Loading...
HomeMy WebLinkAboutContract CAG-03-158 �. IV. CONTRACT DOCUMAORMS CITY OF RENTON r� FHWA FEDERAL-AID CONTRACTS ONLY THIS AGREEMENT, made and entered into this .9/Sf- day of �, 200S . by and between THE CITY OF RENTON, Washington, a municipal corporation of the State of Washington, hereinafter referred to as "CITY" and Totem Electric ,hereinafter referred to as "CONTRACTOR." ` WITNESSETH: 1) The Contractor shall within the time stipulated, (to-wit: within 40 working days from date of commencement hereof as required by the Contract, of which this agreement is a component part) perform all the work and services required to be performed, and provide and furnish all of the labor, materials, appliances, machines, tools, equipment, utility and transportation services necessary to perform the Contract, and shall complete the construction and installation work in a workmanlike manner, in connection with the City's Project (identified as No. CAG 03-158 ) for improvement by construction and installation of: Furnishing of materials, equipment, tools, labor, and other work or items incidental thereto (excepting any materials, equipment, utilities, or service, if any specified herein to be furnished by Owner or others), and performing all Work as required by the Contract in accordance with the Contract Documents, all of which are made a part hereof. The Work shall include construction of a traffic signal at the intersection of Lind Ave SW and SW 7th St in Renton, including but not limited to mast arm traffic signal, driveway removal and reconstruction, channelization signing and striping, interconnect placement 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 pusuant to the Contract Documents. Lind Ave SW/SW 7h St Signalization City of Renton '• IV. CONTRACT DOCUME*ORMS • 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.the Contractor as may be on site of the project and useful therein. 4) The foregoing provisions are in addition to and not in limitation of any other rights or remedies available to the City. 5) Contractor agrees and covenants to hold and save the City, its officers, agents, representatives and employees harmless and to promptly indemnify same from and against any and all claims, actions, damages,liability of every type and nature including all costs and legal expenses incurred by reason of any work arising under or in connection with the Contract to be performed hereunder,including loss of life, personal injury and/or damage to property arising from or out of any occurrence, omission or activity upon, on or about the premises worked upon or in any way relating to this Contract. This hold harmless and indemnification provision shall likewise apply for or on account of any patented or unpatented invention, process, article or appliance manufactured for use in the performance of the Contract,including its use by the City,unless otherwise specifically provided for in this Contract. In the event the City shall, without fault on its part,be made a party to any litigation commenced by or against Contractor,then Contractor shall proceed and hold the City harmless and he shall pay all costs, expenses and reasonable attorney's fees incurred or paid by the City in connection with such litigation. Furthermore, Contractor agrees to pay all costs, expenses and reasonable attorney's fees that may be incurred or paid by City in the enforcement of any of the covenants, provisions and agreements hereunder. 6) Any notice from one party to the other party under the Contract shall be in writing and shall be dated and signed by the party giving such notice or by its duly authorized representative of such party. Any such notice as heretofore specified shall be given by personal delivery thereof or by depositing same in the United States mail,postage prepaid,certified or registered mail. 7) The Contractor shall commence performance of the Contract no later than 10 calendar days after Contract final execution, and shall complete the full P erformance of the Contract not later than 40 I working da y s from the date of commencement. For each and every working day o f delay after the 1' completion, i i estab fished day of t s hereby stipulated and agreed that the damages to the City Lind Ave SW/SW 7t'St Signa]ization City of Renton IV. CONTRACT DOCUMAORMS • CITY OF RENTON 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 which shall appear within the period of one (1) year from the date of final acceptance only that work listed in Group(s) none of the Summary of quantities in the Contract Plans, i.e. the "Federal Non- participating Items," unless a longer period is specified. However, all manufacturer's warranties or guarantees on electrical and mechanical equipment, consistent with those provided as customary trade practice, shall be assigned to the City at the time of project acceptance. The Contractor shall further be required to supply warranties or guarantees providing for satisfactory in-service operation of any mechanical and electrical equipment and related components involved in Group(s) none of the Summary of Quantities in the Contract Plans, i.e. "Federal Participating Items" for a period not to exceed 6 months following project acceptance. The City will give notice of observed defects as heretofore specified with reasonable promptness after discovery thereof, and Contractor shall be obligated to take immediate steps to correct and remedy any such defect, fault or breach at the sole cost and expense of Contractor. 9) The Contractor and each subcontractor, if any, shall submit to the City such schedules of quantities and costs, progress schedules, payrolls, reports, estimates, records and miscellaneous data pertaining to the Contract as may be requested by the City from time to time. 10) The Contractor shall furnish a surety bond or bonds as security for the faithful performance of the Contract, including the payment of all persons and firms performing labor on the construction project under this Contract or furnishing materials in connection with this Contract; said bond to be in the full amount of the Contract price as specified in Paragraph 11. The surety or sureties on such bond or bonds must be duly licensed as a surety in the State of Washington. 11) The total amount of this contract is the sum of $172,103.70 BE IM One Hundred Seventy Two Thousand One Hundred Three Dollars 70/1.00 which includes any required Washington State Sales Tax. Payments will be made to Contractor as specified in the"Special Provisions" of this Contract. I I Lind Ave SW/SW 7t'St Signalization City of Renton IV. CONTRACT DOCUMAORMS • 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. CONTRACTOR CITY OF RENTON President/Partner/Owner May Jesse Tanner ATTEST LUG2� e ary Bonnie I. Walton, City Clerk dba Totem Electric of Tacoma, Inc. Firm Name check one O Individual O Partnership ID Corporation Incorporated in Washington 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. i I Lind Ave SW/SW 7t'St Signalization City of Renton IV. CONTRACT DOCUMOT FORMS • CITY OF RENTON a FEDERAL-AID FHWA PROJECTS ONLY BOND NO. 103828927 BOND TO THE CITY OF RENTON KNOW ALL MEN BY THESE PRESENTS: That we,the undersigned TOTEM ELECTRIC OF TACOMA, INC. TRAVELERS CASUALTY AND as principal, and guRFTY COMPANY OF AMERICA corporation organized and existing under the laws of the State of CQNNRCTTCHT 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$ 172}103.70 for the payment of which sum on demand we bind ourselves and our successors,heirs,administrators or person representatives,as the case may be. This obligation is entered into in pursuance of the statutes of the State of Washington, the Ordinance of the City of Renton. Dated at TACOMA Washington,this I-7TH day ofd g_, kk-2003. Nevertheless,the conditions of the above obligation are such that: WHEREAS, under and pursuant to Public Works Construction Contract CAG- 03-158 providing for construction of Lind Ave SW/SW 7`h St Signalization Project (project name) the principal is required to furnish a bond for the faithful performance of the contract;and WHEREAS, the principal has accepted, or is about to accept, the contract, and undertake to perform the work therein provided for in the manner and within the time set forth; NOW, THEREFORE, if the said TOTEM ELECTRIC OF TAf OMA, INC- 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. TOTEM ELECTRIC OF TACOMA, INC. TRAVELERS CASUALTY AND SURETY COMPANY OF Principal Surety AMERICA BY: "yl� BY- Signature S' ture V l Ct pt2rg it>C-NT- KAREN J. SMITH, ATTORNEY—IN—FACT Title Title Approved by Larry Warren 2/14/92 Lind Ave SW/SW 7'St Signalization City of Renton r r TRAVFWS CASUALTY AND SURETY COMPANY O ERICA VELERS CASUALTY AND SURETY CO FARMINGTON CASUALTY COMPANY + Hartford,Connecticut 06183-9062 POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEYS)-IN-FACT KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY .COMPANY and FARMINGTON CASUALTY COMPANY, corporations duly-organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford, County of Hartford, State of Connecticut,.(hereinafter the "Companies") hath made, constituted and appointed, and do by these presents make, constitute and appoint: Karen Ingram, Karen J. Smith, Ronald Perrault, Thomas P. Hentschell, of Tacoma, Washington, 'their true and lawful Attomey(s)-in-Fact, with full power and authority hereby conferred to sign, execute and acknowledge,at-any place within the United States,or, if the following line be filled in,within the area there designated the following instrument(s): by his/her sole signature and act, any and all bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance,or conditional undertaking and any and all consents incident thereto and to bind the Companies,thereby as fully and to the same extent as if the same were signed by the duly authorized officers of the Companies,and all the acts of said Attorney(s)-in-Fact,pursuant to the authority herein given, are hereby ratified and confirmed. This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are now in full force and effect: VOTED: That the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other NA7itings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her. VOTED: That the Chairman, the President,any Vice Chairman,any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary. VOTED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested.and sealed with the Company's seal by a Secretary or Assistant Secretary,or(b)duly executed(under seal, if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority. This Power of Attorney and Certificate of Authority is signed and sealed by facsimile under and by authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA;TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, which Resolution is now in full force and effect: VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President,any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. (8-97) i I puo8 `tie;aa3aS jue;SiSSd ��,, • F'9 �Q*.� T9'L . �.� „ TT uosuegor'w uo>i a¢ • Z �rso0 'odo a"ve 1 ---�A -/ A8 u Z 8 61 r 'QHOj1HV►I ,',. r �VnSY7 O/Y AS1�C .yN7s 6� .. coo z 3o Sep � snit paleQ 'lnanaauuoO 30 ale1S `P10JlreH 30 43 aq1 ut ',tuedwoJ 3g1 3o 03luo 3uroH aql le PaleaS p U21S •3010;ur Mou ale`dluoglnV 3o ale0gmaJ ogl u quo3 las Se `slolOalrQ 3o spleog aql;o suotlnios3-i qutpuelS aql imp `31ouuaqun3 pue `.p03Iona1 uaaq lou Seq pue 30103 jln3 ut Sureu101 Aluoglny;o oleogtuaJ pue Aawolld 3o lamod pag0e;le puE 2utoValo; aql legs A-MX93 AggHgi OQ `lnon00uuOD JO MIS aql 3o suoilelodlo0 3lools `ANVdTAIOJ A.L'IVfISVJ NO.LONHW2HV3 PQe ANVdWOJ A.LMIS QNV A,L'IVfISVJ SH3'I3AVH L `VJIHH3WV 30 ANVdWOJ A.L32HfIS QNV A.L'IVfISVJ S2H3'I3AVHL 3o faviamaS ;ue;sissV 'pau2isl3pun aqi `I UVJIdIDED ;�nea�;aj•�ai�ey� �� �� 0ilgnd tieloN 1002 '0£aun£ sandxa uoissiwwo0�VI �l� 3oo1agl suotlniosod 2urpuelS 3g11opun a0Wo 1aq/sig 3o f4poglne Aq suoiielodio0 ag13o 3iegoq uo luaurn usui pies oql polmax3 ags/aq Imp pue'sieas alelodio0 guns on luauiMsut pies 3ql of paxijje sieas aql legl 'suotlmodio0 pies 3o sieas oqi smomI ogs/3g legl `.luaurrulsur anoge agl poinoax3 g0igm pus ui paqu0sop suotlelodlo0 0q1 `ANVdWOJ A.L'IVfISVJ NO.L9NIWHV3 PUB ANVJWOJ A.L32HaS QNV Al'IVfISVJ S2H3'I3AV2H.L `VJI H3WV 30 ANVd NO3 A.L32HfIS QNd A,L'IVaSVJ S2H3'IHAV2HI 30 luapisaJd aaiA.10iu3S si ags/aq 1eg1 :,ass pue asodop pip 'Moms ,Clnp our Aq 2ut3q `oqm `unnou31 our of NOSdWOH.L 'M Hf) H03O aure0 Aifeuosiod our olojoq OOOZ `SeW 3o Xup glSH stgl u0 ;UMSOM 031A JOIUa$ uosdwogl •M a6JoaO A9 0 y ' F °Nr A►��°6� J�lhmsaVA� Crd0d 'dVH 30,klNfl0J ANVdWOJ Al'IVflSVJ N01f)M UV3 pi0J1nH'SS{ ANVdWOJ A.LRMS QNd Al'IVfISVJ SH313AVZU VJRI21WV d0 ANVdWOJ AIHMS QNV Al'IVfISVJ SH313AVIU InOLLDaRK00 30 nVIS 'OOOZ `f.eW 3o,yep qlg l snp pare olaloq aq of Was 3ls1od1001tagl pus`lu3pisaJd 331A J01u3S 1tag1 Sq pougis 3q 01 luaurnulsui sigl pasne0 3Aeg ANVdWOJ A.L'lVfISVJ NO.L9MlW HV3 Pus ANVdWOJ A.LMIS QNd Al'IVf1SV3 S2H3'I3AV2H1. `VJRH3WV 30 ANVd 0J A.LaHfIS QNIV A.L'IVfISVJ S2H3'I3AVHL `Wa H3HM SS3N.LIM NI I Award Date: 02003 CAG 03-158 Awarded to: 70- i)em RtCfi'%G RE N�T O P.D. Box U14 Ta co�rta. vii' 9 840/ �� „ ,_f ► e i a: dquiard f1/'aaml. # J YA /03,70 �Y Bidding Requirements, City of Renton Uti1 Forms, Contract Forms, Conditions of • the Contract, Plans and Specifications �- �NTO -W..c LIND AVE SW / SW 7th ST SIGNALIZATION FEDERAL AID PROJECT AC-STPH-1292(001 ) City of Renton L • `�• 1055 South Grady Way of WAS •.'4 Renton, WA 98055 i General Bid Information: (425)430-7200 = 59 .r City Contact: Jason Fritzler (425)430-7243 + '° Consultant Contact: TP&E (206)455-5320 ��MAL ECG: 1EXPIRES: 10/22/03 Printed on Recycled Paper CITY OF RENTON RENTON, WASHINGTON CONTRACT DOCUMENTS for the LIND AVE SW / SW 7t" ST SIGNALIZATION FEDERAL AID PROJECT AC-STPH-1292 001 PROJECT NO. CAG 03-158 November 2003 BIDDING REQUIREMENTS CONTRACT FORMS CONDITIONS OF THE CONTRACT SPECIFICATIONS PLANS I CITY OF RENTON TRANSPORTATION SYSTEMS DIVISION 1055 South Grady Way Renton, WA 98055 0 Printed on Recycled Paper 1 CITY OF RENTON INDEX fI. CALL FOR BIDS H. INTRODUCTION 1. INSTRUCTIONS TO BIDDERS 2. SUMMARY OF AMERICANS WITH DISABILITIES ACT POLICY,CITY OF RENTON 3. SUMMARY OF FAIR PRACTICES POLICY,CITY OF RENTON 4. SCOPE OF WORK 5. VACINITY MAP III. PROJECT PROPOSAL 1. BIDDER'S CHECKLIST 2. PROPOSAL 3. SCHEDULE OF PRICES 4. ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA 5. BID BOND FORM 6. CERTIFICATION FOR FEDERAL-AID CONTRACTS 7. DISADVANTAGED BUSINESS ENTERPRISE UTILIZATION CERTIFICATION 8. CERTIFICATION OF EEO REPORT 9. NON-COLLUSION AND DEBARMENT AFFADAVIT 10. ASSIGNMENT OF ANTITRUST CLAIMS 11. MINIMUM WAGE AFFADAVIT FORMS 12. SUBCONTRACTOR LIST FORM IV. CONTRACT DOCUMENT FORMS 1. BOND TO THE CITY OF RENTON 2. CONTRACT AGREEMENT(FHWA) 3. CITY OF RENTON INSURANCE INFORMATION FORM(INCL.SAMPLE) 4. CERTIFICATE OF INSURANCE(SAMPLE) V. REQUIRED DOCUMENTS FOR FEDERAL-AID CONSTRUCTION CONTRACTS 1. REQUIRED CONTRACT PROVISIONS FOR FEDERAL-AID CONSTRUCTION CONTRACTS (AND AMENDMENT) 2. NOTICE OF REQUIREMENT FOR AFFRIMATIVE ACTION TO ASSURE EEO 3. DISADVANTAGED BUSINESS ENTERPRISE PARTICIPATION 4. OTHER REQUIRED PROVISIONS FOR FEDERAL CONTRACTS VI. CONTRACT SPECIFICATIONS i1. TABLE OF CONTENTS 2. AMENDMENTS TO THE STANDARD SPECIFICATIONS 3. SPECIAL PROVISIONS APPENDIX A-HOURLY MINIMUM WAGE RATES APPENDIX B-STANDARD PLANS APPENDIX C-PLANS Lind Ave SW/SW 7'St Signalization City of Renton I. CALL FOR BIDS CITY OF RENTON CALL FOR BIDS i t Lind Ave SW/SW 7h St Signalization City of Renton RECEMEb OCT 15 2003 T e CITY OF REI�TON Lranspattatij &,stem, ,) LIND AVE SW/SW 7t''ST SIGNALIZATION CALL FOR BIDS Sealed bids will be received until 2:30 p.m., Wednesday, November 12, 2003, at the City Clerk's office, 7`''floor, and will be opened and publicly read in conference room#521, 5"'floor, Renton City Hall, 1055 S. Grady Way,Renton,WA 98055. The work to be performed within 40 WORKING days from the date of commencement under this contract shall include all the work necessary to complete the equipment and communications installation for the LIND AVE SW / SW 7`t' ST SIGNALIZATION, located in Renton, WA at and in the vicinity of the subject intersection. This work shall include but is not limited to the following items: Furnishing of materials, equipment, tools, labor, and other work or items incidental thereto (excepting any materials, equipment, utilities, or service, if any specified herein are to be furnished by Owner or others), and performing all Work as required by the Contract in accordance with the Contract Documents, all of which are made a part hereof. The Work.shall include construction of a traffic signal at the intersection of Lind Ave SW and SW 7t' St in Renton, including but not limited to mast arm traffic signal, driveway removal and reconstruction, channelization signing and striping, interconnect placement and all other Work necessary to complete the project as specified and shown in the Contract Documents. The City reserves the right to reject any and/or all bids and to waive any and/or all informalities. For Information regarding this project contact Jason Fritzler,Project Manager at(425)430-7243. Approved plans and specifications and contract document forms may be obtained from the City of Renton Planning/Building/Public Works Department customer service counter, 6th floor, Renton City Hall (Tel. (425) 430-7266), for a non-refundable fee of$50.00 ($45.96, plus $4.04 sales tax) for each set plus $10.00 to cover postage, if mailed. The mailing charge will also be non-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. The City's Fair Practices,Non-Discrimination, and Americans With Disability Act Policies shall apply. 1[�f9 Xwt,t J, Bonnie I. Walton, City Clerk Published: Daily Journal of Commerce: October 21, 2003 & October 28, 2003 II. INTRODUCTION CITY OF RENTON i j I I INTRODUCTION Lind Ave SW/SW Vh St Signalization City of Renton II. INTRODUCTION CITY OF RENTON 1. INSTRUCTIONS TO BIDDERS 1. Sealed bids for this proposal will be received by the City of Renton at the office of the Renton City Clerk, Renton City Hall, until 2:30 p.m., on the date specified in the Call for Bids. 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. 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 amount of the work within ten days after receipt of notice of intention to award contract. Should he fail, or refuse to do so, the check shall be forfeited to the City of Renton as liquidated damage for such failure. 8. All bids must be self-explanatory. No opportunity will be offered for oral explanation except as the City may request further information on particular points. 9. The bidder shall, upon request, furnish information to the City as to his financial and practical ability to satisfactorily perform the work. 10. Payment for this work will be made in Cash Warrants. 11. The contractor shall obtain such construction insurance (e.g. fire and extended coverage, worker's compensation, public liability, and property damage as indicated on forms enclosed under Attachment A herein and as identified within Specification Section 1-07.18. 12. The contractor, prior to the start of construction, shall provide the City of Renton a detailed bar chart type construction schedule for the project. Lind Ave SW/SW 7'h St Signalization City of Renton Il. 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. 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 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. i16. Payment of Prevailing Wages In accordance with Revised Code of Washington Chapters 39.12 and 49.28 as amended or supplemented herein, there shall be paid to all laborers, workmen or mechanics employed on this contract the prevailing rate of wage for an hour's work in the same trade or occupation in the area of work regardless of any contractual relationship which may exist, or be alleged to exist, between the CONTRACTOR and any laborers, workmen, mechanics or subconsultants. The prevailing wage rate to be in force during the duration of this contract are included within these specifications as Appendix D, "Hourly Minimum Wage Rates". The wage rates shall be included as part of any subcontracts the CONTRACTOR may enter into for work on this project. 17. Employment of Resident Employees The CONTRACTOR and subcontractors shall employ Washington State residents in accordance with the requirements of RCW 39.16. 18. Water Pollution Control Requirements The CONTRACTOR shall conduct the work in accordance with all applicable pollution control laws. The CONTRACTOR shall comply with and be liable for all penalties, damages, and violations under Chapter 90.48 RCW, in performance of the work. The CONTRACTOR shall also comply with Article 4 in the Puget Sound Air Pollution Control Agency Regulation III regarding removal and encapsulation of asbestos materials. 19. The CONTRACTOR if so desires may determine existing on site features such as the thickness of existing road surfacing, prior to bid opening. The bidders must notify the OWNER within 48 hours prior to exploration activity and shall repair all boring and exploration work to preexisting condition. i Lind Ave SW/SW 7h St Signal ization City of Renton - i i Il. INTRODUCTION CITY OF RENTON 20. Standard Specifications All work under this contract shall be performed in accordance with the following standard specifications except as may be exempted or modified by the Special Provisions other sections of these contract documents. These standard specifications are hereby made a part of this contract and shall control and guide all activities within this project whether referred to directly, paragraph by paragraph, or not. 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." 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 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. 22. A mandatory goal of XX% DBE participation has been established for this contract. Bidders should review all contract documents in this package to fully understand DBE participation goals and requirements. 1 1 Lind Ave SW/SW 7`h St Signalization City of Renton II. INTRODUCTION CITY OF RENTON i CITY OF RENTON SUMMARY OFAMERICANS WITH DISABILI77ESACT POLICY ADOPTED BY RESOL UTION NO. 3007 The policy of the City of Renton is to promote and afford equal treatmebt and service to all citizens and to assure employment opportunity to persons with disabilities, when the City of Renton can reasonably accommodate the disability. This policy shall be, based on the principles of equal employment opportunity, the Americans With Disabilities Act and other applicable guidelines as set forth in federal, state and local laws. All departments of the City of Renton shall adhere to the following guidelines: (1) EMPLOYMENT PRACTICES - All activities relating to employment such as recruitment, selection,promotion,termination and training shall be conducted in a non- discriminatory manner. Personnel decisions will be based on individual performance, staffing requirements, and in accordance with the Americans With Disabilities Act and other applicable laws and regulations. (2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of Renton will cooperate fully with all organizations and commissions organized to promote fair practices and equal opportunity for persons with disabilities in employment and receipt of City services, activities and programs. (3) AMERICANS WITH DISABILITIES ACT POLICY-The City of Renton Americans With Disabilities Act Policy will be maintained to facilitate equitable representation within the City work force and to assure equal employment opportunity and equal access to City services, activities and programs to all people with disabilities. It shall be the responsibility and the duty of all City officials and employees to carry out the 1 policies and guidelines as set forth in this policy (4) CONTRACTORS' OBLIGATION - Contractors, subcontractors, consultants and suppliers conducting business with the City of Renton shall abide by the requirements of the Americans With Disabilities Act and promote access to services, activities and programs for people with disabilities. Copies of this policy shall be distributed to all City employees, shall appear in all operational documentation of the City, including bid calls, and shall be prominently displayed in appropriate City facilities. CONCURRED IN by the City Council of the City of Renton, Washington, this 4th day of October 1993. CITY F RENTON l RENTON CITY COUNCIL: (-, " Mayor Council President Attest: City Clerk Lind Ave SW/SW 7h St Signalization City of Renton II. INTRODUCTION CITY OF RENTON RESOLUTION NO. 3229 EXHIBIT`A' CITY OF RENTON SUMMARY OF FAIR PRACTICES POLICY ADOPTED BY RESOLUTION NO. 3229 It is the policy of the City of Renton to promote and provide equal treatment and service to all citizens and to ensure equal employment opportunity to all persons without regard to race, color, national origin, ethnic background, gender, marital status, religion, age or disability, when the City of Renton can reasonably accommodate the disability, of employees and applicants for employment and fair, non-discriminatory treatment to all citizens. All departments of the City of Renton shall adhere to the following guidelines: (1) EMPLOYMENT PRACTICES - The City of Renton will ensure all employment relater) activities including recruitment, selection, promotion, demotion, training, retention and separation are conducted in a manner which is based on job-related criteria which does not discriminate against women, minorities and other protected classes. Human resources decisions will be in accordance with individual performance, staffing requirements,governing civil service rules,and labor contract agreements. (2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS -The City of Renton will cooperate fully with all organizations and commissions organized to promote fair practices and equal opportunity in employment. (3) AFFIRMATIVE ACTION PLAN-The City of Renton Affirmative Action Plan and Equal Employment Program will be maintained and administered to facilitate equitable representation with the City work force and to assure equal employment opportunity to ail. It shall be the responsibility of elected officials, the Mayor, the Affirmative Action Officer, department administrators, managers, supervisors, Contract Compliance Officers and all employees to carry out the policies, guidelines and corrective measures set forth in the Affirmative Action Plan and Equal Employment Program. (4) CONTRACTORS' OBLIGATIONS - Contractors, sub-contractors, consultants and ' suppliers conducting business with the City of Renton shall affirm and subscribe to the Fair Practices and Non-discrimination policies set forth by the law and in the City's Affirmative Action Plan and Equal Employment Program. Copies of this policy shall be distributed to all City employees, shall appear in all operational documentation of the City,including bid calls,and shall be prominently displayed in appropriate city facilities. CONCURRED IN by the City Council of the City of RENTON,Washington,this 7thday of October, 1996. CITY OF RENTON: RENTON CITY COUNCIL: fv ayor Council President Attest: City Cler Lind Ave SW/SW 7`h St Signalization City of Renton II. INTRODUCTION CITY OF RENTON 4. SCOPE OF WORK The scope of work under the terms of this contract shall be all the work necessary to complete the equipment and communications installation for the LIND AVE SW/ SW 7`i' ST SIGNALIZATION, located in Renton, WA at and in the vicinity of the subject intersection. This work shall include but is not limited to the following items: Furnishing f materials, equipment,tools, labor, and other work or items incidental thereto g (excepting any materials,equipment, utilities, or service, if any specified herein to be furnished by Owner or others), and performing all Work as required by the Contract in accordance with the Contract Documents, all of which are made a part hereof. The Work shall include construction of a traffic signal at the intersection of Lind Ave SW and SW 7"'St in Renton, including but not limited to mast arm traffic signal,driveway removal and reconstruction,channelization signing and striping, interconnect placement 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 fundin g of this project will be from City, and Federal Grant funds. Lind Ave SW/SW 7h St Signalization City of Renton ----------------n NW 2nd S Tillicum S Tobin St. 134th St Nqe- 0 Swjv vict. cn C-0 s I-,- 34tl, St. -3 cc co cc 2nd St. 012 S 2nd sk ---------I. L012 0-p Sir S 3rd St. 4t 3,d P1; �e���a S 3rd Pl. h P7. S 4t S�n 2nd ..................... ...... 5 h t. ....................... N� PROJECT s s 6h St cc LOCATI 0 U 4a �R-- U . ......... . .......... C/I ........... . . ............ En rn ezr" co ........... ................. .............................. ........................... ... .............. ------------- sl loth Rdnton Village Pl. .................. St........ ........ S 15th St. SW 16th St. SW 16th St. ..................................... ..................... . ............................................... S 17th St, a o S 18th rx .................................a SW 19th St. S 19th St. DO Bi= SW 21st St. co 4a S 21st St. ............. . ............................................. ti SW 23rd St. S 23rd St. 0 1000 2000 1 : 12000 VACINTY MAP III. PROJECT PROPOSAL CITY OF RENTON r PROJECT: Lind Ave SW/ SW 7th St Signalization CAG NO.: 03-158 COMPANY: BID AMOUNT: ADDRESS: TEL. NO.: �I PROJECT PROPOSAL Ili jLind Ave SW/SW 7n'St Signalization City of Renton i III. PROJECT PROPOSAL CITY OF RENTON 1. BIDDER'S CHECKLIST 1. PROJECT PROPOSAL COVER SHEET 2. BIDDER'S CHECKLIST 3. PROPOSAL FORM 4. SCHEDULE OF PRICES 5. ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA 6. BID BOND FORM 7. CERTIFICATION FOR FEDERAL-AID CONTRACTS 8. DISADVANTAGED BUSINESS ENTERPRISE UTILIZATION CERTIFICATION 9. CERTIFICATION OF EEO REPORT 10. NON-COLLUSION AND DEBARMENT AFFIDAVIT 11. ASSIGNMENT OF ANTITRUST CLAIMS 12. MINIMUM WAGE AFFIDAVIT FORM 13. SUBCONTRACTOR LIST FORM Above documents must be executed by the Contractor, President and Vice-President or Secretary if corporation by-laws permit. All pages must be signed. In the event another person has been duly authorized to execute contracts, a copy of the corporation minutes establishing this authority must be attached to the bid document. • Lind Ave SW/SW 7t'St Si gn alization City of Renton III PROJECT PROPOSAL CITY OF RENTON ' 2. PROPOSAL TO THE CITY OF RENTON RENTON, WASHINGTON Ladies and/or Gentlemen: The undersigned hereby certify that the bidder has examined the site of the proposed work and have read and thoroughly understand the plans, specifications and contract governing the work embraced in this improvement, and the method by which payment will be made for said work, and hereby propose to undertake and complete the work embraced in this improvement, or as much thereof as can be completed with the money available, in accordance with the said plans,specifications and contract and the following schedule of rates and prices: (Note: Unit prices for all items, all extensions,and total amount of bid should be shown. Show unit prices both in writing and in figures.) Printed Name: Signature: Address: Names of Members of Partnership: OR Name of President of Corporation iName of Secretary of Corporation Corporation Organized under the laws of With Main Office in State of Washington at 1 Lind Ave SW/SW 7`h St Signalization City of Renton 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 wdentions,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.) ITEM APPROX. ITEM WITH UNIT PRICED BID UNIT PRICE AMOUNT NO. QUANTITY Unit Prices to be Written in Words Dollars Cts. Dollars CIS. 1 1 Minor Change(1-04.4(1)) CALC $Negative One Dollar per Calculation (words) (figures) (figures) 2 1 Finish and Cleanup(1-04.11) LS $ per Lump Sum (words) (figures) (figures) 3 1 Contractor Supplied Surveying(1-05.4(3)) LS $ per Lump Sum (words) (figures) (figures) 4 1 SPCC Plan(1-07.15(1)) LS $ per Lump Sum (words) (figures) (figures) 5 1 Temporary Water Pollution/Erosion Control(1-07.15,8-01) LS $ per Lump Sum (words) (figures) (figures) 6 1 Utility Potholing(1-07.17) FA $Five Hundred Dollars and 00 Cents 500 500 per Force Account (words) (figures) (figures) 7 1 Resolution of Utility Conflicts(1-07.17) FA $Five Hundred Dollars and 00 Cents 500 500 per Force Account (words) (figures) (figures) 8 1 Mobilization(1-09.7) LS $ per lump Sum (words) (figures) (figures) 9 1 Traffic Control(1-10) LS $ per Lump Sum (words) (figures) (figures) 10 1 Clearing and Grubbing(2-01) LS $ per Lump Sum (words) (figures) (figures) 11 30 Remove Curb and Gutter(2-02) LF $ per Linear Foot (words) (figures) (figures) 12 110 Remove Cement Concrete Pavement(2-02) SY $ per Square Yard (words) (figures) (figures) Lind Ave SW/SW 7th SL Sigtalization City of Renton 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. 13 100 Remove Asphalt Concrete Pavement(2-02) SY $ per Square Yard (words) (figures) (figures) 14 100 Crushed Surfacing Top Course(4-04) TN $ per Ton (words) (figures) (figures) ' 15 57 Misc and/or Driveway Asphalt Conc.Cl.B(5-04.5) TN $ I per Ton (words) (figures) (figures) 16 50 Cement Concrete Approach 3 Day(5-05) SY $ per Square Yard (words) (figures) (figures) 17 60 Sod Installation(8-02) SY $ per Square Yard (words) (figures) (figures) 18 380 Extruded Curb(8-04) LF $ per Linear Foot (words) (figures) (figures) 19 28 Cement Conc.Barrier Curb and Gutter(8-04) LF $ per Linear Foot (words) (figures) (figures) 20 1 Curb Ramp,Cement Concrete(8-14.5) EA $ per Each( r' (words) (figures) (figures) 21 1 Cement Concrete Sidewalk(for"Truncated Dome Detectable Warning Patterns")(8-14) EA $ per Each(,t (words) (figures) (figures) 22 1 Traffic Signal System(8-20 and 9-29) i EA $ per Each, , (words) (figures) (figures) 23 1 Permanent Signing(8-21) EA $ per Each(usl (words) (figures) (figures) 24 1 Remove Existing Traffic Markings(8-22.3(6)and 8-22.5) EA $ per Each/ (words) (figures) (figures) Lind Ave SW/SW 7th St.Sigalization City of Renton 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. 25 1 Plastic Stop Line(8-22) EA $ \ per Each L�> (words) (figures) (figures) 26 1 Plastic Crosswalk Line(8-22) EA $ per Each (words) (figures) (figures) i2Z 1 Plastic Traffic Arrow(8-22) EA $ per Each (words) (figures) (figures) 28 1 Approach Stripe(8-22) EA $ per Each(Lf-) (words) (figures) (figures) 29 1 Paint Line(8-22) EA $ per Each (words) (figures) (figures) 30 1 Topsoil Type A(9-14) EA $ per Each ! (words) (figures) (figures) TOTAL $ words fi ures Lind Ave SW/SW 7th SL Sigtalization City of Renton III. PROJECT PROPOSAL CITY OF RENTON i 4. ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA LACKNOWLEDGEMENT OF RECEIPT OF ADDENDA: NO. DATE INO. DATE NO. DATE 1 SIGNED TITLE NAME OF COMPANY ADDRESS CITY/STATE/ZIP TELEPHONE CITY OF RENTON STATE CONTRACTORS BUSINESS LICENSE# LICENSE# Lind Ave SW/SW 7*St Signalization City of Renton III PROJECT PROPOSAL CITY OF RENTON ' 5. BID BOND FORM ' Herewith find deposit in the form of a certified check, cashier's check, cash, or bid bond in the amount of$ which amount is not less than five percent of the total bid. 1 Sign here Know All Men by These Presents: 1 That we, , as Principal, and as Surety, are held and firmly bound unto the City of Renton, as Obligee, in the penal sum of Dollars, for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns,jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for ' according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case 1 of failure to do so, pay and forfeit to the Obligee the penal amount of the deposit specified in the call for bids, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damages, the amount of this bond. ' SIGNED, SEALED AND DATED THIS DAY OF ' 19 Principal Surety Received return of deposit in the sum of$ lend Ave SW/SW 7 t,St Signalization City of Renton 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 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 1 Federal grant,the making of any Federal loan,the entering into of any cooperative agreement,and the extension,continuation, renewal, amendment, or modification of any Federal contract,grant, loan or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or ' employee of Congress,or an employee of a Member of Congress in connection with this Federal contract,grant, loan,or cooperative agreement,the undersigned shall complete and submit Standard Form-LL,"Disclosure Form to Report Lobbying,"in accordance with its instructions. This certification is material representation of the fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352,Title 31,U.S.Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than$10,000 and not ' more than$100,000 for each failure. The prospective participant also agrees by submitting his or her bid or proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts, which exceed$100,000 and that all such subrecipients shall certify and disclose accordingly. DOT forth 272.040 EF Revised 8198 Lind Ave SW/SW 716 St Signalization City of Renton III. PROJECT PROPOSAL CITY OF RENTON � Washington State Disadvantaged Business �I/ Department of Transportation Enterprise Utilization Certification To be eligible for award of this contract the bidder must hp out and submit,as part of his/her proposal,the following certification relating to Disadvantaged Business Enterprise(DBE) requirements.This certification shall be deemed a part of the resulting contract Failure ' to fill out and submit this certification,the irtdusion of a false certification,or insufficient projected use of OBEs,shall be considered as evidence that the proposal is non-responsive to the invitation to bid. information on certified firms is available from OMWBE,phone(360)753-9693. certifies that the following Disadvantaged Business Enterprise(s) Nana of Bidder (DBE) have been contacted regarding participation on this project arid,if it is the successful bidder on this project,it shall award subcontracts to or enter into supply agreements with the following DBEs as indicated:(if necessary,use additional shoot). capacity .._.• .: . AmpUnt to*• Name of,pBE (Prime Jolntyoturr? Dt's`cri tion of Work b&A fled Certificate Number sutxron ''or, P Pp lrjanufacujErfRegufar Towards Goal Deatel.."-Se�iFe�[ovlder) 1. 1 2 r 3. _ I 4. I 1 6 7 t I 8. tj. i Disadvantaged Business Enterprise Subcontracting GoaL• DBE Total S ' Aeptilarbeeferstatusmtstbe approved by the Otticeof Equal Opportunity,Wash,State Dept.of Transportation, on each contram See ttte section'Counting DBE Participation Toward Meeting the Goar in the Contract Document The Contracting Agency.will utilize the above data to determine whether or not the bidder has met the goal orMe average goal attainment of all bidders. DOT Fpm272-00�EF Etev[sed 1a97- Lind Ave SW/SW 7ih St Signafization City of Renton III. PROJECT PROPOSAL CITY OF RENTON CERTIFICATION OF EQUAL EMPLOYMENT OPPORTUNITY REPORT Certification with regard to the Performance of Previous Contracts or Sub-contracts subject to the Equal rOpportunity Clause and the filing of Required Reports. The bidder , proposed subcontractor , hereby certifies that he has _, 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 , 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. (Company) By: 1 Date: (Title) Note: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor (41 CFR 60-1.7 (b) (1), and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause. Contracts and subcontracts which are exempt from the equal opportunity clause are set forth in 41 CFR 60-1.5. (Generally only contracts or subcontracts of$10,000 or under are exempt.) Currently, Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7 (b) (i) prevents the award of contracts and subcontractors unless such contractor submits a report covering the delinquent period or such other period specified by the Federal Highways.Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. ' Lind Ave SW/SW 7d'st Si S nalization City of Renton III. PROJECT PROPOSAL CITY OF RENTON NON-COLLUSION AND DEBARMENT AFFIDAVIT * STATE OF WASHINGTON ) ** COUNTY OF ) I, the undersigned, an authorized representative of *** 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, 1 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. 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. Name of Project Name of Bidder's Firm Signature of Authorized Representative of Bidder r Date I certify that I know or have satisfactory evidence that is the person who appeared before me, and said person acknowledged that (he/she) signed this instrument and acknowledged it to be (his/her) free and voluntary act for the uses ' and purposes mentioned in the instrument. Dated Notary Public in and for the State of Washington residing at Notary(print): My appointment expires: NOTE: Exceptions will not necessarily result in denial of award, but will be considered in determining bidder responsibility. For any exception noted, indicate above to whom it applies, initiating agency, and dates of action. Providing false information may result in criminal ' prosecution or administrative sanctions. *A suspending or debarring official may grant an exception permitting a debarred,suspended,or excluded person to participate in a particular transaction upon a written determination by such official stating the reason(s)for deviating form the Presidential policy established by Executive order 12549..."(49 CFR Part 29 Section 29.215). *If notarization of proposal takes place outside of Washington State, DELETE WASHINGTON, and enter appropriate State. ** Fill in county where notarization of proposal takes place. *** Fill in firm name. Lind Ave SW/SW 7'h St Signalization City of Renton III. PROJECT PROPOSAL CITY OF RENTON 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 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. Name of Project Name of Bidder's Firm Signature of Authorized Representative of Bidder Date rI certify that I know or have satisfactory evidence that is the person who appeared before me, and said person acknowledged that (he/she) signed this instrument and acknowledged it to be (his/her) free and voluntary act for the uses and purposes mentioned in the instrument. Dated Notary Public in and for the State of Washington residing at Notary (print): My appointment expires: Lind Ave Sw/sw 7h St Signalization City of Renton III. PROJECT PROPOSAL CITY OF RENTON ' MINMUM WAGE AFFIDAVIT FORM STATE OF WASHINGTON SS COUNTY OF KING ) I, the undersigned, having been duly sworn, deposed, say and certify that in connection with the performance of the work of this project, I will pay each classification of laborer, workman, or mechanic employed in the performance of such work; not less than the prevailing rate of wage or not less than the minimum rate of wages as specified in the principal contract; that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. Name of Project Name of Bidder's Firm Signature of Authorized Representative of Bidder Date I certify that I know or have satisfactory evidence that is the person who appeared before me, and said person acknowledged that (he/she) signed this instrument and acknowledged it to be (his/her) free and voluntary act for the uses and purposes mentioned in the instrument. Dated Notary Public in and for the State of Washington residing at Notary (print): My appointment expires: r Lind Ave SW/SW 7h St Signalization City of Renton III. PROJECT PROPOSAL CITY OF RENTON SUBCONTRACTOR LIST FORM 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. The completed Subcontractor List form shall be submitted as part of the bid submittal. Failure to submit the completed for shall render the bidder's bid nonresponsive and, therefore, void. Complete one of the following for contracts that exceed $1,000,000: y� A. There are no subcontractors proposed whose subcontract amount exceeds 10 percent of the contract price. Name: Title: Signature: B. The following subcontractor(s) subcontract amount exceeds 10 percent of the contract price: (list subcontractor and bid item) I' Bid Item (s) Subcontractor.Name I� Address Phone No. State Contractor's License No Bid Item (s) Subcontractor Name Address Phone No. State Contractor's License No Bid Item (s) Subcontractor Name ' Address Phone No. State Contractor's License No - I ' Bid Item (s) Subcontractor Name Address Phone No. State Contractor's License No Lind Ave SW/SW 7y'St Signalization City of Renton IV. CONTRACT DOCUMENT FORMS CITY OF RENTON INFORMATION ONLY IV CONTRACT DOCUMENT FORMS DOCUMENTS IN THE FOLLOWING FORM MUST BE EXECUTED AND SUBMITTED BY THE SUCCESSFUL BIDDER WITHIN TEN (10) DAYS FOLLOWING THE NOTICE OF AWARD. Lind Ave SW/SW 7`"St Signalization City of Renton ' IV. CONTRACT DOCUMENT FORMS CITY OF RENTON FEDERAL-AID FHWA PROJECTS ONLY ' BOND TO THE CITY OF RENTON KNOW ALL MEN BY THESE PRESENTS: That we,the undersigned as principal, and corporation organized and existing under the laws of the ' State of as a surety corporation, and qualified under the laws of the State of Washington to become surety upon bonds of contractors with municipal corporations, as surety are jointly and severally held and firmly bound to the City of Renton in the penal sum of$ for the payment of which sum on demand we bind ourselves and our successors,heirs,administrators or person representatives,as the case may be. This obligation is entered into in pursuance of the statutes of the State of Washington, the Ordinance of the City of Renton. Dated at ,Washington,this day of 19_. Nevertheless,the conditions of the above obligation are such that: 1 WHEREAS, under and pursuant to Public Works Construction Contract CAG- 03-158 providing for construction of Lind Ave SW/SW 7`b St Signalization Project (project name) the principal is required to furnish a bond for the faithful performance of the contract;and WHEREAS, the principal has accepted, or is about to accept, the contract, and undertake to perform the work therein provided for in the manner and within the time set forth; ' NOW, THEREFORE, if the said 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. Principal Surety Signature Signature Title Title Approved by bury Warren 2/14/92 Lind Ave SW/SW r St Signalization City of Renton 1 IV. CONTRACT DOCUMENT FORMS CITY OF RENTON FHWA FEDERAL-AID CONTRACTS ONLY THIS AGREEMENT, made and entered into this day of 20 by and II� between THE CITY OF RENTON, Washington, a municipal corporation of the State of Washington, hereinafter referred to as "CITY" and ,hereinafter referred to as "CONTRACTOR." WTTNESSETH: 1) The Contractor shall within the time stipulated, (to-wit: within 40 working days from date of commencement hereof as required by the Contract, of which this agreement is a component part) perform all the work and services required to be performed, and provide and furnish all of the labor, materials, appliances, machines, tools, equipment, utility and transportation services necessary to perform the Contract, and shall complete the construction and installation work in a workmanlike manner, in connection with the City's Project (identified as No. CAG 03-158 ) for improvement by �{ construction and installation of Furnishing of materials, equipment, tools, labor, and other work or items incidental thereto (excepting any materials, equipment, utilities, or service, if any specified herein to be furnished by Owner or others),and performing all Work as required by the Contract in accordance with the Contract Documents, all of which are made a part hereof. The Work shall include construction of a traffic signal at the intersection of Lind Ave SW and SW 7th St in Renton, including but not limited to mast arm traffic signal, driveway removal and reconstruction, channelization signing and striping, interconnect placement 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 I� conformity with the plans and specifications, including any and all addenda issued by the City and all II 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 I' 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. I� a) This Agreement b) Instruction to Bidders c) Project Proposal d) Specifications e) Maps and Plans f) Bid g) Advertisement for Bids h) Special Provisions,if any i) Addenda,if any and all modifications or changes issued pusuant to the Contract Documents. Lind Ave SW/SW 7t'St Signalization City of Renton IV. CONTRACT DOCUMENT FORMS CITY OF RENTON i) Addenda, if any and all modifications or changes issued pusuant to the Contract Documents. 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 I 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) das after the serving upon it of such notice of termination does not perform the Contract or does not commence performance thereof within thirty (30) days from the date of serving such notice, the City itself may take over the work under the Contract and prosecute the same to completion by Contract or by any other method it may deem advisable, for the account and at the expense of the Contractor, and his surety shall be liable to the City for any excess cost or other damages occasioned the City thereby. In such event,the City, if it so elects,may,without liability for so doing,take possession of and utilize in completing said Contract such materials, machinery, appliances, equipment, plants and other properties belonging to the Contractor as may be on site of the project and useful therein. 4) The foregoing provisions are in addition to and not in limitation of any other rights or remedies available to the City. 5) Contractor agrees and covenants to hold and save the City, its officers, agents, representatives and employees harmless and to promptly indemnify same from and against any and all claims, actions, damages, liability of every type and nature including all costs and legal expenses incurred by reason of any work arising under or in connection with the Contract to be performed hereunder, including loss of life, personal injury and/or damage to property arising from or out of any occurrence, omission or activity upon, on or about the premises worked upon or in any way relating to this Contract. This hold harmless and indemnification provision shall likewise apply for or on account of any patented or unpatented invention, process, article or appliance manufactured for use in the performance of the Contract, including its use by the City, unless otherwise specifically provided for in this Contract. In the event the City shall, without fault on its part, be made a party to any litigation commenced by or against Contractor, then Contractor shall proceed and hold the City harmless and he shall pay all costs, expenses and reasonable attorney's fees incurred or paid by the City in connection with such litigation. Furthermore, Contractor agrees to pay all costs, expenses and reasonable attorney's fees that may be incurred or paid by City in the enforcement of any of the covenants, provisions and agreements hereunder. 6) Any notice from one party to the other party under the Contract shall be in writing and shall be dated and signed by the party giving such notice or by its duly authorized representative of such party. Any such notice as heretofore specified shall be given by personal delivery thereof or by depositing same in the United States mail, postage prepaid, certified or registered mail. Lind Ave SW/SW 7t'St Signalization 1 City of Renton IV. CONTRACT DOCUMENT FORMS CITY OF RENTON 7) The Contractor shall commence performance of the Contract no later than 10 calendar days after Contract final execution, and shall complete the full performance of the Contract not later than 70 working days from the date of commencement. For each and every working day of delay after the established day of completion, it is hereby stipulated and agreed that the damages to the City occasioned by said delay will be the sum of (in accordance with Standard Specifications) liquidated damages (and not as a penalty) for each such day, which shall be paid by the Contractor to the City. 8) Neither the final certificate of payment not any provision in the Contract nor partial or entire use of any installation provided for by this Contract shall relieve the Contractor of liability in respect to any warranties or responsibility for faulty materials or workmanship. The Contractor shall be under the duty to remedy any defects in the work and pay for any damage to other work resulting therefrom which shall appear within the period of one (1) year from the date of final acceptance only that work listed in Group(s) none of the Summary of quantities in the Contract Plans, i.e. the "Federal Non- participating Items," unless a longer period is specified. However, all manufacturer's warranties or guarantees on electrical and mechanical equipment, consistent with those provided as customary trade practice, shall be assigned to the City at the time of project acceptance. The Contractor shall further be required to supply warranties or guarantees providing for satisfactory in-service operation of any mechanical and electrical equipment and related components involved in Group(s) none of the Summary of Quantities in the Contract Plans, i.e. "Federal Participating Items" for a period not to exceed 6 months following project acceptance. The City will give notice of observed defects as heretofore specified with reasonable promptness after discovery thereof, and Contractor shall be obligated to take immediate steps to correct and remedy any such defect, fault or breach at the sole cost and expense of Contractor. 9) The Contractor and each subcontractor, if any, shall submit to the City such schedules of quantities and costs, progress schedules, payrolls, reports, estimates, records and miscellaneous data pertaining to the Contract as may be requested by the City from time to time. 10) The Contractor shall furnish a surety bond or bonds as security for the faithful performance of the Contract, including the payment of all persons and firms performing labor on the construction project under this Contract or furnishing materials in connection with this Contract; said bond to be in the full amount of the Contract price as specified in Paragraph 11. The surety or sureties on such bond or bonds must be duly licensed as a surety in the State of Washington. 11) The total amount of this contract is the sum of numbm wrluen wor which includes any required Washington State Sales Tax. Payments will be made to Contractor as specified in the "Special Provisions" of this Contract. Lind Ave SW/SW 7th St Signalization ' City of Renton 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. CONTRACTOR CITY OF RENTON President/Partner/Owner Mayor ATTEST Secretary City Clerk dba Firm Name che&ow O Individual O Partnership O Corporation Incorporated in Attention: If business is a CORPORATION, name of the corporation should be listed in full and both President and Secretary must sign the contract, OR if one signature is permitted by corporation by-laws, a copy of the by-laws shall be furnished to the City and made a part of the contract document. If business is a PARTNERSHIP, full name of each partner should be listed followed by d/b/a (doing 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. Lind Ave SW/SW 7t'St Signalization City of Renton IV. CONTRACT DOCUMENT FORMS CITY OF RENTON CITY OF RENTON INSURANCE INFORMATION FORM FOR: PROJECT NUMBER: STAFF CONTACT: Certificate of Insurance indicates the coverages/limits specified in contract? ❑ Yes ❑ No Are the following coverages and/or conditions in effect? ❑ Yes ❑ No The Commercial General Liability policy form is an 1 ISO 1993 Occurrence Form or Equivalent? ❑ Yes ❑ No (If no,attach a copy of the policy with required coverages clearly identified) CG 0043 Amendatory Endorsement provided?* ❑ Yes ❑ No General Aggregate provided on a"per project basis(CG2503)?* ❑ Yes ❑ No Additional Insured wording provided?* ❑ Yes ❑ No Coverage on a primary basis and non-contributing basis?* ❑ Yes ❑ No Waiver of Subrogation Clause applies?* ❑ Yes ❑ No Severability of Interest Clause(Cross Liability)applies? ❑ Yes ❑ No Notice of Cancellation/Non-Renewal amended to 45 days?* ❑ Yes ❑ No *To be shown on certificate of insurance AM BEST'S RATING FOR CARRIER: GL Auto Umb 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 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. i Agency/Broker Completed By(Type or Print Name) Address Completed By(Signature) 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 Lind Ave SW/SW 7h St Signalization City of Renton IV.CONTRACT DOCUMENT FORMS CITY OF RENTON QTY OF RENTON INSURANCE INFORMATION FORM FOR ABC Construction Company; Install and Remove USTs and build Fire pp OJ'ECTNUMEER: Renton 100g$kT CONTACT• Beverly Nelson—Glode Ca dr=tce of h=anc o indicates the coveragesAlmits sperm in contract? Yes O No Are the following averages and/or conditions in effect? ?r—m Yes O No The Commcnial General Liability policy form is an ISO 1993 0o==ce Farm or Equivalent? )5 Yes D No (It'oa,artad><s mpy oftbe pQGcy wltls requb�+cd eovrra� CO 0043 Amendatory Endorsement provided?* xx Yes E3 No General Aggregate provided on a "per proje a basis(CG2503)7* =Yes 0 No Additional lnsur'cdt-ording provided?* MK Yes E3 No Coverage on a primary basis and non-contnUt ng basis?* MC Yes O No Waives ofSubrogation Clause appIlm?* SK Ycs 0 No Clause Cross i iabiii )applies? MCYes a No Sev=bMty of Interest ( ty Pp . Notice of Cancel2ation/Nort-F==val amended to 45 days?* :93c Yes Ci No *To bg shmm on aealficate ajnrsur an= Al d Burs RAmuG FOIL CARRmRS (L,xl Auto AXIV Urnb AX111 Professional A++ Xy Tbis Qaestioaaa m is issued as a=uer of iitformadon. Ibis qucstionaalre is not an izlsnrance P0HCY and Am not amend, caend or alter the coverage afforded by the policies indicated, on the: attached 'CERTIFICATE OF INSURANCE. The CITY OF RMMN, at irs option. shall obtain copies of the policies and/or specific declaration pages FROM amrde d bidder prior to cm=tlon i0f Mtract. Arthur J. Gallagher & Co. Priscilla McCoy Agency/Broker Completed By(Typo or Print N=c) 7900 E. Union Ave, Denver Address Completed By(Siguawrc) Priscilla McCoy 303-773-9999 Name of perm to contact Telephone Number MO?-7=QUEMONNAIREAJUST BE COI LE=AND A7TACHED TO CER7MCATE OF lIJSURANCE �� l� SPA Cl Lind Ave SW/SW 7'"St Signalization City of Renton f 0-1 IMP �'�.F"'"'i. _ '^;�;,�v_.:Z�'a:> -�:...CS.��✓��.�ia�:S�sP. .�,�V:x. A•�a.t:..:�L.Ia�:.�...'�JS'.Y"s.?.:L..;a.1.a'�e8r».Z'1.'�4..."...�. ..,snw,w'V. ,. r..J• .. .v :,• •• a :a • w w• •r r •a• It• a- • w N • •• r r a• i • �nw� wM.•.wy, »'p"'fotl„r'..{";N A":nMt 7 .'�•�fi �.�.•i..y�y vw�F,w:��?i^"' •xexn.vae�:rro1�, •.a :p,:r " xY^•' 'z ''��F° _tom +�. ...•+ c7«i ,il' u3e ^T �X�.•..,�y.E:.', . -.i S K 2 3fi a Y+ � • «•( o� Y i N x�A �*) L�7�. ti C r �>����Y�• � 7 �Ri�������'-.�.•'•'- '�rS '�, �c a S �'f�, ';�',c. a..,�'1`. ?3. �`..i,;�CQYa.D A'c,;:•.Y •y.<.e?i?•L;r ia:,i:?'.a.;iev. �..t-..:.ta?;,+•.� ....+.X:� n....r.e..�+i..:c. :r<ri.ebe`sA:i:. •.t J °.,?ice'•- ••• �.a. / r a t. :u - a• i IN ._ I, .- �• . 1. I '• 1 II ♦I �• ♦ • N :1• I • •. SRI• I: • r • '''_ v �»•,+,,r9•"a`z9'9��t��{4'X £@ �`.i?(% �"•.'•mC�`�-LYf�.:���. .t ��'�l,�.T+�t�-N'k•�"i.�4•�Yt1r'�•4��4••��'.�.' .114 ..wri @ • • • :• • • •• r ••� • • Its .� •►•a...►•:a.a••.•w•.-• :•r.r1.c••••...••..•r.•.eu.a.••_••.•«aar•..- • ►.•••..•••s••••arr•.•.r•o••+a:.are••«•�..••.•e•a.•asaa•ay.:aas��•••'••a•c�• V. REQ-D DOCUMENTS FOR FED-AID CONSTR. CONTRACTS CITY OF RENTON 1 1 v REQUIRED DOCUMENTS FOR FEDERAL-AID CONSTRUCTION CONTRACTS Lind Ave SW/SW 7`h St Signalization City of Renton FHWA-1273 Electronic Version-March 10,1994(DOT 10/97) REQUIRED CONTRACT PROVISIONS FEDERAL-AID CONSTRUCTION CONTRACTS Page DOL, or the contractor's employees or their representatives. I. General.. .. . . . .... . .. . . . . . . .... ............ ... . 1 6. Selection of Labor: During the performance of this II. Nondiscrimination...... .... ...................... 1 contract, the contractor shall not: III. Nonsegregated Facilities... . .. . . ..... . ............ 3 a. discriminate against labor from any other State, IV. Payment of Predetermined Minimum Wage............ 3 possession,or territory of the United States(except for employment V. Statements and Payrolls.... .... ......... ....... .. 6 preference for Appalachian contracts, when applicable, as VI. Record of Materials,Supplies,and Labor.. ..... ... . . . 6 specified in Attachment A), or VII. Subletting or Assigning the Contract.... .... .... .. . .. 7 b. employ convict labor for any purpose within the VIII. Safety:Accident(Prevention ... .... .. ... ......... .. 7 limits of the project unless It is labor performed by convicts who X False Statements Concerning Highway Projects.. .. . . . 7 are on parole, supervised release, or probation. X. Implementation of Clean Air Act and Federal Water Pollution Control Act..................... ... 8 Ii. NONDISCRIMINATION A. Certification Regarding Debarment,Suspension, (Applicable to all Federal-aid construction contracts and to all Ineligibility,and Voluntary Exclusion................ . 8 rY related subcontracts of$10,000 or more.) X11. Certification Regarding Use of Contract Funds for Lobbying........................... .......... . 9 1. Equal Employment Opportunity: Equal employment opportunity (EEO) requirements not to discriminate and to take ATTACHMENTS affirmative action to assure equal opportunity as set forth under laws, executive orders, rules, regulations (28 CFR 35, 29 CFR A. Employment Preference for Appalachian Contracts(included 1630 and 41 CFR 60) and orders of the Secretary of Labor as In Appalachian contracts only) modified by the provisions prescribed herein,and imposed pursuant to 23 U.S.C. 140 shall constitute the EEO and specific affirmative I. GENERAL action standards for the contractor's project activities under this contract. The Equal Opportunity Construction Contract 1. These contract provisions shall apply to all work Specifications set forth under 41 CFR 60-4.3 and the provisions of performed on the contract by the contractor's own organization the American Disabilities Act of 1990(42 U.S.C. 12101 et sec.)set and with the assistance of workers under the contractor's forth under 28 CFR 35 and 29 CFR 1630 are incorporated by immediate superintendence and to all work performed on the reference In this contract. In the execution of this contract, the contract by piecework, station work, or by subcontract. contractor agrees to comply with the following minimum specific requirement activities of EEO: 2. Except as otherwise provided for in each section, the contractor shall insert in each subcontract all of the stipulations a. The contractor will work with the State highway contained in these Required Contract Provisions,and further require agency (SHA) and the Federal Government In carrying out their inclusion in any lower tier subcontract or purchase order that EEO obligations and in their review of his/her activities under may in turn be made.The Required Contract provisions shall not be the contract. incorporated by reference in any case.The prime contractor shall be responsible for compliance by any subcontractor or lower tier b. The contractor will accept as his operating policy subcontractor with these Required Contract Provisions. the following statement 3. A breach of any of the stipulations contained in these 'It is the policy of this Company to assure that Required Contract Provisions shall be sufficient grounds for applicants are employed, and that employees are termination of the contract. treated during employment,without regard to their race, religion, sex, color, national origin, age or disability. 4. A breach of the following clauses of the Required Such action shall Include: employment, upgrading, Contract Provisions may also be grounds for debarment as demotion, or transfer; recruitment or recruitment provided in 29 CFR 5.12: advertising;layoff or termination;rates of pay or other forms of compensation; and selection for training, Section I,paragraph 2; Including apprenticeship, preapprenticeship, and/or Section IV, paragraphs 1,2,3,4, and 7; on-the-job training.' Section V,paragraphs 1 and 2a through 29. 2. EEO Officer. The contractor Will designate and make 5. Disputes arising out of the labor standards provisions of known to the SHA contracting officers an EEO Officer who Will Section IV(except paragraph 5)and Section V of these Required have the responsibility for and must be capable of effectively Contract Provisions shall not be subject to the general disputes administering and promoting an active contractor program of EEO clause of this contract. Such disputes shall be resolved in and who must be assigned adequate authority and responsibility accordance with the procedures of the U.S. Department of Labor to do so. (DOL) as set forth In 29 CFR 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor 3. Dissemination of Policy: All members of the (or any of Its subcontractors) and the contracting agency, the contractors staff who are authorized to hire, supervise, promote, and discharge charge employees,or who recommend such action, Pagel or who are substantially involved In such action,will be made fully without regard to race, color, religion, sex, national origin, age or cognizant of, and will implement,the contractor's EEO policy and disability. The following procedures shall be followed: contractual responsibilities to provide EEO In each grade and classification of employment.To ensure that the above agreement a. The contractor will conduct periodic inspections of will be met,the following actions will be taken as a minimum: project sites to insure that working conditions and employee facilities do not indicate discriminatory treatment of project a. Periodic meetings of supervisory and personnel site personnel. office employees will be conducted before the start of work and then not less often than once every six months,at which b. The contractor will periodically evaluate the spread time the contractor's EEO policy and its implementation will be of wages paid within each classification to determine any reviewed and explained. The meetings will be conducted by evidence of discriminatory wage practices. the EEO Officer. c. The contractor will periodically review selected b. All new supervisory or personnel office employees personnel actions in depth to determine whether there is will be given a thorough indoctrination by the EEO Officer, evidence of discrimination. Where evidence is found, the covering all major aspects of the contractor's EEO obligations contractor will promptly take corrective action. If the review within thirty days following their reporting for duty with the indicates that the discrimination may extend beyond the actions contractor. reviewed, such corrective action shall include all affected persons. c. All personnel who are engaged in direct recruitment for the project will be instructed by the EEO Officer in the d. The contractor will promptly investigate all contractor's procedures for locating and hiring minority group complaints of alleged discrimination made to the contractor in employees. connection with his obligations under this contract,will attempt to resolve such complaints,and will take appropriate corrective d. Notices and posters setting forth the contractor's action within a reasonable time. If the investigation indicates EEO policy will be placed in areas readily accessible to that the discrimination may affect persons other than the employees, applicants for employment and potential complainant,such corrective action shall include such other employees. persons.Upon completion of each investigation,the contractor will inform every complainant of all of his avenues of appeal. e. The contractor's EEO policy and the procedures to implement such policy will be brought to the attention of 6. Training and Promotion: employees by means of meetings, employee handbooks, or other appropriate means. a. The contractor will assist in locating, qualifying, 1 and increasing the skills of minority group and women 4. Recruitment: When advertising for employees, the employees,and applicants for employment. contractor will include in all advertisements for employees the notation:'An Equal Opportunity Employer.'All such advertisements b. Consistent with the contractor's work force will be placed in publications having a large circulation among requirements and as permissible under Federal and State minority groups in the area from which the project work force regulations, the contractor shall make full use of training would normally be derived. programs, i.e., apprenticeship, and on-the-job training programs for the geographical area of contract performance. a. The contractor will, unless precluded by a valid Where feasible,25 percent of apprentices or trainees in each bargaining agreement, conduct systematic and direct occupation shall be in their first year of apprenticeship or recruitment through public and private employee referral training.in the event a special provision for training is provided sources likely to yield qualified minority group applicants. To under this contract,this subparagraph will be superseded as meet this requirement,the contractor will identify sources of indicated in the special provision. potential minority group employees,and establish with such identified sources procedures whereby minority group 7. Unions: if the contractor relies in whole or in part upon applicants may be!referred to the contractor for employment unions as a source of employees, the contractor will use His/her consideration. best efforts to obtain the cooperation of such unions to increase opportunities for minority groups and women within the unions, b. in the event the contractor has a valid bargaining and to effect referrals by such unions of minority and female agreement providing for exclusive hiring hall referrals, he is employees. Actions by the contractor either directly or through a expected to observe the provisions of that agreement to the contractor's association acting as agent wil I include the procedures extent that the system permits the contractor's compliance set forth below: with EEO contract provisions.(The DOL has held that where implementation of such agreements have the effect of a. The contractor will use best efforts to develop, in discriminating against minorities or women, or obligates the cooperation with the unions, joint training programs aimed contractor to do the same, such implementation violates toward qualifying more minority group members and women Executive Order 11246,as amended.) for membership in the unions and increasing the skills of minority group employees and women so that they may qualify c. The contractor will encourage his present for higher paying employment. employees to refer minority group applicants for employment. Information and procedures with regard to referring minority b. The contractor will use best efforts to incorporate group applicants will be discussed with employees. an EEO clause into each union agreement to the end that such union will be contractually bound to refer applicants without 5. Personnel Actions: Wages, working conditions, and regard to their race,color,religion,sex,national origin,age or employee benefits shall be established and administered, and disability. I� personnel actions of every type, including hiring, Upgrading, promotion,transfer,demotion,layoff,and termination,shall be taken c. The contractor is to obtain information as to the Page 2 I�I referral practices and policies of the labor union except that meaningful minority and female representation among their to the extent such information is within the exclusive employees. I� possession of the labor union and such labor union refuses to furnish such information to the contractor, the contractor b. The contractors will submit an annual report to the SHA shall so certify to the SHA and shall set forth what efforts each July for the duration of the project, indicating the number of have been made to obtain such information. minority, women, and non-minority group employees currently engaged in each work classification required by the contract work. �Ir d. In the event the union is unable to provide the This information is to be reported on Form FHWA-1391. If on-the `r contractor with a reasonable flow of minority and women job training is being required by special provision, the contractor referrals within the time limit set forth in the collective bargaining will be required to collect and report training data. agreement, the contractor will, through independent I�P recruitment efforts, fill the employment vacancies without III. NONSEGREGATED FACILITIES regard to race, color, religion, sex, national origin, age or disability;making full efforts to obtain qualified and/or qualifiable (Applicable to all Federal-aid construction contracts and to all minority group persons and women.(The DOL has held that it related subcontracts of$10,000 or more.) shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive a. By submission of this bid,the execution of this contract referral failed to refer minority employees.) In the event the or subcontract, or the consummation of this material supply union referral practice prevents the contractor from meeting agreement or purchase order,as appropriate,the bidder, Federal- the obligations pursuant to Executive Order 11246, as aid construction contractor, subcontractor, material supplier, or jl amended,and these special provisions,such contractor shall vendor,as appropriate,certifies that the fine does not maintain or immediately notify the SHA. provide for its employees any segregated facilities at any of its establishments,and that the firm does not permit its employees to 8. Selection of Subcontractors, Procurement of perform their services at any location, under its control, where Materials and Leasing of Equipment: The contractor shall not segregated facilities are maintained.The firm agrees that a breach discriminate on the grounds of race, color, religion, sex, national of this certification is a violation of the EEO provisions of this origin, age or disability in the selection and retention of contract.The firm further certifies that no employee will be subcontractors, including procurement of materials and leases of denied access to adequate facilities on the basis of sex or disability. equipment. b. As used in this certification, the term 'segregated facilities" a. The' contractor shall notify all potential means any waiting rooms,work areas,restrooms and washrooms, subcontractors and suppliers of his/her EEO obligations under restaurants and other eating areas,timeclocks,locker rooms,and this contract. other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing b. Disadvantaged business enterprises (DBE), as facilities provided for employees which are segregated by explicit defined in 49 CFR 23,shall have equal opportunity to compete directive, or are, in fact, segregated on the basis of race, color, for and perform subcontracts which the contractor enters religion, national origin, age or disability, because of habit, local into pursuant to this contract.The contractor will use his best custom,or otherwise.The only exception will be for the disabled efforts to solicit bids from and to utilize DBE subcontractors when the demands for accessibility override(e.g.disabled parking). or subcontractors with meaningful minority group and female representation among their employees. Contractors shall c. The contractor agrees that it has obtained orwill obtain identical obtain lists of DBE construction fines from SHA personnel. certification from proposed subcontractors or material suppliers prior to to award of subcontracts or consummation of material supply c. The contractor will use his best efforts to ensure agreements of $10,000 or more and that it will retain such subcontractor compliance with their EEO obligations. certifications in its files. IN� 9. Records and Reports: The contractor shall keep such IV. PAYMENT OF PREDETERMINED MINIMUM WAGE records as necessary to document compliance with the EEO requirements.Such records shall be retained for a period of three (Applicable to all Federal-aid construction contracts exceeding years following completion of the contract work and shall be $2,000 and to all related subcontracts,except for projects located available at reasonable times and places for inspection by on roadways classified as local roads or rural minor collectors, I�r authorized representatives of the SHA and the FHWA. which are exempt.) 11 a. The records kept by the contractor shall document the 1. General: following: I� a. All mechanics and laborers employed or working upon (1) The number of minority and non-minority group the site of the work will be paid unconditionally and not less often members and women employed in each work classification than once a week and without subsequent deduction or rebate on on the project; any account[except such payroll deductions as are permitted by regulations(29 CFR 3)issued by the Secretary of Labor under the (2) The progress and efforts being made in cooperation Copeland Act (40 U.S.C. 276c)] the full amounts of wages and with unions, when applicable, to increase employment bona fide fringe benefits(or cash equivalents thereof)due at time opportunities for minorities and women; of payment. The payment shall be computed at wage rates not less than those contained in the wage determination of the Secretary (3) The progress and efforts being made in locating, of Labor(hereinafter'the wage determination")which is attached hiring,training,qualifying,and upgrading minority and female hereto and made a part hereof, regardless of any contractual employees; and relationship which may be alleged to exist between the contractor or its subcontractors and such laborers and mechanics.The wage I � (4) The progress and efforts being made in securing determination (including any additional classifications and wage the services of DBE subcontractors or subcontractors with Page 3 �I��f #II IIIrates conformed under paragraph 2 of this Section IV and the DOL d. In the event the contractor or subcontractors, as poster(WH-1321)or Form FHWA-1495)shall be posted at all times appropriate,the laborers or mechanics to be employed in the I by the contractor and its subcontractors at the site of the work in additional classification or their representatives, and the a prominent and accessible place where it can be easily seen by contracting officer do not agree on the proposed classification the workers. For the purpose of this Section, contributions made and wage rate (including the amount designated for fringe or costs reasonably anticipated for bona fide fringe benefits under benefits, where appropriate), the contracting officer shall Section 1 (b)(2)of the Davis-Bacon Act(40 U.S.C.276a)on behalf refer the questions,including the views of all interested parties III of laborers or mechanics are considered wages paid to such and the recommendation of the contracting officer, to the laborers or mechanics, subject to the provisions of Section IV, Wage and Hour Administrator for determination. Said paragraph 3b,hereof.Also,for the purpose of this Section,regular Administrator, or an authorized representative, will issue a contributions made or costs incurred for more than a weekly period determination within 30 days of receipt and so advise the ;III (but not less often than quarterly)under plans,funds,or programs, contracting officer or will notify the contracting officer within which cover the particular weekly period, are deemed to be the 30-day period that additional time is necessary. constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate e. The wage rate (including fringe benefits where and fringe benefits on the wage determination for the classification appropriate) determined pursuant to paragraph 2c or 2d of 111 of work actually performed, without regard to skill, except as this Section IV shall be paid to all workers performing work in provided in paragraphs 4 and 5 of this Section IV. the additional classification from the first day on which work is performed in the classification. b. Laborers or mechanics performing work in more than bill one classification may be compensated at the rate specified for 3. Payment of Fringe Benefits: each classification for the time actually worked therein,provided, that the employer's payroll records accurately set forth the time a. Whenever the minimum wage rate prescribed in spent in each classification in which work is performed. the contract for a class of laborers or mechanics includes a +VIII fringe benefit which is not expressed as an hourly rate, the c. All rulings and interpretations of the Davis-Bacon Act contractor or subcontractors,as appropriate,shall either pay and related acts contained in 29 CFR 1, 3, and 5 are herein the benefit as stated in the wage determination or shall pay incorporated by reference in this contract. another bona fide fringe benefit or an hourly case equivalent thereof. IIC 2. Classification: b. If the contractor or subcontractor, as appropriate, a. The SHA contracting officer shall require that any does not make payments to a trustee or other third person, class of laborers or mechanics employed under the contract, he/she may consider as a part of the wages of any laborer or III which is not listed in the wage determination,shall be classified mechanic the amount of any costs reasonably anticipated in in conformance with the wage determination. providing bona fide fringe benefits under a plan or program, provided, that the Secretary of Labor has found, upon the b. The contracting officer shall approve an additional written request of the contractor,that the applicable standards III classification,wage rate and fringe benefits only when the of the Davis-Bacon Act have been met. The Secretary of following criteria have been met Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan (1) the work to be performed by the additional or program. classification requested is not performed by a classification III in the wage determination; 4. Apprentices and Trainees (Programs of the U.S. JI DOL) and Helpers: (2) the additional classification is utilized in the area by the construction industry; a. Apprentices: Ili (3) the proposed wage rate, including any bona (1) Apprentices will be permitted to work at less fide fringe benefits, bears a reasonable relationship to the than the predetermined rate for the work they performed wage rates contained in the wage determination: and when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered II� (4) with respect to helpers, when such a with the DOL,Employment and Training Administration,Bureau classification prevails in the area in which the work is of Apprenticeship and Training,or with a State apprenticeship performed. agency recognized by the Bureau,or if a person is employed r in his/her first 90 days of probationary employment as an IIIiL c. If the contractor or subcontractors,as appropriate, apprentice in such an apprenticeship program, who is not the laborers and mechanics(if known)to be employed in the individually registered in the program, but who has been additional classification or their representatives, and the certified by the Bureau of Apprenticeship and Training or a contracting officer agree on the classification and wage rate State apprenticeship agency(where appropriate)to be eligible (including the amount designated for fringe benefits where for probationary employment as an apprentice. VIII appropriate),a report of the action taken shall be sent by the contracting officer to the DOL,Administrator of the Wage and (2) The allowable ratio of apprentices to Hour Division, Employment Standards Administration, journeyman-level employees on the job site in any craft Washington,D.C.20210.The Wage and Hour Administrator, classification shall not be greater than the ratio permitted to or an authorized representative, will approve, modify, or the contractor as to the entire work force under the registered disapprove every additional classification action within 30 program. Any employee listed on a payroll at an apprentice days of receipt and so advise the contracting officer or will wage rate, who is not registered or otherwise employed as notify the contracting officer within the 30-day period that stated above,shall be paid not less than the applicable wage IIII� additional time is necessary. rate listed in the wage determination for the classification of work actually performed. In addition,any apprentice performing Page 4 11'�� i ■ work on the job site in excess of the ratio permitted under the Administration withdraws approval of a training program,the registered program shall be paid not less than the applicable contractor or subcontractor will no longer be permitted to wage rate on the wage determination for the work actually utilize trainees at less than the applicable predetermined rate performed. Where a contractor or subcontractor is performing for the work performed until an acceptable program is construction on a project on a locality other than that in which approved. its program is registered,the ratios and wage rates(expressed in percentages of the journeyman-level hourly rate)specified c Helpers: in the contractor's or subcontractor's registered program shall be observed. Helpers will be permitted to work on a project if the helper classification is specified and defined on the applicable (3) Every apprentice must be paid at not less than wage determination or is approved pursuant to the the rate specified in the registered program for the apprentice's conformance procedure set forth in Section IV.2. Any worker level of progress, expressed as a percentage of the listed on a payroll at a helper wage rate,who is not a helper journeyman-level hourly rate specified in the applicable wage under a approved definition, shall be paid not less than the determination. Apprentices shall be paid fringe benefits in applicable wage rate on the wage determination for the accordance with the provisions of the apprenticeship program. classification of work actually performed. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits 5. Apprentices and Trainees (Programs of the U.S. listed on the wage determination for the applicable DO'n: classification. If the Administrator the Wage and Hour Division determines that a different practice prevails for the applicable Apprentices and trainees working under apprenticeship and apprentice classification,fringes shall be paid in accordance skill training programs which have been certified by the Secretary with that determination. of Transportation as promoting EEO in connection with Federal-aid highway construction programs are not subject to the requirements ru' (4) In the event the Bureau of Apprenticeship and of paragraph 4 of this Section IV. The straight time hourly wage yIA�N Training,or a State apprenticeship agency recognized by the rates for apprentices and trainees under such programs will be Bureau, withdraws approval of an apprenticeship program, established by the particular programs. The ratio of apprentices the contractor or subcontractor will no longer be permitted to and trainees to journeymen shall not be greater than permitted by utilize apprentices at less than the applicable predetermined the terms of the particular program. rate for the comparable work performed by regular employees li until an acceptable program is approved. 6. Withholding: b. Trainees: The SHA shall upon its own action or upon written request of an authorized representative of the DOL withhold,or cause to be (1) Except as provided in 29 CFR 5.16,trainees will withheld,from the contractor or subcontractor under this contract not be permitted to work at less than the predetermined rate or any other Federal contract with the same prime contractor, or for the work performed unless they are employed pursuant any other Federally-assisted contract subject to Davis-Bacon to and individually registered in a program which has received prevailing wage requirements which is held by the same prime prior approval,evidenced by formal certification by the DOL, contractor,as much of the accrued payments or advances as may Employment and Training Administration. be considered necessary to pay laborers and mechanics,including apprentices,trainees,and helpers,employed by the contractor or (2) The ratio of trainees to journeyman-level any subcontractor the full amount of wages required by the employees on the job site shall not be greater than permitted contract. In the event of failure to pay any laborer or mechanic, under the plan approved by the Employment and Training including any apprentice, trainee,or helper,employed or working Administration. Any helper listed on the payroll at a trainee on the site of the work, all or part of the wages required by the rate who is not registered and participating in a training plan contract, the SHA contracting officer may, after written notice to approved by the Employment and Training Administration shall the contractor,take such action as may be necessary to cause the be paid not less than the applicable wage rate on the wage suspension of any further payment, advance, or guarantee of determination for the classification of work actually performed. funds until such violations have ceased. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program 7. Overtime Requirements: shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of (3) Every trainee must be paid at not less than the laborers,mechanics,watchmen,or guards(including apprentices, rate specified in the approved program for his/her level of trainees, and helpers described in paragraphs 4 and 5 above) progress, expressed as a percentage of the journeyman- shall require or permit any laborer,mechanic,watchman,or guard level hourly rate speed in the applicable wage determination. in any workweek in which he/she is employed on such work, to Trainees shall be paid fringe benefits in accordance with the work in excess of 40 hours in such workweek unless such laborer, provisions of the trainee program. If the trainee program mechanic, watchman, or guard receives compensation at a rate does not mention fringe benefits,trainees shall be paid the full not less than one-and-one-half times his/her basic rate of pay for amount of fringe: benefits listed on the wage determination all hours worked in excess of 40 hours in such workweek. unless the Administrator of the Wage and Hour Division determines thatthere is an apprenticeship program associated 8. Violation: I� with the corresponding journeyman-level wage rate on the wage determination which provides for less than full fringe Liability for Unpaid Wages;Liquidated Damages: In the event benefits for apprentices, in which case such trainees shall of any violation of the clause set forth in paragraph 7 above, the receive the same fringe benefits as apprentices. contractor and any subcontractor responsible thereof shall be liable to the affected employee for his/her unpaid wages. In addition, (4) In the event the Employment and Training Page 5 such contractor and subcontractor shall be liable to the United approved programs shall maintain written evidence of the States(in the case of work done under contract for the District of registration of apprentices and trainees, and ratios and wage Columbia or a territory, to such District or to such territory) for rates prescribed in the applicable programs. liquidated damages.Such liquidated damages shall be computed with respect to each individual laborer, mechanic, watchman, or c. Each contractor and subcontractor shall furnish,each guard employed in violation of the clause set forth in paragraph 7, week in which any contract work is performed, to the SHA in the sum of$10 for each calendar day on which such employee resident engineer a payroll of wages paid each of its employees was required or permitted to work in excess of the standard work (including apprentices, trainees, and helpers, described in week of 40 hours without payment of the overtime wages required Section IV, paragraphs 4 and 5, and watchmen and guards by the clause set forth in paragraph 7. engaged on work during the preceding weekly payroll period). The payroll submitted shall set out accurately and completely all 9. Withholdiing for Unpaid Wages and Liquidated of the information required to be maintained under paragraph Damages: 2b of this Section V.This information may be submitted in any form desired.Optional Form WH-347 is available for this purpose The SHA shall upon its own action or upon written request of and may be purchased from the Superintendent of Documents any authorized representative of the DOL withhold,or cause to be (Federal stock number 029-005-0014-1 1, U.S. Government withheld,from any monies payable on account of work performed Printing Office,Washington, D.C.20402.The prime contractor by the contractor or subcontractor under any such contract or is responsible for the submission of copies of payrolls by all any other Federal contract with the same prime contractor,or any subcontractors. other Federally-assisted contract subject to the Contract Work Hours and Safety Standards Act,which is held by the same prime d. Each payroll submitted shall be accompanied by a contractor, such sums as may be determined to be necessary to 'Statement of Compliance,' signed by the contractor or satisfy any liabilities of such contractor or subcontractor for unpaid subcontractor or his/her agent who pays or supervises the wages and liquidated)damages as provided in the clause set forth payment of the persons employed under the contract and shall l in paragraph 8 above. certify the following: 1! V. STATEMENTS AND PAYROLLS (1) that the payroll for the payroll period contains the information required to be maintained under paragraph (Applicable to all Federal-aid construction contracts exceeding 2b of this Section V and that such information is correct I $2,000 and to all related subcontracts,except for projects located and complete; 1 on roadways classified as local roads or rural collectors, which are exempt.) (2) that such laborer or mechanic (including each helper,apprentice,and trainee)employed on the contract 1. Compliance with Copeland Regulations(29 CFR 3): during the payroll period has been paid the full weekly wages earned,without rebate,either directly or indirectly, The contractor shall comply with the Copeland Regulations of and that no deductions have been made either directly or the Secretary of Labor which are herein incorporated by reference. indirectly from the full wages earned,otherthan permissible deductions as set forth in the Regulations,29 CFR 3; (� 2. Payrolls and Payroll Records: (3) that each laborer or mechanic has been paid not a. Payrolls and basic records relating thereto shall be less that the applicable wage rate and fringe benefits or maintained by the contractor and each subcontractor during cash equivalent for the classification of worked performed, I the course of the work and preserved for a period of 3 years as specified in the applicable wage determination from the date of completion of the contract for all laborers, incorporated into the contract. mechanics, apprentices, trainees, watchmen, helpers, and guards working at the site of the work. e. The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH- �i� b. The payroll records shall contain the name, social 347 shall satisfy the requirement for submission of the security number,and address of each such employee;his or 'Statement of Compliance' required by paragraph 2d of this her correct classification; hourly rates of wages paid Section V. (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalent thereof the types f. The falsification of any of the above certifications described in Section 1 (b)(2)(B) of the Davis Bacon Act); may subject the contractor to civil or criminal prosecution under daily and weekly number of hours worked;deductions made; 18 U.S.C.1001 and 31 U.S.C.231. and actual wages paid. In addition,for Appalachian contracts, III the payroll records shall contain a notation indicating whether g. The contractor or subcontractor shall make the the employee does,or does not,normally reside in the labor records required under paragraph 2b of this Section V available area as defined in Attachment A,paragraph 1. Whenever the for inspection, copying, or transcription by authorized Secretary of Labor, pursuant to Section IV, paragraph 3b, representatives of the SHA,the FHWA,or the DOL, and shall has found that the wages of any laborer or mechanic include permit such representatives to interview employees during the amount of any costs reasonably anticipated in providing working hours on the job. If the contractor or subcontractor benefits under a plan or program de-scribed in Section 1 fails to submit the required records or to make them available, (b)(2)(B) of the Davis Bacon Act, the contractor and each the SHA,the FHWA,the DOL,or all may,after written notice to subcontractor shall maintain records which show that the the contractor,sponsor,applicant,or owner,take such actions commitment to provide such benefits is enforceable,that the as may be necessary to cause the suspension of any further plan or program is financially responsible, that the plan or payment,advance,or guarantee of funds. Furthermore,failure program has-been communicated in writing to the laborers or to submit the required records upon request or to make such mechanics affected, and show the cost anticipated or the records available may be grounds for debarment action pursuant I� actual cost incurred in providing benefits. Contractors or to 29 CFR 5.12. subcontractors employing apprentices or trainees under Page 6 1N� IVI. RECORD OF MATERIALS,SUPPLIES,AND LABOR 4. No portion of the contract shall be sublet, assigned or otherwise disposed of except with the written consent of the SHA 1. On all Federal-aid contracts on the National Highway contracting officer,or authorized representative,and such consent System, except those which provide solely for the installation of when given shall not be construed to relieve the contractor of any protective devices at railroad grade crossings, those which are responsibility for the fulfillment of the contract. Written consent constructed on a force account or direct labor basis, highway will be given only after the SHA has assured that each subcontract beautification contracts, and contracts for which the total final is evidenced in writing and that it contains all pertinent provisions construction cost for roadway and bridge is less than$1,000,000 and requirements of the prime contract. (23 CFR 635)the contractor shall: VIII. SAFETY: ACCIDENT PREVENTION a. Become familiar with the list of specific materials and supplies contained in Form FHWA-47, 'Statement of 1. In the performance of this contract the contractor shall Materials and Labor Used by Contractor of Highway comply with all applicable Federal,State,and local laws governing Construction Involving Federal Funds," prior to the safety, health, and sanitation (23 CFR 635). The contractor shall commencement of work under this contract. provide all safeguards, safety devices and protective equipment and take any other needed actions as it determines,or as the SHA b. Maintain a record of the total cost of all materials contracting officer may determine,to be reasonably necessary to and supplies purchased for and incorporated in the work, protect the life and health of employees on the job and the safety and also of the quantities of those specific materials and of the public and to protect property in connection with the supplies listed on Form FHWA-47,and in the units shown on performance of the work covered by the contract. I� Form FHWA-47.c.Furnish,upon the completion of the contract, to the SHA resident engineer on Form FHWA-47 together 2. It is a condition of this contract, and shall be made a with the data required in paragraph 1 b relative to materials condition of each subcontract, which the contractor enters into and supplies, a final labor summary of all contract work pursuant to this contract,that the contractor and any subcontractor indicating the total hours worked and the total amount earned. shall not permit any employee, in performance of the contract,to work in surroundings or under conditions which are unsanitary, 2. At the prime contractor's option, either a single report hazardous or dangerous to his/her health or safety,as determined covering all contract work or separate reports for the contractor under construction safety and health standards (29 CFR 1926) and for each subcontract shall be submitted. promulgated by the Secretary of Labor,in accordance with Section 3N� 107 of the Contract Work Hours and Safety Standards Act (40 VII. SUBLETTING OR ASSIGNING THE CONTRACT U.S.C.333). 1. The contractor shall perform with its own organization 3. Pursuant to 29 CFR 1926.3,it is a condition of this contract 1N contract work amounting to not less than 30 percent(or a greater that the Secretary of Labor or authorized representative thereof, percentage if specified elsewhere in the contract) of the total shall have right of entry to any site of contract performance to original contract price, excluding any specialty items designated inspect or investigate the matter of compliance with the construction by the State. Specialty items may be performed by subcontract safety and health standards and to carry out the duties of the and the amount of any such specialty items per-formed may be Secretary under Section 107 of the Contract Work Hours and deducted from the total original contract price before computing Safety Standards Act(40 U.S.C.333). the amount of work required to be performed by the contractor's own organization(23 CFR 635). IX. FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS a. 'Its own organization"shall be construed to include In order to assure high quality and durable construction in only workers employed and paid directly by the prime conformity with approved plans and specifications and a high contractor and equipment owned or rented by the prime degree of reliability on statements and representations made by contractor, with or without operators. Such term does not engineers, contractors, suppliers, and workers on Federal-aid include employees or equipment of a subcontractor,assignee, highway projects, it is essential that all persons concerned with or agent of the prime contractor. the project perform their functions as carefully, thoroughly, and honestly as possible. Willful falsification, distortion, or b. "Specialty Items"shall be construed to be limited to misrepresentation with respect to any facts related to the project work that requires highly specialized knowledge,abilities,or is a violation of Federal law. To prevent any misunderstanding equipment not ordinarily available in the type of contracting regarding the seriousness of these and similar acts, the following organizations qualified and expected to bid on the contract as notice shall be posted on each Federal-aid highway project (23 a whole and in general are to be limited to minor components CFR 635)in one or more places where it is readily available to all of the overall contract. persons concerned with the project: 2. The contract amount upon which the requirements set NOTICETO ALL PERSONNEL ENGAGED ON FEDERAL-AID forth in paragraph 1 of Section VII is computed includes the cost of HIGHWAY PROJECTS material and manufactured products which are to be purchased or produced by the contractor under the contract provisions. 18 U.S.C. 1020 reads as follows: 3. The contractor shall furnish (a) a competent "Whoever, being an officer,agent, or employee of the United superintendent or supervisor who is employed by the firm,has full States,or of any State or Territory,or whoever, whether a person, authority to direct performance of the work in accordance with the association, firm, or corporation, knowingly makes any false Y� contract requirements, and is in charge of all construction statement,false representation,or false report as to the character, 11811 operations (regardless of who performs the work) and (b) such quality, quantity, or cost of the material used or to be used, or the other of its own organizational resources (supervision, quantity or quality of the work performed or to be performed,or the management, and engineering services) as the SHA contracting cost thereof in connection with the submission of plans, maps, officer determines is necessary to assure the performance of the specifications, contracts, or costs of construction on any highway contract. Page 7 A 11 or related project submitted for approval to the Secretary of b. The inability of a person to provide the certification Transportation; or set out below will not necessarily result in denial of participation in this covered transaction. The prospective participant shall Whoever knowingly makes any false statement, false submit an explanation of why it cannot provide the certification representation, false report or false claim with respect to the set out below. The certification or explanation will be character,quality, quantity, or cost of any work performed or to be considered in connection with the department or agency's performed,or materials furnished or to be furnished,in connection determination whether to enter into this transaction.However, with the construction of any highway or related project approved failure of the prospective primary participant to furnish a by the Secretary of Transportation; or certification or an explanation shall disqualify such a person from participation in this transaction. Whoever knowingly makes any false statement or false representation as to material fact in any statement, certificate, or c. The certification in this clause is a material representation report submitted pursuant to provisions of the Federal-aid Roads of fact upon which reliance was placed when the department Act approved July 1, 1916, (39 Stat. 355), as amended and or agency determined to enter into this transaction.If it is later supplemented; determined that the prospective primary participant knowingly rendered an erroneous certification, in addition to other Shall be fined not more than$10,000 or imprisoned not more remedies available to the Federal Government,the department than 5 years or both.' or agency may terminate this transaction for cause of default. X. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL d. The prospective primary participant shall provide ll� WATER POLLUTION CONTROL ACT immediate written notice to the department or agency to whom this proposal is submitted if any time the prospective primary (Applicable to all Federal-aid construction contracts and to all participant learns that its certification was erroneous when related subcontracts of$100,000 or more.) submitted or has become erroneous by reason of changed circumstances. 1 By submission of this bid or the execution of this contract, or I subcontract, as appropriate, the bidder, Federal-aid construction e.The terms"covered transaction,""debarred;"suspended," contractor, or subcontractor, as appropriate, will be deemed to "ineligible," "lower tier covered transaction," "participant,' have stipulated as follows: 'person," "primary covered transaction,' "principal," "proposal,"and'voluntarily excluded,"as used in this clause, 1. That any facility that is or will be utilized in the performance have the meanings set out in the Definitions and Coverage of this contract, unless such contract is exempt under the Clean sections of rules implementing Executive Order 12549. You Air Act, as amended (42 U.S.C. 1857 g1=., as amended by may contact the department or agency to which this proposal i� Pub.L.91-604),and under the Federal Water Pollution Control Act, is submitted for assistance in obtaining a copy of those as amended (33 U.S.C. 1251 et seq.,as amended by Pub.L.92- regulations. 500), Executive Order 11738, and regulations in implementation thereof(40 CFR 15)is not listed,on the date of contract award,on f. The prospective primary participant agrees by submitting the U.S. Environmental Protection Agency(EPA) List of Violating this proposal that, should the proposed covered transaction Facilities pursuant to 40 CFR 15.20. be entered into,it shall not knowingly enter into any lower ter covered transaction with a person who is debarred, 2. That the fimn agrees to comply and remain in compliance suspended, declared ineligible, or voluntarily excluded from with all the requirements of Section 1 14 of the Clean Air Act and participation in this covered transaction, unless authorized Section 308 of the Federal Water Pollution Control Act and all by the department or agency entering into this transaction. regulations and guidelines listed thereunder. g. The prospective primary participant further agrees by 3. That the firm shall promptly notify the SHA of the receipt submitting this proposal that it will include the clause titled of any communication from the Director,Office of Federal Activities, "Certificaton Regarding Debarment,Suspension, Ineligibility EPA,indicating that a facility that is or will be utilized for the contract and Voluntary Exclusion-Lower Tier Covered Transaction," is under consideration to be listed on the EPA List of Violating provided by the department or agency entering into this Facilities. covered transaction, without modification, in all lower tier covered transactions and in all solicitations for lower tier 4. That the firm agrees to include or cause to be included covered transactions, the requirements of paragraph 1 through 4 of this Section X in every nonexempt subcontract, and further agrees to take such h. A participant in a covered transaction may rely upon a action as the government may direct as a means of enforcing such certification of a prospective participant in a lower tier covered requirements. transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it XI.CERTIFICATION REGARDING DEBARMENT,SUSPENSION, knows that the certification is erroneous. A participant may INELIGIBILITY AND VOLUNTARY EXCLUSION decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not 1. Instructions for Certification -Primary Covered required to,check the nonprocurement portion of the"Lists of Transactions: Parties Excluded From Federal Procurement or Nonprocurement Programs' (Nonprocurement List)which is (Applicable to all Federal-aid contracts-49 CFR 29) compiled by the General Services Administration. a. By signing and submitting this proposal, the i. Nothing contained in the foregoing shall be construed to prospective primary participant is providing the certification require establishment of a system of records in order to render set out below. in good faith the certification required by this clause. The I' knowledge and information of participant is not required to Page 8 �f exceed that which is normally possessed by a prudent person including suspension and/or debarment. in the ordinary course of business dealings. I C. The prospective lower tier participant shall provide j. Except for transactions authorized under paragraph f of immediate written notice to the person to which this proposal these instructions, if a participant in a covered transaction is submitted if at any time the prospective lower tier participant knowingly enters into a lower tier covered transaction with a learns that its certification was erroneous by reason of person who is suspended, debarred,ineligible,or voluntarily changed circumstances. excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the d. The terms "covered transaction," "debarred," depart-mentor agencymayterminatethistransactionforcause "suspended," "ineligible," "primary covered transaction," or default. "participant,"`person,"'principal,''proposal,"and'voluntarily excluded,'as used in this clause,have the meanings set out in the Definitions and Coverage sections of rules implementing ***** Executive Order 12549.You may contact the person to which this proposal is submitted for assistance in obtaining a copy Certification Regarding Debarment, Suspension, of those regulations. Ineligibility and Voluntary Exclusion-Primary Covered Transactions e. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered 1. The prospective primary participant certifies its transaction be entered into, it shall not knowingly enter into knowledge and belief,that it and its principals: to the best of its any lower tier covered transaction with a person who is knowledge and belief,that is and its principals: debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction,unless a. Are not presently debarred,suspended, proposed authorized by the department or agency with which this for debarment, declared ineligible, or voluntarily excluded transaction originated. ICI from covered transactions by any Federal department or agency; f. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled b. Have not within a 3-year period preceding this 'Certification Regarding Debarment, Suspension, Ineligibility III proposal been convicted of or had a civil judgement rendered and Voluntary Exclusion-Lower Tier Covered Transaction," Nagainst them for commission of fraud or a criminal offense in without modification, in all lower tier covered transactions connection with obtaining,attempting to obtain,or performing and in all solicitations for lower tier covered transactions. a public(Federal,State or local)transaction or contract under a public transaction; violation of Federal or State antitrust g. A participant in a covered transaction may rely upon a statutes or commission of embezzlement, theft, forgery, certification of a prospective participant in a lower tier covered bribery, falsification or destruction of records, making false transaction that is not debarred, suspended, ineligible, or statements, or receiving stolen property, voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous.A participant may c. Are not presently indicted for or otherwise criminally decide the method and frequency by which it determines the or civilly charged by a governmental entity(Federal,State or eligibility of its principals. Each participant may, but is not local)with commission of any of the offenses enumerated in required to, check the Nonprocurement List. paragraph 1 b of this certification;and h. Nothing contained in the foregoing shall be construed to d. Have not within a 3-year period preceding this require establishment of a system of records in order to render application/proposal had one or more public transactions in good faith the certification required by this clause. The (Federal, State or local)terminated for cause or default knowledge and information of participant is not required to exceed that which is normally possessed by a prudent person 2. Where the prospective primary participant is unable to in the ordinary course of business dealings. i� certify to any of the statements in this certification,such prospective participant shall attach an explanation to this proposal. i. Except for transactions authorized under paragraph e of these instructions,if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a ***** person who is suspended,debarred,ineligible,or voluntarily excluded from participation in this transaction, in addition to 2. Instructions for Certification - Lower Tier Covered other remedies available to the Federal Government, the Transactions: department or agency with which this transaction originated may pursue available remedies,including suspension and/or (Applicable to all subcontracts, purchase orders and other debarment. lower tier transactions of$25,000 or more-49 CFR 29) a. By signing and submitting this proposal,the prospective lower tier is providing the certification set out below. Certification Regarding Debarment, Suspension, Ineligibility Voluntary Exclusion—Lower Tier Covered b. The certification in this clause is a material representation Transactions: and of fact upon which reliance was placed when this transaction was entered into.If it is later determined that the prospective 1. The prospective lower tier participant certifies, by lower tier participant knowingly rendered an erroneous submission of this proposal, that neither it nor its principals is certification, in addition to other remedies available to the presently debarred,suspended,proposed for debarment,declared Federal Government, the department, or agency with which ineligible,or voluntarily excluded from participation in this transaction this transaction originated may pursue available remedies, by any Federal department or agency. Page 9 lower ti r rtiG ant is unable to 2. Where the prospective e pa p certify to any of the statements in this certification,such prospective participant shall attach an explanation to this proposal. XII. CERTIFICATION REGARDING USE OF CONTRACT FUNDS FOR LOBBYING (Applicable to all Federal-aid construction contracts and to all related subcontracts which exceed$100,000-49 CFR 20) 1C 1. The prospective participant certifies, by signing and submitting this bid or proposal,to the best of his or her knowledge and belief,that: a. No Federal appropriated funds have been paid or will be paid,by or on behalf of the undersigned,to any person for influencing or attempting to influence an officer or employee of any,Federal agency,a Member of Congress,an officer or employee of Congress,or an employee of a Member of Congress in connection with the awarding of any Federal contract,the making of any Federal grant,the making of any Federal loan,the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract,grant,ban,or cooperative agreement. b. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or t 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. t2. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31 U.S.C.1352. Any person who fails to file the required certification shall be 1 1, subject to a civil penally of not less than$10,000 and not more than $100,000 for each such failure. 3. The prospective participant also agrees by submitting his or her bid or proposal that he or she shall require that the N language of this certification be included in all lower tier subcontracts,which exceed$100,000 and that all such recipients shall certify and disclose accordingly. I I Page 10 I ATTACHMENT A-EMPLOYMENT PREFERENCE FOR APPALACHIAN CONTRACTS (Applicable to Appalachian contracts only.) 1. During the performance of this contract,the contractor 1� undertaking to do work which is, or reasonably may be, done as on-site work, shall give preference to qualified persons who regularly reside in the labor area as designated by the DOL wherein the contract work is situated,or the subregion,or the Appalachian counties of the State wherein the contract work is situated,except: a. To the extent that qualified persons regularly residing in the area are not available. b. For the reasonable needs of the contractor to employ supervisory or specially experienced personnel necessary to assure an efficient execution of the contract work. c. For the obligation of the contractor to offer 111 employment to present or former employees as the result of a lawful collective bargaining contract,provided that the number of nonresident persons employed under this subparagraph 1 c shall not exceed 20 percent of the total number of employees employed by the contractor on the contract work, except as provided in subparagraph 4 below. 2. The contractor shall place a job order with the State Employment Service indicating(a)the classifications of the laborers, mechanics and other employees required to perform the contract work,(b)the number of employees required in each classification, (c)the date on which he estimates such employees will be required, lI and (d) any other pertinent information required by the State Employment Service to complete the job order form. The job order may be placed with the State Employment Service in writing or by telephone. If during the course of the contract work,the information submitted by the contractor in the original job order is substantially modified,he shall promptly notify the State Employment Service. 3. The contractor shall give full consideration to all qualified job applicants referred to him by the State Employment Service. The contractor is not required to grant employment to any job applicants who,in his opinion,are not qualified to perform the classification of work required. 4. If, within 1 week following the placing of a job order by the contractor with the State Employment Service,the State Employment Service is unable to refer any qualified job applicants to the contractor,or less than the number requested, the State Employment Service will forward a certificate to the contractor indicating the unavailability of applicants. Such certificate shall be made a part of the contractor's permanent project records. Upon receipt of this certificate, the contractor may employ persons who do not normally reside in the labor 11 area to fill positions covered by the certificate, notwithstanding the provisions of subparagraph 1 c above. 5. The contractor shall include the provisions of Sections 1 through 4 of this Attachment A in every subcontract for work which is, or reasonably may be, done as on-site work. I� Page 11 L1' V. CONTRACT SPECIFICATIONS CITY OF RENTON �f 11 VI CONTRACT SPECIFICATIONS #t It � It It 1t ICI tLind Ave SW/SW 7`h St Signalization City of Renton �t i I 1 CONTENTS 2 3 4 5 INTRODUCTION ----____ ----_- ----------- ------------------------ 1 6 AMENDMENTS TO THE STANDARD SPECIFICATIONS , l� 7 SECTION 1-02, BID PROCEDURES AND CONDITIONS -------------------- 1 8 SECTION 1-04, SCOPE OF THE WORK ------_ __-___-___--_� 1 9 SECTION 1-06, CONTROL OF MATERIAL------___________-----_------ -__________3 10 SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC --3 ' 11 SECTION 1-09, MEASUREMENTAND PAYMENT 5 12 SECTION 1-10, TEMPORARY TRAFFIC CONTROL 6 I � 13 SECTION 1-99,APWA SUPPLEMENT 9 14 SECTION 2-03, ROADWAY EXCAVATION AND EMBANKMENT 10 15 SECTION 5-04,ASPHALT CONCRETE PAVEMENT--- -- 10 16 SECTION 5-05, CEMENT CONCRETE PAVEMENT -- -11 17 SECTION 6-02, CONCRETE STRUCTURES - ---12 II' 18 SECTION 6-03, STEEL STRUCTURES- ------- -----------------16 19 SECTION 6-05, PILING 17 �II 20 SECTION 6-07, PAINTING--- - - - -- 18 21 SECTION 6-09, MODIFIED CONCRETE OVERLAYS 19 22 SECTION 6-10, CONCRETE BARRIER - --37 23 SECTION 7-01, DRAINS 38 24 SECTION 7-02, CULVERTS 38 25 SECTION 7-04, STORM SEWERS- --- ---- 38 26 SECTION 7-05, MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS- 38 27 SECTION 7-08, GENERAL PIPE INSTALLATION REQUIREMENTS-- 38 28 SECTION 7-09, WATER MAINS -------------- __ 29 SECTION 7-10, TRENCH EXC., BEDDING,AND BACKFILL FOR WATER MAINS 52 30 SECTION 7-11, PIPE INSTALLATION FOR WATER MAINS--------------52 31 SECTION 7-12, VALVES FOR WATER MAINS-----------------------------------52 32 SECTION 7-15, SERVICE CONNECTIONS------------------------------------------------53 33 SECTION 7-17, SANITARY SEWERS---------------------------------------------------53 SW 7th ST/LIND AVE SW SIGNALIZATION 7th_Lind May 08,2003 A PAGE 1 SECTION 8-01, EROSION CONTROL AND WATER POLLUTION CONTROL ----53 2 SECTION 8-02, ROADSIDE RESTORATION---------------------------__-------_-_--62 3 SECTION 8-03, IRRIGATION SYSTEM -----------___-_-____-_ -75 4 SECTION 8-04, CURBS, GUTTERS,AND SPILLWAYS -----------------__�_-81 5 SECTION 8-08, RUMBLE STRIPS------------------------------------_ -_-_82 6 SECTION 8-10, GUIDE POSTS 7 SECTION 8-11, GUARDRAIL ------- -_--_-__-___- 8 SECTION 8-12, CHAIN LINK FENCE AND WIRE FENCE -84 9 SECTION 8-20, ILLUMINATION, TRAFFIC SIGNAL SYSTEMS,AND ELECTRICAL84 10 SECTION 8-21, PERMANENT SIGNING------- ----- -106 11 SECTION 8-22, PAVEMENT MARKING 107 12 SECTION 8-23, TEMPORARY PAVEMENT MARKINGS 108 13 SECTION 9-01, PORTLAND CEMENT 109 14 SECTION 9-02, BITUMINOUS MATERIALS 109 15 SECTION 9-03,AGGREGATES 110 16 SECTION 9-04, JOINT AND CRACK SEALING MATERIALS- - 113 17 SECTION 9-05, DRAINAGE STRUCTURES, CULVERTS,AND CONDUITS 113 18 SECTION 9-06, STRUCTURAL STEEL AND RELATED MATERIALS 113 19 SECTION 9-07, REINFORCING STEEL 114 20 SECTION 9-09, TIMBER AND LUMBER 114 21 SECTION 9-12, MASONRY UNITS 115 22 SECTION 9-14, EROSION CONTROLAND ROADSIDE PLANTING-- 115 23 SECTION 9-15, IRRIGATION SYSTEM - 123 24 SECTION 9-16, FENCE AND GUARDRAIL - 127 25 SECTION 9-17, FLEXIBLE GUIDE POSTS 129 26 SECTION 9-23, CONCRETE CURING MATERIALS AND ADMIXTURES---129 27 SECTION 9-26, EPDXY SYSTEMS - -- ------ ------------130 28 SECTION 9-28, SIGNING MATERIALS AND FABRICATION--------------------132 29 SECTION 9-29, ILLUMINATION, SIGNALS, ELECTRICAL ----------------------139 30 SECTION 9-30, WATER DISTRIBUTION MATERIALS-- - 179 31 SECTION 9-31, ELASTOMERIC BEARING PADS - -------------------------180 32 SPECIAL PROVISIONS SW 7th ST/LIND AVE SW SIGNALIZATION 7th Lind May 08,2003 B PAGE 1 DIVISION 1 2 GENERAL REQUIREMENTS 3 DESCRIPTION OF WORK------------ --------------------------__-181 I� 4 1-01 DEFINITIONS AND TERMS---- — -- ---------181 5 1-01.1 General ----- 181 6 1-01.3 Definitions — ---181 7 1-02...BID PROCEDURES AND CONDITIONS— 8 1-02.6 Preparation of Proposal— -----183 9 1-02.6(1) Proprietary Information ------ __—------------------183 II� 10 1-02.12 Public Opening of Proposals - ---- - ---------183 11 1-03 AWARD AND EXECUTION OF CONTRACT -183 12 1-03.1 Consideration of bids 183 13 1-03.2 Award of Contract 183 ' 14 1-03.3 Execution of Contract 183 15 1-04 SCOPE OF WORK 184 16 1-04.2 Coordination of Contract Documents... 184 17 1-04.3 Contractor-Discovered Discrepancies --184 18 1-04.4 Changes -- — 185 19 1-04.8 Progress Estimates and Payments— 20 1-04.11 Final Cleanup 185 I' 21 1-05 CONTROL OF WORK — ---185 22 1-05.4 Conformity With and Deviation from Plans and Stakes 185 23 1-05.4(3) Contractor Supplied Surveying -186 24 1-05.4(4) Contractor Provided As-Built Information I� 25 1-05.7 Removal of Defective and Unauthorized Work— 187 26 1-05.8 Contracting Agency's Right to Correct Defective and Unauthorized ------187 27 1-05.10 Guarantees----_— _--- __ --_—____---------188 28 1-05.11(3) Operational Testing --------- -- — - ------188 29 1-05.14 Cooperation with Other Contractors----- ---------------189 30 1-05.14(1) Notifications Relative to Contractor's Activities-----—------—---------189 31 1-05.18 Contractor's Daily Diary -------------------- ----------- -------190 ____ 32 CONTROL OF MATERIAL----------------------------- _ _________ _ ________191 33 1-06.1 Approval of Materials Prior to Use---------- ---------------191 34 1-06.2(1) Samples and Tests for Acceptance----------- -------------191 SW 7th ST/LIND AVE SW SIGNALIZATION +�� 7th_Lind May 08,2003 C PAGE 1 1-06.2(2) Statistical Evaluation of Materials forAcceptance----------------------------191 2 Foreign Made Materials ----------------------------------------------------------------191 3 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC---------------_----192 4 1-07.1 Laws to be Observed----------------- —_—_____--------------—___-192 5 1-07.1 Laws to be Observed--------------------------------------------------------193 i 6 State Taxes ---------193 i 7 1-07.6 Permits and Licenses---------------- ______------------------_----193 8 Permits And Licenses -- -- ------------193 9 Load Limits -------- --_--------------194 10 Wages 194 11 Application of Wage Rates For The Occupation Of Landscape--- 194 12 1-07.9(5) Required Documents 194 13 Requirements For Nondiscrimination ---195 14 Disadvantaged Business Enterprise (DBE) Participation 201 15 1-07.11(11) City of Renton Affidavit of Compliance 204 16 Federal Agency Inspection ----------204 17 1-07.12 Federal Agency Inspection ------ 205 18 Contractor's Responsibility for Work— -- --- 205 j 19 1-07.13(1) General — ----------205 20 1-07.15 Temporary Water Pollution/Erosion Control -- 205 21 1-07.16(1) Private/Public Property -------------=206 I 22 1-07.17 Utilities and Similar Facilities ----- 207 23 1-07.18 Public Liability and Property Damage Insurance ---------------208 24 1-07.22 Use of Explosives -------211 25 Public Convenience And Safety 211 26 1-07.23(1) Construction Under Traffic 211 27 PROSECUTION AND PROGRESS--------------- -- --------------------212 28 1-08.0 Preliminary Matters -------- _--__________________212 29 1-08.0(1) Preconstruction Conference--- ---- -_-- —____-----_-------—212 30 1-08.1 Subcontracting --------- --------------------------213 31 Subcontracting— --------_-------------- ------------------------213 32 1-08.2 Assignment------ ------------------ -----------------------------214 33 1-08.3 Progress Schedule--_--------------—__________—_—----_-----------------214 1 34 Time For Completion-_-___-----------—-----------—____—_____-------------------_215 SW 7th ST/LIND AVE SW SIGNALIZATION 7th—Lind May 08,2003 D I� PAGE 1 1-08.5 Time For Completion--------------- ------------—---------------215 IR' 2 1-08.6 Suspension of Work --------------------- ---------------------------------216 3 1-08.9 Liquidated Damages--- ---------- ------------------------217 4 1-08.10 Termination of Contract --- ------------217 5 1-08.10(6) Removal of Equipment-----------------------------------------------217 6 1-08.11 Contractor's Plant and Equipment — _____217 7 1-08.12 Attention to Work— --- -------------------217 8 1-09 MEASUREMENTAND PAYMENT-- -------------218 9 1-09.1 Measurement of Quantities 10 1-09.3 Scope of Payment--- ---- ---- --------------219 11 1-09.6 Force Account 219 12 1-09.7 Mobilization —219 13 1-09.9 Payments 220 14 1-09.9(1) Retainage 220 15 1-09.11(2) Claims 220 16 1-09.13 Claims Resolution — 220 +� 17 1-09.13(3)6 Procedures to Pursue Arbitration 220 18 1-10 TEMPORARY TRAFFIC CONTROL 221 19 1-10.1 General-- ---____-221 20 1-10.2(1)B Traffic Control Supervisor 222 21 1-10.2(2) Traffic Control Plans— ------ 222 22 1-10.3(3) Construction Signs —222 ' 23 1-10.3(6) One-Way Piloted Traffic Control Through Construction 24 1-10.4 Measurement ------ 223 25 1-10.5 Payment 223 26 1-11 RENTON SURVEYING STANDARDS — — 224 27 DIVISION 2 28 EARTHWORK �Ir 29 2-01 CLEARING, GRUBBING,AND ROADSIDE CLEANUP-------------------228 30 2-01.1 Description 228 31 2-01.2 Disposal of Usable Material and Debris--------------____---_--------------_228 32 2-01.5 Payment - --- ----------------------------228 33 REMOVAL OF STRUCTURES AND OBSTRUCTIONS--------------------------228 34 Description------------------------------------------------------------------------228 SW 7th ST/LIND AVE SW ppp SIGNALIZATION �R� 7th_Lind May 08,2003 E PAGE 1 2-02.3(3) Removal of Pavement, Sidewalks, and Curbs------------------------ ---228 , 2 2-02.3(4) Cutting Pavement, Sidewalks, and —---------_229 3 2-02.4 Measurement ---- _______ ___--_ 229 4 Payment 5 2-02.5 Payment ---------____—_---------- --- -229 A 6 2-03 ROADWAY EXCAVATION AND EMBANKMENT 230 7 2-03.3 Construction Requirements-- 230 t 8 2-03.4 Measurement — -----231 9 2-03.5 Payment --- ----- ---- -------231 10 2-04 HAUL -11 2-04.5 Payment 231 12 2-06 SUBGRADE PREPARATION 231 13 2-06.5 Measurement and Payment 231 14 2-09 STRUCTURE EXCAVATION 232 15 2-09.1 Description 232 16 2-09.3(1)D Disposal of Excavated Material —232 232 17 2-09.4 Measurement 232 18 2-09.5 Payment 232 , 19 DIVISION 5 20 SURFACE TREATMENTS AND PAVEMENTS 21 5-04 ASPHALT CONCRETE PAVEMENT —233 22 5-04.3(8)A Acceptance Sampling and Testing----------233 23 5-04.3(10)A General 235 24 5-04.3(10)6 Control --- 235 ' 25 5-04.5 Payment 236 26 5-04.5 Payment ------ -----236 27 5-04.5(1) Quality Assurance Price Adjustments -- - ----- 28 5-04.5(1)A Price Adjustments for Quality of AC Mix------------------_-__—___ 2 --- 36 29 5-04.5(1)B Price Adjustments for Quality AC Compaction----- -------236 30 5-05.5...Payment -- - 236 31 DIVISION 8 32 MISCELLANEOUS CONSTRUCTION ' 33 8-04 CURBS, GUTTERS, AND SPILLWAYS -- -------___�___ ------237 SW 7th ST/LIND AVE SW SIGNALIZATION 7th—Lind May 08,2003 F i I � PAGE 1 8-04.3 Construction Requirements----------------------------------------------237 2 8-09 RAISED PAVEMENT MARKERS—___-------—__---_—---------—------—-------237 3 8-09.5 Payment - 4 8-14 CEMENT CONCRETE SIDEWALKS---- ------237 I. 5 8-14.1 Description ---------------------------------------------------------------237 6 8-14.3(4) Curing -------237 7 8-14.4 Measurement ______— _______ __ -----------238 8 8-14.5 Payment ----238 9 8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL------238 10 8-20.2(1) Equipment List and Drawings -------- -- -----238 11 8-20.3(2) Excavating and Backfilling 239 12 8-20.3(4) Foundations 242 13 8-20.3(5) Conduit 243 14 8-20.3(6) Junction Boxes — 244 yy 15 8-20.3(8) Wiring 244 16 8-20.3(9) Bonding, Grounding-- 244 t17 8-20.3(10) Services Transformer, Intelligent Transportation System --245 18 8-20.3(11) Testing -- 245 19 8-20.3(13)A Light Standards ------ --- -----246 20 8-20.3(14) Signal Systems —248 21 8-20.3(14)C Induction Loop Vehicle Detectors 22 8-20.3(14)D Test for Induction Loops and Lead-in Cable 248 i� 23 8-20.3(14)E Signal Standards — - 248 24 8-20.3(14)F Opticom Priority Control Systems 248 25 8-20.3(15) Grout - 248 26 8-20.4 Measurement ---- ------248 27 8-20.5 Payment ----- --- — --------248 28 8-22 PAVEMENT MARKING ----251 29 8-22.1 Description ------------------------ ----------251 30 8-22.3(5) Installation Instructions ------------------ ----_—_____—_________ 252 i 31 8-22.5 Payment -- ----------- -----------252 32 8-23 TEMPORARY PAVEMENT MARKINGS--------------___—____----_--------—252 33 8-23.5 Payment — -------—_—------_—_______—_ SW 7th ST/LIND AVE SW SIGNALIZATION ��' 7th—Lind May 08,2003 G PAGE 1 DIVISION 9 2 MATERIALS 3 9-00 DEFINITIONS AND TESTS------ ------__—_w—_—______—___ 252 4 9-00(A) Recycled Materials 5 9-02 BITUMINOUS MATERIALS----___________________—____-------------_____253 6 9-02.1(10) Loop Sealant (RC) --- - ----- --253 7 9-03 AGGREGATES- ------ ----------------_____--_-_ 253 , 8 9-03.8(6)A Basis of Acceptance (RC) ___________253 9 9-06 STRUCTURAL STEEL AND RELATED MATERIALS-- — ---_254 10 9-06.5(4) Anchor Bolts— 11 9-14 EROSION CONTROLAND ROADSIDE PLANTING 255 12 9-14.1(1) Topsoil Type A 255 13 9-14.3 Fertilizer 255 14 9-23 CONCRETE CURING MATERIALS AND ADMIXTURES 256 15 9-23.9 Fly Ash (RC) 256 16 9-29 ILLUMINATION, SIGNALS, ELECTRICAL -- --------256 17 9-29.1 Conduit (RC) -- ------256 18 9-29.2 Junction Boxes (RC)-- — -- -256 19 9-29.3 Conductors, Cable --- ---- 256 20 9-29.9 Ballast, Transformers —257 ' 21 9-29.10 Luminaires 22 9-29.11(2) Photoelectric Controls 257 23 9-29.13(2) Flashing Operations 24 9-29.13(3) Emergency Pre-emption --- -------------258 25 9-29.13(4) Wiring Diagrams 259 26 9-29.13(6) Radio Interference Suppressors----- - ---- --259 27 9-29.13(7) Traffic-Actuated Controllers-------- —_----____________--------259 28 9-29.13(7)A Environmental, Performance and Test Standards for---------------276 29 9-29.13(7)B Auxiliary Equipment for NEMA Controllers----—_-___ _____276 30 9-29.13(7)D NEMA Controller Cabinets---------------------------___—__—_______e28g 31 9-29.16(2) Conventional Traffic Signal Heads-------------------_________________288 32 9-29.16(2)A Optical Units-- ------------------------ -----------288 33 9-29.16(2)B Signal Housing-- -----------------------------------------------288 ' 34 9-29.16(2)C Louvered Visors ----- 288 SW 7th ST/LIND AVE SW SIGNALIZATION 7th—Lind May 08,2003 H PAGE 1 9-29.16(2)D Back Plates--___________________________----- —--------288 2 9-29.16(2)E Painting Signal Heads-----------------------------------------------------288 3 9-29.17 Signal Head Mounting Brackets and Fittings--_--_____-------------------289 4 9-29.18(1) Induction Loop Detectors — ----- ----289 5 9-29.24 Service Cabinets--------------------------------------------------------------295 6 9-29.24(1) Painting ---- — -- ----295 7 9-29.24(2) Electrical Circuit Breakers and Contactors------------------------295 8 9-29.25 Amplifier, Transformer, and Terminal Cabinets- ------------295 9 r r r SW 7th ST/LIND AVE SW SIGNALIZATION 7th_Und May 08,2003 1 i � Amendments to the M Standard Specifications � 1 1 1 1 ' N p Ih N 1 I�N 1 2 3 INTRODUCTION ' 4 The following Amendments and Special Provisions shall be used in conjunction with the 5 2002 Standard Specifications for Road, Bridge, and Municipal Construction (English) 6 including the APWA Supplement, which is adopted for this project. 7 8 AMENDMENTS TO THE STANDARD SPECIFICATIONS 9 ' 10 The following Amendments to the Standard Specifications are made a part of this contract 11 and supersede any conflicting provisions of the Standard Specifications. For informational 12 purposes, the date following each Amendment title indicates the implementation date of the 13 Amendment or the latest date of revision. ' 14 15 Each Amendment contains all current revisions to the applicable section of the Standard 16 Specifications and may include references which do not apply to this particular project. 18 SECTION 1-02, BID PROCEDURES AND CONDITIONS 19 April 7, 2003 20 1-02.6 Preparation of Proposal ' 21 The second paragraph is deleted. 22 23 The eighth paragraph, dealing with Traffic Control Labor, is deleted. 24 25 1-02.13 Irregular Proposals 26 Number 2. is revised to read: 27 28 2. A proposal may be considered irregular and may be rejected if: 29 30 a. The proposal does not include a unit price for every bid item; 31 b. Any of the unit prices are excessively unbalanced (either above or below 32 the amount of a reasonable bid) to the potential detriment of the - 33 Contracting Agency; ' 34 c. Receipt of addenda is not acknowledged; 35 d. A member of a joint venture or partnership and the joint venture or 36 partnership submit proposals for the same project (in such an instance, 37 both bids may be rejected); or 38 e. If proposal form entries are not made in ink. ' 39 40 SECTION 1-04, SCOPE OF THE WORK 41 December 2, 2002 42 1-04.4 Changes 43 The fifth paragraph is revised to read: 45 For Item 2, if the actual quantity of any item, exclusive of added or deleted amounts 46 included in agreed change orders, increases or decreases by more than 25 percent 47 from the original plan quantity, the unit contract price for that item may be adjusted in 48 accordance with Section 1-04.6. 49 50 1-04.6 Increased or Decreased Quantities 51 This section is revised to read: ' 52 53 Payment to the Contractor will be made only for the actual quantities of work performed 54 and accepted in conformance with the contract. When the accepted quantity of work 55 performed under a unit item varies from the original proposal quantity, payment will be 56 at the unit contract price for all work unless the total accepted quantity of any contract 57 item, adjusted to exclude added or deleted amounts included in change orders accepted SW 7TH ST/LIND AVE SW SIGNALIZATION '' 7TH_ILIND 1 1 by both parties, increases or decreases by more than 25 percent from the original 2 proposal quantity. In that case, payment for contract work may be adjusted as described 3 herein: 4 5 The adjusted final quantity shall be determined by starting with the final accepted 6 quantity measured after all work under an item has been completed. From this amount, 7 subtract any quantities included in additive change orders accepted by both parties. 8 Then, to the resulting amount, add any quantities included in deductive change orders 9 accepted by both parties. The final result of this calculation shall become the adjusted 10 final quantity and the basis for comparison to the original proposal quantity. ' 11 12 1. Increased Quantities. 13 Either party to the contract will be entitled to renegotiate the price for that portion of 14 the adjusted final quantity in excess of 1.25 times the original proposal quantity. 15 The price for excessive increased quantities will be determined by agreement of the 16 parties, or, where the parties cannot agree, the price will be determined by the 17 Engineer based upon the actual costs to perform the work, including reasonable 18 markup for overhead and profit. 19 20 2. Decreased Quantities. 21 Either party to the contract will be entitled to an equitable adjustment if the adjusted ' 22 final quantity of work performed is less than 75 percent of the original bid quantity. 23 The equitable adjustment shall be based upon and limited to three factors: 1. Any 24 increase or decrease in unit costs of labor, materials or equipment, utilized for work 25 actually performed, resulting solely from the reduction in quantity; 2. Changes in 26 production rates or methods of performing work actually done to the extent that the 27 nature of the work actually performed differs from the nature of the work included in 28 the original plan; and 3. An adjustment for the anticipated contribution to 29 unavoidable fixed cost and overhead from the units representing the difference 30 between the adjusted final quantity and 75% of the original plan quantity. 31 32 The following limitations shall apply to renegotiated prices for increases and/or equitable ' 33 adjustments for decreases: 34 35 1. The equipment rates shall be actual cost but shall not exceed the rates set 36 forth in the AGC/WSDOT Equipment Rental Agreement (referred to in Section 37 1-09.6) that is in effect at the time the work is performed. 38 39 2. No payment will be made for extended or unabsorbed home office overhead 40 and field overhead expenses to the extent that there is an unbalanced 41 allocation of such expenses among the contract bid items. 42 43 3. No payment for consequential damages or loss of anticipated profits will be 44 allowed because of any variance in quantities from those originally shown in 45 the proposal form, contract provisions, and contract plans. 46 47 4. The total payment (including the adjustment amount and unit prices for work ' 48 performed) for any item which experiences an equitable adjustment for 49 decreased quantity shall not exceed 75% of the amount originally bid for the 50 item. 51 52 If the adjusted final quantity of any item does not vary from the quantity shown in the 53 proposal by more than 25%, then the Contractor and the Contracting Agency agree that 54 all work under that item will be performed at the original contract unit price and within , 55 the original time for completion. 56 57 When ordered by the Engineer, the Contractor shall proceed with the work pending ' 58 determination of the cost or time adjustment for the variation in quantities. 59 SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND z I' 1 The Contractor and the Contracting Agency agree that there will be no cost adjustment 2 for decreases if the Contracting Agency has entered the amount for the item in the 3 proposai form only to provide a common proposal for bidders. 4 I' 5 1-04.7 Differing Site Conditions (Changed Conditions) 6 This section is revised to read: I� 7 8 During the progress of the work, if preexisting subsurface or latent physical conditions 9 are encountered at the site, differing materially from those indicated in the contract, or if 10 preexisting unknown physical conditions of an unusual nature, differing materially from II' 11 those ordinarily encountered and generally recognized as inherent in the work provided 12 for in the contract, are encountered at the site, the party discovering such conditions 13 shall promptly notify the other party in writing of the specific differing site conditions 14 before they are disturbed and before the affected work is performed. i 15 16 Upon written notification, the Engineer will investigate the conditions and if he/she 17 determines that the conditions materially differ and cause an increase or decrease in the 18 cost or time required for the performance of any work under the contract, an adjustment, 19 excluding loss of anticipated profits, will be made and the contract modified in writing 20 accordingly. The Engineer will notify the Contractor of his/her determination whether or 21 not an adjustment of the contract is warranted. 23 No contract adjustment which results in a benefit to the Contractor will be allowed 24 unless the Contractor has provided the required written notice. 25 26 The equitable adjustment will be by agreement with the Contractor. However, if the 27 parties are unable to agree, the Engineer will determine the amount of the equitable 28 adjustment in accordance with Section 1-09.4. Extensions of time will be evaluated in ' 29 accordance with Section 1-08.8. 30 31 If the Engineer determines that different site conditions do not exist and no adjustment 32 in costs or time is warranted, such determination shall be final as provided in Section 1- �' 33 05.1. 34 35 If there is a decrease in the costs or time required to perform the work, failure of the 36 Contractor to notify the Engineer of the differing site conditions shall not affect the N' 37 Contracting Agency's right to make an adjustment in the costs or time. 38 39 No claim by the Contractor shall be allowed unless the Contractor has followed the 40 procedures provided in Section 1-04.5 and 1-09.11. 42 SECTION 1-06, CONTROL OF MATERIAL 43 December 2, 2002 44 1-06.2(2)B Financial Incentive 45 In the first paragraph, the reference to pay factors "1.0000" and "1.0500" are revised to 46 "1.00" and "1.05" respectively. ' 47 48 In the second paragraph, the reference to pay factor"1.000" is revised to "1.00". 49 I� 50 SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 51 December 2, 2002 52 1-07.1 Laws to be Observed ' 53 The first sentence is revised to read: 54 55 The Contractor shall always comply with all Federal, State, tribal or local laws, I' 56 ordinances, and regulations that affect work under the contract. 57 ' SW 7TH ST/UND AVE SW SIGNALIZATION �' 7TH_LIND 3 i I 1 1-07.15 Temporary Water Pollution/Erosion Control 2 This section is supplemented with the following: 3 4 1-07.95(1) Spill Prevention, Control and Countermeasures Plan 5 The Contractor shall prepare a project specific spill prevention, control and 6 countermeasures (SPCC) plan to be used for the duration of the project. The plan shall ' 7 be submitted to the Engineer prior to the commencement of any on site construction 8 activities. The Contractor shall maintain a copy of the plan at the work site, including 9 any necessary updates as the work progresses. If hazardous materials are encountered 10 during construction, the Contractor shall do everything possible to control and contain ' 11 the material until appropriate measures can be taken. Hazardous material, as referred 12 to within this specification, is defined in RCW 70.105.010 under "Hazardous 13 Substances". Occupational safety and health requirements that pertain to SPCC ' 14 planning are contained in WAC 296-155 and WAC 296-62. 15 16 The SPCC plan shall address the following project-specific information: 17 '18 1. SPCC Plan Elements 19 20 A. Site Information 21 Identify general site information useful in construction planning, 22 recognizing potential sources of spills, and identifying personnel 23 responsible for managing and implementing the plan. 24 '25 B. Project Site Description 26 Identify staging, storage, maintenance, and refueling areas and their 27 relationship to drainage pathways, waterways, and other sensitive areas. 28 Specifically address: 29 30 0 the Contractor's equipment maintenance, refueling, and cleaning 31 activities. 32 33 0 the Contractor's on site storage areas for hazardous materials. 34 35 C. Spill Prevention and Containment 36 Identify spill prevention and containment methods to be used at each of , 37 the locations identified in B., above. 38 39 D. Spill Response 40 Outline spill response procedures including assessment of the hazard, ' 41 securing spill response and personal protective equipment, containing and 42 eliminating the spill source, and mitigation, removal and disposal of the 43 material. ' 44 45 E. Standby, On-Site, Material and Equipment 46 The plan shall identify the equipment and materials the Contractor will 47 maintain on site to carry out the preventive and responsive measures for 48 the items listed. 49 50 F. Reporting 51 The plan shall list all federal, state and local agency telephone numbers 52 the Contractor must notify in the event of a spill. 53 ' 54 G. Program Management 55 Identify site security measures, inspection procedures and personnel 56 training procedures as they relate to spill prevention, containment, 57 response, management and cleanup. ' 58 59 H. Preexisting Contamination SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH LIND 4 1 If preexisting contamination in the project area is described elsewhere in 2 the plans or specifications, the SPCC plan shall indicate measures the 3 Contractor will take to conduct work without allowing release or further I 4 spreading of the materials. 5 6 2. Attachments 7 8 A. Site plan showing the locations identified in (1. B. and 1. C.) noted 9 previously. 10 11 B. Spill and Incident Report Forms, if any, that the Contractor will be using. 12 13 Implementation Requirements 14 The Contractor shall be prepared and shall carry out the SPCC plan in the event of 15 a hazardous spill within the project limits. 16 17 Payment 18 The lump sum contract price for the "SPCC Plan" shall be full pay for: ' 19 20 1. All costs associated with creating the SPCC plan. 21 22 2. All costs associated with providing and maintaining on site standby 23 materials and equipment described in the SPCC plan. 24 25 As to other costs associated with spills the contractor may request payment as ' 26 provided for in the Contract. No payment shall be made if the spill was caused by 27 or resulted from the Contractor's operations, negligence or omissions. 28 29 1-07.16 Protection and Restoration of Property ' 30 This section is supplemented with the following: 31 32 1-07.16(2)A Archaeological and Historical Objects 33 Archaeological or historical objects, such as ruins, sites, buildings, artifacts, fossils, or 34 other objects of antiquity that may have significance from a historical or scientific 35 standpoint, which may be encountered by the Contractor, shall not be further disturbed. 36 The Contractor shall immediately notify the Engineer of any such finds. ' 37 38 The Engineer will determine if the material is to be salvaged. The Contractor may be 39 required to stop work in the vicinity of the discovery until such determination is made. 40 The Engineer may require the Contractor to suspend work in the vicinity of the 41 discovery until salvage is accomplished. 42 43 If the Engineer finds that the suspension of work in the vicinity of the discovery 44 increases or decreases the cost or time required for performance of any part of the work 45 under this contract, the Engineer will make an adjustment in payment or the time 46 required for the performance of the work in accordance with Sections 1-04.4 and 1-08.8. 47 48 1-07.16(4) Payment 49 The first sentence is revised to read: 50 51 All costs to comply with this section and for the protection and repair specified in this 52 section, unless otherwise stated, are incidental to the contract and are the responsibility 53 of the Contractor. 54 ' 55 SECTION 1-09, MEASUREMENT AND PAYMENT 56 August 5, 2002 57 1-09.2(4) Specific Requirements for Belt Conveyor Scales 58 In the first paragraph, the reference to "National Bureau of Standards Handbook No. 44," is 59 revised to read: �I SW 7TH ST/UND AVE SW SIGNALIZATION '' 7TH_ILIND 5 II ii 1 1 i 2 National Institute of Standards and Technology (NIST) Handbook No. 44, 3 '4 1-09.6 Force Account 5 On page 1-86, under "For Labor", the fourth and fifth sentences in the second paragraph 6 are deleted. 7 8 On page 1-86, under"For Labor", the fifth paragraph is revised to read: 9 10 In addition to compensation for direct labor costs defined above, the Contracting Agency 11 will pay the Contractor 29 percent of the sum of the costs calculated for labor 12 reimbursement to cover project overhead, general company overhead, profit, bonding, 13 insurance, Business & Occupation tax, and any other costs incurred. This amount will 14 include any costs of safety training and health tests, but will not include such costs for 15 unique force account work that is different from typical work and which could not have 16 been anticipated at the time of bid. 17 18 On page 1-87, under "For Equipment', the third paragraph is supplemented with the , 19 following: 20 21 In the event that prior quotations are not obtained and the vendor is not a firm 22 independent from the Contractor or subcontractor, then after-the-fact quotations may be 23 obtained by the Engineer from the open market in the vicinity and the lowest such 24 quotation may be used in place of the submitted invoice. ' 25 26 On page 1-88, under"For Services", the first paragraph is supplemented with the following: 27 28 In the event that prior quotations are not obtained and the service invoice is submitted 29 by a subcontractor, then after-the-fact quotations may be obtained by the Engineer from 30 the open market in the vicinity and the lowest such quotation may be used in place of 31 the submitted invoice. 32 33 SECTION 1-10, TEMPORARY TRAFFIC CONTROL 34 April 7, 2003 35 1-10.2(1) General 36 This section Is revised to read: 37 38 It is the Contractor's responsibility to plan, conduct and safely perform the work. The 39 Contractor shall designate an individual or individuals to perform the duties of Traffic 40 Control Manager (TCM). The TCM must be an employee of the Contractor. The duties 41 of the TCM may not be subcontracted. ' 42 43 The Contractor shall also designate an individual or individuals to perform the duties of 44 the Traffic Control Supervisor (TCS). The TCS shall be responsible for safe 45 implementation of approved Traffic Control Plans provided by the TCM. , 46 47 The TCM and TCS shall be certified as worksite traffic control supervisors by one of the 48 organizations listed in the Special Provisions. A TCM and TCS are required on all 49 projects that have traffic control. The TCM may also perform the duties of the TCS. The 50 Contractor shall identify an alternate TCM and TCS who can assume the duties of the 51 assigned or primary TCM and TCS in the event of that person's inability to perform. 52 Such alternates shall meet the same requirements as the primary TCM and TCS. 53 54 The Contractor shall maintain 24-hour telephone numbers at which the TCM and TCS 55 can be contacted and be available upon the Engineer's request at other than normal 56 working hours. The TCM and TCS shall have the appropriate personnel, equipment, ' 57 and material available at all times in order to expeditiously correct any deficiency in the 58 traffic control system. 59 SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH LIND 6 L III 1 1-10.2(1)A Traffic Control Manager 2 This section is revised to read: 3 I� 5 The duties of the Traffic Control Manager (TCM) shall include: 6 1. Overseeing and approving the actions of the Traffic Control Supervisor (TCS) II 7 to ensure that proper safety and traffic control measures are implemented and 8 consistent with the specific requirements created by the Contractor's 9 workzones and the Contract. 10 I� 11 2. Providing the Contractor's designated TCS with approved Traffic Control Plans 12 (TCP's) which are compatible with the work operations and traffic control for 13 which they will be implemented. 14 I� 15 3. Discussing proposed traffic control measures and coordinating implementation 16 of the Contractor-adopted traffic control plan(s) with the Engineer. 17 •18 4. Coordinating all traffic control operations, including those of subcontractors, 19 suppliers, and any adjacent construction or maintenance operations. 20 21 5. Coordinating the project's activities (such as ramp closures, road closures, and fll! 22 lane closures) with appropriate police, fire control agencies, city or county 23 engineering, medical emergency agencies, school districts, and transit 24 companies. 25 III 26 6. Overseeing all requirements of the contract which contribute to the 27 convenience, safety, and orderly movement of vehicular and pedestrian traffic. 28 29 7. Having the latest adopted edition of the MUTCD including the Modifications to 30 the MUTCD for Streets and Highways for the State of Washington and 31 applicable standards and specifications available at all times on the project. 32 I� 33 8. Attending all project meetings where traffic management is discussed. 34 35 9 Reviewing the TCS diaries daily and being aware of "field" traffic control 36 operations. 37 38 10. Assuring daily submissions of previous day's TCS diaries, indicating date of 39 TCM review, to WSDOT TCS. 40 41 11, Being present on-site a sufficient amount of time to adequately accomplish the 42 above-listed duties. 43 44 1-10.2(1)6 Traffic Control Supervisor I' 45 This section is revised to read: 46 47 A Traffic Control Supervisor (TCS) shall be on the project whenever traffic control labor 48 is required or less frequently, as approved by the Engineer. 49 50 The TCS shall personally perform all the duties of the TCS. During non-work periods, 51 the TCS shall be available to the job site within a 45-minute time period after notification 52 by the Engineer. 53 54 The TCS's duties shall include: 55 56 1. Inspecting traffic control devices and nighttime lighting for proper location, 57 installation, message, cleanliness, and effect on the traveling public. Traffic 58 control devices shall be inspected each work shift except that Class A signs 59 and nighttime lighting need to be checked only once a week. Traffic control 60 devices left in place for 24 hours or more should also be inspected once during SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_L.IND 7 1 the nonworking hours when they are initially set up (during daylight or 2 darkness, whichever is opposite of the working hours). 3 4 2. Preparing a daily traffic control diary on DOT Forms 421-040A and 421-040B, 5 which shall be submitted to the Engineer no later than the end of the next 6 working day to become a part of the project records. The Contractor may use 7 their own form if it is approved by the Engineer. Include in the diary such items 8 as: 9 10 a. When signs and traffic control devices are installed and removed, 11 b. Location and condition of signs and traffic control devices, 12 c. Revisions to the approved traffic control plan (TCP), 13 d. Lighting utilized at night, and 14 e. Observations of traffic conditions. 15 16 3. Ensuring that corrections are made if traffic control devices are not functioning 17 as required. The TCS may make minor revisions to the approved traffic control 18 plan to accommodate site conditions as long as the original intent of the traffic 19 control plan is maintained and the revision has concurrence of the TCM and/or 20 WSDOT TCS. 21 22 4. Attending traffic control coordinating meetings or coordination activities as 23 authorized by the Engineer. 24 25 5. Ensuring that all needed traffic control devices are available and in good 26 working condition prior to the need to install those devices. 27 28 6. Having a current set of approved TCP's and applicable contract provisions as 1 29 provided by the TCM and the latest adopted edition of the MUTCD including 30 the Modifications to the MUTCD for Streets and Highways for the State of 31 Washington and applicable standards and specifications. 32 33 The TCS may perform the work described by "Traffic Control Labor" as long as the 34 duties of the TCS are accomplished. Possession of a current flagging card by the TCS 35 is mandatory. 