Loading...
HomeMy WebLinkAboutContract ARCHER CONSTRUCTION,INC. 7855 SOUTH 206TH ST — CAG-09-187 KENT,WA 98032 253 872-7222 _ $288,581.23 _ AWARD DATE:DECEMBER 7,2009 a (cY kw „ N Bidding Requirements, City of Renton Forms,Contract Forms,Conditions of the Contract,Plans and Specifications .•.. i V y■ lir City of Renton Construction of: Sidewalk Rehabilitation & Replacement Project PROJECT NO. CAG-09-187 kr City of Renton 1055 South Grady Way Renton WA 98057 General Bid Information: Bill Wressell 425-430-7400 kw Project Manager: Bill Wressell 425-430-7400 lirk yr «I Printed on Recycled Paper CITY OF RENTON RENTON,WASHINGTON CONTRACT DOCUMENTS for the Sidewalk Rehabilitation & Replacement Project PROJECT NO. CAG-09-187 November 2009 •. BIDDING REQUIREMENTS CONTRACT FORMS CONDITIONS OF THE CONTRACT SPECIFICATIONS PLANS AO CITY OF RENTON 1055 South Grady Way Renton,WA 98057 AW ANS Printed on Recycled Paper MI PART I BIDDING INFORMATION MO IND NO MIN WO 11•11 CITY OF RENTON CAG-09-187 Sidewalk Rehabilitation & Replacement Project wr CONTRACT DOCUMENT TABLE OF CONTENTS Summary of Fair Practices Policy Summary of Americans with Disability Act Policy Scope of Work Vicinity Map Instructions to Bidders Call for Bids *Combined Affidavit&Certificate Form: Non-Collusion Anti-Trust Claims Minimum Wage Form *Bid Bond Form +�+ *Proposal *Schedule of Prices **Subcontractors List rr ❖Bond to the City of Renton ❖Fair Practices Policy Affidavit of Compliance ❖Contract Agreement(Contracts other than Federal-Aid FHWA) ❖City of Renton Insurance Information Form ❖City of Renton Standard Endorsement Form Prevailing Minimum Hourly Wage Rates(New job classifications) Statement of Intent to Pay Prevailing Wages Affidavit of Prevailing Wages Paid Certificate of Payment of Prevailing Wages City of Renton Supplemental Specifications .1• Special Provisions Standard Plans Documents marked as follows must be submitted at the time noted and 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. * Submit with Bid ** Submit with Bid or within 24 hours of bid ❖ Submit at Notice of Award CITY OF RENTON ..r Planning/Building/Public Works Department 1055 South Grady Way Renton,Washington 98057 +rr 02_cont.DOC\ Or CITY OF RENTON SUMMARY OF FAIR PRACTICES POLICY ADOPTED BY RESOLUTION NO. 3 2 2 9 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 "r 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: ari (1) EMPLOYMENT PRACTICES - The City of Renton will ensure all employment related activities included recruitment, selection, promotion, demotion, training, retention and separation are conducted in a manner which is based on job-related criteria which does not discriminate against women, minorities and other protected classes. Human resources decisions will be in accordance with individual performance, staffing requirements,governing civil service rules,and labor contract agreements. (2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of Renton will cooperate fully with all organizations and commissions organized to promote fair practices and equal opportunity in employment. (3) AFFIRMATIVE ACTION PLAN - The City of Renton Affirmative Action Plan and Equal Employment Program will be maintained and administered to facilitate equitable o r representation with the City work force and to assure equal employment opportunity to all. It shall be the responsibility of elected officials, the Mayor, the Affirmative Action Officer,department administrators,managers, supervisors,Contract Compliance Officers and all employees to carry out the policies, guidelines and corrective measures set forth in the Affirmative Action Plan and Equal Employment Program. (4) CONTRACTORS' OBLIGATIONS - Contractors, sub-contractors, consultants and r' 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. rr CONCURRED IN by the City Council of the City of RENTON,Washington,this 7thday of October, 1996. CITY OF RENTON: RENTON CITY COUNCIL: ayor Council President Attest: City Cler V rw 03 SUMRY.DOC\ Sidewalk Rehabilitation&Replacement Project err err CITY OF RENTON SUM1t1ARYOFAMERICANS WITH DISABIIdTIES ACT POLICY ADOPTED BYRESOLUTIONNO. 3007 The policy of the City of Renton is to promote and aid equal treatment and service to all citizens and to assure employment opportunity to persons with disabilities, when the City of Renton can reasonably accommodate the OM 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: ON (1) EMPLOYMENT PRACTICES - All activities relating to employment such as recruitment,selection,promotion,termination and training shall be conducted in a non- e* 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 '61 With Disabilities Act Policy will be maintained to facilitate equitable representation within the City work force and to assure equal employment opportunity and equal access to City services, activities and programs to all people with disabilities. It shall +• be the responsibility and the duty of all City officials and employees to carry out the policies and guidelines as set forth in this policy (4) CONTRACTOR,' OBLIGATION - Contractors, subcontractors, consultants and suppliers conducting business with the City of Renton shall abide by the requirements of the Americans With Disabilities Act and promote access to services, activities and rrr 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, ow this 4th, day of October 1993. C o`: RENTON RENTON CITY COUNCIL: rig No Mayor . . ,cil President MO !;?-)test: • IPA) City Cleric Sidewalk Rehabilitation&Replacement Project r• ONO CITY OF RENTON Sidewalk Rehabilitation &Replacement Project SCOPE OF WORK The work involved under the terms of this contract document shall be full and complete installation of the facilities, as shown on the plans and as described in the construction specifications,to include but not be limited to: The improvement of neighborhoods in the City of Renton by replacing old sidewalks with new, and the installation of curb ramps into existing sidewalks. The work includes demolition and removal of existing asphalt and concrete oil pavement and sidewalks, and constructing new cement concrete sidewalks and curb ramps, and asphalt concrete pavements, adjustment of existing utilities together with all required appurtenances, landscaping, and complete restoration and other work, all in accordance with the Contract Provisions and Standard Specifications. "" 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. A total of 60 working days will be allowed for the completion of this project. as r Sidewalk Rehabilitation&Replacement Project ow ,5„ hE 762,11112.1 g- 1! MIMS,1 MR a N t 1, N" 7412 ffNS an Ns n- xE__ ` Arktmer�NE'1.E is M7AS q ;c NE 50th 1. °'r/ + n g _s II ���; ' ® g' 3sw-.NE 19 2c NE 91A St i Ell ow 3 x nv. xE 7th •,tmm .,.„..,, {[�©�7] NE 17th St` *' 1 9I IE In SI I \, j S1 p 4L1 -MINN 111311121111 i MI ©na © a!3P ► e Ix Pi ,�'t6t Si^ ®® © M YI H 101' . 0th MN �� ©�Ji, z 7f a��k ir„:: xE 9u Ct. S•)Ct9 St ©®3 y E r ' ��t- Nr HU CI. k Bln St �}�N s xE eu st ��®¢!Q� S®©iYiiS S 1'''R I :190...g0 1 NE 1U SL y; It a NE)U S 17777 S'®5 ? xv hA 51. : I ® 3 S'xE" "' Sn. e 5 121E 51 )} S Y � �� W.fiUp ®1� s 1nEP •nE r,. N Gam' 'rim I.n o ' '}{IA SL ` M 6th cl, E�� %a MI ® W, bU St ha,.' _ "� ® �� r I:.5NSE I llelt® ��. a ki 4r -- r�r AN st ��eV +,a ■ s ; AIRPORT )lIiiIiIi / I�Ar V NE 412 St. NE 4�� NE Iln[r NE 4U St � �`R S iYxA St i i ®/ ' _ NE 1E C•1 w r 720 Jt b :°11/1P119 4 NI ' S JiaC al ■ 'A Y �NE 1ne 51 _2 LP 1 1 11 1 j PliairM k I 1 111111114111111111le L b `Iiiiiri tke. 399 St re 24 St RE I ice` i' ��iir l ¢., tI � _.41.. W a Is IIIlllifi l Li -,. timiwza INOF IV 1 III, 11 fs. -„, ie,,,:„,-...„ .. ,„., 0,0001, Ell -1 Palk i I 4‘\3,,, SW 7tn SL x :1 " `b"' 40 /� f 1 IfP �-� I ! ®��r�S 15U SI�� J ! ,6u 51 s„.„, ge J %19UN 1¢ °ah �'st xM 1 51)U SI \J °� W1 k..)..,. -- I. . St" 5 19U St _� I `. 0.d�M 1 PAIL S 4 n Ct �y SSE Mn CI 9 SW 71x1 S s)tal 51 V I b 1 SI y ISpU S lir®® F161rt St ff15912 M it SE 14029 Fl Er IV< d :S Ifi7 SI a ® h�� )6) ff61E I.� v�'y� X S 2SP S1 4 161 51 S `S 5:164M Si - ® St linttl SW);to 9 S �� AA 51)U 51� M r1131213111110,A1 5U HK SW 1912 at ��. �F164U f . � pi M V' SW.ICU S: S �Ai ! ^® e dal S l S 374 PI J)ns PI ' �p.' SE 1 cW u..[. SN;4tn St v∎ SNU.9 �� SE I)01A s1 tTfnE St U �� ��, 4.Ina,n 5S U IN u, _ y Y 4 ITN. 4 4214 g , 3C S 34U ,4:)1E St ' s �q SW 3919 S1 `W 3912 St .. �] `®'V ' N ry '� - 4.4'''.2 � £IMm I 4 PO 9d -� Sidewa1k Rehabilitation & Replacement Project ,.. 0 3000 6000 VICINITY M Eg§m§, EimElmismog FEET .. INSTRUCTIONS TO BIDDERS 1. Sealed bids for this proposal will be received by the City of Renton at the office of the Renton City Clerk,Renton City Hall,until the time and date specified in the Call for Bids. At this time the bids will be publicly opened and read,after which the bids will be considered and the award made as early as practicable. No proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall be submitted on the forms attached hereto. 2 Any omissions, discrepancies or need for interpretation should be brought, in writing, to the attention of the Project Engineer. Written addenda to clarify questions that arise may then be issued. No oral statements by Owner,Engineer,or other representative of the owner shall, in any way,modify the contract documents,whether made before or after letting the contract. WN 3 The work to be done is shown in the plans and/or specifications. Quantities are understood to be only approximate. Final payment will be based on actual quantities and at the unit price bid. The City reserves the right to add or to eliminate portions of that work as deemed necessary. 4. Plans may be examined and copies obtained at the Public Works Department Office. Bidders shall satisfy themselves as to the local conditions by inspection of the site. 5. The bid price for any item must include the performance of all work necessary for completion of that item as described in the specifications. rr. 6. The bid price shall be stated in terms of the units indicated and as to a total amount. In the event of errors,the unit price bid will govern. Illegible figures will invalidate the bid. ■r 7. 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. rr. 8. A certified check or satisfactory bid bond made payable without reservation to the Director of Finance of the City of Renton in an amount not less than 5% of the total amount of the bid shall accompany NW each bid proposal. Checks will be returned to unsuccessful bidders immediately following the decision as to award of contract. The check of the successful bidder will be returned provided he enters into a contract and furnishes a satisfactory performance bond covering the full amount of the work within ten days after receipt of notice of intention to award contract. Should he fail,or refuse to do so,the check shall be forfeited to the City of Renton as liquidated damage for such failure. 9. All bids must be self-explanatory. No opportunity will be offered for oral explanation except as the City may request further information on particular points. 10. The bidder shall,upon request, furnish information to the City as to his financial and practical ability +• to satisfactorily perform the work. 11. Payment for this work will be made in Cash Warrants. 12. The contractor shall obtain such construction insurance (e.g. fire and extended coverage, worker's compensation,public liability, and property damage as indicated on forms enclosed under Attachment W. A herein and as identified within Specification Section 1-07.18. "W Revised:(14/06 hh Sidewalk Rehabilitation&Renlacement Project 13. The contractor,prior to the start of construction, shall provide the City of Renton a detailed bar chart type construction schedule for the project. 14 Before starting work under this contract,the Contractor is required to supply information to the City of Renton on all chemical hazards Contractor is bringing into the work place and potentially exposing City of Renton Employees. rr 15. Payment of retainage shall be done in accordance with Section 1-09.9(1)"Retainage". 16. Basis For Approval IMP The construction contract will be awarded by the City of Renton to the lowest,responsible,responsive bidder. The bidder shall bid on all bid schedules items of all schedules set forth in the bid forms to be NO considered responsive for award. The total price of all schedules will be used to determine the successful low responsive bidder. Partial bids will not be accepted. The owner reserves the right to award any or all schedules of the Bid to meet the needs of the City. The intent is to award to only one BIDDER. 17. Trench Excavation Safety Systems As required by RCW 39.04.180, on public works projects in which trench excavation will exceed a depth of four feet,any contract therefor shall require adequate safety systems for the trench excavation ` that meet the requirements of the Washington Industrial Safety and Health Act, Chapter 49.17 RCW. These requirements shall be included in the Bid Schedule as a separate item. The costs of trench safety systems shall not be considered as incidental to any other contract item and any attempt to include the trench safety systems as an incidental cost is prohibited. 18. Payment of Prevailing Wages In accordance with Revised Code of Washington Chapters 39.12 and 49.28 as amended or supplemented herein, there shall be paid to all laborers, workmen or mechanics employed on this r.r 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. imp The most recent issue of the prevailing wage rates are included within these specifications under section titled "Prevailing Minimum Hourly Wage Rates". The Contractor is Responsible for obtaining updated issues of the prevailing wage rate forms as they become available during the duration of the contract. The wage rates shall be included as part of any subcontracts the Contractor may enter into for work on this project. 19. Pollution Control Requirements Work under this contract shall meet all local, state and federal requirements for the prevention of 'I' environmental pollution and the preservation of public natural resources. The CONTRACTOR shall conduct the work in accordance with all applicable pollution control laws. The CONTRACTOR shall comply with and be liable for all penalties, damages, and violations under Chapter 90.48 RCW, in +r 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. Revised:04/06 bh Sidewalk Rehabilitation&Replacement Proiect ION �., 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 City of Renton Supplemental Specifications, Special Provisions other sections of these contract documents. These standard specifications are hereby made a part of this contract and shall control and guide all activities within this project whether referred to directly,paragraph by paragraph,or not. ale 1. WSDOT"2008 Standard Specifications for Road,Bridge and Municipal Construction" hereinafter referred to by the abbreviated title"Standard Specifications." A. Any reference to"State," "State of Washington," "Department of Transportation," "WSDOT,"or any combination thereof in the WSDOT standards shall be modified to read "City of Renton,"unless specifically referring to a standard specification or test method. "" B. All references to measurement and payment in the WSDOT standards shall be deleted and the measurement and payment provisions of Section 1-09.14,Measurement and Payment (added herein)shall govern. 21. If a soils investigation has been completed, a copy may be included as an appendix to this document. If one has not been provided for this project by the City or Engineer, the Bidders shall familiarize ,., themselves adequately with the project site and existing subsurface condition as needed to submit their bid. Upon approval of the City,the Bidder may make such subsurface explorations and investigations as they see fit. The Bidder shall be responsible for protection of all existing facilities, utilities and MIX other buried or surface improvements and shall restore the site to the satisfaction of the City. 22 Bidder's Checklist "" ❑ It is the responsibility of each bidder to ascertain if all the documents listed on the attached index are included in their copy of the bid specifications. If documents are missing, it is the sole responsibility of the bidder to contact the City of Renton to obtain the missing documents prior to bid opening time. ❑ Have you submitted,as part of your bid,all documents marked in the index as"Submit With Bid"? ❑ Has bid bond or certified check been enclosed? ❑ Is the amount of the bid guaranty at least 5 percent of the total amount of bid including sales tax? ❑ Has the proposal been signed? ❑ Have you bid on ALL ITEMS and ALL SCHEDULES? ❑ Have you submitted the Subcontractors List(If required) ❑ Have you reviewed the Prevailing Wage Requirements? ❑ Have you certified receipt of addenda,if any? ri. Revised:04/06 hh Sidewalk Rehabilitation&Renlacement Proiect CAG-09-187 CITY OF RENTON CALL FOR BIDS Sidewalk Rehabilitation& Replacement Project Sealed bids will be received until 2:30 p.m., Monday, November 30, 2009, at the City Clerk's office, 7th floor,and will be opened and publicly read in Conference Room#521 on the 5th floor, Renton City Hall, 1055 South Grady Way, Renton WA 98057, for the Sidewalk Rehabilitation & Replacement Project. The work to be performed within 60 working days from the date of commencement under this contract shall include,but not be limited to: The improvement of neighborhoods in the City of Renton by replacing old sidewalks ' with new, and the installation of curb ramps into existing sidewalks. The work includes demolition and removal of existing asphalt and concrete pavement and sidewalks, and constructing new cement concrete sidewalks and curb ramps, and asphalt concrete pavements, adjustment of existing utilities together with all required appurtenances, landscaping, and complete restoration and other work, all in accordance with the Contract Provisions and Standard Specifications. rr The City reserves the right to reject any and/or all bids and to waive any and/or all informalities. The Engineers Estimate for this project is in the range of$400,000 to$500,000. op Bid documents will be available Friday, November 9,2009. Plans,specifications,addenda,and plan holders list for this project are available on-line through Builders Exchange of Washington, Inc., r,. at http://www/bxwa.com. Click on"bxwa.com";"Posted Projects";"Public Works","City of Renton", "Projects Bidding". (Note: Bidders are encouraged to"Register as a Bidder,"in order to receive automatic email notification of future addenda and to be placed on the"Bidders List.") Questions about the project shall be addressed to, Bill Wressell,City of Renton, Public Works Department, 1055 Grady Way, Fifth Floor, Renton,WA,98057,phone (425)430-7400,fax(425)430-7426. A certified check or bid bond in the amount of five percent (5%) of the total of each bid must accompany each bid. The City's Fair Practices, Non-Discrimination,and Americans with Disability Act Policies shall apply. 6071,04A/C+\d' idated Bonnie I.Walton, City Clerk +.� Published: Daily Journal of Commerce November 9,2009 Daily Journal of Commerce November 16,2009 ois 07 CALL E(2)1 Sidewalk Rehabilitation&Replacement Project IMO • SNP IS UM IMP PART II CONTRACT FORMS 1P UN NO Oa CITY OF RENTON Combined Affidavit and Certification torm: Non-Collusion,Anti-Trust,and Minimum Wage W' (Non-Federal Aid) NON-COLLUSION AFFIDAVIT Being duly sworn, deposes and says, that he is the identical person who submitted the foregoing proposal or bid, and that such bid is genuine and not sham or collusive or made in the interest or on behalf of any person not therein named, and further, that the deponent has not directly induced or solicited any other Bidder on the foregoing work or equipment to put in a sham bid, or any other person or corporation to refrain from bidding, and that deponent has not in any manner .r sought by collusion to secure to himself or to any other person any advantage over other Bidder or Bidders. AND CERTIFICATION RE: ASSIGNMENT OF us ANTI-TRUST CLAIMS TO PURCHASER Vendor and purchaser recognize that in actual economic practice overcharges resulting from anti-trust violations are in r fact usually borne by the purchaser. Therefor, vendor hereby assigns to purchaser any and all claims for such over- charges as to goods and materials purchased in connection with this order or contract, except as to overcharges resulting from anti-trust violations commencing after the date of the bid, quotation, or other event establishing the price under this order or contract. In addition, vendor warrants and represents that such of his suppliers and subcontractors shall assign any and all such claims to purchaser, subject to the aforementioned exception. AND MINIMUM WAGE AFFIDAVIT FORM 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 op as set forth therein is true to my knowledge and belief. FOR: NON COLLUSION AFFIDAVIT, ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER AND MINIMUM WAGE AFFIDAVIT 5de < 144,4 bi/,•fe.kev, et YAP_p I4C GMP./xi. Pit 5^LTV Name of Project Name of Bidder's Firm rrr Signature of A horized Representative of Bidder "�°°"� J' - 11413• .. Subscribed and sworn to before me on this 02y day of/14km z 200,9 . + Notary Public in and for the State of Washington :co £0 r1Q•�y Notary(Print) L,1 j /7 `✓h 00. Po81IG 1 My appointment expires: `7/,2,467j4)/Z r i wAgHt. \��`� Sidewalk Rehabilitation&Replacement Project �F,1111 nntiN0 Fie 14 Non-Collusion Affidavit Drnviriori 4n of\A/A Inn G ,r 1 ioono(`nnri■finne Anrooman4 coo unnnn/h.nnio nnm_ Ahnrovc\/arifir Gala • BID BOND FORM Herewith find deposit in the form of a certified check, cashier's check, cash, or bid bond in the amount of$ 5% which amount is not less t five percent of the total bid. Archer Cons R'uc n, Inc. Signature 1/ (1 ®.. � J '�'+2ieoti � Know All Men by These Presents: mw That we, Archer Construction, Inc. as Principal, and Insurance Company of the West a$Surety,are held and firmly bound unto the City of Renton, as Obligee, in the penal sum of Five Percent (5%) of the Total Amount Bid Doliam, for the was payment of which the Principal and the Surety bind themselves,their heirs,executors,administrators, successors and assigns,jointly and severally,by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for ,aw CAG-0 9-pI according to the terms of the proposal or bid made by the Principal Sidewalk Rehabilitation and Re acement Project$ 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 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 lull force and effect and the Surety shall forthwith pay and forfeit to the Obligee,as penalty and liquidated damages,the amount of this bond. w" SIGNED,SEALED AND DATED THIS 23rd DAY OF November 2OO 9 Archer Co st c ion, Inc. By: or Principal ./77/$1 Insurarc Company of the,West By Surety- Bonny ymith, Attorney-in-Fact MO • Received return of deposit in the sum of$ MO M M MO • 09_B1O8D.DOC1 Sidewalk RehebilitatIon&Replacement Project a• toga 13 Bid Bond Form 'rovided to Builders Exchange of WA, Inc.For usage Conditions Agreement see www.bxwa.com-Always Verify Scale • No. 0004637 ICW GROUP Power of Attorney Insurance Company of the West Explorer Insurance Company Independence Casualty and Surety Company iW1 KNOW ALL MEN BY THESE PRESENTS: That Insurance Company of the West,a Corporation duly organized under the laws of the State of California, Explorer Insurance Company,a Corporation duly organized under the laws of the State of California,and Independence Casualty and Surety Company,a Corporation duly organized under the laws of the State of Texas,(collectively referred to as the"Companies"),do hereby appoint TERRI L.FRANKLIN,JEANNE M.HAGEL,HOLLY E.ULFERS,STEVEN W.PALMER,BONNY SMITH, PAMELA A.JARDINE,ANGELA D.TONNON,ROXANA PALACIOS, PATRICIA L.RUSSELL,MARY A.DOBBS,HEATHER L.ALLEN their true and lawful Attomey(s)-in-Fact with authority to date,execute,sign,seal,and deliver on behalf of the Companies,fidelity and surety bonds,undertakings,and other go similar contracts of suretyship,and any related documents. In witness whereof,the Companies have caused these presents to be executed by its duly authorized officers this 2nd day of January,2008. it;,_ MPANYO .r SORA/y i. u14^I'Y- \ �0 \<0 sG�ooeron; „ 113‘o c, \p s �sikt INSURANCE COMPANY OF THE WEST SEAL_F E(; g -' ' EXPLORER INSURANCE COMPANY ' 1 �a ,;' o r^ S INDEPENDENCE CASUALTY AND SURETY COMPANY j-,(A7 eyoKs cattunt../ Jeffrey D.Sweeney,Assistant Secretary J.Douglas Browne,Senior Vice President State of California )ss. County of San Diego W On May 21,2009,before me,JoAnn Pache,Notary Public,personally appeared J.Douglas Browne and Jeffrey D.Sweeney,who proved to me on the basis of satisfactory evidence to be the person(s)whose name(s)is/are subscribed to the within instrument,and acknowledged to me that they executed the same in their authorized capacities,and that by their signatures on the instrument,the entity upon behalf of which the persons acted,executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Witness my hand and official seal. • ern a ,, N �COUNTY �y ars JoAnn Pache,Notary Public RESOLUTIONS This Power of Attorney is granted and is signed,sealed and notarized with facsimile signatures and seals under authority of the following resolutions adopted by the respective Boards of Directors of each of the Companies: "RESOLVED: That the President,an Executive or Senior Vice President of the Company,together with the Secretary or any Assistant Secretary,are hereby authorized to execute Powers of Attorney appointing the person(s)named as Attomey(s)-in-Fact to date,execute,sign,seal,and deliver on behalf of the Company,fidelity and surety bonds,undertakings,and other similar contracts of suretyship,and any related documents. RESOLVED FURTHER: That the signatures of the officers making the appointment,and the signature of any officer certifying the validity and current status of the appointment,may be facsimile representations of those signatures;and the signature and seal of any notary,and the seal of the Company,may be facsimile representations of those signatures and seals,and such facsimile representations shall have the same force and effect as if manually affixed. The facsimile representations referred to herein may be affixed by stamping,printing,typing,or photocopying." CERTIFICATE I,the undersigned,Assistant Secretary of Insurance Company of the West,Explorer Insurance Company,and Independence Casualty and Surety Company,do hereby certify that the foregoing Power of Attorney is in full force and effect,and has not been revoked,and that the above resolutions were duly adopted by the respective Boards of Directors of the Companies,and are now in full force. IN WITNESS WHEREOF,I have set my hand this ryc�4 day of c--1/6: // .€ tX2x,41 Jeffrey D.Sweeney,Assistant Secretary bp To verify the authenticity of this Power of Attorney you may call 1-800-877-1111 and ask for the Surety Division. Please refer to the Power of Attorney Number,the above named individual(s)and details of the bond to which the power is attached. For information or filing claims,please contact Surety Claims,ICW Group, 11455 El Camino Real,San Diego,CA 92130-2045 or call(858)350-2400. OMB rw CITY OF RENTON CAG-09-187 SIDEWALK REHABILITATION&REPLACEMENT PROJECT PROPOSAL .w TO THE CITY OF RENTON RENTON,WASHINGTON vrr Ladies and/or Gentlemen: The undersigned hereby certify that the bidder has examined the site of the proposed work and have a• 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: +r (Note: Unit prices for all items,all extensions, and total amount of bid should be shown. Show unit prices in figures only.) .r� Printed Name: /4/44-0,‘ 6y1. ga e yep Signature: Address: 18S-C-13 .7�7(,Ji- M4 garb_ Names of Members of Partnership: .. r OR +r. Name of President of Corporation L[1 AA_d r r Name of Secretary of Corporation kl'tij,,,% i' Art-e f air Corporation Organized under the laws of &,(.DAs With Main Office in State of Washington at —WV. fn go/4 e I �j - A/A /12L S. r. 10_PROP.DOC\ Sidewalk Rehabilitation&Replacement Project Faye 16 Proposal Provided to Ruilders Fychanne of WA Inc For tisane Conditions Anreement see www b wa nom-Always Verify Scale SIDEWALK AND CURB RAMP REHABILITATION SCHEDULE A HIGHLANDS * SCHEDULE OF PRICES , , UNIT PRICES FOR ALL ITEMS,ALL EXTENSIONS,AND TOTAL AMOUNT OF BID SHALL BE SHOWN, ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID (Note*SHOW PRICE PLR UNI 1 IN I-IGURFS ONLY, FIGURES mirrirN TO THE 0101 11 OF 1 HE DOT(DECIMAL)IN THE PRICE PER UNI t COLUMN SHALL BE INTFRPRETED AS CENTS) i - ITEM PLAN ITEM DESCRIPTION PRICE PER UNIT TOTAL AMOUNT me NO. QUANTITY DOLLARS DOLLARS , . 1 1 MOBILIZATION es LUMP SUM LUMP SUM 00 0 0 41 I L1 600 LI, 000 - / 1 2 1 PROJECT TEMPORARY TRAFFIC CONTROL us LUMP SUM 4t Hi 00 0 Y'''';-- i.e , t5t 1 qt 000 * — LUMP SUM r AT 3' 66 SAWCUT CONCRETE es OL) LIN.FT. 41' 111 t;(--- PER LIN.FT, AT or 4 5,119 SAWCUT ASPHALT 2 c —15 LIN.FT. PER LIN.FT. / AT 5 2,112 REMOVE CONCRETE SIDEWALK/CURB RAMP SQ.YD. 44t Li 00 a -- S. S LI Li B co PER SQ,YD. AT 6 662 REMOVE ASPHALT AT GUTTER SQ.YD. c * (jr) i --- , PER SQ.YD. / 7 7 AT 60 CRUSHED SURFACING TOP COURSE 1 TON '••• 1' <72 . L)'- * 0 0 • '- , PER TON II i 8 AT 245.00 CEMENT CONCRETE TRAFFIC 00 00 t ,iF.k''Pk7f LIN.FT. CURB AND GUTTER . Ft PER LIN.FT. / r 9 AT 2,225.90 CEMENT CONCRETE SIDEWALK 30 SQ.YD. .it '7 * C---) 4/ 3 7, ):, `-(0 - I. PER SQ.YD. AT 10 155 INSTALL ASPHALT AT GUTTER CO CO TON ti. 1 1C1 3 . -- /I. ,2. PER TON ni AT 2 is III 224 D, 3 DAY MIX 2y4CEDMENTCONCRETE SIDEWALK DRIVEWAY-6 SQ. " 11 CE SQ.YD. 3D MAYENNATIXCONCRETE SIDEWALK DRIVEWAY-10" PER SQ,YD. AT PER SQ.YD. 0 3 0 . L.-- . --- I .-7 a-C.) ( # 61 ;! [... I .f Siciewalk-SCHPR-bid tab.xls PROPOSAL -1 09:SCHA Fe 17,Schedule of Prices Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale I, mao SIDEWALK AND CURB RAMP REHABILITATION SCHEDULE A aii HIGHLANDS SCHEDULE OF PRICES UNIT PRICES FOR ALL ITEMS,ALL EXTENSIONS,AND TOTAL AMOUNT OF BID SHALL BE SHOWN. UV ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID (Noe sr tow i,RICE PER UNIT IN EIGURES ONLY.Hounts WRITTEN TO THE RICA I I OF THE DOT(DECIMAL)IN TI IC PRICE PER UNIT GUINN SHALL BE INTERPRETED AS CENTS) ITEM PLAN ITEM DESCRIPTION PRICE PER UNIT TOTAL AMOUNT IMP 'NO. QUANTITY DOLLARS DOLLARS - . , -- AT 13 18 CURB RAMP,CEMENT CONCRETE wit EACH MODIFIED TYPE 2-SINGLE it 0/00 . ug- $ Its, .2_0° PER EACH / 14 4 CURB RAMP,CEMENT CONCRETE or EACH MODIFIED TYPE 4A "It 0 0 . * 3(c O 6 PER EACH • 15 AT am 67 TOPSOIL TYPE A CU.YID 111 L(0 • °-;- *- ,2 (, 5() . cc PER CU.YD / 16 AT 3,591 INSTALL SOD SOFT. Ilt ( . ej .— It 3 .5" ci 1 . .--- PER SQ.FT. . 61/1 17 3 INSTALL BARK MULCH AT .,-- 1 CU.YD ' Lf 5 . (''-- . / 3G- . _ PER CLL YD 7 18 1 EROSION AND SEDIMENT CONTROL . LUMP SUM LUMP SUM ,t) I c 0c) 7 19 1 FINISH AND CLEANUP ' 5-0 0 •-•'....-- 1 (JO LUMP SUM LUMP SUM T 41. 500 ._ 1 p i Y MP SCHEDULE A TOTAL 4 '(q (0. C -7 . o___5 i / L .., t,. .i... op 1 ?.., or I !,.' 401 Sidewalk-SCHPR-bid tab xis i'• PROPOSAL ' 2 09:SCH A _ Paige 18 C Prm/itiari fr,'Pi!Mord rvr.hriria/1f 1A/A Int, Pr I icarto r.rinriitinnc Arirapmpnt CPA WIAAA/hvw nnm_ Alwavq\/prify Scala , '::•• , ;,. SIDEWALK AND CURB RAMP REHABILITATION SCHEDULE B :am . MAPLEWOOD SCHEDULE OF PRICES UNIT PRICES FOR ALL ITEMS,ALL EXTENSIONS,AND TOTAL AMOUNT OF BID SHALL BE SHOWN. am ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID Not,,SHOW PRICE PER LIND IN FIGURES ONLY.FIGURES WRITTEN TO THE RIGHT I Uh FI IF DOT(DECIMAI(IN*THE PRICE PER UNIT COT UMN SHALL RE INTERPRETED AS CENTS) ITEM PLAN ITEM DESCRIPTION PRICE PER UNIT TOTAL AMOUNT IP NO. QUANTITY DOLLARS DOLLARS 1 1.00 MOBILIZATION . , ow LUMP SUM LUMP SUM t n) i/0 6, 0 C 0 0 0 0 2 1,00 PROJECT TEMPORARY TRAFFIC CONTROL ow LUMP SUM LUMP SUM . ,....<- 'it ( D ° GC — •it 10(O 0 0 3 CONTRACTOR SUPPLIED SURVEYING of 1.00 0 C., LUMP SUM LUMP SUM !4‘ 3 0 o, 0 _ r 1 . AT gig 4 12.00 SAWCUT CONCRETE LIN.FT. ,•tt 41 ' CO • - 1 , 1 PER LIN.FT. 1 Ill 5 1 AT,539.00 SAWCUT ASPHALT 7 S- I LIN,FT, V ( • ---- c.(.0 I co 3 . PER LIN.FT. ol 6 AT 1,537.00 REMOVE CONCRETE CURB AND GUTTER LIN.FT. c)C It * '' - 00 - 3 C 7 (-1 • — si PER UN.FT. 1 j 41 ilr 7 0II 275.00 REMOVE CONCRETE DRIVEWAY AT 00 SQ.YD. 7 tn) I i (7 .2 s • _--- 7 PER SQ.YD. / 8 45.00 REMOVE COMMERCIAL CONCRETE DRIVEWAY AT (..-4— ... SQ.YD. 11- 1 2... . -— 44. .5—.14 0 $ I PER SQ.YD. AT II, 9 682.22 REMOVE CONCRETE SIDEWALK/CURB RAMP SQ.YD. ki 41 • .--/ ) I AT 10 341.56 REMOVE ASPHALT AT CURB AND GUTTER ;,.. ()-4 -') 9C ., SG.YD. r i PER SQ.YD. 4' 7 0 7 ( . ....— i 11 1 100.00 CRUSHED SURFACING TOP COURSE AT 7 TON PER TON 1 AT t, 12 1,501.00 CEMENT CONCRETE TRAFFIC : i LIN.FT. CURB AND GUTTER PER LIN.FT. . - 4 eo k Sdewalk.SCHPR-bid tatuds 11/08/2000 1 09--iCti _B e19 Prnviripritn ill IiiHr-q Fyrhance of WA. Inc. For usade Conditions Agreement see www.bxwa.com-Always Verify Scale it. SIDEWALK AND CURB RAMP REHABILITATION ? SCHEDULE B I El MAPLE WOOD SCHEDULE OF PRICES UNIT PRICES FOR ALL ITEMS,ALL EXTENSIONS,AND TOTAL AMOUNT OF BID SHALL BE SHOWN. ris ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID • (Note: SHOW PRICE PIN UNIT IN FIGURES ONLY FIGURES WRITTEN To THE NIGH I Ul.TILE DOT(DECIMAL)IN THE PRICE PER UNIT COLUMN SHALL El INTERPRETED AS CENTS.) ITEM PLAN ITEM DESCRIPTION PRICE PER UNIT TOTAL AMOUNT la NO. QUANTITY DOLLARS DOLLARS 13 . ' . • • AT 350,44 CEMENT CONCRETE SIDEWALK DRIVEWAY-6" 2. ole SQ.YD. 3 DAY MIX it -30 • 'L 4.- 1 o 5 ) 3 PER SQ.YD. 14 AT 1110 54.00 CEMENT CONCRETE COMMERCIAL DRIVEWAY-10" SQ.YD, 3 DAY MIX 11- ei 0 Li B co 0 . ----- PER SQ.YD. . . 15 836.67 836.67 CEMENT CONCRETE SIDEWALK ..? SQ.YD. . I -7 . 0. --'1 1 ,1) ‘2 3 PER SQ.YD. • Ill 16 77.87 ASPHALT CONCRETE PATCH AT 04 : TON AT CURB AND GUTTER 41 1 (0 0 * 1;‘-' it 1..-2/ q59 • .-- i i PER TON i i 7 17 8.00 CURB RAMP,CEMENT CONCRETE AT EACH TYPE 3A-SINGLE if 851) . '1;- 11' (06600 .00 1 PER EACH / 1 7 18 AT - 0 37.33 TOPSOIL TYPE A CU.YD. 6.1-) It 1 V 9 PER CU.YD. ,,,.1 T 18 - 4,032,00 INSTALL SOD AT 01) SQ.FT. I - 4 Li 03 • _........._ :. PER SQ.FT. 720 AT •0' 8.00 ADJUST UTILITY EACH I 90 . c9— 4 LQ 40 ....._ao • 7 PER EACH i it 21 1.00 EROSION AND SEDIMENT CONTROL r LUMP SUM LUMP SUM • ...... _S-0(-) IL:2 1.00 FINISH AND CLEANUP LUMP SUM LUMP SUM DI) • et 44 5 c.20 f Co 0 ...._ NO SCHEDULE B TOTAL il . _ ,.. i oil i f oil -7 ,:. Sidewalk-SCHPR-bid Jab.xls 11/06/2009 2 09-SCH_B i' Fe 20 • • .I. \AAAAA/kNINA/n r ran_ Aluktawc Vorify r•-!a It, r-3.......4A...A 4.... 0..t1.-1......... C.,.-.4.,.......-. evr IA/A. In,-Cr.r-r in,etc.rst-onr-lrfinnc• Anrcsnrnan cam .-: . c Iii SIDEWALK AND CURB RAMP REHABILBITATION SCHEDULE C MISC BARRIER FREE SITES !go SCHEDULE OF PRICES UNIT PRICES FOR ALL ITEMS,ALL EXTENSIONS,AND TOTAL AMOUNT OF BID SHALL BE SHOWN. ea ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID (Note SHOW PRICE PER UN i r IN FIGURES ONLY FiGURESINRIr I EN TO THE RIGHT OF THE DOT(DECIMAL)IN THE PRICE PER UNIT COLUMN SHAI LEE INTERPRETED AS CENTs) ITEM PLAN ITEM DESCRIPTION PRICE PER UNIT TOTAL AMOUNT ell NO. QUANTITY DOLLARS DOLLARS 1 1.00 MOBILIZATION or LUMP SUM LUMP SUM C k, 0, 3 i 000 - 3( u 60 ..-- ... 2 1.00 PROJECT TEMPORARY TRAFFIC CONTROL kr LUMP SUM LUMP SUM (....., . — Lit 3. 00 c) -- S 5 o o 0 ( AT 3 38.00 SAWCUT CONCRETE di 0 L.; LIN.FT. . LI . '''LL li- f .c,?__ • ....- PER LIN.FT. AT 4 687.00 SAWCUT ASPHALT LI cli., i We 7 5- N.FT. it B PER LIN.FT. 5 AT 516.00 REMOVE CONCRETE CURB AND GUTTER sir i LIN.FT. # '77 * t)-: It / 0 3,., • c--=- PER LIN.FT. I AT 6 271.11 REMOVE CONCRETE SIDEWALKICURB RAMP MN SQ.YD. 9 . .' PER SQ.YD. 4/t/ * ------- 1 AT 7 174,19 REMOVE ASPHALT AT CURB AND GUTTER we SQ.YD. It- c . °-°- 1 S-70 . ....._ PER SQ.YD. 8 AT ii we 38.00 CRUSHED SURFACING TOP COURSE TON - t)C . I') dt- 7 b. 0 Le . ....- PER TON b V AT OW 9 80.00 CEMENT CONCRETE CURB AND GUTTER ,,, LIN.FT. 4. / 7 - v--L-. . 1 3cco I k PER LIN.FT. 10 AT i es 68.19 CEMENT CONCRETE SIDEWALK dt. 36 o..4: -ci 1 7 ,k ‘2. SQ.YD. PER SQ.YD. r l' .0 11 27.19 INSTALL ASPHALT AT CURB AND GUTTER AT 00 44 0 TON t- I to 0 * - - It I-13 0 . PER TON -11 a" 12 RETROFIT TRUNCATED DOMES 10.00 ,.. SOFT. ON EXISTING CURB RAMPS 1 7 0 --- 4- 703 .F PER SQFT. t i IIIIII AT es 13 14.00 CURB RAMP,CEMENT CONCRETE ..„,. .■- 4od EACH TYPE 2-SINGLE 5 SOO 1.- PER EACH 1 -7 ° * I i - .. so :,. Sidewalk-SCHPR-bid tab.xls 11/06/2009 1 09-kH_C Fe 21 pr,,,,iri.r4 tr, pl ii!,-4;0-Q pyrhanrip of WA Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale WIN SIDEWALK AND CURB RAMP REHABILBITATION SCHEDULE C MISC BARRIER FREE SITES SCHEDULE OF PRICES UNIT PRICES FOR ALL ITEMS,ALL EXTENSIONS,AND TOTAL AMOUNT OF BID SHALL BE SHOWN. ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID (Note SHOW PRICE PER UNIT IN FIGURES ON!Y FIGURES WRIT TEN TO THE RIGHT OE THE DOT(DECIMAL)IN THE PRICE:KR 11111 r COLUMN SHALL RE INTERPHE rED AS GENIE) ITEM PLAN ITEM DESCRIPTION PRICE PER UNIT TOTAL AMOUNT NO. QUANTITY DOLLARS DOLLARS 14 AT 1.00 CURB RAMP,CEMENT CONCRETE C t3-1.- it 85-0 EACH TYPE 3A-SINGLE • EACH ire 15 4.00 CURB RAMP,CEMENT CONCRETE EACH TYPE 4A ti ei 0 • ic) 0 • PER EACH 18 AT is 6.00 TOPSOIL TYPE A CU,YD, ?00 cc # --- PER CU.YD. 17 AT 288.00 INSTALL SOD SQ.FT. # PER SQ.FT. 18 1.00 EROSION AND SEDIMENT CONTROL LUMP SUM LUMP SUM • cii) ,2 0 -- ,2 all 19 1.00 FINISH AND CLEANUP LUMP SUM LUMP SUM • OL) it ;2-0 SCHEDULE C TOTAL 3 9 '7 7 tc 41111 Sdewalk-SCHPR-bid tab xis 11106/2009 2 09:aChl_G 1/Igge 22 ,_, • , , -r tnIn i+i,,,,■••■ A/-4 re,,rnt,rd.Clan WinIVNA/hiVIAM rrim_ hA/ Vq'VP rif‘i SCRIP . . . „ NO SUBCONTRACTOR LIST RCW 39.30-060 requires that for all public works contracts exceeding $1,000,000 that the bidder submit the names of all heating, ventilation and air conditioning, and plumbing subcontractors as described in chapter 18.106 RCW, and electrical subcontractors as described in chapter 19.28 RCW (this also includes the control system integrator subcontractor as well as other electrical subcontractors). If the subcontractors names are not submitted with the bid, or within one (1) hour after the published bid submittal time OR if two or more subcontractors are named to perform the same work, then the bid shall be considered nonresponsive and,therefore,void. Complete the following: If awarded the contract, 4044. edhl 4AA will contract with the following as subcontractors for the performance of heating, ventilation and air conditioning, plumbing,and electrical (including automatic controls)work: IT Bid Item(s) g C. Subcontractor Name -01 1,-%787 i0 12-e- Address &LI, PAc._ ktvi,'1 043-r 0.14 Phone No. ? 3) 5u - 1'-lE E State Contractor's License No. Bid hem(s) /0 / , - /5 - 67 ; / Subcontractor Name P-V 7 7111 PA 6,12, Address Phone No. (2c 5,20— E7U"; State Contractor's License No. 4017116 71F.- L Bid Item(s) Subcontractor Name Address • • Phone No. State Contractor's License No. Bid Item(s) Subcontractor Name Address Phone No. State Contractor's License No. Bid Item(s) • Subcontractor Name Address • Phone No. State Contractor's License No. NO hAdivitdoms\transpor.tat‘design,eng\ryan\projects\walkway 2009\bid package\12sub.doc Sidewalk Rehabilitation&Replacement Project Pe 23 Subcontractor List Prnwinpri fr, Ruilrfrs Fynhanne of WA. Inc. For usage Conditions Anreement see www.bxwa.com-Always Verify Scale September 27,2006 AW Page 2 Bid Item(s) Subcontractor Name ar Address Phone No. State Contractor's License No. tam ......... gnature of Authorized Representative of Bidder Subscribed and sworn to be before me on this day of • 7 �, �` . `W.44//i�,��,' Notary Public in and for iioifi��j► � the State of Washington• if = . ° NOTAI? 1;\ P IC . B Notary(Print) A1,01 n Residing at 9)F 2�, !F�1_—,,I��i L✓A� ,, OF WASN ���1� My appointment expires: `),��, � ...� ,rr ow rr ■ h;\division.s\iranspor.tat\desigtr.eng\\ryan\projects\walkway 2009\bid package\12..sub.doc Sidewalk Rehabilitation&Replacement Project Fite 24 1 C"r 1, ,,. Anreeme l+cee,nnnnu hv,eia rnm_ Alvdave\/arifii Anala as ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA r ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA: art NO. r DATE j n Y- (724/ ?"41°9 r NO. DATE NO. DATE or Coeietv.., SIGNED r TITLE 04 ;2. NAME OF COMPANY f rt.. (itl Sr-14V C`i we q, i MC ADDRESS -74-`--; 4c4trist "L' S CITY/STATE/ZIP l E-64 hill C f? CI 3 TELEPHONE C.7) 6 - CITY OF RENTON 5 U c3 STATE CONTRACTORS A+. 14,_E BUSINESS LICENSE# LICENSE# r H:\Division.s\TRANSPOR.TA7V)ESIGN.ENG\Ryan\Projects\Walkway 2009\Bid Package\Addenda.DOC Sidewalk Rehabilitation&Replacement Project F ge2 F i vided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale or � � VY or A • tife SIDEWALK REHABILITATION & REPLACEMENT PROJECT CAG-09-187 ADDENDUM NO. 1 TO THE BID PROPOSAL, CONTRACT DOCUMENTS AND SPECIFICATIONS Date of Issue: 24 November, 2009 rir Date of Bid Opening: 30 November, 2009 NOTICE TO ALL PLANHOLDERS: all The Bid Documents for the above-named project are modified as described below. Bidders shall take this Addendum into consideration when preparing and submitting their bids. Bidders shall attach this addendum to their copy of the Contract Documents, and shall acknowledge receipt or of this Addendum in the space provided in the Proposal Form. Failure to do so will subject the Bidder to disqualification of his bid. THE BID DOCUMENTS ARE MODIFIED AS FOLLOWS: rr 1. The time for completion of"Schedule A, Highlands"together with"Schedule C, Misc Barrier Free Sites"shall be a total of 60 working days. i01 2. The Contractor shall begin work on"Schedule B,Maplewood", not earlier than April 1, 2010. The time for completion of Schedule B shall be 60 working days. The following documents shall be ADDED to the Proposal Forms in the bid documents: 1. Acknowledgement of Receipt of Addenda form. urr ALL OTHER REQUIREMENTS OF THE CONTRACT DOCUMENTS REMAIN IN EFFECT THE ITY OF RENTON +rr Robert M. Hanson, P.E. Transportation Design Supervisor or +rr Sidewalk Rehabilitation&Replacement Project ADDENDUM NO. 1 City of Renton November 24, 2009 Page 1 of 1 EN Page 1 Addendum#1 n_,..,;.t..a ,, o„�ia,,... Gvr•honno of 1A/A Inc Fnr i Icane Conditions Anreement see www.hxwa.corn -Always Verify Scale ` . _ - ~~ IMIN Ng CITY OF RENTON ° ���� ° FAIR PRACTICES POLICY is ��`� ` Artf~ AFFIDAVIT OF COMPLIANCE do AC.Mr L/n^i'vJ .�m-4 __ hereby confirms and declares that Name of contractor/suhcontractor/consultant) ato L It is the policy of to offer equal <Name v[mv/nnm^tsobcuotocmntvuouhuuq AM opportunity to all qualified employees and applicants for employment without regard to i the race, creed.color,sex,national ori in, age,disability or veteran status. ai � � a /���/il complies with all applicable (Name vfcnotmomr/o bcoouaumntuomltonV IN federal, state and local laws governing non-discrimination in employment. �� UT. When applicable, will seek out and negotiate with minority and women contractors for the award of subcontracts. NI j AI Print Agent/Representative's Nuoze J/ � — � ' ��� r/���^�}`�-- so Print Agent/Representative's Title sti Agent/Representative's Signature °S / /t/ ~4 Date Signed aim i MI MO Sidewalk Rehabilitation&Replacement Project Fop Affidavit m �e Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale Bond No. 2306143 AM BOND TO THE CITY OF RENTON KNOW ALL MEN BY THESE PRESENTS: That we,the undersigned Archer Construction, Inc. as principal, and Insurance Company of the West corporation organized and existing under the laws of the State of California 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$ 288,581.23 for the payment of which sum on demand we bind ourselves and our successors,heirs,administrators or personal 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. 644,4,1 ao�o Dated at ,Washington,this .� day of 204=- Nevertheless,the conditions of the above obligation are such that: ,� 1 4r (y,�t,V WHEREAS, under and pursuant to Public Works Construction Contract CAG- 04— lb .r; providing for construction of Sidewalk Rehabilitation and Replacement 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; rr NOW,THEREFORE,if the principal shall faithfully perform all of the provisions of said contract in the manner and within the time therein set forth,or within such extensions of time as may be granted under said contract, and shall pay all laborers, mechanics, subcontractors and materialmen, 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 the contract or from defects appearing or developing in the material or workmanship provided or performed under the contract within a period of one year after its acceptance thereof by the City of Renton,then and in that event this obligation shall be void;but otherwise it shall be and remain in full AO force and effect. Signed, sealed and dated this 10th day of December, 2009. Archer Construction, Inc. Insurance Company of the West Principal Surety By: BY` /1'.// `4/r \ Signature ° 4iy r,b•anqCil Si e Bo y Smith Vl c e(L eS, d-,e Attorney-in-Fact Title Title or No. 0004637 ICW GROUP Power of Attorney Insurance Company of the West Explorer Insurance Company Independence Casualty and Surety Company 1111 KNOW ALL MEN BY THESE PRESENTS: That Insurance Company of the West,a Corporation duly organized under the laws of the State of California, Explorer Insurance Company,a Corporation duly organized under the laws of the State of California,and Independence Casualty and Surety Company,a Corporation duly organized under the laws of the State of Texas,(collectively referred to as the"Companies"),do hereby appoint TERRI L.FRANKLIN,JEANNE M.HAGEL,HOLLY E.ULFERS,STEVEN W.PALMER,BONNY SMITH, PAMELA A.JARDINE,ANGELA D.TONNON,ROXANA PALACIOS, PATRICIA L.RUSSELL,MARY A.DOBBS,HEATHER L.ALLEN their true and lawful Attorney(s)-in-Fact with authority to date,execute,sign,seal,and deliver on behalf of the Companies,fidelity and surety bonds,undertakings,and other ilia similar contracts of suretyship,and any related documents. In witness whereof,the Companies have caused these presents to be executed by its duly authorized officers this 2nd day of January,2008. a r4 i.towPwroF� akto,4 .OpAPORA„0\k 1A,\ m \ INSURANCE COMPANY OF THE WEST O l SEAL € ' K EXPLORER INSURANCE COMPANY 's+pcx 1,7 o l7(R ,°gab% ra� q�' INDEPENDENCE CASUALTY AND SURETY COMPANY mai cdaTecot, at#24,.../ Jeffrey D.Sweeney,Assistant Secretary J.Douglas Browne,Senior Vice President State of California }ss. County of San Diego 1110 On May 21,2009,before me,JoAnn Pache,Notary Public,personally appeared J.Douglas Browne and Jeffrey D.Sweeney,who proved to me on the basis of satisfactory evidence to be the person(s)whose name(s)is/are subscribed to the within instrument,and acknowledged to me that they executed the same in their authorized capacities,and that by their signatures on the instrument,the entity upon behalf of which the persons acted,executed the instrument. 11 I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Witness my hand and official seal. JOANN PACHE .0 41111 ealitagruA (11Lidet''CL- IN •_ _ JoAnn Pache,Notary Public X01 RESOLUTIONS This Power of Attorney is granted and is signed,sealed and notarized with facsimile signatures and seals under authority of the following resolutions adopted by the respective Boards of Directors of each of the Companies: "RESOLVED: That the President,an Executive or Senior Vice President of the Company,together with the Secretary or any Assistant Secretary,are hereby authorized to execute Powers of Attorney appointing the person(s)named as Attorney(s)-in-Fact to date,execute,sign,seal,and deliver on behalf of the Company,fidelity and surety bonds,undertakings,and other similar contracts of suretyship,and any related documents. RESOLVED FURTHER: That the signatures of the officers making the appointment,and the signature of any officer certifying the validity and W current status of the appointment,may be facsimile representations of those signatures;and the signature and seal of any notary,and the seal of the Company,may be facsimile representations of those signatures and seals,and such facsimile representations shall have the same force and effect as if manually affixed. The facsimile representations referred to herein may be affixed by stamping,printing,typing,or photocopying." CERTIFICATE 1011 I,the undersigned,Assistant Secretary of Insurance Company of the West,Explorer Insurance Company,and Independence Casualty and Surety Company,do hereby certify that the foregoing Power of Attorney is in full force and effect,and has not been revoked,and that the above resolutions were duly adopted by the respective Boards of Directors of the Companies,and are now in full force. (1�[!` /v IN WITNESS WHEREOF,I have set my hand this day of e7v1(4( jiAd7 101 Jeffrey D.Sweeney,Assistant Secretary To verify the authenticity of this Power of Attorney you may call 1-800-877-1111 and ask for the Surety Division. Please refer to the Power of Attorney Number,the above named individual(s)and details of the bond to which the power is attached. For information or filing claims,please contact Surety Claims,ICW Group, 11455 El Camino Real,San Diego,CA 92130-2045 or call(858)350-2400. a IMO IMP CONTRACTS OTHER THAN FEDERAL-AID FHWA THIS AGREEMENT,made and entered into this ,6-14 day of o�4�D.by and between THE CITY OF RENTON, Washington, a u c rporation of the State of Washington, hereinafter referred to as "CITY" and 6A.62, , hereinafter referred to as "CONTRACTOR." WITNESSETH: 1) The Contractor shall within the time stipulated, (to-wit: within 60 working days from date Imp 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-09-187 for improvement by construction and installation of: rr. Work as described in"Scope of Work"attached hereto. All the foregoing shall be timely performed,furnished,constructed,installed and completed ■. in strict conformity with the plans and specifications, including any and all addenda issued by the City and all other documents hereinafter enumerated,and in full compliance with all applicable codes, ordinances and regulations of the City of Renton and any other governmental authority having jurisdiction thereover. It is further agreed and stipulated that all of said labor, materials, appliances, machines, tools, equipment and services shall be furnished and the construction installation performed and completed to the satisfaction and '■ the approval of the City's Public Works Director as being in such conformity with the plans, specifications and all requirements of or arising under the Contract. The Contractor agrees to use recycled materials whenever practicable. 2) The aforesaid Contract,entered into by the acceptance of the Contractor's bid and signing of this agreement, consists of the following documents, all of which are component parts of said Contract and as fully a part thereof as if herein set out in full,and if not attached, as if hereto attached. a) This Agreement was b) Instruction to Bidders c) Bid Proposal d) Specifications 'M'' e) Maps and Plans 0 Bid g) Advertisement for Bids r h) Special Provisions,if any i) Technical Specifications,if any 1 C1-2009 Sidewalk Rehabilitation&Replacement Project nr 3) If the Contractor refuses or fails to prosecute the work or any part thereof, with such diligence as will insure its completion within the time specified in this Contract, or any extension in writing thereof, or fails to complete said work with such time, or if the +• Contractor shall be adjudged a bankrupt, or if he should make a general assignment for the benefit of his creditors, or if a receiver shall be appointed on account of the Contractor's insolvency,or if he or any of his subcontractors should violate any of the provisions of this Contract,the City may then serve written notice upon him and his surety of its intention to terminate the Contract,and unless within ten(10)days after the serving of such notice,such violation or non-compliance of any provision of the Contract shall cease and satisfactory arrangement for the correction thereof be made, this Contract, shall,upon the expiration of said ten (10) day period, cease and terminate in every respect. In the event of any such termination,the City shall immediately serve written notice thereof upon the surety and the Contractor and the surety shall have the right to take over and perform the Contract, "' provided, however, that if the surety within fifteen (15) days after the serving upon it of such notice of termination does not perform the Contract or does not commence performance thereof, 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. OW 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. The Contractor agrees to name the City as an additional insured on a noncontributory primary basis. 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 vim enforcement of any of the covenants,provisions and agreements hereunder. Nothing herein shall require the Contractor to indemnify the City against and hold harmless the City, from claims, demands or suits based solely upon the conduct of the City, its officers or employees and provided further that if claims or suits are caused by or result from the concurrent negligence of(a)the Contractor's agents or employees and(b)the City, 2 C1-2009 Sidewalk Rehabilitation&Replacement Project its agents, officers and employees, and involves those actions covered by RCW 4.24.115, this indemnity provision with respect to claims or suits based upon such concurrent negligence shall be valid and enforceable only to the extent of the Contractor's negligence or the negligence of the Contractor's agents or employees. Should a court of competent jurisdiction determine that this agreement is subject to RCW 4.24.115,then,in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the contractor and the city, its officers, officials, employees and volunteers, the contractor's liability hereunder shall be only to the extent of the contractor's negligence. It is further specifically and expressly understood that the indemnification provided herein constitute the contractor's waiver of immunity under the Industrial Insurance Act, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the ••• parties. The provisions of this section shall survive the expiration or termination of this agreement. ev• 6) Any notice from one party to the other party under the Contract shall be in writing and shall be dated and signed by the party giving such notice or by its duly authorized representative of such party. Any such notice as heretofore specified shall be given by personal delivery ••• thereof or by depositing same in the United States mail, postage prepaid, certified or registered mail. 7) The Contractor shall commence performance of the Contract no later than 10 calendar days after Contract final execution, and shall complete the full performance of the Contract not later than 60 working days from the date of commencement. For each and every working day of delay after the established day of completion, it is hereby stipulated and agreed that the damages to the City occasioned by said delay will be the sum of per Section 1-08.9 of Standard Specifications as liquidated damages (and not as a penalty) for each such day, which shall be paid by the Contractor to the City. IMP 8) Neither the final certificate of payment not any provision in the Contract nor partial or entire use of any installation provided for by this Contract shall relieve the Contractor of ••• liability in respect to any warranties or responsibility for faulty materials or workmanship. The Contractor shall be under the duty to remedy any defects in the work and pay for any damage to other work resulting therefrom which shall appear within the period of one (1) year from the date of final acceptance of the work,unless a longer period is specified. The w 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. Defective or Unauthorized Work. The City reserves its right to withhold payment from Contractor for any defective or unauthorized work. Defective or unauthorized work - includes,without limitation: work and materials that do not conform to the requirements of this Agreement;and extra work and materials furnished without the City's written approval. If Contractor is unable, for any reason, to satisfactorily complete any portion of the work, ••• the City may complete the work by contract or otherwise, and Contractor shall be liable to the City for any additional costs incurred by the City. "Additional costs" shall mean all reasonable costs, including legal costs and attorney fees, incurred by the City beyond the maximum Contract price specified above. The City further reserves its right to deduct the cost to complete the Contract work, including any Additional Costs, from any and all amounts due or to become due the Contractor. 3 C1-2009 Sidewalk Rehabilitation&Replacement Project wr The Contractor agrees the above one year limitation shall not exclude or diminish the City's rights under any law to obtain damages and recover costs resulting from defective and unauthorized work discovered after one year but prior to the expiration of the legal time +rn period set forth in RCW 4.16.040 limiting actions upon a contract in writing, or liability expressed or implied arising out of a written agreement. Final Payment: Waiver of Claims. THE CONTRACTOR'S ACCEPTANCE OF FINAL PAYMENT (EXCLUDING WITHHELD RETAINAGE) SHALL CONSTITUTE A WAIVER OF CONTRACTOR'S CLAIMS, EXCEPT THOSE PREVIOUSLY AND PROPERLY MADE AND IDENTIFIED BY CONTRACTOR AS UNSETTLED AT THE TIME FINAL PAYMENT IS MADE AND ACCEPTED. 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. rrrr� 10) The Contractor shall furnish a surety bond or bonds as security for the faithful performance of the Contract, including the payment of all persons and firms performing labor on the construction project under this Contract or furnishing materials in connection with this Contract; said bond to be in the full amount of the Contract price as specified in Paragraph 12. The surety or sureties on such bond or bonds must be duly licensed as a surety in the r State of Washington. 11) The Contractor shall verify, when submitting first payment invoice and annually thereafter, possession of a current City of Renton business license while conducting work for the City. `o The Contractor shall require, and provide verification upon request, that all subcontractors participating in a City project possess a current City of Renton business license. The Contractor shall provide, and obtain City approval of, a traffic control plan prior to +�• conducting work in City right-of-way. 12) The total amount of this contract is the sum of p2 RR 1. 23 J numbers 0/-17i,a 1sit es' Ike sise.Ad ���, t yl��f ��e 23 / i� written Words including Washington State Sales Tax. Payments will be made to Contractor as specified in the"Special Provisions"of this Contract. 13) INDEPENDENT CONTRACTOR. The parties intend that an Independent Contractor- Employer Relationship will be created by this Agreement and that the Contractor has the ability to control and direct the performance and details of its work, the City being interested only in the results obtained under this Agreement. "" 14) LIMITATION OF ACTIONS. CONTRACTOR MUST, IN ANY EVENT, FILE ANY LAWSUIT ARISING FROM OR CONNECTED WITH THIS AGREEMENT WITHIN 120 CALENDAR DAYS FROM THE DATE THE CONTRACT WORK IS COMPLETE r.. OR CONTRACTOR'S ABILITY TO FILE THAT CLAIM OR SUIT SHALL BE FOREVER BARRED. THIS SECTION FURTHER LIMITS ANY APPLICABLE STATUTORY LIMITATIONS PERIOD. w. 15) Non-Waiver of Breach. The failure of the City to insist upon strict performance of any of the covenants and agreements contained in this Agreement, or to exercise any option 4 C1-2009 Sidewalk Rehabilitation&Replacement Project +r. IMO conferred by this Agreement in one or more instances shall not be construed to be a waiver or relinquishment of those covenants, agreements or options, and the same shall be and remain in full force and effect. 16) Written Notice. All communications regarding this Agreement shall be sent to the parties at the addresses listed on the signature page of the Agreement,unless notified to the contrary. .. Any written notice hereunder shall become effective three(3)business days after the date of mailing by registered or certified mail,and shall be deemed sufficiently given if sent to the addressee at the address stated in this Agreement or such other address as may be hereafter specified in writing. 17) Assignment. Any assignment of this Agreement by either party without the written consent of the non-assigning party shall be void. If the non-assigning party gives its consent to any "" assignment, the terms of this Agreement shall continue in full force and effect and no further assignment shall be made without additional written consent. 18) Modification. No waiver, alteration, or modification of any of the provisions of this Agreement shall be binding unless in writing and signed by a duly authorized representative of the city and Contractor. 19) Compliance with Laws. The Contractor agrees to comply with all federal, state, and municipal laws, rules, and regulations that are now effective or in the future become applicable to Contractor's business, equipment, and personnel engaged in operations OOP covered by this Agreement or accruing out of the performance of those operations. 20) Counterparts. This Agreement may be executed in any number of counterparts, each of "" which shall constitute an original, and all of which will together constitute this one Agreement. alp 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. +r. CONTRACTOR CITY 0 : 0 ON /r r�� esident/Partner/Owner fjue,,,le,A es Mayor Denis Law "' e'i rIe,J-- ATTEST .Gli C.CJL ,e r1/4� "" Secret Bonnie I . Walton/ City Clerk dba j ( vyu 2i.t -i .. Firm Name check one ❑ Individual El Partnership Corporation Incorporated in 1445 �. i1 lap 5 C1-2009 Sidewalk Rehabilitation&Replacement Project Attention: If business is a CORPORATION, name of the corporation should be listed in full and both w. 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. NO r WO UN wr wr w. IMO S. 6 C1-2009 Sidewalk Rehabilitation&Replacement Project Client#:319811 ARCHECON1 ar ACORDTM CERTIFICATE OF LIABILITY INSURANCE DATE(M2009YYY) PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Kibble&Prentice,a USI Co. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE P.O. Box 370 HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Seattle,WA 98111 206 441-6300 INSURERS AFFORDING COVERAGE NAIC# INSURED INSURER A: American Zurich Insurance Company 40142 7 Archer Construction, Inc. INSURER B: Navigators Insurance Company 42307 7855 S.206th St INSURER C: American Guarantee&Liab 26247 Kent,WA 98032 INSURER D: liT INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADD'L TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS LTR NSR� DATE(MM/DD/YY) DATE(MWDD/YY) iiT A GENERAL LIABILITY GLA399111106 04/01/09 04/01/10 EACH OCCURRENCE $1,000,000 X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED PREMISES(Ea occurrence) $300,000 CLAIMS MADE © OCCUR MED EXP(Any one person) $10,000 X PD Ded: $5,000 PERSONAL&ADV INJURY $1,000,000 GENERAL AGGREGATE $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $2,000,000 n POLICY n Tel: n LOC i C AUTOMOBILE LIABILITY GLA399111106 04/01/09 04/01/10 COMBINED SINGLE LIMIT X ANY AUTO (Ea accident) $1,000,000 ALL OWNED AUTOS BODILY INJURY SCHEDULED AUTOS (Per person) $ 1 X HIRED AUTOS BODILY INJURY $ X NON-OWNED AUTOS (Per accident) PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC $ AUTO ONLY: AGG $ B EXCESS/UMBRELLA LIABILITY SFO9EXC232059NV 04/01/09 04/01/10 EACH OCCURRENCE $5,000,000 nOCCUR X CLAIMS MADE AGGREGATE $5,000,000 $ DEDUCTIBLE $ RETENTION $ $ A WORKERS COMPENSATION AND GLA399111106 04/01/09 04/01/10 I TORY LIMIT VO STATUS S I I OTH- EMPLOYERS'LIABILITY FR ANY PROPRIETOR/PARTNER/EXECUTIVE WA Stop Gap Only E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under SPECIAL PROVISIONS below E.L.DISEASE-POLICY LIMIT _$1,000,000 OTHER DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS Ilrr Sidewalk Rehabilitation and Replacement; Project No.CAG-09-187.City of Renton is Additional Insured and coverage is primary and non-contributory per attached endorsement.Waiver of subrogation applies per attached ;l endorsement.*10 days notice of cancellation for non-payment of premium CERTIFICATE HOLDER CANCELLATION r SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION City of Renton DATE THEREOF,THE ISSUING INSURER WILL ENDEAVOR TO MAIL 45* DAYS WRITTEN Attn: Bill Wressell . NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT FAILURE TO DO SO SHALL 1055 S Grady Way IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER,ITS AGENTS OR Renton,WA 98055 REPRESENTATIVES. AUTHORIZED REPRESENTATIVE et0124 4' RJ)1 6kk 7 VE� r ACORD 25(2001/08)1 of 2 #S4153020/M4151905 CNMJU 0 ACORD CORPORATION 1988 1 I IMPORTANT ut If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed. A statement iit on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). iti DISCLAIMER I The Certificate of Insurance on the reverse side of this form does not constitute a contract between lip the issuing insurer(s), authorized representative or producer,and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. I iir `h li et If 1 1 I ACORD 25-S(2001/08) 2 of 2 #S4153020/M4151905 Si MIS Additional Insured — Automatic — Owners, Lessees Or ZURICH Contractors Policy No. Exp. Date of Pol. Eff. Date of End. Agency No. Addl. Prem. Return Prem. GLA 399111106 4/1/2010 4/1/2009 62385-000 Included N/A THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Named Insured: Archer Construction, Inc. ,rr Address (including ZIP Code): 7855 S.206th Street, Kent,WA 98032 This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part A. Section H —Who Is An Insured is amended to include as an insured any person or organization who you are re- quired to add as an additional insured on this policy under a written contract or written agreement. B. The insurance provided to the additional insured person or organization applies only to"bodily injury',"property damage" or "personal and advertising injury" covered under SECTION I - Coverage A - Bodily Injury And Property Damage Liability and Section I - Coverage B - Personal And Advertising Injury Liability, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part,by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; and resulting directly from: a. Your ongoing operations performed for the additional insured, which is the subject of the written con- tract or written agreement; or b. "Your work' completed as included in the "products-completed operations hazard", performed for the additional insured,which is the subject of the written contract or written agreement. C. However,regardless of the provisions of paragraphs A. and B. above: rtr 1. We will not extend any insurance coverage to any additional insured person or organization: a. That is not provided to you in this policy; or b. That is any broader coverage than you are required to provide to the additional insured person or or- ganization in the written contract or written agreement; and 2. We will not provide Limits of Insurance to any additional insured person or organization that exceed the dro lower of a. The Limits of Insurance provided to you in this policy; or ma b. The Limits of Insurance you are required to provide in the written contract or written agreement. Includes copyrighted material of Insurance Services Office,Inc.,with its permission. kJ-GL-1175-B CW(3/2007) Pagel of 2 rrr Agent Copy a • a D. The insurance provided to the additional insured person or organization does not apply to: "Bodily injury", "property damage"or"personal and advertising injury' arising out of the rendering or failure to render any professional architectural, engineering or surveying services including: 1. The pre arin , approving or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders,change orders or drawings and specifications; and 2. Supervisory,inspection,architectural or engineering activities. E. The additional insured must see to it that: 1. We are notified as soon as practicable of an"occurrence" or offense that may result in a claim; S 2. We receive written notice of a claim or"suit" as soon as practicable; and 3. A request for defense and indemnity of the claim or"suit"will promptly be brought against any policy issued by another insurer under which the additional insured may be an insured in any capacity. This provision does not apply to insurance on which the additional insured is a Named Insured,if the written contract or written agreement requires that this coverage be primary and non-contributory. F. For the coverage provided by this endorsement: 1. The following paragraph is added to Paragraph 4.a. of the Other Insurance Condition of Section IV — Commercial General Liability Conditions: This insurance is primary insurance as respects our coverage to the additional insured person or organiza- tion, where the written contract or written agreement requires that this insurance be primary and non- contributory. In that event, we will not seek contribution from any other insurance policy available to the additional insured on which the additional insured person or organization is a Named Insured. vii 2. The following paragraph is added to Paragraph 4.b. of the Other Insurance Condition of Section IV — Commercial General Liability Conditions: This insurance is excess over: a Any of the other insurance, whether primary, excess,contingent or on any other basis, available to an addi- tional insured, in which the additional insured on our policy is also covered as an additional insured by at- tachment of an endorsement to another policy providing coverage for the same"occurrence", claim or"suit". This provision does not apply to any policy in which the additional insured is a Named Insured on such other policy and where our policy is required by written contract or written agreement to provide coverage to the additional insured on a primary and non-contributory basis. G. This endorsement does not apply to an additional insured which has been added to this policy by an endorse- ment showing the additional insured in a Schedule of additional insureds, and which endorsement applies spe- cifically to that identified additional insured. a Any provisions in this Coverage Part not changed by the terms and conditions of this endorsement continue to apply as written. lr a Includes copyrighted material of Insurance Services Office,Inc.,with its permission. U-GL-1175 B C W(3/2007) Page 2 of 2 S Ili Waiver Of Subrogation (Blanket) Endorsement rr Policy No. Eff. Date of Pol. Exp. Date of Pol. Eff. Date of End. Producer Addl.Prem Return Prem. GLA 399111106 4/1/2009 4/1/2010 4/1/2009 62385-000 $ Included s N/A THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: nr Commercial General Liability Coverage Part The following is added to the Transfer Of Rights Of Recovery Against Others To Us Condition nr If you are required by a written contract or agreement,which is executed before a loss,to waive your rights of recovery from others, we agree to waive our rights of recovery. This waiver of rights shall not be construed to be a waiver with respect to any other operations in which the insured has no contractual interest. de ed .rl rrl rrl U-GL-925-B CW (12/01) Page 1 of 1 r) City of Renton MIN * -!- • Human Resources & Risk Management Department Insurance Information Form FOR: Archer Construction,Inc. PROJECT NUMBER: CAG-09-187 STAFF CONTACT: Bill Wressell Certificate of Insurance indicates the coverages/limits specified in ® Yes ❑ No contract? Are the following coverages and/or conditions in effect? ® Yes ❑ No .r The Commercial General Liability policy form is an ISO 1993 ® Yes ❑ No Occurrence Form or Equivalent? (If no, attach a copy of the policy with required coverages clearly identified) This edition is obsolete- current edition is 12/07 CG 0043 Amendatory Endorsement provided?* Obsolete -no longer used ❑ Yes ® No General Aggregate provided on a"per project basis(CG2503)?* ® Yes ❑ No rr Additional Insured wording provided?* per U-GL-1175BCW 3/07 ® Yes ❑ No Coverage on a primary basis and non-contributing basis?* per U-GL-1175BCW ® Yes ❑ No 3/07 Waiver of Subrogation Clause applies?* per U-GL-925BCW 12/01 ® Yes ❑ No rir Severability of Interest Clause(Cross Liability)applies? ® Yes ❑ No Notice of Cancellation/Non-Renewal ® Yes ❑ No amended to 45 days per RCW 48.18.290?* *To be shown on certificate of insurance* AM BEST'S RATING FOR CARRIER GL A XV Auto A XV Umb A X Professional N/A 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. .rr Kibble &Prentice,a USI Company Colleen MacLafferty,Account Manager Agency/Broker Comp - -d B ( .). or Print N. :/ 601 Union St#1000,Seattle,WA 98101 ���// /, kr" r Address Completed By (Signat / Colleen MacLafferty 206-695-9171 +i. Name of person to contact Telephone Number NOTE: THIS QUESTIONNAIRE MUST BE COMPLETED FOR EACH LINE OF COVERAGE AND rw ATTACHED TO CERTIFICATE OF INSURANCE ACORD CERTIFICATE OF LIABILITY INSURANCE DATE (MM!DDIYY) PRODUCER FAX THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS ar CERTIFICATE DOES NOT AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE mg INSURED INSURER A: INSURER B: INSURER C: fare INSURER D: INSURER E: COVERAGES us THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED,NOTWITHSTANDING ANY REQUIREMENTS,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES,AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ryr INSR POLICY EFFECTIVE POLICY EXPIRATION LTR TYPE OF INSURANCE POLICY NUMBER DATE(MMIDD/YY) DATE(MM/DDIYY) LIMITED GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 X COMMERCIAL GENERAL LIABILITY FIRE DAMAGE(Any one fire) $ 50,000 rr I CLAIMS MADE © OCCUR MED EXP(Any one person) $ 5,000 PERSONAL&ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,00,00 GENL AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ 1,000,00 r ❑ POLICY ❑PROJECT ❑LOC AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT X ANY AUTO (Ea accident) $ 1,000,000 —ALL OWNED AUTOS BODILY INJURY air SCHEDULED AUTOS (Per person) $ HIRED AUTOS _NON-OWNED AUTOS BODILY INJURY $ (Per accident) rrr 1340102enrtf DAMAGE GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO N/A OTHER THAN EA ACC $ err — AUTO ONLY: AGG $ EXCESS LIABILITY EACH OCCURRENCE $ p OCCUR ❑CLAIMS MADE AGGREGATE $ e _ DEDUCTIBLE RETENTION $ — $ WORKERS COMPENSATION AND ITORY LIMITS I OTH- EMPLOYERS''LIABILITY ER wr E.L.EACH ACCIDENT $ E.L.DISEASE-EA EMPLOYEE $ E.L.DISEASE-POLICY LIMIT S OTHER DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS City of Renton is named as an additional insured +r. CERTIFICATE HOLDER © ADDITIONAL INSURED;INSURER LETTER: CANCELLATION .r. SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELED BEFORE City of enton THE EXPIRATION DATE THEREOF,THE ISSUING COMPANY WILL MAIL Attn:' f( W(24 SSE(/ 45 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO 1055 South Grady Way THE LEFT. Renton, WA. 98055 AUTHORIZED REPRESENTATIVE Insurance Requirements For City of Renton The City of Renton requires the industry standard: • $1,000,000 Commercial General Liability,with$2,000,000 in the aggregate • $1,000,000 Auto Liability(Needed if a vehicle will be used in performance of work This would include delivery of products to worksite) • $1,000,000 Excess Liability(if required in contract; can be in tandem with CGL) • Proof of Workers' Compensation coverage(provide the number) • $1,000,000 Professional Liability(if required in contract) Requirements unique to the City of Renton: • Name the City of Renton as a Primary and Non-contributory Additional Insured on the policy • Due to a statement found at the upper right of the ACORD form,please provide the endorsement page(s) from the policy(ies),evidencing Primary&Non- a, contributory coverage • Modify the cancellation clause to state: "Should any of the above described policies be canceled before the expiration date thereof,the issuing company will mail 45 days written notice to the certificate holder to the left."-per RCW 48.18.290. • Put descriptive text of the project in the"Description of Operations"box .•� • The certificate holder should read: City of Renton ATTN: {enter your City contact's name here} ore 1055 South Grady Way Renton,WA. 98057 • For expeditious review and approval,please forward the Certificate of Insurance .• and pertinent endorsement page(s)to: City of Renton ATTN: Pauli Sulky—HR&RM 1055 South Grady Way Renton,WA. 98057 Direct any questions, comments or concerns to: Pauli Sulky— 425.430.7661/desk 425.430.7650/main 425.430.7665/fax psulky@rentonwa.gov o City of Renton • �' Human Resources & Risk Management Department • Insurance Information Form r.� FOR: PROJECT NUMBER: STAFF CONTACT: rr Certificate of Insurance indicates the coverages/limits specified in ❑ Yes ❑ No contract? Are the following coverages and/or conditions in effect? ❑ Yes ❑ No The Commercial General Liability policy form is an ISO 1993 ❑ Yes ❑ No Occurrence Form or Equivalent? (If no,attach a copy of the policy with required coverages clearly ea identified) CG 0043 Amendatory Endorsement provided?* ❑ Yes ❑ No rr 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 ❑ Yes ❑ No amended to 45 days per RCW 48.18.290?* *To be shown on certificate of insurance* me AM BEST'S RATING FOR CARRIER err 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. 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 MO rr ENDORSEMENT 1 In consideration of the premium charged,it is hereby agreed and understood that Policy Number issued by Insurance Company, is amended to include the following teens and conditions as respects Contract Number -issued by the(OWNER). 1. ADDITIONAL INSURED. The OWNER their elected or appointed officers, officials, employees, UN subconsultants, and volunteers are included as additionally insured with regard to damages and defense of claims arising from: (a)activities performed by or on behalf of the NAMED INSURED;or(b)products and completed operations of the NAMED INSURED, or (c) premises owned, leased or used by the NAMED INSURED. 2. CONTRIBUTION NOT REQUIRED. As respects: (a)work performed by the NAMED INSURED for or on behalf of the OWNER; or(b)products sold by the NAMED INSURED to the OWNER;or(c)premises leased by the NAMED INSURED from the OWNER,the insurance afforded by this policy shall be primary insurance as respects the OWNER, or any other insured, its elected or appointed officers, officials, employees, subconsultants or volunteers; or stand in an unbroken chain of coverage excess of the NAMED INSURED'S scheduled underlying primary coverage. In either event,any other insurance maintained by the OWNER, or any other insured, its elected or appointed officers, officials, employees, subconsultants or volunteers shall be in excess of this insurance and shall not contribute with it. rrs 3. SEVERABILITY OF INTEREST. The inclusion of more than one Insured under this policy shall not affect the rights of any Insured as respects any claim, suit or judgment made or brought by or for any other Insured or by or for any employee of any other Insured. This policy shall protect each Insured in the same manner as through a separate policy had been issued to each, except that nothing herein shall operate to increase the company's liability beyond the amount or amounts for which the company would have been liable had only one insured been named. - 4. CANCELLATION NOTICE. The insurance afforded by this policy shall not be suspended, voided, canceled, reduced in coverage or in limits except after FORTY-FIVE (45) days' prior written notice by certified mail return receipt requested has been given to the OWNER. Such notice shall be addressed to(a) ON the OWNER and(b)the CONTRACTOR. 5. CLAIM REPORTING. The OWNER has no obligation to report occurrences unless a claim has been filed with the OWNER. 6. AGGREGATE LIMIT. The General Aggregate Limit under Limits of Insurance applies separately to the above named contract for the above named OWNER. um Date Authorized Representative -r Signature frr AM Document in Windows Internet Explorer\ um CITY OF RENTON CONSTRUCTION CONTRACTS INSURANCE AND RELATED REQUIREMENTS +.r MINIMUM INSURANCE COVERAGES AND REQUIREMENTS r• The(CONTRACTOR)shall obtain and maintain the minimum insurance coverages set forth below. By requiring such minimum insurance, CITY OF RENTON shall not be deemed or construed to have assessed the risks that may be applicable to the(CONTRACTOR)under Contract Number . The(CONTRACTOR)shall assess its own risks and if it deems appropriate and/or prudent,maintain higher limits and/or broader coverages. Coverages (1) Commercial General Liability-ISO 1993 Form or equivalent. Coverage to include: • Premises and Operations • Explosion,Collapse and Underground Hazards rr • Products/Completed Operations • Contractual Liability (including Amendatory Endorsement CG 0043 which includes defense coverage assumed under contract) • Broad Form Property Damage ON • Independent Contractors • Personal/Advertising Injury • Stop Gap Liability rrr (2) Automobile Liability including all • Owned Vehicles • Non-Owned Vehicles • Hired Vehicles iw (3) Workers'Compensation • Statutory Benefits(Coverage A)-Show WA L&I Number arr (4) Umbrella Liability • Excess of Commercial General Liability and Automobile Liability. Coverage should be as broad as primary. (5) Professional Liability - (whenever the work under this Contract includes Professional Liability, including Advertising activities) the (CONTRACTOR) shall maintain professional liability covering rr wrongful acts,errors and/or omissions of the(CONTRACTOR)for damage sustained by reason of or in the course of operations under this Contract. (6) Pollution Liability - the City may require this coverage whenever work under this Contract involves pollution risk to the environment. This coverage is to include sudden and gradual coverage for third party liability including defense costs and completed operations. aa irr Document in Windows Internet Explorer\ rrr tor LIMITS REQUIRED The(CONTRACTOR)shall carry the following Iimits of liability as required below: Commercial General Liability General Aggregate* $ 2,000,000 "e' Products/Completed Operations Aggregate $ 2,000,000 Each Occurrence Limit $ 1,000,000 Personal/Advertising Injury $ 1,000,000 Fire Damage(Any One Fire) $ 50,000 Medical Payments(Any One Person) $ 5,000 Stop Gap Liability $ 1,000,000 s *General Aggregate to apply per project(ISO Form CG2503 or equivalent) Automobile Liability Bodily Injury/Property Damage $ 1,000,000 (Each Accident) rrr Workers'Compensation Coverage A(Workers'Compensation)-Show WA L&I Number Umbrella Liability .r Each Occurrence Limit $ 1,000,000 General Aggregate Limit $ 1,000,000 Products/Completed Operations Aggregate $ 1,000,000 Professional Liability(If required) Each Occurrence/Incident/Claim $ 1,000,000 Aggregate $ 2,000,000 (The City may require the CONTRACTOR keep this policy in effect for up to two(2)years after completion of the project) Pollution Liability(If required) To apply on a per project basis w" Per Loss $ 1,000,000 Aggregate $ 1,000,000 orw rr Document in Windows Internet Explorer\ r ADDITIONAL REQUIREMENTS (CONTRACTOR)shall Name CITY OF RENTON, and its officers,officials,agents,employees and volunteers ■r as Additional Insureds(ISO Form CG 2010 or equivalent). (CONTRACTOR)shall provide CITY OF RENTON Certificates of Insurance and copies of policies, if requested, prior to commencement of work. Further, all policies of insurance described above shall: sor 1) Be on a primary basis nor contributory with any other insurance coverages and/or self-insurance carried by CITY OF RENTON. ,.. 2) Include a Waiver of Subrogation Clause. 3) Severability of Interest Clause(Cross Liability) all 4) Policy may not be non-renewed cancelled or materially changed or altered unless forty-five (45) days Y Y � Y g rtY- O Y prior written notice is provided to CITY OF RENTON. Notification shall be provided to CITY OF RENTON by certified mail. rr The (CONTRACTOR) shall promptly advise the CITY OF RENTON in the event any general aggregates are reduced for any reason,and shall reinstate the aggregate and the(CONTRACTOR'S)expense to comply with the as minimum limits and requirements as stated above and shall furnish to the CITY OF RENTON a new certificate of insurance showing such coverage is in force. The CITY OF RENTON may require the CONTRACTOR to keep Professional Liability coverage in effect for fat two(2)years after completion of the project. ism err fie err +�r rr Wr. +rr Document in Windows Internet Explorer\ rr State of Washington e1 DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section-Telephone(360)902-5335 PO Box 44540,Olympia,WA 98504-4540 "w Washington State Prevailing Wage Rates For Public Works Contracts The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects,workers'wage and benefit rates must add to not less than this total. A brief description so of overtime calculation requirements is provided on the Benefit Code Key. KING COUNTY as EFFECTIVE 09-02-2009 (See Benefit Code Key) Mt Over PREVAILING Time Holiday Note Classification WAGE Code Code Code am ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $40.03 1H 5D BOILERMAKERS JOURNEY LEVEL $33.32 1 IMO BRICK AND MARBLE MASONS BRICK&BLOCK FINISHER $39.49 1M 5A JOURNEY LEVEL $46.35 1M 5A ewe BUILDING SERVICE EMPLOYEES JANITOR $17.98 2F 5S TRAVELING WAXER/SHAMPOOER $18.39 2F 5S or WINDOW CLEANER(NON-SCAFFOLD) $22.65 2F 5S WINDOW CLEANER(SCAFFOLD) $23.51 2F 5S CABINET MAKERS(IN SHOP) JOURNEY LEVEL $16.67 1 ow CARPENTERS ACOUSTICAL WORKER $48.63 1H 5D BRIDGE,DOCK AND WARF CARPENTERS $48.47 1H 5D or CARPENTER $48.47 1H 5D CREOSOTED MATERIAL $48.57 1H 5D DRYWALL APPLICATOR $48.47 1H 5D MP FLOOR FINISHER $48.60 1H 5D FLOOR LAYER $48.60 1H 5D FLOOR SANDER $48.60 1H 5D MILLWRIGHT AND MACHINE ERECTORS $49.47 1H 5D ON PILEDRIVERS,DRIVING,PULLING,PLACING COLLARS AND WELDING $48.67 1H 5D SAWFILER $48.60 1H 5D SHINGLER $48.60 1H 5D rrir STATIONARY POWER SAW OPERATOR $48.60 1H 5D STATIONARY WOODWORKING TOOLS $48.60 1H 5D CEMENT MASONS JOURNEY LEVEL $49.15 1M 5D VP DIVERS&TENDERS DIVER $100.28 1M 5D 8A DIVER ON STANDBY $56.68 1M 5D - DIVER TENDER $52.23 1M 5D SURFACE RCV&ROV OPERATOR $52.23 1M 5D SURFACE RCV&ROV OPERATOR TENDER $50.72 1B 5A DREDGE WORKERS No ASSISTANT ENGINEER $49.57 1T 5D 8L ASSISTANT MATE(DECKHAND) $49.06 IT 5D 8L BOATMEN $49.57 IT 5D 8L ''"" ENGINEER WELDER $49.62 IT 5D 8L Page 1 emu KING COUNTY ANIP EFFECTIVE 09-02-2009 ********************************************************************************************************** (See Benefit Code Key) al Over PREVAILING Time Holiday Note Classification WAGE Code Code Code me LEVERMAN,HYDRAULIC $51.19 IT 5D 8L MAINTENANCE $49.06 IT 5D 8L MATES $49.57 IT 5D 8L la OILER $49.19 IT 5D 8L DRYWALL TAPERS JOURNEY LEVEL $48.79 1E 5P AS ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL $18.69 1 ELECTRICIANS-INSIDE CABLE SPLICER $61.95 2W 5L 'e CABLE SPLICER(TUNNEL) $66.57 2W 5L CERTIFIED WELDER $59.85 2W 5L CERTIFIED WELDER(TUNNEL) $64.13 2W 5L es CONSTRUCTION STOCK PERSON $31.83 2W 5L JOURNEY LEVEL $57.74 2W 5L JOURNEY LEVEL(TUNNEL) $61.95 2W 5L ELECTRICIANS-MOTOR SHOP rrr CRAFTSMAN $15.37 2A 6C JOURNEY LEVEL $14.69 2A 6C ELECTRICIANS-POWERLINE CONSTRUCTION ea CABLE SPLICER $59.79 4A 5A CERTIFIED LINE WELDER $54.59 4A 5A GROUNDPERSON $39.07 4A 5A HEAD GROUNDPERSON $41.22 4A 5A le HEAVY LINE EQUIPMENT OPERATOR $54.59 4A 5A JACKHAMMER OPERATOR $41.22 4A 5A JOURNEY LEVEL LINEPERSON $54.59 4A 5A or LINE EQUIPMENT OPERATOR $46.33 4A 5A POLE SPRAYER $54.59 4A 5A POWDERPERSON $41.22 4A 5A r ELECTRONIC TECHNICIANS ELECTRONIC TECHNICIANS JOURNEY LEVEL $31.00 1 ELEVATOR CONSTRUCTORS MECHANIC $64.81 4A 6Q to MECHANIC IN CHARGE $70.60 4A 6Q FABRICATED PRECAST CONCRETE PRODUCTS ALL CLASSIFICATIONS $13.60 2K 5B my FENCE ERECTORS FENCE ERECTOR $18.71 1 FENCE LABORER $12.77 1 FLAGGERS OP JOURNEY LEVEL $33.93 1H 5D GLAZIERS JOURNEY LEVEL $48.61 1Y 5G all HEAT&FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $48.28 1S 5J HEATING EQUIPMENT MECHANICS eas MECHANIC $33.65 1 HOD CARRIERS&MASON TENDERS JOURNEY LEVEL $41.28 1H 5D INDUSTRIAL ENGINE AND MACHINE MECHANICS on MECHANIC $15.65 1 Page 2 .r . I. KING COUNTY EFFECTIVE 09-02-2009 (See Benefit Code Key) ma Over PREVAILING Time Holiday Note Classification WAGE Code Code Code me INDUSTRIAL POWER VACUUM CLEANER JOURNEY LEVEL $9.24 1 INLAND BOATMEN am CAPTAIN $48.39 1K 5B COOK $45.36 1K 5B DECKHAND $45.36 1K 5B AS ENGINEER/DECKHAND $46.25 1K 5B MATE,LAUNCH OPERATOR $47.35 1K 5B INSPECTION/CLEANING/SEALING OF SEWER&WATER SYSTEMS BY REMOTE CONTROL am CLEANER OPERATOR,FOAMER OPERATOR $31.49 1 GROUT TRUCK OPERATOR $11.48 1 HEAD OPERATOR $24.91 1 TECHNICIAN $19.33 1 gm TV TRUCK OPERATOR $20.45 1 INSULATION APPLICATORS JOURNEY LEVEL $48.47 1M 5D ma IRONWORKERS JOURNEY LEVEL $54.27 10 5A LABORERS ASPHALT RAKER $41.28 1H 5D mie BALLAST REGULATOR MACHINE $40.03 1H 5D BATCH WEIGHMAN $33.93 1H 5D BRUSH CUTTER $40.03 1H 5D MO BRUSH HOG FEEDER $40.03 1H 5D BURNERS $40.03 1H 5D CARPENTER TENDER $40.03 1H 5D ers CASSION WORKER $41.28 1H 5D CEMENT DUMPER/PAVING $40.77 1H 5D CEMENT FINISHER TENDER $40.03 1H 5D CHANGE-HOUSE MAN OR DRY SHACKMAN $40.03 1H 5D so CHIPPING GUN(OVER 30 LBS) $40.77 1H 5D CHIPPING GUN(UNDER 30 LBS) $40.03 1H 5D CHOKER SETTER $40.03 1H 5D air CHUCK TENDER $40.03 1H 5D CLEAN-UP LABORER $40.03 1H 5D CONCRETE DUMPER/CHUTE OPERATOR $40.77 1H 5D 11. CONCRETE FORM STRIPPER $40.03 1H 5D CONCRETE SAW OPERATOR $40.77 1H 5D CRUSHER FEEDER $33.93 1H 5D CURING LABORER $40.03 1H 50 WI DEMOLITION,WRECKING&MOVING(INCLUDING CHARRED MATERIALS) $40.03 1H 5D DITCH DIGGER $40.03 1H 5D DIVER $41.28 1H 5D sr DRILL OPERATOR(HYDRAULIC,DIAMOND) $40.77 1H 5D DRILL OPERATOR,AIRTRAC $41.28 1H 5D DUMPMAN $40.03 1H 5D EPDXY TECHNICIAN $40.03 1H 5D EROSION CONTROL WORKER $40.03 1H 5D FALLER/BUCKER,CHAIN SAW $40.77 1H 5D FINAL DETAIL CLEANUP(i.e.,dusting,vacuuming,window cleaning;NOT $30.84 1H 5D „r, construction debris cleanup) Page 3 ■r r KING COUNTY EFFECTIVE 09-02-2009 ********************************************************************************************************** (See Benefit Code Key) ow Over PREVAILING Time Holiday Note Classification WAGE Code Code Code - FINE GRADERS $40.03 1H 5D FIRE WATCH $33.93 1H 5D FORM SETTER $40.03 1H 5D or GABION BASKET BUILDER $40.03 1H 5D GENERAL LABORER $40.03 1H 5D GRADE CHECKER&TRANSIT PERSON $41.28 1H 5D r GRINDERS $40.03 1H 5D GROUT MACHINE TENDER $40.03 1H 5D GUARDRAIL ERECTOR $40.03 1H 5D HAZARDOUS WASTE WORKER LEVEL A $41.28 1H 5D ow HAZARDOUS WASTE WORKER LEVEL B $40.77 1H 5D HAZARDOUS WASTE WORKER LEVEL C $40.03 1H 5D HIGH SCALER $41.28 1H 5D r HOD CARRIER/MORTARMAN $41.28 1H 5D JACKHAMMER $40.77 IN 5D LASER BEAM OPERATOR $40.77 1H 5D MANHOLE BUILDER-MUDMAN $40.77 IN 5D ✓ MATERIAL YARDMAN $40.03 1H 5D MINER $41.28 IN 5D NOZZLEMAN,CONCRETE PUMP,GREEN CUTTER WHEN USING HIGH $40.77 IN 5D 4. PRESSURE AIR&WATER ON CONCRETE&ROCK,SANDBLAST, GUNITE,SHOTCRETE,WATER BLASTER PAVEMENT BREAKER $40.77 1H 5D PILOT CAR $33.93 1H 5D or PIPE POT TENDER $40.77 1H 5D PIPE RELINER(NOT INSERT TYPE) $40.77 1H 5D PIPELAYER&CAULKER $40.77 1H 5D or &CAULKER(LEAD) $41.28 1H 5D PIPEWRAPPER $40.77 1H 5D POT TENDER $40.03 1H 5D POWDERMAN $41.28 1H 5D 'r POWDERMAN HELPER $40.03 IN 5D POWERJACKS $40.77 1H 5D RAILROAD SPIKE PULLER(POWER) $40.77 IN 5D Mr RE-TIMBERMAN $41.28 IN 5D RIPRAP MAN $40.03 11-I 5D RODDER $40.77 1H 5D SCAFFOLD ERECTOR $40.03 1H 5D 'r SCALE PERSON $40.03 1H 5D SIGNALMAN $40.03 1H 5D SLOPER(OVER 20") $40.77 1H 5D 411111 SLOPER SPRAYMAN $40.03 1H 5D SPREADER(CLARY POWER OR SIMILAR TYPES) $40.77 1H 5D SPREADER(CONCRETE) $40.77 1H 5D or STAKE HOPPER $40.03 1H 5D STOCKPILER $40.03 1H 5D TAMPER&SIMILAR ELECTRIC,AIR&GAS $40.77 1H 5D TAMPER(MULTIPLE&SELF PROPELLED) $40.77 1H 5D ✓ TOOLROOM MAN(AT JOB SITE) $40.03 1H 5D TOPPER-TAILER $40.03 IN 5D TRACK LABORER $40.03 1H 5D MP TRACK LINER(POWER) $40.77 1H 5D Page 4 MO KING COUNTY up EFFECTIVE 09-02-2009 ********************************************************************************************************** (See Benefit Code Key) mg Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ON TRUCK SPOTTER $40.03 1H 5D TUGGER OPERATOR $40.77 1H 5D VIBRATING SCREED(AIR,GAS,OR ELECTRIC) $40.03 1H 5D or VIBRATOR $40.77 1H 5D VINYL SEAMER $40.03 1H 5D WELDER $40.03 1H 5D or WELL-POINT LABORER $40.77 1H 5D LABORERS-UNDERGROUND SEWER&WATER GENERAL LABORER&TOPMAN $40.03 1H 5D PIPE LAYER $40.77 1H 5D milk LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS $13.56 1 LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $28.17 1 w LANDSCAPING OR PLANTING LABORERS $17.87 1 LATHERS JOURNEY LEVEL $48.47 1H 5D METAL FABRICATION(IN SHOP) or FITTER $15.86 1 LABORER $9.78 1 MACHINE OPERATOR $13.04 1 or PAINTER $11.10 1 WELDER $15.48 1 MODULAR BUILDINGS +w CABINET ASSEMBLY $11.56 1 ELECTRICIAN $11.56 1 EQUIPMENT MAINTENANCE $11.56 1 PLUMBER $11.56 1 rrr PRODUCTION WORKER $9.40 1 TOOL MAINTENANCE $11.56 1 UTILITY PERSON $11.56 1 or WELDER $11.56 1 PAINTERS JOURNEY LEVEL $34.87 2B 6Z PLASTERERS es JOURNEY LEVEL $46.63 1R 5B PLAYGROUND&PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $8.55 1 or PLUMBERS&PIPEFITTERS JOURNEY LEVEL $64.84 1G 5A POWER EQUIPMENT OPERATORS ASPHALT PLANT OPERATOR $50.39 IT 5D 8P or ASSISTANT ENGINEERS $47.12 IT 5D 8P BACKHOE,EXCAVATOR SHOVEL,OVER 50 METRIC TONS TO 90 METRIC $50.94 IT 5D 8P TONS rrr BACKHOE,EXCAVATOR SHOVEL,OVER 90 METRIC TONS $51.51 IT 5D 8P BACKHOE,EXCAVATOR,SHOVEL,OVER 30 METRIC TONS TO 50 $50.39 IT 5D 8P METRIC TONS BACKHOE,EXCAVATOR,SHOVEL,TRACTORS UNDER 15 METRIC TONS $49.48 IT 5D 8P rr BACKHOE,EXCAVATOR,SHOVEL,TRACTORS:15 TO 30 METRIC TONS $49.90 IT 50 8P BARRIER MACHINE(ZIPPER) $49.90 IT 5D 8P BATCH PLANT OPERATOR,CONCRETE $49.90 IT 5D 8P ewe BELT LOADERS(ELEVATING TYPE) $49.48 IT 5D 8P Page 5 sr KING COUNTY or EFFECTIVE 09-02-2009 (See Benefit Code Key) lr Over PREVAILING Time Holiday Note Classification WAGE Code Code Code 40 BOBCAT(SKID STEER) $47.12 IT 5D 8P BROKK REMOTE DEMOLITION EQUIPMENT $47.12 IT 5D 8P BROOMS $47.12 IT 5D 8P ow BUMP CUTTER $49.90 IT 5D 8P CABLEWAYS $50.39 IT 5D 8P CHIPPER $49.90 1T 5D 8P w COMPRESSORS $47.12 IT 5D 8P CONCRETE FINISH MACHINE-LASER SCREED $47.12 1T 5D 8P CONCRETE PUMPS $49.48 IT 5D 8P CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $49.90 IT 5D 8P 'r CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT OVER 42 $50.39 1T 5D 8P METERS CONVEYORS $49.48 1T 5D 8P CRANE,FRICTION 100 TONS THROUGH 199 TONS $51.51 IT 5D 8P ON CRANE,FRICTION OVER 200 TONS $52.07 IT 5D 8P CRANES, THRU 19 TONS,WITH ATTACHMENTS $49.48 1T 5D 8P CRANES, 20-44 TONS,WITH ATTACHMENTS $49.90 IT 5D 8P ow CRANES, 45 TONS-99 TONS,UNDER 150 FT OF BOOM(INCLUDING JIB $50.39 IT 5D 8P WITH ATACHMENTS) CRANES,100 TONS-199 TONS,OR 150 FT OF BOOM(INCLUDING JIB $50.94 IT 5D 8P WITH ATTACHMENTS) ++N CRANES,200 TONS TO 300 TONS,OR 250 FT OF BOOM(INCLUDING JIB $51.51 IT 5D 8P WITH ATTACHMENTS) CRANES,A-FRAME, 10 TON AND UNDER $47.12 IT 5D 8P CRANES,A-FRAME,OVER 10 TON $49.48 1T 5D 8P Or CRANES,OVER 300 TONS,OR 300'OF BOOM INCLUDING JIB WITH $52.07 1T 5D 8P ATTACHMENTS CRANES,OVERHEAD,BRIDGE TYPE(20-44 TONS) $49.90 IT 5D 8P CRANES,OVERHEAD,BRIDGE TYPE(45-99 TONS) $50.39 1T 5D 8P IMP CRANES,OVERHEAD,BRIDGE TYPE(100 TONS&OVER) $50.94 IT 5D 8P CRANES,TOWER CRANE UP TO 175'IN HEIGHT,BASE TO BOOM $50.94 IT 5D 8P CRANES,TOWER CRANE OVER 175'IN HEIGHT,BASE TO BOOM $51.51 IT 5D 8P air CRUSHERS $49.90 1T 5D 8P DECK ENGINEER/DECK WINCHES(POWER) $49.90 IT 5D 8P DERRICK,BUILDING $50.39 IT 5D 8P or DOZER,QUAD 9,D-10,AND HD-41 $50.39 1T 5D 8P DOZERS,D-9&UNDER $49.48 1T 5D 8P DRILL OILERS-AUGER TYPE,TRUCK OR CRANE MOUNT $49.48 IT 5D 8P DRILLING MACHINE $49.90 IT 5D 8P too ELEVATOR AND MANLIFT,PERMANENT AND SHAFT-TYPE $47.12 iT 5D 8P EQUIPMENT SERVICE ENGINEER(OILER) $49.48 1T 5D 8P FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $49.90 IT 5D 8P ar FORK LIFTS,(3000 LBS AND OVER) $49.48 IT 5D 8P FORK LIFTS,(UNDER 3000 LBS) $47.12 IT 5D 8P GRADE ENGINEER $49.90 1T 5D 8P r GRADECHECKER AND STAKEMAN $47.12 1T 5D 8P GUARDRAIL PUNCH $49.90 IT 5D 8P HOISTS,OUTSIDE(ELEVATORS AND MANLIFTS),AIR TUGGERS $49.48 1T 5D 8P HORIZONTAL/DIRECTIONAL DRILL LOCATOR $49.48 IT 5D 8P "r HORIZONTAUDIRECTIONAL DRILL OPERATOR $49.90 1T 5D 8P HYDRALIFTS/BOOM TRUCKS(10 TON&UNDER) $47.12 IT 5D 8P HYDRALIFTS/BOOM TRUCKS(OVER 10 TON) $49.48 IT 5D 8P ,,.., LOADERS,OVERHEAD(6 YD UP TO 8 YD) $50.39 1T 5D 8P Page 6 air KING COUNTY OW EFFECTIVE 09-02-2009 ********************************************************************************************************** (See Benefit Code Key) op Over PREVAILING Time Holiday Note Classification WAGE Code Code Code me LOADERS,OVERHEAD(8 YD&OVER) $50.94 IT 5D 8P LOADERS,OVERHEAD(UNDER 6 YD),PLANT FEED $49.90 IT 5D 8P LOCOMOTIVES,ALL $49.90 IT 5D 8P so MECHANICS,ALL $50.94 IT 5D 8P MIXERS,ASPHALT PLANT $49.90 IT 5D 8P MOTOR PATROL GRADER(FINISHING) $50.39 IT 5D 8P r MOTOR PATROL GRADER(NON-FINISHING) $49.48 IT 5D 8P MUCKING MACHINE,MOLE,TUNNEL DRILL AND/OR SHIELD $50.39 IT 5D 8P OIL DISTRIBUTORS,BLOWER DISTRIBUTION AND MULCH SEEDING $47.12 IT 5D 8P OPERATOR NO PAVEMENT BREAKER $47.12 IT 5D 8P PILEDRIVER(OTHER THAN CRANE MOUNT) $49.90 IT 5D 8P PLANT OILER(ASPHALT,CRUSHER) $49.48 IT 5D 8P POSTHOLE DIGGER,MECHANICAL $47.12 IT 5D 8P all POWER PLANT $47.12 IT 5D 8P PUMPS,WATER $47.12 IT 5D 8P QUICK TOWER-NO CAB,UNDER 100 FEET IN HEIGHT BASED TO BOOM $47.12 IT 5D 8P mg REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $50.39 IT 5D 8P EQUIP RIGGER AND BELLMAN $47.12 IT 5D 8P ROLLAGON $50.39 IT 5D 8P No ROLLER,OTHER THAN PLANT ROAD MIX $47.12 IT 5D 8P ROLLERS,PLANTMIX OR MULTILIFT MATERIALS $49.48 IT 5D 8P ROTO-MILL,ROTO-GRINDER $49.90 IT 5D 8P es SAWS,CONCRETE $49.48 IT 5D 8P SCRAPERS-SELF PROPELLED,HARD TAIL END DUMP,ARTICULATING $50.39 IT 5D 8P OFF-ROAD EQUIPMENT(45 YD AND OVER) SCRAPERS,CONCRETE AND CARRY ALL $49.48 IT 5D 8P ore SCRAPER-SELF PROPELLED,HARD-TAIL END DUMP,ARTICULATING $49.90 IT 5D 8P OFF-ROAD EQUIPMENT(UNDER 45 YARDS) SHOTCRETE GUNITE $47.12 IT 5D 8P us SLIPFORM PAVERS $50.39 IT 5D 8P SPREADER,TOPSIDER&SCREEDMAN $50.39 IT 5D 8P SUBGRADE TRIMMER $49.90 IT 5D 8P TOWER BUCKET ELEVATORS $49.48 IT 5D 8P ar TRACTORS,(75 HP&UNDER) $49.48 IT 5D 8P TRACTORS,(OVER 75 HP) $49.90 IT 5D 8P TRANSFER MATERIAL SERVICE MACHINE $49.90 IT 5D 8P em TRANSPORTERS,ALL TRACK OR TRUCK TYPE $50.39 IT 5D 8P TRENCHING MACHINES $49.48 IT 5D 8P TRUCK CRANE OILER/DRIVER(UNDER 100 TON) $49.48 IT 5D 8P TRUCK CRANE OILER/DRIVER(100 TON&OVER) $49.90 IT 5D 8P ON TRUCK MOUNT PORTABLE CONVEYER $49.90 1T 5D 8P WELDER $50.39 IT 5D 8P WHEEL TRACTORS,FARMALL TYPE $47.12 IT 5D 8P Mr YO YO PAY DOZER $49.90 IT 5D 8P POWER EQUIPMENT OPERATORS-UNDERGROUND SEWER&WATER (SEE POWER EQUIPMENT OPERATORS) as POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $39.33 4A 5A SPRAY PERSON $37.24 4A 5A TREE EQUIPMENT OPERATOR $37.85 4A 5A "r" TREE TRIMMER $35.21 4A 5A Page 7 we ' k KING COUNTY EFFECTIVE 09-02-2009 ********************************************************************************************************** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE, Co oC demo TREE TRIMMER GROUNDPERSON $26.58 4A 5A REFRIGERATION&AR CONDITIONING MECHANICS MECHANIC $60.56 1G 5A err RESIDENTIAL BRICK&MARBLE MASONS JOURNEY LEVEL $27.05 1 RESIDENTIAL CARPENTERS JOURNEY LEVEL $23.47 1 RESIDENTIAL CEMENT MASONS JOURNEY LEVEL $22.64 1 RESIDENTIAL DRYWALL TAPERS JOURNEY LEVEL $48.79 1E 5P RESIDENTIAL ELECTRICIANS JOURNEY LEVEL $26.24 1 RESIDENTIAL GLAZIERS NO JOURNEY LEVEL $33.29 1H 5G RESIDENTIAL INSULATION APPUCATORS JOURNEY LEVEL $17.60 1 w RESIDENTIAL LABORERS JOURNEY LEVEL $18,12 1 RESIDENTIAL PAINTERS nr JOURNEY LEVEL $18.36 1 RESIDENTIAL PLUMBERS&PIPEFITTERS JOURNEY LEVEL $22.95 1 RESIDENTIAL REFRIGERATION&AIR CONDITIONING MECHANICS ise JOURNEY LEVEL $60,56 1G 5A RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL(FIELD OR SHOP) $19.48 1 ▪ RESIDENTIAL SOFT FLOOR LAYERS JOURNEY LEVEL $39.19 2X 5A RESIDENTIAL SPRINKLER FITTERS(FIRE PROTECTION) JOURNEY LEVEL $32.56 2R 5C RESIDENTIAL TERRAZ20/TILE FINISHERS JOURNEY LEVEL $26.30 1 RESIDENTIAL TERRAZZO/TILE SETTERS +rr JOURNEY LEVEL $45.26 1M 5A ROOFERS JOURNEY LEVEL $40.05 1R 5A +�r USING IRRITABLE BITUMINOUS MATERIALS $43.05 1R 5A SHEET METAL WORKERS JOURNEY LEVEL(FIELD OR SHOP) $59.32 1E 6L SHIPBUILDING&SHIP REPAIR war BOILERMAKER $32.56 1H 6W CARPENTER $33.66 1B 6X ELECTRICIAN $33.34 1B 6X HEAT&FROST INSULATOR $48.28 1S 5J LABORER $32.17 1B 6X MACHINIST $33.29 1B 6X OPERATOR $35.61 1B 6X PAINTER $33.21 1B 6X PIPEFITTER $33.23 1B 6X RIGGER $33.24 1B 6X w SANDBLASTER $33.24 1B 6X Page 8 h .r KING COUNTY EFFECTIVE 09-02-2009 ********************************************************************************************************** (See Benefd Code Key) ow Over PREVAILING Time Holiday Note Classification WAGE Code Code Code to SHEET METAL $3324 1B 6X SHIPFITTER $33.24 1B 6X TRUCKER $33.06 1B 6X so WAREHOUSE $33.11 1B 6X WELDER/BURNER $33.24 1B 6X SIGN MAKERS&INSTALLERS(ELECTRICAL) SIGN INSTALLER $22.92 1 to SIGN MAKER $21.36 1 SIGN MAKERS&INSTALLERS(NON-ELECTRICAL) SIGN INSTALLER $27.28 1 or SIGN MAKER $33.25 1 SOFT FLOOR LAYERS JOURNEY LEVEL $39.19 2X 5A SOLAR CONTROLS FOR WINDOWS or JOURNEY LEVEL $12.44 1 5S SPRINKLER FITTERS(FIRE PROTECTION) JOURNEY LEVEL $59.74 1X 5C - STAGE RIGGING MECHANICS(NON STRUCTURAL) JOURNEY LEVEL $13.23 1 STREET AND PARKING LOT SWEEPER WORKERS r• JOURNEY LEVEL $19.09 1 SURVEYORS CHAIN PERSON $9.35 1 INSTRUMENT PERSON $11.40 1 Ito PARTY CHIEF $13.40 1 TELECOMMUNICATION TECHNICIANS TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $22.76 1 sa TELEPHONE LINE CONSTRUCTION-OUTSIDE CABLE SPLICER $32.27 2B 5A HOLE DIGGER/GROUND PERSON $18.10 2B 5A rso INSTALLER(REPAIRER) $30.94 2B 5A JOURNEY LEVEL TELEPHONE LINEPERSON $30.02 2B 5A SPECIAL APPARATUS INSTALLER I $32.27 2B 5A SPECIAL APPARATUS INSTALLER II $31.62 2B 5A rw TELEPHONE EQUIPMENT OPERATOR(HEAVY) $32.27 2B 5A TELEPHONE EQUIPMENT OPERATOR(LIGHT) $30.02 2B 5A TELEVISION GROUND PERSON $17.18 2B 5A sr TELEVISION LINEPERSON/INSTALLER $22.73 2B 5A TELEVISION SYSTEM TECHNICIAN $27.09 2B 5A TELEVISION TECHNICIAN $24.35 2B 5A TREE TRIMMER $30.02 2B 5A Oil TERRAZZO WORKERS&TILE SETTERS JOURNEY LEVEL $45.26 1M 5A TILE,MARBLE&TERRAZZO FINISHERS mw FINISHER $39.09 1B 5A TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $38.90 1K 5A or TRUCK DRIVERS ASPHALT MIX(TO 16 YARDS) $45.63 1T 5D 8L ASPHALT MIX(OVER 16 YARDS) $46.47 1T 5D 8L DUMP TRUCK $45.63 IT 5D 8L ' ' DUMP TRUCK&TRAILER $46.47 1T 5D 8L Page 9 Mt KING COUNTY us EFFECTIVE 09-02-2009 ********************************************************************************************************** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ON OTHER TRUCKS $46.47 1T 5D 8L TRANSIT MIXER $23.45 1 WELL DRILLERS&IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER $17.71 1 OILER $12.97 1 WELL DRILLER $18.00 1 11111 e 1111 +1111 SO wr 1111 WO lie ow +�r Page 10 1111 Department of Labor and Industries 5tAt STATEMENT OF INTENT TO rr Prevailing Wage ;. PAY PREVAILING WAGES (360)902-5335 ww.Ini.wa.gov/prevailing wage Public Works Contract w $25.00 Filing Fee Required - •This form must be typed or printed in ink. Project Name Contract# •Fill in all blanks or form will be returned for correction(see back). •Please allow a minimum of 10 working days for processing. Contract Awarding Agency(public agency-not federal or private) (.,APPROVED FORM WILL BE MAILED TO THIS ADDRESS Adder -- Contractor,company or agency name,address,city,state&ZIP+4 City State ZIP+4 IN Awarding Agency Project Contact Person Phone# ( ) 1111 County where work will be performed City where work will be performed Bid due date (m/d/y) Date contract awarded (m/d/y) Prime contractor(has contract with the public agency) Contractor Registration No. Do you intend to use subcontractors? Do you intend to use apprentices? D Yes U No D Yes O No Craft/trade and occupation (Do NOT list apprentices) j Rate of { Rate of hourly Estimated no. ttn If Hourly Pay ( fringe benefits of workers ars Company name,address,city,state,ZIP+4 Indicate total dollar amount ors _..._..._.