 36 Federal Wage Determinations 16 r ZONE DIFFERENTIALS Zone pay will be calculated from the city center of the following listed cities: to BELLINGHAM CENTRALIA RAYMOND OLYMPIA EVERETT SHELTON ANACORTES BELLEVUE 60 SEATTLE PORT ANGELES MT. VERNON KENT TACOMA PORT TOWNSEND ABERDEEN BREMERTON TRAVEL - Zone A - 0 - 25 miles - Free Zone rrr Zone B - 25 - 45 miles - $ .70 per hour. Zone C - Over 45 miles - $1.00 per hour. --------- ------------------ ----------------- ------------------ -- TEAM0760C 06/01/1999 Rates Fringes ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT KITTITAS, LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, AND WHITMAN COUNTIES TRUCK DRIVERS (ANYONE WORKING ON HAZMAT JOBS SEE FOOTNOTE A BELOW) o, ZONE 1: (INCLUDES ALL OF YAKIMA COUNTY) No GROUP 1 17.42 7.31 GROUP 2 19.69 7.31 GROUP 3 20.19 7.31 GROUP 4 20.52 7.31 wo GROUP 5 20.63 7.31 GROUP 6 20.80 7.31 GROUP 7 21.33 7.31 GROUP 8 21.66 7.31 aw Zone Differential (Add to Zone 1 rate: Zone 2 - $2.00) BASE POINTS: Spokane, Moses Lake, Pasco, Lewiston Zone 1: 0 -45 radius miles from the main post office. Zone 2: 45 radius miles and over from the main post office TRUCK DRIVERS CLASSIFICATIONS wr GROUP 1: Escort Driver or Pilot Car; Employee Haul; Power Boat Hauling Employees or Material GROUP 2: Fish Truck; Flat Bed Truck; Fork Lift (3000 lbs. and under); Leverperson (loading trucks at bunkers); Trailer Mounted Hydro Seeder and Mulcher; Seeder & Mulcher; Stationary Fuel Operator; Tractor (small, rubber- tired, pulling trailer or similar equipment) WA020001 Modification 3 Federal Wage Determinations ow M 37 GROUP 3: Auto Crane (2000 lbs. capacity); Buggy Mobile & Similar; Bulk Cement Tanks & Spreader; Dumptor (6 yds. & under); Flat Bed Truck with Hydraullic System; Fork Lift (3001- 16,000 lbs.); Fuel Truck Driver, Steamcleaner & Washer; Power Operated Sweeper; Rubber -tired Tunnel Jumbo; Scissors Truck; Slurry Truck Driver; Straddle Carrier (Ross, Hyster, & similar); Tireperson; Transit Mixers & Truck Hauling Concrete (3 yd. to & including 6 yds.); Trucks, side, end, bottom & articulated end dump (3 yards to and including 6 yds.) ; Warehouseperson (to include shipping & receiving); Wrecker & Tow Truck GROUP 4: A- Frame; Burner, Cutter, & Welder; Service Greaser; Trucks, side, end, bottom & articulated end dump (over 6 yards to and including 12 yds.); Truck Mounted Hydro Seeder; Warehouseperson; Water Tank truck (0 -8,000 gallons) GROUP 5: Dumptor (over 6 yds.); Lowboy (50 tons & under); Self - loading Roll Off; Semi -Truck & Trailer; Tractor with Steer Trailer; Transit Mixers and Trucks Hauling Concrete (over 6 yds. to and including 10 yds.); Trucks, side, end, bottom and end dump (over 12 yds. to & including 20 yds.); Truck - Mounted Crane (with load bearing surface either mounted or pulled, up to 14 ton); Vacuum Truck (super sucker, guzzler, etc.) GROUP 6: Flaherty Spreader Box Driver; Flowboys; Fork Lift (over 16,000 lbs.); Dumps (Semi -end); Mechanic (Field); Semi - end Dumps; Transfer Truck & Trailer; Transit Mixers & Trucks Hauling Concrete (over 10 yds. to & including 20 yds.); Trucks, side, end, bottom and articulated end dump (over 20 yds. to & including 40 yds.); Truck and Pup; Tournarocker, DW's & similar with 2 or more 4 wheel -power tractor with trailer, gallonage or yardage scale, whichever is greater Water Tank Truck (8,001- 14,000 gallons) GROUP 7: Oil Distributor Driver; Stringer Truck (cable oeprate d trailer); Transit Mixers & Trucks Hauling Concrete (over 20 yds.); Truck, side, end, bottom end dump (over 40 yds. to & including 100 yds.); Truck Mounted Crane (with load bearing surface either mounted or pulled (16 through 25 tons); GROUP 8: Prime Movers and Stinger Truck; Trucks, side, end, bottom and articulated end dump (over 100 yds.); Helicopter Pilot Hauling Employees or Materials Footnote A - Anyone working on a HAZMAT job, where HAZMAT certification is required, shall be compensated as a premium, in additon to the classification working in as follows: LEVEL C -D: - $.50 PER HOUR (This is the lowest level of protection. This level may use an air purifying respirator or additional protective clothing. LEVEL A -B: - $1.00 PER HOUR (Uses supplied air is conjunction with a chemical spash suit or fully encapsulated suit with a self- contained breathing apparatus. NOTE: Trucks Pulling Equipment Railers: shall receive $.15 /hour over applicable truck rate WA020001 Modification 3 Federal Wage Determinations 38 +ter -- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - WELDERS - Receive rate prescribed for craft performing operation aw to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29 CFR 5 .5 (a) (1) (v) ) . --------- ------------------ ----------------- ----------- - - - - - -- -- wr In the listing above, the "SU" designation means that rates listed under that identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be No prevailing. WAGE DETERMINATION APPEALS PROCESS rrr 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter an * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests 10 for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial to contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U. S. Department of Labor +�r 200 Constitution Avenue, N. W. Washington, D. C. 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7) . Write to: ` Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N. W. 4W Washington, D. C. 20210 WA020001 Modification 3 Federal Wage Determinations aw aw 39 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Ili Administrative Review Board U. S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION WA020001 Modification 3 Federal Wage Determinations 40 C to aw Vw or rrr APPENDIX B - STANDARD PLANS CITY OF RENTON APPENDIX B STANDARD PLANS H:\ DIVISION. S\ TRANSPOR .TAT\DESIGN.ENG\Ryan\Anamrtes_ Sunset \BidPack\AppB \COVERappB.DOC SR900 — NE Sunset Blvd. /Anacortes Ave. NE Intersection Improvement Project City of Renton ar �+rr air ar arr r • WOM CITY OF RENTON DEPARTMENT OF PLANNING, BUILDING & PUBLIC WORKS iii -2" 'SR -900 - NE SUNSET BLVD./ 4- 3" *QRTES AVE. INTERSECTION 4" IMPR0 NTS - ,-CJT-Y �OF RENTON 4" 3" FEDERAL AN) GRANT FUNbS; T-Eik (Dollar) 3" 4'1 % v 6. CO RACT AMOUNT: (Dollar) 3" 2.5" CONO MUM -'I ame) �ry,� 3" 2.5" SCHEDULE: (Start Date to Completion) 2: 4'x8' 1/2" Exterior Plywood (Smooth Both Sides, ABX) 2 "x4" Diagonal Brace D.F. Std. &Btr. (TYP.) 4 "x4 "x12' Vertical Posts Treated (TYP.) N NOTES 1• PAINTING. THE FACE AND EDGES OF THE 1/2 INCH PLYWOOD SIGN BOARD SHALL HAVE ONE PRIME COAT AND TWO COATS OF EXTERIOR ENAMEL. THE POSTS, BRACES AND BACK OF SIGN BOARD SHALL HAVE ONE COAT OF PRIMER AND EXTERIOR ENAMEL. THE BACKGROUND COLOR IS WHITE. 2• LETTER TYPES. THE LETTER TYPE SHALL BE SOLID HELVEfICA MEDIUM EXCEPT THE LOGO WHICH WILL BE PROVIDED BY THE CITY. ALL LETTERS AND NUMBERS WILL BE BLACK. 3• LETTER SIZE. 4" LETTERS ARE 1/2" WIDE; 3" LETTERS ARE 3/8" WIDE; 2" LETTERS ARE 1/4" WIDE. APPROVED BY: PROJECT SIGN DETAIL DATE: 1 SHEET: ABOVE ROADWAY (MIN) 2� «2 R� of /\ Ek #$ w� @o �. 4 L 0 \ a a � V) $ LLJ < o 0 Q . o C C cr. _ 2 ¥ \ \ \ V) q o 2© § \ > ° � § q z b ° ( 2§ E§ $ � / / co < » c | a � < Q z a 61zo 6 O ° � U . W & GE « b ƒ 8& w _ \ 0z $\ ®/ / /< \ { // \ /} / / © _ z R o q 0 Q C\ ) m +7 < ) \ Lj z L �_ w m K 7 4 c � / z . <z . o $: \ h� «' o �� E Z \/ E\ 0- Q «V �o b C) / < �r jb 3 . �C 3 < / c2 \ f/ \/ z ZCL � < >uo 00 X U UJ<m 2 / L a < o LAJ / u�\ u oF-h b3 \3 3L, 3 w< b woo of CL e � z� �5 =oz >� m D --� to O N r m mp m Z O m TI :V =OW mmDD� -n K) ZZ< ' D : --n C-) O r I � W m DN_ TIZ� (� m co a) W z N O N D -� ;o O n CD W �� 0 m{ m : ONr UCH 0 V) z — -Z-1 Z O D m U) CD m� X D O D r- -0 N m O� Z N 0) Ir . o N CJ� I O TI C TI CO rn -i 0 rn \ OmCD 1 To0 TIN m O �rn ON mD rn z rn C) O c C) N <D O O Dm m �� DO r- 0 N Ln O) �p N ? < mx o� � �O-4 v m 5 2 Df*t S 2 c: �� zm n� -1 00�� - � to <M Or4i* � m--a DODCl� �Cr� A > C mpm mm Ln ;D O 0 O X m r40r7lm r-iT rn D D --I D Z X C Z z� O S� ;o ;o S O m S r D Z non Din V) (n �0ZLI) r +�' Z �zm SNm r^D =D-I(n 0 IL u D DT1Z DmZ Or- mrl?O Z r r->0 rr-W (nTtn �W OOC-a D mr-(A <m r0. m K O DDN SOD m'ON Zm> m CD m0 FD > ww ZKDO M N '=i �Drr- 0-IW r- '� F >DZ a C 9 Drm mm D -m°D (rDW Z yE o-V ftj z _ N>Z mCm O NMO� -3 O \.r v0 D ZO -<-4= Fn O D M IM LO z m L,) -4 CZr-1 (n ['h m Dm =Sptn. m MDR ;� Co i7j;oZ m. m Noz O 9 >z0 mm -4 !D z �Om m 'U m C" mOD m --4 m� N2m lD S m m rn D m0� V) En TI C TI CO rn -i 0 rn \ OmCD 1 To0 TIN m O �rn ON mD rn z rn C) O c C) N <D O O Dm m �� DO r- 0 N Ln rm D Z D m 0 mx mx o� mC C5 m= c: �� zm n� m m--4._..I > C nrn m O 0 O X m 10 m Z z� M 0 -n N D Z 0 m O r m Z z O g 0 o u D n C n 2 r D D r X O m Z O m = m O Z K O m D TI C TI CO rn -i 0 rn \ OmCD 1 To0 TIN m O �rn ON mD rn z rn C) O c C) N <D O O Dm m �� DO r- 0 N Ln e +� ¢ ¢ W cr c N o° W W v - .o m r°- o ..9 U J m W d a c W v 0 V _ > w m • 1W-iW- UW V� ..Z _ ZW ~+m 11111 ..