36 37 A reflective vest and a hard hat shall be wom by the TCS. 38 39 1-10.2(2) Traffic Control Plans ' 40 This section including title is revised to read: 41 42 1-10.2(2) Traffic Control Plans (TCP's) 43 The traffic control plan or plans appearing in the contract plans show a method of 44 handling traffic. All flaggers are to be shown on the traffic control plan except for 45 emergency situations. The Contractor shall designate and adopt in writing the specific 46 traffic control plan or plans required for their method of performing the work. If the 47 Contractor's methods differ from the contract traffic control plan(s), the Contractor shall ' 48 propose modification of the traffic control plan(s) by showing the necessary construction 49 signs, flaggers, and other traffic control devices required for the project. The 50 Contractor's modified traffic control plan(s) shall be in accordance with the established ' 51 standards for plan development as shown in the MUTCD, Part VI. The Contractor's 52 letter designating and adopting the specific traffic control plan(s) or any proposed 53 modified plan(s) shall be submitted to the Engineer for approval at least ten calendar 54 days in advance of the time the signs and other traffic control devices will be required. 55 The Contractor shall be solely responsible for providing copies of the approved Traffic 56 Control Plans to the Traffic Control Supervisor. 57 '58 1-10.2(3) Conformance to Established Standards 59 The second sentence in the sixth paragraph (Category 4) is deleted. 60 SW 7TH ST/LIND AVE SW SIGNALIZATION , 7TH_LIND 8 1 1-10.5 Payment 2 Under"Traffic Control Vehicle", the reference to 1-10.3(1)B is revised to 1-10.2(1)B. 3 4 SECTION 1-99, APWA SUPPLEMENT 5 December 2, 2002 6 Section 1-01.3 (APWA Only) page 1-111 7 The third paragraph is revised to read as follows: 8 9 The venue of all causes of action arising from the advertisement, award, execution, and 1� 10 performance of the contract shall be in the Superior Court of the County where the 11 Contracting Agency's headquarters is located. 12 13 Section 1-02.1 (APWA Only) Page 112 11' 14 This section is revised to read: I� 15 16 Bidders shall be qualified by experience, financing, equipment, and organization to do I� 17 the work called for in the Contract Documents. The Contracting Agency reserves the 18 right to take whatever action it deems necessary to ascertain the ability of the bidder to 19 perform the work satisfactorily. 20 21 SECTION 11-02.9 IS SUPPLEMENTED BY REVISING THE FIRST PARAGRAPH 22 TO READ: 23 24 Each proposal shall be submitted in a sealed envelope, with the Project Name and 25 Project Number as stated in the Advertisement for Bids clearly marked on the outside of 26 the envelope, or as otherwise stated in the Bid Documents. 27 28 Section 1-02.14 (APWA Only) Page 114 29 Item 3 is revised to read: 30 31 3. The bidder, in the opinion of the Contracting Agency, is not qualified for the work or 32 to the full extent of the bid, or to the extent that the bid exceeds the authorized 33 prequalification amount as may have been determined by a prequalification of the 34 bidder, 35 36 Item 10 is deleted 37 38 Section 1-07.18 (APWA Only) Page 1-123 39 Item No. 4 is revised to read: 40 41 4. A Pollution Liability policy, required if so stated in the Contract Provisions, providing 42 coverage for claims involving remediation, disposal, or other handling of pollutants I� 43 arising out of: (1) Contractor's operations related to this project; (2) transportation of 44 hazardous materials to or from any site related to this project, including, but not 45 limited to, the project site and any other site, including those owned by the 46 Contractor or for which the Contractor is responsible; and (3) remediation, 47 abatement, repair, maintenance or other work with lead-based paint or materials 48 containing asbestos. 49 50 Such Pollution Liability policy shall provide the following minimum coverage for 51 Bodily Injury and Property Damage: 52 53 $1,000,000 per occurrence 54 55 Section 1-07.18 (APWA Only) Page 1-124 56 The third paragraph under"Evidence of Insurance" is revised to read: I� 57 58 A copy of the endorsement naming Contracting Agency and any other entities required 59 by the Contract Provisions as Additional Insured(s), and stating that coverage is primary SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 9 1 and non-contributory, showing the policy number, and signed by an authorize 2 representative of the insurance company on Form CG2010 (ISO) or equivalent. 3 4 Section 1-10.5 (APWA Only) Page 1-130 5 This section is deleted 6 7 SECTION 2-03, ROADWAY EXCAVATION AND EMBANKMENT 8 December 2, 2002 9 2-03.3(14)D Compaction and Moisture Control Tests ' 10 The second paragraph is revised to read: 11 12 In place density will be determined using Test Methods WSDOT FOP for AASHTO T� 13 310 and WSDOT SOP for T 615. 14 15 2-03.5 Payment 16 Under the bid item "Sand Drainage Blanket", per ton the statement "Compaction will be paid, 17 for by the item "Embankment Compaction", is deleted. 18 19 Under the bid item "Gravel Borrow Incl. Haul", per ton or per cubic yard, the statement 20 "Compaction will be paid for by the item "Embankment Compaction", is deleted. i 21 22 The statement "Unless otherwise provided, the work described in Section 2-03.3(14), 23 Embankment Construction, shall be incidential to other pay items involved." is moved above 24 the bid item "Select Borrow Incl. Haul", per ton or per cubic yard. 25 26 SECTION 5-04, ASPHALT CONCRETE PAVEMENT 27 December 2, 2002 ' 28 5-04.2 Materials 29 The reference to "Recycling Agent 9-02.1(5)" is deleted. 30 31 5-04.3(5)C Crack Sealing 32 Under item 1 "Sand Slurry", the first sentence is revised to read: 33 !� 34 The sand slurry shall consist of approximately 20 percent CSS-1 emulsified asphalt, ■ 35 approximately 2 percent portland cement, water (if required), and the remainder clean 36 U.S. No. 4-0 paving sand. 37 38 5-04.3(8)A Acceptance Sampling and Testing 39 Under"D', the reference to"AASHTO T 30" is revised to AASHTO T 27/11. 40 41 5-04.3(19) Seating of Driving Surfaces 42 This section including title is revised to read: 43 ' 44 5-04.3(19) Sealing of Pavement Surfaces 45 Where shown in the Plans, the Contractor shall apply a fog seal. Before application of 46 the fog seal all surfaces shall be.thoroughly cleaned of dust, soil, pavement grindings, 47 and other foreign matter. The fog seal shall be CSS-1 or CSS-1 h uniformly applied to 48 the pavement free of streaks and bare spots at the rate 0.03 to 0.05 residual gallons per 49 square yard. The emulsified asphalt shall be diluted at a rate of one part water to one 50 part emulsified asphalt unless otherwise directed by the Engineer. The emulsified 51 asphalt shall be applied within the temperature range specified in Section 5-02.3(3). 52 53 5-04.3(21) Paving Asphalt Revision 54 The third sentence in the first paragraph is revised to read: 55 56 A new contract item, Paving Asphalt Revision, will be established for material varying 57 from the asphalt content shown in the Special Provisions by more than plus or minus 58 0.3 percent. SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 10 l 2 5-04.4 Measurement 3 The following paragraph is added after the third paragraph: ,I 5 Asphalt for fog seal will be measured by the ton, before dilution, in accordance with 6 Section 1-09. 7 8 The fourth paragraph is deleted. 9 10 5-04.5 Payment 11 The following paragraph is added after the sixth paragraph: 12 13 "Asphalt for Fog Seal", per ton. 14 The unit contract price per ton for "Asphalt for Fog Seal" shall be full pay for all costs of 15 material, labor, tools, and equipment necessary for the application of the fog seal as 16 specified. 17 �,■ 18 The following is inserted after the tenth paragraph: 19 20 All costs for asphalt for tack coat shall be included in the unit contract price per ton of 21 the asphalt concrete pavement. 11 22 23 SECTION 5-05, CEMENT CONCRETE PAVEMENT 24 April 7, 2003 �1I25 5-05.3(1) Concrete Mix Design for Paving 1I 26 Number 2 in this section is revised to read: 27 28 2. Submittals. The Contractor's submittal shall include the mix proportions per cubic 29 yard and the proposed sources for all ingredients including the power plant that 30 generated the fly ash. The mix shall be capable of providing a minimum flexural 31 strength of 650 psi at 14 days. Evaluation of strength shall be based on statistically 32 analyzed results of 5 beam specimens made according to WSDOT T 808 and 33 tested according to WSDOT T 802 that demonstrate a quality level of not less than 34 80 percent analyzed in accordance with Section 1-06.2(2)D. In addition the I 35 Contractor shall fabricate, cure, and test 5 sets of cylinders, for evaluation of both 36 14 and 28 day strengths, according to WSDOT FOP's for AASHTO T 22 and 37 AASHTO T 23 using the same mix design as used in fabrication of the beams. 38 Compressive strength data (for both 14 and 28 day strength) shall be submitted to 39 the engineer for use in determination of a conversion factor of flexural strength to 40 compressive strength, which will be used by the Engineer for strength acceptance 41 testing. 42 43 Mix designs submitted by the Contractor shall provide a unique identification for 44 each proposal and shall include test data confirming that concrete made in 45 accordance with the proposed design will meet the requirements of these 46 Specifications. Test data shall be from an independent testing lab or from a 47 commercial concrete producer's lab. If the test data is developed at a producer's 48 lab, the Engineer or a representative may witness all testing. 49 1�! 50 The second paragraph under number 3 in this section is supplemented with the following: 52 Only non-chloride accelerating admixtures that meet the requirements of Section 9-23.6 53 Admixture for Concrete, shall be used. 54 55 5-05.3(4)A Acceptance of Portland Cement Concrete Pavement 56 In the third sentence of the tenth paragraph, the reference to "1000 psi" is revised to "1200 57 psi": 58 SW 7TH ST/LIND AVE SW SIGNALIZATION III 7TH_LIND 11 1 1 5-05.3(10) Tie Bars and Dowel Ears 2 In the seventh paragraph, the first sentence is deleted and replaced by the following: 3 4 When new cement concrete pavement is to be placed against existing cement concrete 5 pavement, epoxy-coated tie bars shall be drilled and set into the existing pavement with 6 an epoxy bonding agent in accordance with the Standard Plan and specified tolerances 7 for placement of the tie bars. The epoxy bonding agent shall meet the requirements of 8 Section 9-26.1 for Type I epoxy. 9 10 5-05.3(18) Cement Concrete Approach 11 This section including title is revised to read: 12 13 5-05.3(18) Vacant 14 15 5-05.3(19) Reinforced Concrete Bridge Approach Slabs 16 The fifth paragraph is revised to read: 17 18 Reinforced concrete bridge approach slab anchors shall be installed as detailed in the 19 Plans. The anchor rods, couplers, and nuts shall conform to Section 9-06.5(1). The 20 steel plates shall conform to ASTM A 36. All metal parts shall receive one coat of 21 formula A-11-99 paint. The pipe shall be any non-perforated PE or PVC pipe of the 22 diameter specified in the Plans. Polystyrene shall conform to Section 9-04.6. The 23 anchors shall be installed parallel both to profile grade and center line of roadway. The 24 Contractor shall secure the anchors to ensure that they will not be misaligned during 25 concrete placement. For Method B anchor installations, the epoxy resin used to install 26 the anchors shall conform to Section 9-26.1. 27 28 5-05.3(22) Repair of Defective Pavement Slabs 29 In the third paragraph, the eighth and ninth sentences are deleted and replaced by the 30 following: 31 32 Where required, an epoxy bonding agent shall be applied to the dry, cleaned surface of 33 the cavity in a thin even coat, using a stiff-bristle brush. Placement of Portland cement 34 concrete or epoxy concrete or mortar shall immediately follow the application of the 35 epoxy bonding agent. The epoxy bonding agent shall meet the requirements of Section 36 9-26.1(1) for Type If epoxy (Portland cement concrete placement) or Type III epoxy 37 (epoxy concrete or mortar placement). Epoxy concrete or mortar shall meet the 38 requirements of Section 9-26.3(1)A. Low areas which grinding cannot feasibly remedy, 39 shall be sandblasted, filled with epoxy bonded mortar, and textured by grinding. The 40 epoxy bonding agent shall meet the requirements of Section 9-26.1(1)B for Type 11 41 epoxy. 42 43 5-05.4 Measurement 44 The statement"Cement concrete approach will be measured by the square yard", is deleted. 45 46 5-05.5 Payment 47 The bid item "Cement Conc.Approach Day, per square yard", is deleted. 48 49 SECTION 6-02, CONCRETE STRUCTURES 50 April 7, 2003 51 6-02.3(2)A Contractor Mix Design 52 The last sentence of the first paragraph is revised to read: 53 54 All other concrete mix designs except those for lean concrete and commercial concrete 55 shall have a minimum cementitious material content of 564 pounds per cubic yard of 56 concrete. 57 58 6-02.3(2)B Commercial Concrete 59 This section is revised to read as follows: SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH LIND 12 l I 2 Commercial concrete shall have a minimum compressive strength at 28 days of 3000 3 psi in accordance with AASHTO T 22. Commercial concrete placed above the finished 4 ground line shall be air entrained and have an air content from 4.5 percent to 7.5 5 percent per AASHTO T 152. Commercial concrete does not require plant approval, mix 6 design, or source approvals for cement, aggregate, and other admixtures. J I�I 7 8 Where concrete Class 3000 is specified for nonstructural items such as, culvert 9 headwalls, plugging culverts, concrete pipe collars, pipe anchors, monument cases, 10 luminaire bases, pedestals, cabinet bases, guardrail anchors, sign post foundations, 11 fence post footings, sidewalks, curbs, and gutters, the Contractor may use commercial I 12 concrete. If commercial concrete is used for sidewalks, curbs, and gutters it shall have 13 a minimum cementitious material content of 564 pounds per cubic yard of concrete and 11� 14 shall be air entrained. Commercial concrete shall not be used for structural items such 15 as, bridges, retaining walls, box culverts, or foundations for high mast luminaires, mast 16 arm traffic signals, cantilever signs, and sign bridges. The Engineer may approve other 17 nonstructural items not listed for use as commercial concrete. 18 19 6-02.3(4)A Qualification of Concrete Suppliers 20 In the seventh paragraph the reference to 70 revolutions" is revised to "30 revolutions". 21 (` 22 6-02.3(4)C Consistency f 23 The first paragraph is supplemented with the following: 24 25 4. 9 inches for shafts when using Class 4000P, provided the water cement ratio does 26 not exceed 0.44 and a water reducer is used meeting the requirements of 9-23.6. 27 28 5. 5.5 inches for all concrete placed in curbs, gutters, and sidewalks. 29 30 The second paragraph is revised to read: 31 32 When a high range water reducer is used, the maximum slump listed in 1, 2, 3, and 5 III 33 above, may be increased an additional 2 inches. 34 35 6-02.3(5)A General I� 36 In the fourth paragraph, in 2., revise "proceeding"to "preceding". 38 6-02.3(6)A Weather and Temperature Limits to Protect Concrete 39 The section "Cold Weather Protection" is revised to read: II� 40 41 The Contractor shall provide a written procedure for cold weather concreting to the 42 Engineer for review and approval. The procedure shall detail how the Contractor will 43 prevent the concrete temperature from falling below 50° F. Permission given by the 44 Engineer to place concrete during cold weather will in no way ensure acceptance of the 45 work by the Contracting Agency. Should the concrete placed under such conditions 46 prove unsatisfactory in any way, the Engineer shall still have the right to reject the work ll� 47 although the plan and the work were carried out with his permission. 48 49 The Contractor shall provide and maintain a recording thermometer on the concrete 50 surface at a location specified by the Engineer. During freezing or near-freezing ill 51 weather, data from this thermometer shall be readily available to the Engineer. I 52 53 The Contractor shall not mix nor place concrete while the air temperature is below 35° F, 54 unless the water or aggregates (or both) are heated to at least 70° F. The aggregate 55 shall not exceed 150° F. If the water is heated to more than 150° F, it shall be mixed with 56 the aggregates before the cement is added. Any equipment and methods shall heat the 57 materials evenly. 58 59 The Contractor may warm stockpiled aggregates with dry heat or steam, but not by 60 applying flame directly or under sheet metal. If the aggregates are in bins, steam or SW 7TH ST/LIND AVE SW SIGNALIZATION �� 7TH_LIND 13 1 water coils or other heating methodc may be used if aggregate quality is not affected. 2 Live steam heating is not permitted on or through aggregates in bins. If using dry heat, 3 the Contractor shall increase mixing time enough to permit the super-dry aggregates to 4 absorb moisture. 5 6 Any concrete placed in air temperatures below 35° F shall be immediately enclosed. Air 7 temperature within the enclosure shall be maintained such that the concrete surface 8 temperature stays between 50° F and 90° F, and the relative humidity shall be above 9 80 percent. These conditions shall be maintained for a minimum of seven days or for 10 the cure period required by Section 6-02.3(11), whichever is longer. If artificial heat is 11 used to maintain the temperature inside the enclosure, moisture shall be added to the 12 enclosure to maintain the humidity s stated above. The e Contractor shall stop adding 13 moisture 24 hours before removing the heat. Extra protection shall be provided for 14 areas especially vulnerable to freezing (such as exposed top surfaces, corners and 15 edges, thin sections, and concrete placed into steel forms). 16 17 If weather forecasts predict air temperatures below 35° F during the seven days just �I 18 after the concrete placement, the Contractor may place the concrete only if his 19 approved cold weather concreting plan is implemented. 20 21 In addition, if air temperatures fall below 35°F within 7 days after placement of concrete, 2 the Contractor shall implement his approved cold weather concreting plan. 24 6-02.3(14)6 Class 2 Surface Finish 25 The first sentence of the first paragraph is revised to read: i 26 27 The Contractor shall apply a Class 2 finish to all above-ground surfaces not receiving a 28 Class 1 finish as specified above unless otherwise indicated in the Contract. 29 30 6-02.3(17)D Falsework Support Systems: Piling, Temporary Concrete 31 Footings, Timber Mudsills, Manufactured Shoring Towers, Caps, and Posts 32 Under Temporary Concrete Footings and Timber Mudsills, Number 1, Granular Soil, the 33 first sentence is revised to read: 34 35 The Contractor shall conduct on-site tests according to AASHTO T 235. 36 37 6-02.3(17)) Face Lumber, Studs, Wales, and Metal Forms 38 On page 6-60, the paragraph beginning with "All comers shall be beveled... etc." is revised 39 to read: 40 41 All comers shall be beveled 3/4 inch. However, footings, footing pedestals, and seals 42 need not be beveled unless required in the Plans. 43 44 6-02.3(24)C Placing and Fastening 45 In the second paragraph, the following is inserted after the third sentence: 46 47 All epoxy-coated bars in the top mat of the roadway slab shall be tied at all 48 intersections. Other epoxy-coated bars shall also be tied at all intersections, but shall 49 be tied at altemate intersections when spacing is less than 1 foot in each direction. 50 51 6-02.3(24)H Epoxy-Coated Steel Reinforcing Bar 52 In the fifth paragraph, the second and third sentences are deleted and replaced by the 53 following: 54 55 All bars shall be placed and fastened as specified in Section 6-02.3(24)C. 56 57 6-02.3(25)E Contractors Control Strength 58 In the tenth paragraph, the first sentence is deleted and replaced by the following: 59 SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 14 111111 - llm_ 1 The Contractor shall coat cored holes with an epoxy bonding agent and patch the holes 2 using the same type concrete as that in the girder, or a mix approved during the annual 3 plant review and approval. The epoxy bonding agent shall meet the requirements of 4 Section 9-26.1 for Type 11, Grade 2 epoxy. 5 6 6-02.3(26)E Ducts 7 The first paragraph under"Ducts for External Exposed Installation" is revised to read: 8 9 Duct shall be high-density polyethylene (HDPE) conforming to ASTM D 3350. The cell 10 classification for each property listed in Table 1 shall be as follows: Ig 11 f 12 Property Cell Classification 13 1 3 or 4 14 2 2, 3, or 4 15 3 4or5 16 4 4or5 17 5 2or3 1�t 18 6 2, 3, or 4 19 20 The color code shall be C. 21 22 6-02.3(26)H Grouting 23 The sixth paragraph is revised to read: 24 25 The Contractor shall proportion the mix to produce a grout with a flow of 11 to 20 26 seconds as determined by ASTM C 939, Flow of Grout for Preplaced Aggregate 27 Concrete (Flow Cone Method). The grout ejected from the end vent shall have a 28 minimum flow of 11 seconds. �p 29 `` 30 6-02.3(28) Precast Concrete Panels 31 This section Is revised to read: 32 �! 33 The Contractor shall perform quality control inspection. The manufacturing plant for t 34 precast concrete units shall be certified by the Precast/Prestressed Concrete Institute's 35 Plant Certification Program for the type of precast member to be produced, or the 36 National Precast Concrete Association's Plant Certification Program or be an I� 37 International Congress Building Officals Evaluation Services recognized fabricator of 38 structural precast concrete products, and shall be approved by WSDOT as a Certified 39 Precast Concrete Fabricator prior to the start of production. WSDOT Certification will.be 40 granted at, and renewed during, the annual precast plant review and approval process. I` 41 Products that shall conform to this requirement include noise barrier panels, wall panels, 42 floor and roof panels, marine pier deck panels, retaining walls, pier caps, and bridge 43 deck panels. Precast concrete units that are prestressed shall meet all the I� 44 requirements of Section 6-02.3(25). 45 46 The Contracting Agency intends to perform Quality Assurance Inspection. By its 47 inspection, the Contracting Agency intends only to facilitate the work and verify the I 48 quality of that work. This inspection shall not relieve the Contractor of any responsibility 49 for identifying and replacing defective material and workmanship. 50 51 Prior to the start of production of the precast concrete units, the Contractor shall advise 52 the Engineer of the production schedule. The Contractor shall give the Inspector safe 53 and free access to the work. If the Inspector observes any nonspecification work or 54 unacceptable quality control practices, the Inspector will advise the plant manager. If the i� 55 corrective action is not acceptable to the Engineer, the unit(s) will be rejected. 56 57 6-02.3(28)B Casting 1� 58 The following new paragraph is inserted after the first paragraph: 59 SW 7TH ST/LIND AVE SW SIGNALIZATION �� 7TH_LI N D 15 I 1 Concrete shall meet the requirements of Section 6 02.3(25)6 for annual pre-approval of 2 the concrete mix design, and slump. 3 4 6-02.3(28)H Shipping 5 This section is revised to read- 6 7 Precast units shall not be shipped until the concrete has reached the specified desigrf 8 strength, and the Engineer has reviewed the fabrication documentation for contract 9 compliance and stamped the precast concrete units ".Approved for Shipment.". Th 10 units shall be supported in such a manner that they will not be damaged by anticipate 11 impact on their dead load. Sufficient padding material shall be provided between tie 12 chains and cables to prevent chipping or spalling of the concrete. 13 14 SECTION 6-03, STEEL STRUCTURES 15 April 7, 2003 16 6-03.3(21)C Web Splices and Fillers 17 The second sentence is revised to read: 18 19 In lieu of the steel material specified in the Plans or Special Provisions, the Contracto 20 may substitute either ASTM A 1008 or ASTM A 1011 steel for all filler plates less than 21 1/4 inch thickness, provided that the grade of filler plate steel meets or exceeds that of 22 the splice plates. 23 24 6-03.3(25) Welding and Repair Welding 25 The first paragraph is revised to read: 26 27 Welding and repair welding of all steel bridges shall comply with the AASHTO/AWSt 28 D1M/D1 .5 .5:2002 Bridge Welding Code. Welding and repair welding for all other steel 29 fabrication shall comply with the AWS D1.1/D1.1M, latest edition; Structural Welding 30 Code. The requirements described in the remainder of this section shall prevail 31 whenever they differ from either of the above welding codes. 32 33 6-03.3(25)A Welding Inspection 34 The first paragraph is revised to read: 35 36 The Contractor's inspection procedures,-techniques, methods, acceptance criteria, and 37 inspector qualifications for welding of steel bridges shall be in accordance with the 38 AASHTO/AWS D1.5M/D1.5:2002 Bridge Welding Code. The Contractor's inspection 39 procedures, techniques, methods, acceptance criteria, and inspector qualifications for 40 welding of steel structures other than steel bridges shall be in accordance with AWS 41 D1.1/M A M, latest edition, Structural Welding Code. The requirements described in the 42 remainder of this section shall prevail whenever they differ from either of the above 43 welding codes. 44 . 45 Under"Radiographic Inspection", the last sentence is revised to read: 46 47 In addition, edge blocks confonning to the requirements of AASHTO/AWS 48 D1.5M/D1.5:2002 Bridge Welding Code Section 6.10.14 shall be used for radiographic 49 inspection. 50 51 Under"Ultrasonic Inspection", the last sentence is revises to read: 52 53 The testing procedure and acceptance criteria for tubular members shall conform to the 54 requirements of the AWS D1.1/D1.1 M latest edition, Structural Welding Code. 55 SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 16 1 1 SECTION 6-05, PILING 2 December 2, 2002 3 6-05.3(9)A Pile Driving Equipment Approval 4 The fourth sentence in the second paragraph Is revised to read: 5 6 The wave equation analysis shall verify that the pile driving system proposed does not 7 produce stresses greater than 50,000 psi or 90 percent of the yield stress whichever is 8 less, for steel piles, or steel casings for cast-in-place concrete piles. 9 10 6-05.5 Payment 11 This section Is revised to read: 12 13 Payment will be made in accordance with Section 1-04.1, for each of the following bid 14 items that are included in the proposal: 15 16 "Furnishing and Driving (type) Test Pile", per each. 17 The unit contract price per each for "Furnishing and Driving (type) Test Pile" shall 18 be full pay for furnishing and driving test piles to the ultimate bearing capacity or 19 penetration required by the Engineer, furnishing nd installing pile ti when pile 20 tips are specified for the permanent piles, preboring when preboring is specified for 21 the permanent piles, for pulling the piles or cutting them off as required, and for 1 22 removing hem from the site or for delivery to the Contracting Agency for salvage 9 rY 9 9 Y 9 23 when ordered by the Engineer. This price shall also include all costs in connection 24 with moving all pile driving equipment or other necessary equipment to the site of 25 the work and for removing all such equipment from the site after the piles have 26 been driven. If, after the test piles have been driven, it is found necessary to 27 eliminate the piling from all or any part of the structure, no additional pay will be I� 28 allowed for moving the pile driving equipment to and from the site of the work. 29 30 "Driving Timber Pile (untreated or name treatment)", per each. 31 The unit contract price per each for "Driving Timber (type) Pile" shall include any 32 metal shoes which the Contractor has determined to be beneficial to the pile 33 driving. 34 35 "Driving Conc. Pile (size)", per each. 36 "Driving St. Pile", per each. 37 The unit contract price per each for "Driving (type) Pile shall be full pay for 38 driving the pile to the ultimate bearing and/or penetration specified. When 39 overdriving piles beyond the ultimate bearing capacity and minimum tip elevation 40 specked in the Contract is required by the Engineer, payment for the first 3 feet of 41 overdriving will be included in the unit contract price for "Driving (type) Pile". 42 Additional penetration beyond the first 3 feet of overdriving will be paid for on the 43 basis of force account work as covered in Section 1-09.6. 44 45 "Furnishing Timber Piling (untreated or name treatment)", per linear foot. 46 "Furnishing Conc. Piling (size)", per linear foot. 47 "Furnishing St. Piling", per linear foot. 48 The unit contract price per linear foot for "Furnishing (type) Piling Lin shall be 49 full pay for furnishing the piling specked. Such price shall also be full pay, when II� 50 measurement includes, for piling length ordered but not driven. 52 "Precast Concrete Pile Buildup", by force account. 53 Build-ups of precast or precast-prestressed concrete piles will be paid in 54 accordancewith Section 1-09.6. No payment will be made for build-ups or additional 55 lengths of build-up made necessary because of damage to the piling during driving. 56 The length of splice for precast concrete piles includes the length cut off to expose 57 reinforcing steel for the splice. The length of splice for precast-prestressed piles 58 includes the length in which holes are drilled and reinforcing bars are grouted. 59 SW 7TH ST/LIND AVE SW SIGNALIZATION i� 7TH_LIND 17 1 For the purpose of providing a common proposal for all bidders, the Contracting 2 Agency entered an amount for "Precast Concrete Pile Buildup" in the proposal t 3 become part of the total bid by the Contractor. 4 5 "Furnishing Steel Pile Tip or Shoe (size)", per each. 6 7 SECTION 6-07, PAINTING 8 April 7, 2003 9 6-07.3(1) Painting New Steel Structures 10 Method B for"Primer Coat" is revised to read: 11 12 Inorganic zinc orA-11-99 shop applied 13 14 6-07.3(1)A Preparation for Shop Coating 15 The first and second paragraphs are revised to read: 16 17 A roughened surface profile shall be provided by an abrasive blasting procedure as 18 approved by the Engineer. The profile shall be one mil minimum or per the paint 19 manufacturer's recommendation, whichever is greater. The steel surfaces shall be 20 cleaned to a near white condition as per SSPC-SP10. 21 22 After being thoroughly cleaned by abrasive blasting as specified above, all structural 23 steel shall be primed within the same working day on which abrasive blasting takes 24 place, and before any rust forms, by spraying with a full coat of inorganic zinc silicate 25 paint. The Contractor shall not begin painting until receiving the Engineer's approval of 26 the prepared surface. High strength field bolts need not be painted before erection. 27 28 6-07.3(2)A Bridge Cleaning 29 Under "Pressure Flushing", in the second paragraph; the "Apparent opening size (ASTM 30 D4751)" is revised from #40 US Sieve to#70 US Sieve. The "Permittivity (ASTM D4491)" is 31 revised from 0.7 sec-1 or better to 1.0 sec-1 or better. 32 33 6-07.3(2)C Testing and Disposal of Containment Waste 34 The first paragraph is revised to read: 35 36 Containment waste is defined as all paint chips and debris removed from the steel 37 surface, and all abrasive blast media, as contained by the containment system. After all 38 waste from the containment structures has been collected, the Contractor shall have a 39 minimum of three samples of the wastes tested by an accredited analytical laboratory. 40 Each sample shall be taken from a different storage container unless directed otherwise 41 by the Engineer. 42 43 6-07.3(4) Painting Galvanized Surfaces 44 This section Is revised to read: 45 46 All galvanized surfaces specified to be painted shall be prepared for painting in 47 accordance with the ASTM D 2092. The method of preparation shall be as agreed upon 48 by the paint manufacturer and the galvanizer. The Contractor shall not begin painting 49 until receiving the Engineer's approval of the prepared galvanized surface. 50 51 Environmental Conditions 52 Steel surfaces shall be: 53 54 0 Greater than 35°F and 55 0 Less than 115°F 56 57 or per the manufacturer's recommendations, whichever is more stringent. 58 59 The Contractor shall paint the dry surface as follows: SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LI N D g l� 1 2 Paint Formulas Type 3 First Coat MIL-P-24441 Epoxy polyamide 4 Second Coat C-11-99 Moisture Cured Aliphatic 5 Polyurethane 6 7 Each coat shall be dry before the next coat is applied. All coats applied in the shop shall 8 be dried hard before shipment. 9 10 6-07.5 Payment 11 This section is revised to read: 12 13 Payment will be made in accordance with Section 1-04.1, for each of the following bid 14 items that are included in the proposal: 15 16 "Cleaning and Painting - ", lump sum. 17 The lump sum contract price for "Cleaning and Painting - " shall be full pay 18 for all cost in connection with furnishing and placing all necessary staging and 19 rigging, providing material, labor, tools, and equipment, collection and storage of 20 containment waste, collection, storage, testing, and disposal of all containment 21 waste not conforming to the definition in Section 6-07.3(2)C, performing all cleaning 22 and preparation of surfaces to be painted and applying all coats of paint and 23 sealant. 24 25 "Containment of Abrasives", lump sum. 26 The lump sum contract price for "Containment of Abrasives" shall be full payment 27 for all costs incurred by the Contractor in complying with the requirements as 28 speed in Section 6-07.3(2)6 to design, construct, maintain, and remove ii29 containment systems for abrasive blasting operations. I� 30 31 "Testing and Disposal of Containment Waste", by force account as provided in 32 Section 1-09.6. 33 34 All costs in connection with testing containment waste, transporting containment 35 waste for disposal, and disposing of containment waste in accordance with Section 36 6-07.3(2)C will be paid by force account in accordance with Section 1-09.6. For the 37 purpose of providing a common proposal for all bidders the Contracting Agency has 38 entered an amount for the item "Testing and Disposal of Containment Waste' in the 39 bid proposal to become part of the total bid by the Contractor. 40 41 Payment for painting new steel structures and timber structures will be in 42 accordance with Sections 6-03.5 and 6-04.5, respectively. 43 44 SECTION 6-09, VACANT 45 December 2, 2002 46 This section including title is revised to read: 47 48 6-09 MODIFIED CONCRETE OVERLAYS 49 6-09.1 Description 50 This work shall consist of scarifying concrete bridge decks, preparing and repairing 51 bridge deck surfaces designated and marked for further deck preparation, and"placing, 52 finishing, and curing modified concrete overlays. 53 �1 l 54 6-09.2 Materials 55 Materials shall meet the requirements of the following Sections: 1� 56 - 57 Portland Cement 9-01.2(1) 58 Fine Aggregate 9-03.1(2)B SW 7TH ST/LIND AVE SW SIGNALIZATION �' 7TH_LIND 19 1 Coarse Aggregate 9-03.1(4)C 2 Burlap Cloth 9-23.5 ' 3 Admixtures 9-23.6 4 Fly Ash 9-23.9 5 Water 9-25.1 6 7 Portland cement shall be either Type I or Type ll. Type III portland cement will not be 8 allowed. 9 10 Fine aggregate shall be Class 1. Coarse aggregate shall be AASHTO grading No. 7 or 11 No. 8. 12 13 Fly ash shall be Class F only. 14 15 Microsilica admixture shall conform to AASHTO M 307, and shall be either a dry powder 16 or a slurry admixture. Microsilica will be accepted based on submittal to the Engineer of 17 a Manufacturer's Certificate of Compliance conforming to Section 1-06.3. If the 18 microsilica is a slung admixture, the microsilica content of the slurry shall be certified as 19 a percent by mass. 20 21 Latex admixture shall be a non-toxic, film-forming, polymeric emulsion in water to which 22 all stabilizers have been added at the point of manufacture. The latex admixture shall 23 be homogeneous and uniform in composition, and shall conform to the following: 24 25 Polymer Type Styrene Butadiene 26 Stabilizers: 27 Latex Non-ionic surfactants 28 Portland Cement Polydimethyl siloxane 29 Percent Solids 46.0 to 49.0 30 Weight per Gallon 8.4 pounds at 77F 31 Color White 32 PH (as shipped) 9 minimum 33 Freeze/Thaw Stability 5 cycles (517 to 77F) 34 Shelf Life 2 years minimum 35 36 Latex admixture will be accepted based on submittal to the Engineer of a 37 Manufacturer's Certificate of Compliance conforming to Section 1-06.3. 38 39 High Molecular Weight Methacrylate (HMWM) resin for crack and joint sealing shall 40 conform to the following: 41 42 Viscosity <25 cps (Brookfield RVT with UL adaptor, 50 rpm at 43 77F)... California Test 434 44 Density 8.5 to 8.8 pounds per gallon at 77F... ASTM D 2849 45 Flash Point >200F, PMCC (Pinsky-Martens CC) 46 Vapor Pressure <0.04 inches Hg at 77F,ASTM D 323 , 47 Tg (DSC) >136F,ASTM D 3418 48 Gel Time 60 minutes minimum 49 50 The promoter/initiator system for the methac late resin h I drier Y ry shall consist of a meta 51 and peroxide. 52 53 Sand for abrasive finish shall be crushed sand, oven dried, and stored in moisture proof 54 bags. The sand shall conform to the following gradation: 55 56 Sieve Size Percent Passing 57 Minimum Maximum 58 U.S. No. 10 98 100 59 U.S. No. 16 55 75 60 U.S. No. 20 30 50 SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 20 I1 U.S. No. 30 8 25 2 U.S. No. 50 0 5 3 U.S. No. 100 0 3 4 All percentages are by weight. 5 6 6-09.3 Construction Requirements 7 8 6-09.3(1) Equipment 9 10 6-09.3(1)A Power Driven Hand Tools 11 Power driven hand tools may be used for concrete scarification in areas not accessible 12 to scarification machines, and for further deck preparation work, except for the following: 13 14 1. Jack hammers more forceful than the nominal 30-pound class. 15 16 2. Chipping hammers more forceful than the nominal 15-pound class. 17 18 The power driven hand tools shall be operated at angles less than 45 degrees as 19 measured from the surface of the deck to the tool. 20 21 6-09.3(1)B Rotary Milling Machines 22 Rotary milling machines shall be capable of scarifying a minimum width of four feet per 23 pass, have a maximum operating weight of 50,000 pounds, and conform to 24 requirements in Section 1-07.7. 25 I� 26 Machines known to meet these specifications will be specified in the Special Provisions. 27 28 6-09.3(1)C Hydro-Demolition Machines ' 29 Hydro-demolition machines shall consist of filtering and pumping units operating in 30 conjunction with a remote-controlled robotic device. Hydro-demolition machines shall 31 scarify a minimum width of four feet per pass, using high velocity water jets to remove 32 1/2 inch of sound concrete with the simultaneous removal of all deteriorated concrete. 33 Hydro-demolition machines shall also clean any exposed reinforcing steel of all rust and 34 corrosion products. 35 36 Possible sources of machines known to meet these specifications will be specified in 37 the Special Provisions. 38 39 6-09.3(1)D Shot Blasting Machines 40 Shot blasting machines shall consist of a self contained mobile unit capable of scarifying 41 a minimum width of six feet per pass, using steel abrasive to remove 1/2 inch of sound 42 concrete. The shot blasting machine shall vacuum and store all material removed from 43 the scarified concrete surface into a self contained unit. 44 45 Possible sources of machines known to meet these specifications will be specified in 46 the Special Provisions. 47 ' 48 6-09.3(1)E Air Compressor 49 Air compressors shall be equippetl with oil traps to eliminate oil from being blown onto 50 the roadway deck during sandblasting and air-cleaning. 51 52 6-09.3(1)F Vacuum Machine 53 Vacuum machines shall be capable of collecting all dust, concrete chips, free standing 54 water and other debris encountered while cleaning during deck preparation. The 55 machines shall be equipped with collection systems that allow the machines to be 56 operated in air pollution sensitive areas and shall be equipped to not contaminate the 57 deck during final preparation for concrete placement. 58 SW 7TH ST/LIND AVE SW SIGNALIZATION �� 7TH_LIND 21 I 1 6-09.3(1)G Water Spraying System 2 The water spraying system shall include a portable high pressure sprayer with a 3 separate water supply of potable water. The sprayer shall be readily available to all 4 parts of the deck being overlaid and shall be able to discharge water in a fine mist to 5 prevent accumulation of free water on the deck. Sufficient water shall be available to 6 thoroughly soak the deck being overlaid and to keep the deck wet prior to concrete 7 placement. 8 9 The Contractor shall certify that the water spraying system meets the following 10 requirements: 11 12 Pressure 2,200 psi minimum 13 Flow Rate 4.5 gpm minimum 14 Fan Tip 15° to 250 Range 15 16 6-09.3(1)H Mobile Mixer for Latex Modified Concrete 17 Proportioning and mixing shall be accomplished in self-contained, self-propelled, 18 continuous-mixing units conforming to the following requirements: 19 - 20 1. The mixer shall be equipped so that it can be grounded. 21 22 2. The mixer shall be equipped to provide positive measurement of the portland 23 cement being introduced into the mix. An approved recording meter, visible at 24 all times and equipped with a ticket print-out, shall be used. 25 26 3. The mixer shall be equipped to provide positive control of the flow of water and 27 latex admixture into the mixing chamber. Water flow shall be indicated by an 28 approved flow meter with a minimum readability of one-half gallon per minute, 29 accurate to t 1 percent. The water system shall have a bypass valve capable 30 of completely diverting the flow of water. Latex flow shall also be indicated by 31 an approved flow meter with a minimum readability of two gallons per minute, 32 accurate to t 1 percent. The latex system shall be equipped with a bypass 33 valve suitable for obtaining a calibrated sample of admixture. 34 35 4. The mixer shall be equipped to be calibrated to automatically proportion and 36 blend all components of the specified mix on a continuous or intermittent basis 37 as required by the finishing operation, and shall discharge mixed material 38 through a conventional chute directly in front of the finishing machine. 39 40 Inspection of each mobile mixer shall be done by the Contractor in the presence of the 41 Engineer and in accordance with the following requirements: 42 43 1. Check the manufacturer's inspection plate or mix setting chart for the serial 44 number, the proper operating revolutions per minute (rpm), and the 45 approximate number of counts on the cement meter to deliver 94 pounds of 46 cement. 47 48 2. Make a general inspection of the mobile mixer to ensure cleanliness and good 49 maintenance practices. 50 51 3. Check to see that the aggregate bins are empty and clean and that the bin 52 vibrators work. 53 54 4. Verify that the cement aeration system operates, that the vent is open, and that 55 the mixer is equipped with a grounding strap. Check the cement meter feeder 56 to ensure that all fins and pockets are clean and free from accumulated 57 cement. If the operator cannot demonstrate, through visual inspection, that the 58 cement meter feeder is clean, all cement shall be removed from the bin and 59 the cement meter feeder inspected. The aeration system shall be equipped 60 with a gauge or indicator to verify that the system is operating. SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH LIND 22 L�1 1 2 5. Verify that the main belt is clean and free of any accumulated material. 3 4 6. Check the latex strainer to ensure cleanliness. 5 6 The initial calibration shall consist of the following items: 7 !� 8 1. Cement Meter 9 a. Refer to the truck manufacturer's mix setting chart to determine the 10 specified operating rpm and the approximate number of counts required Jill 11 on the cement meter to deliver 94 pounds of cement. 12 13 b. Place at least 40 bags (about 4,000 pounds) of cement in the cement bin. 14 l� 15 c. Be sure the mixer is resting on a level surface. 16 17 d. Be sure the mixer is grounded. 18 19 e. Adjust the engine throttle to obtain the specified rpm. Operate the unit, 20 discharging cement until the belt has made one complete revolution. Stop 21 the belt. Reset the cement meter to zero. Position a suitable container to 22 catch the cement and discharge approximately one bag of cement. With a 23 stop watch, measure the time required to discharge the cement. Record 24 the number of counts on the cement meter and determine the weight of 25 the cement in the container. Repeat the process of discharging I 26 approximately one bag of cement until six runs have been made. Reset it 27 the cement meter to zero for each run. 28 29 Example: 30 31 Run Cement Weight of Time In 32 No. Counts Cement Seconds +� 33 34 1 66 95 31 35 2 68 96 31.2 36 3 67 95.5 31.0 1I� 37 4 66 95 29.8 dd 38 5 67 95.25 30.5 39 6 66 95 30.8 40 41 TOTAL 400 571.75 184.3 42 43 Pounds of cement per count on cement meter: 44 45 Weight of Cement = 571.75 = 1.43 LB. 46 No. of Counts 400 Count 47 48 Counts per bag (94 pounds): 49 50 94 = 65.7 Counts 51 1.43 Bag I. 52 53 Pounds of cement discharged per second: 54 55 Weight of Cement = 571.75 = 3.10 LB. 56 Time in Seconds 184.3 SEC. 57 1t 58 Required time to discharge one bag: 59 60 Time 94 30.32 SEC. SW 7TH ST/LIND AVE SW SIGNALIZATION j� 7TH_LIND 23 I 1 3.10 gag 2 3 2. Latex Throttling Valve 4 a. Check to be sure that the latex strainer is unobstructed. 5 6 b. The latex throttling valve shall be adjusted to deliver 3.5 gallons of latex 7 (29.4 pounds) for each bag of cement. From the above calculation 30.32 8 seconds are required to deliver one bag of cement. 9 10 c. With the unit operating at the specified rpm, discharge latex into a, 11 container for 30.3 seconds and determine the weight of latex. Continue 12 adjusting the valve until 29.4 to 29.5 pounds of latex is discharged in 30.3 13 seconds. Verify the accuracy of this valve setting three times. 14 15 3. Water Flow Meter 16 a. Set the water flow meter by adjusting it to flow at one-half gallon per 17 minute. 18 19 b. Collect and weigh the water discharged during a one minute interval with 20 the equipment operating at the specified rpm. Divide the weight of water 21 by 8.34 to determine the number of gallons. 22 23' c. Repeat Items a. and b., above, with the flow meter adjusted to one and 24 one-half gallons per minute. 25 26 4. Aggregate Bin Gates 27 a. Set the gate openings to provide the amount of aggregate required to 28 produce concrete having the specified proportions. 29 30 b. Discharge a representative sample of the aggregates throu h th P g e gates 31 and separate on the U.S. No. 4 sieve. Aggregates shall meet the 32 requirements for proportions in accordance with Section 6-09.3(3)E. , 33 34 c. Adjust the gate openings if necessary to provide the proper ratio of fine 35 aggregate to total aggregate. 36 37 5. Production of Trial Mix 38 Each mobile mixer shall be operated to produce at least 1/2 cubic yard of 39 concrete, which shall be in compliance with these specifications, prior to 40 acceptance of the mobile mixer for job use. The Engineer will perform yield, 41 slump, and air tests on the concrete produced by each mixer. 42 43 Calibration of each mobile mixer shall be done by the Contractor in the presence of the 44 Engineer. A complete calibration is required on each mixer on each concrete placement 45 unless, after the initial calibration, the personnel having the responsibility of mixer 46 calibration on subsequent concrete placement were present during the initial calibration 47 of the mixer and during the concrete placement operations and are able to verify the dial 48 settings of the initial calibration and concrete placement. 49 50 If these criteria are met, a complete calibration need not be repeated provided that a 51 single trial run verifies the previous settings of the cement meter, latex throttling valve, 52 water flow meter, and aggregate gradations, and that the mixer has not left the project 53 and the Engineer is satisfied that a complete calibration is not needed. 54 >�55 6-09.3(1)1 Ready Mix Trucks for Fly Ash Modified and Microsilica Modified 56 Concrete 57 Ready mix trucks shall conform to Section 6-02.3(4)A. 58 SW 7TH ST/UND AVE SW SIGNALIZATION 7TH_LIND 24 lit 1 6-09.3(1)) Finishing Machine 2 The finishing machine shall meet the requirements of Section 6-02.3(10) and the 3 following requirements: 4 1, 5 The finishing machine shall be equipped with a rotating cylindrical double drum 6 screed not exceeding 60 inches in length preceded by a vibrating pan. The 7 vibrating pan shall be constructed of metal and be of sufficient length and width to 8 properly consolidate the mixture. The vibrating frequency of the vibrating pan shall 9 be variable with positive control between 3,000 and 6,000 rpm. A machine with a 10 vibrating pan as an integral part may be proposed and will be considered for 11 approval by the Engineer. Other finishing machines will be allowed subject to 12 approval of the Engineer. 13 14 6-09.3(2) Submittals >i 15 The Contractor shall submit the following items to the Engineer for approval in I 16 accordance with Section 6-01.9: 17 1� 18 1. The type of machine (rotary milling, hydro-demolition, or shot blasting) selected 19 by the Contractor for use in this project to scarify concrete surfaces. 20 21 2. The axle loads and axle spacing of the rotary milling machine (if used). 22 23 3. The Runoff Water Disposal Plan (if a hydro-demolition machine is used). The 24 Runoff Water Disposal Plan shall describe all provisions for the containment, 25 collection, filtering, and disposal of all runoff water and associated 26 contaminants generated by the hydro-demolition process. 27 28 4. The method and materials used to contain, collect, and dispose of all concrete 29 debris generated by the scarifying process, including provisions for protecting 30 adjacent traffic from flying debris. 31 32 5. The mix design for concrete Class M, and either fly ash modified concrete, 33 microsilica modified concrete, or latex modified concrete, as selected by the 34 Contractor for use in this project in accordance with Section 6-09.3(3). 35 36 6. Samples of the latex admixture and the portland cement for testing and 37 compatibility (if latex modified concrete is used). 38 39 7. Details of the screed rail support system, including details of anchoring the 40 rails and providing rail continuity. �1 41 42 The Contractor shall not begin scarifying operations until receiving the Engineer's 43 approval of Items 1 through 4 as applicable for the Contractor's scarifying method. The 44 Contractor shall not begin placing modified concrete overlay until receiving the 45 Engineer's approval of Items 5 through 7 as applicable for the Contractor's selected 46 type of modified concrete. 47 48 6-09.3(3) Concrete Overlay Mixes 49 50 6-09.3(3)A General 51 For fly ash, microsilica, and latex modified concrete, the Contractor shall adjust the 52 slump to accommodate the gradient of the bridge deck, subject to the maximum slump 53 specified. 54 55 For fly ash and microsilica modified concrete, the maximum water/cement ratio shall be 56 calculated using all of the available mix water, including the free water in both the 57 coarse and fine aggregate, and in the microsilica slurry if a slurry is used. It 58 59 For fly ash and microsilica modified concrete, all water reducing and air entraining 60 admixtures, and superplasticizers, shall be used in accordance with the fly ash SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LI N D 25 1 supplier's and microsilica admixture supplier's recommendations, respectively, and as 2 approved by the Engineer. 3 4 6-09.3(3)B Concrete Class M 5 Concrete Class M for further deck preparation patching concrete shall be proportioned 6 in accordance with the following mix design: 7 8 Portland Cement 705 pounds 9 Fine Aggregate 1,280 pounds 10 Coarse Aggregate 1,650 pounds 11 Water/Cement Ratio 0.37 maximum 12 Air (± 1-1/2 percent) 6 percent 13 Slump (± 1 inch) 5 inches 14 15 The use of a water-reducing admixture conforming to AASHTO M 194 Type A will be 16 required to produce patching concrete with the desired slump, and shall be used in 17 accordance with the admixture manufacturer's recommendations. Air entraining 18 admixtures shall conform to AASHTO M 154 and shall be used in accordance with the 19 admixture manufacturer's recommendations. The use of accelerating admixtures or 20: other types of admixtures is not allowed. 21 22 6-09.3(3)C Fly Ash Modified Concrete 23 Fly ash modified concrete shall be a workable mix, uniform in composition and 24 consistency. Mix proportions per cubic yard shall be as follows: 25 26 Portland Cement 611 pounds 27 Fly Ash 275 pounds 28 Fine Aggregate 38 percent of total aggregate 29 Coarse Aggregate 62 percent of total aggregate 30 Water/Cement Ratio 0.30 maximum 31 Air(t 1-1/2 percent) 6 percent 33 Slump 7 inches maximum 34 6-09.3(3)D Microsilica Modified Concrete 35 Microsilica modified concrete shall be a workable mix, uniform in composition and 36 consistency. Mix proportions per cubic yard shall be as follows: 37 38 Portland Cement 658 pounds 39 Microsilica Fume 52 pounds 40 Fine Aggregate 1,515 pounds 41 Coarse Aggregate 1,515 pounds 42 Water/Cement Ratio 0.33 maximum 43 Air(t 1-1/2 percent) 6 percent 4445 Slump 7 inches maximum 46 6-09.3(3)E Latex Modified Concrete 47 Latex modified concrete shall be a workable mix, uniform in composition and 48 consistency. Mix proportions per cubic yard shall be as follows: 49 50 Portland Cement 1.00 parts by weight 51 Fine Aggregate 2.40 to 2.75 parts by weight 52 Coarse Aggregate 1.75 to 2.00 parts by weight 53 Latex Admixture 3.50 gallons per bag of cement 54 Water/Cement Ratio 0.33 maximum 55 Air Content of Plastic Mix 6 percent maximum 56 Slump 7 inches maximum 57 58 The aggregates shall be proportioned such that the amount of aggregate passing the 59 U.S. No. 4 sieve is 65 + 5 percent of the total aggregate (fine plus coarse). All 60 calculations shall be based on dry weights. SW 7TH ST/UND AVE SW SIGNALIZATIAN 7TH_LIND 26 2 The moisture content of the fine aggregate and coarse aggregate shall be no more than 3 3.0 and 1.0 percent, respectively, above the saturated surface dry condition. 4 S The water limit for calculating the water/cement ratio shall include the added water, the 6 free water in the aggregates, and 52 percent of the latex admixture. 7 8 6-09.3(4) Storing and Handling 9 10 6-09.3(4)A Aggregate 11 Aggregates shall be stored and handled in a manner to prevent variations of more than 12 1.0 percent in moisture content of the stockpile. 13 14 For latex modified concrete, the moisture content of the aggregate at the time of 15 proportioning shall be as specified in Section 6-09.3(3)E. 16 17 6-09.3(4)B Latex Admixture 18 The admixture shall be kept in suitable containers which will protect it from freezing and 19 from exposure to temperatures in excess of 85F Containers of the admixture shall not 20 be stored in direct sunlight for periods in excess of ten days. When stored in direct 21 sunlight the top and sides of the containers shall be covered with insulating blanket 22 material. 23 24 Storage of the admixture may extend over a period greater than ten days as long as the 25 conditions specified above are maintained and the latex admixture is agitated or stirred 26 once every ten days. Stirring or agitation of the admixture shall be done mechanically in 27 accordance with the manufacturer's recommendation and as approved by the Engineer. 28 If the ambient temperature is higher than 85F at any time during the storage period, the 29 admixture shall be covered by insulated blankets or other means that will maintain the 30 admixture temperature below 85F. 31 32 The admixture shall be strained through a Number 10 strainer at the time it is introduced 33 into the mixing tank from the storage containers. I' 34 35 6-09.3(4)C High Molecular Weight Methacrylate Resin (HMWM) 36 The HMMWWM resin shall be stored in a cool dry place and protected from freezing and 37 exposure to temperature in excess of 100F. The promoter and initiator, if supplied 38 separate from the resin, shall not contact each other directly. Containers of promoters 39 and initiators shall not be stored together in a manner that well allow leakage or spillage 40 from one to contact the containers or material of the other. 41 42 6-09.3(5) Scarifying Concrete Surface 43 ?� 44 6-09.3(5)A General 45 The Contractor shall not begin scarifying a concrete bridge deck surface unless 46 completion of the scarification and concrete overlay can be accomplished within the 47 current construction season. 48 49 The Contractor shall not begin scarifying a concrete bridge deck surface until receiving 50 the Engineer's written approval of the machine to be used for scarifying. 51 52 The Contractor shall protect adjacent traffic from flying debris generated by the 53 scarification process in accordance with Item 4 of Section 6-09.3(2) and as approved by 54 the Engineer. 55 56 The Contractor shall collect, contain, and dispose of all concrete debris generated by 57 the scarification process in accordance with Item 4 of Section 6-09.3(2) and as 58 approved by the Engineer. 59 SW 7TH ST/UND AVE SW SIGNALIZATION +.� 7TH_LIND 27 1 1 All areas of the deck that are inaccessible to the selected scarifying machine shall be 2 scarified to remove the concrete surface matrix to a maximum depth of 1/2 inch by a 3 method approved by the Engineer. If these areas are hand-chipped then the equipment 4 shall meet the requirements as specified in Section 6-09.3(1)A. 5 6 6-09.3(5)6 Testing of Hydro-Demolition and Shot Blasting Machines 7 A trial area shall be designated by the Engineer to demonstrate that the equipment and 8 methods of operation are capable of producing results satisfactory to the Engineer. The 9 trial area shall consist of two patches each of approximately 30 square feet, one area in 10 sound concrete and one area of deteriorated concrete as determined by the Engineer. , 11 12 In the "sound" area of concrete, the equipment shall be programmed to remove 1/2 inch 13 of concrete. 14 15 Following the test over sound concrete, the equipment shall be located over the 16 deteriorated concrete and using the same parameters for the sound concrete removal, 17 remove all deteriorated concrete. The Engineer will grant approval of the equipment 18 based on successful results from the trial area test. 19 20 6-09.3(5)C Hydro-Demolishing 21 Once the operating parameters of the Hydro-Demolition machine are defined by 22 programming and calibration as specified in Section 6-09.3(5)B, they shall not be 23 changed as the machine progresses across the bridge deck, in order to prevent the 24 unnecessary removal of sound concrete below the required minimum removal depth. 25 The Contractor shall maintain a minimum production rate of 250 square feet per hour 26 during the deck scarifying process. 27 28 All water used in the Hydro-Demolition process shall be potable. Stream or lake water 29 will not be permitted. 30 31 All bridge drains and other outlets within 100 feet of the Hydro-Demolition machine shall 32 be temporarily plugged during the Hydro-Demolition operation. When scarifying a 33 bridge deck passing over traffic lanes, the Contractor shall protect the traffic below by 34 restricting and containing scarifying operations, and implementing traffic control 35 measures, as approved by the Engineer. 36 37 The Contractor shall provide for the collection, filtering and disposal of all runoff water 38 generated by the Hydro-Demolition process, in accordance with the Runoff Water 39 Disposal Plan as approved by the Engineer in accordance with Item 3 of Section 6- 40 09.3(2). The Contractor shall comply with applicable regulations conceming such water 41 disposal. 42 43 6-09.3(5)D Shot Blasting 44 - Once the operating parameters of the Shot Blasting machine are defined by 45 ` programming and calibration, as specified in Section; 6-09.3(5)B, they shall not be 46 changed as the machine progresses across the bridge deck, in order to prevent the 47 unnecessary removal of sound concrete below the required minimum removal depth. 48 The Contractor shall maintain a minimum production rate of 250 square feet per hour 49 during the deck scarifying process. 50 51 6-09.3(5)E Rotomilling 52 The entire concrete surface of the bridge deck shall be scarified to remove the surface 53 matrix to a maximum 1/2 inch depth of the concrete. The operating parameters of the 54 rotary milling machine shall be monitored in order to prevent the unnecessary removal 55 of sound concrete below the 1/2 inch maximum removal depth. 56 57 6-09.3(5)F Repair of St. Reinf. Bars Damaged by Scarifying Operations 58 All reinforcing steel damaged due to the Contractor's operations shall be repaired by the 59 Contractor. For bridge decks not constructed under the same contract as the concrete 60 overlay, damage to existing reinforcing steel shall be repaired and paid for in SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 28 1� t1 accordance with Section 1-09.6 if the existing concrete cover is 1/2 inch or less. All 2 other reinforcing steel damaged due to the Contractor's operations shall be repaired by 3 the Contractor at no additional expense to the Contracting Agency. 4 5 The repair shall be as follows or as directed by the Engineer: 6 7 1. Damage to epoxy coating, when present on existing steel reinforcing bars, 8 shall be repaired in accordance with Section 6-02.3(24)H. g 10 2. Damage to bars resulting in a section loss of 20 percent or more of the bar 11 area shall be repaired by chipping out the adjacent concrete and splicing a 12 new bar of the same size. Concrete shall be removed ' to provide a 3/4 Inch 13 minimum clearance around the bars. The splice bars shall extend a minimum 14 of 40 bar diameters beyond each end of the damage. 1� 15 16 3. Any bars partially or completely removed from the deck shall have the 17 damaged portions removed and spliced with new bars as outlined in Item 2 18 above. 19 20 6-09.3(5)G Cleanup Following Scarification 21 After scarifying is completed, the lane or strip being overlaid shall be thoroughly cleaned i 22 of all dust, free standing water and loose particles. Cleaning may be accomplished by 23 using compressed air, waterblasting, with a minimum pressure of 5,000 psi, or vacuum 24 machines. Vacuum cleaning shall be used when required by applicable air pollution 25 ordinances. I� 26 27 6-09.3(6) Further Deck Preparation 28 Once-the lane or strip being overlaid has been cleaned of debris from scarifying, the 29 Contractor, under the direction of the Engineer, shall perform an inspection of the 30 completed work and shall mark those areas of the existing bridge deck that require 31 further deck preparation by the Contractor. Further deck preparation will be required 32 when any one of the following conditions is present: SID 33 � 34 1. Unsound concrete. 35 36 2. Lack of bond between existing concrete and reinforcing steel. !� 37 38 3. Exposure of reinforcing steel to a depth of one-half of the periphery of a bar for 39 a distance of 12 inches or more along the bar. 40 41 4. Existing non-concrete patches as marked by the Engineer. 42 43 If the concrete overlay is placed on a bridge deck as part of the same contract as the 44 bridge deck construction, then all work associated with the further deck preparation shall 45 be performed at no additional expense to the Contracting Agency. 46 47 6-09.3(6)A Equipment for Further Deck Preparation 48 Further deck preparation shall be performed using either hand operated tools 49 conforming to Section 6-09.3(1)A, or hydro-demolishing machines conforming to 50 Section 6-09.3(1)C. 51 52 6-09.3(6)B Deck Repair Preparation 53 All concrete in the repair area shall be removed by chipping, hydro demolishing,-or other 54 approved mechanical means to a depth necessary to remove all loose and unsound 55 concrete. If unsound concrete exists around the steel reinforcing bars, or if the bond 56 between concrete and steel is broken, concrete must be removed to provide a 3/4-inch 57 minimum clearance around the steel reinforcing bars. 58 59 Care shall be taken in removing the deteriorated concrete to not damage any of the 60 existing deck or steel reinforcing bars that are to remain in place. All removal shall be SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 29 I I 1 accomplished by making eat vertical cuts n 9 and maintaining square edges at th 2 boundaries of the repair area. Cuts made by using sawing or hydro demolishin 3 machines shall be made after sufficient concrete removal has been accomplished t 4 establish the limits of the removal area. In no case shall the depth of the vertical cut 5 exceed 3/4 inch or to the top of the top steel reinforcing bars, whichever is less. 6 7 The exposed steel reinforcing bars and concrete in the repair area shall be sandblasted 8 or hydro-blasted and blown clean just prior to placing concrete. Bridge deck areas 9 outside the repair area or steel reinforcing bar inside or outside the repair area damaged 10 by the Contractor's operations, shall be repaired by the Contractor at no additional, 11 expense to the Contracting Agency, and to the satisfaction of the Engineer. 12 13 All steel reinforcing bars damaged due to the Contractor's operations shall be repaired 14 in accordance with Section 6-09.3(5)F. 15 16 6-09.3(6)C Placing Deck Repair Concrete 17 Patching concrete for modified concrete overlays shall be either modified concrete or 18 concrete Class M. For small deck repair, and as determined by the Engineer, the 19 Contractor may use the same modified concrete as that used in the overlay. 20 21 Before placing any patching concrete, the Contractor shall flush the existing concrete in 22 . the repair area with water and make sure that the existing concrete is well saturated. 23 The Contractor shall remove any free standing water prior to placing the patching 24 concrete. The Contractor shall place the patching concrete other than latex modified 25 concrete onto the existing concrete while it is wet. 26 27 If latex, fly ash, or microsilica modified concrete is used as the patching concrete, a thin 28 slurry bond grout shall be scrubbed into the existing concrete surface. The bond grout 29 shall match the overlay type being used as specified in Section 6-09.3(11). 30 31 If the Contractor elects to use as a patching material the same modified concrete as that 32 used in the overlay, then the repair areas shall be filled flush with the deck surface t 33 sufficiently in advance of the overlay placement so that the material will not roll back 34 under the screeds but shall not be placed more than one hour in advance of the overlay 35 placement. 36 37 Areas patched with modified concrete or concrete Class M shall be wet cured for 24 38 hours in accordance with Section 6-09.3(13). During the curing period, all vehicular and 39 foot traffic shall be prohibited on the repaired area. 40 41 6-09.3(7) Surface Preparation For Concrete Overlay 42 Following the completion of any required further deck preparation the entire lane or strip 43 being overlaid shall be cleaned. 44 45 If either a rotary milling machine or a shot blasting machine is used for concrete 46 scarification, then the concrete deck shall be sandblasted or shotblasted, using 47 equipment approved by the Engineer, until sound concrete is exposed. Care shall be 48 taken to ensure that all exposed reinforcing steel and the surrounding concrete Is 49 completely blasted. Bridge grate inlets, expansion dams and barriers above the surface 50 to be blasted shall be protected from the blasting. 51 52 If a hydro-demolition machine is used for concrete scarification, then the concrete deck 53 shall be cleaned by an approved method of waterblasting with 7,000 psi minimum 54 pressure, until sound concrete is exposed. 55 56 The final surface of the deck shall be free from oil and grease, rust and other foreign 57 material that may reduce the bond of the new concrete to the old. These materials shall 58 be removed by detergent- cleaning or other method as approved by the Engineer 59 followed by sandblasting. 60 SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 30 ' 1 After all scarifying, chipping, sandblasting and cleaning is completed, the entire lane or 2 strip being overlaid shall be cleaned in final preparation for placing concrete using either 3 compressed air or vacuum machines. Vacuum machines shall be used when warranted 4 by applicable air pollution ordinances. 5 6 Scarifying with either rotary milling machines or shot blasting machines, hand tool I� 7 chipping, sandblasting and cleaning in areas adjacent to a lane or strip being cleaned in 8 final preparation for placing concrete shall be discontinued when final preparation is 9 begun. Scarifying and hand tool chipping shall remain suspended until the concrete has 10 been placed and the requirement for curing time has been satisfied. Sandblasting and ' 11 cleaning shall remain suspended for the first 24 hours of curing time after the 12 completion of concrete placing. 13 14 If the hydro demolishing scarification process is used, scarification may proceed during 15 the final cleaning and overlay placement phases of the work on adjacent portions of the 16 structure so long as the hydro demolisher operations are confined to areas which are a 17 minimum of 100 feet away from the defined limits of the final cleaning or overlay ' 18 placement in progress. If the hydro demolisher impedes or interferes in any way with 19 the final cleaning or overlay placement as determined by the Engineer, the hydro 20 demolishing work shall be terminated immediately and the hydro demolishing 21 equipment removed sufficiently away from the area being prepared or overlaid to i 22 eliminate the conflict. If the grade is such that water and contaminates from the hydro 23 demolishing operation will flow into the area being prepared or overlaid, the hydro 24 demolishing operation shall be terminated and shall remain suspended for the first 24 255 hours of curing time after the completion of concrete placement. 27 If, after final cleaning, the lane or strip being overlaid becomes wet, the Contractor shall 28 flush the surface with high pressure water, prior to placement of the overlay. All free i� 29 standing water shall be removed prior to concrete placement. Concrete placement shall 30 begin within 24 hours of the completion of deck preparation for the portion of the deck to 31 be overlaid. If concrete placement has not begun within 24 hours, the lane or strip 32 being overlaid shall be cleaned by a light sand blasting followed by washing with the ±' 33 high pressure water spray or by cleaning with the high pressure spray as approved by 34 the Engineer. 35 36 Traffic other than required construction equipment will not be permitted on any portion of 37 the lane or strip being overlaid that has undergone final preparation for placing concrete 38 unless approved by the Engineer. To prevent contamination, all equipment allowed on 39 the deck after final cleaning shall be equipped with drip guards. 40 41 6-09.3(8) Quality Assurance 42 43 6-09.3(8)A Quality Assurance for Microsilica Modified and Fly Ash 44 Modified Concrete Overlays - 45 The Engineer will perform slump, temperature, and entrained air tests for acceptance 46 after the Contractor indicates that the concrete is ready for placement. Concrete from 47 the first truck load shall not be placed until tests for acceptance have been completed by 48 the Engineer and the results indicate that the concrete is within acceptable limits. 49 Sampling and testing will continue for each load until two successive loads meet all 50 applicable acceptance test requirements. Except for the first load of concrete, up to 1/2 51 cubic yard may be placed prior to testing for acceptance. After two successive tests 52 indicate that the concrete is within specified limits, the sampling and testing frequency 53 may decrease to one for every three truck loads. Loads to be sampled will be selected 54 in accordance with the random selection process outlined in FOP for WAQTC TM2. 11 55 56 When the results of any subsequent acceptance test indicates that the concrete does 57 not conform to the specified limits, the sampling and testing frequency will be resumed 58 for each truck load. Whenever two successive subsequent tests indicate that the 59 concrete is within the specified limits, the random sampling and testing frequency of one 60 for every three truck loads may resume. SW 7TH ST/LIND AVE SW SIGNALIZATION �' 7TH_LI N D 31 1 2 The test for determining the slump of the concrete will be conducted in accordance with 3 the WSDOT FOP for AASHTO T 119 and the test for determining the percentage of, 4 entrained air will be conducted in accordance with the WAQTC FOP for AASHTO T 152 5 6 The Engineer will test for slump and/or air any load of concrete the Engineer deems 7 necessary. 8 9 6-09.3(8)B Quality Assurance for Latex Modified Concrete Overlays 10 The Engineer will perform operational control testing as the concrete is being placed. , 11 The Contractor shall provide the Engineer with a 1/4-cubic yard container and 12 assistance in obtaining and handling samples. The 1/4-cubic yard container shall have 13 a 9-inch minimum depth and shall be placed on a level surface. A minimum of one test 14 per mobile mixer per shift will be conducted. The test will be conducted after eight 15 minutes of mixer operation. 16 17 The Engineer will perform slump and air tests as the concrete is being placed. The 18 minimum number of tests will be one slump test and one air test per mobile mixer, 19 beginning with the first charge and every other charge thereafter. The sample will be 20 taken after the first two minutes of continuous mixer operation. The concrete will be 21 sampled as follows: 22 23 1. While concrete is being deposited onto the bridge deck, the stream will be 24 diverted into a wheelbarrow or other suitable container. Approximately 1 cubic 25 foot of concrete will be sufficient to conduct one slump test and one air test. 26 27 2. Take the sample to the test site. The test site should be located away from the 28 mobile mixer and off the end of the bridge if practical. 29 30 3. Allow the sample to stand undisturbed. The fresh concrete sample must be 31 protected from sunlight and wind until the conclusion of the testing. Total time 32 from discharge to time of start of slump testing will not exceed six and one half 33 minutes. 34 35 The test for determining the slump of the concrete will be conducted in accordance with 36 WSDOT FOP for AASHTO T 119 and the test for determining the percentage of 37 entrained air will be conducted in accordance with WAQTC FOP for AASHTO,T 152. 38 39 During the initial proportioning, mixing, placing, and finishing operations, the Engineer 40 may require the presence of a technical representative from the latex admixture 41 manufacturer. The technical representative shall be capable of performing, 42 demonstrating, inspecting, and testing all of the functions required for placement of the 43 latex modified concrete as specified in Section 6-09.3(11) and as approved by the 44 Engineer. This technical representative shall aid in the proper installation of the latex 45 modified concrete. Recommendations made by the technical representative on or off 46 the jobsite, and approved by the Engineer, shall be adhered to by the Contractor at no 47 additional expense to the Contracting Agency. The Engineer will advise the Contractor 48 in writing a minimum of five working days before such services are required. 49 50 6-09.3(9) Mixing Concrete For Concrete Overlay 51 52 6-09.3(9)A Mixing Microsilica Modified or Fly Ash Modified Concrete 53 Mixing of concrete shall be in accordance with Section 6-02, with the following 54 exceptions: 55 56 1. The mixing shall be done at a batch plant. 57 58 2. The volume of concrete transported by truck shall not exceed six cubic yards 59 per truck. 60 SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH LIND 32 Ir 1 6-09.3(9)B Mixing Latex Modified Concrete 2 The equipment used for mixing the concrete shall be operated with strict adherence to 3 the procedures set forth by its manufacturer. 4 5 A minimum of two mixers will be required at the overlay site for each concrete 6 placement when the total volume of concrete to be placed during the concrete 7 placement exceeds the material storage capacity of a single mixer. Additional mixers 8 may be required if conditions require that material be stockpiled away from the jobsite. 9 The Contractor shall have sufficient mixers on hand to ensure a consistent and 10 continuous delivery and placement of concrete throughout the concrete placement. I' 11 12 Charging the mobile mixer shall be done in the presence of the Engineer. Mixing 13 capabilities shall be such that the finishing operation can proceed at a steady pace. 14 15 6-09.3(10) Overlay Profile and Screed Rails 16 The overlay shall have a thickness of 1-1/2 inches or as specified by the Engineer. The 17 thickness shall be verified prior to the placement of concrete by attaching a filler block, ' 18 having a thickness of 1/4 inch less than the overlay thickness, to the bottom of the 19 screed. The filler block shall pass freely over the surface to be overlaid. With the 20 screed guides in place, the finishing machine shall be passed over the entire surface to 21 be overlaid and the final screed rail adjustments shall be made. 22 23 If the overlay thickness does not verify, the profile of the new concrete surface shall be 24 adjusted as approved by the Engineer. II' 25 � 26 After the overlay thickness has been verified, changes in the finishing machine elevation 27 controls will not be allowed. 28 29 Rails upon which the finishing machine travels shall be placed outside of the area to be 30 overlaid, in accordance with Item 7 of Section 6-09.3(2) and as approved by the 31 Engineer. Interlocking rail sections or other approved methods of providing rail 32 continuity are required. j� 33 34 Hold-down devices shot into the concrete are not permitted unless the concrete is to be 35 subsequently overlaid. Hold-down devices of other types leaving holes in the exposed 36 area will be allowed provided the holes are subsequently filled with a sand/cement grout 37 (sand and portland cement in equal proportions by volume). Hold-down devices shall 38 not penetrate the existing deck by more than 3/4 inch. 39 40 Rails may be removed at any time after the concrete has taken an initial set. Adequate 41 precautions shall be taken during the removal of the finishing machine and rails to 42 protect the edges of the new surfaces. 43 44 The Contractor shall be responsible for setting screed control to obtain the nominal ii 45 overlay thickness specified as well as the finished surface smoothness requirements. 46 47 6-09.3(11) Placing Concrete Overlay 48 Prior to concrete placement, the Contractor shall review the equipment, procedures, 49 personnel, and previous results with the Engineer. Inspection procedures shall also be 50 reviewed to ensure coordination. 51 52 Concrete placement shall be made in accordance with Section 6-02 and the following 53 requirements: 54 I� 55 1. After the lane or strip to be overlaid has been prepared and immediately before !! 56 placing the concrete, it shall be thoroughly soaked and kept continuously wet 57 with water for a minimum period of six hours prior to placement of the 11� 58 concrete. All free standing water shall be removed prior to concrete 59 placement. During concrete placement, the lane or strip shall be kept moist. 60 SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 33 r 1 The concrete shall then be promptly and continuously delivered and deposited 2 on the placement side of the finishing machine. 3 4 If latex modified concrete is used, the concrete shall be thoroughly brushed 5 into the surface and then brought up to final grade. If either microsilica 6 modified concrete or fly ash modified concrete are used, a slurry of the 7 concrete, excluding aggregate, shall be thoroughly brushed into the surface 8 prior to the overlay placement. 9 10 Care shall be exercised to ensure that the surface receives a thorough, even ' 11 coating and that the rate of progress is limited so that the brushed concrete 12 does not become dry before it is covered with additional concrete as required 13 for the final grade. All aggregate which is segregated from the mix during the 14 brushing operation shall be removed from the deck and disposed of by the 15 Contractor. 16 17 If either microsilica modified concrete or fly ash modified concrete are used, 18 the Contractor shall ensure that a sufficient number of trucks are used for 19 concrete delivery to obtain a consistent and continuous delivery and placement 20 of concrete throughout the concrete placement operation. 21 22 When concrete is to be placed against the concrete in a previously placed 23 transverse joint, lane, or strip, the previously placed concrete shall be sawed 24 back six inches to straight and vertical edges and shall be sandblasted or 25 water blasted before new concrete is placed. The Engineer may decrease the 26 six inch saw back requirement to two inches minimum, if a bulkhead was used 27 during previous concrete placement and the concrete was hand vibrated along 28 the bulkhead. 29 30 2. Concrete placement shall not begin if rain is expected. Adequate precautions 31 shall be taken to protect freshly placed concrete in the event that rain begins 32 during placement. Concrete that is damaged by rain shall be removed and 33 replaced by the Contractor at no additional expense to the Contracting Agency, 34 and to the satisfaction of the Engineer. 35 36 3. Concrete shall not be placed when the temperature of the concrete surface is 37 less than 45F or greater than 75F, when the combination of air temperature, 38 relative humidity, fresh concrete temperature, and wind velocity at the 39 construction site produces an evaporation rate of 0.15 pound per square foot 40 of surface per hour as determined from Table 6-02.3(6)-1, or when winds are in 41 excess of 10 mph. If the Contractor elects to work at night to meet these 42 criteria, adequate lighting shall be provided at no additional expense to the 43 . _, Contracting Agency, and as approved by the Engineer. 44 45 4. If concrete placement is stopped for a period of one-half hour or more, the 46 Contractor shall install a bulkhead transverse to the direction of placement at a 47 position where the overlay can be finished full width up to the bulkhead. The 48 bulkhead shall be full depth of the overlay and shall be installed to grade. The 49 concrete shall be finished and cured in accordance with these specifications. 50 51 Further placement is permitted only after a period of 12 hours unless a gap is 52 left in the lane or strip. The gap shall be of sufficient width for the finishing 53 machine to clear the transverse bulkhead installed where concrete placement 54 was stopped. The previously placed concrete shall be sawed back from the 55 bulkhead, to a point designated by the Engineer, to straight and vertical edges 56 and shall be sandblasted or water blasted before new concrete is placed. 57 58 5. Concrete shall not be placed against the edge of an adjacent lane or strip that 59 is less than 36 hours old. 60 SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 34 1 6-09.3(12) Finishing Concrete Overlay 2 Finishing shall be accomplished in accordance with the applicable portions of Section 6- 3 02.3(10) and as follows. Concrete shall be placed and struck-off approximately 1/2 inch 4 above final grade and then consolidated and finished to final grade with a single pass 5 (the Engineer may require additional passes) of the finishing machine. Hand finishing 6 may be necessary to close up or seal off the surface. The final product shall be a dense It 7 uniform surface. 8 9 Latex shall not be sprayed on a freshly placed latex modified concrete surface; 10 however, a light fog spray of water is permitted if required for finishing, as determined by 11 the Engineer. 12 13 As the finishing machine progresses along the placed concrete, the surface shall be 14 given a final finish by texturing with a comb perpendicular to the center line of the 15 bridge. The texture shall be applied immediately behind the finishing machine. The 16 comb shall consist of a single row of metal tines capable of producing 1/8 inch wide 17 striations approximately 0.015 foot in depth at approximately 1/2-inch spacing. The 18 combs may be operated manually or mechanically, either singly or in gangs (several 19 combs placed end to end). This operation shall be done in a manner that will minimize 20 the displacement of the aggregate particles. The texture shall not extend into areas 21 within 2 feet of the curb line. The non-textured concrete within 2 feet of the curb line 22 shall be hand finished with a steel or magnesium trowel. 23 24 Screed rails and construction dams shall be separated from the newly placed concrete 25 by passing a pointing trowel along the inside surfaces of the rails or dams. Care shall 26 be exercised to ensure that this trowel cut is made for the entire depth and length of i 27 rails or dams after the concrete has stiffened sufficiently that it does not flow back. 28 29 After the burlap cover has been removed and the concrete surface has dried, but before �It 30 opening to traffic, all joints and visible cracks shall be filled and sealed with a high 31 molecular weight methacrylate resin (HMWM). Cracks 1/16 inch and greater in width 32 shall receive two applications of HMWM. Immediately following the application of 33 HMWM, the wetted surface shall be coated with sand for abrasive finish. 34 35 6-09.3(13) Curing Concrete Overlay 36 As the texturing portion of the finishing operation progresses, the concrete shall be 37 immediately covered with a single layer of clean, new or used, wet burlap. The burlap 38 shall have a maximum width of six feet. The Engineer will determine the suitability of 39 the burlap for reuse, based on the cleanliness and absorption ability of the burlap. Care 40 shall be exercised to ensure that the burlap is well drained and laid flat with no wrinkles 41 on the deck surface. Adjacent strips of burlap shall have a minimum overlap of six 42 inches. 43 44 Once in place the burlap shall be lightly fog sprayed with water. A separate layer of 45 white, reflective type polyethylene sheeting shall immediately be placed over the wet 46 burlap. The concrete shall then be wet cured by keeping the burlap wet for a minimum 47 of 42 hours after which the polyethylene sheeting and burlap may be removed. 48 49 Traffic shall not be permitted on the finished concrete until the specified curing time is 50 satisfied and until the concrete has reached a minimum compressive strength of 3,000 51 psi as verified by rebound number determined in accordance with ASTM C 805. 52 53 6-09.3(14) Checking for Bond 54 After the requirements for curing have been met, the entire overlaid surface shall be 55 sounded by the Contractor, in a manner approved by and in the presence of the 56 Engineer, to ensure total bond of the concrete to the bridge deck. Concrete in 57 unbonded areas shall be removed and replaced by the Contractor with the same 1�l 58 modified concrete as used in the overlay at no additional expense to the Contracting 59 Agency. All cracks, except those that are significant enough to require removal, shall be 60 thoroughly filled and sealed as specified in Section 6-09.3(12). ICI SW 7TH ST/UND AVE SW SIGNALIZATION I � 7TH_LIND 35 1 2 After the curing requirements have been met, the Contractor may use compressed air to 3 accelerate drying of the deck surface for crack identification and sealing. 4 5 6-09.4 Measurement 6 Scarifying concrete surface will be measured by the square yard of surface actually 7 scarified. 8 9 Modified concrete overlay will be measured by the cubic foot of material placed. For 10 latex modified concrete overlay, the volume will be determined by the theoretical yield of 11 the design mix and documented by the counts of the cement meter less waste. For 12 both microsilica modified concrete overlay and fly ash modified concrete overlay, the 13 volume will be determined from the concrete supplier's Certificate of Compliance for 14 each batch delivered less waste. Waste is defined as the following: 15 16 1. Material not placed. 17 18 2. Material placed in excess of six inches outside a longitudinal joint or transverse , 19 joint. 20 21 Finishing and curing modified concrete overlay will be measured by the square yard of 22 overlay surface actually finished and cured. 23 24 When further deck preparation is measured by volume, it will be measured by the cubic 25 foot of material placed. When latex modified concrete overlay is used as the repair ' 26 material, the volume will be determined by the theoretical yield of the design mix and 27 documented by the counts of the cement meter less waste. When either microsilica 28 modified concrete overlay, fly ash modified concrete overlay, or concrete Class M are 29 used as the repair material, the volume will be determined from the concrete supplier's 30 Certificate of Compliance for each batch delivered less waste. 31 32 6-09.5 Payment 33 Payment will be made in accordance with Section 1-04.1, for each of the following bid 34 items that are included in the bid proposal: 35 36 "Scarifying Conc. Surface', per square yard. 37 The unit contract price per square yard for "Scarifying Conc. Surface" shall be full 38 pay for performing the work as specified, including testing and calibration of the 39 machines and tools used, containment, collection, and disposal of all water and 40 abrasives used and debris created by the scarifying operation, measures taken to 41 protect adjacent traffic from flying debris, and final cleanup following the scarifying 42 operation. 43 44 "Modified Conc. Overlay", per cubic foot. 45 The unit contract price per cubic foot for "Modified Conc. Overlay" shall be full pay 46 for furnishing he modified concrete overlay. 9 Y 47 48 "Finishing and Curing Modified Conc. Overlay", per square yard. 49 The unit contract price per square yard for "Finishing and Curing Modified Conc. 50 Overlay" shall be full pay for performing the work as specified, including placing, 51 finishing, and curing the modified concrete overlay, checking for bond, and sealing 52 all cracks. 53 54 "Further Deck Preparation", per cubic foot. 55 When "Further Deck Preparation" is measured by volume, the unit contract price 56 per cubic foot for "Further Deck Preparation" shall be full pay for performing the 57 work as specified, including removing and disposing of the concrete within the , 58 repair area, and furnishing, placing, finishing, and curing the repair concrete. 59 60 "Further Deck Preparation", force account. SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH LIND 36 IN 1 When "Further Deck Preparation" is not measured by volume, payment for the work 2 required will be by force account in accordance with Section 1-09.6. For the 3 purpose of providing a common proposal for all bidders, the Contracting Agency 4 has entered an amount for the item "Further Deck Preparation" in the bid proposal 5 to become a part of the total bid by the Contractor. 6 7 SECTION 6-10, CONCRETE BARRIER 8 August 5, 2002 9 6-10.3(2) Cast-In-Place Concrete Barrier 10 This section is revised to read: 12 Forms for cast-in-place barrier shall be made of steel or of exterior plywood coated with 13 plastic. The Contractor may construct the barrier by the slip-form method. 14 15 The barrier shall be made of Class 4000 concrete that meets the requirements of 16 Section 6-02, except that the fine aggregate gradation used for slip form barrier may be 17 either Class 1 or 2. The Contractor may use Portland cement Type III at no additional 18 expense to the Contracting Agency. 19 20 In addition to the steel reinforcing bar tying and bracing requirements specified in i� 21 Section 6-02.3(24) C, the Contractor may also place small amounts of concrete to aid in ! 22 holding the steel reinforcing bars in place. These small amounts of concrete shall be 23 not more than two cubic feet in volume, and shall be spaced at a minimum of ten-foot I� 24 intervals within the steel reinforcement cage. These small amounts of concrete shall be 1 25 consolidated and shall provide two inches minimum clearance to the steel reinforcing 26 bars on the outside face of the barrier. All spattered and excess mortar and concrete 27 shall be removed from the steel reinforcing bars prior to slip-form casting. i� 28 29 Barrier expansion joints shall be spaced at 96-foot intervals, and dummy joints shall be 30 spaced at 12-foot intervals unless otherwise specified in the contract. 31 32 Immediately after removing the forms, the Contractor shall complete any finishing work 33 needed to produce a uniformly smooth, dense surface. The surface shall have no rock 34 pockets and no holes larger than % inch across. The barrier shall be cured and finished 35 in accordance with Section 6-02.3(11)A. 37 The maximum allowable deviation from a 10-foot straightedge held longitudinally on all 38 surfaces shall be % inch. For single sloped barrier the maximum allowable deviation f 39 from a straightedge held along the vertical sloped face of the barrier shall be % inch. j 40 41 At final acceptance of the project, the barrier shall be free from stains, smears, and any 42 discoloration. 43 44 6-10.3(7) Concrete Barrier Berm Type 1 45 This section including title is revised to read: ,I 46 47 6-10.3(7) Vacant 48 49 6-10.4 Measurement 1I 50 The statement "Concrete barrier berms will be measured per each for each berm installed." 51 Is deleted. 52 53 6-10.5 Payment 54 The bid item ("Conc. Barrier Berms Type 1", per each.) is deleted. 55 SW 7TH ST/LIND AVE SW SIGNALIZATION O7TH_LIND 37 1 SECTION 7-01, DRAINS 2 April 1, 2002 3 7-01.2 Materials 4 In the first paragraph, "Corrugated Polyethylene (PE) Drain Pipe, 8-inch diameter maximum" 5 is revised to read: 6 7 Corrugated Polyethylene (PE) Drain Pipe, 10-inch diameter maximum 8 9 "Corrugated Polyethylene (PE) Drain Pipe, 12-inch through 24-inch diameter maximum" is 10 revised to read: 11 12 Corrugated Polyethylene (PE) Drain Pipe, 12-inch through 36-inch diameter maximum 13 14 SECTION 7-02, CULVERTS 15 January 7, 2002 16 7-02.2 Materials 17 In the chart"Culvert Pipe Schedules", the following is revised: 18 19 In the column "Schedule (Fill Height)", the symbol ❑ is revised to ' (feet). 20 21 In the columns "Steel", and "Aluminum", the symbol ❑ is revised to "' (inches). 22 23 In note 2. The symbol ❑ is revised to " (inches). 24 25 SECTION 7-04, STORM SEWERS 26 April 1, 2002 27 7-04.3(1)F Low Pressure Air Test for Storm Sewers Constructed of Non Air- 28 Permeable Materials 29 This section is supplemented with the following: , 30 31 Reaches of thermoplastic pipe containing no joints shall be exempt from testing 32 requirements. 33 34 SECTION 7-05, MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS 35 April 1, 2002 36 7-05.2 Materials 37 The referenced section for Gravel Backfill for Drywells is revised to 9-03.12(5). 38 39 In the first paragraph, "Precast Concrete Catch Basis" is revised to read: 40 41 Precast Concrete Catch Basins 43 SECTION 7-08, GENERAL PIPE INSTALLATION REQUIREMENTS 44 April 1, 2002 45 7-08.4 Measurement 46 The fifth paragraph is revised to read: 47 48 Embankment construction before pipe placement under the applicable provisions of , 49 Section 7-08.3(1)A will be measured in accordance with Section 2-03. 50 51 SECTION 7-09, PIPE AND FITTINGS FOR WATER MAINS 52 August 5, 2002 1 53 This section including title is revised in its entirety to read: 54 SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH LIND 38 I E 1 SECTION 7-09, WATER MAINS 2 3 7-09.1 Description 4 This work shall consist of constructing water mains 16 inches in diameter and smaller in 5 accordance with the Plans, these Standard Specifications, the Special Provisions and 6 the Standard Plans, at the location shown on the Plans. 7 8 7-09.1(1) Definitions 9 10 7-09.1(1)A Trench Widths 11 Trench width is from trench wall to trench wall, outside of shoring. 12 13 7-09.1(1)B Unsuitable Material 14 Material removed because it is unsatisfactory for foundations is defined as unsuitable 15 foundation material. 16 17 Material removed in trenching which is unsuitable for replacement in the backfill is 18 defined as unsuitable backfill material. 19 20 7-09.1(1)C Gravel Backfill for Pipe Zone Bedding 21 Gravel backfill for pipe zone bedding is the method or material used to transmit load 22 from the pipe into the foundation or into the sidewall support. 23 24 7-09.1(1)D Pipe Zone Backfill 25 Pipe zone backfill includes material placed above the gravel backfill for pipe zone 26 bedding up to the depths shown on the Standard Plans. 27 28 7-09.1(1)E Trench Backfill 'I 29 Trench backfill includes materials placed above the pipe zone backfill. Trench backfill 30 within the roadway prism shall extend up to the underside of the pavement or surfacing 31 materials. Trench backfill outside the roadway prism shall extend up to original ground 32 or finished grade. 'I 33 34 7-09.2 Materials 35 Materials shall meet the requirements of the following sections: 36 1� 37 Pipe for main line: 9-30.1 38 Ductile Iron Pipe 9-30.1(1) 39 Steel Pipe (6 inches and over) 9-30.1(4)A 40 Polyvinyl Chloride (PVC) Pressure Pipe 41 (4 inches and over) 9-30.1(5)A 42 Polyvinyl Chloride (PVC) Pressure Pipe 43 (under 4 inches) 9-30.1(5)B 44 Polyethylene (PE) Pressure Pipe (4 inches and over) 9-30.1(6) 45 46 Fittings for Main Lines: 9-30.2 47 Ductile Iron Pipe 9-30.2(1) 48 Steel Pipe (6 inches and over) 9-30.2(4)A 49 Polyvinyl Chloride (PVC)-Pipe (4 inches and over) 9-30.2(5)A 50 Polyvinyl Chloride (PVC) Pipe (under 4 inches) 9-30.2(5)B 51 Restrained Joints 9-30.2(6) 52 Bolted, Sleeve—Type Couplings for Plain End Pipe 9-30.2(7) 53 Restrained Flexible Couplings 9-30.2(8) 54 Grooved and Shouldered Joints 9-30.2(9) !� 55 Polyethylene (PE) Pipe (4 inches and over) 9-30.2(10) I 56 Fabricated Steel Mechanical Slip—Type Expansion 57 Joints 9-30.2(11) 58 - 59 Appurtenancues: 60 Concrete Blocking 6-02.3(2)B !, SW 7TH ST/LIND AVE SW SIGNALIZATION 'I� 7TH_LIND 39 i 1 Detectable Marking Tape 9-15.18 2 Blow Off Assemblies 9-30.1, 9-30.2, 9- 3 30.3, 9-30.6 ' 4 Polyethylene Encasement 9-30.1(2) 5 Steel Pipe (4 inches and under) 9-30.1(4)B 6 Fittings for Steel Pipe (4 inches and under) 9-30.2(4)B 7 8 Aggregates: 9 Foundation Material 9-03.17, 10 9-03.18 11 Gravel Backfill for Pipe Zone Bedding 9-03.12(3) 12 Pipe Zone Backfill 9-03.19 13 Trench Backfill 91-03.15 or 14 9,-03.19 15 16 It is not intended that materials listed herein are to be necessarily considered equal or 17 generally interchangeable for all applications. Those suitable for the project shall be '� 18 specified in the Special Provisions or shown on the Plans. 19 20 _ The pipe manufacturer shall test all pipe and fittings as required by these Standard 21 Specifications and the standards referenced. The pipe manufacturer shall submit to the 22 Engineer two (2) copies of all test results including a written certification that material to 23 be delivered is represented by the samples tested and that such delivered materials 24 meet or exceed the specified requirements. No pipe shall be delivered until test results 25 and certifications are in the hands of the Engineer. 26 27 The Engineer shall have free access to all testing and records pertaining to material to 28 be delivered to the job site. The Engineer may elect to be present at any or all material 29 testing operations. 30 31 The basis of acceptance shall be a certificate of compliance as described in Section 32 1-06.3, accompanied by two (2) copies of pressure test results of the pipe or fittings 33 involved. 34 35 7-09.3 Construction Requirements 36 37 7-09.3(1) General 38 Trench excavation required for the installation of water mains and appurtenances shall 39 be unclassified. Material excavated from trenches and piled adjacent to the trench or in 40 a roadway or public thoroughfare shall be piled and maintained so that the toe of the D 41 slope of the spoil material is at least 2 feet from the edge of the trench. It shall be piled 42 in a manner to prevent surface water from flowing into the excavation and in a manner 43 that will cause a minimum of inconvenience to public travel. Free access shall be 44 provided to all fire hydrants, water valves, and meters; and clearance shall be left to 45 enable the free flow of storm water in gutters, conduits, and natural watercourses. 46 47 7-09.3(2) Ungraded Streets 48 On ungraded streets, when grading is not called for in the Contract, the depth of trench 49 excavation shall be as shown on the Plans and as staked. 50 51 Where the Plans show the pipe is to be laid above the existing ground surface, an 52 embankment fill shall be made and compacted to conform with the section shown on the 53 Plans, and the water main trench shall be excavated therein. That portion of the 54 embankment below the bottom of the pipe shall be compacted with rollers or 55 mechanical compactors under controlled moisture conditions as required under Method 56 B of Section 2-03.3(14)C. 57 58 7-09.3(3) Clearing and Grubbing in Ungraded Streets 59 On ungraded streets, where clearing and grubbing is not called for in the Contract, the 60 area to be excavated or filled shall be cleared and grubbed by the Contractor. This work SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH LIND 40 p� 1 shall consist of the removal and disposal of logs, stumps, roots, brush, and other refuse 2 within 5 feet of the centerline of the pipe. Such material shall be disposed of in 3 accordance with the Special Provisions. 4 5 7-09.3(4) Removal of Existing Street Improvements 6 Removal of existing street improvements and pavement from driveways and sidewalks ' 7 shall be performed as specified in Section 2-02. Stockpiling of waste materials along 8 the trench shall not be allowed. 9 10 7-09.3(5) Grade and Alignment ' 11 The location of blow off assemblies and combination air release/air vacuum valves are 12 shown on the Plans. 13 14 The Contractor shall verify the locations and establish the depth of the existing water 15 mains at the points where connections are to be made prior to trenching for the 16 pipelines. The profile shall be adjusted so no new high spots or low spots are created 17 between the connection points to the existing water mains. 18 19 The depth of trenching for water mains shall be such as to give a minimum cover of 36 20 inches over the top of the pipe unless otherwise specified in the Special Provisions. 21 Deeper excavation may be required due to localized breaks in grade, or to install the 22 new main under existing culverts or other utilities where necessary. Where the profile of 23 the pipeline and the ground surface is shown on the Plans, the pipeline shall be laid to 24 the elevation shown regardless of depth. The excavation shall be to such depth that the 25 minimum cover over valve operating nuts shall be 1 foot. 26 27 7-09.3(6) Existing Utilities 28 Existing utilities of record, except services, are shown on the Plans. These are shown 29 for convenience only, and the Engineer assumes no responsibility for improper locations 30 or failure to show utility locations on the Plans. 31 32 When utility services occupy the same space as the new water main, the Contractor 33 shall complete necessary excavation to fully expose such services. The Contractor 34 shall protect said services, and work around them during excavating and pipe laying 35 operations. Any damages to services resulting from the Contractor's operation shall be 36 reported to the appropriate utility. Such damage shall be repaired at the Contractor's 37 expense. 38 39 7-09.3(7) Trench Excavation I 40 The Contractor shall perform excavation of every description and in whatever materials 41 encountered to the depth indicated on the Plans or specified in the Special Provisions. 42 Excavations shall be made by open cut unless otherwise provided for. Trenches shall 43 be excavated to true and smooth bottom grades and in accordance with the lines given I� 44 by the Engineer or shown on the Plans. The trench bottom shall provide uniform 45 bearing and support for each length of pipe. 46 47 Bell holes shall be excavated to the extent necessary to permit accurate work in making 48 and inspecting the joints. The banks of the trenches shall be kept as nearly vertical as 49 soil conditions will permit, and where required to control trench width or to protect 50 adjacent structures, the trench shall be sheeted and braced. Trench widths to 1 foot 51 above the top of the pipe shall not exceed 30 inches maximum or 1Y2 times the outside 52 diameter of the pipe plus 18 inches whichever is greater. Standard excavating 53 equipment shall be adjusted so as to excavate the narrowest trench possible. 54 N� 55 Trench excavation shall not be more than 400 feet ahead of the pipe laying operation 56 and trenches shall be closed up at the end of the day. 57 Ni 58 The Contractor shall exercise sound engineering and construction practices in 59 excavating the trench and maintaining the trench so that no damage will occur to any 60 foundation, structure, pole line, pipe line, or other facility because of slough or slopes, or i�' SW 7TH ST!UND AVE SW SIGNALIZATION 7TH_LI N D 41 1 1 from any other cause. If, as a result of the excavation, there is disturbance of the 2 ground, which may endanger other property, the Contractor shall immediately take 3 remedial action at no additional expense to the Contracting Agency. No act, 4 representation, or instruction of the Engineer shall in any way relieve the Contractor 5 from liability for damages or costs that result from trench excavation. 6 7 Care shall be taken not to excavate below the depth specified. Excavation below that 8 depth shall be backfilled with foundation material and compacted as specified herein. 9 10 If workers have to enter any trench or other excavation 4 feet or more in depth that does 11 not meet the open pit requirements of Section 2-09.3(3)B, it shall be shored. The 12 Contractor alone shall be responsible for worker safety, and the Contracting Agency 13 assumes no responsibility. 14 15 Upon completing the work, the Contractor shall remove all shoring unless the Plans or 16 the Engineer direct otherwise. 17 18 7-09.3(7)A Dewatering of Trench 19 Where water is encountered in the trench, it shall be removed during pipe-laying 20 operations and the trench so maintained until the ends of the pipe are sealed and 21 - - provisions are made to prevent floating of the pipe. Trench water or other deleterious 22 materials shall not be allowed to enter the pipe at any time. 23 24 7-09.3(7)B Rock Excavation 25 Rock excavation shall cover the removal and disposal of rock that requires systematic 26 drilling and blasting for its removal, and also boulders exceeding '/ cubic yard. Ledge 27 rock, boulders, or stones shall be removed to provide a minimum clearance of 4 inches 28 under the pipe. 29 30 Hardpan, hard clay, glacial till, sandstone, siltstone, shale, or other sedimentary rocks, 31 which are soft, weathered, or extensively fissured will not be classified as rock 32 excavation. Rock is defined as one which has a modulus of elasticity of more than 33 200,000 psi or unconfined compressive strength at field moisture content of more than 34 2,000 psi. 35 36 Materials removed shall be replaced with gravel backfill for pipe zone bedding, pipe 37 zone backfill or trench backfill as designated by the Engineer. 38 39 7-09.3(7)C Extra Trench Excavation 40 Changes in grades of the water main from those shown on the Plans, or as provided in 41 the Special Provisions, may be necessary because of unplotted utilities, or for other 42 reasons. If, in the opinion of the Engineer, it is necessary to adjust, correct, relocate, or 43 in any way change the line and grade, such changes shall be made by the Contractor 44 under the terms of these Standard Specifications. 45 46 When pipeline grade is lowered in excess of 1 foot below the grade indicated on the 47 Plans, the Contractor shall make such extra excavation as necessary. 48 49 When the pipeline horizontal alignment is changed by more than 1 foot from the line 50 indicated on the Plans, after the trench has been excavated, the Contractor shall 51 excavate the trench at the changed location and backfill and compact the previous 52 trench. 53 54 Additional excavation so required will be classified as extra trench excavation. 55 56 7-09.3(8) Removal and Replacement of Unsuitable Materials 57 Whenever in excavating the trench for water mains, the bottom of the trench exposes 58 peat, soft clay, quicksand, or other unsuitable foundation material, such material shall be 59 removed to the depth directed by the Engineer and backfilled with foundation material. 60 When determined by the Engineer that silty soils or fine sandy soils are encountered, SW 77H ST/LIND AVE SW SIGNALIZATION OIL oil 7TH LIND 42 1 Class C foundation material shall be required. Silty soils or fine sandy soils usually flow 2 in the presence of a stream of water. When determined by the Engineer that clays, 3 peats, or other soft materials are encountered that become saturated with water, but do 1 4 not break down into fine particles and flow, Class A or Class B foundation material shall 5 be required. 6 7 Material removed from the trench that is unsuitable for trench backfill shall be removed 8 and hauled to a waste site. If material is not available within the limits of the project for 9 backfilling the trench, the Contractor shall furnish trench backfill meeting the 10 requirements of Section 9-03.12(3) or 9-03.19 as required. 11 12 Unsuitable material shall be loaded directly into trucks and hauled to a waste site 13 obtained by the Contractor. Stockpiling of unsuitable material at the project site shall not 14 be allowed. 1 15 16 7-09.3(9) Bedding the Pipe 17 Gravel backfill for pipe zone bedding shall be select granular material free from wood 18 waste, organic material, and other extraneous or objectionable materials and shall have 19 a maximum dimension of 1-1/2 inches. Gravel backfill for pipe zone bedding shall be 20 placed to the depths shown on Standard Plan B-11. Gravel backfill for pipe zone 21 bedding shall be rammed and tamped around the pipe to 95 percent of maximum 22 density by approved hand-held tools, so as to provide firm and uniform support for the 23 full length of the pipe, valves, and fittings. Care shall be taken to prevent any damage 24 to the pipe or its protective coating. 25 26 7-09.3(10) Backfilling Trenches ' 27 Prior to backfilling, form lumber and debris shall be removed from the trench. Sheeting 28 used by the Contractor shall be removed just ahead of the backfilling. 29 30 Backfill up to 12 inches over the top of the pipe shall be evenly and carefully placed. 31 Materials capable of damaging the pipe or its coating shall be removed from the backfill 32 material. The remainder of the material shall be placed by dumping into the trench by 33 any method at the option of the Contractor, and shall be compacted as specified 34 hereinafter. 35 36 A minimum 3-inch sand cushion shall be placed between the water main and existing 37 pipelines or other conduits when encountered during construction and as directed by the 38 Engineer. 39 40 7-09.3(11) Compaction of Backfill 41 Backfill shall be compacted to at least 95 percent of maximum density as specified in 42 Section 2-03.3(14)D. 43 44 At locations where paved streets; roadway shoulders, driveways, or sidewalks will be 45 constructed or reconstructed over the trench, the backfill shall be spread in layers and 46 be compacted by mechanical tampers. In such cases, the backfill material shall be 47 placed in successive layers not exceeding 6 inches in loose thickness, and each layer 48 shall be compacted with mechanical tampers to the density specified herein. 49 Mechanical tampers shall be of the impact type as approved by the Engineer. 50 51 7-09.3(12) General Pipe Installation 52 Pipe shall be installed in accordance with the manufacturer's printed specifications and 53 instructions, and to the standards of the AWWA for installing the type of pipe used. The 54 Contractor shall provide tools and equipment, including any special tools required for 1� 55 installing each particular type of pipe used. 56 57 Short lengths of pipe supplied by the manufacturer shall be used whenever possible to 58 provide the proper spacing of valves, tees, or special fittings. 59 SW 7TH ST/LIND AVE SW SIGNALIZATION �� 7TH_LIND 43 1 - 7 09.3(13) Handling of Pipe 2 Pipe shall be handled in a manner that will prevent damage to the pipe, pipe lining, or 3 coating. Pipe and fittings shall be loaded and unloaded using hoists and slings in a� 4 manner to avoid shock or damage, and under no circumstances shall they be dropped, 5 skidded, or rolled against other pipe. If any part of the coating or lining is damaged, 6 repair thereof shall be made by the Contractor at no additional expense to the 7 Contracting Agency and in a manner satisfactory to the Engineer. Damaged pipe shall 8 be rejected, and the Contractor shall immediately place damaged pipe apart from the 9 undamaged and shall remove the damaged pipe from the site within 24 hours. 10 '11 Threaded pipe ends shall be protected by couplings or other means until laid. 12 13 Pipe and fittings shall be inspected for defects. 14 15 Dirt or other foreign material shall g a I be prevented from entering the pipe or pipe joint 16 during handling or laying operations, and any pipe or fitting that has been installed with 17 dirt or foreign material in it shall be removed, cleaned, and re-laid. At times when pipe 18 laying is not in progress, the open ends of the pipe shall be closed b a watertight h 19 orb other means approved b the Y 9 t plug 20 Y pp y e Engineer to ensure cleanliness inside the pipe. 21 7-09.3(14) Cutting Pipe 22 Whenever it becomes necessary to cut a length of pipe, the cut shall be made by 23 abrasive saw or by a special pipe cutter. Pipe ends shall be square with the longitudinal 24 axis of the pipe and shall be reamed and otherwise smoothed so that good connections 25 can be made. Threads shall be cleanly cut. Oxyacetylene torch cutting of ductile iron 26 pipe shall not be allowed. 27 28 7-09.3(15) Laying of Pipe on Curves 29 30 7-09.3(15)A Ductile Iron Pipe 31 Long radius curves, either horizontal or vertical, may be laid with standard pipe lengths 32 by deflecting the joints. If the pipe is shown curved on the Plans and no special fittings 33 are shown, the Contractor can assume that the curves can be made by deflecting the 34 joints with standard lengths of pipe. If shorter lengths are required, the Plans will 35 Indicate maximum lengths that can be used. The amount of deflection at each pipe joint 36 when pipe is laid on a horizontal or vertical curve shall not exceed the manufacturer's 37 printed recommended deflections. 38 39 Where field conditions require deflection or curves not anticipated by the Plans, the 40 Engineer will determine the methods to be used. No additional payment will be made 41 for laying pipe on curves as shown on the Plans, or for field changes involving standard 42 lengths of pipe deflected at the joints. When special fittings not shown on the Plans are 43 required to meet field conditions, additional payment will be made for special fittings as 44 provided in Section 1-09.6. 45 46 When rubber gasketed pipe is laid on a curve, the pipe shall be jointed in a straight 47 alignment and then deflected to the curved alignment. Trenches shall be made wider 48 on curves for this purpose. 49 50 7-09.3(15)B Polyvinyl Chloride (PVC) Pipe (4 Inches and Over) 51 PVC pipe may be bent to allow for slight changes in direction. The minimum bending 52 radius shall be as follows: 53 Size _Minimum Bending Radius 4-inch 125 feet 6-inch 175 feet 8-inch 225 feet 10-inch 275 feet 12-inch 325 feet 14-inch 400 feet SW 7TH ST/LIND AVE SW SIGNALIZATION , 7TH_LIND 44 1 2 Axial deflection at the pipe joints shall not be allowed. 3 4 For 16-inch diameter pipe, changes in direction may be accomplished by axial 5 deflection of the pipe joint. The maximum axial deflection allowed at each joint is one 6 degree. For changes In direction greater than one degree per pipe joint, fittings shall be 7 used. 8 9 7-09.3(16) Cleaning and Assembling Joint 10 The pipe ends, couplings, fittings, and appurtenances shall be cleaned to remove oil, 11 grit, or other foreign matter from the joint. Care shall be taken to keep the joint from 12 contacting the ground. 13 14 Pipe not furnished with a depth mark shall be marked before assembly to ensure visual 15 observation of the work. 16 17 7-09.3(17) Laying Ductile Iron Pipe with Polyethylene Encasement 18 Where shown on the Plans, the Contractor shall lay ductile iron pipe with a polyethylene 19 encasement. Pipe and polyethylene encasement shall be installed in accordance with 20 AWWA C105. 21 22 7-09.318) Coupled Pipe 4 Inches in Diameter and Larger 23 Joints for steel pipe shall be bell and spigot or welded as specified in the Special 24 Provisions. 25 t 26 Component parts of couplings, rings, and bells shall receive a protective coating in the i 27 same manner as specified for the steel pipe. Bolts and nuts, exposed edges, and 28 flanges shall, after installation, be covered with coal-tar protective coating conforming to 29 AWWA C203 or other coating approved by the Engineer. 30 31 Steel pipe 4 inches and larger for above-ground service shall be coupled with flanges, 32 compression type or grooved type couplings. 33 34 Pipe for outdoor service above ground shall be protected with a coal-tar protective 35 coating conforming to AWWA C203 or other coating approved by the Engineer. 36 37 7-09.3(19) Connections 38 39 7-09.3(19)A Connections to Existing Mains I 40 Connections to the existing water main shall not be made without first making the 41 necessary scheduling arrangements with the Engineer in advance. Work shall not be 42 started until all the materials, equipment, and labor necessary to properly complete the 43 work are assembled on the site. II� 44 45 Existing water mains shall be cut by the Contractor unless otherwise specified in the 46 Special Conditions. The Contractor shall remove the portions of pipe to provide for the 47 installation of the required fittings at the points of connection. Damage caused by the 48 Contractors operations to existing joints in piping to remain in-service shall be repaired 49 by the Contractor at no additional expense to the Contracting Agency. The Contractor 50 shall determine the exact length of the existing water main that must be removed. The 1�1 51 pipe ends shall be beveled to prevent damage to the transition coupling gasket during 52 installation of the coupling. The exterior of the existing pipe end shall be cleaned to a 53 sound, smooth finish before installation of the coupling. 54 55 Transition couplings shall be installed by the Contractor and shall be provided with a 56 plastic film wrap. The plastic film wrap shall be wrapped loosely around the pipe, 57 fittings, and couplings, and secured with 2-inch-wide polyethylene adhesive tape. N 58 Pipelines in which the couplings are installed shall be wrapped a minimum of 3 feet on 59 each side of the coupling. Joints or seams in the plastic film wrap shall be made using 60 the 2-inch-wide polyethylene adhesive tape. The plastic film wrap need not be illl SW 7TH ST/LIND AVE SW SIGNALIZATION IN7TH-LIND 45 II 1 watertight, but no part of the pipe or coupling shall be exposed to the backfill. Care shall 2 be exercised during backfilling to prevent the plastic film wrap from being punctured or 3 otherwise damaged. Plastic film wrap and its installation shall conform to AWWA C105 4 except as modified herein. 5 6 Once work is started on a connection, it shall proceed continuously without interruption 7 and as rapidly as possible until completed. No shutoff of mains will be permitted' 8 overnight, over weekends, or on holidays. 9 10 If the connection to the existing system involves turning off the water, the Contractor 11 shall be responsible for notifying the residents affected by the shutoff. The Engineer will 12 advise which property owners are to be notified. 13 14 The Contractor may be required to perform the connection during times other than 15 normal working hours. The Contractor shall not operate any valves on the existing 16 system without specific permission of the Engineer. 17 18 The types of connections are varied and suggested piping arrangements have been 19 shown on the Plans. For the installation of these connections, the surfaced portion of 20 the roadway shall not be penetrated unless the connecting point is directly under it. For 21 connection by any other method, the Contractor shall furnish a detailed sketch for 22 approval not less than two weeks prior to the expected construction. 23 24 7-09.3(19)B Maintaining Service 25 Where existing services are to be transferred from old to new mains, the Contractor 26 shall plan and coordinate its work with that of the Utility so that service will be resumed 27 with the least possible inconvenience to customers. 28 29 To supply customers with water during the construction of a water main project where 30 any section of the pipe has passed satisfactory hydrostatic and bacteriological tests, the 31 Utility reserves the right to tap corporation stops into the section of new pipe and install 32 service connections at such locations as the Utility may elect. The installation of any 33 such service connections by the Utility shall not be construed by the Contractor as an 34 acceptance by the Contracting Agency of any part of the work required under the 35 Contract. 36 37 7-09.3(20) Detectable Marking Tape 38 Detectable marking tape shall be installed over nonmetallic water lines including 39 services lines. The tape shall be placed approximately 1 foot above the top of the line 40 and shall extend its full length. Detectable marking tape shall meet the requirements of , 41 Section 9-15.18. 42 43 7-09.3(21) Concrete Thrust Blocking 44 Concrete thrust blocking, as detailed on the Plans, shall be placed at bends, tees, dead 45 ends, and crosses. Blocking shall be commercial concrete meeting the requirement of 46 Section 6-02.3(2)B poured in place. 47 48 Concrete blocking shall bear against solid undisturbed earth at the sides and bottom of 49 the trench excavation and shall be shaped so as not to obstruct access to the joints of 50 the pipe or fittings. 51 52 7-09.3(22) Blowoff Assemblies 53 Blowoff Assemblies shall be constructed at the locations shown on the Plans and in 54 accordance with the Standard Plans. 55 56 7-09.3(23) Hydrostatic Pressure Test 57 Water main appurtenances and service connections to the meter setter shall be tested 58 in sections of convenient length under a hydrostatic pressure equal to 150 psi in excess 59 of that under which they will operate or in no case shall the test pressure be less than 60 225 psi. Pumps, gauges, plugs, saddles, corporation stops, miscellaneous hose and D SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 46 1 piping, and measuring equipment necessary for performing the test shall be furnished 2 and operated by the Contractor. 3 4 Sections to be tested shall normally be limited to 1,500 feet. The Engineer may require 5 that the first section of pipe, not less than 1,000 feet in length, installed by each of the 6 Contractor's crews, be tested in order to qualify the crew and the materials. Pipe laying 7 shall not be continued more than an additional 1,000 feet until the first section has been 8 tested successfully. 9 10 The pipeline shall be backfilled sufficiently to prevent movement of the pipe under 11 pressure. Thrust blocks shall be in place and time allowed for the concrete to cure 12 before testing. Where permanent blocking is not required, the Contractor shall furnish 13 and install temporary blocking and remove it after testing. 14 15 The mains shall be filled with water and allowed to stand under pressure a sufficient 16 length of time to allow the escape of air and allow the lining of the pipe to absorb water. 17 The Contracting Agency will furnish the water necessary to fill the pipelines for testing 18 purposes at a time of day when sufficient quantities of water are available for normal 19 system operation. 20 21 The test shall be accomplished by pumping the main up to the required pressure, ' 22 stopping the pump for 15 minutes, and then pumping the main up to the test pressure 23 again. During the test, the section being tested shall be observed to detect any visible 24 leakage. 25 26 A clean container shall be used for holding water for pumping up pressure on the main 27 being tested. This makeup water shall be sterilized by the addition of chlorine to a 28 concentration of 50 mg/I. I' 29 30 The quantity of water required to restore the pressure shall be accurately determined by. 31 pumping through a positive displacement water meter. The meter shall be approved by 32 the Engineer. Acceptability of the test will be determined as follows: 1 34 L = SDgP 35 266,4U� 36 37 The quantity of water lost from the main shall not exceed the number of gallons per hour 38 as determined by the formula: 39 I 40 in which 41 42 L = allowable leakage, gallons/hour 43 D = nominal diameter of the pipe in inches a 44 P = test pressure during the leakage test (psi) II 45 S = gross length of pipe tested, feet 11 47 There shall not be an appreciable or abrupt loss in pressure during the 15 minute test 48 period. 49 50 Pressure gauges used in the test shall be accompanied with certifications of accuracy (l� 51 from a testing laboratory approved by the Engineer. 52 53 Any visible leakage detected shall be corrected by the Contractor regardless of the 54 allowable leakage specified above. Should the tested section fail to meet the pressure 55 test successfully as specified, the Contractor shall, at no additional expense to the j 56 Contracting Agency, locate and repair the defects and then retest the pipeline. 57 11I� 58 Tests shall be made with the hydrant auxiliary gate valves open and pressure against 59 the hydrant valve. Each valve shall be tested by closing each in turn and relieving the 60 pressure beyond. This test of the valve will be acceptable if there is no immediate loss I IN SW 7TH ST/LIND AVE SW SIGNALIZATION II7TH_LIND 47 i 1I r 1 of pressure on the gauge when the pressure comes against the va!ve being checked. 2 The Contractor shall verify that the pressure differential across the valve does not 3 exceed the rated working pressure of the valve. 4 5 Prior to calling out the Engineer to witness the pressure test, the Contractor shall have 6 all equipment set up completely ready for operation and shall have successfully 1 7 performed the test to ensure that the pipe is in satisfactory condition. 8 9 Defective materials or workmanship, discovered as a result of hydrostatic field test, shall 10 be replaced by the Contractor at no additional expense to the Contracting Agency. r 11 Whenever it is necessary to replace defective material or correct the workmanship, the 12 hydrostatic test shall be re-run at the Contractor's expense until a satisfactory test is 13 obtained. 14 15 7-09.3(23)A Testing Extensions From Existing Mains 16 When an existing water main is extended with new pipe to a new valve and the distance 17 from the existing pipe to the new valve is 18 feet or less, the section of new pipe 18 installed between the new valve and the end of the existing main shall be made with 19 pretested, prechlorinated pipe, and no hydrostatic test will be required. When the 20 required hydrostatic tests are conducted in the new main section beyond the installed 21 new valve in the closed position, the normal pressure of the existing main may be 22 aga against resent i r p the other side of the new valve. 23 24 Where the distance between the end of an existing water main pipe extension to the 25 new valve is more than 18 feet, the connection of the new pipe to existing pipe shall not 26 be made until after hydrostatic tests have been made to the required pressure in both 27 directions against the new valve. This shall be accomplished by a temporary cap or 28 plug installed on the end of the new pipe, beyond the new valve, as close as possible to 29 the existing pipe for testing purposes. 30 31 The short length of pipe between the temporary cap or plug end with the new valve in 32 the closed position, with no hydrostatic pressure active on the opposite side of the r 33 valve, shall be subjected to the required test t The same test shall be made 34 against the other side of the new valve when that section 0 of p i P e is tested with no 35 hydrostatic pressure active in the short section of pipe toward the existing main. The 36 final connection to the existing main shall be made with pretested prechlorinated pipe. 37 38 7-09.3(23)B Testing Section with Hydrants Installed 39 When hydrants are included with the section of main pipe to be tested, the testing shall 40 be conducted in three separate tests as follows: 41 42 Test No. 1 —Water main gate valves and hydrant auxiliary gate valves closed, with 43 the hydrant operating stem valves and hose ports wide open. 44 45 Test No. 2 — Water main gate valves and the hydrant operating the stem valves 46 tightly closed but the hydrant auxiliary gate valves and hose ports wide open. 47 48 Test No. 3 — Each hydrant shall be tested to the pressure indicated in 49 Section 7-09.3(23) with the hydrant auxiliary gate valve and hose ports closed and 50 the hydrant operating stem valve wide open. 51 52 7-09.3(23)C Testing Hydrants Installed on Existing Mains 53 For hydrants installed and connected to an existing main, the hydrant connection 54 including hydrant tee, connection pipe, and auxiliary gate valves, shall be installed with , 55 pretested materials. 56 57 Before the hydrant connection is made to the existing main, the hydrant installation shall 58 be subjected to the hydrostatic Test No. 3 as specified in Section 7-09.3(23)B. Hydrants 59 installed and connected to an existing main shall have a satisfactory bacteriological 60 sample obtained following the hydrostatic test. r SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND qg l 1 2 7-09.3(24) Disinfection of Water Mains 3 Before being placed into service, new water mains and repaired portions of, or 1 4 extensions to, existing mains shall be chlorinated and a satisfactory bacteriological 5 report obtained. In the event two unsatisfactory bacteriological reports are obtained on 6 a section of pipe, the Contractor shall revise his method of disinfection and the form of 7 applied chlorine. 8 9 7-09.3(24)A Flushing 10 Sections of pipe to be disinfected shall first be flushed to remove any solids or ' 11 contaminated material that may have become lodged in the pipe. If a hydrant is not 12 installed at the end of the main, then a tap shall be provided large enough to develop a 13 flow velocity of at least 2.5 fps in the water main. 14 15 Taps required by the Contractor for temporary or permanent release of air, chlorination 16 or flushing purposes shall be provided by the Contractor as part of the construction of 17 water mains. ' 18 19 Where dry calcium hypochlorite is used for disinfection of the pipe, flushing shall be 20 done after disinfection. 21 22 The Contractor shall be responsible for disposal of treated water flushed from mains 23 and shall neutralize the wastewater for protection of aquatic life in the receiving water 24 before disposal into any natural drainage channel. The Contractor shall be responsible ' 25 for disposing of disinfecting solution to the satisfaction of the Contracting Agency and 26 local authorities. If approved by the Engineer, disposal may be made to an available 27 sanitary sewer provided the rate of disposal will not overload the sewer. 28 29 7-09.3(24)B Requirement of Chlorine 30 Before being placed into service, new mains and repaired portions of, or extensions to, 31 existing mains shall be chlorinated so that a chlorine residual of not less than 25 mg/I 32 remains in the water after standing 24 hours in the pipe. The initial chlorine content of 33 the water shall be not less than 50 mg/I. 34 35 7-09.3(24)C Form of Applied Chlorine 36 Chlorine shall be applied by one of the methods which follow, to give a dosage of not 37 less than 50 mg/1 of available chlorine. 38 39 7-09.3(24)D Dry Calcium Hypochlorite 40 As each length of pipe is laid, sufficient high test calcium hypochlorite (65-70% chlorine) 41 shall be placed inside the pipe to yield a dosage of not less than 50 mg/I available 42 chlorine, calculated on the volume of the water which the pipe and appurtenances will 43 contain. I' 44 45 The number of grams of 65% test calcium hypochlorite required for a 20-foot length of 46 pipe equals +' 47 48 0.008431 x d2 , 49 50 in which "d" is the diameter in inches. 51 I' 52 7-09.3(24)E Liquid Chlorine 53 A chlorine gas-water mixture shall be applied by means of a solution-feed chlorinating 54 device, or the dry gas may be fed directly through proper devices for regulating the rate jl 55 of flow and providing effective diffusion of the gas into the water within the pipe being 56 treated. Chlorinating devices for feeding solutions of the chlorine gas, or the gas itself, 57 must provide means for preventing the backflow of water into the chlorine. 58 �ISW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 49 1 7-09.3(24)F Chlorine-Bearing Compounds in Water 2 A mixture of water and high-test calcium hypochlorite (65-70% Cl) may be substituted 3 for the chlorine gas-water mixture. The dry powder shall first be mixed as a paste 4 then thinned to a 1 percent chlorine solution by adding water to give a total quantity of 5 7.5 gallons of water per pound of dry powder. This solution shall be injected in one en 6 of the section of main to be disinfected while filling the main with water. j 7 8 7-09.3(24)G Sodium Hypochlorite 9 Sodium hypochlorite, commercial grade (12.5% Cl) or in the form of liquid household /° 10 bleach (5-6 CI), may be substituted for the chlorine gas-water mixture. This liquid 11 chlorine compound may be used full strength or diluted with water and injected into the 12 main in correct proportion to the fill water so that dosage applied to the water will be at 13 least 50 mg/I. 14 15 7-09.3(24)H Point of Application 16 The point of application of the chlorinating agent shall be at the beginning of the pipeline 17 extension or any valved section of it, and through a corporation stop inserted in the t 18 horizontal axis of the pipe. The water injector for delivering the chlorine-bearing water 19 into the pipe should be supplied from a tap on the pressure side of the gate valve 20 controlling the flow into the pipeline extension. Alternate points of applications may be 21 used when approved by the Engineer. 22 23 7-09.3(24)1 Rate of Application 24 Water from the existing distribution system, or other source of supply, shall be controlled , 25 to flow very slowly into the newly-laid pipeline during application of the chlorine. The 26 rate of chlorine gas-water mixture or dry gas feed shall be in such proportion to the rate 27 of water entering the newly-laid pipe that the dosage applied to the water will be at least 28 50 mg/I. 29 30 7-09.3(24)J Preventing Reverse Flow 31 No connections shall b? made between the existing distribution system and pipelines 32 not disinfected that are constructed under this Contract without a State Department of 33 Health approved backflow preventer installed in the connecting line. 34 35 7-09.3(24)K Retention Period 36 Treated water shall be retained in the pipe at least 24 hours. After this period, the 37 chlorine residual at pipe extremities and at other representative points shall be at least 38 25 mg/l. 39 ,40 7-09.3(24)L Chlorinating Valves, Hydrants, and Appurtenances 41 In the process of chlorinating newly laid pipe, valves, hydrants, and other 42 appurtenances shall be operated while the pipeline is filled with the chlorinating agent 43 and under normal operating pressure. 44 45 `: 7-09.3(24)M Chlorinating Connections to Existing Water Mains and Water 46 Service Connections 47 The chlorinating procedure to be followed shall be as specified in AWWA , 48 Standard C651. All closure fittings shall be swabbed 9 _ with a very trop chlorine solution 49 rY 9 at least as strong as liquid household bleach (5-6% CI). 50 51 7-09.3(24)N Final Flushing and Testing 52 Following chlorination, treated water shall be flushed from the newly-laid pipe until the 53 replacement y p p 54 thet water the its length shows, upon test, the absence of chlorine. In event chlorine is normally used in the source of supply, then the tests shall show a 55 residual not in excess of that carried in the water supply system. 56 57 A sample tap shall be located ahead of the flushing hose for convenience and for 58 sanitary sampling. 59 SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 50 i 1 Before placing the lines into service, a satisfactory report shall be received from the 2 local or State Health Department on samples collected from representative points in the 3 new system. Samples will be collected and bacteriological tests obtained by the 4 Engineer. 5 6 7-09.3(24)0 Repetition of Flushing and Testing 1 7 Should the initial treatment result in an unsatisfactory bacteriological test, the original 8 chlorination procedure shall be repeated by the Contractor until satisfactory results are 9 obtained. Failure to get a satisfactory test shall be considered as failure of the 10 Contractor to keep the pipe clean during construction, or to properly chlorinate the main. ' 11 12 7-09.4 Measurement 13 Measurement for payment of pipe for water mains will be by the linear foot of pipe laid 14 and tested and shall be measured along the pipe through fittings, valves, and couplings. 15 16 Measurement for payment of blowoff assembly will be per each. 17 t 18 No measurement shall be made for clearing and grubbing, removal of existing street 19 improvements, protection of existing utilities and services, trench excavation and pipe 20 zone backfill, pipe zone bedding, and compaction of backfill. 21 22 When listed as a pay item, rock excavation will be measured in its original position by 23 volume in cubic yards. The quantity measured for payment will include only the material 24 excavated from within the limits hereinafter defined. Any additional excavation outside 25 of these limits will be considered as having been made for the Contractor's benefit, and 26 all costs in connection with such excavation shall be included in the unit contract prices 27 for the various items of work. 28 29 ' The horizontal limits for measuring rock excavation will be the sides of the trench, 30 except no payment will be made for material removed outside of vertical planes 31 extended beyond the maximum trench widths, as specified in Section 7-09.3(7). 32 Vertical distances shall be measured from the upper surface of the rock to an elevation 33 6 inches below the underside of the pipe barrel, or to the lower surface of the rock, 34 whichever is less. Boulders exceeding one cubic yard in volume shall be paid for 35 according to their measured volume. 36 37 Removal of the extra trench excavation as defined in Section 7-09.3(7)C will be 38 measured by the cubic yard. The depth shall be the actual depth removed for the 39 changed line or grade in accordance with Section 7-09.3(5) or as directed by the 40 Engineer. The width shall be the actual width removed for the changed line or grade, 41 but in no case shall the measured width exceed the allowable widths specified in 42 Section 7-09.3(7). 43 44 Removal and replacement of unsuitable material will be measured by the cubic yard. 45 The depth shall be the actual depth removed below the depth specified in Section 7- 46 09.3(5). The width shall be the actual width removed, but in no case shall the measured I� 4478 width exceed the allowable widths specified in Section 7-09.3(7). i 49 Measurement of bank run gravel for trench backfill will be by the cubic yard measured in 50 trucks at the point of delivery. 1�1 51 52 Shoring or extra trench excavation will be measured as specified in Section 2-09.4 for 53 shoring or extra excavation Class B. 54 55 7-09.5 Payment p 56 Payment will be made in accordance with Section 1-04.1, for each of the following bid 57 items that are included in the proposal: JII� 58 59 Pipe for Water Main In. Diam.", per linear foot. 60 1ID SW 7TH ST/LIND AVE SW SIGNALIZATION �II' 7TH_LI N D 51 1 The unit contract price per linear foot for each size and kind of " Pipe 2 for Water Main In. Diam." shall be full pay for all work to complete the 3 installation of the water main including but not limited to trench excavation,' 4 bedding, laying and jointing pipe and fittings, backfilling, concrete thrust blocking, 5 testing, flushing, disinfecting the pipeline, and cleanup. 6 7 Payment for restoration will be made under the applicable items shown in thel 8 Proposal. If no pay items for restoration are included in the Proposal, restoration 9 shall be considered incidental to the work of constructing the water main, and all 10 costs thereof shall be included in the unit contract price bid for " Pipe for 11 Water Main In. Diam." 12 13 "Rock Excavation", per cubic yard. 14 15 If no pay item is listed, rock excavation shall be considered incidental to the work to 16 construct the water main and all costs shall be included in other items of work 17 specified in Section 7-09.5. 18 19 "Extra Trench Excavation", per cubic yard. 20 21 "Removal and Replacement of Unsuitable Material", per cubic yard. 22 23 "Bank Run Gravel for Trench Backfill", per cubic yard. 24 25 No separate payment will be made for clearing and grubbing, removal of existing 26 street improvements, furnishing and installing sand cushion, protection of existing 27 utilities and services, trench excavation and backfill, bedding the pipe, and 28 compacting the backfill. These items shall all be considered as incidental to the 29 work of constructing the water main, and all costs thereof shall be included in the , 30 payment as specified in Section 7-09.5. 31 "Shoring Shorin g or Extra Excavation Trench", per square foot. 33 34 "Blowoff Assembly", per each. 35 36 The unit contract price bid per each for "Blowoff Assembly" shall be full pay for all 37 work to install the blowoff assembly, including but not limited to excavating, 38 backfilling, laying and jointing pipe, tapping the main, corporation stop, pipe and 39 fittings, gate valve, meter box, and cover and cleanup. 40 41 SECTION 7-10, TRENCH EXC., BEDDING, AND BACKFILL FOR WATER MAINS 42 August 5, 2002 43 =This section including title is revised in its entirety to read: 44 45 SECTION 7-10, VACANT 46 47 SECTION 7-11, PIPE INSTALLATION FOR WATER MAINS 48 August 5, 2002 49 This section including title is revised in its entirety to read: 50 51 SECTION 7-11, VACANT 52 53 SECTION 7-12, VALVES FOR WATER MAINS 54 April 1, 2002 55 7-12.3(1) Installation of Valve Marker Post 56 The reference to "Meters" in the third sentence is revised to "feet and inches". 57 SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 52 ' 1 SECTION 7-15, SERVICE CONNECTIONS 2 August 5, 2002 3 7-15.1 General 4 This section is revised to read: 5 6 This work consists of installing 2-inch and smaller service connections from the main to 7 and including the meter setter for the premises served. Service connections larger than 8 2 inches shall be installed as detailed on the Plans or as described in the Special 9 Provisions. 10 11 SECTION 7-17, SANITARY SEWERS 12 April 1, 2002 13 7-17.3(2)F Low Pressure Air Test for Sanitary Sewers Constructed of Non Air- 14 Permeable Materials 15 This section is supplemented with the following: 16 17 Reaches of thermoplastic pipe containing no joints shall be exempt from testing 18 requirements. 19 20 SECTION 8-01, EROSION CONTROL AND WATER POLLUTION CONTROL 21 December 2, 2002 ' 22 This section is revised to read: 23 24 8-01.1 Description 25 This work shall consist of furnishing, installing, maintaining, removing and disposing of ' 26 water pollution and erosion control items in accordance with these Specifications and as 27 shown in the Plans or as designated by the Engineer. 28 29 8-01.2 Materials 30 Materials shall meet the requirements of the following sections: 31 32 Mulch and Amendments 9-14.4 33 Erosion Control Blanket 9-14.5 34 Construction Geotextile 9-33 35 Quarry P S ails 9-13 36 I� 37 8-01.3 Construction Requirements 38 39 8-01.3(1) General 40 Controlling pollution, erosion, runoff, and related damage may require the Contractor to 41 perform temporary work items including but not limited to: 42 43 1. Providing ditches, berms, culverts, and other measures to control surface 44 water, 45 2. Building dams, settling .basins, energy dissipaters, and other measures, to 46 control downstream flows; 47 3. Controlling underground water found during construction; or 48 4. Covering or otherwise protecting slopes until permanent erosion-control 49 measures are working. 50 51 To the degree possible, the Contractor shall coordinate this temporary work with 52 permanent drainage and erosion control work the contract requires. 53 54 The Engineer may require additional temporary control measures if it appears pollution 55 or erosion may result from weather, the nature of the materials, or progress on the work. 56 SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 53 1 When natural elements rut or erode the slope, the Contractor shall restore and repair 2 the damage, with the eroded material where possible, and clean up any remaining 3 material in ditches and culverts. When the Engineer orders replacement with additional ' 4 or other materials, unit contract prices will cover the quantities needed. 5 6 If the Engineer anticipates water pollution or erosion, the Contractor shall schedule the 7 work so that grading and erosion control immediately follows clearing and grubbing. 8 The Engineer may also require erosion control work to be done with or immediately after 9 grading. Clearing, grubbing, excavation, borrow, or fill within the right of way shall never 10 expose more erodible earth than as listed below, without written approval by the 11 Engineer: 12 13 Area Date Location 14 17 Acres April 1 - October 31 East of the Summit of the 15 Cascade Range 16 May 1 - September 30 West of the Summit of the 17 Cascade Range 18 5 Acres November 1 - March 31 East of the Summit of the 19 Cascade Range 20 October 1 -April 30 West of the Summit of the 21 Cascade Range 22 23 The Engineer may increase or decrease the limits in light of project conditions. 24 25 Erodible earth is defined as any surface where soils, grindings, or other materials are 26 capable of being displaced and transported by rain, wind, or surface water runoff. 27 28 In western Washington, erodible soil not being worked, whether at final grade or not, ' 29 shall be covered within the following time period, using an approved soil covering 30 practice, unless authorized otherwise by the Engineer: 31 32 October 1 through April 30 2 days maximum 33 May 1 to September 30 7 days maximum 34 35 If the Engineer, under Section 1-08.6, orders the work suspended for an extended time, 36 the Contractor shall, before the Contracting Agency assumes maintenance ' 37 responsibility, make every effort to control erosion, pollution, and runoff during 38 shutdown. Section 1-08.7 describes the Contracting Agency's responsibility in such 39 cases. 40 41 Nothing in this section shall relieve the Contractor from complying with other contract 42 requirements. 43 44 8-01.3(1)A Submittals 45 At the preconstruction discussions, the Contractor shall submit a plan for temporary 46 erosion and sediment control (TESC). When a TESC plan is included in the Plans, the 47 Contractor may adopt or modify the plan. 48 49 Before any work begins, the Contractor shall obtain the Engineer's approval on a TESC 50 plan. The plan shall show the schedule for all erosion control work, whether required by 51 the contract or proposed by the Contractor. The plan shall cover all areas the 52 Contractor's work may affect inside and outside the limits of the project (including all 53 Contracting Agency-provided sources, disposal sites, and haul roads, and all nearby 54 land, streams, and other bodies of water). The Contractor shall revise and update the 55 plan whenever the Engineer so requests in writing. 56 57 The Contractor shall allow at least five working days for the Engineer's review of any 58 original or revised plan. Failure to approve all or part of any such plan shall not make 59 the Contracting Agency liable to the Contractor for any work delays. 60 SW 7TH ST/UND AVE SW SIGNALIZATION 7TH_LIND 54 1 8-01.3(1)6 Erosion and Sediment Control (ESC) Lead 2 The Contractor shall identify the ESC lead at the preconstruction discussions. The ESC 3 Lead shall have, for the life of the contract, a current Certificate of Training in 4 Construction Site Erosion and Sediment Control from a course approved by WSDOT's 5 Statewide Erosion Control Coordinator. 6 ' 7 The ESC Lead shall implement the Temporary Erosion and Sediment Control (TESC) 8 plan. Implementation shall include, but is not limited to: 9 10 1. Installing, maintaining, inspecting and repairing all temporary erosion and 11 sediment control Best Management Practices (BMPs) included in the TESC 12 plan to assure continued performance of their Intended function. All on-site 13 erosion and sediment control measures shall be inspected at least once every 14 five working days, each working day during a runoff-producing rain event, and 15 within 24 hours after a runoff-producing rain event. Damaged or inadequate 16 TESC measures shall be corrected within 24 hours of the inspection. A TESC 17 Inspection Report shall be prepared for each inspection and shall be included 18 in the TESC file. A copy of each report shall be provided to the Engineer. The 19 inspection report shall include, but not be limited to: 20 21 a. When, where and how BMPs were installed, maintained, modified, 22 and removed; 23 b. Repairs needed and repairs made; 24 c. Observations of BMP effectiveness and proper placement; 25 d. Recommendations for improving performance of BMPs. 26 27 2. Preparing and maintaining a TESC file on site that includes, but is not limited 28 to: ' 29 30 a. TESC Inspection Reports. 31 b. Stormwater site plan. 32 c. Temporary Erosion and Sediment Control (TESC) Plan. 33 d. National Pollutant Discharge Elimination System construction permit j 34 (Notice of Intent). 35 e. Other applicable permits. 36 37 Upon request, the file shall be provided to the Engineer for review. 38 39 8-01.3(1)C Ground Water 40 When ground water is encountered in an excavation, it shall be treated and discharged 41 as follows: 42 43 1. When the ground water meets State Water Quality standards, it may bypass 44 detention and treatment facilities and be routed directly to its normal discharge 45 point at a rate and method that will not cause erosion. 46 47 2. When the turbidity of the ground water is similar to the turbidity of the site 48 runoff, the ground water may be treated using the same detention and i 49 treatment facilities being-used to treat the site runoff and then discharged at a 50 rate that will not cause erosion. 51 52 3. When the turbidity is worse than the turbidity of the site runoff, the ground 53 water shall be treated separately until the turbidity is similar to or better than 54 the site runoff before the two may be combined and treated using the same 55 detention and treatment facilities being used to treat the site runoff and then �t 56 discharged at a rate that will not cause erosion. 57 58 8-01.3(1)D Detention/Retention Pond Construction 59 When a detention or retention pond is required, whether it is temporary or permanent, it 60 shall retain/detain the full final design volume of stormwater before beginning other tl�l SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LI N D 55 1 grading and excavation work in the area that drains into that pond. Temporary 2 conveyances shall be installed concurrently with grading in accordance with the TESC, 3 plan so that newly graded areas drain to the pond as they are exposed. 4 5 8-01.3(2) Temporary Seeding, Mulching and Soil Binding 6 ,7 8-01.3(2)A Temporary Seeding 8 Temporary seeding is used to establish temporary cover on disturbed soil. Temporary 9 seeding shall be in accordance with Section 8-02.3(15) except that temporary seeding 10 may be installed at any time. 11 12 8-01.3(2)B Temporary Mulching 13 Temporary mulch, such as straw, wood cellulose (with and without tackifier), compost, or 14 other best management practices as approved by the Engineer, may be applied at any 15 time of the year for soil cover. Temporary mulching shall be in accordance with Section 16 8-02.3(15). 17 '18 8-01.3(2)C Soil Binding Using Polyacrylamide (PAM) 19 The PAM shall be completely tel dissolved and mixed in water prior . P Y or to being applied P to the 20 soil. PAM shall be 9 PP applied only on bare soil at a rate of not more than 0.5 pounds per 21 1M gallons of water per acre. A minimum of 200 pounds per acre of cellulose fiber 22 mulch treated with a non-toxic dye shall be applied with the PAM. 23 24 PAM shall be applied only to areas that drain to completed sedimentation control BMPs 25 in accordance with the TESC plan. PAM shall not be applied to the same area more 26 than once in a 48 hour period, or more than 7 times in a 30 day period. 27 28 PAM shall not be applied during a rain or to saturated soils. , 29 30 8-01.3(3) Placing Erosion Control Blanket 31 When required, erosion control blanket shall be placed immediately following the 32 seeding and fertildng operation. Temporary erosion control blankets as defined in 9- , 33 14.5, having an open area of 60% or greater, may be installed prior to seeding. 34 35 Where more than one strip of erosion control blanket is required to cover the given area, 36 it shall overlap the adjacent blanket as specified by the manufacturer, or a minimum of 4 ' 37 inches. 38 39 The ends of the erosion control blanket shall overlap as specified by the manufacturer, 40 or a minimum of 6 inches, with the upgrade section on top. 41 42 The manufacturers recommendations or the following, whichever is the most stringent, 43 shall be used: 44 45 The up-slope end of the erosion control blanket shall be staked and buried in a 6-inch- 46 deep trench with the soil firmly tamped against the mat. A minimum of three stakes per 47 width of blanket, with a stake at each overlap, shall be driven below the finish ground 48 line prior to backfilling of the trench. The Engineer may require that any other edge 49 exposed to more than normal flow of water or strong prevailing winds be staked and 50 buried in a similar manner. The ends of the erosion control blanket shall overlap a 51 minimum of 6 inches, with the upgrade section on top. 52 53 The edges of the erosion control blanket shall be buried around the edges of catch 54 basins and other structures. Erosion control blanket shall be spread evenly and 55 smoothly and in contact with the soil at all points. Where more than one strip of erosion 56 control blanket is required, it shall overlap the adjacent blanket a minimum of 4 inches. 57 58 The blanket shall be fastened at intervals not more than 3 feet apart in three rows for 59 each strip of blanket. There shall be one row along each edge and one row down the 60 center with the stakes centered, both horizontally and vertically, to the edge stakes. The SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 56 ' 1 ends of the blanket shall be fastened at 6-inch intervals across their width. Fastening 2 devices shall anchor the blanket against the soil and be driven flush with the finished 3 grade. 4 5 8-01.3(4) Placing Plastic Covering 6 Plastic meeting the requirements of Section 9-14.5(3) shall be placed with at least a 12- 7 inch overlap of all seams. 8 9 Clear plastic covering shall be used to promote growth of vegetation. Black plastic 10 covering shall be used for stockpiles or other areas where vegetative growth is 11 unwanted. 12 13 The cover shall be maintained tightly in place by using sandbags on ropes in a 10-foot, 14 maximum, grid. All seams shall weighted down full length. 15 16 8-01.3(5) Check Dams 17 Check dams shall be installed as soon as construction will allow, or when designated by 18 the Engineer. The Contractor may substitute a different check dam for that specified 19 with approval of the Engineer. Check dams shall be placed in ditches perpendicular to 20 the channel. Check dams shall extend up the sides of ditches a sufficient distance to 21 ensure rthat water will flow over the center of the dam and not flow around the ends. 22 Check dams shall be of sufficient height to maximize detention, without causing water to 23 leave the ditch, and spaced such that the elevation of the top of a check dam at the 24 center of the ditch is equal to the ditch flow line at the downstream base of the upstream 25 check dam. 26 27 8-01.3(5)A Geotextile-Encased Check Dam 28 The geotextile-encased check dam shall meet the requirements in Section ' 29 9-14.5(4) Geotextile-Encased Check Dam. 30 31 Installation of geotextile-encased check dams shall be in accordance with the Plans, 32 and shall be anchored to hold it firmly in place under all conditions. ' 33 34 8-01.3(5)B Rock Check Dam 35 The rock used to construct rock check dams shall meet the requirements for quarry ' 36 spalls, in accordance with Section 9-13.6. Rock check dams shall be installed in a 37 triangular shape, with approximately 2:1 slopes on both the upstream and downstream 38 faces. 39 40 8-01.3(5)C Sandbag Check Dam 41 Sandbags shall be placed so that the initial row makes tight contact with the ditch line 42 for the length of the dam. Subsequent rows shall be staggered so the center of the bag 43 is placed over the space between bags on the previous lift. 44 45 8-01.3(6) Stabilized Construction Entrance 46 Temporary stabilized construction entrance shall be constructed in accordance with the I� 47 Plans, prior to beginning any clearing, grubbing, earthwork or excavation. 48 49 When the stabilized entrance becomes ineffective due to build up of material, the 50 Contractor shall either rehabilitate the existing entrance to original condition, or 51 construct a new entrance. 52 53 When the contract requires a tire wash in conjunction with the stabilized entrance, the 54 Contractor shall include details for the tire wash and the method for containing and 55 treating the sediment-laden runoff as part of the erosion control plan.All vehicles leaving 56 the site shall stop and wash sediment from their tires. 57 58 8-01.3(7) Street Cleaning 59 Self-propelled pickup street sweepers shall be used, whenever required by the 60 Engineer, to prevent the transport of sediment and other debris off the project site. SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LI N D 57 1 2 Street washing with water will require approval by the Engineer. 