____.......,,._...._...__...._._-----_... ..._,..._:_._. of your contract $ I hereby certify that the above information is correct and that all workers I employ on this Public Works Project will be paid no *VI less than the.Prevailing Wage Rate(s) as determined by the Industrial Statistician of the Department of Labor and Industries. Contractor Registration No. UBI Title Signature �IIt Email address PPhone number • For L&ivte.Only ) Check Number: Amount ForL&I i seOniy . . . . ""a APPROVED: Department of Labor and Industries Issued By: sig r.n By Industral Statistician F700-029-000 statement of intent to pay prevailing wages 2-02 After APPROVAL, send white copy to Awarding Agency. Canary copy-L&1 Department of Labor and Industries STATEMENT OF INTENT TO us Prevailing Wage f„ r (360)902-5335 PAY PREVAILING WAGES www.lni.wa.gov//TradesLicensing/PrevailingWage w Public Works Contract $25.00 Filing Fee Required • This form must be typed or printed in ink. Project Name Contract# • Large,bold numbers match instructions on back of form. • Please allow a minimum of 10 working days for processing. Contract Awarding Agency(public agency-not federal or private) • Once approved your form will be_posted online at the above webstte AI'PRO ED E WII.I BB MAI)EED TO THIS f„ '$S it Address Contractor,company or agency name,address,city,state&ZIP+4 UN City State ZIP+4 Awarding Agency Project Contact Person Phone# +rr County where work was performed City where work was performed Bid due date (mm/dd/yy) Date contract awarded (mm/dd/yy) ditt Will all work be subcontracted? Do you intend to use subcontractors? ar ❑ Yes ❑ No ❑ Yes ❑ No Prime contractor(has contract with the public agency) Contractor Registration# Expected job start date(mm/dd/yy) Do you intend to use apprentices? ❑ Yes ❑ No to Craft/trade/occupation(Do NOT list apprentices) Estimated no. Rate of Rate of hourly fringe Indicate number of owners expected to perform work. of workers hourly pay benefits drr air r SAIVIPLI di, irr Company name Indicate total dollar amount of your contract or time and materials if applicable. Address I hereby certify that the above information is correct and that all rrr workers I employ on this Public Works Project will be paid no less City State ZIP+4 than the Prevailing Wage Rate(s) as determined by the Industrial Statistician of the Department of Labor and Industries Contractor Registration No. UBI Title Signature Industrial Insurance Account Number Email address Phone number " Check Number: ❑ $25 or $ Fur L&i Use Only . ..... .' t?� ., . �. ..-. .. . . . .::y Issued By: err APPROVED: Department of Labor and Industries or By Industrial Statistician F700-029-000 statement of intent to pay prevailing wages 12-04 After APPROVAL,send white copy to Awarding Agency. Canary copy—L&I How to expedite the processing of your form: REQUIRED FOR PROCESSING ERRORS THAT CAUSE REJECTION Filing Fee No fee or wrong amount. $25.00 filing fee required. wr Bid Due Date and Date Contract Awarded Missing. Award date is before bid due date. Prevailing Wage is based on the date bids from prime contractor were due to the contract awarding agency. Craft/trade/occupation Craft not listed, not specific, or does not match prevailing wage occupation listings. rrr Owner/Operators: If the work will be performed by owners/partners, state"Owner/Operator"under the"Craft"section, and the wage and fringe need not be completed. Do list the number of owners on the job. (Individuals who own less than 30%of the company are not considered to be owner/operators and must be paid prevailing wage.) All work subcontracted: If all work will be performed by subcontractors,check the appropriate box on the form. Rate of Hourly Pay Missing or incorrect wages. Enter the rate of hourly pay and rate of qualified hourly fringe benefits,as defined by RCW 39.12.010,that you will actually provide to the workers. The amount listed for"Rate of Hourly Pay" plus the amount listed for the"Rate of Hourly Fringe Benefits", if any, must equal or exceed the Prevailing Wage rate. Estimated number of workers Missing Total Dollar Amount of Your Contract Missing—Enter"time and materials"if applicable.The exact dollar amount will be required on the Affidavit of Wages Paid form. wr Contractor Registration No.or UBI Missing or not registered. Companies not required to obtain a contractor's registration number need only indicate UBI (i.e.,janitorial, surveying,truck driving). Signature Missing—Intent must be signed by an authorized representative. r• Apprentices: Do not list apprentices or apprenticeship wages on this Statement of Intent. If you use apprentices on this project,they must be listed on the Affidavit of Wages Paid form (F700-007-000), and registered with the Washington State Apprenticeship and ow Training Council within 60 days of hire. Any workers not registered as such must be paid prevailing journey level wages. Call (360) 902-5323 to verify registration. Electrical and Plumber trainees registered with the Department of Labor and Industries MUST ALSO be registered with the Washington State Apprenticeship and Training Council to qualify for apprentice rates. so If there is not enough space to list all required information on one form, use additional Intent forms as needed. Please indicate at the top of each form"Page 1 of 2","Page 2 of 2",etc. No additional fee is required. No other attachments will be accepted. Approval of this Intent will be based on the information provided by the contractor/subcontractor. It does not signify approval 'r' of the classifications of labor used by the contractor/subcontractor. L&I will mail the approved white copy of this Intent to the organization provided on the front of this form. Make a copy for your records. 411 A copy of the approved Intent form for each employer must be posted at the jobsite for contracts in excess of$10,000.00. Prevailing wage rates are available on the Internet at www.Lni.wa.qov/TradesLicensinq/PrevailingWage es Submit both copies (white and canary) and the $25.00 filing fee to: MANAGEMENT SERVICES Please fold in thirds so the address DEPT.OF LABOR AND INDUSTRIES will show in a window envelope PO BOX 44835 OLYMPIA,WASHINGTON 98504-4835 For questions call (360)902-5335 F700-029-000 statement of intent to pay prevailing wages—backer 12-04 IMP VIP CERTIFICATION OF PAYMENT OF PREVAILING WAGES Date: es Ref: Pay Estimate No. Project Sidewalk Rehabilitation&Replacement Project CAG No. —o9 — t 7 6t) NO This is to certify that the prevailing wages have been paid to our employees and our subcontractors' employees for the period from through , in accordance with the Intents to Pay Prevailing Wage filed with the Washington State Department of ern Labor&Industries. This form will be executed and submitted prior to or with the last pay request. ON Company Name By: us Title: as rir rrr .• I8_JNTNT.DOC\ Sidewalk Rehabilitation&Replacement Project 1 1 PART III PROJECT SPECIFIC L SPECIAL PROVISIONS L L L L L ,, , L ,„ SPECIAL PROVISIONS ..»»»»p»a.p..p»p..».p» p.»».. »».»..».........»......»p.....9 L1-01 DEP111TIONSAND'TRIMS....pp••.».p.ppp.....pp»»...MNNN».p..p....»...»p»........p».ppp..9 1-41.1 General.»0,pp».......».....»•.»»..pp».»»»....»»..»p..p....p»».•»........«.p.»»..»..pp.».......,..9 iii1-01.3. Dellnklons.pp»M.»»..»»p..Npppp».p»....pp.pppp»..»MNNN..IN.Y.»»p..»p.ppp»ppppp»».p.p.9 L102...BID PROCEI)URF,S AND CONI)TFIONS.»».».....»»p„»»000»0.»»p».»»»p....»»»».».».11 1-42.1 Pregsallfcation of bidders..»».4»».»»»_»0000.»p»..«....pp»•.»p..»»».p»».p....p.»»»__00.11 L1-02.2 Plans and Sp tions...»..pp»N».»M..p»......ppp..........._MNN.YHNN.... .ppp».11 1-02.5 P l Fo .•MN.MMMNNMNp»Np.Np.N.N».p.Np..N.MMN»........p..M..... ..n.n.. n.. .pNN.12 1-02.6(1) Proprietary Information..»p.»..„.p»»p...»p.»p.».....»p»..p..».»».».p.......p»p..».»».12 L1-02.7 Bid Deposit...ip...NM......»NM.M»p..pppnpp.......ppN»pp.».......pp0.M»M......»....»»»....12 1-02.9 Delivery of Proposal.»».. ..._......»..p...p»p»...pp.....:.».pp......»»»0»»_000»p..».»p»»»»13 L1-42.12 Public Opening of Proposals. ».»»».p.».pp ».p p»».pp..»...p.pp»..»..».......p»13 1-02.13 Irregular Proposals.--»»»»»»............._... »p.......»»».»....p...»»p..».............13 1-02.14 Disqualification of Bidders p.....»...p.....pp..pNp.iNM»..p►.p..M..»pp.»»»pppppppp..»M.13 L1-02.15 Pre Award Information.».....__.........».......»..pp»»p»»..».pp_.......p..»»....»pp»pp».14 1-03 AWARD AND EXECUTION OF CONTRACT..» p.».»p...»p.ppp.»pp.»p. .pp 14 L1-03.1 Consideration of bids.......»p......p....—..».ppp..............pp...........».........».Npp»p.......14 1-03.2 Award of Contract.»»..».»..»..p»pp p.....»..».»..»..» »..»»»»p»»..n......p.p.p»pp..»......14 1-03.3 Execution of Contract....»p..»..p......»»....».. »n..p»,....p.» pp.»p»».14 L1-03.4 Contract Bond.»»»p»......»...p.»....p.».p....»»»pp«....».»pp 04.1.0...»»MNNN.»»..p»0000».».»15 1-04 SCOPE OF WORK.ppN.»p.p.pppppp...p»»».»pp»p.pppp.»MNpp_MNp.»N»W.pppp.».N.».16 L144.2 Coordination of Contract Documents..............p.p»p»»»»».....»p....»p»..p.p»p»p......16 1-4)4.3 Contractor-Discovered Il repancies...».»..»..»p».»..»...............p....»»..»»».»......p»16 -04 1 .4 E:banges pM..MpNM....ppNMpMN.p.....lMpp.MNNN..N»...p►M..i.....p.ppp..p»pN.p»pM.11N»NMN.M.p 16 L1-04.8 Progress Estimates and Paynentsp...p.pp».. ..»pp»»pN....p»»».p»pM»..........p».p»16 1-44.11 Haul Cleanup......»»..»..»p.»........pp».p..»»........... .»...•••••••••••••••••.»p.».17 L , , I L 1-05 CV OL OF y�,y.��Oi ►1.MN.. .... MM_ .._...M•MMMM.N►MMNyMN.MM»NM .►M 17 L1-05.4 Conformity ♦ Ith and De cation from Plans and St.�OMN..MMMMHMMN..MMMMM....m.MM 17 1-05.4(3) Contractor Supplied Surveying 1.0• ..MMI.•»MMN...*•....•N•NNMM......NMM.NM...M.M.rMMM 18 L1-05.4(4) Contractor Provided As-Built Information M.M.MM..»M.»..M..M..M»M.M»..».».....M.18 1-05.7 Removal of Defective and Unauthorized Work»»»»...»..»...M»»MMM..........M...M....M.M 19 1-05.10 Guarantees••••••••••••••••••••..MMM»MMM.»»..MMM»»»MM...».MMM»...MM.M»MNMI..MMMMM»MM»»»19 L1-05.11 Find Inspection................-.............................•••■■••••01.0••••••••••••••••■■•••••••••■••••••••••••••••••••••••■■•••1 20 1.05.11(1) Substantial Coffin Date».M.»MM»M»..M......»»».M..»..»».M».MM.......»».......»MM.20 1-05.11(2) Mnal Inspection and Physical Completion Date MMM.....MM...M.....M.MM»»»M...M.»M.21 1-05.14 Cooperation with Other Contractors.»MMM..,: »»»MMM.»»M..M...»M..»....MM.M.MM...M.21 1-05.13 Superintendents,Labor and Equipment of Contractor............................................ nPerin eats, p 21 L1-05.14 Cooperation with Other Contractors»MNMMMM..M..M...MM.MM.M.NMM..M.....MMMMN.M.MM..21 1-05.16 Water and Power................. .....»N».».M.M.».».N.M»»N».»N..HN•.N....M..MNM....»..22 1-05.17 Oral J end$ 22 N 1-05.18 Contra 's DaHy Diary.MM.N...NN.NNN.N N4N M.NI..MNMN.....M1.MNNN..NNNN..N.N.M.MNM...22 1-06 CONTROL OF MATERIAL MMM.MN..NMM.MNMNNNNM.MMMM1 ••••••••••••••••••••••23 L1-06.1 Approval of Materials Prior to Use......... N»MM»M«~.N..»MN..N..NMMN...N...,M....23 1-06.2(1) Samples and'tests for Acceptance MMM....MMN.N..............N.».NN»MMM...»»»M..M......N..23 1-06.2(2) Statistical Evaluation of Materials for Acceptance MMN»»M...»»»»......»MMM»MMNM»23 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC......NNM»..N...M 23 1-01.1 Laws:to be Observed N.M.N...N MM.N.MM..NNNNN.NNMM...N.M..NM.►N•NNMNU.N.M..NMNNNNNNNM► L1-07.6 Permits and .M..MMN M....NNN M.MNMM.N.MNMMMMNMN..N.NNN... ►MOM.,MO24 1-07.9(5) Required Documents MM.NMMM.M.•...MM ._...NMNNMN... _.MNNNMMMNNNMN 1-07.11(11) City of Renton Affidavit of Compliance...M.MMM....NM»».N»N»»N»M»M...MM.».».MM 25 L147.13(1) VLY N....►..y...N...•.........NNNN..MN...NM.1..N NN MM NMNMNNNM.NNI...N...NN•MNMMNMMM.25 1-07.13(1) VyYeraLI N..NNNf.M..NN...N►NNM.•N M.N.NN►M.N.NN NMMMM N.MM14..1..MMNMMMMMNM.MM.MMN.N►25 L L2 L 1-07.16(1) PriwatelPeblic Fraperty.N.N.,.N.NNN...».»NN.»N. ...N.................»...»»»NNN.N.NNNN»26 L1-07.17 Utilities and Sir Facilities NN....».NN»N...N..N......N N..»N.»»..»..NN...»..N...N»N.N»...27 1-07.17(1) Interruption of Services.NNN NN..NNNN»».NN..NN»N.....»...MNN»NNNNN.NN..».NNNM.28 L1-07.18 Public Liability and Property Damage Insurance...»..NM...•••••••••••••••••••••••• 29 1-07.22 Use of Raploa vesNN»»»N»»„NN..»N....N...... •••••••••••••••••••• •••• 32 1-07.23(1) Coen Under ra flNM.NN NN N.NNNN..NNNI.NN.MNNN.NN»NNN..NN....N..•.N..N.NY 33 L1-07.23(1) Construction Under T raffic...N.N...NN.N.NNNN..N.N..NN.NNNNN.N.NNN.NNN.NNNNN.N...33 1-07.23(2) Construction and Maintenance of Detowrs.»».»......»..»».»NN.. NNN...N..34 L1 417.24 Rights of Way.»»..NNN»N•.NNN»N....N..NN....»»..»»».»..N..»NNN.»..N»»NNN».NN.NNNN.NN 34 1-08 PROSECUTION AND PROGRESS. MN.N.N..NN...NNN.N.N..N.N..NN.NNNNN.NNN 35 1-08.0 Preliminary atters 35 aryNN1N..NNN.N.NNN.NNNN.NNNNNNN.NN.N.NN.N .N.NNNN..N.N.►.NNNN.NN. L1-08.0(1) Preconstruction Conference....NNNNNNN...................NN.NNNNNNNNNN.NN.N...... N...35 1-08.0(2) Hours of Work•.,........N....NN»..N.N.......»N»»....NN •NN.NN»N.».N.....NNNNNNN.NN.N....36 1-08.0(3) Reimbursement for Overtime Work of Contracting Agency Employees..............37 1-08.1 Subcontracting.NNNN.N.NN.NNNNN.....NNN.N.N.N.NNN.NNN.N......N.N.NNNNN.N....NN.NN..NN...37 1-08.2 Assignment.... ..NN....N»..........NNN.N..N..NN.. ..NMiN..N.N.NNNNN.NN••••■•••••••• 37 L1-08.3 Progress Schedule.N.......N...»N..N.N........N..NN NNN........N.»»N......»N.N....NNN.N.......NN.N.37 1-08.4 Notice to Proceed and Prosecution of the Work NNN.NNN.NNNN..NNNN....NN..NNNNN...N.38 L1-08.5 lime For Completion......NN.N. N».»..NN..NN......»»....N.»N.NNN.N»NN.38 L1-08.6 Suspension of Work..........N............N...NNNNN...NN»»»NNN.......NN»NNNN.»N»»N.....N.N..N 40 1-08.7 Maintenance During Suspension....NNN..N.NN.N»««NN........»N.NNN.NN.»N.11N»...N.»NNN 40 L1-08.9 Liquidated Damages...»...»N NNN....»N.N..»N.»».N....» N..NNN.......NN..NN...N.,NNN...».NN.40 1-08.11 Contractor's Plant and Equipment N....»»»N»«N..NN.N».NNNNN.N..N.»NNN.N.....N»»N.40 1-08.12 Attention to Work....... .NNNNN.N........NN..NN N.N.N.......N..NMNNN.N.......N..N.......41 L1-09 MEASUREMENT AND PAYMENT...N....N»..»N.».NNN••........,.NN..........N. ..... .N.N..N..41 1-09.1 Measurement ent of an ....NN..NNN....NN....NNN.N.NNNNN...NNNN...........NNNN.NN.NNN.41 L L 3 r L 1-1)9.3 Scope of PMySent.NNN.N N..N N..N N.NN NN NNNN.NMiN.NN..N.NN«.»..»N..NN»N.M.N.».N»»NN.»..42 1-09.6 Fares Account N......N.. ...NN..»....NN....N..NN..■»N..NN».NN. 42 1-09.7 Mobilization N».. ... N» •••••••••• •••••43 L1-09.9 Payments.NNN.NNM.N.NNNN.NN..NM»N•NNNM.WFMMM..NNMNHMIH N.NNNMINMNM.NN1.43 1-09.9(1) Retoinage••••••0.••••••••••••••••••• ••••••• •••••• »••••••• •••••••••••44 1-09.9(2) Contracting Q c s light to Withhold and Disburse Certain Amounts Agency's n is NNNNN.44 L1-09.11(2 Claims.N.NN.....N.N.1MM` N. N N.......N..N....M.»»NN.N.»..NNN.....N»NN........N........N 46 1-09.11(2) Claims»NN N..».«.N.N.«......,.....»....N....»..........»»»»NNN»»N»..N»»»N.NN.»»...N.N.N..M 46 L1-09.13(3) Claims$250,000 or Less................N ...N..N» .N..N.N»NNNN.46 1-09.13(3)A Administration of Arbitration N...............N........NNN. ».........NNN.MNN».N.N«N.....46 1-09.13(3)B Procedures to Pursue Arbid�ation.NN..: -\ / NM...MNNM.NM...M...N...N.......N.N. L1-09.14 Payment SchedeN..N».NN...»»NN..NN.N....».».N.N.».NNNN.NN.»»...NN....»N.»NNNM»..N 47 1-09.14(1) Scope .........».»..»..»......N......NNN» N.NNN.N.....N....N».N 47 L1-10 'IMAIPORAllY TRAFFIC CONTROL........NMNNNNM.N.NMN»NN........»NNMN.»NN.......N47 .. 1-10.1 General»».».N.N.»»M.»...N»..».....N..N..NNNN.. •••••••• •••••••••••••••• •47 .: 1-10.2(1)B Traffic Control Supervisor NN.N....M.N»NN»NNNN»NN.NN».. _... .N..N...N...NN.»».N»48 L1-10.2(2) 1 a 1!Ic Control.Plans NNNNNNNN....NN MN...N.`MM.....nn1......M.........NNN.NNNN.NNNNM.N....49 1-103(3) 'Construction Slgns.N.l......»..H.NNNN....NNN.N.........NN.NNN.. . .. .NNNN.N....N.N..•a.N•.49 1-10.4 MessurementNNN»N...N»..N NN.».N.NN..NNN»N»».N.M».»N.....».»»..N.NN.NN,....N..»NN..N»49 1-10.5. Payment.MN NN MNNN.N..NM..NN.N.NN..M.MM.MM N....MN.NM..N NNN.NMNM»»N.N.NN...M.....NNNNN.49'. 1-11 R.EN' Sir L VE'yIKG STANDARDSNNNN.»..NM.N»N...».»NNNNN......»M».N..»»......,..49 L2-01 CLEARING,GRUBBING,AND ROADSIDE CLEANUP.......... ..N.N....N..»N.....NNN53 2-01.1 p ion NNNNNN N.MM MN.N NNN.M.M.N.NN..N.N..N........... NNNN.MNNMNN....53 2-01.2 Dispossd of'Usable Material and Debris N....NN...N..NN.NN NNMNNM..N.p...MN......NNM.M....53 L . 2-01.5 Payment....N..NNN.N.N.N...N.NNNNNN►.N.MN..NN.NNNN NN NN►NNNM.NNMMM..NNNNM.NNNNMNNIN 53 • 2-02 REMOVAL OF STRUCTURE AND OBSTRUCTIONS.. .........N...........NN.....N..........54 L 4 2-02.3(3) Removal of Pavement,Sidewalks,and Curbs»N...»»0.»...N....»»»»»»N»»»»....►...M 54 L2-02.4 IVIeliSlif ${. N.M MN..NMN.N..MN►.N.MNMM NM»NNNM.MN»NNN.»MNMNNIN.•M.N.MNUM.MM.•■N.NNN54 2-02.5 ParHentNN.NN .N..N.N II.NMMN►MMNNN.NMMM..N►NN..MNNM. NNNNN 2-03 ROADWAY EXCAVATION AND EMBANKMENT 55 . 2-03.3 Constr uctioa Regallrem r ts....»»»N»NN.M....N..»...»».NNN...NN».........»»....N »....»...,55 2-03.4 Measure eat..... »» 0.N.»».....«».N..»N».»»NN.N.».N 56 L /J� �{y�a .N►.^....N..N.NNNI6..MMNN .«.........YV 2-03.5 a{a t..N.NiN.NNI N..N..N».M NN..NN...NM..►N..NNNM NN»NN.N.►..MNN.MN►.NNN.N.MMMN.NNNNN,56 2-04 Vii JI..NNNM hf1MN.N.NN►..NNMMMN...NMMMNNN1*1 0 MN MNNNNNNN.►MN.NN.N 57 L24145 P� tNNN.N.MNMNNUN.fMNNN.NN.M.N..Ni...1NNN.INN.NIN....Np»NMNN.N.....NMN...N..NMMNNN.57 2-06 SUBGRADE PR "A RATIONN».....».».V.»»»...1...N.»..N»►.1.. ».»»»».M..»»»» 0..»».»..57 2-06.5 Measnrerne nt and P init..N»....0..N.0.f.N.N•...NN....NM.MNN0f1.►N»NN...N.N..1...N.►...».NM15? 2-09 STRUCTURE EXCAVATION...»..»60.6.•»0.»..».»» »..»6.,0.0....0.»»N»N..N...57 2-09.1 Des rlptioa 57 2-09.3(1)D Dispersal of Excavated Material.».NN.......».»»«»»»...»«»MM...»N...»N»»NNN.»»...57 2-09.4 MWW{. era ..M.1000...N.MN+{N, ..N..MN.MNI.IY1...►...NMNMN►NM..NN►NN1MM..N.....N.57 2-09.5 Paynaeat1.»N..N.NNNM...•••••114011..MMNNNNNN...M.N.N...N1..10.0.6»0.0.000.0.10.N.N►....1...►.►►......►..NN...57 1 5-04 ASPHALT CONCRETE PAVEMENT.»NN.N..».*p $0 N.»N..»..»...».N»N.»»p» »,N.N»..61 5-04.2 i�iNWri MN�N»NM�M.»..►.i.N.NN»N.N.MIN1....»N..IN���W►N .0011.1...f�N. �N».N.M..NM»MNNNNI.NN 61 AA Cow® a N»M.N.MN�11N.»N.»000.0. N.�NNN.N4MN»NNNN�N.»61 5-06 TEMPORARY RESTORATION IN PAVEMENT ALAS NNNM...M.MNNNNNNN.N.NNN►!65 D ►. NNM..N.N.»..NNNNNNN►....NN►10.10.0000.N...fNMN..NNlNM1NN.►MNNNN.►..0...000.67 L7-01.2 a.e ..NWNNNNO.»....N.40 0.6 10.0.•0.•0...NN.N..NM.NIM.NN..NNN.M I/NNN.NM»...N.NNNN.i1.1.NNMN..i 67 7-01.3 Constractioa Reglreffieats.NN6..M.60..NMN.»6...MNMN.M.NINNN.NNNN6. NN»NN!61 7-01.4 1.ifIAYntNN..1l�.,....�N6......10..0.M.NM»NN...N0.MN.N....0..66.NN.NN.N1»NN6.MNNNM•INN.►6.0.11.0.67 7-02 .,ntit150.{ NN...».6 N66 MNNNN6NN N..NN.M6 N6N..N6•61111.1N..NN..M.M.NN»►►NNNN»1N.M 67 7-02.2 � a►f.000.0.0.0.NNNNMINN.MNNM16N1N.NN.NNN1111N.MN.INN»6NNN�NNN.M1661N.66N6NN1N.NMN6NN 67 : , _.. , L 7-04 STORM la i:I!i 04'e0»...N.....»N0»0N.4.00»1...N..NNN»N..N..»NN»N.NMMNWNN..iY.NNNNN....N.04 68 L7-04.2 Mate riala»»N..N»».»»»...N.»...»».»..»NN......».».»»»»....»». .N»»».»..NN.»68 7-04.4 Measurement..N... .»�.N..»..»....N».... .»......» »N»»»».»»».»»..72 L7-04.5 Payment..... »000»0 .»N.»..,.....»».N»»..»..»»..».»»»»»..72 7-05 MANHOLES,INLETS,AND CATCH BASINS»»»..N»»...».N.....»».»N..»N...»»»........72 7-05.3(1) Adjusting Manholes and Catch Basins to Grade aM.fNM.N.N....NN.NNNN.»»NNNNNNN.72 3 � L7-05.3(2) Abandon Existing Manholes..............» NN»»N»...»»»»».......»».........NN»»»»0000»».73 7-053(3) Connections to E Manholes................. .................................... ...00 73 L 7-05.4 Measnremen t.»...»».».»...N.»»N»N»»»»».....».N..NN..» »N...N.»»».»....»»»»»NN».....»....74 7-05.5 Payment... »«».». »»»N»..N.».N.».N..........».»».»..».»»........N»»N»N..»..00.......»....74 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS....... .....».....»NNN.....»» . L7-08.3(1)C Bedding the Pipe NN».N..».N.NNMN»....NN..»NNNN..___. _000000».NN..NNNNNN..NN..NNNN.75 7-08.3(2)A Survey Line and Grade.............................»........»»»».......»»N.»....»».00.1.».»...»00.75 L7-08.3(2)B Pipe Laying-General»»..N»»N».».N..»N».»»»N..»...».p»»».»...»»N»».......N....NNN 75 7-08.3(2)E Rubber Gasketed Joints....»...N►NNI N.NNNNN N...N....._......N......NNN.NNN..N.N.....N.NN.76 7-08.3(2)H Sewer Line Connections».........N.N...N...»N»»»».......N„»N»N..»N».NN.N».»»»N»1»076 L7-08.3(2)1 Placing PVC I'hpe»»».»»N»».....»N»N.«».»».»»»»»»»»»..»........»..........»»»..»»..».76 7-08.4 Meas wrement....».....N»...»»»......N.».».»»N»»....».»..»»..»..........»...N.»»..»....N»»...»»»»77 7-08.5 Payment..»»..»N.»»»»...».«...»N...»N.».»«..»......».»»..»»».........»000.0»0.....»»»00.»...»».1.»77 L , 7-09 PIPE AND FITFINGS FOR WATER MAINS....................—...».......--..--.80 7-12.3(2) Adjust Existing Valve Box to Grade..............»».».»»..»........»»00.00»»»»»»N......N..»80 L7-12.4 Measure t...»..».»..»........»..»N.»N» «.....».......0.00.0»...»»000000.00»»....»»..»»00»1180 7-12.5` Payment ..»».»»....»N..N.»..N..N.....».....»»...»N..0.1».0.0».»»»....»».»...........80 744 HYD M.NNN..N.Y NN.N.N.NN»O.NN...1 N.1•••N M.M..NNNNN.N..»»N.».NN»»N.N»00 81 7-14.3(1) Setting Hydrants N»......N..»..N»......».».»....»..»....»»»»..».•■■»..N....N»»..».......»..»»»»81 7-14.3(3) Resetting Existing Hydrants.N.. ..N».»»»N....N..».NNN.N..NN»N►NN.N.NN.N.»N 81 f. L 6 L L • 7-14.3(4) Moving Existing Hydrants...............NN..»NN..N»..»..N...N».».»...N.N»»N.»»N»..»....».81 L7-14.5 Pa nt.NN.NNN....N.N.N..NNN.»NNNN....NN►NNE...N..NNN.N.N.NN».»»NN..N.NN.NNNNN.N......N 81 8-13 MONUMENT CASES....N».......N.N..........N....»»...».....NN....N...».».......N.».....»NNN.........82 L8-13.1 Desc 1pfion..••••••••••••• .NN.»NNN..N.N».....M...... .NNN.N..n._..NNNN.NMN•.N.»»»82 8-13.3 Construction Requirements........... ..N..»»...»».»»...»•»»».»N. ••••••••••••••■••■• 82 8-13.4 M 7Yi`ment»»..»NNNN»N.......»».».NN»»N.»»»N....N.....N».....NNN»»».»»..N...»»N........82 L8-13.5 Payment....»»N»NN».»N...,N.N»............N....»»»»..NN...».»».»....»...»»N.».»...N.......N»...».83 8-14 CENfE1' 1'CONCRETE SIDEWALKS».»»..»»»»»N»...N...»..~N.N...N»»»....N..».NN.»»..N 83 L8-14.3(4) Curing...»N..N•MMN..NM.•..N.....N NNN. ..N.»...MN.N».NM.»N.»NN..»N...NN.NN..».N..N.N.N.N.83 8-14.4 Measurement..»N...N.......»N..»...»....»».-»..NN»».N».»..»....».»...»».».»N.N»»»......N.......»83 8-14.5 Payment N N».NM NN NNNNN .. N.NNN.MNf.N»NN.NN ..NIN.» ..N.INN.. .NM 83 L 8-22 PA ' T j `•G.NNN.NNNN 4.NNN.N.N.NNNNN.NN....NN...NNNN....N.N»N.NNNNN».»N. 84 8-22.1 Description.N........»:..N..» N..N.....»»»N..»..........N....».NN».»»»..»NNN».NN.....N.N»84 L8-22.3(5) Installation Instructions.NNN...NN...NNN NNN..NN»NNN NN..ONN...N..N»»NNN.NNNNNN.NN. 8-22.5 Payment.N.NNN»N.NNNNNN.NNN.NN......N.NNNNNNNN NN..N NNNN.NN.NNNN..NNN.N..N..NN.NNN.84 8-23 TEMPORARY PAVEMENT VEMENT 14ti4,RKINGS»N»»N NN.N»........»»...N...N.».»....NN.......»».N 85 L8-23.5 Payment........................................... N N....NNNN....».NNN.»..N....N.N.N.NNNN..N.NN...85 9-03.8(2) IIMA lest Requirements.....NN.N.NN.•...N...... .NNNNNNNNN.NNNNN.N....NN.N..NN»N.85. L 9-05 DRAINAGE STRUCTURES,CULVERTS,AND CONDUITS .86 L 9-05.4 Steel Culvert Pipe and Pipe Arch(RC) 86 N..NN.NN.N.NN.NN..NN.N.NNNNNNNN..»N..N.NNN... 9-05.7(2) Reinforced Concrete Storm Sewer Pipe(RC)•••■•••••••■••••••••••••••■ •••••••••• •86 L9-05.7(2)A Basis for Acceptance(RC)...»».....N»N N»N»N»...».N..N»N....»NN»...N.N.»NNNNN.»» 86 9-05.7(3) Concrete.Storm Sewer Pipe Joints(RC)NNNNNNNN N...NNN.NN».►NN.►NN...NNNNN.NNN 86 9-05.7(4) Testing Concrete Storm Sewer Pipe Joints(RC)...»N...».....» »»..............»NNNN86 9-05.9 Steel Spiral Rib Storm Sewer Pipe(1tC)N....»N..»..»..»»»N»...N..»..N.....»»»N.»»»»N86 9-05.17 Aluminum Spiral Rib Storm Sewer Pipe.N NNN..N.N.NN...............NNNN►NN.........NN87 L �t 7 9-08 1 MN»NNNM.NNNNM.iNNMNNNN.NNN..»NNNMN.W.N.a.NNNN.NNNNMN.NN»NN»....�....N.NNN»8 i 9-08.8 Manhole Coating System Products..... ..N..N«»N...N..N.NN..N..».......N»....... . .....N.».87 9-23 CONCRETE CURING MATERIALS AND ADMIXTURES.N..N.N.N...»..N..........NN.N 89 9-23./ FIy ASH(RC).N.NNONNN..NN N.NMMNN.NiNiN...N.»N/i.N.NyN1.NNNM.NNNNNNNNNNNN.i.8 9-30 WATER DISTRIBI TION'MATERLALS.NNNN.N.»...,»N...N N».....N..N..NNNN....NNN.....89 9-305 H drants y »NN.NN.»...»..»....,.�.N....NN»»..N....»N...».»„.»....».,...»NN.N.N.N.»..N.NNNNN..N.N 89 9-30.5(2) Hydrant Dimensions«....___.. N.NN.NN.N.N.Ni4MN.NNNN.NN.NYNNN.NNN.NNNN.90 9-30.6(3)8 Polyethylene Pipe N»N..»N.NN....NNN»»..».»NNN.N.......N......NN»N..»...«..»NNM..N..90 9-30.6(4) Service Fittings«.N.....N.N....NNNN.NNNNNNN»N.Ni.iNNNN►N..NNiNNN.N....NNNNNNNNNNNN90 90 r , 8 SPECIAL PROVISIONS• 1-01 DEFINITIONS AND TERMS 1-01.1 General Section 1-01.1 is supplemented with: Whenever reference is made to the State, Commission, Department of Transportation, Secretary of Transportation,Owner, is „� : �,' Agency or Engineer,such reference shall be deemed to mean the City of Renton acting through its Council,employees,and duly authorized representatives for all contracts administered by the City of Renton. LAll references to "State Materials Laboratory" shall be revised to read "Contracting Agency designated location". 1-01.3 Definitions Section 1-01.3 is revised and supplemented by the following; Act of God "Act of God" means an earthquake,flood, cyclone, or other cataclysmic phenomenon of nature. A rain,windstorm,htgh water or other natural phenomenon of unusual intensity for the specific locality of the work, which might reasonably have been anticipated from historical records of the general locality of the work,shall not be construed as an act of god. Consulting Engineer The Contracting Agency's design consultant, who may or may not administer the construction program for the Contracting Agency. L Contract Documents See definition for"Contract" Contract Price L Either the unit price,the unit prices,or lump sum price or prices named in the proposal,or in properly executed change orders. Contract time The period of time established by the terms and conditions of the contract within which the work must be physically completed- Dates Bid Opening Date:The date on which the Contracting Agency publicly opens and reads the Lit bids. Award Date:The date of the formal decision of the Contractml Agency to accept the lowest . ._. ....r...___.�: n-ble arid�responM Bid Tr i the w Contract Execution Date: The date the Contracting Agency officially binds the agency to Lthe Contract. Notice to Proceed Date:The date stated in the Notice to Proceed on which the Contract Time IN Substantial Completion Date:The day the Engineer determines the Contracting Agency has full and unrestricted use and benefit of the facilities, both from the operational and,safety 9 �r fd substitute or s�ndpom and only minor t o correction or repair remains for the physical won of the total contract. Contract Cr ite s a Date: The date by which a is contractually required to be t1ay ly R!lfa V`l ne1�r F id.1 -•f't.! Davitwiii ei in / ce tP t�a�: of a11 date will be 1a tat r.t m writing by the Engineer whenever there is an exteasimi to the cow time. c4)msenem Datw The day all the work specified in the contract is completed and all the obligations of the Contractor under the conttact are firlfilled by the Cow aal Acceptance Date:The date the Contracting Agency accepts the work as complete per the contract tequirements. Ui�otherwise days))as used in the Contract Documents,shall be to mean Engineer The City Engineer or duly authorized tve,oran authorized member of a licensed consulting firm retained by Owner for the construction engineering of a specific public wow . bnspr. Owner's authari t. 've` _�f t to mane ne ►observations of the work performed or b petird,or materials '1 ,•;Y, ;t or being fiuhed by Contour. Nodee of Award:Tim written notice from the Cor acting Agency to the successful bidder signifying the CrintnictingAgericy s acceptance of the bid. Notice to Proceed:The written notice from the Coxing Agency or to the Contractor authorizing and directing the Contractor to proceed with work and establishing the date on which the contract time begins. O r Equal Where the term �"or �" is used Win, the Contacting Agency, or the Agency Rreco taon of •'411,a «-? shall be sole R f t ° oft thRer (Platy+ and yy� p�y� I substitution, w: 4 R 1 a t' ` and cost of s f f r 3 §7 :h necessary evidence,demons,Vi ogler rimed to obtain the approval of alternat ive=aerials or processes by the Owner shall be entirely borne by the Contractor. Owner I The City of Renton or its authorized representative also referred to as Contracting Agency. Performance and Psysnent Bond Same as"Contract Done defined in the Standard Specifications. Pbues _..�....... .- _ - ffixt 41'If - 'Stan-data t®13 w l to ,-chi-ado; a•.nd Vns o i�, s, nth s.l y ay itr be and in Me book as the balance ef the Contact Dcu Documents . , are f a part of the Contract Documents,regardless of the method of binding.The terms Standard Drawn" or Details" generally used in specificatiom refers to drawings bound either with the specification dents or included with the Plans or the City of Renton Standard Plans. Points. Whenever reference is made to s 1 t•t .: this shall ran all marks,bench mares rrence Points,stakes,'albs,tack,etc., f ,lisped R y E for maintaining horizontal and vertical control of the work. 10 Provide Means"furnish and install"as specified and shown in the Plans. Secretary',Secretary of Transportation The chief executive officer of the Department and other authorized representatives. The chief executive officer to the Department shall also refer to the Department of P ' g/Publie Works Administrator. Shop Drawl Same as"W Drawings"defined in the Standard Specifications. Special Provisions Modifications to the standard specifications and supplemental specifications that apply to an individual project. The special provisions may describe work the specifications do not cover. Such work shall comply first with the special provisions and then with any specifications that apply. The Contractor shall include all costs of doing this work within the bid prices. State The state of Washington acting through its representatives. The State shall also refer to The City of Renton and its authorized representatives where applicable. Supplemental and Instructions Additional instructions Engineer at request of Contractor by means of drawings or documents necessary,in the opinion of Engineer,for the proper execution of the work. Such drawings and instructions are consistent with the Contract Documents. 'Traffic Both vehicular and non-vehicular traffic,such as pedestrians,bicyclists,wheelchairs,and equestrian traffic. Ufility Public or private feted'r e •vement for the transportation of fluids,gases,power,signals,or communications and<. be understood to include tracks,overhead and underground wires,cables, pipelines,conduits,ducts,sewers,or storm drains. 1-02 BID PROCEDURES AND CONDITIONS 1-02,1 Prequalifcatioa of bidden lb Delete this section and replace it with the following: {******} Bidders shall be qualified by experience, financing, equipment, and organization to do the work L called for in the Contract Documents. The Contracting Agency reserves the right to take whatever action it deems necessary to ascertain the ability of the bidder to perform the work satisfactorily. 1-02.2 Plans and d Specifcattons Dele e i s section rep�ce�i with tTie foffowiiig: ******) w► 11 The Owner will place review a '- of the plans and on file in the Owner's Office and at plan services centers selected a the Owner A list of these plan services centers will be available from the Owner. After award of the contract,the plans and specifications will be issued without charge on the bs: The prime tractor may request up to four sets of reduced plans(11"x 17"),two sets of full size plans(22"x 34')and five sets of technical specifications. Additional plans and specifications may be by payment of the current rates. 1-02.5 Forms Dole*this land replace it with the following: At Agency wi'l1 provide a proposal form fetr any proms on gible to bk1 The proposal form will identify the project die its location and describe the wadi It will also list estimatetl e a a:a a' 'units oof_ shall ,tin item"of ,and the materials to be furnished at the I slut' bid a ces. b 'rr shall on the propo � that �4 p nut limbed to,unit bid extensions; timis;the total bid�signatures; wheat applicable,retail taxes and rszknowled4patestt of the bidder's name, to and signature;and a State of Contractor's : a s� a : a,a : Nun shall be 1e 1. a or shall be a`a 9 s t a in ink by band, pre : a in black ink. The required certifications are a a ailed as part the proposal form. The Co, a : «;o a, Agency reserves the ' to the �r fo with alternates and additives, if such be to.a a.® of the Contracting Agen p The bidder shall bid on all alternates and ackfinves set forth in the proposal forms unless otherwbe specified. Any correction to a bid made by i t ons,alteration,or erasure,shall be initialed by the signer of the bid. The bidder shall make no stipulation on the Bid Form,nor qualify the bid in any mar.. A bid by a corporation shall be executed in the corporate name,by the president or a vice president (Or other corporate officer i by evidence of authority to sign). A bid by a tnetship shall be executed in the i name,and signed by a A copy of shall be�with Bi d Form if any D/MiWBB are to be satisfied through such an agreement. A bid by a joint venture shall be executed in the joint venture name and signed by a member of the joint venture. A copy of the joint venture agreement shall be submitted with the Bid Form if any 13/Wit requirements are to be satisfied through such an agreement 1-02.6(1)is*a new section. ( * *) I-02.6(1) Proprietary Information - ang t s-bI proposal identifrclearly any material(a)whieh stittne"(valuable) - - - formula,designs drawings,and research data'so as to be exempt from public fisclosiiie,RCS` 42.17310,or any matenals otherwise claimed to be exempt,along with a Statement of the basis for such claim of exe nNition. The Department(or State)wil give notice to the vendor of any a .--a for disclosure of such informal.received within 5 (five) years front the date of a a a a.: '*a a. Failure to so label such materials or failure to i a respond after notice of request public disclosure has been given shall be deemed a waiver a the submitting vendor of any claim that such materials are,in fact,so ease mpt., 142.7 Bid Deposit Section 1-02.7 is supplemented with the following; is**** 12 Bid Bonds shall contain the following: 1. Number assigned to the project by the Contracting Agency; h. 2. Name of the project; 3. The Contracting Agency named as oblige; 4. The am unt of the bid bond stated either as a dollar figure or as a percentage which represents five percent of the maximum bid amount that could be awarded; S. Signature of the bidder's officer empowered to sign official statements. The signature of the of 1 authorized to submit the bid should agree with the signature on the boand the title L must acoompsny said 6. The signature of the surety s officer empowered to sign the bond form included in the Contract Provision. 1-02.9 Delivery of Proposal Revise the first paragraph to read: (******) prof . Each shall be :'__��rn ar g+ + «: .�+ '�+ �J�.. 'Ei'+ ;10 to :� �� i + li+ � �1iii+.�. L vr.1S.'+ �.? .+s^ _11,0511..,.5++,�+. .let >.ri\^ :'?t II Li--+ +ii- ? +t+it< +�. 1 +a.. A- ���-. . �� _ f r?i^11,11:.'... stated in the Bid Documents,to ensure proper handling and delivery. 1-02.12 Public Opening of Proposals Section 1-02.12 is supplemented with the following: t***s*� The Contracting Agency reserves the right to postpone the date and time for bid opening. Notification to bidder by addenda. 1-02.13 Irregular Proposals Revise item l to read: (****** 1. A proposal will be considered irregular and will be rejected if a. The bidder is not prequel' when so reauiresdi b. The authorized proposal form furnished by the Contracting Agency is not used or is altered; c. The complete proposal form contains any unauthorized additions,deletions,alternate bids,or conditions; L d. The bidder adds provisions reserving the right to reject or accept the award,or enter into the contract; e. A price per unit cannot be determined from the bid proposal; f. The $ i ! 8,.: form is not properly executed; g. The:`+ _ fails to submit or properly complete a subcontractor list,if applicable, as required in Section 1-2.6 h. The bidder fails to submit or complete°a Disadvantaged, Minority or Women's Business Enterprise ification, if applicable,as required in Section 1- 02.6;or i. The bid proposal does not constitute a definite and unqualified offer to meet the material terms of the bid invitation. 1-02.14 Di p[Hficatlon of Bitide -_ - Revise this section to read: (****4848 A bidder may be deemed not responsible and the proposal rejected if I. More than one proposal is submitted for the same project from a bidder under the same or different names; 2. Evidence of collusion exists with any other bidder or potential bidder. Participants in collusion will be restricted from submitting further bids; r13 d3 3. the Wider, ' ' iI dinne‘is not A .: `f A for the o'W the full extent of the bid, life :1 A.yAtk._s ;A i��ZAiA•, llly"r,tA�Ati_ • • ,9i Ay.11 li'.s i A•��Y..i_1 ':�f/1record i 3j A)�:A 146 � �'�1 Ali 1 Iit 1�8i .+ {► 4. An Y A. ,;^i$: ti t'' perfomnance A. 1 on past or current�� + cJ work or for " I ' done for others, as judged from the standpoint of combra of the woit workmanship; i wive ration; equ�ral.�eyppllo t `t tu�r p{rA�a�pof 5; Tyre is 1- i work or otherwise) which might�Nader or prevent the co c, et on of.�vradtbid ; g, The • faileet to settle bills for lalior or materials on or rawest convects; I 7. The bidder has failed to comp p e a written public contract or has been convicted of a crime•• 8. the is unable financially or WKmise, A . A, .. the j 9. A bidder is not to do business in " State of Washington (not jcgistmed_ni 10. There are any other reasons deemed proper by the Contracting may. 1-02.15 Pre Award Information Revise this section to read: (******) Before awarding any contract, the Contracting Agency may require one or more of these items or actions of; 1. Abe teeitalete statement of the origin,composition,. and manufacture of any or all materials to 2. Samples of these material:for quality and fitness tests; 3. A prowess schedule(in a form the Contracting Agency rte) showing tim the order of e ibr title various phaaes ofwosiy 4. A ', . '., ' i of costs assi Within 10 calendar days after receipt from the City of the forms and documents required to be completed by the Contractor, the successful bidder shall return the signed Contracting Agency- pin repared contract,an insurance certification as required by Section 1-07.18,and a satisfactory bond as required by law and Section 1-03.4.Before execution of the contract by the Contracting Agency,the successful bidder shall provide any pm-award information the Contracting Agency may require under Section 1-02.15. Until the Agency executes a contract,no shall bind the Contracting Agency nor shall any work begin within the project limits or witlun Contracting Agency-furnished sites. The Contractor shall bear all risks for any work begun outside such areas and for materials ordered before the contract is executed by the Contracting Agency. If the bidder experiences circumstances beyond their control that prevents return of the contract documents within 10 calendar days after the award date,the Contracting Agency may grant up to a . maximum of 10 additional calendar days for return of the documents, provided the Contracting Agency deems the circumstances warrant it. tti The Contracting Agency is prohibited by RCW 39.06.010 from executing a contract with a Contractor who is not registered or licensed as required by the laws of the state. In addition, the Contracting Agency requires persons doing business with the Contracting Agency to possess a valid City of Renton business license prior to award. When the Bid Form provides spaces for a business license number,a Washington State Contractors registration number, or both the Bidder shall insert such information in the spaces provided. The Contracting Agency requires legible copies of the Contractor's Registration and business license be submitted to the Engineer as part of the Contracting Agency's post-award information and evaluation activities. 1-03.4 Contract Bond Revise the first paragraph to read: (***s**) The successful bidder shall provide an executed contract bond for the full contract amount. This contract bond shall: 1. Be on Contracting Agency-furnished form; 2. Be signed by an approved surety(or sureties)that a. Is registered with the Washington State Insurance Commissioner,and b. Appears on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner; 3. Be conditioned upon the faithful performance of the contract by the Contractor within the prescried time; 4. tee that the shall indemnify,defend, nd protect the Contracting Agency against any claim of direct` direct loss resulting from the failure: 6 a. Of the Contractor(or any of the employees, subcontractors, or lower tier subcontractors of the Contractor)to faithfully perform the contract,or b. Of the Contractor(subcontractors,or lower tier subcontractors of the Contractor)to pay all laborers,mechanics, subcontractors,lower tie subcontractors,material person, or any other __._ - _ .vim ..__ es or "visions fi __._ outwork,- - ----...-..---- --- Person Pre' • �PPR------ prn Ong S. Be ed by a power of attorney for the Surety's officer empowered to sign the bond; L 6. Be signed by an officer of the Contractor empowered to sign official statements (sole proprietor or,partner). If the Contractor is a corporation, the bond must be signed by the president or vice-president, unless accompanied by a written proof of the authority of the individual signing the bond to bind the corporation (i.e., corporate resolution, power of 6 attorney or a letter to such effect by the president or vice-president). 1-03.7 Judicial Review Replace this section with the following: w 15 (It ****) The venue of all causes of action aging from the advertisement,award,execution,and performance: of the contract led m the Superior Court of the County whew the Contracting Agency's are located. 1-04 SCOPE OF WORK 144.2 Coordination of Contract Documents,Plans,Special Provisions Specitrtions, and Addenda Revise the second paragraph to read: ****** Any in in the parts of the contract shall be resolved by following this order of precedence (e.g.,� 2,2 over 3,3 over 4,and so forth): 2. Proposal Form, 3, *.: Provisions, 4 Plans, S. Amendments to Division 199 APWA Supplement 6. Amendments to the Standard Specificions, 7. Division 1-99 APWA W'SDOT Standard N.._ for Road,Bridge and Municipal Construction 9. Contracting 4- 'a Standard Plans(if any) 10. WSDOT ; 11 1 'lags for"toad,Bridge and Municipal Construction Section 1-04.3 is a new motion: (.1.4.4.***) 1-04.3 Contractor-Discovered Discrepancies receipt of award of contract,Contractor shall car+efiilly study and compare all the cot eats Contractor Contract Documents and instructions, and check and verify all field measurements. Contractoyr shall,prior to ordering material i �' g work, report in 111 aF to Engineer any error,inconsistency,or omission in respect to design or made of construction,will discovered. If II Contractor in the course of this study or in the accomplishment of the work, finds any rfistrepancy between the Plans and the physical condition of the locality as represented in the Plans,or any such errors or omissions ons in respect to design or mode ofccnstructic ion in the Plans or in.the la as fven by points and instructions it shall be Contractor's duty to inform,Engineer ' in wrrting, and Engineer will promptly check the same. work done after such discovery, correction on of Plans or authorization of extra work is Om, ikgintlef finds that extra work i*involved,will be done at Gontractofs risk. If extra work is involved,the procedure shall be as provided in Section 1- 04.4 of the Standard Specifications. 1-04.4 Changes The last two paragraphs are replaced with the following: (******) Rexrtom does not have it formal policy or guidelines on cost reduction alternatives,trot will evah>sate such proposes by the Contractor on a case by-case is 1-04.8 Progress Estimates and Payments Section 1-04.8 is supplemented as follows: ****5*) ilk Contractor is a ! 1 -. to provide to the Engineer prior to progress payments an estimate of lump sum work accord• 1 -, to date. The: Engineer's calculations and decisions shall be final in regard to the actual Percentage of any hump sum pay item accomplished and eligible for past unless another specific method of calculating hump`sum payments is provided elsewhere in the 16 1-04.11 Final Cleanup Section 1-04.11 is supplemented as follows: (******) All salvage material as noted on the plans and taken from any of the discarded facilities shall,at the engineer's discretion, be carefully salvaged and delivered to the City shops. Any cost incurred in salvaging and delivering such items Aia be considered incidental to the project and no compensation will be made. The contract price for "Fnish and Cleanup, 3 i' sum," shall be full compensation for all work, equipment and materials required to perform 1 : cleanup. If this p ay item does not appear in the contract documents then final clean up shall be considered inc dental to the contract and to other pay item and no further compensation shall be made. 1-05 CONTROL OF WORK 1-05.4 Conformity With and Deviation from Plans and Stakes Section 1-05.4 is supplemented with the following: (******) If the project calls for Contractor supplied surveying,the Contractor shall provide all required survey work,including such work as mentioned in Sections 1-05.4(1)and 1-05.4(2), 1-11 and elsewhere in these specifications as ,provided by the Engineer. Alf costs for this survey work shall be included in"Contractor Surveying,"per lump sum. The Engineer or Contractor supplied surveyor will provide construction stakes and marks establishing lines,slopes,and grades as stipulated in Sections 1-05.4 and will perform such work per Section 1-11. The Contractor shall assume full responsibility for detailed dimensions, elevations,and excavation slopes measured from the Engineer or Contractor supplied surveyor furnished stakes and marks. The Contractor shall provide a work site which has been prepared to permit construction stakurg to proceed in a safe and orderly manner.The Contractor shall keep the Engineer or Contractor supplied L surveyor informed of staking requirements and provide at least 48 hours notice to allow the Engineer or Contractor supplied surveyor adequate time for setting stakes. The Contractor shall carefully preserve stakes, marks,and other reference points, including existing monumentation, set by Contracting Agency forces. The Contractor will be charged for the costs of replacing stakes, markers and nonumentation that were not to be disturbed but were destroyed or damaged by the Contractor's operations.This charge will be deducted from monies due or to become due to the Contractor. LAny claim by the Contractor for extra compensation by reason of alterations or reconstruction work allegedly due to error in the Engineer's line and _a : • -,will not be allowed unless the original control points set by the Engineer still exist,or unless o , a satisfactory substantiating evidence to prove the error is furnished the Engineer.Three consecutive points set on line or grade shall be the mininmum points used to determine any variation from a straight line or grade.Any such variation shall, upon discovery,be reported to the Engineer.In the absence of such report the Contractor shall be liable for any error in alignment or,grade. --..--_..__. .. . ._ The Contractor shall provide all surveys required other than those to be performed by the Engineer. All survey work shall be done in accordance with Section 1-11 SURVEYING STANDARDS of these specifications. The Contractor shall keep updated survey fiel notes in a standard field book and in a format set by the Engineer,per Section I-11.1(4).These field notes shall include all survey work performed by the Contractor's surveyor in establishing line,grade and slopes for the construction work.Copies of these field notes shall be provided the Engineer upon request and upon completion of the contract work the field book or books shall be submitted to the Engineer and become the property of the Contracting Ag . 17 I I If the s vey provide d by the Contactor does not meet the standards of tine , 14-, ,_f ,then the C shall, ¢,, the Engineer refit„ the individual or`;8 '. doing the Csurvey w and 1+ su vey wmkkr by the at from monies dm or 1 osts�r *`a�9i D.s-.113E-` the.."".�J to become due the .ntractor. All costs suns y work n�to be i 11 r< by the Contractor shall be included c the in they p es bid the which 121' 1 the nnpmv+eniont or be included in a. bid iris for "Countractor Supplied Surveying"per to sum if 'tenon;included in the contracts. 1.05,4(3) contractor Supplied Surveying Section 1-05:4(3)is a new*) When the contract 1, e' 'des for Contractor�.lie�d# Surveying,the Contractor shall 4r,,.. survey work required for� a,- ecyt. he♦may"� direct shall oral ` or y . wr 1 a �+s: 1,__i": an exlicrienli Mill of surveyors ender dirW► !10- #}9 on o f ` by the State ofWashington. All survey wort shall $ dome in with S 1,46.4 and 1- 11, The Contractor tosr and/or Surveyor inform the in writing of any more,d omissions to the plans that prevent the Contractor alfoar Surveyor m constructing the ject in a mater Ito the Engineer: All fiats,' . and omissions be the satisfaction of the before tine survey work may be continued. The.Ccmtcaeter sly coordinate his work with the Surveyor and 1 . P, his operations in a to all s }Bast lsarm. Tim Color shall 1 11.,51,the Surveyor of the intent to renwve any survey stakes anclfir�before physically removing ng them. The ; be responsible for miser As-wilt records for the project. .The C for shall,coordinate his operations and assist the Surveyor in maintaining accurate records for theptoject. If the and Surveyor fail to pro ' ; as directed . the } -- anel/or these plans and cations,accurate As-Built record* .. the ' , 1 r- 1 .., .< �p e�y,t he 11 elect to provide at Contractor expense,a..............,..1'401k t"ve deduct l , . all As B ret�co rcks and work -828 .-YiP.0 by the Engineer -dpi incurred by ate Engineer-supplied surveying from moneys owed to the Contractor. Payment per Section 1- .1 for all work and materials for the full and complete survey work to the ., .'cot and as-built drawings s be included in the lump sum price for "Construction'Sum r. ...1 _. and BUilt.`i.w 1-05. 4) Contractor Provided As-Bunt Information Section ******1-45.4(4)is a mew section: bet contra roc's responsibili to record the location.pn r to the kfillmg of the trenches, __..:._..-,...)yy . .__._. . dhel - -�-- d o arid" Pew,of aIl ex tali oases ► or during his work as covered under"this project It shall be the contractor's responsibility to have his surveyor locate by centerline std,_offset_and elevation each major item of work done under this contract per the survey standard ofSection 1-11. Maj°r,. t f work shall incluode but not be limited to Manholes,Catch basins - ,Valves, vertical and Horizontal Bends, Junction:boxes, Ce Side Sewers, Street &Standards, Hydrants,MSjor in Design Grade,�,}Ckilverts,Signal Poles,and Electrical Afar the completion of the work covered by this contract,the contractors surveyor shall , 1 vide to the City the hard covered field book(s)containing the as-built notes and one set of white 1 11 of the 18 project drawings upon which he has plotted the notes of the contractor locating existing utilities,and one set of white prints of the project drawings upon which he has plotted the as-built location of the new work as he recorded in the field�s). This drawing shall bear the surveyors seal and signature certifying its accuracy. to All costs for as-built work shall be included in the contract item"Construction Surveying, Staking, and As-Built?,lump sum. 1-05.7 Removal of Defective and Unauthorized Work Section 1-05.7 is supplemented as follows: L (******) Upon written notice from the Engineer,the Contractor shall p = f , replace and re-execute work by Contractor forces, in accordance with the intent of the Contract : ' without expense to Owner,and shall bear the expense of making good all work of other contractors destroyed or damaged by such removal or replacement. If Contractor does not remove such condemned work and materials and commence.re-execution of the work within 7 calendar days of written notice from Engineer, or fails to perform any part of the work required by the Contract Documents, Owner may correct and remedy such work as may be identified in the written notice, with Contracting Agency forces or by such other means as the Contracting Agency may deem necessary. In that case,Owner may store removed material. - Direct or indirect costs incurred by the Contracting Agency attributable to c rrecting and remedying defective or unauthorized work,or work the Contractor failed or refused to-perform,shall be . _ • by the Contractor. Payment will be deducted by the Engineer from monies due, or to become ' the Contractor. Such direct :and indirect costs shall include in particular, but without limitation, 'on for additional professional services required, and costs for repair and replacement of w of others destroyed or damaged by correction, removal, or replacement of the Contractor's Lunauthorized work. If sufficient funds der.not remain in the contract and the Contractor does not pay the cost of such removal and storage within 10 calendar days from the date of the notice to Contractor of the het of 6 such removal,Owner may, a a n an additional 10 calendar days'written notice,sell such materials at public or private sale, and « `all costs and expenses incurred from moneys due to Contractor, including costs of sale,and accounting to Contractor for the net proceeds remaining. Owner may bid at any such sale. Contractor shall be liable to Owner for the amount of any deficiency from any funds otherwise due Contractor. If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation,the Engineer may have the defective and unauthorized work corrected immediately,have the rejected work removed and replaced,or have work the Contractor refuses to perform completed by using Contracting Agency or other forces. An emergency situation is any situation when,in the opinion of the Engineer,a delay in its remedy could be potentially unsafe,or might cause serious risk of loss or damage to the public,Property Owner and Property Owner's ProPertY. No arustnnent in coritiaci dine or 'compensation will be al11owed because of the delay in the performance of the work attributable to the exercise of the Contracting Agency's rights provided by this Section. LThe rights exercised under the provisions of this section shall not diminish the Contracting Agency's right to.pursue any other avenue for additional remedy or damages with respect to the Contractor's failure to perform the work as required. 1-05.10 Guarantees Section 1-05.10 is supplemented as follows: ******) 19 I I If wainn"ewe r aike they Date of C Wor], e s `. up ar is disco j d, the Con . 3 i E i t Y y����tt �{� � �Q"�ywaY 3 3 1 f: br 4 t i and#n acc the it i raJ d, r, 8 di�,iitreeciiona,.a suth ork of• such otk ,lemlove it'fiom the Pr,tfect Site and rtiiilace it with m010022.1 Work, without cost to the Corttraelmg ; Cotitractor does F 3 t.. 4. the�ost to correct d� �/ tiRt W Or if an calatVanqf 3_ C t cti ng;n'y reserves the right to have defectiNvt and or wirtlithonzed Work cxrected or removed and replaced pursu t to Section 1-05.8`Vamera Right to Correct Defective "V ctive and/or Unlau f ork."' I Contractor gaes t l above ene l it shall nt exch ide.txr.diminish mover 1 s tee a' law ts •0.: 7 i tive e in RCS.3 16.04ci0 overcd eg after one bt apna to in the wri tin.g,or liabiity of a pti ed ol f sa t out of a written Cont :1:* 6 tit o alma .913 i1 if3f wd 4 t 'd 3' . �8 lttcorporas( in t t ined itt l and .d . ! 3 or+ f tits ig of perms labor,to�under any band givenby the for their ction or any n ni r� Pitting such to look to flu:doe the Cow in the hands of Agency �} �Ff 4p o .o this 3:1'. 4< : i 1 i Agin . ; '� all su t co I , nod �a c its moans d s t to furnishing materials Earths'!INr when no formal nt is entered into for such vials. I-06.11 IEnat Inspection I-45,11(4 Substantial Completion Date Section 1.05.11(1)is a new suction: (****3 Contractor �y �y ��y considers the work p to ,.ysubstantially f 1 i 3 i i Contractor shall so the .9,21' «"and i establish the F,idis s.a.d I "' i d_3 t •an won of the work with the Contractor to deter the status ofclen. To be considered substantially complete the following conditions must be met: I. The Contracting Agency have full and unrestricted use and benefit of the faces both from the operational and safety standpoint. 2. Onlymino�r work, oftenaporarysubstitute facilities,or correction of repair work runs to reach physical concletion ofthe work. The Contractor's r�shall list the specific its of-work in subparagraph two ab to be completed in o to reach physical completion The may also a ... the Sulititontiai Co►rletion lie unilaterally. If aft this inspection,the Ear concurs with the C traetre that the Work is - . ... r:a y m use t'�� a`•i'wri n tot 'C+ nosed set Completion Date.It altar th the does not the Work substantially l and ready for its intended use,the Engineer will,by written notice,so notify the Contractor giving the reasons therefore. Upon the of wr��e�n}notice -3;d i 1 d d • in or denying substantial completion,'y{�which r is } � applicable,Kaye�Fka to shall� 67:.` 3 '}!�" • �:. �rj Ey r d l°..a'F#. and th sized/I Y i 7 r e'1*9,e the Work nYW�to reach��and pbysital M i d,d I r 4 i d L /ll c r.shalk 3j...3 •i the Engineer eer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of work. I 20 The above process shall be repeated until the Engineer establishes the Substantial Cow letion Date and the Contractor considers the work physically complete and ready for Final Inspection. 1-05.11(2) ;Final Inspection and Physical Completion Date Section 1-05.11(2)is a new section: (***** ) When the Contractor considers the Work physically complete and ready for Final peci ton, the Contractor,by Written Notice,shall request the Engineer to schedule a final inspection.The Engineer will set a date for Final Inption,The Engineer and the Contractor will then make a final Inspection and the Engineer will notify the Contractor in writing of all particulars in which the Final Inspection revels the Work incomplete of unacceptable.The Contractor shall immediately take such corrective measures as are necessary to remedy the listed deficiencies. Corrective work shall be pureed vigorously, diligently, and without interruption until physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied the listed deficiencies have been corrected. If action to correct the listed deficiencies is not initiated within 7 days after receipt of the Written Notice listing the deficiencies,the Engineer may,upon Written Notice to the Contractor,take 6 whatever steps are necessary to correct those deficiencies pursuant to Section 1-05.8. The Contractor will not be allowed an extension of contract time because of a delay in the performance of the work L attributable to the exercise of the.Engineer's right hereunder. Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting Agency, in writing, of the date upon which the Work was considered physically complete,that date shall constitute the Physical Completion Date of the Contract,but shall not imply all the obligations of the Contractor under the Contract have been fulfilled. 1-05.12 Final Acceptance The third and fourth sentences in paragraph l are deleted and replaced with: The Final Acceptance date shall be that date in which the Renton City Council formally approves acceptance of the Contract. �' 1-05.13 Superintendents,Labor and Equipment of Contractor Revise the seventh paragraph to read: Whenever the Contracting Agency evaluates the Contractor's qualifications pursuant to Section 1- 02.1,the Contracting Agency will take these performance reports into account. 1-05.14 Cooperation with Other Contractors Section 1-05.14 is supplemented as follows: (******) Contractor shall afford Owner and other contractors working in the area reasonable opportunity for the introduction and of their materials and the execution of their respective work and shall properly connect and coordli�nate Contractor's work with theirs. Other utilities,districts,agencies,.and:contractors.who may be.w_orking within the project area are: 1. Puget Sound Energy(gas and electric) 2. AT&T Broadband L 3. QWest Communications 4. City of Renton(water,sewer;transportation) 5. Soos Creek Sewer and Water District 6. Cedar River Sewer and Water District 7. Skyway Sewer and Water District 8. Private contractors employed by adjacent property owners it 21 I I The Contractor shall coordinate with City of Renton on tying into any existing electrical. sery 1-05.16 Water r oad Power Section 1-05.16 is a new section: (******) The Contractor shall make necessary arrangements,and shall bear the costs for power and water necessarY fore Peektrmance of the work,unless the contract includes power and water as a pay item. 1-05-17 Orli Agreements Sew 1-05.17 is anew section: ***s**� No oral agxeement or conversation with any officer,amt,or employee of the Contracting Agenc3r, either before-or alter execution of the contract,shall affect or ►any of the to or obligations contained in any of the documents comprising the contract. Such oral agreement or c v ation shall be considered as unofficial information and in no way binding upon the Contracting Agcy, unless subsequently put in writing and signed by the Contracting Agency. 1-05.18 Contractor's ley Diary Section 1-05.18 is a new section: Contractor and subcontractors shall maintain and provide to Enter a Daily 1.Record of this W _ Thus Diary will be created by pm mitnes in a ham-bound diary book of tom the is corninorily available =:„ s ,:i, T ,must�t P� €". .-,if the,Diary'it in,loose-leaf s' a e this information o son��pa a •�must be 't A,k ands by �� s). Entries must he triode on a a . basis aml must accurately represent all of the project activities on each day. At a mimnainr,the shall show on a daily basis: 1. 2. The day and dam. �.j.� •.Ll�if - lame! cb !93 . ,'.. !, i the day. 3. A description of work accomplished .hick. s with references to the Plans and -that the reader c 'e easily and said work in the 1'laris Identify lac " of photographs or� that day . 4. An entry for each and emery clued condition, dispute or potential e, - or occurrence of any which might affect � �or any thiul party m any manner. 5. 'als received and stored a� or off-site by Contractor for future „ :, 1 :,,«:, to elude the manner of and protection of the same. 6. f ofmate�rials instsllad d i 7.` L all arsite each clay. 8. Lasting of the number of Co nos,employees working during each day by category of 9. L,rist'� s a t s n e a a i a i, 1 on the site during each Idle equipment on IL sips: lit" tQ testin .i g, slake-out, and all other s+ furnished by owner or other party „ s n_ each day. s -, 11. Entries to verily the a,, including non-work days)inspection and maintenance of traffic control devices and co, *.,,a,, of the traveled roadway surfaces. 'Contractor shall not allow I any conditions to dove that would be hazadaus to the public. 12. Any tither information serves to give an accurate and complete record of nature, 13. Pmb and of�:tor's a .,_ on each day. showing a :,a a a s..t,®,a•: of constructed features to be used by 14. A�o diary must be , ,, ,.i , consecutively with no omissions in page numbers. 15. Each must be signed and dated by Contractor's official representative on the project. 22 Contractor may use additional sheets separate from the diary book if necessary to provide a complete Ldiary record,but they must be signed,dated,and labeled with project name and number. It is sly agreed between Contractor and Owner that the Daily Diary maintained by Contractor shall be the "Contractor's Book,of Original Entry"for the documentation of any potential claims or disputes that might arise during this Contract. Failure of Contractor to maintain this Diary in the manner described above will constitute a waiver of any such claims or disputes by Contractor. Engineer Report. E r other Owner's representative on the job site will also complete a Daily Construction 1-06 CONTROL OF MATERIAL 1-06.1 Approval of Materials Prior to Use Section 1-06.1 is supplemented as follows: (******) The materials and equipment lists submitted to Engineer at the Preconstruction Conference shall include the quantity,manufacturer and model number,if a s licable,of materials and equipment to be installed under the Contract, This list will be checked by - as to conformity with the Contract Documents. Engineer will review the lists within 10 working days, noting required corrections. Contractor shall make required corrections and file 2 corrected copies with Engineer within one week after receipt of required corrections. Ens review and acceptance of the lists shall not relieve Contractor from responsibility for suitability for the intended purpose, nor for deviations from the Contract Documents. L 1-06.2(1) Samples and Tests for Acceptance Section 1-06.2(1)is supplemented a follows: (******) The finished Work shall be in accordance with approved samples. Approval of samples by Engineer does not relieve Contractor of responsibility for performance of the Work in accordance with the Contract Documents. 1-06.2(2) Statistical Evaluation of Materials for Acceptance Section 1-06.02(2)is supplemented by adding the following: (******) Unless stated otherwise in the special provisions,statistical evaluation will not be used by the City of LRenton. 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.1 Laws to be Observed Section 1-07.1 is supplemented as follows: Contractor shall erect and properly maintain,at all times,as required by the conditions and progress of the work,all nay safeguards for protection of workers and the public;shall post danger signs warning against known or unusual hazards; and shall designate as Safety Supervisor a responsible employee on the construction site whose duty shall be the enforcement of safety. The name and irs position of such person so designated shall be reported in writing to Engineer by Contractor. Contractor shall,at all times,enforce strict discipline and good order among all employees and shall not employ any person unfit or not skilled in the work assigned to him/her. Necessary sanitation conveniences for the use of the workers on the job, properly secluded from public observation,shall be provided and maintained by Contractor. 23 I at In cases of conflict between diit sates€regulations;,the more stringent regulation apply. The Waslihigson State Department of Labor.and Industiies shall be the sole alal Paratraantt athriinistriitive a cy responsible for the adinini on of the provisions of**Washhi Industrial Safety and Health Act of 1973. IHA) , The Contractor shall at the project sits o ,or other well place at the peoje ct site, all articles iiixessarjr for providing first aid to the*toed.. The Contractor shall establish,publish,and make known to all emmployees,proeedmes for miming* • iate removal to a or doctor's care,persons,including employees,who may have been iitimed on the project site. slmuld not be permitted to work on the project site before the Contractor has established and made ili known procedures fix removal of injured persons to a hospital or a doctor's care.. il The Contractor shall have sole responsibility for the saktY,efftcienc ,end adequacy of the C or i tpt p toppe r'r s mai+ a appnce,lian ucese,,or an do_ t h n, . Te fir C Lectany or shall o r be 3 sale p their failure' responsible forthe conditions of the project situ,including safety for all persons and poverty in tim. perfiirmance ofthe work. This requirement-supply contimiously,and t be limited _. The required or implied � the Engineer conduct�cticer review of the Colorado's is par does not,and titan twit,,be . to include review and adequacy of the Contractor's�measures,in on,or near the project site. 1-07 State Tazes Section 1-07.2 is supplemented as follows: The work on this contrut is to be performed upon lands whose ownership obligates the Contractor to pay Sales tax. The�ons of Section 1-072(1)apply. 47.4 Permits and Lenses.. Section 1.07!6 is supplemented as follows: 17*permit,/ . e s, its, and right of entry documents that have been acquired are available for inspection and review Contractor shall be required to comply with all ciions of the a ns,and of emtaty►,at no . . to Owner: to Owner from claims on all easements and rights of entry. All other Permits, licenses, etc., shall be the re ponsthility of Contractor. Contractor shall comply with the special provisions and - of each. "• . u • , li -hoala 91. ra4►; .atlr f . .„ .'_ .. - prosecution of the work,and inpection fees in ccnntection therewith shall be secured.and lost-d bye contractor. If owner is rewired. to secure such permits,permission franchises,. licenses and bonds, 4 r. rem, incurred by Owner ✓� shall be charged a Contractor and deducted 1 d... any rem,fluids otherwise i 'dim Coritrai;tor.. 147.9(5) Required Documents Delete first sentence ofthe third paragraph,and replace it with the following: Conti mn> submit weekly-certified payrolls for the Contractor and all subcontractors and lower tier subcontractors,regardless of project's some. 24 I L 1-07.11(11) City of Renton Affidavit of Compliance Section 1-07.11(11)is new: tio (******) Each Contractor,Subcontractor,Consultant,and or Supplier shall complete and submit a copy of the L "City of Renton Fair Practices Policy Affidavit of Compliance". A copy of this document will be bound in the bid documents. 1-07.13(1) General Section 1-07.13(1)is supplemented as follows: (******) During unfavorable weather and other conditions,the contractor shall pursue only such portions of the work as shall not be damaged thereby. No • • of the work whose satisfactory quality or efficiency will be affected by unfavorable co . shall be constructed while these conditions exist, unless by special means or precautions acceptable to the engineer,the contractor shall be able to overcome them. L 1-07.15 Temporary Water Pollution/Erosion Control Delete the first paragraph,and replace it with the following: (******) In an effort to prevent, control, and stop water pollution and erosion within the project, thereby Protecting the work,nearby land,streams,and other bodies of water,the Contractor shall perform all work in strict accordance with all Federal,State, and local laws and regulations governing waters of the State,as well as permits acquired for the project. L When working within the primary buffer of Kennydale Creek, BMPs shall be utilized during ' construction in order to prevent and minimize any sediment and/or debris from entering Kennydale Creek.Those BMPs shall consist of at a minimum: A. Silt Fencing. Silt fencing shall be installed along all areas of work within the stream buffer area. Silt fences within said buffer areas shall be checked daily during construction and any defects not conforming to city standards shall be rectified and/or repaired immediately prior to any work commencing or continuing within the stream buffer zone. B. Catch Basin Filters. Catch basin Filters shall be utilized for all existing catch basins within the scope of the project.Special attention shall be paid to filters installed in catch basins that lead to Kennydale Creek. For catch basins draining to Kennydale Creek, filters shall be checked daily and after every rain event during construction.Any filters that show signs of clogging shall be cleaned or replaced immediately. Do not wash sediment into storm drains while cleaning, rather spread out evenly in an approved construction stockpile area. LAdditional BMPs may be required as construction progresses due to construction practices or as seasonal conditions dictate. Those additional measures shall be determined by the city inspector. Those additional measures may include,but are not limited to the following list of BMPs: C. Mulching. Mulching may be used as an immediate temporary protection from erosion. Mulches shall be selected to minimize potential floatation of organic materials. Composted organic ill materials have higher specific gravities(densities) and should be utilized in place of straw, wood or chipped materials within the stream buffer.Composted mulches shall have no visible water or dust during handling and shall be applied to a minimum depth of 2 inches (approximately 100 tons per L acre or 800 pounds per cubic yard). Mulch shall be inspected weekly and after every rain event. Replace as necessary to maintain a minimum 2-inch thickness. 25 1 I3 Sodding. Sod shall be free of of u thickness(ap a..aui ely 1 },and Shall have a dense root t for mecha�l .Sod shall be �'every ram event-Remove and replace any sections that she�vto be unhealthy or sedime�on. E. Straw Bale Barrier. Straw bales shall only be utilized in areas when e a in r velocity is .Straw shall be ins•' after aaty� rain event and daily during prolonged periods of riunfill.'` diment de pos its shall bes:removed al r each ni producing rain eves.All necessary replace t of bales shall die p o irmmedi y. f< w Wattles. Straw R y be t .tor reduce the"velum afro and . . Wattles s bee inspected weekly a every run-off producing rain evert to ewe that the wattles are in contact with the and that no scourring has ocaa�d the wattle.`Re-trench and re-anchor waffles im nuidiate ly, G. Gravel Filter Berm. Gravel filter beans can be utilized to the velcy a rt and I retain sediment Berm material shall consist of 34-i ch to 3-inch well-graded grad or crushed rock with less that S% fines. mar berm after every run-off producing rain eve remove r beam as rreeed.. Absoi y no construction materials.are to be stored with 100 feet of the homy area. Likewise e no construction equipment that can f I oil ! or other cheumicek l pfd unattended or left overnight within 100 feet of the stream buffer area. I 1-07'16(1 ++ 1 .16(1)is. arf i ia. ai ri { tl*� The t a a -.i a i_. F c will obtain all a and franchises required for '�� l he contractor shall , iii his to the erase and shall not trespass on private property. t �`a g my provide certain lands,as indicated in c oe tion with the work im the.right t of to s lands. The contractor shall' u encumber the 'premises with his quip .or materials: The contractor shall provide, with no liability to the Contracting any additional land and access then*not shown or described that may be r for temporary co ' facilities or of materials.' He :hall construct:all roads, detour rereads„ or other buy work as olvp7111,;irt.ion:1 by his ens. The contra r shall- his.equipsnent,'.storage of and of ee those'areas shown.and described and such additional areas as he may provide. 1 A. Ge .-.All on. this-c on - t-of era t, e. . roper or fianchise;shall be confined d to the limits of rsght-of we or . Ali. work shall be lisshcd so as to cause the of disturbance and a u um pmt of iii . The contractor i� shrall schedule his work s thh /�aac oss ease e ,_not be left Van e a e i i s weekends or holidays and trenches�not be jot more than 48�. B. Wires. The c tr r shall remove such existing structures as may be necessary for iii the B. °_ i i of the work and,r(r+ reds,smolt rebuild the structures thus removed in as good a i .1.; i , as found. Her also rear all. stra+eurres which may_bed a�s n alt of contract.the work under this I 26 1 C. Easements,cultivated areas and other surface improvements. All cultivated areas,either agricultural or lawns,and other surface improvements which are damaged by actions of the contractor shall be restored as nearly as passible to their original condition. ht Prior to excavation on an easement or private right-of-way,the contractor shall strip top soil from the trench or construction area and stockpile it in such a manner that it may be replaced by him,upon completion of construction. Ornamental trees and shrubbery shall be carefully removed with the earth surrounding their roots wrapped in burlap and replanted in their original positions within 48 hours.. All shrubbery or trees or damaged,shall be replaced by the contractor with material of L equal quality at no additi+ : cost to the Contracting Agency. In the event that it is necessary to trench through any lawn area,the sod shall be carefully cut and rolled and replaced after the trenches have been bacldilled. The lawn area shall be cleaned by sweeping or other means,of all earth and debris. The contractor shall use rubber wheel equipment similar to the small tractor-type backhoes used by side sewer contractors for all work,including excavation and backfill,on easements or rights-of-way which have lawn areas. All fences,markers,mailboxes,or other temporary obstacles shall be removed by the contractor and immediately replace,after the trench is backfilled,in their original position. The contractor shall notify the Contracting Agency and property Owner at least 24 hours in advance of any work done on easements or rights-of-way. Damage to existing structures outside of easement areas that may result from dewatering and/or other construction activity under this contract shall be restored to their original condition or better. The original condition shall be established by photographs taken and/or inspection made prior to construction. All such work shall be done to the satisfaction of the property Owners and the Contracting Agency at the expense of the contract D. Streets. The contractor will assume all responsibility of restoration of the surface of all streets(traveled ways)used by him if damaged. In the event the contractor does not have labor or material immediately available to make necessary repairs,the contractor shall so inform the Contracting. Agency. The Contracting Agency will make the necessary repairs and the cost of such repairs shall be paid by the contractor. The contractor is responsible for identifying and d any damage that is pre-existing or caused by others. Restoration of excavation in City streets s e= be done in accordance with the City of Renton Trench Restoration Requirements, which is available at the Public Works Department Customer Services counter on the 6th floor,Renton City Hall, 1 055 South Grady Way. 1-07.17 Utilities and Similar Facilities Section 1-07.17 is supplemented by adding: (******) Existing utilities indicated in the Plans have been plotted from the best information available to Engineer. Information and data shown or indicated in the Contract Documents with respect to existing underground utilities or services at or contiguous to the .`ect site are based on information and data furnished to Owner and Engineer by owners of such d facilities or others, and Owner and F ti�ieer do not amen*.tesponsibilit for the accuracli'or completeness thereof. It is to be understood that other aboveground or underground facilities not shown in the Plans may be encountered during the course of the work. All utility valves,manholes,vaults,or pull boxes which are buried shall be conspicuously marked in a fashion acceptable to the Owner and Engineer by the Contractor to allow their location to be determined by the Engineer or utility personnel under adverse conditions, (inclement weather or Ldarkness). 27 W mom distn'it conduits, such as water, sewer, electric power, or I telephone,are shown oil the Plans,the Contractor,:for'the purpose of preparing his bid,shall that�property parcel will be served,by a service connection for each type of . C shall check with the utility coma ` any possible conflict to► a 1I 14�.I I4. excavation in any area., Contractor shall resolve all and clearance problems with die` ,. I ty company cow No ei ivati shall begin until all facilities, in the vicinity' of the excavation area,have been located and marked. In ate*to Contractor having all utilities geld marked before starting work,Contractor shall have all utilities field marked after they are relocated in conjunction with this project. Call lire-Yost Dig The 48 Hour Locators 1-800-424-5555 At lei 2 and not more than 10 was g days prim to R 1# I Y, H`, . any a avalians.fat utilasy a 1 .1 I.,`,I_ cc > any other pure under Contract, CDC€ I ntl the..Underground r m a,l Cater by to oho ne of the planned excavation and schedule. Contractor is also warned that there may be a on the P t .t are n of pert the One Call system. They must be contacted directly by Contractor for locations. Contractohr.shall make Arran_:�o l 's 48 hours in advance with respective utility owners to have a representative present when '1 utility is exposed or mtodifed,if the utility to dQ ao. Existing trL__� ies telephone, �`� water, television cable facilities shall be . its 9:;r 4.t nelocateil _+ the hh�a��n�tiYh,,y}s 4 I 1 1 6 i unless otherwise wi in the Plans These :,B 4 1.1... --,.}. may be co 8 R i 5 feted before Con _I to U-_,b.P: work, or �Ra ay be performed in n with M is contract . Contractor shall be entirely ely for r coordination with the utility y C and ` for the movement or adjustment, either temporary or permanent, of their theilitiee II within the project limits. Sege also Section 1-05.14 ofthese Special Provisions. If or when conflicts Occur, Contractor r shall the construction process on other aspects of tlhe project possible. No wily tae to Comer for reason of delay caused by the actions of any company and Contractor shall such ads to be incidental to the other items of the contract. P P advance of l the be included'as a bid for use.in ... - 14.1/rl F t_ the location of it t utilities in the Co to me .f .6 as a bid t it shall be considered incidental to other work. Contractor shall submit all potholing - ` -�: to the Engineer for at least 2 working days before potholing Is sr�duled. ' tionall7, the Contractor shall provide potholing at Engineer's request. In no shall the work described under Utility Potholing relieve Contractor of any of the ;a'� described in Section 1-07.17 of the Standard Specifications and;S provisions, ns, _, . elsewhere in the Contract Documents. 117,17(1) Interruption of Services Section 1-4)7.17(1)is a new section: (*st*a**) Whenever in the course of the construction op ion it becomes necessary to cause.an outage of utiilities,.it shall be Contractor's to nuttify the affected users and c not less than 48 hours in advance of such outage. Contractor make reasonable effort to rr ` of and shall estimate the t of time sservice will be interrupted and so noti1 r the users. In tike case of any utility cruse that has ended ehr wh l exceed four hours,user contact shall again be made. Temporary service,if needed,will be arranged by Contractor at no cost to Owner. 28 Overhead lighting outages,shall not exceed 24 hours. All cost to Contractor for providing temporary overhead lighting to meet above requirements shall be incidental to the various unit and lump sum items of the Contract;no separate payment will be made. 1-07.18 Public Liability and Property Damage Insurance Section 1-07.18 is deleted replaced by the following new section and subsections: ****** 1-07.18(1) General The contractor shall obtain and maintain in full force and effect, from the Contract Execution Date to the Completion Date,public liability and property damage insurance with an insurance company(ies) or through sources approved by the State Insurance Commissioner pursuant to RCW 48. The Contractor shall not begin work under the Contract until the required insurance has been obtained and ved by the Contracting Agency. Insurance shall provide coverage to the Contractor,all ,Contracting and the Contracting Agency's consultant.The coverage shall protect against claims for bodily juries,personal injuries, including accidental death,as well as claims for property damages which may arise from any act or omission of the Contractor or the subcontractor,or by anyone directly or indirectly employed by either of them. If warranted work is required the Contractor shall provide the City proof that insurance coverage and limits established under the term of the Contract for work are in full force and effect during the period of warranty work. The Contracting Agency may request a copy of the actual declaration pages(s)for each insurance L policy effecting co e(s)required on contract prior to the date work commences. Failure of the Contractor tfuly comply during the term of the Contract with the requirements described herein will,be considered a material breach of contract and shall be caused for immediate termination of the Contract at the option of the Contracting Agency. All costs for insurance shall be incidental to and included in the unit or lump sum prices of the contract and no additional payment will be made. 1-07.18(2) Coverages As part of the response to this proposal,the Contractor shall submit a completed City of Renton Insurance Information form which details specific coverage and limits for this contract. All coverage provided by the Contractor shall be in a form and underwritten by a company L acceptable to the The City requires that all insurers: 1. Be licensed to do within the State of Washington. 2. Coverage to be on an "occurrence" basis (Professional Liability and Pollution coverage are acceptable when written on a clauns made basis). The City may also require proof of professional liability coverage be provided for up to two (2) years after the completion of the project. 3. The City may request a copy of the actual declaration pages) for each insurance policy affecting coverage(s) required by the Contract prior to the date work commences. r ____ ._. -- 4. Possess a minimum A.M.Best rating of AVII(A rating of A XII or better is preferred.) If any insurance carrier possesses a rating of less than'AVII, the City may make an exception. L The City reserves the right to approve the security of the insurance coverage provided by the insurance company(ies), terms, conditions, and the Certificate of Insurance. Failure of the Contractor to fully comply during the term of the contract with these requirements will be considered a material breach of contract and shall be cause for immediate termination of the contract at the option of the City. 29 I T71e Cont actor shall ' 'the irises Mtge s t feath b v. By CitY i may to the Contractor: The Contractors its own not or cn:Inatnred to have /Talcs and if rt deemms appropriate andfc r widest,maintain higher limits amUor fir coverage. Coverage shall include: A. C.omme ial C Li l 1993 Form or equivalarrt. Coverage will be writ +r:n as occvaea aixl.Include: • l miles Md OpettirOns (including CO2503 . .*act,if ; General Aggregate to apply pox !4• 4 x,9 $ 7 ! ,9 'a d thidtirgro i K'azaris • • Contractual 4, +f (including /►�A datorry Endo rs CO 0043 ci eVivalent Kai.y S 4 ., -cov assumed • Form property • yJ • �l1 $ntg ii'nry i `` 4 i L B. 7 .. .. 4 4'liab including all i 12TI5Xf1351licita i Ne.O' Vehicles i C. Tw3hF v C nt Ccomptuisatiori ir:t f t r Benefits e n(Coverage - l A )- Washington:_ Ii. Umbrella ., 4 (vim n Labor a. . O• ty, Number A. Excess of ec. £ GoaL should be aoad a +f cA lrrr brs l E Prof Liabil ty- ' ; work meter Contrat Lei d (ie. architectural, ' this s incl € i R. or p�y the l afx omissions of the lia7i{ity"°3! , i- _b•y3 J X 4 for f 4 ()Prn h te cocoarese tag ocs of ope at as maiyns be nn r t s based tt n rwt rk tperformo requeesd t(and/ epo or i on liabiioadditi l ). Ct l�lT tAC T1R Name C#TY OF:R t'I* and its officers,o facials, aroei vol as Ad i n al Insured(19O Fenrin CO 20111 or t quival tit}.Tl a t ONO shall pry t `f Y OF RENTt N• of to of''rw .'The City reserves the right to e r % policie if at their sole motion it is deemed ' te.Ftirthe ,all policies of insurance above mil. A. on a primary basis not with any other insurance coverage and/or self- _. ink� C OF R ENTO N B Intl a Waiver o C gcverabi'li'ty of Interest Clause(t s z ity} I1. Policy may not be canceled or materially llc or altered unless forty- live (45) days l writt is provided to OF RF•NZYN. Notification sl>alt bye provided to C;TTY OF Rffi l'1'C?N by cent fled nr . I-A'?.L Frro Tvidin cover€rge inf.these stated amounts shall be construed to relieve the contractor from liability in access o limits The CONT,RAC�TOR shall carry the following limits of liatitivie, @!113 _4 below: d . 3 '1y2 ,X: ., $2000 *# Prorhietai a leed W ��rtiions : 7 �ilk* .4•a • : * Each�a x F ,! 3 �-Limit $1 000 000 III 30 1 Personal/Advertising Injury $1,000,000 Fire Damage(Any One Fire) $50,000 L Medical Payments(Any One $5,000 Person) Gap Liability $1,000,000 *C al Aggregate to apply,per project (ISO Form CG2503 or equivalent) **Amount may vary based on project risk Automobile Liability L Bodily Injury/Property Damage $1,000,000 (Each Accident) Workers'Conmensatian Statutory Benefits•Coverage A Variable (Show Washington Labor and Industries Number) he Umbrella Liability Each Occurrence Limit $1,000,000 General Aggregate Limit $1,000,000 Pmducts/ leted Operations $1,000,000 Aggregate Professional Liability(If uu Each xence/ $1,000,000 Incident/Claim Aggregate $2,000,000 Pollution Liability To apply on a per project basis Per Loss $1,000,000 Aggregate $1,000,000 _ _ 31 I ADDOI R I (CY3N1RAC tOR)shall Name CITY OF. NTON,and�offs,olikials,agetatir,employees and voliniteers as Additional burin-eel's(ISO Form CO 2010 or equivalent).'(C CTOR)shall pry CITY OF RMd�ITOIMI of and c ►ies of policies,if prior to oct of work Further,all.p�of insurance described bove stall: 1) Be©n a primary basis nor c ontnlo tory with any coverages a se lf- insura carried by CI'I'Y OF RENTON. 2) Include a Waiver of Subrogation . 3) Severability of Interest Clause(Cross Liabtiity) 4) Policy may not be non-renewed,cancelled or materially changed or altered unktes f+xtlt-five (45)days prior written notice is provided to CITY OF RENTON. Notification i shall be provided to CITY OF REN FON by certified mail. The(CtINTUG'Tf1It)shall promptly advise the CITY OF RENTON in the event a aggregates are reduced for any reason,and shall reinstate the aggregate and the + u, fi C!.,y . Y expense to comply with the minimum limits and requirements,as stated above and .i: h to the CITY OF RENTON a new certificate of Insurance showing such coverage*Ili force. The Ci OF RENTON may require time CONTRACTOR to keep Professional Liability cove in effect for two(2)years after completion of the project, The.Contractor shall promptly' advise the CITY OF RENTON in writing in the , :J..-" e aggregate or other limits are reduced. At their own expense, the a; c' s ` will reinstate the 07.18(3) :s,•-i ;t, ,-to the comply with the minimum ;and `c sa. -.. , x. 1- ,f : furnish the CITY OF RF'1"l ON a new - r of illsUraaCC ailMflin such coverage is in force. 1-07,1: 4) R d of Insurance: II w._ _ 20 days of a of the contract the CONTRACTOR shall provide evidence of ins nice by 1. th to the CONTRACI�INO AGENCY the following: City of Renton Insurance hifesnoraticat Form(attached herein)without motlificatioil. 2. Certificate of Insurance (Accord Form 25s or equivalent conforming to kems as specified in Sections l-0718(1), 1-07.18(2),and 1-07.18(3)as revised above. Other requirements are as follows: A. Strike the following or similar wording: "This Certificate is issued as a matter of information = and confers no rights upon the Certificate Holder"; B. Strike the i • ,,, regiiHrdiiig cancellation notification to the City: "Failure to mail such notice shat am use.no obligation or liability of any lc upon the company,its agents C. Amend the cancellation clause to state: "Policy may not be non-renewed, canceled or materially ,. t..^<-4 tr altered unless 45 daps prior notice is•provided to the City". _,+ ... . .. shall be prrovided to the City by�md trail. For Professiona Liability coverage only,instead of the cancellation language specified above, the City will accept a written agreement that the consultant's broker will provide the required notification. Section 1-07.22 is supplemented by the following: (******) Fasplosives shall not be used without specific authority of the Engineer, and then + . under such restrictions as may be required by the authorities: Explosives ill be . :, .1 -. and used in strict earphanes with WAC 296-52 aid such local laws,rules and regulations that may apply The individual in charge of the blasting shall have a current Washington State Blaster Users License. The Contractor shall`obtain, comply with, and pay for such permits and costs as are necessary in conjunction with blasting operations. I 32 r 1-07.23(1) Construction Under'r affic Section 1-07.23(1)is supplemented by adding the following: (11;4'4'4410) is The contractor shall be responsible for controlling dust and mud within the project limits and on any street which is utilized by his equipment for the duration of the project. The contractor shall be prepared to use watering trucks,power sweepers,and other pieces of equipment as deemed necessary Lby the engimer,to avoid creating a nuisance. Dust and mud control shall be considered as incidental to the project, and no compensation will be made for this section. Complaints of dust, mud,or unsafe practices and/or property damage to private Ownership will be transmitted to the Contractor and prompt action in correcting them will be required by the Contractor. Contractor shall maintain the roads during construction in a suitable condition to minimize affects to vehicular and pedestrian traffic. All cost to maintain the roads shall be borne by Contractor. At least one-way traffic shall be maintained on all`cross-streets within the project limits during working hours. One lane shall be provided in each direction for all streets during non-working hours. Contractor shall provide one drivable roadway lane and maintain convenient access for local and commuter traffic to driveways, businesses, and buildings along the line of Work throughout the course of the project. Such access shall be maintained as near as possible to that which existed prior to the commencement of construction. This restriction shall not apply to the paving portion of the construction process. Contractor shall notify and coordinate with all property owners and tenants of street closures,or other restrictions which may interfere with their access—at least 24 hours in advance for single-family residential property, and at least 48 hours in advance for apartments, offices, and commercial property. Contractor shall give a copy of all notices to Engineer. When the abutting owners'access across the right-of-way line is to be eliminated and replaced under the Contract by other access, the existing access shall not be closed until the replacement access facility is available. . All unattended excavations shall be properly barricaded and covered at all times. Contractor shall not open any trenches that cannot be completed and refilled that same day. Trenches shall be patched or • covered by a temporary steel plate, at Contractor's expense, except in areas where the roadway remains closed to public traffic. Steel plates must be anchored. 1-47.23(1) Construction Under Traffic Revise the second paragraph to read; (******) L To disrupt public traffic as little as possible, the Contractor shall permit traffic to pass through the work with die least possible inconvenience or delay. The Contractor shall maintain existing roads, streets,lidgmlllaijkimirmtha within the project limits,keeping them open,and in good, clean,safe condition at all times. -Deficiencies caused by the Contractor's operations-shall be repaired at the Contractor's expense. Deficiencies not caused by the Contractor's operations shall be repaired by the Contractor when directed by the Engineer, at the Contracting Agency's expense. The Contractor shall also maintain roads,streets,sidewalks.driveways.and paths adjacent to the project limits when affected by the Contractor's operations. Snow and ice control will be performed by the Contracting Agency on all'projects. Cleanup of snow and ice control debris will be at the Contracting __ Agency's expense. The Contractor shall perform the following: 1. Remove or repair any condition resulting from the work that might impede traffic or create a hazard rr 33 I 2. Kemp a sang traffic signal and-highway lighting systems in operatics the ( Co Agency will the ) work p system.) 3. Maintain`t e ' • on the roadway at the Contracting Agency'selse. The Cos tae shalh be responsible liar scheduling when to renew striping, subject to the oval of the When than scope of the project does not require work on the roadway,the Conte Agency will be 'ble for maintaining the . 4. Maintain of will be at the Cog Agency's ,except thew d due 03.the Contrasrtees_ . . S. structures clean to allow for free flow of water. Cleaning of existing drainer ii streres''*'ill. be at the Contracting Air's�when� by the ,e when flow is mpaired due to the Cams operations. 1-07 construction moisten t Deto Revise the second#via**) PP to read: Re se the first paragraph to read: Unless otherwise approved,the Contractor shall�n two-way traffic during construction. The Contractor shall build,maintain in a safe:conditiion,keep open to traffic,and remove when no longer n L l`� and.dot bridges that will accommodate traffic diverted from the roadway, bridge, . ding construction, 2. Detour . ofintersecang highway,and 3. Temporary �. 147.24 R Ights of Way IIII Delete this section in its entirety y,and replace it with the%llowin; c******) S"tre t ht ofway fines,limits of easements..and limits of construction permits ate`in on the Drawings. The Contractors construction acti`vities shall be confined whin tb limits unless arrangements for use of Private Property are made. Generally, the Contracting Agency will have obtained,pry to Bid opening, all rits of and easements,both permanent and ,a,", , t. ; , for carrying out the comps of 460, a to in the , Doc un s or brou to the Con's at ion by a 5 Whenever any of the Work is aa:014)lissl l on oar o than public rim of way;the _ Contractor shall meet and fill S11 all co_ alai . o any easement �_ _ by the. 6 3 t Y. M i ! :,-,,' the _of t s stipulations �ler$ e'a$e� are 'i. ., ., _, in the Contract.Pr+avi or made available to the as soon as practical alter they have been obtained by the...aims. Where or rights of entry have not been acquired prior to advertising.these areas are so noted on the Drawings.The ctar shall not proceed with any m ► t., , of theWork In areas where right of way, or ritghts of entry have not been : k e , , -' until the:'la tEr the Contractor that the ' of way or is available or , t the ri l: of entry had been received. If the is due to of omission on thee e part of the , ,tr ring Agency in obtaini ts,tights of. entry of right of way,the Conti will:be entitled to an ex�of time.The ea_ agrees ta such delay shall not be a breach of contract. I 34 Each property owner shall be given 48 hours notice prior to entry by the Contactor. This includes entry onto easements and private property where private improvements must be adjusted. The Contractor shall be responsible for providing, without expense or liabili of the Contracting. Agency, any additional land and access thereto that the Contractor may desire for temporary construction facilities, storage of materials, or other Contractor needs. However, before using any private property, whether adjoining the Work or not,the Contractor shall file with the,Engineer a written permission of the private property owner,and,upon vacating the premises,a written release from the property owner of each property disturbed or otherwise interfered with by reasons of L construction o under this contract.The statement shall be si a the private property owner, or proper f acting for the owner of the private property . - - stating that per issxm has been granted to use the property and all necessary permits have been obtained or, in the case of a release,that the restoration of the property has been satisfactorily accomplished.The statement shall include the parcel numbed,address and date of signature. Written releases must be filed with the Engineer before the Completion Date will be established. 