Loading...
HomeMy WebLinkAboutContract Award Dater > �.. CAG 02-115 Awarded ta: �- � "�- � =�-- �.�-- ' sip a a s Bidding Requirements, City of Renton ; eigilt Forms, Contract Forms, Conditions of the Contract, Plans and Specifications RENT RENTON MUNICIPAL AIRPORT SECURITY GATE REPLACEMENT 1 0,6100lit 10 0,4%44 it I w. t [EXPIRES: 10/22/0 City of Renton 1055 South Grady Way Renton, WA 98055 General Bid information: (425)430-7200 City Contact: Ryan Plut (425)430-7372 Airport Manager: Ryan Zulaut (425)430-7471 'Flip Printed on Recycled Paper Gs,(CY ..0 v‘N-rvo� RENTON MUNICIPAL AIRPORT SECURITY GATE REPLACEMENT ADDENDUM NO. 1 TO THE BID PROPOSAL, CONTRACT DOCUMENTS AND SPECIFICATIONS Date of Issue: 26 August, 2002 Date of Bid Opening: 28 August, 2002 +rr NOTICE TO ALL PLANHOLDERS: The Bid Documents for the above-named project are modified as described below. Bidders shall take this Addendum into consideration when preparing and submitting their bids. Bidders shall attach this addendum to their copy of the Contract Documents, and shall acknowledge receipt of this Addendum in the space provided in the Proposal Form. Failure to do so will subject the Bidder to on disqualification of his bid. THE BID DOCUMENTS ARE MODIFIED AS FOLLOWS: m` PROJECT PROPOSAL 3. SCHEDULE OF PRICES: Item 18: "Induction Loop Vehicle Detector" Increase Quantity from 4 to 8. Revised copies of the Project Proposal are attached. Bidders should check the revised pages carefully. Bidders shall remove the original superseded pages of the Project Proposal and replace them with the new pages attached. SPECIAL PROVISIONS: PAGE SP-61: Bidders shall insert the following section: 8-20.3(14)C Induction Loop Vehicle Detectors Modification Line 4 is revised to read: Loops shall be 10 ft by 4 ft with 3 turns of wire in each loop. There shall be 2 loops per gate located one on each side of each gate. The closest approach of each loop to a gate shall be 4 ft. The long axis of each loop shall be aligned perpendicular to the flow of traffic. Revised copies of the Special Provisions are attached. Bidders should check the revised pages carefully. Bidders shall remove the original superseded pages of the Special Provisions and replace them with the new pages attached. Renton Municipal Airport Security Gate Replacement ADDENDUM NO. 1 City of Renton August 26,2002 Page 1 of 2 CONTRACT PLANS: Information on the following plans has been revised as described below. Bidders should note these changes on their copies of the plans: m„ Sheet 3/13 Summary of Quantities item number 18 revised quantity from 4 EACH to 8 EACH. Sheet 5/13 The Call-out"PROPOSED BURIED POWERLINE IN CONDUIT/INTERCEPT EXISTING POWER SUPPLY LINE" is changed to "PROPOSED BURIED POWERLINE IN CONDUIT/ROUTE TO EXISTING CIRCUIT BREAKER CABINET IN AVIATION FUEL PUMP HOUSE" odd Sheet 5/13 Delete General Note 5 and General Note 7. Sheet 6/13 Delete General Note 5. add Sheet 11/13 The Call-out"REMOVE EXISTING DECORATIVE ROCKS. STOCKPILE IN PARKING LOT OF SOUND FLIGHT. LOCATION T.B.D." is changed to "RELOCATE EXISTING DECORATIVE ROCKS NEARBY. LOCATION TO BE DETERMINED BY OWNER." ALL OTHER REQUIREMENTS OF THE CONTRACT DOCUMENTS REMAIN IN EFFECT THE CITY 0 RENTON IPOf oft4 1611°' Les ie Lahndt, P.E. .. Transportation Design Supervisor OM EMI Renton Municipal Airport Security Gate Replacement ADDENDUM NO. 1 City of Renton August 26,2002 Page 2 of 2 ,.� 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. 11 1 Minor Change arm Est. $ 1,000.00 1,000.00 per Est. (words) (figures) (figures) rr 12 1 NW Seaplanes Gate Site L.S. $ per L.S. (words) (figures) (figures) a�w 13 1 B-Ramp Gate Site L.S. $ per L.S. (words) (figures) ?figures) 14 1 Southwest Gate Site ■• L.S. $ per L.S. (words) (figures) (figures) rr 15 1 South Bridge Gate Site L.S. $ per L.S. (words) (figures) (figures) 16 1 Relocate/Retrofit South Vehicle Gate L.S. $ r• per L.S. (words) (figures) (figures) 17 1 Chain Link Vehicle Gate,7 ft. .r• E.A. $ per E.A. (words) (figures) (figures) 18 8 Induction Loop Vehicle Detector E.A. $ per E.A. (words) (figures) (figures) 19 1,650 Chain Link Fence, 7 ft L.F. $ a.r per L.F. (words) (figures) (figures) 20 1 Clearing and Grubbing L.S. $ per L.S. (words) (figures) (figures) oa,, Tax @ 8.8% (figures) Total (figures) Renton Municipal Airport SCHPRICE.XLS Security Gate Replacement rr me Division 8—Miscellaneous Construction SP-61 .. 8-20.3(14)C Induction Loop Vehicle Detectors Modification Line 4 is revised to read: Loops shall be 6 ft diameter with 3 turns of wire in each loop. There shall be 2 loops per gate located one on each side of each gate. The closest approach of each loop to a gate shall be 4 ft. 8-20.5 Payment(RC) New Payment will be made for the following bid items that are included in the Proposal: Induction Loop Vehicle Detector Per Each The per each contract price for "Induction Loop Vehicle Detector" shall be full pay for furnishing A,„ all labor, materials, tools, and equipment necessary for the construction of the complbte Vehicle Sensor Loop, modifying existing systems, or both, as shown in the Plans and herein specified including conduit, wiring, 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 per each contract price. MIN 8-21 PERMANENT SIGNING 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. Existing signs not reused shall be returned to the Renton Municipal Airport Maintenance Shop. 8-21.5 Payment Supplement age Relocation of signs shall be considered incidental to the bid item "Chain Link Fence, 7 ft.", and shall be included therein. This item shall include, but be not limited to, providing signs and supports, temporary sign relocations as well as relocation and maintenance to their permanent location, and sign cleaning. aim Security Gate Replacement City of Renton H:\Division.s\TRANSPOR.TAT\DESIGN.ENG\RyanAirport_Gates\Specials\Airportspecprov.doc July 2002 CITY OF RENTON RENTON, WASHINGTON . CONTRACT DOCUMENTS for the RENTON MUNICIPAL AIRPORT SECURITY GATE REPLACEMENT AIRPORT IMPROVEMENT PROJECT AIP 3-53-0055-12 PROJECT NO. CAG 02-115 AUGUST 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 r CITY OF RENTON INDEX I. CALL FOR BIDS II. INTRODUCTION eis• 1. INSTRUCTIONS TO BIDDERS 2. SCOPE OF WORK III. PROJECT PROPOSAL 1. BIDDER'S CHECKLIST 2. PROPOSAL .r 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 8. NON-COLLUSION AND DEBARMENT AFFADAVIT 9. ASSIGNMENT OF ANTITRUST CLAIMS 10. MINIMUM WAGE AFFADAVIT FORMS 11. SUBCONTRACTOR LIST FORM 12. BUY AMERICAN CERTIFICATE and NOTICES TO BIDDERS IV. CONTRACT DOCUMENT FORMS 1. 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. CONTRACT SPECIFICATIONS 1. FAA GENERAL PROVISIONS 2. FAA SPECIAL PROVISIONS 3. SPECIAL PROVISIONS 4. AMENDMENTS TO THE STANDARD SPECIFICATIONS VI. TECHNICAL SPECIFICATIONS(see table of contents at beginning of section) APPENDIX A—HOURLY MINIMUM WAGE RATES err 1. FEDERAL WAGE RATES 2. WASHINGTON STATE PREVAILING WAGE RATES FOR KING COUNTY APPENDIX B—STANDARD PLANS ar H:\Divisions\TRANSPGR.TAI\DESIGN.ENG\RyaMAirport_Gates\BidPackUNDEX.DGC Renton Municipal Airport Security Gate Replacement `r I. CALL FOR BIDS CITY OF RENTON MIN �r+ aw I CALL FOR BIDS ISO Via H:\DIVISION.S\TRANSPOR.TAT\DESIGN.ENG\ItyaMAirport_Gates\BidPack\\COVERI.DOC Renton Municipal Airport Security Gate Replacement .r. to CITY OF RENTON Renton Municipal Airport Security Gate Replacement CALL FOR BIDS err Sealed bids will be received until 2:30 pm,August 28,2002,at the City Clerk's office,7th Floor,and will be opened and publicly read in the 5th floor conference room#521,Renton City Hall, 1055 S. Grady Way. The work to be performed within 35 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 0110 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. wr The work shall include furnishing and installation of four new security gates,and relocation/retrofit of one security gate,at the Renton Municipal Airport,including but not limited to: removal of existing gate and sir fence installations; sawcutting,demolition and removal of existing asphalt or concrete pavements;asphalt concrete paving;installation of chain link fence together with gate controllers,wireless modems,keypads, proximity card systems,signal loops,and all other work necessary to complete the project as specified and shown in the contract documents. .w A pre-bid walk-through will be held at 2:00 pm, Friday, August 23, 2002, starting in the Conference Room of the Renton Airport Tower (425-430-7471) and will proceed around the perimeter of the airport to each site. .w. ATTENDANCE BY BIDDERS IS MANDATORY. Those not attending will not be considered. A simple diagram of network routing and proposed connectivity will be handed out at the walk-through. The City reserves the right to reject any and/or all bids and to waive any and/or all informalities. .rr For information regarding this project contact Ryan Plut,Project Manager at(425)430-7372. Approved plans and specifications and form of contract documents may be obtained in the Public Works Department Customer Services at the 6th floor, Renton City Hall (425-430-7266), for a non-refundable fee of$35.00 ($32.17 plus $2.83 sales tax) for each set plus $5.00 to cover postage, if mailed. The mailing charge will also be non- ,r„ refundable. A certified check or bid bond in the amount of five percent (5%) of the total amount of each bid must accompany each bid. A 100%performance bond will be required of the successful bidders. No bids will be accepted after the time and date shown above. 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 rr consideration of an award. -rid La, uitAAAA a Michele Neumann,Deputy City Clerk Published: Daily Journal of Commerce: August 7, 14&21,2002 ass NMI II. INTRODUCTION CITY OF RENTON SIN akin arr tie I I INTRODUCTION OSP tit PIN IMO NUM H:\DIVISION.S\TRANSPOR.TAT\DESIGN.ENG\Ryan\A irport_Gates\BidPack\ii\COVERii.DOC Renton Municipal Airport Security Gate Replacement MOW r. II. INTRODUCTION CITY OF RENTON 1. INSTRUCTIONS TO BIDDERS two 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. imp At this time the bids will be publicly opened and read, after which the bids will be considered and the award made as early as practicable. No proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall be submitted on the forms attached hereto. 2. The work to be done is shown on the plans. Quantities are understood to be only approximate. Final payment will be based on field measurement of actual quantities and at the unit price bid. The City reserves the right to add or to eliminate portions of that work as deemed necessary. 3. Plans may be examined and copies obtained at the Public Works Department Office. Bidders shall satisfy themselves as to the local conditions by inspection of the site. 4. The bid price for any item must include the performance of all work necessary for completion of that item as described in the specifications. 5. The bid price shall be stated in terms of the units indicated and as to a total amount. In the event of errors, the written word unit price bid will govern. Illegible figures will invalidate the bid. w 6. The right is reserved to reject any and/or all bids and to waive informalities if it is deemed advantageous to the City to do so. 7. A certified check or satisfactory bid bond made payable without reservation to the Director of Finance of the City of Renton in an amount not less than 5% of the total amount of the bid shall accompany each bid proposal. Checks will be returned to unsuccessful bidders immediately following the decision as to award of contract. The check of the successful bidder will be returned provided he enters into a contract and furnishes a satisfactory performance bond covering the full „i, 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. 11110 9. The bidder shall, upon request, furnish information to the City as to his financial and practical ability to satisfactorily perform the work. 10. Payment for this work will be made in Cash Warrants. 11. The contractor shall obtain such construction insurance (e.g. fire and extended coverage, worker's "" compensation, public liability, and property damage as indicated on forms enclosed under Attachment A herein and as identified within Specification Section 1-07.18. ar 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. wr Ht\DIVISIONS\TRANSPOR.TAT\DESIGN.ENG\Ryan\Airport_Gates\BidPack\ii\INSTRUCT.DOC Renton Municipal Airport Security Gate Replacement moor ,� II. INTRODUCTION CITY OF RENTON 13. Payment retainage shall be done in accordance with Section 1-09.9(2) "Retainage and Section" 1-09.9(3) "Contracting Agency's Right to Withhold and Disburse Certain Amounts" located in City of Renton Supplemental Specifications. Eio 14. The construction contract will be awarded by the City of Renton to the lowest, responsible, responsive bidder. The bidder shall bid on all bid schedules set forth in the bid forms. Partial bids will not be accepted. The owner reserves the right to award any or all schedules of the Bid to meet °■' the needs of the City. The intent is to award to only one BIDDER. 15. Trench Excavation Safety Systems As required by RCW 39.04.180, on public works projects in which trench excavation will exceed a depth of four feet, any contract therefor shall require adequate safety systems for the trench ,i,r excavation that meet the requirements of the Washington Industrial Safety and Health Act, Chapter 49.17 RCW. These requirements shall be included in the Bid Schedule as a separate item. The costs of trench safety systems shall not be considered as incidental to any other contract item and any ,,,, attempt to include the trench safety systems as an incidental cost is prohibited. 16. Payment of Prevailing Wages In accordance with Revised Code of Washington Chapters 39.12 and 49.28 as amended or supplemented herein, there shall be paid to all laborers, workmen or mechanics employed on this contract the prevailing rate of wage for an hour's work in the same trade or occupation in the area of work regardless of any contractual relationship which may exist, or be alleged to exist, between the CONTRACTOR and any laborers, workmen, mechanics or subconsultants. A• 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. ,o„ 18. Water Pollution Control Requirements The CONTRACTOR shall conduct the work in accordance with all applicable pollution control laws. The CONTRACTOR shall comply with and be liable for all penalties, damages, and violations under Chapter 90.48 RCW, in performance of the work. The CONTRACTOR shall also comply with Article 4 in the Puget Sound Air Pollution Control Agency Regulation III regarding removal and encapsulation of asbestos materials. 19. The CONTRACTOR if so desires may determine existing on site features such as the thickness of existing road surfacing, prior to bid opening. The bidders must notify the OWNER within 48 hours prior to exploration activity and shall repair all boring and exploration work to preexisting condition. 20. Standard Specifications err All work under this contract shall be performed in accordance with the following standard specifications except as may be exempted or modified by the City of Renton Supplemental Specifications, Special Provisions other sections of these contract documents. These standard H:\DIVISION.S\TRANSPOR.TAVtDESIGN.ENG\Ryan\A irport_Gates\BidPack\ii\INSTRUCT.DOC Renton Municipal Airport Security Gate Replacement may II. INTRODUCTION CITY OF RENTON specifications are hereby made a part of this contract and shall control and guide all activities within "' this project whether referred to directly, paragraph by paragraph, or not. 21. WSDOT/APWA "2002 Standard Specifications for Road, Bridge and Municipal Construction" and "Division 1 APWA Supplement" hereinafter referred to by the abbreviated title "Standard Specifications." rw 22. Any reference to "State," "State of Washington," "Department of Transportation," "WSDOT," or any combination thereof in the WSDOT/APWA standards shall be modified to read "City of Renton," unless specifically referring to a standard specification or test method. 21. A soils investigation has not been performed for this project by the City or Engineer. The Bidders .w shall familiarize themselves adequately with the project site and existing subsurface condition as needed to submit their bid. Upon approval of the City, the Bidder may make such subsurface explorations and investigations as they see fit. The Bidder shall be responsible for protection of all existing facilities, utilities and other buried or surface improvements and shall restore the site to the satisfaction of the City. .r +rw w HA DIVISION.S\TRANSPOR.TAT\DESIGN.ENG\Ryan\A irport_Gates\BidPack\RINSTRUCT.DOC Renton Municipal Airport Security Gate Replacement wr w II. INTRODUCTION CITY OF RENTON 2. SCOPE OF WORK ON 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 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 furnishing and installation of three security gates at the Renton 40 Municipal Airport, including but not limited to removal of existing gate installations, sawcutting, demolition and removal of existing asphalt or concrete pavements, asphalt concrete pavement, installation of chain link fence, signal loops, and all other Work necessary to complete the project as specified and shown in the Contract Documents. Any contractor connected with this project shall comply with all Federal, State, County, and City codes and regulations applicable to such work and perform the work in accordance with the plans and specifications of this contract document. The funding of this project will be from City and Federal Grant funds. +lw .l. �r• H:\DIVISION S\TRANSPOR.TATDESIGN.ENG\Ryan\A irport_Gates\BidPack\ii\SCOPE.DOC Renton Municipal Airport Security Gate Replacement r* i. III. PROJECT PROPOSAL CITY OF RENTON PROJECT: Renton Municipal Airport Security Gate Replacement sal CAG NO.: 02-115 COMPANY: C A Carey Corp BID AMOUNT: ADDRESS: 537 NW Locust St TEL. NO.: 425.392.8016 PO Box 1006 Issaquah WA 98027 r,r ' PROJECT PROPOSAL H:\Division.s\TRANSPOR.TAT\DESIGN.ENG\Ryan\Airyort_Gates\BidPack\iii\COVERiii.DOC Renton Municipal Airport Security Gate Replacement or .r III. PROJECT PROPOSAL CITY OF RENTON 1. BIDDER'S CHECKLIST � • PROJECT PROPOSAL COVER SHEET 1. BIDDER'S CHECKLIST so 2. PROPOSAL FORM 3. SCHEDULE OF PRICES 4. ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA -. 5. BID BOND FORM 6. CERTIFICATION FOR FEDERAL-AID CONTRACTS .wr 7. CERTIFICATION OF EEO REPORT top 8. NON-COLLUSION AND DEBARMENT AFFIDAVIT 9. ASSIGNMENT OF ANTITRUST CLAIMS IMP 10. MINIMUM WAGE AFFIDAVIT FORM 11. SUBCONTRACTOR LIST FORM 12. BUY AMERICAN CERTIFICATION two Above documents must be executed by the Contractor, President and Vice-President or Secretary if t'" 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. U. w w. v .r w.r H:\DIVISION.S\TRANSPOR.TAT\DESIGN.ENG\Ryan\A irport_Gates\BidPack\iii\CHKLIST.DOC Renton Municipal Airport Security Gate Replacement .�. III PROJECT PROPOSAL CITY OF RENTON 2. PROPOSAL MIN 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 'r I 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: rr (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.) rr Printed Name: Steve Murdoch ,. Signature: j Address: PO Box 1006 Issaquah WA 98027 Names of Members of Partnership: .ri OR +• Name of President of Corporation Christopher Carey Name of Secretary of Corporation Christopher Carey ■ Corporation Organized under the laws of Washington With Main Office in State of Washington at 537 NW Locust St Issaquah WA 98027 rrl H:\DIVISION.S\TRANSPOR.TAT\DESIGN.ENG\Ryan\Airport_Gates\BidPack\iii\PROPSALDOC Renton Municipal Airport Security Gate Replacement a11[a I• III. PROJECT PROPOSAL CITY OF RENTON 3. SCHEDULE OF PRICES ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID (Note: Unit prices for all items,all extentions,and total amount of bid must be shown. Show unit prices in both words and figures and where conflict occurs the written or typed words shall prevail.) VIII ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO. _ QUANTITY (Unit Prices to be Written in Words) Dollars Cts. Dollars Cts. mii 1 1 Mobilization L.S. $ ---\\■ `kva cEoAci✓b 4 ) ( of ZO,UcO,dv 301 od()• 0 o w per L.S. J (words) (figures) (figures) 2 1 Contractor Supplied Surveying Five Thousand Dollar and 00/100 - L.S. $ Slrvl 5,000.00 5,000.00 per L.S. (words) (figures) (figures) 3 1 Traffic Control sr L.S. $ Five Thousand Dollars and 00/100 5,000.00 5,000.00 per L.S. (words) (figures) (figures) No 4 1 Temporary Erosion and Sediment Control L.S. $ Two Thousand Dollars and 00/100 2,000.00 2,000.00 „i per L.S. (words) (figures) (figures) 5 266 Remove Asphalt Concrete Pavement, incl. Haul so S.Y. $ Thirty Dollars and 00/100 30.00 7,980.00 per S.Y. (words) (figures) (figures) _ 6 1 Removal of Structure and Obstruction L.S. $ le-vi -111 av►su c44.5 l\4 r5 a K k o`-'l/-6v 1O�OO C) 10 660, 06 per L.S. (words) (figures) (figures) rr 7 82 Crushed Surfacing Top Course Ton $ Fifty Five Dollars and 00/100 55.00 4,510.00 r per Ton (words) (figures) (figures) 8 60 Asphalt Concrete Pavement Cl. B, Incl. Haul iim Ton $ One Hundred Fifty Dollars and 00/100 150.00 9,000.00 per Ton (words) (figures) (figures) - 9 17 Concrete Curb L.F. $ Seventy Dollars and 00/100 70.00 1 ,190.00 per L.F. (words) (figures) (figures) or 10 1 Adjust Existing Utility EA. $ Five Hundred Dollars and 00/100 500.00 500.00 ++ per EA. (words) (figures) (figures) so Renton Municipal Airport SCHPRICE.XLS Security Gate Replacement Mr 08/26/2002 11:30 FAX 425 430 7376 RENTON TRANS. SYS. T 421003/004 ei• . III.PRWECT PROPOSAL CITY OF RENTON a.e ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO. QUANTITY (Unit Prices to be Written in Words) Dollars Cts. Dollars Cts. 11 1 Minor Change "u Est. $ One Thousand Dollars and 00/100 1,000.00 1,000.00 per Est. (words) (figures) (figures) ere 12 1 NW Seaplanes Gate Site + L.S. $ '1. d l c,A40u3w. ctiAz a. OZ)) L(S0 3b,Doc.),0) 3 ko i()co.Op per L.S. (words) (figures) (figures) mai 13 1 B-Ramp Gate Site L.S. $ -- ►,v rc i CU"rt aucL 6bI L00 3t1oci x 32., (No.0 per L.S. (words) (figures) (figures) IN 14 1 Southwest Gate Site LS. $.Y ir1ln o dII `1� S a j Q-o f L vO _ L4 plc).0 Q LIL 0 U U.00 rr per L. (words) (figures) (figures) 15 1 South Bridge Gate Site am L.S. $�i I∎ .Sat GWersu.,f,l cY 1 too 36ioc .00 3ci000-0 0 per L.S. J (words) (figures) (figures) el. 16 1 Relocate/Retrofit South Vehicle Gate / LS. $ - ;t v Abl ' . 1 oa j L 6 b 3$ o(7 o.CS C� 3 5)(AA.0-0 per L.S. (words) (figures) • (figures) 17 1 Chain Link Vehide Gate,7 ft. E.A. $ Two Thousand Two Hundred Fifty Dollars 2,250.00 2,250.00 viii per E.A. (words) and 00/100 (figures) (figures) 18 8 Induction Loop Vehicle Detector E.A. $ Six Hundred Dollars and 00/100 600.00 4,800.00 r. per E.A. (words) (figures) (figures) 19 1,650 Chain Link Fence,7 ft ems L.F. S 4 ft QvR. a O \� rs d 00 /tot, 31 . 00 S t 1 \4 5 0, 0 0 per L.F. (words) (figures) (figures) Am 20 1 Clearing and Grubbing LS. $ Three Thousand Five Hundred Dollars 3,500.00 3,500.00 per L.S. (words) and 00/100 (figs) (figures) A. Tax @ 8.8% 2'810(.1 .94 (figures) - M 346)1414 Total fl S M se. (figures) Renton Municipal Airport SCHPRICE.XLS Security Gate Replacement dal AO ,,,,,, III. PROJECT PROPOSAL CITY OF RENTON r`r Planning/Building/Public Works Department as 3. SCHEDULE OF PRICES SUMMARY SHEET TOTAL: .3 1 $ S 3 0 . 0 C0 TAX @8.8 % 0 , LE �. GRAND TOTAL: 31-U0 411-1/.. 4Lf r� Amount in Words of Grand Total f'o-c-kux acl GA] S,rrctLe sc,/Al n l'IAL1 Lt octveci 4 v.}..,ook dollars r. cJ and o r}�.� �u V cents. J BY SIGNING THIS PROPOSAL, THE BIDDER FURTHER DECLARES THAT HE/SHE FULLY UNDERSTANDS THE CONSTRAINED SCHEDULE FOR THIS PROJECT AND HEREBY PROPOSES TO COMPLETE THE WORK INCLUDED IN THIS IMPROVEMENT WITHIN THE TIME LIMIT FOR COMPLETION, AS DEFINED era THE PROJECT CONTRACT DOCUMENTS. THE UNDERSIGNED BIDDER AGREES TO COMMENCE WORK ON THIS PROJECT, IF AWARDED TO HIM/HER, NO LATER THAN 10 DAYS AFTER FINAL EXECUTION OF THE CONTRACT r AGREEMENT AND TO COMPLETE THE WORK WITHIN 35 WORKING DAYS. — C7-4—, A A Steve Murdoch Signed Printed Name r� vice president C A Carey Corporation Title Company Dated at Issaquah this 28th day of August , 20 02. ar SCHPRICE.XLS Renton Municipal Airport Security Gate Replacement YID III. PROJECT PROPOSAL CITY OF RENTON 4. ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA ew ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA: um NO. 1 DATE 8/26/02 us NO. DATE .. NO. DATE •• SIGNED TITLE vice president err NAME OF COMPANY C A Carey Corp ADDRESS PO Box 1006 .. CITY/STATE/ZIP Issaquah WA 98027 TELEPHONE 425.392.8016 t�. CITY OF RENTON STATE CONTRACTORS BUSINESS LICENSE# 10805 LICENSE# CACARC1 36MH H:\DIVISION.S\TRANSPOR.TAT\DESIGN.ENG\Ryan\A irport_Gates\BidPack\iii\Addenda.DOC Renton Municipal Airport Security Gate Replacement ass BID BOND KNOW ALL MEN BY THESE PRESENTS: That the undersigned Principal and Surety are held and firmly bound unto JEN City of Renton as Obiligee in the penal amount of the deposit specified in the call for bids the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns,jointly and severally, by these presents. WHEREAS, the Principal has submitted a bid for Renton Municipal Airport Security Gate Replacement dis NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall "rn enter into a contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, then this obligation shall be null and void, otherwise to remain in full force and effect. ime PROVIDED HOWEVER, if the specifications require a specific bid bond form or wording, then this document is hereby amended to conform with such form and wording in all respects r and without limitation. SIGNED, SEALED AND DATED THIS August 28, 2002 PRINCIPAL: SURETY: .+r C.A. Carey Corporation United States Fidelity and Guaranty Company By LLA By: lja /John C. Beeson, Attorney-in-Fact BEESON COMPANY P. O. BOX 84187, SEATTLE, WASHINGTON 98124 (206)467-5858 JIM / i "" / meal Paul POWER OF ATTORNEY Seaboard Surety Company United States Fidelity and Guaranty Company St.Paul Fire and Marine Insurance Company Fidelity and Guaranty Insurance Company am St.Paul Guardian Insurance Company Fidelity and Guaranty Insurance Underwriters,Inc. St.Paul Mercury Insurance Company rrr Power of Attorney No. 20421 Certificate No. 1 2 3 7 7 - } KNOW ALL MEN BY THESE PRESENTS:That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York,and that St.Paul Fire and Marine Insurance Company,St. Paul Guardian Insurance Company and St.Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota,and that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland,and iiii that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa,and that Fidelity and Guaranty Insurance Underwriters, Inc.is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint ilrii John C. Beeson, Charles F.Bugge and Cathryn N. Dail No of the City of Seattle ,State Washington ,their true and lawful Attorney(s)-in-Fact, lilt each in their separate capacity if more than one is named above,to sign its name as surety to,and to execute,seal and acknowledge any and all bonds,undertakings, contracts and other written instruments in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. es IN WITNESS WHEREOF,the Companies have caused this instrument to be signed and sealed this 1st day of December , 1999 . Seaboard Surety Company United States Fidelity and Guaranty Company St.Paul Fire and Marine Insurance Company Fidelity and Guaranty Insurance Company rlr St.Paul Guardian Insurance Company Fidelity and Guaranty Insurance Underwriters,Inc. St.Paul Mercury Insurance Company $UPFTy al'''Y,, r%.IMSG *!,::SUAy•u. nor% 1'S lvl. In * 'g zs p PORA t. :�OPYOFATf'�..n ~� 4°01'414? 1927 g 4. m? 7., _ r n ';;� t8°'�D � }� 1977 ��w4� tm PETER W.CARMAN,Vice President s .1: �:_SEgL of CS E-.:1- i N 51 'iF. + e s� af.......�a•!r ,s.....r °�f4iy�At" i 1>� �i ! iiii State of Maryland City of Baltimore THOMAS E.HUIBREGTSE,Assistant Secretary On this 1st day of December , 1999 , before me,the undersigned officer, personally appeared Peter W Carman and ow Thomas E. Huibregtse,who acknowledged themselves to be the Vice President and Assistant Secretary,respectively,of Seaboard Surety Company, St. Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St. Paul Mercury Insurance Company,United States Fidelity and Guaranty Company,Fidelity and Guaranty Insurance Company,and Fidelity and Guaranty Insurance Underwriters,Inc.;and that the seals affixed to the foregoing instrument are the corporate seals of said Companies;and that they,as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing the names of the ism corporations by themselves as duly authorized officers. �O�GGPEAS(F`oy ��f'"'_ "LM '�/nu4'Nor Arm In Witness Whereof,I hereunto set my hand and official seal. m 06'1 E My Commission expires the 1st day of July,2006. '9E car, REBECCA EASLEY-ONOKALA,Notary Public MI OM ■w 86203 Rev.7-2002 Printed in U.S.A. ar ti This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Seaboard Surety Company St.Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company, Fidelity and Guaranty Insurance Company,and Fidelity and Guaranty Insurance Underwriters,Inc.on September 2, 1998,which resolutions are now in full force and a effect,reading as follows: RESOLVED,that in connection with the fidelity and surety insurance business of the Company,all bonds,undertakings,contracts and other instruments relating to said business may be signed,executed,and acknowledged by persons or entities appointed as Attorney(s)-in-Fact pursuant to a.Power of Attorney issued in accordance with these resolutions. Said Power(s)of Attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company,either by the Chairman,or the President,or any Vice President,or an Assistant Vice President,jointly with the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved,printed or lithographed. The signature of each of the foregoing officers and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Attorney(s)-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and subject to any limitations set forth therein,any such Power of Attomey or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company,and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is validly attached;and di RESOLVED FURTHER,that Attorney(s)-in-Fact shall have the power and authority, and, in any case,subject to the terms and limitations of the Power of Attorney issued them,to execute and deliver on behalf of the Company and to attach the seal of the Company to any and all bonds and undertakings,and other writings obligatory in the nature thereof,and any such instrument executed by such Attorney(s)-in-Fact shall be as binding upon the Company as if signed by an Executive Officer and sealed and attested to by the Secretary of the Company. I,Thomas E. Huibregtse,Assistant Secretary of Seaboard Surety Company, St. Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company, St. Paul Mercury Insurance Company,United States Fidelity and Guaranty Company,Fidelity and Guaranty Insurance Company,and Fidelity and Guaranty Insurance Underwriters,Inc.do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I hereunto set my hand this 28th day of August , 2002 . SI*71- ,4 \*M lys.G P��HSUq 40151Y49%, �41r.�ri ma 1927 r i m I PORq)E n F,OaYONglt. i r ` e,i<7 19 ',`�yy�y�.,� Na # ,,c� / �;SEAL,o"f %:,S81CL.aD - 1951 4,�„ « 1s•r "a AWl r Thomas E.Huibregtse,Assistant Secretary To verify the authenticity of this Power ofAttorney,call 1-800-421-3880 and ask for the Power ofAttorney clerk Please refer to the Power ofAttorney number,the above-named individuals and the details of the bond to which the power is attached. a a a ii Ii a +r III.PROJECT PROPOSAL CITY OF RENTON Certification for Federal-Aid Contracts The prospective participant certifies by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: (1) No Federal appropriated funds have been paid or will we paid, by or on rr 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 IMO 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 yip 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 tow all lower tier subcontracts,which exceed $100,000 and that all such subrecipients shall certify and disclose accordingly. vir DOT Form 272.040 EF Revised 6/98 vw . H:\DI VISION.S\TRANSPOR.TAT\DESIGN.ENG\Ryan\Airport_Gates\BidPack\iii\FEDCERT.doc Renton Municipal Airport Security Gate Replacement r. VIM 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. r. The bidder X , 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 X , 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. NMI rw C. A. Carey Corp (Company) MIN It By: 8/28/02 vice president 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 del 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.) IMO Currently, Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7 (b) (i) prevents the award of contracts and subcontractors unless such contractor submits a report covering the delinquent period or such other period specified by the Federal Highways Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. H:\DIVISION.S\TRANSPOR.TAT\DESIGN.ENG\Ryan\Airport_Gates\BidPack\iii EEODOC Renton Municipal Airport Security Gate Replacement mm .. III. PROJECT PROPOSAL CITY OF RENTON 8. NON-COLLUSION AND DEBARMENT AFFIDAVIT .l� * STATE OF WASHINGTON ) ** COUNTY OF King ) I, the undersigned, an authorized representative of *** C A Carey Corp , being first duly sworn on oath do hereby certify that said person(s), firm, association or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted. I further certify that, except as noted below, the firm, associated or corporation or any person in a controlling capacity associated therewith or any position involving the administration of federal funds; is not currently under suspension, debarment, voluntary exclusion, or determination of ineligibility by any federal agency; has not been suspended, debarred, voluntarily excluded or determined ineligible by any federal agency within the past 3 years; does not have a proposed debarment pending; and has not been indicted, convicted, or had a civil judgment rendered against said person, firm, association or corporation by a court of competent jurisdiction in any matter involving fraud or official misconduct within the past 3 years. dill I further acknowledge that by signing the signature page of the proposal, I am deemed to have signed and have agreed to the provisions of this affidavit. Renton Municipal Airport Security Gate Replace'nent Name of Project C A Carey Corp +� Name of Bidder's Firm L—JA ,,,,,, Signature of Authorized Representative of Bidder 8/28/02 r. Date I certify that I know or have satisfactory evidence that Steve Murdoch 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 8/28/02 - Notary Public in and for the State of Washington residing at Issaquah Notary (print): Melody Shew My appointment expires: 3/29/04 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. .r. ** Fill in county where notarization of proposal takes place. *** Fill in firm name. it H:\DIVISION.S\TRANSPOR.TAT\DESIGN.ENG\Ryan\Airport_Gates\BidPack\iii\NONCOLL.DOC Renton Municipal Airport Security Gate Replacement atr tsar III. PROJECT PROPOSAL CITY OF RENTON 9. CERTIFICATION RE: ASSIGNMENT OF ANTITRUST CLAIMS TO PURCHASER STATE OF WASHINGTON ) SS COUNTY OF KING ) Vendor and purchaser recognize that in actual economic practice overcharges resulting from antitrust violations are in fact usually borne by the purchaser. Therefore, vendor hereby assigns to purchaser any and •r• all claims for such overcharges as to goods and materials purchased in connection with this order or contract, except as to overcharges resulting from antitrust violations commencing after the date of the bid, quotation, or other event establishing the price under this order or contract. In addition, vendor warrants and represents that ... each of his suppliers and subcontractors shall assign any and all such claims to purchaser, subject to the aforementioned exception. Renton Municipal Airport Security Gate Replacement Name of Project C A Carey Corp Name of Bidder's Firm eg Signature of Authorized Representative of Bidder awl 8/28/02 Date I certify that I know or have satisfactory evidence that Steve Murdoch 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 8/28/02 Notary Public in ant the State of Washington residing at Issaquah a.. Notary (print): Melody Shew My appointment expires: 3/29/04 INN Mill ttlr H:\DIVISION.S\TRANSPOR.TAT\DESIGN.ENG\Ryan\Airport_Gates\BidPack\iii\ANTITRUST.DOC Renton Municipal Airport Security Gate Replacement garb III. PROJECT PROPOSAL CITY OF RENTON aim 10. MINIMUM WAGE AFFIDAVIT FORM STATE OF WASHINGTON ) is 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. dis Renton Municipal Airport Security Gate Replacement Name of Project irl C A Carey Corp Name of Bidder's Firm Signature of Authorized Representative of Bidder 8/28/02 Date I certify that I know or have satisfactory evidence that Steve Murdoch 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 8/28/02 ... w. . ` - - Notary Public in and 'e the State of Washington residing at Issaquah Notary (print): Melody Shew My appointment expires: 3/29/04 AMP l.. H:\DIVISION.S\TRANSPGR.TAINDESIGN.ENG\RyanW irport_Gates\BidPack\iiii\MINWAGE.DOC Renton Municipal Airport Security Gate Replacement mais III. PROJECT PROPOSAL CITY OF RENTON SUBCONTRACTOR LIST imp CAG 02-115 RENTON MUNICIPAL AIRPORT SECURITY GATE REPLACEMENT 4110 RCW 39.30.060 requires that for all public works contracts exceeding $1,000,000 the bidder shall submit the names of all subcontractors whose subcontract amount exceeds 10 percent of the contract price, and whose °" work involves either heating, air conditioning, ventilation, plumbing, or electrical. If the subcontractors names are not submitted with the bid, or within 24 hours of the bid, the bid shall be considered nonresponsive and, therefore, void. Complete one of the following for contracts that exceed $1,000,000: A. There are no subcontractors proposed whose subcontract amount exceeds 10 percent of the contract price. Name: 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 Bid Item (s) " Subcontractor Name Address "" Phone No. State Contractor's License No Bid Item (s) Subcontractor Name Address Phone No. State Contractor's License No Bid Item (s) Subcontractor Name Address Phone No. State Contractor's License No H:\Division.s\TRANSPOR.TAT\DESIGN.ENG\Ryan\Airpon_Gates\BidPack\iii\SUBLIST.DOC Renton Municipal Airport Security Gate Replacement 12. BUY AMERICAN CERTIFICATE JAN (1991) By submitting a bid/proposal under this solicitation, except for those items listed by the offeror below or on a separate and clearly identified attachment to this bid/proposal, the offeror certifies that steel and each manufactured product, is produced in the United States (as defined in the clause Buy American - Steel and Manufactured Products or Buy American — Steel and Manufactured Products for Construction Contracts) and that components of unknown origin are considered to have been produced or manufactured •• outside the United States. Offerors may obtain from City of Renton Municipal Airport lists of articles, materials, and supplies excepted from this provision. PRODUCT COUNTRY OF ORIGIN TO BE INCLUDED IN SOLICITATIONS 1 NOTICE TO BIDDERS BUY AMERICAN - STEEL AND MANUFACTURED PRODUCTS (JAN 1991) (a) The Aviaton Safety and Capacity Expansion Act of 1990 provides that preference be given to steel and manufactured products produced in the United States when funds are expended pursuant to a grant issued under the Airport Improvement Program. The following terms apply: 1. Steel and manufactured products. As used in this clause, steel and manufactured products include (1) steel produced in the United States or (2) a manufactured product produced in the United States, if the cost of its components mined, produced or manufactured in the United States exceeds 60 percent of the cost of all its components and final assembly has taken place in the United States. Components of foreign origin of the same class or kind as the products referred to in subparagraphs (b) (1) or (2) shall be treated as domestic. 2. Components. As used in this clause, components means those articles, materials, and supplies incorporated directly into steel and manufactured products. 3. Cost of components. This means the costs for production of the components, exclusive of final assembly labor costs. (b) The successful bidder will be required to deliver only domestic steel and manufactured products, except those- (1) that the U.S. Department of Transportation has determined, under the Aviation Safety and Capacity Expansion Act of 1990, are not produced in the United States in sufficient and reasonably available quantities and of a satisfactory quality; (2) that the U.S. Department of Transportation has determined, under the Aviation Safety and Capacity Expansion Act of 1990, that domestic preference would be inconsistent with the public interest; or (3) that inclusion of domestic material will increase the cost of the overall project contract by more than 25 percent. (End of Clause) I TO BE INCLUDED IN SOLICITATIONS I 2 NOTICE TO BIDDERS BUY AMERICAN - STEEL AND MANUFACTURED PRODUCTS FOR CONSTRUCTION CONTRACTS (JAN 1991) (a) The Aviaton Safety and Capacity Expansion Act of 1990 provides that preference be given to steel and manufactured products produced in the United States when funds are expended pursuant to a grant issued under the Airport Improvement Program. The following terms apply: 1. Steel and manufactured products. As used in this clause, steel and manufactured products include (1) steel produced in the United States or (2) a manufactured product produced in the United States, if the cost of its components mined, produced or manufactured in the United States exceeds 60 percent of the cost of all its components and final assembly has taken place in the United States. Components of foreign origin of the same class or kind as the products referred to in subparagraphs (b) (1) or (2) shall be treated as domestic. 2. Components. As used in this clause, components means those articles, materials, and supplies incorporated directly into steel and manufactured products. 3. Cost of components. This means the costs for production of the components, exclusive of final assembly labor costs. (b) The successful bidder will be required to assure that only domestic steel and manufactured products will be used by the Contractor, subcontractors, materialmen, and suppliers in the performance of this contract, except those- (1) that the U.S. Department of Transportation has determined, under the Aviation Safety and Capacity Expansion Act of 1990, are not produced in the United States in sufficient and reasonably available quantities and of a satisfactory quality; (2) that the U.S. Department of Transportation has determined, under the Aviation Safety and Capacity Expansion Act of 1990, that domestic preference would be inconsistent with the public interest; or (3) that inclusion of domestic material will increase the cost of the overall project contract by more than 25 percent. (End of Clause) I TO BE INCLUDED IN SOLICITATIONS I 3 BUY AMERICAN - STEEL AND MANUFACTURED PRODUCTS (JAN 1991) (a) The Contractor shall deliver only domestic steel and manufactured products under this contract as defined in paragraph (b) below. (b) The following terms apply to this clause: 1. Steel and manufactured products. As used in this clause, steel and manufactured products include (1) those produced in the United States or (2) a manufactured product produced in the United States, if the cost of its components mined, produced or manufactured in the United States exceeds 60 percent of the cost of all its components and final assembly has taken place in the United States. 2. Components. As used in this clause, components means those articles, materials, and supplies incorporated directly into steel and manufactured products. 3. Cost of components. This means the costs for production of the components, exclusive of final assembly labor costs. (End of Clause) TO BE INCLUDED IN CONTRACTS I 4 BUY AMERICAN - STEEL AND MANUFACTURED PRODUCTS FOR CONSTRUCTION CONTRACTS (JAN 1991) (a) The Contractor agrees that only domestic steel and manufactured products will be used by the Contractor, subcontractors, materialmen, and suppliers in the performance of this contract, as defined in (b) below. (b) The following terms apply to this clause: 1. Steel and manufactured products. As used in this clause, steel and manufactured products include (1) those produced in the United States or (2) a manufactured product produced in the United States, if the cost of its components mined, produced or manufactured in the United States exceeds 60 percent of the cost of all its components and final assembly has taken place in the United States. 2. Components. As used in this clause, components means those articles, .r. materials, and supplies incorporated directly into steel and manufactured products. 3. Cost of components. This means the costs for production of the components, exclusive of final assembly labor costs. (End of Clause) I TO BE INCLUDED IN CONTRACTS I aleg Ame our 5 IV. CONTRACT DOCUMENT FORMS CITY OF RENTON Iv 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\Airport Gates\BidPack\iv\COVERiv.DOC Renton Municipal Airport Security Gate Replacement W. CONTRACT DOCUMENT FORMS CITY OF RENTON «a. Bond No. 400SK1904 FEDERAL-AID FHWA PROJECTS ONLY moo 1. BOND TO THE CITY OF RENTON KNOW ALL MEN BY THESE PRESENTS: •w� That we, the undersigned C.A. Carey Corporation ale P.O. Box 1W6, Issaquah, WA 98027 as principal, and United States Fidelity and Guaranty Corrpanycorporation organized and existing under the laws of „a„ the State of Maryland 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 $.146,q41_Q.q for the payment of rw which sum on demand we bind ourselves and our successors, heirs, administrators or person representatives, as the case may be. This obligation is entered into in pursuance of the statutes of the State of Washington, the Ordinance of the City of Renton. Dated at , Washington, this /74" day of (9 -d , 20_02. .ir Nevertheless, the conditions of the above obligation are such that: WHEREAS, under and pursuant to Public Works Construction Contract CAG- 02-115 providing for construction of Renton Municipal Airport Security Gate Replacement (project name) the principal is required to furnish a bond for the faithful performance of the contract; and WHEREAS, the principal has accepted, or is about to accept, the contract, and undertake to perform the work therein provided for in the manner and within the time set forth; ANIVi NOW, THEREFORE, if the said C.A. Carey Corporation shall faithfully perform all of the provisions of said contract in the manner and within the time therein set forth, or within °• such extensions of time as may be granted under said contract, and shall pay all laborers, mechanics, subcontractors and material-men, and all persons who shall supply said principal or subcontractors with provisions and supplies for the carrying on of said work, and shall hold said City of Renton harmless from any loss or damage occasioned to any person or property by reason of any carelessness or negligence on the part of said principal, or any subcontractor in the performance of said work, and shall indemnify and hold the City of Renton harmless from any damage or expense by reason of failure of performance as specified in said contract or from defects appearing or �•• developing in the operation of any mechanical or electrical equipment and related components provided under such contract within a period of six months after its acceptance thereof by the City of Renton, then his obligation shall become null and void, otherwise it shall be and remain in full force. Customary trade warranties or guarantees on electrical and mechanical equipment shall be assigned to the City of Renton. — C.A. Carey Corporation United States Fidelity and guaranty Cprrpany Principal Sur. / _. I 4 Al Signature ,, ature " c.cx- ? ra n- -7 John C. Reesnn, Attnrney-i n-Fart Title Title Approved by Lany Warren 2/14/92 yes rar H:\Divisions\TRANSPGR.TAT\DESIGN.ENG\RyaMAirpmt_Gates\BidPack\iv\FEDBGND.DOC Renton Municipal Airport Security Gate Replacement TheS'pdul POWER OF ATTORNEY Seaboard Surety Company United States Fidelity and Guaranty Company St.Paul Fire and Marine Insurance Company Fidelity and Guaranty Insurance Company er St.Paul Guardian Insurance Company Fidelity and Guaranty Insurance Underwriters,Inc. St.Paul Mercury Insurance Company Power of Attorney No. 20421 Certificate No. 4 2 4 /1 4 8 KNOW ALL MEN BY THESE PRESENTS:That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York,and that St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company and St.Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota,and that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland,and that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa,and that Fidelity and Guaranty Insurance Underwriters, Inc. is a corporation duly organized under the laws of the State of Wisconsin(herein collectively called the `Companies'), and that the Companies do hereby make, constitute and appoint John C.Beeson,Charles F.Bugge and Cathryn N. Dail Nip of the City of Seattle ,State Washington ,their true and lawful Attorney(s)-in-Fact, iIII each in their separate capacity if more than one is named above,to sign its name as surety to,and to execute,seal and acknowledge any and all bonds,undertakings, contracts and other written instruments in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. les IN WITNESS WHEREOF,the Companies have caused this instrument to be signed and sealed this 1St day of December , 1999 . Seaboard Surety Company United States Fidelity and Guaranty Company St.Paul Fire and Marine Insurance Company Fidelity and Guaranty Insurance Company St.Paul Guardian Insurance Company Fidelity and Guaranty Insurance Underwriters,Inc. St.Paul Mercury Insurance Company awn �•�/•,�y ON _ awry �E ai s� \*M i NSG 'pY.su qt - ea 4y� .: a z t°pvon�>F'ci+ #v;ioavoNnr ? `"Y :h �6 ricoRp01ATED-� 1927 t &� SEAL o} T 19�B. E 1951 PETER W CARMAN,Vice President SHAL .i°= �+' br ....... OF tvEri e ANH "47AN4C d .. ' YM ^ - State of Maryland City of Baltimore THOMAS E.HUIBREGTSE,Assistant Secretary On this 1St day of December , 1999 , before me,the undersigned officer,personally appeared Peter W. Carman and rrr Thomas E. Huibregtse,who acknowledged themselves to be the Vice President and Assistant Secretary,respectively,of Seaboard Surety Company, St. Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,United States Fidelity and Guaranty Company,Fidelity and Guaranty Insurance Company,and Fidelity and Guaranty Insurance Underwriters,Inc.;and that the seals affixed to the foregoing instrument are the corporate seals of said Companies; and that they,as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing the names of the rlr corporations by themselves as duly authorized officers. In Witness Whereof,I hereunto set my hand and official seal. �eUCY S My Commission expires the 1st day of July,2006. �o �o REBECCA EASLEY-ONOKALA,Notary Public qE city IN 86203 Rev.7-2002 Printed in U.S.A. +rr V.+ This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Seaboard Surety Company,St.Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company, Fidelity and Guaranty Insurance Company,and Fidelity and Guaranty Insurance Underwriters,Inc.on September 2, 1998,which resolutions are now in full force and effect,reading as follows: RESOLVED,that in connection with the fidelity and surety insurance business of the Company,all bonds,undertakings,contracts and other instruments relating to said business may be signed,executed,and acknowledged by persons or entities appointed as Attorney(s)-in-Fact pursuant to a Power of Attorney issued in accordance with these resolutions. Said Power(s)of Attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company,either by the Chairman,or the President,or any Vice President,or an Assistant Vice President,jointly with the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved,printed or lithographed. The signature of each of the foregoing officers and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Attorney(s)-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and subject to any limitations set forth therein,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 with respect to any bond or undertaking to which it is validly attached;and RESOLVED FURTHER,that Attorney(s)-in-Fact shall have the power and authority, and, in any case, subject to the terms and limitations of the Power of Attorney issued them,to execute and deliver on behalf of the Company and to attach the seal of the Company to any and all bonds and undertakings,and other writings obligatory in the nature thereof,and any such instrument executed by such Attorney(s)-in-Fact shall be as binding upon the Company as if signed by an Executive Officer and sealed and attested to by the Secretary of the Company. 1,Thomas E.Huibregtse,Assistant Secretary of Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St.Paul Guardian Insurance Company, St. Paul Mercury Insurance Company,United States Fidelity and Guaranty Company,Fidelity and Guaranty Insurance Company,and Fidelity and Guaranty Insurance Underwriters,Inc.do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I hereunto set my hand this day of , 2002 . 19 T I S$ MCO1'l lRrA 1951 T E D / H G SURE?). 'N I e TA� „ 1927 .S ' ' �„ „„ Thomas . uib H uibregtse,egtse, Assistant Secretary To verify the authenticity of this Power of Attorney,call 1-800-421-3880 and ask for the Power ofAttorney clerk. Please refer to the Power ofAttorney number,the above-named individuals and the details of the bond to which the power is attached. l ii WOO IV. CONTRACT DOCUMENT FORMS CITY OF RENTON 2. FHWA FEDERAL—AID CONTRACTS ONLY THIS AGREEMENT, made and entered into this /7M day of 7,'i /,t&', 20 OA . by and between THE CITY OF RENTON, Washington, a municipal corporation of the State of Washington, hereinafter referred to as "CITY" and C. A. Carey Corp. , hereinafter referred to as "CONTRACTOR." WITNESSETH: 1) The Contractor shall within the time stipulated, (to-wit: within 35 working days from date of commencement hereof as required by the Contract, of which this agreement is a component part) " a 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 w. workmanlike manner, in connection with the City's Project (identified as No. CAG 02-115 ) for improvement by construction and installation of: The furnishing and installation of three security gates at the Renton Municipal Airport, including but not limited to removal of existing gate installations, sawcutting, demolition and removal of existing asphalt or concrete pavements, asphalt concrete pavement, installation of chain link fence, signal ito loops, 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 agreement, consists of the following documents, all of which are component parts of said Contract and as fully a part thereof as if herein set out in full, and if not attached, as if hereto attached. a) This Agreement b) Instruction to Bidders c) Project Proposal d) Specifications e) Maps and Plans f) Bid g) Advertisement for Bids h) Special Provisions, if any i) Addenda, if any and all modifications or changes issued pursuant to the Contract Documents. H:\Division.s\TRANSPOR.TAT\DESIGN.ENG\RyanWirport_Gates\BidPack\iv\PHWACONTRACT.DOC Renton Municipal Airport Security Gate Replacement 1aa► v.. 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) days after the serving upon it of such notice of termination does not perform the Contract or does not commence performance thereof within thirty (30) days from the date of serving such notice, the City itself may take over the work under the Contract and prosecute the same to completion by Contract or by any other method it may deem advisable, for the account and at the expense of the Contractor, and his surety shall be liable to the City for any excess cost or other damages occasioned the City thereby. In such event, the City, if it so elects, may, without liability for so doing, take possession of and utilize in completing said Contract such materials, machinery, appliances, equipment, plants and other properties belonging to Asp 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 ..ta 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 41" 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. 40. 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.TAT\DESIGN.ENG\Ryan\Airpon_Gates\BidPack\iv\FHWACONTRACT.DOC Renton Municipal Airport Security Gate Replacement tu.r vs. 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 35 working days from the date of commencement. For each and every working day of delay after the established day of completion, it is hereby stipulated and agreed that the damages to the City occasioned by said delay will be the sum of (in accordance with Standard Specifications) liquidated damages (and not as a penalty) for each such day, which shall be paid by the Contractor to the City. 8) Neither the final certificate of payment not any provision in the Contract nor partial or entire use of any installation provided for by this Contract shall relieve the Contractor of liability in respect to any warranties or responsibility for faulty materials or workmanship. The Contractor shall be under the duty to remedy any defects in the work and pay for any damage to other work resulting therefrom `"a'' 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 wr 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 .0 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 .r 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 $346,941 .44 numbers Three Hundred Forty Six Thousand Nine Hundred Forty One Dollars and 44/100 written words which includes any required Washington State Sales Tax. Payments will be made to Contractor as specified in the "Special Provisions" of this Contract. .ar 4000 0040 H.\DIVISIONS\TRANSPOR.TAT\DESIGN.ENG\Ryan\Airport_Gates\BidPack\iv\FHWACONTRACT.DOC Renton Municipal Airport Security Gate Replacement 0040/ „o IV. CONTRACT DOCUMENT FORMS CITY OF RENTON IN WITNESS WHEREOF, the City has caused these presents to be signed by its Mayor and attested by its City Clerk and the Contractor has hereunto set his hand and seal the day and year first above-written. v. v. CONTRACTOR CITY OF RENTON ,4---C-;17 ---1 „....4,* 4 ,..21. . . 0./........-- . President/Part r/Owner Cistopher Carey ��f.r ATTEST , liew sir- 411. ■■■ 67v 4- LUGZ E�d-O� Secretary Chr stopher . ey City Clerk v— dba C. A. Carey Corporation Firm Name check one "o 0 Individual 0 Partnership 0 Corporation Incorporated in Washington MO Attention: If business is a CORPORATION, name of the corporation should be listed in full and both President and "”' Secretary must sign the contract, OR if one signature is permitted by-corporation by-laws, a copy of the by-laws shall be furnished to the City and made a part of the contract document. If business is a PARTNERSHIP, full name of each partner should be listed followed by d/b/a (doing business as) and firm or trade name; any one partner may sign the contract. . If business is an INDIVIDUAL PROPRIETORSHIP, the name of the owner should appear followed by d/b/a and name of the company. v. ... . v.• v. An. H:\DIVI SIGN.S\TRANSPOR.TAT\DESIGN.ENG\Ryan\Airport_Gates\BidPack\iv\FHWACONTRACT.DOC Renton Municipal Airport Security Gate Replacement wow w IV. CONTRACT DOCUMENT FORMS CITY OF RENTON 3. CITY OF RENTON INSURANCE INFORMATION FORM FOR: C A Carey Corp; Renton Municipal Airport Security Gate Replacement (CAG 02-115) PROJECT NUMBER:3-53-0055-12 STAFF CONTACT: Certificate of Insurance indicates the coverages/limits A,,, specified in contract? In Yes ❑ No Are the following coverages and/or conditions in effect? $1 Yes ❑ No The Commercial General Liability policy form is an ISO 1993 Occurrence Form or Equivalent? ❑ Yes ❑ No (If no,attach a copy of the policy with required coverages vw clearly identified) CG 0043 Amendatory Endorsement provided?* ❑ Yes ❑ No vow General Aggregate provided on a"per project basis(CG2503)?* 19 Yes ❑ No Additional Insured wording provided?* Zg Yes ❑ No ww Coverage on a primary basis and non-contributing basis?* El Yes ❑ No Waiver of Subrogation Clause applies?* 131 Yes ❑ No Severability of Interest Clause(Cross Liability)applies? IN Yes ❑ No Notice of Cancellation/Non-Renewal amended to 45 days?* 11 Yes ❑ No * To be shown on certificate of insurance AM BEST'S RATING FOR CARRIER: mow GLA Y Auto Umb xv Professional This Questionnaire is issued as a matter of information. This questionnaire is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies indicated on the attached CERTIFICATE OF "w 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. AM RePsnn Crrinany John (:_ Reecon Agency/Broker Completed By(Type or Print Name) Amw P_n_ Roy R41R7 411L.A. Address C• r r leted By(Signature) Seattle, VIA ORi174 206-467-58991 Air Name of person to contact Telephone Number NOTE: THIS QUESTIONNAIRE MUST BE COMPLETED FOR EACH LINE OF COVERAGE AND ATTACHED TO CERTIFICATE OF INSURANCE Rev 1/95 sir H:\DIVISION.S\TRANSPOR.TAT\DESIGN.ENG\Ryan\A irport_Gates\BidPack\iv\INSURINFO.DOC Renton Municipal Airport Security Gate Replacement or 1AGORO - CERTIFICATE OF LIABILITY INSURANCE Date 9/27/02 PRODUCERBEESON COMPANY Record Number THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Affiliate of Bush,Cotton and Scott, LLC ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE P O BOX 84187 HOLDER.THIS CERTIFICATE DOES NOT AMEND, EXTEND OR SEATTLE,WA 98124 (206)467-5858 4265 ALTER THE COVERAGE AFFORED BY THE POLICIES BELOW. INSURED INSURERS AFFORDING COVERAGE INSURER A Underwriter's at Lloyd's London-AMW AI' C.A.Carey Corporation INSURER B Security National Insurance Company P 0 Box 1006 INSURER C Royal Insurance Company-WWF INSURER D Issaquah,WA 98027 INSURER E 111111 — COVERAGES 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 II 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. IINSD TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE 'POLICY EXPIRATION I LIMITS LTR DATE(MM/DD/YY) 1 DATE(MMIDD/YY) A GENERAL LIABILITY — — Occurrence---- -7- ----___a Each Occ $1,000,000 X Commercial General Liability A02BF433 9/30/02 9/30/03 Fire Damage(Any one fire) _ $50,000 1 Claims Made X Occurr Medical Exp(Any one person $5,000 Owners,Cont.Prot. Personal Adv Injury $1,000,000 X WASH STOP GAP General Aggregate $2,000,000 1 Gen'l Aggregate Limit Applies Per: Products-Comp/Op Agg $2,000,000 Policy X Project Loc B AUTOMOBILE LIABILITY CA 9162485 01 6/15/02 6/15/03 Combined Single Limit $1,000,000 (ea accident) X Any Auto Bodily Injury All Owned Autos (Per Person) Bodily Injury X Schedule Autos (Per Accident) J I X Hired Autos Property Damage X Nonowned Autos (Per Accident) GARAGE LIABILITY Auto only-Ea Accident 1 R Any Auto Other Than Ea Acc r Auto Only: Agg C EXCESS LIABILITY Each Occurrence $5,000,000 IX I Occur _ Claims Made ! P2HA207378 9/30/02 9/30/03 Aggregate $5,000,000 I Deductible Rentention $ E Workers Compensation and 97 WC Statu- 0th- Employers'Liability 9 "1r�f�tJO tory Limits er E.L.Each Accident $0 EL Disease-Ea Employee $0 E.L.Disease-Policy Limit $0 D Other Description of operations/locations/vehicles/exclusions added by endorsement/special provisions ICertificate Holder is a Primary Additional Insured per the attached CG20 10 10 93 Renton Municipal Airport Security Gate Replacement CERTIFICATE HOLDER CANCELLATION I SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION City of Renton ■ DATE THEREOF,THE ISSUING INSURER WILL MAIL 45 DAYS WRITTEN IAttn: Beverly Nelson-Glode NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, 200 Mill Ave.S. Renton,WA 98055 Authorize. -=•res-ntative Aram/ / /�1 /Il_- ACORD 25-S(7/97) Or ACORD CORPORATION 1988 .. . - . ....i...„...:.,:::< i MO.Rir,`BD :,.....WOO ,•:.:.tror....; THIS IS TO CERTIFY THAT the undersigned have procured insurance as hereinafter specified through: INSURER: Underwriters at Lloyd's, London - 100.00°/,, A.ssigned No: A02BF433 contract ir,.itsiw.E.:,-6-,d a,-,.;.7-, i....:,,,:,,:es ASSur-A: C '... Carey Cr:Ition & 'He soveraGc,,.:nder the ir„::;,jr ,,,,; z., :i,•;, ,I,e of the, su,•:e :f vva ,tri9Lon,eLed in Is 47. Rh:.let ibtu ,1 Cy a Christopher Alien Carey, Individually company roguial.tc:.ay the Wazhingt,-,-,State inzuraric•:. Comm*.$ione.r z.,-, is riot:tarotctec I Address: P.O Box 1006 Washington late Guaranry Fund L .. . Alex.ilnr mo.rl'orA_ ....: .'ioo. Issaquah, WA 98027 1 Coverage: General Liability- Bodily Injury and Broad Form Proper .'Damage Liability (As per forms in use by the Insurer) ILirriits of Liability: S1.000,000. CSL each occtul-encf: I , S2,000,000. General Azzeigale S2 ,-....00,000. Products:Completed Operations .zsgg,regate Deductibles: NIL each occurrence Bodily 52:500. each occurrence - Property Damage Premiu rn: 541,800.00 Minimum& Deposit, Subject to 25% Fully Earned 500.00 Policy Fee 846.00 2.00% WA ST TAX I1 -10 0 40°1r, WA SL FEE. S43.315 20 Totii Charczes at L-icepti.,..:-, IComposite Ra t e: S 0.3S per 5100 00 of gross receipt:: i Subject to: Terms and conditions as per FAX QUOTE dated August 27, 2002 4 Service of Suit Clause (U.S.A.) attached IPolley/Certificate Period: From: September 30, 2002 To: September 30. 2003 Both days at 12:01 AM(S:anLlar6 Th_rrt) zt locaton(i)of ri:1;(s) insured I The abov! :nsu.ra.r..re is s;_:;;;-.:-.:; T.: :he in-6 :st-16 ..-,ondnior of! :-. :::::::!:::;c: : ::!--,:f. e wc.h v,7111 be su-r:1,::..clit-'1-:-. '. de!iverd and.14-1.2,:;-! ••••-il': :crrrir.,:.:: :Ind ::::±:zede. th,.., Ei..-Ici..er. Tr,::i :.-...;..ier 1-..-.:..: ;aci •:,...-...: ..,:::: ra:••'either the AssIxr.::,1c)r.,,%1--; .i.nIrr: Dy wrmeh itoTice r.:-, ,i-u.- athcr in tne -, :nl ,.1 ::2:-.1;e1ation: the .aryicd prcrr2•2...7...v.!: he :cn 2'-1',_. short r37 f cancele-. Z.-;::: 712:: .,-. :iured urd,,ss s.ubjec:t .1..-_, ..; nar.....-nd:r,7.:::::-.L:x. 2:-,......' pro-t3u if....arIceile IBider Period: Sept:7:116er 30, 2002 lc, No ember 2.. . 20,:;,;;;,::: -,:,..a.yii, i:t 12:01 A.M. I 'Date of Issue: Sepwrnbe.:- 27, 2002 ALEX.A.NDER NIORSORD ,.: \v00, INC. Producer: Beeson Company ISeatlie, \VA __0,.—.,__••, • • ----: ---e-z-,` -- --- ---- ,Ar.h.:,-;--igAenrt..ie.n:a.:::,.: nvwcto...f :- 1 !.....-.‘,...1 NM . ,-...•... Q. Q,,,,, ').',,, . ri..4---4 ‘.:,•... ,:,...,•.:1 . "7"C'1 (,.1.7 -1.:,r,r, _1...: •..., ,.--,.:■ c.c, : 0 I ,., ,, . . ... .. • ' , ... SERVICE OF SUIT CLAUSE (U S I it is atareed that in the z.-vent of the failure of the Underwriters hereon to pa:. it..-,, :!.7nount clai.rned to be I he:::under, the Under.44:iter.s hereon; at the R:quest of the Ini.ured(or /,'. .dis-::..:), .:,. ii submit to th,:k ivrisdicir;on i-,f u Co,ort of competer.t Jurisdi:don within the United States. Nothing in this CIat:se ,....:r.:::tinates or s:-.,..c!,...iri .o.:. .::-I.'...-.:...„•.0c.1 to constirute a v..aivcr of Underwriters' rights ro commence an action in any Co.1 7.of competent JuTi.:...lic:ion in the I United States, to rcmove i•..o os.-.tion to a United States District Court, ,:■ t.,,. seek .,., transfer or-a cat to ano(rer :.ovrt as pc7.--_:-..•' .7: '',-- -. . -! 7. ,.':-.171.1 :......,-1'.7: r...:',, S.-- r'r.- •. .: ....: fl.trr.her ag.rc,:..,d r'nat scrvice of. proce5:, to s,.ich s...,it 7".":. ., Dc r:::1.:1;upon: . . I .viendes & Mount. "50 Sc,erifn A venitz New Yof.c,N"'? 10019-6S29, I :fr.:: :h.:11 in any suit instinted 4gainst any ooc of them upon This contract L od:r.,,Titers will abide by thc •Tir.,31 tic-2c i'ziort of such Court or of any Appellate Court In the even:of an app-:I Tit:: ,:bove named i:c ai.: Iorised and directed to accept service C.) proi_c-::, on bei-.,.:1 o: L.rndor\vritors in :-...-.y -.uch lwt ani.or upon the r:_cluast of the Insured(or Roil:stir:4)to give a w•riner.undir'..17.1..-.c.. :o the insur.;:d(or 7t...ein;u17.:!) that -1 .,pi..-:::..ralice upon _i;idenLr:ters behalf 3.-r1 the t",,..-,7:: SUC;■ ;.: soot shall be in..stinited, , . IFu_rroer. uant t,-.. a::: .;:at.itt: of any St.,“7, izali-Ory 0; C.: TIC:of tric Ur..:.: .3...Vr:: whicb :731;ikei proviS'iorl 7:: 7, 1...7,.:1::;":•7;i::-I ?,:.-1,301; itcrcby dest.zriatc tho S-L:perintcriden:,Corrin-u!.:.ior.;r or Director of Tr:-.0.1zance or oflic,:r ,pe':ifted for it..:t ;1.t-pose in the statute or his successor or iuccossors i__-.o:Tioe, as their trusz and lawftil ,.. i. I P.T.7.e..):7!':\ upon N-'2.37:7.".1. Dc S:Pled any !awfl!:process in any action,suit or pn:rledir15 IfIttrat:er3 by 0:.on berFa.:! of the Ins...1r:-.4 for Rea-: ...:c1 2 or any bencfictary hereunder arising out of this ,-..ora...-z.:7 of insurance(or reinsurart.: . .,...r;c1 hereby designate thc abo named as the person to whom the said officer is auTi-lo:isecl to mail such t;:coc,: s or a c-Ilt cop:. thert;of. I I I I I I I I I I POLICY NUMBER: AO2BFD33 COMMERCIAL GENERAL LIABILITY C.A. Carey Corporation CG 20 10 10 93 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS (FORM B) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: City of Renton (If no entry appears above, Information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) WHO IS AN INSURED (Section II) is amended to include as an Insured the person or organization shown in the Schedule, but only with respect to liability arising out of your ongoing operations performed for that insured. The insurance provided herein shall be primary and noncontributory with any insurance maintained by the above additional insured(s) as respects the v1ork performed by or on behalf of the Maned Insured s s CG 20 10 10 93 Coovrioht, Insurance Services Office, Inc., 1992 • insured: C.A. Carey Corporation COMMERCIAL GENERAL LIABILITY CG 24 04 11 85 Policy No.: A02BF433 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER RIGHTS OF RECOVERY AGAINST OTHERS This endorsement modifies insurance provided under the following: MIN COMMERCIAL GENERAL LIABILITY COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART SCHEDULE mei Name of Person or Organization: SEE BELOW (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) We waive any right of recovery we may have against the person or organization shown in the .. Schedule because of payments we make for injury or damage arising out of"your work" done under a contract with that person or organization. The waiver applies only to the person or or �,. ganization shown in the Schedule. City of Renton Attn: Beverly Nelson-Glode 200 Mill Ave. S. Renton, WA 98055 �i�i1 a a %L.Al rorized Signature CG 24 0411 85 Copyright, Insurance Services Office, Inc., 1992. L._-! Insured: C.A. Carey Corporation COMMERCIAL GENERAL LIABILITY Policy No.: A02BF433 CG 25 03 11 85 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AMENDMENT - AGGREGATE LIMITS OF INSURANCE (PER PROJECT) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART The General Aggregate Limit under LIMITS OF INSURANCE (SECTION III) applies separately to each of your projects away from premises owned by or rented to you. City of Renton Attn: Beverly Nelson-Glode 200 Mill Ave. S. Renton, WA 98055 MIN MIN MIN Ain it, C. 82.2,:aoL.' frorized Signature air "" CG 25 03 11 85 Copyright, Insurance Services Office, Inc., 1984. VI. CONTRACT SPECIFICATIONS CITY OF RENTON dal VIM Walk V CONTRACT SPECIFICATIONS INV ler WISP HA Division.s\TRANSPOR.TAT\DESIGN.ENG\Ryan\Airport_Gates\BidPack\vi\COVERvi.DGC Renton Municipal Airport Security Gate Replacement aa► VI. CONTRACT SPECIFICATIONS CITY OF RENTON *up Air Alike FAA GENERAL PROVISIONS ,r WIN IMO H:\DIVISION.S\TRANSPGR.TAT1DESIGN.ENO\RyaMAirport_Gates\BidPack\v\CGVERvi.DOC Renton Municipal Airport Security Gate Replacement YEW AC 150/5370-10A TABLE OF CONTENTS FAA GENERAL PROVISIONS DEFINITION OF TERMS 4 PROPOSAL REQUIREMENTS AND CONDITIONS 9 20-01 ADVERTISEMENT (Notice to Bidders) 9 20-02 PREQUALIFICATION OF BIDDERS. 9 20-03 CONTENTS OF PROPOSAL FORMS. 9 20-04 ISSUANCE OF PROPOSAL FORMS 9 20-05 INTERPRETATION OF ESTIMATED PROPOSAL QUANTITIES. 10 20-06 EXAMINATION OF PLANS, SPECIFICATIONS, AND SITE. 10 20-07 PREPARATION OF PROPOSAL. 10 20-08 IRREGULAR PROPOSALS 11 20-09 BID GUARANTEE. 11 20-10 DELIVERY OF PROPOSAL. 11 20-11 WITHDRAWAL OR REVISION OF PROPOSALS 11 20-12 PUBLIC OPENING OF PROPOSALS. 12 . 20-13 DISQUALIFICATION OF BIDDERS. 12 AWARD AND EXECUTION OF CONTRACT 13 30-01 CONSIDERATION OF PROPOSALS 13 30-02 AWARD OF CONTRACT. 13 30-03 CANCELLATION OF AWARD. 13 30-04 RETURN OF PROPOSAL GUARANTY. 14 30-05 REQUIREMENTS OF CONTRACT BONDS. 14 30-06 EXECUTION OF CONTRACT. 14 30-07 APPROVAL OF CONTRACT. 14 30-08 FAILURE TO EXECUTE CONTRACT 14 SCOPE OF WORK 15 40-01 INTENT OF CONTRACT 15 40-02 ALTERATION OF WORK AND QUANTITIES. 15 40-03 OMITTED ITEMS. 15 40-04 EXTRA WORK. 16 40-05 MAINTENANCE OF TRAFFIC. 16 40-06 REMOVAL OF EXISTING STRUCTURES. 17 40-07 RIGHTS IN AND USE OF MATERIALS FOUND IN THE WORK 17 40-09 FINAL CLEANING UP. 18 CONTROL OF WORK 19 - 1 - AC 150/5370-10A 50-01 AUTHORITY OF THE ENGINEER. 19 50-02 CONFORMITY WITH PLANS AND SPECIFICATIONS. 19 50-03 COORDINATION OF CONTRACT, PLANS, AND SPECIFICATIONS. 20 50-04 COOPERATION OF CONTRACTOR. 20 , 50-05 COOPERATION BETWEEN CONTRACTORS. 21 50-06 CONSTRUCTION LAYOUT AND STAKES. 21 50-07 AUTOMATICALLY CONTROLLED EQUIPMENT. 21 50-08 AUTHORITY AND DUTIES OF INSPECTORS. 21 50-09 INSPECTION OF THE WORK. 22 50-10 REMOVAL OF UNACCEPTABLE AND UNAUTHORIZED WORK. 22 50-11 LOAD RESTRICTIONS. 23 50-12 MAINTENANCE DURING CONSTRUCTION 23 50-13 FAILURE TO MAINTAIN THE WORK. 23 �► 50-14 PARTIAL ACCEPTANCE. 24 50-15 FINAL ACCEPTANCE. 24 50-16 CLAIMS FOR ADJUSTMENT AND DISPUTES. 24 • 50-17 COST REDUCTION INCENTIVES. 24 CONTROL OF MATERIALS 26 ""` 60-01 SOURCE OF SUPPLY AND QUALITY REQUIREMENTS 26 60-02 SAMPLES, TESTS, AND CITED SPECIFICATIONS. 26 60-03 CERTIFICATION OF COMPLIANCE 26 60-04 PLANT INSPECTION. 27 60-05 ENGINEER'S FIELD OFFICE 28 .� 60-06 STORAGE OF MATERIALS. 28 60-07 UNACCEPTABLE MATERIALS. 28 60-08 OWNER FURNISHED MATERIALS. 29 LEGAL REGULATIONS AND RESPONSIBILITY TO PUBLIC 30 70--1 LAWS TO BE OBSERVED 30 70-02 PERMITS, LICENSES, AND TAXES 30 70-03 PATENTED DEVICES, MATERIALS, AND PROCESSES 30 70-04 RESTORATION OF SURFACES DISTURBED BY OTHERS. 30 70-05 FEDERAL AID PARTICIPATION 31 70-06 SANITARY, HEALTH, AND SAFETY PROVISIONS. 31 70-07 PUBLIC CONVENIENCE AND SAFETY. 31 70-08 BARRICADES, WARNING SIGNS, AND HAZARD MARKINGS 32 70-09 USE OF EXPLOSIVES 33 70-10 PROTECTION AND RESTORATION OF PROPERTY AND LANDSCAPE. 33 70-11 RESPONSIBILITY FOR DAMAGE CLAIMS 33 70-12 THIRD PARTY BENEFICIARY CLAUSE 34 70-13 OPENING SECTIONS OF THE WORK TO TRAFFIC 34 70-14 CONTRACTOR'S RESPONSIBILITY FOR WORK. 35 70-15 CONTRACTOR'S RESPONSIBILITY FOR UTILITY SERVICE AND FACILITIES OF OTHERS. 35 esi -2 - AC 150/5370-10A 70-16 FURNISHING RIGHTS-OF-WAY. 36 70-17 PERSONAL LIABILITY OF PUBLIC OFFICIALS. 37 70-18 NO WAIVER OF LEGAL RIGHTS. 37 70-19 ENVIRONMENTAL PROTECTION. 37 70-20 ARCHAEOLOGICAL AND HISTORICAL FINDINGS. 37 PROSECUTION AND PROGRESS 39 80-01 SUBLETTING OF CONTRACT. 39 80-02 NOTICE TO PROCEED. 39 80-03 PROSECUTION AND PROGRESS. 39 80-04 LIMITATION OF OPERATIONS. 39 80-05 CHARACTER OF WORKERS, METHODS, AND EQUIPMENT. 40 80-06 TEMPORARY SUSPENSION OF THE WORK. 41 80-07 DETERMINATION AND EXTENSION OF CONTRACT TIME. 42 80-08 FAILURE TO COMPLETE ON TIME. 43 80-09 DEFAULT AND TERMINATION OF CONTRACT. 44 80-10 TERMINATION FOR NATIONAL EMERGENCIES. 45 MEASUREMENT AND PAYMENT 46 90-01 MEASUREMENT OF QUANTITIES. 46 90-02 SCOPE OF PAYMENT. 49 90-03 COMPENSATION FOR ALTERED QUANTITIES. 49 90-04 PAYMENT FOR OMITTED ITEMS 49 IMP 90-05 PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK. 49 90-06 PARTIAL PAYMENTS. 50 90-07 PAYMENT FOR MATERIALS ON HAND. 51 90-08 PAYMENT OF WITHHELD FUNDS. 52 90-09 ACCEPTANCE AND FINAL PAYMENT. 52 - 3 - AC 150/5370-10A SECTION 10 DEFINITION OF TERMS Whenever the following terms are used in these specifications, in the contract, in any documents or other instruments pertaining to construction where these specifications govern, the intent and meaning shall be interpreted as follows: 10-01 AASHTO. The American Association of State Highway and Transportation Officials, the successor association to AASHO. 10-02 ACCESS ROAD. The right-of-way, the roadway and all improvements constructed thereon connecting the airport to a public highway. 10-03 ADVERTISEMENT. A public announcement, as required by local law, inviting bids for work to be performed and materials to be furnished. 10-04 AIP. The Airport Improvement Program, a grant-in-aid program, administered by the Federal Aviation Administration. 10-05 AIR OPERATIONS AREA. For the purpose of these specifications, the term air operations area shall mean any area of the airport used or intended to be used for the landing, takeoff, or surface maneuvering of aircraft. An air operation area shall include such paved or unpaved areas that are used or intended to be used for the unobstructed movement of aircraft in addition to its associated runway, taxiway, or apron. 10-06 AIRPORT. Airport means an area of land or water which is used or intended to be used for the landing and takeoff of aircraft, and includes its buildings and facilities, if any. 10-07 ASTM. The American Society for Testing and Materials. 10-08 AWARD. The acceptance, by the owner, of the successful bidder's proposal. 10-09 BIDDER. Any individual, partnership, firm, or corporation, acting directly or through a duly authorized representative, who submits a proposal for the work contemplated. 10-10 BUILDING AREA. An area on the airport to be used, considered, or intended to be used for airport buildings or other airport facilities or rights-of-way together with all airport buildings and facilities located thereon. 10-11 CALENDAR DAY. Every day shown on the calendar. 10-12 CHANGE ORDER. A written order to the Contractor covering changes in the plans, specifications, or proposal quantities and establishing the basis of payment and -4 - AC 150/5370-10A contract time adjustment, if any, for the work affected by such changes. The work, covered by a change order, shall be within the scope of the contract. 10-13 CONTRACT. The written agreement covering the work to be performed. The awarded contract shall include, but is not limited to: The Advertisement; The Contract Form; The Proposal; The Performance Bond; The Payment Bond; any required insurance certificates; The Specifications; The Plans, and any addenda issued to bidders. 10-14 CONTRACT ITEM (PAY ITEM). A specific unit of work for which a price is provided in the contract. 10-15 CONTRACT TIME. The number of calendar days or working days, stated in the proposal, allowed for completion of the contract, including authorized time extensions. If a calendar date of completion is stated in the proposal, in lieu of a number of calendar or working days, the contract shall be completed by that date. 10-16 CONTRACTOR. The individual, partnership, firm, or corporation primarily liable for the acceptable performance of the work contracted and for the payment of all legal debts pertaining to the work who acts directly or through lawful agents or employees to complete the contract work. 10-17 DRAINAGE SYSTEM. The system of pipes, ditches, and structures by which surface or subsurface waters are collected and conducted from the airport area. 10-18 ENGINEER. The individual, partnership, firm, or corporation duly authorized by the owner (sponsor) to be responsible for engineering inspection of the contract work and acting directly or through an authorized representative. 10-19 EQUIPMENT. All machinery, together with the necessary supplies for upkeep and maintenance, and also all tools and apparatus necessary for the proper construction and acceptable completion of the work. 10-20 EXTRA WORK. An item of work not provided for in the awarded contract as previously modified by change order or supplemental agreement, but which is found by the Engineer to be necessary to complete the work within the intended scope of the contract as previously modified. 10-21 FAA. The Federal Aviation Administration of the U.S. Department of Transportation. When used to designate a person, FAA shall mean the Administrator or his/her duly authorized representative. 10-22 FEDERAL SPECIFICATIONS. The Federal Specifications and Standards, and supplements, amendments, and indices thereto are prepared and issued by the General Services Administration of the Federal Government. - 5 - AC 150/5370-10A .�► 10-23 INSPECTOR. An authorized representative of the Engineer assigned to make all necessary inspections and/or tests of the work performed or being performed, or of the materials furnished or being furnished by the Contractor. 10-24 INTENTION OF TERMS. Whenever, in these specifications or on the plans, the words "directed," "required," "permitted," `ordered," "designated," "prescribed," or words of the like import are used, it shall be understood that the direction, requirement, permission, order, designation, or prescription of the Engineer is intended; and similarly, the words "approved," "acceptable," "satisfactory," or words of like import, shall mean approved by, or acceptable to, or satisfactory to the Engineer, subject in each case to the final determination of the owner. Any reference to a specific requirement of a numbered paragraph of the contract specifications or a cited standard shall be interpreted to include all general requirements of the entire section, specification item, or cited standard that may be pertinent to such specific reference. 10-25 LABORATORY. The official testing laboratories of the owner or such other laboratories as may be designated by the Engineer. 10-26 LIGHTING. A system of fixtures providing or controlling the light sources used on or near the airport or within the airport buildings. The field lighting includes all luminous signals, markers, floodlights, and illuminating devices used on or near the airport or to aid in the operation of aircraft landing at, taking off from, or taxiing on the airport surface. 10-27 MAJOR AND MINOR CONTRACT ITEMS. A major contract item shall be any item that is listed in the proposal, the total cost of which is equal to or greater than 20 percent of the total amount of the award contract. All other items shall be considered minor contract items. 10-28 MATERIALS. Any substance specified for use in the construction of the contract work. 10-29 NOTICE TO PROCEED. A written notice to the Contractor to begin the actual contract work on a previously agreed to date. If applicable, the Notice to Proceed shall state the date on which the contract time begins. 10-30 OWNER (SPONSOR). The term owner shall mean the party of the first part or the contracting agency signatory to the contract. For AIP contracts, the term sponsor shall have the same meaning as the term owner. 10-31 PAVEMENT. The combined surface course, base course, and subbase course, if any, considered as a single unit. wItif — 6 — Nob AC 150/5370-10A 10-32 PAYMENT BOND. The approved form of security furnished by the Contractor and his/her surety as a guaranty that he will pay in full all bills and accounts for materials and labor used in the construction of the work. 10-33 PERFORMANCE BOND. The approved form of security furnished by the Contractor and his/her surety as a guaranty that the Contractor will complete the work in accordance with the terms of the contract. 10-34 PLANS. The official drawings or exact reproductions which show the location, character, dimensions and details of the airport and the work to be done and which are to be considered as a part of the contract, supplementary to the specifications. 10-35 PROJECT. The agreed scope of work for accomplishing specific airport development with respect to a particular airport. 10-36 PROPOSAL. The written offer of the bidder (when submitted on the approved proposal form) to perform the contemplated work and furnish the necessary materials in accordance with the provisions of the plans and specifications. 10-37 PROPOSAL GUARANTY. The security furnished with a proposal to guarantee that the bidder will enter into a contract if his/her proposal is accepted by the owner. 10-38 RUNWAY. The area on the airport prepared for the landing and takeoff of aircraft. 10-39 SPECIFICATIONS. A part of the contract containing the written directions and requirements for completing the contract work. Standards for specifying materials or testing which are cited in the contract specifications by reference shall have the same •• force and effect as if included in the contract physically. 10-40 STRUCTURES. Airport facilities such as bridges; culverts; catch basins, inlets, retaining walls, cribbing; storm and sanitary sewer lines; water lines; underdrains; electrical ducts, manholes, handholes, lighting fixtures and bases; transformers; flexible and rigid pavements; navigational aids; buildings; vaults; and, other manmade features of the airport that may be encountered in the work and not otherwise classified herein. 10-41 SUBGRADE. The soil which forms the pavement foundation. 10-42 SUPERINTENDENT. The Contractor's executive representative who is present on the work during progress, authorized to receive and fulfill instructions from the Engineer, and who shall supervise and direct the construction. 10-43 SUPPLEMENTAL AGREEMENT. A written agreement between the Contractor and the owner covering: (1) work that would increase or decrease the total amount of the awarded contract, or any major contract item, by more than 25 percent, such increased or decreased work being within the scope of the originally awarded contract; or (2) work that is not within the scope of the originally awarded contract. - 7 - AC 150/5370-10A 10-44 SURETY. The corporation, partnership, or individual, other than the Contractor, executing payment or performance bonds which are furnished to the owner by the Contractor. ..� 10-45 TAXIWAY. For the purpose of this document, the term taxiway means the portion of the air operations area of an airport that has been designated by competent airport authority for movement of aircraft to and from the airports runways or aircraft parking areas. 10-46 WORK. The furnishing of all labor, materials, tools, equipment, and incidentals necessary or convenient to the Contractor's performance of all duties and obligations imposed by the contract, plans, and specifications. 10-47 WORKING DAY. A working day shall be any day other than a legal holiday, Saturday, or Sunday on which the normal working forces of the Contractor may proceed with regular work for at least six hours toward completion of the Contract unless work is suspended for causes beyond the Contractor's control. Saturday, Sunday and holidays on which the Contractor's forces engage in regular work, requiring the presence of an inspector, will be considered as working days. END OF SECTION 10 - 8 - AC 150/5370-10A SECTION 20 PROPOSAL REQUIREMENTS AND CONDITIONS 20-01 ADVERTISEMENT (Notice to Bidders). See Invitation to Bid. 20-02 PREQUALIFICATION OF BIDDERS. Each bidder shall furnish the owner satisfactory evidence of his/her competency to perform the proposed work. Such evidence of competency, unless otherwise specified, shall consist of statements covering the bidder's past experience on similar work, a list of equipment that would be available for the work, and a list of key personnel that would be available. In addition, each bidder shall furnish the owner satisfactory evidence of his/her financial responsibility. Such evidence of financial responsibility, unless otherwise specified, shall consist of a confidential statement or report of the bidder's financial resources and liabilities as of the last calendar year or the Contractor's last fiscal year. Such statements or reports shall be certified by a public accountant. At the time of submitting such financial statements or reports, the bidder shall further certify whether his/her financial responsibility is approximately the same as stated or reported by the public accountant. If the bidder's financial responsibility has changed, the bidder shall qualify the public accountant's statement or report to reflect his/her (bidder's) true financial condition at the time such qualified statement or report is submitted to the owner. Unless otherwise specified, a bidder may submit evidence that he is prequalified with the State Highway Division and is on the current "bidder's list" of the state in which the proposed work is located. Such evidence of State Highway Division prequalification may be submitted as evidence of financial responsibility in lieu of the certified statements or reports hereinbefore specified. Each bidder shall submit "evidence of competency" and "evidence of financial responsibility" to the owner at the time of bid opening. 20-03 CONTENTS OF PROPOSAL FORMS. The owner shall furnish bidders with proposal forms. All papers bound with or attached to the proposal forms are necessary parts and must not be detached. The plans specifications, and other documents designated in the proposal form shall be considered a part of the proposal whether attached or not. 20-04 ISSUANCE OF PROPOSAL FORMS. The owner reserves the right to refuse to issue a proposal form to a prospective bidder should such bidder be in default for any of the following reasons: a. Failure to comply with any prequalification regulations of the owner, if such regulations are cited, or otherwise included, in the proposal as a requirement for bidding. - 9 - AC 150/5370-10A b. Failure to pay, or satisfactorily settle, all bills due for labor and materials on former contracts in force (with the owner) at the time the owner issues the proposal to a prospective bidder. c. Contractor default under previous contracts with the owner. d. Unsatisfactory work on previous contracts with the owner. 20-05 INTERPRETATION OF ESTIMATED PROPOSAL QUANTITIES. An estimate of quantities of work to be done and materials to be furnished under these specifications is given in the proposal. It is the result of careful calculations and is believed to be correct. It is given only as a basis for comparison of proposals and the award of the contract. The owner does not expressly or by implication agree that the actual quantities involved will correspond exactly therewith; nor shall the bidder plead misunderstanding or deception because of such estimates of quantities, or of the character, location, or other conditions pertaining to the work. Payment to the Contractor will be made only for the actual quantities of work performed or materials furnished in accordance with the plans and specifications. It is understood that the quantities may be increased or decreased as hereinafter provided in the subsection titled ALTERATION OF WORK AND QUANTITIES of Section 40 without in any way invalidating the unit bid prices. 20-06 EXAMINATION OF PLANS, SPECIFICATIONS, AND SITE. The bidder is expected to carefully examine the site of the proposed work, the proposal, - plans specifications, and contract forms. He shall satisfy himself as to the character, quality, and quantities of work to be performed, materials to be furnished, and as to the requirements of the proposed contract. The submission of a proposal shall be prima facie evidence that the bidder has made such examination and is satisfied as to the conditions to be encountered in performing the work and as to the requirements of the proposed contract, plans, and specifications. Boring logs and other records of subsurface investigations and tests have not been made, and are not available for inspection of bidders. 20-07 PREPARATION OF PROPOSAL. The bidder shall submit his/her proposal on the forms furnished by the owner. All blank spaces in the proposal forms must be correctly filled in where indicated for each and every item for which a quantity is given. The bidder shall state the price (written in ink or typed) both in words and numerals for which he proposes to do each pay item furnished in the proposal. In case of conflict between words and numerals, the words, unless obviously incorrect, shall govern. The bidder shall sign his/her proposal correctly and in ink. If the proposal is made by an individual, his/her name and post office address must be shown. If made by a partnership, the name and post office address of each member of the partnership must be - 10 - AC 150/5370-10A shown. If made by a corporation, the person signing the proposal shall give the name of the state under the laws of which the corporation was chartered and the name, titles, and business address of the president, secretary, and the treasurer. Anyone signing a proposal as an agent shall file evidence of his/her authority to do so and that the signature is binding upon the firm or corporation. 20-08 IRREGULAR PROPOSALS. Proposals shall be considered irregular for the following reasons: a. If the proposal is on a form other than that furnished by the owner, or if the owner's form is altered, or if any part of the proposal form is detached. b. If there are unauthorized additions, conditional or alternate pay items, or irregularities of any kind which make the proposal incomplete, indefinite, or otherwise ambiguous. c. If the proposal does not contain a unit price for each pay item listed in the proposal, except in the case of authorized alternate pay items, for which the bidder is not required to furnish a unit price. d. If the proposal contains unit prices that are obviously unbalanced. e. If the proposal is not accompanied by the proposal guaranty specified by the owner. The owner reserves the right to reject any irregular proposal and the right to waive technicalities if such waiver is in the best interest of the owner and conforms to local laws and ordinances pertaining to the letting of construction contracts. 20-09 BID GUARANTEE. Each separate proposal shall be accompanied by a certified check, or other specified acceptable collateral, in the amount specified in the proposal form. Such check, or collateral, shall be made payable to the owner. 20-10 DELIVERY OF PROPOSAL. Each proposal submitted shall be placed in a sealed envelope plainly marked with the project number, location of airport, and name and business address of the bidder on the outside. When sent by mail, preferably registered, the sealed proposal, marked as indicated above, should be enclosed in an additional envelope. No proposal will be considered unless received at the place specified in the advertisement before the time specified for opening all bids. Proposals received after the bid opening time shall be returned to the bidder unopened. 20-11 WITHDRAWAL OR REVISION OF PROPOSALS. A bidder may withdraw or revise (by withdrawal of one proposal and submission of another) a proposal provided that the bidder's request for withdrawal is received by the - 11 - AC 150/5370-10A owner in writing or by telegram before the time specified for opening bids. Revised proposals must be received at the place specified in the advertisement before the time specified for opening all bids. 20-12 PUBLIC OPENING OF PROPOSALS. Proposals shall be opened, and read, publicly at the time and place specified in the advertisement. Bidders, their authorized agents, and other interested persons are invited to attend. Proposals that have been withdrawn (by written or telegraphic request) or received after the time specified for opening bids shall be returned to the bidder unopened. 20-13 DISQUALIFICATION OF BIDDERS. A bidder shall be considered disqualified for any of the following reasons: a. Submitting more than one proposal from the same partnership, firm, or corporation under the same or different name. b. Evidence of collusion among bidders. Bidders participating in such collusion shall be disqualified as bidders for any future work of the owner until any such participating bidder has been reinstated by the owner as a qualified bidder. c. If the bidder is considered to be in "default" for any reason specified in the subsection titled ISSUANCE OF PROPOSAL FORMS of this section. END OF SECTION 20 - 12 - AC 150/5370-10A SECTION 30 AWARD AND EXECUTION OF CONTRACT 30-01 CONSIDERATION OF PROPOSALS. After the proposals are publicly opened and read, they will be compared on the basis of the summation of the products obtained by multiplying the estimated quantities shown in the proposal by the unit bid prices. If a bidder's proposal contains a discrepancy between unit bid prices written in words and unit bid prices written in numbers, the unit price written in words shall govern. Until the award of a contract is made, the owner reserves the right to reject a bidder's proposal for any of the following reasons: a. If the proposal is irregular as specified in the subsection titled IRREGULAR PROPOSALS of Section 20. b. If the bidder is disqualified for any of the reasons specified in the subsection titled DISQUALIFICATION OF BIDDERS of Section 20. In addition, until the award of a contract is made, the owner reserves the right to reject any or all proposals, waive technicalities, if such waiver is in the best interest of the owner and is in conformance with applicable state and local laws or regulations pertaining to the letting of construction contracts; advertise for new proposals; or proceed with the work otherwise. All such actions shall promote the owner's best interests. 30-02 AWARD OF CONTRACT. The award of a contract, if it is to be awarded, shall be made within 30 calendar days of the date specified for publicly opening proposals, unless otherwise specified herein. It is the intent of the Owner to award the contract to the Contractor submitting the lowest, responsible, qualified bid within the funds available for work included in the base bid; however, the Owner may reject any and all bids for good cause. For AIP contracts, unless otherwise specified in this subsection, no award shall be made until the FAA has concurred in the sponsor's recommendation to make such award and has approved the sponsor's proposed contract to the extent that such concurrence and approval are required by 49 CFR Part 18. 30-03 CANCELLATION OF AWARD. The owner reserves the right to cancel the award without liability to the bidder, except return of proposal guaranty, at any time before a contract has been fully executed by all parties and is approved by the owner in accordance with the subsection titled APPROVAL OF CONTRACT of this section. - 13 - AC 150/5370-10A ow 30-04 RETURN OF PROPOSAL GUARANTY. All proposal guaranties, except those of the two lowest bidders, will be returned immediately after the owner has made a comparison of bids as hereinbefore specified in the subsection titled CONSIDERATION OF PROPOSALS of this section. Proposal guaranties of the two lowest bidders will be retained by the owner until such time as an award is made, at which time, the unsuccessful bidder's proposal guaranty will be returned. The successful bidder's proposal guaranty will be returned as soon as the ,,; owner receives the contracts bonds as specified in the subsection titled REQUIREMENTS OF CONTRACT BONDS of this section. 30-05 REQUIREMENTS OF CONTRACT BONDS. At the time of the execution of the contract, the successful bidder shall furnish the owner a surety bond or bonds which have been fully executed by the bidder and the surety • guaranteeing the performance of the work and the payment of all legal debts that may be incurred by reason of the Contractor's performance of the work. The surety and the form of the bond or bonds shall be acceptable to the owner. Unless otherwise specified in this subsection, the surety bond or bonds shall be in a sum equal to the full amount of the contract. 30-06 EXECUTION OF CONTRACT. The successful bidder shall sign (execute) the necessary agreements for entering into the contract and return such signed contract to the owner, along with the fully executed surety bond or bonds specified in the subsection titled REQUIREMENTS OF CONTRACT BONDS of this section, within 15 calendar days from the date mailed or otherwise delivered to the successful bidder. If the contract is mailed, special handling is 44. recommended. 30-07 APPROVAL OF CONTRACT. Upon receipt of the contract and contract bond or bonds that have been executed by the successful bidder, the owner shall complete the execution of the contract in accordance with local laws or ordinances, and return the fully executed contract to the Contractor. .44 Delivery of the fully executed contract to the Contractor shall constitute the owner's approval to be bound by the successful bidder's proposal and the terms of the contract. 30-08 FAILURE TO EXECUTE CONTRACT. Failure of the successful bidder to execute the contract and furnish an acceptable surety bond or bonds within the 15 calendar day period specified in the subsection titled REQUIREMENTS OF CONTRACT BONDS of this section shall be just cause for cancellation of the award and forfeiture of the proposal guaranty, not as a penalty, but as liquidation of damages to the owner. END OF SECTION 30 - 14 - AC 150/5370-10A SECTION 40 SCOPE OF WORK 40-01 INTENT OF CONTRACT. The intent of the contract is to provide for construction and completion, in every detail, of the work described. It is further intended that the Contractor shall furnish all labor, materials, equipment, tools, transportation, and supplies required to complete the work in accordance with the plans, specifications, and terms of the contract. 40-02 ALTERATION OF WORK AND QUANTITIES. The owner reserves and shall have the right to make such alterations in the work as may be necessary or desirable to complete the work originally intended in an acceptable manner. Unless otherwise specified herein, the Engineer shall be and is hereby authorized to make such alterations in the work as may increase or decrease the originally awarded contract quantities, provided that the aggregate of such alterations does not change the total contract cost or the total cost of any major contract item by more than 25 percent (total cost being based on the unit prices and estimated quantities in the awarded contract). Alterations which do not exceed the 25 percent limitation shall not invalidate the contract nor release the surety, and the Contractor agrees to accept payment for such alterations as if the altered work had been a part of the original contract. These alterations which are for work within the general scope of the contract shall be covered by "Change Orders" issued by the Engineer. Change orders for altered work shall include extensions of contract time where, in the Engineer's opinion, such extensions are commensurate with the amount and difficulty of added work. Should the aggregate amount of altered work exceed the 25 percent limitation hereinbefore specified, such excess altered work shall be covered by supplemental agreement. If the owner and the Contractor are unable to agree on a unit adjustment for any contract item that requires a supplemental agreement, the owner reserves the right to terminate the contract with respect to the item and make other arrangements for its completion. 40-03 OMITTED ITEMS. The Engineer may, in the owner's best interest, omit from the work any contract item, except major contract items. Major contract items may be omitted by a supplemental agreement. Such omission of contract items shall not invalidate any other contract provision or requirement. Should a contract item be omitted or otherwise ordered to be nonperformed, the Contractor shall be paid for all work performed toward completion of such item prior to the date of the order to omit such item. Payment for work performed shall be in accordance with the subsection titled PAYMENT FOR OMITTED ITEMS of Section 90. - 15 - AC 150/5370-10A 40-04 EXTRA WORK. Should acceptable completion of the contract require the Contractor to perform an item of .� work for which no basis of payment has been provided in the original contract or previously issued change orders or supplemental agreements, the same shall be called Extra Work. Extra work that is within the general scope of the contract shall be covered by written change order. Change orders for such extra work shall contain agreed unit prices for performing the change order work in accordance with the requirements specified in the order, and shall contain any adjustment to the contract time that, in the Engineer's opinion, is necessary for completion of such extra work. When determined by the Engineer to be in the owner's best interest, he may order the Contractor to proceed with extra work by force account as provided in the subsection titled PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK of Section 90. Extra work that is necessary for acceptable completion of the project, but is not within the general scope of the work covered by the original contract shall be covered by a Supplemental Agreement as hereinbefore defined in the subsection titled SUPPLEMENTAL AGREEMENT of Section 10. Any claim for payment of extra work that is not covered by written agreement (change order or supplemental agreement) shall be rejected by the owner. 40-05 MAINTENANCE OF TRAFFIC. It is the explicit intention of the contract that the safety of aircraft, as well as the Contractor's equipment and personnel, is the most important consideration. It is understood and agreed that the Contractor shall provide for the free and unobstructed movement of aircraft in the air operations areas of the airport with respect to his/her own operations and the operations of all his/her subcontractors as specified in the subsection titled LIMITATION OF OPERATIONS of Section 80. It is further understood and agreed that the Contractor shall provide for the uninterrupted operation of visual and electronic signals (including power supplies thereto) used in the guidance of aircraft while operating to, from, and upon the airport as specified in the subsection titled CONTRACTOR'S RESPONSIBILITY FOR UTILITY SERVICE AND FACILITIES OF OTHERS in Section 70. With respect to his/her own operations and the operations of all his/her subcontractors, the Contractor shall provide marking, lighting, and other acceptable means of identifying: personnel; equipment; vehicles; storage areas; and any work area or condition that may be hazardous to the operation of aircraft, fire-rescue equipment, or maintenance vehicles at the airport. When the contract requires the maintenance of vehicular traffic on an existing road, street, or highway during the Contractor's performance of work that is otherwise provided for in the contract, plans, and specifications, the Contractor shall keep such road, street, or highway open to all traffic and shall provide such maintenance as may be required to accommodate traffic. The Contractor shall furnish, erect, and maintain barricades, warning signs, flagpersons, and other traffic control devices in reasonable conformity with so - 16 - AC 150/5370-10A the manual of Uniform Traffic Control Devices for Streets and Highways (published by the United States Government Printing Office), unless otherwise specified herein. The Contractor shall also construct and maintain in a safe condition any temporary connections necessary for ingress to and egress from abutting property or intersecting roads, streets or highways. Unless otherwise specified herein, the Contractor will not be required to furnish snow removal for such existing road, street, or highway. The Contractor shall make his/her own estimate of all labor, materials, equipment, and incidentals necessary for providing the maintenance of aircraft and vehicular traffic as specified in this subsection. The cost of maintaining the aircraft and vehicular traffic specified in this subsection shall not be measured or paid for directly, but shall be included in the various contract items. 