� Y U �Uin a _ LLIX U cc UO °U •. ;Z ZO wz F-< z W „>• _ N .4 WIA •'V. cr 1N11 c + c c c o 22 z .� Q o � W ° ox 0 v �n O � U 4W �� 2 =3 O W � C [Z < = 14 a „►-,I h- U a n z ° 00 CL z < do I Z ZO m mwN W r no I c W U O U 1� n LAM u O � f .4Z LD F- �"`' N N i- ..iF W Z OD J W r11r U (2 Z I W io Z O z ••� W C O-OU o• H p m Ln Vm > 222: d o , t� d r 0 �'-- -� !-Ix WU ; ° 9 0 No nr N h L �• t O O D X /+f z 0 NIM „6i J o ui l4D ^ W z ... W Z V m CL N Y L ►- 7 cr �a- H W = m W cr c N o° W W v - .o m r°- o ..9 U r oo W d a c W v 0 Z U IY > w m UW V� � _ Y 00 �Uin a _ U cc UO 3 •. ;Z ZO wz F-< z W „>• _ N .4 WIA •'V. cr O o We �.: U z .� Q U mU �r a 71 0 v O � Z �� 2 =3 O N � C [Z 14 a � a n z ° 00 CL z < do I Z ZO m W r no I c W U w _ � f .4Z LD F- �"`' N I i- Q _ - U in I W io Z O z ••� W ZN• ' V Z .. ZQ o• H p m Vm > 222: d cr �a- H W = m W cr c N o° W W n Z Cr r°- o ..9 U W W m � O a c W Ww 0 M w U IY W UW V� � _ U~ 00 �Uin a _ U cc UO 3 •. ;Z ZO wz F-< z Qm „>• _ N .4 WIA •'V. V O co W = We �.: U z .� Q o mU �r a 71 0 v Z „L =3 O � C 14 a Jm co Ix a n z ° 00 CL z < do ZO m ►IZ MW xW ¢ no I c W w _ W= f .4Z LD F- �"`' U O i- _ - in I W io Z O z ••� J!W mZ ZN• ' V Z .. ZQ o• H p Vm > 222: �'-- -� !-Ix WU ; 9 ..i W O d (� a >R W no N G cr �a- H W = m W cr c o° W W n Z Cr r°- o ..9 U W W m Z U c ° O gv O m I U IY «ZI W Ir mw U cc —]-Cc Qm U Y V O o - 0 v ¢ « ►-•i H W = m U C3 W Z�1 Z Cr ..9 AM 3 c W W m r n U c ° O gv a »« � I T| 10M `|| s �_ f - - {i • . _ , - . » mc 3 � . . : � A0 3k ) ■! kkk § %■ w m _ % §! VX , a »« � � 10M `|| s �_ f - - {i '! )�° !� » mc 3 |o ■ ¥ a »« M3.11 §;. |.� O� (! � �, ■�_ � � 10M `|| s �_ f - - ■v� - )�° !� » mc 3 |o ■ ¥ �� £ ns : � A0 3k ) kkk § � w m _ £ . M3.11 §;. |.� O� (! � �, ■�_ - E 10M `|| �. ! f f f - )�° �\ � | , � . ..._. .� 0 � � N \ }�a ® §( \{ )ƒ 0c R //f �. ! f f f _ |o ■ ¥ �� £ \% : 4 � £ � , $ $ �� |!» , - `{ }o � § . -� % fo ! \{ )ƒ 0c R //f aw [7 so S cr C` Q Z 1i u S U Q O Q CL Q Z V) T Z in 1 Zz O (A a W W W } 4 F- J O p U �myK < W CLago <c F aHZ °z wl WOi 0v° -i-ia< o a° Z<<, T Z Z i? a� z 2 a � W 17 n �T Z dll co ZO'0 i MF� w (D O Li W < � W .L- m 1 b z N � e z N � J 0 O IL w w N , ma v w N W1 io p ZZ <ZyH W WW ww 64 c u Wa cr �j O ~ m� z69 mug ww 4 h II I 4 Ell- :z J �0Z 10 < 53 a` N chi a < Z < N 110 ~z W W ° � Z K ZOUZ R V Z�Z W WFO Mum db?0 w l W '�' \.,. fir✓ aF O Z 7 10 _Z La co 7 b O ZH pzp,, m O W W �O 2 i N s IZw< ma v w N W °8 v y a. C m U'I �a< 64 c O jw6o m� O ww 4 WrA S <J C mm �.L W a W v < 06O >f LLI k W 0UxKW � W �OOI` w a aU Zw I ? �W a zai32 IG I,. A E �V) w E+ d d U O z w z � d Z 1Jy4, o IZw< ma v w yR o C W °8 v y a. C m m �a< 64 c jw6o m� < t ww 4 WrA S <J C mm W a W v < 06O >f 6 B Fa k W 0UxKW � W �OOI` w aU Zw I ? �W a zai32 IG I,. U W z ^CO<. WyNj W (D j < Z t °2 2 <O z OWym at Z— a m z N z a W W< 0: a3y< Q < m K W m z N 'W IT X f W CLWMOZZ <�� <O mO <mma U Zm < is�S< HZ,: 4M zaW yJ i- �'mm3 W z <W i O W z a W U< W <aU7?UU,AWUF -m $ O= o m m r O r rn W D r c 0 m m C m CD 2 D m0 CD�On�r "im = m O N O Z N 0 x Z * XL"rmnzON2ozo 0 m 0 m o o-q D N A mC O D A m O N W D 0 2 ry�rr v 00 rn z> o D m N m A E5 r O m OA c D N r N O D p N n (7 A m \ A c ZO r 1 r \ m m v y o N N z _� Z m -a O z o 0 m � . _ , CL j O Dm (n0 N O W n 0 m 0; 0 m O c\i AS° m m -0 m 0 D W =!;o O -i mD an c > 2 _MW rD n m v { om Nr O p N -00 Om z0 > D S �= m n = r D il m m = n W 0 A n N Z R* m V N m A O c- 0 D D N Z D D n D z 0 r vc ormz< c D V) z Z N v Om D mmvWmvr �o�?�; {-0 O raD f m D D y D -� z= m pM=Omr=1AC 1A T1 Cm� z�� z mn =DnA (nN -N-zi D 2 \ _ N ...SmD Ax D Al fTl LnrrrD,�C1N -j N D 2 oc O v� n O izz zwomW i°o> � N m D D \ � Z M r m A W r � W m $ O= o m m r O r rn W D r c 0 m m C m CD 2 D m0 CD�On�r "im = m O N O Z N 0 x Z * XL"rmnzON2ozo 0 m 0 m o o-q D N A mC O D A m O N W D 0 2 ry�rr v 00 rn z> o D m N m A E5 r O m OA c D N r N O D p N n (7 A m \ A c ZO r 1 r \ m m v y o N N z _� Z m -a O z o 0 m � . _ , CL j O Dm (n0 N O W n 0 m 0; 0 m O c\i AS° m m -0 m 0 D W =!;o O -i mD an c > 2 _MW rD n m v { om Nr O p N -00 Om z0 > D S �= m n = r D il m m = n W 0 A n N Z R* m V N m A O c- 0 z D V) z M0 -I OD � IL z 0n= D z mn �C to 0o cn _ n O m rn r m� Z M m o dZ �Z M H Z -1d O O � rr � � ►C E 0 N -o z d 5 o a r� to o) y z z 9 W .a Ln r 0 t~ O D O r*� c x 0 0 rn D l 6• , ' v \ I � N o D � r x m Z Z v D Z m m A _+ N i / N / / / / / .Q / 0 F ,qpA ,y ll�l N O zm �n rD r N Z z m ^� =(7 M>0c r*i -< rm m� -4MMD Z C � O 0 N m O 0 ,'u M c O m r n � Z � 2 CO O V) Z c/) %-IT C7 � t � O O -n cn Oo 0 Z 0 m mO Z D o °m n I z� D D O� r D =D O O C n CD / F a OF, 10 V7 ,N0 mN0 O m A Am< K N M X Z > K' 0 0 COX zora- m vow 2A N CURB FACE ISO � Z I APPROACH r c- 0 z D V) z M0 -I OD M z 0n= D rn mn r 0o cn _ n O m rn r Z M 6• , ' v \ I � N o D � r x m Z Z v D Z m m A _+ N i / N / / / / / .Q / 0 F ,qpA ,y ll�l N O zm �n rD r N Z z m ^� =(7 M>0c r*i -< rm m� -4MMD Z C � O 0 N m O 0 ,'u M c O m r n � Z � 2 CO O V) Z c/) %-IT C7 � t � O O -n cn Oo 0 Z 0 m mO Z D o °m n I z� D D O� r D =D O O C n CD / F a OF, 10 V7 ,N0 mN0 O m A Am< K N M X Z > K' 0 0 COX zora- m vow 2A N CURB FACE ISO � Z I APPROACH r I Y � U z < O UZ p1 W O, o_-' map pxin �j Z W O N m U Qt U��O F (9J QyX In 2W S LU m Z f oOQ =mU Z z to Z ZW NmZ �`' W O F �\ Q C4 m Ir U W fro ~HH U p Z A W d V i�l 2 p w uj 6i w n QU W Q z q = a QOZ} �-W 0 U N w aW f] 0, XWWO F aw a. 0 S �. Omw ~�( Ej O03F UJ 2 2NW mUN 0 0 0` Q pV) _ 0:C - o CL Z QQZU <Z �o Uo U Qom' ay0 w��m t` ¢J � J + 4 0 w mz0 t -W(�X.1V) r H d O O JUU > ZUJ S+ ii-, Z 0d�y, V) O d V)ZQ QWQO 2 2 O 6 f(A .-�Q O V,Im WH A• Q d 7 W <<<w 01 J Q wrr O U }Z� nNn.W 0 W m W Q m W j m i m W JWT mQm Q J O N O f-W� OWmW 0 -jw l.1 Q V) Q W �WiQZ -mom Q = Z ~ Z SO �mV)U Y aoQO Q n Ci D ���3 OZ_ 3inW~ N< a a- Z O Of A Z W JRm p MQ.20 U W Q U Q 7 S W O O U U O Q ~ O Q d' IS/ISO ~EAU Z OU O } W O U U m m }�-ZW Z m W� F WXQ -i LLI W X U m W W W 0 0 W Uv I �w 3'S v=i rS vpi cWn d W Of Z � V) d as (.3 Z m I m O Fa- O U m (n U Z O \ N dI81S JNI1Nvld w cn W Q o r 3 M Z O_ N m w Q z F- N Q Z W J (� iFall _ M- Z Z N d Z _ X W J F- J W 0� J O Z Z e� Q Q O z0 a Z J < U <z a ~ U) N Z) Q � U W f- W W 1~- W O M x m U c� cV W > 0 0 Q \U Q Of z Q Q Q Q J d O of J Q 3: Q Of O Aw Q W A N U U 0 + It Q N Z � W L`' � O ---- m� Z O d in N O S O C O - - -- 0 Q Z N It W W Q X I LL Otf Q J m W Q N X (Y W d \ \ Ckf U X � \\ O N .- •- N 0 \ r i > �03 X m eaa > 2/k r c >Z 2 //q m \�> 79// o/r m m :@ 0 2 / '$ R ¥% xpm X 0 >m \7 � 7 2 \ � E \ > �03 X 0 a r Z 0 m 9: j \ q \ \7 7 / q \ / \ / m � 0 a_ 0 � x z , \ I 9: j \ q \ , y / E V) m co / e . m \ \ 0 m q \ m § \ $ / \ \ / 0 a \ \ K \ j \ /R .gym /® // jo M I$ am sm Aw ,w to 40 4M w to r► fm aw 4m Op go r•r x .I• •'r r . .I• X r,• A � o o 0 c ° � a " o u L x A O 3 pt N a 2 . PZ 3 c o ° N x -6 ES < o O� A A n n � A n O A O w A A a 0 c N Z O M O O O. X fN J ' F Oa W H a L., 1- J ui ° Q A a o c A 0 AN 0 Aon �YT �✓ Ov X °Do L p'y o O O.°. O �-6 EAz le \ w O 1- 1-- Z W r � a r- rI O v• a � Az ' a 0 L r•�• Oca -4 y m X L y C_i N P X N 3Z c n� < u P . 4 r - V1 A r � o wc Y M I N c J W T X LAJ Q Z o p �.. •o O a 3 F- - N A O N p O C o � v A ° x L o 3 N p �G F-- v p O O! W Q t O P +� � N p � O Z o ° P W O V'1 Z N ° Q A a o c A 0 AN 0 Aon �YT �✓ Ov X °Do L p'y o O O.°. O �-6 EAz le \ w O 1- 1-- Z W r � a r- rI O a- 0 ° Q A a o c A 0 AN 0 Aon �YT �✓ Ov X °Do L p'y o O O.