1-08 PROSECUTION AND PROGRESS 1-08.0 Preliminary Matters (Secti****o**n)1-08.0 is a new section with subsection: 1-08.0(1) Preconstruction Conference Section 1-08.0(1)is a new subsection: (s***s*) The Engineer will furnish the Contractor with up to 5 copies of the Contract Documents.Additional documents may be furnished upon request at the cost of reproduction.Prior to undertaking each part of the Work the Contractor shall ccarefully study and compare the Contract Documents and check and verify pertinent figures shown therein and all applicable field measurements. The Contractor shall • , , i.tly report in writing to the Engineer any conflict, error or discrepancy which the Contractor rmay scaver. After the Contract has been executed, but prior to the Contractor beginning the Work, a preconstruction conference will be held between the Contractor, the Engineer and such other interested parties as may be invited. The Contractor shall p and submit at the preconstre ction meeting: 9 Contractor's prepare operation and progress schedule(3+copies) 4 o€qualified subcontractors(bring list of subcontractors if different from list s with B List of materials Bid) or manufactured off the project Material sources on the project Names of principal suppliers 3 Detailed -, pment list, including "Rental Rate Blue Book" hourly costs (both working :o standby rates) 9 Weighted wage rates for all-employee classifications anticipated to be used on-Project 3 Cost percentage breakdown for lump sum bid item(s) 4 . Drawings(bring preliminary list) 3 Tra a c Control Plans(3+copies) L 9 Temporary ater Pollution/Erosion Control Plan In addition,the Contractor shall be prepared to address: Bonds and insurance Project meetings schedule and sponsibilities Provision for inspection for materials from outside sources Responsibility for locating utilities LResponsibility for damage 35 I lime schedule for relocrnions.if by other than Contractor I Coro iillance with.Contract Uocurments Act and approval of work payrolls,certifications r 'and Owner's employees and representatives s Sa ,y regulations Suspension of work t� for Change order pmcechires progress estimates.S w' t f g agencies iil�,1 , Y/ i'! �ofs vial work 'ton I Any ..,,.+ , ,, ,+�1 1 ofthe y�i Documents req r y contractor Any other problems or tinnsding the.work Pmcessiig ind administration of•P c comp' is Easements and rights° 'entry Other contracts The franchise utilities may be present at the preoorrstructron conference, and Co actor should be prepared for their review and discussion of progress s and coordination. 1-08.0(2) Hours of Work Section 1.08.0(2)is a new subsection: ******) EneePt In the ease of emir envy or unless otherwise Qa�pprov d bbythhe�Contracting A ►,between 0 a.iyayl a .k k f time h , the+ be any consecutive 8-hour period' n 7 00 a in. and :00 p working m, of a w day with.a MMt 1-hour lunch break and a S-da wo rk week. The y normal straight t 8-hour working l ad for attract shall be established at the pm construction con or prior to the Contractor commencing the Work. 7iIf a Contr r to perm work on holidays,Saturdays,Sundays,or before 7:0)0 a.m.or after. .00 p.m. on any day the Contractor shall in writing to the neer for to work as soh times.Permission to work / - than an period between 7:0 0 a.m.an-7; p.m. is not re�uir Such shall be i nutted to the En eer no later than noon + the working clay prior to the day for which •the Contractor is requesting permission to work. Permission to work between the hours of 10:001).m.mid. a.m.during weekdays—"''''I.. between the hours of 10:00 /.m. and 7:00 a.m. on w� or,holidays may also oe s ' :noise c requirements. • 'val to continue work during these hours may be re at any time the contractor r - y--1 : the Contracting Agency's noise control regulations or C complaints are received fine t ? Public or adjoining property owners regarding the noise ism the Contractor's operations. The C shall have no claim for damages or delays should such permission be for these reasons. Permission to work Sates Sunda Y.holida l's,.of o than the a ni time jw�,o`rking hours Monday through pray may b i subject to conditions forth ybby the ,, e i C o assn Eimer:Theatc co _ y a cl sa-but are aims I� it �p}� _may �y���p�� �ii� ,t0+{ �p �� taunts as a «.! !Y 9 -F+may neces ary to be during...... the. -.-... the °r s le Contractor to reimburse the 1 , : ~s!, Agency for the cost of caries 'd Contracting A am y employees who worked during such times; con ring the Work on Saturday. and holiday as working day with regards to the Contract Time; and le work shifts as 1m/16ple working days with rem to Contract Time even ''the multiple Shins occur m• a single 24-hour period. Assistants nts may include,'but are limited tt, sir,.. crews; personnel from. the Contracting Agency's ma testing lab, inspectors, and, o Contracting Agency employees when in the opinion of the Engineer such work necessitates their . I 36 1-08.0(3)Reimbursement for Overtime Work of Contracting Agency Employees Section 1-08.0(3)is a new subsection: (******) in Where the Contractor elects to work on a Saturdax Sunday,or other holiday,of longer than an 8-hour work shift on a regular working day,as defined in the Standard Specifications,such work shall be L considered as overtime work.On all such overtime work an inspector will be present,and a survey crew may be required at the won of the Fngineec The Contractor shall reimburse the Contraction Agency for the full amount of the straight time plus overtime costs for employees of the Contracting Agency required to work overtime hours. LThe Contractor by these Specifications does hereby authorize the Engineer to deduct such costs from the amount due or to become due the Contractor. 1-08.1 Subcontracting Section 1-08.1 is supplemented as follows: (******) Written requests for change in subcontractors shall be submitted by Contractor to Engineer at least 7 calendar days prior to start of a work. Contractor agrees that s/he is fully responsible to Owner for the acts and omissions of all subcontractors and lower-tier subcontractors, and persons either dire tly or indirectly employed by h. the subcontractors,as well as for the acts and omissions of persons directly employed by Contractor. Contractor shall be required to give personal attention to the work that is sublet. Nothing contained in the Contract Documents shall create any contractual relation between any subcontractor and Owner. Contractor shall be responsible for making sure all subcontractors submit all required documentation, forms,etc. 1-08.2 Assignment The second paragraph of Section 1-08.2 is modified as follows: (******) Contractor shall not assign any moneys due or to become due to Contractor hereunder without the prior written consent of Owner: The assignment, if approved, shall be subject to all setoffs, withholdings,and deductions required by law and the Contract. 1-08.3 Progress Schedule Section 1-08.3 is supplemented as follows: (******) ct The progress schedule for the entires pro*6ul shall be submitted'7 calendar days prior to the 'Preconstruction Conference. The a shall be prepared using the critical path method(CPM), lie preferably using Microsoft Project or equivalent software. The schedule shall contain this information,at a minimum: 1. Construction activities, in sufficient detail that all activities. ry to construct a complete ill and functional ject are considered. Any activity that has a scheduled duration exceeding 30 calendar days shall be subdivided until no sub-element has a duration exceeding 30 calendar days. The schedule shall clearly indicate the activities that comprise the critical path. For each activity • not on the critical path;. schedule sbaU show the fl.. `_. or�'7s dine. 2. Procurement of material and equipment. 3. Submittals requiring review by Engineer. Submittal by Contractor and review by Engineer shall be shown as tie activities. 4.L es. 4. Work to be performed by a subcontractor,agent,or any third party. S. Allowances for delays that could result from normal inclement weather(time extensions due to inclement weather will not be allowed). 6. their Allowances facilities as for the require tune required by utilities(Owner's and others)to locate,monitor,and adjust d. nio 37 wrt 1 I '+ +„ -, niay request Contractor to alter the + +„s -4 schedule NA=deemed necessary in the opinion of L,+°�l,:- —in the interest of pubbe s ::, welare or of ,or for coordination with any of other contractors, the availability of all or portions of the job site, or special provisi• onshins this Contract,or to reasonably meet the completion date of the project. Contractor shall provide such revised schedule within 10 days of request. IIf, at any time, in the opinion of Erqgineer,the pail ss of comstnictioan Ails tly behind nu de,Ctirenictor nay be required to' t°pig for r4,.... ,,'•• . , .. .., a n i bow the remaining work items will be completed within _ time. /'i�,,� shall conditions yl, .i/l'��sAe s�yr�s.! ���s Contractor shall , i;l 3 V 8 � to cond nns which Contractor feels will require revision of the °. ! and shall submit proposed revisions in the fro schedule for acceptance by Engmeet When changes are accepted by Engineer,the schedule shall be followed by Contractor. W Schedule. Contractor shall t a weekly gas schedule to which sets forth specific woadc to be performed the following week',.a tentative schedule for the second week Fallin e to Maintain Progress Seheduk. Engineer will check actual of weak tle i w progress schedule a of two times-Tier month. Failure, without jt� Vie, m tan•progress in accordance with the approved shall constitute a breach of Contract. if, no fault of Contractor, the proposed comtniction schedule cannot be nut, Engineer will require Contractor to submit a revised schedule to Engineer for acceptance. The approved revisions will thereaflear,in all respects,apply in lieu oft *original schedule. Failure of Contractor to follow the progress schedule submitted and : ..m-,, ,-. `t,:., .;!! . revises thereof,shall relieve Owner of any and all 'b ity for , ! making ;. .., - all or any portion of the job site,and will relieve Owner of any responsibility for delays to Contractor in the pence of die work. The cost of prey the progr..ess schedule, any su aplem/ataxy schedules, and 'weekly sew*hull be considered ed. der tr the Contract and iv odier coinpensattiort shall be nee. 1-08.4 Notice to Proceed and Proseattion of the Work Section 1-08.4 is replaced d with the following: Notice to Proceed will be given after the contract has been executed and the contact ttact bond and evidence of insurances ces have been : 4 !. , e. and filed by Owner. The Contractor r shall not commence the Work tmtil the Notice to ° .M-=®'has been iiiven by the ', °.;• -- Thee Contactor shall comae construction activities on the`Project Site within ten days of Notice to Proceed Date. The Work thereafter shall be prosecuted a, ...-,,, y, ` y,ands unauthorized interruption until physical completion of the work. ,,• • no voluntary shutdowns of slowing of open tions by the.Contractor without prior approval of the'I h approval shall not relieve the Contractor from the Contractual obligation to complete the work within the Contract Time. • 1-08.5 Thite For Co letiEon The firms free paiagiaphsi of�o n I-t?g.5 are deleted aril iepiaced with the fatly t*,r*sa,v The Work shall be physically.c> lead in its entirety within the t specified in the Contract Documents or as a by the Engineer.The Contract Tune will be state d in'"wo r days",shall begin on the Notice To Proceed Date or the date identified in the Notice to Proceed as "the first working day",and shall end on the Compact Completion Date. A , , ! day is defined as.a Saturday, a Sunday, a day on which the contract specifically I suspends . or one of these hays: 1, Martin Luther King Day, President's Day, Memorial Day,July 4,Labor Day,November 11, ving Day,the day after Thanksgiving, and Christmas Day. The day before C ristmas shall be a holiday when Christmas.Day occurs on a 38 �M Tuesday or Friday. The day after Christmas shall be a holiday when Christmas Day occurs on a Monday,Wednesday, or Thursday. When Christmas Day occurs on a Saturday, the two preceding working days shall be observed as holidays. When Christmas day occurs on a Sunday, the two working days following shall be observed as holidays.When holidays other than Christmas fall on a Saturday,the preceding Friday will be counted as a non-working day and when they fall on a Sunday the following Monday will be counted as a non-working day.The Contract Time has been established to allow for periods of normal inclement weather which, from historical records, is to be expected during the Contract Time, and dui which periods, work is anticipated to be performed. Each successive working day, beginning with the Notice to Proceed Date and ending with the Physical letion Date, shall be charged to the Contract Time as it occurs except a day or part of a day is designated a nonworking day or an Engineer determined unworkable day. The Engineer will furnish the Contractor a weekly report showing(1)the number of working days charged against the Contract Time for the preceding week;(2)the Contract Time in working days;(3) the number of working days remaining in the Contract Tune;(4)the number of nonworking days;and (5) any partial or whole days the Engineer declared unworkable the previous eek This weekly report will be correlated with the Contractor's current approved progress schedule. 1.f the Contractor ivit elects to work 10 hours a day and 4 days a week(a 4-10 schedule)and the fifth day of the week in which a 4-10 shift is worked would ordinarily be charged rged as a working day then the fifth day of that week will be charged as a working day whether or not the Contractor works on that day. The Contractor will be allowed 10 calendar days from the date of each in which to file a written protest of an alleged discrepancy in the Contract Time as reported.C erwise,the report will be deemed to have been accepted by the Contractor as correct. The requirements for scheduling the Final Inspection and establishing the Substantial Completion, Physical Completion,and Completion Dates are specified in Sections 1-05.11 and 1-05.12. Revise the seventh paragraph to read: (******) The Engineer will give the Contractor written notice of the completion date of the contract after all the Contractor's obligations under the contract have been performed by the Contractor. The following events must occur before the Completion Date can be established: 1. The physical work on the project must be complete;and 2. The Contractor must furnish all documentation by the contract and by law, to required by required allow the Contracting Agency to process final'acceptance of the contract. The following Ldocuments must be received by the Project Engineer prior to establishing a completion date: a. Certified Payrolls(Federal-aid Projects) b. Material Acceptance Certification Documents c. Annual Report of Amounts Paid as MBEIWBE Participants or Quarterly Report of Amounts Credited as DBE Participation,as required by the Contract Provisions. FHWA 47(Federal-aid Projects) —Fin-id Contract Voucher Certilca tion f. kroperty owner rel per Secttion 1-07.24 Section 1-08.5 is supplemented as follows: *****: ( ) Within 10 calendar days after execution of the Contract by the Contracting Agency,Contractor shall provide the Contracting Agency with copies of purchase orders for all equipment items deemed critical by the Contracting Agency, including but not limited to signal controller materials, lighting stan ,and signal required for the physical completion of the contract. Such purchase orders shall disclose the estimated delivery dates for the equipment. L 39 All items of work which can be performed wig delivery of the critical items shall start and be mirectletrid as soon as '.ble.,. At that time, ;,,,•p - may�y��d the���y�v�� upon request of is Contra�ctoer the'� items-:are delivered.to • •,• a r•; i acting � a purchase order within 10 calendar days eler execution ofthe Contract by the Con icy. Contractor will be eritided to only one such suspanion of time during the performance,of the work and dig such suspension shall not perform any additional work on the project. Upon delivery of the critical items,contract time will testi=and continue to be charged in accordance with Section 1- 08. 1.08.6 suspension of Work Section 1-08.6 is supplemented as follows: may at any time suspend the wcrlt, or any • R thereof giving, by giv notice to Contractor i of the site and his plant and equipment. The Owner will be provided keys for all fenced,secured areas. w 1-08.12 Attention to Work Section 1-08.12 is a new section: (******) The contractor shall give his personal attention to and shall supervise the work to the end that it shall be prosecuted faithfully,and when he is not personally irresent on the work site,he shall at all times be represented by a tendent who shal full authority to execute the same,and to supply materials, tools, without delay, and who shall be the legal representative of the contractor. The contractor shall be liable for the faithful observance of any instructions delivered to him or to his authorized representative. 1-09 MEASUREMENT AND PAYMENT 1-09.1 Measurement of Quantities r Section 1-09.1 is supplemented by adding the following (****s*) Lump Sum. The percentage of lump sum work completed, and payment will be based on the cost percentage breakdown of the dump sum bid price(s)submitted at the precosnstruction conference. The Contractor shall sit a breakdown of costs for each lump sum bid item. The breakdown shall list the items included in the sum together with a unit pace of labor,materials,and equipment for each item. The summation o the detailed unit prices for each item shall add up to the lump sum bid. The unit price values may be used as a guideline for determining progress payments or deductions or additions in payment for ordered work changes. [ Cubic Yard Quantitks. Contractor shall provide truck trip tickets for progress payments only in the following manner. Where items are specified to be paid by the cubic yard,the following tally system shall be used. All trucks to be •toyed on this work will be measured to determine the volume of each truck. Each truck shall be c early numbered,to the satisfaction of Engines,and there shall be no duplication of numbers. LDuplicate tally tickets shall be prepared to accompany each truckload of material delivered on the project. All tickets received that do not contain the following information will not be processed for payment: 1 Truck number 2 Quantity and,y� of material delivered in cubic yards 3 Drivers name,date and time of delivery 4 Location of delivery,by street and stationing on each street 5 Place for Engineer to acknowledge receipt 6 Pay item number 7 Contract number andfor name It will be tractor's responsibility` to see that a hrizet is given to on the project for each truckload of material delivered. quantities will be prepared on the basis o said tally tickets. Loads will be checked by Engineer to verify quantity shown on ticket. Quantities by Ton. It will be Contractor's responsibility to see that a certified weight ticket is given to the Inspector on the project at the time of elivery of materials for each truckload delivered. Pay quantities will be prepared on the basis of said talbr tickets,delivered to Inspector at tune of delivery of materials. Tickets not receipted by Inspector will not be honored for payment. 41 I I Each truck shall be clearly numbered to the scat stfa n of Enginew and there shall be no dup of numbers. Duplicate tickets shall be to s w••.€ • :3 a truckload of dC$I "� All ttet removed that do�co contain the • 9 •wing information will be process�edfor payer u~ mimbet 1. 'rnick 11 2. Truck tie weigin( at ) 3. t�truckload it in tons(stamped at sour e) 4. Net load weight(stanifiedatsource 5. Driver's name, ,and time ofde delivery 6. Location for delivery by street and on each street 7. Place for Engineer to acknowledge receipt 8. Pay item number 9. contract mimber and/or name 1.'09.3 Sew of Pa ' nt the p Secbun 1-093 is .. r i, ■ r-e by�Y following: it The Bid Item listed in Section 1-09.14'riff be the only items for which .. ...• -. • ' • } will be mark for the Work described in each section of the Stemlent Specifications when ., - Cottrutor'perlbr the . 9;.-. W,:e1ic. `Should a Bid-Rein be lusted it*it arayMellr cause but not in the l crsal Pone, and for that item is peaked by'the Contractor and the work is not stated as inclutied in or incidental to a pay item in the rung and is not work that would be to -3.,= .,: the intent of the-nowt per Section 1-041, then payment for that Work will ae made Extra Work pursuant to a cum.tr I The words `Bid Item," "Contract Item," and'Pay Item," and similar terns used thinuirliout the Contract Documents are synonymous. If the ` •®r: s r -a? clause in w�Bid in F the Specifications xe� any �._�" the lP+ol Form requires r, , sail unit-Bid Item pr cover and be considered compensation for work or material essential to the item, then the work or material will not be measured or paid for under any other Unit Bid Item which may appear elsewhere in the Proposal Form or Spec' Pluralized writ Bid Items appearing in these Specifications are changed to singular form. Payment for Bid ems listed or referenced in the'Pay r clause of any particular Section of the Specifics 'tions shall be considered at inching all of the Work rcquiied,specified,or described in that particular Section. Pa :t .;t itenni will be listed generically in the SPecifications, and specifically in the bid • .. When.items are to be under one payment item I under rpayment item, such r shall be fljrmshed FOB pry site, arc if , .. , -, in the• Special Provisions, delivered to a designated site Materials to be `"furnished,; cr t.i.,,,_6 and installed"under these conditions,shall be the mspon`bility of the Con tretor with regent to storage until such items are incorporated into the Work or, if such items are not to be gated into tin III work, delivered to the applicable • s . :. r. p Agency storage site when provided for in the Specifications. Payment for material "furnish-. " but not yet incorporated into the Work, may be made on monthly esthistes to the extent allowed. 1.09.6. Irene Account Section 1-09.6 is supplemented as follows: * Owner has estinnited and included in the Proposal, dollar amounts for all items to be paid per force account, only to provide a common proposal for Bidders. All such dollar amounts are to become a part of Contractor's total bid. However,Owner does not warrant expressly or by implication ,that the I actual amount of work will correspond with those estimate& Payment will be made on the basis of the amount of work actually authorized by Engineer. I 42 1-09.7 Mobilization lilt Section 1-09.7 is supplemented as follows: (****s*) Mobilization shall also include, but not be limited to, the following items: the movement of L Contractor's - ; equipment,supplies, and incidentals to the project site; the establishment of an office, , ,' .: and other facilities.necessary for work on the project;providing sanitary facilities for Contractor's person- ersonnel and obtaining permits or licenses required to complete the project not famished by Owner. Pa will be made for the following bid item(s): "Mobilization,"Lump Sum. 1-09.9 Payments Delete the third paragraph and replace it with the following: (******) Progress Payments for completed work and material on hand will be bated upon progress estimates ne Ina prepared by the Engier. A progress estimate cutoff date will be established at the',reconstruction meeting. The initial progress estimate will be made not later than 30 days after the Contractor commences the work, and successive progress estimates will be made every moth thereafter until the Completion Date Progress estimates` -during progress of the work are tentative, and made only for the P of determining progress payment. The progress estimates are subject to change at any time prior to the calculation of the Final Payment. The value of the progress estimate will be the sum of the following•. 1. Unit Price Items in the Bid Form -- the approximate quantity of acceptable units of work L completed multiplied by the unit price. 2. Lump Sum Items in the Bid Form`- the estimated percentage complete multiplied by the Bid Forms amount for each Lump Sum Item,or per the schedule of values for that item. 3. Materials on Hand—100 percent of invoiced cost of material delivered to Job site or other storage area approved by the . 4. Change Orders entitlement for approved extra cost or completed extra work as determined by the Engineer. eProgress payments will be made in accordance with the progress estimate less: 1. Retainage per Section 1-09.9(1); ias 2. The amount of Progress Payments previously made;and 3. Funds withheld by the Contracting Agency for disbursement in accordance with the Contract Documents. Progress payments for work performed shall not be evidence of acceptable performance or an admission by the Contracting Agency that any work has been satisfactorily completed. LPayments will be made by warrants, issued by Contracting Agency's fiscal officer, a gg .m: the appropriate fiord source for the project. Payments received on account of work performed by a Lsubcontractor are subject to the provisions of RCW 39.04.250. rr '` 43 II Section 1-09.9 is supplemented as follows: s Applications for payment shall be itemized and supported to the extent required by . by II receipts Or other N:inchers showing * ' ..^ i; r materials and labor, to and od r such ewe ofContractor's •.,i, *payment as Engineer may di t. CrilMactor shall=aunt a: repast Wide'a roomy inquest a. progress rived shall indicate estimated ms us n ..i e pa progress Tehse s schedule(see Seedier 1-08.3). • 149:9(1) Reege Section 1-09.9(1)is supplemented as follows: The rearned amount shall be released as stated in the Standard Specifications ifne have been filed aphid such funds as by law .,a fOwner has no � i In We �t clidnis are fl Owner `k. a.l.�}iaddition,until such claims are satisfied,alas such ;sufficient to satisfy,air c and to a i a a a:r.^..p, fees. bi Contractor until shall such with .hrild su 4 as is I inquired to satisfy any 0 : i1 by s •' i -' against^Contractor, until suVh-dl htive beim finally Neither the final payment nor any part of the retained shall become due until Contractor,if a::,,z. delivers to Owner a complete release of liens arising out of this Contract,or a R in lieu thereof,and,if requir d in either case,an affidavit that so for as Contractor has ae . -.=_. or the release and r include all labor and s fcrr which a�lien bee filed. but'C�o may, any subcontractor to Knish a refuse or b in , .boid s� rily to to indemnify Owner aga,inst the lien. If any lien remains unsatisfied alter all payer are Cr shall rem all monies that the may be compelled to pay in discharging such lien,including all cogs and reasonable engineer's and attorney's fees. 149 � Con bre#3oB Agency's Right Withhold and Disburse Cer Amounts Section 1-09.9(2)is a new section: (******) to monies retained pursuant to RCW 60.28 and subject to RXW 39.04.250,`R W 39.12 and RCW 3976,the Contractor a hesizes the Engineer to withhold progress payments.due ea.r deihict an amount from any payment or payn due a the Contractor which,in the 8nginefe 's ` . may be necessary to cover the Contracting Agency's cis for or to remedy the following situations: I. Damage to another when!there is evidence thereof ands claim m has been filed. 2. Where the Contractor has not paid des or charges to public authorities of taudetipalffies which the contractor is obligated to pay - I 3 • ..k,..*._ rim tested and'inspected by the Engineer,for purposes not with the W. (Section 1-05.6) 4. Landscape dame nts per Section nt 1-07.16. 5. For overtime work performed by City personnel per Section 1.08.1(4) 6. i ' or actual failure of the to complete the Work on brie: a.Per ` 1-08.9 Liquidated s,or b Lack of construction progress based upon the Engineer's review of the Contractor's a,lal! S +a ai.e :,,�hl:h. t S. Ba -Iiot_beitQlr1Aith11thR _ _ .__._..._._- _ _ A,a tract tine.:When calculating an anticipated tine overrun,the Freer will make allowances for wed delays'and suspensios of the Work.The amount withlaild under will be tiase uponytim i i t i Y.-1 dames amount per day se forth in Contract Documents multiplied by the** =■t t i of days the Contractor's approved . .. - ,. schedule,in the opinion of the Engineer,indicates the Contract may exceed the i..,, :,v Tie. 7. Failure of the Contractor to peril=any of the Contractor's other obligations under the • contract,including but not limited to: a.Failure of the Contractor to any of the Contractor to provide the Engineer with a field office when required by the Contract Provisions. 44 b.Failure of the Contractor to protect survey stakes,markers,etc.,or to provide adequate survey work as required by Section 1-05.5. c.Failure of the Contractor to correct defective or unauthorized work(Section 1-05.8). d.Failure of the Contractor to furnish a Manufacture's Certificate of Compliance in lieu of material testing and' •on as required by Section 1-06.3. e.Failure to submit reekl payrolls,Intent to Pay Prevailing Wage forms,or correct underpayment to employees of the Contractor of subcontractor and of any tier as required by Section 1-07.9. f.Failure of the Contractor to pay worker's benefits(Title 50 and Title 51 RCW)as by Section 1-07.10. required of the Contractor to submit and obtain approval of a progress schedule per Section 1-08.3. The Comer authorizes the Engineer to act as agent for the Contractor disbursing such funds as have been withheld pursuant to tins section to a party or parties who are entitled to payment. Disbursement of such funds,if the Engineer elects to do so will be made only after giving the Contractor 15 calendar days prior written notice of the Contracting Agency's intent to do so,and if prior to the expiration of the 15-calendar day period, 1. no legal action has commenced to resolve the validity of the claims,and 2. the Contractor has not protested such disbursement. A proper accounting of all funds disbursed on behalf of the Contractor in accordance with this section will be made. A payment made pursuant to this section shall be considered as payment make under the terms and conditions of the Contract The Contracting Agency shall not be 'liable to the Contractor for such payment make in good faith. 1-09.9(3) Final Payment Section 1-09.9(2)is a new section: Upon Acceptance of the Work by the Contracting Agency the final amount to be paid the Contactor will be calculated based upon a Final Progress Estimate made by the Engineer. Acceptance by the L Contractor of the Final Payment shall be and shall operate as a release: 1. to the Contracting Agency of all claims and all liabilities of the Contractor,other than claims in stated amounts as may specifically excepted in writing by the Contractor; 2. fur all things done or furnished in connection with the Work; 3. for every act and neglect by the Contracting Agancy;and 4. for all other claims and liability relating to or arising out of the Work. L A payment (monthly, final, retainage, or otherwise) shall not release the Contractor or the • Contractor's Surety from any obligation required under the terms of the Contract Documents or the Contract Bond; nor shall such payment constitute a waiver of the Contracting Agency's ability to investigate and act upon findings of non-compliance with the WMBE requirements of the Contract; nor shall such payment preclude the Contracting e c from recovering damages,setting penalties, tot c or such other remedies as may be permitted by Before the Work will:be accepted by the Contracting Agency,the Contractor shall submit an affidavit, on the form provided by the Engineer, of amounts raid to certified,disadvantaged (DB), minority �.or-vw -bt>siness enteginses f WBE)-P�ipating in the-Work Such tlli++ 't-shall-c ertify amounts paid to the DB,MBE or WBE subcontractors regardless of tier. On Federally-funded projects the Contractor may also be required to execute and furnish the Contracting Agency an affidavit certifying that the Contractor has not extended any loans,gratuity or gift and money pursuant to Section 1-07.19 of these Specifications. If the Contractor fails,refuses,or is unable to sign and return the Final Progress Estimate or any other documents required for the final acceptance of the contract,the Contracting Agencrreserves the right L to establish a completion date and unilaterally accept the contract.Unilateral acceptance will occur only after the Contractor has been provided the opportunity,by written request from the Engineer,to voluntarily submit such documents, If voluntary compliance is not achieved, formal notification of Lthe impending unilateral acceptance will be provided by certified letter from the Engineer to the 45 4 I Coinnwtor which will 1 b 1 30 calendar/d��ay,s�for the Contractor to submit necessary documents. i3l`�iFada i i 1l f+ shall _. _.4;9 oin the This of the postmark of`tyii t'atitified�Q�} the ,. ., . .• the i 3 �I[i i ..A;4,[ • s reservat on by the: Coning Agency I iS911 r.±k.B accept contract apply to contracts are coirfleted in actitytkince with Section 1.08.5 of i i eoieraots that are tentineed in accordance with Section 1411.10.ti acceptance of the by the Contracting Agency does not in any relieve the Contactor of the provisions under contract or of the to fly with all or ,and regtdations —Federal, State,or local--that affect the contract The dated the Contraction Array u ni aterally signs the Final Progress Estimate constitutes the final acceptance date(Section 1-05.12). 149.1/ ) Claims I P:_ : ti i 1.1 5 is revised 88 follows:' (***** Failure to submit with the Final Application for Payment such information and details as.d gibed ill this � for any claim shall operate as a waiver of the claims by the Contractor as provided m Section 1-09.9. 149,11(3) "Pane Limitations arnd Judint ion I Paragraph 1,Sentence 1 is rased as follows• ...such claims or causes of action shall be brought in the Superior Court of the county whet*the work is perormed 149.13(3) Claims$230,000 or Less Delete this Section and replace it with the following: (e***4e*) The Coate and the Contracting Agency mulisilly agree that those claims that total$250,000 or less,submitted in accordance with Section 1-09.11 and not resolved by i A shall be resolved unless the parties imply agree in writing to resolve the claim through binding arbitration. iiii 149 3)A dance• paragraph to read: (******) The Contra Agency and the Contractor itatuidly agree to be bound by the decision of the arbitratort}r,y,yand upon the award by the arbitrator maybe entered in the Super ice �ro thee' ' " 2/�NE the s l`3, ..,,@ s are l r }►��'( d��y�ofthee arbitrator and'd a specific Y': :it: for e P ..*i-1 i be m . The arbitr4M �• use tbe contract as a basis for decisions. 1-09.13(3191 Procedures to Pursue Arb ton Section 1-09.13(3)B is suppleca anted by adding: I The !4 1 s t d '3: and decision of the board of arbitrators shaltW be final bindiiAg on the parties,unless the aggrieved party, w ► 10 days, challenges the f and decision by ! 1 1 � �� g f�'. ^a,r ens, a X�_.. .• for the , .<srctAl'tart_of_. .,. ..__� _. _ _ __. _..__._ lir r are 4?i 7 1 9 4 a howmg t the i 9 S'i 411,_L: and:�ecisid>n:, 1. Are not remove to the d,9-e 2. Is coal to the terms ofthe contract or any component thereof; 3. Is arbitrary and/or is not based upon the .,. 1hcnble facts and the law controlling the issues submitted to arbitration. The board of arbitrators . 4: i support its decision by setting forth in writing then and conclusions based on the evidence adduced at any such hearing. The arbitration shall be conducted in accordance with the statutes of the State of Washington and I court decisions governing such procure. I 46 1 The costs of such arbitration shall be borne by the City and the contractor unless it is the L reasonable majority opinion that the contractor's�of the protest or action is capricious or without foundation. In the latter case,all costs shall be borne by the contractor. 1-09.14 Payment Schedule Section 1-09.14 is a new section: GENERAL lot 1-09.14(1) Scope Section 1-09.14(1) new section: (******) L A.Payment for the various items of the Bid Sheets,shall include all compensation to be received by the CONTRACTOR for furnishing all tools,equipment,supplies,and manufactured articles,and for all labor,operations,and incidentals appurtenant to the items of work being described,as necessary to complete the various items of the WORK all in accordance with the requirements of the Contract Documents,including all appurtenances thereto,and including all costs of compliance with the regulations of public agencies having jurisdiction, including Safety and Health Administration of the U.S.Department of Labor(OSHA). No separate payment will be made for any item that is not specifically set forth in the Bid Schedules,and all costs therefore shall be included in the prices named in the Bid Schedules for the various appurtenant items of work. LB. The Owner shall not pay for material quantities,which exceed the actual measured amount used and approved by the ENGINEER. C. It is the intention of these specifications that the performance of all work under the bid for each item shall result in the complete construction,in an accepted operating condition,of each item. Work and material not specifically listed in tlx proposal but required in the plans, specifications,and general construction practice,shall be included in the bid price. No separate payment will be made for these incidental i payment tems. t 1-10 PROJECT TEMPORARY TRAFFIC CONTROL 1-10.1 General Revise the first paragraph to read: The C of tractorr shall provide naggers,signs,and other traffic control devices not otherwise specified L as being. furnished by the Contracting Agency. The Contractor shall erect and maintain all construction signs, warning signs, detour signs, and other traffic control devices necessary to warn and protect the public at all tunes from injury or �, as a result of the Contractor's operations which may o. on_Ing,hlarays,.Aritgla,...sGreetsa ..orj athak .No�vQrk..shall.be.done.on ter__.......:. . adlaeent to any traveled way until all necessary signs and traffic control devices are in place. Section i-10.1 is supplemented by adding the following: (***** When the bid _ , a, includes an item for"Traffic Control,"the work required for this item shall be all items descn•., in Section 1-10,including,but not limited to: 1. Furnishing and maintaining barricades, flashers, construction signing and other channelizatio n devices,unless a pay item is in the bid proposal for any specific device and the Special Provisions specify furnishing,maintaining,and payment in a different manner for that device; 47 I I 2. Furnishing trafftc control lam equ ipment,and supervisory personnel for all traffic control caber` 3. Furnishing an necessary vehicle(s)to set up and remove the Clads B co nstnx lion sisal; arid other !p,¢;5 control devices; 4 Ihrrmshmg labor and vehicles for patrolling and mairgaimng in positio all of the constr uction signs and the traffic ontrol deices,unless a pay item is in the bid proposal to I s1 � for this work;.and 5. Furnishing is b material, and equipment necessary . • up, Wig' and replacing of the signs and the traffic control devices or damaged during the life of the rojec 6. eat signs as specified or a directed by the engineer and delivering to tire City Shrips or stonng and reinstalling as directtx1 by the 7. 1 ,..D :.„ s{�a�t�c control plan the project and designating � �],�fix- }eta;-Yip of th�ir��} / The �'� p gimp y ::f r z a #,a.; of fraiic control.met ods and deli to by contractor,, `!i.f in6 ,44 «f}'p. shall be submitted at or before the preconstruction conference, and shall be subject to revieW and :,,, .val oft eEnoineet 1 8. i:,ar, ..l,.., t i •«-. fire,911,and ambulance services to notify`hem in advance of any '. 9. that Asu rig wll .fists -« =dell t rtraaveveepo mien pouts o f o fa roadwa rodwayys: are open to traffic during peak traffic periods, 6;30 a.Qm. to 8:30 am.,and 3:00 p.m. to 6:00 p.m.,or as specified the special directed by ' il 10. . 1,. .� removing©i covering li is signs� �p they are mit r If no bid item"'llafic control.appears in the paooposal then all work required by these neeti.om will be considered incidental and their cost shall be included in the other items of work If the`Engineer requires the Contractor to additional channelnzing devices, pieces of equipment, or services which could not be usually ci by a prudent cotriretor for the maintenance and protection of traffic,then a new item or items may be Ostabli ed to pay for such items. Further limitations for consideration of payment for these how are that they are net covered by other pay items in the bid proposal,they are not specified in the Special Provisions as incidental, and the accumulative cast for use of each. • • channelizing- -device,piece of:. i ,. i .,,, or service must exceed$200 in total cost for the duration of their need. In the event of!r ! =,;foereeer will what is usually anticipated by a prudent The cost for these items wil by agreed price, price . the ,'or1�y force account. Additional items required as a result of the contractor's !! a !.: « :'r , too the traffic c control plans) appearing in the contract shall not be coveted by the provisions in this paragraph. If the total cost of all the work under the contract indorses or decreases by more than 25 percent,an equitable adjustment will be considered for the item `Traffic Control" to address the increase or decrease. I Traffic control and maintenance for the safety of the traveling public on this pp ject shall be the sole responsibility of Contractor and all methods and equipment used will be sub t to the approval of Traffic control devices and their use shall conform to City of Renton standards and the Manual on Uniform 7P4c Control Devices. i Contrwtos shall not proceexi with any construction until proper train control has been provided to the satisfaction of Ems: Any days lost due to uuproper traffic control will be against Contractor's allowable contract time,and shall not be the cause for a claim for extra days to complete I the Wei 1-10.2(1 B 'Fraftle Control Supervisor P•, : T; . ,: l and 2 are revised as follows: I 48 1 (******) L A TCS shall be on the project whenever traffic control labor is required or as authorized by the Engineer. The TCS shall assure that all the duties of the TCS are performed during the duration of the contract. LDuring ironwork periods,the TCS shall be able to be on the job site within a 45-minute time period after notification boy the Engineer. 1-10.2(2) 1Yaftic Control Plans Section 1-10.2(2)is supplemented as follows: (******) The Contractor shall be responsible for assuring that traffic control is installed and maintained in conformance to established standards. The Contractor shall continuously evaluate the + ' : e•n of the traffic control plan and take prompt action to correct any problems that become evi t during operation. 1-10.3 Signs,and All Other Traffic Control Devices Section 1-10 is supplemented as follows: (******) At the end of each working day, provisions shall be made for the safe passage of traffic and pedestrians during non-working hours. all Barricades shall be reflectorized as specified in Part VI of the MUTCD, and shall be 3M diamond grade or equivalent approved by Engineer. Barricades shall also be equipped with flashers. L1-10.3(3) Construction Sips Section 1-10.3(3)paragraph 4 is supplemented as follows: ******> No separate pay item will be provided in the bid proposal for Class A or Class B construction signs. L All costs for the work to provide Class A or Class B construction signs'shall be included in the unit. contract price for the various other items of the work in the bid proposal. 1-10.4 Measurement Section 1-10.4 is replaced with: (****s*) No specific unit of measurement will apply to the lump sum item of"Traffic Control". No adjustment in the lump sum bid amount will be made for overtime work or for use of relief fiaggers. 1-10.5 Payment Section 1-103 is replaced with: (******} Payment for all labor;materials,and equipment described in Section 1-10 will be made in accordance withSectiorn 1-04.1,for the following bid items when included in the proposal: "Tirade C'oiurc l,"lump sum. - - - - - 1-11 RENTON SURVEYING STANDARDS The following is a new section with new subsections: (******) 1-11.1(1) Responsibility for surveys All surveys and survey reports shall be prepared under the direct supervision of a person registered to iit practice land surveying under the provisions of Chapter 18.43 RCW. L 49 2 I All and stormy�repsrrts shall _. e.,. , _a Engineer;accordance w the Surveyors �+ abt �1@ by the of.. 63!*1t;;k $•9 fo ilV � ¢ ✓FWikR;: ors ons of Chaiter 18.43 R. * . 141.U2) SurveY Datum and Precisi°0 The biorizontal component of all surveys > have as its coordinate base. The North"Aa rican Datum of 1983/91. All horizontal l for ects nn st be r enced to or in ccum` a , ' . of ttvo of the�ofR 's°S N�" ts. Q MG+ values Will be shown on the survey drawing Per RCW 58.09.07©. The hs ►ntal coat onearrt of all shall meet or exceed the clear*r qu. r WAC 332- 13t3 .' The lines for surveys moat oc end ttte a Class A survey revealed in Table 2 of the Mini». Requirements i r,11 ' i/ C�;Land Title surveys�ly at?�� and it d ALTA am! A in 1992 or comp e closure and preesmon ratio fi at :in ` o .R 1 4. s:1 and tie ` of traverses Band survey control shall be r ri d on + e of the survey as shall the method of adjacent. horizontal .,.,, e m 1 -,,. of the control :<[•'f t s The ' sbaU 1:tit at 1 t In 1 3 4 ion m ! 1,9 x!1 �analysis a 95 confidence.level and performed to Federal e Standards control as de in ACe>o''r l & t o ` t for Using OPS Relative Positioning Techniques dated A 1, 1989 otr , bpi Cr �t9•+-le.O:t infuse. r `�of. �t. The vertical.co component of all surveys shall be based_on NAVD 1988,the North A,me Veal Dan:of'1988,and tied to,at least one a of the eafamon rvey C 1N bee If there me two within 3000 feat of the site a tie to boot o=de The this) used will be?shown on tie drams 1 a ` of Renton baaab a t does not eat wkhin 3000 feet of a project,one must be set on oar near.the project an a � that will remain intact throughout the duration of the project. source of e ` (ienchamark)will be on the drawing,as well as a of any beats marks estsblishsxl. I-11.1(3) Subdivbdon Information Those cyst on�s ion shall reveal tip controlling monuments used and the subdivision of the applicable e quarter section. Those surveys dependent on r of a cr short plat shall reveal the controlling monuments; ts,and methodology used that 1-111 11.1(4) lid Notes .notes l be in conventional fcnnat in a standard bound field book with „ , In w alaiele onic data Hector bused field nmst also be kept with a a record aft and b line traverses station occupations what easurements vier*mimic at each porn. _ Every oint�located set shall be identified by a nor a deecri on. numbers shall be w is e ca job. The al=-,erred an d ofp numbering is" notebook land a Peiet set on that . : 1 t1*her first = , tk k or 16 of field 348 Abe identified as Pomp Io 348.1•,t11,the :_�, t , p woe d be 348.11602,etc. U1)°114)°114)completion of a of Renton 4 3 'act either the field notebooks).provided by the or`the original field ata�otebool used b i surveyor will be given to the +City. For all other wow surveyors wd1 provide a copy o the notes to the Eby n request. In those cases the an electric data collector is used,a hard copy pen t out in A► text format will accompany the field notes. $0 141.1(5) Corners and Monuments Corner A point on a land boundary,at the juncture of two or more boundary lines. A monument is usually set at such points to physically reference a corner's location on the ground. Monument Any physical object or structure of record which marks or accurately references: • A corner or other survey point established by or under the supervision of an indiviidual section 1-11.1(1)and anycorner or monument established by the General Land Office anti its successor the Bureau of Land Management including section subdivision corners down to and including one-sixteenth corners;and • Any permanently monumented boundary, right of way alignment, or horizontal and vertical control points established by any governmental agency or private surveyor including street Lintersections but excluding ftent interior lot corners. 1-11.1(6) Control or Base Line Survey Control or Base Line Surveys shall be established for all construction projects that will create permanent structures such as roads,sidewalks,bridges, utility lines or appurtenances,signal or li poles,or any non single family building. Control or Base Line Surveys shall consist of such n of permanent monuments as are required such that every structure may be observed for staking or"as- buniting"while occupying one such monument and sighting another such monument. A minimum of two of these permanent monuments shall be existing monuments,recognized and on record with the City of Renton. The Control or Base Line Survey shall occupy each monument in turn, and shall satisfy all applicable requirements of Section 1-11.1 herein. LThe drawing depicting the survey shall be neat, legible, and drawn to an appropriate scale. North orientation should be clearly presented and the scale shown graphically as well as noted. The drawing must be of such quality that a reduction thereof to one-half original scale remains legible. If recording of the survey with the King County Recorder is required,it will be prepared on 18 inch by 24 inch Mylar and will comply with all provisions of Chapter 58.09 RCW. A photographic Mylar L of the drawing will be submitted to the City of Renton and, pea their review and acceptance per the specific requirements of the project,the original will be recorded with the King County Recorder. If recording is not required,the survey drawing shall be on 22 inch by 34 inch Mylar, and g the original or a photographic Mylar thereof will be submitt to e City of Renton. The survey drawings shall meet or exceed the requirements of WAC 332-130-050 and shall conform to the City of Renton's Drafting Standards. American Public Works Association symbols shall be used whenever possible, and a legend shall identify all symbols used if each point marked by a symbol is not described at each use. An electronic listing of all principal points shown on the drawing shall be submitted with each L drawing. The listing should include the point number designation(corresponding with that in the field notes),a brief on of the point,and northing,casting,and elevation(if applicable)values, all in ASCII fort,on 'r PC compatible media. _ _ - - 1=1r1 precision Levels Vertical Surveys for the establishment of bench marks shall satisfy all applicable requirements of section l-05 and 1-11.1. LVertical surveys for the establishment of bench marks shall meet or exceed the standards, ons and procedures of third order elevation accuracy established by the Federal Geodetic ntrol Committee. to Bench marks must possess both permanence and vertical stability. Descriptions of bench marks must be complete to insure both recoverability and positive identification on recovery. L 51 I B. al 1-11.1(8) Radial and Station--Offset II Topographic:surveys�sat f*all apps�emsnts of section 1-11.1 heieirn« All poi occupied enr back si ,, t in developing radial topography ore at s ' far staff--offset to aphy :j a - •meat the requirements of section 1-11.1 herein. The drawing and a id wing. requirements. sin forth in se Lion 1-i 1.1 herein shall be observed for all topographic surveys. 1-11.1(9) l ttelia1 Topography Elevations for�pc a occupied or back sighted in a radial topographic�shag.be determined either by 1) spirit lei with ` not to exceed 4.1 feet or . Committee turd order elevation accuracy C►R 2)tri wide elevation d« cees determined d is at least two directions for each point wide sr cicrsume the emit stet to a xcree�d d«1'feret. 1-11.1(10) a►tIoa--tl►# t s Elevat o s of me baseline and j posh shall be: d�rmined by, 1eceeffig and shall satiEsfy Federal fluid Control C'oait a as to the turn points ail sal not a eceed 4«1 fcxs error as nr ankle shot$. 1-11.1(11) 'Aar-Built Survey All it rro to be "as `lt"' survey) per City of f o ,; TITLE 4 Bu lding Retg tions and TITLE l c Ways and Property, moue. -. both ho vertically by a.Radial survey or by a Station o suave 1"he survey iinist be bad saute base line or� �used for the oft „ « z c the « v nits "as#mih". The"as lf,survey for all subsurface m ►xn sits , , ;,, occur prior to . Clerse coupe anion the installing contractor and the " g" surveyor is d required. All "as-built" surveys.shall satisfy the re ui of tan 1-11.1(1) herein and shall be based upon art base lne surveys made its conformance with tt a Specifications. ii The f notes for"amt" shall meet:the t- = ; Ott. ': of section 1-11.1(4) h as with : , _; a and signed "as-built" drawings j , ; includes a stmt certifying the act of the was + + t". I' The drawing and electronic mttic Listing requirements menu set forth in section 1-11.10 herein s l be observed for all"as-built"surveys. 1+11.1(12) Monument Setting and Referencing All qty at as defined in 1-11.1(5), established or reestablished on a plat or other recorded y shall be referenced by a pe nnanenn.marker at the corner poit per 1.11.2(1). In Si i where such markers are imptactsesti or in danger ofbeing destro e>d,a the ti out corners rf ,a witness marker shall be set In cases,this will;be the extension of lot line to a tack in lead in tine curb. The relati between the witness monuments and their respective corners shall be shown or . The- .on the of lilt or sure of record,e. *Tacks in lead on the e of the lot side it k have ber set in;' �' on ecat a i�iii�mie vmth llne curb. In all other es the corner shall meet the requirements s of section 1-11.2(1)herein. All non corner monuments,as defined in 1-11«1(5),shall the requirements of section 141.2(2) herein: If the monument falls with in a paved of a right of way or other area,the monumthe Shall be sot below the ground surface and contained w.meet.thn a lidded case kept from the m and flush with the pavement surface,per section 1:11.2(3). In the case of i of centerline monument all innts of c rvature of tangpm (P1)),street intersections,center pats of cul-dew shall be sere. If tine pow otcrtn 52 I the of a curve fall within the paved portion of the right of way,a monument can be set at the PI instead of the PC and PT of the curve. is For all non corner monuments set while under contract to the City of Renton or as part o_f a Ci of Renton subdivision of fir a City of Renton Monument Card (furnished by the city) identifying the momument,point of intersection(P1),point of tangency(1''I),point of curvature one-sixteenth corner, Plat monument, street intersection, etc., complete wit a desipton of the man ,a minimum of two reference points and NAI)83/91 coordinates and NAVD 88 elevation shall be filled out and filed with the city. 1-11.2 Materials 1-11.2(1) Property/Lot Corners Corners per 1-11.1(5) shall be marked in a permanent manner such as 1/2 inch diameter or 24 inches in length, durable metal plugs or caps, tack in lead, etc. and permanently marked or tagged with the surveyor's identification number. The specific nature of the marker used can be determined by the surveyor at the time of installation. 1-11.2(2) Monuments Monuments'per 1-11.1(5) shall meet the requirements as set forth in City of Renton Standard Plan 113 and permanently marked or tagged with the surveyor's identification number. 1-11.2(3) Monument Case and Cover Materials shall meet the requ irements of section 922 and City of Renton Standard Plan 113. 2-!11 CL�EAItING,GRUBBING,AND ROADSIDE CLEANUP L 2-01.1 Description Section 2-01.1 is supplemented as follows: (***** ) The limits of clearing and grubbing (construction limits) shall be defined as being the construction limit lines as.shown in the Plans. Where, in the opinion of the Engineez any trees abutting or adjacent to the limits of clearing and grubbing are damaged and require removal,the Contractor shall remove such trees. Any trees flagged by the Engineer to remain within the clearing and grubbing limits shall be left undamaged by the Contractor's operations. Any flagged trees which are damaged shall be replaced in kind at the Contractor's expense. Existing Iandscapinn outside the construction limits, including but not limited to, sod, rockeries, beauty bark,decorative gravel or rock,bushes,and shrubbery shall be protected from damage. The owners shall be responsible for removing and/or relocating irrigation equipment,trees, shru ornamental plants, and any other decorative landscaping materials the harts that they wish to save. The Contractor shall „ e property owners 18 days' written s�prior to removing lan�materials. All - p * o j materials that remain rri the construction limits after that tame shall be rived and A of,by the Corn in accordance with Section 2-01 of the Standard Specifications,these Special Provisions,and the_ins._ The tor shall l . receive approval from the Engineer prior to removal. 2-01.2 Disposal of Usable Material and Debris Section 2-01.2,is supplemented as follows: (******) The Contractor shall dispose of all debris by Disposal Method No.2-Waste Site. to 2-01.5 Payment Section 2-01.5 is supplemented as follows: (******) 53 The l am price for"Clearing and(3ruhbin'shall be fetll coon four all described bete* shown in the Puns,including removing trees and shavbbe nr where shown lit the flans and directe d hY the 2-02 REMOVAL OF S'`1ltUCT'U AND OBSTRUCTIONS 2-02.3(3) Removal of Pavement,Sidewalks,and Curbs Section 2-02.3(3)is revised and supplemented as follows: (****** Item"1."is revised as follows: In ' pavement,sidewalks,driveways,and curbs,the Contractor shall had broken-up pieces to some o ect site. The section.ie F14 ,,..FF :{.t'=.8 as;t'atiows: When an area E,., -pave t,sidewalk,or driveway has been removed is to be op to traffic before v patching as been completed, temporary mix asst � patch shall be • Tenn o racy patching shall be placed to a minimum depth of 2 inches lately:after backfilling and compaction are complete,and before the road is opened to traffic. MC cold or MC hot mix shall be used at the discretion of the Engineer. Section 2-02.3(4)is new: ****** 2-02.3(4) Cu�Pavemee Sidewalks,and Curbs All transitions to or : driv9eways,per.lots.c ): and walkways shall be vertically sa ecut. with'strati unan� edges. Ems x pavemaent on Avenue NE that will he removed flat utility installation # he cut with a ' - , provided the wheels ut is full-dew and no i occurs to the pavement ` , is �. All portions of the pavement that are wheelcut shall receive a final saw cut one foot beymid the prim to final patch. Neither impact tools nor pavement breakers may be used for trench crossing of existing. pavement. Trench crossing of existing pavement shall be vertically sasvca. Where -s is to be placed integral ,asPhalt pavement, as shown on the Plans,the Contractor shall f e._. extra precaution to make a neat, cut, and shall sawcut v regardless of of necessary. I1 in of the Engineer,t1 ciit is not sat'tsfctory due to Contractor's workmanship or the Contractor shall fix the problem to the salon of the Fines at no extra cost to the Owner. Section 2.02:3(5)is new: 2-02.3(5) Removing Storm Sewer Pipes and Culverts Contractor shall remove existing storm,sewer pipes and culverts as indicated in plans or as directed by the enimeet Where pipes are to be removed,the resultant void shall be backf Od per Section 7 08.:x. 2-02.3(5)(A)Abandoning Rdsdng Pipe Abandonment and lAngilinlit of Pi Pe shall be included in the imp sum contract price for`Removal of Strti�re Obstruction". No will'be made Section 2-02.3(6)is new: 2-02.3(6)Removing F ence Where indicated in the plans,and as directed by the Engineer,the Contractor shall remove existing fences. The Contractor shall restore the ends of existing fences to remain by providing additional lwsts,foundations and fence bets awl.otheer won as rigid to provide a stable end to the fence that In ches the quality and appearance ofthe existing fence. 2-02.4 Measurement Section 2-02.4 replaces the existing vacant section: 54 Sawcuuing existing cement and concrete pavements shall be measured by the linear foot in al the sawcut, frill depth. 7« of pavement will not be measured for separate payment, but be included in other items of Work. Removal of existing fences will be measured by the linear foot of,`fence actually removed. Restoration of existing fences will be included in the fence removal and will not be specifically measured for payment. 2-02.5 Payment Section 2-02.5 is supplemented by adding: (******) "Saw CtW. ,per Lineal Foot. "Remove Si ,per Square Yank "Remove Curb and Gutter",per Lineal Foot. "Cold Mix",per Ton "Remove Asphalt Concrete Pavel-mat,'per square yard. "Remove Cement Concrete pavement,"per square yard. "Remove existing "per "Removing Drainage Structure,"per each All costs related to the removal and disposal of structures and obstructions including saw cutting, excavation,baclrfilling and temporary asphalt shall be considered incidental to and included in other items unless designated as specific bid items in the proposal. If pavements, sidewalks, or curbs lie within an excavation area and are not mentioned as separate pay items,their removal will be paid for as part of the quantity removed in excavation. If they are mentioned as a me item in the proposal, they will be measured and paid for as provided under Section 2-02. and will not be included in the quantity calculated for excavation. it 2-03 ROADWAY EXCAVATION AND EMBANKMENT L2-03.3 Construction Requirements Section 2-03.3 is supplemented by adding the following: (******) Roadway excavation shall include the removal of all materials excavated from within the limits shown on the plans. Suitable excavated material shall be used for embanlmients, while surplus excavated material or unsuitable material shall be disposed of by the Contractor. Earthwork quantities and changes will be computed,either manually or by means of electronic data Processing eq iipmalt,by use of the average end area nnethod. Any changes to the work as by Engineer that would alter these a ,;: i titles shall be calculated by and submitted to the Contractor for his review and v ' :lion. Any excavation or embankment beyond the limits indicated in the Plans, unless ordered the Ems,shall not be paid for. All work and material required to return these.areas to their original conditions,as directed yb the Engineer,shall be provided by the Contractor at his sole expense. All areas shall be excavated, filled,and/or backfilled as necessary to comply with the grades shown on the Plans. In filled and backfilled areas, fine grading shall begin during the placement and the compaction of the 614� In cut sections,fine ading shall begin within the final six(6)inches of cut. Final grading shall produce a surface which is smooth and even,without abrupt changes in Vie- Excavation for curbs and gutters shall be accomplished by cutting accurately,to the cross sections, grades and elevations shown. Care shall be taken not to excavate below the specified grades. The contractor shall maintain all excavations free from detrimental quantities of leaves,brush,sticks,trash L and other debris until final acceptance of the Work. SS Folto g ream • or airiavaii art to t and be>bra p of fills or base course,the subgrsde under shall be to ideant fy any so$ or loose areas which may warty aulrfiti'oniil compaction or excavation and The,Contractor shall provide temporary drainage or protection to keep the siubgrade flee from standing voatar. ACt ble a avated native soils usod for fill in the area >a 'i ass' fills. be abin to place excavated material at the a , a s;, 4fi moisture contan to . ..i,'d the specified Cote tepee. Aye used for fill i :, >be free of organics and debris and a pie It shall be the responsibility of the Contractor to . i the native materials from be, mg saturated with water. The measures re the saincl�ude If. ark ,. chain, compacting take the risetatialts, and runoff diverting away m the mate ials. Il. !i. i.6 3 s e+ # thils to t such preventative any costs or tray related to drying the materials shall be at his own eat. If the naive materials become saturated, it shall be the responsibility of the Contractor to dry the materials,to the optimum moisture content. If subpade >is oat on the project,all portions of Section 2-03 shall apply as though a stiigialle trimmer were ed If sufficient ,a .a E a native soils, as determined by the Engineer,he are not available tot of Gravel Borrow meeting construction 03.14 of the Standard cations lete- shall be used. 243.4 Measurement Section 2-03.4 is supplemented by adding the Mlovinic �**fir**x� At the discretion of tho engineer excavation„borrow excavation,. and un l foundation 1 excavation-by the cubic yard(a dji r swell)may be measured by trtwk i n the �' at the of loading. The contractor shall provide truck tickets for'each toed removed. ticket shave the truck number,time and date,and be approved by the engineer. 2-03.5 Payment Section 2.03.5 is revised as follows: (******) Pays will be made for the folio'. bid items when they are included in the Proposal: I Excavation luc Haul, Per Cc Yard and Replacement of ` le Foundation Material,"Per Ton "Gravel Borrow Including Haul,Per Ton "Roadway Excavation ii. s i Haul" shalt be in cid l and part of the bid iten s) provided for the inestallat on a i the utility n aced appurtenances. When the Engineer excavation below sub ode, than ymbe� be ine accordance w the item ` t+emo'val and _ Replacement of Unsuitable F vernal" In this all-it of work otltes�tita3r r y excavation shall be paid at unit contract prices. The unit . price peer cubic yard for"Roadway o Excavation Including Haul"shag be full pay for excavating,loading,placing,or otherwise disposing material The per cubic yard for "Removal and Replacement of Unsuitable Foundation Material"shall begi pay for excavatirig,loading,and disposing oft mil. Payment.for a mbankm nt compaction will not be made as a separate item.All costs for embankment compaction shall be included in other bid items involved. 56 I 2-04 HAUL �l 2-04.5 Payment Section 2-04.5 is revised and supplemented as follows: (******) All costs for the hauling of material to,from,or on the job site shall be considered incidental to and included in the unit price of other units of work. 2-06 SUBGRADE PREPARATION 2-06.5 Measurement and Payment Section 2-06.5 is supplemented by adding the following: (******) Subgrade preparation and maintenance including watering shall be considered as incidental to the construction and all costs thereof shall be included in the appropriate unit or lump sum contract bid prices. 2-09 STRUCTURE EXCAVATION 2-09.1 Description Li Section 2-09.1 is supplemented by adding the following. (******) This work also includes the excavation, haul, and di sal of all unsuitable materials such as peat, muck,swampy or unsuitable materials including buried logs and stumps. 2-09.3(1)D Disposal of Excavated Material Section 2-09.3(1)13 is revised as follows: (******• The second paragraph is replaced with: All costs for disposing of excavated material within or external to the project limits shall be included in the unit contract price for structure excavation,Class A or B. i The third paragraph is replaced with: If the contract includes structure excavation,Class A or B,including haul,the unit contract price shall L include all costs for loading and hauling the material the full required distance, otherwise all such disposal costs shall be considered incidental to the work. 2-09.4 Measurement Section 2-09A is revised and supplemented as follows: ci***** Gravel:ba Gravel backfll except when used as for culvert, storm sewer, sanitary sewed,.manholes, and catch basins,will be measured by the is yard in place determined by the neat lines required by the Plans or by the ton as measured in conformance with section 1-09.2. 2-09,5 Payment Section 2-093 is revised and supplemented as follows: (******) Payment will be made for the following bid items when they are included in the proposal: L "Structure Excavation Class A",per cubic yard. "Structure Excavation Class B",per cubic yard. "Structure Excavation Class A Incl.Haul",per cubic yard. "Structure Excavation Class B Incl.Haul",per cubic yard. �mr 57 I Payment fee reconstruction of suurlitchigand paving within the limits of structure excavation will be at • the applicable unit prices for the items involved. If the Engiimer orders the Contractor to excavate below the elevations shown in the plans,the milt cubic yard for "Suture Excavation Class A or B" will !p, ' But if the Connector excavates deeper than the plains or requires,the tlut ConiractmgAintirty will itot pay for material removed from below the required elevations In this case,the,Co at no expense to the b.!,a -... _ �►cy,shall let with concrete or c► r. •Materials,approves. The E t,l" contract price per� yard stall be...full pay for all lobo ,' . s, tools, egwpm a nt,r 7�or be included 111 the unit bird o other items of `i'� � Excavation"or Structure Excavation mncl Haul"are not"li�ste pay items in the contract- "Shoring a� or `rya Excavation Class B",per a . Rye-foot. �]� The •nit contra pric per�. e F:.�4i!U all ex av lly ..a a, c a a_® a other work required when extra excavation kt used in lieu of constmcting shoring. . Indoliini material is required or the lid of the strutxtre OICaVatiOno it Shell also be requited as baelcfill material for the tetra excavation A the Contractor's expense. Any excavation or btit;kfill material being paid by unit shall be by the 85.R•r=R true neat line metastiremeit of the excavation and not include the extra excavation . m'id the neat line. If th re is no tad rtem for sharing ore*. a aviation Class B on a , - fort bpi ands unite of tutexcavation is stich that a >:;8,a, or extra orcavation is requi ed as + ' a r.i a..# by the Pfginirw,then shoring or extra excavation : : be etuisidered incidental to the work involved and no further compensation shall be made. "Gravel for(Type of Excavation)",per cubic yard or'per Ton. ""'�Density ",per cubic yard. When gravel back ill is paid by the ton,the Contractor shall take care to assure to the satisfaction of the EntOneer that such per�t�on ill is only .:`i used for the specified } and for i ,f i .�;'• is incidental or being paid ! cubic yard. Evidence that ton �vel : .,., 1 is not being. used for its designated purpose shall be grounds for the Engineer to deny payment for such load tickets. Section 2-14 is new 2-14 MODULAR BLOCK WALL. 244.1 Desetiptiou Work tiler this section includes furnishing and installing cement come mo buck reta>mng wall units as specified herein at the locations shown in the Plans and as directed by the Engineer in the field. This-vim Flu .; d R oa _ the ffou titnt ,drag,alb idling leveling unit fill and b a% 'i t :'88'88 . i 5 installing all materials required of the retaining visa as"shaven on the Plans. I?x-14. A+La>t Masonry Materbais • Masonry unit materials shall meet the following requir nts: ASTM C90-85,Hollow and 3+e eirn asonry X7a s. •AS'I'M 0140 7.5, ... e ."! _ and Tr:eating.Concrete Masonry Units. ASTIvt 0145-85,Soli. Load Bearing Concrete Masonry ts• Concrete wall units shall have a rtininium net 28-day compressive sdren3th of 3,{X30 psi. The concitte shall have a maximum absorption of 6 to 8 pounds per cubic foot. $8 L • Exterior dimensions may vary in accordance with ASTM C90-85. The dimensions, weight, and setback of block units shall be as required by the block manuf or qualified licensed engine for the wall type and size as specified, In addition to the design cl /engineering calculations for the this proposed product that clearly indicate the suitability of the proposed product for the applications L of project Units shall be interlocked as to provide a minimum%-inch setback per each course of wall height(1:16 batter). Units shall have angled sides capable of concave and convex alignment curves with a minimum radius of 3.5 feet. Supply special units as requited to execute the design concepts. Units shall be interlocked with a mechanical or fiber-glass pin shear system. Mortars and/or adhesives are not acceptable shear systems. LThe face of the wall shall offer a rock-face type appearance.Modular block units shall be of a design that is suitable for retaining walls and not garden or landscape type design. Color of unit shall be miff. LUrdt Fill Fill for units and the 1-foot zone behind the units shall meet requirements of Section 9-03.12(3)for gravel backfill for walls except that 100 percent shall pass the 3/4-inch square sieve. 2-143 Construction Requirements Submittals Submit sample of each different unit for approval. Submit shop drawings of the wall layout for approval pp rior to beginning work on the wall. SMp drawings of walls of 5 feet in height shall bear the stamp of an engineer registered to practice in the te of Washington showing aPProlniate wall stability calculations. The Contractor shall submit catalog cuts of the modular blocks and shop drawings of the wall layout for approval Prior to beginning the work. Provide copies of the manufacturers installation instructions at least two weeks prior to beginning the work. Should a conflict arise between these specifications and the manufacturer's instructions,the more rigorous specifications shall apply. Installation shall conform to the manufacturers recommendations for the type of unit furnished. Co ' n of the backfill for the modular block retaining wall within 3 feet of the back surface of the blocks be accomplished by a hand-operated plate compactor. Compaction shall meet the requirements of Section 2-09.3(1)E. Li Walls shall be constructed at the locations indicated in the Plans and as staked otherwise by the Engineer in the field. Since a majority of this work will be ormed immediately adjacent to i private property,the Contract/A.shall complete the wor�a timely fashion and shall grade the--areas- - subsequent-- -.. ...-.'. . up-- -by such-work at the completion of the ever work may be performed in these areas later in the project. The Contractor shall excavate to the lines and grades staked in the field. The Contractor shall be carefml not to disturb embankment materials beyond lines shown unless otherwise directed by the Foundation Soil Preparation 'on soil shall be excavated as for a 6-inch-thick pad beginning 6 inches in front of the wall face and extending back to the 1 of the modular unit. The bottom wall shall be embedded a minimum of 1 inch per each 8 inches of wall height. 59 Foundation soil shall be examined by the Engineer to assure that the tins.actual foundation soil strength meets or exceeds assumed design strength. Soils not meeting required strength shall be removed and replal `gravel borrow compacted to 95%of maximum density. Base Levan Pout Leveling Pad mat ials slain be top course and shall be placed as shown on the Plans upon in situ soils, to a thickness of 6 inches. Materials shall be compacted so as to provide a level hold surface on which to place the first course of units. Companion shall be to 95 maximum qty. Materials be so as to provide a level surface on which to place the fist course of units. The leveling pad sly prepared to ensure complete�'ofretaining wall unit with base. Unit Installation First course of concrete wall units shall be placed on the base pad. The units shall be the d fix level and alignment. The first • the most important to mimic accurate and acceptable results. Units are placed side by side for hill _.6!E of wall alignment. Alignment may be accomplished by means of a string ling or o$cet from base inn. l fiberglass connection pins and fill all voids in wets with unit fill material. all a material from top ofunits and i ahl next course. En sure each c c etely un n' backfhled,and compacted prior to i to next course. Lay iv each course ensuring that pins protrude into ailjohling co rses above a m m of I inch. Two pins are required per unit. Pull each unit forward,away from°the enabankz en;, `.- i pins in the previous course and barolcfill as the course is convieted. 'Repeat ire to the exteft of wall As appropriate,where the wall changes elevation,units can be stepped with grade or tunaoed into the embankment with convex return eecl. Provide buried units on compacted leveling pad in area of convex return end. Cep In st anion Place cap units over 1 r' 8 R to r a, pins from wilts below Pull forward to set back position,Beek fill and to flitislied y r. Provide permanent mechanical connection to wall units with constnietion adhesive or epoxy. Apply adhesive or epoxy to bottom surface of c units and install on units below. 2-14.4 MEASUREMENT I Measurement of"Modular Block Wall'shall be per the square foot of the exposed face in place as measured by the vertical faze from the top of the wall to the final grade at face of wall. It Including:excavation,leveling for base,modular units and shear system,block fill,geotextile fief gravel tackfill for drain,4-inch trade rd ain pipe,4-inch drains,connection of dram to exist mg drainage stems,and otter miscellaneous supplies. I Measurement of"Crushed Surfacing Top Course,for the Base Leveling Pad"shall be per ton for base placed within the limits shown in the Plans and in these Special Provisions. Measurement of"Gravel Borrow Incl.hail,"shall be per ton for overexcavation and back&ll in areas of soft soils. 60 I 2-14.5 Payment Payment will be made in accordance with Section 1-04.1,for the following bid items: "Modular Block Wall,"per square foot The unit Contract price per square foot for `Modular Block Wall" shall be full compensation for furnishing an labor, tools, materials, and equipment necessary to construct the wall other than the CSTC base leveling pad and gravel backfill. "Crushed Surfacing Top Course,"per ton DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS r . 5-04 HOT MIX ASPHALT 5-04.1 Description L (.4,4,4,4'41) Section 5-04.1 is supplemented by the following: This work includes constructing HMA pavements including CSTC base;construction HMA driveways including CSTC base;construction CSTC gravel driveways. 5-04.2 Materialac Section 5-04.2 is revised and supplemented as follows: (******) Delete the second and fourth paragraphs of this Section. The base course shall be untreated crushed surfacing. Asphalt concrete shall meet Class B grading requirements. Temporary patch shall be cold or hot mix. iL 5-043 Construction Requirements Section 5-04.3 is supplemented as follows: (*****•) Sider Restoration The existing striking of disturbed asphalt shoulders shall be removed to a minimum depth of 6 inches below original street grade to provide for placement of the new subgrade and paving. The subgrade shall be constructed of 11/4 inch minus crushed surfacing base course placed to a compacted the-of 2' -iris --followed- .-5/8-inch-nimus-e�ru shed-surf - - _ _. _.-.__-.�--- by 5/8 -top-course placed to a- --�-- .. compacted thickness of W2 inches. Class B asphalt concrete shall then be placed and compacted in 2 inch lifts up to a maximum 4-inch thickness to match existing pavement thickness. Minimum thickness shall be 2 inches. The shoulder shall be replaced to the limits as shown on plans,or at the Engineer's discretion. Asphalt Concrete Patching and Overlay Contractor shall maintain temporary cold or hot mix asphalt patches daily during construction to the satisfaction of the governing road agency and the Engineer until said patch is replaced with a 61 • pent hot patch. ilia ant hot mix amt patch shall be placed and sealed with a paving grade shalt vritlim 30 caleraliir clays. Private Drivea►aya Where a private driveway is damaged by either caismiction of the project or by the Cmntcac tcnr's use and activity osn the Vii,it shall be repaired to the satisfaction of the property 01;viler,the City,and to II its original or bets Damagedasithalt-concreft driveways shall be isigmedliy saw cutting to a straight line and replacing a full width section. Damaged c -concrete driveways shall be removed to the nearest joint(real or dummy)and replaced with a full width section. Damaged gravel` driveways shall have crushed surfacing pied and compacted to a�m depth of 4 inches. Curbs,Gutters and Sidewalks Existing curbs,gutters,and si4hsNitallesIdamaged by construction of the woject or the 's use and activity,shall be repaired to the satisfaction of the City and to its original condition or better. 5-043(5) Comikiotsing gifts fang Surface Section 5-04.3(5)is supplemented as follows: (***** The Contractor shall maintain surface contour unless otherwise instructed maintain existing during patching, by City Engineer or,King County in . -06 .3(5) A Neptuvitiois ofExistfngSnr Section 5-04.3(5)A is supplemented as fallow The Contractor shall provide his own mechanical sweeping equipment The sweeper will be as the Project prior to the start of paving,to insure the streets to be paved are clean before the tack coat is apph d. The sweeper will l keep the streets clean ahead of the paving machine and clean the streets behind the empty trucks that have dumped their loads into the paving machine. The sweeper must I sweep all streets made by the Contractor's ea st. If the paving machine hine is"walked"from one site to another,the sweeper must sweep ug behind paving Vie. The sweeper shall not leave the overlay site twig given permission by the City's ittspectm: All utilities shall be painted with a biodegradable"soap"to prevent the tack and ACS'from sticking to the lids. Diesel will not be used. After the application of soap,catch basins must be covered to prevent tack and ACP from getting into catch basins. Preparation of surface shall be done as outlined in this section and a tack coat shall be applied at there of 4.02 to 008 gallons Per square Yard. Payment for Preparation ofthe surface and application of the tack coat shall be considered incidental to the paving and no separate payment shall be made. The-C44mtractor. .locate all ft ht o �+a isr any •pav n and maw the lei atiuig by means of painting a critic around the location and scooping a portion of asphalt 4"-6"in diameter and the depth of the overlay from the center of the utility location. II The Contractor shall locate and completely expose gas and water valves for access immediately after final rolling. • The day following the start of application of AC I;*utility adjustments must begin. The Ca ractor shall have an adjustment crew adjusting utilities every workable working day until adjustments are complete. . I 62 During the adjustment of any utility,existing concrete bricks or grouting material that has been broken or cracked shall be removed and replaced at the Contractor's expense. L Utility adjustments must be completed within 15 working days after overlay is complete,and within the specified working days. Payment far utility adjustments includes all labor,materials,tools,and equipment necessary to complete the adjustments and is incidental to pay items for Asphalt Patch and Asphalt Overlay. 5-04.3(7)44 Mix Daly: Item 2 is deleted and replaced with: 2. Nonstatiaaical HMA Evaluation. The Contractor shall submit a certification that the mix design submitted meets the requirements of Sections 9-03.8(2)and 9-03.8(6). The Contractor must submit the mix design using DOT Form 350-042 EF. Verification of the mix design by the Contracting Agency is not needed. The Project Engineer will determine anti-strip requirements for the HMA. Ill The mix design will be the initial job mix formula for the class J (RAP) of mix. Any additional adjustments<to the JMF will require the approval of the Project Engineer and may be made per Section 943.8(7). 5-04.3(8)A Acceptance Sampling and Testing—HAIR Mbettore Item I is deleted and replaced with: (*****) 1. General. Acceptance of HMA shall be as provided under nonstatistical or commercial evaluation. Nonstatistical evaluation will valuatto wil be used for the acceptance of HMA Commercial evaluation will be used for Commercial HMA and for other classes of HMA in the following applications:sidewalks,road approaches,ditches,slopes,paths,trails,gores, prelevel,and pavement repair. Other nonstructural applications as approved by the Project Engineer.Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Engineer. The proposal quantity of HMA that is accepted by commercial evaluation will be excluded from the quantities used in determination of nonstatistical evaluation. Item 7 is deleted. contru_r. .. _ _ - Replace Section 5.04.3(10)B with the following: (*****) LSub-base shall be comliacted to 95%of the maximum density by the Modified Proctor Test 14t ASTM D 1557. Compact asphalt concrete patch and paving to 95%of maximum compaction. 544.3(13) Surface Smoothness The second sentence of Section 5-04.3(11)is deleted and replaced with the following (******) r 63 The coampletrxl surface of the wearing course s not vary more than''-ich from the lower edge of a 10-foot placed on the surface parallel to centerline. 5-04 - 14) Bituminous Pavement Theme poiligraph of motion 5-04.3(14)is deleted and replaced with the following pitegit4 shall be p evJr formedi in a meaner such that the ,, ,_ pavement is tom. broken or •otherwise mj i planing f f surface of the A 11 pa be slightly grooved or roughened c to inism.e a braid when overbid. In e g 1A6, layer pavements,care shall be taken that the plaidils does not penetrate into the subgr The - wdI deteimine the planing depth in these idinations. The Contractor shall remove from II the cam`workers who am ly and carelessly puncture the existing pavement with the e meat. The fourth sentence of the fourth paragraph of this section is deleted and replaced with the following: The third paragraph of Section 5-04.3(14)is deleted and replaced with the following: The shall not be utilized at RAP without val. 'Unless otherwise provided,the !��shall provide a waste for the of materials as Section 2- 03.3(7)C. Pavement shall be planed as designated in the Plans,or as directed by the Engineer. r. The Contractor shall coordinate planning paving so that no planed is fur more than five world*days. RemOval of the s: wedge for final paving shall occur five working days. All costs for and rss .navhng the asphalt wedge shall be included in the unit price for p1aiming bituminous pavement. Liquidated damages,in accordance with Section 1-08.9 of these n$, will be deducted from monies due the Contractor for failure to pave the roadway planing within the time specified. 5.011.5 ,14 Priee dloijszstrnents for Q lfty u I ne Section sn deletttd and replaced with: (*****) Statistical analysis of quality of gradation and asphalt content will be performed based on Section 1-06.2 using the following price adjustment factors: Ta ble of Price Adjessement Factors CAvitstituent Factor"1" A,ll g 1 'r 1;'4s, ",31*h No 4 s ieve�s 2 • Ail aggregate 3o 8,No 16,No.30,No.50,No. 100 3 All aggregate passing No.2(X)sieve 20 Asplt binder 52 -_.--._ _.:._.,_--?.. Apayfactor will 'calc calculated f+ stiffs l d Section 9-03.5(?)foi the class of IA and for the. asphalt binder. 1. Nonstatistical Evaluation. Each lot of RMA produced under Nonstatistical Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit contract price with no further evaluation. When one or more constituents fall outside the nonstatissdeal acceptance tokintince limits in Section 9-03.8(7),the lot shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The nonstatistical tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist,backup samples of the existing sublots' 64 1 L or samples from the'street shall be tested to provide a minimum of three sets of results for evaluation. 2. Commercial Evaluation. If sampled and tested.HMAproduced under Commercial Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit contract price with no farther evaluation. When one or more constituents fall outside the commercial acceptance tolerance limits in Section 9- 03.8(7),the lot shall be evaluated to determine the appropriate CPF. The commercial tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist,backtup samples of the existing sublots or samples from the street shall be tested to provide a minimum of three sets of results for evaluation. For each lot of I1MA under Nonstatistical or Commercial Evaluation when the calculated CPF is less Ss", 1.00, a Nonconforming Mix factor(NCFM)will be determined. THE NCFM equals the algebraic difference of CPF minus 1.00 multiplied by 60 percera. The Job Mix Compliance Price Adjustment will be calculated as the product of the NCMF, the quantity of HMA in the lot in tons,and the unit contract price per ton of the mix. If a constituent is not measured in accordance with these Specifications,its individual pay factor will be considered 1.00 in calculating the composite pay factor. 5-04.5(1)B Price Adjustments for Quality of HMA Compaction Section is deleted and replaced with: (*****) The maximum CPF of a compaction lot is 1.00 L For each compaction lot of HMA when the CPF is less than 1.00,a Nonconforming Compaction ction � Factor(■CCF)will be determined. THE NCCF equals the algebraic difference of CPF minus 1.00 multiplied by 40 percent. The Compaction Price Adjustment will be calculated as the product of the NCFF The the quantity of Hin the lot in tons and the unit contract price per ton of the mix. . 5-06 TEMPORARY RESTORATION IN PAVEMENT AREA Section 5-06 is new section with subsections: (******) L5-06.1 Description Pavement areas that have been removed by construction activities must be restored by the Contractor prior to the end of each working period,prior to use by vehicular traffic. Within paved streets,the Contractor may use temporary pavement to allow vehicular traffic to travel over the construction areas. Temporary pavement shall be placed around trench plates or others devices used to cover construction activities in a manner that provides a smooth and safe transition between surfaces. _ _ Within paved alleys,the Contractor may use the compacted backfill to allow vehicular traffic to travel over the construction areas.'Trench plates or others devices used to cover construction activities shall Is be placed and anchored in a manner that provides a smooth and safe transition between and across surfaces. r 5-06.2 Materials The composition of the temporary asphalt pavement shall be determined by the Contractor to provide a product suitable for the intended application. The Contractor shall not use materials that are a Lsafety or health hazard. 65 Teary pavement material that does not form a consolidated surface after compaction shall be • ccaisidered unsuitable and shall be removed from the site. Unsuitable teams pavement shall be disposed of offsite.' 5-06.3 Cocoon Requirements C ill wry gold or hot'�nnix asphalt patches daily to the of the governing road yand ` " said patch is replaced with permanent trotpatch. The °f pave shall be free from r� ruts,bemnps, objectionable maths,or other The permanent hot mix asphalt patch shall be placed and sealed with a paving asphalt within 30 calendar days. The Contractor shall immediatelyxel►air,patch,or remove any temporary pavement that does not provide a flat transition between existing pavement areas. All terrporary asphalt pavement shall be removed from the site by the end of the prorject and shall not be used as permanent asphalt pavement or subgrade material. 6-123 Construction Requirements The rock unloading at the site will be done in such a manner as to segregate the rock by the size ranges indicated in •the predingparagraph. The walls shall be started by excavating a trench,not less than 6 inches or more than one foot below subgrade in excavation sections,or not less than 6 inches or more than one foot in the existbig R7 , ,i i , level in esnli;stionein section& Areas on which-d y.is tobep�shall be trunined.-. ., �to conform to the elevation,or slope indicated. The rock wall c rti�ction shall start as soon as possible upon the completion of the cut or fill section. Rock selection and placement shall be such that these will be no open voids in the face of the wall over 6 inches across in any direction. The rocks shall be placed and with a of oids. Particular attention shall be ` to the placing and k�', Hof the final course of all rockeries. 'The final course have a continuous appearance .and he to. minimize erosion of the baickfilh material. The larger rocks shall be placed at the base of the ray so that the wall will be stable and have a stable appearance. The rocks shall be carefully planed by mechanical equipment and in a manner such that the longitudinal axis if the rock shall be at right angles or p e pendicular to the rockery face. The rocks shall have all inclining faces slopping to the back of the rockery.. Bach row of rocks will be seated as tightly and evenly as possible on the rock below in such a manner that time will be no movement between the two After setting a course of rock all voids between the rocks shall be chinked on the back with quarry rock to elnninate any void sufficient to pass a 2 inch square probe. 6-12.3(1) Rockery Backer _ _ The vWl bacicfill shall,consist-.of-14/2 inch minus crushed rock or gravel-conforming to section- 03.9(3) This material will be to an 8 inch ntininarnm thickness between the entire wail and the cut or fill material. The material will be in lifts to an elevation ,=6;_ i- 6 inches below the course of rocks placed. The.backfill will be placed after each course o rocks. Any tell material on the bearing surface of the rock course will be removed before setting the next course. 6-12.3(2) Drain ' i A4 inch diameter ,- i i -, pvc shall be placed as a footing drain behind the rocJoerie s as shown in the standard plans,and conn�ec ed to the storm drainage system at the nearest structure. r 6-123(3) Rejection of Material The inspector will have the authority to reject any defective material and to suspend any work that is being improperly done, subject to the final decision of the engineer. All rejected material will be removed from the construction site and any rejected work shall be repaired or replaced at no additional cost to the Owner. 6-12.4 Measurement Measurement of the finished rock wall for payment will be made from the footing grade to the top of the wall and rounded to the nearest square yard. 6-12.5 Payment Payment will be made under the item"rock retaining wall",per square yard. The unit price per square yard shall be full compensation for the rockery/rock retaining wall in place and shall include all work,materials,and equipment required to complete the installation, including drainage pipe and all other items. 7-01 DRAINS 7-01.2 Materials The second paragraph of Section 7-01.2 is revised as follows: (******) Drain pipes may be concrete, zinc coated (galvanized) corrugated iron with Asphalt Treatment I, aluminum coated (aluminized) corrugated iron with Asphalt Treatment I, zinc coated (galvanized) steel with Asphalt Treatment I, corrugated aluminum alloy,polyvinyl chloride (PVC),or corrugated polyethylene(PE)at the option of the Contractor unless the Plans s specify the type to be used. 7-01.3 Construction Requirements Section 7-01.3 is revised as follows: (******) The second paragraph is revised as follows: PVC drain pipe shall be jointed with a bell and spigot joint using a flexible elastomeric seal as described in on 9-04.8.The bell shall be laid upstream.PE or ABS drain pipe shall be jointed w�snap-on, screw-on,or wraparound coupling bands as recommended by the manufacturer of the The sixth paragraph is revised as follows: PVC undendrain pipe shall be jointed using either the flexible elastomeric seal as described in Section 9-04.8 or solvent cement as described in Section 9-04.9,at the + ion of the Contractor unless otherwise specified in the Plans. The bell shall be laid upstream. 'E or ABS drainage tubing underdrain pipe shall be jointed with snap-on, screw-on, or wraparound coupling bands, as recommended-by the manufacturer of the tubing. 7-01.4 measurement Section 7-01.4 is supplemented adding the following. (******) When the ecouttacr iloe$r not include"stiudure:excavation TCasa or"Structure excavation Class B including haul" as a pay item all costs associated with these items shall be included in other contract pay items. L7-02 CULVERTS L7-02.2 Materials The second paragraph of Section 7-022 is revised and supplemented as follows:. (****** L 67 Where steel or aluminum are referred to in this Sec ion in regard to a kind of culvert a a- pipe arch, or end sections,it shall be understood that steel is zinc crated with .: TreatmentI oc aluminum coated (aluminized) corrugated iron or steel, and alumbruni is corrugated ahuninum alloy as specified in Sections 9-05.4 and 9-053. Where plain or reinforced d cow, steel, or ahimisnim are referred to in Section 7-02 it shall be u stood that reference is also made to PVC. 7-04 STORM SEWERS 7-04.2 histteittls The second paragraph of Section 7-04.2 is revised as follows: (******) , Where steel or - are referred to in this Section in regard to a kind of storm sewer , �, it shall be understood that steel is zinc coated(galvanized) I Criated ` _ , . a iron or steel and aluminum is corrugated aluminum alloy as specified in Sections 9-05.4 and 9-053. The Contractor shall requi e,pipe suppliers to furnish certificates signer by their authorized representative,stating t pecifieatidnis to w�the materials or products were mamrattrred. The Contractorr s a l� vide 2 copies of these to the Engineer for app 1. Certificates showing non ormance with die Contract shall be suffficient evidence for rejection. Approval of certificates shall be eomaidleted o ly as tentative accede of tine ma ials and products,and such action by En meer.v l not relieve Contractor of his/her respa cibility'to peatform field tests and to replace or rar faulty materials,eq� ipment,andior workmanship and'-Contractor's own expense. II 7-04.3 Construction Req is CITY OF RENTON TRENCH RESTORATION AND STREET OVERLAY REQUIREMENTS Amended April 4,2005 by Ordinance 5131 SECTION 1 PURPOSE The pose ofthis c s is to a trlish guidelines for the r storation of City streets disttubed by installation of utilities and other construction activities. Anypublic or private contractors,or others permed t©work in the public right-of-way will adhere to the . Y b-a a 3 .: set I forth in this policy. SECTION 2 DE +tITIONS Engineer: The team�r shall denote the City project manager,inspector and/ r plan reviewer, or their desigtated re ntative. SECTION 3 HOURS OF OPERATIONS Hours for work within the roadway for overlays or trench restcnation shall be as d by the Tra is Control Plan requirements ay approved by the Traffic Operations Engineer. SECTION 4 APPLICATION I _. . ._.1, *dl tag-statidatds sl l be fo21Owttwheei doing trench'ofexcavation work within the paved a �`. a of any City of Renton ri_•o,-of y. 2. Modifl w, a r e,a ' or eX a a a 4.e;e to these �n e i e :m a may be authorized by the Pla<nning/Buildmg/Pub e •Works Administrator,or authorizedd representative,upon written retest by the permittee,then cntractor or engineer and demonstration of an equivalent alternative. SECTION 5 INSPECTION 1 The rimy die in the field that a furl street width(edge-of vement to a -of pavement)overlay is required due to changes in the permit conditions such as,but not limited to the following: 68 1. There has been damage to the .' 'y+` asphalt surface due to the contractor's equipment. 2. The trench width was increased si.a,'„ fly or the existing pavement is undermined or damaged. 3. Any other construction related activities that require additional pavement restoration. SECTION 6 CITY OF;RENTON STANDARDS 1. All materials and workmanship shall be in accordance with the City of Renton Standard and Supplemental Specifications(crrent adopted vers )except where otherwise noted in these Standards.Materials and workmanship are required to be in conformance with standards for the Standard Specifications for Road,Badge,and Municipal Construction prepared by the Washington State Department of Transportation(WSDOT)and shall comply with the most current edition,as modified by the City of Renton Supplemental Specifications. la An halt paver sba116e used in accordance with Section 5-04.3(3)of Standard Specifications.ns.A"Layton Box"or equal may be used in place of the power- propelled paver. Rollers shall be used in accordance with Section 5-043(4)of the StandardSpedfseetknns. "Plate Compactors"and"Jumping Jacks"SHALL NOT be 2. Trench shall be as shown in the City of Renton Standard Details, L unless modified by the City Permit Surfacing depths shown in the Standard Details are minimums and may be increased by the Engineer to meet traffic loads or site conditions. SECTION 7 REQUIREMENTS FOR PATCHING,OVERLAY,OVERLAY WIDTHS All trench and pavement cuts shall be made by sawcut or by grinding.Sawcuts or grinding shall be a minimum of one foot(1')outside the trench width. The top two inches(2")of asphalt shall be ground down to a mininrm distance of one foot(1')beyond the actual outside edges of the trench and shall be replaced with two inches(2")of Class B asphalt,per City of Renton Standards. At the discretion of the engineer,a full street width overlay may be required- Lane-width or a full street-width overlay will be determined based upon the location and length of the proposed trench within the roadway cross-section. Changes in field conditions may warrant implementation of additional overlay requirements. 1. Trenches(Road Cr+ossings): a The minimum width of a transverse patch(road crossing) feet 6.5 . See City ofRenton Stand ( shall be six and one-half ( ') ty dard Plan Drawing#HR—23(SP Page:H032A). b Any affected lane will be ground down two inches and paved for the entire width of the lane. c Patch shall be a mininaim of one foot(1')beyond the excavation and patch length shall be a minimum of an entire traveled lane. d If the outside of the trenching is within three feet(3')of any adjacent lane line,the 6 entire adjacent traveled lane affected will be rip e An area including the trench and one foot(1')on each sire of the trench but not less than six and one half feet(6.5')total for the entire width of the affected traveled lanes wilt be .