40-06 REMOVAL OF EXISTING STRUCTURES. All existing structures encountered within the established lines, grades, or grading sections shall be removed by the Contractor, unless such existing structures are otherwise specified to be relocated, adjusted up or down, salvaged, abandoned in place, reused in the work or to remain in place. The cost of removing such existing structures shall not be measured or paid for directly, but shall be included in the various contract items. Should the Contractor encounter an existing structure (above or below ground) in the work for which the disposition is not indicated on the plans, the Engineer shall be notified prior to disturbing such structure. The disposition of existing structures so encountered shall be immediately determined by the Engineer in accordance with the provisions of the contract. Except as provided in the subsection titled RIGHTS IN AND USE OF MATERIALS FOUND IN THE WORK of this section, it is intended that all existing materials or structures that may be encountered (within the lines, grades, or grading sections established for completion of the work) shall be utilized in the work as otherwise provided for in the contract and shall remain the property of the owner when so utilized in the work. 40-07 RIGHTS IN AND USE OF MATERIALS FOUND IN THE WORK. Should the Contractor encounter any material such as (but not restricted to) sand, stone, gravel, slag, or concrete slabs within the established lines, grades, or grading sections, the use of which is intended by the terms of the contract to be either embankment or waste, he may at his/her option either: a. Use such material in another contract item, providing such use is approved by the Engineer and is in conformance with the contract specifications applicable to such use; or, b. Remove such material from the site, upon written approval of the Engineer; or c. Use such material for his/her own temporary construction on site; or, - 17 - AC 150/5370-10A .rr d. Use such material as intended by the terms of the contract. Should the Contractor wish to exercise option a., b., or c., he shall request the Engineer's aro approval in advance of such use. Should the Engineer approve the Contractor's request to exercise option a., b., or c., the Contractor shall be paid for the excavation or removal of such material at the applicable contract price. The Contractor shall replace, at his/her own expense, such removed or excavated material with an agreed equal volume of material that is acceptable for use in constructing embankment, backfills, or otherwise to the extent that such replacement material is needed to complete the contract work. The Contractor shall not be charged for his/her use of such material so used in the work or removed from the site. Should the Engineer approve the Contractor's exercise of option a., the Contractor shall be paid, at the applicable contract price, for furnishing and installing such material in ivo accordance with requirements of the contract item in which the material is used. It is understood and agreed that the Contractor shall make no claim for delays by reason of his/her exercise of option a., b., or c. The Contractor shall not excavate, remove, or otherwise disturb any material, structure, or "ft part of a structure which is located outside the lines, grades, or grading sections established for the work, except where such excavation or removal is provided for in the contract, plans, or specifications. ite 40-09 FINAL CLEANING UP. Upon completion of the work and before acceptance and final payment will be made, the Contractor shall remove from the site all machinery, equipment, surplus and discarded materials, rubbish, temporary structures, and stumps or portions of trees. He shall cut all brush and woods within the limits indicated and shall leave the site in a neat and presentable condition. Material cleared from the site and deposited on adjacent property will not be considered as having been disposed of satisfactorily, unless the Contractor has obtained the written permission of such property owner. END OF SECTION 40 low irio - 18 - AC 150/5370-10A SECTION 50 CONTROL OF WORK 50-01 AUTHORITY OF THE ENGINEER. The Engineer shall decide any and all questions which may arise as to the quality and acceptability of materials furnished, work performed, and as to the manner of performance and rate of progress of the work. He shall decide all questions which may arise as to the interpretation of the specifications or plans relating to the work. The Engineer shall determine the amount and quality of the several kinds of work performed and materials furnished which are to be paid for the under contract. 50-02 CONFORMITY WITH PLANS AND SPECIFICATIONS. All work and all materials furnished shall be in reasonably close conformity with the lines, grades, grading sections, cross sections, dimensions, material requirements, and testing requirements that are specified (including specified tolerances) in the contract, plans or specifications. If the Engineer finds the materials furnished, work performed, or the finished product not within reasonably close conformity with the plans and specifications but that the portion of the work affected will, in his/her opinion, result in a finished product having a level of safety, economy, durability, and workmanship acceptable to the owner, he will advise the owner of his/her determination that the affected work be accepted and remain in place. In this event, the Engineer will document his/her determination and recommend to the owner a basis of acceptance which will provide for an adjustment in the contract price for the affected portion of the work. The Engineer's determination and recommended contract price adjustments will be based on good engineering judgment and such tests or retests of the affected work as are, in his/her opinion, needed. Changes in the contract price shall be covered by contract modifications (change order or supplemental agreement) as applicable. If the Engineer finds the materials furnished, work performed, or the finished product are not in reasonably close conformity with the plans and specifications and have resulted in an unacceptable finished product, the affected work or materials shall be removed and replaced or otherwise corrected by and at the expense of the Contractor in accordance with the Engineer's written orders. The Engineer shall have the authority to reject any and all work that is defective and/or not in full conformity with the plans and specifications and shall have the authority to suspend such work while being performed. The fact that the Engineer has witnessed such defective or nonconforming work while in progress without halting the operations of the contractor will not be construed, however, to mean that the Engineer has waived his right to reject such work nor will the Engineer be responsible in any way for the quality of the end product thereby obtained. - 19 - AC 150/5370-10A ' For the purpose of this subsection, the term "reasonably close conformity" shall not be ,,, construed as waiving the Contractor's responsibility to complete the work in accordance with the contract, plans, and specifications. The term shall not be construed as waiving the Engineer's right to insist on strict compliance with the requirements of the contract, plans, and specifications during the Contractor's prosecution of the work, when, in the Engineer's opinion, such compliance is essential to provide an acceptable finished portion of the work. For the purpose of this subsection, the term "reasonably close conformity" is also intended to provide the Engineer with the authority to use good engineering judgment in his/her •W determinations as to acceptance of work that is not in strict conformity but will provide a finished product equal to or better than that intended by the requirements of the contract, plans and specifications. The Engineer will not be responsible for the Contractor's means, methods, techniques, sequences, or procedures of construction or the safety precautions incident thereto. 50-03 COORDINATION OF CONTRACT, PLANS, AND SPECIFICATIONS. Th- contract, plans, specifications, and all referenced standards cited are essential parts yes of :ne contract requirements. A requirement occurring in one is as binding as though occurring in all. They are intended to be complementary and to describe and provide for a complete work. In case of discrepancy, calculated dimensions will govern over scaled dimensions; contract technical specifications shall govern over contract general provisions, plans, cited standards for materials or testing, and cited FAA advisory circulars; contract general provisions shall govern over plans, cited standards for materials or testing, and cited FAA advisory circulars; plans shall govern over cited standards for materials or testing and cited FAA advisory circulars. The Contractor shall not take advantage of any apparent error or omission on the plans or specifications. In the event the Contractor discovers any apparent error or discrepancy, he shall immediately call upon the Engineer for his/her interpretation and decision, and such decision shall be final. 50-04 COOPERATION OF CONTRACTOR. The Contractor will be supplied with five copies each of the plans and specifications. He shall have available on the work at all times one copy each of the plans and specifications. Additional copies of plans and specifications may be obtained by the .� Contractor for the cost of reproduction. The Contractor shall give constant attention to the work to facilitate the progress thereof, and he shall cooperate with the Engineer and his/her inspectors and with other contractors in every way possible. The Contractor shall have a competent superintendent on the work at all times who is fully authorized as his/her agent on the work. The superintendent shall be capable of reading and thoroughly understanding the plans and specifications and shall receive and fulfill instructions from the Engineer or his/her authorized representative. - 20 - AC 150/5370-10A 50-05 COOPERATION BETWEEN CONTRACTORS. The owner reserves the right to contract for and perform other or additional work on or near the work covered by this contract. When separate contracts are let within the limits of any one project, each Contractor shall conduct his/her work so as not to interfere with or hinder the progress of completion of the work being performed by other Contractors. Contractors working on the same project shall cooperate with each other as directed. Each Contractor involved shall assume all liability, financial or otherwise, in connection with his/her contract and shall protect and save harmless the owner from any and all damages or claims that may arise because of inconvenience, delays, or loss experienced by him because of the presence and operations of other Contractors working within the limits of the same project. The Contractor shall arrange his/her work and shall place and dispose of the materials being used so as not to interfere with the operations of the other Contractors within the limits of the same project. He shall join his/her work with that of the others in an acceptable manner and shall perform it in proper sequence to that of the others. 50-06 CONSTRUCTION LAYOUT AND STAKES. It will be the Contractor's responsibility to provide the construction staking required to ensure that the improvements are constructed to the lines and grades shown on the plans. 50-07 AUTOMATICALLY CONTROLLED EQUIPMENT. Whenever batching or mixing plant equipment is required to be operated automatically under the contract and a breakdown or malfunction of the automatic controls occurs, the equipment may be operated manually or by other methods for a period 48 hours following the breakdown or malfunction, provided this method of operations will product results which conform to all other requirements of the contract. 50-08 AUTHORITY AND DUTIES OF INSPECTORS. Inspectors employed by the owner shall be authorized to inspect all work done and all material furnished. Such inspection may extend to all or any part of the work and to the preparation, fabrication, or manufacture of the materials to be used. Inspectors are not authorized to revoke, alter, or waive any provision of the contract. Inspectors are not authorized to issue instructions contrary to the plans and specifications or to act as foreman for the Contractor. Inspectors employed by the owner are authorized to notify the Contractor or his/her representatives of any failure of the work or materials to conform to the requirements of the contract, plans, or specifications and to reject such nonconforming materials in question until such issues can be referred to the Engineer for his/her decision. - 21 - AC 150/5370-10A via 50-09 INSPECTION OF THE WORK. wip All materials and each part or detail of the work shall be subject to inspection by the Engineer. The Engineer shall be allowed access to all parts of the work and shall be furnished with such information and assistance by the Contractor as is required to make a complete and detailed inspection. If the Engineer requests it, the Contractor, at any time before acceptance of the work, shall remove or uncover such portions of the finished work as may be directed. After examination, the Contractor shall restore said portions of the work to the standard required by the specifications. Should the work thus exposed or examined prove vio acceptable, the uncovering, or removing, and the replacing of the covering or making good of the parts removed will be paid for as extra work; but should the work so exposed or examined prove unacceptable, the uncovering, or removing, and the replacing of the covering or making good of the parts removed will be at the Contractor's expense. Any work done or materials used without supervision or inspection by an authorized representative of the owner may be ordered removed and replaced at the Contractor's expense unless the owner's representative failed to inspect after having been given reasonable notice in writing that the work was to be performed. Should the contract work include relocation, adjustment, or any other modification to existing facilities, not the property of the (contract) owner, authorized representatives of the owners of such facilities shall have the right to inspect such work. Such inspection shall in no sense make any facility owner a party to the contract, and shall in no way interfere with the rights of the parties to this contract. ' 50-10 REMOVAL OF UNACCEPTABLE AND UNAUTHORIZED WORK. All work which does not form to the requirements of the contract, plans, and specifications will be considered unacceptable, unless otherwise determined acceptable by the Engineer as provided in the subsection titled CONFORMITY WITH PLANS AND SPECIFICATIONS of this section. Unacceptable work, whether the result of poor workmanship, use of defective materials, damage through carelessness, or any other cause found to exist prior to the final acceptance of the work, shall be removed immediately and replaced in an acceptable manner in accordance with the provisions of the subsection titled CONTRACTOR'S RESPONSIBILITY FOR WORK of Section 70. No work shall be done without lines .� and grades having been properly established. elf Work done contrary to the instructions of the Engineer, work done beyond the lines shown on the plans or as given, except as herein specified, or any extra work done without authority, will be considered as unauthorized and will not be paid for under the provisions of the contract. Work so done may be ordered removed or replaced at the Contractor's expense. -22 - ems AC 150/5370-10A Upon failure on the part of the Contractor to comply forthwith with any order of the Engineer made under the provisions of this subsection, the Engineer will have authority to cause unacceptable work to be remedied or removed and replaced and unauthorized work to be removed and to deduct the costs (incurred by the owner) from any monies due or to become due the Contractor. 50-11 LOAD RESTRICTIONS. The Contractor shall comply with all legal load restrictions in the hauling of materials on public roads beyond the limits of the work. A special permit will not relieve the Contractor of liability for damage which may result from the moving of material or equipment. The operation of equipment of such weight or so loaded as to cause damage to structures or to any other type of construction will not be permitted. Hauling of materials over the base course or surface course under construction shall be limited as directed. No loads will be permitted on a concrete pavement, base, or structure before the expiration of the curing period. The Contractor shall be responsible for all damage done by his/her hauling equipment and shall correct such damage at his/her own expense. 50-12 MAINTENANCE DURING CONSTRUCTION. The Contractor shall maintain the work during construction and until the work is accepted. This maintenance shall constitute continuous and effective work prosecuted day by day, with adequate equipment and forces so that the work is maintained in satisfactory condition at all times. In the case of a contract for the placing of a course upon a course or subgrade previously constructed, the Contractor shall maintain the previous course or subgrade during all construction operations. All costs of maintenance work during construction and before the project is accepted shall be included in the unit prices bid on the various contract items, and the Contractor will not be paid an additional amount for such work. 50-13 FAILURE TO MAINTAIN THE WORK. Should the Contractor at any time fail to maintain the work as provided in the subsection titled MAINTENANCE DURING CONSTRUCTION of this section, the Engineer shall immediately notify the Contractor of such noncompliance. Such notification shall specify a reasonable time within which the Contractor shall be required to remedy such unsatisfactory maintenance condition. The time specified will give due consideration to the exigency that exists. Should the Contractor fail to respond to the Engineer's notification, the Owner may suspend any work necessary for the owner to correct such unsatisfactory maintenance condition, depending on the exigency that exists. Any maintenance cost incurred by the owner, shall be deducted from monies due or to become due the Contractor. - 23 AC 150/5370-10A 50-14 PARTIAL ACCEPTANCE. If at any time during the prosecution of the project the Contractor substantially completes a usable unit or portion of the work, the occupancy of which will benefit the owner, he may request the Engineer to make final inspection of that unit. If the Engineer finds upon inspection that the unit has been satisfactorily completed in compliance with the contract, he may accept it as being completed, and the Contractor may be relieved of further responsibility for that unit. Such partial acceptance and beneficial occupancy by the .� owner shall not void or alter any provision of the contract. 50-15 FINAL ACCEPTANCE. saw Upon due notice from the Contractor of presumptive completion of the entire project, the Engineer and owner will make an inspection. If all construction provided for and contemplated by the contract is found to be completed in accordance with the contract, plans, and specifications, such inspection shall constitute the final inspection. The Engineer shall notify the Contractor in writing of final acceptance as of the date of the final inspection. If, however, the inspection discloses any work, in whole or in part, as being unsatisfactory, the Engineer will give the Contractor the necessary instructions for correction of same and the Contractor shall immediately comply with and execute such instructions. Upon correction of the work, another inspection will be made which shall constitute the final inspection, provided the work has been satisfactorily completed. In such event, the Engineer will make the final acceptance and notify the Contractor in writing of this acceptance as of the date of final inspection. 50-16 CLAIMS FOR ADJUSTMENT AND DISPUTES. If for any reason the Contractor deems that additional compensation is due him for work or materials not clearly provided for in the contract, plans, or specifications or previously authorized as extra work, he shall notify the Engineer in writing of his/her intention to claim such additional compensation before he begins the work on which he bases the claim. If such notification is not given or the Engineer is not afforded proper opportunity by the to, Contractor for keeping strict account of actual cost as required, then the Contractor hereby agrees to waive any claim for such additional compensation. Such notice by the imp Contractor and the fact that the Engineer has kept account of the cost of the work shall not in any way be construed as proving or substantiating the validity of the claim. When the work on which the claim for additional compensation is based has been completed, _ the Contractor shall, within 10 (ten) calendar days, submit his/her written claim to the Engineer who will present it to the owner for consideration in accordance with local laws or ordinances. Nothing in this subsection shall be construed as a waiver of the Contractor's right to dispute final payment based on differences in measurements or computations. 50-17 COST REDUCTION INCENTIVES. Cost Reduction Incentive Proposals will not be considered in this project. -24 - '"" AC 150/5370-10A END OF SECTION 50 AIM IOW AVIV . ANY - 25 - AC 150/5370-10A .6 SECTION 60 CONTROL OF MATERIALS 60-01 SOURCE OF SUPPLY AND QUALITY REQUIREMENTS. The materials used on the work shall conform to the requirements of the contract, plans, and specifications. Unless otherwise specified, such materials that are manufactured or processed shall be new (as compared to used or reprocessed). In order to expedite the inspection and testing of materials, the Contractor shall furnish complete statements to the Engineer as to the origin, composition, and manufacture of all materials to be used in the work. Such statements shall be furnished promptly after execution of the contract but, in all cases, prior to delivery of such materials. At the Engineer's option, materials may be approved at the source of supply before delivery is started. If it is found after trial that sources of supply for previously approved materials do not produce specified products, the Contractor shall furnish materials from other sources. 60-02 SAMPLES, TESTS, AND CITED SPECIFICATIONS. All materials used in the work shall be inspected, tested, and approved by the responsible party before incorporation in the work. Any work in which untested materials are used without approval or written permission of the Engineer shall be performed at the Contractor's risk. Materials found to be unacceptable and unauthorized will not be paid for and, if directed by the Engineer, shall be removed at the Contractor's expense. Unless otherwise designated, tests in accordance with the cited standard methods of AASHTO or ASTM which are current on the date of advertisement for bids will be made by and at the expense of the owner. Samples will be taken by a qualified representative of the owner. All materials being used are subject to inspection, test, or rejection at any time prior to or during incorporation into the work. Copies of all tests will be furnished to the Contractor's representative at his/her request. The Contractor shall pay for all mix design(s) and all quality control testing. The Owner is responsible for all quality assurance testing. 60-03 CERTIFICATION OF COMPLIANCE. The Engineer may permit the use, prior to sampling and testing, of certain materials or assemblies when accompanied by manufacturer's certificates of compliance stating that such materials or assemblies fully comply with the requirements of the contract. The certificate shall be signed by the manufacturer. Each lot of such materials or assemblies delivered to the work must be accompanied by a certificate of compliance in which the lot is clearly identified. Materials or assemblies used on the basis of certificates of compliance may be sampled and tested at any time and if found not to be in conformity with contract requirements will be subject to rejection whether in place or not. - 26 - u AC 150/5370-10A The form and distribution of certificates of compliance shall be as approved by the Engineer. When a material or assembly is specified by "brand name or equal" and the Contractor elects to furnish the specified "brand name," the Contractor shall be required to furnish the manufacturer's certificate of compliance for each lot of such material or assembly delivered to the work. Such certificate of compliance shall clearly identify each lot delivered and shall certify as to: a. Conformance to the specified performance, testing, quality or dimensional requirements; and, b. Suitability of the material or assembly for the use intended in the contract work. Should the Contractor propose to furnish an "or equal" material or assembly, he shall furnish the manufacturer's certificates of compliance as hereinbefore described for the specified brand name material or assembly. However, the Engineer shall be the sole judge as to whether the proposed "or equal" is suitable for use in the work. The Engineer reserves the right to refuse permission for use of materials or assemblies on the basis of certificates of compliance. 60-04 PLANT INSPECTION. The Engineer or his/her authorized representative may inspect, at its source, any specified material or assembly to be used in the work. Manufacturing plants may be inspected from time to time for the purpose of determining compliance with specified manufacturing methods or materials to be used in the work and to obtain samples required for his/her acceptance of the material or assembly. Should the Engineer conduct plant inspections, the following conditions shall exist: a. The Engineer shall have the cooperation and assistance of the Contractor and the producer with whom he has contracted for materials. b. The Engineer shall have full entry at all reasonable times to such parts of the plant that concern the manufacture or production of the materials being furnished. c. If required by the Engineer, the Contractor shall arrange for adequate office or working space that may be reasonably needed for conducting plant inspections. Office or working space should be conveniently located with respect to the plant. It is understood and agreed that the owner shall have the right to retest any material which has been tested and approved at the source of supply after it has been delivered to the site. The Engineer shall have the right to reject only material which, when retested, does not meet the requirements of the contract, plans, or specifications. - 27 - AC 150/5370-10A rot 60-05 ENGINEER'S FIELD OFFICE. When specified and provided for as a contract item, the Contractor shall furnish a building for the exclusive use of the Engineer as a field office and field testing laboratory. The building shall be furnished and maintained by the Contractor as specified herein and shall become property of the Contractor when the contract work is completed. The Contractor shall furnish for the duration of the project one building for the use of the field engineers and inspectors, as a field office. This facility shall be an approved weatherproof building meeting the current State Highway Specifications (Class I Field Office). This building shall be located conveniently near to the construction and shall be separate from any building used by the Contractor. A land line telephone and answering machine, shall be provided. The Contractor shall be responsible for payment of the basic monthly charge and local calls only. Any Long Distance Tolls shall be the responsibility of the caller. The Contractor shall furnish FAX machine, photocopy machine, water, sanitary facilities, heat, air conditioning, and electricity. No direct payment will be made for this building or labor, materials, ground rental, or other expense in connection therewith. The Contractor and his/her superintendent shall provide all reasonable facilities to enable the Engineer to inspect the workmanship and materials entering into the work. 60-06 STORAGE OF MATERIALS. Materials shall be so stored as to assure the preservation of their quality and fitness for the work. Stored materials, even though approved before storage, may again be es inspected prior to their use in the work. Stored materials shall be located so as to facilitate their prompt inspection. The Contractor shall coordinate the storage of all materials with the Engineer. Materials to be stored on airport property shall not create an obstruction to air navigation nor shall they interfere with the free and unobstructed movement of aircraft. Unless otherwise shown on the plans, the storage of materials and the location of the Contractor's plant and parked equipment or vehicles shall be as directed by the Engineer. Private property shall not be used for storage purposes without written permission of the owner or lessee of such property. The Contractor shall make all arrangements and bear all expenses for the storage of materials on private property. Upon request, the Contractor shall furnish the Engineer a copy of the property owner's permission. All storage sites on private or airport property shall be restored to their original condition by the Contractor at his/her entire expense, except as otherwise agreed to (in writing) by the owner of the property. The owner of the property is the City of Renton. 60-07 UNACCEPTABLE MATERIALS. Any material or assembly that does not conform to the requirements of the contract, plans, or specifications shall be considered unacceptable and shall be rejected. The Contractor shall remove any rejected material or assembly from the site of the work, unless otherwise instructed by the Engineer. - 28 - vio AC 150/5370-10A Rejected material or assembly, the defects of which have been corrected by the Contractor, shall not be returned to the site of the work until such time as the Engineer has approved its used in the work. 60-08 OWNER FURNISHED MATERIALS. The Contractor shall furnish all materials required to complete the work, except those specified herein (if any) to be furnished by the owner. Owner-furnished materials shall be made available to the Contractor at the location specified herein. All costs of handling, transportation from the specified location to the site of work, storage, and installing owner-furnished materials shall be included in the unit price bid for the contract item in which such owner-furnished material is used. After any owner-furnished material has been delivered to the location specified, the Contractor shall be responsible for any demurrage, damage, loss, or other deficiencies which may occur during the Contractor's handling, storage, or use of such owner- furnished material. The owner will deduct from any monies due or to become due the Contractor any cost incurred by the owner in making good such loss due to the •. Contractor's handling, storage, or use of owner-furnished materials. END OF SECTION 60 - 29 - AC 150/5370-10A SECTION 70 LEGAL REGULATIONS AND RESPONSIBILITY TO PUBLIC 70--1 LAWS TO BE OBSERVED. The Contractor shall keep fully informed of all Federal and state laws, all local laws, ordinances, and regulations and all orders and decrees of bodies or tribunals having any jurisdiction or authority, which in any manner affect those engaged or employed on the work, or which in any way affect the conduct of the work. He shall at all times observe and comply with all such laws, ordinances, regulations, orders, and decrees; and shall 00 protect and indemnify the owner and all his/her officers, agents, or servants against any claim or liability arising from or based on the violation of any such law, ordinance, regulation, order, or decree, whether by himself or his/her employees. • 70-02 PERMITS, LICENSES, AND TAXES. The Contractor shall procure all permits and licenses, pay all charges, fees, and taxes, and give all notices necessary and incidental to the due and lawful prosecution of the work. 70-03 PATENTED DEVICES, MATERIALS, AND PROCESSES. If the Contractor is required or desires to use any design, device, material, or process covered by letters of patent or copyright, he shall provide for such use by suitable legal agreement with the patentee or owner. The Contractor and the surety shall indemnify and save harmless the owner, any third party, or political subdivision from any and all claims for infringement by reason of the use of any such patented design, device, material or process, or any trademark or copyright, and shall indemnify the owner for any costs, expenses, and damages which it may be obliged to pay by reason of an infringement, at any time during the prosecution or after the completion of the work. 70-04 RESTORATION OF SURFACES DISTURBED BY OTHERS. The owner reserves the right to authorize the construction, reconstruction, or maintenance of any public or private utility service, FAA or National Oceanic and Atmospheric Administration (NOAA) facility, or a utility service of another government agency at any time during the progress of the work. The Contractor shall not permit any individual, firm, or corporation to excavate or otherwise disturb such utility services or facilities located within the limits of the work without the written permission of the Engineer. Should the owner of public or private utility service, FAA, or NOAA facility, or a utility service of another government agency be authorized to construct, reconstruct, or maintain such utility service or facility during the progress of the work, the Contractor shall cooperate with such owners by arranging and performing the work in this contract so as to facilitate such construction, reconstruction or maintenance by others whether or not such work by others is shown in the contract plans. When ordered as extra work by the Engineer, the Contractor shall make all necessary repairs to the work which are due to - 30 - AC 150/5370-10A such authorized work by others, unless otherwise provided for in the contract, plans, or specifications. It is understood and agreed that the Contractor shall not be entitled to make any claim for damages due to such authorized work by others or for any delay to the work resulting from such authorized work. 70-05 FEDERAL AID PARTICIPATION. For AIP contracts, the United States Government has agreed to reimburse the owner for some portion of the contract costs. Such reimbursement is made from time to time upon the owner's (sponsor's) request to the FAA. In consideration of the United Sates Government's (FAA's) agreement with the owner, the owner has included provisions in this contract pursuant to the requirements of the Airport Improvement Act of 1982, as amended by the Airport and Airway Safety and Capacity Expansion Act of 1987, and the Rules and Regulations of the FAA that pertain to the work. As required by the Act, the contract work is subject to the inspection and approval of duly authorized representatives of the Administrator, FAA, and is further subject to those provisions of the rules and regulations that are cited in the contract, plans, or specifications. No requirement of the Act, the rules and regulations implementing the Act, or this contract shall be construed as making the Federal Government a party to the contract nor will any such requirement interfere, in any way, with the rights of either party to the contract. 70-06 SANITARY, HEALTH, AND SAFETY PROVISIONS. -�- The Contractor shall provide and maintain in a neat, sanitary condition such accommodations for the use of his/her employees as may be necessary to comply with the requirements of the state and local Board of Health, or of other bodies or tribunals having jurisdiction. Attention is directed to Federal, state, and local laws, rules and regulations concerning construction safety and health standards. The Contractor shall not require any worker to work in surroundings or under conditions are unsanitary, hazardous, or dangerous to his/her health or safety. 70-07 PUBLIC CONVENIENCE AND SAFETY. The Contractor shall control his/her operations and those of his/her subcontractors and all suppliers, to assure the least inconvenience to the traveling public. Under all circumstances, safety shall be the most important consideration. The Contractor shall maintain the free and unobstructed movement of aircraft and vehicular traffic with respect to his/her own operations and those of his/her subcontractors and all suppliers in accordance with the subsection titled MAINTENANCE OF TRAFFIC of Section 40 hereinbefore specified and shall limit such operations for the convenience and safety of the traveling public as specified in the subsection titled LIMITATION OF OPERATIONS of Section 80 hereinafter. - 31 AC 150/5370-10A 70-08 BARRICADES, WARNING SIGNS, AND HAZARD MARKINGS. The Contractor shall furnish, erect, and maintain all barricades, warning signs, and markings for hazards necessary to protect the public and the work. When used during periods of darkness, such barricades, warning signs, and hazard markings shall be suitably illuminated. For vehicular and pedestrian traffic, the Contractor shall furnish, erect, and maintain barricades, warning signs, lights and other traffic control devices in reasonable conformity with the Manual of Uniform Traffic Control Devices for Streets and Highways (published by the United States Government Printing Office). Barricades, warning signs, and markings for hazards that are in the air operations area shall be a maximum of 18 inches high. Barricades shall be spaced not more than 25 feet apart The Contractor shall furnish and erect all barricades, warning signs, and markings for hazards prior to commencing work which requires such erection and shall maintain the barricades, warning signs, and markings for hazards until their dismantling is directed by the Engineer. The cost for such barricades, warning signs and markings will not be paid for directly but shall be merged into the other bid items. When the work requires closing an air operations area of the airport or portion of such area, the Contractor shall furnish, erect, and maintain temporary markings and associated lighting conforming to the requirements of AC 150/5340-1 H, Standards for Airport Markings. The Contractor shall furnish, erect, and maintain markings and associated lighting of open trenches, excavations, temporary stock piles, and his/her parked construction equipment that may be hazardous to the operation of emergency fire-rescue or maintenance vehicles on the airport in reasonable conformance to AC 150/5370-2C, Operational Safety on Airports During Construction Activity. The Contractor shall identify each motorized vehicle or piece of construction equipment by painted or magnetic signing identifying the Contractor's company. Each vehicle operating on the air operations area shall have either an omni- directional amber flashing light or an FAA approved orange and white checkered flag. The flag shall be at least 3 foot square, having a checkered pattern of international orange and white squares at least 1 foot on each side. Open-flame type lights shall not be permitted within the air operations areas of the airport. - 32 - AC 150/5370-10A 70-09 USE OF EXPLOSIVES. When the use of explosives is necessary for the prosecution of the work, the Contractor shall exercise the utmost care not to endanger life or property, including new work. The Contractor shall be responsible for all damage resulting from the use of explosives. Transportation, use, and storage of all explosives shall be in compliance with all federal, state, and local regulations. Storage places shall be clearly marked and secure. Where no local laws or ordinances apply, storage shall be provided satisfactory to the Engineer and, in general, not closer than 1,000 feet (300 m) from the work or from any building, road, or other place of human occupancy. The Contractor shall notify each property owner and public utility company having structures or facilities in proximity to the site of the work of his/her intention to use explosives. Such notice shall be given sufficiently in advance to enable them to take such steps as they may deem necessary to protect their property from injury. The use of electrical blasting caps shall not be permitted on or within 1,000 feet (300 m) of the airport property. 70-10 PROTECTION AND RESTORATION OF PROPERTY AND LANDSCAPE. The Contractor shall be responsible for the preservation of all public and private property, and shall protect carefully from disturbance or damage all land monuments and property markers until the Engineer has witnessed or otherwise referenced their location and shall not move them until directed. The Contractor shall be responsible for all damage or injury to property of any character, during the prosecution of the work, resulting from any act, omission, neglect, or misconduct in his/her manner or method of executing the work, or at any time due to defective work or materials, and said responsibility will not be released until the project shall have been completed and accepted. When or where any direct or indirect damage or injury is done to public or private property by or on account of any act, omission, neglect, or misconduct in the execution of the work, or in consequence of the nonexecution thereof by the Contractor, he shall restore, at his/her own expense, such property to a condition similar or equal to that existing before such damage or injury was done, by repairing, or otherwise restoring as may be directed, or he shall make good such damage or injury in an acceptable manner. 70-11 RESPONSIBILITY FOR DAMAGE CLAIMS. The Contractor shall indemnify and save harmless the Engineer and the owner and their officers, and employees from all suits actions, or claims of any character brought because of any injuries or damage received or sustained by any person, persons, or property on account of the operations of the Contractor; or on account of or in consequence of any neglect in safeguarding the work; or through use of unacceptable materials in constructing the work; or because of any act or omission, neglect, or misconduct of said Contractor; or because of any claims or amounts recovered from any infringements of patent, trademark, - 33 - AC 150/5370-10A or copyright; or from any claims or amounts arising or recovered under the "Workmen's Compensation Act," or any other law, ordinance, order, or decree. Money due the Contractor under and by virtue of his/her contract as may be considered necessary by the owner for such purpose may be retained for the use of the owner or, in case no money is due, his/her surety may be held until such suit or suits, action or actions, claim or claims for injuries or damages as aforesaid shall have been settled and suitable evidence to that effect furnished to the owner, except that money due the Contractor will not be withheld when the Contractor produces satisfactory evidence that he is adequately protected by public liability and property damage insurance. 70-12 THIRD PARTY BENEFICIARY CLAUSE. It is specifically agreed between the parties executing the contract that it is not intended by any of the provisions of any part of the contract to create the public or any member thereof a third party beneficiary or to authorize anyone not a party to the contract to maintain a suit for personal injuries or property damage pursuant to the terms or provisions of the contract. ., 70-13 OPENING SECTIONS OF THE WORK TO TRAFFIC. Should it be necessary for the Contractor to complete portions of the contract work for the �► beneficial occupancy of the owner prior to completion of the entire contract, such "phasing" of the work shall be specified herein and indicated on the plans. When so specified, the Contractor shall complete such portions of the work on or before the date est specified or as otherwise specified. The Contractor shall make his/her own estimate of the difficulties involved in arranging his/her work to permit secure operation of the airport while the new gates and/or fences are being installed. Upon completion of any portion of the work listed above, such portion shall be accepted by the owner in accordance with the subsection titled PARTIAL ACCEPTANCE of Section 50. No portion of the work may be opened by the Contractor for public use until ordered by the Engineer in writing. Should it become necessary to open a portion of the work to public traffic on a temporary or intermittent basis, such openings shall be made when, in the opinion of the Engineer, such portion of the work is in an acceptable condition to support the intended traffic. Temporary or intermittent openings are considered to be inherent in the work and shall not constitute either acceptance of the portion of the work so opened or a waiver of any provision of the contract. Any damage to the portion of the work so opened that is not attributable to traffic which is permitted by the owner shall be repaired by the Contractor at his/her expense. The Contractor shall make his/her own estimate of the inherent difficulties involved in completing the work under the conditions herein described and shall not claim any added compensation by reason of delay or increased cost due to opening a portion of the contract work. - 34 - '" AC 150/5370-10A 70-14 CONTRACTOR'S RESPONSIBILITY FOR WORK. Until the Engineer's final written acceptance of the entire completed work, excepting only those portions of the work accepted in accordance with the subsection titled PARTIAL ACCEPTANCE of Section 50, the Contractor shall have the charge and care thereof and shall take every precaution against injury or damage to any part due to the action of the elements or from any other cause, whether arising from the execution or from the nonexecution of the work. The Contractor shall rebuild, repair, restore, and make good all injuries or damages to any portion of the work occasioned by any of the above causes before final acceptance and shall bear the expense thereof except damage to the work due to unforeseeable causes beyond the control of and without the fault or negligence of the Contractor, including but not restricted to acts of God such as earthquake, tidal wave, tornado, hurricane or other cataclysmic phenomenon of nature, or acts of the public enemy or of government authorities. If the work is suspended for any cause whatever, the Contractor shall be responsible for the work and shall take such precautions necessary to prevent damage to the work. The Contractor shall provide for normal drainage and shall erect necessary temporary structures, signs, or other facilities at his/her expense. During such period of suspension of work, the Contractor shall properly and continuously maintain in an acceptable growing condition all living material in newly established planting, seeding, and sodding furnished under his/her contract, and shall take adequate precautions to protect new tree growth and other important vegetative growth against injury. 70-15 CONTRACTOR'S RESPONSIBILITY FOR UTILITY SERVICE AND FACILITIES OF OTHERS. As provided in the subsection titled RESTORATION OF SURFACES DISTURBED BY OTHERS of this section, the Contractor shall cooperate with the owner of any public or private utility service, FAA or NOAA, or a utility service of another government agency that may be authorized by the owner to construct, reconstruct or maintain such utility services or facilities during the progress of the work. In addition, the Contractor shall control his/her operations to prevent the unscheduled interruption of such utility services and facilities. To the extent that such public or private utility services, FAA, or NOAA facilities, or utility services of another governmental agency are known to exist within the limits of the contract work, the approximate locations have been indicated on the plans and the owners are indicated as follows: It is understood and agreed that the owner does not guarantee the accuracy or the completeness of the location information relating to existing utility services, facilities, or structures that may be shown on the plans or encountered in the work. Any inaccuracy or omission in such information shall not relieve the Contractor of his/her responsibility to protect such existing features from damage or unscheduled interruption of service. It is further understood and agreed that the Contractor shall, upon execution of the contract, notify the owners of all utility services or other facilities of his/her plan of - 35 - AC 150/5370-10A toe operations. Such notification shall be in writing addressed to THE PERSON TO CONTACT as provided hereinbefore in this subsection and the subsection titled RESTORATION OF SURFACES DISTURBED BY OTHERS of this section. A copy of each notification shall be given to the Engineer. In addition to the general written notification hereinbefore provided, it shall be the responsibility of the Contractor to keep such individual owners advised of changes in his/her plan of operations that would affect such owners. Prior to commencing the work in the general vicinity of an existing utility service or facility, the Contractor shall again notify each such owner of his/her plan of operation. If, in the Contractor's opinion, the owner's assistance is needed to locate the utility service or facility or the presence of a representative of the owner is desirable to observe the work, such advice should be included in the notification. Such notification shall be given by the most expeditious means to reach the utility owner's PERSON TO CONTACT no later than two normal business days prior to the Contractor's commencement of operations in such general vicinity. The Contractor shall furnish a written summary of the notification to the Engineer. The Contractor's failure to give the two day's notice hereinabove provided shall be cause for the Owner to suspend the Contractor's operations in the general vicinity of a utility service or facility. Where the outside limits of an underground utility service have been located and staked on the ground, the Contractor shall be required to use excavation methods acceptable to "" the Engineer within 3 feet (90 cm) of such outside limits at such points as may be required to ensure protection from damage due to the Contractor's operations. Should the Contractor damage or interrupt the operation of a utility service or facility by accident or otherwise, he shall immediately notify the proper authority and the Engineer and shall take all reasonable measures to prevent further damage or interruption of service. The Contractor, in such events, shall cooperate with the utility service or facility owner and the Engineer continuously until such damage has been repaired and service restored to the satisfaction of the utility or facility owner. The Contractor shall bear all costs of damage and restoration of service to any utility tut service or facility due to his/her operations whether or not due to negligence or accident. The contract owner reserves the right to deduct such costs from any monies due or which may become due the Contractor, or his/her surety. .� 70-16 FURNISHING RIGHTS-OF-WAY. The owner will be responsible for furnishing all rights-of-way upon which the work is to be constructed in advance of the Contractor's operations. -36 - AC 150/5370-10A 70-17 PERSONAL LIABILITY OF PUBLIC OFFICIALS. In carrying out any of the contract provisions or in exercising any power or authority granted to him by this contract, there shall be no liability upon the Engineer, his/her authorized representatives, or any officials of the owner either personally or as an official of the owner. It is understood that in such matters they act solely as agents and representatives of the owner. 70-18 NO WAIVER OF LEGAL RIGHTS. Upon completion of the work, the owner will expeditiously make final inspection and notify the Contractor of final acceptance. Such final acceptance, however, shall not preclude or estop the owner from correcting any measurement, estimate, or certificate made before or after completion of the work, nor shall the owner be precluded or estopped from �., recovering from the Contractor or his/her surety, or both, such overpayment as may be sustained, or by failure on the part of the Contractor to fulfill his/her obligations under the contract. A waiver on the part of the owner of any breach of any part of the contract shall not be held to be a waiver of any other or subsequent breach. The Contractor, without prejudice to the terms of the contract, shall be liable to the owner for latent defects, fraud, or such gross mistakes as may amount to fraud, or as regards the owner's rights under any warranty or guaranty. — 70-19 ENVIRONMENTAL PROTECTION. The Contractor shall comply with all Federal, state, and local laws and regulations controlling pollution of the environment. He shall take necessary precautions to prevent pollution of streams, lakes, ponds, and reservoirs with fuels, oils, bitumens, chemicals, or other harmful materials and to prevent pollution of the atmosphere from particulate and gaseous matter. 70-20 ARCHAEOLOGICAL AND HISTORICAL FINDINGS. Unless otherwise specified in this subsection, the Contractor is advised that the site of the work is not within any property, district, or site, and does not contain any building, structure, or object listed in the current National Register of Historic Places published by the United States Department of Interior. Should the Contractor encounter, during his/her operations, any building, part of a building, structure, or object which is incongruous with its surroundings, he shall immediately cease operations in that location and notify the Engineer. The Engineer will immediately investigate the Contractor's finding and will direct the Contractor to either resume his/her operations or to suspend operations as directed. Should the Owner order suspension of the Contractor's operations in order to protect an archaeological or historical finding, or order the Contractor to perform extra work, such shall be covered by an appropriate contract modification (change order or supplemental agreement) as provided in the subsection titled EXTRA WORK of Section 40 and the subsection titled PAYMENT FOR EXTRA WORK AND FORCE ACCOUNT WORK of Section 90. If appropriate, the contract modification shall include an extension of contract - 37 - AC 150/5370-10A time in accordance with the subsection titled DETERMINATION AND EXTENSION OF CONTRACT TIME of Section 80. END OF SECTION 70 - 38 - AC 150/5370-10A SECTION 80 PROSECUTION AND PROGRESS 80-01 SUBLETTING OF CONTRACT. The owner will not recognize any subcontractor on the work. The Contractor shall at all times when work is in progress be represented either in person, by a qualified superintendent, or by other designated, qualified representative who is duly authorized to receive and execute orders of the Engineer. Should the Contractor elect to assign his/her contract, said assignment shall be concurred in by the surety, shall be presented for the consideration and approval of the owner, and shall be consummated only on the written approval of the owner. In case of approval, the Contractor shall file copies of all subcontracts with the Engineer. 80-02 NOTICE TO PROCEED. The notice to proceed shall state the date on which it is expected the Contractor will begin the construction and from which date contract time will be charged. The Contractor shall begin the work to be performed under the contract within 10 days of the date set by the Engineer in the written notice to proceed, but in any event, the Contractor shall notify the Engineer at least 24 hours in advance of the time actual construction operations will begin. 80-03 PROSECUTION AND PROGRESS. Unless otherwise specified, the Contractor shall submit his/her progress schedule for the Engineer's approval within 10 days after the effective date of the notice to proceed. The Contractor's progress schedule, when approved by the Engineer, may be used to establish major construction operations and to check on the progress of the work. The Contractor shall provide sufficient materials, equipment, and labor to guarantee the completion of the project in accordance with the plans and specifications within the time set forth in the proposal. If the Contractor falls significantly behind the submitted schedule, the Contractor shall, upon the Engineer's request, submit a revised schedule for completion of the work within the contract time and modify his/her operations to provide such additional materials, equipment, and labor necessary to meet the revised schedule. Should the prosecution of the work be discontinued for any reason, the Contractor shall notify the Engineer at least 24 hours in advance of resuming operations. For AIP contracts, the Contractor shall not commence any actual construction prior to the date on which the notice to proceed is issued by the owner. 80-04 LIMITATION OF OPERATIONS. The Contractor shall control his/her operations and the operations of his/her subcontractors and all suppliers so as to provide for the free and unobstructed movement of aircraft in the AIR OPERATIONS AREAS of the airport. - 39 - ASDh AC 150/5370-10A When the work requires the Contractor to conduct his/her operations within an AIR OPERATIONS AREA of the airport, the work shall be coordinated with airport management (through the Engineer) at least 48 hours prior to commencement of such work. The Contractor shall not close an AIR OPERATIONS AREA until so authorized by the Engineer and until the necessary temporary marking and associated lighting is in place as provided in the subsection titled BARRICADES, WARNING SIGNS, AND HAZARD MARKINGS of Section 70. When the contract work requires the Contractor to work within an AIR OPERATIONS AREA of the airport on an intermittent basis (intermittent opening and closing of the AIR OPERATIONS AREA), the Contractor shall maintain constant communications as hereinafter specified; immediately obey all instructions to vacate the AIR OPERATIONS AREA; immediately obey all instructions to resume work in such AIR OPERATIONS AREA. Failure to maintain the specified communications or to obey instructions shall be cause for suspension of the Contractor's operations in the AIR OPERATIONS AREA until the satisfactory conditions are provided. The following AIR OPERATIONS AREA (AOA) cannot be closed to operating aircraft to permit the Contractor's operations on a continuous basis and will, therefore, be closed to aircraft operations intermittently on a schedule to be established based on the Contractor's proposed work plan of activities that will impact air operations. • "South Bridge" (Aircraft Bridge) over the Cedar River. ➢ Taxiway Apron south of the Northwest Seaplane Building (Bldg. 850) and east of the existing perimeter fence. ➢ Taxiway between Ellison fluid/Kaynan and Aerodyne Buildings (Bldg. 350 and 300) and the existing south perimeter fence. Safety and security measures may also be found in FAA Advisory Circular 150/5370-2D provided as a courtesy to the contractor in the Technical Specifications Section of this Contract. 80-05 CHARACTER OF WORKERS, METHODS, AND EQUIPMENT. The Contractor shall, at all times, employ sufficient labor and equipment for prosecuting the work to full completion in the manner and time required by the contract, plans, and specifications. All workers shall have sufficient skill and experience to perform properly the work assigned to them. Workers engaged in special work or skilled work shall have sufficient experience in such work and in the operation of the equipment required to perform the work satisfactorily. All equipment which is proposed to be used on the work shall be of sufficient size and in such mechanical condition as to meet requirements of the work and to produce a satisfactory quality of work. Equipment used on any portion of the work shall be such that -40 - AC 150/5370-10A no injury to previously completed work, adjacent property, or existing airport facilities will result from its use. When the methods and equipment to be used by the Contractor in accomplishing the work are not prescribed in the contract, the Contractor is free to use any methods or equipment that will accomplish the work in conformity with the requirements of the contract, plans, and specifications. When the contract specifies the use of certain methods and equipment, such methods and equipment shall be used unless others are authorized by the Engineer. If the Contractor desires to use a method or type of equipment other than specified in the contract, he may request authority from the Engineer to do so. The request shall be in writing and shall include a full description of the methods and equipment proposed and of the reasons for desiring to make the change. If approval is given, it will be on the condition that the Contractor will be fully responsible for producing work in conformity with contract requirements. If, after trial use of the substituted methods or equipment, the Engineer determines that the work produced does not meet contract requirements, the Contractor shall discontinue the use of the substitute method or equipment and shall complete the remaining work with the specified methods and equipment. The Contractor shall remove any deficient work and replace it with work of specified quality, or take such other corrective action as the Engineer may direct. No change will be made in basis of payment for the contract items involved nor in contract time as a result of authorizing a change in methods or equipment under this subsection. 80-06 TEMPORARY SUSPENSION OF THE WORK. The Owner shall have the authority to suspend the work wholly, or in part, for such period or periods as he may deem necessary, due to unsuitable weather, or such other conditions as are considered unfavorable for the prosecution of the work, or for such time as is necessary due to the failure on the part of the Contractor to carry out orders given or perform any or all provisions of the contract. In the event that the Contractor is ordered by the Owner, in writing, to suspend work for some unforeseen cause not otherwise provided for in the contract and over which the Contractor has no control, the Contractor may be reimbursed for actual money expended on the work during the period of shutdown. No allowance will be made for anticipated profits. The period of shutdown shall be computed from the effective date of the Engineer's order to suspend work to the effective date of the Engineer's order to resume the work. Claims for such compensation shall be filed with the Engineer within the time period stated in the Engineer's order to resume work. The Contractor shall submit with his/her claim information substantiating the amount shown on the claim. The Engineer will forward the Contractor's claim to the owner for consideration in accordance with local laws or ordinances. No provision of this article shall be construed as entitling the Contractor to compensation for delays due to inclement weather, for suspensions made at the request of the Contractor, or for any other delay provided for in the contract, plans, or specifications. - 41 - AC 150/5370-10A ► If it should become necessary to suspend work for an indefinite period, the Contractor shall store all materials in such manner that they will not become an obstruction nor become damaged in any way. He shall take every precaution to prevent damage or deterioration of the work performed and provide for normal drainage of the work. The Contractor shall erect temporary structures where necessary to provide for traffic on, to, or from the airport. 80-07 DETERMINATION AND EXTENSION OF CONTRACT TIME. The number of calendar or working days allowed for completion of the work shall be stated in the proposal and contract and shall be known as the CONTRACT TIME. tato Should the contract time require extension for reasons beyond the Contractor's control, it shall be adjusted as follows: a. CONTRACT TIME based on WORKING DAYS shall be calculated weekly by the Engineer. The Engineer will furnish the Contractor a copy of his/her weekly statement of the number of working days charged against the contract time during the week and the number of working days currently specified for completion of the contract (the original contract time plus the number of working days, if any, that have been included in approved CHANGE ORDERS or SUPPLEMENTAL AGREEMENTS covering EXTRA WORK). The Engineer shall base his/her weekly statement of contract time charged on the following considerations: (1) No time shall be charged for days on which the Contractor is unable to proceed with the principal item of work under construction at the time for at least 6 hours with the normal work force employed on such principal item. Should the 'r' normal work force be on a double-shift, 12 hours shall be used. Should the normal work force be on a triple-shift, 18 hours shall apply. Conditions beyond the Contractor's control such as strikes, lockouts, unusual delays in transportation, temporary suspension of the principal item of work under construction or temporary suspension of the entire work which have been ordered by the Engineer for reasons not the fault of the Contractor, shall not be charged against the contract time. (2) The Engineer will not make charges against the contract time prior to the effective date of the notice to proceed. (3) The Engineer will begin charges against the contract time on the first .� working day after the effective date of the notice to proceed. (4) The Engineer will not make charges against the contract time after the date of final acceptance as defined in the subsection titled FINAL ACCEPTANCE of Section 50. - 42 - AC 150/5370-10A (5) The Contractor will be allowed 1 week from the earliest date printed in the Engineer's weekly statement in which to file a written protest setting forth his/her objections to the Engineer's weekly statement. If no objection is filed within such specified time, the weekly statement shall be considered as acceptable to the Contractor. The contract time (stated in the proposal) is based on the originally estimated quantities as described in the subsection titled INTERPRETATION OF ESTIMATED PROPOSAL QUANTITIES of Section 20. Should the satisfactory completion of the contract require performance of work in greater quantities than those estimated in the proposal, the contract time shall be increased in the same proportion as the cost of the actually completed quantities bears to the cost of the originally estimated quantities in the proposal. Such increase in contract time shall not consider either the cost of work or the extension of contract time that has been covered by change order or supplemental agreement and shall be made at the time of final payment. b. CONTRACT TIME based on CALENDAR DAYS shall consist of the number of calendar days stated in the contract counting from the effective date of the notice to proceed and including all Saturdays, Sundays, holidays, and nonwork days. All calendar days elapsing between the effective dates of the Engineer's orders to suspend and resume all work, due to causes not the fault of the Contractor, shall be excluded. At the time of final payment, the contract time shall be increased in the same proportion as the cost of the actually completed quantities bears to the cost of the originally estimated quantities in the proposal. Such increase in the contract time shall not consider either cost of work or the extension of contract time that has been covered by a change order or supplemental agreement. Charges against the contract time will cease as of the date of final acceptance. c. When the contract time is a specified completion date, it shall be the date on which all contract work shall be substantially completed. If the Contractor finds it impossible for reasons beyond his/her control to complete the work within the contract time as specified, or as extended in accordance with the provisions of this subsection, he may, at any time prior to the expiration of the contract time as extended, make a written request to the Engineer for an extension of time setting forth the reasons which he believes will justify the granting of his/her request. The Contractor's plea that insufficient time was specified is not a valid reason for extension of time. If the Engineer finds that the work was delayed because of conditions beyond the control and without the fault of the Contractor, he may extend the time for completion in such amount as the conditions justify. The extended time for completion shall then be in full force and effect, the same as though it were the original time for completion. 80-08 FAILURE TO COMPLETE ON TIME. For each calendar day or working day, as specified in the contract, that any work remains uncompleted after the contract time (including all extensions and adjustments as provided - 43 - AC 150/5370-10A in the subsection titled DETERMINATION AND EXTENSION OF CONTRACT TIME of this Section) the sum specified in the contract and proposal as liquidated damages will be deducted from any money due or to become due the Contractor or his/her surety. Such deducted sums shall not be deducted as a penalty but shall be considered as liquidation of a reasonable portion of damages that will be incurred by the owner should the Contractor fail to complete the work in the time provided in his/her contract. Permitting the Contractor to continue and finish the work or any part of it after the time fixed for its completion, or after the date to which the time for completion may have been extended, will in no way operate as a wavier on the part of the owner of any of its rights under the contract. 80-09 DEFAULT AND TERMINATION OF CONTRACT. The Contractor shall be considered in default of his/her contract and such default will be considered as cause for the owner to terminate the contract for any of the following reasons if the Contractor: a. Fails to begin the work under the contract within the time specified in the "Notice to Proceed," or b. Fails to perform the work or fails to provide sufficient workers, equipment or materials to assure completion of work in accordance with the terms of the contract, or c. Performs the work unsuitably or neglects or refuses to remove materials or to perform anew such work as may be rejected as unacceptable and unsuitable, or d. Discontinues the prosecution of the work, or e. Fails to resume work which has been discontinued within a reasonable time after notice to do so, or f. Becomes insolvent or is declared bankrupt, or commits any act of bankruptcy or insolvency, or g. Allows any final judgment to stand against him unsatisfied for a period of 10 days, or h. Makes an assignment for the benefit of creditors, or i. For any other cause whatsoever, fails to carry on the work in an acceptable manner. Should the Engineer consider the Contractor in default of the contract for any reason hereinbefore, he shall immediately give written notice to the Contractor and the -44 - AC 150/5370-10A Contractor's surety as to the reasons for considering the Contractor in default and the owner's intentions to terminate the contract. If the Contractor or surety, within a period of 10 days after such notice, does not proceed in accordance therewith, then the owner will, upon written notification from the Engineer of the facts of such delay, neglect, or default and the Contractor's failure to comply with such notice, have full power and authority without violating the contract, to take the prosecution of the work out of the hands of the Contractor. The owner may appropriate or use any or all materials and equipment that have been mobilized for use in the work and are acceptable and may enter into an agreement for the completion of said contract according to the terms and provisions thereof, or use such other methods as in the opinion of the Engineer will be required for the completion of said contract in an acceptable manner. All costs and charges incurred by the owner, together with the cost of completing the work under contract, will be deducted from any monies due or which may become due the Contractor. If such expense exceeds the sum which would have been payable under the contract, then the Contractor and the surety shall be liable and shall pay to the owner the amount of such excess. 80-10 TERMINATION FOR NATIONAL EMERGENCIES. The owner shall terminate the contract or portion thereof by written notice when the Contractor is prevented from proceeding with the construction contract as a direct result of an Executive Order of the President with respect to the prosecution of war or in the interest of national defense. When the contract, or any portion thereof, is terminated before completion of all items of work in the contract, payment will be made for the actual number of units or items of work completed at the contract price or as mutually agreed for items of work partially completed or not started. No claims or loss of anticipated profits shall be considered. Reimbursement for organization of the work, and other overhead expenses, (when not otherwise included in the contract) and moving equipment and materials to and from the job will be considered, the intent being that an equitable settlement will be made with the Contractor. Acceptable materials, obtained or ordered by the Contractor for the work and that are not incorporated in the work shall, at the option of the Contractor, be purchased from the Contractor at actual cost as shown by receipted bills and actual cost records at such points of delivery as may be designated by the Engineer. Termination of the contract or a portion thereof shall neither relieve the Contractor of his/her responsibilities for the completed work nor shall it relieve his/her surety of its obligation for and concerning any just claim arising out of the work performed. END OF SECTION 80 -45 - AC 150/5370-10A SECTION 90 MEASUREMENT AND PAYMENT 90-01 MEASUREMENT OF QUANTITIES. All work completed under the contract will be measured by the Engineer, or his/her authorized representatives, using United States Customary Units of Measurement or the International System of Units. The method of measurement and computations to be used in determination of quantities material furnished and of work performed under the contract will be those methods generally recognized as conforming to good engineering practice. Unless otherwise specified, longitudinal measurements for area computations will be made horizontally, and no deductions will be made for individual fixtures (or leave-outs) having an area of 9 square feet (0.8 square meter) or less. Unless otherwise specified, transverse measurements for area computations will be the neat dimensions shown on the plans or ordered in writing by the Engineer. Structures will be measured according to neat lines shown on the plans or as altered to fit field conditions. Unless otherwise specified, all contract items which are measured by the linear foot such as electrical ducts, conduits, pipe culverts, underdrains, and similar items shall be measured parallel to the base or foundation upon which such items are placed. In computing volumes of excavation the average end area method or other acceptable methods will be used. The thickness of plates and galvanized sheet used in the manufacture of corrugated metal pipe, metal plate pipe culverts and arches, and metal cribbing will be specified and measured in decimal fraction of inches. The term "ton" will mean the short ton consisting of 2,000 pounds (907 kilograms) avoirdupois. All materials which are measured or proportioned by weights shall be weighed on accurate, approved scales by competent, qualified personnel at locations designed by the Engineer. If material is shipped by rail, the car weight may be accepted provided that only the actual weight of material be paid for. However, car weights will not be acceptable for material to be passed through mixing plants. Trucks used to haul material being paid for by weight shall be weighed empty daily at such times as the Engineer directs, and each truck shall bear a plainly legible identification mark. Materials to be measured by volume in the hauling vehicle shall be hauled in approved vehicles and measured therein at the point of delivery. Vehicles for this purpose may be of any size or type acceptable to the Engineer, provided that the body is of such shape that the actual contents may be readily and accurately determined. All vehicles shall be -46 - AC 150/5370-10A loaded to at least their water level capacity, and all loads shall be leveled when the vehicles arrive at the point of delivery. When requested by the Contractor and approved by the Engineer in writing, material specified to be measured by the cubic yard (cubic meter) may be weighed, and such weights will be converted to cubic yards (cubic meters) for payment purposes. Factors for conversion from weight measurement to volume measurement will be determined by the Engineer and shall be agreed to by the Contractor before such method of measurement of pay quantities is used. Bituminous materials will be measured by the gallon (liter) or ton (kilogram). When measured by volume, such volumes will be measured at 60 F (15 C) or will be corrected to the volume at 60 F (15 C) using ASTM D 1250 for asphalts or ASTM D 633 for tars. Net certified scale weights or weights based on certified volumes in the case of rail shipments will be used as a basis of measurement, subject to correction when bituminous material has been lost from the car or the distributor, wasted, or otherwise not incorporated in the work. When bituminous materials are shipped by truck or transport, net certified weights by volume, subject to correction for loss or foaming, may be used for computing quantities. Cement will be measured by the ton (kilogram) or hundredweight (kilogram). Timber will be measured by the thousand feet board measure (M.F.B.M.) actually incorporated in the structure. Measurement will be based on nominal widths and thicknesses and the extreme length of each piece. The term "lump sum" when used as an item of payment will mean complete payment for the work described in the contract. When a complete structure or structural unit (in effect, "lump sum" work) is specified as the unit of measurement, the unit will be construed to include all necessary fittings and accessories. Rental of equipment will be measured by time in hours of actual working time and necessary traveling time of the equipment within the limits of the work. Special equipment ordered by the Engineer in connection with force account work will be measured as agreed in the change order or supplemental agreement authorizing such force account work as provided in the subsection titled PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK of this section. When standard manufactured items are specified such as fence, wire, plates, rolled shapes, pipe conduit, etc., and these items are identified by gage, unit weight, section dimensions, etc., such identification will be considered to be nominal weights or - 47 - AC 150/5370-10A dimensions. Unless more stringently controlled by tolerances in cited specifications, manufacturing tolerances established by the industries involved will be accepted. Scales for weighing materials which are required to be proportioned or measured and paid for by weight shall be furnished, erected, and maintained by the Contractor, or be certified permanently installed commercial scales. Scales shall be accurate within one-half percent of the correct weight throughout the range of use. The Contractor shall have the scales checked under the observation of the inspector before beginning work and at such other times as requested. The intervals shall be uniform in spacing throughout the graduated or marked length of the beam or dial and shall not exceed one-tenth of 1 percent of the nominal rated capacity of the scale, but not less than 1 pound (454 grams). The use of spring balances will not be permitted. Beams, dials, platforms, and other scale equipment shall be so arranged that the operator and the inspector can safely and conveniently view them. Scale installations shall have available ten standard 50-pound (2.3 kilogram) weights for testing the weighing equipment or suitable weights and devices for other approved equipment. Scales must be tested for accuracy and serviced before use at a new site. Platform scales shall be installed and maintained with the platform level and rigid bulkheads at each end. Scales "overweighing" (indicating more than correct weight) will not be permitted to operate, and all materials received subsequent to the last previous correct weighting- accuracy test will be reduced by the percentage of error in excess of one-half of 1 percent. In the event inspection reveals the scales have been "underweighing" (indicating less than correct weight), they shall be adjusted, and no additional payment to the Contractor will be allowed for materials previously weighed and recorded. All costs in connection with furnishing, installing, certifying, testing, and maintaining scales; for furnishing check weights and scale house; and for all other items specified in this subsection, for the weighing of materials for proportioning or payment, shall be included in the unit contract prices for the various items of the project. When the estimated quantities for a specific portion of the work are designated as the pay quantities in the contract, they shall be the final quantities for which payment for such specific portion of the work will be made, unless the dimensions of said portions of the work shown on the plans are revised by the Engineer. If revised dimensions result in an increase or decrease in the quantities of such work, the final quantities for payment will be revised in the amount represented by the authorized changes in the dimensions. - 48 - AC 150/5370-10A 90-02 SCOPE OF PAYMENT. The Contractor shall receive and accept compensation provided for in the contract as full payment for furnishing all materials, for performing all work under the contract in a complete and acceptable manner, and for all risk, loss, damage, or expense of whatever character arising out of the nature of the work or the prosecution thereof, subject to the provisions of the subsection titled NO WAIVER OF LEGAL RIGHTS of Section 70. When the "basis of payment" subsection of a technical specification requires that the contract price (price bid) include compensation for certain work or material essential to the item, this same work or material will not also be measured for payment under any other contract item which may appear elsewhere in the contract, plans, or specifications. 90-03 COMPENSATION FOR ALTERED QUANTITIES. When the accepted quantities of work vary from the quantities in the proposal, the Contractor shall accept as payment in full, so far as contract items are concerned, payment at the original contract price for the accepted quantities of work actually completed and accepted. No allowance, except as provided for in the subsection titled ALTERATION OF WORK AND QUANTITIES of Section 40 will be made for any increased expense, loss of expected reimbursement, or loss of anticipated profits suffered or claimed by the Contractor which results directly from such alterations or indirectly from his/her unbalanced allocation of overhead and profit among the contract items, or from any other cause. 90-04 PAYMENT FOR OMITTED ITEMS. As specified in the subsection titled OMITTED ITEMS of Section 40, the Engineer shall have the right to omit from the work (order nonperformance) any contract item, except major contract items, in the best interest of the owner. Should the Engineer omit or order nonperformance of a contract item or portion of such item from the work, the Contractor shall accept payment in full at the contract prices for any work actually completed and acceptable prior to the Engineer's order to omit or nonperform such contract item. Acceptable materials ordered by the Contractor or delivered on the work prior to the date of the Engineer's order will be paid for at the actual cost to the Contractor and shall thereupon become the property of the owner. In addition to the reimbursement hereinbefore provided, the Contractor shall be reimbursed for all actual costs incurred for the purpose of performing the omitted contract item prior to the date of the Engineer's order. Such additional costs incurred by the Contractor must be directly related to the deleted contract item and shall be supported by certified statements by the Contractor as to the nature the amount of such costs. 90-05 PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK. Extra work, performed in accordance with the subsection titled EXTRA WORK of Section 40, will be paid for at the contract prices or agreed prices specified in the change order or - 49 - AC 150/5370-10A supplemental agreement authorizing the extra work. When the change order or supplemental agreement authorizing the extra work requires that it be done by force account, such force account shall be measured and paid for based on expended labor, equipment, and materials plus a negotiated and agreed upon allowance for overhead and profit. a. Miscellaneous. No additional allowance will be made for general superintendence, the use of small tools, or other costs for which no speciric allowance is herein provided. b. Comparison of Record. The Contractor and the Engineer shall compare records of the cost of force account work at the end of each day. Agreement shall be indicated by signature of the Contractor and the Engineer or their duly authorized representatives. c. Statement. No payment will be made for work performed on a force account basis until the Contractor has furnished the Engineer with duplicate itemized statements of the cost of such force account work detailed as follows: (1) Name, classification, date, daily hours, total hours, rate and extension for each laborer and foreman. (2) Designation, dates, daily hours, total hours, rental rate, and extension for each unit of machinery and equipment. (3) Quantities of materials, prices, and extensions. (4) Transportation of materials. (5) Cost of property damage, liability and workman's compensation insurance premiums, unemployment insurance contributions, and social security tax. Statements shall be accompanied and supported by a receipted invoice for all materials used and transportation charges. However, if materials used on the force account work are not specifically purchased for such work but are taken from the Contractor's stock, then in lieu of the invoices the Contractor shall furnish an affidavit certifying that such materials were taken from his/her stock, that the quantity claimed was actually used, and that the price and transportation claimed represent the actual cost to the Contractor. 90-06 PARTIAL PAYMENTS. Partial payments will be made at least once each month as the work progresses. Said payments will be based upon estimates prepared by the Engineer of the value of the work performed and materials complete in place in accordance with the contract, plans, and specifications. Such partial payments may also include the delivered actual cost of those - 50 - AC 150/5370-10A materials stockpiled and stored in accordance with the subsection titled PAYMENT FOR MATERIALS ON HAND of this section. No partial payment will be made when the amount due the Contractor since the last estimate amounts to less than five hundred dollars. From the total of the amount determined to be payable on a partial payment, 10 percent of such total amount will be deducted and retained by the owner until the final payment is made, except as may be provided (at the Contractor's option) in the subsection titled PAYMENT OF WITHHELD FUNDS of this section. The balance (90 percent) of the amount payable, less all previous payments, shall be certified for payment. Should the Contractor exercise his/her option, as provided in the subsection titled PAYMENT OF WITHHELD FUNDS of this section, no such 10 percent retainage shall be deducted. When not less than 95 percent of the work has been completed the Engineer may, at his/her discretion and with the consent of the surety, prepare an estimate from which will be retained an amount not less than twice the contract value or estimated cost, whichever is greater, of the work remaining to be done. The remainder, less all previous payments and deductions, will then be certified for payment to the Contractor. It is understood and agreed that the Contractor shall not be entitled to demand or receive partial payment based on quantities of work in excess of those provided in the proposal or covered by approved change orders or supplemental agreements, except when such excess quantities have been determined by the Engineer to be a part of the final quantity for the item of work in question. No partial payment shall bind the owner to the acceptance of any materials or work in place as to quality or quantity. All partial payments are subject to correction at the time of final payment as provided in the subsection titled ACCEPTANCE AND FINAL PAYMENT of this section. 90-07 PAYMENT FOR MATERIALS ON HAND. Partial payments may be made to the extent of the delivered cost of materials to be incorporated in the work, provided that such materials meet the requirements of the contract, plans, and specifications and are delivered to acceptable sites on the airport property or at other sites in the vicinity that are acceptable to the owner. Such delivered costs of stored or stockpiled materials may be included in the next partial payment after the following conditions are met: a. The material has been stored or stockpiled in a manner acceptable to the Engineer at or on an approved site. b. The Contractor has furnished the Engineer with acceptable evidence of the quantity and quality of such stored or stockpiled materials. - 51 - AC 150/5370-10A c. The Contractor has furnished the Engineer with satisfactory evidence that the material and transportation costs have been paid. d. The Contractor has furnished the owner legal title (free of liens or encumbrances of any kind) to the material so stored or stockpiled. e. The Contractor has furnished the owner evidence that the material so stored or stockpiled is insured against loss by damage to or disappearance of such materials at anytime prior to use in the work. It is understood and agreed that the transfer of title and the owner's payment for such stored or stockpiled materials shall in no way relieve the Contractor of his/her responsibility for furnishing and placing such materials in accordance with the requirements of the contract, plans, and specifications. In no case will the amount of partial payments for materials on hand exceed the contract price for such materials or the contract price for the contract item in which the material is intended to be used. No partial payment will be made for stored or stockpiled living or perishable plant materials. The Contractor shall bear all costs associated with the partial payment of stored or stockpiled materials in accordance with the provisions of this subsection. 90-08 PAYMENT OF WITHHELD FUNDS. At the Contractor's option, he/she may request that the owner accept (in lieu of the 10 percent retainage on partial payments described in the subsection titled PARTIAL PAYMENTS of this section) the Contractor's deposits in escrow under the following conditions. a. The Contractor shall bear all expenses of establishing and maintaining an escrow account and escrow agreement acceptable to the owner. b. The Contractor shall deposit to and maintain in such escrow only those securities or bank certificates of deposit as are acceptable to the owner and having a value not less than the 10 percent retainage that would otherwise be withheld from partial payment. c. The Contractor shall enter into an escrow agreement satisfactory to the owner. d. The Contractor shall obtain the written consent of the surety to such agreement. 90-09 ACCEPTANCE AND FINAL PAYMENT. When the contract work has been accepted in accordance with the requirements of the subsection titled FINAL ACCEPTANCE of Section 50, the Engineer will prepare the final 52 - AC 150/5370-10A estimate of the items of work actually performed. The Contractor shall approve the Engineer's final estimate or advise the Engineer of his/her objections to the final estimate which are based on disputes in measurements or computations of the final quantities to be paid under the contract as amended by change order or supplemental agreement. The Contractor and the Engineer shall resolve all disputes (if any) in the measurement and computation of final quantities to be paid within 30 calendar days of the Contractor's receipt of the Engineer's final estimate. If, after such 30-day period, a dispute still exists, the Contractor may approve the Engineer's estimate under protest of the quantities in dispute, and such disputed quantities shall be considered by the owner as a claim in accordance with the subsection titled CLAIMS FOR ADJUSTMENT AND DISPUTES of Section 50. After the Contractor has approved, or approved under protest, the Engineer's final estimate, final payment will be processed based on the entire sum, or the undisputed sum in case of approval under protest, determined to be due the Contractor less all previous payments and all amounts to be deducted under the provisions of the contract. All prior partial estimates and payments shall be subject to correction in the final estimate and payment. If the Contractor has filed a claim for additional compensation under the provisions of the subsection titled CLAIMS FOR ADJUSTMENTS AND DISPUTES of Section 50 or under the provisions of this subsection, such claims will be considered by the owner in accordance with local laws or ordinances. Upon final adjudication of such claims, any additional payment determined to be due the Contractor will be paid pursuant to a supplemental final estimate. END OF SECTION 90 ,. a. a. a. .. - 53 - a. �. VI. CONTRACT SPECIFICATIONS CITY OF RENTON NW ON rim FAA SPECIAL PROVISIONS OM ON gig HADIVISION.S\TRANSPOR.TAT\DESIGN.ENG\RyaMAirport_Gates\BidPack\vi\CGVERvi.DOC Renton Municipal Airport Security Gate Replacement Ylr TABLE OF CONTENTS FAA SPECIAL PROVISIONS CIVIL RIGHTS ACT OF 1964, TITLE VI — 49 CFR PART 21 CONTRACTUAL REQUIREMENTS 2 AIRPORT AND AIRWAY IMPROVEMENT ACT OF 1982, SECTION 520 GENERAL CIVIL RIGHTS PROVISIONS 3 INSPECTION OF RECORDS — 49 CFR PART 18 3 RIGHTS TO INVENTIONS — 49 CFR PART 18 4 BREACH OF CONTRACT TERMS 4 SANCTIONS — 49 CFR PART 18 4 DBE REQUIRED STATEMENTS — 49 CFR PART 23 4 TRADE RESTRICTION CLAUSE — 49 CFR PART 30 4 CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY, AND VOLUNTARY EXCLUSION —49 CFR PART 29 5 AIRPORT AND AIRWAY IMPROVEMENT ACT OF 1982, SECTION 515 VETERAN'S PREFERENCE 6 TERMINATION OF CONTRACT —49 CFR PART 18 6 DAVIS BACON REQUIREMENTS - 29 CFR PART 5 6 CONTRACT WORK HOURS AND SAFETY STANDARDS ACT REQUIREMENTS — 29 CFR PART 5 13 EQUAL EMPLOYMENT OPPORTUNITY — 41 CFR PART 60-1.4(b) 14 NOTICES TO BE POSTED PER PARAGRAPHS (1) AND (3) OF THE EEO CLAUSE —41 CFR PART 60-1.4(b) 15 NOTICE FOR SOLICITATIONS FOR BIDS (BID NOTICE) —41 CFR PART 60-4.2 16 NOTICE TO PROSPECTIVE FEDERALLY ASSISTED CONSTRUCTION CONTRACTORS —41 CFR 60-1.8 17 NOTICE TO PROSPECTIVE SUBCONTRACTORS OF REQUIREMENTS FOR CERTIFICATION OF NONSEGREGATED FACILITIES 17 STANDARD FEDERAL EQUAL EMPLOYMENT OPPORTUNITY CONSTRUCTION CONTRACT SPECIFICATIONS (41 CFR 60-4.3) 18 1 CIVIL RIGHTS ACT OF 1964, TITLE VI — 49 CFR PART 21 CONTRACTUAL REQUIREMENTS (VERSION 1, 1/5/90) 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, or national origin in the selection and retention of subcontractors, including procurements 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 Procurements of Materials and Equipment. In all solicitations either by competitive bidding or negotiation made by the contractor for work to be performed under a subcontract, including procurements 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 grounds of race, color or national origin. 4. Information and Reports. The contractor shall provide all information and reports required by the Regulations or directives issued pursuant thereto and shall permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the Sponsor or the Federal Aviation Administration (FAA) to be pertinent to ascertain compliance with such Regulations, orders, and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish this information, the contractor shall so certify to the sponsor or the FAA, 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 sponsor shall impose such contract sanctions as it or the FAA may determine to be appropriate, including, but not limited to: 2 a. Withholding of payments to the contractor under the contract until the contractor complies, and/or b. 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 procurements 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 subcontract or procurement as the sponsor or the FAA 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 Sponsor to enter into such litigation to protect the interests of the sponsor and, in addition, the contractor may request the United States to enter into such litigation to protect the interests of the United States. AIRPORT AND AIRWAY IMPROVEMENT ACT OF 1982, SECTION 520 GENERAL CIVIL RIGHTS PROVISIONS (VERSION 1, 1/5/90) The contractor/tenant/concessionaire/lessee assures that it will comply with pertinent statutes, Executive orders and such rules as are promulgated to assure that no person shall, on the grounds of race, creed, color, national origin, sex, age, or handicap be excluded from participating in any activity conducted with or benefiting from Federal assistance. This provision obligates the tenant/concessionaire/lessee or its transferee for the period during which Federal assistance is extended to the airport program, except where Federal assistance is to provide, or is in the form of personal property or real property or interest therein or structures or improvements thereon. In these cases the provision obligates the party or any transferee for the longer of the following periods: (a) the period during which the property is used by the airport sponsor or any transferee for a purpose for which Federal assistance is extended, or for another purpose involving the provision of similar services or benefits or (b) the period during which the airport sponsor or any transferee retains ownership or possession of the property. In the case of contractors, this provision binds the contractors from the bid solicitation period through the completion of the contract. INSPECTION OF RECORDS —49 CFR PART 18 (VERSION 1, 1/5/90) The contractor shall maintain an acceptable cost accounting system. The Sponsor, the FAA, the Comptroller General of the United States shall have access to any books, documents, paper, and records of the contractor which are directly pertinent to the specific contract for the purposes of making an audit, examination, excerpts, and 3 transcriptions. The contractor shall maintain all required records for three years after the Sponsor makes final payment and all other pending matters are closed. RIGHTS TO INVENTIONS — 49 CFR PART 18 (VERSION 1, 1/5/90) All rights to inventions and materials generated under this contract are subject to regulations issued by the FAA and the Sponsor of the Federal grant under which this contract is executed. Information regarding these rights is available from the FAA and the Sponsor. I BREACH OF CONTRACT TERMS SANCTIONS — 49 CFR PART 18 1 (VERSION 1, 1/5/90) Any Violation or breach of the terms of this contract on the part of the contractor or I subcontractor may result in the suspension or termination of this contract or such other action which may be necessary to enforce the rights of the parties of this agreement. DBE REQUIRED STATEMENTS —49 CFR PART 23 (VERSION 1, 1/5/90) This project has no stated DBE Goals. TRADE RESTRICTION CLAUSE — 49 CFR PART 30 (VERSION 1, 1/5/90) The contractor or subcontractor, by submission of an offer and/or execution of a contract, certifies that it: a. is not owned or controlled by one or more citizens of a foreign country included in the list of countries that discriminate against U.S. firms published by the Office of the United States Trade Representative (USTR); b. has not knowingly entered into any contract or subcontract for this project with a person that is a citizen or national of a foreign country on said list, or is owned or controlled directly or indirectly by one or more citizens of nationals of a foreign country on said list; c. has not procured any product or subcontracted for the supply of any product for use on the project that is produced in a foreign country on said list. I 4 i Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 CFR 30.17, no contract shall be awarded to a contractor or subcontractor who is unable to certify to the above. If the contractor knowingly procures or subcontracts for the supply of any product or service of a foreign country on said list for use on the project, the Federal Aviation Administration may direct through the Sponsor cancellation of the contract at no cost to the Government. Further, the contractor agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification without modification in each contract and in all lower tier subcontracts. The contractor may rely on the certification of a prospective subcontractor unless it has knowledge that the certification is erroneous. The contractor shall provide immediate written notice to the sponsor if the contractor learns that its certification or that of a subcontractor was erroneous when submitted or has become erroneous by reason of changed circumstances. The subcontractor agrees to provide written notice to the contractor if at any time it learns that its certification was erroneous by reason of changed circumstances. This certification is a material representation of fact upon which reliance was placed when making the award. If it is later determined that the contractor or subcontractor knowingly rendered an erroneous certification, the Federal Aviation Administration may direct through the Sponsor cancellation of the contract or subcontract for default at no cost to the Government. 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 provision. The knowledge and information of a contractor is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. This certification concerns a matter within the jurisdiction of an agency of the United States of America and making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under Title 18, United States Code, Section 1001. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY, AND VOLUNTARY EXCLUSION —49 CFR PART 29 (VERSION 1, 1/5/90) The bidder/offeror certifies, by submission of this proposal or acceptance of this contract, that neither it nor its principals is presently debarred, suspended, proposed for debarment, or declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. It further agrees by submitting this proposal that it will include this clause without modification in all lower tier transactions, solicitations, proposals, contracts, and subcontracts. Where the 5 bidder/offeror/contractor or any lower tier participant is unable to certify to this statement, it shall attach an explanation to this solicitation/proposal. AIRPORT AND AIRWAY IMPROVEMENT ACT OF 1982, SECTION 515 VETERAN'S PREFERENCE (VERSION 1, 1/5/90) In the employment of labor (except in executive, administrative, and supervisory positions), preference shall be given to veterans of the Vietnam era and disabled veterans. However, this preference shall apply only where the individuals are available and qualified to perform the work to which the employment relates. TERMINATION OF CONTRACT —49 CFR PART 18 (VERSION 1, 1/5/90) 1. The Sponsor may, by written notice, terminate this contract in whole or in part at any time, either for the Sponsor's convenience or because of failure to fulfill the contract obligations. Upon receipt of such notice services shall be immediately discontinued (unless the notice directs otherwise) and all materials as may have been accumulated in performing this contract, whether completed or in progress, delivered to the Sponsor. 2. If the termination is for the convenience of the Sponsor, an equitable adjustment in the contract price shall be made, but no amount shall be allowed for anticipated profit on unperformed services. 3. If the termination is due to failure to fulfill the contractor's obligations, the Sponsor may take over the work and prosecute the same to completion by contract or otherwise. In such case, the contractor shall be liable to the sponsor for any additional cost occasioned to the Sponsor thereby. 4. If, after notice of termination for failure to fulfill contract obligations, it is determined that the contractor had not so failed, the termination shall be deemed to have been effected for the convenience of the Sponsor. In such event, adjustment in the contract price shall be made as provided in paragraph 2 of this clause. 5. The rights and remedies of the sponsor provided in this clause are in addition to any other rights and remedies provided by law or under this contract. DAVIS BACON REQUIREMENTS - 29 CFR PART 5 (VERSION 1, 1/5/90) (1) Minimum Wages. 6 (i) All laborers and mechanics 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 the Secretary of Labor under the Copeland Act (29 CFR Part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalent thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(b)(2) of the Davis-Bacon Act on behalf of laborers or mechanics are considered wages paid to laborers or mechanics, subject to the provisions of paragraph (1)(iv) of this section; also, 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 29 CFR Part 5.5 (a)(4). 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. The wage determination (including any additional classification and wage rates conformed under (1)(ii) of this section) and the Davis-Bacon poster (WH-1321) 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 easily be seen by the workers. (ii)(A) The contracting officer shall require that any class of laborers or mechanics which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The contracting officer shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met: (1) The work to be performed by the classification requested is not performed by a classification in the wage determinations; and (2) The classification is utilized in the area by the construction industry; and (3) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (B) If the contractor and the laborers and mechanics to be employed in the classification (if known), 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 Administrator of the Wage and Hour Division, Employment Standards 7 Administration, U.S. Department of Labor, Washington, D.C. 20210. The 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. (Approved by the Office of Management and Budget under OMB Control Number 1215- 0140). (C) In the event the contractor, the laborers or mechanics to be employed in the 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 Administrator for determination. The Administrator, or and 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. (Approved by the Office of Management and Budget under OMB Control Number 1215-0140). (D) The wage rate (including fringe benefits where appropriate) determined pursuant to subparagraphs (1)(B) or (C) of this paragraph, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. (iii) 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 shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. (iv) If the contractor does not make payments to a trustee or other third person, the contractor may consider as 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. (Approved by the Office of Management and Budget under OMB Control Number 1215-0140). (2) Withholding. The Federal Aviation Administration or the Sponsor shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld from the contractor under this contract or any other Federal contact 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, so 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, 8 including any apprentice, trainee, or helper, employed or working on the site of work, all or part of the wages required by the contract, the Federal Aviation Administration may, after written notice to the contractor, sponsor, applicant, or owner, 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. (3) Payrolls and basic records. (i) Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in 1(b)(2)(B) of the Davis-Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section 1(b)(2)(B) of the Davis-Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially feasible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual costs incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. (Approved by the Office of Management and Budget under OMB Control Numbers 1215-0140 and 1215-0017). (ii) (A) The contractor shall submit weekly, for each week in any contract work is performed, a copy of all payrolls to the applicant, sponsor, or owner, as the case may be, for transmission to the Federal Aviation Administration. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under paragraph 5.5 (a)(3)(i) above. This information may be submitted in any form desired. Optional FormWH-347 is available for this purpose and may be purchased from the Superintendent of Documents (Federal Stock Number 029-005-00014-1), U.S. Government Printing Office, Washington, D.C. 20402. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. (Approved by the Office of Management and Budget under OMB Control Number 1215-0149). (B) Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the contractor of subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: 9 1 (1) That the payroll for the payroll period contains the information required I to be maintained under paragraph (3)(i) above and that such information is correct and complete; (2) That each laborer and 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 Regulations 29 CFR Part 3; (3) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. (C) 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 (3)(ii)(B) of this section. (D) The falsification of any of the above certifications may subject the contractor I or subcontractor to civil or criminal prosecution under section 1001 of Title 18 and Section 231 of Title 31 of the United States Code. j (ii) The contractor or subcontractor shall make the records required under paragraph (3)(i) of this section available for inspection, copying or transcription by authorized representatives of the Sponsor, the Federal Aviation Administration or the Department of Labor, 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 Federal agency may, after written notice to the contractor, sponsor, applicant or owner, take such action 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. (4) Apprentices and Trainees. (i) Apprentices. Apprentices will be permitted to work at less than the predetermined rate for work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, 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 or 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 1 10 the Bureau of Apprenticeship and Training or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen 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 worker 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 on 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 is performing construction on a project in a locality other than in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. 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 journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. 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 will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (ii) Trainees. 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 U.S. Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman 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 wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and 11 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. In the event the Employment and Training Administration withdraws approval of a training program, the contractor will not longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (iii) Equal Employment Opportunity. The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR Part 30. 1 (5) Compliance with the Copeland Act Requirements. The contractor shall comply with the requirements of 29 CFR Part 3, which are incorporated by reference in this contract. (6) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses contained in 29 CFR Part 5.5(a)(1) through (10) and such other clauses as the Federal Aviation Administration may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR Part 5.5. (7) Contract Termination: Debarment. A breach of the contract clauses in paragraph (1) through (10) of this section and paragraphs (1) through (5) of the next section below may be grounds for termination of the contract, and for the debarment as a contractor and a subcontractor as provided in 29 CFR 5.12. (8) Compliance with Davis-Bacon and Related Act Requirements. All rulings and interpretations of the Davis-Bacon and Related Acts contained in 29 CFR Parts 1, 3, and 5 are herein incorporated by reference in this contract. (9) Disputes Concerning Labor Standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR Parts 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 U.S. Department of Labor, or the employees or their representatives. (10) Certification of Eligibility. 12 (i) By entering into this contract, the contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1). (ii) No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1). (iii) The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT REQUIREMENTS — 29 CFR PART 5 (VERSION 1, 1/5/90) (1) Overtime Requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic, including watchmen and guards, in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (2) Violation; Liability for Unpaid Wages; Liquidated Damages. In the event of any violation of the clause set forth in paragraph 1 above, the contractor or any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor or 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 or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph 1. above, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph 1 above. (3) Withholding for Unpaid Wages and Liquidated Damages. The Federal Aviation Administration or the Sponsor shall upon its own action or upon written request of an authorized representative of the Department of Labor 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 13 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 2 above. (4) Subcontractors. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraphs 1 through 4 and also a clause requiring the subcontractor to include these clauses in any lower tier contracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs 1 through 4. (5) Working Conditions. No contractor or subcontractor may require any laborer or mechanic employed in the performance of any contract to work in surroundings or under working conditions that are unsanitary, hazardous or dangerous to his health or safety as determined under construction safety and health standards (29 CFR Part 1926) issued by the Department of Labor. EQUAL EMPLOYMENT OPPORTUNITY— 41 CFR PART 60-1.4(b) (VERSION 1, 1/5/90) During the performance of this contract, the contractor agrees as follows: I 1. The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, or national origin. Such action shall include, but not be limited to the following: I 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. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. 2. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive considerations for employment without regard to race, color, religion, sex, or national origin. 3. The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. 14 4. The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, as amended, and of the rules, regulations, and relevant orders of the Secretary of Labor. 5. The contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. 6. In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts or Federally-assisted construction contracts in accordance with procedure authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. 7. The contractor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provision, including sanctions for noncompliance: Provided, however, that in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency the contractor may request the United States to enter into such litigation to protect the interests of the United States. NOTICES TO BE POSTED PER PARAGRAPHS (1) AND (3) OF THE EEO CLAUSE —41 CFR PART 60-1.4(b) (VERSION 1, 1/5/90) Equal Employment Opportunity is the Law — Discrimination is Prohibited by the Civil Rights Act of 1964 and by Executive Order No. 11246 Title VII of the Civil Rights Act of 1964 —Administered by: The Equal Employment Opportunity Commission Prohibits discrimination because of Race, Color, Religion, Sex, or National Origin by Employers with 25 or more employees, by Labor Organizations with a hiring hall of 25 or more members, by Employment Agencies, and by Joint Labor-Management Committees for Apprenticeship or Training. 15 Any person who believes he or she has been discriminated against should contact: The Office of Federal Contract Compliance Programs U.S. Department of Labor Washington, D.C. 20210 NOTICE FOR SOLICITATIONS FOR BIDS (BID NOTICE) —41 CFR PART 60-4.2 (VERSION 1, 1/5/90) 1. The Offeror's or Bidder'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, expressed in percentage terms for the contractor's aggregate workforce in each trade on all construction work in the covered area, are as follows: Timetables Goals for Minority participation Goals for female participation in 1 for each trade each trade 6.9% 1 These goals are applicable to all the contractor's construction work (whether or not it is Federal or Federally-assisted) performed in the covered area. If the contractor performs construction work in a geographical area located outside of the geographical area where the work is actually performed. With regard to this second area, the contractor 1 also is subject to the goals for both its Federally involved and nonfederally involved construction. 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 shall be substantially uniform throughout the length of the contract, 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 goals, 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 Director OFCCP, within 10 working days of award of any construction subcontract in excess of $10,000 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 16 identification number of the subcontractor; estimated dollar amount of the subcontract; estimated starting and completion dates of subcontract; and the geographical area in which the subcontract is to be performed. 4. As used in this notice and in the contract resulting from this solicitation, the "covered area" is (insert description of the geographical areas where the contract is to be performed giving the state, county, and city, if any). NOTICE TO PROSPECTIVE FEDERALLY ASSISTED CONSTRUCTION CONTRACTORS — 41 CFR 60-1.8 (VERSION 1, 5/1/90) 1. A Certification of Nonsegregated Facilities shall be submitted prior to the award of a subcontract exceeding $10,000 which is not exempt from the provisions of the Equal Opportunity Clause. 2. Contractors receiving Federally-assisted construction contract awards exceeding $10,000 which are not exempt form the provisions of the Equal Opportunity Clause will be required to provide for the forwarding of the following notice to prospective subcontractors for supplies and construction contracts where the subcontracts exceed $10,000 and are not exempt from the provisions of the Equal Opportunity Clause. NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. NOTICE TO PROSPECTIVE SUBCONTRACTORS OF REQUIREMENTS FOR CERTIFICATION OF NONSEGREGATED FACILITIES 1. A Certification of Nonsegregated Facilities shall be submitted prior to the award of a Federally-assisted construction contract exceeding $10,000 which is not exempt from the provisions of the Equal Opportunity Clause. 2. Contractors receiving subcontract awards exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity Clause will be required to provide for the forwarding of the following notice to prospective subcontractors for supplies and construction contracts where the subcontracts exceed $10,000 and are not exempt from the provisions of the Equal Opportunity Clause. NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. CERTIFICATION TO BE SUBMITTED BY FEDERALLY ASSISTED CONSTRUCTION CONTRACTORS AND THEIR SUBCONTRACTORS (APPLICABLE TO FEDERALLY ASSISTED CONSTRUCTION CONTRACTS AND RELATED SUBCONTRACTS EXCEEDING $10,000 WHICH ARE NOT EXEMPT FROM THE EQUAL OPPORTUNITY CLAUSE) 17 CERTIFICATION OF NONSEGREGATED FACILITIES The Federally-assisted construction contractor certifies that he will not maintain or provide, for his employees, any segregated facilities at any of his establishments and that he does not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The Federally-assisted construction contractor certifies that he will not maintain or provide, for his employees, segregated facilities at any of his establishments and that he will not permit his employees to perform their services at any location under his control where segregated facilities are maintained. The Federally-assisted construction contractor agrees that a breach of this certification is a violation of the Equal Opportunity Clause in his contract. As used in this certification, the term "segregated facilities" means any waiting rooms, t work areas, restrooms, and washrooms, restaurants and other eating areas, timeclocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated on a basis of race, color, religion, or national origin because of habit, local custom, or any other reason. The Federally-assisted construction contractor agrees that (except where he has obtained identical certifications from proposed subcontractors for specific time periods) he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity Clause and that he will retain such certifications in his files. STANDARD FEDERAL EQUAL EMPLOYMENT OPPORTUNITY CONSTRUCTION CONTRACT SPECIFICATIONS (41 CFR 60-4.3) (VERSION 1, 1/5/90) 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 (OFCCP), U.S. 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" (1) Black (all persons having origins in any of the Black African racial groups not of Hispanic origin); 18 (2) Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central or South American, or other Spanish culture or origin regardless of race); (3) Asian and Pacific Islander (all persons having origins in any of the original peoples of the Far East, Southeast Asia, the Indian Subcontinent, or the Pacific Islands); and (4) American Indian or Alaskan native (all persons having origins in any of the original peoples of North America and maintaining identifiable tribal affiliations through membership and participation or community identification). 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 shall 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 of subcontractor's failure to take good faith efforts to achieve the Plan goals and timetables. 4. The contractor shall implement the specific affirmative action standards provided in paragraphs 7a through 7p of these specifications. 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 a geographical area where they do not have a Federal of Federally-assisted construction contract shall apply the minority and female goals established for the geographical area where the work is being performed. Goals are published periodically in the Federal Register in notice form, and such notices may be obtained from any Office of Federal Contract Compliance Programs office or from Federal procurement contracting officers. The contractor is expected to make substantially uniform progress in meeting its goals in each craft during the period specified. 19 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 shall be employed by the contractor during the training period and the contractor shall have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees shall 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 it actions. The contractor shall document these efforts fully and shall implement affirmative action steps at least as extensive as the following: a. Ensure and maintain a working environment free of harassment, intimidation, and coercion at all sites, and in all facilities at which the contractor's employees are assigned to work. The contractor, where possible, will assign two or more women to each construction project. The contractor shall specifically ensure that all foremen, superintendents, and other onsite 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 I the referred, not employed by the contractor, this shall be documented in the file with the reason therefore 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 was not referred to the contractor a minority person or female 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. 20 e. Develop on-the-job training opportunities 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 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 onsite supervisory personnel such as superintendents, general foremen, etc., prior to the initiation of construction work at any job site. A written record shall be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter. h. Disseminate the contractor's EEO policy externally by including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing the contractor's EEO policy with other contractors and subcontractors with whom the contractor does or anticipates doing business. i. Direct its recruitment efforts, both oral and written, to minority, female, and community organizations, to schools with minority and female students; and to minority and female recruitment and training organizations serving the contractor's recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the contractor shall send written notification to organizations, such as the above, describing the openings, screening procedures, and tests to be used in the selection process. j. Encourage present minority and female employees to recruit other minority persons and women and, where reasonable, provide after school, summer, and vacation employment to minority and female youth both on the site and in other areas of a contractor's workforce. 21 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 at least 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 supervisor's 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 a 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 groups of which the contractor is a member and participant, may be asserted as fulfilling any one or more of its obligations under 7a through 7p of these specifications 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, ensures that the concrete benefits of the program are reflected in the contractor's minority and female workforce participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrates the effectiveness of actions taken on behalf of the contractor. The obligation to comply, however, is the contractor's and failure of such a group to fulfill an obligation shall not be a defense for the contractor's noncompliance. 9. A single goal for minorities and a separate single goal for women have been established. The contractor, however, is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and nonminority. Consequently, if the particular group is employed in a 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. 22 1 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. i 12. The contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal Opportunity Clause, including suspension, termination, ,,, and cancellation 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 these specifications, so as to achieve maximum results �rw from its efforts to ensure equal employment opportunity. If the contractor fails to comply with these 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, the name, address, telephone number, 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, contractors shall 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). END OF FAA SPECIAL PROVISIONS 23 Special Provisions SP-i SPECIAL PROVISIONS - CONTENTS * Note: Only New subsections are listed in this Table of Contents. INTRODUCTION TO THE SPECIAL PROVISIONS SP-vi DIVISION 1 GENERAL REQUIREMENTS 1-01 DEFINITIONS AND TERMS 1 1-01.1 General (RC) Supplement 1 1-01.3 Definitions (APWA only) Supplement 1 1-02 BID PROCEDURES AND CONDITIONS 3 1-02.6 Preparation of Proposal (RC) Modification 3 1-02.6(1) Proprietary Information (RC) New 3 1-02.12 Public Opening of Proposals (RC) Supplement 3 1-03 AWARD AND EXECUTION OF CONTRACT 4 1-03.1 Consideration of Bids (RC) Supplement 4 1-03.2 Award of Contract Supplement 4 1-03.3 Execution of Contract (RC) Modification 4 Supplement 4 1-04 SCOPE OF THE WORK 5 1-04.2 Coordination of Contract Documents, Plans, Special Modification Provisions, Specifications, and Addenda 5 1-04.3 Contractor-Discovered Discrepancies New 5 1-04.4 Changes Modification 6 Supplement 6 1-04.4(1) Minor Changes Supplement 6 1-04.8 Progress Estimates and Payments (RC) Supplement 7 1-04.11 Final Cleanup (RC) Supplement 7 1-05 CONTROL OF WORK 7 1-05.3 Plans and Working Drawings Supplement 7 1-05.4 Conformity With and Deviation from Plans and Stakes (APWA only) (RC) Supplement 8 1-05.4(3) Contractor Supplied Surveying (RC) New 9 1-05.4(4) Contractor Provided As-Built Information (RC) New 10 1-05.7 Removal of Defective and Unauthorized Work (APWA only) Supplementl0 1-05.10 Guarantees (RC) Supplement 10 1-05.11(3) Operational Testing (APWA only) Supplement 11 1-05.13 Superintendents, Labor, and Equipment of Contractor New 11 1-05.14 Cooperation with Other Contractors Supplement 11 1-05.14(1) Notifications Relative to Contractor's Activities New 12 1-05.18 Contractor's Daily Diary New 13 1-06 CONTROL OF MATERIAL 14 1-06.1 Approval of Materials Prior to Use Supplement 14 1-06.2(1) Samples and Tests for Acceptance Supplement 15 Hanger Pavement Replacement City of Renton H:\Divisions\TRANSPOR.TAT\DESIGN.ENG\Ryan\Airport_Gates\SpecialsAirportspecprov.doc July 2001 SP-ii u® 1-06.2(2) Statistical Evaluation of Materials for Acceptance (RC) Replacement15 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 15 1-07.1 Laws to be Observed (APWA only) Supplement 15 1-07.6 Permits and Licenses Supplement 15 ®"` 1-07.9 Wages 16 1-07.9(5) Required Documents Modification 16 1-07.11(11) City of Renton Affidavit of Compliance (RC) New 16 1-07.13 Contractor's Responsibility for Work 16 1-07.13(1) General (RC) Supplement 16 1-07.14 Responsibility for Damage Modification 16 es. 1-07.15 Temporary Water Pollution/Erosion Control Supplement 16 1-07.16(1) Private/Public Property (RC) Supplement 17 1-07.17 Utilities and Similar Facilities Supplement 18 1-07.17(1) Interruption of Services New 19 1-07.18 Public Liability and Property Damage Insurance (APWA only) Replacement 20 eit 1-07.18(1) General (RC) 20 1-07.18(2) Coverages (RC) 20 1-07.18(3) Limits (RC) 22 wo 1-07.18(4) Evidence of Insurance 23 1-07.22 Use of Explosives (RC) Supplement 23 1-07.23 Public Convenience and Safety 23 1-07.23(1) Construction Under Traffic Supplement 23 et, 1-08 PROSECUTION AND PROGRESS 24 1-08.0(1) Preconstruction Conference (APWA only) Supplement 24 M. 1-08.1 Subcontracting (APWA only) Supplement 25 1-08.2 Assignment Modification 25 1-08.3 Progress Schedule Supplement 26 IND 1-08.5 Time for Completion (Contract Time) (APWA only) Modification 27 1-08.6 Suspension of Work Supplement 28 Supplement 28 1-08.9 Liquidated Damages Supplement 28 1-08.10 Termination of Contract 29 1-08.10(6) Removal of Equipment New 29 1-08.11 Contractor's Plant and Equipment (RC) New 29 ' ` 1-08.12 Attention to Work (RC) New 29 1-09 MEASUREMENT AND PAYMENT 29 1-09.1 Measurement of Quantities Supplement 29 1-09.3 Scope of Payment (RC) Supplement 31 1-09.6 Force Account Supplement 31 6. 1-09.7 Mobilization Supplement 31 1-09.9 Payments (APWA only) Supplement 32 1-09.9(1) Retainage Supplement 32 •o 1-09.11 Disputes and Claims 32 1-09.11(2) Claims (RC) Supplement 32 1-09.13 Claims Resolution 33 1-09.13(3)B Procedures to Pursue Arbitration (RC) Supplement 33 WV Security Gate Replacement City of Renton July 2002 H:\Division.s\TRANSPOR.TAT\DESIGN.ENGU2yanW irport_GateslSpedais\Airportspecprov.doc lit SP-iii 1-10 TEMPORARY TRAFFIC CONTROL 33 0'° 1-10.1 General Supplement 33 1-10.2(1)B Traffic Control Supervisor (RC) Modification 34 1-10.2(2) Traffic Control Plans (RC) Supplement 35 1-10.3 Flagging, Signs, and All Other Traffic Control Devices Supplement 35 1-10.3(3) Construction Signs (RC) Modification 35 1-10.4 Measurement Replacement 35 i0. 1-10.5 Payment (RC) Replacement 35 1-11 RENTON SURVEYING STANDARDS (RC) NEW 36 ow 1-11.1(1) Responsibility for Surveys 36 1-11.1(2) Survey Datum and Precision 36 1-11.1(3) Subdivision Information 37 1-11.1(4) Field Notes 37 1-11.1(5) Corners and Monuments 38 1-11.1(6) Control or Base Line Survey 38 1-11.1(7) Precision Levels 39 M" 1-11.1(8) Radial and Station -Offset Topography 39 1-11.1(9) Radial Topography 39 1-11.1(10) Station-Offset Topography 39 RAP 1-11.1(11) As-Built Survey 39 1-11.1(12) Monument Setting and Referencing 40 1-11.2 Materials 40 «.. 1-11.2(1) Property/Lot Corners New 40 1-11.2(2) Monuments 41 1-11.2(3) Monument Case and Cover 41 2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP 42 2-01.2 Disposal of Usable Material and Debris Supplement 42 2-01.5 Payment Supplement 42 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 42 2-02.1 Description Supplement 42 "ir 2-02.3(3) Removal of Pavement, Sidewalks, and Curbs (RC) Modification 42 2-02.3(4) Cutting Pavement, Sidewalks, and Curbs New 43 2-02.4 Measurement Replacement 43 2-02.5 Payment (RC) Supplement 43 2-03 ROADWAY EXCAVATION AND EMBANKMENT 43 2-03.3 Construction Requirements (RC) Supplement 43 2-03.3(14)E Unsuitable Foundation Excavation (RC) Supplement 44 2-03.5 Payment (RC) Modification 44 2-04 HAUL 44 2-04.5 Payment (RC) Supplement 44 .. 2-06 SUBGRADE PREPARATION 44 2-06.5 Measurement and Payment (RC) Supplement 44 "" 3-01 PRODUCTION FROM QUARRY AND PIT SITES 45 3-01.4 Contractor-Furnished Material Sources Supplement 45 41"` Security Gate Replacement City of Renton H:\Division.s\TRANSPGR.TATOESIGN.ENG\Ryan\Airport_Gates\Specials\Airportspecprov.doc July 2002 r SP-iv up 3-01.6 Payment Replacement 45 sip 4-04 BALLAST AND CRUSHED SURFACING 46 4-04.1 Description Supplement 48 4-04.5 Payment Supplement 46 'r"' 5-04 ASPHALT CONCRETE PAVEMENT 47 5-04.2 Materials Supplement 47 lei 5-04.3(8)A Acceptance Sampling and Testing (RC) Replacement 47 5-04.3(10)A General (RC) Supplement 48 5-04.3(10)B Control (RC) Replacement 48 i„ 5-04.3(22) Permanent Pavement Patching New 49 5-04.4 Measurement Supplement 49 5-04.5 Payment (RC) Supplement 50 „ , 5-04.5(1)A Price Adjustments for Quality of AC Mix (RC) Replacement 50 5-04.5(1)B Price Adjustments for Quality AC Compaction (RC) Replacement 50 au 7-05 MANHOLES, INLETS, AND CATCH BASINS 52 7-05.2 Materials Supplement 52 7-05.3(1) Adjusting Manholes and Catch Basins to Grade (RC) Supplement 52 7-05.3(3) Connections to Existing Manholes (RC) Supplement 53 um 7-05.5 Payment Supplement 53 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS 53 Mt 7-08.3 Construction Requirements 53 7-08.3(5) Pipe Crossing Existing Utilities New 53 7-08.5 Payment Supplement 53 OP 8-04 CURBS, GUTTERS, AND SPILLWAYS 54 8-04.1 Description Supplement 54 8-04.3(1) Construction Requirements Supplement 54 8-04.5 Payment Supplement 54 eis 8-12 CHAIN LINK FENCE AND WIRE FENCE 54 8-12.1 Description Supplement 54 8-12.2 Materials Replacement 54 8-12.3(1) Chain Link Fence and Gates Replacement 54 "r 8-12.3(3) Security Gates New 55 8-12.3(3)A Northwest Seaplanes Gate Site New 56 8-12.3(3)B B-Ramp Gate Site New 56 8-12.3(3)C Southwest Gate Site New 56 8-12.3(3)D South Bridge Gate Site New 57 8-12.3(3)E Relocate/Retrofit South Gate New 57 No 8-12.5 Measurement and Payment (RC) New 57 8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL 58 .W 8-20.3(5) Conduit (RC) Replacement 58 8-20.3(9) Bonding, Grounding (RC) Replacement 59 8-20.3(10) Service (RC) Replacement 59 so 8-20.3(14)C Induction Loop Vehicle Detectors (RC) Supplement 60 8-20.3(14)D Test for Induction Loops and Lead-in Cable (RC) Supplement 60 go Security Gate Replacement City of Renton July 2002 H:\Division.s\TRANSPOR.TAT\DESIGN.ENG1Ryan\Airport_Gates\Specials\Airportspecprov.doc 1 SP-v 8-20.4 Measurement (RC) Replacement 60 8-20.5 Payment (RC) New 61 8-21 PERMANENT SIGNING 61 8-21.3(5) Sign Relocation Supplement 61 8-21.5 Payment Supplement 61 8-22 PAVEMENT MARKING 62 8-22.1 Description (RC) Replacement/New 62 8-22.3(6) Installation Instructions (RC) Replacement 62 8-22.3(7) Removal of Pavement Markings (RC) Supplement 62 8-22.4 Measurement (RC) Supplement 63 8-22.5 Payment (RC) Supplement 63 8-23 TEMPORARY PAVEMENT MARKINGS 63 8-23.5 Payment (RC) Replacement 63 9-00 DEFINITIONS AND TESTS 64 9-00(A) Recycled Materials (RC) Supplement 64 9-02 BITUMINOUS MATERIALS 64 9-02.1 Asphalt Material, General 64 9-02.1(10) Loop Sealant (RC) New 64 9-03 AGGREGATES 64 9-03.8(6)A Basis of Acceptance (RC) Replacement 64 9-23 CONCRETE CURING MATERIALS AND ADMIXTURES 66 9-23.9 Fly Ash (RC) Supplement 66 9-29 ILLUMINATION, SIGNALS, ELECTRICAL 66 9-29.1 Conduit (RC) Supplement 66 9-29.3 Conductors, Cable (RC) Modification 66 9-29.13(7)A Environmental, Performance and Test Standards 66 for Solid-State Traffic Controllers (RC) Supplement 66 9-29.18(1) Induction Loop Detectors (RC) Supplement 67 e,. Security Gate Replacement City of Renton H:1Division.s\TRANSPOR.TATIDESIGN.ENG\RyanlAirport_Gates\Specials\Airportspecprov.doc July 2002 rr SP-vi 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, 2002 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 placement and grading of sub-base aggregates, sawcutting and removal of, and placement of, approximately 320 SY of asphalt concrete pavement improvements, removal of old fence, placement of new fence, removal of old gates, placement of new gates. The work is including but not limited to, installation of vehicle sensor loops, gates, fence, 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 GSP: 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. Security Gate Replacement City of Renton July 2002 H.\Division.s\TRANSPOR.TAT\DESIGN.ENG\Ryan\Airport_Gates\Specials\Airponspecprov 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. Hanger Pavement Replacement City of Renton H:\Division.s\TRANSPOR.TAT\DESIGN.ENG\Ryan Airport_Gates\SpecialsAirportspecprov.doc July 2001 SP-2 Division I— 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. Security Gate Replacement City of Renton July 2002 H:1 Divisions\TRANSPOR TAT\DESIGN ENG\Ryan\Airport_Gates\Specials\Airportspecprov doc 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. Security Gate Replacement City of Renton H:\Division.s\TRANSPOR.TAT\DESIGN.ENG\Ryan\Airport_Gates\Specials Wirportspecprov.doc July 2002 SP-4 Division 1— General Requirements 1-03 AWARD AND EXECUTION OF CONTRACT 1-03.1 Consideration of Bids (RC) Supplement All bids will be based on total sum of all schedules of prices. No partial bids will be accepted unless so stated in the call for bids or special provisions. The City reserves the right, however, to award all or any schedule of a bid to the lowest bidder at its discretion. 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 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. Security Gate Replacement City of Renton July 2002 H.\Divisions\TRANSPORTAT\DESIGN ENG\Ryan\Airport_Gates\Specials\Airportspecprov.doc Division 1- General Requirements SP-5 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. 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. Security Gate Replacement City of Renton H:\Division.s\TRANSPOR.TAT\DESIGN.ENG\Ryan\Airport_Gates\Specials\Airportspecprov.doc July 2002 SP-6 Division 1- General Requirements 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 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 $1,000 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. Minor Change Estimate Security Gate Replacement City of Renton July 2002 H:\Divisions\TRANSPOR.TAT\DESIGN.ENG\Ryan\Airport_Gates\Specials\Airportspecprov.doc Division 1- General Requirements SP-7 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. 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. Security Gate Replacement City of Renton H\Division.s\TRANSPOR.TAT\DESIGN.ENG\Ryan\Airport_Gates\SpecialsWirportspecprov.doc July 2002 SP-8 Division 1— General Requirements 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. 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. Security Gate Replacement City of Renton July 2002 H:\Divisions\TRANSPOR.TAT\DESIGN ENG\Ryan\Airport_Gates\Specials\Arportspecprov.doc Division 1— General Requirements SP-9 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 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." Security Gate Replacement City of Renton H:\Divisions\TRANSPOR.TAT\DESIGN.ENG\Ryan\Airport_Gates\Specials\Airportspecprov.doc July 2002 SP-10 Division 1- General Requirements Contractor-Supplied Surveying Lump Sum 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. 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, Hydrants, Major Changes in Design Grade. 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 Security Gate Replacement City of Renton July 2002 H:\Divisions\TRANSPORTAT\DESIGN.ENG\Ryan\Airport_Gates\Specials\Airportspecprov doc Division 1— General Requirements SP-11 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 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. 1-05.13 Superintendents, Labor, and Equipment of Contractor New The following requirement shall apply to the Contractor, subcontractors, suppliers and any other organization engaged by the Contractor to perform work on the contract: All vehicles, machinery, rolling stock and equipment (excluding hand tools and non-rolling but portable unmanned tools and equipment) on the jobsite or traveling to and from jobsite on City Right of Way shall be clearly marked with logos, signs or symbols, identifying the organization by name, and telephone number or other contact information, all readily visible to the public. Leased or rented equipment which is clearly marked with similar information from its owner is excluded from the foregoing requirement. 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: Security Gate Replacement City of Renton H:\Division.s\TRANSPOR.TAT\DESIGN.ENG\RyanWirport_Gates\Specials Wirportspecprov.doc July 2002 SP-12 Division 1— General Requirements 1. Puget Sound Energy (gas and electric) 2. AT&T Broadband 3. Qwest Communications 4. City of Renton (water, sewer, transportation) 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. 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 Greg Karalus, P.E. Fire Department Boeing Facilities Asset Management 1055 South Grady Way Central Region — Renton Renton, Washington 98055 P.O. Box 3707 MC 93-03 Attn: Jim Gray Seattle, Washington 98124-2207 Telephone: (425) 430-7023 Telephone: (425) 237-8821 City of Renton Underground Utilities Location Center Police Department ("One-Call" Center) 1055 South Grady Way 1-800-424-5555 Renton, Washington 98055 Attn: Garry Anderson, Chief Telephone: (425) 430-7503 Attn: Sherry Smith, Admin. Sec. Telephone: (425) 430-7507 so Security Gate Replacement City of Renton July 2002 H\Divisions\TRANSPOR TAT\DESIGN.ENG\Ryan\Airport_Gates\Specials\Airportspecprov.doc Division 1- General Requirements SP-13 City of Renton City of Renton Utility Maintenance Water Maintenance 1055 South Grady Way 1055 South Grady Way Renton, Washington 98055 Renton, Washington 98055 Attn: Jack Crumley, Maint. Svcs. Dir. Attn: Ray Sled, Water Maint. Mngr. George Stahl, Maint. Svcs. Supv. Telephone: (425) 430-7400 Telephone: (425) 430-7400 City of Renton Qwest Communications Wastewater Maintenance 7235 South 228th Street 1055 South Grady Way Kent, Washington 98032 Renton, Washington 98055 Attn: Ken Kobes Attn: Ron Shaffer, Wastewater Supv. Telephone: (206) 345-3399 Telephone: (425) 430-7400 AT&T Broadband Puget Sound Energy 20811 84th Avenue South, Suite 101 P.O. Box 90868, MS-XRD-01 W Kent, Washington 98032 Bellevue, Washington 98009-0868 Attn: Mike Martos Attn: Mr. Joe Jainga Telephone: (206) 396-6405 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. Security Gate Replacement City of Renton H:\Divisions\TRANSPOR.TAT\DESIGN.ENG\Ryan\Airport_Gates\Specials\Hirportspecprov.doc July 2002 SP-14 Division 1- General Requirements 6. Listing of materials installed during each day. 7. List of all subcontractors working on-site during each day. 8. Listing of the number of Contractor's employees working during each day by category of employment. 9. Listing of Contractor's equipment working on the site during each day. Idle equipment on the site shall be listed and designated as idle. 10. Notations to explain inspections, testing, stake-out, and all other services furnished by Owner or other party during each day. 11. Entries to verify the daily (including non-work days) inspection and maintenance of traffic control devices and condition of the traveled roadway surfaces. Contractor shall not allow any conditions to develop that would be hazardous to the public. 12. Any other information that serves to give an accurate and complete record of the nature, quantity, and quality of Contractor's progress on each day. 13. Plan markups showing locations and dimensions of constructed features to be used by Engineer to produce record drawings. 14. All pages of the diary must be numbered consecutively with no omissions in page numbers. 15. Each page must be signed and dated by Contractor's official representative on the project. Contractor may use additional sheets separate from the diary book if necessary to provide a complete diary record, but they must be signed, dated, and labeled with project name and number. It is expressly agreed between Contractor and Owner that the Daily Diary maintained by Contractor shall be the "Contractor's Book of Original Entry" for the documentation of any potential claims or disputes that might arise during this Contract. Failure of Contractor to maintain this Diary in the manner described above will constitute a waiver of any such claims or disputes by Contractor. Engineer or other Owner's representative on the job site will also complete a Daily Construction Report. 1-06 CONTROL OF MATERIAL 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, Security Gate Replacement City of Renton July 2002 H\Divisions\TRANSPOR.TAT\DESIGN.ENG\Ryan\Airport_Gates\Specials\Airportspecprov doc I i Division 1— General Requirements SP-15 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. 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. Security Gate Replacement City of Renton H\Division.s\TRANSPOR.TAT\DESIGN.ENG\Ryan\Airport_Gates\Specials1Airportspecprov.doc July 2002 SP-16 Division 1- General Requirements 1-07.9 Wages 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. 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. 1-07.13 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. 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 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, and will be paid for by force account as described in Section 1-09.6 of the Standard Specifications. Temporary Water Pollution/Erosion Control 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. Security Gate Replacement City of Renton July 2002 H:\Division.s\TRANSPOR.TAT\DESIGN.ENG\Ryan\Airport_Gates\Specials\Nirportspecprov doc Division 1- General Requirements SP-17 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). 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 Security Gate Replacement City of Renton H:\Division.s\TRANSPOR.TAT\DESIGN.ENG\Ryan\Airport_Gates\Specials\Airportspecprov.doc July 2002 SP-18 Division 1- General Requirements 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. 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 le�at :n to be determined by the Engineer or utility personnel under adverse conditions, (in ' --ent weather or darkness). Wh .Inderground main distribution conduits, such as water, gas, sewer, electric power, or telex .ne, 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. Security Gate Replacement City of Renton July 2002 H:\Divisions\TRANSPOR.TAT\DESIGN ENG\Ryan\Airport_Gates\Specials\Airportspecprov.doe Division 1— General Requirements SP-19 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 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 Security Gate Replacement City of Renton H:\Division.s\TRANSPOR.TAT\DESIGN.ENG\Ryan\Airport_Gates\Specials\Airportspecprov.doc July 2002 SP-20 Division 1- General Requirements 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 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. Security Gate Replacement City of Renton July 2002 H.\Division s\TRANSPOR TAT\DESIGN.ENG\RyanWirport_Gates\Specials\Airportspecprov.doc Division 1 - General Requirements SP-21 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). • 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 Security Gate Replacement City of Renton H:\Division.s\TRANSPOR.TAT\DESIGN.ENG\RyanWirport_Gates\Specials\Airportspecprov.doc July 2002 SP-22 Division 1— General Requirements 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 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 Security Gate Replacement City of Renton July 2002 H\Division.s\TRANSPORTAT\DESIGN.ENG\Ryan\Airport_Gates lSpecials\Airportspecprov.doc Division 1— General Requirements SP-23 Section 1-07.18(3) and shall furnish the City of Renton a new Certificate of Insurance showing such coverage is in force. 1-07.18(4) Evidence of Insurance Within 20 days of award of the Contract, the Contractor shall provide evidence of insurance by submitting to the Contracting Agency the following: 1. City of Renton Insurance Information Form (attached herein) without modification. 2. Certificate of Insurance (Accord Form 25s or equivalent) conforming to items as specified in Sections 1-07.18(1), 1-07.18(2), and 1-07.18(3) as revised above. Other requirements are as follows: a. Strike the following or similar wording: "This Certificate is issued as a matter of information only and confers no rights upon the Certificate Holder"; b. Strike the wording regarding cancellation notification to the City: "Failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representatives". c. Amend the cancellation clause to state: "Policy may not be non-renewed, canceled or materially changed or altered unless 45 days prior written notice is provided to the City". Notification shall be provided to the City by certified mail. For Professional Liability coverage only, instead of the cancellation language specified above, the City will accept a written agreement that the consultant's broker will provide the required notification. 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 The Contractor shall be responsible for controlling dust, debris, 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. The Contractor shall do everything necessary to prevent damage from construction activities to aircraft in the vicinity by keeping all pavement areas swept of debris on a regular basis, placing and fastening tarpaulins to existing chain link fence or constructing free-standing barriers to hold the same, as directed by the Engineer. Dust, debris, and mud control shall be considered as incidental to the project, and no compensation will be made for this section. Security Gate Replacement City of Renton H.\Divisions\TRANSPOR.TATDESIGN.ENG\Ryan\Airport_Gates\Specials\Airportspecprov.doc July 2002 SP-24 Division 1— General Requirements 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. 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 West Perimeter Road at all times. Contractor shall maintain the pavement adjacent to the construction area during construction in a suitable condition to minimize affects to aircraft traffic. All cost to maintain the pavement adjacent to the construction area shall be borne by Contractor. Contractor shall notify and coordinate with all affected airport hangar tenants of street closures, or other restrictions which may interfere with their access though the City Engineer. Contractor shall give this notification to Engineer at least 48 hours in advance of closures. The City of Renton has established a separate detour route for the use of the airport hangar tenants. All unattended excavations greater than 1-1/2 inches shall be properly barricaded. 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 pavement 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. 4 Contractor's plan of operation and progress schedule (3+ copies) 4 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 4 Names of principal suppliers 4 Detailed equipment list, including "Rental Rate Blue Book" hourly costs (both working and standby rates) 4 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) Security Gate Replacement City of Renton July 2002 H:\Divisions\TRANSPOR.TATTDESIGN.ENG\Ryan\Airport_Gates\SpecialsV∎irportspecprov.doc Division 1 - General Requirements SP-25 -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. 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. Security Gate Replacement City of Renton H:\Division.s\TRANSPOR.TAT\DESIGN.ENG\Ryan\Airport_Gates\Specials\Airportspecprov.doc July 2002 SP-26 Division 1- General Requirements 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. 2. 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. 3. Procurement of material and equipment. 4. Submittals requiring review by Engineer. Submittal by Contractor and review by Engineer shall be shown as separate activities. 5. Work to be performed by a subcontractor, agent, or any third party. 6. Allowances for delays which could result from normal inclement weather (time extensions due to inclement weather will not be allowed). 7. Allowances for the time required by utilities (Owner's and others) to locate, monitor, and adjust their facilities as required. 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 once per week. 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 Security Gate Replacement City of Renton July 2002 H:\Divisions\TRANSPOR.TAT\DESIGN ENG\Ryan\Airport_Gates\Specials\Airportspecprov doc Division 1— General Requirements SP-27 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 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. Security Gate Replacement City of Renton H:\Division.s\TRANSPOR.TAT\DESIGN.ENG\Ryan\Airport_Gates\Specials\Airportspecprov.doc July 2002 SP-28 Division 1- General Requirements 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 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. 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. Security Gate Replacement City of Renton July 2002 H\Divisions\TRANSPOR TAT\DESIGN.ENG1Ryan\Airport_Gates\Specials\Airportspecprov.doc Division 1- General Requirements SP-29 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. 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. Security Gate Replacement City of Renton H:\Division.s\TRANSPOR.TAT\DESIGN.ENG\Ryan\Airport_Gates\Specials\Airportspecprov.doc July 2002 SP-30 Division 9- General Requirements 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 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 Security Gate Replacement City of Renton July 2002 H:\Division.s\TRANSPOR.TAT\DESIGN ENG\Ryan\Airport_Gates\Specials\Airportspecprov.doc Division 1 — General Requirements SP-31 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 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 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 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 Security Gate Replacement City of Renton H:\Division.s\TRANSPOR.TAT\DESIGN.ENG\RyanAirport_Gates\Specials\Airportspecprov.doc July 2002 SP-32 Division 1- General Requirements 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): Mobilization Lump Sum 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. 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. Security Gate Replacement City of Renton July 2002 H:\Division.s\TRANSPOR.TAT\DESIGN.ENG\Ryan\Airport_Gates\Specials\Hirportspecprov_doc Division 1 - General Requirements SP-33 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. 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 Security Gate Replacement City of Renton li:\Division.s\TRANSPOR.TAT\DESIGN.ENG\Ryan Airport_Gates\Specials\Airportspecprov.doc July 2002 SP-34 Division 9 - General Requirements contractor, and subcontractors, shall be submitted at or before the preconstruction conference, and shall be subject to review and approval of the Engineer. 8. Contacting police, fire, 911, and ambulance services to notify them in advance of any work that will affect and traveled portion of a roadway. 9. Assuring that all traveled portions of roadways are open to traffic during peak traffic periods, 6:30 a.m. to 8:30 a.m., and 3:00 p.m. to 6:00 p.m., or as specified in the special provisions, or as directed by the Engineer. 10. Promptly removing or covering all nonapplicable signs during periods when they are not needed. If no bid item "Traffic Control" appears in the proposal, then all work required by these sections will be considered incidental and their cost shall be included in the other items of work. If the Engineer requires the Contractor to furnish additional channelizing devices, pieces of equipment, or services which could not be usually anticipated by a prudent contractor for the maintenance and protection of traffic, then a new item or items may be established to pay for such items. Further limitations for consideration of payment for these items are that they are not covered by other pay items in the bid proposal, they are not specified in the Special Provisions as incidental, and the accumulative cost for the use of each individual channelizing device, piece of equipment, or service must exceed $200 in total cost for the duration of their need. In the event of disputes, the Engineer will determine what is usually anticipated by a prudent contractor. The cost for these items will be by agreed price, price established by the Engineer, or by force account. Additional items required as a result of the Contractor's modification to the traffic control plan(s) appearing in the contract shall not be covered by the provisions in this paragraph. If the total cost of all the work under the contract increases or decreases by more than 25 percent, an equitable adjustment will be considered for the item "Traffic Control" to address the increase or decrease. 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)B Traffic Control Supervisor (RC) Modification Revise the second paragraph to read: The TCS shall assure that all the duties of the TCS are performed during the duration of the contract. During nonwork periods, the TCS shall be able to be on the jobsite within a 45- minute time period after notification by the Engineer. Security Gate Replacement City of Renton July 2002 H:\Divisions\TRANSPOR.TAT\DESIGN ENG\Ryan\Airport_Gates\Specials\Airportspecprov.doc Division 1— General Requirements SP-35 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 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. Barricades shall also be weighted with sandbags to prevent aircraft prop-wash from blowing them down. 1-10.3(3) Construction Signs (RC) Modification Revise the first sentence of the first paragraph to read: 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. 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 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 Security Gate Replacement City of Renton H:\Division.s\TRANSPOR.TAT\DESIGN.ENG\Ryan\Airport_Gates\Specials\Airportspecprov.doc July 2002 SP-36 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) New 1-11.1(1) Responsibility for Surveys 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. Security Gate Replacement City of Renton July 2002 H:\Division.s\TRANSPOR.TAT\DESIGN.ENG\Ryan\Airport_Gates\Specials\Airportspecprov doc Division I- General Requirements SP-37 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 AGSM 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, Security Gate Replacement City of Renton H:\Division.s\TRANSPOR.TAT\DESIGN.ENG\RyanWirport_Gates\Specials\Airportspecprov.doc July 2002 SP-38 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. Tile 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. Security Gate Replacement City of Renton July 2002 H\Division.s\TRANSPOR.TAT\DESIGN.ENG\Ryan\Airport_Gates\Specials\Airportspecprov.doc Division 1– General Requirements SP-39 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. Security Gate Replacement City of Renton H:\Divisions\TRANSPOR.TAT\DESIGN.ENG\Ryan\Airport_Gates\Specials\Airportspecprov.doc July 2002 SP-40 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, PI, for the tangents of a curve fall within the paved portion of the right of way, a monument can be set at the PI instead of the PC and PT of the curve. For all non-corner monuments set while under contract to the City of Renton or as part of a City of Renton approved subdivision of property, a City of Renton Monument Card (furnished by the city) identifying the monument; point of intersection (PI), point of tangency (PT), point of curvature (PC), one-sixteenth corner, Plat monument, street intersection, etc., complete with a description of the monument, a minimum of two reference points and NAD 83/91 coordinates and NAVD 88 elevation shall be filled out and filed with the city. 1-11.2 Materials 1-11.2(1) Property/Lot Corners New Dependent interior lot corners per 1-11.1(5) that are removed as a result of the contractors operations shall be replaced at the original coordinates. It is the responsibility of the contractor to record Dependent interior lot corners coordinates prior to disturbance. Iron Railroad Spikes hammered vertically into, and flush with the surface of, the asphalt concrete pavement shall be the only acceptable Dependent interior lot corners. Security Gate Replacement City of Renton July 2002 H:\Divisions\TRANSPOR TAT\DESIGN.ENG\Ryan\Airport_Gates\Specials\AIrportspecprov doc Division 1— General Requirements SP-41 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 Security Gate Replacement City of Renton H\Division.s\TRANSPOR.TAT\DESIGN.ENG\Ryan\Airport_Gates\SPecials\Airportspecprov.doc July 2002 SP-42 DIVISION 2 EARTHWORK 2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP 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: Clearing, Grubbing, and Roadside Cleanup Lump Sum The lump sum price for "Clearing, Grubbing, and Roadside Cleanup" shall be full compensation for all work and materials described herein and shown in the Plans or directed by the Engineer. This work includes doing everything necessary to prevent damage from construction activities to aircraft in the vicinity by keeping all pavement areas swept of debris on a regular basis, placing and fastening tarpaulins to existing chain link fence or constructing free-standing barriers to hold the same, as directed by the Engineer. The Contractor shall execute the project without introducing Foreign Object Debris (FOD) or gravel, rocks, trash, etc., that may be picked up, ingested, or blown around by aircraft or vehicles in the airfield's flight operations area as well as in the surrounding areas. The Contractor is responsible for all FOD clean up associated with this project. 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 2-02.1 Description Supplement This work shall consist of the removal and disposal of various existing improvements, including but not limited to, pavement, curb, curb and gutter, sidewalk, traffic islands, wheelchair ramps, pavement markings, junction boxes, and other items necessary for the accomplishment of the improvement. 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 Hanger Pavement Replacement City of Renton H:\Division.s\TRANSPOR.TAT\DESIGN.ENG\Ryan\Airport_Gates\Specials\Airportspecprov.doc July 2001 Division 5—Surface Treatments And Pavements SP-43 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 shall be vertically sawcut full-depth with straight, uniform edges. Existing asphalt pavement 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. When sawcutting, the Contractor shall take extra precaution to make a neat, uniform cut, and shall sawcut pavement 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 and curbs shall be considered incidental to, and included in, other items of work, and shall not be measured separately for payment. 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 Structure and Obstruction Lump Sum Remove Asphalt Concrete Pavement Including Haul Per Square Yard The unit contract price per square yard for "Remove Asphalt Concrete Pavement Including Haul" shall be full pay for excavating, loading, placing, or otherwise disposing of the material. The unit contract price per lump sum for "Removal of Structure and Obstruction" shall be full pay for excavating, loading, placing, or otherwise disposing of the material. 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. 2-03 ROADWAY EXCAVATION AND EMBANKMENT 2-03.3 Construction Requirements (RC) Supplement Security Gate Replacement City of Renton H:\Division.s\TRANSPOR.TAT\DESIGN.ENG\Ryan\Airport_Gates\Specials\Airportspecprov.doc July 2002 SP-44 Division 2— Earthwork Following removal of pavement 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. 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 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 Crushed Surfacing Base Course. Any overexcavation not specifically authorized by the Engineer shall be replaced by the Contractor with Crushed Surfacing Base Course and compacted as specified above, at no expense to the Owner. 2-03.5 Payment(RC) Modification Payment for excavation and embankment compaction will not be made as a separate item. All costs for excavation and embankment compaction shall be included in other bid items involved. 2-04 HAUL 2-04.5 Payment(RC) Supplement A 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. 6.5 Measurement and Payment (RC) Supplement Sutgrade preparation and maintenance including watering shall be considered as incidental to the construction and all costs thereof shall be included in the appropriate unit or lump sum contract bid prices. END OF DIVISION 2 Security Gate Replacement City of Renton July 2002 H:\Division.s\TRANSPOR.TAT\DESIGN.ENG\RyanAirport_Gates\Specials\Airportspecprov.doc SP-45 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. END OF DIVISION 3 Hanger Pavement Replacement City of Renton H:\Division.s\TRANSPOR.TAT\DESIGN.ENG1Ryan\Airport_Gates\Specials\Airportspecprov.doc July 2001 SP-46 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 Hanger Pavement Replacement City of Renton H:\Divisions\TRANSPOR.TAT\DESIGN.ENG\Ryan1Airport_Gates\Specials\Airportspecprov.doc July 2001 SP-47 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). Hanger Pavement Replacement City of Renton H:Division.s\TRANSPOR.TAT\DESIGN.ENG\RyanlAirport_Gates\Specials\Airportspecprov.doc July 2001 SP-48 Division 5—Surface Treatments And Pavements 5-04.3(10)A General (RC) Supplement The Contractor shall not use vibration when compacting 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 Security Gate Replacement City of Renton July 2002 H:\Division.s1TRANSPOR.TAT\DESIGN.ENG\Ryan\A irport_GateslSpecials Wirportspecprov.doc Division 5-Surface Treatments And Pavements SP-49 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. "Traffic" shall be construed to include aircraft. 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 B 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. 5-04.4 Measurement Supplement Measurement for all asphalt concrete pavement utilized for the project will be measured by the ton with no differentiation made for where the material is placed. No deduction will be made for the weight of liquid asphalt, blending sand, mineral filler, or any other component of the mixture. Security Gate Replacement City of Renton H:\Divisions\TRANSPOR.TAT\DESIGN.ENG\Ryan\irport_Gates\Specials'Airportspecprov.doc July 2002 SP-50 Division 5—Surface Treatments And Pavements 5-04.5 Payment (RC) Supplement Payment will be made for the following bid item(s) when they are included in the Proposal: Asphalt Concrete Pavement Cl. B, Incl. Haul Per Ton The unit contract price per ton for "Asphalt Concrete Pavement Class B, 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 END OF DIVISION 5 Security Gate Replacement City of Renton July 2002 H:\Division.s\TRANSPOR.TAT\DESIGN.ENG\RyanAirport_Gates\Specials\Airportspecprov.doc SP-51 DIVISION 6 CONCRETE STRUCTURES There are no changes to Division 6 Hanger Pavement Replacement City of Renton Ii:\Divisions\TRANSPOR.TAT\DESIGN.ENG\Ryan\Airport_Gates\Specials\Airportspecprov.doc July 2001 SP-52 DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS 7-05 MANHOLES, INLETS, AND CATCH BASINS 7-05.2 Materials Supplement Manhole frame and cover shall be per City of Renton Standard Plan B074. 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 asphalt concrete pavement: Manholes shall not be adjusted until the pavement is completed, at which time the center of each manhole shall be carefully relocated from references previously established by the Contractor. The pavement shall be cut in a restricted area and base material be removed to permit removal of the cover. The manhole shall then be brought to proper grade utilizing the same methods of construction as for the manhole itself. The cast iron frame shall be placed on the concrete blocks and wedged up to the desired grade. The asphalt concrete pavement shall be cut and removed to a neat circle, the diameter of which shall be equal to the outside diameter of the cast iron frame plus two feet. The base materials and crushed rock shall be removed and Class 3000 or Commercial Portland Cement Concrete shall be placed so that the entire volume of the excavation is replaced up to within but not to exceed 2 inches of the finished pavement surface. On the day following placement of the concrete, the edge of the asphalt concrete pavement, and the outer edge of the casting shall be painted with hot asphalt cement. 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. Hanger Pavement Replacement • City of Renton H:\Divisions\TRANSPOR.TAT\DESIGN.ENG\Ryan\Airport_Gates\Specials\Airportspecprov.doc July 2001 .,. Division 9-Materials SP-53 Valve box castings: Adjustments of valve box castings shall be made in the same manner as for manholes. 7-05.3(3) Connections to Existing Manholes (RC) Supplement 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. 7-05.5 Payment Supplement Payment will be made for the following bid item(s) when they are included in the Proposal: Adjust utility to grade Per Each The unit bid price per each for "Adjust utility to grade" shall be full pay to perform the work as specified, including excavation, dewatering, backfill, compaction, providing grates, connections, and adjustment to final grade. "Utility" shall include, but not be limited to, manholes, catch basins, inlets, junction boxes, water valves, and water meters. 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS 7-08.3 Construction Requirements 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. 7-08.5 Payment Supplement "Crushed Surfacing Base 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 Security Gate Replacement City of Renton H:\Division.s\TRANSPOR.TAT\DESIGN.ENG\Ryan\Airport_Gates\Specials\Arportspecprov.doc July 2002 SP-54 DIVISION 8 MISCELLANEOUS CONSTRUCTION 8-04 CURBS, GUTTERS, AND SPILLWAYS 8-04.1 Description Supplement The work shall consist of construction of new cement concrete curb type 6, as shown in the Plans and herein specified. 8-04.3(1) Construction Requirements Supplement Curbs and gutters shall be constructed in accordance with Extruded Curb, Renton Standard Plan F-004. 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 construct cement concrete curb type 6 to maintain a proper flow to the nearest drainage structure. >z` 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 Type 6 Per Linear Foot 8-12 CHAIN LINK FENCE AND WIRE FENCE 8-12.1 Description Supplement The Contractor is advised that this item also includes the removal of the existing chain link fence and gates in the area of the newly installed chain link fence, whether or not such fenceline follows the same alignment. 8-12.2 Materials Replacement For the material requirements of chain link fences, see the Technical Specification Section of this contract. 8-12.3(1) Chain Link Fence and Gates Replacement For the construction requirements of chain link fences, see the Technical Specification Section of this contract. Tension wire shall be installed on all chain link fence. Hanger Pavement Replacement City of Renton H\Divisions\TRANSPOR.TAT\DESIGN.ENG\RyanlAirport_Gates\SpecialsVurportspecprov.doc July 2001 r... Division 8—Miscellaneous Construction SP-55 A power auger shall not be used to drill fence post holes though asphalt concrete pavement without prior written permission of the Engineer. Damage occurring to pavement outside the "footprint" of fence post holes will not be allowed, and any such damage shall be repaired at the sole expense of the Contractor. 8-12.3(3) Security Gates New For the material and construction requirements of security gates, see the Technical Specification Section of this contract. The Contractor shall submit supplemental working drawings for each rolling or cantilever gate to the Engineer. 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. Working drawings shall show each gate in elevation, and in schematic form how all the various components of each gate are connected electrically, including but not limited to; power supply, data lines, vehicle sensor loops, wireless modems, and all other electrical connections necessary to construct and install a complete gate assembly. See also section 1-05.3 Plans and Working Drawings. One copy of all reviewed shop drawings shall be kept accessible at the construction site. Each gate site shall be connected by wireless modem to a central controller located at the airport tower. All controllers shall be installed in NEMA weatherproof enclosure cases. NEMA enclosures shall be installed 4 feet off of the ground to allow for easy access. The following equipment shall be installed on the "airside" at all vehicle security gates, adjacent to the keypad/proximity card reader assembly: 1. A Controller Processor installed in NEMA enclosure. This shall be installed on its own power supply and properly grounded with an eight foot ground rod. 2. a Master Radio Receiver, installed on NEMA enclosure. This shall be installed on its own power supply. The power source may be split into two transformers both installed in the NEMA case. 3. Gate code transmitters. 4. Gate code Output Receiver Keypads and proximity card readers shall be installed in a hooded housing unit with light. Hooded housing units shall be NEMA weatherproof enclosure cases. Access software shall be installed on a computer located in the Airport Managers Office. One station license is required. The Owner shall supply one Pentium class computer. Software shall be installed by a factory trained technician prior to installation of gate hardware, including 8 hours on-site training for main user. This part of the project will be considered complete upon successful download to hardware once installed. Access hardware shall be provided to the Airport Manager. The Contractor shall furnish: 1. One proximity card programmer. Security Gate Replacement City of Renton H:\Division.s\TRANSPOR.TAT\DESIGN.ENG\Ryan\Airport_Gates\Specials\AirpoRSpecprov.doc July 2002 SP-56 Division 8—Miscellaneous Construction 2. 3000 (Three Thousand) proximity cards. Proximity cards are to be custom printed, one color, one side, and also be hot stamped numbered. Numbers shall be sequential without duplication. All work will be done in accordance with applicable local, state and federal codes with special attention applied to environmental regulations, fire codes, and Washington State Department of Labor and Industries Worker Safety Codes. If discrepancies occur between these Specifications and local codes, utility requirements, environmental regulations, etc., the most stringent requirements shall apply. The Contractor must be prepared to return the gates back to workable condition upon each day's completion. The Contractor shall not allow the airport perimeter fence/gate system to remain unsecure at any time. Contractor understands that project will be considered concluded only after successful operation of all gate material and software. Contractor will agree to respond, during the warranty period, to any maintenance problem regarding gate hardware or software within the same day, unless notification came after 12:30PM, in which case contractor will respond no later than 8:00AM the following morning. In case of power failure each closed vehicle gate shall fail in the locked condition. Each vehicle gate, during such conditions, shall be provided with means to be unlocked and locked manually. Two (2) Keys for each gate so equipped shall be provided to the Owner upon completion. 8-12.3(3)A Northwest Seaplanes Gate Site New This item shall include one powered Rolling Gate actuated by both a keypad and a proximity access card reader for both ingress and egress, with a nearby manually operated pedestrian gate that is also actuated by both a keypad and a proximity access card reader for both ingress and egress, which may be the same keypad and card reader as used for the vehicle gate. Gate power and security power circuits in conduit shall be installed from the nearest power source. Existing buried power is believed to be 110VAC Single Phase in conduit, however, the Contractor shall verify the existence of power sources appropriate to the installation prior to commencing work. Existing ground surface is asphalt concrete pavement. 8-12.3(3)B B-Ramp Gate Site New This item shall include one powered Cantilever Gate actuated by both a keypad and a proximity access card reader for both ingress and egress. At this site one existing keypad foundation may be reused. Existing buried power is believed to be 110VAC Single Phase in conduit, however, the Contractor shall verify the existence of power sources appropriate to the installation prior to commencing work. Existing ground surface is cement concrete pavement of approximately 2'-0" depth. 8-12.3(3)C Southwest Gate Site New This item shall include one powered Rolling Gate actuated by both a keypad and a proximity access card reader for both ingress and egress, with a nearby manually operated pedestrian gate that is also actuated by both a keypad and a proximity access card reader for both ingress Security Gate Replacement • City of Renton July 2002 H:\Division.s\TRANSPOR.TAT\DESIGN.ENG\Ryan\Ai rport_Gates\SpecialsWi rts rpo pecprov.doc Division 8—Miscellaneous Construction SP-57 and egress. Gate power and security power circuits in buried conduit shall be installed from the East end of the South blast fence. Conduit between the vehicle and pedestrian gates may be installed above-ground, attached to the airside of the new chain link fence. Existing power is believed to be 240VAC Single Phase, however, the Contractor shall verify the existence of power sources appropriate to the installation prior to commencing work. The vehicle gate shall be equipped with an emergency vehicle pre-emption detector. Existing ground surface is dirt or asphalt concrete pavement. 8-12.3(3)D South Bridge Gate Site New This item shall include one powered Cantilever Gate actuated by both a keypad and a proximity access card reader for both ingress and egress. Existing buried power is believed to be 110VAC Single Phase in conduit, however, the Contractor shall verify the existence of power sources appropriate to the installation prior to commencing work. Existing ground surface is dirt or asphalt concrete pavement. 8-12.3(3)E Relocate/Retrofit South Gate New This item shall include retrofitting one existing powered Rolling Gate with barb wire, and relocating it approximately 200' to the east. It shall be actuated by both a keypad and a proximity access card reader for both ingress and egress, with a nearby manually operated pedestrian gate that is also actuated by both a keypad and a proximity access card reader for both ingress and egress. Gate power and security power circuits in buried conduit shall be extended from the old South Gate Site. Conduit between the vehicle and pedestrian gates may be installed above-ground, attached to the airside of the new chain link fence. Existing buried power is believed to be 240VAC Single Phase in conduit, however, the Contractor shall verify the existence of power sources appropriate to the installation prior to commencing work. The vehicle gate shall be equipped with an emergency vehicle pre-emption detector. Existing ground surface is asphalt concrete pavement. 8-12.5 Measurement and Payment (RC) New The Contractor shall bid the amount of fence as shown in the Schedule of Prices. The Owner may adjust the quantity of fence upwards or downwards, based upon the Bidders stated unit price per linear foot. Measurement of Chain Link Fence shall be per the linear foot of fence installed, excluding gate openings. Measurement of manually secured Chain Link Vehicle Gates shall be per each gate as a complete unit, installed. Measurement of electrically secured and powered Cantilever or Rolling Gates, vehicle or pedestrian, shall be per Lump Sum, based upon specific sites as shown in the plans. Payment will be made for the following bid items that are included in the Proposal: Chain Link Fence, 7 ft. Per Linear Foot Chain Link Vehicle Gate Per Each Security Gate Replacement City of Renton H:\Division.s\TRANSPOR.TAT\DESIGN.ENG\Ryan\Airport_Gates\SpecialskAirportspecprov.doc July 2002 SP-58 Division 8—Miscellaneous Construction Northwest Seaplanes Gate Site (Rolling w/ Ped. Gate) Per Lump Sum B-Ramp Gate Site (Cantilever) Per Lump Sum Southwest Gate Site (Rolling w/ Ped. Gate) Per Lump Sum South Bridge Gate Site (Cantilever) Per Lump Sum Relocate/Retrofit South Gate (Rolling w/ Ped. Gate) Per Lump Sum The per linear foot contract price for "Chain Link Fence" shall be full pay for furnishing all labor, materials, tools, and equipment necessary for the construction of the complete Chain Link Fence, including the removal of the existing chain link fence, as shown in the Plans and herein specified, including restoring facilities destroyed or damaged during construction, and salvaging existing materials. The per lump sum contract price for "Cantilever Gate" or "Rolling Gate" shall be full pay for furnishing all labor, materials, tools, and equipment necessary for the construction of the complete installation, with associated pedestrian entrances, including production of shop drawings, Keypads, Card readers, Emergency Vehicle Pre-emption Detectors, and all other associated hardware and furnishings as shown in the Plans and herein specified, including the removal of the existing gate, and including installation of electrical power to the new facilities, restoring facilities destroyed or damaged during construction, and salvaging existing materials. 8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL 8-20.3(5) Conduit (RC) Replacement When the Contractor encounters obstructions or is unable to install conduit because of soil or pavement conditions, as determined by the Engineer, additional work to place the conduit will be paid in accordance with Section 1-04.4. When open trenching is allowed, trench construction shall conform to the following: 1. The pavement shall be sawcut a minimum of 3 inches deep. The cuts shall be parallel to each other and extend 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. Security Gate Replacement City of Renton July 2002 HADivision.s\TRANSPOR.TAT\DESIGN.ENG\Ryan\A irport_Gates\Specials\Airportspecprov doc Division 8—Miscellaneous Construction SP-59 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(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 5/8-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 Ill 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. Security Gate Replacement City of Renton H:\Divisions\TRANSPOR.TAT\DESIGN.ENG\RyanAirport_Gates\Specials\Airportspecprov.doc July 2002 SP-60 Division 8—Miscellaneous Construction 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(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. 8-20.4 Measurement (RC) Replacement When shown in the Plans or in the proposal, measurement will be for the sum total of all items for a complete system to be furnished and installed. Security Gate Replacement City of Renton July 2002 H:\Divisions\TRANSPOR.TAT\DESIGN.ENG\Ryan\Airport_Gates\Specials:Airportspecprov.doc Division 8-Miscellaneous Construction SP-61 8-20.5 Payment (RC) New Payment will be made for the following bid items that are included in the Proposal: Induction Loop Vehicle Detector Per Each The per each contract price for "Induction Loop Vehicle Detector" shall be full pay for furnishing all labor, materials, tools, and equipment necessary for the construction of the complete Vehicle Sensor Loop, modifying existing systems, or both, as shown in the Plans and herein specified including conduit, wiring, 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 per each contract price. 8-21 PERMANENT SIGNING 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. Existing signs not reused shall be returned to the Renton Municipal Airport Maintenance Shop. 8-21.5 Payment Supplement Relocation of signs shall be considered incidental to the bid item "Chain Link Fence, 7 ft.", and shall be included therein. This item shall include, but be not limited to, providing signs and supports, temporary sign relocations as well as relocation and maintenance to their permanent location, and sign cleaning. Security Gate Replacement City of Renton H:\Division.s\TRANSPOR.TAT\DESIGN.ENG1Ryan\Airport_Gates\Specials\Airportspecprov.doc July 2002 SP-62 Division 8—Miscellaneous Construction 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. Stop Line (Replacement) A SOLID WHITE line 12, 18, or 24 inches wide as noted on the Contract plans. 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. Security Gate Replacement City of Renton July 2002 Hi Division.slTRANSPOR.TAT\DESIGN.ENG\Ryan\Airport_Gates\Specials\Airportspecprov.doc Division 8-Miscellaneous Construction SP-63 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. 8-22.5 Payment (RC) Supplement Payment will be made for the following item(s) when they are included in the Proposal: Paint Line Per Linear Foot Thermoplastic Stop Line Per Linear Foot Removal of existing traffic markings shall be considered incidental to the payment for other items of work and no further compensation shall be made. 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. END OF DIVISION 8 Security Gate Replacement City of Renton H:\Division.s\TRANSPOR.TAT\DESIGN.ENG\Ryan\Airport_Gates\Specials\Airportspecprov.doc July 2002 SP-64 DIVISION 9 MATERIALS 9-00 DEFINITIONS AND TESTS 9-00(A) Recycled Materials (RC) 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 1. 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: I Hanger Pavement Replacement City of Renton H:\Divisions\TRANSPOR.TAT\DESIGN.ENG\RyankAirport_Gates\Specials\Airportspecprov.doc July 2001 Division 9—Materials SP-65 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 ±6% 1/4" sieve Aggregate passing ± 5% No. 10 sieve Aggregate passing ± 4% No. 40 sieve Aggregate passing ±2% (Note1) No. 200 sieve Asphalt cement ±0.5% (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. Security Gate Replacement City of Renton H:\Division.s\TRANSPOR.TAT\DESIGN.ENG\Ryan\Airport_Gates\SpecialskAirportspecprov.doc July 2002 SP-66 Division 9—Materials 9-23 CONCRETE CURING MATERIALS AND ADMIXTURES 9-23.9 Fly Ash (RC) Supplement Fly ash shall not be used around water lines. 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. 9-29.3 Conductors, Cable (RC) Modification Item 8 is replaced with the following: 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. 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 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. 9-29.13(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 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. Security Gate Replacement • City of Renton July 2002 H:1Division.s\TRANSPOR.TAT\DESIGN.ENG\Ryan\Airport_Gates\Specials\Airportspecprovdoc Division 9—Materials SP-67 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. END OF DIVISION 9 Security Gate Replacement City of Renton H:Divisions\TRANSPOR.TAl1DESIGN.ENG\Ryan\A irport_Gates\Specials\Airportspecprov.doc July 2002 PAGE INTRODUCTION -- 1 AMENDMENTS TO THE STANDARD SPECIFICATIONS SECTION 1-04, SCOPE OF THE WORK ---- ---- ---- 1 SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC-2 SECTION 1-09, MEASUREMENT AND PAYMENT -----------------3 et. SECTION 1-10,TEMPORARY TRAFFIC CONTROL-- --- ----------4 SECTION 1-99, APWA SUPPLEMENT 6 SECTION 2-03, ROADWAY EXCAVATION AND EMBANKMENT-------------------7 SECTION 5-04, ASPHALT CONCRETE PAVEMENT 7 SECTION 5-05, CEMENT CONCRETE PAVEMENT ----- 8 SECTION 6-02, CONCRETE STRUCTURES ----------------9 "■' SECTION 6-03, STEEL STRUCTURES--__________ ________________________11 SECTION 6-05, PILING ___________________---____------______--_-11 SECTION 6-07, PAINTING--------------------------------------------------- 11 SECTION 6-09, MODIFIED CONCRETE OVERLAYS---------------------------------12 SECTION 6-10, CONCRETE BARRIER _____________29 SECTION 7-01, DRAINS -------- -------- ---- ---- -----30 SECTION 7-02, CULVERTS ---------------------------- 30 SECTION 7-04, STORM SEWERS--- ----------- --- 30 SECTION 7-05, MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS 31 SECTION 7-08, GENERAL PIPE INSTALLATION REQUIREMENTS ----31 SECTION 7-09, WATER MAINS --------_____________---______M____________________31 SECTION 7-10, TRENCH EXC., BEDDING, AND BACKFILL FOR WATER MAINS45 SECTION 7-11, PIPE INSTALLATION FOR WATER MAINS 45 SECTION 7-12, VALVES FOR WATER MAINS 45 SECTION 7-15, SERVICE CONNECTIONS 45 SECTION 7-17, SANITARY SEWERS 45 SECTION 8-01, EROSION CONTROL 45 SECTION 8-02, ROADSIDE PLANTING 45 SECTION 8-08, RUMBLE STRIPS 46 SECTION 8-11, GUARDRAIL 46 SECTION 8-12, CHAIN LINK FENCE AND WIRE FENCE 47 2002 WSDOT Amendments AM-A yr PAGE SECTION 8-20, ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL 47 SECTION 8-21, PERMANENT SIGNING 68 SECTION 8-22, PAVEMENT MARKING 68 me SECTION 8-23, TEMPORARY PAVEMENT MARKINGS 69 SECTION 9-01, PORTLAND CEMENT-------- 70 SECTION 9-03, AGGREGATES 70 SECTION 9-04, JOINT AND CRACK SEALING MATERIALS 71 SECTION 9-05, DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS 71 SECTION 9-06, STRUCTURAL STEEL AND RELATED MATERIALS 71 ; SECTION 9-07, REINFORCING STEEL-----___-----__------____—_-~______--------- 71 SECTION 9-12, MASONRY UNITS--------------_______________ 72 SECTION 9-14, EROSION CONTROL AND ROADSIDE PLANTING 72 SECTION 9-16, FENCE AND GUARDRAIL----------------------------------_------- 72 SECTION 9-17, FLEXIBLE GUIDE POSTS 74 SECTION 9-23, CONCRETE CURING MATERIALS AND ADMIXTURES --74 SECTION 9-28, SIGNING MATERIALS AND FABRICATION 74 SECTION 9-29, ILLUMINATION, SIGNALS, ELECTRICAL 78 SECTION 9-30, WATER DISTRIBUTION MATERIALS--------------------- --w_____118 SECTION 9-31, ELASTOMERIC BEARING PADS _____ -119 sei S S a S 2002 WSDOT Amendments AM-B 1 2 INTRODUCTION 3 The following Amendments shall be used in conjunction with the 2002 Standard .w 4 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 9 and supersede any conflicting provisions of the Standard Specifications. For informational 10 purposes, the date following each Amendment title indicates the implementation date of the „ 11 Amendment or the latest date of revision. 12 13 Each Amendment contains all current revisions to the applicable section of the Standard 14 Specifications and may include references which do not apply to this particular project. - 15 16 SECTION 1-04, SCOPE OF THE WORK 17 January 7, 2002 18 1-04.7 Differing Site Conditions (Changed Conditions) 19 This section is revised to read: 20 .,. 21 During the progress of the work, if preexisting subsurface or latent physical conditions 22 are encountered at the site, differing materially from those indicated in the contract, or if 23 preexisting unknown physical conditions of an unusual nature, differing materially from 24 those ordinarily encountered and generally recognized as inherent in the work-provided 25 for in the contract, are encountered at the site, the party discovering such conditions 26 shall promptly notify the other party in writing of the specific differing site conditions 27 before they are disturbed and before the affected work is performed. 28 29 Upon written notification, the Engineer will investigate the conditions and if he/she 30 determines that the conditions materially differ and cause an increase or decrease in 31 the cost or time required for the performance of any work under the contract, an 32 adjustment, excluding loss of anticipated profits, will be made and the contract modified 33 in writing accordingly. The Engineer will notify the Contractor of his/her determination 34 whether or not an adjustment of the contract is warranted. 35 "' 36 No contract adjustment which results in a benefit to the Contractor will be allowed 37 unless the Contractor has provided the required written notice. 38 39 The equitable adjustment will be by agreement with the Contractor. However, if the 40 parties are unable to agree, the Engineer will determine the amount of the equitable 41 adjustment in accordance with Section 1-09.4. Extensions of time will be evaluated in 42 accordance with Section 1-08.8. • 43 44 If the Engineer determines that different site conditions do not exist and no adjustment 45 in costs or time is warranted, such determination shall be final as provided in Section 1- 46 05.1. 47 48 If there is a decrease in the costs or time required to perform the work, failure of the 49 Contractor to notify the Engineer of the differing site conditions shall not affect the „ 50 Contracting Agency's right to make an adjustment in the costs or time. 51 52 No claim by the Contractor shall be allowed unless the Contractor has followed the 53 procedures provided in Section 1-04.5 and 1-09.11. 54 MOM 2002 WSDOT Amendments AM-1 August 5,2002 tow 1 SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC • 2 August 5, 2002 3 1-07.15 Temporary Water Pollution/Erosion Control um 4 This section is supplemented with the following: 5 6 1-07,15(1) Spill Prevention, Control and Countermeasures Plan 7 The Contractor shall prepare a project specific spill prevention, control and 8 countermeasures (SPCC) plan to be used for the duration of the project. The plan shall 9 be submitted to the Engineer prior to the commencement of any on site construction 10 activities. The Contractor shall maintain a copy of the plan at the work site, including 11 any necessary updates as the work progresses. If hazardous materials are 12 encountered during construction, the Contractor shall do everything possible to control 13 and contain the material until appropriate measures can be taken. Hazardous material, 14 as referred to within this specification, is defined in RCW 70.105.010 under "Hazardous 15 Substances". Occupational safety and health requirements that pertain to SPCC 16 planning are contained in WAC 296-155 and WAC 296-62. 17 18 The SPCC plan shall address the following project-specific information: 19 20 1. SPCC Plan Elements 21 22 A. Site Information 23 Identify general site information useful in construction planning, 24 recognizing potential sources of spills, and identifying personnel 25 responsible for managing and implementing the plan. 26 27 B. Project Site Description 28 Identify staging, storage, maintenance, and refueling areas and their 29 relationship to drainage pathways, waterways, and other sensitive areas. •r+ 30 Specifically address: 31 32 • the Contractor's equipment maintenance, refueling, and cleaning 33 activities. 34 35 • the Contractor's on site storage areas for hazardous materials. 36 37 C. Spill Prevention and Containment 38 Identify spill prevention and containment methods to be used at each of 39 the locations identified in B., above. 40 41 D. Spill Response 42 Outline spill response procedures including assessment of the hazard, 43 securing spill response and personal protective equipment, containing and 44 eliminating the spill source, and mitigation, removal and disposal of the 45 material. 46 47 E. Standby, On-Site, Material and Equipment • 48 The plan shall identify the equipment and materials the Contractor will 49 maintain on site to carry out the preventive and responsive measures for 50 the items listed. 51 52 F. Reporting 53 The plan shall list all federal, state and local agency telephone numbers 54 the Contractor must notify in the event of a spill. 55 56 G. Program Management 57 Identify site security measures, inspection procedures and personnel 58 training procedures as they relate to spill prevention, containment, to 59 response, management and cleanup. 0 2002 WSDOT Amendments AM-2 August 5,2002 0 1 2 H. Preexisting Contamination 3 If preexisting contamination in the project area is described elsewhere in 4 the plans or specifications, the SPCC plan shall indicate measures the 5 Contractor will take to conduct work without allowing release or further 6 spreading of the materials. 7 8 2. Attachments 9 10 A. Site plan showing the locations identified in (1. B. and 1. C.) noted 11 previously. 12 13 B. Spill and Incident Report Forms, if any, that the Contractor will be using. 14 15 Implementation Requirements +' 16 The Contractor shall be prepared and shall carry out the SPCC plan in the event of 17 a hazardous spill within the project limits. 18 19 Payment 20 The lump sum contract price for the"SPCC Plan" shall be full pay for: 21 22 1. All costs associated with creating the SPCC plan. 23 24 2. All costs associated with providing and maintaining on site standby 25 materials and equipment described in the SPCC plan. 26 *+' 27 As to other costs associated with spills the contractor may request payment as 28 provided for in the Contract. No payment shall be made if the spill was caused by 29 or resulted from the Contractor's operations, negligence or omissions. 30 31 SECTION 1-09, MEASUREMENT AND PAYMENT 32 August 5, 2002 33 1-09.2(4) Specific Requirements for Belt Conveyor Scales 34 In the first paragraph, the reference to "National Bureau of Standards Handbook No. 44," is 35 revised to read: 36 37 National Institute of Standards and Technology (NIST) Handbook No. 44, 38 39 1-09.6 Force Account 40 On page 1-86, under "For Labor", the fourth and fifth sentences in the second paragraph 41 are deleted. 42 43 On page 1-86, under'For Labor, the fifth paragraph is revised to read: 410 44 45 In addition to compensation for direct labor costs defined above, the Contracting 46 Agency will pay the Contractor 29 percent of the sum of the costs calculated for labor 47 reimbursement to cover project overhead, general company overhead, profit, bonding, 48 insurance, Business & Occupation tax, and any other costs incurred. This amount will 49 include any costs of safety training and health tests, but will not include such costs for 50 unique force account work that is different from typical work and which could not have 51 been anticipated at the time of bid. 52 53 On page 1-87, under "For Equipment", the third paragraph is supplemented with the 54 following: sio 55 56 In the event that prior quotations are not obtained and the vendor is not a firm 57 independent from the Contractor or subcontractor, then after-the-fact quotations may 58 be obtained by the Engineer from the open market in the vicinity and the lowest such 59 quotation may be used in place of the submitted invoice. 2002 WSDOT Amendments AM-3 August 5,2002 +err 1 2 On page 1-88, under "For Services", the first paragraph is supplemented with the following: 3 4 In the event that prior quotations are not obtained and the service invoice is submitted 5 by a subcontractor, then after-the-fact quotations may be obtained by the Engineer from Ili 6 the open market in the vicinity and the lowest such quotation may be used in place of 7 the submitted invoice. 8 9 SECTION 1-10, TEMPORARY TRAFFIC CONTROL to 10 January 7, 2002 11 1-10.2(1) General 12 This section is revised to read: 13 14 It is the Contractor's responsibility to plan, conduct and safely perform the work. The 15 Contractor shall designate an individual or individuals to perform the duties of Traffic a 16 Control Manager (TCM). The TCM must be an employee of the Contractor. The duties 17 of the TCM may not be subcontracted. 18 • 19 The Contractor shall also designate an individual or individuals to perform the duties of 20 the Traffic Control Supervisor (TCS). The TCS shall be responsible for safe 21 implementation of approved Traffic Control Plans provided by the TCM. 22 23 The TCM and TCS shall be certified as worksite traffic control supervisors by one of the 24 organizations listed in the Special Provisions. A TCM and TCS are required on all 25 projects that have traffic control. The TCM may also perform the duties of the TCS. The 26 Contractor shall identify an alternate TCM and TCS who can assume the duties of the 27 assigned or primary TCM and TCS in the event of that person's inability to perform. 28 Such alternates shall meet the same requirements as the primary TCM and TCS. 29 30 The Contractor shall maintain 24-hour telephone numbers at which the TCM and TCS 31 can be contacted and be available upon the Engineer's request at other than normal 32 working hours. The TCM and TCS shall have the appropriate personnel, equipment, 33 and material available at all times in order to expeditiously correct any deficiency in the 34 traffic control system. 35 36 1-10.2(1)A Traffic Control Manager 37 This section is revised to read: 38 39 The duties of the Traffic Control Manager (TCM) shall include: 40 41 1. Overseeing and approving the actions of the Traffic Control Supervisor (TCS) 42 to ensure that proper safety and traffic control measures are implemented and 43 consistent with the specific requirements created by the Contractor's 44 workzones and the Contract. 45 46 2. Providing the Contractor's designated TCS with approved Traffic Control Plans 47 (TCP's) which are compatible with the work operations and traffic control for 48 which they will be implemented. Oil 49 50 3. Discussing proposed traffic control measures and coordinating implementation 51 of the Contractor-adopted traffic control plan(s) with the Engineer. 52 53 4. Coordinating all traffic control operations, including those of subcontractors, 54 suppliers, and any adjacent construction or maintenance operations. 55 56 5. Coordinating the project's activities (such as ramp closures, road closures, and 57 lane closures) with appropriate police, fire control agencies, city or county 58 engineering, medical emergency agencies, school districts, and transit 59 companies. so 2002 WSDOT Amendments AM-4 August 5,2002 NNO 1 2 6. Overseeing all requirements of the contract which contribute to the 3 convenience, safety, and orderly movement of vehicular and pedestrian traffic. 4 ,,.. 5 7. Having the latest adopted edition of the MUTCD including the Modifications to 6 the MUTCD for Streets and Highways for the State of Washington and 7 applicable standards and specifications available at all times on the project. 8 9 8. Attending all project meetings where traffic management is discussed. 10 11 9 Reviewing the TCS diaries daily and being aware of "field" traffic control 12 operations. 13 14 10. Assuring daily submissions of previous day's TCS diaries, indicating date of 15 TCM review, to WSDOT TCS. 16 17 11, Being present on-site a sufficient amount of time to adequately accomplish the 18 above-listed duties. 19 "•' 20 1-10.2(1)B Traffic Control Supervisor 21 This section is revised to read: 22 23 A Traffic Control Supervisor (TCS) shall be on the project whenever traffic control labor 24 is required or less frequently, as approved by the Engineer. 25 26 The TCS shall personally perform all the duties of the TCS. During non-work periods, .• 27 the TCS shall be available to the job site within a 45-minute time period after notification 28 by the Engineer. 29 30 The TCS's duties shall include: 31 32 1. Inspecting traffic control devices and nighttime lighting for proper location, 33 installation, message, cleanliness, and effect on the traveling public. Traffic 34 control devices shall be inspected each work shift except that Class A signs 35 and nighttime lighting need to be checked only once a week. Traffic control 36 devices left in place for 24 hours or more should also be inspected once 37 during the nonworking hours when they are initially set up (during daylight or 38 darkness, whichever is opposite of the working hours). 39 40 2. Preparing a daily traffic control diary on DOT Forms 421-040A and 421-040B, 41 which shall be submitted to the Engineer no later than the end of the next 42 working day to become a part of the project records. The Contractor may use 43 their own form if it is approved by the Engineer. Include in the diary such items 44 as: 45 46 a. When signs and traffic control devices are installed and removed, 47 b. Location and condition of signs and traffic control devices, 48 c. Revisions to the approved traffic control plan (TCP), 49 d. Lighting utilized at night, and 50 e. Observations of traffic conditions. 51 52 3. Ensuring that corrections are made if traffic control devices are not functioning 53 as required. The TCS may make minor revisions to the approved traffic control 54 plan to accommodate site conditions as long as the original intent of the traffic 55 control plan is maintained and the revision has concurrence of the TCM and/or 56 WSDOT TCS. 57 58 4. Attending traffic control coordinating meetings or coordination activities as 59 authorized by the Engineer. 60 2002 WSDOT Amendments AM-5 August 5,2002 1 5. Ensuring that all needed traffic control devices are available and in good eh 2 working condition prior to the need to install those devices. 3 4 6. Having a current set of approved TCP's and applicable contract provisions as 5 provided by the TCM and the latest adopted edition of the MUTCD including is 6 the Modifications to the MUTCD for Streets and Highways for the State of 7 Washington and applicable standards and specifications. 8 9 The TCS may perform the work described by "Traffic Control Labor" as long as the 10 duties of the TCS are accomplished. Possession of a current flagging card by the TCS 11 is mandatory. 12 13 A reflective vest and a hard hat shall be worn by the TCS. 14 15 1-10.2(2) Traffic Control Plans 16 This section including title is revised to read: r 17 18 1-10.2(2) Traffic Control Plans (TCP's) 19 The traffic control plan or plans appearing in the contract plans show a method of 20 handling traffic. All flaggers are to be shown on the traffic control plan except for 21 emergency situations. The Contractor shall designate and adopt in writing the specific 22 traffic control plan or plans required for their method of performing the work. If the 23 Contractor's methods differ from the contract traffic control plan(s), the Contractor shall • 24 propose modification of the traffic control plan(s) by showing the necessary construction 25 signs, flaggers, and other traffic control devices required for the project. The 26 Contractor's modified traffic control plan(s) shall be in accordance with the established 27 standards for plan development as shown in the MUTCD, Part VI. The Contractor's a 28 letter designating and adopting the specific traffic control plan(s) or any proposed 29 modified plan(s) shall be submitted to the Engineer for approval at least ten calendar 30 days in advance of the time the signs and other traffic control devices will be required. 31 The Contractor shall be solely responsible for providing copies of the approved Traffic 32 Control Plans to the Traffic Control Supervisor. 33 34 SECTION 1-99, APWA SUPPLEMENT 35 August 5, 2002 36 Section 1-02.1 (APWA Only) on Page 112 37 This section is revised to read: 38 39 Bidders shall be qualified by experience, financing, equipment, and organization to do 40 the work called for in the Contract Documents. The Contracting Agency reserves the 41 right to take whatever action it deems necessary to ascertain the ability of the bidder to 42 perform the work satisfactorily. 43 44 Section 1-02.14 (APWA Only) Page 114 45 Item 3 is revised to read: 46 47 3. The bidder, in the opinion of the Contracting Agency, is not qualified for the work or 48 to the full extent of the bid, or to the extent that the bid exceeds the authorized ++ 49 prequalification amount as may have been determined by a prequalification of the 50 bidder; 51 52 Item 10 is deleted 53 54 Section 1-07.18 (APWA Only) Page 1-123 55 Item No. 4 is revised to read: 56 57 4. A Pollution Liability policy, required if so stated in the Contract Provisions, providing 58 coverage for claims involving remediation, disposal, or other handling of pollutants 59 arising out of: (1) Contractor's operations related to this project; (2) transportation "a 2002 WSDOT Amendments AM-6 August 5,2002 1 of hazardous materials to or from any site related to this project, including, but not 2 limited to, the project site and any other site, including those owned by the 3 Contractor or for which the Contractor is responsible; and (3) remediation, 4 abatement, repair, maintenance or other work with lead-based paint or materials 41. 5 containing asbestos. 6 7 Such Pollution Liability policy shall provide the following minimum coverage for 8 Bodily Injury and Property Damage: 9 10 $1,000,000 per occurrence 11 12 Section 1-07.18 (APWA Only) Page 1-124 13 The third paragraph under"Evidence of Insurance" is revised to read: 14 15 A copy of the endorsement naming Contracting Agency and any other entities required 16 by the Contract Provisions as Additional Insured(s), and stating that coverage is 17 primary and non-contributory, showing the policy number, and signed by an authorized 18 representative of the insurance company on Form CG2010 (ISO) or equivalent. 19 440, 20 SECTION 2-03, ROADWAY EXCAVATION AND EMBANKMENT 21 January 7, 2002 ".• 22 2-03.3(14)D Compaction and Moisture Control Tests 23 The second paragraph is revised to read: 24 25 In place density will be determined using Test Methods WSDOT FOP for AASHTO T 26 310 and WSDOT SOP for T 615. 27 28 SECTION 5-04, ASPHALT CONCRETE PAVEMENT 29 August 5, 2002 30 5-04.3(5)C Crack Sealing 31 Under item 1 "Sand Slurry",the first sentence is revised to read: 32 33 The sand slurry shall consist of approximately 20 percent CSS-1 emulsified asphalt, 34 approximately 2 percent portland cement, water (if required), and the remainder clean 35 U.S. No. 4-0 paving sand. 36 37 5-04.3(19) Sealing of Driving Surfaces 38 This section including title is revised to read: �,. 39 40 5-04.3(19) Sealing of Pavement Surfaces 41 Where shown in the Plans, the Contractor shall apply a fog seal. Before application of 42 the fog seal all surfaces shall be thoroughly cleaned of dust, soil, pavement grindings, 43 and other foreign matter. The fog seal shall be CSS-1 or CSS-1 h uniformly applied to 44 the pavement free of streaks and bare spots at the rate 0.03 to 0.05 residual gallons 45 per square yard. The emulsified asphalt shall be diluted at a rate of one part water to 46 one part emulsified asphalt unless otherwise directed by the Engineer. The emulsified 47 asphalt shall be applied within the temperature range specified in Section 5-02.3(3). 48 49 5-04.3(21) Paving Asphalt Revision 50 The third sentence in the first paragraph is revised to read: 51 52 A new contract item, Paving Asphalt Revision, will be established for material varying 53 from the asphalt content shown in the Special Provisions by more than plus or minus 54 0.3 percent. 55 56 5-04.4 Measurement 57 The following paragraph is added after the third paragraph: 58 4E. 2002 WSDOT Amendments AM-7 August 5,2002 wr 1 Asphalt for fog seal will be measured by the ton, before dilution, in accordance with 2 Section 1-09. 3 4 The fourth paragraph is deleted. 5 6 5-04.5 Payment 7 The following paragraph is added after the sixth paragraph: 8 9 "Asphalt for Fog Seal", per ton. 10 The unit contract price per ton for "Asphalt for Fog Seal" shall be full pay for all costs of 11 material, labor, tools, and equipment necessary for the application of the fog seal as 12 specified. 13 14 The following is inserted after the tenth paragraph: 15 16 All costs for asphalt for tack coat shall be included in the unit contract price per ton of 17 the asphalt concrete pavement. 18 19 SECTION 5-05, CEMENT CONCRETE PAVEMENT • 20 August 5, 2002 21 5-05.3(1) Concrete Mix Design for Paving 22 Number 2 in this section is revised to read: wry 23 24 2. Submittals. The Contractor's submittal shall include the mix proportions per cubic 25 yard and the proposed sources for all ingredients including the power plant that to 26 generated the fly ash. The mix shall be capable of providing a minimum flexural 27 strength of 650 psi at 14 days. Evaluation of strength shall be based on statistically 28 analyzed results of 5 beam specimens made according to WSDOT T 808 and 29 tested according to WSDOT T 802 that demonstrate a quality level of not less than 30 80 percent analyzed in accordance with Section 1-06.2(2)D. In addition the 31 Contractor shall fabricate, cure, and test 5 sets of cylinders, for evaluation of both 32 14 and 28 day strengths, according to WSDOT FOP's for AASHTO T 22 and 33 AASHTO T 23 using the same mix design as used in fabrication of the beams. '" 34 Compressive strength data (for both 14 and 28 day strength) shall be submitted to 35 the engineer for use in determination of a conversion factor of flexural strength to 36 compressive strength, which will be used by the Engineer for strength acceptance to 37 testing. 38 39 Mix designs submitted by the Contractor shall provide a unique identification for 40 each proposal and shall include test data confirming that concrete made in ill 41 accordance with the proposed design will meet the requirements of these 42 Specifications. Test data shall be from an independent testing lab or from a 43 commercial concrete producer's lab. If the test data is developed at a producer's 44 lab, the Engineer or a representative may witness all testing. 45 46 The second paragraph under number 3 in this section is supplemented with the following: 47 48 Only non-chloride accelerating admixtures that meet the requirements of Section 9-23.6 49 Admixture for Concrete, shall be used. 50 51 5-05.3(19) Reinforced Concrete Bridge Approach Slabs 52 The fifth paragraph is revised to read: 53 54 Reinforced concrete bridge approach slab anchors shall be installed as detailed in the 55 Plans. The anchor rods, couplers, and nuts shall conform to Section 9-06.5(1). The ar" 56 steel plates shall conform to ASTM A 36. All metal parts shall receive one coat of 57 formula A-11-99 paint. The pipe shall be any non-perforated PE or PVC pipe of the 58 diameter specified in the Plans. Polystyrene shall conform to Section 9-04.6. The to 59 anchors shall be installed parallel both to profile grade and center line of roadway. The a 2002 WSDOT Amendments AM-8 August 5,2002 1 Contractor shall secure the anchors to ensure that they will not be misaligned during 2 concrete placement. For Method B anchor installations, the epoxy resin used to install 3 the anchors shall conform to Section 9-26.1. 4 5 SECTION 6-02, CONCRETE STRUCTURES 6 August 5, 2002 7 6-02.3(2)A Contractor Mix Design 8 The last sentence of the first paragraph is revised to read: 9 10 All other concrete mix designs except those for lean concrete and commercial concrete 11 shall have a minimum cementitious material content of 564 pounds per cubic yard of psi 12 concrete. 