°. O �-6 EAz le \ w O 1- 1-- Z W r � a r- rI rI G7 :Er, m X 0 0 Z i cz; z ;u D 0D� 0 O m m rnC)0 c! N Z � �p0 w m Fri ;u C O N 0 O O z >0 > z o —{ D D 0 . m O o > --i Z z � D _ N m X o O � r m D -C O MCI) DD 0 Z -Do � I O -t mm W W mx D --I _ N O O O N N N C x mm O Q;0 -0 D 0 ("' D O � N r < Z _� —{ Z 0 Z c� o Z O O i C rim V m G7 IL (n O 0 N z a O n D� ZoZ m� O °v �Z Dr 0 D N 0 :14 z n mn 0 O -0 --I �m 0r u, Z d o O K0 r-C� zO O 0 (� N D� DN = z x o m m c) ON\ r z x DAN cn = =y m < D G1 m (n D 0 a? Z I!1 D fN 0 r 0 O N _ MEN-_] _ � _ am _ --Ie� / t g\ @& Q@ << \ / 0< Fr/U) a� 00 3 $�f 3E w� \< E 1/ ® 2 \\ : @R / \\ / � \ 2 < FA 2< G » g / t g\ @& Q@ R \ / w� Fr/U) E (10 2_j $�f < I E 1/ ® 2 C)k : @R / \\ S 2 //\ � L< 2 �q // 7 0 z < � LJ O> R 22m z /®/ z < Ld �e $7 =/ _j 2 u \ o a ?� }\5 C) 3 E- 0 -io< J a- I zz m ? Ems \ go `§ z/77 // 2 z �% > pq L/ < lib / \ E _ � a 0 bF\ R r� 4d 0< » 2< k U df eEe N 0 0 G » g / t g\ @& Q@ u \ . u Fr/U) $�f m I E 1/ ® 2 3 : @R / \\ w 2 //\ � \ �q // 7 /0 / \\ /E o \�/ LLI m> u �e 2= o o< 2 V) u \ o a 7§2 3 E- 0 Z-0 2 :D w§� 0° go `§ LLId 2 �% 4 O 0 E N 0 0 � Ll C� w V) < /, q \ �% � w OO � cli \\ .j B u \ 0 � 0 m I E Q e w \ / / \\ o QS �e Z 3 E- 0 §k 2 :D 4 0° go `§ 2 § 4 O 0 0 R r� 4d P. k § � Ll C� w V) < /, q \ �% � w OO � cli \\ .j z N D D_ r •• Z = r- D m� N � (n D m� m m r- + or D `d m ` 3O 0 z 0 > ° cn � z O �"d � Z H "o Utz fl z ID MW z O z z v � D O 9 c� ITt z r -3 0 O N 0D ��1D0\D Z = r Z r ca rrn :r _V o�V� D m V) p ;Dm N M r O N V) O mN z m r- 00 j OD r- Z �r m V V) "4, D D 0> cn m mD,Z -jmD o DX?I r <XC)rn mDZ onz 0 Cn e C I V) N z O 0 c) �r V w c� 0- d z a 0 N YAW F W o zM a C]z do U) w a o E- � E- r� W 00� zQ z A O dU O A + W J � 04 O a z w Q O M v LA- W m Aw Q ZWUZUX (if U 4 Z U (If z p. a O CN 0 Q lr oo LJ < (Jj Z m uj �U � O z 4w O T) X a Q cr n N v -q- N lw 0 W . O Q Hm LV1W W Y W U W O w Z Q t cr m �r a N UOU U a Z w Q �_ N N J d \ \ N QJ i I c� w it N � _ w •- V) M _ N (n T I O N (O W M — aw W 0 U W Q Y M or QM -� J m m O Q W CO►-Of 0) N - 11�1 W Q of ow err ti ti vvv mmm mmm 000 rrr -P� W N OOLn ACW� (.n Ln 2 K: K: = =I I I I I I I I WNN OOO O OOO pPn D C7 O -3 m > a z r O O N • • Z • cD c W cu Ln • • r • cn g m c •• --I L X • • M r •• r W z z • • r� m� m� z 'r-�, •• m m mMm •• ms` m� XO Dr- 'v 0 • • U)-< vfi- • �-+mi M = _ m tn m � • • • -na m N l c� � O • M • r � • p m � • • • � a • m •• m �-.• w • • r D T • • m x • • x • • x .� • m ;u • X m • U r C) m Z m r z m 'v ' cj D '3 z z � r Od y Z O �� z M� .. v � C1] o �o z C7 wZ o 01y z x cn �o O1 tay � D C7 O -3 m > a z r O O N • • Z • cD c W cu Ln • • r • cn g m c •• --I L X • • M r •• r W z z • • r� m� m� z 'r-�, •• m m mMm •• ms` m� XO Dr- 'v 0 • • U)-< vfi- • �-+mi M = _ m tn m � • • • -na m N l c� � O • M • r � • p m � • • • � a • m •• m �-.• w • • r D T • • m x • • x • • x .� • m ;u • X m • U r C) m Z m r z m Nor---] 4r uw Im ow W z_ J S U Q O a- Q N O Q O m _ d ,,, H oz- W a C() O af LJ NJZ C] d w = J f/1 Ln O °QL- w p z o <a.0 z Io Qw Q Z V) Li z 14 �w N O Nw as LL 0 L" � LZ. o O a L) I a C5 F Q 0 O Z< Z O w m Q W O 0 ���� z w �, z u ; Of Q Q QQQZ 04 • UU�, O Z U mmmo O O 0 � 000 o C) 05 V Z 33r 3N 000 af QQQ� a W �J00I� m m III � z • _ LL m D Li J Oinoo = �� Z NNOO • �- N z "' "' w cn LL, Ln Ld ® a_ J I I I • �w >w ~ Y H Y �Y yW = OOLo W� w� N L.j Q NANO F-Q Q _m Sm 3 N W r W a . z z Z~ Y Q J J > d J •• F- a LJ NJ =m w • 3g: w _Z • -L N Z J J N W Z Q N -j 00 nn eo L •• N LJi N W N •� N W [n W (n N N H Y F- • l of W H Q H Q • �w �w S z _ z U 'cfJ �J Q N� "—T I Y V in m-4 N O d � z m --� �a °0 ro ill N zy b " O C� ztv a m x 0 0 �3 0 0 0 OD W V s �7 .m M o o ow .n Y V cr �. m ." ` • W . N ow r �r7 v NEW-71 is in M —i Q� Q . �cv t b N co W C� o N m m Z o d 0 P LLJ co O 0 �1 Q +, Q r W O +i Z It U W co CM U U U. coCC t— Y 0 I.- to s 0 W m o .n 3.00 c cr Y � O . N 4• v CV C) V O D 0 O C CL O aW �O 0 . �cv t b N co W C� o N m m Z o d 0 P LLJ co O 0 �1 Q +, Q r W O +i Z It U W co CM U U U. coCC t— Y 0 I.- to s 0 W m V O V U v a a 0 W Y Z W 3 W 4 3 0 W C/o CC r O O x A z ono a W 0F y a Hz O a� aw OO AQ AH o 'M z A 3.00 c cr N v V O D 0 O C t O aW �O 0 - 3 O 1 1 LL. y 0 �W cu O N O'D CV CV mr- CV CV `t 9z�I9 V O V U v a a 0 W Y Z W 3 W 4 3 0 W C/o CC r O O x A z ono a W 0F y a Hz O a� aw OO AQ AH o 'M z A cn O o 0 �"- X cn cn z c� D Z 0 d � z Im D on :-T m w �i rn r ►ti �-• H b Z � O M zd o m x 0 0 Z w 30 Z im 0 b m o) 0 _ C Z D � m 0 ICA S' -4" w 0 I� O � tl It 4i N ( _ I" `s y _ CC _6. b' -4 Im D :-T m � �i rn D N o 0O Z � °0. m Z w Z im 0 D M (-n N Z m m z o N C a' -i C = 0 -, Ic D ir- : O 0 0 II b m o) 0 _ C Z D � m 0 ICA S' -4" w 0 I� O � tl It 4i N ( _ I" `s y _ CC _6. b' -4 11 A l N i Im D m � rn 0O O D Z im 0, C Z m 11 A l N i pr 1w1 i Yf. _ Yuututtu_um .■.Y vufuuu■ ON .��.~ ...f.... oo ■.t.. ■.1 --------------------- •. ■off. ■ ■... .... - .. _ ... .�- _ .... ....1.... f�fffttt ■ff■ff ■fff■fff■fff ■.1■t ■ ■ff i i � m_ D N m 0 O Z --1 0 D r I O O r D Z m 0 �3 + Qr ILO � D + �O 1�TI H •• x 2 � � O J H � � Z O ay° O"'d :0 O �j o 'D z L7 C7 H 0 z a z O z G7 m S 0 0 D N m 0 O Z --1 0 D r I O O r D Z m 0 ar or 1w wr 4w 4ww rrr ON 'w so iw6 ow No ow Im M 0 3 W Z Q J O O i J Q U Q. } Z O 0 w V) Q m *.I in K) x 0 r r 0 a a z 0 a z x a U' E" H 0 z rn xc�Az a� o O0 z O� ca a ra N d � W (� Z 0�4� 30 x 0 r r •% TIM A s v, A orz.4.1n;" m �> w dd�d ate �O y 9 Z `3 oyzd c� nn x 0 N 0 m D D Tl 55 Z -j O mo�� _ r m Z N O D -4, r 71 CD O m D Z0-v-< m — N Z m m -4. Z O m MT'--1O � m m O = u m � O -�n� x; < >m r _� D m C7 20 CO -i D m O x N Orny Z Z m O m (n mK -+om m O c7 Z O Z Z m = C) O D _4 �mO Z Z Z ti m m vi IV 0 0 1 r ID n n .7�0 -< x "D N C� D r r Z (T1 70 D 0 D C) 0 Z' T1 C CD z �m N n � m N 0 — – – z ZZi z m m m C7 C i- Z m 1 A e C .r 0 40 aw a� a� a AZ o cff W 0 to o x' pr oL c a *� 00 � O o a a [a a LO 'c P. v w Q Q 0 CO3^1 U J w Q ' O I MR, Im Q U No or lw am t N tO a� f N •O COI � 'v i • f m U . 4 • 0'r1�� .ti O •"_� p O I _ Z W W Z Q W N W W , co cr NJ'� Z O~O� ~O N j �O 0 UQ / O r.� - Z J W > W U Or Z 1 t m a, Q <w .� h O �. J U = •s i O + '0 �4 N 0 r� 0 M fil a a a H w Z 3 0 + 0 % ®\ _ /kC) \ . e c ® k > $ r o � _£m /2 ;0 _ 0 m �\\ qmm / \\ > \q\ > m $cam Ej m$| 0 \ $ & 2 « [ , /% \/z � \§ MC) o� \ �\ > k/ C) -e 0 \ \ f § } m z. . \ � 3 | _Z � o @ z ;0 -0 E \ \ $ U) P 2 > 2 \ .. Z 0 \ q /« ®m 2 \ > z e c > � o > C) K m -u X CD > > Z ® C) r- \ �qƒ > $ Z\® eq // z w$ q 4 0 r M \\m z \ § e m q m » ƒ \ q R > � 2 o� >m .2r- f ® / > \ 00 ?m f 0 0 * > / > o > f Ln U) + 0 > Z 2 z k e � . + 0 % ®\ _ /kC) \ . e c ® k > $ r o � _£m /2 ;0 _ 0 m �\\ qmm / \\ > \q\ > m $cam Ej m$| 0 \ $ & 2 « [ , /% \/z � \§ MC) o� \ �\ > k/ C) -e 0 \ \ f § } m z. . \ on 3 > f 0 >\ m� £a /« ®m t , ƒ X o m \ > $ z c0 m o� \ IL f 0 / > o /§ f + 0 Z 0 §m > M ® " �§ 0 w> q% ® o ƒ( 2 \ o s � � � 2 m o e \ 0 2 2 C, \ � v + 0 % ®\ _ /kC) \ . e c ® k > $ r o � _£m /2 ;0 _ 0 m �\\ qmm / \\ > \q\ > m $cam Ej m$| 0 \ $ & 2 « [ , /% \/z � \§ MC) o� \ �\ > k/ C) -e 0 \ \ f § } m z. . \ 3 > 0 m� £a /« \/ M : ƒ m m \ > $ z L No Z M Z tr) Z _ N : Z Z m ar Z - z Z Ln Z_ - Ln N (D - Z 5 Z m W V) clf of O � Z tr w 0 C) N z w O Y J U U Z (n p ~ 0 W (n J WC7 �Z W i- Q J cr m U DU Q WmOp = Q U � C) of 0 W Q - D d' J 5 WQ X Qf w E- U) z rn Ca Q Q E-+ z m clf O � Z N O W N W 2 Z > J J W Cr U _Z -' U a i N w H W 00 I WQ Q E-+ z (14 M w O > a. E- a a a w z a a V) X w E- Z 0 z rn Ca A W A w a f� W E- a F w a d O0 °z° E- _ x a° � � w v 04 O �+ a z rJ E~ + 4 0 v� Q e J J U iN U U N W O W W O Z Z_ Q d U jr) W CD CQ N N Cr O 0 Z Lr- CD N Q Z Q I— _Z cr O LL- LO O 1 ry 2 L7 D W W Cn e m Q m z m z 7 V ^ o «� N _ v N N \ O.. _ .O O Q N y Q IE _ m N A - o.c O.a O G A ° O = ^„ Q M O O O • ° O m m m p< ° q • �' e M A a 1 --F'. Q N W o t o' a m O = N A O M °• • 0 0• N . m V e i p 0 N� : O• O �°. r Z O• y � � < at ° r ° t ° O V j •a i 0• O • coo O� a O r .` m m n 40 e Ch a t v � • p ° o z • pA O No. N �° N Y o 0 O m m �' to o o v Z M ^J • N ° FH{ N A m - 1N 46 w n CO O m 0 0 20., o°on o A A r �'o • °o O < o " m m Vl m p O = Ji t O O p oO O O o O G oW < o < o_ y ^ • o ° m m ra -� N • i o - W A A .• 0 W A a y G �!