• + down to a depth of two inches(2").A two-inch(2")overlay of Cis _ _ _ B'asp, . 1 will be rat per"City standards. _..: _. . .. _ ._ 2. Trenches Running Parallel With the Street: a The minimum width of a longitudinal patch shall be four and one-half feet(4.5').See City of Renton Standard Plan Drawing#BR-05(SP Page H032). b If the trenching is within a single traveled lane,an entire lane-width overlay will be c if he outside of the trenching is within three feet(3')of any adjacent lane line,the entire adjacent traveled lane affected will be overlaid. d lithe trenching is greater than,or equal to 30%of lane m, block(660-foot maximum block length),or if total patches exceed 12 per Hoek then the lanes affected will be overlaid.Minim_ um overlay shall include all patches within the block section. 69 e The entire traveled l na width the length of the tnsrtch and an .. feet (10')at+each end'€f the t� be ground doyen to a.de t of two (2").A trio-inch(2")overlay of CIS B will be applied per City t s. 3 Potholitt Potholing shall meet the requirements as trenc!!,t and pavemeit re Potholing shall be a of Otte foot(1') t, eaccavathm.:All hoes with ground down trt a of two ( j paved not lees t ian is and+cam i ilelf yt(6.5'}/wide for the }�,�,wuhh o€tile}lame. Potholes 4 five ajfcet(5 )in ii Afi t(6.5 o • 'en be to trench •on standards. In i cases, • W 8 $, ; be r�por Renton Standard Plan# Rt15(SP Psg+c 32).y- : to . . YAK'equipment will be ....-by e ems SEC .ON 8 PAVEMENT RE F31rL?A,L IN LIEU OyF�GR WING The contr r in all 11 9 the in fiche }i atea �t :A a 3! e a e the specified two (2")of Full pave mernt to meet or exceed ! will be required the area of pavement removal. ,ietinent depth Pa SECTION '9 TRENCH BAG .L AND RESTORATION CONSTRUCTION RE ;TIREMEN ;SS 1; Trench restoration shall be eiither byr a paw or overlay method,as re�and indicated on ofltenston Standard Plans# 1R-05,Hit.23,andl3R-22(5P Pates 032,1143 4,' and 11 33). 2. All tees h aril paved which will not be overlaid,shall be saw�att or g. Sawc s be a of two feet(try outside the excavated trenc ► width.3: All trenching Within the top fma feet(49 shall be backfclledwith crushed surfacing. �rntbtgto 4-04 ofthe Standard Specific patio . Any t rchmg over fir feet (it")in = W,, may use vexl by Engineer c►rhlateciats Lab for backfiuing ear W! four-foot(4'): fthe;e m other ri arc by the i'14'' _ to suitable'far bacjk_filll,,t ry the salve 1. deteeleined+ ,rx�that A! .. f 4 , six• (6")shall be crushed oiil g material aterial. The tr h shall 4f €s�lry to(a im�ejtm ninety-rive� � •�.y R`i ,as described in Section 2-03 of the Standard Specifications ,In (W t (6') • any trench,backer won shall be p rformed in eight to 12-inch 5-12p)lif'!s. Any trench deeper than six feet(6)may be compacted in 24-inch lifts; ►to •!._top star- foot(6')rale.' All on shall be performed by mechanical muds. 'The coon tests may be peed in maximum frour--foot(4)vertical incrctts. The tee rem be given to the -4,., m-,for review and approval prior to paving. The number and loc aion of s -• i -t shall be determined by tb 4. Temporary restoration ofd for use she,. l be accomplished by using MC mix cold Asphalt Treated Base(ATB),orr steel per,as .proved by the 17„,„„.. • {'} �Vi. may be •.'4'1 j W 1,r��'� the out and rolled. Aft mllin the trench must be filled g us�h vw}iith�yaasphalt to provide a smooth riding sur .liter restorat on does nut hold up,the - C'ca�-shra�31.rear kbeh wither ei m$! hrsti#'l�notified� bY the City, appl ies 24 hours per day,seven days a weak:Ili m: :event the City too reair'the temporary patc#,.the shall ; Cis' man amount that is d�xle the City's cost to • i# •'i the patch,with the second half o II the t to represent City and _hire" _:# costs. 5. $ ! :, ConeMe Class E or Class B shall be pla the comga xi depth as required il indicated on City* ton Standard Plans#HR.-05,HR-23,and HR 22(SF Pam #11032,H032A,and HO33)or as dieted by the Engineer: The • of;i ,i , t shall be AR-4000W: The materials shall be made m conformance with r • • r r.i(4)of the Standmnd Siostelikeitions. 70 6. Tack coat shall be applied to the ex sting :vement at edge of saw cuts and shall be emulsified asphalt CSS-1,as -.is . in Section 9-02.1(6)of the Standard Specifications.Tack be app.- as specified in Section 5-04 of the Standard 7. Asphalt Concrete Class E or Class B,shall be placed in accordance with Section 5-04 of the Standard Specifications;except those longitudinal joints between successive layers of asphalt concrete shall be displaced laterally a nrinimum of twelve inches(12"),unless approved by the Engineer. Fine and coarse aggregate shall be in accordance with Section 9-03.8 of the Standard Specifications. All street surfaces,walks or driveways within the street trenchinil areas shall be feathered and shimmed to an extent that provides a smooth-riding connection and expeditious drainage flow for the newly paved surface. F and g shall not decrease the minimum vertical curb depth below four inches(4")for storm flow. The Engineer may requ re additional grinding to increase the curb available for storm water flow in areas that are i nash te. Shimming and feathering,as required by the Engineer,shall be accompl' by raking out the oversized aggregates from the Class B mix as appropriate. Surface smoothness shall be per Section 5-04.3(13)of the Standard Specifications. The paving shall be corrected by removal and repaving of the trench onl . Asphalt patch depths will vary based upon the streets being trenched. The actual , •. : of asphalt and the work to be performed shall be as required and indicated on City o Renton Standard Plans#HR-05,HR-23,and HR-22(SP Pages#H032,H032A,and 11033). Compaction of all lifts of asphalt shall be a mini m ninety-two percent(92`4}of L density as determined by WSDOT Test Method 705. The number of tests required shall be determined by the Engineer. Testing shall be performed by an independent testing lab with the results being supplied to the Engineer. Testing is not intended to relieve the contractor from any liability for the trench rE>�ration. It is intended to show the inspector,and the City,that the restoration meets thex cations. 8. All joints sly I be sealed using paving asphalt AR-4000W. 9. When trenching within the unpaved roadway shouxlder(s),the shoulder shall be restored to its original condition,or better. 10. The :4 h or overlay shall be completed as soon as +,�='ble and shall not ex L timeframe maybe adjusted i.LZi��tn� +'i F � �>:_ It �,�.-sir air tom !i�!�<! w if delays are due to inclement paving weather or other adverse conditions that may exist. However,delaying of final patch or overlay work is subject to the Engineer's approval. The Engineer may deem it necessary to complete the work within the fifteen(15) working day time frame and not allow any time extension. Should this occur,the L Co ►r shall perform the necessary work,as directed by the Engineer. 11. A City of Renton terry Traffic Control Plan(from Renton Transportation Engineering)shall be submitted and approved by the Engineer a minimum of three(3) II working days prior to commencement of work. SE- ECTION 10 REMOVAL OF UTILITY LOCATE MARKINGS FROM SIDEWALKS REQUIRED The Perinittee will be required to remove utility locate marks on sidewalks only within the Down own is Core Area.The Permittee shall remove the utility locate marks within.14 days of job completion. 7I iir I 7 .+ Measurement T f off Section 7-14.41*revised as follows: (**** The length of sewer wit boy the�r of linear feet of completed Installation n ai g the it rt rind Will ,a . t.3. the meows,tees,and ea ,,_. tai of linear will be from the cea of or the center ofeatc !�to i ofcolt feet basins and r t pe structures. 744.3 Payment I The second and Payment paragraphs of Section 7-04.5 sire revised as follows: The um# price per linear for storm qtr pipe of the> and l be full 'four alt work tc! t' , ,fete the tint,including adjustment of invent to a of no i «.. 1 for pipe bedding" ie is the of d, ;., di as showh%n standard plans, shall be considered incidental the pipe and nor'. , ®,'�a ,: payment shall 1:1B made•of storm sewer pipe, if required.try the Engineer, shall be + siclered i tal to and i in the unit ►t ac pricas for items. Cost of connecting pipe to struc Lures shall be per each. 7.05 MANN 1LE ,INLETS, ►ND CATCH BASINS 7-05.3 . tstruc a Requirements Section 7.0513 is supplemented by adder the following: (******) The full is added at the end of this section for storm sewers: Catch`base shall be installed with either a manhole cover or a stenndarcl f raeae with a varied as grafts as shown • the Plains and City of Renton Standard Plans pagers x{112,Btll4, and B037 applicable. Frame mat als shall be cast iron per ms A4$, 30. All grates and cove".ins#alled on this pmjec shall be ductile iron. . 745.3(1) Ad , , + l nholes and Cater Basdns to Grade section 7`t .3(1)is replaced with: I• Where shown in the Pl�Iiif'.or Viii r i directed by the ,,the "'e 4''''' ' ��Engineer e ,catch basins,or inlets shall be adjusted to the grade as staked or otherwise meted by ,_ Engi Leer. The . iron cover on and the catch basin a aid grate shall first be I removed aiacl thoroughly c for ni g at t w`elevation. From that point,the existing stmc. shall be raised or lowered to the The Coat racttor sal constauct manholes so as to provide adjustment space for suing cover and casting to a grad8. as shown on t e construction plans, Manhole and seven; shall be t e rh elevatitrss per d+ssi 13i�,S1'rage B074 + r re acceptance 1 o worlr. Wiles n unimprovedal* areas shall be adjusted to G"'above: 7..'" In unpaved streets:Manholes,catch basins and ular structures in areas to be surfaced with crushed rock or gravel shall be constructed to a point �mately inches below the subnrade and cohered with a wood cover: manholes shell cut off and covered in a similar upon man, The contractor shall c inference each made.so that they maybe easily found upon completion of the street work. After the gravel or crushed stone surfacing then tholes and 72 manhole castinp shall be constructed to the finished grade of the roadway surface. Excavation necessary for bringing manholes to grade shall center about the manhole and be held to the minimum area necessary. At the co lesion of the manhole adjustment,the void around the manhole shall be backfilled with materials 'eh result in the section required on the typical roadway section,and be thoroughly compacted. LIn cement concrete pavement:Manholes,catch basins and similar structures shall be constructed and adjusted in the same manner as outlined above except that the final adjustment shall be made and cast iron frame be set after forms have been placed and checked. In placing the concrete pavement, extreme care shall be taken not to alter the position of the casting in any way. In asphalt concrete pavement Manholes shall not be adjusted until the pavement is completed, at which time the center of each manhole shall be carefully relocated from references previously established by the contractor. The pavement shall be cut • a restricted area and base material be hs removed to permit removal of the cover. The manhole shall then be brou. t to per grade utilizing the same methods of construction as for-the manhole itself. The cast iron sshall be placed on the concrete blocks and wedged up to the desired grade.The asphalt concrete pavement shall be cut and Li removed to a neat circle,the diameter of which shall be equal to the outside diameter of the cast iron frame plus two feet. The base materials and crushed rock shall be removed and Class 3000 or Commercial Portland Cement Concrete shall be placed so that the entire volume of the excavation is replaced up to within but not to exceed 2 inches of the finished pavement surface. On the day following placement of the concrete,the -a of the asphalt concrete pavement,and the outer edge of the casting shall be painted with hot : . i cement.Asphalt Class G concrete shall then be placed and compacted with hand tampers and a patching roller.The complete patch shall match the existing paved surface for texture, density, and uniformity of grade. The joint between the patch and the existing pavement shall then be carefully painted with hot asphalt cement or asphalt emulsion and shall be immediately covered with dry paving sand before the asphalt cement solidifies. The inside I. throat of the manhole shall be thoroughly mortared and plastered. to Adjustment of inlets: The final alignment and grade of cast iron frames for new and old inlets to be adjusted to will be established from the forms or adjacent pavement surfaces. The final adjustment of the top of the inlet will be performed in similar manner to the above for manholes.On asphalt concrete paving projects using curb and gutter section,that portion of the cast iron frame not embedded in the gutter section shall be solidly embedded in concrete also.The concrete shall extend a minimum of six inches beyond the edge of the casting and shall be left 2 inches below the top of the frame so that the wearing course of asphalt concrete pavement will butt the cast iron frame. The existing concrete pavement and of the casting shall `be painted with hot asphalt cement. Adjustments in the inlet structure shall all be constructed in the same manner and of the same material as that required for new inlets.The inside of the inlets shall be mortared and plastered L. Monuments and cast iron frame and cover: Monuments and monument castings shall be adjusted to grade in the same manner as for manholes. Valve box castings: Adjustments of valve box castings shall be made in the same manner as for manholes. 7-05.3(2) Abandon Existing Manholes - Section 7-053(2)is revised as follows: (******) Where it is required that an existing manhole be abandoned,the structure shall be broken down to a depth of at least 4 feet below the revised surface elevation,all connections plugged,the manhole base shall be fractured to prevent standing water, and the manhole filled with sand and compacted to 90 percent density as specified in Section 2-03.3(14)C.Debris resulting from breaking the upper part of the manhole may be mixed with the sand subject to the approval of,the Engineer. The nag and to cover shall be salvaged and all other surplus material disposed of. 7-05.3(3) Connections to Existing Manholes Section 7-05.3(3)is supplemented by adding the following•. L 73 I Where shown on the plans, new drahi , i R �" shall be connected existing curb and/or The c one' ,...11 he required to core dri l into the shape the new to and tie out the , ,..`:,' m a ter. Where dir try the"engineer or • shown on the plans, R ,'tonal ire channeling will be required. A *connection to"existing" item will be allowed at any connection of a new line"to an existing state,or the-won of a new structure to a -_4 e s;=e line. No on to i �be accepted at the location of new installation,relocation i .. adjustment of line nuinhit4e,ti,catith basins or curb inlets. Any to • pipe or structure that is to remain in place resulting from the Contractor's operatki,ns Abe tepaireid or replaced at his own expense. The unit bid prime per each shall be full compensation all labor.,materials and required. 745.4 Section 745.4 is revised and supplemented as foliws: *** Catch basins will be meateired pereoch regarxilefis of depth. Aiwants of n structures and misce items such as valve boxes shall be antlered incidental to the unit contract price of the new item and no further compensation shall be made. of existing structures and items such as valve boxes shall be by " d niece ms AA t Exi ` " per each, which shall be for all labor and mastirials hie'all concrete for the adjustment in accordance with Section 7-053(I)and the Cry of Renton Standard Details. Coon to pipes and structures shall be measured per each. Loch sole!metal cover and frame for catch`basins will be measured each. g p' Yam Grate per each. 745.5 Sew 7-05.5 is supplemented as follows. ******, I Payment will be made in accordance with Section 1-04.1,for each of the following bid items that are included in the proposal. Basin Iwo.I; each 1 "Catch Basin'I/pe 2 4& .Diam.,"per each to Existing Catch Basin,"per each • ` Solid Metal Cover and Frame for Catch Basin,"per each * Mating_. ....:..n. "Con lsrlet with3 Grate;"per each ""teed Grate,"per each I The unit contract pries; each for the catch,basin or inlet` shall be full pay for furnishing all labor, materials,st and equipment necessary to comp each unit, inclui g all accessories such as grates,grate frames,trap,steps,and other items. 74 I The unit price for the above bid items shall be full pay for all costs necessary to install the structure and appurtenances,including excavation,backfili,make adjustments and restoration of adjacent areas in a manner acceptable to the Engineer. The unit contract price per each for"Adjust Existing_ishall be full pay for all costs necessary to make the adjustment including restoration of adjacent areas in a manner acceptable to the Engineer. ika If no bid item for Structure Excavation Class A or Structure Excavation Class B is included in the schedule of prices then the work will be considered incidental and its cost should be included in the cost of the pipe. "Connect to Basin," each. Existing Catch 47#l�}, per each. Structure to existing pipe,"per each. 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS 7-08-3(1)C Bedding the Pipe 7-0 8 3(1)C is by adding the following: (*****a) Li Pipe bedding for PVC sewer pipe shall consist of clean,granular pea gravel consistent with section 9- 03.12(3). It shall be ply to a depth of 6"over and 6"under the exterior walls of the pipe. Hand compaction of the bedding materials under the pipe haunches will be required, Hand L compaction shall be accomplished by using a suitable tamping tool to firmly tamp material under the haunches of the pipe. Care shall be taken to avoid displacement of the pipe the compaction effort. LPipe bedding shall be considered incidental to the pipe and no further compensation shall be made. 7-08.3(2)A Survey Line and Grade Section 7-08.3(2)A is replaced with: (******) Survey line and grade control shall be provided in accordance with Sections 1-05.4, 1-05.5 and 1-11 in a manner consistent with accepted practices. The Contractor shall transfer line and grade into the trench where they shall be carried by means of a laser beam using 50 foot minimum intervals for grade staking. Any other procedure shall have the written approval of the Engineer 7-08.3(2)B Pipe Laying General Section 7-08.3(2)B is supplemented by adding the following: (******) Checking of the invert elevation of the pipe may be made by calculations from measurements on the top of the pipe,or by looking for ponding of l/2"or less,which indicates a satisfactory condition. At manholes, when the downstream pipe(s) is of a larger size, pipes) shall be laid by matching the (eight-tenths)flow elevatim-tudeuotherwlst approved by-the Engineer All pipe, fittings, etc, shall be carefully handled and protected against damage, impact shocks,and free fall. All pipe handling pment shall be acceptable to the ENGINEER. Pipe shall not be directly on rough ground but shall be supported m a manner which will Protect the :.pipe minty whenever stored at the trench site or elsewhere. No pipe shall be installed where the a a = > or coating show defects that may be harmful as determined by the ENGINEER. Such damaged lining or coating shall be repaired,or a new undamaged pipe shall be furnished and installed. The CONTRACTOR shall inspect each pipe and S 4 e prior to installation to insure that there are not damaged portions of the pipe. Any defective, . . o . =' or unsound pipe shall be repaired or replaced. L 75 MI foreign matter or dirt shall be removed from the interior.of the pipe before lowentig into position in the trench. Pipe shall be :•., clean during and alder laying. All openings in the piped shall be closed with water tight a �ppl at the d ofeaachh day's or w�h�eneyvge r the a}a- a a -s e e rw are left 'he use of burlap,wood,or other lar p`ug s will a , Velaac.e Whet necessary to raise or lower the pipe due to unforeseen obstructions or other causes, the ENGINEER nay , <<a - the alignment and/or the a .: Except for short nins which nay be p e e n fi t t e d b y t h e r i i v ay shall be laid a e on grades eking 10 pen:erd 'Pi which is laid on a dowel l grade a R�d and he , n place urad sufficient support a by the following pipe to prevent movement. Unless otherwise required, all pipe shall be laid straight between the changes in ` t and at uniform 3 between changes in grade. For concrete pipes with e<� reinforcement, the pipe shall be p ;, a with the minor axis of the reinforcement in a vertical position. Iiiimeifmtely after the * joints has feeler gage as approve the pipe mam�uc verrify proper placement asket placement be d with a 7-98.3(2)E Rubber G•asketed Joints Section 7-08.3(2)E is supplemented as follows: ****##) Care shall be taken by the CO I RAC FOR to avoid over pushing tie pipe and the pipe or joint system. Any damaged pipe shall be replaced by the Contractor at his expense. 7-48.3(2)H Sewer Line Connections Seim 7-043(2)}1 is supplemented by adding the flowing. Connections(unless booted connections have been provided for)to i concrete niianholes shall be -drilled,, and shall have an "O" ring rubber geskct meeting C-478 in a manhole coupling equal to the Johns-Manville Asbestos-Cement collar,or use a conical type flexible seal equal to Ecr l+t-Seal. PVC pipe connection shall consist of tee, nipple and couplers as ap proved by the Engineer= 7411.3(2),T Placing PVC Pipe Section 77-08.3(2)J is an added new section: (.1.*****) In the trench, a a -, as specified in Section 742.3(I)PVC pipe shall be laid beginning at the lower end,with the n end upgrade. Pea vel will be used as the be . a material and extend from 6" below the bottom of the pipe to 6" . the top of the pipe. When it is necessary to connect to a I structure with a mudded joint a rubber gasketed concrete adapter-collar will be used at the point of comection. 7 (2)1C Storing Pipe Pipe shall be stored on clean,level ground to prevent,een}tam,done with'� w or gouging of the pipe. If the pipe mist be stacked for storage,such ,. .:shall be doh ur : .�,i a., , �:: with the pipe manufacturer's recommendations. The hiiirdthrg of the 'a.shall be done in such a mom that it is --:rot damaged by dragging over sharp of oirc . > .,e a . . lid eqinpmenrst angles - 7- 8.3(3) Bing Section 7-08.3 is revised and supplemented as follows: (******) Select Imported Trench Backfill shall be placed between the pipe bedding, the base of the subgrade where the native materials are suitable for baclll as determined by the Engineer. The remaining depth shall be restored as noted on the plans. To the maxim extent pole suitable material obtained from trench excavation shall be used for trench bafil. All material placed as trench backfill`shall be free from rocks or stones larger than 2' 76 1 inches in their greatest dimension,brush,stumps,logs,roots,debris,and organic or other deleterious materials. No stones or rock shall be placed in the upper 3 feet of trench backfill. Rock or stones within the allowable size limit incorporated in the reminder of fills shall be distributed so that they do not congregate or interfere with proper compaction. Contractor shall be responsible for the disposal of any excess excavated soil material. LThe Contractor shall protect suitable native excavated material from becoming unsatisfactory as a result of moisture or separation. During dry weather conditions,suitable native backfill shall meet the criteria for common borrow as described in Section 9-03.14(3). Common borrow will be suitable for use as structural fill during dry weather conditions only,and with the approval of the Engineer. If structural fill is placed du rinf wet weather,the structural fill shall consist of Select Imported Trench Backfill as described in Section 9-03.19. The contractor shall provide five working days for the Contracting Agency to test native materials for suitability prior to use as backfill material. Backfill within paved areas shall be compacted to at least 95 percent of maximum dry density as determined by the modified Proctor compaction test,ASTM D 1557. This includes the foundation, backfill,and base course materials. Maximum lift thickness of backfill shall not exceed 24 inches between the top of the bedding and 4 feet below grade and 12 inches from 4 feet below grade to the base of the subgrade. The Engineer may be on site to collect soil samples and to test compaction. The Contractor shall provide site access at all times for compaction testing and le collection. Areas of the trench that fail to meet the compaction requirements shall have the backfill removed, replaced,and recoted at the contractor's expense. The Contractor shall be responsible for any settlement of backfill,subbase,and pavement that may occur during the period stipulated in the Contract conditions. All repairs necessary due to settlement kw shall be made by the Contractor at Contractor's expense. Backfill in unimproved areas shall be compacted to at least 90 percent of maximum dry density as determined by the modified Proctor compaction test,ASTM D 1557. 7-08.4 Measurement The first paragraph of Section 7-08.4 is revised as follows: (******) Gravel backfill for foundations,or gravel backfill for pipe zone bedding when used for foundations, shall be measured by the cubic yard,including haul,as specified in 2-09,or by the TON. LSelect Imported Trench Backfill,when approved by the Engineer for use in the absence of suitable native backfill,will be measured by the ton. Import materials used as fill to bring the roadway to finish subgrade will not be measured for payment under this item. Select Imported Trench Backfill weight shall which accompany each 748.5 Payment Section 7-08.5 is replaced with (******) Payment will be made in accordance with Section 1-04.1 for each of the following bid items that are included in the "Gravel Backtill fl Foundations Class ';per cubic yard,or Ton. All costs associated with furnishing aril stalling bedding and backfill material within the pipe zone in the installation of culvert, storm sewer, and sanitary sewer pipes shall be included in the unit contract price for the type and size of pipe installed. fas "Plugging Existing pipe,per each. "Comu e', cubic "Strcture Excavamercial Co t tion+Mass B",per yard cubic yard. "Strucure Excavation.Class B mncl.Haul",per cubic yard. Unless specifically identified and provided as separate items, structure excavation, dewatering and backfilling shall be incidental to pipe installation and no further compensation shall be made. r 77 I All .in " dissimilar_ pipe w a coupling or concrete collar shall be included in the unit Pale*pert foot or the and type of pipe b jointed. or BstraExcavation Class B,Per :, foot. If this e�y item is in the cons aaet, its s be mcideiital' . 7-08.6 Abandoning Existing Pipe Secti on 7.08.6 it a r motion: es*) Where sin on the Plana or where designated by d e r,egg p to he abandoned shall be with sand.Sand used for filling abandoned pipes shall existing to Section 9-03. B for Class 2 ante Porticos of abandoned pipe removed for installation of new utilities shall be p at the cut ends with per section 7-08.3(4). 7rement Sex 1)7-t18 6(1)is a new section- -)ss# Existing pipes to be abandoned and filled with sand shall be measured in linear feet. I 7-08.6(2)Payment Section ion 7-086(2)is a new section: (4,4,4,***) Payment will be made in accordance with Section 1-04.1 for each for the following bid Via»: "Abandoning existing pipes)in place",pee:linear foot. REPLACEMEN`P 7-10' AT i SERVICE LINE AND WATER METER RELOCATION AND Section 7-10 is a new section: (5*5 ii,is,a«) 7-10.1 Water lines along the length of the project will be replaced and water metes w be r stall ad and/or re ced as shown in the Plans:These new water service isms shall be 1 installed as the last u de r grounal utility Prior to and after installation of these water service lines,the Contra r slurp protect all water service lines that cross the roadway from damages construction.Before proceeding with construction des near water service g<, the Contractor snail p the crossings in advance to determine if a conflict exit with the pfd utilities i mo ts.Ifa conflict exists.the Conti shell notify the and coordinate service line relocation with the City of Renton Water Maintenance Wit. Contra to rev the of g watei s�line`is`'msTe;of'" van maintenance e_ _.. P _.._ mg;.. Bsi PrP 'i Contractor shall notify the :ngineer and coordinate the replacement of the galvantized line v itlr coPPer pipe tai'the City Water Main ance Department A two-week advance notice sisal be required for each water service requiring relocation or replacement. If_a water service line dies n of require relocation or replacement and is damaged during the c ofc�ion,the Contractor shall be le for all labor,materials,and I . costs . with the repay or replacement of the service line by the City Water Maintearanca bepartme�ut. I 78 r. . The City will install water service lines,meter setter,meter box materials,the water meter,and make the connection to the private service line for service lines that are connected to existing vaster mains. The Contractor will install water service lines,meter setter,meter box materials,and make the connection to the private service line for service lines that are connected to new water mains. The City will install the water meter. 7-10.3 Materials All pipe,meter setter,and meter box materials will be provided by the City Water Maintenance Department 740.3 Construction Requirements The following sequence shall apply to all planned water service line replacements or relocations. 1.Contractor potholes and identifies the elevations and pipe materials for all water service line crossings with regard to the new utilities improvements. L2.If there is a conflict between the existing water service line and the new City utilities to be installed as a part of this Contract or if the existing water service line is made of galvanized pipe,the Contractor shall notify the City and coordinate the relocation or replacement of the water service line by the City Water Maintenance Department.A two-week advance notice shall be required for each water service requiring relocation or replacement. 3.The Contractor shall fill and t?tade the area where the meter will be relocated to the finished grade elevation prior to the relocation of the water service line and meter by the City Water Maintenance Department.The Contractor shall excavate and expose the end of the existing water service line,mater seer,and water meter to be relocated by the City Water Maintenance Department or by the Contractor. 4.City of Renton Water Maintenance Department will furnish pipe materials and the City of Renton Water maintenance Department or the Contractor will install the extension of the existing copper service line and meter setter,will relocate the water meter to the new location as shown on the Plans and will make the connection to the private service line.The City will install the water meter. L5.The Cortracur shall backfill and compact the trench for the water service line and restore the meat()finish grade. - - 748.4 Measurement "3/4 Inch Water Service and Connection to Existing Water Main"shall be per each for the number of water meters connected. "3/4 Inch Water Service and Connection to New Water Main"shall be per each for the number of water=tem connected. w "1 Inch Water Main"Service and Connection to New Water Mann shall be per each for the number of water meters connected. Lai 79 740.5 Payment The unit Contract price per each for"3/4(or 1 Inch)Water Meter Relocation to Existing(or to New)Main"shall be full compensation for all liar,mks,and ecpipmern for the relocation of existing water service,meter seater,and meter box of the type and size shown size as shown shall be#till pay to complete the work specified`in the Contract doh and Plans,and shall include but not be limited to the following • Locating existing utilities and potholing in advance to one their horizontal and vertical location • Excavation for installation of water service line extension for the City Water Maintenance Department to install the service line extension and meter relocation • Placement and compaction of bedding materials • Placement and won trench backbll • Grading,filling,and compacting the area for the meter relocation to finish grade prior to relocation of the meter • Restoration of all public and private properties to near existing condition or better 7-12 Valves for Water Mains 7-12.3(2) A,tiLlusa :1 g 1 ' Valve sox tar Grade Valve boxes shall be .,; . to grade the same ma=as for manholes*.at;_ �7 45.3(1) of the Renton Standards. Valve box adjustments shall ink, but not be limited te, the locations shown on the Plans. Existing roadway valve boxes shall be titrininett to conform to final finished grades. The final installation shall be made in accordance with the applicable portions of Section 7-12. In the event that tiv existing valve box is isliigged or blocked with debris,the:Contcs or`shall use whatever means necessary to remove such debris, leaving the valve installation in a fly operable condition. The valve box shall be set to an elevation tolerance of one-fourth inch(1/4")to one-half inch(1/2") below fintished grade 7-12.4 Measurement I Section 7-12.4 is supplemented by adding the following: Adjultmesit of existing valve boxes to grade shall be measured per each,if included as a item in the Contract; if not a separate y item but required to complete the work,then value box 111 ailjistment stall be ao� mrnl Hydrant ":gate valve will be included in the measurement for hydrant assembly and will not- -.... . . .:be ludl in it�tt item; 7-125 .Payment Section 7-12.5 is replaccedwith the following: (••*••*) jp *Adjust .f±tt 1 Valve Box to (RC)i ,"per each. �y y above shall be Bill . for The contract .•. for"Adjust Exist ng Valve Ear to Grade"a o v e.shiW be hi >1.1 4 B '1 i i 0 a for 1 all labor,nna na tools and equipment necessary to satisfactorily complete the work as ; e 1 <. in the Cmin'act Domimentit, all incidental work. If not included. as a separate pay item in the Contract,but . to comp other work in the Contract,then adjustment of valve boxes shall be considered" to other items of work and no ftirther comasadon shall be made. 841 I • 7-14 HYDRANTS �r 7-14.3(1) Setting Hydrants Farah four and five of Section 7-14.3(1)is revised and the section is supplemented as follows: (*** * ) After all installation and testing is complete,the e . portion of the hydrant shall be painted with two field coats.The type and color of paint will be ...�grated by the Engineer. L Any hydrant not in service shall be identified by covering with a burlap or plastic bag approved by the Engineer. Hydrants shall be installed in accordance with AWWA specifications C600-93,Sections 3.7 and 3.8.1 L and the City of Renton standard details. Hydrant and shall be y guard posts panted in accordance with the water standard detail. Upon completion of the project,all fire hydrants shall be painted to The City of Renton specifications and guard posts painted with two coats of preservative paint NO.43- 655 safety yellow approved eq811'. Fire hydrants shall be of such length as to be suitable for installation with connections to 6", AND 10"piping in trenches 3- 1/2 feet deep unless otherwise specified. The hydrant shall be designed for a 4-1/2 foot burial where 12"and larger pipe is shown unless otherwise noted on the plan. Fire hydrant assembly shall include: cast iron or ductile iron tee(MJ x FL),6"gate valve(FL x MI), 6" DI spool (PE x PE), 5-1/4" MVO fire hydrant(MI connection),4" x 5" Stortz adapter,cast iron valve box and cover,3/4"shackle rods and accessories,concrete blocks and two concrete guard L posts (only if hydrants are outside right-of-way). Joint reslraint(Shackle Rods)shall be installed in accordance with Section 7-11.3(15). 7-14.3(3) Resetting Existing Hydrants Section 7-143(3)is supplemented by adding the following: All hydrants shall be rebuilt to the approval of the City(or replaced with a new hydrant). All rubber gaskets shall be replaced with new gaskets of the type required for a new installation of the same type. 7-14.3(4) Moving Existing Hydrants Section 7-14.3(4)is supplemented by adding the following: (******) All hydrants shall be rebuilt to the approval of the City(or replaced with a new drant). All rubber gaskets shall be replaced with new gaskets of the by r g type required for a new installation of the same type. 7-14.5 Payment Section 7-143 is revised as follows: *** Payment**)will be made in accordance with Section 1-04.1,for each of the following bid items that are included in the proposal: `Purnish and lnstaU Fire Hydrant Assembly n ,per each. The unit contract price per each for"Furnish and install Fire Hydrant Assembly"shall be full pay for all work for the bid item as described in Section 1-09.14. getting Existing Hydrants",per each. The unit contract price per each for 'Resetting Existing Hydrant" shall be full pay for"all work to Ls reset the hydrant, including rebuilding (or replacement with a new hydrant), shackling, blocking, p and posts and reconnecting to the main. The new pipe connecting. the hydrant to the main shall be incidental and no additional payment shall be made . Guard posts,shown on the plans shall be incidental to the contract. 81 I "Moving . Hydrants„,per. . The per each fry` owing �" ; F Hydrant''shall be pay all work to move et_ new tee, . with.a near ,. the existing` nt to the main. The new the bl�l�, ,j t�,A i l �b:l�5d/.�►#!il' {•�t .. si 4i.•-i�i4i`a h � -be lilt"r-tkind���ki incidental i ' no additional pay :a a�: # e, a posts,s aE3wn on plans shall be Ltt the Ct. 8-04 CURBS,Gorr 4, AND SPILLWAYS 83 Coffin Requirements Sec -043 is ple mrented a f>llow a a r a: and gutters shall be constructed in accordance with the Renton Standard Staluiiilti Plans. I The tear shall be.responsi a for bitrnesding. or othe rwise i i + _a ,a i a placed rep�a .may. �.�a C�•-: died,or concrete"� remeved:i 3 4 ► 8 ,' Contx 's expense. �.nt r no*tiiii Engineer.a a ,a .�s'. m. where.the prop ecl t S s r.a l elevation a than the a pavement. Gut shall not be constructed , t adjacent pavement,exE a noted on plans. 844.4.mostsureinset Section .4 is suppled as follows: cement s will be measured by the linear foot as"Cement Concrete Gutter.. Extruded curb peer linear foot. 43 MONUMENT CASES II 8-13.1 iptIon Section 8-13.1 is revised and supplemented d as follows: a �******) ' shall consist of fiinnsh n and placing mounment Cases and covers,in ! w the stanaird Plans and these m the Hues and ludo the Plans or snaked by the Engineer or by the Contractor supplied surveyat• 1 8-43.3 Ctrn� Requiremen ts Paintritlihs 2 and 3 of lion&13.3 is revised and supplemented as follows. I The monument will be fu niched and set by the Engineer or by the Contractor supplied surveyor When,existing monume vvsll_be. �r o, , ,,, i, _g tl _ t iLbei ndbI_f t'_._. _, dime& -z ;urvevor .' a r,. monuments Dior to construct,acc �bm. After construction is c the monuments shall be r bushed by the mina with RCW58.09.130. 8.1 4 Measurement Section 8-13.4 is supplemented by adding the following: All c for surveying and a a , is:impacted. by cons shall be considered'iincidental to the contract +; i *e+` Cellet out to be paid as a ow rtem. I 82 1 8-13.5 Payment Section 8-13.5 is supplemented by adding the following; (******) "Reset Existing Monument"per each. an existing monument impacted by construction shall be incidental unless included.as a pay item in Schedule of Prices. &14 CEMENT CONCRETE SIDEWALKS 8-14.3(4) Curing Section 8-143(4)is replaced with: (******) lks, The curing materials and procedures outlined in Section 5-05.3(13)of the Standard Specifications shall prevail, except that white pigmented curing cosgnpound shall not be used on sidewalks. The curing agent shall be applied immediately after brushing and be maintained for a period of 5 days. The Contractor shall have readily available sufficient protective covering,such as waterproof paper or plastic membrane,to cover the pour of an entire day in the event of ram or other unsuitable weather. Ming the curing period, all traffic, both and vehicular, shall be excluded. Vehicular traffic shall be excluded for such additional time as the Engineer may specify. The Contractor shall be responsible for barricading,patrolling, or otherwise protecting the newly placed concrete to pent damage. Damaged, vandalized,discolored,stained,or unsightly concrete r shall be removed and replaced at the expense of the Contractor- 8-14.4 'Measurement Section 8-14.4 is supplemented by adding the following: When the contract contains a pay item for"Curb Ramp,Cement Concrete,"the per each measurement L shall include all costs for the complete installation per t e plans cad standard details including expansion oint material curb and er and ramped sidewalk section. Saw cutting, removal and xF 1. gutter disposal of excavated materials including existing pavement and sidewalk, crushed surfacing base materials and all other work,materials and equipment required per Section 8-14 shall be included in the per each price for"Curb Ramp,Cement Concrete"`unless any of these;other items are listed and specified to be paid as separate pay itemis. If the contract does not provide a pay item for"Curb Ramp,Cement Concrete,"but the plans call for such installation,then quantities shall be measured with and paid for under the bid items for Curb and Gutter and for Cement Concrete Sidewalk. When curb ramps are to be constructed of asphalt concrete, .the payment shall be included in the pay item for"Miscellaneous and/or Driveway Asphalt L Concrete" 8-14.5 Payment Section 8-143 is supplemented by adding the following: (******) "Curb Ramp,Cei neat Concrete,"per each. Payment for excavation of material not related to the construction of the sidewalk but La before the sidewalk can be placed,when and if shown in the Plans,will be made in accordancea c • the provisions of Section 2-03. Otherwise, the Contractor shall make all excavations including haul and disposal, regardless of the depth required for constructing the sidewalk to the lines and grades shown,and shall include all costs thereof in the unit contract price per square yard for"Cement Conc. �w Sidewalk'and the per each contract price for"Curb Ramp,Cement Concrete." 83 I I 8-22 pAvErvieNT MARKING 8-22.1 Description The fbllowing item in Section 8-22.1 is revised as follows. ******) A SOLID '�i"I. 8 inches and 1Q-feet le , r d +d parallel.to another crosswal std and to the direction of traffic flow and wed an pairs on lane lines snot the centear of lanes. See sheet. S '41* to Litre a lacenct) A .;t?1t N ;c • ` 4 inches wig. broken or"skip"p ttern shall be on a mt yak sting of a 9-foot line and a 15•fnot gap. Skip strip is used as center line delineation on or tfa e-la two-way highways. he Yellow Center Line(Reply) Taro YELLOW lines,eat s 4 inches wide,separated bar a Minch space.Double yellow tear stripe is used as center line delineation on niTane,two-way highways att<l. atF, • ,, Li (1teuv) separate left and right movements from •LID IVIRTE'line, 8 inches wide, ed to,pl s 'h occupancy vehice lane F i f 0 f hash . ;and ts,�applications. t mark stripes shall be placed on 4 • ... -angle and 10 feet Lane Line a e; a.i e ei 6 i r A :,` • ' A .1 line, 4 inches wide, used to del e � lanes in the sauce direction.Thre broken or"skip"�shall be based on a 24-foot unit isti 'a line and a 15-foot Sap. I ID L ( t A SOL �'Ia line }: 4 mhes wide,w a BROKEN YELLOW line,4 wide, rt.,ted i by a4 space.The b nor"s ";, .,i .{ i be en a 24-foot rmst .r.a �, of ae lip and a 1S- space.The solid line „ s-be installed to the ngh of the broken line in A direction of travel. Crosswalk Line(1 ) A WEE line,8 inches wide and it)i long,installed parallel to another crosswalk stripe See detail sheet direr ion of traffic flow and in pairs on lane lines and the center of lanes. A • ID a i ' line 1)2 18 or 24 inch wide as noted on the Contract glans. __. -- _ I1=22.3( t Sion 8-223(5)is revised as follows: (****s# A fm's technical - ,tative need not be present at'the initial elation to approve the installation s 4 4. i l i 8-22.5 Payment Section 8-22.5 is sapplemented as follows: • (***** "Approach Stripe,"per linear.foot. 84 I "Remove Paint Line wide, per linear foot* L "Remove Plastic Line "Wide,"per linear foot.* "Remove existing traffic markings,"per lump sum.* *The linear foot contract price for"Remove Paint Line"and"Remove Plastic Line"and the lump sum contract price for "Remove existing traffic markings" shall be full compensation for furnishing all labor, tools, material,and equipment necessary for removal of existing traffic as the plans, specifications and detail sheets. If these pay items do not appear in the contract schedule of prices,then the removal of old or conflicting traffic markings required to complete the channehzatian of the project as shown on the plans or detail sheets shall be considered incidental to other items in the contract and no further compensation shall be made. L8-23 TEMPORARY PAVEMENT MARKINGS L 8-23.5 Payment Section 8-233 is supplemented with the following: (******) If no pay item is included,in the contract for installation or for removal of temporary pavement markings then all costs associated with these items are considered incidental to other items in the contract or included under"Traffic Control," if that item is included as a bid item. 9-03 AGGREGATES ba (January 5,2004) 9-03.8(2) HMA Test Requirements Section 9-03.8(2)is supplemented with the following: ESAL's The number of ESAL's for the design and acceptance of the BMA shall be***$$l$$ ***million. 9-03.8(7) HMA Tolerances and Adjustments Item 1 is deleted and replaced with: 1. Job Mix Formula Tolerances. After the JMF is determined as required in 5-043(7)A, the constituents of the mixture at the time of acceptance shall conform to the following tolerances: Nonstatistical Commercial Evaluation Evaluation Aggregate,percent passing 1",3/4", /2",and 3/8"sieves ±6% ±8% US.No.4 sieve ±6% ±8% US.No.8 sieve ±6% ±8°% U.S.No. sieve.. ±4% ±6% U.S.No.30 sieve ±4% ±6% U.S.No 50 sieve ±4% ±6% U.S.No 100 sieve ±3% ±5% U.S.No.200 sieve ±2.0% ±3.0% Asphalt Binder ±0.5% ±0.7% VMA 1.5%below minimum value in 9-03.8(2) WA min.and max.as listed in 9-03.8(2) Va 23%minimum and 5.5%maximum L85 These tolerance limits 410/111dtUte the allowable limits as described in Section 1-06.2. The tolerance limit for aggregate shall not exceed the limits of the control points sectimi, except the tolerance limits for sieves designated as 100►%passing will be 99-100. 945 ;DRAINAGE STRUCTURES,CULVERTS,AND CONDUITS 9-05.4 Steel Culvert Pipe and Pipe Arch(RC) Section 9-05.4 is revised as llowd g:.ei 7.:luply pipe and pipe arch shall meet the requirements of AASIITO M 36, I and Type IL Welded seam aluminum coated ( steel pipe and pipe 36, with m tabzed coating applied inside and out following welding is acceptable and shall be asphalt treatnent coated. 9-05.7(2) Reinforced Concrete Stem Sewer Pipe(RC) Section 9-05.7(2)is replaced by the following: (•*****) Reinfit red Concrete Storm Sewer pipe shall c to the of A ST'1 Cl75 arsd shall be Class 'iv: Cent used in thss of rei ripe shall be Type II III conformance with ASTM C150. No admixture shall be used unless otherwise specified. 945.7(2)A ;Basis for Acceptance(RC) Section 9-05.7(2)A is supplemented by the following *****) All pipe shall be sithject to(1)a three-edgs.bearmg strength(D-load)test in accordance with AST'M C76,; and (2) a hydrostatic test of rubber gasket joints in accordance with ASTM C361 or AWWA C302 except test pressure shall be 5 psi. 9-O5.7(3) Concrete Sterol Sewer (1(C) Section 9-05.7(3)is replaced by the ft) (******) Joint assembly design shall be rem concrete bell and spigot t_ Y a m . > ,'E B ,^ a�r single rubber gasket in accordance with ASTM C361 or AWWA es $ .R i- material shall be neoprene. 945.7(4.) g Conde storm sewer Pipe Joints(RC) Section 9-05.7(4)is supplemented by the following (****s*) H +• testing of rubber gasket shall be performed in accordance with� C361 or 1 A' ' A 0302 except test pessine'tits be 5 psi. 945.9 Steel Spiral Rib Storm Sewer Pipe(RC) Section 9-05.9 is replaced with: I (******) The manufacturer of spiral rib dorm sewer pipe shall fmrnish the Engineer a Manufacturer's Certificate of Cormiliance.stating that the materials furnished comply in all respects.with these S e ; tone: The-Engioser-mtly•re ire additional-information or testa to be-performed by the . 4 a!s s o+ i at no expense to the State. Unless otherwise specified, spiral rib storm sewer pipe shall be furnished with pipe ends cut pei.pendiculer to the lone axis of the pipe.Pipe ends shall be cut evenly.'SpnW rnb pipe shall be fabricated either by using a continuous helical lock seam or a continuous helical welded seam paralleling the nb. steel spiral rib storm sewer pipe shall be manufactured of metallic coated(aluminised or galvanized) corrugated steel and inked rn confixinanoe with Section 9-05.4, The size,coating,and metal shall be as shown in the Plans or in the Specifications. 86 1 For spiral rib storm sewer pipe,helical ribs shall project outwardly from the smooth pipe wall and shall be fabricated from a.single thickness of material. The ribs shall be essentially rectangular and shall be 3/4 inch plus two times the wall thickness (2t)plus or minus 1/8 inch (measured outside to outside) and a minimum of 0.95 inch high (measured as the minimum vertical distance from the outside of pipe wall immediately adjacent to the lock seam or stiffener to the top surface of rib). The maximum spacing of the ribs shall be 11.75 inches center to center(measured normal to the direction of the ribs). The radius of bend of the metal at the corners of the ribs shall be a minimum of 0.10 inch and a maximum of 0.17 inch. If the sheet between adjacent ribs does not contain a lock seam, a stiffener shall be included midway between ribs,having a nominal radius of 025 inch and a minimum height of 0.20 inch toward the outside of the pipe. Pipe shall be fabricated with ends that can be effectively jointed with coupling bands. When required, spiral rib or narrow pitch spiral rib pipe shall be bituminous treated or paved. The bituminous treatment for spiral rib pipe shall conform to the requirements of Sections 9-05.4(3) and 9-05.4(4). For narrow pitch spiral rib sewer pipe,the helical ribs shall project outwardly from the smooth pipe wall and shall be fabricated from a single thickness of material. The ribs shall be.375 inch+ 1/8 inch wide (measured outside to outside) and a minimum of.4375 inch high (measured as the minimum vertical distance of ribs shall be 4.80 inches center to center(measured normal to the direction of the ribs). The radius of bend of the metal at the corners of the ribs shall be 0.0625 inch with an allowable tolerance of+ 10 percent. 9-05.17 Aluminum Spiral Rib Storm Sewer Pipe imp Section 9-05.17 is replaced with: (******) Unless otherwise specified, spiral rib storm sewer pipe shall be fu nished with pipe ends cut L perpendicular to the longitudinal axis of the pipe. Pipe ends shall be cut evenly. Spiral rib pipe shall be fabricated by using a continuous helical lock seam with a seam gasket. For spiral rib storm sewer pipe, helical ribs shall project outwardly from the smooth pipe wall and shall be fabricated from a single thickness of material. The ribs shall be 3/4 inch wide by 3/4 inch deep with a nominal spacing of 7-1/2 inches center to center. Pipe shall be fabricated with ends that can be effectively jointed with coupling bands. For narrow pitch spiral rib storm sewer pipe,helical ribs shall project outwardly from the smooth pipe wall and shall be fabricated from a single thickness of material. The ribs shall be 0.375 inch + 1/8 inch wide(measured outside to outside)and a minimum spacing of ribs shall be 4.80 inches center to center(measured normal to the direction of the ribs). The radius of bend of the metal at the corners of the ribs shall be 0.0625 inch with an allowable tolerance of+ 10 percent. For wide pitch spiral rib storm sewer pipe,helical ribs shall project outwardly from the smooth pipe wall and shall be fabricated from a single thickness of material. The ribs shall be 3/4 inch+ 1/8 inch wide (measured outside to outside) and a minimum of 0.95 inch high (measured as the minimum vertical distance from the outside of pipe wall to top surface of the rib). The maximum spacing of ribs shall be 11.75 inches center to center(measured normal to the direction of the ribs). The radius of bend of the metal at the corners of the ribs shall-be 0.0625 inch with an allowable tolerance of±10 percent. 9-os PAINTS 9-08.8 Manhole Coating System Products Pr ducts Section 9-08.8 is a new section and subsections: 87 I t__'"` „3 dolt A. TlghSohds Coating Sytiasni: Cl I Cx>rithig MO Solids thvaliane Ste: Conaeft- Sinfacti accordance with SSPC motion: (Sweep or bit off I Aplictic . Shoi:tarield drying time-beriveen coats shall I not exceed 241 sin ai;ty case System hiclmess: 6.0 mks d film Coatings: One coat of I solids utee(2 4 D° or note coats ofW MC-Ai.oshld(mom.4.0 DFT) Color: Mita I I I I I I I 88 1 '„ s ° 4. fr y'" _ ;, +..'^' *' ; • 9.1 E CONTROL NTROL AND ROADSIDE PLANTING 9-14.2:Seed Section 14.2 supplemented with the following: L Lawn geed Mme: for all seeded lawn areas(%by Wit} 50%Low grow turf' Perennial Rye Blend of three(3)varieties 50%Creeping Red Fescue--`Pennlawn' la Seeding rate: 5 ibsf240 square feet Erosion Darn rot Seed Mixture: for all seeded erosion l areas(%by weight) 40%Low grow turn`-type'Perennial al Rye Bleed of three(3)varieties 40.4 Creeping Red Fescue—`Pennlawn' 10%Hard Fescue 10%Tail Fescue Seeding rate:'S lbsJl000 square feet Root Control 9-14.?,:Stakes,.Guys,wrapping.and R t Section 9-14'7 is supplemented by the following: Li (** *** Root Control Material Root control material shalt be 18 inches wide Typar 13u artier,a geotextile fabric with pellets impregnated with herb trifluralin Install along all edges of curbs and paving iii within I 0 feet of new and existing tree plantings,as detailed. AD ; RE3 9-23 CONCRETEiG MATERIALS AND i� iill 9-23.9 Asst Section 9123.9 is r�as follows: LFly ash shall water linos. 9-30 WATER DIStTRVT'ION MATERIALS' 9-30.5 Hydrants L (*"***'►-30.5 is suppled by adding the following: Fire h a o : 'i=: shall be Iowa,CamY TYpe( ng with the pressre)or approved equal conforming to A' ° A C-5 02-$5. Approval mast be obtained prior to bid opening. L a •e a` 4.,: y n hydrants (opening against pressure) shall be Clow Medallion, M&H 929, Moe 1 e r Super hoax 200, to AtWWA C-502.85. 89 9-30.5(2) Hydrant Dimensions Section 9-30.5(2)is roared with the foltowiog: (***** Fire shall be Ccrre�y a(, .,,',,._ with the pressure)or •, ,� ,, •,,, (. » against pressure) wing to A. A with a 6 inch mec joint inlet a main valve opening(M.VO.)of 51/4 inches,two 2 1/2 inch Wile nozzles with National Standard Threads 7 1x2 threads par inch and one 4 inch der nozzles with the new Seattle Pattern 6 threads per inch,60 degrees V.Threads,outside diameter of male tread 4.875 and root diameter 4.6 Hydhrants shall have a 1-1/4"pentagon operating nut opened by turning clockwise(left.). I counter cl The two 2-1/2" hose nozzles shall be fitted with cast iron threaded s~„ with ► ,_x, ia,,s nut of the same design:and proportions as the hydrant stem nut. Caps shall be with . `{ s neoprene gashlts fru positive water tightness tinder test pry. The 4" . ; i., nozzle shall be fitted with a Stortz air, 4" Seattle Thread x 5" Steitz. Stortz adapter be forged and/or extruded 6061-T6 aluminum alloy,hardcoat anodized. Threaded end portion shall have no h and 2 set screws 180 a apart. Stortz face to be metal,no gasket to weather. Stortz cap to have synthetic molded rubber gam,and shall be attached to hydrant adapter with 1/8"coated sunless steel aircraft cable. Fire hunts shall be installed per City of Renton Standard Detail for fire hydrants,latest revisions. 9-30.6(3)B Potkeethylene Pipe Section 9-30.6(3)B has been modified as follows: Polyethylene pipe shall not be used. 9-30.6(4) Se ce Fittings Section 9-30.6(4)has been revised as follows: (******� Fittings used for copper tubing shall be compression type with gripper ring. Meter Setters • Section 9-30.6(5)has been supplemented as follows: (****s*) Meter setters shall be installed per the City of Reit=Standard Details for water meters,latest revision PART IV WSDOT AMENDMENTS TO THE STANDARD SPECIFICATIONS rr fir a rei S S a 1 INTRODUCTION 2 The following Amendments and Special Provisions shall be used in conjunction with the 3 2008 Standard Specifications for Road, Bridge, and Municipal Construction. 4 5 AMENDMENTS TO THE STANDARD SPECIFICATIONS 6 7 The following Amendments to the Standard Specifications are made a part of this contract 8 and supersede any conflicting provisions of the Standard Specifications. For informational 9 purposes, the date following each Amendment title indicates the implementation date of the 10 Amendment or the latest date of revision. 11 12 Each Amendment contains all current revisions to the applicable section of the Standard 13 Specifications and may include references which do not apply to this particular project. 14 15 SECTION 1-03, AWARD AND EXECUTION OF CONTRACT 16 April 7, 2008 •r 17 1-03.1 Consideration of Bids 18 This section is supplemented with the following new sub-section. 19 20 1-03.1(1) Tied Bids 21 After opening Bids, if two or more lowest responsive Bid totals are exactly equal, then 22 the tie-breaker will be determined by drawing as described in this Section. Two or more 23 slips of paper will be marked as follows: one marked "Winner" and the other(s) marked 24 "unsuccessful". The slips will be folded to make the marking unseen. The slips will be 25 placed inside a box. One authorized representative of each Bidder shall draw a slip 26 from the box. Bidders shall draw in alphabetic order by the name of the firm as .. 27 registered with the Washington State Department of Licensing. The slips shall be 28 unfolded and the firm with the slip marked "Winner" will be determined to be the 29 successful Bidder and eligible for Award of the Contract. Only those Bidders that 30 submitted a Bid total that is exactly equal to the lowest responsive Bid are eligible to 31 draw. 32 33 SECTION 1-04, SCOPE OF THE WORK 34 April 7, 2008 35 1-04.4(1) Minor Changes 36 The first sentence in the first paragraph is revised to read: 37 .. 38 Payments or credits for changes amounting to $15,000 or less may be made under the 39 bid item "Minor Change." 40 -41 1434.5 Procedure and Protest by the Contractor 42 In the second paragraph, number 2, the reference to 7 calendar days is revised to 14 43 calendar days. 44 45 The second sentence in the fifth paragraph is revised to read: 46 47 The determination will be provided within 14-calendar days after receipt of the 48 Contractor's supplemental written statement (including any additional information 1 1 requested by the Project Engineer to support a continuing protest) described in item 2 2 above. 3 4 SECTION 1-05, CONTROL OF WORK 5 April 7, 2008 No 6 1-05.1 Authority of the Engineer 7 The fourth paragraph is revised to read: 8 9 At the Contractor's risk, the Project Engineer may suspend all or part of the Work 10 according to Section 1-08.6. 11 12 1-05.12 Final Acceptance 13 The second paragraph is revised to read: 14 15 The Contractor agrees that neither completion nor final acceptance shall relieve the 16 Contractor of the responsibility to indemnify, defend, and protect the Contracting Agency 17 against any claim or loss resulting from the failure of the Contractor (or the 18 subcontractors or lower tier subcontractors) to pay all laborers, mechanics, " 19 subcontractors, materialpersons, or any other person who provides labor, supplies, or 20 provisions for carrying out the Work or for any payments required for unemployment 21 compensation under Title 50 RCW or for industrial insurance and medical aid required 22 under Title 51 RCW. 23 24 SECTION 1-06, CONTROL OF MATERIALS 25 August 3, 2009 26 1-06.2(2)A General 27 Tables 1 and 2 are revised to read: 28 Table 1 29 Estimated Percent of Work Within Specification Limits mit Estimated Upper Quality Index Qu or Lower Quality Index QL Percent Within n=10 n=12 Specification n=3 n=4 n=5 n=6 n=7 n=8 n=9 to to Limits n=11 n=14 (Pu or PL) "rr 100 1.16 1.49 1.72 1.88 1.99 2.07 2.13 2.20 2.28 99 - 1.46 1.64 1.75 1.82 1.88 1.91 1.96 2.01 98 - 1.43 1.58 1.66 1.72 1.75 1.78 1.81 1.84 97 1.15 1.40 1.52 1.59 1.63 1.66 1.68 1.71 1.73 96_. ___.. _ 1.37 1-.47 1.52 1.56-1.381:60 1.62 -1 64 95 1.14 1.34 1.42 1.47 1.49 1.51 1.52 1.54 1:55 94 - 1.31 1.38 1.41 1.43 1.45 1.46 1.47 1.48 93 1.13 1.28 1.33 1.36 1.38 1.39 1.40 1.41 1.41 92 1.12 1.25 1.29 1.31 1.33 1.33 1.34 1.35 1.35 91 1.11 1.22 1.25 1.27 1.28 1.28 1.29 1.29 1.30 90 1.10 1.19 1.21 1.23 1.23 1.24 1.24 1.24 1.25 a 2 89 1.091.161.18 1.18 1.19 1.19 1.19 1.19 1.20 88 1.07 1.13 1.14 1.14 1.15 1.15 1.15 1.15 1.15 87 1.06 1.10 1.10 1.10 1.10 1.10 1.10 1.10 1.11 86 1.04 1.07 1.07 1.07 1.07 1.06 1.06 1.06 1.06 tw• 85 1.03 1.04 1.03 1.03 1.03 1.03 1.02 1.02 1.02 84 1.01 1.01 1.00 0.99 0.99 0.99 0.99 0.98 0.98 83 0.99 0.98 0.97 0.96 0.95 0.95 0.95 0.95 0.94 82 0.97 0.95 0.93 0.92 0.92 0.92 0.91 0.91 0.91 81 0.95 0.92 0.90 0.89 0.88 0.88 0.88 0.87 0.87 80 0.93 0.89 0.87 0.86 0.85 0.85 0.84 0.84 0.84 79 0.91 0.86 0.84 0.82 0.82 0.81 0.81 0.81 0.80 78 0.88 0.83 0.81 0.79 0.79 0.78 0.78 0.77 0.77 77 0.86 0.80 0.77 0.76 0.75 0.75 0.74 0.74 0.74 76 0.83 0.77 0.74 0.73 0.72 0.72 0.71 0.71 0.70 75 0.81 0.74 0.71 0.70 0.69 0.69 0.68 0.68 0.67 74 0.78 0.71 0.68 0.67 0.67 0.65 0.65 0.65 0.64 73 0.75 0.68 0.65 0.64 0.63 0.62 0.62 0.62 0.61 IN 72 0.73 0.65 0.62 0.61 0.60 0.59 0.59 0.59 0.58 71 0.70 0.62 0.59 0.58 0.57 0.57 0.56 0.56 0.55 70 0.67 0.59 0.56 0.55 0.54 0.54 0.53 0.53 0.52 69 0.64'10.56 0.53 0.52 0.51 0.51 0.50 0.50 0.50 68 0.61 0.53 0.50 0.49 0.48 0.48 0.48 0.47 0.47 67 0.58 0.50 0.47 0.46 0.45 0.45 0.45 0.44 0.44 66 0.55 0.47 0.45 0.43 0.43 0.42 0.42 0.42 0.41 65 0.51 0.44 0.42 0.40 0.40 0.39 0.39 0.39 0.38 641 0.48 0.41 0.39 0.38 0.37 0.37 0.36 0.36 0.36 63 0.45 0.38 0.36 0.35 0.34 0.34 0.34 0.33 0.33 62 0.41 0.35 0.33 0.32 0.32 0.31 0.31 0.31 0.30 61 0.38 0.30 0.30 0.30 0.29 0.28 0.28 0.28 0.28 60 0.34 0.28 0.28 0.25 0.25 0.25 0.25 0.25 0.25 59 0.31 0.27 0.25 0.23 0.23 0.23 0.23 0.23 0.23 58 0.30 0.25 0.23 0.20 0.20 0.20 0.20 0.20 0.20 57 0.25 0.20 0.18 0.18 0.18 0.18 0.18 0.18 0.18 ■• 56 0.20 0.18 0.16 0.15 0.15 0.15 0.15 0.15 0.15 55 0.18 0.15 0.13 0.13 0.13 0.13 0.13 0.13 0.13 -54- 0.15-0.130.100.10 0.10 0.'100.100.10 0.10 53 0.10 0.10 0.08 0.08 0.08 0.08 0.08 0.08 0.08 52 0.08 0.05 0.05 0.05 0.05 0.05 0.05 0.05 0.05 ism 51 0.05 0.03 0.03 0.03 0.03 0.03 0.03 0.03 0.03 50 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 1 a (continued) 3 1 Table 1 (continued) 2 Estimated Percent of Work Within Specification Limits err Estimated Percent Within Upper Quality Index Qu or Lower Quality Specification Index QL Limits (Pu or PL) n=15 n=18 n=23 n=30 n=43 n=67 to to to to to to Ii n=17 n=22 n=29 n=42 n=66 co 100 2.34 2.39 2.44 2.48 2.51 2.56 99 2.04 2.07 2.09 2.12 2.14 2.16 98 1.87 1.89 1.91 1.93 1.94 1.95 97 1.75 1.76 1.78 1.79 1.80 1.81 96 1.65 1.66 1.67 1.68 1.69 1.70 95 1.56 1.57 1.58 1.59 1.59 1.60 94 1.49 1.50 1.50 1.51 1.51 1.52 93 1.42 1.43 1.43 1.44 1.44 1.44 92 1.36 1.36 1.37 1.37 1.37 1.38 91 1.30 1.30 1.31 1.31 1.31 1.31 rrr 90 1.25 1.25 1.25 1.25 1.26 1.26 89 1.20 1.20 1.20 1.20 1.20 1.20 88 1.15 1.15 1.15 1.15 1.15 1.15 87 1.11 1.11 1.11 1.11 1.11 1.11 86 1.06 1.06 1.06 1.06 1.06 1.06 85 1.02 1.02 1.02 1.02 1.02 1.02 84 0.98 0.98 0.98 0.98 0.98 0.98 83 0.94 0.94 0.94 0.94 0.94 0.94 82 0.91 0.90 0.90 0.90 0.90 0.90 81 0.87 0.87 0.87 0.87 0.87 0.87 80 0.83 0.83 0.83 0.83 0.83 0.83 wia 79 0.80 0.80 0.80 0.80 0.80 0.79 78 0.77 0.76 0.76 0.76 0.76 0.76 5 77 0.73 0.73 0.73 0.73 0.73 0.73 76 0.70 0.70 0.70 0.70 0.70 0.70 75 0.67 0.67 0.67 0.67 0.67 0.66 74 0.64 0.64 0.64 0.64 0.64 0.63 73 0:-61 0:61_ 0.61 0:61 0.61 1160._,._ 72 0.58 0.58 0.58 0.58 0.58 0.57 71 0.55 0.55 0.55 0.55 0.55 0.54 70 0.52 0.52 0.52 0.52 0.52 0.52 69 0.49 0.49 0.49 0.49 0.49 0.49 68 0.47 0.46 0.46 0.46 0.46 0.46 67 0.44 0.44 0.43 0.43 0.43 0.43 66 0.41 0.41 0.41 0.41 0.41 0.40 4 65 0.38 0.38 0.38 0.38 0.38 0.38 "we 64 0.36 0.35 0.35 0.35 0.35 0.35 63 0.33 0.33 0.33 0.33 0.33 0.32 62 0.30 0.30 0.30 0.30 0.30 0.30 .. 61 0.28 0.28 0.28 0.28 0.28 0.28 60 0.25 0.25 0.25 0.25 0.25 0.25 59 0.23 0.23 0.23 0.23 0.23 0.23 58 0.20 0.20 0.20 0.20 0.20 0.20 57 0.18 0.18 0.18 0.18 0.18 0.18 56 0.15 0.15 0.15 0.15 0.15 0.15 55 0.13 0.13 0.13 0.13 0.13 0.13 54 0.10 0.10 0.10 0.10 0.10 0.10 r. 53 0.08 0.08 0.08 0.08 0.08 0.08 52 0.05 0.05 0.05 0.05 0.05 0.05 51 0.03 0.03 0.03 0.03 0.03 0.03 "' 50 0.00 0.00 0.00 0.00 0.00 0.00 1 ow wee ame ■ 5 a Table 2-Pay Factors PAY FACTOR Minimum Required Percent of Wart WStiin Specdiieation Limits fora Given Factor(Ps+PJ-108 n=10 0=12 n=15 n=18 n=23 n=30 n=43 n=67 Categc". n=3 n=4 n=5 n=0 n=7 n=8 rr=9 to to b to to to to to n=11 n=14 n=17 n=22 n=29 n=42 n=68 G 1.05 100 100 100 100 100 100 100 100 100 100 1.04 100 99 9? 95 96 96 96 97 97 97 97 1.03 100 98 96 94 92 93 93 94 95 95 98 96 1.02 99 97 94 91 89 90 91 92 93 93 94 94 1.01 100 100 100 98 95 92 89 87 88 89 00 91 92 92 93 a 1.00 00 75 78 80 82 83 84 85 86 87 88 89 90 01 92 0.99 86 72 76 78 80 81 82 83 84 85 80 87 89 90 81 0.08 04 70 74 76 78 79 80 81 82 84 85 86 87 88 90 0.97 03 68 72 74 70 77 78 79 81 82 83 84 86 87 88 0.96 61 57 70 72 74 75 76 78 79 81 82 83 84 88 87 1� 0.95 59 65' 08 71 72 74 75 76 78 70 80 82 83 84 85 0.94 58 63 67 69 71 72 73. 75 76 7B 79 80 82 83 85 0.93 57 62 65 6? 00 71 72 73 75 75 78 79 80 82 84 0.92 55 00 63 06 68 09 70 72 73 75 70 78 70 81 82 0.91 54 59 62 64 06 08 69 70 72 74 75 76 78 79 81 0.90 53 57 61 63 05 66 67 69 71 72 74 75 77 78 80 0.89 51 56 59 82 63 65 60 08 89 71 72 74 75 77 79 0.88 50 55 58 00 02 04 65 80 68 70 71 73 74 70 78 0.87 49 53 57 59 01 62 63 65 67 08 70 71 73 75 77 0.86 40 52 55 58 59 61 62 04 06 67 69 70 72 74 78 3 4 Note: If the value of(Po+Pi)-100 does not correspond to a(Pu+Pt)-100 value in ttJs tat Ie. 86 6 use be next srnafer(Pu+P�)-100 value. K lit ail a a rid 1 ea a 6 um imi acs Tablet-Pay Factors(continued) PAY R6nimunr Required Percent of Work Within Specrfroabon Limits fora Given Pay Factor(Pu+PE)-100 is FACTOR Cagy, n=10 n=12 n=15 n=18 n=23 n- 0 n=43 n=57 n=3 n=4 rr=5 n=5 n=7 n=8 n=9 to to to to to to to to ,au n=11 n=14 n=17 n=22 n=29 n=42 n=86 = 0.85 46 51 54 50 58 00 61 62 64 00 67 69 71 72 75 0.84 45 49 53 55 57 58 00 61 63 65 00 68 70 71 73 083 44 48 51 54 56 57 58 00 02 64 65 07 69 70 72 cm 0.82 43 47 50 53 54 56 57 59 01 02 64 66 67 09 71 0.81 41 46 49 51 53 55 50 58 59 01 63 04 06 08 70 0.80 40 44 48 50 52 54 55 50 58 00 62 63 06 61 89 0.78 39 43 46 49 51 52 54 55 57 59 01 62 04 06 68 - 0.78 38 42 45 48 50 51 52 54 56 58 59 6t 63 65 67 on 36 41 44 46 48 50 51 53 55 57 58 00 62 64 05 0.70 35 30 43 45 47 49 50 52 54 50 57 59 51 63 05 0.75 33 38 42 44 48 48 49 51 53 M 58 58 ea R2 04 am m 32 37 40 43 45 47 48 49 52 53 55 57 59 00 63 ,-;:;-:---y,` 5''r.1:- 30 36 39 42 44 45 47 48 50 52 54 56 57 59 62 REJECT.: 28 34 38 41 43 44 46 47 49 51 53 55 58 58 61 f4: _:. *- 27 33 37 39 42 43 45 46 48 50 52 53 55 57 50 err ' 25 32 30 38 40 42 43 45 47 49 51 52 54 56 59 ', -'-I t S .f W,In a. . : ValriS-0 s#t*n:l s'ho.r+A1 .l .. Reject Qualify Levels Less Than Those Shied for a OJS Pay Factor no Note_ If the value of (Pu+PJ-100 does net carrespond to a(Pu+PO-100 value in this table,use the next wisher(Pu+PL)-100 value_ mi sa err op aaa 1 a,. 2 3 err as 7 a 1 1-06.2(2)D Quality Level Analysis 2 The content of this section is revised and moved to the following sub-sections: 3 4 1-06.2(2)D1 General 5 The quality level calculations for HMA and other materials are completed using the 6 formulas in Section 1-06.2(2)D4. For HMA the definition of the "x" value used in the a 7 calculations and the definition of the upper and lower specification limit are in Section 1- 8 06.2(2)D2. For other materials the definition of the "x" value used in the calculations 9 and the definition of the upper and lower specification limit are in Section 1-06.2(2)D3. 10 All other terms and variables are the same for all calculations. 11 12 1-06.2(2)D2 Hot Mix Asphalt 13 x=difference between an individual test value and the job mix formula (JMF) 14 USL= maximum allowable limit in Section 9-03.8(7) 15 LSL= minimum allowable limit in Section 9-03.8(7) 16 17 1-06.2(2)D3 Other Materials 18 x= individual test value 19 USL= upper specification limit 20 LSL= lower specification limit 21 22 1-06.2(2)D4 Quality Level Calculation 23 The procedures for determining the quality level and pay factors for a material are as 24 follows: 25 26 1. Determine the arithmetic mean Xm, for each specified material constituent: 27 28 Ex 29 Xm= 30 nn 31 32 where: E = summation of x 33 n = total number test values Sri 34 35 2. Compute the sample standard deviation, "S", for each constituent: 36 go 37 rnIx2-(F x)2 112 38 S = 39 n(n— 1) 40 41 where: Fx2 = summation of the squares of individual test values 42 - Mc)2 = summation of the individual test values squared 43 44 3. Compute the upper quality index, (QU), for each constituent: 45 a' 46 Qu= USL-Xm 47 S 48 wi r 8 ■r 1 4. Compute the lower quality index, (QL), for each constituent: 2 ' 3 4 QL Xm - LSL IN 5 S 6 7 5. For each constituent determine Pu (the percent within the upper Specification - 8 limit which corresponds to a given Qu) from Table 1. If the USL is 100.00 9 percent or is not specified, Pu will be 100. For negative values of Qu, Pu is 10 equal to 100 minus the table Pu (e.g. N = 15 and Qu = -0.5 will result in Pu = 11 30). If the value of Qu does not correspond exactly to a figure in the table, use 12 the next higher value. 13 14 6. For each constituent determine PL (the percent within the lower Specification 15 limit which corresponds to a given QL) from Table 1. If the LSL is zero or not 16 specified, PL will be 100. For negative values of QL, PL is equal to 100 minus 17 the table PL. If the value of QL does not correspond exactly to a figure in the 18 table, use the next higher value. 19 7. For each constituent determine the quality level (the total percent within +u 20 Specification limits): 21 22 Quality Level = (Pu + PL)- 100 �• 23 24 8. Using the quality level from step 7, determine the pay factor (PF;)from Table 2 25 for each constituent tested. r. 26 27 9. Determine the Composite Pay Factor (CPF)for each lot. 28 29 CPF =f1(PF1) +f2(PF2) + ... +fi(PFi) 30 F fi 31 so 32 i = 1 to j 33 where: fi = price adjustment factor listed in these Specifications for the 34 applicable material 35 where:j = number of constituents being evaluated 36 37 1-06.6 Sieves for Testing 38 This section including title is revised to read: 39 40 1-06.6 Vacant 41 42 SECTION 1-07, LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 43 August 3, 2009 44 1-07.2(2) State Sales Tax: Work on State-Owned or Private Land 45 The following new paragraph is inserted in front of the first paragraph: 46 47 State Department of Revenue Rule 170 and its related rules apply for this section. 48 del .� 9 a 1 1-07.5(1) General 2 The following new paragraph is inserted after the first paragraph: 3 4 The Contractor shall be responsible to immediately report to the Engineer any deviation 5 from the contract provisions pertaining to environmental compliance, including but not 6 limited to spills, unauthorized fill in waters of the State including wetlands, water quality 7 standards, noise, air quality, etc. 8 9 1-07.5(2) State Department of Fish and Wildlife 10 The following new numbered item is inserted after number 8.: 11 12 9. Immediately notify the Engineer and stop all work causing impacts, if at any time, 13 as a result of project activities, fish are observed in distress, or a fish kill occurs. 14 15 1-07.5(3) State Department of Ecology 16 Number 4. is supplemented with the following: 17 18 These include, but are not limited to petroleum products, hydraulic fluid, fresh concrete, 19 sediments, sediment-laden water, chemicals, paint, solvents, or other toxic or 20 deleterious materials. 21 22 r 23 1-07.8 High Visibility Apparel 24 This section is revised to read: 25 26 The Contractor shall require all personnel under their control (including service 27 providers, Subcontractors and lower tier Subcontractors) that are on foot in the work 28 zone and are exposed to vehicle traffic or construction equipment to wear the high ei 29 visibility apparel described in this Section. 30 31 The Contractor shall ensure that a competent person as identified in the MUTCD selects a 32 the appropriate high-visibility apparel suitable for the job-site conditions. 33 34 High visibility garments shall always be the outermost garments. 35 36 High visibility garments shall be in a condition compliant with the ANSI 107-2004 and 37 shall be used in accordance with manufacturer recommendations. 38 • 39 This section is supplemented with the following new sub-sections. 40 41 1-07.8(1) Traffic Control Personnel iv 42 All personnel performing the Work described in Section 1-10 (including traffic control 43 _ supervisors, flaggers, spotters, and others performing traffic control labor of any kind), 44 shall comply with the following: 45 46 1. During daylight hours with clear visibility, workers shall wear a high-visibility 47 ANSI/ISEA 107-2004 Class 2 or 3 vest or jacket, and hardhat meeting the high 48 visibility headwear requirements of WAC 296-155-305; and 49 50 2. During hours of darkness (1/2-hour before sunset to 1/2-hour after sunrise) or 51 other low visibility conditions (snow, fog, etc.), workers shall wear a high- 52 visibility ANSI/ISEA 107-2004 Class 2 or 3 vest or jacket, high visibility lower a 10 v 1 garment meeting ANSI/ISEA 107-2004 Class E, and hardhats eting the high 2 visibility headwear requirements of WAC 296-155-305. ■. 3 4 1-07.8(2) Non-Traffic Control Personnel 5 All personnel, except those performing the Work described in Section 1-10, shall wear 11111 6 high visibility apparel meeting the ANSI/ISEA 107-2004 Class 2 or 3 standard. 7 8 1-07.9(1) General 9 The following new paragraph is inserted to follow the sixth paragraph: 10 11 The Contractor shall ensure that any firm (Supplier, Manufacturer, or Fabricator) that 12 falls under the provisions of RCW 39.12 because of the definition "Contractor" in WAC ' 13 296-127-010, complies with all the requirements of RCW 39.12. 14 15 This section is supplemented with the following: 16 17 Listing Recovery Act (and Other) New Hire Opportunities With the 18 Employment Security Department 19 There are many talented people currently unemployed. As the signs on Contracting 20 Agency projects advertise the Recovery Act is about creating jobs and putting people 21 back to work. As a companion effort the Employment Security Department has been +�. 22 charged with giving people the opportunity to compete for these jobs. Their tool for 23 doing so is WorkSource. WorkSource is a free service located across the State that 24 screens, shortlists and refers qualified candidates. ,,, 25 26 WorkSource employees are aware that the Contractor has other commitments as part of 27 general business practices and as part of the Contract. Contractors may be subject to 28 hiring commitments such as Equal Employment Opportunity or union commitments. 29 However, utilizing WorkSource can be an essential effort as part of their various good 30 faith efforts. 31 32 WorkSource is a resource that is available across the State. Contractors who have 33 been awarded WSDOT Contracts shall be prepared to discuss their recruitment plans 34 and how WorkSource will be incorporated into that effort at the preconstruction am 35 conference. WorkSource has a simple process for requesting and reporting new hires. 36 37 The Contractor may contact the ARRA Business Unit at 877-453-5906 (toll free) or .. 38 ARRA @esd.wa.gov. There is additional information available on the website; 39 https://fortress.wa.gov/esd/worksourcel. 40 41 1-07.15 Temporary Water Pollution/Erosion Control 42 This section is supplemented with the following: 43 44 Stormwateror-dewatering water that has come in contact with concrete rubble, concrete 45 pours, or cement treated soils shall be maintained to pH 8.5 or less before it is allowed 46 to enter waters of the state. If pH exceeds 8.5, the Contractor shall immediately 47 discontinue work and initiate treatment according to the plan to lower the pH. Work may 48 resume, with treatment, once the pH of the stormwater is 8.5 or less or it can be 49 demonstrated that the runoff will not reach surface waters. 50 51 High pH process water shall not be discharged to waters of the state. Unless specific 52 measures are identified in the Special Provisions, high pH process water may be 11 N 1 infiltrated, dispersed in vegetation or compost, or pumped to a sanitary sewer system. 2 Water being infiltrated or dispersed shall have no chance of discharging directly to 3 waters of the state, including wetlands or conveyances that indirectly lead to waters of 4 the state. High pH process water shall be treated to within a range of 6.5 to 8.5 pH units 5 prior to infiltration to ensure the discharge does not cause a violation of groundwater 6 quality standards. If water is pumped to the sanitary sewer, the Contractor shall provide 4 7 a copy of permits and requirements for placing the material into a sanitary sewer system 8 prior to beginning the work. Process water may be collected and disposed of by the 9 Contractor off the project site The Contractor shall provide a copy of the permit for an 10 approved waste site for the disposal of the process water prior to the start of work which 11 generates the process water. 12 13 1-07.15(1) Spill Prevention, Control and Countermeasures Plan 14 This section is revised to read: 15 16 The Contractor shall prepare a project-specific spill prevention, control, and 17 countermeasures plan (SPCC Plan)that will be used for the duration of the project. The 18 Contractor shall submit the plan to the Project Engineer no later than the date of the 19 preconstruction conference. No on-site construction activities may commence until Ili 20 WSDOT accepts an SPCC Plan for the project. 21 22 The term "hazardous materials", as used in this Specification, is defined in Chapter 447 la 23 of the WSDOT Environmental Procedures Manual (M31-11). Occupational safety and 24 health requirements that may pertain to SPCC Plan implementation are contained in but 25 not limited to WAC 296-824 and WAC 296-843. 26 27 Implementation Requirements 28 The SPCC Plan shall be updated by the Contractor throughout project construction so 29 that the written plan reflects actual site conditions and practices. The Contractor shall 30 update the SPCC Plan at least annually and maintain a copy of the updated SPCC Plan 31 on the project site All project employees shall be trained in spill prevention and 32 containment, and shall know where the SPCC Plan and spill response kits are located 33 and have immediate access to them. 34 35 If hazardous materials are encountered or spilled during construction, the Contractor 36 shall do everything possible to control and contain the material until appropriate 37 measures can be taken. The Contractor shall supply and maintain spill response kits of 38 appropriate size within close proximity to hazardous materials and equipment. 39 40 The Contractor shall implement the spill prevention measures identified in the SPCC 41 Plan before performing any of the following: 42 43 1. Placing materials or equipment in staging or storage areas. 44 2. Refueling,washing, or maintaining equipment. 45 3. Stockpiling contaminated materials. 46 47 SPCC Plan Element Requirements 48 The SPCC Plan shall set forth the following information in the following order: ad 49 50 1. Responsible Personnel a a 12 a' 1 Identify the name(s), title(s), and contact information for the personnel 2 responsible for implementing and updating the plan, including all spill 3 responders. 4 5 2. Spill Reporting „o 6 List the names and telephone numbers of the federal, State, and local 7 agencies the Contractor shall notify in the event of a spill. 8 9 3. Project and Site Information 10 Describe the following items: 11 12 A. The project Work. 13 14 B. The site location and boundaries. 15 16 C. The drainage pathways from the site. 17 18 D. Nearby waterways and sensitive areas and their distances from the NM 19 site. 20 21 4. Potential Spill Sources so 22 Describe each of the following for all potentially hazardous materials brought 23 or generated on-site (including materials used for equipment operation, 24 refueling, maintenance, or cleaning): 25 26 A. Name of material and its intended use. 27 28 B. Estimated maximum amount on-site at any one time. 29 30 C. Location(s) (including any equipment used below the ordinary high 31 water line) where the material will be staged, used, and stored and 32 the distance(s)from nearby waterways and sensitive areas. 33 34 D. Decontamination location and procedure for equipment that comes ■. 35 into contact with the material. 36 37 E. Disposal procedures. 38 39 5. Pre-Existing Contamination 40 Describe any pre-existing contamination and contaminant sources (such as 41 buried pipes or tanks) in the project area that are described in the Contract 42 documents. Identify equipment and work practices that will be used to prevent 43 the release of contamination. 44 45 , 6. Spill Prevention and Response Training 46 Describe how and when all personnel (including refueling contractors and 47 Subcontractors)will be trained in spill prevention, containment and response in 48 accordance with the Plan. Describe how and when all spill responders will be 49 trained in accordance with WAC 296-824. 50 .le 51 7. Spill Prevention 52 Describe the following items: •• 13 a 1 2 A. Spill response kit contents and location(s). 3 ri 4 B. Security measures for potential spill sources. 5 6 C Secondary containment practices and structures for all containers to is 7 handle the maximum volume of potential spill of hazardous materials. 8 9 10 D. Methods used to prevent stormwater from contacting hazardous 11 materials. 12 13 E. Site inspection procedures and frequency. 14 15 F. Equipment and structure maintenance practices. 16 17 G. Daily inspection and cleanup procedures that ensure all equipment 18 used below the ordinary high water line is free of all external 19 petroleum based products. 20 21 H. Refueling procedures for equipment that cannot be moved from below 22 the ordinary high water line. 23 24 8. Spill Response 25 Outline the response procedures the Contractor will follow for each scenario 26 listed below.. Include a description of the actions the Contractor shall take and 27 the specific, on-site, spill response equipment that shall be used to assess the 28 spill, secure the area, contain and eliminate the spill source, and clean up and 29 dispose of spilled and contaminated material. 30 31 A. A spill of each type of hazardous material at each location identified in 32 4, above. 33 34 B. Stormwater that has come into contact with hazardous materials. 35 36 C. A release or spill of any pre-existing contamination and contaminant 37 source described in 5, above. 38 39 D. A release or spill of any unknown pre-existing contamination and 40 contaminant sources (such as buried pipes or tanks) encountered 41 during project Work. 42 so 43 E. A spill occurring during Work with equipment used below the ordinary 44 high water line. 45 46 If the Contractor will use a Subcontractor for spill response, provide contact 47 information for the Subcontractor under item 1 (above), identify when the 48 Subcontractor will be used, and describe actions the Contractor shall take Sri 49 while waiting for the Subcontractor to respond. 50 51 9. Project Site Map 52 Provide a map showing the following items: 14 Oil ur 1 2 A. Site location and boundaries. .�. 3 4 B. Site access roads. 5 are 6 C. Drainage pathways from the site. 7 8 D. Nearby waterways and sensitive areas. 9 10 E. Hazardous materials, equipment, and decontamination areas 11 identified in 4, above. 12 aim 13 F. Pre-existing contamination or contaminant sources described in 5, 14 above. 15 16 G. Spill prevention and response equipment described in 7 and 8, above. 17 18 10. Spill Report Forms r.. 19 Provide a copy of the spill report form(s) that the Contractor will use in the event of 20 a release or spill. 21 ,.• 22 Payment 23 Payment will be made in accordance with Section 1-04.1 for the following Bid item when 24 it is included in the Proposal: 25 ille 26 "SPCC Plan", lump sum. 27 28 When the written SPCC is accepted by WSDOT, the Contractor shall receive 50-percent on 29 of the lump sum Contract price for the plan. 30 31 The remaining 50-percent of the lump sum price will be paid after the materials and 32 equipment called for in the plan is mobilized to the project. 33 34 The lump sum payment for"SPCC Plan"shall be full pay for: .. 35 36 1. All costs associated with creating the accepted SPCC Plan. 37 ,r„ 38 2. All costs associated with providing and maintaining the on-site spill prevention 39 equipment described in the accepted SPCC Plan. 40 41 3. All costs associated with providing and maintaining the on-site standby spill 42 response equipment and materials described in the accepted SPCC Plan. 43 44 4, All costs-associated-with--implementing-the spill prevention-measures identified -- "' 45 in the accepted SPCC Plan. 46 47 5. All costs associated with updating the SPCC Plan as required by this 48 Specification. 49 50 As to other costs associated with releases or spills, the Contractor may request •i• 51 payment as provided for in the Contract. No payment shall be made if the release or no .. 15 a 1 spill was caused by or resulted from the Contractor's operations, negligence, or 2 omissions. 3 4 1-07.16(2) Vegetation Protection and Restoration 5 The last sentence in the first paragraph is revised to read: 6 7 The Engineer will designate the vegetation to be saved and protected by a site 8 preservation line, high visibility fencing, or individual flagging. 9 No 10 This section is supplemented with the following new sub-section: 11 12 1-07.16(2)A Wetland and Sensitive Area Protection 13 Existing wetland and other environmentally sensitive areas, where shown in the Plans 14 or designated by the Engineer, shall be saved and protected through the life of the 15 Contract. When applicable, a site preservation line has been established as a boundary 16 between work zones and sensitive environmental areas. 17 18 The Contractor shall install high visibility fence as shown in the Plans or designated by 19 the Engineer in accordance with 8-01.3(1). The areas to be protected include critical 20 environmental areas, buffer zones, and other areas of vegetation to be preserved. The 21 Contractor shall keep areas identified by the site preservation lines free of construction 22 equipment, construction materials, debris, and runoff. No access, to include but not 23 limited to excavation, clearing, staging, or stockpiling shall be performed inside the 24 protected area. 25 26 1-07.16(4) Archaeological and Historical Objects 27 This section is supplemented with the following new sub-section: 28 29 1-07.16(4)A Inadvertent Discovery of Human Skeletal Remains 30 If human skeletal remains are encountered by the Contractor, they shall not be further - 31 disturbed. The Contractor shall immediately notify the Engineer of any such finds, and 32 shall cease all work adjacent to the discovery, in an area adequate to provide for the 33 total security and protection of the integrity of the skeletal remains. The Engineer may 34 require the Contractor to suspend Work in the vicinity of the discovery until final 35 determinations and removal of the skeletal remains is completed. "' 36 37 If the Engineer finds' that the suspension of Work in the vicinity of the discovery 38 increases or decreases the cost or time required for performance of any part of the 39 Work under this Contract, the Engineer will make an adjustment in payment or the time 40 required for the performance of the Work in accordance with Sections 1-04.4 and 1- 41 08.8. 42 43 1-07.17(2) Utility Construction, Removal or Relocation by Others 44 ..The first sentence-in the second paragraph is revised to read: .. .. oi 45 46 If the Contract provides notice that utility work (including furnishing, adjusting, 47 relocating, replacing, or constructing utilities) will be performed by others during the 48 prosecution of the Work, the Special Provisions will establish the utility owners 49 anticipated completion. 50 51 The first sentence in the third paragraph is revised to read: 52 16 .r. 1 When others delay the Work through late performance of utility work, the Contractor 2 shall adhere to the requirements of Section 1-04.5. 3 4 1-07.23 Public Convenience and Safety ' 5 This section is revised to read: t,. 6 7 The Contractor shall be responsible for providing adequate safeguards, safety devices, 8 protective equipment, and any other needed actions to protect the life, health, and 9 safety of the public, and to protect property in connection with the performance of the 10 Work covered by the Contract. The Contractor shall perform any measures or actions 11 the Engineer may deem necessary to protect the public and property. The responsibility 12 and expense to provide this protection shall be the Contractor's except that which is to 13 be furnished by the Contracting Agency as specified in other sections of these 14 Specifications. Nothing contained in this Contract is intended to create any third-party 15 beneficiary rights in favor of the public or any individual utilizing the Highway facilities 16 being constructed or improved under this Contract. 17 18 1-07.23(1) Construction Under Traffic +�+ 19 The second sentence in the second paragraph is revised to read: 20 21 The Contractor shall maintain existing roads, streets, sidewalks, and paths within the e,,,• 22 project limits, keeping them open, and in good, clean, safe condition at all times. 23 24 The fifth sentence in the second paragraph is revised to read: 25 26 The Contractor shall also maintain roads, streets, sidewalks, and paths adjacent to the 27 project limits when affected by the Contractor's operations. 28 29 The final paragraph in this section is deleted. 30 31 1-07.23(2) Construction and Maintenance of Detours 32 Number 1. under the first paragraph is revised to read: 33 34 Detours and detour bridges that will accommodate traffic diverted from the Roadway, 35 bridge, sidewalk or path during construction, 36 37 SECTION 1-08, PROSECUTION AND PROGRESS •• 38 August 3, 2009 39 1-08.1 Subcontracting SIN 40 Item (2) in the first sentence of the seventh paragraph is revised to read: 41 42 (2) Delivery of these materials to the Work site in vehicles owned or operated by such 43 plants or by recognized independent or commercial hauling companies hired by 44 those commercial plants. 45 .. 46 1-08.3(2)A Type A Progress Schedule 47 This section is revised to read: 48 49 The Contractor shall submit five copies of a Type A Progress Schedule no later than 10 50 days after the date the contract is executed, or some other mutually agreed upon 51 submittal time. The schedule may be a critical path method (CPM) schedule, bar chart, es 17 ■ 1 or other standard schedule format. Regardless of which format used, the schedule shall 2 identify the critical path. The Engineer will evaluate the Type A Progress Schedule and 3 approve or return the schedule for corrections within 15 calendar days of receiving the 4 submittal. 5 6 1-08.4 Prosecution of Work „r 7 This section is supplemented with the following: 8 9 When shown in the Plans, the first order of work on this project shall be the installation 10 of high visibility fencing to delineate all areas for protection or restoration, as described 11 in the Contract. Installation of high visibility fencing adjacent to the roadway shall occur 12 after the placement of all necessary signs and traffic control devices are in place in 13 accordance with 1-10.1(2). Upon construction of the fencing, the Contractor shall 14 request the Engineer to inspect the fence. No other work shall be performed on the site 15 until the Contracting Agency has accepted the installation of high visibility fencing, as 16 described in the Contract. 17 18 1-08.5 Time for Completion 19 The third sentence in the first paragraph is revised to read: filli 20 21 A nonworking day is defined as a Saturday, a Sunday, a whole or half day on which the 22 Contract specifically prohibits Work on the critical path of the Contractor's approved 23 progress schedule, or one of these holidays: January 1, the third Monday of January, 24 the third Monday of February, Memorial Day, July 4, Labor Day, November 11, 25 Thanksgiving Day, the day after Thanksgiving, and Christmas Day. 26 27 1-08.6 Suspension of Work 28 The first paragraph is revised to read: • 29 30 The Engineer may order suspension of all or any part of the Work if: 31 32 1. Unsuitable weather that prevents satisfactory and timely performance of the 33 Work; or 34 35 2. The Contractor does not comply with the Contract: or • 36 37 3. It is in the public interest. 38 , 39 1-08.7 Maintenance During Suspension 40 The first sentence in the fourth paragraph is revised to read: 41 42 If the Engineer determines that the Contractor has pursued the Work diligently before 43 the suspension, then the Contracting Agency will maintain the temporary Roadway (and - .. ... .. .. ..--- bear its cost). wf 45 46 The fifth paragraph is revised to read: 47 48 The Contractor shall protect and maintain all other Work in areas not used by traffic. All " 49 costs associated with protecting and maintaining such Work shall be the responsibility of 50 the Contractor, except those costs associated with implementing the TESC Plan 51 according to Section 8-01. a 18 1 2 The seventh paragraph is revised to read: •• 3 4 After any suspension, the Contractor shall resume all responsibilities the Contract 5 assigns for the Work. 6 7 SECTION 1-09, MEASUREMENT AND PAYMENT 8 April 7, 2008 9 1-09.9 Payments 10 The first paragraph is supplemented with the following: w. 11 12 For items Bid as lump sum, the Contractor shall submit a breakdown of their lump sum 13 price in sufficient detail for the Project Engineer to determine the value of the Work 14 performed on a monthly basis. Lump sum breakdowns shall be provided to the Project 15 Engineer no later than the date of the preconstruction meeting. 16 17 The second sentence in the third paragraph is revised to read: 18 19 Unless otherwise provided in the payment clause of the applicable Specifications, partial 20 payment for lump sum Bid items will be a percentage of the price in the Proposal based — 21 on the Project Engineer's determination of the amount of Work performed, with 22 consideration given to but not exclusively based on the Contractors lump sum 23 breakdown. ,. 24 25 The third paragraph is supplemented with the following: 26 27 The determination of payments under the contract will be final in accordance with 28 Section 1-05.1. 29 30 1-09.9(1) Retainage 31 In the fourth paragraph, number 1, the reference to$20,000 is revised to read $35,000. 32 33 SECTION 1-10, TEMPORARY TRAFFIC CONTROL J" 34 August 3, 2009 35 1-10.1(2) Description 36 The following new paragraph is inserted after the second paragraph: 37 38 Unless otherwise permitted by the Contract or approved by the Project Engineer, the +r 39 Contractor shall keep all existing pedestrian routes and access points (including 40 sidewalks, paths and crosswalks)open and clear at all times. 41 42 The second and third sentences in the third paragraph are revised to read: 43 44 The Contractor shall erect and maintain all construction signs, warning signs, detour r, 45 signs, and other traffic control devices necessary to warn and protect the public at all 46 times from injury or damage as a result of the Contractor's operations which may occur 47 on or adjacent to Highways, roads, streets, sidewalks or paths. No Work shall be done 48 on or adjacent to any Traveled Way until all necessary signs and traffic control devices 49 are in place. 50 ... 19 S 1 1-10.2(1) General 2 The second sentence in the third paragraph is revised to read: 3 4 Possession of a current TCS card and flagging card by the primary and alternate TCS is 5 mandatory. 6 7 1-10.2(1)B Traffic Control Supervisor 8 In number 1. under the third paragraph, the reference to the book Quality Guidelines for 9 Work Zone Traffic Control Devices is revised to Quality Guidelines for Temporary Traffic 10 Control Devices. 11 12 In number 2. under the third paragraph, the second sentence is revised to read: 13 14 Traffic control devices shall be inspected at least once per hour during working hours 15 except that Class A signs need to be checked only once a week and nighttime lighting 16 need to be checked only once a shift. 17 18 1-10.2(2) Traffic Control Plans 19 The first sentence in the first paragraph is revised to read: 20 21 The traffic control plan or plans appearing in the Contract documents show a method of 22 handling vehicle, bicycle and pedestrian traffic. iii 23 24 In the third sentence of the second paragraph, the reference to "MUTCD, Part VI" is revised 25 to"MUTCD, Part 6". rii 26 27 1-10.2(3) Conformance to Established Standards 28 The second paragraph is revised to read: 29 30 In addition to the standards of the MUTCD described above, the Contracting Agency 31 has crashworthiness requirements for most workzone devices. The National 32 Cooperative Highway Research Project (NCHRP) Report 350 has established a 33 requirements for crash testing. Workzone devices are divided into four categories. Each 34 of those categories is described below: 35 it 36 In the paragraph that begins with "Category 2", the second sentence is revised to read: 37 38 Examples of this class are barricades, portable sign supports and signs. 39 40 1-10.3(1) Traffic Control Labor 41 The second paragraph is revised to read: 42 43 Vests and other high visibility apparel shall be in conformance with Section 1-07.8. 44 45 1-10.3(1)A Flaggers and Spotters 46 The following is inserted after the fifth sentence of the second paragraph: 47 48 Flagger station illumination shall meet the requirements of the MUTCD and these 49 specifications. 50 51 The Contractor shall provide portable lighting equipment capable of sufficiently a 52 illuminating a flagger and their station without creating glare for oncoming motorists, yet 20 1 will meet the mobility requirements of the operation. The lighting stations shall be 2 located on the same side of the roadway as the flagger and aimed either parallel or • 3 perpendicular to the traveled lanes to minimize glare. The lighting devices shall be 4 located 5 to 10 feet from the edge of the travel lane with a mounting height of 15 to 25 ft 5 above the ground. The flagger should be visible and discernable as a flagger from a as 6 distance of 1000 feet. 7 8 The fourth sentence of the fourth paragraph is revised to read: 9 10 The duties of a spotter shall not include flagging and the use of a flagging paddle while 11 performing spotting duties is not allowed. 12 13 1-10.3(2)B Rolling Slowdown 14 The first two paragraphs are deleted and replaced with the following: 15 16 Rolling slowdown traffic control operations are not to be used for routine work that can 17 be addressed by standard lane or shoulder closure traffic control. When a short-term 18 roadway closure is needed for an infrequent, non-repetitive work operation such as a •• 19 sign bridge removal, or utility wire crossing, the Contractor may implement a rolling 20 slowdown on a multi-lane roadway, as part of an approved traffic control plan. 21 22 The Contractor shall submit for approval a traffic control plan detailing the expected 23 delay time, interchange ramp control and rolling slowdown distance. A portable 24 changeable message sign shall be placed ahead of the starting point of the traffic 25 control to warn traffic of the slowdown.The sign shall be placed far enough ahead of the 26 Work to avoid any expected backup of vehicles. 27 28 A rolling slowdown shall use traffic control vehicles with flashing amber lights. At least 29 one traffic control vehicle will be used for every two lanes to be slowed, plus a control 30 vehicle will serve as a following (chase) vehicle for traffic ahead of the blockade. The 31 traffic control vehicles shall enter the roadway and form a moving blockade to reduce sit 32 traffic speeds and create a clear area ahead of the blockade in which to accomplish the 33 work without a total stoppage of traffic. 34 •• 35 1-10.3(2)C Lane Closure Setup/Takedown 36 The following is inserted in front of item 1. of the first paragraph: 37 38 A portable changeable message sign shall be established in advance of the operation, 39 far enough back to provide warning of both the operation and of any queue of traffic that 40 has formed during the operation. 41 42 The second paragraph is revised to read: 43 44 Once the lane is closed, the TMNarrow board combination-shall be replaced with an -` 45 arrow board without attenuator. 46 47 The second sentence of the third paragraph is revised to read: 48 49 A truck-mounted attenuator with arrow board is required during the process of closing 50 each additional lane and is to be replaced with an arrow board without attenuator after 51 the lane is closed. 52 21 a 1 1-10.3(2)D Mobile Operations 2 The first sentence of the first paragraph is revised to read: 3 4 Where construction operations are such that movement along the length of a Roadway 5 is continuous or near-continuous to the extent that a stationary traffic control layout will 6 not be effective, the Contractor may implement a moving, or mobile, traffic control 7 scheme. 