13 14 6-02.3(2)B Commercial Concrete 15 This section is revised to read as follows: 16 17 Commercial concrete shall have a minimum compressive strength at 28 days of 3000 18 psi in accordance with AASHTO T 22. Commercial concrete placed above the finished ""' 19 ground line shall be air entrained and have an air content from 4.5 percent to 7.5 20 percent per AASHTO T 152. Commercial concrete does not require plant approval, mix 21 design, or source approvals for cement, aggregate, and other admixtures. 22 23 Where concrete Class 3000 is specified for nonstructural items such as, culvert 24 headwalls, plugging culverts, concrete pipe collars, pipe anchors, monument cases, 25 luminaire bases, pedestals, cabinet bases, guardrail anchors, sign post foundations, 26 fence post footings, sidewalks, curbs, and gutters, the Contractor may use commercial 27 concrete. If commercial concrete is used for sidewalks, curbs, and gutters, it shall have 28 a minimum cementitious material content of 564 pounds per cubic yard of concrete and 29 shall be air entrained. Commercial concrete shall not be used for structural items such 30 as, bridges, retaining walls, box culverts, or foundations for high mast luminaires, mast 31 arm traffic signals, cantilever signs, and sign bridges. The Engineer may approve other 32 nonstructural items not listed for use as commercial concrete. 33 34 6-02.3(4)C Consistency 35 The first paragraph is supplemented with the following: 36 sip 37 4. 9 inches for shafts when using Class 4000P, provided the water cement ratio does 38 not exceed 0.44 and a water reducer is used meeting the requirements of 9-23.6. 39 40 5. 5.5 inches for all concrete placed in curbs, gutters, and sidewalks. 41 42 The second paragraph is revised to read: 43 44 When a high range water reducer is used, the maximum slump listed in 1, 2, 3, and 5 45 above, may be increased an additional 2 inches. 46 47 6-02.3(6)A Weather and Temperature Limits to Protect Concrete 48 The section "Cold Weather Protection" is revised to read: 49 50 The Contractor shall provide a written procedure for cold weather concreting to the r„ 51 Engineer for review and approval. The procedure shall detail how the Contractor will 52 prevent the concrete temperature from falling below 502 F. Permission given by the 53 Engineer to place concrete during cold weather will in no way ensure acceptance of the 54 work by the Contracting Agency. Should the concrete placed under such conditions •• 55 prove unsatisfactory in any way, the Engineer shall still have the right to reject the work 56 although the plan and the work were carried out with his permission. 57 2002 WSDOT Amendments AM-9 August 5,2002 yr 1 The Contractor shall provide and maintain a recording thermometer on the concrete i r 2 surface at a location specified by the Engineer. During freezing or near-freezing 3 weather, data from this thermometer shall be readily available to the Engineer. 4 5 The Contractor shall not mix nor place concrete while the air temperature is below 6 352 F, unless the water or aggregates (or both) are heated to at least 702 F. The 7 aggregate shall not exceed 1502 F. If the water is heated to more than 1502 F, it shall 8 be mixed with the aggregates before the cement is added. Any equipment and methods 9 shall heat the materials evenly. 10 11 The Contractor may warm stockpiled aggregates with dry heat or steam, but not by 12 applying flame directly or under sheet metal. If the aggregates are in bins, steam or iii► 13 water coils or other heating methods may be used if aggregate quality is not affected. 14 Live steam heating is not permitted on or through aggregates in bins. If using dry heat, 15 the Contractor shall increase mixing time enough to permit the super-dry aggregates to 16 absorb moisture. ail 17 18 Any concrete placed in air temperatures below 352 F shall be immediately enclosed. Air 19 temperature within the enclosure shall be maintained such that the concrete surface • 20 temperature stays between 502 F and 902 F, and the relative humidity shall be above 21 80 percent. These conditions shall be maintained for a minimum of seven days or for 22 the cure period required by Section 6-02.3(11), whichever is longer. If artificial heat is 23 used to maintain the temperature inside the enclosure, moisture shall be added to the • 24 enclosure to maintain the humidity as stated above. The Contractor shall stop adding 25 moisture 24 hours before removing the heat. Extra protection shall be provided for 26 areas especially vulnerable to freezing (such as exposed top surfaces, corners and 27 edges, thin sections, and concrete placed into steel forms). "' 28 29 If weather forecasts predict air temperatures below 352 F during the seven days just 30 after the concrete placement, the Contractor may place the concrete only if his 31 approved cold weather concreting plan is implemented. 32 33 In addition, if air temperatures fall below 352F within 7 days after placement of concrete, 34 the Contractor shall implement his approved cold weather concreting plan. • 35 36 6-02.3(14)B Class 2 Surface Finish 37 The first sentence of the first paragraph is revised to read: 38 to 39 The Contractor shall apply a Class 2 finish to all above-ground surfaces not receiving a 40 Class 1 finish as specified above unless otherwise indicated in the Contract. 41 42 6-02.3(17)J Face Lumber, Studs, Wales, and Metal Forms 43 On page 6-60, the paragraph beginning with "All corners shall be beveled... etc." is revised 44 to read: 45 • 46 All corners shall be beveled 3/4 inch. However, footings, footing pedestals, and seals 47 need not be beveled unless required in the Plans. 48 49 6-02.3(26)H Grouting war 50 The sixth paragraph is revised to read: 51 52 The Contractor shall proportion the mix to produce a grout with a flow of 11 to 20 ,e 53 seconds as determined by ASTM C 939, Flow of Grout for Preplaced Aggregate 54 Concrete (Flow Cone Method). The grout ejected from the end vent shall have a 55 minimum flow of 11 seconds. 56 57 6-02.3(28)B Casting 58 The following new paragraph is inserted after the first paragraph: 59 mi S 2002 WSDOT Amendments AM-10 August 5,2002 S imp 1 Concrete shall meet the requirements of Section 6-02.3(25)B for annual pre-approval of 2 the concrete mix design, and slump. 3 4 SECTION 6-03, STEEL STRUCTURES �.. 5 August 5, 2002 6 6-03.3(21)C Web Splices and Fillers 7 The second sentence is revised to read: '"• 8 9 In lieu of the steel material specified in the Plans or Special Provisions, the Contractor 10 may substitute either ASTM A 1008 or ASTM A 1011 steel for all filler plates less than 11 1/4 inch thickness, provided that the grade of filler plate steel meets or exceeds that of 12 the splice plates. 13 14 SECTION 6-05, PILING 15 January 7, 2002 16 6-05.3(9)A Pile Driving Equipment Approval . 17 The fourth sentence in the second paragraph is revised to read: 18 19 The wave equation analysis shall verify that the pile driving system proposed does not 20 produce stresses greater than 50,000 psi or 90 percent of the yield stress whichever is .• - 21 less, for steel piles, or steel casings for cast-in-place concrete piles. 22 23 SECTION 6-07, PAINTING 24 April 1, 2002 25 6-07.3(1) Painting New Steel Structures 26 Method B for Primer Coat" is revised to read: . ► 27 28 Inorganic zinc or A-11-99 shop applied 29 30 6-07.3(1)A Preparation for Shop Coating +r 31 The first and second paragraphs are revised to read: 32 33 A roughened surface profile shall be provided by an abrasive blasting procedure as 34 approved by the Engineer. The profile shall be one mil minimum or per the paint "" 35 manufacturer's recommendation, whichever is greater. The steel surfaces shall be 36 cleaned to a near white condition as per SSPC-SP10. 37 38 After being thoroughly cleaned by abrasive blasting as specified above, all structural 39 steel shall be primed within the same working day on which abrasive blasting takes 40 place, and before any rust forms, by spraying with a full coat of inorganic zinc silicate 41 paint. The Contractor shall not begin painting until receiving the Engineer's approval of 42 the prepared surface. High strength field bolts need not be painted before erection. 43 44 6-07.3(4) Painting Galvanized Surfaces 45 This section is revised to read: *` 46 47 All galvanized surfaces specified to be painted shall be prepared for painting in 48 accordance with the ASTM D 2092. The method of preparation shall be as agreed 49 upon by the paint manufacturer and the galvanizer. The Contractor shall not begin 50 painting until receiving the Engineer's approval of the prepared galvanized surface. 51 52 Environmental Conditions 53 Steel surfaces shall be: 54 55 • Greater than 35°F and 56 • Less than 115°F 57 2002 WSDOT Amendments AM-11 August 5,2002 too 1 or per the manufacturer's recommendations, whichever is more stringent. 2 r 3 The Contractor shall paint the dry surface as follows: 4 5 Paint Formulas Type w 6 First Coat MIL-P-24441 Epoxy polyamide 7 Second Coat C-11-99 Moisture Cured Aliphatic 8 Polyurethane 9 Ili 10 Each coat shall be dry before the next coat is applied. All coats applied in the shop shall 11 be dried hard before shipment. 12 di 13 SECTION 6-09, VACANT 14 January 7, 2002 15 This section including title is revised to read: 16 17 6-09 MODIFIED CONCRETE OVERLAYS • 18 6-09.1 Description 19 This work shall consist of scarifying concrete bridge decks, preparing and repairing 20 bridge deck surfaces designated and marked for further deck preparation, and placing, 21 finishing, and curing modified concrete overlays. 22 23 6-09.2 Materials 24 Materials shall meet the requirements of the following Sections: 25 26 Portland Cement 9-01.2(1) ei 27 Fine Aggregate 9-03.1(2)B 28 Coarse Aggregate 9-03.1(4)C 29 Burlap Cloth 9-23.5 ' ' 30 Admixtures 9-23.6 31 32 Fly Ash 9-23.9 33 9-25.1y 34 Portland cement shall be either Type I or Type II. Type III portland cement will not be 35 allowed. 36 iii 37 Fine aggregate shall be Class 1. Coarse aggregate shall be AASHTO grading No. 7 or 38 No. 8. 39 Si 40 Fly ash shall be Class F only. 41 42 Microsilica admixture shall conform to AASHTO M 307, and shall be either a dry 43 powder or a slurry admixture. Microsilica will be accepted based on submittal to the el 44 Engineer of a Manufacturer's Certificate of Compliance conforming to Section 1-06.3. If 45 the microsilica is a slurry admixture, the microsilica content of the slurry shall be 46 certified as a percent by mass. a 48 Latex admixture shall be a non-toxic, film-forming, polymeric emulsion in water to which 49 all stabilizers have been added at the point of manufacture. The latex admixture shall 50 be homogeneous and uniform in composition, and shall conform to the following: vio 51 52 Polymer Type Styrene Butadiene 53 Stabilizers: 54 Latex Non-ionic surfactants 0 55 Portland Cement Polydimethyl siloxane 56 Percent Solids 46.0 to 49.0 57 Weight per Gallon 8.4 pounds at 77F VII 58 Color White to 2002 WSDOT Amendments AM-12 August 5,2002 sot wo 1 PH (as shipped) 9 minimum 2 Freeze/Thaw Stability 5 cycles (5F to 77F) 3 Shelf Life 2 years minimum 4 NO 5 Latex admixture will be accepted based on submittal to the Engineer of a 6 Manufacturer's Certificate of Compliance conforming to Section 1-06.3. 7 8 High Molecular Weight Methacrylate (HMWM) resin for crack and joint sealing shall "" 9 conform to the following: 10 11 Viscosity <25 cps (Brookfield RVT with UL adaptor, 50 rpm at 12 77F)... California Test 434 wo 13 Density 8.5 to 8.8 pounds per gallon at 77F... ASTM D 2849 14 Flash Point >200F, PMCC (Pinsky-Martens CC) 15 Vapor Pressure <0.04 inches Hg at 77F, ASTM D 323 •• 16 Tg (DSC) >136F, ASTM D 3418 17 Gel Time 60 minutes minimum 18 19 The promoter/initiator system for the methacrylate resin shall consist of a metal drier ow 20 and peroxide. 21 22 Sand for abrasive finish shall be crushed sand, oven dried, and stored in moisture proof „ 23 bags. The sand shall conform to the following gradation: 24 25 Sieve Size Percent Passing 26 Minimum Maximum ow 27 U.S. No. 8 100 28 U.S. No. 30 97 100 29 All percentages are by weight. 30 31 6-09.3 Construction Requirements 32 33 6-09.3(1) Equipment ,a. 34 35 6-09.3(1)A Power Driven Hand Tools 36 Power driven hand tools may be used for concrete scarification in areas not accessible 37 to scarification machines, and for further deck preparation work, except for the 38 following: 39 40 1. Jack hammers more forceful than the nominal 30-pound class. 41 """"" 42 2. Chipping hammers more forceful than the nominal 15-pound class. 43 44 The power driven hand tools shall be operated at angles less than 45 degrees as .r, 45 measured from the surface of the deck to the tool. 46 47 6-09.3(1)B Rotary Milling Machines 48 Rotary milling machines shall be capable of scarifying a minimum width of four feet per o" 49 pass. The machines shall conform to Section 1-07.7. 50 51 Machines known to meet these specifications will be specified in the Special Provisions. 52 wo 53 6-09.3(1)C Hydro-Demolition Machines 54 Hydro-demolition machines shall consist of filtering and pumping units operating in 55 conjunction with a remote-controlled robotic device. Hydro-demolition machines shall .• 56 scarify a minimum width of four feet per pass, using high velocity water jets to remove 57 1/2 inch of sound concrete with the simultaneous removal of all deteriorated concrete. 58 Hydro-demolition machines shall also clean any exposed reinforcing steel of all rust and 59 corrosion products. "' 60 ow 2002 WSDOT Amendments AM-13 August 5,2002 me 1 Possible sources of machines known to meet these specifications will be specified in 2 the Special Provisions. 3 4 6-09.3(1)D Shot Blasting Machines 5 Shot blasting machines shall consist of a self contained mobile unit capable of "i 6 scarifying a minimum width of six feet per pass, using steel abrasive to remove 1/2 inch 7 of sound concrete. The shot blasting machine shall vacuum and store all material 8 removed from the scarified concrete surface into a self contained unit. �r 9 10 Possible sources of machines known to meet these specifications will be specified in 11 the Special Provisions. 12 13 6-09.3(1)E Air Compressor 14 Air compressors shall be equipped with oil traps to eliminate oil from being blown onto 15 the roadway deck during sandblasting and air-cleaning. 16 ; 17 6-09.3(1)F Vacuum Machine 18 Vacuum machines shall be capable of collecting all dust, concrete chips, free standing 19 water and other debris encountered while cleaning during deck preparation. The ,; 20 machines shall be equipped with collection systems that allow the machines to be 21 operated in air pollution sensitive areas and shall be equipped to not contaminate the 22 deck during final preparation for concrete placement. 23 ow 24 6-09.3(1)G Water Spraying System 25 The water spraying system shall include a portable high pressure sprayer with a 26 separate water supply of potable water. The sprayer shall be readily available to all 27 parts of the deck being overlaid and shall be able to discharge water in a fine mist to to 28 prevent accumulation of free water on the deck. Sufficient water shall be available to 29 thoroughly soak the deck being overlaid and to keep the deck wet prior to concrete 30 placement. ea 31 32 The Contractor shall certify that the water spraying system meets the following 33 requirements: 34 0 35 Pressure 2,200 psi minimum 36 Flow Rate 4.5 gpm minimum 37 Fan Tip 15° to 25° Range NO 38 39 6-09.3(1)11 Mobile Mixer for Latex Modified Concrete 40 Proportioning and mixing shall be accomplished in self-contained, self-propelled, 41 continuous-mixing units conforming to the following requirements: ei 42 43 1. The mixer shall be equipped so that it can be grounded. 44 45 2. The mixer shall be equipped to provide positive measurement of the portland 0 46 cement being introduced into the mix. An approved recording meter, visible at 47 all times and equipped with a ticket print-out, shall be used. 48 49 3. The mixer shall be equipped to provide positive control of the flow of water and sr 50 latex admixture into the mixing chamber. Water flow shall be indicated by an 51 approved flow meter with a minimum readability of one-half gallon per minute, 52 accurate to ± 1 percent. The water system shall have a bypass valve capable a 53 of completely diverting the flow of water. Latex flow shall also be indicated by 54 an approved flow meter with a minimum readability of two gallons per minute, 55 accurate to ± 1 percent. The latex system shall be equipped with a bypass 56 valve suitable for obtaining a calibrated sample of admixture. ei 57 58 4. The mixer shall be equipped to be calibrated to automatically proportion and 59 blend all components of the specified mix on a continuous or intermittent basis ow 0 2002 WSDOT Amendments AM-14 August 5,2002 OP ... 1 as required by the finishing operation, and shall discharge mixed material 2 through a conventional chute directly in front of the finishing machine. 3 4 Inspection of each mobile mixer shall be done by the Contractor in the presence of the 5 Engineer and in accordance with the following requirements: 6 7 1. Check the manufacturer's inspection plate or mix setting chart for the serial 8 number, the proper operating revolutions per minute (rpm), and the 9 approximate number of counts on the cement meter to deliver 94 pounds of 10 cement. 11 12 2. Make a general inspection of the mobile mixer to ensure cleanliness and good 13 maintenance practices. 14 15 3. Check to see that the aggregate bins are empty and clean and that the bin 16 vibrators work. 17 18 4. Verify that the cement aeration system operates, that the vent is open, and „w, 19 that the mixer is equipped with a grounding strap. Check the cement meter 20 feeder to ensure that all fins and pockets are clean and free from accumulated 21 cement. If the operator cannot demonstrate, through visual inspection, that 22 the cement meter feeder is clean, all cement shall be removed from the bin 00 23 and the cement meter feeder inspected. The aeration system shall be 24 equipped with a gauge or indicator to verify that the system is operating. 25 26 5. Verify that the main belt is clean and free of any accumulated material. O" 27 28 6. Check the latex strainer to ensure cleanliness. 29 .,,. 30 The initial calibration shall consist of the following items: 31 32 1. Cement Meter 33 a. Refer to the truck manufacturer's mix setting chart to determine the 34 specified operating rpm and the approximate number of counts required 35 on the cement meter to deliver 94 pounds of cement. 36 37 b. Place at least 40 bags (about 4,000 pounds) of cement in the cement bin. 38 39 c. Be sure the mixer is resting on a level surface. 40 41 d. Be sure the mixer is grounded. 42 43 e. Adjust the engine throttle to obtain the specified rpm. Operate the unit, 44 discharging cement until the belt has made one complete revolution. Stop " 45 the belt. Reset the cement meter to zero. Position a suitable container to 46 catch the cement and discharge approximately one bag of cement. With 47 a stop watch, measure the time required to discharge the cement. 48 Record the number of counts on the cement meter and determine the 49 weight of the cement in the container. Repeat the process of discharging 50 approximately one bag of cement until six runs have been made. Reset 51 the cement meter to zero for each run. 52 53 Example: 54 55 Run Cement Weight of Time In OW 56 No. Counts Cement Seconds 57 58 1 66 95 31 ,,, 59 2 68 96 31.2 60 3 67 95.5 31.0 2002 WSDOT Amendments AM-15 August 5,2002 ar 1 4 66 95 29.8 e 2 5 67 95.25 30.5 3 6 66 95 30.8 4 5 TOTAL 400 571.75 184.3 Is 6 7 Pounds of cement per count on cement meter: 8 to 9 Weight of Cement = 571.75 = 1.43 LB. 10 No. of Counts 400 Count 11 12 Counts per bag (94 pounds): , 13 14 94 = 65.7 Counts 15 1.43 Bag iiii 16 17 Pounds of cement discharged per second: 18 19 Weight of Cement = 571.75 = 3.10 LB. OW 20 Time in Seconds 184.3 SEC. 21 22 Required time to discharge one bag: 23 f 24 Time = 94 = 30.32 SEC. 25 3.10 Bag 26 27 2. Latex Throttling Valve 28 a. Check to be sure that the latex strainer is unobstructed. 29 30 b. The latex throttling valve shall be adjusted to deliver 3.5 gallons of latex 0 31 (29.4 pounds) for each bag of cement. From the above calculation 30.32 32 seconds are required to deliver one bag of cement. 33 34 c. With the unit operating at the specified rpm, discharge latex into a • 35 container for 30.3 seconds and determine the weight of latex. Continue 36 adjusting the valve until 29.4 to 29.5 pounds of latex is discharged in 30.3 37 seconds. Verify the accuracy of this valve setting three times. oii 38 39 3. Water Flow Meter 40 a. Set the water flow meter by adjusting it to flow at one-half gallon per 41 minute. II li 42 43 b. Collect and weigh the water discharged during a one minute interval with 44 the equipment operating at the specified rpm. Divide the weight of water 45 by 8.34 to determine the number of gallons. et 46 47 c. Repeat Items a. and b., above, with the flow meter adjusted to one and 48 one-half gallons per minute. 49 to 50 4. Aggregate Bin Gates 51 a. Set the gate openings to provide the amount of aggregate required to 52 produce concrete having the specified proportions. 53 54 b. Discharge a representative sample of the aggregates through the gates 55 and separate on the U.S. No 4 sieve. Aggregates shall meet the 56 requirements for proportions in accordance with Section 6-09.3(3)E. la 57 58 c. Adjust the gate openings if necessary to provide the proper ratio of fine 59 aggregate to total aggregate. 60 + ► OW 2002 WSDOT Amendments AM-16 August 5,2002 `ii 1 5. Production of Trial Mix O"' 2 Each mobile mixer shall be operated to produce at least 1/2 cubic yard of 3 concrete, which shall be in compliance with these specifications, prior to 4 acceptance of the mobile mixer for job use. The Engineer will perform yield, 5 slump, and air tests on the concrete produced by each mixer. 6 7 Calibration of each mobile mixer shall be done by the Contractor in the presence of the 8 Engineer. A complete calibration is required on each mixer on each concrete — 9 placement unless, after the initial calibration, the personnel having the responsibility of 10 mixer calibration on subsequent concrete placement were present during the initial 11 calibration of the mixer and during the concrete placement operations and are able to 12 verify the dial settings of the initial calibration and concrete placement. t" 13 14 If these criteria are met, a complete calibration need not be repeated provided that a 15 single trial run verifies the previous settings of the cement meter, latex throttling valve, to 16 water flow meter, and aggregate gradations, and that the mixer has not left the project 17 and the Engineer is satisfied that a complete calibration is not needed. 18 19 6-09.3(1)1 Ready Mix Trucks for Fly Ash Modified and Microsilica Modified OP 20 Concrete 21 Ready mix trucks shall conform to Section 6-02.3(4)A. 22 23 6-09.3(1)J Finishing Machine 24 The finishing machine shall meet the requirements of Section 6-02.3(10) and the 25 following requirements: 26 •• 27 The finishing machine shall be equipped with a rotating cylindrical double drum 28 screed not exceeding 60 inches in length preceded by a vibrating pan. The 29 vibrating pan shall be constructed of metal and be of sufficient length and width to 30 properly consolidate the mixture. The vibrating frequency of the vibrating pan shall a• 31 be variable with positive control between 3,000 and 6,000 rpm. A machine with a 32 vibrating pan as an integral part may be proposed and will be considered for 33 approval by the Engineer. Other finishing machines will be allowed subject to ,, 34 approval of the Engineer. 35 36 6-09.3(2) Submittals 37 The Contractor shall submit the following items to the Engineer for approval in +i• 38 accordance with Section 6-01.9: 39 40 1. The type of machine (rotary milling, hydro-demolition, or shot blasting) 41 selected by the Contractor for use in this project to scarify concrete surfaces. 42 43 2. The axle loads and axle spacing of the rotary milling machine (if used). 44 45 3. The Runoff Water Disposal Plan (if a hydro-demolition machine is used). The 46 Runoff Water Disposal Plan shall describe all provisions for the containment, 47 collection, filtering, and disposal of all runoff water and associated 48 contaminants generated by the hydro-demolition process. 49 50 4. The method and materials used to contain, collect, and dispose of all concrete 51 debris generated by the scarifying process, including provisions for protecting 52 adjacent traffic from flying debris. ONO 53 54 5. The mix design for concrete Class M, and either fly ash modified concrete, 55 microsilica modified concrete, or latex modified concrete, as selected by the ,,. 56 Contractor for use in this project in accordance with Section 6-09.3(3). 57 58 6. Samples of the latex admixture and the portland cement for testing and 59 compatibility (if latex modified concrete is used). °m 60 2002 WSDOT Amendments AM-17 August 5,2002 vet 1 7. Details of the screed rail support system, including details of anchoring the to 2 rails and providing rail continuity. 3 4 The Contractor shall not begin scarifying operations until receiving the Engineer's 5 approval of Items 1 through 4 as applicable for the Contractor's scarifying method. The ' " 6 Contractor shall not begin placing modified concrete overlay until receiving the 7 Engineer's approval of Items 5 through 7 as applicable for the Contractor's selected 8 type of modified concrete. ei 9 10 6-09.3(3) Concrete Overlay Mixes 11 12 6-09.3(3)A General la 13 For fly ash, microsilica, and latex modified concrete, the Contractor shall adjust the 14 slump to accommodate the gradient of the bridge deck, subject to the maximum slump 15 specified. 16 so 17 For fly ash and microsilica modified concrete, the maximum water/cement ratio shall be 18 calculated using all of the available mix water, including the free water in both the 19 coarse and fine aggregate, and in the microsilica slurry if a slurry is used. iiii 20 21 For fly ash and microsilica modified concrete, all water reducing and air entraining 22 admixtures, and superplasticizers, shall be used in accordance with the fly ash 23 supplier's and microsilica admixture supplier's recommendations, respectively, and as aii 24 approved by the Engineer. 25 26 6-09.3(3)B Concrete Class M 27 Concrete Class M for further deck preparation patching concrete shall be proportioned ow 28 in accordance with the following mix design: 29 30 Portland Cement 705 pounds ar 31 Fine Aggregate 1,280 pounds 32 Coarse Aggregate 1,650 pounds 33 Water/Cement Ratio 0.37 maximum 34 Air (± 1-1/2 percent) 6 percent ei 35 Slump (± 1 inch) 5 inches 36 37 The use of a water-reducing admixture conforming to AASHTO M 194 Type A will be 38 required to produce patching concrete with the desired slump, and shall be used in • 39 accordance with the admixture manufacturer's recommendations. Air entraining 40 admixtures shall conform to AASHTO M 154 and shall be used in accordance with the 41 admixture manufacturer's recommendations. The use of accelerating admixtures or ,i 42 other types of admixtures is not allowed. 43 44 6-09.3(3)C Fly Ash Modified Concrete 45 Fly ash modified concrete shall be a workable mix, uniform in composition and 0 46 consistency. Mix proportions per cubic yard shall be as follows: 47 48 Portland Cement 611 pounds 49 Fly Ash 275 pounds • 50 Fine Aggregate 38 percent of total aggregate 51 Coarse Aggregate 62 percent of total aggregate 52 Water/Cement Ratio 0.30 maximum go 53 Air (± 1-1/2 percent) 6 percent 54 Slump 7 inches maximum 55 56 6-09.3(3)D Microsilica Modified Concrete lb 57 Microsilica modified concrete shall be a workable mix, uniform in composition and 58 consistency. Mix proportions per cubic yard shall be as follows: 59 60 Portland Cement 658 pounds "i' III 2002 WSDOT Amendments AM-18 August 5,2002 Ili 1 Microsilica Fume 52 pounds "i' 2 Fine Aggregate 1,515 pounds 3 Coarse Aggregate 1,515 pounds 4 Water/Cement Ratio 0.33 maximum a. 5 Air (± 1-1/2 percent) 6 percent 6 Slump 7 inches maximum 7 8 6-09.3(3)E Latex Modified Concrete le 9 Latex modified concrete shall be a workable mix, uniform in composition and 10 consistency. Mix proportions per cubic yard shall be as follows: 11 12 Portland Cement 1.00 parts by weight e• 13 Fine Aggregate 2.40 to 2.75 parts by weight 14 Coarse Aggregate 1.75 to 2.00 parts by weight 15 Latex Admixture 3.50 gallons per bag of cement IMO 16 Water/Cement Ratio 0.33 maximum 17 Air Content of Plastic Mix 6 percent maximum 18 Slump 7 inches maximum 19 diw 20 The aggregates shall be proportioned such that the amount of aggregate passing the 21 U.S. No. 4 sieve is 65 ± 5 percent of the total aggregate (fine plus coarse). All 22 calculations shall be based on dry weights. 23 "r 24 The moisture content of the fine aggregate and coarse aggregate shall be no more than 25 3.0 and 1.0 percent, respectively, above the saturated surface dry condition. 26 .. 27 The water limit for calculating the water/cement ratio shall include the added water, the 28 free water in the aggregates, and 52 percent of the latex admixture. 29 30 6-09.3(4) Storing and Handling "" 31 32 6-09.3(4)A Aggregate 33 Aggregates shall be stored and handled in a manner to prevent variations of more than 34 1.0 percent in moisture content of the stockpile. NM 35 36 For latex modified concrete, the moisture content of the aggregate at the time of 37 proportioning shall be as specified in Section 6-09.3(3)E. 38 39 6-09.3(4)B Latex Admixture 40 The admixture shall be kept in suitable containers which will protect it from freezing and 41 from exposure to temperatures in excess of 85F. Containers of the admixture shall not 42 be stored in direct sunlight for periods in excess of ten days. When stored in direct 43 sunlight the top and sides of the containers shall be covered with insulating blanket 44 material. 45 46 Storage of the admixture may extend over a period greater than ten days as long as the 47 conditions specified above are maintained and the latex admixture is agitated or stirred 48 once every ten days. Stirring or agitation of the admixture shall be done mechanically . 49 in accordance with the manufacturer's recommendation and as approved by the 50 Engineer. If the ambient temperature is higher than 85F at any time during the storage 51 period, the admixture shall be covered by insulated blankets or other means that will 52 maintain the admixture temperature below 85F. "" 53 54 The admixture shall be strained through a Number 10 strainer at the time it is 55 introduced into the mixing tank from the storage containers. ,,, 56 57 6-09.3(4)C High Molecular Weight Methacrylate Resin (HMWM) 58 The HMWM resin shall be stored in a cool dry place and protected from freezing and 59 exposure to temperature in excess of 100F. The promoter and initiator, if supplied vii 60 separate from the resin, shall not contact each other directly. Containers of promoters 40 2002 WSDOT Amendments AM-19 August 5,2002 IOW 1 and initiators shall not be stored together in a manner that will allow leakage or spillage 0 iii 2 from one to contact the containers or material of the other. 3 4 6-09.3(5) Scarifying Concrete Surface 5 6 6-09.3(5)A General 7 The Contractor shall not begin scarifying a concrete bridge deck surface unless 8 completion of the scarification and concrete overlay can be accomplished within the 9 current construction season. wr 10 11 The Contractor shall not begin scarifying a concrete bridge deck surface until receiving 12 the Engineer's written approval of the machine to be used for scarifying. 13 ► 14 The Contractor shall protect adjacent traffic from flying debris generated by the 15 scarification process in accordance with Item 4 of Section 6-09.3(2) and as approved by 16 the Engineer. 17 is 18 The Contractor shall collect, contain, and dispose of all concrete debris generated by 19 the scarification process in accordance with Item 4 of Section 6-09.3(2) and as 20 approved by the Engineer. si 21 22 All areas of the deck that are inaccessible to the selected scarifying machine shall be 23 scarified to remove the concrete surface matrix to a maximum depth of 1/2 inch by a a 24 method approved by the Engineer. If these areas are hand-chipped then the 25 equipment shall meet the requirements as specified in Section 6-09.3(1)A. 26 27 6-09.3(5)B Testing of Hydro-Demolition and Shot Blasting Machines or 28 A trial area shall be designated by the Engineer to demonstrate that the equipment and 29 methods of operation are capable of producing results satisfactory to the Engineer. 30 The trial area shall consist of two patches each of approximately 30 square feet, one 31 area in sound concrete and one area of deteriorated concrete as determined by the "'r° 32 Engineer. 33 34 In the "sound* area of concrete, the equipment shall be programmed to remove 1/2 inch ,w 35 of concrete. 36 37 Following the test over sound concrete, the equipment shall be located over the 38 deteriorated concrete and using the same parameters for the sound concrete removal, Ili 39 remove all deteriorated concrete. The Engineer will grant approval of the equipment 40 based on successful results from the trial area test. 41 42 6-09.3(5)C Hydro-Demolishing IN 43 Once the operating parameters of the Hydro-Demolition machine are defined by 44 programming and calibration as specified in Section 6-09.3(5)B, they shall not be 45 changed as the machine progresses across the bridge deck, in order to prevent the 46 unnecessary removal of sound concrete below the required minimum removal depth. 47 The Contractor shall maintain a minimum production rate of 250 square feet per hour 48 during the deck scarifying process. 49 as 50 All water used in the Hydro-Demolition process shall be potable. Stream or lake water 51 will not be permitted. 52 53 All bridge drains and other outlets within 100 feet of the Hydro-Demolition machine shall so 54 be temporarily plugged during the Hydro-Demolition operation. When scarifying a 55 bridge deck passing over traffic lanes, the Contractor shall protect the traffic below by 56 restricting and containing scarifying operations, and implementing traffic control 57 measures, as approved by the Engineer. 58 59 The Contractor shall provide for the collection, filtering and disposal of all runoff water 60 generated by the Hydro-Demolition process, in accordance with the Runoff Water die NO 2002 WSDOT Amendments AM-20 August 5,2002 SP 1 Disposal Plan as approved by the Engineer in accordance with Item 3 of Section 6- 2 09.3(2). The Contractor shall comply with applicable regulations concerning such water 3 disposal. 4 to 5 6-09.3(5)D Shot Blasting 6 Once the operating parameters of the Shot Blasting machine are defined by 7 programming and calibration, as specified in Section; 6-09.3(5)B, they shall not be 8 changed as the machine progresses across the bridge deck, in order to prevent the ""p 9 unnecessary removal of sound concrete below the required minimum removal depth. 10 The Contractor shall maintain a minimum production rate of 250 square feet per hour 11 during the deck scarifying process. I. 13 6-09.3(5)E Rotomilling 14 The entire concrete surface of the bridge deck shall be scarified to remove the surface 15 matrix to a maximum 1/2 inch depth of the concrete. The operating parameters of the tow 16 rotary milling machine shall be monitored in order to prevent the unnecessary removal 17 of sound concrete below the 1/2 inch maximum removal depth. 18 19 6-09.3(5)F Repair of St. Reinf. Bars Damaged by Scarifying Operations "" 20 All reinforcing steel damaged due to the Contractor's operations shall be repaired by 21 the Contractor. For bridge decks not constructed under the same contract as the 22 concrete overlay, damage to existing reinforcing steel shall be repaired and paid for in ,,, 23 accordance with Section 1-09.6 if the existing concrete cover is 1/2 inch or less. All 24 other reinforcing steel damaged due to the Contractor's operations shall be repaired by ' 25 the Contractor at no additional expense to the Contracting Agency. 26 ••• 27 The repair shall be as follows or as directed by the Engineer: 28 29 1. Damage to epoxy coating, when present on existing steel reinforcing bars, 30 shall be repaired in accordance with Section 6-02.3(24)H. "" 31 32 2. Damage to bars resulting in a section loss of 20 percent or more of the bar 33 area shall be repaired by chipping out the adjacent concrete and splicing a MI 34 new bar of the same size. Concrete shall be removed to provide a 3/4 inch 35 minimum clearance around the bars. The splice bars shall extend a minimum 36 of 40 bar diameters beyond each end of the damage. 37 ow 38 3. Any bars partially or completely removed from the deck shall have the 39 damaged portions removed and spliced with new bars as outlined in Item 2 40 above. 41 ""' 42 6-09.3(5)G Cleanup Following Scarification 43 After scarifying is completed, the lane or strip being overlaid shall be thoroughly 44 cleaned of all dust, free standing water and loose particles. Cleaning may be as 45 accomplished by using compressed air, waterblasting, with a minimum pressure of 46 5,000 psi, or vacuum machines. Vacuum cleaning shall be used when required by 47 applicable air pollution ordinances. 48 .r 49 6-09.3(6) Further Deck Preparation 50 Once the lane or strip being overlaid has been cleaned of debris from scarifying, the 51 Contractor, under the direction of the Engineer, shall perform an inspection of the 52 completed work and shall mark those areas of the existing bridge deck that require MN 53 further deck preparation by the Contractor. Further deck preparation will be required 54 when any one of the following conditions is present: 55 .. 56 1. Unsound concrete. 57 58 2. Lack of bond between existing concrete and reinforcing steel. . 59 r ogi 2002 WSDOT Amendments AM-21 August 5,2002 +r 1 3. Exposure of reinforcing steel to a depth of one-half of the periphery of a bar for • 2 a distance of 12 inches or more along the bar. 3 4 4. Existing non-concrete patches as marked by the Engineer. 5 6 If the concrete overlay is placed on a bridge deck as part of the same contract as the 7 bridge deck construction, then all work associated with the further deck preparation 88 shall be performed at no additional expense to the Contracting Agency. 10 6-09..3(6)A Equipment for Further Deck Preparation 11 Further deck preparation shall be performed using either hand operated tools 12 conforming to Section 6-09.3(1)A, or hydro-demolishing machines conforming to 13 Section 6-09.3(1)C. 14 15 6-09.3(6)B Deck Repair Preparation 16 All concrete in the repair area shall be removed by chipping, hydro demolishing, or ite 17 other approved mechanical means to a depth necessary to remove all loose and 18 unsound concrete. If unsound concrete exists around the steel reinforcing bars, or if 19 the bond between concrete and steel is broken, concrete must be removed to provide a 20 3/4-inch minimum clearance around the steel reinforcing bars. 21 22 Care shall be taken in removing the deteriorated concrete to not damage any of the 23 existing deck or steel reinforcing bars that are to remain in place. All removal shall be 24 accomplished by making neat vertical cuts and maintaining square edges at the 25 boundaries of the repair area. Cuts made by using sawing or hydro demolishing 26 machines shall be made after sufficient concrete removal has been accomplished to 27 establish the limits of the removal area. In no case shall the depth of the vertical cut "" 28 exceed 3/4 inch or to the top of the top steel reinforcing bars, whichever is less. 29 30 The exposed steel reinforcing bars and concrete in the repair area shall be sandblasted ei 31 or hydro-blasted and blown clean just prior to placing concrete. Bridge deck areas 32 outside the repair area or steel reinforcing bar inside or outside the repair area 33 damaged by the Contractor's operations, shall be repaired by the Contractor at no 34 additional expense to the Contracting Agency, and to the satisfaction of the Engineer. 35 36 All steel reinforcing bars damaged due to the Contractor's operations shall be repaired 37 in accordance with Section 6-09.3(5)F. 38 39 6-09.3(6)C Placing Deck Repair Concrete 40 Patching concrete for modified concrete overlays shall be either modified concrete or 41 concrete Class M. For small deck repair, and as determined by the Engineer, the 42 Contractor may use the same modified concrete as that used in the overlay. 43 44 Before placing any patching concrete, the Contractor shall flush the existing concrete in 45 the repair area with water and make sure that the existing concrete is well saturated. a 46 The Contractor shall remove any free standing water prior to placing the patching 47 concrete. The Contractor shall place the patching concrete other than latex modified 48 concrete onto the existing concrete while it is wet. 49 50 If latex, fly ash, or microsilica modified concrete is used as the patching concrete, a thin 51 slurry bond grout shall be scrubbed into the existing concrete surface. The bond grout 52 shall match the overlay type being used as specified in Section 6-09.3(11). 53 54 If the Contractor elects to use as a patching material the same modified concrete as 55 that used in the overlay, then the repair areas shall be filled flush with the deck surface 56 sufficiently in advance of the overlay placement so that the material will not roll back Nib 57 under the screeds but shall not be placed more than one hour in advance of the overlay 58 placement. 59 sir 2002 WSDOT Amendments AM-22 August 5,2002 we 1 Areas patched with modified concrete or concrete Class M shall be wet cured for 24 2 hours in accordance with Section 6-09.3(13). During the curing period, all vehicular and 3 foot traffic shall be prohibited on the repaired area. 4 ow 5 6-09.3(7) Surface Preparation For Concrete Overlay 6 Following the completion of any required further deck preparation the entire lane or strip 7 being overlaid shall be cleaned. 8 9 If either a rotary milling machine or a shot blasting machine is used for concrete 10 scarification, then the concrete deck shall be sandblasted or shotblasted, using 11 equipment approved by the Engineer, until sound concrete is exposed. Care shall be ,i• 12 taken to ensure that all exposed reinforcing steel and the surrounding concrete is 13 completely blasted. Bridge grate inlets, expansion dams and barriers above the surface 14 to be blasted shall be protected from the blasting. 15 ow 16 If a hydro-demolition machine is used for concrete scarification, then the concrete deck 17 shall be cleaned by an approved method of waterblasting with 7,000 psi minimum 18 pressure, until sound concrete is exposed. 19 `w 20 The final surface of the deck shall be free from oil and grease, rust and other foreign 21 material that may reduce the bond of the new concrete to the old. These materials 22 shall be removed by detergent- cleaning or other method as approved by the Engineer ,,,,, 23 followed by sandblasting. 24 25 After all scarifying, chipping, sandblasting and cleaning is completed, the entire lane or 26 strip being overlaid shall be cleaned in final preparation for placing concrete using either MI 27 compressed air or vacuum machines. Vacuum machines shall be used when 28 warranted by applicable air pollution ordinances. 29 30 Scarifying with either rotary milling machines or shot blasting machines, hand tool Km 31 chipping, sandblasting and cleaning in areas adjacent to a lane or strip being cleaned in 32 final preparation for placing concrete shall be discontinued when final preparation is 33 begun. Scarifying and hand tool chipping shall remain suspended until the concrete s., 34 has been placed and the requirement for curing time has been satisfied. Sandblasting 35 and cleaning shall remain suspended for the first 24 hours of curing time after the 36 completion of concrete placing. 37 .• 38 If the hydro demolishing scarification process is used, scarification may proceed during 39 the final cleaning and overlay placement phases of the work on adjacent portions of the 40 structure so long as the hydro demolisher operations are confined to areas which are a r. 41 minimum of 100 feet away from the defined limits of the final cleaning or overlay 42 placement in progress. If the hydro demolisher impedes or interferes in any way with 43 the final cleaning or overlay placement as determined by the Engineer, the hydro 44 demolishing work shall be terminated immediately and the hydro demolishing .. 45 equipment removed sufficiently away from the area being prepared or overlaid to 46 eliminate the conflict. If the grade is such that water and contaminates from the hydro 47 demolishing operation will flow into the area being prepared or overlaid, the hydro 48 demolishing operation shall be terminated and shall remain suspended for the first 24 ow 49 hours of curing time after the completion of concrete placement. 50 51 If, after final cleaning, the lane or strip being overlaid becomes wet, the Contractor shall 52 flush the surface with high pressure water, prior to placement of the overlay. All free sw 53 standing water shall be removed prior to concrete placement. Concrete placement 54 shall begin within 24 hours of the completion of deck preparation for the portion of the 55 deck to be overlaid. If concrete placement has not begun within 24 hours, the lane or ow 56 strip being overlaid shall be cleaned by a light sand blasting followed by washing with 57 the high pressure water spray or by cleaning with the high pressure spray as approved 58 by the Engineer. 59 am eer 2002 WSDOT Amendments AM-23 August 5,2002 wag 1 Traffic other than required construction equipment will not be permitted on any portion • 2 of the lane or strip being overlaid that has undergone final preparation for placing 3 concrete unless approved by the Engineer. To prevent contamination, all equipment 4 allowed on the deck after final cleaning shall be equipped with drip guards. 5 6 6-09.3(8) Quality Assurance 7 8 6-09.3(8)A Quality Assurance for Microsilica Modified and Fly Ash 9 Modified Concrete Overlays 10 The Engineer will perform slump, temperature, and entrained air tests for acceptance 11 after the Contractor indicates that the concrete is ready for placement. Concrete from 12 the first truck load shall not be placed until tests for acceptance have been completed ole 13 by the Engineer and the results indicate that the concrete is within acceptable limits. 14 Sampling and testing will continue for each load until two successive loads meet all 15 applicable acceptance test requirements. Except for the first load of concrete, up to 1/2 16 cubic yard may be placed prior to testing for acceptance. After two successive tests "l' 17 indicate that the concrete is within specified limits, the sampling and testing frequency 18 may decrease to one for every three truck loads. Loads to be sampled will be selected 19 in accordance with the random selection process outlined in FOP for WAQTC TM2. 20 21 When the results of any subsequent acceptance test indicates that the concrete does 22 not conform to the specified limits, the sampling and testing frequency will be resumed 23 for each truck load. Whenever two successive subsequent tests indicate that the ill 24 concrete is within the specified limits, the random sampling and testing frequency of 25 one for every three truck loads may resume. 26 27 The test for determining the slump of the concrete will be conducted in accordance with 28 the WSDOT FOP for AASHTO T 119 and the test for determining the percentage of 29 entrained air will be conducted in accordance with the WAQTC FOP for AASHTO T 152 30 31 The Engineer will test for slump and/or air any load of concrete the Engineer deems 32 necessary. 33 34 6-09.3(8)B Quality Assurance for Latex Modified Concrete Overlays 35 The Engineer will perform operational control testing as the concrete is being placed. 36 The Contractor shall provide the Engineer with a 1/4-cubic yard container and 37 assistance in obtaining and handling samples. The 1/4-cubic yard container shall have 38 a 9-inch minimum depth and shall be placed on a level surface. A minimum of one test 39 per mobile mixer per shift will be conducted. The test will be conducted after eight 40 minutes of mixer operation. 41 42 The Engineer will perform slump and air tests as the concrete is being placed. The 43 minimum number of tests will be one slump test and one air test per mobile mixer, 44 beginning with the first charge and every other charge thereafter. The sample will be 45 taken after the first two minutes of continuous mixer operation. The concrete will be yr 46 sampled as follows: 47 48 1. While concrete is being deposited onto the bridge deck, the stream will be 49 diverted into a wheelbarrow or other suitable container. Approximately 1 cubic 50 foot of concrete will be sufficient to conduct one slump test and one air test. 51 52 2. Take the sample to the test site. The test site should be located away from r 53 the mobile mixer and off the end of the bridge if practical. 54 55 3. Allow the sample to stand undisturbed. The fresh concrete sample must be 56 protected from sunlight and wind until the conclusion of the testing. Total time 57 from discharge to time of start of slump testing will not exceed six and one half 58 minutes. 59 2002 WSDOT Amendments AM-24 August 5,2002 IIIf 1 The test for determining the slump of the concrete will be conducted in accordance with erg 2 WSDOT FOP for AASHTO T 119 and the test for determining the percentage of 3 entrained air will be conducted in accordance with WAQTC FOP for AASHTO T 152. 4 .. 5 During the initial proportioning, mixing, placing, and finishing operations, the Engineer 6 may require the presence of a technical representative from the latex admixture 7 manufacturer. The technical representative shall be capable of performing, 8 demonstrating, inspecting, and testing all of the functions required for placement of the ow 9 latex modified concrete as specified in Section 6-09.3(11) and as approved by the 10 Engineer. This technical representative shall aid in the proper installation of the latex 11 modified concrete. Recommendations made by the technical representative on or off 00 12 the jobsite, and approved by the Engineer, shall be adhered to by the Contractor at no 13 additional expense to the Contracting Agency. The Engineer will advise the Contractor 14 in writing a minimum of five working days before such services are required. 15 op 16 6-09.3(9) Mixing Concrete For Concrete Overlay 17 18 6-09.3(9)A Mixing Microsilica Modified or Fly Ash Modified Concrete 19 Mixing of concrete shall be in accordance with Section 6-02, with the following "" 20 exceptions: 21 22 1. The mixing shall be done at a batch plant. me 23 24 2. The volume of concrete transported by truck shall not exceed six cubic yards 25 per truck. 26 .. 27 6-09.3(9)B Mixing Latex Modified Concrete 28 The equipment used for mixing the concrete shall be operated with strict adherence to 29 the procedures set forth by its manufacturer. r 30 fie 31 A minimum of two mixers will be required at the overlay site for each concrete 32 placement when the total volume of concrete to be placed during the concrete 33 placement exceeds the material storage capacity of a single mixer. Additional mixers +. 34 may be required if conditions require that material be stockpiled away from the jobsite. 35 The Contractor shall have sufficient mixers on hand to ensure a consistent and 36 continuous delivery and placement of concrete throughout the concrete placement. 37 OOP 38 Charging the mobile mixer shall be done in the presence of the Engineer. Mixing 39 capabilities shall be such that the finishing operation can proceed at a steady pace. 40 41 6-09.3(10) Overlay Profile and Screed Rails 42 The overlay shall have a thickness of 1-1/2 inches or as specified by the Engineer. The 43 thickness shall be verified prior to the placement of concrete by attaching a filler block, 44 having a thickness of 1/4 inch less than the overlay thickness, to the bottom of the NO 45 screed. The filler block shall pass freely over the surface to be overlaid. With the 46 screed guides in place, the finishing machine shall be passed over the entire surface to 47 be overlaid and the final screed rail adjustments shall be made. 48 40 49 If the overlay thickness does not verify, the profile of the new concrete surface shall be 50 adjusted as approved by the Engineer. 51 ,,,,, 52 After the overlay thickness has been verified, changes in the finishing machine 53 elevation controls will not be allowed. 54 55 Rails upon which the finishing machine travels shall be placed outside of the area to iiim 56 overlaid, in accordance with Item 7 of Section 6-09.3(2) and as approved by the 57 Engineer. Interlocking rail sections or other approved methods of providing rail 58 continuity are required. am ow 59 2002 WSDOT Amendments AM-25 August 5,2002 Aro 1 Hold-down devices shot into the concrete are not permitted unless the concrete is to be s 2 subsequently overlaid. Hold-down devices of other types leaving holes in the exposed 3 area will be allowed provided the holes are subsequently filled with a sand/cement grout 4 (sand and portland cement in equal proportions by volume). Hold-down devices shall 5 not penetrate the existing deck by more than 3/4 inch. 6 7 Rails may be removed at any time after the concrete has taken an initial set. Adequate 8 precautions shall be taken during the removal of the finishing machine and rails to 9 protect the edges of the new surfaces. 10 11 The Contractor shall be responsible for setting screed control to obtain the nominal 12 overlay thickness specified as well as the finished surface smoothness requirements. • 13 14 6-09.3(11) Placing Concrete Overlay 15 Prior to concrete placement, the Contractor shall review the equipment, procedures, 16 personnel, and previous results with the Engineer. Inspection procedures shall also be le 17 reviewed to ensure coordination. 18 19 Concrete placement shall be made in accordance with Section 6-02 and the following ow 20 requirements: 21 22 1. After the lane or strip to be overlaid has been prepared and immediately 23 before placing the concrete, it shall be thoroughly soaked and kept 24 continuously wet with water for a minimum period of six hours prior to 25 placement of the concrete. All free standing water shall be removed prior to 26 concrete placement. During concrete placement, the lane or strip shall be 27 kept moist. „go 28 29 The concrete shall then be promptly and continuously delivered and deposited 30 on the placement side of the finishing machine. 31 rrrr 32 If latex modified concrete is used, the concrete shall be thoroughly brushed 33 into the surface and then brought up to final grade. If either microsilica 34 modified concrete or fly ash modified concrete are used, a slurry of the r 35 concrete, excluding aggregate, shall be thoroughly brushed into the surface 36 prior to the overlay placement. 37 38 Care shall be exercised to ensure that the surface receives a thorough, even ill 39 coating and that the rate of progress is limited so that the brushed concrete 40 does not become dry before it is covered with additional concrete as required 41 for the final grade. All aggregate which is segregated from the mix during the ,i,; 42 brushing operation shall be removed from the deck and disposed of by the 43 Contractor. 44 45 If either microsilica modified concrete or fly ash modified concrete are used, Nn 46 the Contractor shall ensure that a sufficient number of trucks are used for 47 concrete delivery to obtain a consistent and continuous delivery and 48 placement of concrete throughout the concrete placement operation. 49 50 When concrete is to be placed against the concrete in a previously placed NO 51 transverse joint, lane, or strip, the previously placed concrete shall be sawed 52 back six inches to straight and vertical edges and shall be sandblasted or iso 53 water blasted before new concrete is placed. The Engineer may decrease the 54 six inch saw back requirement to two inches minimum, if a bulkhead was used 55 during previous concrete placement and the concrete was hand vibrated along 56 the bulkhead. 57 58 2. Concrete placement shall not begin if rain is expected. Adequate precautions 59 shall be taken to protect freshly placed concrete in the event that rain begins 60 during placement. Concrete that is damaged by rain shall be removed and 2002 WSDOT Amendments AM-26 August 5,2002 tee 1 replaced by the Contractor at no additional expense to the Contracting ... 2 Agency, and to the satisfaction of the Engineer. 3 4 3. Concrete shall not be placed when the temperature of the concrete surface is ,• 5 less than 45F or greater than 75F, when the combination of air temperature, 6 relative humidity, fresh concrete temperature, and wind velocity at the 7 construction site produces an evaporation rate of 0.15 pound per square foot 8 of surface per hour as determined from Table 6-02.3(6)-1, or when winds are imp 9 in excess of 10 mph. If the Contractor elects to work at night to meet these 10 criteria, adequate lighting shall be provided at no additional expense to the 11 Contracting Agency, and as approved by the Engineer. ✓ 12 13 4. If concrete placement is stopped for a period of one-half hour or more, the 14 Contractor shall install a bulkhead transverse to the direction of placement at a 15 position where the overlay can be finished full width up to the bulkhead. The mo 16 bulkhead shall be full depth of the overlay and shall be installed to grade. The 17 concrete shall be finished and cured in accordance with these specifications. 18 19 Further placement is permitted only after a period of 12 hours unless a gap is me 20 left in the lane or strip. The gap shall be of sufficient width for the finishing 21 machine to clear the transverse bulkhead installed where concrete placement 22 was stopped. The previously placed concrete shall be sawed back from the m„ 23 bulkhead, to a point designated by the Engineer, to straight and vertical edges 24 and shall be sandblasted or water blasted before new concrete is placed. 25 26 5. Concrete shall not be placed against the edge of an adjacent lane or strip that ego 27 is less than 36 hours old. 28 29 6-09.3(12) Finishing Concrete Overlay 30 Finishing shall be accomplished in accordance with the applicable portions of Section 6- ON 31 02.3(10) and as follows. Concrete shall be placed and struck-off approximately 1/2 inch 32 above final grade and then consolidated and finished to final grade with a single pass 33 (the Engineer may require additional passes) of the finishing machine. Hand finishing ,, 34 may be necessary to close up or seal off the surface. The final product shall be a 35 dense uniform surface. 36 37 Latex shall not be sprayed on a freshly placed latex modified concrete surface; a 38 however, a light fog spray of water is permitted if required for finishing, as determined 39 by the Engineer. 40 41 As the finishing machine progresses along the placed concrete, the surface shall be "' 42 given a final finish by texturing with a comb perpendicular to the center line of the 43 bridge. The texture shall be applied immediately behind the finishing machine. The 44 comb shall consist of a single row of metal tines capable of producing 1/8 inch wide am 45 striations approximately 0.015 foot in depth at approximately 1/2-inch spacing. The 46 combs may be operated manually or mechanically, either singly or in gangs (several 47 combs placed end to end). This operation shall be done in a manner that will minimize 48 the displacement of the aggregate particles. The texture shall not extend into areas all 49 within 2 feet of the curb line. The non-textured concrete within 2 feet of the curb line 50 shall be hand finished with a steel or magnesium trowel. 51 .. 52 Screed rails and construction dams shall be separated from the newly placed concrete 53 by passing a pointing trowel along the inside surfaces of the rails or dams. Care shall 54 be exercised to ensure that this trowel cut is made for the entire depth and length of 55 rails or dams after the concrete has stiffened sufficiently that it does not flow back. ow 56 57 After the burlap cover has been removed and the_concrete surface has dried, but 58 before opening to traffic, all joints and visible cracks shall be filled and sealed with a 59 high molecular weight methacrylate resin (HMWM). Cracks 1/16 inch and greater in .r 2002 WSDOT Amendments AM-27 August 5,2002 .• 1 width shall receive two applications of HMWM. Immediately following the application of 2 HMWM, the wetted surface shall be coated with sand for abrasive finish. 3 4 6-09.3(13) Curing Concrete Overlay 5 As the texturing portion of the finishing operation progresses, the concrete shall be 6 immediately covered with a single layer of clean, new or used, wet burlap. The burlap 7 shall have a maximum width of six feet. The Engineer will determine the suitability of 8 the burlap for reuse, based on the cleanliness and absorption ability of the burlap. Care 9 shall be exercised to ensure that the burlap is well drained and laid flat with no wrinkles 'ii'i 10 on the deck surface. Adjacent strips of burlap shall have a minimum overlap of six 11 inches. 12 13 Once in place the burlap shall be lightly fog sprayed with water. A separate layer of 14 white, reflective type polyethylene sheeting shall immediately be placed over the wet 15 burlap. The concrete shall then be wet cured by keeping the burlap wet for a minimum 16 of 42 hours after which the polyethylene sheeting and burlap may be removed. 17 18 Traffic shall not be permitted on the finished concrete until the specified curing time is 19 satisfied and until the concrete has reached a minimum compressive strength of 3,000 20 psi as verified by rebound number determined in accordance with ASTM C 805. 21 22 6-09.3(14) Checking for Bond 23 After the requirements for curing have been met, the entire overlaid surface shall be ei 24 sounded by the Contractor, in a manner approved by and in the presence of the 25 Engineer, to ensure total bond of the concrete to the bridge deck. Concrete in 26 unbonded areas shall be removed and replaced by the Contractor with the same 27 modified concrete as used in the overlay at no additional expense to the Contracting • 28 Agency. All cracks, except those that are significant enough to require removal, shall 29 be thoroughly filled and sealed as specified in Section 6-09.3(12). 30 31 After the curing requirements have been met, the Contractor may use compressed air 32 to accelerate drying of the deck surface for crack identification and sealing. 33 34 6-09.4 Measurement 35 Scarifying concrete surface will be measured by the square yard of surface actually 36 scarified. 37 38 Modified concrete overlay will be measured by the cubic foot of material placed. For 39 latex modified concrete overlay, the volume will be determined by the theoretical yield 40 of the design mix and documented by the counts of the cement meter less waste. For 41 both microsilica modified concrete overlay and fly ash modified concrete overlay, the 42 volume will be determined from the concrete supplier's Certificate of Compliance for 43 each batch delivered less waste. Waste is defined as the following: 44 45 1. Material not placed. 46 47 2. Material placed in excess of six inches outside a longitudinal joint or 48 transverse joint. 49 rr 50 Finishing and curing modified concrete overlay will be measured by the square yard of 51 overlay surface actually finished and cured. 52 53 When further deck preparation is measured by volume, it will be measured by the cubic 54 foot of material placed. When latex modified concrete overlay is used as the repair 55 material, the volume will be determined by the theoretical yield of the design mix and 56 documented by the counts of the cement meter less waste. When either microsilica 57 modified concrete overlay, fly ash modified concrete overlay, or concrete Class M are 58 used as the repair material, the volume will be determined from the concrete supplier's 59 Certificate of Compliance for each batch delivered less waste. 60 mio 2002 WSDOT Amendments AM-28 August 5,2002 11 to 1 6-09.5 Payment 2 Payment will be made in accordance with Section 1-04.1, for each of the following bid 3 items that are included in the bid proposal: 4 n o 5 "Scarifying Conc. Surface", per square yard. 6 The unit contract price per square yard for "Scarifying Conc. Surface" shall be full 7 pay for performing the work as specified, including testing and calibration of the 8 machines and tools used, containment, collection, and disposal of all water and as 9 abrasives used and debris created by the scarifying operation, measures taken to 10 protect adjacent traffic from flying debris, and final cleanup following the scarifying 11 operation. — 12 13 "Modified Conc. Overlay", per cubic foot. 14 The unit contract price per cubic foot for "Modified Conc. Overlay" shall be full pay 15 for furnishing the modified concrete overlay. ✓ 16 17 "Finishing and Curing Modified Conc. Overlay", per square yard. 18 The unit contract price per square yard for "Finishing and Curing Modified Conc. 19 Overlay" shall be full pay for performing the work as specified, including placing, us 20 finishing, and curing the modified concrete overlay, checking for bond, and sealing 21 all cracks. 22 NO 23 "Further Deck Preparation", per cubic foot. 24 When "Further Deck Preparation" is measured by volume, the unit contract price 25 per cubic foot for "Further Deck Preparation" shall be full pay for performing the 26 work as specified, including removing and disposing of the concrete within the do 27 repair area, and furnishing, placing, finishing, and curing the repair concrete. 28 29 "Further Deck Preparation", force account. 30 When "Further Deck Preparation" is not measured by volume, payment for the es 31 work required will be by force account in accordance with Section 1-09.6. For the 32 purpose of providing a common proposal for all bidders, the Contracting Agency 33 has entered an amount for the item "Further Deck Preparation" in the bid proposal M. 34 to become a part of the total bid by the Contractor. 35 36 SECTION 6-10, CONCRETE BARRIER 37 August 5, 2002 I 38 6-10.3(2) Cast-In-Place Concrete Barrier 39 This section is revised to read: m„ 40 41 Forms for cast-in-place barrier shall be made of steel or of exterior plywood coated with 42 plastic. The Contractor may construct the barrier by the slip-form method. 43 a•► 44 The barrier shall be made of Class 4000 concrete that meets the requirements of 45 Section 6-02, except that the fine aggregate gradation used for slip form barrier may be 46 either Class 1 or 2. The Contractor may use Portland cement Type III at no additional 47 expense to the Contracting Agency. "` 48 49 In addition to the steel reinforcing bar tying and bracing requirements specified in 50 Section 6-02.3(24) C, the Contractor may also place small amounts of concrete to aid in ,,,, 51 holding the steel reinforcing bars in place. These small amounts of concrete shall be 52 not more than two cubic feet in volume, and shall be spaced at a minimum of ten-foot 53 intervals within the steel reinforcement cage. These small amounts of concrete shall be 54 consolidated and shall provide two inches minimum clearance to the steel reinforcing ✓ 55 bars on the outside face of the barrier. All spattered and excess mortar and concrete 56 shall be removed from the steel reinforcing bars prior to slip-form casting. 57 58 Barrier expansion joints shall be spaced at 96-foot intervals, and dummy joints shall be 59 spaced at 12-foot intervals unless otherwise specified in the contract. o 2002 WSDOT Amendments AM-29 August 5,2002 ••• 1 2 Immediately after removing the forms, the Contractor shall complete any finishing work 3 needed to produce a uniformly smooth, dense surface. The surface shall have no rock 4 pockets and no holes larger than 1/4 inch across. The barrier shall be cured and finished 5 in accordance with Section 6-02.3(11) A. 6 7 The maximum allowable deviation from a 10-foot straightedge held longitudinally on all 8 surfaces shall be 1/4 inch. For single sloped barrier the maximum allowable deviation 9 from a straightedge held along the vertical sloped face of the barrier shall be 1/4 inch. 10 11 At final acceptance of the project, the barrier shall be free from stains, smears, and any 12 discoloration. 13 14 6-10.3(7) Concrete Barrier Berm Type 1 15 This section including title is revised to read: 16 as 17 6-10.3(7) Vacant 18 19 6-10.4 Measurement 20 The statement "Concrete barrier berms will be measured per each for each berm installed." 21 Is deleted. 22 23 6-10.5 Payment ei 24 The bid item ("Conc. Barrier Berms Type 1", per each.) is deleted. 25 26 SECTION 7-01, DRAINS 27 April 1, 2002 28 7-01.2 Materials 29 In the first paragraph, "Corrugated Polyethylene (PE) Drain Pipe, 8-inch diameter maximum" 30 is revised to read: 31 32 Corrugated Polyethylene (PE) Drain Pipe, 10-inch diameter maximum 33 34 "Corrugated Polyethylene (PE) Drain Pipe, 12-inch through 24-inch diameter maximum" is 35 revised to read: 36 37 Corrugated Polyethylene (PE) Drain Pipe, 12-inch through 36-inch diameter maximum se 38 39 SECTION 7-02, CULVERTS 40 January 7, 2002 41 7-02.2 Materials 42 In the chart "Culvert Pipe Schedules", the following is revised: 43 pie 44 In the column "Schedule (Fill Height)", the symbol ❑ is revised to ' (feet). 45 46 In the columns "Steel", and "Aluminum", the symbol ❑ is revised to " (inches). 47 48 In note 2. The symbol 0 is revised to " (inches). 49 50 SECTION 7-04, STORM SEWERS Mi 51 April 1, 2002 52 7-04.3(1)F Low Pressure Air Test for Storm Sewers Constructed of Non Air- 53 Permeable Materials i 54 This section is supplemented with the following: 55 56 Reaches of thermoplastic pipe containing no joints shall be exempt from testing 57 requirements. a 2002 WSDOT Amendments AM-30 August 5,2002 OM 1 2 SECTION 7-05, MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS 3 April 1, 2002 • 4 7-05.2 Materials 5 The referenced section for Gravel Backfill for Drywells is revised to 9-03.12(5). 6 7 In the first paragraph, "Precast Concrete Catch Basis" is revised to read: 8 9 Precast Concrete Catch Basins 10 ir„ 11 SECTION 7-08, GENERAL PIPE INSTALLATION REQUIREMENTS 12 April 1, 2002 13 7-08.4 Measurement 14 The fifth paragraph is revised to read: 15 16 Embankment construction before pipe placement under the applicable provisions of 17 Section 7-08.3(1)A will be measured in accordance with Section 2-03. 18 19 SECTION 7-09, PIPE AND FITTINGS FOR WATER MAINS 20 August 5, 2002 21 This section including title is revised in its entirety to read: 22 23 SECTION 7-09, WATER MAINS imp 24 25 7-09.1 Description 26 This work shall consist of constructing water mains 16 inches in diameter and smaller in 27 accordance with the Plans, these Standard Specifications, the Special Provisions and 28 the Standard Plans, at the location shown on the Plans. 29 30 7-09.1(1) Definitions 31 32 7-09.1(1)A Trench Widths 33 Trench width is from trench wall to trench wall, outside of shoring. 34 35 7-09.1(1)B Unsuitable Material 36 Material removed because it is unsatisfactory for foundations is defined as unsuitable 37 foundation material. 38 39 Material removed in trenching which is unsuitable for replacement in the backfill is 40 defined as unsuitable backfill material. 41 �► 42 7-09.1(1)C Gravel Backfill for Pipe Zone Bedding 43 Gravel backfill for pipe zone bedding is the method or material used to transmit load 44 from the pipe into the foundation or into the sidewall support. 45 "'" 46 7-09.1(1)D Pipe Zone Backfill 47 Pipe zone backfill includes material placed above the gravel backfill for pipe zone 48 bedding up to the depths shown on the Standard Plans. 49 50 7-09.1(1)E Trench Backfill 51 Trench backfill includes materials placed above the pipe zone backfill. Trench backfill 52 within the roadway prism shall extend up to the underside of the pavement or surfacing i• 53 materials. Trench backfill outside the roadway prism shall extend up to original ground 54 or finished grade. 55 56 7-09.2 Materials 57 Materials shall meet the requirements of the following sections: vie 2002 WSDOT Amendments AM-31 August 5,2002 1 mr 2 Pipe for main line: 9-30.1 3 Ductile Iron Pipe 9-30.1(1) 4 Steel Pipe (6 inches and over) 9-30.1(4)A 5 Polyvinyl Chloride (PVC) Pressure Pipe vii 6 (4 inches and over) 9-30.1(5)A 7 Polyvinyl Chloride (PVC) Pressure Pipe 8 (under 4 inches) 9-30.1(5)B 9 Polyethylene (PE) Pressure Pipe (4 inches and over) 9-30.1(6) " ' 10 11 Fittings for Main Lines: 9-30.2 12 Ductile Iron Pipe 9-30.2(1) ii 13 Steel Pipe (6 inches and over) 9-30.2(4)A 14 Polyvinyl Chloride (PVC) Pipe (4 inches and over) 9-30.2(5)A 15 Polyvinyl Chloride (PVC) Pipe (under 4 inches) 9-30.2(5)B 16 Restrained Joints 9-30.2(6) so 17 Bolted, Sleeve—Type Couplings for Plain End Pipe 9-30.2(7) 18 Restrained Flexible Couplings 9-30.2(8) 19 Grooved and Shouldered Joints 9-30.2(9) 20 Polyethylene (PE) Pipe (4 inches and over) 9-30.2(10) iii 21 Fabricated Steel Mechanical Slip—Type Expansion 22 Joints 9-30.2(11) 23 iip 24 Appurtenancues: 25 Concrete Blocking 6-02.3(2)B 26 Detectable Marking Tape 9-15.1 27 Blow Off Assemblies 9-30.1, 9-30.2, 9- ft 28 30.3, 9-30.6 29 Polyethylene Encasement 9-30.1(2) 30 Steel Pipe (4 inches and under) 9-30.1(4)B IN 31 Fittings for Steel Pipe (4 inches and under) 9-30.2(4)B 32 33 Aggregates: 34 Foundation Material 9-03.17, ita 35 9-03.18 36 Gravel Backfill for Pipe Zone Bedding 9-03.12(3) 37 Pipe Zone Backfill 9-03.19 38 Trench Backfill 9-03.15 or ft 39 9-03.19 40 41 It is not intended that materials listed herein are to be necessarily considered equal or 42 generally interchangeable for all applications. Those suitable for the project shall be 43 specified in the Special Provisions or shown on the Plans. 44 45 The pipe manufacturer shall test all pipe and fittings as required by these Standard vat 46 Specifications and the standards referenced. The pipe manufacturer shall submit to the 47 Engineer two (2) copies of all test results including a written certification that material to 48 be delivered is represented by the samples tested and that such delivered materials 49 meet or exceed the specified requirements. No pipe shall be delivered until test results f 50 and certifications are in the hands of the Engineer. 51 52 The Engineer shall have free access to all testing and records pertaining to material to iii 53 be delivered to the job site. The Engineer may elect to be present at any or all material 54 testing operations. 55 56 The basis of acceptance shall be a certificate of compliance as described in Section irk 57 1-06.3, accompanied by two (2) copies of pressure test results of the pipe or fittings 58 involved. 59 as mi 2002 WSDOT Amendments AM-32 August 5,2002 It MO 1 7-09.3 Construction Requirements 2 3 7-09.3(1) General 4 Trench excavation required for the installation of water mains and appurtenances shall g. 5 be unclassified. Material excavated from trenches and piled adjacent to the trench or in 6 a roadway or public thoroughfare shall be piled and maintained so that the toe of the 7 slope of the spoil material is at least 2 feet from the edge of the trench. It shall be piled 8 in a manner to prevent surface water from flowing into the excavation and in a manner r 9 that will cause a minimum of inconvenience to public travel. Free access shall be 10 provided to all fire hydrants, water valves, and meters; and clearance shall be left to 11 enable the free flow of storm water in gutters, conduits, and natural watercourses. lig 12 13 7-09.3(2) Ungraded Streets 14 On ungraded streets, when grading is not called for in the Contract, the depth of trench 15 excavation shall be as shown on the Plans and as staked. *"' 16 17 Where the Plans show the pipe is to be laid above the existing ground surface, an 18 embankment fill shall be made and compacted to conform with the section shown on 19 the Plans, and the water main trench shall be excavated therein. That portion of the as 20 embankment below the bottom of the pipe shall be compacted with rollers or 21 mechanical compactors under controlled moisture conditions as required under Method 22 B of Section 2-03.3(14)C. .r 23 24 7-09.3(3) Clearing and Grubbing in Ungraded Streets 25 On ungraded streets, where clearing and grubbing is not called for in the Contract, the 26 area to be excavated or filled shall be cleared and grubbed by the Contractor. This is 27 work shall consist of the removal and disposal of logs, stumps, roots, brush, and other 28 refuse within 5 feet of the centerline of the pipe. Such material shall be disposed of in 29 accordance with the Special Provisions. is 30 31 7-09.3(4) Removal of Existing Street Improvements 32 Removal of existing street improvements and pavement from driveways and sidewalks 33 shall be performed as specified in Section 2-02. Stockpiling of waste materials along a•• 34 the trench shall not be allowed. 35 36 7-09.3(5) Grade and Alignment 37 The location of blow off assemblies and combination air release/air vacuum valves are "'y' 38 shown on the Plans. 39 40 The Contractor shall verify the locations and establish the depth of the existing water ,,I 41 mains at the points where connections are to be made prior to trenching for the 42 pipelines. The profile shall be adjusted so no new high spots or low spots are created 43 between the connection points to the existing water mains. 44 - 45 The depth of trenching for water mains shall be such as to give a minimum cover of 36 46 inches over the top of the pipe unless otherwise specified in the Special Provisions. 47 Deeper excavation may be required due to localized breaks in grade, or to install the 48 new main under existing culverts or other utilities where necessary. Where the profile "` 49 of the pipeline and the ground surface is shown on the Plans, the pipeline shall be laid 50 to the elevation shown regardless of depth. The excavation shall be to such depth that 51 the minimum cover over valve operating nuts shall be 1 foot. as 52 53 7-09.3(6) Existing Utilities 54 Existing utilities of record, except services, are shown on the Plans. These are shown 55 for convenience only, and the Engineer assumes no responsibility for improper .• 56 locations or failure to show utility locations on the Plans. 57 58 When utility services occupy the same space as the new water main, the Contractor 59 shall complete necessary excavation to fully expose such services. The Contractor +"" 60 shall protect said services, and work around them during excavating and pipe laying um 2002 WSDOT Amendments AM-33 August 5,2002 .r 1 operations. Any damages to services resulting from the Contractor's operation shall be ,j 2 reported to the appropriate utility. Such damage shall be repaired at the Contractor's 3 expense. 4 5 7-09.3(7) Trench Excavation Ili 6 The Contractor shall perform excavation of every description and in whatever materials 7 encountered to the depth indicated on the Plans or specified in the Special Provisions. 8 Excavations shall be made by open cut unless otherwise provided for. Trenches shall r 9 be excavated to true and smooth bottom grades and in accordance with the lines given 10 by the Engineer or shown on the Plans. The trench bottom shall provide uniform 11 bearing and support for each length of pipe. 12 13 Bell holes shall be excavated to the extent necessary to permit accurate work in making 14 and inspecting the joints. The banks of the trenches shall be kept as nearly vertical as 15 soil conditions will permit, and where required to control trench width or to protect 16 adjacent structures, the trench shall be sheeted and braced. Trench widths to 1 foot is 17 above the top of the pipe shall not exceed 30 inches maximum or 1' times the outside 18 diameter of the pipe plus 18 inches whichever is greater. Standard excavating 19 equipment shall be adjusted so as to excavate the narrowest trench possible. ft 20 21 Trench excavation shall not be more than 400 feet ahead of the pipe laying operation 22 and trenches shall be closed up at the end of the day. 23 ii 24 The Contractor shall exercise sound engineering and construction practices in 25 excavating the trench and maintaining the trench so that no damage will occur to any 26 foundation, structure, pole line, pipe line, or other facility because of slough or slopes, 27 or from any other cause. If, as a result of the excavation, there is disturbance of the " 28 ground, which may endanger other property, the Contractor shall immediately take 29 remedial action at no additional expense to the Contracting Agency. No act, 30 representation, or instruction of the Engineer shall in any way relieve the Contractor lip 31 from liability for damages or costs that result from trench excavation. 32 33 Care shall be taken not to excavate below the depth specified. Excavation below that 34 depth shall be backfilled with foundation material and compacted as specified herein. iiii 35 36 If workers have to enter any trench or other excavation 4 feet or more in depth that 37 does not meet the open pit requirements of Section 2-09.3(3)B, it shall be shored. The 38 Contractor alone shall be responsible for worker safety, and the Contracting Agency " ' 39 assumes no responsibility. 40 41 Upon completing the work, the Contractor shall remove all shoring unless the Plans or 42 the Engineer direct otherwise. 43 44 7-09.3(7)A Dewatering of Trench 45 Where water is encountered in the trench, it shall be removed during pipe-laying eit 46 operations and the trench so maintained until the ends of the pipe are sealed and 47 provisions are made to prevent floating of the pipe. Trench water or other deleterious 48 materials shall not be allowed to enter the pipe at any time. 49 et 50 7-09.3(7)B Rock Excavation 51 Rock excavation shall cover the removal and disposal of rock that requires systematic 52 drilling and blasting for its removal, and also boulders exceeding 'h cubic yard. Ledge _ 53 rock, boulders, or stones shall be removed to provide a minimum clearance of 4 inches 54 under the pipe. 55 56 Hardpan, hard clay, glacial till, sandstone, siltstone, shale, or other sedimentary rocks, . 57 which are soft, weathered, or extensively fissured will not be classified as rock 58 excavation. Rock is defined as one which has a modulus of elasticity of more than 59 200,000 psi or unconfined compressive strength at field moisture content of more than 60 2,000 psi. sr► Ili 2002 WSDOT Amendments AM-34 August 5,2002 Ili ay 1 2 Materials removed shall be replaced with gravel backfill for pipe zone bedding, pipe 3 zone backfill or trench backfill as designated by the Engineer. 4 am 5 7-09.3(7)C Extra Trench Excavation 6 Changes in grades of the water main from those shown on the Plans, or as provided in 7 the Special Provisions, may be necessary because of unplotted utilities, or for other 8 reasons. If, in the opinion of the Engineer, it is necessary to adjust, correct, relocate, or "'n 9 in any way change the line and grade, such changes shall be made by the Contractor 10 under the terms of these Standard Specifications. 11 12 When pipeline grade is lowered in excess of 1 foot below the grade indicated on the 13 Plans, the Contractor shall make such extra excavation as necessary. 14 15 When the pipeline horizontal alignment is changed by more than 1 foot from the line .. 16 indicated on the Plans, after the trench has been excavated, the Contractor shall 17 excavate the trench at the changed location and backfill and compact the previous 18 trench. 19 - 20 Additional excavation so required will be classified as extra trench excavation. 21 22 7-09.3(8) Removal and Replacement of Unsuitable Materials is 23 Whenever in excavating the trench for water mains, the bottom of the trench exposes 24 peat, soft clay, quicksand, or other unsuitable foundation material, such material shall 25 be removed to the depth directed by the Engineer and backfilled with foundation 26 material. When determined by the Engineer that silty soils or fine sandy soils are 27 encountered, Class C foundation material shall be required. Silty soils or fine sandy 28 soils usually flow in the presence of a stream of water. When determined by the 29 Engineer that clays, peats, or other soft materials are encountered that become 30 saturated with water, but do not break down into fine particles and flow, Class A or "` 31 Class B foundation material shall be required. 32 33 Material removed from the trench that is unsuitable for trench backfill shall be removed ,,,,,, 34 and hauled to a waste site. If material is not available within the limits of the project for 35 backfilling the trench, the Contractor shall furnish trench backfill meeting the 36 requirements of Section 9-03.12(3) or 9-03.19 as required. 37 - 38 Unsuitable material shall be loaded directly into trucks and hauled to a waste site 39 obtained by the Contractor. Stockpiling of unsuitable material at the project site shall 40 not be allowed. 41 'o' 42 7-09.3(9) Bedding the Pipe 43 Gravel backfill for pipe zone bedding shall be select granular material free from wood 44 waste, organic material, and other extraneous or objectionable materials and shall have um 45 a maximum dimension of 1-1/2 inches. Gravel backfill for pipe zone bedding shall be 46 placed to the depths shown on Standard Plan B-11. Gravel backfill for pipe zone 47 bedding shall be rammed and tamped around the pipe to 95 percent of maximum 48 density by approved hand-held tools, so as to provide firm and uniform support for the +w 49 full length of the pipe, valves, and fittings. Care shall be taken to prevent any damage 50 to the pipe or its protective coating. 51 52 7-09.3(10) Backfilling Trenches do 53 Prior to backfilling, form lumber and debris shall be removed from the trench. Sheeting 54 used by the Contractor shall be removed just ahead of the backfilling. 55 a„ 56 Backfill up to 12 inches over the top of the pipe shall be evenly and carefully placed. 57 Materials capable of damaging the pipe or its coating shall be removed from the backfill 58 material. The remainder of the material shall be placed by dumping into the trench by 59 any method at the option of the Contractor, and shall be compacted as specified go 60 hereinafter. ... 2002 WSDOT Amendments AM-35 August 5,2002 ..r 1 2 A minimum 3-inch sand cushion shall be placed between the water main and existing MI 3 pipelines or other conduits when encountered during construction and as directed by 4 the Engineer. 5 6 7-09.3(11) Compaction of Backfill 7 Backfill shall be compacted to at least 95 percent of maximum density as specified in 8 Section 2-03.3(14)D. 9 in 10 At locations where paved streets, roadway shoulders, driveways, or sidewalks will be 11 constructed or reconstructed over the trench, the backfill shall be spread in layers and 12 be compacted by mechanical tampers. In such cases, the backfill material shall be aa 13 placed in successive layers not exceeding 6 inches in loose thickness, and each layer 14 shall be compacted with mechanical tampers to the density specified herein. 15 Mechanical tampers shall be of the impact type as approved by the Engineer. 16 sig 17 7-09.3(12) General Pipe Installation 18 Pipe shall be installed in accordance with the manufacturer's printed specifications and 19 instructions, and to the standards of the AWWA for installing the type of pipe used. The 20 Contractor shall provide tools and equipment, including any special tools required for "'6 21 installing each particular type of pipe used. 22 23 Short lengths of pipe supplied by the manufacturer shall be used whenever possible to as 24 provide the proper spacing of valves, tees, or special fittings. 25 26 7-09.3(13) Handling of Pipe 27 Pipe shall be handled in a manner that will prevent damage to the pipe, pipe lining, or ea 28 coating. Pipe and fittings shall be loaded and unloaded using hoists and slings in a 29 manner to avoid shock or damage, and under no circumstances shall they be dropped, 30 skidded, or rolled against other pipe. If any part of the coating or lining is damaged, 31 repair thereof shall be made by the Contractor at no additional expense to the ""' 32 Contracting Agency and in a manner satisfactory to the Engineer. Damaged pipe shall 33 be rejected, and the Contractor shall immediately place damaged pipe apart from the 34 undamaged and shall remove the damaged pipe from the site within 24 hours. Si 35 36 Threaded pipe ends shall be protected by couplings or other means until laid. 37 38 Pipe and fittings shall be inspected for defects. to 39 40 Dirt or other foreign material shall be prevented from entering the pipe or pipe joint 41 during handling or laying operations, and any pipe or fitting that has been installed with 42 dirt or foreign material in it shall be removed, cleaned, and re-laid. At times when pipe '" 43 laying is not in progress, the open ends of the pipe shall be closed by a watertight plug 44 or by other means approved by the Engineer to ensure cleanliness inside the pipe. 45 il 46 7-09.3(14) Cutting Pipe " 47 Whenever it becomes necessary to cut a length of pipe, the cut shall be made by 48 abrasive saw or by a special pipe cutter. Pipe ends shall be square with the 49 longitudinal axis of the pipe and shall be reamed and otherwise smoothed so that good es 50 connections can be made. Threads shall be cleanly cut. Oxyacetylene torch cutting of 51 ductile iron pipe shall not be allowed. 52 53 7-09.3(15) Laying of Pipe on Curves as 54 55 7-09.3(15)A Ductile Iron Pipe 56 Long radius curves, either horizontal or vertical, may be laid with standard pipe lengths lib 57 by deflecting the joints. If the pipe is shown curved on the Plans and no special fittings 58 are shown, the Contractor can assume that the curves can be made by deflecting the 59 joints with standard lengths of pipe. If shorter lengths are required, the Plans will 60 indicate maximum lengths that can be used. The amount of deflection at each pipe IM 2002 WSDOT Amendments AM-36 August 5,2002 UM to 1 joint when pipe is laid on a horizontal or vertical curve shall not exceed the 2 manufacturer's printed recommended deflections. 3 4 Where field conditions require deflection or curves not anticipated by the Plans, the to 5 Engineer will determine the methods to be used. No additional payment will be made 6 for laying pipe on curves as shown on the Plans, or for field changes involving standard 7 lengths of pipe deflected at the joints. When special fittings not shown on the Plans are 8 required to meet field conditions, additional payment will be made for special fittings as de 9 provided in Section 1-09.6. 10 11 When rubber gasketed pipe is laid on a curve, the pipe shall be jointed in a straight l 12 alignment and then deflected to the curved alignment. Trenches shall be made wider 13 on curves for this purpose. 14 15 7-09.3(15)B Polyvinyl Chloride (PVC) Pipe (4 Inches and Over) to 16 PVC pipe may be bent to allow for slight changes in direction. The minimum bending 17 radius shall be as follows: 18 ,P Size Minimum Bending Radius 4-inch 125 feet 6-inch 175 feet 8-inch 225 feet to 10-inch 275 feet 12-inch 325 feet 14-inch 400 feet 19 t o 20 Axial deflection at the pipe joints shall not be allowed. 21 22 For 16-inch diameter pipe, changes in direction may be accomplished by axial to 23 deflection of the pipe joint. The maximum axial deflection allowed at each joint is one 24 degree. For changes in direction greater than one degree per pipe joint, fittings shall be 25 used. 26 .r 27 7-09.3(16) Cleaning and Assembling Joint 28 The pipe ends, couplings, fittings, and appurtenances shall be cleaned to remove oil, 29 grit, or other foreign matter from the joint. Care shall be taken to keep the joint from 30 contacting the ground. to 31 32 Pipe not furnished with a depth mark shall be marked before assembly to ensure visual 33 observation of the work. ,w 34 35 7-09.3(17) Laying Ductile Iron Pipe with Polyethylene Encasement 36 Where shown on the Plans, the Contractor shall lay ductile iron pipe with a polyethylene 37 encasement. Pipe and polyethylene encasement shall be installed in accordance with + 38 AWWA C105. 39 40 7-09.3(18) Coupled Pipe 4 Inches in Diameter and Larger di, 42 Joints for steel pipe shall be bell and spigot or welded as specified in the Special 42 Provisions. 43 44 Component parts of couplings, rings, and bells shall receive a protective coating in the ,,,, 45 same manner as specified for the steel pipe. Bolts and nuts, exposed edges, and 46 flanges shall, after installation, be covered with coal-tar protective coating conforming to 47 AWWA C203 or other coating approved by the Engineer. 48 "' 49 Steel pipe 4 inches and larger for above-ground service shall be coupled with flanges, 50 compression type or grooved type couplings. 51 w 52 Pipe for outdoor service above ground shall be protected with a coal-tar protective 53 coating conforming to AWWA C203 or other coating approved by the Engineer. NW 2002 WSDOT Amendments AM-37 August 5,2002 r 1 do 2 7-09.3(19) Connections 3 4 7-09.3(19)A Connections to Existing Mains 5 Connections to the existing water main shall not be made without first making the 6 necessary scheduling arrangements with the Engineer in advance. Work shall not be 7 started until all the materials, equipment, and labor necessary to properly complete the 8 work are assembled on the site. 9 Si 10 Existing water mains shall be cut by the Contractor unless otherwise specified in the 11 Special Conditions. The Contractor shall remove the portions of pipe to provide for the 12 installation of the required fittings at the points of connection. Damage caused by the 13 Contractor's operations to existing joints in piping to remain in-service shall be repaired 14 by the Contractor at no additional expense to the Contracting Agency. The Contractor 15 shall determine the exact length of the existing water main that must be removed. The 16 pipe ends shall be beveled to prevent damage to the transition coupling gasket during lig 17 installation of the coupling. The exterior of the existing pipe end shall be cleaned to a 18 sound, smooth finish before installation of the coupling. 19 20 Transition couplings shall be installed by the Contractor and shall be provided with a ri" 21 plastic film wrap. The plastic film wrap shall be wrapped loosely around the pipe, 22 fittings, and couplings, and secured with 2-inch-wide polyethylene adhesive tape. 23 Pipelines in which the couplings are installed shall be wrapped a minimum of 3 feet on 24 each side of the coupling. Joints or seams in the plastic film wrap shall be made using 25 the 2-inch-wide polyethylene adhesive tape. The plastic film wrap need not be 26 watertight, but no part of the pipe or coupling shall be exposed to the backfill. Care 27 shall be exercised during backfilling to prevent the plastic film wrap from being no 28 punctured or otherwise damaged. Plastic film wrap and its installation shall conform to 29 AWWA C105 except as modified herein. 30 ill 31 Once work is started on a connection, it shall proceed continuously without interruption 32 and as rapidly as possible until completed. No shutoff of mains will be permitted 33 overnight, over weekends, or on holidays. 34 go 35 If the connection to the existing system involves turning off the water, the Contractor 36 shall be responsible for notifying the residents affected by the shutoff. The Engineer 37 will advise which property owners are to be notified. 38 1111 39 The Contractor may be required to perform the connection during times other than 40 normal working hours. The Contractor shall not operate any valves on the existing 41 system without specific permission of the Engineer. to 42 43 The types of connections are varied and suggested piping arrangements have been 44 shown on the Plans. For the installation of these connections, the surfaced portion of 45 the roadway shall not be penetrated unless the connecting point is directly under it. For 46 connection by any other method, the Contractor shall furnish a detailed sketch for 47 approval not less than two weeks prior to the expected construction. 48 49 7-09.3(19)B Maintaining Service r 50 Where existing services are to be transferred from old to new mains, the Contractor 51 shall plan and coordinate its work with that of the Utility so that service will be resumed 52 with the least possible inconvenience to customers. iiii 53 54 To supply customers with water during the construction of a water main project where 55 any section of the pipe has passed satisfactory hydrostatic and bacteriological tests, the 56 Utility reserves the right to tap corporation stops into the section of new pipe and install is 57 service connections at such locations as the Utility may elect. The installation of any 58 such service connections by the Utility shall not be construed by the Contractor as an 59 acceptance by the Contracting Agency of any part of the work required under the 60 Contract. II 2002 WSDOT Amendments AM-38 August 5,2002 Ili mu 1 2 7-09.3(20) Detectable Marking Tape 3 Detectable marking tape shall be installed over nonmetallic water lines including 4 services lines. The tape shall be placed approximately 1 foot above the top of the line .. 5 and shall extend its full length. Detectable marking tape shall meet the requirements of 6 Section 9-15.18. 7 8 7-09.3(21) Concrete Thrust Blocking A" 9 Concrete thrust blocking, as detailed on the Plans, shall be placed at bends, tees, dead 10 ends, and crosses. Blocking shall be commercial concrete meeting the requirement of 11 Section 6-02.3(2)B poured in place. N. 12 13 Concrete blocking shall bear against solid undisturbed earth at the sides and bottom of 14 the trench excavation and shall be shaped so as not to obstruct access to the joints of 15 the pipe or fittings. +. 16 17 7-09.3(22) Blowoff Assemblies 18 Blowoff Assemblies shall be constructed at the locations shown on the Plans and in 19 accordance with the Standard Plans. "" 20 21 7-09.3(23) Hydrostatic Pressure Test 22 Water main appurtenances and service connections to the meter setter shall be tested is 23 in sections of convenient length under a hydrostatic pressure equal to 150 psi in excess 24 of that under which they will operate or in no case shall the test pressure be less than 25 225 psi. Pumps, gauges, plugs, saddles, corporation stops, miscellaneous hose and 26 piping, and measuring equipment necessary for performing the test shall be furnished i• 27 and operated by the Contractor. 28 29 Sections to be tested shall normally be limited to 1,500 feet. The Engineer may require 30 that the first section of pipe, not less than 1,000 feet in length, installed by each of the es 31 Contractor's crews, be tested in order to qualify the crew and the materials. Pipe laying 32 shall not be continued more than an additional 1,000 feet until the first section has been 33 tested successfully. - 34 35 The pipeline shall be backfilled sufficiently to prevent movement of the pipe under 36 pressure. Thrust blocks shall be in place and time allowed for the concrete to cure 37 before testing. Where permanent blocking is not required, the Contractor shall furnish 4110 38 and install temporary blocking and remove it after testing. 39 40 The mains shall be filled with water and allowed to stand under pressure a sufficient 41 length of time to allow the escape of air and allow the lining of the pipe to absorb water. am 42 The Contracting Agency will furnish the water necessary to fill the pipelines for testing 43 purposes at a time of day when sufficient quantities of water are available for normal 44 system operation. ,,, 45 46 The test shall be accomplished by pumping the main up to the required pressure, 47 stopping the pump for 15 minutes, and then pumping the main up to the test pressure 48 again. During the test, the section being tested shall be observed to detect any visible +• 49 leakage. 50 51 A clean container shall be used for holding water for pumping up pressure on the main op 53 being tested. This makeup water shall be sterilized by the addition of chlorine to a 53 concentration of 50 mg/I. 54 55 The quantity of water required to restore the pressure shall be accurately determined by o„ 56 pumping through a positive displacement water meter. The meter shall be approved by 57 the Engineer. Acceptability of the test will be determined as follows: 58 •• 50 L _b6 4U0 0. 60 , 2002 WSDOT Amendments AM-39 August 5,2002 v 1 se 2 The quantity of water lost from the main shall not exceed the number of gallons per 3 hour as determined by the formula: 4 5 in which se 6 7 L = allowable leakage, gallons/hour 8 D = nominal diameter of the pipe in inches ai 9 P = test pressure during the leakage test (psi) 10 S = gross length of pipe tested, feet 11 12 There shall not be an appreciable or abrupt loss in pressure during the 15 minute test iii 13 period. 14 15 Pressure gauges used in the test shall be accompanied with certifications of accuracy 16 from a testing laboratory approved by the Engineer. tie 17 18 Any visible leakage detected shall be corrected by the Contractor regardless of the 19 allowable leakage specified above. Should the tested section fail to meet the pressure 20 test successfully as specified, the Contractor shall, at no additional expense to the 21 Contracting Agency, locate and repair the defects and then retest the pipeline. 22 23 Tests shall be made with the hydrant auxiliary gate valves open and pressure against , „ 24 the hydrant valve. Each valve shall be tested by closing each in turn and relieving the 25 pressure beyond. This test of the valve will be acceptable if there is no immediate loss 26 of pressure on the gauge when the pressure comes against the valve being checked. 27 The Contractor shall verify that the pressure differential across the valve does not 28 exceed the rated working pressure of the valve. 29 30 Prior to calling out the Engineer to witness the pressure test, the Contractor shall have 31 all equipment set up completely ready for operation and shall have successfully 32 performed the test to ensure that the pipe is in satisfactory condition. 33 34 Defective materials or workmanship, discovered as a result of hydrostatic field test, o„ 35 shall be replaced by the Contractor at no additional expense to the Contracting Agency. 36 Whenever it is necessary to replace defective material or correct the workmanship, the 37 hydrostatic test shall be re-run at the Contractor's expense until a satisfactory test is 38 obtained. ill 39 40 7-09.3(23)A Testing Extensions From Existing Mains 41 When an existing water main is extended with new pipe to a new valve and the distance ea 42 from the existing pipe to the new valve is 18 feet or less, the section of new pipe 43 installed between the new valve and the end of the existing main shall be made with 44 pretested, prechlorinated pipe, and no hydrostatic test will be required. When the 45 required hydrostatic tests are conducted in the new main section beyond the installed up 46 new valve in the closed position, the normal pressure of the existing main may be 47 present against the other side of the new valve. 48 49 Where the distance between the end of an existing water main pipe extension to the so 50 new valve is more than 18 feet, the connection of the new pipe to existing pipe shall not 51 be made until after hydrostatic tests have been made to the required pressure in both 52 directions against the new valve. This shall be accomplished by a temporary cap or p 53 plug installed on the end of the new pipe, beyond the new valve, as close as possible to 54 the existing pipe for testing purposes. 55 56 The short length of pipe between the temporary cap or plug end with the new valve in iris 57 the closed position, with no hydrostatic pressure active on the opposite side of the 58 valve, shall be subjected to the required test pressure. The same test shall be made 59 against the other side of the new valve when that section of pipe is tested with no ■li 2002 WSDOT Amendments AM-40 August 5,2002 SO 1 hydrostatic pressure active in the short section of pipe toward the existing main. The 1°' 2 final connection to the existing main shall be made with pretested prechiorinated pipe. 3 4 7-09.3(23)B Testing Section with Hydrants Installed , ,, 5 When hydrants are included with the section of main pipe to be tested, the testing shall 6 be conducted in three separate tests as follows: 7 8 Test No. 1 —Water main gate valves and hydrant auxiliary gate valves closed, with ow 9 the hydrant operating stem valves and hose ports wide open. 10 11 Test No. 2 — Water main gate valves and the hydrant operating the stem valves 12 tightly closed but the hydrant auxiliary gate valves and hose ports wide open. "` 13 14 Test No. 3 — Each hydrant shall be tested to the pressure indicated in 15 Section 7-09.3(23) with the hydrant auxiliary gate valve and hose ports closed and „r, 16 the hydrant operating stem valve wide open. 17 18 7-09.3(23)C Testing Hydrants Installed on Existing Mains 19 For hydrants installed and connected to an existing main, the hydrant connection NO 20 including hydrant tee, connection pipe, and auxiliary gate valves, shall be installed with 21 pretested materials. 22 23 Before the hydrant connection is made to the existing main, the hydrant installation to 24 shall be subjected to the hydrostatic Test No. 3 as specified in Section 7-09.3(23)B. 25 Hydrants installed and connected to an existing main shall have a satisfactory 26 bacteriological sample obtained following the hydrostatic test. eir 27 28 7-09.3(24) Disinfection of Water Mains 29 Before being placed into service, new water mains and repaired portions of, or 30 extensions to, existing mains shall be chlorinated and a satisfactory bacteriological "'r 31 report obtained. In the event two unsatisfactory bacteriological reports are obtained on 32 a section of pipe, the Contractor shall revise his method of disinfection and the form of 33 applied chlorine. , , 34 35 7-09.3(24)A Flushing 36 Sections of pipe to be disinfected shall first be flushed to remove any solids or 37 contaminated material that may have become lodged in the pipe. If a hydrant is not . 38 installed at the end of the main, then a tap shall be provided large enough to develop a 39 flow velocity of at least 2.5 fps in the water main. 40 41 Taps required by the Contractor for temporary or permanent release of air, chlorination ""' 42 or flushing purposes shall be provided by the Contractor as part of the construction of 43 water mains. 44 g, 45 Where dry calcium hypochlorite is used for disinfection of the pipe, flushing shall be 46 done after disinfection. 47 48 The Contractor shall be responsible for disposal of treated water flushed from mains ow 49 and shall neutralize the wastewater for protection of aquatic life in the receiving water 50 before disposal into any natural drainage channel. The Contractor shall be responsible 51 for disposing of disinfecting solution to the satisfaction of the Contracting Agency and 52 local authorities. If approved by the Engineer, disposal may be made to an available MO 53 sanitary sewer provided the rate of disposal will not overload the sewer. 54 55 7-09.3(24)B Requirement of Chlorine an 56 Before being placed into service, new mains and repaired portions of, or extensions to, 57 existing mains shall be chlorinated so that a chlorine residual of not less than 25 mg/I 58 remains in the water after standing 24 hours in the pipe. The initial chlorine content of 59 the water shall be not less than 50 mg/I. s. 60 NI 2002 WSDOT Amendments AM-41 August 5,2002 1 7-09.3(24)C Form of Applied Chlorine 2 Chlorine shall be applied by one of the methods which follow, to give a dosage of not 3 less than 50 mg/I of available chlorine. 4 5 7-09.3(24)D Dry Calcium Hypochlorite lib 6 As each length of pipe is laid, sufficient high test calcium hypochlorite (65-70% chlorine) 7 shall be placed inside the pipe to yield a dosage of not less than 50 mg/I available 8 chlorine, calculated on the volume of the water which the pipe and appurtenances will 9 contain. 