_ m �vo 0 2�e• <Si y e '� v• G / i O • A • a H Q q • O Oa Z t � � : w • n ►�>r.] o o , o n: o w i u • .. ZtC e e C N I O 1 in N N a O a 0) Y M a to 6' my J O 3 a m� CO oa O m Y U VI O o Z O U co O O Z 1 m pp x N In \ � C� < M 10 O J 10 y a04 J O a Z o O a K w3U 0. ra0 V) a d' w o a a N a a H z a c J to Q N � to \ z O p X a o 0 w O 6] m 7 0.0 oQ LO cv A N Q 0 m 76, Q � E p4/ d7r \c-• z Y M a to 6' my J O 3 a m� CO oa O m Y U VI O o Z O U co O O Z 1 m pp x N In \ � C� < M 10 O J 10 y a04 J O a Z o O a K w3U 0. ra0 V) a w o a a a H a to Q to \ z p A w a o 0 w O 6] 0.0 oQ LO cv A Q Q U 04 d Q � E p4/ d7r \c-• z 0 m a ~ W M Q m co 0 0 N O C7 0 O J W O \ \N O O Z m `v x z_ z 1O ay iw O m U J U M O w x Y uj N x In aN J in O J 2 a z m a J w L) 0 3 N 0 jr Z m 0 Q> �-0 U z mZ 0 O � O a x0 LU rr 0 0 2: V) '^ 3 m m - m a - Q z 3 0 d � z Ci) �a na � coed ate 0O V x►b Oz y W O CsJ a zd C) m 0 0 CA) CAD 0 Cd :n 0 'Ot SM3Ef3S •S'S 8 S113 AOO r _ 1108 HIM 91- 9S£--l" AOIIV 39NVI3 3SV8 \ SM3M3S •S'S ONV N3A00 /M� 9nl 9NIN3dC .9 =.b. OVd 310MONVH ISI 313U:)NO3 d 30V1l9 ' SH3HSVM ONV S1nN 03NSINIJ 3A08V -d HIM 51108 a0H3NV 1108 Jo.Z /1 6 11S •AI V0 0 N 8 ,1 (V) 3131:113 1108 .ZI 01 .11 HSIN13 ONnous NUYS / .0'01 91 -£909 AOIIV 11 v QBI' I 310d •wnly 0383dV1 0'0 „ 1N*or Hsnlj� S•S 9 -91 ,hl 1300x301 ON „Z /1 91 -£909 AOIIv 'Nn-iv IS .6 , S 13)13VHB IIVM 881' 0Z = - 83i113dlIS// 'S "d'N .Z pajinbai so paws .9 ,1 13VHS .£ .i Z iw or "r to w 2 8 3" SHAFT (D a co A 2�' N. P. S. Sized as re uired —J �� /SLIPFITTER 6 2' t U) 4 188 WALL BRACKET I 59� ALUM. ALLOY 6O63-T6 f 12 "8NC LOCKBOLT ��GR 18 -8 S.S. FLUSH JOINT F\'-1-4% :'O.D. TAPERED ALUM. POLE 219 WALL ALLOY 6063 -T6 SATIN GROUND FINISH 35,0" I I I" TO 12" BOLT CIRCLE 1 4 1/2" OF (4) 1" BNC GALV. STL. BOLT ABOVE ANCHOR BOLTS WITH d FINISHEC NUTS AND WASHERS GRADE. - 4" 4" CONCRETE 8 "OD- 151 HANDHOLE PAD 4"a 6" OPENING W/ COVER AND ROUND LUG S. S S. S. SCREWS 1 6 —j BASE FLANGE ALLOY 4• !: ;.S 1 6 .,_- 3b6 -T6 WITH BOLT SS.' . COVERS 9 S.S. SCREW 0 0 ti w 0 AZ OD a W I- H E- � ga Oo QQ Q -u t; z Z r<yl 0 �¢ A Q fz�) Z A 'P v < b > 00 � ro i) r H O�Z O ls7 Y OD Z d C) m 0 0 at 0 d >n 0 r^�b SM3H3S'S'S 9 Sa3A03 1108 Him 91- 9S£. / ;. AO11V 3ONV13 3SV8 LC,Y SM383S 'S'S ONV a3AO��M 9NIN3d0 „9I.,p OVd 310HONVH 191 313a:>N0O „b '30Va9 pir Sa3HSVM ONV S1nN 03HSIN13 3A08V jf H11M S1108 aOHOt3v 1108 30 „2/1 b } '71S 'A1V9 ON8„I lb) 310813 110/8 „ZI Ol .11 „0,04 NSIN13 ONn0a9 NI1VS / 91 -2909 A011V 11VM 612' 310d 'nn-iv 03a3dV1 .0.0 r;,p 1NI0f HSnld� 'S'S 8- 81 'HS --------- ri 1108)1701 ON „Z/ 1 91 -£909 A011V 'tYn1V a b,S 13>iJVaB 11VM 881' 0'0 _Zib 1 8 831113dI1S paj,noa, so pazIS S'd "N„2 „9,1 '-9n1 ONnOa9 '0'0 „8 1dVHS „£,££ u E ch w F- F- a J V) 0- Z N :W wo N t0 O O c� a a W N OA z y O ch 2 M w w E°- Z W A rz.� n °- Z m O W E-� xF U f- o O O zQ W L Y d d L) O N O ♦ w 0 to 3 0� � Z o �rJ w ♦ o <t M cr a m Q N m J 1 -1 L win. N a w J m w LJ 0 O w Of x O _Z (n a w N J w m of a a U Z D � Z N -J J a O ►- m N Z Z w a N w U a Z U w w O < m -' (n Z) Z O w Z O w O fr f- w O w cr- L, m a J_ Q CQ G (An m I i \ \\ ZN o oUO 00 n C Z CO a \\ \� \/ � vv 551- r;u i \ \ O Z X O z \ \ \�\ 0 x ;u 00 O m ;Umm Na 0 C O7 0 -H C X X 0 c N � Z> Om t-J a T �N(% O W C p� r ? ���� \�\ D O on Z r OD 0 V) O= m i \� \ \\ >> t� 1 Z N 00 0Z0 , \ \ \ \ =o T z D C G) \ \\ m � _ '� \\ C O y O M (An m I i \ \\ ZN o oUO 00 n C Z CO a \\ \� \/ � r r;u i \ \ O Z X O D f�Tl _C m m \ \ \�\ 0 x O O C O 0 -a C Z I 0 i� a >° r > -1 C) t-J a '3 m t w (F___ _ cw U O O M ° n D O M -i ;Um0 nr m c� m o O Z -+ n _X 0 M v m 00 N Z E) D m--i D0 0 �7\ D Z = O Z K: M IK: C� Z "0 nn Or- 0 07 m O� Z 0 O C P> m --I � Z N mO r 0 C Z C >mn m co_ N m n �0 zU) �m n -i -i O r C K Z D_ m D oUO a � � r C � x � CQ 0 -a z O 0 a >° ob t-J a '3 ° z O) y Z N 0 T z D C G) m V1 C O y O M O M -i ;Um0 nr m c� m o O Z -+ n _X 0 M v m 00 N Z E) D m--i D0 0 �7\ D Z = O Z K: M IK: C� Z "0 nn Or- 0 07 m O� Z 0 O C P> m --I � Z N mO r 0 C Z C >mn m co_ N m n �0 zU) �m n -i -i O r C K Z D_ m ocz rrr D ww a w w 0 0 o °o ° nD D f -- a aD 0 0 oo I Qo - - - -- j lJ o a0 aD D P o QO 0 X w w (n . m X 0 z m O Z Q D° O O Q °° U Q D �a v 0 ° D z i- O ° 1 0 ° � D ° JNIIHJI� ° D Lli 4 ° Q 0 � o ° Z � 0 a Q ° X Q D a 0 D O a O Z D 0Da4° a °Q m O 4° p p4 Q_ Q 00 a° O o Z (n D D U — 0 00 0 0 Z D 3 Li O N c9 Cl) N ° O a ° a _J 0 a H � � w Q Z° o a° a r�z � � f1. Wa aai O/ W pE, 0 a C 00 W q EF w 0 U Qv rn� 0 I z O U ui O O a t• z e yi �, 0 J+� o m X 0 z m O Z Q D° O O Q °° U Q D �a v 0 ° D z i- O ° 1 0 ° � D ° JNIIHJI� ° D Lli 4 ° Q 0 � o ° Z � 0 a Q ° X Q D a 0 D O a O Z D 0Da4° a °Q m O 4° p p4 Q_ Q 00 a° O o Z (n D D U — loop 0 0 401 of U Z) I D O a maf 1 N 0 0 O °0 1 = N z \\ Dv40 0 An // J Q OU O - Z O\ H Z U _- W H N 0 C Z D D QNIIHOn 4 D o o O N W D N �= w O a ° w _J 0 D O Z F FOQ- i� � 40 0 �� a C) ° 0 ° \\ o � � � � p O/ t>1 4 w w 0 0 t 0 erg m C 7 z � N -+ X z c m v � a � m pp • d � a r D t2Z O ttz] C ' 'ny t x -ate D G] N v z v rn 0) °x Z 4� a N 0 -Dm D O� � a d O m m X m O 0 a: K: m0 mC) c No mSz rrI -1 --j z C) r z -}- m o D 0 Q) W m c m C 7 -P ICA N -+ X z c m v � m z G) m x D 0 -0 -a gcmm omxm w v rn U, o -Dm O� m m X N N I - DZO7m O NO m nT.�r D o o' -, zr- � v C) m \ my z O 00 0 O z = N co C) - DO O 0 r- O N w-i :00 E U) (n D D rr rr Z� m v� � D �r z: D � �co =m m;D �N cn m 0X mn O� Xr co O m e A w I* N w J N Q U D ZJ� w p Q w Z z = 0 d�Qw Y cr of 0 0 o3Qa LL w � w m Z N Ckf C) F- UO Q Cr w V) w LU w o ? P 3 00 LLJ V) J N J W J Of J W 0 0 0 W w N LLJ w �QNQC` 0 Z_ N N N N w> W O U > W ZJC�U m W W pW Zp O O Q Z Z 0 cad -JYN-Z I OF' QQ ZNZC�=O=zOQ N H J � Q F- O N N Q N Q m w Z d C�z W}NQQ W W OUI-Q > J I U Z- x I Q 0 m p w N� I I Q0 d' Of g�`OO�Oo�X. J O W F- H dYN�OZWO]4-� Ned tn(Dn00m C w O LJ N_p Z r J Q F- �0 m X � \O d' Q W_ O > LLJ N w �-Z W Q 31 U w O o_ U Q F- Z O z > z O Q w Q t- Z w O z O U K_ Z , o_ O �$ Z O U ~ N O Of za JO C) N } F- Q p ~ w � m z O WF �0 J F- D N U C w O LJ N_p Z r J Q F- �0 m X � \O d' Q W_ O > LLJ N w �-Z W Q 31 U w O o_ U Q F- Z O z > z O Q w Q t- Z w O z O U K_ Z , o_ r J Q c� 0 Z 7�--vv.vv � O L� � LL- W W_ 0 z > 1-- ~ m w W N Q U Z > ° 0 9° ~ m 2 NQ U(Y- 0 a ° „z „zz O Ey O w z w m z a O Q. U E- A N 0 z o OZ -M & w z 5N z Aw W E-W U ° �F E- Z x A O A z v F o U� u rn A � W d * w � E+ Z '1' 71 ,ty Ca r� + o r J Q c� 0 Z 7�--vv.vv � O L� � LL- W W_ 0 z > 1-- ~ m w W N Q U Z > ° 0 9° ~ m 2 NQ U(Y- 0 a ° „z „zz r - c `n Z� D� r - m co r4 O ;D C) 1 w (m 0 Z ;� 00 O O 0 O z Z O O + Z O C- 9tr3 t73 Oat? Z ;b 0z y x �' 0y z 0 (A z a c� D '3 O r0*t :U C- O Fn 0P mD g G) La Xnm z A m ;u r Z M O m D O m m r y ZDZ 7C m0 00, � r ;Drrn00 0 m'A' �r - H."i O m 0.. Zm ° ;Zc m c° � -4 z A O D O � .Z1 0 z 0 _r C m _ � z � < O Z C) M n C) = O N m Z O -i N D n O C7 O O C) 7- D ® m w # a A�q`E0 b� ® m goo 2u ) v --- - - - - -- (2» F-I § ` �y ) §( �R8< / V) § ) <10 t u u � ° w � � . � . - � , � � OD � aw � . C CN � . � e \ \ 2 CL 2 t ( (D CL \ 2\ w 2 2 )e 33 ) O E E- 2 2 � k[ d d§ \ E k \ I % % O \ \ � z z _ . . a a a,+ / / Ow ƒ . $ $ } u u�§ t t S S k » » §K � �cr § §»j( a ° ° » »� *8 0 w 0 \ 2 ro C L=J x H ro x d a r m C) m r C r r i rl 0 J 1 7 J Z r- Z m D7 r- n m n D J { ri OAF I!li�l� O r C r r i rl 0 J 1 7 J Z r- Z m D7 r- n m n D J { ri 'II o '111 to up No va or r W Y 3 Y W z a ° a Z } w m O m w 3 ° ° cr N U O N of w ° 1 I o W IU i ( I zz z I � �w 1 1 °v a 1 I� I I 1 I I I I I I I I i I i 1 i I 103SI- Moa I I - - -1 - -- i1 t U) N j�\ z O .4. O z 0 d S °_ Oa 2 3 C N �W a w z = O 0 OL xa N w tr w o_ L. v; to J Q z a z rn Q Z ��� U ° 0. N O ^� F Q U ca x n w w J Wa H �' D� � �— F— O iN �— Z ., cLo O r (� F co z iI {� I to w 0 w O� WW Q M 300 �/� O Im U z pa raj y N I W) O UKzn' O z Z 3 V/ - d NO I U U O Q J M OD W 0v) O d H Q M W) Q U � Q � W Q Z a to a z Z 04 as x M 00 in I N dpi attoo W W Jo Le) a w E,., Z W}O a� oO a\ oa J Q 0 kMN, , 0 No D0 ON 0 Z ���� O 3 r a z a o a = a 0 of Ll U-) f a r W Y 3 Y W z a ° a Z } w m O m w 3 ° ° cr N U O N of w ° 1 I o W IU i ( I zz z I � �w 1 1 °v a 1 I� I I 1 I I I I I I I I i I i 1 i I 103SI- Moa I I - - -1 - -- i1 N j�\ I O z °_ 2 C N w w No xa i L. v; = w U Q Z CrW Q ^� U J x z Z �— F— O iN JZ w w Q M 300 Z N M Qt CO O z Z 3 Ul LLJ NO Z M OD oval a 0v) O d H Q M W) to �� fxN ui ° Z a to z M 00 in I N dpi attoo W W Jo w W}O a� oO a\ oa J Q pn, rI\a \ x3 D0 ON 0 Z ���� O 1 I o � I ao I °a 0 :o 4. n O Z n rn m -D I -It r Fn D 0 0 O I A. W m I I <I o a° o° �j zIL P rn D Do Y �f4 3� b m a � r Cl. y oa -�z 0 0 D O z 9z �--3 M to °x b Ln c7 0 D a � r s r -- m I •° of b W ,0 C m n D n !