8 9 1-10.3(3)A Construction Signs 10 The third paragraph is revised to read: 11 12 All existing signs, new permanent signs installed under this Contract, and construction 13 signs installed under this Contract that are inappropriate for the traffic configuration at a 14 given time shall be removed or completely covered in accordance with Section 8- 15 21.3(3). 16 17 The seventh sentence of the fourth paragraph is revised to read: 18 19 Class B construction signs are those signs that are placed and removed daily, or are 20 used for short durations which may extend for one to three days. 21 22 The fourth paragraph is supplemented with the following: r 23 24 Tripod mounted signs in place more than three days in any one location, unless 25 approved by the Engineer, shall be required to be post mounted and shall be classified 26 as Class A construction signs. 27 28 The fifth paragraph is revised to read: 29 30 Where it is necessary to add weight to signs for stability, sand bags or other similar 31 ballast may be used but the height shall not be more than 4-inches above the Roadway 32 surface, and shall not interfere with the breakaway features of the device. The "l' 33 Contractor shall follow the manufacturer's recommendations for sign ballasting. 34 - 35 1-10.3(3)B Sequential Arrow Signs 36 The second and third sentences of the first paragraph are deleted. 37 38 1-10.3(3)C Portable Changeable Message Sign 39 The second sentence of the first paragraph is deleted. 40 41 1-10.3(3)D Barricades 42 The second paragraph is revised to read: 43 44 Where it is necessary to add weight to barricades for stability, sand bags or other similar 45 ballast may be used but the height shall not be more than 4-inches above the Roadway 46 surface and shall not interfere with the breakaway features of the device. The 47 Contractor shall follow the manufacturer's recommendation for sign ballasting. 48 49 1-10.3(3)E Traffic Safety Drums 50 The second paragraph is revised to read: 51 22 1 Used drums may be utilized, provided all drums used on the project are of essentially 2 the same configuration and the devices conform to Section 1-10.2(3). +�• 3 4 1-10.3(3)G Traffic Cones 5 This section including title is revised to read: rrr 6 7 1-10.3(3)G Traffic Cones and Tall Channelizing Devices 8 Where shown on an approved traffic control plan or where ordered by the Engineer, the or 9 Contractor shall provide, install and maintain traffic cones or tall channelizing devices. 10 Cones and tall channelizing devices shall be kept in good repair and shall be removed 11 immediately when directed by the Engineer. Where wind or moving traffic frequently 12 displaces cones, an effective method of stabilizing them, such as stacking two together 13 at each location, shall be employed or heavier weighted bases may be necessary. 14 15 1-10.3(3)J Truck-Mounted Attenuator "" 16 This section is supplemented with the following: 17 18 A TMA may be used in lieu of a temporary impact attenuator when approved by the 19 Engineer as part of a stage traffic control shift to protect an object such as blunt barrier 20 end, or bridge pier column that is located within the work zone clear zone. This use of a 21 TMA is restricted to a maximum of 3 days or approved extension by the Engineer. +� 22 23 1-10.3(3)K Portable Temporary Traffic Control Signal 24 The first paragraph is revised to read: ,• 25 26 Where shown on an approved traffic control plan, the Contractor shall provide, operate, 27 maintain and remove a portable temporary traffic control signal system to provide 28 alternating one-lane traffic operations on a two-way facility. A portable temporary traffic 29 control signal system shall be defined as two traffic control units that operate together. 30 The system shall be trailer mounted, fully self-contained and designed so that it can be 31 easily transported and deployed at different locations. 32 33 The third sentence in the second paragraph is deleted. 34 35 The following is inserted in front of the sixth paragraph: 36 37 The Traffic Control Supervisor shall monitor and insure that the Portable Temporary +� 38 Traffic Control Signal is fully operational and maintained as specified by the 39 manufacturer. This Work may include cleaning and replacing lamps and other routine 40 maintenance as needed. 41 42 1-10.4(2) Item Bids with Lump Sum for Incidentals 43 The unit of measurement statement for "Portable Changeable Message Sign" is revised to , ._ _._ ._.... 44 ._ read: 45 46 "Portable Changeable Message Sign" will be measured by the hour for the time that r. 47 each sign is operating as shown on an approved Traffic Control Plan. 48 49 The unit of measurement statement for"Operation of Portable Changeable Message Sign" is 50 deleted. 51 •• 23 1 The unit of measurement statement for"Portable Temporary Traffic Control Signal" is revised 2 to read: 3 4 No specific unit of measurement will apply to the lump sum item of"Portable Temporary 5 Traffic Control Signal". 6 7 1-10.5(1) Lump Sum Bid for Project (No Unit Items) 8 This section is revised to read: 9 10 "Project Temporary Traffic Control", lump sum. 11 12 The lump sum Contract payment shall be full compensation for all costs incurred by the 13 Contractor in performing the Contract Work defined in Section 1-10, except for costs 14 compensated by Bid Proposal items inserted through Contract Provisions as described 15 in Section 1-10.4(3). 16 17 1-10.5(2) Item Bids with Lump Sum for Incidentals 18 The unit of measure for"Portable Changeable Message Sign" is revised to"per hour". 19 assia 20 The bid item "Operation of Portable Changeable Message Sign" and the associated 21 paragraph are deleted. 22 23 The unit of measure for the bid item "Portable Temporary Traffic Control Signal," is revised to 24 lump sum. 25 26 The paragraph following "Portable Temporary Traffic Control Signal," is revised to read: 27 28 The lump sum Contract price shall be full compensation for all costs of labor, materials 29 and equipment incurred by the Contractor in performing the Contract Work as described 30 in Section 1-10.3(3)K, including all costs for traffic control during manual control, 31 adjustment, malfunction, or failure of the portable traffic control signals and during 32 replacement of failed or malfunctioning signals. 33 34 SECTION 2-01, CLEARING, GRUBBING, AND ROADSIDE CLEANUP 35 April 7, 2008 36 2-01.3(1) Clearing 37 Item 3 .is deleted. iri 38 39 The first sentence in Item 4. is revised to read: 40 41 Follow these requirements for all stumps that will be buried deeper than 5-feet from the 42 top, side, or end surface of the embankment or any structure: 44 2-01.3(2) Grubbing 45 Item 2. e, is revised to read: 46 47 Upon which embankments will be placed except stumps may be close-cut or trimmed as 48 allowed in Section 2-01.3(1) item 4. 49 a a 24 rr 1 SECTION 2-02, REMOVAL OF STRUCTURES AND OBSTRUCTIONS 2 April 7, 2008 NW 3 2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters 4 The first sentence in 3. is supplemented with the following: — 5 6 For removal of bituminous pavement, asphalt planing equipment may be used in lieu of 7 sawcutting provided that a clean vertical edge remains. ,,. 8 9 SECTION 2-03, ROADWAY EXCAVATION AND EMBANKMENT 10 January 7, 2008 11 2-03.1 Description 12 The first sentence in the first paragraph is revised to read: 13 14 The Work described in this section, regardless of the nature or type of the materials 15 encountered, includes excavating and grading the Roadway, excavating in borrow pits, 16 excavating below grade, excavating channels and ditches, removing slide material, and 177 disposing of all excavated material. 19 2-03.3(3) Excavation Below Grade 20 The section title is revised to read: 21 22 2-03.3(3) Excavation Below Subgrade •• 23 24 The first sentence in the fifth paragraph is revised to read: 25 as 26 Compaction. If the density of the natural earth under any area of the Roadway is 27 less than that required in Section 2-03.3(14)C, Method B, the Engineer may order 28 the Contractor to perform any or all of the following: 30 2-03.3(14)M Excavation of Channels 31 This section including title is revised to read: 32 33 2-03.3(14)M Excavation of Channels and Ditches 34 Channel Excavation: Open excavations 8-feet or more wide at the bottom, but excludes 35 channels that are part of the Roadway. 36 37 Ditch Excavation: Open excavations less than 8-feet wide at the bottom, but excludes 38 ditches that are part of the Roadway. 39 40 Before excavating channels or ditches, the Contractor shall clear and grub the area in 41 accordance with Section 2-01, r. 42 43 2-03.4 Measurement 44 The first sentence in the first paragraph is revised to read: r. 45 46 Roadway excavation, channel excavation, ditch excavation, unsuitable foundation 47 excavation, and common borrow items will be measured by the cubic yard. a. 48 49 The fourth sentence in the first paragraph is revised to read: �• 25 1 2 For Roadway excavation, channel excavation and ditch excavation items, the original 4 ground will be compared with the planned finished section shown in the Plans. 5 2-03.5 Payment 6 The first paragraph is supplemented with the following: 7 8 "Channel Excavation", per cubic yard. 9 "Channel Excavation Incl. Haul", per cubic yard. is 10 "Ditch Excavation", per cubic yard. 11 "Ditch Excavation Incl. Haul", per cubic yard. 13 The first sentence in the second paragraph is revised to read: 14 15 The unit Contract price per cubic yard for `Roadway Excavation", "Roadway Excavation 16 Incl. Haul", "Roadway Excavation —Area ", "Roadway Excavation Incl. Haul —Area • 17 ", "Channel Excavation", "Channel Excavation Incl. Haul", "Ditch Excavation" and 18 "Ditch Excavation Incl. Haul" shall be full compensation for all costs incurred for 29 excavating, loading, placing, or otherwise disposing of the material. sii 21 The second paragraph is supplemented with the following: 22 ta 23 When a bid item is not included in the proposal for channel excavation or ditch 24 excavation all costs shall be included in roadway excavation. 25 is 26 The third paragraph is revised to read: 27 28 When the Engineer orders Work according to Section 2-03.3(3), unit Contract prices 29 shall apply, unless the Work differs materially from the excavation above Subgrade, 30 then payment will be in accordance with Section 1-04.4. 31 32 SECTION 2-10, DITCH EXCAVATION • 33 January 7, 2008 34 This section is deleted in its entirety. The section title is revised to read: 35 36 2-10 VACANT 37 38 SECTION 5-01, CEMENT CONCRETE PAVEMENT REHABILITATION 39 August 3, 2009 40 All references in this division to"Engineer" are revised to "Project Engineer". 41 42 .._.5=04.2 -Materials ._ _.. 43 The first sentence is revised to read: 44 45 Materials shall meet the following requirements of the following sections: 46 47 Reinforcing Steel is deleted from the materials list in the first paragraph. 48 49 The section for Subsealing is deleted. to 50 a 26 r 1 5-01.3(1)A Concrete Mix Design for Concrete Patching Materials 2 This section including title is revised to read: amp 3 4 5-01.3(1)A Concrete Mix Designs 5 The Contractor shall use either concrete patching materials or Portland cement concrete +� 6 for the rehabilitation of cement concrete pavement. Concrete patching materials shall 7 be used for spall repair and dowel bar retrofitting and may be used for concrete panel 8 replacement; Portland cement concrete is only allowed for concrete panel replacement. .. 9 10 This section is supplemented with the following sub-sections: 11 12 5-01.3(1)A1 Concrete Patching Materials 13 1. Materials. The prepackaged concrete patching material shall conform to Section 9- 14 20. The aggregate extender shall conform to Section 9-03.1(4), AASHTO Grading 15 No. 8. 16 17 2. Submittals and Mix approval. The Contractor shall use the Manufacturer's 18 recommended proportions for the mix design to be submitted to the Project 19 Engineer for the concrete patching material. The Contractor's submittal shall 20 include the mix proportions of the prepackaged concrete patching material, water, 21 aggregate extender, and the proposed sources for all aggregates. If not approved ••• 22 for use on the QPL, submit test data indicating compliance with Section 9-20. 23 24 5-01.3(1)A2 Portland Cement Concrete .• 25 Portland cement concrete shall meet the requirements of Sections 5-05.3(1) and 5- 26 05.3(2) and be air entrained with a design air content of 5.5%. 27 28 5-01.3(1)B Equipment 29 The third paragraph (Air Compressors) is deleted. 30 31 The fifth paragraph (All equipment) is deleted. 32 33 The section for Subsealing is deleted. 34 'r 35 5-01.3(2)A Concrete Patching Material 36 This section is revised to read: 37 '"" 38 Acceptance shall be based on field verification of the prepackaged patching material, 39 and that the amount of added water and aggregate extender complies with the mix 40 design. 41 42 5-01.3(2)B Portland Cement Concrete 43 The third paragraph is supplemented with the following: .r 44 45 The lower Specification limit for Air Content shall be 3.0-percent, and the upper 46 Specification limit for Air Content shall be 7.0-percent. The lower Specification limit for 47 compressive strength shall be 1200-psi less than that established in the mix design as 48 the arithmetic mean of the 5 sets of 28-day compressive strength cylinders, or 3000-psi, 49 whichever is higher. These compressive strength cylinders are to be cast at the same 50 time as the flexural beams that were used to prequalify the mix design under Section 5- 51 05.3(1). There is no upper Specification limit for 28-day compressive strength. 52 •� 27 1 The portion of this section dealing with Rejection of Concrete is moved to the following sub- 2 section: 3 4 5-01.3(2)B1 Rejection of Concrete 5 Rejection by the Contractor.The Contractor may, prior to sampling, elect to remove any 6 defective material and replace it with new material at no expense to the Contracting arr 7 Agency. The replacement material will be sampled, tested and evaluated for 8 acceptance. 9 10 Rejection without Testing: The Project Engineer may reject any load that appears 11 defective prior to placement. Material rejected before placement shall not be 12 incorporated into the pavement. No payment will be made for the rejected materials it 13 unless the Contractor requests that the rejected material be tested. If the Contractor 14 elects to have the rejected materials tested, a sample will be taken and both the air 15 content and strength shall be tested by WSDOT. 16 17 Payment for rejected material will be based on the results of the one sample, which was 18 taken and tested. If the rejected material fails either test, no payment will be made for 19 the rejected material and in addition, the cost of sampling and testing, at the rate of ra 20 $250.00 per sample shall be borne by the Contractor. If the rejected material passes 21 both tests the mix will be compensated for at actual invoice cost and the cost of the 22 sampling and testing will borne by the Contracting Agency. 23 24 5-01.3(3) Subsealing 25 This section including title is revised to read: • 26 27 5-01.3(3) Vacant 28 29 5-01.3(4) Replace Portland Cement Concrete Panel 30 The first paragraph is revised to read: 31 sio 32 Curing, cold weather Work, concrete pavement construction in adjacent lanes, and 33 protection of pavement shall meet the requirements of Section 5-05.3(13) through 34 Section 5-05.3(15). 35 36 The reference to"epoxy coated" in the third paragraph is deleted. 37 38 Under Placement tolerances for tie bars the second number 4 is revised to read: 39 40 4. Backfilling and compacting crushed surfacing base course. 41 42 The last paragraph on page 5-5 of the Standard Specifications is revised to read: 43 44 The Contractor shall place a bond breaking material such as polyethylene film, roofing 45 paper or other material as approved by the Engineer along all existing concrete surfaces 46 and between the bottom of the slab and treated bases prior to placing concrete. 47 48 The second to the last paragraph of this section is deleted. 49 50 5-01.3(5) Partial Depth SpaII Repair 51 The second paragraph is revised to read: 52 a 28 Sri 1 A vertical saw cut shall be made to a minimum depth of 2.0-inches around the area to 2 be patched as marked by the Engineer. The Contractor shall remove material within the r.. 3 perimeter of the saw cut to a depth of 2.0-inches, or to sound concrete as determined 4 by the Engineer. 5 6 The surface patch area shall be sand blasted and all loose material removed. All 7 sandblasting residue shall be removed using dry oil-free air. 8 9 The fourth paragraph is revised to read: 10 11 Spall repair shall not be done in areas where dowel bars are encountered. 12 13 The fifth paragraph is revised to read: 14 15 When a partial depth repair is placed directly against an adjacent longitudinal joint a 16 bond breaking material such as polyethylene film, roofing paper or other material as 17 approved by the Engineer shall be placed between the existing concrete and the area to 18 be patched. • .�► 19 20 5-01.3(6) Dowel Bar Retrofit 21 The reference to "epoxy-coated" in the second to the last paragraph of this section is are 22 deleted. 23 24 5-01.3(10) Pavement Smoothness 25 The second paragraph is supplemented with the following: 26 27 The smoothness perpendicular to the centerline will be measured with a 10 foot straight 28 edge within the lanes. There shall be no vertical elevation differences of more than a ' 29 inch between lanes. 30 31 5-01.4 Measurement 32 This section is revised to read: 33 34 Replacement cement concrete panels will be measured by the square yard, based on 35 the actual width and length of the surface area placed. 36 37 Retrofit dowel bars will be measured per each for the actual number of bars used in the .r. 38 completed Work. 39 40 No specific unit of measure will apply to the force account item of Partial Dept SpaII 41 Repair. 42 43 Sealing Existing Concrete Random Cracks will be measured by the linear foot, 44 measured along the crack sealed: 45 46 Sealing Transverse and Longitudinal Joints will be measured by the linear foot, 47 measured along the line of the completed joint. 48 49 Cement concrete pavement grinding will be measured by the square yard, based on the 50 actual width and length of area ground. Extra passes to meet the Specifications or '■' 51 overlaps will not be measured. 52 MIS taw 29 a 1 No specific unit of measure will apply to the force account item "Replace 2 Uncompactable Material". 3 4 5-01.5 Payment 5 The bid item "Testing Cement Concrete Pavement Slabs For Subsealing"and the associated 6 paragraph are deleted. me 7 8 The bid item "Drill Hole For Subsealing" is deleted. 9 • 10 The bid item"Pavement Subseal" is deleted. 11 12 SECTION 5-02, BITUMINOUS SURFACE TREATMENT aw 13 August 3, 2009 14 In regards to sieve sizes, all references in this division to"U.S" and "Square" are deleted. 15 16 5-02.3(3) Application of Asphalt Emulsion and Aggregate 17 The chart following the first paragraph is revised to read: 18 a Application Rate Undiluted Asphalt Emulsion Aggregate Aggregates (gal.per sq.yd.)Applied Size (lbs. per sq. yd.)Applied New Construction Prime Coat 0.35-0.65 1/2-No. 4 25-45 or 3/4- 2 Seal Coat 0.35-0.60 1/2-No. 4 25-40 a Choke Stone N/A No.4-0 4-6 Seal Coats %-inch No.4 0.40-0.65 %-No.4 25-45 Choke Stone No.4-0 4-6 or 1/2-inch No.4 0.35-0.55 '/2-No.4 20-35 Choke Stone No.4-0 4-6 3/-inch—No.4 0.35-.55 %-No.4 20-30 3/-inch—No. 0.20-0.40 %-No. 10 18-30 10 Choke Stone - N/A._ ._.... No 4-0. 4-6 ... . _. .... 19 20 Pavement Sealing Grade Diluted/Undiluted Application Rate(gal/sy) CSS-1 or Diluted One Part Water,One 0.10-0.18 CSS-1 h Part Emulsion CSS-1 or Undiluted 0.05-0.09 CSS1h 30 1 2 •• 3 The second sentence in the second paragraph is revised to read: 4 5 The second application of asphalt emulsion (seal coat) shall be applied the next day, or .. 6 as approved by the Project Engineer. 7 8 The eleventh paragraph and the chart following the eleventh paragraph are revised to read: .. 9 10 Before application to the Roadway, asphalt emulsion shall be heated to the following 11 temperatures or that recommended by the manufacturer. 12 Distributor Temperature Type and Grade of Asphalt Min.°F Max. °F au Emulsion New Construction and Seal Coats: CRS-1, CRS-2, CRS-2P 125 195 CMS-2, CMS-2S,CMS-2h 125 185 - Fog Seal: CSS-1, CSS-1h I 70 140 •• 13 14 15 The twelfth paragraph is revised to read: • 16 17 Before application of the fog seal all surfaces shall be thoroughly cleaned of dust, soil, 18 pavement grindings, and other foreign matter. The fog seal shall be CSS-1 or CSS-1 h 19 emulsified asphalt uniformly applied to the pavement. The finished application shall be 20 free of streaks and bare spots. The emulsified asphalt may be diluted at a rate of one 21 part water to one part emulsified asphalt unless otherwise directed by the Project 22 Engineer. 23 24 5-02.3(4) Change in Grades of Asphalt Emulsion 25 This section'including title is revised to read: '"" 26 27 5-02.3(4) Vacant 28 29 5-02.3(10) Unfavorable Weather 30 Item 4. under the second paragraph is revised to read: 31 32 4. Construction of bituminous surface treatments shall not be carried out before May 1 33 or after August 31 of any year except upon written order of the Project Engineer. 34 35 Item 2. under the second paragraph is revised to read: 36 37 2. The surface temperature shall be not more than 130°F or as otherwise determined 38 by the Project Engineer. 39 31 it 1 SECTION 5-04, HOT MIX ASPHALT 2 August 3, 2009 3 5-04.1 Description 4 The first paragraph is supplemented with the following: 5 6 The manufacture of HMA may include warm mix asphalt (WMA) processes in 7 accordance with these Specifications. WMA processes include organic additives, 8 chemical additives and foaming. 9 10 5-04.2 Materials 11 The first paragraph is supplemented with the following: 12 13 Warm Mix Asphalt Additive 9-02.5 14 Recycled Asphalt Pavement 9-03.8(3)B 15 16 The second sentence in the third paragraph is revised to read: 17 18 If utilized, the amount of RAP shall not exceed 20-percent of the total weight of the • 19 HMA. 20 21 The following is inserted after the fourth sentence in the fourth paragraph: +irri 22 23 The substituted asphalt binder shall not exceed a one grade change for either of the 24 design temperatures with a minimum pavement design temperature no lower than 25 minus 28° C. 26 27 The following paragraph is inserted after the fourth paragraph: 28 29 The Contractor may use Warm Mix Asphalt (WMA) processes in the production of HMA. 30 The Contractor shall submit to the Engineer for approval the process that is proposed 31 and how it will be used in the manufacture of HMA. 'ro 32 33 The reference to"pavement" in the fifth paragraph is revised to "HMA". 34 - 35 5-04.3(1) HMA Mixing Plant 36 The following item is inserted to follow item 2: 37 .r► 38 3. Heating of Asphalt Binder. The temperature of the asphalt binder shall not 39 exceed the maximum recommended by the asphalt binder manufacturer. The 40 asphalt binder shall be heated in a manner that will avoid local variations in heating. 41 The heating method shall provide a continuous supply of asphalt binder to the 42 mixer at a uniform average temperature with no individual variations exceeding 43 25°F. Also, when a WMA additive is included inithe-asphalt binder the temperature ea 44 of the asphalt binder shall not exceed the maximum recommended by the 45 manufacturer of the WMA additive. 46 47 Existing items 3. and 4.are renumbered to items 4. and 5. respectively. 48 49 5-04.3(3) Hot Mix Asphalt Pavers 50 The following is inserted at the beginning of the second paragraph: 51 is 32 rir 1 Prior to the use of any HMA paver the Contractor shall certify the paver is equipped with 2 the most current equipment available from the manufacturer for the prevention of the �.. 3 segregation of the coarse aggregate particles. The certification shall list the make, 4 model and year of the paver and any equipment that has been retrofitted to the paver. 5 6 The third paragraph is deleted. 7 8 All references to"Engineer" in the seventh paragraph are revised to "Project Engineer". +.r 9 10 This section is supplemented with the following sub-section: 11 12 5-04.3(3)A Material Transfer DeviceNehicle aro 13 Direct transfer of HMA from the hauling equipment to the paving machine will not be 14 allowed in the top 0.30 feet of the pavement section of hot mix asphalt (HMA) used in 15 traffic lanes with a depth of 0.08 feet or greater. A material transfer device or vehicle 16 (MTDN) shall be used to deliver the HMA from the hauling equipment to the paving 17 machine. HMA placed in irregularly shaped and minor areas such as road approaches, 18 tapers and turn lanes are excluded from this requirement. +•� 19 20 The MTDN shall mix the HMA after delivery by the hauling equipment and prior to 21 laydown by the paving machine. Mixing of the HMA shall be sufficient to obtain a 22 uniform temperature throughout the mixture. If a windrow elevator is used, the length of 23 the windrow may be limited in urban areas or through intersections, at the discretion of 24 the Project Engineer. r 25 26 5-04.3(4) Rollers 27 All references to"Engineer" in this section are revised to"Project Engineer". 28 aim 29 5-04.3(5)A Preparation of Existing Surfaces 30 The reference to"will" in the third sentence of the second paragraph is revised to"shall". 31 32 5-04.3(5)C Crack Sealing 33 The reference to "U.S. No. 4-0" in the first sentence of the second paragraph is revised to 34 "No. 4-0". 35 36 5-04.3(5)E Pavement Repair 37 This section is revised to read: 38 39 The Contractor shall excavate pavement repair areas and shall backfill these with HMA 40 in accordance with the details shown in the Plans and as staked. The Contractor shall r 41 conduct the excavation operations in a manner that will protect the pavement that is to 42 remain. Pavement not designated to be removed that is damaged as a result of the 43 Contractor's operations shall be repaired by the Contractor to the satisfaction of the 44 Project En ineer at no cost to the Contractin g Agency. The Contractor shall excavate - 9' g - -9 Y• - 45 only within one lane at a time unless approved otherwise by the Project Engineer. The 46 Contractor shall not excavate more area than can be completely finished during the 47 same shift. 48 49 The Project Engineer will determine the excavation depth, which may vary up to 1-foot. 50 The determination will depend on the location of material suitable for support of the 51 pavement. The minimum width of any pavement repair area shall be 3-feet unless 52 shown otherwise in the Plans. Before any excavation, the existing pavement shall be wr .. 33 ii 1 sawcut or shall be removed by a pavement grinder. Excavated materials will become 2 the property of the Contractor and shall be disposed in a Contractor-provided site off the 3 Right of Way or used in accordance with Sections 2-02.3(3)or 9-03.21. Asphalt for tack 4 coat shall be required as specified in Section 5-04.3(5)A. A heavy application of tack 5 coat shall be applied to all surfaces of existing pavement in the pavement repair area. 6 Placement of the HMA backfill shall be accomplished in lifts not to exceed 0.35 foot Ai 7 compacted depth. Each lift shall be thoroughly compacted by a mechanical tamper or a 8 roller. 9 U 10 5-04.3(6) Heating of Asphalt Binder 11 This section including title is revised to read: 12 13 5-04.3(6) Vacant 14 ezk 15 5-04.3(7)A Mix Design 16 The content of this section is revised and moved to the following sub-sections: 17 18 5-04.3(7)A1 General 19 The Contractor shall develop a mix design prior to the initial production of HMA and 20 prior to the production of HMA each calendar year thereafter. The mix design aggregate 21 structure and asphalt binder content shalt be determined in accordance with WSDOT 22 Standard Operating Procedure 732 and meet the requirements of Sections 9-03.8(2) 23 and 9-03.8(6). Mix designs that were developed during the calendar year prior to 24 current year's production of HMA that have been issued a WSDOT mix design report 25 will be accepted provided the Contractor submits a certification letter stating that the 26 aggregate and asphalt binder have not changed. Changes to aggregate that may 27 require a new mix design include the source of material or a change in the percentage 28 of material from a stockpile greater than 5-percent. Changes to asphalt binder that may 29 require a new mix design include the source of the crude petroleum supplied to the 30 refinery, the refining process and additives or modifiers in the asphalt binder. 31 32 5-04.3(7)A2 Statistical or Nonstatistical Evaluation 33 Mix designs for HMA accepted by statistical and nonstatistical evaluation shall be 34 submitted to the Project Engineer on DOT form 350-042. For a mix design that was 35 originally developed for another WSDOT contract the Contractor shall also submit DOT 36 form 350-041 and include all changes to the job mix formula that have been approved 37 on other contracts. 38 a 39 The Contractor shall submit representative samples of the mineral materials that are to 40 be used in the HMA production. The Contracting Agency will use these samples to 41 conduct verification testing of the mix design in accordance with WSDOT Standard a 42 Operating Procedure 732 and to determine anti-strip requirements, if any, in accordance 43 with WSDOT test method T 718. Verification testing of HMA mix designs proposed by 44 .. . . . the Contractor that include RAP will be completed without the inclusion of the RAP. 45 Submittal of RAP samples is not required. A mix design report will be provided within 46 25-calendar days after a mix design submittal has been received in the State Materials 47 Laboratory in Tumwater. No paving shall begin prior to issuance of the mix design 48 report or reference mix design report for that year. 49 50 5-04.3(7)A3 Commercial Evaluation 51 Mix designs for HMA accepted by commercial evaluation shall be submitted to the 52 Project Engineer on DOT form 350-042; only the first page is required. U 34 1 2 Verification of the mix design by the Contracting Agency is not required. The Project • 3 Engineer will determine anti-strip requirements for the HMA. Paving shall not begin 4 before the anti-strip requirements have been provided to the Contractor. For 5 commercial HMA, the Contractor shall select a class of HMA and design level of 6 Equivalent Single Axle Loads (ESAL's)appropriate for the required use. 7 8 5-04.3(8) Mixing 9 The second paragraph is revised to read: 10 11 When discharged, the temperature of the HMA shall not exceed the optimum mixing 12 temperature by more than 25°F as shown on the mix design or reference mix design 13 report or as approved by the Engineer. Also, when a WMA additive is included in the 14 manufacture of HMA the discharge temperature of the HMA shall not exceed the 15 maximum recommended by the manufacturer of the WMA additive. A maximum water 16 content of 2-percent in the mix, at discharge, will be allowed providing the water causes 17 no problems with handling, stripping, or flushing. If the water in the HMA causes any of 18 these problems, the moisture content shall be reduced as directed by the Project �• 19 Engineer. 20 21 This section is supplemented with the following: ,., 22 23 Recycled asphalt pavement (RAP) utilized in the production of HMA shall be sized prior 24 to entering the mixer so that a uniform and thoroughly mixed HMA is produced. If there 25 is evidence of the recycled asphalt pavement not breaking down during the heating and 26 mixing of the HMA, the Contractor shall immediately suspend the use of the RAP until 27 changes have been approved by the Project Engineer. 28 �• 29 5-04.3(8)A Acceptance Sampling and Testing - HMA Mixture 30 The content of this section is revised and moved to the following sub-sections: 31 air 32 5-04.3(8)A1 General 33 Acceptance of HMA shall be as provided under statistical, nonstatistical or commercial 34 evaluation. 35 36 Acceptance of HMA by statistical evaluation is administered under the provisions of 37 Section 5-04.5(1) Quality Assurance Price Adjustments. Statistical evaluation will be •• 38 used for a class of HMA when the Proposal quantities for that class of HMA exceed 39 4,000-tons. 40 ,,, 41 Nonstatistical evaluation will be used for the acceptance of HMA when the Proposal 42 quantities for a class of HMA are 4,000-tons or less. 43 44 Commercial evaluation will be used for Commercial HMA and for other classes of HMA - 45 in the following applications: sidewalks, road approaches, ditches, slopes, paths, trails, 46 gores, prelevel, and pavement repair. Other nonstructural applications of HMA 47 accepted by commercial evaluation shall be as approved by the Project Engineer. 48 Sampling and testing of HMA accepted by commercial evaluation will be at the option of 49 the Project Engineer. The Proposal quantity of HMA that is accepted by commercial 50 evaluation will be excluded from the quantities used in the determination of statistical 51 and nonstatistical evaluation. 52 - 35 a 1 The mix design will be the initial JMF for the class of HMA. The Contractor may request 2 a change in the JMF. Any adjustments to the JMF will require the approval of the 3 Project Engineer and may be made in accordance with Section 9-03.8(7). sti 4 5 5-04.3(8)A2 Aggregates 6 For HMA accepted by statistical evaluation the gradation of aggregates will be included siiii 7 in the statistical calculations. The acceptance criteria for aggregate properties of sand 8 equivalent, uncompacted void content and fracture will be their conformance to the 9 requirements of Section 9-03.8(2). These properties will not be included in the „tj 10 statistical evaluation. Sampling and testing of aggregates accepted by commercial 11 evaluation will be at the option of the Project Engineer. 12 13 5-04.3(8)A3 Sampling 14 The random sampling of HMA will be by WSDOT Test Method T 716. Samples for 15 acceptance testing shall be obtained by the Contractor when ordered by the Engineer. 16 The Contractor shall sample the HMA mixture in the presence of the Engineer and in 17 accordance with WSDOT FOP for WAQTC/AASHTO T 168. 18 19 5-04.3(8)A4 Definition of Sampling Lot and Sublot iii 20 A lot is represented by randomly selected samples that will be tested for acceptance 21 with a maximum of 15-sublots per lot; the final lot may be increased to 25-sublots. All of 22 the test results obtained from the acceptance samples from a given lot shall be nil 23 evaluated collectively. If the Contractor requests a change to the JMF that is approved, 24 the material produced after the change will be evaluated on the basis of the new JMF 25 for the remaining sublots in the current lot and for acceptance of subsequent lots. For a 26 lot in progress with a CPF less than 0.75 a new lot will begin at the Contractor's request 27 after the Project Engineer is satisfied that material conforming to the Specifications can 28 be produced. ra 29 30 Sampling and testing for statistical and nonstatistical evaluation shall be performed on 31 the frequency of one sample per sublot. The sublots shall be approximately uniform in 32 size with a maximum sublot size of 800-tons. The quantity of material represented by 33 the final sublot for either statistical or nonstatistical evaluation may be increased to a 34 maximum of 2-times the sublot quantity calculated. Should a lot accepted by statistical 35 evaluation contain fewer than three sublots, the HMA will be accepted in accordance 'd 36 with nonstatistical evaluation. 37 38 5-04.3(8)A5 Test Results mi 39 The results of all acceptance testing performed in the field and the Composite Pay 40 Factor (CPF) of the lot after three sublots have been tested will be available to the 41 Contractor through WSDOT's website. 42 43 The Contractor may request a sublot be retested. To request a retest, the Contractor 44 shall submit a written request within 7-calendar days after the specific test results have iiii 45 been posted to the website. A split of the original acceptance sample will be sent for 46 testing to either the Region Materials Laboratory or the State Materials Laboratory as 47 determined by the Project Engineer. The split of the sample will not be tested with the 48 same equipment or by the same tester that ran the original acceptance test.The sample 49 will be tested for a complete gradation analysis, asphalt binder content and Va and the 50 results of the retest will be used for the acceptance of the HMA in place of the original 51 sublot sample test results. The cost of testing will be deducted from any monies due or iii 52 that may come due the Contractor under the Contract at the rate of$250 per sample. iiii 36 +rr 1 2 5-04.3(8)A6 Test Methods +• 3 Testing of HMA for compliance of Va will be by WSDOT Standard Operating Procedure 4 SOP 731. Testing for compliance of asphalt binder content will be by WSDOT FOP for 5 AASHTO T 308. Testing for compliance of gradation will be by WAQTC FOP for 6 AASHTO T 27/T 11. 7 8 5-04.3(8)A7 Test Section - HMA Mixture 9 For each class of HMA accepted by statistical evaluation the Contractor may request a 10 test section to determine if the mixture meets the requirements of Sections 9-03.8(2) 11 and 9-03.8(6). The test section shall be constructed at the beginning of paving and will 12 be at least 600-tons and a maximum of 1000-tons or as approved by the Project 13 Engineer. No further wearing or leveling HMA will be paved the day of or the day 14 following the construction of the test section. The mixture in the test section will be 15 evaluated as a lot with a minimum of 3 sublots required. 16 17 5-04.3(9) Spreading and Finishing 18 The nominal compacted depth for HMA Class 3/4" and HMA Class 1/2" listed under the first "' 19 paragraph is revised to read: 20 21 HMA Class 3/4" and HMA Class 1/2. ""' 22 wearing course 0.30 feet 23 other courses 0.35-feet 24 25 5-04.3(10)A General 26 The second sentence in the third paragraph is revised to read: 27 28 An exception shall be that pneumatic tired rollers shall be used for compaction of the 29 wearing course beginning October 1st of any year through March 31st of the following 30 year. ,r, 31 32 The sixth sentence in the third paragraph is revised to read: 33 34 Rollers shall only be operated in static mode on bridge decks. `s` 35 36 5-04.3(10)B Control 37 The content of this section is revised and moved to the following sub-sections: 38 39 5-04.3(10)B1 General 40 HMA mixture accepted by statistical or nonstatistical evaluation that is used in traffic '" 41 lanes, including lanes for ramps, truck climbing, weaving, and speed change, and 42 having a specified compacted course thickness greater than 0.10-foot, shall be 43 _ compacted to a specified level of relative de nsity. The specified level of relative density_ - 44 shall be a Composite Pay Factor (CPF) of not less than 0.75 when evaluated in 45 accordance with Section 1-06.2, using a minimum of 91.0-percent of the reference 46 maximum density as determined by WSDOT FOP for AASHTO T 209. The specified ,■„ 47 level of density attained will be determined by the statistical evaluation of tests taken in 48 accordance with FOP for WAQTC TM 8 and WSDOT SOP T 729 on the day the mix is 49 placed (after completion of the finish rolling). „� 50 - 37 1 Each compaction lot will be divided into sublots with a maximum of 15-sublots per lot; 2 the final lot may be increased to 25-sublots. Sublots will be uniform in size with a 3 maximum of approximately 80-tons per sublot; the final sublot of the day may be 4 increased to 120 tons. The sublot locations within each density lot will be determined by 5 the stratified random sampling procedure conforming to WSDOT Test Method T 716. 6 For a lot in progress with a CPF less than 0.75 a new lot will begin at the Contractor's a 7 request after the Project Engineer is satisfied that material conforming to the 8 Specifications can be produced. 9 10 HMA mixture accepted by commercial evaluation and HMA constructed under 11 conditions other than those listed above shall be compacted on the basis of a test point 12 evaluation of the compaction train. The test point evaluation shall be performed in ; 13 accordance with instructions from the Project Engineer. The number of passes with an 14 approved compaction train, required to attain the maximum test point density, shall be 15 used on all subsequent paving. 16 17 HMA for preleveling shall be thoroughly compacted. HMA that is used for preleveling 18 wheel rutting shall be compacted with a pneumatic tire roller unless otherwise approved 19 by the Engineer. 20 21 5-04.3(10)B2 Cyclic Density 22 The Project Engineer may also evaluate the HMA for low cyclic density of the pavement r 23 in accordance with WSDOT SOP 733. Low cyclic density areas are defined as spots or 24 streaks in the pavement that are less than 90.0-percent of the reference maximum 25 density. Any area tested for density under Section 5-04.3(10)B1 will be included in this r 26 evaluation. A$500 price adjustment will be assessed for any 500-foot section with two 27 or more density readings below 90.0-percent of the reference maximum density. 28 29 5-04.3(10)B3 Longitudinal Joint Density. 30 The Project Engineer will evaluate the HMA wearing surface for low density at the 31 longitudinal joint in accordance with WSDOT SOP 735. Low density is defined as less 32 than 90.0-percent of the reference maximum density. If 1 density reading, at either 33 longitudinal joint, is below 90.0-percent of the reference maximum density, a $200 price 34 adjustment will be assessed for that sublot. 35 36 5-04.3(10)B4 Test Results 37 The nuclear moisture-density gauge results of all compaction acceptance testing and 38 the CPF of the lot after three sublots have been tested will be available to the Contractor „, 39 through WSDOT's website. Determination of the relative density of the HMA with a 40 nuclear moisture-density gauge requires a correlation factor and may require resolution 41 after the correlation factor is known. Acceptance of HMA compaction will be based on 42 the statistical evaluation and CPF so determined. 43 _44 _ For a_sublot-that did not meet-the-minimum of 91.0-percent of the reference maximum - 45 density in a compaction lot with a CPF below 1.00 and thus subject to a price reduction " 46 or rejection, the Contractor may request that a core be used for determination of the 47 relative density of the sublot. The relative density of the core will replace the relative 48 density determined by the nuclear moisture-density gauge for the sublot and will be al 49 used for calculation of the CPF and acceptance of HMA compaction lot. When cores 50 are taken by the Contracting Agency at the request of the Contractor, they shall be 51 requested by noon of the next workday after the test results for the sublot have been Ili 52 provided or made available to the Contractor. The core will be taken at approximately r 38 irr 1 the same location as the nuclear moisture-density gauge test in the compaction sublot 2 being challenged. Traffic control shall be provided by the Contractor as requested by 3 the Project Engineer. Failure by the Contractor to provide the requested traffic control 4 will result in forfeiture of the request for cores. When the CPF for the lot based on the 5 results of the HMA cores is less than 1.00, the cost for the coring will be deducted from aim 6 any monies due or that may become due the Contractor under the Contract at the rate 7 of$200 per core and the Contractor shall pay for the cost of the traffic control. 8 9 5-04.3(11) Reject HMA 10 The section heading is revised to read: 11 12 5-04.3(11) Reject Work 13 14 The content of this section is revised and moved to the following sub-sections: 15 16 5-04.3(11)A General 17 Work that is defective or does not conform to Contract requirements shall be rejected. 18 19 5-04.3(11)B Rejection by Contractor 20 The Contractor may, prior to sampling, elect to remove any defective material and 21 replace it with new material. Any such new material will be sampled, tested, and 22 evaluated for acceptance. 23 24 5-04.3(11)C Rejection Without Testing Nip 25 The Project Engineer may, without sampling, reject any batch, load, or section of 26 Roadway that appears defective. Material rejected before placement shall not be 27 incorporated into the pavement. Any rejected section of Roadway shall be removed. tar 28 29 No payment will be made for the rejected materials or the removal of the materials 30 unless the Contractor requests that the rejected material be tested. If the Contractor 31 elects to have the rejected material tested, a minimum of 3 representative samples will 32 be obtained and tested. Acceptance of rejected material will be based on conformance 33 with the statistical acceptance Specification. If the CPF for the rejected material is less 34 than 0.75, no payment will be made for the rejected material, and in addition, the cost of 35 sampling and testing shall be borne by the Contractor. If the CPF is greater than or 36 equal to 0.75 the cost of sampling and testing will be borne by the Contracting Agency. 37 If the material is rejected before placement and the CPF is greater than or equal to 0.75, 38 compensation for the rejected material will be at a CPF of 0.75. If rejection occurs after 39 placement and the CPF is greater than or equal to 0.75, compensation for the rejected 40 material will be at the calculated CPF with an addition of 25-percent of the unit Contract 41 price added for the cost of removal and disposal. 42 43 5-04.3(11)D Lots and Sublots 44 45 5-04.3(11)D1 A Partial Sublot 46 In addition to the random acceptance sampling and testing, the Project Engineer may as 47 also isolate from a normal sublot any material that is suspected of being defective in 48 relative density, gradation or asphalt binder content. Such isolated material will not 49 include an original sample location. A minimum of 3 random samples of the suspect OW 50 material will be obtained and tested. The material will then be statistically evaluated as 51 an independent lot in accordance with Section 1-06.2(2). .. 39 iiil 1 2 5-04.3(11)D2 An Entire Sublot 3 An entire sublot that is suspected of being defective may be rejected. When a sublot is „' 4 rejected a minimum of 2 additional random samples from this sublot will be obtained. 5 These additional samples and the original sublot will be evaluated as an independent lot 6 in accordance with Section 1-06.2(2). al 7 8 5-04.3(11)D3 ALot in Progress 9 The Contractor shall shut down operations and shall not resume HMA placement until 10 such time as the Project Engineer is satisfied that material conforming to the 11 Specifications can be produced: 12 13 a. When the Composite Pay Factor (CPF) of a lot in progress drops below 1.00 14 and the Contractor is taking no corrective action, or 15 b. When the Pay Factor (PF)for any constituent of a lot in progress drops below 1 16 0.95 and the Contractor is taking no corrective action, or iii 17 c. When either the PFi for any constituent or the CPF of a lot in progress is less 18 than 0.75. 19 iii 20 5-04.3(11)D4 An Entire Lot 21 An entire lot with a CPF of less than 0.75 will be rejected. The designated percentage 22 reduction as defined in Section 1-062(2)B under Financial Incentive Paragraph 1, Item m 23 3, shall be 25-percent. 24 25 5-04.3(12)A Transverse Joints II 26 The first and second sentences of the second paragraph are revised to read: 27 28 A temporary wedge of HMA constructed on a 50H:1 V shall be constructed where a iiil 29 transverse joint as a result of paving or planing is open to traffic. The HMA in the 30 temporary wedge shall be separated from the permanent HMA by strips of heavy 31 wrapping paper or other methods approved by the Engineer. 32 33 5-04.3(12)B Longitudinal Joints 34 The first two paragraphs are revised to read: 35 36 The longitudinal joint in any 1 course shall be offset from the course immediately below 37 by not more than 6-inches nor less than 2-inches. AU longitudinal joints constructed in 38 the wearing course shall be located at a lane line or an edge line of the Traveled Way. icri 39 40 On one-lane ramps a longitudinal joint may be constructed at the center of the traffic 41 lane, subject to approval by the Project Engineer, if: se 42 43 1. The ramp must remain open to traffic, or 44__ __ 45 2. The ramp is closed to traffic and a hot-lap joint is constructed. "� 46 47 a. If a hot-lap joint is allowed at the center of the traffic lane, 2 paving 48 machines shall be used; a minimum compacted density in accordance alli 49 with Section 5-04.3(10)B shall be achieved throughout the traffic lane; and 50 construction equipment other than rollers shall not operate on any 51 uncompacted mix. ri 52 a 40 iii sin 1 The reference to Standard Plan A-1 in the third paragraph is revised to read "Standard Plan 2 A40.10-00." 3 4 5-04.3(16) Weather Limitations 5 The first sentence of the first paragraph is revised to read: 6 7 HMA for wearing course shall not be placed on any Traveled Way beginning October 1st 8 of any year through March 31st of the following year without written approval from the 9 Project Engineer. 10 11 The chart for Surface Temperature Limitation is revised to read: 12 Surface Temperature Limitation Compacted Wearing Course Other Courses Thickness (Feet) Less than 0.10 55°F 45°F 0.10 to 0.20 45°F 35°F More than 0.20 35°F 35°F 13 14 5-04.3(19) Sealing of Pavement Surfaces 15 This section is revised to read: 16 17 Where shown in the Plans, the Contractor shall apply a fog seal. The fog seal shall be 18 constructed in accordance with Section 5-02.3. Unless otherwise approved by the 19 Project Engineer, the fog seal shall be applied prior to opening to traffic. +�• 20 21 5-04.3(21) Asphalt Binder Revision 22 This section including title is revised to read: +rw 23 24 5-04.3(21) Vacant 25 .,� 26 5-04.4 Measurement 27 The measurement statement for Asphalt For Fog Seal is revised to read: 28 29 Asphalt For Fog Seal will be measured by the ton as provided in Section 5-02.4. 30 31 5-04.5 Payment 32 The payment statement for Asphalt for Fog Seal is revised to read: 33 34 Payment for"Asphalt for Fog Seal" is described in Section 5-02.5. 35 in 36 The reference to "item 1B" in the payment statement for "Longitudinal Joint Density Price 37 Adjustment" is deleted. 38 39 5-04.5(1) Quality Assurance Price Adjustments 40 The table of Price Adjustment Factors is revised to read: 41 mi 41 Table of Price Adjustment Factors Constituent Factor"f" All aggregate passing: 1%", 1",3/<", '/2", 3/8" and 2 No.4 sieves I All aggregate passing No. 8 sieve 15 All aggregate passing No 200 sieve 20 trrr Asphalt binder 40 Air Voids, Va 20 1 2 3 The second paragraph is revised to read: 4 5 A pay factor will be calculated for each sieve listed that is equal to or smaller than the 6 maximum allowable aggregate size (100-percent passing sieve), asphalt binder and 7 percent air voids (Va). 8 9 5-04.5(1)B Price Adjustments for Quality of HMA Compaction 10 This section is revised to read: 11 12 For each compaction control lot with one or two sublots having all sublots attain a 13 relative density that is 91.0-percent of the reference maximum density the HMA shall be 14 accepted at the unit Contract price with no further evaluation. When a sublot does not 15 attain a relative density that is 91.0-percent of the reference maximum density the lot 16 shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. 17 Additional testing by either a nuclear moisture-density gauge or cores will be completed ill 18 as required to provide a minimum of three tests for evaluation. 19 20 For each compaction control lot with three or more sublots, a Compaction Incentive 21 Price Adjustment Factor (CIPAF) will be determined. The CIPAF equals the algebraic 22 difference of the CPF minus 1.00 multiplied by 40-percent. The Compaction Price 23 Adjustment will be calculated as the product of CIPAF, the quantity of HMA in the 24 compaction control lot in tons, and the unit Contract price per ton of mix. 25 26 SECTION 5-05, CEMENT CONCRETE PAVEMENT 27 August 3, 2009 28 5-05.2 Materials 29 Dowel bars and the referenced section are revised to read: 30 31 Corrosion Resistant Dowel Bars 9=07...5(2) 32 33 This section is supplemented with the following: 34 35 Concrete Patching Material 9-20 36 37 5-05.3(1) Concrete Mix Design for Paving 38 Number 1. Materials is revised to read: 39 Sri 42 r 1 1. Materials. Materials shall conform to Section 5-05.2. Fine aggregate shall 2 conform to Section 9-03.1(2), Class 1. Coarse aggregate shall conform to Section 3 9-03.1(4)AASHTO grading No. 467. An alternate combined gradation conforming 4 to Section 9-03.1(5) may be proposed, that has a nominal maximum aggregate size 5 equal to or greater than a 1-1/2-inch square sieve. • 6 7 The first sentence in number 2. Submittals, is revised to read: 8 NMI 9 The Contractor's submittal shall include the mix proportions per cubic yard, test results 10 from beams and cylinders and the proposed sources for all ingredients including the fly 11 ash. 12 as 13 The fourth sentence in number 2. Submittals, is revised to read: 14 15 In addition the Contractor shall fabricate, cure, and test 5 sets of cylinders, for 16 evaluation of 28-day strengths, according to WSDOT FOP's for AASHTO T 22 and 17 AASHTO T 23 using the same mix design as used in fabrication of the beams. 18 w' 19 The fifth sentence in number 2. Submittals, is deleted. 20 21 The sixth sentence in number 2. Submittals, is revised to read: r. 22 23 Mix designs submitted by the Contractor shall provide a unique identification for each 24 proposal and shall include test data confirming that concrete made in accordance with is 25 the proposed design will meet the requirements of these Specifications and the 28 day 26 compressive strength results. 27 28 Number 3. Mix Design Modifications is revised to read: 29 30 3. Conformance to Mix Design. Cement, coarse and fine aggregate weights shall 31 be within the following tolerances of the mix design: 32 Portland Cement Concrete Batch Volumes Cement +5% -1% Coarse + 200 Pounds -200 Pounds Aggregate ,- Fine Aggregate + 200 Pounds -200 Pounds 33 34 35 If the total cementitious material weight is made up of different components, these 36 component weights shall be within the following tolerances: 37 38 1. Portland cement weight plus 5-percent-or minus 1-percent of that specified elm 39 in the mix design. 40 41 2. Fly ash and ground granulated blast furnace slag weight plus or minus 5- "' 42 percent of that specified in the mix design. 43 44 3. Microsilica weight plus or minus 10-percent of that specified in the mix 45 design. 46 "� 43 i 1 Water shall not exceed the maximum water specified in the mix design. 2 3 The Contractor may initiate minor adjustments to the approved mix proportions 4 within the tolerances noted above without resubmitting the mix design. 5 6 Utilizing admixtures to accelerate the set or to increase workability will be permitted s 7 only when approved by the Engineer. Only non-chloride accelerating admixtures 8 that meet the requirements of Section 9-23.6 Admixture for Concrete, shall be 9 used. 10 11 The Contractor shall notify the Engineer in writing of any proposed modification. A 12 new mix design will designate a new lot. 13 14 5-05.3(3) Equipment 15 This section is revised to read: 16 17 Equipment necessary for handling materials and performing all parts of the Work shall 18 conform to the following requirements: 19 20 5-05.3(3)C Finishing Equipment 21 The second sentence in the first paragraph is revised to read: 22 23 On other roads and on WSDOT projects requiring less than 1000-square yards of 24 cement concrete pavement or requiring individual placement areas of less than 1000- 25 square yards, irregular areas, intersections and at locations inaccessible to slip-form Ili 26 paving equipment, cement concrete pavement may be placed with approved placement 27 and finishing equipment utilizing stationary side forms. 28 29 5-05.3(4)A Acceptance of Portland Cement Concrete Pavement 30 The fifth paragraph is revised to read: 31 32 The point of acceptance will be per WAQTC FOP for TM 2 or at the point of discharge 33 when a pump is used. 34 rii 35 The seventh paragraph is revised to read: 36 37 For the purpose of acceptance sampling and testing, a lot is defined as having a 38 maximum of 15 sublots that was produced for the same class of mix. The final lot may 39 be increased to 25 sublots. All of the test results obtained from the same lot shall be 40 evaluated collectively. The quantity represented by each sample will constitute a sublot. 41 Sampling and testing shall be performed on a random basis at the frequency of one 42 sample per sublot. Sublot size shall be determined to the nearest 10-cubic yards to 43 provide not less than three uniform sized sublots with a maximum sublot size of 500- 44 -cubic yards. 45 46 The eighth paragraph is deleted. • 47 48 The third sentence in the ninth paragraph is deleted. 49 50 The following is inserted after the tenth paragraph: 51 1 52 Rejection of Concrete 44 1 1. Rejection by the Contractor. The Contractor may, prior to sampling, elect to 2 remove any defective material and replace it with new material at no expense to the 3 Contracting Agency. Any such new material will be sampled, tested and evaluated 4 for acceptance. 5 �• 6 2. Rejection Without Testing. The Engineer may reject any load that appears 7 defective prior to placement. Material rejected before placement shall not be 8 incorporated into the pavement. No payment will be made for the rejected - 9 materials unless the Contractor requests that the rejected material be tested. If the 10 Contractor elects to have the rejected materials tested, a sample will be taken and 11 both the air content and strength shall be tested by WSDOT. 12 IN 13 Payment for rejected material will be based on the results of the 1 sample, which was 14 taken and tested. If the rejected material fails either test, no payment will be made for 15 the rejected material and in addition, the cost of sampling and testing, at the rate of 16 $250.00 per sample shall be borne by the Contractor. If the rejected material passes 17 both tests the mix will be compensated at a CPF of 1.00 and the cost of the sampling 18 and testing will borne by the Contracting Agency. 19 20 Statistical Acceptance 21 The results of all acceptance testing performed in the field and the Composite Pay 22 Factor (CPF) of the lot after three sublots have been tested will be available to the 23 contractor throught WSDOT's website 24 25 The 14th paragraph Rejection of Concrete and the remainder of this section is deleted and 26 replaced with the following: 27 28 Non-Statistical Acceptance 29 Concrete will be accepted based on conformance to the requirement for air content, and 30 the compressive strength at 28-days for sublots as tested and determined by the 31 Contracting Agency. The lower Specification limit for Air Content shall be 3.0-percent, OM 32 and the upper Specification limit for Air Content shall be 7.0-percent. The lower 33 Specification limit for compressive strength shall be 1200-psi less than that established 34 in the mix design as the arithmetic mean of the 5 sets of 28-day compressive strength 35 cylinders, or 3000-psi, whichever is higher. These compressive strength cylinders are to 36 be cast at the same time as the flexural beams that were used to prequalify the mix 37 design under Section 5-05.3(1). ■. 38 39 Each sublot will be deemed to have met the specified compressive strength requirement 40 when both of the following conditions are met: 41 42 1. Individual strength tests do not fall below the lower specification limit for 43 strength by more than 121/2-percent or 500-psi, whichever is least. 44 "n 45 2. An individual strength test averaged with the 2 preceding individual strength 46 tests meets or exceeds the lower specification limit for strength. 47 48 When compressive strengths fail to satisfy one or both of the above requirements, the 49 Contractor may request acceptance of in-place concrete strength based on core results. 50 This method will not be used if the Engineer determines coring would be harmful to the 51 integrity of the Structure. Cores, if allowed, will be obtained by the Contractor in 52 accordance with AASHTO T 24 and delivered to the Contracting Agency for testing in �' 45 a 1 accordance with AASHTO T 22. If the concrete in the Structure will be dry under service 2 conditions, the core will be air dried at a temperature of between 60°F and 80°F and at 3 a relative humidity of less than 60-percent for 7-days before testing, and will be tested rr 4 air dry. 5 6 Acceptance for each sublot by the core method requires that the average compressive 7 strength of 3 cores be at least 85-percent of the specified strength with no 1 core less 8 than 75-percent of the specified strength. When the Contractor requests strength 9 analysis by coring, the results obtained will be accepted by both parties as conclusive Ili 10 and supersede all other strength data for the concrete sublot. 11 12 If the Contractor elects to core, cores shall be obtained no later than 50-days after initial 13 concrete placement. The Engineer will concur in the locations to be cored. Repair of 14 cored areas shall be the responsibility of the Contractor. The cost incurred in coring and 15 testing these cores, including repair of core locations, shall be borne by the Contractor. 16 17 5-05.3(8) Joints 18 The first paragraph is revised to read: 19 20 Joints in cement concrete pavement will be designated as longitudinal and transverse 21 contraction joints, longitudinal and transverse construction joints, or isolation joints and 22 shall be constructed as shown in the Plans and in accordance with the following 23 provisions: 24 t 25 5-05.3(8)A Contraction Joints 26 The fifth paragraph is revised to read: 27 28 When cement concrete pavement is placed adjacent to existing cement concrete 29 pavement, the vertical face of all existing working joints shall be covered with a bond 30 breaking material such as polyethylene film, roofing paper or other material as approved 31 by the Engineer. 32 33 5-05.3(8)B Sealing Sawed Contraction Joints 34 The fifth sentence is revised to read: 35 36 The hot-poured compound and the cold-poured compound shall be applied under 37 sufficient pressure to fill the groove from bottom to top and the cured joint sealant shall 38 be between 1/4 inch and 5/8 inch below the top surface of the concrete. 39 40 This section is supplemented with the following new sub-section: 41 42 5-05.3(8)D Isolation Joints 43 Premolded joint filler in accordance with Section 9-04.1(2) shall be placed as detailed in 44 the Plans through-the full- depth of concrete pavement when drainage features are 45 placed within the concrete pavement. 46 47 5-05.3(10) Tie Bars and Dowel Bars 48 This section including title is revised to read: 49 50 5-05.3(10) Tie Bars and Corrosion Resistant Dowel Bars 51 Tie bars shall be placed at all longitudinal contraction and construction joints, in 52 accordance with the requirements shown in the Standard Plan. In addition, tie bars 46 err 1 shall be installed when concrete Shoulders are placed as a separate operation or when 2 widening existing pavement. �. 3 4 Tie bars shall be placed at longitudinal construction joints between lanes in a manner 5 that the individual bars are located at the required elevation and spaced as shown in the •• 6 Standard Plan and in a manner that the vertical edge of the concrete is not deformed or 7 otherwise damaged during placement of the bars. 8 9 Placement tolerances for tie bars shalt be within 1-inch of the middle of the concrete 10 slab, within 1-inch of being centered over the joint and placed parallel or perpendicular 11 to centerline within 1-inch of the vertical and horizontal plane. 12 13 Corrosion resistant dowel bars will be required for the construction joint at the end of 14 paving operations each day and they shall be placed in accordance with the Standard 15 Plan. Corrosion resistant dowel bars shall be placed at all transverse contraction joints 16 as shown in the Contract or in accordance with the Standard Plans. All dowel bars shall 17 have a parting compound, such as curing compound, grease or other Engineer 18 approved equal applied to them prior to placement. Any dowel bar delivered to the 19 project that displays rust/oxidation, pinholes, questionable blemishes, or deviate from 20 the round shall be rejected. 21 ••• 22 The Contractor shall furnish a Manufacturer's Certificate of Compliance in accordance 23 with Section 1-0.6.3, including mill test report, verifying conformance to the 24 requirements of Section 9-07.5(2) as well as written certification identifying the patching 25 material, when applicable, used at cut dowel bar ends. 26 27 Only one type of corrosion resistant dowel bars will be allowed per contract; intermixing 28 of different corrosion resistant dowel bars types will not be allowed. ow 29 30 Placement tolerances for dowel bars shall be within 1-inch of the middle of the concrete 31 slab, within 1-inch of being centered over the transverse joint and parallel to centerline 32 within '/-inch of the vertical and the horizontal plane. Cutting of stiffeners within the 33 dowel bar cage is not allowed. 34 air 35 When fresh concrete pavement is to be placed against pre-project existing cement 36 concrete pavement, tie bars shall be drilled and set into the existing pavement with an 37 epoxy bonding agent in accordance with the Standard Plan and specified tolerances for ,., 38 placement of tie bars. The epoxy-bonding agent shall be either Type I or IV epoxy resin 39 as specified in Section 9-26. The Contractor may use any method for drilling the holes, 40 provided the method selected does not damage the existing concrete. Any damage 41 caused by the Contractor's operations shall be repaired by the Contractor in accordance 42 with Section 1-07.13. 43 44 -- The tie bar holes shall be blown clean with compressed air before grouting. The bar "" 45 shall be centered in the hole for the full length of embedment before grouting. The grout 46 shall then be pumped into the hole around the bar in a manner that the back of the hole 47 will be filled first. Blocking or shimming shall not impede the flow of the grout into the "• 48 hole. Dams, if needed, shall be placed at the front of the holes to confine the grout. 49 The dams shall permit the escape of air without leaking grout and shall not be removed 50 until grout has cured in the hole. +�• 51 47 a 1 5-05.3(11) Finishing 2 The first sentence in the second paragraph is revised to read: 3 4 Any edge slump of the pavement, exclusive of specified edging, in excess of '/-inch 5 shall be corrected before the concrete has hardened. 6 7 5-05.3(12) Surface Smoothness 8 In the fourth sentence of the seventh paragraph, the reference to "age" is revised to 9 "strength". 10 11 The eighth paragraph is revised to read: 12 13 Smoothness perpendicular to the centerline will be measured with a 10-foot straight 14 edge across all lanes with the same cross slope, including shoulders when composed of 15 Cement Concrete Pavement. The overlapping 10-foot straight edge measurement shall 16 be discontinued at a point six inches from the most extreme outside edge of the finished 17 Cement Concrete Pavement.. The transverse slope of the finished pavement shall be 18 uniform to a degree such that no variations greater than '/-inch are present when tested 19 with a 10-foot long straightedge laid in a direction perpendicular to the centerline. Any r 20 areas that are in excess of this specified tolerance shall be corrected by abrasive 21 means. 22 ai 23 5-05.3(22) Repair of Defective Pavement Slabs 24 The third paragraph is revised to read: 25 26 SpaIls and edge slumping shall be repaired by making vertical saw cuts at least 3- 27 inches outside the affected area and to a minimum depth of 2-inches. Spall repairs that 28 encounter dowel bars or are within 6 inches of a dowel bar will not be permitted. These 29 spall areas shall be repaired by replacing a half or full panel as permitted by the 30 Engineer. Removal of the existing pavement shall not damage any pavement to be left 31 in place. If jackhammers are used for removing pavement, they shall not weigh more 32 than 30-pounds, and chipping hammers shall not weigh more than 15-pounds. All 33 power driven hand tools used for the removal of pavement shall be operated at angles 34 less than 45-degrees as measured from the surface of the pavement to the tool. The 35 patch limits shall extend beyond the spalled area a minimum of 3.0-inches. Repair a 36 areas shall be kept square or rectangular. Repair areas that are within 12.0-inches of 37 another repair area shall be combined. 38 ai 39 The Contractor shall remove material within the perimeter of the saw cut to a depth of 40 2.0-inches, or to sound concrete as determined by the Engineer. The surface patch 41 area shall be sand blasted and all loose material removed.All sandblasting residue shall 42 be removed using dry oil-free air. 43 44 When-a- partial depth repair is placed directly against an adjacent longitudinal joint a si 45 bond breaking material such as polyethylene film, roofing paper or other material as 46 approved by the Engineer shall be placed between the existing concrete and the area to 47 be patched. 48 49 Patches that abut working transverse joints or cracks require placement of a 50 compressible insert. The new joint or crack shall be formed to the same width as the 51 existing joint or crack. The compressible joint material shall be placed into the existing • 48 Yr 1 joint 1.0-inch below the depth of repair. The compressible insert shall extend at least 2 3.0-inches beyond each end of the patch boundaries. 3 • 4 Patches that abut the lane/Shoulder joint require placement of a formed edge, along the 5 slab edge, even with the surface. .�. 6 7 The patching material shall be mixed, placed, consolidated, finished and cured 8 according to manufacturer's recommendations. Slab/patch interfaces that will not ,r„ 9 receive pavement grinding shall be sealed (painted) with a 1:1 cement-water grout 10 along the patch perimeter. 11 12 The Contractor shall reseal all joints in accordance with Section 5-05.3(8)B. 13 14 Opening to traffic shall meet the requirements of Section 5-05.3(17). 15 NO 16 Low areas which grinding cannot feasibly remedy, shall be sandblasted, filled with 17 epoxy bonded mortar, and textured by grinding. The epoxy bonding agent shall meet 18 the requirements o f Section 9-26.1(1)B for Type I I epoxy. 19 20 5-05.4 Measurement 21 Number 2. under Cement concrete pavement is revised to read: 22 23 2. The length will be measured along the center of each Roadway or ramp. 24 „■, 25 Epoxy coated dowel bar and the measurement statement is revised to read: 26 27 Corrosion resistant dowel bar will be measured per each for the actual number of bars 28 used in the completed Work. Mgt 29 30 Epoxy coated tie bar and the measurement statement is revised to read: 31 32 Tie bar with drill hole will be measured per each for the actual number of bars used in 33 the completed Work. 34 35 5-05.5 Payment 36 The payment statement for Cement Conc. Pavement is revised to read: 37 a+• 38 The unit Contract price per cubic yard for "Cement Conc. Pavement" shall be full 39 compensation for all costs incurred to carry out the requirements of Section 5-05 except 40 for those costs included in other items which are included in this sub-section and which 41 are included in the Proposal. . 42 43 The bid item "Epoxy Coated Dowel Bar" and the payment statement is revised to read: 44 45 "Corrosion Resistant Dowel Bar", per each, 46 The unit Contract price per each for " Corrosion Resistant Dowel Bar" shall be full 47 payment for furnishing, and installing corrosion resistant dowel bars and any costs for so 48 drilling holes, placing dowel bars with baskets, furnishing and installing parting 49 compound and all other costs associated with completing the installation of corrosion 50 resistant dowel bars. 51 52 The bid item "Epoxy Coated Tie Bar" and the payment statement is revised to read: .. 49 a 1 2 "Tie Bar with Drill Hole", per each 3 The unit Contract price per each, "Tie Bar with Drill Hole" shall be full payment for I 4 furnishing, and installing tie bars and any costs for drilling holes, and all other costs 5 associated with installation of tie bars. 6 7 The bid item "Cement Conc. Pavement - Including Dowels" and the associated payment 8 statement are deleted. 9 10 SECTION 6-01, GENERAL REQUIREMENTS FOR STRUCTURES 11 August 3, 2009 vit 12 6-01.10 Utilities Supported by or Attached to Bridges 13 The second sentence in the third paragraph is revised to read: 14 15 The purple tint of the transparent film shall match Federal Standard 595 Color No. 16 37100. 17 18 SECTION 6-02, CONCRETE STRUCTURES • 19 August 3, 2009 20 6-02.2 Materials si 21 This section is supplemented with the following: 22 23 Pigmented Sealer Materials for Coating of Concrete Surfaces 9-08.2(1) 24 25 6-02.3(2)A Contractor Mix Design 26 The third sentence in the fourth paragraph is revised to read: wt 27 28 The nominal maximum size aggregate for Class 4000P shall be 3/8-inch. 29 30 The fourth sentence in the fourth paragraph is revised to read: 31 32 The nominal maximum size aggregate for Class 40000 shall be 1-inch. 33 34 6-02.3(2)B Commercial Concrete 35 The second paragraph is revised to read: 36 37 Where concrete Class 3000 is specified for items such as, culvert headwalls, plugging 38 culverts, concrete pipe collars, pipe anchors, monument cases, light standard 39 foundations, pedestals, cabinet bases, guardrail anchors, sign post foundations, fence IN 40 post footings, sidewalks, curbs, and gutters, the Contractor may use commercial 41 concrete. If commercial concrete is used for sidewalks, curbs, and gutters, it s_hall have 42 a minimum cementitious material content of 564-pounds per cubic yard of concrete, sii 43 shall be air entrained, and the tolerances of Section 6-02.3(5)C shall apply. Commercial 44 concrete shall not be used for items such as, bridges, retaining walls, box culverts, or 45 foundations for high mast luminaires, mast arm traffic signals, cantilever signs, and sign to 46 bridges. The Engineer may approve the use of commercial concrete for other 47 applications not listed above. 48 • 50 1 6-02.3(6)D Protection Against Vibration 2 The second sentence in the second paragraph is revised to read: �.. 3 4 These requirements for the protection of freshly placed concrete against vibration shall 5 not apply for plant cast concrete, nor shall they apply to the vibrations caused by the 6 traveling public. 7 8 The third sentence in the second paragraph is deleted. 9 10 Item (2) under the third paragraph is revised to read: 11 12 (2) Equipment Class L (Low Vibration) shall include tracked dozers under 85,000- "` 13 pounds, track vehicles, trucks (unless excluded above), hand operated jack 14 hammers, cranes, auger drill rig, caisson drilling, vibratory roller compactors under 15 30,000-pounds, and grab-hammers. 16 17 Item (3) under the third paragraph is revised to read: 18 ,,. 19 (3) Equipment Class H (High Vibration) shall include pile drivers, vibratory hammers, 20 machine operated impact tools, pavement breakers, and other large pieces of 21 equipment. 22 23 '6-02.3(10) Roadway Slabs and Bridge Approach Slabs 24 This section's content is deleted.This section's title is revised to read: 25 .w 26 6-02.3(10) Bridge Decks and Bridge Approach Slabs 27 28 This section is supplemented with the following new sub-sections: ■. 29 30 6-02.3(10)A Preconstruction Meeting 31 A pre-concreting conference shall be held 5 to 10-working days before placing concrete 32 to discuss construction procedures, personnel, and equipment to be used. Those 33 attending shall include: 34 35 1. (representing the Contractor) The superintendent and all foremen in charge of 36 placing the concrete, finishing it; and 37 •w 38 2. (representing the State) The Project Engineer, key inspection assistants, and 39 the State Construction Office. 40 41 If the project includes more than 1 deck or slab, and if the Contractor's key personnel 42 change between concreting operations, or at request of the Engineer, an additional 43 conference shall be held just before each deck or slab is placed. 44 45 The Contractor shall not place bridge decks until the Engineer agrees that: 46 47 1. Concrete producing and placement rates will be high enough to meet placing 48 and finishing deadlines; 49 50 2. Finishers with enough experience have been employed; 51 52 3. Adequate finishing tools and equipment are at the site, and ,� 51 iii 1 2 4. Curing procedures consistent with the Specification requirements are 3 employed. iii 4 5 6-02.3(10)B Screed Rail Supports 6 The Contractor shall place screed rails outside the finishing area. When screed rails 4111 7 cannot be placed outside the finishing area as determined by the Engineer, they shall 8 rest on adjustable supports that can be removed with the least possible disturbance to 9 the screeded concrete. The supports shall rest on structural members or on forms rigid rii 10 enough to resist deflection. Supports shall be removable to at least 2-inches below the 11 finished surface. For staged constructed bridge decks, the finishing machine screed 12 rails shall not be supported on the completed portion of deck and shall deflect with the ei 13 portion of structure under construction. 14 15 Screed rails (with their supports) shall be strong enough and stiff enough to permit the 16 finishing machine to operate effectively on them. All screed rails shall be placed and so 17 secured for the full length of the deck/slab before the concreting begins. If the Engineer 18 approves in advance, the Contractor may move rails ahead onto previously set supports 19 while concreting progresses. But such movable rails and their supports shall not change oil 20 the set elevation of the screed. 21 22 On steel truss and girder spans, screed rails and bulkheads may be placed directly on „' 23 transverse steel floorbeams, with the strike-board moving at right angles to the 24 centerline of the Roadway. 25 al 26 6-02.3(10)C Finishing Equipment 27 The finishing machine shall be self-propelled and be capable of forward and reverse 28 movement under positive control. The finishing machine shall be equipped with a 29 rotating cylindrical single or double drum screed not exceeding 60-inches in length.The iii 30 finishing machine shall have the necessary adjustments to produce the required cross- 31 section, line, and grade. Provisions shall be made for the raising and lowering of all 32 screeds under positive control. The upper vertical limit of screed travel shall permit the viii 33 screed to clear the finished concrete surface. 34 35 For bridge deck widening of 20-feet or less, and for bridge approach slabs, or where iiii 36 jobsite conditions do not allow the use of conventional configuration finishing machines 37 described above, the Contractor may propose the use of a hand operated motorized 38 power screed such as a "Texas" or "Bunyan" screed. This screed shall be capable of Ist 39 finishing the bridge deck and bridge approach slab to the same standards as the 40 finishing machine. The Contractor shall not begin placing bridge deck or bridge 41 approach slab concrete until receiving the Engineer's approval of this screed and the isi 42 placing procedures. 43 d 44 On bridge decks the Contractor may use hand-operated strike-boards only when the - 45 Engineer approves for special conditions where self propelled or motorized hand Ifi 46 operated screeds cannot be employed. These boards shall be sturdy and able to strike 47 off the full placement width without intermediate supports. Strike-boards, screed rails, 48 and any specially made auxiliary equipment shall receive the Engineer's approval vis 49 before use. All finishing requirements in these Specifications apply to hand-operated 50 finishing equipment. 51 ad 52 +ii r.. 1 6-02.3(10)D Concrete Placement, Finishing, and Texturing 2 Before any concrete is placed, the finishing machine shall be operated over the entire 3 length of the deck/slab to check screed deflection. Concrete placement may begin only 4 if the Engineer approves after this test. 5 6 Immediately before placing concrete, the Contractor shall check (and adjust if 7 necessary) all falsework and wedges to minimize settlement and deflection from the 8 added mass of the concrete deck/slab.The Contractor shall also install devices, such as ,,, 9 telltales, by which the Engineer can readily measure settlement and deflection. 10 11 The Contractor shall schedule the concrete placement so that it can be completely 12 finished during daylight.After dark finishing is permitted if the Engineer approves and if • ` 13 the Contractor provides adequate lighting. 14 15 The placement operation shall cover the full width of the Roadway or the full width 16 between construction joints. The Contractor shall locate any construction joint over a 17 beam or web that can support the deck/slab on either side of the joint.The joint shall not 18 occur over a pier unless the Plans permit. Each joint shall be formed vertically and in 19 true alignment. The Contractor shall not release falsework or wedges supporting pours 20 on either side of a joint until each side has aged as these Specifications require. 21 22 Placement of concrete for bridge decks and bridge approach slabs shall comply with 23 Section 6-02.3(6).The Engineer shall approve the placement method. In placing the 24 concrete, the Contractor shall: 25 26 1. Place it (without segregation) against concrete placed earlier, as near as 27 possible to its final position, approximately to grade, and in shallow, closely 28 spaced piles; 'r 29 30 2. Consolidate it around reinforcing steel by using vibrators before strike-off by 31 the finishing machine; 32 33 3. Not use vibrators to move concrete; 34 w. 35 4. Not revibrate any concrete surface areas where workers have stopped prior to 36 screeding; 37 38 5. Remove any concrete splashed onto reinforcing steel in adjacent segments 39 before concreting them; 40 41 6. Tamp and strike off the concrete with a template or strike board moving slowly 42 forward at an even speed; 43 44 --- 7. Maintain a slight excess of concrete in front of the cutting edge across the - "� 45 entire width of the placement operation; 46 47 8. Make enough passes with the strike-board (without overfinishing and bringing J"" 48 excessive amounts of mortar to the surface)to create a surface that is true and 49 ready for final finish; and 50 um 51 9. Leave a thin, even film of mortar on the concrete surface after the last pass of 52 the strike-board. so •• 53 + 1 2 Workers shall complete all post screeding operations without walking on the concrete. 3 This may require work bridges spanning the full width of the slab. si 4 5 After removing the screed supports, the Contractor shall fill the voids with concrete (not ei 6 mortar). 7 8 If necessary, as determined by the Engineer, the Contractor shall float the surface left by 9 the finishing machine to remove roughness, minor irregularities, and seal the surface of iii 10 the concrete. Floating shall leave a smooth and even surface. Float finishing shall be 11 kept to a minimum number of passes so air bubbles in the concrete are not released. 12 The floats shall be at least 4-feet long. Each transverse pass of the float shall overlap aii 13 the previous pass by at least half the length of the float. The first floating shall be at right 14 angles to the strike-off. The second floating shall be at right angles to the centerline of 15 the span.A smooth riding surface shall be maintained across construction joints. 16 17 Expansion joints shall be finished with a 1/2-inch radius edger. 18 19 After floating, but while the concrete remains plastic, the Contractor shall test the entire a 20 deck/slab for flatness (allowing for crown, camber, and vertical curvature). The testing 21 shall be done with a 10-foot straightedge held on the surface. The straightedge shall be 22 advanced in successive positions parallel to the centerline, moving not more than 1/2 44 23 the length of the straightedge each time it advances. This procedure shall be repeated 24 with the straightedge held perpendicular to the centerline. An acceptable surface shall "' 25 be one free from deviations of more than 1/g-inch under the 10-foot straightedge. 26 27 If the test reveals depressions, the Contractor shall fill them with freshly mixed concrete, 28 strike off, consolidate, and refinish them. High areas shall be cut down and refinished. do 29 Retesting and refinishing shall continue until an acceptable, deviation free surface is 30 produced. The hardened concrete shall meet all smoothness requirements of these 31 Specifications even though the tests require corrective Work. vii 32 33 The Contractor shall texture the bridge deck and bridge approach slab by combing the 34 final surface perpendicular to the centerline. Made of a single row of metal tines, the siii 35 comb shall leave striations in the fresh concrete approximately 3/16-inch deep by 1/8- 36 inch wide and spaced approximately 1/2-inch apart. The Engineer will decide actual 37 depths at the site. (If the comb has not been approved, the Contractor shall obtain the to 38 Engineer's approval by demonstrating it on a test section.) 39 40 The Contractor may operate the combs manually or mechanically, either singly or with vii' 41 several placed end to end. The timing and method used shall produce the required 42 texture without displacing larger particles of aggregate. Texturing shall end 2-feet from 43 curb lines. This 2-foot untextured strip shall be hand finished with a steel trowel. 44 45 If the Plans call for an overlay (to be constructed under the same Contract), such as hot 46 mix asphalt, latex modified concrete, epoxy concrete, or similar, the Contractor shall 47 produce the final finish by dragging a strip of damp, seamless burlap lengthwise over tit 48 the full width of the deck/slab or by brooming it lightly. A burlap drag shall equal the 49 deck/slab in width. Approximately 3-feet of the drag shall contact the surface, with the 50 least possible bow in its leading edge. It shall be kept wet and free of hardened lumps of Iii r 54 a r 1 concrete. When it fails to produce the required finish, the Contractor shall replace it. 2 When not in use, it shall be lifted clear of the slab. +e 3 4 After the deck/slab has cured, the surface shall not vary more than 1/8-inch under a 10- 5 foot straightedge placed parallel and perpendicular to the centerline. I.. 6 7 The Contractor shall cut high spots down with a diamond faced, saw-type cutting 8 machine. This machine shall cut through mortar and aggregate without breaking or 9 dislodging the aggregate or causing spalls. 10 11 Low spots shall be built up utilizing a grout or concrete with a strength equal to or 12 greater than the required 28-day strength of the deck/slab. The method of build-up shall 13 be submitted to the Engineer for approval. 14 15 The surface texture on any area cut down or built up shall match closely that of the 16 surrounding bridge deck or bridge approach slab area. The entire bridge deck and 17 bridge approach slab shall provide a smooth riding surface. 18 urn 19 6-02.3(10)E Sidewalk 20 Concrete for sidewalk shall be well compacted, struck off with a strike-board, and 21 floated with a wooden float to achieve a surface that does not vary more than %-inch 22 under a 10-foot straightedge. An edging tool shall be used to finish all sidewalk edges 23 and expansion joints. The final surface shall have a granular texture that will not turn 24 slick when wet. 25 26 6-02.3(10)F Bridge Approach Slab Orientation and Anchors 27 Bridge approach slabs shall be constructed full bridge deck width from outside usable 28 Shoulder to outside usable Shoulder at an elevation to match the Structure. The bridge 29 approach slabs shall be modified as shown in the Plans to accommodate the grate 30 inlets at the bridge ends if the grate inlets are required. 31 32 Bridge approach slab anchors shall be installed as detailed in the Plans and the anchor 33 rods, couplers, and nuts shall conform to Section 9-06.5(1). The steel plates shall 34 conform to ASTM A 36. All metal parts shall receive 1 coat of paint conforming to em" 35 Section 9-08.1(2)F. The pipe shall be any non-perforated PE or PVC pipe of the 36 diameter specified in the Plans. Polystyrene shall conform to Section 9-04.6. The 37 anchors shall be installed parallel both to profile grade and center line of Roadway. The t'"' 38 Contractor shall secure the anchors to ensure that they will not be misaligned during 39 concrete placement. For Method B anchors installations, the epoxy bonding agent used 40 to install the anchors shall be Type IV conforming to Section 9-26.1. The compression �+• 41 seal shall be as noted in the Contract documents. Dowel bars shall be installed in the 42 bridge approach slabs in accordance with the requirements of the Standard Plans and 43 Section 5-05.3(10). 44 NS 45 After curing bridge approach slabs in accordance with Section 6-02.3(11), the bridge 46 approach slabs may be opened to traffic when a minimum compressive strength of 47 2,500 psi is achieved. 48 49 6-02.3(12) Construction Joints 50 The content of this section is deleted. 51 52 This section is supplemented with the following sub-sections: .. 55 1 2 6-02.3(12)A Construction Joints in New Construction 3 If the Engineer approves, the Contractor may add, delete, or relocate construction joints ka 4 shown in the Plans.Any request for such changes shall be in writing, accompanied by a 5 drawing that depicts them. The Contractor will bear any added costs that result from 6 such changes. a 7 8 All construction joints shall be formed neatly with grade strips or other approved 9 methods. The Contracting Agency will not accept irregular or wavy pour lines. Ail joints di 10 shall be horizontal, vertical, or perpendicular to the main reinforcement. The Contractor 11 shall not use an edger on any construction joint, and shall remove any lip or edging 12 before making the adjacent pour. 13 14 If the Plans require a roughened surface on the joint, the Contractor shall strike it off to 15 leave grooves at right angles to the length of the member. The grooves shall be 1/2-inch 16 to 1-inch wide, 1/4-inch to 1/2-inch deep, and spaced equally at twice the width of the 17 groove. If the first strike-off does not produce the required roughness, the Contractor 18 shall repeat the process before the concrete reaches initial set. The final surface shall 19 be clean and without laitance or loose material. 20 21 If the Plans do not require a roughened surface, the Contractor shall include shear keys 22 at all construction joints. These keys shall provide a positive, mechanical bond. Shear a 23 keys shall be formed depressions and the forms shall not be removed until the concrete 24 has been in place at least 12 hours. Forms shall be slightly beveled to ensure ready 25 removal. Raised shear keys are not allowed. 26 27 Shear keys for the tops of beams, at tops and bottoms of boxed girder webs, in 28 diaphragms, and in crossbeams shall: 29 30 1. Be formed with 2- by 8-inch wood blocks; 31 2. Measure 8-inches lengthwise along the beam or girder stem; 32 3. Measure 4-inches less than the width of the stem, beam, crossbeam, etc. la 33 (measured transverse of the stem); and 34 4. Be spaced at 16-inches center to center. 35 36 Unless the Plans show otherwise, in other locations (not named above), shear keys 37 shall equal approximately one third of the joint area and shall be approximately 11/2- 38 inches deep. rr 39 40 Before placing fresh concrete against cured concrete, the Contractor shall thoroughly 41 clean and saturate the cured surface. All loose particles, dust, dirt, laitance, oil, or film 42 of any sort shall be removed by method(s) as approved by the Engineer. The cleaned 43 surface shall be saturated with water for a minimum of four hours before the fresh 44 concrete is placed. 45 46 Before placing the reinforcing mat for footings on seals, the Contractor shall: (1) remove 47 all scum, laitance, and loose gravel and sediment; (2) clean the construction joint at the 48 top of the seals; and (3) chip off any high spots on the seals that would prevent the 49 footing steel from being placed in the position required by the Plans. 50 sir VI li 56 i.r 1 6-02.3(12)B Construction Joints between Existing and New Construction 2 If the Plans or Special Provisions require a roughened surface on the joint, the 3 Contractor shall thoroughly roughen the existing surface to a uniformly distributed 1/4- 4 inch minimum amplitude surface profile, with peaks spaced at a maximum of 1-inch, by 5 method(s)as approved by the Engineer. ,.r 6 7 If the Plans or Special Provisions do not require a roughened surface on the joint, the 8 Contractor shall remove all loose particles, dust, dirt, laitance, oil, or film of any sort by 9 method(s) as approved by the Engineer. 10 11 Before placing fresh concrete against existing concrete, the Contractor shall thoroughly 12 clean and saturate the existing surface. All loose particles, dust, dirt, laitance, oil or film 13 of any sort shall be removed by method(s) as approved by the Engineer. The cleaned 14 surface shall be saturated with water for a minimum of four hours before the fresh 15 concrete is placed. 16 17 6-02.3(14) Finishing Concrete Surfaces 18 The following new sub-section is inserted after Section 6-02.3(14)B: 19 20 6-02.3(14)C Pigmented Sealer for Concrete Surfaces 21 All surfaces specified in the Plans to receive pigmented sealer shall receive a Class 2 •- 22 surface finish, (except that concrete barrier surfaces shall be finished in accordance 23 with Section 6-02.3(11)A) and shall receive a light brush sandblasting in order that 24 complete neutralization of the surface and subsequent penetration of the pigmented 25 sealer is achieved. All curing agents and form release agents shall be removed. The 26 surface shall be dry, clean and prepared in accordance with the manufacturer's written 27 instructions. The Contractor shall submit four copies of the manufacturer's written 28 instructions. 29 30 The Contractor shall not apply pigmented sealer from a batch greater than twelve 31 months past the initial date of color sample approval of that batch by the Engineer. 1°" 32 The pigmented sealer color or colors for specific concrete surfaces shall be as specified 33 in the Special Provisions. 34 "1" 35 The pigmented sealer shall be spray applied in accordance with the manufacturer's 36 written instructions for application, air temperature required for sealer application and 37 curing, qualification of applicator, rate of application, and number of coats to apply. 38 Pigmented sealer shall not be applied until the concrete has cured for at least 28 days. 39 Pigmented sealer shall not be applied upon damp surfaces, nor shall it be applied when 40 the air is misty, or otherwise unsatisfactory for the work, in the opinion of the 41 manufacturer or the Engineer. The final appearance shall have an even and uniform 42 color acceptable to the Engineer. 43 44 For concrete surfaces such-as columns, retaining-walls, pier walls, abutments, concrete .. 45 fascia panels, and noise barrier wall panels, the pigmented sealer shall extend to one 46 foot below the finish ground line, unless otherwise shown in the Plans. 47 48 6-02.3(17)N Removal of Falsework and Forms 49 The fifth paragraph, beginning with "The Contractor may remove side forms, traffic barrier 50 form, and pedestrian barrier forms" etc, is deleted. 51 w. 57 a 1 6-02.3(17)0 Early Concrete Test Cylinder Breaks 2 The third paragraph is revised to read: 3 sa 4 The cylinders shall be cured in accordance with WSDOT FOP for AASHTO T 23. 5 6 6-02.3(20) Grout for Anchor Bolts and Bridge Bearings es 7 This section's title is revised to read: 8 9 6-02.3(20) Grout for Anchor Bolts and Bridge Bearings 10 11 6-02.3(24)B Protection of Materials 12 Under the fourth paragraph, item 1. is revised to read: 13 14 1. By cleaning and applying a coat of paint conforming to Section 9-08.1(2)B over all 15 exposed surfaces of steel, or 16 17 Under the fourth paragraph, item 2. is revised to read: 18 19 2. By cleaning and painting paint conforming to Section 9-08.1(2)B on the first 6- 20 inches of the steel bars protruding from the concrete and covering the bars with 21 polyethylene sleeves. 22 23 6-02.3(24)E Welding Reinforcing Steel 24 The reference to "ASTM A 615" in the first sentence of the seventh paragraph is deleted. 25 Sri 26 6-02.3(25) Prestressed Concrete Girders 27 In the fourth paragraph, the second sentence in Prestressed Concrete Wide Flange I Girder 28 is revised to read: 29 30 WSDOT standard girders in this category include Series WF42G, WF50G, WF58G, 31 WF66G, WF74G, WF83G,WF95G and WF100G. 32 33 In the fourth paragraph, the seventh sentence in Spliced Prestressed Concrete Girder is 34 revised to read: 35 36 WSDOT standard girders in this category include Series WF66PTG, WF74PTG, 37 WF83PTG, WF95PTG and W F100PTG. 38 39 6-02.3(25)B Casting 40 The reference to Section 9-23.7 in the second sentence of the third paragraph is deleted. 41 42 6-02.3(25)C Prestressing 43 The fifth paragraph is revised to read:. 44 W 45 From manufacture to encasement in concrete, prestressing strand shall be protected 46 against dirt, oil, grease, damage, and all corrosives. Strand shall be stored in a dry 47 covered area and shall be kept in the manufacturer's original packaging until placement is 48 in the forms. If prestressing strand has been damaged or pitted, it will be rejected. 49 Prestressing strand with rust shall be spot cleaned with a non-metallic pad to inspect for 50 any sign of pitting or section loss. 51 58 1 6-02.3(25)G Protection of Exposed Reinforcement 2 The first sentence in the first paragraph is revised to read: 3 4 When a girder is removed from its casting bed, all bars and strands projecting from the 5 girder shall be cleaned and painted with a minimum dry film thickness of 1-mil of paint 6 conforming to Section 9-08.1(2)6. 7 8 6-02.3(25)J Horizontal Alignment 9 The first paragraph is revised to read: 10 11 The Contractor shall check and record the horizontal alignment of the top and bottom 12 flanges of each girder at the following times: us 13 14 1. Initial -upon removal of the girder from the casting bed; 15 16 2. Final -within 2-weeks, but not less than 3-days prior to shipment; and 17 18 3. Storage - between 115 to 125-days after casting, if the girder remains in 19 storage for a period exceeding 120-days. 20 21 Each check shall be made by measuring the distance between each flange and a chord �.. 22 that extends the full length of the girder. The Contractor shall perform and record each 23 check at a time when the alignment of the girder is not influenced by temporary 24 differences in surface temperature. Records for the Initial check shall be included in the 25 Contractor's Prestressed Concrete Certificate of Compliance. Records for the Final and 26 Storage checks shall be provided to the Engineer for approval. 27 28 The first sentence in the fifth paragraph is deleted. 29 30 6-02.3(25)K Girder Deflection 31 The first paragraph is revised to read: 32 33 The Contractor shall check and record the vertical deflection (camber) of each girder at 34 the following times: 35 36 1. Initial -upon removal of the girder from the casting bed; and 37 •• 38 2. Storage - within 2-weeks, but not less than 3-days prior to shipment, if the 39 girder remains in storage for a period exceeding 120-days. 40 „W. 41 The Contractor shall perform and record each check at a time when the alignment of the 42 girder is not influenced by temporary differences in surface temperature. These records 43 shall be available for the Engineer's inspection, and in the case of girders older than 44 120-days, shall be transmitted to-the Engineer as soon as practical for evaluation of the 45 effect of long-term storage on the "D" dimension. Records for the Initial check shall be 46 included in the Contractor's Prestressed Concrete Certificate of Compliance. Records 47 for the Storage check shall be provided to the Engineer for approval. 48 49 6-02.3(25)L Handling and Storage 50 The fifth sentence in the third paragraph is deleted. 51 .. 59 a 1 6-02.3(25)N Prestressed Concrete Girder Erection 2 The fourth paragraph is revised to read: 3i 4 When prestressed girders arrive on the project, the Project Engineer will confirm that 5 they are stamped "Approved for Shipment", that the final horizontal alignment and 6 deflection (camber) check records have been approved, and that they have not been No 7 damaged in shipment, before accepting them. 8 9 6-02.3(26)E Ducts 10 The first six paragraphs under the heading Ducts for Internal Embedded Installation are 11 revised to read: 12 MO 13 Ducts, including their splices, shall be semi-rigid, air and mortar tight, corrugated plastic 14 ducts of virgin polyethylene or polypropylene materials, free of water soluble chlorides 15 or other chemicals reactive with concrete or post-tensioning reinforcement. Ducts, 16 including their splices, shall either have a white coating on the outside or shall be of a la 17 white material with ultraviolet stabilizers added. Ducts, including their splices, shall be 18 capable of withstanding concrete pressures without deforming or permitting the intrusion 19 of cement paste during placement of concrete.All fasteners shall be appropriate for use s 20 with plastic ducts, and all clamps shall be of an approved plastic material. 21 22 Polyethylene ducts shall conform to ASTM D 3350 with a cell classification of 345464A. 23 Polypropylene ducts shall conform to ASTM D 4101 with a cell classification of either 24 PP0340B14541 or PP0340B67884. Resins used for duct fabrication shall have a 25 minimum oxidation induction time of 20 minutes, in accordance with ASTM D 3895, si 26 based on tests performed by the duct fabricator on samples taken from the lot of 27 finished product. The duct thickness shall be as specified in Section 10.8.3 of the 28 AASHTO LRFD Bridge Construction Specifications, latest edition and current interims. 