10 11 The number of grams of 65% test calcium hypochlorite required for a 20-foot length of 12 pipe equals is 13 14 0.008431 x d2 , 15 16 in which "d" is the diameter in inches. 17 18 7-09.3(24)E Liquid Chlorine 19 A chlorine gas-water mixture shall be applied by means of a solution-feed chlorinating 20 device, or the dry gas may be fed directly through proper devices for regulating the rate • 21 of flow and providing effective diffusion of the gas into the water within the pipe being 22 treated. Chlorinating devices for feeding solutions of the chlorine gas, or the gas itself, 23 must provide means for preventing the backflow of water into the chlorine. iii 24 25 7-09.3(24)F Chlorine-Bearing Compounds in Water 26 A mixture of water and high-test calcium hypochlorite (65-70% CI) may be substituted 27 for the chlorine gas-water mixture. The dry powder shall first be mixed as a paste and r 28 then thinned to a 1 percent chlorine solution by adding water to give a total quantity of 29 7.5 gallons of water per pound of dry powder. This solution shall be injected in one end 30 of the section of main to be disinfected while filling the main with water. 31 ; 32 7-09.3(24)G Sodium Hypochlorite 33 Sodium hypochlorite, commercial grade (12.5% CI) or in the form of liquid household 34 bleach (5-6% CI), may be substituted for the chlorine gas-water mixture. This liquid iii 35 chlorine compound may be used full strength or diluted with water and injected into the 36 main in correct proportion to the fill water so that dosage applied to the water will be at 37 least 50 mg/I. 38 to 39 7-09.3(24)H Point of Application 40 The point of application of the chlorinating agent shall be at the beginning of the 41 pipeline extension or any valved section of it, and through a corporation stop inserted in 42 the horizontal axis of the pipe. The water injector for delivering the chlorine-bearing III 43 water into the pipe should be supplied from a tap on the pressure side of the gate valve 44 controlling the flow into the pipeline extension. Alternate points of applications may be 45 used when approved by the Engineer. OM 46 47 7-09.3(24)1 Rate of Application 48 Water from the existing distribution system, or other source of supply, shall be 49 controlled to flow very slowly into the newly-laid pipeline during application of the vai 50 chlorine. The rate of chlorine gas-water mixture or dry gas feed shall be in such 51 proportion to the rate of water entering the newly-laid pipe that the dosage applied to 52 the water will be at least 50 mg/I. 53 lei 54 7-09.3(24)J Preventing Reverse Flow 55 No connections shall be made between the existing distribution system and pipelines 56 not disinfected that are constructed under this Contract without a State Department of .w 57 Health approved backflow preventer installed in the connecting line. 58 a w 2002 WSDOT Amendments AM-42 August 5,2002 b 1 7-09.3(24)K Retention Period me 2 Treated water shall be retained in the pipe at least 24 hours. After this period, the 3 chlorine residual at pipe extremities and at other representative points shall be at least 4 25 mg/I. OW 5 6 7-09.3(24)L Chlorinating Valves, Hydrants, and Appurtenances 7 In the process of chlorinating newly laid pipe, valves, hydrants, and other 8 appurtenances shall be operated while the pipeline is filled with the chlorinating agent W' 9 and under normal operating pressure. 10 11 7-09.3(24)M Chlorinating Connections to Existing Water Mains and Water 12 Service Connections 13 The chlorinating procedure to be followed shall be as specified in AWWA 14 Standard C651. All closure fittings shall be swabbed with a very strong chlorine 15 solution at least as strong as liquid household bleach (5-6% CI). •r 16 17 7-09.3(24)N Final Flushing and Testing 18 Following chlorination, treated water shall be flushed from the newly-laid pipe until the 19 replacement water throughout its length shows, upon test, the absence of chlorine. In ""' 20 the event chlorine is normally used in the source of supply, then the tests shall show a 21 residual not in excess of that carried in the water supply system. 22 „• 23 A sample tap shall be located ahead of the flushing hose for convenience and for 24 sanitary sampling. 25 26 Before placing the lines into service, a satisfactory report shall be received from the •• 27 local or State Health Department on samples collected from representative points in the 28 new system. Samples will be collected and bacteriological tests obtained by the 29 Engineer. 30 "' 31 7-09.3(24)0 Repetition of Flushing and Testing 32 Should the initial treatment result in an unsatisfactory bacteriological test, the original 33 chlorination procedure shall be repeated by the Contractor until satisfactory results are to 34 obtained. Failure to get a satisfactory test shall be considered as failure of the 35 Contractor to keep the pipe clean during construction, or to properly chlorinate the 36 main. 37 - 38 7-09.4 Measurement 39 Measurement for payment of pipe for water mains will be by the linear foot of pipe laid 40 and tested and shall be measured along the pipe through fittings, valves, and couplings. 41 "' 42 Measurement for payment of blowoff assembly will be per each. 43 44 No measurement shall be made for clearing and grubbing, removal of existing street ,, 45 improvements, protection of existing utilities and services, trench excavation and pipe 46 zone backfill, pipe zone bedding, and compaction of backfill. 47 48 When listed as a pay item, rock excavation will be measured in its original position by am 49 volume in cubic yards. The quantity measured for payment will include only the 50 material excavated from within the limits hereinafter defined. Any additional excavation 51 outside of these limits will be considered as having been made for the Contractor's 52 benefit, and all costs in connection with such excavation shall be included in the unit as 53 contract prices for the various items of work. 54 55 The horizontal limits for measuring rock excavation will be the sides of the trench, ,r,,, 56 except no payment will be made for material removed outside of vertical planes 57 extended beyond the maximum trench widths, as specified in Section 7-09.3(7). 58 Vertical distances shall be measured from the upper surface of the rock to an elevation 59 6 inches below the underside of the pipe barrel, or to the lower surface of the rock, op ose 2002 WSDOT Amendments AM-43 August 5,2002 or 1 whichever is less. Boulders exceeding one cubic yard in volume shall be paid for tim 2 according to their measured volume. 3 4 Removal of the extra trench excavation as defined in Section 7-09.3(7)C will be 5 measured by the cubic yard. The depth shall be the actual depth removed for the err 6 changed line or grade in accordance with Section 7-09.3(5) or as directed by the 7 Engineer. The width shall be the actual width removed for the changed line or grade, 8 but in no case shall the measured width exceed the allowable widths specified in 9 Section 7-09.3(7). as 10 11 Removal and replacement of unsuitable material will be measured by the cubic yard. 12 The depth shall be the actual depth removed below the depth specified in Section 7- it 13 09.3(5). The width shall be the actual width removed, but in no case shall the 14 measured width exceed the allowable widths specified in Section 7-09.3(7). 15 16 Measurement of bank run gravel for trench backfill will be by the cubic yard measured to 17 in trucks at the point of delivery. 18 19 Shoring or extra trench excavation will be measured as specified in Section 2-09.4 for 20 shoring or extra excavation Class B. me 21 22 7-09.5 Payment 23 Payment will be made in accordance with Section 1-04.1, for each of the following bid as 24 items that are included in the proposal: 25 26 Pipe for Water Main In. Diam.", per linear foot. 27 ,,,I 28 The unit contract price per linear foot for each size and kind of " Pipe 29 for Water Main In. Diam." shall be full pay for all work to complete the 30 installation of the water main including but not limited to trench excavation, 31 bedding, laying and jointing pipe and fittings, backfilling, concrete thrust blocking, ' 32 testing, flushing, disinfecting the pipeline, and cleanup. 33 34 Payment for restoration will be made under the applicable items shown in the , 35 Proposal. If no pay items for restoration are included in the Proposal, restoration 36 shall be considered incidental to the work of constructing the water main, and all 37 costs thereof shall be included in the unit contract price bid for " Pipe for 38 Water Main In. Diam." `, 39 40 "Rock Excavation", per cubic yard. 41 42 If no pay item is listed, rock excavation shall be considered incidental to the work to 'wi 43 construct the water main and all costs shall be included in other items of work 44 specified in Section 7-09.5. 45 46 "Extra Trench Excavation", per cubic yard. "" 47 48 "Removal and Replacement of Unsuitable Material", per cubic yard. 49 No 50 "Bank Run Gravel for Trench Backfill", per cubic yard. 51 52 No separate payment will be made for clearing and grubbing, removal of existing 53 street improvements, furnishing and installing sand cushion, protection of existing "i" 54 utilities and services, trench excavation and backfill, bedding the pipe, and 55 compacting the backfill. These items shall all be considered as incidental to the 56 work of constructing the water main, and all costs thereof shall be included in the es 57 payment as specified in Section 7-09.5. 58 59 "Shoring or Extra Excavation Trench", per square foot. 60 Ii UM 2002 WSDOT Amendments AM-44 August 5,2002 of 1 "Blowoff Assembly", per each. ego 2 3 The unit contract price bid per each for `Blowoff Assembly" shall be full pay for all 4 work to install the blowoff assembly, including but not limited to excavating, 5 backfilling, laying and jointing pipe, tapping the main, corporation stop, pipe and 6 fittings, gate valve, meter box, and cover and cleanup. 7 8 SECTION 7-10, TRENCH EXC., BEDDING, AND BACKFILL FOR WATER MAINS 9 August 5, 2002 10 This section including title is revised in its entirety to read: 11 12 SECTION 7-10, VACANT 13 14 SECTION 7-11, PIPE INSTALLATION FOR WATER MAINS •� 15 August 5, 2002 16 This section including title is revised in its entirety to read: 17 18 SECTION 7-11, VACANT 19 20 SECTION 7-12, VALVES FOR WATER MAINS 21 April 1, 2002 22 7-12.3(1) Installation of Valve Marker Post 23 The reference to "Meters" in the third sentence is revised to "feet and inches". NI' 24 25 SECTION 7-15, SERVICE CONNECTIONS 26 August 5, 2002 27 7-15.1 General 28 This section is revised to read: 29 + • 30 This work consists of installing 2-inch and smaller service connections from the main to 31 and including the meter setter for the premises served. Service connections larger than 32 2 inches shall be installed as detailed on the Plans or as described in the Special 33 Provisions. 34 35 SECTION 7-17, SANITARY SEWERS 36 April 1, 2002 37 7-17.3(2)F Low Pressure Air Test for Sanitary Sewers Constructed of Non Air- 38 Permeable Materials 39 This section is supplemented with the following: 40 41 Reaches of thermoplastic pipe containing no joints shall be exempt from testing 42 requirements. 43 44 SECTION 8-01, EROSION CONTROL 45 January 7, 2002 mu 46 8-01.5 Payment 47 The bid item "Straw Bale Barrier", per each is revised to read "Straw Bale", per each. 48 49 SECTION 8-02, ROADSIDE PLANTING 50 April 1, 2002 51 8-02.4 Measurement „e 52 The first paragraph is revised to read: 2002 WSDOT Amendments AM-45 August 5,2002 rrr 1 2 Topsoil, mulch and soil amendments will be measured by the cubic yard in the haul 3 conveyance or container at the point of delivery. 4 5 The fifth paragraph is deleted. 6 7 8-02.5 Payment 8 The paragraph following the bid item "Topsoil Type_" is revised to read: 9 a 10 The unit contract price per cubic yard for "Topsoil Type " shall be full pay for 11 providing the source of material for topsoil Type A and C, for excavating, loading, 12 hauling, intermediate windrowing, stockpiling, weed control and removal, placing, se 13 spreading, processing, cultivating, and compacting topsoil Type A, Type B, and Type C. 14 15 The paragraph following the bid item "Fungicide Application" is supplemented with the 16 following: 17 18 For the purpose of providing a common proposal for all bidders, the Contracting Agency 19 entered an amount for "Plant Establishment - Second Year", Plant Establishment - 20 Third Year", "Noxious Weed Control", "Insecticide Application", and "Fungicide 21 Application" in the proposal to become a part of the total bid by the Contractor. 22 23 The last paragraph is deleted. op 24 25 SECTION 8-08, RUMBLE STRIPS 26 January 7, 2002 a 27 8-08.4 Measurement 28 The last paragraph is revised to read: 29 30 Fog sealing, when shown in the Plans, will be measured as asphalt for fog seal in 31 accordance with Section 5-04.4. 32 33 8-08.5 Payment 34 The last paragraph is revised to read: 35 36 Payment for fog sealing the shoulder, when shown in the Plans, shall be paid as 37 asphalt for fog seal in accordance with Section 5-04.5. a 38 39 SECTION 8-11, GUARDRAIL 40 January 7, 2002 41 8-11.3(1)C Erection of Rail 42 The fourth paragraph is revised to read: 43 44 Galvanized and Weathering steel rail plates shall be fastened to the posts with 45 galvanized bolts, washers, and nuts the size and kind shown in the Plans. 46 47 8-11.4 Measurement 48 The third paragraph is revised to read: 49 50 Measurement of beam guardrail terminal and beam guardrail buried terminal tip 51 Type 1 will be per each for the completed terminal. 52 53 The two paragraphs listed below are inserted following the third paragraph: 54 IIS 55 Measurement of beam guardrail buried terminal Type 2 will be per linear foot for the 56 completed terminal. 57 a a 2002 WSDOT Amendments AM-46 August 5,2002 a 1 Measurement of beam guardrail placement-25 foot span will be per each for the 2 completed span. 3 4 8-11.5 Payment ..� 5 The bid items listed below are inserted following "Beam Guardrail Terminal": 6 7 "Beam Guardrail Buried Terminal Type 1", per each. 8 "Beam Guardrail Buried Terminal Type 2", per linear foot. - 9 10 The note for"Beam Guardrail_Terminal etc." is revised to read: 11 12 The unit contract price for "Beam Guardrail _ Terminal", "Beam Guardrail Buried 13 Terminal Type 1" and "Beam Guardrail Buried Terminal Type 2" shall include the posts, 14 rail, end section, and anchor. 15 16 The bid item and note listed below are inserted following the note for "Beam Guardrail 17 Terminal": 18 19 "Beam Guardrail Placement-25' Span", per each 20 The unit contract price per each for "Beam Guardrail Placement - 25' Span" shall 21 include all CRT posts, Type 1 guardrail posts and blocks and all nested w-beam rail 22 elements. ill,, 23 24 SECTION 8-12, CHAIN LINK FENCE AND WIRE FENCE 25 April 1, 2002 26 8-12.4 Measurement 27 The second paragraph is revised to read: 28 29 End, gate, corner, and pull posts for chain link fence will be measured per each for the 30 posts furnished and installed complete in place. 31 32 8-12.5 Payment t,,, 33 The bid item "End, Corner, and Pull Post for Chain Link Fence" is revised to "End, Gate, 34 Corner, and Pull Post for Chain Link Fence", per each. 35 36 SECTION 8-20, ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND 37 ELECTRICAL 38 August 5, 2002 39 Section 8-20 is revised in its entirety to read: IMO 40 41 8-20.1 Description 42 This work shall consist of furnishing, installing and field testing all materials and 43 equipment necessary to complete in place, fully functional system(s) of any or all of the 44 following, types including modifications to an existing system all in accordance with 45 approved methods, the Plans, the Special Provisions and these Specifications: 46 47 1. Traffic Signal System 48 2. Illumination System 49 3. Traffic Data Accumulation and Ramp Metering System 50 51 Unless otherwise noted, the location of signals, controllers, standards, and 52 appurtenances shown in the Plans are approximate; and the exact location will be 53 established by the Engineer in the field. 54 55 8-20.1(1) Regulations and Code 56 All electrical equipment shall conform to the standards of the National Electrical 57 Manufacturers Association (NEMA), Electric Utility Service Equipment 58 Requirements Committee (EUSERC), California Department of Transportation 2002 WSDOT Amendments AM-47 August 5,2002 wr 1 document entitled "Traffic Signal Control Equipment Specifications," dated January owl 2 1989, including addendum 8, dated November 19, 1993, EIA Electronic Industries 3 Association, IEEE Institute of Electrical, and Electronic Engineers the Radio 4 Manufacturers Association, the American Society for Testing and Materials 5 (ASTM), the American Association of State Highway and Transportation Officials Ili 6 (AASHTO), the American National Standards Institute (ANSI), whichever is 7 applicable, and to other codes listed herein. In addition to the requirements of 8 these Specifications, the Plans, and the Special Provisions, all material and work 9 shall conform to the requirements of the National Electrical Code, hereinafter "'r 10 referred to as the Code, and any WACs and local ordinances, which may apply. 11 12 Wherever reference is made in these Specifications or in the Special Provisions to ma 13 the Code, the rules, or the standards mentioned above, the reference shall be 14 construed to mean the code, rule, or standard that is in effect at the date of 15 advertising of the project. 16 a 17 In accordance with RCW 39.06.010, the Contractor need not be registered or 18 licensed if the Contractor has been prequalified as required by RCW 47.28.070. 19 20 Safe wiring labels normally required by the Department of Labor and Industries will 41' 21 not be required on electrical work within the Rights-of-Way of Contracting Agency 22 Highways as allowed in RCW 19.28.360. 23 ay 24 Persons performing electrical work shall be certified in accordance with RCW 25 19.28.161. Proof of certification shall be supplied to the Engineer prior to the 26 performance of the work. 27 „r 28 8-20.1(2) Industry Codes and Standards 29 The following electrical industry codes and standard procedures are listed for 30 reference purposes: 31 to 32 Air Movement and Control Association (AMCA),30 West University Dr. 33 Arlington Heights, Illinois 60004. 34 ow 35 American Association of State Highway and Transportation Officials 36 (AASHTO), 444 North Capitol Street N.W., Suite 225, Washington, D.C. 37 20001. 38 • 39 American National Standards Institute (ANSI), 70 East 45 Street, New York, 40 New York. 41 si 42 American Society for Testing and Materials (ASTM), 1916 Race Street, 43 Philadelphia, Pennsylvania. 44 45 American Wood Preservers' Association (AWPA), 836 Seventeenth Street, eli 46 Washington, D.C. 47 48 Bell Company Research and Evaluation (Bellcore) 31220 La Baya DR 49 Westlake Village CA 91362. 50 51 Edison Electric Institute (EEO, 420 Lexington Avenue, New York, New York. 52 53 Electronics Industries Association (EIA) 101 Pennsylvania Ave. Washington D " 54 C. 55 56 Federal Communications Commission (FCC) 445 12 Th. SW Washington D C di 57 20554. 58 59 International Municipal Signal Association (IMSA), P.O. Box 539, 1115 North 60 Main Street, Newark, New York. 14513. err ii 2002 WSDOT Amendments AM-48 August 5,2002 woo , , 1 2 International Telephony Communications Union (ITU) Place des Nations CH 3 1211 Geneva 20 Switzerland. 4 dip 5 Institute of Transportation Engineers (ITE), 2029 K Street, Washington, D.C. 6 7 Insulated Power Cable Engineers' Association (IPCEA), 283 Valley Road, 8 Montclair, New Jersey. um 9 10 National Electrical Manufacturers' Association (NEMA), 155 East 44th Street, 11 New York, New York. ., 12 13 National Fire Protection Association - National Electrical Code (NEC), 470 14 Atlantic Avenue, Boston, Massachusetts. 15 16 National Television Standards Committee (NTSC) 445 12 Th. SW Washington D 17 C 20554. 18 19 National Transportation Communications for ITS Protocol (NTCIP). 20 21 Rural Utilities Service (RUS) 1400 Independence Ave. Washington D C. 22 23 Underwriters' Laboratories (UL), 207 East Ohio Street, Chicago, Illinois. 24 25 8-20.2 Materials 26 Materials shall meet the requirements of Section 9-29. Unless otherwise indicated in the "' 27 Plans or specified in the Special Provisions, all materials shall be new. 28 29 Where existing systems are to be modified, the existing material shall be incorporated o, 30 in the revised system, salvaged, or abandoned as specified in the contract documents, 31 or as ordered by the Engineer. 32 33 8-20.2(1) Equipment List and Drawings IWO 34 Within twenty days following execution of the Contract, the Contractor shall submit 35 to the Engineer a completed "Request for Approval of Material" that describes the 36 material proposed for use to fulfill the Plans and specifications. 37 N" 38 If required to do so, the Contractor shall submit supplemental data, sample articles, 39 or both, of the material proposed for use. Supplemental data (six copies required) 40 would include such items as catalog cuts, product specifications, shop drawings, as 41 wiring diagrams, etc. Any material purchased or labor performed prior to such 42 approval shall be at the Contractor's risk. All approvals by the Engineer must be 43 received by the Contractor before materials will be allowed on the job site. 44 a.. 45 If the luminaires are not listed in the Qualified Products List, the Contractor shall 46 submit six copies of the following information for each different type of luminaire 47 required on the contract: 48 we 49 1. Isocandela diagrams showing vertical light distribution, vertical control 50 limits, and lateral light distribution classification. 51 ow 52 2. Details showing the lamp socket positions with respect to lamp and 53 refractor for each light distribution type. 54 55 The Contractor shall submit for approval six sets of shop drawings for each of the me 56 following types of standards called for on this project:: 57 58 1. Light standards without pre-approved plans. 59 2. Signal standards with or without pre-approved plans. SUP 60 me 2002 WSDOT Amendments AM-49 August 5,2002 or 1 The Contractor will not be required to submit shop drawings for approval for light i 2 standards conforming to the pre-approved plans listed in the Special Provisions. 3 4 8-20.3 Construction Requirements 5 8-20.3(1) General la 6 All workmanship shall be complete and in accordance with the latest accepted 7 standards of the industry as determined by the Engineer. 8 9 Existing electrical systems, traffic signal or illumination, or approved temporary " ` 10 replacements, shall be kept in effective operation during the progress of the work, 11 except when shutdown is permitted to allow for alterations or final removal of the 12 system. UN 13 14 Illumination system shutdowns shall not interfere with the regular lighting schedule, 15 unless permitted by the Engineer. The Contractor shall notify the Engineer prior to 16 performing any work on existing systems. eii 17 18 Work shall be so scheduled that each electrical system is operational prior to 19 opening the corresponding section of roadway to traffic. 20 es 21 Traffic signals shall not be placed in operation for use by the public until all required 22 channelization, pavement markings, illumination, signs, and sign lights are 23 substantially complete and operational unless otherwise allowed by the Project ei, 24 Engineer. 25 26 All costs incurred by the Contractor for providing effective operation of existing 27 electrical systems shall be included in the associated electrical bid items. tor 28 29 8-20.3(2) Excavating and Backfilling 30 The excavations required for the installation of conduit, foundations, poles and 31 other appliances shall be performed in a manner to cause the least possible injury li 32 to the streets, sidewalks, and other improvements. The trenches shall not be 33 excavated wider than necessary for the proper installation of the electrical 34 appliances and foundations. Excavating shall not be performed until immediately so 35 before installation of conduit and other appliances. The material from the 36 excavation shall be placed where the least interference to vehicular and pedestrian 37 traffic, and to surface drainage, will occur. 38 39 All surplus excavated material shall be removed and disposed of by the Contractor 40 in accordance with Section 2-03 or as directed by the Engineer. 41 42 The excavations for foundations shall be backfilled in conformance with applicable ea 43 requirements of Section 2-09. 44 45 Excavations after backfilling shall be kept well filled and maintained in a smooth , „ 46 and well drained condition until permanent repairs are made. 47 48 At the end of each day's work and at all other times when construction operations 49 are suspended, all equipment and other obstructions shall be removed from that Ili 50 portion of the roadway open for use by public traffic. 51 52 Excavations in the street or highway shall be performed in such a manner that not 53 more than one traffic lane is restricted in either direction at any time unless 54 otherwise approved by the Engineer. 55 56 8-20.3(3) Removing and Replacing Improvements so 57 Improvements such as sidewalks, curbs, gutters, Portland cement concrete and 58 asphalt concrete pavement, bituminous surfacing, base material, and any other 59 improvements removed, broken, or damaged by the Contractor, shall be replaced oil el 2002 WSDOT Amendments AM-50 August 5,2002 Ili as 1 or reconstructed with the same kind of materials as found on the work or with other 2 materials satisfactory to the Engineer. 3 4 Whenever a part of a square or slab of existing concrete sidewalk or driveway is as 5 broken or damaged, the entire square or slab shall be removed and the concrete 6 reconstructed as above specified. 7 8 The outline of all areas to be removed in Portland cement concrete sidewalks and ■" 9 pavements and asphalt concrete pavements shall be cut to a minimum depth of 3 10 inches with a saw prior to removing the sidewalk and pavement material. The cut 11 for the remainder of the required depth may be made by a method satisfactory to 12 the Engineer. Cuts shall be neat and true with no shatter outside the removal area. ow 13 14 8-20.3(4) Foundations 15 Foundation concrete shall conform to the requirements for the specified class, be „• 16 cast-in-place concrete and be constructed in accordance with Section 6-02.2 and 17 6-02.3. Concrete for posts, standards, pedestals, and cabinets shall be constructed 18 of concrete Class 3000. Steel reinforcing bars for foundations shall conform to 19 Section 9-07. - 20 21 The bottom of concrete foundations shall rest on firm ground. 22 23 Foundations shall be cast in one operation where practicable. The exposed we 24 portions shall be formed to present a neat appearance. 25 26 The foundations shown in the Plans shall be extended if conditions require +o 27 additional depth, and such additional work, if ordered by the Engineer, will be paid 28 for as extra work as provided in Section 1-04.4. 29 30 Forms shall be true to line and grade. Tops of foundations for posts and standards, "" 31 except special foundations, shall be finished to ground line or sidewalk grade, 32 unless otherwise noted in the Plans or directed by the Engineer. 33 is 34 Forms shall be rigid and securely braced in place. Conduit ends and anchor bolts 35 shall be plumbed and rigidly placed in proper position and to proper height prior to 36 placing concrete and shall be held in place by means of a template until the forms 37 are removed. M• 38 39 Anchor bolts shall be installed so that two full threads extend above the top of the 40 top heavy-hex nut, except that slip base anchor bolt extensions shall conform to 41 the specified slip base clearance requirements. Anchor bolts shall be installed ""' 42 plumb, plus or minus 1 degree. 43 44 Plumbing of standards shall be accomplished by adjusting leveling nuts. Shims or ,,, 45 other similar devices for plumbing or raking will not be permitted except on power 46 installed hot dipped galvanized steel luminaire foundations. 47 48 The top heavy-hex nuts of light standards and signal standards shall be tightened 49 in accordance with Section 6-03.3(33), and as follows: 50 51 1. The top heavy-hex nuts for all clamping bolts of slip base light standards 52 and Type RM and FB signal standards, shall be tightened using a torque mai 53 wrench to the torque specified in Sections 8-20.3(13)A and 8-20.3(14)E, 54 respectively. 55 2. The top heavy-hex nuts for all anchor bolts shall be tightened by the Turn- ,„ 56 Of-Nut Tightening Method to minimum rotation of 1 /4 turn and a 57 maximum rotation of 1/3 turn past snug tight. Permanent marks shall be 58 set on the base plate and nuts to indicate nut rotation past snug tight. 59 WI NO 2002 WSDOT Amendments AM-51 August 5,2002 1 Both forms and ground which will be in contact with the concrete shall be ei 2 thoroughly moistened before placing concrete; however, excess water in the 3 foundation excavation will not be permitted. Foundations shall have set at least 72 4 hours prior to the erection of the standard. 5 iiii 6 Class 2 surface finish shall be applied to exposed surfaces of concrete in 7 accordance with the requirements of Section 6-02.3(14)B. 8 9 Where obstructions prevent construction of planned foundations, the Contractor "" 10 shall construct an effective foundation satisfactory to the Engineer. 11 The combined height of the light standard concrete foundation plus the anchor bolt 12 stub height shall not exceed 4 inches above the ground line. ii 13 14 8-20.3(5) Conduit 15 Installation of conduit shall conform to appropriate articles of the Code and these 16 Specifications. t~ri 17 18 The size of conduit used shall be as shown in the Plans. Conduits smaller than 1- 19 inch electrical trade size shall not be used unless otherwise specified, except that 20 grounding conductors at service points may be enclosed in 1/2 -inch diameter " 21 conduit. 22 23 It shall be the option of the Contractor, at no expense to the Contracting Agency, to iii 24 use larger size conduit if desired, and where larger size conduit is used, it shall be 25 for the entire length of the run from outlet to outlet. Reducing couplings will not be 26 permitted. 27 Mb 28 The ends of all conduits shall be well reamed to remove burrs and rough edges. 29 Field cuts shall be made square and true. Slip joints or running threads will not be 30 permitted for coupling metallic conduit; however, running threads will be permitted 31 in traffic signal head spiders. When a standard coupling cannot be used, an III 32 approved threaded union coupling shall be used. The threads on all metallic 33 conduit shall be rust-free, clean and well painted with a good quality colloidal 34 copper suspended in a petroleum vehicle before couplings are made up. All iii 35 couplings shall be tightened so that a good electrical connection will be made 36 throughout the entire length of the conduit run. If the conduit has been moved after 37 assembly, it shall be given a final tightening from the ends prior to backfilling. Non 38 metallic conduit shall be assembled using the solvent cement specified in 9-29.1. iiii 39 Where coating on galvanized conduit has been injured in handling or installing, 40 such injured places shall be thoroughly painted with galvanizing repair paint, 41 Formula A-9-73. 42 kw 43 Conduit ends shall be capped (do not glue non metallic caps). Metallic conduit 44 ends shall be threaded and capped with standard threaded conduit caps until 45 wiring is started. When conduit caps are removed, the threaded ends shall be wii 46 provided with approved conduit bushings or end bells (do not glue in place) for 47 nonmetallic conduit 48 49 Conduit stubs from controller cabinet foundations shall extend to the nearest to 50 junction box in that system 51 52 Metallic conduit stubs, caps, and exposed threads shall be painted with galvanizing 53 repair paint Formula A-9-73. ow 54 55 Metallic conduit bends, shall have a radius consistent with the requirements of 56 Article 344.24 and other articles of the Code. Where factory bends are not used, „ii 57 conduit shall be bent, using an approved conduit bending tool employing correctly 58 sized dies, without crimping or flattening, using the longest radius practicable. 59 to Mit 2002 WSDOT Amendments AM-52 August 5,2002 lei 1 Nonmetallic conduit bends, where allowed, shall conform to Article 350.24 of the aye 2 Code. 3 4 Conduit shall be laid to a minimum depth of: SO 5 6 1. 18 inches below finished grade in paved asphalt or concrete sidewalk 7 areas. 8 2. 24 inches below the finished roadbed including asphalt or concrete gm 9 shoulder areas. 10 3. 48 inches below the bottom of ties under railroad tracks unless otherwise 11 specified by the Rail Road Company. 12 4. 18 inches below the finish grade in all other areas. do 13 14 Galvanized steel conduit shall be installed at the following locations: 15 mo 16 1. All roadbed crossings. 17 18 2. All railroad crossings. 19 dip 20 3. All runs from the luminaire base to the nearest junction box. 21 22 4. All runs installed at traffic signal installations unless nonmetallic is .. 23 specified in the contract provisions or plans. 24 25 5. All pole risers, except as otherwise required by owning utilities. 26 - 27 6. All bends with radius less than 3 feet. Runs embedded within reinforced 28 concrete structures are exempted. 29 30 7. All conduit entering junction boxes and service foundations, unless non op 31 metallic conduit is specified in the contract provisions or plans. 32 33 8. All other locations noted in the contract. „ 34 35 9. All runs externally attached to structures. 36 37 10. All runs installed in barrier that is constructed by slip forming. ill 38 39 Non metallic conduit may be employed as an alternate to metallic conduit at other 40 locations unless specified otherwise in the contract. Nonmetallic conduit installation 41 shall include equipment grounding conductor and shall conform to requirements 'o 42 noted in the Standard Plans. 43 44 Liquidtight flexible metal conduit is allowed only at locations called for in the plans. W. 45 46 1. The use of aluminum conduit shall be restricted to above ground 47 locations. 48 Am 49 2. Aluminum conduit shall not be placed in concrete. 50 51 Metallic conduit shall be placed under existing pavement by approved directional 52 boring, jacking or drilling methods, at locations approved by the Engineer. The "e 53 pavement shall not be disturbed unless allowed in the Plans, or with the approval 54 of the Engineer in the event obstructions or impenetrable soils are encountered. 55 ,t,,, 56 Boring operations shall be conducted to prevent caving ahead of the pipe, which 57 will cause voids outside the pipe. The auger head shall precede no more than 4 58 inches ahead of the pipe being jacked. 59 gm gm 2002 WSDOT Amendments AM-53 August 5,2002 1 The Contractor shall install steel casings as specified and shown in the plans. The iii 2 Contractor must be prepared to use a method approved by the Engineer to clear 3 any obstructions to boring operations, which may be encountered. 4 5 After the casing pipe is in place, the inside shall be cleaned free of rock, dirt and iii 6 water. 7 8 The space between the conduit and the casing shall be plugged with sand bags 9 and a grout seal 12 inch thick at each end of the casing. Casings abandoned due 'l' 10 to an encountered obstruction shall be grout sealed in the same manner. Grout 11 shall obtain a minimum of 400 psi compressive strength at 7 days. 12 iss 13 In lieu of sandbags and grout, unopened sacks of prepackaged concrete may be 14 used to seal the casing. 15 16 Material shall not be removed from the boring pit by washing or sluicing. do 17 18 Bore pits shall be backfilled and compacted in accordance with Section 2-09.3(1) 19 E. Directional boring, and jacking or drilling pits shall be kept 2 feet from the edge 20 of any type of pavement wherever possible. Excessive use of water that might 21 undermine the pavement or soften the subgrade will not be permitted. 22 23 When approved by the Engineer, small test holes may be cut in the pavement to iii 24 locate obstructions. When the Contractor encounters obstructions or is unable to 25 install conduit because of soil conditions, as determined by the Engineer, additional 26 work to place the conduit will be paid in accordance with Section 1-04.4. 27 28 When open trenching is allowed, trench construction shall conform to the following: 29 30 1. The pavement shall be sawcut a minimum of 3 inches deep. The cuts 31 shall be parallel to each other and extend 2 feet beyond the edge of the "a 32 trench. 33 34 2. Pavement shall be removed in an approved manner. i 35 36 3. Trench depth shall provide 2 feet minimum cover over conduits. 37 38 4. Trench width shall be 4 inches or the conduit diameter plus 2 inches, • 39 whichever is larger. 40 41 When conduit or casing is to be placed under pavement it shall be placed prior to 42 the placement of a subbase, base, surfacing, and pavement. du 43 44 Conduit terminating in foundations shall extend a maximum of 2 inches above the 45 foundation vertically including grounded end bushing or end bell. iiii 46 47 Conduit entering through the bottom of a junction box shall be located near the end 48 walls to leave the major portion of the box clear. At all outlets, conduit shall enter 49 from the direction of the run, terminating 6 to 8 inches below the junction box lid 50 and within 3 inches of the box wall nearest its entry location. 51 52 Galvanized rigid steel conduit entering cable vaults shall extend 53 IN 54 2 inches for the installation of grounded end bushing and bonding. 55 56 PVC conduit entering cable vaults and pull boxes shall terminate flush with the iii 57 inside walls of the structure. Interduct conduit ends shall be terminated with 58 termination kits. Galvanized rigid steel conduit ends shall be terminated with 59 grounded end bushings. PVC conduit ends shall be terminated with bell ends. 60 to ii 2002 WSDOT Amendments AM-54 August 5,2002 It 1 Suitable marker stakes shall be set at the ends of conduits, which are buried so 2 that they can be easily located. 3 4 Fittings shall be installed at locations as designated by the Engineer so as to 5 provide a conduit channel that will permit freedom for installing the electrical control 6 wires. When conduit fittings are called for in the Plans, or where their installation is 7 required by the Engineer, the Contractor shall also furnish all necessary covers 8 and gaskets. o 9 10 All covered underground conduit shall be cleaned with an approved sized mandrel 11 and blown out with compressed air prior to pulling wire. e. 12 13 Conduits installed for future use shall be prepared as follows: After final assembly 14 in place, the conduit shall be blown clean with compressed air. Then, in the 15 presence of the Engineer, a cleaning mandrel correctly sized for each size of ow 16 conduit shall be pulled through to ensure that the conduit has not been deformed. 17 As soon as the mandrel has been pulled through, both ends of the conduit shall be 18 sealed with conduit caps. All conduits scheduled for future use shall originate in a 19 foundation or junction box as detailed in the plans and terminate in a junction box. die 20 All equipment grounding conductors, and the bonding conductor for metallic 21 conduits shall be bonded in all junction boxes in accordance with Standard 22 Specification 8-20.3(9). 23 "m' 24 Where surface mounting of conduit is required, supports shall consist of "unistrut" 25 type or equal mounting complete with clamps sized for the conduit. Support 26 spacing shall comply with the Code or shall be as noted in the contract. Approved •+. 27 expansion fittings shall be installed at all expansion joints. Fasteners shall be as 28 approved by the Engineer. 29 30 Existing conduit in place scheduled to receive new conductors shall have any "' 31 existing conductors removed and a cleaning mandrel sized for the conduit shall be 32 pulled through. 33 ,m 34 Conduit runs shown in the Plans are for bidding purposes only and may be 35 changed, with approval of the Engineer, to avoid underground obstructions. 36 37 Conduit with innerduct shall be installed as shown in the Plans encased in — 38 controlled density fill. A maximum of 1000 feet of continuous open trench will be 39 allowed, unless otherwise approved by the Engineer. All conduit with innerduct 40 exposed above grade level, or on any elevated structures, or as noted in the plans 41 shall be galvanized rigid steel innerduct conduit. as 42 43 Innerduct warning tape shall be placed above all innerduct installed in trenches. 44 The warning tape shall be polyethylene with a metallic backing. The polyethylene ,,,, 45 shall have a minimum 4 mils thicknesses and be 3 inches wide. The polyethylene 46 shall be orange in color and printed in black with the words "Fiber Optic Cable 47 Buried Below." 48 as 49 Location wire shall be placed directly above all innerduct installed in trenches. 50 51 The 4 inch outerduct shall be placed to ensure correct consistency of alignment of 52 the innerducts. "' 53 54 All innerducts shall be prepared as follows: 55 MO 56 After final assembly in place, all innerducts shall be blown clean with 57 compressed air. Then, in the presence of the Engineer, a cleaning mandrel, 58 correctly sized for the innerduct, shall be pulled through to ensure that the 59 conduit has not been deformed. As soon as the mandrel has been pulled sip es 2002 WSDOT Amendments AM-55 August 5,2002 +r 1 through, a 200 lb. minimum tensile strength pull string shall be installed in ; ; 2 each innerduct and attached to duct plugs at both ends of the innerduct. 3 4 At all innerduct conduit terminus points, including those in cable vaults and pull 5 boxes, removable and reusable mechanical plugs shall be employed as follows: ili 6 7 Outerduct conduits shall be plugged using a quadplex expansion plug inside 8 the conduit around the innerduct. Duct plugs shall be installed in all unused 9 innerducts (those that are specified as empty) at the time of conduit i'l' 10 installation. Duct plugs shall be installed in all used innerducts (as specified in 11 the plans) at the time of conduit installation, unless cable pulling for those 12 innerducts will commence within 48 hours. al 13 14 Innerduct containing one cable shall be plugged using an expandable split plug. 15 Innerducts with multiple cables shall be sealed with self-expanding waterproof 16 foam. The waterproof foam shall not be placed more than 2 inches into the as 17 innerduct. 18 19 8-20.3(6) Junction Boxes ,Cable Vaults, and Pull boxes 20 Standard junction boxes, pull boxes and cable vaults shall be installed at the "` 21 locations shown in the Plans. The Contractor may install, at no expense to the 22 Contracting Agency, such additional boxes as may be desired to facilitate the work. 23 Junction box installation shall conform to details in the Standard Plans. ei 24 25 Cable vaults and pull boxes shall be installed accordance with the following: 26 27 1. Excavation shall be performed in accordance with Section 2-09. all 28 29 2. Cable vaults and pull boxes shall be installed on 6 inches of crushed 30 surfacing top course, per section 9-03.9(3), placed on a compacted or 31 undisturbed level foundation.. as 32 33 3. All openings around conduits shall be sealed and filled with grout to 34 prevent water and debris from entering the vaults or pull boxes. The grout 35 shall meet the specifications of the cable vault and pull box 36 manufacturers. 37 38 4. Backfilling around the work shall not be allowed until the concrete or iris 39 mortar has set. 40 41 5. Pull boxes shall be installed in accordance with plans and details. 42 .w 43 6. Pull boxes shall be configured such that the tensile and bending 44 limitations of the fiber optic cable are not compromised. Pull boxes shall 45 be configured to mechanically protect the fiber optic cable against 461 46 installation force as well as inert forces after cable pulling operations. 47 48 7. Upon acceptance of work, cable vaults, and pull boxes shall be free of 49 debris and ready for cable installation. All grounding requirements shall be we 50 met prior to cable installation. 51 52 8. Where installed near steel casings, the pull boxes and cable vaults shall 53 be offset 3 feet, minimum from the centerline of the casing. Factory bends 54 shall be used to route the conduits to the cable vault or pull box. 55 56 Adjustments involving raising or lowering the junction boxes shall require conduit kil 57 modification if the resultant clearance between the top of the conduit and the 58 junction box lid becomes less than 6 inches or more than 8 inches in accordance 59 with Standard Plan J-11 a. 60 II Ili 2002 WSDOT Amendments AM-56 August 5,2002 ii .. 1 Cable vaults and pull boxes shall be adjusted to final grade using risers or rings 2 manufactured by the cable vault and pull box manufacturer. Cable vaults and pull 3 boxes with traffic bearing lids shall be raised to final grade using ring risers to raise 4 the cover only. r. 5 6 All voids resulting from the adjustment shall be backfilled with materials matching 7 adjacent surfacing material and compacted in accordance with Section 2-09.3(1)E. 8 ay 9 Damage to the junction boxes, pull boxes, cable vaults and the associated conduit 10 system, or wiring resulting from the Contractor's operations, shall be repaired to 11 the Engineer's satisfaction at no additional cost to the Contracting Agency. 12 go 13 Both existing and new junction boxes, pull boxes, and cable vaults shall be 14 adjusted to be flush with the finished grade as well as with the grade during the 15 various construction stages proposed in the contract. 16 17 8-20.3(7) Messenger Cable, Fittings 18 Messenger cable shall be secured to steel strain poles by means of pole bands, 19 and to timber poles by means of single strand guy eye bolts. Pole bands and 20 eyebolts shall be installed as detailed in the Plans. 21 22 Messenger cable shall be secured to eye bolts or strain clamps at poles by the use 23 of approved self-locking cable clamp type dead-ending devices. Messenger cable 24 shall be secured to bull rings and anchors by two approved U-bolt connectors and 25 guy thimbles. 26 27 Traffic signal control cable shall be secured to the messenger cable by cable ties. 28 The ties shall be black nylon with ultraviolet protection and rated at 120 pound Ch 29 minimum unlocking strength. 30 or i 31 Down guy assemblies shall be installed as detailed in the Standard Plans. : 33 8-20.3(8) Wiring 1:; 34 All underground wiring shall be installed in conduit unless specifically noted 35 otherwise in the contract. All wiring in conduit should be installed with an approved 36 lubricant. 37 .. 38 With the exception of induction loop circuits, magnetometer circuits and illumination 39 circuits, all wiring shall run continuously, without splices, from a terminal located in 40 a cabinet, compartment, pedestrian push button assembly, or signal head to a 41 similarly located terminal. Illumination circuit terminals and traffic circuit signal is 42 terminals located below grade will not be allowed. Video detection systems cable 43 installation shall follow manufacturer's specification, except no below grade 44 terminals will be allowed. ,, 45 46 All splices in underground illumination circuits, induction loops circuits, and 47 magnetometer circuits shall be installed in junction boxes. The only splice allowed 48 in induction loop circuits and magnetometer circuits shall be the splice connecting Ili 49 the induction loop lead in conductors or magnetometer lead in conductors to the 50 shielded home run cable. Splices for induction loop circuits and magnetometer 51 circuits shall be: heat shrink type with moisture blocking, material sized for 52 conductors, epoxy filled clear rigid mold splice kits or rigid re-enterable type splice no 53 kits. Conductors for rigid mold kits shall be centered in the splice mold prior to 54 installation of the encapsulation material. Magnetometer and induction loop splices 55 shall be soldered. All connections with #10 and smaller wire shall use copper air 56 crimped connectors installed with-a positive action (ratchet) tool. The non insulated 57 die shall be an indent type and insulated die shall be of a smooth shape capable of 58 crimping pre-insulated terminals and connectors. The tool shall be compound lever 59 type with a ratchet mechanism to ensure positive closure for full crimping cycle. ill 60 The tool shall be field adjustable to proper calibration with common tools and a. 2002 WSDOT Amendments AM-57 August 5,2002 or 1 materials. All connectors shall be wrapped with two layers electrical tape. All epoxy 2 splice kits shall be physically separated from other splices and wiring within the 3 junction box to avoid damage from heat during the casting process. 4 5 Aerial illumination splices shall employ vice or crimp type pressure connectors. „r 6 Splice insulation may be epoxy, heat shrink, or tape. 7 8 Tape splice insulation shall consist of thermoplastic electrical insulating tape 9 applied to a thickness equal to the original wire insulation. It shall be well lapped • 10 over the original insulation, and there shall be a coating of moisture resistant 11 varnish applied and allowed to dry. Two layers of friction tape will then be applied, 12 and the splice shall be finished with a second complete coating of moisture 13 resistant varnish. 14 15 Quick disconnect connectors, fused or unfused as required, shall be installed at all 16 poles supporting a luminaire. Installation shall conform to details in the Standard „t 17 Plans. 18 19 Pole and bracket cable shall be installed between the disconnects and the 20 luminaire. + r 21 22 Sufficient slack wire shall be installed at each junction box to allow any conductor, 23 cable, or splice within the junction box to be raised a minimum of 18 inches outside 24 of the box. 25 26 Insulated grounded conductors of size No 6 or larger shall be identified either by a 27 continuous white or natural gray finish along its entire length or by an approved si 28 white marking for the full length of the visible conductor at all terminations, junction 29 boxes, or accessible locations. 30 31 Every conductor at every wire termination, connector, or device shall have an Ili 32 approved, (9-29.13(7)B & C) wire marking sleeve bearing as its legend, the circuit 33 number indicated in the contract. All terminal strips shall also bear the circuit 34 number consistent with the contract. 35 36 At all illumination circuit splices, each wire entering the splice shall have a PVC 37 wire marking sleeve bearing as its legend the circuit number indicated in the 38 contract. 39 40 All wiring, exclusive of the previously mentioned illumination circuits, at junction 41 boxes and at the controller cabinet shall have an approved tag with legends as 42 follows: 43 44 1. Individual conductors—the circuit number indicated in the contract. 45 46 2. Multiconductor cable — the numbers of the signal heads and/or 47 pedestrian push buttons served. 48 49 3. Loop lead-in cable—the numbers of the loops served. „® 50 51 4. Magnetometer cable—the numbers of the magnetometers served. 52 53 5. Camera lead-in cable ---The numbers of the phases the camera served. 54 55 Drip loops shall be provided on all aerial conductors where they enter poles, signal 56 heads, or weatherheads. 57 58 Where direct burial cable or nonmetallic conduit is installed, care shall be used in 59 excavating, installing, and backfilling, so that no rocks, wood, or other foreign 60 material will be left in a position to cause possible injury. Direct burial cable shall be up 2002 WSDOT Amendments AM-58 August 5,2002 v. 1 placed a minimum of 24 inches below grade and shall be placed loosely in the 2 bottom of a trench. An approved red warning tape shall be installed in the trench, 6 3 inches above the direct buried conductors. 4 4„ 5 When conductors, either cable or single, are being installed, care shall be 6 exercised to not exceed tension limitations recommended by the manufacturer. 7 Conductors may be pulled directly by hand. However, if conductors are pulled by 8 any mechanical means, a dynamometer with drop-needle hand shall be used on +P 9 every mechanical pull. 10 11 On mechanical pulls, insulation shall be stripped off the individual conductor and 12 the conductor formed into a pulling eye and firmly taped, or a cable grip shall be "W" 13 used. The maximum pulling force applied directly to the conductor; i.e., when 14 pulling eyes are used or when the conductor is formed into a loop, shall be limited 15 to that shown in the following table for copper conductor. When a cable grip is .. 16 applied over nonmetallic sheathed cables, the maximum pulling force shall be 17 limited to 1,000 pounds provided this is not in excess of the force as calculated 18 above. 19 al 20 Conductor Pounds 21 8 132 22 6 210 23 4 334 ow 24 3 421 25 2 531 26 1 669 .w 27 1/0 845 28 2/0 1,065 29 3/0 1,342 30 4/0 1,693 MO 31 32 To limit the sidewall pressure at bends in duct and conduit runs, the pulling force in 33 pounds shall not exceed 100 times the radius of the bend in feet. Adequate o, 34 lubrication of the proper type to reduce friction in conduit and duct pulls shall be 35 utilized as necessary. The grease and oil-type lubricants used on lead sheathed 36 cables shall not be used on nonmetallic sheathed cables. 37 - 38 When wiring is noted for future connection, the ends of each wire or cable shall be 39 sealed with an approved heat shrink end cap. 40 41 If loop lead splices are not installed immediately after the installation of the loop "' 42 leads into the adjacent junction box, the ends of the two conductor "home run" 43 cable shall be sealed with heat shrink end caps to prevent entry of moisture into 44 the two conductor cable. All coaxial cables shall have heat shrink end caps as 45 installed prior to aerial or underground installation of the cables to prevent moisture 46 entry into the cable. 47 48 Multiconductor cable for signal displays shall be installed entirely through the .. 49 mounting fitting to a point a minimum of 1 inch inside the signal display housing 50 before the outer insulation is stripped back for the connection of individual 51 conductors to the terminal block. 52 "'w' 53 8-20.3(9) Bonding, Grounding 54 All metallic appurtenances containing electrical conductors (luminaires, light 55 standards, cabinets, metallic conduit, non-metallic conduit, etc.) shall be made ,r 56 mechanically and electrically secure to form a continuous systems which shall be 57 effectively grounded. Where metallic conduit systems are employed, the conduit 58 system constitutes the equipment grounding conductor. Where nonmetallic conduit 59 is installed, the installation shall include an equipment ground conductor, in .w 60 addition to the conductors noted in the contract. Except as noted below for sign gio 2002 WSDOT Amendments AM-59 August 5,2002 ow 1 lighting fixtures, bonding. Bonding jumpers and equipment grounding conductors im 2 shall be installed in accordance with per section 9-29.3. The equipment ground 3 conductor between the isolation switch and the sign lighter fixtures may be No. 14 4 AWG stranded copper conductor. Where parallel circuits are enclosed in a 5 common conduit, the equipment grounding conductor shall be sized by the of the lb 6 largest overcurrent device serving any circuit contained within the conduit. 7 8 All connectors between bonding jumpers and equipment grounding conductors 9 shall be installed in accordance with the NEC. r 10 11 Identification of the equipment grounding conductor shall conform to all code 12 requirements. NW 13 14 Grounding of the equipment grounding system and neutral at the service point 15 shall be accomplished as required under the NEC. Grounding of the neutral shall 16 be accomplished only at the service. , 17 18 Two service grounds shall be installed at each electrical service installation and at 19 each separately derived power source. Each service ground shall conform to the 20 detail in the Standard Plans for "Service Ground." If soil conditions make vertical " 21 ground rod installation impossible see NEC section 250-52 (c)3 as an alternate 22 installation procedure. The service ground installations shall be located a minimum 23 of 6 feet apart. The first service ground rod shall be connected to a continuous to 24 grounding electrode conductor running to the service neutral bus. The second 25 service ground rod shall be connected to the same continuous grounding electrode 26 conductor connected to the first ground rod. Ground electrodes shall be bonded 27 copper, ferrous core materials and shall be solid rods not less than 10 feet in err 28 length if they are 1/2 inch in diameter or not less than 8 feet in length if they are 5/8 29 inch or larger in diameter. 30 31 The connection of the grounding electrode conductor to the grounding electrode WO 32 shall be made with two approved ground clamps. 33 34 Messenger cable shall be bonded to steel strain poles by means of a bond strap 35 connected between an approved U-bolt connector and a bonding lug on the pole. 36 37 At points where shields or shielded conductors are grounded, the shields shall be 38 neatly wired and terminated on approved grounding lugs. orii 39 40 8-20.3(10) Services,Transformer, Intelligent Transportation System Cabinet 41 Power sources shown in the Plans are approximate only; exact location will be 42 determined in the field. a► 43 44 Aerial fed transformer cabinets and type A, type B, or type C service cabinets shall 45 include a timber pole, as specified in Section 9-29.6(3), a meter base, installed in um 46 accordance with serving utility requirements, a two or three wire service breaker of 47 size noted in the Plans, the necessary conduit risers and ground assembly as 48 noted in the standard plan. The timber pole shall be set at a depth of 10% of the 49 total pole length plus 2 feet. Modified type B, type D and type E services shall be ro 50 installed per contract plan, and service description in standard plans. Pad mounted 51 transformer cabinets shall be installed per contract plans. 52 53 The service breaker shall be a standard thermal circuit breaker encased in a '"" 54 raintight housing that can be padlocked. 55 56 Upon request of the Contractor, the Engineer will make the necessary ei 57 arrangements with the serving utility to complete the service connections. Electrical 58 energy used prior to completion of the contract will be charged to the Contractor, 59 except that the cost of energy used for public benefit, when such operation is 60 ordered by the Engineer, will be borne by the Contracting Agency. VII II 2002 WSDOT Amendments AM-60 August 5,2002 UP - 1 2 The service, transformer and ITS cabinets shall be marked with the service 3 agreement letters and numbers as noted in the plans. The markings shall be 4 installed on the outside cabinet door near the top of the cabinet. The markings - 5 shall be series C using stencils and black enamel alkyd gloss paint conforming to 6 Federal Specification TT-E-489. 7 8 8-20.3(11) Testing up 9 The Contractor shall conduct the following tests on all electrical circuits with 10 nominal operating voltage between 115 volts and 600 volts, other than direct burial 11 installations, in the presence of the Engineer: 12 13 1. Test the continuity of each circuit. 14 15 2. Test for grounds in each circuit, which shall consist of the ON 16 physical examination of the installation to ensure that all required ground 17 jumpers, devices, and appurtenances do exist and are mechanically firm. 18 , , 19 3. A 500 volt megohm meter test on each circuit between the conductor and 20 ground with all switch boards, panel boards, fuse holders, switches, 21 receptacles, and overcurrent devices in place. All readings shall be 22 recorded. The Contractor shall furnish the Engineer with three copies of r• 23 the test results identifying observed readings with their respective circuits. 24 25 The insulation resistance shall not be less than 6 megohms between the conductor 26 and ground on circuits with a total single conductor length of 2,500 feet and over, - 27 nor less than 8 megohms on circuits with single conductor length of less than 2,500 28 feet. 29 „p 30 Any change in the above stated minimum readings must be approved in writing by 31 the Engineer. Only those factors based on dialectric properties of conductor 32 insulations, splicing insulations, terminal strip castings, etc., will be cause for 33 consideration of a variance. r 34 35 4. A functional test in which it is demonstrated that each and every part of 36 the system functions as specified. 37 "` 38 For those circuits below 115 volts nominal, except induction loop circuits and direct 39 burial circuits, the circuits shall be tested for continuity, ground, and a test to 40 demonstrate the circuit functions as specified. The megger test shall show an ego 41 insulation resistance of not less than 2 megohms to ground. 42 43 Any fault in any material or in any part of the installation revealed by these tests 44 shall be replaced or repaired by the Contractor in a manner approved by the 4114 45 Engineer, and the same test shall be repeated until no fault appears. 46 47 When the project includes a traffic signal system, the Contractor shall conduct tests 48 noted in Section 8-20.3(14)D. The Contractor shall provide the Engineer a "e 49 minimum of five days advance written notice of the proposed traffic signal turn-on 50 date and time. The traffic signal turn-on procedure shall not begin until all required 51 channelization, pavement markings, illumination, signs, and sign lights are ow 52 substantially complete and operational unless otherwise allowed by the Project 53 Engineer. The Contractor shall provide traffic controller to stop all traffic from 54 entering the intersection and shall then turn the traffic signal system to its flash 55 mode to verify proper flash indications. The Contractor shall then conduct am 56 functional tests to demonstrate that each part of the traffic signal system, 57 illumination system, or other electrical system functions as specified. This 58 demonstration shall be conducted in the presence of a Contracting Agency 59 electronic technician, the Contracting Agency electrical inspector, and Regional 60 Traffic Engineer or his/her designee. The Contractor shall then turn the traffic eis 2002 WSDOT Amendments AM-61 August 5,2002 +rr 1 signal to stop and go operation for no less than one full cycle. Based on the results do 2 of the turn-on, the Engineer will direct the Contractor to either turn the traffic signal 3 on to normal stop and go operation, to turn the signal to flash mode for a period not 4 to exceed five calendar days, or to turn the signal off and cover all signal displays. 5 ft 6 If the Contractor is directed to turn off the traffic signal, the Contractor shall 7 schedule a new turn-on date with the Engineer in accordance with the previously 8 mentioned procedures. to 9 10 A qualified representative of the controller supplier shall be present for the turn on 11 to stop and go operation if the controller is being supplied on the contract. 12 am 13 No change to stop and go operation will be allowed after 2 p.m. on any day nor will 14 the change be allowed on Friday, weekends, holidays, or the day preceding a 15 holiday. 16 11r 17 8-20.3(12) Painting 18 All painting required shall be done in conformance with applicable portions of 19 Section 6-07. Nth 20 21 8-20.3(13) Illumination Systems 22 8-20.3(13)A Light Standards 23 Light standards shall be handled when loading, unloading, and erecting in gig 24 such a manner that they will not be damaged. Any parts that are damaged due 25 to the Contractor's operations shall be repaired or replaced at the Contractor's 26 expense, to the satisfaction of the Engineer. 27 ow 28 Light Standards shall be erected in accordance with section 8-20.3(4). 29 30 Slip base installation shall conform to the following: Il 31 32 1. The slip plane shall be free of obstructions such as protruding conduit 33 or anchor bolts. The conduit, anchor bolts, and other obstructions 34 shall terminate at a height below the elevation of the top of the slip sr 35 plate. 36 37 2. Washers in the slip plane shall be placed between the slip plate and 38 the keeper plate. illi 39 40 3. Anchor bolts shall extend through the top heavy-hex nut two full 41 threads to the extent possible while conforming to the specified slip at 42 base clearance requirements. Anchor bolts shall be tightened by the 43 Turn-Of-Nut Tightening Method in accordance with Sections 6- 44 03.3(33)and 8-20.3(4). 45 • is 46 4. Clamping bolts shall be tightened in accordance with Sections 6- 47 03.3(33) and 8-20.3(4). The clamping bolts shall be tightened to the 48 specified torque, plus or minus 2 percent, in two stages using an 49 accurately calibrated torque wrench before erecting the light ' 50 standard. Except as otherwise specified, the Contractor shall install 1 51 inch diameter clamping bolts in all slip bases to a torque of 95 foot- 52 pounds. The Contractor shall tighten the 1 1/8 inch diameter iiii 53 clamping bolts of slip bases for 50 foot light standards with double 10 54 foot mast arms or greater to a torque to 104 foot-pounds. 55 56 5. The galvanized surfaces of the slip plate, and the keeper plate and us 57 the luminaire base plate shall be smooth, without irregularities, to 58 reduce friction and to prevent slackening of bolt tension due to 59 flattening of the irregularities. 60 rr lir 2002 WSDOT Amendments AM-62 August 5,2002 OW ,,,, 1 6. Anchor bolts damaged after the foundation concrete is placed shall 2 not be repaired by bending or welding. The Contractor's repair 3 procedure is to be submitted to the Engineer for approval prior to 4 making any repairs. The procedure is to include removing the .. 5 damaged portion of the anchor bolt, cutting threads on the 6 undamaged portion to remain, the installation of an approved 7 threaded sleeve nut and stud, and repairing the foundation with 8 epoxy concrete repair. N. 9 10 7. The grout pad shall not extend above the elevation of the bottom of 11 the anchor plate. ,,, 12 13 8. Wiring for slip base installation shall conform to details in the 14 Standard Plans. 15 lio 16 Breakaway coupling installation shall conform to the following: 17 18 1. At existing foundations, the anchor nuts, pole, grout pad, and leveling 19 nuts shall be removed. Conduits shall be cut to a maximum height of as 20 2 inches above the foundation including grounding end bushing or 21 bell end. Zinc rich paint, meeting federal paint specification A9-73 and 22 shall be applied to the cut conduit that has been threaded. Anchor ,,, 23 bolts that are damaged shall be repaired with approved sleeve nuts 24 as noted under slip base installation procedures. 25 26 2. Anchor bolts shall be cut off 2 1 /2 to 3 inches above the foundation. es 27 At new foundations, the anchor bolts shall be installed with top of bolt 28 2 1 /2 to 3 inches above the foundation. 29 30 3. Couplings shall be installed to within 1 /8 to 3 /8 inch of the MO 31 foundation. Couplings shall then be leveled. 32 33 4. The pole shall be set and plumbed; and washers, nuts, and skirt ss 34 installed per manufacturer's recommendations. 35 36 Slip base insert installations shall conform to details in the Standard Plans, 37 and shall conform to items 1 through 8 above for slip base installation, except es 38 that the specified torque for the 7/8 inch diameter clamping bolts shall be 50 39 foot-pounds. 40 el 41 All new metal light standards shall have an approved metal tag riveted to the 42 pole above the handhole. The following information shall be stamped on the 43 tag: 44 so 45 1. Luminaire number. 46 2. Luminaire wattage. 47 3. Luminaire voltage. 48 es 49 All new or relocated metal light standards shall be numbered for identification 50 in accordance with the Plans using painted 3-inch series C numbers installed 3 51 feet above the base facing the traveled way. Paint shall be black enamel alkyd ,,,, 52 gloss conforming to Federal Specification TT-E-489. 53 54 In setting timber poles, the Contractor shall provide a minimum burial of 10 55 percent of the total pole length plus 2 feet and shall rake the poles per •• 56 Standard plan J-7d. 57 is go 2002 WSDOT Amendments AM-63 August 5,2002 ar 1 8-20.3(13)B Decorative Light Standards iii 2 Design and fabrication shall meet or exceed the requirements of the latest 3 AASHTO Standard Specifications for Structural Supports for Highway Signs, 4 Luminaires and Traffic Signals. 5 ii 6 Complete calculations for the structural design, including anchor bolt details, 7 shall be prepared by a professional engineer licensed under Title 18 RCW 8 State of Washington, in the branch of Civil or Structural Engineering or by an 9 individual holding valid registration in another state as a Civil or structural 10 Engineer. All shop drawings and cover page of all calculations submittals shall 11 carry signature, original seal, registration number and date of expiration. The 12 cover page shall include the contract number, contract title and sequential di 13 index to calculation page numbers. Two copies of the associated design 14 calculation shall be submitted for approval along with shop drawings. 15 16 8-20.3(13)C Luminaires fai 17 The Contractor shall mark the installation date on the inside of the luminaire 18 ballast housing using a permanent marking pen. 19 20 All luminaires shall be mounted level, both transverse and longitudinally, as li 21 measured across points specified by the manufacturer. Leveling and 22 orientation shall be accomplished after pole plumbing. 23 di 24 8-20.3(14) Signal Systems 25 8-20.3(14)A Signal Controllers 26 All control cabinets and control equipment shall be factory wired ready for 27 operation. Field work will be limited to placing cabinets and equipment and Is 28 connecting the field wiring to field terminal strips. All controller cabinets shall 29 be installed on a silicone seal pad. 30 31 Controllers for portable traffic signal systems shall conform to the Ii. 32 requirements of Section 9-29.13(7). 33 34 8-20.3(14)B Signal Heads as 35 Unless ordered otherwise by the Engineer, signal heads shall not be installed 36 at any intersection until all other signal equipment is installed and the 37 controller is in place, inspected, and ready for operation at that intersection, 38 except that the signal heads may be mounted if the faces are covered to la 39 clearly indicate the signal is not in operation. 40 41 Three section displays mounted on type M mounts shall have the plumbizer lio 42 between the top and second display. Four and five section vertical displays 43 mounted on type M mounts shall have the plumbizer between the second and 44 third display. 45 eis 46 8-20.3(14)C Induction Loop Vehicle Detectors 47 Induction loops shall be constructed as detailed in the Contract and the 48 following: 49 50 1. Loop wire shall conform to Section 9-29.3. 51 52 2. When Type 2 or 6' diameter loops are grouped at the stop line, the se 53 front edge of the first loop shall be one foot behind the stop line. 54 Each additional loop installed in the lane shall be on 15 foot centers. 55 56 3. Lead-in cable shall conform to Section 9-29.3. wh 57 58 4. All loops shall be installed after grinding or prior to paving the final lift 59 of asphalt designated in the Contract. Loop conductors shall be held 60 at the bottom of the saw cut by high temperature backer rod (sized to ' a 2002 WSDOT Amendments AM-64 August 5,2002 Ili ,N,,,, 1 fit snugly in the saw cut). Two inch long pieces fo the backer rod 2 shall be installed on 24 inch centers along the entire loop and home 3 run(s) and at the entrance and exit of all turns greater than 45°. If 4 new loops are installed over existing the old loops shall be removed IMO 5 by grinding and the grinding shall be deep enough to destroy any 6 existing operational loop conductors. If not listed as incidental to 7 another item or paid for under another bid item the additional work to 8 remove the existing loops shall be paid in accordance with Section 1- = 9 04.4. 10 11 5. Each loop shall be the size and number of turns indicated in the 41IN 12 Plans. 13 14 6. No loop installation will be done in rainy weather or when the 15 pavement is wet. as 16 17 7. All sawcuts shall be cleaned with a high pressure washer and dried 18 with 100 psi minimum air pressure, to the satisfaction of the 19 Engineer. If traffic is allowed over the sawcut prior to wire installation, MD 20 the sawcuts shall be cleaned again. 21 22 8. Wiring shall be installed with a blunt-nosed wooden wedge. al 23 24 9. All slack shall be removed from the wiring.-Kinks in wiring or folding 25 back of excess wiring will not be allowed. 26 W+ 27 10. High temperature backer rod, sized for snug fit shall be installed in 28 the saw cut on 2' centers and at all sharp turns. 29 30 11. Install sealant as per contract or as approved by the Engineer. 0. 31 32 12. Sealant shall be applied such that air bubbles or foam will not be 33 trapped in the sawcut. on 34 35 8-20.3(14) D Test for Induction Loops and Lead-in Cable 36 All tests shall be performed by the Contractor in the presence of the Engineer 37 for each loop. The tests shall be performed at the amplifier location after — 38 complete installation of the loop. All costs associated with testing shall be 39 included in the unit contract prices of the respective bid items. 40 41 Test A — The DC resistance between the two lead-in cable wires will be do 42 measured by a volt ohm meter. The resistance shall not exceed 5 ohms. 43 44 Test B — A megohm meter test at 500 volts DC shall be made between the IND 45 lead-in cable shield and grounding, prior to connection to grounding. The 46 resistance shall equal or exceed 100 megohms. 47 48 Test C — A megger test shall be made between the loop circuit and ote 49 grounding. The resistance shall equal or exceed 100 megohms. 50 51 Test D — An inductance test to determine the inductance level of each 111. 52 inductance loop. The Contractor shall record the inductance level of each 53 inductance loop installed on the project and shall furnish the findings to the 54 Engineer. An inductance level below 150 microhenries is considered a failure 55 for a Type 1 loop, and an inductance level below 75 microhenries is +11110 56 considered a failure for a Type 2 loop. 57 58 If any of the installations fails to pass all tests, the loop installation or lead-in 59 cable shall be repaired and replaced and then retested. "" 60 mig 2002 WSDOT Amendments AM-65 August 5,2002 •• 1 8-20.3(14)E Signal Standards lie 2 Traffic signal standards shall be furnished and installed in accordance with the 3 methods and materials noted in the contract and the following: 4 5 1. All dimensions and orientations will be field verified by the Engineer at 6 prior to fabrication. 7 8 2. The signal standard component identification shall conform to details 9 in the Plans. 10 11 3. Disconnect connectors complete with pole and bracket cable shall be 12 installed in any signal standard supporting a luminaire. Illumination ow 13 wiring installation shall conform to details in the Plans for slip base 14 wiring. 15 16 4. No field drilling will be allowed on signal mast arms except for the ++16 17 installation of any required pre-empt indicators , pre-empt detectors, 18 microwave detector, or type "N" signal mountings. The maximum 19 diameter shall be 1 inch. 20 et. 21 5. All pole entrances required for pole-mounted signal heads, cabinets, 22 signs, pedestrian push button assemblies, etc., shall be field drilled. 23 Ili 24 6. Damage to the galvanized pole surface resulting from field drilling 25 shall be repaired with approved zinc rich paint. 26 27 7. Field welding will not be allowed, except as shown in the Plans or as IIII 28 otherwise approved by the Engineer. 29 30 8. All tenons shall be factory installed. eii 31 32 9. All welding shall be completed prior to galvanizing. 33 34 10. Foundations shall be constructed to provide the pole orientation tio 35 noted in the Plans. Anchor bolts shall be tightened in accordance with 36 Sections 6-03.3(33) and 8-20.3(4). 37 38 11. Slip base installation for Type RM and FB signal standards shall • 39 conform to the slip base installation requirements specified in Section 40 8-20.3(13)A, except that the specified torque for the 3/4 inch diameter 41 clamping bolts shall be 50 foot-pounds. or 42 43 12. The pole shall be plumbed after signal heads are installed. 44 45 13. The space between the bottom base plate and the top of foundation ii 46 shall be filled with grout. with a 3/8 -inch plastic drain tube. 47 48 Signal standards shall not be erected on concrete foundations until the 49 foundations have attained 60 percent of its design strength or 14 days. Signal III 50 standards without mast arms may be erected after 72 hours. Type IV and V 51 strain pole standards may be erected but the messenger cable (span wire) can 52 not be placed until the foundation has attained 60 percent of its design so 53 strength or 14 days. 54 55 Signal supports used with portable traffic signal systems shall provide a 56 minimum of two signal displays, spaced a minimum of 8 feet apart. When ei 57 portable traffic signals are used to provide alternating one way control, a 58 minimum of one of the signal displays shall be suspended over the traveled 59 way. The minimum vertical clearance to the traveled way for this signal display 60 is 16 feet 6 inches. up ii 2002 WSDOT Amendments AM-66 August 5,2002 1 NO 1 2 Timber strain poles shall be set a burial depth of 10% of the total length plus 2 3 feet and shall be raked as noted as noted on Standard Plan J-7d. 4 .. 5 8-20.3(15) Grout 6 Grout shall conform to the requirements of Section 6-02.3(20). 7 8 8-20.3 (16) Reinstalling Salvaged Material sin 9 Metal poles relocated to new permanent locations shall be inspected for structural 10 integrity prior to reinstalling. 11 ill 12 8-20.3(17) "As Built" Plans 13 Upon physical completion of the work, the Contractor shall submit corrected shop 14 drawings, schematic circuit diagrams, or other drawings necessary for the 15 Engineer to prepare corrected plans to show the work as constructed. dm 16 17 These drawings shall be on sheets conforming in size to the provisions of Section 18 1-05.3. 19 "' 20 8-20.4 Measurement 21 When shown as lump sum in the Plans or in the proposal as illumination, traffic data 22 Accumulation and ramp metering, , or traffic signal system , no specific unit of w 23 measurement will apply, but measurement will be for the sum total of all items for a 24 complete system to be furnished and installed. 25 26 Conduit of the kind and diameter specified will be measured by the linear foot for the .. 27 actual neat line length in place, unless the conduit is included in an illumination system, 28 signal system, or other type of electrical system lump sum bid item. 29 30 Casing — will be measured by the linear foot for the actual length of casing placed, dio 31 unless the casing is included in an illumination, signal or other electrical system lump 32 sum bid item. 33 ,r,,, 34 8-20.5 Payment 35 Payment will be made in accordance with Section 1-04.1, for each of the following bid 36 items that are included in the proposal: 37 d i 38 "Illumination System ", lump sum. 39 "Traffic Signal System ", lump sum. 40 `Traffic Data Accumulation and Ramp Metering System ", lump sum. 41 The lump sum contract price for "Illumination System ", `Traffic Signal ", `r 42 "Traffic Data Accumulation and Ramp Metering System ", shall be full pay for 43 the construction of the complete electrical system, modifying existing systems, or 44 both, as shown in the Plans and herein specified including excavation, backfilling, d,. 45 concrete foundations, conduit, wiring, restoring facilities destroyed or damaged 46 during construction, salvaging existing materials, and for making all required tests. 47 All additional materials and labor, not shown in the plans or called for herein and 48 which are required to complete the electrical system, shall be included in the lump ''o" 49 sum contract price. 50 51 "Conduit Pipe In. Diam.", per linear foot. do 52 The unit contract price per linear foot for "Conduit In. Diam." shall be full pay 53 for furnishing all pipe, pipe connections, elbows, bends, caps, reducers, conduits, 54 and unions; for placing the pipe in accordance with the above provisions, including 55 all excavation or directional boring jacking or drilling required, backfilling of any NO 56 voids around casing, conduits, pits or the trenches, restoration of native vegetation 57 disturbed by the operation, chipping of pavement, and bedding of the pipe; and all 58 other work necessary for the construction of the conduit, except that when conduit 59 is included on any project as an integral part of an illumination or traffic signal Mt 2002 WSDOT Amendments AM-67 August 5,2002 .r 1 system and the conduit is not shown as a pay item, it shall be included in the lump 2 sum price for the system shown. 3 4 All costs for installing conduit containing both signal and illumination wiring shall be 5 included in the contract prices for the signal system. 6 7 All costs for installing junction boxes containing both illumination and signal wiring 8 shall be included in the contract prices for the signal system. 9 10 "Casing", per linear foot. 11 The unit contract price per linear feet for "casing" shall be full payment for boring, 12 jacking or drilling for installing casing, and backfilling any voids around the casing 13 and pits or other trenches required to install the casing. This cost will also include 14 any restoration of native vegetation disturbed by the operation. 15 16 SECTION 8-21, PERMANENT SIGNING 17 August 5, 2002 18 8-21.2 Materials 19 This section is revised to read: 20 21 Signing materials and fabrication of signs shall meet the requirements of Section 9-28. 22 Materials for roadside sign structures shall meet the requirements of Section 9-06.16. Im 23 Materials for sign mounting shall conform to Section 9-28.11. Materials for sign 24 bridges, cantilever sign structures, and bridge mounted sign brackets shall conform to 25 Section 9-28.14(2). 26 mit 27 8-21.3(9)B Grout 28 This section including title is revised to read: 29 30 8-21.3(9)B Vacant 31 32 8-21.3(9)F Bases 33 The eleventh paragraph is revised to read: 34 35 Plumbing of sign bridges and cantilever sign structures shall be accomplished by 36 adjusting leveling nuts. Shims or other similar devices for plumbing or raking will not be 37 permitted. 38 39 SECTION 8-22, PAVEMENT MARKING 40 August 5, 2002 41 8-22.1 Description 42 The first sentence under "Railroad Crossing Symbol" is revised to read: 43 44 A WHITE marking that includes a symbol, two letters and two 24 inch transverse lines, 45 conforming to details in the Standard Plans. 46 47 "Drainage Marking" is revised to read: mil 48 49 Drainage Marking 50 A WHITE marking conforming to the details in the Standard Plans for the identification 51 of a cross culvert, catch basin or grate inlet. 52 53 This section is supplemented with the following: 54 55 Bicycle Lane Symbol 56 A WHITE marking that includes a symbol and one traffic arrow conforming to details in 57 the Standard Plans. 58 Sri 2002 WSDOT Amendments AM-68 August 5,2002 a 1 8-22.3(3) Marking Application 2 On page 8-86, under Liquid pavement marking material, "Feet of 40 line/gallon" is revised 3 to "Feet of 4" line/gallon". 4 •• 5 Under Solid pavement marking material, "Feet of 40 line/50# bag" is revised to "Feet of 4" 6 line/50# bag". 7 8 8-22.4 Measurement "" 9 The first sentence of the 7th paragraph is revised to read: 10 11 Traffic arrows, traffic letters, access parking space symbols, HOV symbols, railroad 12 crossing symbols, bicycle lane symbol, drainage markings, aerial surveillance full, and 13 1/2 markers will be measured per each as " Traffic Marking". 14 15 The ninth paragraph is revised to read: 16 17 Removal of traffic arrows, traffic letters, access parking space symbol, HOV lane 18 symbol, railroad crossing symbol, bicycle lane symbols, drainage markings, aerial 19 surveillance full and 1/2 markers will be measured per each as "Removing _ Traffic 20 Marking". Removal of crosswalk lines will be measured by the square foot of lines 21 removed as "Removing_Crosswalk Line". 22 23 8-22.5 Payment 24 This section is supplemented with the following: 25 26 "Painted Bicycle Lane Symbol", per each. au 27 "Plastic Bicycle Lane Symbol", per each. 28 29 SECTION 8-23, TEMPORARY PAVEMENT MARKINGS 30 August 5, 2002 WO 31 8-23.1 Description 32 This section is revised to read: 33 34 The work shall consist of furnishing and installing temporary pavement markings. 35 Temporary pavement markings shall be provided where noted in the Plans and for all 36 lane shifts and detours resulting from construction activities. Temporary pavement 37 markings shall also be provided when permanent markings are eliminated because of 38 construction operations. Temporary pavement markings shall be maintained in 39 serviceable condition throughout the project until permanent pavement markings are 40 installed. Temporary pavement markings that are damaged shall be repaired or 41 replaced immediately. Temporary painted center lines, edge lines, or lane lines and 42 temporary raised pavement markers which are, in the opinion of the Engineer, 43 damaged due to normal wear by traffic, will be replaced. Any temporary line marked 44 with tape shall be repaired immediately when it no longer provides the intended use. 45 46 Temporary pavement marking installations are defined as follows: 47 "" 48 Temporary Center Line 49 A BROKEN line used to delineate adjacent lanes of traffic moving in opposite 50 directions. The broken pattern shall be based on a 40-foot unit, consisting of a 51 4-foot line with a 36-foot gap if paint or tape is used. If temporary raised pavement 52 markers are used, the pattern shall be based on a 40-foot unit, consisting of a 53 grouping of three temporary raised pavement markers, each spaced 3 feet apart, 54 with a 34-foot gap. 55 56 Temporary Edge Line 57 A SOLID line used on the edges of traveled way. The line shall be continuous if 58 paint or tape is used. If temporary raised pavement markers are used, the line shall 59 consist of markers installed continuously at 5-foot spacings. 2002 WSDOT Amendments AM-69 August 5,2002 rrr 1 2 Temporary Lane Line 3 A BROKEN line used to delineate adjacent lanes with traffic traveling in the same 4 direction. The broken pattern shall be based on a 40-foot unit, consisting of a 4-foot 5 line with a 36-foot gap, if paint or tape is used. If temporary raised pavement 6 markers are used, the pattern shall be based on a 40-foot unit, consisting of a 7 grouping of three temporary raised pavement markers, each spaced 3 feet apart, 8 with a 34-foot gap. 9 10 Lane line and right edge line shall be white in color. Center line and left edge line 11 shall be yellow in color. Edge lines shall be installed only if specifically required in 12 the contract. All temporary pavement markings shall be retroreflective. 13 14 8-23.4 Measurement 15 The following new paragraph is inserted after the first paragraph: 16 • 17 Reinstalled painted markings and raised pavement markers, when ordered by the 18 Engineer due to normal wear by traffic, will be measured again, each time ordered. 19 Repair, for any reason, of temporary markings made with tape shall not be measured. 20 21 8-23.5 Payment 22 The third sentence in the note for"Temporary Pavement Marking" is revised to read: 23 24 No additional compensation will be allowed when the Contractor is required to repair 25 temporary taped markings that have been damaged or worn. 26 27 SECTION 9-01, PORTLAND CEMENT 28 April 1, 2002 29 9-01.2(1) Portland Cement 30 This section is revised to read: 31 32 Portland cement shall conform to the requirements for Types I, II, or III cement of the 33 Standard Specifications for Portland Cement, AASHTO M 85, except that the content of 34 alkalis shall not exceed 0.75 percent by weight calculated as Na20 plus 0.658 K20 and 35 except that the content of Tricalcium aluminate (C3A) shall not exceed 8 percent by 36 weight calculated as 2.650AI203 minus 1.692Fe2O3. 37 38 The time of setting shall be determined by the Vicat Test method, AASHTO T 131. 39 40 SECTION 9-03, AGGREGATES 41 August 5, 2002 42 9-03.1(5)B Grading 43 The second paragraph is supplemented with the following: 44 45 Standard sieve sizes shall be those listed in ASTM C 33. 46 47 9-03.9(3) Crushed Surfacing 48 The percent passing the 1/2" square sieve for Top Course and Keystone is revised to "80- 49 100". 50 51 9-03.12(3) Gravel Backfill for Pipe Zone Bedding 52 The Percent Passing for U.S. No. 200 is revised to read "10.0 max". 53 54 9-03.15 Vacant 55 This section including title is revised to read: 56 rr 2002 WSDOT Amendments AM-70 August 5,2002 1 9-03.15 Native Material for Trench Backfill 2 Trench backfill outside the roadway prism shall be excavated material free of wood 3 waste, debris, clods or rocks greater than 6 inches in any dimension. 4 ••.� 5 SECTION 9-04, JOINT AND CRACK SEALING MATERIALS 6 April 1, 2002 7 9-04.6 Expanded Polystyrene 8 This section is revised to read: 9 10 Expanded polystyrene shall be of a cellular molded type with a density of 1.5 plus or 11 minus 0.25 pounds per cubic foot. 12 13 SECTION 9-05, DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS 14 January 7, 2002 15 9-05.2(7) Perforated Corrugated Polyethylene Drainage Tubing Underdrain 16 Pipe 17 This section is revised to read: 18 19 Perforated corrugated polyethylene drainage tubing underdrain pipe shall meet the 20 requirements of AASHTO M252, Type CP or Type SP. Type CP shall be Type C pipe 21 with Class 2 perforations and Type SP shall be Type S pipe with either Class 1 or Class 22 2 perforations. Additionally, Class 2 perforations shall be uniformly spaced along the 23 length and circumference of the pipe. The maximum size pipe shall be 10-inch 24 diameter. 25 26 9-05.2(8) Perforated Corrugated Polyethylene Underdrain Pipe 27 This section is revised to read: 28 all 29 Perforated corrugated polyethylene underdrain pipe, 12-inch through 48-inch diameter 30 maximum, shall meet the requirements of AASHTO M 294 Type CP or Type SP. Type 31 CP shall be Type C pipe with Class 2 perforations and Type SP shall be Type S pipe 32 with either Class 1 or Class 2 perforations. Additionally, Class 2 perforations shall be 33 uniformly spaced along the length and circumference of the pipe. 34 35 SECTION 9-06, STRUCTURAL STEEL AND RELATED MATERIALS 36 April 1, 2002 37 9-06.5(4) Anchor Bolts 38 The second sentence in the second paragraph is revised to read: 39 40 Nuts for ASTM A 449 galvanized bolts shall conform to AASHTO M291, Grade DH and 41 shall conform to the lubrication requirements in Section 9-06.5(3). — 42 43 SECTION 9-07, REINFORCING STEEL 44 August 5, 2002 45 9-07.1(1) Acceptance by Manufacturer's Certification 46 This section is supplemented with the following: 47 48 9-07.1(1)A Acceptance of Materials 49 Steel reinforcing bar manufacturers use either an English or a Metric size designation 50 while stamping rebar. The actual size of the bar, whether stamped with an English or a 51 Metric size designation is acceptable. The contract plans and the standard plans will 52 continue to use an English size designation. The table below shows the comparable 53 reinforcing steel bar size designations in both units of measure: 54 55 English Bar Metric 2002 WSDOT Amendments AM-71 August 5,2002 it 1 Designation Diameter Designation r 2 #3 (0.375 inches) #10 3 #4 (0.500 inches) #13 4 #5 (0.625 inches) #16 5 #6 (0.750 Inches) #19 III 6 • #7 (0.875 inches) #22 7 #8 (1.000 inches) #25 8 #9 (1.128 inches) #29 9 #10 (1.270 inches) #32 ur 10 #11 (1.410 inches) #36 11 #14 (1.690 inches) #43 12 #18 (2.260 inches) #57r 13 14 9-07.1(4) Inspection 15 This section including title is revised to read: 16 r 17 9-07.1(4) Vacant 18 19 SECTION 9-12, MASONRY UNITS 20 April 1, 2002 IN 21 9-12.4 Precast Concrete Manholes 22 The fifth sentence in the third paragraph is revised to read: up 23 24 A minimum of two hoops of W2 wire shall be placed in the 48-inch end of each cone. 25 26 SECTION 9-14, EROSION CONTROL AND ROADSIDE PLANTING 41116 27 August 5, 2002 28 9-14.4(2) Wood Cellulose Fiber 29 In the second sentence of the second paragraph, the reference to "93 percent on an oven ` 30 dry basis" is revised to "90 percent on an oven dry basis". 31 32 SECTION 9-16, FENCE AND GUARDRAIL im 33 August 5, 2002 34 9-16.2(3) Wood Fence Posts and Braces 35 This section is revised to read: 36 37 Douglas fir, Western red cedar, hemlock, or larch shall be used in the construction of ill 38 wood fence posts and braces. The material shall be of good quality and approved by No 39 the Engineer before use. Peeler cores shall not be used for round posts. Wood fencing 40 materials shall have sufficient sapwood in the outer periphery to obtain the specified 41 penetration of preservative. Fencing materials shall be cut to the correct length before 42 pressure treatment. 1, 43 44 Line posts shall be 3-inch minimum diameter round posts or nominal 3-inch by 3-inch 45 square sawed posts. If the posts are to be pointed for driving, they shall be pointed 46 before treatment. Line posts shall be at least 7 feet in length. 47 48 Pull posts and brace posts shall be 6-inch diameter round posts or nominal 6-inch by 6- 49 inch material not less than 7 feet in length. r 50 51 End, gate, and corner posts, and posts at an intersecting fence shall be 6-inch diameter 52 round posts or nominal 6-inch by 6-inch material not less than 7 feet 10 inches in 53 length. NI 54 55 All sawed posts and timbers shall meet the requirements in the table under Section 9- 56 09.2. iii 57 a 2002 WSDOT Amendments AM-72 August 5,2002 Ili 1 The preservatives used to pressure-treat wood fencing materials shall meet the AIN 2 requirements of Section 9-09.3. 3 4 The retention and penetration of the preservative shall be as follows: or„ 5 6 Minimum Retention in 7 Pounds Per Cubic Foot 8 9 Preservative Sawed Posts Round Posts 10 Creosote 10.00 8.00 11 Pentachlorophenol 0.50 0.40 12 ACA 0.40 0.40 ""' 13 ACZA 0.40 0.40 14 ACQ 0.40 0.40 15 CCA 0.40 0.40 4,,, 16 17 Minimum Penetration 18 19 for material 5" or less - 0.40 inches penetration and 90% of sapwood - 20 for material 5"or greater- 0.50 inches penetration and 90% of sapwood 21 22 9-16.3(2) Posts and Blocks 23 This section is revised to read: 24 25 Posts and blocks may be of creosote treated timber, pentachlorophenol treated timber, 26 waterborne, chromated copper arsenate (CCA), ammoniacal copper arsenate (ACA), o. 27 ammoniacal copper zinc arsenate (ACZA), or ACQ treated timber or galvanized steel; 28 except only treated timber posts and blocks may be used for weathering steel beam 29 guardrail. Blocks made from alternate materials that meet the NCHRP Report 350 30 criteria may be used in accordance with the manufacturer's recommendations. Except "' 31 for terminal or anchor assemblies, all posts for any one project shall be of the same 32 type (wood or steel). Posts and blocks shall be of the size and length shown in the 33 Plans and meet the requirements of these Specifications. Posts and blocks may be S4S 34 or rough sawn. iv 35 36 Timber posts and blocks shall conform to the grade specified in Section 9-09.2, except 37 pine lumber No. 1 grade may be used for the blocks. Timber posts and blocks shall be a 38 fabricated as specified in the Plans before being treated. Timber posts and blocks shall 39 be treated by the empty cell process to provide a minimum retention, depending on the 40 treatment used, according to the following: 41 me 42 Creosote oil 12.0 bs. pcf. 43 Pentachlorophenol 0.60 bs. pcf. 44 ACA 0.50 bs. pcf. 0 45 ACZA 0.50 bs. pcf. 46 ACQ 0.50 bs. pcf. 47 CCA 0.50 bs. pcf. 48 49 Treatment shall be in accordance with Section 9-09.3. 50 51 Steel posts, blocks, and base plates, where used, shall conform to ASTM A 36, and 52 shall be galvanized in accordance with AASHTO M 111. Welding shall conform to so 53 Section 6-03.3(25). All fabrication shall be completed prior to galvanizing. 54 55 9-16.8(1) Rail and Hardware e, 56 The second sentence in the first paragraph is revised to read: 57 58 Bolts, nuts, and washers for installation of weathering steel shall meet the requirements 59 of Section 9-16.3(4), and be galvanized in accordance with Section 9-16.3(3). +ff• 60 no 2002 WSDOT Amendments AM-73 August 5,2002 1.. 1 SECTION 9-17, FLEXIBLE GUIDE POSTS eit 2 January 7, 2002 3 9-17.4 Pre-approval 4 The address for the Department of Transportation Materials Laboratory is revised to P.O. 01. 5 Box 47365, Olympia, WA 98504-7365. 6 7 SECTION 9-23, CONCRETE CURING MATERIALS AND ADMIXTURES 8 April 1, 2002 +rr 9 9-23.6 Admixture for Concrete 10 This section is revised to read: ei 11 12 Admixtures for use in concrete shall meet the following specifications: 13 14 Admixture Specification ist 15 Air entraining AASHTO M 154 ASTM C 260 16 Water Reducing AASHTO M 194 Type A ASTM C 494 Type A 17 Set Retarding AASHTO M 194 Type B ASTM C 494 Type B 18 *Accelerating AASHTO M 194 Type C ASTM C 494 Type C ""` 19 Water Reducing/ AASHTO M 194 Type D ASTM C 494 Type D 20 Set Retarding 21 *Water Reducing/ AASHTO M 194 Type E ASTM C 494 Type E „ 22 Accelerating 23 High Range Water AASHTO M 194 Type F ASTM C 494 Type F 24 Reducing and G and G 25 err 26 *Accelerating admixtures are only allowed in Portland cement concrete pavement 27 per Section 5.05, Cement Concrete Pavement and Section 5-05.3(1) Concrete Mix 28 Designs for Paving. 29 to 30 In addition to the above specifications, admixtures proposed for use shall contain less 31 than one percent chloride ion (CI- ) by weight of admixture and only non-chloride 32 accelerating admixtures shall be used. 33 34 Acceptance of admixtures will be based on Manufacturer's Certificate of Compliance. 35 36 If required by the Engineer, admixtures shall be sampled and tested before they are mis 37 used. 38 39 Samples shall be submitted for testing 10 days prior to use. 40 41 SECTION 9-28, SIGNING MATERIALS AND FABRICATION 42 August 5, 2002 a 43 9-28.11 Hardware 44 The table following the first paragraph is revised to read as follows: 45 46 Hardware Specification r 47 48 Bolts ASTM F 468 2024-T4 Aluminum 49 ASTM A 307 Steel op 50 ASTM F 593 Stainless Steel Alloy 304 51 52 Washers ASTM B 209 2024-T4 Aluminum 53 ASTM A 36 Steel 111 54 AISI B18.22.1 Stainless Steel Alloy 304 55 56 Nuts ASTM F 467 2024-T4 Aluminum 57 ASTM A 307 Steel ei a 2002 WSDOT Amendments AM-74 August 5,2002 tuft 1 ASTM F 594 Stainless Steel Alloy 304 or 2 3 Locknuts ASTM F 467 2024-T4 Aluminum 4 ASTM A 307 Steel or 5 ASTM F 594 Stainless Steel Alloy 304 6 7 Rivets ASTM B 316 6061-T6 Aluminum 8 ASTM B 316 6053-T61 Aluminum on 9 10 Post Clips ASTM B 179 356-T6 Aluminum 11 12 Windbeam ASTM B 221 6061-16 Aluminum ON 13 14 Angle and "Z" Bar ASTM B 221 6061-T6 Aluminum 15 ASTM A 36 Steel es 16 17 Strap and Mounting Bracket ASTM A 666 Type 201 Stainless Steel Alloy 304 18 19 9-28.14(1) Timber Sign Posts Mr 20 This section is revised to read: 21 22 At the Contractor's options, timber sign posts and mileposts shall be untreated Western 23 cedar, treated Douglas fir, or treated Hem-fir meeting the grades specified in Section 9- """ 24 09.2. Douglas fir and Hem-fir posts shall be given a treatment in accordance with 25 Section 9-09.3(1). Preservative retention shall be as shown in section 9-16.2(3) for 26 sawn posts. to 27 28 9-28.14(2) Steel Structures and Posts 29 This section is revised to read: 30 31 Truss chords, struts, and diagonals, end posts, and end post struts and diagonals for 32 sign bridge structures and cantilever sign structures shall conform to either ASTM A 36 33 or ASTM A 53 Grade B Type E or S. The nominal pipe diameter and the pipe wall 34 thickness shall be as specified in the Plans or Standard Plans. All other structural steel le 35 for sign bridge structures and cantilever sign structures shall conform to ASTM A 36. 36 Truss member connection hardware shall conform to Section 9-06.5(3). 37 as 38 Pipe members for bridge mounted sign brackets shall conform to ASTM A 53 Grade B 39 Type E or S, and shall be Schedule 40 unless otherwise specified. All other structural 40 steel for bridge mounted sign brackets shall conform to ASTM A 36. U bolts, and 41 associated nuts and washers, shall be stainless steel conforming to Section 9-28.11, me 42 and shall be fabricated hot. 43 44 Anchor rods, nuts and washers for sign bridge structure foundations shall conform to 45 Section 9-06.5(4). Anchor rods for cantilever sign structure foundations shall conform ow 46 to ASTM F 1554 Grade 105, including the appropriate supplemental requirements for 47 grade and manufacturer's identification, and charpy impact testing (15 foot-pounds 48 minimum at 40F). Nuts and washers for cantilever sign structure foundations shall MN 49 conform to AASHTO M 291 Grade DH and AASHTO M 293, respectively. 50 51 Anchor rods for sign bridge structures and cantilever sign structures shall be galvanized 52 after fabrication a minimum of 1'-0" at the exposed end in accordance with AASHTO M to 53 232. Nuts and washers shall be galvanized after fabrication in accordance with 54 AASHTO M 232. Anchor rod templates shall conform to ASTM A 36, but need not be 55 galvanized. ,S 56 57 Steel sign structures and posts shall be galvanized after fabrication in accordance with 58 AASHTO M 111, unless noted otherwise in the Plans. All bolts, nuts, and washers shall 59 be galvanized after fabrication in accordance with AASHTO M 232. Unless otherwise NO 60 specified in the Plans or Special Provisions, metal surfaces shall not be painted. r, 2002 WSDOT Amendments AM-75 August 5,2002 eme 1 2 Minor fabricating and modifications necessary for galvanizing will be allowed if not 3 detrimental to the end product as determined by the Engineer. If such modifications are 4 contemplated, the Contractor shall submit to the Engineer, for approval, six copies of 5 the proposed modifications, prior to fabrication. iriii 6 7 9-28.15 Sign Lighting Luminaires 8 This section is revised to read: 9 Ili 10 Sign lighting luminaries shall be either Mercury Vapor or Induction. 11 12 This section is supplemented with the following: tiii 13 14 9-28.15(1) Sign Lighting Luminaires—Mercury Vapor 15 Sign lighting luminaires shall have a cast aluminum housing and door assembly with a 16 polyester paint finish. we 17 18 The housing shall encase a reflector, lamp socket, and ballast. It shall have a front 19 entry (the side facing the sign) suitable for 1/2 inch conduit and mounting holes for 20 attaching to a fixture mounting plate. Any additional entries shall have suitable plugs. 21 The sign lighting luminaire shall be supported by a lighting bracket assembly as detailed 22 in the plans. If the sign structure includes a maintenance walkway, the luminaire fixture 23 mounting plate shall be bolted to the walkway grating. Condensation drain holes shall to 24 be provided as recommended by the manufacturer. 25 26 The door shall be hinged to the housing on the side of the fixture away from the sign 27 panel and shall be provided with two captive devices. The door shall be provided with ' 28 the means to allow the door to be locked in the open position 70° to 90° from the plane 29 of the door opening. The juncture of the door and housing shall be gasketed to provide 30 a rain tight and dust tight joint. 31 le 32 Refractors shall be manufactured from heat resistant borosilicate glass. The refractor 33 shall be shielded so that no light source is visible from the sign viewing approach. The 34 shield shall be an integral part of the door assembly. When called for in the plans, isi 35 fixtures shall be provided with a wire guard to prevent damage to the refractor. 36 37 The light source shall be a 175 watt deluxe phosphor coated mercury vapor lamp. The 38 lamp socket shall be porcelain enclosed mogul type containing integral lamp grips to ici 39 ensure electrical contact under conditions of normal vibration. The center contact shall 40 be spring loaded. The shell and center contact shall be rated for 1500 watts, 600 volts. 41 • 42 An isolation switch shall be installed in a NEMA 3R stainless steel terminal cabinet per 43 standard specification 9-29.25. The terminal cabinet shall be installed in accordance to 44 the Standard Plans. The switch shall be either single pole, single throw, or double pole 45 single throw as necessary to open all conductors to the luminaires other than neutral to 46 and ground conductors. The switch shall contain 600 volt alternating current (VAC) 47 terminal strips on the load side with solderless lugs as required for each load carrying 48 conductor plus four spare lugs per strip. 49 iii 50 Each fixture shall be provided with a fusible terminal block. Fuses shall be 10 amp, 250 51 VAC for 120 VAC circuits and 5 amp 600 VAC for 240 VAC and 480 VAC circuits. The 52 primary voltage shall be as indicated in the plans. Photometric performance shall be as 0 53 follows: 54 55 The ratio of the maximum to minimum illuminance level on a panel 10 feet high by 56 16 feet wide shall not numerically exceed 5:1 approaching 1:1. In addition, the 57 illuminance gradient shall not numerically exceed 2:1, illuminance gradient being 58 defined as the ratio of the minimum illuminance of a square panel 1 foot on a side 59 to that of any adjacent panel of the same size. This performance shall be obtained is 2002 WSDOT Amendments AM-76 August 5,2002 II li MO 1 when the fixture is mounted 1 foot below the bottom edge of the sign and 5 feet out 2 from the sign face. 3 4 The average to minimum uniformity ratio for a panel as dimensioned above shall t. 5 not numerically exceed 3:1. Average initial illuminance shall exceed 10 foot 6 candles for a mercury vapor lamp of 175 watts as specified. 7 8 9-28.15(2) Sign Lighting Fixtures-Induction " ' 9 Induction sign lighting fixture shall conform to the provisions for mercury sign lighting 10 fixtures except as modified below: 11 ill 12 Each fixture shall consist of a housing a reflector, refractor or lens, lamp socket, 13 lamp, power coupler, a high frequency (HF) generator and a fuse block, door, front 14 entry (the side facing the sign) suitable for 1/2 inch conduit and mounting holes for 15 attaching to a fixture mounting plate. Any additional entries shall have suitable wr 16 plugs. The sign lighting luminaire shall be supported by a lighting bracket assembly 17 as detailed in the plans. The door shall be hinged to the housing on the side of the 18 fixture away from the sign panel and shall be provided with two captive devices. 19 The door shall be provided with the means to allow the door to be locked in the "" 20 open position 70° to 90° from the plane of the door opening. The juncture of the 21 door and housing shall be gasketed to provide a rain tight and dust tight joint. 22 , , 23 Refractors or lens shall be manufactured from heat resistant glass. The refractor or 24 lens shall be shielded so that no light source is visible from the sign viewing 25 approach. The shield shall be an integral part of the door assembly. When called 26 for in the plans, fixtures shall be provided with a wire guard to prevent damage to ais 27 the refractor. 28 29 The ratio of the maximum to minimum illuminance level on a panel 10 feet high by 30 16 feet wide shall not numerically exceed 9:1 approaching 1:1. In addition, the '" 31 illuminance gradient shall not numerically exceed 2:1, illuminance gradient being 32 defined as the ratio of the minimum illuminance of a square panel 1 foot on a side 33 to that of any adjacent panel of the same size. This performance shall be obtained ,,,,,, 34 when the fixture is mounted 1 foot below the bottom edge of the sign and 5 feet out 35 from the sign face. 36 37 The average to minimum uniformity ratio for a panel as dimensioned above shall ei 38 not numerically exceed 4:1. Average initial illuminance shall exceed 10 foot 39 candles for an induction lamp of 85 watts as specified. 