— O Z r- n Z � :� rn rn z � D � D :7 0° °I W m - zi :o it II II X II p II Z II � II < II m II m < m l F I L v 1, 0 n D n O C0 Z D ;Q rn rn —I D m -v ° D � D C Z C) < _-i D O D z W CD m O I x -M `"= ZI . o rn D Do Y O it II II X II p II Z II � II < II m II m < m l F I L v 1, 0 n D n O C0 Z D ;Q rn rn —I D m -v ° D � D C Z C) < _-i D O D z W CD m O I x -M `"= ZI . o 71 to V ° N u ^ v u n N o N r 3 N 1 x U. h 0 3 r 0L_ c r X ° 3 N d E v CL 3 N x 1 T H O V 10 _Q J o D L 3 3 Om t0 v O Ea ° O 2 H h- 3 N C n H Z` o a+ a W > E o x 0 0 V u m d D . o E M - o O O^ 0 c O EV_So oio« t c _ u v o FY E r ^ n T °� N L ." ' v X^ o O IL p N m N H �_ o `-o v x o .2 E x E m 0 a W ; DOH a D -O dE�- E, ; O 3 - WT u 0E E ^;c 0 It oy C a ° C cE co v ovo E E Ya n" u v m m O LN E N L a> t « O O o O 32 0 M C va E `v O X c a m c -- C 3 0 o -- r o vD v m Z am -Do o uu u C OL O C a Oc ;> CO c .O p 3 _ C � f o u c 0 N O C c c p 1 o 0 C ° * Z QPM _3 3,0 30Z^ J low vlkw H Z O Z X Z O v Z D E O ti I el W ' J ' J O 2 O N 2 S O F U 2 U 14 i In J W O X O m Z O �7_ U Z Z> 3 c0 O W O a CL V) 4 Ol Im C W a' nE'.o ♦ W z 44 3 O X X O CD m ufl F e o 7 3 N N �1 s� o- N O o d 4C-. O H O O W O 1 �7svvC3Q Ld n 0 O F J o ^ .SO -•CQ O N v W� O 2 H h- 3 N w E o oW NO W ;;. =vim 0 ov• c Y U mli�JQa:• N i� s � • =JW W 1 �O J U (nw W fnJHl- EV_So oio« J �.mdS IL ^No O NT�O�taOMN� '��3Z WT N CL F t0 N, O M � mnaoMN�- 1 N V � � Y E v3 v3 0 W y J a,�. L -L.. j d E .Hr H V 9 Ca u 25`c > > � c 01 •- O � .c � C m M m x M j 3; es J J J �QKYQ Q]UOW 4. C9 =-aYJ E O ti I el W ' J ' J O 2 O N 2 S O F U 2 U 14 i In J W O X O m Z O �7_ U Z Z> 3 c0 O W O a CL V) 4 Ol Im C W a' nE'.o ♦ W z 44 3 O X X O CD m ufl F e o 7 3 �1 s� o- N O o O H O O W O 1 �7svvC3Q Ld n 0 O F J o .SO -•CQ O N v W� O 2 H h- w E o oW NO W ;;. =vim 0 ov• c Y U mli�JQa:• JZ Z z i� s � • =JW W 1 �O J U (nw W fnJHl- EV_So oio« J �.mdS O N j o A o 1 ° Y � o 10 N -• 0 Y O o v C p O p O C Z A r 0 •• o 'oa � A 0 o. 0'S c G. 0 O 7 6" '0 M .. � O N r o ! c O a C Cr O v O O x O n w n , �dd0da • ��� b >t a V � yW O M CO ��z--ii tv base-2"t 6" 1 ! I 1 � I 1 I 1 + ! ! 0 ! 1 O jY A • O � 7 V e o A A S 1" to 2" rt 7 I '.rZz7izzz --t , ( rrf :yzzzzz 6.. T- 0" MAX from base of cabinet y �10" = Pedestot height moy be reduced to conform with 1 7'MAX for entire unit. i �p i�• i 1� o..t r: 1 1 °�0 Y Cr 1 Cr ° 3 Q z n A n i QO° c °$ ° 3 1 v o Y 0a 3 o ° ° c c ° – c _ v o 7 N a 3 m v o p O_ Cr ° ° a A OS 0 O .°+0 p Q X X O' O' t7 A O O w 1" t0 2" Q p O CL � � E w O • 1 Vr W 00 O - 0 A z 3Y OM Z� o rn o o N � n 5:1 or o o a° �a o � 00 313 3 n , vcrK a °c O 0 .A.o a 5— – w C n N a « o e °'° 0 1 o i�• i 1� o..t r: 1 1 °�0 Y 4 Ca X ° - i• O j – 7 N a p O_ OS 0 O Q X X O w A ° O • 1 Vr W N J z 4 o 0 3-03 0 3 rn o o N a A A O Cr 5:1 or o o a° �a 00 313 3 n , vcrK a °c O 0 a 5— – w n N a « o e °'° 0 ; o = o 5.°•. e o -a 0aCr o c E a o ° 0 O ° O 00 40 « . w A ° O O q Y O u O « Y � CL -,0- o – o � o o Q« a 0 Q� O; 0 7 m «� A aQsa 3 a.;= E; 0-0 a – o °n 0o�vci Yom; �" A 0 0° 1 Y n Q p. 7 Zr CO CL C. O 0 S A-0 A A (i O S Y !• D Z 0 s c !o X < o:A RY o a D A '' w w° 5 g o c° ° n A Cr a j- 4 c,o 0 0 0 W N•� A° K A C Y d° a7 Z Z .°.. a O O -«0 ca rn + °"v= _ ' ° A , A M � a 03 ° O < a A° �• 00 n 3 N s O .000 wA 0 N0 D °Y °. .01 Z) -+ lr ° N rrl v m N CD to rri 0 m (n 3 L- a z ° 0 o � A w O S "o 0 w Y A A O A X AD A n 0 0 TAW I I I N 1 I i I L--- --- - - - - -j w M - - _ � 111 Vo � Z I J U o ww a> vLL 4 al CL a s O YY �-1 r------- - - - --, I I i N i I ' a ` ----- - - - -J_ e v - �I I I r----- - - - - -- d I Z hi o da yY 1 I I i I N I r L ----- - - - - -J �+ � - J v tib Z WW 0 le � Q ww %9 w d d � yY ■U v) t- ►- I 1 11w 1 ' L----- - - - - -J v tirlr a oc a Ol C C o' u a° L E p 1- c � L o 4- x VLO v o o� to p = c 4- O 11 C 'c v t O N L U- = 3 c - o_ o o D Q ° 9 4 T C t N C CL v o LL c Ql c 0 t a r 0 3 v m n o +o g' Nu dQl = VC "C S a o N p L E '$<<� .- ° � 0 dc�3 v } o cv aL v as } L 3n L am r V `„ c amLL v Ix +� Lo u O `� } 11 Z 00 h 0) 4- .0 n� Z 1n rpa_ a° a .100 W h r 3 � E � L oa 3 } 0 O LL a o $ �E ua w oo F w v E E ►� o } G o a Lv YI U J Z 1M to OC K m r N Al d m m r ao J_ fn Q O F- ? O Z D _Z ~a zo O 0 �F O � QO wa 2 (tS J w Q J Z O `3 a 3� cj s S h 3 4 u t h- c t p d !L h �c o 3Z \ v 4 " o E v 2 L a G G y0 U V p Y Opt N F v c o o To } o c; m+ S u 0 0 f ai J c 3 V V b W G J m L O 0-0 4- L � o : : v 3 � `cu c. v a. � j LL r r 1 r 1 m 0- 2 V F LL r r 17 ' IT I rr � � a r------ - - - --) oo_ I N N I z w_3 o U I 1 i ujw I I a Y ar L---- - - - - -- J f o 1 ' t ' I ' 1 ' 1 j m I I L. � r--------------- I _ A I I -4 v j 1 A p { 1 Z C I ZL-- ------- - - - - -J -1 -, r------------ - - - --� Z m to v I 'e V b ro zd N y ON &V ca -4 of w-{ z p 20 7tC 44C IC 7m O n aw ov oa =w =n -w rn CD AZ °r �x o� N Qva �o 0o no � Q wIl it s O � n-.0 w 0 >v j p0 0OID Gn -a 1 O pw -0 O- o '`ic tD 30 n7 7x VIIO - 3 ap lb O o y �� a 0 o' o 0 x w = 0x w 0 ° 7Q 0 7 a 0 ;u DCl) w a Z D D �r �D N � D � Z O C �. Z -i M2 �v 0 C Z i C N m m rn^i r - - -- -- D N - - - - - - - O V• D1 N +7 m tD y - --- - - - - --I = r-- ---I � N V cc 3 I 1 m 6 "Nom. ^� a 0 ro----------------- , 1 1 1 t Irn (rn D- ------- --- - - - --� ^' x x x IAiI r I0 re m � N I 13' No Varies 12' Nom. , N � N N t0 O `-JJ it N A W N- O J 880"m m -c V! N ( I pJ I I I I T _I N D -j x = Z / _ N I I I W Z. r' O m •• 0 T C 3 cl p y017 1% A�� stn ONA C p a n • prow 0 wwV7 w O_ ° O 7 ^ n = O y u 7 O< 0 N 7 D i V y 3 cr C n> O �?N npinBN a °O {� A^ 3. C w aoC fl sp A >> C n N o. a d ��'tt n �`� f1�p ^A 1 C D� 7 A27 Q ^�Np n A n r'v N -01 urCiwlO Q 3 ta� a +lD fG-cr 7000 -r; C a' n O Lo cr a 2 mNw f FO � � _ _ 7 A f y w y N < to N H w W y N O �N • N - + Cv .w a S �E w N y � Zl m N tD > N 7 a u 0 l f 7 to 7 q O{ ;' N D a,10= vi n to a 3 a f y r7'a -�j �S -0 7 p z.1'i•M7 ? w N O 1� w° 07 O N O C O z 42: � � n o y► to 7 7 Z NF N T -► 7 O ? � T � n N n w e C N rr W 0 " P4 N J H 1�N e e 7 oe v a c e V ow N `- F is W o' Al yyam: t `� l � u i q Z g � a a � �. ,. y:eu �o bo tY,O be � X111 O V ofp W° L`J b y ar o c n V! & n �.�. ,. b V �� Cw of O WYE Ceae Oo pV °`O l,QfYF�w h 401 N b b p w O , Z19 ep O r V � h-Z' C �V' h _ %� ~ "' •; a .c 3� c o°', CC 3 Z—"- i ; 4% -e W _s VAA u2 a x ., p pb a> a s �u 2._ �g } c „� a p e V.a o �.� ao 3 •�� o Z i illl C; �•QWQ.VVCYC v oaQ a� c b3c•���+v c`ev�bb0O Q r 7f a¢ Ib +� J ♦ ¢ 4 h4 y A .e� ,c 3 v a ` ;:4 o u ��q�1..�� yi�(n o o C U kr o o �_ ae o 0 0~ V Ow ®® �EY�'1 e®® �" /�^ �' © ® 2 r0 o c 3 II Q 3 O Q J h N_ 11 "Nu ` • r 4 ° 4 w h � '.3 np cu _ 3 4` v h nw n vWY� 9z; °Oi°p i Ct h Q a O tj H 3 C! h � Nbj �C `o von .!? �' 4 ° Z O b 0o b 2 �cu2 ocv. O r°.�b �y�;c, o a` O C it O� -4z K b 3 V 3,O ti tf � C �e b o a C4 Co K oo o v 3W?Y `y v °��i° °3o cm 3to x3�? ca 1 n vvj C t`9 L +a'2 u V M 2 v v r u v c L V O p b O+ ®� •$v. h\ Nc v b` v)d \a0 3 h V NZO V W V h iW NO V O tu Y C a h Ot O 0 G)@) (AW o ;' u W x tZ to O myN, X ��x°04 yl 0 &Ej ry 3 W N � V N tJ ; Im ii 8 e 2 0 1 W J W r0 m It O o *RD ii : Y� l � � t J W ti W 2 * A * N- r —p � fA r a0 $ X3 o to S c t A + C J 0 0 x N J 0 A O 4 O c z O z v m D r a C O A N � O- 3 D O G a 4 QI NAQyZrrx O C] �p 7� •< n Oa { 4 -7-IEI m IMIC7 AO)D MARK C y G 0,«+ O O g � � 0 0 O O Ujs n'�N : ±WaE b;ia �;c rn � as °= m ary o 0 w n A O�z 4. ' G -t C CL O• �O A �SP O D« o a ZO p O pJC OOn CL o O OL p P A p= O 7 7 r,', M 7 w C H O « O a O o Q N � z ti N, 00 O O O O O A A A t,► n p x O Q a u w ^' � U m z 4 1--11• m Y A ♦� Y *uc1I'R IV O m * O Nm z A t N Z O W uC> 11 O -� ? m A : ro rn i1O_N • _N z Z D > r p ZZ N = D =• ��it ZC O Wpl=1 r'�v �rnrn zd N AO O C] �p 7� •< n Oa { i �a?1►m O p a O i i N �• O 0. w Ujs ±a oo^ � b;ia QO� rn V pNn p J p N ary > Z O q p N. Z« p O 61 +� b► �^ e N D« o a ZO p O pJC OOn O G A Q p P A Lb M � 7 F -1 A D r n x D p N -4 w7 m p N O O `� •1 m m w St Orn I 0. V O ; a 0,4 o 3 i L- A A � CA ;- -- o H ,w N m '� T A 2 m O CA O A N ° O Y A > I:c >nm S� y o r ri gp_o rn -1 91 2 .4 V t D > b ra 70 n O 3 T �vilo�m T D A Z a 3 a T U 1 w z D . J C 8 ry A p rn N r_ Z Z > O Z m ry 70 r o W 0 Q W 2 J Q z 0 (N Z Q U) W O W d 0 Q W z Q cn - W 0 dLLI LLJ J H H C) �< Q J Z Q H C� N z O Q� �O F- m V) WS -. 