3 4 8-01.3(8) Inlet Protection 5 Inlet protection can be in the form of internal or external devices and shall be installed 6 prior to clearing, grubbing or earthwork activities. Inlet protection devices shall be as 7 shown in the Plans. 8 9 When the depth of accumulated sediment and debris reaches approximately one-half 10 the height of an internal device or one-third the height of the external device (or less ' 11 when so specified by the manufacturers), the deposits shall be removed and stabilized 12 on site. 13 14 Intemal devices shall be prefabricated units specifically designed for inlet protection and i 15 shall have the following features: 16 17 1. The strength requirement for the filter fabric shall meet or exceed the 18 requirements of Table 1 for Moderate Survivability, and the minimum filtration , 19 properties of Table 2, in Section 9-33.2. 20 21 2. Shall be sized for the stormwater structure it will service. 22 23 3. Shall have a built-in high-flow relief system. 24 25 4. Shall have a retrieval system for removal of the device without spilling the , 26 contained material 27 28 5. Shall remain securely attached to the drainage structure when fully loaded with , 29 sediment and debris, or at the maximum level of sediment and debris specified 30 by the manufacturer. 31 32 External devices may be silt fence or prefabricated units specifically designed for inlet 33 protection having the following features: 34 35 1. Filter fabric shall meet or exceed the requirements for silt fence in Section 9- ' 36 33.2. 37 38 2. The top of the device shall be at least 2 feet above the grate. 39 40 3. The device shall remain securely in place over the drainage structure under all ' 41 conditions. 42 43 Check dams or functionally equivalent devices may be used as inlet protection devices 44 `� with the approval of the Engineer. 45 46 8-01.3(9) Sediment Control Barriers 47 Sediment control barriers shall be installed in accordance with TESC plan or 48 manufacturer's recommendations in the areas of clearing, grubbing, earthwork or 49 drainage prior to starting those activities. The Contractor may substitute a different 50 control barrier for that specified with approval of the Engineer. 51 52 The sediment control barriers shall be maintained until the soils are stabilized. 53 54 8-01.3(9)A Silt Fence 55 Silt fence shall be constructed in accordance with the Plans. 56 57 Backup support for the geotextile in the form of steel wire or plastic mesh is optional, 58 depending on the properties of the geotextile selected for use in Table 6 in Section 9- 59 33.2. When backup support is used, steel wire shall have a maximum mesh spacing of SW 7TH ST!LIND AVE SW SIGNALIZATION TTH LIND 58 1 2 inches, and the plastic mesh shall be as resistant to ultraviolet radiation as the 2 geotextile it supports. 3 4 The geotextile shall be attached on the up-slope side of the posts and support system 5 using staples, wire, or in accordance with the manufacturer's recommendations. 6 7 The geotextile shall be sewn together at the point of manufacture, or at a location 8 approved by the Engineer, to form geotextile lengths as required. All sewn seams and 9 overlaps shall be located at a support post. 10 11 Posts shall be either wood or steel. Hardwood posts shall have minimum dimensions of 12 1 1/4 inches by 1 1/4 inches by the minimum length shown in the Plans. Steel posts 13 shall consist of U, T, L, or C shape posts with a minimum weight of 1.35 Ibs/ft, or other 14 steel posts having equivalent strength and bending resistance to the posts listed. ' 15 16 When sediment deposits reach approximately one-third the height of the silt fence, the 17 deposits shall be removed or a second silt fence shall be installed, as determined by the 18 Engineer. 19 20 8-01.3(9)B Gravel Filter, Wood Chip or Compost Berm 21 The gravel filter berm shall be a minimum of one foot in height and shall be maintained 22 at this height for the entire time they are in use. 23 24 The wood chip berm shall be a minimum of two feet in height and shall be maintained at ' 25 this height for the entire time they are in use. Wood chips shall meet the requirements 26 in Section 9-14.4(3). 27 28 The compost berm shall be 1 foot high by 2 feet wide at the base on slopes less than 4 ' 29 (H):1 M and a minimum of 1.5 feet high by 3 feet wide at the base on slopes steeper 30 than 4(H):1(V). Compost shall meet the requirements of Compost Type 2 in Section 9- 31 14.4(8). 32 33 8-01.3(9)C Brush Barrier i� 34 Brush shall be placed in a row, approximately 3 to 5 feet wide and at least 2.5 feet high 35 and with construction geotextile for silt fence placed over the pile. The geotextile shall I� 36 be anchored in a 6 inch wide by 6 inch deep trench on the upstream side of the barrier, 37 and anchored using stakes on the downstream side. 38 39 When no longer required, the geotextile material shall be removed, and the brush left in 40 place. 41 42 8-01.3(9)D Straw Bale Barrier 43 Straw bale barriers shall be embedded in a trench the width of the bales for the length of 44 the barrier and a minimum of four inches deep. The material excavated from the trench 45 shall be placed and compacted against the uphill side of the bales. 46 47 The bales shall be placed on their sides so that the bindings are not touching the 48 ground. The ends of the bales shall be tightly abutting one another, and all spaces that 49 do exist between bales shall be firmly packed with straw. 50 51 Each bale shall be anchored using two stakes of wood or steel, driven flush with the top 52 of the bale and extending through the bale and into the ground a minimum of 18 inches. 53 The first stake shall be driven on an angle towards the previously laid bale. Straw shall 54 conform to Section 9-14.4(1). 55 56 8-01.3(10) Wattles 57 Wattles shall meet the requirements in Section 9-14.5(5). 58 �I 59 Wattles shall be installed as soon as construction will allow or when designated by the 60 Engineer. Wattles shall be placed in shallow trenches and staked along the contour of MSW 7TH ST/LIND AVE SW SIGNALIZATION I7TH_LIND 59 V 1 disturbed or newly constructed slopes, in accordance with the Plans, perpendicular to 2 the flow direction and parallel to the slope contour. 3 4 The wattles shall be installed at the intervals designated by the Engineer. 5 6 Trench construction and wattle installation shall begin from the base of the slope and 7 work uphill. Excavated material shall be spread evenly along the uphill slope and 8 compacted using hand tamping or other method approved by the Engineer. On 9 gradually sloped or clay-type soils trenches shall be 2 to 3 inches deep. On loose soils, 10 in high rainfall areas, or on steep slopes, trenches shall be 3 to 5 inches deep, or half t 11 the thickness of the wattle. 12 13 The wattle shall be install snugly into the trench, abutting adjacent wattles tightly, end to 14 end, without overlapping the ends. Wattles shall be staked at each end and at 4-foot , 15 centers along their entire length. When trench conditions require, pilot holes for the 16 stakes shall be driven through the wattle and into the soil using a straight bar. Stakes 17 shall be driven through the middle of the wattle, leaving 2 to 3 inches of the stake 18 protruding above the wattle. 19 20 ; Wattles shall be inspected regularly to ensure they remain thoroughly entrenched and in 21 contact with the soil, and immediately after a runoff producing rainfall. 22 23 8-01.3(11) Temporary Curb 24 Temporary curbs may consist of asphalt, concrete, sand bags, or geotextile/plastic 25 encased berms of soil, sand or gravel or as approved by the.Engineer. 26 27 Temporary curbs shall be installed along pave_ment edges to prevent runoff from flowing 28 onto erodible slopes. The redirected water shall flow to a BMP designed to convey , 29 concentrated runoff. The temporary curbs shall be 4 inches in height. 30 31 8-01.3(15) Maintenance 32 Erosion control devices shall be maintained so they properly perform their function until , 33 the Engineer determines they are no longer needed. 34 35 The devices shall be inspected on the schedule outlined in Section 8-01.3(1)B for 36 damage and sediment deposits. Damage to or undercutting of the device shall be 37 repaired immediately. 38 39 Unless otherwise specified, when the depth of accumulated sediment and debris 1 40 reaches approximately one-third the height of the device the deposits shall be removed. 41 Debris or contaminated sediment shall be disposed of in accordance with Section 2- 42 01.2. Clean sediments may be stabilized using approved best management practices 43 on site when the Engineer approves. 1 44 45 Erosion control devices that have been damaged shall be repaired or replaced 46 immediately by the Contractor, in accordance with Section 1-07.13(4). 47 48 8-01.3(16) Removal and Reuse 49 When the Engineer determines that an erosion control device is no longer required, the 50 Contractor shall remove the device and all associated hardware from the project limits 51 unless it qualifies for reuse as described below. 52 53 When the materials are biodegradable the Engineer may approve leaving the temporary 54 device in place. 55 56 A previously used erosion control device may be reused on this contract provided: 57 58 1. The device has been thoroughly cleaned of all debris. 59 60 2. The device is free of tears, holes, or other damage. SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 60 1 2 3. The Engineer has visually inspected the device and has determined it to be 3 intact and not compromised as to performance. ' 4 5 8-01.4 Measurement 6 ESC lead will be measured by the day, for each day that an inspection is made and a 7 report is filed. 8 9 Measurement of erosion control blanket and of plastic covering will be by the square 10 yard measurement of surface area covered and accepted. 11 12 Check dams will be measured by the linear foot along the ground line of the completed 13 check dam. ' 14 15 Stabilized construction entrance will be measured by the square yard for each entrance 16 constructed. 17 18 Tire wash facilities will be measured per each for each wash installed. 19 20 Street cleaning will be measured by the hour for the actual time spent cleaning 21 pavement, as authorized by the Engineer. Time to move the equipment to or from the 22 area on which street cleaning is required will not be measured. 23 24 Inlet protection will be measured per each for each initial installation at a drainage 25 structure. 26 27 Silt fence, gravel filter, compost, and wood chip berms, and brush barrier will be 28 measured by the linear foot along the ground line of completed barrier. 29 30 Straw bale barrier will be measured per each for each bale placed in the initial 31 installation at a barrier location. 32 33 Wattle will be measured by the linear foot along the ground line of the completed wattle. 34 35 Temporary curb will be measured by the linear foot. 36 37 Temporary seeding will be measured by the acre. 38 39 PAM will be measured by the acre. 40 41 8-01.5 Payment 42 Payment will be made in accordance with Section 1-04.1, for each of the following bid 43 items that are included in the proposal: 1 44 45 "ESC Lead", per day. 46 "Erosion Control Blanket", per square yard. 47 "Plastic Covering", per square yard. 48 "Check Dam", per linear foot. 49 "Stabilized Construction Entrance", per square yard. 50 "Tire Wash", per each. ' 51 The unit contract per each for tire wash shall include all costs associated with 52 constructing, operating, maintaining, and removing the tire wash. 53 54 "Street Cleaning", per hour. 55 "Inlet Protection", per each. 56 "Silt Fence", per linear foot. 57 "Gravel Filter Berm", per linear foot. 58 "Wood Chip Berm", per linear foot. 59 "Compost Berm", per linear foot. 60 "Brush Barrier", per linear foot. ' SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 61 I 1 "Straw Bale" , per each. 2 "Wattle", per linear foot. 3 "Erosion/Water Pollution Control", by force account as provided in Section 1-09.6. 4 Maintenance and removal of erosion and water pollution control devices including 5 removal and disposal of sediment, and any additional work deemed necessary by 6 the Engineer to control erosion and water pollution will be paid by force account' 7 under the item "Erosion/Water Pollution Control". 8 9 To provide a common proposal for all bidders, the Contracting Agency has entered 10 an amount in the proposal to become a part of the Contractor's total bid. ' 11 12 "Temporary Curb", per linear foot. 13 The unit contract price per linear foot for temporary curb shall include all costs to 14 install, maintain, remove, and dispose the temporary curb. 15 16 "Temporary Seeding", per acre. 17 "PAM", per acre , 18 When the contract requires applying PAM as an amendment to seeding, fertilizing, 19 and mulching, or watering operations, all costs for furnishing and applying PAM 20 . shall be included in the unit contract price for the associated item of work. 22 SECTION 8-02, ROADSIDE PLANTING 23 December 2, 2002 24 This section is revised to read: 25 26 SECTION 8-02, ROADSIDE RESTORATION 27 28 8-02.1 Description 29 This work shall consist of furnishing and placing topsoil and soil amendments, and 30 furnishing and planting trees, whips, shrubs, ground covers, cuttings, fascines, live 31 stakes, live poles, rhizomes, tubers, seedlings, erosion control seeding, fertilizing, and 32 mulching, and soil bioengineering in accordance with these Specifications and as shown 33 in the Plans or as directed by the Engineer. 34 35 Trees, whips, shrubs, ground covers, cuttings, live stakes, live poles, rhizomes, tubers, , 36 rootstock, and seedlings will hereinafter be referred to collectively as "plants' or "plant 37 material.' 38 '39 8-02.2 Materials 40 Materials shall meet the requirements of the following sections: 41 , 42 Soil 9-14.1 43 Seed 9-14.2 44 Fertilizer 9-14.3 45 Mulch and Amendments 9-14.4 46 Erosion Control Blanket 9-14.5 47 Plant Materials 9-14.6 48 Stakes, Guys, and Wrapping ' 9-14.7 49 Irrigation Water 9-25.2 ' 50 51 Botanical identification and nomenclature of plant materials shall be based on 52 descriptions by Hitchcock and Cronquist in "Flora of the Pacific Northwest". Botanical , 53 identification and nomenclature of plant material not found in Flora shall be based on 54 Bailey in "Hortus Third" or superseding editions and amendments or as referenced in 55 the plans. 56 ,57 8-02.3 Construction Requirements 58 SW 7TH ST/LIND AVE SW SIGNALIZATION _ 7THLIND I 62 -- 1 8-02.3(1) Responsibility During Construction 2 The Contractor shall ensure adequate and proper care of all plant material and work 3 done on this project until all plant establishment periods required by the contract are 4 complete or until physical completion of the project, whichever is last. Existing 5 vegetation shall not be disturbed unless required by the Contract or approved by the 6 Engineer. 7 8 Adequate and proper care shall include, but is not limited to, keeping all plant material in 9 a healthy, growing condition by watering, cultivating, pruning, and spraying. Plant 10 material crowns, runners, and branches shall be kept free of mulch at all times. This 11 work shall include keeping the planted areas free from insect infestation, weeds or 12 unwanted vegetation, litter, and other debris along with retaining the finished grades and 13 mulch in a neat uniform condition. 14 15 The Contractor shall have sole responsibility for the maintenance and appearance of 16 the roadside restoration. 17 18 8-02.3(2) Roadside Work Plan 19 Before starting any work described in Sections 8-02 and 8-03, the Contractor shall 20 submit a roadside work plan for approval by the Engineer. The roadside work plan shall 21 define the work necessary to provide all contract requirements, including: plant area 22 preparation, seeding, planting, plant replacement, irrigation, and weed control in 23 narrative form. 24 25 The Roadside Work Plan shall also include the following: 26 27 Progress Schedule 28 In accordance with Section 1-08.3, the Progress Schedule shall include the ' 29 planned time periods for work necessary to provide all contract requirements 30 covered in Sections 8-01, 8-02, and 8-03. Where appropriate, notes on the 31 schedule shall indicate the calendar dates during which these activities must occur. 32 33 Weed Control Plan 34 The Weed Control Plan shall be submitted and approved prior to starting any work 35 defined in Section 8-02.3(2). 36 37 Plant Establishment Plan 38 The Plant Establishment Plan shall be prepared in accordance with Section 8- 39 02.3(13), submitted and approved prior to initial planting acceptance in accordance 'll 40 with Section 8-02.3(12). 41 42 An emergency contact person for the Contractor shall also be listed. Should any 43 part of the roadside work plan become unworkable at any time, the Contractor shall 'III 44 submit, and receive approval of a revised plan prior to proceeding with further work. 45 46 The weed control plan shall show the scheduling of all weed control measures 47 required under the Contract including, hand weeding, rototilling, applications of 48 herbicides, noxious weed control, mowing, and shoulder slope weed control. Target 49 weeds and unwanted vegetation to be removed (no live top growth or roots) shall 50 be identified and listed in the weed control plan. 'lIN 51 52 The plan shall be prepared and signed by a licensed Commercial Pest Control 53 Consultant when chemical pesticides are proposed. The plan shall include 54 methods of weed control; dates of weed control operations; and the name, 55 application rate, and Material Safety Data sheets of all proposed herbicides. In 56 addition, the Contractor shall furnish the Engineer with a copy of the current 57 product label for each pesticide and spray adjuvant to be used. These product 58 labels shall be submitted with the weed control plan for approval. VIII 59 I VIII SW 7TH ST/UND AVE SW SIGNALIZATION fill 7TH_LIND 63 1 No on-site soil placement, grading, weed control, irrigation, or planting work shall 2 begin until the plan is approved. Upon approval of the roadside work plan by the 3 Engineer, the Contractor shall proceed in accordance with the approved plan. ' 4 5 8-02.3(2)A Chemical Pesticides 6 Application of chemical pesticides shall be in accordance with the label' 7 recommendations, the Washington State Department of Ecology, local sensitive area 8 ordinances, and Washington State Department of Agriculture laws and regulations. The 9 applicator shall be licensed by the State of Washington as a Commercial Applicator or 10 Commercial Operator with additional endorsements as required by the Special 11 Provisions or the proposed weed control plan. The Contractor shall furnish the 12 Engineer evidence that all operators are licensed with appropriate endorsements, and 13 that the pesticide used is registered for use by the Washington State Department of 14 Agriculture. The Contractor shall furnish the Engineer a copy of the product label and 15 Material Safety Data Sheet (MSDS) for each pesticide to be used. All chemicals shall 16 be delivered to the job site in the original containers. The licensed applicator or 17 operator shall complete a Commercial Pesticide Application Record (DOT Form 540- 18 509) each day the pesticide is applied, and furnish a copy to the Engineer by the 19 following business day. 20 21 The Contractor shall use extreme care to ensure confinement of the chemicals within 22 the areas designated. The use of spray chemical pesticides shall require the use of 23 antidrift and activating agents, and a spray pattern indicator unless otherwise allowed by 24 the Engineer. ' 25 26 The Contractor shall assume all responsibility for rendering any, area unsatisfactory for 27 planting by reason of chemical application. Damage to adjacent areas, either on or off 28 the highway right of way, shall be repaired to the satisfaction of the Engineer or.the ' 29 property owner, and the cost of such repair shall be borne by the Contractor. 30 31 8-02.3(2)B Weed Control 32 Those weeds specified as noxious by the Washington State Department of Agriculture, 33 the local Weed District, or the County Noxious Weed Control Board shall be controlled 34 on the project in accordance with the weed control plan or as directed by the Engineer. 35 36 During the life of the contract, the Contractor shall apply a nonselective residual 37 herbicide to the area between the edge of paved shoulders and a point shown in the 38 Plans or as designated by the Engineer. The Contractor shall make additional 39 applications when ordered by the Engineer. A nonselective herbicide recommended for , 40 use adjacent to shrub and grass areas, and in ditches shall be used. 41 42 8-02.3(3) Planting Area Weed Control 43 All planting areas shall be prepared so that they are weed and debris free at the time of 44 planting and until completion of the project. The planting areas shall include the entire 45 ground surface, regardless of cover, all planting beds, areas around plants, and those 46--- areas shown in the Plans. 47 48 At no time during the life of the Contract shall the Contractor allow weeds or unwanted 49 vegetation to reach seed stage. 50 51 All applications of post-emergent herbicides shall be made while green and growing 52 tissue is present. Should unwanted vegetation reach the seed stage, in violation of 53 these Specifications, the Contractor shall physically remove and bag the seed heads. 54 All physically removed vegetation and seed heads shall be disposed of off site at no 55 cost to the Contracting Agency. 56 57 8-02.3(4) Topsoil 58 Topsoil shall be evenly spread over the specified areas to the depth shown in the Plans , 59 or as otherwise ordered by the Engineer. The soil shall be cultivated to a depth of 1 foot 60 or as specified in the Special Provisions or the Plans. After the topsoil has been spread, SW TTH ST/LIND AVE SW SIGNALIZATION 7TH LIND 64 ' 1 all large clods, hard lumps, and rocks 3 inches in diameter and larger, and litter shall be 2 raked up, removed, and disposed of by the Contractor. 3 4 Topsoil shall not be placed when the ground or topsoil is frozen, excessively wet, or in 5 the opinion of the Engineer in a condition detrimental to the work. 6 7 8-02.3(4)A Topsoil Type A 8 Topsoil Type A shall be as specified in the Special Provisions. 9 10 8-02.3(4)B Topsoil Type B ' 11 Topsoil Type B shall be native topsoil taken from within the project limits and shall meet 12 the requirements of Section 9-14.1(2). 13 14 Topsoil Type B shall be taken from areas designated by the Engineer to the designated 15 depth and stockpiled at locations that will not interfere with the construction of the 16 project, as approved by the Engineer. Areas beyond the slope stakes shall be disturbed 17 as little as possible in the above operations. 18 19 When topsoil Type B is specified, it shall be the Contractor's responsibility to perform 20 the excavation operations in such a manner that sufficient material is set aside to satisfy 21 the needs of the project. ' 22 23 Upon physical completion of the work, topsoil Type B remaining and not required for use 24 on the project shall be disposed of by the Contractor at no expense to the Contracting ' 25 Agency and to the satisfaction of the Engineer. 26 27 Should a shortage of topsoil Type B occur, and the Contractor has wasted or otherwise 28 disposed of topsoil material, the Contractor shall furnish topsoil Type C at no expense to ' 29 the Contracting Agency. 30 31 Topsoil Type B will not be considered as selected material, as defined in Section 32 2-03.3(10), and the conditions of said section shall not apply. ' 33 34 Materials taken from roadway excavation, borrow, stripping, or other excavation items, 35 and utilized for topsoil, will not be deducted from the pay quantities for the respective 36 items. 37 38 8-02.3(4)C Topsoil Type C 39 Topsoil TType C shall be native topsoil obtained from a source provided by the Contractor 'I 40 outside of the Contracting Agency-owned right of way. Topsoil Type C shall meet the 41 requirements of Section 8-02.3(4)B and Section 9-14.1(2). 42 43 8-02.3(5) Planting Area Preparation 'I 44 The work involved in preparing planting areas shall be conducted so the flow line in 45 drainage channels are maintained. Material displaced by the Contractor's operations, 46 which interferes with drainage, shall be removed from the channel and disposed of as 47 approved by the Engineer. The planting area shall be weed free with no top growth or 48 live roots before any soil work begins. 49 50 Before planting and final grading takes place, the area shall be cultivated when II 51 specified in the Plans or the Special Provisions. 52 53 The areas shall be brought to a uniform finished grade, 1 inch, or the specified depth of 54 mulch plus 1 inch, below walks, curbs, junction and valve boxes, catch basins, and �) 55 driveways, unless otherwise specified. All excess material and debris, stumps, and 56 rocks larger than 3 inches, shall be removed and disposed of off the project site or as 57 approved by the Engineer. 58 �II SW 7TH ST/LIND AVE SW SIGNALIZATION III 7TH_LIND 65 1 8-02.3(6) Steil Amendments 2 Soil amendments of the type, quality, and quantities specified shall be applied where 3 shown in the Plans or as specified in the Special Provisions. 4 5 8-02.3(7) Layout of Planting 6 All location layout and staking shall be the responsibility of the Contractor, subject to 7 approval of the Engineer before planting of each area begins. 8 9 The Engineer will make only the field measurements necessary to calculate and verify 10 quantities for payment. o 11 12 All trees to be planted in mowable grass areas shall be located a minimum of 10 feet 13 from.the edge of planting beds, other trees, fence lines, and bottom of ditches unless, 14 otherwise specified. 15 16 Tree locations shown in the Plans shall be considered approximate unless shown with 17 stationing and offset distance. In irrigated areas, trees shall be located so their trunk is 18 a minimum of 1/3 of the spray radius away from the nearest sprinkler head. 19 20 Unless otherwise shown, planting beds located adjacent to roadways shall begin at the 21 shoulder subgrade. 22 23 8-02.3(8) Planting 24 No plant material shall be planted until it has been inspected and approved for planting o 25 by the Engineer. Rejected material shall be removed from the project site. 26 27 Under no circumstances will planting during freezing weather or in frozen ground be 28 permitted.All planting shall be accomplished during the following periods: o 29 30 1. Nonirrigated Plant Material 31 September 15 to March 31. 32 2. Irrigated Plant Material 33 In irrigated areas, plant material shall not be installed until the irrigation system 34 is fully operational. 35 36 Plants shall not be placed in areas that are below the finished grade. ' 38 Planting hole sizes for plant material shall be in accordance with the details shown in 39 the Plans. Any glazed surface of the planting hole shall be removed by hand methods. o 40 41 Plant material supplied in containers shall not be removed from the containers until the 42 time of planting at the planting location. Roots of bare root stock shall not be bunched, 43 curled, twisted, or unreasonably bent when placed in the planting hole. All bare root ' 44 plant material shall be dormant at the time of planting. 45 46 Fascines shall be installed in accordance with the requirements of Section 8-01.3(10). 47 48 After placing balled and buriapped plants, all inorganic, plastic, or treated burlap and all 49 string or wire lacing shall be completely removed. A burlap-lined wire basket container 50 may be used in lieu of laced burlap. The top 1/z of the basket shall be removed after the , 51 plant is positioned in the planting hole. 52 53 The plant material shall be handled in such a manner that the root systems are kept 54 covered and damp at all times. The root systems of all bare root plant material shall be 55 dipped in a slurry of silt and water immediately prior to planting. The root systems of 56 container plant material shall be moist at the time of planting. In their final position, the 57 plants shall have the same relationship to the finished grade as when growing in the o 58 nursery or container. After planting, the backfill material and root ball shall be 59 thoroughly watered in within 24 hours. 60 SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 66 1 The Contractor shall provide and apply an antidesiccant substance to all coniferous 2 plant material and to all deciduous trees (when in leaf) before the plants leave the 3 nursery. The Contractor shali supply a letter of certification that the antidesiccant has 4 been applied in accordance with the manufacturer's recommendations. 5 6 8-02.3(9) Pruning, Staking, Guying, and Wrapping 7 Plants shall be pruned at the time of planting, if needed, to remove minor broken or 8 damaged twigs, branches or roots. Pruning shall be done with a sharp tool and shall be 9 done in such a manner as to retain or to encourage natural growth characteristics of the 10 plants. 11 12 When the lowest branch on a 2-inch caliper or larger deciduous tree occurs at 3 feet or 13 more from ground level, the trunks shall be wrapped with a tree wrapping material. Tree 14 wrap'may be self-adhering or secured using tape. Staples will not be allowed. 15 16 Each tree shall be staked or guyed before completion of the backfilling in accordance 17 with the details shown in the Plans. 18 19 All staking, guying, and wrapping shall be completely removed at the end of the first 20 year of plant establishment, unless otherwise approved by the Engineer. 21 22 8-02.3(10) Fertilizers 23 Fertilizers shall be applied in the form specified in the Special Provisions. Application 24 procedures shall be in accordance with the manufacturer's recommendations or as 25 specified in the Special Provisions. The Contractor shall submit for approval a 26 guaranteed fertilizer analysis label for the selected product. 27 28 8-02.3(11) Bark or Wood Chip Mulch 29 Bark or wood chip mulch of the type and depth specified shall be applied where shown 30 in the Plans or as specified in the Special Provisions. Any contamination of the mulch 31 due to the Contractor's operations shall be corrected to its former condition at the 32 Contractor's expense. Mulch shall be feathered to the base of the plant and 1 inch 33 below the top of junction and valve boxes, curbs, and pavement edges. All plant crowns 34 shall be free of mulch. Mulch placed to a thickness greater than specified shall be at no 35 additional cost to the Contracting Agency. 36 37 8-02.3(12) Completion of Initial Planting 38 Upon completion of the initial planting within a designated area, the Engineer will make 39 an inspection of all plant material and notify the Contractor, in writing, of any 40 replacements or corrective action necessary to meet the Contract Provisions. The 41 Contractor shall replace all materials rejected or missing and correct unsatisfactory 42 conditions. 43 44 Completion of the initial planting within a designated area includes the following: 45 46 1. A minimum of 95 percent of each of the plant material categories, as described 47 in Section 8-02.1, shall be in a healthy and vigorous growing condition and 48 shall be installed as shown in the Contract Plans. 49 50 2. Planting Area cleanup. 51 52 3. Repairs completed for the entire project, including but not limited to full 53 operation of the irrigation system, complete mulch coverage, and all weeds 54 controlled. 55 56 4. Approval of plant establishment plan. 57 SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 67 1 8-02.3(13) Plant Establishment 2 Plant establishment shall consist of caring for all plants planted on the project and 3 caring for the planting areas within the project limits. The provisions of Section 1- 4 07.13(2) and 1-07.13(3) do not apply to this section 5 6 The Contractor shall submit a first year plant establishment plan, for approval by the 7 Engineer. The Plan shall show the proposed scheduling of activities, materials, and 8 equipment to be utilized for the first year y plant establishment. The Plan shall include the 9 management of the irrigation system, when applicable. Should the P Ian become 10 unworkable at any time during the first year plant establishment, the Contractor shall 11 submit a revised P Ian. 12 13 The first year of plant establishment shall begin immediately upon written notification 14 from the Engineer of the acceptance of initial planting for the entire project. The first 15 year plant establishment period shall be a minimum of one calendar year. 16 17 During the first year plant establishment period, it shall be the Contractor's responsibility 18 to perform all work necessary to ensure the resumption and continued growth of the 19 transplanted material. This care shall include, but not be limited to, labor and materials 20 necessary for removal of foreign, dead, or rejected plant material, maintaining a weed- 21 free condition, and the replacement of all unsatisfactory plant material planted under the 22 contract. If plants are stolen or damaged by the acts of others, the Contracting Agency 23` will pay invoice cost only for the replacement plants with no mark-up and the Contractor 24 will be responsible for the labor to install the replacement plants. 25 26 The Contractor shall meet with the Engineer for the purpose of joint inspection of the 27 planting material on the closest working day to the first day of the month. The 28 Contractor shall correct all conditions unsatisfactory to the Engineer within a 10-day 29 period immediately following the inspection. Failure to comply with corrective steps as 30 outlined by the Engineer shall constitute justification for the Contracting Agency to take 31 corrective steps and to deduct all costs thereof from any monies due the Contractor. At 32 the end of the plant establishment period, plants that do not show normal growth shall 33 be replaced. 34 35 All automatic irrigation systems shall be operated fully automatic during the plant 36 establishment period and until final acceptance of the contract. Payment for water used 37 to water in plants, or hand watering of plant material or lawn areas unless otherwise 38 speed, is the responsibility of the contractor during the first year plant establishment 39 period. 40 41 Subsequent year plant establishment bllshment periods, when included in the contract, shall begin 42 immediately at the completion of the preceding year's plant establishment period. Each Y 43 subsequent year plant establishment period shall be one full calendar year in duration. 44�y 45 During the year plant establishment periods, whichever may apply, the Contractor 46 shall maintain all plant establishment areas in a condition that is free of unwanted 47 vegetation. Weeds and unwanted vegetation shall not be allowed to reach seed stage. 48 The Contractor shall perform all other work necessary to the continued healthy and 49 vigorous growth of all plant material as ordered by the Engineer. The Contractor shall 50 perform this work on a force account basis at the direction of the Engineer. 51 52 8-02.3(14) Plant Replacement 53 The Contractor ct shall be responsible p sable for growing or providing enough plants for 54 replacement of all plant material rejected through first year plant establishment. All 55 rejected plant material shall be replaced at dates approved by the Engineer. 56 57 All replacement plants shall be of the same species and quality as the plants they 58 replace. Plants may vary in size reflecting one season of growth should the Contractor 59 elect to hold plant material under nursery conditions for an additional year to serve as 60 replacement plants. SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND gg ' 1 2 8-02.3(15) Erosion Control Seeding, Fertilizing, and Mulching 3 4 8-02.3(15)A Preparation For Final Application 5 Areas to be cultivated are shown in the Plans or specified in the Special Provisions. 6 The areas shall be cultivated to the depths specified to provide a reasonably firm but 7 friable seedbed. Cultivation shall take place no sooner than two weeks prior to seeding. 8 9 All areas to be seeded, including excavated slopes shall be compacted and prepared 10 unless otherwise specified or ordered by the Engineer. Unless seed is covered with soil 11 immediately after seed application, a cleated roller, crawler tractor, or similar equipment, 12 approved by the Engineer that forms longitudinal depressions at least 2 inches deep 13 shall be used for compaction and preparation of the surface to be seeded. The entire 14 area shall be uniformly covered with longitudinal depressions formed perpendicular to 15 the natural flow of water on the slope unless otherwise approved by the Engineer. The 16 soil shall be conditioned with sufficient water so the longitudinal depressions remain in 17 the soil surface until completion of the seeding. The area shall be compacted within 18 three weeks prior to seeding. Prior to seeding, the finished grade of the soil shall be 1 19 inch, or the specified depth of mulch, below the top of all curbs, catch basins, junction 20 and valve boxes, walks, driveways, and other structures. 21 ' 22 8-02.3(15)6 Seeding and Fertilizing 23 Seed and fertilizer shall be placed at the rate, mix and analysis specified in the Special 24 Provisions or as designated by the Engineer. 25 26 The Contractor shall notify the Engineer not less than 24 hours in advance of any 27 seeding operation and shall not begin the work until areas prepared or designated for 28 seeding have been approved. Following the Engineer's approval, seeding of the 29 approved slopes shall begin immediately. 30 31 Seeding shall not be done during windy weather or when the ground is frozen, 32 excessively wet, or otherwise untillable. Seed and fertilizer may be sown by one of the 33 following methods: 34 35 1. An approved hydro seeder that utilizes water as the carrying agent, and 36 maintains continuous agitation through paddle blades. It shall have an 37 operating capacity sufficient to agitate, suspend, and mix into a homogeneous 38 slung the specified amount of seed and water or other material. Distribution 39 and discharge lines shall be large enough to prevent stoppage and shall be 40 equipped with a set of hydraulic discharge spray nozzles that will provide a 41 uniform distribution of the slurry. 42 43 2. Approved blower equipment with an adjustable disseminating device capable ' 44 of maintaining a constant, measured rate of material discharge that will ensure 45 an even distribution of seed at the rates specified. 46 47 3. Helicopters properly equipped for aerial seeding. 48 49 4. Approved power-drawn drills or seeders. 50 51 5. Areas in which the above methods are impractical may be seeded by 52 approved hand methods. 53 54 When seeding by hand, the seed shall be incorporated into the top 1/4 inch of soil by ' 55 hand raking or other method that is approved by the Engineer. 56 57 The seed shall have a tracer added to visibly aid uniform application. This tracer shall 58 not be harmful to plant and animal life. If wood cellulose fiber is used as a tracer, the 59 application rate shall not exceed 250 pounds per acre. Hand seeding operations are 60 excluded from this requirement. SW 7TH ST/UND AVE SW SIGNALIZATION 7TH_LIND 69 1 2 Seed and fertilizer may be applied in one application provided that the fertilizer is placed 3 in the hydro seeder tank no more than one hour prior to application. 4 5 8-02.3(15)C Liming 6 Agricultural lime shall be applied at the rates specified in the Special Provisions. The 7 method of application shall be in conformance with all air and water pollution regulations 8 and shall be approved by the Engineer. 9 10 8-02.3(15)D Mulching 11 Mulch of the type specified in the Special Provisions shall be furnished, hauled, and i 12 evenly applied at the rates indicated and shall be spread on seeded areas within 48 13 hours after seeding unless otherwise specified. 14 15 Distribution of straw mulch material shall be by means of an approved mulch spreader 16 that utilizes forced air to blow mulch material on seeded areas. In spreading straw 17 mulch, the spreader shall not cut or break the straw into short stalks. 18 19 Wood cellulose fiber may be applied with seed and fertilizer West of the summit of the 20 Cascade Range. East of the summit of the Cascade Range, seed and fertilizer shall be 21 applied in one application followed by the application of wood cellulose fiber. Wood , 22 cellulose fiber used as mulch shall be suitable for application with a hydro seeder as 23 specked in Section 8-02.3(15)B. 24 25 Areas not accessible by mulching equipment shall be mulched by approved hand 26 methods. 27 28 Mulch sprayed on signs or sign structures shall be removed the same day. 29 30 8-02.3(15)E Soil Binder or Tacking Agent 31 When the proposal includes a pay item for soil binders and tacking agents, they shall be 32 applied in accordance with the manufacturer's recommended requirements. Tackifiers 33 used as a tie-down for seed and mulch shall be applied in quantities sufficient to equal 34 the retention properties of guar when applied at the rate of 60 pounds per acre. 35 ,36 8-02.3(15)F Dates for Application of Final Seed, Fertilizer, and Mulch 37 Unless otherwise approved by the Engineer, the final application of seeding, fertilizing, 38 and mulching of slopes shall be performed during the following periods: 39 40 West of the summit of the Cascade Range - March 1 to May 15 and August 15 to 41 October 1. Where contract timing is appropriate, seeding, fertilizing, and mulching 42 shall be accomplished during the fall period listed above. Written permission to 43 seed after October 1 will only be given when physical completion of the project is , 44-- imminent and the environmental conditions are conducive to satisfactory growth. 45 46 - East of the summit of the Cascade Range -August 15 to November 15. Seeding, 47 fertilizing, and mulching shall be accomplished during this fall period only. 48 49 All roadway excavation and embankment slopes, including excavation and embankment 50 slopes that are partially completed to grade, shall be prepared and seeded during the 51 first available seeding window. 52 53 When environmental conditions are not conducive to satisfactory results, the Engineer 54 may suspend work until such time that the desired results are likely to be obtained. 55 56 The Contractor will be responsible to ensure a healthy stand of grass, otherwise, the 57 Contractor will, restore eroded areas, clean up eroded materials, and reseed, fertilize 58 and mulch, at no additional cost to the Contracting Agency. 59 SW 7TH ST/UND AVE SW SIGNALIZATION 7TH_LIND 70 1 8-02.3(15)G Protection and Care of Seeded Areas 2 In addition to the requirements of Section 1-07.13(1), the contractor shall be responsible 3 for performing the following duties: 4 5 1. Protect all areas involved against vehicle and pedestrian traffic by use of 6 approved warning signs and barricades. 7 ' 8 2. Areas, which have been damaged through any cause prior to final inspection, 9 and areas failing to receive a uniform application at the specified rate, shall be 10 reseeded, refertilized, and remulched at the Contractor's expense. 11 12 3. Seeded areas within the planting area shall be considered part of the planting 13 area. Weeds within the seeded areas shall be controlled in accordance with 14 Section 8-02.3(3). 15 16 8-02.3(15)H Inspection 17 Inspection of any area will be made upon completion of seeding, fertilizing, or mulching. 18 The work in any area will not be measured for payment until a uniform distribution of the 19 materials is accomplished at the specified rate. Areas not receiving a uniform 20 application of seed, fertilizer, or mulch at the specified rate, as determined by the 21 Engineer, shall be reseeded, refertilized, or remulched at the Contractor's expense prior 22 to payment. 23 24 8-02.3(15)1 Mowing 25 When the proposal contains the bid item "Mowing" or mowing areas are defined, the 26 Contractor shall mow all grass growing areas and slopes 2.5 (H) to 1 M or flatter 27 except for naturally wooded and undergrowth areas. Trimming around traffic facilities, 28 structures, planting areas, or other features extending above ground shall be 29 accomplished preceding or simultaneously with each mowing by use of power-driven or 30 hand-operated machinery and tools to achieve a neat and uniform appearance. 31 32 Each mowing shall be considered as one coverage of all grass areas to be mowed 33 within a defined area. Prospective bidders shall verify the estimated acreage, the 34 topography, irregularity of the area, slopes involved, and access limitations to determine 35 the appropriate equipment to use for mowing. Equipment and tools shall be provided 36 such as, but not limited to, tractor-operated rotary or flail-type grass cutting machines 37 and tools or other approved equipment. Power driven equipment shall not cause ruts or 38 deformation of improved areas. Sickle type grass cutters will be permitted only on 39 slopes of drainage ditches, berms, or other rough areas. The equipment and tools shall 40 be in good repair at all times and maintained so that a clean, sharp cut of the grass will 41 result at all times. The Engineer will determine the actual number of mowings. The 42 height of mowing will be 4 to 6 inches or as designated in the Plans or in the Special 43 Provisions. 45 Mowing equipment shall be operated and equipped with suitable guards to prevent 46 throwing rocks or debris onto the traveled way or off the right of way. Equipment, which 47 pulls or rips the grass or damages the turf in any manner will not be permitted. The 48 Engineer will be the sole judge of the adequacy of the equipment, safeguards, and 49 methods of use. The Contractor will not be required to collect or remove clippings from 50 the project except on the traveled way, shoulder, walkway, or other areas designated by 51 the Engineer. 52 53 8-02.3(16) Lawn Installation 54 In irrigated areas, lawn installation shall not begin until the irrigation system is fully 55 operational. 56 57 Seed mix and rate of application shall be as specified in the Special Provisions. 58 59 Unless otherwise approved by the Engineer, seeded lawn installation shall be performed 60 during the following periods of at the location shown: SW 7TH ST/LIND AVE SW SIGNALIZATION ' 7TH_LI N D 71 1 2 West of the summit of the Cascade Range - March 1 to October 1. 3 East of the summit of the Cascade Range -April 15 to October 1. 4 5 The Contractor shall have the option of sodding in lieu of seeding for lawn installation ale 6 no additional expense to the Contracting Agency. Seeding in lieu of sodding will not be 7 allowed. 8 9 Topsoil for seeded or sodded lawns shall be placed at the depth and locations shown i 10 the Plans. The topsoil shall be cultivated to the specified depth, raked to a smooth every 11 grade without low areas to trap water and compacted, all as approved by the Engineer. 12 13 Sod strips shall be placed within 48 hours of being cut. Placement shall be without voids 14 and have the end joints staggered. The sod shall be rolled with a smooth roller= 15 following placement. 16 17 Barriers shall be erected, with warning signs where necessary, to preclude pedestrians 18 traffic access to the newly placed lawn during the establishment period. 19 20 . 8-02.3(17) Lawn Establishment 21 Lawn establishment shall consist of caring for all new lawn areas within the limits of the 22 project. 23 24 The lawn establishment period shall begin immediately after the lawn planting has been 25 accepted by the Engineer and shall extend to the end of four mowings or 20 working 26 days which ever is longer. The mowings shall be done in accordance with 8-02.3(18)1. 27 28 During the lawn establishment period, it shall be the Contractor's responsibility to 29 ensure the continuing healthy growth of the turf. This care shall include labor and 30 materials necessary to keep the project in a presentable condition, including but not 31 limited to, removal of litter, mowing, trimming, removal of grass clippings, edging, 32 fertilization, insecticide and fungicide applications, weed control, watering, repairing the 33 irrigation system, and repair and reseeding any and all damaged areas. Lawn mowing 34 shall be performed once each week, or as ordered by the Engineer, during the lawn 35 establishment period with no additional compensation. 36 37 Temporary barriers shall be removed only on written permission from the Engineer. 38 39 All work performed under lawn establishment shall comply with established turf , 40 management practices. 41 42 Acceptance of lawn planting as specified shall be based on a uniform stand of grass 43 and a uniform grade at the time of final inspection. Areas that are bare or have a poor 44 stand of grass, and areas not having a uniform grade through any cause before final 45 " inspection, shall be recultivated, regraded, reseeded, or resodded and refertilized as 46 specified at no additional cost to the Contracting Agency. , 47 48 8-02.3(18) Lawn Mowing 49 Lawn mowing shall begin immediately after the lawn establishment period has been 50 accepted by the Engineer and shall extend to the end of the contract or the first year t 51 plant establishment, whichever is last. 52 53 The Contractor shall accomplish the following minimum requirements: 54 55 1. Mowing, trimming, and edging shall be done as often as conditions dictate. 56 Maximum height of lawn shall not exceed 3 inches. The cutting height shall be 57 2 inches. Cuttings, trimmings, and edgings shall be disposed of off the project 58 site. When the Engineer approves the use of a mulching mower, trimmings 59 may be left in place. 60 SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 72 I 1 2. Watering shall be as often as conditions dictate depending on weather and soil 2 conditions. 3 4 3. Provide fertilizer, weed control, and other measures as necessary to maintain a 5 healthy stand of grass. 6 7 8-02.4 Measurement 8 Topsoil, mulch and soil amendments will be measured by the cubic yard in the haul 9 conveyance at the point of delivery. 10 11 Live fascine will be measured by the linear foot. 12 13 Brush layer will be measured by the linear foot. 14 15 Live pole will be measured per each. 16 17 Live stake row will be measured by the linear foot 18 19 Live brush mattress will be measured by the surface square yard. 20 21 Compost Will be measured by the cubic yard in the haul conveyance at the point of 22 delivery. 23 24 The quantity of topsoil Type B used on the project will not be deducted from the total 25 quantity of roadway excavation, borrow, strippings, or other excavation for which haul is 26 being paid. 27 28 The pay quantities for plant materials will be determined by count of the number of 29 satisfactory plants in each category accepted by the Engineer. 30 31 Weed barrier mat will be measured per each 32 33 Fertilizer will be measured in pounds 34 35 Seeding, fertilizing, liming, mulching, mowing, and soil binder or tacking agent will be 36 measured in acres by ground slope measurement or through the use of design data. 37 38 Seeding and fertilizing by hand will be measured by the square yard. No adjustment in 39 area size will be made for the vegetation free zone around each plant. 40 41 Water will be measured in accordance with Section 2-07.4. Measurement will be made 42 of only that water hauled in tank trucks or similar equipment. 43 44 Seeded lawn, sod installations, and lawn mowing will be measured along the ground 45 slope and computed in square yards of actual lawn completed, established, and 46 accepted. 47 48 8-02.5 Payment 49 Payment will be made in accordance with Section 1-04.1, for each of the following listed 50 bid items that are included in the proposal: 51 52 "Topsoil Type ", per cubic yard. 53 The unit contract price per cubic yard for "Topsoil Type " shall be full pay for 54 providing the source of material for topsoil Type A and C, for excavating, loading, 55 hauling, Intermediate windrowing, stockpiling, weed control and removal, placing, 56 spreading, processing, cultivating, and compacting topsoil Type A, Type B, and 57 Type C. 58 59 "Plant Selection_", per each. 60 "PSIPE ", per each. (PSIPE is Plant Selection Including Plant Establishment.) SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 73 1 The unit contract price for "Plant Selection ", per each, and "PSIPE " per 2 each, shall be full pay for all materials, labor, tools, equipment, and supplies 3 necessary for weed control within the planting area, planting area preparation, fine 4 grading, planting, cultivating, and cleanup for the particular items called for in the 5 Plans. 6 7 As the plants that include plant establishment are obtained, propagated, and grown, 8 partial payments shall be made as follows after inspection by the Engineer: 9 10 Payment of 5 percent of the unit contract price, per each, when the plant materials 11 have been contracted, propagated, and are growing under nursery conditions. The 12 Contractor shall provide the Engineer with certification that the plant material has 13 been procured or contracted for delivery to the project for planting within the time 14 limits of the project. The certification shall state the location, quantity, and size of 15 all material. 16 17 Payment shall be increased to 15 percent of the unit contract price, per each, upon 18 completion of the initial weed control work. 19 20 Payment shall be increased to 60 percent of the unit contract price per each for the 21 contracted plant material in a designated unit area when planted. 22 23 Payment shall be increased to 80 percent of the unit contract price per each for 24 contracted plant material at the completion of the initial planting. 25 26 Payment shall be increased to the appropriate percentage upon accomplishment of 27 the following phases of plant establishment. 28 29 3 months after completion of initial planting 85% 30 6 months after completion of initial planting 90% 31 Completion of 1 st year plant establishment 100% 32 33 As the plants that do not include plant establishment are obtained, propagated, and 34 grown, partial payments shall be made as follows: 35 36 Payment of 15 percent of the unit contract price per each when the plant materials 37 have been contracted, propagated, and are growing under nursery conditions. The 38 Contractor shall provide the Engineer with certification that the plant material has 39 been procured or contracted for delivery to the project for planting within the time 40 limits of the project. The certification shall state the location, quantity, and size of 41 all material. 42 43 Payment shall be increased to 90 percent of the unit contract price per each for 44 contracted plant material at the completion of the initial planting. 45 46' Y Payment shall be increased to 100 percent at the physical completion of the 47 contract. 48 49 All partial payments shall be limited to the actual number of healthy vigorous plants that 50 meet the stage requirements, limited to plan quantity. Previous partial payments made 51 for materials rejected or missing will be deducted from future payments due the 52 Contractor. 53 , 54 "Live Fascine", per linear foot. 55 "Live Pole", per each. 56 "Live Stake Row", per linear foot. 57 "Live Brush Mattress", per square yard. 58 "Plant Establishment- Year", will be paid in accordance with Section 1-09.6. 59 "Brush Layer", per linear foot. 60 "Weed Barrier Mat", per each SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 74 ' 1 The unit contract price per each for "Weed Barrier Mat" shall be full pay to provide 2 and install the weed barrier mat as specified, to maintain the mat in place 3 throughout the plant establishment period, and to remove the mat when ordered by ' 4 the Engineer. 5 6 "Compost Type ", per cubic yard. 1 7 The unit contract price per cubic yard for "Compost Type _" shall be full pay for 8 fumishing and spreading the compost onto the existing soil. 9 10 "Fertilizer", per pound. 11 "Weed Control', will be paid in accordance with Section 1-09.6. i 12 "Pesticide Application", will be paid in accordance with Section 1-09.6. 13 14 For the purpose of providing a common proposal for all bidders, the Contracting 15 Agency entered an amount for "Plant Establishment - Year', "Weed Control", 16 and "Pesticide Application' in the proposal to become a part of the total bid by the 17 Contractor. 18 19 "Soil Amendment", per cubic yard. 20 "Bark or Wood Chip Mulch", per cubic yard. 21 "Water, per M Gal. 22 "Seeding', per acre. 23 °Seeding and Fertilizing', per acre. 24 "Seeding, Fertilizing, and Mulching", per acre. 25 "Seeding and Mulching", per acre. 26 "Seeding and Fertilizing by Hand', per square yard. 27 "Fertilizing', per acre. 28 "Second Application of Fertilizer', per acre. 29 "Liming', per acre. 30 "Mulching', per acre. . 31 "Soil Binder or Tacking Agent", per acre. 32 "Mowing', per acre. 33 "Seeded Lawn Installation', per square yard. 34 "Sod Installation', per square yard. 35 "Lawn Mowing', per square yard. 36 The unit contract price per square yard for "Seeded Lawn Installation" or "Sod 37 Installation' shall be full pay for all costs necessary for weed control within the 38 seeding area, to prepare the area, plant or sod the lawn, erect barriers, and 39 establish lawn areas and for furnishing all labor, tools, equipment, and materials 40 necessary to complete the work as speed and shall be paid in the following 41 sequence for healthy, vigorous lawn: 42 43 Completion of Lawn Planting 60 percent of individual areas 44 Mid Lawn Establishment 45 (after 2 mowings) 85 percent of individual areas 46 Completion of Lawn Establishment 100 percent of individual areas 47 (after 4 mowings) 48 49 SECTION 8-03, IRRIGATION SYSTEM 50 December 2, 2002 51 This section is revised to read: 52 53 8-03.1 Description 54 This work shall consist of installing an irrigation system in accordance with these 55 Specifications and the details shown in the Plans or as staked. 56 57 The irrigation system has been designed using the products as shown in the Sprinkler 58 Legend/Performance Data table and the irrigation details. If approved by the Engineer, ' SW 7TH ST/LIND AVE SW SIGNALIZATION ' 7TH_LIND 75 1 the Contractor may supply different manufacturer products, but only if the products are 2 of equal performance and material quality as shown in the Plans. 3 4 8-03.2 Materials 5 Materials shall meet the requirements of Sections 9-15 and 9-29. 6 7 8-03.3 Construction Requirements 8 Location of pipe, tubing, sprinkler heads, emitters, valves, and other equipment shall be 9 as shown in the Plans and shall be of the size and type indicated. No changes shall be 10 made except as approved by the Engineer. 11 12 Potable water supplies shall be protected against cross-connections in accordance with 13 applicable Contracting Agency rules and regulations. 14 15 Water service connections shall be made by the Contractor as indicated in the Plans 16 and Special Provisions and such installations and equipment shall conform to the -- 17 requirements set forth by the supplying agency. 18 19 Construction of electrical systems shall conform to applicable portions of Sections 8-20 20 and 9-29. 21 22 8-03.3(1) Layout of Irrigation System 23 The Contractor shall stake the irrigation system following the schematic design shown in 24 the Plans, before the construction begins. Alterations and changes in the layout may be 25 expected in order to conform to ground conditions and to obtain full and adequate 26 coverage of plant material with water, however, no changes in the system as planned 27 shall be made without the prior authorization of the Engineer. 28 29 Irrigation Potholing 30 Existing underground irrigation casing pipe ends shall be located by potholing, as 31 specked by the Engineer. 32 33 8-03.3(2) Excavation 34 Pipe trenches shall be no wider at any point than is necessary to lay the pipe or install 35 equipment. The top 6 inches of topsoil, when such exists, shall be kept separate from 36 subsoil and shall be replaced as the top layer when backfill is made. Trench bottoms 37 shall be relatively smooth and consist of sand or other suitable material free from rocks, 38 stones, or any material that might damage the pipe. Trenches in rock or other material 39 unsuitable for trench bottoms shall be excavated 6 inches below the required depth and 40 shall be backfilled to the required depth with sand or other suitable material free from 41 rocks or stones. 42 43 The Contractor shall exercise care when excavating trenches near existing trees to 44=a;=. minimize damage to tree roots. Where roots are 2 inches and greater in diameter, 459— except in the direct path of the pipe, the pipe trench shall be hand excavated and 46 tunneled. When large roots are exposed, they shall be wrapped with heavy burlap for 47 protection and to prevent excessive drying. Trenches dug by machines adjacent to 48 trees having roots 2 inches and less in diameter shall have the sides hand trimmed 49 making a clean cut of the roots. Trenches having exposed tree roots shall be backfilled 50 within 24 hours unless adequately protected by moist burlap or canvas as approved by 51 the Engineer. 52 53 Detectable marking tape shall be placed in the trench 6 inches directly above, parallel 54 to, and along the entire length of all nonmetallic water pipes and all nonmetallic and 55 aluminum conduits placed under existing or future pavement. The width of the tape 56 shall be as recommended by the manufacturer. 57 58 8-03.3(3) Piping 59 All lines shall be a minimum of 18 inches below finished grade measured from the 60 bottom of the pipe or as shown in the Plans. All live mains to be constructed under SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 76 1 existing pavement shall be placed in irrigation conduits jacked under pavement unless 2 otherwise noted in the plans. All PVC pipe installed under areas to be paved shall be 3 placed in irrigation conduit. Irrigation conduit shall extend a minimum of 1 foot beyond 4 the limits of pavement. All jacking operations shall be performed in accordance with an 5 approved jacking plan. Where possible, mains and laterals or section piping shall be 6 placed in the same trench. All lines shall be placed a minimum of 3 feet from the edge 7 of concrete sidewalks, curbs, guardrail, walls, fences, or traffic barriers. 8 9 Mainlines and lateral lines shall be defined as follows: 10 11 Mainlines: All supply pipe and fittings between the water meter and the irrigation 12 control valves. 13 14 Lateral Lines: All supply pipe and fittings between the irrigation control valves and 15 the connections to the irrigation heads. Swing joints, thick walled poly pipe, flexible 16 risers, rigid pipe risers, and associated fittings are not considered part of the lateral 17 line but incidental components of the irrigation heads. 18 19 Pipe pulling will not be allowed for installation and placement of irrigation pipe. 20 21 8-03.3(4) Jointing I 22 During construction, pipe ends shall be plugged or capped to prevent entry of dirt, 23- rocks, or other debris. 24 25 All galvanized steel pipe shall have sound, clean cut, standard pipe threads well fitted. 26 All pipes shall be reamed to the full diameter and burrs removed before assembly. 27 Threaded galvanized steel joints shall be constructed using either a nonhardening, 28 nonseizing multipurpose sealant or teflon tape or paste as recommended by the pipe 29 manufacturer. All threaded joints shall be made tight with wrenches without the use of 30 handle extensions. Joints that leak shall be cleaned and remade with new material. 31 Caulking or thread cement to make joints tight will not be permitted. 32 33 PVC pipe, couplings, and fittings shall be handled and installed in accordance with the 34 manufacturer's recommendation. The outside of the PVC pipe shall be chamfered to a 35 minimum of 1/16 inch at approximately 22 degrees. Pipe and fittings shall be joined by 36 solvent welding. Solvents used must penetrate the surface of both pipe and fitting 37 which will result in complete fusion at the joint. Use solvent and cement only P 1 Y as 38 recommended by the pipe manufacturer. 39 40 Threaded PVC joints shall be assembled using Teflon tape as recommended by the 41 pipe manufacturer. 42 43- On plastic to metal connections, work the metal connection first. Use a nonhardening 44 compound on threaded connections. Connections between metal and plastic are to be 45 threaded utilizing female threaded PCV adapters with threaded schedule 80 PVC nipple 46 only. 47 48 Polyethylene pipe and fittings shall be installed in accordance with the manufacturer's 49 recommendations. The ends of the polyethylene pipe shall be cut square and inserted 50 to the full depth of the fitting. Clamps for insert fittings shall be stainless steel. 51 52 8-03.3(5) Installation 53 Galvanized pipe shall be used from the water meter or service connection through the 54 cross-connection control device. 55 56 Final position of turf heads shall be between 1/2 inch and 1 inch above finished grade 57 measured from the top of the sprinkler. All sprinklers adjacent to walks, curbs, and 58 pavement shall be placed as shown in the Plans. 59 SW 7TH ST/LIND AVE SW SIGNALIZATION '� 7TH_LIND 77 1 Shrub heads, unless otherwise specified, shall be placed on risers approximately 2 12 inches above finished grade. 3 4 Final position of valve boxes, capped sleeves, and quick coupler valves shall be 5 between 1/2 inch and 1 inch above finished grade or mulch. 6 7 Drip irrigation emitters shall be installed in accordance with the manufacturer's 8 recommendations. 9 10 8-03.3(6) Electrical Wire Installation 11 Wiring between the automatic controller and automatic valves shall be direct burial and 12 may share a common neutral. Separate control conductors shall be run from the 13 automatic controller to each valve. When more than one automatic controller is 14 required, a separate common neutral shall be provided for each controller and the 15 automatic valve which it controls. Wire shall be installed adjacent to or beneath the 16 irrigation pipe. Plastic tape or nylon ty-wraps shall be used to bundle wires together at 17 10-foot intervals, and the wire shall be "snaked" from side to side in the trench. When 18 necessary to run wire separate from the irrigation pipe, the wire shall be bundled and 19 placed under detectable marking tape. When lateral pipe lines have less than 18 inches 20 of cover, direct burial wire shall not be adjacent to pipes but shall be placed at a 21 „ minimum depth of 18 inches. 22 23 Wiring placed under pavement and walls, or through walls, shall be placed in irrigation 24 casing. Irrigation casing shall not be less than 1 inch in diameter, Class 200 PVC. 25 26 Splices will be permitted only at junction boxes, valve boxes, pole bases, or at control 27 equipment.A minimum of 2 feet of excess conductor shall be left at all splices, terminal 28 and control valves to facilitate inspection and future splicing. 29 30 All 120-volt electrical conductors and conduit shall be installed by a certified electrician 31 including all wire splices and wire terminations. 32 33 For all 24 volt direct burial circuits, the continuity test, ground test, and functional test 34 shall be performed. The Megger test confirming insulation resistance of not less than 2 35 megohms to ground in accordance with Section 8-20.3(11) is required. 36 37 All wiring shall be tested in accordance with Section 8-20.3(11). 38 39 8-03.3(7) Flushing and Testing 40 All gauges used in the testing of water pressures shall be certified correct by an 41 independent testing laboratory Immediately prior to use on the project. Gauges shall be 42 retested when ordered by the Engineer. 43 44 Automatic controllers shall be tested by actual operation for a period of two weeks 45 under normal operating conditions. Should adjustments be required, the Contractor 46 shall do so according to the manufacturer's direction and test until operation is 47 satisfactory. 48 49 Main Line Flushing 50 All main supply lines shall receive two fully-open flushings, to remove debris that 51 may have entered the line during construction: the first before placement of valves; 52 the second after placement of valves and prior to testing. 53 54 Main Line Testing 55 All main supply lines shall be purged of air and tested with a minimum static water 56 pressure of 150 psi for 60 minutes without introduction of additional service or 57 pumping pressure. Testing shall be done with one pressure gauge installed on the 58 line, where ordered by the Engineer. An additional pressure gauge shall be 59 installed at the pump when ordered by the Engineer. Lines that show loss of 60 pressure exceeding 5 psi at the ends of specified test periods will be rejected. SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 78 I 1 2 The Contractor shall correct rejected installations and retest for leaks as specified 3 herein. 4 5 Lateral Line Flushing 6 All lateral lines shall receive one fully-open flushing prior to placement of sprinkler 7 heads, emitters, and drain valves. The flushing shall be of sufficient duration to 8 remove any dirt or debris that has entered the lateral lines during construction. 9 10 Lateral Line Testing 11 All lateral lines shall be purged of air and tested in place at operating line pressure 12 with a pressure gauge and with all fittings capped or plugged. The operating line 13 pressure shall be maintained for 30 minutes with valves closed and without 14 introduction of additional pressure. Lines that show leaks or loss of pressure 1 15 exceeding 5 psi at the end of specified test periods will be rejected. 16 17 The Contractor shall correct and retest lateral line installations that have been 18 rejected. Throughout the life of the Contract, the Contractor shall repair, flush, and 19 test, all main and lateral lines that have sustained a break or disruption of service. 20 Upon restoration of the water service, the affected lines shall be brought up to 21 operating pressure. The Contractor shall then conduct a thorough inspection of all 22 sprinkler heads, emitters, etc., located downstream of the break, disruption of 23 service, and repair. This inspection is required to ensure that the entire irrigation 24 system is operating properly. 25 26 8-03.3(8) Adjusting System 27 Before final inspection, the Contractor shall adjust and balance all sprinklers to provide 28 adequate and uniform coverage. Spray patterns shall be balanced by adjusting 29 individual sprinkler heads with the adjustment screws or replacing nozzles to produce a 30 uniform pattern. Unless otherwise specified, sprinkler spray patterns will not be 31 permitted on pavement, walks, or structures. 32 33 8-03.3(9) Backfill 34 Backfill shall not be started until all piping has been inspected, tested, and approved by 35 the Engineer, after which backfilling shall be completed as soon as possible. All backfill 36 material placed within 6 inches of the pipe shall be free of rocks, roots, or other 37 objectionable material that might cut or otherwise damage the pipe. Backfill from the 38 bottom of the trench to approximately 6 inches above the pipe shall be by continuous 39 compacting in a manner that will not damage pipe or wiring and shall proceed evenly on 40 both sides of the pipe. The remainder of the backfill shall be thoroughly compacted, 41 except that heavy equipment shall not be used within 18 inches of any pipe. The top 42 6 inches of the backfill shall be of topsoil material or the first 6 inches of material 43 removed in the excavation. 45 8-03.3(10)As Built Plans 46 Upon physical completion of the work, the Contractor shall submit As Built Plans 47 consisting of corrected shop drawings, schematic circuit diagrams, or other details 48 necessary to show the work as constructed including the actual installed locations of the 49 irrigation system(s) equipment including, but not limited to, water meters, cross 50 connection control devices, electrical services, pipe and wire runs, splice boxes, 51 controllers, valves, heads, and other equipment. These drawings shall be on sheets 52 conforming in size to the provisions of Section 1-05.3. All drawings must be complete 53 and legible. 54 55 Any corrections and additions ordered by the Engineer shall be made by the Contractor 56 prior to acceptance. The Contractor shall provide the Engineer with three copies of 57 parts lists, catalog cuts, and service manuals for all equipment installed on the project. 58 i SW 7TH ST/UND AVE SW SIGNALIZATION 7TH_LI N D 79 1 8- 03.3(11) System Operation 2 The irrigation system shall be completely installed, tested, and automatically operable 3 prior to planting in a unit area except where otherwise specified in the Plans ors 4 approved by the Engineer. The Contractor shall be fully responsible for all 5 maintenance, repair, testing, inspecting, and automatic operation of the entire system 6 until all work is considered complete as determined by the final inspection specified in 7 Section 1-05.11. The final inspection of the irrigation system will coincide with the end 8 of the contract or first year plant establishment which ever is later. 9 10 This responsibility shall include, but not be limited to, draining the system prior to winter 11 and reactivating the system in the spring and at other times as ordered by the Engineer. 12 13 For the life of the contract, the Contractor shall be responsible for having annual 14 inspections and tests performed on all cross connection control devices as required and 15 specified by the Washington State Department of Social and Health Services. 16 Inspections and tests shall be conducted at the time of initial activation and each spring 17 prior to reactivating the irrigation system. Potable water shall not flow through the 18 cross-connection control device to any downstream component until tested and 19 approved for use by the serving utility. 20 " 21 ,;.. In the spring, when the drip irrigation system is in full operation, the Contractor shall 22 -J, make a full inspection of all emitters. This shall involve visual inspection of each emitter 23 under operating conditions. All adjustments, flushings, or replacements to the system 24 shall be made at this time to ensure the proper operation of all emitters. 25 26 8-03.3(12) Cross-connection Control Device Installation 27 Cross-connection control devices shall be installed, inspected, and tested by the serving 28 utility or designee in accordance with applicable portions of the Washington 29 Administrative Code (WAC 246-290-490) and other applicable regulations as set forth 30 by the Washington State Department of Social and Health Services and the Washington 31 State Department of Transportation. 32 33 During the life of the Contract, these devices shall be inspected and tested annually, or 34 more often if successive inspections indicate repeated failures. Inspections and tests 35 shall be conducted at the time of initial installation, after repairs, and each spring prior to 36 reactivation of the irrigation system. These inspections and tests shall be completed 37 and the results recorded by a licensed Backflow Assembly Device Tester (BADT) 38 Operator or by a Contracting Agency Certified Water Works Operator with a CCS-1 or 39 CCS 2 Classification and shall document that the devices are in good operating 40 condition prior to flushing and testing of any downstream water lines. Devices that are 41 defective shall be repaired or replaced. 42 43 Inspection and test results shall be recorded on Department of Transportation Form No. 44 DOT 540-020 and other forms as may be required by the serving utility. The completed 45 forms shall be submitted to the appropriate health authority and to the serving utility 46 when applicable. 47 48 8-03.3(13) Irrigation Water Service 49 The Contracting Agency has arranged for a water meter installation(s) for the irrigation 50 system at no cost to the Contractor at the locations and sizes as shown in the plans. 51 The water meter(s) will be installed by the serving utility. It shall be the Contractor's 52 responsibility to contact the Engineer to schedule the water meter installation performed 53 by the servicing utility. The Contractor shall provide a minimum of 60 calendar days 54 prior notice to the Engineer for the desired date for installation to ensure no service 55 installation delays work. 56 57 Construction activities for irrigation water service connections will be in accordance with 58 the serving utility's Service Agreement. A copy of the Service Agreement may be 59 obtained from the Engineer. 60 ■ SW 7TH ST/LIND AVE SW SIGNALIZATION TTH_LIND 80 1 8-03.3(14) Irrigation Electrical Service 2 The Contracting Agency has arranged for electrical service connection(s) for operation 3 of the automatic electrical controller(s) at the locations as bhown in the Plans. The 4 Contractor shall splice and run conduit and wire from the electrical service 5 connection(s), or service cabinet, which ever may apply, to the automatic electrical j 6 controller and connect the conductors to the circuit(s) as shown in the Plans. I 7 8 The installation of conduit and wire for the electrical power service shall be in 9 accordance with the serving utility's Service Agreement and these specifications. A 10 copy of the Service Agreement may be obtained from the Engineer. 11 12 8-03.4 Measurement 13 No unit of measure shall apply to the lump sum price for irrigation system. 14 15 8-03.5 Payment i 16 Payment will be made in accordance with Section 1-04.1, for the following bid items 17 when included in the proposal: ,. 18 19 "Irrigation System", lump sum. 20 All costs for furnishing and installing plastic valve boxes, irrigation system 21 equipment and components where indicated and as detailed in the Plans, all costs 22 of initial and annual inspections and tests performed on cross connection control 23 devices and electrical wire testing during the life of the contract and As Built Plans 24 shall be included in the lump sum price for the complete irrigation system as shown 25 in the Plans or as otherwise approved by the Engineer. 26 27 The Contracting Agency shall, at no cost to the contractor, provide water and electrical 28 services needed for installation and operation of the irrigation system for the life of the 29 contract. 30 31 As the irrigation system is installed, the payment schedule will be as follows: 32 I 33 Payment will be made in proportion to the amount of work performed up to 34 90 percent of the unit contract price for irrigation system when the irrigation system 35 is completed, tested, inspected, and fully operational. 36 37 Payment shall be increased to 95 percent of the unit contract price for irrigation 38 system upon completion and acceptance of initial planting and submittal of As Built 39 Plans. 40 41 Payment shall be increased to 100 percent of the unit contract price. for irrigation 42 system upon completion and acceptance of the first year plant establishment. 43 When there is no first year plant establishment or when the contract is completed, 44 payment will be increased to 100 percent of the unit contract price for irrigation 45 system upon completion of As Built Plans. 46 47 SECTION 8-04, CURBS, GUTTERS, AND SPILLWAYS 48 April 7, 2003 49 8-04.3(1)A Extruded Cement Concrete Curb 50 In the third paragraph, the second sentence is revised to read: 51 52 The adhesive shall meet the requirements of Section 9-26.1 for Type I I epoxy bonding 53 agent. 54 55 8-04.3(1) Cement Concrete Curbs, Gutters, and Spillways 56 The first paragraph is revised to read: 57 58 Cement concrete curb, curb and gutter, gutter, and spillway shall be constructed with air 59 entrained concrete Class 3000 conforming to the requirement of Section 6-02 except at SW 7TH ST/UND AVE SW SIGNALIZATION TTH_LIND 81 1 driveway entrances. Cement concrete curb or curb and gutter along the full width of a 2 driveway entrance shall be constructed with air entrained concrete Class 4000 3 conforming to the requirements of Section 6-02. 4 5 The fourth paragraph is revised to read: 6 7 Expansion joints in the curb or curb and gutter shall be spaced at 15-foot intervals, the 8 beginning and ends of curb returns, drainage structures, bridges, and cold joints with 9 existing curbs and gutters. The expansion joint shall be filled to full cross-section with 10 3/8-inch premolded joint filler. When curb or curb and gutter is placed adjacent to 11 Portland Cement Concrete Pavement, a 1/4-inch thick, 6-inch deep premolded joint filler 12 shall be installed between the two vertical surfaces to prevent cracking. When noted in 13 the Plans, the Contractor shall install the catch basin gutter pan at drainage structures 14 abutting the curb and gutter. 15 16 8-04.5 Payment 17 This section is revised to read: 18 19 Payment will be made in accordance with Section 1-04.1, for each of the following bid 20 items that are included in the proposal: 21 °r 22 "Cement Conc. Traffic Curb and Gutter", per linear foot. 23 "Cement Conc. Traffic Curb", per linear foot. 24 "Mountable Cement Conc. Traffic Curb", per linear foot. 25 "Dual-Faced Cement Conc. Traffic Curb and Gutter", per linear foot. 26 "Dual-Faced Cement Conc. Traffic Curb", per linear foot. 27 "Cement Conc. Pedestrian Curb", per linear foot. 28 "Roundabout Truck Apron Inner Cement Conc. Curb", per linear foot. 29 'Roundabout Truck Apron Outer Cem. Conc. Curb and Gutter", per linear foot. 310 "Gem nt Conc. Gutter", per linear foot. 32 "Cement Conc. Spillway", per linear foot. 33 "Asphalt Conc. Gutter", per linear foot. 34 "Asphalt Conc. Spillway", per linear foot. 35 "Drain Pipe In. Diam.", per linear foot. 36 "Half Round Plain St. Cult' Pipe In. Th. _ In. Diam.", per linear foot. 37 "Half Round Tr. 1 St. Cult' Pipe In. Th. _In. Diam.", per linear foot. 38 "Half Round Plain Al. Culv. Pipe In. Th. _ In. Diam.", per linear foot. 39 Half Round Tr. 1 AI. Cult' Pipe In. Th. _In. Diam.", per linear foot. 40 "Hand Placed Riprap", per cubic yard. 41 42 Hand placed riprap will be paid for as provided in Section 8-15.5. 43 44 When catch basin gutter pans are required in the Plans, all costs for providing the 45 widened area of gutter pan shall be included in the curb and gutter bid item. 46 47 SECTION 8-08, RUMBLE STRIPS 48 April 7, 2003 49 This section is revised to read: 50 51 8-08.1 Description 52 This work shall consist of constructing shoulder rumble strips by grinding asphalt 53 concrete pavement. The work shall include cleanup and disposal of cuttings and other 54 resultant debris. The Standard Plans show the patterns and construction details for the 55 four types of shoulder rumble strips. 56 57 8-08.2 Vacant 58 SW 7TH ST/UND AVE SW SIGNALIZATION 7TH LIND 82 ' 1 8-08.3 Construction Requirements 2 The equipment shall have a rotary type cutting head or series of cutting heads capable 3 of grinding one or more recesses in the asphalt concrete as detailed in the Standard 4 Plans. The difference in the surface texture between the high and low surfaces from the 5 grinding shall not exceed 1 /8 inch. 6 7 Rumble strips shall not be constructed on bridge decks, bridge approach slabs, or 8 cement concrete surfaces. In areas where monuments, drainage structures, induction 9 loop lead-ins, pavement markings or other features will not allow the rumble strips to be 10 constructed as detailed, the rumble strips shall be eliminated or relocated as approved 11 by the Engineer. 12 13 The traveled lanes shall be kept free of cuttings and other construction debris at all 14 times: Immediately upon completion of rumble strip grinding, all cuttings, grinding 15 debris, dust, and other loose materials shall be removed from the rumble strips and 16 shoulder areas. All cuttings and other debris shall be disposed of as designated by the 17 Engineer or shall become the property of the Contractor and be disposed of outside the 18 project limits. Cuttings and other debris shall not be allowed to enter any waterways. 19 20 When shown in the Plans, the rumble strips shall be fog sealed in accordance with the 21 requirements of Section 5-04.3(19) following the completion of the shoulder rumble 22 strip. All pavement markings, junction boxes, drainage structures, and similar objects 23 located in the shoulder shall not be fog sealed. 24 25 The accumulative error in the longitudinal spacing of the rumble strips and the gaps, 26 when required, shall not exceed plus or minus 5 percent. 27 28 8-08.4 Measurement 29 Shoulder rumble strips will be measured to the nearest 0.01-mile along the mainline 30 roadway for each shoulder. No deductions will be made for required gaps shown on the 31 Standard Plans or for the elimination of rumble strips across bridge decks, bridge 32 approach slabs, cement concrete areas, or other areas approved by the Engineer. 33 34 Fog sealing, when shown in the Plans, will be measured as asphalt for fog seal in 35 accordance with Section 5-04.4. 36 37 8-08.5 Payment 38 Payment will be made in accordance with Section 1-04.1, for the following bid items 39 when included in the proposal: 40 41 "Shoulder Rumble Strip Type_", per mile. 42 Layout of the rumble strip pattern on the shoulder for the grinding operation is the 43 responsibility of the Contractor. All costs involved in this work shall be considered 44 incidental to the bid item. 45 46 Payment for fog sealing the shoulder, when shown in the Plans, shall be paid as asphalt 47 for fog seal in accordance with Section 5-04.5. 49 SECTION 8-10, GUIDE POSTS 50 December 2, 2002 51 8-10.2 Materials 52 In the second paragraph, the first sentence is revised to read: 53 54 Adhesives for surface mounted guide posts shall meet the requirements of Sections 9- 55 02.1(8) or 9-26.2. 56 SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 83 1 - SECTION 8-11, GUARDRAIL 2 January 7, 2002 3 8-11.3(1)C Erection of Rail 4 The fourth paragraph is revised to read: 5 6 Galvanized and Weathering steel rail plates shall be fastened to the posts with 7 galvanized bolts, washers, and nuts the size and kind shown in the Plans. 8 9 8-11.4 Measurement 10 The third paragraph is revised to read: 11 12 Measurement of beam guardrail terminal and beam guardrail buried terminal 13 Type 1 will be per each for the completed terminal. 14 15 The two paragraphs listed below are inserted following the third paragraph: 16 17 Measurement of beam guardrail buried terminal Type 2 will be per linear foot for the 18 completed terminal. 19 20 Measurement of beam guardrail placement-25 foot span will be per each for the 21 completed span. 22 23 8-11.5 Payment 24 The bid items listed below are inserted following "Beam Guardrail Terminal": 25 26 "Beam Guardrail Buried Terminal Type 1", per each. 27 . "Beam Guardrail Buried Terminal Type 2", per linear foot. 28 29 The note for"Beam Guardrail Terminal etc! is revised to read: 30 31 The unit contract price for "Beam Guardrail Terminal", "Beam Guardrail Buried 32 Terminal Type 1" and "Beam Guardrail Buried Terminal Type 2" shall include the posts, 33 rail, end section, and anchor. 34 35 The bid item and note listed below are inserted following the note for "Beam Guardrail 36 Terminal": 37 38 "Beam Guardrail Placement-25'Span", per each 39 The unit contract price per each for"Beam Guardrail Placement- 25' Span" shall include 40 all CRT posts, Type 1 guardrail posts and blocks and all nested w-beam rail elements. 41 42 SECTION 8-12, CHAIN LINK FENCE AND WIRE FENCE 43 April 1, 2002 44 8-12.4 Measurement 45 The second paragraph is revised to read: 46 47 End, gate, corner, and pull posts for chain link fence will be measured per each for the 48 posts furnished and installed complete in place. 49 50 8-12.5 Payment 51 The bid item "End, Comer, and Pull Post for Chain Link Fence" is revised to "End, Gate, 52 Comer, and Pull Post for Chain Link Fence", per each. 53 54 SECTION 8-20, ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND 55 ELECTRICAL 56 April 7, 2003 57 This section is revised to read: SW 7TH ST/LIND AVE SW SIGNALIZATION , 7TH LIND 84 1 2 8-20.1 Description 3 This work shall consist of furnishing, installing and field testing all materials and 4 equipment necessary to complete in place, fully functional system(s) of any or all of the 5 following, types including modifications to an existing system all in accordance with 6 approved methods, the Plans, the Special Provisions and these Specifications: 7 8 1. Traffic Signal System 9 2. Illumination System 10 3. Traffic Data Accumulation and Ramp Metering System 11 12 Unless otherwise noted, the location of signals, controllers, standards, and 13 appurtenances shown in the Plans are approximate; and the exact location will be 14 established by the Engineer in the field. + 15 16 8-20.1(1) Regulations and Code 17 All electrical equipment shall conform to the standards of the National Electrical 18 Manufacturers Association (NEMA), Electric Utility Service Equipment 19 Requirements Committee (EUSERC), California Department of Transportation 20 document entitled. Traffic signal control equipment shall conform to the contract 21 and these Standard Specifications. EIA Electronic Industries Association, IEEE 22 Institute of Electrical, and Electronic Engineers the Radio Manufacturers 23 Association, the American Society for Testing and Materials (ASTM), the American 24 Association of State Highway and Transportation Officials (AASHTO), the American 25 National Standards Institute (ANSI), whichever is applicable, and to other codes 26 listed herein. In addition to the requirements of these Specifications, the Plans, and 27 the Special Provisions, all material and work shall conform to the requirements of 28 the National Electrical Code, hereinafter referred to as the Code, and any WACs 29 and local ordinances, which may apply. 30 31 Wherever reference is made in these Specifications or in the Special Provisions to 32 the Code, the rules, or the standards mentioned above, the reference shall be 33 construed to mean the code, rule, or standard that is in effect at the date of 34 advertising of the project. 35 36 In accordance with RCW 39.06.010, the Contractor need not be registered or 37 licensed if the Contractor has been prequalified as required by RCW 47.28.070. 38 39 Safe wiring labels normally required by the Department of Labor and Industries will 40 not be required on electrical work within the Rights-of-Way of Contracting Agency 41 Highways as allowed in RCW 19.28.141. 42 43 Persons performing electrical work shall be certified in accordance with RCW 1 44 19.28.161. Proof of certification shall be supplied to the Engineer prior to the 45 performance of the work. 46 47 8-20.1(2) Industry Codes and Standards 48 The following electrical industry codes and standard procedures are listed for 49 reference purposes: 50 51 Air Movement and Control Association (AMCA),30 West University .Dr. 52 Arlington Heights, Illinois 60004. 53 54 American Association of State Highway and Transportation Officials 55 (AASHTO), 444 North Capitol Street N.W., Suite 225, Washington, D.C. 20001. 56 57 American National Standards Institute (ANSI), 70 East 45 Street, New York, 58 New York. 59 ' SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 85 1 American Society for Testing and Materials (ASTM), 1916 Race Street, 2 Philadelphia, Pennsylvania. 3 4 American Wood Preservers' Association (AWPA), 836 Seventeenth Street, 5 Washington, D.C. 6 7 Bell Company Research and Evaluation (Bellcore) 31220 La Baya DR I 8 Westlake Village CA 91362. 9 10 Edison Electric Institute (EEI), 420 Lexington Avenue, New York, New York. 11 12 Electronics Industries Association (EIA) 101 Pennsylvania Ave. Washington D 13 C. 14 15 Federal Communications Commission (FCC) 445 12th SW Washington D C 16 20554. 17 18 International Municipal Signal Association (IMSA), P.O. Box 539, 1115 North 19 Main Street, Newark, New York. 14513. 20 21 International Telephony Communications Union (ITU) Place des Nations CH 23 1211 Geneva 20 Switzerland. 24 Institute of Transportation Engineers (ITE), 2029 K Street, Washington, D.C. 25 26 Insulated Power Cable Engineers' Association (IPCEA), 283 Valley Road, 27 Montclair, New Jersey. 28 29 National Electrical Manufacturers' Association (NEMA), 155 East 44th Street, 30 New York, New York. 31 32 National Fire Protection Association - National Electrical Code (NEC), 470 33 Atlantic Avenue, Boston, Massachusetts. 34 35 National Television Standards Committee (NTSC) 445 12th SW Washington D 36 C 20554. 37 38 National Transportation Communications for ITS Protocol (NTCIP). 39 40 Rural Utilities Service (RUS) 1400 Independence Ave. Washington D C. 41 42 Underwriters' Laboratories (UL), 207 East Ohio Street, Chicago, Illinois. 43 44 1'- 8-20.2 Materials 45'°7' Materials shall meet the requirements of Section 9-29. Unless otherwise indicated in the 46 '°' Plans or specified in the Special Provisions, all materials shall be new. 47 48 Where existing systems are to be modified, the existing material shall be incorporated in 49 the revised system, salvaged, or abandoned as specified in the contract documents, or 50 as ordered by the Engineer. 51 52 8-20.2(1) Equipment List and Drawings 53 Within twenty days following execution of the Contract, the Contractor shall submit 54 to the Engineer a completed Request for Approval of Material" that describes the 55 material proposed for use to fulfill the Plans and specifications. 56 57 If required to do so, the Contractor shall submit supplemental data, sample articles, 58 or both, of the material proposed for use. Supplemental data (six copies required) 59 would include such items as catalog cuts, product specifications, shop drawings, 60 wiring diagrams, etc. Any material purchased or labor performed prior to such SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 86 II ■ ' 1 approval shall be at the Contractor's risk. All approvals by the Engineer must be 2 received by the Contractor before materials will be allowed on the job site. 3 4 If the luminaires are not listed in the Qualified Products List, the Contractor shall 5 submit six copies of the following information for each different type of luminaire 6 required on the contract: N 7 8 1. Isocandela diagrams showing vertical light distribution, vertical control 9 limits, and lateral light distribution classification. 10 11 2. Details showing the lamp socket positions with respect to lamp and 12 refractor for each light distribution type. 13 14 The Contractor shall submit for approval six sets of shop drawings for each of the j 15 following types of standards called for on this project:: 16 17 1. Light standards without pre-approved plans. 18 19 2. Signal standards with or without pre-approved plans. 20 21 The Contractor will not be required to submit shop drawings for approval for light 22 standards conforming to the pre-approved plans listed in the Special Provisions. 23 24 The Engineer's approval of any submitted documentation shall in no 25 way relieve the Contractor from compliance with the safety and 26 performance requirements as specified herein. 27 28 Submittals required shall include but not be limited to the following: 29 30 1. A material staging, plan, should the Contractor propose Contracting 31 Agency-owned property for staging areas. 32 33 2. A cable vault installation plan showing the exact proposed installation 34 location by roadway station, offset and the scheduled sequence for each 35 cable vault installation. 36 37 3. A pit plan, for each boring pit, which bears the seal and signature of a 38 licensed professional engineer licensed under title 18 RCW, state of 39 Washington, qualified in civil engineering. The pit plan shall depict the 40 protection of traffic and pedestrians, pit dimensions, shoring, bracing, 41 struts, waters, sheet piles, conduit skids and means of attachment, casing 42 type and casing size. 43 44 4. The proposed boring plan which bears the seal and signature of a 45 licensed professional engineer, licensed under title 18 RCW, state of 46 Washington, qualified in civil engineering. The proposed boring plan shall 47 depict the boring system and entire support system. N 48 49 8-20.3 Construction Requirements 50 8-20.3(1) General 51 All workmanship shall be complete and in accordance with the latest accepted 52 standards of the industry as determined by the Engineer. 53 54 Existing electrical systems, traffic signal or illumination, or approved temporary 55 replacements, shall be kept in effective operation during the progress of the work, 56 except when shutdown is permitted to allow for alterations or final removal of the 57 system. 58 SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 87 1 Illumination system shutdowns shall not interfere with the regular lighting schedule, 2 unless permitted by the Engineer. The Contractor shall notify the Engineer prior to 3 performing any work on existing systems. 4 5 Work shall be so scheduled that each electrical system is operational prior to 6 opening the corresponding section of roadway to traffic. 7 8 Traffic signals shall not be placed in operation for use by the public until all required 9 channelization, pavement markings, illumination, signs, and sign lights are 10 substantially complete and operational unless otherwise allowed by the Project 11 Engineer. 12 13 All costs incurred by the Contractor for providing effective operation of existing 14 electrical systems shall be included in the associated electrical bid items. 15 16 8-20.3(2) Excavating and Backfilling 17 The excavations required for the installation of conduit, foundations, poles and 18 other appliances shall be performed in a manner to cause the least possible injury 19 to the streets, sidewalks, and other improvements. The trenches shall not be 20 excavated wider than necessary for the proper installation of the electrical 21 � appliances and foundations. Excavating shall not be performed until immediately 22 before installation of conduit and other appliances. The material from the 23 excavation shall be placed where the least interference to vehicular and pedestrian 24 traffic, and to surface drainage, will occur. 25 26 All surplus excavated material shall be removed and disposed of by the Contractor 27 in accordance with Section 2-03 or as directed by the Engineer. 28 29 The excavations for foundations shall be backfilled in conformance with applicable t 30 requirements of Section 2-09. 31 32 Excavations after backfilling shall be kept well filled and maintained in a smooth 33 and well drained condition until permanent repairs are made. 34 35 At the end of each day's work and at all other times when construction operations 36 are suspended, all equipment and other obstructions shall be removed from that 37 portion of the roadway open for use by public traffic. 38 39 Excavations in the street or highway shall be performed in such a manner that not 40 more than one traffic lane is restricted in either direction at any time unless 41 otherwise approved by the Engineer. 42 43 . , 8-20.3(3) Removing and Replacing Improvements 44 Improvements such as sidewalks, curbs, gutters, Portland cement concrete and 45 =<^. asphalt concrete pavement, bituminous surfacing, base material, and any other 46 improvements removed, broken, or damaged by the Contractor, shall be replaced 47 or reconstructed with the same kind of materials as found on the work or with other 48 materials satisfactory to the Engineer. 49 50 Whenever a part of a square or slab of existing concrete sidewalk or driveway is 51 broken or damaged, the entire square or slab shall be removed and the concrete 52 reconstructed as above specified. 53 54 The outline of all areas to be removed in Portland cement concrete sidewalks and 55 pavements and asphalt concrete pavements shall be cut to a minimum depth of 3 56 inches with a saw prior to removing the sidewalk and pavement material. The cut 57 for the remainder of the required depth may be made by a method satisfactory to 58 the Engineer. Cuts shall be neat and true with no shatter outside the removal area. 59 SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND gg L 1 8-20.3(4) Foundations 2 Foundation concrete shall conform to the requirements for the specified class, be 3 cast-in-place concrete and be constructed in accordance with Section 6-02.2 and 6- 4 02.3. Concrete for posts, standards, pedestals, and cabinets shall be constructed of 5 concrete Class 3000. Steel reinforcing bars for foundations shall conform to Section 6 9-07. 7 8 The bottom of concrete foundations shall rest on firm ground. 9 10 Foundations shall be cast in one operation where practicable. The exposed 11 portions shall be formed to present a neat appearance. 12 13 The foundations shown in the Plans shall be extended if conditions require 14 additional depth, and such additional work, if ordered by the Engineer, will be paid 15 for as extra work as provided in Section 1-04.4. 16 17 Forms shall be true to line and grade. Tops of foundations for posts and standards, 18 except special foundations, shall be finished to ground line or sidewalk grade, 19 unless otherwise noted in the Plans or directed by the Engineer. 20 21 Forms shall be rigid and securely braced in place. Conduit ends and anchor bolts 22 shall be plumbed and rigidly placed in proper position and to proper height prior to 23 placing concrete and shall be held in place by means of a template until the forms 24 are removed. 25 26 Anchor bolts shall be installed so that two full threads extend above the top of the 27 top heavy-hex nut, except that slip base anchor bolt extensions shall conform to the 28 specified slip base clearance requirements. Anchor bolts shall be installed plumb, 29 plus or minus 1 degree. 30 31 Plumbing of standards shall be accomplished by adjusting leveling nuts. Shims or 32 other similar devices for plumbing or raking will not be permitted except on power 33 installed hot dipped galvanized steel luminaire foundations. 34 35 The top heavy-hex nuts of light standards and signal standards shall be tightened in 36 accordance with Section 6-03.3(33), and as follows: 37 38 1. The top heavy-hex nuts for all clamping bolts of slip base light standards 39 and Type RM and FB signal standards, shall be tightened using a torque ' 40 wrench to the torque specified in Sections 8-20.3(13)A and 8-20.3(14)E, 41 respectively. 42 43 2. The top heavy-hex nuts for all anchor bolts shall be tightened by the Turn- 44 Of-Nut Tightening Method to minimum rotation of 1/4 turn and a maximum 45 rotation of 1/3 turn past snug tight. Permanent marks shall be set on the 46 base plate and nuts to indicate nut rotation past snug tight. 47 48 Both forms and ground which will be in contact with the concrete shall be 49 thoroughly moistened before placing concrete; however, excess water in the 50 foundation excavation will not be permitted. Foundations shall have set at least 72 1 51 hours prior to the removal of the forms. 52 53 Class 2 surface finish shall be applied to exposed surfaces of concrete in 54 accordance with the requirements of Section 6-02.3(14)B. 55 56 Where obstructions prevent construction of planned foundations, the Contractor 57 shall construct an effective foundation satisfactory to the Engineer. 58 59 The combined height of the light standard concrete foundation plus the anchor bolt 60 stub height shall not exceed 4 inches above the ground line. SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 89 1 2 8-20.3(5) Conduit 3 Installation of conduit shall conform to appropriate articles of the Code and these 4 Specifications. 5 6 The size of conduit used shall be as shown in the Plans. Conduits smaller than 1- 7 inch electrical trade size shall not be used unless otherwise specified, excE;pt that 8 grounding conductors at service points may be enclosed in 1/2 -inch diameter 9 conduit. 10 11 It shall be the option of the Contractor, at no expense to the Contracting Agency, to 12 use larger size conduit if desired, and where larger size conduit is used, it shall be 13 for the entire length of the run from outlet to outlet. Reducing couplings will not be 14 permitted. 15 16 The ends of all conduits shall be well reamed to remove burrs and rough edges. 17 Field cuts shall be made square and true. Slip joints or running threads will not be 18 permitted for coupling metallic conduit; however, running threads will be permitted 19 in traffic signal head spiders. When a standard coupling cannot be used, an 20 approved threaded union coupling shall be used. The threads on all metallic 21 conduit shall be rust-free, clean and well painted with a good quality colloidal 22 copper suspended in a petroleum vehicle before couplings are made up. All 23 couplings shall be tightened so that a good electrical connection will be made 24 throughout the entire length of the conduit run. If the conduit has been moved after 25 assembly, it shall be given a final tightening from the ends prior to backfilling. Non 26 metallic conduit shall be assembled using the solvent cement specified in Section 27 9-29.1.—Where coating on galvanized conduit has been injured in handling or 28 installing, such injured places shall be thoroughly painted with galvanizing repair 29 paint, Formula A-9-73. 30 31 Conduit ends shall be capped (do not glue non metallic caps). Metallic conduit ends 32 shall be threaded and capped with standard threaded conduit caps until wiring is 33 started. When conduit caps are removed, the threaded ends shall be provided with 34 approved conduit bushings or end bells (do not glue in place) for nonmetallic 35 conduit 36 37 Conduit stubs from controller cabinet foundations shall extend to the nearest 38 junction box in that system 39 40 Metallic conduit stubs, caps, and exposed threads shall be painted with galvanizing 41 repair paint Formula A-9-73. 42 43 Metallic conduit bends, shall have a radius consistent with the requirements of 44 Article 344.24 and other articles of the Code. Where factory bends are not used, 45 conduit shall be bent, using an approved conduit bending tool employing correctly 46 sized dies, without crimping or flattening, using the longest radius practicable. 47 48 Nonmetallic conduit bends, where allowed, shall conform to Article 352.24 of the 49 Code. 50 51 Conduit shall be laid so that the top of the conduit is a minimum depth of: 52 53 1. 24 inches below the subgrade including asphalt or concrete shoulder 54 areas and asphalt or concrete sidewalk areas. 55 56 2. 48 inches below the bottom of ties under railroad tracks unless otherwise 57 specified by the Rail Road Company. 58 59 3. 18 inches below the finish grade in all other areas. 60 i SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 90 ■ 1 Galvanized steel conduit shall be installed at the following locations: 2 3 1. All roadbed crossings. 4 5 2. All railroad crossings. 6 7 3. All runs from the luminaire base to the nearest junction box. 8 9 4. All runs installed at traffic signal installations unless nonmetallic is 10 specified in the contract provisions or plans. r� 11 12 5. All pole risers, except as otherwise required by owning utilities. 13 14 6. All bends with radius less than 3 feet. Runs embedded within reinforced 15 concrete structures are exempted. 16 17 7. All conduit entering junction boxes and service foundations, unless non 18 metallic conduit is specified in the contract provisions or plans. 19 20 8. All other locations noted in the contract. 21 22 9. All runs externally attached to structures. 23 24 10. All runs installed in barrier that is constructed by slip forming. 25 ,f 26 Non metallic conduit may be employed as an alternate to metallic conduit at other 27 locations unless specified otherwise in the contract. Nonmetallic conduit 28 installation shall include equipment grounding conductor and shall conform to 29 requirements noted in the Standard Plans. 30 31 Liquidtight flexible metal conduit is allowed only at locations called for in the plans. 32 33 1. The use of aluminum conduit shall be restricted to above ground locations. 34 35 2. Aluminum conduit shall not be placed in concrete. 36 37 Metallic conduit shall be placed under existing pavement by approved directional 38 boring, jacking or drilling methods, at locations approved by the Engineer. The 39 pavement shall not be disturbed unless allowed in the Plans, or with the approval of 40 the Engineer in the event obstructions or impenetrable soils are encountered. 41 42 Boring operations shall be conducted to prevent caving ahead of the pipe, which 43 will cause voids outside the pipe. The auger head shall precede no more than 4 44 inches ahead of the pipe being jacked. 45 46 The Contractor shall install steel casings as specified and shown in the plans. The 47 Contractor must be prepared to use a method approved by the Engineer to clear 48 any obstructions to boring operations, which may be encountered. 49 50 After the casing pipe is in place, the inside shall be cleaned free of rock, dirt and 51 water. 52 53 The space between the conduit and the casing shall be plugged with sand bags 54 and a grout seal 12 inch thick at each end of the casing. Casings abandoned due 55 to an encountered obstruction shall be grout sealed in the same manner. Grout 56 shall obtain a minimum of 400 psi compressive strength at 7 days. 57 58 In lieu of sandbags and grout, unopened sacks of prepackaged concrete may be 59 used to seal the casing. 60 SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 91 1 Material shall not be removed from the boring pit by washing or sluicing. 2 3 Bore pits shall be backfilled and compacted in accordance with Section 2-09.3(1)E. ' 4 Directional boring, and jacking or drilling pits shall be kept 2 feet from the edge of 5 any type of pavement wherever possible. Excessive use of water that might 6 undermine the pavement or soften the subgrade will not be permitted. 7 8 When approved by the Engineer, small test holes may be cut in the pavernent to 9 locate obstructions. When the Contractor encounters obstructions or Is unable to 10 install conduit because of soil conditions, as determined by the Engineer, additional 11 work to place the conduit will be paid in accordance with Section 1-04.4. 12 13 When open trenching is allowed, trench construction shall conform to the following: 14 15 1. The pavement shall be sawcut a minimum of 3 inches deep. The cuts 16 shall be parallel to each other and extend 2 feet beyond the edge of the 17 trench. 18 19 2. Pavement shall be removed in an approved manner. 20 21 3. Trench depth shall provide 2 feet minimum cover over conduits. 22 23 4. Trench width shall be 4 inches or the conduit diameter plus 2 inches, 24 whichever is larger. 25 26 5. Trenches located within paved roadway.areas shall be backfilled with 27 Controlled density fill (CDF) meeting the requirements of Section 2- 28 09.3(1)E. The controlled density fill shall be placed level to, and at the 29 bottom of the existing pavement. The pavement shall be replaced with 30 paving material that matches the existing pavement. 31 32 On new construction, conduit shall be placed prior to placement of base course ,33 pavement. 34 35 Conduit terminating in foundations shall extend a maximum of 2 inches above the 36 foundation vertically including grounded end bushing or end bell. 37 38 Conduit entering through the bottom of a junction box shall be located near the end 39 walls to leave the major portion of the box clear. At all outlets, conduit shall enter 40 from the direction of the run, terminating 6 to 8 inches below the junction box lid 41 and within 3 inches of the box wall nearest its entry location. 42 43 Galvanized rigid steel conduit entering cable vaults shall extend 2 inches for the 44 installation of grounded end bushing and bonding. PVC conduit entering cable 45 vaults and pull boxes shall terminate flush with the inside walls of the structure. All 46 ''' conduit ends shall be terminated with termination kits. 47 48 When conduit or casing is to be placed under pavement it shall be placed prior to 49 the placement of a subbase, base, surfacing, and pavement. 50 51 Conduit entering through the bottom of a junction box shall be located near the end 52 walls to leave the major portion of the box clear. At all outlets, conduit shall enter 53 from the direction of the run, terminating 6 to 8 inches below the junction box lid 54 and within 3 inches of the box wall nearest its entry location. 55 56 Interduct conduit ends shall be terminated with termination kits. Galvanized rigid 57 steel conduit ends shall be terminated with grounded end bushings. PVC conduit 58 ends shall be terminated with bell ends. 59 r SW 7TH ST/UND AVE SW SIGNALIZATION 7TH_LIND 92 1 Suitable marker stakes shall be set at the ends of conduits, which are buried so that 2 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 and 8 gaskets. 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. 12 13 Conduits installed for future use shall be prepared as follows:After final assembly in 14 place, the conduit shall be blown clean with compressed air. Then, in the presence 1 15 of the Engineer, a cleaning mandrel correctly sized for each size of conduit shall be 16 pulled through to ensure that the conduit has not been deformed. As soon as the 17 mandrel has been pulled through, both ends of the conduit shall be sealed with 18 conduit caps.All conduits scheduled for future use shall originate in a foundation or 19 junction box as detailed in the plans and terminate in a junction box. All equipment 20 grounding conductors, and the bonding conductor for metallic conduits shall be 21 bonded in all junction boxes in accordance with Standard Specification 8-20.3(9). 22 23 Where surface mounting of conduit is required, supports shall consist of "unistrut" 24 type or equal mounting complete with clamps sized for the conduit. Support 25 spacing shall comply with the Code or shall be as noted in the contract. Approved 26 expansion fittings shall be installed at all expansion joints. Approved deflection 27 fittings shall be installed at the joint between the bridge end and the retaining wall 28 end and the transition point from the bridge attachment to the underground section. 29 In addition to the expansion fittings installed at all expansion joints, when PVC 30 conduit is installed, an additional expansion fitting shall be installed for each 100 31 feet of conduit. Fasteners shall be as approved by the Engineer. 32 N 33 Existing conduit in place scheduled to receive new conductors shall have any 34 existing conductors removed and a cleaning mandrel sized for the conduit shall be 35 pulled through. 36 37 Conduit runs shown in the Plans are for bidding purposes only and may be 38 changed, with approval of the Engineer, to avoid underground obstructions. 39 40 Conduit with innerduct shall be installed as shown in the Plans encased in 41 controlled density fill. A maximum of 1000 feet of continuous open trench will be 42 allowed, unless otherwise approved by the Engineer. All conduit with innerduct 43 exposed above grade level, or on any elevated structures, or as noted in the plans 44 shall be galvanized rigid steel innerduct conduit. 45 46 Innerduct warning tape shall be placed above all innerduct installed in trenches. 47 The warning tape shall be polyethylene with a metallic backing. The polyethylene 48 shall have a minimum 4 mils thicknesses and be 3 inches wide. The polyethylene 49 shall be orange in color and printed in black with the words "Fiber Optic Cable 50 Buried Below." 51 52 Location wire shall be placed directly above all innerduct installed in trenches. 53 54 The 4 inch outerduct shall be placed to ensure correct consistency of alignment of 55 the innerducts. 56 57 All innerducts shall be prepared as follows: 58 59 After final assembly in place, all innerducts shall be blown clean with 60 compressed air. Then, in the presence of the Engineer, a cleaning mandrel, SW 7TH ST/UND AVE SW SIGNALIZATION 7TH_LIND 93 1 correctly sized for the innerduct, shall be pulled through to ensure that the 2 conduit has not been deformed. As soon as the mandrel has been pulled 3 through, a 200 lb. minimum tensile strength pull string shall be installed in each, 4 innerduct and attached to duct plugs at both ends of the innerduct. 5 6 At all innerduct conduit terminus points, including those in cable vaults and pull 7 boxes, removable and reusable mechanical plugs shall be employed as follows: 8 9 Outerduct conduits shall be plugged using a quadplex expansion plug inside 10 the conduit around the innerduct. Duct plugs shall be installed in all unused 11 innerducts (those that are specified as empty) at the time of conduit 12 installation. Duct plugs shall be installed in all used innerducts (as specified in 13 the plans) at the time of conduit installation, unless cable pulling for those 14 innerducts will commence within 48 hours. , 15 16 Innerduct containing one cable shall be plugged using an expandable split plug. 17 Innerducts with multiple cables shall be sealed with self-expanding waterproof 18 foam. The waterproof foam shall not be placed more than 2 inches.into the 19 innerduct. 20 _ 21 8-20.3(6) Junction Boxes ,Cable Vaults, and Pull boxes 22 Standard junction boxes, pull boxes and cable vaults shall be installed at the 23 locations shown in the Plans. The Contractor may install, at no expense to the 24 Contracting Agency, such additional boxes as may be desired to facilitate the work. 25 Junction box installation shall conform to details in the Standard Plans. 26 27 Cable vaults and pull boxes shall be installed accordance with the following: 28 29 1. Excavation shall be performed in accordance with Section 2-09. 30 31 2. Cable vaults and pull boxes shall be installed on 6 inches of crushed 32 surfacing top course, per section 9-03.9(3), placed on a compacted or 33 undisturbed level foundation.. 34 35 3. All openings around conduits shall be sealed and filled with grout to 36 prevent water and debris from entering the vaults or pull boxes. The grout 37 shall meet the specifications of the cable vault and pull box 38 manufacturers. 39 40 4. Backfilling around the work shall not be allowed until the concrete or , 41 mortar has set. 42 43 5. Pull boxes shall be installed in accordance with plans and details. 44 45 ' 6. Pull boxes shall be configured such that the tensile and bending limitations 46 of the fiber optic cable are not compromised. Pull boxes shall be 47 configured to mechanically protect the fiber optic cable against installation 48 force as well as inert forces after cable pulling operations. 49 50 7. Upon acceptance of work, cable vaults, and pull boxes shall be free of 51 debris and ready for cable installation.All grounding requirements shall be 52 met prior to cable installation. 53 54 8. Where installed near steel casings, the pull boxes and cable vaults shall 55 be offset 3 feet, minimum from the centerline of the casing. Factory bends 56 shall be used to route the conduits to the cable vault or pull box. 57 58 Adjustments involving raising or lowering the junction boxes shall require conduit 59 modification if the resultant clearance between the top of the conduit and the SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 94 1 junction box lid becomes less than 6 inches or more than 8 inches in accordance 2 with Standard Plan J-11 a. 3 4 Cable vaults and pull boxes shall be adjusted to final grade using risers or rings 5 manufactured by the cable vault and pull box manufacturer. Cable vaults and pull 6 boxes with traffic bearing lids shall be raised to final grade using ring risers to raise 7 the cover only. 8 9 All voids resulting from the adjustment shall be backfilled with materials matching 10 adjacent surfacing material and compacted in accordance with Section 2-09.3(1)E. 11 12 Damage to the junction boxes, pull boxes, cable vaults and the associated conduit 13 system, or wiring resulting from the Contractor's operations, shall be repaired to the 14 Engineer's satisfaction at no additional cost to the Contracting Agency. 15 i 16 Both existing and new junction boxes, pull boxes, and cable vaults shall be 17 adjusted to be flush with the finished grade as well as with the grade during the 18 various construction stages proposed in the contract. 19 20 8-20.3(7) Messenger Cable, Fittings 21 Messenger cable shall be secured to steel strain poles by means of pole bands, 22 and to timber poles by means of single strand guy eye bolts. Pole bands and 23 eyebolts shall be installed as detailed in the Plans. 24 1 25 Messenger cable shall be secured to eye bolts or strain clamps at poles by the use 26 of approved self-locking cable clamp type dead-ending devices. Messenger cable 27 shall be secured to bull rings and anchors by two approved U-bolt connectors and 28 guy thimbles. 29 30 Traffic signal control cable shall be secured to the messenger cable by cable ties. 31 The ties shall be black nylon with ultraviolet protection and rated at 120 pound 32 minimum unlocking strength. 33 34 Down guy assemblies shall be installed as detailed in the Standard Plans. 35 36 8-20.3(8) Wiring 37 All underground wiring shall be installed in conduit unless specifically noted 38 otherwise in the contract. All wiring in conduit shall be installed with an approved 39 lubricant. 40 41 With the exception of induction loop circuits, magnetometer circuits and illumination 42 circuits, all wiring shall run continuously, without splices, from a terminal located in 43 a cabinet, compartment, pedestrian push button assembly, or signal head to a 44 similarly located terminal. Illumination circuit terminals and traffic circuit signal 45 terminals located below grade will not be allowed. Video detection systems cable 46 installation shall follow manufacturer's specification, except no below grade 47 terminals will be allowed. 48 49 All splices in underground- illumination circuits, induction loops circuits, and 50 magnetometer circuits shall be installed in junction boxes. The only splice allowed 51 in induction loop circuits and magnetometer circuits shall be the splice connecting 52 the induction loop lead in conductors or magnetometer lead in conductors to the 53 shielded home run cable. Splices for induction loop circuits and magnetometer 54 circuits shall be: heat shrink type with moisture blocking, material sized for 55 conductors, epoxy filled clear rigid mold splice kits or rigid re-enterable type splice 56 kits. Conductors for rigid mold kits shall be centered in the splice mold prior to 57 installation of the encapsulation material. Magnetometer and induction loop splices 1 58 shall be soldered. All connections with #10 and smaller wire shall use copper 59 crimped connectors installed with-a positive action (ratchet) tool, except for quick 60 disconnects as described in Section 9-29.7. The non insulated die shall be an i SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 95 1 indent type and insulated die shall be of a smooth shape capable of crimping pre- 2 insulated terminals and connectors. The tool shall be compound lever type with a 3 ratchet mechanism to ensure positive closure for full crimping cycle. The tool shall, 4 be field adjustable to proper calibration with common tools and materials. All 5 connectors shall be wrapped with two layers electrical tape. All epoxy splice kits 6 shall be physically separated from other splices and wiring within the junction box 7 to avoid damage from heat during the casting process. 8 9 Aerial illumination splices shall employ vice or crimp type pressure connectors. 10 Splice insulation may be epoxy, heat shrink, or tape. 11 12 Tape splice insulation shall consist of thermoplastic electrical insulating tape 13 applied to a thickness equal to the original wire insulation. It shall be well lapped 14 over the original insulation, and there shall be a coating of moisture resistant 15 varnish applied and allowed to dry. Two layers of friction tape will then be applied, 16 and the splice shall be finished with a second complete coating of moisture 17 resistant varnish. 18 19 Quick disconnect connectors, fused or unfused as required, shall be installed at all 20.. poles supporting a luminaire. Installation shall conform to details in the Standard 21 Plans. 22 23 Pole and bracket cable shall be installed between the disconnects and the 24 luminaire. 25 26 Sufficient slack wire shall be installed at each junction box to allow any conductor, 27 cable, or splice within the junction box to be raised a minimum of 18 inches outside 28 of the box. 29 30 Insulated grounded conductors of size No. 6 or larger shall be identified either by a 31 continuous white or natural gray finish along its entire length or by an approved 32 white marking for the full length of the visible conductor at all terminations, junction 33 boxes, or accessible locations. 34 35 Every conductor at every wire termination, connector, or device shall have an 36 approved, (9-29.13(7)6 & C) wire marking sleeve bearing as its legend, the circuit 37 number indicated in the contract. All terminal strips shall also bear the circuit 38 number consistent with the contract. 39 40 At all illumination circuit splices, each wire entering the splice shall have a 41 approved wire marking sleeve bearing as its legend the circuit number indicated in 42 the contract. 43 44 All wiring, exclusive of the previously mentioned illumination circuits, at junction 45 boxes and at the controller cabinet shall have an approved tag with legends as 46 follows: 47 48 1. Individual conductors—the circuit number indicated in the contract. 49 50 2. Multiconductor cable — the numbers of the signal heads and/or 51 pedestrian push buttons served. 52 53 3. Loop lead-in cable—the numbers of the loops served. 54 ,55 4. Magnetometer cable—the numbers of the magnetometers served. 56 57 5. Camera lead-in cable —The numbers of the phases. the camera served. 58 59 Drip loops shall be provided on all aerial conductors where they enter poles, signal 60 heads, or weatherheads. SW 7TH ST/LIND AVE SW SIGNALIZATION , 7TH_LIND 96 ' 1 r it burial cable or nonmetallic conduit is installed care shall b used in 2 Where direct e s 3 excavating, installing, and backfilling, so that no rocks, wood, or other foreign 4 material will be left in a position to cause possible injury. Direct burial cable shall 5 be placed a minimum of 24 inches below grade and shall be placed loosely in the 6 bottom of a trench. An approved red warning tape shall be installed in the trench, 6 7 inches above the direct buried conductors. 8 9 When conductors, either cable or single, are being installed, care shall be 10 exercised to not exceed tension limitations recommended by the manufacturer. 11 Conductors may be pulled directly by hand. However, if conductors are pulled by 12 any mechanical means, a dynamometer with drop-needle hand shall be used on 13 every mechanical pull. 14 15 On mechanical pulls, insulation shall be stripped off the individual conductor and 16 the conductor formed into a pulling eye and firmly taped, or a cable grip shall be 17 used. The maximum pulling force applied directly to the conductor, i.e., when 18 pulling eyes are used or when the conductor is formed into a loop, shall be limited 19 to that shown in the following table for copper conductor. When a cable grip is 20 applied over nonmetallic sheathed cables, the maximum pulling force shall be 21 limited to 1,000 pounds provided this is not in excess of the force as calculated 22 above. 23 24 Conductor Pounds 25 8 132 26 6 210 27 4 334 28 3 421 29 2 531 30 1 669 31 1/0 845 32 2/0 1,065 33 3/0 1,342 34 4/0 1,693 35 36 To limit the sidewall pressure at bends in duct and conduit runs, the pulling force in 37 pounds shall not exceed 100 times the radius of the bend in feet. Adequate 38 lubrication of the proper type to reduce friction in conduit and duct pulls shall be 39 utilized as necessary. The grease and oil-type lubricants used on lead sheathed 40 cables shall not be used on nonmetallic sheathed cables. 41 42 When wiring is noted for future connection, the ends of each wire or cable shall be 43 sealed with an approved heat shrink end cap. 45 If loop lead splices are not installed immediately after the installation of the loop 46 leads into the adjacent junction box, the ends of the two conductor "home run" 47 cable shall be sealed with heat shrink end caps to prevent entry of moisture into the ' 48 two conductor cable. All coaxial cables shall have heat shrink end caps installed 49 prior to aerial or underground installation of the cables to prevent moisture entry 50 into the cable. 51 ' 52 Multiconductor cable for signal displays shall be installed entirely through the 53 mounting fitting to a point a minimum of 1 inch inside the signal display,housing 54 before the outer insulation is stripped back for the connection of Individual 55 conductors to the terminal block. 56 57 8-20.3(9) Bonding, Grounding 58 All metallic appurtenances containing electrical conductors (luminaires, light 59 standards, cabinets, metallic conduit, non-metallic conduit, etc.) shall be made 60 mechanically and electrically secure to form a continuous systems which shall be SW 7TH ST!LIND AVE SW SIGNALIZATION 7TH_LIND 97 1 effectively grounded. Where metallic conduit systems are employed, the conduit 2 system constitutes the equipment grounding conductor. Where nonmetallic conduit 3 is installed, the installation shall include an equipment ground conductor, in addition ' 4 to the conductors noted in the contract. Except as noted below for sign lighting 5 fixtures, bonding. Bonding jumpers and equipment grounding conductors shall be 6 installed in accordance with per Section 9-29.3. The equipment ground conductor 7 between the isolation switch and the sign lighter fixtures may be No. 14 AWG 8 stranded copper conductor. Where parallel circuits are enclosed in a common 9 conduit, the equipment grounding conductor shall be sized by the of the largest 10 overcurrent device serving any circuit contained within the conduit. 11 12 All connectors between bonding jumpers and equipment grounding conductors 13 shall be installed in accordance with the NEC. 14 15 Identification of the equipment grounding conductor shall conform to all code 16 requirements. 17 18 Grounding of the equipment grounding system and neutral at the service point shall , 19 be accomplished as required under the NEC. Grounding of the neutral shall be 20 accomplished only at the service. 21 . 22 Two service grounds shall be installed at each electrical service installation and at 23 each separately derived power source. Each service ground shall conform to the 24 detail in the Standard Plans for "Service Ground." If soil conditions make vertical 25 ground rod installation impossible see NEC Section 250-52 (c)3 as an alternate , 26 installation procedure. The service ground installations shall be located a minimum 27 of 6 feet apart. The first service ground rod shall be connected to a continuous 28 grounding electrode conductor running to the service neutral bus. The second 29 service ground rod shall be connected to the same continuous grounding electrode ' 30 conductor connected to the first ground rod. Ground electrodes shall be bonded 31 copper, ferrous core materials and shall be solid rods not less than 10 feet in length 32 if they are 1/2 inch in diameter or not less than 8 feet in length if they are 5/8 inch or 33 larger In diameter. 34 35 The connection of the grounding electrode conductor to the grounding electrode 36 shall be made with two approved ground.clamps. 37 38 Messenger cable shall be bonded to steel strain poles by means of a bond strap 39 connected between an approved U-bolt connector and a bonding lug on the pole. 40 41 At points where shields or shielded conductors are grounded, the shields shall be 42 neatly wired and terminated on approved grounding lugs. 43 - 44 8-20.3(10) Services, Transformer, Intelligent Transportation System Cabinet 45 Power sources shown in the Plans are approximate only* exact location will be 46 determined in the field. 47 48 Aerial fed transformer cabinets and type A, type B, or type C service cabinets shall 49 include a timber pole, as specified in Section 9-29.6(3), a meter base, installed in 50 accordance with serving utility requirements, a two or three wire service breaker of 51 size noted in the Plans, the necessary conduit risers and ground assembly as 52 noted in the standard plan. The timber pole shall be set at a depth of 10% of the 53 total pole length plus 2 feet. Modified type B, type D and type E services shall be 54 installed per contract plan, and service description in standard plans. Pad mounted 55 transformer cabinets shall be installed per contract plans. 56 57 The service breaker shall be a standard thermal circuit breaker encased in a 58 raintight housing that can be padlocked. 59 ' I SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 98 I 1 Upon request of the Contractor, the Engineer will make the necessary P q 9 2 arrangements with the serving utility to complete the service connections. 3 Electrical energy used prior to completion of the contract will be charged to the 4 Contractor, except that the cost of energy used for public benefit, when such 5 operation is ordered by the Engineer, will be bome by the Contracting Agency. 6 ' 7 The service, transformer and ITS cabinets shall be marked with the service 8 agreement letters and numbers as noted in the plans. The markings shall be 9 installed on the outside cabinet door near the top of the cabinet. The markings 10 shall be series C using stencils and black•enamel alkyd gloss paint conforming to 11 Federal Specification TT-E-489. 12 13 8-20.3(11) Testing 14 The Contractor shall conduct the following tests on all electrical circuits with 15 nominal operating voltage between 115 volts and 600 volts, other than direct burial 16 installations, in the presence of the Engineer: 17 1 18 1. Test the continuity of each circuit. 19 20 2. Test for grounds in each circuit, which shall consist of the physical 21 examination of the installation to ensure that all required ground jumpers, 22 devices, and appurtenances do exist and are mechanically firm. 23 24 3. A 500 volt megohm meter test on each circuit between the conductor and 25 ground with all switch boards, panel boards, fuse holders, switches, 'I 26 receptacles, and overcurrent devices in place. All readings shall be 27 recorded. The Contractor shall furnish the Engineer with three copies of 28 the test results identifying observed readings with their respective circuits. 29 30 The insulation resistance shall not be less than 6 megohms between the 31 conductor and ground on circuits with a total single conductor length of 32 2,500 feet and over, nor less than 8 megohms on circuits with single 33 conductor length of less than 2,500 feet. 34 35 Any change in the above stated minimum readings must be approved in 36 writing by the Engineer. Only those factors based on dialectric properties 37 of conductor insulations, splicing insulations, terminal strip castings, etc., 38 will be cause for consideration of a variance. 39 40 4. A functional test in which it is demonstrated that each and every part of the 41 system functions as specified. 42 43 For those circuits below 115 volts nominal, except induction loop circuits and direct 44 burial circuits, the circuits shall be tested for continuity, ground, and a test to 45 demonstrate the circuit functions as specified. The megger test shall show an 46 insulation resistance of not less than 2 megohms to ground. 47 48 Any fault in any material or in any part of the installation revealed by these tests 49 shall be replaced or repaired by the Contractor in a manner approved by the 50 Engineer, and the same test shall be repeated until no fault appears. 51 52 When the project includes a traffic signal system, the Contractor shall conduct tests 53 noted in Section 8-20.3(14)D. The Contractor shall provide the Engineer a 54 minimum of five days advance written notice of the proposed traffic signal turn-on 55 date and time. The traffic signal turn-on procedure shall not begin until all required 56 channelization, pavement markings, illumination, signs, and sign lights are 57 substantially complete and operational unless otherwise allowed by the Project 58 Engineer. The Contractor shall provide traffic control to stop all traffic from entering 59 the intersection and shall then turn the traffic signal system to its flash mode to 60 verify proper flash indications. The Contractor shall then conduct functional tests to SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 99 I 1 demonstrate that each part of the traffic signal system, illumination system, or other 2 electrical system functions as specified. This demonstration shall be conducted in 3 the presence of a Contracting Agency electronic technician, the Contracting Agency 4 electrical inspector, and Regional Traffic Engineer or his/her designee. The 5 Contractor shall then turn the traffic signal to stop and go operation for no less than 6 one full cycle. Based on the results of the turn-on, the Engineer will direct the 7 Contractor to either turn the traffic signal on to normal stop and go operation, to 8 turn the signal to flash mode for a period not to exceed five calendar days, or to 9 turn the signal off and cover all signal displays. 10 11 If the Contractor is directed to turn off the traffic signal, the Contractor shall i 12 schedule a new tum-on date with the Engineer in accordance with the previously 13 mentioned procedures. 14 15 A qualified representative of the controller supplier may be required to be present 16 for the turn on to stop and go operation if the controller is being supplied on the 17 contract. 18 19 No change to stop and go operation will be allowed after 2 p.m. on any day nor will 20 the change be allowed on Friday, weekends, holidays, or the day preceding a 21 holiday. 22 23 " 8-20.3(12) Painting 24 All painting required shall be done in conformance with applicable portions of 25 Section 6-07. 26 27 8-20.3(13) Illumination Systems 28 8-20.3(13)A Light Standards 29 Light standards shall be handled when loading, unloading, and erecting in 30 such a manner that they will not be damaged.Any parts that are damaged due 31 to the Contractor's operations shall be repaired or replaced at the Contractor's 32 expense, to the satisfaction of the Engineer. 33 34 Light standards shall not be erected on concrete foundations until foundations 35 have set at least 72 hours or attained a compressive strength of 2,400 psi, and 36 shall be raked sufficiently to be plumb after all load has been placed or as 37 otherwise directed by the Engineer. 38 39 Slip base installation shall conform to the following: 40 41 1. The slip plane shall be free of obstructions such as protruding conduit 42 or anchor bolts. The conduit, anchor bolts, and other obstructions 43 shall terminate at a height below the elevation of the top of the slip N 44. plate. 45 46 2. Washers in the slip plane shall be placed between the slip plate and 47 the keeper plate. 48 49 3. Anchor bolts shall extend through the top heavy-hex nut two full 50 threads to the extent possible while conforming to the specified slip 51 base clearance requirements. Anchor bolts shall be tightened by the 52 Turn-Of-Nut Tightening Method in accordance with Sections 6- 53 03.3(33) and 8-20.3(4). 54 55 4. Clamping bolts shall be tightened in accordance with Sections 6- 56 03.3(33) and 8-20.3(4). The clamping bolts shall be tightened to the 57 specified torque, plus or minus 2 percent, in two stages using an 58 accurately calibrated torque wrench before erecting the light standard. 59 Except as otherwise specified, the Contractor shall install 1 inch 60 diameter clamping bolts in all slip bases to a torque of 95 foot- - SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 100 ,I 1 pounds. The Contractor shall tighten the 1 1/8 inch diameter clamping 2 bolts of slip bases for 50 foot light standards with double 10 foot mast 3 arms or greater to a torque to 104 foot-pounds. 4 5 5. The galvanized surfaces of the slip plates, the keeper plate and the 6 luminaire base plate shall be smooth, without irregularities, to reduce 7 friction and to prevent slackening of bolt tension due to flattening of 8 the irregularities. 9 10 6. Anchor bolts damaged after the foundation concrete is placed shall 11 not be repaired by bending or welding: The Contractor's repair 12 procedure Is to be submitted to the Engineer for approval prior to 13 making any repairs. The procedure is to include removing the 14 damaged portion of the anchor bolt, cutting threads on the 15 undamaged portion to remain, the installation of an approved b 16 threaded sleeve nut and stud, and repairing the foundation with epoxy 17 concrete. Epoxy concrete shall meet the requirements of Section 9- '� 19 26.3(1)B. 20 7. The grout pad shall not extend above the elevation of the bottom of 21 the anchor plate. 22 23 8. Wiring for slip base installation shall conform to details in the 24 Standard Plans. 25 26 Breakaway coupling installation shall conform to the following: 27 28 11. At existing foundations, the anchor nuts, pole, grout pad, and leveling 29 nuts shall be removed. Conduits shall be cut to a maximum height of 30 2 inches above the foundation including grounding end bushing or 31 bell end. Galvanizing repair paint, conforming to Formula A-9-73 in 32 Section 9-08.2, shall be applied to the cut conduit that has been 33 threaded. Anchor bolts that are damaged shall be repaired with 34 approved sleeve nuts as noted under slip base installation 35 procedures. 36 37 2. Anchor bolts shall be cut off 2-1/2 to 3 inches above the foundation. 38 At new foundations, the anchor bolts shall be installed with top of bolt 39 2-1/2 to 3 inches above the foundation. 40 41 3. Couplings shall be installed to within 1 /8 to 3 /8 inch of the 42 foundation. Couplings shall then be leveled. 43 44 4. The pole shall be set and plumbed; and washers, nuts, and skirt 45 installed per manufacturer's recommendations. 46 47 Slip base insert installations shall conform to details in the Standard Plans, and 48 shall conform to items 1 through 8 above for slip base installation, except that 49 the specified torque for the 7/8 inch diameter clamping bolts shall be 50 foot- 50 pounds. 51 52 All new light standards shall have an approved metal tag riveted to the pole 53 above the handhole. The information provided on the tag shall be as noted on 54 the pre-approved drawings. The following information shall be stamped on the 55 tag: 56 57 1. Luminaire number. 58 2. Luminaire wattage. 59 3. Luminaire voltage. 1 60 I SW 7TH ST/LIND AVE SW SIGNALIZATION �II 7TH_LIND 101 1 All new or relocated metal light standards shall be numbered for identification 2 in accordance with the Plans using painted 3-inch series C numbers installed 3 3 feet above the base facing the traveled way. Paint shall be black enamel alkyd , 4 gloss conforming to Federal Specification TT-E-489. 5 6 In setting timber poles, the Contractor shall provide a minimum burial of 10 , 7 percent of the total pole length plus 2 feet and shall rake the poles per 8 Standard plan J-7d. 9 10 8-20.3(13)6 Decorative Light Standards 11 Design and fabrication shall meet or exceed the requirements of the latest 12 AASHTO Standard Specifications for Structural Supports for Highway Signs, 13 Luminaires and Traffic Signals. 14 15 Complete calculations for the structural design, including anchor bolt details, 16 shall be prepared by a professional engineer licensed under Title 18 RCW 17 State of Washington, in the branch of Civil or Structural Engineering. All shop 18 drawings and cover page of all calculations submittals shall carry signature, 19 original seal, registration number and date of expiration. The cover page shall 20 include the contract number, contract title and sequential index to calculation 21 page numbers. Two copies of the associated design calculation shall be 22 submitted for approval along with shop drawings. 23 24 8-20.3(13)C Luminaires 25 The Contractor shall mark the installation date on the inside of the luminaire ' 26 ballast housing using a permanent marking pen. 27 28 All luminaires shall be mounted level, both transverse and longitudinally, as 29 measured across points specked by the manufacturer. Leveling and 30 orientation shall be accomplished after pole plumbing. 31 32 8-20.3(14) Signal Systems e 33 8-20.3(14)A Signal Controllers 34 All control cabinets and control equipment shall be factory wired ready for 35 operation. Field work will be limited to placing cabinets and equipment and 36 connecting the field wiring to field terminal strips.All controller cabinets shall be 37 installed on a silicone seal pad. 38 39 Controllers for portable traffic signal systems shall conform to the requirements 40 of Section 9-29.13(7). 41 42 8-20.3(14)6 Signal Heads 43 Unless ordered otherwise by the Engineer, signal heads shall not be installed 44-=- at any intersection until all other signal equipment is installed and the controller 45 - is in place, inspected, and ready for operation at that intersection, except that 46 the signal heads may be mounted if the faces are covered to clearly indicate 47 the signal is not in operation. 48 49 Three section displays mounted on type M mounts shall have the plumbizer 50 between the top and second display. Four and five section vertical displays 51 mounted on type M mounts shall have the plumbizer between the second and 52 third display. 53 54 8-20.3(14)C Induction Loop Vehicle Detectors 55 Induction loops shall be constructed as detailed in the Contract and the 56 following: 57 58 1. Loop wire shall conform to Section 9-29.3. 59 i SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 102 �I 1 2. When Type 2 or 6' round (R) loops are grouped at the stop line, the 2 front edge of the first loop shall be one foot behind the stop line. 3 Each additional 'loop installed in the lane shall be on 15 foot centers. �I 4 5 3. Lead-in cable shall conform to Section 9-29.3. 6 'I 7 4. All loops shall be installed after grinding or prior to paving the final lift 8 of asphalt designated in the Contract. Loop conductors shall be held 9 at the bottom of the saw cut by high temperature backer rod (sized to 10 fit snugly in the saw cut). Two inch long pieces of the backer rod shall �II 11 be installed on 24 inch centers along the entire loop and home run(s) 12 and at the entrance and exit of all turns greater than 450. If new loops 13 are installed over existing the old loops shall be removed by grinding i 14 and the grinding shall be deep enough to destroy any existing 15 operational loop conductors. If not listed as incidental to another item 16 or paid for under another bid item the additional work to remove the 17 existing loops shall be paid in accordance with Section 1-04.4. 18 19 5. Each loop shall be the size and number of turns indicated in the 20 Plans. 21 22 6. No loop installation will be done in rainy weather or when the 23 pavement is wet. 24 25 7. All sawcuts shall be cleaned with a high pressure washer and dried 26 with 100 psi minimum air pressure, to the satisfaction of the Engineer. 27 If traffic is allowed over the sawcut prior to wire installation, the 28 sawcuts shall be cleaned again. 29 30 8. Wiring shall be installed with ablunt-nosed wooden wedge. 31 32 9. Prior to the installation of the Hi temperature backer rod all slack shall 33 be removed from the wiring.-Kinks in wiring or foldirig back of excess 34 wiring will not be allowed. 35 36 10. High temperature backer rod, sized for snug fit shall be installed in the 37 saw cut on 2' centers and at all sharp turns. 38 39 11. Install sealant as per contract or as approved by the Engineer. 40 41 12. Sealant shall be applied such that air bubbles or foam will not be 42 trapped in the sawcut. 43 44 8-20.3(14) D Test for Induction Loops and Lead-in Cable 45 All tests shall be performed by the Contractor in the presence of the Engineer 46 for each loop. The tests shall be performed at the amplifier location after 47 complete installation of the loop. All costs associated with testing shall be 48 included in the unit contract prices of the respective bid items. 49 50 Test A — The DC resistance between the two lead-in cable wires will be 1� 51 measured by a volt ohm meter. The resistance shall not exceed 5 ohms. 52 53 Test B — A megohm meter test at 500 volts DC shall be made between the 54 lead-in cable shield and grounding, prior to connection to grounding. The 55 resistance shall equal or exceed 100 megohms. 56 57 Test C —A megger test shall be made between the loop circuit and grounding. 1t 58 The resistance shall equal or exceed 100 megohms. 59 SW 7TH ST/LIND AVE SW SIGNALIZATION ' 7TH_LIND 103 1 Test D — An Inductance test to determine the inductance level of each 2 inductance loop. The Contractor shall record the inductance level of each 3 inductance loop installed on the project and shall furnish the findings to the 4 Engineer. An inductance level below 150 microhenries is considered a failure 5 for a Type 1 loop, any one round loop and an inductance level below 75 6 microhenries is considered a failure for a Type 2 loop. ' 7 8 If any of the installations fails to pass all tests, the loop installation or lead-in 9 cable shall be repaired and replaced and then retested. 10 e 11 8-20.3(14)E Signal Standards 12 Traffic signal standards shall be furnished and installed in accordance with the 13 methods and materials noted in the contract and the following: 14 15 1. All dimensions and orientations will be field verified by the Engineer 16 prior to fabrication. 17 18 2. The signal standard component identification shall conform to details ■ 19 in the Plans. 20 21 3. Disconnect connectors complete with pole and bracket cable shall be , 22 installed in any signal standard supporting a luminaire. Illumination 23,Y. wiring installation shall conform to details in the Plans for slip base 24 wiring. 25 26 4. No field drilling will be allowed on signal mast arms except for the 27 installation of any required pre-empt indicators , pre-empt detectors, 28 microwave detector, or type "N" signal mountings. The maximum 29 diameter shall be 1 inch. 30 31 5. All pole entrances required for pole-mounted signal heads, cabinets, 32 signs, pedestrian push button assemblies, etc., shall be field drilled. 33 34 6. Damage to the galvanized pole surface resulting from field drilling 35 shall be repaired with approved zinc rich paint. , 36 37 7. Field welding will not be allowed, except as shown in the Plans or as 38 otherwise approved by the Engineer. 39 40 8. All tenons shall be factory installed. 41 42 9. All welding shall be completed prior to galvanizing. 43 44 ,.--,-, Foundations shall be constructed to provide the pole orientation rioted 45"" in the Plans. Anchor bolts shall be tightened in accordance with 46 Sections 6-03.3(33) and 8-20.3(4). 47 48 11. Slip base installation for Type RM and FB signal standards shall 49 conform to the slip base installation requirements specified in Section 50 8-20.3(13)A, except that the specified torque for the 3/4 inch diameter 51 clamping bolts shall be 50 foot-pounds. 52 53 12. The pole shall be plumbed after signal heads are installed. 54 ,55 13. The space between the bottom base plate and the top of foundation 56 shall be filled with grout. with a 3/8-inch plastic drain tube. 57 58 Signal standards shall not be erected on concrete foundations until the 59 foundations have attained 2400 psi or 14 days. Signal standards without mast 60 arms may be erected after 72 hours. Type IV and V strain pole standards may II SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 104 I rl1 be erected but the messenger cable (span wire) can not be placed until the 2 foundation has attained 2400 psi or 14 days. 3 I 4 Signal supports used with portable traffic signal systems shall provide a 5 minimum of two signal displays, spaced a minimum of 8 feet apart. When 6 portable traffic signals are used to provide alternating one way control, a 7 minimum of one of the signal displays shall be suspended over the traveled 8 way. The minimum vertical clearance to the traveled way for this signal display 9 is 16 feet 6 inches. 10 11 Timber strain poles shall be set a burial depth of 10% of the total length plus 2 12 feet and shall be raked as noted as noted on Standard Plan J-7d. 13 14 8-20.3(15) Grout 15 Grout shall conform to the requirements of Section 6-02.3(20). 16 17 8-20.3 (16) Reinstalling Salvaged Material 18 When salvaged electrical equipment is to be reinstalled, the Contractor shall furnish 19 and install all necessary materials and equipment, including anchor bolts, nuts, 20 washers, concrete, etc., required to complement the salvaged equipment in the 21 new installation. II 22 23 Metal poles relocated to new permanent locations shall be inspected for structural 24 integrity prior to reinstalling. 25 26 8-20.3(19) "As Built" Plans 27 Upon physical completion of the work, the Contractor shall submit corrected shop 28 drawings, schematic circuit diagrams, or other drawings necessary for the Engineer 29 to prepare corrected plans to show the work as constructed. 30 31 These drawings shall be on sheets conforming in size to the provisions of Section IIII 32 1-05.3. illl 33 j 34 8-20.4 Measurement 35 When shown as lump sum in the Plans or in the proposal as illumination, traffic data 36 accumulation and ramp metering, or traffic signal system no specific unit of Iw 37 measurement will apply, but measurement will be for the sum total of all items for a j 38 complete system to be furnished and installed. 39 40 Conduit of the kind and diameter specified will be measured by the linear foot for the 41 actual neat line length in place, unless the conduit is included in an illumination system, 42 signal system, or other type of electrical system lump sum bid item. 43 44 Casing — will be measured by the linear foot for the actual length of casing placed, 45 unless the casing is included in an illumination, signal or other electrical system lump 46 sum bid item. 47 - 48 8-20.5 Payment 49 Payment will be made in accordance with Section 1-04.1, for each of the following bid 50 items that are included in the proposal: 51 52 "Illumination System ", lump sum. 53 "Traffic Signal System ", lump sum. 54 "Traffic Data Accumulation and Ramp Metering System ", lump sum. 55 The lump sum contract price for "Illumination System ", "Traffic Signal 56 "Traffic Data Accumulation and Ramp Metering System ", shall be full pay for 57 the construction of the complete electrical system, modifying existing systems, or 58 both, as shown in the Plans and herein specified including excavation, backfilling, 59 concrete foundations, conduit, wiring, restoring facilities destroyed or damaged 60 during construction, salvaging existing materials, and for making all required tests. SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 105 1 1 All additional materials and labor, not shown in the plans or called for herein and 2 which are required to complete the electrical system, shall be included in the lump, 3 sum contract price. 4 5 "Conduit Pipe In. Diam.", per linear foot. 6 The unit contract price per linear foot for "Conduit In. Diam" shall be full pay 7 for furnishing all pipe, pipe connections, elbows, bends, caps, reducers, conduits, 8 and unions; for placing the pipe in accordance with the above provisions, including 9 all excavation, directional boring, jacking or drilling required, backfilling of any voids 10 around casing, conduits, pits or the trenches, restoration of native vegetation , 11 disturbed by the operation, chipping of pavement, and bedding of the pipe; and all 12 other work necessary for the construction of the conduit, except that when conduit 13 is included on any project as an integral part of an illumination or traffic signal 14 system and the conduit is not shown as a pay item, it shall be included in the lump 15 sum price for the system shown. 16 17 All costs for installing conduit containing both signal and illumination wiring shall be 18 included in the contract prices for the signal system. 19 20 All costs for installing junction boxes containing both illumination and signal wiring 21 shall be included in the contract prices for the signal system. 22 23 `Casing", per linear foot. 24 The unit contract price per linear feet for "casing" shall be full payment for boring, 25 jacking or drilling for installing casing, and backfilling any voids around the casing 26 and pits or back filling of the trenches required to install the casing. This cost will 27 also include any restoration of native vegetation disturbed by the operation. 28 29 SECTION 8-21, PERMANENT SIGNING 30 April 7, 2003 31 8-21.2 Materials 32 This section is revised to read: 33 34 Signing materials and fabrication of signs shall meet the requirements of Section 9-28. 35 Materials for roadside sign structures shall meet the requirements of Section 9-06.16. ' 36 Materials for sign mounting shall conform to Section 9-28.11. Materials for sign bridges, 37 cantilever sign structures, and bridge mounted sign brackets shall conform to Section 9- 38 28.14(2). 39 40 8-21.3(9)A Fabrication of Steel Structures 41 This section is revised to read: 42: 43 Fabrication and erection shall conform to the applicable requirements of Section 6-03 44 and 9-06. All welded connections of sign bridge and cantilever sign structure posts, 45 arms, and beams, including base and connection plates, shall be cleaned prior to 46 welding to remove all mill scale from within two inches of the weld. As an alternative to 47 the blast cleaning requirements of Section 6-03.3(13), the Contractor may perform the 48 cleaning using power hand tools as approved by the Engineer. Unless otherwise 49 specified in the Plans or Special Provisions, metal surfaces shall not be painted. 50 51 8-21.3(9)B Grout 52 This section including title is revised to read: 53 54 8-21.3(9)B Vacant 56 8-21.3(9)F Bases , 57 In the last sentence of the third paragraph the reference to "Class 4000W" is revised to read: 58 59 Class 4000P placed in accordance with Section 6-02.3(6)B. SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 106 I it 1 2 The eleventh paragraph is revised to read: 3 4 Plumbing of sign bridges and cantilever sign structures shall be accomplished by 5 adjusting leveling nuts. Shims or other similar devices for plumbing or raking will not be 6 permitted. 7 8 SECTION 8-22, PAVEMENT MARKING 9 December 2, 2002 10 8-22.1 Description 11 The first sentence under"Railroad Crossing Symbol" is revised to read: 12 13 A WHITE marking that includes a symbol, two letters and two 24 inch transverse lines, 14 conforming to details in the Standard Plans. 15 16 "Drainage Marking" is revised to read: 17 18 Drainage Marking 19 A WHITE marking conforming to the details in the Standard Plans for the identification of 20 a cross culvert, catch basin or grate inlet. 21 22 This section is supplemented with the following: 23 24 Bicycle Lane Symbol 25 A WHITE marking that includes a symbol and one traffic arrow conforming to details in 26 the Standard Plans. 27 28 8-22.2 Materials 29 This section is revised to read: 30 31 Material for pavement marking shall be paint or plastic, as noted in the bid item, meeting 32 the requirements of Section 9-34. 33 34 8-22.3(3) Marking Application 35 The headings for the chart"Marking Material" are revised as follows: 36 37 "Dense Application" is revised to "Application". 38 39 "Class D ACP" is revised to "Dense ACP". 40 41 "ACP" is revised to"Class D ACP". 42 43 On page 8-86, under Liquid pavement marking material, "Feet of 40 line/gallon" is revised 44 to "Feet of 4" line/gallon". 