40 41 The system lifetime shall be rated at 60 000 hours with a failure rate of less than 10 OW 42 percent. The system shall be rated at a nominal wattage of 87 W, 120/240 or 43 480V(ac). The power factor of the system shall be greater than 90 percent and the 44 total harmonic distortion (THD) shall be less than 10 percent. The system shall be 110 45 UL approved for wet locations and be FCC Class a listed. 46 47 The mounting assembly shall be either cast aluminum, hot-dip galvanized steel 48 plate or steel plate that has been galvanized and finished with a polymeric coating No 49 system or the same finish that is used for the housing. The overall weight of the 50 fixture shall not exceed 44 pounds. The manufacturer's brand name, trademark, 51 model number, serial number and date of manufacture shall be located on the a• 52 packaged assembly and on the outside and inside of the housing. 53 54 Housing 55 The housing shall have a door designed to hold a refractor or lens. The a 56 housing door shall be designed to be opened without the use of tools. The 57 housing and door shall have polyester paint finish of a gray color resembling 58 unfinished fabricated aluminum. 59 lib Mt 2002 WSDOT Amendments AM-77 August 5,2002 r 1 Reflector 2 The reflector may be designed to be removed as a unit that includes the lamp 3 and power coupler. 4 5 Lamp 6 Each fixture shall be furnished with an 85-W induction lamp. The interior lamp 7 walls shall be fluorescent phosphor coated. Lamp light output shall be not less 8 than 70 percent at 60 000 hours. Lamps shall have a color-rendering index 9 (CRI) of not less than 80. Lamps shall be rated at a color temperature of 4 10 000 K. Lamps shall be removable without the use of tools. 11 12 Power Coupler 13 The power coupler shall consist of a construction base with antenna, heat sink 14 and electrical connection cable. 15 16 The power coupler shall be designed so that it can be removed with no more 17 than common hand tools. 18 19 High Frequency Generator 20 High frequency (HF) generators shall provide reliable lamp starting and 21 operation at ambient temperatures down to -15° F for the rated life of the 22 lamp. 23 or 24 The generator output frequency shall be 2.65 MHz +1- 10 percent. The 25 generator radio frequency interference shall meet the requirements of Part 18 26 of the FCC. 27 28 High frequency generators shall be designed for continuous operation at 29 ambient air temperatures from -5°F to 80°F without reduction in generator life. 30 High frequency generators shall have a design life of not less than 100,000 to 31 hours at 130° F. 32 33 A Certificate of Compliance, conforming to the provisions in Section 6-1.07, 34 "Certificates of Compliance," and a copy of the high frequency generator test so 35 methods and results shall be submitted by the manufacturer with each lot of 36 sign lighting fixtures. The certificate shall state that the high frequency 37 generators meet, in every respect, the above requirements and the generator 38 specifications of the lamp manufacturer. r► 39 40 High frequency generators shall also conform to the following: 41 High frequency " ' 42 A. Hi g q y generators shall be capable of being easily replaced. 43 All conductor terminals shall be identified as to the component 44 terminal to which they connect. 45 46 B. High frequency generators shall be mounted so as to use the portion 47 of the sign lighting fixture upon which they are mounted as a heat 48 sink. 49 50 SECTION 9-29, ILLUMINATION, SIGNALS, ELECTRICAL 51 August 5, 2002 52 Section 9-29 is revised in its entirety to read: 53 54 9-29.1 Conduit, Innerduct, and Outerduct 55 Rigid metal conduit shall conform to Article 342 of the National Electrical Code. IN 56 Liquidtight flexible metal conduit and associated couplings, connectors shall conform to 57 article 351 of the National Electrical Code. PVC conduit shall conform to Article 347 of 58 the National Electrical Code and to NEMA specification TC-2 (Conduit), TC-3 (Fittings- 59 UL 514), and UL 651 (standard for rigid nonmetallic conduit). Fiberglass conduit and ail 2002 WSDOT Amendments AM-78 August 5,2002 1 fittings shall be UL listed and shall comply with ANSI/ NEMA standards TC-14A ow 2 (filament wound reinforced thermosetting resin conduit and fittings) and ASTM D-2996. 3 4 Exterior and interior surfaces of all steel conduit, except threaded ends, shall be 5 uniformly and adequately zinc coated by a hot-dip galvanizing process. The average 6 weight of zinc coating shall be not less than 0.80 ounces of zinc per square foot of 7 single surface area as determined by tests on 12-inch samples taken from each end of 8 a standard length of conduit of each size. The weight of zinc coating on any individual "' 9 test specifications shall be not less than 0.70 ounces of zinc per square foot of single 10 surface area. The weight of zinc coating will be determined in accordance with 11 AASHTO T 65. Determinations and nominal weights shall conform to the requirements s. 12 of the Underwriters Laboratory Publication No. 6 (latest edition). In addition, the exterior 13 as well as the interior conduit samples shall withstand four dips in the PREECE test in 14 accordance with ASTM A 239. The threaded ends of all conduits shall be either 15 galvanized in accordance with the foregoing or shall be painted with galvanized repair ,w. 16 paint, Formula A-9-73. All field cuts shall also be painted with galvanized repair paint, 17 Formula A-9-73. 18 19 Couplings for rigid metal type conduits may be either hot-dip or electroplated galvanized O"' 20 and, in addition, shall be painted with one coat of galvanizing repair paint Formula A-9- 21 73. The paint shall have a minimum wet film thickness of 3 mils. The painted coating 22 shall cover the entire coupling. ow 23 24 Grounding end bushings shall comply with the following: 25 26 1. Full standard threads ww 27 2. Malleable iron material 28 3. Hot-dip galvanized, per ASTM A 123 29 4. Copper, tinned copper, stainless steel or integral lug 30 5. Stainless steel clamping screw, mounting screw and set screw ®" 31 32 Every length of rigid metal conduit shall bear the label of Underwriters Laboratories, Inc. 33 or the label of the Canadian Standards Association if affected items of Canadian e• 34 manufacture are approved for use on the project. Installation shall conform to 35 appropriate articles of the Code. 36 37 The colloidal copper compound required for coating threads on metallic conduit, — 38 couplings, and fittings shall consist of approximately 70 percent by weight of petroleum 39 oil and 30 percent by weight of copper flakes. 40 41 PVC schedule 40, PVC schedule 80 and galvanized rigid steel conduit shall be free ow 42 from defects, including out of round, foreign inclusions, etc. It shall be uniform in color, 43 density, and physical properties. It shall be straight and the ends shall be cut square to 44 the inside diameter. All conduit shall display the Underwriters Laboratory certification io 45 (UL Listed). 46 47 PVC solvent cement shall be medium-bodied gray or clear and meet ASTM D 2564 48 including note 8 (label to show pipe sizes for which the cement is recommended). •10 49 50 Conduit attached externally to bridge structures shall be galvanized rigid steel. 51 52 Galvanized steel conduit outerduct shall be hot-dipped galvanized inside and out. The "` 53 conduit shall be smooth and free from burrs and coated with rust inhibitor. Conduit shall 54 be supplied and shipped with thread protectors. 55 to 56 Inner and Outer duct 57 Yellow location tape with black lettering shall be installed 12 inches above all 58 underground Inner and Outer duct. 59 i• 2002 WSDOT Amendments AM-79 August 5,2002 1 Each section of steel outerduct shall be supplied with one reversing spin coupling Iiii 2 that allows straight sections and fittings to be joined without spinning the conduit. 3 The reversing coupling shall be galvanized and have three setscrews or lock nut 4 ring to lock the coupling in place. Setscrews or lock nut ring shall be corrosion 5 resistant and insure continuous electrical ground. The coupling shall be galvanized 6 steel with the same material properties as the conduit. 7 8 The innerduct system shall be factory-installed and shall be designed so that r 9 expansion and contraction of the innerducts takes place in the coupling body to 10 eliminate compatibility problems. 11 12 The conduit coupling body shall have a factory-assembled gasket that is multi- II 13 stage and anti-reversing, sealing both the outerduct and innerducts. A secondary 14 mid body 0-ring gaskets shall be seated into the coupling body and shall hold the 15 coupling body firmly in the steel outerduct. 16 ryr 17 The conduit system shall be designed so that assembly of components can be 18 accomplished in the following steps: 19 Ail 20 1. Loosen setscrews or lock nut ring on coupling, spin back to allow for 21 insertion. 22 2. Spin coupling mating sections forward to bottom. 23 3. Tighten set screws on lock nut ring. iiii 24 25 The 4 inch PVC outerduct shall be equipped with four innerducts. The innerducts 26 shall have a minimum outside diameter of 1 1/4 inch a minimum inside diameter of 27 1 1/5 inch. Larger diameter innerducts may be provided if the wall thickness and * 28 diameter tolerances are met. The tolerance for inside and outside diameters shall 29 be 0.0005 inch. The innerducts shall have a minimum wall thickness of 0.006 inch. 30 Innerduct shall be color coded. The color coding shall be three gray and one white. aro 31 Alternate color codes are permitted as long as the color codes are contiguous 32 between adjacent junctions boxes. The innerducts shall be factory installed in the 33 outerduct. 34 ei 35 Dynamic coefficient of friction of innerducts shall be tested in accordance with 36 Bellcore GR-356-CORE procedure. The coefficient of friction shall be less than 37 0.30 between medium density polyethylene jacketed fiber optic cable and the 38 prelubricated innerduct. The coefficient of friction shall be less than 0.10 between i'" 39 the 1/4 inch diameter polypropylene rope (suitable for fiber optic cable pulling) and 40 the prelubricated innerduct. Pull rope used for testing (meeting the 0.10 coefficient 41 of friction requirement) shall be the same type as the pull rope used for cable e 42 installation. The Contractor shall provide as part of the conduit submittals a 43 certificate of compliance with these coefficient of friction requirements. 44 45 The innerduct shall have a smooth, non-ribbed interior surface, with a factory 46 prelubricated coating. The coating shall provide the required dynamic coefficient of 47 friction. 48 49 Innerduct shall be extruded polyvinyl chloride (PVC) or polyethylene (PE). PE 61 50 innerduct shall have a white internal color as a result of the prelubrication process. 51 An approved equivalent material shall continue to meet all dimensional 52 requirements and the dynamic coefficient of friction specified. wo 53 54 Protective outerduct for PVC schedule 40 and schedule 80 conduit outerduct shall 55 be 4 inch, a minimum 5 inch extended integral "bell" end and shall be gray in color. 56 The outerduct minimum wall thickness shall be 0.23 inch for Schedule 40 PVC and it 57 0.32 inch for Schedule 80 PVC. 58 59 Conduit and fittings for PVC outerduct shall be supplied with an ultraviolet inhibitor. 60 ao ii 2002 WSDOT Amendments AM-80 August 5,2002 Isk „,• 1 The coupling body for PVC outerduct shall include a factory-assembled, multi- 2 stage gasket that is anti-reversing, sealing both the outer and innerducts. A 3 secondary mid body gasket shall be seated at the shoulder of the bell to assure air 4 and water integrity of the system. The bell end and the coupling body assembly as 5 shall accept a minimum of 5 inch of the spigot end. 6 7 The conduit system shall be designed so that straight sections and fittings will 8 assemble without the need for lubricants or cement. MP 9 10 All bend radii for 4 inch PVC conduit with innerducts shall be 36 inches or greater. 11 The conduit system shall provide a complete line of fixed and flexible sweeps with 12 system compatible bell and spigot ends. The bends shall contain high-temperature 13 burn-through-resistant innerducts manufactured from PVC, PE, or Nylon-66. 14 15 Innerduct for Straight Sections of PVC Conduits .+ 16 The standard PVC bends provided shall have a radius between 4 feet and 9 feet 17 and sweep angles of 11.25°, 22.5°, 45°, or 90°. 18 19 Direction changes shall not exceed 90°. ~' 20 21 Flexible bends shall be supplied in two lengths to meet field requirements. Conduit 22 lengths shall be 10 feet 6 inches and 16 feet 6 inches. These conduits may be field IMO 23 bent to a uniform radius no less than 4 feet. The field bend shall be no greater than 24 90°. Grounding shall be continuous in flexible Bends. Outerduct for flexible bends 25 shall be manufactured from reinforced PVC. 26 ww 27 All outerduct shall be marked with data traceable to plant location. 28 29 PVC outerduct shall have a longitudinal print-line that denotes "Install This Side 30 Up” for proper innerduct alignment. PVC outerducts shall have a circumferential "' 31 ring on the spigot end of duct to provide a reference point for ensuring the proper 32 insertion depth when connecting conduit ends. The line shall be a minimum of 5 33 inches from the end of the conduit. 34 35 All fittings, adapters, and bends (sweeps) shall be provided and shall be 36 manufactured from the same materials and manufacturing process as the conduit, 37 except as specified otherwise. The conduit system shall be a complete system with IMO 38 the following accessories: 39 40 Manhole Terminator Kits 41 Deflection Fittings as 42 Offset Fittings 43 Expansion/Contraction Fittings 44 Lubrication Fittings „,o 45 Repair Kits 46 Installation Accessories 47 Conduit and Innerduct Plugs 48 Pull string .. 49 Pull rope 50 Conduit spacers 51 52 All conduits attached to bridges shall be equipped with expansion/contraction and 53 deflection fittings placed on alignment with bridge expansion joints and 54 approximately parallel to the longitudinal movement of the bridge. 55 Expansion/contraction and deflection fittings shall also be placed at each conduit 56 transition from bridge attachment to the underground section. 57 58 Expansion/contraction fittings shall be malleable or ductile iron and provide for 8 59 inches of movement, (4 inches in each direction), and be water tight with an "" 60 internal ground-bonding jumper. 2002 WSDOT Amendments AM-81 August 5,2002 os 1r 2 Deflection fittings shall be watertight. Deflection fittings shall provide for conduit 3 movement of 3/4 inch in all directions and angular movement of 30°from normal in 4 any direction. Deflection fittings shall have bronze couplings, neoprene sleeves, 5 stainless steel bands and internal ground-bonding jumpers. us 6 7 The coupling body for the innerduct shall be factory assembled in the bell end of 8 the outerduct and shall be manufactured from a high impact engineered 9 thermoplastic. The coupling body face shall be supplied with lead-ins to facilitate "'r 10 assembly. 11 12 Split internal expansion plugs shall be supplied to suit various cable sizes. Duct rit 13 plugs shall be polypropylene and be equipped with a neoprene or polyurethane 14 gasket. Plugs shall be equipped with an attachment to secure the pull rope in the 15 innerduct. The plug shall withstand 5 psi. 16 le 17 Steel casing material shall conform to ASTM A 252 Grade 1, 2, or 3 or casing as 18 approved by the engineer. The Contractor shall furnish pipe of adequate thickness 19 to withstand the forces exerted by the boring operation as well as those forces is 20 exerted by the earth during installation and shall be a minimum of 3/8 inch thick. 21 22 All joints shall be welded by a qualified welder. Qualified in accordance with AWS 23 D1.1 structural welding code, section 3, workmanship. ea 24 25 9-29.2 Junction Boxes 26 Junction boxes shall conform to the requirements set forth in the contract. 27 up 28 9-29.2(1) Standard Junction Box 29 Install standard junction boxes in locations shown in the plans. Standard junction boxes 30 shall be concrete junction boxes conforming to details in the standard plans, or ei 31 approved non-concrete junction boxes. 32 33 Concrete junction boxes shall have a minimum compressive strength of 6000 psi when 34 reinforced with a welded wire hoop and 4000 psi when reinforced with welded wire ,, 35 fabric or fiber reinforcement. The frame shall be anchored to the box by welding the 36 wire fabric to the frame or by welding headed studs 3/8 — inch x 3 inches long, as 37 specified in section 9-06.15, to the frame. The wire fabric shall be attached to the studs 38 and frame with standard tie practices. The box shall contain ten studs located near the Ili 39 centerline of the frame and box wall. The studs shall be placed one anchor in each 40 corner, one at the middle of each width and two equally spaced on each length of the 41 box. The steel frame, lid support, and lid shall be painted with a shop applied, inorganic o 42 zinc primer in accordance with Section 6-07.3 or hot dip galvanized in accordance with 43 ASTM A 123. 44 45 Material for concrete junction boxes shall conform to the following: No 46 47 Concrete Section 6-02 48 Reinforcing Steel Section 9-07 49 Fiber Reinforcing ASTM C 1116, Type Ill Ili 50 Lid ASTM A786 diamond plate steel 51 Frame ASTM A786 diamond plate steel or 52 ASTM A36 flat steel 53 Lid Support& Handle ASTM A36 steel 54 Anchors (studs) Section 9-06.15 55 56 Non- concrete junction boxes shall be gray in color and shall have approximately the es 57 same inside dimensions as concrete junction boxes. Non-concrete junction box lids 58 shall include a pull slot and shall be secured with two Y2 inch stainless steel hex-head 59 bolts recessed into the cover. The tapped holes for the securing bolts shall recesse iii 2002 WSDOT Amendments AM-82 August 5,2002 „,,, 1 completely through the box to prevent accumulation of debris. Bolt shall conform to 2 ASTM F 593, stainless steel. 3 4 Non-concrete junction boxes shall have a vertical load strength of 15,000 pounds .r 5 applied uniformly through a 10 inch x 10 inch x 1 inch steel plate centered on the cover. 6 The junction box will be considered to have withstood the test load if: 7 8 1. The lid is fully functional. ow 9 2. No vertical or horizontal displacement of the lid frame. 10 3. The junction box holds its shape. 11 Ea 12 When requested, a test report from an independent materials testing facility shall be 13 provided showing compliance with the load test. 14 15 9-29.2(3) Structure Mounted Junction Box — 16 Junction boxes installed on structures (including boxes embedded in barrier) shall be 17 galvanized cast iron or stainless steel and shall conform to NEMA 4X requirements. 18 Cover screws shall be stainless steel. Each box shall include a neoprene cover gasket. 19 A 3/8—inch drain shall be installed in each junction box. The size of NEMA 4X junction ”"" 20 boxes shall be as shown in the plans. 21 22 9-29.2(4) Cover Markings II,,, 23 Junction boxes with metallic lids shall be marked with the appropriate legend in 24 accordance with the bead weld details in the Standard Plans. Non-metallic lids shall be 25 embossed with the appropriate legend and a non-skid surface. Legends for metallic 26 lids and non-metallic lids shall be 1-inch nominal height. +• 27 28 Junction boxes shall be marked or embossed for use in accordance with the plans and 29 following schedule: 30 to 31 System Type Legend 32 Traffic Signal Interconnect (6pr) COMM 33 Fiber Optic Trunk Lines TS ,,,,, 34 HUB to TC (25pr) TS 35 Fiber Optic Laterals to CC TS 36 TC to DS (6pr) TS 37 TC to HAR (6pr) SC&DI TS IMO 38 TC to CC (6pr) TS 39 TC to VMS (6pr) TS 40 TC to WSTA (6pr) TS 41 All other lateral 6pr (i.e. neon control, etc) TS IMO 42 CC to camera (coax, control cables, old style) TS 43 CC to camera (fiber, new style) TS 44 HAR to antenna (coax) TS , ,, 45 VMS to sign (control cables) TS 46 WSTA to temp sensor, weather station TS 47 DS to loops (2cs) TS 48 DS to ramp meter (5c) TS e+ 49 Flashing Beacons TS 50 Neon Power TS 51 Transformers to Cabinets TS 52 Service to Transformers LT tee 53 All power for lighting LT 54 Signal Controller to Displays TS 55 Signal Controller to Loops TS a. 56 Signal Controller to emergency preempt TS 57 Telephone Service Drop TEL 58 Telephones at Flyer Stops, Park & Rides, Etc. TEL 59 .r wor 2002 WSDOT Amendments AM-83 August 5,2002 we 1 9-29.3 Conductors, Cable „, 2 For the purpose of this specification, the neutral conductor is defined as a current 3 carrying conductor with zero potential. For the purpose of this specification, equipment 4 grounding conductor is defined as the conductor used to connect the noncurrent- 5 carrying metal parts of equipment, raceways, and other enclosures to the system a 6 grounded conductor and/or the grounding electrode conductor at the service equipment 7 or at the source of a separately derived system. 8 et 9 Conductors and cable shall conform to the applicable specifications as follows: 10 11 1. All current carrying single conductors shall be stranded copper conforming to 12 ASTM B3 and B8. Insulation shall be 600 volt. Except as allowed in item 3, 13 chemically cross-linked polyethylene or EPR Type USE insulation of code 14 thickness is required for all current carrying single conductors in underground 15 electrical systems. Grounding electrode conductor and bonding jumpers shall 16 be bare or insulated stranded copper, AWG No. 8 minimum or larger as w 17 required by the NEC. Equipment grounding conductors shall be insulated, 18 stranded copper with type XHHW, THWN, or USE insulation, non jacketed 19 AWG No. 8 minimum or larger as required by the NEC. Insulated Grounding a 20 Electrode conductors, bonding jumpers and equipment grounding conductors, 21 shall have continuous green color or green color with one or more yellow 22 stripes. 23 M 24 2. Two and three conductor signal control cable shall consist of three No. 14 25 stranded copper conductors. Each conductor shall have 20-mil polyethylene 26 insulation and a 10-mil PVC jacket. The cable shall be rated at 600 volts 27 minimum. The cable assembly shall be covered with a polyester tape applied ""' 28 with a 10 percent minimum lap. The overall jacket shall be 45-mil PVC. 29 30 Four conductor through 10 conductor signal control cable shall conform to International so 31 Municipal Signal Association (IMSA) signal cable specification 20-1 except the 32 conductor sequence color code as shown in the following table. IMSA specification 33 cables shall use No. 14 AWG stranded copper conductors. Individual conductors shall 34 be cabled together in accordance with the following: „ ; 35 36 Conductor Color Color 37 Number Code Trace Use 38 1 R Red Red or Don't Walk 'o 39 2 0 Orange Yellow or Spare 40 3 G Green Green or Walk 41 4 W White Se 42 Neutral 43 5 B Black 44 Ped Call or Spare 45 6 Wb White/Black Neutral or Spare too 46 7 BI Blue Ped Call or Spare 47 8 Rb Red/Black Red or Don't Walk 48 9 Ob Orange/Black Yellow or Spare 49 10 Gb Green/Black Green or Walk to 50 51 3. All single conductors employed in traffic control shall be Class B or Class C 52 stranded copper. The minimum wire size shall be No. 12 AWG. Insulation shall ow 53 be THW or USE, except loop wire. 54 55 4. Triplex or Quadraplex type ACSR neutral self-supporting aerial conductors of 56 the appropriate size for aluminum conductors shall be used where required in fir 57 the contract. The neutral conductor shall be the same size as the insulated 58 conductor. All current carrying conductors shall be stranded. 59 at NO 2002 WSDOT Amendments AM-84 August 5,2002 a „r, 1 5. Pole and bracket cable shall be two conductor stranded copper No. 10 AWG 2 insulated for 600 volts between conductors. The insulation shall consist of 45- 3 mils polyvinyl chloride with 95-mils polyethylene jacket. If luminaires with 4 remote ballasts are specified in the contract, this same cable shall be used •• 5 between luminaire and ballast for both timber and ornamental pole 6 construction. If the luminaire requires fixture wire temperature greater than 75° 7 C, the outer jacket shall be stripped for that portion of the cable inside the 8 luminaire. The single conductors shall then be sheathed with braided "• 9 fiberglass sleeving of the temperature rating recommended by the luminaire 10 manufacturer. 11 ,„• 12 6. With the exception of type XHHW insulation and with the further exception of 13 the shielded two conductor cable identified in (7), and the magnetometer lead- 14 in cable identified in (9), the minimum insulation thickness around any 15 electrical conductor shall be 45 mils, and the minimum acceptable insulation •. 16 thickness shall refer solely to the thickness of that insulation immediately 17 around any conductor excluding any sheath or jacket thickness. 18 19 7. Two conductor shielded (2CS) cable shall have No. 18 AWG (minimum) — 20 conductors and shall conform to I.M.S.A. specification No. 50-2. 21 22 8. Detector loop wire may be No. 12 or 14 AWG stranded copper wire, Class B, ,,,, 23 with chemically cross linked polyethylene type USE insulation of code 24 thickness. 25 26 9. Four conductor shielded cable (4CS) shall consist of a cable with four No. 18 27 AWG conductors with polyethylene insulation, an aluminized polyester shield, 28 water blocking material in the cable interstices, and a 26-mil minimum outer 29 jacket of polypropylene. The four-conductor assembly shall be twisted 6 turns 30 per foot. Each conductor shall have a different insulation color. Overall cable 31 diameter shall be 0.25 inch maximum. Capacitance between adjacent pairs 32 shall be 18 pf per foot and 15 pf per foot between diagonal pairs. The 33 capacitances shall not vary more than 10 percent after a 10-day immersion ow 34 test with ends exposed in a saturated brine solution. 35 10. Three-conductor shielded cable (3CS) for the detector circuit for optical fire 36 preemption receivers shall consist of three No. 20 AWG conductors with 37 aluminized mylar shield and one No. 20 drain wire, all enclosed with an outer or 38 jacket. All wires shall be 7 X 28 stranded tinned copper material. Conductor 39 insulation shall be rated 75°C, 600 volt. The drain wire shall be uninsulated. 40 Conductor color coding shall be yellow, blue, and orange. DC resistance of 41 any conductor or drain wire shall not exceed 11 ohms per 1,000 feet. N. 42 Capacitance from one conductor to the other two conductors and shield shall 43 not exceed 48 pf per foot. The jacket shall be rated 80°C, 600 volt, with a 44 minimum average wall thickness of 0.045 inch. The finished outside diameter ,,., 45 of the cable shall be 0.3 inch maximum. 46 47 11. Six pair communications cable (6PCC) shall meet REA specification PE-39 48 and shall have six pair No. 19 AWG wires with 0.008-inch FPA/MPR coated so 49 aluminum shielding. The cable shall have a petroleum compound completely 50 filling the inside of the cable. 51 52 12. Sign light conductors between the junction box or other source of power and vie 53 the isolation switch shall be a two conductor stranded No. 10 AWG pole and 54 bracket cable insulated to 600 volts between conductors. The conductors 55 between the isolation switch and the sign lighting luminaire shall be either .. 56 code sized individual conductors with cross linked polyethylene type USE 57 insulation or three conductor control cable, stranded copper No. 14 AWG 58 cable rated at a minimum of 600 volts. S 59 W est 2002 WSDOT Amendments AM-85 August 5,2002 air 1 9-29.3(1) Fiber Optic Cable fii 2 Each fiber optic cable shall be suitable for placement in an underground duct. 3 All fibers in the cable shall be usable fibers and shall be sufficiently free of surface 4 imperfections and inclusions to meet or exceed the optical, mechanical, and 5 environmental requirements contained in this specification. „y, 6 7 Cables shall be all dielectric cable (with no armoring) and shall be jacketed (sheathed) 8 with medium density polyethylene. The minimum nominal jacket thickness shall be 71 9 mils. Jacketing material shall be applied directly over the tensile strength members. The Ilii 10 polyethylene shall contain carbon black to provide ultra-violet light protection, and it 11 shall not promote the growth of fungus. 12 13 The jacket or sheath shall be free of any holes, splits, or blisters. �' 14 15 The cable shall contain at least one ripcord under the sheath for easy sheath removal. 16 to 17 The shipping, storage, and operating temperature range of the cable shall be -40°F to 18 +160°F. The installation temperature range of the cable shall be -20°F to +160°F. 19 20 The fiber optic cable shall withstand a maximum pulling tension of 600 pounds (lbs.) "11" 21 during installation (short term) with no damage and 135 pounds (long term). 22 23 Each optical fiber shall consist of a doped silica core surrounded by a concentric silica iii 24 cladding. 25 26 Void areas around the individual buffer tubes shall be protected with a moisture 27 resistant compound as a block against moisture migration. «r 28 29 All cables shall be free of material or manufacturing defects and dimensional non- 30 uniformity that would: 31 32 1. Interfere with the cable installation using accepted cable installation practices. 33 34 2. Degrade the transmission performance and environmental resistance after „` 35 installation. 36 37 3. Inhibit proper connection to interfacing elements. 38 so 39 4. Otherwise yield an inferior product. 40 41 The outer jacket material shall be a medium density polyethylene (MDPE) conforming 42 to ASTM D 1248, Type II, Class C, Category 4 or 5, Grade J4. The light absorption al 43 coefficient, when measured in accordance with ASTM D 3349, shall be a minimum of 44 400 at a wavelength of 375 nanometers. 45 ow 46 The outer jacket material used in construction of this cable shall be fungus inert as 47 described in ASTM G 21. 48 49 Fibers shall contain no factory splices. OM 50 51 The fiber optic cables shall be shipped on wooden reels in lengths as specified in the 52 purchase order with a maximum overage of 10%. The diameter of the drum shall be at 53 least 20 times the diameter of the cable. so 54 55 9 29.3(1)A Singlemode Fiber Optic Cable 56 Singlemode fibers utilized in the cables specified herein shall be fabricated from 100 ,s, 57 kpsi proof stress glass and primarily composed of silica which shall provide a matched 58 clad index of refraction (n) profile and the following physical and performance 59 characteristics: 60 U Oil 2002 WSDOT Amendments AM-86 August 5,2002 11110 1 Maximum Attenuation: 0.4/0.3 dB/km at 1310/1550 nanometers, respectively. 2 3 Typical Core Diameter: 0.3 mils. 4 5 Cladding Diameter: 4.9 mils +/- .004 mils. 6 7 Core-to-Cladding Offset:< 0.8 microns. 8 9 (The core center and the cladding center offset is defined as the distance between 10 the core center and the cladding center.) 11 s, 12 Cladding Non-Circularity: < 2.0%. Defined as: 13 14 {[1-(minimum cladding diameter - maximum cladding diameter)] X 100.) 15 16 Coating Diameter of 250 microns +/- 15 microns with a minimum coating thickness 17 at any point of not less than 50 microns. 18 19 The coating shall be a dual-layered, UV-cured acrylate applied by the fiber 20 manufacturer. 21 22 The coating shall be mechanically or chemically strippable without damaging the 23 fiber. 24 25 9-29.3(2) Twisted-Pair(TWP) Copper Cable 26 The TWP cable installed for outside plant (OSP) applications shall contain the amount .• 27 of twisted, #22 AWG, copper pairs as specified in the Plans. This cable shall be 28 constructed for installation in an underground conduit environment with a sheath 29 consisting of a double coated aluminum shield over which a medium density 30 polyethylene jacket is extruded, in accordance with Rural Electrical Association (REA) 31 Standard PE-39. This cable shall be filled with a gel compound to resist water 32 penetration and migration. 33 ,,i,,, 34 The TWP copper cable for OSP applications shall contain no faulty pairs and shall be 35 capable of the transmission of 9600 b/s VF data over distances greater than 7.5 miles. 36 37 9-29.4 Messenger Cable, Fittings 38 Messenger cable shall be 3/8 -inch, 7-wire strand messenger cables conforming to 39 ASTM A 475, extra-high-strength grade, 15,400 pounds minimum breaking strength, 40 Class A galvanized. 41 42 Strain insulators shall be wet process, porcelain, conforming to EEI-NEMA Class 54-2 43 standards for 12,000 pound ultimate strength. 44 „wo 45 Down guy assembly shall consist of an eight-way steel expanding anchor, having a 46 minimum area of 300 square inches, made of pressed steel, coated with asphalt or 47 similar preservative, and fitted with a 3/4 inch minimum guy eye anchor rod 8 feet long. 48 As an alternate to expanding anchors, screw type anchors with two 8-inch helix, 3 1/2 �++ 49 inch-pitch, 1-inch by 7-foot guy anchor rod, and rated for 7,000 pound maximum torque 50 may be installed. 51 52 All pole hardware, bolts, plate rods, hangers, clips, wire guards, and pole bands shall 53 be hot-dipped galvanized in conformance with the requirements of AASHTO M 232. 54 55 9-29.5 Pole Line Hardware 56 All miscellaneous pole line hardware shall be standard material manufactured for pole 57 line construction. All metal parts shall be hot-dipped galvanized. 58 59 In addition to the above, whenever secondary racks are required, they shall be as 60 classified "Heavy Service Secondary Rack" by the EEI-NEMA, and shall have a elp 2002 WSDOT Amendments AM-87 August 5,2002 wr 1 minimum spacing of 12 inches between the insulators. Each rack shall be secured to wo 2 the pole by not less than one through bolt and one lag bolt. 3 4 Ground clamps shall be bronze. 5 IWO 6 9-29.6 Light and Signal Standards 7 Light and signal standards shall be in accordance with the details shown in the Plans, 8 as specified in the Special Provisions and as outlined herein, provided that only one 9 type of light or signal standard shall be used throughout the project. to 10 11 Light standard, signal standards, slip base hardware and foundation hardware shall be 12 hot-dipped galvanized in accordance with AASHTO M 111 and AASHTO M 232. b 13 14 9-29.6(1) Light and Signal Standards 15 Steel plates and shapes for light and signal standards shall conform to the requirements 16 of ASTM 36. Shafts for light and signal standards, except Type PPB signal standards, lei 17 shall conform to AASHTO M 223, Grade 50. Shafts and caps for Type PPB signal 18 standards, slipfitters for type PS, I, FB, and RM signal standards, and all pipes shall 19 conform to ASTM A 53, Grade B. Base plates for light standards shall conform to ASTM 20 572, Grade 50, except as otherwise noted in the Standard plans for fixed base light 21 standards. Base plates for signal standards shall conform to ASTM 36. Connecting 22 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. fa 24 25 9-29.6(1)A Decorative Light Standards 26 Light standards shall be finished on all surfaces with a phenolic resin paint, applied in 27 the shop, conforming to the following specifications: or 28 29 The primer shall meet the requirements of Federal Specification TT-P-641, Primer 30 Paint, Zinc Dust, Zinc Oxide, IES distribution Type II or III. 31 Ili 32 One Coat of primer 3 mils wet thickness shall be applied. Primer shall be applied 33 both inside and outside. 34 III 35 Phenolic Finish Coat for Steel. Finish coats shall be color chip No. 37056 olive 36 green , Federal Standard No. 595 A. Two coats of 3 mils wet thickness each shall 37 be applied. 38 so 39 A hand hole with cover shall be provided 8 inches above the base. 40 41 A pressure type ground lug shall be provided and shall be located on the pole wall 42 directly opposite the handhole. "' 43 44 9-29.6(2) Slip Base Hardware 45 Slip plates and anchor plates for light standards and for Type FB and RM signal wo 46 standards shall conform to the requirements of ASTM 572, Grade 50. the keeper plate 47 shall be 28 gage, conforming to ASTM A 526, coating G 90. Clamping bolts for slip 48 base assemblies and slip base adapters shall conform to AASHTO M 164. Studs and 49 bolts for slip base adapters shall conform to AASHTO M 164. Nuts shall conform to Si 50 AASHTO M 291, Grade DH. Hardened washers shall conform to AASHTO M 293. Plate 51 washers shall conform to ASTM A 36. 52 53 Galvanized bolts shall meet standard specification 9-06.5(4). ado 54 55 9-29.6(3) Timber Light Standards, Timber Strain Poles, Timber Service 56 Supports at 57 All timber poles used in illumination or traffic signal systems shall be Douglas fir, 58 machine shaved, roof sawed, conforming to the latest ANSI Specifications and 59 Dimensions for Wood Poles. 60 l OM 2002 WSDOT Amendments AM-88 August 5,2002 Mit 1 All timber poles shall be gained according to industry standards. A dated nail or metallic we 2 date plate shall be set in the gain evidencing the year of treatment of the timber pole. 3 4 All poles shall be treated with pentachlorophenol in accordance with Section 9-09.3(1). ,. 5 6 Tops shall be sawed before treatment. Where holes are bored in poles to 7 accommodate hanging bolts for brackets, transformers, guy assemblies, or other 8 accessories, such holes shall be painted with a solution of the above preservative. *r 9 10 9-29.6(4) Welding 11 Welding of steel structures shall be in accordance with Section 5.15 of the AASHTO 12 Standard Specifications for Structural Supports for Highway Signs, Luminaires and Oil 13 Traffic Signals, Fourth Edition-2001. 14 15 9-29.6(5) Foundation Hardware a. 16 Anchor bolts for Type PPB, PS, I, FB, and RM signal standards shall conform to the 17 requirements of ASTM A 307. Nuts shall meet the requirements of AASHTO M 291. 18 Washers shall meet the requirements of ASTM F 844. 19 1110 20 Anchor bolts for Type II, Ill, IV, and V signal standards and luminaire poles shall meet 21 the requirements of ASTM A 449. Nuts shall be heavy hex meeting the requirements of 22 AASHTO M 291, Grade C, D, or DH. Washers shall meet the requirements of AASHTO 23 M 293. MP 24 25 All foundation hardware shall be hot-dipped galvanized in accordance with AASHTO M 26 111 and AASHTO M 232. Galvanized bolts shall be tested for embrittlement in .. 27 accordance with ASTM A 143. 28 29 9-29.7 Luminaire Fusing and Electrical Connections at Light Standard 30 Bases, Cantilever Bases and Sign Bridge Bases 11• 31 Electrical disconnects shall be installed in the base of every standard supporting a 32 luminaire. Every conductor above ground potential shall be served by a fused quick- 33 disconnect kit. Every conductor at ground potential shall be served by an unfused 34 quick-disconnect kit. 35 36 Unfused quick-disconnect connectors shall conform to the following requirements: 37 - 38 1. A copper pin and a copper receptacle both of at least 90 percent conductivity 39 shall be crimped to the cable. The receptacle shall establish contact pressure 40 with the pin through the use of a copper beryllium sleeve spring and shall be 41 equipped with a disposable mounting pin. The pin shall be of at least half-hard 111"' 42 material and the crimping portion shall be fully annealed while the rest of the 43 pin is maintained in its original state of hardness. The receptacle shall be fully 44 annealed. Both the copper pin and receptacle shall have a centrally located NO 45 recessed locking area adapted to be complementarily filled and retained by 46 the rubber housing. 47 48 2. A plug and a receptacle housing shall be made of water resistant synthetic - 49 rubber which is capable of burial in the ground or installation in sunlight. Each 50 housing shall provide a section to form a water-seal around the cable, have an 51 interior arrangement to suitably and complementarily receive and retain the 52 copper pin or receptacle, and a section to provide a water-seal between the """ 53 two housings at the point of disconnection. 54 55 Fused quick-disconnect kits shall provide waterproof in-line fuse protection. The kit shall ,,,• 56 provide three cutoff sections on both lines and load side to accommodate various wire 57 sizes. All connections shall be made with compression fittings. Upon disconnect, the 58 fuse shall remain in the load side of the kit. 59 eio sow 2002 WSDOT Amendments AM-89 August 5,2002 M• 1 Fuses furnished for all lighting circuits shall be capable of handling the operating uti 2 voltage of the circuit involved and shall have the following characteristics: 3 4 1. Fuses shall be capable of indefinitely supporting 110 percent of the rated load. 5 ea 6 2. Fuses shall be capable of supporting 135 percent of the rated load for 7 approximately 1 hour. 8 9 3. A load of 200 percent of rated load shall effectively cause instantaneous 10 blowing of the fuse. 11 12 4. Fuses shall be rated as listed below and shall be sized to fit the fuse • 13 containers furnished on this project, according to the manufacturer's 14 recommendations therefore. 15 16 5. Fuses shall be UL Listed. to 17 18 Luminaire Service Voltage 19 Size 480V 240V 120V 20 uo 21 1,000W 10A 15A 30A 22 750W 5A 10A 20A 23 700W 5A 10A 20A ow 24 400W 5A 10A 15A 25 310W 5A 5A 10A 26 250W 5A 5A 10A 27 200W 4A 5A 10A is 28 175W 4A 5A 10A 29 150W 3A 4A 5A 30 100W 2A 3A 4A 31 70W 2A 2A 2A to 32 50W 2A 2A 2A 33 34 9-29.8 Vacant No 35 36 9-29.9 Ballast, Transformers 37 Each ballast shall have a name plate attached permanently to the case listing all 38 electrical data. di 39 40 Certificates of compliance, to manufactures specifications and these specifications shall 41 be submitted by the manufacturer with each type of luminaire ballast. 42 NO 43 Ballasts shall be designed for continuous operation at ambient air temperatures from - 44 20° F without reduction in ballast life. Ballasts shall have a design life of not less than 45 100,000 hours. Ballasts shall be designed to operate for at least 180 cycles of 12 hours • 46 on and 12 hours off, with the lamp circuit in an open or short-circuited condition and 47 without measurable reduction in the operating requirements. All ballasts shall be high 48 power factor (90%). 49 val 50 Ballasts shall be tested in accordance with the requirements of current ANSI C 82.6, 51 Methods of Measurement of High-Intensity-Discharge Lamp Ballasts. Starting aids for 52 ballasts of a given lamp wattage shall be interchangeable between ballasts of the same 53 wattage and manufacturer without adjustment. 54 55 Ballast assemblies shall consist of separate components, each of which shall be 56 capable of being easily replaced. A starting aid will be considered as a single ii 57 component. Each component shall be provided with screw terminals, NEMA tab 58 connectors or a single multi-circuit connector. All conductor terminals shall be identified 59 as to the component terminal to which they connect. 60 err IM 2002 WSDOT Amendments AM-90 August 5,2002 ill t,,,, 1 Heat-generating components shall be mounted to use the portion of the luminaire upon 2 which they are mounted as a heat sink. Capacitors shall be located as far as practicable 3 from heat-generating components or shall be thermally shielded to limit the fixture 4 temperature to 160° F. • 5 6 Ballasts for high-pressure sodium lamps shall have a ballast characteristic curve which 7 will intersect both of the lamp-voltage limit lines between the wattage limit lines and 8 remain between the wattage limit lines throughout the full range of lamp voltage. This "" 9 requirement shall be met not only at the rated input voltage of the ballast, but also the 10 lowest and highest input voltage for which the ballast is rated. Throughout the lifetime of 11 the lamp, the ballast curve shall fall within the specified limits of lamp voltage and to 12 wattage. 13 14 All luminaires ballasts shall be located within the luminaire housing. The only exception 15 shall be ballasts to be mounted on lowering assemblies shall be external and attached •• 16 to the fixture assembly. 17 18 No capacitor, transformer, or other devise shall employ the class of compounds 19 identified as polychlorinated biphenyls (PCB) as dielectric, coolants, or for any other "" 20 purpose. 21 22 Ballast Characteristics for High Pressure Sodium (HPS) and Metal Halide (MH) Sources •,• 23 are as follows: 24 25 Source Line Lamp Ballast Input Lamp 26 Volt. Wattage Type Voltage Wattage .r~ 27 Variation Variation 28 29 HPS any 70 400 Mag. Reg. Lag 10% 18% 30 - 31 HPS any 750 1000 Auto Reg. Lead CWA 10% 30% 32 33 MH any 175 400 Mag. Reg. Lag 10% 18% iiii 34 35 MH any 1000 Auto Reg. Lead CWA 10% 30% 36 37 Transformers and inductors shall be resin-impregnated for protection against moisture. M 38 Capacitors, except those in starting aids, shall be metal cased and hermetically sealed. 39 40 The transformers to be furnished shall be indoor/outdoor dry type transformers rated as 41 shown in the Plans. The transformer coils, buss bar, and all connections shall be ea 42 copper. Transformers, 7.5 kVA and larger shall be supplied with two full capacity taps, 43 one at 2.5% and one at 5% below the normal full capacity. 44 ,- 45 9-29.10 Luminaires 46 IF not listed on the Quailified Products List (QPL) A Certificate of Compliance shall be 47 submitted by the manufacturer with each type of luminaire. The certificate shall state 48 that the lot of luminaires meets this specification: OM 49 50 All luminaires shall be of the IES distribution type and wattage indicated in the 51 contract. Luminaires shall be installed with HPS lamps rated at 24,000 hours, 52 unless otherwise specified in the contract or this specification. ili 53 Conventional highway luminaires shall provide a full cut-off distribution and a high 54 pressure sodium light source. 55 .• 56 Horizontal luminaires shall attach to 2 inch pipe tenons on mast arms. Vertical 57 mounted luminaires shall be appropriately sized for their respective pole top 58 tenons. . 59 NO fill 2002 WSDOT Amendments AM-91 August 5,2002 1 All luminaires shall have their components secured to the luminaire frame with ow 2 stainless steel mounting hardware (nuts, bolts, washers, hinges, hinge pins, etc.). 3 The stainless steel shall be AISI, 300 series chrome-nickel grade. The luminaire 4 slip-fitter bolts shall be either stainless steel or hot-dip galvanized steel. All internal 5 luminaire assemblies shall be assembled on or fabricated from either stainless to 6 steel or hot dip galvanized steel. The housing, complete with integral ballast, shall 7 be weathertight. The ballast and lamp housing shall be on the same level. 8 9 High pressure sodium cobra head luminaires shall be capable of accepting a 150, "" 10 200, 250, 310, or 400 watt lamp complete with ballast. Metal halide fixtures shall 11 be capable of accepting a 175, 250 or 400 watt lamp complete with ballast. 12 Mercury vapor fixtures shall be capable of accepting a 175, 250, 400 watt lamp s 13 complete with ballast. Metal halide fixture shall accept a 175 watt mercury vapor 14 lamp complete with ballast. Each luminaire shall consist of a housing, a reflector, 15 lens, a lamp socket, an integral ballast, a terminal strip and lamp. 16 vo 17 Housings shall be fabricated from aluminum. Painted housings shall be painted flat 18 gray, Federal color chip No. 26280. Housings that are painted shall withstand a 19 1,000-hour salt spray test as specified in ASTM Designation B 117. 20 All luminaires to be mounted on horizontal mast arms, shall be capable of 16 21 withstanding cyclic loading in: 22 23 1. A vertical plane at a minimum peak acceleration level of 3.0 g's peak-to- 24 peak sinusoidal loading (same as 1.5 g's peak) with the internal ballast 25 removed, for a minimum of 2 million cycles without failure of any luminaire 26 parts, and 27 MO 28 2. A horizontal plane perpendicular to the direction of the mast arm at a 29 minimum peak acceleration level of 1.5 g's peak to peak sinusoidal 30 loading (same as 0.75 g's peak) with the internal ballast installed, for a 31 minimum of 2 million cycles without failure of any luminaire parts. "o 32 33 The temperature rating of all wiring internal to the luminaire housing, excluding the 34 pole and bracket cable, shall equal or exceed 200° F. sS 35 36 All luminaires shall be provided with markers for positive identification of light 37 source type and wattage. Markers shall be 3 inches square with Gothic bold, black 38 2 inch legend on colored background. Background color shall be gold for sodium, •r 39 blue for mercury, and red for metal halide light sources. Legends shall be sealed 40 with transparent film resistant to dust, weather, and ultraviolet exposure. 41 42 Legends shall correspond to the following code: 'a" 43 44 Lamp Wattage Legend 45 ell 46 70 7 47 100 10 48 150 15 49 175 17 rr 50 200 20 51 250 25 52 310 31 53 400 40 Ole 54 700 70 55 750 75 56 1,000 XI filii 57 58 9-29.10(1) Cobra Head Luminaires 59 Conventional highway luminaires shall be IES Type III full cut off type distribution cobra 60 head configuration with horizontal lamp. The ballast shall be mounted on a separate Ili 2002 WSDOT Amendments AM-92 August 5,2002 MO 1 door, which shall be hinged to the luminaire and secured, in the closed position to the NW 2 luminaire housing by means of an automatic type of latch (a combination hex/ slot 3 stainless steel screw fastener may supplement the automatic type latch). The reflector 4 of all luminaires shall be of a snap-on design or be secured with screws. The reflector ,W 5 shall be manufactured of polished aluminum or molded from prismatically formed 6 borosilicate glass. The refractor or lens shall be mounted in a doorframe assembly 7 which shall be hinged to the luminaire and secured in the closed position to the 8 luminaire by means of automatic latch. The refractor or lens and doorframe assembly, WO 9 when closed, shall exert pressure against a gasket seat. The refractor lens shall not 10 allow any light output above 90 degrees nadir. Gaskets shall be composed of material 11 capable of withstanding temperatures involved and shall be securely held in place. W 12 O 13 Each housing shall be provided with a slipfitter capable of mounting on a 2 inch pipe 14 tenon. Vertical mounted luminaires shall be appropriately sized for their respective pole 15 top tenon and capable of being adjusted within 5° from the axis of the tenon. The - 16 clamping bracket(s) and the cap screws of the slipfitter shall not bottom out on the 17 housing bosses when adjusted within the t5° range. 18 19 No part of the slipfitter mounting brackets on the luminaires shall develop a permanent N' 20 set in excess of 0.2 inch when the cap screws used for mounting are tightened to a 21 torque of 32 pounds feet. 22 23 9-29.10(2) Decorative Luminaires N o 24 Decorative fixture shall provide for a 150 - 400 watt HPS lamp fully enclosed fixture with 25 mogul lamp socket, adjustable where required to alternate cutoff distributions. 26 27 The fixture shall be a one piece, box shaped, raintight, dustight and corrosion resistant, 28 integral unit. The unit shall consist of an accessible ballast compartment and a sealed 29 housing which permits filtered pressure equalization. 30 "" 31 The ballast housing shall be fabricated of close tolerance extruded aluminum with heat 32 resistant vinyl finish. The housing shall be adequately constructed to contain ballasts for 33 150 -400 watt alternate high intensity discharge sources. I. 34 35 Each housing shall consist of an integral Alzak reflector, containing a mogul based high 36 intensity discharge lamp, a rigid box type lamp holder assembly, a reflector assembly 37 with a lamp vibration damper, and a one piece heat and shock resistant, clear tempered •• 38 lens mounted in a gasketed, hinged, and baffled extruded aluminum frame. The 39 housing shall have vinyl heat resistant finish. One fourth inch stainless steel, series 300 40 fasteners shall secure the lens frame to the housing. 41 UN 42 The auxiliary equipment compartment for ballast terminals shall be separated from the 43 lamp compartment by a metal heat barrier. The chassis shall be designed to provide 44 effective heat sinking from the ballast cores. Capacitors shall be mounted at least 5 1, 45 inches from the core and coil components. 46 47 Fixtures shall be finished alternately with paint or epoxy primer and either acrylic 48 enamel; vinyl clad aluminum or powdered polyester baked on paint. Aluminum •• 49 compatible epoxy primer shall be applied. The finish coat shall be dark bronze in color 50 matching Federal Standard No. 595A. 51 52 Without chipping or flaking, the finish shall withstand 5 foot pounds direct or indirect "• 53 impact from a falling cylindrical steel rod 7/8 inch diameter, a hemispheric nose and 54 shall be salt spray resistant after 300 hours exposure in accordance with ASTM B 117 55 shall not cause blistering, peeling, corrosion or loss of adhesion. W 56 57 Decorative fixtures shall be mounted using a reinforced mounting arm, milled to provide 58 a smooth fit between fixture and arm. A slipfitter assembly shall be provided for leveling 59 purposes, between fixture and tenon. Two 7/16 inch or larger stainless steel bolts, NW NW 2002 WSDOT Amendments AM-93 August 5,2002 .1. 1 series 300, shall be used to mount the fixture to the tenon. An approved gasket shall be so 2 utilized to seal against weather. A smooth wireway shall be provided. 3 4 All decorative fixtures shall be of the same manufacturer and external appearance. 5 `„ 6 9-29.10(3) High Mast Luminaires and Post Top Luminaires 7 High mast and post top luminaires shall comply with the requirements of the contract 8 and section 9-29.9 except the unit lamp shall utilize a vertically positioned lamp. Hi mast 9 luminaires shall be 400 watt HPS full 90° nadir cut off, capable of types 2, 3, 5 ill 10 distribution. When installed at heights between 50 and 70 feet the bottom of the fixture 11 shall be closed, at heights from 70 to 85 feet the bottom shall be open. Hi Mast 12 luminaire poles with mounting heights greater than 50 feet shall have approved fixture , 13 lowering device installed and two remote control units, to operate the lowering device. 14 15 Post top luminaires shall have the ballast located directly below the vertical installed 16 HPS lamp. All post top luminaires shall be capable of accepting 70, 100, 200, 250, 400 + 17 watt HPS lamps complete with ballast assembly. 18 19 9-29.10(4) Underdeck and Wall Mount Luminaires 20 Underdeck luminaires shall be weatherproof and corrosion resistant. Light distribution ow 21 shall be as shown on the contract. Each flush-mounted underdeck luminaire shall 22 consist of a metal body, a prismatic refractor mounted in a doorframe, a prismatic glass 23 or specular anodized aluminum reflector, a ballast, and a ceramic lamp socket and be oti 24 supplied complete with all fasteners. The body shall have provisions for anchoring to 25 concrete. The refractor shall be glass and shall be clearly identified as to "street side." 26 The doorframe assembly shall be hinged, gasketed and secured to the body. 27 28 Each wall-mounted luminaire shall consist of a metal body, a prismatic refractor 29 mounted in a doorframe, an aluminum reflector with a specular anodized finish, an 30 integral ballast and a ceramic lamp socket and supplied with all fasteners. The refractor w 31 shall be glass. A gasket shall be provided between the refractor and the body of the 32 fixture. 33 34 All lamp sockets shall be positioned to locate the light center of the lamp within 1/2 inch me 35 of the light center location for which the luminaire is designed. 36 37 Ballasts for underdeck and wall luminaires shall conform to the provisions in Section 9- 38 29.9. Ballasts for underdeck and wall mount luminaires shall be installed in the Ili 39 luminaire housing. 40 41 9-29.11 Control Equipment 42 Illumination circuits shall be controlled by a combination of photoelectric controls and ow 43 lighting contactors or mercury relays as noted in the contract. 44 45 9-29.11(1) Time Clock Controls tio 46 Time clocks, when specified in the contract, shall be solid state and shall have a battery 47 backup. The clock shall provide four functions and shall be enclosed within a dust tight 48 mounting case. The unit shall be mounted on vibration dampened fittings. 49 to 50 The unit shall be push button programmable with 15 events per week, selectable by day 51 of week and time of day to the nearest minute. 52 The clock shall be accurate to plus or minus 15 seconds per month through a humidity vi 53 variation of 0 to 95 percent and a temperature variation of 0 F to 150 F. The clock shall 54 be within plus or minus 10 seconds after 10 hours of battery backup operation. The 55 backup battery shall operate for 24 hours minimum. 56 iii 57 Contacts shall be rated at 5 amps tungsten load for up to 100,000 cycles. Each clock 58 function shall operate a 120 VAC normally open and normally closed set of contacts. 59 op ow 2002 WSDOT Amendments AM-94 August 5,2002 OW 1 9-29.11(2) Photoelectric Controls "' 2 The photoelectric control shall be the twistlock type and the light sensitive element shall 3 be a solid state photo diode. The control shall be designed to turn on at 3 foot-candles 4 (32 lux) and turn off at 1.8 foot-candles (20 lux). The lighting control shall not drift by „r, 5 more than 1 percent over a 10-year period. 6 7 The output control relay shall have a 45-second time delay to prevent false turn-off 8 caused by momentary brightness. This output relay shall be rated 1,000 watts me 9 incandescent or 15 amps inductive load. The contacts shall be normally closed. The 10 unit shall be designed to not continuously pulse the output relay if the photo control 11 bypass switch is energized, or remove power from the photo cell when the bypass 12 circuit is energized. ow 13 14 The lighting control shall have a built in metal oxide varistor (MOV) rated 320 joules for 15 lightning and transient protection. The control shall also have secondary zener diode Igo 16 and transient filter. The printed circuit board shall be coated to prevent corrosion. The 17 normal operating voltage range will be 105 to 285 VAC. 18 19 9-29.12 Electrical Splice Materials .. 20 Splicing in illumination circuits will be permitted only at junction boxes. With the 21 exception of lead-in cable to loop wire or magnetometer sensing probe splices, no 22 splices will be allowed in traffic signal circuitry. All other traffic signal circuitry will be 23 terminated at a load, at control equipment, or at a terminal. iiip 24 25 9-29.12(1) Illumination Circuit Splices 26 Splices and taps shall be made with solderless crimp connectors on underground s 27 circuits to securely join the wires both mechanically and electrically. Aerial splices may 28 employ split bolt connectors. Splices at below grade locations shall employ moisture 29 blocking heat shrink, Mil Spec 1-23053 or be epoxy resin cast type insulation. Two-way 30 (in-line) splices and three-way (T or wye) splices shall employ clear rigid plastic molds. es 31 Clear mylar sheet bonded to butyrate webbing forming a flexible mold or heat shrink 32 shall be used for four-way or more. The material used shall be compatible with the 33 insulation material utilized. Equipment and methods shall be as recommended by the 34 manufacturer of the splicing materials. The component materials of the resin insulation as 35 shall be packaged form ready for convenient mixing without removing from the 36 package. Only one conductor or one multi conductor cable per wire entrance will be 37 allowed in any rigid mold splice. al 38 39 Heat shrink splices shall be manufactured from irradiated, crosslinked polyolefin 40 suitable for direct burial installations and shall conform to requirements of ANSI C- 41 119.1. Ile 42 43 The sealant shall be an approved stabilized mastic which shall provide a permanent 44 moisture proof bond between the recovered polyolefin and any conductor insulating 45 material. go 46 47 9-29.12(2) Traffic Signal Splice Material 48 Induction loop splices and magnetometer splices shall be either moisture resistant two ON 49 way heat shrink meeting Mil Spec 1-23053, epoxy resin cast type with clear rigid molds 50 or re-enterable type with semi-hardening epoxy filling compound that remains semi- 51 flexible enclosed in a re-enterable rigid mold with end cap seals. 52 "" 53 9-29.13 Traffic Signal Controllers 54 A controller shall consist of a complete electrical mechanism for controlling the 55 operations of traffic control signals including the timing mechanism and all necessary 56 auxiliary equipment, mounted in a cabinet. 57 58 The Contractor shall furnish to the Contracting Agency all guarantees and warranties 59 furnished as a normal trade practice for all control equipment that is provided. NIP 60 tur 2002 WSDOT Amendments AM-95 August 5,2002 wr 1 The fabricator of the controller shall perform quality control (QC) inspections based on to 2 their QC program. Their QC program shall be submitted and approved by WSDOT at 3 least annually. The fabricator of the controller shall certify that the controller meets all 4 requirements of the Standard Specifications and Special Provisions for the specific 5 application. 6 7 The QC program shall include, but not be limited to, the following: 8 9 1. Quality Statement iii 10 2. Individual responsible for quality(organizational chart) 11 3. Fabrication procedures 12 4. Test procedures so 13 5. Documented inspection reports 14 6. Documented test reports 15 7. Certification package 16 NIP 17 Control equipment includes all equipment used to control the operations of traffic 18 control signals, programmable message signs, illumination system's and other 19 associated control systems. Control equipment includes all devices including auxiliary 20 equipment mounted in a cabinet. illi 21 22 The traffic signal control equipment shall conform to the contract specifications and 23 these standard specifications. trio 24 25 All control equipment shall be as specified below: 26 27 NEMA control and all auxiliary equipment shall conform to current NEMA 28 specifications. 29 30 Type 170E control equipment and all auxiliary equipment, shall conform to the 31 California Department of Transportation document entitled "Transportation "'i 32 Electrical Equipment Specifications" dated November 19, 1999. 33 34 The 170E/ HC-11 controller and auxiliary equipment shall conform to the current „; 35 Oregon Department of Transportation Specification for model 170E/ HC-11 36 controller and auxiliary equipment. The 170E shall be compatible with Type 170E 37 controllers and the current revision of the software specified in the contract. 38 omp 39 170 ATC controller and auxiliary equipment shall conform to the current Oregon 40 Department of Transportation Specification for model 170 ATC controller and 41 auxiliary equipment. WI 42 43 Type 2070 controller and all auxiliary equipment shall conform to the current 44 California Department of Transportation Specification for Model 2070 and auxiliary 45 equipment. ern 46 47 Type 2070 Lite controller and auxiliary equipment shall conform to the current 48 Oregon Department of Transportation Specification for model 2070 Lite controller 49 and auxiliary equipment. +r 50 51 9-29.13(1) Vacant 52 ow 53 9-29.13(2) Flashing Operations 54 All controllers shall be equipped for flashing operation of signal displays. Controllers 55 shall be programmed for flashing red displays for all approaches. During flash display, 56 all pedestrian circuits shall be de-energized. to 57 58 Actuated traffic signal control mechanisms shall be capable of entry into flash operation 59 and return to normal operation as follows: 60 elo Ili 2002 WSDOT Amendments AM-96 August 5,2002 III ,s, 1 1. Terminal Strip Input (Remote Flash). When called as a function of a terminal 2 strip input, the controller shall provide both sequenced entry into flash and 3 sequenced return to normal operation consistent with the requirements of the 4 latest edition of the Manual on Uniform Traffic Control Devices. so 5 6 2. Police Panel Switch. When the flash-automatic switch located behind the 7 police panel door is turned to the flash position, the signals shall immediately 8 revert to flash; however, the controller shall "STOP TIME." When the switch is Ili 9 placed on automatic, the signals shall immediately time an 8-10 second all red 10 period then resume normal cyclic operations at the beginning of major street 11 green. „is 12 13 3. Controller Cabinet Switches. When the flash-automatic switch located inside 14 the controller cabinet is placed in the flash position, the signals shall 15 immediately revert to flash; however, the controller shall continue to function. Ile 16 When the flash-automatic switch is placed in the automatic position, the 17 controller shall immediately resume normal cyclic operation at the beginning of 18 the artery green. Adjacent to the flash-automatic switch shall be a controller 19 on-off switch. If the flash-automatic switch is in the automatic position and the "" 20 controller on-off switch is placed in the OFF position, the signals shall 21 immediately revert to flash. 22 MB 23 4. Power Interruption. On "NEMA" controllers any power interruption longer than 24 475 plus or minus 25 milliseconds, signals shall re-energize consistent with 25 No. 2 above to ensure an 8-second flash period prior to the start of major 26 street green. A power interruption of less than 475 plus or minus 25 .i 27 milliseconds shall not cause resequencing of the controller and the signal 28 displays shall re-energize without change. Type 170 controllers shall re- 29 energize consistent with No. 2 above after a power interruption of 1.75 plus or 30 minus 0.25 seconds. The 8-second flash period will not be required. N' 31 32 5. Conflict Monitor. Upon sensing conflicting signals or unsatisfactory operation 33 voltages, the conflict monitor shall immediately cause the signal to revert to .,, 34 flash; however, the controller shall stop time at the point of conflict. After the 35 conflict monitor has been reset, the controller shall immediately take command 36 of the signal displays at the beginning of major street green. 37 iss 38 9-29.13(3) Emergency Preemption 39 Immediately after a valid call has been received, the preemption controls shall cause 40 the signals to display the required clearance intervals and subsequent preemption 41 intervals. Preemption shall sequence as noted in the contract. Preemption equipment is 42 shall be installed so that internal wiring of the controller, as normally furnished by the 43 manufacturer, is not altered. Termination of the preemption sequence shall place a call 44 on all vehicle and pedestrian phases. Preemption indicators, if required, shall turn on — 45 when the controller reaches the preempted phase NEMA controller shall energize the 46 pre-emption indicators when the controller is in the pre-emption phase(s). Type 170, 47 2070, ATC, 2070 Lite controllers pre-emption indicators shall be energized when the 48 pre empt detector registers the pre empt request call. so 49 50 9-29.13(4) Wiring Diagrams 51 Schematic wiring diagrams of the controllers and auxiliary equipment shall be submitted 52 when the controllers are delivered. The diagram shall show in detail all circuits and iso 53 parts. The parts shall be identified by name or number in a manner readily interpreted. 54 One reproducible mylar or two microfilms and four copies of the cabinet wiring diagram 55 and component wiring diagrams shall be furnished with each cabinet and if requested or 56 by the Engineer on a high density disk or CD. The schematic drawing shall consist of a 57 single sheet, detailing all circuits and parts, not to exceed 52 inches by 72 inches The 58 cabinet wiring diagram shall indicate and identify all wire terminations, all plug 59 connectors, and the locations of all equipment in the cabinet. Included in the diagram go is 2002 WSDOT Amendments AM-97 August 5,2002 + • . 1 shall be an intersection sketch identifying all heads, detectors, and push buttons and a 0 2 phase diagram. 3 4 9-29.13(5) Vacant 5 Sri 6 9-29.13(6) Radio Interference Suppressers 7 All traffic signal controllers, flashers, or other current-interrupting devices shall be 8 equipped with radio interference suppressers installed at the input power point. 9 Interference suppressers shall be of a design which will minimize interference in both a 10 broadcast and aircraft frequencies, and shall provide a minimum attenuation of 50 11 decibels over a frequency range of 200 kilocycles to 75 megacycles when used in 12 connection with normal installations. The interference filters furnished shall be iii 13 hermetically sealed in a substantial case filled with a suitable insulating compound. 14 Terminals shall be nickel plated, 10-24 brass studs of sufficient external length to 15 provide space to connect two No. 8 AWG wires, and shall be so mounted that they 16 cannot be turned in the case. .a 17 18 Ungrounded terminals shall be insulated from each other and shall maintain a surface 19 leakage distance of not less than 1/4 inch between any exposed current conductor and ;-' 20 any other metallic parts with an insulation factor of 100-200 megohms dependent on ma 21 external circuit conditions. 22 23 Suppressers shall be designed for operations on 50 amperes, 125 volts, 60 cycles, to 24 single wire circuits, and shall meet standards of the Underwriters' Laboratories and the 25 Radio Manufacturers Association. 26 27 9-29.13(7) Traffic Actuated Controllers aa 28 Traffic-actuated controllers shall be electronic devices which, when connected to traffic 29 detectors or other means of actuation, or both, shall operate the electrical traffic signal 30 system at one or more intersections. lilli 31 32 All solid-state electronic traffic-actuated controllers and their supplemental devices shall 33 employ digital timing methods. 34 ao 35 Control equipment shall conform to 9-29.13. 36 37 Actuated traffic signal controllers shall be 8-phase minimum control units. Volume- 38 density timing features shall be provided on all controllers. ai 39 40 Every pin of every connecting plug shall be utilized as described within the NEMA 41 requirement, except that those pins identified as "spare" or "future" shall remain iii 42 unused. Controller interchangeability between NEMA controllers of any and all 43 approved makes is mandatory, and demonstration of interchangeability will be a portion 44 of Olympia Service Center Materials Laboratory testing. 45 ea 46 Overlaps for NEMA controllers may be accomplished by programming of software or by 47 use of NEMA overlap boards. If a manufacturer elects to utilize the software method, 48 they may be required to furnish an overlap board with each signal controller which will 49 allow substitution of controllers using the alternated method of overlaps. ii 50 51 NEMA controllers shall provide indications for vehicle call and pedestrian call that can 52 be viewed simultaneously with indications for timing intervals. Controllers shall provide r 53 indications for timing intervals in both rings that can be viewed simultaneously. Reason 54 for green termination shall be displayed simultaneously with other timing data. 55 56 All controllers shall provide a "simultaneous gap our feature. This feature allows ai 57 retiming a gap from a green rest upon an actuation. 58 r a 2002 WSDOT Amendments AM-98 August 5,2002 a e 1 9-29.13(7)A Environmental, Performance, and Test Standards for Solid- "' 2 State Traffic Controllers 3 The scope of this specification includes the controller assembly of solid-state design 4 installed in a controller cabinet. The controller assembly includes the cabinet, controller „a, 5 unit, load switches, signal conflict monitoring circuitry, accessory logic circuitry, AC line 6 filters, vehicle detectors, coordination equipment and interface, and preemption 7 equipment. NEMA control assemblies shall meet or exceed current NEMA 8 Environmental Standards and TS 1 Standards. Normal operation will be required while ea 9 the control assembly is subjected to any combination of high and low environmental 10 limits (i.e. low voltage at high temperature with high repetition noise transients). Type 11 170 control equipment testing shall be tested to NEMA TS 1. 12 es 13 9-29.13(7)B Auxiliary Equipment for NEMA Controllers 14 The following auxiliary equipment shall be furnished and installed in each cabinet for 15 NEMA traffic-actuated controllers: „r 16 17 1. A solid-state Type 3 NEMA flasher with flash-transfer relay which will cut in the 18 flasher and isolate the controller from light circuits. See Section 9-29.13(2) for 19 operational requirements. - 20 21 2. Modular solid state relay load switches of sufficient number to provide for each 22 vehicle phase (including future phases if shown in the plans), each pedestrian 23 phase and preemption sequence indicated in the contract. Type P & R so 24 cabinets shall include a fully wired 16-position back panel. Solid-state load 25 switches shall conform to NEMA standards except only optically isolated load 26 switches will be allowed. Load switches shall include indicator lights on the tin 27 input circuits. 28 29 3. A power panel with: 30 IIII 31 a. A control-display breaker sized to provide 125 percent overload 32 protection for all control equipment and signal displays, 30 ampere 33 minimum. 34 as 35 b. A 20 ampere accessory breaker wired parallel to the control display 36 breaker. The breaker will carry accessory loads, including vent fan, 37 cabinet light, plug receptacle, etc. „m 38 39 c. A busbar isolated from ground and unfused for the neutral side of 40 power supply. 41 go 42 d. A radio interference suppresser to the output side of the control 43 display breaker. See Section 9-29.13(6) for other requirements. 44 «r 45 e. A transient voltage protection device connected to the controller 46 power circuit for protection against voltage abnormalities of 1 cycle or 47 less duration. The protector shall be a solid state high energy circuit 48 containing no spark gap, gas tube, or crow bar component. The ,,r, 49 current rating of the device shall be 15 amps minimum. The device 50 shall provide transient protection between neutral and ground, line 51 and ground, as well as line and neutral. If the protection circuits fail, 52 they shall fail to an open circuit condition. The device shall meet all INN 53 requirements of UL standard 1449. The suppressed voltage rating 54 shall be 600 volts or less when subjected to an impulse of 6,000 55 volts, 3,000 amp source impedance, 8.0/20 microsecond al 56 waveform as described in UL 1449. In addition, the device shall 57 withstand, without failure or permanent damage, one full cycle at 264 58 volts RMS. The device hall contain circuitry to prevent self-induced 59 regenerative ringing. There shall be a failure warning indictor light up me 2002 WSDOT Amendments AM-99 August 5,2002 4. 1 which shall illuminate when the device has failed and is no longer t 2 operable. 3 4 f. Cabinet ground busbar independent (150K ohms minimum) of 5 neutral. 6 7 4. A police panel located behind the police panel door with a flash automatic 8 switch and a control-display power line on-off switch. See Section 9-29.13(2) 9 for operational requirements. 10 11 5. An auxiliary control panel located inside the controller cabinet with a flash- 12 automatic switch and a controller on-off switch. See Section 9-29.13(2) for 13 operational requirements. A three wire 15 ampere plug receptacle with 14 grounding contact and 20 ampere ground fault interrupter shall also be 15 provided on the panel. 16 II 17 6. A conflict monitor conforming to NEMA standards. See Section 9-29.13(2) for 18 operational requirements. The unit shall monitor conflicting signal indications 19 at the field connection terminals. The unit shall be wired in a manner such that 20 the signal will revert to flash if the conflict monitor is removed from service. iiii 21 22 Supplemental loads not to exceed 10 watts per monitored circuit or other 23 means, shall be provided to prevent conflict monitor actuation caused by iii 24 dimming or lamp burn-out. Supplemental loads shall be installed on the control 25 side of the field terminals. Conflict monitors shall include a minimum of one 26 indicator light for each phase used. The monitoring capacity of the unit shall be 27 compatible with the controller frame size. Conflict monitors shall include a • 28 program card. 29 30 7. A "Display Panel" when noted in the contract. The display panel shall depict a 31 generic eight-phase operation. The panel shall be mounted on the inside of 'i" 32 the front cabinet door and the mounting shall be of a design that allows 33 positioning of the panel in four orientations 90 degrees from each other. The 34 mounting shall be removable without use of any tools. Incandescent red, 35 yellow, green, walk and don't walk indicator lights shall be provided for each 36 phase. The indicator lights shall be connected to the associated field 37 terminals. The connecting cable shall be long enough to allow for any 38 mounting orientation. No diodes will be allowed in the display panel. A means de 39 of disconnecting all wiring entering the panel shall be provided. Switches shall 40 be provided on the panel with labels and functions as follows: 41 la 42 a. Display On — Signal indicator lamps will display the operation of the 43 intersection. 44 45 b. Test—All indicator lamps shall be energized. 46 47 c. Display Off—all signal indicator lamps shall be de-energized. 48 49 A "Detector Panel" The panel shall be mounted on the inside of the front at 50 cabinet door. The detector panel may be constructed as a single unit or it may 51 be constructed as a combined unit with the "Display Panel" if a "Display Panel" 52 is required in the contract. Detector switches with separate operate, test, and 53 off positions shall be provided for each field detector input circuit. A high 54 intensity light emitting diode (LED) shall be provided for each switch. The lamp 55 shall energize upon vehicle, pedestrian or test switch actuation. The test 56 switch shall provide a spring loaded momentary contact that will place a call iii 57 into the controller. When in the OFF position, respective detector circuits will 58 be disconnected. In the operate position, each respective detector circuit shall 59 operate normally. Switches shall be provided on the panel with labels and 60 functions as follows: ow iiii 2002 WSDOT Amendments AM-100 August 5,2002 iii r 1 . 2 a. Display On — Detector indicator lights shall operate consistent with 3 their respective switches. 4 b. Display Off—detector indicator lights shall be de-energized. o 5 6 A means of disconnecting all wiring entering the panel shall be provided. 7 8 The disconnect shall include a means to jumper detection calls when filli 9 display panel is disconnected. All switches on the panel shall be marked with 10 its associated plan detector number. All markers shall be permanent 11 12 8. Insulated terminal blocks of sufficient number to provide a termination for all so 13 field wiring. A minimum of 12 spare terminals shall be provided. Terminal 14 blocks shall be 600 volt, heavy duty, barrier type, except loop detector lead- 15 ins, which may be 300 volt. Each terminal shall be provided with a field-side ,,,,,, 16 and a control-side connector separated by a marker strip. The marker strip 17 shall bear the circuit number indicated in the plans and shall be engraved. 18 Each connector shall be a screw type with No. 10 post capable of accepting 19 no less than three No. 12 AWG wires fitted with spade tips. .m 20 21 9. A vent fan with adjustable thermostat. The minimum CFM rating of the fan 22 shall exceed three times the cabinet volume. 23 Ns 24 10. An incandescent or fluorescent interior cabinet light mounted at the top of the 25 enclosure with door switch to automatically energize when the door opens. 26 The light shall be installed a minimum of 12 inches from the vent fan e„ 27 thermostat. The switch shall be labeled "light." 28 29 11. All wiring within the cabinet, exclusive of wiring installed by the signal controller 30 manufacturer, shall have insulation conforming to the requirements of Section em 31 9-29.3. Cabinet wiring shall be trimmed to eliminate all slack and shall be 32 laced or bound together with nylon wraps or equivalent. All terminals, shall be 33 numbered and permanently identified with PVC or polyolefin wire marking 34 sleeve consistent with the cabinet wiring diagram provided by the signal an 35 controller manufacturer and the contract. The cabinet will be completely wired 36 so that the only requirement to make a field location completely operational is 37 to attach field power and ground wiring. Internal cabinet wiring shall not utilize A 38 the field side connections of the terminal strip intended for termination of field 39 wires. 40 41 12. One reproducible mylar or two microfilms and four copies of the cabinet wiring 'l" 42 diagram and component wiring diagrams shall be furnished with each cabinet. 43 Each cabinet shall be equipped with a, shelf mounted roll out drawer mounted 44 directly below the controller to house one or more cabinet wiring diagrams. 45 The cabinet wiring diagram shall indicate and identify all wire terminations, all Ai 46 plug connectors, and the locations of all equipment in the cabinet. Included in 47 the diagram shall be an intersection sketch identifying all heads, detectors, 48 and push buttons; and a phase diagram. .. 49 50 13. Each vehicle detector amplifier, video detection out put channel pedestrian call 51 isolation unit, phase selector, discriminator, and load switch shall be identified 52 with semi-permanent stick-on type label. The following information shall be "" 53 included: 54 55 a. Vehicle Detector Amplifier Channel ,,,, 56 1. Loop number 57 2. Assigned phase(s) 58 b. Ped Call Isolation Unit 59 1. Push button number alw 60 2. Assigned phase(s) or 2002 WSDOT Amendments AM-101 August 5,2002 u. 1 c. Load Switches 2 1. Signal head number a 3 2. Assigned phase(s) 4 d. Phase Selectors 5 1. Circuit Letter iiii 6 2. Phase(s) called 7 8 The label shall be placed on the face of the unit. It shall not block any switch, 9 light, or operational words on the unit. The lettering on this label shall be neat, 10 legible, and easily read from a distance of approximately 6 feet. 11 12 9-29.13(7)C Auxiliary Equipment for Type 170E, 2070, 2070 Lite, ITS/ATC gii 13 Controllers 14 The following requirements apply to required auxiliary equipment furnished with Type 15 170E,170E-HC-11, 2070, 2070 Lite, ATC controller cabinets: 16 so 17 Flashers, flash transfer relays, conflict monitor, AC isolators, DC isolators, 18 discriminator modules, program modules, modem modules, load switches, 19 breakers, buses, police panel switches, receptacle requirement, vent fan and 20 auxiliary control panel switches shall conform to the requirements noted in the ito 21 California Department of Transportation document entitled `Traffic Signal Control 22 Equipment Specifications", specified in Section 9-29.13(7). 23 • 24 Flashing operation shall conform to Section 9-29.13(2), except the 8-second flash 25 period described in Item 2 of that section will not be required. Emergency 26 preemption shall conform to Section 9-29.13(3). 27 loo 28 The requirements for radio interference suppressor, transient voltage protection, 29 terminal blocks, cabinet light (florescent only), cabinet wiring, wiring diagram and 30 equipment labeling are the same as previously noted for the NEMA control 31 assemblies. ar 32 33 Input and output terminals shall be installed with a marking strip with field wire 34 numbers noted in the contract embossed on the strip. All cabinet and field iii 35 conductor shall have a PVC or polyolefin wire marking sleeve installed, matching 36 the input and output terminals above. 37 38 The input panel terminal blocks TB 2 through TB 9 and associated cable to the ,tr 39 input files as described in California Department of Transportation document 40 entitled `Traffic Signal Control Equipment Specifications" dated November 19, 1999 41 shall be provided in all control assemblies. The alternate raceway specified in 42 Chapter 18 will not be allowed. Aw 43 44 Supplemental load requirements to prevent conflict monitor actuation on lamp 45 burnout are the same as previously noted for NEMA control assemblies. r 46 47 A "Display Panel", conforming to the requirements previously noted for the NEMA 48 control assemblies shall be provided when noted in the contract. 49 50 A "Detection Panel" conforming to the requirements previously noted for the NEMA 51 control assemblies shall be provided except the panel shall be a separate unit from 52 the "Display Panel."The panel shall be rack mounted above the controller and shall 53 conform to details in the contract. u 54 55 A "Detector Termination and Interface Panel" shall be provided. When viewing the 56 cabinet from the back, the panel shall be located on the upper left hand side of the „s 57 cabinet. The panel shall be electrically located between the "Detector Panel" and 58 the C-1 connector. The panel shall utilize insulated terminal blocks and each 59 connector shall be a screw type with post. 60 • 2002 WSDOT Amendments AM-102 August 5,2002 a r. 1 A print holder rollout drawer shall be provided. The drawer shall be rack mounted 2 below the controller. 3 4 A "DB-9" socket shall be mounted on the rack facing the front door of the cabinet ad 5 and shall be easily accessible when the front door is open. The socket shall 6 provide a communication interface between a personal computer and the C-20S 7 connector on the back of the controller. The appropriate cable and C-20 plug 8 connector shall be part of this assembly to provide ease of connection to the di 9 controller. 10 11 A C-2 plug with 6 feet of 22 AWG 4 conductor shielded cable shall be provided in 12 each cabinet. The cable shall be terminated on positions 3, 4, and 6 of the TB *di 13 terminal block. 14 15 An "Absence Of Red Programming Assembly" shall be provided. There shall be ro 16 provided on the back panel of the output file, 16 accessible jumper plug attachment 17 areas, made up of three male pins per position (one set of three, for each conflict 18 monitor channel). Each jumper plug shall be a three position Molex style 19 connector, using crimped wire pins. Two female pins shall be installed in each did 20 jumper plug, one attached to each end of a single wire. These pins shall be 21 installed in the connector, one on the center position and one in either outer 22 position of the plug. It shall be possible, by inserting and positioning one of the 16 23 jumper plugs on the right two pins on the monitor board, to apply 120 VAC into a ow 24 corresponding channel of the conflict monitor red channels. The connection 25 between the absence of red programming board and the 210 plus conflict monitor 26 shall be accomplished via a 20 pin ribbon cable and the industry standard P-20 do 27 connector, that attaches on the front panel of the monitor. It shall be possible, by 28 inserting and positioning one of the 16 jumper plugs on the two left pins on the 29 monitor board, to enable the red monitor on the corresponding channel (phase). 30 There shall be installed on the absence of red programming assembly a red enable 's 31 disconnect relay, that controls the 120 VAC red enable signal into the 210 plus 32 monitor. During normal operation, the normally closed contacts of this relay shall 33 supply 120 VAC into the red enable input of the monitor. When energized, this red I. 34 enable signal shall be removed from the input disabling red monitoring. The relay 35 shall be energized by the corresponding CI pin connection, as required by the local 36 software, to indicate that the assembly is in processor flash. 37 38 9-29.13(7)D NEMA Controller Cabinets 39 Each traffic-actuated NEMA controller shall be housed in a weatherproof cabinet 40 conforming to the following requirements: 41 "'r 42 1. Construction shall be of 0.073-inch minimum thickness series 300 stainless 43 steel or 0.125 minimum thickness 5052 H32 ASTM B209 alloy aluminum. The 44 stainless steel shall be annealed or one-quarter-hardness complying with id, 45 ASTM A666 stainless steel sheet.-Cabinets may be finished inside with an 46 approved finish coat of exterior white enamel the outside of aluminum cabinets 47 shall be clear anodized. 48 i+ 49 2. The cabinet shall contain shelving, brackets, racks, etc., to support the 50 controller and auxiliary equipment. All equipment shall set squarely on shelves 51 or be mounted in racks and shall be removable without turning, tilting, or 52 rotating or relocating one device to remove another. did 53 54 3. The cabinet shall be of adequate size to properly house the controller and all 55 required appurtenances and auxiliary equipment in an upright position with a 56 clearance of at least 3 inches from the vent fan and filter to allow for proper air 57 flow. In no case shall more than 70 percent of the cabinet volume be used. 58 There shall be at least a 2-inch clearance between shelf mounted equipment 59 and the cabinet wall or equipment mounted on the cabinet wall. ++d 60 ad 2002 WSDOT Amendments AM-103 August 5,2002 MO 1 4. The cabinet shall have an air intake vent on the lower half of the front door, iii 2 with a 12 inch by 16 inch by 1 inch removable throw away filter, secured in 3 place with a spring-loaded framework. 4 5 5. The cabinet door(s) shall be provided with: ia 6 7 a. A spring loaded construction core lock capable of accepting a Best 8 type CX series six segment core installed by others. Formed cabinets 9 shall have a three point latch. at 10 11 b. A police panel assembly shall be installed in the front door and shall 12 have a stainless steel hinge pin and a lock. Two police keys with 0 13 shafts a minimum of 1 3/4 inches long shall be provided with each 14 cabinet. 15 16 c. All doors and police panel door shall have closed cell, neoprene iii 17 gaskets. 18 19 d. A two position doorstop assembly. 20 `s'r' 21 9-29.13 (7)E Type 170E, 170E-HC-11, 2070, 2070 Lite, ATC Controller 22 Cabinets 23 The above controllers shall be housed in a Models 332, Double 332, 336, 336S, 303 „, 24 ITS/ATC cabinets, or as specified in the contract. The surfaces of the cabinet shall be 25 clear anodized. Each door shall be furnished with a construction core lock conforming 26 to 9-29.13 (7)D 5a, b and c above. A police panel with door, stainless steel hinge pin 27 and lock shall be provided. Two police keys with shafts a minimum of 2" long shall be I' 28 provided with each cabinet. Each of these cabinets shall be furnished with Auxiliary 29 equipment described in 9-29.13(7)C. Type 334 cabinets for traffic data station controller 30 furnished shall meet Current Caltrans 170E specifications, as stated in Standard ,ir 31 Specifications 9-29.13(7) and as follows. Camera control and DMS local control 32 cabinets shall contain the equipment shown in the Plans. The cabinet shall have the 33 same external physical dimensions and appearance of Model 334 cabinets. 34 at 35 1. The cabinet shall be fabricated of stainless steel or clear anodized sheet 36 aluminum in accordance with Section 9-29.13(7)D, Item number 1. Painted 37 steel or painted aluminum is not allowed. 38 lit 39 2. Cabinet doors shall have a three-point latch and two-position stop assembly 40 with spring loaded construction core lock capable of accepting a Best lock 41 company type, with 6-pin CX series core. The Contractor shall supply red or 42 blue construction cores. Upon contract completion, the Contractor shall deliver wil 43 two master keys to the Engineer. 44 45 3. Field wire terminals shall be labeled in accordance with the ITS Field Wiring gift 46 Chart. 47 48 4. Two shatterproof fluorescent interior cabinet lights with self-starting ballast 49 shall be furnished, one fixture mounted on the rear rack near the top and the wit 50 second mounted at the top of the front rack. Door switches shall automatically 51 turn on both lights when either door is opened. 52 53 5. One controller unit shelf, which attaches to the front rails of the EIA rack, shall ' 54 be provided in lieu of the two controller unit support angles. The shelf shall be 55 fabricated from aluminum and shall be installed such that it does not interfere 56 with access to any terminal block. The shelf shall contain a rollout flip-top ow 57 drawer for storage of wiring diagrams and manuals. 58 59 A disposable paper filter element of at least 180 square inches shall be provided in lieu 60 of a metal filter. Ili 2002 WSDOT Amendments AM-104 August 5,2002 elik 1 at 2 The cabinet shall be equipped with an electric strip heater with a rating of 100 watts and 3 120 VAC, and a ventilation fan meeting the requirements specified in Caltrans 170 4 specification. The strip heater shall be shielded in a manner that prevents damage to 5 nearby electrical cables. 6 7 The fan and strip heater shall be controlled by a high-low adjustable thermostat which 8 can be set to ensure the cabinet interior temperature remains between 60°F and 120°F - 9 10 All Traffic Data and Ramp Meter Cabinets shall include the following accessories: 11 12 1. Each cabinet shall be equipped with a fully operable controller equipped as Isi 13 specified in these Special Provisions. 14 15 2. Two input files, except on Type 303 and 336 cabinet shall be supplied, each y,• 16 using 133 millimeters of rack height. 17 18 3. Power Distribution Assembly shall be PDA #3 as detailed in the January 1989 19 CALTRANS 170 specification, with all current amendments. ww 20 21 The PDA#3 shall contain three Model 200 Load Switches. 22 23 A transient voltage protection device shall be provided, which plugs into the ap 24 controller unit receptacle and in turn accepts the controller plug and meets the 25 electrical requirements of Section 9-29.13(7)B(3) item e. 26 27 A second transfer relay, Model 430, shall be mounted on the rear of the PDA 28 #3 and wired as shown in the Plans. 29 30 4. Police Panel shall contain only one DPDT toggle switch. The switch shall be im 31 labeled POLICE CONTROL, ON-OFF. 32 33 5. Display Panel 34 aw 35 A. General: 36 Each cabinet shall be furnished with a display panel. The panel shall be 37 mounted, showing and providing detection for inputs and specified :r 38 controller outputs, at the top of the front rack above the controller unit. 39 The display panel shall be fabricated from brushed aluminum and 40 constructed according to the detail in the Plans. 41 igit 42 B. Text: 43 All text on the display panel shall be black in color and silk screened 44 directly to the panel except the Phenolic detector and cabinet nameplates. 45 A nameplate for each loop shall be engraved with a 1/4 inch nominal text 46 according to the ITS Field Wiring Charts . The nameplates shall be 47 permanently affixed to the display panel. 48 .. 49 C. LEDs: 50 The LEDs for the display panel shall meet the following specifications: 51 52 Case size T 1-3/4 "' 53 Viewing angle 50° minimum 54 Brightness 8 Milli candelas 55 „r,,, 56 LEDs with RED, YELLOW or GREEN as part of their labels shall be red, 57 yellow or green in color. All other LEDs shall be red. All LEDs shall have 58 tinted diffused lenses. 59 to 60 D. Detector Display Control Switch: air 2002 WSDOT Amendments AM-105 August 5,2002 am 1 Each display panel shall be equipped with one detector display control ito 2 switch on the panel with labels and functions as follows: 3 4 ON 5 Detector display LEDs shall operate consistent with their separate 6 switches. 7 8 OFF 9 All detector indicator LEDs shall be de-energized. Detector calls shall > 10 continue to reach the controller. 11 12 TEST 13 All detector indicator LEDs shall illuminate and no calls shall be * 14 placed to the controller. 15 16 E. Advance Warning Sign Control Switch: rr 17 Each display panel shall be equipped with one advance warning sign 18 control switch on the panel with labels and functions as follows: 19 20 AUTOMATIC iiii 21 Sign Relay shall energize upon ground true call from controller. 22 23 SIGN OFF rr 24 Sign Relay shall de-energize. 25 26 SIGN ON 27 Sign Relay shall energize. 28 29 F. Sign Relay: 30 The sign relay shall be plugged into a socket installed on the rear of the 31 display panel. The relay shall be wired as shown in the Plans. The relay III 32 coil shall draw (or sink) less than 50 milliamperes from the 170E controller 33 and have a DPDT contact rating not less than 10 amperes. A 1 N4004 34 diode shall be placed across the relay coil to suppress voltage spikes. The a 35 anode terminal shall be connected to terminal #7 of the relay as labeled in 36 the Plans. The relay shall energize when the METERING indicator LED is 37 lit. 38 a 39 G. Detector Input Indicators: 40 One display LED and one spring-loaded two-position SPST toggle switch 41 shall be provided for each of the 40 detection inputs. These LEDs and 42 switches shall function as follows: 43 44 TEST 45 When the switch is in the test position, a call shall be placed to the 46 controller and energize the associated LED. The switch shall 47 automatically return to the run position when it is released. 48 49 RUN iiit 50 In the run position the LEDs shall illuminate for the duration of each 51 call to the controller. 52 53 H. Controller Output Indicators: ail 54 The display panel shall contain a series of output indicator LEDs mounted 55 below the detection indicators. The layout shall be according to the detail 56 in the Plans. These LEDs shall illuminate upon a ground true output from ai 57 the controller via the C5 connector. 58 59 The output indicator LEDs shall have resistors in series to drop the 60 voltage from 24 volts DC to their rated voltage and limit current below is 2002 WSDOT Amendments AM-106 August 5,2002 ti 1 their rated current. The anode connection of each LED to +24 VDC shall NM 2 be wired through the resistor. 3 4 I. Connectors: so 5 Connection to the display panel shall be made by three connectors, one 6 pin (labeled P2) and one socket (labeled P1) and one labeled C5. The P1 7 and P2 connectors shall be 50-pin cannon D series, or equivalent 50 pin 8 connectors and shall be compatible such that the two connectors can be is 9 connected directly to one another to bypass the input detection. Wiring for 10 the P1, P2 and C5 connectors shall be as shown in the Plans. 11 12 The Contractor shall install wire connectors P1, P2, C1P, C2, C4, C5 and "` 13 C6 according to the pin assignments shown in the Plans. 14 15 6. Model 204 Flasher Unit .i 16 Each Model 334 ramp meter cabinet shall be supplied with one Model 204 17 sign flasher unit mounted on the right rear side panel. The flasher shall be 18 powered from T1-2. The outputs from the flasher shall be wired to T1-5 and 19 T1-6. 20 21 7. Fiber Optic Patch Panel 22 The contractor shall provide and install a rack-mounted fiber optic patch panel 23 as identified in the Plans. IOW 24 25 Cabinet Wiring 26 1. Terminal blocks TB1 through TB9 shall be installed on the Input Panel. Y . 27 Layout and position assignment of the terminal blocks shall be as noted in 28 the Plans. 29 30 Terminals for field wiring in traffic data and/or ramp metering controller a' 31 cabinet shall be labeled, numbered and connected in accordance with the 32 following: 33 ni 34 Terminal Terminal and Connection 35 Block Pos. Wire Numbers Identification 36 37 TBS 501-502 AC Power, Neutral „l„ 38 571 Neutral 39 T1-2 641 Sign on 40 T1-4 643 Sign off 41 T1-5 644 Flasher Output NC ow 42 T1-6 645 Flasher Output NO 43 T4-1 631 Lane 3- Red 44 T4-2 632 Lane 3 - Yellow 45 T4-3 633 Lane 3 - Green AVII 46 T4-4 621 Lane 2 - Red 47 T4-5 622 Lane 2 -Yellow 48 T4-6 623 Lane 2 - Green lip 49 T4-7 611 Lane 1 - Red 50 T4-8 612 Lane 1 - Yellow 51 T4-9 613 Lane 1 - Green 52 "" 53 Loop lead-in cables shall be labeled and connected to cabinet terminals 54 according to the ITS Field Wiring Chart. This chart will be provided by the 55 Engineer within 20 days of the Contractor's request. .. 57 9-29.14 Vacant 58 v. 2002 WSDOT Amendments AM-107 August 5,2002 taw 1 9-29.15 Flashing Beacon Control to 2 Flashers shall conform to the latest NEMA publication, and shall be solid state. When 3 used as a beacon control, they shall be jack mounted and installed in raintight 4 aluminum or hot dipped galvanized steel cabinet. 5 it 6 9-29.16 Vehicular Signal Heads 7 Each signal head shall be of the adjustable, vertical type with the number and type of 8 lights detailed in the contract; shall provide a light indication in one direction only; shall 9 be adjustable through 360 degrees about a vertical axis; and shall be mounted at the '1'" 10 location and in the manner shown in the plans. Except for optically programmed signal 11 heads, all vehicular signal heads at any one intersection shall be of the same make and 12 type. so 13 14 9-29.16(1) Optically Programmed, Adjustable Face, 12 Inch Traffic Signal 15 The signal shall permit the visibility zone of the indication to be determined optically and 16 require no hoods or louvers. The projected indication may be selectively visible or 17 veiled anywhere within 15 degrees of the optical axis. No indication shall result from 18 external illumination, nor shall one light unit illuminate a second. The display shall be 19 maintained from 85 VAC to 130 VAC. 20 21 9-29.16(1)A Optical System 22 The components of the optical system shall comprise: 23 24 1. Lamp, "f'` 25 2. Lamp Collar, 26 3. Optical Limiter-Diffuser, and 27 4. Objective Lens. iss 28 29 The lamp shall be nominal 150 watt, 120 volt AC, three prong, sealed beam having an 30 integral reflector with stippled cover and an average rated life of at least 6,000 hours. 31 The lamp shall be coupled to the diffusing element with a collar including a specular "'i' 32 inner surface. The diffusing element may be discrete or integral with the convex surface 33 of the optical limiter. 34 35 The optical limiter shall provide an accessible imaging surface at focus on the optical 36 axis for objects 900 to 1,200 feet distant, and permit an effective veiling mask to be 37 variously applied as determined by the desired visibility zone. The optical limiter shall be 38 provided with positive indexing means and composed of heat-resistant glass. us 39 40 The objective lens shall be a high resolution planar incremental lens hermetically sealed 41 within a flat laminant of weather resistant acrylic or approved equal. The lens shall be 42 symmetrical in outline and may be rotated to any 90° orientation about the optical axis ` 43 without displacing the primary image. 44 45 The optical system shall accommodate projection of diverse, selected indicia to 4 46 separate portions of the roadway such that only one indication will be simultaneously 47 apparent to any viewer after optically limiting procedures have been accomplished. The 48 projected indication shall conform to ITE transmittance and chromaticity standards. 49 , , 50 9-29.16(1)B Construction 51 Die cast aluminum parts shall conform to ITE alloy and tensile requirements and have a 52 chromate preparatory treatment. The exterior of the signal case, lamp housing, and 53 mounting flanges shall be finished with a high quality, baked enamel prime and finish 'i 54 paint. 55 56 The lens holder and interior of the case shall be optical black. se 57 58 Signal case and lens holder shall be predrilled for backplates and visors. Hinge and 59 latch pins shall be stainless steel. All access openings shall be sealed with weather 60 resistant rubber gaskets. 40 a 2002 WSDOT Amendments AM-108 August 5,2002 to ,w 1 2 Backplates shall conform to ITE material requirements and include a chromate 3 preparatory treatment and optical black on all surfaces. 4 5 9-29.16(1)C Mounting 6 The signal shall mount to standard 1 1/2 inch fittings as a single section, as a multiple 7 section face, or in combination with other signals. The signal section shall be provided 8 with an adjustable connection that permits incremental tilting of at least 0° to 10°-above me 9 or below the horizontal while maintaining a common vertical axis through couplers and 10 mounting. Terminal connection shall permit external adjustment about the mounting 11 axis in five degree increments. The signal shall be mountable with ordinary tools and 40 12 capable of being serviced with no tools. 13 14 Attachments such as visors, backplates, or adapters shall conform and readily fasten to 15 existing mounting surfaces without affecting water and light integrity of the signal. 10 16 17 9-29.16(1)D Electrical 18 The lamp fixture shall be comprised of a separately accessible housing and integral 19 lamp support, indexed ceramic socket, and self-aligning, quick release lamp retainer. iv 20 The electrical connection between case and lamphousing shall be accomplished with 21 an interlock assembly which disconnects lamp holder when opened. Each signal 22 section shall include a covered terminal block for clip or screw attachment of lead wires. I 23 Concealed No. 18 AWG-AWM, stranded and coded wires shall interconnect all sections 24 to permit field connection within any section. 25 26 9-29.16(1)E Photo Controls ""` 27 Each signal section shall include integral means for regulating its intensity between 28 limits as a function of individual background illumination. Lamp intensity shall not be 29 less than 97 percent of uncontrolled intensity at 1,000 ft-c ambient and shall reduce to am 30 15 plus or minus 2 percent of maximum at less than 1 ft-c ambient. Response shall be 31 proportional and essentially instantaneous to any detectable increase of illumination 32 from darkness to 1,000 ft-c ambient and damped for any decrease from 100 ft—c 33 ambient. •r 34 35 The intensity controller shall comprise an integrated, directional light, sensing and 36 regulating device interposed between lamp and line wires. It shall be compatible with 60 37 Hz input and responsive within the range 105 VAC to 135 VAC. Output may be phase "" 38 controlled, but the device shall provide a nominal terminal impedance of 1,200 ohms 39 open circuit and a corresponding holding current. 40 ,o„ 41 9-29.16(1)F Installation 42 The signal shall be installed, directed, and veiled in accordance with published 43 instructions and the project visibility requirement. Each section of the signal shall be 44 masked with prescribed materials in an acceptable and workmanlike manner. wr 45 46 9-29.16(2) Conventional Traffic Signal Heads 47 48 9-29.16(2)A Optical Units "" 49 Light Emitting Diode (LED) light sources are required for all red and green displays. 50 LED light sources for yellow displays are required as specified in the contract. LED 51 light sources must conform to the current Vehicle Traffic Control Signal Heads, Part 2 ,,, 52 (VTCSH2) ITE Specification and the following requirements: 53 54 1. Wattage (Maximum): 12 inch red, yellow and greed ball displays - 25 W 12 55 inch red, yellow and green arrow displays - 15W 8 inch red, yellow and green er• 56 ball displays- 15W 57 58 2. Voltage: The operation voltages shall be between 85 VAC and 130VAC. lr 59 op 2002 WSDOT Amendments AM-109 August 5,2002 err 1 3. The Led display shall be a module type and shall replace the lens, socket, bail, is 2 reflector and be directly connected to the terminal strip in the signal head. 3 4 4. Warranty: A five-year written manufacture's warranty from date of installation 5 on parts and materials will be required. A $50.00 installation charge shall be i 6 paid by the supplier to the State, if the display fails within one year of 7 installation. 8 sti 9 5. Label: A label shall be provided on the LED housing. The contractor shall 10 mark the label with a permanent marker to note the installation date. 11 12 Incandescent light sources are required for yellow displays, unless otherwise specified . 13 in the contract. Incandescent light sources must conform to the current Vehicle Traffic 14 Control Signal Heads (VTCSH) ITE Specification and the following requirements: 15 16 1. Light Source: (8 inch Clear Bulb, A21/TS with brass medium base), (12 inch Ili 17 clear bulb, P25/TS with brass medium base). 18 19 2. Voltage: 120 VAC. 20 21 3. Rated Initial Lumens at 120 VAC: (8 inch—550), (12 inch- 1750). 22 23 4. Minimum Initial Lumens at 120 VAC: (8 inch—550), (12 inch—1650). 1+ 24 25 5. Light Center: ( 8 inch, 2 7/16 inch), (12 inch, 3 inch). 26 27 6. Minimum Life: 8,000 hours. . 