0 N Z as J O OO M N 0 O x ir W zaW 0 W Q a a o a (3- U) A 40 0, Z-0 0 IN, A L 6 <a ao (L0 oq a A � w a L Li az Am-�Wot� lit, w � 0Q W OO 0 x ir zaW OWF- LL) aoQ 0- Z-0 0 0MO a W d' mW O� U 0Q W J Oz Q LL � O� 2 m F- 0 U Z W W Z _ J � Of W H W 0 o � �C m .d X d ny Cl a z 0 o �tzj N Y �N O z z O1 tI a D r m C- 0 N 41 v w C law ww wr lim wr L - W_ I I > 0- 1----- - - - - -4 L i z m®t O > >LL m - ----------------------------------------- ti • Ln N O Z U1 a W a o F a A to x cti Z o zrn z Aw n N z O aO oc I A 3 W a A zd uj o O a z �J z *�4w o i z m®t O > >LL m - ----------------------------------------- ti • + 0 L&W cry 0 Z + z -3 fTl 1 a m7 P, P I I 0 0 0-0 C7 > 0 ZM 0 z .4 L" Z � (4 0 2: Ili 0 X 0 > tz z -3 fTl 1 a m7 P, P I I aw ow qw ar wr,r vrw an ow we No vw Idw yr vw law 00 n N ir O U Z Q T% 10 It m � —N v v M O a W z N Q NIVMO 39 IMON00 J 803 V38V °D n_ J m m a o a Z 00 Q N O D t Z O D � w a Z O Q V2 .a W d D w I W W W A o 0 z� W o � a\ c p v O cli 11.1 on e N Z V 0 a o0 U U A F O a dc� m N A v v M O a W z N Q NIVMO 39 IMON00 J 803 V38V °D n_ J m m a 00 N O W w a V2 .a W d CL N W W W A o 0 z� ] Az a\ O A wa E" on e N Z 0 as a o0 U U A F O dc� m A 1 d I a ` w o� o z � z Yj�71,k, 3 N � m0 � D P —1 r- 0 < 2 U) O -� -4 -0 �m N Or D mD rn :U 0 N � Q o m \ m / K 0 N D N \ \� - - -- __ n ° %\ -- �\ LL �_I_�1 -�-- 1i o D x m — — C7 O m fK:Tl\ cil OC m p \ �- O -100 > c \/ C C N n nx 0�� H 0 J \ n O G7Oo !\ O Z z m ID cz O �\ O Z� ��i m X 0(-) r0- D D 0 0 A D Z 0 0 r m 0 r m G� O C Z D m m Z7 z D r z + 3� m �n cn a N W y > m n W • z O _i N • o v D. O z0 D • L4 o t� o cn C w a z d -q D • • (Dz o `� z D • z cn d a ° v D o z m o I !7 n D C- O o m A D Z 0 0 r m 0 r m G� O C Z D m m Z7 z D r am tiro or Pill +81/ rrr ■rr ®w r� arr rrrr II/ r trrr vll+r Ow Or ar arr OEOf :aDyd dS ZZ-NP *HWVN OMQ 69- gOA.6:&LV(lln N SNVId Qi1VONV]S w a z QaId0av 0NVAIVO - Ob 3Z ' 0- W F- Ci. Q 310d 1331$ Ho Z to J OL 0 J aF Il o 0.0 oo U 4 d J N d J J w U w w Lli N N Q H N H N N w w �f > J J -i 00 =m = a o a a_ iv Q 0 0 i14 \ \ - 00 It (14 \ --I I --j _J Q = F- - LLJ 1) W J W Q m OEOf :aDyd dS ZZ-NP *HWVN OMQ 69- gOA.6:&LV(lln N SNVId Qi1VONV]S a z QaId0av 0NVAIVO - Ob 3Z sera mnupu ry ino RMA TEMON trpopod inN %3H V3HSVM iVld 1108 b/[ OUVONV1S tl 0�1gNV \ ®B I®U 9- -�`—� 11N ON113A31-jbZ— „HI- -� I 'Z tl � I li N 4 n I►;11 I I '::I I; ,e, OVd InOM „2- „1 SVS IV1S303d NIHi1M lld O1 031V001 WiinaNOO wuni0V mvm A8 031d103dS sV - -t 310810 1108 I:! o w I a z 0NVAIVO - Ob 3Z ' 0- W N Ci. 310d 1331$ Ho Z to E°' L1w yN � F aF o 0.0 oo Q 4 du N d V) W t Q a 04 O z �f 7t w INnow Id1S3a3d i O z 0NVAIVO - Ob 3Z i 3V103HOS IIVM z O Lo” a'0„Z/I b m m r w C, 310d 1331$ U31-11A dns „b I�Icr o" M ii m D\ n N 2 = * O (n p -{ m M -o o� D x N �x� D CD N N D C7 �D O >O -i O m O m (1) N C M co DW r M D z7 z N �m C) D Z1 D $ *Or z IL O D O M, 0*-- ZD om�i C)r mmm --A a_i + 3� Zn m moz a2 C- z d X (n0 C C4 y na az -O n 6 i �y O z M o� t OV) ? z m Z z G7 O m O -+ \� y O O ED z 'O n rn C7 Z 9 :b O O a a T D p ((A r G7 LQ �O C m C- g z r r 0 w N �x� D CD N N D C7 �D O >O -i O m O m (1) N C M co DW r M D z7 z N �m C) D Z1 D a z O N z D --i O m Z a: M, 0*-- ZD om�i C)r mmm --A a_i ZC-) C Zn cnZ moz a2 v nD op (n0 OD in- nm r:U 6 f=* X ON O M o� r-m OV) ? z m Z z G7 O m N -+ Z D v O >_ n 0 p O Z 9 :b O O -, p ((A O _ LQ �O C g z r r a nor! m no ow CONTRACT PLANS • I io Li. 0 A� wl- ui Q w O U Q Z a O J m W U) Z 7.) U) 19 Z 0 0 a� e H U W MMM) O 0� am F� z w 2 w O a Z O H U W U) W F� Z Y I VIIO Q co 0) F- C/ a. O Z F- U O T- z Z a Q r1 o J tl rD V o a O L.L r X� z W z u z Q Z Z Q O a u cr M > o z a o z U Z a 3 O J W Z a O n )- a O N o Q z J a N w F- -p a U) O —z C) N Q J 0 J a O ¢ N -i Z a a a z o J Z a J Z =J F- O a J Z a 0 a o 0 Z Lf) J - O Z WN M n GU W m N T- z Z O N Q r1 o J tl rD V o Q O a. d Q 0 LL- ...� 0 W 0 W O w Ir m o� z Z Vo Q r1 U) Z` Z 0 LJ W w Of 1t o � i d- Q w aQ 0 T T of O F- 0 w N m W W Ln Ln i z O 4 Q O z a Li F- Q w Q Of O U W W U W W U m � Q Q 3 w Li af I 0 Q Q 0 0 QW w t H- �Q 0 00 O LUF- U O` "I V :r cn Q _J I F � Fd W Q �- Iow EI O Y�1 r zr 0 �_ L) y J,IIN101A ONV 'X30NI ONVAY80 'TULL ..3.d ,� � 10 �.�. VdW XV0 A8 NOSUM 'ON 6 �� � � �. _ 6S£0 -Vl/(t 9 096Vi- Hd1S -d 'ON 103rO?3d s1N3VGA0Vdwl NOU039L IM NOlN38 'SM ZD %li o 3N '3AV 231HOOVNV /'OAIG 13SNA8 3WOOS W9 30 Allo w. w •sw�raaM■ w W U O �3 r1 LJ U Z J tl o O L.L 0 LJ W w Of 1t o � i d- Q w aQ 0 T T of O F- 0 w N m W W Ln Ln i z O 4 Q O z a Li F- Q w Q Of O U W W U W W U m � Q Q 3 w Li af I 0 Q Q 0 0 QW w t H- �Q 0 00 O LUF- U O` "I V :r cn Q _J I F � Fd W Q �- Iow EI O Y�1 r zr 0 �_ L) y J,IIN101A ONV 'X30NI ONVAY80 'TULL ..3.d ,� � 10 �.�. VdW XV0 A8 NOSUM 'ON 6 �� � � �. _ 6S£0 -Vl/(t 9 096Vi- Hd1S -d 'ON 103rO?3d s1N3VGA0Vdwl NOU039L IM NOlN38 'SM ZD %li o 3N '3AV 231HOOVNV /'OAIG 13SNA8 3WOOS W9 30 Allo w. w •sw�raaM■ w N i Z W ooz OV <w Q Z w U w U 1, W UW d p I I O X00 I I I I N N �✓` O O �NNNNN O O O O O O N N N N Q O O to m Ctnm O m I I co 0 0 I I I I 1 1 I i m m i m.1 OOO p p vai vai vyi °vi ai asaaaaaaa cn � h V) h h al� N EO ai rn vai W IL NNNer IL to �t; ai co I F z t N ran v4i a aaaaa nv 0 U mmQ aaa n n E-: N rncnEn s O z t F z j `c � W N j � Z� ,J Z v I z Z x L xQQ 5 j ,•Z,� Z O QQ r Lz*+O ..7 F >- N C = F Z U 4 4GbW7X>±t7 �� z 0o F y .07 SkxOw >Z C U zpEap W a x > U� z O QOC z aW ¢ y y to w ¢ ° Or v a ,.�QO C >p° W z °czz� C w t- U U D O I c � o x W w E. p W 4 .N W F F X z :4 s z 3 F CO 0>. r E Cv�a a ¢2o� a << °- vLn a.. x x U x a as tr Oz VaG.QCZ7 O�y x W..]Otnp a5 w m sa q0. o j �z� zgy• �a zW A as 3cp_ac� ¢ra�rrz Ix F O ao �CF R <p F.r.�7 Wz U CO ¢ ❑ rL rc. W.z W. W ax x =¢ > U w r< F F W FF Z U C ZWzSC O z¢zW W QFC Q Op xF F z Wh a¢ 5! O O O�] W <[aw R.7 a w tt c wE— Z-, 0: W U Utr Fa z p,cC.0 U C 4 1 U U p ? U) a: IZ Z C C O¢ 3q Q F j a V zsi rnM 0. >, Z U U tUnU •.7Q IU Oz UU�J OZ�%� .�.'..7 ..7 W QF Ctr>]IFEOQ]O W OE UUF CEO Ftn tF�]cFnrn'��z✓l a�<¢¢U2 <E z x> FUF F FI I D w� z C4�rn0 U E. r_L• >�M Q .,. a. a s n. a W U Z U� vF xxjl it <� x0 O F?G =rs7 W wg� I o0o Uz !n g w W FI x I Caz..00.0.a t- Q rc �m '+ N- 'rpm tai N v °� N N 0 -. Cxs7rC -.1 ¢ ¢ M W U U U w < ©-. 5% W F(gUrna7. a o o V; VI V1 0. V1 ! x FF .i �`, ¢¢ CxFa a F¢ < W w W W WI Cat W v W W i J wl wZ N c� ammnma,° Ntier�m W GE.7 1 I I z m c cvC0 O p �* m CO ( O m Q nn -co, C1 I UJ _ O N cV N CJ N cv �` NNI to m NN n m N a cmm:�Ci o .•. "� co er C]C') l7 m Ci n CJ a Mr7Qr m O ;. Ni NI �� of of 000- p m n I m I- t. - V) Z W OV Q Z w U 0 0 I I I I 1 1 I i OOO p p al� N NNNer �t; I I t N ran v4i a aaaaa nv mmQ aaa n n rncnEn s z F z `c � � F Z L 5 j Lz*+O �� z U SkxOw >Z U zpEap U� z aW z °czz� aE-sc Cl) Cv�a ¢2o� x U x as tr Oz VaG.QCZ7 O�y x W..]Otnp a5 zW A F O �CF R <p F.r.�7 Wz rc. W.z W. x =¢ > U Z F O O�] W <[aw R.7 Ca�jC Z-, 0: p,cC.0 U) a: L/kF�0. fX rnM Z tUnU •.7Q to .�.'..7 ..7 W UUF Ftn FUF D it t- Q rc �m '+ N- 'rpm tai N v °� N N 0 -. M A O D Cat wZ N c� ammnma,° Ntier�m nmw r 0 a " v v & N x W ��4 0 2 ct O N m? W i O W LZ, 2 a �22 Oi� �-2{Q ad� ,O� �h O U zUz O? V 2 2 ; O t_,�. WU W ��00�� O 4C5aa 2 i tl I�� Xppha12 WW4 4h UO 2 a d� W U W W Ci W U 2 O J CW p Yr W{n �h WWh2 N�W vDiD l/�v1UUs �ij �<KW OiW G2ih m i O hQ Q m zz U O O h 2 i Y N �2 2 zJN WpW z�gqti e2U pat0z W.1 ] b DW O p� a Oz Q i 8 pp Iz {{{��� aJ3 qqm ` ?� h the 2 �~C 8S 1r0 1DDnOOb NNNn1D -N 2 Wm 21=m ��/ CD >4Vl>_ cc p Ca28eW`WWi? (p� WZ �y)��- j�J WQ33== O 1' W� t� p ~O S l2p2`ypp a U W Wy�NU za V_p3WW mQ.0 0;2N JO We h QW 22 O W < tIVN�Nib NH a I Z\ -� �git� 1��h >Q� W08 oW�U WjWQ h 2 < iT ti < yO2�2 O hhhR�TR,g nN O �� �Vioo �UUWW e�h i4.. ti�<0D 4 �� p W O Om ? h2hW a „il 1 U U pW W �ZN�✓� 2 y0W�88 _ki 8,-DW� 2 yO� O p�p< PI a Lu I 2� z� OD h �o 6—K D`�� ��QQ< eWm cc �iUQW z� 3 02 yN OQ 6ct WW 40 mm iS F �Op6 W 2 W� _Z aJ W< �� zWW� 11 D�i�� �a?�i QO W h� y2Oh 2�k' OOz Q h3 a I 8m K Q\g(�c 8o <Ci 2pppD ��e���J p2 D� hO 2� � mW Q�•- 12n cc �d O W iI �� Vi U ~� jB =V WQ 1,hW W2 h�W W2�=Uho+OhJ Om 0 e8� W �� < e2 6i0 VT21U ,` 6eW h O I ! I i ! �- Zia �a �i x�s< a2'� DOm UO iC]aZZ• OD�W a< ?