45 ' 46 Under Solid pavement marking material, "Feet of 48 line/50# bag" is revised to "Feet of 4" 47 line/50# bag". 48 49 8-22.4 Measurement ' 50 The first sentence of the 7th paragraph is revised to read: 51 52 Traffic arrows, traffic letters, access parking space symbols, HOV symbols, railroad 53 crossing symbols, bicycle lane symbol, drainage markings, aerial surveillance full, and 54 1/2 markers will be measured per each as "_Traffic Marking". 55 56 The ninth paragraph is revised to read: 57 58 Removal of traffic arrows, traffic letters, access parking space symbol, HOV lane 59 symbol, railroad crossing symbol, bicycle lane symbols, drainage markings, aerial SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 107 L 1 surveillance full and 1/2 markers will be measured per each as "Removing __ Traffic 2 Marking". Removal of crosswalk lines will be measured by the square foot of lines 3 removed as 'Removing_Crosswalk Line". 4 5 8-22.5 Payment 6 This section is supplemented with the following: 7 8 'Painted Bicycle Lane Symbol", per each. 9 'Plastic Bicycle Lane Symbol", per each. 10 11 SECTION 8-23, TEMPORARY PAVEMENT MARKINGS i 12 August 5, 2002 13 8-23.1 Description ' 14 This section is revised to read: 15 16 The work shall consist of furnishing and installing temporary pavement markings. 17 Temporary pavement markings shall be provided where noted in the Plans and for all i 18 lane shifts and detours resulting from construction activities. Temporary pavement 19 markings shall also be provided when permanent markings are eliminated because of 20 construction operations. Temporary pavement markings shall be maintained in 21 serviceable condition throughout the project until permanent pavement markings are 22 installed. Temporary pavement markings that are damaged shall be repaired or replaced 23 immediately. Temporary painted center lines, edge lines, or lane lines and temporary 24 raised pavement markers which are, in the opinion of the Engineer, damaged due to i 25 normal wear by traffic, will be replaced. Any temporary line marked with tape shall be 26 repaired immediately when it no longer provides the intended use. 27 29 Temporary pavement marking installations are defined as follows: 30 Temporary Center Line 31 A BROKEN line used to delineate adjacent lanes of traffic moving in opposite 32 directions. The broken pattern shall be based on a 40-foot unit, consisting of a ' 33 4-foot line with a 36-foot gap if paint or tape is used. If temporary raised pavement 34 markers are used, the pattern shall be based on a 40-foot unit, consisting of a 35 grouping of three temporary raised pavement markers, each spaced 3 feet apart, ' 36 with a 34-foot gap. 37 38 Temporary Edge Line 39 A SOLID line used on the edges of traveled way. The line shall be continuous if , 40 paint or tape is used. If temporary raised pavement markers are used, the line shall 41 consist of markers installed continuously at 5-foot spacings. 42 43 Temporary Lane Line 44 A BROKEN line used to delineate adjacent lanes with traffic traveling in the same 45 direction. The broken pattern shall be based on a 40-foot unit, consisting of a 4-foot 46 line with a 36-foot gap, if paint or tape is used. If temporary raised pavement , 47 markers are used, the pattern shall be based on a 40-foot unit, consisting of a 48 grouping of three temporary raised pavement markers, each spaced 3 feet apart, 49 with a 34-foot gap. , 50 51 Lane line and right edge line shall be white in color. Center line and left edgf. line 52 shall be yellow in color. Edge lines shall be installed only if specifically required in 53 the contract. All temporary pavement markings shall be retroreflective. 54 55 8-23.4 Measurement 56 The following new paragraph is inserted after the first paragraph: 57 i ® I i SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 108 1 Reinstalled painted markings and raised pavement markers, when ordered by the 2 Engineer due to normal wear by traffic, will be measured again, each time ordered. 3 Repair, for any reason, of temporary markings made with tape shall not be measured. 4 5 8-23.5 Payment 6 The third sentence in the note for'Temporary Pavement Marking" is revised to read: 7 8 No additional compensation will be allowed when the Contractor is required to repair 9 temporary taped markings that have been damaged or wom. 10 11 SECTION 9-01, PORTLAND CEMENT 12 April 1, 2002 13 9-01.2(1) Portland Cement 14 This section is revised to read: 15 16 Portland cement shall conform to the requirements for Types I, II, or III cement of the 17 Standard Specifications for Portland Cement, AASHTO M 85, except that the content of p 18 alkalis shall not exceed 0.75 percent by weight calculated as Na20 plus 0.658 K20 and 19 except that the content of Tricalcium aluminate (C3A) shall not exceed 8 percent by 20 weight calculated as 2.650AI203 minus 1.692Fe2O3. 21 22 The time of setting shall be determined by the Vcat Test method,AASHTO T 131. 23 24 SECTION 9-02, BITUMINOUS MATERIALS 25 December 2, 2002 26 9-02.1(4) Asphalt Cements 27 The reference to "AASHTO MP1" is revised to read "AASHTO M320". 28 29 9-02.1(4)A Vacant 30 This section including title is revised to read: 31 32 9-02.1(4)A Performance Grade (PG) Asphalt Cement 33 , PG 58 PG 64 JPG 70 JPG 76 li PERFORMANCE GRADE 122128134122128134122128134122128 ORIGINAL BINDER Flash Point Temp.,T48 MIN C° 230 Rotational Viscosity T316 Maximum 3 Pa-s,Test Temp CO 135 Dynamic Shear,T315: G"/sinS Min.,1.00 kPa Test Temp @ 10 rad/s,C° 1 58 64 70 76 ROLLING THIN FILM OVEN RESIDUE (T240) Mass Loss,Maximum,percent 1.00 Dynamic Shear,T315: G•/sinS Min.,2.20 kPa Test Temp @ 10 rad/s,C° 58 64 70 76 PRESSURE AGING VESSEL RESIDUE (R28) PAV Aging Temperature C° 100 SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 109 Dynamic Shear,T315: G"sins Maximum,5000 kPa Test Temp @ 10 rad/s,C° 22 19 16 25 22 19 28 25 22 31 28 Creep Stiffness,T313 S,Maximum,300 Mpa m-value,Minimum,0.300 Test Temp @ 60s, C' -12 -18 -24 -12 -18 -24 -12 -18 -24 -12 -18 1 All Performance Graded Binders not included in this chart shall be determined 2 by Table 1 "Performance 3 Graded Asphalt Specification Chart in AASHTO M320. 4 5 9-02.1(8) Hot Melt Traffic Button Adhesive 6 The column "ASTM Test Method" is revised to 'Test Method". 7 8 The Specification "Brookfield Viscosity, 400 F" along with Test Method "ASTM D 2196" is 9 revised to read "Rotational Viscosity, 400 F AASHTO T 316". 10 11 SECTION 9-03, AGGREGATES 12 December 2, 2002 13 9-03.1(1) General Requirements 14 In the third paragraph, the third sentence is deleted. 15 16 9-03.1(5)B Grading 17 The second paragraph is supplemented with the following: 18 19 Standard sieve sizes shall be those listed in ASTM C 33. 20 21 9-03.9(3) Crushed Surfacing 22 The percent passing the 1/2" square sieve for Top Course and Keystone is revised to "80- 23 100". 24 25 9-03.11 Recycled Portland Cement Concrete Rubble ' 26 The section including title is revised to read: 27 28 9-03.11 Vacant 29 30 9-03.12(3) Gravel Backfill for Pipe Zone Bedding 31 The Percent Passing for U.S. No. 200 is revised to read "10.0 max". 32 33 _ 9-03.15 Vacant 34 This section including title is revised to read: 35 36 9-03.15 Native Material for Trench Backfill 37 Trench backfill outside the roadway prism shall be excavated material free of wood ' 38 waste, debris, clods or rocks greater than 6 inches in any dimension. 39 40 9-03.20 Test Methods for Aggregates 41 The title for Test Method WAQTC FOP for T 27/11 is revised to read: 42 43 Sieve Analysis of Fine and Course Aggregates and Aggregates in ACP 44 45 Gradation of Aggregates in ACP WSDOT FOP for AASHTO T 30 is deleted. 46 SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 110 I �I 1 9-03.21 Recycled Material 2 This section along with sub-sections 9-03.21(1) and 9-03.21(2) are deleted in their entirety 3 and replaced with the following new Section 9-03.21 with sub-sections 9-03.21(1), 9- ') 4 03.21(2), 9-03.21(3) and 9-03.21(4). 5 6 9-03.21(1) General Requirements 7 Recycled materials that are identified below may be used as, or blended uniformly with, 8 naturally occurring materials for aggregates. The final blended product shall meet the 9 requirements for the specified type of aggregate. In addition, each recycled material 10 component included in a blended product, shall meet the specific requirements listed below. 11 12 Recycled materials obtained from the Contracting Agency's roadways will not require testing 13 and certification for toxicity testing or certification for toxicity characteristics. 14 15 For recycled materials that are imported to the job site, the Contractor shall certify that the 16 recycled material is not a Washington State Dangerous Waste per the Dangerous Waste 17 Regulations WAC 173-303. Sampling and testing for toxicity shall be at a frequency of one 18 per 10,000 tons prior to combining with other materials and not less than one sample from 19 any single source. 20 21 9-03.21(2) Recycled Asphalt Concrete Pavement 22 Recycled asphalt concrete pavement may be uniformly blended with the following materials, 23 to the extent that the specified maximum bitumen content in the final product shall not 24 exceed the following: N 25 26 Maximum 27 Bitumen 28 Content 29 (Percent) 30 31 Fine Aggregate for Portland Cement Concrete 9-03.1(2) 0 32 Coarse Aggregates for Portland Cement Concrete 9-03.1(4) 0 33 Aggregates for Asphalt Treated Base (ATB) 9-03.6 34 Aggregates for Asphalt Concrete 9-03.8 35 Ballast 9-03.9(1) 1.2 I 36 Shoulder Ballast 9-03.9(2) 1.2 37 Crushed Surfacing 9-03.9(3) 1.2 38 Aggregate for Gravel Base 9-03.10 1.2 39 Gravel Backfill for Foundations-Class A 9-03.12(1)A 1.2 (� 40 Gravel Backfill for Foundations-Class B 9-03.12(1)B 1.2 41 Gravel Backfill for Walls 9-03.12(2) 0 42 Gravel Backfill for Pipe Zone Bedding 9-03.12(3) 0 43 Gravel Backfill for Drains 9-03.12(4) 0 44 Gravel Backfill for Drywells 9-03.12(5) 0 45 Backfill for Sand Drains 9-03.13 0 46 Sand Drainage Blanket 9-03.13(1) 0 47 Gravel Borrow 9-03.14(1) 0 48 Select Borrow 9-03.14(2) 1.2 49 Select Borrow 9-03.14(2) 8.0 50 (greater than 3 feet below subgrade and ' 51 side slopes) 52 Common Borrow 9-03.14(3) 1.2 53 Common Borrow- 9-03.14(3) 8.0 54 (greater than 3 feet below subgrade and 55 side slopes) 56 Foundation Material Class A and Class B 9-03.17 0 57 Foundation Material Class C 9-03.18 0 ' 58 Bank Run Gravel for Trench Backfill 9-03.19 0 59 60 *See 5-04.2 SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 111 1 2 The following field operating procedures will determine total bitumen content: 3 '4 AASHTO T 308* 5 WSDOT TM 6 6 7 *The Contractor shall verify the asphalt content for the blended mix. A statewide) 8 average of 0.70 may be used as a calibration factor for AASHTO T-308, 9 10 9-03.21(3) Recycled Portland Cement Concrete Rubble 11 Recycled portland cement concrete rubble may be uniformly blended with the following 12 materials, to the extent that the specified maximum concrete rubble content in the final 13 product shall not exceed the following: 14 Maximum 15 Concrete 16 Rubble 17 (Percent) 18 19 Fine Aggregate for Portland Cement Concrete 9-03.1(2) 0 20 Coarse Aggregates for Portland Cement Concrete 9-03.1(4) 0 21 Aggregates for Asphalt Treated Base (ATB) 9-03.6 0 22 Aggregates for Asphalt Concrete 9-03.8 0 23 Ballast 9-03.9(1) 100 24 Shoulder Ballast 9-03.9(2; 100 25 Crushed Surfacing 9-03.9(3) 100 26 Aggregate for Gravel Base 9-03.10 100 27 Gravel Backfill for Foundations-Class A 9-03.12(1)A 100 28 Gravel Backfill for Foundations-Class B 9-03.12(1)B 100 29 Gravel Backfill for Walls 9-03.12(2) 100 30 Gravel Backfill for Pipe Zone Bedding 9-03.12(3) 100 31 Gravel Backfill for Drains 9-03.12(4; 100 32 Gravel Backfill for Drywells 9-03.12(5) 0 33 Backfill for Sand Drains 9-03.13 100 34 Sand Drainage Blanket 9-03.13(1) 100 35 Gravel Borrow 9-03.14(1) 100 ' 36 Select Borrow 9-03.14(2) 100 37 Common Borrow 9-03.14(3) 100 38 Foundation Material Class A and Class B 9-03.17 100 39 Foundation Material Class C 9-03.18 100 40 Bank Run Gravel for Trench Backfill 9-03.19 100 41 42 9-03.21(4) Recycled Glass Aggregates 43 Recycled glass may be uniformly blended with the following materials, to the extent that the 44 maximum recycled glass content in the final product shall not exceed the following: 45 46 Maximum 47 Recycled 48 Glass 49 (Percent) 50 51 Fine Aggregate for Portland Cement Concrete 9-03.1(2) 0 52 Coarse Aggregates for Portland Cement Concrete 9-03.1(4) 0 53 Aggregates for Asphalt Treated Base (ATB) 9-03.6 0 54 Aggregates for Asphalt Concrete 9-03.8 0 55 Ballast 9-03.9(1) 15 56 Shoulder Ballast 9-03.9(2) 15 57 Crushed Surfacing 9-03.9(3) 15 , 58 Aggregate for Gravel Base 9-03.10 15 59 Gravel Backfill for Foundations - Class A 9-03.12(1)A 15 60 Gravel Backfill for Foundations - Class B 9-03.12(1)B 15 SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 112 1 Gravel Backfill for Walls 9-03.12(2) 15 2 Gravel Backfill for Pipe Zone Bedding 9-03.12(3) 15 3 Gravel Backfill for Drains 9-03.12(4) 100 4 Gravel Backfill for Drywells 9-03.12(5) 100 5 Backfill for Sand Drains 9-03.13 100 6 Sand Drainage Blanket 9-03.13(1) 100 7 Gravel Borrow 9-03.14(1) 100 8 Select Borrow 9-03.14(2) 100 9 Common Borrow 9-03.14(3) 100 10 Foundation Material Class A and Class B 9-03.17 100 11 Foundation Material Class C 9-03.18 100 12 Bank Run Gravel for Trench Backfill 9-03.19 100 13 14 The product supplier shall perform total lead content testing quarterly. Tests shall include a 15 minimum of five samples. Sample collection shall be conducted according to ASTM D 75. 16 Total lead content testing will be conducted according to EPA Method 3010/6010. 17 R 18 A test shall not exceed 250 ppm using a total lead analysis EPA Test Method 6010. In 19 addition, the Toxicity Characteristics Leaching Procedure, EPA Test Method 1311 shall be 20 used and a test shall not exceed 5.0 ppm. The product supplier shall keep all test results on 21 file. 23 SECTION 9-04, JOINT AND CRACK SEALING MATERIALS 24 April 1, 2002 25 9-04.6 Expanded Polystyrene 26 This section Is revised to read: 27 28 Expanded polystyrene shall be of a cellular molded type with a density of 1.5 plus or 29 minus 0.25 pounds per cubic foot. 30 31 SECTION 9-05, DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS IIII 32 January 7, 2002 33 9-05.2(7) Perforated Corrugated Polyethylene Drainage Tubing Underdrain 34 Pipe 35 This section is revised to read: 36 37 Perforated corrugated polyethylene drainage tubing underdrain pipe shall meet the 38 requirements of AASHTO M252, Type CP or Type SP. Type CP shall be Type C pipe 39 with Class 2 perforations and Type SP shall be Type S pipe with either Class 1 or Class 40 2 perforations. Additionally, Class 2 perforations shall be uniformly spaced along the 41 length and circumference of the pipe. The maximum size pipe shall be 10-inch 42 diameter. 43 44 9-05.2(8) Perforated Corrugated Polyethylene Underdrain Pipe 45 This section Is revised to read: - 46 47 Perforated corrugated polyethylene underdrain pipe, 12 inch through 48-inch diameter 48 maximum, shall meet the requirements of AASHTO M 294 Type CP or Type SP. Type 49 CP shall be Type C pipe with Class 2 perforations and Type SP shall be Type S pipe 50 with either Class 1 or Class 2 perforations. Additionally, Class 2 perforations shall be 51 uniformly spaced along the length and circumference of the pipe. 52 53 SECTION 9-06, STRUCTURAL STEEL AND RELATED MATERIALS 54 April 1, 2002 ' 55 9-06.5(4) Anchor Bolts 56 The second sentence in the second paragraph is revised to read: 57 I SW 7TH ST/LIND AVE SW SIGNALIZATION I ' 7TH_LIND 113 1 Nuts for ASTM A 449 galvanized bolts shall conform to AASHTO M291, Grade DH and 2 shall conform to the lubrication requirements in Section 9-06.5(3). 3 4 SECTION 9-07, REINFORCING STEEL 5 August 5, 2002 6 9-07.1(1) Acceptance by Manufacturer's Certification 7 This section is supplemented with the following: 8 9 9-07.1(1)A Acceptance of Materials 10 Steel reinforcing bar manufacturers use either an English or a Metric size designation , 11 while stamping rebar. The actual size of the bar, whether stamped with an English or a 12 Metric size designation is acceptable. The contract plans and the standard plans will 13 continue to use an English size designation. The table below shows the comparable ' 14 reinforcing steel bar size designations in both units of measure: 15 16 English Bar Metric , 17 Designation Diameter Designation 18 #3 (0.375 inches) #10 19 #4 (0.500 inches) #13 20 #5 (0.625 inches) #16 21 #6 (0.750 Inches) #19 22 #7 (0.875 inches) #22 23 #8 (1.000 inches) #25 , 24 #9 (1.128 inches) #29 25 #10 (1.270 inches) #32 26 #11 (1.410 inches) #36 27 #14 (1.690 inches) #43 ' 28 #18 (2.260 inches) #57 29 30 9-07.1(4) Inspection 31 This section including title is revised to read: 32 33 9-07.1(4) Vacant 34 35 SECTION 9-09, TIMBER AND LUMBER 36 April 7, 2003 37 9-09.1 General Requirements , 38 The reference to 'Western Red Cedar" is deleted. 39 40 9-09.2(3) Inspection 41 This section is revised to read: 42 43 Timber and lumber must be marked with a certified lumber grade stamp provided by 44 one of the following agencies: 45 46 West Coast Lumber Inspection Bureau (WCLIB) 47 Western Wood Products Association (WWPA) 48 Pacific Lumber Inspection Bureau (PLIB) 49 Any lumber grading bureau certified by the American Lumber Standards Committee 50 51 For Structures: 52 A grading certificate must accompany each order of timber and lumber for use in ' 53 structures as specified in Section 9-09.2. The certificate shall be issued by either 54 the grading bureau whose stamp is shown on the material, or by the lumber mill, 55 which must be under the supervision of one of the grading bureaus listed above. ' 56 The certificate shall include the following: 57 58 Name of the mill performing the grading SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 114 1 The grading rules being used 2 Name of the person doing the grading with current certification 3 Signature of a responsible mill official 4 Date the lumber was graded at the mill 5 Grade, dimensions, and quantity of the timber or lumber 6 7 When the material is delivered to the project, the Engineer shall check the order for 8 the appropriate grade stamp. The invoice and grading certificate accompanying the 9 order must be accurate and complete with the information listed above. The 10 grading certificate and grade markings shall not constitute final acceptance of the 11 material. The Engineer may reject any or all of the timber or lumber that does not 12 comply with the specifications or has been damaged during shipping or upon 13 delivery. 14 15 For Guardrail Posts and Blocks, Sign Posts, Mileposts, Sawed Fence Posts, 16 and Mailbox Posts: 17 When the material is delivered to the project, the Engineer shall check the order for I� 18 the appropriate grade stamp. The grade markings shall not constitute final 19 acceptance of the material. The Engineer may reject any or all of the timber or 20 lumber that does not comply with the specifications or has been damaged during 21 shipping or upon delivery. I� 23 SECTION 9-12, MASONRY UNITS 24 April 7, 2003 25 9-12.4 Precast Concrete Manholes 26 The reference to "ASTM C 116 Type III" in the second sentence of the third paragraph is 27 revised to read"ASTM C 1116 Type III". 28 29 The fifth sentence in the third paragraph is revised to read: 30 31 A minimum of two hoops of W2 wire shall be placed in the 48-inch end of each cone. j 33 SECTION 9-14, EROSION CONTROL AND ROADSIDE PLANTING 34 December 2, 2002 35 This section is replaced in its entirety as follows: 36 37 9-14.1 Soil 38 39 9-14.1(1) Topsoil Type A 40 Topsoil Type A shall be as specified in the Special Provisions. ' 41 42 9-14.1(2) Topsoil Type B 43 Topsoil Type B shall be native topsoil taken from within the project limits either from the 44 area where roadway excavation is to be performed or from stdppings from borrow, pit, 45 or quarry sites, or from other designated sources. The general limits of the material to 46 be utilized for topsoil will be indicated in the Plans or in the Special Provisions. The 47 Engineer will make the final determination of the areas where the most suitable material 48 exists within these general limits. The Contractor shall reserve this material for the ' 49 specked use. Material for Topsoil Type B shall not be taken from a depth greater than 50 1 foot from the existing ground unless otherwise designated by the Engineer. 51 52 In the production of Topsoil Type B, all vegetative matter, less than 4 feet in height, shall 53 become a part of the topsoil. Prior to topsoil removal, the Contractor shall reduce the 54 native vegetation to a height not exceeding 1 foot. Noxious weeds, as designated by 55 authorized State and County officials, shall not be incorporated in the topsoil, and shall 56 be removed and disposed of as designated elsewhere or as approved by the Engineer. 57 I SW 7TH ST/UND AVE SW SIGNALIZATION 7TH_LIND 115 1 - 9 14.1(3) Topsoil Type C 2 Topsoil Type C shall be native topsoil meeting the requirements of Topsoil Type B but 3 obtained from a source provided by the Contractor outside of the Contracting Agency, 4 owned right of way. 5 6 9-14.2 Seed 7 Grasses, legumes, or cover crop seed of the type specified shall conform to the 8 standards for Certified" grade seed or better as outlined by the State of Washington 9 Department of Agriculture "Rules for Seed Certification," latest edition. Seed shall be 10 furnished in standard containers on which shall be shown the following information: 11 12 (1) Common and botanical names of seed, 13 (2) Lot number, 14 (3) Net weight, 15 (4) Percentage of purity, 16 (5) Percentage of germination (in case of legumes percentage of germination to 17 include hard seed), and Percentage of weed seed content and inert material' 18 clearly marked for each kind of seed in accordance with applicable State and 19 Federal laws. 20 21 All seed installers must have a business license issued by the Washington State 22 Department of Licensing with a "seed dealer' endorsement. Upon request, the 23 contractor shall furnish the Engineer with copies of the applicable licenses and 24 endorsements. ' 25 26 Upon request, the Contractor shall furnish to the Engineer duplicate copies of a 27 statement signed by the vendor certifying that each lot of seed has been tested by a 28 recognized seed testing laboratory within six months before the date of delivery on the 29 project. Seed which has become wet, moldy, or otherwise damaged in transit or storage 30 will not be accepted. 31 32 9-14.3 Fertilizer 33 Fertilizer shall be a standard commercial grade of organic or inorganic fertilizer of the 34 kind and quality specified. It may be separate or in a mixture containing the percentage 35 of total nitrogen, available phosphoric acid, and water-soluble potash in the amounts 36 specified. All fertilizers shall be furnished in standard unopened containers with weight, i 37 name of plant nutrients, and manufacturer's guaranteed statement of analysis clearly 38 marked, all in accordance with State and Federal laws. 39 ,40 Fertilizer shall be supplied in one of the following forms: 41 42 (1) A dry free-flowing granular fertilizer, suitable for application by agricultural 43 fertilizer spreader. 44 (2) A soluble form that will permit complete suspension of insoluble particles in 45 water, suitable for application by power sprayer. 46 (3) A homogeneous pellet, suitable for application through a ferti-blast gun. 47 (4) A tablet or other form of controlled release with a minimum of a 6 month 48 release period. 49 50 9-14.4 Mulch and Amendments 51 All amendments shall be delivered to the site in the original, unopened containers 52 bearing the manufacturer's guaranteed chemical analysis and name. In - lieu of 53 containers, amendments may be furnished in bulk.A certificate from the manufacturer or 54 supplier indicating the above information shall accompany each delivery. Compost and , 55 other organic amendments shall be accompanied with all applicable health certificates 56 and permits. 57 SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 116 1 9-14.4(1) Straw 2 All straw mulch material shall be in an air dried condition free of noxious weeds and 3 other materials detrimental to plant life. Straw mulch so provided shall be suitable for I� 4 spreading with mulch blower equipment. 5 6 9-14.4(2) Wood Cellulose Fiber 7 Fiber shall be produced from natural or recycled (pulp) fiber, such as wood chips or 8 similar wood materials, or from newsprint, corrugated cardboard, or a combination of 9 these processed materials. The fibers shall not contain any rock, metal, or plastic. It 10 shall be treated with a nontoxic green dye non toxic to plant or animal life to facilitate 11 inspection of the placement of the material. It shall be manufactured in such a manner 12 that after addition and agitation in slurry tanks with water, the fibers in the material will 13 become uniformly suspended to form a homogenous slung. When hydraulically sprayed 14 on the ground, the material shall allow the absorption and percolation of moisture. 15 16 During the request for approval of the material source process, a letter of certification 17 shall be submitted which certifies that the product contains less than 250 parts per 18 million boron, and shall be otherwise nontoxic to plant or animal life. The organic matter 19 content shall be at least 90 percent on an oven-dry basis as determined by ASTM D 20 586. The moisture content shall be no more than 15 percent as determined by oven 21 dried weight. 22 23 Each package of the cellulose fiber shall be marked by the manufacturer to show the 24 dried weight. 25 26 9-14.4(3) Bark or Wood Chips 27 Bark or wood chip mulch shall be derived from Douglas fir, pine, or hemlock species. It 28 shall be ground so that a minimum of 95 percent of the material will pass through a 29 112-inch sieve and no more than 55 percent, by loose volume, will pass through a U.S. 30 No. 4 sieve. The mulch shall not contain resin, tannin, or other compounds in quantities 31 that would be detrimental to plant life. 32 33 9-14.4(4) Sawdust 34 Sawdust mulch shall be free of chips, chunks, and large splinters, and shall not contain 35 resin, tannin, or other compounds in quantities that would be detrimental to plant life. 36 37 9-14.4(5) Lime 38 Agriculture lime shall be of standard manufacture, flour grade, meeting the requirements 39 of ASTM C-602. 40 41 9-14.4(6) Gypsum 42 Gypsum shat(consist of Calcium Sulfate (CaSO42H2O) in a pelletized or granular form. 43 100% shall pass through a U.S. No. 8 sieve. 44 45 9-14.4(7) Tackifier 46 Tacklers used as a tie-down for seed and mulch shall be applied in quantities sufficient 47 to equal the retention properties of guar when applied at the rate of 60 pounds per acre ft 48 for slopes less than 2:1 and 120 pounds per acre for slopes greater than 2:1. Tackifer 6 49 shall contain no growth or germination inhibiting materials nor significantly reduce 50 infiltration rates. Tackifer shall hydrate,in water and readily blend with other slurry 51 materials. Tackifer options include: 52 53 Type A—Organic tackifier derived from natural organic plant sources. 54 Type B — Synthetic tackifier having an MSDS sheet that demonstrates to the 55 satisfaction of Engineer that the product is not harmful to aquatic life. 56 57 9-14.4(8) Compost 58 Compost products shall contain composted plant material derived from the aerobic 59 decomposition of recycled plant waste. The composted plant waste shall have a SW 7TH ST/uND AVE SW SIGNALIZATION 7TH_LIND 117 1 1 moistUre content that has no visible free water or dust produced when handling the 2 material. 3 4 Compost shall be stable, mature, decomposed organic solid waste that is the result of 5 the accelerated, aerobic biodegradation and stabilization under controlled conditions. 6 The result is a uniform dark, soil-like appearance. 7 8 Compost maturity or stability is the point at which the aerobic biodegradation of the 9 compost has slowed and oxygen consumption and carbon dioxide generation has 10 dropped. Subsequent testing provides consistent results. 11 12 Compost production and quality shall comply with the Interim Guidelines for Compost 13 Quality, #94-38 or superseding editions, and amendments, published by the Washington 14 State Department of Ecology. The Interim Guidelines for Compost Quality can be found, 15 at the web site http://www.ecy.wa.gov/pubs/94038.pdf. 16 17 Compost products shall meet the following physical criteria: 18 19 1. Compost material shall be tested in accordance with AASHTO Test Method 20 T87 and T88. 100% of Type 1 Compost shall pass through a 5/8" sieve. 90% of 21 Type 2 Compost shall be larger than 3/8 inch and smaller than 1 inch. 22 -. 23 2. The pH range shall be between 5.5 and 8.5 when tested in accordance with 24 WSDOT Test Method 417. , 25 26 3. Manufactured inert material (plastic, concrete, ceramics, metal, etc.) shall be 27 less than 1 percent on a dry weight or volume basis, whichever provides for 28 the least amount of foreign material. 29 30 4. Minimum organic matter shall be 30 percent dry weight basis as determined by 31 loss on ignition. (LOI test) 32 33 5. Soluble salt contents shall be less than 4.0 mmhos/cm for areas that receive 34 less than 20 inches of precipitation per year and 6.0 mmhos/cm for areas that 35 receive more than 20 inches of precipitation per year. 36 37 6. Type 1 Compost shall score a number 6 or above on the Solvita Compost 38 Maturity Test. Type 2 Compost shall score a 5 or above on the Solvita 39 Compost Maturity Test. 40 41 All compost products will be tested within 30 calendar days prior to application by the 42 Contracting Agency with samples taken from the material stockpiled by the supplier for 43 project use. Compost not conforming to the above requirements or taken from a source ' 44 other than those tested shall be immediately removed from the project and replaced at 45 no cost to the Contracting Agency. 46 47 Acceptance of composted products shall be based on the following submittals by the 48 Contractor. 49 50 1. A Request forApproval'of Material Source. 51 52 2. A copy of the Solid Waste Handling Permit issued to the supplier- by the 53 Jurisdictional Health Department as per WAC 173-304 (Minimum Functional 54 Standards for Solid Waste Handling). 55 56 3. Written verification from the supplier that the material complies with the 57 processes, testing, and standards specified in the Interim Guidelines for 58 Compost Quality. 59 SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 118 1 4. Written verification from the supplier that the compost products originate a 2 minimum of 65 percent by volume from recycled plant waste. A maximum of 3 35 percent by volume of other approved organic waste and/or biosolids may �II 4 be substituted for recycled plant waste. 5 6 5. A copy of the lab analyses described under Testing Parameters in the 7 Guidelines for Compost Quality. The analyses shall be less than three months N 8 old. 9 10 6. A list of the feedstock by percentage present in the final compost product. 11 12 9-14.5 Erosion Control Blanket 13 Organic temporary erosion control blanket shall meet the following requirements: 14 15 1. Made of natural plant fibers. 16 2. Have a minimum weight of 8 oz./sq. yd. and a minimum limiting shear stress of 17 0.45 lb./sq. ft. 18 3. Netting, if present, shall be biodegradable or photodegradable. 19 20 Permanent erosion control blanket shall meet the following requirements: 21 22 1. Consist of uv stabilized' fibers, filaments, and netting. 23 2. Have a minimum weight of 8 oz./sq. yd. and a minimum limiting shear stress of 24 1.5 lb./sq. ft. 25 26 1uv stability (minimum 80 percent tensile retained) ASTM D4355 (1,000 hour 27 exposure). 28 29 9-14.5(3) Clear Plastic Covering 30 Clear plastic covering shall meet the requirements of the NIST Voluntary Product 31 Standard, PS 17-69, for polyethylene sheeting having a minimum thickness of 6 mils. 32 33 9-14.5(4) Geotextile-Encased Check Dam 34 The geotextile-encased check dam shall be a urethane foam core encased in geotextile 35 material. The minimum length of the unit shall be 7 feet. 36 37 The foam core shall be a minimum of 8 inches in height, and have a minimum base 38 width of 16 inches. The geotextile material shall overhang the foam by at least 6 inches 39 at each end, and shall have apron type flaps that extend a minimum of 24 inches on 40 each side of the foam core. The geotextile material shall meet the requirements for silt 41 fence in Section 9-33. 42 43 9-14.5(5) Wattles 44 Wattles shall consist of cylinders of biodegradable plant material such as straw, coir, or 45 wood shavings encased within biodegradable or photodegradable netting. Netting shall 46 meet the requirements of Section 9-14.5. Rolls shall be at least 6 inches in diameter, 47 unless otherwise specified. 48 49 9-14.6 Plant Materials 50 51 9-14.6(1) Description. 52 Seedlings are plants grown from cuttings, seeds, or other approved propagation 53 methods. Seedlings do not normally show form characteristic to species generally under 54 three years of age and less than 24 inches in height. Measurement is by height in 3-inch 55 increments or by age and number of times transplanted. 56 57 Whips are bareroot, broadleaf trees, generally unbranched and between 2 feet and 58 6 feet in height. Measurement is by 1-foot height increments. 59 SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 119 1 Broadleaf trees are branched, over 6 feet in height and measured by caliper and/or 2 height. 3 4 Coniferous trees are over 2 feet in height and measured in height and occasionally 5 spread. 6 7 Shrubs and ground covers begin to show form characteristic to their normal habit of 8 growth and are measured by height and/or spread. 9 10 Container sizes may be specified in addition to other measurements, however, the other 11 measurements shall govern. 12 13 Cuttings are live plant material without a previously developed root system. Source 14 plants for cuttings shall be dormant when cuttings are taken. All cuts shall be made with 15 a sharp instrument. Written permission shall be obtained from property owners and 16 provided to the Engineer before cuttings are collected. The Contractor shall collect 17 cuttings in accordance with applicable sensitive area ordinances. For cuttings, the 18 requirement to be nursery grown or held in nursery conditions does not apply. Cuttings 19 include the following forms: 20 21 Live branch cuttings shall have flexible top growth with terminal buds and may have 22 side branches. The rooting end shall be cut at an approximate 45 degree angle. 23 24 Live stake cuttings shall have a straight top cut immediately above a bud. The 25 lower, rooting end shall be cut at an approximate 45-degree angle. Live stakes are i 26 cut from one to two year old wood. 27 28 Live pole cuttings shall have a minimum 2-inch diameter and no more than three 29 branches which shall be pruned back to the first bud from the main stem. , 30 31 Rhizomes shall be a prostrate or subterranean stem, usually rooting at the nodes 32 and becoming erect at the apex. Rhizomes shall have a minimum of two growth 33 points. 34 35 Tubers shall be a thickened and short subterranean branch having numerous buds 36 or eyes. 37 38 9-14.6(2) Quality 39 All plant material fumished shall meet the grades established by the latest edition of the 40 American Standard for Nursery Stock, shall conform to the size and acceptable 41 conditions as listed in the contract, and shall be free of all foreign plant material. 42 43 All plant material shall comply with State and Federal laws with respect to inspection for 44 plant diseases and insect infestation. 45 46 Live woody or herbaceous plant material, except cuttings, rhizomes, and tubers, shall 47 be vigorous, well formed, with well developed fibrous root systems, free from dead 48 branches, lichens, and from damage caused by an absence or an excess of heat or 49 moisture, insects, disease, mechanical or other causes detrimental to good plant 50 development. Evergreen plants shall be well foliated and of good color. Deciduous trees 51 which have solitary leaders shall have only the lateral branches thinned by pruning. All 52 conifer er trees shall have only one leader (growing apex) and one terminal bud, and shall 53 not be sheared or shaped. Trees having a damaged or missing leader, multiple leaders, 54 or Y-crotches shall be rejected. 55 56 Root balls of plant materials shall be solidly held together by a fibrous root system and 57 shall be composed only of the soil in which the plant has been actually growing. The ball 58 shall be securely wrapped with jute burlap or other packing material not injurious to the 59 plant life. Root balls shall be free of weed or foreign plant growth. 60 SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 120 1 Plant materials shall be nursery grown stock. Plant material, with the exception of 2 cuttings, gathered from native stands shall be held under nursery conditions for a 3 minimum of one full growing season, shall be free of all foreign plant material, and meet 4 all of the requirements of these Specifications, the Plans, and the Special Provisions. 5 6 Container grown plants must be plants transplanted into a container and grown in that 7 container sufficiently long for new fibrous roots to have developed so that the root mass 8 will retain its shape and hold together when removed from the container. Plant material 9 which is root bound, as determined by the Engineer, shall be rejected. 10 11 Container sizes for plant material of a larger grade than provided for in the container 12 grown specifications of the American Standard for Nursery Stock (ASNS) shall be 13 determined by the volume of the root ball specified in the ASNS for the same size plant 14 material. 15 16 All bare root plant materials shall have a heavy fibrous root system. All plants must be I 17 dormant at the time of planting. !� 18 19 Average height to spread proportions and branching shall be in accordance with the 20 applicable sections, illustrations, and accompanying notes of the American Standard for 21 Nursery Stock. 22 I'I 23 Plants, which have been determined by the Engineer to have suffered damage as the 24 result of girdling of the roots, stem, or a major branch; have deformities of the stem or 25 major branches; have a lack of symmetry; have dead or defoliated tops or branches; or 26 have any defect, injury, or condition which renders the plant unsuitable for its intended 27 use, shall be rejected. 28 29 Plants that are grafted shall have roots of the same genus as the specified plant. 30 31 9-14.6(3) Handling and Shipping 32 Handling and shipping shall be done In a manner that is not detrimental to the plants. 33 34 The nursery shall furnish a notice of shipment in triplicate at the time of shipment of 35 each truck load or other lot of plant material. The original copy shall be delivered to the 36 Project Engineer, the duplicate to the consignee and the triplicate shall accompany the 37 shipment to be furnished to the Inspector at the job site. The notice shall contain the ' 38 following nformation: 39 g 40 1. Name of shipper. 41 2. Date of shipment. 42 3. Name of commodity. (Including all names as specified in the contract.) 43 4. Consignee and delivery point. 44 5. State contract number. 45 6. . Point from which shipped. 46 7. Quantity contained. 47 8. Certificate of Grade. (Statement that material conforms to the specifications.) 48 9. Size. (Height, runner length, caliper, etc. as required.) 49 10. Statement of root pruning. (Date pruned and size of pruning.) 50 11. Signature of shipper by authorized representative. 51 52 To acclimate plant materials to Northwest conditions, all plant materials used on a 53 project shall be grown continuously outdoors north of the 42nd Latitude 54 (Oregon-California border) from not later than August 1 of the year prior to the time of 55 planting. 56 57 All container grown plants shall be handled by the container. 58 59 All balled and burlapped plants shall be handled by the ball. 60 i SW 7TH ST/LIND AVE SW SIGNALIZATION ' 7TH_LIND 121 1 Plant material shall be parked for shipment in accordance with prevailing practice for 2 the type of plant being shipped, and shall be protected at all times against drying, sun, ' 3 wind, heat, freezing, and similar detrimental conditions both during shipment and during 4 related handling. Where necessary, plant material shall be temporarily heeled in. When 5 transported in closed vehicles, plants shall receive adequate ventilation to prevent 6 sweating. When transported in open vehicles, plants shall be protected by tarpaulins or 7 other suitable cover material.Antidesiccant material shall be applied before shipment. 8 9 9-14.6(4) Tagging 10 Plants delivered as a single unit of 25 or less of the same size, species, and variety, 11 shall be clearly marked and tagged. Plants delivered in large quantities of more than 25 12 must be segregated as to variety, grade, and size; and one plant in each 25, or fraction 13 thereof, of each variety, grade, and size shall be tagged. 14 15 9-14.6(5) Inspection 16 The Contracting Agency will make an inspection of plant material at the source when 17 requested by the Engineer. However, such approval shall not be considered as final 18 acceptance for payment. The Contractor shall notify the Engineer, not less.than 48 19 hours in advance, of plant material delivery to the project. 20 21 9-14.6(6) Substitution of Plants 22 No substitution of plant material, species or variety, will be permitted unless evidence is 23 submitted in writing to the Engineer that a specified plant cannot be obtained and has 24 been unobtainable since the award of the contract. If substitution is permitted, it can be 25 made only with written approval by the Engineer. The nearest variety, size, and grade, , 26 as approved by the Engineer, shall then be furnished. 27 28 Container or balled and burlapped plant material may be substituted for bare root plant 29 material. Container grown plant material may be substituted for balled and burlapped 30 plant materials. Container size shall be determined by the volume of the root ball that is 31 specified. These substitutions shall be approved by the Engineer and be at no cost to 32 the Contracting Agency. 33 34 9-14.6(7) Temporary Storage 35 Plants stored under temporary conditions shall be the responsibility of the Contractor. 36 37 Plants stored on the project shall be protected at all times from extreme weather 38 conditions by insulating the root balls with sawdust, soil, or other approved material and 39 shall be kept moist at all times. 40 41 Cuttings to be stored for periods longer than one week shall be taken during the months 42 of November and December. Cuttings to be stored for later installation shall be 43 bundled, laid horizontally, and completely buried under 6 inches of soil or placed in cold 44 = storage at a temperature of 34 F and 90% humidity. Cuttings that are not planted within 45 24 hours of cutting shall be soaked in water for 24 hours prior to planting. Cuttings 46 taken when the temperature is higher than 50°F shall not be stored for later use. 47 48 Cuttings shall continually be shaded and protected from wind. Cuttings must be 49 protected from drying at all times and shall be heeled into moist soil or placed in water if 50 not installed within 8 hours of cutting. 51 52 9-14.6(8) Sod 53 The available grass mixtures on the current market shall be submitted to the Engineer 54 for selection and approval. 55 56 The sod shall be field grown one calendar year or older, have a well developed root 57 structure, and be free of all weeds, disease, and insect damage. 58 59 Prior to cutting, the sod shall be green, in an active and vigorous state of growth, and 60 mowed to a height not exceeding 1 inch. ■ SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 122 2 The sod shall be cut with a minimum of 1 inch of soil adhering. 3 4 9-14.7 Stakes, Guys, and Wrapping 5 Stakes shall be installed as shown in the Plans. 6 �I 7 Commercial plant ties may be used in lieu of hose and wire guying upon approval of the 8 Engineer. The minimum size of wire used for guying shall be 14 gage, soft drawn. 9 10 Hose for guying shall be nylon, rubber, or reinforced plastic and shall have an inside 11 diameter of at least 1/2 inch. 12 13 Tree wrap shall be a crinkled waterproof paper weighing not less than 4.0 pounds per 14 100 square feet and shall be made up of two sheets cemented together with asphalt. 16 SECTION 9-15, IRRIGATION SYSTEM 17 December 2, 2002 I� 18 This section is replaced in its entirety as follows: 19 20 All materials and equipment incorporated in the system shall be new, undamaged, of 1� 21 standard quality, and shall be subject to testing as speed. JJ 22 23 9-15.1 Pipe, Tubing, and Fittings 1� 24 Pipe shall be galvanized iron, PVC, or polyethylene, as specified in the Plans or in the 25 Special Provisions. 26 27 9-15.1(1) Galvanized Pipe and Fittings 28 Pipe shall be standard weight, hot-dip galvanized iron or steel pipe, threaded and 29 coupled. Pipe shall meet the requirements of ASTM A 53. 30 31 All pipe fittings shall be standard threaded galvanized malleable iron fittings. 32 33 9-15.1(2) Polyvinyl Chloride Pipe and Fittings 34 PVC pipe and fittings, where indicated in the Plans, shall be of PVC compound Type 1, 35 Grade 1, conforming to ASTM D 1784 specifications. The pipe and fittings shall be 36 approved and certified by the National Sanitation Foundation. Pipe and fittings shall be 37 free from defects in materials, workmanship, and handling. The Engineer may require 38 dimensional and quick burst tests of pipe and fittings after arrival at the job site. 39 Acceptance of the materials shall be subject to passing the designated tests per ASTM 40 Standards. 41 42 PVC solvent weld pipe shall be of PVC 1120 material and shall have 200 psi minimum 43 pressure rating with SDR 21 walls which conform to ASTM D 2241. PVC pipe with walls 44 heavier than SDR 21 shall be installed when noted in the Plans and specified in the 45 Special Provisions. PVC threaded pipe shall be of PVC 1120 material and shall be 46 schedule 80 which conforms to ASTM D 1785. 47 48 PVC pipe fittings shall conform to ASTM D 2466, Type I, Grades 1 or 2. Pipe may be 49 belled on one end with the dimensions of the tapered bell conforming to ASTM D 2672. 50 51 Each length of PVC pipe is to be marked with an identifying extrusion "run" number and 52 the manufacturer's name or trade name plus the pipe size and schedule. 53 54 9-15.1(3) Polyethylene Pipe 55 Polyethylene pipe shall be Class 80, SDR 15, medium density polyethylene pipe, meet 56 the requirements of ASTM D 2239, conform to U.S. Commercial Standard CS-255, and 57 be National Sanitation Foundation (NSF) approved. 58 SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 123 I 1 Thick walled polyethylene (poly) pipe shall be used in conjunction with fittings 2 recommended by the manufacturer of the poly pipe to produce a flexible swing join 3 assembly between the lateral line and the irrigation head. The pipe shall b# 4 manufactured from high quality, low density virgin polyethylene material and have a 5 minimum wall thickness of 0.10 inch and a minimum inside diameter of 0.49 inch. The 6 pipe shall be capable of withstanding 80 psi operating water pressure at 110 F Th 7 length of thick walled poly pipe at each flexible swing joint assembly shall be 18 inchel 8 minimum to 36 inches maximum. 9 10 9-15.2 Drip Tubing 11 Drip tubing shall be manufactured from specially formulated, chemical resistant, low tj 12 medium density virgin polyethylene or polybutylene selected for excellent weatherability 13 and stress cracking resistance and designed specifically for use in drip irrigatio 14 systems. Drip tubing shall have a minimum wall thickness of 0.045 inch and shall have 15 a written warranty from the manufacturer against defects in manufacturing, rot, - 16 electrolytic corrosion, or stress cracking for a period of five years minimum from the time 17 of installation. 18 19 9-15.3 Automatic Controllers 20 _ Automatic controllers shall be installed on a concrete base. They shall be an electrically 21.:. timed device for automatically opening and closing control valves for predetermined 22 periods of time and mounted so that all normal adjustments will be conveniently locatedl 23 ' for use by the operator. Controllers shall be enclosed in a weatherproof, painted, metal 24 housing fabricated from 16 gage sheet aluminum alloy 6061-T6, or from 16 gage sheet 25 steel metal. 26 27 A pedestal or skirting shall be placed around the conduit leading to the metal housing 28 shown in the Plans. It shall be of the same material and finish as the housing. The 29 Contractor shall submit a plan of the proposed design for the pedestal or skirting to the 30 Engineer for approval before fabrication. Controller housing shall have hasp and Nock or 31 locking device.All locks or locking devices shall be master keyed and three sets of keys 32 provided. The controller shall be compatible with and capable of operating the irrigation 33 system as designed and constructed and shall include the following operating features: 34 35 1. Each controller station shall be adjustable for setting to remain open for any 36 desired period of time—from five minutes or less to at least one hour. 37 38 2. Adjustments shall be provided whereby any number of days may be omitted 39 and whereby any one or more positions on the controller can be skipped. 40 When adjustments are made, they shall continue automatically within a 14-day, 41 cycle until the operator desires to make new adjustments. 42 43 3. Controls shall allow any position to be operated manually both on or off 44 whenever desired. 45 46 4. Controls shall provide for resetting the start of the irrigation cycle at any time 47 and advancing from one position to another. 48 49 5. Controllers shall contain an on-off switch and fuse assembly. 50 51 9-15.4 Sprinkler Heads 52 Sprinkler heads shall be of the type, pattern, and coverage shown in the Plans at rated 53 operating pressure specified, discharging not more than the amount of gallons per 54 minute listed. 55 56 Sprinkler heads shall be designed so that spray adjustments can be made by either an 57 adjustment screw or interchangeable nozzles. Watering cores shall be easily removed 58 without removing the housing from the pipe. 59 SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 124 tl 1 9-15.5 Valve Boxes and Protective Sleeves 2 All automatic control valves, flow control valves, and pressure reducing valves shall be 3 provided with valve boxes. Valve boxes shall conform to the Plans and shall be 'I 4 extendible to obtain the depth required. All manual drain valves and manual control f 5 valves shall be equipped with a protective sleeve and cap as shown in the Plans. 6 7 9-15.6 Gate Valves 8 Gate valves when called for in the Plans shall be heavy duty bronze conforming to the 9 requirements of ASTM B 62. Valves shall be of the same size as the pipes on which 10 they are placed and shall have union or flange connections. Service rating (for u 11 nonshock cold water) shall be 150 psi. Valves shall be of the double disk, taper seat u 12 type, with rising stem, union bonnet and hand wheel or suitable cross wheel for 13 standard key operation. Manufacturer's name, type of valve, and size shall be cast on 14 the valve. 15 16 9-15.7 Control Valves 17 II� 18 9-15.7(1) Manual Control Valves 19 Manual valves shall be bronze or brass, angle type with hex brass union. Service rating 20 shall be not less than 150 psi nonshock cold water. Valves shall be designed for 21 underground installation with suitable cross wheel for operation with a standard key. The �I 22 Contractor shall furnish three suitable operating keys per contract. Valves shall have 23 removable bonnet and stem assembly with adjustable packing gland and shall house 24 long acme threaded stem to ensure full opening and closing. Valve discs shall be full 1` 25 floating with replaceable seat washers. 26 27 9-15.7(2) Automatic Control Valves 28 Automatic remote control valves shall be .globe pattern with flanged or screwed 29 connections as required. The valve shall be constructed so as to allow all internal parts 30 to be removable from the top of the valve without disturbing the valve installation. 31 32 Valves shall be of a normally closed design and shall be electric solenoid operated, 33 having maximum rating of 6.5 watts utilizing 24 volt AC power. Solenoids shall be 34 directly attached to the valve bonnets or body with all control parts completely internal. 35 Valves shall be of 150 psi brass or bronze, or iron body bronze-mounted combination. 36 The opening and closing speed of the valve shall be a minimum of five seconds for 37 closure and a minimum of three seconds for opening with a constant rate of opening 38 and closing. A manual control bleed cock shall be included on the valve to operate the 39 valve without the requirement of electric current. A manual shutoff stem with cross 40 handle for wrench operation is required for manual adjustment from fully closed to wide 41 open. Once the manual adjustment is set, the valve shall operate automatically in the 42 adjusted position. Water flow shall be completely stopped when the control valve is 43 closed either manually or automatically. Automatic control valves and automatic �i 44 controllers need not be from the same manufacturer. II 45 46 9-15.7(3) Automatic Control Valves With Pressure Regulator 47 The automatic control valve with pressure regulator shall be similar to the automatic 48 control valve and shall also reduce the inlet pressure to a constant lower pressure 49 regardless of supply fluctuations. The regulator must be fully adjustable. 50 51 9-15.8 Quick Coupling Equipment 52 Quick coupler valves shall have a service rating not less than 125 psi for nonshock cold 53 water. The body of the valves shall be of cast leaded semi-red brass alloy No.-C84400 54 conforming to ASTM B 584. The base of the valve shall have standard female pipe 55 threads. The design of the valve shall be such that it will open only upon inserting a 56 coupler key and will close as the coupler is removed from the valve. Leakage of water 57 between the coupler and valve body when in operation will not be accepted. The valve 58 body receiving the coupler shall be designed with double worm slots to allow smooth III 59 action in opening and closing of the valve with a minimum of effort. Slots shall be 60 notched at the base to hold the coupler firmly in the open position. Couplers shall be of SW 7TH ST/LIND AVE SW SIGNALIZATION �� 7TH_LIND 125 1 the same material as the valve body with stainless steel double guide lugs to fit the 2 worm slots. Couplers shall be of one piece construction with steel reinforced sid 3 handles attached. All couplers shall have standard male pipe threads at the top 4 Couplers shall be furnished with all quick coupler valves unless otherwise specified. 5 6 9-15.9 Drain Valves 7 Drain valves shall be 1/2 or 3/4 inch in size and shall be of bronze or brass, manual 8 angle globe type, with rising stem, hex brass union, removable bonnet and stem, and 9 adjustable packing gland. Valves shall be designed for underground installation wit 10 suitable cross wheel for operation with a standard key, and shall have a service rating oTE 11 not less than 150 psi nonshock cold water. The Contractor shall furnish three standard 12 operating keys per contract. 13 14 On potable systems, drain valves shall be allowed only in the downstream side of� 15 approved cross-connection control devices. 16 17 9-15.10 Hose Bibs -� 18 Hose bibs shall be constructed of bronze or brass, angle type threaded to 19 accommodate a 3/4-inch hose connection, and shall be key operated. Design shall be 20 such as to prevent operation by wrench or pliers. 21 22 9-15.11 Cross-Connection Control Devices 23 Atmospheric vacuum breaker assemblies (AVBAs), pressure vacuum breaker 24 assemblies (PVBAs), double check valve assemblies (DCVAs), and reduced pressure 25 backflow devices (RPBDs), shall be of a type approved by the Washington State 26 Department of Health, Olympia, Washington. 27 28 9-15.12 Check Valves 29 Ad*ustable spring check valves shall be PVC and shall be pressure rated at 200 psi. 30 Valves shall be adjustable from 5 to 15 pounds spring tension, but shall not cause 31 pressure loss in excess of 5 psi for flows up to 30 gpm. Valves shall have angled seats, 32 Buna-N seals and threaded connections, and shall be installed in 6-inch Schedule 40 ' 33 PVC sleeves with removable caps or 6-inch round plastic valve boxes. 34 35 9-15.13 Pressure Regulating Valves 9 9 36 Pressure regulating valves shall have a minimum of 150 psi working pressure with an 37 adjustable outlet range of 20 to 70 psi. The valves shall 9 p all be facto set as shown in the 38 Plans. Pressure regulating valves shall be rated for safe factory 39 cold water. 9 9 e operation at 175 psi non:shock 40 41 9-15.14 Three-Way Valves 42 Three-way valves shall be tight closing, three port, ball or plug type, constructed to 43 permit straight through and 90 degree flow only. The valve shall be of bronze or 44 approved corrosion resistant body materials and shall have a minimum of 150 psi 45 working pressure. The head of the valve, or handle when applicable, shall be 46 permanently marked to indicate port position. Whenever handles are included as an 47 integral part of the valve, the Contractor shall remove the handles and give them to the 48 Engineer for ultimate distribution to the Maintenance Division. 49 50 9-15.15 Flow Control Valves 51 Valve body materials shall be plastic or metal. Internal parts shall be stainless steel. , 52 Valves shall be factory set to plan flows. Valves shall have no external adjustment and 53 be tamper proof when installed. One-quarter inch and smaller flow control valves :shall 54 have a minimum pressure absorption range of 2 to 32 psi. One and one-half inch and 55 larger flow control valves shall have a minimum pressure absorption range of 3 to 56 50 psi. 57 58 Flow shall be controlled to 5 percent of plan volumes. 59 SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH LIND 126 1 9-15.16 Air Relief Valve 2 The air relief valve shall automatically relieve air and break a vacuum in the serviced 3 pipe. Body materials shall be installed exactly at all high points. 4 5 9-15.17 Electrical Wire and Splices 6 Electrical wire used in the irrigation system shall comply with Section 9-29.3. Electrical 7 wire used between the automatic controller and automatic valves shall be copper AWG 8 No. 14 minimum size, Type USE Chemically Cross Linked Polyethylene or 9 Thermoplastic, Type UF, and shall be color coded or marked with number identification. 10 11 Low voltage splices shall be made with a kit containing a "T" shaped open cell centering 12 device and a plastic bag of urethane and hardener which is mixed at the time of 13 installation or heat shrinkable insulating tubing. Heat shrinking insulating tubing shall 14 consist of a mastic lined heavy wall polyolefin cable sleeve. The resin used with the "Tn 15 shaped open cell centering device shall be a quick curing flexible compound with an 16 approximate set-up time of 4 minutes at 72 F. 17 18 9-15.18 Detectable Marking Tape 19 Detectable marking tape shall consist of inert polyethylene plastic that is impervious to 20 all known alkalis, acids, chemical reagents, and solvents likely to be encountered in the 21 soil, with a metallic foil core to provide the most positive detection and pipeline locators. 22 23 The tape shall be color coded and shall be imprinted continuously over its entire length 24 in permanent black ink. The message shall convey the type of line buried below and 25 shall also have the word "Caution" prominently shown. Color coding of the tape shall be !, 26 as follows: 27 28 Utility Tape Color 29 Water Blue 30 Sewer Green 31 Electrical Red 32 Gas-Oil Yellow 33 Telephone-CAN Orange 34 35 The width of the tape shall be as recommended by the manufacture for the depth of 36 installation. 37 38 9-15.19 Wye Strainers 39 Wye strainers shall be bronze or brass with screwed end connections, 20 mesh Monel 40 or stainless steel screen, and standard tapped bronze retainer cap and closure plug. 41 Service rating shall be not less than 150 psi n.onshock cold water. 42 43 SECTION 9-169 FENCE AND GUARDRAIL 44 April 7, 2003 45 9-16.2(3) Wood Fence Posts and Braces 46 This section Is revised to read: 47 48 Douglas fir, Western red cedar, hemlock, or larch shall be used in the construction of 49 wood fence posts and braces. The material shall be of good quality and approved by the 50 Engineer before use. Peeler cores shall not be used for round posts. Wood fencing 51 materials shall have sufficient sapwood in the outer periphery to obtain the specified 52 penetration of preservative. Fencing materials shall be cut to the correct length before 53 pressure treatment. lI� 54 55 Line posts shall be 3-inch minimum diameter round posts or nominal 3-inch by 3-inch 56 square sawed posts. If the posts are to be pointed for driving, they shall be pointed 57 before treatment. Line posts shall be at least 7 feet in length. 11� 58 HSW 7TH ST/UND AVE SW SIGNALIZATION 7TH_LIND 127 Pull posts and brace posts shall be 6-inch diameter round posts or nominal 6-inch by 6- 2 inch material not less than 7 feet in length. 3 5 oudnd posts and corner orr nominalp6 inch by posts nch material not less intersecting 7 feet inches hes inlleneth' 6 length 7 All sawed posts and timbers shall meet the requirements in the table under Section 9 8 09.2. 9 10 The preservatives used to pressure-treat wood fencing materials shall meet they 11 requirements of Section 9-09.3. 12 13 The retention and penetration of the preservative shall be as follows: 14 15 Minimum Retention in 16 Pounds Per Cubic Foot 17 18 Preservative Sawed Posts Round Posts 19 Creosote 10.00 8.00 20 Pentachlorophenol 0.50 0.40 21 ACA 0.40 0.40 22 ACZA 0.40 0.40 23 ACQ 0.40 0.40 24 CCA 0.40 0.40 j 25 26 Minimum Penetration -27 28 for material 5" or less - 0.40 inches penetration and 90% of sapwood 29 for material 5"or greater- 0.50 inches penetration and 90% of sapwood 30 31 9-16.3(1) Rail Element 32 The first paragraph is revised to read: 33 34 The W beam or thrie beam rail elements, backup plates, reducer sections, and end 35 sections shall conform to "A Guide to Standardized Highway Barrier Hardware" 36 published by AASHTO, AGC, and ARTBA. All rail elements shall be formed from 12 37 gage steel except the thrie beam used for bridge rail retrofits, Design F end sections, 38 and the reducer sections, which shall be formed from 10 gage steel. 39 40 9-16.3(2) Posts and Blocks 41 This section is revised to read: 42 43 Posts and blocks may be of creosote treated timber, pentachlorophenol treated timber, 44 waterborne, chromated copper arsenate (CCA), ammoniacal copper arsenate (ACA), 45 ammoniacal copper zinc arsenate (ACZA), or ACQ treated timber or galvanized steel; 46 except only treated timber posts and blocks may be used for weathering steel beam 47 guardrail. Blocks made from alternate materials that meet the NCHRP Report 350 , 48 criteria may be used in accordance with the manufacturer's recommendations. Except 49 for terminal or anchor assemblies;all posts for any one project shall be of the same type 50 (wood or steel). Posts and blocks shall be of the size and length shown in the Plans and 51 meet the requirements of these Specifications. Posts and blocks may be S4S or rough 52 sawn. 53 54 Timber posts and blocks shall conform to the grade specified in Section 9-09.2, except i 55 pine lumber No. 1 grade may be used for the blocks. Timber posts and blocks shall be 56 fabricated as specified in the Plans before being treated. Timber posts and blocks shall 57 be treated by the empty cell process to provide a minimum retention, depending on 'the 58 treatment used, according to the following: 59 60 Creosote oil 12.0 lbs. pcf. SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 128 �C 1 Pentachloro henol 0.60 lbs. pcf. 2 ACA 0.50 lbs. pcf. 3 ACZA 0.50 lbs. pcf. 4 ACQ 0.50 lbs. pcf. 5 CCA 0.50 lbs. pcf. 6 7 Treatment shall be in accordance with Section 9-09.3. 8 9 Steel posts, blocks, and base plates, where used, shall conform.to ASTM A 36, and 10 shall be galvanized in accordance with AASHTO M 111. Welding shall conform to 11 11 Section 6-03.3(25).All fabrication shall be completed prior to galvanizing. 12 13 9-16.8(1) Rail and Hardware 14 The second sentence in the first paragraph is revised to read: 15 16 Bolts, nuts, and washers for installation of weathering steel shall meet the requirements 17 of Section 9-16.3(4), and be galvanized in accordance with Section 9-16.3(3). I� 18 19 SECTION 9-17, FLEXIBLE GUIDE POSTS 20 January 7, 2002 21 9-17.4 Pre-approval 22 The address for the Department of Transportation Materials Laboratory is revised to P.O. 23 Box 47365, Olympia, WA 98504-7365. 24 25 SECTION 9-23, CONCRETE CURING MATERIALS AND ADMIXTURES 26 April 7, 2003 27 9-23.6 Admixture for Concrete 28 This section is revised to read: 29 30 Admixtures for use in concrete shall meet the following specifications: �I 31 32 Admixture Specification 33 Air entraining AASHTO M 154 ASTM C 260 34 Water Reducing AASHTO M 194 Type A ASTM C 494 Type A 'I 35 Set Retarding AASHTO M 194 Type B ASTM C 494 Type B 36 *Accelerating AASHTO M 194 Type C ASTM C 494 Type C 37 Water Reducing/ AASHTO M 194 Type D ASTM C 494 Type D 38 Set Retarding 39 *Water Reducing/ AASHTO M 194 Type E ASTM C 494 Type E 40 Accelerating 41 High Range Water AASHTO M 194 Type F ASTM C 494 Type F m 42 Reducing and G and G Ali 43 44 *Accelerating admixtures are only allowed in Portland cement concrete pavement 45 per Section 5.05, Cement Concrete Pavement and Section 5-05.3(1) Concrete Mix 46 Designs for Paving. 47 48 In addition to the above specifications, admixtures proposed for use shall contain less 49 than one percent chloride 'ion (Cl- ) by weight of admixture and only non-chloride 50 accelerating admixtures shall be used. 51 52 Acceptance of admixtures will be based on Manufacturer's Certificate of Compliance. 53 �I 54 If required by the Engineer, admixtures shall be sampled and tested before they are 55 used. 56 ll�l 57 Samples shall be submitted for testing 10 days prior to use. f 58 ISW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 129 1 9-23.9 Fly Ash 2 The reference to Table 1A" is revised to read "Table 2". 3 4 SECTION 9-26, EPDXY RESINS 5 April 7, 2003 6 Section 9-26 is deleted in its entirety and replaced by the following: 7 8 SECTION 9-26, EPDXY SYSTEMS 9 10 9-26.1 Epoxy Bonding Agents 11 12 9-26.1(1) General 13 Epoxy bonding agents shall be 2-component epoxy resin-base systems that meet the 14 requirements of ASTM C 881, shall be furnished in the type, grade, and class specified, 15 and shall meet the requirements below. When not specified, an appropriate grade and 16 class shall be selected for the particular application. Epoxy bonding agents for patching 17 external concrete shall be concrete-gray in color. 18 19 9-26.1(1)A Type I and Type IV 20 - Epoxy bonding agents used for bonding hardened concrete to hardened concrete and 21 other materials shall be Type I for non-load bearing applications and Type IV for load 22 bearing applications. 23 24 9-26.1(1)B Type 11 and Type V 25 Epoxy bonding agents used for bonding freshly mixed concrete to hardened concrete 26 shall be Type II for non-load bearing applications and Type V for load bearing 27 applications. 28 29 9-26.1(1)C Type III 30 Epoxy bonding agents used for bonding skid-resistant materials to hardened concrete 31 and as a binder in epoxy mortars and epoxy concretes used on traffic bearing surfaces ' 32 shall be Type III,. 33 34 9-26.1(2) Packaging and Marking 35 The components of the epoxy system furnished under these Specifications shall be , 36 supplied in separate containers that are non-reactive with the materials contained. The 37 contents of each container shall be such that when the container contents are 38 combined, a properly proportioned final mixture results. 39 40 Containers shall be identified as "Component A" (Contains the Epoxy Resin) and 41 "Component B" (Contains the Curing Agent) and shall show the type, grade, class and 42 mixing directions as defined by these Specifications. Each container shall be marked 43 with the name of the manufacturer, the lot or batch number, the date of packaging, and 44 the quantity contained in pounds or gallons. 45 46 Potential hazards shall be so stated on the package in accordance with the Federal 47 Hazardous Products Labeling Act and State of Washington, Department of Labor and 48 Industries Regulations for Shipment of Hazardous Products. 49 50 9-26.1(3) Certification 51 If requested by the Contracting Agency, the manufacturer of the epoxy system shall 52 certify that components A and B meet the requirements of this specification before a 53 sample will be accepted for testing by the Contracting Agency. The Manufacturer's 54 Certificate of Compliance shall be furnished in accordance with Section 1-06.3. 55 56 9-26.1(4) Rejection 57 Except as noted otherwise, the entire lot of both components may be rejected if samples 58 submitted for test fail to meet any requirements of this specification. 59 SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 130 1 9-26.1(5) Acceptance 2 Acceptance of the Epoxy Bonding Agents for use on the project shall be based on a 3 passing test report from the State Materials Laboratory. III 4 5 9-26.2 Epoxy Adhesive for Lane Markers 6 7 9-26.2(1) General �II 8 Epoxy adhesives for lane markers shall meet the requirements of AASHTO M237 for 9 Type II - Standard Setting, High Viscosity, Epoxy Adhesive. In lieu of the square base 10 test specimen molds for the Slant Shear Strength test specified in AASHTO M237, 11 cylindrical molds in accordance with ASTM D882 may be used. 12 13 9-2:6.2(2) Packaging and Marking 14 Packaging and Marking of Epoxy Adhesive for Lane Markers shall meet the 15 requirements of Section 9-26.1(2). 16 17 9-26.2(3) Certification 18 Certification of Epoxy Adhesive for Lane Markers shall meet the requirements of Section 19 9-2:6.1(3). 20 21 9. 6.2(4) Rejection 22 Rejection of Epoxy Adhesive for Lane Markers shall meet the requirements of Section 9- 23 26.1(4). 24 25 9426.2(5) Acceptance 26 Acceptance of each lot of the Epoxy Adhesive for Lane Markers for use on the project 27 shall be based on a Manufacturer's Certificate of Compliance. 28 29 9-26.3 Epoxy Grout/Mortar/Concrete 30 31 9-26.3(1) General 32 This specification shall apply to epoxy grout, epoxy mortar and epoxy concrete for traffic 33 and non-traffic bearing applications. Epoxy grout/mortar/concrete shall consist of an 34 epoxy bonding agent and an aggregate component. 35 36 Prepackaged epoxy grout/mortar/concrete shall be prepared from a ready-to-mix epoxy 'I 37 bonding agent/aggregate system supplied by a manufacturer in kit form. 38 39 Non-prepackaged epoxy grout/mortar/concrete shall be prepared from an epoxy �I 40 bonding agent and an aggregate component that is clean, surface dry and inert and that 41 is of a quality and gradation suitable for Portland cement mortar or concrete. Aggregate 42 meeting the requirements of Section 9-03.1(2) will be satisfactory. Epoxy 43 grout/mortar/concrete for patching external concrete shall be concrete-gray in color. 44 I' 45 9-26.3(1)A Traffic Bearing Applications i 46 Epoxy grout/mortar/concrete for traffic bearing applications shall have a seven- day 47 compressive strength of not less than 2500 psi when tested in accordance with ASTM �If48 C579. Epoxy bonding agent shall be Type III as described in Section 9-26.1(1)C. f 49 50 9-.26.3(1)6 Non-Traffic Bearing Applications 51 Epoxy grout/mortar/concrete for non-traffic bearing applications shall have a seven-day 52 compressive strength of not less than 4000 psi when tested in accordance with ASTM 53 10579. Epoxy bonding agent shall be Type I, ll, IV, or V as appropriate for intended use 54 as described in Section 9-26.1(1)A and Section 9-26.1(1)B. 1t 55 1 56 9•-26.3(2) Packaging and Marking 57 Packaging and Marking of the epoxy bonding agent component of epoxy 58 grout/mortar/concrete shall meet the requirements of Section 9-26.1(2). 59 !I! SW 7TH ST/LIND AVE SW SIGNALIZATION I� 7TH_LI N D 131 1 9-26.3(3) Certification 2 Certification of the epoxy bonding agent component of epoxy grout/mortar/concrete 3 shall meet the requirements of Section 9-26.1(3). ' 4 5 9-26.3(4) Rejection 6 Rejection of the epoxy bonding agent component of epoxy grout/mortar/concrete shall 7 meet the requirements of Section 9-26.1(4). ' 8 9 9-26.3(5) Acceptance 10 Acceptance of the epoxy grout/mortar/concrete material for use on the project 11 based on a passing test report from the State Materials Laboratory. 1 .hall be ' 12 13 SECTION 9-28, SIGNING MATERIALS AND FABRICATION 14 April 7, 2003 15 9-28.11 Hardware 16 This section is revised to read: 17 18 Bolts, nuts, locknuts, and washers shall be of the same material for each attachment. 19 Bolts, nuts, locknuts, and washers for signs mounted on overhead sign structures (i.e. 20 sign bridges, cantilevers sign structures, and bridge mounted sign brackets) shall be 21 stainless steel only. 22 23 Hardware Specification 24 ,25 Bolts ASTM F 468 2024-T4 Aluminum 26 ASTM A 307 Steel 27 ASTM F 593 Group 1, Condition A Stainless 28 Steel, or ASTM A 193, Grade B8, Class 1 30 Stainless Steel 31 U-bolts ASTM A 276 Type 304 Stainless Steel 32 33 Washers ASTM B 209 2024-T4 Aluminum 34 ASTM F 844 Steel 35 ANSI .18.22. 36 I 1 Stainless Steel Alloy 304 37 Nuts ASTM F 467 2024-T4 Aluminum 38 ASTM A 563 Grade A Steel 39 ASTM F 594 Group 1 Stainless Steel, or 40 ASTM A 194 Grade 8 or 8A Stainless Steel 41 42 Locknuts ASTM F 467 2024-T4 Aluminum , 43 _- (with nylon insert ASTM A 563 Grade A Steel 44 unless otherwise ASTM F 594 Group 1 Stainless Steel, or noted 45 in the Plans) ASTM A 194 Grade 8 or 8A Stainless Steel 46 47 Rivets ASTM B 316 5052 Aluminum Alloy 48 ASTM B 316 5056 Aluminum Alloy 49 50 Post Clips ASTM B 179 356-T6 Aluminum 51 52 Windbeams ASTM B 221 6061-T6 Aluminum 53 54 Angle and "Z" Bar ASTM B 221 6061-T6 Aluminum 55 ASTM A 36 Steel 56 57 Strap and Mounting Bracket ASTM A 666, Type 201 Stainless Steel 58 SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 132 1 All steel parts shall be galvanized per AASHTO M 111. Steel bolts and related 2 connecting hardware shall be galvanized per AASHTO M 232. 3 l�u 4 9-28.12 Reflective Sheetings 9 5 This section is revised to read: 6 7 Type I and Type II reflective sheeting shall consist of spherical lens elements embedded 11 8 within a transparent plastic having a smooth, flat outer surface. Type III and Type IV 9 reflective sheeting shall consist of spherical or prismatic lens elements adhered to a 10 synthetic resin and encapsulated by a flexible, transparent, weatherproof plastic having 11 a smooth outer surface. Type V reflective sheeting shall consist of metallized 12 microprismatic lens bonded to a flexible, smooth-surfaced, weather resistant polymeric 13 film. Type VI reflective sheeting shall consist of unmetallized microprismatic lens 14 formed on a flexible vinyl material. Type VII, VIII, IX and Type X Fluorescent Orange u 15 reflective sheeting shall consist of unmetallized microprismatic lens formed in a �I 16 synthetic resin and encapsulated by a flexible, transparent, weatherproof plastic having 17 a smooth outer surface. All sheeting shall be weather resistant and have a protected 18 pre-coated adhesive backing. Type II reflective sheeting shall contain an identifying 19 marking, such as a water mark, which is visible after sheeting application. The marking 20 shall not adversely affect the performance or life of the sheeting. 21 22 The reflective sheeting shall have the following minimum coefficient of retroreflection 23 values at 0.2 degrees and 0.5 degrees observation angle expressed as average 24 candelas per foot-candle, per square foot of material. Measurements shall be conducted 25 in accordance with ASTM E 810. f� 26 I 27 Type I Glass Bead Retroreflective Element Material 28 I' 29 Obs. Entrance SILVER 30 Angle Angle WHITE YELLOW ORANGE GREEN RED BLUE BROWN 31 0.20 -40 70 50 25 9.0 14 4.0 1.0 32 0.20 +300 30 22 7.0 3.5 6.0 1.7 0.3 33 0.50 -40 30 25 13 4.5 7.5 2.0 0.3 34 0.5° +300 15 15 4.0 2.2 3.0 0.8 0.2 35 36 Type II Glass Bead Retroreflective Element Material 37 38 Obs. Entrance 39 Angle Angle WHITE YELLOW ORANGE GREEN RED BLUE BROWN 40 0.20 -40 140 100 60 30 30 10 5.0 41 0.20 +300 60 36 22 10 12 4.0 2.0 42 0.50 -40 50 33 20 9.0 10 3.0 2.0 43 0.50 +300 28 20 12 6.0 6.0 2.0 1.0 44 45 Type III Glass Bead Retroreflective Element Material 46 i 47 Obs. Entrance 48 Angle Angle WHITE YELLOW ORANGE GREEN RED BLUE 49 0.20 -4° 250 170 100 45 45 20 50 0.20 +30° 150 100 60 25 25 11 51 0.50 -40 95 62 30 15 15 7.5 52 0.50 +300 65 45 25 10 10 5.0 53 54 Type IV Micro Prismatic Retroreflective Element Material 55 56 Obs. Entrance FLUORESCENT 57 Angle Angle WHITE YELLOW ORANGE GREEN RED BLUE BROWN 58 0.2° -4° 250 170 210 35 35 20 7.0 59 0.2° +30° 80 54 92 9 9 5.0 2.0 60 0.50 -4° 135 100 100 17 17 10 4.0 NISW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 133 1 0.5° +300 55 37 52 6.5 6.5 3.5 2 1.4 4 Type V Metallized Micro Prismatic Retroreflective Element Material 5 Obs. Entrance 6 Angle Angle WHITE YELLOW ORANGE GREEN RED BLUE e 7 0.20 -0.40 700 470 280 120 120 56 8 0.20 +300 400 270 160 72 72 32 9 0.50 -0.40 160 110 64 28 28 13 10 0.50 +300 75 51 30 13 13 6.0 11 12 Type VI Vinyl Micro Prismatic Retroreflective Element Material 13 14 bbs. Entrance 15 Angle Angle WHITE YELLOW ORANGE GREEN RED BLUE 16 0.20 -0.40 250 170 70 30 35 20 17 0.20 +300 95 64 26 11 13 7.6 18 0.50 -0.40 200 136 56 24 28 18 19 0.50 +300 60 40 17 7.2 8.4 4.8 20 21 Type VII Micro Prismatic Retroreflective Element Material 22 23 - Obs. Entrance 24 Angle Angle WHITE YELLOW ORANGE GREEN RED BLUE 25 0.20 -0.40 750 560 280 75 150 34 26 0.20 +300 430 320 160 43 86 20 27 0.50 -0.40 240 180 90 24 48 11 28 0.50 +300 135 100 50 14 27 6.0 ' 29 30 Type VIII Micro Prismatic Retroreflective Element Material 31 32 Obs. Entrance 33 Angle Angle WHITE YELLOW ORANGE GREEN RED BLUE BROWN 34 0.20 -0.40 700 525 265 70 105 42 21 35 0.20 +300 325 245 120 33 49 20 10 36 0.50 -0.40 250 190 94 25 38 15 7.5 37 0.50 +300 115 86 43 12 17 7 3.5 38 39 Type IX Micro Prismatic Retroreflective Element Material , 40 41 Obs. Entrance 42 Angle Angle WHITE YELLOW ORANGE GREEN RED BLUE 43 0.20 -0.40 380 285 145 38 76 17 44 0.20 +300 215 162 82 22 43 10 45 0.20 -0.40 240 180 90 24 48 11 46 0.50 +300 135 100 50 14 27 6.0 47 1.0 -0.40 80 60 30 8.0 16 3.6 t 48 1.0 +300 45 34 17 4.5 9.0 2.0 49 50 Type X Micro Prismatic Retroreflective Element Material 51 52 Obs. Entrance FLUORESCENT 53 Angle Angle ORANGE 54 0.20 -0.40 200 55 0.20 +300 90 56 0.20 -0.40 70 57 0.50 +300 26 58 59 The wet performance measurements on unweathered sheeting shall be conducted in 60 accordance with one of the following methods: SW 7TH ST/UND"E SW SIGNALIZATION 771-1_1-IND 134 2 1. The standard rainfall test specified in Federal Specification LS 300C and the 3 brightness of the reflective sheeting totally wet by rain shall not be less than �( 4 90 percent of the above values. 5 6 2. Samples shall be submerged in a tank of clean water (approximately 72 F) for 7 a period of 5 minutes. Reflex-reflective performance of the sheeting shall be 8 viewed in a darkened room by reflected light through the surface of the water 9 or through a transparent plane surface of the tank parallel to the sample 10 surface. Light source shall be such as a hand flashlight held close to the eye. 11 The wet sheeting shall show no apparent loss of reflective performance as 12 compared to dry material. 13 14 The sheeting shall conform to the applicable daytime color and luminance factor 15 requirements of ASTM D 4956 when tested instrumentally in accordance with Section 16 8.4 of that specification; OR, the diffuse day color of the reflective sheeting shall be 17 visually evaluated by comparison with the applicable Highway Color Tolerance Chart. 18 Color comparison shall be made under north daylight or a scientific daylight having a 19 color temperature from 6500 degrees to 7500 degrees Kelvin. Daytime color evaluation 20 shall be illuminated at 45 degrees and viewed at 90 degrees. There shall be no 21 significant color shift when viewed under nighttime (retroreflective) conditions. 22 j� 23 The reflective sheeting shall have a pre-coated pressure sensitive adhesive (Class 1) or 24 a heat-activated adhesive (Class 2) either of which will adhere to flat, clean surfaces 25 without necessity of additional adhesive coats on the reflective sheeting or application 26 surface. Chemical activators shall not be used to activate Class 2 adhesive. The pre- 27 coated adhesive shall be protected by an easily removed liner which, when removed, 28 shall not have a staining effect on the reflective sheeting and shall be mildew resistant. 29 The protective liner attached to the adhesive shall be removable by peeling without 30 soaking in water or other solvents and shall be easily removed after storage for 4 hours 31 at 150 F under weight of 215 psi. The sheeting with liner removed, conditioned for 24 32 hours at -72 F and 50 percent relative humidity, shall be sufficiently flexible to show no lI 33 cracking when bent around a 1.2-inch diameter mandrel with the adhesive side 34 contacting the mandrel. For ease of testing, talcum powder may be spread on the 35 adhesive to prevent sticking to the mandrel. The sheeting surface shall be smooth and 36 flat to facilitate self-cleaning in the rain, regular cleaning, and wet performance, and 37 exhibit 85 degrees glossmeter rating of not less than 50 when tested in accordance with I 38 ASTM D 523. The sheeting surface shall be readily processed and compatible with 39 transparent and opaque process colors and show no loss of the color coat with normal I� 40 handling, cutting, and application. The sheeting shall permit cutting and color processing 41 at temperatures of 60 F to 100 F and 20 to 80 percent RH. The sheeting shall be heat 42 resistant and permit force curing without staining of unapplied sheeting or applied 43 sheeting at temperatures recommended by the manufacturer not to exceed 150 F for 44 unapplied sheeting or 200 F for applied sheeting. The sheeting surface shall be solvent 45 resistant to permit cleaning by wiping with a clean soft cloth dampened with VM&P 46 Naphtha or mineral spirits. II' 47 48 The adhesive shall form a durable bond to smooth, corrosion and weather resistant 49 surfaces and permit the reflective sheeting to adhere securely, 48 hours after application 50 at temperatures of -30 F to 200 F. The adhesive bond shall be sufficient to render the ll� 51 applied sheeting vandal-resistant and prevent its shocking off when subjected to an 52 impact energy of 20 ft. lbs. applied with a hemispherical tipped object 1 inch in diameter 53 at-0 F. The test specimen shall be applied to aluminum backing not less than 0.080 inch 54 thick and having a dimension of not less than 4 inches square. During testing, the 55 specimen shall be supported on a 3-inch diameter ring. 'I 56 57 The adhesion test shall conform to ASTM D 4956 with the addition of the temperatures 58 noted above. 59 SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_L.IND 135 I' 1 The resistance to accelerated weathering shall be as described in ASTM D 4956 except 2 the weathering apparatus and procedure shall be in accordance with ASTM G 154. 3 4 The reflective sheeting shall be sufficiently flexible to be cut to shape easily and permit 5 application over, and conform to, moderate shallow embossing characteristic of certain 6 sign borders and symbols. The tensile strength of the sheeting shall be 5 to 20 pounds 7 per square inch width when conditioned for 48 hours in accordance to ASTM D 685 and 8 tested in accordance with ASTM D 828. Following liner removal, the reflective sheeting 9 shall not shrink more than 1/32 inch in ten minutes nor more than 1/8 inch in 24 hours in 10 any dimension per 9 inch square at 72 F and 50 percent relative humidity. 11 12 The sheeting, when applied according to manufacturer's recommendations to cleaned 13 and etched 0.020-inch co 2-inch x 8-inch aluminum, conditioned (24 hours) and tested at 14 72 F and 50 percent relative humidity, shall be sufficiently flexible to show no cracking 15 when bent around a 3/4-inch diameter mandrel. 16 17 9-28.14(1) Timber Sign Posts 18 This section Is revised to read: 19 20 At the Contractor's options, timber sign posts and mileposts shall be treated Douglas fir, 21 or treated Hem-fir meeting the grades specified in Section 9-09.2. Douglas fir and Hem- 22 fir posts shall be given a treatment in accordance with Section 9-09.3(1). Preservative 23 retention shall be as shown in section 9-16.2(3)for sawn posts. 24 25 9-28.14(2) Steel Structures and Posts 26 This section is revised to read: 27 28 Truss chords, struts, and diagonals, end posts, and end post struts and diagonals for 29 sign bridge structures and cantilever sign structures shall conform to either ASTM A 36 , 30 or ASTM A 53 Grade B Type E or S. The nominal pipe diameter and the pipe wall 31 thickness shall be as specified in the Plans or Standard Plans. All other structural steel 32 for sign bridge structures and cantilever sign structures shall conform to ASTM A 36. 33 Truss member connection hardware shall conform to Section 9-06.5(3). 34 35 Pipe members for bridge mounted sign brackets shall conform to ASTM A 53 Grade B 36 Type E or S, and shall be Schedule 40 unless otherwise specified. All other structural 1 37 steel for bridge mounted sign brackets shall conform to ASTM A 36. U bolts, and 38 associated nuts and washers, shall be stainless steel conforming to Section 9-28.11, 39 and shall be fabricated hot. 40 41 Anchor rods, nuts and washers for sign bridge structure foundations shall conform to 42 Section 9-06.5(4). Anchor rods for cantilever sign structure foundations shall conform to 43 ASTM F 1554 Grade 105, including the appropriate supplemental requirements for 44 grade and manufacturer's identification, and charily impact testing (15 foot-pounds 45 minimum at 40F). Nuts and washers for cantilever sign structure foundations shall 46 conform to AASHTO M 291 Grade DH and AASHTO M 293, respectively. 47 48 Anchor rods for sign bridge structures and cantilever sign structures shall be galvanized 49 after fabrication a minimum of 1'-0" at the exposed end in accordance with AASHTO M 50 232. Nuts and washers shall be galvanized after fabrication in accordance with 51 AASHTO M 232. Anchor rod templates shall conform to ASTM A 36, but need not be 52 galvanized. 53 54 Steel sign structures and posts shall be galvanized after fabrication in accordance with 55 AASHTO M 111, unless noted otherwise in the Plans. All bolts, nuts, and washers shall 56 be galvanized after fabrication in accordance with AASHTO M 232. Unless otherwise 57 specified in the Plans or Special Provisions, metal surfaces shall not be painted. 58 59 Minor fabricating and modifications necessary for galvanizing will be allowed if not 60 detrimental to the end product as determined by the Engineer. If such modifications are SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 136 1 contemplated, the Contractor shall submit to the Engineer, for approval, six copies of 2 the proposed modifications, prior to fabrication. 3 4 9-28.15 Sign Lighting Luminaires I 5 This section is revised to read: 6 7 Sign lighting luminaries shall be either Mercury Vapor or Induction. 8 9 This section is supplemented with the following: 10 11 9-28.15(1) Sign Lighting Luminaires — Mercury Vapor 12 Sign lighting luminaires shall have a cast aluminum housing and door assembly with a 13 polyester paint finish. 14 15 The housing shall encase a reflector, lamp socket, and ballast. It shall have a front entry 16 (the side facing the sign) suitable for 1/2 inch conduit and mounting holes for attaching 17 to ,a fixture mounting plate. Any additional entries shall have suitable plugs. The sign 18 lighting luminaire shall be supported by a lighting bracket assembly as detailed in the ,i 19 plans. If the sign structure includes a maintenance walkway, the luminaire fixture 20 mounting plate shall be bolted to the walkway grating. Condensation drain holes shall 21 be provided as recommended by the manufacturer. 1� 22 23 The door shall be hinged to the housing on the side of the fixture away from the sign 24 panel and shall be provided with two captive devices. The door shall be provided with 25 the means to allow the door to be locked in the open position 700 to 900 from the plane 26 of the door opening. The juncture of the door and housing shall be gasketed to provide 27 a rain tight and dust tight point. 28 29 Refractors shall be manufactured from heat resistant borosilicate glass. The refractor 30- shall be shielded so that no light source is visible from the sign viewing approach. The 31 shield shall be an integral part of the door assembly. When called for in the plans, 32 fixtures shall be provided with a wire guard to prevent damage to the refractor. 33 i 34 The light source shall be a 175 watt deluxe phosphor coated mercury vapor lamp. The 35 larnp socket shall be porcelain enclosed mogul type containing integral lamp grips to �I 36 ensure electrical contact under conditions of normal vibration. The center contact shall 37 be spring loaded. The shell and center contact shall be rated for 1500 watts, 600 volts. 38 39 An isolation switch shall be installed in a NEMA 3R stainless steel terminal cabinet per 40 standard specification 9-29.25. The terminal cabinet shall be installed in accordance to 41 the Standard Plans. The switch shall be either single pole, single throw, or double pole 42 single throw as necessary to open all conductors to the luminaires other than neutral 43 and ground conductors. The switch shall contain 600 volt alternating current (VAC) 44 terminal strips on the load side with solderiess lugs as required for each load carrying 45 conductor plus four spare lugs per strip. 46 47 Each fixture shall be provided with a fusible terminal block. Fuses shall be 10 amp, 250 48 VAC for 120 VAC circuits and 5 amp 600 VAC for 240 VAC and 480 VAC circuits. The 49 primary voltage shall be as indicated in the plans. Photometric performance shall be as 50 follows: 51 52 The ratio of the maximum to minimum illuminance level on a panel 10 feet high by 53 16 feet wide shall not numerically exceed 5:1 approaching 1:1. In addition, the 54 illuminance gradient shall not numerically exceed 2:1, illuminance gradient being 55 defined as the ratio of the minimum illuminance of a square panel 1 foot on a side i� 56 to that of any adjacent panel of the same size. This performance shall be obtained 57 when the fixture is mounted 1 foot below the bottom edge of the sign and 5 feet out 58 from the sign face. 59 SW 7TH ST/UND AVE SW SIGNAILIZATION 7TH_LI N D 137 1 1 The average to minimum uniformity ratio for a panel as dimensioned above shall 2 not numerically exceed 3:1. Average initial illuminance shall exceed 10 foot candles 3 for a mercury vapor lamp of 175 watts as specified. 4 5 9-28.15(2) Sign Lighting Fixtures-Induction 6 Induction sign lighting fixture shall conform to the provisions for mercury sign lighting 7 fixtures except as modified below: 8 9 Each fixture shall consist of a housing a reflector, refractor or lens, lamp socket, 10 lamp, power coupler, a high frequency (HF) generator and a fuse block, door, front 11 entry (the side facing the sign) suitable for 1/2 inch conduit and mounting holes for 12 attaching to a fixture mounting plate. Any additional entries shall have suitable 13 plugs. The sign lighting luminaire shall be supported by a lighting bracket assembly 14 as detailed in the plans. The door shall be hinged to the housing on the side of the t 15 fixture away from the sign panel and shall be provided with two captive devices. 16 The door shall be provided with the means to allow the door to be locked in the 17 open position 70° to 900 from the plane of the door opening. The juncture of the 18 door and housing shall be gasketed to provide a rain tight and dust tight joint. 19 20 Refractors or lens shall be manufactured from heat resistant glass. The refractor or 21 lens shall be shielded so that no light source is visible from the sign viewing 22 approach. The shield shall be an integral part of the door assembly. When called for 23 in the plans, fixtures shall be provided with a wire guard to prevent damage to the 24 refractor. 25 26 The ratio of the maximum to minimum illuminance level on a panel 10 feet high by 27 16 feet wide shall not numerically exceed 9:1 approaching 1:1. In addition, the 28 illuminance gradient shall not numerically exceed 2:1, illuminance gradient being 29 defined as the ratio of the minimum illuminance of a square panel 1 foot on a side ' 30 to that of any adjacent panel of the same size. This performance shall be obtained 31 when the fixture is mounted 1 foot below the bottom edge of the sign and 5 feet out 32 from the sign face. 33 34 The average to minimum uniformity ratio for a panel as dimensioned above shall 35 not numerically exceed 4:1.Average initial illuminance shall exceed 10 foot candles ' 36 for an induction lamp of 85 watts as specified. 37 38 The system lifetime shall be rated at 60 000 hours with a failure rate of less than 10 39 percent. The system shall be rated at a nominal wattage of 87 W, 120/240 or 40 480V(ac). The power factor of the system shall be greater than 90 percent and the 41 total harmonic distortion HD (T ) shall be less than 10 Y ercent. The s stem shall be 42 UL a roved for wet to P 43 PP cations and_be FCC Ctass a listed. 44 _ The mounting assembly shall be either cast aluminum, hot-dip galvanized steel 45 plate or steel plate that has been galvanized and finished with a polymeric coating is g P Y 9 46 system or the same finish that Is used for the housing. The overall weight of the 47 fixture shall not exceed 44 pounds. The manufacturer's brand name, trademark, 48 model number, serial number and date of manufacture shall be located on the 49 packaged assembly and on the outside and inside of the housing. 5 51 1 Housing 52 The housing shall have a door designed to hold a refractor or lens. The , 53 housing door shall be designed to be opened without the use of tools. The 54 housing and door shall have polyester paint finish of a gray color resembling 55 unfinished fabricated aluminum. 57 Reflector 58 The reflector may be designed to be removed as a unit that includes the lamp 59 and power coupler. 60 SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 138 �I 1 Lamp 2 Each fixture shall be furnished with an 85-W induction lamp. The interior lamp �) 3 walls shall be fluorescent phosphor coated. Lamp light output shall be not less 4 than 70 percent at 60 000 hours. Lamps shall have a color-rendering index 5 (CRI) of not less than 80. Lamps shall be rated at a color temperature of 4 000 6 K. Lamps shall be removable without the use of tools. 7 8 Power Coupler 9 The power coupler shall consist of a construction base with antenna, heat sink 10 and electrical connection cable. 11 12 The power coupler shall be designed so that it can be removed with no more 13 than common hand tools. 14 15 High Frequency Generator 16 High frequency (HF) generators shall provide reliable lamp starting and 17 operation at ambient temperatures down to -15° F for the rated life of the lamp. 18 19 The generator output frequency shall be 2.65 MHz +/- 10 percent. The 20 generator radio frequency interference shall meet the requirements of Part 18 21 of the FCC. 22 23 High frequency generators shall be designed for continuous operation at 24 ambient air temperatures from -5°F to 80°F without reduction in generator life. It 25 High frequency generators shall have a design life of not less than 100,000 26 hours at 130° F. 27 28 A Certificate of Compliance, conforming to the provisions in Section 6-1.07, 29 "Certificates of Compliance," and a copy of the high frequency generator test 30 methods and results shall be submitted by the manufacturer with each lot of 31 sign lighting fixtures. The certificate shall state that the high frequency 32 generators meet, in every respect, the above requirements and the generator 'I 33 specifications of the lamp manufacturer. 34 35 High frequency generators shall also conform to the following: 36 37 A. High frequency generators shall be capable of being easily replaced. 38 All conductor terminals shall be identified as to the component 39 terminal to which they connect. 40 41 B. High frequency generators shall be mounted so as to use the portion 42 of the sign lighting fixture upon which they are mounted as a heat 43 sink. 45 SECTION 9-29, ILLUMINATION, SIGNALS, ELECTRICAL 46 December 2, 2002 47 The section is revised to read: 48 49 9-29.1 Conduit, Innerduct, and Outerduct 50 Rigid metal conduit shall conform to Article 344 of the National Electrical Code. 51 Liiquldtight flexible metal conduit and associated couplings, connectors shall conform to 52 article 356 of the National Electrical Code. PVC conduit shall conform to Article 352 of 53 the National Electrical Code and to NEMA specification TC-2 (Conduit), TC-3 (Fittings- 54 UL 514), and UL 651 (standard for rigid nonmetallic conduit). Fiberglass conduit and 55 fittings shall be UL listed and shall comply with ANSI/ NEMA standards TC-14A(filament 56 "found reinforced thermosetting resin conduit and fittings) and ASTM D-2996. 57 58 Exterior and interior surfaces of all steel conduit, except threaded ends, shall be 59 uniformly and adequately zinc coated by a hot-dip galvanizing process. The average SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 139 I 1 weight of zinc coating shall be not less than 0.80 ounces of zinc per square foot of 2 single surface area as determined by tests on 12-inch samples taken from each end of 3 a standard length of conduit of each size. The weight of zinc coating on any individual' 4 test specifications shall be not less than 0.70 ounces of zinc per square foot of single 5 surface area. The weight of zinc coating will be determined in accordance with AASHTO 6 T 65. Determinations and nominal weights shall conform to the requirements of the 7 Underwriters Laboratory Publication No. 6 (latest edition). In addition, the exterior as 8 well as the interior conduit samples shall withstand four dips in the PREECE test in 9 accordance with ASTM A 239. The threaded ends of all conduits shall be either 10 galvanized in accordance with the foregoing or shall be painted with galvanized repair! 11 paint, Formula A-9-73. All field cuts shall also be painted with galvanized repair paint, 12 Formula A-9-73. 13 14 Couplings for rigid metal type conduits may be either hot-dip or electroplated galvanized t 15 and, in addition, shall be painted with one coat of galvanizing repair paint Formula A-9- 16 73. The paint shall have a minimum wet film thickness of 3 mils. The painted coating 17 shall cover the entire coupling. 18 19 Grounding end bushings shall comply with the following: 20 21 1. Full standard threads, around the entire 3600 circumference. 22 2. Malleable iron material. 23 3. Hot-dip galvanized, per AASHTO M 111. 24 4. Copper, tinned copper, stainless steel or integral lug. 25 5. Stainless steel clamping screw, mounting screw and set screw. 26 27 Every length of rigid metal conduit shall bear the label of Underwriters Laboratories, Inc. 28 or the label of the Canadian Standards Association if affected items of Canadian ' 29 manufacture are approved for use on the project. Installation shall conform to 30 appropriate articles of the Code. 31 32 The colloidal copper compound required for coating threads on metallic conduit, , 33 couplings, and fittings shall consist of approximately 70 percent by weight of petroleum 34 oil and 30 percent by weight of copper flakes. 35 36 All types of conduit shall be free from defects, including out of round, foreign inclusions, , 37 etc. It shall be uniform in color, density, and physical properties. It shall be straight and 38 the ends shall be cut square to the inside diameter. All conduit shall display the 39 Underwriters Laboratory certification (UL Listed). 40 41 PVC solvent cement shall be medium-bodied gray or clear and meet ASTM D 2564 42 including note 8 (label to show pipe sizes for which the cement is recommended). 43 44 ', Rigid galvanized steel conduit is required for all surface mounted conduit, with the 45 exception of Electrical service utility poles, upon the approval of the serving Utility 46 - company only. 47 48 Galvanized steel conduit outerduct shall be hot-dipped galvanized inside and out. The 49 conduit shall be smooth and free from burrs. Conduit shall be supplied and shipped 50 with thread protectors. 51 52 Deflection fittings shall be weather tight, with hot dipped galvanized ductile- iron or 53 bronze end couplings, molded neoprene sleeve and internal tinned copper bonding 54 jumper. Deflection fittings shall provide for conduit movement of 3/4 inch in all directions 55 and angular movement of 30 degrees from the normal in any direction. 56 57 Expansion fittings shall be weather tight, with hot dipped galvanized malleable or ductile 58 iron end couplings and body. Expansion fittings shall have an external tinned copper 59 bonding jumper. Expansion fittings on bridges shall allow for 8 inches of movement. (4 i i SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH LIND 140 1 inches in each direction) normal to the structure. All other expansion fittings shall allow 2 for 4. inches of movement (2 inches in each direction) normal to the structure. 3 4 A combination deflection /expansion fitting shall be made from a 5 deflection fitting and a expansion fitting as listed above, with the 6 addition of an external tinned copper bonding jumper. The external 7 tinned copper bonding jumper shall be of sufficient length to be 8 installed on the conduit run and bypass the combination deflection / 9 expansion fitting. 10 11 Inner and Outer duct 12 Yellow location tape with black lettering shall be installed 12 inches above all 13 underground Inner and Outer duct. 14 15 Each section of steel outerduct shall be supplied with one reversing spin coupling that 16 allows straight sections and fittings to be joined without spinning the conduit. The 17 reversing coupling shall be galvanized and have three setscrews or a lock nut ring to 18 lock the coupling in place. Setscrews or lock nut ring shall be corrosion resistant and 19 insure continuous electrical ground. The coupling shall be galvanized steel with the 20 same material properties as the conduit. 21 22 The innerduct system shall be factory-installed and shall be designed so that expansion 23 and contraction of the innerducts takes place in the coupling body to eliminate 24 compatibility problems. 25 26 The conduit coupling body shall have a factory-assembled gasket that is multi-stage 27 and anti-reversing, sealing both the outerduct and innerducts. A secondary mid body 0- 28 ring gasket shall be seated into the coupling body and shall hold the coupling body 1 29 firmly in the steel outerduct. 30 31 . The conduit system shall be designed so that assembly of components can be 32 accomplished in the following steps: 33 34 1. Loosen setscrews or lock nut ring on coupling and spin back to allow for 35 insertion. 36 2. Spin coupling mating sections forward to bottom. 37 3. Tighten set screws on lock nut ring. I! 38 39 Innerduct for Straight Sections of PVC Conduits 40 41 The 4 inch .PVC outerduct shall be equipped with four innerducts. The innerducts shall 42 have a minimum outside diameter of 1 1/4 inch a minimum inside diameter of 1 1/5 inch. 43 Larger diameter innerducts may be provided if the wall thickness and diameter 44 tolerances are met. The tolerance for inside and outside diameters shall be 0.0005 inch. 45 The innerducts shall have a minimum wall thickness of 0.006 inch. Innerduct shall be 46 color coded. The color coding shall be three gray and one white. Alternate color codes 47 are permitted as long as the color codes are contiguous between adjacent junctions 48 boxes. The innerducts shall be factory installed in the outerduct. 49 50 Dynamic coefficient of friction of innerducts shall be tested in accordance with Bellcore 51 CSR-356-CORE procedure. The coefficient of friction shall be less than 0.30 between 52 medium density polyethylene jacketed fiber optic cable and the prelubricated innerduct. 53 The coefficient of friction shall be less than 0.10 between the 1/4 inch diameter 54 polypropylene rope (suitable for fiber optic cable pulling) and the prelubricated 55 innerduct. Pull rope used for testing (meeting the 0.10 coefficient of friction requirement) 56 shall be the same type as the pull rope used for cable installation. The Contractor shall 57 provide as part of the conduit submittals a certificate of compliance with these ur 58 coefficient of friction requirements. 1� 59 i SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH LIND 141 L- II 1 The innerduct shall have a smooth, non-ribbed interior surface, with a factory 2 prelubricated coating. The coating shall provide the required dynamic coefficient of 3 friction. 4 5 Innerduct shall be extruded polyvinyl chloride (PVC) or polyethylene (PE). PE innerduct 6 shall have a white internal color as a result of the prelubrication process. An approved 7 equivalent material shall continue to meet all dimensional requirements and the 8 dynamic coefficient of friction specified. 9 10 Protective outerduct for PVC schedule 40 and schedule 80 conduit outerduct shall be 4 11 inch with a minimum 5 inch extended integral "bell" end and shall be gray in color. The 12 outerduct minimum wall thickness shall be 0.23 inch for Schedule 40 PVC and 0.32 inch 13 for Schedule 80 PVC. 14 15 Conduit and fittings for PVC outerduct shall be supplied with an ultraviolet inhibitor. 16 17 The coupling body for PVC outerduct shall include a factory-assembled, multi-stage 18 gasket that is anti-reversing, sealing both the outer and innerducts. A secondary mid 19 body gasket shall be seated at the shoulder of the bell to assure air and water integrity 20 of the system. The bell end and the coupling body assembly shall accept a minimum of 21 5 inch of the spigot end. 22 23 The conduit system shall be designed so that straight sections and fittings will assemble 24 without the need for lubricants or cement. 25 26 Bends for 4 inch PVC Conduit with Innerducts 27 All bend radii shall be 36 inches or greater. The conduit system shall provide a 28 complete line of fixed and flexible sweeps with system compatible bell and spigot ends. 29 The bends shall contain high-temperature bum-through-resistant innerducts 30 manufactured from PVC, PE, or Nylon-66. The innerducts shall meet all other 31 requirements for innerduct per"Innerduct for Straight Sections of PVC Conduits" 32 33 Prefabricated fixed Bends 34 The prefabricated standard fixed PVC bends provided shall have a radius between 4 35 feet and 9 feet and sweep angles of 11.250, 22.5°, 45°, or 90°. 36 37 Direction changes shall not exceed 900 . 38 39 Flexible bends shall be supplied in two lengths to meet field requirements. Conduit 40 lengths shall be 10 feet 6 inches and 16 feet 6 inches. These conduits may be field bent 41 to a uniform radius no less than 4 feet. The field bend shall be no greater than 900 . 42 Grounding shall be continuous in flexible Bends. Outerduct for flexible bends shall be 43 manufactured from reinforced PVC. 44 45 All outerduct shall be marked with data traceable to plant location. 46 47 PVC outerduct shall have a longitudinal print-line that denotes "Install This Side Up" for 48 proper innerduct alignment. PVC outerducts shall have a circumferential ring on the 49 spigot end of duct to provide a reference point for ensuring the proper insertion depth 50 when connecting conduit ends. The line shall be a minimum of 5 inches from the end of 51 the conduit. 52 53 All fittings, adapters, and bends (sweeps) shall be provided and shall be manufactured 54 from the same materials and manufacturing process as the conduit, except as specified 55 otherwise. The conduit system shall be a complete system with the following 56 accessories: 57 58 Manhole Terminator Kits 59 Deflection Fittings 60 Offset Fittings SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 142 1 Expansion/Contraction Fittings 2 Lubrication Fittings 3 Repair Kits 4 Installation Accessories 5 Conduit and Innerduct Plugs 6 Pull string 7 Pull rope 8 Conduit spacers 9 10 Split internal expansion plugs shall be supplied to suit various cable sizes. Duct plugs 11 shall be polypropylene and be equipped with a neoprene or polyurethane gasket. Plugs !I� 12 shall be equipped with an attachment to secure the pull rope in the innerduct. The plug 13 shall withstand 5 psi. 14 15 Steel casing material shall conform to ASTM A 252 Grade 1, 2, or 3 or casing as I 16 approved by the engineer. The Contractor shall furnish pipe of adequate thickness to 17 withstand the forces exerted by the boring operation as well as those forces exerted by 18 the earth during installation and shall be a minimum of 3/8 inch thick. 19 20 All joints shall be welded by a qualified welder. Qualified in accordance with AWS D1.1 21 structural welding code, section 3, workmanship. 22 23 9429.2 Junction Boxes 24 Junction boxes shall conform to the requirements set forth in the contract. 25 26 9-29.2(1) Standard Junction Box 27 Install standard junction boxes in locations shown in the plans. Standard junction boxes 28 shall be concrete junction boxes conforming to details in the standard plans, or 29 approved non-concrete junction boxes. 30 31 Concrete junction boxes shall have a minimum compressive strength of 6000 psi when 32 reinforced with a welded wire hoop and 4000 psi when reinforced with welded wire 33 fabric or fiber reinforcement. The frame shall be anchored to the box by welding the 34 wire fabric to the frame or by welding headed studs 3/8 inch X 3 inches long, as 35 specified in Section 9-06.15, to the frame. The wire fabric shall be attached to the studs 36 and frame with standard tie practices. The box shall contain ten studs located near the 37 centerline of the frame and box wall. The studs shall be placed one anchor in each 38 comer, one at the middle of each width and two equally spaced on each length of the 39 box. The steel frame, lid support, and lid shall be painted with a black paint containing 40 rust inhibitors or painted with a shop applied, inorganic zinc primer in accordance with 41 Section 6-07.3 or hot dip galvanized in accordance with AASHTO M 111. I 42 43 Material for concrete junction boxes shall conform to the following: !li45 Concrete Section 6-02 46 Reinforcing Steel Section 9-07 47 Fiber Reinforcing ASTM C 1116, Type III 48 Lid ASTM A786 diamond plate steel 49 Frame ASTM A786 diamond plate steel or 50 ASTM A36 flat steel 51 Lid Support& Handle ASTM A36 steel 52 Anchors (studs) Section 9-06.15 53 54 Non- concrete junction boxes shall be gray in color and shall have approximately the II! 55 same inside dimensions as concrete junction boxes. Non-concrete junction box lids 56 shall include a pull slot and shall be secured with two '/ inch stainless steel hex-head 57 bolts recessed into the cover. The tapped holes for the securing bolts shall extend 58 completely through the box to prevent accumulation of debris. Bolt shall conform to 0! 59 ASTM F 593, stainless steel. 60 I� SW 7TH ST/LIND AVE SW SIGNALIIZATION 7TH_LIND 143 i t 1 Non-concrete junction boxes shall have a vertical load strength of 15,000 pounds 2 applied uniformly through a 10 inch x 10 inch x 1 inch steel plate centered on the cover. 3 The junction box will be considered to have withstood the test load if- 4 5 1. The lid is fully functional. 6 2. No vertical or horizontal displacement of the lid frame. 7 3. The junction box holds its shape. 8 9 When requested, a test report from an independent materials testing facility shall be 10 provided showing compliance with the load test. 11 12 9-29.2(3) Structure Mounted Junction Box 13 Junction boxes installed on structures (including boxes embedded in barrier) shall be 14 galvanized cast iron or stainless steel and shall conform to NEMA 4X requirements. 15 Cover screws shall be stainless steel. Each box shall include a neoprene cover gasket. 16 A 3/8—inch drain shall be installed in each junction box. The size of NEMA 4X junction 17 boxes shall be as shown in the plans. 18 19 9-29.2(4) Cover Markings 20 - Junction boxes with metallic lids shall be marked with the appropriate . le end i g n 21 accordance with the bead weld details In the Standard Plans. Non-metallic lids shall be 22 embossed with the appropriate legend and a non-skid surface. Legends for metallic lids 23 and non-metallic lids shall be 1-inch nominal height. 24 25 Junction boxes shall be marked or embossed for use in accordance with the plans and 26 following schedule: 27 28 System Type Legend 29 Traffic Signal Interconnect (6pr) COMM 30 Fiber Optic Trunk Lines ITS 31 HUB to TC (25pr) ITS 32 Fiber Optic Laterals to CC ITS 33 TC to DS (6pr) ITS 34 TC to HAR (6pr) SC&DI ITS 35 TC to CC (6pr) ITS 36 TC to VMS (6pr) ITS 37 TC to WSTA(6pr) ITS 38 All other lateral 6pr(i.e. neon control, etc) TS 39 CC to camera (coax, control cables, old style) ITS 40 CC to camera (fiber, new style) ITS 41 HAR to antenna (coax) ITS 42 VMS to sign (control cables) ITS 43 WSTA to temp sensor, weather station ITS , 44 DS to loops (2cs) ITS 45 DS to ramp meter(5c) ITS 46 Flashing Beacons ITS 47 Neon Power ITS 48 Transformers to Cabinets ITS 49 Service to Transformers LT 50 All power for lighting LT 51 Signal Controller to Displays TS 52 Signal Controller to Loops TS 53 Signal Controller to emergency preempt TS 54 Telephone Service Drop TEL 55 Telephones at Flyer Stops, Park & Rides, Etc. TEL 56 57 9-29.3 Conductors, Cable ' 58 For the purpose of this specification, the neutral conductor is defined as a current 59 carrying conductor with zero potential. For the purpose of this specification, equipment 60 grounding conductor is defined as the conductor used to connect the noncurrent- . SW 7TH ST/UND AVE SW SIGNALIZATION 7TH_LIND 144 1 carrying metal parts of equipment, raceways, and other enclosures to the system 2 grounded conductor and/or the grounding electrode conductor at the service equipment 3 or at the source of a separately derived system. 4 5 Conductors and cable shall conform to the applicable specifications as follows: 6 7 1. All current carrying single conductors shall be stranded copper conforming to 8 ASTM B3 and B8. Insulation shall be 600 volt. Except as allowed in item 3, 9 chemically cross-linked polyethylene or EPR Type USE insulation of code 10 thickness is required for all current carrying single conductors in underground 11 electrical systems. Grounding electrode conductor and bonding jumpers shall 12 be bare or Insulated stranded copper, AWG No. 8 minimum or larger as 13 required by the NEC. Equipment grounding conductors shall be insulated, 14 stranded copper with type XHHW, THWN, or USE insulation, non jacketed 15 AWG No. 8 minimum or larger as required by the NEC. Insulated Grounding 16 Electrode conductors, bonding jumpers and equipment grounding conductors, 17 shall have continuous green color or green color with one or more yellow 18 stripes. 19 20 2. Two and three conductor signal control cable shall consist of three No. 14 21 stranded copper conductors. Each conductor shall have 20-mil polyethylene 22 insulation and a 10-mil PVC jacket. The cable shall be rated at 600 volts 23 minimum. The cable assembly shall be covered with a polyester tape applied 24 with a 10 percent minimum lap. The overall jacket shall be 45-mil PVC. 25 26 Four conductor through 10 conductor signal control cable shall conform to 27 International Municipal Signal Association (IMSA) signal cable specification 20- 28 1 except the conductor sequence color code as shown in the following table. �) 29 IMSA specification cables shall use No. 14 AWG stranded copper conductors. 30 Individual conductors shall be cabled together in accordance with the 31 following: 32 33 Conductor Color Color 34 Number Code Trace Use 35 1 R Red Red or Don't Walk 36 2 O Orange Yellow or Spare 37 3 G Green Green or Walk 38 4 W White Neutral 39 5 B Black Ped Call or Spare 40 6 Wb White/Black Neutral or Spare 41 7 BI Blue Ped Call or Spare 42 8 Rb Red/Black Red or Don't Walk 43 9 Ob Orange/Black Yellow or Spare 44 10 Gb Green/Black Green or Walk 45 46 3. All single conductors employed in traffic control shall be Class B or Class C 47 stranded copper. The minimum wire size shall be No. 12 AWG. Insulation shall 48 be THW or USE, except loop wire. 49 50 4. Triplex or Quadraplex type ACSR neutral self-supporting aerial conductors of 51 the appropriate size for aluminum conductors shall be used where required in 52 the contract. The neutral conductor shall be the same size as the insulated 53 conductor. All current carrying conductors shall be stranded. 54 55 5. Pole and bracket cable shall be two conductor stranded copper No. 10 AWG 56 insulated for 600 volts between conductors. The insulation shall consist of 45- 57 mils polyvinyl chloride with 95-mils polyethylene jacket. If luminaires with 58 remote ballasts are specified in the contract, this same cable shall be used 59 between luminaire and ballast for both timber and ornamental pole 60 construction. If the luminaire requires fixture wire temperature greater than 750 11 SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH L.IND 145 1 C, the outer jacket shall be stripped for that portion of the cable inside the 2 luminaire. The single conductors shall then be sheathed with braided fiberglass 3 sleeving of the temperature rating recommended by the luminaire 4 manufacturer. 5 6 6. With the exception of type XHHW insulation and with the further exception of 7 the shielded two conductor cable identified in (7), and the magnetometer lead-' 8 in cable identified in (9), the minimum insulation thickness around any 9 electrical conductor shall be 45 mils, and the minimum acceptable insulation 10 thickness shall refer solely to the thickness of that insulation immediately 11 around any conductor excluding any sheath or jacket thickness. 12 13 7. Two conductor shielded (2CS) cable shall have No. 18 AWG (minimum) 14 conductors and shall conform to I.M.S.A. specification No. 50-2. 15 16 8. Detector loop wire may be No. 12 or 14 AWG stranded copper wire, Class B, 17 with chemically cross linked polyethylene type USE insulation of code 18 thickness. 19 20 9. Four conductor shielded cable (4CS) shall consist of a cable with four No. 18 21 = AWG conductors with polyethylene insulation, an aluminized polyester shield, 22 water blocking material in the cable interstices, and a 26-mil minimum outer 23 jacket of polypropylene. The four-conductor assembly shall be twisted 6 turns 24 per foot. Each conductor shall have a different insulation color. Overall cable 25 diameter shall be 0.25 inch maximum. Capacitance between adjacent pairs 26 shall be 18 pf per foot and 15 pf per foot between diagonal pairs. The 27 capacitances shall not vary more than 10 Pe rcent after a 10-day immersion 28 test with ends exposed in a saturated brine solution. 29 30 10. Three-conductor shielded cable (3CS) for the detector circuit for optical fire 31 preemption receivers shall consist of three No. 20 AWG conductors with 32 aluminized mylar shield and one No. 20 drain wire, all enclosed with an outer 33 jacket. All wires shall be 7 X 28 stranded tinned copper material. Conductor 34 insulation shall be rated 75°C, 600 volt. The drain wire shall be-uninsulated. 35 Conductor color coding shall be yellow, blue, and orange. DC resistance of any 36 conductor or drain wire shall not exceed 11 ohms per 1,000 feet. Capacitance ' 37 from one conductor to the other two conductors and shield shall not exceed 48 38 pf per foot. The jacket shall be rated 80°C, 600 volt, with a minimum average 39 wall thickness of 0.045 inch. The finished outside diameter of the cable shall 40 be 0.3 inch maximum. 41 42 11. Six pair communications cable (6PCC) shall meet REA specification PE-39 43 and shall have six pair No. 19 AWG wires with 0.008-inch FPA/MPR coated 44 aluminum shielding. The cable shall have a petroleum compound completely 45 filling the inside of the cable. 46 47 12. Sign light conductors between the junction box or other source of power and 48 the isolation switch shall be a two conductor stranded No. 10 AWG pole and 49 bracket cable insulated to 600 volts between conductors. The conductors 50 between the isolation switch and the sign lighting luminaire shall be either code 51 sized individual conductors with cross linked polyethylene type USE insulation , 52 or three conductor control cable, stranded copper No. 14 AWG cable rated at a 53 minimum of 600 volts. 54 55 9-29.3(1) Fiber Optic Cable 56 Each fiber optic cable shall be suitable for placement in an underground duct. 57 58 All fibers in the cable shall be usable fibers and shall be sufficiently free of surface 59 imperfections and inclusions to meet or exceed the optical, mechanical, and 60 environmental requirements contained in this specification. SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 146 2 Cables shall be all dielectric cable (with no armoring) and shall be jacketed (sheathed) 3 with medium density polyethylene. The minimum nominal jacket thickness shall be 71 4 mils. Jacketing material shall be applied directly over the tensile strength members. The 5 polyethylene shall contain carbon black to provide ultra-violet light protection, and it 6 shall not promote the growth of fungus. 7 8 The jacket or sheath shall be free of any holes, splits, or blisters. 9 10 The cable shall contain at least one ripcord under the sheath for easy sheath removal. 11 12 The shipping, storage, and operating temperature range of the cable shall be -40°F to 13 +160°F. The installation temperature range of the cable shall be -20°F to +160°F. 14 15 The fiber optic cable shall withstand a maximum pulling tension of 600 pounds (Ibs.) 16 during installation (short term) with no damage and 135 pounds (long term). 17 II� 18 Each optical fiber shall consist of a doped silica core surrounded by a concentric silica 19 cladding. 20 21 Void areas around the individual buffer tubes shall be protected with a moisture resistant 22 compound as a block against moisture migration. 23 24 All cables shall be free of material or manufacturing defects and dimensional non- I�I 25 uniformity that would: 26 27 1. Interfere with the cable installation using accepted cable installation practices. 28 29 2. Degrade the transmission performance and environmental resistance after 30 installation. 31 32 3. Inhibit proper connection to interfacing elements. 33 34 4. Otherwise yield an inferior product. 35 36 The outer jacket material shall be a medium density polyethylene (MDPE) conforming to 37 ASTM D 1248, Type II, Class C, Category 4 or 5, Grade J4. The light absorption 38 coefficient, when measured in accordance with ASTM D 3349, shall be a minimum of 39 400 at a wavelength of 375 nanometers. 40 41 The outer jacket material used in construction of this cable shall be fungus inert as 42 described in ASTM G 21. 43 44 Fibers shall contain no factory splices. 45 46 The fiber optic cables shall be shipped on wooden reels in lengths as specified in the 47 purchase order with a maximum overage of 10%. The diameter of the drum shall be at 48 least 20 times the diameter of the cable. 49 50 9-29.3(1)A Singlemode Fiber Optic Cable 51 Singlemode fibers utilized in the cables specified herein shall be fabricated from 100 52 kpsi proof stress glass and primarily composed of silica which shall provide a matched 53 clad index of refraction (n) profile and the following physical and performance 54 characteristics: 55 56 Maximum Attenuation: 0.4/0.3 dB/km at 1310/1550 nanometers, respectively. 57 58 Typical Core Diameter: 0.3 mils. 59 60 Cladding Diameter: 4.9 mils +/- .004 mils. ' SW 7TIH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 147 1 2 Core-to-Cladding Offset:< 0.8 microns. e 3 4 (The core center and the cladding center offset is defined as the distance between 5 the core center and the cladding center.) 6 7 Cladding Non-Circularity: < 2.0%. Defined as: 8 9 {[1-(minimum cladding diameter- maximum cladding diameter)] X 100.} 10 11 Coating Diameter of 250 microns +/- 15 microns with a minimum coating thickness 12 at any point of not less than 50 microns. 13 14 The coating shall be a dual-layered, UV-cured acrylate applied by the fiber 15 manufacturer. 16 17 The coating shall be mechanically or chemically strippable without damaging the 18 fiber. 19 20 9-29.3(2) Twisted-Pair (TWP) Copper Cable 21 ' The TWP cable installed for outside plant (OSP) applications shall contain the amount of 22 twisted, #22 AWG, copper pairs as specified in the Plans. This cable shall be 23 constructed for installation in an underground conduit environment with a sheath 24 consisting of a double coated aluminum shield over which a medium density 25 polyethylene jacket is extruded, in accordance with Rural Electrical Association (REA) ' 26 Standard PE-39. This cable shall be filled with a gel compound to resist water 27 penetration and migration. 28 29 The TWP copper cable for OSP applications shall contain no faulty pairs and shall be 30 capable of the transmission of 9600 b/s VF data over distances greater than 7.5 miles. 31 32 9-29.4 Messenger Cable, Fittings 33 Messenger cable shall be 318 -inch, 7-wire strand messenger cables conforming to 34 ASTM A 475, extra-high-strength grade, 15,400 pounds minimum breaking strength, 355 Class A galvanized. ' 37 Strain Insulators shall be wet process, porcelain, conforming to EEI-NEMA Class 54-2 38 standards for 12,000 pound ultimate strength. 39 40 Down guy assembly shall consist of an eight-way steel expanding anchor, having a ' 41 minimum area of 300 square inches, made of pressed steel, coated with asphalt or 42 similar preservative, and fitted with a 3/4 inch minimum guy eye anchor rod 8 feet long. 43 As an alternate to expanding anchors, screw type anchors with two 8-inch helix, 3 1/2 , 44 inch-pitch, 1-inch by 7-foot guy anchor rod, and rated for 7,000 pound maximum torque 45 may be installed. 46 47 All pole hardware, bolts, plate rods, hangers, clips, wire guards, and pole bands shall be , 48 hot-dipped galvanized in conformance with the requirements of AASHTO M 232. 49 50 9-29.5 Pole Line Hardware 51 All miscellaneous pole line hardware shall be standard material manufactured for pole ' 52 line construction.All metal parts shall be hot-dipped galvanized. 53 54 In addition to the above, whenever secondary racks are required, they shall be as 55 classified "Heavy Service Secondary Rack" by the EEI-NEMA, and shall have a 56 minimum spacing of 12 inches between the insulators. Each rack shall be secured to 57 the pole by not less than one through bolt and one lag bolt. 58 59 Ground clamps shall be bronze. 60 SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH LIND 148 f� 1 9-29.6 Light and Signal Standards 2 Light and signal standards shall be in accordance with the details shown in the Plans, 3 as specified in the Special Provisions and as outlined herein, provided that only one 4 type; of light or signal standard shall be used throughout the project. 5 6 Light standard, signal standards, slip base hardware and foundation hardware shall be 7 hot-dipped galvanized in accordance with AASHTO M 111 and AASHTO M 232. 8 9 9-29.6(1) Light and Signal Standards 10 Steel plates and shapes for light and signal standards shall conform to the requirements 11 of ASTM A 36. Shafts for light and signal standards, except Type PPB signal standards, 12 shall conform to AASHTO M 223, Grade 50. Shafts and caps for Type PPB signal 13 standards, slipfitters for type PS, I, FB, and RM signal standards, and all pipes shall 14 conform to ASTM A 53, Grade B. Base plates for light standards shall conform to ASTM 15 572, Grade 50, except as otherwise noted in the Standard plans for fixed base light 16 standards. Base plates for signal standards shall conform to ASTM A 36. Connecting 17 bolts shall conform to AASHTO M 164. Fasteners for handhole covers, bands on lighting 18 brackets, and conductor attachment brackets shall conform to ASTM F 593. 19 20 9-29.6(1)A Decorative Light Standards 21 Light standards shall be finished on all surfaces with a phenolic resin paint, applied in 22 the shop, conforming to the following specifications: 23 24 The primer shall meet the requirements of Federal Specification TT-P-641, Primer 25 Paint, Zinc Dust, Zinc Oxide, IES distribution Type II or III. 26 27 One Coat of primer 3 mils wet thickness shall be applied. Primer shall be applied 28 both inside and outside. 29 30 Phenolic Finish Coat for Steel. Finish coats shall be color chip No. 37056 olive 31 green , Federal Standard 595B. Two coats of 3 mils wet thickness each shall be 32 applied. 33 34 A hand hole with cover shall be provided 8 inches above the base. 35 36 A pressure type ground lug shall be provided and shall be located on the pole wall 37 directly opposite the handhole. 38 39 9-29.6(2) Slip Base Hardware 40 Slip plates and anchor plates for light standards and for Type FB and RM signal 41 standards shall conform to the requirements of ASTM 572, Grade 50. The keeper plate 42 shall be 28 gage, conforming to ASTM A 526, coating G 90. Clamping bolts for slip base 43 assemblies and slip base adapters shall conform to AASHTO M 164. Studs and bolts for 44 slip base adapters shall conform to AASHTO M 164. Nuts shall conform to AASHTO M 45 291, Grade DH. Hardened washers shall conform to AASHTO M 293. Plate washers 46 shall conform to ASTM A 36. 47 48 Galvanized bolts shall meet standard specification 9-06.5(4). 49 50 9.-29.6(3) Timber Light Standards, Timber Strain Poles, Timber Service 51 Supports 52 All timber poles used in illumination or traffic signal systems shall be Douglas fir, 53 machine shaved, roof sawed, conforming to the latest ANSI Specifications and 54 Dimensions for Wood Poles. 55 56 All timber poles shall be gained according to industry standards. A dated nail or metallic 57 date plate shall be set in the gain evidencing the year of treatment of the timber pole. 58 59 All poles shall be treated with pentachlorophenol in accordance with Section 9-09.3(1). 60 SW 7TH ST/LIND AVE SW SIGNAI_IZATION 7TH_LIND 149 1 Tops shall be sawed before treatment. Where holes are bored in poles to accommodate 2 hanging bolts for brackets, transformers, guy assemblies, or other accessories, sucl 3 holes shall be painted with a solution of the above preservative. 4 5 9-29.6(4) Welding 6 Welding of steel structures shall be in accordance with Section 5.15 of the AASHTC1 7 Standard Specifications for Structural Supports for Highway Signs, Luminaires ano 8 Traffic Signals, Fourth Edition-2001. 9 10 9-29.6(5) Foundation Hardware 11 Anchor bolts for Type PPB, PS, I, FB, and RM signal standards shall conform to the 12 requirements of ASTM A 307. Nuts shall meet the requirements of AASHTO M 291. 13 Washers shall meet the requirements of ASTM F 844. 14 15 Anchor bolts for Type II, III, IV, and V signal standards and luminaire poles shall meet 16 the requirements of ASTM A 449. Nuts shall be heavy hex meeting the requirements of 17 AASHTO M 291, Grade C, D, or DH. Washers shall meet the requirements of AASHTO 18 M 293. 19 20 All foundation hardware shall be 100% hot-dipped galvanized in accordance with 21 AASHTO M 111 and AASHTO M 232. Galvanized bolts shall be tested for embrittlement� 22 in accordance with ASTM A 143. 23 24 9-29.7 Luminaire Fusing and Electrical Connections at Light Standard 1 25 Bases, Cantilever Bases and Sign Bridge Bases 26 Electrical disconnects shall be installed in the base of every standard supporting a 27 luminaire. Every conductor above ground potential shall be served by a fused quick- 28 disconnect kit. Every conductor at ground potential shall be served by an unfused quick- 29 disconnect kit. 30 31 Unfused quick-disconnect connectors shall conform to the following requirements: 32 33 1. A copper pin and a copper receptacle both of at least 90 percent conductivity 34 shall be crimped or a stainless steel allen head screw and lug connection to 35 the cable. If the allen head screw is used the alien head screw shall be torqued 36 to the manufactures recommendations. All crimped connections shall use a 37 copper connector installed with a positive action (ratchet) tool. The receptacle 38 shall establish contact pressure with the pin through the use of a copper 39 beryllium sleeve spring and shall be equipped with a disposable mounting pin. 40 The pin shall be of at least half-hard material and the crimping portion shall be 41 fully annealed while the rest of the pin is maintained in its original state of 42 hardness. The receptacle shall be fully annealed. Both the copper pin and 43 receptacle shall have a centrally located recessed locking area adapted to be 44 complementarily filled and retained by the rubber housing. 45 46 2. A plug and a receptacle housing shall be made of water resistant synthetic 47 rubber which is capable of burial in the ground or installation in sunlight. Each 48 housing shall provide a section to form a water-seal around the cable, have an 49 interior arrangement to suitably and complementarily receive and retain the 50 copper pin or receptacle, and a section to provide a water-seal between the 51 two housings at the point of disconnection. 52 53 Fused quick-disconnect kits shall provide waterproof in-line fuse protection. The kit shall 54 provide three cutoff sections on both lines and load side to accommodate various wire 55 sizes. All connections shall be as described in item "1" above. Upon disconnect, the 56 fuse shall remain in the load side of the kit. 57 58 Fuses furnished for all lighting circuits shall be capable of handling the operating voltage 59 of the circuit involved and shall have the following characteristics: 60 SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 150 1 1. Fuses shall be capable of indefinitely supporting 110 percent of the rated load. 2 3 2. Fuses shall be capable of supporting 135 percent of the rated load for 4 approximately 1 hour. 5 6 3. A load of 200 percent of rated load shall effectively cause instantaneous 7 blowing of the fuse. 8 9 4. Fuses shall be rated as listed below and shall be sized to fit the fuse 10 containers furnished on this project, according to the manufacturer's 11 recommendations therefore. 12 13 5. Fuses shall be UL Listed. 14 15 Luminaire Service Voltage 16 Size 480V 240V 120V 17 18 1,000W 10A 15A 30A 19 750W 5A 10A 20A 20 70OW 5A 10A 20A 21 40OW 5A 10A 15A 22 31OW 5A 5A 10A 23 250W 5A 5A 10A 24 20OW 4A 5A 10A 25 175W 4A 5A 10A 26 150W 3A 4A 5A 27 100W 2A 3A 4A 28 70W 2A 2A 2A 29 50W 2A 2A 2A 30 31 9-29.8 Vacant 32 33 9-29.9 Ballast, Transformers 34 Each ballast shall have a name plate attached permanently to the case listing all 35 electrical data. 36 37 Certificates of compliance, to manufactures specifications and these specifications shall 38 be submitted by the manufacturer with each type of luminaire ballast. 39 40 Ballasts shall be designed for continuous operation at ambient air temperatures from 41 20° F without reduction in ballast life. Ballasts shall have a design life of not less than 42 100,000 hours. Ballasts shall be designed to operate for at least 180 cycles of 12 hours 43 on and 12 hours off, with the lamp circuit in an open or short-circuited condition and 44 without measurable reduction in the operating requirements. All ballasts shall be high 45 power factor(90%). 46 47 Ballasts shall be tested in accordance with the requirements of current ANSI C 82.6, 48 Methods of Measurement of High-Intensity-Discharge Lamp Ballasts. Starting aids for 49 ballasts of a given lamp wattage shall be interchangeable between ballasts of the same 50 wattage and manufacturer without adjustment. 51 52 Ballast assemblies shall consist of separate components, each of which shall be 53 capable of being easily replaced. A starting aid will be considered as a single 54 component. Each component shall be provided with screw terminals, NEMA tab 55 connectors or a single multi-circuit connector. All conductor terminals shall be identified 56 as to the component terminal to which they connect. 57 58 Heat-generating components shall be mounted to use the portion of the luminaire upon 59 Which they are mounted as a heat sink. Capacitors shall be located as far as practicable SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_L I N D 151 I 1 from heat-generating components or shall be thermally shielded to limit the fixture 2 temperature to 160° F 3 4 Ballasts for high-pressure sodium lamps shall have a ballast characteristic curve which 5 will intersect both of the lamp-voltage limit lines between the wattage limit lines and 6 remain between the wattage limit lines throughout the full range of lamp voltage. This 7 requirement shall be met not only at the rated input voltage of the ballast, but also the 8 lowest and highest input voltage for which the ballast is rated. Throughout the lifetime of 9 the lamp, the ballast curve shall fall within the specified limits of lamp voltage and 10 wattage. 11 12 All luminaires ballasts shall be located within the luminaire housing. The only exception 13 shall'be ballasts to be mounted on lowering assemblies shall be external and attached 14 to the fixture assembly. 15 16 No capacitor, transformer, or other devise shall employ the class of compounds 17 identified as polychlorinated biphenyls (PCB) as dielectric, coolants, or for any other 18 purpose. 19 20 Ballast Characteristics for High Pressure Sodium (HPS) and Metal Halide (MH) Sources 21 - shall be: 22 23 Source Line Lamp Ballast Input Lamp 24 Volt. Wattage Type Voltage Wattage 25 Variation Variation 26 27 HPS any 70 400 Mag. Reg. Lag 10% 18% 28 29 HPS any 750 1000 Auto Reg. Lead CWA 10% 30% 30 31 MH an 175 400 Ma g. Reg. La 10% 18% 32 Y 9 9 9 / 33 MH any 1000 Auto Reg. Lead CWA 10% 30% 34 35 Transformers and inductors shall be resin-impregnated for protection against moisture. 36 Capacitors, except those in starting aids, shall be metal cased and hermetically sealed. 37 38 The transformers to be furnished shall be indoor/outdoor dry type transformers rated as 39 shown in the Plans. The transformer coils, buss bar, and all connections shall be 40 copper. Transformers, 7.5 kVA and larger shall be supplied with two full capacity taps, 41 one at 2.5% and one at 5% below the normal full capacity. 42 43 9-29.10 Luminaires 44 - If not listed on the Qualified Products List (QPL) a Certificate of Compliance shall be 45 -- submitted by the manufacturer with each type of luminaire. The certificate shall state 46 that the lot of luminaires meets this specification: 47 48 All luminaires shall be of the IES distribution type and wattage indicated in the ' 49 contract. Luminaires shall be installed with HPS lamps rated at 24,000 hours, 50 unless otherwise specified in the contract or this specification. 51 52 Conventional highway luminaires shall provide a full cut-off distribution and a high 53 pressure sodium light source. 54 55 Horizontal luminaires shall attach to 2 inch pipe tenons on mast arrns. Vertical 56 mounted luminaires shall be appropriately sized for their respective pole top 57 tenons. 58 59 All luminaires shall have their components secured to the luminaire frame with 60 stainless steel mounting hardware (nuts, bolts, washers, hinges, hinge pins, etc.). SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 152 1 The stainless steel shall be AISI, 300 series chrome-nickel grade. The luminaire 2 slip-fitter bolts shall be either stainless steel or hot-dip galvanized steel. All internal 3 luminaire assemblies shall be assembled on or fabricated from either stainless 4 steel or hot dip galvanized steel. The housing, complete with integral ballast, shall 5 be weathertight. The ballast and lamp housing shall be on the same level. 6 7 All luminaries shall be mounted level, both transverse and longitudinally, as 8 measured across points specked by the manufacturer. Leveling and orientation 9 shall be accomplished after pole plumbing. Highway and decorative luminaries 10 shall have slip-fitters capable of adjusting through a 5-degree axis for the required 11 leveling procedure. 12 13 Refractors shall be formed from heat resistant, high impact, molded borosilicate 14 glass. Flat lens shall be formed from heat resistant, high impact borosilicate or 15 tempered glass. 16 17 High pressure sodium cobra head luminaires shall be capable of accepting a 150, 18 200, 250, 310, or 400 watt lamp complete with ballast. Metal halide fixtures shall 19 be capable of accepting a 175, 250 or 400 watt lamp complete with ballast. Mercury 20 vapor fixtures shall be capable of accepting a 175, 250, 400 watt lamp complete 21 with ballast. Metal halide fixture shall accept a 175 watt mercury vapor lamp 22 complete with ballast. Each luminaire shall consist of a housing, a reflector, lens, a 23 lamp socket, an integral ballast, a terminal strip and lamp. 24 25 Housings shall be fabricated from aluminum. Painted housings shall be painted flat 26 gray, Federal Standard 595B color chip No. 26280. Housings that are painted shall 27 withstand a 1,000-hour salt spray test as specified in ASTM B 117. 28 29 All luminaries to be mounted on horizontal mast arms, shall be capable of 30 withstanding cyclic loading in: 31 32 1. A vertical plane at a minimum peak acceleration level of 3.0 g's peak-to- 33 peak sinusoidal loading (same as 1.5 g's peak) with the internal ballast 34 removed, for a minimum of 2 million cycles without failure of any luminaire 35 parts, and 36 11 37 2. A horizontal plane perpendicular to the direction of the mast arm at a 38 minimum peak acceleration level of 1.5 g's peak to peak sinusoidal 39 loading (same as 0.75 g's peak) with the internal ballast installed, for a 40 minimum of 2 million cycles without failure of any luminaire parts. 41 42 The temperature rating of all wiring internal to the luminaire housing, excluding the 43 pole and bracket cable, shall equal or exceed 200° F. 45 All luminaires shall be provided with markers for positive identification of light 46 source type and wattage. Markers shall be 3 inches square with Gothic bold, black 47 2 inch legend on colored background. Background color shall be gold for sodium, 48 blue for mercury, and red for metal halide light sources. Legends shall be sealed 49 with transparent film resistant to dust, weather, and ultraviolet exposure. 50 51 Legends shall correspond to the following code: 52 53 Lamp Wattage Legend 54 70 7 55 100 10 56 150 15 57 175 17 58 200 20 59 250 25 60 310 31 SW 7TH ST/LIND AVE SW SIGNALIZATION ' 7TH_LIND 153 1 400 40 2 700 70 3 750 75 4 1,000 XI 5 6 9-29.10(1) Cobra Head Luminaires 7 Conventional highway luminaires shall be IES Type II cut off type distribution cobra, 8 head configuration with horizontal lamp. The ballast shall be mounted on a separate 9 door, which shall be hinged to the luminaire and secured, in the closed position to the 10 luminaire housing by means of an automatic type of latch (a combination hex/ slot 11 stainless steel screw fastener may supplement the automatic type latch). The reflector 12 of all luminaires shall be of a snap-in design or be secured with screws. The reflector 13 shall, be manufactured of polished aluminum or molded from prismatically formed 14 borosilicate glass. The refractor or lens shall be mounted in a doorframe assembly' 15 which shall be hinged to the luminaire and secured in the closed position to the 16 luminaire by means of automatic latch. The refractor or lens and doorframe assembly, 17 when closed, shall exert pressure against a gasket seat. The refractor lens shall not 18 allow any light output above 90 degrees nadir. Gaskets shall be composed of material 19 capable of withstanding temperatures involved and shall be securely held in place. 20 21 Each housing shall be provided with a slipfitter capable of mounting on a 2 inch pipe 22 tenon. Vertical mounted luminaires shall be appropriately sized for their respective pole 23 top tenon and capable of being adjusted within 50 from the axis of the tenon. The 24 clamping bracket(s) and the cap screws of the slipfitter shall not bottom out on the 25 housing bosses when adjusted within the t5° range. 26 27 No part of the slipfitter mounting brackets on the luminaires shall develop a permanent 28 set in excess of 0.2 inch when the cap screws used for mounting are tightened to a 29 torque of 32 pounds feet. 30 31 9-29.10(2) Decorative Luminaires 32 Decorative fixture shall provide for a 150-400 watt HPS lamp fully enclosed fixture with 33 mogul lamp socket, adjustable where required to alternate cutoff distributions. 34 35 The fixture shall be a one piece, box shaped, raintight, dustight and corrosion resistant, 36 integral unit. The unit shall consist of an accessible ballast compartment and a sealed ' 37 housing which permits filtered pressure equalization. 38 39 The ballast housing shall be fabricated of close tolerance extruded aluminum with heat 40 resistant vinyl finish. The housing shall be adequately constructed to contain ballasts for 41 150 -400 watt alternate high intensity discharge sources. 42 43 Each housing shall consist of an integral Alzak reflector, containing a mogul based) high 44 intensity discharge lamp, a rigid box type lamp holder assembly, a reflector assembly 45 _ with a lamp vibration damper, and a one piece heat and shock resistant, clear tempered 46 lens mounted in a gasketed, hinged, and baffled extruded aluminum frame. The housing 47 shall have vinyl heat resistant finish. One fourth inch stainless steel, series 300 48 fasteners shall secure the lens frame to the housing. 49 50 The auxiliary equipment compartment for ballast terminals shall be separated from the 51 lamp compartment by a metal heat barrier. The chassis shall be designed to provide 52 effective heat sinking from the ballast cores. Capacitors shall be mounted at least 5 53 inches from the core and coil components. 54 55 Fixtures shall be finished altemately with paint or epoxy primer and either acrylic 56 enamel; vinyl clad aluminum or powdered polyester baked on paint. Aluminum 57 compatible epoxy primer shall be applied. The finish coat shall be dark bronze in color 58 matching Federal Standard 5956 or as shown in the contract. 59 SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LI N D 154 1 Without chipping or flaking, the finish shall withstand 5 foot pounds direct or indirect 2 impact from a failing cylindrical steel rod 7/8 inch diameter, a hemispheric nose and 3 shall be salt spray resistant after 300 hours exposure in accordance with ASTM B 117 4 shall not cause blistering, peeling, corrosion or loss of adhesion. 5 6 Decorative fixtures shall be mounted using a reinforced mounting arm, milled to provide 7 a smooth fit between fixture and arm. A slipfitter assembly shall be provided for leveling 8 punPoses, between fixture and tenon. Two 7/16 inch or larger stainless steel bolts, 9 series 300, shall be used to mount the fixture to the tenon. An approved gasket shall be 10 utilized to seal against weather.A smooth wireway shall be provided. 11 12 All decorative fixtures shall be of the same manufacturer and extemal appearance. 13 14 9-29:10(3) High Mast Luminaires and Post Top Luminaires �{ 15 High mast and post top luminaires shall comply with the requirements of the contract l 16 and Section 9-29.9 except the unit lamp shall utilize a vertically positioned lamp. High 17 mast luminaries shall be 400 watt HPS full 900 nadir cut off, capable of types 2, 3, 5 18 distribution or as shown in the contract. When installed at heights between 50 and 70 19 feet the bottom of the fixture shall be closed, at heights from 70 to 85 feet the bottom 20 shall be open. High Mast luminaries poles with mounting heights greater than 50 feet 21 shall have approved fixture lowering device installed and two remote control units, to 22 operate the lowering device. 23 24 Post top luminaires shall have the ballast located directly below the vertical installed 25 HIPS lamp. All post top luminaires shall be capable of accepting 70, 100, 200, 250, 400 �! 26 watt HIPS lamps complete with ballast assembly. L 27 28 9-2:9.10(4) Underdeck and Wall Mount Luminaires 29 Underdeck luminaires shall be weatherproof and corrosion resistant. Light distribution 30 shall be as shown on the contract. Each flush-mounted underdeck luminaire shall 31 consist of a metal body, a prismatic refractor mounted in a doorframe, a prismatic glass 32 or specular anodized aluminum reflector, a ballast, and a ceramic lamp socket and be 33 supplied complete with all fasteners. The body shall have provisions for anchoring to 34 concrete. The refractor shall be glass and shall be clearly identified as to "street side." 35 The doorframe assembly shall be hinged, gasketed and secured to the body. 36 37 Each wall-mounted luminaire shall consist of a metal body, a prismatic refractor 38 mounted in a doorframe, an aluminum reflector with a specular anodized finish, an 39 integral ballast and a ceramic lamp socket and supplied with all fasteners. The refractor 40 shall be glass. A gasket shall be provided between the refractor and the body of the 41 fixture. 42 43 All lamp sockets shall be positioned to locate the light center of the lamp within,1/2 inch 44 of the light center location for which the luminaire is designed. 45 46 Ballasts for underdeck and wall luminaires shall conform to the provisions in Section 9- 47 29.9. Ballasts for underdeck and wall mount luminaires shall be installed in the luminaire 48 housing. 49 50 9-29.11 Control Equipment 51 Illumination circuits shall be controlled by a combination of photoelectric controls and 52 lighting contactors or mercury relays as noted in the contract. 53 54 9-29.11(1) Time Clock Controls 55 Time clocks, when specified in the contract, shall be solid state and shall have a battery i 56 backup. The clock shall provide four functions and shall be enclosed within a dust tight 57 mounting case. The unit shall be mounted on vibration dampened fittings. 58 59 The unit shall be push button programmable with 15 events per week, selectable by day 60 of week and time of day to the nearest minute. SW 7TH ST/LIND AVE SW SIGNALI'ZATION �', 7TH_LIN'D 155 1 The clock shall be accurate to plus or minus 15 seconds per month through a humidity 2 variation of 0 to 95 percent and a temperature variation of 0 F to 150 F The! clock shah !I 3 be within plus or minus 10 seconds after 10 hours of battery backup operation. The 4 backup battery shall operate for 24 hours minimum. 5 6 Contacts shall be rated at 5 amps tungsten load for up to 100,000 cycles. Each clock lock. function shall operate a 120 VAC normally open and normally closed set of contacts. 8 9 9-29.11(2) Photoelectric Controls 10 The photoelectric control shall be the twistlock type and the light sensitive element shall 11 be a solid state photo diode. The control shall be designed to turn on at 3 foot-candles 12 (32 lux) and turn off at 1.8 foot-candles (20 lux). The lighting control shall not drift by 13 more than 1 percent over a 10-year period. 14 15 The output control relay shall hav e a 45-second time delay to prevent false turn-off 16 caused by momentary brightness. This rY output relay shall be rated 1,000 17 incandescent or 15 amps inductive load. The contacts shall be normally closd. The unit 18 shall be designed g d to not continuously pulse the output relay if the photo control 19 P bypass switch is energized. 20 21 The lighting control shall have a built in metal oxide varistor (MOV) rated 320 joules for 22 lightning and transient protection. The control shall also have secondary zener diode 23 and transient filter. The printed circuit board shall be coated to prevent corrosion. The 24 normal operating voltage range will be 105 to 285 VAC. 25 26 9-29.12 Electrical Splice Materials 27 Splicing in illumination circuits will be permitted only at junction boxes. With the 28 exception of lead-in cable to loop wire or magnetometer sensing probe splices, no 29 splices will be allowed in traffic signal circuitry. All other traffic signal circuitry will be 30 terminated at a load, at control equipment, or at a terminal. 31 32 9-29.12(1) Illumination Circuit Splices 33 Splices and taps shall be made with solderiess crimp connectors on underground . 9 34 circuits to securely join the wires both mechanically and electrically. Aerials splices may 35 employ split bolt connectors. P e P Y P Splices at below grade locations shall employ moisture 9 p y sture 36 blocking heat shrink, Mil Spec 1-23053 or be epoxy resin cast type insulation. Two-way 37 _ (in-line) splices and three way (T or wye) splices shall employ clear rigid plastic molds. 38 Clear mylar sheet bonded to butyrate webbing g forming a flexible mold or heat �hnnk 39 shall be used for four-way or more. The material used shall be compatible with the 40 insulation material utilized. Equipment and methods shall be as recommended. by the 41 manufacturer of the splicing materials. The component materials of the resin insulation 42 shall be packaged form ready for convenient mixing without removing from the package. 43 ----_ Only one conductor or one multi conductor cable per wire entrance will be allowed in 44 any rigid mold splice. 45 46 Heat shrink splices shall be manufactured from irradiated, crosslinked polyolefin suitable 47 for direct burial installations and shall conform to requirements of ANSI C-119.1. 48 49 The sealant shall be an approved stabilized mastic which shall provide a peimanent 50 moisture proof bond between the recovered polyolefin and any conductor insulating 51 material. 52 53 9-29.12(2) Traffic Signal Splice Material 54 Induction loop splices and magnetometer splices shall be either moisture resistant: two 55 way heat shrink meeting Mil Spec 1-23053, epoxy resin cast type with clear rigid molds 56 or re-enterable type with semi-hardening epoxy filling compound that remains semi- 57 flexible enclosed in a re-enterable rigid mold with end cap seals. 58 SW 7TH ST/UND AVE SW SIGNALIZATION 7TH_LIND 156 1 9-29.13 Traffic Signal Controllers 2 A controller shall consist of a complete electrical mechanism for controlling the 3 operations of traffic control signals including the timing mechanism and all necessary 4 auxiliary equipment, mounted in a cabinet. 5 6 The Contractor shall furnish to the Contracting Agency all guarantees and warranties 7 furnished as a normal trade practice for all control equipment that is provided. 8 9 The fabricator of the controller shall perform quality control (QC) inspections based on 10 their QC program. Their QC program shall be submitted and approved by WSDOT at I� 11 least annually. The fabricator of the controller shall certify that the controller meets all 12 requirements of the Standard Specifications and Special Provisions for the specific 13 application. 14 15 The QC program shall include, but not be limited to, the following: 16 17 1. Quality Statement ' 18 2. Individual responsible for quality (organizational chart) 19 3. Fabrication procedures 20 4. Test procedures 21 5. Documented inspection reports 22 6. Documented test reports 23 7. Certification package 24 l 25 Control equipment includes all equipment used to control the operations of traffic control 26 signals, programmable message signs, illumination system's and other associated 27 control systems. Control equipment includes all devices including auxiliary equipment 28 mounted in a cabinet. 29 30 The traffic signal control equipment shall conform to the contract specifications and 31 these standard specifications. 32 33 All control equipment shall be as specified below: 34 35 NEMA control and all auxiliary equipment shall conform to current NEMA 36 specifications. 37 38 Type 170E control equipment and all auxiliary equipment, shall conform to the 39 California Department of Transportation document entitled 'Transportation 40 Electrical Equipment Specifications" dated November 19, 1999. 41 42 The 170E/ HC-11 controller and auxiliary equipment shall conform to the current 43 Oregon Department of Transportation Specification for model 170E/ HC-11 44 controller and auxiliary equipment. The 170E shall be compatible with Type 170E 45 controllers and the current revision of the software specified in the contract. 46 47 170 ATC controller and auxiliary equipment shall conform to the current Oregon 48 Department of Transportation Specification for model 170 ATC controller and 49 auxiliary equipment. 50 51 Type 2070 controller and all auxiliary equipment shall conform to the current 52 California Department of Transportation Specification for Model 2070 and auxiliary 53 equipment. 54 55 Type 2070 Lite controller and auxiliary 'equipment shall conform to the current 56 Oregon Department of Transportation Specification for model 2070 Lite controller 57 and auxiliary equipment. �I 58 59 9-29.13(1) Vacant 60 SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 157 1 9-29.13(2) Flashing Operations 2 All controllers shall be equipped for flashing operation of signal displays. Controllers 3 shall be programmed for flashing red displays for all approaches. During flash display, 4 all pedestrian circuits shall be de-energized. 5 6 Actuated traffic signal control mechanisms shall be capable of entry into flash operation 7 and return to normal operation as follows: 8 9 1. Terminal Strip Input (Remote Flash). When called as a function of a terminal 10 strip input, the controller shall provide both sequenced entry into flash and 11 sequenced return to normal operation consistent with the requirements of the 12 latest edition of the Manual on Uniform Traffic Control Devices. 13 14 2. Police Panel Switch. When the flash-automatic switch located behind the 15 police panel door is turned to the flash position, the signals shall immediately 16 revert to flash; however, the controller shall "STOP TIME." When the switch is 17 placed on automatic, the signals shall immediately time an 8-10 second all red 18 period then resume normal cyclic operations at the beginning of major street 19 green. 20 21 3. Controller Cabinet Switches. When the flash-automatic switch located inside 22 the controller cabinet is placed in the flash position, the signals shall 23 immediately revert to flash; however, the controller shall continue to function. 24 When the flash-automatic switch is placed in the automatic position, the 25 controller shall immediately resume normal cyclic operation at the beginning of 26 the artery green. Adjacent to the flash-automatic switch shall be a controller 27 on-off switch. If the flash-automatic switch is in the automatic position and the 28 controller on-off switch is placed in the OFF position, the sigrals shall 29 immediately revert to flash. 30 31 4. Power Interruption. On "NEMA' controllers any power interruption longer than 32 475 plus or minus 25 milliseconds, signals shall re-energize consistent with 33 No. 2 above to ensure an 8-second flash period prior to the start of major 34 street green. A power interruption of less than 475 plus or minus 25 35 milliseconds shall not cause resequencing of the controller and the signal 36 displays shall re-energize without change. Type 170 controllers shall re- 37 energize consistent with No. 2 above after a power interruption of 1.75 plus or 38 minus 0.25 seconds. The 8-second flash period will not be required. 