29 30 Each duct shall maintain the required profile within a placement tolerance of plus or 31 minus 1/4-inch for longitudinal tendons and plus or minus 1/8-inch for transverse slab 32 tendons during all phases of the work. The minimum acceptable radius of curvature "e 33 shall be as recommended by the duct manufacturer and as supported by documented 34 industry standard testing. The ducts shall be completely sealed to keep out all mortar. 35 36 Each duct shall be located to place the tendon at the center of gravity alignment shown 37 in the Plans. To keep friction losses to a minimum, the Contractor shall install ducts to 38 the exact lines and grades shown in the Plans. Once in place, the ducts shall be tied „M 39 firmly in position before they are covered with concrete. During concrete placement, the 40 Contractor shall not displace or damage the ducts. 41 tor 42 The ends of the ducts shall: 43 44 1. Permit free movement of anchorage devices, and 45 2. Remain covered after installation in the forms to keep out all water or debris. 46 47 Immediately after any concrete placement, the Contractor shall force blasts of oil-free, 48 compressed air through the ducts to break up and remove any mortar inside before it el 49 hardens. Before deck concrete is placed, the Contractor shall satisfy the Engineer that 50 ducts are unobstructed and contain nothing that could interfere with tendon installation, 51 tensioning, or grouting. If the tendons are in place, the Contractor shall show that they mi 52 are free in the duct. 60 i 1 2 Ducts shall be capped and sealed at all times until the completion of grouting to prevent WI 3 the intrusion of water. 4 5 The last paragraph under the heading Ducts for Internal Embedded Installation is revised ,i„ 6 to read: 7 8 When the duct must be curved in a tight radius, more flexible duct may be used, subject 9 to the Engineer's approval. err 10 11 The first paragraph under the heading Ducts for External Exposed Installation is revised 12 to read: 13 14 Duct shall be high-density polyethylene (HDPE) conforming to ASTM D 3350. The cell 15 classification for each property listed in Table 1 shall be as follows: too 16 17 This section is supplemented with the following: 18 19 Vents, Grout Injection Ports, Drains and Caps 20 The Contractor shall install vents at high points and drains at low points of the tendon 21 profile (and at other places if the Plans require). Vents at high points shall consist of a 22 set of three vents -one to be installed at the high point of the duct, and flanking vents to ow 23 be installed on either side of the high point vent at locations where the duct profile is 8 to 24 12 inches below the elevation of the high point vent. Vents shall include grout injection 25 ports. 26 27 Vents and drains shall have a minimum inside diameter of 3/4 inches, and shall be of 28 either stainless steel, nylon, or polyolefin materials, free of water soluble chlorides or 29 other chemicals reactive with concrete or post-tensioning reinforcement. Stainless steel 30 vents and drains shall conform to ASTM A 240 Type 316. Nylon vents and drains shall 31 conform to cell classification S-PA0141 (weather resistant). Polyolefin vents and drains 32 shall contain an antioxidant with a minimum oxidation induction time of 20 minutes in 33 accordance with ASTM D 3895. Polyolefin vents and drains shall also have a stress 34 crack resistance of three hours minimum when tested at an applied stress of 350 psi in 35 accordance with ASTM F 2136. 36 37 All fasteners shall be appropriate for use with plastic ducts, and all clamps shall be of an 38 approved plastic material. Taping of connections is not allowed. Valves shall be positive 39 mechanical shut-off valves. Valves, and associated caps, shall have a minimum 40 pressure rating of 100 psi. 41 42 Vents shall point upward and remain closed until grouting begins. Drains shall point 43 downward and remain open until grouting begins. Ends of stainless steel vents and 44 drains shall be removed 1-inch inside the concrete surface after grouting has been 45 completed. Ends of nylon or polyolefin vents and drains may be left flush to the surface 46 unless otherwise specified by the Engineer. Vents, except for grout injection, are not 47 required for transverse post-tensioning ducts in the roadway slab unless specified in the 48 Plans. 49 50 Caps shall be made of either stainless steel or fiber reinforced polymer (FRP). Stainless 51 steel caps shall conform to ASTM A 240 Type 316L. The resin for FRP caps shall be 52 either nylon, polyester, or acrylonitrite butadiene styrene (ABS). Nylon shall conform to 61 a• • 1 cell classification S-PA0141 (weather resistant). Caps shall be sealed with "0" ring seals 2 or precision fitted flat gaskets placed against the bearing plate. Caps shall be fastened 3 to the anchorage with stainless steel bolts conforming to ASTM A 240 Type 316L. 4 5 Leak Tightness Testing mot 6 The Contractor shall test each completed duct assembly for leak tightness, prior to 7 casting concrete and placing post-tensioning reinforcement. The Contractor shall submit 8 the equipment used to conduct the leak tightness testing and to monitor and record the 9 pressure maintained in and lost from the closed assembly, and the process to be "` 10 followed in conducting the leak tightness testing, to the Engineer for approval along with 11 the post-tensioning system shop drawings in accordance with Section 6-02.3(26)A. 12 13 Prior to testing, all vents, grout injection ports, and drains shall either be capped or have 14 their shut-off valves closed. The Contractor shall pressurize the completed duct 15 assembly to an initial air pressure of 50 psi. This pressure shall be held for five minutes •• 16 to allow for internal adjustments within the assembly. After five minutes, the air supply 17 valve shall be closed. The Contractor shall monitor and measure the pressure 18 maintained within the closed assembly, and any subsequent loss of pressure, over a m• 19 period of one minute following the closure of the air supply valve. Locations of leakage 20 shall be identified, repaired or reconstructed, and the repaired reassembled duct system 21 retested. The cycle of testing, repair and retesting of each completed duct assembly 22 shall continue until the completed duct assembly completes a test with pressure loss 23 within the specified amount. The maximum pressure loss for duct assemblies equal to 24 or less than 150 feet in length shall be 25 psig. The maximum pressure loss for duct 25 assemblies greater than 150 feet in length shall be 15 psig. tam 26 27 6-02.3(26)F Prestressing Reinforcement 28 The fourth paragraph is revised to read: " 29 30 From manufacture to encasement in concrete or grout, prestressing strand shall be 31 protected against dirt, oil, grease, damage, and all corrosives. Strand shall be stored in ars 32 a dry covered area and shall be kept in the manufacturer's original packaging. If 33 prestressing strand has been damaged or pitted, it will be rejected. Prestressing strand 34 with rust shall be spot cleaned with a non-metallic pad to inspect for any sign of pitting mit 35 or section loss. If the prestressing reinforcement will not be stressed and grouted for 36 more that seven calendar days after it is placed in the ducts, the Contractor shall place 37 an approved corrosion inhibitor conforming to Federal Specification MIL-P-3420F-87 in , , 38 the ducts. 39 40 6-02.3(26)H Grouting 41 The following is inserted in front of the first paragraph of this section: IWO 42 43 Grout for post-tensioning reinforcement shall be a Class C pre-packaged, pumpable, 44----------non-segregating, non-shrink, high-strength --grout conforming -to the requirements- -- '"' 45 specified in Section 10.9.3 of the AASHTO LRFD Bridge Construction Specifications, 46 latest edition and current interims. Pre-packaged components of the grout mix shall be 47 used within six months or less from date of manufacture to date of usage. Grout for mim 48 post-tensioning reinforcement will be accepted based on manufacturer's certificate of 49 compliance in accordance with Section 1-06.3, except that the water-cementitious 50 material ratio of 0.45 maximum shall be field verified. �•• 51 52 All grout produced for any single structure shall be furnished by one supplier. alf ,,., 62 1 2 All grouting operations shall be conducted by ASBI certified grout technicians. 3 4 The Contractor shall submit a grouting operation plan to the Engineer for approval in 5 accordance with Section 6-01.9. The grouting operation plan shall include, but not be 6 limited to, the following: 7 8 1. Names of the grout technicians, accompanied by documentation of their ASBI 9 certification. 10 11 2. Type, quantity and brand of materials used in the grouting operations, 12 including all manufacturer's certificates of compliance. 13 14 3. Type of equipment to be used, including meters and measuring devices used 15 to positively measure the quantity of materials used to mix the post-tensioning 16 grout, the equipment capacity in relation to demand and working conditions, 17 and all back-up equipment and spare parts. 18 19 4. General grouting procedure. 20 21 5. Duct leak tightness testing and repair procedures as specified in Section 6- 22 02.3(26)E. 23 24 6. Methods used to control the rate of grout flow within the ducts. 25 26 7. Theoretical grout volume calculations, and target flow rates recommended by 27 the grout manufacturer as a function of the mixer equipment and the expected 28 range of ambient temperatures. 29 30 8. Grout mixing and pumping procedures. 31 32 9. Direction of grouting. 33 34 10. Sequence of use of the grout injection ports, vents and drains. 35 36 11. Procedures for handling blockages. 37 38 12. Procedures for post-grouting repairs. 39 40 The Contractor shall not begin grouting operations until receiving the Engineer's 41 approval of the grouting operation plan. 42 43 Post-tensioning grout shall be mixed in accordance with the pre-packaged grout .__..._.__..__.__44______manufacturer`_ssecommendations_using_high-shear..colloidaLmixers. Mech_anicaLpaddle__ 45 mixers will not be allowed. The grout produced for filling post-tensioning ducts shall be Sri 46 free of lumps and undispersed cement. All equipment used to mix each batch of post- 47 tensioning grout shall be equipped with appropriate meters and measuring devices to 48 positively measure all quantities of all materials used to produce the mixed grout. The 49 field test for water-cementitious materials ratio shall be performed prior to beginning the 50 grout injection process. Grouting shall not begin until the material properties of each 51 batch of grout have been confirmed as acceptable. 52 63 tit 1 The fourth paragraph is deleted. 2 ,., 3 The fifth paragraph is deleted. 4 5 The sixth paragraph is deleted 6 7 6-02.5 Payment 8 The paragraph following bid item "Commercial Concrete" is supplemented with the following: 9 `m" 10 All costs in connection with furnishing and applying pigmented sealer to concrete 11 surfaces as specified shall be included in the unit contract price per cubic yard for 12 "Conc. Class ". If the concrete is to be paid for other than by class of concrete then 13 the costs shall be included in the applicable adjacent item of work. 14 15 SECTION 6-03, STEEL STRUCTURES "" 16 April 6, 2009 17 6-03.3(33) Bolted Connections r. 18 The second paragraph is revised to read: 19 20 All bolted connections are slip critical. Painted structures require either Type 1 or Type a.. 21 3 bolts. Unpainted structures require Type 3 bolts. AASHTO M 253 bolts shall not be 22 galvanized or be used in contact with galvanized metal. 23 24 6-03.3(33)A Pre-Erection Testing 25 The first sentence in the first paragraph is revised to read: 26 27 High strength bolt assemblies (bolt, nut, and washer), black and galvanized, shall be 28 subjected to a field rotational capacity test, as outlined below, prior to any erection 29 activity. 30 am 31 6-03.3(38) Placing Superstructure 32 This section is revised to read: 33 34 The concrete in piers and crossbeams shall reach at least 80-percent of design strength 35 before girders are placed on them. 36 37 6-03.4 Measurement 38 The second paragraph is revised to read: 39 40 Cast or forged metal (kind) shown in the Plans will be measured by the pound or will be 41 paid for on a lump sum basis, whichever is shown on the Proposal. 42 43 SECTION 6-05, PILING 44 December 1, 2008 ,ie 45 6-05.3(11)A Tolerances 46 The first sentence is revised to read: 47 48 For elevated pier caps, the tops of piles at cut-off elevation shall be within 2-inches of 49 the horizontal locations indicated in the Contract. 64 a 1 2 SECTION 6-07, PAINTING 3 August 3 ,2009 4 Section 6-07 is deleted in its entirety and replaced with the following: 5 6 6-07.1 Description 7 This work consists of containment, surface preparation, shielding adjacent areas from 8 unwanted surface preparation, testing and disposing of surface preparation debris, Ili 9 furnishing and applying paint, shielding adjacent areas from unwanted paint, and 10 cleaning up after painting is completed. The work shall comply with all requirements of 11 the Plans, these Specifications, and the Engineer. Terminology used herein is in 12 accordance with the definitions used in Volume 2, Systems and Specifications of the 13 SSPC Steel Structures Painting Manual. 14 15 6-07.2 Materials 16 Materials shall meet the requirements of the following sections: 17 18 Paint 9-08.1 19 Powder Coating Materials for Coating Galvanized Surfaces 9-08.2 20 Abrasive Blast Media 9-08.4(1) 21 Lead Abatement Additive 9-08.4(2) 22 Bird Guano Treatment 9-08.5(1) 23 Fungicide Treatment 9-08.5(2) 24 Water 9-08.5(3) 25 Filter Fabric 9-08.6 26 Single Component Urethane Sealant 9-08.7 27 Foam Backer Rod 9-08.8 28 29 6-07.3 Construction Requirements 30 31 6-07.3(1) Work Force Qualifications 32 33 6-07.3(1)A Work Force Qualifications for Shop Application of Paint 34 Facilities for shop application of paint shall either be selected from one of the facilities 35 listed in the WSDOT Qualified Products List as an approved coating facility for new steel 36 structures, or shall be approved through the WSDOT Request for Approval of Material 37 process. goo 38 39 6-07.3(1)B Work Force Qualifications for Field Application of Paint 40 The Contractor preparing the surface and applying the paint shall be certified under 41 SSPC-QP 1. 42 43 The Contractor removing and otherwise disturbing existing paint containing lead a_nd • 44 other hazardous materials shall be certified under SSPC-QP 2 Category A. 45 46 In lieu of the above SSPC certifications, the Contractor performing the specified work 47 may complete one of the following actions: 48 49 1. The Contractor may substitute documentation of successful completion of two 50 bridge painting projects in the past ten years involving complete paint removal, 65 .lit 1 including paint containing lead and other hazardous materials, with 2 reapplication of a three component moisture-cured polyurethane paint system. 3 The documentation shall include the name and size of the project, the dates of 4 the work, the owner, and name and contact information for an owner's contact 5 person. 6 7 2. The Contractor's quality control inspector(s) for the project shall be NACE 8 certified CIP Level 3. 9 10 6-07.3(2) Submittals 11 The Contractor shall submit a painting plan to the Engineer for approval in accordance 12 with Section 1-05.3. 13 14 For shop application of paint, the painting plan shall include the documents listed in 15 Section 6-07.3(2)B and Section 6-07.3(2)E item 2, the product data sheet for the primer 16 coat with coefficient of friction certification, and paint samples in accordance with 17 Section 6-07.3(7). 18 19 For field application of paint, the painting plan shall include the documents listed in 20 Section 6-07.3(2)A through Section 6-07.3(2)F. 21 — 22 6-07.3(2)A Work Force Qualifications Submittal Component 23 The work force qualifications submittal component of the painting plan shall include the 24 following: 25 26 1. Documentation of the Contractor's workforce qualifications as specified in 27 Section 6-07.3(1). 28 29 2. Resume of qualifications and contact information for the Contractor's on-site 30 supervisors. An on-site supervisor shall be present for each work shift at the 31 bridge site, and each on-site supervisor shall have three years minimum of 32 industrial painting field experience with one year minimum of field supervisory 33 or management experience in paint removal projects. 34 r• 35 6-07.3(2)B Contractor's Quality Control Program Submittal Component 36 The Contractor's quality control program submittal component of the painting plan shall 37 include the following: o 38 39 1. Description of the inspection procedures and techniques, and the acceptance 40 criteria for all phases of work. 41 42 2. Procedure for implementation of corrective action. 43 44 3. The paint- system manufacturer's -recommended methods -of---preventing 45 defects. 46 47 4. The Contractor's frequency of quality control inspection. m 48 49 5. Description of the equipment used for inspection of prepared surfaces and 50 inspection of paint. a• 51 - 66 1 6. Example completed form(s)of the daily quality control report used to document 2 the inspection work and tests performed by the Contractors quality control 3 personnel. 4 5 6-07.3(2)C Paint System Manufacturer and Paint System Information 6 Submittal Component „ 7 The paint system manufacturer and paint system information submittal component of 8 the painting plan shall include the following: 9 10 1. Product data sheets and information on the paint materials, paint preparation, 11 and paint application, as specified by the paint manufacturer, including: 12 13 a. Samples and documents specified in Section 6-07.3(7)for each paint and 14 thinner. 15 16 b. All application instructions including the mixing and thinning directions. 17 18 c. Recommended spray nozzles and pressures. 19 20 d. Minimum and maximum drying time between coats. 21 22 e. Restrictions on temperature and humidity. 23 24 f. Repair procedures as specified in Section 6-07.3(10)P. 25 26 g. Maximum dry film thickness for each coat. 27 28 2. Identification of, and contact information for, the paint system manufacturer's 29 technical representative. • 30 31 3. For painting of new steel, the friction coefficient of the faying surface, including 32 test results and the paint manufacturer's Certificate of Compliance in support NI 33 of the friction coefficient. 34 35 6-07.3(2)D Hazardous Waste Containment, Collection, Testing and +rr 36 Disposal Submittal Component 37 The hazardous waste containment, collection, testing and disposal submittal component 38 of the painting plan shall include the following: 39 40 1. Filter fabric attachment and support in accordance with Section 6-07.3(10)A. 41 42 2. Abrasive blasting containment system attachment and support in accordance 43 with Section 6-07.3(10)A. ems 45 3. Details of job site material storage facilities and containment waste storage 46 facilities, including location, security, and environmental control. 47 .48 4. Methods and materials used to contain, collect, and dispose of all containment 49 waste and all construction related waste including transportation of waste. 50 67 ■.r 1 5. Details of the containment waste sampling plan conforming to Chapter 173- 2 303 WAC for waste designated as dangerous waste or extremely hazardous 1111 3 waste. 4 5 6. The name of, and contact information for, the accredited analytical laboratory 6 performing the testing of the containment waste samples in accordance with 7 Section 6-07.3(10)F. 8 9 7. Process for tracking the disposal of hazardous waste, including a sample form 10 of the tracking documentation. 11 12 6-07.3(2)E Cleaning and Surface Preparation Equipment Submittal 13 Component 14 The cleaning and surface preparation equipment submittal component of the painting 15 plan shall include the following: 16 17 1. Details of the water jetting operation, including: 18 +• 19 a. Water source. 20 21 b. A list and description of the water jetting equipment, including maximum 22 water discharge rates and pressure. 23 24 c. Methods and materials used to protect vehicular and pedestrian traffic 25 from wash water when conducting overhead water jetting operations. 26 27 2. Details of the abrasive blast cleaning operation, including: 28 29 a. Description of the abrasive blast cleaning procedure. 30 31 b. Type, manufacturer, and brand, of abrasive blast material and all 32 associated additives, including Materials Safety Data Sheets (MSDS). 33 34 c. Description of the abrasive blast cleaning equipment to be used. ■. 35 36 6-07.3(2)F Paint Application Equipment and Operations Submittal 37 Component 1111 38 The paint application equipment and operations submittal component of the painting 39 plan shall include the following: 40 41 1. Description of the equipment used for paint application operations. 42 43 2. Details of job site material storage facilities, including location, security, and 44-._--_-_ . environmental control: 45 46 3. Description of the supports and platforms used to support equipment, 47 materials, and workers, including scaffolds, platforms, accordion lifts, and ism 48 barges, and the methods used to attach, moor and anchor these supports and 49 platforms. 50 "I 51 4. Drip tarps in accordance with Section 6-07.3(10)0. 52 NW ON 68 1 5. Methods and materials used to protect surrounding structures, equipment, and 2 property from exposure to, and damage from, painting operations. 3 4 6. Details of paint application operations for areas of limited and restricted 5 access. 6 7 7. Description of the method for the removal of any accidental spills or drips on 8 traffic that occur during the normal painting operations, and provisions for 9 providing a vehicle cleaning station. 10 11 6-07.3(2)G Painting Plan Meeting 12 At the option of the Contracting Agency, a painting plan meeting may be scheduled 13 following review of the Contractor's initial submittal of the plan. The Contractor shall be 14 represented by the superintendent, on-site supervisors and quantity control inspectors. 15 16 6-07.3(3) Quality Control and Quality Assurance 17 18 6-07.3(3)A Quality Control and Quality Assurance for Shop Application of 19 Paint 20 For shop application of paint, quality control procedures shall be as approved by the 21 Engineer. 22 23 6-07.3(3)B Quality Control and Quality Assurance for Field Application of 24 Paint 25 For field application of paint, the Contractor shall conduct quality control inspections as di 26 required by SSPC-PA 1, using the personnel and the processes outlined in the painting 27 plan as approved by the Engineer. The Contractor shall maintain current copies of 28 SSPC Painting Manual Volumes 1 and 2 at the project site at all times. The 29 Contractor's quality control operations shall include monitoring and documenting the 30 following: 31 32 1. Equipment, personnel, and materials used. 33 34 2. Environmental conditions (ambient air temperature and humidity, steel surface 35 temperature, dew point, wind direction and velocity). 36 37 3. Steel surface condition, profile, and preparation. 38 a 39 4. Paint application and film thickness. 40 41 A copy of the Contractor's daily quality control report, signed and dated by the • 42 Contractor's quality control inspector, accompanied by copies of the test results of 43 quality control tests performed on the work covered by the daily quality control report, 9 y' 44 shall be submitted to the Engineer before the end of the next days work shift. di 45 46 The Contractor shall provide the Engineer time and access to perform quality assurance 47 testing. Each painting operation phase shall be considered a hold point, from which the 48 Contractor shall not proceed with continuing work until receiving the Engineer's 49 approval. 50 51 The Engineer may perform quality assurance testing at each of the following phases of 52 painting operations: wig 69 ••• 1 2 1. After SSPC-SP 1 cleaning. 00 3 4 2. After water jetting. 5 6 3. After abrasive blast cleaning, hand and power tool surface cleaning, and 7 compressed air surface cleaning. 8 9 4. After applying each coat when dry. its 10 11 5. During final inspection of all work at the end of the project. 12 13 Quality assurance testing may include the following tests: 14 15 1. Environmental conditions for painting in accordance with ASTM D 337. r 16 17 2. Cleanness of abrasive blasting media and ionic contamination of abrasive 18 blasting media in accordance with ASTM D 4940. 19 20 3. Cleanness of compressed air in accordance with ASTM D 4285. 21 22 4. Pictorial of surface preparation standards in accordance with SSPC-VIS 1, 3, 4 23 and 5. 24 25 5. Surface profile by Keanne-Tator comparator in accordance with ASTM D 4417. 26 27 6. Surface profile by replica tape in accordance with ASTM D 4417. 28 •• 29 7. Wet film thickness in accordance with ASTM D 4414. 30 31 8. Dry film thickness by magnetic gauge in accordance with SSPC-PA 2 modified. r. 32 33 9. Dry film thickness by Tooke gauge in accordance with ASTM D 4138. 34 iv 35 The Contractor shall repair all damage to paint resulting from Contracting Agency quality 36 assurance inspections at no additional cost or time to the Contracting Agency. 37 38 6-07.3(4) Paint System Manufacturer's Technical Representative 39 The paint system manufacturer's technical representative shall be present at the job site 40 for the pre-painting conference and for the first day of paint application, and shall be 41 available for consultation for the full project duration. — 42 43 6-07.3(5) Pre-Painting Conference 44 A--pre-painting- conference shall be held five to ten working days before beginning--- ' " 45 painting operations to discuss the painting plan, construction operations, personnel, and 46 equipment to be used. Those attending shall include: 47 48 1. (representing the Contractor) The superintendent, on-site supervisors, and all 49 crew members in charge of cleaning and preparing the surfaces, containing, 50 collecting and disposing of all removed materials, applying the paint, and 51 performing all quality control inspections, measurements and tests; and the 52 paint system manufacturer's technical representative, and 70 a 1 2 2. (representing the Contracting Agency) The Project Engineer, key inspection 3 assistants, and representatives of the WSDOT HQ Construction Office. ,„r 4 5 If the Contractor's key personnel change between any work operations, an additional ' 6 conference may be held. 7 eiii 8 For projects including painting of multiple structures, a separate conference may be held 9 for each structure, at the discretion of the Engineer. oili 10 11 6-07.3(6) Paint Containers, Storage and Handling 12 aii 13 6-07.3(6)A Paint Containers 14 Paint container labels shall include the following information: 15 16 1. Manufacturer's name and product name, with batch number, and date of a 17 manufacture. 18 ;-, 19 2. Color name and Federal Standard 595 color number, where applicable. 20 21 3. Shelf life of the product, from date of batch manufacture. 22 23 4. Storage requirements and temperature limits. 24 25 Paint containers shall conform to U.S. DOT hazardous material shipping regulations. 26 Paint shall be delivered to the job site in the manufacturer's original unopened 27 containers with the original manufacturer's label legible and intact. Paint will be rejected 28 if the container has a puncture, or if the lid shows signs of paint leakage. Each 29 container shall be filled with paint and sealed airtight. Each container shall be filled with ' 30 the amount of paint required to yield the specified quantity when measured at 70F. All 31 paint shall be shipped in new suitable containers having a capacity not greater than five 32 gallons. vii 33 34 6-07.3(6)B Paint Storage 35 Paint materials shall not be used or stored on site after the shelf life expiration date. r 36 37 Paint material shipping, handling and storage shall conform to Sections 1-06.4 and 9- 38 08.1(4) and the following requirements: iii 39 40 1. Paint materials shall be stored in the manufacturer's original containers in a 41 weather-tight space where the temperature is maintained within the storage 42 temperature range recommended by the paint manufacturer, but in no case 43 where the temperature is lower than 40F or greater than 100F. ii 45 2. The Contractor shall monitor the paint material storage facility with a high-low 46 recording thermometer device. 47 48 3. The paint material storage facility shall be separate from the storage facilities si 49 used for storing painting equipment and used for storing containment waste 50 and construction generated waste. - 51 Ili iii 71 iii 1 6-07.3(7) Paint Sampling and Testing 2 The Contractor shall provide the Engineer one quart of each paint and each thinner 3 representing each lot Samples shall be accompanied with a Material Safety Data Sheet 4 and a paint drawdown sample. 5 „i, 6 If the quantity of paint required for each component of the paint system for the entire 7 project is 20 gallons or less, then the paint system components will be accepted as 8 specified in Section 9-08.1(7)with a paint draw down sample. 9 10 Sampling and testing performed by the Contracting Agency shall not be construed as 11 determining or predicting the performance or compatibility of the individual paint, or the 12 completed paint system. 13 14 6-07.3(8) Equipment 15 16 6-07.3(8)A Paint Film Thickness Measurement Gages 17 Paint dry film thickness measurements shall be performed with either a Type 1 pull off 18 gage or a Type 2 electronic gage as specified in SSPC Paint Application Specification 19 No. 2 Measurement of Dry Paint Thickness with Magnetic Gages. 20 21 Paint wet film thickness measurement gages shall be stainless steel with notches +r. 22 graduated in 1 mil increments. 23 24 6-07.3(9) Painting New Steel Structures 25 All materials classified as non-galvanized structural steel shall be painted with a three- 26 coat paint system as specified in Section 6-07.3(9)A. The primer coat shall be shop 27 applied. The intermediate and top coats shall be field applied after erection and 28 following any primer coating repair operations. 29 30 Steel surfaces embedded in concrete, and faying (contact) surfaces of bolted 31 connections (including all surfaces internal to the connection and all filler plates) shall """" 32 receive the primer coat only. Stainless steel surfaces are not required to be painted. 33 Welded shear connectors are not required to be painted except for the weld area. 34 its 35 Temporary attachments or supports for scaffolding or forms shall not damage the paint 36 system. 37 +� 38 6-07.3(9)A Paint System 39 The paint system applied to new steel surfaces shall consist of the following: 40 41 Primer Coat: Section 9-08.1(2)C 42 Intermediate Coat: Section 9-08.1(2)G 43 Top Coat Section 9-08.1(2)H err - 45 The Contractor shall select a primer coat, intermediate coat, and top coat from the 46 approved products listed in the current Qualified Products List, with all products selected 47 for a system produced by the same manufacturer. The paint system selected shall be 48 used throughout the entire structure. 49 50 Paint formulations to be used on faying surfaces shall be Class B coatings with a mean ON 51 slip coefficient not less than 0.50. The slip coefficient shall be determined by testing in .rr s,• 72 1 1 accordance with "Test Method to Determine the Slip Coefficient for Coatings Used in 2 Bolted Joints" as adopted by the Research Council on Structural Connections. 3 ale 4 6-07.3(9)B Paint Color 5 Each successive coat shall be a contrasting color to the previously applied coat. The 6 color of the top coat shall be as specified in the Plans or Special Provisions, and shall la 7 conform to Section 9-08.1(8). 8 9 6-07.3(9)C Mixing and Thinning Paint • 10 Paint shall be mixed in accordance with the manufacturer's written recommendations to 11 a smooth, lump-free consistency. Mixing shall be done, to the extent possible, in the 12 original containers and shall be continued until all of the metallic powder or pigment is in ' 13 suspension. The mixed paint shall be kept under continuous agitation up to and during 14 the time of application. 15 16 6-07.3(9)D Coating Thickness 17 Dry film thickness shall be measured in accordance with SSPC Paint Application 18 Specification No 2 Measurement of Dry Paint Thickness with Magnetic Gages. 19 1 20 The dry film thickness for the primer coat shall not be less than 2.5 mils nor greater than 21 the paint manufacturer's maximum recommended thickness. 22 23 The minimum dry film thickness for the intermediate coat shall be 3.5 mils. 24 The minimum dry film thickness for the top coat shall be 1.0 mil. 25 26 If the specified number of coats does not produce a combined dry film thickness of at 27 least the sum of the thicknesses required per coat, the Contractor shall apply another 28 full coat of the top coat of paint. The dry film thickness shall not be thicker than the 29 paint manufacturer's recommended maximum thickness. 30 31 6-07.3(9)E Surface Temperature Requirements Prior to Application of Paint 32 For application of the paint system, the temperature of the steel surface shall be greater 33 than 40F and less than 115F. 34 • 35 6-07.3(9)F Shop Surface Cleaning and Preparation 36 A roughened surface profile shall be provided by an abrasive blasting procedure as 37 approved by the Engineer. The profile shall be one mil minimum or in accordance with 38 the paint manufacturer's recommendations, whichever is greater. The entire steel 39 surface to be painted shall be cleaned to a near white condition in accordance with 40 SSPC-SP 10 and shall be in this condition immediately prior to paint application. 41 42 6-07.3(9)G Application of Shop Primer Coat 43 After receiving the Engineer's approval of the prepared surface, the primer shall be 44 applied so as to produce a uniform, even coating that has fully bonded with the metal._ r 45 Primer shall be applied with the spray nozzles and pressures recommended by the 46 manufacturer of the paint system, so as to attain the film thicknesses specified. 47 48 Top flange surfaces to be embedded in concrete shall receive a mist coat of the 49 specified primer. Welded shear connectors, if installed in the shop, shall not receive II: 50 paint except for incidental overspray. If the welded shear connectors are to be placed in 51 the field, the area to be welded shall be prepared to SSPC-SP 11 power tool cleaning 73 1 just prior to welding. After welding, the ground area and the weld shall be cleaned to 2 SSPC-SP 11 and primed. 3 4 The Contractor shall provide access to the steel to permit inspection as approved by the 5 Engineer.The access shall not mar or damage any freshly painted surfaces. 6 7 High strength field bolts shall not be painted before erection. 8 9 6-07.3(9)H Containment for Field Coating Iwo 10 The Contractor shall use a containment system in accordance with Section 6-07.3(10)A. 11 12 6-07.3(9)1 Application of Field Coatings 13 All uncoated areas shall receive a field primer coat of an organic zinc paint selected 14 from the same approved paint system and paint manufacturer as the other paint for the 15 structure. The intermediate and top coats shall be applied in accordance with the 16 manufacturer's written recommendations. 17 18 The minimum drying time between coats shall be as shown in the approved product 19 data sheets, but not less than 12 hours. The Contractor shall determine if the paint has 20 cured sufficiently for proper application of succeeding coats. 21 22 The maximum time between intermediate and top coats shall be in accordance with the 23 manufacturer's written recommendations. If the maximum time between coats is 24 exceeded, all newly coated surfaces shall be prepared to SSPC-SP 7 brush-off blast 25 cleaning and shall be re-painted with the same paint that was cleaned at no additional 26 cost to the Contracting Agency. 27 28 Dry film thickness measurements will be made in accordance with Section 6-07.3(9)D. . • 29 30 All paint damage that occurs shall be repaired in accordance with the manufacturer's 31 written recommendations and as approved by the Engineer. On bare areas or areas of 32 insufficient primer thickness, the repair shall include the application of the field applied 33 organic zinc primer system, and the final two coats of the paint system. On areas where 34 the primer is at least equal to the minimum required dry film thickness, the repair shall 35 include the application of the final two coats of the paint system. All paint repair 36 operations shall be performed by the Contractor at no additional cost or time to the 37 Contracting Agency. 38 39 6-07.3(10) Painting Existing Steel Structures 40 Painting existing steel structures includes providing containment, cleaning, preparing 41 the surface, painting metal surfaces and disposal of generated waste. Painting of 42 existing steel structures shall be done in the following sequence: 43 44 1. Containment. 45 46 2. Bird guano, fungus and vegetation removal. 47 48 3. Dry cleaning. 49 50 4. Surface preparation. 51 52 5. Treatment of pack rust and gaps. ; . 74 1 2 6. Paint system application. 3 4 6-07.3(10)A Containment 5 The containment system shall be in accordance with SSPC Technology Guide No 6 6 Guide for Containing Surface Preparation Debris Generated During,Paint Removal 7 Operations Class 2. The Contractor shall protect the surrounding environment from all 8 debris or damage resulting from the Contractor's operations. 9 10 The containment length shall not exceed the length of a span (defined as pier to pier). 11 The containment system shall not cause any damage to the existing structure. All 12 clamps and other attachment devices shall be padded or designed such that they shall 13 not mark or otherwise damage the steel member to which they are attached. All clamps 14 and other attachment devices shall be fully described in the Contractor's painting plan 15 submittal as approved by the Engineer. Field welding of attachments to the existing 16 structure will not be allowed. The Contractor shall not drill holes into the existing i► 17 structure or through existing structural members except as shown in the Contractor's 18 painting plan submittal as approved by the Engineer. All provisions for dust collection, 19 ventilation and auxiliary lighting within the containment system shall be fully described Dili 20 the Contractor's painting plan submittal as approved by the Engineer. 21 22 The containment system shall be capable of being removed rapidly in case of high 23 winds. The Engineer will make the final determination on whether operations shall 24 cease. 25 26 Emissions shall be limited to the Level 2 Emissions standard in SSPC Technology 27 Guide No. 6 Section 5.5 and assessed by Method A Visible Emissions. If failure to the 28 containment system occurs or if signs of failure to the containment system are present, 29 the Contractor shall stop work immediately. Work shall not resume until the failure has 30 been corrected to the satisfaction of the Engineer. 31 32 The containment system shall not be removed until all cleaned and painted surfaces id 33 have been inspected and approved by the Engineer. 34 35 Prior to beginning work each day, all containment systems shall be inspected by the 36 Contractor to verify they are in place and functioning properly. Any necessary 37 maintenance to restore full function shall be completed prior to beginning work. 38 39 6-07.3(10)B Bird Guano, Fungus and Vegetation Removal. 40 Bird guano and bird nesting materials shall be removed in the dry. Following dry 41 removal, the Contractor shall apply a treatment solution in accordance with Section 9- 42 08.5(1), followed by hand scrubbing, and rinsing with water in accordance with Section 43 9-08.5(3). The bird guano, bird nesting materials and the treatment solution shall be 44 contained and collected. 45 46 The Contractor shall treat all areas of fungus growth and vegetative growth. The 47 Contractor shall apply a treatment solution in accordance with Section 9-08.5(2) to the 48 fungus areas for a period recommended by the solution manufacturer or as specified by 49 the Engineer, but in no case less than five minutes. The fungus, vegetative growth and 50 the treatment solution shall be contained and collected. 51 75 ,, 1 Bird guano, bird nesting materials, fungus and vegetative growth shall be disposed of at 2 a land disposal site approved by the Engineer. The Contractor shall provide the 3 Engineer with one copy of the disposal receipt, which shall include a description of the 4 disposed material. 5 6 6-07.3(10)C Dry Cleaning 7 Dry cleaning shall include removal of accumulated dirt and debris on the surfaces to be 8 painted. Collected dirt and debris shall be disposed of at a land disposal site approved 9 by the Engineer. The Contractor shall provide the Engineer with one copy of the 10 disposal receipt, which shall include a description of the disposed material. 11 12 6-07.3(10)D Surface Preparation prior to Overcoat Painting 13 The Contractor shall remove any visible oil, grease, and road tar in accordance with 14 SSPC SP1. 15 .. 16 Following any preparation by SSPC-SP1, all steel surfaces to be painted shall be 17 prepared in accordance with either SSPC-SP 12 WJ-4/LP WC water jetting surface 18 cleaning, or SSPC-SP 7 brush-off blast cleaning. Surfaces inaccessible to water jetting +�. 19 or brush-off blast shall be prepared in accordance with SSPC-SP 15 commercial grade 20 power tool cleaning, as allowed by the Engineer. 21 ,,, 22 Following water jetting or brush-off blast cleaning, the Contractor shall perform spot 23 abrasive blast cleaning in accordance with SSPC-SP 6 commercial blast cleaning. Spot 24 abrasive blast cleaning shall be performed in such a manner that the adjacent areas of 25 work are protected from damage. Areas exhibiting coating failure down to the steel 26 substrate, and which exhibit visible corrosion, shall be prepared down to clean bare 27 steel in accordance with SSPC-SP 6. Exposed steel areas that have average exposed 28 diameter less than 1-1/2 inches and no other similar area closer than 4 inches, do not 29 require spot abrasive blast cleaning or edge feathering, unless required by the 30 Engineer. The Contractor shall provide a sharp angular surface profile by an abrasive 31 blasting procedure as approved by the Engineer. The profile shall be one mil minimum, 32 or in accordance with the paint manufacturer's recommendations, whichever is greater. 33 For small areas as allowed by the Engineer, the Contractor may substitute cleaning in 34 accordance with SSPC-SP 11 power tool cleaning. The prepared area shall extend at no 35 least 2 inches into adjacent tightly adhering, intact coating. 36 37 Following spot abrasive blast cleaning of exposed steel surfaces, edges of tightly ••• 38 adherent coating remaining shall be feathered so that the recoated surface has a 39 smooth appearance. Water jetting shall be performed with water conforming to Section 40 9-08.5(3). Immediately prior to painting, the Contractor shall clean all steel surfaces and 41 staging areas with dry, oil-free compressed air conforming to ASTM D 4285. 42 43 6-07.3(10)E Surface Preparation - Full Paint Removal 44 For structures where full removal-of existing paint is specified, all steel surfaces to be 45 painted shall be prepared in accordance with SSPC-SP 10 near-white metal blast 46 cleaning. Surfaces inaccessible to near-white metal blast cleaning shall be prepared in 47 accordance with SSPC-SP 11 power tool cleaning to bare metal, as allowed by the 48 Engineer. 49 50 6-07.3(10)F Collecting, Testing and Disposal of Containment Waste 51 The sealed waste containers shall be labeled as required by State and Federal laws. All 52 confined materials shall be collected and secured in sealed containers at the end of qu. 76 a 1 each shift or daily at a minimum to prevent the weight of the confined materials from 2 causing failure to the containment system. The sealed waste containers shall be stored 3 in accordance with Section 1-06.4, the painting plan as approved by the Engineer, and Ili 4 the following requirements: 5 6 1. The containers shall be stored on an impermeable surface that accommodates 7 sweeping or vacuuming. 8 9 2. Landside storage of the containers shall be at an elevation above the ordinary 10 high water level (OHWL) elevation. The container storage area shall not be in 11 a storm water runoff course and shall not be in an area of standing water. 12 13 3. The container storage area shall be fenced, secured site, separate from the mis 14 storage facilities for paint materials and paint equipment. 15 16 4. The containers shall not be stored at the on-site landside storage site for r 17 longer than 90 calendar days. 18 19 All material collected by and removed from the containment system shall be taken to a 20 landside staging area, provided by the Contractor and approved by the Engineer, for 21 further processing and storage prior to transporting for disposal. Handling and storage 22 of material collected by and removed from the containment system shall conform to a 23 Section 1-06.4. Storage of containment waste materials shall be in a facility separate 24 from the storage facilities used for paint materials and paint equipment. 25 26 Containment waste is defined as all paint chips and debris removed from the steel 27 surface, and all abrasive blast media, as contained by the containment system. After all 28 waste from the containment system has been collected, the Contractor shall have a 29 minimum of three samples of the wastes tested by an accredited analytical laboratory. NI 30 Each sample shall be taken from a different storage container unless directed otherwise 31 by the Engineer. 32 33 The debris shall be tested for metals using the Toxicity Characteristics Leaching 34 Procedure (TCLP), EPA Methods 1311 and 6010. At a minimum, the materials to be 35 analyzed shall include Arsenic, Barium, Cadmium, Chromium Coppers, Lead, Mercury, 36 Nickel, Selenium, Silver and Zinc. 37 38 If the average of the tested samples is at or above all threshold limits as stated in the 39 Dangerous Waste Regulation, Chapter 173-303 WAC, the containment waste will be 40 designated as "Dangerous Waste" and shall be disposed of at a permitted hazardous 41 waste repository. If the average of the tested samples is below the threshold limits, the 42 containment waste will be designated as "Solid Waste" and shall be disposed at a 43 permitted sanitary landfill that will accept the waste. Disposal shall be in accordance 44__..._. __._ _with_.Chapter 173-303_WAC_for_waste designated "Dangerous Waste" or. "Extremely 45 Hazardous Waste" and in accordance with Chapter 173-304 WAC for waste designated ei 46 as"Solid Waste". 47 48 The Contractor shall supply two copies of the transmittal documents or bill of lading ,irk 49 listing the waste material shipped from the construction site to the waste disposal site. 50 One copy of the shipment list shall show the signature of the Engineer and shall have c 51 the waste site operator's confirmation for receipt of the waste. 52 77 1 In the event that the containment wastes are designated as "Dangerous Wastes" or 2 "Extremely Hazardous Waste" under Chapter 173-303 WAC, the Contracting Agency e.. 3 will provide to the Contractor the appropriate EPA identification number. 4 5 Unless noted otherwise a waste site will not be provided by the Contracting Agency for 6 the disposal of excess materials and debris. 7 8 The Contractor shall submit one copy of all TCLP results to the Engineer. 9 10 The Contractor shall submit waste disposal documentation to the Engineer within 15 11 working days of each disposal. This documentation shall include the quantity and type 12 of waste disposed of with each disposal shipment. 13 14 6-07.3(10)G Treatment of Pack Rust and Gaps 15 Pack rust is defined as the condition where two or more pieces of steel fastened ',' 16 together by rivets or bolts have been pressed apart by crevice corrosion caused by the 17 build up of corrosion products at the interface of the steel pieces. 18 19 Pack rust forming a gap between steel surfaces of 1/16 inch or greater shall be cleaned 20 to a depth of one half of the gap width, up to a maximum of 1/4 inch. The cleaned gap 21 shall be treated with rust penetrating sealer, and caulked to form a watertight seal along 22 the top edge and the two sides of the steel pieces involved, using the rust penetrating 23 sealer and caulk as approved by the Engineer. The bottom edge or lowest edge of the 24 steel pieces involved shall not be caulked. .W 25 26 The type of rust penetrating sealer and caulk used shall be compatible with the paint 27 system used and shall be applied in accordance with the rust penetrating sealer and 28 caulk manufacturer's instructions. 29 30 When caulking joints where only one steel piece edge is exposed, a fillet of caulk shall 31 be formed which is not less than 1/8 inch or the width of the pack rust gap. The fillet is • '"'' 32 not required where there is no separation of the steel pieces due to pack rust. 33 34 At locations where gaps between steel surfaces exceed 1/4 inch, the Contractor shall fill �. 35 the gap with foam backer rod material and sealant as approved by the Engineer. The 36 foam backer rod material shall be of sufficient diameter to fill the crevice or gap. The 37 Contractor shall apply sealant over the foam backer rod material to form a watertight 38 seal. 39 40 6-07.3(10)H Paint System 41 The paint system applied to new steel surfaces shall consist of the following five coat 42 system: 43 44 -_ --._ ..__ Primer Stripe Coat: Section 9-08.1(2)F 45 Primer Coat: Section 9-08.1(2)F 46 Intermediate Stripe Coat: Section 9-08.1(2)G 47 Intermediate Coat: Section 9-08.1(2)G 48 Top Coat Section 9-08.1(2)H 49 50 The Contractor shall select a primer coat, intermediate coat, and top coat from the 51 approved products listed in the current Qualified Products List. Once a paint system 52 has been selected, all paints in that system shall be from the same manufacturer. Only e• 78 �?a a 1 one paint system from a singular manufacturer shall be used throughout the project, 2 unless otherwise approved in writing by the Engineer. The Contractor shall not change 3 to a different paint system once the initial paint system has been applied to any portion irr 4 of the bridge, unless otherwise approved in writing by the Engineer. 5 6 6-07.3(10)1 Paint Color 7 Each successive full coat shall be a contrasting color to the previously applied full coat. 8 Stripe coat colors may match the full coats. The color of the top coat shall be as 9 specified in the Plans or Special Provisions, and shall conform to Section 9-08.1(8). 10 Tinting shall occur at the factory at the time of manufacture and placement in 11 containers, prior to initial shipment. Application site tinting will not be allowed except as 12 otherwise approved by the Engineer. 13 14 6-07.3(10)J Mixing and Thinning Paint 15 The Contractor shall thoroughly mix paint by mechanical means to ensure a uniform 16 composition. Paint shall not be mixed by means of air stream bubbling or boxing. Paint 17 shall be mixed in the original containers and mixing shall continue until all pigment or 18 metallic powder is in suspension. Care shall be taken to ensure that the solid material 19 that has settled to the bottom of the container is thoroughly dispersed. After mixing, the 20 Contractor shall inspect the paint for uniformity and to ensure that no unmixed pigment 21 or lumps are present. 22 23 Catalysts, curing agents, hardeners, initiators, or dry metallic powders which are 24 packaged separately may be added to the base paint in accordance with paint 25 manufacturer's written recommendations and only after the paint is thoroughly mixed to 26 achieve a uniform mixture with all particles wetted. The Contractor shall then add the 27 proper volume of curing agent to the correct volume of base and mix thoroughly. The 28 mixture shall be used within the pot life specified by the manufacturer. Unused portions 29 shall be discarded at the end of each work day. 30 31 The Contractor shall not add additional thinner at the application site except as 32 approved by the Engineer. The amount and type of thinner, if allowed, shall conform to EN 33 the manufacturer's specifications. 34 35 When recommended by the manufacturer, the Contractor shall constantly agitate paint 36 during application by use of paint pots equipped with mechanical agitators. 37 38 The Contractor shall strain all paint after mixing to remove undesirable matter, but ei 39 without removing the pigment or metallic powder. 40 41 Paint shall be stored and mixed in a secure, contained location to eliminate the potential i 42 for spills into State waters, and onto the ground and highway surfaces. 43 44 6-07.3(10)K Coating Thickness 45 The minimum wet film thickness of each coat (primer, intermediate, top, and all stripe 46 coats)shall be sufficient to achieve a dry film thickness of at least 3.0 mils. 47 48 If the specified number of coats does not produce a combined dry film thickness of at 49 least the sum of the thicknesses required per coat, the Contractor shall apply another 50 full coat of the top coat of paint. The dry film thickness shall not be thicker than the 51 paint manufacturer's recommended maximum thickness. 52 r 79 i 1 Film thickness, wet and dry, will be measured by gages conforming to Section 6- 2 07.3(8)A. Wet measurements will be taken immediately after the paint is applied. Dry �. 3 measurements will be taken after the coating is dry and hard. 4 5 Each painter shall be equipped with a wet film thickness gauge, and shall be 6 responsible for performing frequent checks of the paint film thickness throughout 7 application. 8 9 Coating thickness measurements may be made by the Engineer after the application of 10 each coat and before the application of the succeeding coat. In addition, the Engineer 11 may inspect for uniform and complete coverage and appearance. One hundred percent 12 of all thickness measurements shall be the minimum wet film thickness specified in this 13 Section. Wet film thickness measurements will be made in accordance with ASTM D 14 4414. In areas where wet film thickness measurements are impractical, dry film 15 thickness measurements will be made as specified in Section 6-07.3(8)A. 16 17 If thickness measurements or visual inspection of coverage do not meet the specified 18 minimum, the Contractor shall make additional applications, as necessary, to achieve 19 thickness and coverage requirements. If a question arises about an individual coat 20 thickness or coverage, it will be verified by the use of a Tooke gauge in accordance with 21 ASTM D 4138. If the Tooke gage shows a coat thickness to be less than a minimum dry 22 film thickness of 3.0 mils or indicates a missing intermediate coat, the total paint system 23 will be rejected, even if the thickness of the total system equals or exceeds the total 24 thickness specified. 25 26 6-07.3(10)L Environmental Condition Requirements Prior to Application of 27 Paint 28 Paint shall be applied only during periods when: 29 30 1. Air temperature and paint temperature are between 35F and 115F. 31 air 32 2. Steel surface temperature is between 35F and 115F. 33 34 3. Steel surface does not show wet drops and is not wet. 35 36 4. Relative humidity is within the manufacturer's recommended range. 37 .r. 38 5. The anticipated ambient temperature will remain above 35F during the paint 39 drying period. 40 41 Application will not be allowed if conditions are not favorable for proper application and 42 performance of the paint. 43 44 - - --Paint shall not be applied when weather conditions are unfavorable to proper curing. If 45 a paint system manufacturer's recommendations allow for application of a paint under 46 environmental conditions other than those specified, the Contractor shall submit a letter 47 from the paint manufacturer specifying the environmental conditions under which the 48 paint can be applied. Application of paint under environmental conditions other than 49 those specified in this Section will not be allowed without the Engineer's approval. 50 ell Via .• 80 1 6-07.3(10)M Steel Surface Condition Requirements Prior to Application of 2 Paint 3 The steel surface to be painted shall be free of moisture, dirt, dust, grease, oil, loose, 4 peeling or chalky paint, abrupt paint edges, salts, rust, mill scale, and other foreign 5 matter and substances that would prevent the bond of the succeeding application. The 6 Contractor shall protect freshly painted surfaces from contamination by abrasives, dust, 7 or foreign materials from any other source. The Contractor shall prepare contaminated 8 surfaces to the satisfaction of the Engineer before applying additional paint. 9 triA 10 Prepared surfaces shall be kept clean at all times, before painting and between coats. 11 12 Edges of existing paint shall be feathered in accordance with SSPC-PA 1, Note 16.9. 13 14 6-07.3(10)N Field Coating Application Methods 15 The Contractor shall apply paint materials by air or airless spray, brush, roller, any 16 combination of these methods, or as recommended by the paint manufacturer, unless 17 otherwise specified. Spray application of the paint shall be accomplished with spray 18 nozzles and at pressures as recommended by the paint manufacturer to ensure 19 application of paint at the specified film thickness. Regardless of the primary paint 20 application method, the Contractor shall use brushes to apply the stripe coat, to ensure 21 complete coverage around structural geometric irregularities, and to push the paint into 22 gaps between existing steel surfaces and around rivets and bolts. All application rift 23 techniques shall conform to Section 7, SSPC-PA 1. Painters using brushes shall work 24 from pails containing a maximum of two gallons of paint. This is intended to minimize 25 the impact of any spill. 26 27 6-07.3(10)0 Applying Field Coatings 28 The first coat shall be a primer stripe coat applied to steel surfaces cleaned to bare r 29 metal and defined to receive a stripe coat. The second coat shall be a primer coat 30 applied to all steel surfaces cleaned to bare metal. The third coat shall be an 31 intermediate stripe coat applied to steel surfaces defined to receive a stripe coat. The 32 fourth coat shall be an intermediate coat. The fifth coat shall be the top coat. The 33 intermediate (fourth) and top(fifth) coats shall encapsulate the entire surface area of the 34 structure members specified to be painted. 35 36 Prior to the application of paint the Contractor shall dean the bridge deck surface for the 37 purpose of dust control. 38 39 During painting operations the Contractor shall furnish, install, and maintain drip tarps 40 below the areas to be painted to contain all spilled paint, buckets, brushes, and other 41 deleterious material, and prevent such materials from reaching the environment below 42 or adjacent to the structure being painted. Drip tarps shall be absorbent material and 43 hung to minimize puddling. 44. ...._ ....__. 45 In addition to the requirements of the Specifications, paint application shall conform to: 46 47 1. The best practices of the trade. 48 2. The written recommendations of the paint manufacturer. 49 3. All applicable portions of the SSPC-PA1. 50 51 No primer paint shall be applied to any surface until the surface has been inspected and mit 52 approved by the Engineer. Any area to which primer paint has been applied without the 81 r 1 Engineer's inspection and approval will be considered improperly cleaned. The 2 unauthorized application shall be completely removed and the entire area recleaned to .,�. 3 the satisfaction of the Engineer. After the area has been recleaned, inspected, and 4 approved, the Contractor may again initiate the painting sequence. No additional 5 compensation or extension of time in accordance with Section 1-08.8 will be allowed for ,i„ 6 the removal of any unauthorized paint application and recleaning of the underlying 7 surface. 8 9 All steel surfaces cleaned to bare metal by abrasive blast cleaning shall receive the 10 primer coat within the same working day as the completion of the abrasive blast 11 cleaning, and before any rust begins to form. Each successive coat shall be applied as 12 soon as possible over the previous coat, accounting for drying time of the preceding 13 coat, weather, atmospheric temperature and other environmental conditions, and the 14 paint manufacturer's recommendations. Each coat shall be dry before recoating, and 15 shall be sufficiently cured so that succeeding or additional coats may be applied without �. 16 causing damage to the previous coat. Recoat times shall be as shown in the paint 17 manufacturer's recommendations, but not less than 12 hours. Revision of recoat times 18 to other than recommended by the paint manufacturer requires the approval of the — 19 Engineer. If the maximum time between coats is exceeded, all affected areas shall be 20 prepared to SSPC-SP 7 brush-off blast cleaning and recoated with the Contract 21 specified system at no additional expense or time to the Contracting Agency. •• 22 23 Each coat shall be applied in a uniform layer, completely covering the preceding coat. 24 Individual coats shall be tinted a sufficiently different shade so that each coat can be 25 easily detected. The Contractor shall correct runs, sags, skips, or other deficiencies •• 26 before application of succeeding coats. Such corrective work may require recleaning, 27 application of additional paint, or other means as determined by the Engineer at no 28 additional cost to the Contracting Agency. — 29 30 If fresh paint is damaged by the elements, the Contractor shall replace or repair the 31 paint to the satisfaction of the Engineer at no additional cost to the Contracting Agency. 32 33 Prior to applying the primer or intermediate coats, the Contractor shall apply a primer or 34 intermediate stripe coat, respectively, on all edges, corners, seams, crevices, interior 35 angles, junction of joint members, rivet or bolt heads, nuts and threads, weld lines, and 36 any similar surface irregularities. The full primer coat may be applied prior to the primer 37 stripe coat to prevent flash rusting of the cleaned surfaces, if approved by the Engineer. 38 The coverage of each stripe coat shall extend at least one inch beyond the irregular 39 surface. The stripe coat shall be of sufficient thickness to completely hide the surface 40 being covered and shall be followed as soon as practical by the application of the primer 41 or intermediate coat to its specified thickness. 42 43 If the primer coat leaves unsealed cracks or crevices, these shall be sealed with single 44.. component urethane sealant conforming to Section 9-08.7 (applied in accordance with 45 the manufacturer's recommendations) before the intermediate coat is applied. 46 47 The Contractor shall correct paint deficiencies before application of succeeding coats. 48 Such corrective work may require recleaning, application of additional paint, or other 49 corrective measures in accordance with the paint manufacturer's recommendations and 50 as specified by the Engineer. Such corrective work shall be completed at no additional 51 expense or time to the Contracting Agency. 52 82 F. a 1 Each application of primer stripe, primer, intermediate stripe, intermediate, and top coat 2 shall be considered as separately applied coats, including for the purposes of film 3 thickness and coverage requirements. The Contractor shall not use a preceding or 4 subsequent coat to remedy a deficiency in another coat. The Contractor shall apply the 5 top coat to at least the minimum specified top coat thickness, to provide a uniform 6 appearance and consistent finish coverage, even if the total thickness of the prime and r - 7 intermediate coats is found to exceed the specified total thickness for the primer and 8 intermediate coats. 9 10 If roadway or sidewalk planks lie so close to the metal that they prevent proper cleaning 11 and painting, the Contractor shall remove or cut the planks to provide at least a 1-inch 12 clearance. Any plank removal or cutting shall be done as approved by the Engineer. 13 The Contractor shall replace all planks after painting. If removal breaks or damages the r 14 planks and makes them unfit for reuse, the Contractor shall replace them at no expense 15 to the Contracting Agency. 16 17 6-07.3(10)P Field Coating Repair 18 Paint repair shall conform to SSPC-PA 1. Repair areas shall be cleaned of all damaged 19 paint and the system re-applied using all coats typical to the paint system. Each coat 20 shall be thoroughly dry before applying subsequent coats. Paint repair shall be in 21 accordance with the paint manufacturer's recommendations, and as approved by the 22 Engineer. All paint repair operations shall be performed by the Contractor at no a 23 additional cost or time to the Contracting Agency. 24 25 6-07.3(10)Q Cleanup I 26 Cleaning of equipment shall not be done in State waters nor shall resultant cleaning 27 runoff be allowed to enter State waters. No paint cans, lids, brushes, or other debris 28 shall be allowed to enter State waters. Solvents, paints, paint sludge, cans, buckets, Ili 29 rags, brushes, and other waste associated with this project shall be collected and 30 disposed of off site. Paint products, petroleum products or other deleterious material 31 shall not be wasted into, or otherwise enter, State waters as a result of project activities. 32 Cleanup of the project site shall conform to Section 1-04.11 and 6-01.12 33 34 6-07.3(11) Painting or Powder Coating of Galvanized Surfaces 35 Galvanized surfaces specified to be coated after galvanizing shall receive either paint in lii 36 accordance with Section 6-07.3(11)A or powder coating in accordance with Section 6- 37 07.3(11)6. The color of the finish coat shall be as specified in the Special Provisions. 38 39 6-07.3(11)A Painting of Galvanized Surfaces 40 All galvanized surfaces receiving paint shall be prepared for painting in accordance with 41 the ASTM D 6386. The method of preparation shall be as agreed upon by the paint i 42 manufacturer and the galvanizer. The Contractor shall not begin painting until receiving 43 the Engineer's approval of the prepared galvanized surface. 44 a 45 Environmental Conditions 46 Steel surfaces shall be: 47 ue 48 • Greater than 35°F and 49 • Less than 115°F 50 al r 83 ilii rrr 1 or in accordance with the manufacturer's recommendations, whichever is more 2 stringent. 3 4 The Contractor shall paint the dry surface as follows: 5 Paint Type Name First Coat Section 9-08.1(2)E Epoxy polyamide Second Coat Section 9-08.1(2)H Moisture Cured Aliphatic Polyurethane 6 7 Each coat shall be dry before the next coat is applied.All coats applied in the shop 8 shall be dried hard before shipment. 9 10 6-07.3(11)B Powder Coating of Galvanized Surfaces 11 Powder coating of galvanized surfaces shall conform to the following requirements: 12 13 Submittals 14 The Contractor shall submit the following information to the Engineer for approval: 15 16 1. The name, location, and contact information (mail address, phone, and e- 17 mail)for the firm performing the powder coating operation. 18 19 2. Quality control (QC) programs established and followed by the firm 20 performing the powder coating operation. Forms to document inspection 21 and testing of coatings as part of the QC program shall be included in the 22 submittal. 23 24 3. Project specific powder coating plan, including identification of the powder 25 coating materials used (and manufacturer), and specific cleaning, surface 26 preparation, pre-heating, powder coating application, curing, shop and 27 field coating repair, handling, and storage processes to be taken for the 28 assemblies being coated for this project. r■ 29 30 4.- Product data and MSDS sheets for all powder coating and coating repair 31 materials. 32 33 Galvanizing 34 Prior to the galvanizing operation, the Contractor shall identify to the galvanizer the 35 specific assemblies and surfaces receiving the powder coating after galvanizing, to 36 ensure that the galvanizing method used on these assemblies is compatible with 37 subsequent application of a powder coating system. Specifically, such assemblies 38 shall-neither- be water-quenched, nor receive a chromate conversion coating, as 39 part of the galvanizing operation. 40 41 Galvanized Surface Cleaning and Preparation 42 Galvanized surfaces receiving the powder coating shall be cleaned and prepared 43 for coating in accordance with ASTM D 6386, and the project specific powder 44 coating plan as approved by the Engineer. 45 84 a 1 Assemblies conforming to the ASTM D 6386 definition for newly galvanized steel 2 shall receive surface smoothing and surface cleaning in accordance with ASTM D 3 6386 Section 5, and surface preparation in accordance with ASTM D 6386 Section Ili 4 5.4.1. 5 6 Assemblies conforming to the ASTM D 6386 definition for partially weathered 7 galvanized steel shall be checked and prepared in accordance with ASTM D 6386 8 Section 6, before then receiving surface smoothing and surface cleaning in 9 accordance with ASTM D 6386 Section 5, and surface preparation in accordance 10 with ASTM D 6386 Section 5.4.1. oil 11 12 Assemblies conforming to the ASTM D 6386 definition for weathered galvanized 13 steel shall be prepared in accordance with ASTM D 6386 Section 7, before then 14 receiving surface smoothing and surface cleaning in accordance with ASTM D 15 6386 Section 5 and surface preparation in accordance with ASTM D 6386 Section 16 5.4.1. 17 18 The Contractor shall notify the Engineer of all surface cleaning and preparation 19 activities, and shall provide the Engineer opportunity to perform quality assurance 20 inspection, in accordance with Section 1-05.6, at the completion of surface cleaning 21 and preparation activities prior to beginning powder coating application. 22 23 Powder Coating Application and Curing 24 After surface preparation, the two component powder coating shall be applied in 25 accordance with the powder coating manufacturer's recommendations, the project 26 specific powder coating plan as approved by the Engineer, and as follows: 27 28 1. Pre-heat. The pre-heat shall be sufficient to prevent pin holes from 29 forming in the finished coating system. • 30 31 2. Apply the epoxy primer coat, followed by a partial cure. 32 33 3. Apply the polyester finish coat, followed by the finish cure. 34 35 Testing 36 The firm erformin the p g powder coating operation shall conduct, or make 37 arrangements for, QC testing on all assemblies receiving powder coating for this 38 project, in accordance with the powder coating firm's QC program as documented 39 in item 2 of the Submittal subsection above. Testing may be performed on coated 40 surfaces of production fabricated items, or on a representative test panel coated 41 alongside the production fabricated items being coated. There shall be a minimum 42 of one set of tests representing each cycle of production fabricated items coated 43 and cured. Additional tests shall be performed at the request of the Engineer. 44 _Repair__ of _damaged. coatings on . production fabricated .items shall be the 45 responsibility of the firm applying the powder coating, and shall be in accordance 46 with the project specific powder coating plan as approved by the Engineer. At a 47 minimum, the QC testing shall test for the following requirements: 48 49 1. Visual inspection for the presence of coating holidays, and other 50 unacceptable surface imperfections. 51 rf 85 1 2. Coating thickness measurement in accordance with Section 6-07.3(5). 2 The minimum thickness of the epoxy primer coating and polyester finish 3 coating shall be 3 mils each. 4 5 3. Hardness testing in accordance with ASTM D 3363, with the finish coat 6 providing a minimum hardness value of H. 7 8 4. Adhesion testing in accordance with ASTM D 4541 for 400 psi minimum 9 adhesion for the complete two component coating system. 10 11 5. Powder Coating Institute (PCI) #8 recommended procedure for solvent 12 cure test. 13 14 The results of the QC testing shall be documented in a QC report, and submitted to 15 the Engineer for approval. - 16 17 The Engineer shall be provided notice and access to all assemblies at the powder 18 coating facility for the purposes of Contracting Agency acceptance inspection, 19 including notice and access to witness all hardness and adhesion testing performed 20 by the firm conducting the QC testing, in accordance with Section 1-05.6. 21 22 Assemblies not meeting the above requirements will be subject for rejection by the 23 Engineer. Rejected assemblies shall be repaired or re-coated by the Contractor, at 24 no additional expense to the Contracting Agency, in accordance with the project 25 specific powder coating plan as approved by the Engineer until the assemblies 26 satisfy the acceptance testing requirements. 27 28 Assemblies shall not be shipped from the powder coating firm's facility to the 29 project site until the Contractor receives the Engineer's approval of the QC Report 30 and assembly inspection performed by the Engineer. 31 32 Coating Protection For Shipping,Storage, and Field Erection 33 After curing and acceptance, the Contractor shall protect the coated assemblies 34 with multiple layers of bubble wrap, or other protective wrapping materials specified 35 in the project specific powder coating plan as approved by the Engineer. 36 37 During storage and shipping, each assembly shall be separated from other 38 assemblies by expanded polystyrene spacers and other spacing materials specified as 39 in the project specific powder coating plan as approved by the Engineer. 40 41 After erection, all coating damage due to the Contractor's shipping, storage, 42 handling, and erection operations shall be repaired by the Contractor, at no 43 additional expense to the Contracting Agency, in accordance with the project 44 specific powder coating plan as._approved..by the Engineer. The Contractor shall_.._. • 45 provide the Engineer access to all locations of all powder coated members for 46 verification of coating conditions prior to and following all coating repairs. 47 48 6-07.3(12) Painting Ferry Terminal Structures 49 Ferry terminal structures shall be painted as specified in the Special Provisions. 50 51 6-07.3(13) Painting Timber Structures 52 Timber structures shall be painted as specified in the Special Provisions. ss 86 a 1 2 6-07.4 Measurement 3 Cleaning, sealing and caulking pack rust will be measured by the linear foot along the 4 edge of the steel connection interface cleaned, sealed and caulked. 5 6 Spot abrasive blast cleaning of steel surfaces in accordance with Section 6-07.3(10)D iii 7 will be measured by the square foot of surface area to be cleaned to bare metal as 8 specified by the Engineer. 9 10 6-07.5 Payment 11 Payment will be made in accordance with Section 1-04.1, for each of the following bid 12 items that are included in the proposal: 13 14 "Cleaning and Painting- ", lump sum. 15 16 The lump sum contract price for "Cleaning and Painting - " shall be full pay "l 17 for performing the work as specified, including developing all submittals, arranging 18 for and accommodating contact and on-site attendance by the paint manufacturer's 19 technical representative, furnishing and placing all necessary staging and rigging, r 20 furnishing, operating and mooring barges, furnishing and operating fixed and 21 movable work platforms, accommodating Contracting Agency inspection access, 22 conducting the Contractor's quality control inspection program, providing material, 23 labor, tools, and equipment, collecting and storing containment waste, collecting, 24 storing, testing, and disposing of all containment waste not conforming to the 25 definition in Section 6-07.3(10)F, performing all cleaning and preparation of 4 26 surfaces to be painted, applying all coats of paint and sealant, correcting coating 27 deficiencies, completing coating repairs, and completing project site cleanup. 28 29 Progress payments for "Cleaning and Painting - " will be made on a monthly 30 basis and will be based on the percentage of the total estimated area satisfactorily 31 cleaned and coated as determined by the Engineer. Payment will not be made for 32 areas which do not have the specified number of coats for the paint system used, 33 nor for areas which are complete but have repairs outstanding. 34 35 "Cleaning, Sealing and Caulking Pack Rust", per linear foot. wii< 36 37 The unit contract price per linear foot for "Cleaning, Sealing and Caulking Pack 38 Rust" shall be full pay for performing the work as specified, including cleaning out 39 the pack rust, preparing the gap for the rust penetrating sealer and caulk, and 40 applying the rust penetrating sealer and caulk. 41 42 "Spot Abrasive Blast Cleaning", per square foot. 43 44 The unit contract price per square foot for"Spot Abrasive Blast Cleaning" shall be 45 full pay for performing the spot abrasive blast cleaning work in accordance with 46 Section 6-07.3(10)D. 47 48 "Containment of Abrasives", lump sum. 49 50 The lump sum contract price for "Containment of Abrasives" shall be full payment 51 for all costs incurred by the Contractor in complying with the requirements as a a 87 1 specified in Section 6-07.3(10)A to design, construct, maintain, and remove 2 containment systems for abrasive blasting operations. - 3 4 "Testing and Disposal of Containment Waste", by force account as provided in 5 Section 1-09.6. r 6 7 All costs in connection with testing containment waste, transporting containment 8 waste for disposal, and disposing of containment waste in accordance with Section 9 6-07.3(10)F will be paid by force account in accordance with Section 1-09.6. For 10 the purpose of providing a common proposal for all bidders the Contracting Agency 11 has entered an amount for the item "Testing and Disposal of Containment Waste" in 12 the bid proposal to become part of the total bid by the Contractor. 13 14 Payment for painting new steel structures and painting or powder coating of 15 galvanized surfaces will be in accordance with Sections 6-03.5. Painting of timber • 16 structures will be in accordance with Section 6-04.5. 17 18 SECTION 6-09, MODIFIED CONCRETE OVERLAYS 19 August 3, 2009 20 6-09.3(1)B Rotary Milling Machines 21 This section is revised to read: 22 23 Rotary milling machines shall have a maximum operating weight of 50,000 pounds, and 24 conform to the requirements in Section 1-07.7. 25 26 6-09.3(1)C Hydro-Demolition Machines 27 This section is revised to read: 28 29 Hydro-demolition machines shall consist of filtering and pumping units operating in 30 conjunction with a remote-controlled robotic device, using high velocity water jets to 31 remove 1/2-inch of sound concrete with the simultaneous removal of all deteriorated 32 concrete. Hydro-demolition machines shall also dean any exposed reinforcing steel of 33 all rust and corrosion products. rr 34 35 6-09.3(1)D Shot Blasting Machines 36 This section is revised to read: 37 38 Shot blasting machines shall consist of a self contained mobile unit, using steel abrasive 39 to remove 112-inch of sound concrete. The shot blasting machine shall vacuum and rr 40 store all material removed from the scarified concrete surface into a self contained unit. 41 42 6-09.3(5)A General 43 This section is supplemented with the following: 44 45 Dense, sound areas of existing bridge deck repair material shall be sufficiently scarified 46 to provide one inch minimum clearance to the top of the fresh modified concrete overlay. 47 48 6-09.3(5)E Rotomilling 49 The second sentence is revised as follows: 50 88 a 1 The operating parameters of the rotary milling machine shall be monitored in order to 2 prevent the unnecessary removal of concrete below the 1/2-inch maximum removal 3 depth. 4 5 6-09.3(6) Further Deck Preparation 6 The first paragraph is revised to read: 7 8 Once the lane or strip being overlaid has been cleaned of debris from scarifying, the 9 Contractor, with the Engineer, shall perform an inspection of the completed work, in 10 accordance with ASTM D 4580 Method B except as otherwise noted for concrete 11 surfaces scarified by hydro-demolition, and the Contractor shall mark those areas of the 12 existing bridge deck that are authorized by the Engineer for further deck preparation by 13 the Contractor. When hydro-demolition is used as the method of scarification, the 14 inspection for further deck preparation shall be a visual inspection and shall take place 15 after one pass of the hydro-demolition machine. 16 17 6-09.3(6)B Deck Repair Preparation 18 The second sentence in the first paragraph is revised to read: 19 20 If unsound concrete exists around the top mat of steel reinforcing bars, or if the bond 21 between concrete and top mat of steel is broken, concrete shall be removed to provide 22 a 3/4-inch minimum clearance around the top mat of steel reinforcing bars. 23 24 6-09.3(6)C Placing Deck Repair Concrete 25 The first paragraph is revised to read: 26 27 Deck repair concrete for modified concrete overlays shall be either modified concrete or at: 28 concrete Class M as specified below. 29 30 The third paragraph is deleted. 31 32 The fourth paragraph is revised to read: 33 34 Type 1 deck repairs, defined as deck repair areas with a maximum depth of one-half the 35 periphery of the bottom bar of the top layer of steel reinforcement and not to exceed 12 la 36 continuous inches along the length of the bar, may be filled during the placement of the 37 concrete overlay. 38 39 This section is supplemented with the following: 40 41 Type 2 deck repairs, defined as deck repair areas not conforming to the definition of 42 Type 1 deck repairs, shall be repaired with concrete Class M and wet cured for 42-hours 43 in accordance with Section 6-09.3(13), prior to placing the concrete overlay. During the 44 curing period, all vehicular and foot traffic shall be prohibited on-the-repair area 45 mai 46 6-09.3(8)A Quality Assurance for Microsilica Modified and Fly Ash Modified 47 Concrete Overlays 48 The first sentence in the first paragraph is revised to read: 49 50 The Engineer will perform slump, temperature, and entrained air tests for acceptance in 51 accordance with Section 6-02.3(5)D and as specified in this Section after the Contractor 52 indicates that the concrete is ready for placement. r 89 Sri Yr 1 2 The third paragraph is deleted. .. 3 4 6-09.3(8)B Quality Assurance for Latex Modified Concrete Overlays 5 The following new sentence is inserted as the leading sentence in the second paragraph: 6 7 The Engineer will perform slump, temperature, and entrained air tests for acceptance in 8 accordance with Section 6-02.3(5)D and as specified in this Section. 9 10 The third paragraph is deleted. 11 12 6-09.3(10) Overlay Profile and Screed Rails NO 13 This sections content is deleted. 14 15 This section is supplemented with the following new sub-sections: "'O 16 17 6-09.3(10)A Survey of Existing Bridge Deck Prior To Scarification 18 Prior to beginning the scarifying concrete surface finish work specified under Section 6- 19 09.3(5), the Contractor shall complete a survey of the existing bridge deck(s) specified 20 to receive modified concrete overlay for use in establishing the existing cross section 21 and grade profile elevations. - 22 23 The Contracting Agency will provide the Contractor with primary survey control 24 information consisting of descriptions of two primary control points used for the ,, 25 horizontal and vertical control. Primary control points will be described by reference to 26 the bridge or project specific stationing and elevation datum. The Contracting Agency 27 will also provide horizontal coordinates for the beginning and ending points and for each 28 Point of Intersection (PI) on each centerline alignment included in the project. The 29 Contractor shall provide the Engineer 21-calendar days notice in advance of scheduled 30 concrete surface scarification work to allow the Contracting Agency time to provide the 31 primary survey control information. 32 33 The Contractor shall verify the primary survey control information furnished by the 34 Contracting Agency, and shall expand the survey control information to include 35 secondary horizontal and vertical control points as needed for the project. The 36 Contractor's survey records shall include descriptions of all survey control points, 37 including coordinates and elevations of all secondary control points. rrr 38 39 The Contractor shall maintain detailed survey records, including a description of the 40 work performed on each shift, the methods utilized to conduct the survey, and the 41 control points used. The record shall be of sufficient detail to allow the survey to be 42 reproduced. A copy of each day's survey record shall be provided to the Engineer 43 within 3-working days after the end of the shift. The Contractor shall compile the survey 44 information in an electronic file format acceptable to the Contracting Agency (Excel- "` 45 spreadsheet format is preferred). 46 47 Survey information collected shall include station, offset, and elevation for each lane line 'r"' 48 and curbline. Survey information shall be collected at even 20-foot station intervals, and 49 also at the centerline of each bridge expansion joint. The Contractor shall ensure a 50 surveying accuracy to within ± 0.01 feet for vertical control and t 0.2-feet for horizontal 51 control. The survey shall extend 100'-0" beyond the bridge back of pavement seat. 52 NIP - 90 i 1 Except for the primary survey control information furnished by the Contracting Agency, 2 the Contractor shall be responsible for all calculations, surveying, and measuring 3 required for setting, maintaining and resetting equipment and materials necessary for 4 the construction of the overlay to the final grade profile. The Contracting Agency may 5 post-check the Contractor's surveying, but these post-checks shall not relieve the 6 Contractor of responsibility for internal survey quality control. 7 8 The Contracting Agency will establish the final grade profile based on the Contractor's 9 survey, and will provide the final grade profile to the Contractor within three working 10 days after receiving the Contractor's survey information. 11 12 The Contractor shall not begin scarifying concrete surface work specified under Section 13 6-09.3(5) until receiving the final grade profile from the Engineer. 14 15 6-09.3(10)B Establishing Finish Overlay Profile 16 The finish grade profile shall be + 1/4 inch/- 1/8 inch from the Engineer's final grade 17 profile. The final grade profile shall be verified prior to the placement of modified 18 concrete overlay with the screed rails in place. The finishing machine shall be passed 19 over the entire surface to be overlaid and the final screed rail adjustments shall be al 20 made. If the resultant overlay thickness is not compatible with the finish grade profile 21 generated by the Contractor's screed rail setup, the Contractor shall make profile 22 adjustments as approved by the Engineer. After the finish overlay profile has been 23 verified, changes in the finishing machine elevation controls will not be allowed. The 24 Contractor shall be responsible for setting screed control to obtain the specified finish 25 grade overlay profile as well as the finished surface smoothness requirements specified 26 in Section 6-02.3(10). 27 28 Screed rails upon which the finishing machine travels shall be placed outside of the area 29 to be overlaid, in accordance with Item 7 of Section 6-09.3(2) and as approved by the Engineer. Interlocking rail sections or other approved methods of providing rail 31 continuity are required. 32 33 Hold-down devices shot into the concrete are not permitted unless the concrete is to be 34 subsequently overlaid. Hold-down devices of other types leaving holes in the exposed 35 area will be allowed provided the holes are subsequently filled with a sand/cement grout um 36 (sand and portland cement in equal proportions by volume). Hold-down devices shall 37 not penetrate the existing deck by more than 3/4-inch. 38 39 Screed rails may be removed at any time after the concrete has taken an initial set. 40 Adequate precautions shall be taken during the removal of the finishing machine and 41 rails to protect the edges of the new surfaces. 42 43 6-09.3(11) Placing Concrete Overlay 44 • -The-first paragraph is revised to read: 45 46 Five to 10-working days prior to modified concrete overlay placement, a pre-overlay 47 conference shall be held to discuss equipment, construction procedures, personnel, and 48 previous results. Inspection procedures shall also be reviewed to ensure coordination. go 49 Those attending shall include: 50 51 1. (representing the Contractor)The superintendent and all foremen in charge of 52 placing and finishing the modified concrete overlay; and 1 91 1 2 2. (representing the Contracting Agency) The Project Engineer, and key 3 inspection assistants. 4 5 If the project includes more than one bridge deck, an additional conference shall be held 6 just before placing modified concrete overlay for each subsequent bridge deck. 7 8 The Contractor shall not place modified concrete overlay until the Engineer agrees that: 9 10 1. Modified concrete overlay producing and placement rates will be high enough 11 to meet placing and finishing deadlines, 12 ' 13 2. Finishers with enough experience have been employed, and 14 15 3. Adequate finishing tools and equipment are at the site. 16 17 6-09.3(12) Finishing Concrete Overlay 18 The fourth paragraph is revised to read: r.. 19 20 Construction dams shall be separated from the newly placed concrete by passing a 21 pointing trowel along the inside surfaces of the dams. Care shall be exercised to ensure 22 that this trowel cut is made for the entire depth and length of dams after the concrete 23 has stiffened sufficiently that it does not flow back. 24 ,w 25 6-09.5 Payment 26 The paragraph following "Modified Conc. Overlay", per cubic foot, is revised to read: 27 28 The unit contract price per cubic foot for "Modified Conc. Overlay" shall be full pay for `s 29 furnishing the modified concrete overlay, including the overlay material placed into Type 30 1 deck repairs in accordance with Section 6-09.3(6)C. 31 NO 32 This section is supplemented with the following: 33 34 "Structure Surveying", lump sum. as 35 The lump sum contract price for "Structure Surveying" shall be full pay to perform the 36 work as specified, including establishing secondary survey control points, performing 37 survey quality control, and recording, compiling, and submitting the survey records to 38 the Engineer. 39 40 SECTION 6-11, REINFORCED CONCRETE WALLS ,,,, 41 August 4, 2008 42 6-11.3(3) Precast Concrete Wall Stem Panels 43 The first sentence-in the first paragraph is-revised to read: 44 45 The Contractor may fabricate precast concrete wall stem panels for construction of 46 Standard Plan Retaining Walls. 47 48 The first sentence in the second paragraph is revised to read: 49 iss 50 The precast concrete wall stem panels shall be designed in accordance with the 51 following codes: 92 1 1 2 The first sentence in number 1. in the second paragraph is revised to read: 3 4 1. For all loads except as otherwise noted - AASHTO LRFD Bridge Design 5 Specifications, latest edition and current interims. 6 7 6-11.3(5) Backfill, Weepholes and Gutters 8 The first sentence in the first paragraph is revised to read: 9 10 Unless the Plans specify otherwise, backfill and weepholes shall be placed in 11 accordance with the Standard Plans and Section 6-02.3(22). 12 13 SECTION 6-13, STRUCTURAL EARTH WALLS 14 August 3, 2009 15 6-13.3(2) Submittals a 16 The fourth paragraph is revised to read: 17 18 The Contractor, through the license/patent holder for the structural earth wall system, 19 shall submit detailed design calculations and working drawings to the Engineer for 20 approval in accordance with Section 6-01.9. 21 22 6-13.3(9) SEW Traffic Barrier and SEW Pedestrian Barrier 23 This section is supplemented with the following: 24 25 The moment slab supporting the SEW traffic or pedestrian barrier shall be continuously 26 wet cured for 3 days in accordance with Section 6-02.3(11). 27 28 SECTION 6-14, GEOSYNTHETIC RETAINING WALLS 29 August 3, 2009 a 30 6-14.3(7) Geosynthetic Retaining Wall Traffic Barrier and 31 Geosynthetic Retaining Wall Pedestrian Barrier 32 This section is supplemented with the following: 33 34 The moment slab supporting the geosynthetic wall traffic barrier and geosynthetic wall 35 pedestrian barrier shall be continuously wet cured for 3 days in accordance with Section 36 6-02.3(11). 37 38 SECTION 6-15, SOIL NAIL WALLS 39 August 3, 2009 40 6-15.3(8) Soil Nail Testing-and-Acceptance 41 The first paragraph is supplemented with the following: 42 43 Soil nails used for verification tests and proof tests shall not be production soil nails, but 44 instead shall be separate sacrificial soil nails not otherwise incorporated into the Work. 111: 45 46 The fourth sentence of the fifth paragraph is revised to read: 47 a 93 wr 1 The Contractor shall provide the load cell, the readout device, and a calibration curve 2 from the most recent calibration as specified in Section 6-15.3(3) item 4b. rrr 3 4 The third sentence of the sixth paragraph is deleted. 5 6 The fourth sentence of the sixth paragraph is deleted and replaced with the following: 7 8 Test nails shall be left in the ground after testing,with the exposed portion of the test nail 9 cut and removed to two feet behind the excavated face or inside face of shotcrete. The 10 drill holes for test nails shall be completely backfilled with grout or non-structural filler 11 after testing on that test nail has been completed. 12 13 The seventh paragraph is revised to read: 14 15 Load testing shall be performed against a temporary reaction frame with bearing pads 16 that bear directly against the existing soil or the shotcrete facing. Bearing pads shall be 17 kept a minimum of 12-inches from the edges of the drilled hole and the load shall be 18 distributed to prevent failure of the soil face or fracture of the shotcrete. The Contractor ,; r 19 shall submit reaction frame working drawings to the Engineer for approval in 20 accordance with Section 6-01.9. 21 22 6-15.3(8)A Verification Testing 23 The third paragraph is supplemented with the following: 24 25 Prior to beginning verification testing, the Contractor shall measure and record the 26 length of the non-bonded zone for each verification test soil nail. 27 28 The last sentence in the sixth paragraph is revised to read: IN 29 30 The load-hold period shall start as soon as the load is applied and the nail movement 31 with respect to a fixed reference shall be measured and recorded at 1 minute, 2, 3, 4, 5, 32 6, 10, 20, 30, 40, 50, and 60 minutes. 33 34 The last paragraph of this section is deleted. 35 36 6-15.3(8)B Proof Testing 37 The first paragraph is revised to read: 38 39 Proof tests shall be performed on proof test soil nails installed within the pattern of the 40 production soil nails at the locations shown in the Plans. Proof test soil nails shall be 41 installed using the same equipment, methods, nail inclination, nail length, and hole ino 42 diameter as for adjacent production nails. The Contractor shall maintain the side-wall 43 stability of the drill hole for the non-grouted portion during the test. The bond length 44 shall be determined from the Nail Schedule and Test Nail Detail shown in the Plans. "" 45 Prior to beginning proof testing, the Contractor shall measure and record the length of 46 the non-bonded zone for each proof test soil nail. 47 48 The fifth sentence in the third paragraph is revised to read: 49 50 If the load hold is extended, the nail movement shall be recorded at 20, 30, 40, 50, and 51 60 minutes. 52 wi. 94 a 1 The fifth paragraph is deleted. 2 3 6-15.4 Measurement • 4 The measurement statement for soil nail verification testing program is revised to read: 5 6 Soil nail verification test and soil nail proof test will be measured per each for each 7 successfully completed soil nail verification test and soil nail proof test at the locations 8 specified in the Special Provisions and shown in the Plans. 9 10 6-15.5 Payment 11 Proof testing is deleted from the payment statement for"Soil nail— Encapsulated". 12 13 The bid item "Soil Nail Verification Test" is revised and a payment statement added as 14 follows: 15 16 "Soil Nail Verification Test and Soil Nail Proof Test", per each. 17 All costs in connection with successfully completing soil nail verification tests and soil 18 nail proof tests as specified shall be included in the unit contract price per each for"Soil 19 Nail Verification Test and Soil Nail Proof Test", including removal of the exposed portion ,iii 20 of the test nail and backfilling the drilled hole with grout or non-structural filler. 21 22 SECTION 6-16, SOLDIER PILE AND SOLDIER PILE TIEBACK WALLS 23 April 6, 2009 24 6-16.3(2) Submittals 25 The first paragraph is revised to read: 26 27 The Contractor shall submit shop plans as specified in Section 6-03.3(7) for all 28 structural steel, including the steel soldier piles, and shall submit shop plans and 29 working drawings as specified in Section 6-17.3(3) for permanent ground anchors, to 30 the Engineer for approval. 31 32 6-16.3(4) Installing Soldier Piles 33 The second sentence in the second paragraph is revised to read: 34 as 35 Concrete cover over the soldier pile shall be 3-inches minimum, except that the cover 36 over the soldier pile flange plate reinforcing at permanent ground anchor locations shall 37 be 1-1/2 inches minimum. �r 38 39 6-16.3(6) Installing Timber Lagging and Permanent Ground Anchors 40 This section including title is revised to read: 41 42 6-16.3(6) Designing and Installing Lagging, and Installing Permanent 43 Ground Anchors 44 Lagging for soldier pile walls shall conform to one of the following two categories: 45 46 Temporary lagging is defined as lagging that is in service as a structural member 47 for a maximum of 36 months before a permanent load carrying fascia is in place, 48 except for the following exception. Lagging for soldier pile walls in site soils 49 conforming to an excluded soil type as defined under Section 6-16.3(6)A will be si 50 classified as permanent lagging conforming to Section 6-16.3(6)C, in which case wry 95 1 this requirement will be specified in the Plans along with design details for such 2 lagging. 3 4 Permanent lagging is defined as all lagging not conforming to the definition of 5 temporary lagging as specified above. 6 7 This section is supplemented with the following new sub-sections: 8 9 6-16.3(6)A Soil Classification 10 For the purposes of designing lagging for soldier pile walls, soils shall be categorized in 11 the following classifications: 12 ON 13 Soil Type 1 14 The following shall be considered Type 1 soils: 15 16 1. Cohesive fine grained soils either CL or CH of medium consistency with 17 yH/S„< 5. 18 19 2. Cohesive fine grained soils either CL or CH that are stiff to very stiff and 20 non-fissured. 21 22 3. Fine grained soils either ML or SM-ML that are above the water table. 23 24 4. Coarse grained soils either GW, GP, GM, GC, SW, SP or SM that are 25 medium dense to dense. 26 27 Soil Type 2 28 The following shall be considered Type 2 soils: 29 30 1. Cohesive fine grained soils either CL or CH that are heavily over 31 consolidated and fissured. 32 33 2. Fine grained ML soils or coarse grained SM-ML soils that are below the 34 water table. 35 36 3. Coarse grained SC soil that is medium dense to dense and is below the 37 water table. � , 38 39 4. Coarse grained soils either SW, SP or SM that are loose. 40 41 Soil Type 3 42 The following shall be considered Type 3 soils: 43 44 1. Cohesive fine grained soils either CL or CH that are soft-with y1-1/Su>5. 45 46 2. Fine grained slightly plastic ML soil that is below the water table. 47 in 48 3. Coarse grained SC soil that is loose and below the water table. 49 Imo 96 S 1 Exclusions 2 Regardless of whether site soils conform to one of the soil types defined above, site 3 soils under the following conditions are excluded from the Type 1,Type 2, and Type Ili 4 3 soil classifications: 5 6 1. Disturbed soils such as those in landslides or known unstable areas. 7 8 2. Layered soils dipping into the excavation steeper than 4H:1 V. 9 10 Lagging for soldier pile walls located in site soils excluded from the Type 1, Type 2, 11 and Type 3 soil classifications shall be designed in accordance with the latest 12 AASHTO LRFD Bridge Design Specifications with current interim specifications. 13 Use of the table in Section 6-16.3(6)B for timber lagging in these situations will not 'I 14 be allowed. 15 16 6-16.3(6)B Temporary Lagging 17 The Contractor shall design temporary lagging for all soldier pile walls. The temporary 18 lagging design shall be based on the following: 19 20 1. The AASHTO LRFD Bridge Design Specifications, latest edition with current 21 interim specifications, except that timber members used for temporary lagging 22 may be selected based on the table below. 23 24 2. The soil type as specified in the-Plans or as determined from the geotechnical 25 report prepared for the project. 26 27 3. The soil pressure diagram, either as shown in the Plans or as included in the 28 geotechnical report prepared for the project, including the surcharge for 29 temporary construction load when shown in the Plans. 111 30 31 The Contractor shall submit the soldier pile wall lagging design working drawings and 32 supporting design calculations to the Engineer for approval in accordance with Section ii 33 6-01.9. The submittal shall include, but not be limited to, the following: 34 35 1. Description of the material used for the lagging, including identification of ea 36 applicable material specifications. 