¢WO� 3 2%j Z > a DQ 517 ti W 2 p .7 22t�/i w i i Q - •c Q <OOC -+\U J 7$D A1•� �� tJ.1 m1- iz 8Q GU z 2 4+ i0 t2ne0 mmQ D 22 m2 W V • i W �� Q; Qq orp hh2CSp O. ��2 I�hhq2i_�N 4W2 h °n <�� ��WW1=n QhZr o:WpBV ice. (V 8� g1` GO a-? O OJJ�; U OU1n ez USh O i �8 a� Z W hh 1 -260 Ln a.. ;cC m YaG I 1- Oe�(,g G = �U W ee y Qg J Jv Q cc WQ JW� Jaz �cn ena a C 8�f. _ lUyi lbrWZ� �Zi J = ids Jp� $d 2a N -,i v wi 16 pl: »3W CL zaaaOili W i i 2a Qvi vlci Whnn O N J Z O a m a � - 0 � W W 2 2 Q J H 3 i m m J a N O v v O - ,^ W I, W 2 2 m uj U C 2 W W 2 2 x U Q 0 � h h Z 2 N O j h ujQ LL e \ 2 w D } o Q 9 ¢ e OC u. p F— J V) \ `V 2mN 8 Z mti Z Lo i-W ® co cn w U J a ° O Vi V/ 3 e N ft �' e kjJ O J D e W U O mm D: i 0 0 'O WZ1YU8 U i zO O< 2 4 J aL J J Q Q Q W y2t }Y Z W W d 4 W Q zW j W O j W O i2 C m R h h h h U N h h h 2 (. � W k'a W � n� O x oc a° ill z a it H h 8 v ih u1-i v~ a U z h W O 8 u e i aJ z Cl) co Q i— 0 U w i N ¢ 1-S h 2 p 2 2+ z2 Q 2 c Q c +' V 1n k W (/� cl 2 v\i S 2 i J U 11- m NO lO� i Z< yhj 2 2 l� U 2 Z d_ O vUI Q 424 18� ~ aaaaaa aaaaaa _�_�0 x x 2 3iisi ii aa� ui IM pp�ff xx= Wg JJ 222222 zi 22 o a��aaaaaag Q. maaaaaa tx k a IK W 'b v W i e �tn LL = 4S J W z a W h i �•+ � J O U 2 c D 17 C i ti W FS IS co .—C °mmmm � �Zi Q W O ~m~ I I I I I' I i�e'c <�c - I I I mmmm I I I l i I 88�8���888 `��a� 1 aa x x CZVWC: Ln W e Q % tt o- WWWWWWWW 01 c A90108WAS 0N3031 JD1D/jtluJW�, y0ap aycM '•3'd uDUUaWW1 oUQ^d/bulPling��ryuDid Maio "0Y, "101, iaia ,na al oso �,,, addv 31VO A8 NoISLAU oN BSS me aa. » M0 6SC0— Yl /(l9 096Y1— Hd1S —d 'ON IDW0Nd MIND fir w�ro '3N S1N3W3AOddWI '3AY N011036k131N1 30Lua ('_d "�'►��" Mn zo \1z\zo S31d00VNV /'OAIG 13SNns 3N-008 Fib .,e, .,>.. 0 a " v v & N x NW r r LLJ O 16 N n 7O a O vw) Z ) Q +1 r + + m Nr (o M < N (n n NnCOn Z ! D N m N N 012 Do Q 1 ui -i p� D W r g Z W p 0W OE < o N N y n Z r a p WFm r m om+ b r O Y N �W< NTnhN Y N f U a nal4�'� > r J C Q W z r O < < p N N Z < m W V) N < U U Z U Z ZCC (V J ® El • i V) W VI UV 0 V Z 0 ❑ JLJ u 1 a \ V o W (3 -1 !M M CD v N i _� cz O C,— >W J g A ? ? q n 8} 17 8 I ' �'M1 M1 ♦��lO, 1► Cdr � P� \ 0 n q o O 1 x 0 N I �I V O m w J N O p ~ Z F 7 ZZ C p d I i m 8 I U aQ =x O 2d �,I I � I I O I ! v ! ! ai W I I � I I Zi< I I N a I ! W I I 1 ! da I ! 8 I ! a n n m cep rn m m m n n n c0, n cap � n n n n n 3 n W F J Q a 4 0 W s CT, J LLJ /0 C / �W � V / z �O (/ 5 U W W zC/) Q ry O W w ' �'M1 M1 ♦��lO, 1► Cdr � P� \ W n q o d�J•�fg x 0 to U N O m w J N O p ~ Z F 7 ZZ C p d SG U ONV V1N �, W O tS J d 000 -1, < 2 V W v Y < < << JJ J � N O W tj Z Z U0 U< I- = owP k'KO W U=Z V O 8Z ~ Z U W � 2 U =Z Cw � Z m 0 Z��D: O((��U U Z? GOOK m N Z Z 0 0 ^I=lf �p J W< Z O< X1'1 C- ° a 80000 y W� a C OO x < N OO N < OO 10 000 Z� W �G� Om �a ©6 G=2 O J wpz ¢ a S C O U V N W Q 4` 0 0W =N W= C Z K 0:F 1%yi Z W J J W OO2 w Z lY QO << f71 (J ZO Y (OJ O U O U� J W J K u10 t=i1 p�w L tn� fV 1h US a V) NIy t/1 N V ) Q W \W z� 0 W ~ J ZWQ' • (n U > >- LJ Q Q wC) 0 I— a /Qyy U// 0 LL_ a— < - O It Q U co O O f— LL- Q I...l 0 / C/ LLI �W V ) h , m X N H �N Oan l< U Z�2 Y�Y J U3 i� 3� �a �< io ua Z W � J i J x �a zy all �= zW Y a^ `Y z J Q F- 11 ry y U �s z oQ M W = g a U 1Ni1 vNi o pFa F-' F /Wei W U C 1 N 10J: 1.x1 V J z X 0 W L) 2 e< a Z U 6 a 3 << W U 2 Q LL. u u J W ti, , W H O O < < 0 2 Z U Z N a2 aS U fjA ` < n a K d U w Z < N i0 t0 U f � U a 00000000 SNOl103S ONV 311.402ld J�at' *!U!Ww '3'd YDWJ *WW!Z G cj ( ;�•�•; a agar 31r0 I J6 NotS!n3a ON 7d*0 *M �!IQ^ aae 69c0— V1/(19l)96V1— Hd1S —d 'ON 103ro?Jd or S1N3W3A0HdVV N01103S831Ni NOIN39 ` F- 1 zo \�z \zo ;'3N '3AV S31d00VNV!'OAIB 13SNns 3N-008 HS in Iwo v •' :c „v eeNVriM■ ' �'M1 M1 ♦��lO, 1► Cdr � P� \ W n q o d�J•�fg c�� 0 �s z oQ M W = g a U 1Ni1 vNi o pFa F-' F /Wei W U C 1 N 10J: 1.x1 V J z X 0 W L) 2 e< a Z U 6 a 3 << W U 2 Q LL. u u J W ti, , W H O O < < 0 2 Z U Z N a2 aS U fjA ` < n a K d U w Z < N i0 t0 U f � U a 00000000 SNOl103S ONV 311.402ld J�at' *!U!Ww '3'd YDWJ *WW!Z G cj ( ;�•�•; a agar 31r0 I J6 NotS!n3a ON 7d*0 *M �!IQ^ aae 69c0— V1/(19l)96V1— Hd1S —d 'ON 103ro?Jd or S1N3W3A0HdVV N01103S831Ni NOIN39 ` F- 1 zo \�z \zo ;'3N '3AV S31d00VNV!'OAIB 13SNns 3N-008 HS in Iwo v •' :c „v eeNVriM■ J = LLJ U V) z \ 0 65 \y aa) 0 V) W Li 00 d J W z a' '\ \ . Q m v�o °oz Z Q z U _ ,_ \\ �1 %� M O v0 J +° O Z O O p to mz w Q\ = S \ 00 Q I O 00 Z z O = 3 3 0 W z N < z i g a r a a w w M \� \\ z �(�t \ \ \ w =) 00 0 v F m 3 ° < '3'N '3AV O I a --�``` �! _ f 2 Q O Q m OO V) w w 000 v) O y \\ o \ \\ \ t: o a Li \,� \� -j \ \ J W V) z 3 2 o w 3 z w ° g z z 0 00 a z 2 3 rn cr z p 0 J LnLn a < g 3 Q o z (n oW 0 O a °z ° z z a a g �_ 0 )- < a z0 o .i 0 2 a z ° < 20 + O V) Z V)i FO 0 z z < ° \ z Z a o r ? OW N O Z o ° Z W \\ V) w co < z � W O N Z p2 O z p Z z Z < w Z w w W O U O � U a � > - wz N o W a NU O ° 0 CL O a z ct w o w o�<o o U // /� Q O O o Z J D: W <= a a' Z a Ir O NZL..0 w z a 0 O ° a ,P \ Z Q li J W Z Y ir N w Uo M NwoO,nd w 0 �\ 1 \\ \ •.\ W O U N O Z la 2 W Z pp. U E OCy W ov) N ! ! O O O } Q 4 0 J O Q U� -O V O -O \. \ aw II II 4) w2 da Y a w= a W cr a �S S \\\ \• '\ \\ \ �- '. M W W F, Y u> V) Z L'i � J \ z J O O U U Li Ll W � < C7 � �' O C� O O \.. \• \ \\ \\ .` Z aa ww M ma J0 wa FN HO as ca OO \ �'\ \ \ z Z W V)V) >> NV) 1.- O Oa U I Z� 2a O 20 I W W Sa ww Zw •,\ \ \ - -)JZZ Z Z O V) Lo 3N 32 32 rN i-N �' pf, A \ `•. UOww W W V) V) O O O O ci 0000000 W \ N 3 `. OO a 0 L w J \ `\ \' O Z z J \ J w WQ H J3 \ \ \� �\ \ \ Z O J a' Z W -� K W Z v j 0 L'i ; 7- \ \\ z w +� \�\ \ W LLJ U cc \ O Q D! Z 30 - Z Z 1 `\ M U Li 0 U J 0 w N ww Z ��`� \ �g? \ ,'�Q Y� 0 3 w 0 r J \ Ny } 2 \ \ \ 7 V)i- W a} a Y o w w U} Y N J = LLJ U V) z \ 0 65 \y aa) <O V) W Li 00 d J W z a' '\ \ . Q m v�o °oz Z Q z U _ ,_ \\ �1 %� M O v0 J +° O Z O O p to mz w Q\ W S \ 00 w v,M a v)ma 00 Z z O = 3 3 0 r. Q W Q w m p w Q m J = LLJ U V) z m Z V) w ' <O 3 ° 5 — Li J J W z a' Q m J ~ E LJ 0. - O v= z U W J M= v~i v0 J +° \\ e \\ i� \ \•\ - \� \ e O +3 w b mz w Q\ W S Li m Z z J a U \ w v,M a v)ma 00 2 N a o = 3 \00 \ \ \\ s9 \ o 0 v~i w U p \ ',� \ \ p w w a m g a r a a w w M \� \\ z �(�t \ \ \ w =) 00 0 v F m 3 ° -- - - - - -- - - -- '3'N '3AV 93IHOOYNV ---- --�``` �! _ f MIA 10000-Z -it r \° \ \, Vo 0 +I N 'AgAY 631& 1 �) f F, ' 0 r k Li J a a F 2e U� \ �0 Q w \. n 0 + O r \ \ vzz o\ \ -00 ww _________________--------- R OZIII - OLI l dW ?JS JOIDASIUIWPY '73.d uouuowwW 66ai �.®.m °S0 �. MddY 31VO AS NOISMU ON NVId NOLLVZ113NNVHO -Idea sworn xwnd/6wv!!ne /EZUJUUD!d no 69C0- Vi/(L9096V/i- HdiS -d 'ON iO3rO8d vM S1N31N3A0ddWI N01103SH31Ni NIUN38 fir* zo \tz \zo 3N 'BAY S31d00MNVPaAl8 13SNne 3N-006 HS la v ake our. 0aNvYiN1! _ _ •_-== rrrrrr.--, r+ ....,.= �lr. °= ar.u�.!�==== �hw!.= _ . U.I�r-- ,,,,�,r,:,�— �,r...,,:.. _._ �„ �. Ir....._._ rrw�i._. .._.,rr.rrl!_..- ._.LLe- - --'- -- - . -' —��- =-= ...rlr Li J {` o C i10 E w Li Z ` , \ V s z U W J J \\ e \\ i� \ \•\ - \� \ e O w _Z Q\ r W Q V m Li m Z z J a U \ w N \\ M 00 2 N a o = 3 \00 \ \ \\ s9 \ o 0 v~i w U p \ ',� \ \ p w w a m g a r a a w w M \� \\ z �(�t \ \ \ w =) 00 0 v F m 3 ° "� to may' \\ \ \ gw + M +? M O ID 0 0 •- \ w \ ° U •�- \O� ~ Q O Q m OO V) w w 000 v) O y \\ o \ \\ \ t: o a Li \,� \� -j \ \ J W V) a a F 2e U� \ �0 Q w \. n 0 + O r \ \ vzz o\ \ -00 ww _________________--------- R OZIII - OLI l dW ?JS JOIDASIUIWPY '73.d uouuowwW 66ai �.®.m °S0 �. MddY 31VO AS NOISMU ON NVId NOLLVZ113NNVHO -Idea sworn xwnd/6wv!!ne /EZUJUUD!d no 69C0- Vi/(L9096V/i- HdiS -d 'ON iO3rO8d vM S1N31N3A0ddWI N01103SH31Ni NIUN38 fir* zo \tz \zo 3N 'BAY S31d00MNVPaAl8 13SNne 3N-006 HS la v ake our. 0aNvYiN1! _ _ •_-== rrrrrr.--, r+ ....,.= �lr. °= ar.u�.!�==== �hw!.= _ . U.I�r-- ,,,,�,r,:,�— �,r...,,:.. _._ �„ �. Ir....._._ rrw�i._. .._.,rr.rrl!_..- ._.LLe- - --'- -- - . -' —��- =-= ...rlr W r O ¢ a z ID ID ID ID n o T .}( z C ¢> l7 Ndp 1 V OW f_ F ) 2 �N O W F, O J u W ra A S N,o 6p1 z� ,G— w i w C a 3 Z� ;a 3 O O� .- ; ��p Z� < W p % XW w p < U 3z WOZ Nz ~�jw¢ a �; wzo v° <Y voi< O '� O Z iW Z N <••r -) (0 0 < W S w w i W O¢ ¢-� - %Z a¢ ¢ ONN< 2 O O W 2 Z Z< Z W z O Z m I 2 a J a a < J < N < 2 p m J I N < ~ p 0 a N 2 0, < 0 W k W W w O OW J 0 = p O = W W�OJ1- JW W Wd� ¢ O¢ ¢JU (7�O U• F a L ID e ID ID Q i-d < N W U < < f ¢ > O ¢ <F- <O QO w wJ ¢ W ZfN Z U c.1O Z W Z Z N U ~ I W <ypZ< 2W <NZ OZ < 1- <W NC7 NU' a w z 3 >`' MULL �uu-II F' U J -U' O 322Q NO Z YrO 2 Jd F•O� IO Z \ p t >cw W N W U c O. O W N3 JUti�� �; �Oavi '�' �r �O� =OU ZO O OO O Z W WZ = W O w w w z a Z W 1-¢iw U rNFr0 W <� ¢20 I.w i d d f. 2 O fL 2 6 d O ¢ N O 2 I N o W W ¢ W .