39 40 5. Conflict Monitor. Upon sensing conflicting signals or unsatisfactory operation 41 voltages, the conflict monitor shall immediately cause the signal to revert to 42 flash; however, the controller shall stop time at the point of conflict. rafter the 43;,,. conflict-monitor has been reset, the controller shall immediately take command 44.E of the signal displays at the beginning of major street green. 45 .. 46 9-29.13(3) Emergency Preemption 47 Immediately after a valid call has been received, the preemption controls shall cause the 48 signals to display the required clearance intervals and subsequent preemption intervals. 49 Preemption shall sequence as noted in the contract. Preemption equipment shall be 50 installed so that internal wiring of the controller, as normally furnished by the 51 manufacturer, is not altered. Termination of the preemption sequence shall place a call 52 on all vehicle and pedestrian phases. Preemption indicators, if required, shall turn on 53 when the controller reaches the preempted phase. NEMA controller shall energize the 54 pre-emption indicators when the controller is in the pre-emption phase(s). For the type 55 170, 2070, ATC, 2070 Lite controllers, the pre-emption indicators shall be energized 56 when the pre empt detector registers the pre empt request call. 57 58 9-29.13(4) Wiring Diagrams 59 Schematic wiring diagrams of the controllers and auxiliary equipment shall be submitted 60 when the controllers are delivered. The diagram shall show in detail all circuits and SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 158 1 parts. The parts shall be identified by name or number in a manner readily interpreted. 2 One; reproducible m lar or two microfilms and four copies of the cabinet whin diagram 3 and component wiring diagrams shall be furnished with each cabinet and if requested 4 by the Engineer on a high density disk or CD. The schematic drawing shall consist of a 5 single sheet, detailing all circuits and parts, not to exceed 52 inches by 72 inches The 6 cabinet wiring diagram shall indicate and identify all wire terminations, all plug 7 connectors, and the locations of all equipment in the cabinet. Included in the diagram 8 shall be an intersection sketch identifying all heads, detectors, and push buttons and a 9 phase diagram. 10 11 9-29.13(5) Vacant 12 13 9-29.13(6) Radio Interference Suppressers 14 All traffic signal controllers, flashers, or other current-interrupting devices shall be 15 equipped with radio interference suppressers installed at the input power point. 16 Interference suppressers shall be of a design which will minimize interference in both 17 broadcast and aircraft frequencies, and shall provide a minimum attenuation of 50 i� 18 decibels over a frequency range of 200 kilocycles to 75 megacycles when used in 19 connection with normal installations. The interference filters furnished shall be 20 hermetically sealed in a substantial case filled with a suitable insulating compound. 21 Terminals shall be nickel plated, 10-24 brass studs of sufficient external length to 22 provide space to connect two No. 8 AWG wires, and shall be so mounted that they 23 cannot be turned in the case. 24 25 Ungrounded terminals shall be insulated from each other and shall maintain a surface 26 leakage distance of not less than 1/4 inch between any exposed current conductor and 27 any, other metallic parts with an insulation factor of 100-200 megohms dependent on 28 external circuit conditions. 1 29 30 Suppressers shall be designed for operations on 50 amperes, 125 volts, 60 cycles, 31 single wire circuits, and shall meet standards of the Underwriters' Laboratories and the 32 Radio Manufacturers Association. 33 34 9-2;9.13(7) Traffic-Actuated Controllers 35 All traffic signal controllers shall operate with industry standard operating 36 software installed that at a minimum has the following: 37 38 1. Defined phases, minimum of 8 each. 39 40 2. Has manufacturer designed single or 2 ring operation minimum. 41 42 3. A minimum of 16 overlaps, including 4 each minus pedestrian overlaps. 43 44 4. Defined intervals, min green, walk, flash don't walk, passage, gap, minimum 45 gap, simultaneous gap out, volume density, yellow clearance, all red 46 clearance, Maximum I, Maximum II. 47 48 Traffic-actuated controllers shall be electronic devices which, when connected to traffic 49 detectors or other means of actuation, or both, shall operate the electrical traffic signal 50 system at one or more intersections. 51 52 All solid-state electronic traffic-actuated controllers and their supplemental devices shall 53 employ digital timing methods. 54 55 Control equipment shall conform to 9-29.13. 56 57 Actuated traffic signal controllers shall be 8-phase minimum control units. Volume- 58 density timing features shall be provided on all controllers. 59 SW 7TH ST/LIND AVE SW SIGNALIZ'ATION 7TH-LINE) 159 1 Every pin of every connecting plug shall be utilized as described within the NEMA 2 requirement, except that those pins identified as "spare" or"future" shall remain unused. 3 Controller interchangeability between NEMA controllers of any and all approved makes 4 is mandatory, and demonstration of interchangeability will be a portion of the State 5 Materials Laboratory testing. 6 7 Overlaps for NEMA controllers may be accomplished by programming of sofware or byl 8 use of NEMA overlap boards. If a manufacturer elects to utilize the software method, 9 they may be required to furnish an overlap board with each signal controller which will 10 allow substitution of controllers using the alternated method of overlaps. 11 12 NEMA controllers shall provide indications for vehicle call and pedestrian cell that can 13 be viewed simultaneously with indications for timing intervals. Controllers shall provide 14 indications for timing intervals in both rings that can be viewed simultaneously. (Reason i 15 for green termination shall be displayed simultaneously with other timing data. 16 17 All controllers shall provide a "simultaneous gap out" feature. This feature allows 18 retiming a gap from a green rest upon an actuation. 19 20 9-29.13(7)A Environmental, Performance, and Test Standards for Solid- 21;­ State Trafific Controllers 22 The scope of this specification includes the controller assembly of solid-state design 23 installed in a weatherproof controller cabinet. The controller assembly includes the 24 cabinet, controller unit, load switches, signal conflict monitoring circuitry, acces�soly logic 25 circuitry, AC line filters, vehicle detectors, coordination equipment and interface, and 26 preemption equipment. NEMA control assemblies shall meet or exceed current NEMA 27 Environmental Standards and TS 1 Standards. Normal operation will be required while 28 the control assembly is subjected to any combination of high and low environmental 29 limits (i.e. low voltage at high temperature with high repetition noise transients). All other 30 control equipment testing shall be tested to Caltrans Transportation Electrical 31 Equipment Specifications (TEES) dated November 19, 1999. 32 33 9-29.13(7)B Auxiliary Equipment for NEMA Controllers 34 The following auxiliary equipment shall be furnished and installed in each cabinet for 35 NEMA traffic-actuated controllers: 36 37 1. A solid-state Type 3 NEMA flasher with flash-transfer relay which will cut in the 38 flasher and isolate the controller from light circuits. See Section 9-29.13(2) for 39 operational requirements. 40 41 2. Modular solid state relay load switches of sufficient number to provide for each 42 vehicle phase (including future phases if shown in the plans), each pedestrian 43 phase and preemption sequence indicated in the contract. Type P & R 44 cabinets shall include a fully wired 16-position back panel. Solid-state load 45­` switches shall conform to NEMA standards except only optically isolated load 46 switches will be allowed. Load switches shall include indicator lights on the 47 input circuits. 48 49 3. A power panel with: 50 51 a. A control-display breaker sized to provide 125 percent Dve:rload 52 protection for all control equipment and signal displays, 30 ampere 53 minimum. 54 55 b. A 20 ampere accessory breaker wired parallel to the control display 56 breaker. The breaker will carry accessory loads, including vent fan, 57 cabinet light, plug receptacle, etc. 58 59 c. A busbar isolated from ground and unfused for the neutral side of 60 power supply. SW 7TH ST/UND AVE SW SIGNALIZATION 7TH_LIND 160 2 d. A radio interference suppresser to the output side of the control 3 display breaker. See Section 9-29.13(6) for other requirements. 1 4 5 e. A transient voltage protection device connected to the controller 6 power circuit for protection against voltage abnormalities of 1 cycle or 7 less duration. The protector shall be a solid state high energy circuit 8 containing no spark gap, gas tube, or crow bar component. The 9 current rating of the device shall be 15 amps minimum. The device 10 shall provide transient protection between neutral and ground, line 11 and ground, as well as line and neutral. If the protection circuits fail, 12 they shall fail to an open circuit condition. The device shall meet all 13 requirements of UL standard 1449. The suppressed voltage rating 14 shall be 600 volts or less when subjected to an impulse of 6,000 volts, 15 3,000 amp source impedance, 8.0/20 microsecond waveform as 16 described in UL 1449. In addition, the device shall withstand, without 17 failure or permanent damage, one full cycle at 264 volts RMS. The 18 device shall contain circuitry to prevent self-induced regenerative 19 ringing. There shall be a failure warning indictor light which shall 20 illuminate when the device has failed and is no longer operable. 21 22 f. Cabinet ground busbar independent (150K ohms minimum) of 23 neutral. 24 25 4. A police panel located behind the police panel door with a flash automatic 26 switch and a control-display power line on-off switch. See Section 9-29.13(2) 27 for operational requirements. 28 1 29 5. An auxiliary control panel located inside the controller cabinet with a flash- 30 automatic switch and a controller on-off switch. See Section 9-29.13(2) for 31 operational requirements. A three wire 15 ampere plug receptacle with 32 grounding contact and 20 ampere ground fault interrupter shall also be >� 33 provided,on the panel. 34 35 6. A conflict monitor conforming to NEMA standards. See Section 9-29.13(2) for 36 operational requirements. The unit shall monitor conflicting signal indications at 37 the field connection terminals. The.unit shall be wired in a manner such that 38 the signal will revert to flash if the conflict monitor is removed from service. 39 40 . Supplemental loads not to exceed 10 watts per monitored circuit or other 41 means, shall be provided to prevent conflict monitor actuation caused by 42 dimming or lamp bum-out. Supplemental loads shall be installed on the control 43 side of the field terminals. Conflict monitors shall include a minimum of one 44 indicator light for each phase used. The monitoring capacity of the unit shall be 45 compatible with the controller frame size. Conflict monitors shall include a 46 program card. 47 48 7. A Display Panel" when noted in the contract. The display panel shall depict a 49 generic eight-phase operation. The panel shall be mounted on the inside of the 50 front cabinet door and the mounting shall be of a design that allows positioning 51 of the panel in four orientations 90 degrees from each other. The mounting 52 shall be removable without use of any tools. Incandescent red, yellow, green, 53 walk and don't walk indicator lights shall be provided for each phase. The 54 indicator lights shall be connected to the associated field terminals. The 55 connecting cable shall be long enough to allow for any mounting orientation. 56 No diodes will be allowed in the display panel. A means of disconnecting all 57 wiring entering the panel shall be provided. Switches shall be provided on the 58 panel with labels and functions as follows: 59 SW 7TH ST/LIND AVE SW SIGNALIZ:ATION ') 7TH_LI N D 161 i � 1 a. Display On — Signal indicator lamps will display the operation of the 2 intersection. 3 4 b. Test—All indicator lamps shall be energized. 5 6 c. Display Off—all signal indicator lamps shall be de-energized. 7 8 A "Detector Panel" The panel shall be mounted on the inside of the front 9 cabinet door. The detector panel may be constructed as a single unit or it may 10 be constructed as a combined unit with the "Display Panel" if a "Display Panel" 11 is required in the contract. Detector switches with separate operate, test, and 12 off positions shall be provided for each field detector input circuit. A high 13 intensity light emitting diode (LED) shall be provided for each switch. The lamp 14 shall energize upon vehicle, pedestrian or test switch actuation. The test switch a 15 shall provide a spring loaded momentary contact that will place a call into the 16 controller. When in the OFF position, respective detector circuits will be 17 disconnected. In the operate position, each respective detector circuit shall 18 operate normally. Switches shall be provided on the panel with labels and 19 functions as follows: 20 21 a. Display On — Detector indicator lights shall operate consistent with 22 their respective switches. 23 b. Display Off—detector indicator lights shall be de-energized. 24 25 A means of disconnecting all wiring entering the panel shall be provided. 26 27 The disconnect shall include a means to jumper detection calls when the 28 display panel is disconnected. All switches on the panel shall be marked with 29 its associated plan detector number.All markers shall be permanent 30 31 8. Insulated terminal blocks of sufficient number to provide a termination for all 32 field wiring. A minimum of 12 .spare terminals shall be provided. Terminal , 33 blocks shall be 600 volt, heavy duty, barrier type, except loop detector lead-ins, 34 which may be 300 volt. Each terminal shall be provided with a field-side and a 35 control-side connector separated by a marker strip. The marker strip shall bear 36 the circuit number indicated in the plans and shall be engraved. Each 37 connector shall be a screw with No. 10 g type post capable of accepting no less 38 than three No. 12 AWG wires fitted with spade tips. 39 40 9. A vent fan with adjustable thermostat. The minimum CFM rating of the'fan shall 41 exceed three times the cabinet volume. 42 43 10. An incandescent or fluorescent interior cabinet light mounted at the top of the 44-H- enclosure with door switch to automatically energize when the door opens. The 45 light shall be installed a minimum of 12 inches from the vent fan thermostat. 46 The switch shall be labeled "light." 47 48 11. All wiring within the cabinet, exclusive of wiring installed by the signal controller 49 manufacturer, shall have insulation conforming to the requirements of Section 50 9-29.3. Cabinet wiring shall be trimmed to eliminate all slack and shall be laced 51 or bound together with nylon wraps or equivalent. All terminals, shall be 52 numbered and permanently identified with PVC or polyolefin wire marking 53 sleeve consistent with the cabinet wiring diagram provided by the signal 54 controller manufacturer and the contract. The cabinet will be completely wired 55 so that the only requirement to make a field location completely operational-is 56 to attach field power and ground wiring. Internal cabinet wiring shall not utilize 57 the field side connections of the terminal strip intended for termination of field 58 wires. 59 SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 162 1 12. One reproducible mylar or two microfilms and four copies of the cabinet wiring 2 diagram and component wiring diagrams shall be furnished with each cabinet. 3 Each cabinet shall be equipped with a, shelf mounted roll out drawer mounted 4 directly below the controller to house one or more cabinet wiring diagrams. The 5 cabinet wiring diagram shall indicate and identify all wire terminations, all plug 6 connectors, and the locations of all equipment in the cabinet. Included in the 7 diagram shall be an intersection sketch identifying all heads, detectors, and 8 push buttons; and a phase diagram. 9 10 13. Each vehicle detector amplifier, video detection out put channel pedestrian call 11 isolation unit, phase selector, discriminator, and load switch shall be identified 12 with semi-permanent stick-on type label. The following information shall be 13 included: 14 15 a. Vehicle Detector Amplifier Channel 16 1. Loop number 17 2. Assigned phase(s) 18 b. Ped Call Isolation Unit 19 1. Push button number 20 2. Assigned phase(s) 21 c. Load Switches 22 1. Signal head number 23 2. Assigned phase(s) 24 d. Phase Selectors 25 1. Circuit Letter 26 2. Phase(s) called 27 28 The label shall be placed on the face of the unit. It shall not block any switch, 29 light, or operational words on the unit. The lettering on this label shall be neat, 30 legible, and easily read from a distance of approximately 6 feet. 31 32 9-2!9.13(7)C Auxiliary Equipment for Type 170E, 2070, 2070 Lite, ITS/ATC 33 Controllers 34 The following requirements apply to required auxiliary equipment furnished with Type 35 170E, 170E-HC-11, 2070, 2070 Lite,ATC controller cabinets: 36 37 Flashers, flash transfer relays, conflict monitor, AC isolators, DC isolators, 38 discriminator modules, program modules, modem modules, load switches, 39 breakers, buses, police panel switches, receptacle requirement, vent fan and 40 auxiliary control panel switches shall conform to the requirements noted in the 41 California Department of Transportation document entitled "Traffic Signal Control 42 Equipment Specifications", specified in Section 9-29.13(7). 43 44 Flashing operation shall conform to Section 9-29.13(2), except the 8-second flash 45 period described in Item 2 of that section will not be required. Emergency 46 preemption shall conform to Section 9-29.13(3). 47 48 The requirements for radio interference suppressor, transient voltage protection, 49 terminal blocks, cabinet light (florescent only), cabinet wiring, wiring diagram and 50 equipment labeling are the same as previously noted for the NEMA control 51 assemblies. 52 53 Input and output terminals shall be installed with a marking strip with field wire 54 numbers noted in the contract embossed on the strip. All cabinet and field 55 conductor shall have a PVC or polyolefin wire marking sleeve installed, matching 56 the input and output terminals above. 57 58 The input panel terminal blocks TB 2 through TB 9 and associated cable to the 59 input files as described in California Department of Transportation document 60 entitled "Traffic Signal Control Equipment Specifications" dated November 19, 1999 I SW 7TH ST/LIND AVE SW SIGNALIZATION �� 7TH_LIND 163 1 shall be provided in all control assemblies. The alternate raceway specified in 2 Chapter 18 will not be allowed. 3 4 Supplemental load requirements to prevent conflict monitor actuation on lamp 5 burnout are the same as previously noted for NEMA control assemblies. 6 7 A "Display Panel", conforming to the requirements previously noted for the NEMA 8 control assemblies shall be provided when noted in the contract. 9 10 A"Detection Panel" conforming to the requirements previously noted for the NEMA 11 control assemblies shall be provided except the panel shall be a separate unit from 12 the "Display Panel."The panel shall be rack mounted above the controller and shall 13 conform to details in the contract. 14 15 A "Detector Termination and Interface Panel" shall be provided. When viewing the 16 cabinet from the back, the panel shall be located on the upper left hand side of the 17 cabinet. The panel shall be electrically located between the "Detector Panel" and 18 the C-1 connector. The panel shall utilize insulated terminal blocks and each 19 connector shall be a screw type with post. 20 - 21 A print holder rollout drawer shall be provided. The drawer shall be rack mounted 22 below the controller. 23 24 A "DB-9" socket shall be mounted on the rack facing the front door of the cabinet 25 and shall be easily accessible when the front door is open. The socket shall provide ' 26 a communication Interface between a personal computer and the C-20S connector 27 on the back of the controller. The appropriate cable and C-20 plug connector shall 28 be part of this assembly to provide ease of connection to the controller. 29 30 A C-2 plug with 6 feet of 22 AWG 4 conductor shielded cable shall be provided in 31 each cabinet. The cable shall be terminated on positions 3, 4, and 6 of the TB 32 terminal block. 33 34 An "Absence Of Red Programming Assembly" shall be provided. There shall be 35 provided on the back panel of the output file, 16 accessible jumper plug attachment 36 areas, made up of three male pins per position (one set of three, for each conflict 37 monitor channel). Each jumper plug shall be a three position Molex style connector, 38 using crimped wire pins. Two female pins shall be installed in each jumper plug, 39 one attached to each end of a single wire. These pins shall be installed in the 40 connector, one on the center position and one in either outer position of the plug. It 41 shall be possible, b inserting nd positioning one of the 16 jumper plugs on the 42 right two pins on the monitor board, to apply 120 VAC into a corresponding channel 43— of the conflict monitor red channels. The connection between the absence of red 44 programming board and the 210 plus conflict monitor shall be accomplished via a 4 20 In ribbon cable and the industry standard P-20 connector, that attaches on the 5 , 46 front panel of the monitor. It shall be possible, by inserting and positioning one of 47 the 16 jumper plugs on the two left pins on the monitor board, to enable the red 48 monitor on the corresponding channel (phase). There shall be installed on the 49 absence of red programming assembly a red enable disconnect relay, that controls 50 the 120 VAC red enable signal into the 210 plus monitor. During normal operation, 51 the normally closed contacts of this relay shall supply 120 VAC into the reel enable 52 input of the monitor. When energized, this red enable signal shall be removed from 53 the input disabling red monitoring. The relay shall be energized by the 54 corresponding Cl pin connection, as required by the local software, to Indicate that 55 the assembly is in processor flash. 56 57 9-29.13(7)D NEMA Controller Cabinets 58 Each traffic-actuated NEMA controller shall be housed in a weatherproof cabinet 59 conforming to the following requirements: 60 SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 164 1 1. Construction shall be of 0.073-inch minimum thickness series 300 stainless 2 steel or 0.125 minimum thickness 5052 H32 ASTM B209 alloy aluminum. The 3 stainless steel shall be annealed or one-quarter-hardness complying with 4 ASTM A666 stainless steel sheet.—Cabinets may be finished inside with an 5 approved finish coat of exterior white enamel the outside of aluminum cabinets 6 shall be clear anodized or as shown in the contract. 7 8 2. The cabinet shall contain shelving, brackets, racks, etc., to support the 9 controller and auxiliary equipment. All equipment shall set squarely on shelves 10 or be mounted in racks and shall be removable without turning, tilting, or 11 rotating or relocating one device to remove another. 12 13 3. The cabinet shall be of adequate size to properly house the controller and all 14 required appurtenances and auxiliary equipment in an upright position with a 15 clearance of at least 3 inches from the vent fan and filter to allow for proper air 16 flow. In no case shall more than 70 percent of the cabinet volume be used. 17 There shall be at least a 2-inch clearance between shelf mounted equipment 18 and the cabinet wall or equipment mounted on the cabinet wall. 19 20 4. The cabinet shall have an air intake vent on the lower half of the front door, 21 with a 12 inch by 16 inch by 1 inch removable throw away filter, secured in 22 place with a spring-loaded framework. 23 24 5. The cabinet door(s) shall be provided with: 25 26 a. A spring loaded construction core lock capable of accepting a Best 27 type CX series six segment core installed by others. Formed cabinets 28 shall have a three point latch. 29 30 b. A police panel assembly shall be installed in the front door and shall 31 have a stainless steel hinge pin and a lock. Two police keys with 32 shafts a minimum of 1 3/4 inches long shall be provided with each 33 cabinet. 34 35 c. All doors and police panel door shall have one piece closed cell, 36 neoprene gaskets. 37 38 d. A two position doorstop assembly. 39 40 9-29.13 (7)E Type 170E, 170E-HC-11, 2070, 2070 Lite, ATC Controller 41 Cabinets 42 The above controllers shall be housed in a Models 332, Double 332, 336, 336S, 303 43 ITS/ATC cabinets, or as specified in the contract. The surfaces of the cabinet shall be 44 clear anodized. Each door shall be furnished with a construction core lock conforming to 45 9-29.13 (7)D 5a, b and c above. A police panel with door, stainless steel hinge pin and 46 lock shall be provided. Two police keys with shafts a minimum of 1 3/4" long shall be 47 provided with each cabinet. Each of these cabinets shall be furnished with Auxiliary 48 equipment described in 9-29.13(7)C. Type 334 cabinets for traffic data station controller 49 furnished shall meet Current Caltrans 170E specifications, as stated in Standard 50 Specifications 9-29.13(7) and as follows. Camera control and DMS local control 51 cabinets shall contain the equipment shown in the Plans. The cabinet shall have the 52 same external physical dimensions and appearance of Model 334 cabinets. 53 54 1. The cabinet shall be fabricated of stainless steel or clear anodized sheet 55 aluminum in accordance with Section 9-29.13(7)D, Item number 1. Painted 56 steel or painted aluminum is not allowed. 57 58 2. Cabinet doors shall have a three-point latch and two-position stop assembly 59 with spring loaded construction core lock capable of accepting a Best lock 60 company type, with 6-pin CX series core. The Contractor shall supply red or SW 7TH ST/LIND AVE SW SIGNAL 12ATION 'I 7TH_LIND 165 i 1 blue construction cores. Upon contract completion, the Contractor shall deliver 2 two master keys to the Engineer. 3 4 3. Field wire terminals shall be labeled in accordance with the Field Wiring 5 Chart. 6 4. Two shatterproof fluorescent interior cabinet lights with self-staring, ballast 7 shall be furnished, one fixture mounted on the rear rack near the top and thel 8 second mounted at the top of the front rack. Door switches shall aLitornatically 9 turn on both lights when either door is opened. 10 11 5. One controller unit shelf, which attaches to the front rails of the EIA rack, shall 12 be provided in lieu of the two controller unit support angles. The shelf shall be 13 fabricated from aluminum and shall be installed such that it does not interfere 14 with access to any terminal block. The shelf shall contain a rollout flip-top 15 drawer for storage of wiring diagrams and manuals. 16 17 A disposable paper filter element of at least 180 square inches shall be provided in lieu 18 of a metal filter. 19 20 The cabinet shall be equipped with an electric strip heater with a rating of 100 watts and 21 120 VAC, and a ventilation fan meeting the requirements specified in Caltrans 170 = 22 specification. The strip heater shall be shielded in a manner that prevents damage to 23 nearby electrical cables. 24 25 The fan and strip heater shall be controlled by a high-low adjustable thermostat: which 26 can be set to ensure the cabinet interior temperature remains between 60°F and 120°F 27 28 All Traffic Data and Ramp Meter Cabinets shall include the following accessories: 29 30 1. Each cabinet shall be equipped with a fully operable controller equipped as 31 specified in these Special Provisions. 32 33 2. Two input files, except on Type 303 and 336 cabinet shall be! supplied, each 34 using 133 millimeters of rack height. 35 36 3. Power Distribution Assembly shall be PDA#3 as detailed in the January 1989 ' 37 CALTRANS 170 specification, with all current amendments. 38 39 The PDA#3 shall contain three Model 200 Load Switches. 40 41 A transient voltage protection device shall be provided, which plugs into the 42 controller unit receptacle and in turn accepts the controller plug and meets the 43 electrical requirements of Section 9-29.13(7)B(3) item e. 44 45 A second transfer relay, Model 430, shall be mounted on the rear of the PDA 46 #3 and wired as shown in the Plans. 47 48 4. Police Panel shall contain only one DPDT toggle switch. The switch shall be 49 labeled POLICE CONTROL, ON-OFF. 50 51 5. Display Panel 52 53 A. General: 54 Each cabinet shall be furnished with a display panel. The panel shall be 55 mounted, showing and providing detection for inputs and specified 56 controller outputs, at the top of the front rack above the controller unit. The 57 display panel shall be fabricated from brushed aluminum and constructed 58 according to the detail in the Plans. 59 60 B. Text: SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH LIND 166 ' 1 All text on the display panel shall be black in color and silk screened 2 directly to the panel except the Phenolic detector and cabinet nameplates. 3 A nameplate for each loop shall be engraved with a V4 inch nominal text 4 according to the ITS Field Wiring Charts . The nameplates shall be d� 5 permanently affixed to the display panel. 6 7 C. LEDs: 8 The LEDs for the display panel shall meet the following specifications: 9 10 Case size T 1-3/4 11 Viewing angle 50° minimum 12 Brightness 8 Milli candelas 13 14 LEDs with RED, YELLOW or GREEN as part of their labels shall be red, 15 yellow or green in color. All other LEDs shall be red. All LEDs shall have 16 tinted diffused lenses. 17 18 D. Detector Display Control Switch: 19 Each display panel shall be equipped with one detector display control 20 switch on the panel with labels and functions as follows: 21 22 ON 23 Detector display LEDs shall operate consistent with their separate 24 switches. 25 26 OFF 27 All detector indicator LEDs shall be de-energized. Detector calls shall 28 continue to reach the controller. ' 29 30 TEST 31 All detector indicator LEDs shall illuminate and no calls shall be 32 placed to the controller. 33 34 E. Advance Warning Sign Control Switch: 35 Each display panel shall be equipped with one advance waming sign 36 control switch on the panel with labels and functions as follows: 37 38 AUTOMATIC 39 Sign Relay shall energize upon ground true call from controller. 4 41 1 SIGN OFF 42 Sign Relay shall de-energize. 43 44 SIGN ON 45 Sign Relay shall energize. 46 47 F. Sign Relay: 48 The sign relay shall be plugged into a socket installed on the rear of the 49 display panel. The relay shall be wired as shown in the Plans. The relay 50 coil shall draw (or sink) less than 50 milliamperes from the 170E controller ' 51 and have a DPDT contact rating not less than 10 amperes. A 1N4004 52 diode shall be placed across the relay coil to suppress voltage spikes. The 53 anode terminal shall be connected to terminal #7 of the relay as labeled in 54 the Plans. The relay shall energize when the METERING indicator LED is 55 lit. 56 57 G. Detector Input Indicators: 58 One display LED and one spring-loaded two-position SPST toggle switch 59 shall be provided for each of the 40 detection inputs. These LEDs and 60 switches shall function as follows: SW 7TH ST/LIND AVE SW SIGNALIZATION �II 7TH_LI N D 167 1 2 TEST 3 When the switch is in the test position, a call shall be placed to the 4 controller and energize the associated LED. The switch shall 5 automatically return to the run position when it is released. 6 7 RUN 8 In the run position the LEDs shall illuminate for the duration of each 9 call to the controller. 10 11 H. Controller Output Indicators: 12 The display panel shall contain a series of output indicator LEDs mounted 13 below the detection indicators. The layout shall be according to the detail 14 in the Plans. These LEDs shall illuminate upon a ground true output from 155 the controller via the C5 connector. 17 The output indicator LEDs shall have resistors in series to drop the voltage 18 from 24 volts DC to their rated voltage and limit current below their rated 19 current. The anode connection of each LED to +24 t VD., shall be wired 20 through the resistor. 21 22 I. Connectors: 23 Connection to the display panel shall be made by three connectors, one 24 pin (labeled P2) and one socket (labeled P1) and one labeled C5. The P1 25 and P2 connectors shall be 50-pin cannon D series, or equivalent 50 pin 26 connectors and shall be compatible such that the two connectors can be 27 connected directly to one another to bypass the input detection. Wining for 28 the P1, P2 and C5 connectors shall be as shown in the Plans. III 29 _ 30 The Contractor shall install wire connectors P1, P2, C1P, C2, C4, C5 and 31 C6 according to the pin assignments shown in the Plans. 32 33 6. Model 204 Flasher Unit 34 Each Model 334 ramp meter cabinet shall be supplied with one Model 204 sign 35 flasher unit mounted on the right rear side panel. The flasher shall be powered 36 from T1-2. The outputs from the flasher shall be wired to T1-5 and T1-6. 38 7. Fiber Optic Patch Panel 39 The contractor shall provide and install a rack-mounted fiber optic patch panel 40 as identified in the Plans. 41 42 Cabinet Wiring 43 1. Terminal blocks TB1 through T139 shall be installed on the Input Panel. 44-,_ Layout and position assignment of the terminal blocks shall be as noted in 45 ;; the Plans. 46 47 Terminals for field wiring in traffic data and/or ramp metering controller t 48 cabinet shall be labeled, numbered and connected in accordance with the 49 following: 50 51 Terminal Terminal and Connection 52 Block Pos. Wire Numbers Identification 53 54 TBS 501-502 AC Power, Neutral 55 571 Neutral 56 T1-2 641 Sign on 57 T1-4 643 Sign off 58 T1-5 644 Flasher Output NC: 59 T1-6 645 Flasher Output NO 60 T4-1 631 Lane 3 - Red SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 168 1 T4-2 632 Lane 3 -Yellow 2 T4-3 633 Lane 3 - Green 3 T4-4 621 Lane 2 - Red 4 T4-5 622 Lane 2 -Yellow 5 T4-6 623 Lane 2 - Green 6 T4-7 611 Lane 1 - Red 7 T4-8 612 Lane 1 -Yellow 8 T4-9 613 Lane 1 - Green 9 10 Loop lead-in cables shall be labeled and connected to cabinet terminals 11 according to the ITS Field Wiring Chart. This chart will be provided by the 12 Engineer within 20 days of the Contractor's request. 13 14 9-29.14 Vacant r 15 16 9-29.15 Flashing Beacon Control 17 Flashers shall conform to the latest NEMA publication, and shall be solid state. When 18 used as a beacon control, they shall be jack mounted and installed in raintight aluminum 19 or hot dipped galvanized steel cabinet. 20 21 9-29.16 Vehicular Signal Heads 22 Each signal head shall be of the adjustable, vertical type with the number and type of 23 lights detailed in the contract; shall provide a light indication in one direction only; shall 24 be adjustable through 360 degrees about a vertical axis; and shall be mounted at the 25 location and in the manner shown in the plans. Except for optically programmed signal 26 heads, all vehicular signal heads at any one intersection shall be of the same make and 27 type. 28 29 9-29.16(1) Optically Programmed, Adjustable Face, 12 Inch Traffic Signal 30 The signal shall permit the visibility zone of the indication to be determined optically and 31 require no hoods or louvers. The projected indication may be selectively visible or veiled 32 anywhere within 15 degrees of the optical axis. No indication shall result from external 33 illumination, nor shall one light unit illuminate a second. The display shall be maintained 34 from 85 VAC to 130 VAC. 35 36 9-29.16(1)A Optical System 37 The components of the optical system shall comprise: 38 39 1. Lamp, 40 2. Lamp Collar, 41 3. Optical Limiter-Diffuser, and 42 4. Objective Lens. 43 44 The lamp shall be nominal 150 watt, 120 volt AC, three prong, sealed beam having an 45 integral reflector with stippled cover and an average rated life of at least 6,000 hours. 46 The lamp shall be coupled to the diffusing element with a collar including a specular 47 inner surface. The diffusing element may be discrete or integral with the convex surface 48 of the optical limiter. 49 50 The optical limiter shall provide an accessible imaging surface at focus on the optical 51 axis for objects 900 to 1,200 feet distant, and permit an effective veiling mask to be 52 variously applied as determined by the desired visibility zone. The optical limiter shall be 53 provided with positive indexing means and composed of heat-resistant glass. 54 55 The objective lens shall be a high resolution planar incremental lens hermetically sealed 56 within a flat laminant of weather resistant acrylic or approved equal. The lens shall be 57 symmetrical in outline and may be rotated to any 900 orientation about the optical axis 58 without displacing the primary image. 59 SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 169 1 The optical system shall accommodate projection of diverse, selected indicia to 2 separate portions of the roadway such that only one indication will be simLultaneously 3 apparent to any viewer after optically limiting procedures have been accomplished. They 4 projected indication shall conform to ITE transmittance and chromaticity, standards. 5 6 9-29.16(1)B Construction 7 Die cast aluminum parts shall conform to ITE alloy and tensile requirements and have a 8 chromate preparatory treatment. The exterior of the signal case, lamp housing, and 9 mounting flanges shall be finished with a high quality, baked enamel prime and finish 10 paint. 11 12 The lens holder and interior of the case shall be optical black. 13 14 Signal case and lens holder shall be predrilled for backplates and visors. Hinge and 15 latch pins shall be stainless steel. All access openings shall be sealed with weather 16 resistant rubber gaskets. 17 18 Backplates shall conform to ITE material requirements and include a chromate 19 preparatory treatment and optical black on all surfaces. 20 21 9-29.16(1)C Mounting 22 The signal shall mount to standard 1 1/2 inch fittings as a single section, as a multiple 23 section face, or in combination with other signals. The signal section shall be provided 24 with an adjustable connection that permits incremental tilting of at least 0° to W-above 25 or below the horizontal while maintaining a common vertical axis throuclh couplers and 26 mounting. Terminal connection shall permit external adjustment about the mounting axis 27 in five degree increments. The signal shall be mountable with ordinary tools and 28 capable of being serviced with no tools. 29 30 Attachments such as visors, backplates, or adapters shall conform and readily fasten to 31 existing mounting surfaces without affecting water and light integrity of the signal. 32 33 9-29.16(1)D Electrical 34 The lamp fixture shall be comprised of a separately accessible housing and integral 35 lamp support, indexed ceramic socket, and self-aligning, quir=k release lamp retainer. 36 The electrical connection between case and lamphousing shall be accomplished with an j 37 interlock assembly which disconnects lamp holder when opened. Each signal section 38 shall include a covered terminal block for clip or screw attachment of lead wires. 39 Concealed No. 18 AWG-AWM, stranded and coded wires shall interconnect all sections 40 to permit field connection within any section. 41 42 9-29.16(1)E Photo Controls 43. . Each signal section shall include integral means for regulating its intensity between 44- limits as a function of individual background illumination. Lamp intensity shall not be less 45 than 97 percent of uncontrolled intensity at 1,000 ft-c ambient and shall reduce, to 15 46 plus or minus 2 percent of maximum at less than 1 ft-c ambient. Response shall be 47 proportional and essentially instantaneous to any detectable increase of illumination 48 from darkness to 1,000 ft-c ambient and damped for any decrease from '100 ft—c 49 ambient. 50 51 The intensity controller shall comprise an integrated, directional light, sensing and 52 regulating device interposed between lamp and line wires. It shall be compatible with 60 53 Hz input and responsive within the range 105 VAC to 135 VAC. Output may be phase 54 controlled, but the device shall provide a nominal terminal impedance of 1,200 ohms 55 open circuit and a corresponding holding current. 56 57 9-29.16(1)F Installation 58 The signal shall be installed, directed, and veiled in accordance with published 59 instructions and the project visibility requirement. Each section of the :signal shall be 60 masked with prescribed materials in an acceptable and workmanlike manner. SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH LIND 170 1 2 9-29.16(2) Conventional Traffic Signal Heads 3 4 9-29.16(2)A Optical Units 5 Light Emitting Diode (LED) light sources are required for all red and green displays. 6 LED light sources for yellow displays are required as specified in the contract. LED light 7 sources must conform to the current Vehicle Traffic Control Signal Heads, Part 2 8 (VT'CSH2) ITE Specification and the following requirements: 9 10 1. Wattage (Maximum): 12 inch red, yellow and green ball displays - 25 W 12 11 inch red, yellow and green arrow displays - 15W 8 inch red, yellow and green 12 ball displays - 15W 13 14 2. Voltage: The operation voltages shall be between 85 VAC and 130VAC. 15 16 3. The LED display shall be a module type and shall replace the lens, socket, 17 bail, reflector and be directly connected to the terminal strip in the signal head. 18 19 4. Warranty: Afive-year written manufacture's warranty from date of installation 20 on parts and materials will be required. A $50.00 installation charge shall be 21 paid by the supplier to the Contracting Agency, if the display fails within one 22 year of installation. 23 24 5. Label:A label shall be provided on the LED housing. The contractor shall mark 25 the label with a permanent marker to note the installation date. 26 27 Incandescent light sources are required for yellow displays, unless otherwise specified 28 in the contract. Incandescent light sources shall conform to the current Vehicle Traffic 29 Control Signal Heads (VTCSH) ITE Specification and the following requirements: 30 31 1. Light Source: (8 inch Clear Bulb, A21ITS with brass medium base), (12 inch 32 clear bulb, P25/TS with brass medium base). �I 33 34 2. Voltage: 120 VAC. 35 36 3. Rated Initial Lumens at 120 VAC: (8 inch —550), (12 inch- 1750). 37 38 4. Minimum Initial Lumens at 120 VAC: (8 inch —550), (12 inch—1650). 39 'I 40 5. Light Center. (8 inch, 2 7/16 inch), (12 inch, 3 inch). 41 42 6. Minimum Life: 8,000 hours. 43 �I 44 7. Orientation: the bulb shall be installed with the opening between the filaments 46 up I 47 8. Operation: The bulb shall operate properly form (-40°F to 170 0F). 48 49 9. Lens: the lens material shall be phsmed glass. The lens shall be secured to 50 the housing with four noncorrosive clips. The lens shall have a neoprene JI 51 gasket making the display weather and dust tight. 52 53 10. Reflector: The reflector shall be specular aluminum with anodic coating. 54 55 11. Reflector Support: The reflector support shall be pivoted to the housing, and 56 shall be designed so that it can be swung out or easily removed without the 57 use of any tools. 58 SW 7TH ST/UND AVE SW SIGNALI ZATION 1N� 7TH_LIN D 171 1 9-29.16(2)6 Signal Housing 2 The signal head housing, or case, shall consist of an assembly of separate sections 3 expandable type for vertical mounting, substantially secured together in a weathertight 4 manner to form a unit of pleasing appearance. Each section shall house an individual 5 optical unit. 6 7 Each section shall be complete with a one-piece, corrosion-resistant aluminum alloy diet 8 cast door and shall have a nominal 8-inch or 12-inch diameter opening for the lens. 9 Each door shall be of the hinged type having two integrally cast hinge lugs and latch 10 jaw. The door shall be attached to the housing by means of two noncorrosiVE� stainless 11 steel hinge pins that are removable without the use of a special p press or tool. A 12 noncorrosive, stainless steel, threaded latch bolt and matching wing nut shall provide for 13 opening and closing the door without the use of any special tools. Each door shall have 14 a cellular neoprene gasket around the entire outer edge of the door, which, when the 15 door is closed, shall make a positive weather and dust-tight seal. Each door shall have 16 four tapped holes spaced about the circumference of the lens opening with four 17 noncorrosive screws to accommodate the signal head visors. Each door shall have 18 some device such as washers, clips, or keys, or be constructed so as to keep it from 19 dismounting from the housing accidentally when it is open. 20 21 _ The body of each signal section shall consist of a one piece corrosion resistant, die cast 22 aluminum alloy. Each section shall have serrated rings top and bottom so when used 23 with proper brackets, each section may be adjustable in respect to an adjoining section, 24 and the hangers may be locked securely to prevent moving. Cast integrally with the 25 housing shall be two hinge lugs and one latch jaw. The top and bottom of the housing 26 shall have an opening to accommodate standard 1 1/2 -inch pipe brackets. The sections 27 shall be so designed that when assembled, they interlock with one another forming orle 28 continuous weathertight unit. The sections shall be interchangeable and shall be dust 29 and weathertight when assembled with the door and appropriate furnished hardware. 30 31 A terminal block of an approved type shall be mounted inside at the back of the housing. 32 All sockets shall be so wired that a white wire will be connected to the shell of the :�ockE:t 33 and a wire, the color of the lens, to the bottom, or end terminal of the socket. These 34 wires shall in turn be connected to the terminal block mounted in the housing, in the 35 proper manner. The terminal block shall have sufficient studs to terminate all field wires 36 and lamp wires independently to the block with separate screws. The terminals to whic'I , 37 field wires are attached shall be permanently identified to facilitate field work. 38 39 Each lens shall be protected with a removable visor. The visor shall be tur nel type 40 unless noted otherwise in the contract. Tunnel, cap, and cut away type visors shall be 41 molded using ultraviolet and heat stabilized polycarbonate plastic or be constructed of 42 .050 inch corrosion resistant aluminum material throughout as specified in the contract 43 or as directed by the engineer. Visors shall be flat black in color inside and shall be flat 44 black or dark green on the outside. Visors shall have attaching ears for installation to thE� 45 housing door. The signal display shall have square doors. End caps shall be made from 46 aluminum or plastic material and shall be installed with fittings to provide a watertigh'. 47 seal. A bead of silicone sealant shall be applied around the perimeter of all top end cap 48 openings prior to installation of the end cap assembly. Plastic end caps shall utilize a 49 threaded stud with seal and wing-nut. Plastic end caps utilizing a metal screw that may 50 damage the cap if overtightened will not be allowed. Plastic end caps shall have the 51 same color as the signal housing. 52 53 9-29.16(2)C Louvered Visors 54 Where noted in the Contract, louvered tunnel visors shall be furnished and installed. 55 Directional louvers shall be constructed to have a snug fit in the signal visor. Louvers 56 shall be flat black, constructed of aluminum. Dimensions and arrangement of louvers 57 shall be as shown in the contract. 58 1� SW 7TH ST/LIND AVE SW SIGNALIZATION 1' 7TH_LIND 172 J �I 1 9-2;9.16(2)D Back Plates 2 Back plates shall be furnished and attached to the signal heads. Back plates shall be 3 constructed of 5 inch wide .050 inch thick corrosion resistant flat black finish, iouvered 4 aluminum as specified in the contract or as directed by the engineer . 5 6 9-2!9.16(2)E Painting Signal Heads 7 Traffic signal heads shall be finished with two coats of factory applied dark green 8 (Federal Standard 5956) baked enamel or shall be finished with a dark green oven 9 baked powder coating comprised of resins and pigments. Aluminum end caps shall be 10 painted to match the color of the signal housing. 11 �I 12 9-29.16(3) Polycarbonate Traffic Signal Heads 13 Polycarbonate signal heads shall be provided only when specifically identified in the 14 contract. With the exception of top and bottom bracket mountings, polycarbonate signal tt 15 heads shall be installed with approved reinforcing plates located in signal sections �i 16 adjacent to the mounting ardware. 9 17 18 9-2;9.16(3)A 8-Inch Polycarbonate Traffic Signal Heads 19 Polycarbonate employed in traffic signal fabrication shall tolerate an elongation prior to 20 break in excess of 90 percent. The green color shall be molded throughout the head 21 assembly. Glass lenses shall be employed in the signal heads. The optical system shall 22 be of the fixed focus type for 67 to 69 watt bulbs. The entire optical system shall be 23 sealed by a single neoprene gasket. Alzak aluminum reflectors will be permitted in 24 pol;ycarbonate traffic signal head assemblies. The signal head shall be formed to be 25 used with standard signal head mounting accessories. The optical system shall be 26 consistent with ITE requirements. 27 28 9-2;9.16(3)6 12-Inch Polycarbonate Traffic Signal Heads 29 Twelve-inch polycarbonate signal heads shall conform to all requirements of the 8-inch 30 polycarbonate signal heads except the optical system shall be designed for a 1750 31 lumlen traffic signal lamp. 32 �I 33 9-2:9.17 Signal Head Mounting Brackets and Fittings 34 Vehicle and pedestrian signal head mountings shall be as detailed in the Standard 35 Plans. Material requirements for signal head mounts are as follows: 36 37 Aluminum 38 1. Hinge fittings for Type E mount. 39 2. Arms and slotted tube fittings for Type N mount. 40 3. Tube clamp and female clamp assembly for Type N mount. 41 42 Bronze 43 1. Terminal compartments for Type A, B, C, F, H, and K mounts. 44 2. Collars for Type C, D, and F mounts. 45 3. Ell fittings for Type L and LE mounts. 46 4. Plumbizer for type M mounts 47 5. Messenger hanger and wire entrance fittings for Type P, Q, R, and S mounts. 49 6. Balance adjuster for Type Q, R, and S mounts. 50 Galvanized Steel 51 1. Washers for Type A, B, C, D, F, H, and K mounts. 52 2. Fasteners for Type A, B, E, H, and K mounts. 53 54 Stainless Steel 55 1. All set screws and cotter Keys. 56 2. Bands for Type N mount. 57 3. Hinge pins for Type E mount. 11� 58 4. Bolts, nuts and washers for Type M mount. 59 5. Bolt, nut and washers for Type L mount. 60 6. Bolts, nuts, washers, and screw buckle swivels. SW 7TH ST/LIND AVE SW SIGNALIZATION 1II, 7TH_LIND 173 1' 1 2 Steel 3 1. Center pipes, nipples, elbow and tee fittings for Type A, B, C, F H, and 1<1 4 mounts. 5 2. Multi-head mounting assemblies and spider assemblies for Type C, R., and S 6 mounts. 7 3. Nipples for Type L, LE, P, Q, R, and S mounts. 8 9 Fittings for Type N mounts shall be installed unpainted. All other hardwaro for other 10 mounts shall be painted with two coats of factory applied traffic signal green{ baked 11 enamel. 12 13 Pins for messenger hanger fittings shall be a minimum of 1/2 inch in diameter. 14 Terminal compartments for Type A, B, C, F, H, and K mounts shall contain a 12 section, 15 terminal block. 16 17 9-29.18 Vehicle Detector 18 Induction loop detectors and magnetometer detectors shall comply with current NEMA, 19 specifications when installed with NEMA control assemblies and shall comply with the 20 Califomia Department of Transportation document entitled Transportation Electrical 21 Equipment Specifications,' specified in Section 9-29.13(7) when installed with Type 170 22 2070, 2070 Lfte, ITS/ATC control assemblies. 23--'- 24 9-29.18(1) Induction Loop Detectors 25 When required in the contract, amplifier units shall be provided with supplemental timing 26 features identified as follows: 27 28 1. Delay Timing. When delay timing is required, the unit shall delay detector 29 output for up to 15 seconds minimum, settable in one second maximum 30 intervals. 31 32 2. Delay Timing With Gate. When delay timing with gate is required, the unit shall 1 33 provide delay timing features as noted above with the additional capability of 34 inhibiting delay timing when an external signal is applied. 35 36 3. Extension Timing. When extension timing is required, the unit shall extend the , 37 detector output for up to 7 seconds minimum, settable in 0.5 second minimum 38 intervals. 39 40 4. Delay and Extension Timing With Gate. When delay and extension timing with i 41 gate is required, the unit shall provide both delay and extension timing features 42 as noted above with the additional capability of inhibiting delay while enabling 43 extension upon application of an external signal. Without external signal, the 44 unit shall inhibit extension and enable delay. 45 46 9-29.18(2) Magnetometer Detectors 47 Magnetometer detector units and sensors shall conform to the following specifications: 48 49 1. Operation. The magnetometer detector unit shall respond to changes in the 50 earth's local magnetic field caused used by the passage of a vehicle containing iron 51 or steel over the sensor unit. , 52 53 2. Environmental Requirements. Satisfactory operation shall be attained over the 54 ambient temperature range from -30° F to 160° F. Operation .shall be 55 unaffected by temperature change, water, ice, pavement deterioration, or 56 electromagnetic noise. 57 58 3. Modes of Operation. Each detector channel shall be capable of functioning in 59 any of four front-panel selectable modes: 60 SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LI N D 174 11 1 a. Presence. Time of detection shall be unlimited. 2 3 b. Extended Presence. The detection output shall extend for a timer set It 4 value of up to 5 seconds after the detection zone has cleared. ` 5 6 c. Pulse. A single 30 to 50 millisecond pulse will be generated per 7 detection actuation. 8 9 d. Inhibited Pulse. The detection output will be inhibited for a time set 10 value of up to 5 seconds after the detection zone has cleared. 11 12 4. Response Time. Pick up and drop out times shall be consistently within 10 13 milliseconds. 14 �115 5. Approach Speed. The unit shall be capable of detecting vehicles traveling from ` 16 0 to 80 miles per hour. 17 11 18 6. Sensor Probes. Each channel of the detector unit shall be capable of operating 19 up to three sensing probes. 20 21 9-29.19 Pedestrian Push Buttons " 22 Where noted in the contract, pedestrian push buttons of substantially tamper-proof 23 construction shall be furnished and installed. They shall consist of a 2-inch nominal 24 diameter mushroom plunger and a momentary contact switch assembled with the push 25 button sign shown in the plans. The switch may have snap action contacts, or magnetic, 26 or piezoelectric switch, or actuated by a three bladed beryllium copper spring, and shall 27 be rated 10 amperes, 125 volts. 28 1� 29 The plunger may have an LED to indicate that a pedestrian call has been registered. 30 31 The! switch assembly shall be warranted, by the manufacturer for three years, including 32 damage due to vandalism, from date of installation. The warranty shall include $50.00 33 for installation cost. 34 35 The! pedestrian push-button assembly shall be constructed and mounted as detailed in 1t 36 the contract. 37 38 9-29.20 Pedestrian Signals 39 Pedestrian signals shall be either incandescent or neon-grid type, as specified in the 11 40 contract. Pedestrian signals shall conform to ITE Standards (Standard for Adjustable 41 Face Pedestrian Signal Heads, 1975). 42 43 The Pedestrian signal heads shall be on the.QPL or Certificate of Compliance shall be i� 44 submitted by the manufacturer with each type of signal head. The certificate shall state 11 45 that the lot of pedestrian signal heads meets the following requirements: 46 47 All pedestrian signal heads shall be Neon Grid type or Incandescent with Light Emitting 48 Diode (LED) or LED Walk/ Don't Walk module. 49 50 All pedestrian displays shall comply with ITE publication ST 011B, VTCSH2 or current 51 ITE specification and the current draft or adopted Caltrans pedestrian LED displays and 52 following requirements: 53 54 All pedestrian signals supplied to any one project shall be from the same 55 manufacturer.and type but need not be from the same manufacturer as the vehicle 56 heads. 57 lI 58 Word messages, when specified, shall provide letters a minimum of 4 1/2 inches 59 high. Symbol messages, when specified, shall be a minimum of 12 inches high 60 and 7 inches in width. j' SW 7TH ST/LIND AVE SW SIGNALIZATION I' 7TH_LIND 175 1 I 2 Housings shall be green polycarbonate or die-cast aluminum and the aluminum 3 housings shall be painted with two coats of factory applied traffic signal green 4 enamel (Federal Standard 595B). All hinges and latches and interior hardware shalt! 5 be stainless steel. 6 7 9-29.20(1) LED Pedestrian Displays 8 Optical units for traffic signal displays shall conform to the following. 9 10 1. Light emitting diode (LED) light sources are required for 12 inch Portland 11 Orange Hand and may be installed for the Lunar White Walking Man. LED 12 displays shall conform to the following: 13 14 a. Wattage (Maximum): 12 inch Portland Orange Hand 15 watts '12 inch 15 Lunar White walking Man 15 watts 16 17 b. Voltage: The operating voltages shall be between 85 VAC and 135 , 18 VAC. 19 20 c. Temperature: Temperature range shall be-35° F to +165° F. 21 22 d. LEDs shall be driven at no more than 50% of their rated amperage. 23 24 e. 12 inch Portland Orange Hand Circuit Configuration: 25 26 LEDs shall be connected to form multiple series circuits, with a 27 minimum of 2 circuits. All series circuits shall be interconnected at 28 intervals forming subcircuits not exceeding 15 LEDs eacI These 29 subcircuits shall limit the number of extinguished LEDs to no more 30 than 10% of the total on the display in the event of a single LED 31 failure. 32 33 f. 12 inch Lunar White Walking Man 1 Circuit Configuration: LEDs shall 34 be connected to form multiple series circuits, with a minimum of 1 35 circuits. All series circuits shall be interconnected at interval;; forming 36 subcircuits not exceeding 15 LEDs each. These subcircuits -shall limit 37 the number of extinguished LEDs to no more than 10% of the total on 38 the display in the event of a single LED failure. 39 40 Color testing shall be conducted after 30 minutes of continuous 9• 9 , 41 operation. 42 43 h. QUV Exposure Test: The test shall be performed with a QUV P P 44� instrument manufactured by Q Panel Corporation. 45 46' 9-29.20(2) Neon Grid Type 47 Neon gnd pedestrian heads shall be solid state type and shall be supplied with Z crate 48 visors. Z crate visors shall have 21 members at 45 degrees and 20 horizontal members. 49 50 Neon tubing shall be enclosed and shock-mounted inside a rugged plastic module. The 51 unit shall be 1 1/2 inches deep. Members shall be constructed of 0.03-inch thick black 52 polycarbonate plastic. 53 54 A combination switch/fuse holder shall be provided for each transformer. Each unit shall 55 provide a grounding terminal. 56 57 Transformers shall provide recessed secondary contacts and integral Pyrex glass 58 electrode housing. 59 SW 7711 ST/LIND AVE SW SIGNALIZATION 7TH LIND 176 ,I 1 9-29.21 Flashing Beacon 2 Flashing beacons shall be installed as detailed in the Plans, as specified in the Special 3 Provisions, and as described below: 'I 4 5 Controllers for flashing beacons shall be as specified in Section 6 9- 29.15. 7 8 Beacons shall consist of single section, 8-inch or 12-inch traffic signal heads, three 9 or four-way adjustable, meeting all of the applicable requirements of Section 9- 10 29.16. 12 inch yellow displays shall be dimmed 50% after dark. 11 11 ` 12 Mounting brackets, mountings, and installation shall meet all applicable 13 requirements of Section 9-29.17. 14 1� 15 Lenses shall be either red or amber, glass or polycarbonate as noted in the Plans 16 or as determined by the Engineer. 17 18 9-2:9.22 Vacant 19 20 9429.23 Vacant 21 22 9429.24 Service Cabinets 23 In addition to the requirements for service cabinets indicated in the contract, the 24 following requirements shall apply: 25 26 All electrical conductors, buss bars, and conductor terminals shall be copper. 27 Conductor insulation shall be either THW, XHHW, USE, or SIS. 28 29 If field wiring larger than that which the contactors or breakers will accommodate is 30 required by the contract, a terminal board shall be supplied for use as a splicing 31 block. 32 33 The minimum size of all other load carrying conductors used within the service 34 cabinets shall be based on the National Electrical Code ampacity tables for not 35 more than three conductors in a raceway or cable. 36 - 37 Type B, B Modified, C, D, and E Cabinets shall have ventilation louvers on the 38 lower sides complete with screens. Type D, and E shall also have rain tight cabinet 39 vents with screens at the top. Cabinet vents shall be gasketed. 1 40 41 The Type B modified cabinets shall have provision for a future double pole circuit 42 breaker. Type D, and E cabinets shall have two future double pole circuit breakers. 43 The dead front cover shall have cutouts with covers for this provision. The 1 44 receptacle shall be ground fault interrupter equipped. 45 46 The minimum size of control circuit conductors used in service cabinets shall be 47 No. 14 AWG. 48 49 All electrical contactors shall have the loadside terminals toward the front (door 50 side) of the service cabinet. 51 52 The lighting contactors used shall be specifically rated for tungsten fluorescent and 53 mercury arc lamp loads. 54 55 All service enclosures shall be fabricated from steel or aluminum. If aluminum, they 56 shall be fabricated from 0.125 inch (minimum) 5052 H 32 ASTM designator or 8209 57 aluminum. If steel, they shall be fabricated from 12 gage (minimum) steel, hot 58 dipped galvanized per AASHTO M 111. 59 � SW 7TH ST/LIND AVE SW SIGNALIZATION �I 7TH_LIND 177 1 All doors and dead front panels installed in service cabinets shall incorporate a 2 piano hinge placed in a vertical plane. Service doors shall be sealed with close 3 cell gasket material. The side opposite the hinge shall be secured with quarter turn 4 screws or slide latch. No electrical devices shall be connected to the dead panel. 5 However, every switch serviced through the dead front panel shall be appropriately 6 identified with its respective circuit designation by means of a screwed or riveted 7 engraved name plate. Such circuit identification shall be submitted for approval 8 together with the appropriate fabrication drawings. Dead front panels shall be 9 intended to provide security only to the switching segment of the :service enclosure 10 and shall not cover the electrical contactor portion. 11 12 A typed index of all circuits shall be mounted on the cabinet door. Each index shall 13 show an entire panel section without folding. Index holders shall have metal returns 14 on the sides and bottom. A schematic of the main panel, any subpanels, circuits,,, 15 and control circuits shall be provided. The schematic shall be plastic coated and 16 secured in a metal holder. 17 18 9-29.24(2) Electrical Circuit Breakers and Contactors 19 Lighting contactors shall be rated 240 volts maximum line to line, or 277 volt maximum 20 line to neutral voltage for tungsten and ballasted lamp loads on '120/240/277 volt 21 circuits, whichever is applicable, or they shall be rated 480 volt maximum line to line 1 22 voltage for higher than 277 volt circuited tungsten or ballasted lamp loads. 23 24 As an alternate to the lighting contactor, the Contractor may furnish a double contact 25 mercury relay. The relay ampere rating shall equal or exceed the rating noised in the 26 contract. The relay shall be normally open and shall be rated for up to 480 VAC 27 resistive. The unit shall have a molded coil enclosure rated for 120 VAC. They contacts 28 shall be evacuated, backfilled with an inert gas and shall be hermetically sealed. The 29 electrode shall be one piece with Teflon wear rings on the internal plunger assembly. All 30 contact terminals and coil connection clamps shall be U.L. approved. 31 32 Circuit breakers shall be 240 or 277 volt maximum rated for 120/240/277 volt circuits, 33 whichever is applicable, and shall have an interrupting capacity (R.M.S. —symmetrical) 34 of not less than 10,000 amperes. They shall have not less than 480 volt gated for circuits 35 above 277 volts and shall have an interrupting capacity (R.M.S. — syrnmetrical) of not 36 less than 14,000 amperes. Circuit breakers shall be bolt-on type. 37 38 9-29.25 Amplifier, Transformer, and Terminal Cabinets 39 Amplifier, terminal, and transformer cabinets shall conform to the contract, NEMA 4 40 requirements and the following: 41 42 1. All cabinets shall be constructed of welded 14 gage (minimum) hot dipped ^43 galvanized sheet steel, 0.073 type 316 stainless steel or 0.125 inch aluminum X44 (5052 alloy). "'`46 2. Nominal cabinet dimensions shall be: 47 48 Depth Height Width 49 a. Terminal 8" 16" 12" 50 b. Terminal 8" 24" 18" 51 c. Transformer 12" 18" 18" 52 Up to 3.0 KVA 53 Transformer 2 20" 40" 24" 54 3.1 to 12.5 KVA 55 Transformer 3 30" 60" 32" 56 12.6 to 35 KVA 57 58 3. Cabinet doors shall be gasketed with a one-piece closed cell neoprene! gasket ' 59 and shall have a stainless steel piano hinge. The door shall also be provided 60 with a three point latch spring loaded construction core lock capable of SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIN D 178 i ' 1 accepting a Best six pin CX series core. The locking mechanism shall provide 2 a tapered bolt. The contractor shall supply red or blue construction cores, with 3 two master keys, the keys shall be delivered to the engineer. l� 4 5 4. All seams shall be continuously welded. 6 1 7 5. All cabinets shall provide a door flange. 8 9 6. Transformer cabinets shall provide a 9-square inch minimum louvered vent. 10 11 7. One spare 12-position terminal block shall be installed in each terminal cabinet 12 and amplifier cabinet. 13 14 8. Each Terminal, Amplifier and Transformer cabinet shall have 1/8 inch drain 15 holes in back corners. 16 17 9. Mounting shall be as noted in the contract. 18 19 10. The cabinet shall have two separate compartments, one for the transformer 20 and one for the power distribution circuit breakers. Each compartment shall 21 enclosed with a dead front. Each breaker shall be labeled with the device 22 name. 24 SECTION 9-30, WATER DISTRIBUTION MATERIALS 25 August 5, 2002 26 9-30.1(2) Vacant 27 This section Including title is revised to read: 28 29 94,10.1(2) Polyethylene Encasement 30 Polyethylene encasement shall be tube-form meeting the requirements of ANSI/AWWA 31 C105 and shall be high-density, cross-laminated polyethylene film, natural or black 32 color. 33 34 9-30.1(5)A Polyvinyl Chloride (PVC) Pipe (4 Inches and Over) 35 The first sentence In the first paragraph is revised to read: 1 36 37 PVC pipe for water mains shall meet the requirements of ANSI/AWWA C900 or 38 ANSI/AWWA C905. 39 40 New Suction 9-301(6) is added: 41 42 9430.1(6) Polyethylene (PE) Pressure Pipe (4 inches and over) 43 PE pressure pipe for water mains shall meet the requirements of ANSI/AWWA C906. 44 Pipe materials shall be high-density polyethylene PE3408 conforming to a minimum cell 45 class 345464 C, D or E per ASTM D 3350. Pipe diameter shall be either iron pipe size 46 per Table 3 and Table 5 or ANSI/AWWA C906. Pipe pressure class shall be as listed in 47 Table 9 of ANSI/AWWA C906 for DR 9 PE3408 material. 48 49 9-30.2(4)A Steel Pipe (6 Inches and Over) 50 This section is revised to read: 51 52 Fittings for steel pipe 6 inches and larger shall be bell and spigot or welded to match the 53 pipe joints. Welded joints shall conform to AWWA C206. Field couplings shall be 54 bolted, sleeve-type for plain-end pipe conforming to AWWA C219. Expansion joints 55 shall be fabricated steel mechanical slip-type conforming to AWWA C221. 56 57 When flanges are required, they shall conform to AWWA C207. Linings and coatings for 58 fittings shall be the same as specified for the adjacent pipe. 59 SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 179 i I 1 9-30.2(8) Restrained Flexible Couplings 2 This section is revised to read: 3 4 Restrained flexible couplings shall be locking type couplings in accordance with the 5 Plans or Special Provisions. Any couplings that utilize set screws tightened against the 6 outside pipe wall are not acceptable. Coupling shall be epoxy coated. 7 8 New section 9-30.2(9) is added: 9 10 9-30.2(9) Grooved and Shouldered Joints 11 Grooved and shouldered joints shall conform to AWWA C606. Rigid or flexible grooved 12 or shouldered joints shall be as specified in the Special Provisions." 13 14 New section 9-30.2(10) is added: 15 16 9-30.2(10) Polyethylene (PE) Pipe (4 inches and over) 17 Fittings for PE pipe shall meet the requirements of ANSUAWWA C90(3. Pip(: material 18 shall be high-density polyethylene PE3408 conforming to minimum cell class 345464 19 C,D or E perASTM D 3350. Pipe diameter shall be either iron pipe size per Table 3 and 20 Table 5 of ANSUAWWA C906 or ductile ct a Iron Ize i e s' per Table p p p e 7 and Table 8 of 21 ANSUAWWA C 906. Pi pressure class shall be as Pipe listed sted in Table 9 of ANSUAWWA C 22 906 for DR 9 PE3408 material. 23 24 New section 9-30.2(11) is added: 25 26 9-30.2(11) Fabricated Steel Mechanical Slip-Type Expansion Joints 27 Fabricated steel mechanical slip-type expansion joints shall meet the requirements of 28 ANSUAWWA C221. Buried expansion joints to connect � p ) ct ductile Iron or PVC pipe shall be 29 ductile iron. Buried expansion joints for connecting steel pipe to steel pipe shall be 30 steel. 31 32 9-30.3(5) Valve Marker Posts 33 The reference to "meters" in the third paragraph is revised to "feet and inches". 34 35 SECTION 9-31, ELASTOMERIC BEARING PADS 36 April 1, 2002 37 9-31.1 Requirements 38 The fourth paragraph is revised to read: 39 40 Steel shims shall conform to ASTM A 1011, Grade 36, unless otherwise rioted. 41 42 I I 1 , 1 . SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH LIND 180 � Special Provisions 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 I �. 1 1 1 1 1 1 1 1 1 , 1 '. i i 1 1 2 3 SPECIAL PROVISIONS 4 5 DIVISION 1 6 GENERAL REQUIREMENTS 7 8 DESCRIPTION OF WORK 9 10 (March 13, 1995) 11 This contract provides for the improvement of *** the intersection of SW 7"' St. and Lind Ave 12 SW in the City of Renton, WA *** and other work, all in accordance with the attached 13 Contract Plans, these Contract Provisions, and the Standard Specifications. 14 15 1-01 DEFINITIONS AND TERMS 16 17 1-01.1 (General 18 Section 1-01.1 is Supplemented with: 20 Whenever reference is made to the State, Commission, Department of Transportation, Q 21 Secretary of Transportation, Owner, Contracting Agency or Engineer, such reference shall be 22 deemed to mean the City of Renton acting through its City Council, employees, and duly 23 authorized representatives for all contracts administered by the City of Renton. 24 25 1-01.3 Definitions 26 Section '1-01.3 is revised and supplemented by the following: 27 (******) 28 Act of god 29 "Act of c3od" means an earthquake, flood, cyclone, or other cataclysmic phenomenon of 30 nature. A rain, windstorm, high water or other natural phenomenon of unusual intensity for 31 the specific locality of the work, which might reasonably have been anticipated from I 32 historical records of the general locality of the work, shall not be construed as an act of god. 33 34 Consulting Engineer 35 The Contracting Agency's design consultant, who may or may not administer the 36 construction program for the Contracting Agency. 37 38 Contract Price 39 Either the unit price, the unit prices, or lump sum price or prices named in the proposal, or in 40 properly executed change orders. 41 42 Day 43 Unless otherwise designated, day(s) as used in the Contract Documents, shall be 44 understood to mean working days. 45 46 Engineer 47 The City Engineer or duly authorized representative who is a currently licensed registered 48 engineer in the State of Washington, or an authorized member of a licensed consulting firm 49 retained by Owner for the construction engineering of a specific public works project. 50 51 Inspector 52 Owner's authorized representative assigned to make necessary observations of the work 53 performed or being performed, or of materials furnished or being furnished by Contractor. 55 Or Equal 56 Where the term "or equal" is used herein, the Contracting Agency, or the Contracting Agency 57 on recommendation of the engineer, shall be the sole judge of the quality and suitability of 58 the proposed substitution. SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 181 1 The responsibility and cost of furnishing necessary evidence, demonstrations, or other 2 information required to obtain the approval of alternative materials or processes by the 3 Owner shall be entirely borne by the Contractor. 4 5 Owner 6 The City of Renton or its authorized representative also referred to as Contracting Agency. 7 8 Performance and Payment Bond 9 Same as "Contract Bond" defined in the Standard Specifications. 1 11 1 Plans 12 The contract plans and/or standard plans which show location, character, and dimensions of' 13 prescribed work including layouts, profiles, cross-sections, and other detail;.). Drawings may 14 either be bound in the same book as the balance of the Contract Documents or bound in 15 separate sets, and are a part of the Contract Documents, regardless of the method of 16 binding. The terms "Standard Drawings" or "Standard Details" generally used in 17 specifications refers to drawings bound either with the specification documents o- included 18 with the Plans or the City of Renton Standard Plans. 19 20 Points 21 Wherever reference is made to Engineer's points, this shall mean all marks, bench marks, 22 reference points, stakes, hubs, tack, etc., established by Engineer for maintaining ihorizontal 23 and vertical control of the work. 24 25 Provide 26 Means "furnish and install" as specified and shown in the Plans. 27 28 Secretary, Secretary of Transportation 29 The chief executive officer of the Department and other authorized representatives. The , 30 chief executive officer to the Department shall also refer to the Depar Ment of 31 Planning/Building/Public Works Administrator. 32 33 Shop Drawings 34 Same as "Working Drawings" defined in the Standard Specifications. 35 36 Special Provisions 37 Modifications to the standard specifications and supplemental specifications that apply to an 38 individual project. The special provisions may describe work the specifications do rot cover. 39 Such work shall comply first with the special provisions and then with any specifications that j 40 apply. The Contractor shall include all costs of doing this work within the bid prices. 41 42 State 43 The state of Washington acting through its representatives. The State shall also refer to The 44 City of Renton and its authorized representatives where applicable. 45 46 Supplemental Drawings and Instructions 47 Additional instructions by Engineer at request of Contractor by means of drawings or 48 documents necessary, in the opinion of Engineer, for the proper execution of the work. Such 49 drawings and instructions are consistent with the Contract Documents. 5 51 1 Utility 52 Public or private fixed improvement for the transportation of fluids, gases, power, signals, or 53 communications and shall be understood to include tracks, overhead and underground 54 wires, cables, pipelines, conduits, ducts, sewers, or storm drains. , 55 56 57 1-02 BID PROCEDURES AND CONDITIONS ' 58 SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LI N D 182 I' 1 1-02.6 Preparation of Proposal j 2 The third paragraph is revised as follows: 3 (******) 4 All prices shall be in legible figures and words written in ink or typed. The proposal shall 5 include: 6 1. i4 unit price for each item (omitting digits more than four places to the right of the ' 7 decimal point), each unit price shall also be written in words; where a conflict arises the 8 written words shall prevail. 9 10 1-02.6(1) is a new section. 12 1-12.6(1) Proprietary Information 13 Vendors should, In the bid proposal, identify clearly any material(s) which constitute 14 "(valuable) formula, designs, drawings, and research data" so as to be exempt from 1 15 public disclosure, RCW 42.17.310, or any materials otherwise claimed to be exempt, 16 along with a Statement of the basis for such claim of exemption. The Department (or 17 State) will give notice to the vendor of any request for disclosure of such information 18 received within 5 (five) years from the date of submission. Failure to so label such 19 materials or failure to timely respond after notice of request for public disclosure has 20 been given shall be deemed a waiver by the submitting vendor of any claim that such 21 materials are, in fact, so exempt. 22 23 (September 5, 1995) 24 On this project, the bidder will not be required to submit with the bid a list of. 25 26 1. Subcontractors, and 27 2. The work the subcontractors will perform. 28 29 1-02.12 Public Opening of Proposals 30 Section 1-02.12 is supplemented with the following: 32 The Contracting Agency reserves the right to postpone the date and time for bid opening. 33 Notification to bidder will be by addenda. 34 35 1-03 AWARD AND EXECUTION OF CONTRACT 36 37 1-03.1 Consideration of bids 38 Section 1-03.1 is supplemented with the following: 40 All bids will be based on total sum of all schedules of prices. No partial bids will be accepted 41 unless so stated in the call for bids or special provisions. The City reserves the right however 42 to award all or any schedule of a bid to the lowest bidder at its discretion. 43 44 1-03.2 Award of Contract 45 Section 1-03.2 is supplemented with the following: 46 (******) ® 47 The contract, bond form, and all other forms requiring execution, together with a list of all ® 48 other forms or documents required 'to be submitted by the successful bidder, will be 49 forwarded to the successful bidder within 10 days of the award. The number of copies to be 50 executed by the Contractor shall be determined by the Contracting Agency. 51 52 1-03.3 Execution of Contract 53 Section 1-03.3 is revised and supplemented as follows: 54 (******) 55 Within 10 calendar days after receipt from the City of the forms and documents required to 56 be completed by the Contractor, the successful bidder shall return the signed Contracting 57 Agency-prepared contract, an insurance certification as required by Section 1-07.18, and a 58 satisfactory bond as required by law and Section 1-03.4. Before execution of the contract by SW 7TH ST/LIND AVE SW SIGNALIZATION �I 7TH_LIND 183 I 1 the Contracting Agen;y, the successful bidder shall provide any pre-award information the 2 Contracting Agency may require under Section 1-02.15. 3 4 Until the Contracting Agency executes a contract, no proposal shall bind the Contracting 5 Agency nor shall any work begin within the project limits or within Contracting Agency- 6 furnished sites. The Contractor shall bear all risks for any work begun outside such areas 7 and for any materials ordered before the contract is executed by the Contracting Agency, 8 9 If the bidder experiences circumstances beyond their control that prevents retLrn of the 10 contract documents within 10 calendar days after the award date, the Contracting Agency 11 may grant up to a maximum of 10 additional calendar days for return of the dccurnents, 12 provided the Contracting Agency deems the circumstances warrant it. 13 14 The Contracting Agency is prohibited by RCW 39.06.010 from executing a contract with a ' 15 Contractor who is not registered or licensed as required by the laws of the state. In addition, 16 the Contracting Agency requires persons doing business with the Contracting Agency to 17 possess a valid City of Renton business license prior to award. 18 19 When the Bid Form provides spaces for a business license number, a Washington State 20 Contractors registration number, or both the Bidder shall insert such infiarmation in the 21 spaces provided. The Contracting Agency requires legible copies of the Contractors 22 Registration and business license be submitted to the Engineer as part of the Contracting 23 Agency's post-award information and evaluation activities. 24 25 1-04 SCOPE OF WORK 26 27 1-04.2 Coordination of Contract Documents, Plans, Special Provisions 28 Specifications, and Addenda 29 Revise the second paragraph to read: 30 31 Any inconsistency in the parts of the contract shall be resolved by following this order of 32 precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 33 1. Addenda, 34 2. Proposal Form, , 35 3. Special Provisions, 36 4. Contract Plans, 37 5. Amendments to Division 1-99 APWA Supplement 38 6. Amendments to the Standard Specifications, 39 7. Division 1-99 APWA Supplement 40 8. WSDOT/APWA Standard Specifications for Road, Bridge and Municipal 41 Construction ' 42 9. Contracting Agency's Standard Plans (if any) 43 10. WSDOT/APWA Standard Plans for Road, Bridge and Municipal Construction 44 45 Section 1-04.3 is a new section: 47 -04. Contractor-Discovered Discrepancies 48 Upon receipt of award of contract, Contractor shall carefully study and compare all the 49 components of the Contract Documents and other instructions, and check and verify all field 50 measurements. Contractor shall, prior to ordering material or performing work, ro port in 51 writing to Engineer any error, inconsistency, or omission in respect to design or mode of 52 construction, which is discovered. If Contractor, in the course of this study or in the 53 accomplishment of the work, finds any discrepancy between the Plans and the physical 54 condition of the locality as represented in the Plans, or any such errors or omissions in 55 respect to design or mode of construction in the Plans or in the layout as given by points and 56 instructions, it shall be Contractor's duty to inform Engineer immediately in writing, and , 57 Engineer will promptly check the same. Any work done after such discovery, until correction 58 of Plans or authorization of extra work is given, if Engineer finds that extra work is involved, SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 184 1 w' at Contra work is involve the procedure shall III be done Contractor's risk. If extra d, e p oce be as provided 2 in Section 1-04.4 of the Standard Specifications. 3 4 1-04.4 Changes 5 The last two paragraphs are replaced with the following: 6 (******) 7 Renton does not have a formal policy or guidelines on cost reduction alternatives, but will 8 evaluate: such proposals by the Contractor on a case-by-case basis. 9 10 1-04.8 Progress Estimates and Payments 11 Section 1-04.8 is supplemented as follows: 13 The Contractor is encouraged to provide to the Engineer prior to progress payments an 14 estimate of lump sum work accomplished to date. The Engineer's calculations and decisions 15 shall be final in regard to the actual percentage of any lump sum pay item accomplished and 16 eligible for payment unless another specific method of calculating lump sum payments is 17 provided elsewhere in the specifications. 1 18 - 19 1-04.11 Final Cleanup 20 Section 1-04.11 is supplemented as follows: 21 (******) 22 All salvage material as noted on the plans and taken from any of the discarded facilities 23 shall, at the engineer's discretion, be carefully salvaged and delivered to the City shops. 24 Any cost incurred in salvaging and delivering such items shall be considered incidental to the 25 project and no compensation will be made. 26 27 The contract price for "Finish and Cleanup, lump sum," shall be full compensation for all 28 work, equipment and materials required to perform final cleanup. If this pay item does not 29 appear in the contract documents then final clean up shall be considered incidental to the 30 contract: and to other pay item and no further compensation shall be made. 31 32 1-05 CONTROL OF WORK 33 34 1-05.4 Conformity With and Deviation from Plans and Stakes 35 Section 1-05.4 is supplemented with the following: I 36 (******) 37 If the project calls for Contractor supplied surveying, the Contractor shall provide all required 38 survey work, including such work as mentioned in Sections 1-05.4(1) and 1-05.4(2), 1-11 39 and elsewhere in these specifications as being provided by the Engineer. All costs for this 40 survey work shall be included in "Contractor Supplied Surveying," per lump sum. 41 42 The Engineer or Contractor supplied surveyor will provide construction stakes and marks 43 establishing lines, slopes, and grades as stipulated in Sections 1-05:4 and will perform such 44 work per Section 1-11. The Contractor shall assume full responsibility for detailed 45 dimensions, elevations, and excavation slopes measured from the Engineer or Contractor 46 supplied surveyor furnished stakes and marks. 1 47 48 The Contractor shall provide a work-site which has been prepared to permit construction 49 staking to proceed in a safe and orderly manner. The Contractor shall keep the Engineer or 50 Contractor supplied surveyor informed of staking requirements and provide at least 48 hours 51 notice to allow the Engineer or Contractor supplied surveyor adequate time for setting 52 stakes. 53 �! 54 The Contractor shall carefully preserve stakes, marks, and other reference points, including 55 existing monumentation, set by Contracting Agency forces. The Contractor will be charged 56 for the costs of replacing stakes, markers and monumentation that were not to be disturbed 57 but were destroyed or damaged by the Contractor's operations. This charge will be deducted �I 58 from monies due or to become due to the Contractor. 59 �i SW 7TH ST/LIND AVE SW SIGNALIZATION �li 7TH_LIND 185 1 Any claim by the Contractor for extra compensation by reason of alterations or 2 reconstruction work allegedly due to error in the Engineer's line and grade, will not be 3 allowed unless the original control points set by the Engineer still exist, or unless other 4 satisfactory substantiating evidence to prove the error is furnished the EnginE�er. Three 5 consecutive points set on line or grade shall be the minimum points used to determine any 6 variation from a straight line or grade. Any such variation shall, upon discovery, be reported 7 to the Engineer. In the absence of such report the Contractor shall be liable for any error in 8 alignment or grade. 9 10 The Contractor shall provide all surveys required other than those to be performed by the , 11 Engineer. All survey work shall be done in accordance with Section 1-111 SUIZVIEYING 12 STANDARDS of these specifications. 13 14 The Contractor shall keep updated survey field notes in a standard field book: and in a format 15 set by the Engineer, per Section 1-11.1(4). These field notes shall include all survey work 16 performed by the Contractor's surveyor in establishing ine 17 construction work. Copies of these field notes shall be provided the Engineer lupon r quest 18 and upon completion of the contract work the field book or books shall be submitted to the 19 Engineer and become the property of the Contracting Agency. 20 21 If the survey work provided by the Contractor does not meet the standards of the E=ngineer, 22 then the Contractor shall, upon the Engineer's written request, remove the individual or 23 individuals doing the survey work and the survey work will be completed by the Engineer at 24 the Contractor's expense. Costs for completing the survey work required by the Engineer will 25 be deducted from monies due or to become due the Contractor. 26 27 All costs for survey work required to be performed by the Contractor shall be included in the 28 prices bid for the various items which comprise the improvement or be included in the bid r 29 item for "Contractor Supplied Surveying" per lump sum if that item is included in the 111 30 contracts. 31 32 Section 1-05.4(3) is a new section: 33 (******) 34 9-05.4(3) Contractor Supplied Surveying 35 When the contract provides for Contractor Supplied Surveying, the Contractor shall , 36 supply the survey work required for the project. The Contractor shall retain as a part of 37 the Contractor Organization an experienced team of surveyors under the direct 38 supervision of a professional land surveyor licensed by the State of Washington. All 39 survey work shall be done in accordance with Sections 1-05.4 and 1-11. 40 41 The Contractor and/or Surveyor shall inform the Engineer in writing of any errors, 42 discrepancies, and omissions to the plans that prevent the Contractor and/or Surveyor 43 from constructing the project in a manner satisfactory to the Engineer. All errors, 44 discrepancies, and omissions must be corrected to the satisfaction of the Engineer 45 before the survey work may be continued. 46 47 The Contractor shall coordinate his work with the Surveyor and perform his operations 48 in a manner,to protect all survey stakes from harm. The Contractor shall inform the 49 Surveyor of the Contractor's intent to remove any survey stakes and/or points before 50 physically removing them. 51 52 The surveyor shall be responsible for maintaining As-Built records for the project. The 53 Contractor shall coordinate his operations and assist the Surveyor in maintaining 54 accurate As-Built records for the project. 55 56 If the Contractor and Surveyor fail to provide, as directed by the Engineer and/or these 57 plans and specifications, accurate As-Built records and other work the Engineer deems 58 necessary, the Engineer may elect to provide at Contractor expense, a surveyor to 59 provide all As-Built records and other work as directed by the Engineer. 'T'he Ergineer SW 7TH ST/LIND AVE SW SIGNALIZATION 1 7TH_LIND 186 �'fi 1 shalll deduct expenses incurred by the Engineer-supplied surveying from moneys owed 2 to the Contractor. 3 4 Payment per Section 1-04.1 for all work and materials required for the full and complete 5 survey work required to complete the project and as-built drawings shall be included in 6 the lump sum price for"Contractor Supplied Surveying." 7 8 Section 1-05.4(4) is a new section: 10 1-05.4(4) Contractor Provided As-Built Information 11 It shall be the contractors responsibility to record the location prior to the backfilling of 12 the trenches, by centerline station, offset, and depth below pavement, of all existing 13 utilities uncovered or crossed during his work as covered under this project. 14 15 It shall be the contractors responsibility to have his surveyor locate by centerline station, 16 offset and elevation each major item of work done under this contract per the survey 17 standard of Section 1-11. Major items of work shall include but not be limited to: 18 Manholes, Catch basins and Inlets, Valves, vertical and Horizontal Bends, Junction 19 boxes, Cleanouts, Side Sewers, Street Lights & Standards, Hydrants, Major Changes in 20 Design Grade, Vaults, Culverts, Signal Poles, Electrical Cabinets. 21 22 After the completion of the work covered by this contract, the contractors surveyor shall 23 provide to the City the hard covered field book(s) containing the as-built notes and one 24 set of white prints of the project drawings upon which he has plotted the notes of the 25 contractor locating existing utilities, and one set of white prints of the project drawings 26 upon which he has plotted the as-built location of the new work as he recorded in the 27 field book(s). This drawing shall bear the surveyors seal and signature certifying it's 28 accuracy. 29 30 All costs for as-built work shall be included in the contract item "Contractor Supplied 31 Surveying," lump sum. 32 33 1-05.7 Removal of Defective and Unauthorized Work 34 Section 1-05.7 is supplemented as follows: 35 (******) 36 Contractor shall promptly replace and re-execute work by Contractor forces, in accordance 37 with the intent of the Contract and without expense to Owner, and shall bear the expense of 38 making good all work of other contractors destroyed or damaged by such removal or 39 replacement. 40 41 If Contractor does not remove such condemned work and materials and commence re- 42 execution of the work within 7 calendar days of notice from Engineer, Owner may correct the 43 same as provided in the Standard Specifications. In that case, Owner may store removed 44 material. 45 46 If Contractor does not pay the cost of such removal and storage within 10 calendar days 47 from the date of the notice to Contractor of the fact of such removal, Owner may, upon an 48 additional 10 calendar days' written notice, sell such materials at public or private sale, and 49 deduct all costs and expenses incurred from moneys due to Contractor, including costs of 50 sale, and accounting to Contractor for the net proceeds remaining. Owner may bid at any 51 such sale. Contractor shall be liable to Owner for the amount of any deficiency from any 52 funds otherwise due Contractor. 53 54 The vacant section 1-05.8 is replaced by: 55 (*****I7 56 1-05.8 Contracting Agency's Right to Correct Defective and Unauthorized 57 Work (APWA) 58 If the Contractor fails to remedy defective or unauthorized work within the time specified in a 59 written notice from the Engineer, or fails to perform any part of the Work required by the 60 Contract Documents, the Engineer may correct and remedy such work as may be identified SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 187 1 in the written notice, by such means as the Engineer may deem necessary, includirg the use 2 of Contracting Agency forces. 3 If the Contractor fails to comply with a written order to remedy what the Engineer determines 4 to be an emergency situation, the Engineer may have the defective and unauthorized Work ' 5 corrected immediately, have the rejected Work removed and replaced, or have Work the 6 Contractor refuses to perform completed by using Contracting Agency or other forces. An 7 emergency situation is any situation which, in the opinion of the Engineer, a dE!lay in its 8 remedy could be potentially unsafe, or might cause serious risk of loss or damage to the 9 public. 10 Direct or indirect costs incurred by the Contracting Agency attributable to correcting and 11 remedying defective or unauthorized Work, or Work the Contractor failed or refused to 12 perform, shall be paid by the Contractor. Payment will be deducted by the Engireer from 13 monies due, or to become due, the Contractor. Such direct and indirect costs shall include in 14 particular, but without limitation, compensation for additional professional services required, 15 and costs for repair and replacement of work of others destroyed or damaged by correction, 16 removal, or replacement of the Contractor's unauthorized work. 17 No adjustment in contract time or compensation will be allowed because of the delay in the 18 performance of the Worts attributable to the exercise of the Contracting Agency's rights 19 provided by this Section nor shall the exercise of this right diminish the Contracting Agency's 20 right to pursue any other avenue for additional remedy or damages with respect to the 21 Contractor's failure to perform the Work as required. 22 23 1-05.10 Guarantees 24 Section 1-05.10 is supplemented by adding the following: 25 (* *) 26 If within one year after the Acceptance Date of the Work by the Contracting Agency, 27 defective and unauthorized Work is discovered, the Contractor shall promptly, upon written 28 order by the Contracting Agency, return and in accordance with the Engineer's instructions, 29 either correct such Work, or if such Work has been rejected by the Engineer, remove it from 30 the Project Site and replace it with non defective and authorized Work, all without cost to the 31 Contracting Agency. If the Contractor does not promptly comply with the written order to 32 correct defective and unauthorized Work, or if an emergency exists, the Contracting Agency 33 reserves the right to have defective and unauthorized Work corrected or removed and 34 replaced pursuant to Section 1-05.8 "Owner's Right to Correct Defective and Unauthorized 35 Work." ' 36 37 The Contractor agrees the above one year limitation shall not exclude or diminish the 38 Contracting Agency's rights under any law to obtain damages and recover ,=ts resulting 39 from defective and unauthorized work discovered after one year but prior to the expiration of 40 the legal time period set forth in RCW 4.16.040 limiting actions upon a contract in writing, or 41 liability expressed or implied arising out of a written agreement. 42 43 The Contractor shall warrant good title to all materials, supplies, and equipment purchased 44 for, or incorporated in the Work. Nothing contained in this paragraph, however, shall defeat 45 or impair the right of persons furnishing materials or labor, to recover under any bond given 46 by the Contractor for their protection, or any rights under any law permitting such persons to 47 look to funds due the Contractor in the hands of the Contracting Agency. 48 49 The provisions of this paragraph shall be inserted in all subcontracts and material contracts, 50 and notice of its provisions shall be given to all persons furnishing materials for the Work ' 51 when no formal contract is entered into for such materials. 52 53 1-05.11(3) Operational Testing 54 Section 1-05.11(3) is supplemented as follows: 55 (******) 56 Unless otherwise noted in the Contract Documents, Contractor shall give Engineer a 57 minimum of 3 working days' notice of the time for each test and inspection. If the 58 inspection is by another authority than Engineer, Contractor shall give Engineer a ' 59 minimum of 3'working days' notice of the date fixed for such inspection. RE!quired SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LI N D 188 1 certificates of inspection by other authority than Engineer shall be secured by 1 2 Contractor. 3 4 1-05.14, Cooperation with Other Contractors 5 Section 1-05.14 is supplemented as follows: 6 (******) 7 Contractor shall afford Owner and other contractors working in the area reasonable I 8 opportunity for the introduction and storage of their materials and the execution of their 9 respective work and shall properly connect and coordinate Contractor's work with theirs. 10 11 Other utilities, districts, agencies, and contractors who may be working within the project 12 area are:: 13 14 1. Puget Sound Energy (gas and electric) 15 2. AT&T Broadband 16 3. QVVest Communications 17 4. City of Renton (water, sewer, transportation) 18 5. Soos Creek Water District 19 6. Private contractors employed by adjacent property owners 20 21 The Contractor shall coordinate with City of Renton on tying into any existing electrical 22 service cabinet. 23 24 Section 1-05.14(1) is a new section: 25 (****** 26 1-15.1 (1) Notifications Relative to Contractor's Activities 27 Contractor shall notify the following listed agencies and individuals, prior to 28 commencement of the work, and submit to these agencies.rndividuals: 29 a. The name(s) of the construction superintendent in responsible charge, and 30 other individuals having full authority to execute the orders or directions of 31 Engineer, in the event of an emergency. 32 b. The time of the commencement and completion of work. 33 c. Names of streets or locations of alleys to be closed. 34 d. Schedule of operations. 35 e. Routes of detours where possible. 36 f. Planned utility shutdown times and locations. 37 g. Construction staging. 38 39 Notification shall be written, with a copy delivered to Engineer 5 days prior to the 40 commencement of work on the project. 41 42 Contractor must notify the same parties, in writing, of all changes to any of the above 43 items during the project. 45 The following addresses and telephone numbers of public and franchise utilities and 46 public services are supplied for the Contractor's convenience. 47 City of Renton Soos Creek Water and Sewer District Fire Department 14616 SE 192nd Street 1055 South Grady Way P.O. Box 58039 RE:NTON, WASHINGTON 98055 Renton, Washington 98058-1039 Attn: Jim Gray Telephone: (425) 630-9900 Telephone: (425) 430-7023 �I City of Renton Underground Utilities Location Center Police Department ("One-Call" Center) 1055 South Grady Way 1-800-424-5555[GJ1] Renton, Washington 98055 �I Attn: Garry Anderson, Chief Telephone: (425) 430-7503 �j SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH LIND 189 �I Attn: Sherry Smith, Admin. Sec. Telephone: (425) 430-7507 1 City of Renton City of Renton Utility Maintenance Water Maintenance 1055 South Grady Way 1055 South Grady Way Renton, Washington 98055 Renton, Washington 980.55 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 Metro/Bus Wastewater Maintenance 1270 - 6th Avenue S, MS-()S 1055 South Grady Way Seattle, Washington 98134 Renton, Washington 98055 Attn: Mary Malcomb Attn: Ron Shaffer, Wastewater Supv. Telephone: (206) 684-273.2 Telephone: (425) 430-7400 AT&T Broadband QWest Communications 20811 84th Avenue South, Suite 101 7235 South 228th Street Kent, Washington 98032 Kent, Washington 98032 Attn: Mike Martos Attn: Ken Kobes Telephone: (206) 396-6405 Telephone: (206) 345-3399 Puget Sound Energy P.O. Box 90868, MS-XRD-01 W Bellevue, Washington 98009-0868 Attn: Mr. Joe Jainga 2 Telephone: (425)462-3807 3 4 Section 1-05.18 is a new section: 5 ***** ) 6 -05.18 Contractor's Daily Diary 7 Contractor and subcontractors shall maintain and provide to Engineer a Daily Diary Record 8 of this Work. This Diary will be created by pen entries in a hard-bound diary book of the type 9 that is commonly available through commercial outlets. The Diary must contain thE! Project 10 and Number, if the Diary is in loose-leaf form, this information must appear on every page. 11 The Diary must be kept and maintained by Contractor's designated project 12 superintendent(s). Entries must be made on a daily basis and must accurately reprnsent all 13 of the project activities on each day. 14 15 At a minimum, the diary shall show on a daily basis: 16 1. The day and date. 17 2. The weather conditions, including changes throughout the day. 18 3. A complete description of work accomplished during the day with adequate 19 references to the Plans and Contract Provisions so that the reader can easily and 20 accurately identify said work in the Plans. Identify location/description of 21 photographs or videos taken that day. 22 4. An entry for each and every changed condition, dispute or potential dispute, 23 incident, accident, or occurrence of any nature whatsoever which might affect 24 Contractor, Owner, or any third party in any manner. 25 5. Listing of any materials received and stored on- or off-site by Contractor for future 26 installation, to include the manner of storage and protection of the sarne. 27 6. Listing of materials installed during each day. 28 7. List of all subcontractors working on-site during each day. 29 8. Listing of the number of Contractor's employees working during each day/ by 30 category of employment. 'I SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 190 1 9. Listing of Contractor's equipment working on the site during each day. Idle 2 equipment on the site shall be listed and designated as idle. 3 10. Notations to explain inspections, testing, stake-out, and ull other services furnished ' 4 by Owner or other party during each day. 5 11. Entries to verify the daily (including non-work days) inspection and maintenance of 6 traffic control devices and condition of the traveled roadway surfaces. Contractor 7 shall not allow any conditions to develop that would be hazardous to the public. 8 12. Any other information that serves to give an accurate and complete record of the 9 nature, quantity, and quality of Contractor's progress on each day. 10 13. Plan markups showing locations and dimensions of constructed features to be used 11 by Engineer to produce record drawings. 12 14. All pages of the diary must be numbered consecutively with no omissions in page 13 numbers. 14 15. Each page must be signed and dated by Contractor's official representative on the 15 project. 16 17 Contractor may use additional sheets separate from the diary book if necessary to provide a 18 complete diary record, but they must be signed, dated, and labeled with project name and ' 19 number. 20 21 It is expressly agreed between Contractor and Owner that the Daily Diary maintained 22 by Contractor shall be the "Contractor's Book of Original Entry" for the 23 documentation of any potential claims or disputes that might arise during this 24 Contract. Failure of Contractor to maintain this Diary in the manner described above 25 will constitute a waiver of any such claims or disputes by Contractor. 26 27 Engineer or other Owner's representative on the job site will also complete a Daily 28 Construction Report. 29 30 CONTROL OF MATERIAL 31 32 1-06.1 Approval of Materials Prior to Use 33 Section 1-06.1 is supplemented as follows: 34 (******) 35 The materials and equipment lists submitted to Engineer at the Preconstruction Conference 36 shall include the quantity, manufacturer and model number, if applicable, of materials and 37 equipment to be installed under the Contract. This list will be checked by Engineer as to 'j 38 conformity with the Contract Documents. Engineer will review the lists within 10 working 39 days, rioting required corrections. Contractor shall make required corrections and file 2 40 corrected copies with Engineer within one week after receipt of required corrections. 41 Engineer's review and acceptance of the lists shall not relieve Contractor from responsibility 42 for suitability for the intended purpose, nor for deviations from the Contract Documents. 43 �I 44 1-176.2(1)...Samples and Tests for Acceptance f 45 Section 11-06.2(1) Is supplemented a follows: 46 47 The finished Work shall be in accordance with approved samples. Approval of samples 48 by Engineer does not relieve Contractor of responsibility for performance of the Work in 49 accordance with the Contract Documents. 50 51 1-126.2(2) Statistical Evaluation of Materials for Acceptance ®� 52 Section 1-06.02(2) is supplemented by adding the following: �I 53 . (**k***) 54 Unless stated otherwise in the special provisions, statistical evaluation will not be used 55 by the City of Renton. 56 57 Foreign Made Materials 58 Section 1-06 is supplemented with the following: 59 60 (March 13, 1995) SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 191 i 1 ' The mayor quantities of steel and iron construction material that is permanently 2 incorporated into the project shall consist of American-made materials only. 3 4 The Contractor may utilize minor amounts of foreign steel and iron in tl-iis project: 5 provided the cost of the foreign material used does not exceed one-tenth of or le e percent 6 of the total contract cost or$2,500.00 , whichever Is greater. I 7 8 American-made material is defined as material having ll manuf g actunng processes 9 occur in the United States. The action of applying a coating to steel or iron is deemed a 10 manufacturing process. Coating includes epoxy coating, galvanizing, aluminizing, 11 painting, and any other coating that protects or enhances the value of steel or iron. Any 12 process from the original reduction from ore to the finished product constitutes a 13 manufacturing process for iron. The following are considered to be steel manufacturing 14 processes: 15 16 1. Production of steel by any of the following processes: 17 18 a. Open hearth furnace. 19 20 b. Basic oxygen. 21 22 c. Electric furnace. 23 24 d. Direct reduction. 25 26 2. Rolling, heat treating, and any other similar processing. 27 28 3. Fabrication of the products. 29 30 a. Spinning wire into cable or strand. 31 32 b. Corrugating and rolling into culverts. , 33 34 c. Shop fabrication. 35 36 A certification of materials origin will be required for any items comprised of, or 37 containing, steel or iron construction materials prior to such items being incorporated 38 into the permanent work. The certification shall be on DOT Form 350-109 provided by 39 the Engineer, or such other form the Contractor chooses, provided it contains the same 40 information as DOT Form 350-109. 41 42 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 43 44 1-07.1 Laws to be Observed 45 Section 1-07.1 is supplemented as follows: 46 (******) 47 Contractor shall erect and properly maintain, at all times, as required by the conditions and 48 progress of the work, all necessary safeguards for protection of workers and the public; shall 49 post danger signs warning against known or unusual hazards; and shall designate as Safety 50 Supervisor a responsible employee on the construction site whose duty shall be the 51 enforcement of safety. The name and position of such person so designated shall be 52 reported in writing to Engineer by Contractor. 53 54 Contractor shall, at all times, enforce strict discipline and good order among all employees 55 and shall not employ any person unfit or not skilled in the work assigned to him/her. 56 57 Necessary sanitation conveniences for the use of the workers on the job, properly sE:cluded 58 from public observation, shall be provided and maintained by Contractor. 59 I� SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 192 0 ---- M 1 1-07.1 Laws to be Observed 2 Section 1-07.1 is supplemented as follows: 4 Contractor shall erect and properly maintain, at all times, as required by the conditions and 5 progress of the work, all necessary safeguards for protection of workers and the public; shall 6 post danger signs warning against known or unusual hazards; and shall designate as Safety 7 Supervisor a responsible employee on the construction site whose duty shall be the ' 8 enforcement of safety. The name and position of such person so designated shall be 9 reported in writing to Engineer by Contractor. 10 11 Contractor shall, at all times, enforce strict discipline and good order among all employees 12 and shall not employ any person unfit or not skilled in the work assigned to him/her. 13 14 Necessary sanitation conveniences for the use of the workers on the job, properly secluded �i 155 from public observation, shall be provided and maintained by Contractor. 17 State Taxes 18 Section 1-07.2 is supplemented with the following: �I 19 20 (March 13, 1995) 21 The work on this contract is to be performed upon lands whose ownership obligates the �I 22 Contractor to pay State sales tax on portions of the project work and obligates the ` 23 Contractor to collect State sales tax from the Contracting Agency on other portions of 24 the project as follows: 25 'I 2 6 1. The of Section 1-07.2(1) apply to the following listed portions of the project: 28 29 all work within the City of Renton right-of-way. 30 31 2. The provisions of Section 1-07.2(2) apply to all of the remaining portions of the 32 project. 33 34 For bidding purposes the Contracting Agency has segregated the plan quantities which 35 are affected by Section 1-07.2(1) from those quantities affected by Section 1-07.2(2). 36 These approximate quantities are shown on the Summary of Quantities sheets; 37 however, any tax payments shall be based on actual quantities used. 38 39 1-07.6 Permits and Licenses U 40 Section 1-07.6 is supplemented as follows: 41 (*****r) 42 The permits, easements, and right of entry.documents that have been acquired are available 43 for inspection and review. 45 Contractor shall be required to comply with all conditions of the permits, easements, and 46 rights of entry, at no additional cost to Owner. Contractor is required to indemnify Owner 47 from claims on all easements and rights of entry. 49 All other permits, licenses, etc., shall-be the responsibility of Contractor. Contractor shall 50 comply with the special provisions and requirements of each. 51 NI 52 Permits, permission under franchises, licenses and bonds of a temporary nature necessary �1 53 for and during the prosecution of the work, and inspection fees in connection therewith shall 54 be secured and paid for by Contractor. If Owner is required to secure such permits, 55 permission under franchises, licenses and bonds, and pay the fees, the costs incurred by 56 Owner thereby shall be charged against Contractor and deducted from any funds otherwise 57 due Contractor. 58 �! 59 Permits And Licenses I 60 Section 1-07.6 is supplemented with the following: SW 7TH ST/LIND AVE SW SIGNALI1_4TION 7TH_LIND 193 1 2 (March 13, 1995) 3 No hydraulic permits are required for this project unless the Contractor's operations use, ' 4 divert, obstruct, or change the natural flow or bed of any river or stream, or ut lize any of 5 the waters of the State or materials from gravel or sand bars, or from stream beds. 6 7 Load Limits 8 Section 1-07.7 is supplemented with the following: 9 10 (March 13, 1995) 11 If the sources of materials provided by the Contractor necessitates hauling over roads 12 other than State Highways, the Contractor shall, at the Contractor's expense, make all 13 arrangements for the use of the haul routes. 14 15 Wages 16 17 Genera/ ' 18 Section 1-07.9(1) is supplemented with the following: 19 20 (March 6, 2002) 21 The Federal wage rates incorporated in this contract have been established by the 22 Secretary of Labor under United States Department of Labor General Decision No. 23 WA020001. 24 25 (January 7, 2002) 26 Application of Wage Rates For The Occupation Of Landscape Construction 27 State prevailing wage rates for public works contracts are included in this contract 28 and show a separate listing for the occupation: 29 30 Landscape Construction, which includes several different occupation 31 descriptions such as: Irrigation and Landscape Plumbers, Irrigation and 32 Landscape Power Equipment Operators, and Landscaping or Planting 33 Laborers. 34 35 In addition. Federal wage rates that are included in this contract may also include 36 occupation descriptions in Federal Occupational groups for work also specifically 37 identified with landscaping such as: 38 39 Laborers with the occupation description, Landscaping or Planting, or 40 41 Power Equipment Operators with the occupation description, Mulch Seeding 42 Operator. 43 44 If Federal wage rates ,include one or more rates specified as applicable to 45 landscaping work, then Federal wage rates for all occupation descriptions, specific 46 or general, must be considered and compared with corresponding State wage 47 rates. The higher wage rate, either State or Federal, becomes the minimum Wage 48 rate for the work performed in that occupation. 49 50 If Federal wage rates do not include any rates specified as applicable to ' 51 landscaping work, the Contractor shall assume the Federal wage rates did not take 52 landscaping into consideration. In these instances the minimum wage rate shall be 53 the State wage rate for the occupations specified as applicable to landscape 54 construction. , 55 56 1-07.9(5) Required Documents 57 Delete the first sentence of the third paragraph, and replace it with the following: 58 (******) 1 59 Contractor must submit weekly certified payrolls for the Contractor and all subcontractors 60 and lower tier subcontractors, regardless of project's funding source. SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 194 1 2 Requirements For Nondiscrimination 3 Section 1-07.11 is supplemented with the following: 4 5 (March 6, 2000) 6 Requirement For Affirmative Action to Ensure Equal Employment Opportunity 7 (Executive Order 11246) ' 8 9 1. The Contractor's attention is called to the Equal Opportunity Clause and the 10 Standard Federal Equal Employment Opportunity Construction Contract 11 Specifications set forth herein. 12 13 2. The goals and timetables for minority and female participation set by the Office of 14 Federal Contract Compliance Programs, expressed in percentage terms for the 15 Contractor's aggregate work force in each construction craft and in each trade on 16 all construction work in the covered area, are as follows: 17 18 Women - Statewide 19 20 _Timetable Goal 21 22 Until further notice 6.9% 23 Minorities - by Standard Metropolitan Statistical Area (SMSA) 24 25 Spokane, WA: 26 SMSA Counties: 27 Spokane, WA 2.8 28 WA Spokane. 29 Non-SMSA Counties 3.0 30 WA Adams; WA Asotin; WA Columbia; WA Ferry; WA Garfield; WA 31 Lincoln, WA Pend Oreille; WA Stevens; WA Whitman. 32 33 Richland, WA 34 SMSA Counties: 35 Richland Kennewick, WA 5.4 36 WA Benton; WA Franklin. NI 37 Non-SMSA Counties 3.6 38 WA Walla Walla. 39 �I 40 Yakima, WA: 41 SMSA Counties: 42 Yakima, WA 9.7 43 WA Yakima. 44 Non-SMSA Counties 7.2 45 WA Chelan;WA Douglas; WA Grant; WA Kittitas; WA Okanogan. 46 47 Seattle, WA: IIII 48 SMSA Counties: 49 Seattle Everett,-WA 7.2 50 WA King; WA Snohomish. 51 Tacoma, WA 6.2 52 WA Pierce. 53 Non-SMSA Counties 6.1 54 WA Clallam; WA Grays Harbor; WA Island; WA Jefferson; WA Kitsap; 55 WA Lewis; WA Mason; WA Pacific; WA San Juan; WA Skagit; WA 56 Thurston; WA Whatcom. 57 �I ISW 7TH ST/LIND AVE SW SIGNALIZATION I7TH_LIND 195 1 Portland, OR: 2 SMSA Counties: ' 3 Portland, OR-WA 4.5 4 WA Clark. 5 Non-SMSA Counties 3.8 6 WA Cowlitz; WA Klickitat; WA Skamania; WA Wahkiakum. ' 7 8 These goals are applicable to each nonexempt Contractor's tot-,Il on-site 9 construction workforce, regardless of whether or not part of that workforce is 10 performing work on a Federal, or federally assisted project, contract, or subcontract 11 until further notice. Compliance with these goals and time tables is enforced by the 12 Office of Federal Contract compliance Programs. 13 14 The Contractor's compliance with the Executive Order and the regulations in 41 ' 15 CFR Part 60-4 shall be based on its implementation of the Equal Opportunity 16 Clause, specific affirmative action obligations required by the specifications set 17 forth in 41 CFR 60-4.3(a), and its efforts to meet the goals. The hours of minority 18 and female employment and training must be substantially uniform throughout the , 19 length of the contract, in each construction craft and in each trade, and the 20 Contractor shall make a good faith effort to employ minorities and women evenly on 21 each of its projects. The transfer of minority or female employees or trainees from 22 Contractor to Contractor or from project to .project for the sole purpose of meeting 23 the Contractor's goal shall be a violation of the contract, the Executive Order and 24 the regulations in 41 CFR Part 60-4. Compliance with the goals will be measured ' 25 against the total work hours performed. 26 27 3. The Contractor shall provide written notification to the Engineer within 10 working 28 days of award of any construction subcontract in excess of $10,000 or more that 29 are Federally funded, at any tier for construction work under the contract resulting 30 from this solicitation. The notification shall list the name, address and telephone 31 number of the subcontractor, employer identification number of the subcontractor, 32 estimated dollar amount of the subcontract; estimated starting and completion 33 dates of the subcontract; and the geographical area in which the contract is to be 34 performed. 35 ' - 36 4. As used in this Notice, and in the contract resulting from this solicitation, the 37 Covered Area is as designated herein. 38 39 Standard Federal Equal Employment Opportunity Construction Contract Specifications 40 (Executive Order 11246) 41 42 1. As used in these specifications: 43 '44 a. Covered Area means the geographical area described in the solicitation 45 from which this contract resulted; 46 ' 47 b. Director means Director, Office of Federal Contract Compliance Programs, 48 United States Department of Labor, or any person to whom the Director 49 delegates authority; 50 '51 c. Employer Identification Number means the Federal Social Security 52 number used on the Employer's Quarterly Federal Tax Return, U. S. 53 Treasury Department Form 941; 55 d. Minority includes: i 56 57 (1) Black, a person having origins in any of the Black Racial ' 58 Groups of Africa. 59 SW 7TH ST/LIND AVE SW SIGNALIZATION ' 7TH LIND 196 i E___ E - I 1 (2) Hispanic, a fluent Spanish speaking, Spanish surnamed person 2 of Mexican, Puerto Rican, Cuban, Central American, South 3 American, or other Spanish origin. 4 5 (3) Asian or Pacific Islander, a person having origins in any of the 6 original peoples of the Pacific rim or the Pacific Islands, the 7 Hawaiian Islands and Samoa. 8 9 (4) American Indian or Alaskan Native, a person having origins in 10 any of the original peoples of North America, and who maintain �I 11 cultural identification through tribal affiliation or community 12 recognition. 13 14 2. Whenever the Contractor, or any Subcontractor at any tier, subcontracts a portion 'I 15 of the work involving any construction trade, it shall physically include in each 16 subcontract in excess of $10,000 the provisions of these specifications and the 17 Notice which contains the applicable goals for minority and female participation and ') 18 which is set forth in the solicitations from which this contract resulted. 19 20 3. If the Contractor is participating (pursuant to 41 CFR 60-4.5) in a Hometown Plan 21 approved by the U.S. Department of Labor in the covered area either individually 'I 22 or through an association, its affirmative action obligations on all work in the Plan 23 area (including goals and timetables) shall be in accordance with that Plan for 24 those trades which have unions participating in the Plan. Contractors must be able 25 to demonstrate their participation in and compliance with the provisions of any such 26 Hometown Plan. Each Contractor or Subcontractor participating in an approved 27 Plan is individually required to comply with its obligations under the EEO clause, 28 and to make a good faith effort to achieve each goal under the Plan in-each trade in 29 which it has employees. The overall good faith performance by other Contractors 30 or Subcontractors toward a goal.in an approved Plan does not excuse any covered 31 Contractor's or Subcontractor's failure to take good faith effort to achieve the Plan 32 goals and timetables. 33 34 4. The Contractor shall implement the specific affirmative action standards provided in 35 paragraphs 7a through 7p of this Special Provision. The goals set forth in the 36 solicitation from which this contract resulted are expressed as percentages of the 37 total hours of employment and training of minority and female utilization the 38 Contractor should reasonably be able to achieve in each construction trade in 39 which it has employees in the covered area. Covered construction contractors t 40 performing construction work in geographical areas where they do not have a 41 Federal or federally assisted construction contract shall apply the minority and 42 female goals established for the geographical area where the work is being 43 performed. The Contractor is expected to make substantially uniform progress in 44 meeting its goals in each craft during the period specified. 45 46 5. Neither the provisions of any collective bargaining agreement, nor the failure by a 47 union with whom the Contractor has a collective bargaining agreement, to refer 48 either minorities or women shall excuse the Contractor's obligations under these 49 specifications, Executive Order 11246, or the regulations promulgated pursuant 50 thereto. 51 52 6. In order for the nonworking training hours of apprentices and trainees to be counted 53 in meeting the goals, such apprentices and trainees must be employed by the 54 Contractor during the training period, and the Contractor must have made a 55 commitment to employ the apprentices and trainees at the completion of their 56 training, subject to the availability of employment opportunities. Trainees must be 57 trained pursuant to training programs approved by the U.S. Department of Labor. I lil 58 59 7. The Contractor shall take specific affirmative actions to ensure equal employment 60 opportunity. The evaluation of the Contractor's compliance with these �I SW 7TH ST!LIND AVE SW SIGNALI7_ATION I7TH_LIND 197 1 specifications shall be based upon its effort to achieve maximum results from its 2 action. The Contractor shall document these efforts fully, and shall implement 3 affirmative action steps at least as extensive as the following: , 4 5 a. Ensure and maintain a working environment free of harassment, 6 intimidation, and coercion at all sites, and in all facilities at which the 7 Contractor's employees are assigned to work. The Contractor, where 8 possible, will assign two or more women to each construction project. The 9 Contractor shall specifically ensure that all foremen, superintendents, and 10 other on-site supervisory personnel are aware of and carry out the 11 Contractor's obligation to maintain such a working environment, with 12 specific attention to minority or female individuals working at such sites or 13 in such facilities. 14 15 b. Establish and maintain a current list of minority and female recruitment 16 sources, provide written notification to minority and female recruitment 17 sources and to community organizations when the Contractor or its unions 18 have employment opportunities available, and maintain a record of the , 19 organizations' responses. 20 21 c. Maintain a current file of the names, addresses and telephone numbers of 22 each minority and female off-the-street applicant and minority or female 23 referral from a union, a 'recruitment source or community organization and 24 of what action was taken with respect to each such individual. If such 25 individual was sent to the union hiring hall for referral and was not referred ' 26 back to the Contractor by the union or, if referred, not employed by the 27 Contractor, this shall be documented in the file with the reason therefor, 28 along with whatever additional actions the Contractor may have taken. , 29 30 d. Provide immediate written notification to the Director when the union or 31 unions with which the Contractor has a collective bargaining agreement 32 has not referred to the Contractor a minority person or woman sent by the 33 Contractor, or when the Contractor has other information that the union 34 referral process has impeded the Contractor's efforts to meet its 35 obligations. 36 37 e. Develop on-the-job training opportunity and/or participate in training 38 programs for the area which expressly include minorities and women, 39 including upgrading programs and apprenticeship and trainee programs ' 40 relevant to the Contractor's employment needs, especially those programs 41 funded or approved by the U.S. Department of Labor. The Contractor 42 shall provide notice of these programs to the sources compiled under 7b 43 above. 44 45 f. Disseminate the Contractor's EEO policy by providing notice of the policy 46 to unions and training programs and requesting their cooperation in 47 assisting the Contractor in meeting its EEO obligations; by including it in ' 48 any policy manual and collective bargaining agreement; by publicizing it in 49 the company newspaper, annual report, etc.; by specific review of the 50 policy with all management personnel and with all minority and female 51 employees at least once a year; and by posting the company EEC policy 52 on bulletin boards accessible to all employees at each location where 53 construction work is performed. 54 55 g. Review, at least annually, the company's EEO policy and affirmative action 56 obligations under these specifications with all employees having any 57 responsibility for hiring, assignment, layoff, termination or other 58 employment decisions including specific review of these items with on-site 59 supervisory personnel such as Superintendents, General Foremen, etc., 60 prior to the initiation of construction work at any job site. A written record i SW 7TH ST/LIND AVE SW SIGNALIZATION ' 7TH_LIND 198 1 shall be made and maintained identifying the time and place of these 2 meetings, persons attending, subject matter discussed, and disposition of 3 the subject matter. 4 5 h. Disseminate the Contractor's EEO policy externally by including it in any 6 advertising in the news media, specifically including minority and female 7 news media, and providing written notification to and discussing the 8 Contractor's EEO policy with other Contractors and Subcontractors with 9 whom the Contractor does or anticipates doing business. 10 11 i. Direct its recruitment efforts, both oral and written to minority, female and 12 community organizations, to schools with minority and female students 13 and to minority and female recruitment and training organizations serving 14 the Contractor's recruitment area and employment needs. Not later than 15 one month prior to the date for the acceptance of applications for 16 apprenticeship or other training by any recruitment source, the Contractor 17 shall send written notification to organizations such as the above, ') 18 describing the openings, screening procedures, and tests to be used in 19 the selection process. 20 21 j. Encourage present minority and female employees to recruit other 22 minority persons and women and where reasonable, provide after school, 23 summer and vacation employment to minority and female youth both on 24 the site and in other areas of a Contractor's work force. 25 �I 26 k. Validate all tests and other selection requirements where there is an 27 obligation to do so under 41 CFR Part 60-3. 28 29 I. Conduct, at least annually, an inventory and evaluation of all minority and 30 female personnel for promotional opportunities and encourage these 31 employees to seek or to prepare for, through appropriate training, etc., 32 such opportunities. 33 34 m. Ensure that seniority practices, job classifications, work assignments and 35 other personnel practices, do not have a discriminatory effect by 36 continually monitoring all personnel and employment related activities to 37 ensure that the EEO policy and the Contractor's obligations under these 38 specifications are being carried out. 39 H 40 n. Ensure that all facilities and company activities are nonsegregated except 41 that separate or single-user toilet and necessary changing facilities shall 42 be provided to assure privacy between the sexes. 43 44 o. Document and maintain a record of all solicitations of offers for 45 subcontracts from minority and female construction contractors and 46 suppliers, including circulation of solicitations to minority and female 47 contractor associations and other business associations. 48 49 p. Conduct a review, at least annually, of all supervisors' adherence to and 50 performance under the Contractor's EEO policies and affirmative action 51 obligations. 52 53 8. Contractors are encouraged to participate in voluntary associations which assist in 54 fulfilling one or more of their affirmative action obligations (7a through 7p). The 55 efforts of a contractor association, joint contractor-union, contractor-community, or 56 other similar group of which the Contractor is a member and participant, may be 57 asserted as fulfilling any one or more of the obligations under 7a through 7p of this 58 Special Provision provided that the Contractor actively participates in the group, 59 makes every effort to assure that the group has a positive impact on the 60 employment of minorities and women in the industry, ensure that the concrete SW 7TH s'r/LIND AVE SW SIGNALIZATION ICI 7TH_LIND 199 I � 1 benefits of the program are reflecte d In the Contractors minority and female work- 2 force participation, makes a good faith effort to meet its individual foals and 3 timetables, and can provide access to documentation which demonstrate the 4 effectiveness of actions taken on behalf of the Contractor. The obligation to 5 comply, however, is the Contractors and failure of such a group tc fulfill an 6 obligation shall not be a defense for the Contractors noncompliance. 7 8 9. A single goal for minorities and a separate single goal for women have been 9 established. The Contractor, however, is required to provide equal employment 10 opportunity and to take affirmative action for all minority groups, both male and 11 female, and all women, both minority and non-minority. Consequently, the 12 Contractor may be in violation of the Executive Order if a particular group is 13 employed in substantially disparate manner (for example, even though the 14 Contractor has achieved its goals for women generally, the Contractor may be in 15 violation of the Executive Order if a specific minority group of women is 16 underutilized). 17 18 10. The Contractor shall not use the goals and timetables or affirmative action , 19 standards to discriminate against any person because of race, color, religion, sex, 20 or national origin. 21 22 11. The Contractor shall not enter into any subcontract with any person or firm 23 "' debarred from Government contracts pursuant to Executive Order 11246. 24 25 12. The Contractor shall carry out such sanctions and penalties for violation of these 26 specifications and of the Equal Opportunity Clause, including suspensions, 27 terminations and cancellations of existing subcontracts as may be imposed or '28 ordered pursuant to Executive Order 11246, as amended, and its implementing 29 regulations by the Office of Federal Contract Compliance Programs. Any 30 Contractor who fails to carry out such sanctions and penalties shall be in violation 31 of these specifications and Executive Order 11246, as amended. 32 33 13. The Contractor, in fulfilling its obligations under these specifications, shall , 34 implement specific affinmative action steps, at least as extensive as those 35 standards prescribed in paragraph 7 of this Special Provision, so as to achieve 36 maximum results from its efforts to ensure equal employment opportunity. If the 37 Contractor fails to comply with the requirements of the Executive Order, the 38 implementing regulations, or these specifications, the Director shall proceed in 39 accordance with 41 CFR 60-4.8. 40 41 14. The Contractor shall designate a responsible official to monitor all employment 42 related activity to ensure that the company EEO policy is being carried! out, to 43 submit reports relating to the provisions hereof as may be required by the 44 government -and to keep records. Records shall at -least include, for each 451, employee, their name, address, telephone numbers, construction trade', union 46 affiliation iif any, employee identification number when assigned, social security 47 number, race, sex, status (e.g., mechanic, apprentice, trainee, helper, or laborer), 48 dates of changes in status, hours worked per week in the indicated trade, rate of 49 pay, and locations at which the work was performed. Records shall be maintained 50 in an easily understandable and retrievable form; however, to the degree that 51 existing records satisfy this requirement, the Contractors will not be required to 52 maintain separate records. 53 54 15. Nothing herein provided shall be construed as a limitation upon the application of 55 other laws which establish different standards of compliance or upon the application 56 of requirements for the hiring of local or other area residents (e.g., those under the 57 Public Works Employment Act of 1977 and the Community Development Block 58 Grant Program). 59 SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 200 1 7, 2003) 2 vantaged Business Enterprise (DBE) Participation 3 The Disadvantaged Business Enterprise (DBE) requirements of 49 CFR part 26 apply to 4 this; contract. The requirements of this contract are to report what is accomplished to 5 enable the Contracting Agency to track achievement. No preference will be included in 6 the evaluation of bids/proposals, no minimum level of DBE participation shall be 7 required as a condition for receiving an award and bids/proposals will not be rejected or 8 considered non-responsive on that basis. 9 10 DBE Goals 11 No DBE goals have been assigned as a part of this contract. 12 13 Affirmative Efforts to Increase DBE Participation 14 Contractors are encouraged to: 15 16 1. Advertise opportunities for Subcontractors or suppliers in a manner 17 reasonably designed to provide DBEs capable of performing the work with 18 timely notice of such opportunities. All advertisements should include a �I 19 provision encouraging participation by DBE firms and may be done 20 through general advertisements (e.g., newspapers, journals, etc.) or by 21 soliciting bids/proposals directly from DBEs. 22 23 2. Utilize the services of available minority community organizations, minority 24 Contractor groups, local minority assistance offices and organizations that 25 provide assistance in the recruitment and placement of DBEs and other 26 small businesses. 27 28 In addition, The Office of Minority and Women's Business Enterprises has 29 three DBE Supportive Services Offices available to assist you as follows: 30 31 Olympia: (360) 753-9693, (Fax) (360) 586-7079 32 Seattle: (206) 553-7356, (Fax) (206) 553-0194 33 Wenatchee: (509) 665-3528, (Fax) (509) 665-3533 34 35 3. Establish delivery schedules, where requirements of the contract allow, 36 that encourage participation by DBEs and other small businesses. �Or 37 38 4. Achieve DBE attainment through joint ventures. 39 40 DBE Eligibility(for reporting purposes only) 41 Definition of DBEs ! 42 DBE status is designated by: 43 �i 44 The current list of firms accepted as certified by the Office of Minority and 45 Women's Business Enterprises (OMWBE.) A list of firms accepted as 46 certified by OMWBE is available from that office at (360) 704-1181 or on 47 line through their web site at (www.omwbe.wa.gov/directory/directory.htm). 48 49 DBE Participation 50 When a DBE participates in a contract, only the value of the work actually �I 51 performed by the DBE will be counted. 52 53 1. Count the entire amount of the portion of the contract that is performed by 54 the DBE's own forces. Include the cost of supplies and materials obtained 55 by the DBE for the work of the contract. Include supplies purchased or I� 56 equipment leased by the DBE. Exclude supplies and equipment the DBE 57 Subcontractor purchases or leases from the Contractor or its affiliate. 58 I��q)f 59 2. Count the entire amount of fees or commissions charged by a DBE firm 60 for providing a bona fide service, such as professional, technical, NWII�, SW 7TH ST/LIND AVE SW SIGNALIZATION �O�I 7TH_LIND 201 M16 1 consultant, or managerial services, or for providing bonds or Insurance, 2 provided the fees are reasonable. 3 4 3. When a DBE subcontracts part of the work of its contract to arother firm, 5 the value of the subcontracted work shall be counted if the DBE's 6 Subcontractor is also a DBE. The work that a DBE subcontract:; to a non- 7 DBE firm does not count as participation. 8 9 DBE Prime Contractor 10 A DBE prime Contractor shall only count the work performed with its own forces as 11 well as the work performed by DBE Subcontractors and DBE suppliers. 12 13 Joint Venture 14 When a DBE performs as a participant in a joint venture, only count that portion of 15 the total dollar value of the contract equal to the distinct, clearly defined Dortion of 16 the work that the DBE performs with its own forces. 17 18 Commercially Useful Function 19 You may count expenditures to a DBE Contractor if the DBE is performing a 20 commercially useful function on that contract. 21 22 1. A DBE performs a commercially useful function when it is responsible for 23 execution of the work of the contract and is carrying out its responsibilities 25 by actually performing, managing, and supervising the work involved. To perform a commercially useful function, the DBE must also be 26 responsible, with respect to materials and supplies used on the ;,oritract, 27 for negotiating price, determining quality and quantity, ordering the 28 material, installing (if applicable) and paying for the material itself. 29 30 2. A DBE does not perform a commercially useful function if its role i a limited 31 to that of an extra participant in a transaction, contract, or project through 32 which funds are passed in order to obtain the appearance of DBE 33 participation. 34 35 3. A DBE does not perform a commercially useful function if it fails to 36 exercise responsibility with its own work force for at least 30 percent of the 37 total cost of its contract. 38 39 Trucking 40 Use the following factors in determining whether a DBE trucking company is 41 performing a commercially useful function: 42 43 1. The DBE must be responsible for the management and supervision of the 44 entire trucking operation for which it is responsible for on a pa i ticula- i® 45 contract, and there cannot be a contrived arrangement for the purpose of 46 meeting the DBE goals. 47 48 2. The DBE must itself own and operate at least one fully licensed, insured, 49 and operational truck that is used on the contract. 50 51 3. Credit towards project goals for DBE trucking firms who do not own at 52 least one truck, will be granted only for the fees the DBE firm retains for 53 providing the hauling service. 54 55 4. In order for DBE project goals to be credited, DBE trucking firms must be 56 covered by a subcontract or a written agreement approved by WSDOT 57 prior to performing their portion of the work. 58 59 5. DBE trucking firms are required to perform at least fifty percent (50%) of 60 the work with his/her own trucks and personnel. SW 7TH ST!LIND AVE SW SIGNALIZATION 7TH_LIND 202 INI� 1 E 1 - 0 0— __ — I 2 6. DBE trucking firms may utilize owner/operator trucks. The number of 3 owner/operator trucks may not exceed any limitations on subletting or i� 4 reassigning the work specified. All owner/operators must appear on the 5 DBE Contractor's or DBE Subcontractor's payroll designated as 6 owner/operator. The hours worked or wages paid may be reflected either 7 on the payroll or on the record of payments to each owner/operator. 8 9 7. DBE trucking firms may lease or rent trucks from other sources, except 10 from prime Contractors to whom they are Contractors, provided: 11 12 a) A written valid lease/rental agreement on all trucks leased or 13 rented is submitted to the project manager prior to the beginning 14 of work; and �I 15 16 b) Only the vehicle (not the operator) is leased or rented. 17 18 c) The agreement must include the lessors name, trucks to be 1� 19 leased, and agreed upon amount or method of payment (hour, 20 ton or load hauled). 21 1D 22 d) All lease agreements shall be long-term agreements, not project- 23 by-project. 24 25 The DBE is limited to leasing or renting two (2) additional trucks for each 26 truck owned by the DBE trucking firm. 27 28 Expenditures with DBEs 29 Expenditures with DBEs for materials or supplies shall be counted as provided in 30 the following: 31 32 Manufacturer 33 If the materials or supplies are obtained from a DBE manufacturer, count 100 34 percent of the cost of the materials or supplies. 35 36 Regular Dealer 37 1. Counting 38 If the'materials or supplies are purchased from a DBE regular dealer, 39 count 60 percent of the cost of the materials or supplies. 40 � 41 2. Definition lll'� 42 a) To be a regular dealer, the firm must be an established, regular 43 business that engages, as its principal business and under its own lot 44 name, in the purchase and sale or lease of the products in question. 45 46 b) A person may be a regular dealer in such bulk items as petroleum 47 products, steel, cement, gravel, stone, or asphalt without owning, �I 48 operating, or maintaining a place of business, as provided elsewhere 49 in this specification, if the person both owns and operates distribution 50 equipment for the products. Any supplementing of regular dealers' 51 own distribution equipment shall be by a long-term lease agreement 52 and not on an ad hoc or contract-by-contract basis. 53 54 c) Packagers, brokers, manufacturers' representatives, or other persons 55 who arrange or expedite transactions are not regular dealers. 56 57 Purchased from a DBE 58 With respect to materials or supplies purchased from a DBE who is neither a 59 manufacturer nor a regular dealer, count the entire amount of fees or commissions 60 charged for assistance in the procurement of the materials and supplies, or fees or G D AVE SW S ALC�TION '�;II� 7TH_LI N o 203 1 transportation charges for the delivery of materials or supplies required on a job 2 site, provided the fees are reasonable and typical for the services rendered. No 3 part of the cost of the materials and supplies themselves shall be counted. 4 5 Procedures Between Award and Execution 6 After award and prior to execution of the contract, the Contractor shall provide the 7 names and addresses of all firms that submitted a bid or quote to the Contractor as 8 part of bidding this contract and note which of those firms were successful and will 9 participate in the contract. These firms may be contacted to solicit general 10 information as follows: 11 12 1. age of the firm 13 14 2. average of its gross annual receipts 15 16 This information is necessary to maintain a bidder's list in compliance with the 17 requirements of the 49 CFR, Part 26. Simply stated: who is soliciting the work and 18 what is their capacity? The Contracting Agency will use this information to 19 accurately determine an overall goal based on the percentage of DBEs who are 20 ready, willing and able to perform the work. 21 22 Reporting 23 The Contractor shall submit a "Quarterly Report of Amounts Credited as DBE 24 Participation" on a quarterly basis for every quarter in which the contract is active 25 (work is accomplished) or upon completion of the project, as appropriate. The 26 quarterly reports are due on the 20th of April, July, October, and January for the 27 four respective quarters. The dollars reported will be in accordance with the "DBE 28 Eligibility" section of this specification. 29 30 Payment 31 Payment for complying with the conditions of this specification and any associated 32 DBE requirements is the Contractor's responsibility. Those costs shall be incidental 33 -to the respective bid items. 34 35 Further Information 36 If further information is desired concerning Disadvantaged Business Enterprise 37 participation, inquiry may be directed to: 38 39 External Civil Rights Branch 40 Office of Equal Opportunity 41 Washington State Department of Transportation 42 Transportation Bldg., P.O. Box 47314 43 Olympia, WA 98504-7314 44 or telephone-(360) 705-7085. 45 fax (360) 705-6801 46 47 Section 1-07.11(11) is new: 48 (** **) 49 1-07,19(11) City of Renton Affidavit of Compliance 50 Each Contractor, Subcontractor, Consultant, and or Supplier shall complete and submit 51 a copy of the "City of Renton Fair Practices Policy Affidavit of Compliance". A copy of 52 this document will be bound in the bid documents. 53 54 OVIarch 13, 1995) 55 ederal Agency Inspection 56 Section 1-07.12 is supplemented with the following: 57 58 Required Federal Aid Provisions 59 The Required Contract Provisions Federal Aid Construction Contracts (FHWA 1273) 60 and the amendments thereto supersede any conflicting provisions of the Standard SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH LIND 204 I� 1 Specifications and are made a part of this contract; provided, however, that if any of the 2 provisions of FHWA 1273, as amended, are less restrictive than Washington State Law, 3 then the Washington State Law shall prevail. l� 4 5 The provisions of FHWA 1273, as amended, included in this contract require that the 6 Contractor insert the FHWA 1273 and amendments thereto in each subcontract, 7 together with the wage rates which are part of the FHWA 1273, as amended. Also, a 8 clause shall be included in each subcontract requiring the subcontractors to insert the 9 FHWA 1273 and amendments thereto in any lower tier subcontracts, together with the 10 wage rates. The Contractor shall also ensure that this section, REQUIRED FEDERAL 11 AID PROVISIONS, is inserted in each subcontract for subcontractors and lower tier �I 12 subcontractors. For this purpose, upon request to the Project Engineer, the Contractor 13 will be provided with extra copies of the FHWA 1273, the amendments thereto, the 14 applicable wage rates, and this Special Provision. 15 16 1-07.1 2 Federal Agency Inspection 17 Section 1-07.12 is supplemented with the following: 18 (******) 19 Required Federal Aid Provisions 20 The Required Contract Provisions Federal Aid Construction Contracts (FHWA 1273) and the 21 amendments thereto supersede any conflicting provisions of the Standard Specifications and 22 are made a part of this contract; provided, however, that if any of the provisions of FHWA 23 1273, as amended, are less restrictive than Washington State Law, then the Washington 24 State Law shall prevail. 25 26 The provisions of FHWA 1273, as amended, included in this contract require that the 27 Contractor insert the FHWA 1273 and amendments thereto in each subcontract, together 28 with the wage rates which are part of the FHWA 1273, as amended. Also, a clause shall be 29 included in each subcontract requiring the subcontractors to insert the FHWA 1273 and 30 amendments thereto in any lower tier subcontracts, together with the wage rates. The 31 Contractor shall also ensure that this section, REQUIRED FEDERAL AID PROVISIONS, is 32 inserted in each subcontract for subcontractors and lower tier subcontractors. For this 33 purpose, upon request to the Project Engineer, the Contractor will be provided with extra 34 copies of the FHWA 1273, the amendments thereto, the applicable wage rates, and this 35 Special Provision. 36 �II 37 Contractor's Responsibility for Work 38 39 1-07.13(1) General 40 Section 1-07.13(1) is supplemented as follows: ll�l 41 (* **) 42 During unfavorable weather and other conditions, the contractor shall pursue only such 43 portions of the work as shall not be damaged thereby. 45 No portion of the work whose satisfactory quality or efficiency will be affected by 46 unfavorable conditions shall be constructed while these conditions exist, unless by 47 special means or precautions acceptable to the engineer, the contractor shall be able to 48 overcome them. i 49 50 1-07.115 Temporary Water Pollution/Erosion Control ggff51 Section 1-07.15 is supplemented as follows: 0l�l 52 (******) 53 Temporary water pollution control work shall also consist of placing filter fabric over storm 54 drainage structures during construction and cleaning the fabric periodically, catch basin 55 inserts, straw bales, plastic sheeting, and other items as directed by Engineer. These and 56 other temporary water pollution/erosion control measures shall be performed on an 57 as-needed basis, when so directed by Engineer. 58 59 The lump sum contract price 60 "Temporary Water Pollution Control," L.S." D AVE SW S GNALIIZATION 7TH_LIND 205 a� 1 shall be full compensation for all work and materials required to provide temporary water 2 pollution control. 3 4 9-07.76(7) Private/Public Property 5 Section 1-07.16(1) is supplemented by adding the following: 6 (** **) 7 The Contracting Agency will obtain all easements and franchises required for the 8 project. The contractor shall limit his operation to the areas obtained and shall not 9 trespass on private property. 10 11 The Contracting Agency may provide certain lands, as indicated in connection with the 12 work under the contract together with the right of access to such lands. The contractor 13 shall.not unreasonably encumber the premises with his equipment or materials. 14 15 The contractor shall provide, with no liability to the Contracting Agency, any additional 16 land and access thereto not shown or described that may be required for temporary 17 construction facilities or storage of materials. He shall construct all access roads, 18 detour roads, or other temporary work as required by his operations. The contractor 19 shall confine his equipment, storage of material, and operation of his workers to those 20 areas shown and described and such additional areas as he may provide. 21 A. General. All construction work under this contract on easements, right-of-way, over 22 private property or franchise, shall be confined to the limits of such easements, 23 right-of-way or franchise. All work shall be accomplished so as to cause the least 24 amount of disturbance and a minimum amount of damage. The contractor shall 25 schedule his work so that trenches across easements shall not be left open during 26 weekends or holidays and trenches shall not be open for more than 48 hours. 27 B. Structures. The contractor shall remove such existing structures as may be 28 necessary for the performance of the work and, if required, shall rebuild the 29 structures thus removed in as good a condition as found. He shall also repair all 30 existing structures which may be damaged as a result of the work under- this 31 contract. 32 C. Easements. Cultivated areas and other surface improvements. All cultivated j 33 areas, either agricultural or lawns, and other surface improvements which are 34 damaged by actions of the contractor shall be restored as nearly as possible to 35 their original condition. 36 Prior to excavation on an easement or private right-of-way, the contractor shall strip 37 top soil from the trench or construction area and stockpile it in such a manner that it IN 38 may be replaced by him, upon completion of construction. Ornamental trees and 39 shrubbery shall be carefully removed with the earth surrounding their roots 40 wrapped in burlap and replanted in their original positions within 48 hours. 41 42 All shrubbery or trees destroyed or damaged, shall be replaced by the contractor 43 with material of equal quality at no additional cost to the Contracting Agency. In the 44 event that it is necessary to trench through any lawn area, the sod shall be carefully 45 cut and rolled and replaced after the trenches have been backfrlled. The lawn area 46 shall be cleaned by sweeping or other means, of all earth and debris. 47 48 The contractor shall use rubber wheel equipment similar to the small tractor-type 49 backhoes used by side sewer contractors for all work, including excavation and 50 backfill, on easements or rights-of- way which have lawn areas. All fences, 51 markers, mail boxes, or other temporary obstacles shall be removed by the 52 contractor and immediately replace, after the trench is backfilled, in their original 53 position. The contractor shall notify the Contracting.Agency and property Owner at 54 least 24 hours in advance of any work done on easements or rights-of-way. 55 56 Damage to existing structures outside of easement areas that may result from 57 dewatering and/or other construction activity under this contract shall be restored to 58 their original condition or better. The original condition shall be established by 59 photographs taken and/or inspection made prior to construction. All such work SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 206 �I 1 shall be done to the satisfaction of the property Owners and the Contracting 2 Agency at the expense of the contractor. 3 D. Streets. The contractor will assume all responsibility of restoration of the surface of 4 all streets (traveled ways) used by him if damaged. 5 6 In the event the contractor does not have labor or material immediately available to 7 make necessary repairs, the contractor shall so inform the Contracting Agency. The 8 Contracting Agency will make the necessary repairs and the cost of such repairs shall I 9 be paid by the contractor. 10 11 The contractor is responsible for identifying and documenting any damage that is pre- 12 existing or caused by others. Restoration of excavation in City streets shall be done in 13 accordance with the City of Renton Trench Restoration Requirements, which is 14 available at the Public Works Department Customer Services counter on the 4th floor, 15 Renton City Mall, 1055 South Grady Way. 16 17 1-07.17 Utilities and Similar Facilities 18 Section 1-07.17 is supplemented by adding: 20 Existing utilities indicated in the Plans have been plotted from the best information available 21 to Engineer. Information and data shown or indicated in the Contract Documents with 22 respect to existing underground utilities or services at or contiguous to the project site are 23 based on information and data furnished to Owner and Engineer by owners of such 24 underground facilities or others, and Owner and Engineer do not assume responsibility for 25 the accuracy or completeness thereof. It is to be understood that other aboveground or 26 underground facilities not shown in the Plans may be encountered during the course of the 27 work. 28 29 All utility valves, manholes, vaults, or pull boxes which are buried shall be conspicuously 30 marked) in a fashion acceptable to the Owner and Engineer by the Contractor to allow their 31 location to be determined by the Engineer or utility personnel under adverse conditions, 32 (inclement weather or darkness). 33 34 Where underground main distribution conduits, such as water, gas, sewer, electric power, or 35 telephone, are shown on the Plans, the Contractor, for the purpose of preparing his bid, shall 36 assume that every property parcel will be served by a service connection for each type of 37 utility. 38 39 Contractor shall check with the utility companies concerning any possible conflict prior to 40 commencing excavation in any area. Contractor shall resolve all crossing and clearance 41 problems with the utility company concerned. No excavation shall begin until all known 42 facilities, in the vicinity of the excavation area, have been located and marked. 43 44 In addition to Contractor having all utilities field marked before starting work, Contractor shall 45 have all utilities field marked after they are relocated in conjunction with this project. 46 47 Call Before You Dig 48 The 48 Hour Locators 49 1-800-424-5555 50 51 At least 2 and not more than 10 working days prior to commencing any excavations for utility 52 potholing or for any other purpose under this Contract, Contractor shall notify the 53 Underground Utilities Location Center by telephone of the planned excavation and progress 54 schedule. Contractor is also warned that there may be utilities on the project that are not 555 part of the One Call system. They must be contacted directly by Contractor for locations. 57 Contractor shall make arrangements 48 hours in advance with respective utility owners to 58 have a representative present when their utility is exposed or modified, if the utility chooses 59 to do so. 60 �II S GNALIZATIOND AVE SW �� 7TH_LIND 207 1 Existing utilities for telephone, power; gas, water, and television cable facilities shall be 2 adjusted or relocated by the appropriate utility company unless otherwise noted in the Plans. 3 These adjustments may be completed before Contractor begins work, or may be performed 4 in conjunction with the contract work. Contractor shall be entirely responsible for 5 coordination with the utility companies and arranging for the movement or adjustment, either 6 temporary or permanent, of their facilities within the project limits. See also Section 1-05.14 7 of these Special Provisions. 