28 29 7. Orientation: the bulb shall be installed with the opening between the filaments 30 up. iii 31 32 8. Operation: The bulb shall operate properly form (-40°F to 170°F). 33 34 9. Lens: the lens material shall be prismed glass. The lens shall be secured to tot 35 the housing with four noncorrosive clips. The lens shall have a neoprene 36 gasket making the display weather and dust tight. 37 38 10. Reflector: The reflector shall be specular aluminum with anodic coating. up 39 40 11. Reflector Support: The reflector support shall be pivoted to the housing, and 41 shall be designed so that it can be swung out or easily removed without the , 42 use of any tools. 43 44 9-29.16(2)B Signal Housing 45 The signal head housing, or case, shall consist of an assembly of separate sections, di 46 expandable type for vertical mounting, substantially secured together in a weathertight 47 manner to form a unit of pleasing appearance. Each section shall house an individual 48 optical unit. 49 Igo 50 Each section shall be complete with a one-piece, corrosion-resistant aluminum alloy die 51 cast door and shall have a nominal 8-inch or 12-inch diameter opening for the lens. 52 Each door shall be of the hinged type having two integrally cast hinge lugs and latch 53 jaw. The door shall be attached to the housing by means of two noncorrosive, stainless 54 steel hinge pins that are removable without the use of a special press or tool. A 55 noncorrosive, stainless steel, threaded latch bolt and matching wing nut shall provide 56 for opening and closing the door without the use of any special tools. Each door shall +P 57 have a cellular neoprene gasket around the entire outer edge of the door, which, when 58 the door is closed, shall make a positive weather and dust-tight seal. Each door shall 59 have four tapped holes spaced about the circumference of the lens opening with four , 60 noncorrosive screws to accommodate the signal head visors. Each door shall have 2002 WSDOT Amendments AM-110 August 5,2002 Illi 1 some device such as washers, clips, or keys, or be constructed so as to keep it from ma 2 dismounting from the housing accidentally when it is open. 3 4 The body of each signal section shall consist of a one piece corrosion resistant, die cast ,rr, 5 aluminum alloy. Each section shall have serrated rings top and bottom so when used 6 with proper brackets, each section may be adjustable in respect to an adjoining section, 7 and the hangers may be locked securely to prevent moving. Cast integrally with the 8 housing shall be two hinge lugs and one latch jaw. The top and bottom of the housing Ile 9 shall have an opening to accommodate standard 1 1/2 -inch pipe brackets. The 10 sections shall be so designed that when assembled, they interlock with one another 11 forming one continuous weathertight unit. The sections shall be interchangeable and 12 shall be dust and weathertight when assembled with the door and appropriate furnished 13 hardware. 14 15 A terminal block of an approved type shall be mounted inside at the back of the are 16 housing. All sockets shall be so wired that a white wire will be connected to the shell of 17 the socket and a wire, the color of the lens, to the bottom, or end terminal of the socket. 18 These wires shall in turn be connected to the terminal block mounted in the housing, in 19 the proper manner. The terminal block shall have sufficient studs to terminate all field 40' 20 wires and lamp wires independently to the block with separate screws. The terminals to 21 which field wires are attached shall be permanently identified to facilitate field work. 22 23 Each lens shall be protected with a removable visor. The visor shall be tunnel type imp 24 unless noted otherwise in the contract. Tunnel, cap, and cut away type visors shall be 25 molded using ultraviolet and heat stabilized polycarbonate plastic or be constructed of 26 .050 inch corrosion resistant aluminum material throughout as specified in the contract lip 27 or as directed by the engineer. Visors shall be flat black in color inside and shall be flat 28 black or dark green on the outside. Visors shall have attaching ears for installation to 29 the housing door. The signal display shall have square doors. End caps shall be made 30 from aluminum or plastic material and shall be installed with fittings to provide a "'r' 31 watertight seal. A bead of silicone sealant shall be applied around the perimeter of all 32 top end cap openings prior to installation of the end cap assembly. Plastic end caps 33 shall utilize a threaded stud with seal and wing nut. Plastic end caps utilizing a metal mp 34 screw that may damage the cap if overtightened will not be allowed. Plastic end caps 35 shall have the same color as the signal housing. 36 37 9-29.16(2)C Louvered Visors .e. 38 Where noted in the Contract, louvered tunnel visors shall be furnished and installed. 39 Directional louvers shall be constructed to have a snug fit in the signal visor. The 40 outside cylinder shall be flat black, constructed of aluminum, ABS and or polycarbonate 41 plastic, and the louvers shall be constructed of aluminum painted flat black as specified ""' 42 in the contract or as directed by the engineer. Dimensions and arrangement of louvers 43 shall be as shown in the contract. 44 is 45 9-29.16(2)D Back Plates 46 Back plates shall be furnished and attached to the signal heads. Back plates shall be 47 constructed of 5 inch wide .050 inch thick corrosion resistant flat black finish, louvered 48 aluminum as specified in the contract or as directed by the engineer . are 49 50 9-29.16(2)E Painting Signal Heads 51 Traffic signal heads shall be finished with two coats of factory applied dark green 52 (Federal Standard FS 595A) baked enamel or shall be finished with a dark green oven "'" 53 baked powder coating comprised of resins and pigments. Aluminum end caps shall be 54 painted to match the color of the signal housing. 55 :,, 56 9-29.16(3) Polycarbonate Traffic Signal Heads 57 Polycarbonate signal heads shall be provided only when specifically identified in the 58 contract. With the exception of top and bottom bracket mountings, polycarbonate signal 59 heads shall be installed with approved reinforcing plates located in signal sections 1e 60 adjacent to the mounting hardware. ow 2002 WSDOT Amendments AM-111 August 5,2002 are 1 at 2 9-29.16(3)A 8-Inch Polycarbonate Traffic Signal Heads 3 Polycarbonate employed in traffic signal fabrication shall tolerate an elongation prior to 4 break in excess of 90 percent. The green color shall be molded throughout the head 5 assembly. Glass lenses shall be employed in the signal heads. The optical system shall a 6 be of the fixed focus type for 67 to 69 watt bulbs. The entire optical system shall be 7 sealed by a single neoprene gasket. Alzak aluminum reflectors will be permitted in 8 polycarbonate traffic signal head assemblies. The signal head shall be formed to be 9 used with standard signal head mounting accessories. The optical system shall be 10 consistent with ITE requirements. 11 12 9-29.16(3)8 12-Inch Polycarbonate Traffic Signal Heads iim 13 Twelve-inch polycarbonate signal heads shall conform to all requirements of the 8-inch 14 polycarbonate signal heads except the optical system shall be designed for a 1750 15 lumen traffic signal lamp. 16 • 17 9-29.17 Signal Head Mounting Brackets and Fittings 18 Vehicle and pedestrian signal head mountings shall be as detailed in the Standard 19 Plans. Material requirements for signal head mounts are as follows: 20 21 Aluminum 22 1. Hinge fittings for Type E mount. 23 2. Arms and slotted tube fittings for Type N mount. 24 3. Tube clamp and female clamp assembly for Type N mount. 25 26 Bronze 27 1. Terminal compartments for Type A, B, C, F, H, and K mounts. 28 2. Collars for Type C, D, and F mounts. 29 3. Ell fittings for Type L and LE mounts. 30 4. Plumbizer for type M mounts 31 5. Messenger hanger and wire entrance fittings for Type P, Q, R, and S mounts. i°s 32 6. Balance adjuster for Type Q, R, and S mounts. 33 34 Galvanized Steel ‘r 35 1. Washers for Type A, B, C, D, F, H, and K mounts. 36 2. Fasteners for Type A, B, E, H, and K mounts. 37 38 Stainless Steel 000 39 1. All set screws and cotter Keys. 40 2. Bands for Type N mount. 41 3. Hinge pins for Type E mount. 42 4. Bolts, nuts and washers for Type M mount. 43 5. Bolt, nut and washers for Type L mount. 44 6. Bolts, nuts, washers, and screw buckle swivels. 45 • 46 Steel 47 1. Center pipes, nipples, elbow and tee fittings for Type A, B, C, F, H, and K 48 mounts. 49 2. Multi-head mounting assemblies and spider assemblies for Type Q, R, and S *+ 50 mounts. 51 3. Nipples for Type L, LE, P, Q, R, and S mounts. 52 53 Fittings for Type N mounts shall be installed unpainted. All other hardware for other * 54 mounts shall be painted with two coats of factory applied traffic signal green baked 55 enamel. 56 57 Pins for messenger hanger fittings shall be a minimum of 1/2 inch in diameter. 58 Terminal compartments for Type A, B, C, F, H, and K mounts shall contain a 12 section 59 terminal block. 60 i ►► 2002 WSDOT Amendments AM-112 August 5,2002 ilM „ 1 9-29.18 Vehicle Detector 2 Induction loop detectors and magnetometer detectors shall comply with current NEMA 3 specifications when installed with NEMA control assemblies and shall comply with the 4 California Department of Transportation document entitled `Transportation Electrical or 5 Equipment Specifications,” specified in Section 9-29.13(7) when installed with Type 170 6 2070, 2070 Lite, ITS/ATC control assemblies. 7 8 9-29.18(1) Induction Loop Detectors '"' 9 When required in the contract, amplifier units shall be provided with supplemental 10 timing features identified as follows: 11 „o 12 1. Delay Timing. When delay timing is required, the unit shall delay detector 13 output for up to 15 seconds minimum, settable in one second maximum 14 intervals. 15 AO 16 2. Delay Timing With Gate. When delay timing with gate is required, the unit shall 17 provide delay timing features as noted above with the additional capability of 18 inhibiting delay timing when an external signal is applied. 19 or 20 3. Extension Timing. When extension timing is required, the unit shall extend the 21 detector output for up to 7 seconds minimum, settable in 0.5 second minimum 22 intervals. „i„ 23 24 4. Delay and Extension Timing With Gate. When delay and extension timing with 25 gate is required, the unit shall provide both delay and extension timing 26 features as noted above with the additional capability of inhibiting delay while or 27 enabling extension upon application of an external signal. Without external 28 signal, the unit shall inhibit extension and enable delay. 29 30 9-29.18(2) Magnetometer Detectors as 31 Magnetometer detector units and sensors shall conform to the following specifications: 32 33 1. Operation. The magnetometer detector unit shall respond to changes in the or 34 earth's local magnetic field caused by the passage of a vehicle containing iron 35 or steel over the sensor unit. 36 37 2. Environmental Requirements. Satisfactory operation shall be attained over the AS 38 ambient temperature range from 30 F to 160 F. Operation shall be unaffected 39 by temperature change, water, ice, pavement deterioration, or electromagnetic 40 noise. 41 "" 42 3. Modes of Operation. Each detector channel shall be capable of functioning in 43 any of four front-panel selectable modes: 44 or 45 a. Presence. Time of detection shall be unlimited. 46 47 b. Extended Presence. The detection output shall extend for a timer set 48 value of up to 5 seconds after the detection zone has cleared. or 49 50 c. Pulse. A single 30 to 50 millisecond pulse will be generated per 51 detection actuation. 52 53 d. Inhibited Pulse. The detection output will be inhibited for a time set 54 value of up to 5 seconds after the detection zone has cleared. 55 or 56 4. Response Time. Pick up and drop out times shall be consistently within 10 57 milliseconds. 58 59 5. Approach Speed. The unit shall be capable of detecting vehicles traveling from or 60 0 to 80 miles per hour. wet 2002 WSDOT Amendments AM-113 August 5,2002 ow 1 us 2 6. Sensor Probes. Each channel of the detector unit shall be capable of operating 3 up to three sensing probes. 4 5 9-29.19 Pedestrian Push Buttons illi 6 Where noted in the contract, pedestrian push buttons of substantially tamper-proof 7 construction shall be furnished and installed. They shall consist of a 2-inch nominal 8 diameter mushroom plunger and a momentary contact switch assembled with the push 9 button sign shown in the plans. The switch may have snap action contacts, or 10 magnetic, or piezoelectric switch, or actuated by a three bladed beryllium copper spring, 11 and shall be rated 10 amperes, 125 volts. 12 13 The plunger may have an LED to indicate that a pedestrian call has been registered. 14 15 The switch assembly shall be warranted, by the manufacturer for three years, including 16 damage due to vandalism, from date of installation. The warranty shall include $50.00 • 17 for installation cost. 18 19 The pedestrian push-button assembly shall be constructed and mounted as detailed in iii 20 the contract. 21 22 9-29.20 Pedestrian Signals 23 Pedestrian signals shall be either incandescent or neon-grid type, as specified in the 24 contract. Pedestrian signals shall conform to ITE Standards (Standard for Adjustable 25 Face Pedestrian Signal Heads, 1975). 26 27 The Pedestrian signal heads shall be on the QPL or A Certificate of Compliance shall 'wr 28 be submitted by the manufacturer with each type of signal head. The certificate shall 29 state that the lot of pedestrian signal heads meets the following requirements: 30 31 All pedestrian signal heads shall be Neon Grid ' p g type or Incandescent with Light Emitting 32 Diode (LED) or LED Walk/ Don't Walk module. 33 34 All pedestrian displays shall comply with ITE publication to 35 36 ST 011 B, VTCSH2 or current ITE specification and the current draft or adopted 37 Caltrans pedestrian LED displays and following requirements: 38 r 39 All pedestrian signals supplied to any one project shall be from the same 40 manufacturer and type but need not be from the same manufacturer as the vehicle 41 heads. 42 * 43 Word messages, when specified, shall provide letters a minimum of 4 1/2 inches 44 high. Symbol messages, when specified, shall be a minimum of 12 inches high 45 and 7 inches in width. 46 47 Housings shall be green polycarbonate or die-cast aluminum and the aluminum 48 housings shall be painted with two coats of factory applied traffic signal green 49 enamel (Federal Standard FS 595A). All hinges and latches and interior hardware lie 50 shall be stainless steel. 51 52 9-29.20(1) LED Pedestrian Displays ye 53 Optical units for traffic signal displays shall conform to the following: 54 55 1. Light emitting diode (LED) light sources are required for 12 inch Portland 56 Orange Hand and may be installed for the Lunar White Walking Man. LED vs 57 displays shall conform to the following: 58 59 a. Wattage (Maximum): 12 inch Portland Orange Hand 15 watts 12 inch 60 Lunar White walking Man 15 watts 2002 WSDOT Amendments AM-114 August 5,2002 Will 1 2 b. Voltage: The operating voltages shall be between 85 VAC and 135 3 VAC. 4 w. 5 c. Temperature: Temperature range shall be -30° F to+165° F. 6 7 d. LEDs shall be driven at no more than 50% of their rated amperage. 8 9 e. 12 inch Portland Orange Hand Circuit Configuration: 10 11 LEDs shall be connected to form multiple series circuits, with a 12 minimum of 2 circuits. All series circuits shall be interconnected at 13 intervals forming subcircuits not exceeding 15 LEDs each. These 14 subcircuits shall limit the number of extinguished LEDs to no more 15 than 10% of the total on the display in the event of a single LED 16 failure. 17 18 f. 12 inch Lunar White Walking Man 1 Circuit Configuration: LEDs shall 19 be connected to form multiple series circuits, with a minimum of 1 NOP 20 circuits. All series circuits shall be interconnected at intervals forming 21 subcircuits not exceeding 15 LEDs each. These subcircuits shall limit 22 the number of extinguished LEDs to no more than 10% of the total on 23 the display in the event of a single LED failure. 24 25 g. Color testing shall be conducted after 30 minutes of continuous 26 operation. 27 28 h. QUV Exposure Test: The test shall be performed with a QUV 29 instrument manufactured by Q Panel Corporation. 30 test 31 9-29.20(2) Neon Grid Type 32 Neon grid pedestrian heads shall be solid state type and shall be supplied with Z crate 33 visors. Z crate visors shall have 21 members at 45 degrees and 20 horizontal 34 members. 35 36 Neon tubing shall be enclosed and shock-mounted inside a rugged plastic module. The 37 unit shall be 1 1/2 inches deep. Members shall be constructed of 0.03-inch thick black w. 38 polycarbonate plastic. 39 40 A combination switch/ fuse holder shall be provided for each transformer. Each unit 41 shall provide a grounding terminal. 42 43 Transformers shall provide recessed secondary contacts and integral Pyrex glass 44 electrode housing. 45 46 9-29.21 Flashing Beacon 47 Flashing beacons shall be installed as detailed in the Plans, as specified in the Special 48 Provisions, and as described below: r 49 50 Controllers for flashing beacons shall be as specified in Section 51 9-29.15. 52 53 Beacons shall consist of single section, 8-inch or 12-inch traffic signal heads, three 54 or four-way adjustable, meeting all of the applicable requirements of Section 9- 55 29.16. 12 inch yellow displays shall be dimmed 50% after dark. ,4, 56 57 Mounting brackets, mountings, and installation shall meet all applicable 58 requirements of Section 9-29.17. 59 vow 2002 WSDOT Amendments AM-115 August 5,2002 ■rr 1 Lenses shall be either red or amber, glass or polycarbonate as noted in the Plans so 2 or as determined by the Engineer. 3 4 9-29.22 Vacant 5 wit 6 9-29.23 Vacant 7 8 9-29.24 Service Cabinets 9 In addition to the requirements for service cabinets indicated in the contract, the 10 following requirements shall apply: 11 12 All electrical conductors, buss bars, and conductor terminals shall be copper. itir 13 Conductor insulation shall be either THW, XHHW, USE, or SIS. 14 15 If field wiring larger than that which the contactors or breakers will accommodate is 16 required by the contract, a terminal board shall be supplied for use as a splicing Ail 17 block. 18 19 The minimum size of all other load carrying conductors used within the service 20 cabinets shall be based on the National Electrical Code ampacity tables for not 'a 21 more than three conductors in a raceway or cable. 22 23 Type B, B Modified, C, D, and E Cabinets shall have ventilation louvers on the 24 lower sides complete with screens. Type D, and E shall also have rain-tight cabinet 25 vents with screens at the top. Cabinet vents shall be gasketed. 26 27 The Type B modified cabinets shall have provision for a future double pole circuit • 28 breaker. Type D, and E cabinets shall have two future double pole circuit breakers. 29 The dead front cover shall have cutouts with covers for this provision. The 30 receptacle shall be ground fault interrupter equipped. 31 a 32 The minimum size of control circuit conductors used in service cabinets shall be 33 No. 14 AWG. 34 35 All electrical contactors shall have the loadside terminals toward the front (door 36 side) of the service cabinet. 37 38 The lighting contactors used shall be specifically rated for tungsten fluorescent and * 39 mercury arc lamp loads. 40 41 All service enclosures shall be fabricated from steel or aluminum. If aluminum, they 42 shall be fabricated from 0.125 inch (minimum) 5052 H 32 ASTM designator or 43 B209 aluminum. If steel, they shall be fabricated from 12 gage (minimum) hot 44 dipped galvanized per ASTM A 123. hot-dipped steel. 45 46 All doors and dead front panels installed in service cabinets shall incorporate a 47 piano hinge placed in a vertical plane. Service doors shall be sealed with closed 48 cell gasket material. The side opposite the hinge shall be secured with quarter turn 49 screws or slide latch. No electrical devices shall be connected to the dead panel. to 50 However, every switch serviced through the dead front panel shall be appropriately 51 identified with its respective circuit designation by means of a screwed or riveted 52 engraved name plate. Such circuit identification shall be submitted for approval 53 together with the appropriate fabrication drawings. Dead front panels shall be 54 intended to provide security only to the switching segment of the service enclosure 55 and need not cover the electrical contactor portion. 56 57 A typed index of all circuits shall be mounted on the cabinet door. Each index shall 58 show an entire panel section without folding. Index holders shall have metal returns 59 on the sides and bottom. A schematic of the main panel, any subpanels, circuits, a 2002 WSDOT Amendments AM-116 August 5,2002 „_ 1 and control circuits shall be provided. The schematic shall be plastic coated and 2 secured in a metal holder. 3 4 9-29.24(2) Electrical Circuit Breakers and Contactors rr 5 Lighting contactors shall be rated 240 volts maximum line to line, or 277 volt maximum 6 line to neutral voltage for tungsten and ballasted lamp loads on 120/240/277 volt 7 circuits, whichever is applicable, or they shall be rated 480 volt maximum line to line 8 voltage for higher than 277 volt circuited tungsten or ballasted lamp loads. - 9 10 As an alternate to the lighting contactor, the Contractor may furnish a double contact 11 mercury relay. The relay ampere rating shall equal or exceed the rating noted in the Jr. 12 contract. The relay shall be normally open and shall be rated for up to 480 VAC 13 resistive. The unit shall have a molded coil enclosure rated for 120 VAC. The contacts 14 shall be evacuated, 15 lir 16 backfilled with an inert gas and shall be hermetically sealed. The electrode shall be one 17 piece with Teflon wear rings on the internal plunger assembly. All contact terminals and 18 coil connection clamps shall be U.L. approved. 19 40 20 Circuit breakers shall be 240 or 277 volt maximum rated for 120/240/277 volt circuits, 21 whichever is applicable, and shall have an interrupting capacity (R.M.S. —symmetrical) 22 of not less than 10,000 amperes. They shall have not less than 480 volt rated for WI 23 circuits above 277 volts and shall have an interrupting capacity (R.M.S. —symmetrical) 24 of not less than 14,000 amperes. Circuit breakers shall be bolt-on type. 25 26 9-29.25 Amplifier, Transformer, and Terminal Cabinets gip 27 Amplifier, terminal, and transformer cabinets shall conform to the contract, NEMA 4 28 requirements and the following: 29 30 1. All cabinets shall be constructed of welded 14 gage (minimum) hot dipped ”` 31 galvanized sheet steel, 0.073 type 316 stainless steel or 0.125 inch aluminum 32 (5052 alloy). 33 ,,, 34 2. Nominal cabinet dimensions shall be: 35 36 Depth Height Width 37 a. Terminal 8" 16" 12" 40 38 b. Terminal 8" 24" 18" 39 c. Transformer 112" 18" 18" 40 Up to 3.0 KVA 41 Transformer 2 20" 40" 24" mi 42 3.1 to 12.5 KVA 43 Transformer 3 30" 60" 32" 44 12.6 to 35 KVA WO 45 46 3. Cabinet doors shall be gasketed with a one-piece closed cell neoprene gasket 47 and shall have a stainless steel piano hinge. The door shall also be provided 48 with a three point latch spring loaded construction core lock capable of SW 49 accepting a Best six pin CX series core. The locking mechanism shall provide 50 a tapered bolt. The contractor shall supply red or blue construction cores, with 51 two master keys, the keys shall be delivered to the engineer. 52 No 53 4. All seams shall be continuously welded. 54 55 5. All cabinets shall provide a door flange. ..r. 56 57 6. Transformer cabinets shall provide a 9-square inch minimum louvered vent. 58 59 7. One spare 12-position terminal block shall be installed in each terminal cabinet lir 60 and amplifier cabinet. vow 2002 WSDOT Amendments AM-117 August 5,2002 ar 1 al 2 8. Each Terminal, Amplifier and Transformer cabinet shall have 1/8 inch drain 3 holes in back corners. 4 5 9. Mounting shall be as noted in the contract. aig 6 7 10. The cabinet shall have two separate compartments, one for the transformer 8 and one for the power distribution circuit breakers. Each compartment shall 9 enclosed with a dead front. Each breaker shall be labeled with the device Ill 10 name. 11 12 SECTION 9-30, WATER DISTRIBUTION MATERIALS or 13 August 5, 2002 14 9-30.1(2) Vacant 15 This section including title is revised to read: 16 17 9-30.1(2) Polyethylene Encasement 18 Polyethylene encasement shall be tube-form meeting the requirements of ANSI/AWWA 19 C105 and shall be high-density, cross-laminated polyethylene film, natural or black 20 color. 21 22 9-30.1(5)A Polyvinyl Chloride (PVC) Pipe (4 Inches and Over) Mt 23 The first sentence in the first paragraph is revised to read: 24 25 PVC pipe for water mains shall meet the requirements of ANSI/AWWA C900 or 26 ANSI/AWWA C905. itio 27 28 New Section 9-30.1(6) is added: 29 30 9-30.1(6) Polyethylene (PE) Pressure Pipe (4 inches and over) 31 PE pressure pipe for water mains shall meet the requirements of ANSI/AWWA C906. 32 Pipe materials shall be high-density polyethylene PE3408 conforming to a minimum cell Iii 33 class 345464 C, D or E per ASTM D 3350. Pipe diameter shall be either iron pipe size 40 34 per Table 3 and Table 5 or ANSI/AWWA C906. Pipe pressure class shall be as listed in 35 Table 9 of ANSI/AWWA C906 for DR 9 PE3408 material. 36 37 9-30.2(4)A Steel Pipe (6 Inches and Over) „r 38 This section is revised to read: 39 40 Fittings for steel pipe 6 inches and larger shall be bell and spigot or welded to match the AWWA w► 41 pipe joints. Welded joints shall conform to AWA C206. Field couplings shall be 42 bolted, sleeve-type for plain-end pipe conforming to AWWA C219. Expansion joints 43 shall be fabricated steel mechanical slip-type conforming to AWWA C221. 44 to 45 When flanges are required, they shall conform to AWWA C207. Linings and coatings 46 for fittings shall be the same as specified for the adjacent pipe. 47 48 9-30.2(8) Restrained Flexible Couplings w 49 This section is revised to read: 50 51 Restrained flexible couplings shall be locking type couplings in accordance with the 52 Plans or Special Provisions. Any couplings that utilize set screws tightened against the 53 outside pipe wall are not acceptable. Coupling shall be epoxy coated. 54 55 New section 9-30.2(9) is added: 56 57 9-30.2(9) Grooved and Shouldered Joints 58 Grooved and shouldered joints shall conform to AWWA C606. Rigid or flexible grooved 59 or shouldered joints shall be as specified in the Special Provisions." SO IOW 2002 WSDOT Amendments AM-118 August 5,2002 Ili 1 2 New section 9-30.2(10) is added: 3 4 9-30.2(10) Polyethylene (PE) Pipe (4 inches and over) 5 Fittings for PE pipe shall meet the requirements of ANSI/AWWA C906. Pipe material 6 shall be high-density polyethylene PE3408 conforming to minimum cell class 345464 7 C,D or E per ASTM D 3350. Pipe diameter shall be either iron pipe size per Table 3 8 and Table 5 of ANSI/AWWA C906 or ductile iron pipe size per Table 7 and Table 8 of 9 ANSI/AWWA C 906. Pipe pressure class shall be as listed in Table 9 of ANSI/AWWA 10 C 906 for DR 9 PE3408 material. 11 12 New section 9-30.2(11) is added: 13 14 9-30.2(11) Fabricated Steel Mechanical Slip-Type Expansion Joints 15 Fabricated steel mechanical slip-type expansion joints shall meet the requirements of ,, 16 ANSI/AWWA C221. Buried expansion joints to connect ductile iron or PVC pipe shall 17 be ductile iron. Buried expansion joints for connecting steel pipe to steel pipe shall be 18 steel. 19 r•► 20 9-30.3(5) Valve Marker Posts 21 The reference to "meters" in the third paragraph is revised to "feet and inches". 22 23 SECTION 9-31, ELASTOMERIC BEARING PADS '""" 24 April 1, 2002 25 9-31.1 Requirements 26 The fourth paragraph is revised to read: 27 28 Steel shims shall conform to ASTM A 1011, Grade 36, unless otherwise noted. 29 air 30 31 4101 ww ow ww vow w w 2002 WSDOT Amendments AM-119 August 5,2002 wr VII. TECHNICAL SPECIFICATIONS CITY OF RENTON ITEM F-162 CHAIN-LINK FENCES DESCRIPTION 2 MATERIALS 2 162-2.1 FABRIC. 2 162-2.2 BARBED WIRE 2 162-2.3 POSTS, RAILS AND BRACES. 2 162-2.4 GATES. 2 162-2.5 WIRE TIES AND TENSION WIRES. 2 162-6 MISCELLANEOUS FITTINGS AND HARDWARE 3 162-2.7 CONCRETE 3 162-2.8 MARKING. 3 CONSTRUCTION METHODS 3 162-3.1 CLEARING FENCE LINE. 3 162-3.2 INSTALLING POSTS 3 162-3.3 INSTALLING TOP RAILS. 4 162-3.4 INSTALLING BRACES. 4 162-3.5 INSTALLING FABRIC 4 162-3.6 ELECTRICAL GROUNDS. 4 162-3.7 ROLLING VEHICLE GATE 4 MATERIAL REQUIREMENTS 6 FEDERAL SPECIFICATION FOR FENCING, WIRE AND POST, METAL CHAIN-LINK Fence Posts, Top Rails and Braces (RR-F-191/3D) 9 Fence Accessories (RR-F-191/4D) 17 - 1 - Renton Municipal Airport Security Gate Replacement VII. TECHNICAL SPECIFICATIONS CITY OF RENTON DESCRIPTION 162-1.1 This item shall consist of furnishing and erecting a 7-foot chain-link fence topped with barbed wire in accordance with these specifications and the details shown on the plans and in conformity with the lines and grades shown on the plans or established by the Engineer. MATERIALS 162-2.1 FABRIC. The fabric shall be woven with a 9-gauge polyvinyl chloride (PVC)-coated steel wire in a 2 -- inch mesh and shall meet the requirements of ASTM F 668, Class 2b. The color shall be black. Vinyl coated fabric shall be approved by the owner prior to purchase and installation. 162-2.2 BARBED WIRE. Barbed wire shall be 3-strand 12-1/2 gauge zinc-coated wire with 4-point barbs and shall conform to the requirements of ASTM A 121, Class 3, Chain Link Fence Grade. 162-2.3 POSTS, RAILS AND BRACES. Line posts, rails, and braces shall be polyvinyl chloride (PVC)-coated galvanized steel pipe conforming to the requirements of ASTM F 1083. The color shall be black. Vinyl coated posts shall be approved by the owner prior to purchase and installation. Post, rails, and braces shall demonstrate the ability to withstand testing in salt spray in accordance with ASTM B 117 as follows: Exterior: 1,000 hours with a maximum of 5% red rust. Interior: 650 hours with a maximum of 5% red rust. The dimensions of the posts, rails, and braces shall be in accordance with Tables I through VI of Fed. Spec. RR-F-191/3D. 162-2.4 GATES. Gate frames shall consist of polyvinyl chloride (PVC)-coated galvanized steel pipe and shall conform to the specifications for the same material under paragraph 162-2.3. The fabric shall be of the same type material as used in the fence. 162-2.5 WIRE TIES AND TENSION WIRES. Wire ties for use in conjunction with a given type of fabric shall be of the same material and coating weight identified with the fabric type. Tension wire shall be 7-gauge marcelled steel wire with the same coating as the fabric type and shall conform to ASTM A 824. All material shall conform to Fed. Spec. RR-F-191/4D. - 2 - Renton Municipal Airport Security Gate Replacement VII. TECHNICAL SPECIFICATIONS CITY OF RENTON 162-6 MISCELLANEOUS FITTINGS AND HARDWARE. Miscellaneous steel fittings and hardware for use with steel fabric shall be of commercial grade steel or better quality, wrought or cast as appropriate to the article, and sufficient in strength to provide a balanced design when used in conjunction with fabric posts, and wires of the quality specified herein. All steel fittings and hardware shall be protected with a zinc coating applied in conformance with ASTM A 153. Barbed wire support arms shall withstand a load of 250 pounds applied vertically to the outermost end of the arm. 162-2.7 CONCRETE. Concrete shall be of a commercial grade with a minimum 28-day compressive strength of 2500 psi. 162-2.8 MARKING. Each roll of fabric shall carry a tag showing the kind of base metal (steel, aluminum, or aluminum alloy number), kind of coating, the gauge of the wire, the length of fencing in the roll, and the name of the manufacturer. Posts, wire, and other fittings shall be identified as to manufacturer, kind of base metal (steel, aluminum, or aluminum alloy number), and kind of coating. CONSTRUCTION METHODS 162-3.1 CLEARING FENCE LINE. All trees, brush, stumps, logs, and other debris which would interfere with the proper construction of the fence in the required location shall be removed a minimum width of 2 feet on each side of the fence centerline before starting fencing operations. The cost of removing and disposing of the material shall not constitute a pay item and shall be considered incidental to fence construction. 162-3.2 INSTALLING POSTS. All posts shall be set in concrete at the required dimension and depth and at the spacing shown on the plans. Posts should be spaced not more than 10 feet apart and should be set a minimum of 36 inches in concrete footings. If the frost depth is greater than 36 inches, the posts should be set accordingly. The posts holes shall be in proper alignment so that there is a minimum of 3 inches of concrete on all sides of the posts. The concrete shall be thoroughly compacted around the posts by tamping or vibrating and shall have a smooth finish slightly higher than the ground and sloped to drain away from the posts. All posts shall be set plumb and to the required grade and alignment. No materials shall be installed on the posts, nor shall the posts be disturbed in any manner within 7 days after the individual post footing is completed. - 3 - Renton Municipal Airport Security Gate Replacement VII. TECHNICAL SPECIFICATIONS CITY OF RENTON Should solid rock be encountered at a depth less than the planned footing depth, a hole 2 inches larger than the greatest dimension of the posts shall be drilled to a depth of 12 inches. After the posts are set, the remainder of the drilled hole shall be filled with grout, composed of one part Portland cement and two parts mortar sand. Any remaining space above the rock shall be filled with concrete in the manner described above. In lieu of drilling, the rock may be excavated to the required footing depth. No extra ,„. compensation shall be made for rock excavation. 162-3.3 INSTALLING TOP RAILS. The top rail shall be continuous and shall pass through the post tops. The coupling used to join the top rail lengths shall allow for expansion. 162-3.4 INSTALLING BRACES. Horizontal brace rails, with diagonal truss rods and turnbuckles, shall be installed at all terminal posts. 162-3.5 INSTALLING FABRIC. The wire fabric shall be firmly attached to the posts and braced in the manner shown on the plans. All wire shall be stretched taut and shall be installed to the required elevations. The fence shall generally follow the contour of the ground, with the bottom of the fence fabric no less than 1 inch or more than 4 inches from the ground surface. Grading shall be performed where necessary to provide a neat appearance. At locations of small natural swales or drainage ditches and where it is not practical to have the fence conform to the general contour of the ground surface, longer posts may be used and multiple strands of barbed wire stretched thereon to span the opening below the fence. The vertical clearance between strands of barbed wire shall be 6 inches or less. , 162-3.6 ELECTRICAL GROUNDS. Electrical grounds shall be constructed where a power line passes over the fence and at 500-foot intervals. The ground shall be installed directly below the point of crossing. The ground shall be accomplished with a copper clad rod 8 feet long and a minimum of 5/8 inch in diameter driven vertically until the top is 6 inches below the ground surface.A No. 6 solid copper conductor shall be clamped to the rod and to the fence in such a manner that each element of the fence is grounded. Installation of ground rods shall not constitute a pay item and shall be considered incidental to fence construction. 162-3.7 ROLLING VEHICLE GATE Vehicle gates shall be in accordance with the following: a. Gate Frames: Fabricated in accordance with ASTM F 1184, Class II, using 2 inch square aluminum members weighing 0.94 lb/ft, 2 by 4 inch aluminum members weighing 1.71 lb./ft. and a "HI-STRENGTH" one-piece aluminum track/frame member weighing a minimum of 4.338 lb./ft., a maximum of 4.55 lb./ft., and whose 2 inch square frame members has a top and bottom wall thickness of not less than .250 inches and the outside vertical wall - 4 - Renton Municipal Airport Security Gate Replacement VII. TECHNICAL SPECIFICATIONS CITY OF RENTON not less than 0.141 inches. Aluminum alloy used shall be 6061-T6 only. For reasons of strength, no other alloy shall be permitted. The leading 2 inch square frame member shall be equipped with a full height internal stiffening device securely fastened into place. This internal stiffening device shall be 1.66 inches in diameter and weigh 2.27 lb./ft. and shall not be visible from the outside. Internal uprights shall be 2 inch square aluminum spaced equally at no more than 8'-0" on center subdividing the gate frame into parcels. All members shall be welded to form a ridged one-piece gate frame unit. No bolt-on type tracks shall be allowed. Any splicing of the gate frames that may be required shall be performed in the factory by welding. No bolt type splices shall be allowed. b. Fabric Filler shall match fence and be attached to the frame by means of hook bolts and 5/16 inch truss rods. Fabric shall be attached on all four sides between each internal upright with hook bolts spaced no more than 15 inches on center as recommended by the manufacturer. No stretching past the internal uprights shall be allowed. c. Truss Rods: Internal truss rods shall be 3/8 inch diameter and equipped with adjustable turnbuckles as recommended by the manufacturer. They shall be attached to 2 by 2 by 3/8 inch corner gussets that have been welded securely to the frame at each corner and drilled for truss rod attachment. No drilling through frame, no cables, and no non- adjustable tubular diagonal members shall be allowed. d. Truck Assemblies shall be swivel type, galvanized steel, with eight replaceable wheels, factory lubricated and sealed bearings pressed on steel axles, and shall be equipped with two horizontal steel side rollers with bearings to prevent lateral movement. The side rollers shall be affixed permanently to the steel body with steel bearing pins. Mounting stud shall be a 5/8 inch one piece, replaceable stud of carbon steel. e. Bottom Guide Wheel Assemblies: Two 4 inch diameter rubber wheels (one set) straddling the bottom horizontal gate rail shall be installed, one set on the gate post and one installed on the overhang post. f. Stop Bracket/End Plug: After gate has been installed, both ends of the one- piece combination track/frame member shall be completely closed off with a 3/8 inch plate that shall also serve as a stop bracket. The bottom 2 by 4 inch horizontal rail shall also have both ends completely closed with a piece of 3/8 inch aluminum plate tht has been welded continuously into place at the factory. g. Hardware: Gate hangers, latches, brackets, guide assemblies, and stops shall be aluminum, malleable iron or steel galvanized after fabrication. Positive latch device shall be provided with provisions for padlocking. h. Posts: Gate posts, latch posts, and overhang posts shall be 4 inches outside diameter, Schedule 40, galvanized pipe set in 12 by 36 inch deep footings or as recommended by the manufacturer. Concrete shall be trowelled and sloped to shed water away from the posts. - 5 - Renton Municipal Airport Security Gate Replacement VII. TECHNICAL SPECIFICATIONS CITY OF RENTON i. Style: Style of gate frame shall be dictated by size of openings. Single Gates shall be up to 30 feet wide, single-frame construction as recommended by the manufacturer. Attachment of an additional 2 inch square member to the one piece track/frame member will not be allowed under any circumstances. Single gate leafs for openings of 22 feet and less may use a 2 inch square bottom frame member. A 2 by 4 inch bottom member is required on all other sizes. j. Substitutions: Requests for substitutions must be received in writing ten days prior to bid date. They must be submitted with strength and structural calculations evidencing the fact that they exhibit strength characteristics equal to or better than the product specified and must be stamped by a licensed engineer. Only products manufactured within the state where the installations occur shall be considered. The fence contractor must carry, in stock, a supply of all components, including, all aluminum extrusions substantial enough to affect repair or replacement. k. Single Source: All materials shall be from a single source of manufacture. I. Certification: Mill certificates verifying that the 6061-T6 alloy has been used and all other components of this specification have been met. MATERIAL REQUIREMENTS ASTM A 121 Zinc-Coated (Galvanized) Steel Barbed Wire ASTM A 123 Zinc (Hot Galvanized) Coatings on Products Fabricated from Rolled, Pressed, and Forged Steel Shapes, Plates, Bars, and Strip ASTM A 153 Zinc Coating (Hot-Dip) on Iron and Steel Hardware ASTM A 392 Zinc-Coated Steel Chain-Link Fence Fabric ASTM A 446 Specification fo Steel Sheet, Zinc-Coated (Galvanized) by the Hot-Dip Process, Structural (Physical) Quality ASTM A 491 Aluminum-Coated Steel Chain-Link Fence Fabric ASTM A 569 Steel, Carbon (0.15 Maximum, Percent), Hot Rolled Sheet and Strip Commercial Quality ASTM A 570 Hot-Rolled Carbon Steel Sheet and Strip Structural Quality ASTM A 572 High-Strength Low-Alloy Columbium-Vanadium Steels of Structural Quality ASTM A 585 Aluminum-Coated Steel Barbed Wire - 6 - Renton Municipal Airport Security Gate Replacement VII. TECHNICAL SPECIFICATIONS CITY OF RENTON ASTM A 824 Metallic-Coated Steel Marcelled Tension Wire for Use With Chain Link Fence ASTM B 117 Standard Test Method of Salt Spray (Fog) Testing ASTM B 221 Aluminum-Alloy Extruded Bars, Rods, Wire Shapes and Tubes ASTM F 668 Poly(vinyl Chloride)(PVC)-Coated Steel Chain-Link Fence ASTM F 1083 Pipe, Steel, Hot-Dipped Zinc-coated (galvanized) Welded, for Fence Structures ASTM F 1183 Aluminum Alloy Chain Link Fence Fabric ASTM F 1234 Protective Coatings on Steel Framework for Fences Fed. Spec. Fencing, Wire and Post, Metal (Chain-Link RR-F-191/3D Fence Posts, Top Rails and Braces) Fed. Spec. Fencing, Wire and Post, Metal (Chain-Link RR-F-191/4D Fence Accessories) END OF ITEM F-162 - 7 - Renton Municipal Airport Security Gate Replacement VII. TECHNICAL SPECIFICATIONS CITY OF RENTON 4 RR-F-191/3D 14 May 1990 SUPERSEDING RR-F-191/3C July 22, 1981 FEDERAL SPECIFICATION SHEET FENCING, WIRE AND POST, METAL (CHAIN-LINK FENCE POSTS, TOP RAILS AND BRACES) (DETAIL SPECIFICATION) This Federal specification is approved by the Commissioner, Federal Supply Service. General Services Administration, for use of all Federal agencies. (This specification forms a part of the latest issue of Federal specification RR-F-191K/GEN) 1. SCOPE AND CLASSIFICATION 1.1 Scope. This specification covers general requirements for chain-link fence hosts top rails, and braces. 1.2 Classification. Chain-link fence posts, top rails, and braces will be of the applicable class, size, and grade as specified (sec 6.1). Class 1 - Steel pipe. Grade A - Hot-dip zinc-coated after fabrication with 1.8 ounces of zinc per square foot of coated surface area. Grade iS • Hot-dip zinc-coated with 0.9 ounces of zinc per square fool. of external coated surface area. The interior surface shall be hot-dip zinc-coated or zinc rich painted to a minimum thickness of three mils. Beneficial comments (recommendations, additions, deletions) and any pertinent] data which may be of use in improving this document should be addressed to: Commanding Officer (Code 156), Naval Construction Battalion Center, Port Hueneme. CA 93043-5000. by using the self-addressed Standardization Document Improvement Proposal iDD Form 1426) appearing at the end of this document or by letter FSC 5660 DISTRIBUTION STATEMENT A. Approved for public rcicase; distribution is unlimited. 8 - Renton Municipal Airport Security Gate Replacement VII. TECHNICAL SPECIFICATIONS CITY OF RENTON RR-F-191/3D Size - Outside diameter multiplied by (x) minimum wall thickness in inches' SP1 1.660 OD >: 0.111 SP2 1.90 OD >: 0.120 SP3 2.375 OD x 0.130 SP4 2.875 OD x 0.160 SP5 4,00 OD x 0.226 SP6 6.625 OD x 0.280 SP7 8.625 OD x 0.322 Class 2 - Aluminum Pipe. Size - Outside diameter in inches x weight per foot of length (lb/ft). AP1 1 .629 OD x 0.786 lb/ft AP2 1.869 OD x 0.940 lb/ft AP3 2.351 OD x 1.264 lb/ft AP4 2.846 OD x 2.004 lb/ft AP5 3.960 OD x 3.151 lb/ft AP6 6.559 OD x 6.564 lb/ft AP7 8.625 OD x 9.878 lb/ft Class 3 - Formed steel sections. St:a ..ir.c di-..,, r r.. -.. :r.che-. \ V,!0 ' per foot of length (1b/ft): FS1 1.625 by 1.25 x 1.35 lb/ft FS2 1.8/5 by 1.625 x 2.40 lb/ft FS3 2.250 by 1.70 >: 2 78 lb/ft FS3 3.50 by 3.50 x 5.10 lb/ft Class 4 - Steel H-sections. Size - Outside dimensions in inches x weight per foot of length (1b/ft): SH1 2.25 by 1.70 x 3.43 lb/ft Class 5 - Aluminum H-sections. ,ter 5i7.e - Outsidi• di men •:a it inch■-s .. k S ht per foot of 1erf•th (lb/ft): Ahi ..e75 by .. ".91 lb/ft AH2 2 250 by 2.00 >: 1 .22 lb/ft - 9 - Renton Municipal Airport Security Gate Replacement VII. TECHNICAL SPECIFICATIONS CITY OF RENTON Class 6 - Steel square sections. -- Size - Outside dimensions in inches x weight per foot of length (lb/ft): SS1 2.00 by 2.00 x 2.oe 852 2.50 by 2.50 x 5.10 lb/ft Class 7 - Aluminum square sections. Size - Outside dimensions in inches x weight per foot of length (1b/ft): AS1 2.50 by 2,50 x 1,25 lb/ft AS: 2.00 by 2.20 x 1.40 lb/ft AS3 3.00 by 3.00 x 2.45 lb/ft 2. APPLICABLE DOCUMENTS 2.1 Non-Government documents. The following other non-Government dotttments form a part of this specification to the extent specified herein. Unless otherwise specified. the issues are those cited in the solicitation. ASTM A 90 - Test for Weight of Coating on Zinc-Coated Galvanized) met or Steel ArtiLles, ASTM A 570 - Hot Rolled Sheet and Strip, Structural Quality. ASTM A 572/A 572M - High-Strength Low-Alloy Columbium-Vanadium Steel of Structural Quality, ASTM B 271 - Aluminum-Alloy Extruded Bars, Rods, Wire, Shapes and Tubes, ASTM B 429 - Aluminum Alloy Extruded Structural Pipe and Tube. ASTM E 8 - Tension Testing of Metallic Materials. ASTM F 1083 - Pipe, Steel, Hot-Dipped Zinc-Coated (Galvanized) Welded for Fence Structures (Application for copit..s shouic be ad' set: Ract Str(:_et.. Philadelphia, PA 1C1113 3. REQUIREMENTS 3. 1 Zinc-coating,. V7,14,.:q otherwise specified herein. all steel material shall he hot-dip zinc-coated on all surfaces with an average weight of not less than 1.8 ounces of zinc per square foot of coated surface area. When the weight of the 7.ire coating shall 'W co-her than I 4 minces or ether ,Alin specified herein (sec 6 11 . 3.2 Color coating, and material. When color coating is required the color shall he as specified (see 6.1). and shall match the color specified for chain- link fabric as cited in RR-J'- (' Siehl posto. rails. and braces shall he tinc-coated in accord:Inc< with 3 1 , Frier to applicatien of color coating__ • - 10 - Renton Municipal Airport Security Gate Replacement , VII, TECHNICAL SPECIFICATIO * ` CITY OF RENTON ' Unless otherw `se 'spec fed (see 6.1) , color coa : aterial shall he at the option of the manufacturer. shall be zinc-coated in accordance with 3.1, prior to application of color coating. Unless otherwise specified (see 6.1) , color coating material shall be at the option of the manufacturer. 3.3 pimensions and tolerances. Tolerances for weight per foot requirements are minus 5 percent with no limit on plus. The tolerance for the dimensions for posts is minus 2 percent and plus 5 percent. It 3.4 Description. 3.4.1 Class 1 steel pipe grades A and B. Pipe conforming to ASTM F 1083 (schedule 40 standard weight) meets or exceeds the requirements for grades A and B. Steel pipe other than ASTM F 1083 (schedule 40 standard weight) shall meet the outside dimensions and minim= wall thickness required and shall have minimum yield strength of 50,000 psi. Grade A pipe shall be hot-dipped zinc coated inside and out with an average weight of not less than 1.8 ounces of zinc per square foot of coated surface area. Unless otherwise specified (see 6.1), grade B pipe shall be hot-dipped zinc-coated with an average weight of `- not less than 0.9 ounces of zinc per square foot of exterior surface and shall i he over coated with a clear acrylic or polyos-.er The internal surface of grade B pipe shall have a protective coating of hot dipped zinc or zinc rich paint with a minimum thickness of three mils. 3.4.2 Class 2 - aluminum pipe. Class 2 aluminum pipe material shall conform to ASTM B 429, alloy 6063. temper T6. II ",3.4.3 Class 3 - formed steel section. Formed steel section material shall ormed from sheet steel conforming to ASTM A 570, grade 35 for FS1 and FS4, and ASTM A 570, grade 45 for FS2 and FS3. se 3.1..4 Class 4 - steel H-section. Steel H section', shall he produced from steel conforming to ASTM A 572, grade 45. 3.4.5 Class 5 - aluminum H-section. Aluminum H-section material shail conform ASTM B 221, alley 6063, temper T6 3.4.6 Class 6 - steel Squdre seceion. Steel scuere sections shall be produced from steel having a minimum yield strength of 40.000 pounds per } _ W. inch. nch. 11 e 3.4.7 Class 7 - aluisinuc. square section. Aluminum square section material snail conform to ASTM i+ %?1 aline (,CAl temper TI 3.5 Posts. Unless oenere ise' specified (se( 6 11 . post- shall conform to ables I thru :'II. Iongth of pasts shall be ccnpetible with the specified fence height. or shat he as specified reee 6.1) The ,ere "Terminel posts" e. shall apply to end, corner, and pull posts. The term. "'ine posts" is defined as the vertical posts installed between terminal posts. The term. "Gate posts" shall apply to the post supporting the weight of the gate. i ee II Renton Municipal Airport Security Gate Replacement i'n VII. TECHNICAL SPECIFICATIONS CITY OF RENTON TABLE I. Posts of class 1 steel pipe, grades A and B. 'Post Type Fabric Heights Size 'Terminal up to 6 ft SP3 over 6 f*. SF+ Line up to 6 ft SP2 up to 8 ft SP3 over 8 ft SP4 Cate Leaf Widths Care up to 6 fc SP4 :F . . 11 up to 18 ft SP6 up to 23 ft SP7 TABLE II . Posts of class 2 aluminum pipe. {Post: Type __.----------_..-----.—.�_-.-- Fabric Heipht.s Size Line up to 6 ft AF2 up r o 8 f`. AF3 Cate Leaf Widths Gate up to 13 ft APS up to lR ft AP6 up to 23 ft AP/ TABLE 111. Posts of class 3 formed sr-eel section. 'Post Type Fabric Heights Size 'Line up to 8 ft FS2 sr ft FS3 ;Terminal All br ights FS4 TABLE IV. Posts of class 4 steel H-section. — !Ps* l„ F �.,•i ti i� ., —__ S (Line ,%11 he i:'-itt Sill - 12 - Renton Municipal Airport Security Gate Replacement VII. TECHNICAL SPECIFICATIONS CITY OF RENTON RR-F-19L/31) TABLE V Posts of class 5 aluminum H-section. !Post Type Fabric Heights Size I ! I !Line All heights AH2 1 i I .,_ TABLE VT. Posts of class 6 steel square section. !Post Type Fabric Heights Size 1 I I !Terminal up to 6 ft SS1 I i over 6 ft SS2 I t I I Gate Leaf Uidths ! I I _.' !Gate up to 6 ft SS2 I I I TABLE VIII. Posts of class 7 aluminum square section. !Post Type Fabric Heights Size I I !Telmina: up t., 6 t. nSi I over 6 ft ASS I I Gate Leaf Widths ! 1 I (Gate up to 6 ft AS2 I 3.6 Top rails and braces. Top rails and braces, when required. shall be of the class, grade, and size as specified (sea 6.1). 3.6.1 Rail connectors. Top rail lengths shall be fitted with 6-inch connectors of the same material as the rail or shall have a 3-inch long swage on one end for connecting into a continuous run. Suitable fittings shall be provided for securing top rail to each gate, corner, and end posts. 3.6.2 Braces. Braces shall be provided for late posts and each terminal post when a top rail is not used. b+'ner. fabric height is 6 feet (ft) or greeter• braces shall be furnished with or without top rail, BraGVS extending to line post shall he connected hack to the base of the Lr:;ced post by a 5/16 inch minimum outside diameter truss rod and tightener Double braces shall be furnished when fabric height is over 9 ft. QUALITY ASSURANCE PROVISIONS 4.1 Responsibilitv_for inspection. (S=e RR-F-191KJC:EN) 4.2 Sampling,. (See RR-F-1918/GEN. .,c•ctic,:' t.) - 13 - Renton Municipal Airport Security Gate Replacement m. VII. TECHNICAL SPECIFICATIONS CITY OF RENTON RR-F-191/3D -191/3D 4,3 Examination. Examine posts, top rails. and braces for defects listed in table VIII TABLE VIII Classification of defects, posts, rails, and braces. Defects Major Minor 1 1 ' 'Class, size, and grade not as specified. x 'Material. not as specified. x ' 'Dimensions and weights not within tolerance. x 'Color not as specified. x j 'Weight of zinc coating not as specified. x ' 'Coating cut, scratched, or abraded exposing bare metal . x i 'Damage or defects affecting function or serviceability. x J 'Damage or defects not affecting function cr serviceability. x J 4.5 Test methods. 4:4.1 Yield strength. Prepared a specimen obtained from the material and demermine v4_eld strength in accordance vial: A TM F F. 'see 3 4 fit , 4.4,2 Zinc-cost on steel posts, top rails, and braces. Determine weight of zinc: in accordatree with .'TF :i 5. PREPARATION FOR DELIVERY (See. RR-F-191K/GENI 6. NOTES (This section contains information of a eenc-Tal or es:planator" nature that may be helpful , hut is not mandatory ) 6.1 Ordering, data. Purchasers should select the preferred options permitted herein and include the following, information in acquisition documents: a. Title, number, and date of this specification. U. Class. size. and grade required see .. a. Issue of l)GDISS to be cited in the s(.Y liciration, and if required, -" the specific issue of individual documents.referenced (see 2.1). d When weight of zinc coating is to he other than specified (see 3.1) . e. Color coating required and color req.rired (see 3.2). f When color roaring marertai is other thnr snnrific•d and material required (ace 3.2) . g. When grade B coat-inns .are other than specified (.ac 3.4.1). h. worn posts" are other titan speci f it-t ...an _..t.hth :f oz. c,. -.:f,,1 � .t. . +, !. . . ;C'_ .:-,cc i Class, grade and site of top rails specified iset- 3.6). k. Class, grade and size of braces specified (see 3.6). 14 - Renton Municipal Airport Security Gate Replacement VII. TECHNICAL SPECIFICATIONS CITY OF RENTON ult � . �,,, , i, MILITARY CUSTODIANS: CIVIL AGENCY COORDINATING ACTIVITIES: Army - ME GSA - FSS Navy - YD HHS - FEC Air Force - 99 INTERIOR - BLM USDA AFC Review Activities PREPARING ACTIVITY: Air Force - 84 DLA - CS Navy - YD User Activities (Project 5660-0090) Army - CE Navy - MC. CC Orders for this publication are to be placed with General Services Administration. actinc as an anent for the Superintendent of Documents. See section 2 of this specification to obtain extra copies and other docut:e::.s referenced herein. - 15 - Renton Municipal Airport Security Gate Replacement VII. TECHNICAL SPECIFICATIONS CITY OF RENTON RR-F-191/4D 14 May 1990 SUPERSEDING RR-F-191/4C July 22, 1981 FEDERAL SPECIFICATION SHEET FENCING, WIRE AND POST, METAL (CHAIN-LINK FENCE ACCESSORIES) (DETAIL SPECIFICATION) This Federal specification is approved by the Commissioner, Federal Supply Service, General Services Administration, for use of all Federal agencies. (This specification forms a part of the latest issue of Federal specification RR-F-191K/CEN). 1. SCOPE AND CLASSIFICATION 1.1 Scope. This specification covers general requirements for chain-link fence accessories. 1.2 Classification. Chain-link fence accessories. Item 1 - Caps. Item 2 - Rail and brace ends. Item 3 - Rail sleeves. Item 4 - Wire ties and clips. Item 5 Brace bands_ Item 6 - Tension wire. Item 7 - Tension bars. Item 8 - Tension wire. Item 9 - Truss rods. Item 10 - Barbed wire. Item 11 - Barbed wire support arms. Item 12 - Miscellaneous accessories. Beneficial comments (recommendations, additions, deletions) and any pertinent data which may be of use in improving this document should be addressed co: Commanding Officer (Code 156), Naval Construction Battalion Center, Port Hueneme, CA 93043-5000, by using the self-addressed Standardization Document Improvement Proposal (DD Form 1426) appearing at the end of this document ,pr by letter. FSC 5660 DISTRIBUTION STATEMENT A. Approved for public release; distribution is 16 Renton Municipal Airport Security Gate Replacement VII. TECHNICAL SPECIFICATIONS CITY OF RENTON unlimited. 2. APPLICABLE DOCUMENTS 2.1 Pon-Government document . The following other non-Government documents form a part of this specification to the extent specified herein. Unless otherwise specified, the issues are those cited in the solicitation. ASTM ASTM A 90 - Test for Weight of Coating on Zinc-Coated (Galvanized) Iron or Steel Articles. ASTM A 428 - Tests for Weight of Coating on Aluminum-Coated Iron or ?raw Steel Articles. ASTM B 211 - Aluminum-Alloy Bars, Rods, and Wire. ASTM B 487 - Measuring Metal and Oxide Coating Thicknesses by Microscopical Examination of a Cross Section. ASTM E 376 - Coating Thickness by Magnetic-Field or Eddy-Current (Electromagnetic). (Application for copies should be addressed to the ASTM, 1916 Race Street, Philadelphia, PA 19103.) 3. REQUIREMENTS 3.1 Materials. Materials shall be as specified herein and in applicable specifications and standards, and other referenced documents. Materials not specified shall be selected by the contractor and shall be subject to all provisions of this specification. Materials shall be free of defects which adversely affect performance or serviceability of the finished product. 3.2 Zinc-coating. Unless otherwise specified (see 6.1), all ferrous accessories shall be hot-dip zinc-coated with an average weight of not less than 1.2 ounces of zinc per square foot of coated surface area. 3.3 Color coating and material. When color coating is required the color shall be as specified (see 6.1), and shall match the color specified for chain- link fabric as cited in RR-F-191/1D. Ferrous accessories shall be zinc-coated in accordance with 3.2, prior to application of color coating. Unless otherwise specified (see 6.1), color coating material shall be at the option of the manufacturer. • 3.4 Items. 3.4.1 Item 1. caps. All exposed ends of tubular posts shall be fitted with caps. The cap shall fit snugly over the posts and exclude moisture such as rain. When top rail is provided the caps shall have.a ring or hole suitable for the through passage of the top rail. Caps shall be formed steel, malleable or cast iron, or aluminum alloy. 3.4.2 Item 2. top rail and brace ends. Ends for top rail and braces shall be provided when top rail or braces are required. Top rail and brace ends shall be formed steel, malleable or cast iron, or aluminum alloy. • 2 - 17 - Renton Municipal Airport Security Gate Replacement VII. TECHNICAL SPECIFICATIONS CITY OF RENTON RR-F-191/40 3.4.3 Item 3. tap rail sleeves. Top rail sleeves shall allow for expansion and contraction of the tap rail. Top rail sleeves shall have a minimum length of 6 inches, and be of the same material as the top rail. Top rails provided with 3-inch swage ends are acceptable in lieu of top rail sleeves. 3.4.4 Item 4, wire ties and clips. Wire ties or clips shall be provided for attaching fabric to line posts, top rail, or tension vire. Wire ties and clips shall be at intervals not greater than 15-inches when attaching fabric or line posts, and the space interval shall not exceed 24-inches when attaching fabric to top rails or tension wire. Unless otherwise specified (see 6.1), wire ties and clips shall be not less than the fabric wire gage size and of the same coatings. The minimum weight for zinc coated wire ties and clips is 0.8 ounces of zinc per foot of coated surface area. Wire ties and clips shall not fracture when tested in accordance with 4.4.1. 3.4.5 Items 5 and 6. brace and tension bands. Brace bands shall be used to secure top rail and brace ends to terminal posts. When tension bars are used, tension bands shall be used for securing chain-link fabric at each terminal post (see 3.4.6). Spacing of tension bands on posts shall be at 15-inch intervals or less. Brace and tension bands shall be steel and shall be 3/4-inch wide by 1/10-inch thick nominal. 3.4.6 jtem 7._ tension bars. Tension bars for 1-3/4 and 2-inch mesh shall be no less than 3/16 by 3/4-inch or equivalent cross-sectional area. Tension bars for 1-inch mesh shall be no less than 3/8 by 3/16-inch or equivalent cross-sectional area. A tension bar shall be provided where chain-link fabric meets terminal posts. Tension bar shall be steel, of a continuous length compatible with the height of the fence and shall be threaded through the fabric and actached to the post by tension bands (see 3.4.5). Roll formed posts with integral loops for weaving fabric to posts are acceptable in lieu of tension bars. 3.4.7 Item 8. tension wire. Tension wire shall be furnished when top rail is not required. Tension wire shall be used at the bottom of the fence when fabric is not otherwise secured. Tension wire shall be zinc coated steel, aluminum coated steel, polyvinyl chloride (PVC) over zinc-coated steel, or aluminum alloy as specified (see 6.1). Unless otherwise specified (see 6.1). all tension wire shall be 7 gage wire size with an outside diameter of 0.177-inch (+0.005-inch). 3.4.7.1 ,Steel tension wire,. Steel tension wire shall be marcelled or crimped coil spring hard tempered carbon steel wire. The tension wire shall have a minimum tensile strength of 75.000 pounds per square inch. Zinc coated steel shall not have less than 1.2 ounces of zinc per square foot of coated surface area unless otherwise specified (see 6.1). Aluminum coated steel shall not have less than 0.40 ounces of aluminum per square foot of coated surface area. Unless otherwise specified (see 6.1), PVC coated wire shall have minimum coating thickness of 0.007-inches. The coatings shall match the fence fabric. 3.4.7.2 Aluminum alloy tension wire. Aluminum alloy tension wire shall conform to the chemical composition of ASTM B 211, Alloy 6061-T94. 3 - 18 - Renton Municipal Airport Security Gate Replacement VII. TECHNICAL SPECIFICATIONS CITY OF RENTON RR-F-191/4D 3.4.8 Item 9, truss rods. Truss rods shall be steel and have a minimum diameter of 5/16-inch. 3.4.9 Item 10, barbed wire. Barbed wire shall consist of two 12-1/2-gage 0.099-inch (+0.005-inch) twisted line wires with 14-gage 0.080-inch (+0.005-inch) round barbs. Barbed wire shall be zinc-coated steel, aluminum coated steel, aluminum alloy, or PVC over zinc-coated steel as specified (see 6.1). All barbs shall consist of four points and spacing of barbs shall be at 5-inch (+1-inch) centers. 3.4.9.1 Zinc-coated steel barbed wire. Zinc-coated steel barbed wire shall have a zinc coating of at least 0.80 ounces per square foot of coated surface area (see 4.4.2.1). 3.4.9.2 Aluminum-coated steel barbed wire. Aluminum-coated steel barbed wire shall have an aluminum coating of at least 0.30 ounces per square foot of coated surface area (see 4.4.2.1). Solid aluminum barbs are acceptable. 3.4.9.3 PVC coated steel barbed wire. PVC coated steel barbed wire shall have a INC coating of at least 0.007-inch thickness. Wire shall be coated with a minimum of 0.3 ounces of zinc per square foot of coated surface area or meet the requirements of 3.4.9.2 before application of the PVC coating. 3.4.9.4 Aluminum alloy barbed wire. Aluminum alloy barbed wire shall conform to the chemical composition of ASTN 8 211, Alloy 6061-T94. 3.5 Item 11. barbed wire support arms. Barbed wire support arms shall be of the following types as specified (see 6.1). (a) Single - arm, for three barbed wire strands. (b) V arms, for six barbed wire strands. (c) A - arms, for five barbed wire strands. When installed, the barbed wire support arms shall project at an angle of 45 ± 5 degrees from the plane of the fence line and the outer strand of barbed wire shall be positioned 12 + 2-inches horizontally from the fence line. Intermediate strands of barbed wire shall be uniformly spaced between the strand on the end of the support arm and the fabric. All support arms shall be fitted with clips or slots for attaching the barbed wire•to the support arm. Support arms shall be capable of withstanding a load of 250 pounds (lbs) when tested in accordance with 4.4.3. 3.6 Item 12. miscellaneou§ accessories. Unless otherwise specified (see 6.1) miscellaneous items, such as bolts, nuts, and washers shall be galvanized steel or aluminum alloy at the manufacturer's option. 4. QUALITY ASSURANCE PROVISIONS 4.1 Responsibility for inspection. (See RR-F-191K/CEN) 4.2 Sampling. (See RR-F-191K/CEN, section 6) 4.3 Examination: Examine accessories for defects listed in table I. 4 - 19 - Renton Municipal Airport Security Gate Replacement VII. TECHNICAL SPECIFICATIONS CITY OF RENTON RR-F-191/4D TABLE VIII. Classification of defects, posts, rails, and braces. / Defects Major Minor 'Item not as specified. x 'Tension wire not as specified. x 'Color not as specified. x /Dimensions not within tolerance where applicable. x 'Barbed wire not as specified. x /Barbed wire support arms not as specified. x 'Damage or defects affecting function or serviceability. x /Damage or defects not affecting function or serviceability, x 4.3.1 Thickness of bands and diameter wire. Determine the thickness using a suitable micrometer. Measure diameter of wire by taking the average of two dimensions at right angles to each other. 4.4 Test methods: 4.4.1 Wire ties and clips. Bend wire from which ties and clips are formed through an angle of 180 degrees (0) on a mandrel having the same diameter as the wire under test to determine conformance to requirements of 3.4.4. 4.4.2 Weight and thickness of metallic coatings. 4.4.2.1 Weight of zinc coating. Determine weight of zinc coating in accordance with ASTM A 90 (see 3.4.7.1 and 3.4.9.2). 4.4.2.2 Weight of aluminum coating. Determine weight of aluminum coating in accordance with ASTM A 428 (see 3.4.7.1 and 3.4.9.2). 4.4.2.3 Thickness of aluminum coating. Determine thickness of aluminum by any one of the following methods (see 3.4.7.1 and 3.4.9.2). 4.4.2.3.1 Measurements. Determine the thickness by taking half of the difference between the diameter of the aluminum-coated wire and the diameter of the wire after stripping the aluminum, or determined microscopically in accordance with ASTM B 487. Use the mean of two measurements at right angles to each other when determining the diameter of the coated or• the stripped wire, or use the mean of the coating thickness taken at right angles to each other when determined microscopically. 4.4.2.3.2 Magnetic. Determine thickness of aluminum coating magnetically in accordance with ASTM E 376. 4.4.3 Barbed wire support arms. Clamp the base of the arm securely. Apply a vertical 250-lb load where the outer strand of barbed wire connects to the arm, permanent deflection of the arm is cause for rejection (see 3.5), 5. PREPARATION FOR DELIVERY (See RR-F-191K/CEN). 5 20 - Renton Municipal Airport Security Gate Replacement VII. TECHNICAL SPECIFICATIONS CITY OF RENTON RR-F-191/4D 6. NOTES (This section contains information of a general or explanatory nature that may be helpful, but is not mandatory.) 6.1 Ordering Data. Purchasers should select the preferred options permitted herein and include the following information in acquisition documents: a. Title, number,-and date of this specification. b. Issue of DODISS to be cited in the solicitation, and if required, the specific issue of individual documents referenced (see 2.1). c. Item required (see 1.2). d. Material for accessories if other than specified (see 3.1). a. Zinc coating if other than specified (see 3.2). f. Color coating material if other than specified and color required (see 3.3). g. Type of tension wire required (see 3.4.7). h. When wire ties and clips are to be other than required (see 3.4.4). i. When tension wire is to be other than 7 gage and gage required (see 3.4.7). j. Zinc coating for steel tension wire if ocher than specified (see 3.4.7.1). k. Type of barbed wire required (see 3.4.9). 1. Type of barbed wire support arms required (see 3.5). m. When miscellaneous accessories are not the manufacturer's option and the accessories specified (see 3.6). 6.2 Accessories. Consult manufacturers or suppliers when ordering accessories since some accessories are furnished with all chain-link fencing. 1 MILITARY CUSTODIANS: CIVIL AGENCY COORDINATING ACTIVITIES: Army - ME GSA - FSS Navy - YD MRS - FEC Air Force - 99 INTERIOR - $LM USDA - AFS Review Activity PREPARING ACTIVITY: DIA - CS Navy - YD User Activities (Project 5660-0091) Army - CE Navy - MC, CC !t Orders for this publication are to be placed with General Services Administration, acting as an agent for the Superintendent of Documents. See section 2 of this specification to obtain extra copies and other documents referenced herein. 6 - 21 - Renton Municipal Airport Security Gate Replacement 011 Advi U.S. Department sory of Transportation Federal Aviation C i rc u l a r Administration Subject: OPERATIONAL SAFETY ON AIRPORTS Date: 5/31/02 AC No: 150/5370-2D DURING CONSTRUCTION Initiated by: AAS-300 Change: 1. THE PURPOSE OF THIS ADVISORY 4. WHO THIS AC AFFECTS. CIRCULAR(AC). It's intent is to help to assist airport operators comply Aviation safety is the primary consideration at airports, with Title 14,Code of Federal Regulation(CFR),part especially during construction. This AC sets forth 139,Certification and Operation:Land Airports guidelines for operational safety on airports during Serving Certain Air Carriers,and with the requirements construction. of Federally funded airport construction projects. While the FAA does not require noncertificated airport 2. THIS AC CANCELS. without grant agreements to adhere to these guidelines, doing so will help these airports maintain a desirable AC 150/5370-2C,Operational Safety on Airports level of operational safety during periods of During Construction, dated May 31, 1984,is canceled. construction. 3. READING MATERIAL RELATED TO THIS 5. ADDITIONAL BACKGROUND AC. INFORMATION. Appendix 1 contains a listing of supplemental material Appendix 1 contains a list of pertinent reading materials and instructions for ordering these documents. Many of on airport construction,design,and potential safety them,including this AC,are available on the Federal hazards during construction.Appendix 2 contains Aviation Administration(FAA)Web site. definitions of terms used in this advisory circular. CLA't DAVID L.BENNETT Director of Airport Safety and Standards 5/30/2002 AC 150/5370.2D CONTENTS Aft- Paragraph Page Chapter 1. General Safety Requirements and Responsiblities 1 1-1. Overview 1 1-2. Who Is Responsible for Safety During Construction 1 Chapter 2. Safety Plans 3 Section 1. Basic Safety Plan Considerations 3 2-1. Overview 3 2-2. Safety Plan Checklist. 3 Section 2. Safety and Security Measures 4 2-3. Overview 4 2-4. Vehicle Operation Marking and Pedestrian Control. 4 2-5. Construction Employee Parking Areas 5 2-6. Construction Vehicle Equipment Parking 5 2-7. Radio Communication Training 5 2-8. Fencing and Gates 5 Section 3. Notification of Construction Activities 5 2-9. General 5 2-10. Assuring Prompt Notifications 5 2-11. Notices to Airmen(NOTAMs). 5 2-12. Aircraft Rescue and Fire Fighting(ARFF)Notification. 6 2-13. Notification to The Faa. 6 2-14. Work Scheduling and Accomplishment 6 CHAPTER 3. SAFETY STANDARDS AND GUIDELINES 7 Section 1. Runway and Taxiway Safety Areas 7 3-1. Overview 7 3-2. Runway Safety Area(RSA) 7 3-3. Taxiway Safety Areas. 7 Section 2. Temporary Runway Threshold Displacements 8 3-4. Overview 8 3-5. Marking Guidelines for Temporary Threshold. 8 3-6. Lighting Guidelines for Temporary Threshold. 9 Section 3. Other Construction Marking And Lighting Activities 9 3-7. Overview 9 3-8. Closed Runway and Taxiway Marking and Lighting. 9 3-9. Hazard Marking. 10 3-10. Construction Near Navigational Aids(NAVAIDS) 10 3-11. Construction Site Access and Haul Roads. 11 3-12. Trenches and Excavations 11 3-13. Construction Material Stockpiling.... 11 3-14. Other Limitations an Construction 11 3-15. Foreign Object Debris(FOD)Management 11 Section 4. Safety Hazards and Impacts 11 3-16. Overview 11 AC 150/5370-2D 5/30/2002 Appendices Appendix 1. Related Reading Material A-1 Appendix 2. Definitions of Terms Used in the AC A-2 Appendix 3. Airport Construction Safety Planning Guide A-3 Appendix 4. Sample NOTAM A-7 ii 5/30/2002 AC 150/5370.2D CHAPTER 1. GENERAL SAFETY REQUIREMENTS AND RESPONSIBLITIES 1-1. OVERVIEW. (10) Ensure tenants and contractors comply with standards for vehicle lighting,marking,access,and Hazardous practices and marginal conditions created by operation. construction activities can decrease or jeopardize (11) Ensure that each tenant construction operational safety on airports. To minimize disruption of safety plan at certificated airports is consistent with Title normal aircraft operations and to avoid situations that 14,Code of Federal Regulations(CFR),part 139, compromise the airports operational safety,the airport Certification and Operations:Land Airports Serving operator must carefully plan,schedule,and coordinate Certain Air Carriers. construction activities.The guidance in this AC does not apply to day-to-day maintenance at airport facilities. (12) Conduct frequent inspections to assure construction contractors and tenants comply with the 1-2. WHO IS RESPONSIBLE FOR SAFETY safety plan and oversights or altered construction DURING CONSTRUCTION. activities do not create potential safety hazards. An airport operator has overall responsibility for (13) Resolve safety deficiencies immediately. construction activities on an airport.This includes the b. Construction contractors responsibilities- predesign,design,preconstruction,construction,and (1) Posses a copy of the project safety plan: inspection phases. a. Airport operator responsibilities— (2) Comply with the safety plan associated with the construction project and ensure that construction (1) Require contractors to submit plans personnel are familiar with safety procedures and indicating how they intend to comply with the safety regulations on the airport. requirements of the project. (3) Provide a point of contact that will (2) Convene a meeting of coordinate an immediate response to correct any construction/contractor and airport management to review construction-related activity that may adversely affect the and discuss project safety prior to construction activity. operational safety of the airport. (3) Develop a construction safety plan that (4) Provide a safety officer/construction complies with the safety guidelines in Chapter 2,"Safety inspector trained in airport safety to monitor construction Plans,"and Appendix 3,"Airport Construction Safety activities. Planning Guide." (5) Restrict movement of construction vehicles (4) Ensure contact information is accurate for to construction areas by flagging and barricading,erecting each representative/point of contact identified in the temporary fencing,or providing escorts,as appropriate. safety plan. (6) Ensure that no construction employees, (5) Hold weekly,or if necessary daily,safety employees of subcontractors or suppliers,or other persons meetings to coordinate activities. enter any part of the aircraft operations areas from the (6) Notify users,especially aircraft rescue and construction site unless authorized. fire fighting(ARFF)personnel,of construction activity c. Tenants planning construction activities on and conditions that may adversely affect the operational their leased property responsibilities— safety of the airport.Convene a meeting for review and (1) Develop a safety plan and submit it the discussion if necessary. airport operator for approval prior to issuance of a Notice (7) Ensure that construction personnel know to Proceed. of any applicable airport procedures and of changes to (2) Provide a POC who will coordinate an those procedures that may affect their work. immediate response to correct any construction-related (8) Ensure that construction contractors activity that may adversely affect the operational safety of undergo any training required by the safety plan,as the airport. agreed to in the invitation for bid and all subsequent (3) Provide a safety officer/construction agreements. inspector trained in airport safety to monitor construction (9) Develop and coordinate a construction activities. vehicle plan with airport tenants,the airport traffic control (4) Ensure that no tenant or construction tower(ATCT)and construction contractors. Include employees,employees of subcontractors or suppliers,or specific requirements in the safety plan or invitation for bid. 1 AC 150/5370-2D 5/30/2002 any other persons enter any part of the AOA from the (5) Restrict movement of construction vehicles construction site unless authorized. to construction areas by flagging and barricading or erecting temporary fencing. lAtit 4 2 5/30/2002 AC 150/53742D CHAPTER 2. SAFETY PLANS Section 1. Basic Safety Plan Considerations 2-1. OVERVIEW. 2-2. SAFETY PLAN CHECKLIST. Airport operators should coordinate safety issues with the To the extent applicable,the safety plan should address air carriers and other airport tenants before the design phase of the project. The airport operator should identify the following: project safety concerns,requirements,and impacts before making arrangements with contractors and other a. Scope of work to be performed,including personnel to perform work on an airport. These safety proposed duration of work. concerns will be used as the foundation for the construction safety plan and to maintain a high level of Runway and taxiway marking and lighting. aviation safety during the project.These safety concerns should also be included in the invitation for bid.In c. Procedures for protecting all runway and taxiway addition the invitation for bid,should include provisions safety areas,object free zones,obstacle-free zones for addressing additional concerns that are identified as (OFZs),and other imaginary surfaces defined in 14 CFR the project progresses. part 77,Objects Affecting Navigable Airspace.This includes limitations on equipment height. The airport operator should determine the complexity of the safety plan that is necessary for each construction d. Areas and operations affected by the project. The contractor working for the airport operator construction activity,including possible safety problems. or tenant,in conjunction with the airport operator,should develop the safety plan. However,the airport operator e. NAVAIDS that could be affected. has final approval authority for all safety plans. The plans and specifications for airport construction f. Methods of separating vehicle and pedestrian should include the construction safety plan. Safety plan construction traffic from the airport movement areas.This costs should be incorporated into the total cost of the may include fencing off construction areas to keep project.Coordination will vary from formal predesign equipment operators in restricted areas in which they are conferences to informal contacts throughout the duration authorized to operate.Fencing(or some other form of of the construction project. restrictive barrier)is an operational necessity in some cases. Discussion of all details of the safety plan should take place at the predesign and preconstruction conferences. g. Procedures and equipment,such as barricades Items to discuss at these meetings include the following: (identify type),to delineate closed construction areas from the airport operational areas,as necessary. a. Actions necessary before starting construction, including defining and assigning responsibilities. h. Limitations on construction. b. Basic responsibilities and procedures for i. Required compliance of contractor personnel disseminating instructions about airport procedures to the with all airport safety and security measures. contractor's personnel. j. Construction site parking,access,and haul roads. c. Means of separating construction areas from aeronautical-use areas. k. Radio communications. d. Navigational aid(NAVAID)requirements and I. Vehicle identification. weather. m. Location of and access to stockpiled construction e. Marking and lighting plan illustrations. materials and equipment. f. Methods of coordinating significant changes in n. Trenches and excavations and cover airport operations with all the appropriate parties. requirements. 3 AC 150/5370-2D 5/30/2002 o. Procedures for notifying of ARFF personnel if v. Inspection requirements. water lines or fire hydrants must be deactivated or if emergency access routes must be rerouted or blocked. w. Procedures for locating and protecting of existing underground utilities,cables,wires,pipelines, p. Emergency notification procedures for medical and other underground facilities in excavation areas. and police response. x. Procedures for contacting responsible q. Use of temporary visual aids. representatives/points of contact for all involved parties. This should include off-duty contact information so an r. Wildlife management immediate response may be coordinated to correct any construction-related activity that could adversely affect s. Foreign object debris(FOD)control provisions. the operational safety of the airport. t. Hazardous materials(HAZMAT)management. y. Vehicle operator training. u. Notice to airmen(NOTAM)issuance. z. Penalty provisions for noncompliance with the Safety Plan(e.g.,a vehicle involved in a runway incursion). Section 2. Safety and Security Measures 2-3. OVERVIEW. vehicle plan with airport tenants,contractors,and the ATCT. Specific vehicle and pedestrian requirements Airport operators are responsible for closely monitoring should be included in the safety plan or IFB. tenant and construction contractor activity during the construction project to ensure continual compliance with The vehicle plan should contain the following items: all safety and security requirements.Airports subject to 49 CFR part 1542,Airport Security,must meet standards a. Airport operator's rules and regulations for for access control,movement of ground vehicles,and vehicle marking,lighting,and operation. identification of construction contractor and tenant (1) During daylight hours,mark vehicles with personnel. In addition,airport operators should use safety orange-and-white-checked flags or flashing yellow program standards,as described in Chapter 3 of this AC, beacons. to develop specific safety measures to which tenants and construction contractors must adhere throughout the (2) Mark vehicles used for nighttime or low duration of construction activities. visibility operations with flashing yellow beacons. General safety provisions are contained in AC (3) Affix a flag to construction vehicles 150/5370-10,Standards For Specking Construction on requiring escorts. Airports,paragraphs 40-05,"Maintenance of Traffic"; (4) Mark and identify vehicles in accordance 70-08,"Barricades,Warning Signs,and Hazard with AC 150/5210-5,Painting,Marking, and Lighting of Marking";and 80-04,"Limitation of Operations." At any Vehicles Used on an Airport. time during construction,aircraft operations,weather, security,or local airport rules,may dictate more stringent b. Vehicle operations. safety measures. The airport operator should ensure that (1) Describe proper vehicle operations on both general and specific safety requirements are movement and non-movement areas under normal,lost coordinated with airport tenants and the ATCT personnel. communications,and emergency conditions. These parties should also be included in the coordination of all bid documents,construction plans,and (2) Describe the penalties for non-compliance specifications for on-airport construction projects. with driving rules and regulations. (3) Describe training for vehicle drivers to 2-4. VEHICLE OPERATION MARKING AND ensure compliance with the airport operator's vehicle rules PEDESTRIAN CONTROL. and regulations. Vehicle and pedestrian access routes for airport (4) Provide radio communication training for construction must be controlled to prevent inadvertent or construction contractor personnel engaged in construction unauthorized entry of persons,vehicles,or animals onto activities around aircraft movement areas.This training the Airport Operations Area(AOA). This includes may not be necessary for all drivers,such as construction aircraft movement and non-movement areas. The airport drivers under escort. operator should develop and coordinate a construction 4 5/30/2002 AC 150/5370.2D (5) Establish escort procedures for construction frequencies at airports with and without ATCTs. vehicles requiring access to aircraft movement areas. No Systematic training of contractors regardless of whether vehicle must be in the movement area without a working they are accompanied by an escort is an essential radio unless it is under escort. Vehicles can be in closed requirement for maintaining airport operational safety. areas without a radio if the closed area is properly marked When operating vehicles on or near open runways or and lighted to prevent incursions and NOTAM regarding taxiways construction personnel must understand the the closure is issued. critical importance of maintaining radio contact(or being (6) Provide monitoring procedures to ensure accompanied by a person who maintains such contact) that vehicle drivers are in compliance with the with the ATCT or the Common Traffic Advisory construction vehicle plan. Frequency,which may include UNICOM,MULTICOM or one of the FAA Flight Service Stations(FSS),as (7) Provide,if appropriate,personnel to control directed by airport management. access through gates and fencing or across aircraft Vehicular traffic crossing active movement areas must be movement areas. controlled either by two-way radio with the ATCT,escort, 2-5. CONSTRUCTION EMPLOYEE PARKING flagman,signal light,or other means appropriate for the AREAS. particular airport. Vehicle drivers must confirm by personal observation that no aircraft is approaching their position when given clearance to cross a runway. Designate vehicle parking areas for contractor employees in advance to prevent any unauthorized entry of persons Even though radio communication is maintained,vehicle or vehicles onto the airport movement area.They should drivers also must be familiar with ATCT light gun signals provide reasonable employee access to the job site. in the event of radio failure(see FAA safety placard "Ground Vehicle Guide to Airport Signs and Markings"). 2-6. CONSTRUCTION VEHICLE EQUIPMENT This safety placard may be ordered through the Runway PARKING. Safety Program Web site at http://www.faa.gov/runway/ or obtained from the Regional Airports Division Office. Contract employees must park and service all construction vehicles in an area designated by the airport 2-8. FENCING AND GATES. - operator outside the runway safety areas(RSAs)and obstacle free zones(OFAs)and never on a closed taxiway Airport operators and contractors must take care to or runway. Parking areas must not obstruct the clear line maintain a high level of safety and security during of sight by ATCT to any aprons,taxiways,or runways construction when access points are created in the security under air traffic control nor obstruct any runway visual fencing to permit the passage of construction vehicles or aids,signs,or navigational aids or penetrate part 77 personnel. Temporary gates should be equipped so they surfaces. can be securely closed and locked. Procedures should be , in place to ensure that only authorized persons and 2-7. RADIO COMMUNICATION TRAINING, vehicles have access to the AOA and to prohibit piggybacking behind another person or vehicle. Ensure that tenant and construction contractor personnel Department of Transportation(DOT)document number engaged in activities involving unescorted operation on DOT/FAA/AR-00/52,Recommended Security Guidelines airport movement areas observe the proper procedures for for Airport Planning and Construction provides more communications,including using appropriate radio specific information on fencing. Section 3. Notification of Construction Activities 2-9. GENERAL. 2-11. NOTICES TO AIRMEN(NOTAMS). In order to maintain the desired levels of operational The airport operator must provide information on closed safety on airports during construction activities,the safety plan should contain the notification actions described or hazardous conditions at the airport to the local air below. traffic control facility(control tower,approach control,air route traffic control center,or FSS)so they can issue a 2-10. ASSURING PROMPT NOTIFICATIONS. NOTAM. The airport operator should coordinate the issuance,maintenance,and cancellation of NOTAMs about airport conditions resulting from construction The airport operator should establish and follow activities. Refer to AC 150/5200-28,Notices to Airmen procedures for the immediate notification of airport users (NOTAMs)for Airport Operators,and Appendix 4 in this and the FAA of any conditions adversely affecting the AC for a sample NOTAM form.Only the FAA may issue operational safety of an airport. or cancel NOTAMs on shutdown or irregular operation of 5 AC 150/5370-2D 5/30/2002 FAA-owned facilities.Only the airport operator or an nearest FAA Airports Regional Office or Airports District authorized representative may issue or cancel NOTAMs Office(ADO). on airport conditions. The airport operator must file and maintain this list of authorized persons with the FSS. Also,any person proposing any kind of construction or Any person having reason to believe that a NOTAM is alteration of objects that affects navigable airspace,as missing,incomplete,or inaccurate must notify the defined in 14 CFR part 77,must notify the FAA. This appropriate POINT OF CONTACT,as defined in the includes construction equipment and proposed parking safety plan. areas for this equipment(i.e.,cranes,graders,etc.). FAA Form 7460-1,Notice of Proposed Construction or 2-12. AIRCRAFT RESCUE AND FIRE Alteration,is used for this purpose and submitted to the FIGHTING(ARFF)NOTIFICATION. FAA Air Traffic Division in the Regional Office.(See AC 70/7460-2,Proposed Construction or Alteration of The safety plan must provide procedures for notifying Objects That May Affect the Navigable Airspace.) ARFF personnel,mutual aid providers,and other If construction operations require a shutdown of emergency services when construction requires shutting NAVAIDS from service for more than 24 hours or in off or otherwise disrupting any water line or fire hydrant excess of 4 hours daily on consecutive days,we on the airport or adjoining areas and if contractors must recommend a 45-day minimum notice prior to facility work with hazardous material on the airfield. Notification shutdown. procedures must also be developed for notifying ARFF and all other emergency personnel when the work 2-14. WORK SCHEDULING AND performed will close or affect any emergency routes. ACCOMPLISHMENT. Likewise,the procedures must address appropriate notifications required when services are restored. Airport operators or tenants having construction on their leased properties should use predesign,prebid,and 2-13. NOTIFICATION TO THE FAA. preconstruction conferences to introduce the subject of airport operational safety during construction,see AC Regulation requires formal notification to the FAA for 150/5300-9,Predesign,Prebid, and Preconstruction certain airport projects. In addition to applications made Conferences for Airport Grant Projects. The airport for Federally funded construction, 14 CFR part 157, operator,tenants and construction contractors should Notice of Construction,Alteration,Activation,and integrate operational safety requirements into their Deactivation of Airports,requires that the FAA be planning and work schedules as early as practical notified in writing whenever a non-Federally funded Operational safety should be a standing agenda item for project involves the construction of a new airport;the discussion during progress meetings throughout the construction,realigning,altering,activating,or project. The contractor and airport operator should carry abandoning of a runway,landing strip,or associated out on sight inspections throughout the project and taxiway;and the deactivation or abandoning of an entire immediately remedy any deficiencies,whether caused by airport. Formal notification involves by submitting FAA negligence,oversight,or project scope change. Form 7480-1,Notice of Landing Area Proposal,to the 6 5/30/2002 AC 150/5370.2D CHAPTER 3. SAFETY STANDARDS AND GUIDELINES Section 1. Runway and Taxiway Safety Areas 3-1. OVERVIEW. (2) Personnel,material,and/or equipment may not penetrate the OFZ,as defined in AC 150/5300- Airport operators must use these safety guidelines when 13. preparing plans and specifications for construction (3) The safety plan must provide procedures activities in areas that may interfere with aircraft for ensuring adequate distance for blast protection,if operations. The safety plan must reflect the specific required by operational considerations. needs of a particular project and for this reason these safety guidelines must not be incorporated verbatim into (4) The airport operator must coordinate project specifications. The safety plan should recognize construction activity in this portion on the RSA with the and address these standards for each airport construction ATCT and the FAA Regional Airports Division Office project. For additional guidance on meeting safety and and issue a local NOTAM. security requirements, refer to the planning guide template included in Appendix 3 of this AC. 3-3. TAXIWAY SAFETY AREAS. 3-2. RUNWAY SAFETY AREA(RSA). Construction activity is permissible in taxiway safety areas and taxiway object-free areas(TOFAs)if the Construction activities may be permitted within the activity is hazard-marked and/or lighted and local standard RSA,subject to the following conditions: NOTAMs are issued to that effect. Limit construction activities to the following distance:the TOFAs wingtip a. Runway edges. clearance is equal to 1.4 times the airplane wingspan plus (1) No construction may occur closer than 20 feet(6m)of the largest aircraft(see the TOFA table in 200 feet from the runway centerline unless the runway is AC 150-5300-13,Airport Design). If construction must closed or restricted to aircraft operations requiring a RSA occur in taxiway safety areas(refer to the taxiway safety that is equal to the RSA width available during area table in AC 150/5300-13),give special consideration construction. to the height of barricades,flashers,and other warning (2) Personnel,Material,and/or equipment devices to ensure adequate clearance for aircraft wingtips, propellers,engines,etc. may not penetrate the OFZ,as defined in AC 150/5300-13 Airport Design. If operating in a taxiway safety area,personnel and (3) The airport operator must coordinate the equipment must be mobile and be moved out of the area for each passing aircraft. The use of a flagperson to direct construction activity in the RSA with the ATCT and the FAA Regional Airports Division Office and issue a local construction equipment(not aircraft)along taxiways may F Regional eg be necessary. Construction in restricted areas where the OFA standards cannot be met may require the use of wing b. Runway ends. walkers. Wing walkers that guide these aircraft through these areas should be airline/aviation personnel rather (1) A RSA area must be maintained from the than construction workers.If wing walkers cannot be runway threshold to a point at least equal to the distance provided,close the area. from the runway threshold that existed before construction activity,unless the runway is closed or restricted to aircraft operations requiring a RSA that is equal to the RSA width available during construction in accordance with AC 150/5300-13,Airport Design. The temporary use of declared distances and partial runway closures may help achieve this distance. In addition,all personnel,materials,and/or equipment must remain clear of the applicable threshold siting criteria surface,as defined in Appendix 2,"Threshold Siting Requirements" of AC 150/5300-13.1 RSA as long as conditions sited in paragraph 3-2b(2)thru(4)are met.In addition, 14 CFR part 77 surfaces;various transitional surfaces,outlined in AC 150/5300-13;and Terminal En Route 1 If a full safety area cannot be obtained through declared Procedures(TERPS)must be protected. distances and partial closures,or other methods such as an alternate runway use,construction activity may operate in the 7 5/30/2002 AC 150/5370-2D standard(see Revised Item,P-620 Runway and Taxiway Standards Division of the applicable FAA Regional Painting in AC 150/5370-10),but the dimensions must Office. meet the existing standards. b. When the threshold has been displaced due to a . . c. When a threshold is temporarily displaced,the partial runway closure,disconnect edge and threshold distance remaining signs for aircraft landing in the lights with associated isolation transformers on that part opposite direction may need to be covered or removed of the runway at and behind the threshold(i.e.,the portion during the construction. of the runway that is closed). Alternately,cover the light fixture in such a way as to prevent light leakage. Avoid 3-6. LIGHTING GUIDELINES FOR removing the lamp from energized fixtures because an TEMPORARY THRESHOLD. excessive number of isolation transformers with open secondaries may damage the regulators and/or increase Temporary runway thresholds must be lighted if the the current above its normal value. runway is lighted and it is the intended threshold for night landings or instrument meteorological conditions. We c. Secure,identify,and place any temporary „ recommend that temporary threshold lights and related exposed wiring in conduit to prevent electrocution and visual NAVAIDs be installed outboard of the edges of the fire ignition sources. full-strength pavement with bases at grade level or as low as possible,but not to exceed 3 inches(7.6cm)above d. Reconfigure amber lenses(caution zone),as ground. When any portion of a base is above grade,place necessary. If the runway has centerline lights,reconfigure properly compacted fill around the base to minimize the the red lenses,as necessary. rate of gradient change so aircraft can,in an emergency, cross at normal landing or takeoff speeds without e. Relocate the visual glide slope indicator(VGI) incurring significant damage(see AC 150/5370-10, such as VASI,PAPI,REIL,and approach lights to Standards for Specifying Construction of Airports). We identify the temporary threshold.Also,disable VGI or recommend that the following be observed when using any equipment that would give misleading indications to temporary runway threshold lighting: pilots as to the new threshold location. Installation of temporary visual aids may be necessary to provide a. Maintain threshold and edge lighting color and adequate guidance to pilots on approach to the affected spacing standards as described in AC 150/5340-24, runway. If the temporary runway threshold is not already Runway and Taxiway Edge Lighting System. served by a VGI,we recommend the installation of a Battery-powered or portable lights,that meet the criteria PAPI. If the FAA owns and operates the VGI,coordinate in AC 150/5345-50,Specification for Portable Runway their installation with the Airways Facility Systems Lights,may be used. These systems are intended Management Office. primarily for visual flight rules(VFR)aircraft operation but may be used for instrument flight rules(IFR)aircraft f. Issue a NOTAM to inform pilots of temporary operations,upon individual approval from the Flight lighting conditions. Section 3. Other Construction Marking and Lighting Activities 3-7. OVERVIEW. Standards for Airport Markings. A very effective and preferable visual aid to depict temporary closure is the Ensure that construction areas,including closed runways, lighted "X" signal placed on or near the runway are clearly and visibly separated from movement areas designation numbers. This device is much more and hazards, facilities, cables, and power lines are discernible to approaching aircraft than the other identified prominently for construction contractors. materials described. If the lighted "X" is not available, Throughout the duration of the construction project, construct the marking of any of the following materials: verify that these areas remain clearly marked and visible double-layered painted snow fence, colored plastic, •iV.J. at all times and that marking and lighting aids remain in painted sheets of plywood, or similar materials. They place and operational. Routine inspections must be made must be properly configured and secured to prevent of temporary construction lighting, especially battery- movement by prop wash,jet blast,or other wind currents. powered lighting, since weather conditions can limit In addition, install barricades, or activate stop bars, at battery life. major entrances to the runways to prevent aircraft from entering a closed portion of runway. The placement of 3-8. CLOSED RUNWAY AND TAXIWAY even a single reflective barricade with a "do not enter" MARKING AND LIGHTING. sign on a taxiway centerline can prevent an aircraft from continuing onto a closed runway. Closed runway markings consist of a yellow "X" in compliance with the standards of AC 150/5340-1, 9 AC 150/5370-2D 5/30/2002 Section 2. Temporary Runway Threshold Displacements 3-4. OVERVIEW. piled materials. If such devices are installed,ensure an appropriate descriptive NOTAM is issued to inform pilots —. Construction activity in a runway approach area may of these conditions. The current edition of AC 150/5340- result in the need to partially close a runway or displace 1, Standards for Airport Markings, describes standard the existing runway threshold. In either case,locate the marking colors and layouts. In addition,we recommend threshold at a point where the approach slope for the new that temporary runway thresholds be marked using the landing threshold is not penetrated. Objects that do not following guidelines: penetrate these surfaces may still be obstructions to air navigation and may affect standard instrument approach a. Short-term temporary runway threshold procedures. These objects must be coordinated with the markings may deviate from the standards specified in AC FAA's Regional Airspace and Procedures Branch and 150/5340-1,provided the deviations are coordinated with Flight Procedures Branch or their equivalents,as the FAA Airports Regional or Airports District Office and necessary. Refer to the current edition of AC an appropriate NOTAM is filed.However,the colors and 150/5300-13,Airport Design,for guidance on threshold dimensions must meet the existing standards. In addition, siting requirements. Also coordinate the partial runway these markings must be clearly visible to pilots;not closure,the displacement of the runway threshold,as well misleading,confusing,or deceptive;secured in place to as complete runway and other portions of the movement prevent movement by prop wash,jet blast,wing vortices, area closures with appropriate ATCT personnel and or other wind currents;and constructed of materials that airport users. would minimize damage to an aircraft in the event of Caution regarding partial runway closures:When inadvertent contact. filing a NOTAM for a partial runway closure verify with (2) Pavement markings for temporary closed FSS,that the portion of pavement located prior to the portions of the runway must use yellow chevrons to threshold is not available for landing and departing traffic. identify pavement areas that are unsuitable for landing Example NOTAM:"North 1,000 feet of Runway 18/36 is (see AC 150/5340-1). —. closed;7,000 feet remains available on Runway 18 and Runway 36 for arrivals and departures."There may be (3) When threshold markings are needed to situations where the portion of closed runway is available identify temporary beginning of the runway that is for taxiing only.This condition must also be reflected in available for landing,a single white bar of the dimensions the NOTAM. specified in AC 150/5340-1 may be used. Caution regarding displaced thresholds: (4) If temporary outboard elevated or flush Implementation of a displaced threshold ONLY affects threshold bars are used,locate them outside of the runway runway length available for aircraft landing over the pavement surface,one on each side of the runway.They displacement. Published physical length remains the are to be 10 feet(3m)in width and extend outboard from same for aircraft departing in both directions and for each side of the runway so they are clearly visible to aircraft landing in the direction opposite the displacement. landing and departing aircraft. These threshold bars are If project scope includes personnel,equipment, white.If the white threshold bars are not discernable on excavation,etc.within the RSA of any usable runway grass,apply a black background in appropriate material end,we do not recommend a displaced threshold unless over the grass to ensure the markings are clearly visible. arrivals and departures toward the construction activity (5) A temporary threshold may also be marked are prohibited. Instead,implement a partial closure, with the use of retroreflective,elevated markers. One side of such markers is green to denote the approach end 3-5. MARKING GUIDELINES FOR of the runway;the side that is seen by pilots on rollout is TEMPORARY THRESHOLD. red. See FAA Specification L-853 in AC 150/5345-39, Runway and Taxiway Retroreflective Markers. Ensure that markings for temporarily displaced thresholds (6) At 14 CFR part 139 certificated airports, are clearly visible to pilots approaching the airport to temporary elevated threshold markers must be mounted land. When construction personnel and equipment are located close to any threshold,a temporary visual with a frangible fitting(see 14 CFR part 139.309). NAVAID,such as runway end identifier lights(REIL), However at noncertificated airports,the temporary may be required(even on unlighted runways)to define elevated threshold markings may either be mounted with the new beginning of the runway clearly. A visual a frangible fitting or be flexible.See FAA Specification vertical guidance device,such as a visual approach slope L-853 in AC 150/5345-39. indicator(VASI)or precision approach path indicator (PAPI),may be necessary to assure landing clearance b. The application rate of the paint to mark a short- over personnel,vehicles,equipment,and/or above-grade term temporary runway threshold may deviate from the 8 5/30/2002 AC 150/5370-2D APPENDIX 1. RELATED READING MATERIAL 1. Obtain the latest version of the following free h. AC 150/5345-28,Precision Approach Path publications from the U.S.Department of Transportation, Indicator(PAPI)Systems. Contains the FAA standards Subsequent Distribution Office,SVC-121.23,Ardmore for PAPI systems,which provide pilots with visual glide East Business Center,3341 Q 75th Avenue,Landover, slope guidance during approach for landing. MD,20785.The most recent edition of AC 00-2, Advisory Circular Checklist, lists all current issues and i. AC 150/5380-5,Debris Hazards at Civil changes.In addition,the FAA makes many of these ACs Airports. Discusses problems at airports,gives available on its Web Site at http://www.faa.gov/ARP/. information on foreign objects and explains how to eliminate such objects from operational areas. a. AC 150/5200-28,Notices to Airman(NOTAMS) for Airport Operators. Provides guidance for the use of j. AC 70/7060-2,Proposed Construction or the NOTAM System in airport reporting. Alteration of Objects That May Affect the Navigable Airspace. Provides information to persons proposing to b. AC 150/5200-30,Airport Winter Safety and erect or alter an object that may affect navigable airspace Operations. Provides guidance to airport and explains the need to notify the FAA before owners/operators on the development of an acceptable construction begins and the FAA's response to those airport snow and ice control program and on appropriate notices as required by 14 CFR part 77. field condition reporting procedures. 