<i r >- W W W j ) > O =� r V Z: OW f O- W H 1 <upOO > X J N ; W I- W 7 J< W FOW •�I y r3 > a > r e- N N N IZ LL I O > S.ZaN OF 20O W. WO O W O• d XN .7 > 0 DwL7NN OO mZ� W F- N d W U'' J ¢2w jj ij 1 O 6:i6 ;Z Op 26 Q. ¢ m< Nom (J0 TO N z B 0 I I / 8 ; W 1-30: H W OH i> W N -; F i W (i C7 H w LL W W< Q N m j d O X j d 2. ; z O O Z n Z Om2 j t O W O ¢¢ N SN O OOU 06 o ^U O O I i ¢O ULL Z W G 0 > U., ~O � ooy'x'm0 O� � j m 2Oti w 3 m F< wOy \\ Q Z `� N 30 w w<n mw lu <W 1- O Z O JSO = OO <27 J N 2N ~ ~ 2 ~>t 2 > y N U a p O N I> LL 2 W W O n J z LL w< Z O n- O Z U Q w¢ J N= �- < N ¢ Z3,m O O NU d¢ U ' >W!S -O ¢ i W O~ ; m� O 2 < J l'1=N <2w0 W <ZN xV1Nw f. LL Q U; Z ¢; d W� X d W `'ie = rvfO Z i° w N 2 < 4p< xOw rw <3 206lw r02 wi 2 Fi Z <r0 pa�W pn 1 WO x O > �Ni >W¢O ,-ini iOQ<Z U U f'N F'>ZZ pw H H f )Z N WNO < d < ,- 0 10 10x I w 0 wp ww w N,-¢ izz 3 Ny 3zz ;zaaz_ a 0. ;Z: xi 0 ¢oz� ¢�? '``\ • \`° ~ r0 N <LL O p a �- 0< O'-w O�pw.o p¢W <WwW¢ a z% ww U¢ d^'¢ (/) N < 3U QZ < < < ZWH <WN 0. <iddWg p �v ud w¢¢ W _ a ? O m 2 a Z N Y 3C7 Z a 2 WOW Z O J 2 2�- W �-O J U � O 2 W J O Jti N ; U W G f OOJW 2U < �a pJ 2ZY- WN W WN 1 W OJT �OZ NZd W X02 N�.V =OJ N O2 OOH WN,:Z WN _ _ __ ■ J <I Z FO W LL Q IJm NJO _O >N2 NJO �I O JW WU' UU ¢ f ¢ \�':•'': W < _ N < ] - - H O __�ls: —\ y —.5. —': ■ WN 7 O w I r2 O¢ ¢N N ¢Otl N O< N I = i S N �� F Z {Wy W d W< df 0O2 a W< a ) _m d a c < [7 ~ < <Y D <N I ` < r :- ~ Oz O (p< O m h Nm Y O Y2 < > O Y�UO J Z ¢ OO Z z6 Y. 02� J ZN \ O Z N r W wo I > V s < J m %J 50 O ~Op W ~ 00 j O� N W W W N< Nx 1 r • > W m O 0 x W 0 J 2 m Z i O C7 2 m Z i (7 _` < 2> W a d J W 3 230 . \ - 47 m O wZ ti? i N < 2pmi O=J O iayN OOJ O ¢r�i O WW <p 20� OLL <Q 0 .:.;t'�� — i�`t.. C u, ■ ;. U m< f" O'" "' Z 3 F2N F�< wpm p F< F�ii,W7 0< ¢� z in¢F<- aWiH auti i W O< O O UO <FZ <w W,- aF2 awww O p n. w¢ F rW OX On �v \ \` \, /� •1..' \,` \'` \\ \ t m0 IZ m IpW d a QUO �W¢ Of O�' =O jW¢f2=2N ¢ 2y 60 W �U¢ ¢�Oz ¢8� i M. J �' < U x Z r- 0 w O `- 3 2 LL O MW- O O ¢ �- U O d LL < \, \ 0 x O, O �i a LL 2~ LL ~- < LL LL S LL O w y m¢ N X J O- <; O N z o N 2 m U W U 2 W N O W N < ♦ \ [ x J Z U J F ¢_ a < < < < Nz Om N JO > 2 < W U-' Z W -W O W U-' z W r 2N O HN O W2F' des.- \,+ < r W >O E., JO ;> <W J p ; 3OUN ¢ <= N Z HC7 W a >< Y< 1 wIN N x ¢ m �JJ o 0 0 of O 3 -w f- z � 2N0 O Ip J �� X 7ZX 0 aOUI aOmIOV aO-Z 4ppl -Wd z iN UU < wNLL <I 1' W N< z wa OOO �' 32 << - 32 - «�� O JZ �W N O00 W NO WAN <Zw «f9 U O Uz 2 ¢Wfo ¢I <F ¢>< O Ir 2ZZ x GN N UO U'2 OOZ Z 2 N 22 <Z U_'a Z W ZIx W; U' U5- N U-' WN^ 2000 =Dm 1 d U_' << OW <N U- i7N !7 J GNT C7N f)JJ W Nx ; ;< W �d J W W NC Z O J N a z >Z LL <O O NZFx- N< NW ~ N2H d«wzm 2 -¢ Z d O W UZw¢ O. W I z0 tiN W <N Of 7- Z Z i O- ZZ N O XN X 1 \� \ ( s 00 O O¢r ¢- ¢- \ \ W aW in ¢ O O 1- NO ZZ U e-O�. ~OOZ <� �'O3 F'aay- u 'o > M 2a< f LLW H w Oi d X] 2W j N DOPE j N jNNFF -G n WO j N <Zi j0O¢ jOp 1 �1 W 2 0 -20 i m 0 p . .Y L Q �¢ Naa J UWO Z mZ 2LL 0¢N G' ¢wO ¢WiWWZ ¢w� aJ�a Z¢ ¢ OU ¢N O <;¢ N¢ <0 N¢< j z. \ / \ \' UO W U WOZ < ZO < <a N NUw N NU_U_ W N N - \, \ ZO Ow rS yaW C7 OU WO OW< !/) 2a,- z2 WO¢r zaF- Z2xHN; z i ZZ i U�-a 2�i 23i 1 \ \v\ wO W¢O w woo t• > O¢w z 0)O Owmo O» OWWWDO O w OO W Ow< 00¢O 00¢ i \r n \ \ \ ` > d <¢ j O� 3 N Uj O� U¢LL¢'1 O Urm U >ddN; U�ID U »Oda U CC UN ¢ Jm L) Ua< I 1\ \ \ �y J¢ J30 ¢ Z w Z x W V N ✓i Y In ,D n a0 rn O �; \\ \ \•` ,�. 1� rWrr�� << <OZ < <¢W < >< SO �-aaz OQ 0� O� 0 mo- \ \ \ `_ / \\ V �N Aivl vi i�0 ,ri i ,�� oC¢9¢w rYi �\ •• \ \ - ^✓'� A?C /off \. -k < • \''. xr 0= O Z Z D ' O V G. U N \N z �ll0iiiii0igiiiiiiiiiiiiiiIliiio l i Z DNOJ � q W (A', \ u � - /�C, F PA c_ � Lkr-, \ 0. '3-W •and 8-41000V NV FS1. �•�_fq:. ri Il �-- T — -r: Z C7 Z w �i P: \ "A \ F 0<wa to \ \ ^j, fLL-j to � o< L Nbld N011dNlWfllll ONb IVN91S �0�o1l•IulwpV •-3•d uownWWl 55" 74.0 9INoM :ll9nd /bunma /gulum4d m +wl r 6SC0 -Vi(l9 L )96V1- Hd1S -d 'ON 103f o8d .., S1N3W3A0UdM NOIIOBSW31NI HDIMa Z6NIZVO '3N '3AV S31UODVNV /'4AIS 13SNns 3N-006 HS d 16S':: P _w �__'= �r.n.4_ =.._ _..�. = _= r.....- Y.��l..,.,.n.__ - -a....,.____r„l,r■ --- r�"r- --- -„fit -.. _ _- - - - --- -------------------------- 5 xr 0= Z Z D ' O V G. U N z �ll0iiiii0igiiiiiiiiiiiiiiIliiio i Z DNOJ � q W e i 1; 0 0 0 W 7 O I U N O W W N O � J W W Z 2 z N N N O¢¢ U O � O C� w VUN O=Q UU NOISIMS I -ON �ll0iiiii0igiiiiiiiiiiiiiiIliiio HIIIIIIIIIIIIIIIIIIIIIIIIIIIII 11111111111111111101111111111 �IIIIIIII�IIIIIIIIl0111111111 9119�09�9�6�99�99�6111111111 6������00�00�0000000�BBB0B8B06 D�CIDOOCCG�96AAAADBBG6BBBBBAB9B 0 0 0 W 7 O I U N O W W N O � J W W Z 2 z N N N O¢¢ U O � O C� w VUN O=Q UU NOISIMS I -ON v W O U 2 V= N Z 0- p W < < J W U 4 W ? Z Z N O W 0 0 7 a w< a U a 2 U W n ■�nw��ueu��■�a ■nIu�1011u11 ME a =now Nil 01 1 101111 �u n�wm unu�� NII�IYI�II�I�B 1�■1 .. ;� X11 n ��HRII �Ihfl ��I�I�III�Wl�lnwl ��A�IBII 1 �O�g1�1111�N NAIIfl�IINl�un� 1111111 11 111 1 111111 1111111111 loll I f ! Li ww x Zz 8 cn L, QZ 0 J W 0 > T �UZ 2 w Q U W p m 13NIEVO Z13_1_10J JiNOO NO11dH3 -3ad N13I11313Q dMl S0tl3H 03d Satl3H ltM9IS 103NN03631NI a3A0d I i 1 ' J m J �p JJ U I U < • < Q ' ' = _IN,!N �INI$:�e1a 10 •o OO�mE NN rr I NV mm NN ff n VN m'� '�Nf'1 In •0 OU 18�� �n�o 0 0 0 al ;all a 3 o! io !15ff' lI oii o m�e n nlmi�i S I S j I�I IIii N W gl; n1 //� `\\ !!ys \zaX I I ( i ggN �Ii�iIF1! S 0) lici t9 am 494 i 194 LS add R ul I � �I j m n nl p � ���• 49L 19L L9 add I, °� m < u °"• C9L mal$ °a MR ZDL let I I 1.9 arm I II sls • gg I� 99a 949 I0I n SI S9B 499 9 CB9 9 C99 I I I I tl 299 tl 29D LI ( aI9B aI99 ZB am I9 /it am i X I C O Ha '3AY 6=00YM P, IF; Klty< V isf9 s49 299 939 9L° SZ9 � 9 C29 9 CZD tl ZZ9 tl US a 129 a l29 22 arm u/Is anm S E� D► add � JLR J. 91 am 5m is c. l 4- �x • zae j I y{ �— 60Z — • I9D � Fi • 9I9 • SID I + CIO • Si9 + 999 • 999 f LE gig I y _ o y m Vp Im { <I1 d m O $7mm! m —x x — WV89Vla `JNIbIM WNDIS ,olon.!U!LUPY '-3•d uowwww 558JO I ••�A� esa d••• addv 31v0 I As 7d:0 hVOM 0!!gnd/bu!pgng /I�u!uuo!d °ns +.vs B50 mse 6920 —W( L9 L)96V1— HdlS —d 'ON 103f 02jd S1N3Nt3A0WdWl N01103SU31NI NOIN38 rTM zo \IZ\zo 3N '3AV S31d00VNV /'0Al8 13SNns 3N-008 HS oawvaiN■ ilrn�,rJ _ -- �r = -rIF ml lo' d N N Im �N po: G 9 NOISIA38 I 'ON 1 e m i„ d� wv Nm o�� LuuWc F O Y T h Wi 2 K i iry C 0 ji z ^I I Z" 1 Q1 W I �— F Oi b n w� I b � O n WO .. G _ C U N ct cyc N W 5<`aayy JX NGVy WW cL m p J �1 2 m: m a ~1 _ Z'!2 �2 Jz i �a�m NI UZ@m Z! apNpUU QQ� ' 21 CC�� F"I V,p ti G pm W�� J� G< a N Jp W OX G- r � p �t W4 W! h-' W, Z! Q o: 3 U Wi� � >iz Zi ccI uji 0 W U! Y n U _ C N cyc N W 5<`aayy JX NGVy WW W3F WW Y� oY Z < J� O o C W N 3 z�< g�� �ed p4 O3 z� h V,p ti W W 2 L W O 4 Z 1I I' NIS ,£ � n < cyc N W 5<`aayy JX WW O ry oY Z < J� O o C W N 3 z�< ©3sc zz ;Z= Of..r 0 G 7 2 z W <Op y J Z O G pm W�� J� G< a N Jp W OX G- N C W N O W CWC � Z � W N� ZU r Zti <O. �P —WU N JI-m = U yO�C 'S4 W <JC ] C N < < m CJ W < m WZfn — NF Q Z1 a�G zW yam mJ Z CA, " l� Z NOy` O W Q� W Z f=AJ =iN a0 W N-, OyOjOW Z V 4 XO <t3.1<p m FIt ©.i << W O 7W W°' < CNm <W WOW O < ©Wyam Na0�� © m W CF: -u—U h W. W > y JON < WOE L C— G6.N YUWOW Z QyC<Fi Why W << 4i Z•O O C.I zam CCU =U 'O Q < Wa=: ��-a : m6 N2 W < O i :� Ory W� C Y Z UO << C< X012 O to m�'��s xZ�CWO < <CF= 3_ z 1I I' NIS ,£ � W O �I al wi :R > >i Z �I � J• uil WI Ni ml >! OI Wi�IQ: of =i y fA N Z_:, i w' z zi O: coi 01 i Ui al w; w QI ='Zia �i LL) a� O! JI WI C7! zi Z :z JI a wl Lui cc H SlIV130 J0WASlu'wpV '73•d uauuaww? 55wo +� ®•� esa — addV 3i`ro As NOISM8 ON idea nWM alwnd/bulplm8/66uwuuoId ns +w°: no ®e 6SC0- Vl /(19096V1- Hd1S -d 'ON 103ro6d 11-11 v0 vm S1N3W31A0UMI N01103SU31N1 NOIN38 zo \"v, 3N '3AV SSl000VNV /'QAl8 13SNf1S SN-006 US OONVUL"m AM n W O �I al wi :R > >i Z �I � J• uil WI Ni ml >! OI Wi�IQ: of =i y fA N Z_:, i w' z zi O: coi 01 i Ui al w; w QI ='Zia �i LL) a� O! JI WI C7! zi Z :z JI a wl Lui cc H SlIV130 J0WASlu'wpV '73•d uauuaww? 55wo +� ®•� esa — addV 3i`ro As NOISM8 ON idea nWM alwnd/bulplm8/66uwuuoId ns +w°: no ®e 6SC0- Vl /(19096V1- Hd1S -d 'ON 103ro6d 11-11 v0 vm S1N3W31A0UMI N01103SU31N1 NOIN38 zo \"v, 3N '3AV SSl000VNV /'QAl8 13SNf1S SN-006 US OONVUL"m AM