8 9 If or when utility conflicts occur, Contractor shall continue the construction process on other 10 aspects of the project whenever possible. No additional compensation will be made to 11 Contractor for reason of delay caused by the actions of any utility company and Contractor 12 shall consider such costs to be incidental to the other items of the contract. 13 14 Utility Potholing 15 Potholing is included as a bid item for use in determining the location of existing utilities in 16 advance of the Contractor's operations. The Contractor shall submit all potholing requests to 17 the Engineer for approval, at least 2 working days before potholing is scheduled. 18 Additionally, the Contractor shall provide potholing at Engineer's request. 19 20 In no way shall the work described under Utility Potholing relieve Contractor of any of the 21 responsibilities described in Section 1-07.17 of the Standard Specifications and Special 22 Provisions, and elsewhere in the Contract Documents. 23 24 Payment 25 Payment will be made at the discretion of Engineer, for the following bid item(s) in 26 accordance with Section 1-09.6 of the Standard Specifications and these Special Provisions. 27 "Utility Potholing," Force Account 28 "Resolution of Utility Conflicts," Force Account 29 30 Section 1-07.18 is deleted replaced by the following new section and subsections: 32 1-07.18 Public Liability and Property Damage Insurance 33 1-07.18(1) General ICI 34 The contractor shall obtain and maintain in full force and effect, from. the Contract 35 Execution Date to the Completion Date, public liability and property damage insurance , 36 with an insurance company(ies) or through sources approved by the State Insurance 37 Commissioner pursuant to RCW 48. 38 39 The Contractor shall not begin work under the Contract until the required ,insurance has 40 been obtained and approved by the Contracting Agency. Insurance shall provide 41 coverage to the Contractor, all subcontractors, Contracting Agency and the Contracting 42 Agency's consultant. The coverage shall protect against claims for bodily injuries, 43 personal injuries, including accidental death, as well as claims for property damages 44 which may arise from any act or omission of the Contractor or the subcontractor, or by 45 anyone directly or indirectly employed by either of them. 46 47 If warranted work is required the Contractor shall provide the City proof that insurance 48 coverage and limits established under the term of the Contract for work are in full force 111 49 and effect during the period of warranty work. 50 51 The Contracting Agency may request a copy of the actual declaration pages(s) for each 52 insurance policy effecting coverage(s) required on the contract prior to the date work 53 commences. Failure of the Contractor to fully comply during the term of the Contract 54 with the requirements described herin will be considered a material breach of contract 55 and shall be caused for immediate termination of the Contract at the option of the 56 Contractin Agency. 57 1-07.18(2 Coverages 58 As part of the response to this proposal, the Contractor shall submit a coml:Ileted City of 59 Renton Insurance Information form which details specific coverage and limits for this 60 contract. SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 208 1 2 All coverage provided by the Contractor shall be in a form and underwritten by a 3 company acceptable to the Contracting Agency. The City requires that all insurers: 4 1. Be licensed to do business within the State of Washington. 5 2. Coverage to be on an "occurrence" basis (Professional Liability and Pollution 6 coverage are acceptable when written on a claims-made basis). The City may 7 also require proof of professional liability coverage be provided for up to two 8 (2) years after the completion of the project. 9 3. The City may request a copy of the actual declaration page(s) for each 10 insurance policy affecting coverage(s) required by the Contract prior to the 11 date work commences. 12 4. Possess a minimum A.M. Best rating of AVII (A rating of A XII or better is 13 preferred.) If any insurance carrier possesses a rating of less than AVII, the 14 City may make an exception. 'I 15 16 The City reserves the right to approve the security of the insurance coverage provided 17 by the insurance company(ies), terms, conditions, and the Certificate of Insurance. 18 Failure of the Contractor to fully comply during the term of the contract with these 19 requirements will be considered a material breach of contract and shall be cause for 20 immediate termination of the contract at the option of the City. 21 22 The Contractor shall obtain and maintain the minimum insurance coverage set forth 23 below. By requiring such minimum insurance, the City of Renton shall not be deemed 24 or construed to have assessed the risks that may be applicable to the Contractor. The 25 Contractor shall assess its own risks and if it deems appropriate and/or prudent, 26 maintain higher limits and/or broader coverage. j 27 28 Coverage shall include: 29 A. Commercial General Liability- ISO 1993 Form or equivalent. Coverage will be 30 written on an occurrence basis and include: 31 • Premises and Operations (including CG2503; General Aggregate to apply 32 per project, if applicable). 33 • Explosion, Collapse and Underground Hazards 34 • Products/Completed Operations 35 • Contractual Liability (including Amendatory Endorsement CG 0043 or 36 equivalent which includes defense coverage assumed under contract) 37 • Broad Form Property Damage 38 • Independent Contractors 39 • Personal/Advertising Injury 40 • Stop Gap Liability 41 B. Automobile Liability including all 42 • Owned Vehicles 43 • Non-Owned Vehicles 44 • Hired Vehicles 45 C. Workers' Compensation 46 Statutory Benefits (Coverage A) - Show Washington Labor & Industries 47 Number 48 D. Umbrella Liability (when necessary) I 49 Excess of Commercial General Liability and Automobile Liability. 50 Coverage should be as broad as primary. 51 E. Professional Liability - (whenever the work under this Contract includes 52 Professional Liability, (i.e. architectural, engineering, advertising, or computer I 53 programming) the CONTRACTOR shall maintain professional liability covering 54 wrongful acts, errors and/or omissions of the CONTRACTOR for damage 55 sustained by reason of or in the course of operations under this Contract. 56 F. The Contracting Agency reserves the right to request and/or require additional 57 coverages as may be appropriate based on work performed(i.e. pollution 58 liability). 59 SW 7TH ST/LIND AVE SW SIGNALCLATION 7TH_LIND 209 1 CONTRACTOR shall Name CITY OF RENTON, and its officers, officials, agents, 2 employees and volunteers as Additional Insured (ISO Form CG 2010 or equivalent). 3 The CONTRACTOR shall provide CITY OF RENTON Certificates of Insurance prior to 4 commencement of work. The City reserves the right to request copies of insurance 5 policies, if at their sole discretion it is deemed appropriate. Further, all policies of 6 insurance described above shall: 7 A. Be on a primary basis not contributory with any other insurance coverage , 8 and/or self-insurance carried by CITY OF RENTON. 9 B. Include a Waiver of Subrogation Clause. 10 C. Severability of Interest Clause (Cross Liability) 11 D. Policy may not be non-renewed, canceled or materially changed or altered 12 unless forty-five (45) days prior written notice is provided to CITY OF 13 RENTON. Notification shall be provided to CITY OF RENTON by certified 14 mail. 15 1-07.18(3) Limits 16 LIMITS REQUIRED 17 Providing coverage in these stated amounts shall not be construed to relieve the 18 contractor from liability in excess of such limits. The CONTRACTOR shall carry the 19 following limits of liability as required below: 20 Commercial General Liability General Aggregate* $2,000,000** Products/Completed $2,000,000** Operations Aggregate Each Occurrence Limit $1,000,000 Personal/Advertising Injury $1,000,000 Fire Damage (Any One Fire) $50,000 Medical Payments (Any One $5,000 Person) 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 $1,000,000 Damage (Each Accident) Workers' Compensation Statutory Benefits - Variable Coverage A (Show Washington Labor and Industries Number) Umbrella Liability Each Occurrence Limit $1,000,000 General Aggregate Limit $1,000,000 Products/Completed $1,000,000 Operations Aggregate Professional Liability (If required) Each Occurrence/ $1,000,000 Incident/Claim 21 Aggregate $2,000,000 22 The City may require the CONTRACTOR to keep professional liability coverage in effect 23 for up to two (2) years after completion of the project. 24 25 The Contractor shall promptly advise the CITY OF RENTON in writing in the event any 26 general aggregate or other aggregate limits are reduced. At their own expense, the 27 CONTRACTOR will reinstate the aggregate to comply with the minimum limits and 28 requirements as stated in Section 1-07.18(3) and shall furnish the CITY OF RENTON a 29 new Certificate of Insurance showing such coverage is in force. SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 210 , 1 M- 1-07.18(4) Evidence of Insurance: 2 Within 20 days of award of the contract the CONTRACTOR shall provide evidence of 3 insurance by submitting to the CONTRACTING AGENCY the following: 4 1. City of Renton Insurance Information Form (attached herein) without 5 modification. 6 2. Certificate of Insurance (Accord Form 25s or equivalent) conforming to items 7 as specified in Sections 1-07.18(1), 1-07.18(2), and 1-07.18(3) as revised 8 above. Other requirements are as follows: 9 A. Strike the following or similar wording: "This Certificate is issued as a 10 matter of information only and confers no rights upon the Certificate 11 Holder'; 12 B. Strike the wording regarding cancellation notification to the City: "Failure 13 to mail such notice shall impose no obligation or liability of any kind upon 14 the company, its agents or representatives". l) 15 C. Amend the cancellation clause to state: "Policy may not be non-renewed, 16 canceled or materially changed or altered unless 45 days prior written 17 notice is provided to the City". Notification shall be provided to the City by 18 certified mail. 'll 19 20 For Professional Liability coverage only, instead of the cancellation language 21 specified above, the City will accept a written agreement that the consultant's 22 broker will provide the required notification. 23 24 1-07.22 Use of Explosives 25 Section 1-07.22 is supplemented by the following: 26 ( **) 27 Explosives shall not be used without specific authority of the Engineer, and then only under 28 such restrictions as may be required by the proper authorities. Explosives shall be handled 29 and used in strict compliance with WAC 296-52 and such local laws, rules and regulations NI30 that may apply. The individual in charge of the blasting shall have a current Washington I 31 State Blaster Users License. 32 33 The Contractor shall obtain, comply with, and pay for such permits and costs as are 34 necessary in conjunction with blasting operations. 35 36 Public Convenience And Safety �I 37 38 Construction Under Traffic 39 Section 1-07.23(1) is supplemented with the following: 40 41 1-07.23(9) Construction Under Traffic 42 Section 1-07.23(1) is supplemented by adding the following: 43 44 The contractor shall be responsible for controlling dust and mud within the project limits 45 and on any street which is utilized by his equipment for the duration of the project. The 46 contractor shall be prepared to use watering trucks, power sweepers, and other pieces 47 of equipment as deemed necessary by the engineer, to avoid creating a nuisance. 48 49 Dust and mud control shall be considered as incidental to the project, and no 50 compensation will be made for this section. 51 �I 52 Complaints of dust, mud or unsafe practices and/or property damage to private 53 Ownership will be transmitted to the contractor and prompt action in correcting them will 54 be required by the contractor. 55 56 Complaints of dust, mud, or unsafe practices and/or property damage to private 57 Ownership will be'transmitted to the Contractor and prompt action In correcting them will 58 be required by the Contractor. 59 SW 7TH ST/LIND AVE SW SIGNALIl_ATION 7TH_LIND 211 II 1 Contractor shall maintain the roads during construction in a suitable condition to 2 minimize affects to vehicular and pedestrian traffic. All cost to maintain the roads shall 3 be borne by Contractor. 4 5 At least one-way traffic shall be maintained on all cross-streets within the project limits 6 during working hours. One lane shall be provided in each direction for all streets during 7 non-working hours. 8 9 Contractor shall provide one driveable roadway lane and maintain convenient access for 10 local and commuter traffic to driveways, businesses, and buildings along the line of 11 Work throughout the course of the project. Such access shall be maintained as near as 12 possible to that which existed prior to the commencement of construction. This 13 restriction shall not apply to the paving portion of the construction process. 14 15 Contractor shall notify and coordinate with all property owners and tenants of street 16 closures, or other restrictions which may interfere with their access—at least 24 hours in 17 advance for single-family residential property, and at least 48 hours in advance for 18 apartments, offices, and commercial property. Contractor shall give a copy of all notices , 19 to Engineer. 20 21 When the abutting owners' access across the right-of-way line is to be eliminated and 22 replaced under the Contract by other access, the existing access shall not be closed 23 until the replacement access facility is available.. 24 25 All unattended excavations shall be properly barricaded and covered at all times. 26 Contractor shall not open any trenches that cannot be completed and refilled that same 27 day. Trenches shall be patched or covered by a temporary. steel plate; at Contractor's 28 expense, except in areas where the roadway remains closed to public traffic. Steel 29 plates must be anchored. 30 31 PROSECUTION AND PROGRESS 32 33 Section 1-08.0 is a new section with subsection: 34 ******) 35 -08.0 Preliminary Matters 36 1-08.0(1) Preconstruction Conference 37 The Engineer will furnish the Contractor with up to 5 copies of the Contract Documents. 38 Additional documents may be furnished upon request at the cost of reproduction. Prior 39 to undertaking each part of the Work the Contractor shall carefully study and compare 40 the Contract Documents and check and verify pertinent figures shown therein and all 41 applicable field measurements. The Contractor shall promptly report in writing to the 42 Engineer any conflict, error or discrepancy which the Contractor may discover. 43 44 After the Contract has been executed, but prior to the Contractor beginning the Work, a 45 preconstruction conference will be held between the Contractor, the Engineer and such 46 other interested parties as may be invited. 47 48 The Contractor shall prepare and submit at the preconstruction meeting: 49 4 Contractor's plan of operation and progress schedule (3+ copies) 50 4 Approval of qualified subcontractors (bring list of subcontractors if different 51 from list submitted with Bid) 52 4 List of materials fabricated or manufactured off the project 53 4 Material sources on the project 54 4 Names of principal suppliers 55 4 Detailed equipment list, including "Rental Rate Blue Book" hourly costs (both 56 working and standby rates) 57 4 Weighted wage rates for all employee classifications anticipated to be used on 58 Project 59 4 Cost percentage breakdown for lump sum bid item(s) 60 4 Shop Drawings (bring preliminary list) SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 212 , 111M 0- 0 M- I 1 4 Traffic Control Plans (3+ copies) 2 4 Temporary Water Pollution/Erosion Control Plan 3 4 In addition, the Contractor shall be prepared to address: 5 Bonds and insurance 6 Project meetings — schedule and responsibilities 7 Provision for inspection for materials from outside sources ®I 8 Responsibility for locating utilities ■ 9 Responsibility for damage 10 Time schedule for relocations, if by other than Contractor �II 11 Compliance with Contract Documents 12 Acceptance and approval of work 13 Labor compliance, payrolls, certifications 14 Safety regulations for Contractors' and Owner's employees and 15 representatives 16 Suspension of work, time extensions 17 Change order procedures 18 Progress estimates - procedures for payment 19 Special requirements of funding agencies 20 Construction engineering, advance notice of special work 21 Any interpretation of the Contract Documents requested by Contractor 22 Any conflicts or omissions in Contract Documents 23 Any other problems or questions concerning the work 24 Processing and administration of public complaints 25 Easements and rights of entry 26 Other contracts 27 28 The franchise utilities may be present at the preconstruction conference, and Contractor 29 should be prepared for their review and discussion of progress schedule and 30 coordination. 31 32 1-08.1 Subcontracting 33 Section 1-08.1 is supplemented as follows: 34 (** **) 35 Written requests for change in subcontractors shall be submitted by Contractor to Engineer 36 at least:7 calendar days prior to start of a subcontractor's work. 37 38 Contractor agrees that s/he is fully responsible to Owner for the acts and omissions of all 39 subcontractors and lower-tier subcontractors, and persons either directly or indirectly 40 employed by the subcontractors, as well as for the acts and omissions of persons directly 41 employed by Contractor. Contractor shall be required to give personal attention to the work I 42 that is sublet. Nothing contained in the Contract Documents shall create any contractual 43 relation between any subcontractor and Owner. 45 Contractor shall be responsible for making sure all subcontractors submit all required 46 documentation, forms, etc. 47 48 Subcontracting 49 Section 1-08.1 is supplemented with the following: 50 51 (October 12, 1998) 52 Prior to any subcontractor or lower tier subcontractor beginning work, the Contractor 53 shall submit to the Engineer a certification (WSDOT Form 420-004) that a written 54 agreement between the Contractor and the subcontractor or between the subcontractor 55 and any lower tier subcontractor has been executed. This certification shall also III 56 guarantee that these subcontract agreements include all the documents required by the 57 Special Provision Federal Agency Inspection. 58 SW 7TH'ST/LIND AVE SW SIGNAL.IZATION ��II 7TH_LIND 213 1 A subcontractor or lower tier subcontractor will not be permitted to perform any work 2 under the contract until the following documents have been completed and submitted to 3 the Engineer: ' 4 5 1. Request to Sublet Work (Form 421-012), and 6 2. Contractor and Subcontractor or Lower Tier Subcontractor Certification for 7 Federal-aid Projects (Form 420-004). 8 9 The Contractor's records pertaining to the requirements of this Special Provision shall 10 be open to inspection or audit by representatives of the Contracting Agency during the 11 life of the contract and for a period of not less than three years after the date of 12 acceptance of the contract. The Contractor shall retain these records for that period. 13 The Contractor shall also guarantee that these records of all subcontractors and lower 14 tier subcontractors shall be available and open to similar inspection or audit for the I 15 same time period. 16 17 1-08.2 Assignment , 18 The second paragraph of Section 1-08.2 is modified as follows: 19 (******) 20 Contractor shall not assign any moneys due or to become due to Contractor hereunder 21 without the prior written consent of Owner. The assignment, if approved, shall be subject to 22 all setoffs, withholdings, and deductions required by law and the Contract. 23 24 1-08.3 Progress Schedule 25 Section 1-08.3 is supplemented as follows: 26 (******) 27 The progress schedule for the entire project shall be submitted 7 calendar days prior to the 28 Preconstruction Conference. The schedule shall be prepared using the critical path 29 method (CPM), preferably using Microsoft Project or equivalent software. The schedule , 30 shall contain this information, at a minimum: 31 1. Construction activities, in sufficient detail that all activities necessary to construct a 32 complete and functional project are considered. Any activity which has a scheduled 33 duration exceeding 30 calendar days shall be subdivided until no sub-element has a 34 duration exceeding 30 calendar days. 35 The schedule shall clearly indicate the activities which comprise the critical path. For 36 each activity not on the critical path, the schedule shall show the float, or slack, time. 37 2. Procurement of material and equipment. 38 3. Submittals requiring review by Engineer. Submittal by Contractor and review by 39 Engineer shall be shown as separate activities. 40 4. Work to be performed by a subcontractor, agent, or any third party. 41 5. Allowances for delays which could result from normal inclement weather (time 42 extensions due to inclement weather will not be allowed). 43 6. Allowances for the time required by utilities (Owner's and others) to locate, monitor, and 44 adjust their facilities as required. 45 - 46 Engineer may request Contractor to alter the progress schedule when deemed necessary in 47 the opinion of Engineer—in the interest of public safety and welfare or of Owner, or for 48 coordination with any other activity of other contractors, the availability of all or portions of 49 the job site, or special provisions of this Contract, or to reasonably meet the completion date 50 of the project. Contractor shall provide such revised schedule within 10 days of request. , 51 52 If, at any time, in the opinion of Engineer, the progress of construction falls significantly 53 behind schedule, Contractor may be required to submit a plan for regaining progress and a 54 revised schedule indicating how the remaining work items will be completed within the 55 authorized contract time. 56 57 Contractor shall promptly report to Engineer any conditions which Contractor feels will 58 require revision of the schedule and shall promptly submit proposed revisions in the 1 59 progress schedule for acceptance by Engineer. When such changes are accepted by 60 Engineer, the revised schedule shall be followed by Contractor. SW 7TH ST/LIND AVE SW SIGNALIZATION I 7TH_LIND 214 , 1 2 Weekly Schedule. Contractor shall submit a weekly progress schedule to Engineer which 3 sets forth specific work to be performed the following week, and a tentative schedule for the ' 4 second week. 5 6 Failure to Maintain Progress Schedule. Engineer will check actual progress of the work 7 against the progress schedule a minimum of two times per month. Failure, without just 8 cause, to maintain progress in accordance with the approved schedule shall constitute a 9 breach of Contract. If, through no fault of Contractor, the proposed construction schedule 10 cannot be met, Engineer will require Contractor to submit a revised schedule to Engineer for 11 acceptance. The approved revisions will thereafter, in all respects, apply in lieu of the 12 original schedule. 13 14 Failure of Contractor to follow the progress schedule submitted and accepted, including 15 revisions thereof, shall relieve Owner of any and all responsibility for furnishing and making 16 available all or any portion of the job site, and will relieve Owner of any responsibility for 17 delays to Contractor in the performance of the work. 18 19 The cost of preparing the progress schedule, any supplementary progress schedules, and 20 weekly schedules shall be considered incidental to the Contract and no other compensation 21 shall be made. 22 23 Time For Completion 24 25 (September 8, 1997) 26 Section 1-08.5 is supplemented with the following: 27 28 This project shall be physically completed in its entirety within *** 90 ***working days. 29 30 In order to receive a suspension of the contract time during procurement of critical 31 materials, the Contractor shall within 20 calendar days after execution by the 32 Contracting Agency, provide the Contracting Agency with copies of purchase orders for 33 all electrical equipment items deemed critical by the Contracting Agency, including but 34 not limited to, signal controller materials, illumination standards and traffic signal 35 standards required for physical completion of the contract. Such purchase orders shall 36 disclose the estimated delivery dates for such critical equipment. If the Contracting �I 37 Agency receives a purchase order within the prescribed 20 calendar days, the contract 38 time shall be suspended upon physical completion of all work except that work 39 dependent upon the below listed critical items: 40 u� 41 Traffic signal standards and mastarms, n 42 Illumination standards, 43 Signal controller materials, 44 Signal controller cabinet. 45 46 The contract time will be resumed upon delivery of the critical items to the Contractor, 47 when the critical items are ready for delivery to the Contractor from the Contracting 1r 48 Agency's Materials Laboratory, or *** 60 *** calendar days after execution by the 49 Contracting Agency, whichever occurs first. 50 51 In the event the Contracting Agency does not receive a purchase order within 20 52 calendar days after execution by the Contracting Agency, the contract time for the entire I 53 project will continue without suspension for the critical items. 54 55 1-08.5 Time For Completion 56 The first five paragraphs of Section 1-08.5 are deleted and replaced with the following: 57 (******) 58 The Work shall be physically completed in its entirety within the time specified in the 59 Contract Documents or as extended by the Engineer. The Contract Time will be stated in 11 SW 7TH ST!LIND AVE SW SIGNALIZATION �� 7TH_LIND 215 1 "working days", shall begin on the Notice To Proceed Date, and shall end on the Contract 2 Completion Date. 3 4 A nonworking day is defined as a Saturday, a Sunday, a day on which the contract 5 specifically suspends work, or one of these holidays: January 1, Memorial Day, July 4, Labor 6 Day, November 11, Thanksgiving Day, the day after Thanksgiving, and Christmas Day. The 7 day before Christmas shall be a holiday when Christmas Day occurs on a Tuesday or Friday. 8 The day after Christmas shall be a holiday when Christmas Day occurs on a Monday, 9 Wednesday, or Thursday. When Christmas Day occurs on a Saturday, the two preceding 10 working days shall be observed as holidays. When Christmas day occurs on a Sunday, the 11 two working days following shall be observed as holidays. When holidays other- than 12 Christmas fall on a Saturday, the preceding Friday will be counted as a non-working day and 13 when they fall on a Sunday the following Monday will be counted as a non-working day. The 14 Contract Time has been established to allow for periods of normal inclement weather which, 15 from historical records, is to be expected during the Contract Time, and during which 16 periods, work is anticipated to be performed. Each successive working day, beginning with 17 the Notice to Proceed Date and ending with the Physical Completion Date, shall be charged 18 to the Contract Time as it occurs except a day or part of a day which is designated a 19 nonworking day or an Engineer determined unworkable day. 20 21 The Engineer will furnish the Contractor a weekly report showing (1) the number of working 22 days charged against the Contract Time for the preceding week; (2) the Contract Time in >� 23 working days; (3) the number of working days remaining in the Contract: Time; (4) the 24 number of nonworking days; and (5) any partial or whole days the Engineer declared 25 unworkable the previous week. This weekly report will be correlated with the Contractor's 26 current approved progress schedule. If the Contractor elects to work 10 hours a day and 4 27 days a week (a 4-10 schedule) and the fifth day of the week in which a 4-10 shift is worked 28 would ordinarily be charged as a working day then the fifth day of that week will be charged 29 as a working day whether or not the Contractor works on that day. 30 31 The Contractor will be allowed 10 calendar days from the date of each report in which to file 32 a written protest of an alleged discrepancy in the Contract Time as reported. Otherwise, the 33 report will be deemed to have been accepted by the Contractor as correct. 34 35 The requirements for scheduling the Final Inspection and establishing the Substantial 36 Completion, Physical Completion, and Completion Dates are specified in Sections 1-05.11 37 and 1-05.12. 38 39 Section 1-08.5 is supplemented as follows: 40 (******) 41 Within 10 calendar days after execution of the Contract by the Contracting Agency, 42 Contractor shall provide the Contracting Agency with copies of purchase orders for all 43 equipment items deemed critical by the Contracting Agency, including but not limited to 44 ._ signal controller materials, lighting standards, and signal standards-required for the physical 45 completion of the contract. Such purchase orders shall disclose the estimated delivery dates 46 for the equipment. 47 48 All items of work which can be performed without delivery of the critical items shall start and 49 be completed as soon as possible. 'At that time, Engineer may suspend the work upon 50 request of Contractor until the critical items are delivered to Contractor, if the Contracting 51 Agency received a purchase order within 10 calendar days after execution of the Contract by 52 the Contracting Agency. 53 54 Contractor will be entitled to only one such suspension of time during the performance of the 55 work and during such suspension shall not perform any additional work on the project. Upon 56 delivery of the critical items, contract time will resume and continue to tie charged in 57 accordance with Section 1-08. 58 59 1-08.6 Suspension of Work 60 Section 1-08.6 is supplemented as follows: SW 7TH ST/UND AVE SW SIGNALIZATION 7TH LIND 216 2 Owner may at any time suspend the work, or any part thereof, by giving notice to Contractor 3 in writing. The work shall be resumed by Contractor within 14 calendar days after the date 4 fixed in the written notice from Owner to Contractor to do so. 5 6 Contractor shall not suspend work under the Contract without the written order of Owner. 7 8 If it has been determined that Contractor is entitled to an extension of time, the amount of 9 such extension shall be only to compensate for direct delays and shall be based upon 10 Contractor's diligently pursuing the work at a rate not less than that which would have been 11 11 necessary to complete the original Contract Work on time. 12 13 1-08.9 Liquidated Damages 14 Section 1=08.9 is supplemented as follows: 16 In addition, Contractor shall compensate Owner for actual engineering inspection and 17 supervision costs and any other expenses and legal fees incurred by Owner as a result of 18 such delay. Such labor costs will be billed to Contractor at actual costs, including 20 administrative overhead costs. 21 In the event that Owner is required to commence any lawsuit in order to enforce any 22 provision of this Contract or to seek redress for any breach thereof, Owner shall be entitled I 23 to recover its costs, including reasonable attorneys fees, from Contractor. 24 25 1-08.10 Termination of Contract 26 27 Section 1-08.10(6) is a new section: 28 (******) 29 1418,10(6) .Removal of Equipment III 30 In case of the termination of this Contract before completion for any cause whatever, 31 Contractor, if notified to do so by Owner, shall promptly remove all Contractor-owned 32 equipment and supplies from the property of Owner and, if Contractor fails to do so 33 within 5 calendar days from such notice by Owner, Owner shall have the right to remove 34 such equipment and supplies at the expense of Contractor, deducting the cost thereof 35 frorn any funds otherwise due Contractor. 36 37 Section 1-08.11 is a new section: 38 ******) 39 -08.11 Contractor's Plant and Equipment 40 The contractor alone shall at all times be responsible for the adequacy, efficiency, and 41 sufficiency of his and his subcontractor's plant and equipment. The Owner shall have the 42 right to make use of the contractor's plant and equipment in the performance of any work on 43 the site of the work. 44 I. 45 The use by the Owner of such plant and equipment shall be considered as extra work and 46 paid for accordingly. 47 p� 48 Neither the Owner nor the engineer assumes any responsibility, at any time, for the security 49 of the site from the time contractor's operations have commenced until final acceptance of 50 the work by the engineer and the Owner. The contractor shall employ such measures as 51 additional fencing, barricades, and watchmen service, as he deems necessary for the public 52 safety and for the protection of the site and his plant and equipment. The Owner will be 53 provided keys for all fenced, secured areas. 54 55 Section 1-08.12 is a new section: 56 (******) 57 1-08.12 Attention to Work 58 The contractor shall give his personal attention to and shall supervise the work to the end I 59 that it shall be prosecuted faithfully, and when he is not personally present on the work site, 60 he shall at all times be represented by a competent superintendent who shall have full I�I SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 217 1 authority to execute the same, and to supply materials, tools, and labor without delay, and 2 who shall be the legal representative of the contractor. The contractor shall be liable for the 3 faithful observance of any instructions delivered to him or to his authorized representative. 4 5 1-09 Measurement and PaymentMEASUREMENT AND PAYMENT 6 7 1-09.1 Measurement of Quantities 8 Section 1-09.1 is supplemented by adding the following: 9 (******) 10 Lump Sum. The percentage of lump sum work completed, and payment will be based on 11 the cost percentage breakdown of the lump sum bid price(s) submitted at the 12 preconstruction conference. 13 14 The Contractor shall submit a breakdown of costs for each lump sum bid item. The 15 breakdown shall list the items included in the lump sum together with a unit price of labor, 16 materials, and equipment for each item. The summation of the detailed unit prices for each 17 item shall add up to the lump sum bid. The unit price values may be used as a guideline for 18 determining progress payments or deductions or additions in payment for ordered work 19 changes. 20 21 Cubic Yard Quantities. Contractor shall provide truck trip tickets for progress payments 22 only in the following manner. Where items are specified to be paid by the cubic yard, the 23 following tally system shall be used. 24 25 All trucks to be employed on this work will be measured to determine the volume of each 26 truck. Each truck shall be clearly numbered, to the satisfaction of Engineer, and there shall 27 be no duplication of numbers. 28 29 Duplicate tally tickets shall be prepared to accompany each truckload of material delivered 30 on the project. All tickets received that do not contain the following information will not be 31 processed for payment: 32 1 Truck number 33 2 Quantity and type of material delivered in cubic yards 34 3 Drivers name, date and time of delivery 35 4 Location of delivery, by street and stationing on each street 36 5 Place for Engineer to acknowledge receipt 37 6 Pay item number 38 7 Contract number and/or name 39 40 It will be Contractor's responsibility to see that a ticket is given to Engineer on the project for 41 each truckload of material delivered. Pay quantities will be prepared on the basis of said 42 tally tickets. 43 44 Loads will be checked by Engineer to verify quantity shown on ticket. 45 46 Quantities by Ton. It will be Contractor's responsibility to see that a certified weight ticket is 47 given to the Inspector on the project at the time of delivery of materials for each truckload 48 delivered. Pay quantities will be prepared on the basis of said tally tickets, delivered to 49 Inspector at time of delivery of materials. Tickets not receipted by Inspector will not be 50 honored for payment. 51 52 Each truck shall be clearly numbered to the satisfaction of Engineer and there shall be no 53 duplication of numbers. 54 55 Duplicate tickets shall be prepared to accompany each truckload of material delivered to the 56 project. All tickets received that do not contain the following information will not be 57 processed for payment: 58 1. Truck number 59 2. Truck tare weight (stamped at source) SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LI N D 218 i 1 3. Gross truck load weight in tons (stamped at source) 2 4. Net load weight (stamped at source) 3 5. Driver's name, date, and time of delivery 4 6. Location for delivery by street and stationing on each street 5 7. Place for Engineer to acknowledge receipt 6 8. Pay item number 7 9. Contract number and/or name If9 1-09.3 Scope of Payment 10 Section 1-09.3 is supplemented by adding the following: l) 12 Unless modified otherwise in the Contract Provisions, the Bid Items listed or referenced in 13 the "Payment" clause of each Section of the Standard Specifications, will be the only items 14 for which compensation will be made for the Work described in or specified in that particular II' 15 Section when the Contractor performs the specified Work. Should a Bid Item be listed in a 16 "Payment" clause but not in the Proposal Form, and Work for that item is performed by the 17 Contractor and the work is not stated as included in or incidental to a pay item in the contract 18 and is not work that would be required to complete the intent of the Contract per Section 1- �� 19 04.1, then payment for that Work will be made as for Extra Work pursuant to a Change 20 Order. 21 �I 22 The words "Bid Item," "Contract Item," and "Pay Item," and similar terms used throughout the 23 Contract Documents are synonymous. 24 25 If the "payment" clause in the Specifications relating to any unit Bid Item price in the 26 Proposal Form requires that said unit Bid Item price cover and be considered compensation m 27 for certain work or material essential to the item, then the work or material will not be 28 measured or paid for under any other Unit Bid Item which may appear elsewhere in the 29 Proposal Form or Specifications. 30 31 PiuraliZed unit Bid Items appearing in these Specifications are changed to singular form. 32 33 Payment for Bid Items listed or referenced in the "Payment" clause of any particular Section 34 of the Specifications shall be considered as including all of the Work required, specified, or 35 described in that particular Section. Payment items will generally be listed generically in the 36 Specifications, and specifically in the bid form. When items are to be "furnished" under one 37 payment item and "installed" under another payment item, such items shall be furnished mj 38 FOB project site, or, if specified in the Special 'Provisions, delivered to a designated site. 39 Materials to be "furnished," or "furnished and installed" under these conditions, shall be the 40 responsibility of the Contractor with regard to storage until such items are incorporated into 41 the Work or, if such items are not to be incorporated into the work, delivered to the I 42 applicable Contracting Agency storage site when provided for in the Specifications. Payment 43 for material "furnished," but not yet incorporated into the Work, may be made on monthly 44 estimates to the extent allowed. 45 46 47 1-09.6 Force account 48 Section 1-09.6 is supplemented as follows: 49 (******) 50 To provide a common basis for all bidders, Owner has estimated and included in the 51 Proposal, dollar amounts for all items to be paid per force account. All such dollar amounts 52 are to become a part of Contractor's total bid. However, Owner does not warrant expressly 53 or by implication, that the actual amount of work will correspond with those estimates. 54 Payment will be made on the basis of the amount of work actually authorized in writing by 55 Engineer. 56 57 1-09.7 Mobilization 58 Section 1-09.7 is supplemented as follows: 59 (**** *) I�f D AVE SW S GNALIZATION 7TH_LIND 219 1 Mobilization shall also Include, but not be limited to, the following items: the movement of 2 Contractor's personnel, equipment, supplies, and incidentals to the project site- the 3 establishment of an office, buildings, and other facilities necessary for work on the project; 4 providing sanitary facilities for Contractor's personnel; and obtaining permits or licenses 5 required to complete the project not furnished by Owner. 6 7 This item shall also include providing Engineer and Inspectors with access to telephone, 8 facsimile machine, and copy machine during all hours Contractor is working on the jobsite; 9 and a table and chair for their use when needed. 10 11 Payment will be made for the following bid item(s): 12 "Mobilization," Lump Sum. 13 14 1-09.9 Payments 15 Section 1-09.9 is supplemented as follows: 16 (******) 17 Applications for payment shall be itemized and supported to the extent required by Engineer 18 by receipts or other vouchers showing payment for materials and labor, payments to , 19 subcontractors, and other such evidence of Contractor's right to payment as Engineer- may 20 direct. 21 22 Contractor shall submit a progress report with each monthly request for a progress payment. 23 The progress report shall indicate the estimated percent complete for each activity listed on 24 the progress schedule (see Section 1-08.3). 25 26 1-09.9(1) Retainage 27 Section 1-09.9(1) is supplemented as follows: 28 (******) I 29 The retained amount shall be released as stated in the Standard Specifications if no 30 claims have been filed against such funds as provided by law and if Owner has no 31 unsatisfied claims against Contractor. In the event claims are filed, Owner shall 32 withhold, until such claims are satisfied, a sum sufficient to satisfy all claims and to pay 33 attorney's fees. In addition, Owner shall withhold such amount as is required to satisfy lot 34 any claims by Owner against Contractor, until such claims have been finally settled. 35 I 36 Neither the final payment nor any part of the retained percentage shall become due until 37 Contractor, if requested, delivers to Owner a complete release of all liens arising out of 38 this Contract, or receipts in full in lieu thereof, and, if required in either case, an affidavit 39 that so far as Contractor has knowledge or information, the release and receipts include 81 40 all labor and materials for which a lien could be filed: but Contractor may, if any 41 subcontractor refuses to furnish a release or receipt in full, furnish a bond satisfactorily 42 to Engineer to indemnify Owner against the lien. If any lien remains unsatisfied after all 43 payments are made, Contractor shall reimburse to Owner all monies that the latter may 44 be compelled to pay in discharging such lien, including all- costs and reasonable 45 engineer's and attorney's fees. 46 47 1-09.11(2) Claims 48 Paragraph 5 is revised as follows: 50 Failure to submit with the Final Application for Payment such information and details as 51 described in this section for any claim shall operate as a waiver of the claims by the 52 Contractor as provided in Section 1-09.9. 53 54 1-09.13 Claims Resolution 55 56 1-09.13(3)6 Procedures to Pursue Arbitration 57 Section 1-09.13(3)B is supplemented by adding: 58 (******) 59 The findings and decision of the board of arbitrators shall be final and binding on the 60 parties, unless the aggrieved party, within 10 days, challenges the findings and decision SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 220 1 by serving and filing a petition for review by the superior court of King County, 2 Washington. The grounds for the petition for review are limited to showing that the 3 findings and decision: 4 1. Are not responsive to the questions submitted; 5 2. Is contrary to the terms of the contract or any component thereof; 6 3. Is arbitrary and/or is not based upon the applicable facts and the law 7 controlling the issues submitted to arbitration. The board of arbitrators shall 8 support its decision by setting forth in writing their findings and conclusions 9 based on the evidence adduced at any such hearing. 10 ' 11 The arbitration shall be conducted in accordance with the statutes of the State of 12 Washington and court decisions governing such procedure. 13 14 The costs of such arbitration shall be borne equally by the City and the contractor 15 unless it is the board's majority opinion that the contractor's filing of the protest or action 16 is capricious or without reasonable foundation. In the latter case, all costs shall be 17 borne by the contractor. 18 19 1-10 TEMPORARY TRAFFIC CONTROL 20 ' 21 1-10.1 General 22 Section 1-10.1 is supplemented by adding the following: 24 When the bid proposal includes an item for "Traffic Control," the work required for this item 25 shall be all items described in Section 1-10, including, but not limited to: 26 1. Furnishing and maintaining barricades, flashers, construction signing and other 27 channelization devices, unless a pay item is in the bid proposal for any specific 28 device and the Special Provisions specify furnishing, maintaining, and payment in a ' 29 different manner for that device; 30 2. Furnishing traffic control labor, equipment, and supervisory personnel for all traffic 31 control labor; 32 3. Furnishing any necessary vehicle(s) to set up and remove the Class B construction 33 signs and other traffic control devices; 34 4. Furnishing labor and vehicles for patrolling and maintaining in position all of the 35 construction signs and the traffic control devices, unless a pay item is in the bid 36 proposal to specifically pay for this work; and �j 37 5. Furnishing labor, material, and equipment necessary for cleaning up, removing, and 38 replacing of the construction signs and the traffic control devices destroyed or 39 damaged during the life of the project. 40 6. Removing existing signs as specked or a directed by the engineer and delivering to 41 the City Shops or storing and reinstalling as directed by the Engineer. 42 7. Preparing a traffic control plan for the project and designating the person 43 responsible for traffic control at the work site. The traffic control plan shall include 44 descriptions of the traffic control methods and devices to be used by the prime 45 contractor, and subcontractors, shall be submitted at or before the preconstruction 46 conference, and shall be subject to review and approval of the Engineer. 47 8. Contacting police, fire, 911, and ambulance services to notify them in advance of 48 any work that will affect and traveled portion of a roadway. 49 9. Assuring that all traveled portions of roadways are open to traffic during peak traffic 50 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 51 special provisions, or as directed by the Engineer. 52 10. Promptly removing or covering all nonapplicable signs during periods when they 53 are not needed. 1 54 55 If no bid item "Traffic Control" appears in the proposal then all work required by these 56 sections will be considered incidental and their cost shall be included in the other items of 57 work. 58 SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 221 I 1 If the Engineer requires the Contractor to furnish additional channellzrng devices, pieces of 2 equipment, or services which could not be usually anticipated by a prudent contractor for the! 3 maintenance and protection of traffic, then a new item or items may be established to pay for r 4 such items. Further limitations for consideration of payment for these items are that they are 5 not covered by other pay items in the bid proposal, they are not specified in the Special 6 Provisions as incidental, and the accumulative cost for the use of each individual 7 channelizing device, piece of equipment, or service must exceed $200 in total cost for the 8 duration of their need. In the event of disputes, the Engineer will determine what is usually 9 anticipated by a prudent contractor. The cost for these items will be by agreed price, price 10 established by the Engineer, or by force account. Additional items required as a result: of the 11 contractor's modification to the traffic control plan(s) appearing in the contract shall not be 12 covered by the provisions in this paragraph. 13 14 If the total cost of all the work under the contract increases or decreases by more than 25 15 percent, an equitable adjustment will be considered for the item "Traffic Coritrol" to address 16 the increase or decrease. 17 18 Traffic control and maintenance for the safety of the traveling public on this project shall be 19 the sole responsibility of Contractor and all methods and equipment used will be subject to 20 the approval of Owner. 21 22 Traffic control devices and their use shall conform to City of Renton standards and the 23 Manual on Uniform Traffic Control Devices. 24 25 Contractor shall not proceed with any construction until proper traffic control has been 26 provided to the satisfaction of Engineer. Any days lost due to improper traffic; control will be 27 charged against Contractor's allowable contract time, and shall not be the cause for a claim 28 for extra days to complete the Work. 29 30 1-10.2(1)B Traffic Control Supervisor 31 Paragraphs 1 and 2 are revised as follows: 32 33 A TCS shall be on the project whenever traffic control labor is required or as 34 authorized by the Engineer. 35 36 The TCS shall assure that all the duties of the TCS are performed during the 37 duration of the contract. During nonwork periods, the TCS shall be able to be on 38 the job site within a 45-minute time period after notification by the Engineer. 39 40 1-90,2(2) Traffic Control Plans 41 Section 1-10.2(2) is supplemented as follows: 42 (** **) 43 The Contractor shall be responsible for assuring that traffic control is installed and 44 maintained in conformance to established standards. The Contractor shall continuously 45 evaluate the operation of the traffic control plan and take prompt action to correct any 46 problems that become evident during operation. 47 48 1-10.3 Flagging, Signs, and All Other Traffic Control Devices 49 Section 1-10.3 is supplemented as follows: 50 (******) 51 At the end of each working day, provisions shall be made for the safe passage of traffic and 52 pedestrians during non-working hours. 53 54 Barricades shall be reflectorized as specified in Part VI of the MUTCD, and shall be 3M 55 diamond grade or equivalent approved by Engineer. Barricades shall also be Equipped with 56 flashers. 57 58 1-10.3(3) Construction Signs 59 Section 1-10.3(3) paragraph 1 is revised as follows: SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 222 ' 1 All signs required by the approved traffic control plan(s) as well as any other appropriate 2 signs prescribed by the Engineer, or required to conform with established standards, will 3 be furnished by the Contractor. 4 5 Section 1-10.3(3) paragraph 4 is revised as follows: 7 No separate pay item will be provided in the bid proposal for Class A or Class B 8 construction signs. All costs for the work to provide Class A or Class B construction 9 signs shall be included in the unit contract price for the various other items of the work 10 in the bid proposal. 11 12 140.3(6) One-Way Piloted Traffic Control Through Construction Zone 13 Section 1-10.3(6) is replaced with: 14 15 The construction sometimes requires that traffic be maintained on a portion of the ` 16 roadway during the progress of the work using one-way piloted traffic control. If this is 17 the case, the Contractor's operation shall be confined to one-half the roadway, 18 permitting traffic on the other half. If, in the opinion of the Engineer, one-way piloted 19 traffic control is necessary, it shall be provided for as follows: 20 Contractor-Furnished One-Way Piloted Traffic Control. The Contractor shall furnish the 21 pilot car(s) and driver(s) for the pilot car control area. Any necessary flaggers shall be .II 22 furnished by the Contractor. N 23 24 1-10.4 Measurement ,II 25 Section 1-10.4 is replaced with: 11l 26 (** **) 27 No specific unit of measurement will apply to the lump sum item of"Traffic Control". 28 29 No adjustment in the lump sum bid amount will be made for overtime work or for use of relief 30 flaggers. 31 32 1-10.5 Payment 33 Section 1-10.5 is replaced with: 34 (******) 35 Payment for all labor, materials, and equipment described in Section 1-10 will be made in 36 accordance with Section 1-04.1, for the following bid items when included in the proposal: i 37 ` 38 "Traffic Control," lump sum. 39 The lump sum contract price shall be full pay for all costs not covered by other specific pay 40 items in the bid proposal for furnishing, installing, maintaining, and removing traffic control �I 41 devices required by the contract and as directed by the Engineer in conformance with 42 accepted standards and in such a manner as to maximize safety, and minimize disruption 43 and inconvenience to the public. 44 45 Progress payment for the lump sum item "Traffic Control" will be made as follows: 46 1. When in initial warning signs for the beginning of the project and the end of 47 construction signs are installed and approved by the Engineer, 30 percent of the 48 amount bid for the item will be paid. 49 2. Payment for the remaining 70 percent of the amount bid for the item will be paid on 50 a prorated basis in accordance with the total job progress as determined by 51 progress payments. �I 52 53 The Item "Traffic Control" will be considered for an equitable adjustment per Section 1-04.6 54 only when the total contract price increases or decreases by more than 25 percent. I 55 56 The Lump Sum contract price shall be full pay for all costs involved in furnishing the pilot 57 car(s), pilot car driver(s), and the appropriate pilot car sign(s) for any pilot car operation. Any 58 necessary flaggers will be paid under the item for traffic control. ';III 59 IPIII SW 7TH ST/LIND AVE SW SIGNALIZATION IIII 7TH_LIND 223 1 The Lump Sum contract price shall be full pay for all costs for the labor provided for 2 performing those construction operations described in Section 1-10.3(1) and as authorized 3 by the Engineer. 4 5 The Lump Sum contract price shall be full pay for all costs for performing the work described 6 in Section 1-10.3(3) and Section 1-10.3(4). This payment will include all labor, equipment, 7 and vehicles necessary for the initial acquisition, the initial installation of Class A signs, and 8 ultimate return of all Contracting Agency-furnished signs 9 10 The Lump Sum contract price shall be full pay for all costs involved when a person performs 11 the duties described in Section 1-10.2(1)B including when performing traffic control labor 12 duties. 13 14 The Lump Sum contract price shall be full pay for all costs involved in furnishing the vehicle 15 or vehicles for the work described in Sections 1-10.2(1)B and 1-10.3(2). 16 17 The following is a new section with new subsections: 18 (******) 19 1-11 RENTON SURVEYING STANDARDS 20 1-11.9(1) Responsibility for surveys 21 All surveys and survey reports shall be prepared under the direct supervision of a 22 person registered to practice land surveying under the provisions of Chapter °18.43 23 RCW. 24 25 All surveys and survey reports shall be prepared in accordance with the requirements 26 established by the Board of Registration for Professional Engineers and Land Surveyors 27 under the provisions of Chapter 18.43 RCW. 28 i 29 1-11.1(2) Survey Datum and Precision 30 The horizontal component of all surveys shall have as its coordinate base: The North 31 American Datum of 1983/91. 32 33 All horizontal control for projects must be referenced to or in conjunction with a minimum 34 of two of the City of Renton's Survey Control Network monuments. The source of the 35 coordinate values used will be shown on the-survey drawing per RCW 58.09.070. 36 37 The horizontal component of all surveys shall meet or exceed the closure requirements 38 of WAC 332-130-060. The control base lines for all surveys shall meet or exceed the 39 requirements for a Class A survey revealed in Table 2 of the Minimum Standard Detail 40 Requirements for ALTA/ACSM Land Title Surveys jointly established and adopted by 41 ALTA and ACSM in 1992 or comparable classification in future editions of said 42 document. The angular and linear closure and precision ratio of traverses used for 43 survey control shall be revealed on the face of the survey drawing, as shall the method 44 of adjustment. 45 p 46 The horizontal component of the control system for surveys using global positioning 47 system methodology shall exhibit at least 1 part in 50,000 precision in line length 48 dependent error analysis at a 95 percent confidence level and performed pursuant to 49 Federal Geodetic Control Subcommittee Standards for GPS control surveys as defined 50 in Geometric Geodetic Accuracy Standards & Specifications for Using GPS Relative 51 Positioning Techniques dated August 1, 1989 or comparable classification in future 52 editions of said document. 53 54 The vertical component of all surveys shall be based on NAVD 1988, the North 55 American Vertical Datum of 1988, and tied to at least one of the City of Renton Surrey 56 Control Network benchmarks. If there are two such benchmarks within 3000 feet of o the 57 project site a tie to both shall be made. The benchmark(s) used will be shown n the 58 drawing. If a City of Renton benchmark does not exist within 3000 feet of a project, one 59 must be set on or near the project in a permanent manner that will remain intact SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH LIND 224 I ' E- 1 throughout the duration of the project. Source of elevations (benchmark) will be shown 2 on the drawing, as well as a description of any bench marks established. 3 4 141,1(3) Subdivision Information 5 Those surveys dependent on section subdivision shall reveal the controlling monuments 6 used and the subdivision of the applicable quarter section. 7 8 Those surveys dependent on retracement of a plat or short plat shall reveal the 9 controlling monuments, measurements, and methodology used in that retracement. 10 'I 11 1-11.1(4)Field Notes 12 Field notes shall be kept in conventional format in a standard bound field book with 13 waterproof pages. In cases where an electronic data collector is used field notes must 14 also be kept with a sketch and a record of control and base line traverses describing 15 station occupations and what measurements were made at each point. j 16 17 Every point located or set shall be identified by a number and a description. Point 18 numbers shall be unique within a complete job. The preferred method of point 19 nurnbehng is field notebook, page and point set on that page. Example: The first point 20 set: or found on page 16 of field book 348 would be identified as Point No. 348.16.01, 21 the second point would be 348.16.02, etc. 22 23 Upon completion of a City of Renton project, either the field notebook(s) provided by the 24 City or the original field notebook(s) used by the surveyor will be given to the City. For 25 all other work, surveyors will provide a copy of the notes to the City upon request. In �I 26 those cases where an electronic data collector is used, a hard copy print out in ASCII 27 text format will accompany the field notes. 28 29 1-11.1(5) Corners and Monuments 30 Comer A point on a land boundary, at the juncture of two or more boundary lines. A 31 monument is usually set at such points to physically reference a comer's location on the 32 ground. 33 34 Monument Any physical object or structure of record which marks or accurately 35 references: 36 37 • A corner or other survey point established by or under the supervision of an 38 individual per section 1-11.1(1) and any comer or monument established by the 39 General Land Office and its successor the Bureau of Land Management including 40 section subdivision comers down to and including one-sixteenth comers; and I' 41 • Any permanently monumented boundary, right of way alignment, or horizontal I 42 and vertical control points established by any governmental agency or private 43 surveyor including street intersections but excluding dependent interior lot I� 44 corners. 45 46 1-11.1(6) Control or Base Line Survey 47 Control or Base Line Surveys shall be established for all construction projects that will 48 create permanent structures such as roads, sidewalks, bridges, utility lines or 49 appurtenances, signal or light poles, or any non-single family building. Control or Base 50 Line Surveys shall consist of such number of permanent monuments as are required 51 such that every structure may be observed for staking or "as-builting" while occupying 52 one such monument and sighting another such monument. A minimum of two of these 53 permanent monuments shall be existing monuments, recognized and on record with the 54 City of Renton. The Control or Base Line Survey shall occupy each monument in turn, II� 55 and shall satisfy all applicable requirements of Section 1-11.1 herein. I 56 57 The drawing depicting the survey shall be neat, legible, and drawn to an appropriate 58 scale. North orientation should be clearly presented and the scale shown graphically as l 59 well as noted. The drawing must be of such quality that a reduction thereof to one-half I 60 original scale remains legible. SW 7TH;ST/LIND AVE SW SIGNALIZATION �I 7TH_LIND 225 1 1 2 If recording of the survey with the King County Recorder is required, it will be prepared 3 on 18 inch by 24 inch mylar and will comply with all provisions of Chapter 58.09 RCW. ' 4 A photographic mylar of the drawing will be submitted to the City of Renton and, upon 5 their review and acceptance per the specific requirements of the project, the original will 6 be recorded with the King County Recorder. 7 8 If recording is not required, the survey drawing shall be prepared on 22 inch by 34 inch 9 mylar, and the original or a photographic mylar thereof will be submitted to the City of 10 Renton. 11 12 The survey drawings shall meet or exceed the requirements of WAC 332-130-050 and 13 shall 'conform to the City of Renton's Drafting Standards. American Public Works 14 Association symbols shall be used whenever possible, and a legend shall identify all 15 symbols used if each point marked by a symbol is not described at each use. 16 17 An electronic listing of all principal points shown on the drawing shall be submitted with 18 each drawing. The listing should include the point number designation (corresponding 19 with that in the field notes), a brief description of the point, and northing, easting, and 20 elevation (if applicable) values, all in ASCII format, on IBM PC compatible media. 21 ,22 1-11.1(7) Precision Levels 23 Vertical Surveys for the establishment of bench marks shall satisfy all applicable 24 requirements of section 1-05 and 1-11.1. 25 ,26 Vertical surveys for the establishment of bench marks shall meet or exceed the 27 standards, specifications and procedures of third order elevation accuracy established 28 by the Federal Geodetic Control Committee. ' 29 30 Bench marks must possess both permanence and vertical stability. Descriptions of 31 bench marks must be complete to insure both recoverablilty and positive identification 32 on recovery. 33 34 1-11.1(8) Radial and Station -- Offset Topography 35 Topographic surveys shall satisfy all applicable requirements of section 1-11.1 herein. , 36 37 All points occupied or back sighted in developing radial topography or establishing 38 baselines for station — offset topography shall meet the requirements of section 1-11.1 39 herein. , 40 41 The drawing and electronic listing requirements set forth in section 1-11.1 herein shall 42 be observed for all topographic surveys. 43 - 44 1-11.1(9) Radial Topography 45 Elevations for the points occupied or back sighted in a radial topographic survey shall 46 be determined either by 1) spirit leveling with misclosure not to exceed 0.1 feet or 47 Federal Geodetic Control Committee third order elevation accuracy specifications, OR 48 2) trigonometric leveling with elevation differences determined in at least two directions 49 for each point and with misclosure of the circuit not to exceed 0.1 feet. 50 ,` 51 1-11.1(10) Station--Offset Topography 52 Elevations of the baseline and topographic points shall be determined by spirit leveling 53 and shall satisfy Federal Geodetic Control Committee specifications as to the turn points 54 and shall not exceed 0.1 foot's error as to side shots. 55 56 1-11.1(11) As-Built Survey 57 All improvements required to be "as-built" (post construction survey) per City of Renton 58 Codes, TITLE 4 Building Regulations and TITLE 9 Public Ways and Property, must be 59 located both horizontally and vertically by a Radial survey or by a Station offset survey. 60 The "as-built" survey must be based on the same base line or control survey used for SW 77H ST/LIND AVE SW SIGNALIZATION 7TH_LIND 226 1 the! construction staking survey for the improvements being "as-built". The "as-built" 2 survey for all subsurface Improvements should occur prior to backfllling. Close 3 cooperation between the installing contractor and the "as-builting" surveyor is therefore 4 required. 5 6 All "as-built" surveys shall satisfy the requirements of section 1-11.1(1) herein and shall 7 be based upon control or base line surveys made in conformance with these 9 Specifications. 10 The field notes for as-built" shall meet the requirements of section 1-11.1(4) herein and II 11 submitted with stamped and signed "as-built" drawings which includes a statement 12 certifying the accuracy of the "as built". 13 14 The drawing and electronic listing requirements set forth in section 1-11.1(6) herein shall 15 be observed for all "as-built" surveys. 16 17 1-11.1(12) Monument Setting and Referencing 18 All property or lot comers, as defined in 1-11.1(5), established or reestablished on a plat 19 or other recorded survey shall be referenced by a permanent marker at the corner point 20 per 1-11.2(1). In situations where such markers are impractical or in danger of being 21 destroyed, e.g., the front comers of lots, a witness marker shall be set. In most cases, 22 this will be the extension of the lot line to a tack in lead in the curb. The relationship 23 between the witness monuments and their respective comers shall be shown or 24 described on the face of the plat or survey of record, e.g., 'Tacks in lead on the 25 extension of the lot side lines have been set in the curbs on the extension of said line 26 with the curb." In all other cases the comer shall meet the requirements of section 1- 27 11.2(1) herein. 28 29 All non corner monuments, as defined in 1-11.1(5), shall meet the requirements of 30 :section 1-11.2(2) herein. If the monument falls with in a paved portion of a right of way 31 or other area, the monument shall be set below the ground surface and contained within 32 a lidded case kept separate from the monument and flush with the pavement surface, 33 per section 1-11.2(3). 34 35 In the case of right of way centerline monuments all points of curvature (PC), points of 36 tangency (PT), street intersections, center points of cul de sacs shall be set. If the point 37 of intersection, PI, for the tangents of a curve fall within the paved portion of the right of 38 way, a monument can be set at the PI instead of the PC and PT of the curve. 39 40 For all non comer monuments set while under contract to the City of Renton or as part 41 of a City of Renton approved subdivision of property, a City of Renton Monument Card 42 (furnished by the city) identifying the monument; point of intersection (PI), point of 43 tangency (PT), point of curvature (PC), one-sixteenth corner, Plat monument, street 44 intersection, etc., complete with a description of the monument, a minimum of two �I 45 reference points and NAD 83/91 coordinates and NAVD 88 elevation shall be filled out 46 and filed with the city. 47 48 1-11.2 Materials 49 50 141.2(1) Property/Lot Corners 51 Corners per 1-11.1(5) shall be marked in a permanent manner such as 1/2 inch 52 diameter rebar 24 inches in length, durable metal plugs or caps, tack in lead, etc. and 53 permanently marked or tagged with the surveyor's identification number. The specific 54 nature of the marker used can be determined by the surveyor at the time of installation. 55 56 141.2(2) Monuments 57 Monuments per 1-11.1(5) shall meet the requirements as set forth in City of Renton 58 Standard Plans page H031 and permanently marked or tagged with the surveyor's III 59 identification number. 60 SW 7TH ST/LIND AVE SW ll�l' � SIGNALIiAT10N '� 7TH_LIND 227 1 1-91.2(3) Monument Case and Cover 2 Materials shall meet the requirements of section 9-22 and City of Renton Standard 3 Plans page H031. 4 5 DIVISION 2 6 EARTHWORK 7 8 2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP 9 10 2-01.1 Description 11 Section 2-01.1 is supplemented as follows: 12 13 The limits of clearing and grubbing (construction limits) shall be defined as being the 14 construction limit lines as shown in the Plans. Where, in the opinion of the Engineer, any 15 trees abutting or adjacent to the limits of clearing and grubbing are damaged and require 16 removal, the Contractor shall remove such trees. Any trees flagged by the Engineer to 17 remain within the clearing and grubbing limits shall be left undamaged by the Contractor's 18 operations. Any flagged trees which are damaged shall be replaced in kind at the 19 Contractor's expense. 20 21 Existing landscaping outside the construction limits, including but not limited to, sod, 22 rockeries, beauty bark, decorative gravel or rock, bushes, and shrubbery shall be protected 23 from damage. 24 25 The property owners shall be responsible for removing and/Or relocating irrigation 26 equipment, trees, shrubs, curbing, ornamental plants, and any other decorative landscaping 27 materials within the construction limits that they wish to save. The Contractor shall give 28 property owners 10 days' written notice prior to removing landscaping materials. All 29 landscaping materials that remain in the construction limits after that time period shall be 30 removed and disposed of, by the Contractor, in accordance with Section 2-01 of the 31 Standard Specifications, these Special Provisions,and the Plans. 32 33 The Contractor shall receive approval from the Engineer prior to removal. 34 35 2-01.2 Disposal of Usable Material and Debris 36 Section 2-01.2 is supplemented as follows: 37 (******) 38 The Contractor shall dispose of all debris by Disposal Method No. 2—Waste Site. 39 40 2-01.5 Payment 41 Section 2-01.5 is supplemented as follows: 42 (******) 43 The lump sum price for "Clearing and Grubbing" shall be full compensation for all work 44 described herein and shown in the Plans, including removing trees and shrubbery where 45 shown in the Plans and directed by the Engineer. 46 47 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 48 49 Description 50 Section 2-02.1 is supplemented with the following: 51 52 (March 13, 1995) 53 This work shall consist of removing miscellaneous traffic items. 54 55 2-02.3(3) Removal of Pavement, Sidewalks, and Curbs 56 Section 2-02.3(3) is revised and supplemented as follows: 57 (** **) 58 Item "1." Is revised as follows: SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 228 �� 1 In removing pavement, sidewalks, driveways, and curbs, the Contractor shall haul 2 broken-up pieces to some off-project site. 3 4 The section is supplemented as follows: 5 When an area where pavement, sidewalk, or driveway has been removed is to be 6 opened to traffic before pavement patching has been completed, temporary mix asphalt 7 concrete patch shall be required. Temporary patching shall be placed to a minimum 8 depth of 2 inches immediately after backfilling and compaction are complete, and before 9 the road is opened to traffic. MC cold mix or MC hot mix shall be used at the discretion 10 of the Engineer. 11 12 Section 2-02.3(4) is new: 13 *lc****)14 -192.3(4) Cutting Pavement, Sidewalks, and Curbs 15 All transitions to existing asphalt or cement concrete driveways, parking lots, curb and 16 gutter, and walkways shall be vertically sawcut full-depth with straight, uniform edges. 17 Existing asphalt pavement roadway edge may be cut with a wheel, provided the 18 wheelcut is full depth and no damage occurs to the pavement which is to remain. 19 Neither impact tools nor pavement breakers may be used for trench crossing of existing I' 20 pavement. Trench crossing of existing pavement shall be vertically sawcut. 21 22 Where gutter is to be placed integral with asphalt pavement, as shown on the Plans, the 23 Contractor shall take extra precaution to make a neat, uniform cut, and shall sawcut 24 pavement to full depth, regardless of number of passes necessary. If, in the opinion of 25 the Engineer, the cut is not satisfactory due to Contractor's workmanship or equipment, 26 the Contractor shall fix the problem to the satisfaction of the Engineer, at no extra cost 27 to the Owner. 28 29 Section 2-02.4 replaces the existing vacant section: 31 -02.4 Measurement 32 Sawcutting existing cement and asphalt concrete pavements shall be measured by the linear 33 foot along the sawcut, full depth. Wheelcutting of pavement will not be measured for 34 separate payment, but shall be included in other items of Work. 35 36 Payment 37 38 Section 2-02.5 is supplemented with the following: 39 40 (September 30, 1996) �I 442 "Removing Miscellaneous Traffic Item", lump sum. 43 2-02.5, Payment �I 44 Section 2-02.5 is supplemented by adding: 45 (**—) 46 "Saw Cutting", per Lineal Foot. 47 "Remove Sidewalk", per Square Yard. 48 "Remove Curb and Gutter", per Lineal Foot. 49 "Cold Mix", per Ton 50 "Remove Asphalt Concrete Pavement," per square yard. 51 "Remove Cement Concrete pavement," per square yard. 52 "Remove existing ," per 53 54 All costs related to the removal and disposal of structures and obstructions including saw �I 55 cutting, excavation, backfilling and temporary asphalt shall be considered incidental to and 56 included in other items unless designated as specific bid items in the proposal. If pavements, 57 sidewalks, or curbs lie within an excavation area and are not mentioned as separate pay 58 items, their removal will be paid for as part of the quantity removed in excavation. If they are �I 59 mentioned as a separate item in the proposal, they will be measured and paid for as IllSW 7TH ST/LIND AVE SW SIGNALIIZATION III 7TH_LINID 229 I 1 provided under Section 2-02.5, and will not be included in the quantity calculated for 2 excavation. 3 4 2-03 ROADWAY EXCAVATION AND EMBANKMENT 5 6 2-03.3 Construction Requirements 7 Section 2-03.3 is supplemented by adding the following: 8 (******) 9 Roadway excavation shall include the removal of all materials excavated from within the 10 limits shown on the plans. Suitable excavated material shall be used for embankments, 11 while surplus excavated material or unsuitable material shall be disposed of by the 12 Contractor. 13 14 Earthwork quantities and changes will be computed, either manually or by means of 15 electronic data processing equipment, by use of the average end area method. Any 16 changes to the proposed work as directed by the Engineer that would alter these quantities 17 shall be calculated by the Engineer and submitted to the Contractor for his review and 18 verification. 19 20 Any excavation or embankment beyond the limits indicated in the Plans, unless ordered by 21 the Engineer, shall not be paid for. All work and material required to return these areas to 22 their original conditions, as directed by the Engineer, shall be provided by the Contractor at 23 his sole expense. 24 25 All areas shall be excavated, filled, and/or backfilled as necessary to comply with the grades 26 shown on the Plans. In filled and backfilled areas, fine grading shall begin during the 27 placement and the compaction of the final layer. In cut sections, fine grading shall begin 28 within the final six (6) inches of cut. Final grading shall produce a surface which is smooth 29 and even, without abrupt changes in grade. 30 31 Excavation for curbs and gutters shall be accomplished by cutting accurately to the cross 32 sections, grades and elevations shown. Care shall be taken not to excavate below the 33 specified grades. The contractor shall maintain all excavations free frorn detrimental 34 quantities of leaves, brush, sticks, trash and other debris until final acceptance of the Work. 35 36 Following removal of topsoil or excavation to grade and before placement of fills or base 37 course, the subgrade under the roadway shall be proofrolled to identify any soft or loose 38 areas which may warrant additional compaction or excavation and replacement:. 39 40 The Contractor shall provide temporary drainage or protection to keep the subgrade free 41 from standing water. 42 43 Acceptable excavated native soils shall be used for fill in the area requiring fills. Care shall 44 be taken to place excavated material at the optimum moisture content to achieve the 45 specified compaction. Any native material used for fill shall be free of organics and debris 46 and have a maximum particle size of 6 inches. 47 48 It shall be the responsibility of the Contractor to prevent the native materials from becoming 49 saturated with water. The measures may include sloping to drain, compacting the native 50 materials, and diverting runoff away from the materials. If the Contractor fails to take such 51 preventative measures, any costs or delay related to drying the materials shall be at his own 52 expense. 53 54 If the native materials become saturated, it shall be the responsibility of the Cortractor to dry 55 the materials, to the optimum moisture content. If sufficient acceptable native soils are not 56 available to complete construction of the roadway embankment, Gravel Borrow shall be 57 used. 58 I SW 7TH ST/LIND AVE SW SIGNALIZATION sh 7TH_LIND 230 l i 1 If subgrade trimmer is not required on the project, all portions of Section 2-03 shall apply as 2 though a subgrade trimmer were specified. 3 4 If sufficient acceptable native soils, as determined by the Engineer, are not available to 5 complete construction of the roadway embankment, Gravel Borrow meeting the 6 requirements of Section 9-03.14 of the Standard Specifications shall be used. 7 8 2-03.4 Measurement 9 Section 2-03.4 is supplemented by adding the following: 11 At the discretion of the engineer, roadway excavation, borrow excavation, and unsuitable 12 foundation excavation - by the cubic yard (adjusted for swell) may be measured by truck in 13 the hauling vehicle at the point of loading. The contractor shall provide truck tickets for each 14 load removed. Each ticket shall have the truck number, time and date, and be approved by 15 the engineer. 16 17 2-03.5 Payment 18 Section 2-03.5 is revised as follows: 19 (******) 20 Payment for embankment compaction will not be made as a separate item. All costs for 21 embankment compaction shall be Included in other bid items involved.Payment will be made 22 for the following bid items when they are included in the Proposal: 23 `Roadway Excavation Including Haul," Per Cubic Yard 24 'Unsuitable Foundation Excavation Including Haul," Per Cubic Yard 25 "Gravel Borrow Including Haul," Per Ton �I 26 27 When the Engineer orders excavation below subgrade, unit contract prices for roadway 28 excavation and haul shall apply, unless the work and/or equipment to perform the work 29 differs materially from the excavation above subgrade, then payment will be in accordance 30 with the item "Unsuitable Foundation Excavation Including Haul". In this case, all items of 31 work other than roadway excavation shall be paid at unit contract prices. 32 33 The unit contract price per cubic yard for "Roadway Excavation Including Haul" shall be full 34 pay for excavating, loading, placing, or otherwise disposing of the material. 35 36 The unit contract price per cubic yard for"Unsuitable Foundation Excavation Including Haul" 37 shall be full pay for excavating, loading, and disposing of the material. 38 39 Payment for embankment compaction will not be made as a separate item. All costs for 40 embankment compaction shall be included in other bid items involved. 41 42 2-04 HAUL �I 43 44 2-04.5 Payment 45 Section 2-04.5 is revised and supplemented as follows: 46 (**** ) 47 All costs for the hauling of material to, from, or on the job site shall be considered incidental 48 to and included in the unit price of other units of work. 49 50 (September 8, 1997) 51 "Removing *** traffic*** Curb", per linear foot. 52 53 2-06 SUBGRADE PREPARATION 54 55 2-06.81; Measurement and Payment ff 56 Section 2-06.5 is supplemented by adding the following: (i 57 (******) SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 231 I 1 Subgrade preparation and maintenance including watering shall be considered as incidental 2 to the construction and all costs thereof shall be included in the appropriate unit or lump sum 3 contract bid prices. 4 5 2-09 STRUCTURE EXCAVATION 6 , 7 2-09.1 Description 8 Section 2-09.1 is supplemented by adding the following: 9 (******) 10 This work also includes the excavation, haul, and disposal of all unsuitable materials such as 11 peat, muck, swampy or unsuitable materials including buried logs and stumps. 12 13 2-09.3(1)D Disposal of Excavated Material 14 Section 2-09.3(1)D is revised as follows: 16 The second paragraph is replaced with: 17 All costs for disposing of excavated material within or external to the project limits 18 shall be included in the unit contract price for structure excavation, Class A or B. 19 20 The third paragraph is replaced with: 21 If the contract includes structure excavation, Class A or B, including haul, the unit 22 contract price shall include all costs for loading and hauling the material the full 23 required distance, otherwise all such disposal costs shall be considered incidental 24 to the work. 25 26 2-09.4 Measurement 27 Section 2-09.4 is revised and supplemented as follows: 28 29 30 Gravel backfill. Gravel backfill except when used as bedding for culvert, storm sewer, 31 sanitary sewer, manholes, and catch basins, will be measured by the cubic yard in place , 32 determined -by the neat lines required by the Plans or by the ton as measured in 33 conformance with section 1-09.2. 34 ' 35 36 2-09.5 Payment 37 Section 2-09.5 is revised and supplemented as follows: 38 (******) 39 Payment will be made for the following bid items when they are included in the proposal: 40 "Structure Excavation Class A", per cubic yard. 41 "Structure Excavation Class B", per cubic yard. 42 "Structure Excavation Class A Incl. Haul", per cubic yard. ' 43 _ "Structure Excavation Class B Incl. Haul", per cubic yard. 44 45 Payment for reconstruction of surfacing and paving within the limits of structure excavation e 46 will be at the applicable unit prices for the items involved. 47 48 If the Engineer orders the Contractor to excavate below the elevations shown in the plans, 49 the unit contract price per cubic yard for"Structure Excavation Class A or B" will apply. But if e 50 the Contractor excavates deeper than the plans or Engineer requires, the Contracting 51 Agency will not pay for material removed from below the required elevations. In this case, 52 the Contractor, at no expense to the Contracting Agency, shall replace such material with 53 concrete or other material the Engineer approves. The unit contract price per cubic yard for 54 the bid items listed as 1 through 4 above shall be full pay for all labor, materials, tools, 55 equipment, and pumping, or shall be included in the unit bid price of other items of work if 56 "Structure Excavation" or "Structure Excavation Incl Haul' are not listed as pay items in the , 57 contract. 58 59 "Shoring or Extra Excavation Class B", per square foot. SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH LIND 232 1 The unit contract: price per square foot shall be full pay for all excavation, backfill, 2 compaction, and other work required when extra excavation Is used in lieu of constructing 3 shoring. If select backfill material is required for backfilling within the limits of the structure 4 excavation, it shall also be required as backfill material for the extra excavation at the 5 Contractor's expense. Any excavation or backfill material being paid by unit price shall be 6 calculated by the Engineer only for the neat line measurement of the excavation and shall 7 not include the extra excavation beyond the neat line. 8 9 If there is no bid item for shoring or extra excavation Class B on a square foot basis and the 10 nature of the excavation is such that shoring or extra excavation is required as determined 11 by the Engineer, then shoring or extra excavation shall be considered incidental to the work 12 involved and no further compensation shall be made. 13 14 "Gravel Backfill (Kind) for (Type of Excavation)", per cubic yard or per Ton. 15 "Controlled Density Fill", per cubic yard. 16 17 When gravel backfill is paid by the ton, the Contractor shall take care to assure to the 18 satisfaction of the Engineer that such per ton backfill is only being used for the specified 19 purpose and not for purposes where backfill is incidental or being paid by cubic yard. 20 Evidence that per ton gravel backfill is not being used for its designated purpose shall be 21 grounds for the Engineer to deny payment for such load tickets. a� 23 DIVISION 5 24 SURFACE TREATMENTS AND PAVEMENTS 25 26 5-04 ASPHALT CONCRETE PAVEMENT 27 28 5-04.3(8)A Acceptance Sampling and Testing 29 Section 5-04.3(8)A is replaced with: 30 (** ) 31 1. General. Acceptance of asphalt cement concrete shall be provided under a 32 nonstatistical acceptance. Determination of nonstatistical acceptance shall be 33 based on proposal quantities and shall consider the total of all bid items 34 involving mix of a specific class. 35 36 Dense graded mixes (asphalt concrete pavement Classes A, B, E, F, and G) 37 shall be evaluated for quality of gradation on a daily basis by the Contractor. 38 This gradation analysis shall be. based on WSDOT Test Method 104 and the 39 results delivered to the Contracting Agency by noon of the following working 40 day. This information shall be used by the Engineer to evaluate conformance 41 with Section 9-03.8(6)A.2. Asphalt content shall be tested at the Engineer's 42 discretion if the Compaction Pay Factor(Section 5-04.3(10)B) falls below 1.00. 43 44 The Contracting Agency may take their own independent gradation samples at 45 the stockpile to confirm the gradation testing done by the contractor. If the 46 independent sample gradation varies from the Contractor's data by more than 47 t3% for sieve sizes greater than 1/4° and t2% for sieves smaller than the No. 48 10, then the costs of the'sampling and testing shall be borne by the Contractor. 49 If the test results vary from the Contractor's data within the ranges listed 50 above, then the cost of sampling and testing will be borne by the Contracting 51 Agency. 52 53 2. Aggregates. Aggregates will be accepted for sand equivalent and fracture 54 based on their conformance to the requirements of Section 9-03.8(2). 55 56 3. Asphalt Cement. Asphalt Cement will be accepted based on conformance to 57 the requirements of Section 9-02.1(4). Testing of asphalt properties to assure 111 58 certification shall be the responsibility of the contractor. If the vendor or grade I SW 7TH!ST/LIND AVE SW SIGNAL.IZATION �� 7TH_LI14D 233 1 of the asphalt cement changes, a new job mix formula p g � (JMF) shall be 2 evaluated and approved. 3 4 4. Asphalt Concrete Mixture 5 A. Sampling 6 (1) A sample will not be obtained from either the first or last 25 tons of 7 mix produced in each production shift. 8 (2) When a sample from uncompacted mix is needed, the Contractor 9 shall ensure that the samples can be obtained in accordance with 10 WAQTC FOP for AASHTO T168. 11 B. Definition of Sampling Lot and Sublot. For the purpose of acceptance 12 sampling and testing, a lot is defined as the total quantity of material or 13 work produced for each job mix formula (JMF). Only one lot per JMF is 14 expected to occur. The JMF is defined in Section 9-03.8(6)A (Basis of 15 Acceptance). The Contractor may not make any changes to the JMF 16 without prior written approval of the Engineer. 17 18 Sampling and testing for nonstatistical acceptance shall be performed on 19 a random basis at a minimum frequency of one sample for each sublot of 20 400 tons or each day's production, whichever is least. When proposal 21 quantities exceed 1,200 tons for a class of mix under nonstatistical 22 acceptance, sublot size shall be determined to the nearest 100 tons to 23 provide not less than three uniform sized sublots, based on proposal 24 quantities, with a maximum sublot size of 800 tons. 25 C. Test Results. The Engineer will furnish the Contractor with a copy of the 26 results as they become available. The rest of subsection C is deleted. 27 D. Test Method. When sample testing of asphalt content is necessary, 28 acceptance for compliance will use the WSDOT FOP for AASHTO Test 29 Method T 308. When sample testing of gradation is necessary, 30 acceptance testing for compliance of gradation will use the WSDOT FOP 31 for AASHTO T 308. 32 E. Reject Mixture 33 (1) Rejection by Contractor. The Contractor may, prior to sampling, elect 34 to remove any defective material and replace it with new material at 35 no expense to the Contracting Agency. Any such new material will be 36 sampled, tested, and evaluated for acceptance. 37 (2) Rejection by Engineer Without Testing. The Engineer may, without 38 sampling, reject any batch, load, or section of roadway that appears 39 defective in gradation or asphalt content. Material rejected before 40 placement shall not be incorporated into any pavement. Any rejected 41 section of compacted pavement shall be removed. 42 43 No payment will be made for the rejected materials or the removal of 44 the materials unless the Contractor requests that the rejected material 45 be tested. If the Contractor elects to have the rejected material tested, 46 a minimum of three representative samples will be obtained and 47 tested. Representative samples to be removed for testing from 48 compacted pavement shall be removed by coring. Accel.)tance of the 49 initially rejected material will use the acceptance sampling and 50 testing methods. If the material does not fall within the job mix 51 formula tolerances of Section 9-03.8(6)A, the mix will be rejected and 52 all costs associated with sampling, testing and removal shall be borne 53 by the Contractor. The rejected material must be removed and 54 replaced with new material at no expense to the Contracting Agency. 55 If the material falls within the job mix formula tolerances; the mix will 56 be accepted for quality of mix but will remain subject to the 57 compaction adjustment of Section 5-04.3(10) and all costs associated 58 with sampling and testing will be borne by the Contracting Agency. 59 SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 234 s 1 5-04.3(10)A General 2 Section 5-04.03(10)A is supplemented by adding the following: 4 The Contractor shall not use vibration when compacting on a street where A.C. 5 Line (Transite) is in place (refer to City of Renton Comprehensive Water System 6 Plan to identify locations of A.C. lines.) 7 8 5-04.3(10)B Control 9 Section 5-04.3(10)B is replaced with: 11 Asphalt concrete pavement Classes A, B, E, and F used in traffic lanes, including 12 lanes for ramps, truck climbing, weaving, and speed change, and having a 13 specified compacted course thickness greater than 0.10 foot, shall be compacted to 14 a specified level of relative density. The testing shall occur on a sublot basis using 15 the definition of a sublot described in Section 5-04.3(8). The specified level of 16 relative density shall be 92 percent of the reference maximum density. The 17 reference maximum density shall be determined as that developed in the job mix 18 formula (JMF). If the Contractor chooses, a moving average of the three most �I 19 recent tests of maximum density may be determined through the use of WSDOT 20 Test Method 715 by the Contractor at the Contractor's expense. The specified level 21 of density attained will be determined by the average of three nuclear density 22 gauge tests taken in accordance with WAQTC FOP TM8 and WSDOT SOP T 729 iB 23 on the day the mix is placed (after completion of the finish rolling) at locations IB 24 determined by random within each density lot The Engineer will furnish a copy of 25 the results of all acceptance testing performed in the field as soon as the results are 26 available. Pavement compaction below 89 percent of the reference maximum 27 density shall not be accepted. Relative densities falling between 89 percent and 92 28 percent shall be subject to the price adjustments of Section 5-04.5(1)B. 29 30 For compaction lots falling below a CPF of 1.00 and thus subject to price reduction 31 or rejection, cores may be used as an alternative to the nuclear density gauge 32 tests. When the Contracting Agency requests cores and the level of relative �I 33 density within a sublot is less than 92.0 percent, the cost for coring and testing shall 34 be borne by the Contractor. When the Contracting Agency requests cores and the 35 level of relative density within a sublot is greater than 92.0 percent, the cost for 36 coring and testing shall be borne by the Contracting Agency. 37 38 At the start of paving, the Contractor must demonstrate to the Engineer that the mix 39 is compactible by constructing compaction test section(s). Test section(s) shall be 40 constructed using the compaction train and a variety of rolling patterns that the 41 Contractor expects to use in the paving operation. A test section will be considered 42 to have established compatibility, based on the results of three density 43 determinations, when the average of the three tests exceeds 92 percent of Rice or 44 when all three tests individually exceed 91 percent of Rice. This will require 45 consideration of the presence of a correlation factor for the nuclear gauge and may 46 require final resolution after the factor for the gauge is known. A minimum 1.00 47 compaction pay factor shall be used until a gauge correlation factor is known, and �1 48 until the mix is considered compactable. When construction of the test section(s) `` 49 has demon-strated that the mix is not compactable, paving must stop. To resume 50 paving, all factors contributing to compaction shall be analyzed and Engineer 51 approved changes made, which may require a new mix design. When paving is �{ 52 resumed, the Contractor must again, as previously defined, demonstrate that the ` 53 mix is compactable. If the Contractor does not construct test section(s), the mix is 54 considered compactable and all mix placed will be evaluated according to Section �I 55 5-04.3(10)6. 56 57 Asphalt Concrete Classes A, B, E, F, and G constructed under conditions other 58 than listed above shall be compacted on the basis of a test point evaluation of the �I 59 compaction train. The test point evaluation shall be performed in accordance with 60 instructions from the Engineer. The number of passes with an approved SW 7TH ST/LIND AVE SW II SIGNALIZATION II7TH_LIND 235 I 1 compaction train, required to attain the maximum test point density, shall be used 2 on all subsequent paving. 3 4 Asphalt Concrete Class D and preleveling mix shall be compacted to the 5 satisfaction of the Engineer. 6 7 In addition to the randomly selected locations for tests of the density, the Engineer 8 may also isolate from a normal lot any area that is suspected of being defective in 9 relative density. Such isolated material will not include an original sample location. 10 A minimum of three randomly located density tests will be taken. The isolated area 11 will then be evaluated for price adjustment in accordance with this section, 12 considering it as a separate sublot. 13 14 5-04.5 Payment 15 Section 5-04.5 is supplemented as follows: 17 "Misc and/or Driveway Asphalt Conc. CI. ", per ton. This item, when included in the 18 contract, includes asphalt paving for areas such as driveways and traffic islands that are not 19 part of other paving work. 20 21 5-04.5 Payment 22 Section 5-04.5 is supplemented as follows: 23 (******) 24 "Misc and/or Driveway Asphalt Conc. CI. ", per ton. This item, when included in the 25 contract, includes asphalt paving for areas sucF as driveways and traffic islands that are not 1 26 part of other paving work. 27 28 5-04.5(1) Quality Assurance Price Adjustments 29 Section 5-04.5(1) Quality Assurance Price Adjustments is deleted. 30 31 5-04.5(1)A Price Adjustments for Quality of AC Mix 32 Section 5-04.5(1)A is replaced with the following: 33 (******) 34 Nonstatistical Acceptance: Each lot of asphalt concrete pavement produced and 35 having all constituents falling within the limits of the job mix fom,lula shall be 36 accepted at the unit contract price. If the constituents of the mix fall outside the 37 limits of the job mix formula, the mix shall not be accepted (see Section 5-04.3(8) 38 Rejection of Mixture). 39 40 5-04.5(1)6 Price Adjustments for Quality AC Compaction 41 Section 5-04.5(1)6 is replaced with: 42 (******) 43 For each sublot a Compaction Pay Factor will be determined based on the relative 44 density of the tests. The following table lists the Compaction Pay Factors and their 45 associated relative density. 46 Relative Density Compaction Pay Factor 47 (average of three tests) 48 >_92.0 1.00 49 91.5 0.99 50 91.0 0.95 51 90.5 0.91 52 90.0 0.85 53 89.5 0.80 54 89.0 0.75 55 56 5-05.5...Payment 57 Section 5-05 is midified as follows: 58 (******) 59 "Cement Concrete Approach, 3-Day". Per square yard. 60 SW 7TH ST/LIND AVE SW SIGNAL17ATION 7TH_LIND 236 1 DIVISION 8 2 MISCELLANEOUS CONSTRUCTION 3 4 8-04 CURBS, MUTTERS, AND SPILLWAYS 5 6 8-04.3 Construction Requirements 7 Section 8-04.3 is supplemented as follows: 8 (******) 9 Curbs and gutters shall be constructed in accordance with cement concrete barrier curb and 10 gutter, Renton Standard Plan F001 and extruded curb Renton Standard Plan F004, 11 12 The Contractor shall be responsible for barricading, patrolling, or otherwise protecting newly 13 placed concrete. Damaged, vandalized or unsightly concrete shall be removed and replaced �I 14 at the Contractor's expense. 15 16 The Contractor shall notify the Engineer immediately in cases where the proposed gutter lip 17 elevation appears higher than the adjacent pavement. Gutter lips shall not be constructed 18 higher than the adjacent pavement. 19 20 8-09 RAISED PAVEMENT MARKERS 21 22 8-09.5 Payment 23 Section 8-09.5 has been revised as follows: 24 («* ) 25 Payment will be made for each of the following bid items that are included in the proposal: 26 "Raised Pavement Marker Type 1", per each. III 27 "Raised Pavement Marker Type 2", per each. 28 "Raised Pavement Marker Type 3- In.", per each. 29 "Recessed Pavement Marker", per each. 30 The unit contract price per each for "Raised Pavement Marker Type 1", "Raised Pavement 31 Marker Type 2", and "Raised Pavement Marker Type 3- In." and "Recessed 32 Pavement Marker"shall be full pay for all labor, materials, and equipment necessary for 33 furnishing and installing the markers in accordance with these Specifications including all 34 cost involved with traffic control unless traffic control is listed in the contract as a separate 35 pay itern. 36 37 8-14 CEMENT CONCRETE SIDEWALKS 38 39 8-14.1 Description 40 Section 8-14.1 is supplemented as follows: 41 (******) 42 This work shall also consist of providing curb ramps (cement concrete wheelchair ramps) in 43 accordance with Renton Standard Plans F005.1 and F007. 'I 45 8-14.3(4) Curing 46 Section 8-14.3(4) is replaced with' 47 'I 48 The curing materials and procedures outlined in Section 5-05.3(13) of the Standard 49 Specifications shall prevail, except that white pigmented curing compound shall not be 50 used on sidewalks. The curing agent shall be applied immediately after brushing and 51 be maintained for a period of 5 days. 'I 52 53 The Contractor shall have readily available sufficient protective covering, such as 54 waterproof paper or plastic membrane, to cover the pour of an entire day in the event of 55 rain or other unsuitable weather. During the curing period, all traffic, both pedestrian �) 56 and vehicular, shall be excluded. Vehicular traffic shall be excluded for such additional 57 time as the Engineer may specify. W 7TH ST/LIND AVE W �I S S SIGNALI7ATION I7TH_LIND 237 I 1 1 2 The Contractor shall be responsible for barricading, patrolling, or otherwise protecting 3 the newly placed concrete to prevent damage. Damaged, vandal ized, discolored, 4 stained, or unsightly concrete shall be removed and replaced at the expense of the 5 Contractor. 6 7 8-14.4 Measurement 8 Section 8-14.4 is supplemented by adding the following: 9 (******) 10 When the contract contains a pay item for "Curb Ramp, Cement Concret ;," the per each 11 measurement shall include all costs for the complete installation per the plans and standard 12 details including expansion joint material, curb and gutter and ramped sidewalk section. 13 Sawcutting, removal and disposal of excavated materials including existing pavement and 14 sidewalk, crushed surfacing base materials and all other work, materials and equipment ' 15 required per Section 8-14 shall be included in the per each price for "Curb Ramp, Cement 16 Concrete" unless any of these other items are listed and specified to be paid as separate 17 pay items. 18 19 If the contract does not provide a pay item for"Curb Ramp, Cement ConcretE�," but the plans 20 call for such installation, then quantities shall be measured with and paid for under the bid 21 items for Curb and Gutter and for Cement Concrete Sidewalk. When curb ramps are to be 22 constructed of asphalt concrete, the payment shall be included in thE! pay item for 23 "Miscellaneous and/or Driveway Asphalt Concrete." 24 25 8-14.5 Payment 26 Section 8-14.5 is supplemented by adding the following: 28 "Curb Ramp, Cement Concrete," per each. ' 29 30 Payment for excavation of material not related to the construction of the sidewalk but 31 necessary before the sidewalk can be placed, when and if shown in the Plans, will be made 32 in accordance with the provisions of Section 2-03. Otherwise, the Contractor shall make all 33 excavations including haul and disposal, regardless of the depth required for constructing 34 the sidewalk to the lines and grades shown, and shall include all costs thereof in the unit 35 contract price per square yard for "Cement Conc. Sidewalk" and the per each contract price 36 for"Curb Ramp, Cement Concrete." 37 38 8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL 39 40 8-20.2(1) Equipment List and Drawings 42 Paragraphs four of Section 8-20.2(1) are revised and supplemented with the following: 43 The Contractor shall submit for approval six sets of shop drawings for each of the 44 following types of standards called for on this project: 45 1. Light standards with or without pre-approved plans. 46 2. Signal standards with or without pre-approved plans. 47 3. Combination Signal and lighting standards. 48 4. Metal Strain Poles. 49 50 Paragraph five of Section 8-20.2(1) is deleted. 51 52 Paragraph six of Section 8-20.2(1) is deleted. 53 54 Section 8-20.2(1) is supplemented as follows: 55 The Contractor also shall submit either on the signal standard shop drawings or 56 attached to the signal standard shop drawings all dimensions to cleanly show the 57 specific mast arm mounting height and signal tenon locations for each signal pole to be 58 installed. 59 SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 238 1 8-20.3(2) Excavating and Backfilling 2 Section 8-20.3(2) has been supplemented by adding the following: 4 When open trenching is allowed, trench construction shall extend a minimum of one foot 5 (1') beyond the edge of the trench. 6 7 Overlay: Lane-width or a full street-width overlay will be determined based upon the 8 location and length of the proposed trench within the roadway cross-section. There are 9 additional restrictions and requirements for streets paved or overlays placed in the last 10 five years, which are covered in Section 9-10-11.1. 11 12 Longitudinal trenches or crossings, perpendicular to the roadway edge, shall be 13 repaired either by sawcut and removal, or by grinding the top two (2") inches and paving 14 two (2") inches with class "B" asphalt, per City of Renton Standard Plan #HR-23 (SP 15 Page H032A). At the discretion of the engineer, an overlay may be required over wide 16 longitudinal trenches or crossings. 17 18 If the trenching is down the middle of a single lane, then a lane-width overlay will be 19 required per City of Renton Standard Plan #HR-05 (SP Page H032). 20 21 If the trenching is down the middle of two lanes, or is within three-feet (3') of any lane 22 line, the lanes affected will be overlaid. 23 24 If -the trenching is greater than, or equal to, 40% of lane per block, then the lanes 25 affected will be overlaid. 26 27 The minimum length of overlay shall be six and one-half(6.5) feet. 28 IF 29 Pavement restoration associated with 'pot holing' shall be a minimum of two (2) feet 30 around the excavation. 31 32 The Engineer may determine in the field that a full street-width (edge-of-pavement to 33 edge-of-pavement) overlay is required due to changes in the conditions such as the 34 following: 35 1. Trenches need to be relocated in the field because of conflicts with existing 36 utilities. 37 2. There has been additional damage to the existing asphalt surface due to the 38 contractor's equipment. 39 3. The trench width was increased significantly or the existing pavement is fl 40 undermined. 41 4. There were significant problems that were discovered during construction. 42 43 Hours for work within the roadway for asphalt overlays or trench restoration shall be as III 44 directed by the Traffic Control Plan requirements and the Traffic Operations Engineer. f 45 46 Trench backfill and resurfacing shall be as shown in the City of Renton Standard 47 Details, unless modified by the Right-of-Way Use Permit. Surfacing depths shown in Ill 48 the Standard Details are minimums and may be increased by the Engineer to meet r 49 traffic loadings or site conditions. 50 III 51 Trench restoration shall be either by a patch or overlay method, as required and 52 indicated on City of Renton Standard Plans #HR-05, HR-23, and HR-22 (SP Pages 53 #H032, H032A, and H033). 54 III 55 All trench and pavement cuts which will not be overlaid shall be made by sawcuts. 56 Sawcuts shall be a minimum of one foot (1') outside the trench width. 57 58 AI11 trenching shall be backfilled with crushed surfacing materials conforming to Section II 59 4.04 of the Standard Specifications within the top four feet (4'). Any trenching over four 60 feet (4') in depth shall comply with the same requirement except that the contractor may I' SW 7TH ST/LIND AVE SW SIGNALIZATION II 7TH_UND 239 1 use materials approved by the Engineer or Materials Lab for backfilling below the four 2 foot (4') depth. 3 4 If the existing material (or other material) is determined by the Engineer to be suitable 5 for backfill, the contractor may use the native material except that the top six inches (6") 6 shall be crushed surfacing top course material. 7 8 The trench shall be compacted to a minimum ninety-five percent (95%) density, as 9 described in Section 2-03 of the Standard Specifications. In the top six feet (6) of any 10 trench, backfill compaction shall be performed in 8 to 12-inch lifts. Any, trench deeper 11 than six feet (6) may be compacted in 24 inch lifts, up to the top six foot (6) zone. 12 13 All compaction shall be performed by mechanical methods. The compaction tests shall 14 be performed in four foot (4') vertical increments maximum. The test results shall be 15 given to the Engineer for review and approval prior to paving. The number and location 16 of tests required shall be determined by the Engineer. 17 18 Temporary restoration of trenches for overnight use shall be accomplished by using MC 19 mix (cold mix), Asphalt Treated Base (ATB), or steel plates, as approved by the 20 Engineer. ATB used for temporary restoration may be dumped directly into the trench, 21 bladed out and rolled. After rolling, the trench must be filled flush With asphalt to provide 22 a smooth riding surface. 23 24 Asphalt Concrete Class E or Class B shall be placed to the compacted depth as 25 required and indicated on City of Renton Standard Plans #HR-05, HR-23, and HR-22 26 (SP Pages #H032, H032A, and H0333) or as directed by the Engineer. The grade of 27 asphalt shall be AR-4000W. The materials shall be made in conformance.: with Section 28 9-02.1(4) of the Standard Specifications. 29 30 Tack coat shall be applied to the existing pavement at edge of sawcuts and shall be 31 emulsified asphalt grade CSS-1, as specified in Section 9-02.1(6) of the Standard 32 Specifications. Tack shall be applied as specified in Section 5-04 of the Standard 33 Specifications. 34 35 Asphalt Concrete Class B shall be placed in accordance with Section 5-04 of the 36 Standard Specifications; except those longitudinal joints between successive layers of 37 asphalt concrete shall be displaced laterally a minimum of twelve (12) inches, unless 38 otherwise approved by the Engineer. Fine and coarse aggregate shall be in accordance 39 with Section 9-03.8 of the Standard Specifications. 40 41 All street surfaces, walks or driveways within the street trenching areas shall be 42 feathered and shimmed to an extent that provides a smooth-riding connection and 43 expeditious drainage flow for the newly paved surface. Feathering and shimming shall 44 --- not decrease the minimum curb depth below four inches (4") for stormwater flow. The 45 Engineer may require additional grinding to increase the curb depth available for 46 stormwater flow in areas that are inadequate. Shimming and feathering as required by 47 the Engineer shall be accomplished by raking out the oversized aggregates from the 48 Class B mix as appropriate. 49 50 Surface smoothness shall be per Section 5-04.3(13) of the Standard Specifications. 51 The paving shall be corrected by removal and repaving of the trench only. Asphalt patch 52 depths will vary based upon the streets being trenched. The actual depths of asphalt 53 and the work to be performed shall be as required and indicated on City of Renton 54 Standard Plans #HR-05, HR-23, and HR-22 (SP Pages#H032, H032A, and H0333). 55 56 Compaction of all lifts of asphalt shall be a minimum ninety-two percent (92016) of density 57 as determined by WSDOT Test Method 705. The number of tests required shall be 58 determined by the Engineer. 59 SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 1.40 it - - 0 1 Testing shall be performed by an independent testing lab with the results being supplied 2 to the Engineer. Testing is not Intended to relieve the contractor from any liability for the 3 trench restoration. It is intended to show the inspector, and the City, that the restoration 4 meets these specifications. 5 6 All joints shall be sealed using paving asphalt AR-4000W. 7 lIl 8 When trenching within the roadway shoulder(s), the shoulder shall be restored to its 9 original condition, or better. 10 11 The final patch shall be completed as soon as possible and shall not exceed fourteen �k 12 (14) days after first opening the trench. This time frame may be adjusted if delays are 13 due to inclement paving weather or other adverse conditions that may exist. However, 14 delaying of final patch or overlay work is subject to the Engineer's approval. The �II 15 Engineer may deem it necessary to complete the work within the fourteen (14) day time 16 frame and not allow any time extension. Should this occur, the Contractor shall perform 17 the necessary work, as directed by the Engineer. 18 19 A City of Renton temporary Traffic Control Plan (from Renton Transportation 20 Engineering) shall be submitted and approved by the Engineer a minimum of three (3) ff 21 working days prior to commencement of work. III 22 23 Pavement Excavation and Trenching Prohibition: 24 Whenever a new street is accepted from a developer, or a new street is completed by 25 the City, or a new pavement overlay is completed, a five (5) year moratorium on ll�l' 26 pavement excavation and trenching goes into effect. A current map of these streets will 27 be! kept by the City, and will be provided upon request to the City. This could result in 28 delaying further construction of utilities except in the event of an emergency or new 29 development. The five year moratorium will start when the overlay is placed, or new 1� 30 street completed, and continue during the following four calendar years. 32 Emergencies and New Development: 33 In the event of an emergency or new development, pavement excavation may be 34 allowed provided a more reasonable alternative does not exist. Reasonable 35 alternatives include alternate routes, alternate locations and boring. Restoration of the 36 pavement must comply with the standards listed in Section 9.3 and 9.4 following proper 37 trench restoration per Sections 7 and 8. 38 39 Trenches Running Parallel With the Street: I 40 1. Arterial Streets and Streets Within the Downtown Area: The entire roadway 41 width for the length of the trench and an additional ten (10) feet at each end of 42 the trench will be ground down to a depth of 1-1/2 inches. A 1-1/2 inch overlay 43 of Class B asphalt will be applied per City standards. 44 2. Non-Arterial Streets Within Commercially or Industrially Zoned Areas: The 45 entire half of the roadway width for the length of the trench and an additional 46 ten (10) feet at each end of the trench will be ground down to a depth of 1-1/2 47 inches. A 1-1/2 inch overlay of Class B asphalt will be applied per City II� 48 standards. If the trench is in the center of the roadway, or within three feet of 49 the center of the roadway, the entire roadway width must be ground down and 50 repaved. 11f 51 3. Non-Arterial Streets Within Residentially Zoned Areas: The entire half of the 52 roadway width for the length of the trench and an additional ten (10) feet at 53 each end of the trench will be ground down to a depth of 1-1/2 inches. A 1-1/2 54 inch overlay of Class B asphalt will be applied per City standards. If the trench 55 is in the center of the roadway, or within three feet of the center of the roadway, 56 the entire roadway width must be ground down and repaved. 57 58 Longitudinal Trenches and Crossings: 59 1. Arterial Streets and Streets Within the Downtown Area: An area including the 60 trench and ten (10) feet on each side of the trench for the entire width of the Ilf SW 7TH ST/LIND AVE SW SIGNALIZATION �� 7TH_L I N D 241 1 1 street will be ground down to a depth of 1-1/2 inches. A 1-1/2 inch overlay of 2 Class B asphalt will be applied per City standards. 3 2. Non-Arterial Streets Within Commercially or Industrially Zoned Areas: An area 4 including ten (10) feet on each side of the trench for the entire width of the 5 street will be ground down to a depth of 1-1/2 inches. A 1-1/2 inch overlay of 6 Class B asphalt will be applied per City standards. 7 3. Non-Arterial Streets Within Residentially Zoned Areas: An area including the 8 trench and five (5) feet on each side of the trench for the entire width of the 9 street will be ground down to a depth of 1-1/2 inches. - 2 10 p A 1 1/�_ Inch overlay of Class B asphalt will p be applied per City standards. 11 12 Pavement Removal in Lieu of Grinding: 13 The contractor in all cases can remove the pavement in the replacement area Instead of 14 _ grinding out the specified 1 9 9 p 1/2 inches of asphalt. Full pavement replacement to meet 15 or exceed the existing pavement depth will be required for the area of pave 16 removal. p ment 17 18 The contractor shall supply trench within the unit widths and to the specified depths at 19 the locations indicated on the contract plans or as directed by the engineer. 20 21 The contractor shall have approved compaction equipment on site before 22 excavation; compaction shall be performed beginning any P pe d at the time of the initial bslckfilling of the 23 trench unless directed otherwise by 9 the engineer. 24 25 Trenching for conduit runs shall be done in a neat manner with the trench bottom 26 graded to provide a uniform grade. No work shall be covered until it has been 27 examined by the engineer. 28 29 Backfill material used for fill around and over the conduit system shall be free of rocks 30 greater than two inches in diameter to a depth of six inches above the conduit. 31 32 Trench within the roadway area shall use select trench backfill which shall consist of r� 33 5/8th inch minus crushed surfacing top course or other material as indicated in the 34 special provisions or schedule of prices and directed for use by the engineer. The 35 source and quality of the material shall be subject to approval by the engineer. Trench 36 backfill within the sidewalk area shall be made with acceptable materials from the 37 excavation subject to the Engineer's approval of the material and shall be considered a 38 necessary part and incidental to the excavation in accordance with the standard 39 specifications. Unsuitable material shall be removed and backfill shall be select material 40 approved by the Engineer. The City reserves the right to make additions cr deletions to 41 the trench which prove necessary for the completion ofAhe project. 42 43 The minimum width for the trench will be at the option of the contractor. Trench width 44 -- will, however, be of sufficient size so that all of the necessary conduit can be installed 45 within the depths specified while maintaining the minimum cover. 46 47 8-20,3(4) Foundations 48 Section 8-20.3(4) has been revised and supplemented as follows: 50 Paragraph 11 is deleted. 51 52 Paragraph 13 is deleted. 53 54 The section is supplemented as follows: 55 56 The anchor bolts shall match that of the device to be installed thereon. 57 58 Where obstructions prevent construction of planned foundations, the Contractor shall 59 construct an effective foundation satisfactory to the Engineer. 60 SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 242 1 The contractor shall provide all material for and construct the foundations for and to the 2 dimensions specified in table 1 below. The anchor bolts shall match that of the device 3 to be installed thereon. 4 Table 1 5 Type of device Dimensions 6 7 Street Light Pole 4' Deep x 3' Sq or Dia. 8 Signal Pole up to 40' mast arm 7' Deep x 3' Sq or Dia. 9 Signal Pole over 40' mast arm See Detail Sheet J� 10 Signal Controller See Detail Sheet 11 Street Light Control Cabinet See Detail Sheet 12 Special Base See Detail Sheet 1 13 14 All excess materials are to be removed from the foundation construction site and 15 disposed of at the contractor's expense. 16 17 Concrete shall be placed against undisturbed earth if possible. Disturbed earth or 18 backfill material shall be compacted to 95 percent of the material's maximum density. 19 Before placing the concrete the contractor shall block-out around any other 20 underground utilities that lie in the excavated base so that the concrete will not adhere 21 to the utility line. Concrete foundations shall be troweled, brushed, edged and finished i 22 iin a workmanship-like manner. Concrete shall be promptly cleaned from the exposed 23 portion of the anchor bolts and conduit after placement. Foundation shall all be Class 24 3000 concrete. After the specified curing period, the contractor may install the 25 applicable device thereon. 26 27 All concrete foundations shall be constructed in the manner specified below: 28 1. Where no sidewalks are to be installed, the grade for the top of the foundation 29 shall be as specified by the engineer. (See detail sheet) 30 2. Where sidewalk or raised islands are to be constructed as a part of this project, 31 the top of the foundation shall be made flush with the top of the sidewalk or 32 island. (See detail sheet) 33 34 All concrete foundations shall be located as per stationing on the plans or as located by �i 35 the engineer in the field. 36 37 8-20.3(5) Conduit 38 Section 8-20.3(5) is revised and supplemented as follows: 40 The paragraph requiring galvanized steel conduit at certain locations is deleted. 41 (galvanized steel conduit shall only be placed if so indicated in the plans. 42 43 Trench construction shall be per Section 8-20.3(2). 44 45 When the Contractor encounters obstructions or is unable to install conduit because of 46 soil conditions, as determined by the Engineer, additional work by the Contractor to 47 place the conduit will be paid in accordance with Section 1-04.4. 48 49 Pull Wires shall be installed by the Contractor. 50 51 All conduit shall be rigid non-metallic unless noted otherwise in the Plans or Special 52 Provisions. 53 54 All conduit openings shall be fitted with approved bell-ends or Bushings. Wall thickness 55 of conduit shall be consistent within continuous conduit runs with no mixing of different 56 schedule types between terminations. 57 SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 243 �l 1 The contractor shall provide and install all conduit and necessary fittings at the locations 2 noted on the plans. Conduit size shall be as indicated on the wirinca and conduit 3 schedule shown on plans. 4 5 Conduit to be provided and installed shall be of the type indicated below: 6 7 Schedule 40 heavy wall p.v.c. Conforming to ASTM standards shall be used 8 whenever the conduit is to be placed other than within the roadway area. 9 10 Schedule 80 extra heavy wall p.v.c. Conforming to ASTM standards shall be used 11 when the conduit is to be placed within the roadway area. 12 13 All joints shall be made with strict compliance to the manufacturer's recommendations 14 regarding cement used and environmental conditions. 15 16 8-20.3(6) Junction Boxes 17 Section 8-20.3(6) is supplemented by adding the following: I 19 The contractor shall provide and install junction boxes, pull boxes, and cable vaults of 20 the type and size at the locations specified in the plans and as per detail sheets. 21 22 All junction boxes and associated concrete pads shall be installed on compacted sub 23 grade which shall include six inches of 5/8th-inch minus crushed surfacing top course 24 material installed under and around the base of the junction box. The junction box shall 25 include installation of a 4" thick Class "B" cement concrete pad enclosing the junction 26 box as per the plans, specifications and detail sheets. Concrete shall be promptly 27 cleaned from the junction box frame and lid. 28 29 All junction boxes shall have galvanized steel lids and frames. 30 31 The inscription on the covers of all junction boxes, pull boxes, and cable vaults shall be 32 as indicated below: 33 Street lighting only: "Lighting" 34 Signal only: "Signals" 35 Traffic signal and street lighting: 'TS-LT" 36 Telemetry only: 'Telemetry" 37 Fiber Optic only: "Fiber" 38 Intelligent Transportation Systems only: "ITS" 39 Inscriptions on junction boxes performing the same function shall be consistent 40 throughout the project. All junction boxes shall be installed in conformance with 41 provisions contained in the Standard Plans and Details. 42 43 8-20.3(8) Wiring 44 Section 8-20.3(8) is revised and supplemented with the following: 45 (******) 46 Splices to loop return cables shall be made with soldered compression type connectors. 47 All stranded wires terminated at a terminal block shall have an open end, crimp style 48 solderless terminal connector, and all solid wires terminated at a terminal block shall 49 have an open end soldered terminal connector. All terminals shall be installed with a 50 tool designed for the installation of the correct type of connector and crimping with 51 pliers, wire cutters, etc., will not be allowed. All wiring inside the controller cabinet shall 52 be trimmed and cabled together to make a neat, clean appearing installation. No 53 splicing of any traffic signal conductor shall be permitted unless otherwise indicated on 54 the plans. All conductor runs shall be attached to appropriate signal terminal boards 55 with pressure type binding posts. 56 57 8-20.3(9) Bonding, Grounding 58 Section 8-20.3(9) is revised and supplemented as follows: 60 The fifth paragraph is deleted. SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 244 11 2 The sixth paragraph is deleted. 3 4 The following is added: 5 6 All street light standards, signal poles and other standards on which electrical 7 equipment is mounted shall be grounded to a copper clad metallic ground rod 5/8" in 8 diameter x 8'0" in length complete with a #8 AWG bare copper bonding strap located in 9 the nearest junction box. All signal controller cabinets and signal/lighting service 10 cabinets shall be grounded to a 5/8" in diameter x 8'0" in length copper clad metallic 11 ground rod located in the nearest junction box with a bare copper bonding strap sized in I� 12 accordance with the plans, specifications and applicable codes. 13 14 Ground rods are considered miscellaneous items and all costs are to be included with i� 15 the system or conductors. Ground straps are also miscellaneous items unless a 16 separate pay item is provided in the "Schedule of prices." 17 18 8-20.3(10) Services Transformer, Intelligent Transportation System 19 Cabinet 20 Section 8-20.3(10) is revised and supplemented as follows: 22 Paragraph two is deleted. I� 23 24 Paragraph three is deleted. 25 26 The following is added: 27 28 Three types of power service are used as indicated below: 29 1. Type I system shall be single phase 120 volt, 2 wire, 60 cycle A.C. (traffic j� 30 signal.service only) 31 2. Type II, system shall be single phase 240 volt, 2 wire, 60 cycle A.C. (street 32 lighting non contactor, individual controlled photo-cell with no neutral wire) 33 3. Type III system shall be single phase 120/240 volt, 3 wire 60 cycle A.C. (street 34 lighting contactor/traffic signal, grounded neutral service) 35 36 The power service point shall be as noted on the plans and shall be verified by the 37 electrical servicing utility. 38 39 8-20.3(11) Testing 40 Section 8-20.3(11) is supplemented as follows: 41 (,k*****) 42 F:equests for traffic signal turn on will not be considered until a pre-turn on inspection of 43 signal system has taken place. 44 45 All discrepancies and deficiencies must be corrected by the contractor and re-inspected 46 prior to requesting signal turn on date. 47 48 Requests for signal turn on shall not be considered until electrical service to the 49 intersection has been provided arrd has been energized by the electric utility. 50 51 A minimum of three (3) working days notice will be required for signal turn on. 52 53 Channelization at the intersection must be complete per plan before requesting signal 54 turn on date. Any deletions of channelization prior to turn on must be approved by the 55 engineer. 56 57 City forces shall provide, post and maintain proper signing warning of new signal ahead. 58 59 Section 8-20.3(13)A is replaced with: SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 245 1 8-20.3(13)A Light Standards 2 3 Light standards shall be handled when loading, unloading, and erecting in such a 4 manner that they will not be damaged. Any parts that are damaged due to the 5 Contractor's operations shall be repaired or replaced at the Contractor's expense, 6 to the satisfaction of the Engineer. 7 8 Light standards shall not be erected on concrete foundations until foundations have 9 set at least 72 hours or attained a compressive strength of 2,400 psi, and shall be 10 raked sufficiently to be plumb after all load has been placed, or as otherwise 11 directed by the Engineer. 12 13 Light Standards shall be erected in accordance with section 8-20.3(4). 14 15 Anchor bolts shall extend through the top heavy-hex nut two full threads to the ff 16 extent possible while conforming to the specified slip base clearance requirements. 17 Anchor bolts shall be tightened by the Turn-Of-Nut Tightening Method in 18 accordance with Sections 6-03.3(33) and 8-20.3(4). 19 20 Anchor bolts damaged after the foundation concrete is placed shall not be repaired 21 by bending or welding. The Contractor's repair procedure is to be submitted to the 22 Engineer for approval prior to making any repairs. The procedure is to include 23 removing the damaged portion of the anchor bolt, cutting threads on the 24 undamaged portion to remain, the installation of an approved threaded sleeve nut 25 and stud, and repairing the foundation with epoxy concrete repair. 26 27 The grout pad shall not extend above the elevation of the bottom of the base. 28 29 In setting timber poles, the Contractor shall provide a minimum burial of 10 percent 30 of the total pole length plus 2 feet and shall plumb or rake the poles as directed by 31 the Engineer. 32 33 In setting timber poles, the Contractor shall provide a minimum burial of 10 percent 34 of the total pole length plus 2'feet and shall plumb or rake the poles as directed by 35 the Engineer. 36 37 The hand hole shall be located at 90 degrees to the davit arm on the, side away 38 from traffic. A grounding lug or nut shall be provided in the hand hole frame or 39 inside the hand hole frame or inside the pole shaft to attach a ground bonding 40 strap. 41 42 All poles and davit arms shall be designed to support a luminaire weight of 50 lbs. 43 or more and to withstand pressures caused by wind loads of 85 m.p.h. with gust 44 - factor of 1.3. 45 46 All poles shall maintain a minimum safety factor of 4.38 p.s.i. on yield strength of 47 weight load and 2.33 p.s.i. for basic wind pressure. 48 49 Davit Arms: 50 51 The davit style arm shall incorporate a 69" radius bend as measured from the 52 centerline of the shaft. The outer portion of the arm shall be nearly horizontal to +2' 53 above horizontal and shall be furnished with a 2" diameter shipfiitter with a 54 maximum length of 8 inches to fit the luminaire specified. The pole end of the davit 55 arm tube shall be fastened securely to the top of the shaft producing a flush joint 56 with an even profile. 57 58 Anchor Base: 59 SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 246 1 A one piece anchor base of adequate strength, shape and size shall be secured to 2 the lower end of the shaft so that the base shall be capable of resisting at its yield 3 point the bending moment of the shaft at its yield point. The base shall be provided 4 with four slotted or round holes to receive the anchor bolts. Nut covers shall be 5 provided with each pole. 6 7 Anchor Bolts: I� 8 9 Four steel anchor bolts, each fitted with two hexnuts and two washers, shall be 10 furnished with the pole. Anchor bolts shall meet the requirements of Section 9- 1' 11 06.5(3) and 9-06.5(4). The anchor bolt yield point shall be capable of resisting the 12 bending moment of the pole shaft at its yield point. The contractor shall assure that 13 all anchor bolts conform to the recommended ASTM specifications of the pole 14 manufacturer and shall secure and submit to the City for approval all manufacturer 15 data on pole bending moment, anchor bolt fabrication data, test results and any 16 other data that may be required to confirm that the anchor bolts meet these 17 specifications. 18 19 Miscellaneous Hardware: 20 21 All hardware (bolts, nuts, screws, washers, etc.) needed to complete the installation 22 shall be stainless steel. 23 24 I.D. (Identification for poles): 25 26 The contractor shall supply and install a combination of 4-digits and one letter on 27 each pole, whether individual luminaire or signal pole with luminaire. The letter and 28 numbers combination shall be mounted at the 15 foot level on the pole facing 29 approaching traffic. Legends shall be sealed with transparent film, resistant to dust, 30 weather and ultraviolet exposure. The decal markers shall be either: 31 a. 3 inch square with gothic gold or white reflectorized 2 inch legend on a 32 black background, or 33 b. 3 inch square with black 2 inch legend on a white reflectorized 34 background. 35 The 1.D. number will be assigned to each pole at the end of the contract or project 36 by the City traffic engineering office. Cost for the decals shall be considered 37 incidental to the contract bid. 38 39 Light standards shall be spun aluminum davit style and shall meet the pole detail 40 requirements indicated below and the detail sheets at the end of these 41 specifications. 42 43 The pole shaft shall be provided with a 4" x 6" flush hand hole near the base and a 44 matching metal cover secured with stainless steel screws or bolts. 45 46 The pole shall be adjusted for plumb after all needed equipment has been installed 47 thereon.After pole is installed and plumbed, nuts shall be tightened on anchor bolts 48 using proper sized sockets, open end, or box wrenches. Use of pliers, pipe 49 wrenches, or other tools that can damage galvanizing will not be permitted. Tools 50 shall be of sufficient size to achieve adequate torquing of the nuts. the space 51 between the concrete foundation and the bottom of the pole base plate shall be 52 filled with a dry pack mortar grout and trowled to a smooth finish conforming to the 53 contour of the pole base plate. 54 55 Dry pack mortar grout shall consist of a 1:3 mixture of portland cement and fine 56 sand with just enough water so that the mixture will stick together on being molded 57 into a ball by hand, and will not exude moisture when so pressed. A one half inch 58 drain hole shall be left in the bottom of the grout pad as shown on the standard 59 detail. 60 SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 247 1 8-20.3(14) Signal Systems I� 2 3 8-20.3(14)C Induction Loop Vehicle Detectors 4 Section 8-20.3(14)C is revised as follows: 5 11. Install sealant per Section 9-02.1(10). 6 7 8-20.3(14)D Test for Induction Loops and Lead-in Cable 8 Section 8-20.3(14)D is supplemented by adding the following: 10 The Contractor shall keep records of field testing and shall furnish the engineer with �I 11 a copy of the results. 12 13 8-20.3(14)E Signal Standards 14 item 3 in Section 8-20.3(14)E is revised as follows: 16 3. Disconnect connectors complete with pole and bracket cable shall be 17 installed in any signal standard supporting a luminaire. Illumination wiring I 18 shall conform to City of Renton Standard Plans. 19 20 The following supplement is added: 21 14. Installation of all nuts and bolts shall be performed with proper sired 22 sockets, open end or box wrenches. Use of pipe wrenches or other tools 23 which can damage the galvanization of the nuts and bolts will not be 24 permitted. Tools shall be of a sufficient size and strength to achieve 25 adequate torquing of the nut(s). 26 27 Section 8-20.3(14)F is a new section: 29 8-20.3(14)F Opticom Priority Control Systems 30 The Contractor shall supply the manufacturer's software on original disks. 31 Controller cabinets shall have the related harness wired into the cabinet by the 32 supplier. 33 34 8-20.3(15) Grout 35 Section 8-20.3(15) is supplemented by adding the following: 36 (** ) 37 After the pole is plumbed the space between the concrete foundation and the bottom of 38 the pole base plate shall be filled with a dry pack mortar grout trowled to a sirnooth finish 39 conforming to the contour of the pole base plate. Dry pack mortar grout shall consist of ' 40 a 1:3 mixture of portland cement and fine sand with just enough water so that the 41 mixture will stick together on being molded into a ball by hand and will! not exude 42 moisture when so pressed. A one half inch drain hole shall be left in the bottom of the 43 grout pad as shown on the standard detail. 44 45 8-20.4 Measurement 46 Section 8-20.4 is supplemented as follows: 47 (******) 1� 48 Measurement for unit price items shall be as described in Section 8-20.5 or as described in 49 the contract schedule of prices and/or special provisions. 50 51 When shown as lump sum in the Plans or in the proposal as "Copper cable connection", 52 "WSDOT connection", and "CCTV installation", no specific unit of measurement. will apply, 53 but measurement will be for the sum total of all items for a complete system to be furnished 54 and installed. 55 56 8-20.5 Payment 57 Section 8-20.5 is supplemented as follows: 58 (******) 59 The unit prices for the items listed below shall be full compensation for furnishing arid 60 installing each item and for all labor, materials, tools, equipment and testing necessary SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 248 1 and/or incidental for the full and complete installation as per the contract plans, detail sheets 2 and these specifications. 3 4 "Trench and Backfill........" wide by........." deep, " per linear foot. 5 6 The unit contract price for (3) "Trench and Backfill" per linear foot shall be full compensation 7 for excavating, loading, hauling and otherwise disposing of the waste materials, for 8 backfilling and compacting backfill material to specified density and for the restoration of the 9 trench to its pre-existing condition or as shown on the plans or as directed by the Engineer 10 all in accordance with the plans, specifications and detail sheets. 11 12 "Select Trench Backfill," per ton. (4) 13 14 "Select Trench Backfill" shall consist of 5/8" minus crushed surfacing top course and the unit 15 per ton price shall include all costs associated with furnishing and installing the material and 16 loading, hauling and disposing of waste materials. 17 18 "........Foundation, .......," per each. 19 20 'Type .... Junction box," per each. 21 22 The unit per each price for (5)"Foundation" and (6)"Junction Box" shall be full compensation 23 for full and complete installation per the plans, specifications and detail sheets including 24 enclosing each item in a finished concrete pad which shall be incidental unless a separate 25 pay item Is included in the Schedule of Prices for "Concrete Pad," and installation of the 26 crushed surfacing unless the contract includes a separate pay items for crushed surfacing. 27 28 "Concrete Pad," per square yard. 29 30 Measurement for (7)"Concrete Pad" shall be by the square yard of surface area enclosed 31 inclusive of and not subtracting for the area of the junction box or foundation enclosed and 32 shall be full compensation for full and complete installation as per the plans, specifications 33 and detail sheets. 34 35 "......." Schedule 40 Conduit, P.V.C." per linear foot. 36 37 "......." Schedule 80 conduit, P.V.C., " per linear foot. 38 39 The unit contract price for conduit shall include all conduit, couplings, adapters, elbows, 40 bends, reducers, bell ends, bushings, and any other material, labor or equipment necessary 41 to complete the installation of the conduit. Measurement shall be by linear foot from end of 42 conduit to end of conduit as measured from the top of grade along the middle of the trench 43 line and adding a vertical measurement at the end of each conduit run equal to the design 44 depth of the trench. No payment shall be made for additional conduit used by the contractor 45 due to horizontal or vertical weaving of the conduit within the trench line. 46 47 "Street Light Standard .......," per each. 48 49 ........-watt...Luminaire and lamp," per each. 50 51 ........-watt...Luminaire and lamp with photocell," per each. 52 53 .........AWG....copper wire," per linear foot. 54 55 "Service cabinet, " per each. 56 57 The unit per each price for (14)"Service cabinet" shall be full compensation for furnishing 58 and installing the fully equipped cabinet and for risers, standoffs and any other materials, 59 labor or costs associated with providing electrical service as required by the electrical utility, SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LI IND 249 1 the contract plans, details and specifications ons and not included as separate pay Items in the 2 contract schedule of prices. 3 4 "........Signal head......," per each. 5 6 ".......Signal head mounting hardware," per lump sum. 7 8 The lump sum price for (116)"....Signal head mounting hardware" shall be full compensation 9 for supplying and installing all traffic or pedestrian signal head mounting hardware in 10 conformance with the plans, specifications and detail sheets. 11 12 "Pole mounted terminal box......x..."x...", and mounting hardware," per each. 13 14 "2/c shld loop return cable," per linear foot. 15 16 "3/C shld pre-emption cable,"per linear foot. 17 18 "...-pair shld interconnect cable," per linear foot. 19 20 'Traffic signal controller and cabinet," per each. 21 22 , The unit contract price for 'Traffic Signal Controller and Cabinet" shall be full compensation i 23 ' for furnishing and installing a fully equipped, wired and operational controller and cabinet. 24 25 'Traffic signal wire," per lump sum. 26 27 "Signal standard, Type..., with ...-foot mast arm," per each. 28 29 "Induction loop vehicle detector." per linear foot. 30 31 The unit linear foot contract price for(24)"Induction loop vehicle detector' shall be measured 32 by the linear feet of full depth sawcut required for installation. The unit price shall be full 33 compensation for full and complete installation including wire, sealant and all other labor, 34 materials, tools and equipment required to complete the installation in accordance with the 35 plans, specifications and detail sheets. The unit price shall also include providing and 36 installing conduit stub-outs and soldered splices, splices to loop return cables unless 37 separate pay items are included in the contract schedule of prices for these other items. 38 Sawcutting shall be considered incidental to the loop installation whether or not there is a 39 separate pay item in the contract for sawcutting. Measurement for a standard 6' x 6' 40 induction loop shall be 28 linear feet. Sawcutting for loop "Home runs" shall be done such 41 as to minimize the total linear feet of sawcutting required by means of proper locating of loop 42 return "Stub-out", by direct routing of "home runs" and by combining up to 4 pairs of loop 43 wires in a single "home run" sawcut. Loop and "Home Run" layout shall be approved by the 44 _ Engineer before sawcutting takes place. 45 46 ".......Splice kit," per each. 47 48 "Emergency Vehicle pre-emption detector," per each. 49 50 "Opticom discriminator card," per each. 51 52 "Detector amplifier," per each. 53 54 "Street light fuse kit," per each. 55 56 "Pedestrian push button with sign, " per each. 57 58 "Pedestrian push button post," per each. 59 60 "Pedestrian signal pole, Type I, 10-feet," per each. SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 250 1 2 "Relocate existing.......pole," per each. 3 4 The unit per each price for "relocate existing ....pole" shall be full compensation for removing 5 the pole from its existing foundation, removing and salvaging or re-installing existing 6 equipment, plugging holes as required and installing the pole on Its new foundation and shall 7 include all labor, tools, materials, equipment and any other costs necessary and/or incidental 8 to complete the installation and make the electrical equipment operational all in accordance 9 with the plans, specifications and detail sheets. 10 11 "Remove existing.......Foundation," per each. 12 13 The unit per each price for 'Remove existing foundation" shall be full compensation for full 14 and complete removal and hauling and disposal of the foundation. 15 16 "Copper cable connection", lump sum. 17 "WSDOT connection", lump sum. 18 "CCTV installation", lump sum. 19 The lump sum contract price for "Copper cable connection", "WSDOT connection", and 20 "CCTV installation" shall be full pay for furnishing all labor, materials, tools, and equipment 21 necessary for the construction of the complete system, modifying existing systems, or both, 22 as shown in the Plans and herein specified including excavation, backfilling, conduit, wiring, 23 restoring facilities destroyed or damaged during construction, salvaging existing materials, 24 and for making all required tests.All additional materials and labor, not shown in the plans or 25 called) for herein and which are required to complete the electrical system, shall be included 26 in the lump sum contract price. 27 28 8-22 PAVEMENT MARKING 29 II 30 8-22.1 Description 31 The following item in Section 8-22.1 is revised as follows: 32 (*--*) 33 Crosswalk Stripe 34 A SOLID WHITE line, 8 inches wide and 10-feet long, installed parallel to another crosswalk 35 stripe and parallel to the direction of traffic flow and centered in pairs on lane lines and the 36 center of lanes. See detail sheet. 37 38 Skip Center Line (Replacement) 39 A BROKEN YELLOW line 4 inches wide. The broken or "skip" pattern shall be based on a 40 24-foot unit consisting of a 9-foot line and a 15-foot gap. Skip center strip is used as center 41 line delineation on two-lane or three-lane, two-way highways. 42 43 Double Yellow Center Line (Replacement) 44 Two SOLID YELLOW lines, each 4 inches wide, separated by a 4-inch space. Double yellow 45 center stripe is used as center line delineation on multilane, two-way highways and for 46 channelization. 47 48 Approach Line (New) 49 A SOLID WHITE line, 8 inches wide, used to separate left and right turning movements from 50 through movements, to separate high occupancy vehicle lanes from general purpose lanes, 51 for islands, hash marks, and other applications. Hash mark stripes shall be placed on 45- 52 degree angle and 10 feet apart. 53 54 Lane Line (Replacement) 55 A BROKEN WHITE line, 4 inches wide, used to delineate adjacent lanes traveling in the 56 same direction. The broken or "skip" pattern shall be based on a 24-foot unit consisting of a 57 9-foot. line and a 15-foot gap. 58 59 Two Way Left Turn Line (Replacement) SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 251 1 A SOLID YELLOW line, 4 inches wide, with a BROKEN YELLOW line, 4 inches wide, 2 separated by a 4-inch space. The broken or "skip" pattern shall be based on a 24-foot unit 3 consisting of a 9-foot line and a 15-foot space. The solid line shall be installed to the right of 4 the broken line in the direction of travel. 5 6 Crosswalk Line (Replacement) 7 A SOLID WHITE line, 8 inches wide and 10 feet long, installed parallel to another crosswalk 8 stripe and parallel to the direction of traffic flow and centered in pairs on lane lines and the 9 center of lanes. See detail sheet. 10 11 Stop Line (Replacement) 12 A SOLID WHITE line 12, 18, or 24 inches wide as noted on the Contract plans. 13 14 8-22.3(5) Installation Instructions 15 Section 8-22.3(5) is revised as follows: 17 A manufacturer's technical representative need not be present at the initial material 18 installation to approve the installation procedure. 19 20 8-22.5 Payment 21 Section 8-22.5 is supplemented as follows: 22 (******) 23 "Approach Stripe," per linear foot. 24 25 "Remove Paint Line ....."wide," per linear foot.* 26 27 "Remove Plastic Line ......"Wide," per linear foot.* 28 29 "Remove existing traffic markings, "per lump sum.* 30 31 *The linear foot contract price for "Remove Paint Line" and "Remove Plastic Line" and the 32 lump sum contract price for"Remove existing traffic markings" shall be full compensation for 33 furnishing all labor, tools, material, and equipment necessary for removal of existing traffic 34 markings as per the plans, specifications and detail sheets. If these pay items do not appear 35 in the contract schedule of prices, then the removal of old or conflicting traffic markings 36 required to complete the channelization of the project as shown on the plans or detail sheets 37 shall be considered incidental to other items in the contract and no further compensation 38 shall be made. 39 40 8-23 TEMPORARY PAVEMENT MARKINGS 41 42 8-23.5 Payment 43 Section 8-23.5 is supplemented with the following: 44 (******) 45 If no pay item is included in the contract for installation or for removal of temporary pavement 46 markings then all costs associated with these items are considered incidental to other items 47 in the contract or included under"Traffic Control," if that item is included as a bid item. 48 49 DIVISION 9 50 MATERIALS 51 52 9-00 DEFINITIONS AND TESTS 53 54 Section 9-00(A) is a new section: 55 ((******) 56 9-00(A) Recycled Materials (RC) 57 The Owner encourages the use of recycled materials whenever practicable, provided that 58 those materials meet or exceed all applicable requirements described elsewhere in the SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 252 1 contract specifications. Should recycled materials be utilized, the Owner requires that a 2 Recycled Product Reporting Form be completed by the Contractor. 3 4 9-02 BITUMINOUS MATERIALS 5 6 Section 9-02.1(10) is a new section: 7 (19-** 2**) 8 0 .1(10) Loop Sealant(RC) 9 Unless specified otherwise in the contract or permitted by the Engineer upon request 10 from the Contractor, loop sealant shall be hot-melt, rubberized asphalt sealant (Crafco 11 Loop Detector Sealant or approved equal), shall meet the penetration, flow and 12 resilience specifications of ASTM D3407. 13 14 The Contractor shall request and obtain approval from the Engineer for the type of loop 15 sealant to be used before installing detector loops and shall submit manufacturer 16 cutsheets or other data if requested by the Engineer in order to enable the Engineer to 17 determine the acceptability of the sealant. 18 19 9-03 AGGREGATES 20 21 9-03.8(6)A Basis of Acceptance (RC) 22 Section 9-03.8(6)A is replaced with: 23 **«*«*) � 24 1. Asphalt Concrete will be accepted based on its conformance to the project 25 job mix formula (JMF). No material for payment may be produced for use 26 on a project until the job mix formula has been approved by the engineer. 27 The mixture shall be designed to meet the test cnteria listed in Section 9- 28 03.8(2) and remain within the limits set forth in 9-03.8(6). The 29 determination of the job mix formula shall be the responsibility of the 30 Contractor. 31 32 The intermingling of asphalt concrete mixtures produced from more than 33 one JMF is prohibited. Each strip of asphalt concrete pavement placed 34 during a working shift shall conform to a single job mix formula established 35 for the class of asphalt concrete specified unless there is a need to make 36 an adjustment to the JMF. 37 38 The JMF shall be submitted in writing by the Contractor to the Engineer at 39 least 10 days prior to the start of paving operations and shall include as a 40 minimum: 41 a. Percent passing each sieve size. 42 b. Percent of asphalt cement. 43 c. Asphalt grade. 44 d. Mixing temperature. 45 e. Compaction temperature. 46 f. Anti-strip agent content. �i 47 48 The Contractor may not make any changes to the JMF without prior 49 written approval of the Engineer. Should a change in sources of materials I 50 be made, a new JMF must be approved by the Engineer before the new 51 material is used. 52 53 2. Job Mix Formula Tolerances 54 a. After the JMF is determined,ned, the several constituents of the mixture at 55 the time of acceptance shall conform to the following tolerances: Constituent of Mixture Tolerance Limits �f SW 7TH ST/LIND AVE SW SIGNAL.IZATION 7TH_LIIVD 253 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 Dassin Broad band specification 1", 3/4" 5/8", 1/2 , limits Section 9-03.8(6). and 3/8"sieves 1 Aggregate passing 1/4" sieve t 6% 2 Aggregate passing No. 10 sieve t 5% 3 Aggregate passing No. 40 sieve ±4% 4 Aggregate passing No. 200 sieve f2% Note1 5 Asphalt cement t0.5%Note2 6 7 For open graded mix: Tolerance limits shall be for aggregate 8 gradation only and shall be as specified in Section 9-03.8(6). 9 10 Note 1 — 2.0% if less than 50% RAP (Recycled Asphalt Pavement), 11 2.5%for 50% RAP or more. 12 13 Note 2 — 0.5% if less than 20% RAP, 0.7% for over 20% RAP, but 14 less than 50% RAP, 1.0%for 50% RAP or greater. 15 16 These tolerance limits constitute the allowable limits used in Section 17 5-04.3(8)A to determine acceptance. 18 19 9-06 STRUCTURAL STEEL AND RELATED MATERIALS 20 21 9-06.5(4) Anchor Bolts 22 Section 9-06.5(4) has been supplemented by adding: 23 24 All anchor bolts, nuts, washers and anchor plates for signal poles, street light poles, 25 strain poles or other types of poles shall meet the recommended specifications of the 26 pole manufacturer. The Contractor shall be responsible for providing to the Engineer 27 : any and all data concerning fabrication, strength test results, mill certification and other 28 data required to confirm that the anchor bolts meet those specifications. 29 30 The following standard specifications shall apply to anchor bolts for street light, signal 31 and strain poles provided that the Contractor can submit documentation from the 32 manufacturer affirming that anchor bolts meeting these specifications are recommended 33 for the pole to be installed thereon: 34 35 1. The standard anchor bolt for aluminum street light poles shall be 42 36 inches in length and shall meet the requirements of ASTM A 36 or ASTM A 37 307. The shaft of the anchor bolt shall be a full one inch in diameter with 38 a hot forged four inch "L" bend on the bottom end and a minimum of six 39 inches of die-cut threads on the top end. 40 2. The anchor bolts for signal poles and strain poles shall meet the 41 specifications as designated on the approved manufacturer's pole plans V 42 and/or supplemental plans or specifications provided by the manufacturer. 43 SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 254 1 All anchor bolts, nuts and washers shall meet the pole manufacturer's specifications and 2 shall be hot dipped galvanized unless such galvanization is not permitted for the type of 3 steel as per Section 9-06.5(4). +I 4 5 9-14 EROSION CONTROL AND ROADSIDE PLANTING 6 7 Section 9-14.1(1) is replaced with: 9 10 S►-94.1(1) Topsoil Type A 11 Topsoil Type A shall be a commercially available two-way mix, consisting of 60 percent 12 sandy loam and 40 percent compost. Compost shall meet the following cnteria: 13 14 Compost shall be stable, mature, decomposed organic solid waste that is the result of 15 the accelerated, aerobic biodegradation and stabilization under controlled conditions. 16 The result is a uniform dark, soil-like appearance. 17 I 18 Compost maturity or stability is the point at which the aerobic biodegradation of the 19 compost has slowed and oxygen consumption and carbon dioxide generation has 20 dropped. Subsequent testing provides consistent results. 21 I' 22 Compost production and quality shall comply with the Interim Guidelines for Compost 23 Quality, #94-38 or superseding editions, and amendments, published by the Washington 24 State Department of Ecology. II� 25 26 Compost products shall meet the following physical criteria: 27 1 100 percent shall pass through a 1-inch sieve when tested in accordance with 28 AASHTO Test Method T87 and T88. 1 29 2 The pH range shall be between 5.5 and 8.5 when tested in accordance with !� 30 WSDOT Test Method 417. 31 3 Manufactured inert material (plastic, concrete, ceramics, metal, etc.) shall be less III 32 than 1 percent on a dry mass or volume basis, whichever provides for the least 33 amount of foreign material. 34 4. Minimum organic matter shall be 30 percent dry mass basis as determined by loss 35 on ignition (LOI test). Illy36 5 Soluble salt contents shall be less than 4.0 mmhos/cm. 1 37 6 Compost shall score a number 5 or above on the Solvita Compost Maturity Test. 38 39 Contractor shall submit a Manufacturer's Certificate of Compliance stating that the soil 40 meets the requirements of these Special Provisions for approval by the Engineer. The 41 Certificate of Compliance shall also include soil fertility and micronutrient analysis 42 performed by a soil laboratory routinely engaged in testing soils for horticultural Jill 43 applications. The soil analysis shall include recommendations by the soil testing 44 laboratory (if any) for the addition of soil amendments. Contractor shall add 45 recommended soil amendments. 46 47 9-14.3 Fertilizer 48 Section 9-14.3 is supplemented as follows: 49 50 Fertilizer for erosion control seeding shall be granular fertilizer containing the following 51 percentages per weight: 52 53 10% Nitrogen (N) 54 20% Phosphorus (P) �! 55 30% Potash (K) 56 57 Fifty percent (50%) of the nitrogen shall be derived from Nitrogen "Blue Chip". Potash shall 58 be derived from sulfate of potash. Fertilizer shall be standard free flowing. 59 I SW 7TH ST/LIND AVE SW SIGNAI'-IZATION 7TH_LIND 255 n 1 9-23 CONCRETE CURING MATERIALS AND ADMIXTURES �I 2 3 9-23.9 Fly Ash (RC) 4 Section 9-23.9 is revised as follows: 5 (******) 6 Fly ash shall not be used around water lines. 7 8 9-29 ILLUMINATION, SIGNALS, ELECTRICAL 9 10 9-29.1 Conduit (RC) 11 Section 9-29.1 is supplemented by adding the following: 12 (******) 13 The conduit P.V.C. - non-metallic shall be of the two types indicated below: 14 1. Schedule 80 Extra heavy wall P.V.C. conforming to ASTM, Standards, to be used in 15 all installations under roadways. 16 2. Schedule 40 heavy wall P.V.C. conforming to ASTM Standards. 17 18 9-29.2 Junction Boxes (RC) 19 Section 9-29.2 is supplemented with: 21 Junction boxes shall be reinforced concrete with galvanized steel from anchored in place 22 and galvanized steel cover plate (Diamond pattern) as indicated on detail sheets. 23 24 The inscriptions on the covers of the junction boxes shall be as follows: 25 1. Signal only: "Signals" 26 2. Street Lighting only: "Lighting" 27 3. Traffic Signal and Street lighting Facilities: 'TS-LT' 28 4. Fiber Optic—"ITS" 29 30 Inscriptions on junction boxes performing the same function, i.e. street lighting, traffic signal, ' 31 or both, shall be consistent throughout the project. All junction boxes shall be installed in 32 conformance with provisions contained in the standard plans and detail sheets. 33 34 The above inscriptions shall not be higher than the top surface of the cover plate;:,. 35 36 9-29.3 Conductors, Cable 37 Section 9-29.3 is revised and supplemented as follows: 38 (******) 39 Supplement: 40 Each wire shall be numbered at each terminal end with a wrap-around type numbering strip 41 bearing the circuit number shown on the plans. 42 43 The Contractor shall provide and install all the necessary wiring, fuses and fittings so as to 44 complete the installation of the signal and lighting equipment as shown on thE� plans. All 45 materials and installation methods, except as noted otherwise herein, shall comply with 46 applicable sections of the National Electrical Code. 47 48 Revisions: 49 8. Detector loop wire shall be No. 12 AWG stranded copper wire, Class B, with 50 chemically cross-linked polyethylene type RHH-RHW insulation of code thickness. 51 52 11. Communications cable shall meet REA specification PE-39 and shall have No. '19 53 AWG wires with 0.008 inch FPA/MPR coated aluminum shielding. The cable shall 54 have a petroleum compound completely filling the inside of the cable. 