37 38 2. Installation method and sequence. 39 40 3. If the lagging material is to be removed during or after installation of the 41 permanent fascia, a description of how the lagging is removed without 42 disturbing or damaging the fascia, soldier piles, and retained soil, and a " 43 description of how, and with what material, the void left by the removal of 44 lagging is.to.be filled. 45 a 46 4. For all cases, except with timber for temporary lagging, a description with 47 appropriate details of how subsurface drainage is to be accommodated, either 48 in accordance with Section 6-16.3(7) for timber lagging, Section 6-15.3(7) for 49 shotcrete facing, or other means appropriate for the geotechnical site 50 conditions and approved by the Engineer for other lagging materials. Lagging 51 materials and lagging installation methods that cause the build-up of, and ei 52 prevent the relief of, pore water pressure will not be allowed. Free draining 97 err 1 materials are defined as those materials that exhibit a greater permeability 2 than the material being retained. +rr 3 4 Temporary lagging may be untreated timber conforming to the Section 9-09.2 5 requirements specified under Structures for timber lagging, or another material selected 6 by the Contractor. ow 7 8 Timber for temporary lagging shall conform to the minimum actual thickness specified in 9 the table below for the soil type, exposed wall height, and lagging clear span as shown `r 10 in the Plans. 11 Minimum Actual Thickness of Timber Used As Temporary Lagging ex Soil Type'1) 1 1 2 2 3 3 3 Exposed 25 and Over 25 and Over 15 Over Over Wall Height under 25 to under 25 to and 15 to 25 ii„ (feet) 60 60 under 25 Clear Span Minimum Actual Thickness of Rough Cut Timber Lagging Of Lagging (inches)(3) (feet) "'r 5 2 3 3 3 3 3 4 6 3 3 3 3 3 4 5 7 3 3 3 4 4 5 6 - 8 3 4 4 4 5 6 (2) 9 4 4 4 5 (4) (2) (2) 10 4 5 5 5 (2) (2) (2) no 12 13 (1)Soil Type as defined in Section 6-16.3(6)A 14 15 (2) For exposed wall heights exceeding the limits in the table above, or where NW 16 minimum rough cut lagging thickness is not provided, the Contractor shall 17 design the lagging in accordance with the latest AASHTO LRFD Bridge Design 18 Specifications with current interim specifications. MINN 19 20 (3) Table modified from FHWA document "Lateral Support Systems and 21 Underpinning" (Report No. FHWA-RD-75-130) Orr 22 23 Notwithstanding the requirements of Section 1-06.1, steel materials used by the 24 Contractor as temporary lagging may be used (second hand) provided that the use of i,,,, 25 such used (second hand) steel materials shall be subject to visual inspection and 26 approval by the Engineer. For used (second hand) steel materials where the grade of 27 steel cannot be positively identified, the design stresses for the steel shall conform to 28 the Section 6-02.3(17)B requirements for salvaged steel, regardless of whether rivets ow 29 are present or not. 30 -31 6-16.3(6)C Permanent Lagging NO 32 Permanent lagging, including timber, shall be as shown in the Plans. The use of the 33 table in Section 6-16.3(6)B for the design of timber lagging for permanent lagging will 34 not be allowed. is 35 36 6-16.3(6)D Installing Lagging and Permanent Ground Anchors 37 The excavation and removal of CDF and pumpable lean concrete for the lagging 38 installation shall proceed in advance of the lagging, and shall not begin until the CDF 39 and pumpable lean concrete are of sufficient strength that the material remains in place rr ■. 98 S 1 during excavation and lagging installation. If the CDF or pumpable lean concrete 2 separates from the soldier pile, or caves or spells from around the soldier pile, the 3 Contractor shall discontinue excavation and lagging installation operations until the CDF 4 and pumpable lean concrete is completely set. The bottom of the excavation in front of 5 the wall shall be level. Excavation shall conform to Section 2-03. 6 7 For walls without permanent ground anchors, the bottom of excavation shall not be 8 more than three feet below the bottom level of the lagging already installed, but in no 9 case shall the depth of excavation beneath the bottom level of installed lagging be such ati 10 to cause instability of the excavated face. For walls with permanent ground anchors, 11 the bottom of excavation shall be not more than three feet below the permanent ground 12 anchor level until all permanent ground anchors at that level are installed and stressed, 13 but in no case shall the depth of excavation beneath the permanent ground anchor level la 14 be such to cause instability of the excavated face. Any caving that occurs during 15 excavation shall be backfilled with free draining material as approved by the Engineer. 16 17 Installing, stressing, and testing the permanent ground anchors shall be in accordance 18 with Section 6-17 and the construction sequence specified in the Plans. 19 20 The lagging shall be installed from the top of the soldier pile proceeding downward. The 21 lagging shall make direct contact with the soil. When and where lagging is not in full 22 contact with the soil being retained, either the lagging shall be wedged back to create r 23 contact or the void shall be filled with a free draining material as approved by the 24 Engineer. 25 26 When utilizing lagging in fill situations, the backfill layers shall be placed in accordance "'"' 27 with Section 2-03.3(14) except that all layers shall be compacted to 90 percent of 28 maximum density. 29 30 6-16.3(7) Prefabricated Drainage Mat 31 The first paragraph is revised to read: 32 33 For walls with concrete fascia panels, a four foot wide strip of prefabricated drainage 34 mat shall be installed full height of the concrete fascia panel, centered between soldier 35 pile flanges, unless otherwise shown in the Plans. r 36 37 6-16.4 Measurement 38 The third paragraph is revised to read: 39 40 Lagging will be measured by the square foot area of lagging installed. The quantity will 41 be computed based on the vertical dimension from the highest lagging elevation to the sim 42 lowest lagging elevation between each pair of adjacent soldier piles as the height 43 dimension, and the center-to-center spacing of the soldier piles as the length dimension. 44.. ._. 45 6-16.5 Payment 46 The third bid item and the following paragraph is revised to read: 47 48 "Lagging", per square foot. 49 50 All costs in connection with furnishing and installing lagging shall be included in the unit 51 contract price per square foot for "Lagging", including design of temporary lagging, and S 99 1 filling voids behind the lagging with a free draining material as approved by the 2 Engineer. 3 4 SECTION 6-17, PERMANENT GROUND ANCHORS 5 January 7, 2008 6 6-17.3(8)B Performance Testing 7 The fourth sentence in the fourth paragraph is revised to read: 8 9 If the load hold is extended, the anchor movement shall be recorded at 20 minutes, 30, 10 40, 50, and 60 minutes. 11 12 6-17.3(8)C Proof Testing 13 The fourth sentence in the second paragraph is revised to read: 14 'U 15 If the load hold is extended, the anchor movements shall be recorded at 20 minutes, 30, 16 40, 50, and 60 minutes. 17 is 18 SECTION 7-02, CULVERTS 19 December 1, 2008 20 7-02.2 Materials 21 The third paragraph is revised to read: 22 'U 23 Thermoplastic culvert pipe includes solid wall PVC culvert pipe, profile wall PVC culvert 24 pipe, and corrugated polyethylene culvert pipe. Solid wall PVC culvert pipe, profile wall 25 PVC culvert pipe, and corrugated polyethylene culvert pipe are acceptable alternates for 26 Schedule A or B culvert pipe. 27 28 In the chart for Culvert Pipe Schedules, for Schedule B, 15' — 25', the references in the 29 column for Thermoplastic PE or PVC for"PVC" are revised to"PE or PVC". 30 31 SECTION 7-04, STORM SEWERS 32 December 1, 2008 33 7-04.2 Materials 34 In the chart for Storm Sewer Pipe Schedules, for Schedule B, 15' —25', in the column for 35 PE, insert"Allowed". 36 37 SECTION 7-05, MANHOLES, INLETS, CATCHBASINS, AND DRYWELLS 38 August 3, 2009 39 ..7-05.2 -Materials.. ''+ 40 The referenced section for Precast Concrete Manhole is revised to 9-05.50(2). 41 42 The referenced section for Precast Concrete Catch Basins is revised to 9-05.50(3). rw 43 44 The referenced section for Precast Concrete Drywells is revised to 9-05.50(5). 45 46 This section is supplemented with the following: 47 100 1 Precast Concrete Inlets 9-05.50(4) 2 3 SECTION 7-07, CLEANING EXISTING DRAINAGE STRUCTURES rY 4 August 3, 2009 5 7-07.3 Construction Requirements 6 The last sentence of the first paragraph is revised to read: 7 8 Existing drainage facilities shall be kept clean throughout the life of the project and be 9 clean upon final acceptance of the Work. 10 11 This section is supplemented with the following: 12 13 Material to be removed shall be disposed of in the following manner: 14 15 1. Structures specifically noted in the Contract that are suspected to contain 16 contaminated sediment shall be disposed of at a licensed disposal facility. 17 18 2. While performing the Work, if drainage water and/or soil appear oily, exhibits rw 19 an unusual color or odor, or if staining or corrosion is observed, the Contractor 20 shall stop work and immediately notify the Engineer. Additional work 21 necessary in handling materials shall be in accordance with Section 1-04.4. 22 23 3. If sediment and water from structures does not meet the conditions described 24 in 1 or 2 above, material may be placed in an upland area with no possibility of a 25 surface runoff to waters of the state, including wetlands. 26 27 While performing the Work, the Contractor shall implement all necessary best 28 management practices and measures to meet the conditions of Section 1-07.5. 29 30 SECTION 8-01, EROSION CONTROL AND WATER POLLUTION CONTROL 31 August 3, 2009 32 8-01.1 Description 33 This section is revised to read: a 34 35 This Work consists of furnishing, installing, maintaining, removing and disposing of high 7 36 visibility fence, and water pollution and erosion control items in accordance with these iii 37 Specifications and as shown in the Plans or as designated by the Engineer. 38 39 8-01.2 Materials 40 The following is inserted below the item "Erosion Control Devices 9.14.5": 41 42 - High Visibility Fence 9-14.5 43 44 8-01.3(1) General 45 The following is inserted at the beginning of this section: 46 47 The Contractor shall install a high visibility fence along the site preservation lines shown 48 in the Plans or as instructed by the Engineer. Post spacing and attachment of the fence a 101 , las 1 fabric to the posts shall be as shown in the Plans. The fence shall not be fastened to 2 trees. 3 4 Throughout the life of the project, the Contractor shall preserve and protect the 5 delineated area, acting immediately to repair or restore any fencing damaged or 6 removed. 7 8 The following is inserted at the beginning of the paragraph above the table: 9 10 All sediment control devices including, but not limited to sediment ponds, perimeter silt 11 fencing, or other sediment trapping BMP's shall be installed prior to any ground 12 disturbing activity. 13 14 The first sentence in the eighth paragraph is revised to read: 15 r 16 Erodible earth not being worked, whether at final grade or not, shall be covered within 17 the following time period, using an approved soil covering practice: 18 rr�r 19 The ninth paragraph is revised to read: 20 21 If the Engineer, under Section 1-08.6, orders the Work suspended, the Contractor shall 22 continue to control erosion, pollution, and runoff during the shutdown. Ile 23 24 8-01.3(1)A Submittals 25 The following is inserted after the first sentence: 26 27 If modified, the Contractor's TESC Plan shall meet all requirements of Chapter 6-2 of 28 the current edition of the WSDOT Highway Runoff Manual. 29 30 8-01.3(1)C Water Management 31 The following is inserted at the beginning of this section: 32 33 Unless site water is to be managed in accordance with the conditions of a waste 34 discharge permit from a local permitting authority, site water shall be managed as 35 follows: 36 37 Item 2. "Process Water" is supplemented with the following new first paragraph: r. 38 39 High pH process water or wastewater (non-stormwater) that is generated on-site, 40 including water generated during concrete grinding, rubblizing, washout, and 41 hydrodemolition activities, shall not be discharged to waters of the state including 42 wetlands. Water may be infiltrated upon the approval of the Engineer. Off-site disposal 43 of concrete process water shall be in accordance with Standard Specification 5-01.3(11). 44 45 8-01.3(1)D Dispersion/Infilitration 46 This section is revised to read: 47 48 Water shall be conveyed only to dispersion or infiltration areas designated in the TESC 49 Plan or to sites approved by the Engineer. Water shall be conveyed to designated 50 dispersion areas at a rate that if runoff leaves the area and enters waters of the State, 51 turbidity standards are achieved. Water shall be conveyed to designated infiltration 52 areas at a rate that does not produce surface runoff. • 102 1 2 8-01.3(2)D Mulching 3 The second paragraph is supplemented with the following: 4 5 Wood strand mulch shall be applied by hand or by straw blower. 6 7 8-01.3(2)E Tacking Agent and Soil Binders 8 The second sentence in the fourth paragraph is revised to read: 9 • 10 Pam may be reapplied on actively worked areas within a 48-hour period. 11 • 12 8-01.3(6)D Wattle Check Dam is 13 The reference to Section 8-01.3(10) is revised to Section 9-14.5(5). 14 15 8-01.3(12) Compost Sock 16 The last paragraph is deleted. 17 18 8-01.3(13) Temporary Curb 19 The first paragraph is revised to read: 20 21 Temporary curbs may consist of asphalt, concrete, sand bags, compost socks, wattles, 22 or geotextile/plastic encased berms of sand or gravel, or as approved by the Engineer. r 23 24 8-01.4 Measurement 25 This section is supplemented with the following: 26 27 High visibility fence will be measured by the linear foot along the ground line of the 28 completed fence. 29 30 8-01.5 Payment 31 This section is supplemented with the following: 32 33 "High Visibility Fence", per linear foot. 34 The unit contract price per linear foot for "High Visibility Fence" shall be full pay for all ad 35 costs to obtain, install, maintain, and remove the fence as specified. Once removed, the 36 fencing shall remain the property of the Contractor. 37 38 SECTION 8-02, ROADSIDE RESTORATION 39 April 7, 2008 40 8-02.3(3) Planting Area Weed Control 41 The second paragraph is deleted. 42. 43 This section is supplemented with the following: re 44 45 Weed barrier mats shall be installed as shown in the Plans. Mats shall be 3-feet square 46 and shall be secured by a minimum of 5 staples per mat. Mats and staples shall be r 47 installed according to the manufacturer's recommendations. 48 • • a 103 ,�j wr 1 SECTION 8-04, CURBS, GUTTERS, AND SPILLWAYS • 2 January 7, 2008 3 8-04.5 Payment 4 The bid items "Roundabout Truck Apron Inner Cement Conc. Curb" and "Roundabout Truck +�. 5 Apron Outer Cem. Conc. Curb and Gutter"are revised to read: 6 7 "Roundabout Central Island Cement Concrete Curb", per linear foot. 8 "Roundabout Truck Apron Cem. Conc. Curb and Gutter", per linear foot. 9 10 This section is supplemented with the following new bid item: 11 12 "Roundabout Truck Apron Cement Concrete Curb", per linear foot. 13 14 SECTION 8-07, PRECAST TRAFFIC CURB AND BLOCK TRAFFIC CURB 15 August 3, 2009 16 8-07.2 Materials 17 Paint Formulas General and the referenced section are revised to read: 18 19 Paint 9-08.1 rr 20 21 SECTION 8-08, RUMBLE STRIPS 22 August 3, 2009 23 8-08.3 Construction Requirements 24 The third paragraph is revised to read: - 25 26 The traveled lanes shall be kept free of cuttings and other construction debris at all 27 times. All cuttings, grinding debris, dust, and other loose materials shall become the 28 property of the Contractor and upon completion of rumble strip grinding shall be 29 immediately removed and disposed of outside the project limits. Cuttings and other 30 debris shall not be allowed to enter any waterways. 31 r, 32 The fourth paragraph is revised to read: 33 34 When shown in the Plans, the rumble strips shall be fog sealed in accordance with the 35 requirements of Section 5-02.3 following the completion of the rumble strip. All 36 pavement markings,junction boxes, drainage structures, and similar objects shall not be 37 fog sealed. r. 38 39 8-08.4 Measurement 40. The reference to Section 5-04.4 in the second paragraph is revised to Section 5-02.4. 41 42 8-08.5 Payment 43 The reference to Section 5-04.5 in the payment statement for Fog Sealing is revised to +�r 44 Section 5-02.5. 45 rr ... 104 ail 1 SECTION 8-11, GUARDRAIL 2 August 3, 2009 3 8-11.3(1)C Erection of Rail 4 The fourth sentence in the first paragraph is revised to read: 5 6 Except in Weathering Steel Beam Guardrail, all holes shall be painted with 2 coats of 7 paint conforming to Section 9-08.1(2)B. 8 9 8-11.3(4) Removing Guardrail and Guardrail Anchor 10 The following is inserted after the third sentence in the first paragraph: 11 12 The embedded anchors attaching guardrail posts and guardrail terminal sections 13 specified for removal to existing concrete Structures shall be removed a minimum of 14 one inch beneath the existing concrete surface. The void left by removal of the a 15 embedded anchors shall be coated with epoxy bonding agent and filled with grout. The " 16 epoxy bonding agent shall be Type II conforming to Section 9-26.1 with the grade and 17 class as recommended by the epoxy bonding agent manufacturer and as approved by 18 the Engineer. The grout shall consist of cement and fine aggregate mixed in the • 19 proportions to match the color of the existing concrete surface as near as practicable. 20 21 8-11.3(5) Raising Guardrail 22 The fourth sentence in the second paragraph is revised to read: 23 24 When existing guardrail posts are galvanized steel, the new drill holes shall be painted Ili 25 with 2 coats of paint conforming to Section 9-08.1(2)B. 26 27 SECTION 8-12, CHAIN LINK FENCES AND WIRE FENCE ai 28 August 3, 2009 29 8-12.3(1)A Posts 30 All references to`Type 3 fence" in the second and third paragraphs are revised to read "Type 31 3 and Type 4 fences". 32 33 The first sentence in the eighth paragraph is revised to read: 34 35 Gate and pull posts shall be braced to the adjacent brace, end, or corner post(s) in the 36 manner shown in the Standard Plans. 37 38 The tenth paragraph is revised to read: 39 40 All posts for chain link fence Types 1 and 6 shall be fitted with an approved top cap 41 designed to fit securely over the post to support the top rail. All round posts for chain 42 link fence Types 3 and 4 shall have approved top caps fastened securely to the posts. 43 The base of the top cap fitting for round posts shall feature an apron around the outside 44 of the posts. 45 46 8-12.3(1)C Tension Wire 47 This section including title is revised to read: 48 id 105 1 8-12.3(1)C Tension Wire and Tension Cable 2 Tension Wires shall be attached to the posts as detailed in the Standard Plans or as ter 3 approved by the Engineer. 4 5 Tension Cables shall be installed in accordance with Section 8-25.3(5). 6 7 8-12.3(1)D Chain Link Fabric 8 The following new paragraph is inserted in front of the first paragraph: +r. 9 10 Attach the chain link fabric after the cables and wires have been properly tensioned 11 and/or the top rail has been installed. 12 13 The third and fourth sentences in the third paragraph are revised to read: 14 15 Fastening to posts shall be with tie wire, metal bands, or other approved method 16 attached at 14-inch intervals. The top and bottom edge of the fabric shall be fastened 17 with tie wires to the top rail, and with hog rings to the tension cable or top and bottom 18 tension wires as may be applicable, spaced at 24-inch intervals. • 19 20 8-12.3(1)E Chain Link Gates 21 The second sentence in the second paragraph is revised to read: .■ 22 23 The clean areas shall then be painted with 2 coats of paint conforming to Section 9- 24 08.1(2)B. , 25 IMP 26 SECTION 8-14, CEMENT CONCRETE SIDEWALKS 27 August 3, 2009 illt 28 8-14.3(3) Placing and Finishing Concrete 29 The reference to "Federal Standard 595a" in the first sentence of the sixth paragraph is 30 revised to read "Federal Standard 595". 31 32 SECTION 8-15, RIPRAP 33 April 7, 2008 wift 34 8-15.3(1) Excavation for Riprap 35 The second sentence of the first paragraph is revised to read: .s 36 37 Excavation below the level of the intersection of the slope to be protected and the 38 adjacent original ground or the channel floor or slope shall be classified, measured, and 39 paid for as channel excavation or ditch excavation in accordance with Section 2-03. 40 41 8-15.4. Measurement 42 The following new paragraph is inserted to follow the fifth paragraph. 43 44 Channel excavation will be measured by the cubic yard as specified in Section 2-03. 45 46 The sixth paragraph is revised to read: 47 48 Ditch excavation will be measured by the cubic yard as specified in Section 2-03. 49 .. 106 1 The reference to Section 2-10 in the seventh paragraph is revised to Section 2-03. iiii:' 2 3 8-15.5 Payment Ito 4 The bid item"Filter Blanket" is supplemented with the following: 5 6 The unit price for "Filter Blanket" shall be full payment for all costs incurred to perform iii 77 the work in Section 8-15.3(7). 9 This section is supplemented with the following: 10 11 "Channel Excavation", per cubic yard. 12 "Channel Excavation Incl. Haul", per cubic yard. 13 "Ditch Excavation Incl. Haul", per cubic yard. fa 14 Payment for "Channel Excavation", "Channel Excavation Incl. Haul", "Ditch Excavation" 15 and "Ditch Excavation Incl. Haul" is described in Section 2-03.5. 16 17 SECTION 8-20, ILLUMINATION, TRAFFIC SIGNAL SYSTEMS,AND 18 ELECTRICAL 19 August 3, 2009 20 8-20.1 Description 21 The first paragraph is revised to read: i 22 23 This Work consists of furnishing, installing and field testing all materials and equipment 24 necessary to complete in place, fully functional system(s) of any or all of the following lit 25 types including modifications to an existing system all in accordance with approved 26 methods, the Plans, the Special Provisions and these Specifications: 27 28 1. Traffic Signal System 29 2. Illumination System 30 3. Intelligent Transportation System 31 32 8-20.3(1) General 33 The following new paragraph is inserted after the fifth paragraph: 34 " ' 35 The embedded anchors attaching existing electrical, illumination, and traffic signal 36 systems specified for removal to existing concrete Structures shall be removed a 37 minimum of one inch beneath the existing concrete surface. The void left by removal of 38 the embedded anchors shall be coated with epoxy bonding agent and filled with grout. 39 The epoxy bonding agent shall be Type II conforming to Section 9-26.1 with the grade 40 and class as recommended by the epoxy bonding agent manufacturer and as approved ,iti 41 by the Engineer. The grout shall consist of cement and fine aggregate mixed in the 42 proportions to match the color of the existing concrete surface as near as practicable. 43 al 44 8-20.3(4) Foundations 45 The fifth paragraph is revised to read: 46 e 47 Where soil conditions are poor, the Engineer may order the Contractor to extend'the 48 foundations shown in the Plans to provide additional depth. Such additional Work will 49 be paid for according to Section 1-04.4. ot 50 iii 107 al Irr 1 8-20.3(5) Conduit 2 This section is revised to read: iiir 3 4 Installation of conduit shall conform to appropriate articles of the Code and these 5 Specifications. 1 • 6 7 The size of conduit used shall be as shown in the Plans. Conduits smaller than 1-inch 8 electrical trade size shall not be used unless otherwise specified, except that grounding ••• 9 conductors at service points may be enclosed in %-inch diameter conduit. 10 11 Conduit between light standards, PPB, PS or type 1 poles and the nearest junction box 12 shall be the diameter specified in the Plans. Larger size conduit is not allowed at these 13 locations. At other locations it shall be the option of the Contractor, at no expense to the 14 Contracting Agency, to use larger size conduit if desired, and where larger size conduit 15 is used, it shall be for the entire length of the run from outlet to outlet. Reducing ow 16 couplings will not be permitted. 17 18 The ends of all conduits, metallic and non-metallic shall be reamed to remove burrs and 19 rough edges. Field cuts shall be made square and true. Slip joints or running threads 20 will not be permitted for coupling metallic conduit; however, running threads will be 21 permitted in traffic signal head spiders and RGS outerduct. When installing rigid ,.,, 22 galvanized steel conduit and standard coupling cannot be used, an approved 3-piece 23 coupling shall be used. Conduit fittings and couplings for steel conduit shall be cleaned 24 first and then painted with one coat of paint conforming to Section 9-08.1(2)B. The paint 25 shall have a minimum wet film thickness of 3 mils. The painted coating shall cover the es 26 entire coupling or fitting. The threads on all metallic conduit shall be rust-free, clean and 27 painted with colloidal copper suspended in a petroleum vehicle before couplings are 28 made. All metallic couplings shall be tightened so that a good electrical connection will ""' 29 be made throughout the entire length of the conduit run. If the conduit has been moved 30 after assembly, it shall be given a final tightening from the ends prior to backfilling. Non- 31 metallic conduit shall be assembled using the solvent cement specified in Section 9- """ 32 29.1. Where the coating on galvanized conduit has been damaged in handling or 33 installing, such damaged areas shall be thoroughly painted with paint conforming to 34 Section 9-08.1(2)B. Conduit ends shall be capped (do not glue non metallic caps). +W 35 Metallic conduit ends shall be threaded and capped with standard threaded conduit 36 caps until wiring is started. When conduit caps are removed, the threaded ends shall be 37 provided with approved conduit bushings or end bells (do not glue in place) for 38 nonmetallic conduit. 39 40 Conduit stubs from controller cabinet foundations shall extend to the nearest junction 41 box in that system. 42 43 Metallic conduit bends, shall have a radius consistent with the requirements of Article 44 - 344.24 and other articles of the Code. Where factory bends are not used, conduit shall 45 be bent, using an approved conduit bending tool employing correctly sized dies,without 46 crimping or flattening, using the longest radius practicable. 47 48 Nonmetallic conduit bends, where allowed, shall conform to Article 352.24 of the Code. 49 Eighteen-inch radius elbows shall be used for PVC conduit of 2-inch nominal diameter 50 or less. Standard sweep elbows shall be used for PVC conduit with greater than 2-inch - 51 nominal diameter unless otherwise specified in the Plans. In nonmetallic conduit less 52 than 2-inch nominal diameter, pull ropes or flat tapes for wire installation shall be not 108 1 less than %inch diameter or width. In nonmetallic conduit of 2-inch nominal diameter or 2 larger, pull ropes or flat tapes for wire installation shall be not less than 1/2 inch diameter '! 3 or width. 4 5 Conduit shall be laid so that the top of the conduit is a minimum depth of: 6 iiii 7 1. 24-inches below the bottom of curb in the sidewalk area. 8 9 2. 24-inches below the top of the roadway base. 1 aii 0 11 3. 48-inches below the bottom of ties under railroad tracks unless otherwise 12 specified by the railroad company. 13 um 14 4. 24-inches below the finish grade in all other areas. 15 16 Rigid galvanized steel conduit shall be installed at the following locations: mii 17 18 1. Within railroad right of way, 19 el 20 2. All pole risers, except when as otherwise required by owning utilities; 21 22 3. All surface mounted conduit, with the exception of electrical service utility ei 23 poles. 24 25 4. All runs within slip form structures. 26 27 Couplings in cabinet foundations shall be PVC schedule 40. The stub-outs above the 28 couplings shall be PVC end bell bushings. The schedule 40 section of PVC between 29 the coupling and end bell bushing shall be installed without glue. eti 30 31 Conduit runs, without innerduct, installed using the directional boring method, which 32 enter the traveled way or shoulders, shall be schedule 80 high density polyethylene 33 (HDPE), schedule 80 PVC with mechanical couplings or rigid galvanized steel. 34 35 Conduit runs, without innerduct, installed using the directional boring method, which do aii 36 not enter the traveled way and shoulders, shall be schedule 40 high density 37 polyethylene (HDPE), schedule 40 PVC with mechanical couplings or rigid galvanized 38 steel. 39 40 Multi-cell conduit runs, installed outside the Traveled Way and Shoulders, when using 4i: 41 the directional boring method shall have 4-inch PVC Schedule 40 outerduct with . 42 mechanical couplings or 4-inch rigid galvanized steel outerduct. The conduit shall be 43 installed with four 1-inch smooth wall innerducts. 44 , 45 When HDPE conduit is used for directional boring, it shall be continuous, with no joints, 46 for the full length of the bore. The conduit run shall be extended to the associated 47 outlets with the same schedule HDPE or PVC conduit. Entry into associated junction 48 box outlets shall be with the same schedule PVC conduit and elbows. The same si 49 requirements apply for extension of an existing HDPE conduit crossing. 50 51 PVC conduit and elbows shall be connected to HDPE conduit with an approved ma 52 mechanical coupling. The connection shall have a minimum pull out strength of 700 tii 109 is rt• 1 pounds. Prior to installation of a mechanical coupling, the HDPE conduit shall first be 2 prepared with a clean, straight edge. A water based pulling lubricant may be applied to 3 the threaded end of the mechanical coupling before installation. Solvent cement or 4 epoxy shall not be used on,the threaded joint when connecting the HDPE conduit to the 5 mechanical coupling. The mechanical coupling shall be rotated until the HDPE conduit „ , 6 seats approximately 3/of the distance into the threaded coupling depth. 7 8 For PVC installation through a directional bore, the PVC shall be in rigid sections 9 assembled to form a water tight bell and spigot type mechanical joint with a solid `mp 10 retaining ring around the entire circumference of the conduit installed per the 11 manufacturer's recommendations. The conduit run shall be extended beyond the length 12 of the bore, to the associated outlets with the same mechanical coupled PVC or with "' 13 standard PVC conduit of the same schedule. The same requirements apply for 14 extension of an existing PVC conduit Roadway crossing. 15 16 Liquid tight flexible metal conduit is allowed only at locations called for in the Plans. 17 18 At all other locations, conduit shall be PVC or rigid galvanized steel and the same type 19 of conduit shall be used for the entire length of the run, from outlet to outlet. Standard 20 PVC conduit shall be connected with medium grade gray solvent applied per the 21 manufacturer's recommendations. 22 23 Where nonmetallic conduit is installed, care shall be used in excavating, installing, and 24 backfilling, so that no rocks, wood, or other foreign material will be left in a position to 25 cause possible damage. AS 26 27 When PVC conduit is installed by a method other than directional boring, conduit shall 28 be schedule 40 with the exception that PVC conduit within the traveled way or 29 shoulders and service lateral runs shall be schedule 80. 30 31 Metallic and nonmetallic conduit installation shall include equipment grounding +� 32 conductor and shall conform to requirements noted in the Standard Plans. 33 Conduit shall be placed under existing pavement by approved directional boring,jacking 34 or drilling methods, at locations approved by the Engineer. The pavement shall not be 35 disturbed unless allowed in the Plans, or with the approval of the Engineer in the event 36 obstructions or impenetrable soils are encountered. 37 38 Where boring with casing is called for the casing shall be placed using an auger inside 39 of the casing to remove the soil as the casing is jacked forward. The auger head shall 40 proceed no more than 4-inches ahead of the pipe being jacked. Boring operations shall 41 be conducted to prevent caving ahead of the pipe. Installed casing pipe shall be free 42 from grease, dirt, rust, moisture and any other deleterious contaminants. 43 44 The space between the conduit and casing shall be plugged with sand bags and a grout 45 seal 12-inches thick at each end of the casing. Casing abandoned due to an 46 encountered obstruction shall be grout sealed in the same manner. Grout shall obtain a 47 minimum of 4000-PSI compressive strength at 7-days. �•• 48 49 In lieu of sand bags and grout, unopened of prepackaged concrete may be used to seal 50 the casing. 51 Material shall not be removed from the boring pit by washing or sluicing. 52 rri w. 110 1 All joints shall be welded by a Washington State certified welder. Welding shall conform 2 to AWS D 1.1-80 Structural Welding Code, Section 3,Workmanship. 3 4 Directional boring for electrical installations shall be supervised by a licensed electrical 5 contractor in accordance with Section 8-20.1(1). Where directional boring is called for, 6 conduit shall be installed using a surface launched, steerable drilling tool. Drilling shall 7 be accomplished using a high-pressure fluid jet toolhead. The drilling fluid shall be used 8 to maintain the stability of the tunnel, reduce drag on the conduit and provide backfill 9 between the conduit and tunnel. A guidance system that measures the depth, lateral 10 position and roll shall be used to guide the toolhead when creating the pilot hole. Once 11 the pilot hole is established a reamer and swivel shall be used to install the conduit. 12 Reaming diameter shall not exceed 1.5 times the diameter of the conduit being 13 installed. Conduit that is being pulled into the tunnel shall be installed in such a manner 14 so the conduit is not damaged during installation.The pullback force on the conduit shall 15 be controlled to prevent damage to the conduit.A vacuum spoils extraction system shall 16 be used to remove any excess spoils generated during the installation. Excess drilling 17 fluid and spoils shall be disposed of. The method and location used for disposal of 18 excess drilling fluid and spoils shall be subject to the Engineers approval. Drilling fluid 19 returns (caused by fracturing of formations) at locations other than the entry and exit es 20 points shall be minimized. Any drilling fluid that surfaces through fracturing shall be 21 cleaned up immediately. Mobile spoils removal equipment capable of quickly removing 22 spoils from entry or exit pits and areas with returns caused by fracturing shall be used 23 as necessary during drilling operations. 24 25 Bore pits shall be backfilled and compacted in accordance with Section 2-09.3(1)E. 26 Directional boring, and jacking or drilling pits shall be kept 2-feet from the edge of any 27 type of pavement wherever possible. Excessive use of water that might undermine the 28 pavement or soften the Subgrade will not be permitted. 29 30 When approved by the Engineer, small test holes may be cut in the pavement to locate 31 obstructions. When the Contractor encounters obstructions or is unable to install 32 conduit because of soil conditions, as determined by the Engineer, additional Work to rrr 33 place the conduit will be paid in accordance with Section 1-04.4. 34 35 When open trenching is allowed, trench construction shall conform to the following: 36 37 1. The pavement shall be sawcut a minimum of 3-inches deep. The cuts shall be 38 parallel to each other and extend 2-feet beyond the edge of the trench. 39 40 2. Pavement shall be removed in an approved manner. 41 42 3. Trench depth shall provide 2-feet minimum cover over conduits. 43 44_.__ ._ _ _ 4. Trench width shall be. 4-inches or the conduit diameter plus 2-inches, 45 whichever is larger. 46 47 5. Trenches located within paved Roadway areas shall be backfilled with 48 Controlled density fill (CDF) meeting the requirements of Section 2-09.3(1)E. la 49 The controlled density fill shall be placed level to, and at the bottom of the 50 existing pavement. The pavement shall be replaced with paving material that 51 matches the existing pavement. 52 U 111 rr 1 On new construction, conduit shall be placed prior to placement of base course 2 pavement. 1.• . 3 4 Conduit terminating in foundations shall extend a maximum of 2-inches above the 5 foundation vertically including grounded end bushing or end bell. Conduit stub-outs 6 within cabinet foundations shall be placed so that they do not interfere with cabinet 7 installation. Modification of the cabinet to accommodate the stub-out placement is not 8 allowed. 9 `"" 10 Conduit entering through the bottom of a junction box shall be located near the end 11 walls to leave the major portion of the box clear. At all outlets, conduit shall enter from 12 the direction of the run, terminating 6 to 8-inches below the junction box lid and within 3- - 13 inches of the box wall nearest its entry location. 14 15 Galvanized rigid steel conduit entering cable vaults shall extend 2-inches for the 11. 16 installation of grounded end bushing and bonding. PVC or HDPE conduit entering cable 17 vaults and pull boxes shall terminate flush with the inside walls of the Structure. All 18 conduit ends shall be terminated with termination kits. 19 20 Steel conduit entering concrete shall be wrapped in 2-inch wide pipe wrap tape with a 21 minimum 1-inch overlap for 12 inches on each side of the concrete face. Pipe wrap 22 tape shall be installed per the manufacturer's recommendations. 23 24 Innerduct conduit ends shall be terminated with termination kits. Galvanized rigid steel 25 conduit ends shall be terminated with grounded end bushings. PVC conduit ends shall 26 be terminated with end bell bushings. 27 28 Fittings shall be installed in accordance with the current electrical codes. 29 All covered underground conduit shall be cleaned with an approved sized mandrel and 30 blown out with compressed air prior to pulling wire. 31 +� 32 Conduits installed for future use shall be prepared according to this Section. After final 33 assembly in place, the conduit shall be blown clean with compressed air. Then, in the 34 presence of the Engineer, a cleaning mandrel correctly sized for each size of conduit ,■, 35 shall be pulled through to ensure that the conduit has not been deformed. As soon as 36 the mandrel has been pulled through, both ends of the conduit shall be sealed with 37 conduit caps. All conduits scheduled for future use shall originate in a foundation or 38 junction box as detailed in the Plans and terminate in a junction box. All equipment 39 grounding conductors, and the bonding conductor for metallic conduits shall be bonded. 40 in all junction boxes in accordance with Section 8-20.3(9). 41 42 Where surface mounting of conduit is required, supports shall consist of channel with 43 clamps sized for the conduit. Support spacing shall comply with the Code, with the 44 exception that spacing of channel supports for conduit shall not exceed 5-feet. 45 46 The minimum distance between adjacent clamps and between the clamp and the end of 47 the channel supports shall be 1-inch. Channel supports shall be installed with stops, to •• 48 prevent clamps from sliding out of the ends. Existing conduit in place scheduled to 49 receive new conductors shall have any existing conductors removed and a cleaning 50 mandrel sized for the conduit shall be pulled through. air 51 .. 112 1 All conduits attached to or routed within bridges, retaining walls, and other concrete 2 structures, shall be equipped with approved expansion, deflection, and or combination 3 expansion/deflection fittings at all expansion joints and at all other joints where structure 4 movement is anticipated, including locations where the Contractor, due to construction 5 method, installs expansion and/or construction joints with movement. All conduit fittings 6 shall have movement capacity appropriate for the anticipated movement of the structure r 7 at the joint. Approved deflection fittings shall also be installed at the joint between the 8 bridge end and the retaining wall end, and the transition from bridge, wall or other 9 concrete structure to the underground section of conduit pipe. 10 11 Conduit runs shown in the Plans are for Bidding purposes only and may be changed, 12 with approval of the Engineer, to avoid obstructions. 13 si 14 Where conduit with innerduct is installed a maximum of 1000-feet of continuous open 15 trench will be allowed, unless otherwise approved by the Engineer. All conduit with 16 innerduct exposed above grade level, or on any elevated Structures, or as noted in the Ati 17 Plans shall be galvanized rigid steel conduit. 18 19 Detectable underground warning tape shall be placed 12-inches above all conduit that 20 contains fiber optic cable and all conduits identified to contain future fiber optic cable 21 unless otherwise detailed in the Plans. Detectable underground warning tape shall 22 extend 2-feet into boxes. Splicing shall be per the tape manufacturer's recommended 23 materials and procedures. The warning tape shall be polyethylene with a metallic 24 backing. The polyethylene shall have a minimum 4-mils thicknesses and be 3-inches 25 wide. The polyethylene shall be orange in color and printed in black with the words 26 conveying message of Fiber Optic Cable Buried Below. 27 28 Location 14 AWG stranded orange USE insulated wire shall be placed in continuous 29 lengths directly above all non metallic conduit that contains fiber optic cable and all Ile 30 conduits identified to contain future fiber optic cable unless otherwise detailed in the 31 plans. Location wire shall extend 8 feet into boxes. Coil and secure location wire at 32 the entrance and exit points of all boxes. Splices shall be crimped using a non-insulated iii 33 butt splice, soldered and covered with moisture blocking heat shrink. 34 35 After final assembly in place, all innerducts shall be blown clean with compressed air. di 36 Then, in the presence of the Engineer, a cleaning mandrel, correctly sized for the 37 innerduct, shall be pulled through to ensure that the conduit has not been deformed. As 38 soon as the mandrel has been pulled through, a 200-lb. minimum tensile strength pull 39 string shall be installed in each innerduct and attached to duct plugs at both ends of the 40 innerduct. 41 42 At all innerduct conduit terminus points, including those in cable vaults and pull boxes, Ill 43 removable and reusable mechanical plugs shall be employed as follows: 44 45 1. Outerduct conduits shall be plugged using a quadplex expansion plug inside 46 the conduit around the innerduct. 47 48 2. Duct plugs shall be installed in all unused innerducts (those that are specified 49 as empty) at the time of conduit installation. 50 a 113 1 3. Duct plugs shall be installed in all used innerducts (as specified in the Plans)at 2 the time of conduit installation, unless cable pulling for those innerducts will 3 commence within 48-hours. 4 5 Innerduct containing 1-cable shall be plugged using an expandable split plug. 6 Innerducts with multiple cables shall be sealed with self-expanding waterproof foam. 40 7 The waterproof foam shall not be placed more than 2-inches into the innerduct. 8 9 8-20.3(6) Junction Boxes, Cable Vaults, and Pull boxes oft 10 The third paragraph is revised to read: 11 12 Adjustments involving raising or lowering the junction boxes shall require conduit 13 modification if the resultant clearance between the top of the conduit and the junction 14 box lid becomes less than 6-inches or more than 10-inches in accordance with the 15 Plans. r 16 17 8-20.3(8) Wiring 18 The following new paragraph is inserted after the third paragraph: .�. 19 20 All termination for traffic signal control systems shall follow the conductor sequence 21 color code as shown in the following table. 22 Conductor Color Code Color Trace Use Number 1 R Red Red or Don't Walk �,. 2 0 Orange Yellow or Spare 3 G Green Green or Walk ,,, 4 W White Neutral 5 B Black Ped Call or Spare 6 Wb White/Black Neutral or Spare 7 BI Blue Ped Call or Spare 8 Rb Red/Black Red or Don't Walk 9 Ob Orange/Black Yellow or Spare 10 Gb Green/Black Green or Walk •• 23 24 25 The first sentence in the fifth paragraph is deleted and replaced with the following: nr 26 27 Quick disconnect connectors shall be installed in the base of all poles supporting a 28 luminaire. Every conductor above ground potential shall be served by a fused quick 29 disconnect kit. Every conductor at ground potential shall be served by an unfused quick 30 disconnect kit. 114 a 1 2 The sixth paragraph is revised to read: 3 et 4 Pole and bracket cable meeting the requirements of Section 9-293(2)D shall be 5 installed between the quick disconnects and the luminaire and between the sign light 6 hand hole and the isolation switch. In addition the conductors from the isolation switch 7 and the sign light shall be minimum AWG 14 meeting the requirements of Section 9- 8 29.3(2)A or 9-29.3(2)B. Pole and bracket cable jacket shall be removed from the quick 9 disconnect to within 2-inches below the support bracket clamp. 10 11 8-20.3(9) Bonding, Grounding 12 The second sentence in the second paragraph is revised to read: 13 't' 14 Bonding jumpers and equipment grounding conductors meeting the requirements of 15 Section 9-29.3(2)A.3 shall be minimum AWG 8 installed in accordance with the NEC. 16 17 8-20.3(13)A Light Standards 18 Under the fourth paragraph, the third sentence of item 1. is revised to read: 19 20 Paint conforming to Section 9-08.1(2)B shall be applied to the cut conduit that has been 21 threaded. 22 ori 23 8-20.3(13)D Sign Lighting 24 This section is revised to read: 25 26 Sign illumination equipment shall include fixtures, brackets, conduit, electrical wire, and 27 other material required to make the sign lighting system operable. Sign illumination 28 fixtures shall be fused according to the table in Section 9-29.7. 29 30 8-20.3(13)E Sign Lighting Luminaires 31 The first paragraph is deleted. 32 33 8-20.4 Measurement 34 The first paragraph is revised to read: 35 36 When shown as lump sum in the Plans or in the Proposal as illumination, intelligent 37 transportation, or traffic signal system no specific unit of measurement will apply, but 38 measurement will be for the sum total of all items for a complete system to be furnished • 39 and installed. 40 41 8-20.5 Payment 42 The bid item "Traffic Data Accumulation and Ramp Metering System " is deleted and 43 replaced with the following: 45 "Intelligent Transportation System ", lump sum. 46 47 The first sentence of the paragraph following the bid item "Traffic Signal System_" lump 48 sum, is revised to read: 49 50 The lump sum Contract price for "Illumination System, ", `Traffic Signal System z 51 ", "Intelligent Transportation System ", shall be full pay for the construction of 52 the complete electrical system, modifying existing systems, or both, including sign a 115 ■r 1 lighting systems, as described above as shown in the Plans and herein specified 2 including excavation, backfilling, concrete foundations, conduit, wiring, restoring 3 facilities destroyed or damaged during construction, salvaging existing materials, and 4 for making all required tests. 5 6 SECTION 8-21, PERMANENT SIGNING es 7 August 3, 2009 8 8-21.3(4) Sign Removal 9 The following two new paragraphs are inserted after the first sentence in the first paragraph: 10 11 Sign Structures shall include sign bridges, cantilever sign Structures, bridge mounted "" 12 sign brackets, and any other sign mounting structure shown in the Plans to be removed 13 by the Contractor. 14 r 15 The embedded anchors attaching signs and sign Structures specified for removal to 16 existing concrete Structures shall be removed a minimum of one inch beneath the 17 existing concrete surface. The void left by removal of the embedded anchors shall be ..� 18 coated with epoxy bonding agent and filled with grout. The epoxy bonding agent shall 19 be Type II conforming to Section 9-26.1 with the grade and class as recommended by 20 the epoxy bonding agent manufacturer and as approved by the Engineer. The grout 21 shall consist of cement and fine aggregate mixed in the proportions to match the color 22 of the existing concrete surface as near as practicable. 23 24 8-21.3(9)F Bases 25 This section including title is revised to read: 26 27 8-21.3(9)F Foundations 28 The excavation and backfill shall be in conformance with the requirements of Section 2- 29 09.3(1)E. Where obstructions prevent construction of planned foundations, the 30 Contractor shall construct an effective foundation satisfactory to the Engineer. 31 32 The bottom of concrete foundations shall rest on firm ground. If the portion of the 33 foundation beneath the existing ground line is formed or cased instead of being cast +� 34 against the existing soil forming the sides of the excavation, then all gaps between the 35 existing soil and the completed foundation shall be backfilled and compacted in 36 accordance with Section 2-09.3(1)E. IMO 37 38 Foundations shall be cast in one operation where practicable. The exposed portions 39 shall be formed to present a neat appearance. Class 2 surface finish shall be applied to 40 exposed surfaces of concrete in accordance with the requirements of Section 6- 41 02.3(14)B. 42 43 -Where-soil conditions are poor, the--Engineer-may-order the-Contractor-to-extend the 44 foundations shown in the Plans to provide additional depth. Such additional work will be 45 paid for according to Section 1-04.4. 46 47 Forms shall be true to line and grade. Tops of foundations for roadside sign structures 48 shall be finished to ground line, unless otherwise shown in the Plans or directed by the 49 Engineer. Tops of foundations for sign bridges and cantilever sign structures shall be 50 finished to the elevation shown in the Plans. 51 Imo me. 116 a 1 Both forms and ground which will be in contact with the concrete shall be thoroughly 2 moistened before placing concrete; however, excess water in the foundation excavation 3 will not be permitted. Forms shall not be removed until the concrete has set at least I. 4 three days. All forms shall be removed, except when the Plans or Special Provisions 5 specifically allow or require the forms or casing to remain. 6 7 Foundation concrete shall conform to the requirements for the specified class, be cast- 8 in-place concrete and be constructed in accordance with Section 6-02.2 and 6-02.3. 9 arri 10 Sign structures shall not be erected on concrete foundations until foundations have 11 attained a compressive strength of 2,400 psi. 12 13 In addition to the basic requirements, sign bridges and cantilever sign structures shall 14 be installed in accordance with the following: 15 16 1. Tops of foundations for sign bridges and cantilever sign structures shall be teli 17 finished to the elevation shown in the Plans. 18 19 2. Steel reinforcing bars shall conform to Section 9-07. 20 21 3. Concrete shall be Class 4000, except as otherwise specified. Where water is 22 present in the shaft excavations for Type 1 foundations for sign bridges and 23 cantilever sign structures, the shaft concrete shall be Class 4000P placed in 24 accordance with Section 6-02.3(6)B. 25 26 4. All bolts and anchor bolts shall be installed so that two class full threads extend 27 beyond the top of the top heavy-hex nut. Anchor bolts shall be installed plumb, 28 plus or minus 1 degree. 29 30 5. Plumbing of sign bridges and cantilever sign structures shall be accomplished 31 by adjusting leveling nuts. Shims or other similar devices for plumbing or f. 32 raking will not be permitted. a 33 34 6. The top heavy-hex nuts of sign bridges and cantilever sign structures shall be 35 tightened in accordance with Section 6-03.3(33), and by the Turn-Of-Nut r 36 Method to a minimum rotation of 1/4 turn and a maximum of 1/3 turn past snug 37 tight. Permanent marks shall be set on the base plate and nuts to indicate nut 38 rotation past snug tight. 39 40 In addition to the basic requirements, roadside sign structures shall be installed in 41 accordance with the following: 42 43 1. Tops of foundations shall be finished to final ground line, unless otherwise ------___ -- 44 _- -.-----_._-_--shown in the Plans or staked by--the-Engineer-..45 a 46 2. Spiral reinforcing shall conform to AASHTO M32. All other steel reinforcement 47 shall conform to the requirements of Section 9-07. 48 49 3. Concrete shalt be Class 3000. 50 51 4. The assembly and installation of all Type TP —A or B bases for roadside sign el 52 structures shall be supervised at all times by either a manufacturer's a 117 Or. 1 representative or an installer who has been trained and certified by the 2 manufacturer of the system. If the supervision is provided by a trained 3 installer, a copy of the installer certification shall be provided to the Engineer 4 prior to installation. 5 6 5. For all Type—A or B bases the Contractor shall attach four female anchors to a 7 flat rigid template following the manufacturer's recommendations. The 8 Contractor shall lower the anchor assembly into fresh concrete foundation and 9 vibrate into position such that the tops of the anchor washers are flush with the 10 finished top surface of the foundation. The Contractor shall support the 11 template such that all anchors are level and in their proper position. 12 13 Slip base and hinge connection nuts of roadside sign structures shall be tightened using 14 a torque wrench to the torque, and following the procedure, specified in the Standard 15 Plans. .. 16 17 8-21.3(9)G Identification Plates 18 The first and second sentences of this section are deleted. 19 20 8-21.3(10) Vacant 21 This section is revised to read: 22 23 8-21.3(10) Sign Attachment 24 Sign panels consisting of sheet aluminum or fiberglass reinforced plastic shall be - 25 attached or mounted to sign posts or sign structures as shown in the Standard Plans. 26 27 Signs not conforming to the above, including all variable message sign (VMS) 28 assemblies and other message board type assemblies, shall be attached or mounted to ea 29 sign posts or sign structures by means of positive connections - defined as through- 30 bolted connections. The use of clips or clamps to accomplish the attachment or 31 mounting of such signs and assemblies is prohibited. 32 33 8-21.3(12) Steel Sign Posts 34 This section is revised to read: IN 35 36 For roadside sign structures on Type — A or B bases, the Contractor shall use the 37 following procedures and manufacturer's recommendations: vow 38 39 1. The couplings, special bolts, bracket bolts, and hinge connection nuts on all 40 Type — A or B bases shall be tightened using the Turn-Of-Nut Tightening - 41 Method to a maximum rotation of 1/2 turn past snug tight. 42 43 2. The Contractor shall shim as necessary to plumb the steel sign posts. 44 ....-._.. 45 For roadside sign structures on all Type PL and SB slip bases, the Contractor shall use 46 the following procedures: 47 48 1. The Contractor shall assemble the steel sign post to stub post with bolts and 49 flat washers as shown in the Standard Plans. 50 51 2. Each bolt be tightened using a torque wrench to the torque, and following the 52 procedures specified in the Standard Plans. W„ 118 • 1 2 SECTION 8-22, PAVEMENT MARKING 3 April 6, 2009 Sri 4 8-22.3(2) Preparation of Roadway Surfaces 5 This section is revised to read: 6 7 All surfaces shall be dry, free of any loose debris and within the proper temperature 8 range prior to striping. When required by the pavement marking manufacturer's 9 installation instructions, remove pavement markings from pavement surfaces that will 10 adversely affect the bond of new pavement marking material to the roadway surface 11 according to Section 8-22.3(6). 12 at 13 Remove all other contaminants from pavement surfaces that may adversely affect the 14 installation of new pavement markings by sandblasting, shot-blasting, or sweeping. Air 15 blast the pavement with a high-pressure system to remove extraneous or loose ill 16 material. 17 18 Apply materials to new HMA that is sufficiently cured according to the manufacturer's 19 recommendations. Typically, Type D material applied to new HMA pavement requires a 20 pavement cure period of 21 days. This cure period may be reduced if the manufacturer 21 performs a successful bond test and approves the reduction of the pavement cure 22 period. 23 24 For new Portland Cement Concrete surfaces remove curing compounds and laitance by • 25 an approved mechanical means. Air blast the pavement with a high-pressure system to 26 remove extraneous or loose material. Apply materials to concrete that has reached a 27 minimum compressive strength of 2,500 psi and that is sufficiently cured according to 28 the manufacturer's recommendations. Typically, Type D material applied to Portland II 29 cement concrete pavement requires a pavement cure period of 28 days. This cure 30 period may be reduced if the manufacturer performs a successful bond test and 31 approves the reduction of the pavement cure period. 32 33 After the pavement surface is clean and dry, apply primer as recommended by the 34 manufacturer to the area receiving the pavement markings. Apply the primer in a to 35 continuous, solid film according to the recommendations of the primer manufacturer and 36 the pavement markings manufacturer. 37 38 8-22.3(3) Marking Application 39 The content of this section is deleted. This section is supplemented with the following new 40 sub-sections: 41 42 8-22.3(3)A Marking Colors 4-3 --- -Lane line and right edge line shall be white in-color.- Center line and left edge line shall 44 be yellow in color. Transverse markings shall be white, except as otherwise noted in the 45 Standard Plans. 46 47 8-22.3(3)B Line Patterns 48 Solid line—a continuous line without gaps. 49 50 Broken line—a line consisting of solid line segments separated by gaps. 51 119 Id r.r 1 Dotted line — a broken line with noticeably shorter line segments separated by 2 noticeably shorter gaps. - 3 4 8-22.3(3)C Line Surfaces 5 Flat Lines—Pavement marking lines with a flat surface. 6 7 Profiled Marking—A profiled pavement marking is a marking that consists of a base line 8 thickness and a profiled thickness which is a portion of the pavement marking line that is 9 applied at a greater thickness than the base line thickness. Profiles shall be applied 10 using the extruded method in the same application as the base line. The profiles may 11 be slightly rounded provided the minimum profile thickness is provided for the length of 12 the profile. See the Standard Plans for the construction details. 13 14 Embossed Plastic Line — Embossed plastic lines consist of a flat line with transverse 15 grooves. An embossed plastic line may also have profiles. See the Standard Plans for 16 the construction details. 17 18 8-22.3(3)D Line Applications +rr 19 Surface line — a line constructed by applying pavement marking material directly to the 20 pavement surface or existing pavement marking. 21 22 Grooved line—A line constructed by grinding or saw cutting a groove into the pavement 23 surface and spraying, extruding or gluing pavement marking material into the groove. 24 Groove depth is measured vertically from the bottom of a 2-foot or longer straight edge 25 placed on the roadway surface to the ground surface. The groove depth is dependent 26 upon the material used, the pavement surface and location. See these Standard 27 Specifications, the project Plans and Special Provisions. 28 29 8-22.3(3)E Installation 30 Apply pavement marking materials to clean dry pavement surfaces and according to the 31 following: - 32 33 1. Place material according to the manufacture's recommendations; 34 2. Place parallel double lines in one pass; 35 3. The top of pavement marking shall be smooth and uniform; 36 4. Line ends shall be square and clean;. 37 5. Place pavement marking lines parallel and true to line; and, ,. 38 6. Place markings in proper alignment with existing markings. 39 40 When applying paint, Type A or Type C material, ensure that both the pavement surface ,,M, 41 and the air temperature at the time of application are not less than 50°F and rising. 42 When applying Type B or Type D material, ensure that both the pavement surface and 43 the air temperature at the time of application are not less than 40°F and rising. 44 45 Ensure that the Type A thermoplastic material meets the manufacturers temperature 46 specifications when it contacts the pavement surface. 47 48 Two applications of paint will be required to complete all paint markings. The second 49 application of paint shall be squarely on top of the first pass. The time period between 50 paint applications will vary depending on the type of pavement and paint (low VOC so 51 waterborne, high VOC solvent, or low VOC solvent)as follows: 52 r. �. 120 4 a Pavement Type Paint Type Time Period Bituminous Surface Low VOC Waterborne 4-hours min., Treatment 48-hours max. imi Hot Mix Asphalt Pavement Low VOC Waterborne 4-hours min., 30-days max. Cement Concrete Low VOC Waterborne 4-hours min., Pavement 30-days max. Bituminous Surface High and Low VOC Solvent 40 min. min., Treatment 48 hrs. max. Hot Mix Asphalt Pavement High and Low VOC Solvent 40 min. min., 30-days max. iii Cement Concrete High and Low VOC Solvent 40 min. min., Pavement 30-days max. 1 a 2 3 Centerlines on 2-lane Highways with broken line patterns, paint or plastic, shall be 1 4 applied in the increasing mile post direction so they are in cycle with existing broken line 5 patterns at the beginning of the project. Broken line patterns applied to multi-lane or 6 divided Roadways shall be applied in cycle in the direction of travel. 7 la 8 Where paint is applied on centerline on two-way roads with bituminous surface 9 treatment or centerline rumble strips, the second paint application shall be applied in the 10 opposite (decreasing mile post) direction as the first application (increasing mile post) iiii 11 direction. This will require minor broken line pattern corrections for curves on the 12 second application. 13 Ili 14 8-22.3(3)F Application Thickness 15 Pavement markings shall be applied at the following base line thickness measured above ,, 16 the pavement surface or above the groove bottom for grooved markings in thousandths of 17 an inch (mils): ail 18 Marking Material Application HMA PCC BST Groove Depth al Paint-first coat spray 10 10 10 Paint- second coat spray 15 15 15 ei Type A-flat/transverse& symbols extruded 125 125 125 Type A-flat/long line&symbols spray 90 90 120 Type A-with profiles extruded 90 90 120 +ii Type A-embossed extruded 160 160 160 -_.._-.- . - . Type A-embossed with-profiles- -- extruded 160 -.1-60- 160 r Type A—grooved/flat/long line extruded 230 230 230 250 Type B -flat/transverse &symbols heat 125 125 125 fused rr Type C-2-flat/transverse &symbols adhesive 90 90 NA Type C-1 &2-flat/long line . adhesive 60 60 NA oi Type C-1 -grooved/flat/long line adhesive 60 60 NA 100 oil 121 a i.• Type D-flat/transverse &symbols spray 120 120 120 Type D-flat/transverse &symbols extruded 120 120 120 Type D-flat/long line spray 90 90 120 Type D-flat/long line extruded 90 90 120 Type D- profiled/long line extruded 90 90 120 Type D—grooved/flat/long line extruded 230 230 230 250 1 2 3 Liquid pavement marking material yield per gallon depending on thickness shall not 4 exceed the following: • 5 Mils thickness Feet of 4" Square feet/gallon line/gallon 10 483 161 15 322 108 18 268 89 NMI 20 242 80 22 220 73 or 24 202 67 30 161 54 40 122 41 45 107 36 60 81 27 "" 90 54 18 90 with profiles 30 10 120 40 13 120 with profiles 26 9 230 21 7 or 6 7 8 Solid pavement marking material (Type A) yield per 50-pound bag shall not exceed the 9 following: 10 Mils thickness Feet of 4" line/50# bag Square feet/50# bag "" 30 - flat 358 120 45 -flat 240 80 60 -flat t79 60 90 -flat 120 40 90 -flat with profiles 67 23 "" 120 -flat 90 30 120 -flat with profiles 58 20 125 - embossed 86 29 INO 122 a 125 - embossed with 58 20 profiles 230-flat grooved 47 15 1 - a 2 3 All grooved lines shall be applied into a groove cut or ground into the pavement. For 4 Type A or Type D material the groove shall be cut or ground with equipment to produce 5 a smooth square groove 4-inches wide. For Type C-1 material the groove shall be cut 6 with equipment to produce a smooth bottom square groove with a width in accordance 7 with the material manufacturer's recommendation. After grinding, clean the groove by 8 shot blasting or a method approved by Engineer. Immediately before placing the 9 marking material clean the groove with high pressure air. 10 11 8-22.3(3)A Glass beads 12 This section is renumbered as follows: 13 14 8-22.3(3)G Glass Beads ' ' 15 16 The second sentence in the second paragraph is revised to read: 17 18 For plastic pavement markings, glass bead type and application rate shall be as 19 recommended by the marking material manufacturer. 20 21 8-22.3(4) Tolerances for Lines 22 This section is revised to read: 23 a 24 Allowable tolerances for lines are as follows: 25 26 Length of Line — The longitudinal accumulative error within a 40-foot length of broken it 27 line shall not exceed plus or minus 1-inch. The broken line segment shall not be less 28 than 10 feet. 29 30 Width of Line — The width of the line shall not be less than the specified line width or 31 greater than the specified line width plus '/-inch 32 33 Lane Width — the lane width, which is defined as the lateral width from the edge of 34 pavement to the center of the lane line or between the centers of successive lane lines, 35 shall not vary from the widths shown in the Contract by more than plus or minus 4- g 36 inches. 37 38 Thickness — a thickness tolerance not exceeding plus 10-percent will be allowed for 39 thickness or yield in paint and plastic material application. Sri 40 41 Parallel Lines—the gap tolerance between parallel lines is plus or minus 1/2-inch. 42 43 8-22.3(5) Plastic Installation Instructions 44 This section's title is revised to read: 45 a 123 1 8-22.3(5) Installation Instructions 2 .�, 3 The following new sentences are inserted to follow the first sentence: 4 5 The instructions shall include equipment requirements, approved work methods and 6 procedures, material application temperature range, air and pavement surface 7 temperature requirements, weather limitations, precautions, and all other requirements 8 for successful application and material performance. Do not use materials with 9 incomplete or missing instructions. 10 11 SECTION 8-23, TEMPORARY PAVEMENT MARKINGS 12 April 6, 2009 "" 13 14 8-23.3(2) Beading and Tolerances 15 This section's content is deleted. This section's title is revised to read: "' 16 17 8-23.3(2) Marking Application 18 19 This section is supplemented with the following new sub-sections: 20 21 8-23.3(2)A Temporary Pavement Marking Paint 22 Paint used for temporary pavement markings shall be applied in one application at a 23 thickness of 15-mils or 108-square feet per gallon. Glass beads shall be in accordance 24 with Section 8-22.3(3)G IS 25 26 8-23.3(2)B Temporary Pavement Marking Tape 27 Surface preparation and application of temporary pavement marking tape shall be in 28 conformance with the manufacturer's recommendations. 29 30 8-23.3(2)C Temporary Raised Pavement Markers 31 Surface preparation and application of temporary flexible raised pavement markers shall 32 be in conformance with the manufacturer's recommendations. When temporary flexible 33 raised pavement markers are used for bituminous surface treatment operations, the .� 34 markers shall be installed with the protective cover in place. The cover shall be 35 removed after spraying asphaltic material. 36 37 Application of temporary raised pavement markers (other than temporary flexible raised 38 pavement markers)shall conform to the requirements of Section 8-09.3. 39 40 8-23.3(2)D Tolerance for Lines OW 41 Tolerance for lines shall conform to Section 8-22.3(4) 42 43 _SECTION 8.:.25 GLARE SCREEN ._ 44 January 7, 2008 45 8-25.3(1) Glare Screen Fabric 46 The second sentence in the second paragraph is revised to read: 47 48 Fastening to end, corner, and pull posts shall be with stretcher bars and fabric bands 49 spaced at 1-foot intervals. 50 i• 124 1 The fourth sentence in the second paragraph is revised to read: 2 3 Fabric shall be securely fastened to line and brace posts with tie wires, metal bands, or r 4 other approved methods, attached at 14-inch intervals. 5 6 8-25.3(5) Tension Cables 7 The following new paragraph is inserted in front of the first paragraph: 8 9 Fasten the tension cables after the posts have been installed and those set in concrete 10 have sufficiently cured. 11 12 The second sentence in the second paragraph is revised to read: 13 14 The top of the pull posts shall be braced diagonally to the bottom of the end, corner, or 15 brace posts with a short length of cable as shown in the Standard Plans. 16 si 17 This section is supplemented with the following: 18 19 Attach U-bolt wire rope clips to the cable ends by placing the base (saddle) of the clip 20 against the live end of the cable, while the "U" of the bolt presses against the dead end. 21 Two clips shall be used per end, spaced a minimum of six cable diameters apart with a 22 wire rope thimble placed securely in the loop eye to prevent kinking. 23 24 8-25.3(6) Fittings, Attachments and Hardware 25 The first paragraph is deleted. 26 27 The second paragraph is revised to read: 28 29 A galvanized iron strap 1/4-inch in thickness by 2-inches in width, formed as shown in 30 the Standard Plans, shall be provided for the attachment of eye bolts and eye nuts to 31 the base and top of the H column posts in order to take the strain of the cable tension 32 off the web of the H column. The straps are required between any tension cable fitting 33 and the H column, one per side, unless the screen post is mounted to a guardrail post, 34 then a strap is only required on the outside (nut side)face. The straps are only required iii 35 at tension cable attachment locations. 36 37 SECTION 9-00, DEFINITIONS AND TESTS 38 August 3, 2009 39 9-00 Definitions and Tests 40 In regards to sieve sizes, all references in this division to"U.S" and"Square" are deleted. 41 42 9-00.4 Sieve A-nalysis-of-Aggregate 43 This section including title is revised to read: 44 45 9-00 Sieves for Testing Purposes 46 Test sieves shall be made either: (1) of woven wire cloth conforming to AASHTO 47 Designation M 92 or ASTM Designation E 11, or (2) of square-hole, perforated plates 48 conforming to ASTM Designation E 323. 49 a • 125 •• 1 SECTION 9-02, BITUMINOUS MATERIALS 2 August 3, 2009 3 9-02.1 Asphalt Material, General 4 This section is supplemented with the following: 5 6 The Asphalt Supplier of Performance Graded Asphalt Binder (PGAB) and Cationic 7 Emulsified Asphalt shall have a Quality Control Plan (QCP) in accordance with WSDOT .• 8 QC 2 "Standard Practice for Asphalt Suppliers That Certify Performance Graded and 9 Emulsified Asphalts." The Asphalt Supplier's QCP shall be submitted and approved by 10 the WSDOT State Materials Laboratory.Any change to the QCP will require a new QCP 11 to be submitted. The Asphalt Supplier of PGAB and Cationic Emulsified Asphalt shall 12 certify through the Bill of Lading that the PGAB or Cationic Emulsified Asphalt meets the 13 Specification requirements of the Contract. 14 15 9-02.1(4)A Quality Control Plan 16 This section including title is revised to read: I 17 18 9-02.1(4)A Vacant 19 20 This section is supplemented with the following new subsection: 21 22 9-02.5 Warm Mix Asphalt (WMA)Additive 23 Additives for WMA shall be approved by the Engineer. NW 24 25 SECTION 9-03, AGGREGATES «r. 26 August 3, 2009 27 9-03 Aggregates 28 In regards to sieve sizes, all references in this division to"U.S" and "Square" are deleted. 29 30 9-03.1(1) General Requirements 31 The reference to ASTM C-1260 in the third, fifth, and sixth paragraphs is deleted. 32 33 The following new paragraph is inserted after the sixth paragraph: 34 �•• 35 The use of fly ash that does not meet the requirements of Table 2 of AASHTO M295 36 may be approved for use. The Contractor shall submit test results according to ASTM C 37 1567 through the Project Engineer to the State Materials Laboratory that demonstrate 38 that the proposed fly ash when used with the proposed aggregates and portland cement 39 will control the potential expansion to 0.20 percent or less before the fly ash and 40 aggregate sources may be used in concrete. The Contracting Agency may test the 41 proposed ASR-mitigation measure-to verify its-effectiveness. In the event of a dispute;.--- - 42 the Contracting Agency's results will prevail. 43 44 9-03.1(5)B Grading 45 The table following the second paragraph is revised to read: 46 Nominal 3 2-1/2 2 1-% 1 3/a '/z % No.4 Maximum r 126 iiii Aggregate Size 3%s 100 3" 93-100* 100 2 W 92-100* 100 a 2" 76-90 90-100* 100 I 1W 66-79 71-88 87-100* 100 oil 1" 54-66 58-73 64-83 82-100* 100 f 3/4" 47-58 51-64 55-73 62-88 87-100* 100 Nii W 38-48 41-54 45-61 57-83 81-100* 100 3/" 33-43 35-47 39-54 43-64 60-88 86-100* 100 iii No.4 22-31 24-34 26-39 29-47 34-54 41-64 48-73 68-100* No. 8 15-23 16-25 17-29 19-34 22-39 27-47 31-54 39-73 No. 16 9-17 10-18 11-21 12-25 14-29 17-34 20-39 24-54 28-73 No.30 5-12 6-14 6-15 7-18 8-21 9-25 11-29 13-39 16-54 No. 50 2-9 2-10 3-11 3-14 3-15 4-18 5-21 6-29 7-39 di No. 100 0-7 0-7 0-8 0-10 0-11 0-14 0-15 0-21 0-29 No.200 0-2.0 0-2.0 0-2.0 0-2.0 0-2.0 0-2.0 0-2.0 0-2.0 0-2.5 Ili * Nominal Maximum Size 1 9-03.4(2) Grading and Quality 2 The table following the second paragraph is revised to read: Ili 3 Crushed Screening Percent Passing 3 " / " 5 " 1 » 3 " 3 " /4 - /2 / - h - /8 - / — No. 4- No. 4 No. 4 No. 4 No. 10 0 1" 100 --- --- --- --- lei 3/4" 95-100 100 --- --- --- %" --- 95-100 100 -- --- %,, 0-20 --- 90-100 100 100 --- 3/" 0-5 -- 60-85 70-90 90-100 100 ati No.4 --- 0-10 . . . 0-3 0-5 0-20 76-100 iiii No. 10 --- 0-3 0-5 30-60 No. 200 0-1.5 0-1.5 0-1.5 0-1.5 0-1.5 0-10.0 ter` % 90 90 90 90 90 90 fracture, wir by weight, di 127 iiiii rrr min. 1 2 This section is supplemented with the following: 3 4 Fine aggregate used for choke stone applications meeting the grading requirements of 5 Section 9-03.1(2)B may be substituted for the No.4-0 gradation. 6 7 9-03.6(3) Test Requirements 8 The sentence above the last paragraph is revised to read: 9 10 WSDOT Test Method T 718 Pass 11 12 9-03.8(2) HMA Test Requirements 13 Under Mix Criteria, in the chart following number 4, "Modified Lottman Stripping Test" is 14 revised to"Stripping Evaluation WSDOT Test Method T 718". 15 16 9-03.8(3)B Gradation - Recycled Asphalt Pavement and Mineral Aggregate 17 This section is revised to read: 18 19 The gradation for the new aggregate used in the production of the HMA shall be the .. 20 responsibility of the Contractor, and when combined with recycled material, the 21 combined material shall meet the gradation Specification requirements for the specified 22 Class HMA as listed in Section 9-03.8(6) or as shown in the Special Provisions. The �. 23 new aggregate shall meet the general requirements listed in Section 9-03.8(1) and 24 Section 9-03.8(2). No contamination by deleterious materials will be allowed in the old 25 asphalt concrete used. 26 27 9-03.8(7) HMA Tolerances and Adjustments 28 Number 1. including the associated chart is revised to read: 29 30 1. Job Mix Formula Tolerances. The constituents of the mixture at the time of 31 acceptance shall conform to the following tolerances: 32 Statistical Nonstatistical Commercial Evaluation Evaluation Evaluation Aggregate, percent passing 1", 3/", 1/2" and %" ± 6% ± 6% ± 8% sieves No. 4 sieve ±5% ± 6% ±8% rim No. 8 sieve ±4% ± 6% ± 8% No. 200 sieve ±2.0% ± 2.0% ± 3.0% Asphalt binder ±0.5% ± 0.5% ± 0.7% Air Voids, Va 2.5% minimum and 5.5% maximum , 33 11111 34 .• ... 128 • 1 These tolerance limits constitute the allowable limits as described in Section 1-06.2. 2 The tolerance limit for aggregate shall not exceed the limits of the control points, 3 except the tolerance limits for sieves designated as 100% passing will be 99-100. Ng 4 5 9-03.17 Foundation Material Class A and Class B 6 This section is revised to read: ,w 7 8 Foundation material Class A and Class B shall conform to the following gradations: 9 0 Percent Passing Sieve Size Class A Class B 2W 98-100 95-100 2" 92-100 75-100 o 1W 72-87 30-60 3/" 27-47 0-5 ii 3/" 3-14 -- No. 4 0-5 --- at 10 All percentages are by mass. 11 12 9-03.20 Test Methods for Aggregates 13 This section is revised to read: 14 15 The properties enumerated in these Specifications shall be determined in accordance 16 with the following methods of test: "iii 17 Title Test Method ' FOP for AASHTO T 2 for Standard WSDOT FOP for AASHTO Practice for Sampling Aggregates T 2 Organic Impurities in Fine Aggregates AASHTO T 21 ea for Concrete Clay Lumps and Friable Particles in AASHTO T 112 ill Aggregates Resistance to Degradation of Small AASHTO T 96 Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine Material Finer than 0.075 mm (No. AASHTO T 11 iii 200) Sieve in Mineral Aggregates by Washing illi FOP for AASHTO for Determining the WSDOT FOP for AASHTO Percentage of Fracture in Coarse TP 61 Aggregates sit FOP for WAQTC/AASHTO for Sieve WAQTC FOP for AASHTO w 129 to Analysis of Fine and Coarse T 27/11 Aggregates FOP for AASHTO T 176 for Plastic WSDOT FOP for AASHTO Fines in Graded Aggregates and Soils T 176 by Use of the Sand Equivalent Test f Method of Test for Determination of WSDOT T 113 Degradation Value Particle Size Analysis of Soils AASHTO T 88 Method of Test for Determination of WSDOT T 611 the Resistance (R Value)of Untreated Bases, Subbases, and Basement Soils by the Stabilometer 1 2 9-03.21(1) General Requirements 3 The first paragraph is supplemented with the following: 4 amp 5 The Contractor shall provide a certification that the recycled materials are in 6 conformance with the requirements of the Standard Specifications prior to delivery. The 7 certification shall include the percent by weight of each recycled material. 8 9 This section is supplemented with the following sub-sections: 10 11 9-03.21(1)A Recycled Hot Mix Asphalt 12 For recycled materials incorporating hot mix asphalt the Contractor shall verify the 13 maximum bitumen content for the blended mix. The Contractor shall use WSDOT FOP 14 for AASHTO T 308 (a statewide average of 0.70 may be used as a calibration factor) 15 and WSDOT FOP for AASHTO T 329 or other tests approved by the Engineer to 16 determine the total bitumen content. ..p 17 18 9-03.21(1)B Recycled Portland Cement Concrete Rubble 19 For recycled materials incorporating Portland cement concrete rubble the product r„r 20 supplier shall perform total lead content testing quarterly. Tests shall include a minimum 21 of five samples. Sample collection shall be conducted according to ASTM D 75. Total 22 lead content testing will be conducted according to EPA Method 3010/6010. A test shall 0.• 23 not exceed 250 ppm using a total lead analysis EPA Test Method 6010. In addition, the 24 Toxicity Characteristics Leaching Procedure, EPA Test Method 1311 shall be used and a 25 test shall not exceed 5.0 ppm. The product supplier shall keep all test results on file. 26 WO 27 9-03.21(1)C Recycled Glass Aggregates 28 The product supplier shall perform total lead content testing quarterly.Tests shall include 29 a minimum of five samples. Sample-collection shall-be conducted according to ASTM D 30 75.Total lead content testing will be conducted according to EPA Method 3010/6010. 31 32 A test shall not exceed 250 ppm using a total lead analysis EPA Test Method 6010. In 33 addition, the Toxicity Characteristics Leaching Procedure, EPA Test Method 1311 shall 34 be used and a test shall not exceed 5.0 ppm. The product supplier shall keep all test 35 results on file. �. 36 ww 130 4 al 1 9-03.21(1)D Recycled Steel Furnace Slag 2 The Contractor shall provide to the Engineer the steel furnace slag blends that will be 3 used in the final product prior to use. oil 4 5 Maximum Allowable Percent(by weight)of Recycled Material 6 ii Hot Mix Concrete Recycled Glass Steel Asphalt Rubble Furnace Stag mil Fine Aggregate for 9-03.1(2) 0 0 0 0 Portland Cement Concrete e Coarse Aggregates 9-03.1(4) 0 0 0 0 for Portland Cement Concrete Aggregate for 9-03.6 Asphalt Treated Base(ATB) Aggregates for Hot 9-03.8 See 5-04.2 0 0 20 Mix Asphalt Ballast 9-03.9(1) 20 100 15 20 Shoulder Ballast 9-03.9(2) 20 100 15 20 Crushed Surfacing 9-03.9(3) 20 100 15 20 Aggregate for 9-03.10 20 100 15 20 Gravel Base Gravel Backfill for 9-03.12(1)A 20 100 15 20 Foundations— Class A rr Gravel Backfill for 9-03.12(1)B 20 100 15 20 Foundations— Class B rr Gravel Backfill for 9-03.12(2) 0 100 15 20 Walls Gravel Backfill for 9-03.12(3) 0 100 15 20 reli Pipe Zone Bedding Gravel Backfill for 9-03.12(4) 0 100 100 0 Drains w Gravel Backfill for 9-03.12(5) 0 0 100 0 Drywells Backfill for Sand 9-03.13 0 100 100 0 • Drains Sand Drainage 9-03.13(1) 0 100 100 0 fia Blanket Gravel Borrow 9-03.14(1) 20 100 100 20 Select Borrow 9-03.14(2) 20 100 100 20 e ii 131 ell Select Borrow 9-03.14(2) 100 100 100 20 (greater than 3-feet below Subgrade and side slopes) Common Borrow 9-03.14(3) 20 100 100 20 Common Borrow- 9-03.14(3) 100 100 100 20 (greater than 3-feet below Subgrade .r and side slopes) Foundation 9-03.17 0 100 100 20 Material Class A +. and Class B Foundation 9-03.18 0 100 100 20 Material Class C Bank Run Gravel 9-03.19 0 100 100 20 for Trench Backfill 1 2 3 9-03.21(2) Recycled Hot Mix Asphalt 4 This section including title is deleted in its entirety. 5 6 9-03.21(3) Recycled Portland Cement Concrete Rubble 7 This section including title is deleted in its entirety. `�• 8 9 9-03.21(4) Recycled Glass Aggregates 10 This section including title is deleted in its entirety. 11 12 9-03.21(5) Steel Furnace Slag 13 This section including title is deleted in its entirety. imp 14 15 SECTION 9-04, JOINT AND CRACK SEALING MATERIALS 16 December 1, 2008 17 9-04.1(2) Premolded Joint Filler for Expansion Joints 18 This section is revised to read: 19 20 Premolded joint filler for use in expansion (through) joints shall conform to either 21 AASHTO M 213 Specifications for "Preformed Expansion Joint Fillers for Concrete 22 Paving and Structural Construction" except the requirement for water absorption is 23 deleted, or ASTM D 7174 Specifications for "Preformed Closed-Cell Polyolefin 24 Expansion Joint Fillers for Concrete Paving and Structural Construction." .25 26 9-04.2(1) Hot Poured Joint Sealants 27 This section is revised to read: 28 29 Hot poured joint sealants shall meet the requirements of AASHTO M 324 Type IV except 30 that the Cone Penetration at 25°C shall be 130 max. Hot poured joint sealants shall be 31 sampled in accordance with ASTM D 5167 and tested in accordance with ASTM D 32 5329. The Hot poured joint sealant shall have a minimum Cleveland Open Cup Flash 33 Point of 205°C in accordance with AASHTO T 48 rr 132 i2. a. 1 2 SECTION 9-05, DRAINAGE STRUCTURES, CULVERTS, AND CONDUITS 3 August 3, 2009 4 This section is supplemented with the following new sub-sections: 5 6 9-05.50 Precast Concrete Drainage Structures 7 8 9-05.50(1) Fabrication Tolerances and requirements 9 All precast concrete items shall meet the requirements of AASHTO M199, fabricated as 10 shown on the Plans, and shall meet the tolerances and revisions as listed below: 11 oi 12 1. The following information shall be legibly marked on each precast product 13 (excluding rectangular and round adjustment sections). Marking shall be 14 indented into the concrete, painted thereon with waterproof paint, or contained 15 within a bar-coded sticker firmly attached to the product: 16 17 a. Fabricator name or trademark. 18 b. Date of manufacture. "'i 19 20 2. Catch Basins(to include Type 1, Type 1L,Type 1P), and Concrete Inlets 21 a. Knock-out wall thickness, measured at thinnest point, 11/2"to 2W oo 22 b. Knock-out diameter, 5% plus/minus allowance. 23 c. Base thickness, measured at thinnest point, 4"with '/" minus tolerance. 24 d. All other dimensions as shown on plans, 5% plus/minus allowance. 25 26 3. Catch Basin Type 2, and Manhole Type 1, 2, 3 27 a. Knock-out diameter, 5% plus/minus allowance., 28 29 4. Flat Slab Tops 30 a. Round or rectangular opening, 5% plus/minus allowance. oo 31 32 5. Rectangular or Circular Adjustment Sections 33 a. Opening size or diameter, 5% plus/minus allowance. 34 35 6. Conical Sections 36 a. Top opening diameter, 5% plus/minus allowance. 37 a 38 7. Grate Inlets 39 a. Knock-out wall thickness, measured at thinnest point, 1W to 21/2. 40 b. Knock-out diameter, 5% plus/minus allowance. 41 c. Opening size, 2% % plus/minus allowance. 42 43 8. . -Drop Inlets oi 44 a. Knock-out diameter, 1" plus/minus allowance. 45 46 9-05.50(2) Manholes 47 Precast concrete manholes shall meet the requirements of AASHTO M 199. 48 49 The joints may be the tongue and groove type or the shiplap type, sufficiently deep to 50 prevent lateral displacement. 'i 51 a 133 of 1 When secondary synthetic fiber reinforcement is used in 48-inch diameter by 3-foot high 2 eccentric or concentric cone sections the synthetic fiber shall meet the requirements of „■, 3 Section 9-05.50(9). A minimum of two hoops of W2 wire shall be placed in the 48-inch 4 end of each cone. No steel is-required in the remainder of the cone. 5 6 Precast manhole sections 48-inch diameter, with no knock-outs, may be produced using 7 no steel reinforcement. As an alternate to conventional steel reinforcement, producers 8 shall use synthetic structural fibers meeting the requirements of Section 9-05.50(10). 9 "n 10 9-05.50(3) Precast Concrete Catch Basins 11 Precast concrete catch basins shall conform to the requirements of Section 9-05.50(1), 12 except that the dimensions shall be as set forth in the Plan. 13 14 When secondary synthetic fiber reinforcement is used to produce Type 1, Type 1L and 15 Type 1P, Catch Basins, the synthetic fiber shall meet the requirements of Section 9- 16 05.50(9). A minimum amount of steel reinforcement shall be used to reinforce the area 17 around the knockouts. Steel reinforcing shall consist of a No. 3 horizontal hoop 18 reinforcing bar located above the knockouts, and a No. 3 vertical reinforcing bar in each 19 corner, extending a minimum of 18-inches below the top surface of the catch basin. 20 21 Catch Basin Type 1 may be produced using structural synthetic fibers meeting the 22 requirements of Section 9-05.50(10). Catch Basin Type 1 shall contain one hoop of No. 23 3 reinforcing bar around the top perimeter. 24 25 Knockouts or cutouts may be placed on all four sides and may be round or D shaped. 26 27 9-05.50(4) Precast Concrete Inlets 28 Precast concrete inlets shall conform to the requirements of Section 9-05.50(1) except 29 that the dimensions shall be as set forth in the Plans. 30 31 9-05.50(5) Precast Concrete Drywells "" 32 Precast concrete drywells shall meet the requirements of Section 9-05.50(1). Seepage 33 port size and shape may vary per manufacturer. Each seepage port shall provide a 34 minimum of 1 square inch and a maximum of 7 square inches for round openings and 35 15 square inches for rectangular openings.The ports shall be uniformity spaced with at 36 least one port per 8-inches of drywell height and 15-inches of drywell circumference. 37 38 Precast Drywells may be produced using no steel reinforcement. As an alternate to 39 conventional steel reinforcement, producers shall use synthetic structural fibers 40 meeting the requirements of Section 9-05.50(10). 41 42 9-05.50(6) vacant 43 44 .. 7 vacant 45 46 9-05.50(8) vacant ivy 47 48 9-05.50(9) Synthetic Fibers for Precast Units 49 The synthetic fiber, either nylon multifilament fibers or polypropylene fibrillated fibers, 50 shall meet the requirements of ASTM C 1116 , Section 4.1.3 3 and ICC ES AC 32, 51 Sections 4.1.1 and 4.1.2. Synthetic fibers shall be added at a minimum dosage rate of ww 134 I 1 1.0 pound of Nylon Multifilament fibers per cubic yard of concrete or 1.5 pounds of 2 Polypropylene Fibrillated fibers per cubic yard of concrete and shall be thoroughly 3 mixed with the concrete before placement in the forms. The synthetic fibers shall be a 4 minimum of 0.75-inches and a maximum of 2-inches in length. 5 6 9-05.50(10) Synthetic Structural Fibers for Precast Units 7 Synthetic fibers shall be monofilament or monofilament/fibrillated blend made of 8 polyolefin, polypropylene or polypropylene/polyethylene blend, meeting the 9 requirements of ATSM C 1116, Section 4.1.3, and ICC ES Acceptance Criteria 32, 10 Sections 4.1.3 and 4.1.2. Additionally the vendor or manufacturer shall furnish an 11 Engineering Report which provides test data in accordance with ASTM C 1018 and/or 12 ASTM C 1399 from an ICC qualified commercial laboratory relating to the specification 13 requirements. 14 15 The vendor or manufacturer shall provide a letter of certification stating compliance with 16 specifications and/or standard codes. di 17 18 The fibers shall be a minimum of 2 inches in length, and have an aspect ratio (length 19 divided by the equivalent diameter of the fiber) between 70 and 100 when the fibers are 20 in their final phase. 21 22 The fibers shall have a minimum tensile strength of 50 ksi, and a minimum modulus of 23 elasticity of 600 ksi, when tested in accordance with ASTM D 3822. 24 25 Precast drainage units shall have a minimum dosage rate of 3.75 lbs/cu yd. or more in di 26 order to obtain an Average Residual Strength (ARS) of 175 PSI when tested in 27 accordance with ASTM C1018 and/or ASTM C1399. Fiber supplier shall submit 28 independent laboratory data to support ARS results. 29 30 SECTION 9-06, STRUCTURAL STEEL AND RELATED MATERIALS 31 August 3, 2009 32 9-06.5(3) High Strength Bolts 33 Paragraphs one through four are revised to read as follows: 34 35 High-strength bolts for structural steel joints shall conform to either AASHTO M 164 36 Type 1 or 3, or AASHTO M 253 Type 1 or 3, as specified in the Plans or Special 37 Provisions. 38 39 Galvanized AASHTO M 164 Type 1 bolts with an ultimate tensile strength above 145 ksi 40 shall be tested for embrittlement. Embrittlement testing shall be conducted after r 41 galvanization in accordance with ASTM F 606, Section 7. The Manufacturer's 42 Certificate of Compliance for the lot provided shall show the ultimate tensile strength 43 test results: 44 45 Bolts conforming to AASHTO M 253 shall not be galvanized. AASHTO M 253 Type 1 46 bolts shall be painted with two coats of paint, conforming to Section 9-08.1(2)B, with a 47 minimum dry film thickness of 2 mils per coat, when specified in the Plans or Special 48 Provisions. 49 50 Bolts for unpainted and nongalvanized structures shall conform to either AASHTO M 51 164 Type 3 or AASHTO M 253 Type 3, as specified in the Plans or Special Provisions. 135 r• 1 2 Nuts for high strength bolts shall meet the following requirements: 3 4 AASHTO M 164 Bolts 5 Black Type 1 AASHTO M 291 Grade C, C3, DH and DH3 6 AASHTO M 292 Grade 2H 7 Black weathering Type 3 AASHTO M 291 Grade C3 and DH3 8 Galvanized Type 1 AASHTO M 291 Grade DH 9 AASHTO M 292 Grade 2H - 10 11 AASHTO M 253 Bolts 12 Black Type 1 AASHTO M 291 Grade DH, DH3 wa 13 AASHTO M 292 Grade 2H 14 Black weathering Type 3 AASHTO M 291 Grade DH3 15 16 9-06.13 Copper Seals 17 This section including title is revised to read: 18 19 9-06.13 Vacant 20 21 9-06.16 Roadside Sign Structures 22 This section is revised to read: 23 24 All bolts, nuts, washers, cap screws, and coupling bolts shall conform to AASHTO M imp 25 164 and Section 9-06.5(3).All connecting hardware shall be galvanized after fabrication 26 in accordance with AASHTO M 232. 27 28 Posts for single post sign structures shall meet the requirements of ASTM A 500 Grade 29 B or ASTM A 53 Grade B, Type E or S. 30 31 Posts for perforated square steel posts shall meet the requirements of ASTM A 653 32 Grade 50. Perforated square steel posts shall be finished in accordance ASTM A 653 33 G90 Structural Quality Grade 50 or ASTM A 653 G140. 34 35 Slip bases (SB1, SB2, and SB3) for perforated square steel posts shall conform to the 36 following: 37 38 Plates ASTM A 572 39 Casting (SB3) ASTM A 536 Grade 65-45-12 and ASTM A 153 40 Tubing ASTM A 500 Grade B ;,• 41 Angle Iron (SB1) ASTM A 36 42 43 Except as noted otherwise, the slip bases (SB1, SB2, and SB3) for perforated square 44 --steel posts-shall be hot-dipped galvanized: r. 45 46 The heavy duty anchor used for perforated square steel posts (ST-4) shall meet the 47 requirements of ASTM A 500 Grade B and shall be hot dipped galvanized. 48 49 Wide flange steel or solid square steel posts for multiple post sign structures shall 50 conform to either ASTM A 36 or ASTM A 992. Posts conforming to either ASTM A 588 or 51 ASTM A 572 Grade 50 may be used as an acceptable alternate to the ASTM A 36 and rr 136 5 ii 1 ASTM A 992 posts.All steel not otherwise specified shall conform to either ASTM A 36 2 or ASTM A 992. 4 3 rii 4 Except as noted otherwise all steel, including posts, base plates, and base stiffeners, 5 shall be galvanized after fabrication in accordance with AASHTO Mill. 6 il 7 Base connectors for multiple directional steel breakaway posts shall conform to the 8 following: 9 1 iii 0 Brackets Aluminum Alloy 6061 T-6 11 Bosses for Type TPB Brackets ASTM A 582 12 Anchor Ferrules Type 304 stainless steel for threaded portion. 13 AISI 1045 steel rod and AISI 1008 coil for iii 14 cage portion. 15 16 Anchor couplings for multiple directional steel breakaway posts shall conform to AMS ail 17 6378D with a tensile breaking strength range as follows: 18 19 Type TPA 17,000 to 21,000 lb. ,1 20 Type TPB 47,000 to 57,000 lb. 21 ra 22 For multi-directional breakaway base connectors, shims shall conform to ASTM A 653, iiii 23 SS Grade 33, Coating Designation G 165. 24 25 SECTION 9-07, REINFORCING STEEL si 26 August 3, 2009 27 9-07.1(2) Bending ii 28 The first paragraph is supplemented with the following: 29 30 The dimensions shown in the Plans are out-to-out unless shown otherwise. 31 iiiii 32 This section is supplemented with the following: 33 34 Hooked ends of steel reinforcing bars shall be standard hooks unless shown otherwise tli 35 in the Plans. Standard hooks shall consist of a 90, 135 or 180 degree bend as shown in 36 the Plans plus a minimum bar extension at the free end of the bar shown in the table 37 below. Seismic hooks shall consist of a 135 degree bend plus a minimum bar extension ii 38 at the free end of the bar shown in the table below. 39 Minimum Bar Extensions for Standard and Seismic Hooks iii 180° 135°Hook 90° Hook Hook Bar Size All Bars Seismic All Other Stirrups and All Other iii Hook Bars Ties Bars No. 3 2 '/2" 3" 2 'A" 2 '/a" 4'/2" No 4 2'/2" 3" 3" 3" 6" No. 5 2 '/2" 3%" 3 3/" 33/4" 7'h" iii No. 6 3" 4 '/2" 4'/Z' 9" 9" No 7 3 W 5 '/," 5 '/a" 10%2" 101/2" 2 No. 8 4" 6" 6" 12" 12" al No. 9 4%" 133/" iii 137 sii No. 10 51/4" 15%" No. 11 5%" 17" No. 14 7" 20 '/" No. 18 9 '/" 27 %" 1 2 3 9-07.1(3) Lengths 4 The content of this section is deleted and replaced with the following: 5 6 Net length is the length of bar along the bar centerline from end to end. Net lengths of 7 bent bars shown in the "LENGTH" column of the bar list in the plans are rounded to the 8 nearest inch. us 9 10 9-07.3 Epoxy Coated Steel Reinforcing Bars 11 The reference to ASTM A 06 in number 1. of the first paragraph is revised to ASTM A 12 706. 13 14 9-07.5 Dowel Bars (For Cement Concrete Pavement) VW 15 The content of this section is deleted and replaced with the following subsections: 16 17 9-07.5(1) Epoxy Coated Dowel Bars (For Cement Concrete Pavement) 18 Epoxy Coated dowel bars shall be round plain steel bars of the dimensions shown in the 19 Standard Plans. They shall conform to AASHTO M 31, Grade 60 or AASHTO M 255, 20 Grade 60 and shall be coated in accordance with ASTM A 934. The thickness of the 21 epoxy coating shall be 10 mils plus or minus 2 mils. In addition, the requirements of 22 Section 9-07.3, Items 2, 3, 4, 5, 6, and 9 shall apply. 23 24 9-07.5(2) Corrosion Resistant Dowel Bars (For Cement Concrete 25 Pavement) 26 Corrosion resistant dowel bars shall be 1 1/2 inch outside diameter plain round steel bars 27 18 inches in length and meet the requirements one of the following types: 28 29 A. Stainless Steel Clad dowel bars shall have a minimum 0.06 inches clad to a 30 plain steel inner bar meeting the chemical and physical properties of AASHTO " 31 M 31, Grade 60, or AASHTO M 255, Grade 60. Stainless Steel clad shall meet 32 the chemical properties of ASTM A 276, Type 316L. 33 ++ 34 B. Stainless Steel Tube dowel bars shall have a minimum 0.06 in thick tube 35 press-fitted onto a plain steel inner bar meeting the chemical and physical 36 properties of AASHTO M 31, Grade 60, or AASHTO M 255, Grade 60. A 37 lubricant/adhesive shall be used between the tube and the plain steel bar to fill 38 any voids. Stainless Steel Tube material shall meet the chemical properties of 39 ASTM A 276, Type 316L. 41 C. Stainless Steel Solid dowel bars shall be ASTM A 276, Type 316L. 42 43 D. Corrosion-resistant low-carbon; chromium plain steel bars for concrete 44 reinforcement meeting all the requirements of ASTM A 1035. 45 46 E. Zinc Clad dowel bars shall be of the dimension shown in the standard plans - 47 and shall have a minimum 0.04 inches.A710 Zinc alloy clad to a plain steel 48 inner bar meeting the chemical and physical properties of AASHTO M 31, , , 138 1 Grade 60 or AASHTO M 255, Grade 60. A710 Zinc shall be composed of: ZN- 2 99.5 percent, by weight, minimum; CU—0.1 —0.25 percent, by weight; and Fe- 3 0.0020 percent, by weight, maximum. 4 5 The surface of the finished cut-to-length corrosion-resistant low-carbon; chromium plain 6 steel bars for concrete reinforcement meeting all the requirements of ASTM A 1035 ill 7 dowels shall be provided with a hot-rolled, as-rolled finish including mill scale. The 8 surface of all other finished cut-to-length dowels shall be provided with a smooth 9 "ground" or"cold drawn"finish. 10 11 Stainless Steel Clad and Tube Dowel bar ends shall be sealed with a patching material 12 (primer and finish coat) used for patching epoxy-coated reinforcing steel as required in 13 Standard Specification 9-07.3 item 6. 14 15 9-07.6 Tie Bars (For Cement Concrete Pavement) 16 The first paragraph is revised to read: 17 18 lie bars shall conform to the requirements of the Standard Specifications for Deformed 19 Billet Steel Bars for Concrete Reinforcement, AASHTO M 31, Grade 60 and shall be 20 coated in accordance with AASHTO M 284 or corrosion-resistant uncoated low-carbon; 21 chromium deformed steel bars for concrete reinforcement meeting all the requirements 22 of ASTM A 1035. 23 24 9-07.10 Prestressing Reinforcement Strand 25 The third sentence in the third paragraph is revised to read: 26 27 The mill certificate and test report shall include the yield and ultimate strengths, 28 elongation at rupture, modulus of elasticity, and the stress strain curve for the actual 29 prestress reinforcing intended for use. 30 31 32 The first sentence in the fourth paragraph is revised to read: 33 For every 5 reels furnished, one sample, not less than 5%-feet long, shall be sent to the 34 Engineer for testing. 35 36 9-07.11 Prestressing Reinforcement Bar 37 The fifth and sixth paragraphs are revised to read: 38 39 The Contractor shall supply a Manufacturer's Certificate of Compliance in accordance 40 with Section 1-06.3 for each bar. The Contractor shall supply a Manufacturer's 41 Certificate of Compliance in accordance with Section 1-06.3 for all nuts and couplers 42 confirming compliance with the specified strength requirement. 43 44 For each heat of steel for high-strength steel bar, the Contractor shall submit two 45 samples, each not less than 5%-feet long, to the Engineer for testing. 46 47 SECTION 9-08, PAINTS 48 August 3, 2009 49 This section including title is deleted in its entirety and replaced with the following: 50 r 139 rr. 1 9-08 PAINTS AND RELATED MATERIALS 2 all 3 9-08.1 Paint 4 5 9-08.1(1) Description .■ 6 Paints used for highway and bridge structure applications shall be made from materials 7 meeting the requirements of the applicable Federal and State Paint Specifications, 8 Department of Defense (DOD), American Society on Testing of Materials (ASTM), and 9 Steel Structures Painting Council (SSPC) specifications in effect at the time of 10 manufacture. The colors, where designated, shall conform to Section 9-08.1(8). 11 12 9-08.1(2) Paint Types 13 14 9-08.1(2)A Vinyl Pretreatment 15 Vinyl pretreatment shall be a two-component basic zinc chromate-vinyl butyral wash 16 primer conforming to DOD-P-15328 (Formula 117 for Metals) and SSPC Paint 27. Zinc 17 chromate shall be the insoluble type. The paint shall be supplied as two components 18 that are mixed together just prior to use. 19 20 9-08.1(2)B Galvanizing Repair Paint, High Zinc Dust Content 21 Galvanizing repair paint shall conform to Federal Specification MIL-P-21035B. 22 23 9-08.1(2)C Inorganic Zinc Rich Primer 24 Inorganic zinc rich primer shall be a two component self-curing inorganic zinc-rich paint 25 conforming to either AASHTO M 300 or SSPC Paint 20 Type I. 26 27 9-08.1(2)D Organic Zinc Rich Primer ■" 28 Organic zinc rich epoxy primer shall be a high performance two-component epoxy 29 conforming to SSPC Paint 20 Type II. 30 31 9-08.1(2)E Epoxy Polyhamide 32 Epoxy polyamide primer shall be a two-component VOC compliant epoxy system, 33 conforming to MIL-DTL-24441. ., 34 35 9-08.1(2)F Primer, Zinc Filled Single Component, Moisture-Cured 36 Polyurethane „■, 37 Zinc rich primer shall meet the following requirements: 38 39 Vehicle Type: Moisture-cured polyurethane 40 41 Pigment Content: 80% minimum zinc by weight in dry film 42 -43 Volume Solids: 60%plus or minus 3%. 44 45 Minimum wt./gal.: 22.0 pounds. 