2. Obtain copies of the following publications from the c. AC 150/5200-33,Hazardous Wildlife Attractants Superintendent of Documents,U.S.Government Printing on or Near Airports. Provides guidance on locating Office,Washington,DC 20402.Send check or money certain land uses having the potential to attract hazardous order with your request made payable to the wildlife to near public-use airports. Superintendent of Documents in the amount stated.The Government Printing Office does not accept C.O.D. d. AC 150/5210-5,Painting,Marking, and Lighting orders. In addition,the FAA makes these ACs available of Vehicles Used on an Airport.Provides guidance, on our Web Site at http://www.faa.gov/ARP/. specifications,and standards,for painting,marking,and lighting vehicles operating in the airport air operations a. AC 150/5300-13,Airport Design. Contains areas. FAA standards and recommendations for airport design, establishes approach visibility minimums as an airport e. AC 150/5220-4, Water Supply Systems for design parameter,and contains the object-free area and Aircraft Fire and Rescue Protection. Provides guidance the obstacle free zone criteria.($26.Supt.Does.)SNO50- for the selection of a water source and standards for the 007-01208-0. design of a distribution system to support aircraft rescue and fire fighting service operations on airports. b. AC 150/5370-10,Standards for Specking Construction of Airports. Provides standards for f. AC 150/5340-1,Standards for Airport Markings. construction of airports.Items covered include earthwork, Contains FAA standards for markings used on airport drainage,paving,turfing,lighting,and incidental runways,taxiways,and aprons. construction.($18. Supt.Docs)SN050-007-0821-0. g. AC 150/5340-18,Standard for Airport Sign Systems. Contains FAA standards for the siting and installation of signs on airport runways and taxiways. A-1 AC 150/5370-2D 5/30/2002 d. Heavy equipment,stationary or mobile, o. Failure to mark and identify utilities or power operating or idle near AOAs,in runway approaches and cables.Damage to utilities and power cables during departures areas,or in object-free areas. construction activity can result in the loss of runway/taxiway lighting;loss of navigational,visual,or e. Equipment or material near NAVAIDS that may approach aids;disruption of weather reporting services; degrade or impair radiated signals and/or the monitoring and/or loss of communications. of navigational and visual aids. Unauthorized or p. Restrictions on ARFF access from fire stations to improper vehicle operations in localizer or glide slope the runway-taxiway system or airport buildings. critical areas,resulting in electronic interference and/or facility shutdown. q. Lack of radio communications with construction f. Tall and especially relatively low-visibility units vehicles in airport movement areas. (i.e.,equipment with slim profiles)—cranes,drills,and r. Objects,regardless of whether they are marked similar objects—located in critical areas such as OFZs or flagged,or activities anywhere on or near an airport and approach zones. that could be distracting,confusing,or alarming to pilots g. Improperly positioned or malfunctioning lights during aircraft operations. or unlighted airport hazards,such as holes or excavations, s. Water,snow,dirt,debris,or other contaminants, on any apron,open taxiway,or open taxilane or in a which temporarily obscure or derogate the visibility of related safety,approach,or departure areas. runway/taxiway marking,lighting,and pavement edges. h. Obstacles,loose pavement,trash,and other Any condition or factor that obscures or diminishes the debris on or near AOAs. Construction debris(gravel, visibility of areas under construction. sand,mud,paving materials,etc.)on airport pavements, t. Spillage from vehicles(gasoline,diesel fuel,oil) resulting in aircraft prop,turbine engine,or tire damage. Also loose materials that may be subject to being blown on active pavement areas,such as runways,taxiways, about,potentially causing personal injury or equipment ramps,and airport roadways. damage. u. Failure to maintain drainage system integrity i. Inappropriate or poorly maintained fencing during construction(e.g.no temporary drainage provided during construction intended to deter human and animal when working on a drainage system). intrusions into the AOA. Fencing and other markings that are inadequate to separate construction areas from open v. Failure to provide for proper electrical lockout aircraft operating areas create aviation hazards. and tagging procedures.At larger airports with multiple maintenance shifts/workers,construction contractors j. Improper or inadequate marking or lighting of should make provisions for coordinating work on circuits. runways(especially thresholds that have been displaced) and taxiways. Inadequate or improper methods of w. Failure to control dust. Consider limiting the marking,barricading,and lighting temporarily closed amount of area from which the contractor is allowed to portions of airport operating areas create aviation hazards. strip turf x. Exposed wiring that creates an electrocution or k. Wildlife Attractants,such as trash(food scraps fire ignition hazard.Identify and secure wiring and place not collected from construction personnel activity),grass it in conduit or bury it. seeding,or ponded water on or near airports. y. Site burning,which can cause possible 1. Obliterated or faded markings on active obscuration. operational areas. m. Misleading or malfunctioning obstruction lights. Unlighted or unmarked obstructions in the approach to any open runway pose aviation hazards. n. Failure to issue,update,or cancel NOTAMs about airport or runway closures or other construction-related airport conditions. 12 5/30/2002 AC 150/5370.2D 3-11. CONSTRUCTION SITE ACCESS AND b. Taxiways and Aprons. HAUL ROADS. Excavations and open trenches may be permitted up to the Determine the construction contractor's access to the edge of a structural taxiway and apron pavement provided construction sites and use of haul roads. Do not permit the dropoff is marked and lighted per paragraph 3-10. the construction contractor to use any access or haul roads 3-13. CONSTRUCTION MATERIAL other than those approved.. Construction contractors STOCKPILING. must submit specific proposed routes associated with construction activities to the airport operator for Stockpiled materials and equipment storage is not evaluation and approval before beginning construction permitted within the RSA,OFA,or OFZ of an operational activities. These proposed routes must also provide specifications to prevent inadvertent entry to operational runway. The airport operator must ensure that stockpiled runways. Pay special attention to ensure that ARFF right materials and equipment adjacent to these areas are of way on access and haul roads are not impeded at any prominently marked with red flags and lighted during time and that construction traffic on haul roads does not hours of restricted visibility or darkness. This includes interfere with NAVAIDS or penetrate part 77 surfaces of determining and verifying that materials are stored at an operational runways. approved location to prevent foreign object damage and attraction by wildlife. 3-12. TRENCHES AND EXCAVATIONS. 3-14. OTHER LIMITATIONS ON Construction contractors must prominently mark open CONSTRUCTION. trenches and excavations at the construction site with red or orange flags,as approved by the airport operator,and Contractor may not use open flame welding or torch light them with red or yellow lights,depending on unless adequate fire safety precautions are provided and accessibility by aircraft,during hours of restricted the airport operator has approved their use. Under no visibility or darkness. circumstances should flare pots be used within the AOA at any time. The use of electrical blasting caps shall not a. RSAs. be permitted on or within 1,000 feet(300m)of the airport property, (see AC 150/5370-10A, Standards for Open trenches or excavations are not permitted within Specking Construction of Airports.) 200 feet(60m)of the runway centerline and at least the existing RSA distance from the runway threshold while 3-15. FOREIGN OBJECT DEBRIS(FOD) the runway is open. If the runway must be opened before MANAGEMENT. excavations are backfilled,cover the excavations appropriately. Coverings for open trenches or Waste and loose materials,commonly referred to as FOD, excavations must be of sufficient strength to support the are capable of causing damage to aircraft landing gears, weight of the heaviest aircraft operating on the runway propellers,and jet engines. Construction contractors must (see paragraph 3-2,"Runway Safety Area,"for additional not leave or place FOD on or near active aircraft guidance,) movement areas. Materials tracked onto these areas must be continuously removed during the construction project. We also recommend that airport operators and construction contractors carefully control and remove waste or loose materials that might attract wildlife on a continual basis. Section 4. Safety Hazards and Impacts 3-16. OVERVIEW. a. Excavation adjacent to runways,taxiways,and aprons. The situations identified below are potentially hazardous conditions and may occur during airport construction. b. Mounds of earth,construction materials, Safety area encroachments, unauthorized and improper temporary structures,and other obstacles near any open ground vehicle operations, and unmarked or uncovered runway,taxiway,or taxilane or in the related object-free holes and trenches near aircraft operating surfaces pose and aircraft approach or departure areas/zones. the three most prevalent threats to airport operational c. Runway resurfacing projects resulting in lips safety during airport construction. Airport operators and exceeding 3 inches(7.62cm)from pavement edges and contractors should consider the following when ends, performing inspections of construction activity: 11 AC 150/5370-2D 5/30/2002 For runways and taxiways that have been permanently lighting and barricades.The contractor must file this closed,the lighting circuits should be disconnected.With information with the airport. runways,the threshold marking,runway designation marking,and touchdown zone markings should be b. Movement areas. obliterated and"Xs"placed at each end and at 1,000 feet (300m)intervals.With taxiways,a cross should be placed Use alternating orange and white flaglines, traffic cones, at each entrance of the closed taxiway. omnidirectional red flashers, and/or signs to separate all construction/maintenance areas from the movement area. When all runways are closed temporarily,the runways are All barricades, temporary markers, flagline supports, and marked as temporarily closed runways and the airport other objects placed and left in safety areas associated beacon is turned off.When the runways are closed with any open runway, taxiway, or taxilane must be as permanently,the runways are marked as permanently low as possible to the ground; of low mass; easily closed,the airport beacon is disconnected,and an"X"is collapsible upon contact with an aircraft or any of its placed in the segmented circle or at a central location if components; weighted or sturdily attached to the surface no segmented circle exists. to prevent displacement from prop wash,jet blast, wing vortex, or other surface wind currents; and, if affixed to 3-9. HAZARD MARKING. the surface,frangible at grade level or as low as possible, but not to exceed 3 inches(7.6cm)above the ground. Do Provide prominent,comprehensible warning measures for not use nonfrangible hazard markings, such as railroad any area affected by construction that is normally ties,jersey barricades, and/or metal-drum-type barricades accessible to aircraft, personnel, or vehicles. Using in aircraft movement areas. appropriate hazard markings may prevent damage,injury, Barricade taxiways leading to closed runways with highly traffic delays, and/or facility closures. Hazard markings reflective barriers with flashing or solid red lights. must restrict access and make specific hazards obvious to Evaluate all operating factors when dealing with aircraft,personnel,and vehicles. Barricades,traffic cones temporary closures that can last from 10 to 15 minutes to (weighted or sturdily attached to the surface), or flashers a much longer period of time. However, we strongly are acceptable methods used to identify and define the recommend that, even for closures of relatively short limits of construction and hazardous areas on airports. duration, major taxiway/runway intersections be marked. Provide temporary hazard marking to prevent aircraft Mark the with barricades with a flashing red light spaced from taxiing onto a closed runway for takeoff and to at 20 feet (6m) intervals. At a minimum, use a single identify open manholes, small areas under repair, barricade placed on the taxiway centerline. stockpiled material, and waste areas. Also consider less obvious construction-related hazards, including markings 3-10. CONSTRUCTION NEAR NAVIGATIONAL to identify FAA, airport, and National Weather Service AIDS(NAVAIDS). facilities cables and power lines; instrument landing system(ILS)critical areas;and other sensitive areas. Construction, activities, materials/equipment storage, and vehicle parking near electronic NAVAIDS require special a. Nonmovement areas. consideration since they may interfere with signals Indicate construction locations on nonmovement areas in essential to air navigation. Evaluate the effect of which no part of an aircraft may enter by the using construction activity and the required distance and barricades that are marked with diagonal,alternating direction from the NAVAID for each construction project. orange and white stripes. Supplement these barricades Pay particular attention to stockpiling material,as well as with alternating orange and white flags at least 20 by 20 to movement and parking of equipment that may interfere inches(50 by 50cm)square and made and installed so with line-of-sight from the ATCT or electronic emissions. they are always in an extended position,properly Interference from construction may require NAVAID oriented,and securely fastened to eliminate jet engine shutdown or adjustment of instrument approach ktiP ingestion. Such barricades may be many different shapes minimums for IFR. This condition requires that a and made from various materials,including railroad ties, NOTAM be filed. Construction activities and sawhorse,jersey barriers,or barrels.During reduced materials/equipment storage near NAVAIDS may also visibility or night hours,supplement the barricades with obstruct access to the equipment and instruments for yellow or lights,either flashing or steady burning. If maintenance. Before commencing construction activity, w an aircraft would normally have access to these areas use parking vehicles, or storing construction equipment and red lights.The intensity of the lights and spacing for materials near NAVAIDS,consult with the nearest FAA barricade flags and lights must adequately and without Airways Facilities Office. ambiguity delineate the hazardous area. The construction specification must include a provision requiring the contractor to have a person on call 24 hours a day for emergency maintenance of airport hazard 10 AC 150/5370-2D 5/30/2002 APPENDIX 2. DEFINITIONS OF TERMS USED IN THE AC 1. AIRPORT OPERATIONS AREA(AOA). Any centerline provided to enhance safety of aircraft area of the airport used or intended to be used for the operations by having the area free of objects except for landing,takeoff,or surface maneuvering of aircraft. An those objects that need to be located in the OFA for air air operations area includes such paved or unpaved areas navigation or aircraft ground maneuvering purposes(see that are used or intended to be used for the unobstructed AC 150/5300-13,Airport Design, for additional guidance movement of aircraft in addition to its associated on OFA standards and wingtip clearance criteria). runways,taxiways,or aprons. 8. OBSTACLE-FREE ZONE(OFZ). A design 2. CERTIFICATED AIRPORT. An airport that has standard involving imaginary surfaces near a runway. been issued an Airport Operating Certificate by the FAA Included are the runway OFZ,inner-transitional surface under the authority of 14 CFR part 139,Certification and OFZ,and inner-approach OFZ. The OFZ is a Operation:Land Airports Serving Certain Air Carriers. three-dimensional volume of airspace that supports the 3. FAA FORM 7460-1,NOTICE OF PROPOSED transition of ground to airborne aircraft operations(and CONSTRUCTION OR ALTERATION. The form vice versa). The OFZ clearing standard precludes submitted to the FAA Regional Air Traffic Division as penetrations by taxiing and parked airplanes and other formal written notification of any kind of construction or objects,except for frangible visual navigational aids alteration of objects that affect navigable airspace,as (NAVAIDS)that need to be located in the OFZ because defined in 14 CFR part 77,Objects Affecting Navigable of their function(refer to AC 150/5300-13 for guidance Airspace(see AC 70/7460-2,Proposed Construction or on OFZs). Alteration of Objects That May Affect the Navigable 9. RUNWAY SAFETY AREA(RSA). A defined Airspace). surface surrounding the runway prepared or suitable for 4. FAA FORM 7480-1,NOTICE OF LANDING reducing the risk of damage to airplanes in the event of an AREA PROPOSAL. Form submitted to the FAA undershoot,overshoot,or excursion from the runway,in Airports Regional Office or Airports District Office as accordance with AC 150/5300-13. formal written notification whenever a project without an 10. TAXIWAY SAFETY AREA. A defined airport layout plan on file with the FAA involves the surface alongside the taxiway prepared or suitable for construction of a new airport;the construction,realigning, reducing the risk of damage to an airplane unintentionally altering,activating,or abandoning of a runway,landing departing the taxiway,in accordance with AC 150/5300- strip,or associated taxiway;and the deactivation or 13. abandoning of an entire airport. 11. THRESHOLD. The beginning of that portion 5. MOVEMENT AREA. The runways,taxiways,and of the runway available for landing.In some instances, other areas of an airport that are used for taxiing or hover the landing threshold may be displaced. taxiing,air taxiing,takeoff,and landing of aircraft, 12. DISPLACED THRESHOLD. The portion of exclusive of loading ramps and aircraft parking areas pavement behind a displaced threshold that may be (reference 14 CFR part 139). available for takeoffs in either direction or landing from 6. OBSTRUCTION. A structure,natural growth, the opposite direction. vehicle,or construction material that penetrates any 13. VISUAL GLIDE SLOPE INDICATOR airport imaginary surface defined by 14 CFR part 77, (VGI). This device provides a visual glide slope indicator including primary,transitional,approach,horizontal,and to landing pilots. These systems include precision conical surfaces: approach path indicator(PAPI)and visual Approach y 7. OBJECT-FREE AREA(OFA). An area on the slope indicator(VASI). ground centered on the runway,taxiway,or taxilane A-2 5/30/2002 AC 150/5370-2D APPENDIX 3. AIRPORT CONSTRUCTION SAFETY PLANNING GUIDE Aviation Safety Requirements During Construction PURPOSE. This appendix provides airport operators construction. Upon completion of work and return of all with boilerplate format and language for developing a such areas to standard conditions,the contractor must, safety plan for an airport construction project. Adapt this through the airport operator,verify the cancellation of all appendix,as applicable,to specific conditions found on notices issued via the NOTAM System. Throughout the the airport for which the plan is being developed.Plans duration of the construction project,the contractor must— should contain the following: a. Be aware of and understand the safety problems 1. GENERAL SAFETY REQUIREMENTS, and hazards described in AC 150/5370-2, Operational Safety on Airports During Construction. Throughout the construction project,the following safety b. Conduct activities so as not to violate any safety and operational practices should be observed: standards contained in AC 150/5370-2 or any of the • Operational safety should be a standing agenda references therein. item during progress meetings throughout the construction project. c. Inspect all construction and storage areas as often as necessary to be aware of conditions. • The contractor and airport operator shall perform onsite inspections throughout the project,with d. Promptly take all actions necessary to prevent or immediate remedy of any deficiencies,whether remedy any unsafe or potentially unsafe conditions as caused by negligence,oversight,or project scope soon as they are discovered. change. • Airport runways and taxiways remain in use by 3. APPROACH CLEARANCE TO RUNWAYS. aircraft to the maximum extent possible. Runway thresholds must provide an unobstructed • Aircraft use of areas near the contractor's work approach surface ratio over equipment and materials. will be controlled to minimize disturbance to the (Refer to Appendix 2 in AC 150/5300-13,Airport Design, contractor's operation. for guidance in this area.) • Contractor,sub contractor,and supplier 4. RUNWAY AND TAXIWAY SAFETY AREA employees or any other unauthorized persons (RSA and TSA). must be restricted from entering or remaining in —. an airport area that would be hazardous. A runway must be closed/partially closed if construction • Construction that is within the safety area of an activity will occur within the RSA(see AC 150/5370-2 active runway,taxiway,or apron that is for exceptions). Construction activity within the performed under normal operational conditions TSA/obstacle-free zone is permissible when the taxiway must be performed when the runway,taxiway,or is open to aircraft traffic if adequate wingtip clearance apron is closed or use restricted and initiated exists between the aircraft and equipment/material; only with prior permission from the airport evacuations,trenches,or other conditions are operator. conspicuously marked and lighted;and local NOTAMs are in effect for the activity(see AC 150/5300-13 for • The contracting officer,airport operator,or other wingtip clearance requirements.) The NOTAM should designated airport representative may order the ...- state that,"personnel and equipment are working adjacent contractor to suspend operations;move to Taxiway . personnel,equipment,and materials to a safe location;and stand by until aircraft use is a. Procedures for protecting runway edges. completed. • Limit construction to no closer than 200 feet 2. CONSTRUCTION MAINTENANCE AND (60M)from the runway centerline,unless FACILITIES MAINTENANCE. the runway inclosed or restricted to aircraft operations requiring a lesser standard RSA Before beginning any construction activity,the contractor that is equal to the RSA available during must,through the airport operator,give notice(using the construction. Notice to Airmen(NOTAM)System)of proposed location,time,and date of commencement of A-3 5/30/2002 AC 150/53702D APPENDIX 4. SAMPLE NOTAM AIRPORT FAA NOTAM# DATE: AIRPORT I.D.# TIME: NOTAM TEXT: NOTIFICATON: ####TOWER PHONE# INITIALS TIME CALLED IN BY ####AFSS PHONE# INITIALS TIME CALLED IN BY AIRLINES S CANCELLED: NOTIFICATON: ####TOWER PHONE# INITIALS TIME CALLED IN BY ####AFSS PHONE# INITIALS TIME CALLED IN BY AIRLINES 5 A-7 AC 150/5370-2D 5/30/2002 location),as designated by:airport manager /project b. Prominently mark open trenches,excavations, engineer other (specify). and stockpiled materials at the construction site with alternating orange and white flags and light these d. Access to the job site shall be via obstacles during hours of restricted visibility and (specify route)as shown on the plans /designated darkness. by the engineer /designated by the superintendent /designated by the airport c. Marking and lighting of closed,deceptive,and manager /other (specify). hazardous areas on airports,as appropriate. e. At 14 CFR part 139 certificated airports,all d. Constrain stockpiled material to prevent its vehicle operators having access to the movement area movement as a result of the maximum anticipated aircraft shall be familiar with airport procedures for the operation blast and forecast wind conditions. of ground vehicles and the consequences of non- compliance. 12. RADIO COMMUNICATIONS. f. If the airport is certificated and/or has a security Vehicular traffic located in or crossing an active plan,the airport operator should check for guidance on movement area must have a working two-way radio in the additional identification and control of construction contact with the control tower or be escorted by a flag equipment. person(in radio contact with the tower). The driver, through personal observation,should confirm that no 10. NAVIGATIONAL AIDS. aircraft is approaching the vehicle position. Construction personnel may operate in a movement area without two- The contractor must not conduct any construction activity way radio communication provided a NOTAM is issued within navigational aids'restricted areas without prior closing the area and that the area is properly marked to approval from the local FAA Airway Facilities sector prevent incursions. Two-way radio communications are representative. Navigational aids include instrument /are not required between contractors and the landing system components and very high-frequency Airport Traffic Control Tower /FAA Flight Service omnidirectional range,airport surveillance radar. Such Station /Airport Aeronautical Advisory Stations restricted areas are depicted on construction plans. (UNICOM/CTAF) . Radio contact is /is not required between the hours of and . 11. LIMITATIONS ON CONSTRUCTION. Continuous monitoring is required /or is required only when equipment movement is necessary in certain Additional limitations on construction shall include— areas. (This section may be tailored to suit the specific vehicle and safety requirements of the airport sponsor.) a. Prohibit open-flame welding or torch cutting operations unless adequate fire safety precautions are 13. DEBRIS. provided and these operations have been authorized by the engineer(as tailored to conform to local requirements Waste and loose material must not be placed in active and restrictions). movement areas. Materials tracked onto these areas must be removed continuously during the work project. A-6 5/30/2002 AC 150/5370.2D Complete the following chart to determine the area that must be protected prior to the runway threshold: RUNWAY Airplane Aircraft MINIMUM SAFETY MINIMUM UNOBSTRUCTED END Design Group* Approach AREA BEHIND APPROACH SLOPE NUMBER Category* THRESHOLD* I,II,III,or IV A,B,C,or D :FEET : 1 to(threshold) :FEET : 1 to(threshold) :FEET : 1 to(threshold) :FEET : 1 to(threshold) *See AC 150/5300-13,Airport Design, to complete the chart for specific runway. 5. MARKING AND LIGHTING FOR the airport operator/contractor,as specified in the contract TEMPORARY THRESHOLDS. and will be depicted on the plans. Marking and lighting for a temporary threshold is /is 8. TEMPORARY LIGHTING AND MARKING. not required.The airport owner or contractor,as specified in the contract will furnish and maintain Airport markings,lighting,and/or signs will be altered in markings for temporary thresholds. Precision approach the following manner(specify)during the period from path indicator(PAPI)or runway end identification lights to .The alterations are depicted on the (REIL)are /are not required. The airport owner plans. or contractor,as specified in the contract will furnish and install all temporary lighting. Include appropriate items 9. VEHICLE OPERATION MARKING AND per Chapter 3 of this AC. If marking and lighting for the CONTROL. temporary threshold is not required,delete this section of the safety plan. If visual aids and/or markings are Include the following provisions in the construction necessary,provide details. (Include applicable 14 CFR contract,and address them in the safety plans: part 77 surfaces in the contract documents.) a. When any vehicle,other than one that has prior 6. CLOSED RUNWAY MARKINGS AND approval from the airport operator,must travel over any LIGHTING. portion of an aircraft movement area,it shall be escorted and properly identified.To operate in those areas during The following must be specified for closed runways. daylight hours,the vehicle must have a flag or beacon Closed runway marking are /are not required. attached to it. Any vehicle operating on the movement Closed runway markings will be as shown on the areas during hours of darkness or reduced visibility plans /as furnished by the airport should be equipped with a flashing dome type light,the owner /other (specify). Barricades,flagging, color of which is in accordance with local or state codes. and flashers are /are not required at Taxiway and Runway and will be supplied by b. It may be desirable to clearly identify the the airport /other (specify). vehicles for control purposes by either assigned initials or numbers that are prominently displayed on each side of 7. HAZARDOUS AREA MARKING AND the vehicle. The identification symbols should be at LIGHTING. minimum 8-inch(20cm),block-type characters of a contrasting color,and easy to read. They may be applied Hazardous areas on the movement area will be marked either by using tape or a water-soluble paint to facilitate with barricades,traffic cones,flags,or flashers(specify). removal. Magnetic signs are also acceptable. In addition, These markings restrict access and make hazards obvious all vehicles must display identification media as specified to aircraft,personnel,and vehicles. During periods of low in the approved security plan. (This section should be visibility and at night,identify hazardous areas with red or revised to conform to the airport operator's requirements.) yellow omnidirectional flashing lights(specify).The hazardous area marking and lighting will be supplied by c. Employee parking shall be (specify A-5 AC 150/5370-2D 5/30/2002 • Prevent personnel,material,and/or FAA Regional Airports Office or Airports equipment,as defined in AC 150/5300-13, District Office and through the airport Paragraph-306,from penetrating the OFZ. operator issue an appropriate NOTAM. • Coordinate construction activity with the Airport Traffic Control Tower(ATCT), Complete the following chart to determine the area that must be protected along the runway edges: RUNWAY Aircraft Approach Airplane RSA WIDTH IN FEET Divided by 2* Category* Design Group* I3,C,or D I,II,III,or IV *See AC 150/5300-13,Airport Design,to complete the chart for specific runway. b. Runway Ends. • Prevent personnel,material,and/or equipment, as defined in AC 150/5300-13,from penetrating • Maintain the RSA from the runway the OFZ. threshold to a point at least the distance from the runway threshold as existed before • Ensure adequate distance for blast protection is construction activity, unless the runway is provided,as needed. closed or restricted to aircraft operations requiring a RSA that is equal to the RSA • Coordinate construction activity with the ATCT, width available during construction in FAA Regional Division Office,or Airport accordance with AC 150/5300-13. This District Office,and,through the airport operator, may involve the use of declared distances issue an appropriate NOTAM. and partial runway closures(see AC • Provide a drawing showing the profile of the 150/5370-2 for exceptions). appropriate surfaces of each runway end where • Ensure all personnel,materials,and/or construction will take place. Where operations equipment are clear of the applicable by turbojet aircraft are anticipated,review threshold siting criteria surface as defined in takeoff procedures and jet blast characteristics of Appendix,"Threshold Siting aircraft,and incorporate safety measures for Requirements,"of AC 150/5370-2. construction workers in the contract documents. A-4 +a. APPENDIX A—WAGE RATES CITY OF RENTON eel ail APPENDIX A HOURLY MINIMUM WAGE RATES efit H:\DIVISION.S\TRANSPOR.TAT\DESIGN.ENG\Ryan\Airport_Gates\BidPack\AppA\COVERappA.DOC Renton Municipal Airport Security Gate Replacement #1/ FEDERAL WAGE RATES WAIS Document Retrieval GENERAL DECISION WA020001 07/19/2002 WAl ow Date: July 19, 2002 General Decision Number WA020001 ow Superseded General Decision No. WA010001 State: Washington or Construction Type: HEAVY HIGHWAY am County(ies) : STATEWIDE ow HEAVY AND HIGHWAY AND DREDGING CONSTRUCTION PROJECTS (Excludes D.O.E. Hanford Site in Benton and Franklin Counties) o" Modification Number Publication Date 0 03/01/2002 1 03/08/2002 or 2 03/15/2002 3 03/29/2002 4 04/19/2002 5 05/03/2002 - 6 05/10/2002 7 06/07/2002 8 06/21/2002 9 07/05/2002 ow 10 07/19/2002 ow ELEC0046A 06/03/2002 Rates Fringes CLALLAM, JEFFERSON, KING AND KITSAP COUNTIES ✓ ELECTRICIANS 33.50 3%+9.57 CABLE SPLICERS 36.85 3%+9.57 ow ENGI0302E 06/01/2002 Rates Fringes ow 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) , vo SAN JUAN, SKAGIT, SNOHOMISH, WHATCOM AND YAKIMA (WEST OF THE 120TH MERIDIAN) COUNTIES PROJECTS ow CATEGORY A PROJECTS (excludes Category B projects, as show below) aw iwr a POWER EQUIPMENT OPERATORS: Zone 1 (0-25 radius miles) : GROUP lAAA 31. 14 8.40 GROUP IAA 30. 64 8.40 GROUP lA 30. 14 8.40 w GROUP 1 29. 64 8.40 GROUP 2 29.20 8.40 GROUP 3 28. 84 8.40 GROUP 4 26.74 8.40 Wei 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 10 POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP lAAA - Cranes-over 300 tons or 300 ft. of boom (including 10 job with attachments) GROUP IAA - Cranes - 200 tons to 300 tons or 250 ft. of boom Ir (including jib and attachments) ; Tower crane over 175 ft. in height, base to boom gg GROUP lA - Cranes - 100 tons thru 199 tons or 150' of boom (including jib with attachments) ; Crane-overhead, bridge type, 100 tons and over; Tower crane up to 175 ft. in height base to boom; Loader-overhead, 8 yards and over; Shovel, excavator, 40 backhoes-6 yards and over with attachments GROUP 1 - Cableway; Cranes-45 tons thru 99 tons, under 150 ft. of boom (including jib with attachments) ; Crane-overhead, bridge ' type, 45 tons thru 99 tons; Shovel, excavator, backhoes over 3 yards and under 6 yards; Hard tail end dump articulating off-road equipment 45 yards and over; Loader-overhead, 6 yards to, but not y 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 yards and over; Slipform pavers; Transporters, all track or truck type GROUP 2 - Barrier machine (zipper) ; Batch 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; Crusher; Deck Engineer/Deck Winches (power) ; Drilling machine; Excavator, shovel backhoe-3 yards and under; Finishing machine Bidwell, Gamaco and similar equipment; Guardrail punch; ti Horizontal/directional drill operator; Loaders, overhead under 6 yds. ; Loaders-plant feed; Locomotives-all; Mechanics-all; Mixers-asphalt plant; Motor patrol graders-finishing; Pildriver (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 I w dump, articulating off-road equipment-under 45 yards; Subgrader `"w trimmer; Tractors, backhoes-over 75 hp; Transfer material service machine-shuttle buggy, blow knox, roadtec; Truck crane oiler/driver-100 tons and over; Truck mount portable conveyor;Yo ,w Yo Pay Dozer GROUP 3 - Conveyors; Cranes-thru 19 tons with attachments; Cranes-A-frame over 10 tons; Drill oilers-auger type, truck or crane mount; Dozers D9 and under; Forklifts-3000 lbs and over with attachments; horizontal/directional drill locator; Outside hoists- (elevators and manlifts) , air tuggers, strao tower bucket ow 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 moo engineers-equipment; Trenching machines; Truck crane oiler/ driver-under 100 tons Tractors, backhoes-under 75 hp GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor; low 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 sor mix; Wheel Tractors, farmall type; Shot crete/gunite equipment operator rr 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: woo 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 r 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. w WORK PERFORMED ON HYDRAULIC DREDGES: Total Project Cost $300, 000 and over GROUP 1 28.38 8.40 me GROUP 2 28.48 8.40 GROUP 3 28.82 8.40 rw GROUP 4 28.87 8.40 GROUP 5 30.26 8.40 GROUP 6 28.38 8.40 yr GROUP 1: Assistant Mate (Deckhand) GROUP 2: Oiler GROUP 3: Assistant Engineer (Electric, Diesel, Steam or om Booster Pump) ; Mates and Boatmen GROUP 4 : Craneman, Engineer Welder GROUP 5: Leverman, Hydraulic AMP di GROUP 6: Maintenance Total Project cost under $300, 000 GROUP 1 26. 96 8.40 GROUP 2 27.06 8. 40 GROUP 3 27.38 8.40 GROUP 4 27.43 8 .40 GROUP 5 28.75 8.40 GROUP 6 26. 96 8.40 GROUP 1: Assistant Mate (Deckhand) GROUP 2: Oiler MO GROUP 3: Assistant Engineer (Electric, Diesel, Steam, or Booster Pump) ; Mates and Boatmen GROUP 4 : Craneman, Engineer Welder GROUP 5: Leverman, Hydraulic GROUP 6: Maintenance HEAVY WAGE RATES (CATEGORY A) APPLIES TO CLAM SHELL DREDGE, HOE AND DIPPER, SHOVELS AND SHOVEL ATTACHMENTS, CRANES AND BULLDOZERS. HANDLING OF HAZAARDOUS WASTE MATERIALS: Personnel in all craft Y classifications subject to working inside a federally designated hazardous perimeter shall be eligible for compensation in accordance with the following group schedule relative to the level of hazardous waste as outlined in the specific hazardous waste project site safety plan. H-1 Base wage rate when on a hazardous waste site when not outfitted with protective clothing r H-2 Class "C" Suit - Base wage rate plus $.25 per hour. H-3 Class "B" Suit - Base wage rate plus $.50 per hour. H-4 Class "A" Suit - Base wage rate plus $.75 per hour. IRON0029I 07/01/2001 Rates Fringes CLARK, CLALLAM, CHELAN, COWLITZ, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITTITAS, KLICKITAT, KITSAP, LEWIS, MASON, PACIFIC, PIERCE, SKAGIT, SKAMANIA, SNOHOMISH, THURSTON, WAHKAIKUM, WHATCOM AND YAKIMA COUNTIES MO IRONWORKERS 25.82 11.35 PAIN0005B 06/01/2002 Rates Fringes STATEWIDE EXCEPT CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH) , SKAMANIA, AND WAHKIAKUM COUNTIES STRIPERS 21.25 6.40 PAIN0005D 03/01/2000 Rates Fringes 110 CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM 1 S 0 or COUNTIES irr PAINTERS 22.94 3.73 +r�r PLAS0528A 06/01/2002 Rates Fringes CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, 'o' MASON, PACIFIC (NORTH) , PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON, AND WHATCOM COUNTIES CEMENT MASON 27.18 9.84 my COMPOSITION, COLOR MASTIC, TROWEL MACHINE, GRINDER, wr POWER TOOLS, GUNNITE NOZZLE 27.43 9.84 PLUM0032B 01/01/2002 'r Rates Fringes CLALLAM, KING AND JEFFERSON COUNTIES it PLUMBERS AND PIPEFITTERS 32.08 11.53 TEAM0174A 06/01/2002 w Rates Fringes CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC (North of a straight line made by extending the mow north boundary line of Wahkiakum County west to the Pacific Ocean) , PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES 'ND TRUCK DRIVERS; GROUP 1: 25.79 9. 68 GROUP 2: 25.21 9.68 GROUP 3: 22.81 9. 68 fam GROUP 4: 18.56 9. 68 GROUP 5: 25.55 9.68 mo 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, Tournorockers, Tournowagon, Tournotrailer, Cat DW series, Terra Cobra, Le Tourneau, me 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 mit 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 rr mr, a over capacity 1 GROUP 2 - Bulllifts, or similar equipment used in loading or unloading trucks, transporting materials on job site; Dumpsters, and similar equipment, Tournorockers, Tournowagon, Turnotrailer, 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-tired) (when used within Teamster 40 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 $2.00 per hour for onsite work only) GROUP 4 - Escort or Pilot Car GROUP 5 - Mechanic HAZMAT PROJECTS Anyone working on a HAZMAT job, where HAZMAT certification is CIF required, shall be compensated as a premium, in addition to the classification working in as follows: LEVEL C: +$.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. 00 ZONE DIFFERENTIALS MB Zone pay will be calculated from the city center of the following listed cities: BELLINGHAM CENTRALIA RAYMOND OLYMPIA EVERETT SHELTON ANACORTES BELLEVUE SEATTLE PORT ANGELES MT. VERNON KENT TACOMA PORT TOWNSEND ABERDEEN BREMERTON TRAVEL - Zone A - 0 - 25 miles - Free Zone Zone B - 25 - 45 miles - $ .70 per hour. Zone C - Over 45 miles - $1.00 per hour. 0 a moo WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within our 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) (ii) ) . ow In the listing above, the "SU" designation means that rates listed under that identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. ow WAGE DETERMINATION APPEALS PROCESS 1. ) Has there been an initial decision in the matter? This can be: w * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling our On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour orr Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2. ) and 3. ) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations ow Wage and Hour Division U. S. Department of Labor 200 Constitution Avenue, N. W. we Washington, D. C. 20210 2. ) If the answer to the question in 1. ) is yes, then an tow 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. ass Washington, D. C. 20210 The request should be accompanied by a full statement of the ow pr 40 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 ;MIS interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board) . Write to: Administrative Review Board 44 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 iii 40 40 111 Ml 00 40 40 40 I' OM N r State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section-Telephone(360)902-5335 PO Box 44540,Olympia,WA 98504-4540 Washington State Prevailing Wage Rates For Public Works Contracts 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. KING COUNTY Effective 03-03-02 (See Benefit Code Key) w Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ASBESTOS ABATEMENT WORKERS grig JOURNEY LEVEL $29.67 1M 5D BOILERMAKERS JOURNEY LEVEL $38.71 1B 5N BRICK AND MARBLE MASONS JOURNEY LEVEL $35.37 1M 5A 'r. CABINET MAKERS(IN SHOP) JOURNEY LEVEL $11.71 1 CARPENTERS ACOUSTICAL WORKER $35.31 1M 5D 40 BRIDGE,DOCK AND WARF CARPENTERS $35.15 1M 5D CARPENTER $35.15 1M 5D CREOSOTED MATERIAL $35.25 1M 5D DRYWALL APPLICATOR $34.94 1M 5D ow FLOOR FINISHER $35.28 1M 5D FLOOR LAYER $35.28 1M 5D FLOOR SANDER $35.28 1M 5D MILLWRIGHT AND MACHINE ERECTORS $36.15 1M 5D wr PILEDRIVERS,DRIVING,PULLING,PLACING COLLARS AND WELDING $35.35 1M 5D SAWFILER $35.28 1M 5D SHINGLER $35.28 1M 5D STATIONARY POWER SAW OPERATOR $35.28 1M 5D STATIONARY WOODWORKING TOOLS $35.28 1M 5D Aso CEMENT MASONS JOURNEY LEVEL $36.15 1M 5D DIVERS&TENDERS DIVER $75.57 1M 5D 8A ass DIVER TENDER $37.85 1M 5D DREDGE WORKERS ASSISTANT ENGINEER $35.67 1B 5D 8L ASSISTANT MATE(DECKHAND) $35.23 1B 5D 8L ww BOATMEN $35.67 1B 5D 8L ENGINEER WELDER $35.72 1B 5D 8L LEVERMAN,HYDRAULIC $37.11 1B 5D 8L MAINTENANCE $35.23 1B 5D 8L we MATES $35.67 1B 5D 8L OILER $35.33 1B 5D 8L DRYWALL TAPERS JOURNEY LEVEL $34.92 1J 5B ELECTRICIANS-INSIDE 4W CABLE SPLICER $45.65 1D 6H CABLE SPLICER(TUNNEL) $62.70 1D 6H CERTIFIED WELDER $43.99 1D 6H CERTIFIED WELDER(TUNNEL) $60.27 1D 6H CONSTRUCTION STOCK PERSON $23.33 1D 6H JOURNEY LEVEL $42.33 1D 6H JOURNEY LEVEL(TUNNEL) $57.83 1D 6H ELECTRICIANS-POWERLINE CONSTRUCTION Avoi CABLE SPLICER $44.01 4A 5A CERTIFIED LINE WELDER $40.40 4A 5A GROUNDPERSON $29.62 4A 5A w Page 1 DIY KING COUNTY iii Effective 03-03-02 (See Benefit Code Key) Over lit PREVAILING Time Holiday Note Classification WAGE Code Code Code tiii 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 illii POLE SPRAYER $40.40 4A 5A POWDERPERSON $31.13 4A 5A ELECTRONIC&TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $12.07 1 iiiili ELEVATOR CONSTRUCTORS CONSTRUCTOR $31.29 4A 6Q MECHANIC $42.25 4A 6Q MECHANIC IN CHARGE $46.63 4A 6Q M► PROBATIONARY CONSTRUCTOR $16.27 4A 6Q FENCE ERECTORS FENCE ERECTOR $24.62 1 FLAGGERS ilfr JOURNEY LEVEL $24.99 1M 5D GLAZIERS JOURNEY LEVEL $35.96 2E 5G HEAT&FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $35.93 1F 5C Ili HOD CARRIERS&MASON TENDERS JOURNEY LEVEL $30.15 1M 5D INLAND BOATMEN ASSISTANT ENGINEER $30.70 1K 5D CHIEF ENGINEER $31.57 1K 5D COOK $26.58 1K 5D DECK ENGINEER,ABLE SEAMAN,OILER $26.58 1K 5D DECKHAND $26.17 1K 5D Ili FIRST MATE $30.80 1K 5D MASTER $33.74 1K 5D MATE,LAUNCH OPERATOR $28.83 1K 5D MESSMAN $21.96 1K 5D Mil ORDINARY SEAMAN $23.28 1K 5D INSULATION APPLICATORS JOURNEY LEVEL $35.15 1M 5D IRONWORKERS JOURNEY LEVEL $37.17 1B 5A iM LABORERS ASPHALT RAKER $30.15 1M 5D BALLAST REGULATOR MACHINE $29.67 1M 5D BATCH WEIGHMAN $24.99 1M 5D CARPENTER TENDER $29.67 1M 5D CASSION WORKER $30.51 1M 5D CEMENT DUMPER/PAVING $30.15 1M 5D CEMENT FINISHER TENDER $29.67 1M 5D CHIPPING GUN(OVER 30 LBS) $30.15 1M 5D CHIPPING GUN(UNDER 30 LBS) $29.67 1M 5D CHUCK TENDER $29.67 1M 5D CLEAN-UP LABORER $29.67 1M 5D Iii 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 iii wr r KING COUNTY Effective 03-03-02 (See Benefit Code Key) W, Over PREVAILING Time Holiday Note Classification WAGE Code Code Code all DRILL OPERATOR(HYDRAULIC,DIAMOND) $30.15 1M 5D DRILL OPERATOR,AIRTRAC $30.51 1M 5D DUMPMAN $29.67 1M 5D FALLER/BUCKER,CHAIN SAW $30.15 1M 5D two FINAL DETAIL CLEANUP(i.e.,dusting,vacuuming,window cleaning;NOT $22.67 1M 5D construction debris cleanup) FINE GRADERS $29.67 1M 5D FIRE WATCH $29.67 1M 5D - FORM SETTER $29.67 1M 5D GABION BASKET BUILDER $29.67 1M 5D GENERAL LABORER $29.67 1M 5D GRADE CHECKER&TRANSIT PERSON $30.15 1M 5D - GRINDERS $29.67 1M 5D GROUT MACHINE TENDER $29.67 1M 5D HAZARDOUS WASTE WORKER LEVEL A $30.51 1M 5D HAZARDOUS WASTE WORKER LEVEL B $30.15 1M 5D HAZARDOUS WASTE WORKER LEVEL C $29.67 1M 5D for HIGH SCALER $30.51 1M 5D HOD CARRIER/MORTARMAN $30.15 1M 5D JACKHAMMER $30.15 1M 5D LASER BEAM OPERATOR $30.15 1M 5D err 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 woe 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 ow PIPELAYER&CAULKER(LEAD) $30.51 1M 5D PIPEWRAPPER $30.15 1M 5D POT TENDER $29.67 1M 5D POWDERMAN $30.51 1M 5D des POWDERMAN HELPER $29.67 1M 5D 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 w SPREADER(CONCRETE) $30.15 1M 5D 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 too 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 "9'" 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 to WELL-POINT LABORER $30.15 1M 5D LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS $11.07 1 Page 3 ail iliW iii KING COUNTY r„` Effective 03-03-02 (See Benefit Code Key) Overt PREVAILING Time Holiday Note Classification WAGE Code Code Code LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $10.63 1 II LANDSCAPING OR PLANTING LABORERS $8.42 1 LATHERS JOURNEY LEVEL $34.94 1M 5D PAINTERS II JOURNEY LEVEL $28.63 2B 5A PLASTERERS JOURNEY LEVEL $35.63 1R 5A PLUMBERS&PIPEFITTERS Ili JOURNEY LEVEL $44.76 1G 5A POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $33.59 1T 5D 8L BACKHOE,EXCAVATOR,SHOVEL (3 YD&UNDER) $36.05 1T 5D 8L BACKHOE,EXCAVATOR,SHOVEL (OVER 3 YD&UNDER 6 YD) $36.49 1T 5D 8L Ili BACKHOE,EXCAVATOR,SHOVEL(6 YD AND OVER WITH ATTACHMENTS) $36.99 1T 5D 8L BACKHOES, (75 HP&UNDER) $35.69 1T 5D 8L BACKHOES, (OVER 75 HP) $36.05 1T 5D 8L BARRIER MACHINE(ZIPPER) $36.05 1T 5D 8L BATCH PLANT OPERATOR,CONCRETE $36.05 1T 5D 8L BELT LOADERS(ELEVATING TYPE) $35.69 1T 5D 8L BOBCAT $33.59 1T 5D 8L BROOMS $33.59 1T 5D 8L Ili BUMP CUTTER $36.05 1T 5D 8L CABLEWAYS $36.49 1T 5D 8L CHIPPER $36.05 1T 5D 8L COMPRESSORS $33.59 1T 5D 8L CONCRETE FINISH MACHINE-LASER SCREED $33.59 1T 5D 8L CONCRETE PUMPS $35.69 1T 5D 8L CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $36.05 1T 5D 8L CONVEYORS $35.69 IT 5D 8L Id • CRANES, THRU 19 TONS,WITH ATTACHMENTS $35.69 1T 5D 8L CRANES, 20-44 TONS,WITH ATTACHMENTS $36.05 1T 5D 8L CRANES, 45 TONS-99 TONS,UNDER 150 FT OF BOOM(INCLUDING JIB $36.49 1T 5D 8L WITH ATACHMENTS) WO CRANES,100 TONS-199 TONS,OR 150 FT OF BOOM(INCLUDING JIB WITH $36.99 1T 5D 8L ATTACHMENTS) CRANES,200 TONS TO 300 TONS,OR 250 FT OF BOOM(INCLUDING JIB WITH $37.49 1T 5D 8L ATTACHMENTS) CRANES,A-FRAME, 10 TON AND UNDER $33.59 1T 5D 8L y► CRANES,A-FRAME,OVER 10 TON $35.69 1T 5D 8L CRANES,OVER 300 TONS,OR 300'OF BOOM INCLUDING JIB WITH $37.99 1T 5D 8L ATTACHMENTS CRANES,OVERHEAD,BRIDGE TYPE(20-44 TONS) $36.05 1T 5D 8L 1P CRANES,OVERHEAD,BRIDGE TYPE(45-99 TONS) $36.49 1T 5D 8L CRANES,OVERHEAD,BRIDGE TYPE(100 TONS&OVER) $36.99 1T 5D 8L CRANES,TOWER CRANE UP TO 175'IN HEIGHT,BASE TO BOOM $36.99 1T 5D 8L CRANES,TOWER CRANE OVER 175'IN HEIGHT,BASE TO BOOM $37.49 1T 5D 8L E. CRUSHERS $36.05 1T 5D 8L DECK ENGINEER/DECK WINCHES(POWER) $36.05 1T 5D 8L DERRICK,BUILDING $36.49 IT 5D 8L DOZERS,D-9&UNDER $35.69 1T 5D 8L iiii DRILL OILERS-AUGER TYPE,TRUCK OR CRANE MOUNT $35.69 1T 5D 8L DRILLING MACHINE $36.05 1T 5D 8L ELEVATOR AND MANLIFT,PERMANENT AND SHAFT-TYPE $33.59 1T 5D 8L EQUIPMENT SERVICE ENGINEER(OILER) $35.69 1T 5D 8L FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $36.05 1T 5D 8L 1. FORK LIFTS,(3000 LBS AND OVER) $35.69 1T 5D 8L FORK LIFTS,(UNDER 3000 LBS) $33.59 1T 5D 8L Page 4 Vs S ,w, KING COUNTY Effective 03-03-02 (See Benefit Code Key) wor Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ++ GRADE ENGINEER $35.69 1T 5D 8L GRADECHECKER AND STAKEMAN $33.59 1T 5D 8L HOISTS,OUTSIDE(ELEVATORS AND MANLIFTS),AIR TUGGERS $35.69 1T 5D 8L HORIZONTAUDIRECTIONAL DRILL LOCATOR $35.69 1T 5D 8L 'r' HORIZONTAUDIRECTIONAL DRILL OPERATOR $36.05 1T 5D 8L HYDRALIFTS/BOOM TRUCKS(10 TON&UNDER) $33.59 1T 5D 8L HYDRALIFTS/BOOM TRUCKS(OVER 10 TON) $35.69 1T 5D 8L LOADERS,OVERHEAD(6 YD UP TO 8 YD) $36.49 1T 5D 8L rNr LOADERS,OVERHEAD(8 YD&OVER) $36.99 IT 5D 8L LOADERS,OVERHEAD(UNDER 6 YD),PLANT FEED $36.05 1T 5D 8L LOCOMOTIVES,ALL $36.05 1T 5D 8L MECHANICS,ALL $36.05 IT 5D 8L +rir MIXERS,ASPHALT PLANT $36.05 1T 5D 8L MOTOR PATROL GRADER(FINISHING) $36.05 1T 5D 8L MOTOR PATROL GRADER(NON-FINISHING) $35.69 1T 5D 8L MUCKING MACHINE,MOLE,TUNNEL DRILL AND/OR SHIELD $36.49 IT 5D 8L ar OIL DISTRIBUTORS,BLOWER DISTRIBUTION AND MULCH SEEDING $33.59 1T 5D 8L OPERATOR PAVEMENT BREAKER $33.59 IT 5D 8L PILEDRIVER(OTHER THAN CRANE MOUNT) $36.05 1T 5D 8L ow PLANT OILER(ASPHALT CRUSHER) $35.69 1T 5D 8L POSTHOLE DIGGER,MECHANICAL $33.59 1T 5D 8L POWER PLANT $33.59 1T 5D 8L PUMPS,WATER $33.59 1T 5D 8L QUAD 9,D-10,AND HD-41 $36.49 1T 5D 8L wfr REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING EQUIP $36.49 1T 5D 8L RIGGER AND BELLMAN $33.59 1T 5D 8L ROLLAGON $36.49 1T 5D 8L ROLLER,OTHER THAN PLANT ROAD MIX $33.59 1T 5D 8L '0 ROLLERS,PLANTMIX OR MULTILIFT MATERIALS $35.69 1T 5D 8L ROTO-MILL,ROTO-GRINDER $36.05 1T 5D 8L SAWS,CONCRETE $35.69 1T 5D 8L SCRAPERS-SELF PROPELLED,HARD TAIL END DUMP,ARTICULATING $36.05 1T 5D 8L rr OFF-ROAD EQUIPMENT(UNDER 45 YD) SCRAPERS-SELF PROPELLED,HARD TAIL END DUMP,ARTICULATING $36.49 1T 5D 8L OFF-ROAD EQUIPMENT(45 YD AND OVER) SCRAPERS,CONCRETE AND CARRY ALL $35.69 1T 5D 8L ,_ SCREED MAN $36.05 1T 5D 8L SHOTCRETE GUNITE $33.59 1T 5D 8L SLIPFORM PAVERS $36.49 1T 5D 8L SPREADER,TOPSIDE OPERATOR-BLAW KNOX $36.05 1T 5D 8L SUBGRADE TRIMMER $36.05 1T 5D 8L TRACTORS,(75 HP&UNDER) $35.69 1T 5D 8L TRACTORS,(OVER 75 HP) $36.05 1T 5D 8L TRANSFER MATERIAL SERVICE MACHINE $36.05 1T 5D 8L TRANSPORTERS,ALL TRACK OR TRUCK TYPE $36.49 1T 5D 8L wart TRENCHING MACHINES $35.69 1T 5D 8L TRUCK CRANE OILER/DRIVER(UNDER 100 TON) $35.69 1T 5D 8L TRUCK CRANE OILER/DRIVER(100 TON&OVER) $36.05 1T 5D 8L WHEEL TRACTORS,FARMALL TYPE $33.59 1T 5D 8L our YO YO PAY DOZER $36.05 1T 5D 8L POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $29.97 4A 5A SPRAY PERSON $28.35 4A 5A ais TREE EQUIPMENT OPERATOR $28.75 4A 5A TREE TRIMMER $26.62 4A 5A TREE TRIMMER GROUNDPERSON $19.48 4A 5A wit Page 5 1111. o KING COUNTY Vat Effective 03-03-02 (See Benefit Code Key) Over la PREVAILING Time Holiday Note Classification WAGE Code Code Code REFRIGERATION&AIR CONDITIONING MECHANICS iii MECHANIC $43.46 1G 5A ROOFERS JOURNEY LEVEL $32.53 1R 5A USING IRRITABLE BITUMINOUS MATERIALS $35.53 1R 5A 1a SHEET METAL WORKERS JOURNEY LEVEL(FIELD OR SHOP) $39.68 1J 6L SIGN MAKER $16.84 1 • SIGN MAKER $15.61 1 iiiii SOFT FLOOR LAYERS JOURNEY LEVEL $30.60 1B 5A SOLAR CONTROLS FOR WINDOWS JOURNEY.LEVEL $12.44 1 5S SPRINKLER FITTERS(FIRE PROTECTION) la JOURNEY LEVEL $42.48 1B 5C SURVEYORS CHAIN PERSON $9.35 1 INSTRUMENT PERSON $11.40 1 ilk PARTY CHIEF $13.40 1 TELEPHONE LINE CONSTRUCTION-OUTSIDE CABLE SPLICER $24.74 2B 5A HOLE DIGGER/GROUND PERSON $13.18 2B 5A INSTALLER(REPAIRER) $23.66 2B 5A JOURNEY LEVEL TELEPHONE LINEPERSON $22.91 2B 5A SPECIAL APPARATUS INSTALLER I $24.74 2B 5A SPECIAL APPARATUS INSTALLER II $24.21 2B 5A Via TELEPHONE EQUIPMENT OPERATOR(HEAVY) $24.74 2B 5A TELEPHONE EQUIPMENT OPERATOR(LIGHT) $22.91 2B 5A TELEVISION GROUND PERSON $12.42 2B 5A TELEVISION LINEPERSON/INSTALLER $17.02 2B 5A TELEVISION SYSTEM TECHNICIAN $20.54 2B 5A illi TELEVISION TECHNICIAN $18.33 2B 5A TREE TRIMMER $22.91 2B 5A TERRAZZO WORKERS&TILE SETTERS JOURNEY LEVEL $32.83 1H 5A * TILE,MARBLE&TERRAZZO FINISHERS FINISHER $26.66 1H 5A TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $27.67 1K 5A ala TRUCK DRIVERS ASPHALT MIX(TO 16 YARDS) $33.48 1T 5D 8L ASPHALT MIX(OVER 16 YARDS) $34.06 IT 5D 8L DUMP TRUCK $33.48 1T 5D 8L DUMP TRUCK&TRAILER $34.06 1T 5D 8L la OTHER TRUCKS $34.06 1T 5D 8L TRANSIT MIXER $23.45 1 WELL DRILLERS&IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER $17.71 1 le OILER $12.97 1 WELL DRILLER $17.68 1 NO Ili Page 6 tit we BENEFIT CODE KEY-EFFECTIVE 03-03-02 i#iRiifiiRiii RRiR#kifii#iii##i#####iii#iifiRiRkRi#RiiiiRRRiiRfiRRiiii#iiiiifii##fi#kiiifiii##kRiiikii#ii##i#i#ikRi#i itiiti RitiR OVERTIME CODES oar OVERTIME CALCULATIONS ARE BASED ON THE HOURLY RATE ACTUALLY PAID TO THE WORKER. ON PUBLIC WORKS PROJECTS,THE HOURLY RATE MUST BE NOT LESS THAN THE PREVAILING RATE OF WAGE MINUS THE HOURLY RATE OF THE COST OF FRINGE BENEFITS ACTUALLY PROVIDED FOR THE WORKER. 1. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND ONE-HALF aar TIMES THE HOURLY RATE OF WAGE. B. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. air 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) *IN 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 Ulf MONDAY THROUGH FRIDAY,AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. F. THE FIRST EIGHT(8)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS(EXCEPT LABOR DAY)SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE. G. THE FIRST TEN (10) HOURS WORKED ON SATURDAYS AND THE FIRST TEN (10) HOURS WORKED ON A FIFTH wr CALENDAR WEEKDAY IN A FOUR - TEN HOUR SCHEDULE, SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. wrtr 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 MO WAGE. J. THE FIRST EIGHT(8)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. tiMr 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. airy L. ALL HOURS WORKED ON SATURDAYS,SUNDAYS AND HOLIDAYS(EXCEPT THANKSGIVING DAY AND CHRISTMAS DAY) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON THANKSGIVING DAY AND CHRISTMAS DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. rw M. ALL HOURS WORKED ON SATURDAYS(EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS)SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. vr, N. ALL HOURS WORKED ON SATURDAYS(EXCEPT MAKEUP DAYS)SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. P. ALL HOURS WORKED ON SATURDAYS(EXCEPT MAKEUP DAYS)AND SUNDAYS SHALL BE PAID AT ONE AND ONE- ." HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. Q. ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. a 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. ar R. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. Iry BENEFIT CODE KEY-EFFECTIVE 03-03-02 S -2- 1. S. ALL HOURS WORKED ON SUNDAYS BETWEEN THE HOURS OF 12:00AM SUNDAY AND 6:00AM MONDAY AND ON Wit 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 AF IER 6:00PM SATURDAY TO 6:00AM 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 Si 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 o PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. E. ALL HOURS WORKED ON SATURDAYS OR HOLIDAYS(EXCEPT LABOR DAY)SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON SUNDAYS OR ON LABOR DAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. F. THE FIRST EIGHT(8)HOURS WORKED ON HOLIDAYS SHALL BE PAID AT THE STRAIGHT HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. G. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE INCLUDING HOLIDAY PAY. H. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. J. ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE, INCLUDING THE HOLIDAY PAY. ALL HOURS WORKED ON UNPAID HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE. M. ALL HOURS WORKED ON SATURDAYS,SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE. O. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. 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). IWO 5. B. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY, FRIDAY il' — BENEFIT CODE KEY-EFFECTIVE 03-03-02 -3- srr 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). rnr 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). rrr I. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY(6). N. HOLIDAYS: NEW YEAR'S DAY,PRESIDENTS'DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,VETERANS' DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(9). O. PAID HOLIDAYS: NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,AND CHRISTMAS DAY(6). vow Q. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY(6). R. PAID HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY,ONE-HALF DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY.(7 1/2). S. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR IOW DAY,THANKSGIVING DAY,AND CHRISTMAS DAY(7). T. PAID HOLIDAYS: SEVEN(7)PAID HOLIDAYS. +or 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 aro - NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,CHRISTMAS DAY AND A FLOATING HOLIDAY(8). Y. HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,PRESIDENTIAL ELECTION DAY, THANKSGIVING DAY,THE FRIDAY FOLLOWING THANKSGIVING DAY,AND CHRISTMAS DAY(8). Z. HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). 6. A. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). C. HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,THE DAY AFTER THANKSGIVING DAY,THE LAST WORK DAY BEFORE CHRISTMAS DAY,AND CHRISTMAS DAY(9). D. PAID HOLIDAYS: NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS DAY,THE DAY BEFORE OR THE DAY AFTER CHRISTMAS DAY(9). H. HOLIDAYS: NEW YEAR'S DAY,MARTIN LUTHER KING JR.DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8). I. PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING ww 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 moo CHRISTMAS DAY.(8) BENEFIT CODE KEY-EFFECTIVE 03-03-02 -4- 6. Q. PAID HOLIDAYS: NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY. UNPAID HOLIDAY PRESIDENTS'DAY. S. PAID HOLIDAYS: NEW YEARS 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). ID 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. . II it Washington State Department of Labor and Industries vat Policy Statement (Regarding the Production of"Standard" or "Non-standard" Items) Below is the department's (State L&I's) list of criteria to be used in determining whether a prefabricated item is "standard" or "non-standard". For items not appearing on WSDOT's predetermined list, these criteria shall be used by the `sw Contractor (and the Contractor's subcontractors, agents to subcontractors, suppliers, manufacturers, and fabricators) to determine coverage under RCW 39.12. The production, in the State of Washington, of non-standard items is covered by RCW •• 39.12, and the production of standard items is not. The production of any item outside the State of Washington is not covered by RCW 39.12. 1. Is the item fabricated for a public works project? If not, it is not subject to RCW 39.12. If it is, go to question 2. 2. Is the item fabricated on the public works jobsite? If it is, the work is covered .r• 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 low the supplier? If not, the work is not covered by RCW 39.12. If yes, go to question 5. 5. Is the prefabricated item intended for the public works project typically an "" inventory item which could reasonably be sold on the general market? If not, the work is covered by RCW 39.12. If yes, go to question 6. ,r, 6. Does the specific prefabricated item, generally defined as standard, have any unusual characteristics such as shape, type of material, strength requirements, finish, etc? If yes, the work is covered under RCW 39.12. Any firm with questions regarding the policy, WSDOT's Predetermined List, or for determinations of covered and non-covered workers shall be directed to State L&I at (360) 902-5330. ort $$1$$ Supplemental To Wage Rates $$2$$ Page 1 rr WSDOT's Predetermined List for Suppliers - Manufacturers - Fabricators •' Below is a list of potentially prefabricated items, originally furnished by WSDOT to Washington State Department of Labor and Industries, that may be considered non- standard and therefore covered by the prevailing wage law, RCW 39.12. Items marked with an X in the "YES" column should be considered to be non-standard and therefore covered by RCW 39.12. Items marked with an X in the "NO" column should be considered to be standard and therefore not covered. Of course, exceptions to this general list may occur, and in that case shall be evaluated according to the criteria described in State and L&I's policy statement. riff ITEM DESCRIPTION YES NO 1. Manhole Ring & Cover- manhole type 1, 2, 3, and 4 X for bridges. For use with Catch Basin type 2. The casting to meet AASHTO-M-105, class 30 gray iron casting. See Std. Plan B-1f, B-23a, B-23b, B-23c, and B-23d. 2. Frame & Grate-frame and Grate for Catch B asin type X 1, IL, 1P, 2, 3, 4 and Concrete Inlets. Cast frame may be grade 70-36 steel, class 30 gray cast iron or grade 80-55-06 ductile iron. The cast grate may be grade 70-36 steel or grade 80-55-06 ductile iron. See Std. Plan B-2, B-2a, and B-2b. ski 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. a 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 ism YES NO 6. Corrugated Steel P ipe - Steel lock seam corrugated X pipe for culverts and storm sewers, sizes 30 inch to 120 inches in diameter. May also be w treated, 1 thru 5. 1111 7. Corrugated Aluminum Pipe -Aluminum lock seam X corrugated pipe for culverts and storm sewers, siz es 30 inch to 120 inches in diameter. May also be treated, #5. it 8. Anchor Bolts & Nuts-Anchor Bolts and Nuts, for X law mounting sign structures, luminaries and other items, shall be made from commercial bolt stock. See Contract Plans and Std. Plans for size and .w material type. •• 9. Aluminum Pedestrian Handrail - Pedestrian handrail X conforming to the type and mater ial specifications set forth in the contract plans. Welding of aluminum shall be in accordance with Section 9-28.15(3). irr wr 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 expansi on joint systems, etc., involving welding, cutting, punching and/or boring of holes. See Contact Plans for item description err and shop drawings. 12. Aluminum Bridge Railing Type BP- Metal bridge railing X conforming to the type and material speci fications set forth in the Contract Plans. Welding of aluminum shall be in 1111 accordance with Section 9-28.15(3). $$1$$ Supplemental To Wage Rates $$2$$ Page 3 trig YES NO 13. Concrete Piling--Precast-Prestressed concrete piling for X use as 55 and 70 ton concrete pil ing. 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. a. 14. Manhole Type 1, 2, 3 and 4- Precast Manholes with risers X and flat top slab and/or cones. See Std. Plans. i 15. Drywell - Drywell as specified in Contract Plans. X a. 16. Catch Basin-Catch Basin type 1, IL, 1P, 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 S td. Plans B-4f and B-4h. a. 19. Drop Inlet Type 2- Drop Inlet type 2 with support X angles and grate. See Std. Plans B-4g and B-4h. Pio 20. Grate Inlet Type 2- Grate Inlet Type 2 with risers and X up 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 a Plans for size and construction requirements. Shop drawings are to be provided for approval prior to casti ng. S $$1$$ Supplemental To Wage Rates $$2$$ Page 4 YES NO 22. Vault Risers- For use with Valve Vaults and Utilities X Vaults. 23. Valve Vault - For use with underground utilities . X imp See Contract Plans for details. r. 24. Precast Concrete Barrier- Precast Concrete Barrier for X use as new barrier or may also be used as Tempora ry Concrete Barrier. Only new state approved bar rier may be used as permanent barrier. '" 25. Reinforced Earth Wall Panels- Reinforced X Earth Wall Panels in size and shape as shown in the Plans. Fabrication plant has annual approval for 4W methods and materials to be used. See Shop Drawing. Fabrication at other locations may be approved, after facilities inspection, contact HQ. Lab. wr 26. Precast Concrete Walls- Precast Concrete Walls - X tilt-up wall panel in size and shape as shown in Plans. w Fabrication plant has annual approval for methods and materials to be used. r. 27. Precast Railroad Crossings -Concrete Crossing Structure X Slabs. 28. 12, 18 and 26 inch Standard Precast Prestressed X Girder-Standard Precast P restressed 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. lour See Std. Spec. Section 6-02.3(25)c. wr $$1$$ Supplemental To Wage Rates $$2$$ Page 5 r 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. S hop 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- P recast X Prestressed Hollow-core slab for use in structures. Fabricator plant has annual approval of methods and materials to be used. S hop Drawing to be provided for oio approval prior to casting gi rders. 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. Ii 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. ow 34. Cantilever Sign Structure-Cantilever S ign Structure X viii 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. +i 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. ow $$1$$ Supplemental To Wage Rates $$2$$ Page 6 YES NO 36. Steel Sign Bridges-Steel Sign Bridges fabricated X from steel tubing meeting AASHTO-M-138 for Aluminum Al loys. ••• 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. tar 38. Light Standard-Prestressed - Spun, prestressed, hollow, X concrete poles. low 39. Light Standards - Lighting Standards for use X on highway illumination systems, poles to be fabricated to conform with methods and materials as specified on Std. Plan J-1, J-1 a, and J-1 b. See Special Provisions for pre-approved drawings. err 40. Traffic Signal Standards-Traffic Signal Standards for X use on highway and/or street signal systems. Standards to be fabricated to conform with methods and material as specified on Std. Plans J-1, J-7a, J-7c, and J-8. See Special Provisions for pre-approved drawings. 41. Traffic Curb, Type A or C Precast-Type A or C X Precast traffic curb, for use in construction of raised channel ization, and other traffic delineation uses such as parking lots, rest areas, etc. NOTE: 4010 Acceptance based on ins pection of Fabrication Plant and an advance sample of curb sect ion to be submitted for approval by Engineer. w $$1$$ Supplemental To Wage Rates $$2$$ Page 7 11110 lit YES NO 42. Traffic Signs- Prior to approval of a Fabricator X X of Traffic Signs, the sources of the following custom std. signing materials must be submitted and approved msg msg for reflective sheeting, legend material, and aluminum sheeting. NOTE: *** Fabrication inspection required. Only signs tagged "Fabrication Approved" by WSDOT Sign mit Fabrication Inspector to be installed. 43. Cutting & bending reinforcing steel X 44. Guardrail components X X custom standard end sect. sect. ark 45. Aggregates/Concrete mixes Covered by WAC 296-127-018 tit 46. Asphalt Covered by WAC 296-127-018 47. Fiber fabrics X U' 48. Electrical wiring/components X 49. treated or untreated timber piles X 50. Girder pads (elastomeric bearing) X riri $$7$$ Supplemental To Wage Rates $$2$$ Page 8 ++ a' tot YES NO 51. Standard Dimension lumber X .r 52. Irrigation components X 53. Fencing materials X eso 54. Guide Posts X 55. Traffic Buttons X 56. Epoxy X 57. Cribbing X rr 58. Water distribution materials X 59. Steel "H" piles X +rr. 60. Steel pipe for concrete pil e casings X ..w 61. Steel pile tips, standard X 62. Steel pile tips, custom X low WO $$1$$ Supplemental To Wage Rates $$2$$ Page 9 tit WASHINGTON STATE PREVAILING WAGE RATES - EFFECTIVE 03/03/02 METAL FABRICATION (IN SHOP) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code Counties Covered: Adams,Asotin,Columbia,Douglas, Ferry, Franklin, Garfield Kittitas, Lincoln, Okanogan, Pend Oreille, Stevens,Walla Walla and Whitman Fitter 12.76 1 Welder 12.76 1 Machine Operator 12.66 1 Painter 10.20 1 Laborer 8.13 1 Counties Covered: Benton Welder 16.70 1 Machine Operator 10.53 1 Painter 9.76 1 Laborer 7.06 1 Counties Covered: Chelan Fitter 15.04 1 Welder 12.24 1 Machine Operator 9.71 1 1D Painter 9.93 1 Laborer 8.77 1 r 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 sr $$1$$ Supplemental To Wage Rates $$2$$ Page 10 AOW ..r METAL FABRICATION (IN SHOP)03/03/02 Over PREVAILING Time Holiday Note Classification WAGE Code Code Code Counties Covered: Clark wr Layerout 23.06 1J 6U Fitter 22.72 1J 6U Welder 21.54 1J 6U Painter 19.65 1J 6U ate Machine Operator 17.08 1J 6U Laborer 16.57 1J 6U Counties Covered: - Snohomish Fitter 15.38 1 ,r. Welder 15.38 1 Machine Operator 8.84 1 Painter 9.98 1 Laborer 9.79 1 +irr Counties Covered: Spokane trr 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 1R 6T err Fitter 21.29 1R 6T Welder 19.34 1R 6T Machine Operator 16.43 1R 6T Laborer 13.52 1R 6T rr Counties Covered: Whatcom Fitter/Welder 13.81 1 Machine Operator 13.81 1 Laborer 9.00 1 +rr +rr $$1$$ Supplemental To Wage Rates w. $$2$$ Page 11 wow METAL FABRICATION (IN SHOP)03/03/02 Over +W PREVAILING Time Holiday Note Classification WAGE Code Code Code Counties Covered: Yakima Fitter 12.00 1 oil 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 1B 6V Machine Operator 22.39 1B 6V Laborer 17.62 1B 6V Counties Covered: Grant Fitter 10.79 1 Welder 10.79 1 Painter 7.45 1 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 1 111 $$1$$ Supplemental To Wage Rates $$2$$ Page 12i 11110 METAL FABRICATION (IN SHOP)03/03/02 Over PREVAILING Time Holiday Note Classification WAGE Code Code Code wis Counties Covered: Klickitat,Skamania and Wahkiakum OW Fitter/Welder 16.99 1 Machine Operator 17.21 1 Painter 17.03 1 Laborer 10.44 1 wr Counties Covered: Pierce Fitter 15.25 1 Welder 13.98 1 Machine Operator 13.98 1 WOW Laborer 9.25 1 err. +rr rr �wr $$1$$ Supplemental To Wage Rates vs. $$2$$ Page 13 err • WASHINGTON STATE PREVAILING WAGE RATES - EFFECTIVE 03/03/02 FABRICATED PRECAST CONCRETE PRODUCTS Over PREVAILING Time Holiday Note Classification WAGE Code Code Code Counties Covered: Adams,Asotin,Benton, Columbia, Douglas, Ferry, Franklin, Garfield,Grant, Lincoln,Okanogan, Pend Oreille,Stevens,Walla Walla,and Whitman All Classifications 9.96 1 Counties Covered: King Architectural and Prestressed Concrete All Classifications 11.05 1 rn All Other Concrete Products Maintenance 18.77 1B 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 1B 6S Yard Patch 17.99 1B 6S Welder 18.24 1B 6S Clean Up 17.99 1B 6S a Counties Covered: Pierce All Classifications 10.00 1 Counties Covered: Chelan, Kittitas,Klickitat and Skamania lli All Classifications 8.61 1 Counties Covered: Clallam,Clark,Cowlitz,Grays Harbor, Island,Jefferson, Kitsap, Lewis,Mason,Pacific,San Juan,Skagit,Snohomish,Thurston, Wahkiakum Ifi All Classifications 13.50 1 $$1$$ Supplemental To Wage Rates $$2$$ Page 14 a .rr WASHINGTON STATE PREVAILING WAGE RATES - EFFECTIVE 03/03/02 FABRICATED PRECAST CONCRETE PRODUCTS Over PREVAILING Time Holiday Note "W Classification WAGE Code Code Code Counties Covered: rw Spokane Machine Operator 10.33 1 Laborer 6.90 1 arr Counties Covered: Yakima .rr Craftsman 8.65 1 Production Worker 7.15 1 Laborer 6.90 1 wr Counties Covered: Whatcom Rebar 14.60 1 Concrete Finisher 12.53 1 Carpenter 11.43 1 rr Laborer 8.43 1 +wr +ir rr Mr +�r arr $$1$$ Supplemental To Wage Rates •� $$2$$ Page 15 rrr 1 ire 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 ari 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. V' 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. irr 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. 11 rr r um a a a r $$1$$ Supplemental To Wage Rates $$2$$ Page 16 ,or ESAC DIVISION -TELEPHONE (206) 586-6887 PO BOX 44540, OLYMPIA, WASHINGTON 98504-4540 August 18, 1992 TO: All Interested Parties FROM: Jim P. Christensen +r. Acting Industrial Statistician SUBJECT: Materials Suppliers -WAC 296-127-018 This memo is intended to provide greater clarity regarding the application of WAC 296-127-018 to awarding agencies, contractors, subcontractors, material suppliers and other interested parties. The information contained herein should not be construed to cover all possible scenarios which might require the payment of prevailing wage. The absence of a particular activity under the heading "ow "PREVAILING WAGES ARE REQUIRED FOR" does not mean that the activity is not covered. ,,. Separate Material Supplier Equipment Operator rates have been eliminated. For those cases where a production facility is set up for the specific purpose of supplying materials to a public works construction site, prevailing wage rates for operators of equipment such as crushers and batch plants can be found under Power Equipment oir Operators. PREVAILING WAGES ARE REQUIRED FOR: ®,,, 1. Hauling materials away from a public works project site, including excavated materials, demolished materials, etc. 2. Delivery of materials to a public works project site using a method that involves incorporation of the delivered materials into the project site, such as spreading, leveling, rolling, etc. 3. The production of materials at a facility that is established for the specific, but not necessarily exclusive, purpose of supplying materials for a public works project. 4. Delivery of the materials mentioned in #3 above, regardless of the method of +► delivery. PREVAILING WAGES ARE NOT REQUIRED FOR: 1. The production of materials by employees of an established materials supplier, in a permanent facility, as well as the delivery of these materials, as long as delivery does not include incorporation of the materials into t he job site. "' 2. Delivery of materials by a common or contract carrier, as long as delivery does not include incorporation of the materials i nto the job site. 3. Production of materials for unspecified future use. $$1$$ Supplemental To Wage Rates $$2$$ Page 17 ii 4 ei 3/4 IRA9"5y WI STATE OF WASHINGTON DEPARTMENT OF LABOR AND INDUSTRIES June 18, 1999 NO TO: Kerry S. Radcliff, Editor to Washington State Register FROM: Gary Moore, Director oul Department of Labor and Industries SUBJECT: Notice re WAC 296-127-018, Coverage and exemptions of workers involved in the production and delivery of gravel, concrete, asphalt, tio or similar materials The department wishes to publish the following Notice in the next edition of the Ili Washington State Register: NOTICE tio Under the current material supplier regulations, WAC 296-127-018, the department takes the position that prevaili ng wages do not apply to the delivery of wet concrete to public works s ites, unless the drivers do +ii something more than just deliver the concrete. Driv ers delivering concrete into a crane and bucket, hopper of a pum p truck, or forms or footings, are not entitled to prevail ing wages unless they operate oio machinery or use tools that screed, float, or put a finis h on the concrete. This position applies only to the delivery of wet concrete. It does not extend to the delivery of asphalt, s and, gravel, crushed rock, or other ow similar materials covered under WAC 296-127-018. The department's position applies only to this regulation. too 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. S 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. ft Cc: Selwyn Walters, Rules Coordinator Patrick Woods, Assistant Director Greg Mowat, Program Manager to r $$1$$ Supplemental to Wage Rates $$2$$ 18 , t is imp APPENDIX B - STANDARD PLANS CITY OF RENTON war WIMP tierr.. +rr +r. APPENDIX B STANDARD PLANS Nag NIP HA DIVISION.S\TRANSPOR.TAT\DESIGN.ENG\Ryan\Airport_Gates\BidPack\AppB\COVERapPB.DOC Renton Municipal Airport Security Gate Replacement 0 0O O W w LT-4 m 0 Z W Q 0 0_ •U U E-, n Q - L �t ,� W N f Q O F � \ z aN ; �`/��` w o wa A � 1 : w W QE .4E-.• 4 y Q a • .., 1 O1 ♦ gyp z W z E4 /CLA 4 1).44) 0 + 4 ° , 1 O ° ° 0 w o U' o a. -� = A z o +r. v Pr O Ili F� • . ' r_,E3 1 1( 0 04 C H _______y --- h •• 14% 4 W t Japinos.Idosn yo.603 - spinals.Igotn yO 46P3 j . a i MP o ,. is . '. , • • E' b • z i _C .rri _fr .,1 • +rr I _ o•-� C C• O % - - co- V % - G i ♦ I 0 el a o 1'111 o c 1 C C " C °O�. y _ o 0 _ al . °a c c i t a E o a • u u [ u jac ow • 1- - i •u Rig_1 o� _9 h5� a I �=, I r _ ..9 b _g, l • ., • 1 et inear i a r I 1 tt WI � � _-^' r r � r _ * r-• ..,! • 'it I c �. Y I or C e e e r eE•lii l n. —1 Q • N M _ • ler v • g m ow 1". 9 0 0 �� - oZ ea 14..... ...N., ....___--1 2._ ..., 4_r U r _ N_ ^2 0 �L a T� M !�D p o e E lllf • \ Q. `'r e Ch o . • i WM NW u .. A z rn W � H � N o ° ..r k (� p' Iij fW 4. 1 00 < A - q [-„ w + 0 N ingli 0 —n a o 0— a r •� 4a 0- >- •� t(it0 LL h- H Q W > rn=rj== -=1_p I.-go-4 Wit I- V) O, O C 4 OW t O 0 7 O v „b-,£ n Z d L L..��N� v Z'1 „Z-1 .4'- t O �j+ u I-- LC tor (1111_ _ ow Q1 o0 CI L w a ti > d a o > a OW _u -w x Z N m ` } L \ I Q o N 0 �^ tDLI N \I 1 IL \OC t M" 1 Y l— J lir <-0E] mw . .. „9-,I „9-,Z „OI 'A NIN „i-.... 14- „8 Q 4a, L 0 MN Q o - --- f Mil N L Z O 0 C I— o U as I L W V) y p 0 - a 110 - 0 x V 0+ C O 4 C A, - L t P to to) 4- O O 0 O O' F n O L MS t O m L V O C C 7 O 0 U L OWN WW OW N 0 L3 z Q 0 a J 0_ t4 w 0 w xd w a � a H wx AELI Q ao •Q O z A 0 CC- w W X < U cn a H _Z __J z w CC I— J C.Z. CC J (s, _ W W w W Li w 0 Q LJ z O -i + Ar Q w —' CD �" O 0 z > CO p < w >4 tT z 0 + ¢aU _Jm 0 o LL LL H 0 U O O w Y v) * Q wwU 005 p Li /\J / �Jj m w 0 O CC CC 0 p LiJ o_ \/\/\, •2."" a O o w I U) Qw = � D Q m fY D O U O Q' U a . z w LJJ rrygr-- dr N 5 0 00 J W U cx .1 Ayr) W 0 v. c Q F-- p Z m m W z _ O O O > 0 w Q O i- m j w W a_ o IlorIrl U) J < 0 Q ~ U U Q U Z Q w a. r O O 1 ���∎∎�.0 Q L v CY O N t- w °U I Q Q w : p . _ w Q J z Z_Q N Z z � Q E z � vim = H LU vi Q Q ~ CC F--- w Z LU J N O § Q LU �Z—' - Z Y LLi Cr CY IF— Z D 0 CO O cn w w 0 I I Q J N O 0 Z (/) J w � w (= OU U to w L a W W Q O U m cn Z Q Q Q= EL J J � Q O Q Z U Q p Z D Z Z a. - Zw 0 0 U — • < Z w f— w c (n F— O F- tL! � tY ZZ 0 D * * M * * Z_ * rwrr• wrmor Illimir rrrr war .....• .r.... .. • +s....• .... . ......r u.....r sumo sear war ...r Immo ..r .crass Q W z U O cr Cc: O W > 0 U p w fl 0 y- � z a C4 z cL °F— W pq d w O W >-- X w z to 1z Jim .wa . z z � ci �— ° m 4.4 Q w QW CL s-- �U W a Q ° z v w aw Li j LL Cf) 0 z Z Q - D fY J D w Q H H - N * -a)(f) 0LL 0 U a d � � `� 1 W a W X _ Z x CLi Z lir z In > Q ,4, 0 z •�rA, 4 El r. , ¢ 1f) N -- ` 0 L__ di z 0 F: • Q- z m F— 0 Z (n O W ( ) W Q _Z CO LJ J W Cr > 0 J Z U I = J z N W O I— W 1_1_ Li_ Z > 00 W Q X U J W W 0 0 < 0 L_ W w 1 1 I I I I I I I I I I I I I li � Q W 0 > _z 1 0 L (n z r 0 .4■■,..wA. I LL ° Q tr - - — "IPP- - - lri," -V- - - - - -4 in z Aii 'i���t•itki !i! Q N ►' ►-i-i-i-i'�1�iiiiil i►�'i�i�i'�i'�`►'�`'�i��-`-i-i- in W ille i :iiii ° D V ��������� N Cf) ' Ardredl rervArial o z z 0 ,--- - z o 0 LO 0 2 co w CO X 0 � Cr � _ ■ U Q N0 0 U * C] w N W * am. immen. g...— igmigN. ...r.. +M.M— M.rrr iiimm r M.—I. .imm0 .n.-r M.—.. rr—. AIM. 0111M110 11111111111111 M•rMrr .rr.NO r11110 O Z Q w = �i CO 0 CL J w p w fa. O E-. Q CC oo_ Z w V)CL Q It] 0 o x Q It] o U uj 0 _ Z Z c) w ~LLI D 0 d O > 7 ° z a � W N zz 0 o U � ra a w w Z w U Q O h E 4., aF CO E— w ~ w J Lx w Z O p� O Q J = = c_n > w E, AA _1 U F: X Q X Q ' x ° 6 H N = 7-..- W 0' a_ Z > d U vi N (n IX CO �i O o <¢ > I— in 0 I Q, z = Dz � cn Q w U U Z Cc U 1 ♦ 4,N444,. _ cc (n Q D H �' D 71 Z C� Lii______,4,. Q O 1J 0 i f.. U•< \\NI- _ Jo I <. O O C IX Cr _J._.1 J v a) 0 0 Z 0 E -o c O 0 'O N C U a' _Q O U f] < O 0 Q Z E a a) Q N u) 71; o ..� -0 I-- a� x -o o O Q ° — Z Ct L_ o _ J w n cn iii= O ° l—Ji_ Z v »- N O ... O 0 ° �I U Z D o aTI, Q w u) 0 ++ 4- c -o ° (D z m O Q� - ~— N d W +; _ _ i a) a) O C o Z C ------------------:XIPPF"lf ::41iNs• C.) I— Li >-- U � w c t O 0 0 a) +. N O a) w (I) J cr m F- U U n O ww U w a) o 0Ec, F- 0 Q ° ° I v 0 J 0 W O_ 0- 0 LL E 0 v) U' U' v) _ 0 ai Z Q U o - p Z To- >- Yo- r c n c a� (w!) a_ z Z 0 00 Q o aci a) c 3 4 O V) O O Z c E 0 0 _ a, o ° s as O Q J E c) w. o CO — - ° (I) aN. 0- c o w N X a) ii..: N }- 1n O a 0 � (� w ° a) J ,� X aci c a, W Q Q E a—o «� U c v U a) N o m •° n c O c Q. a t .c 0 o a% O 0 cc 3 3 Q vo > ` om PO ° o v) `-' c .N O ° v 0 to v) o O > o - ` ,cw 0 a. c U +; U o o v C � a o `E � ) a o C 0N � 0j ai � U G u a � p O U N 0 , c 0C C j 3 L -Jm .J Cr C (/) 0 W' - C 4- 013 -5 U I to . 111111111.10 01111111111111 1r.1MMI 11111111111111 11111111111110 - ..i..r 1111111111110 ..M. rurrf MOOMIIr rr.•rr wi•rri 1•••••111 Az o Wo �jr 7 (z, a — v. a O R /\ a 4 ' I o a : N s a. (n !°� W W r.i 0 0 a W = (� F' t .._N� c= .. o a-- c V = O o Ir zs` AQ ' o.i z 0 D ! ^ �j �' co or . >°u •• c o co O i3 � A � Nom` ;...0., : It l. c °`o a N i ; t� f�If M-1 �/ N o•N a( e • o O a= a t g „° °oo ° a o— . w : a ; o Q'o c�02 :nu■ 3 : O .. V:vW O u �o� d. el" 410 a� .v u > :° n cI. _ > > I N > > 3 I I o2 v = 0 O 3 1 •��. o O O 1" N .Q'..r Q.. n O N rN�.N- n Z. • e 1[YJ]7 o ,-,+-.111 O C 0 a u a 0 Z a Oa W W CL >- 2. a __ } c > c o I- F t- fn I >°.m u 7. `o 0 ✓ v r o O> o 0• - Om� :So AN 2 ,.•-e—.' _ a Q v o N O g, o . o A z o - N e o f > - a N O - > o o O O •N _ _ >0 41 m m- ft1i rN a v u e c ° o °2 } r-N N w > .Ar Doti O r N °p err a ; 1 >° 3 1 2 Q „ N ; \ e p N N n N ,___�, V O N .N�N� n O N r. Et .. �- = L ....W a o z a a o a w a <Q Or a a a oa 2. 1- u) I•- •n IMP e 0 °« oe n . > . o Z. O> ° a m o O «m_� w QIt C Mil .N. �I ^N�' a N p a O • O 3 E `O `• b. U V O e o a 0 0 U oN > �N• �N� o co N ov0 v0 o o > O • o co co p >.« c m 2 IN a G to _ 4I °O - > ° C ° G O°`N 2 O N ; > N? N 0 w p I.I O a 0t. •00 e o O° m a 22 ;n a� > ° ~O co m0 _ > .N 3 I Q _ > > 3 I I 2 p > 3 1 2 N v a 0 0 SO N N N 0 N ^N_— Q' a O' Q in%N O P( w p� o t=i 2 a O a a o a u 2 a o a w e a a e I- m t- r r- 0. o` N d O V Z r u O °o + O N T. O >_ N n= ;> c Tt ` > n EO O o o 0 o -NJ ON O O O ° aeC3 ° Oa > O ? _ 0 ._ _.. r _N TO > NN o U e a > > N °a N a O co 0 N N m _ > �° O --2- 000.-a u p «° o °' 33 1 m _ > > 3 1 o - c ° > 31 N ` > > v e w I \ . O O \ N r --r -- n O N p N .N�N- v r i co co N _ ^ '•NO _ r a� 1� O a o z a z a `a o z W W W e • V >- _C .., �, F 1' `° H In rn ° O a W d 0 H Q W 0_ \ y v��,r Q \\ n_ *, \ \ H (f) \. ~" rn \\\ o z in 411111121i. messiti W E- a - , U Q w a .ter <. W a p • ,, U� Q, o ll Q � � N w Il �- a w H Li_ n 0 x X (n X a_ W W ♦ w III CT) O 0_ LL j I z a w U c) C4 �O Z Er ? 1` + mow o ...w. .®. \\ 0 0_ a_ Q >_ m 00 ,.. 5 .., ,..,. 1 . .:,51.,., .t1 ---- ,.&IT- r4 i i i LJ .0., ,p 1Ia w ■roi cr "t Z " I// 0 EgAzokvezez.; e:: tp: 0 0• " _ w z I I ktawammi I e�p"w?`ate;, 0 Mho; gaaa`o.' Q \ . Ni7+ " t ttl Y J c, W J H O Z U 7 N (Z 0 0 E-4 w U CD W Q W a Q Q.. z ca (/) W q � aO Lo eg a)o �Z 'IL A A I w Qa o a .■- a QH HE" H ' i: :rill* C..) Z CC w / W z W � o 0 \ iit, Et �� �I'I II i1��1 0_ I ;I61 Q 1 m III III, / . ""-hill ct I ( . I f z 11�11rNr 110 g1�I,III.,Nupon W cr I I / '1'�III�1 hill I I l� i!I LLJ 111 it III I Q 0 • W J Mr uu=i� \4444 • O? lj Z W J W .J Q /— n D Z 0 W Y W_ U 0 0 00 Z w Y Co O 0 CO N. .. 111111411011h\ Ill UMW Mime 1.rrrr• r■rr r.+r .■..r .rr.rr. 1.■rrr 1•■• Ilimorr .r.r. ■rr rrr■r rrwirr rr■i■■1 Orrin r■r r■■lli rimile J 0 D 0 O--) �- a (n m 1_- w 0 < Fes- Q w 0 W � 1— CL O O a' w Q co O OT O 0, 0 z u J ii U 0 a \a 1 < r: 41 w U 0 Q t- a W a Q w wo z 0., o. . U) 0 AA Z O 0 z Cr F__ w 1- QH � � r . J O Qc� cna i- d cr w � I N OO ~ 0 Q CC J LEI ZL Z W a O wa: Z � z 0 � z D0z oQ le 4 ali 1I ,� c: a0 ~ Li QJ < J w CD ~ Ww Z t- oQ V) x Cr w Q ui � m I-- L.., ? � 0 a 0 CL Z 0 Q w N z J- Q m W J m Q m w D V) fY 0_ (f) w O w � O CC J z a- U < O \ -- > 7c° ...0_,.... , _1 (x P 0 5 0 a \/ r La...... .., A \ ,,. ., m W F- 0 N m ,„ 111 m rn H I > 1 Q a Q x 0 I- + w 0 (j) O I- : 2 N U Q Li II x0 worms wism r OMMOn rrOIrru +rrrr mrrr urrr 1r..rrr rrr... Or.11e OMMOW ..err .r... ..+ UMW. ..unr MONO. urrrlri ONO N 0 Z 0 r "Ca 0 = W,t V E ii S'n;iC: _ c: n N i h - O ..1 •-•,,,a4 p. ti WM g r �L A (... n py °o i QI V in CI) =•° ` f I. 4 b J C< 71 - \\ c O e W 411E 01 b L •- •u W . c • W V O L_ O V V \\ w la. Z .. .. _ J• •ii :5.... ::4:iiiirr.r?:>:i:ti:01 �- ...1.n.:♦ orb .:p)rnnnivTi »:•Y= -, - ...tr=%!'73n7J....■■., r g 1 { < (:•.!V700(♦.!^JO. 2. , L c .A-.! s'.Z _ p i{9�S:dM1OiS.T U •! 0 a p S a x r• Y , z . \\ W L \ 9 r • a _ a ° o 1 U r ,♦ r W .• Z r. a C \\ H - e \\ Z tai ....�.i4s rs�+ W • • e Q W e,a. W ,..�nv ..:�.:0 4 o rM. _ .,.:rM^:,51 w..wwwa,� z rya ..z -.{}.-- z ° 111 ` InWoms go, ism-Z L- Lvw.'♦r:iS14.4; ' _ m =.w j svocscorv...%:::•.--rt” : i I'ill! ON o g' x 4 .. 4 r • or r N O z O i Az " W 1.0 el C4 a a C./ d 4 e. ° . O a L 0 C ° c.. c o W O Q D NW O L V a = >c - n > b C M ▪ t - r` r O- j u Y 3 u C v E o -°2 = O S • - V .- • OM 4 E ' ` C. �f < 11 �� O E o r c o O O - D C C �' Cl s i• ~ • V E a C. - C- c 2 7t 4 - i a a - a 4 - O T D J O C O l• L C ` --- L -_ j � .. C a L C O t C. -. .. a c o. r C o o t 4- O t a - ‹..7 R a•• r 4 l - -' _- _ 4 L - - >4. C CL ^ ; ., u ► - > o D .- t �. C J `�' ..4 - 4 Co 4 C t on a - 6 o E - a•-- 7 . c - - -� - - - p c - 6 4 ' C-- of 0 .. cr - I ` de - E r ^ - C. L -c C n r. r. .. 4 4 a E 4/4 - O- _ V � D O C .n V E V G - -- ^ - -- c a S > -n - - 2 - a - - CO - - C C C - - \ \ { i L % . e - 1 v ;n I - - - , - O o - a' a o e. c o y4 ti a i % a b o e., o _ W -'fE ..f u 4 . w E W ` z > 4 a + CO m ° ` Y 0 iir r 1 - -� ' J a LTa u .a.2 ; V = = S N C h N - OW I I 4 _ _ O • - .a CI > r.,a - ri z a. - O a . 4 4 -- O C.L ad N. 1-- -a C - __ ' U = W _ 11/4= V7 '.? n _ u C] C LJ = s a 4 a a m p s. O « (. J - L x . % s U N C c -J O IX ¢a 68 O 4 = s _ .O = . IM , a. N ) T X X - - - G r O O o o O -( «2 O O y % > 4 O -J a S N_ C J W = V J O U u0. .- - - - _ � a _ t m t.g M1 4 h h N = . O t •a. h N N a = •a - G 0 p w • i • Cr C a u \ - \ \ did 2' •-•a C W ..zio f Y - n .. Oat o n 0 s" N 0 5 n` ° t% 5 W CC I-61 z z LLI (n 0 Q Q ZN Q LA_I o L') g r w¢w CO a.p ° \ w rp W F 1-gzZiz1-Z.� ,owD z¢Z'---ow55 SogW H m rn y cti U I .6. O ... 1• (:4 W U va 11 � rr CC E o ~ 1 (�is O ~ �� �r U LU -I _ z �ZI 1>QN mod'm J J J J°Jw lb p"``�ii1 �nwZmcnwi.. w L.000- w = csin.roconmm ° ° Cr) ° OQ o I z U 1-W a. U ^ N 2 7 N O 171 W U W Z N U W < F O O W ° < < J+ _ Q r J �O t U N O u n J w a v o O O W l C • N Z ^ O Z a t. . . - � U t U p • v ai a 0 0 j j < < < 6 F U a O O j v ? C C C R Z 2 .-' O O O O K F SS 8< \U = re 5 k . i ' 'i 'i W W Z . \44 Z 5' Z Z i 5 v 5 5 u < w li H 3 N U U O O U U W W E. E C a C a C IWI 8 Y1 ~1II N 1 Y . «�5.i ■ EliMil 4 _—J H I 1 z ^ I I °.1 w II I 1 — H p i H < H I • \ 5 • e..N F� a a vl J a VO^ ~ N O ~ O W W Q Q O J J W N Z a O N W N N 6; J -. w W W r - F a ... ¢ w w m W <^ j' w a0 Z1..1 w v u u z w j W N O ° s o o O A W o W J a a s u w a ; 5g. z r m HI U !' r y y cA ° 2 Y u ¢ rc z 0 - Z Z k k -- -- a o w w i a m o g g ,,CID �J o m m 5 u ¢ w F a a n ' w 1, t' ; ; ^ r �+ CA > > V a U V tw 1W V O jLa'' m & v m� m < vSn a a N0kS3� O �• � I i I n ' N o • H I O 1 1 r U O a a vl 0 - - 3 K U 4i) 1 00 9 1 i . . . I 1 1 1 a v U o z›.I U ... E<-1 • z U a E-1 C;W›! w ~ V U 3 _O U f2 O O�a Z ° ° O x N rc4 K^ N o w W z s a° °a i i o o =r o a_ 1Wn 1ii. m pJ O r N N w\ 3 > ,a'J F )O 2 2F, V J Wm < 6 - 8 5O O a Q Z Z Z . N N 3 J =V w W w j ` a w O N _V V V U 0Q O a I I Q a s O WN Fa V U �N O W O a a° ZAA V U � N h O V O a 7 OQ F-K N � Na O a � O 0? Div 4 o K O 6 H r, 4 Z O 5 d + • 1- H ® 1 ;Lpl 1 i 71 �, 0 >NI 0 ›. V z o — — Z L., i t U K W Q !C: TO + .1?4,v W z IN a W I .-. OO w Z P4 11-IIA Z a O U ' U = .F Z Z Z m W m U J Z Z w N N S 2 a O m 0 F < 3 3 N N N N In N 'l K I ; 0 .1 * o x 0 ® x • • • I 1 0 .1 * fl, ® x ° O ❑ 0 1111-SS-ddd 0We1U 0 _ r N 5- ��( 1 \ _ J 11J,4. a i .... ,,, , ,,,-\-6 ,_ t. 0 ill jilr CO I c cl:s _60_ 0_ G o � YI�L. c 0 EE cc D I 03 asa am, 1.-)1 111120- CO \,;p : , (I) ______3) \ v \ . i ...4? , \\ \, :,.... i •.-- . 'ji' l\''..........."--i\‘I c) \ , CU CD r3) Lil s".‘‘‘,...\ .7-',', \-1' \I CO ' ', \'' ---. -------f' -7.14 1 W a) \ — a \ 1 c \ 1 •— m \, .,,',, 104.i : J ,, i ,; a li►, = t • i 1_ _ ifs 4{ \:, L. .... '''. r"..")- "\,:\ 1 '''\ ., 1 )(t. \ Cf) s \ l = . 4 . ‘,,,‘ ,\, n a = \\ \1 < ( � ! c \=`j t 1 sr If '` 0 1 0 I — g FM \ �11 t g- --...--. *law\ \\ J _ - _ , ___ ___,I ' __/ '270-111 1 �� � 1;$ br• _ F Nr�� \l, .1, 01-4 ._ = i \\\‘ 1 , oo i 1 , ,. „r j-( ■ • C:IC MUM° . t . _. . . ' /1-i. \ , LL - U ( ) .4••0 N a) -1-+ W — a) 0 C13 0 CO Ci) 0 C/) 0 III I-SS-ddd N o M o \ o.. li' n 9(n n Al X I- z W O W ag °- a E co vs,aCC 0 'E w o ¢ c > E CI � c i- � m¢ D 0 W cn 0 LO IL a N 3 N.-- I_W -6 a m U) vJ U] CO W O O LL < N W. U) U) co U) Q Q LL U) a J JJJJU) JF- F- -i W WJ _i _iJ _JW W _J _ i ` - 3imil . W ° W = t _ N F— X gyp I— O U ° i _ — L c Z "C' . Q ° c o C U ° ;}, — (B a a 5 rn E m N ea) U v d- CQ) (n ca a) co Q N O U +.. ate , CD ° N (n a) ° a .o co .� () � Cl) � }' C 0 0 - °- c 0 {� O W Q _� V cm C 4- V a) Q o D E O L C �, Q ° U) O U 0 co O O '7, 1'2 f Y J Y vj U o > W m � o II N > a U co o a 8 0 O E E E O Q, c c r ° ° 6 ° .° U uu N 2OHHQ CCUQQ 2Zm ) ) o0 � UU 0 z 43 .n = N- N CO LO CO I` CO O O N CO `t LO CO CO) O O Z e— N— V" c- r c- c- r e- N (N1 E a) ,— 11 LI-SS-ddd w. — — ...2 emelim mammal ( ,� \ z t'| y | ; \ § L/ CO \< zz \� \/ z § \\ /W E § }/ � � \ 5 k eo <D 1 co I— \ 00 -j eZ $w £ 0 o g u \\ 00 0< 2 § \ /� )� o_ | \z JCt §/ W 0 �� � � $ \e. o \ O W _ j� R. Z < z z \ \ \j $2 % / & °/ \_• = U \ L 2 \ o c : ® LJ W m a_ 0 G ! /i " /� V) Z § ®� ©k � // u 2 ® /,_ \ ~/ \ / Q 2 / / i I t W 0 0 .z/ � / i\ W ^ §_� �% � ®u §� - � © � \\\\ �� .4� U< Z } / . >2� @o ®� % " 3 ƒƒ ! }0 C i ' JY ~/ ® 4. - < | � , k.- 5= 0 , ' �• _ 7 |4 |�\ � \\ a) . \ ! - <0 X<< /$1 k 22 \ | | | | | CL laJ Z / 2 <c k Z euzz Q /E_1 z \> c a. c/j 5 $ƒ ©� CD ƒ{/ Z \�\ w z ci U ou „,,L-1 0 r— — W V) o{ Gz I %\\.! % LJ Z - - - b � •� W o M O 4;! W I 2=a ! uou= > _J uuue \: e <e Q■\\�W1 } k 0<Z< $i < zGu-= i / \ 1 \ eZJ/ \i zu \$=/ ce ƒ\/I- I \\ /ƒ$/ =o // G± -S ddd a. , m . , ............ ....... affirm.. ....--- arra roar =arm. arra 110.1.1111 tatagror. iriimilli lommorgimo immrowil wommOnli IIIIMMINIIIii INIMMIIIIS n o r 11 \ I!� N n z h 1 § 1_' U w OW N 0 w CO cc cnz 1wInS I 2 13 r --I O. Ow z J N �_ cg I- a QQ WI-I-W~0 1- (n wW a °w JF-w wa Z I- Ox cup Z m O Z=w J W W mZ W m0 JN Qw> tY O W F O V W Q zo W- Z JI-S °_ O WW �J ° 41w S 'CW 0w t~nm1-JFp J 0 °x711-JZ>a} (YN •¢U xlY�Za=>W� °w W OW wzp am 7\0< ''- o ° < <zaamo J Zzz M,_W 3�?�C��w3� ww m> �U OZ �W mzz o<— FW-W(nWw OtnNaHj 000 x2m z�Uaz�WpU I- XW Q _] o Qcc W~ wQwWm <0 dMmi-o0l=mgw Z�Z or-1 aOoK�H3hW wW 00 do c ,.-.:00m wz OW w V) CC CC 0 Ma aF--a Z(l1��(n ZIx.. WO m� 5 Md d O a? JQzOrprwzW °��wZZZQZ�r O�Wj� >wm �¢2J(n�w�r xj X0 -cW7tj >}} zw IUQi WwUD aQ OM MF�a O000 Q3 Zzm o (!1 Ia-01=�a awzm 3� va >..n H~ U UH O W W 3H a �Z N Q(d d OU aU JUa°z z� I---w HZd=zZO wcc° MI OCC o oOpOU(`g °� J C �J L a / a 0 3zOa za (nom rpOWWw- z °vi (za0 W wO 0,W> z (.iaw 0 Zww 0g I-Z 0OOO= N�ot,i1-�z�r�tn N�Z ~Qr. w°JZZx0,-a aQ QaV)i m z ▪ z >J Og°QOZ1-Q WF- JOUaZJO�U�W \�Z ,- N 00m001-wtnap -JW 2' Q=CC 0,▪ w ptl. zOg�oaw y z��oorWpav) ,~�, °�V wOwZ a�(~if�w;00��� -W wI— 0 w-z QU -J oO2J°Oa 0 ON F- OOOZ Nd NF r>O('Y CC M. WZ W> aQWp°=am�a OQ ���cr°2w WW °a'a0a0 V)M w- z�UOZO�wmma aQ° 0=30 �aa>?I-Qwa� Zuj (~,)wN OW °QO ZO��-OSOZ 02 MazzwO°�°W Oa°'� /Z (Y QV L,Z Ow Ow a w?o_r 0 aUW hQ-mO °�cc QNz Rai.-00~ 00 wm(n0(0xm(xa-,� Naw o~~g m°_a�oow=,l ,z-o 0== L.L.to cn ��3 Z5� Wawvria�Op� �OpQ�Z�mw>QN gZ� ��apa 2dm=��&,, 0 OInW 001- (np 0 n ~ �z� w° o o°v°iw ZV)o= �oZOWo�amoWQ awa dN�o 21-(~no-O MX cn w0 >�I- z o z ZH m JwO w?Z 1w Oa a~ 000<W Orp(n Q W~O? _�E W W a'C-/- V Q�a~W>w O S ZU �0_ ¢ 1-1-,....Z Y J °w a UFS-U V)°o Q?lY to Om a W Uln�K H a I--I=w m Q wz 30 0=o'° 5I O W M 0 U a O 3 O m w z O Z i a O Q z I'W (-J a p w V)0 H ° 0 ,<D H Z w (n r i- (Y } w OZa W Q p2\x QJ ZZrtYaNW p4U OZ wJ�p aY( z aU(nPo 02x ��W Z LZ u- ° <OZ r°° °OOKMa0ZN °QO°W~WNa(nJ°? Q°� H Es Q U W U -Z W p U W ° Z L 7° W°ct ▪ w -- OF Q WQ Um Wxz aUIY I-Uln 0 5 0 mzaa awls azzwawwmo ~a1-WI- 1,0 w awLYQ 01-L Zji-aQamWr?z w000 a-Q' 1 , a .Ow .(Ym oomiJ1='Wr azzz-a'mo°wx 00 N 0 z �' _ w .-O0 Na0 MUUH(fOCna(n a0<D< woOQmI- uiazw (08_10 I�w OOQ3(n?2 a' eo(na oitc? F- w a f w lor - \ > N O W W IMO \� ,, I/ Z ZI \ U LL, Li 0 CO cmo I- 0 �I 0 w \ O 0 / oc6 °� In 0 v) 7_ a Z (7 a o 0 ¢ — n co I- J N W O I W 0 I m w - t-7 Fy yy a¢$�cn cn co N Q. CO N mJ I a z Q U J a' I z •.- U •1 Z • • d Q N 8 2 0 m Z W W i W 0 W CY W J Q o II Z U U : p I z W j 1 J o Z Z < (n w W Z x O a Q > 0 w m w a W w a I S 0 o I x W - w/n v \�I- 0 L.L. D: q\ 1 z Z o 0 °lv_ Z o -- J 2 z (n Q m (0 p _D Il F- z z (n 1 z o N 0 p x a I (n in I' o X I z O '',1 -J 5 5 O (Y X X X mw I N -1---' m I ¢ O YRY� yyyy■ ° I w w W W O H W {- OJ I QZ wW M� � 3J W W a \ N Q II II \ J a \\ > O > > O U W J W o F-W _II O > L Z U I U S O O a (Y \ O J p I H W W W CO I (.7 I fY LLI W w (Y H W U W N Q Z z a Lai > I a a a ? I a L ? N I W OU I 1 _ w I \ \ 0 W I Q I o Q o O. \ X I CD : ll 1/4.\\ lI I W0 W � w I °aw 0 0 \ z IIt 1 Q `n \\, J \\ w II I I ��a�l�s tr/H 1 I I 1 1 o O ° I 1 1 1 z Irn �a . I 10 w ' w Z�O 1 1 i I 1 co I N- • 0 LT', �J_` 1 �.) J= 1 1 I I I 'I N wU 1 - 1 wU � I • a �V I �O I 0 I �A I I 1 r I 1 I J I I z Z U� 1 w 1 w 0 w M II / I ( N00II I / X ▪ j) N 0o1 • CD X o w F-- O w I- i I1 0, W w p M S ("1 X -) w z M S -1 M 1 w Y l._1_ 0 Z < w V) I II I / z a W N U�7� 1 1 _ I < w o W II I • d ▪ 1) Z_ J cc Il I I 2 OPEN J. r J 0 Y z a5 i x J a U I a p II F-z II I I Z Q W W -1 O < W I•II I O \ UNN Nw / y a -g*/I 11 Q �I I� u Z in id 0 _ N / I I- L N W , cI N 6 ~ E a z = ` Vii• ® \ a / 0 - w a z 3 b ao -- I- J >a (n 0 Q J. in / w (n (n v) roino° � w > i ° I fib' �I a Q / o m '-z 0 w w ��/ ��� _ z p �� z a CO/ .3_.- /1 c- EL 0 0 W a^, . '.%"�4I > `n m,==m / 0 w a0 a w w 00_10 i7 vo, �7�•A, .n U/-s CO ' ►�j�� s�� 00 1 8"PVC / a Q a a I►••t••••••••-4 o+ CO^ (3- O p 0 a 0/1-1-1 J o o �•••••• ► , •IA�••�i!)T��• _ lir V V(T Z / - = Z N O N W J O•�•4�•;ni1 o I 0_ a Q uri J m z ? rte-W a vx 1.0 En a w �•��••••♦ .J (n EE w a J a 0 CC z ►•••��•••••••••�I 3 : I n z = o °w O 3 X w m - ••••••� _ ►•••��•••••••••� ai a m`z z° ° u 5 ABAD O w w 0 w o o 'EX x z w v"- ►•��•••••� i U CO u w� ° ♦•,/ '1 0co / U a • N J wp aZ z I- °a I►•�•••••� ¢ //L.- a I •1•••••� l o w l..��•.•• •. ,��iwilA'<O .1-- `o co,n vi•• - -- O (n w X U (n(r 0 Y -UN z a U w o ►j•j�••jjj•�!j �_N_— --- 1 — 00 3 z w^ o N (n m �°N z w�j 0 z ° z �J�••••••1••••• ■`��\7\\��V, w(n i s ~ I Q I I i N II 0 o a a- 0 p o w a w W z ��►•••••••••� ► I I I 1 m°z z m m J) Z I-Li <2 N 00 I a- ( z x x ��•••••• I I I 16 " w u �•����••••••••� a \ h` k 1 I 1 1 1 1 I o a m = 0 W o F- n. co •►••►j•••••j j 1 /1 vlcri v I 1I�� Q Z D w Z O H Q E W J H m a w -""/,-, m (r Z J O \� a 013- o>O • Zw , 0 QU off /-?a' < < °w SOU �NIV •ONO_�.�' U ?m wo z _ z �¢ OJ2 Q ¢� NW 2 0 >w (n W °0 U z W ON w Z 0 a- B..PVC o w •N _� Mxl 1 I I I I I m 1 x 1 v, ( o �? o zm: a (!� oa w IBVJ �I d0 .138131 x O LU w a _O J U) x S r'. - Z W a >Q E t-(n J N W X~ W o- S a tD • J a J- .l I W O z U a' Q O Q CJ cn v` w/�� �1/��' 0w I I I I Ic 0 Jm J> 0° ( O J m ° U) 3 -F'�=�• • m V \ I 1 � ��, �..• w w ¢0_ w° J a Z w a a W W I) / '' O tow U .- N a M <r" :".1:-... di (o N(.7 066 / W cn CVua 831311183d IS3M I I H-SS-ddd W V � 8 N m s'"' an - J O: f Q W Z VI 41 A w 1 q ce0 F w o U H W W Z J I- N '-W o ZE M Z V) 0 x-N 0 U LU I-- U c OJ XO q a a C o} :cd o au o Waco J Z 1 Q fl L�H U Q O_ li< W W Z W 0 F-0 A Q J U Q W N Vl C <et m W O ~ W W "' 0 f- O W ?J ~ Y00 Z¢ L7 cc rr U Z w Z W Aa NN U) U ¢ h- 2 _ 0 p.N Z SN N OQ XU X 8 v)"I W J WN W¢ W Q W J W U nI- w Z rCi W a Qr- m L.-l7 O ¢cu N ¢U Oa W X o r ce W K v n u 0 Li Z Y Op 3 f- I-LL . U s m a 4 91 a — AllktVi"...F a ee Exlt / a to / 'A I Safety I I I ;Owl / �aM�d I : w . o0 II ,1.2. . .5�•i .I o� / o \ II \ m / 0 ' L S \— \.1 Safety I�. o / I a / I Ni II A z° ,e , �� moo / Z ' , czati m / J I II I rte¢ a / w IIo� O II u_ ¢ W I x w CL I ■ °aa a / I I C3 d 6.q ¢ w r W Z y caw Q < z LD m / CO Z Y W ¢ Q / m / <ZCD Z ~ / Z / a_ Q Z N / W;<Z N 0 / W / YwH.~. 0 / N // W O X Q Z Z �� at / O / ZKw00 w \ ��� / 0¢=Z w 0 // Oce KJ / re a 0 e-x — -7 / �I "k / r Sofety , / I o amod ��, / • z �\— �Safety I / • 1111 ./ I O I i"ia II �, II I II 0 �\� II O D W N Q 1 �I O Z m O w X W■ J I a_ O O Z I-w 0 w ix 0.041 0,e0el II N ~ d U a z •0•0004 II \ -6'. ceI= Z 111.1iai4.s °o ce z w Q Q J _�O r�eee'j o 0 U°O W U ieeee∎ \\ o 0 N ,�,�,�:o; 3O• 3 ? ccY HE c CC Z r.01.004 �N 0 ZO X J z .0. 10 U o I 4 J W W Iy Q._6 m S CO Irli a. reet4 Noose.A o — — Jm w N w x a N o a Z \N N m CC Z CC v ° — �� o aW 300 w \ ° ~ ao oZO w I` Z N W <2 =O W U ••• -J W LUi C m N W I Cl) NrI n W H U N �a ., d0 ZZ ~ Q N O O Z =Q Q — O J W Z J F- oyo i 83.01183d 1S3M °z ¢ Z Q 4i cc v, ON p Z Z W 0 r U O W J Vi J w a:< W U Z ¢ V O U U ¢ Z O <0 0 WW °Q ZO WU a I 'a1oM „ZL o ilia n4. cli:� vim ) l I I i-SS-ddd ■.....1 11111•M. r.1.., r1.•111 w.. •.11 .r.Ir 0...Ir • rrl 111111111110 ..1•1r11 11111111111110 M.nr 40..•r0 .M1.1 IM..r1 WM. ..milli l....ri a n M M NI m a' p N n3 X. ......----_,, ,..., \1.......k .„,------) ...„---------- t 111iii,, � ���� :ici :- - � I-z 1,11,,,• � ��������„ ' 1111111k Q 5 �� . r £lI ? P..* a CC-11 CDA111111' M < o ��-�� 11111111 cn 0 >. co i jr1-7' •1•1•1•.... � Q CJ CC •••••••� 1 i CEDAR R1V�R **O.** Li *111►11* .(c-D r F- �11•1•.•1•O °0 3 LL_I *11S111 •- - o w/......4 v��111111 o � cc •�00... °' 11111111 _ is -� T w,,111111111 \ = � -- , 11 o a\I1111111 , / ,1141.....6 _ C z I' t ' '1 xi .",-..--' 111111.01. a_ AV1 ,..0- 0 C,' i ?..V.001 - (..) P 1 ,—!0 1. `````` i0., 1 a ��_ z a II 1.i ilialgaillig Y I . ' ° N z Ili n a*-1/• Z W aI a/- D 0 0 \ p z N Li E \ g 17 \ w ,_ O o I N z z � � m 0 I \ °� .__ I \ w ■��j� \ ,// I \ 0 ♦�♦ N\ kW LJ o La I w o I p Y % Z p 1- N N N Z r W z,-) J^ a _ a \ U O Z I X ° 0 I o ut_ la7 a� < z W�.._,� ,,/\ J ��0 f- w Zy �i `--U=g __ ; Z z 0 I z a m J O N w a N a s r =_J a N _z N °N I �w Y z� 1- N I Qo zcw • o $ zw I I W I I I / ^lig _ CL v) ' '•, w ,�` w CC a t LAJ r. W U I I- 'I • \ �• O • 0 >a a N 01,1 w z wz Ow N w I'��� z Or 0o D!w CO z X 1�1, 0 O X N4 aa0 X111'+ ^ �,^ O� 0 l`'� Z c0nw c~jz O Q lJ d I`�\ C I N 00 1 O w w I O Z ° N N ._ aM as 0 aL oo J J Q � z z �, Ly V oa z Iw g z a aoZ = w N z m° z a �w m J a Q _ w w w ,- w a cv u o w W W W w Jr:, X w• a„Y mow° O �° I ° �� (�� Z ° N� I > ~O° dZ L W m °ON >I CAW w C) Ci ap I > 0 Z La 41 Z UNO 0 �_ p QZ H w a N 0 0m N0 v a Z z U) �:J—�_ \ w J o N z w I H Z < Um La wa > I -� o � o 0 ao oZ°o a- w (a7 I NZ� wW a g O Z H41 =pN I0�j 0 U CO _, OH OON O° _ m p ww za fin=^ p N I- Q° a?N LA-I LO ct cn • U� Z 0-0 OU� ~~a �p Z W • Lid, O 0 O Z 2 O O J w a 0 U co L23 • o 0 w d V. �` N (D z Z °a O_a U w Q z w N O W cc1Y O Z D: w N �h- ozO_ U r O WN p �? 000 Z pa -4101111011 , .1 z w �� OUP ,,,Q WD w pp Q x J„ 000 UO U C.�N U II a W U. ao Z¢� oaz o� a z 0.< U O 0 .- N Q M U-V1 v OJ U1 U tD - 0 I I I I-SS-ddd » ------. -- c.— ........ —. —, i..... a...r –... .rte L.1 N U w J n W r .�2 W Q $ J t' Y Z u w W r\ dd 9p LL m �� Z Q Z 1- y 1.7 b e i E J X 2 J l7 ? r Z W F- Z J ) N 0 Q Q Z 1.1 X x w3 z z w : U Q U v L7 dx U J U? O H d'2 a. ? .Z.. l7 NW Jv) O N q o y Z Z W a N II W W v W X L. W r X Z. ¢r w w i a�Z 2~ �U >o jYH > l.._� W 2J O lii x ° > ti >Z O L.J La ceZ cy U2 �_ W� r U N C CD N Q`•-• U Z O O >.- U- r F- o 377 CC U♦ �cFj X 3MOci OV3Ha3n0 —� ilk w N a� _ / d�? - - — - - — - — — — _� / n / � 00 > W a OZ Y �= �% w z i / :31 zQ ~W a 0 / z3 ° I �� m' i z _ _ I �� WA ) p Z U W W c 7 Jo z cr a v� I w LJa ¢ a LAJ Z U O <r).- I W I p Z Z Z Z LI Lr) cc / / I Q W W O Q y li 0 v / I (_-�� W o N J 12 I ? _ _ ___ W Z z / I i U i r:i .11/ 111 I — / / 'J. 'J = U W a ti a X ) W Z S W w \ I li I I W J ti CC >I ! O?\ I a c, 3 F¢ a .7t1 U ~W m Q v U O Z W O z ca w Z Q Y / W 2 J I III Z? 2 Q 2 2 L.U / z O I ; L z i ce ■ • 1 I W...... i , , 1 I 1 w a ' z u J Z o J Z w w I ~w J X v!U Z I ' I Z Z I=1 L'" UM u O Q Z y I V I l aZ?v) 1-a I z?�I I c¢ X w x L_U La O II I S W LIN 40 L___ __ __ __ _._ __ __ W I- U Z Q W r___ I w • I Y Z Z .-. ,w iiI -0' 17 W CD ° a° )-- z I Q o I i l f l ce I W W Zl3 133HS 33S - 3NI1 H3lvw x L.1 cr I I I I-SS-ddd ■1.... r ..... Illmorno .r..•. ....rr r.... ..... .r.r... 1.■.111111 I.NU.r .111111.w 11.11.... 11111111111.1. .•... ...r .•n.r 11.1.111001 UMW 111111~ N M llj 133HS 33S - 3NI1 HO1VW .. , e- 0 Q L1_ O1 I __ w I w ° r 1 I . ' �Nm II I Q O_ I 2m I I / C7 i __ 1 ----- ?Z —� �, J p W 0 w , w 3 �.�; z� U d a r wJ w b r� QJ w O Z J Y w° J ) Uww Z F- J Y W m r 0 0 J 1.7 Z 'w 1 z 2 J W!-- z U �I UN ZV) Z V)p .Z.W ��� ^-� Z - y a10 Ww 2 0 0W I W3 = d d io U W J W U W Z Y w U f0 W C;}ZO aN ° �a Qz �I� W2 p •�� °C.Z-� Q 2J >I- 7 rz ro ?w ti OW ? � � � �to 1- wlWn �'w is �� 0¢ CC1°- . � CD c c qW w x° o2 X C p� co ZW LJI- WU W O � LL Q 10 W , O C 2Z 0 >t > Q LL =0 �a / Li W 0 0 •:Z 4 w /c Z to 3 J p T-(3 / Py� Z °Z aYa �Oz W ..J z ( V /, ¢� WQ 0th i, `• I Z Z Z W '— �O� !_ \�� 0 m� 0 �/ p� / �`� llZ I �� s } d W 2 N r ¢U J p >,-. c / S J ZP]Up / Z WQ,Z Ya c// / I ~ u pi W O Q Q Q tO 2 W Q i I �z n O I l- w a' WN X1.72? U W V)w V)CZ) �WQ�Q coo �Y '/ I I (..)� v,Q rioz)o CZ zz I 0? / s Qd '�ZQ wJ , 0 W W < W l7 V)W m )-Y SJCY>Z Xw /, pzp u J�va�Iss > IL0 4 1I `o zQJ Z aw ZW I + anv 0 II n ftmlittl pmW W - 107 Y N�Oq�I- L. Z'II ' _¢Q W Y .. � p 2 `I�� W pp -a Z c i0 Z Or� O��°= v) v)z �� 40 XUW~ is v Q LY Jo� m� L4-12)/I p�j� It� � Y~fU U~ l7 JJP70 /- Z/ -�' V) Z LJ�.~.0w °X °>)L_V)L) C) I wo CY z�IYw S o o I I — J�WO i2 ('I 3Z0La� oo /in / wU Jta~J 0 0 O N dpUZ N'~-' X fQ/i�V1 RQlU(~/1 Z Z ¢ - U W �ZLJ J - - A �� � w0 2J X3 W I= /I-/~l.7 I SOW ¢Ua °` UNLi wW j wW , zZ WN -p J Z - a wJa. QJJW ow I /iir:iIi° )- a� -p �� wo� � / E a 4. W @$@$ [ X X°.Z-. I 8� E� J WWF-Z a I a a—/ y1lir4,4Le ... w ! '<►����t// / / O o/ I II II � -I e 0!lO//,' / /// z // // II i I I I 1111 ■i�. '�`�t� _ I El 1- V W U w i,, I W Z - - - °+ '//7, U I_Q % o LJL� " Z a - - 1 U 0¢ i o - - Ioa 1 a Z r )- �3 I N w �� > I 2 Li) uwa zr WnCY zd _ _ — _ I a I W W Z~ 3 WQ .I v U W 0 Jj v ° I N Ili - z II¢W W Z¢ l � I 0 22 )W ,N, r r W W zQ Z¢ < ZwC7YLj 0 wx I o (-I L) p2 w C7 p0Za¢ Z� - - - I i Xce 1-1- W Y 1-V)r-2'J 0 J� - - W¢ �� J ZUX W a W ¢I �� - I I- W} U • 2 W1 Z U .� v - I w I >¢ v)Q' Z z Da-Z¢ w za ?3 q-o_ w oav> °f3 J¢ C ¢ '-`app w �co • i a s O t/)�Q W X Q V) 2 A Zq Y I Y p N �Q f3 z C7 i�aQ z wz • I I m �z� • (4 O p j 1-3'T.< F- .Z-! Y3 0Z W� d )-RW H �I- X - L7 j o n Z13 133HS 33S - 3NI1 H31VW o es. ) ti- k' YI \-I .. I LI o\ I > z Li o- \ I w F- z z u z3 I r2 rw a~ I z o.0 al zz =N lb. Q a5 ca I`° \ 1 ��' �� qll `2' o.W S CD z Y w n-x �� I z 'c w m.;c o Z cn M < v in z-• Nw 10 x c � my �2 W N U : I w C LL m I�U a U d — W H Z \ ' Q Q W- 0 oz 0 wa ) I 0a — Li w z r- V) I D w I I' • c o j O �� L'� I-- a, >-z �_w o I c�c o rn a m v z ) w I m' U 0 z Q c Z 0 `" 11 `o N I a J LL I ct e _ dg Allim. w_ w I 1 - �p - I ' I 1 I o 1 z3 •1 y J Z Q Z W ) Q¢ m= I I N 4A Z a r N , • I n 12i., QtD 0 — aq Uw I I a z<v) zz I 1 ' _ Z W =o V)w I o U X W N z Z U w to 1 I I 0 a 5 K W . N II i W 7 W Y w N � � J -------- - , . - cc z I O re o ¢ W / W Q �` I I W J w C- z Qo / o co Ll Y r W zU .z-. y to 0 o In J X I m <0 I- Z W , a I I I- LJ} W I W / Q W I 0 L7 Y U 3 o 0Lla a W Z W o z 1 J , J I N> Z Q X izWw u N, z3 w MI LC'," a' Z NZ W Jah W Z W 2 2 z / ,.� I N n.qp -I CU QZ I- W I Cr I I¢U Qo 2-J (.)w J•: W J}� Z-' Z.Z. ZO I-0 HSQ AZ l�U ~W Ca XZ Q N W fn J )c w`n Zx-1 R. 5 C 41 I a I 1 2n I Uw I Z W ( .N. w ce Z W N 411111110•,, C7 J Q(U> Z 2 JJ W Q° O 0 a'p L_. I Z V1 J J W In 0 I w Q. 1 Q Q H H I ZZ _2 m Q U w?•z J I a WNc / Z o 0 i I f / ,:.-7 a I o >.-o / 1- Y ao I I I ° i1 I ? I a I I A� Ln° / N I ca >,v Q ¢ I a o Y a v U !I I I 3 a 1111 z z _ _ _ o I 0 I ? UI I Z 3 W W x a Q Z ZU - ZI W I-U y!z CO U m 1- 'La.l., fn I 1 ~ I .-•W 0 — Y Y/ 2 I I O W H z- I a Z U �JJ W a Qz W f l C J z o I W I Z _ _ , I I N ~ Q Z N DI WV) -1 z L.U J- - � �I I I a- I I C 4l3 133HS 33S - 3NI1 Ha1VW 1111-SS-ddd lowall i...t.r i..—. ..... 41/.... I . II1.rY �. tins 111111110•111i ..w .wr 411111004111110011. w.. IMMO ....r ....r ....r U....r N_- p n N * 9 1 L W f0 i i U Z W I` w: Y W Z Z - W Z Z W V1 •W Q Y Z V1 �U S ? W d ?W U 0 W W Z Y w Q U Q? z = Q g m 0 NJ Z U an d :S. w z z`? w z Q. 0 = m N W 7 Fw- J z N 1 W U W H < L) t7 w O} lL Z W F_ CC C\ Q Gate ° J n x �I DES W 3 F W II\ 1 a vw fn • Ke r' , — II I U l U I I o / l l f I _ , 'It / I I- - , c,FH� r/ / - - V Y �FI4` n c . e W _ _ _ - - _ _ - n �i r I a 0 O Q • I c I m z u 1 1 c cri 0 f7 Z I I a N W W V) L I I gy�� Z Z . U I Z l7 �Z �� _ Z W 22 ._--- {. X - A N W X Q? 11\ M� - R X L.I SJ d~ W II'g H La W �Z S YZ 1-ce p I — Q Z.. 'I U° QO U ° K Q 1 ° l7 Q W �� W U v) Z� ID LLI d FH v1 U [a L U ON { �i °I- va Q W II a .5. Z 6-"- Z Y Q[ WJ ? CI- .. .. 1 1� 1� 1J 4 >L� J Y' J J 3 ipm II"Z Z „Z.,X° Z Z Z p a. a x= Q Ja Q Q 10%f °U ON U Z 4. U U J LLI G W Z S Z l7 1' H W �� UQ ,Z„ Z ZZ O zo en 3a v) "L_ 3 ilk M J X Z d X X Z Z m X l7 W J W W W Q ° W Z W -I W W X J 1'W 0 Z > Q > > V U Wa, ° I-i ° ° ZZ ~Z is �3 z w �= a�ce r W Z O' I+U pY J�-� d'... U Z 1- 1 - I O S J 3d i II Ii• \ Q? Z W~ III EV �= o u= �� POWEP. Q v 5 LJ S i Tele I ❑>W ` H/w rn cu J W Z IF Q o U W .. .Z�.. I I z Z I I 1 J �' -� FLIGHT I l A -J X W..., N , I I I V) W II' ' r o X \Z z W u Paved Q W W • Z 3 !-Z Ii co U N Z V)N Y `� • 0 a m= wo �Z3 ¢ \ o \ J La W z \ a ( 4111 Z Zz a° uQ u N v, w > LLI 27.7 .�Nw az ?U� N ¢ \y �w �w 0W)- vW d Vl _N K W N XV1 W 0 0 l7 W Z J \ • O WXW Z� ZSJ > W N X .Z-. H W ;H W W ° W W H I-• Z W > �� 7‹.Q' ""Qp J Q' ° W ,.-Z XH W W IXj�V1 ` tY f W W• N W <O p- Q O' QC] Uce U Z \ ° UZ °W °.-. N \ \�� W °Q WVl J� W _ _— _ - - - - - - - - - - - _ _AVM 1�10delIV — - - cr — - - � — _ _- - - - - ,- - - cfs I I I I-SS-ddd artotru MUM. l•11r. 001111■ rl.ww■ 411111110111111 UMW alwIO ...•r .111.11.. r....rr I_r I®rr Iwr'. 11100110111111 r•r1r. INIMINI. w IrMIlie ..rtl.r N 0 0 n ° I s.- N fQ N w N 3 w w b o i A • w .- m a Q z rx U u W ¢ z J 1X- °U J Q W Q 211- J D Z I- W Z l7 Q G1 ' ❑ ¢ W CZ v,: -3 D ¢r u F- -Q ❑ U ❑ Q U uW X° l7 Lu I-Z 2 W LI HM wW z it ¢o 2.0 v), Ce w a g Tca W 2¢ ❑N d a, I- Q L_ Cb p 0 ❑ W N 0.W Co w CO 1_ W q Z . ❑ U C W 0 D ❑a ¢ w :Q 2 < •c ❑U U Y COL_ O w m Z a S Z U C Cn Z z J rOa CC CC AO��\ 3 z z rn =OU N ¢ °J W I- I I I :L III __ _.:t1 "� ¢ U a co w z z III�:�: w w• mw X 1 w~ u I 1. ce mW"r^ 3 • uN ° �I V)?ZV : �z I �__ ,L ,.„NZ w �� �i�� D w W �I� r�� I I- U U �� :� Z rn rO J W V1 I �_— w O v il Q� m co uN I !I!!Z I Z ` Al u('W, , trn o ¢v 0W i W .UZ-. W �� OW d W W i H 2 q �`cl Z li N Z Z — m! r = G, U fVi''I ; ¢ X Fa�i� q W!''ill w j� rr i� O w n Y M 3 l7Q 1111 w W w � — w w w CZ U (::❖; n 1 . 0 U (n l- 0 0 O W w a>- C a I--_ �c g w < Wt. an °o. (D a¢W � C V Y 0 a) c O 'c W J N OL Q1•0 Y .►- C 2Q •cc O0 r z Co 6 a) N (0 a) C — U �'I I L fn 0 c�� z _c C N - C Q - ro Co 0 Q U L T N cO c • 7,...1.— C 0 Sj C 13Lo aE : ij Q)W T T Q ZO N r7 F--W a' U CC ro cO m .: cp 71 I _o c' 310N 33S CO CO 9 t sadA1 — .� a ' L sad(1 — g �,ii I I ; -0, !:♦♦♦♦♦♦♦♦♦♦♦♦!;'♦♦♦♦♦.�♦111 i 1:1 1_111 iv 1144:•O'♦♦���♦♦♦♦♦♦ ♦♦♦♦♦♦1��♦♦fir 1'♦♦A♦♦ ♦♦♦♦♦1 0 V. It E. ♦♦♦♦♦♦ ♦♦4♦♦♦ if cn cn Q. o. '►♦♦♦�►♦ ♦♦♦♦♦♦ Iii. w P. P. :() 1 1 h I cl 1'♦♦♦.i♦ ♦O♦♦♦/ it__, ��i♦iii♦i♦i o ♦♦♦♦��`�♦i� Ld ��i�i�i�i♦i m ♦♦i♦i♦i�i� 6 �i'�i♦i♦i♦i♦i�♦♦i♦i♦i♦i`:� r W .>, ..,.,, 0 Cu o rn 4r-1==1=1.1 .. ...1,1•= 2.lei i. `) 310N 33S u, En 1', ♦�♦�♦�♦,r♦�♦�♦�.�♦�♦�♦`,i' ".- 0 sa . _ a) a) o i I o j♦♦♦�4�♦♦♦ ♦j♦j ♦j♦fie =cn o �'♦♦♦�♦ .0 ♦♦��♦♦1 III: o_o ,' i°>cv 0 1►♦♦♦4\ -o ♦♦I��♦♦♦♦♦♦i p o rn 1�♦♦♦♦♦♦♦♦♦♦♦♦�1►♦♦♦♦♦♦♦♦♦��♦♦/=:n 4► o W. ro ♦A. ♦ 1' ♦ 4 l u u=gn n n u�i=i -, N. 1' ♦♦ ♦♦♦♦♦♦�*�♦♦♦♦♦♦♦� 9_I: -o \ k����♦♦♦♦���♦♦♦♦♦♦�� E=n. Q O. �♦♦♦♦♦♦♦♦4♦� III' N ° 0 Y ♦♦♦♦♦♦♦♦ x ♦♦ 1JI. 1' i♦♦♦♦♦♦♦♦♦♦♦ �1 Iii 0 1► ♦♦♦♦♦�L♦♦�♦ ♦♦� i= o o w ►_♦•.♦_♦_♦.♦_♦_♦_♦,.♦_♦�♦A♦.&.• ' ♦♦♦ v♦♦♦ ♦♦ 11 tL . ... . ..11 1► L ♦♦ �,o ♦♦♦♦♦1 l#IL rn ' �►� ��� i !g 41—u-'a=11.11. 11.11=u#n.♦ O�c . �! � ������i i►:� ,n ,oi _ c-n,n,n,n ,q,u ♦♦♦♦♦♦�'►♦♦♦ ♦♦/1-u-u-a u-u-a-u-4I. 1LL1-SS-ddd rw.r ®w... .r.•r r..• . w.r 011001110 ..I■or wr iillt il...r lismil• r...r ..r ■.irrr ..rr r.r .milli r•...r ....r VOWS.