55 56 Supplement: 57 The shielded communications/signal interconnect cable shall meet the following: 58 1. Conductors: Solid, soft drawn, annealed copper, size 19 awg. SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 256 Elm 1 2. Insulation: solid, virgin high density polyethylene or polypropylene, with telephone �I 2 industry color coding. 3 3. Cable core assembly: insulated conductors are twisted into pairs with varying lays 4 (twist lengths) to minimize cross talk and meet strict capacitance limits. 5 4. Shielding: A corrosion/oxidation resistant tinted ethylene copolymer coated (both 6 sides) .008" thick corrugated aluminum tape shield is applied longitudinally with 7 shielding coverage. A .005 corrugated tape applied in the same manner is 8 acceptable. 9 5. Outer jacket: A black, low density high molecular weight virgin polyethylene 10 (compounded to withstand sunlight, temperature variations and other � ) 11 environmental conditions plus abuse during installation) is extruded overall to 12 provide a continuous covering. 13 6. Footage markings: footage markings must be printed sequentially a minimum of 2 14 along the outer jacket. INI' 15 7. Filling: the entire cable within the outer jacket is flooded with petroleum- 16 polyethylene gel filling compound including the area between the outer jacket and 17 the shield. 18 19 9-29.9 Ballast, Transformers 11 20 Section 9-29.9 is supplemented by adding the following: 21 22 The Ballast shall be pre-wired to the lamp socket and terminal board. Ii 23 24 9-29.10 Luminaires 25 Section 9-29.10 is supplemented by adding the following: 26 27 The filter shall be charcoal with elast-omer gasket. 28 Luminaires shall have a cast aluminum housing of the cobra head style with a glass ovate 29 refractor. 30 The manufacturer's name or symbol shall be clearly marked on each luminaire. i 31 32 9.29.99(2) Photoelectric Controls II 33 Section 9-29.11(2) is replaced with: 35 Photoelectric controls shall be a plug-in device, rated to operate on 120 volts, 60 Hz. 36 The unit shall consist of a light sensitive element connected to necessary control relays. 37 The unit shall be so designed that a failure of any electronic component will energize 38 the lighting circuit. 39 40 The photo cell shall be a solid state device with stable turn-on values in the temperature II41 range of -55 degrees C to +70 degrees C. The photo cell shall be mounted externally I 42 on top of the luminaire. In a contactor controlled system, the photo cell to control the 43 system shall be mounted on the luminaire nearest to the service/contactor cabinet. The 44 photo cell shall be capable of switching "ON" 1,000 watts of incandescent load as a 45 minimum. 46 47 9.•29.13(2) Flashing Operations �I{ 48 The following items in Section 9-29.13(2) are revised: as follows: 49 50 2. Police Panel Switch. When the flash-automatic switch located behind the 51 police panel door is turned to the flash position, the signals shall immediately N 52 revert to flash and remove power from the controller. When the switch is 53 placed on automatic, power shall be applied to the controller to initiate start-up 54 sequence. it 55 3. Cabinet Switches. When the flash-automatic switch located inside the I! 56 controller cabinet is placed in the flask operation Controller Cabinet Switches. 57 When the flash-automatic switch located inside the controller cabinet is placed 58 in the flash position, the signals shall immediately revert to flash; however, the 59 controller shall continue to function. When the flash-automatic switch is placed 1� 60 in the automatic position, the controller shall immediately resume normal cyclic SW 7TH ST/LIND AVE SW SIGNALIIZATION 7TH-LIND 257 sr 1 operation. Adjacent to the flash-automatic switch shall be a controller on-off 2 switch. If the flash-automatic switch is in the automatic position and the 3 controller on-off switch is placed in the OFF position, the signals shall �r 4 immediately revert to flash. 5 5. Conflict Monitor. Upon sensing conflicting signals or unsatisfactory operation 6 voltages, the conflict monitor shall immediately cause the signe-ll to revert to 7 flash; however, the controller shall stop time at the point of conlflict. After the 8 conflict monitor has been reset, the controller shall immediately take command 9 of the signal displays. 10 11 The following is a supplement: 12 6. Flash unit shall be a two-circuit type, capable of switching loads up to 1000 13 watts per circuit alternately at a rate of 60 flashes per minute per circuit, plus or 14 minus two flashes per minute. 15 16 9-29.13(3) Emergency Pre-emption 17 Section 9-29.13(3) is replaced with: 18 (******) 19 Immediately after a valid call has been received, the preemption controls shall cause the 20 signals to display the required clearance intervals and subsequent preemption intervals. 21 Preemption shall sequence as noted in the contract. Preemption equipment shall be 22 installed so that internal wiring of the controller, as normally furnished by the 23 manufacturer, is not altered. Termination of the pre-emption sequence sha.11l NOT place 24 a call on all vehicle and pedestrian phases. Pre-emption indicators, if required, shall turn 25 on when the controller reaches the pre-empted phase. 26 27 Emergency vehicle pre-emption shall be furnished as modules that plug directly into a 28 rack wired to accept 3-M discriminator type units. The pre-emption systE;m operation 29 shall be compatible with the 700 Series 3M company "opticom" system which the City of 30 Renton is currently using and shall be capable of being activated by the same 31 transmitters. 32 y 33 The optical signal discriminator system shall enable an authorized vehicles to remote) 34 control traffic control signals from a distance of up to 1800 feet (0.54 kilometers) along 35 an unobstructed 'line of sight' path. The system shall cause the traffic signals controller 36 to move into an appropriate fire pre-emption program. this optical discriminator shall 37 interface to the 562 software, for field programmability. It shall consist of the following 38 components: 39 40 1. Optical energy detectors which shall be mounted on the traffic signal mast 41 arms and shall receive the optical energy emitters signal. 42 2. Discriminators which shall cause the signal controller to go into internal pre- 43 emption which will give the authorized vehicle the right of way in the manner 44 shown on the phase sequence diagram. 45 3. Pre-emption Indicator Lights. 46 47 Optical_Detector 48 1. Shall be of solid state construction. • 49 2. Fittings shall meet the specifications of the system manufacturer to facilitate 50 ease of installation. 51 3. Shall operate over an ambient temperature range of-40°F to +180°F (-40°C to 52 +85°C). 53 4. Shall have internal circuitry encapsulated in a semi-flexible compound and 54 shall be impervious to moisture. 55 5. Shall respond to the optical energy impulses generated by a pulsed Xenon 56 source with a pulse energy density of 0.8 micro joule per square meter at the 57 detector, a rise time less than one microsecond and half power point pulse 58 width on not less than thirty microseconds. 59 60 Discriminator SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 258 1 Each module shall do the following: 2 1. Shall provide for a minimum of two channels of optical detector input. 3 2. Shall provide for a minimum of two discrete channels of optically isolated III 4 output. 5 6 When a pre-emption detector detects an emergency vehicle, the phase selector shall 7 hold the controller in the required phase or advance directly to that phase after 8 observing all vehicle clearances. The phase selector shall hold the controller in the 9 phase selected until the detector no longer detects the emergency vehicle. 10 I 11 When the phase selector is responding to one detector, it shall not respond to any other 12 detector until calls from the first detector are satisfied. Indicator lights shall indicate 13 power on, signal being received, channel called. Switches shall control system power 14 and simulate detector calls for each phase. I' 15 ` 16 .4 -29.13(4) Wiring Diagrams 17 Section 9-29.13(4) is modified and supplemented by retaining the first three sentences 18 and replacing the remainder with: 20 The controller cabinet shall have a waterproof envelope with a side access attached to 21 the inside of the cabinet door. There shall be four(4) complete sets of controller cabinet 22 schematics as well as manuals for all assemblies and sub-assemblies. The controller II 23 cabinet schematics shall include the intersection name, and an intersection diagram that 24 shall include intersection phasing and loop assignments. There shall be a digital 25 compact disk (CD) containing the controller cabinet schematics in autocad digital file 26 format. 27 28 6) Radio 9-29.13 ( Interference Suppressors 29 Section 9-29.13(6) is supplemented by adding the following: 30 31 A Cornell-Dubiler radio interference filter NF 10801-1 30 amps or equivalent shall be 32 used to filter the A.C. power. Additionally, all power supplies shall have noise immunity I{ 33 from other devices within the cabinet. 34 35 9-29.13(7) Traffic-Actuated Controllers ff 36 Section 9-29.13(7) is revised and supplemented with: �Il 37 38 NEMA Traffic Signal Controllers: 39 1. The NEMA controller shall be an Eagle Model EPAC300-M50 or equal and shall 40 meet the following specifications: 41 1.1 Required Standards 42 Traffic signal controller shall meet or exceed all requirement of the NEMA TS2- 43. 1998 specification. Equipment supplier shall provide a letter from an 44 independent testing laboratory certifying controller compliance to the NEMA 45 TS2-1998 specification. 46 1.2 Standard NEMA Configurations 47 Two Input/Output configurations shall be provided: 48 a. NEMATS-2 Type 1 for serial connection to cabinet Bus Interface Unit 49 b. NEMA TS-2 Type 2 for direct parallel connection to load switches and 50 detectors 51 1.3 Central Processor Unit (CPU) 52 In addition to NEMA requirements, the CPU shall provide the following: 53 a. Microware OS-9 Operating System with runtime license 54 b. Motorola 68360 microprocessor, 25 Mhz version 55 c. 4 Megabytes minimum dynamic random-access memory (DRAM) I� 56 d. 8 Megabytes minimum FLASH memory organized as a disk drive i 57 e. 512 Kilobytes minimum static random-access memory (SRAM) 58 f. Time of Day (TOD) clock with hours, minutes, seconds, month, year, and 59 automatic daylight savings time adjustment. TOD may be implemented in III SW 7TH ST/LIND AVE SW III 99 SIGNALIZATION I,I��� 7TH_LI N D 259 1 1 the CPU via electronic circuitry,ry, op eratin g system software, or a 2 combination. 3 g. During power failures, the SRAM and TOD shall be powered by STANDBY 4 voltage from the power supply. 5 1.4 Power Supply 6 In addition to NEMA requirements, the Power Supply shall provide the 7 following: 8 a. Line Frequency Reference signal shall be generated by a crystal oscillator, 9 which shall synchronize to the 60-Hz VAC incoming power line at 120 and 10 300 degrees. A continuous square wave signal shall be +5 VDC l 11 amplitude, 8.333 ms half-cycle pulse duration, and 50 +/- 1% duty cycle. 12 The Line Frequency Reference shall compensate for missing pulses and 13 line noise during normal operation. The Line Frequency Reference shall 14 continue through 500 mS power interruptions. 15 b. STANDBY voltage via supercapacitor for backup power during loss of 16 service voltage shall be provided. Supercapacitor shall have a minimum 17 of 15-farad nominal size. No batteries of any type are allowed. 18 1.5 Keyboard and Display 19 In addition to NEMA requirements, Keyboard and Display shall provide the 20 following: 21 a. Removable by pulling off, installed by pushing on, without use of tools 22 b. Stowed extension cord to allow remote use of keyboard and display 23 c. Emulation of terminal per Joint NEMA/AASHTO/ITE ATC Standard 24 d. Key quantity and function per Joint NEMA/AASHTO/ITE ATC Standard 25 e. Liquid Crystal Display (LCD) with 8 lines of 40 characters 26 f. LCD contrast adjustment accomplished via the keypad, no contrast knob 27 allowed. 28 g. Light-emitting diode backlight for the LCD. 29 h. Audible electronic bell. 30 i. Connector compatible with C60 of Joint NEMA/AASHTO/ITE ATC 31 Standard, with the addition of +5VDC supplied by the controller on C60, 32 Pin 1 33 j. Keyboard and display may be deleted for cost savings by the Agency. 34 1.6 Communications 35 In addition to NEMA requirements, the controller shall provide the following: 36 a. Built-in 10 Base-T Ethernet with RJ-45 connector on controller front panel 37 b. Built-in Internet Protocol (IP) address assigned by Institute of Electrical 38 and Electronic Engineers (IEEE), one unique IP address for each 39 controller. 40 c. Built-in Infared (IR) wireless port compatible with Microsoft Windows for i 41 Pocket PC Infrared RAW mode. 42 d. Built-in 1200 bps Frequency Shift Keying (FSK) modem. Modem is 43 optional per Agency specification. Choice of 2 or 4 wire operation per 44 ? Agency specification. 45 .- e. Built-in EIA-232 port for uploading and downloading applications software, 46 as well as to update the operating system. 47 f. Built-in C60 connector for use with removable Keyboard and Display, 48 Personal Computer COM1 or Personal Digital Assistant (PDA). C60 49 protocol per Joint NEMA/AASHTO/ITE ATC standard. 50 1.7 Controller Housing 51 In addition to NEMA requirements, the controller housing shall provide 'the 52 following: 53 a. Seven slots with card guides for standard 3U size Versa Module Europe 54 expansion modules. The expansion modules and mating back plane is 55 board in controller are optional, per Agency specification. 56 b. Two slots with card guides for standard Joint NEMA/AASHTO/ITE ATC 57 modems. The modems and mating back plane board in the controller are 58 optional, per Agency specification. 59 c. Polycarbonate construction, except back panel, rear mounting tabs and 60 power supply mounting plate shall be aluminum for electrical grounding. SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 260 1 d. Built-in carrying handle I 2 e. Two adjustable front mounting feet, used to raise the front cables and vary 3 the display viewing-angle. 4 1.8 Traffic Control Software Functions 5 In addition to NEMA requirements, the controller shall provide the following: 6 a. 16 Vehicle Phases 7 b. 16 Pedestrian Phases 8 c. 4 Timing Rings 9 d. 16 Overlaps 10 e. 80 Detectors I71VI 11 f. Status: Ring Timers, Coord Timers, Preempt Timers, Time Base, Illl 12 Communication, Detector Diagnostics, Intersection, Input/ Output 13 g. Reports: Local Alarm Log, Comm Fault Log, Detector Fault Log, System 14 Detector Log, MOE Log, Speed Log, Volume Count Log, Cycle MOE Log I�NI� 15 h. Coordination Modes: Permissive Mode, Yield Mode, Permissive Yield 16 Mode, Permissive Omit Mode, Sequential Omit Mode, Full Actuated 17 Mode. 18 i. Adaptive Traffic Control: Adaptive Maximum Routines, Adaptive Protected II 19 / Permissive Routines, Conditional Virtual Split Routines, Coordinated 20 Adaptive Split Routines. 21 j. Preemption / Priority Routines 22 k. Standard Reports II 23 I. Built-In Diagonstics 24 m. Time Base Control: 99 Day Programs, 10 Week Programs, 250 Events 25 If 26 NEMA and 207ON Traffic Signal Controller Firmware: 27 11. The controller shall have Eagle SE-PAC firmware or equal installed. 28 2. Operating Displays shall be via front panel and laptop computer. 29 2.1 The dynamic displays listed below shall be provided to show the operational 30 status of the controller.Additional displays shall be offered for programming. 31 2.1.1 An intersection status display shall indicate the active status of all 32 signal driver outputs and vehicle plus pedestrian calls. When this display 33 is active, vehicle and/or pedestrian calls may be placed from the 34 keyboard. 35 2.1.2 An active timer display shall show a summary of ring, phase, 36 coordination, preemption and time-based control status. The menu shall 37 provide for the selection of any combination of the rings for display (Rl + 38 R2, R3 +R4,Rl +R3,etc.). This active timer display shall indicate current 39 interval, pedestrian, density, passage, and maximum timing by phase and 40 ring. The status of vehicle and pedestrian phases shall be displayed in 41 combination with vehicle and pedestrian calls. Operational modes shall I 42 also be displayed e.g. Time Base, Interconnected, System, Backup, 43 Manual, System Flash, Start Flash, Stoptime, Preempt, Priority, Diagnostic I� 44 Flash, etc. When this display is active vehicle and/or pedestrian calls may 45 be placed. 46 2.1.3 A coord timers display shall allow viewing of the real time status of 47 coordination timer(s) and parameters for the active pattern. The coord li 48 timers display shall indicate the command source, current pattern 49 information, local/system cycle count, offset mode, offset correction, time- 50 based control status, coord mode, max mode, force-off mode, phase 51 pattern & mode and permitted phase & control data. 52 2.1.4 A preempt timers display shall indicate preemption (railroad, fire, i 53 emergency) w g y) and to priority (bus) status. When a preemptor is active, the 54 display shall also indicate preemptor interval and timer countdown as well 55 as priority lockout and max call time out. If 56 2.1.5 A time base status display shall indicate the current time and date, the 57 current day and week program, the active programmed selections of the 58 coordination pattern and auxiliary functions. ill 59 2.1.6 A detector status display shall indicate the current status for up to 80 60 detectors. The display shall show the status as determined by the detector SW 7TH ST/LIND AVE SW SIGNALIZATION III 7TH_LI N D 261 1 diagnostics capability of the controller. The condition will b e r 9 p Y reported as 2 one of the following states: on-line, failed open loop, failed :shorted loop, 3 failed excessive inductance change, failed max presence diagnostic, 4 failed no activity diagnostic, failed erratic counts diagnostic, BIU frame 5 fault, not supported or "LWD" (not detector, detector failure or detector 6 watchdog timeout). 7 2.1.7 A conflict monitor display shall indicate the current :status of the 8 conflict monitor, all channel RYG inputs, and up to six (6) faults 9 simultaneously. Y 10 3. Programming 11 3.1 Programming displays shall use front panel and laptop computer and shall 12 meet the following requirements: 13 3.1.1 Programming displays in the form of menus shall aid the operator in 14 entering data from the front-panel keyboard {if controller has f:I keyboard}. 15 3.1.2 A main menu shall allow the user to select a major function of the 16 controller. A submenu shall then be displayed to allow the user to select a 17 sub-function within the major function. 18 3.1.3 English language and traffic engineering terminology shall be used 19 throughout to facilitate programming. The display organization shall allow 20 traffic personnel to program the controller without using reference cards or 21 manuals. 22 3.1.4 Programming entries shall consist of alpha or numerical values. 23 During program entry, the new data shall be displayed as it is entered. 24 Entries u n shall only be validated and stored when the ENTER ( E ) key or 25 the cursor key is pressed. 26 3.2 Programming Methods 27 3.2.1 The methods listed below shall be available for controller 28 programming. The manufacturer shall be able to provide as off-the-shelf 29 items all of the firmware and software required to affect the listed 30 programming methods and to implement network operation with system 31 masters and host PC's. 32 a. Manual data entry via the front panel keyboard. 33 b. Data downloading via telemetry from a system master connected to a , 34 host PC in a closed-loop system. 35 c. Data downloading from a portable PC-compatible computer via null- 36 modem cable. 37 d. Data downloading from a PC-compatible computer via modem. 38 e. Data downloading from one controller to another using a serial port on 39 each controller. 40 3.3 Programming Security 41 3.3.1 The firmware shall prevent the alteration of keypad set unit variables 42 prior to the user having entered a specific code. No access code shall be 43 required to display data.Access codes shall initially be set at "0000". Entry 44 °° of a code of"9999" shall prevent access from being turned off. 45 3.4 Programming Utility Functions 46 3.4.1 A copy function shall permit copying all timing data from one phase to 47 another. It shall also permit copying all coordination pattern data from one 48 pattern to another. This feature shall facilitate data entry when 49 programming any two or more phases with the same timing values andfor 50 two or more coordination patterns with the same pattern data. 51 3.4.2 The firmware shall contain a backup database stored in nonvolatile 52 memory. A copy function shall permit transferring the backup database to 53 the active database. An alternate database for interchange control 54 operation shall be selectable. 55 3.4.3 A print function shall allow the printing of firmware data and detector 56 count, detector failure, and event logs. The firmware shall be capable of 57 interfacing with any printer with an RS-232 interface and capable of a 58 minimum width of 80 columns. The printer configuration shall provide user 59 selection of baud rate (1200, 2400, 4800, 7200, 9600, & 19200), data bits 60 (7 or 8), and parity (odd, even, and none). SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 262 �. tNl 1 3.4.4 A display or laptop computer screen shall allow the user to view the 2 controller software version number. 3 3.4.5 A display or laptop computer screen shall assist the user in 4 programming the conflict monitor programming card based on the � I 5 controller unit ring structure and overlap programming. 6 4. Actuated Control Functions shall provide: 7 4.1 Phase sequence 8 4.1.1 The phase sequence of the controller shall be programmable in most 9 any combination of sixteen phases and four timing rings. 10 4.1.2 Phase sequence information shall be changeable and shall be stored 11 in FLASH memory. 12 4.1.3 The standard phase sequence of the controller also shall be capable 13 of being altered by coordination, time-of-day or external alternate 14 sequence command. Each of the fifteen alternate sequence commands 1r� 15 shall allow reversing the normal phase sequence of eight phase pairs. The 16 sixteen total sequences shall offer every combination of lead-lag on an 17 eight phase quad-left application. 18 4.1.4 The firmware shall provide an adaptive protected/permissive 19 sequence capability which measures the volume of left turn vehicle traffic 20 and available gap windows in the opposing through vehicle traffic to 21 determine whether the turn should operate in protected or permissive �I 22 mode. 23 4.1.5 The firmware shall provide the ability to inhibit service of a phase 24 based on another phase being ON. 25 4.1.6 The firmware shall provide control of five-section, #II 26 protected/permissive left tum heads. When selected, this feature shall 27 cause the through (even) phase yellow to inhibit display of the left turn 28 (odd) phase yellow. 29 4.2 Timing intervals fll� 30 4.2.1 Timing intervals shall be programmable from 0-999 in one second 31 increments or from 0-99.9 in one-tenth second increments, depending on 32 the function. �II 33 4.2.2 Guaranteed minimum interval values of 3.0 seconds shall be set for all 34 yellow clearance timings (normal and preempt routines). 35 4.2.3 Cars before reduction shall provide a user-specified number of 36 actuations, or cars waiting, that must occur before starting gap reduction. 37 Gap reduction shall be initiated by either time before reduction or cars 38 before reduction, whichever reaches its maximum value first. 39 4.2.4 The firmware shall be capable of alternate passage / maximum 40 timings for each phase. Up to three alternate passage timings and 41 maximum green timings shall be selectable based on time of day. 42 4.2.5 The firmware shall be capable of dynamically extending the maximum 43 green time for each phase based on vehicle demand. Up to three dynamic 44 maximum green intervals shall be selectable per phase based on time-of- 45 day. The initial interval shall be selectable as either Max 1 or Max 2. If the 46 phase terminates due to max-out for two successive cycles, then the 47 maximum green time in effect shall automatically be extended by one 48 dynamic step interval on each successive cycle until it is equal to the 49 selected Max. If the phase gaps out for two successive cycles, then the 50 maximum green time shall be reduced by one dynamic step interval until 51 such subtraction would mean the adaptive max was less than the smaller 52 of the normal max or the dynamic max value. 53 4.3 Overlaps 54 4.3.1 The firmware shall provide sixteen internally-generated overlaps (A 55 through P). These shall be individually programmable. 56 4.3.2 Each overlap shall be individually programmable to enable the green 57 to remain on following termination of the parent phase green (trailing 58 operation). The firmware timing for the trailing operation shall include 59 green (0-999 seconds), yellow (0-99.9 seconds) and red (0-99.9 seconds) 60 timing intervals for each overlap. SW 7Tti ST/LIND AVE SW SIGNALIZATION 7TH_LIND 263 l 1 4.3.3 Each overlap shall provide an entry (phase number) that will omit the 2 overlap trailing operation when the entered phase is ON. 3 4.3.4 Each overlap shall provide an entry (phase number) that will omit the r 4 overlap trailing operation when the entered phase is NEXT 5 4.3.5 Each overlap shall provide an entry (phase number) that will prevent 6 the overlap from outputting a green when the entered phase is outputting ' 7 a green and outputting a yellow when the entered phase is outputting a 8 yellow. 9 4.3.6 Each overlap shall provide an entry (phase number) that will prevent 10 the overlap from outputting a green until the the entered phase is , 11 outputting a green. 12 4.4 Conditional Service 13 4.4.1 The firmware shall provide a programmable conditional service 14 feature. When selected, the controller shall service an odd-numbered 15 phase once normal service to that phase has been completed and enough 16 time for additional service exists on the concurrent even phase. 17 4.5 Additional Features 18 4.5.1 The following features shall be programmable for each phase: 19 a. Phase in use 20 b. Locking/non-locking detector memory 21 c. Vehicle recall (Minimum, Maximum, and Soft) 22 d. Pedestrian recall 23 e. Recall Delay 24 4.5.2 Soft recall shall return the firmware to the programmed phase when a 25 conflicting phase is in green or red dwell and there are no serviceable 26 conflicting calls. 27 4.5.3 Recall delay shall cause the programmed recall (min, max, soft, and 28 ped) to occur the programmed seconds (0-999) after the phase 29 termination. 30 4.5.4 The firmware shall permit power-up start and external start to be 31 programmed by phase and interval. Start intervals shall be green, yellow 32 or red. 33 4.5.5 During a power-up start condition, the firmware shall be capable of 34 timing an all-red or flash interval before the start phase(s) and interval are 35 displayed. 36 4.5.6 The firmware shall provide last-car passage operation on .a per phase r 37 basis. When selected, this feature shall provide a full passage (vehicle 38 extension) interval when a phase gaps out with a gap in effect less than 39 the vehicle extension interval (preset gap). 40 4.5.7 The firmware shall provide both single and dual entry operation. When 41 - selected, dual entry shall cause the firmware to ensure that one phase is 42 timing in each ring. 43 4.5.8 The firmware shall provide the following additional selectable j 44 pedestrian functions: 45 ---- a. Actuated phase Rest In Walk. 46 b. Flashing WALK output. 47 c. Pedestrian Clearance protection during manual control. , 48 d. Pedestrian Clearance through yellow or through yellow and red clear. 49 4.5.9 The firmware shall provide a programmable simultaneous gap 50 termination feature. When programmed, phases in both rings shall gap out 51 together in order to terminate the green interval and cross the barrier. 52 4.5.10 The firmware shall provide automatic flash selection per the 53 requirements of the MUTCD. Both the flash entrance and exit phases 54 shall be programmable, and flashing shall be controlled by either setting 55 the voltage monitor output to be FALSE or by flashing through the load 56 switch driver outputs. Automatic flash shall be selectable by external input, 57 system command, or time of day. 58 4.5.11 The firmware shall provide dimming for selectable load switch outputs. 59 Dimming shall be accomplished by inhibiting the selected outputs for 60 alternate half cycles of the 120 VAC line. Dimming shall be controllable by SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 264 1 time of day and an external input. Programming shall permit individual 2 dimming of the GreenNValk, Yellow/Ped Clear, Red/Don't Walk outputs for 3 each load switch. 4 5. Coordination 5 Coordination functions to control intersection cycle lengths, system offset 6 relationships, and phase split percentages shall be provided as a standard feature, 7 with no need for additional modules or software. 8 5.1 Coordination Modes 9 The normal coordination mode shall be selectable. Each pattern shall be 10 capable of overriding the normal coordination mode with an individually 11 selectable coordination mode for that pattern. 12 5.1 .1 Permissive Mode - The coordinated phase(s) shall operate as non- 13 actuated when coordinated. The coordinator shall provide for a controlled 14 release (permissive period) from the coordinated phase(s) to each of the 15 remaining phases in sequence. When a call is not present for the phase to 16 be serviced next in sequence, the coordinator shall re-allocate that 17 phase's time to the end of the coordinated phase. 18 The first part of each permissive period shall consist of a vehicle 19 permissive period. The length of the period shall be determined by the 20 phase split and the vehicle minimum service time. 21 The second part of each permissive period shall consist of a 22 pedestrian permissive concurrent with the vehicle permissive. The length 23 of this period shall be determined by the phase split and the pedestrian 24 minimum service time. 25 Prior to the beginning of the first permissive period, the coordinated 26 phase pedestrian shall display the Pedestrain Clear indication and dwell 27 Dont Walk. This will expand each subsequent phase permissive due to the 28 absence of coordinated phase Pedestrian Clear time in each. The 29 coordinated phase pedestrian shall dwell Dont Walk until such time as the 30 coordinated phase terminates and returns to Green or the last permissive 31 period in the cycle is complete without the coordinated phase terminating. 32 5.1.2 Yield Mode-The coordinated phases(s) shall operate as non-actuated 33 when coordinated. The coordinator shall provide for a single release from 34 the coordinated phases(s) to the remaining phases in sequence. 35 5.1.3 Permissive Yield Mode - The operation shall be similar to Permissive 36 Mode above with the following exceptions: 37 1. The coordinated phase pedestrian shall be actuated. 38 2. Immediately prior to the first permissive, the coordinator will provide a 39 variable period for the coordinated phase extension (Permissive Yield 40 Point). 41 3. The amount of coordinated phase extension shall be distributed 42 proportionally. 43 A limitation shall be set on Sequential Omit mode in that it shall apply only 44 to controller units running with no more than two rings in a cluster. 45 5.1.4 Permissive Omit Mode - The operation shall be equal to Permissive 46 Yield Mode above except that once the coordinated phase has terminated 47 to service a call, it shall not occur again until after the last phase 48 permissive has terminated or a phase is on that is compatible with the 49 coordinated phase. 50 A limitation shall be set on Sequential Omit mode in that it shall apply 51 only to controller units running with no more than two rings in a cluster. 52 5.1.5 Sequential Omit Mode - The operation shall be equal to Permissive 53 Yield Mode with the following exceptions: 54 1. Sequential Omit Mode provides a phase by phase sliding window of 55 service (lifted omit). One and only one phase in a ring will have the 56 omit lifted at any time. 57 2. Following the Permissive Yield Period, the coordinated phase shall be 58 omitted until the last permissive is over. 59 3. Following the Permissive Yield Period, the opening of a permissive 60 shall occur concurrent with the closing of the prior permissive. The SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 265 1 closing of each permissive shall occur at its normal position in the 2 cycle. 3 A limitation shall be set on Sequential Omit mode in that it shall apply 4 only to controller units running with no more than two rings in a cluster. 5 5.1.6 Full Actuated Mode - the operation shall be as defined in Permissive 6 Yield Mode with the following exceptions: 7 1. Following the Permissive Yield Period, any phase may be served in 8 the standard sequence provided the permissive period for that phase 9 has not expired. 10 2. Following the Permissive Yield Period, any phase may be reserviced 11 in the standard sequence provided the permissive period for that 12 phase has not expired. 13 3. Following the Permissive Yield Period and prior to the end of the 14 permissive for the phase before the first coordinated phase, the 15 coordinated phase shall operate as an actuated phase. 16 A limitation shall be set on Full Actuated mode in that it shall apply only to 17 controller units running with no more than two rings in a cluster. 18 5.2 Timing Plans 19 5.2.1 A minimum of 16 Timing Plans (Dial/Split) shall be provided. The 20 Timing Plans shall be selected using telemetry (system), hardwire, or non- 21 interconnected (time base) commands. 22 5.3 Cycle Length 23 5.3.1 One cycle length shall be provided for each Timing Plan. The cycle 24 shall be adjustable over a range of 30-999 seconds in 1 second 25 increments. 26 The cycle time of each Timing Plan should be equal to the sum of the 27 phase times of the longest path between barriers in all. rings in the 28 firmware. 29 5.4 Synchronization 30 5.4.1 For systems with a single system sync pulse, coordination timing shall 31 be synchronized to the leading edge of that pulse, which shall serve as 32 the master zero reference for all offset timing. 33 5.4.2 For hardwire systems with multiple sync pulses, the coordinator shall 34 lock onto the correct sync by checking for reoccurrence based on the 35 running cycle length. 36 5.4.3 After a valid system sync pulse has been received the coordinator , 37 shall check for the proper occurrence of the system sync pulse during 38 each subsequent cycle. If a sync pulse does not occur for two consecutive 39 cycles, the coordinator shall revert to "sync monitor free" operation (may 40 be replaced by a TBC event). 41 5.5 Offset 42 5.5.1 Offset shall normally be defined as the time period from the system 43 .1 sync pulse to the beginning of the leading coordinated phase green (local 44 zero). The coordinator shall also be capable of.referencing the offset to 45 the end of the coordinated phase green. 46 5.5.2 Offsets shall be programmable in seconds. The range shall be from 0- 47 999 seconds in 1 second increments. The coordinator shall provide three 48 offsets per Timing Plan. 49 5.5.3 Offset changes 'shall be achieved by adding or subtracting cycle time 50 over multiple cycle periods to allow a smooth transition to the new offset. 51 Offset correction using dwell shall also be selectable. 52 5.6 Split 53 5.6.1 Each split shall provide a split interval for each phase. The split 54 interval shall be programmable using seconds. The range shall be from 0- 55 400 seconds in 1 second increments. 56 5.6.2 Split interval settings shall determine the maximum time, including 57 vehicle clearance (yellow and red), for a non-coordinated phase, or the 58 minimum time for a coordinated phase. 59 5.6.3 The firmware shall provide a 'fixed' forced mode that terminates a 60 phase based on the plan timing. Each phase shall be forced the split time SW 7TH ST/LIND AVE SW SIGNALIZATJON 7TH_LIND 266 1 1 after It becomes active to enable all unused time phase by phase to the 2 beginning of the coordinated phase. 3 5.6.4 The firmware shall provide a 'floating' force mode that terminates a ! 4 phase based on the cycle timing. Each phase shall be forced at a fixed 5 position in the background cycle to enable unused time phase by phase to 6 the next phase that has vehicle traffic that is capable of taking it. 7 5.6.5 The firmware shall provide the ability to inhibit the internal maximum 8 green timing from terminating a phase during coordinated operation or 9 force the concurrent operation of Maximum Green 1 / Maximum Green 2 10 during coordinated operation. 11 5.7 Transition Cycles 12 5.7.1 The firmware shall provide a smooth and orderly transition when 13 changing from free operation to coordinated operation and from one 14 coordination command to another. 15 5.7.2 During a free-to-coordinated transition, the firmware shall initiate a 16 pick-up cycle beginning upon receipt of a valid coordination command. 17 The firmware shall then enter coordination mode at the beginning of the 18 coordinated phase greens. 19 5.7.3 Each coordination command shall select a cycle, offset and split. 20 Cycle, offset and split changes shall not take effect until local zero. 21 5.8 Absolute Sync 22 5.8.1 The firmware shall provide a sync reference method in which each 23 cycle will be individually referenced to a single point in time. This 24 operation shall allow the firmware to keep in step with a free running cycle 25 counter, particularly one which does not divide evenly into 24 hours, such Ilr 26 as a 70 second cycle. I 27 Following a power outage, the firmware shall automatically update the 28 absolute sync reference points. The firmware shall be capable of updating 29 the reference points following a power outage of up to seven days without 30 being reset. 31 5.9 Local Split Demand 32 5.9.1 The coordinator shall provide a minimum of two queue selection 33 routines (four detectors per routine assigned from system detectors) which 34 shall allow the selection of a preferred coordination pattern based upon 35 intersection demand. 36 5.9.2 The queue routines shall be capable of selecting tasks other than 37 patterns when the demand level exceeds the thresholds. As a minimum, 38 the alternate passage/ maximum operation and adaptive maximum 39 operaton as specified above shall be selected via the queue routines. 40 5.10 Free Mode 41 5.10.1 The coordinator shall provide a free mode of operation, where all 42 coordination control is removed. 43 5.10.2 Free mode operation shall be selectable by coordination commands. 44 5.10.3 The coordinator shall revert to the free mode when active controller 45 inputs or functions would interfere with coordination. Such inputs or 46 functions shall include the following: 47 a. Manual control enable 48 b. Stop time 49 c. Automatic flash- 50 d. Preemption 51 5.11 Manual Control 52 The firmware shall allow manual override of the current coordination 53 command. The manual command shall allow selection of any coordination 54 pattern to be in effect. 55 5.12 Interconnect Modes 56 5.12.4 The coordinator shall be capable of operating with any of the following 57 interconnect types: 58 a. Telemetry 59 b. Non-interconnected coordination (time-based) 60 c. Hardwired SW 7THI ST/LIND AVE SW SIGNAL.IZATION 7TH_LI14D 267 i 1 5.12.5 The coordinator shall be compatible with fixed-time interconnect, 2 which provides the sync pulse superimposed on the offset lines. The non- 3 interconnected coordination mode shall serve as a backup when using 4 telemetry or hardwired interconnect. 5 5.13 Master Coordinator 6 5.13.1 The coordinator shall output the coordination command, including 7 sync pulse. This feature shall permit the firmware to be used as a time-of- 8 day master in a hardwired interconnected system. 9 5.13.2 The firmware shall provide a user selectable option of interruptor sync 10 pulses on the active offset output. Interruptor sync pulses shall provide the 11 true sync pulse plus additional pulses at intervals equal to 20% and 25% 12 of the cycle on alternate cycles. 13 6 Preemption 14 The firmware shall provide a minimum of six preemption sequences. Preemption fi 15 capability shall be standard and shall not require additional modules or software. 16 6.1 Railroad-Fire-Emergency Vehicle Preemption 17 6.1.1 The six preemptors shall be selectable as to priority one to another 18 and any preempt to automatic flash. 19 6.1.2 Each preemptor shall provide a locking and non-locking memory 20 feature for preemptor calls. If a preemptor is in the non-locking mode and 21_ a call is received and dropped during the delay time, the preemptor shall 22 not be serviced. 23 - 6.1.3 Preemptor timing intervals shall be programmable from 0-999 in one 24 second increments or 0-9.99 in one-tenth second increments,, depending 25 on function. 26 6.1.4 A programmable delay time interval shall be provided to inhibit.the 27 start of the preemption sequence. This time shall be programmable from 28 0-999 in one second increments. This interval shall begin timing upon 29 receipt of a preemption call. 30 6.1.5 A programmable extend time shall be provided to stretch the call 31 duration from the point of termination of the actuation. This time shall be 32 programmable from 0-999 in one second increments. 33 6.1.6 A programmable duration time shall be provided to control the 34 minimum time that a preemptor remains active. This time shall be 35 programmable from 0-999 in one second increments. 36 6.1.7 A programmable maximum call time shall be provided to control the 37 maximum time that a preemptor remains in control. This time shall be 38 programmable from 0-999 in one second increments. The preemptor 39 maximum call time interval shall be inhibited when set to zero. 40 6.1.8 A programmable lockout time shall be provided to prevent entering a 41 Low Priority routine following exit from preempt. This time shall be 42 programmable from 0-999 in one second increments. If a lockout time has 43 ` not been entered (zero entry) then all phases with call when leaving the 44 sequence shall be serviced before the low-priority routine may be 45 serviced. 46 6.1.9 Signal displays in effect at the beginning of a preemption sequence 47 shall not be terminated unless the respective green/walk has been in , 48 effect for a minimum time. If the respective green/walk has been active for 49 longer than the programmed minimum GREEN/WALK time, the firmware 50 shall immediately advance to the next interval. Minimum times shall be 51 programmable for the GREEN/WALK interval on a per ring basis. This 52 time shall be programmable from 0-999 in one second increments. 53 6.1.10 A phase shall advance to pedestrian clearance if it has timed the 54 minimum GREEN/WALK interval at the beginning of a preemption 55 sequence. The programmed preempt pedestrian clearance will then be 56 timed . During preemption, Track Green and Dwell, pedestrian signals 57 shall be individually selectable as being a solid DON'T WALK, solid 58 WALK, flashing WALK, OFF (blank), or cycling (dwell). SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 268 , 1 6.1 .11 During preempt, Track Green and Dwell, vehicle signals-(phase and 2 overlap) shall be individually selectable as being a solid Red, solid green, 3 flashing Red, flashing Yellow, or cycling (dwell). 1 4 6.1.12 Each preemptor shall provide user-programmable Track Green and 5 Dwell intervals with appropriate clearance intervals. 6 6.1.13 During the track green period, the preemptor shall time the track 7 green, yellow and red intervals once, and then advance to the dwell 8 interval. If track green timing is not selected (Track Green set to zero) the 9 track green and clearance intervals shall be omitted from the preempt 10 sequence. 11 6.1 .14 The preemption dwell interval shall remain in effect until the preemptor 12 duration time and dwell times have elapsed and the preemptor call has 13 been removed or the preemptor maximum time has been exceeded. 14 6.1.15 Exit phases shall be selectable to time after the preemption sequence 15 has been completed. These shall serve as transition phases to return the 16 controller to normal operation. It shall also be possible to place calls on 17 selected phases upon exiting preemption. 18 6.1.16 Preemptor linking shall permit preemption sequences, where lower- 19 priority preemptors may call the higher-priority preemptors upon 20 termination of their preemption sequence. 21 6.1.17 Preemptor active outputs shall be provided for each of the 22 preemptors. The output shall be set to ON when the corresponding 23 preempt or low-priority routine is in control. Additionally, it shall be possible 24 to program the non-active, preemptor outputs to flash while another 25 preemptor is active. An additional output ("priority active") shall be active 26 when a priority routine is in control. 27 6.2 Low Priority Routines 28 6.2.1 Six low-priority routine routines shall provide control for bus or other 29 low-priority vehicles. The low-priority routines shall be overridden by 30 preempt (railroad-fire-emergency vehicle) calls. 31 6.2.2 An oscillating signal (1 to 6.25 hz - pulse-per-second) signal with a 32 50% duty cycle shall identify a low-priority call. Low-priority calls shall be 33 capable of call memory and shall be served in the order received. 34 6.2.3 Low-priority timing Intervals shall be programmable from 0-999 in one 35 second increments. 36 6.2.4 A lockout time shall be provided to avoid excessive utilization of the 37 same low-priority routine. If a call is received before the lockout time has 38 elapsed, the low priority routine shall not be reserviced. If a lockout time 39 has not been entered (zero entry) then all phases with a call when leaving 40 the sequence shall be serviced before the low-priority routine may be 41 served again. 42 6.2.5 Low priority routines shall provide delay, extend, duration, and 43 maximum call time functions similar to those for railroad-fire-emergency 44 vehicle preemptors-described above. 45 6.2.6 The low-priority routine shall advance to the green dwell interval. 46 During this interval, permissive phases shall be selectable to remain green 47 until the dwell time has elapsed and the low-priority routine call has been ' 48 removed or the preemptor maximum call time has been exceeded. 49 6.2.7 The low priority routine shall advance to the dwell interval as if Force 50 Off were active. This shall preclude early termination of a Green interval I 51 prior to the completion of Minimum Green, Maximum Initial, Walk, or Ped 52 Clear time. The ability to Skip phase(s) during this transition shall be 53 provide as a user option. 54 6.2.8 It shall be possible to program the controller to allow concurrent 55 phases to be serviced for a low-priority routine with only one phase 56 selected as the dwell phase. 57 6.2.9 It shall also be possible to place calls on selected phases upon exiting 58 a low priority routine. 59 6.2.10 Low Priority routines shall not disable or lockout coordination. 60 Coordination shall continue to run during the low priority routine and shall SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LI N D 269 1 determine the phase(s) to follow based on the current allowed phase(s) in 2 the background cycle. 3 7 Preemption Safeguards 4 7.1 If a preemptor call is active when power is restored to a controller, the firmware 5 shall maintain the start-up condition for the duration of the preempt input and 6 start-up time. Similarly, if external start is applied during reemtion 7 sequence, the controller shall revert to Start-up rather than g the ip tial zation 8 condition. The start-up condition shall remain in effect for the duration of the 9 external start, preempt input and /or start-up time. 10 8 Time-based Control & Non-interconnected Coordination 11 The firmware shall include time-based control. 12 8.1 Time-based Control 13 8.1.1 A minimum of 250 different traffic and/or auxiliary events shall be 14 capable of being programmed over a 99 year time frame. 15 8.1.2 A program day is the list of traffic and/or auxiliary events Ito occur in a 16 24 hour period. The TBC program shall provide for 99 program days to be 17 defined. 18 8.1.3 The normal day-of-week (Sunday through Saturday) event listing will 19 utilize program days 01 through 07 with Sunday being program day 01. 20 8.1.4 The exceptions to the normal day-of-week event listings (special days) 21 will utilize program days 01 through 99. Program days 01 through 49 will 22 be utilized for special day programs which occur on the same date (month 23 and month day) every year. Program days 50 through 99 shall be utilized 24 for special days which occur on one date (year, month and month day). 25 8.1.5 It shall be possible to equate program days which require the same 26 event listing to effectively multiply the event capacity. It shall be possible to 27 transfer (copy) an entire program day event listing to another program day 28 to permit data editing to create a similar but different prograrn day event 29 listing. 30 8.2 Traffic Functions 31 8.2.1 The TBC scheduler shall provide for the programming of traffic and 32 auxiliary events to implement non-interconnected coordination. These 33 shall not have to be entered in any special sequence. Each of the traffic 34 events shall permit selection of the following functions: 35 a. Time of occurrence (Hour, minute and program day) 36 b. Coordination (TBC pattern or interconnect) 37 c. Free (No Coordination) 38 d. Flashing 39 e. Maximum 2 Timing by phase 40 f. Phase Omit by phase 41 g. Ped Omit by phase 42 h. Maximum Vehicle Recall by phase 43 i. Minimum Vehicle Recall by phase 44 j. Pedestrian-Recall by phase 45 8.2.2 Selection of TBC on-line by external input shall allow the coordination 46 pattern selected by the hardwire system to override the current TBC 47 coordination pattern. , 48 8.2.3 When operating in the non-interconnected coordination mode the 49 synchronization point for all cycles shall be referenced to a user selected 50 reference time (hour and minute) or the event time. The sync reference 51 time is that time from which all cycle zeros shall be calculated. The 52 synchronization point for the cycle selected by the current event, shall be 53 computed using the present time, sync reference time, and cycle length. 54 The synchronization point shall occur whenever the present time is such 55 that an even number of cycle length periods have occurred since the sync 56 reference time. 57 8.3 Auxiliary Functions 58 8.3.1 These events shall be separate from the non-interconnected traffic 59 events described above. Auxiliary events shall not have to be entered in SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 270 1 any special sequence. Each of the events shall permit selection of the 2 following functions: 3 a. Day program assignment 4 b. Start time ' 5 c. Auxiliary outputs 6 e. Dimming 7 g. Detector logging 8 h. Detector diagnostic plan 9 i. Control of eight special functions 10 8.4 Time Of Year Functions 11 8.4.1 The firmware shall be capable of implementing exception day 12 programs and alternate week programs on a Month, Month Day, and Year 13 basis. A minimum of nine (9) alternate week programs shall be capable of 14 being defined. 15 9 Detector Functions 16 9.1 The firmware shall provide a minimum of 72 vehicle detector inputs. Each input 17 shall be assignable to any phase and be programmable as to detector 18 function. Extend and delay timing shall be provided for each detector. 1 19 9.2 The firmware shall provide detector cross switching, which permits all vehicle 20 detectors to alternately place calls on their assigned phases and their assigned 21 cross-switch phases. If the assigned phase is not green and the cross-switch 22 phase is green, the detector shall place calls on the cross switch phase. 23 9.3 Each vehicle detector shall be user-programmable to operate as one of the 24 following 7 detector types: 25 a. Type 0 (VEH) - Detector shall operate as a standard detector providing 26 one call per actuation. 27 b. Type 1 (PED): The detector input operates as a standard pedestrian 28 detector. 29 c. Type 2 (ONE): The detector input operates as a vehicle detector that is 30 operational while the phase is not green until a call is received on the 31 assigned phase. 32 d. Type 3 (SBA): Detector shall operate as follows: Vehicle calls shall be 1 33 accepted only when the phase is not green. When a call is detected, it 34 shall be held until the detection area is empty. The extend timer shall 35 begin timing with the phase green. Once the extend timer times-out OR 36 the detection area is empty, no further calls shall be accepted until the 37 phase is again not green. 38 e. Type 4 (SBB): Detector shall operate as follows: Vehicle calls shall be 39 accepted only when the phase is not green. When a call is detected, it 40 shall be held until the detection area is empty (if the extend timer is set to 41 zero). The extend timer shall begin timing with the phase green. If a call is 42 received before the extend timer has timed-out, the timer shall be reset. 43 Timer reset shall occur until a gap between the calls is large enough to 44 allow the extend timer to time-out. Once time-out has occurred, no further 45 calls shall be accepted until the green terminates. 46 f. Type 5 (PPL): The detector input operates as a turn vehicle detector 47 Adaptive Protected/Permissive routine. 48 g. Type 6 (PPT): The detector input operates as a through vehicle detector 49 Adaptive Protected/Permissive routine. 50 9.4 Each detector input shall be capable of functioning as one of 8 system 1 51 detectors. 52 9.5 Vehicle detectors shall be capable of being assigned to a minimum of 2 speed 53 trap detector sets. Speed shall be detected using a two detector configuration. 54 Speed shall be computed using a keyboard entered loop spacing distance (11 ft. 55 or 22 ft.). 56 9.6 The firmware shall provide a minimum of 8 hardware-denoted pedestrian 57 detector inputs. Each pedestrian detector shall be assignable to any phase. 58 10 System Communications 59 10.1 The firmware shall be capable of communicating with an on-street system 60 master or directly to a central office computer-based system master. This SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 271 1 capability shall be provided by a separate telemetry module, which shall be 2 included in the controller when required by the plans and specifications. The 3 telemetry module shall receive system commands and data transmissions. In I 4 addition, it shall transmit the controller status, data base and system detector 5 information to the system master. 6 10.2System Commands 7 10.2.1 The telemetry module shall allow the firmware to receive, as a j 8 minimum, the following commands: 9 a. Cycle, offset, and split (coordination pattern) 10 b. Timing parameter downloading and verification 11 c. Special function commands (minimum of eight) 12 d. Coordinated, Free, standby and flash mode commands 13 e. Time and date 14 f. Request for local status 15 10.2.2 In the absence of being polled by the master, Within a user-defined 16 period (1-255 minutes), the local will revert to backup TBC and 17 coordination mode. When again polled by the master the local will return , 18 to the system mode and transition to the master-called program. 19 10.3Status Data 20 10.3.1 The status of each of the following functions shall be transmitted to the 21 system master in response to a local status request: 22 a. Green and yellow status for all phases and overlaps 23 b. Walk and pedestrian clearance status for all phases 24 c. Vehicle and pedestrian detector status 25 d. Phase termination status 26 e. Local time 27 f. Coordination status 28 (1) Command source 29 (2) Sync or transitioning status of coordinator 30 g. Conflict flash status 31 h. Local flash status 32 I. Automatic flash status 33 j. Local Free 34 k. Preempt activity and calls 35 I. Volume and occupancy data from a minimum of 8 system detectors 36 m. Speed data from a minimum of two speed detectors 37 n. Status of six user-defined alarms 38 10.4Upload/Download Capability 39 10.4.1 The telemetry module shall provide the capability to upload/download 40 the entire intersection data base. 41 10.5Telemetry 42 10.5.1 Telemetry shall utilize TDM/FSK data transmission at 1200 baud over 43 a single pair of wires. These may be leased lines (Type 3002, voice grade, 44 unconditioned) or dedicated cable. Optional fiber optic communications 45 capability shall also be available. 46 10.5.2 The nominal transmitter output level shall be 0 dbm into a 600 ohm 47 load. The receiver sensitivity shall be 3 to-40 dbm. , 48 10.5.3 There shall be a communications status display to show telemetry 49 activity as follows: 'on or off line, carrier active or inactive, transmit 50 active/inactive and-response returned (ACK or NAK) , receive active and 51 data valid or invalid. 52 11 Diagnostic Features 53 11.1 The 2070 controller provides the SE-PAC firmware with a Validation Suite that 54 consists of resident diagnostic capabilities, some automatic and some user 55 initiated, describing its own internal state. 56 The automatic Validation Suite routines run continuously in a loop until 57 stopped by the user. The user-initiated routines are executed on command by 58 a front panel or laptop key entry. Some of the tests require installation of wrap- 59 around or loop-back cables. SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 272 E E ___ �i 1 1 1.2Automatic tests performed on the controller include: Real Time Clock, RAM 2 memory, FLASH memory, Input/Output wrap-around, SDLC packet, and 3 Timers. 4 11.3 User-initiated tests performed on the controller include: Keypads and Displays, 5 Data Key Validation, and Terminal Validation. 6 11.4 Detector Diagnostics 7 11.4.1 Time-of-day controlled detector diagnostics shall be provided that 8 allow testing vehicle and pedestrian detectors for no activity, maximum 9 presence, and erratic output. 10 1 1 .1.2 A minimum of two detector diagnostic plans shall be provided. These 11 plans shall be selectable on a time-of-day basis. This shall allow varying 12 the detector diagnostic values to correspond with changes in detector 13 activity. 14 11.1.3 If a detector is diagnosed as failed, the associated phase shall be 15 placed on minimum recall until such time as the detector is classified as 16 .on-line°. 17 11.1.4 Diagnostics for detectors connected to the controller using a Bus 18 Interface Unit (BIU) shall also include detection of watchdog, open and 19 shorted loop, and excessive inductance change failures. 20 12 Logging Features 21 The firmware shall be capable of logging and reporting activity, failures, and the 22 occurrence of selected events or alarms. 23 12.1 Communications Fault Logging 24 12.1.1 The firmware shall include a communications fault log capable of 25 storing a minimum of 60 time and date-stamped communications fault 26 events. Once logged, communications fault events shall remain in the log 27 until cleared or the log capacity is exceeded at which time the oldest 28 communications fault events shall be overwritten. 29 12.2Detector History Logging 30 12.2.1 The firmware shall include a detector history log capable of logging 31 raw and average volume and raw and average occupancy for up to 8 32 system detectors. The log shall be capable of storing a minimum of 96 33 time and date stamped detector history events. Once logged, detector 34 history events shall remain in the log until cleared or the log capacity is 35 exceeded at which time the oldest detector history events shall be 36 overwritten. 37 12.2.2 The detector logging shall be controlled as TBC programmed events. 38 12.3Detector Fault Logging 39 12.3.1 The firmware shall include a detector fault log capable of storing a 40 minimum of 60 time and date-stamped detector fault events. Once logged, 41 detector fault events shall remain in the log until cleared or the log 42 capacity is exceeded at which time the oldest detector fault events shall 43 be overwritten. 44 12.3.2 All detector diagnostic faults shall be recorded in the detector fault log 45 including: no activity, maximum presence, erratic counts, watchdog failure, 46 open loop, shorted loop, and excessive inductance change. If a detector 47 recovers after a diagnostic fault, a detector on-line event shall be stored in 48 the detector fault log. 49 12.4Event Logging 50 12.4.1 The firmware shall include an event log capable of storing a minimum 51 of 120 time and date-stamped events or alarms. Once logged, events 52 shall remain in the log until cleared or the log capacity is exceeded at 53 which im t e the oldest events shall be overwritten. 54 12.4.2 At a minimum the following events shall be logged: communication 1 55 failures, coordination faults, conflict monitor and local flash status, 56 preempt, power ON/OFF, data change (from keyboard), data change 57 (from remote), processor faults, EPROM and EEPROM diagnostic faults, 58 invalid configuration. Up to 86 different messages shall be available. An 59 event shall be logged when an event or alarm returns to normal status. 60 12.5MOE Logging SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_L.IND 273 1. 1 The firmware shall capture information on a coordination cycle by cycle basis 2 noting: 3 a. Volume (Per cycle average number of actuations) 4 b. Stops (Per cycle average number of actuation received during the non- 5 green time of the phase) 6 c. Delay (Per cycle average time of the delay on each phase - delay 7 accumulates based on cars waiting and elapsed time) 'r 8 d. Utilization (Per cycle average green time used on each phase) 9 The above information shall be included in a moe log capable of storing a 10 minimum of 24 time and date-stamped moe events. Once logged', moe events 7 11 shall remain in the log until cleared or the log capacity its exceeded at which 12 time the oldest moe events shall be overwritten. 13 12.6Speed Logging 14 The firmware shall capture the average speed trap speed for the duration a ' 15 coordination pattern is active for inclusion in a speed log, capable of storing a 16 minimum of 24 time and date-stamped speed events. Once logged, speed 17 events shall remain in the log until cleared or the log capacity is exceeded at 18 which time the oldest speed events shall be overwritten. 19 12.7Cycle MOE Logging 20_ The firmware shall capture coordination information on a cycle by cycle basis 21 for each noting the force status, green utilization plus/minus from split, and r 22 whether there was a offset correction in that cycle forAnclusion in a cycle moe 23 log capable of storing a minimum of 60 time and date-stamped cycle moe 24 events. Once logged, cycle moe events shall remain in the log until cleared or 25 the log capacity is exceeded at which time the oldest cycle moe events shall 26 be overwritten. 27 12.8Volume Count Logging 28 The firmware shall be capable of using up to 24 vehicle or pedestrian detector 29 inputs for a Volume Count log capable of storing a minimum of 72 time and 30 date-stamped Volume Count events. Once logged, Volume Count: events shall 31 remain in the log until cleared or the log capacity is exceeded at which time the 32 oldest Volume Count events shall be overwritten. 33 The Volume Count log interval shall be user selectable within the range 0-120 34 minutes. Each Volume Count event in the log shall denote if an assigned 35 detector was diagnosed as failed at any time during the log interval. When a 36 power down occurs in a log interval, all detectors shall be markec:l as failed) to i 37 prevent the data being used in error. 38 39 Model 207ON Traffic Signal Controllers: 40 The Contractor shall provide, deliver and install Model 207ON controllers, with all 41 applicable modules described herein. The Contractor shall supply operating system 42 software, drivers and descriptors, initialization software, and.the validation suite as 43 required herein. 44 Model 207ON controller units shall meet all requirements set forth in the A 45 Recommended Standard of the Joint Committee on the ATC Ballot Copy for Joint 46 Adoption by AASHTO, ITE, and NEMA, ATC 2070 v01.05, Advanced Transportation 47 Controller (ATC) Standard for the Type 2070 Controller, March 29, 2001. The 2070N 48 controller units shall comply with all future addenda to above specification prior to bid 49 opening date. 50 Model 207ON controllers shall be fully assembled and in full compliance with the 51 referenced ATC specification. The Contractor shall provide evidence that controller 52 units have been approved to meet the referenced ATC specification. When available, 53 the Contractor shall submit all test results to the City of Renton for review. The 54 Contractor shall notify the City of Renton of all changes required for unit to pass and 55 shall correct all controller units provided to the City of Renton if required to do so by City 56 of Renton staff. All cost for modifications associated with compliance of the referenced 57 ATC specification shall be at the expense of the Contractor. 58 The Model 207ON controllers shall be equiped with the following: 59 19° Rack Mountable Unit Chassis 60 Type 2070-1A CPU Module SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 274 1 Type 2070-213 Field 1/0 Module (NEMA Style Cabinet) 2 Type 2070-313 Front Panel Assembly (8 x 40 display) 3 Type 2070-4A Power supply (10 Amp) 4 Type 2070-5A VME Cage Assembly 5 Type 2070-6A Asynchronous Data Modem 6 Type 2070-7A Serial Data Modem 7 Type 2070-8 NEMA Interface Module 8 Type 2070-9 Model 207ON Back Cover 9 2070N controller units shall be designed to operate with the City of Renton's latest 10 revision NEMA cabinet specification. 11 The Contractor shall provide diagnostic software/ hardware capable of checking CPU 12 memory for the 2070-1 CPU module, 2070-213 1/0 module, Display functions on 2070-3 13 front panel assembly and power supply operating voltages. Software/ Hardware 14 diagnostic test shall be capable of producing a printed copy of test results. Test results 15 will indicate pass or fail for each function tested. 16 The Contractor shall provide one (1) removable data key with each 207ON controller 17 unit. 18 The Contractor shall provide forty (40) hours of training by qualified manufacturer's 19 instructors for the repair of hardware. Training shall include a complete discussion of 20 the design, theory of operation, and diagnostic test procedures described in 3.5 of this 21 specification. all related software, and validation suite. Training shall be at a location to 1 22 be determined by the City of Renton. The Contractor shall videotape all training 23 supplied to the City of Renton and a copy of the videotape shall be supplied to the City 24 of Renton for future reference. 25 The Model 207ON controller unit shall comply with electrical, environmental and 26 testing requirements defined in the ATC specification. 27 The Contractor shall, within fifteen days from the date of Notice to Proceed, supply 28 quality control procedures and test report formats as required by the ATC specification. 29 The Contractor shall comply with all testing, quality control, and reporting procedures 30 specified in the ATC specification. 31 The Contractor shall submit all documentation required by ATC specification, this 32 specification, and all associated procurement documentation. 33 All equipment provided under this specification shall be provided with operational 34 manuals, which document the operation and maintenance of the equipment. 35 Additionally, the following documentation shall be provided for the various items 36 furnished. 37 Manuals shall be printed on 8.5 by 11-inch paper. Schematics, layouts, parts lists 38 and plan details may be on 11 by 17-inch sheets, but the sheets must be neatly folded 39 to 8.5 by 11-inch size. D size sheets must be neatly folded and bound to fit in the 8.5 by 40 11-inch manuals. The manual shall be bound in durable covers, and shall suffer no 41 degradation when subjected to normal cabinet temperature testing. 42 Each manual shall include the following: General Description, General 43 Characteristics, Installation, Adjustments, Theory of Operation, Systems Description 44 (Including Block Diagram(s)), Detailed Description of Circuit Operations, and 45 Maintenance. Maintenance shall cover Preventative Maintenance, Trouble Analysis, 46 Trouble Shooting Sequence Chart, waveforms, Voltage Measurements, and Alignment 47 Procedures. 48 Contractor shall provide technical information in the form of manufacturer's published 49 data sheets for all medium and large scale integrated circuits. 50 Parts lists including circuit and board designation, part type and class, power rating 51 and component manufacturer, and original manufacturer's part number shall be 52 provided. 53 An electrical interconnection drawing shall be furnished. 54 Assembly drawings and a pictorial diagram showing physical locations and 55 identification of each component shall be provided. 56 The serial numbers and revision numbers of equipment covered by manuals shall be 57 printed on the front cover of the manuals. 58 Updated documentation shall be provided for any and all design changes or 59 modifications to equipment, circuits, or components supplied to the City of Renton. The 60 City of Renton shall be notified, in writing, of any impending changes. SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 275 1 Any and all equipment furnished shall be covered by the manufacturer':_, warranty for 2 a minimum period of (5) years from date of delivery with respect to materials, parts, 3 workmanship, and performance. 4 The successful bidder shall bear all expenses connected with the return of any 5 equipment which the City of Renton deems necessary to return to the factory for proper 6 adjustments or repairs during the warranty period. 7 The City of Renton reserves the right to withhold any payments which may still be 8 due should it be discovered that the equipment does not meet the specifications and/or 9 claims of the bidder. 10 The manufacturer and/or contractor shall have field engineers or technicians ' 11 available on request to assure satisfactory initial operation and to consult with the City 12 of Renton or their representatives on any special circuitry that may be required in ceftain 13 applications. 14 The manufacturer and/or contractor shall furnish a certified document stating that all 15 equipment and operating system and validation software tests good, is Y2.K compliant, 16 and meets all criteria of the "A Recommended Standard of the Joint Comrnittee on the 17 ATC Ballot Copy for Joint Adoption by AASHTO, ITE, and NEMA, ATC 2070 v01.05, 18 Advanced Transportation Controller (ATC) Standard for the Type 2070 Controller, March 19 29, 2001. 20 21 9-29.13(7)A Environmental, Performance and Test Standards for Solid-State 22 - Traffic Controllers (RC) 23 Section 9-29.13(7)A is supplemented by adding the following: 24 (******) 25 The traffic signal controller assemblies, including the traffic signal controller, j 26 auxiliary control equipment and cabinet shall be shop tested to the satisfaction of 27 the Engineer. Testing and check-out of all timing circuits, phasing and signal 28 operation shall be at the City of Renton Signal Shop, Renton, Washington. The 29 Signal Shop will make space available to the Contractor for the required test 30 demonstrations. The Contractor shall assemble the cabinet and related signal 31 control equipment ready for testing. A complete demonstration by the Contractor of 32 all integrated components satisfactorily functioning shall start the test period. Any 33 malfunction shall stop the test period until all parts are satisfactorily operating. The 34 test shall be extended until a minimum of 72 hours continuous satisfactory 35 performance of the entire integrated system has been demonstrated. The 36 demonstration by the Contractor to the Engineer of all components functioning 37 properly shall not relieve the Contractor of any responsibility relative to the proper 38 functioning of all aforestated control gear when field installed. 39 40 9-29.13(7)6 Auxiliary Equipment for NEMA Controllers 41 Section 9-29.13(7)B is revised and supplemented as follows: 42 (******) 43 The following auxiliary equipment shall be furnished and installed in each cabinet j 44 for NEMA traffic-actuated controllers: 45 1. A solid-state Type 3 NEMA flasher with flash-transfer relay which will cut in the 46 flasher and isolate the controller from light circuits. See Section 9.29.13(2) for 47 operational requirements. The flasher shall be two circuit with indicator lights. 48 The unit shall be rated for fifteen (15) amps per circuit through the entire NEMA 49 temperature range. 50 2. Modular solid state relay load switches of sufficient number to provide for e ach 51 vehicle phase (including future phases if shown in the plans), each pedestrian 52 phase and preemption sequence indicated in the contract. Type P & R 53 cabinets shall include a fully wired 16-position back panel. Solid-state load 54 switches shall conform to NEMA standards except only optically iolated load 55 switches will be allowed. Load switches shall include indicator lights on the 56 input and output circuits. 57 3. A power panel with: 58 a. A control-display breaker sized to provide 125 percent overload 59 protection for all control equipment and signal displays, 30 ampere 60 minimum. SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 276 �, M= M__ _ I 1 b. A 20 ampere accessory breaker wired parallel to the control display 2 breaker. The breaker will carry accessory loads, including vent fan, 3 cabinet light, plug receptacle, etc. 4 c. A busbar isolated from ground and unfused for the neutral side of 5 power supply. 6 d. A radio interference suppresser to the output side of the control 7 display breaker. See Section 9-29.13(6) for other requirements. 8 e. A transient voltage protection device connected to the controller 9 power circuit for protection against voltage abnormalities of 1 cycle or 10 less duration. The protector shall be a solid state high energy circuit 11 containing no spark gap, gas tube, or crow bar component. The 12 current rating of the device shall be 15 amps minimum. The device 13 shall provide transient protection between neutral and ground, line 14 and ground, as well as line and neutral. If the protection circuits fail, 15 they shall fall to an open circuit condition. The device shall meet all 16 requirements of UL standard 1449. The suppressed voltage rating 17 shall be 600 volts or less when subjected to an impulse of 6,000 volts, 18 3,000 amp source impedance, 8.0/20 microsecond waveform as 19 described in UL 1449. In addition, the device shall withstand, without 20 failure or permanent damage, one full cycle at 264 volts RMS. The 21 device shall contain circuitry to prevent self-induced regenerative 22 ringing. There shall be a failure waming indictor light which shall 23 illuminate when the device has failed and is no longer operable. 24 f. Cabinet ground busbar independent (150K ohms minimum) of 25 neutral. 26 27 Sections 4- 13 are replaced with the following: 28 29 GENERAL 30 All mounting hardware used in the cabinet, whether it is used to secure equipment 31 or some portion of the cabinet itself, shall be stainless steel or nickel plated brass. 32 ' 33 FAIL SAFE UNIT 34 1. INTRODUCTION 35 This specification sets forth the minimum requirements for a shelf- 36 mountable, sixteen channel, solid-state Malfunction Management Unit 37 (MMU). The MMU shall meet, as a minimum, all applicable sections of the 38 NEMA Standards Publication No. TS2-1998. Where differences occur, this 39 specification shall govern. 40 2. MONITORING FUNCTIONS 41 The following monitoring functions shall be provided in addition to 42 those required by the NEMA Standard Section 4. 43 2.1 DUAL INDICATION MONITOR 44 Dual Indication monitoring shall detect simultaneous input combinations of 45 active Green (Walk), Yellow, or Red (Dont Walk) field signal inputs on the 46 same channel. In Type 12 mode this monitoring function detects 47 simultaneous input combinations of active Green and Yellow, Green and 48 Red, Yellow and Red, Walk and Yellow, or Walk and Red field signal 49 inputs on the same channel. 50 2.1.1 DUAL INDICATION MONITORING 51 Sixteen switches labeled FIELD CHECK/DUAL ENABLES shall be 52 provided on the MMU front panel to enable Dual Indication Monitoring on 53 a per channel basis. The Dual Indication Monitor function shall provide 54 two modes of operation, Dual Indication Fault and GY Dual Indication 55 Fault. 56 When voltages on two inputs of a vehicle channel are sensed as 57 active for more than 450 msec, the MMU shall enter the fault mode, 58 transfer the OUTPUT relay contacts to the Fault position, and illuminate 59 the DUAL INDICATION indicator. The MMU shall remain in the fault mode 60 until the unit is reset by the RESET button or the EXTERNAL RESET SW 7TH'ST/LIND AVE SW SIGNALIZATION 7TH_LIND 277 1 input. When voltages on two inputs of a vehicle channel 2 active for less than 200 msec, the MMU shall not transfer athe OUTPUT 3 relay contacts to the Fault position. 4 When operating in the Type 16 mode with Port 1 communications 5 enabled, Bit #68 (Spare Bit #2) of the Type #129 response frame shall be 6 set to indicate a Dual Indication fault has been detected. 7 Dual Indication Monitoring shall be disabled when the RED ENABLE 8 input is not active. 9 2.1.2 GY DUAL INDICATION MONITOR 10 GY Dual Indication monitoring shall detect simultaneous inputs of active 11 Green and Yellow field signal inputs on the same channel. It will be used 12 to monitor channels which have an unused Red field signal Input tied to 13 AC LINE such as a five section signal head. 14 GY Dual Indication Monitoring shall be enabled by a front panel option 15 switch. When the GY Dual Indication Monitoring option is enabled, all 16 channels which have the front panel FIELD CHECK/DUAL ENABLE 17 switches OFF shall be individually monitored for simultaneous active 18 Green and Yellow field signal inputs. All channels which have the front , 19 panel FIELD CHECK/DUAL ENABLE switches ON (i.e. enabled for Dual 20 Indication Monitoring) shall function as described above in Dual Indication 21 Monitoring. , 22 2.2 FIELD CHECK MONITORING 23 ' Sixteen switches labeled FIELD CHECK/DUAL ENABLES shall be 24 provided on the MMU front panel to enable Field Check Monitoring on a 25 per channel basis. The Field Check Monitor function shall provide two 26 modes of operation, Field Check Fault and Field Check Status. 27 Field Check Monitoring shall be disabled when the RED ENABLE 28 input is not active. The Field Check Monitoring function shall be disabled 29 in the Type 12 mode. 1 30 2.2.1 FIELD CHECK MONITOR 31 In the Field Check Fault mode, when the field signal input states 32 sensed as active or inactive by the MMU do not correspond with the data 33 provided by the Controller Unit In the Type#0 message for 10 consecutive ' 34 messages, the MMU shall enter the fault mode, transfer the OUTPUT 35 relay contacts to the Fault position, and illuminate the FIELD CHECK FAIL 36 indicator. The Channel Status Display shall indicate the channels on which 37 the Field Check fault was detected. Bit #67 (Spare Bit #1) of the Type 38 #129 response frame shall be set to indicate a Field Check fault has been 39 detected. The MMU shall remain in the fault mode until the unit is reset by 40 the RESET button or the EXTERNAL RESET input. 41 2.2.2 - FIELD CHECK STATUS 42 The Field Check Status mode shall work in combination with the other 43 fault monitoring functions of the MMU. When a Conflict, Red Fail, 44 Clearance Fail, or Dual Indication Fail triggers the MMU, the Channel 45 Status Display and Fault Status Display shall correspond to that detected 46 fault. If Field Check errors were detected while the fault was being timed, 47 the inputs on which the Field Check errors were detected shall double 48 pulse at the same time as the FIELD CHECK STATUS indicator. Bit #67 49 (Spare Bit #1) of the Type #129 response frame shall also be set to 50 indicate Field Check errors have been detected. 51 2.3 RECURRENT PULSE MONITORING 52 The Signal Monitor shall detect Conflict, Red Fail, and Dual Indication 53 faults that result from intermittent or flickering field signal inputs. These 54 recurring pulses shall result in a latching fault with the RECURRENT 55 PULSE STATUS indicator illuminated along with the resulting Conflict, 56 Red Fail, or Dual Indication indicator.An option switch shall be provided to 57 disable the RP detect function for testing purposes. 58 When operating in the Type 16 mode with Port 1 communications ' 59 enabled, Bit#69 (Spare Bit #3) of the Type #129 response frame shall be 60 set to indicate a Recurrent Pulse status has been detected. SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 278 IN 1 2.4 EXTERNAL WATCHDOG MONITOR 2 The MMU shall provide the capability to monitor an optional external 3 logic level output from a Controller Unit or other externai cabinet circuitry. 4 If the MMU does not receive a change in state on the EXTERNAL 5 WATCHDOG input for 1500 msec (±100 msec), the MMU shall enter the 6 fault mode, transfer the OUTPUT relay contacts to the Fault position, and 7 illuminate the CVM/WATCHDOG indicator. The MMU shall remain in the 8 fault mode until the unit is reset by the RESET button or the EXTERNAL 9 RESET input. An MMU Power Failure shall reset the CVM/WATCHDOG 10 fault state of the monitor. The EXTERNAL WATCHDOG input shall be 11 wired to connector MSB-S. 12 When operating in the Type 16 mode with Port 1 communications 13 enabled, Bit #70 (Spare Bit #4) of the Type #129 response frame shall be 14 set to indicate an External Watchdog fault has been detected. 15 2.5 WALK DISABLE OPTION 16 The MMU shall provide the capability to exclude the Walk inputs from 17 the Red Fail fault detection algorithm when operating in the Type 12 18 mode. When the option is selected, the absence of signals on the Green, 19 Yellow, and Red field outputs of a channel will place the MMU-16 unit into 20 the fault mode, transfer the OUTPUT relay contacts to the Fault position, 21 and illuminate the RED FAIL indicator. 22 2.6 TYPE FAULT MONITOR 23 The MMU shall verify at power-up that the Type 12 or Type 16 24 operating mode as determined by the TYPE SELECT input is consistent 25 with the mode set by the last external reset. 26 Detection of a Type Fault shall place the MMU into the fault mode, 27 transfer the OUTPUT relay contacts to the Fault position, illuminate the 28 DIAGNOSTIC indicator, and flash the TYPE 12 indicator at a 2Hz rate. 29 The MMU shall remain in the fault mode until the unit is reset by the 30 RESET button or the EXTERNAL RESET input. An MMU Power Failure 31 shall reset the Type Fault state of the monitor. 32 2.7 CONFIGURATION CHANGE MONITOR 33 On power-up, reset, and periodically during operation, the Signal 34 Monitor shall compare the current configuration settings with the 35 previously stored value. If the settings have changed, the Signal Monitor 36 shall automatically log the new setting. These settings shall include the 37 Program Card jumpers and all switches. 38 A programming option shall be provided such that any change in the 39 configuration parameters shall cause the Signal Monitor to enter the fault 40 mode causing the Output relay contacts to close and enabling the Stop- 41 Time output to the controller. To indicate this fault mode the PGM CARD / 42 CF indicator shall flash at a 4 Hz rate. Depressing the Reset button for 3 43 seconds shall be required to clear this fault and log the new configuration 44 parameters. 45 If the programming option is not selected, the unit shall not set the 46 fault mode but will still log the configuration change. 47 2.8 CVM LOG DISABLE 48 The MMU shall provide a means to disable the logging of CVM fault 49 events. 50 3 DISPLAY FUNCTIONS 51 The following display functions shall be provided in addition to those 52 required by the NEMA Standard Section 4. 53 3.1 FULL INTERSECTION CHANNEL STATUS DISPLAY 54 A separate Red, Yellow, and Green indicator shall be provided for 55 each channel to show full intersection status simultaneously. For Type 12 56 mode operation the Walk input status shall be shown on channel 57 indicators 13 through 16. 58 3.2 FAULT CHANNEL STATUS DISPLAY 59 During normal operation the 48 Channel Status indicators shall display 60 all active signals. In the fault mode the Channel Status indicators shall SW 7TH ST/LIND AVE SW SIGNAL.IZATION 7TH_LI N D 279 1 display all signals active at the time of the fault for six seconds and then 2 indicate the channels involved in the fault for 2 seconds. 3 3.3 FIELD CHECK STATUS DISPLAY 4 The FIELD CHECK FAIL indicator shall illuminate when a Field Check 5 Fault is detected. The Channel Status display shall show the channels on 6 which the Field Check fault occurred. 7 If Field Check errors occurred during a Conflict Fault, Red Fail, 8 Clearance Fail, or Dual Indication Fail the FIELD CHECK STATUS 9 indicator shall illuminate. The channels on which the Field Check Status 10 was detected during the fault shall double pulse on the Channel Status 11 Display at the same time as the FIELD CHECK STATUS indicator. 12 3.4 RECURRENT PULSE STATUS DISPLAY 13 If Recurrent Pulse inputs were detected during a Conflict Fault Red 14 Fail, or Dual Indication Fail the RECURRENT PULSE STATUS indicator 15 shall illuminate. The channels on which the Recurrent Pulse Status was 16 detected during the fault shall double pulse on the Channel Status Display 17 at the same time as the RECURRENT PULSE STATUS indicator. 18 3.5 DISPLAY INDICATORS 19 The following display indicators shall be provided in addition to those 20 required by the NEMA Standard Section 4. 21 3.5.1 Type 12 Mode Indicator 22 . The TYPE 12 indicator shall illuminate when the MMU is programmed ' 23 for Type 12 operation. If a Type Fault is detected the DIAGNOSTIC 24 indicator shall illuminate and the TYPE 12 indicator shall flash at a rate of 25 2Hz. 26 3.5.2 Dual Indication Indicator 27 The DUAL INDICATION indicator shall illuminate when a DUAL 28 INDICATION Fault is detected. The Channel Status display shall show the 29 channels which were detected as DUAL INDICATION. 30 3.5.3 Power Indicator 31 The POWER indicator shall flash at a rate of 2Hz when the AC LINE 32 voltage is below the drop-out level. It shall illuminate steadily when the AC , 33 LINE voltage returns above the restore level. 34 3.5.4 Port 1 Receive Indicator 35 The RECEIVE indicator shall illuminate for a 33 msec pulse each time 36 a Port 1 message is correctly received from the Controller Unit. , 37 3.5.5 Port 1 Transmit Indicator 38 The TRANSMIT indicator shall illuminate for a 33 msec; pulse each 39 time a Port 1 message is transmitted from the MMU. 40 3.5.6 RS232 Receive Indicator 41 The COMM indicator shall illuminate for a 33 msec pulse each time a 42 message is correctly received on the RS-232 port. 43 - 3.5.7 Program Card/CF Indicator ' 44 The PGM CARD indicator shall illuminate if the Programming Card is 45 absent or not seated properly in the edge connector. The PGM CARD 46 indicator shall flash at a 4 Hz rate if the MMU has been triggered by a 47 Configuration Change fault 48 3.5.8 Y+R Clearance Indicator 49 The Y+R CLEARANCE indicator shall illuminate when the MMU has 50 been triggered by a Yellow Change plus Red Clearance fault. 51 3.5.9 Field Check Fail Indicator 52 The FIELD CHECK FAIL indicator shall illuminate when the MMU has 53 been triggered by a Field Check fault. 54 3.6 OPERATING MODES 55 The MMU shall operate in both the Type 12 mode and Type 16 mode 56 as required by the NEMA Standard. 57 4 HARDWARE 58 4.1 ENCLOSURE 59 4.1.1 The MMU shall be compact so as to fit in limited cabinet space. It shall 60 be possible to install on a shelf that is at least 7" deep. Overall SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH LIND 280 1 dimensions, including mating connectors and harness, shall not exceed 2 10.5"x 4.5" x 11" (H x W x D). 3 4.1.2 The enclosure shall be constructed of sheet aluminum with a minimum I�U4 thickness of 0.062", and shall be finished with an attractive and durable U 5 protective coating. Model, serial number, and program information shall be 6 permanently displayed on the top surface. 7 4.2 ELECTRONICS 8 4.2.1 A microprocessor shall be used for all timing and control functions. 9 Continuing operation of the microprocessor shall be verified by an 10 independent monitor circuit, which shall force the OUTPUT RELAY to the 11 de-energized "fault" state and indicate an error message if a pulse is not VV 12 received from the microprocessor within a defined period not to exceed 13 500 ms. 14 4.2.2 High speed sampling techniques shall be used to determine the true 4 � 15 RMS value of the AC field inputs. Each AC input shall be sampled at least 16 32 times per line cycle. The RMS voltage measurement shall be 17 insensitive to phase, frequency, and waveform distortion. 18 4.2.3 In the interest of reliability, only the PROM memory device for the 19 microprocessor firmware shall be socket mounted. The PROM Memory 20 socket shall be a precision screw machine type socket with a gold contact 21 finish providing a reliable gas tight seal. Low insertion force sockets or ' 22 sockets with "wiper" type contacts shall not be acceptable. 23 4.2.4 All user programmed configuration settings shall be stored in an 24 electrically erasable programmable read-only memory (EEPROM) or front 25 panel DIP switches. Designs using a battery to maintain configuration data 26 shall not be acceptable. 27 4.2.5 All 120 VAC field terminal inputs shall provide an input impedance of 28 at least 150K ohms and be terminated with a resistor having a power 29 dissipation rating of 0.5 Watts or greater. 30 4.2.6 All electrical components used in the MMU shall be rated by the 31 component manufacturer to operate over the full NEMA temperature 32 range of-34oC to +74oC. 33 4.2.7 All printed circuit boards shall meet the requirements of the NEMA 34 Standard plus the following requirements to enhance reliability: 35 a. All plated-through holes and exposed circuit traces shall be plated 36 with solder. I 37 b. Both sides of the printed circuit board shall be covered with a solder 38 mask material. 39 c. The circuit reference designation for all components and the polarity 40 of all capacitors and diodes shall be clearly marked adjacent to the 41 component. Pin #1 for all integrated circuit packages shall be 42 designated on both sides of all printed circuit boards. 43 d. All electrical mating surfaces shall be gold plated. 44 e. All printed circuit board assemblies shall be coated on both sides with 45 a clear moisture-proof and fungus-proof sealant. 46 4.3 FRONT PANEL& CONNECTORS 47 4.3.1 All displays, configuration switches, and connectors shall be mounted ' 48 on the front panel of the MMU. All MMU configuration inputs beyond those 49 required by the NEMA Standard shall be provided by front panel mounted 50 DIP switches and shall be clearly labeled. Configuration DIP switches 51 shall be provided for the following functions: 52 a. Field Check/ Dual Enables 1-16 53 b. GY Dual Indication Enable (GY ENABLE) 54 c. Recurrent Pulse Test Disable (RP DISABLE) 55 d. External Watchdog Enable (WD ENABLE) 56 e. Walk Disable (Type 12) 57 f. Configuration Change Fault Enable (CF ENABLE) 58 g. CVM Log Disable 59 4.3.2 MS CONNECTORS 60 The MS connectors on the MMU shall have a metallic shell and be SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 281 1 attached to the chassis internally. The connectors shall be mounted on the 2 front of the unit in accordance with the following: Connector A shall 3 intermate with a MS 3116 22-55 SZ, and Connector B shall intermate with t 4 a MS 3116 16-26 S. 5 In the interest of reliability and repair ability, printed circuit board 6 mounted MS connectors shall not be acceptable. Internal MS harness 7 wire shall be a minimum of AWG #22, 19 strands. 8 4.3.3 EIA-232 Port 9 The EIA-232 port shall be electrically isolated from the MMU 10 electronics using optical couplers. The connector shall be an AMP 9721A 11 or equivalent 9 pin metal shell D subminiature type with female contacts. 12 Pin assignments shall be as shown in the following table: 13 PIN FUNCTION 14 1 DCD* 15 2 TX DATA 16 3 RX DATA 18 5 DTR (Data Terminal Ready) SIGNAL GROUND 19 6 DSR* 20 7 DSR* 21 8 CTS* 22 - 9 NC 23 u *Jumper options shall be provided to allow the connection of Pin #4 to be 24 made with Pin #7, and the connection of Pin #8 to be made with Pin #1 25 and or Pin#6. 26 5 EVENT LOGGING FUNCTIONS 27 The Signal Monitor shall be capable of storing in non-volatile memory 28 a minimum of 100 events. Each event shall be marked with the time and 29 date of the event. These events shall consist of fault events, AC Line 30 events, reset events, and configuration change events. The capability to 31 assign a four digit identification number and 30 character description to 32 the unit shall be provided. The event logs shall be uploaded to a PC using 33 the serial port of the Signal Monitor and Windows 9x based software 34 provided by the manufacturer. 35 Each event log report shall contain the following information: 36 a) Monitor ID#: a four digit (0000-9999) ID number and 30 character ' 37 description assigned to the monitor. 38 b) Time and Date: time and date of occurrence. 39 c) Event Number: identifies the record number in the log. Event#1 is the 40 most recent event. 41 5.1 Monitor Status Report (CS) 42 The Current Status report shall contain the following information: 43 a) Fault Type: the fault type description. , 44 - b) Field Status: the current GYR(W) field status and field RMS voltages 45 if the monitor is not in the fault state, or the latched field status and 46 field RMS voltages and fault channel status at the time of the fault. 47 c) Cabinet Temperature: the current temperature if the monitor is not in 48 the fault state, or the latched temperature at the time of the fault. 49 d) AC Line Voltage: the current AC Line voltage and frequency if the 50 monitor is not in the fault state, or the AC Line voltage and frequency , 51 at the time of the fault. 52 e) Control Input Status: the current state and RMS voltages of the Red 53 Enable input & Load Switch Flash bit input if the monitor is not in the 54 fault state, or the status latched at the time of the fault. ' 55 5.2 Previous Fault Log (PF) 56 The Previous Fault log shall contain the following information: 57 a) Fault Type: the fault type description. 58 b) Field Status: the latched field status with RMS voltages, fault channel 59 status, RP Detect status and Field Check status at the time of the 60 fault. SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 282 �= E 1 c) Cabinet Temperature: the latched temperature at the time of the fault. 2 d) AC Line Voltage: the AC Line voltage & frequency at the time of the 3 fault. 4 e) Control Input Status: the latched state of the Red Enable input at the 5 time of the fault. 6 5.3 AC Line Event Log (AC) 7 The AC Line log shall contain the following information: 8 a) Event Type: describes the type of AC Line event that occurred. 9 Power-up -AC on, monitor performed a cold start 10 Interrupt -AC Line < Brownout level 1 11 Restore -AC restored from AC brown-out or AC interruption (AC Off), 12 no cold start 13 b) AC Line Voltage: the AC Line voltage & frequency at the time of the 14 event. 15 5.4 Monitor Reset Log (MR) 16 The Monitor Reset log shall contain the following information: 17 a) The monitor was reset from a fault by the front panel Reset button, or 18 External Reset input, or a non-latched event clear. 19 5.5 Configuration Change Log (CF) 20 The Configuration Change log shall contain the following information: 21 a. The status of all configuration programming including the contents of 1 22 the Program Card, all configuration dip switches and option switches. 23 b. Any configuration programming inputs such as 24V Inhibit, Port 1 24 Disable, Type select. 25 c. Configuration CRC: A unique CRC value which is based on the 26 configuration of items#a and#b above. 27 The log shall also indicate which items have been changed since the last log 28 entry. 29 5.6 Signal Sequence Log (SSQ) 1 30 A log shall be provided that graphically displays all field signal states 31 for up to 30 seconds prior to the current fault trigger event. The resolution 32 of the display shall be at least 50 milliseconds. 33 34 SURGE PROTECTOR (LIGHTING ARRESTER) 35 The controller shall have an input voltage surge protector that shall protect the 36 controller input from any voltage surges that could damage the controller or any of 37 its components. 38 39 FIELD WIRING TERMINAL 40 There shall be a terminal strip for field wiring in the controller cabinet. The 41 terminals shall be numbered in accordance with the schematic wiring diagram on 42 the plans. If a different numbering system is used for the cabinet wiring, then both 43 numbers shall label each terminal and the cabinet wiring schematic drawing shall 44 include the field wiring numbers where the terminal strip is illustrated. A common 45 bus bar with a minimum of 15 terminals and a ground bar with a minimum of 6 46 terminals shall be provided. 47 48 COMPUTER INTERFACE UNIT 49 Interface communication devices shall be designed as separate units or as 50 modules that plug directly into the controller case. The communication devices 51 shall be used for on-line computer control of the intersection and shall be capable 52 of transmitting all detector and signal status information and receiving and decoding 53 command information from the computer all in conformance and within the 54 capability of the multisonic master computer unit or other central system as 55 specified in the plans and specifications and the interconnect cables. 56 57 DOOR SWITCH 58 A door switch shall be provided on the signal cabinet door interfacing with the 59 signal conflict monitor. In the event that the conflict monitor has been left 60 disconnected, the signal display shall immediately flash when the signal cabinet SW 7TH ST/LIND AVE SW SIGNAL.IZATION 7TH_LII4D 283 �I 1 door is closed. The signal display shall remain in flash when the cabinet door is 2 reopened. The signal display shall also remain in flash if a power recovery occurs 3 with the door open and if the conflict monitor is not installed. A reset switch located 4 on the load-bay shall be provided to clear both of these flashing conditions. A 5 second door switch shall be provided to operate the cabinet light. 6 7 UNIVERSAL DETECTOR INPUT PANEL 8 A universal detector input panel shall be provided on the left sidewall of the 9 cabinet. This panel shall be usable with any NEMA TS1 Controller and shall include 10 a detector matrix to assign detector outs to any controller detector input on the A, B, '' 11 C or D cable. 12 13 WIRE COLOR SCHEME 14 All 120VAC circuits shall use black wire. All other circuits shall not use black 15 wires. Color traces shall be used to identify functions. Red wire is to be used for all 16 24VDC circuits, and blue for logic ground circuits. 17 18 PREEMPTION INDICATOR LIGHT 19 The preemption indicator light shall be energized when thE; emergency 20 vehicle preemption system is in operation. Said light shall turn on when a phase is 21 preempted and the priority green is displayed. There shall be one indicator light.for 22 each of the four emergency vehicle preempt channels. 23 24 POWER REQUIREMENTS 25 The controller cabinet and all associated equipment shall' be desiigned for use 26 on 120 volts, 60 Hz., single phase alternating current. 27 28 LOADBAY 29 The controller cabinet shall contain a loadbay panel with the following 30 minimum requirements: 31 1. The loadbay shall be wired for 8 vehicle phases, 4 pedestrian phases, 4 32 overlap phases and 16 loadswitch positions. 33 2. The loadbay shall incorporate a swing down design to facilitate ease of 34 maintenance and repair. It shall have service loops with sufficient slack to 35 allow for the load bay to swing down without any of the harnesses being 36 unsecured. Panels mounted on the sides, and shelves shall not interfere with 37 the swing down operation. The loadbay width shall not exceed 34". To obtain 38 this size, loadswitch sockets may be on 1.9375" centers. 39 3. The loadbay shall be located in the front of the rear wall of the cabinet. 40 4. Terminal blocks for terminating field wiring shall be supplied. No wires are 41 permitted on the field side of the blocks. This includes wires for flash control. 42 5. Flash programming shall be done with the use of 9 pin Molex connectors. The 43 connectors shall also provide a means to select which flasher cir:;uit is used. 44 c The pin assignments of these connectors shall comply with existing standards. 45 6. The loadbay shall be designed with an intuitive layout to facilitate maintenance. 46 A vertical terminal block for each phase will be mounted above the 47 corresponding phase loadswitch. All controller functions for that phase will 48 terminate on that terminal block. 49 7. The loadbay shall be designed to incorporate the use of supplemental loads. 50 These loads shall be chassis mounted. The use of "sky hooks" to mount 51 components is unacceptable. Supplemental load resistors are to be provided 52 for all odd phase's red, yellow and green. 53 8. All pedestrian monitor input wires shall be terminated on banana jacks to allow 54 easy reprogramming in the future. 55 9. All load switches, flasher, and flash transfer relay sockets shall Lie mounted 56 with screws. Clip mounting is unacceptable. 57 10. The loadbay shall incorporate a relay to remove 24VDC from the load switches 58 during flash. Immediately below this relay there shall be mounted a NC push 59 button switch to reapply the 24VDC for trouble shooting purposes. SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH LIND 284 1 11. All wiring shall be color-coded. Wire with a black base color shall be used for 2 all 120VAC circuits; all other circuits will not use black. Red, yellow and green 3 traces shall be used to identify related functions on both black and not black 4 wires. Red shall be used for 24VDC circuits 5 12. The loadbay shall be a Cascade Signal Corporation assembly #361 or a pre- 6 approved equal. 7 8 TECHNICIAN TEST PANEL 9 The maintenance panel shall be hinged for easy interior access. The 10 maintenance panel shall have the 20 AMP GFI and have the following switches and 1 11 indicators: 12 Flash/Automatic 13 Stop Time - 3-position switch, On - OFF- On Flash (with Stop Time indicator 14 light, LED). 15 Controller Power- On /Off 16 Vehicle Call - Push buttons - Phase 1 through 8 17 Ped Call - Push buttons - Phase 2, 4, 6 & 8 18 Preemption -Test push buttons -A, B, C, & D 19 20 LIGHT, FAN AND THERMOSTAT ASSEMBLY 21 The fan and thermostat assemblies shall be located on the top inside of the I 22 cabinet and shall be attached to the plenum. One (1) complete fan assembly shall 23 be furnished in each cabinet. The cabinet light is to be an fluorescent and operated 24 by a NC door operated switch. 25 The fan shall be rated at 100-CFM minimum and shall have ball bearings. 26 Sleeve bearings are expressly forbidden. The fan shall have screened covers. 27 The thermostat shall be 120 VAC and have a temperature rating of 70 to 120 28 degrees Fahrenheit. An RC network shall be provided across the positive and 29 negative inputs to the fan. I 30 31 FLASH TRANSFER RELAY 32 Flash transfer relays shall be provided with each cabinet. Six (6) each shall 33 be supplied with the Type 'P' cabinet. A thin copper disc called a non-freeze pin 34 shall be included in the relay design to combat the residual magnetism phenomena. 35 The uses of tape, plastic or dimples are not acceptable solutions. 36 37 LOADSWITCHES 38 The load switches shall be a three-(3) function NEMA and shall have LED 39 indicator lights that show the input side of the relay. The unit shall be rated for a 40 minimum of ten (10) amps per circuit through the entire NEMA temperature range. 41 42 DETECTOR CARD CAGE 43 The detector card cage shall be a completely enclosed assembly. It shall 44 have 12 positions and wired for two channel detector amps as specified in section 45 9-29.18. The last two card cage slots shall be wired for the emergency pre-emption 46 modules described in section 9-29.13(3). The detector power supply(s) shall 47 occupy the first two slots of the card cage. 48 49 UNIVERSAL PROGRAM PANEL 50 The controller cabinet shall be provided with a raised universal Program 51 Panel, with connectors attached in lieu of a "D" cable. A cable shall be provided to 52 work with the controller specified. The attached connectors and pin assignments 53 shall be consistent with existing standards. The panel shall contain 2 dual surge 54 suppressors, SRA64. These are to be wired for protection of the telemetry lines. 55 The panel shall contain ten 20 position feed through terminal blocks, and one 6 56 position terminal block. The function and layout of these terminal blocks shall be 57 consistent with existing standards. The first block shall be used to input to the 58 controllers normal 8 phase inputs on the A, B and C cables. Pull up resistors shall 59 be provided on this block to insure compatibility with both TS1 and TS2 detectors. 60 The second and third blocks shall be the detector out puts from the card cage(s). SW 7TF1 ST/LIND AVE SW SIGNAL.IZATION 7TH_LIND 285 1 The fourth block shall be the detector inputs to the "D" cable. The fifth and seventh 2 blocks shall be the green inputs into the card cages. The sixth block shall have the 3 controller greens and reds. The remaining blocks shall have miscellaneous "D' 4 functions laid out consistent with existing standards. The panel shall be a Cascade 5 Signal Corporation assembly # 564 or a pre-approved equal. The "D" cable 6 provided must work with an Eagle M-50 controller. 7 8 The table below indicates the standard field detector numbers and the 9 standard controller detector numbers. 10 11 TABLE —Traffic signal Controller Input 12 (From the Detector Field Termination Panel through the Universal Program Panel to 13 Controller Detector DetectorContro ler Detector Controller Detector Cont r h Controller #Input # # Input# # Input# # Input# 1 1 9 9 2 2 10 10 3 3 11 11 - 4 4 12 12 5 5 13 13 6 6 14 14 7 7 15 15 14 8 8 16 16 15 CABINET QUALITY 16 The cabinet shall be compliant to both mechanical and function specification 17 prior to being shipped to owner. 18 1. Cabinet and hardware will comply with project specification. 19 2. Function compliance will be tested with power applied. 20 3. All cabinet and loadbay functions will pass point-to-point tests including 21 expansion requirements. 22 4. All field detector inputs must be checked from field connection point to 23 controller. 24 Cabinet issues and clarifications need to be documented and addressed prior 25 to delivery. This agency will NOT provide QA or testing service for the delivered 26 cabinet. Testing done by this agency is not in lieu of manufacturer test 27 requirements. 28 29 30 9-29.13(7)D NEMA Controller Cabinets 31 Section 9-29.13(7)D is replaced with: 32 33 General 34 Cabinets for traffic signals and safety lighting shall comply with ::section 9-29 35 of the Standard Specifications for Road, Bridge and Municipal construction 2000, 36 except as supplemented by the requirements herein. The cabinet shall be anodized 37 aluminum and painted white inside, with a minimum thickness of 0.080 or 0.125 38 inches as indicated herein. The cabinet shall be fabricated from flat aluminum and 39 welded. The riveted type fabrication will not be permitted. All cabinets shall be 40 supplied with a standard Best CX-1 Lock, Red Construction Core. All control 41 cabinets shall include but not be limited to switches, relays, flashers, power supply, 42 component racks, terminals, wiring harnesses, lights, interior and exterior hardware 43 and/or related components, and when specified on the plans and special 44 provisions, shall include operating components, such as controller, modems, loop 45 amplifiers, load switches, preempt module, and signal monitor. 46 47 Cabinet Mounting and Installation SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 286 I �. 1 The foundation for a cabinet shall be a concrete pedestal of the same size as 2 the base of the cabinet with one foot of the foundation above the adjacent grade. 3 The pedestal shall be poured in place and shall be 12 inches below grade and 12 4 inches above grade. A sidewalk shall be provided on all sides of a cabinet and 5 poured in place with the cabinet foundation. The sidewalk shall be 36 inches wide 6 on the door sides and 12 inches wide on the non-door sides (see detail sheet). 7 9 NEMA TS1 Type 'P'Traffic Signal Controller Cabinets 10 GENERAL 11 The standard traffic signal controller cabinet shall be a NEMA TS1 Type 'P'. 12 The traffic signal cabinet(s) built to NEMA TS1 standards shall be supplied in Po 13 compliance with Section 9-29.13, Traffic Signal Cabinet of the Standard 14 Specification 2000 and modified as stated herein. 15 All new traffic signals located within a signal interconnect system shall be 16 connected to said system. 17 The following are requirements for all cabinets: 18 1. The cabinet shall be anodized aluminum, with a minimum thickness of 19 0.125 inches. �! 20 2. All sheet metal products incorporated within this cabinet are to be 21 aluminum, shall be a minimum thickness of 0.090 inches and are to be 22 powder coated white. 23 3. The dimensions shall be 55" High x 44"Wide x 26" Deep. 24 4. No vertical seams shall be allowed except for the attachment of the panels 25 above and below the door. The cabinet sides and back shall be fabricated 26 of one continuous piece of sheet aluminum. All interior seams shall be 27 continuously welded. 28 5. The roof shall be fabricated of one (1) continuous piece of sheet aluminum 29 and shall incorporate a plenum to which the fan will be mounted from the j 30 inside of the cabinet to provide forced air ventilation. The ventilation 31 exhaust opening of the unit shall be underneath the front overhang and 32 shall have a screen. The roof section shall be continuously welded to the 33 main cabinet body. 34 6. The cabinet interior shall be painted white and the shelves shall be white. 35 The inside of the cabinet door does not need to be white. 36 7. The Cabinet shall be base mounted. The Type 'P' cabinets shall have four 37 (4) mounting holes on the bottom of the unit. The mounting holes will be: 38 Center to center width: 40- 5/8" 39 Center to center in depth: 18-1/2" 40 8. The main door of the cabinet shall include a police door. Stainless steel 41 hinges shall support both the main door and police door. 42 9. The main door shall be equipped with a three (3) point latching 43 mechanism, fabricated from heavy gauge steel with steel locking rods and 44 twin nylon rollers. This mechanism is to be cadmium plated. Main door 45 shall be provided with a doorstop to securely hold the door open at 46 approximately 90 degrees, 120 degrees, and 180 degrees. 47 10. Included with the main door shall be a replaceable filter, 12" x 16" x 1", 48 which shall be located behind the louvered vents and secured with a 49 aluminum cover, holding clips and spring. 50 11.. Door handle shall be made of stainless steel and have a provision for 51 padlocking. 52 12. Two (2) shelves or more shall be included and shall be of sufficient depth 53 to store equipment, and be powder coated white. 54 13. A pullout shelf with an internal document storage compartment mounted 55 under the controller shelf shall be supplied. The document drawer shall 56 have a nominal storage area of approximately 17" W x 12" D x 1" H as 57 approved by the Engineer. 58 14. All mounting hardware used in the cabinet, whether it is used to secure 59 equipment or some portion of the cabinet itself, shall be stainless steel or 60 nickel plated brass. SW 7THI ST/LIND AVE SW SIGNAL.IZATION 7TH_LIND 287 1 15. The cabinet shall be supplied with a standard Lock, Best CX-1, Red 2 Construction Core for the main door and a standard police lock for the 3 police door. Two (2) keys for each lock shall be included. 4 5 9-29.16(2) Conventional Traffic Signal Heads 6 Section 9-29.16(2) is supplemented by adding the following: 8 Vehicular signal heads shall have 12 inch lens sizes unless shown otherwise on the 9 signal plans. 10 11 Each signal head shall have a 1/4 inch drain hole in its base. 12 13 Position of the signal heads shall be located as close as possible to the center of the 14 lanes. 15 16 Signal heads shall be mounted on the mast arm such that the red indicators lie in the 17 same plane and such that the bottom of the housing of a signal head shall not be less 18 than 16 feet 6 inches nor more than 18 feet 6 inches above the grade at the center of 19 the roadway. 20 21 - 9-29.16(2)A Optical Units 22 Section 9-29.16(2)A has been revised as follows: 23 (** **) 24 Light Emitting Diode (LED) light sources are required for all displays. 25 26 9-29.16(2)B Signal Housing 27 The fifth paragraph of Section 9-29.16(2)B has been revised as follows: 28 (** ) 29 Each lens shall be protected with a removable visor. The visor shall be tunnel type 30 unless noted otherwise in the contract. Tunnel, cap, and cut away type visors shall 31 be made of aluminum throughout. Visors shall be flat black in color inside and shall 32 be yellow baked enamel on the outside. Visors shall have attaching ears for 33 installation to the housing door. The signal display shall have square doors. End 34 caps shall be made from aluminum and shall be installed with fittings Ito provide a 35 watertight seal. A bead of silicone sealant shall be applied around the perimeter of 36 all top end cap openings prior to installation of the end cap assembly. Plastic end 37 caps shall utilize a threaded stud with seal and wing nut. End caps shall have the 38 same color as the signal housing. 39 40 9-29.16(2)C Louvered Visors 41 Section 9-29.16(2)C has been revised as follows: 42 (******) 43 Where noted in the Contract, louvered tunnel visors shall be furnished and 44 installed. Directional louvers shall be constructed to have a snug fit in the signal 45 visor. The outside cylinder shall be constructed of aluminum, and the louvers shall 46 be constructed of anodized aluminum painted flat black. Dimensions and 47 arrangement of louvers shall be as shown in the contract. 48 49 9-29.16(2)D Back Plates 50 Section 9-29.16(2)d has been deleted and replaced with: 52 Back plates shall be furnished and attached to the signal heads. Back plates shall 53 be constructed of anodized, 3-S half-hard aluminum sheet, 0.058-inch minimum 54 thickness, with 5-inch square cut border and painted black in front and yellow in 55 back. 56 57 9-29.16(2)E Painting Signal Heads 58 Section 9-29.16(2)E has been revised as follows: SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH LINO 288 1 Traffic signal heads shall be finished with two coats of factory applied traffic signal 2 federal yellow baked enamel or shall be finished with a traffic signal federal yellow Y 9 Y 3 oven baked powder coating comprised of resins and pigments. Aluminum end caps 4 and the back of back plates shall be painted to match the color of the signal 5 housing. The inside of visors, front of back plates, and louvers shall be finished with 6 two coats of factory applied flat black enamel. 7 8 9-29,17 Signal Head Mounting Brackets and Fittings 9 Section 9-29.17 is replaced as follows: 11 Mounting hardware will provide for a rigid connection between the signal head and mast 12 arm. All mounting hardware will be of the top-mount plumbizer type as shown on the 13 standard plans, unless specified otherwise on the plans. 14 15 Vehicle and pedestrian signal head mountings shall be as detailed in the Standard Plans. 16 Material requirements for signal head mounts are as follows: 17 Aluminum 18 1. Hinge fittings for Type E mount. 19 2. Arms and slotted tube fittings for Type N mount. 20 3. Plumbizer, tapered adjustment washers and flange adapter fittings for Type M 21 mount. The plumbizer shall be cast from tenzalloy AAA No. 713. 22 4. Tube clamp and female clamp assembly for Type N mount. 23 Bronze 24 1. Terminal compartments for Type A, B, C, F, H, and K mounts. 25 2. Collars for Type C, D, and F mounts. 26 3. Ell fittings for Type L and LE mounts. 27 4. Messenger hanger and wire entrance fittings for Type P, Q, R, and S mounts. 28 5. Balance adjuster for Type Q, R, and S mounts. 29 Galvanized Steel 30 1. Washers for Type A, B, C, D, F, H, and K mounts. 31 2. Fasteners for Type A, B, E, H, and K mounts. 32 Stainless Steel 33 1. All set screws and cotter Keys. 34 2. Bands for Type N mount. 35 3. Hinge pins for Type E mount. 36 4. Bolts, nuts and washers for Type M mount. 37 ti. Bolt, nut and washers for Type L mount. 38 6. Bolts, nuts, washers, and screw buckle swivels. 39 Steel 40 1. Center pipes, nipples, elbow and tee fittings for Type A, B, C, F, H, and K mounts. 41 2. Multi-head mounting assemblies and spider assemblies for Type Q, R, and S 42 mounts. 43 3. Nipples for Type L, LE, P, Q, R, and S mounts. 45 All other miscellaneous hardware shall be stainless steel. 46 47 All hardware for mounts shall be painted with two coats of factory applied traffic signal 48 federal yellow baked enamel. 49 50 Pins for messenger hanger fittings shall be a minimum of 1 /2 inch in diameter. 51 52 Terminal compartments for Type A, B, C, F, H, and K mounts shall contain a 12 section 53 terminal block. 54 55 All hardware for mounts shall be painted with two coats of factory applied traffic signal 56 Federal yellow baked enamel. 57 58 9-29.98(1) Induction Loop Detectors 59 Section 9-29.18(1) is replaced with: SW 7TH ST/LIND AVE SW SIGNA!LIZATION 7TH_LIND 289 1 2 CHANNEL RACK MOUNT DETECTOR SPECIFICATIONS 2 3 The detector shall be a Reno A&E model C or a pre-approved equal meeting the 4 following specifications: 5 6 PHYSICAL 7 Weight: 6 oz. (170 gm.). 8 Size: 4.500 inches (11.43 cm.) high x 1.12 inches (2.84 cm.) wide x: 6.875 inches 9 (17.46 cm.) long including connector (not including front handle). 10 Operating Temperature: -40°F to +180°F (-40°C to +82°C) 11 Circuit Board: Printed circuit boards are 0.062in. FR4 material with 2 oz. copper on 12 both sides and plated through holes. Circuit board and components are 13 conformal coated with polyurethane. 14 Connector: 2 x 22 pin edge card connector with 0.156-inch (0.396 cm.) contact 15 centers. Key slots located between B & C and M & N. 16 Loop Feeder Length: Up to 5000 feet (1500m.) maximum with proper feeder cable 17 and appropriate loops. 18 19 ELECTRICAL 20 Power: 10.8 to 30 VDC, 120 mA max. 21 . Loop Inductance Range: 20 to 2500 microHenries with a Q factor of 5 or greater. 22 Loop Inputs: Transformer isolated. The minimum capacitance added by the 23 detector is 0.068 microFarad. 24 Lightning Protection: The detector shall be able to tolerate, without damage, a 10 25 microFarad capacitor charged to 2,000 volts being discharger,) directly into 26 the loop input terminals, or a 10 microFarad capacitor charged to 2,000 27 volts being discharged between either loop terminal and earth ground. 28 Reset: Shall meet and/or exceed NEMA TS 1 and TS 2 detector specifications. 29 Application of a 30-millisecond low state (0 to 8 VDC) to pin C shall reset 30 both channels. Each detector channel shall be manually reset: by pressing 31 the CHAN button until the desired channel is selected, then holding the 32 CHAN button for 3 seconds, or by changing the sensitivity or loop frequency 33 of the channel. 34 Phase Green Inputs: Also known as Call Delay Overrides. Shall meet and/or 35 exceed all NEMA TS 1 and TS 2 requirements. Application of a Low state 36 voltage (0 to 8 VDC) to pin 1(Ch. 1) and/or pin 2 (Ch. 2) shall cause the 37 delay timer for the channel to abort the delay timing function and also 38 provide control for Phase Green Loop Compensation, Max Presence Timing 39 (End-of-Green), Extension timing, and Detector Disconnect, if the features 40 are programmed. 41 Fail-Safe Outputs: Per NEMA TS 2 - conducting state indicates detection output. 42 Each detector channel output shall default to a CALL state for any loop 43 failure condition or loss of power. 44 Channel Status Outputs: Per NEMA TS 2 - Each channel shall have an output to t 45 communicate the status states of the channel as follows: Normal operation Continuous Low or On State Detector failure Continuous High or Off State Open loop 50 millisecond On tirne, 50 miflisecoMI Shorted loop 50 millisecond On tirne, 100 milliseconc Excessive inductance change ±25% 50 millisecond On time, 150 millisecO 46 47 Solid State Output Ratings: Shall be optically coupled field effect transistors. 30 48 VDC max. drain to source. 50 mA. max. current. The output transistor shall 49 be protected with a 33-volt zener diode connected between the drain and 50 source. 51 52 OPERATIONAL 53 Display: Shall be LCD and back lighted whenever any push button is pressed. The 54 back lighting shall extinguish 15 minutes after the last actuation of any push 55 button. SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 290 1 Detect Indicators: Each channel shall have an super high intensity red light emitting 2 diode (LED) to indicate a CALL output, Delay Timing, Extension Timing, 3 Pending state, or failed loop. 4 Response Time: Shall Meet or exceed NEMA TS 1 and TS 2 response time 5 specifications. 6 Self-Tuning: The detector shall automatically tune and be operational within 2 7 seconds after application of power or after being reset. 8 Environmental & Tracking: The detector shall be fully self-compensating for 9 environmental changes and loop drift over the full temperature range and 10 the entire loop inductance range. , 11 Grounded Loop Operation: The loop isolation transformer shall allow operation with 12 poor quality loops (which may include one short to ground at a single point). 13 Loop (Fail) Monitor: If the total inductance of the channel's loop input network goes 14 out of the range specified for the detector, or rapidly changes by more than 1 15 ±25%, the channel shall immediately enter the Fail-Safe mode and display 16 "LOOP FAIL" on the LCD. The type of loop failure shall also be displayed 17 as "L lo" (for -25% change or shorted loop conditions) or "L hi" (for +25% 18 change or open loop conditions). This will continue as long as the loop fault 19 exists. The Fail-Safe mode shall generate a continuous call in Presence 20 Mode or in Pulse Mode. At the time of a loop failure, the channel's LED 21 shall begin repeating a burst of three flashes each one second. The LED 22 shall continue these bursts until the channel is manually reset or power is 23 removed. If the loop "self heals", the LOOP FAIL message on the LCD shall 24 extinguish and the channel will resume operation in a normal manner; 25 except the LED shall continue the bursts thus providing an alert that a Loop 26 Fail condition occurred. Each loop failure for the channel shall be counted 27 and accumulated into the Loop Fail Memory. The total number of loop 28 failures written into the Loop Fail Memory (since the last power interruption 29 or manual reset) can be viewed by stepping through the channel's functions 30 in Program Mode to the "LOOP FAIL" message. 31 32 LOOP FREQUENCY 33 There shall be eight (8) selectable loop frequency settings per channel (normally in 34 the range of 20 to 100 kilohertz). The actual loop operating frequency shall be 35 digitally displayed on the LCD. 36 1 37 SENSITIVITY 38 There shall be nine (9) selectable sensitivity levels per channel, plus Continuous- 39 Call and Channel-Off. The sensitivity levels are to be designed so that a one level 40 increase actually doubles the sensitivity and a one level decrease halves the 41 sensitivity. A bar graph shall be displayed on the LCD to make it easy to quickly set 42 the sensitivity to the ideal level for any loop/lead-in network situation. 43 Continuous-Call: When set to the Continuous-Call state, the channel output shall 44 be in the continuously call state regardless of the presence or absence of 45 vehicles over the loop. The loop oscillator shall be disabled when in the 46 "Continuous-Call State". This state shall be indicated by CALL flashing on 47 the LCD. This option shall be selected from the Sensitivity menu in ' 48 Program Mode. 49 Channel-Off: When set to-the Channel-Off state, the channel output shall be 50 continuously in the No-Call state regardless of the presence or absence of 51 vehicles over the loop. The loop oscillator shall be disabled when in the 52 "Channel-Off State". This state shall be indicated by OFF flashing on the 53 LCD. This option shall be selected from the Sensitivity menu in Program 54 Mode. ' 55 56 CALL DELAY 57 Each channel's Call Delay shall be adjustable from 0 to 255 seconds in 1-second 58 steps. Call Delay time shall start counting down when a vehicle enters the loop 59 detection zone. The remaining Call Delay time shall be continuously displayed on 60 the LCD. Whenever a Phase Green Input (call delay override) signal (pins 1 or 2) iSW 7TH ST/LIND AVE SW SIGNALIZATION ' 7TH_LIND 291 1 is active (low state), the Call Delay function for that channel shall b(� aborted and 2 the Call Delay time forced to zero. 3 4 CALL EXTENSION 5 Each channel's Call Extension shall be adjustable from 0 to 25.5 seconds in 0.1- 6 second steps. Extension time shall start counting down when the last vehicle clears 7 the loop detection zone. The remaining Extension time shall be continuously 8 displayed on the LCD. Any vehicle entering the loop detection zone during the 9 Extension time period shall cause the channel to return to the Detect state, and 10 later, when the last vehicle clears the loop detection zone, the full Extension time 11 shall start counting down again. 12 13 PRESENCE/PULSE 14 One of two mutually exclusive modes of operation for each channel shall be ,1 15 available. Presence or Pulse mode shall be toggled by momentarily pressing either 16 the up or down button. 17 Presence Mode: Will provide a Call hold time of at least 4 minutes (regardless of 18 vehicle size) and typically 1 to 3 hours for an automobile or truck. 19 Pulse Mode: An output Pulse of 125±10 milliseconds duration shall be generated 20 for each vehicle entering the loop detection zone. Each detected vehicle 21 shall be instantly tuned out if it remains in the loop detection zone longer 22 - than 2 seconds. After each vehicle leaves the loop detection zone, the 23 channel shall resume full sensitivity within 0.5 seconds. 24 25 MAX PRESENCE TIMER 26 Each channel's Max Presence timer shall be adjustable from 1 to 999 seconds in 1- 27 second steps, plus OFF The Max Presence function is used to limit presence time, 28 by automatically resetting a channel. If this function is enabled (on), the Max 29 Presence timer begins counting down when a Call is initiated and the remaining 30 time is continuously displayed on the LCD. If the loop becomes vacant before the 31 Max Presence timer reaches zero, the Call is dropped and no automatic reset 32 occurs. If the End-Of-Green (EOG) function is not enabled (off) and the Call is still 33 present when the Max Presence timer reaches zero, the channel then is 34 automatically reset. If the EOG function is enabled (on) and the Call is; still present 35 when the Max Presence timer reaches zero, the channel enters a "Wait" state. The 36 Wait state continues until either the loop becomes vacant or the Phase Green Input 37 signal for the channel (pin 1 or 2) transitions from green to not green with the Call 38 still present. If the loop becomes vacant first, the Call is dropped and no automatic 39 reset occurs. If the Phase Green Input for the channel transitions from ggreen to not 40 green while the channel is in a Wait state, the channel is automatically! reset. The 41 signals on pins 1 and 2 are also called Call Delay Overrides. 42 43 END-OF-GREEN (EOG) 44 s: Each channel's EOG setting can be toggled ON or OFF by momentarily pressing 45 either the up or down button. The EOG function is used to synchronize resetting of 46 a channel with the termination of the associated phase green. The EOG function is 47 only available when the Max Presence function is set between 1 and 9!99 seconds. 48 It is not available when the Max Presence function is OFF. When the EOG function 49 is enabled (ON), the channel will automatically be reset at the time the phase green 50 input signal (pin 1 or 2) transitions from the ON state to the OFF statE�, if the Max 51 Presence Time has counted down to zero and is resting in the wait state. The 52 signals on pins 1 and 2 are also called Call Delay Overrides. 53 54 OPTION 1, LOOP INDUCTANCE DISPLAY 55 The detector's Loop Inductance Display setting shall be toggled ON or OFF by 56 momentarily pressing either the up or down button. When this option is enabled 57 (on), the LCD will display the total loop inductance (actual loop inductance plus 58 actual lead-in inductance) in microHenries with an accuracy of t3% for loop 59 inductance values in the range of 20 to 2500 microHenries. NOTE: Enabling this SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 292 1 option activates it for all channels. This option shall be automatically disabled 15 2 minutes after activation or on loss of power. 3 I 4 OPTION 2, LOOP INDUCTANCE -AUL DISPLAY 5 ` The detector's Loop Inductance -AUL Display setting shall be toggled ON or OFF 6 by momentarily pressing either the up or down button. When this option is enabled 7 (on), the LCD displays the percentage of inductance change (-AUL value) during 8 the Call state. To facilitate the viewing of the maximum amount of change in the - 9 AUL value while traffic is in motion over the detection zone, the detector shall hold 10 the peak -AUL value for a period of 2 seconds. NOTE: Enabling this option 11 activates it for both channels. This option shall be automatically disabled 15 12 minutes after activation or on loss of power. 13 14 OPTION 3, CALL EXTENSION CONTROL 15 Each channel's Call Extension Control setting shall be toggled ON or OFF by 16 momentarily pressing either the up or down button. When this option is enabled 17 (on), the channel will extend calls for the programmed extension time only when 18 the Phase Green Input signal (pin 1 or 2) is active for the channel. When this option 19 is off, the channel shall extend ALL calls for the programmed extension time. The �I 20 signals on pins 1 and 2 are also called Call Delay Overrides. 21 22 OPTION 4, NORMAL/FAST RESPONSE MODE 23 The detector's Normal/Fast Response Mode setting shall be toggled ON or OFF by 24 momentarily pressing either the up or down button. When this option is enabled 25 (on), internal call filtering is disabled thus providing a faster response time. When 26 this option is off, normal call filtering is used. NOTE: Turning this option ON will 27 make it active for both channels. 28 29 OPTION 5, PHASE GREEN LOOP COMPENSATION 30 The detector's Phase Green Loop Compensation setting shall be toggled ON or 31 OFF by momentarily pressing either the up or down button. When Option 5 is 32 enabled (on), normal loop compensation is used until the Phase Green Input signal 33 (pin 1 or 2) becomes active. Once the Phase Green Input signal is active, the 34 detector shall desensitizes the loop. Maximum desensitization shall not excede 35 0.05% (-AUL). This desensitization will "tune out" small changes, such as adjacent 36 lane pick up therefore minimizing the chance for max timing an empty lane. When 37 Option 5 is not enabled (off), normal loop compensation shall be used. 38 39 OPTION 6, VEHICLE COUNTING DISPLAY (OPTIONAL OPTION) 40 When Option 6.0 is enabled (on) for a channel, the normal operating display for that 41 channel shall be replaced with the accumulated vehicle count. The unit shall be 42 capable of accumulating 65,535 vehicle counts before rolling over to 0. The display 43 will show just the hundreds, tens, and ones digits until the accumulated count 44 exceeds 999. At this point the display will alternate between the ten thousands and 45 thousands digits and the remaining three digits for hundreds, tens, and ones. The 46 accumulated vehicle count is cleared by loss of power or can be manually cleared 47 using Option 6.1. 48 Option 6.1 shall be used to reset the accumulated vehicle count for the 49 selected channel. When Option 6.1 is changed from the off state to the on state, 50 the accumulated vehicle count for the selected channel shall be reset to zero. �I 51 Option 6.1 shall always be in the off state when first viewed. 52 53 OPTION 7, VEHICLE COUNTING LOOP CONFIGURATION (OPTIONAL OPTION) 54 The detector's Vehicle Counting Loop Configuration setting shall be set from 01 to 55 04 for each channel. This setting should indicate the number of loops installed in a 56 single lane. 01 would indicate a single loop. This could be a single 6' x 6' or a long 57 loop such as a 6' x 50' Quadrapole . The remaining three settings indicate the 58 number of 6' x 6' loops installed in a single lane of traffic. 59 OPTION 8, COMMON FAIL OUTPUT (OPTIONAL OPTION) SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 293 1 The Common Fail Output setting shall be toggled ON or OFF by momentarily 2 —- pressing either the up or down button. The Common Fail Output setting shall be a 3 "detector wide" option. This means that setting it to ON for any channel turns it ON 4 for all channels, and setting it to OFF for any channel turns it OFF for all channels. 5 When Option 8 is enabled (on), a failure on any channel in the detector will 6 cause all of the fail outputs for the detector to activate. 7 8 OPTION 9, THIRD CAR PASSAGE 9 Each channel's Third Car Passage setting can be toggled ON or OFF by 10 momentarily pressing either the up or down button. Option 9 is a "paired channel" ' 11 option. This means that it takes two channels to implement the feature. Therefore, 12 when this option is toggled ON or OFF in one channel, its paired channel is also set 13 to the same state. Option 9 shall be mutually exclusive with Option 10. Turning ON 14 one option shall automatically turn OFF the other option. 15 When Option 9 is enabled (on), the output of the paired channels shall be 16 logically ANDed together. This means that while the loops for both of the paired 17 channels are occupied, a call will output on both channels. While only one channel 18 is occupied, or neither channel is occupied, a call will not output for either channel. 19 The first channel with detection shall enter a "pending" state while waiting for 20 detection in the other paired channel. While in the pending state, the LCD shall 21 show"Pnd" on the display. 22 23 OPTION 10, DIRECTIONAL LOGIC 24 Each channel's Directional Logic setting shall be toggled ON or OFF by 25 momentarily pressing either the up or down button. Option 10 is a "paired channel" 26 option. This means that it takes two channels to implement the feature. Therefore, 27 when this option is toggled ON or OFF in one channel, its paired channel is also set 28 to the same state. Option 9 shall be mutually exclusive with Option 10. Turning ON 29 one option shall automatically turn OFF the other option. ' 30 When Option 10 is enabled (on), directional logic shall be enabled. Direction 31 logic starts with a detection on one channel. This channel shall go into the 32 "pending" state, display "Pnd" on the LCD display, and NOT output a call. When 33 both of the paired channels have detection, the last channel to have detection will 34 output a Call until the detection for the last channel ends, even if the detection ends 35 for the first channel. None of the timing functions of the first channel with a 36 detection shall time (Delay, Extension, Max Presence, and Detector Disconnect) , 37 and the first channel shall always operate in the Presence Mode regardless of 38 programming for the channel. The second channel with a detection shall time all 39 timing functions as programmed. ' 40 41 OPTION 11,AUDIBLE DETECT SIGNAL 42 Each channel's, Audible Detect Signal setting shall be toggled ON or OFF by 43 momentarily pressing either the up or down button. Only one channel can be -44 turned on at a time. Turning this option on for one channel automatically turns it off 45 for the other channel. When this option is enabled (on), an audible signal will be 46 activated whenever the detection zone for the selected channel is occupied. The 47 audible signal indicates actual occupancy of the loop detection zone. Timing and 48 disconnect functions shall have no effect on the audible signal. This option shall be 49 automatically disabled 15 minutes after activation or on loss of power. 50 51 OPTION 12, DETECTOR DISCONNECT 52 Each channel's Detector Disconnect settings shall be toggled ON or OFF and the 53 Extension timer toggled between ON and OFF by momentarily pressing either the 54 up or down button. The Detector Disconnect feature requires that the Phase Green ' 55 Inputs for each channel be connected to the proper controller phase. When the 56 Phase Green Input is not active (high), the detector shall operate normally. When 57 the Phase Green Input is active (low), at the end of each detection the extension 58 timer will start to count down. If this timer reaches zero before the next detection, 59 this channel will no longer output a call until the phase green input is not active. SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 294 Because the extension timer is used as a disconnect timer while in this mode, two I; 2 different disconnect types shall be available: 3 Option 12.1 OFF - Extension timing occurs and the extension timer also serves as III 4 the disconnect timer during phase green. This will cause the Call output to 5 remain in the Call state until disconnect occurs. 6 Option 12.1 ON - Extension timing is disabled and the extension timer is used as 7 the disconnect timer. This will cause the Call output to follow the occupancy 8 of the loop detection zone until disconnect occurs. 9 10 9-29.24 Service Cabinets III, 11 Section 9-29.24 is replaced by the following: 12 13 The signal/street lighting service cabinet shall be as indicated on the contract plans and 14 detail sheets. All electrical conductors, buss bars and conductor terminals shall be copper or 15 brass. The cabinet shall be fabricated from galvanized cold rolled sheet steel, with 12 gauge 16 used for exterior surfaces and 14 gauge for interior panels. Door hinges shall be the 17 continuous concealed piano type and no screws, rivets or bolts shall be visible outside the 18 enclosure. The cabinet door shall be fitted for a Best internal type lock. The cabinet shall II 19 have ventilation louvers on the lower and upper sides complete with screens, filters and 20 have rain tight gaskets. The cabinet door shall have a one piece weather proof neoprene 21 gasket. 22 23 9-29.24(1) Painting 24 Section 9-29.24(1) is replaced with the following: 25 (+.*****) III 26 The finish coat shall be a factory baked on enamel light grey in color. The galvanized 27 surface shall be etched before the baked on enamel is applied. The interior shall be 28 given a finish coat of exterior grade of white metal enamel. 29 III30 Painting shall be done in conformance with the provisions of Section 8-20.3(12). 32 9-29.24(2) Electrical Circuit Breakers and Contactors u� 33 Section 9-29.24(2) is deleted and replaced with the following: 34 (******) 35 The electrical circuit breakers and contactors shall be as indicated on the contract plans 36 and detail sheets. The following equipment shall be featured within the cabinet. 37 1. Main circuit breaker 38 2. Branch circuit breakers 39 3. Utility plug (120 volt-20 Amp rated) G.F.I. Type I 40 4. Light control test switch (120 volt-15 Amp) 41 5. Contactor relay or each circuit III 42 6. Double pole brahch breaker(s) for lighting circuits (240 volt) 43 7. One 120 volt, 20 Amp single pole branch breaker (for utility plugs) Ilb 44 8. Type 3-single phase 120/240 volt grounded neutral service 45 9. One 120 volt 40 Amp single pole branch breaker (signal service) 46 10. Complete provisions for 16 breaker poles 47 11. Name plates phenolic black with white engraving except the main breaker 48 which shall be red with white lettering. All name plates shall be attached by Ila 49 S.S. screws. 50 12. Meter base sections are unnecessary 51 II; 52 9-29.25 Amplifier, Transformer, and Terminal Cabinets DIY 53 Section 9-29.25 is replaced with: 54 (******) 55 The pole mounted terminal box shall be made of molded fiberglass, be grey in color, be r� 56 approximately 16" high x 13-7/8" wide x 5-7/8" deep and have a minimum of 16 terminals on 57 the terminal blocks. The box shall be weather tight, have a single door with continuous 58 hinge on one side and screw hold downs on the door locking side. All hardware will be 59 stainless steel. All mounting hardware shall be stainless steel and shall be incidental to the 60 unit price of terminal box. ' SW 7TH;ST/LIND AVE SW SIGNALIZATION 7TH_LIND 295 om - I 1 1 2 Terminal blocks shall be 600V heavy duty, barrier type. Each terminal shall be separated by 3 a marker strip. The marker strip shall be permanently marked with the circuit number 4 indicated in the Plans. Each connector shall be a screw type with No. 10 post capable of 1 5 accepting no less than 3#12 AWG wires fitted with spade tips. 6 7 Cabinet doors shall be gasketed with a one-piece closed cell neoprene gasket and shall 8 have a stainless steel piano hinge. 9 10 One spare 12 position terminal block shall be installed in each terminal cabinet and amplifier 11 cabinet. ' 12 13 Mounting shall be as noted in the contract. 14 15 Interconnect splice tower cabinets shall be Type F, with nominal dimensions of 22" high x 13" 16 wide x 11" deep and constructed of cast aluminum and fitted with a Best internal lock. 17 I li 1 1 1 1 1 1 t 1 SW 7TH ST/LIND AVE SW SIGNALIZATION 7TH_LIND 298 1 �m 0- APPENDIX A-WAGE RATES CITY OF RENTON II APPENDIX A HOURLY MINIMUM WAGE RATES 1 I� WAIS Document Retrieval .txt WAIS Document Retrieval I� GENERAL DECISION WA020001 0411812003 WA1 Date: April 18, 2003 General Decision Number WA020001 I' superseded General Decision No. WA010001 State: Washington I' Construction Type: DREDGING HEAVY I� HIGHWAY county(ies) : STATEWIDE I� HEAVY AND HIGHWAY AND DREDGING CONSTRUCTION PROJECTS (Excludes D.O.E. Hanford site in Benton and Franklin counties) Modification Number Publication Date 0 03/01/2002 It 1 03/08/2002 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 10 07/19/2002 ' 11 07/26/2002 12 08/09/2002 13 09/06/2002 14 09/27/2002 15 01/03/2003 1 16 01/17/2003 17 01/24/2003 18 01/31/2003 19 02/07/2003 20 03/07/2003 21 04/18/2003 COUNTY(ies) : STATEWIDE CARP0001W 06/01/2002 Rates Fringes COLUMBIA RIVER AREA - ADAMS, BENTON, COLUMBIA, DOUGLAS (EAST OF THE 120TH MERIDIAN) , FERRY, FRANKLIN, GRANT, OKANOGAN (EAST OF THE 120TH MERIDIAN) AND WALLA WALLA COUNTIES CARPENTERS: GROUP 1: 23.58 6.25 1 GROUP 2: 24.69 6.25 GROUP 3: 23.85 6.25 GROUP 4: 23. 58 6.25 GROUP 5: 58.43 6.25 GROUP 6: 27.72 6.25 Page 1 1, 1 WAIS Document Retrieval .txt SPOKANE AREA: ASOTIN, GARFIELD, LINCOLN, PEND OREILLE, SPOKANE, STEVENS AND WHITMAN COUNTIES CARPENTERS: GROUP l: 22.91 6.25 GROUP 2: 24.01 6.25 GROUP 3: 23.17 6.25 GROUP 4: 22.91 6.25 GROUP 5: 56.77 6.25 GROUP 6: 27.00 6.25 CARPENTERS CLASSIFICATIONS ' GROUP l: Carpenter; Burner-welder; Rigger and Signaler; Insulators (all types) , Acoustical , Drywall and Metal studs, Metal Panels and Partitions; Floor Layer, sander, Finisher and ' AStrO Turf; Layout Carpenters; Form Builder; Rough Framer; outside or Inside Finisher, including doors, windows, and jams; Sawfiler; Shingler (wood, composition) solar, Fiberglass, Aluminum or Metal ; Scaffold Erecting and Dismantling; stationary saw-off Bearer; wire, wood and Metal Lather Applicator GROUP 2: Millwright, machine erector GROUP 3: Piledriver - includes driving, pulling, cutting, placing collars, setting, welding, or creosote treated material , ' on all piling GROUP 4: Bridge, dock and wharf carpenters GROUP 5: Divers GROUP 6: Divers Tender DEPTH PAW FOR DIVERS: Each foot over 50-100 feet $1.00 Each foot over 100-175 feet 2.25 Each foot over 175-250 feet 5.50 HAZMAT PROJECTS ' Anyone working on a HAZMAT job (task) , where HAZMAT certification is required, shall be compensated at a premium, in addition to the classification working in as follows: LEVEL D + $.25 per hour - This is the lowest level of protection. ' No respirator is used and skin protection is minimal . LEVEL C + $.50 per hour - This level uses an air purifying respirator or additional protective clothing. LEVEL B + $.75 per hour - uses same respirator protection as Level A. Supplied air line is provided in conjunction with a chemical "splash suit". LEVEL A +$1.00 per hour - This level utilizes a fully encapsulated suit with a self-contained breathing apparatus or a supplied air line. ----------------------------------------------------------------- �' CARP00030 06/01/2002 Rates Fringes SOUTHWEST WASHINGTON: CLARK, COWLITZ, KLICKITAT, I' LEWIS(Piledriver only) , PACIFIC (South of a straight line made by extending the north boundary line of wahkiakum County west to willapa Bay to the Pacific Ocean) , SKAMANIA AND WAHKIAKUM COUNTIES and INCLUDES THE ENTIRE PENINSULA WEST OF WILLAPA BAY I' Page 2 WAIS Document Retrieval .txt SEE ZONE DESCRIPTION FOR CITIES BASE POINTS ZONE 1: i CARPENTERS; ACOUSTICAL 27.37 8.80 DRYWALL 27.37 , 8.80 I� FLOOR LAYERS & FLOOR FINISHERS (the laying of= all hardwood floors nailed and mastic set, parquet and wood-type tiles, and block floors, the sanding and finishing of floors, the preparation of old and new floors when the materials mentioned above are to be installed) ; INSULATORS e� (fiberglass and similar irritating materi s 27.52 8.80 MILLWRIGHTS 27.87 8.80 PILEDRIVERS 27.87 8.80 DIVERS 65.05 8.80 DIVERS TENDERS 29.91 8.80 DEPTH PAY 50 TO 100 FEET $1.00 PER FOOT OVER 50 FEET 100 TO 150 FEET 1.50 PER FOOT OVER 100 FEET 150 TO 200 FEET 2.00 PER FOOT OVER 150 FEET 1t zone Differential (Add up zone 1 rates) : zone 2 - $0.85 zone 3 - 1.25 1� zone 4 - 1.70 zone 5 - 2.00 zone 6 - 3.00 BASEPOINTS: ASTORIA, LONGVIEW, PORTLAND, THE DALLES, AND VANCOUVER, (NOTE: All dispatches for Washington State counties: Cowlitz, Wahkiakum and Pacific shall be from Lon view Local #1707 and mileage shall be computed from that po i ZONE 1: Projects located within 30 miles of the respective city hall of the above mentioned cities ZONE 2: Projects located more than 30 miles and less than 40 miles of the respective city of the above mentioned +� cities ZONE 3: Projects located more than 40 miles and less than 50 miles of the respective city of the above mentioned cities ZONE 4: Projects located more than 50 miles and less than 60 miles of the respective city of the above mentioned cities. ZONE 5: Projects located more than 60 miles and less than 70 I� miles of the respective city of the above mentioned cities ZONE 6: Projects located more than 70 miles of the respected city of the above mentioned cities 1E -------------------------------------------------------------- CARP0770D 06/01/2002 Rates Fringes WESTERN WASHINGTON: CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS (excludes piledrivers only) , MASON, PACIFIC (North of a straight line made by extending the north boundary line o1= wahkiakum County west to the Pacific ocean) , I� PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM Page 3 �II WAIS Document Retrieval .txt COUNTIES CARPENTERS AND DRYWALL APPLICATORS 27.95 8.05 CARPENTERS ON CREOSOTE MATERIAL 28.05 8.05 INSULATION APPLICATORS 25. 50 8.05 SAWFILERS, STATIONARY POWER SAW OPERATORS, FLOOR FINISHER, FLOOR LAYER, SHINGLER, FLOOR SANDER OPERATOR AND OPERATORS OF OTHER STATIONARY WOOD WORKING TOOLS 28.08 8.05 MILLWRIGHT AND MACHINE ERECTORS 28.95 8.05 ACOUSTICAL WOKRERS 28.11 8.05 PILEDRIVER, DRIVING, PULLING, CUTTING, PLACING COLLARS, SETTING, WELDING OR CRESOTE TREATED MATERIAL, ALL PILING 28.15 8.05 PILEDRIVER, BRIDGE, DOCK & WHARF CARPENTERS 27.95 8.05 DIVERS 68.97 8.05 DIVERS TENDER 30.68 8.05 (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - ALL CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS Hourly Zone Pay shall be paid on jobs located outside of the free zone computed from the city center of the following listed cities: Seattle Olympia Bellingham Auburn Bremerton Anacortes Renton Shelton Yakima Aberdeen-Hoquiam Tacoma Wenatchee Ellensburg Everett Port Angeles Centralia Mount Vernon Sunnyside Chelan Pt. Townsend Zone Pay 0 -25 radius miles Free 25-35 radius miles $1.00/hour 35-45 radius miles $1.15/hour 45-55 radius miles $1.35/hour over 55 radius miles $1.55/hour (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - MILLWRIGHT AND PILEDRIVER ONLY) Hourly zone Pay shall be computed from Seattle Union Hall , Tacoma City center, and Everett City center Zone Pay 0 -25 radius miles Free 25-45 radius miles $ .70/hour over 45 radius miles $1.50/hour CENTRAL WASHINGTON: CHELAN, DOUGLAS (WEST OF THE 120TH MERIDIAN) , KITTITAS, OKANOGAN (WEST OF THE 120TH MERIDIAN) AND YAKIMA COUNTIES CARPENTERS AND DRYWALL APPLICATORS 20.72 7.82 CARPENTERS ON CREOSOTED MATERIAL 20.82 7.82 INSULATION APPLICATORS 20.72 7.82 SAWFILERS, STATIONARY POWER S37 OPERATORS, FLOOR FINISHER, Page 4 1 WAIS Document Retrieval .txt FLOOR LAYER, SHINGLERS, FLOOR SANDER OPERATORS 20.85 7.82 MILLWRIGHT AND MACHINE ERECTORS 28.95 7.82 PILEDRIVER, DRIVING, PULLING, CUTTING, PLACING COLLARS, SETTING, WELDING OR CRESOTE TREATED MATERIAL, ALL PILING 28.15 7.82 PILEDRIVER, BRIDGE DOCK AND WHARF CARPENTERS 27.95 7.82 DIVERS 68.97 8.05 DIVERS TENDER -------------------------30_68-----------8_05- 1 ELEc0046A 12/30/2002 Rates Fringes CALLAM, JEFFERSON, KING AND KITSAP COUNTIES ELECTRICIANS 34.25 3%+9.55 CABLE-SPLICERS ------------------------37_68-----------3%+9.55 ELEc0048c 01/01/2003 Rates Fringes CLARK, KLICKITAT AND SKAMANIA COUNTIES ELECTRICIANS 31.00 3%+11.83 CABLE SPLICERS ------------------------31_25----------3%+11.83 ----- -------- -------- �� * ELECO073A 01/01/2003 Rates Fringes ADAMS, FERRY, LINCOLN, PEND OREILLE, SPOKANE, STEVENS, WHITMAN COUNTIES ELECTRICIANS CABLE SPLICERS 24.47 3%+10.63 ---------------------------------------------------------------- ELE00076B 07/01/2002 Rates Fringes GRAYS HARBOR, LEWIS, MASON, PACIFIC, PIERCE, AND THURSTON COUNTIES ELECTRICIANS 29.78 3%+11.01 CABLE SPLICERS 32.76 3%+11.01 ---------------------------------------------------------------- �f ELECO077C 02/01/2003 Rates Fringes LINE CONSTRUCTION: CABLE SPLICERS 37.95 3.875%+7.45 LINEMEN, POLE SPRAYERS, HEAVY LINE EQUIPMENT MAN 33.88 3.875%+7.45 LINE EQUIPMENT MEN 29.14 3.875%+5.70 POWDERMEN, JACKHAMMERMEN 25.41 3.875%+5.70 GROUNDMEN 23.72 3.875%+5.70 TREE TRIMMER 23.81 3.875%+5.70 ---------------------------------------------------------------- �1 ELECO112E 06/01/2002 Rates Fringes ASOTIN, BENTON, COLUMBIA, FRANKLIN, GARFIELD, KITTITAS, WALLA WALLA, YAKIMA COUNTIES Page 5 WAIS Document Retrieval .txt rll� ELECTRICIANS 28.75 309.63 1 CABLE SPLICERS- ------- ELECO191C 08/31/2002 Rates Fringes ISLAND, SAN JUAN, SNOHOMISH, SKAGIT AND WHATCOM COUNTIES 101 ELECTRICIANS 30.66 309.33 CABLE SPLICERS 33.72 309.33 ---------------------------------------------------------------- ELECO191D 1210112002 Rates Fringes CHELAN, DOUGLAS, GRANT AND OKANOGAN COUNTIES +�II ELECTRICIANS 26.66 309.28 CABLE SPLICERS 29.33 309.28 ---------------•------------------------------------------------- 11II ELEC0970A 01/01/2003 Rates Fringes COWLITZ AND WAHKIAKUM COUNTIES ELECTRICIANS 28.55 309.25 CABLE SPLICERS 31.41 309.25 --------------------------------------------------- ------------ ENG10302E 06/01/2002 Rates Fringes CHELAN (WEST OF THE 120TH MERIDIAN) , CLALLAM, DOUGLAS (WEST OF r THE 1201H MERIDIAN) , GRAYS HARBOR, ISLAND, JEFFERSON, KING, 1II[ KITSAP, SAN JUAN, SN SKAAGIT, OHOMISSHH,,NWOHATCOME AND OYAKIMAI(WEST MOFI N) � THE 120TH MERIDIAN) COUNTIES 101 PROJECTS CATEGORY A PROJECTS (excludes Category B projects, as show below) POWER EQUIPMENT OPERATORS: zone 1 (0-25 radius miles) : GROUP 1AAA 31.14 8.40 GROUP 1AA 30.64 8.40 GROUP lA 30.14 8.40 GROUP 1 29.64 8.40 GROUP 2 29.20 8.40 GROUP 3 28.84 8.40 GROUP 4 26.74 8.40 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 �IIN BASEPOINTS: Bellingham, Mount Vernon, Kent, Port Angeles, Port Townsend, Aberdeen, Shelton, Bremerton, Wenatchee, Yakima, Seattle, Everett �II POWER EQUIPMENT OPERATORS CLASSIFICATIONS u GROUP 1AAA - Cranes-over 300 tons or 300 ft. of boom (including Job with attachments) Page 6 111 iur II��1 IIII IWAIS Document Retrieval .txt GROUP IAA - cranes - 200 tons to 300 tons or 250 ft. of boom 1111 (including jib and attachments) ; Tower crane over 175 ft. in height, base to boom Q�I GROUP 1-A - 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, IIII' 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 IIII 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 including 8 yards; Mucking machine, mole, tunnel , drill and/or IIII shield; Quad 9, HD 41, d-10; Remote control operator on rubber tired earth moving equipment; Rollagon; Scrapers-self-propelled- 45 yards and over; slip form pavers; Transporters, all track or truck type IIII GROUP 2 - Barrier machine (zipper) ; Barch Plant opeator- concrete; Bump cutter; Cranes-20 tons thru 44 tons with attachments; Cranes-overheads, bridge type-20 tons through 44 tons; Chipper; Concrete pump-truck mount with boom attachment; IIII Crusher; Deck Engineer/Deck winches (power) ; Drilling machine; Excavator, shovel backhoe-3 yards and under; Finishing machine Bidwell , Gamaco and similar equipment; Guardrail punch; IIII 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 dump, articulating off-road equipment-under 45 yards; Subgrader trimmer; Tractors, backhoes-over 75 hp; Transfer material service lll� machine-shuttle buggy, blow knox, roadtec; Truck crane oiler/driver-100 tons and over; Truck mount portable conveyor;Yo Yo Pay Dozer GROUP 3 - Conveyors; Cranes-thru 19 tons with attachments; Cranes-A-frame over 10 tons; Drill oilers-auger tyyppe, 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 III elevators; Hydralifts/boom truck-over 10 tons; Loader-elevating II type belt; Motor Patrol Grader-non-finishing; Plant oiler- asphalt, crusher; Pumps-concrete; Roller, plant mix or multi-lift I materials; saws-concrete; Scrapers-concrete and carryall ; service JIII engineers-equipment; Trenching machines; Truck crane oiler/ driver-under 100 tons Tractors, backhoes-under 75 hp GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor; IIII 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 IIII distributors, blower distribution and mulch seeding operator; Pavement breaker; Post Hole Digger-mechanical ; Power Plant; Pumps-water; Rigger and Bellman; Roller-other than plant IIII mix; wheel Tractors, farmall type; Shot crete/gunite equipment Page 7 111 I'll' W AIS Document Retrieval .txt operator ' - he basic hourly rate for each CATEGORY B PROJECTS 95% of t y group plus full fringe benefits applicable to Category A projects shall apply to the following projects. Reduced rates may be paid on the following: 1. Projects involving work on structures such as buildings and structures whose total value is less than $1.5 million excluding mechanical , electrical , and utility portions of the contract. 2. Projects of less than $1 million where no building is involved. Surfacing and paving included, but utilities excluded. 3. Marine projects (docks, wharfs, etc.) less than $150,000. WORK PERFORMED ON HYDRAULIC DREDGES: Total Project Cost $300,000 and over GROUP 1 28.38 8.40 'I GROUP 2 28.48 8.40 GROUP 3 28.82 8.40 GROUP 4 28.87 8.40 GROUP 5 30.26 8.40 t GROUP 6 28.38 8.40 ` GROUP 1: Assistant Mate (Deckhand) GROUP 2: Oiler GROUP 3: Assistant Engineer (Electric, Diesel , Steam or Booster Pump) ; Mates and Boatmen GROUP 4: Craneman, Engineer Welder GROUP 5: Leverman, Hydraulic GROUP 6: Maintenance Total Project cost under $300,000 GROUP 1 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 tl GROUP 3: Assistant Engineer (Electric, Diesel , Steam, or Booster Pump) ; Mates and Boatmen GROUP 4: Craneman, Engineer Welder GROUP 5: Leverman, Hydraulic �I GROUP 6: Maintenance HEAVY WAGE RATES (CATEGORY A) APPLIES TO CLAM SHELL DREDGE, HOE AND DIPPER, SHOVELS AND SHOVEL ATTACHMENTS, CRANES AND 1� BULLDOZERS. HANDLING OF HAZAARDOUS WASTE MATERIALS: Personnel in all craft 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 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. t Page 8 �6 I�NI WAIS Document Retrieval .txt ----------------------------------------------------------------- �I ENG10370C 06/01/2002 Rates Fringes ADAMS, ASOTIN, BENTON, CHELAN (EAST OF THE 120TH MERIDIAN) , Qr COLUMBIA, DOUGLAS (EAST OF THE 120TH MERIDIAN) , FERRY, FRANKLIN, JN.I GARFIELD, GRANT, LINCOLN, OKANOGAN (EAST OF THE 120TH MERIDIAN) , PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA (EAST OF THE 121DTH MERIDIAN) COUNTIES ZONE 1: POWER EQUIPMENT OPERATORS: i GROUP lA 20.94 6.52 ` GROUP 1 21.49 6.52 GROUP 2 21.81 6.52 GROUP 3 22.42 6.52 GROUP 4 22.58 6.52 GROUP 5 22.74 6.52 GROUP 6 23.02 6.52 GROUP 7 23.29 6.52 GROUP 8 24.39 6. 52 ZONE DIFFERENTIAL (Add to Zone 1 rate) : ;zone 2 - $2.00 Zone 1: within 45 mile radius of Spokane, Moses Lake, Pasco, Washington; Lewiston, Idaho zone 2: outside 45 mile radius of Spokane, Moses Lake, Pasco, Washington; Lewiston, Idaho POWER EQUIPMENT OPERATORS CLASSIFICATIONS IFGROUP 1-A: Boat Operator; Crush Feeder; oiler; Steam Cleaner GROUP 1: Bit Grinders; Bolt Threading Machine; Compressors (under 2000 CFM, gas, diesel , or electric power) ; Deck Hand; Drillers Helper (Assist driller in making drill rod connections, service drill engine and air compressor, repair drill rig and drill tools, drive drill support truck to and on the job site, remove drill cuttings from around bore hole and inspect drill rig while in operation) ; Fireman & Heater Tender; Grade Checker; Hydro-seeder, Mulcher, Nozzleman; oiler Driver, & Cable Tender, Mucking Machine; Pumpman; Rollers, all types on subgrade, including seal and chip coatings (farm type, Case, John Deere & similar, or Compacting vibrator) , except when pulled by Dozer with operable blade; welding Machine GROUP 2: A-frame Truck (single drum) ; Assistant Refrigeration Plant (under 1000 ton) ; Assistant Plant Operator, Fireman or Pugmixer (asphalt) ; Bagley or stationary Scraper; Belt Finishing Machine; Blower operator (cement) ; Cement Hog; Compressor (2000 CFM or over, 2 or more, gas diesel or electric power) ; Concrete saw (multiple cut) ; Distributor Leverman; Ditch witch or similar; Elevator Hoisting Materials; Dope Pots (power agitated) ; Fork Lift or Lumber stacker, hydra-lift & similar; Gin Trucks (pipeline) ; Hoist, single drum; Loaders (bucket elevators and conveyors) ; Longitudinal Float; Mixer (portable-concrete) ; �I Pavement Breaker, Hydra-Hammer & similar; Power Broom; Railroad Ballast Regulation Operator (self-propelled) ; Railroad Power Tamper Operator (self-propelled) ; Railroad Tamper Jack operator (self-propelled; Spray curin Machine (concrete) ; spreader Box (self-propelled) ; straddle Buggy (Ross & similar Page 9 I� I� �I WAIS Document Retrieval .txt on construction job onlyy) ; Tractor (Farm type R/T with attachment, except Backhoe) ; Tugger Operator ` GROUP 3: A-frame Truck (2 or more drums) ; Assistant Refrigeration Plant & chiller operator (over 1000 ton) ; Backfillers (Cleveland & similar) ; Batch Plant & wet Mix Operator, single unit (concrete) ; Belt-Crete Conveyors with power pack or similar; Belt Loader (Kocal or similar) ; Bending Machine; Bob Cat; Boring Machine (earth) ; Boring Machine (rock under 8" bit) (Quarry Master, Toy or similar) ; Bump Cutter (Wayne, saginau or similar) ; Canal Lining Machine (concrete) ; Chipper (without crane) ; Cleaning & Doping Machine (pi eline) ; Deck En ineer; Elevating Belt-type Loader (Euclid, Barber Green & similar; Elevating Grader-type Loader (Dumor, Adams or similar) ; �Il Generator Plant Engineers (diesel or electric) ; Gunnite Combination Mixer & CompPressor; Locomotive Engineer; Mixermobile; Mucking Machine; Posthole Auger or Punch; Pump (grout or jet) ; soil stabilizer (P & H or similar); Spreader Machine; Tractor (to I� D-6 or equivalent) and Traxcavator; Traverse Finish Machine; Turnhead operator GROUP 4: Concrete Pumps (squeeze-crete, flow-crete, pump- Crete, Whitman & similar) ; curb Extruder (asphalt or concrete) ; Drills (churn, core, calyx or diamond)(operate drilling machine, drive or transport drill rig to and on Job site and weld well casing) ; Equipment serviceman; Greaser & oiler; Hoist (2 or more drums or Tower Hoist) ; Loaders (overhead & front-end, under 4 yds. R/T); Refrigeration Plant Engineer (under 1000 ton) ; Rubber-tired skidders (R/T with or without II attachments) ; surface Heater & Plant Machine; Trenching Machines (under 7 ft. depth capacity) ; Turnhead (with re-screening) ; 1 vacuum Drill (reverse circulation drill under 8" bit) GROUP 5: Backhoe (under 45,000 gw) ; Backhoe & Hoe Ram (under 3/4 y� yd.) ; Carrydeck & Boom Truck (under 25 tons) ; Cranes (25 tons & under) , all attachments including clamshell , dragline; Derricks & Stifflegs (under 65 tons) ; Drilling Equipment(8" bit & over) (Robbins, reverse circulation & similar)(operates drilling machine, drive or transport drill rig to and on job site and weld well casing) ; Hoe Ram; Piledriving En ineers; Paving (dual drum) ; Railroad Track Liner operaotr (self-propelled) ; Refrigeration Plant Engineer (1000 tons & over) ; Signalman (whirleys, Highline Hammerheads or similar) GROUP 6: Asphalt Plant operator; Automatic subgrader (Ditches & Trimmers)(AUtograde, ABC, R.A. Hansen & similar on grade wire) ; Backhoe (45,000 gw and over to 110,000 gw) ; Backhoes & Hoe Ram (3/4 yd. to 3 yd.) ; Batch Plant (over 4 units) ; Batch & wet Mix Operator (multiple units, 2 & incl . 4) ; Blade operator (motor patrol & attachments, Athey & Huber) ; Boom Cats (side) ; l Cable Controller (dispatcher) ; Clamshell operator (under 3 yds.) ; Compactor (self-propelled with blade) ; Concrete Pump Boom Truck; Concrete Sli Form Paver; Cranes (over 25 tons, to and including 45 tons, all attachments including clamshell , dragline; Crusher, Grizzle & Screening Plant Operator; Dozer, 834 R/T & similar; Draglines (under 3 yds.) ; Drill Doctor, H.D. Mechanic; H.D. welder; Loader operator (front-end & overhead, 4 yds. incl . 8 yds.) ; Multiple Dozer units with single blade; Paving Machine (asphalt and concrete) ; Quad-Track or similar equipment; Rollerman (finishing asphalt pavement) ; Roto Mill (pavement ggrinder) ; scrapers, all , rubber-tired; screed I ` operator; shove (under 3 yds.); Tractors (D-6 & equilvalent & Page 10 i" ICI I WAIS Document Retrieval .txt over) ; Trenching Machines (7 ft. depth & over) ; Tug Boat operator Vactor guzzler, super sucker GROUP 7: Backhoe (over 110,000 gw) ; Backhoes & Hoe Ram (3 yds & over) ; Blade (finish & bluetop) Automatic, CMI, ABC, Finish Athey & Huber & similar when used as automatic; Cableway operators; Concrete cleaning/Decontamination machine operator; Cranes (over 45 tons to but not including 85 tons) , all attachments including clamshell and dragine; Derricks & stiffleys (65 .tons & over) ; Elevating Belt (Holland type) ; Heavy equipment robotics operator; Loader (360 degrees revolving Koehring Scooper or similar) ; Loaders (overhead & front-end, over 8 yds. to 10 yds.) ; Rubber-tired Scrapers (multiple engine with three or more scrapers) ; Shovels (3 yds. & over) ; whirleys & Hammerheads, ALL GROUP 8: Cranes (85 tons and over, and all climbing, overhead, rail and tower) , all attachments including clamshell , dragline; Loaders (overhead and front-end, 10 yards and over) ; Helicopter Pilot BOOM PAY: (All Cranes, Including Tower) 180' to 250' $ .30 over scale Over 250' S .60 over scale NOTE: In computing the length of the boom on Tower Cranes, they shall be measured from the base of the Tower to the point of the boom. HAZMAT: Anyone working on HAZMAT jobs, working with supplied air shall receive $1.00 an hour above classification. ---------------------------------------------------------------- ENG10370G 06/01/2002 Rates Fringes ADAMS ASOTIN BENTON CHELAN EAST OF THE 120TH MERIDIAN) , COLUMBIA, DOUGLAS (EAST OF THE 120TH MERIDIAN) , FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN (EAST OF THE 120TH MERIDIAN) , PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA (EAST OF THE 120TH MERIDIAN) COUNTIES WORK PERFORMED ON HYDRAULIC DREDGES GROUP 1: 24.73 6.27 GROUP 2: 25.10 6.27 GROUP 3: 25.13 6.27 GROUP 4: 25.52 6.27 GROUP 5: 24.73 6.27 GROUP 1: Assistant Mate (Deckhand) and Oiler GROUP 2: Assistant Engineer (Electric, Diesel , Steam, or Booster Pump) ; Mates and Boatmen GROUP 3: Engineer welder GROUP 4: Leverman, Hydraulic GROUP 5: Maintenance HEAVY WAGE RATES APPLIES TO CLAM SHELL DREDGE, HOE AND DIPPER, SHOVELS AND SHOVEL ATTACHMENTS, CRANES AND BULLDOZERS. I� ---------------------------------------------------------------- ENG10612A 06/01/2002 Rates Fringes LEWIS, PIERCE, PACIFIC (THAT PORTION WHICH LIES NORTH OF A Page 11 I II WAIS Document Retrieval .txt PARALLEL LINE EXTENDED WEST FROM THE NORTHERN BOUNDARY OF WAHKAIKUM COUNTY TO THE SEA IN THE STATE OF WASHINGTON) AND THURSTON COUNTIES PROJECTS: CATEGORY A PROJECTS (excludes Category B projects, as shown below) POWER EQUIPMENT OPERATORS: ZONE 1 (0-25 radius miles) : GROUP lAAA 31.14 8.40 GROUP 1AA 30.64 8.40 GROUP lA 30.14 8.40 GROUP 1 29.64 8.40 GROUP 2 29.20 8.40 GROUP 3 28.94 8.40 GROUP 4 26.74 8.40 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 I BASEPOINTS: 'Tacoma, Olympia, and Centralia POWER EQUIPMENT OPERATORS CLASSIFICATIONS I GROUP 1AAA - Cranes-300 tons, or 300 ft of boom (including jib with attachments) GROUP 1AA - Cranes 200 tons to 300 tons, or 250 ft of boom (including jib With attachments) ; Tower crane over 175 ft in height, base to boom GROUP lA - Crane 100 tons thru 199 tons, or 150 of boom (including jib with attachments) ; crane-overhead, bridge type, 100 tons and over; shovel , excavator, backhoes-6 yds and over with attachments GROUP 1 - Cableways; Cranes-45 tons thru 99 tons, under 150 ft of boom (including jib with attachments) ; Crane-overhead, bridge type - 45 tons thru 99 tons; Excavator, shovel , backhoes over 3 yards and under 6 yards; hard tail end dump articulating off-road equipment 45 yards and over; loader-overhead 6 yards to, but not including 8 yards; Mucking machine, mole, tunnel , drill and/or shield; Quad 9, HD 41, D-10; Remote control operator on rubber tired earth moving equipment; Rollagon; Scrapers-self- propelled-45 yds and over; slipform pavers; Transporters-all track or truck type GROUP 2 - Barrier machine (zipper) ; Batch Plant Operator- concrete; Bump cutter; Cranes-20 tons through 44 tons with attachments; Crane-overhead, bridge type-20 tons thru 44 tons; Chipper, Concrete Pump-truck mounted with boom attachment; Crushers; Deck Engineer/Deck winches (power) ; Drilling machine; Excavator, shovel , backhoe-3yards and under; Finishing machine, i Bidwell , Gamaco and similar equipment; Guardrail punch; Horizontal/directional drill operator; Loaders, overhead under 6 yds. ; Loaders, plant feed; Locomotive-all ; Mechanics-all ; Mixers, asphalt plant; Motor patrol graders-finishing; Piledriver I' (other than crane mount) ; Roto-mill , roto grinder; screedman, spreader, topside operator-Blaw Knox, Cedar Rapids, Jaeger, Caterpillar, Barbar Green; Scraper-self propelled, hard tail end dump, articulating off-road equipment under 45 yds. ; Subgrader I� trimmer; Tractors, backhoes over 75 hp. ; Transfer material Page 12 'I N�I WAIS Document Retrieval .txt service machine--shuttle buggy, Blaw Knox-Roadtec; Truck crane I� oiler/driver-100 tons and over, Truck Mount Portable Conveyor; Yo Yo Pay dozer. GROUP 3 - Conveyors; Cranes-thru 19 tons with attachments; 1' Cranes-A-frame over 10 tons; Drill oilers-Auger type, truck or crane mount; D0zers-D-9 and under; Forklifts-3000 lbs. and over with attachments; Horizontal/directional drill locator; outside hoists—(elevators and manlifts) , air tuggers, strato I� tower bucket elevators; Hydralifts/Boom Trucks-over 10 tons; Loaders-elevating type, belt; Motor patrol grader-nonfinishing; Plant oiler-Asphalt, crusher; Pumps, Concrete; Roller, plant mix or multi-lift materials; saws-concrete; Scrapers-Concrete and carry all ; Trenchingg machines; Truck crane oiler/Driver-under 100 tons; Tractor, backhoe-under 75 hp GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor; Concrete Finish Machine-laser screed; Crane-A-Frame, 10 tons and under; Elevator and manlift-permanent and shaft type; Forklifts-under 3000 lbs. with attachments; Gradechecker, stakehop; Hydra:lifts, boom trucks, 10 tons and under; oil distributors, blower distribution and mulch seeding operator; Pavement breaker; Posthole Digger-mechanical ; Power plant; Pumps-water; Roller-other than Plant Mix; wheel Tractors, Farmall type; shotcrete,/Gunite Equipment Operator CATEGORY B PROJECTS - 95% of the basic hourly rate for each group plus full fringe benefits applicable to Category A projects shall apply to -the following projects: Reduced rates may be paid on the following: 1. Projects involving work on structures such as buildings and structures whose total value is less than $1.5 million II� excluding mechanical , electrical , and utility portions of the contract. 2. Projects of less than $1 million where no building is involved. surfacing and paving included, but utilities excluded. 3. Marine projects (docts, wharfs, etc.) less than $150,000 INIWORK PERFORMED ON HYDRAULIC DREDGES: Total Project cost $300,000 and over GROUP 1 28.38 8.40 GROUP 2 28.48 8.40 GROUP 3 28.82 8.40 GROUP 4 28.87 8.40 �I GROUP 5 30.26 8.40 GROUP 6 28.38 8.40 GROUP 1: Assistant Mate (Deckhand) GROUP 2: oiler GROUP 3: Assistant Engineer (Electric, Diesel , Steam or Booster Pump) ; Mates and Boatmen GROUP 4: Craneman, Engineer Welder II GROUP S: Leverman, Hydraulic 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 1:11 GROUP 6 26.96 8.40 Page 13 Il li�l �II WAIS Document Retrieval .txt �II GROUP 1: Assistant Mate (Deckhand) GROUP 2: Oiler GROUP 3: Assistant Engineer (Electric, Diesel , Steam or Booster Pump) ; Mates and Boatmen I,II, GROUP 4: Craneman, Engineer Welder NN GROUP 5: Leverman, Hydraulic GROUP 6: Maintenance HEAVY WAGE RATES APPLIES TO CLAM SHEEL DREDGE, HOE AND DIPPER, �If SHOVELS AND SHOVEL ATTACHMENTS, CRANES AND BULLDOZERS f HANDLING OF HAZARDOUS WASTE MATERIALS H-1 - when not outfitted with protective clothing of level D equipment - Base wage rate H-2 - Class ' C" Suit - Base wage rate + $.25 per hour I� H-3 - Class "B" Suit - Base wage rate + $.50 per hour H-4 - Class "A" Suit - Base wage rate +$.75 per hour ---------------------------------------------------------------- �� ENG10701D 01/01/2003 Rates Fringes CLARK, COWLITZ, KLICKKITAT, PACIFIC (SOUTH) , SKAMANIA, AND I� WAHKIAKUM COUNTIES POWER EQUIPMENT OPERATORS (See Footnote A) ZONE 1: GROUP 1 29.30 8.95 GROUP lA 30.77 8.95 GROUP 1B 32.23 8.95 GROUP 2 28.07 8.95 GROUP 3 27.31 8.95 GROUP 4 26.79 8.95 GROUP 5 26.19 8.95 GROUP 6 23.84 8.95 Q� Zone Differential (add to Zone 1 rates) : JJ zone 2 - $1.50 zone 3 - 3.00 For the following metropolitan counties: MULTNOMAH; CLACKAMAS; MARION; WASHINGTON; YAMHILL; AND COLUMBIA; CLARK; AND COWLITZ COUNTY, WASHINGTON WITH MODIFICATIONS AS INDICATED: All jobs or projects located in Multnomah, Clackamas and Marion Counties, West of the western boundary of Mt. Hood National Forest and west of Mile Post 30 on Interstate 84 and west of Mile Post 30 on State Highway 26 and west of Mile Post 30 on Highway 22 and all jobs or projects located in Yamhill County, Washington County and Columbia County and all jobs or porjects located in Clark & Cowlitz County, Washington except that portion of Cowlitz County in the Mt. St. Helens "Blast zone" shall receive Zone I IHpay for all classifications. All ' or projects located in the area outside the identified boundary above, but less than 50 miles from the Portland City Hall shall receive zone II pay for all classifications. All jobs or projects located more than 50 miles from the Portland City Hall , but outside the identified border above, shall receive i� zone III pay for all classifications. J Page 14 I I WAIS Document Retrieval .txt For the following cities: ALBANY; BEND; COOS BAY; EUGENE; GRANTS PASS; KLAMATH FALLS; MEDFORD; ROSEBURG All jobs or projects located within 30 miles of the respective II city hall of the above mentioned cities shall receive zone I pay for all classifications. All jobs or Projects located more than 30 miles and less than 50 miles from the respective city hall of the above mentioned cities shall receive zone II pay for all classifications. All jobs or projects located more than 50 miles from the respective city hall of the above mentioned cities shall receive zone III pay for all classifications. POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1: CONCRETE: Batch Plant and/or Wet Mix operator, three units or more; CRANE: Helicopter operator, when used in erecting work; whirley operator, 90 ton and over; LATTICE BOOM CRANE: operator 200 tons through 299 tons, and/or over 200 feet boom; ' HYDRAULIC CRANE: Hydraulic Crane operator 90 tons through 199 tons with luffing or tower attachments; FLOATING EQUIPMENT: Floating Crane, 150 ton but less than 250 ton GROUP 1A: HYDRAULIC CRANE: Hydraulic operator, 200 tons and over (with luffing or tower attac ment) ; LATTICE BOOM CRANE: operator, 200 tons through 299 tons, with over 200 feet boom; FLOATING EQUIPMENT: Floating Crane 250 ton and over GROUP 1B: LATTICE BOOM CRANE: operator, 300 tons through 399 tons with over 200 feet boom; operator 400 tons and over; FLOATING EQUIPMENT: Floating Crane 350 ton and over GROUP 2: ASPHALT: Asphalt Plant operator (any type) ; Roto Mill , pavement profiler, operator, 6 foot lateral cut and over; BLADE: Auto Grader or "Trimmer" (Grade Checker required); Blade operator, Robotic; BULLDOZERS: Bulldozer operator over 120,000 lbs and above; Bulldozer operator, twin engine; Bulldozer operator,tandem, quadnine, D10, D11, and similar type; Bulldozere Robotic Equipment (any type; CONCRETE: Batch Plant and/or wet Mix operator, one and two drum; Automatic concrete Slip Form Paver operator; Concrete Canal Line operator; Concrete Profiler, Diamond Head; CRANE: Cableway operator, 25 tons and over; HYDRAULIC CRANE: Hydraulic crane operator 90 tons through 199 tons (with luffing or tower attachment) ; TOWER/WHIRLEY OPERATOR: Tower Crane Operator; whirley operator, under 90 tons; LATTICE BOOM CRANE: 90 through 199 tons and/or 150 to 200 feet boom; CRUSHER: Crusher Plant Operator; FLOATING EQUIPMENT: Floating Clamshell , etc.operator, 3 cu. yds. and over; Floating Crane (derrick barge) operator, 30 tons but less than 150 tons; LOADERS: Loader operator, 120,000 lbs. and above; REMOTE CONTROL: Remote controlled earth-moving equipment; RUBBER-TIRED SCRAPERS: Rubber- tired scraper operator, with tandem scrapers, multi-engine; SHOVEL, DRAGLINE, CLAMSHELL, SKOOPER OPERATOR: Shovel , Dragline, Clamshell , operator 5 cu. yds and over; TRENCHING MACHINE: wheel Excavator, under 750 cu. yds. per hour (Grade oiler required) ; Canal Trimmer (Grade oiler required) ; wheel Excavator, over 750 cu. yds. per hour; Band wagon (in conjunction with wheel excavator) ; UNDERWATER EQUIPMENT: Underwater Equipment Operator, Page 15 II III IIIWAIS Document Retrieval .txt remote or otherwise; HYDRAULIC HOES-EXCAVATOR: Excavator over 130,000 lbs. GROUP 3: BULLDOZERS: Bulldozer operator, over 70,000 lbs. up to and including 120,000 lbs. ; HYDRAULIC CRANE: Hydraulic crane operator, 50 toms through 89 tons (with luffing or tower attachment) ; LATTICE BOOM CRANES: Lattice Boom Crane-50 through 89 tons (and less than 150 feet boom) ; FORKLIFT: Rock Hound Operator; HYDRAULIC HOES-EXCAVATOR: excavator over 80,000 lbs. through 130,000 lbs. ; LOADERS: Loader operator 60,000 and less than 120,000; RUBBER-TIRED SCRAPERS: Scraper Operator, with tandem scrapers; Self-loading, paddle wheel , auger type, finish and/or 2 or more units; SHOVEL, DRAGLINE, CLAMSHELL,SKOOPER OPERATOR: Shovel , Dragline, Clamshell operators 3 cu. yds. but less than 5 cu yds. GROUP 4: ASPHALT: Screed operator; Asphalt Paver operator (screeman required) ; BLADE: Blade operator; Blade operator, finish; Blade operator, externally controlled by electronic, mechanical hydraulic means; Blade operator, multi-engine; ' BULLDOZERS: Bulldozer Operator over 20,000 lbs and more than 100 horse rap to 70,000 lbs; Drill cat operator; side-boom Operator; cable-Plow Operator (any type) ; CLEARING: Log Skidders; chippers; Incinerator; stump splitter (loader mounted or similar type; Stump Grander (loader mounted or similar type; Tub Grinder; Land Clearing Machine (Track mounted forestry mowing & grinding machine) ; Hydro Axe (loader mounted or similar type) ; COMPACTORS SELF-PROPELLED: Compactor Operator, with blade; I� Compactor Operator, multi-engine; Compactor Operator, robotic; CONCRETE: Mixer Mobile operator; Screed Operator; Concrete Cooling Machine Operator; Concrete Paving Road Mixer; Concrete Breaker; Reinforced Tank Banding Machine (K-17 or similar types) ; Laser Screed; CRANE: Chicago boom and similar types; Lift Slab Machine Operator; Boom type lifting device, 5 ton capacity or less; Hoist operator, two (2) drum; Hoist operator, three (3) or more drums; Derrick operator, under 100 ton; Hoist operator, stiff leg, guy derrick or similar type, 50 ton and over; cableway Operator up to twenty (25) ton; Bridge Crane Operator, Locomotive, Gantry, overhead; Cherry Picker or similar type crane; Carry Deck Operator; Hydraulic Crane Operator, under 50 tons; LATTICE BOOM CRANE OPERATOR: Lattice Boom Crane operator, under 50 tons; CRUSHER: Generator Operator; Diesel-Electric Engineer; Grizzley operator; Drill Doctor; Boring Machine operator; Driller-Percussion, Diamond, Core, Cable, Rotary and similar type; Cat Drill (john Henry) ; Directional Drill operator over 20,000 lbs pullback; FLOATING EQUIPMENT: Diesel-electric Eng9ineer; jack Operator, elevating barges, Barge operator, self- unloadin ; Piledriver Operator (not crane type (Deckhand required; Floating Clamshelll , etc. operator, under 3 cu. yds. l� (Fireman or Diesel-Electric Engineer required) ; Floating Crane (derrick barge) operator, less than 30 tons; GENERATORS: Generator Operator; Diesel-electric Engineer; GUARDRAIL EQUIPMENT: Guardrail Punch Operator (all types) ; Guardrail Auger ll operator (all types) ; Combination Guardrail machines, i .e. , punch auger, etc. ; HEATING PLANT: Surface Heater and Planer Operator; HYDRAULIC HOES EXCAVATOR: Robotic Hydraulic backhoe operator, track and wheel type up to and including 20,0000 lbs. with any or all attachments; Excavator Operator over 20,000 lbs through 80,000 lbs. ; LOADERS: Belt Loaders, Kolman and Ko Cal types; Loaders Operator, front end and overhead, 25,000 lbs and less ill than 60,000 lbs; Elevating Grader Operator by Tractor operator, Page 16 C,I I � WAIS Document Retrieval .txt Sierra, Euclid or similar types; PILEDRIVERS: Hammer Operator; Piledriver Operator (not crane type) ; PIPELINE, SEWER WATER: Pipe Cleaning Machine Operator; Pipe Doping Machine Operator; Pipe Bending Machine operator; Pipe Wrapping Machine operator; Boring Machine operator; Back Filling Machine Operator; REMOTE CONTROL: Concrete Cleaning Decontamination Machine operator; Ultra High 1 Pressure water Jet Cutting Tool System operator/Mechanic; vacuum Blasting Machine Operator/mechanic; REPAIRMEN, HEAVY DUTY: Diesel Electric Engineer (Plant or Floatin ; Bolt Threading Machine operator; Drill Doctor (Bit Grinder; H.D. Mechanic; Machine Tool � 1 Operator; RUBBER-TIRED SCRAPERS: Rubber-tired Scraper { operator,singlE! engine, single scraper; self-loading, paddle wheel , auger type under 15 cu. yds. ; Rubber-tired scraper �I opperator, twin engine; Rubber-tired Scraper operator, with push- ull attachments; self Loading, paddle wheel , auger type 15 cu. yds. and over, single engine; water pulls, water wagons; SHOVEL, DRAGLINE, CLAMSHELL, SKOOPER OPERATOR: Diesel Electric Engineer; stationay Drag scraper Operator; shovel , Dragline, Clamshell , operator under 3 cy yds. ; Grade-all Operator; SURFACE (BASE) + MATERIAL: Blade mounted spreaders, Ulrich and similar types; TRACTOR-RUBBERE:D TIRED: Tractor operator, rubber-tired, over 50 l hp flywheel ; Tractor operator, with boom attachment; Rubber-tired dozers and pushers (Michigan, Cat, Hough type) ; skip Loader, Drag Box; TRENCHING MACHINE: Trenching Machine operator, digging capacity over 3; ft depth; Back filling machine operator; TUNNEL: Mucking machine operator GROUP 5: ASPHALT: Extrusion Machine Operator; Roller operator (any asphalt mix) ; Asphalt Burner and Reconditioner Operator (any i� type) ; Roto-Mill , pavement profiler, ground man; BULLDOZERS: Bulldozer operator, 20,000 lbs. or less or 100 horse or less; COMPRESSORS: Compressor Operator (any power) , over 1,250 cu. ft. total capacity; COMPACTORS: Compactor operator, including vibratory; Wagner Pactor operator or similar type (without blade) ; CONCRETE: Combination mixer and Compressor Operator, gunite work; Concrete Batch Plant Quality Control operator; Beltcrete Operator; Pumperete operator (any type) ; Pavement Grinder and/or Grooving Machine Operator (riding type) ; Cement Pump Operator, Fuller-Kenyon and similar; Concrete Pump Operator; Grouting Machine operator; Concrete mixer operator, single drum, under (5) bag capacity; cast in place pipe laying machine; magginnis Internal Full slab vibrator operator; Concrete finishing 1 mahine operator, Clary, johnson, Bidwell , Burgess Bridge deck or similar type; curb Machine operator, mechanical Berm, curb and/or curb and Gutter; concrete joint Machine Operator; Concrete Planer operator; Tower Mobile Operator; Power jumbo operator setting slip forms in tunnels; Slip Form Pumps, power driven hydraulic lifting device for concrete forms; Concrete Paving Machine operator; Concrete Finishing Machine Operator; Concrete spreader Operator; CRANE: Helicopter Hoist I� operator; Hoist operator, single drum; Elevator operator; A-frame Truck Operator, Double drum; Boom Truck Operator; HYDRAULIC CRANE OPERATOR: Hydraulic Boom Truck, Pittman; DRILLING: Churm Drill and Earth Boring Machine operator; vacuum Truck; Directional Drill Operator over 20,000 lbs pullback; FLOATING EQUIPMENT: Fireman; FORKLIFT: Fork Lift, over 10 ton and/or robotic; HYDRAULIC HOES EXCAVATORS: Hydraulic Backhoe Operator, wheel type (Ford, john Deere, case type) ; H draulic Backhoe operator track type up to and including 20,000 lbs. ; LOADERS: Loaders, rubber- tired type, less than 25,000 lbs; Elevating Grader Operator, Tractor Towed requiring operator or Grader; Elevating loader operator, Athey and similar types; OILERS: Service oiler ,� Page 17 r WAIS Document Retrieval .txt (Greaser) ; PIPELINE-SEWER WATER: Hydra hammer or simialr types; ' Pavement Breaker Operator; PUMPS: Pump Operator, more than 5 (any size) ; Pot Rammer Operator; RAILROAD EQUIPMENT: Locomotive Operator, under 40 tons; Ballast Regulator Operator; Ballast Tamper Multi-Purpose Operator; Track Liner Operator; Tie Spacer Operator; Shuttle Car Operator; Locomotive operator, 40 tons and over; MATERIAL HAULRS: Cat wagon DJB's Volvo similar types; Conveyored material hauler; SURFACING (BASE) MATERIAL: Rock spreaders, self-propelled; Pulva-mixer or similar types; Chiip Spreading machine operator; Lime spreading operator, construction job liter; SWEEPERS: Sweeper operator (Wayne type) self-propelled construction job site; TRACTOR-RUBBER TIRED: Tractor operator, rubber-tired, 50 hp flywheel and under; Trenching machine operator, maximum digging capacity 3 ft depth; TUNNEL: Dinkey GROUP 6: ASPHALT: Plant Oiler; Plant Fireman; Pugmill operator (any type) ; Truck mounted asphalt spreader, with screed; COMPRESSORS: Compressor Operator (any power), under 1,250 cu. ft. total capacity; CONCRETE: Plant oiler, Assistant Conveyor Operator; Conveyor operator; Mixer Box Operator (C.T.B. , dry batch, etc.) ; Cement Hog operator; Concrete Saw Operator; Concrete curing Machine operator (riding type); wire Mat or Brooming Machine Operator; CRANE: Oiler; Fireman, all equipment; Truck crane oiler Driver; A-frame Truck Operator, single drum; Tugger or Coffin Type Hoist operator; CRUSHER: Crusher oiler; Crusher Feederman; CRUSHER: Crusher oiler; Crusher feederman; DRILLING: Drill Tender; Auger Oiler; FLOATING EQUIPMENT: Deckhand; Boatman; FORKLIFT: Self-propelled Scaffolding operator, construction job site (exc duing working. platform) ; Fork Lift or Lumber stacker Operator, construction Job site; Ross Carrier operator, construction job site; Lull Hi-Lift Operator or Similar Type; GUARDRAIL EQUIPMENT: Oiler; Auger oiler; oiler, combination guardrail machines; Guardrail Punch Oiler; HEATING PLANT: Temporary Heating Plant operator; LOADERS: Bobcat, skid steer (less than 1 cu yd.); Bucket Elevator Loader Operator, BarberGreene and similar types; OILERS: Oiler; Guardrail Punch oiler; Truck Crane oiler-Driver; Auger oiler; Grade oiler, required to check grade; Grade Checker; Rigger; PIPELINE-SEWER WATER: Tar Pot Fireman; Tar Pot Fireman (power agitated) ; PUMPS: Pump Operator (any power); Hydrostatic Pump Operator; RAILROAD EQUIPMENT: Brakeman; Oiler; Switchman; Motorman; Ballast Jack Tamper Operator; SHOVEL, DRAGLINE, CLAMSHELL, SKOOPER, ETC. OPERATOR: Oiler, Grade Oiler (required to check grade) ; Grade Checker; Fireman; SWEEPER: Broom operator, self propelled, construction job site; SURFACING (BASE) MATERIAL: Roller operator, grading of base rock (not asphalt); Tamping Machine operartor, mechanical , self-propelled; Hydrographic I Seeder Machine Operator; TRENCHING MACHINE: Oiler; Grade Oiler; TUNNEL: Conveyor operator; Air filtration equipment operator ---------------------------------------------------------------- ENG10701E 06/01/2002 Rates Fringes CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH) , SKAMANIA, ' AND WAHKIAKUM COUNTIES DREDGING: ' ZONE A LEVERMAN, HYDRAULIC 32.43 8.50 LEVERMAN, DIPPER, FLOATING CLAMSHELL 30.25 8.50 ASSISTANT ENGINEER 29.25 8.50 Page 18 ItWAIS Document Retrieval .txt TENDERMAN 28.44 8.50 ASSISTANT MATE 26.58 8.50 ZONE B LEVERMAN, HYDRAULIC 34.43 8.50 ' LEVERMAN, DIPPER, FLOATING CLAMSHELL 32.25 8.50 ASSISTANT ENGINEER 31.25 8.50 TENDERMAN 30.44 8.50 ASSISTANT MATE 28.58 8.50 ZONE C LEVERMAN, HYDRAULIC 35.43 8.50 ' LEVERMAN, DIPPER, FLOATING CLAMSHELL 33.25 8.50 ASSISTANT ENGINEER 32.25 8.50 TENDERMAN 31.44 8.50 ASSISTANT MATE 29.58 8.50 tZONE DESCRIPTION FOR DREDGING: ZONE A - All jobs or projects located within 30 road miles of Portland City Hall . ZONE B - over 30-50 road miles from Portland city Hall . ZONE C - Over 50 road miles from Portland City Hall . *All jobs or projects shall be computed from the city hall by the ' shortest route to the geographical center of the project. ---------------------------------------------------------------- * IRON0014F 02/01/2003 Rates Fringes ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND ORIELLE, SPOKANE, STEVENS, WALLA WALLA AND WHITMAN COUNTIES IRONWORKERS 25.52 11.80 ---------------------------------------------------------------- IRON00291 07/01/2002 Rates Fringes CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKAIKUM COUNTIES IRONWORKERS 26.97 11.80 ---------------------------------------------------------------- ' IRON0086B 07/01/2002 Rates Fringes YAKIMA, KITTITAS AND CHELAN COUNTIES IRONWORKERS ---------------------26_72 ----- IRON0086E 07/01/2002 Rates Fringes CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PIERCE, SKAGIT, SNOHOMISH, THURSTON, AND WHATCOM COUNTIES IRONWORKERS 22 1180 --------------------------------------27_ -- ------------ _ LAB00001D 06/01/2002 Rates Fringes Page 19 I WAIS Document Retrieval .txt CHELAN, DOUGLAS (WEST OF THE 120TH MERIDIAN) , KITTITAS AND YAKIMA COUNTIES LABORERS: ZONE 1: GROUP 1 14.79 6.20 GROUP 2 17.11 6.20 GROUP 3 18.83 6.20 GROUP 4 19.31 6.20 GROUP 5 19.67 6.20 ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES) : ZONE 2 - $ .70 ZONE 3 - $1.00 [SASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, AND YAKIMA �tZONE 1 - Projects within 25 radius miles of the respective city IIII hall ZONE 2 - More than 25 but less than 45 radius miles from the respective city hall ZONE 3 - More than 45 radius miles from the respective city hall CALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC (NORTH OF STRAIGHT LINE MADE BY EXTENDING THE NORTH BOUNDARY WAHKIAKUM COUNTY WEST TO THE PACIFIC OCEAN) , PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES LABORERS: ZONE 1: GROUP 1 17.71 6.20 11 GROUP 2 20.03 6.20 GROUP 3 24.71 6.20 GROUP 4 25.19 6.20 GROUP 5 25.55 6.20 ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES) : ZONE: 2 - $ .70 ZONE. 3 - $1.00 BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT, TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT. TOWNSEND, PT. ANGELES, AND BREMERTON ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 but less than 45 radius miles from the respective city hall ZONE 3 - More than 45 radius miles from the respective city hall LABORERS CLASSIFICATIONS GROUP 1: Landscaping and Planting; watchman; window washer/Cleaner (detail clean-up, such as but not limited to cleaning floors, ceilings, walls, windows, etc. , prior to final acceptance by the owner) GROUP 2: Batch Weighman; Crusher Feeder; Fence Laborer; Flagman; Pilot Czar Page 20 1 11 WAIS Document Retrieval .txt GROUP 3: General Laborer; Air, Gas, or Electric Vibrating screed; Asbestos Abatement Laborer; Ballast Regulator Machine; Brush cutter; Brush Hog Feeder; Burner; Carpenter Tender; cement Finisher Tender;; Change House or Dry Shack; Chipping Gun (under 11 30 lbs.) ; Choker setter; Chuck Tender; Clean-up Laborer; Concrete Form Stripper; Curing Laborer; Demolition (wrecking and moving including charred material) ; Ditch Digger; Dump Person; Fine Graders; Firewatch; Form setter; Gabian Basket Builders; Grout Machine Tender; Grinders; Guardrail Erector; Hazardous waste worker (Level C;) ; Maintenance Person; Material Yard Person; Pot Tender; Rip Rap Person; Riggers; Scale Person; Sloper Sprayer; signal Person; Stock Piler; stake Hopper; Toolroom Man (at fob site) ; Topper-Tailer; Track Laborer; Truck Spotter; vinyl Seamer GROUP 4: Cement Dumper-Paving; Chipping Gun (over 30 lbs.) ; Clary Power Spreader; Concrete Dumper/Chute operator; Concrete Saw Operator; Drill Operator (hydraulic, diamond, aiartrac) ; Faller and Bucker Chain Saw; Grade Checker and Transit Person; Groutmen (pressure) including post tension beams; Hazardous waste worker (Level B;) ; High Scaler; Jackhammer; Laserbeam opPerator; Manhole Builder--Mudman; Mortarman and Hodcarrier; Nozzleman ' (concrete pump, green cutter when using combination of high pressure air and water on concrete and rock, sandblast, gunite, shotcrete, water blaster, vacuum blaster) ; Pavement Breaker; Pipe Layer and caulker; Pipe Pot Tender; Pipe Reliner (not insert type) ; Pi a wrapper; Power Jacks; Railroad spike Puller-Power; Raker-Asphalt; Rivet Buster; Rodder; Sloper (over 20'); spreader (concrete); Tamper and similar electric, air and glas operated tool ; Timber Person-sewer (lagger shorer and cribber) ; Track Liner Power; Tugger operator; vibrator; well Point Laborer GROUP 5: Caisson Worker; Miner; Powderman; Re-Timberman; Hazardous waste worker (Level A) . ----------------------------------------------------------------- LAB00238E 06/01/2002 !� Rates Fringes ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS (EAST OF THE 120TH MERIDIAN) , FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND OREILLE, STEVENS, SPOKANE, WALLA WALLA AND WHITMAN COUNTIES 1 LABORERS: ZONE 1: GROUP 1 17.66 5.50 J GROUP 2 19.76 5.50 GROUP 3 20.03 5.50 GROUP 4 20.30 5.50 GROUP 5 20. 58 5. 50 GROUP 6 21.95 5. 50 zone Differential (Add to zone 1 rate) : $2.00 BASE POINTS: Spokane, Moses Lake, Pasco, Lewiston zone 1: 0-45 radius miles from the main post office. Zone 2: 45 radius miles and over from the main post office. LABORERS CLASSIFICATIONS Page 21 ' WAIS Document Retrieval .txt GROUP l: Flagman; Landsca a Laborer; scaleman; Traffic Control Maintenance Laborer (to include erection and maintenance of barricades, signs and relief of flagperson) ; window washer/cleaner (detail cleanup, such as, but not limited to cleaning floors, ceilings, walls, windows, etc. prior to final ' acceptance by the owner) GROUP 2: Asbestos Abatement worker; Brush Hog Feeder; carpenter Tender; cement Handler; clean-up Laborer; Concrete Crewman (to 1 include stripping of forms, hand operating jacks on slip form construction, application of concrete curing compounds, pumperete machine, signaling, handling the nozzle of squeezcrete or similar machine,6 inches and smaller) ; Confined space Attendant; Concrete Signalman; crusher Feeder; Demolition (to include clean-up, burning, loading, wrecking and salvage of all material); Dumpman; Fence Erector; Firewatch; Form Cleaning Machine Feeder, Stacker; General Laborer; Grout Machine Header Tender; Guard Rail (to include guard rails, guide and reference posts, sign posts, and right-of-way markers) ; Hazardous waste worker, Level D (no respirator is used and skin protection is minimal) ; Miner, Class "A" (to include all bull gang, concrete crewman, dumpman and pumperete crewman, including distributing pipe, assembly & dismantle, and nipper); Nipper; Riprap Man; Sandblast Tailhoseman; scaffold Erector (wood or steel); Stake jumper; Structural Mover (to include separating foundation, preparation, cribbing, shoring, jacking and unloading of structures); Tailhoseman (water nozzle) ; Timber Bucker and Faller (by hand) ; Track Laborer (RR); Truck Loader; well-Point Man; All other work ' Classifications Not specially Listed shall Be classified AS General Laborer GROUP 3: Aspahlt Raker; Asphalt Roller, walking; Cement Finisher Tender; concrete saw, walking; Demolition Torch; Dope Pot Firemen, non-mechanical ; Driller Tender (when required to move and position machine) ; Form Setter, Paving; Grade Checker using level ; Hazardous waste worker, Level C (uses a chemical "splash suit" and air purifying respirator) ; .Jackhammer Operator; ' Miner, class "B" (to include brakeman, finisher, vibrator, form setter) ; Nozzleman (to include squeeze and flo-crete nozzle) ; Nozzleman, water, air or steam; Pavement Breaker (under 90 lbs.) ; Pipelayer, corrugated metal culvert; Pipelayer, multi- plate; Pot Tender; Power Buggy Operator; Power Tool Operator, gas, electric, pneumatic; Railroad Equipment, power driven, except dual mobile power Spiker or puller; Railroad Power Spiker or Puller, dual mobile; Rodder and Spreader; Tamper (to include operation of Barco, Essex and similar tampers) ; Trencher, Shawnee; Tugger operator; wagon Drills; Water Pipe Liner; wheelbarrow (power driven) GROUP 4: Air and Hydraulic Track Drill ; Brush Machine (to include horizontal construction joint cleanup brush machine, power propelled) ; caisson worker, free air; Chain saw Operator and Faller; concrete Stack (to include laborers when laborers working on free standing concrete stacks for smoke or fume control above 40 feet high) ; Gunite (to include operation of machine and nozzle) ; Hazardous waste worker, Level B (uses same respirator protection as Level A. A supplied air line is provided in conjunction with a chemical "splash suit") ; High Scaler; Laser Beam Operator (to include grade checker and elevation control) ; Miner, class C (to include miner, nozzleman for concrete, laser beam operator and rigger on tunnels) ; Monitor operator (air track or similar mounting) ; Mortar Mixer; Nozzleman Page 22 I WAIS Document Retrieval .txt (to include jet blasting nozzleman, over 1,200 lbs. , jet blast machine power propelled, sandblast nozzle) ; Pavement Breaker (90 lbs. and over) ; Pipelayer (to include working to man, caulker, collarman, Jointer, mortarman, rigger, jacker, s orer, valve or meter installer) ; Pipewrapper; Plasterer Tender; vibrators (all) GROUP 5 - Drills with Dual Masts; Hazardous waste worker, Level A (utilizes a fully encapsulated suit with a self-contained breathing apparatus or a supplied air line) ; Miner Class "D", (to include raise and shaft miner, laser beam operator on riases and shafts) GROUP 6 - Powderman _________-___________________________________________________ LABO0238G 06/01/2002 Rates Fringes COUNTIES EAST OF THE 120TH MERIDIAN: ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND OREILLE, STEVENS, SPOKANE, WALLA WALLA, WHITMAN HOD CARRIERS ---------------------21-----55__----_----5_50 LAB00335A 06/01/2002 Rates Fringes CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH OF A STRAIGHT LINE MADE BY EXTENDING THE NORTH BOUNDARY LINE OF WAHKIAKUM COUNTY WEST TO THE PACIFIC OCEAN) , SKAMANIA AND WAHKIAKUM COUNTIES ZONE 1: LABORERS: GROUP 1 23.43 6.15 GROUP 2 23.94 6.15 GROUP 3 24.33 6.15 GROUP 4 24.66 6.15 GROUP 5 21.26 6.15 GROUP 6 19.16 6.15 GROUP 7 16.40 6.15 zone Differential (Add to zone 1 rates): Zone 2 $ 0.65 Zone 3 - 1.15 Zone 4 - 1.70 Zone 5 - 2.75 BASE POINTS: GOLDENDALE, LONGVIEW, AND VANCOUVER ZONE 1: Projects within 30 miles of the respective city all . ZONE 2: More than 30 miles but less than 40 miles from the respective city hall . ZONE 3: More than 40 miles but less than 50 miles from the respective city hall . ZONE 4: More than 50 miles but less than 80 miles from the respective city hall . ZONE 5: More than 80 miles from the respective city hall . LABORERS CLASSIFICATIONS GROUP 1: 'ASphalt Plant Laborers; Asphalt Spreaders; Batch weighman; Broomers; Brush Burners and Cutters; Car and Truck Loaders; Carpenter Tender; Change-House Man or Dry shack Man; Page 23 I 1 WAIS Document Retrieval .txt Choker setter; Clean-up Laborers; Curing, Concrete; Demolition, wrecking and Moving Laborers; Dumpers, road oiling crew; Dumpmen li (for grading crew) ; Elevator Feeders; Guard Rail , Median Rail Reference Post, Guide Post, Right of way Marker; Fine Graders; Fire watch; Form Strippers (not swinging stages) ; General Laborers; Hazardous waste worker; Leverman or Aggregate spreader (Flaherty and similar types) ; Loading spotters; Material Yard Man (including electrical) ; Pittsburgh Chipper operator or Similar Types; Railroad Track Laborers; Ribbon Setters (including steel forms) ; Rip Rap Man (hand placed) ; Road Pump Tender; sewer Labor; Signalman; Skipman; Slopers; Spraymen; Stake Chaser; Stockpiler; Tie Back shoring; Timber Faller and Bucker (hand labor) ; Toolroom Man (at job site) ; Tunnel Bullgang (above ground) ; weight-man- Crusher (aggregate when used) GROUP 2: Applicator (including pot power tender for same) , applying protective material by hand or nozzle on utility lines or storage tanks on project; Brush Cutters (power saw); Burners; Choker splicer; Clary Power spreader and similar types; clean- up Nozzleman-Green Cutter (concrete, rock, etc.) ; Concrete Power Buggyman; concrete Laborer; Crusher Feeder; Demolition and wrecking Charred Materials; Gunite Nozzleman Tender; Gunite or sand Blasting Pot Tender; Handlers or Mixers of all Materials of an irritating nature (including cement and lime) ; Tool operators (includes but not limited to: Dry Pack Machine; Jackhammer; Chipping Guns; Paving Breakers) ; Pipe Doping and wrapping; Post Hole Digger, air, gas or electric; vibrating Screed; Tampers; sand Blasting (wet) ; stake-setter; Tunnel-Muckers, Brakemen, Concrete Crew, Bullgang (underground) �t GROUP 3: Asbestos Removal ; Bit Grinder; Drill Doctor; Drill operators, air tracks, cat drills, wagon drills, rubber-mounted drills, and other similar types including at crusher plants; Gunite Nozzleman; High scalers, strippers and Drillers (covers work in swinging stages, chairs or belts, under extreme conditions unusual to normal drilling, blasting, barring-down, or sloping and stripping) ; Manhole Builder; Powdermen; Concrete saw Operator; Pwdernnen; Power Saw operators (Bucking and Falling) ; Pumperete NOZZlemen; sand Blasting (Dry) ; sewer Timberman; Track Liners, Anchor Machines, Ballast Re ulators, Multiple Tampers, Power Jacks, Tugger operator; Tunnel-chuck Tenders, Nippers and Timbermen; vibrator; water Blaster GROUP 4: Asphalt Raker; concrete saw operator (walls) ; Concrete Nozzelman; Grade Checker; Pipelayer; Laser Beam (pipelaying)-applicable when employee assigned to move, set up, align; Laser Beam; Tunnel Miners; Motorman-Dinky Locomotive-Tunnel ; Powderman-Tunnel ; shield Operator-Tunnel GROUP 5: Traffic Flaggers GROUP 6: Fence Builders GROUP 7: Landscaping or Planting Laborers ----------------------------------------------------------------- LABo0335L 06/01/2002 Rates Fringes CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH OF A STRAIGHT LINE MADE BY EXTENDING THE: NORTH BOUNDARY LINE OF WAHKIAKUM COUNTY WEST TO THE PACIFIC OCEAN) , SKAMANIA AND WAHKIAKUM COUNTIES Page 24 1 WAIS Document Retrieval .txt HOD CARRIERS 25.04 6.15 ----------------------------------------------------------------- PAIN0005B 06/101/2002 Rates Fringes STATEWIDE EXCEPT CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH) , SKAMANIA, AND WAHKIAKUM COUNTIES STRIPERS 21.25 6_40 ---------- - PAIN0005D 0710112002 Rates Fringes CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PIERCE, :SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES PAINTERS ------.------------------------23_27 ---- PAIN0005G 07/01/2002 Rates Fringes ADAMS ASOTIN' 13ENTON AND FRANKLIN EXCEPT HANFORD SITE) ' CHELAN, COLUMBIA, DOUGLAS, FERRY, GARFIELD, GRANT, KITTITAS, LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA COUNTIES PAINTERS*: Brush, Roller, striping, Steam-cleaning and Spray 18.97 5.32 Application of- Cold Tar Products, Epoxies, Polyure thanes, Acids„ Radiation Resistant Material , water and sandblasting, Bridges, Towers, Tanks, Stacks„ Steeples 19.97 5.32 TV Radio, Electrical Transmission Towers 20.72 5.32 Lead Abatement, Asbestos Abatement 19.97 5.32 *$.70 shall be paid over and above the basic wage rates listed for work on swing stages and high work of over 30 feet. ----------------------------------------------------------------- PAIN0055c 07/01/2002 Rates Fringes CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKIAKUM COUNTIES PAINTERS: Brush & Roller 17.35 5.08 spray and Sandblasting 17.95 5.08 High work - All work 60 ft. or higher 18.10 5.08 ------------------------------------------------------------------ PAIN0055L 06/01/2002 Rates Fringes CLARK, COWLITZ, KLICKITAT, SKAMANIA and WAHKIAKUM COUNTIES rPage 25 i SWAIS Document Retrieval .txt PAINTERS: HIGHWAY AND PARKING LOT STRIPER 23.36 5.75 ----------------------------------------------------------- ------ PLAs0072E 06/01/2002 Rates Fringes ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, KITTITAS, LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN, AND YAKIMA COUNTIES ZONE 1: CEMENT MASONS 22.33 5.98 ■ zone Differential (Add to zone 1 rate) : Zone 2 - $2.00 BASE POINTS: Spokane, Pasco, Moses Lake, Lewiston zone 1: 0 - 45 radius miles from the main post office zone 2: over 41.i radius miles from the main post office ----------------------------------------------------------------- PLAS0528A 12/01/2002 Rates Fringes CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC (NORTH) , PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON, AND WHATCOM COUNTIES CEMENT MASON 28.05 9.84 COMPOSITION, COLOR MASTIC, TROWEL MACHINE„ GRINDER, POWER TOOLS, GUNNITE NOZZLE 28.30 9.84 ----------------------------------------------------------------- PLAS0555B 06/01/2002 Rates Fringes ' CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH) , SKAMANIA, AND WAHKIAKUM COUNTIES ZONE 1: CEMENT MASONS 24.24 9.70 COMPOSITION WORKERS AND POWER MACHINERY OPERATORS 24.68 9.70 CEMENT MASONS ON SUSPENDED, SWINGING AND/OR HANGING SCAFFOLD 24.68 9.70 CEMENT MASONS DOING BOTH COMPOSITION/POWER MACHINERY AND SUSPENDED/HANGING SCAFFOLD 25.13 9.70 zone Differential (Add To zone 1 Rates) : zone 2 - $0.65 zone 3 - 1.15 Zone 4 - 1.70 zone 5 - 2.75 BASE POINTS: BEND, CORVALLIS, EUGENE, LONGVIEW, MEDFORD, PORTLAND, SALEM, THE DALLES, VANCOUVER Page 26 1 WAIS Document Retrieval .txt ZONE 1: Projects within 30 miles of the respective city hall ZONE 2: More than 30 miles but less than 40 miles from the respective city hall . ZONE 3: More than 40 miles but less than 50 miles from the respective city hall . ZONE 4: More than 50 miles but less than 80 miles from the respective city hall . ZONE 5: More than 80 miles from the respective city hall ---------------------------------------------------------------- PLUM0032B 01/01/2003 Rates Fringes CLALLAM, KING AND JEFFERSON COUNTIES ' PLUMBERS AND PIPEFITTERS 34.1812_ ----- 68 ----------------------------------------- ----------- PLum0032D 06/01/2002 Rates Fringes CHELAN, KITTITAS (NORTHERN TIP), DOUGLAS (NORTH) , AND OKANOGAN (NORTH) COUNTIES PLUMBERS AND PIPEFITTERS ------26.13_ ---------- 10_23------ -------------------------------- PLUM0044c 06/01/2002 Rates Fringes ADAMS (NORTHERN PART) , ASOTIN (CLARKSTON ONLY) , FERRY (EASTERN PART) , LINCOLN (EASTERN PART) , PEND ORIELLE, STEVENS, SPOKANE, AND WHITMAN COUNTIES PLUMBERS AND PIPEFITTERS 26.16 9.89 ---------------------------------------------------------------- ' PLuM0082A 08/01/2002 Rates Fringes CLARK (NORTHERN TIP INCLUDING WOODLAND) , COWLITZ, GRAYS HARBOR, LEWIS, MASON (EXCLUDING NE SECTION) , PACIFIC, PIERCE SKAMANIA, THURSTON AND WAHKIAKUM COUNTIES PLUMBERS AND PIPEFITTERS 29.60 11.62 ---------------------------------------------------------------- PLUM0265C 08/01/2002 Rates Fringes ISLAND, SKAGIT, SNOHOMISH,SAN JUAN AND WHATCOM COUNTIES ' PLUMBERS AND PIPEFITTERS 29.00 11.62 ---------------------------------------------------------------- PLum0290K 10/01/2002 Rates Fringes CLARK (ALL EXCLUDING NORTHERN TIP INCLUDING CITY OF WOODLAND) ' PLUMBERS AND PIPEFITTERS 31.73 12.93 ---------------------------------------------------------------- PLUM0598E 06/01/2002 Rates Fringes ADAMS (SOUTHERN PART) , ASOTIN (EXCLUDING THE CITY OF CLARKSTON) , BENTON, COLUMBIA, DOUGLAS (EASTERN HALF) , FERRY (WESTERN PART) , FRANKLIN, GARFIELD, GRANT, KITTITAS (ALL BUT NORTHERN TIP) , Page 27 I I ' WAIS Document Retrieval .txt KLICKITAT, LINCOLN (WESTERN PART) , OKANOGAN (EASTERN) , WALLA WALLA AND YAKIMA COUNTIES PLUMBERS 29.85 12.59 ---------------------------------------------------------------- r PLUM0631A 08/01/2002 Rates Fringes MASON (NE SECTION) , AND KITSAP COUNTIES PLUMBERS/PIPEFITTERS: All new construction, additions, and remodeling of commercial building pprojects such as: cocktail loun es and taverns, professional buildings, medical clinics, retail stores, hotels and motels, restaurants and fast food types, gasoline service stations, and car washes where ' the plumbing and mechanical cost of the project is less than $100,000 19.20 4.58 All other work where the plumbing and mechanical cost of the project is $100,000 and over 27.84 11.62 ---------------------------------------------------------------- ' TEAM0037C 06/01/2002 Rates Fringes CLARK, COWLITZ, KLICKITAT, PACIFIC (South of a straight line made ' by extending the north boundary line of Wahkiakum County west to the Pacific Ocean) , SKAMANIA, AND WAHKIAKUM COUNTIES TRUCK DRIVERS ' ZONE 1: GROUP 1 23.65 8.45 GROUP 2 23.77 8.45 GROUP 3 23.90 8.45 ' GROUP 4 24.16 8.45 GROUP 5 24.38 8.45 GROUP 6 24.54 8.45 ' GROUP 7 24.74 8.45 zone Differential (Add to zone 1 Rates) : zone 2 - $0.65 ' Zone 3 - 1.15 zone 4 - 1.70 zone 5 - 2.75 ' BASE POINTS: ASTORIA, THE DALLES, LONGVIEW AND VANCOUVER ZONE 1: Projects within 30 miles of the respective city hall . ZONE 2: More than 30 miles but less than 40 miles from the respective city hall . ZONE 3: More than 40 miles but less than 50 miles from the respective city hall . ZONE 4: More than 50 miles but less than 80 miles from the respective city hall . ZONE 5: More than 80 miles from the respective city hall . Page 28 WAIS Document Retrieval .txt ' TRUCK DRIVERS CLASSIFICATIONS GROUP 1: A Frame or Hydra lifrt truck w/load bearing surface; Articulated dump truck; Battery Rebuilders; Bus or Manhaul Driver; Concrete Buggies (power operated) ; Concrete pump truck; t Dump Trucks, side, end and bottom dumps, including semi Trucks and Trains or combinations there of: up to and including 10 cu. yds. ; Lift jitneys, Fork Lifts (all sizes in loading, unloading and transporting material on job site) ; Loader and/or Leverman on ' Concrete Dry Batch Plant (manually operated) ; Pilot Car; Pickup truck; Solo Flat Bed and misc. Body Trucks, 0-10 tons; Truck Tender; Truck Mechanic Tender; water wagons (rated capacity) up to 3,000 gallons; Transit Mix and wet or Dry Mix - 5 ' Cu. yds. and under; Lubrication Man, Fuel Truck Driver, Tireman, wash Rack, steam Cleaner or combinations; Team Driver; slurry Truck Driver or Leverman; Tireman ' GROUP 2: BOOM truck/hydra lift or retracting crane; Challenger; Dumpsters or similar equipment all sizes; Dump Trucks/articulated dumps 6 cu to 10 Cu. ; Flaherty spreader Driver or Leverman; Lowbed Equipment, Flat Bed semi-trailer or doubles transporting ' equipment or wet or dry materials; Lumber carrier, Driver-straddle Carrier (used in loading, .unloading and transporting of materials on job site) ; oil Distributor Driver or Leverman; Transit mix and wet or dry mix trcuks: over 5 cu. yds. and including 7 cu. yds. ; vacuum trucks; water truck/wagons (rated capacity) over 3,000 to 5,000 gallons GROUP 3: Ammonia nitrate distributor driver; Dump trucks, side, ' end and bottom dumps, including Semi Trucks and Trains or combinations thereof: over 10 cu. yds. and including 30 cu. yds. includes Articulated dump trucks; selfpropelled street sweeper; Transit mix and wet or dry mix truck: over 7 cu yds. and ' including 11 cu yds. ; Truck Mechanic-welder-Body Repairman; utility and cleanup truck; water wagons (rated capacity) over 5,000 to 10,000 gallons ' GROUP 4: Asphalt burner; Dump Trucks, side, end and bottom cumps, including semi-Trucks and Trains or combinations thereof: over 30 cu. yds. and including 50 cu. yds. includes articulated ' dump trucks; Fire guard; Transit Mix and wet or Dry Mix Trucks, over 11 cu. yds. and including 15 cu. yds. ; water wagon (rated capacity) over 10,000 gallons to 15,000 gallons GROUP 5: Dump Trucks, side, end and bottom dumps, including semi Trucks and Trains or combinations thereof: over 50 cu. yds. and including 60 cu. yds. includes articulated dump trucks ' GROUP 6: Bulk cement spreader w/o auger; Dry prebatch concrete mix trucks; Dump trucks, side, end and bottom dumps, including Semi Trucks and Trains of combinations thereof: over 60 cu. yds. and including 80 cu. yds. , and includes articulated dump trucks; ' Skid truck GROUP 7: Dump Trucks, side, end and bottom dumps, including semi Trucks and Trains or combinations thereof: over 80 cu. yds. and including 100 cu. yds. , includes articulated dump trucks; Industrial lift truck (mechanical tailgate) ---------------------------------------------------------------- TEAM0174A 06/01/2002 Page 29 WAIS Document Retrieval .txt Rates Fringes ! CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC (North of a straight line made by extending the north boundary line of wahkiakum county west to the Pacific Ocean) , PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES TRUCK DRIVERS; ZONE A: GROUP 1: 25.79 9.68 GROUP 2: 25.21 9.68 GROUP 3: 22.81 9.68 GROUP 4: 18.56 9.68 GROUP 5: 25.55 9.68 ZONE B (25-45 miles from center of listed cities*): Add $.70 per hour to Zone A rates. ZONE C (over 45 miles from centr of listed cities*) : Add $1.00 per hour to Zone A rates. ! *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 ' 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, Tournowa 9 on, Tournotrailer, cat DW series, Terra cobra, Le Tourneau, Westinghouse, Athye wagon, Euclid Two and Four-wheeled power tractor with trailer and similar top-loaded equipment transporting material : Dump Trucks, side, end and bottom dump, including semi-trucks and trains or combinations thereof with 16 yards to 30 yards capacity: over 30 yards $.15 per hour additional for each 10 yard increment; Explosive Truck (field mix) and similar equipment; Hyster operators (handling bulk loose aggregates); Lowbed and Heavy Duty Trailer; Road oil Distributor Driver; Spreader, Flaherty Transit mix used exclusively in heavy construction; water wagon and Tank Truck-3,000 gallons and over capacity GROUP 2 - Bulllifts, or similar equipment used in loading or unloading trucks, transporting materials on job site; Dumpsters, and similar equipment, Tournorockers, Tournowagon, 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 jurisdiction) ; vacuum truck; water wagon and Tank trucks-less ' than 3,000 gallons capacity; winch Truck; Wrecker, Tow truck and Page 30 I WAIS Document Retrieval .txt similar equipment It GROUP 3 - Flatbed (single rear axle) ; Pickup Sweeper; Pickup Truck. (Adjust Group 3 upward by $2.00 per hour for onsite work only) GROUP 4 - Escort or Pilot Car GROUP 5 - Mechanic HAZMAT PROJECTS Anyone working on a HAZMAT job, where HAZMAT certification is required, shall be compensated as a premium, in addition to the classification working in as follows: LEVEL C: +$.25 per hour - This level uses an air purifying respirator or additional protective clothing. LEVEL B: +$.50 per hour - Uses same respirator protection as Level A. Supplied air line is provided in conjunction with a chemical "splash suit." LEVEL A: +$.75 per hour - This level utilizes a fully- encapsulated suit with a self-contained breathing apparatus or a supplied air line. ---------------------------------------------------------------- TEAM0760C 06/01/2002 Rates Fringes ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT KITTITAS, LINCOLN, OKANOGAN, PEND ' OREILLE, SPOKANE, STEVENS, WALLA WALLA, AND WHITMAN COUNTIES TRUCK DRIVERS (ANYONE WORKING ON HAZMAT JOBS SEE FOOTNOTE A BELOW) ZONE 1: (INCLUDES ALL OF YAKIMA COUNTY) GROUP 1 17.73 8.50 GROUP 2 20.00 8.50 GROUP 3 20.50 8.50 GROUP 4 20.83 8.50 GROUP 5 20.94 8.50 GROUP 6 21.11 8.50 GROUP 7 21.64 8.50 GROUP 8 21.97 8.50 zone Differential (Add to zone 1 rate: zone 2 - $2.00) BASE POINTS: Spokane,. Moses Lake, Pasco, Lewiston zone 1: 0-45 radius miles from the main post office. zone 2: 45 radius miles and over from the main post office TRUCK DRIVERS CLASSIFICATIONS GROUP 1: Escort Driver or Pilot Car; Employee Haul ; Power Boat Hauling Employees or Material 1 GROUP 2: Fish Truck; Flat Bed Truck; Fork Lift (3000 lbs. and under) ; Leverperson (loading trucks at bunkers) ; Trailer Mounted Hydro seeder and Mulcher; seeder & Mulcher; stationary Fuel Operator; Tractor (small , rubber-tired, pulling trailer or similar equipment) Page 31 1 WAIS Document Retrieval .txt GROUP 3: Auto Crane (2000 lbs. capacity) ; Buggy Mobile & similar; Bulk cement Tanks & spreader; Dumptor (6 yds. & under) ; Flat Bed Truck with Hydraullic Syystem; Fork Lift (3001-16,000 lbs.) • Fuel Truck Driver, steamcleaner & washer; Power operated Sweeper; Rubber-tired Tunnel Jumbo; scissors Truck; Slurry Truck Driver; straddle Carrier (Ross, Hyster, & similar) ; Tireperson; Transit Mixers & Truck Hauling Concrete (3 yd. to & including 6 yds.) ; Trucks, side, end, bottom & articulated end dump (3 yards to and including 6 yds.) ; warehouseperson (to include shipping & receiving) ; wrecker & Tow Truck GROUP 4: A-Frame; Burner, Cutter, & Welder; service Greaser; Trucks, side, end, bottom & articulated end dump (over 6 yards to and including 12 yds.); Truck Mounted Hydro seeder; warehouseperson; water Tank truck (0-8,000 gallons) GROUP 5: Dumptor (over 6 yds.) ; Lowboy (50 tons & under) ; Self- loading Roll Off; semi-Truck & Trailer; Tractor with steer Trailer; Transit Mixers and Trucks Hauling concrete (over 6 yds. to and including 10 yds.); Trucks, side, end, bottom and end dump (over 12 yds. to & including 20 yds.); Truck-Mounted Crane (with load bearing surface either mounted or pulled, up to 14 ton) ; vacuum Truck (super sucker, guzzler, etc.) GROUP 6: Flaherty spreader BOX Driver; Flowboys; Fork Lift (over 16,000 lbs.); Dumps (Semi-end); Mechanic (Field); semi- end Dumps; Transfer Truck & Trailer; Transit Mixers & Trucks Hauling Concrete (over 10 yds. to & including 20 yds.); Trucks, side, end, bottom and articulated end dump (over 20 yds. to & including 40 yds.) ; Truck and Pup; Tournarocker, DW's & similar with 2 or more 4 wheel-power tractor with trailer, gallonage or yardage scale, whichever is greater water Tank Truck (8,001- 14,000 gallons) GROUP 7: oil Distributor Driver; stringer Truck (cable oeprated trailer); Transit Mixers & Trucks Hauling Concrete (over 20 yds.) ; Truck, side, end, bottom end dump (over 40 yds. to & including 100 yds.); Truck Mounted Crane (with load bearing surface either mounted or pulled (16 through 25 tons); GROUP 8: Prime Movers and Stinger Truck; Trucks, side, end, bottom and articulated end dump (over 100 yds.); Helicopter Pilot IHauling Employees or Materials Footnote A - Anyone working on a HAZMAT job, where HAZMAT certification is required, shall be compensated as a premium, in additon to the classification working in as follows: LEVEL C-D: - $.50 PER HOUR (This is the lowest level of protection. This level may use an air purifying respirator or additional protective clothing. LEVEL A-B: - $1.00 PER HOUR (Uses supplied air is conjunction with a chemical spash suit or fully encapsulated suit with a self-contained breathing apparatus. NOTE: Trucks Pulling Equipment Railers: shall receive $.15/hour over applicable truck rate WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental . Page 32 1 WAIS Document Retrieval .txt unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29 CFR 5.5(a)(1)(ii)) . 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 desiggnations indicate unions whose rates have been determined to be prevailing. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: • an existing published wage determination a survey underlying wage determination • a wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the wage and Hour Regional office for the area in which the survey was conducted because those Regional offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. with regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of construction wage Determinations. write to: Branch of construction wage Determinations wage and Hour Division U. S. Department of Labor 200 constitution Avenue, N. W. Washington, D. C. 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the war 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. Washington, D. C. 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material , etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the wage Appeals Board) . write to: Page 33 WAIS Document Retrieval .txt Administrative Review Board U. S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 4.) All decisions by the Administrative Review Board are final . END OF GENERAL DECISION I Page 34 I I® KING County - Effective 3-5-2003.txt KING County - Effective: 3/5/2003state 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' wa and benefit rates must add to not less than this total . A brief description ge of overtime calculation requirements is provided by clicking on the benefit code. KING County Effective 3/5/2003 Benefit Code Kc°y Classific:ationPrevailing Wageovert:i me CodeHol i clay CodeNote Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL$30.861M5D BOILERMAKERS JOURNEY LEVEL$33.321 BRICK AND MARBLE MASONS JOURNEY LEVEL$36.871M5A 1 CABINET MAKERS (IN SHOP) JOURNEY LEVEL$16.671 CARPENTERS ACOUSTICAL WORKER$37.011M5D BRIDGE, DOCK AND WARF CARPENTERS$36.851M5D CARPENTE:R$36.851M5D CREOSOTED MATERIAL$36.951M5D DRYWALL APPLICATOR$36.791M5D FLOOR FI:NISHER$36.981M5D FLOOR LAYER$36.981M5D FLOOR SANDER$36.981M5D MILLWRIGHT AND MACHINE ERECTORS$37.851M5D PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING$37.051M5D SAWFILER.$36.981M5D SHINGLER.$36.981M5D STATIONARY POWER SAW OPERATOR$36.981M5D STATIONARY WOODWORKING TOOLS$36.981M5D CEMENT MASONS JOURNEY LEVEL$37.891M5D DIVERS & TENDERS DIVER$78.521M5D8A DIVER TE.NDER$39.621M5D DREDGE WORKERS ASSISTANT ENGINEER$37.221B5D8L ASSISTANT MATE (DECKHAND)$36.781B5D8L BOATMEN$37.221B5D8L ENGINEER WELDER$37.271B5D8L LEVERMAN, HYDRAULIC$38.661B5D8L MAINTENANCE$36.781B5D8L MATES$37.221B5D8L OILER$36.881B5D8L DRYWALL TAPERS JOURNEY LEVEL$36.64135B ELECTRICAL FIXTURE MAINTENANCE WORKERS Page 1 KING County - Effective 3-5-2003.txt JOURNEY LEVEL$18.691 ELECTRICIANS - INSIDE CABLE SPLICER$48.361D6H CABLE SPLICER (TUNNEL)$52.241D6H CERTIFIED WELDER$46.591D6H CERTIFIED WELDER (TUNNEL)$50.301D6H CONSTRUCTION STOCK PERSON$24.331D6H JOURNEY LEVEL$44.831D6H JOURNEY LEVEL (TUNNEL)$48.361D6H ELECTRICIANS - MOTOR SHOP CRAFTSMAN$15.3 72A6C JOURNEY LEVEL$14.692A6C ELECTRICIANS - POWERLINE CONSTRUCTION CABLE SPLICER$47.124A5A CERTIFIED LINE WELDER$42.904A5A GROUNDPERSON$30.594A5A HEAD GROUNDPERSON$32.344A5A HEAVY LINE EQUIPMENT OPERATOR$42.904A5A JACKHAMMER OPERATOR$32.344A5A JOURNEY LEVEL LINEPERSON$42.904A5A LINE EQUIPMENT OPERATOR$36.214A5A POLE SPRAYER$42.904A5A POWDERPERSON$32.344A5A ELECTRONIC & TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL$12.071 ELEVATOR CONSTRUCTORS MECHANIC$46.464A6Q MECHANIC IN CHARGE$51.144A6Q FABRICATED PRECAST CONCRETE PRODUCTS ALL CLASSIFICATIONS$11.352K65 FENCE ERECTORS FENCE ERECTOR$18.711 FENCE LABORER$12.771 FLAGGERS JOURNEY LEVEL$26.181M5D GLAZIERS JOURNEY LEVEL$37.462E5G HEAT & FROST INSULATORS AND ASBESTOS WORKERS MECHANIC$37.931F5E HEATING EQUIPMENT MECHANICS MECHANIC$33.651 HOD CARRIERS & MASON TENDERS JOURNEY LEVEL$31.341M5D INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC$15.651 INDUSTRIAL POWER VACUUM CLEANER JOURNEY LEVEL$9.071 INLAND BOATMEN CAPTAIN$32.281K5B COOK$28.311K5B DECKHAND$27.651K5B ENGINEER/DECKHAND$29.951K5B MATE, LAUNCH OPERATOR$31.251K5B INSPECTION/CLEANING/SEALING OF SEWER & WATER SYSTEMS BY REMOTE CONTROL CLEANER OPERATOR, FOAMER OPERATOR$9.731 GROUT TRUCK OPERATOR$11.481 HEAD OPERATOR$12.781 1� TECHNICIAN$7.011 TV TRUCK OPERATOR$10.531 INSULATION APPLICATORS JOURNEY LEVEL$36.851M5D IRONWORKERS JOURNEY LEVEL$39.021B5A Page 2 1! i KING County - Effective 3-5-2003.txt LABORERS ASPHALT RAKER$31. 341M5D BALLAST REGULATOR MACHINE$30.861M5D BATCH WEIGHMAN$26.181M5D CARPENTER TENDER$30.861M5D CASSION WORKER$31.701M5D CEMENT DUMPER/PAVING$31.341M5D CEMENT FINISHER TENDER$30.861M5D CHIPPING GUN (OVER 30 LBS)$31.341M5D CHIPPING GUN (UNDER 30 LSS)$30.861M5D CHUCK TENDER$30.861M5D CLEAN-UP LABORER$30.861M5D CONCRETE FORM STRIPPER$30.861M5D CONCRETE SAW OPERATOR$31.341M5D CRUSHER FEEDER$26.181M5D CURING LABORER$30.861M5D DEMOLITION, WRECKING & MOVING (INCLUDING CHARRED MATERIALS)$30.861M5D DITCH DIGGER$30.861M5D DIVER$31.701M5D DRILL OPERATOR (HYDRAULIC, DIAMOND)$31.341M5D DRILL OPERATOR, AIRTRAC$31.701M5D DUMPMAN$30.861M5D FALLER/BUCKER, CHAIN sAW$31.341M5D FINAL DETAIL CLEANUP (i .e. , dusting, vacuuming, window cleaning; NOT construction debris cleanup)$23.861M5D FINE GRADERS$30.861M5D FIRE WATCH$30.861M5D FORM SETTER$30.861M5D GABION BASKET BUILDER$30.861M5D GENERAL LABORER$30.861M5D GRADE CHECKER & TRANSIT PERSON$31.341M5D GRINDERS$30.861M5D GROUT MACHINE TENDER$30.861M5D HAZARDOUS WASTE WORKER LEVEL A$31.701M5D HAZARDOUS WASTE WORKER LEVEL B$31.341M5D HAZARDOUS WASTE WORKER LEVEL 030.861M5D HIGH SCALER$31.701M5D HOD CARRIER/MORTARMAN$31.341M5D I JACKHAMMER$31.341M5D LASER BEAM OPERATOR$31.341M5D MINER$31.701M5D NOZZLEMAN, CONCRETE PUMP, GREEN CUTTER WHEN USING HIGH PRESSURE AIR & WATER ON CONCRETE & ROCK, SANDBLAST, GUNITE, SHOTCRETE, WATER BLASTER$31.341M5D PAVEMENT BREAKER$31.341M5D PILOT CAR$26.181M5D PIPE RELINER (NOT INSERT TYPE)$31.341M5D PIPELAYER & CAULKER$31.341M5D PIPELAYER & CAULKER (LEAD)$31.701M5D PIPEWRAPPER$31.341M5D POT TENDER$30.861M5D POWDERMAN$31.701M5D POWDERMAN HELPER$30.861M5D POWERJACKS$31.341M5D RAILROAD SPIKE PULLER (POWER)$31.341M5D RE-TIMBERMAN$31.701M5D RIPRAP MAN$30.861M5D SIGNALMAN$30.861M5D SLOPER SPRAYMAN$30.861M5D SPREADER (CLARY POWER OR SIMILAR TYPES)$31.341M5D SPREADER (CONCRETE)$31.341M5D STAKE HOPPER$30.861M5D ' STOCKPILER$30.861M5D Page 3 I KING County - Effective 3-5-2003.txt TAMPER & SIMILAR ELECTRIC, AIR & GAS$31.341MSD TAMPER (MULTIPLE & SELF PROPELLED)$31.341M5D TOOLROOM MAN (AT JOB SI $ TE 30.861M5D ) TOPPER-TAILER$30.861M5D TRACK LABORER$30.861M5D �I TRACK LINER (POWER)$31.341M5D TUGGER OPERATOR$31.341M5D VIBRATING SCREED (AIR, GAS, OR ELECTRIC)$30.861M5D VIBRATOR$31.341M5D WELDER$30.861M5D WELL-POINT LABORER$31.341M5D LABORERS - UNDERGROUND SEWER & WATER GENERAL LABORER$30.861M5D PIPE LAYER$31.341M5D LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS$11.071 LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS$10.631 f�l LANDSCAPING OR PLANTING LABORERS$8.421 1 LATHERS JOURNEY LEVEL$36.791M5D MACHINISTS (HYDROELECTRIC SITE WORK) MACHINIST$16.841 METAL FABRICATION (IN SHOP) FITTER$15.861 LABORER$'9.781 MACHINE OPERATOR$13.041 PAINTER$11.101 WELDER$15.481 MODULAR BUILDINGS CABINET ASSEMBLY$11.561 ELECTRICIAN$11.561 EQUIPMENT MAINTENANCE$11.561 PLUMBER$11.561 11� PRODUCTION WORKER$9.261 TOOL MAINTENANCE$11.561 UTILITY PERSON$11. 561 WELDER$11.561 �I PAINTERS JOURNEY LEVEL$29. 532B5A PLASTERERS JOURNEY LEVEL$37.481R5A PLAYGROUND & PARK EQUIPMENT INSTALLERS JOURNEY LEVEL$8.421 PLUMBERS i& PIPEFITTERS JOURNEY LEVEL$46.811GSA POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS$35.141T5D8L BACKHOE, EXCAVATOR, SHOVEL (3 YD & UNDER)$37.601T5D8L BACKHOE, EXCAVATOR, SHOVEL (OVER 3 YD & UNDER 6 YD)$38.041T5D8L BACKHOE, EXCAVATOR, SHOVEL (6 YD AND OVER WITH ATTACHMENTS)$38. 541T5D8L BACKHOES, (75 HP & UNDER)$37.241T5D8L BACKHOES, (OVER 75 HP)$37.601T5D8L BARRIER MACHINE (ZIPPER)$37.601T5D8L BATCH PLANT OPERATOR, CONCRETE$37.601T5D8L BELT LOADERS (ELEVATING TYPE )$37.241T5D8L BOBCAT$35.141T5D8L BROOMS$35.141T5D8L BUMP CUTTER$37.601T5D8L CABLEWAYS$38.041T5D8L CHIPPER$37.601T5D8L COMPRESSORS$35.141T5D8L CONCRETE FINISH MACHINE - LASER SCREED$35.141TSD8L CONCRETE PUMPS$37.241T5D8L Page 4 Effective 3- - KING County - 5 200 3.txt CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT$37.601T5D8L CONVEYOR:S$37.241T5D8L CRANES, THRU 19 TONS, WITH ATTACHMENTS$37.241T5D8L CRANES, 20 - 44 TONS, WITH ATTACHMENTS$37.601T5D8L CRANES, 45 TONS - 99 TONS, UNDER 150 FT OF BOOM (INCLUDING JIB WITH �I ATACHMENTS)$38.041T5D8L CRANES, 100 TONS - 199 TONS, OR 150 FT OF BOOM (INCLUDING JIB WITH ATTACHMENTS)$38.541T5D8L CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM (INCLUDING JIB WITH ATTACHMENTS)$39.041T5D8L CRANES, A-FRAME, 10 TON AND UNDER$35.141T5D8L CRANES, A-FRAME, OVER 10 TON$37.241T5D8L CRANES, OVER 300 TONS, OR 300' OF BOOM INCLUDING JIB WITH ATTACHMENTS$39.541T5D8L - CRANES, OVERHEAD, BRIDGE TYPE ( 20 - 44 TONS)$37.601T5D8L CRANES, OVERHEAD, BRIDGE TYPE ( 45 99 TONS)$38.041T5D8L CRANES, OVERHEAD, BRIDGE TYPE (100 TONS & OVER)$38.541T5D8L CRANES, 'TOWER CRANE UP TO 175' IN HEIGHT, BASE TO BOOM$38.541T5D8L CRANES, TOWER CRANE OVER 175' IN HEIGHT, BASE TO BOOM$39.041T5D8L CRUSHERS$37.601T5D8L DECK ENGINEER/DECK WINCHES (POWER)$37.601T5D8L DERRICK, BUILDING$38.041T5D8L DOZERS, D-9 & UNDER$37.241T5D8L DRILL OILERS - AUGER TYPE, TRUCK OR CRANE MOUNT$37.241T5D8L DRILLING MACHINE$37.601T5D8L ELEVATOR AND MANLIFT, PERMANENT AND SHAFT-TYPE$35.141T5D8L EQUIPMEN'T SERVICE ENGINEER (OILER)$37.241T5D8L FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP$37.601T5D8L FORK LIFTS, (3000 LBS AND OVER)$37.241T5D8L FORK LIFTS, (UNDER 3000 LBS)$35.141T5D8L I GRADE ENGINEER$37.241T5D8L GRADECHECKER AND STAKEMAN$35.141T5D8L HOISTS, OUTSIDE (ELEVATORS AND MANLIFTS) , AIR TUGGERS$37.241T5D8L HORIZONTAL/DIRECTIONAL DRILL LOCATOR$37.241T5D8L ,Ilt HORIZONTAL/DIRECTIONAL DRILL OPERATOR$37.601T5D8L !NI HYDRALIFTS/BOOM TRUCKS (10 TON & UNDER)$35.141T5D8L HYDRALIFTS/BOOM TRUCKS (OVER 10 TON)$37.241T5D8L LOADERS, OVERHEAD (6 YD UP TO 8 YD)$38.041T5D8L LOADERS, OVERHEAD (8 YD & OVER)$38.541T5D8L LOADERS, OVERHEAD (UNDER 6 YD) , PLANT FEED$37.601T5D8L LOCOMOTIVES, ALL$37.601T5D8L MECHANICS, ALL (WELDERS)$37.601T5D8L MIXERS, ASPHALT PLANT$37.601T5D8L MOTOR PATROL GRADER (FINISHING)$37.601T5D8L MOTOR PATROL GRADER (NON-FINISHING)$37.241T5D8L MUCKING MACHINE, MOLE, TUNNEL DRILL AND/OR SHIELD $38.041T5D8L OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING OPERATOR$35.141T5D8L PAVEMENT BREAKER$35.141T5D8L PILEDRIVER (OTHER THAN CRANE MOUNT)$37.601T5D8L PLANT OILER (ASPHALT CRUSHER) $37.241T5D8L POSTHOLE DIG GER, MECHANICAL $35.141T5D8L POWER PLANT$35.141T5D8L PUMPS, WATER$35.141T5D8L QUAD 9, D-10, AND HD-4l$38.041T5D8L REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING EQUIP$38.041T5D8L RIGGER AND BELLMAN$35.141T5D8L ROLLAGON$38.041T5D8L ROLLER, OTHER THAN PLANT ROAD MIX $35.141T5D8L ROLLERS, PLANTMIX OR MULTILIFT MATERIALS$37.241T5D8L ROTO-MILL, ROTO-GRINDER$37.601T5D8L SAWS, CONCRETE$37.241T5D8L SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING OFF-ROAD Page 5 KING County - Effective 3-5-2003.txt EQUIPMENT ( UNDER 45 YD)$37.601T5D8L N� SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING OFF-ROAD EQUIPMENT (45 YD AND OVER)$38.041T5D8L SCRAPERS, CONCRETE AND CARRY ALL$37.241T5D8L SCREED MAN$37.601T5D8L SHOTCRETE GUNITE $35.141T5D8L SLIPFORM PAVERS$38.041T5D8L SPREADER, TOPSIDE OPERATOR - BLAW KNOX$37.601T5D8L SUBGRADE TRIMMER$37.601T5D8L TRACTORS, (75 HP & UNDER )$37.241T5D8L TRACTORS, (OVER 75 HP)$37.601T5D8L TRANSFER MATERIAL SERVICE MACHINE$37.601T5D8L TRANSPORTERS, ALL TRACK OR TRUCK TYPE $38.041T5D8L TRENCHING MACHINES$37.241T5D8L TRUCK CRANE OILER/DRIVER ( UNDER 100 TON)$37.241T5D8L TRUCK CRANE OILER/DRIVER (100 TON & OVER)$37.601T5D8L WHEEL TRACTORS, FARMALL TYPE$35.141T5D8L YO YO PAY DOZER$37.601T5D8L POWER EQUIPMENT OPERATORS- UNDERGROUND SEWER & WATER (SEE POWER EQUIPMENT OPERATORS)$0.00 POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE$31.054A5A SPRAY PERSON$29.394A5A TREE EQUIPMENT OPERATOR$29.794A5A TREE TRIMMER$27.604A5A TREE TRIMMER GROUNDPERSON$20.284A5A REFRIGERATION & AIR CONDITIONING MECHANICS MECHANIC$44.761G5A RESIDENTIAL BRICK & MARBLE MASONS 1 JOURNEY LEVEL$27.051 RESIDENTIAL CARPENTERS JOURNEY LEVEL$23.471 RESIDENTIAL CEMENT MASONS JOURNEY LEVEL$22.641 RESIDENTIAL DRYWALL TAPERS JOURNEY LEVEL$36.641J5B RESIDENTIAL ELECTRICIANS 1 JOURNEY LEVEL$26.241 RESIDENTIAL GLAZIERS JOURNEY LEVEL$25.842E5G RESIDENTIAL INSULATION APPLICATORS JOURNEY LEVEL$17.601 RESIDENTIAL LABORERS JOURNEY LEVEL$18.121 RESIDENTIAL PAINTERS JOURNEY LEVEL$18.361 RESIDENTIAL PLUMBERS & PIPEFITTERS JOURNEY LEVEL$22.951 RESIDENTIAL REFRIGERATION & AIR CONDITIONING MECHANICS JOURNEY LEVEL$44.761G5A RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP)$19.481 RESIDENTIAL SOFT FLOOR LAYERS JOURNEY LEVEL$30.581B5A RESIDENTIAL SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL$24.861B5C RESIDENTIAL TERRAZZO/TILE FINISHERS JOURNEY LEVEL$26.301 RESIDENTIAL TERRAZZO/TILE SETTERS JOURNEY LEVEL$34.231H5A ROOFERS JOURNEY LEVEL$33.781R5A ' USING IRRITABLE BITUMINOUS MATERIALS$36.781R5A Page 6 q' KING County - Effective 3-5-2003.txt SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP)$42.631J6L SIGN MAKERS & INSTALLERS (ELECTRICAL) SIGN INSTALLER$23.361 SIGN MAKER$16.841 SIGN MAKERS & INSTALLERS (NON-ELECTRICAL) SIGN INSTALLER$17.311 SIGN MAKER$15.611 SOFT FLOOR LAYERS JOURNEY LEVEL$30. 581B5A SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL$12.44155 SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL$44.841B5C STAGE RIGGING MECHANICS (NON STRUCTURAL) JOURNEY LEVEL$13.231 SURVEYORS CHAIN PE:RSON$9.351 INSTRUMENT PERSON$11.401 PARTY CHIEF$13.401 TELEPHONE: LINE CONSTRUCTION - OUTSIDE CABLE SPLICER$25.422B5A HOLE DIGGER/GROUND PERSON$13. 512B5A INSTALLEiR (REPAIRER)$24.312B5A JOURNEY LEVEL TELEPHONE LINEPERSON$23.532B5A SPECIAL APPARATUS INSTALLER I$25.422B5A SPECIAL APPARATUS INSTALLER II$24.872B5A TELEPHONE EQUIPMENT OPERATOR (HEAVY)$25.422B5A TELEPHONE EQUIPMENT OPERATOR (LIGHT)$23.532B5A TELEVISION GROUND PERSON$12.732B5A TELEVISION LINEPERSON/INSTALLER$17.472B5A TELEVISION SYSTEM TECHNICIAN$21.102B5A TELEVISION TECHNICIAN$18.822B5A TREE TRIMMER$23.532B5A TERRAZZO WORKERS & TILE SETTERS JOURNEY LEVEL$34.231H5A TILE, MARBLE & TERRAZZO FINISHERS N FINISHER.$28.061H5A TRAFFIC CONTROL STRIPERS JOURNEY LEVEL$28.97lK5A TRUCK DRIVERS ASPHALT MIX ( TO 16 YARDS)$34.891T5D8L ASPHALT MIX (OVER 16 YARDS)$35.471T5D8L DUMP TRUCK$34.891T5D8L DUMP TRUCK & TRAILER$35.471T5D8L OTHER TRUCKS$35.471T5D8L TRANSIT MIXER$23.451 WELL DRILLERS & IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER$17.711 OILER$12.971 WELL DRILLER$17.681 I� i� I i Page 7 ' APPENDIX B -STANDARD PLANS CITY OF RENTON 1 I APPENDIX B STANDARD PLANS c eh �......... ON Q (� NIb {{4j .Q W a� ' c v° o � e Q yggN o 2 06 z < O = W U S o E o= 6 d° > m d LL m amp 2 mJO •• P °~ im 0 O i Z �C nom` N � LL 9L w < E m M Q EvE $n V►' re I_ cc _N a O �y°� 8 40 €. °1 : L° ba N v M s ap 0, C C x:: i9 iiF Z r fV t7 'C wi �y3. o V i CL z Ilk g :11 �— CL o at o cc i = 0------ y . o i Igoe gr & �o on IZ WmW �W b 0 z -LL i W zp b � b w bg d 0: - I Y '_ _o =a oN J f/N a � g w � a 9"o a O cz: n yaw P z F U < b LU b. NW N W r w �rzw INAnr b — ui w i ►�/ �.d b ZLL mw _ _ KEN• m 4 a p} J`. O LL Ow LL W W N ' CM OF RENTON PUBLIC WORKS ' SERVICE CA nT FOB STREET UGRMG CONTROL&TRAFFIC SIGNAL COMPONE14T SCEEDUIE ZQE'IMBASE:100 AMP.4 IAW,SAFEW SOCKET,AX Rl14TB,5m JAW Q 9:00 POSITION (CONTRACTOR TO VMUFY WTIS SERVING LTTIIrI'Y) (D PANEMOARD:1=40 VAC.100 AMP,1 PHASE,3 WIRE,00 PF13Ft BUS WH&'I'II•I(3HOUSE BAB BOLT-ONE: 1-1008 MAIN i 1=5011 SI@IALIM"C H I-1511 CON ROI.CErBRANCII ` I-20/1 CROIIbID FAI)MEC EM&CIE BRANCH O3 CbNTACTnR:IZGEM NG RAM),30 AMP,4 ram,120 VAC COIL.SQ D M IODPA3Z V 02UI,4 REQD ' O TQRELOM TIUFt==CELL SO YSLTI d LZZ3 LIMA SS SW=aP Z 15 AW,Tn VAC O GROUNDFA=2Ea+7rAC[F_=VAC,IIU =20A -CAE[aZ= GA GALVANIM)STEELMETRUCIID9 2 AM GA -VEZM ' DCID$S'Z3I AA' jMM3ES C=-OElFT=I&EXERDOOR : i • Y BEST IDCLOCK 021 120111 M SPIRE Q.11SS VnmoW IN3MMlRDOOR CLOSED M I NEORIENE GAM=CARD HCLDE t FausH-MyB=POWDm GOAT. AjmuaNum OUTSIDE,WSl'>S n=E ---� IZO/Z40 VAC - � r: __ M_ crerc Ptaoro i I M,KIN , t '���\\•'-''t, 2� 2r . .. =521' --vi Ej`}' 8� _ • , CITY OF P=ON METERING SECTION CLEARANCES do EQIAPME l T PER PSE&EUSERC - - uL LUSTED PER STANDARD#508 SERVICF-CABMT SERIES 47700-R2 Z=ABLE FOR I=AS MVICF ISITMANC8 ECZSJI UEW po C'4 O Z O OR r4 W W � s a z % W jp W � $La � N o z a a o o a < z [D G1 t q 1J + o � o $ oa 'b z in FE do •� � 0 z �� i $' < FA poi LAI ri n � .ZO.o We-or WowJ � o <N W O W 0 0 CD 4i U 0f W Q U z U Q o J 0 a - U CL QF- O o�. N Q J J Q N � d 12, z z rn J N 30 N0 d8 � o� Q �v`n v � w� � � 0 w� z - PI) xU►w E �° zo Cif _ a00 V)O N U C� .°z vwi w Q LjI� LLJ a o ao w z O Q 30Vd 823(10 0 z cn 1J + o O in Un ix Z U d� W p, 0OPow< z c4 .�Q m � m Q m N m W to �oQN rr 0 mi LiOF- F .wJLJ� =,O'— r: J°z W(n S QUm w sSYw °c Z o m U UZ� N0 x I W3N� ¢Q Oz �Ud N Q < a Ckf y I,jw WZ NO UOQ N a in 1 °o'° �o <Q Qaa ¢ 00 t ov, �`p maw w a P Z ° W U O W ui + i ° ZF-� U m La 0 Fn�5d06'�� . � +\{d� h 1\ vim" V 0< 'O�N, j\ I k F- . 1 �\ ' \ �\ `C7X�Q �' ``` \_ JWf y O 0 a 0 r - Z . ° w N ' ` Z 33 r' Ilrr \ "N Z 0 Q lr U > U W 6 Z � O W O � U i o_ o = tn z r w z wzQ Qoaao � � 1\ �� Qm owtrP0 , rr \¢ � W < zoo woe ° o a h W OZ YOWONO ? LL Z, CN 0 CL\ v I \ < ? woWZa° �jQ � m ° m Q x J 1 N m m �o -J' O �^ az `nk`' �' O' Za� JO L.Lj <�i v' L.Lj cn Q W �� Q Z N K Q O S;� Z z /f Z z z o f » Zx wxwo a 9 r rr o ° z ¢ Q o Q as � F- ¢a- l m Z z0., 0tr 0 ¢ o �� Cl ti z ci riavi (D r- d ~ 0 §�W � ƒ % ( 8 � m c m \t $ < / 0 2° < E 2[ §§ \ § f / + < § 2 k §!2 @EAE)\ [ � + E k | ubu §W�) I ■ � k&S ■� z $ < §#2 m M @< _ / < w u zo cc \ ' §m u §�o « 2 } k Of 0 �GE� §§Z m E o §ZO, k§tee w § k < R 22�\ �In kk k \ / z 0\ k 3 (n La WW x$� u § O u j \ \§ \§k K § § 0 LLI << e ƒ k c \ m F // 2 / dais ONLNd d \ . e < z : a / ° � e < z \ �� W \ 7 Q_ R§ o/ z << K °� ®o ƒ d < ƒEF / /ƒ 0< \ C <�� �/ e ' X I $ o o # y Of u YW \ < tm 6 7 < e 3 �/ \ 0 - En -- c 2 0 @ \ Z oo ae u 0- \ ~ ° f ® (A x t--- e z & o G Le ui < x \ f -j E ~ 3 � �/ 77 00 i 00 d 0 a O A � Q E- a- 0- W w W uj C) d a F w a LL- Qo O W q w Q a � z O (Ta Q LLJ U Z Z Li rJ o X w o Z = O U } W Q m d o a V) Q D Of >- O mix ' U H •� 0 W Ix Li O Z '• I i I I I U 1 o Z N Q I I I I O � I Z Q 1= I i x I 1 LL) LLJ O Ul uj O:f Q O I m 0 V) Of (A LLJ J = J m W Q Q to m N N = Of< -� ZNN LLJ U Q U W (- - UU Q M -It CD - W: CL N 0 a � Az r ° a LLS po � a F ° ° z w� Z CO ° Z;! x r C9 • M m f O p P X N 3Z N C) P X 7 CL O Irk a N N O O cvqc*-m A X rn ^ /T z o < c° a m J ELJ Cl a W o vp ` X m < Z a • °a C ir LU a a N o � c t° v a ° v X d F— I r9 0 v W Q ° C 4/ C A N 0� r- O Q Z O o �� P � C D V7 a i � o o ` ✓ O .a °a 0 'O PZ Q v LLJ cn o M N Q OQ c»c.� c t- � ° °v ° Z m in p o n ►}- _ _ oYT ^ O O ------------- r Z � �y Ov J �G U X odo O < 4] F- —i N , o� � �no E z° i N O C7 N Q 0 < a � � z < z 2 Q== co a cn c� Q cn z w U- O .] z z�i a � _j 10 w� U� w z w� a NQ - < H a p,o � < -x L) w F— z c o En< � < L" V) a ° A < z u') C� w Z a- z CD C7 U w < C7 Li a � ° Z°Z �Q °00 z c� LLJ C.) cn yi ca m 1J + 3 w r°0 z O Z a a z F— Q z } o - D a<O ° O NV <D w �~°� Wd Z Q o Ll O N w I-- ,q- < x w CY- d 1— } < LLJ 3 J O < O < w O O Li _1 ,j z z Q < U) O W f� LL} F— OQ Q o vi Lr� F— z z p Vim-, o w °w M Oo � O N�o O W Ld U S <o Q w C-1 z �j F- Q F z w YO � _ < C/') �O mLLJ i � Cl. za < < mcr 0 I N cr 0 N O ¢ C, N � W N z o a a Z c :2� a _Q z ca cn aQ ~Q w° o zX+ � Z(~ 6 J Q o 0 Ha �o NZ Z d 0° zc 00 t 1� O� F- � �c�i ii 0 WW ¢ ¢ _J Z z .`�' C�.� c� Uv I -i°Wpa ZLLJ O U) 0 4 Z U Z Q z d�� JNO Q t].N � W-j-' U O 0 I I w_- r—CL Qz N I 1 (If 0X�z< mz- 1 i > ¢Wo OC?w I I Mm N iV) a ¢UW cr mL,x r w —� 4 �' d W z ¢J L N W C7�C9 W Nam ¢O z ¢ _ Z- N 20 in n. cr � � h W W W W O nn w V)w W VL co 1 2 � � N N W_ w i '� W LLJ W l�llilff 00(n O Q w N Q w� tr_Z m 1 J� J(n F— ¢. LLJ LL.J UO z O mww� J Q O c ¢W I W qi V >Of Q N > JZ � 1- 1 I O Q Z �- (n nnn M O J ¢ Q O J Z N Z o Q Q �-W W W� W N W Ckf U) N 1 N O H lil z o � O N a ao Z Q O z n z of 0 Q cs w iw F- .a + �i Q a z J + o 00 —T a d J LW a � W >- Q N �N D U) <W =Z W J H O Q N V) Z Z W _ _J N m W Z \N Ln 0 J[ Q O o O � J W aN cLnw =WCo w3 CD J 2 Q � � J > - Z W ZY 0(�Zm0J ooQw� <C) X01 Cl- �NN� NJ M Q W�Q W Q O 1 I i o 0 . . . . A . . . . W • w Of • o0 • — l Of Z • NN a U p M W S _Z w • • Z W LLJ U Z } • w OJ • J + Q • w • o � • • 0- a Q l � V U U ® X00 CC N X00 to o �cVM I 1 1 Z LLJ a_Ch � I I 12 2 dLf)LO < �Md 1 to o o (V M = LL I� ( w • • w �� • _ �L o00 0 =w www Li • • f • w w� can can vas N • • of ~w • F-� � ' • • JQ JQ JQ • • = Z � WME LJ• • stJ= Z }W W Z cn W ® •,J LLJ Z • • �� z Z M — LLI Of III Z • �Lj LL z U • ' o Z LLJ ii • • M I • • II • • a I i 0 Qclq � m CD n LJ a w0o z r. Q (/) p N Z A Cl OVJ a tl O o (n Qo W C � YOO .444 z n° Q Paz Qw cn Q w W r>r a L- OL- 0 L>~ o a Q VOr Z oWLQ W tY O (r � z S w z 6i Q VU U? x O� • Q U Q¢Q_ z p mmmo 0 7t (j J o00� rj * 0 N zz 3-W Q 3 of�of0 Of cQQ< t � a ao m N Q r7 a- c LLJ LL- r • _ oi000 °-'w Z ,nN 0 • = —� LLJ N _ w w Lo Of w W_ lL Y Y I N Y _0 W O O lo lr W tY ui N��O NQ F Q N � WNm �M Z I� N w W a = Z = Z O j� Z N J Qom W ' 'ct J �t J N Q JY J N J M w • = N Z z •—�- N VPI O Lt1 z Of n- N Q (a_ w Q J N lL •• C)W ly M W(/S Lij N of (Y- �N N LLJ W • LLJ WW Y Y N� z {-Q FW-Q • W w � Y LO �I m-4 jj� .. • Nn • z o m . .• CD 1 , •3 • n if ui � t v . • C,41 t .. • • • • • t ! . • . • • . • • •cn :.:•.::•:.•:••::.•.❖.•J ............... '.•.•:::o:.:•:.•.•:.❖.•.� • • • • • • • • Li • ivrwwrvrrrrrrrrri i•�•iii�•iiiiiiii❖.•iiii�l • •N C4 C4 ct:• .. • • • O% i a, t - CO 1 i i IRS= Jill A � H oo � Q a I l t� I CN W Z t O N W n -, 0 Z < t 0 I D- w -ji I O LL v o O —`' � '—' O Q ao C9 ? w — � o? Y W �o 2 w C-9 V)V) W Cn o Z Z P o O o < :3 (n 6 •� '9 F-9 0 3 V 'n Lo W O �.� t g o -- 1 1 � °z �, o t Cl)C9 Q N O _1 Z ;n b ck� �I I �II ' II i • .■■.P■ V 1REI U Mo► ' w Is- 1 : .r■.� -.■ 2. ..Fi 0 r - a ■n � r a. ; ' or so w M. t • u: _ �up ■q•� IYY Y u.': q'■■n■N/ .err■t■ ■'v ■Doss •..■. a■ v■o■o■• •:Y&■�■*F Nov�nn ■....N.. :it.. �.■■.•.. i.... ■ . ■■■..■ ■ ■■■■an me n.■■■■■■■■■t■■■■■■■■■■■•. M■■■ 1. •■ •...� soon •....■Y.....■..t.s.... ■ ■t . ..�.'.s'. A1.■■n■ u season ■/■Y.■NN.■o/■/.-... ■ .s. Inn/ •sons affl.s■■ wo.emmumMmumm'" SO, Ammons....NNOY.o'nnso■• .••..oNnn■.s ■ ■stns•■f►•/■t•■t■■■■/■t/ nn■■tlo■■o/t■/'o■t'■\ �•' ■'.Non/t�. ■....N.It■so.N■nsNno. �• • mom n.n■...■n■nn■' ..norm■..s.■n■■n�■■.■N■• .- ■..NO■.ssso■■�t■t■n.o■■t•otnsN■•o■■ .■ •an As Inumses .■ ■■.•' .yam■%• ■nurse■ ■..Y. .. � "��L �.ui=iiii�iilii`iiiiiiiiii= � •- on. e.._ _ Hills 4, - .rr::■'e..■..■ .■■.■N loss'■ ,..■/■....■■■. ■■.■.■■■. , NN moves--i ...:�.. Nl.va'Nn■in'nsrrrrrn nt.e■'ne�■men".u■ .o...s.■... •' ? Y iYY Y•o.oU.ouosu•ow.Y.ouoouq o.YUY.Y.snM. ••..• . p..YOYY.0 q.o.ons/o..YYY■Y o.....n.Nnuoia.� 'suuouon.YUUNNnn NNN'uoouun 1® �I o I of t�; � Q z z a F o a C) it a Q z z\ z H W :5 Q Q Cam 4 0 o o a o <6 x O zQ a = x ~ Q a � N z ► ~ yl 4, c zz fJ ♦ 4- o 0 w N i Q m Ir " a III 1 m � O • Ln I in M � z P — is 4 0 I to o�r � M i N i �r in [` E o i I = Li �a Q LLJ z a � o a Io J z C o � o o Qao 1 z a a N i a Lij U CL F + Mo z 71 p fJ ♦ � i o j w V) Q M ga I a a � r � o M 1 Z O (O N t • qd' e Ln t � _ . M I qt O jell 0) ' 'III �l. ' ll .�II C C IL zW 04 a a E- o DO Q i + w � a 0� z w A, f- w cn - rJ . g� a i O ►- -� cnw U) W f� O 1 Z F- Z a z v Owl Li co f= z CO z -� 3 z � O 3 W vww - _ � ZF � z ,- Q 0 z U U O w w o F- wW U_ �w (NWO z LL)zz w 1 vi U ►U° U-2 W W �U NNE ZZg -- — N F-Q } wQa W Q Z m z U ULa 0 <nf=D� - n J5Q� II aCzfN w 01--- g cn ° W- W W Ul =° w Of LAJ �wO = F- Vl dW ►_ w-~ zz - °z� z gJ Q rw�z U LL) �9 w cn °° r.�z--Q h zK Oaz � � QQ � U OU U w ------------ O r - Z J vu (N 0 I a � / / 2 C = z 2 ° 2 Q k 2\ CL. Ix ® E- 2 K §� r J u e Q 40 § 0 F— 2 2 ƒ k\ \ / / / + < � ƒ \ / 3 z s d --."Xƒ / I \ m + » 00z lE V)- < uu \ o & ®- & 0 0 0 5 _ �M \ EEh w S / �/ ( � 0 0 ¢2 �u M / y & q < § \0 00 �a \ < .0 u � 2 & . i u i q Li 1 wy _ wy � r - 3 * S R 3 i \ � | c � . < ~ z ' 3 0 I - & & � ® 0 0 \ 0 e \ LLJ -LJ / A ? q e \ LLI LLI V) M < < a c \¢ | \ w c 0 / PO < $ < q R / / / E E u C,4 e 0 ® < » ƒ R / \ ƒ / / G � z k � 7EI % � � � � a e \ 7 N0 \ < \ / \ \ COI'- � / 2 0 u 0 / I / w 2 F 0 z e < d b E e@ e z / u 3\ D > i y 0 u / % \ < ; @ y < E a_ \ <0 Mi k z E z £ © < R z \ > / / / / / & E z c e a , 5 . Q N E— C14 z O m � w = O w O U Z a p as E- W w 00 U J Z .wa a z a F- W as v' V) �O of } 5� 5 w z za XZ jr U U NU �mOm a w A aN Q o z L) w a. U� (n � � o aW >- a o o �• C� d qoO z +�Q c�(� UO O D f1. Q d W < w W. = Z (n IL x w Q Q m Z_ U Z _ a to Z 1J �� w 3 nj D (O L— Z a: a a Z a � r m Of �-- O of Z (n O W O W :2 Q _Z Of > U J _Z C) a. � � w J z 0 N � W 0 00 U J WW U 0 Q 0 lL W j �il Q Z 0 w (n Z 0 0 Q Z WO Q 0 Q N � � aU (n Lo Wp Q D (n g l N O z O Z p Z 0 cy- LL- ' U O m cD w m I O w Qf cn = N t- N 0 L a Q Jt J .__I U U U t W N W N w A z e � � y o Ld cr ° � o °u ao! 02 > 0 a- e ._ _ _ ` O O , 1 y h N N In o H N L •� ` w W a a < d � o f- F- • u • N O V s h • � � o t v o Z N i t ` • o I - _ •` • r D N • i � > > VN �N ►Oft G p o • o` : � r v � �C O .po u c T s o e > > • o°> > �n�O h � •'{� > atop Y 0 _ G7 N 0 p O O ti a S o f i�o n `o � • _c°a o. ei u > > - r0 M• o c t:o i VN ' • N N V-_- 07 p r �y co 2 > 0 N LLJ CL N • • O O J w CL r__ o• , o << o N J • o� Z r r � o i o >o > > E O V N O N • O O r l i� - - - to � r -_.N ° � • �o N h^ > O o o c > co O -O • O � ° o > O h N O N ~ N N ii-M O L _ Z _ Z W a W W CL it c� O O 3 W C7 Q i a a a O A z �� C) G4 Z W q a o Z 0 qO z W to O Q OJ U 3 _ ♦ �' F- z z o J ♦ 3 W D v M � r a m a N m _ M'I J LLJ m — Q Q C) Z z Z D Z J — N � J Q O ►— in N Z z W O Q V p m Z I W W J Li Q m J N U O w Z F D O w Y Of F- W U 0 m Q Q m � J w F Q w ' W a p cn m o CD vi o � z � Z 0 0 o N (n cn Q I I Q F— Q w o E- C) � O A Q z � a 00 N CS z q m z� A a � ZQ z a E- < � o w {< Qom_ Cl Z N Z 6 Sri "S 0 O H 00 w p W w~ U F r Z U O U J + J m w � \`. »w \! � O JU \r CL �m0 w \\. d :2 \ \ m -i Z O Q U O IF Cr O Or Z n V o LLJ LLJ 0Y Cl) Q 0 w -� O m \ w � 0 O Z 00 \ \ Z Q j W Q Y J O Q- �\ _ 0 Of O Q OQ Z U Z 0Z0 �o "' \ lo' ° 0 0 0 uj�?� i�� > ' YaO aN �WQU W D O� m • � p U Fn x0 \\�. �''° C) L,Jm X= Q O w m \\ \\\ o J O ° z Cr O O 0 ~ Lij Z O Ljj � U U pY UU o YO QQ \\; O � = OQ xz w \\ i U J~ _x O -j z 00 O \ \\�� w w \0 m YY� 00 tr Ww()f Lj :*zU UUw U Cl-16 d� O (n Ul� U 0 Ln E• O LL] W o z Q �' z a D z JN< o a a z = o d "' ca O z wQ3<H U � Z, z rn Y a N O OQOZd w O E- LL Wa -� QZ r-) W ao w LJ mZ ~ ° Q x 0 Z o W O 00 UwZO O U I Z c~/) w w O f V w H Z LLJ w W ° V) ° ,- w d ,i; d m V- N (n`-'H - W 4 + J F- wOwJOf O rz O `O a (L1 w � ,�, c� m w Z Z Li LLJ W W N Z Z O F- U W -ZZ Jm � U 'll (p U' wQL� OO J � 4 0 Z N (n > = V N ) OZwz -100 Li w w o 0 o Q z Z O Ld Z N Z U = pw X Q Q N • � FQ jo O Y U O w n Q v a_ ��'' ~ N d m � QNQmLa1 � Zm Jm • V � Q LLI ^O�wQN J j (QUO Q • j ?' XZUO I 00 �m ° z � m U v Q U w Q X m O w w I I D = NO CD of U W O O of o X= I Z Q et Q U'' F- Q O w W \\ z ZLi o XO I I v D dY OZ Wml-d t • Z Li- Ln W tl • o Z F— },cr F- m W Q -- N 0 - Z 1'3 z N Q of w vD _Of w c� a =,� U N} U ' w LLJ Q • 1- O H F_- LLj • a 1- O UJ J F- (n U • O _Z q• f- m LJ- _Z =__ ° c• w O N U Of f Lli m U uZ wZZ 1 > Of Q z L�`��'_�� a U � Q F- Z O z 5 z w LL 1N3A „84 f 1 CD - • LLJ LIIi ���� - • • a_ Lij • ` LLJ C Q� o .• ' LLJ LLJ O II'I'II� • •• . ■ I I •vY4 c• n O l0 N u •+ v v O O CL N r ; N = W u. e7 o < 0 0 3 L r*4 � �- N O x 3 x J d E a 3 u N > O C\ e a, n G a ; o F c.. d�t c O C n n —n v ~ (Lo _ E vo 7 M n W Z Q q O n x a E c o o > ° u u m w o„ E n — >o + W c 0 0 0 ° a o t a Q o �Y — E T u 0 cv is ccccc o EO O E N NM O E O p n x D (T5 0 o =E ; E of 0 3 a E! r-E of w c" o of E a3 E Y It `o �"' u o p a a o x � ON - o f o �� a m w a E `c va cX ca n v c — o o — o C O L 0W� O C O> C w O C -p °„ a F E ° ar w v M C O_v tt O O O tl L— L O O O — Z o 30+ZJ T Y r= x x m -( s s � ao b zo ALE S IL e N N N�v t.j in co 11) CIA N to La i-- N ^ � O O i ca _ N M Ps J O I LT at -t cohN� C4 I_j — t u d a-CO `~ ao^OO�N�CV I �'go 03� j a v IN � N O co W Z ocv °� E N Q co 4 `� r v o ” o O " J O C7 °_r ir fY „•r, o-� c ;,3 o ` E N L Q cn o °�v c L UT O Q f=J E mi...��<� ♦ Z Z= I � V i i ♦ W 9 0 0 0 0 O ar o O —En Li [dam m m Q]J J m>i J V7 J m d o �l 1<�YQm pWta.. 2—aYJ J v' — u « 'E o D 0 • N E N dEo 3 C F- ►'O't w a o c o - « E o p o q EZ �+ u vo v « nOCO .0 0 L� Cif v� o m S °' 'L' O? °a•u �v°v ea Z Z O D W V a o p o p o a =a ri 6 / \ e `v > > x c o o p ` W o « ~� 3 Vcoa ` onb c� O L c o ng 5.. c ov O ca LL C L C ?lam m` t U C 1' N c ° Oa _ � o � c W o ° o ° cw U au o- c o e a c o a o a o o ° ° c ° Lli 0- - ` o 0 O 0 7 C M 0 D.a c oM O U ° L C O p O O CL t vo c N v t is E o c a c o o co a � `o o„Sz o E of (n a) 0 0-0 or °Do °a c - oE o- o v� a c o va u cM n o cLi °v ov « .� .: o o L o L O O H o._ °L� O C Wac 3uu d' uo03 u0 ao `u O F C n O o CL Z of M t n v > - > cr. O O 0 a Y u 01 « 0 - X ; X D a o « C N CO « O O o O in a- F- > a a - a n r---+-?--+ v MW cli Wo o_ `o , u W o Y l 1 a « O 0 :3 o c O ..0-.f cZ ao o O1 C O «Z °i .1 V ` ` � � O �� w o o w c D ` O D C c C 0 0 E O ff a - i 0 o D .a.. Y O _ 2 7 L c 0o n '� o ° � a v' 0 .0 0 ° a° I o coo `o o c 00 `o ( a 1 cZ u o v° E a La i :. m 1 °o l °v >, ao �� v 'N J u° • • C4 — ~ o o ° `v D 1 1 1 h o 0 Iiun axlua got XVYI.L y��M wJojuo� oC Pa0npaj oc v ° aq �COU� 34Eiia4 PCsaPad - "OC �� "� -9 -z-asoq 1xngoa 9 « - 5 3au!go� jo asoq woj1 )VY" ..o -.L "9 5 r 0 i i A z Woq Z a � A c � v T OZ � O oil cn a : o v Z p u aLi O n. of = ;c IQ a I<co IF a a: f 1 q c c Q, v _• _ O > t ,e oLL J z qu t- r W ` O G t) + u CL- C7 0 Z °= o L9L v °v W W C O D c U v U- Y Frr r c O C uj N L W o C O _d 1 � n b _ •1 N 1 �? Z •n 4a.GO. < b �W CD A L h I 1 V L i 3• 4-- 3 C: U ' N ~ a d 13 41 tl a A 3 > u o rt 40 c o o a arl � ... _ - W O U j� d t V V d O C A CL 1 ty�}-1 tI7 1 J P V W O 1Y W Y C 4r V C d TS a j C L Q1t 1 --i1 �✓ tom- 1 C S a D_ tl b b y b 2 F ———————————j W C J W YI W • -C tl a Q N a h 3 8. d ` N L 7 tl e i ts _ 0 / m Y .10 Z I/ s i K K m • • • � • � • m O Z F- IL VJ 91 - Q a d O - - C� Y r ./t V v O J O I F 1 p d 2 V 0 Z • O r 1 1 1 I - m p Z: W W a> �� Qs W W L ;7V o as y> i in Hr 1 1 1 z E� 1 O W q' -j z w_3 1 1 � d p- Z) ILO 1 ...F3 bra 1 1 1 w 1 1 1 a. y a w o v. u �l �L----------- ~� Z c Az n < <n z 00 t �- �LL a o o A 3 vi 3 2 C LM 4 0 ;;ILI CV z; z 3 s G 7 a e b Z v aU uv 4- 'OZ • CIA Ou0l h� t c 3 D 3ZCQ a WLL U r 3d L O = 3 Vol, L coua o c� u � T MV n cm w 3 L .�, c J< • �� a z _ u a Q a LL��xa ° v �3 L v u m�< ` N < c - c _n to - 'IV turn•r t h a Q \ n 3 ♦ N " a� of h N Q A 7 N Y Y a]0�.3 Srid > E O«- E tl C T-; v \n Q ct33� Sot ' w �-',� a N Ev�Yiw ho c �a°v a E c O V L�-LL� �sua g' < rna d OL�.a tic T tics `v u C Yn d J D. N G NV�vuM Y V J Y tla 7 ~ u %D=V �7J �a�tl a p a d> V c Y 0 CO v a J<C O Jta E + D ENav6 CHp>�- C0y C r_ au L ti C O p Q • Q�1nA V UNd a • O °ia 0 7 OJ 0mm LTV tYV OZ L 3 a V .. W V J CJ Z tb r t e h 2 r 2 2 2 h < N h t�r r r r CO r r r r m t r fG h N C V a aE a = d = = U L a o' v --- o< u d uno� zt sauOA �,r - ------ N ; Q g v E 'o- 0- v I I L E � t- °'1� i •. �tl -U a° LE L- oo a� cm m j� I a o ° at o< a< a w 2+- ors 7f. j _ O ------------°-1 S S = a Q c- "0.0 Q E L pnf �vv �-T NO, CtroM O 3 h atl oa►ty' at td a °> W 0&Uo ' ct O- -Ev v N r---------------1 d d o0 t_� L s,-t .7r �- i 0* Cs- o 1 Q+t C 1 1 r 0 a----------------�1 I e c7C � �W OQ ov E D 0 0 Q e d o c v a-00 ; pu p Xgv �o f o as ays cia tiv j a Z l Ml Z'a tl a v en o� �o sarJOA IP---- r---------i - .----Y-----------, tu N N I s � � 1 I d v sk o - r r c Q 2 W }LL ; tD gt I 0 J c n 1 2 a J-� 1 C - L--------------I a ---------------- z -ID i N lb Az � W po � Q a �` C • c o a vi c �n c` �� of o QA y b O•, ��. h V C J fa �ocb, v C,pO °b E� O§o E i u o a 3 a. Q th ` b OZ 4` m"� rOU bg Q�C `lb C�� L� h,� Q b� b w V *41 d2 cvnv� o b O Q ° 0 Cbb O a CO O b �� J O o� Q• �,C ,U b b V'2 b'2 V y O CAC�L U O hoV ti U ti '°� °t z b ` b 1 - 4 O �y� 4 Q b1 ^ w p d N 4 Q ZSc a b a O b � 4 e ZQCbZ� 0C u� Qn•1� �Ub � p \. 4 b .mi �m301nt'r �g'� c � ri c'u h o Q a V •,b o b Q. oZdtioQo� : " = ' o ?� •-� �o+�' b y C v 2 O v h Z V V •� 4 •b C b 0 �` tb.. 6 0+Rr k C oh � b� .u�•+ a� h6 �m3nva�O � � v W1'i •� 3W Novo �C N V e bh h 0 X X ` X i V � o � x Q v, 3 LU lu (,N lu d m H r 430 v � N x � n N 0 �© W CQ Lyp p 1 i CQ W = j 4 1 tl ti N � O W � 1 o � n U 1A N z W o Z � z + + w a CN ~ � � � QI W� N • a« Q W < ice = a•ri<q ry z z � ! � m Zest ya�`7 a In aOZ ix us Z [S < < °.r O d <di w zv v � �e a do°�y � " ^� Qh rQ K I.—I m u o y �g- = U y J Z d Q °' d u i�p�OO v` h D tLi us �Fy O. �.L t 0 3 L 8L N 0 CL p d P IL `:g a d`oxco° cD d - W = zI I- CL F $ ` r o�am°O ��<, 0 uj N Y 40 CL r p N Z f N n i W N i i-i -t p i tl 0 Z �+ Z �,„ Q 01 g Q Q h K ^ x s N t 0 J p f. r d q in a f 2 f fa N N N M N a r > n a.m0 to � o -OO " ccc C ce �+ N MA y d " o 0 0 o O Io c = !- < -_ Nu zzzzzZ c € W -o ov aY~ aptly C� e vi z a n w o 4 3 &, +- 0. 7 0 p r C F L~ tl 7 D. 0 "fn a r d n 10 tr +- 2 p° •b 0 Qtl Qf ~ gym. of W Lm~ tl VOC �� _ ar ONatx i.r a G F- 'n o ° � tl o 0 0� o c a P � o 0 o as � SO. d mLLIL YCfa >x=N U �q 0 i a o_ CL V LL CL w f Z tl W _ a o z � �l N C a i tJ O d CL q v� - � N L N L + O E O a t � V � v o r a HEM N O 3 LJ �7 Q Q- E- Cl. W N A ,o z z,i �n A a\ W a o Z E- a ° Qn` a A E- Q U f W � A � W z a a Q m v ch n z z mo C.0 0 m um in a N O z CD (�] W O Q Q d A a z z , Cl Q a z a O� Q z r� v o i II O + ° rU l� I I III III - I � IU _J _ W i W a a h M d I-----------4 W m LL z 0 L a Ix I w f- Q 0 2 n U. co O m c 1 I z C14 U Q a = a w = ° Z� c A a n u'� H H u o < ' ------- Q n. Q c z al ------- A O x{{� O I LLJ w � W Q U Z O !1 U j0 + 4L W ca W 0 a (/) < Q m i z 0 Of w 0 N C W � Z F- Q J N ao 0 i w i N w .4 aO wa H can = w z o a A Z Z� I� ¢ z ° A a w" a a a q x p z O O° - 0 O V q st U A Q v CN p i o a o ; I N CN N w O U -> Q w U < w o d N . A I Q z z 0 O [�0 • •• Q �" Q (il CL N w a • O O o0 • V) f= a A z N z ty i z D Ln a z t'`f 4 11 ,tV C.7 � J . ¢ O O O -JO a U a o a w IL z Q w m Z \/\ o 0 O m U J zO U \ �Q� •XQ Z 00 Z 0 ONO t1)M U OO-uj W z F W _ O Qa. N Z O - O U - O \ Of w 0 CY \ \ Q LL) 03 0 00 ci Li w I I JJ I Lo L< i J W C) \/ \ \. N Of J W _ /\\//\\ m Z m� \ W 0 D U Lr- =O Lj I N Z()f Qw Q JO N W d Cl. F- 0 N O _ �O Q c�w I N It V M O C 7 6i I Q w a a w V) a z zn W E 3� � I. E- q W n. Q W _' � E- a a x` n a rz o Q.o t; U Of W W W A N J J 50 0 J >J W -7 = m = < Q Cl) a 04+ a QN _Q o z N st f J J + O Ckf ♦ � W fu' ♦ W p tl Q1 (D �X ♦ � J o m W s t0 Q m 0) Z O n(n z ill Of 0£Of"HOVd ds Mur Hi'i}ftt DMQ 68•QO&WILLya M tanru clycHvis . 113u(U.OYJMVM r.6 03 :)3dS Sr- NOSHI?SdOAlm ' ' '� nlaala lloe OHIJOav I ( 1N(lOW Mg rpv3�►�aIue6a lf/1S3a3d II LnN 3(3i{ !l3NSbM lvli nos N. r�vorrv��v iriN 'JM13A31J 9�.1•Z-.81--.� . r C 3,m3,os 1l VA L£Z'X'O.0 ZAv '►'•�' z m 310d 1331S U I I II J <y 3131N.N7�N 3 _ 83111! dns.b 3W 8,SStl � 51106 tlONO - ovd Ln03M Z-.1 (3SC6 1v1S3(33d NINUM 11! O1 o31vool (S)11noN0:) CITY OF RENTON r TRANSPORTATION SYSTEMS-TRAFFIC OPERATIONS TRAFFIC CONTROL PLAN r CONSTRUCTION COMPANY: APPL. DATE: ADDRESS: PERMIT J: PHONE #: ( ) CONSTRUCTION SUPERINTENDENT: MOB./CEL. #: ( ) F'ROJECT NAME: FAX : ( ) r I'RO.TECT LOCATION: N/E/S/W OF: WORK TIME: APPROVED BY: WORK DATE: APPROVAL DATE: _ NOTES: 1) WORK ZONE TRAFFIC CONTROL SHALL BE IN ACCORDANCE WITH MANUAL ON UNIFORM TRAFFIC r CONTROL DEVICES (MUTCD). 2) CALL 911 (USING A LOCAL PHONE) OR 253-852-2121 (USING A CELL PHONE), FIRE, AND POLICE DEPARTMENTS BEFORE ANY CLOSURE WITHIN PUBLIC RIGHT OF WAY. - 3) CALL M=O TRANSIT CONTROL CENTER AT (206) 684-2732 AT LEAST TWENTY-FOUR (24) HOURS r BEFORE ANY STREET OR LANE CLOSURE AND 30 MINUTES BEFORE THE ACTUAL CLOSURE. 4) THIS PLAN MUST BE SUBMITTED AT LEAST THREE (3) WORKING DAYS PRIOR TO WORK. 511 APPROVED TRAFFIC CONTROL PLAN MUST BE AT THE WORK SITE DURING WORK HOURS. 6;) ANY VEHICLE AND/OR EQUIPMENT TO BE USED FOR WORK WITHIN THE CITY RIGHT OF WAY MUST DISPLAY A COMPANY LOGO (ANY LEGALLY ACCEPTABLE SIGN SHOWING A COMPANY NAME, ADDRESS, AND TELEPHONE NUMBER) AT A CONSPICUOUS PLACE ON THE VEHICLE OR EQUIPMENT. COMMENTS: r -- SKETCH ' —NORTH- r r r 1 r ' I have been informed of my responsibilities for traffic control and OFFICE COPY T- a ree to comply with all traffic regulations of the City of Renton. CONTRACTOR 9 P Y 9 Y INSPECTOR K. KITTRICK/ SIGNATTJRE: DATE: POLICE FLOYD ELDRIDGE FIRE JIM GRAY/STA. #11 1 e I, representing agree to comply with all traffic regulations of the City of Renton. I shall prepare a traffic control plan and obtain City approval of that plan. That plan shall be implemented for all street and lane closures, and the plan shall be performed in compliance with the Manual on Uniform Traffic Control Devices. I shall notify emergency services twenty-four (24) hours before any street or lane closures. I understand any lane or street closures not in conformance with the approved traffic control plan and/or without notification of emergency services may result in my receiving a citation for violation of R.C.W. 47.36.200 through 47.36.220, 9A.36.050 Reckless Endangerment,and other applicable State and City codes. ' I certify I am responsible for the project and the responsible party to be cited for violation of R.C.W. 47.36.200 through 47.36.220 or 9A.36.050 Reckless Endangerment, and other ' applicable State and City codes. ' NAME D.O.B.: SS#: HOME ADDRESS: WORK ADDRESS: WORK PHONE: HOME PHONE: COLOR EYES: WEIGHT: HEIGHT: COLOR HAIR. WASHINGTON STATE DRIVERS LICENSE NUMBER: ' CATraffic OperationAMPTiines 1 i ■ TU vn v f c o of °i r _ Q - eLU b o h o H o w �c 'F b b t C1 N r h v - C b L b b ir - b K b N L 4 CO O L t� O 1-- t o° f- L-LH- L: 7 H u N K Oo tT 0 LK z Q H O te F°b J t �E « g; U c C)+- ♦- c CX - o oCk l 16 O- H b N r ~- c L O g in v W 4� C W - P 1- C V O: )-V E O 7 u ° Go 90 m b L^h L �- o V O- (L u Q 'F 40 P b > b b II C N > U N = L Eq �t{-. O t /►-L �- L O C S. 1--m O N p a b +c L %- `o o r � ;,c 2m a ° F Oov M V yc H S v V b LM1 O a b L h >_ 4. O �L to ) ° w OE PO O r v r ^ s O >�• 'rxi-C b b N o dX r r r LO�1 z vv K v itb 4- O>~Cb pL C KaKr ~mac t,S s C U u S t xL; fVas+. art b *Ao� g « pLC V 40 4- C C- t O t `OC bd0 .t Cc d�• °u O OO L _ T) C- c«O « moOO_V NO bLp O r 0 0=0 c tics+ dL > NE WO Y� ' ^a . L n > 0 Y K O O v C .l' N M r If1 10 oC~N �, u dL V w N o X � v 4 � — Jr w Kl n N v V W r b L V r N an O O Off`` = N o d v H C ' 6 Q = a b O d _ 10 B \ � .V. T DC ° f w U v O T V L O C w V O T H Cr K N C w U — 0 V 0 ov-maL- �. r' Lx D t L c Luc- C ` � ..w > >�oo )c OS " 00` u O Os o 0 « L 0 0 V` d U L ILI >IV l O M N N o p o na - o C W = b M v V P n g a ■ T • ` ` Ab „ v 0 41 OL a ° Y II O7 C � 1A L S � M fV C� Oy ate-Z r �Z{ O C]II V zFD:t v a t v Z_ 2 ai,o t ON- ADO 20 Q < N N r M c �J " N C4 u a o t Q 1:17 PL O N ,. > Q n L '^ *A L_ 0 OT fO- LOC„ Q = VI T q N • �.� -• b O L T 7 C K L CQ L >M vi c O = j O o �v _ c cvmc i-0 i_E _ O as Lo D Sava qQ o Of 4.W CC hV 6'V ~t i a er` b 0 t� a M :. N AMO WG CSI- e0 9 CC 1 r ' o 4 44 u S J 4 r z t W o h W M o O ~ w • M •-• N v p XZ X c � Nom' o c • o T I b T 0 ° T L+ OT aU 3 at � v i 4 ca vo 0 u CC 5 CD -c o 00 0 ca O U c M v a v tU :E T O O O W U J r � c v w r, 10 D u, n & o 0 o J " 04) a, 04, . 0 0+- > NN U Q V U t P ao a0 �-- M L �c --D >, --4- >m•- c." o d Y t O Ub U> D V•- n- U -L L V V N.4 W M V O O O � U n O O >Ta O 0 N T 0 L-0 V ML o- a Z Q !-Q E uLV ZN c 0%0 U ►O- �cx O DO ML CP 7 D }m aW LL 03 0 W Qa 007 V.V+ Z r pp [� 00 4-V O L O it^ S •-V W S v M a< _ D U COL -N a_ +- 0 d \ \ U C L-C E 7 N �t4hO O �n CS o S L O 00 N O V 0.0 Wr W Q O^ \ > P>,4- U }m O O J L ® U Fb' Ft LC M MQ p� Q U O Or 'A 4)V C O O O V -C 1D0L y to oa t Da c Z Q 0— Q M V 4-4- E E O C O+ ->10 (.1.. v L mQ O C m 0 L- Q pp _ yI r M'u PO woo V} c 3 O • MM PC O�O'f —m C— > _ 4-10 } } v>m P m 02 0 bM CC OOC m • _C VV IL 3c C 'Y O7i Lm E^ �V -mm O--Pa - C� t Pm- u CMm M C- i j� O �LV >V 7,C >CCO CT a 4-m -m .0 m 0 v aL UDO tc - DO O-Q>+ b CO m 10 CC m -t m 3 P� OU c0V �F-LV °ov_P LULL°O V/4L.. {�4-- U eLa 7 .41 3 N m-- 2t7}7 to- La �!6 �1 • C3 X QQ C Gn L Gn M ;F ZE X S m �n r o o m an an r M b In -W on H v N o 10 y CM M L m M C T O�T7 O 4m- 10CM - O MT 0 L 4- - TM < u1 C M CI M m7•-- ;y o 4-O vd OL DMVn OT an d!O O O 6� MD v o or C2� `bOy v n o O U L. oy� (i 3 —o w O „ 0 o 1 u v4) +-4) 00 I `0�[ > J 0+- c u C O O V = m _m o Xf -L f- V nV n L >Qi nL•_ 0 o T u C o U �� J c QH- >,- - - z Q t` wv CL 1 CI V ui M l .ra UB'- O O O O t� Q MI C �~ ® Z z O u.._ ~O" V L _ „ Wa O- ° .O.l .OV �� � < Z Q -:vv Zv+ r �7 « p !Y is►- Q W � U o z S U- u �u �� ...e o Q sio o o a � " � F Gn h N O < Q LL. ~ �.m n CC i 0 w O 1 Q I V C: H n H h « W W% O O p .n O n on C> to ® •n M N O O • 1F3 I W J .r O h O 1- V C"' a 0. 0. b .ten °u f t�f�D6 -' IV �[1 KfO O � a O an O 41 s < Z d .O am r � r N N h o / V N on 6n on 6n J W a .R N h .l t O CV _ d a- O O in O W = b g n t / � o w ~ II y{ C:vs w L m_w N h cm C4-0 O 0 v•— 1 —O C X 4.W 0. O0:DO JS� Y I c CI y� ..B CP _ OC �R y� tI O r O1 J O - a _ an _ + m o C-:.2 ,� °v u- L 'O w v >v " In �q - OC 1 N M O �V Ot - +O pC O E >d p O q O .n W C V O O O V N Q CO ' v/ N V L O 0. O b 0 7 K • t V Q N < C O C „` O V O oY mF- Q a O O — -0 0 O 00 t V3 aC0. I 0. C 0. On C c VT Cl_ W V M O ~O �O h P QO 0t . O 11 F en V N n'° V 0 T °vo m j ou v �^ mo 1 I m > ; E nC ° M o L Y Nn d o to u u u ILA o 4- V 3 O o= o' < v v In 0 a j ago _ c v O .n I , 0.. m Cl 0 N — V C O O .. o o c 4, vc v -- c o 00 pt Ck m O OO N N O.0 ,C O J O N V N t 012 V Y1 O r Z` l.l_ O ° C O L CT N L V 7 - IV c cc 4L N C J >. V h O W W W.n C S7 U (- — > F J O N N lL 4 h l 6 LL in =n N N N j = J U • `O W /1, N a D V L h V W o CO °no U <8 W C t O 7 4. 6-4 d Z t 0 t U ~ N N> Z W p OZ L .0 O C V h b e o vw K = O D V - ° C V L c b U Oa V > V C O n `h r 4- h L `{- V K o<Z 8 V Z e rf V C F A L O ~ _ ~ T. V 1 N m *- a N b ►. W o O O ` V K ul W ~ u v .� F K- � v u � _r o �c 411 0 � Z n V C v L y� t O V � O C rtqqq p K i b OC1q�s OO V D U- t L n b o L C - b o 'F- U - r ma Q�S • X X O 8 1 l X Z 0 X E < < 4 cL < ♦ L r —♦ H O V ♦ tNij V F C W T C ` t - <.7 c E U Jw � 1 W O L { < < Q =3 O w s ° v n ° v �La z H – t U W p n CL N C W 00 Q 'J Q ._ v v ��[ N o Z V C v O U°, n u 3 d =v r > o o < 4 L � L N Y L O O O t s m o�Eoc E Q < p c 1 u a OC v U t N N ][ uuu—E n `n o ou J w y-D UCr M h p „C < O O L--oov au ou Q in •_ in co M r VE 7>VD7 N O UO ~ zz O ^ t 0 „4 O L T C 0 7—C a 0 03E0 O c O � U O O -L0 a a a 0 OO O 00 y O N. Y N O } Z f D N OpE V u W Y V O l ra �O > >_ W� *_ O w 7 O in Tv u uEn u m N x O va�N v v �■ `/ H L Ym ei co 7 Q OC > N o i N 7 10, V D f^ •r L O O Ln 'O V c^ tD Vt'F— N to L !-V1 Va 2 u O V— 7— 'V m LS 1 c OcUVDL { EJ Ln Uu -VL a't-N 7 70 o OL wE>f0-~V m DO a I « O p �- 0 0 7 U L•F• C -V F O N 4 < ' V •VeOV V V L _ Ur V V CO f U V L -OON r O OC-- Va7C0— w N ZV0 V—DV010 o o W r _ O O ►- C;4,W O N O ` O 000 ul N e0 W C U L^ u C V„Y c .Zy = O O° rn O 1 1 h O O ►- V O O O „ �n h w •ILL i 1! 4, In >(..r.,, O Q M 01 r t� 0 L O N.Z.. S V �' N O L t V ,,,.U �, - f a O O ..n O r O v JQ U O O p = c N N en g u I I O ZIL Q Q M N W D y 4 O ZN J t � O N � =W m N e•1 N N N U.V W O r II N -n O d d O O N O o, In W M N h i Y � w I ^ N cr N V C o 1 O_ O— Z VLy' _L d S Ic p� ,z k— >a° tea•~ 0 dL a 'f-r O W u v to aC) H t- f O„ C> >� 6 " 0Op M 3 J 0 W ^ S V L C m a a a 0- o cr'I v .n .n o O X 0- W U1 Q M O C O \ \ \ \ In Ln tn in W a N In Q M N L I u< N N N � 7 = V h U O L X 2 O T N ~ 00 O r 4 0 di V N a.c O TYi Ir a N .-c M U 0+ C I I _ _ D Ouf _ V J•_ C O 3u c cvm L N V L O O t f V n L D D N N O Lx 7 l L V C•- V V T taw ¢ > >�00 c —O N c n3 = O ntA X U O y O O W W p V O tlA N 1� CITY OF RENTON DEPARTMENT OF PLANNING, BUILDING & PUBLIC WORKS R114 R114 ROAD CLOSED ROAD CLOSED TO TO THRU TRAFFIC THRU TRAFFIC liff"a TYPE III-1 TYPE III-1A TYPE III-16 R114 R114 ROAD CLOSED ROAD CLOSED 1! TO TO Ij L NIIL Nk THRU TRAFFIC THRU TRAFFIC lit DETOUR DETOUR M410(Fta ILI M4.10(L) T)'PE III-2 TYPE III-2A TYPE III-26 R11-2 R11-2 R11-2 ROAD ROAD ZOUR CLOSED CLOSED CLOUR D M4-10(R) M4-10(L) TtPE III-3 TYPE III-3A TYPE III-B DETOUR DETOUR DETOUR N� ) ) MOM ROAD CLOSED DETROI,R I�I R11-2 M4-8a �N APPROVED BY: TYPE III, R11-2, R11-4, M4-10 (R)/(L), M4-9 (R)/(L) DATE: 06/22/00 I _.. SHEET: 1.0 r'O,Tr-ffY, 0 rn+—.\TCP\TYPE—III.liWo 1 APPENDIX C - STANDARD PLANS CITY OF RENTON 1 i i APPENDIX C STANDARD PLANS t I, r g a z 0 F- 0 w ? Q Q Q Q Q ° ❑ ❑ ❑ ❑ ❑ a Q � t7 U X Z z w O z cD W Z U � z P: > U (D -i w Z Z LL Z J O w Q W O j z o t,/ ❑ w Z J w O Z z z g a o Z d EL 0 z a z to 0 ryw U U U U U LL Ld W LL W LL LL LL �a w ►- d 1 ►- H H N Z W Z O W C� co �- z z �- W J O 75; O Q I-- ❑ 0 0 0 0 0 ■ W M z VJ > W O O O o N N o ■ = W W U 0 000 CL m z of LL 0 Q o a Cl) 0 O w (/j w H- U U ♦ w 0 Q o C 0 O LL J ❑ ¢ w F W -0 U Z Z z w W W (1)i of Z �- w } 9 Q i O W C) � _ U � N = z LL, P M M - kl>glWl M S e dY B N xY I" S xY s xr Ewa xr wiwa � a I H J S xY C Q N � S S xY O N a s xY uto7 s wY s - Z Z xr S fr ryofr U Z G R+�YI!W. S xY auofr �Dr h s \ u rn s S aY flNP'S F S xY wS SNYwo - xY aVl S ' sxV slsgn MI Y'�N { xY ypNl A �5 E D I M3 M m Y m U 0 H U ED ` L dUW Jl11N1OIA ONV 'X3ON1 ONIMV�10 `31111 Aoao»slulwpy "A'd uowjaww! 66a'O 3H0 dddv IWO xs NOISIA38 'ON ,adoO s>ijoM o!19nd/6uLPl!n8/6.!_,, �`w.ro .� 3Ha� V26ti-Vl/(L00)Z6ZL-Hd1S-0V 'ON 103PO2Jd wruva ° iN3W3AO2JdWl NOUO3SN31NI NOlN32^i MA £0/90/Ol JO All^ ® 1°"��`O°o 31VOS 01 lON mfOSO "1S H1L 'M"S /'M"S '3Ab (7N17 0 v o =J—­LLL _ -- + CD '� w W N N I a ° co z N 0 } \ of\ N F- W U O I I I 0; a ZO wa \ t i O z J LL (-)Q I o = o z az On a i n Z o � F-Q Z o N ❑8� + I JZ a Z L Z a N ¢ w < J u p ¢° � (If p J J I N Z 0 J Z 0 2V<? R aoy10 ¢ ¢ a mx W3 �W W W ¢ ° Z 30 per+ 5 (r w tl u , a ° a-r, Dz z F-: \ r V5 0 p d o o} 0 ¢ Z J m a C� \ i NDIS I I _ � Z Z o U o O O 0 Z U Q w ~M O n Z aJ \ Z U U wL� ¢� 0 o o Q N O \�, I i LJ W a O �J KQ �Z� Z ¢<� I- w 1, (L p� XQn (, Z wax If) I �i a✓�/� \ OZ c? w w� zg UaU Z OZ z°zw _W Q °Z V 7 0 0 Faf In M J O �¢ x� > oN w W wz n LJ-I f— F- a p (V N W F-Q w FW- 0 Z 1.0 \ I + Z U J J J I- >�i 1 m Q a =3< 1 ~ � Z 0 z z z3 �o ?ate a Q W M y m F- U i 1! z5 _ � �- f-- � I + J N C14 a Lj Uj N� � \ I �o F Q o 0 O a Z Of O U Q a °o2 omQ + ±� ±U + aa.o I Zl I ,ZL Zl Zl I aao0 <¢�� FQm da ¢o¢ + o _ Z E \ N 00 'M'S GNil '3AV __.. II N II II �I I I N --- Z­ 'o F4 q 00 M o N q5 \ os+o oo+t LL 7' \ \ �. ` .\ //� N 09+1. CV 00+Z SOS+Z CN y \ 00 _ V \egg-• �o...` LL \ - O /`, N z " sz f a i I Z� I ,zt zI z� O / 0 ,T f , 121 'ave dots i f 09+6 'd1S o \ 00 \ i ° y) I� CJ 1�1�i % 1 // J t 0 ui w Ww ¢ If > C6 M U J N w° �'WS Z >W W a ¢~Z w m c=iw = aw �wt—n z 3}a moQ o a 0 wa`r Z ? < �_ = oww m oww �Z5 z o m w � 3 zax a aU °mz -W w nQ ° JO_M "Q J QJQ QaZt- N-U Z E 0=1 - I I Q Q J + ¢ Y a m L J a m m m 0 Q I fl 1 �'"� ZzQ Kauai zz a ¢ `mil H WQ Q OcYi~ U Q JJ� p > I N S (n = p N ZFZl1J (nJ a a Z (n ¢ - pN Z �m(n YZQ> - J it I N 10- 12 O ~o w o~ F- zm� a Fw °OI a o p_v Q°a3 E 4 O J za Q� F Z Y I I W'(''Iw Q N J W W a Q.Z U Q Q° OmZ Q u W W Q Ln W °o U W a Z O J F~a Q W pW 0_ a O Za a Y = a IY n. -U' O_ ZU' FUj F-JO d a r- Nmc9z <Z U� 0 Z wUZUN z¢ Z z I (/l Q I z �¢ F>- YN ~iF r~nz ¢a¢z ��� r w (v m -z(!' �Q W J Q o aXQ p '�aY ozm o W ¢ UWj I ~OW-<W W p a 3 w U a W w U W Vl Z 3 V < Q I 1 0 4'a N W Z >mOVI lw-�zUh ° 0 O J W I ' z rn o I Oa w~ L a° m N °a Q °ao w� JVw~ Q���� �-w' O I< w ° i + Igpp zQ a� a IrQ a UC) 1--- F� - W mzm acp>�� �_ > I- L Q�r ¢ �� O ow w0� a_ w ���� )-w O O O .. 'tr Ua O H W N 1Y F- c0 w> ¢ W Q> � Z W Z _.___}-_...i W W. m Y Y � w a (n U) L� a U p O Z Q LL,M Z a � W y F- Z F- 1 W a-J w J Z W _ O N w O Z 00 Z Li O a >1.>_ J �1 U' a a' Z Z I O U�°3 a a W N U �O d �p� 0,110 2¢O Z >F 0 z o ? I Z z z°moo z za U U c�zx U z zz0 aao8 amid ow z Z 0 F r (n o- m r= 1= Lo F a w w=� m in U < a > Z F- vIi °M F-i v~iv~ m cn mom° cn J° mq �x °onW zo o Q p o p ¢ Q <b- ¢ - - _ wow <z C) p PZ z D U Fa- ? 0_ W _ w w<°W w W m d d d 0 a aJ. w wp¢ U O a)cai x ¢p aQ Q W LLI W (n z a a I U W W QU W W Q J J J Q J LL�.JJ �A1 Q-J W JZJII-- �(na wZ w W Q O U W 0 > > -�jUW > >O J J Jp -J > >pQ >OOJQ UO F- O �i U in ,w a z z H Z Z 0 z a ¢ ¢ ¢Z m Q O O Z� O v)a¢M a m z Z W O cy w wp of 0 W ED a- 10 U)F-- N w wrQ-a wOw�O Qx -i °Z ~ w a(.�!-U a aQ Z Z ZN"S Z a XU)V) KI-N?F- fnaUa 3W U a LLJ W 0 0 I 00 00 000 000 0 O O 00 I a NVId N011D3SN31N1 aNd addv Siva >e NQISIn3a N �a Jo4DJjslulwpv "3'd uowaww!Z Mato "�" ' `m'0tl°"' - Q ONINOIS 31334211 'ONIA&VI 1N3W3A`dd JdaC sj,.M oilgnd/6wpling/5u!uuDld W�1V0 � 3N Gonw -TcI SONVISI 0NIdV3SONVI 'SAVM3A1aG -V86ti-0/(LOO)Z6Zl-Hd1S-0V 'ON 101M Jd �ra/Nna NOIIVZ1lVNOIS V m/so/o ma '1S HiL 'M'S�'M'S ']AV (]Nil AO XLLI J 0z WOO'o(w'OVd�rs M. all. ON A � 101d l 31W� �9tG/TALO tld\J :08 m M., SlaYOtld - O Z Z Z U N d O O W Z N to 0 J J F- Q W W QQ QN QO QZ O O ZUl~iJ H Ha J Z z zz zL? z z �o o nw ¢ 0 In p (S 00 Z O Q C7 U' U 2 a CJ(n a Q Z Z- (1) Z Z d C7 is r� w La z p in L lnLn U)C) N N °ioa a -O Q w w Z Q� o = Q � J W LLj W W W Q W 0. W li N N W (.0 a OJ W liJ U J w J Z J J- J la- O O 2 w W' J O Ln p L a0 f0 00 V- U U Ln FZ-O O ���� ZS �� > W (n 2N � Na wU� WO 1.=1U w� Z Z �Zma G > 0. > >7i >� > a a ¢-mU zF- ZD ¢ U) Q ° L° Z oQ a o~ oQ o� a (I. �o O_ 3zL° �� �� mJJa aU dt o' Q H U F- F-W m I- p = W F- ~ F- I•) Z Z Q O w Q Q J 1d-Z d'Q oY w O O O ° Z w , V Q m U D ° �W O :j En- �� �Z O O (n-� �LZ-0 �H 1- r w tea- %— �- of JQ Zj Z? O_ d d LW V Z F_�� F-JZ F-~ I-0< Ia- F¢- w?ZZtW- QM Q? 0 n Z w Ln m m Qm Fo 0 oz o d In I w (nd0 cnZg NJ � Q1- �' N- NCO o CJ tea= �zr- Imo �¢m m mozocn mw �°ou z V) s1 1 ! o o O U a Z O a a m C m>z w w U w W Lug n WSW o z i�w_ oo m n� awQO- o-F a z �°F NI-W N J N� -� Lr F- Z cF ++ I o O F" O O !-Z 0 ~F-U d m a O w O W J w J z U =O p°f15 e�yh m a ' ?�z_~o z mW n b0 e�3 (� N ID Oa Z OFw-U OW U O W OOOF-O MF- M U> WO h ( I o QSM Q�U Qom= QL O J0 ZUO t`°nz tMO Ww jN J o J ¢ D¢ g-,5 w 0 0 +m +U 0 p N I�. (n Q¢d Q W iA Q W Z Q 2 ° U O a O> ul W ~S M ~=F ~0 JO t .w HZH Q V Q LtLjjW m�j _ II 'ts I O (nN Q (nQ F- M-z 0 F- F- O�Q J W N W !n NM ON Q�Q a�0 QZM O O UJ�¢m --! a0 >� Z r 1 11 II N ZQ� Z_w z-� ZQ a a mm 3p 3U O o O U� O ULn 0' CO(n_ UF,F- w Q OVO 02 LnE I Wa J N ��J n a vt n nF d m m vZ I-- -m CU --- ---- -- --- cn- zz zM n o o = a�m z Urn mr =w= =wW a a �� o wo ww c� Z m I _ - N -D I -� -�F- -O 0_ W �w >U > JM W C wov + I^ I o wmU m nJ a-(f)d maZ a n zam�o QJ dw'� mz OCR �°'` o N I (II = - o� rr-o= �oow �oM rr- �a.Wa� °zz °zuwiN °W P-- z: zz - 3 w l wa 3m o �c� �¢ o o0 N I + O OF-� Oa U 00_Z �I-J D O 2Z TWO (n -1 trz F¢- »n z z I z z = z z ¢a m�j -a II a N Q�2 Q�� < ¢�_ ¢ d 0_ Zak dUF dIJ' p0 W j= 1 Iri Ii I I i Q o�Q o�a o�J o� > o o Wo?jz oQw 0ZW F� U CD iE O a Fwd Fw2 F - Fwd F a> Jw FPM -Z Nw V) I a Q aIj I ¢F d ¢ F Qt n dlnw Z Z ^w< o owo owF owo pwm m o ooaZa o o� r-� QLA i� I�. Z ¢ �ac�y Via¢ �a � gip= 7 LSj-wlinOO � O DOZ �a � � Nww Ii I Ir O o o> 0>3 0> o� o o a_W-jw woay wo>o �¢ 3 Z w O W w !n w 1- w w z JWQ Jw Jw= JwQ J J Jm.� JHQ J0F CJ(7 U Ln J N J In N J(n J V7 J J `-(n d F- J J N F_ Z_tL' \, I W (n¢(.7 (n¢O Lna~ (na° (n (n I- aJ (nix N°U NZ (n W W Z W d W In La_W W W 2 N� X- .:>_. .�. fn Z 2 Q Z 2 Z2 N Z Z O U O(nK Z Z Q .-d W Y I>.\ V) O O O O O O O O O O O ' �� n fl I! u !i- 3 CL W O \` ~ m r 'M'S '3Ad GN11 ° - L _ — — — — — — — -- Cyr f F N o _ -- - _ _ 'DO 0 - r M I m OS+I 00+Z \. I _ M_ _ - \VI _ 3 M � -- z QO I � I Z Q 3 �" O M p .. J o N W a o I (•`ty �r��t I I J¢< N km I Q N = O 1 1^ °a 4 0 �w i t 1 ._ W wz w° 02 U L I H00 > H o O =d u) m p l � { l L LI Q o C wml,jDo �Q U I ( 3 I C)z< N �' Qwm JZ Lnz o ¢U Q r Q u U l I I Z a M '_ paJQ to o t U m Za2U7p JZ I °w U) LLJ omzw¢ i v~v 7 I I I 1 cn Oz� 3 0- !^ 3 a Q(n O W wZpJd JWZ O I j L�NI- m n. ln -FEZ-U =0_0 U ' I �� o I I I Qwp Y w lO N U I ( + �mm No3�o Qvw I II I-�3 2 w a 0 0 Z W¢ Ow I I a 0- ui NMM -OJF- U 3 00W=W >~ =JY>� Q Fw-J C1 JWJJ .� z 0!2 p i _ _, 1 1 Q�¢d� -ULn I I I 1_t M �� oO�Jw z 1Q C) I J I ;- m0 m zq- JQow>- E Zv U I 2W>WZ_ ptnO I O I. 1 °o, - I II ( �QU M M M ID cF N N N W M >�z z z d Z J 2 > Z L%) J�Z U= J0< a m W O o 0 0 W M Lo z Of Q N to to ~ LJ Z n - O O O p. O Q a N N N > Ll U dO o w 0 o a Z O 2 - ?w- X X x (h F- p O U O O O F- V Z w Z Z Z Z Z Z Z Z Z LjJ W p N 00 W J m m m w F- I H W W W W W W W W Oa = d p U Z p Z W W W W W W W W Li U W W c0 to Z Z Z Z w m F O 0.' Z O 0Y 0' Of w � W 0_ 0_ Q d 2 N a0 J O Q O O O 111 d Ld Q Q F U U U C0 CO V CD U Z Z U U U m J Z Z Z O J ao ro m m m OD oo ao Z Q LLJ Z Z Z Z ¢ U a� d F J J Q m Fr m ' ' F I- U w Un rn N D ~o U) LLJ J I I I I I I I I LLJ Z O J ~ J N M d O w > J U J of Z Z J 00 00 00 00 00 00 00 06 Z N U aY U li ~ N O = O tl a s W Z Z O U Q Z D N N N N N N N N w �oo > D- in F- F- a ° 00 uwi > 5n F- ul oo 3 vl = r OOO NN z - - N W U p N CV M N M N N M N M M N M N M N M N N N M M N M N N N J C� 41I I (� z n >- (? N c0 O O a O Z =O H O Z O N M 7 Z = ® d'N M M cD n 00 01 0 0 Nt>'ld -IdNOIS OIddd�ll .,.. .,,..>: addV 31VO A9 NOISIA38 'ON si �a.e �o�D��sulwpy '•3•d uow�aww�iZ 66a�0 wp 3.0Y ida0 s>p0m Dlignd/6uipllne/6wuuDld Wf11V0 , i 3 ��yZ�y 1(,0 'JNSVHd•AtlM3Ala0 ti86b-VV(L00)Z6ZL-Hd1S-OV 'ON iOTONd �°—-' 1WHAN NOUVZIl VN`OIS T��T�I TNT ^ I ern £0/90/0 Ao ALLID �u ,oz=.L NOIS30 ON3'OV '1S HiL 'M'S/'M'S '3A`d ONI� NOLL0313a d001 S801Vnl.OV ONV SOV3H aid 103NNOOSaLNI S3MOd N M a m m n m �pn ion mn ��OO n mn ion mn mn Z Z O K ¢W KK 0K o:, ¢0 00 Q 00 <00 4 00 4 00 < O 4 00 Q 00 ou �y� 0 °zz i-k1 OZZ��L"zz � zz tU"k1 zzz� rw z���zz rk+ zz vci W - Q a z 0 0 Q a z D a a z O O a¢z a 4 z O o a z O a a z O D a Q z D D ¢q x� x� xs xs xs x� x� Q WmmnW mmn mn Wm Nmm m M Nmm m n Mam N MMMM a a mmmm fV NN Ne�nM n a ae vin in vi v�vri io ��inn n mromm m o0 ` Nmmmmmmmmmm `f mmmm nnt�nnrnnnrn nn r n rr n nnn nrn rrn nnn nnnrn in u>v>v�v�cn m J ry II II II II II N0l1dVG-32dd SOV3H WNOS O/�/ LL v a o m a U m p •- N M a m m n W o: >v i m O�QW M m m 3m 2 fm ll fe d m m 1V m 10 3m d S m m m N m m l Vm IO 3m d S m t0 n N M 1VI03d5 1V103d5 3allfd lVI03dS bIO 3dS N M a b l Vn IO 3m d S 0 N W M W a W m W W 1 Vr W 10 3m m d S 0 N M N m M r W rn W m m m m m m m m m m m m m m m m m m m mmmmmm m m m m W m m m m m m m m m m m m m m m m m m m m m m J o}Jm O> m (yoom3 cLoom� moc?m� o oc?m� O}m O}m � I i L--Li W F- J W O' 0OZ J F�m p O Z zp U F-CE U Q O O W 0 U Lo,U Lo 0=W F- �j W ° 1— xo0m3 0 o(�m m o 3: mc�3m IT? I w m0 m0 z CO r c0 n W p mQ c0 co co co cD N cD co c0 co(fl c0 00 00 of 00 N N OJ CO OJT O p co(D(0(D(D �cD Cn COO hr.rt`t` r r nnr I�t` rn wUU _~ jjQ z m o0m3 CY0 n c� m0 mo N W g C6 W 16 1 a a ui Of 0 X03 ofc�3m � w m Nr7d� Nul cO n Nul cO t* U 00 00 co 00 00 N N N N N CO 00 00 00 00 m co u7 cow ^rnrt` rrf`nr of 03 m0 ofo3: m0 OCOm a O 0 cli z ° m0Um3 a oN m tm o CD o t�\ roI N ro con o cmD o� - w H 2 cD N M d(n ^ co y7� cD c0 c0 c0 �y W O 2 Q_}U = m = qb Ln �C7?tm0 Q_CD m0 N D Q_ °0 a Q_ ° Q_Oom3 N NN W 'n t`r\r` h�^ 0}J V/ S I-d) O N U 1p Qo N M 00 00 00 00 N 00 to J<C c0(0 c0(0 c0 ° .._-- ° a c0 c(01(00 _O z U 3 w Q_>-U = Ol I— m w Q 6 °LLJ Z 0}J Q Q_ (o 75 o I d almm = W>-oa z N . Q n i i 6 55 N dN S 0000 d0 ul O V + O ° z wox S 0 0 0 O �� bd J _0 U 0 m m O w s Sao \ W z LLJ J W zu J J~ O + e`E°N m 0 Z a s W +� p O z 7bO+s C a_ 3 L� C ' Fm U) Ld�w —• A S '3AV QNII p u Q W oOz 0 0 U O O 0 �. m O w p OV Q'U OJp cols 0 wUU nlNr 5;j � p W Q V) p o z a Z V zo w Ld N W C) z u) o Ld O w N `V Z 04 W wQ OF- W' lr U <v O O da Llj 0zoo r r r r m F-V) p a w ow Q 0] U U Gj _ _ O o O - N N N U of Z 0 rn N = m N J p N V) M u-) M m Q 0 2 r2 r0 r2 U I p Z Z Q M mm bZafN Z 000 ao0 Co N 0 O LLJ W aOp JO d (� � 001 du a)i m Q I-UQD_ uj m F- U Q Li Z a- N 00 W F- W M Y N I W J Q Op O_ 0 w o O O o 01 pzo Of W¢Z U O O O O mM W }�¢ m U F-07� I z ¢ QD Q < 0 m W p 6 J ¢ U 0 U ¢ = 0 i 4 r - M Go m N J W'Q .x.J FO o0 C V ck�w Z¢Z o O > O ¢ O u7 O "I W Iy P U) m of Il rn r mm I cD� O Iaz<J O U f- w0] Z H m amp M ¢�_ F-C) Q vm m Q I a X = I Wza U U5� -i m J p Q Q U) N N N N ¢ W m 01 of O 0 I U ¢ W N H p � 4 � p [0 > Of U) M N N m m I p¢J Q m O O) LLI(n z z N O O 0-¢2,) Q m Fn Q ~ (% H N N -J 0 °� a c Q m m m m m z Q m O I- z o N „0 - ,Ol ¢ F li zw < W J W m =p Z m .wJ QzdoQ (9 O v co >-< F- Q oacxil�o - WUZ CD < oZ JN ¢ wXUam O N }w I¢- m rl F>(n Q W O F ri O V)UwFx' ti U VI O F- O u7 d' ,2 In vl «0 z p Q Q — ,0 v m N Z Q w J U O w m wV1 OJQ W O �w u7 O O O m 0 N Q� N Z K Z z p m N N N W UIFnw z 0 OQQQO� v N z Z z jV)a N z_0, F ' N �Q adQUi C9 <p N m ¢U a w a°Q o C7 a2< M In N OUP KO J NZF�Omtn w Z V/ m M N "i-�= x I- LLJ FL))adv~z ? a Fo JNSJ� ,0 - ,OL >av� N m au o a v -o a O z U Q= O N z Q F-O N j I'7 N W oQ ��O w W 1)wo 2 K O z wzw Zm E VI WO mU00w m N N O M u7 a)F- N Lo Lo N mN F F Q M M N7 a zx n 0 a o'W rn rn rn rn w - wm x O ~Q_ I}- - - - - IL d ° o N Q o I x z N w o a< a Q o ¢ o O a O m O T O O O _T h E m F Z Z H h O ~ z O _z J O J O 2 O ¢ Q u w F Q O W U r m z N i °i + or O O N u7 u) N N v x - v O I 3.y/� N J z z O o:) Do M M `o m o Y 4 W 13S a W ~ W = O v E c m a u r 'tea z Q p o W C J N O _w Z N M `_ 0 M r in r7 M u) _ o ' .0 y 0 �- } -}- J J Q N O O1 O1 O 0) 0 I1J z c E d o E O N O > N 3 a 0) S a F° a x° 3 0 0 w <v W I- >- I� Q O N M d' �n c0 m J d m d o w u: 0 _ - ^per. �� NZ Z QUNF & O z wo z o o�0oo a w o d w O z w 0 Q w rL Q U z W U V1 Q iF Slldl3a 3104 WN01S 0133b'�l , r>,.x '��+ 8ddV 31YO A8 NOISIA36 'ON �olo��slulwpy ''3'd uow�awwlZZ 66a�� LSl I 'jdaO s>poM o!I9nd/6wplmg/6uluu old 3Ha�� ti86ti-Vl/(L00)Z6ZL-HdlS-0V "ON 103rOdd 4Nf1"0 ,fa/Hrw NOIlVZIIVNOIS 'P m/so/o1S H1L 'and 4NIl Ao A,LIJ ® oz=.L ras3a'�ro'� 'M'S 'M'S O ¢ N Q UO O. a 0 l w w m \/\ o? O a w z o 0 F a 3 0 00 w z rVJ°w .9 O � z� z \ �a� a o QN J \Z � N� F- .3 It Z J w 0 0 (� C) of 'nom p a w 0_ a a I w EL ¢ I z O z p 0 (n 1il a -— Q O�O ¢ w m ".: � \ \ � r z 0 00 a as Wly,\X1\1 a] m W2 W O N <Q W cp c0 zc9 z x ao a. a O^^�.^ I ^ N az N !� U) O O M d' z wJ Q In O Na p v I - O O - M > I I I fl F. F.I \ z Z x° . °oovaQQ 0 W Om W^ U m m E O U N¢ K 5q «-z 3 /�/�/�/�� �`�W cr w W m of W N O QZ Z-1�O c88 w Oda mNZirwa i ¢ate o_o�<oo <zo< w Nz YYYYON O � (n 0] g ° oc�a:2C)0 coo z m � W � a �ZvO0 vi=m<< S �� N Q w cn 0_' mmmm W WZ^VjJYZU � \ Fz w W d S 'JI- ^ 00 W � r� O Lu 000C) NO tnw000 (V nN U a zaw ° N2U2 S = l�� mQ l z Y Z QNN �(0 Q 0 J O m QI-Z _X N w N ' mm L' a w U) a V) W w 0m0 00 a 1- p � UQU � S 0(n �W000 0 0 0 z�tU7U') Lr) Lr) u) LC) If) Lr)U7 (o(° (o(o(flr nwi --70.13 d U) Li wo oo� Sao ° ° ° 38.0 o A N F O FO® N fl_ 9 N O O O O 32.73 C6 O I I i F O W F}- w F $M m w { <a w Q �m $ 6 „mti OZ ¢ a. F €m : 4 C o U) wN Y Y O � x $ -ax W LL lJ a z yVy z a N F-Q OQI o mw.b �w L_ Wpm Q(.'J°1Q O Q I I w u3l o O W Zj Z Z zv> WQ J� < U� (n > wF3oN U M1, (n �¢ p o Q mg«.•mod ¢� W m00. (nom OD H� f - Z C� W a () W IL W W m M W Q J n m Z O z 11 Q vv if Lit wa�� -j w c°�U1.2 OV' �` -o Q W Y mm <f I w 'J O z O ¢ o HH z rn f l �z� oar z ° a z¢ m co(if �0 0 III w- �w�a tea? ~ v-i o w m 3 ° 000^a z ^ z�a I I -0 3- zz 000 nN nN o 1 ¢UW U I I QM QW Ojr O(t?W Z X z Z°n - - J p N 0 I F- M N awaz I I > :E MM ten? Ov o <o 'ryl apmmmm� >� I af pC� �- W WF-- U pW a� �S^ 00 < Q ¢Q� wo (0 n _X S -m m a¢w r pw1L z ¢ ao ao � g z z z j n o U m cn.Wm ih ~¢Q O , �� S� 1%s x x x 9 Z"WWww= p �Z U�= O Q O V) Q� iii;S N c� (� ca w7 s YY YYONaO zp(nm O U-iz Z M aGi J J me 8 �4wwWw -l(n00 ZLLJ (n � W mammmm WvWZ w ao_a.a_ �J r/O 0 FU a00u)N- VIUOMO01-jnm na w k� �NaaaazwCE�n ��m��= Lo O W w i 0- N 2 2 2 2=( = D x Lc,�0 cna0 00 F¢ wN0ti M f)(n w w U ~ z NM4 u7 VnW < uio(0 nA I0 cSn X O V ) - Li I U (A Q m Z d-U)U7 LI)UJ tp u7 LC)m U) W U) (0 O(D r N i � W mI N < U w 00 n� Q ° N (TWO_ o F L'i �� W >GJ J ° < Li < W F-. 0 0 ow aJzo 0 w O z= O J V! - Q a FM z( Y w Q N N W N �. W W F F z `_ 9 SWIM -IVNOIS DIJJV2ll �,,„� 1. �o}o�ISlulwpy '•3•d uow�awwiZ fi6a�0 ��+ ildd'd 31V0 A8 NOISIA32J 'ON VSl I 'Idea s>poM lgnd/6ulpling/6u!uu0ld W/11V0 I� 3N_v V26t'-V 6I. Hd1S 0V ON 103f Obd Hna JrA�� NOI1dZIldN0IS �T T T T^ � 01=.� £0�90�0l do lklitJ ® 106f i`uw°"'i:irwun N'JIS30'JN3'3V s . 1S H1L 'M'S 'M'S '3�V aNll i I MO-138 33S MM38 33S 8L+0L 'ViS 3NIlH01dW OL+t 'd1S 3M HXVN 1S H1L 'M'S � I I II - --- -- ---- I ,� } — oo+o t — I � I f W I �° I 0J z 1 I N I I I Q 3r 1 I I o '7 U < N N I r _. a1N+ 337- o J0' °(fin Q z LL UD U I +0}I j t0 � p+}o ° +hw ¢p v](n Q W W ° W I II o I I I z z=C o J�U II z cn N I I a { � ° Z I J U to O I(to� 0=� iZZ ¢ems C , tr p I- <o ° I t z o a mOzN Q -J I 0 C5 r U I I I po2°m�O � w � I I I I � �W Z p o � oo� N F-a N 0 r z zEszt-`t W z Z Q,V) T", ZF 3,a V)co ° Z Z w N + J a 0o-a oQWQw o ems-- 1 I mZQ�>o z�o� F o I I I I c�oXz>z p�mo� 4 + } I ? [�1 a Z O a N = W N I Q I I bl+L ao_W w � waa a Z I I} Zd o< f a =r¢M z�J0z Z L1. "s o- �W��a I ( J II ° Ir Z i >z°N- aF a II k I �OZ� I O w '.—._ fl�F Q X pz N O a Z w Z°W z J Q I zr QZ°� �z°a r W } I M ( I �oon0 ° LL I �i I Z I °�a0]�O wp nU�x Ld �_ -x 9 I} I I I I 33 �za-Na = < m t l IF 1 I �I I i ui j CaW0�U o�QMw 4 I 1 >0 �-awap �2W0J .N III I It aw QF-`�UQO pr=�� Q Il y- <r r=z 2 , t - o I Z� }mwvaiZ� °3~wN I ! \ O -�Z 2wFInON W NZ� Q + I b° W az a~m >� a ° p 00 N U al-Z� Oa U W O Zm<zz mZwO<a a .pp Z F-W(-)G F- LLJ ::D + �r it ' i Ina J w cn ut°°z X2 <x JW W W a 0 N ( ( N W I I Q wU�pzm FF J� U p Lp+C w W W O O WUaJI-F- JJQZ W J z Q z W>WUO F=t-=O = J Z �w<E<Z DDOUf W a ° m m z o o ( X w ��� "✓ °o p N o 0 o a z aw uj + o Q r- F F F U Z I p t-- Q z w z z z w ZX > } zn > > U w I a 1 N O JO U ~O 00 0 W p I m C�f W W W F-- `�,' V 0 w a a a z z z - w Q 1 r +r- °V CO) U 3 I z a U � I i W � W I �� CL o } I aW A ° W To ® ® 0 ®O <1 o wz o �0 I I zow { ' � z 3 O N ~ z LLI as ° °F c- w1- o I i _I 00000 N N }°- N Oz Ow d .� I I U YY F- z z=M Li 4L) z Q LZ+sI U N a J F J r 11 I I I w W O g Z N3 m N m m 'I K N M >> p of ° a> VN W j p W a O O Z In N a w U Q W O O O w W 1-F w ul UJ of z z z � � t- ° OJ Z z Z zLy� I I E5 U 2= Om ZOO Z 0 Z �_ , Ua- o m� o �Qa ON W W U U v z W ° U 1 U Q ( V' F' N X F=- a W Z FW- h Z, I N N z w �I } s� > 00, f 4 W U a •- O a=O I I Z Of °K Fw- W 3 0 3AO8V 33S Cu Z�" I 0 O O O O OL+t 'ViS 3MI HXM U N d z O z O (U N J S _....._- U N (n N N C'4 N W W W Z�W LA C� ui w I O !n °z ® N "' ' ° cn N o 3AO8d 33S o a 0 F-Z _:N,-i S L+O L *ViS 3M H01dW N d L`° L Ndld 103NNOON31M WN01S 0133b?11 U-­.- dddV 31V0 m NOISIA38 'ON u� �0y0�yslulwpy °3�d wiZZ 66a�0 `si 'yda0 SMJOM 0119nd/6ulP,,,76 luu0l,i N man WfylVO I w.ao 1 t86-b-d1/(l00)Z6Zl—Hd1S-3'V 'ON 103f 02id ,ro aid NOIldZIIVNOIS 9M co/so/off 1S HlL 'M'S/'M'S -3AV ONI-I AD AZIa v oz=_l am as 'JQ jw,., 31 I �I'Oti ftu FINAL PAYMENT FOLDER VENDOR# 08lg4o CAG# 0' RETAWAGE# CONTRACTOR -�j� (�� ! AMOUNT: ADDRESS- PD Oox 1083 CITY: rte-. WA qgqb PHONE: a. .3. ���. 50000, CONTACT PERSON: RVIPRO VEMEN"T: 'f- 3 4f-k DATE ACCOUNT# AMOUNT REM NAGE CHECK# g �3, so 4q to.. SDI 0030,4p 7. a63 4-Zlv - o4 ✓ ✓ 1 i 4--o. cq 1003. b9 ,3 419 AF6 off �/ ✓ �� ��i .�s Construction Contract CAG: Project Name: , Prime Contractor. Prime Contractor&Subcontractors Date Received I Date Received Intent to Pay Affidavit of Prevailing Wge Wages Paid -a o ' Department of Labor&Industries �NED NOTIFICATION OF Contractor Compliance Release - CONTRACT AWARD PO Box 44152 ' , ..s 2 2003 Olympia WA 985044152 City of Rentable Accounts Pay Date 12/2/2003 Name of Public Agency Awarding Project City of Renton Contract Number and/or Name of Project CAG-03-158; Lind Ave SW & SW 7th St Signalization Date of Award Name and Address of Prime Contractor 12/1/2003 Totem Electric, PO Box 1093, Tacoma, WA 98401-1093 County in Which Work Will Be Performed Bid Due Date Dollar Amount of Contract King 11/24/2003 $172,103.70 Description of the Project: -Furnishing of materials, equipment, tools, labor, and other work or items incidental thereto = _(excepting any materials, equipment, utilities, or service, if any specified herein are to be furnished by Owner or others), and performing all Work as required by the Contract in accordance with the Contract Documents,all of which are made a part hereof. _ The Work shall include construction of a traffic signal at the intersection of Lind Ave SW and SW 7" St in Renton, including but not limited to mast arm traffic signal, driveway removal and — reconstruction, channelization signing and striping, interconnect placement and all other Work _ _ necessary to complete the project as specified and shown in the Contract Documents. f. Telephone Number Name of Person Submitting this Form 425 430-6512 Bonnie 1. Walton, City Clerk s%cclnca Washington State Department of Revenue �� PO Box 47474 REVENUE Olympia,WA 98504-7474 278 043 550 Certificate of Payment of State Excise Taxes by Public Works Contractor TOTEM ELECTRIC OF TACOMA INC CITY OF RENTON P 0 BOX 1093 ATTN TRACY SCHULD TACOMA WA 98401 1093 1055 S GRADY WAY RENTON WA 98055 We hereby certify that taxes, increases and penalties due or to become due from the above-named contractor under Chapter 180, Laws of 1935, as amended, with respect to the following public works contract: CITY OF RENTON CAG 03-158 LIND AVE SW / SW 7TH ST SIGNALS together with all other taxes, increases and penalties due from such contractor, have been paid in full or that they are, in the Department's opinion, readily collectible without recourse to the state's lien on the retained percentage. This certificate is issued pursuant to the provision of Chapter 60.28 Revised Code of Washington for the sole purpose of informing the state, county, or municipal officer charged with the duty of disbursing or authorizing the payment of public funds to said contractor that the Department of Revenue hereby releases the state's lien on the retained percentage provided by this Chapter for excise taxes due from said contractor. This certificate does not release said contractor from liability for additional tax that may be later determined to be due with respect to the above-mentioned contract or other activities. Dated Ni 5 ,04_; at Olympia, Washington, State of Washington Department of Revenue Certifying Officer To inquire about the availability of this document in an alternate format for the visually impaired or in a language other than English,please call(360)486-2342. TTY users may call 1-800-451-7985. REV 310028(10-01-02)ROUTING:Disbursing Officer,Contractor,File,Special File I I Ii I S'CA1'E 0� .47 S O 7989� STATE OF WASHINGTON EMPLOYMENT SECURITY DEPARTMENT PO Box 9046 • Olympia, WA 98507-9046 CONTRACTOR: TOTEM ELECTRIC OF TACOMA ) CERTIFICATE OF PO BOX 1093 ) PAYMENT OF CONTRIBUTIONS TACOMA,WA 98401 ) PENALTIES AND INTEREST ON PUBLIC WORKS CONTRACT ES Reference No. 269933-008 TO: CITY OF RENTON-TRACY SCHULD 1055 S GRADY WAY RENTON,WA 98055 The Employment Security Department hereby certifies those contributions,penalties and interest due from the above named contractor under the Employment Security Act have been paid in full or provided for with respect to the following public works contract: CAG 03-158 The Employment Security Department hereby certifies that it has no claim pursuant to RCW 50.24.130 against the public body named above for tax attributable to service performed for said public body by the above named contractor on the above described contract. The Employment Security Department releases its lien on the retained percentage,which is provided by RCW 60.28.040 for contributions,penalties and interest due from said contractor. This certificate does not release said contractor from liability for additional contributions, penalties and interest which may be later determined to be due with respect to the above mentioned contract. Dated at Olympia,Washington on March 25, 2005. COMMISSIONER E ENT SECURITY DEPARTMENT (Authorized Representat ) Original—Disbursing Officer Duplicate Employer. Triplicate—Central Office Files EMS 8449 760 R3-98 STATE o� o � m s y02` O 'L 1889� STATE OF WASHINGTON RECEIVED EMPLOYMENT SECURITY DEPARTMENT MAR 10 2005 PO Box 9046 • Olympia, WA 98507-9046 City of Renton Accounts Payable CONTRACTOR: TOTEM ELECTRIC ) CERTIFICATE OF PO BOX 1093 ) PAYMENT OF CONTRIBUTIONS TACOMA,WA 98401 ) PENALTIES AND INTEREST ON PUBLIC WORKS CONTRACT ES Reference No. 269933-008 TO: CITY OF RENTON-TRACY SCHULD 1055 S GRADY WAY RENTON,WA 98055 The Employment Security Department hereby certifies those contributions,penalties and interest due from the above named contractor under the Employment Security Act have been paid in full or provided for with respect to the following public works contract: CAG 03-158 The Employment Security Department hereby certifies that it has no claim pursuant to RCW 50.24.130 against the public body named above for tax attributable to service performed for said public body by the above named contractor on the above described contract. The Employment Security Department releases its lien on the retained percentage, which is provided by RCW 60.28.040 for contribution's;penalties'and interest due from said contractor. This certificate does not release said contractor from liability for additional contributions, penalties and interest which may be later determined to be due with respect to the above mentioned contract. Dated at Olympia,Washington on March 7,2005. COMMISSIONER EMPLOYMENT SECURITY DEPARTMENT (Authorized R esentative) Original—Disbursing Officer Duplicate—Employer Triplicate-Central Office Files EMS 8449 760 R3-98 ® 18 i i State of Washington Department hi Revenue �� PO Box 47474 REVENUE Olympia WA 98504-7474 Contractor's Registration No. (UBI No.) 278 043 550 Date 2/28/04 NOTICE OF COMPLETION OF PUBLIC WORKS CONTRACT From: \\ R arne&Address ofPubl�cency;, llePartmeaiT7e Ony City of Renton Assigned To Attn: Tracy Schuld 1055 S Grady Way Renton, WA 98055 Date Assigned Notice is hereby given relative to the completion of contract or project described below Description of Contract Contract Number Lind Ave SW/ SW 7`" St signalization CAG 03-158 Contractor's Name Telephone Number Totem Electric 253.383.5022 Contractor's Address 2332 S Jefferson Ave PO Box 1093 Tacoma, WA 98401-1093 Date Work Commenced Date Work Completed Date Work Accepted 4/26/04 8/12/04 10/4/04 Surety or Bonding Company Travelers Casualty and Surety Company of America Agent's Address Karen Smith,Hartford, Connecticut 06183-9062 Contract Amount $ 172,103.70 Additions $ + 19,828.85 Liquidated Damages $ Reductions $ — Sub-Total $ 191,932.55 Amount Disbursed $ 182,335.93 Amount of Sales Tax Paid at 0.0% $ 0.00 Amount Retained $ 9,596.62- (If various rates apply,please send a breakdown.) TOTAL $ 191,932.55 TOTAL $ 191,932.55 l0larsitgOfficer .: Comments: Signature Type or Print Name Tracy Schuld Phone Number 425.430.6918 The Disbursing Officer must complete and mail THREE copies of this notice to the Department of Revenue, PO Box 47474, Olympia, WA 98504-7474, immediately after acceptance of the work done under this contract.NO PAYMENT SHALL BE MADE FROM RETAINED FUNDS until receipt of Department's certificate, and then only in accordance with said certificate. To inquire about the availability of this document in an alternate format for the visually impaired,please call (360)753-3217. Teletype (TTY)users please call(800)451-7985. You may also access tax information on our Internet home page at http://dor.wa.gov. REV 31 0020e(6-27-01) CITY OF RENTON COUNCIL AGENDA BILL AI#: Submitting Data: Planning/Building/Public Works Dept. For Agenda of: January 17, 2005 Dept/Div/Board.. Transportation Systems Division Staff Contact...... Jason Fritzler, ext. 7243 Agenda Status: Consent.............. X Subject: Public Hearing...... Correspondence..... Lind Ave SW/SW 7h Street Signalization Ordinance........... Totem Electric (CAG 03-158) Resolution........... Old Business........ Exhibits: ED New Business....... xL-- Study Sessions...... Final Pay Estimate FEB 2 5 200 Information......... Notice of Completion Other................ city of Renton Accounts Payable Interlocal Recommended Action: Approvals: Legal Dept.......... Council Concur Finance Dept....... Fiscal Impact: Expenditure Required.. $160.00 Final Pay Est. Transfer/Amendment.... Amount Budgeted... Revenue Generated..... Total Project Budget.. $213,000.00 City Share Total Project... Summary of Action: The Lind Avenue SW/SW 7h Street Signalization Project began on April 26, 2004, and was completed on August 12,2004. The original contract amount was$172,103.70 with the final contract amount being $191,932.55. The increase in the final contract balance was due to change orders. Change order#1 for pole fabrication changes was in the amount of$1,011.47 and change order#2 for PS&E work was in the amount of$2,787.93. Additional material costs ran $6,432.83. Staff Recommendations: The Transportation Division staff recommends Council approve completion of the project, approve payment of the Final Pay Estimate,and release retainage for the full project in the amount of$9,596.62 after six 60 days, subject to the required authorization. H:Trans/Design/Jason/Projects/7'"and Lind/City correspondence/Retainage Agenda Bill TO: FINANCE DIRECTOR DATE. 10/4120(g FROM: TRANSPORTATION SYSTEMS DIRECTOR CONTRACTOR: Totem Electric CONTRACT NO. CAG 03-158 ESTIMATE NO. PROJECT: Lind Ave SW/SW 7th St Signal 1 CONTRACTOR EARNINGS THIS ES'TIMA'TE 2. SALES TAX @ $ 160.00 3. TOTAL CONTRACT AMOUNT THIS ESTIMATE $ 160.00 4• EARNINGS PREVIOUSLY PAID CONTRACTOR 5• * EARNINGS DUE CONTRACTOR 7M ESTIMATE $ 182,183.93 6' $SUBTOTAL-CONTRACTOR PAYMENTS 15200 7. RETAIMAGE ON PREVIOUS EARNINGS $ 182,335.93 8- ** RETAINAGE ON EARNINGS THIS ELATE $ 9,588:62 9. SUBTOTAL.;RETAINAGE $ 8.00 10. SALES TAX PREVIOUSLY PAID $ 9.596:62 11. SALES TAX DUE THIS.ESTIMATEi 12. SUBTOTAL.-SALES TAX . *05-%xZlNEI) (RETADVAGE-S%) GRAND TOTAL:. . S 191;4325 FINANCE DEPARTMENT ACTION PAYMENT TONTRACTOR 'CO OM 5 and 11)f $ .. 152.00 ACCOUNT 317.012153.016S9S0,0030,67/25305/5354 RETAINED AMOUNT(Line 8); 8.00 ACCOUNT 317:012153.016.5950 0030.67115305/5354 ' TOTAL THIS ESTIMATE: CHARTER 116,LAWS OF 1965 CITY OF REMN C=TMCATION [THE UN DWOMW DO HBBY COY UNDER PENALTY OF FH UMY,THAT TBB MATBIUALS HAVB BEEN PURWSE D, M LARM pHR;OP-�W AS I��Ba 0WJ"7[0N AOAINSTTBB CM OP REM'0K AND TEAT IAM AMA T0Au HwMATB AND csMyTO SAID a" SRIN®: • Y T ` • 4 8 V ' a 2 M M N M N N M y m + > r J + A r C •� i r M M M r � � �•O a �•� r +•,,,� Ol r � �•� O V g 0 g r r r r .� r _ Mill If Iff -J I. I 'll 11-4 MOM it. T_Hit +t HT M N M M M M M M N N M N M M N M M M M M M M M M M y M M M M M M " 'm M M N M + + V N m � � s � ss � ss � ssss � s A M N N M Sal � M M N M M M M M N M y M M M M M M M N N M 8jy bO M$M�e M M g M N gg y M g M y�N M g M N e N M b`N M g�M M g.� N M ge r M M g M M b M M gQ s M M°r M M g M N g M M M M M M M M M M M M M M bsM M es�M d It eo s gg y s i 13? ip .11 M eM M f sM M.y i� M N M M N M M N � � s � � 8sa � x8sss • ,tv !�l L 11-. jllljlh� i ;JjJ;J,J; Jill 11]l « M M M �► M M N' M N N y N y y M N M M M N M M M N N M M M M N w V If O + Go a Q N © � b Go °M° c^ CM M O h N N p M M ko O, S. ,) z N U `a3 z Q QN w a AW�1 y w E a a -�p xs �1 A O 8 PLO a o o p x w co tn oq b g,� w w o o a s a o c R M M yam. a c°°v � o g w � M 5 co O L3 5 C O r °tW Wpr°y ti O 'b ti O% O z 14 u O O �o�vsg O I, ct ' b A cz to O ;tL bA b W W ,Z " w > OC,) (1) r3 n. aj 'O O C . P+ (�! m w O bA C's > V cl bA Ra F Q> goo y . Q -d A Y Z `t ct ° c � M o w o .'? N •n av� 14 W U W 0 NA : Q ) OA O N O 'CEN a3 O G coq P. � Z �. ,�' bA ORr ytn U 0 a o u 0 69 ao o U O `' O >,b � U O o � Z 0 0 v� �, O ° ° a 3 0 W o O c a .c c W U N a O R; w �. M N O W`° U ° °' Z� L ¢>, o ° > > NU > a U o 3 U o ' Q A W a o CN = o. ao. b > A ¢,• �, N~ U N o=.. O Z C13 N . aUO a �, O 03 "o o 3 � a M . >• 914 _ m vr >, M ° o o 4, a Q r-'" a " A � v'° w dx O � ova° `d ao v o � WWx P, q N oo a O ° • °c oo> " � o . o 1- 3 a a 64 (n , .z (L) c >V. Cl) Q p E"o � � >P 1 U W a� W o °��' .N ° a• > > E '> ; 0 CW7 0 F" A o C,3 ~a�i cp"^ O Q .d � Z a CJ Cn — A o ° i A � (� 'b o U E� 'b 0' cl P; 4, ~ is ��' 0 04 a L� U a'"i O W y U w° `' v� W Z '� E °�' o o c 'a .o o - U w `° W P4 ° v1 >, N °°p ~ yj s� >, `n p" , W �" 4. -O v� °p o `n �'`�1 >' >4 z � C p M .r C) ti bD O U O Q = 4■ �+ N p [� O O N G Ca.c > x Z 3 oN o Paa � r` cv� o > UZ 04 z> , ay `n v �.+ i U ,.• �,; �i U d O E� U . w o � � W �E- � v° o, ° WS rn v � U o v E � P, L M Y I 0 0 VI o v C7 �' d o .� 0 >CL( °o _ aria W Q 0 a z U o Z N �_ o°n p o o W �la > U•la N � � a� r' N a Ubn � O 1�1- Q A ° � GA ° U > � o Cn cv W p o 3 c, Q w Q W U c U Fq w Z 3 ° A a A 0 ° cz C7 C7 N bo ¢ ai N N c o (3i 0 G O > ..CZ .; UC3E� Uxa AD � ao' vUi ODUa Uri Qx � ww I C) O 0 � N cd d C p C V) M N d J Go a CF)p p M *' co ti N �� Na < 91) 0 0 � M ti co rl. � N g ® 4e's C.0 r t � yQ� y0 O E �W O LL > Q7m EO i� a �' N :�. .N yN a` 05a0 � H � ui o Lu �"� �y v coo, co LL! Z o V �' • Q a Lu LU U m IL Z Z M O O N W W W N d � aci 0O � � � 0 r• U E d In C > U o c W 2 Z z g zo z �IL +•+ ca U E O J 00 d Z O c C Z J cr E a d L a� ►a- ro w 00: ow co X0 = o it F- N `` LL. � Q bA TZ LL U.Q � C yt, O ' Z Z . � N 0 � < ^ O � co W mt V Ow > � �- � "' N V �' cn E y d z � a a a W0 �, M0 L� Ug � W �- = W �v oQ � � � N 3 JCOOcl ' :1 co MM J L a' 0 � W I W O a a � N 2U0 f. c� U Z (9zx OW O ._ otS a ZZ �im ? O Z � ZU OQvOi �t� W N C Q i owe�u o I�z WWOO � m a� WOW? a4) c �1� � ap o 0 oO0- m mZW Oa spa o t- � cpaQW w �. � .- �x �� o .- � H z zz � ; g � co a0 a0 7 z z Z e0 j 0 0 0 0 Y Y Y a t0 d V � c as b m L 0W. � o 0 eo .� o o •� o •� i.. 00 'tom a c � Q avy a vvrkQiz aQcncn �dwa z .� O� L N N M p O r+ oa N y `p tF N L M cz co M O Lam C �� tn- O O. et O Y.1 G� I� f� 1� O N j ♦ , n8 O C a) Lo to ,) `J p� = 69 c = E w 'x .� O N F M U U L > E a, w 0 L- Q LL L d'o Q >+ t0 Q ao __= a0S CO Q N N eq CL CL N o �, M C E O w °- c_fl M ++ � ° cc wO � O L- CL ti ¢. 0 -1 C6 ._ Z O 0 9 y O Q Q'�j A. Z N v0 i G a- ZC) oaW- E a y Q ' Q WU' mz Q < .d+ V w LL Z. o } �, j O b 4 H b Z z � o �� ° ci v �. v rn :� w � � o WQ ,(`�, C0Q Q vW W tO, .�.. M QN oJ � W U � CL � (n W ~ W W y cn cn C)� CY) � * N � �.W C Z pOZ � N pp I W O cd coa-.tir- W O. O O O Q(n0 C > wNN � w -� a a O QfnNNap � F- c � z0 ° Q �, � a w f w Q O O w �" Q °0000u� � a� a� � 'W � pul ? a�i cM � � ~ o�p"Q m m � W QQCDMNff) W W � F- � � Y �.JO — r- O Z ZZE�CL y J a WO cd ui E ai ca w ° C'' 3 A Cfi � o �, � �.. �, ? 2 +-� � � 0 � .r � C C z Z Z � o = v � bU 0 0 0 � 0 _ Y Y Y Y y � �' o �,� o, w o cam. ° � � � � L. ~ v� N N p o N d O N C o� O O@ k i�r N u p N c C>, OO v O Na r ►a a w CV o c O O 3 p o d M O m R 00 00 � � 3 � o W � b �. > � w O C4 O� y O r. as O O 3 a N N U) Q p � U v 4.4 a � C ,= 4 o �+ r4 ♦' o 0 y Q, z � it O A OU •r ts 0 0 C7 0', V r >" � � Q; d U 3v W v 0 O N v v yw v� ooW . ti d •Sr O HU' RS �" � v1Ri O O DSO C14 �p y 01 [mow w a �NNO a, a, O O A O a P4 0-4 D H z O zO ��N4 o ,>O Cd N .C .p +. nom, i C N ... E-� O S 0 N Z Vim : s s c o S \ O .+ H it u 3 _. US wb M •s .� ul U. j C14 MOO LL ca Ln to y 3 `'{ •-I a (] N Q HA o b rnr� "� > b �' > a- wauk w o CD a� �7 _ •,4 o x a •� 10 ,6 A .s w w era as � o a o .� � CL J •{Q� .Q C/) W 6 W O � ai � n O� W q w W 1 o cn � < BOA x M N N `� .':, '� W LU O E O � ?4 od Q) C� QQ ,� •3 VJi s� r �. CO S lit Q H N C�i W _, O N y O � $ Q E o Ln rA C: f3. - O Rdd C co M w H co cn V U n C M ]dm 3 .:r N p - H •G 'O N L'1 q i. 22.E .-1 a � c > �, o ws' 3 F o M z 0 0 Q) w w O M a h •qq .f.i V a+ V z a o + V ON " r v2>s ca 0 u cd .a u1 Fi �1 w 4. ... w pq': H r 1 5 H G co 0 3 0 co r w C E v w r-I ca N w •"c" �. �. •rUl M 00 •' •U �• i-+ .`� - _ •a U 0p 0 4-) O +J 'z N m C 41 O C l rl aD,� CDfi:; pUj `� .�i v `� 3 � (� ay M pp G O �. .+ ,3 to W O PQ co E E _ H H E E pf, 25 U ca $ al W w M 4 U $ H yH o 1. O E-4 HE-4 = Q pa ~ N= O O 0 O ~ N O Co M O O o z LL o �t c v `o c !, ' m LO C)O J c O W u p O°0 ''T OCC) It r 00 C o r `tV C > 609 W Lf cr and N O_c t0 CD > � � mE � p ui LJ U coo coca coo ion N � � � o i d C O w c- ¢ N N N N \ p0p L O o. 0 _ aO coQ 64 69 QF- I-- C) a� L Cl) 0 ° �+ N N O �C N J � c3 ° j L tO ® p 0 0 a L N > a a N o ® Q, L_ N ui U U J J J J Q z LL to �r W o U. W W W W 0 0 7 � W W W W z v� 0D 00 00 p � } } } } rn N E U � > z z z z .z N OL Q 0 Q ��r 'O O g = 0000_ Q, z O M ") M -� Q cd U 0 .� a y CD Q y U � � U O� 't W Q o 0 ti U z Ri W W W W o C13 ZZ ° Wao ♦ ` D � OOCJ Q d a W 4 (SON 4 U J .� R' 2 of Q _ > _ >� Q � Zcod c) U � > > W W J J J J m J Q rnoz �_ ZC9Z , U o00 o w oJ. ca O O O O V U Z �. . M � OUcM .O C '� OOOOOO O Lq L Q } >- LoCo ~ O O 00 (j) 0 c > ONNN N 2 ao W F- G' w w W' V � d = c� J J Ln �LL — ce) F" 0 � ( < (3) qt N 0 W 0 = � O F- F- F- -d naaa °° °ti' aQ � a�i a) LO WoWZ � o��c� m O O MO O O O O aV QQcoa� r- a �ww x � � Y � � ko �- r- o ►- z c�� o U U U U b at c~i) L yam: EL EL [L �-i i � J a w o 3 a �s o > QQ � Q F•� Q z cl p Q 3 tm to a=ip m i 0 cy d e o CQi = U O � O co � � Q � �.. dpOmUiv3 �+ L. C C CD CD CD C9 .p c� �N m �, m L W 'C 4 4 .� '"' V ` O 'i7 4 O O Ip O •Q L 7 z z z z W Vo E ,�O �, •Q O ,p OvO. � c V Y Y Y Y Q Q mo o itso o , . o � , 3mo � ., oQ � P r+ o c�1 O M o c cq O V] 0. O W G « F r•1 ' W C t'r3 ,y ° vMN c y c $ N O a O 6 c ; C c O CO v O u " .c O St d •� �, .� 17 c '1 pp�, •� > of w C. 2 0 y u « �+ ul 1l— C� 1 1 p/,{��1 ♦, O 0 C'O _� N :a API ' L M 0. C (4 q i. L,{,/ {F� v(� �O •C p• C ,.C., --+' E!y 4 CL N a O '% 'o in O IF#- Q c0 N o F� H v A LV at v J. V pp vl o o O p a fi� y M yr �+` 'O ul U 9 O LL .r 4 C? .r N co O O F a 04 m H � � <o sq b a r 8 � * r r?5 e vl 47 O Z' a 3 E c 1 d o a UJ IL CL e (7v o, a o api cad e' ? •-i o R. Ci `o n'1 N •- a. IV :w:. Y m -4 t. �.] U () < U Y N `.�i M T� -auk pT rn N •S u1 � 43 k �u o V) C; F= z co 14 y - -1- c PO anL v v1 " C'� .1O m _ fr N pa C40 04 iL r r, E W w .t+ cV ( to Ln T.� a na k w S v E c V►O d O 7 cq O �n E-t > .! .� .cJ €1 c') 00 N iJ '� k 1�i w .. C� E c E _ ; ,' a d 1a m a :viz �. g � a 4-c c 5 ..i w ^O Ln c 1' r. M , O [�- ..��ay p7 ° o 'mod a eo b •.4 m p t N F in N ` ,�„ to 6_� G(1 4� �i H - rn y N r cr D , F— 0 V a)p v v W L40 LIU E-4 N N rn a o 0 .O J P� •se b O o k a c o te -I c° as H ° W P. d •rI M 00 0 O, O !O 4.1 w rb r- O H .. c6 cn aaj 3 F,�-� 0 .-4m w !e \ C w `� ; ❑ sa a o H pG O .� c�1 W 0 cz I-c as cli p : � ti cd .Eo E'� i-c r•1+ o O y l O yJ � u o Eo eb p O u aH o C a • s a U w a O H w� U i H UH 0n I ° rn" - ' Nt d N .0 CV (D Go N 6 y '�- p p O ' r , T o O v c o i w w IU C 64 69. 64 c d �y LL- i Q LL = E L x25 > a� mE .� a ( ti co a) d 'o p >' ee ao5n. 0 Co i f N M i i o i ; 00 00 W CV n i Z Z N .a N U) O O CL w ! o U a to Lu CL z =r w w w 'i 4) 0 0 � - 0 2cc ro J aEi I t °QQO 0 Q ~ J o Z i O J H V H ww p w f CL Q i 0 0 0 0 ° U NJ NJ O y w Z w Ox ow j� M cwn h °' Q f O O = o = o y 10 o f) H w = z � �- c w0 = i 4 z Z Lo Q C U ++ v' OUP Q O a°oV ~ J v 0 ALA � M N � i l'�' OQ a Q U T � O lu w H I- 3 a� i WOoMZ 4 W U � A � w W y GD W Z Z V a M M Cl) sr J QN ! 2:0 i Z(Dz� 00°0 o w CD a ZW d a 0 �=, � UU OO O c i � H _ Z cfl o o . ao u� — — y OZ 2 F- H OQtn� tt a0 w NZ H Q � fn � fA m — �n C7 V � WOO � wow? m ce c�l �a ) O o �w U � o E- � coa QW w Q. fr � �YX� o r � � o F- 2 -� o w � w0 w 0n O Q cr- Q o �w � W 3 eoZ cC m cy*0 ,;j i o G> >, C ? ow oC o �V � � 0 .5 0 'o3 O O �o o � I L d emu, a � 4e0 c .. m � p . 4 b ( ad z z z a y V E O ]� E _ •Q , � C .0 E3 O Y Y Y Q ss o . ' � � O (O N N W Q 0 = C r r r ° C otS W U..) cm = N a� `p N N c,m N N Cl) cc LO W Ln ir 4 tn a J 0) U) 014 O c to LO O O (a G O� Q O U � O W (If V U C tc) a0 I�LL.C d 0A - � Q LL - E 2 X R 0. > > � � ME W o a,�i u0i = rn rn i d a > N w co (O O O d OSCLO W Q /�+ O N N N N U cv o m W Q 0 N Q qt Z Q N CL 06 C.0 �a c p � x a, o � g y_ Z J W .� o _ Oz 2 b to y -� y Q Q CD m Q y U H r..W = Z c� Q y LL <Z O �- in j � O Q 0 -av Q JQ JQ ooQ > v CO ti = N � OOQ � '7 � � w 000' o w �n _' W V Q, Q N *— I Z (7 Z N O O O O . Q �h O (ndti !�? WZ O O O O 0U) 0 C '> coNNN N C6 -J V D \ Z b Q fA N N b w F- F- O Q•uo M .4 4 W ti W �-- W y .00 (n (� > Q 00 � O � Z.0 O .� ` NN ` o Cl) U) O� — > P c ' O 50 (A � _O W " O W — N = M'LO � O cp Q a O �+ Q COMN (n W W W F- •- W Y WJOO � � O F- Z Efld- O W O Cd a o OO >W U ~ 3 co w 4- = a ill; a: i � n Q. J dO - ` ea Ma -F- 0) N `° 0�1 ��. w V m C a S = V O m 0 '0 L L c O (D O CD L - � � aE ac a .. a> w � fJ aaD � � r: "t, c z z z z Q ct 0 , CLQ a � � aocmQOOaQ ��� 20 '> v Q J : 7 O � z o m ri 00 00 F W \0 oo In 00 � � A � z w o c� 7 � �� 7 �m�ryQ,Fq agOFa0C Oa z I F E- W ao w O w 1 N N 3 goFx w W U Z e e a o 'Zo V] V] O x a W b M M V z E'' OFgM,0,F O v�QZ o .' Cn U g F � x - � �" F � o o a a2F�zow U F� BOO Wr- O O tn wwz �� W F, z a U E F. d F, Z G vai a s �zQo A C� .� o0 3 Z a x v .. W v, V o o v a�xoQ� W a u d Z d � 7- W d p oo In � U O cn C!" z � E� a zz zz E F~ ~ a O U E" EO U U rn E� W W C4 :4 O c4 O O F w u P� Sri r � vi �o roob� ° � � GT, a Rw', e o p o p 0 o rmo 0 o O o ppp O rG O o rC p ui N o c 7 ,A N rh 0 O N N W yOp N r J W 0 O O O O O O O O O O 0 N O O O O O O O O O O O O ^ N 0 N N 0 ° 0 N O O O F i k 8 8 8 8 8 8 S 8 S 8 8 8 8 8 8 8 8 8 8 8 ON 8 8 8 8 a N S S N O a N O t7 G_ N O N O N O t` n O m p O w f\ N N N S CO aa M O O n O W O W n O n m O co M M M n N N N m N ,A W W ch a N N W W W W H t r'7 co W W V CO W p m rn 131 N n c N N c0 D o N 469 fA . c o rA r9 f9 f9 f9 rn rn fA Ni f9 fA f9 F9 (A f9 FA cA o K rA c9 M (A 49 49 (A . 3 S 8 S 8 8. 8 8 $ gO O G O (n0 ° c09 W N M OOi N ° O O b O � H p O p p O 9 W S (00 1 W fA iA fA fA fA (A f9 f9 F9 F9 f9 f9 19 (A di f9 f9 to o fA fA f9 f9 f9 M f9 f9 m f9 M f9 fA to EA • J S O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O N O O O o O o O O7 O O O O O O O O O O O O O O O O O O O O O O h M O O O O O O O O O O O O O C) O O O O O O O N N O O O O p m N d m (O O n N O O w w ' O O O O N O N O M O N O w O N O r` r: O m O O 1� N N U N m N m N c7 n N O l0 O O N O O e� O O O n O W o W n sf n m O W ^ n II E N O O n N N m m N N W W ( O N N o] cc W (O c m m m N r) v) O 1� N N n c7 M N N w W N O M c'7 N N d m m O� O j fA di 69 f9 f9 69 V} 49 49 rA cA 49 69 49 (A 49 (A Yi to f9 (A r9 (A 49 i9 6s (A 4, tq r9 F W 0 0 o o o o o o o °o, °o o ° ° °o °o ° o ° o 0 0 ° °o o °o O O O O O O O O 0 0 ° ° W N O O O O O O O O O g g d N m 4 E N N N N N Ow Lu p^ o o o o o o o o o o o o o 0 0 0 0 0 0 0 0 0 0 o o o o o o n o o_ p O O O O O pO pOp O O O O O O O O O O O O O O NO O N rN^ O O pOp O Q O W (R n N U n to N N W m W c7 W V O O m W V W m W N c`') M O n m m N N n M N N N N (7 N t7 t7 N ^ L V O N O � 3 � 4 p C v} (A .» (A f9 to cA c9 c9 V} c9 c9 19 t9 r9 o c9 w w u} to K c9 69 y} E O c9 H 49 49 Q U n o N k W � n o C W 7 O N Q r fA fA (A N N z a � O O E o o.A 3N a N N J a a N y N LL Y Y 2 Y > LL LL Q Y N N (l LL LL Q LL LL Y y N N N C U J J LL LL J J J J N N H /- N (!1 J J W N J J J J N W J J U J ❑W ry O O O O O O O O O O O O O N Y O O O O O O O O C O O N O O O O O O O O O 0 O 0 < N O O 1� O N Q O fQ w\ y O1�r a m N 0 6 6 O N .p N O O to N N N N m fD N N N O aD l7 ep c7 n m N O aD O n O r N r7 ro rl W F N rV rM t7 cV O n O m a (7 n O cli U r N W A N W F c (L u o Y �c d di (A (A V} Q V e} rA 49 E c a g E 3 aygq 0 N m N OO � g O O O 3 —co n_ rC�I o (O N N r�c. ui U CC Oy tSC� N m N C_ W ° O O m G O n 0 V O A c.'S m' �- W ¢ N O O N > U V A Q V v o O a o V N N N N N E E E E o r0 a Si, ° R W C a) m m m g m R c U O L '� y o) co c/) a u e O _ 3 o ._ o U c N N m N N U ; O c c = c c c = LL o U g a E a° .N m m y ° o U ° r- m m in in N in rn o 0 'w c a a o B .N E E E m € E m $ ,E ; rn c c m x ra o A m m m 2 k m m m 9 3 n m $ ° „ v ¢ ¢ ¢ U U N w U U U - O D y S 0 6 U 9 O m O O A L a O N � � u m m m m m m m m m m m m m m m m m m m m m m m m O O a cA N (.7 c7 U c7 c7 C7 (7 r7 U' c7 U' c7 (7 C7 (7 (7 c7 (7 (7 U c7 C7 c7 (7 (7 (7 a a a a U U e-r M N O a\ Ilo vi O O en 00 00 00 r O I l M N vi N ON )n v� M 00 ti 00 00 69 69 69 d4 69 69 59 �Q OMO M N O !. n �o kr) a F P r� U �{,rTQ�,W yFG Ca Q 6 O � 7 V �Oy wQ��azq w W V) kn M Iry h b U mm U m fn `i' E- w N N 3 �iQ W=11 V� WW F OU O P 0.! e e a O zxQQ< C) z �! O � � z W � � b M M � z ••Q Ex.QOF O t_ U ri E1 Q Q f=� Q E. v., O o a a" qF qoN U x H 00 w 0 O y w tn cn W [� x z F� pEq� E� a E, z vai jai a OaaUZ_QOo O Q O C7 W 1 ex �aa � ., F w w w w a a 00 z H 5 Cl) M M U U . w�xoQ� �D � U U W c%) > a; E� o o p; Q O x E' N c N z z c d Q U - U P. W E, z U J � C7 fl w x� W z � � W 0 0 F U a O z a �n 0 0 a Q 44 F z M z M 7 coo zz zz �¢ e a o° z o z HH z a oz oz te, a zz a w � u Qz O aw x Q O H a H H a s s H UU Q H o Q 0 Q < w w Q Q U z U UCH WW xx �, � w d --t z r O a0' o o 04 H w U vi �6 r06 r. . 0 0 0 0 o a a o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 C O O O O O O O h O O m m N O m O O O O O O O O O O� 0 0 0 0 v 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o O O O O O O N O O O t O) N U� 0 O N O O O m n O m O O ^ N N N to N n N O t[1 O O N O O [� a C7 O O Q O (O O m w V n• O O n n 1� E5 1� N M N m m cm (D ( N m m m (O a o m (7 m N t7 c7 p c\ n n n N N n M (9 N N m m N O cD c7 N' m F FA FA fA f9 fA f9 69 f9 69 f9 f9 fA fA f9 fA f9 f9 f9 f9 f9 69 f9 69 f9 f9 f9 fA fA f9 FA FA fA ° O O O O O O O O O O Q 0 ° aj O N O O O O O O O O O O O O O O O O O N oo Ln N N CJ a N ° O O O O M O N o O O O O O cc N w o w N M O ch M N Q m m Q r ' fA yi fA t9 fA fA f9 fA t9 l9 f9 F fA f9 f9 y� 69 f9 f9. ,9 ,a t9 fA di fA fA fA fA bi f9 E9 fA o O O O O c7 O O O O O O O O O O O O O o ° 00 O O O O O O O O O O O O O O N o O O O O O m N o N O O 0 r O O O a O O O O O O O O O O O O O O o O cq (R ^ N O N N ^ O N O O o O V N O O m o CJ n N O c0 N O N O O m (� V O O n O m O O V y 7 t7 4 c0 N PJ N m c m 5 7 O c0 c0 m m c0 V co Q N N (7 M N N c0 c0 N O m N N (O O N w m m W 'o a �L H ii 2ft • f9 fA fA f9 fA fA v) FA 69 fA f9 fA 69 f9 fA 6% f9 fA to fA FA FA fA t9 E9 E9 f9 fA fy f9 f9 f9 F9 C a a o... y a°o O O O O O o O O O N � O O N N N N ° 0 0 C� N N N E o zz zz 0 0 `m H O W 0 0 o 0 0 o o o o o o o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 m _o °_ n (n n rn p O O O O O O O O O O O o O O O O O O O O O O O N O (3,O O O er � m m n N O �(1 O O O O O O Q O O N O O O O N O O m O O O O O O 1� o N O a O O O m O m 1� V n• O N O O a U r c0 N m N c0 N N m O m m m a O V m c0 m V '- m W m N of o O f� m O ,0., cJ N N N N N N M N ch c7 cV cn ^ .� O N IL ° `o A c � n �b 69 f9 69 E9 f) f9 fA fA f9 f9 fA f9 E9 0 f9 fA 69 69 fA e9 fA f9 fA 69 fA 43 E9 FA FA fA f9 try f9 f9 Q(�1 69 fA 69 f9 o a a 'p O N c N O O u N coo m N m m M O N ° R Q M (7 N A o d 7 W O H t f9 f9 EA II a H m n A N N N E a 10 m m N N o l/1 N c/1 IS Q Q S oA J J Y Y Z Z } } LL LL Q } c� f� J LL LL Q LL LL } cA c9 A a U J J LL LL fn N H F f% !/1 J J W N J J f// W U O W N C C N N O C o O tfI O O O O n N N C O G N O w N n N N N N A 0 O N < N O N Q w c7 n O) M O N W n N N N b Q O n O m m O w M m N N n t9 01 vi nj O n n m c7 f� O Q o N N c7 N 9 n r o y N aD 1 C !jC W p 7C C` Y o C 4 f9 69 69 f9 69 o . f9 . a_ ro E r a E a m N G N m g E m c o _ 0 9 O O N O 0 0 o m O N N n � N O C m N N V U p U N C A O 00 00 O O ID R G r E m �' o N ¢ N o0 00 N N o E c (.7 aD w N n• N G G NO N j y U 8 C m ` N m� ^ C O O .� 2 = O N m m O t � m y N m N O C d o N N N N N N c- 9 e 7 o ' ° ° < ° V U m N 0 N ¢ = A E E E E E m m ° a ° n a o U ~ ¢ °o E c m m F 7 3 o A o Tc H m y N w ti m Lu to m m o m - _ 2 `m c � > m m m m m y c c c 3 Q o N o, a o C O m U m m m m m co m U 3 ,o 'o c o v t t o c o U o � .-' " e N m m o C U O 3 O c m = D1 c c = A c o A U a n U cj ° U E U ` w o o f Al a a n 1n n n n U m A LL o d � U c > > i m c .. c ¢ `c c/1 c j lq U F fi ` c N w w w w .��- 3 y U _ °w o '� 0 0 o c o o � Z ._ xF C bCC N c .a c d E _ m m m E' 2 E m E '^ € m m o 3 O O L r IL U U U U a ¢ S a H �. a 0 0 0 U 0 N o Q O G ap 7 1 � 8 w ,e h o o r 0 n • ¢ U a m A m m w $ e f EU e e e e e e e 0 e f E e E e e e e -0, e e c c c C C C C m c c c c c c c c 7 �+ m m m m I c m m m m m m(7 U' (7 7 C7 C7 C7 (7 (7 C7 C7 U U r J N O vii r N C- \ M V1 00 U1 to N ~ 59 69 5R 514 59 6) 59 00 z- W �'° Cw o N 0) M (- -� _ z W C 459 W kn 00 C Q vcni N v~i CV F U �,= z w Ww 61�1 601) 6q 5959 a ova a H aw°4HA x z w o aQAAo H A ��H x z J.o� w z �wF�Z� U CL' � Ha'j°iS�A a w w >C M M Tr Q "x°m ¢o� A W Q p Q Q EQ o 0 0 � H tb:a E COO r� cn E- waxQw� tn W O W Q 1121 3 °A CA °xFx A A F v �' to V] z U W �i C4 �-+ O C ra F v tg O Z x�x O WWL aAgzA F O F QC4 [- � E L1QH v o c P4 F4QH °� U H Z OO W o O Z ai Q � � o � � � a � a � � � h �aa��Hz UFw�s0 G Ln z w d o 1,n 00 tn Z O W o U O pU a w H F U N N z V' "O W Q W W z Z W W O WO � a z M z z U) C6 K ~ w OF O O HH Za H fx HH w-1 w1 A F" U W U h oQO QQ ww QQ w w z < < v ouo H w x 0 U� O z O z ti O o p * Z H u g o a o X. 0 o a a o o o o o o a o 0 0 o 0 O O O O O n O O ch m m N O m O O O m o 0 0 o n o v o o m o m o 0 0 0 0 0 (`] N O 0 0 0 v o 0 0 0 0 0 0 0 o O o o 0 0 0 o r. ch v v a 0 o 0 0 0 0 0 0 0 0 0 0 o 0 0 0 0 0 0 .p. rn U) u? • O O O T O O o O O o m N O O O O O o n N O O N o N O O m N o O Co n O m O 7 E � N N O) N m m r m ch V V O m m m Q N N O N N N N m m N O c7 (7 c�j mm mm o ` r E9 E9 W 0 W 69 0 % % % 69 % d3 fH W W 61) f9 63 fA E9 fA 69 N E9 to E9 cp df 69 69 69 O O O O O O O O O O o o o o O O O O O O O O O O O O o O O O O O O O O O O O n O o o O O N O O O O O O O O O O O O O O O O O O O O M O O O O O O O O V O O O O o co m O O O O O p, N N O n o 'o o ^ o m N § O cc m n O 17 1 O c M a ` N (o w N co Z I 1 r I <» 69 u3 » u> to f» 69 <n <n ui ea 6A v> u> d, f» F»1 F» e» f» f» I I I I 6n% 0 0 0 o m cn 0 0 0 0 0 0 0 0 0 0 �n �n ° o o = c 0 0 o o 0 o o o o o o 0 o 0 0 0 0 0 0 ° o o o o o o o o o 0 0 0 0 o o o o o 0 0 0 ° m m i rn 0 0 0 o o o o o 0 0 0 0 0 0 0 o o O n d d m m rn N G O O O O O O In O V N O O O O O N pj c+j O F Oi N m N p N n N O N O N O O m c7 V O O n O m Cl) co E O N m N n m m cr 7 R O m m m m n O O O 'a•- �.. N Q N N m N k) N N m m N O N O W O N S C N 0 L � O� N V) ffl 69 EA EA EA 6. 69 fA EA EA t1) e) E C Ui 69 E9 E9 E9 (fl EH co F/3 69 U! fA E9 EA 6A ffl fi3 ff) EA E9 Q 0 — EA fn EA O CL 7 N o p O O O O O O O S O. o o S O O o O O O O O 0 0 0 0 O O n 0 0 o r 0 N O O 0 0 O O O R O o o o O O O O O O m 0 m m 0 0 0 0 0 a R N N N S N O W S0 0 0 0 0 0 0 0 0 0 0 o 0 0 o o o o o o o o o o o o o o o r. o) o_ O O O O O O O O O O O O O O O O O O O O O O O N O O O O O V O OR m n N jp O O O O O O O O O O O O O N O O O O O O O O O n n O m O O N m r m N m N ° N n N O O O O O O O O O n O N O O O O m O m n n O) O N o o N O O U n O N m O O N O cc m m N m ? O a O) O m V m co m N m °') O r� O� a � m W N N n c) N N N O c) N r N N O N o n a $ F- A � a O cry 6% N E9 ff3 69 w % % co fA 6% 69 69 69 w 69 fA w % 6R w w w EA w u/l 611 w w d3 69 6% Q U 69 69 N 69 C O rn v O m N d m m m n o N c 7 G1 N W °a Q ` N ° ° m co N m m M v NN ° .� N y A o o E m N N p C w N o O y Q H EA E9 69 o a^ N N m D r o 0 E a R J m E m co N N U J J J U LL LL J J J J N N r r m (n J J W N J J N LL U W J J c) J w SO O O O O O O O O O O O O O O O O O p O O N O O O O r� O S O O O O O S S O h O O O O O O O O O O O O Y N O n N O Q O O n i O O h N O O O O N m m (D O r N N O O O uu�� O O N O N O O .; n ` i O N N t�) h N O O N S S c7 N N N OI cD O O U1 O (D O p0 (� co (7 �- fN n N N c') N h N N m Q m N (V n o) m O) O ;Q N n O U N N R N m F r n n O o w a o a <n w w E ° 6n e» En Q U e m .G `m R a E m m a S m � m � o Co o v E 0 N c p m � N oo N 2 N O m N W' d (�1 r co U U N m C m O O o 4 j p °O n O m �u O O N N f m y O N d 0 c t �e O 'o N U O N N N N N o Z 4 E E E e cA o U c o a N N U v E m @ N °' '° m co C O V d N N d d m v a a 4 n o ° o �' O ° in m 3 o is m r c N in in o in c o m r .c of l v U U c m m m m E m Tp .E r cn Ul cn In A ° i° y L - .2 u m m u c c A u m m c o £ t0 0 2 u U 'y � N Q: O 'O C N N N N N m o` o .'m o c '- .2 °' m m U 3 0 O c c = c c c = t cm a o R o o m U U < U m U U E U w ° ° > > - 8 n m m U r _ r v w R d in in in -'° c o 0 0 m m m ¢ m Y E o u - u ° .N 3 C R d R R cl y E E E E E E £ E = E H y y ._ m c o d m - m ° m m m m m Tc m m R `m e O L R O N O U m n ¢ F- U ¢ ¢ ¢ v f U rn w U v U r- a ¢ a a a ¢ a r �. a e O D U r- r- r t- t- r- F w r m ¢ l m � n � c o m r ° E H # C c4 m p m O ¢ U E m N N N N N N N N N N M S m a y m m R m m R R A m m m m m m m m m m m m m m A R m o a m m m 4i m `m m m m m m `m 11 m m m `m `m `v d m m m `m m o cm cm m m m cm cm m cm m cm cm cm cm cm m me cm cm m cm cm cm cm cm m m cm m cm O O d fA tE N C7 C7 C7 C7 (7 (7 (7 t7 C7 C7 (7 C7 C7 C7 C7 c7 t7 U' c7 C7 C7 C7 C7 U U U U U c7 C7 U U M M 'N C � M OMo 000 0, M Q � M O rr 0 69 69 69 tfi / tfi 69 69 00 cl- M m �t Q c00 rn n l o vim-, O Q a to -• vi F P r, QW E» ss ss 69 o c Q A a A W p � 0 OCR ¢ M M O O'N � AaoH CU) C7 Q Q z W 0 L4 U a F. O c kn � a o � usw w F 4 MFwWW 0 o U w O y � z W r� `" O to oo kn O O a ¢ F eq r, z C7 W Q w w z z o o 00,GT, F F U .a O z a Q W w0 a+ Q -. W F Z r z M O Q U z z z z W z a Q U U coo; DO C-1) U W E' z Q' z z y O 0 0 O * z ; ~ ` | \ k \ ( / k \ \ \ kk \ ` ; a@ ¥ | \ k ( \ � - - - ® - - - � - - - - - - © - - - - - - - ® - - ® - - - � ® . \ , ; ; ; ; ; ; ; ; ; ; m ; ; ; ; ; y R » maRm k #« K ; k ! ! - k - � � . a6 . Z5 Z5 6. ■ 4 � a , 44 ; 4w ■ « nw4 ■ ¥ RR % � - | Pt � % � / { c � - ; : ll . . . . ; { � • � ° ` - ! ! § § _ � � � _ . e ; ® = , - - - ! l � Ia ! ! ! l � � z � = ! . i !! a ! ! | _ . � . . . � ! . § . ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ; �■! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! ! � ! ! ! ! B 7 RECEM- - MAY - 3 2004 on f Ren t City o A=unt s Payable TO: FINANCE DIRECTOR DATE. 4/26/2004 FROM: TRANSPORTATION SYSTEMS DIRECTOR CONTRACTOR: Totem Electric CONTRACT NO. CAG 03-158 ESTIMATE NO. 2 PROJECT: Lind Ave SW/SW 7th St Signal 1. CONTRACTOR EARNINGS THIS ESTIMATE $ 12,073.88 2. SALES TAX @ 3. TOTAL CONTRACT AMOUNT THIS ESTIMATE $ 12,073.88 4. EARNINGS PREVIOUSLY PAID CONTRACTOR $ 8,483.50 5. * EARNINGS DUE CONTRACTOR THIS ESTIMATE $ 11,470.19 6. SUBTOTAL-CONTRACTOR PAYMENTS $ 19,953.69 7. RETAINAGE ON PREVIOUS EARNINGS $ 446.50 8. ** RETAINAGE ON EARNINGS THIS ESTIMATE $ 603.69 9. SUBTOTAL-RETAINAGE $ 1,050.19 10. SALES TAX PREVIOUSLY PAID x 11. SALES TAX DUE THIS ESTIMATE 12. SUBTOTAL-SALES TAX *(9591oxLINEI) **(RETAINAGE:5%) GRAND TOTAL: $ 21,003.88 FINANCE DEPARTMENT ACTION: PAYMENT TO CONTRACTOR(Lines 5 and 11): $ 11,470.19 ACCOUNT 317.012153.016.5950.0030.67/25305/5354 RETAINED AMOUNT(Line 8): $ 603.69 ACCOUNT 317.012153.016.5950.0030.67/25305/5354 TOTAL THIS ESTIMATE: $ �l1/2`,073.888 l CHARTER 116,LAWS OF 1965 ` CITY OF RENTON CERTIFICATION I,THE UNDERSIGNED DO HEREBY CERTIFY UNDER PENALTY OF PERJURY,THAT THE MATERIALS HAVE BEEN FURNISHED,THE SERVICES RENDERED OR THE LABOR PERFORMED AS DESCRIBED HEREIN,AND THAT THE CLAIM IS A AND UNPAID OBLIGATION AGAINST THE CITY RENPON, THAT I AM AUTHORIZED TO AUTHENTIC E AND CERT TO CLAIM SIGNED: . x m W NW Nm N N N N N N N m N 6 V A W N O~ Sp n _ 6 ® D 0 1 + i o n m R S S = - � 3 3 n ^ $ x N Si O x a• C O 6 d b 6 N G g A a m m W m a mm A a 8 � 3 & 0 � b Q 3 v 3 'a ag m N rtmf A g r r m 8y U G rr r8 C r< r C rg r g D T T N N N ( D T T ( < C C T N Sn y D D N N N Sn 3 m � N N � O O d W O ONO OO O O J O O J W O O O O O a iq iq f9 09 i9 !9 (9 f9 fA (9 4O fA . . . . . !A i9 - - M - - M fA H - - - - � �1 V J � O O O O O O O O O� n N N + 0 0 VW O V V O Umi O O O O O O O V O O N O O O O O O N N O O � d C C C C N IJ G O G G C G G G G G G O O O C G G G G C C G G O V V V O O O O O 0 0 O O O O O O O O O O O O O O R °s u, g 9 R 3 ip ip � N D W N N 3 0 0 ° i G i O O O e Q y V1 09 W iA to iA to K 09 i9 09 iA H K H . . V/ V/ Vl K V/ - - K - - K - Vl iq iA K y2 W A J V d W V 4' O O O O O O O O O O O O N o 0 o O M O 0 0 0 0 0 0 0 0 0 0 0 0 0 7 (A fA fA f9 M f9 fA fR fA fA (A M 4O i9 {A i9 K fA i9 . . . OA . to N . K . . W w N K K 4 N _ W j A A d O 0 0 V V V O 0 0 cuff a! O E TO: FINANCE DIRECTOR DATO 3/16/2004 FROM: TRANSPORTATION SYSTEMS DIREC CONTRACTOR: Totem Electric MAR 2 2 2004 CONTRACT NO. CAG 03-158 ESTIMATE NO. 1 City of Renton PROJECT: Lind Ave SW/SW 7th St Signal Accounts Payable 1. CONTRACTOR EARNINGS THIS ESTIMATE $ 8,930.00 2. SALES TAX @ 3. TOTAL CONTRACT AMOUNT THIS ESTIMATE $ 8,930.00 4. EARNINGS PREVIOUSLY PAID CONTRACTOR $ - 5. * EARNINGS DUE CONTRACTOR THIS ESTIMATE $ 8,483.50 6. SUBTOTAL-CONTRACTOR PAYMENTS $ 8,483.50 7. RETAINAGE ON PREVIOUS EARNINGS $ - 8. ** RETAINAGE ON EARNINGS THIS ESTIMATE $ 446.50 9. SUBTOTAL-RETAINAGE $ 446.50 10. SALES TAX PREVIOUSLY PAID 11. SALES TAX DUE THIS ESTIMATE 12. SUBTOTAL-.SALES TAX * (95 01,xLINEI) - ** (RETAINAGE.5%) GRAND TOTAL: $ 8,930.00 FINANCE DEPARTMENT ACTION: PAYMENT TO CONTRACTOR(Lines 5 and 11): $ 8,483.50 ACCOUNT 317.012153.016.5950.0030.67/25305/5354 I RETAINED AMOUNT(Line 8): $ 446.50 ACCOUNT 317.012153.016.5950.0030.67/25305/5354 TOTAL THIS ESTIMATE: $ 8,930.00 CHARTER 116,LAWS OF 1965 CITY OF RENTON CERTIFICATION J I;THE UNDERSIGNED DO HEREBY CERTIFY UNDER PENALTY OI PERJURY,THAT THE MATERIALS HAVE BEEN FURNISHED,THI SERVICES RENDERED OR THE LABOR PERFORMED AS DESCRIBEI HEREIN,AND THAT THE CLAIM IS A JUST,DUE AND UNPAII OBLIGATION AGAINST THE CITY OF RENTON,AND THAT I AD AUTHORIZED TO AUTII&NWCATE CERITU TO SAID CLAIN SIGNED: z O O N N K N N 6 lV fC W W J H c + O O O OO O O O O O O O O O O O O O O O O O O O OO O O O O O N O O O O Q - 0 0 - . O G O. C O tJ G O U U O U C) G O CG U CJ C! 0 0 J CU 0 0 CJ H O O O O O O O O Fj O N N O O E N N r Omi � N (O <O aC (9 (A fy yi (A di fA yi M fA fA fA (A fA di f9 fA (A f9 fA (A fA fA di fA (A (A (A fA EA di fA r O p E 3 o di di (A f9 fA di di (A (A fh f9 (A di fA di fA (A fA fA (A (A (A Vi fA (A (A (A di (A (A W di r a s O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O u o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o cy u> 0 0 0 0 � r O 0 0 N N 0 0 0 0 0 0 N O O N O O O O O O O N O N L 0 0 0 0 0 r O N O 0 0 0 0 fp O 0 n d t� T O O O N N N m m O m A7 V O < T C ^ ° fn vs ui fn v. fn fn ui fn fn w w ui us w (n v. w w (n-w (n (n w w vi w w w Fn w f» � a c C � O o y B •c � c � U LL ZZ ZZ N N N W LL N a LL F J N N fA N LL LL N N N LL W 4l F F N N LL LL U V O O S O .0 N 0 N 6 6 6 4 cj 6 Cl V m cj 1. F N C W � Q a a E N G N m d N O C b q m N U ^ c c d . H `m c yy > o u m o m C7 S ro r ci m a ? N 5 ^ p £E£ U Q B U U v m C27 -E m c P o 0 $ p N c ` •� 3 m o E E F 9 a E _ a $ n m E E E 2 m E -S m E m € u g S S ¢ U N f 7 ¢ a a ¢ a f K m c m o � m �a ¢U m i mm 6 o y m m m c c c c c c c c (7 (7 (7 C7 2