46 "'" 47 9-08.1(2)G Intermediate and Stripe Coat, Single Component, Moisture- 48 Cured Polyurethane 49 Vehicle Type: Moisture-cured polyurethane 50 51 Pigment: A minimum of 3.0 lbs. of micaceous iron oxide per gallon. 140 a 1 2 Intermediate and any stripe coat shall meet the following requirements: 3 4 Minimum volume solids 50%. 5 6 A minimum of 3.0 lbs./gal. of micaceous iron oxide. 7 8 The intermediate coating shall be certified by the manufacturer to be able to be 9 recoated by the top coat in a minimum of 4 days. es 10 11 9-08.1(2)H Top Coat Single Component, Moisture-Cured Polyurethane 12 Vehicle Type: Moisture-cured aliphatic polyurethane 13 14 Color: As specified in the Plans or Special Provisions 15 16 The Top Coat shall meet the following requirements: 17 18 The resin must be an aliphatic urethane. 19 20 Minimum volume solids 50%. 21 22 The top coat shall be a semi-gloss. 23 24 9-08.1(2)1 Rust Penetrating Sealer 25 Rust penetrating sealer shall be a two component chemically-cured 100 percent solids 26 epoxy with maximum VOC 1.7 pounds/gallon. 27 28 9-08.1(2)J Black Enamel 29 The enamel shall conform to Federal Specification MIL PRF 2463D Type II Class II. 30 31 9-08.1(2)K Orange Equipment Enamel 32 The enamel shall be an alkyd gloss enamel conforming to Federal Specification TT-E- 33 489, except that the Sag Index shall be seven minimum. The color, when dry, shall 34 match that of Federal Standard 595, color number 12246. 35 36 For factory application to individual items of new equipment, samples and testing of the 37 enamel will not be required; however, the equipment manufacturer shall match the color 38 specified and shall certify the quality of enamel used. 39 40 9-08.1(2)L Exterior Acrylic Latex Paint-White 41 This paint shall conform to Federal Specification TT-P-96, Paint, Acrylic Emulsion, 42 Exterior, except that the viscosity shall be 75-85 K.U. 43 44 This paint may be used self-primed-in multiple coats over salts treated wood and on ail 45 interior and exterior masonry surfaces. 46 47 9-08.1(3) Working Properties 48 The paint shall contain no caked material that cannot be broken up readily by stirring. 49 When applied to a clean vertical surface, the paint shall dry without running, streaking, 50 or sagging. 51 S 141 vili �r. 1 9-08.1(4) Storage Properties 2 Paints manufactured under these Specifications shall show no skin over the surface 3 after 48 hours in a partially filled container, when tested as outlined in Federal Test 4 Method Standard No. 141. A slight amount of skin or gel formation where the surface of 5 the paint meets the side of the container may be disregarded. Variable percentages of 6 anti-skinning agents are shown in those formulas set forth above that are susceptible to 7 undesirable skin formation. The manufacturer will be allowed to vary the amount of anti- 8 skinning agent given in the formulas provided the above results are accomplished and 9 provided the paint does not dry to a nonuniform or nonelastic film. 10 11 9-08.1(5) Fineness of Grinding 12 The paint shall be ground so that all particles of pigment will be dispersed and be 13 coated with vehicle, and the residue on a 325 sieve will not exceed 1 percent by weight 14 of the pigment. Paint shall be homogeneous, free of contaminant, and of a consistency 15 suitable for use under intended application. Finished paint shall be well ground, and the NW 16 pigment shall be properly dispersed in the vehicle conforming to the requirements of the 17 paint. Dispersion in vehicle shall be such that the pigment does not settle excessively, 18 does not cake or thicken in the container, and does not become granular or curdled. 19 20 9-08.1(6) Test Methods 21 Except as otherwise specified, all paints will be sampled and tested in the ready-mixed 22 form. The test methods will be as specified in the Washington State Department of 23 Transportation Materials Manual or the corresponding test method covered by Federal 24 Test Method Standard No. 141 or as specified under AASHTO R-31. 25 26 9-08.1(7) Acceptance 27 Except for batches of paint in total project quantities of 20 gallons or less which are 28 accepted upon the manufacturer's certificate, the manufacturer shall not ship any batch 29 of paint until the paint has been tested and released by the Washington State 30 Department of Transportation State Materials Laboratory. This release will not constitute 31 final acceptance of the paint. Final acceptance will be based on inspection or testing of 32 job site samples as determined by the Engineer. 33 34 Project quantities of 20 gallons or less of the above paint types will be accepted without 35 inspection upon the manufacturer's notarized certificate. This certificate shall contain a 36 statement by the manufacturer to the effect that the material meets the paint type 37 Specification, and shall include a list of materials and quantities used. One copy of the rw 38 certificate shall accompany the paint when shipped and one copy with a draw down 39 sample of the paint shall be sent to the Materials Laboratory. The paint may be used at 40 once without further release from the Materials Laboratory. rr 41 42 9-08.1(8) Standard Colors 43 When paint is required to match a Federal Standard 595 color, the paint manufacturer or 44 the Contractor may obtain a sample of the required color through the following Internet 45 link -http://www.colorserver.net. 46 47 When paint is required to match a WSDOT color(Washington Gray, Mt St Helens Gray, 48 Mt Baker Gray or Cascade Green), the paint color shall conform to the Delta E deviation 49 and CIELAB spectrophotometer analysis requirements specified in Section 9-08.3 for 50 the corresponding color. `os 51 ■ 142 di 1 Unless otherwise specified, all top or finish coats shall be semi-gloss, with the paint 2 falling within the range of 35 to 70 on the 60 degree gloss meter. 3 4 9-08.2 Powder Coating Materials for Coating Galvanized Surfaces 5 The powder coating system shall consist of two components, an epoxy primer coat and 6 a polyester finish coat. The epoxy primer coat and the polyester finish coat materials ii 7 shall be from the same manufacturer. 8 9 The epoxy primer coat shall be an epoxy powder primer conforming to the following iiii 10 requirements: 11 12 Property Specification Performance Requirement ail 13 Adhesion ASTM D 3359 Method B 5B (no failure) 14 Flexibility ASTM D 522 Method B Pass 1/8" mandrel bend 15 Pencil Hardness ASTM D 3363 H Plus 16 Specific Gravity ASTM D 792 1.25 minimum iiii 17 18 The polyester finish coat shall conform to American Architectural Manufacturers 19 Association (AAMA)Specification 2604. rl 20 21 Degassing additives may be added as necessary to prevent pin holes in the finish coat. 22 The degassing additives shall be added in accordance with manufacturer's i; 23 recommendations. 24 25 The color of the powder coating system polyester finish coat shall be as specified in the 26 Plans or Special Provisions. 27 28 Repair materials shall be selected from one of the approved products listed in the w 29 current Qualified Products List and specified in the Contractor's powder coating plan as 30 approved by the Engineer. 31 32 9-08.3 Pigmented Sealer Materials for Coating of Concrete Surfaces iii 33 The pigmented sealer shall be a semi-opaque colored toner containing only methyl 34 methacrylate-ethyl acrylate copolymer resins, toning pigments suspended in solution at 35 all times by a chemical suspension agent, and solvent. Toning pigments shall be lii 36 laminar silicates, titanium dioxide and inorganic oxides only. There shall be no settling 37 or color variation. Tinting shall occur at the factory at the time of manufacturer and 38 placement in containers, prior to initial shipment. Use of vegetable or marine oils, wr 39 paraffin materials, stearates or organic pigments in any part of coating formulation will 40 not be permitted. The Contractor shall submit a one-quart wet sample, a draw down 41 color sample and spectrophotometer or colorimeter readings, taken in accordance with iii; 42 ASTM D 2244, for each batch. The calculated Delta E shall not exceed 1.0 deviation 43 from the Commission Internationale de l'Eclairage (CIELAB) color measurement 44 analysis method for each pigmented sealer color, 45 46 For the respective color pigmented sealer shall conform to the following CIELAB 47 analysis: 48 Color III/Obs L* a* b* Washington D65/10 degrees 62.59 0.98 5.23 Gray N10 degrees 63.06 1.80 5.70 CWF/10 degrees 63.02 0.73 6.08 • 143 Cascade D65/10 degrees 36.62 -6.53 -0.89 Green N10 degrees 35.82 -7.15 -2.53 w. .CWF/10 degrees 36.34 -5.09 -1.18 Mt. Baker D65/10 degrees 45.94 1.38 4.46 Gray N10 degrees 46.40 1.70 5.05 CWF/10 degrees 46.46 1.07 5.48 Mt. St. Helens D65/10 degrees 56.07 2.15 6.68 Gray N10 degrees 56.76 3.08 7.52 tot CWF/10 degrees 56.67 1.64 7.85 1 2 3 The one-quart wet sample shall be submitted in the manufacturer's labeled container 4 with product number, batch number and size of batch. The companion draw down 5 color sample shall be labeled with the product number, batch number and size of batch. 6 The Contractor shall submit the specified samples and readings to the Engineer at least 7 14 calendar days prior to the scheduled application of the sealer. The Contractor shall 8 not begin applying pigmented sealer until receiving the Engineer's written approval of 9 the pigmented sealer color samples. ■rr 10 11 9-08.4 Abrasive Blast Materials 12 +� 13 9-08.4(1) Abrasive Blast Media 14 Material used for field abrasive blasting shall conform to Military Specification MIL-A- 15 22262B(SH) as listed on QPL-22262-28 as maintained by the Department of the Navy. 16 The Contractor shall provide the Engineer with certified test results from the abrasive 17 blast media manufacturer showing that the abrasive blast material meets the Military 18 Specification. The Contractor shall select the type and size of abrasive blast media to 19 produce a roughened, sharp, angular surface profile conforming to the surface 20 requirements specified by the manufacturer of the selected paint system. 21 22 9-08.4(2) Lead Abatement Additive 23 Lead abatement additive shall be a granular chemical abrasive additive consisting of a 24 complex calcium silicate designed to stabilize lead through multiple mechanisms, 25 including, but not limited to, pH adjustment, chemical reactions and encapsulation. The "" 26 additive shall be specifically designed and manufactured for lead paint abatement. 27 28 9-08.5 Surface Cleaning Materials 29 30 9-08.5(1) Bird Guano Treatment 31 Bird guano treatment shall consist of a 5.25 percent sodium hypochlorite solution. 32 33 9-08.5(2) Fungicide Treatment 34 Fungicide treatment shall consist of a 5.25 percent sodium hypochlorite solution 35 36 9-08.5(3) Water 37 Water used for water jetting steel surface cleaning operations shall be clean, fresh water 38 only, without any detergents, bleach, or any other cleaning agents or additives. 39 Recycling of rinse water for water jetting operations is not allowed. 40 rrr 144 a 1 9-08.6 Filter Fabric 2 Filter fabric for water jetting operations shall be a polypropylene, non-woven, needle- 3 punched geosynthetic or equivalent material conforming to the following requirements: Dili 4 5 Property Specification Performance Requirement 6 Grab Tensile Strength ASTM D 4632 100 pounds minimum 7 Apparent opening size ASTM D 4751 #70 U.S. sieve 8 Permittivity ASTM D 4491 1.0 sec-1 or better 9 10 9-08.7 Single Component Urethane Sealant 11 Single component urethane sealant shall conform to Federal Specification TT S-00230C 12 Type II Class A. 13 14 9-08.8 Foam Backer Rod 15 Foam backer rod shall be closed cell expanded polyethylene or polyurethane foam. 16 17 SECTION 9-09, TIMBER AND LUMBER 18 January 7, 2008 d 19 9-09.1 General Requirements 20 This section is revised to read: 21 22 All timber and lumber shall be sized as indicated in the Plans. 23 24 All timber and lumber to be painted shall be surfaced on all sides.All timber and lumber „ q 25 to be painted shall be thoroughly air or kiln dried to an equilibrium moisture content and 26 shall be stored in such a mariner as to remain in a thoroughly dry condition until placed 27 into the work. 28 29 9-09.2 Grade Requirements 30 This section is revised to read: 31 32 Timber and lumber shall conform to the grades and usage listed below. 33 34 Timber and lumber shall be marked with a certified lumber grade stamp provided by one "I 35 of the following agencies: 36 37 West Coast Lumber Inspection Bureau (WCLIB) 38 Western Wood Products Association (WWPA) 39 Pacific Lumber Inspection Bureau (PLIB) 40 Any lumber grading bureau certified by the American Lumber Standards Committee 41 42 For structures, all material delivered to the project shall bear a grade stamp and have a 43 grading certificate. The grade stamp and grading certificate will not constitute final Ili 44 acceptance of the material. The Engineer may reject any or all of the timber or lumber 45 that does not comply with the specifications or has been damaged during shipping or 46 upon delivery. The grading certificate shall be issued by either the grading bureau 47 whose stamp is shown on the material, or by the lumber mill, which shall be under the 48 supervision of one of the grading bureaus listed above. The certificate shall include the 49 following: 50 51 Name of the mill performing the grading 145 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 For Guardrail Posts and Blocks, Sign Posts, Mileposts, Sawed Fence Posts, and 8 Mailbox Posts, the material delivered to the project shall either bear a grade stamp on 9 each piece or have a grading certificate as defined above. The grade stamp or grading "" 10 certificate shall not constitute final acceptance of the material. The Engineer may reject 11 any or all of the timber or lumber that does not comply with the specifications or has 12 been damaged during shipping or upon delivery. 13 14 9-09.2(1) Surfacing and Seasoning 15 This section including title is revised to read: +N 16 17 9-09.2(1) Structures 18 All timber and lumber for structures shall be Douglas Fir-Larch unless specified 19 otherwise in the contract, and shall conform to the following: 20 Materials 2"to 4"nominal No. 1 and better, grade ,r thick,'5"nominal and wider (Section 123-b of WCLIB)or (Structural Joists and Planks) (Section 62.11 of WWPA) Materials 5"nominal and thicker No. 1 and better,grade '""' (Beams and Stringers) (Section 130-b of WCLIB)or (Section 70.11 of WWPA) 21 22 Timber lagging for soldier pile walls shall be Douglas Fir-Larch, grade No. 2 or better or 23 Hem-Fir No. 1. 24 IOW 25 When the material is delivered to the project, the Engineer will check the order for the 26 appropriate grade stamp. The invoice and grading certificate accompanying the order 27 must be accurate and complete with the information listed above.The grading certificate 28 and grade markings shall not constitute final acceptance of the material. The Engineer 29 may reject any or all of the timber or lumber that does not comply with the specifications 30 or has been damaged during shipping or upon delivery. 31 32 9-09.2(2) Vacant 33 This section including title is revised to read: 34 35 9-09.2(2) Guardrail Posts and Blocks 36 Timber and lumber for guardrail posts and blocks (classified as Posts and Timbers) shall 37 - conform to the species and grades listed below- -- "" 38 Douglas Fir No. 1 and better, grade(Section 131-b WCLIB) or(Section 80.11 WWPA) Hem Fir Select Structural,grade (Section 131-a WCLIB) or(Section 80.10 WWPA) lit Southern Yellow Pine No. 1 and better, grade(Southern Pine Inspection Bureau) Orr ,,., 146 1 2 When the material is delivered to the project, the Engineer will check the order for the 3 appropriate grade stamp. The grade markings shall not constitute final acceptance of 4 the material. The Engineer may reject any or all of the timber or lumber that does not 55 comply with the specifications or has been damaged during shipping or upon delivery. 7 9-09.2(3) Inspection 8 This section including title is revised to read: 9 10 9-09.2(3) Sign Posts, Mileposts, Sawed Fence Posts, and Mailbox Posts eir 11 The allowable species of timber and lumber for signposts, and mileposts shall be 12 Douglas Fir-Larch or Hem Fir. Timber and lumber for sawed fence posts and mailbox 13 posts shall be Western Red Cedar, Douglas Fir-Larch, or Hem Fir. si 14 15 Sign posts, mileposts, sawed fence posts, and mailbox posts shall conform to the 16 grades shown below. rr< 17 4"x 4" Construction grade(Light Framing, Section 122-b WCLIB)or(Section 40.11 WWPA) 4" x 6" No. 1 and better, grade (Structural Joists and Planks, Section 123-b WCLIB)or(Section 62.11 WW PA) 6" x 6",6" x 8",8" x 10" No. 1 and better, grade(Posts and Timbers, Section 131-b WCLIB)or(Section 80.11 WWPA) 6"x 10",6" x 12" No. 1 and better,grade(Beams and Stringers, Section 130-b WCLIB)or(Section 70.11 WWPA) 18 19 20 SECTION 9-12, MASONRY UNITS 21 August 3, 2009 a 22 9-12.4 Precast Concrete Manholes 23 This section including title is revised to read: 24 25 9-12.4 Vacant 26 27 9-12.5 Precast Concrete Catch Basins 28 This section including title is revised to read: 29 30 9-12.5 Vacant 31 32 9-12.6 Precast Concrete Inlets 33 This section including title is revised to read: 34 35 9-12.6 Vacant 36 37 9-12.7 Precast Concrete Drywells 38 This section including title is revised to read: 39 147 r• 1 9-12.7 Vacant 2 3 SECTION 9-14, EROSION CONTROL AND ROADSIDE PLANTING 4 August 3, 2009 +s• 5 9-14.4(4) Vacant 6 This section including title is revised to read: 7 ..� 8 9-14.4(4) Wood Strand Mulch 9 Wood strand mulch shall be a blend of loose, long, thin wood pieces derived from native 10 conifer or deciduous trees with high length-to-width ratio. A minimum of 95% of the 11 wood strand shall have lengths between 2 and 10-inches, with a width and thickness 12 between 1/16 and 3/8-inches. 13 14 The mulch shall not contain resin, tannin, or other compounds in quantities that would 15 be detrimental to plant life. Sawdust or wood shavings shall not be used as mulch. 16 17 9-14.4(8) Compost 18 This section is revised to read: 19 20 Compost products shall be the result of the biological degradation and transformation of - 21 plant-derived materials under controlled conditions designed to promote aerobic 22 decomposition. Compost shall be stable with regard to oxygen consumption and carbon 23 dioxide generation. Compost shall be mature with regard to its suitability for serving as +•r 24 a soil amendment or an erosion control BMP as defined below. The compost shall have 25 a moisture content that has no visible free water or dust produced when handling the 26 material. i▪ , 27 28 Compost production and quality shall comply with Chapter 173-350 WAC. 29 30 Compost products shall meet the following physical criteria: 31 32 1. Compost material shall be tested in accordance with U.S. Composting Council 33 Testing Methods for the Examination of Compost and Composting (TMECC) 34 02.02-B, "Sample Sieving for Aggregate Size Classification". 35 36 Fine Compost shall meet the following: ' 37 38 Min. Max. 39 Percent passing 2" 100% + • 40 Percent passing 1" 95% 100% 41 Percent passing 5/8" 90% 100% 42 Percent passing W 75% 100% mop Maximum particle length of 6 inches 44 45 Coarse Compost shall meet the following: 46 47 Min. Max. 48 Percent passing 3" 100% 49 Percent passing 1" 90% 100% 50 Percent passing %" 70% 100% 51 Percent passing %" 40% 60% .. 148 1 Maximum particle length of 6 inches 2 3 2. The pH shall be between 6.0 and 8.5 when tested in accordance with U.S. 4 Composting Council TMECC 04.11-A, "1:5 Slurry pH". 5 6 3. Manufactured inert material (plastic, concrete, ceramics, metal, etc.) shall be w 7 less than 1.0 percent by weight as determined by U.S. Composting Council 8 TMECC 03.08-A"Classification of Inerts by Sieve Size". 9 10 4. Minimum organic matter shall be 40 percent by dry weight basis as determined 11 by U.S. Composting Council TMECC 05.07A"Loss-On-Ignition Organic Matter 12 Method (LOI)". 13 14 5. Soluble salt contents shall be less than 4.0 mmhos/cm when tested in 15 accordance with U.S. Composting Council TMECC 04.10 "Electrical 16 Conductivity". 17 18 6. Maturity shall be greater than 80% in accordance with U.S. Composting 19 Council TMECC 05.05-A, "Germination and Root Elongation". 20 21 7. Stability shall be 7 mg CO2—C/g OM/day or below in accordance with U.S. 22 Composting Council TMECC 05.08-B"Carbon Dioxide Evolution Rate". 23 24 8. The compost product must originate a minimum of 65 percent by volume from 25 recycled plant waste as defined in WAC 173-350 as "Type 1 Feedstocks." A 26 maximum of 35 percent by volume of "Type 2 Feedstocks," source-separated 27 food waste, and/or biosolids may be substituted for recycled plant waste. The 28 manufacturer shall provide a list of feedstock sources by percentage in the 29 final compost product. 30 31 9. The Engineer may also evaluate compost for maturity using U.S. Composting 32 Council TMECC 05.08-E "Solvita® Maturity Index". Fine Compost shall score a 33 a number 6 or above on the Solvita® Compost Maturity Test. Coarse Compost 34 shall score a 5 or above on the Solvita®Compost Maturity Test. 35 • 36 This section is supplemented with the following new sub-sections: 37 38 9-14.4(8)A Compost Approval 39 The Contractor shall either select a compost manufacturer from the Qualified Products 40 List, or submit the following information to the Engineer for approval: 41 ito 42 1. A Request for Approval of Material Source. 43 44 2. A copy of the Solid Waste Handling Permit issued to the manufacturer by-the 45 Jurisdictional Health Department as per WAC 173-350 (Minimum Functional 46 Standards for Solid Waste Handling). 47 48 3. The manufacturer shall verify in writing, and provide lab analyses that the 49 material complies with the processes, testing, and standards specified in WAC 50 173-350 and these specifications. An independent Seal of Testing Assurance 51 (STA) Program certified laboratory shall perform the analysis. 52 149 +r rrr 1 4. A copy of the manufacturer's Seal of Testing Assurance STA certification as 2 issued by the U.S. Composting Council. Orr 3 4 9-14.4(8)B Compost Acceptance 5 Seven days prior to initial application of any compost the Contractor shall submit a 6 compost sample, a STA test report dated within 90 calendar days, and the list of 7 feedstocks by volume for each compost type to the Engineer for review. 8 9 The Contractor shall use only compost that has been tested within 90 calendar days of es 10 application and meets the requirements in section 9-14.4(8). Compost not conforming 11 to the above requirements or taken from a source other than those tested and accepted 12 shall be immediately removed from the project and replaced at no cost to the 13 Contracting Agency. 14 15 9-14.5 Erosion Control Devices - 16 This section is supplemented with the following new sub-section: 17 18 9-14.5(8) High Visibility Fencing 19 High visibility fence shall be UV stabilized, orange, high-density polyethylene or 20 polypropylene mesh, and shall be at least four feet in height. 21 ,■. 22 Support posts shall be wood or steel in accordance with Standard Plan 1-10.10-00. The 23 posts shall have sufficient strength and durability to support the fence through the life of 24 the project. 25 26 9-14.5(1) Polyacrylamide (PAM) 27 The second sentence is revised to read: 28 29 PAM shall be anionic and shall be linear, and not cross-linked. 30 31 9-14.5(3) Clear Plastic Covering "" 32 This section is revised to read: 33 34 Clear plastic covering shall conform to the requirements of ASTM D 4397, for 35 polyethylene sheeting having a minimum thickness of 6 mils. 36 37 9-14.5(7) Coir Log 38 The reference to Standard Plans in the second sentence of the first paragraph is revised to 39 read Plans. 40 �•• 41 SECTION 9-16, FENCE AND GUARDRAIL 42 December 1, 2008 43 9-16.1(1)A Post Material for Chain Link Fence 44 The first paragraph is supplemented with the following: 45 46 • Round Post Material 47 Round post material shall be Grade 1 or 2. 48 49 • Roll Form Material 50 Roll-formed post material shall be Grade 1. 150 1 Roll-formed end, corner, and pull posts shall have integral fastening loops to 2 connect to the fabric for the full length of each post. Top rails and brace rails shall 4. 3 be open rectangular sections with internal flanges as shown in ASTM F1043. ail 4 5 The Round Post Material and Roll Form Material information following the third paragraph 6 is deleted. 7 8 9-16.1(1)B Chain Link Fence Fabric 9 The first paragraph is revised to read: SO 10 11 Chain link fabric shall consist of 11 gage wire for chain link fence Types 3, 4, and 6, and 12 9 gage wire for chain link fence Type 1. The fabric shall be zinc-coated steel wire 13 conforming to AASHTO M 181, Class C. Zinc 5-percent Aluminum-Mischmetal alloy 14 meeting the requirements of ASTM B 750 may be substituted for zinc coating (hot- 15 dipped) at the application rate specified by ASSHTO M 181 for hot-dip zinc coating. 16 Coating for chain link fence fabric shall meet the requirements of ASTM A 817 with 17 minimum weight of coating of uncoated wire surface 1.0 oz/sq ft(305 g/m2). 18 19 9-16.1(1)C Tension Wire 20 This section including title is revised to read: 21 22 9-16.1(1)C Tension Wire and Tension Cable 23 Tension wire shall meet the requirements of AASHTO M 181. Tension wire galvanizing 24 shall be Class 1. 25 26 Tension cable shall meet the requirements of Section 9-16.6(5). 27 28 9-16.1(1)D Fittings and Hardware 29 This section is supplemented with the following: 30 31 Fabric bands and stretcher bars shall meet the requirements of Section 9-16.6(9). 32 e 33 Thimbles, wire rope clips, anchor shackles, and seizing shall meet the requirements of 34 Section 9-16.6(6). 35 36 9-16.1(1)E Chain Link Gates 37 The first sentence in the first paragraph is revised to read: 38 39 Gate frames shall be constructed of not less that 1 1/2-inch (ID.) galvanized pipe 40 conforming to AASHTO M 181 Type I, Grade 1 or 2 as specified in Section 9-16.1(1)A. 41 42 The fourth sentence in the first paragraph is revised to read: 43 44 All welds-shall be ground smooth and painted with-an A-9=73 galvanizing repair paint or 45 A-11-99 primer meeting the requirements of Section 9-08.2. 46 47 9-16.2(1)A Steel Post Material al 48 The paragraph under Angle Post Material is revised to read: 49 50 All angle post material shall be galvanized in accordance with the requirements 51 of AASHTO M 111 except the anchor plate on fence post material shall be grade 151 rw 1 55. Angle post used for end, corner, gate and pull post and brace shall have a 2 minimum weight of 3.1 lb/ft. wr 3 4 The first sentence in the third paragraph is revised to read: 5 6 Posts shall not be less than 7-feet in length. 7 8 The last sentence in the third paragraph is revised to read: w 9 r 10 The anchor plate shall be securely attached and have a surface area of 20±2 in2, and a 11 minimum weight of 0.67 pounds. 12 13 9-16.3(2) Posts and Blocks 14 The first sentence in the second paragraph is revised to read: 15 fat 16 Timber posts and blocks shall conform to the grade specified in Section 9-09.2(2). 17 18 9-16.3(3) Galvanizing 19 The first sentence in the first paragraph is revised to read: 20 21 W-beam or thrie beam rail elements and terminal sections shall be galvanized in 22 accordance with AASHTO M-180, Class A, Type 2, except that the rail shall be 23 galvanized after fabrication, with fabrication to include forming, cutting, shearing, 24 punching, drilling, bending, welding, and riveting. 25 26 9-16.3(4) Hardware 27 This section is revised to read: 28 29 Unfinished Bolts (ordinary machine bolts), nuts, and washers for High Unfinished Bolts, 30 shall conform to 9-06.5(1). High Strength bolts, nuts, and washers for High Strength 31 Bolts shall conform to 9-06.5(3). 32 33 Unfinished bolts will be accepted by field verification and documentation that bolt heads 34 are stamped 307A. The Contractor shall submit a manufacturer's certificate of 35 compliance per 1-06.3 for high strength bolts, nuts, and washers prior to installing any of 36 the hardware. 37 ime 38 9-16.3(5) Anchors 39 The reference to "hot dip galvanized" in the tenth paragraph is revised to"galvanized". 40 - 41 9-16.4(2) Wire Mesh 42 The reference to "hot dip galvanized" in the second sentence in the third paragraph is 43 revised to"galvanized". - 44 45 9-16.6(2) Glare Screen Fabric 46 The reference to "A 491" in the second sentence in the first paragraph is revised to"ASTM A 47 491". 48 49 9-16.6(3) Posts 50 The first paragraph is revised to read: 51 e,. 152 1 Line posts for Type 1 glare screen shall be 1 1/2-inches by 1 7/8-inches galvanized steel 2 H column with a minimum weight of 2.8 pounds per linear foot. Line posts for Type 2 3 glare screen shall be 1 5/8-inches by 2 1/4-inches galvanized steel H column with a ail 4 minimum weight of 4.0 pounds per linear foot, or 2-inch inside diameter galvanized steel 5 pipe with a nominal weight of 3.65 pounds per linear foot provided only one type shall ,, 6 be used on any one project. , 7 8 The first paragraph is supplemented with the following: A 9 10 End, corner, brace, and pull posts for Type 1 Design A shall be 1 1/2-inches by 1 7/8- 11 inches steel H column with a minimum weight of 2.8 pounds per linear foot. 12 13 The first sentence in the second paragraph is revised to read: se 14 15 End, corner, brace, and pull posts for Type 1 Design B and Type 2 shall be 2-inch inside 16 diameter galvanized steel pipe with nominal weight of 3.65 pounds per linear foot. 00 17 18 The reference to "hot dip galvanized" in the third sentence in the second paragraph is 19 revised to"galvanized". di 20 21 The first two sentences in the fifth paragraph are revised to read: 22 • 23 All posts shall be galvanized in accordance with AASHTO M 181, Section 32. The 24 minimum average zinc coating is per square foot of surface area. _, 25 26 9-16.6(5) Cable 27 The reference to "hot dip galvanized" is revised to"galvanized". 28 29 9-16.6(6) Cable and Tension Wire Attachments "i 30 The reference to "hot dip galvanized" in the first sentence in the first paragraph is revised to 31 "galvanized". 32 oil 33 The third sentence in the first paragraph is deleted. 34 35 9-16.6(9) Fabric Bands and Stretcher Bars 36 The reference to"hot dip galvanized" is revised to"galvanized". 37 Ill'i 38 9-16.6(10) Tie Wire Ili 39 This section including title is revised to read: 40 41 9-16.6(10) Tie Wire and Hog Rings ,,,, 42 Tie wire shall be 9 gage aluminum wire complying with the ASTM B 211 for alloy.1100 43 H14 or 9 gage galvanized wire meeting the requirements of AASHTO M 279. 44 Galvanizing shall be Class 1: voi 45 46 Hog rings shall be 12 gage galvanized steel wire. 47 sii 48 9-16.8(1) Rail and Hardware 49 The word "Composition"following the first paragraph is deleted. 50 iii siii 153 1 SECTION 9-19, PRESTRESSED CONCRETE GIRDERS 2 April 6, 2009 3 9-19.1 Aggregates and Proportioning 4 The first paragraph is revised to read: - 5 6 The concrete for prestressed girders shall have the minimum compressive strengths as 7 specified in the Plans.Aggregates used in the mix shall conform to the following: .o. 8 9 Coarse aggregate shall be in accordance with Section 9-03.1(4). 10 11 Fine aggregate shall be in accordance with Section 9-03.1(2), Class 1 or Class es 12 2. 13 14 The manufacturer may revise the grading of the coarse aggregate provided that the 15 concrete mix design is qualified with the modified gradation. An alternative combined 16 gradation conforming to Section 9-03.1(5) may also be used. 17 +� 18 The reference to Section 9-23.7 in the sixth paragraph is revised to Section 9-23.6. 19 20 SECTION 9-23, CONCRETE CURING MATERIALS AND ADMIXTURES r•• 21 April 6, 2009 22 9-23.6 Admixture for Concrete ., 23 This section including title is revised to read: 24 25 9-23.6 Chemical Admixtures for Concrete 26 Acceptance of chemical admixtures will be based on Manufacturer's Certificate of 27 Compliance. If required by the Engineer, admixtures shall be sampled and tested before 28 they are used. A one-pint (500 milliliter) sample of the admixture shall be submitted to 29 the WSDOT Headquarters Materials Laboratory for testing 10 days prior to use. 30 Chemical Admixtures shall contain less than one percent chloride ion (CI-) by weight of 31 admixture. 32 33 This section is supplemented with the following new sub-sections. 34 35 9-23.6(1) Air Entraining Admixtures 36 Air Entraining Admixtures shall meet the requirements of AASHTO M 154 or ASTM C 37 260. 38 39 9-23.6(2) Type A Water-Reducing Admixtures 40 Type A Water-Reducing admixtures shall conform to the requirements of AASHTO M 41 194 Type A or ASTM C 494 Type A. we 42 43 9-23.6(3) Type B Retarding Admixtures 44 Type B Retarding admixtures shall conform to the requirements of AASHTO M 194 Type - 45 B or ASTM C 494 Type B. 46 IN 154 .f ii 1 9-23.6(4) Type C Accelerating Admixtures 2 Type C Accelerating admixtures shall conform to the requirements of AASHTO M 194 3 Type C or ASTM C 494 Type C and only non-chloride accelerating admixtures shall be irk 4 used. 5 6 9-23.6(5) Type D Water-Reducing and Retarding Admixtures 7 Type D Water-Reducing and Retarding admixtures shall conform to the requirements of 8 AASHTO M 194 Type D or ASTM C 494 Type D. 9 a 10 9-23.6(6) Type E Water-Reducing and Accelerating Admixtures 11 Type E Water-Reducing and Accelerating admixtures shall conform to the requirements 12 of AASHTO M 194 Type E or ASTM C 494 Type E and only non-chloride accelerating 13 admixtures shall be used. 14 15 9-23.6(7) Type F Water-Reducing, High Range Admixtures 16 Type F Water-Reducing, High Range admixtures shall conform to the requirements of a 17 AASHTO M 194 Type F or ASTM C 494 Type F. 18 t 19 9-23.6(8) Type G Water-Reducing, High Range and Retarding Admixtures ail 20 Type G Water-Reducing, High Range and Retarding admixtures shall conform to the 21 requirements of AASHTO M 194 Type G or ASTM C 494 Type G. 22 err 23 9-23.6(9) Type S Specific Performance Admixtures 24 Type S Specific Performance Admixtures shall conform to the requirements of ASTM C 25 494 Type S. When a Type S admixture is used a report on the performance at 26 characteristics of the Type S admixture shall be submitted along with the WSDOT 27 concrete mix design (WSDOT Form 350-040). The report shall describe the 11:,, 28 performance characteristics and provide data substantiating the specific characteristics li 29 of the Type S admixture in accordance with ASTM C 494. 30 31 9-23.7 Air Entraining and Chemical Admixtures for Precast Prestressed esi 32 Concrete 33 This section including title is revised to read: 34 so 35 9-23.7 Vacant 36 37 9-23.9 Fly Ash mi 38 This section is supplemented with the following: 39 40 Fly ash that exceeds the available alkalies limits set in AASHTO M 295 Table 2 may be 41 used if they meet the tests requirements of Section 9-03.1(1). The optional chemical ila 42 limits in AASHTO M 295 Table 2 do not apply to fly ash used in Controlled Density Fill. 43 44 SECTION 9-25, WATER viii 45 April 6, 2009 46 9-25.1 Water for Concrete 47 The first paragraph is revised to read: 48 49 Water for concrete, grout, and mortar shall be clear, apparently clean, and suitable for • 50 human consumption (potable). If the water contains substances that cause ail 155 rri1 1 discoloration, unusual smell or taste, or other suspicious content, the Engineer may 2 require the Contractor to provide test results documenting that the water meets the ,■. 3 physical test requirements and chemical limits described in ASTM C1602 for non-. 4 potable water. 5 aro 6 SECTION 9-27, CRIBBING 7 August 3, 2009 8 In regards to sieve sizes, all references in this division to "U.S." and "Square" are deleted. 9 10 SECTION 9-28, SIGNING MATERIALS AND FABRICATION 11 April 6, 2009 12 9-28.8 Sheet Aluminum Signs 13 The second paragraph (excluding chart) is revised to read: 14 15 After the sheeting has been fabricated, the surface of each panel shall be protected 16 from corrosion. The corrosion protection shall meet the requirements of ASTM B-449 17 class II Specification for Chromates on Aluminum.Aluminum signs over 12-feet wide by 18 5-feet high shall be comprised of vertical panels in increments of 2, 3, or 4-feet wide. No 19 more than one 2-foot and/or 3-foot panel may be used per sign. The Contractor shall — 20 use the widest panels possible.All parts necessary for assembly shall be constructed of 21 aluminum, galvanized, or stainless steel in accordance with the plans. Sheet thickness 22 shall be as follows: 23 24 9-28.9(1) Mechanical Properties 25 The chart in this section is revised to read: imp 26 27 Mechanical Property Ave. Min. Requirement ASTM Test 28 Tensile Strength 10.0 psi x 103 D638 29 Tensile Modulus 1.2 psi x 106 D638 30 Flexural Strength 20.0 psi x 103 D790 31 Flexural Modulus 1.2 psi x 106 D790 32 Compression Strength 32.0 psi x 103 D695 33 Compression Modulus 1.4 psi x 106 D695 34 Punch Shear 12.0 psi x 103 D732 35 36 9-28.14(2) Steel Structures and Posts 37 The first sentence in the fifth paragraph is supplemented with the following: 38 39 Steel used for slip bases (SB-1, SB-2, SB-3) and heavy duty anchors shall have a 40 controlled silicon maximum of 0.40-percent. 41 42 SECTION 9-29, ILLUMINATION, SIGNAL, ELECTRICAL 43 August 3, 2009 44 9-29.1 Conduit, Innerduct, and Outerduct 45 This section's content is deleted. This section is supplemented with the following: 46 47 Conduit shall be free from defects, including out of round, and foreign inclusions. IS 48 Conduit shall be uniform in color, density, and physical properties. The inside shall be e,,. 156 I 1 smooth and free from burrs which could damage cable during installation. Conduit ends 2 shall be cut square to the inside diameter, and supplied with thread protectors. All 3 conduit, conduit fittings, and associated hardware/appurtenances shall be listed by a iii 4 Nationally Recognized Testing Laboratory. 5 6 9-29.1(1) Rigid Metal Conduit, Galvanized Steel Outerduct, and Fittings • a 7 Rigid metal conduit, shall be straight, and be rigid galvanized steel, or stainless steel, as 8 required and bear the mark of a Nationally Recognized Testing Laboratory. Exterior and 9 interior surfaces of the galvanized steel conduit, except threaded ends, shall be 10 uniformly and adequately zinc coated by a hot-dip galvanizing process. The average of 11 the zinc coating shall comply with Federal Specification WW-C-581d. 12 a 13 9-29.1(2) Rigid Metal Conduit Fittings and Appurtenances 14 Couplings for rigid metal type conduits may be either hot-dip or electroplated 15 galvanized. 16 17 Conduit bodies and fittings for rigid steel conduit systems shall be listed by Nationally 18 Recognized Testing Laboratory listed for wet locations, and shall be hot-dip galvanized 19 malleable iron, or bronze. Conduit bodies shall have tapered threads, and include a bolt as 20 on cover with stainless steel screws and a neoprene gasket seal. 21 22 Grounding end bushings shall be bronze or galvanized malleable iron with copper, 23 tinned copper, stainless steel, or integral lug with stainless steel clamping screw, 24 mounting screw and set screw. 25 ; yj 26 Conduit clamps and straps shall be type 304 or type 316 stainless steel or hot-dip 27 galvanized. Two-hole type straps shall span the entire width of the support channel and 28 attach to the supports on both sides of the conduit with bolts and associated hardware. 29 Two piece conduit clamps shall interlock with the support channel with a single bolt. 30 31 Conduit supports for surface mounted conduit shall be hot-dip galvanized or type 304 or 32 type 316 stainless steel channel using type 304 or type 316 stainless steel bolts and Ill 33 spring nuts. 34 35 9-29.1(2)A Expansion Fittings, Deflection Fittings, and Combination 36 Expansion/Deflection Fittings 37 Expansion fittings for rigid galvanized steel conduit shall be weather tight, with hot-dip 38 galvanized malleable or ductile iron end couplings and body and shall allow for 4-inches 39 of movement minimum (2-inches in each direction). Expansion fittings for rigid 40 galvanized steel conduit shall have an external tinned copper bonding jumper or an 41 internal tinned copper bonding jumper. The internal tinned copper bonding jumper shall 42 not reduce the conduit conductor capacity. 43 44 Deflection fittings for rigid galvanized steel conduit shall be weather tight, with hot-dip a 45 galvanized ductile iron or bronze end couplings, with molded neoprene sleeve, stainless 46 steel bands and internal tinned copper bonding jumper. Deflection fittings shall provide 47 for conduit movement of 3/-inch in all directions and angular movement of 30 degree in 48 any direction. 49 50 A combination of a deflection and an expansion fitting for rigid galvanized steel conduit 51 shall be assembled from a deflection fitting and an expansion fitting as defined above. 52 157 1 The bonding jumper used for expansion fittings and combination expansion deflection 2 fittings shall be a tinned copper braid attached to the conduit with a galvanized "U" bolt N. 3 type connection designed for the application. 4 5 9-29.1(3) Flexible Metal Conduit o, 6 Liquidtight flexible metal conduit shall consist of a single strip of continuous flexible 7 interlocked steel galvanized inside and out, forming a smooth internal wiring channel 8 with a liquid tight covering of sunlight resistant flexible PVC conforming to NEC Article 9 350. 10 11 9-29.1(3)A Flexible Metal Conduit Appurtenances 12 Liquidtight connectors shall be the insulated throat type, conforming to NEC Article 350, 13 and listed for wet locations. 14 15 9-29.1(4) Non-Metallic Conduit 16 17 9-29.1(4)A Rigid PVC Conduit 18 Rigid PVC conduit shall conform to NEMA TC 2 and ASTM F 2136, and UL 651. 19 Fittings shall conform to NEMA TC-3, and be UL 514C and UL 651. 20 21 PVC solvent cement shall meet ASTM D 2564 including note 8 (label to show pipe sizes 22 for which the cement is recommended). 23 24 9-29.1(4)B HDPE Conduit +� 25 HDPE conduit shall be listed by a Nationally Recognized Testing Laboratory. Couplings 26 for HDPE shall be mechanical and listed for use with HDPE. 27 28 Aluminum mechanical couplings are prohibited. 29 30 9-29.1(5) Innerduct and Outerduct — 31 The innerduct system shall be factory-installed and shall be designed so that expansion 32 and contraction of the innerducts takes place in the coupling body to eliminate 33 compatibility problems.The conduit coupling body shall have a factory-assembled IMP 34 gasket that is multi-stage and anti-reversing, sealing both the outerduct and innerducts.. 35 A secondary mid-body 0-ring gasket shall be seated into the coupling body and shall 36 hold the coupling body firmly in the outerduct. 37 38 All fittings, adapters, and bends (sweeps) shall be provided and shall be manufactured 39 from the same materials and manufacturing process as the conduit, except as specified 40 otherwise. The conduit system shall be a complete system with the following 41 accessories: 42 43 Manhole Terminator Kits 44 Deflection Fittings 45 Offset Fittings 46 Expansion/Contraction Fittings 47 Repair Kits 48 Conduit and Innerduct Plugs 49 Pull string 50 Pull rope 51 Conduit spacers 52 Split Plugs �+ 158 'It eli 1 2 9-29.1(5)A Rigid Galvanized Steel Outerduct with PVC or PE Innerduct 3 Each section of steel outerduct shall be supplied with one reversing spin coupling that 4 allows straight sections and fittings to be joined without spinning the conduit. The 5 reversing coupling shall be galvanized and have three setscrews or a lock nut ring to 6 lock the coupling in place. Setscrews or lock nut ring shall be galvanized or stainless iiii 7 steel and insure continuous electrical ground. The couplings shall be galvanized steel 8 with the same material properties as the conduit. tt 9 el 10 The conduit system shall be designed so that assembly of components can be 11 accomplished in the following steps: 12 iii 13 1. Loosen setscrews or lock nut ring on coupling and spin back to allow for 14 insertion. 15 16 2. Spin coupling mating sections forward to bottom. to 17 18 3. Tighten setscrews on lock nut ring. t 19 di 20 9-29.1(5)B Rigid PVC Outerduct with PVC or PE Innerduct 21 Protective outerduct for schedule 40 PVC and schedule 80 PVC conduit outerduct shall 22 be 4-inch with a minimum 5-inch extended integral "bell end" and shall be gray in color. el 23 The outerduct minimum wall thickness shall be 0.23-inch for Schedule 40 PVC and 24 0.32-inch for Schedule 80 PVC. 25 26 Conduit and fittings for PVC outerduct shall be manufactured with an ultraviolet inhibitor. 27 28 The coupling body for PVC outerduct shall include a factory-assembled, multi-stage 29 gasket that is anti-reversing, sealing both the outer and innerducts. A secondary mid- 30 body gasket shall be seated at the shoulder of the bell to assure air and water integrity 31 of the system. The bell end and the coupling body assembly shall accept a minimum of 32 5-inches of the spigot end. usi 33 34 The conduit system shall be designed so that straight sections and fittings will assemble 35 without the need for lubricants or cement. aii 36 37 PVC outerduct shall have a longitudinal print-line that denotes "Install This Side Up" for 38 proper innerduct alignment. PVC outer-ducts shall have a circumferential ring on the fiii 39 spigot end of the duct to provide a reference point for ensuring the proper insertion 40 depth when connecting conduit ends. The line shall be a minimum of 5-inches from the 41 end of the conduit. 4 as 2 43 9-29.1(5)C Innerduct for Straight Sections of Galvanized Steel Outerduct or 44 PVC Outerduct imi 45 The innerducts shall have a minimum outside diameter of 1.25-inch, and a minimum 46 inside diameter of 1.2-inch. Larger diameter innerducts may be provided if the wall 47 thickness and diameter tolerances are met. The tolerance for inside and outside ii 48 diameters shall be 0.005-inch. The innerducts shall have a minimum wall thickness of 49 0.060-inch. Innerduct shall be color coded and shall index a minimum of one innerduct 50 with a different color.Alternate color codes are permitted as long as the color codes are 51 contiguous between adjacent junction boxes. The innerducts shall be factory installed in Mi 52 the outerduct. tt iii 159 II est 1 2 Dynamic coefficient of friction of innerducts shall be tested in accordance with Telcordia w 3 GR-356-CORE procedure. The coefficient of friction shall be less than 0.30 between 4 medium density polyethylene jacketed fiber optic cable and the prelubricated innerduct. 5 The coefficient of friction shall be less than 0.10 between the %-inch diameter 6 polypropylene rope (suitable for fiber optic cable pulling) and the prelubricated 7 innerduct. Pull rope used for testing (meeting the 0.10 coefficient of friction requirement) 8 shall be the same type as the pull rope used for cable installation. The Contractor shall 9 provide as part of the conduit submittals a certificate of compliance with these 10 coefficient of friction requirements. 11 12 The innerduct shall have a smooth, non-ribbed interior surface, with a factory 13 prelubricated coating. The coating shall provide the required dynamic coefficient of 14 friction. 15 ire 16 Innerduct shall be extruded polyvinyl chloride (PVC)or polyethylene (PE). 17 18 The coupling body for the innerduct shall be factory assembled in the bell end of the 19 outerduct and shall be manufactured from a high impact engineered thermoplastic. The 20 coupling body face shall be supplied with lead-ins to facilitate assembly. 21 22 All outerduct shall be marked with data traceable to plant location. 23 24 9-29.1(5)D Conduit with Innerducts Fittings and Appurtenances 25 Duct plugs shall be polypropylene and be equipped with a neoprene or polyurethane 26 gasket. Plugs shall be equipped with an attachment to secure the pull rope in the 27 innerduct.The plug shall withstand 5 psi. 28 29 9-29.1(5)D1 Bends for 4-inch PVC Conduit with Innerducts or Galvanized 30 Steel Conduit with Innerducts 31 All bend radii shall be 36-inches or greater. The conduit system shall provide a complete ""' 32 line of fixed and flexible sweeps with system compatible bell and spigot or threaded 33 ends. The bends shall contain high-temperature burn-through-resistant innerducts 34 manufactured from PVC, PE, or Nylon-66. The innerducts shall meet all other 35 requirements for innerduct In Sections 9-29.1(1)and 9-29.1(5)A. 36 37 9-29.1(5)D2 Prefabricated Fixed and Flexible Bends (for Innerducts) 38 The prefabricated standard fixed PVC bends shall have a radius between 4-feet and 9- 39 feet and sweep angles of 11.25-degree, 22.5-degree, 45-degree, or 90-degree. 40 41 Flexible bends shall be prefabricated. These conduits may be field bent to a uniform 42 radius no less than 4-feet. The field bend shall be no greater than 90-degrees. 43 Grounding shall be continuous in flexible bends. Outerduct for flexible ends shall be 44 -manufactured from reinforced PVC.Expansion and Deflection fittings for rigid galvanized- 's'. 45 steel conduit with innerduct shall be provided in accordance with 9-29.1(2)A. 46 47 9-29.1(6) Detectable Underground Warning Tape .r 48 Detectable Underground Warning tape shall be Orange imprinted in black lettering with 49 the message; "FIBER OPTIC CABLE BURIED BELOW" or equal. The warning tape 50 shall be polyethylene with a metallic backing. The polyethylene shall be a minimum 4- �"' 51 mils thick and 3-inches wide. 52 160 at ,ems 1 9-29.1(7) Steel Casings 2 Steel casing material shall conform to ASTM A 252 Grade 2 or 3 or casing as approved 3 by the Engineer. The Contractor shall furnish pipe of adequate thickness to withstand +Ili 4 the forces exerted by the boring operation as well as those forces exerted by the earth 5 during installation and shall be a minimum of%-inch thick.All joints shall be welded by a 6 welder qualified in accordance with AWS D1.1 structural welding code, section 3. si 7 8 9-29.1(8) Drilling Fluid 9 Drilling fluid used for directional boring shall be an inert mixture of water and bentonite aj 10 clay, conforming to the drilling equipment manufacturers recommendations. 11 12 9-29.2(1) Standard Duty and Heavy Duty Junction Boxes 13 The second paragraph is revised to read: 14 15 Standard Duty Junction Boxes are defined as Type 1, 2, and 8, and Heavy Duty 16 Junction Boxes are defined as Type 4, 5, and 6. 17 18 9-29.2(1)A Standard Duty Junction Boxes 19 The second sentence of the first paragraph is revised to read: 20 21 A complete Type, 8 Junction Box includes the spread footing shown in the Standard 22 Plans. 23 24 The materials list in the third paragraph under Concrete Junction Boxes is supplemented 25 with the following: aii 26 27 Bolts, Nuts, Washers ASTM F 593 or A 193,type 304 or 316 28 ari 29 The third sentence in the second paragraph under Non-concrete Junction Boxes is revised 30 to read: 31 32 Non-concrete junction box lids shall include a pull slot, embedded 6" X 6" X 1/4"steel 33 plate and shall be secured with two'/ inch stainless steel hex-head bolts factory coated 34 with anti-seize compound and recessed into the cover. 35 ' 36 9-29.2(1)C Testing Requirements 37 The paragraph under Testing for the Standard Duty non-concrete Junction Boxes is revised 38 to read: ail 39 40 Non-concrete Junction Boxes shall be tested as defined in the ANSI/SCTE 77-2007 Tier 41 22 test method with design load minimum of 22,500Ibs . In addition the Contractor shall 42 provide a Manufacture Certificate of Compliance for each non-concrete junction box 43 installed. 45 9-29.2(2) Standard Duty and Heavy Duty Cable Vaults and Pull Boxes 46 The first sentence of the second paragraph is revised to read: 47 uri 48 The Contractor shall provide shop drawings for all componants including concrete box, 49 Cast Iron Ring, Ductal Iron Lid, Steel Rings,and Lid. In addition the shop drawings shall 50 show placement of reinforcing steel, knock outs, and any other appertenances 51 li S 161 1 9-29.3 Conductors, Cable 2 This section's content is deleted. This section's title is revised to read: • 3 4 9-29.3 Fiber Optic Cable, Electrical Conductors, and Cable 5 6 9-29.3(1)A Singlemode Fiber Optic Cable 7 This section is revised to read: 8 9 Singlemode fibers utilized in the cables specified herein shall be fabricated from 100 10 kpsi proof stress glass and primarily composed of silica which shall provide a matched 11 clad index of refraction (n) profile and the following physical and performance 12 characteristics: 13 14 1. Maximum Attenuation: 0.4/0.3 dB/km at 1310/1550 nanometers, respectively; 15 """ 16 2. Typical Core Diameter: 8.3 microns; 17 18 3. Cladding Diameter: 125 micron; r 19 20 4. Core-to-Cladding Offset (Defined as the distance between the core center and 21 the cladding center: < 0.8 microns; +�. 22 23 5. Cladding Non-Circularity (Defined as {[1-(minimum cladding diameter - 24 maximum cladding diameter)] X 100.}: <2.0%; 25 26 6. Coating Diameter of 250 microns ± 15 microns with a minimum coating 27 thickness at any point of not less than 50 microns; 28 29 7. The coating shall be a dual-layered, UV-cured acrylate applied by the fiber 30 manufacturer; and, 31 32 8. The coating shall be mechanically or chemically strippable without damaging 33 the fiber. 34 35 9-29.3(2) Twisted-Pair (TWP) Copper Cable 36 This section's content is deleted. This section's title is revised to read: 37 38 9-29.3(2) Electrical Conductors and Cable 39 40 This section is supplemented with the following new sub-sections: 41 42 9-29.3(2)A Single Conductor 43 44 9-29.3(2)A1 Single Conductor Current Carrying 45 All current carrying single conductors shall be stranded copper conforming to ASTM B3 46 and B8. Insulation shall be chemically XLP (cross-linked polyethylene)or EPR (Ethylene ,,. 47 Propylene Rubber)Type USE rated for 600 volt. 48 49 9-29.3(2)A2 Grounding Electrode Conductor 50 Grounding electrode conductor shall be bare or insulated stranded copper. The 51 insulation shall be green or green with a yellow tracer. ear 162 di 1 2 9-29.3(2)A3 Equipment Grounding and Bonding Conductors 3 Equipment grounding and bonding jumper conductors shall be bare or green insulated, • 4 stranded copper with cross-linked polyethylene insulation rated USE and 600 volts, 5 with the exception that the equipment grounding and bonding jumper conductors ail 6 installed between junction box, pull box, or cable vault frame and lids shall be tinned, „li 7 braided copper. 8 4 9 9-29.3(2)A4 Location Wire 1 voi 0 Location wire shall be a single stranded copper size AWG 14 insulated conductor. The 11 insulation shall be type USE Orange in color. 12 13 9-29.3(2)B Multi-Conductor Cable 14 Two conductor through 10 conductor unshielded signal control cable shall conform to 15 International Municipal Signal Association (IMSA)signal cable Specification 20-1. 16 iii 17 9-29.3(2)C Aluminum Cable Steel Reinforced 18 Triplex or Quadraplex type ACSR neutral self-supporting aerial conductors of the 19 appropriate size for aluminum conductors shall be used where required in the Contract. id 20 The neutral conductor shall be the same size as the insulated conductor. All conductors 21 shall be stranded. 22 r 23 9-29.3(2)D Pole and Bracket 24 Pole and bracket cable shall be a two-conductor cable rated for 600 volts.The individual 25 conductors shall be one red and one black 19-strand No. 10 AWG copper, assembled rj 26 parallel. The conductor insulation shall be 45-mil polyvinyl chloride or a 600 volt rated 27 cross-linked polyethylene. The Jacketing shall be polyethylene or polyvinyl chloride not _< 28 less than 45-mils thick. If luminaires with remote ballasts are specified in the Contract, iii 29 this same cable shall be used between luminaire and ballast for both timber and 30 ornamental pole construction. If the luminaire requires fixture wire temperatures greater 31 than 75°C, the outer jacket shall be stripped for that portion of the cable inside the 32 luminaire. The single conductors shall then be sheathed with braided fiberglass sleeving 33 of the temperature rating recommended by the luminaire manufacturer. 34 35 9-29.3(2)E Two-Conductor Shielded fri 36 Two conductor shielded (2CS) cable shall have 14 AWG (minimum) conductors and 37 shall conform to IMSA Specification No. 50-2. 38 id 39 9-29.3(2)F Detector Loop Wire 40 Detector loop wire may be 12 or 14 AWG stranded copper wire, IMSA 51-3 '* 41 roi 42 9-29.3(2)G Four-Conductor Shielded Cable 43 Four conductor shielded cable (4CS) shall consist of a cable with four 18 AWG 44 conductors with polypropylene insulation, an aluminized polyester shield, water blocking Ili 45 material in the cable interstices, and a 26-mil minimum outer jacket of polyethylene.The 46 four-conductor assembly shall be twisted 6 turns per foot. Each conductor shall have a 4, 47 different insulation color. Overall cable diameter shall be 0.25-inch maximum. iii 48 Capacitance between adjacent pairs shall be 18 pf per foot and 15 pf per foot between 49 diagonal pairs. The capacitances shall not vary more than 10 percent after a 10-day 50 . immersion test with ends exposed in a saturated brine solution. Ili 51 mil 163 oil 1 9-29.3(2)H Three-Conductor Shielded Cable 2 Three-conductor shielded cable (3CS) for the detector circuit for optical fire preemption 3 receivers shall consist of three 20 AWG conductors with aluminized mylar shield and 4 one No. 20 drain wire, all enclosed with an outer jacket. All wires shall be 7 X 28 5 stranded tinned copper material. Conductor insulation shall be rated 75°C, 600 volt.The 6 drain wire shall be uninsulated. Conductor color coding shall be yellow, blue, and 7 orange. DC resistance of any conductor or drain wire shall not exceed 11 ohms per 8 1,000-feet. Capacitance from one conductor to the other two conductors and shield shall • 9 not exceed 48 pf per foot. The jacket shall be rated 80 degree C, 600 volt, with a 10 minimum average wall thickness of 0.045-inch. The finished outside diameter of the 11 cable shall be 0.3-inch maximum. 12 13 9-29.3(2)1 Twisted Pair Communications Cable 14 Twisted Pair Communications Cable shall meet RUS Specification 1755.390 and shall 15 be AWG22 conductor. The cable shall have a petroleum compound completely filling 16 the inside of the cable and rated for OSP (Outside Plant) applications. 17 18 9-29.6 Light and Signal Standards 19 This section is supplemented with the following: 20 21 Materials for steel light and signal standards, and associated anchorage and fastening •• 22 hardware, shall conform to Sections 9-29.6(1), 9-29.6(2) and 9-29.6(5) unless otherwise 23 specified in one of the following documents: 24 25 1. The steel light and signal standard fabricator's pre-approved plan as approved 26 by the Washington State Department of Transportation and as identified in the 27 Special Provisions. 28 or 29 2. The steel light and signal standard fabricator's shop drawing submittal, 30 including supporting design calculations, as submitted in accordance with 31 Sections 6-01.9 and 8-20.2(1) and the Special Provisions, and as approved by 32 the Engineer. 33 34 9-29.10 Luminaires 35 Item G. under the first paragraph is revised to read: 36 37 G. Housings shall be fabricated from aluminum. Painted housings shall be painted flat 38 gray, Federal Standard 595 color No. 26280. Housings that are painted shall 39 withstand a 1,000-hour salt spray test as specified in ASTM B 117. 40 e.• 41 9-29.10(2) Decorative Luminaires 42 The reference to "Federal Standard 595B" in the third sentence of the sixth paragraph is 43 revised to"Federal Standard 595". 44 45 9-29.10(3) High Mast Luminaires and Post Top Luminaires 46 The second sentence of the third paragraph is revised to read: 47 48 All housings shall be painted flat gray, Federal Standard 595 color No. 26280. 49 50 9-29.16(2)E Painting Signal Heads IMO 51 The reference to "Federal Standard 595B" in the first sentence is revised to "Federal 52 Standard 595". NIP ••s 164 1 2 9-29.20 Pedestrian Signals 3 Under the second paragraph in item B(3) the reference to "Federal Standard 595B" is 4 revised to"Federal Standard 595". 5 6 SECTION 9-30, WATER DISTRIBUTION MATERIALS 7 December 1, 2008 usi 8 9-30.3(1) Gate Valves (3-inches to 16-inches) 9 The second paragraph is revised to read: 10 11 The Contractor shall provide an affidavit of compliance stating that the valve furnished • 12 fully complies with AWWA C509 orAWWA C515. 13 14 SECTION 9-32, MAILBOX SUPPORTS 15 August 3, 2009 16 9-32.1 Steel Posts 17 The second paragraph is revised to read: 18 19 Any damage to galvanized paint surfaces shall be treated with two coats of paint 20 conforming to Section 9-08.1(2)B. 21 22 SECTION 9-33, CONSTRUCTION GEOSYNTHETIC 23 August 3, 2009 24 In regards to sieve sizes, all references in this division to"U.S." and "Square" are deleted. 25 • 26 SECTION 9-34, PAVEMENT MARKING MATERIAL 27 August 3, 2009 N 28 9-34.2(1) High VOC Solvent Based Paint 29 The reference to "Federal Standard 595a" in the first paragraph under Color-Yellow is 30 revised to"Federal Standard 595". 31 32 9-34.2(2) Low VOC Solvent Based Paint 33 The reference to "Federal Standard 595a" in the first paragraph under Color-Yellow is 34 revised to:Federal Standard 595". 35 36 9-34.2(3) Low VOC Waterborne Paint 37 The reference to "Federal Standard 595a" in the first paragraph under Color-Yellow is 38 revised to"Federal Standard 595". 39 - 40 9-34.2(4) Temporary Pavement Marking Paint 41 This section is revised to read: 42 43 Paint used for temporary pavement marking shall conform to the requirements of 44 Section 9-34.2. 45 46 9-34.5 Temporary Pavement Marking Tape 47 The third sentence is deleted. S 165 +.r 1 2 9-34.6 Temporary Raised Pavement Markers 3 The eighth and ninth sentences in the first paragraph are deleted. 4 5 SECTION 9-35, TEMPORARY TRAFFIC CONTROL MATERIALS 6 August 3, 2009 7 9-35.2 Construction Signs •.• 8 The fourth paragraph is revised to read: 9 10 The use of plywood, fiberglass reinforced plastic, fabric rollup signs, and any other 11 previously approved sign materials except aluminum or aluminum composite is 12 prohibited. 13 14 The following is inserted after the first sentence of the fifth paragraph: 15 16 A fabrication decal as stated in Section 9-28.1(2) is not required for construction signs. 17 e• 18 9-35.14 Portable Temporary Traffic Control Signal 19 The sixth sentence of the seventh paragraph is deleted. 20 �.. 21 The third sentence in the eighth paragraph is revised to read: 22 23 A highly retroreflective yellow strip, 3-in wide, shall be placed around the perimeter of 24 the face of all vehicle signal backplates to project a rectangular image at night towards 25 oncoming traffic. 26 NO ON ON NO INN NO 166 oriN a toe N N trri wr rrr rrr r�r IMO OW PART V STANDARD PLANS INN NO ovi il Vii r ° F w U v 4 o 0 Q 83 y A x g a �s 0 ° i)4 3 g f. O al c N 4 w a N Q o ° w° a . � e 3 y 5 q °s fly N a a 6 J 5 N _ N cr N o N ° F ° A a o y O 0 0... a .5 f.2 a 2 z ° NA a iii . o o - dU W"z Y m 4 c y a N . a - 41 CO Uz dp O ° H O' w a o de o p N y a .5 y N 3 p 180. „is q y'e? .� .> • ww 3 �z cai.3 A °5 wa a ow. � 5( P. q e L c 3 A i il Cl) � F z , av 2 h03 d� N o Wow 0 < o y i d o F � N to — 8 a y .7 0 v ° �' d 0 n a v ° a el W° oww ti g V, U 0 o z o 4 .0 ' r C0 f pH W H ) b .AA W qq A O N Ocn o o U O N Q W a a ab a O a ° E . v H ° y d c . e° U R d J Q T > 0z w o ° o F. w ww U z� U Ug :: t j W ° ° i i 0. 0 z 3 �W o „ o >• d o >•,65 0 z v . N w 0 "" gel V 0 cn 07 z >U F, d N F �>- U $ Q- E o E g �L a o � F e $ g Q> N6 a E 1 � ,v Oa v)v Q 2 . p o N � O 83 •4. L O c CO 4O ° a0 v : w ,w . W � B 'g q x U .s.,-, v U c a4 5 O a a A w �g. x 6 1 2 >. aa- z ° 0 t' : W Z Q o o a a o a p ° 0 . e .0 3 if 2 H U F H d O v H _ o W 04 em .u F' F' 00 o' O N .� h %O e- 00 °■ C r .= - .= • (0 CO N N N N N N N N N N en en E• .= EE • MO d ° b . " Y 0 ;o °U w e 0- _o N O N Vm � A N ° y N A 0 o ° IS ° Q o � g H 3 ' °o " a 6w o N o 0 U " a, Y 0 cn W 3 Y ° s � CN . IE!E-1 0 ° y o H aca; °o. $ v i 1� zH 7 Z° W. x ° o 0 2 O a. ° . Wp U e A Y so ; d p •Z M•en N N r rg -a H yN N 4. a W N ° w a U O S c 0 y a° ` ^ 0 0 Cl) N ti W ° a, W j . 2 ly C pg Q o 'y 0 y ow . v o 2'ZN y Q ti Y N N N y A r N N w C 4 N ¢ ° 3 0 o a i o 0 o W = o 0. W e ao .=c) O W 3 vH ° y y a A o 5 C/) 1.40 U Q 5 ° W ° • i w7 ai y C AA e 4 OW 0 y a E is 2 i ow. ,..;1 z� ' Y a° C. U Z p Z tF a H H co'-' A n i E" D S m.'s z-g ° y W[ a G E" W . _ • 3 N A k0 H o w n UU �Cn -n �o ma °ai w • y ch dd N >+ i W p a H w N NQ U y �Wa 3 w a NC U H C `" x a�¢� p C Q Q ° Y a '5 a c W� � H W pp e E-. =e a � e a 4 a a C1 3 y w ow v3 5 F. 0 u U R ri 0 v) CCE U U A °"° ° . .4y > ow °• " F o p O pB ° d �� mmo W w W W ° W y ( 4 . E, v) ° s Cl) W w F A ° , y w HF pFF F a z o 7 ° q 0 ° m H w a W s o 0 0 vw a. E. o. °" O v F m W aW - a O i N le A g ea Z c v Uga H y . 5 i a. urn o z-'°5 Z z zrohya O m OA O- c O Eo2 p o d o 4 . O z a 4 o , E" c 0.08. o U MO U . U N U Qt . « Cd a U 3 C U a H d r r N = z .° F E v o E. o El ° ai E q a a rE 8 .9g g i= � a' a z o>"z $ Z zA s, za ap 3S ° W.0 0 ° z Q V, a ob oo oUF W•g p 0 w'd z Y z N 94 -1 z o v p o 0 g . g° '-- a A 5 7 a oa x 2 .6-s w, w w .3 54-, .0 c N r U o U.5 U 305 UU 3 d w E w 5 Ow v5 (' '0,. a-5 U a Cl) yo C eV ..1 - .r v° e� ,4 N e.) 7 V1 .0 e` 00 O; .-. .--. .-. .--. .,. ,... .-. .-. ow di id U. a [1' a a a a ■r WO OW OW PART VI OW VICINITY MAPS VIO WO O. OW 11111 tr■-. a ili 111 Ws FACE OF CURB 6" CEMENT CONCRETE 1/2"R. 1• SIDEWALK RAMP 61/2" VARIES OR LANDING 51/2" 1• FROM 6"TO0 1/2"R. 1"R. 1:24 MAX. 6" Ill 9111.1111.111 lr I TOP OF ° o 1/2"R. ROADWAY 1/4"PPREMOLDED JOINT FILLER r •D ° CEMENT CONCRETE - PEDESTRIAN CURB •' D •° ' AT SIDEWALK RAMPS AND LANDINGS lam f 1,-6" FACE OF ADJACENT CURB CEMENT CONCRETE 61/2• TRAFFIC CURB AND GUTTER SEE DEPRESSED CURB DETAIL THIS SHEET le j FACE OF ADJACENT CURB 1:24 MAX 61/2' TOP OF FLUSH WITH GUTTER 1" 1/2"R. ROADWAY mei PAN AT SIDEWALK 2" �•!� RAMP ENTRANCE ° \ 1:12 MAX. 1:24 MAX. o • • •D • D . •.." TOP OF gib Ilk 1 1 /2"R, ROADWAY F"' 1'-6" o • •• i$D ° , o \T DEPRESSED CURB SECTION iss • D m AT RESIDENTIAL DRIVEWAYS ONLY. f FOR COMMERCIAL DRIVEWAYS SEE STD PLAN 104.2 1,-r 1 as DEPRESSED CURB SECTION FACE OF CURB AT SIDEWALK RAMPS 6 1/2" 51/2" 1" - 1/2"R. 1"R. TOP OF ° ' ' ' tO ROADWAY FACE OF ADJACENT CURB i ilmi No D GUTTER SURFACE ' o . . 1_ 81/4" 4 111 o '''"'111111 1•R. :. D . . o CEMENT CONCRETE ° TRAFFIC CURB G D D . DEPRESSED CURB DETAIL AT RESIDENTIAL OR COMMERCIAL DRIVEWAYS,AND ALLEYS Ns GENERAL NOTES: 1. See standard plans 102 and 101.1 for curb expansion and contraction Joint spacing. ir1l 2. Curbs not constructed to these sections as dimensioned will not be accepted by the owner. 3. For Depressed Monolithic Driveway Curb&Gutter Section,see Standard Plan 1042 'CY 4. °; PUBLIC WORKS CEMENT CONCRETE CURBS PLAN 101 DEPARTMENT JUNE 2009 1 ii SEE NOTE 2 SEE NOTE 2 IIII 2' - 0" 1 2. - 0" to r is ic-____ __ti primp I. l�� ��t-� 1 �" .i i lir! 1 ilhihitil I 3/8" PREMOLDED JOINT FILLER (TYP) iii CEMENT CONCRETE I- J CURB AND GUTTER 5" e> 5" 1 Ili PLAN VIEW FACE OF CENTERLINE OF CURB ��FRAME&GRATE mm 6 1/2' 13' 5 1 2" r (1A8) ki FRAME AND GRATE-NOT INCLUDED 1/2" R. 1 ROADWAY IN CURB AND GUTTER BID ITEM D / SLOPE 0 3" m TOP OF o 1" R. I 1SS ROADWAY D il . •■ MM•■•■=1f WSJ' . D D NM o- • • o. • ADJUSTMENT SECTION-NOT INCLUDED . D' . D' IN CURB AND GUTTER BID ITEM I CATCH BASIN-NOT INCLUDED • IN CURB AND GUTTER BID ITEM in ,xx mac. lac w SECTION C .m , 11-*. °'' .0 -: +;x GENERAL NOTES: '� i �` mac., 1. The intent of this design is to facilitate the removal �� ` - ig t. X54 of a catch basin with minimal , ''�` ,— ` ``'* � ' • diT m m disturbance .��� # • of the curb. ��„� M ' . _'�;:i=" 2. The expansion joints of the ,, ,`{ -= -- adjacent sidewalk shall z � ,s zz T be adjusted tole in r �`: Ili line with these curb <- . .i t.;;`i: '° expansion joints. `� ys >r � ; <,01,4V4-?.;i4frstittMAllit'll '' R- '� 441 I .mow qx, \ I iSOA4ETRIC VIEW ;7. , �.tY o CEMENT CONCRETE CURB STD. PLAN – 101.1 1 * t * PUBLIC WORKS INSTALLATION AT '` DEPARTMENT FAO CATCH BASINS MAY 2009 dill WO Ilrl 6" trip r SIDEWALK al 1? VARIES S-8"MIN. 12'R I"R. s� ° 17 R(TYP.) CURB NOT � �y�• �. INCLUDED 111M RcrAK ►g ° 2%MAK ' tN BID ITEM m /is/ r fir PREMOLDED }sr- SEE RAISED JOINT FILLER EDGE DETAIL NW JOINTS NOTE SIDEWALK TRANSVERSE O INCLUDE RAISED EDGE CEMENT CONCRETE SIDEWALK RAISED EDGE DETAIL WITH RAISED EDGE WI VARIES z i 118 TO 1!4 SIDEWALK MAY BE ADJACENT SLOPE ROUNDING TO A WALL(SEE DETAIL) F.- (WHEN SPECIFIED) SIDEWALK BUFFER STRIP '• •' VRIES: -0"MIN - ' D D t •. D UT R(TYP.) CURB NOT 2% 'a 2%MAX INCLUDED 2%MAX. IN BID REM •N9' v v�/�/��!\�1 �E'Vv%weY " ©CONTRACTION JOINT SO CEMENT CONCRETE SIDEWALK IIW ADJACENT TO BUFFER STRIP WALL OR BARRIER SIDEWALK VARIES ISI SIDEWALK MAY BE ADJACENT 12"R. SLOPE ROUNDING TO A WALL(SEE DETAIL) (WHEN SPECIFIED) SIDEWALK IMVA/11111W VARIES S-8"MIN. 114"PREMOLDED WO 12'R(TIP.) INCLUDED JOINT FILLER _2% 2%MAX. viIN BID ITEM \ \ a 114'PREMOLDED = SIDEWALK ADJACENT TO WALL NW JOINT FILLER DETAIL CEMENT CONCRETE SIDEWALK ADJACENT TO CURB �r Wil 6'.0 7 O BROOMED FINISH 4"WIDE.SMOOTH d.o' \\ TROWELED PERIMETER 0.re 19' © \\ \\� D \\ 9'O \�,\ _ CONCRETE CURB IN © \ .. \ .,-(CORD AND GUTTER SHOWN) �...` _-�:— •+'''`'�.•' INCLUDED IN BID TTEM :.\ �:\ NOT ACLU 318" re © . �\\ \�\\\ „�m1 P.Y`"-'>!rM•� JOINT•\ \\ \� �,. ilts, _ \ �`N/ / ONLY FULL-DEPTH \\ `' PREMOLDED a:: JOINT FRIER NB �...�..\ ��$ *''fi''''GN,J01 INBOTHCURBAND ®'' \\ F .. . .. .:... .. . XPANSION JOINT s/ \\ \ .. t� T ,.; (sEE STD PLAN totl) Q E "�- , t '`JL INTAND FINISH iiS w i.•. DETAIL NOTE:Access lids or covers will not be permitted in the sidewalk surface. See Std Plan 102.1. r 'VY STD spell � PUBLIC WORKS CEMENT CONCRETE PLAN -- 102 DEPARTMENT SIDEWALK . .. MAY 2009 am a I / EXISTING ASPHALT _ 2.0' MIN. NEW CURB PAVEMENT & GUTTER (SEE NOTE 2) s. SAWCUT (SEE NOTE 2) • ------ ________\ �a < e: e iiii Illa . a if 44,011/4041.4.404.41.111P^ , ARTERIAL STREET MINIMUM Ili 7" HMA (or ACP Class B) (SEE NOTE 1), OVER 6" CRUSHED ROCK iii RESIDENTIAL STREET MINIMUM al 4" HMA (or ACP Class B) (SEE NOTE 1), OVER 6" CRUSHED ROCK IN :4 I Ili NOTES: 1. MUST MATCH EXISTING THICKNESS IF GREATER. 2. SAWCUT SHALL BE POSITIONED 1' — 0" BEYOND EDGE OF Id DAMAGED PAVEMENT. t 3. THE INTENT OF THIS DESIGN IS TO DESCRIBE PAVEMENT PLACEMENT AT THE GUTTER FACE. SEE STANDARD PLAN Ili 101 FOR CEMENT CONCRETE CURBS. ill +■A. o+ PUBLIC WORKS CURB AND GUTTER • PLAN - 103 ilii ``rte DEPARTMENT REPLACEMENT DETAIL 4trNTO' MAY 2009 I me BID ITEM(INCLUDES SIDEWALK RAMPS) RAMP(VARIES) VARIES:20'MIN.(SEE NOTE 7) RAMP(VARIES) Ws .... 6'MIN.-15'MAX 6'MIN.-15'MAX'- 10 LF OF PAVED r- oe DRIVEWAY REQUIRED I 3/8'EXPANSION JOINT(TYP.) CEMENT (SEE STD.PLAN 102) CONCRETE SIDEWALK No x , x x O o 0 • 0 0 O m Nw x N� x x g,w i SEE NOTE 7 - CEMENT CONCRETE RAMP WITH 12H:1V CURB&GUTTER NO SLOPE(TYP.) (SEE NOTE 3) 3/8"CONTRACTION JOINT(TYP.) (SEE STD.PLAN 102) PLAN VIEW (TYPE C3 SHOWN,C1&C2&C-MAX SIMILAR) so (SEE NOTE 9) RAMP(VARIES) VARIES:20'MIN. RAMP(VARIES) 6'MIN.-15'MAX. (SEE NOTE 7) 6'MIN.-15'MAX 1 SEE NOTE 8(TYP). us "v Zr AMU WNW 1014 10'MIN. 10"MIN. 10"MIN. CEMENT CONCRETE 3/8"EXPANSION JOINT(TYP.) SIDEWALK (SEE STD.PLAN 102) ism SECTION OA 1/2"R(TYP.) SIDEWALK WIDTH MI VARIES_ i 2%MAX '---7 MI 10"MIN. DRIVEWAY SEE DETAIL ON STD PLAN 1042 �O� SECTION O ,�g. � s s al Qy-�o�'' CEMENT CONCRETE i spa Ma CURB&GUTTER (SEE NOTE 3) 10 LF OF PAVED r -i ;, ' -.r' :- - DRIVEWAY REQUIRED . a •NOLI HIC No CEMENT (SEE DETAIL,SHEET 1042) CONCRETE ,, ' SIDEWALK x., _- - ., Ili � .�.; .s TYPE C2—ISOMETRIC VIEW 4,,,",' II (30'WIDE COMMERCIAL) For NOTES see sheet 104.2 me ) 0 CEMENT.CONCRETE DRIVEWAY STD. PLAN - 104 tipt PUBLIC WORKS + ' DEPARTMENT ENTRANCE - TYPES Cl, C2, 4, o' C3, and C-MAX MAY 2009 iiii 1I BID ITEM(INCLUDES SIDEWALK RAMPS) RAMP(VARIES) VARIES:14'MIN.-20'MAX. RAMP(VARIES) 6'MIN.-15'MAX t � 6'MIN.-15 MAX r 10 LF OF PAVED f DRIVEWAY REQUIRED IN 3/8"EXPANSION JOINT(TYP.) (SEE STD.PLAN 102) EMENT CONC.SIDEWALK Ili o X ' ( X : Qo L g • Ili SEE NOTE 1 O CEMENT CONCRETE\ 3/8"EXPANSION JOINT CURB&GUTTER IS (SEE STD.PLAN 102)) (SEE NOTE 3) PLAN VIEW id RAMP(VARIES) VARIES RAMP(VARIES) 6'MIN.-15'MAX 14M/N. &MIN.-15'MAX. i SEE NOTE 8(TYP). ill `v `v MEW NW 6"MIN. 6"MIN Ji 6"MIN. CEMENT CONCRETE 3/8"EXPANSION JOINT(TYP.) SIDEWALK SECTION CI (SEE STD.PLAN 102) III 1/2"R(TYP.) _ SIDEWALK WIDTH DEPRESSED CURB&GUTTER VARIES i 2%MAX (SEE NOTE 3) U .i,44,,.- '--7 6"MIN. ommItalf ;; DRIVEWAY N _ SECTION O 10 LF OF PAVED f,"0 Ili DRIVEWAY REQUIRED ,ojP"' /44•• 00;7- % '7 CEMENT CONCRETE •�" � ��•€.rte CURB&GUTf ER id / (SEE NOTE 3) LN , 1 a. CEMENT �° DEPRt ED NI CONCRETE .r� r SIDEWALK ' '�.tRB&GUTTER f : '(SEE NOTE 3) iiii .- ; 't - TYPE R1 -ISOMETRIC VIEW (RESIDENTIAL) For NOTES see sheet 104.2 tiVY STD. PLAN - 104.1 Id oan +PUBLIC WORKS CEMENT CONCRETE DRIVEWAY N't• I • DEPARTMENT ENTRANCE - TYPE R MAY 2009 OW NU -- C*,5 0 r.. # .. CEMENT CONCRETE CURB E GUTTER /_ ,,� 4.s { . (SEE NOTE 3) .,4 10 LF OF PAYED ".`y ,.c 4. :-.K.----ollit DRIVEWAY REQUIRED ;° �� CEMENT 001. st;;<c :i ONOLITHIC CONCRETE 4 - x GUTTER SIDEWALK 4_ s }��.� ; SEE DETAIL THIS SHEET) � t 15, TYPE C2B—ISOMETRIC VIEW '"" _,..4.,.._,' (30'WIDE COMMERCIAL,WITH BUFFER) Mk NOTES 1. When a Type R1 or R1 B(residential)driveway width exceeds 15 feet,construct a full depth expansion joint with 3/8"joint filler FACE OF CURB along the driveway centerline(see std.plan 102). Construct seE© SEE DEPRESSED CURB DETAIL ON expansion joints parallel with the centerline as required at 15' CONTRACTION JOINT 812' ON THIS SHEET maximum spacing when driveway widths exceed 30'. STD�1N 102 Illiel r 5 12"R. TOP OF ROADWAY 2. See std.plan 102 for sidewalk details. - j fr 3. Curb and gutter shown,other curb designs may be specified. See std.plan 101 for curb details. `. 1� 4. Avoid placing drainage structures,junction boxes or other a - obstructions in front of driveway entrances. 1._e. 1'_B" 5. The engineer will design all driveways to include elevations at all NOTE DRIVEWAY LONGm1DINALEXPANSION points marked with symbol"X". All elevations are at the driveway DEPRESSED JOINTS SHALL CURDEPTH GUTTER DETAIL finished surface. sr 6. Driveways not constructed as dimensioned will not be accepted by the owner. u s 7 a. Width of Type C1/C1 B and alley entrances shall be 20'-0". Width of Type C2/C2B(2-lane commercial)entrances shall be 30'-0". Width of Type C3/C3B(3-lane commercial)entrances shall be 38'-0". The expansion joints(see std.plan 102)shall FACE OF ADJACENT CURB be spaced as shown in the corresponding isometric view. tis es b. Maximum width of Type C-MAX or C-MAX with Buffer GUTTER SURFACE (Industrial,Warehouse,and Shopping Center uses only)shall be 50'-0"but shall not exceed 40%of the street frontage. The I air expansion joints(see std.plan 102)shall be spaced as shown .°.' '. in the corresponding isometric view. D •_ DD 10A 8. Slopes shall comply with sections R30321 or R303.2.2 or '. ° . D • _°. •. R303.2.3 of the Public Rights of Way Access Guide(PROWAG). ' • '• • : ° 9. Curb returns for any Type C-MAX Driveway may be approved on P a case-by-case basis. DEPRESSED CURB DETAIL AT RESIDENTIAL OR COMMERCIAL DRIVEWAYS,AND ALLEYS irs Driveway Example: TYPE Cl B i 1 R=Resfdential, Ccommemlal ) Number of Lanes, IIIII (MAX=4 Lane Commercial) B=Buffer(Planting Strip), Blank"No Buffer es Y +~a �+ PUBLIC WORKS CEMENT CONCRETE ENTRANCES - PLAN — 104.2 ,AR DEPARTMENT NOTES AND DETAILS t TO MAY 2009 11111, iii BID ITEM(INCLUDES SIDEWALK RAMPS) RAMP(VARIES) RAMP(VARIES) ii 6'MIN.-15'MAX I ` 6'MIN.-15'MAX. 10 IF OF PAVED DRIVEWAY REQUIRED 3/8"EXPANSION JOINT(TYP.)--"‘'.1'-''''',..,. : (SEE STD.PLAN 102) CEMENT CONC.SIDEWALK * X X ` X X /VI 3 _033 0.� X X JK X �, Iid J - " t ZmZ . CO z a "X IC X X ' � SEE NOTE 1 CEMENT CONCRETE B CURB&GUTTER 3/8"EXPANSION JOINT(TYP,) (SEE NOTE 3) (SEE STD.PLAN 102) PLAN VIEW iiii RAMP(VARIES) VARIES RAMP(VARIES) 6'MIN.-15'MAX 14'MIN. V MIN.-15 MAX I .' 20'MAX SEE NOTE 8(TYP). II "v I `v 6"MIN. 6"MIN 6"MIN. CEMENT CONCRETE 3/8"EXPANSION JOINT(TYP.) SIDEWALK SECTION A (SEE STD.PLAN 102) 112"R(TYP.) SIDEWALK Mi DEPRESSED CURB&GUTTER VARIES 2%MAX 12H:1__y� (SEE NOTE 3) ;fit 6"MIN. NM DRIVEWAY SECTION O lill 10LFOFPAVED ...`" .. DRIVEWAY REQUOtED . M CUB E N&T G CUONR RE TE Ec (SEE NOTE 3) I. ill CEMENT ♦ W,�sE�-PpRp�EC ` a x / ., te . SIDEWALK �{ lURB&GUTTER (SEE NOTE 3) Nom, '•- TYPE R1 B-ISOMETRIC VIEW 11 4• (RESIDENTIAL,WITH BUFFER) on For NOTES see sheet 1042 ti't,Y 0 Am + PUBLIC WORKS CEMENT CONCRETE DRIVEWAY PLAN - iO4.3 ='�� DEPARTMENT ENTRANCE - TYPE RIB AN.To MAY 2009 iiiii or BID ITEM(INCLUDES SIDEWALK RAMPS) A _ RAMP(VARIES) VARIES:20'MIN.(SEE NOTE 7) RAMP(VARIES) 6'MIN.-15 MAX_ "6'MIN.-15 MAX rrr DRIVEWAY REQUIRED I 3/8"EXPANSION JOINT(TYP.) (SEE STD.PLAN 102) CEMENT CONCRETE O' SIDEWALK L • X X ' X X A NI Ili 0 rn a No ', .X X X X ', � W WW MP .' m a .,. m Z.W Z. Vu y' "X X X X I / r-- CI MN SEE NOTE 7 CEMENT CONCRETE O CURB&GUTTER (SEE NOTE 3) NI 3/8"CONTRACTION JOINT(TYP.) (SEE STD.PLAN 102) PLAN VIEW (TYPE C3B SHOWN,Cl B&C2B&C-MAX with buffer SIMILAR) (SEE NOTE 9) NI RAMP(VARIES) VARIES:20'MIN. RAMP(VARIES) J 6'MIN.-15'MAX (SEE NOTE 7) 6'MIN.-15'MAX _I SEE NOTE 8(TYP). ew `. 'v md�ti flow I. on 10"MIN. 10"MIN. 10"MIN. CEMENT CONCRETE 3/8"EXPANSION JOINT(TYP.) SIDEWALK (SEE STD.PLAN 102) O„ SECTION AO es SEE DETAIL ON STD PLAN 1042 1/2"R(TYP.) SIDEWALK AT DRIVEWAY VARIES__ I-. 2%MAX.. 12H:1 VAX - ea -1111111111.1111111111=11111 110011FIEBELW 10"MIN. E4141"*TIO DRIVEWAY w 3/8"EXPANSION JOINT(TYP.) (SEE STD.PLAN 102) SECTION O r For NOTES see sheet 104.2 am N'tY O CEMENT CONCRETE DRIVEWAY STD. PLAN — 104.4 Ue PUBLIC WORKS + i + DEPARTMENT ENTRANCE - TYPES C9 B, C2B, tNZO C3B, and C-MAX with BUFFER MAY 2009 ON iiii iii C.'.•5QF17--*-4..3rl*e„,, off ,,, e `° g... n illy v 10 LF OF PAVED i ' � ` WO, ,,...1::"-!id:-7- 43,1'7.7,4r;.-47'”amWS DRIVEWAY REQUIRED -. DEPRESSE MONOLITHIC _ ,,,.,0$4,'"4.,;-•.. CURB&GUTTER c CONCRETE CEMENT / ( EE.DETAIL,SHEET 104.2) <; SIDEWALK t _E,...&",-,,X-'-' ' / ues ' n' y -as gs : CEMENT CONCRETE Si -_- w' CURB&GUTTER TYPE C3--ISOMETRIC VIEW • ``": ~ (SEE NOTE 3) (38'WIDE COMMERCIAL) . illi `R. iiii ..0 0 0. -.?•.- n-n �� n+ y l CEMENT CONCRETE ,..v.4'..35' -•� CURB&GUTTER s F (SEE NOTE 3) 10LFOFPAVED ij f ,4 i DRIVEWAY REQUIRED _ F.` J- CEMENT '�4}� DWRES CONCRETE ♦ L C11R6 SIDEWALK ' x •-- . -'- ilc,,,<?.,,tiiiitV-""AltY7,°.'"''' •�`'1.0.., �=' '= TYPE C3B-•ISOMETRIC VIEW ""° "..._',. (38'WIDE COMMERCIAL,WITH BUFFER) III •e• 11111111 , �°�_— W � s 0 ��v�'� '"00"''''''. y '4 CEMENT CONCRETE CURB&GUTTER � `� � �� / (SEE NOTE 3) �� �' Y-4 10 LF OF PAVED / C n fDRIVEWAY REQUIRED s ::_ ,EMMT I % • , iiii CONCRETE �„ 4 , " DEPRESSED MONOLITHIC SIDEWALK / v . ^ . ' URB D&EGUISR EE 104.2) . ' , 4 a.,," -",-' TYPE C-MAX-ISOMETRIC VIEW w 4 I' � � (50'WIDE COMMERCIAL) -4,1-t .-41,=---- (WITH OR WITHOUT BUFFER) For NOTES see sheet 104.2 no Ctitio CEME NT CONCRETE STD. PLAN — 104.5 i I PUBLIC WORKS DRIVEWAY ENTRANCES iii DEPARTMENT - VARIOUS ISOMETRIC VIEWS MAY 2009 " ` INO NO _I RAMP IS NORMAL TO CURS FACE TANGENT AND OPPOSITE FAR RAW(TYP.) VW -Nil U Li CEMENT COr.SIDEWALK , 0 OW Ct 144 SIDEWALK 1 ini SIDEWALK 11111V. air EXPANSION 4 11.\--T-w.t.... PDETEWAARNTTERNCTINGABLE JOINT(TYP.)(SEE (SEE DETAIL) oporil.T4 FACE OF CURB Ili Iripooter0011001',Allk 4.1..d. ,OliAl•P 1111 C7 <>AT FACE OF CURB - CURB.OR CURB 10 \ ...I■■■■:-'''I,IA,A1• 0 AND GUTTER ‘ -r-cr ‘41111111■„1/4„- 7...47113 CEMENT CONCRETE .0 41111. i PLAN VIEW SIDEWALK RAW TYPE 1 C.-ZS.-- --- r—1--1 LAYOUT PLAN VIEW I SEE NOTE 2 SIDEWALK RAMP TYPE 1 as T-0.-DETECTABLE WARNING I. i PATTERN(SEE DETAL) . 5'-IT ANN. fr-0'MIN. LANDING RAMP as L MAX TA FLUSH ToP OF ROADWAY [ A B i RAMP OM ve 7. . ......... aasenn 11:31r1: 1':,-4.54` DEMENT :;.TA:ii -..!.-Cl-7P. CONCRETE DEPRESSED ,E...I...:-(35.,1,-,,,,e,0-,,,- -: MIN. MAX. SIDEWALK CURB a GUTTER A •-::k.v,v:k i TiO-4$K B SECTION 0 (SEE NOTE 5) A 1 Mr 2 SE"Ae#: 4!tf:-. ':-.': MP 8 5/11* 1 Or PLAN C 7/15" 3/4 SIDEWALK .1 1 ..1 hs. D 7/8' 17118' ___1 1.13_ 41111 ,,, THIS PATTERN AREA SHAU. TOP OF 2%MAX, TA/ ROADWAY ELEVATION BE YELLOW IN COLOR -w' . .•- / • DETECTABLE WARNING PATTERN DETAIL CEMENT CONCRETE SIDEWALK CEMENT CONCRETE 0110 CURB a GUTTER SECTION 0 (SEE NOTE 5) MO 13*-0"MIN. NOTES 2%MAX. 4 5,1, ROADWAY 1. The bottom of the ramp shall have a landing area(not in excess of 2% TOP OF in any direction)4'x 4'. .s. ','w - • - lk--- .. 2. layout requires two(2)of this bid Item:"CEMENT CONC.SIDEWALK IOW CEMENT ...11--• --"-- RAMP TYPE 1*. The bid Rem does not Include the adjacent curb(or CONCRETE SIDEWALK CONCRETE curb&gutter),or sidewalk. CURB a GUTTER SECTION 0 (SEE KITE 5) 3. The maximum allowable ramp slope is 12H1V.Flatter ramp slopes we permissible.Field verify the forms before pouring concrete. SW 4. Avoid placing drainage structures,Junction boxes or other obstructions in front of ramp access areas. — 5. Curb 6 gutter Is shown,see the contract plans for the curb design specified. See standard plan 101 for curb details. VW - -- ---7/f$,14 6. See standard plan 102 for sidewalk Joint placement and details. ,,roli.,":.--T‘- 7. The engineer will design all ramps to include elevations at all points ...--- marked with symbol X". All elevations are at the finished surface. 8. Ramps not conshucted as dimensioned will not be accepted by the l'..,--,''''-;::;-- 4V owner. — ISOMETRIC VIEW 1 ,.`C o STD. PLAN - 105 ..0..a ) PUBLIC WORKS PAIRED SIDEWALK RAMP . •all■ . DEPARTMENT TYPE 1 41— MAY 2009 4'isrt° oft la RADIUS POINT OF SIDEWALK RAW AND CURB RETURN(TYP.)-SEE CONTRACT FOR RADIUS. cT 0 sii a \\\\ h SIDEWALK . S-0"/ J DETECTABLE WARNING 3/8"EXPANSION IPA7 TERN SIDEWALK � �� �w i-- JOINT(TYP)(S • \ (SEE DETAIL) �1 _ STD.PLAN 1 iil �j — Vati,,..,,,,,vits FACE OF CURB / I I" Q 10 AT FACE OF CURB ill CURB,OR CURB � --t--; AND GUTTER aaeswauc T4') 2'-6" I CEMENT CONCRETE PLAN VIEW SIDEWALK RAMP TYPE 1 AND RELATIONSHIP TO CROSSWALK a PLAN VIEW AND LAYOUT SINGLE SIDEWALK RAMP TYPE 1 2'-0"-DETECTABLE WARNING ei 5'-Cr MIN. 8'-0"MIN. PATTERN(SEE DETAIL) LANDING RAMP 2%MAX v p ��H ROADWAY CEMENT ®„ CONCRETE DEPRESSED SIDEWALK CURB&GUTTER ild SECTION CA (SEE NOTE 5) rA I RAMP B Id ' SIDEWALK 2 MIN. MAX. 5'-W MIN. A vi. 4 5- B A 15/6 23/8 TOP OF 2%MAX_ v ROADWAY .. -y it .: sf"a B 5/8" 1 1/2 iii n-it. PLAN C 7/16" 314" m yI D T/8" 17116" 14 CEMENT CONCRETE li SIDEWALK CEMENT CONCRETE CURB&GUTTER Ad SECTION OB (SEE NOTE 5) t I I o I THIS PATTERN AREA SHALL ELEVATION BE YELLOW IN COLOR `1 DETECTABLE WARNING PATTERN DETAIL ,ipa.,,,,7, a D1 ISOMETRIC VIEW For NOTES see sheet 105 id i .usa . PUBLIC WORKS SINGLE SIDEWALK RAMP • p - 105.1 Si '=IN DEPARTMENT TYPE 'I .To MAY 2009 all IS 3/r EXPANSION JOINT(TYP.) N. el RAMP IS NORMAL TO CURB FACE TANGENT. � AND OPPOSITE FAR RAMP(nYP) t61111 IJJ II RADIUS POINT OF CURB RETURN RD661Y O _ E-1111 _I I C DETECTABLE WARNING RAMP CENTERLINE -) I I I I — ( E DETAIL) • t OPTIONAL CEMENT CONCRETE /Jx PEDESTRIAN CURB (SEE STD.PLAN 101) SIDEWALK RAMP WING(TYP) IS 0 o� � - M 0 `I is �' • SIDEWALK RAMP r -'�:' WING GYP) RAMP CENTERLINE 0 �� A ow r.a' �� ��' g / ri `I r`w C - ISOMETRIC VIEW lig Ail ..._ ii ,,, ; VARIES:r-0'lo E 7-e' 7-6' T-IT PC r- , RAMP I i RAMP E uric Ifs' .4 -t.':. I. Ott (SE EXPANSION JOINT(M.) — .. (SEE!NOTE 8) _ PATTERN(TYP.) 316'EXPANSION JOINT(TYP.) LANDING ( DE'rAL) (SEE STD.PLAN 102) CROSSWALK— SECTION O Mit PLAN VIEW SIDEWALK RAMP TYPE 2 LAYOUT 8' SIDEWALK DETECTABLE WARNING S-a NKr PATTERN(SEE DETAIL) OW SIDEWALK r,' -Q S-r MIN. • 2% FLUSH TOAow to /�/,� '+ MAX. �ROADWAY 2%MAK e -., TOP OF '•� �*! ROADWAY OPTIONAL CEMENT \ DEPRESSED / CONCRETE PEDESTRIAN MENT CONK. `CURB a GUTTER Iiii `\' -. CURB(SFE STD.PLAN 101) Ty SDEWALK (SEE NOTE 4) CEMENT SIDEWALK ` CURB IL GUTTER SECTION 0 (SEE NOTES) SECTION CI OM NOTES 1. The bottom of the ramp shall have a lancing area(not in excess of 2%in any direction).4'x 4'. 2. The paired type 2 ramp layout requires two(2)of this bid item:"cement conc.sidewalk ramp type 2'. The bid item does not include the adjacent curb(or orb&gutter),the a sidewalk between ramps,or-the cement cone:pedestrian-curb. 3. The maxlmran allowable ramp slope is 12H:1V. Flatter ramp slopes are permissible. Field verify the Tonne before pouring concrete. 4. Avoid placing drainage structures,junction boxes or other obstructions In front of ramp access areas. 5. Curb&gutter is shown,see the contract plans for the crab design specified. See standard plan 101 for curb details. Oil 6. See standard plan 102 for sidewalk joint placement and details. T. The engineer will design all ramps to include elevations at at points marked with symbol"X'.Al elevations are at the ramp finished surface. 8. Ramps not constructed as dimensioned will not be accepted by the owner. . IMP 9. When the distance from PC to PT Is 18'-0'or less(when measured along the bads of sidewalk)the height of the orb and sidewalk in this area shall be reduced proportionally. The 4'-0"minimum dimension shall never be reduced(See note 3). r ` STD. PLAN — 106 4.wR . PUBLIC WORKS PAIRED SIDEWALK RAMP A DEPARTMENT TYPE 2 L' C• MAY 2009 AI' n.w 1 a RADIUS POINT OF SIDEWALK RAMP AND CURB RETURN S MB \ iii \ .> RAMP CENTERLINE \, y-6" 3/8"EXPANSION JOINT(TYP.)� (SEE NOTE 6) DETECTABLE WARNING PATTERN(1'YP.) I la (SEE DETAIL) OPTIONAL CEMENT CONCRETE PEDESTRIAN d c/ 0 e �r, — CURB(SEE STD.PLAN 101) �/ p. I \c. \\O . . I I ____. , I—— — `• t A 1 RAMP I_ i B � °i S A CROSSWALK t u >4: �( MIN. MAX .4 ' a ` i' + A 15/8" 23/8" FACE OF CURB B 6nr 1 1/2" I. PLAN C 7M6' 3/4" le PLAN VIEW c"f 1 I C D 7/8' 1 7/16" SINGLE SIDEWALK RAMP TYPE 2 o LAYOUT AND RELATIONSHIP TO CROSSWALK f_'1 1.1...) THIS PATTERN AREA SHALL iii ELEVATION BE YELLOW IN COLOR VARIES:2'-6"to F DETECTABLE WARNING PATTERN DETAIL d v VARIES:RAMP 0'to E VARIES: 0'to . RADIUS • I 6' V 6" I AT FACE E F OF CURB 3/8"EXPANSION JOINT(TYP.) 20 FEET 10-4314" 3-8 112' iiii (SEE STD.PLAN 102) LANDING 30 FEET 8'-111/2' 7-21/4' SECTION O 40 FEET 8'-41/2' 2'-11 3/4' 50 FEET 8'-03/4" 2'-101/4" a 60 FEET 7'-10 V4 2'-9314' f-, 70 FEET 7'-83/4" 2'-9" - 80 FEET T-71/7 2'-83/4" a 90 FEET T-61/2' 2'-81/4' /Ai> 100 FEET T-6" 2'-8" , , '::_ . n ::''i } s :,i- DIMENSIONS AT t %4` % FACE OF CURB :., INTERMEDIATE RADII SHALL BE INTERPOLATED 4 -}j_ /� For NOTES see sheet 106 i � � ISOMETRIC VIEW iii CAA �� PUBLIC WORKS SINGLE SIDEWALK RAMP STD. PLAN — 106.1 5R DEPARTMENT TYPE 2 414,N,T•° MAY 2009 iiii - - L ... Sidewalk ••• 0 O .... .- - DETECTABLE WARNING NO PATTERN(TYP.) /::(SEE DETAIL) 3'-0*MIN. T lin IOW - li I RADIUS POINT OF SIDEWALK RAMP L 1.11111 2k" r 0 I I iii I AND CURB RETURN , -I--- MI 3/8'EXPANSION JOINT lin 1 l --t (SEE STD.PLAN 102) ' .. RAMP IS NORMAL TO CURB FACE . PT TANGENT,AND OPPOSITE FAR RAMP •••• --... 11111 TYP. .... . . ,,, . ce . . IS / : : CURB.OR CURB - AND GUTTER (OPTIONAL)CEPAENT CONCRETE ej - PEDESTRIAN CURB(TYP) 4- - — amp I . ,,,,,'■4' ,.. - et' - " . .,. kt . . . In RAMP(TYPI...)1 . I ,,,, . . ' 1 r-- . - ..., — \a . . . aii, EMI . . RAN viEw ... .,, pARED sIDEwALK RAMP TYPE 3A . . . - —=---I—77 i - _. - LAYOUT ::%1F2FICE- - . - di" MIIIIIMMIIIIIIT 1.. CEMENT CONCRETE Z., SIDEWALK 3'-Cr MIN. L'::::(K1 pc ... S-(1' BUFFER..- STRIP MI re TOP OF 2%MAX 4t 2%MAX ROADWAY I I CROSSWALK] —-t N/I'T‘l."11"13LINI"-r" V i .• \ . RAMP IS NORMAL TO CURB FACE TANGENT,AND OPPOSITE FAR RA CONCRETE MP CEMENT \__CEMENT CONCRETE CURB&GUTTER ' SIDEWALK SECTION 0 (SEE NOTE 5) 3'-Cr MIN. 5'-IT MIN. 3'-0"MIN. .' . "'ff-> RAMP . LANDING RAMP .- ..,..‘-.v.,...., sir . - ---• .,., .- ,, ,,."...,0,,,,,, .- EMMA iiIiinammomil-. - '-- '- ,.•••1011114110151"51■1111111 - ''u' 3/0"EXPANSION JOINT(TYP.) ,................„, . ISOMETRIC VIEW um SECTION 0 mom For NOTES see sheet 107.1 MP 'CY 0, STD. PLAN — 107 PUBLIC WORKS PAIRED SIDEWALK RAMP + hipt + DEPARTMENT TYPE 3A .— t 10 MAY 2009 oier di A Ili a58'EXPANSION JOINT (SEE STD.PLAN 102) DETECTABLE WARNING 3 PATTERN(TVP.) CE (OPTIONAL) (sEE DETAIL) • PEDESTRIAN CURB ./i ' CURB.ORCURB MAYA RP( P) `� �GUTTHt Ai \.\ ,. • I LANDING 3'-O'MIN. 2'-0'-DETECTABLE WARNING''f40'. 1%°' _ ,,a bb �+ 5 0' RAMP PATTERN(SEE DETAIL) ik 2% FLUSH `� TOP OF - —�a I—' ,Max_ : I ROADWAY iii d ■ (OPTIONAL) GUTTER (SEE NOTE ER all O CURB(SEE STD.RAN 101) nuC —- —� SECTION O di PLAN VIEW SINGLE SIDEWALK RAMP TYPE 3A LAYOUT MB A RAMP ref C+ o a " ` •-i A �,}� �.i0 MIN. MAX. ,. tar ' A 1518' 23/8' t % ,K li B 5/8' 112' �' PLAN C 7/18' 3/4' iii mowO i C D 7/8' 1 7118' O 1 a� ' i THIS PATTERN AREA SHALL s^s2 A E ELEVATION BE YELLOW IN COLOR Si ISOMETRIC VIEW DETECTABLE WARNING PATTERN DETAIL isi NOTES 1. The bottom of the ramp shall have a landing area (not in excess of 2%in any dinxsior() 4'x 4'. 2. The paired type 3A ramp layout requires two(Z of this bid Item: ' iii CEMENT CONC.SIDEWALK RAMP TYPE 3A". The bid item does not include the adjacent curb (or curb&gutter) ,the sidewalk between ramps,or the cement conc.pedestrian curb. 3. The maximum allowable ramp slope is 1211:1V.Flatter ramp slopes are permissible.Field verify the forms before pouring concrete. 4. Avoid placing drainage structures,junction boxes or other obstructions in front of ramp r as. . .. p access areas. tilii 5. Curb&gutter is shown,see the contract plans for the curb design specified. See standard plan 101 for curb detals. 6. See std.plan 102 for sidewalk joint placement and details. 7. The engineer will design all ramps to include elevations at all points marked with symbol"X'. Al elevations are at the ramp finished surface. 8. Ramps not constructed as dimensioned will not be accepted by the owner. 9. When the distance from PC to PT is 10'-0'or less (when measured along the back of sidewalk) the height of the curb and sidewalk shall be reduced proportionally.The 4'-0'minimum dimension shall never be reduced (see note 3) . iii + + PUBLIC WORKS SINGLE SIDEWALK RAMP STD. PLAN — 107.1 '` DEPARTMENT TYPE 3A O MAY 2009 Iill +�r CENTER LINES as • ® • • • • • • • • • ® • • • • • • • •_1_4"• • • • • • • • • i\•: • • • • • • s-T 14" YELLOW TYPE 'I'30, LINE MARKERS DOUBLE YELLOW CENTER LINE 4" YELLOW TYPE 'Ild' LINE MARKERS (REFL.) • • • • • • ca 9' - 15' 13' 4" YELLOW TYPE 'I' r LINE MARKERS SINGLE SKIP YELLOW CENTER LINE 4" YELLOW TYPE 'Ild' LINE MARKERS (REFL.) wr TWO—WAY LEFT TURN LANE • • • ® • • • • • • • • • • • • • • • 14,, • • • • • • • 9' 15' 3' air 12' 4" YELLOW TYPE 'Ild' LINE MARKERS (REFL.) 4" YELLOW TYPE 'I' LINE MARKERS Lez: • • • • • • • ® • • • • • • • • • • • • • • • • • • • • • NUMBER OF 2—WAY LEFT TURN ARROWS Not SPEED LIMIT 25 MPH _ 200' O.C. SPEED LIMIT 30-35 MPH -- 250' O.C. SPEED LIMIT 40-45 MPH -- 300' O.C. 1 e_®o 4 PUBLIC WORKS CHANNELIZATION . p — 109 r' DEPARTMENT MARKERS DETAIL t ,tp MAY 2009 Wre 4 y, iii APPROACH LINE 0 131:________: _t t t t t t t : t i t t ® t t I8" Ili 4" WHITE TYPE } 24 'I' LINE MARKERS 4" WHITE TYPE 'lle' LINE MARKERS (REFL.) i NUMBER AND LOCATIONS OF ARROWS kw r APPROACH LINE LENGTH ARROW LOCATIONS 11.0R ; 20'-50' 1 ARROW (20' BACK FROM CROSSWALK OR STOP BAR) 50'-125' 2 ARROWS (20' BACK & END OF APPROACH LINE) 125'-300' 3 ARROWS (20' BACK, MIDWAY & END OF LINE) ARROWS F OVER 300' AT 100' INTERVALS I SKIP APPROACH LINE oil t t : : : : I 8"" \t 9' - 15' 3 4" WHITE TYPE 'I' LINE MARKERS 4 4" WHITE TYPE 'Ile' LINE MARKERS (REFL.) i MI LANE LINE 4" • • • •• •• MI 9' 15'13' • t ,, 4" WHITE TYPE 'I' LINE MARKERS NO 4" WHITE TYPE 'Ile' LINE MARKERS (REFL.) id it ' Y 0s.R PUBLIC WORKS CHANNELIZATION PLAN - 109.1 iiii �, �� DEPARTMENT MARKERS DETAIL MAY 2009 �p 1>1 ow 1' 1' ARIES 1' 1' -1 r MIN 1 MIN MIN MIN me li , r io -.ir ■ 4 ow I . 0 ■ 4 ■ ■ ■ lo l■ 40 4 2" HMA OR ACP CLASS 'B' FACE OF CURB OR ■ /1 / 4 A EDGE OF PAVEMENT vas It A. 4 ArA ro ;0 14r - — TRAFFIC FLOW o 4 10 4 i 4 o 040 4 \--CENTER LINE OR 2" TO 6" HMA OR ACP CLASS 'B' 10 LANE LINE . _ . 1■•• 1 A ON [ 1111 6.5' MIN. 1 ow 2" DEPTH OF GRIND OR SAWCUT AND REMOVE ow . VARIES: 6.5' MIN. , 1' I 1' F— VARIES —1 1' 1 1' _ DEPTH OF EXISTING PAVEMENT MIN 1 MIN I 1 MIN i MIN iiiii /01/ r 41/ A ma r v4 4 HMA OR ACP CLASS 'B' (SEE NOTE 2) ow 4 2" HMA OR ACP 2" SAWCUT AND REMOVE CLASS 'B' 1 6" CRUSHED SURFACING TOP COURSE, COMPACT TO 95% MODIFIED PROCTOR. OR GRIND, SEAL WITH ow AR-4000W. Ad Ad 11 11 NW - • • CRUSHED SURFACING TOP COURSE, OR , NATIVE MATERIAL IF APPROVED IN WRITING . h. BY THE ENGINEER, COMPACT TO 95% WIDTH OF TRENCH AS REQUIRED BY SIZE OF PROPOSED MODIFIED PROCTOR. IMPROVEMENT (SEE WSDOT STANDARD SPECIFICATION 2-09.4) i se PLUS AN ALLOWANCE FOR ANY SHORING. SHORING, IF PIPE ZONE BEDDING. MATERIAL AND COMPACTION NEEDED, SHALL MEET THE REQUIREMENTS OF WSDOT AS REQUIRED BY THE WSDOT STANDARD STANDARD SPECIFICATION 7-08.3(1)B SPECIFICATIONS FOR THE TYPE OF IMPROVEMENT INSTALLED. NW FOR NOTES, SEE STANDARD PLAN 110.1 sari .N.'fC o STD. PLAN - 110 + ar. PUBLIC WORKS TYPICAL TRANSVERSE PATCH PAI■ DEPARTMENT FOR FLEXIBLE PAVEMENT A•yr0 MAY 2009 tor a a a LANE LINE MARKING 3' MINI. 3' MIN. ,, a (SEE STD PLAN 110.2) VARIES: 4.5' MIN. (SEE STD PLAN 110.2) _ DEPTH OF EXISTING PAVEMENT a 1 A a L .111111 HMA OR ACP 1' 1' CL. 'B' (SEE NOTE 2) 11 MIN. I MIN. A 6" CRUSHED SURFACING TOP 2" HMA OR , COURSE, COMPACT TO 95% a ACP CLASS 'B' , MODIFIED PROCTOR 2" SAWCUT AND REMOVE EDGE OF PAVEMENT, EDGE A la AR-4000Djy SEAL WITH ' / CENTER OF LANE MARKING NG N■N ii, CRUSHED SURFACING TOP COURSE, OR NATIVE MATERIAL IF APPROVED IN WRITING WIDTH OF TRENCH AS REQUIRED BY SIZE OF ■ BY THE ENGINEER, COMPACT TO 95% a PROPOSED IMPROVEMENT (SEE WSDOT MODIFIED PROCTOR STANDARD SPECIFICATION 2-09.4) PLUS AN ; ALLOWANCE FOR ANY.SHORING. SHORING, IF PIPE ZONE BEDDING. MATERIAL AND '' NEEDED, SHALL MEET THE REQUIREMENTS OF COMPACTION AS REQUIRED BY THE a WSDOT STANDARD SPECIFICATION 7-08.3(1)B -- WSDOT STANDARD SPECIFICATIONS FOR THE TYPE OF IMPROVEMENT INSTALLED a NOTES: a 1. UPON REQUEST OF ENGINEER, NEW ROADWAY PAVEMENT SECTION MAY BE DESIGNED USING AN APPROVED METHOD FOR DETERMINING PAVEMENT THICKNESS. 2.. MINIMUM THICKNESS AND MATERIAL SHALL BE: -- PRINCIPAL/MINOR/COLLECTOR, ARTERIAL, & INDUSTRIAL ACCESS STREETS - 6" HMA OR ACP CLASS 'B'; RESIDENTIAL ACCESS STREETS - 2" HMA OR ACP CLASS 'B'; IN NO CASE SHALL THE THICKNESS BE LESS THAN THAT OF THE EXISTING PAVEMENT SECTION. a 3. AT THE DISCRETION OF THE ENGINEER, A FULL STREET WIDTH OVERLAY MAY BE REQUIRED. a OCY O STD. PLAN - 110.1 id s �' PUBLIC WORKS TYPICAL LONGITUDINAL PATCH =`.� + DEPARTMENT AND OVERLAY FOR FLEXIBLE PAVEMENT = 4' 10 MAY 2009 — LANE I LANE I LANE { • i or b • -• . • .. •/ ? 1 ✓r i 2• M/N r • . . - / . r NO 1.1 r r art r ' 3. M/N�• r. ` . . r' to r • -• W W• 0 or o r.(•j o• = Ii . N•ir, mit 3' A,//N - -/ �- 3' M/N . iw• r r INITIAL 2" DEEP SAWCUT OR GRIND; AND LIMIT OF FINAL OVERLAY (SEE NOTE 3) iiir j I r EDGE OF EXISTING PAVEMENT I EDGE OF TRAVELED LANE (EDGE STRIPE) Nis f /• -i-- . .3. ON. VARIES: 4.5 MIN. (SEE STD PLAN 110.1) • •r . r - rrr CENTER OF ANY MARKED LANE LINE, PROVIDE NEW CHANNELIZATION AFTER OVERLAY 1 r l : . - SECONDARY FULL DEPTH SAWCUT FOR PROPOSED TRENCH LANE LANE I LANE at FOR TYPICAL SECTION AND NOTES SEE STANDARD PLAN 110.1 NA +AR + PUBLIC WORKS REQUIRED SAWCUT, GRIND AND P — 110.2 DEPARTMENT OVERLAY FOR LONGITUDINAL TRENCHES MAY 2009 wf 1a 3 la r, ii HMA OR ACP CLASS 'B' OVERLAY 2" MIN. SAW CUT SHALL BE VERTICAL SAW CUT SHALL BE VERTICAL AND IN STRAIGHT LINES AS PORTLAND CEMENT AND IN STRAIGHT LINES AS DIRECTED BY THE ENGINEER CONCRETE DIRECTED BY THE ENGINEER iiii PORTLAND CEMENT REMOVE LOOSENED TRIM CONCRETE EXISTING CONCRETE ASPHALT VERTICALLY PAVEMENT =¢ 0 3/4" DIAM. X 12" LONG • . EPDXY COATED DOWEL BARS 0 18" ON CENTER ON =uun _i 3/4" DIAM. X 12" LONG ALL SIDES OF OPENING _ EPDXY COATED DOWEL BARS 6" ® 18" ON CENTER ON WO MIN. 6" MIN. ALL SIDES OF OPENING I 12" 1 EXISTING COMPACTED BASE SIDE OF TRENCH 112" MINI SIDE OF TRENCH iil COMPACTED CRUSHED SURFACING TOP COURSE. a, COMPACTED TRENCH BACKFILL et AS DIRECTED BY THE ENGINEER WITH ASPHALT CONCRETE OVERLAY WITHOUT ASPHALT CONCRETE OVERLAY idi isi CUT AND PANEL REPLACEMENT DETERMINATION: FULL CEMENT CONCRETE PANEL REPLACEMENT: FOR CEMENT CONCRETE SURFACE STREETS, THE MINIMUM RESTORATION SHALL BE FULL PANEL REPLACEMENT, IF ONE OR MORE OF THE itil FOLLOWING CONDITIONS EXIST: Less than ten (10) yrs old Ten (10) yrs or older Additional Requirements lig Local Access without Bus Route No No IN Local Access with Yes Yes Bus Route Intersection (All Yes Yes Plus one panel beyond w Streets) the curb return Ili 40% Removal Yes Yes I Ili= Excellent Condition t (based on visual and/or Yes Yes non—destructive testing) Principal, Minor, Yes, If twenty—four (24) Yes, If twenty—four (24) Collector Arterial and square feet or more of square feet or more of mi all streets in CBD any panel needs to be any panel needs to be and all bus route patched patched II . tiVY O TYPICAL PATCH FOR RIGID STD. PLAN — 111 ail U,•�� PUBLIC WORKS 4.° "'•` �� DEPARTMENT PAVEMENT PATCHING AND �� p. RESTORATION DETAIL MAY 2009 l ;f No GENERAL NOTES: 1. Mailbox CBU foundation width shown is for one CBU. See the instructions supplied with the CBU unit for multiple CBUs. so 2. See std.plan 102 for sidewalk details. 3. Curb and gutter shown,other curb designs may be specified. See standard plan 101 for curb details. - 4. Avoid placing drainage structures,junction boxes or other obstructions in front of mailbox locations. 5. Walkway widening and mailbox foundation not constructed as dimensioned will not be accepted by the owner. w e sit - BID ITEM 4'-4" T-21/2'MINIMUM 4'-4' (SEE NOTE 1) 3/8'EXPANSION JOINT 3/8"EXPANSION JOINT(TYP.) (SEE NOTE 1) NO (SEE STD.PLAN 102) CEMENT CONCRETE MAILBOX FOUNDATION. CEMENT CONCRETE r DEPTH AND REINFORCING BAR SHALL BE AS SIDEWALK REQUIRED BY MANUFACTURER.\, rippop, BROOM PLAN 102. IT FINISH PER CITY OF RENTON STD m Y to y 6 so 3 0 r -I o 0 -4-4-----I—0- (7) ■ NW CEMENT CONCRETE / 0 3/8"EXPANSION JOINT(TYP.) CURB 8 GUTTER J 1'-Cr 070 (SEE STD.PLAN 102) (SEE NOTE 3) 1'-0"(hP) 5'X 4'POST OF THE SAME MATERIAL AND FINISH AS THE CBU. (4)1/2"X 13'ANCHOR BOLTS SHALL BE CAST DOOR SIDE OF INTO SLAB PLUMB IN A 4'X 10"CONFIGURATION TYPE N CBU CENTERED ON THE CBU CENTERLINE IN THE DIRECTION SHOWN. (POSTS AND ROOF TO BE PROVIDED BY OTHERS) PLAN VIEW WALKWAY BYPASS AT CURB(NOT INCLUDED IN BID ITEM) MAIL CLUSTER BOX UNIT(CBU) 6'-0' TYPE IV CLUSTER BOX UNIT (Salsbury Model 63313) iiii Z 2 FLUSH 1/2"R(TYP.) 00 L-��i { 81/2' CURB&GUTTER 2%MAX i i (SEE NOTE 3) 1 In M" far°a 1 3/8"EXPANSION JOINT(TYP.) (SEE STD.PLAN 102) CEMENT CONCRETE MAILBOX FOUNDATION. +� DEPTH AS REQUIRED BY MANUFACTURER. f SECTION OA I 1 + PUBLIC WORKS MAILBOX UNIT AND P - 112 DEPARTMENT SIDEWALK WIDENING gyp" MAY 2009 ..r a NOTES RISER RING DIMENSIONS APPROXIMATE 1. Dimensions may vary according to manufacturer. A. WEIGHTS (SIZE) 112• T 3- 2. Base to be placed on a well compacted foundation. CASE 60 LBS 3. Monument case to be installed by contractor. COVER 19 LBS • 4. See WSDOT Standard Plan A-10.20 for Monument(brass disc)type to place in TOTAL 79 LBS 2"O.D.galvanized pipe. 4 5/8" R. ! 138- DIAM. CONCRETE BASE � o • % I �� � �I 111" DIAM. N . D •D _f ffffff all ''''1111 • . ° � i' 11-- -'\‘\‘ "A • D 37/8" R. 33 4" R. 4 © _•__ _�� _•. SECTION �, D ° COVER• "D _--- -/ L 5 1/4" R. •� 4 3/4" R. .1./ . r 1 D t • D .•D . , T� I `` D , PLAN VIEW I \ ACP Class B, or as approved by ` the Engneer. A I- 1'-6" R. I 4` R. n 'v iii .1 Ni/ `\ _ 1" 1.?.,/4" 53/4-R - n iii I SECTION D \ t ; •D- i g \`.: . _:; ; CASE Si.r/r/ ;.". 01, 0 0 0 . . . . •■•/ li. %i Ili t CONCRETE BASE \\\-�,\\ t\�'\\r/ 0 I 10 1/2" DIAM. SAND A� \ 1 a - j 9 1/2" DIAM. ISOMETRIC UNDISTURBED SOIL -11 ./ v GROUT lane 1 /16" MP 2"O.D.GALVANIZED ,i` l I I STEEL PIPE-NOTE 4 \\\ • ���] / t i I. SECTION C�A - l�1... ! t ANI�� 1/8/ INSTALLATION 8" DIAM. I t 9" DIAM. 11/4"j 1 SECTION fff iii SECTION OF LETTER RISER RING C PUBLIC WORKS MONUMENT CASE P — 113 IN DEPARTMENT AND COVER INTO MAY 2009 ii U'' 2 L o g Z 0 0 sel a m ° m n U O ..._....'_.3___..._______ . Q' 1 NO 2 m ) ~ N m ?+ $ v - til .1%, 1�: O W q m F, ' 7< O C W e ta O m m m Q >.•Q �O OrN Y S w D j F o N E c C � 2 C.)I--- a I Z d) f- <; :� af y F D a Z N t.a O hi a O o c; Q g K w 1- „ q^00 JF - i o 00 flVi m o x . , o 7 d+ r �h o ` W o W 'di..• WC ti J �O lr - Z. 0 m N ° o E O w w o H m ao Fa• a_ l i [ G c . oa 0 kl v — J P moc o c I- ^. n:r.n . O = i Y a • to,_.0 rna n x Z,Z:SI n .O U O( 2 J u. F- Z ; N _ m O,N•f' n . rill O - • Z O ;if, % CL h • gz N W $E 3 m W m c 3 O giViA• « •le w • Q 0O '.. 0 O u o Q L P c 1-2 LL Z• f/a 2Sg c y o ca z . . • <J ° < o V � E 1-.; • c g P p o 'NF, . a Z 8 � < ;j o• on g c � ¢_ .0 . o /, - wi i ne ww o¢l m m m 11 m o fq a' m m !i �mmm go w .17.„ 0 ! a <N, p ) g f H �lzwl x /_ O m°Kc ; m mat � z S z:?,t O ' V a B A13 it OIQ;° W yti NV . mu -._u o 3O ' 2 • aN o_,oio!oa N N z< ZQ C C " x;e C.CS 2 Um u Q Lt m .O N • m C m y J;J ;Jp Z U m4 m< ! Q�0.w Z3 w t.0 0 �a a 4'a4ioJ<c°4amjm - I rO DID'0.0wrt < z 0 rc:rc•n.aa D < - • to ma - • g m N It N Q _ h O n w F, Nm m=O Z N d U 2 P p J JF�, g dN �" < _ 2 F g, 4 O d nW N I h Y 4 ES p_ m Infix 4 J1 4 if Q w ' me) " OO 7- r 0 0 K ° < O Cl UQ� • Fa LL e R < 'FED w 0 m<o V n q O�" I- < aee 2 1°v . m e O� 0 S J 1 a�((Uj c p me w 5=t2 /.i I� J R g EC Q 2 K<6 Es- SN ZO 6 t / d- LL o - N n w 11 lao- w + d d O.1- 7 << d�\1:7\ / a.iii W m on on a ¢U m r z �/ 2 - O n� 23" /= w m S J S W m <t O N g K u c$1' Ow u N W E > <aS aQ W K 0o 1 MO E J ' O Q J N F w •A� 2 U W U `� S\ C OJ z Iw- �YCCP 1` 0 O 2 22 O K 6 W S of U x _ o 0 0 . W OO O W J z WW / p + S' I� W 0 �� ���� CI.W `` O 2 1.oC0-C , # /' - ^ OO . O O ort // Fn 402 { y— r 1: < .*://\>/:., c o. o_J / o e a\ . md,• °• ti X - + a . ./.:,1- /: . \ \a- r W¢ g a oo N.` N. \` 4 ove ti • a E m ° 3 m p b Z IW' ..�.:�..e....e..i.o..�;..;:�; W 0' °1 < -.v'c c m 0 n o m o W O O -•••••• oi+.,....anMe.�w••r.. ..... re z O Ez ,. E o w 2< N , [( tk m.E E _ E U� Oa( 2 N. _ a>.3 S w o A a 8 e c co w �5iy. if, E V)2 N ° ° i t•;AS C a o w w C` DF 1!, 0S m3w00c i CO ., o m °mC I-x rQ \',o o �/r c') J� Y • a3 0 •E m o f.a !!! 1 Z Z s u.-. Sb om `0 QO �� y O iii• m>„,t,..5 e U L c Fc O c co__ N Na > O _ :8Q mcc v mE .E rE Tic .2 c�. • o �$ 1 mmo 0o .',8 cc ., e89 '''_ M d83mm Om me mm c= mm ->N W a hm 0_, F-7 F-• t U° J� ILap... O Z .' N C7 Q to ci r m Lo • ill I N nIW Mi 1i g O bo Pal' $Irc F - °w o w „ NI N W LL 4 • Z N U co Ca E W 0 °° W IO IWt0 o N ISY1•Jd,0 ( y �? I' O 1 rl O. W W a K 2 f 2 O 0 2Z< dp W. , J W w 0 ■ o rM ? R 3 6 O y m S - 5O .°c a U 0 a v a n n a O` Z a Y G Q.= i y y :T C Z w p O O O S 1 E a p O -, W W .- V N 0 W F U CC ¢ I . < N Z U < W 5 ' < a ° N NU ° OO O V-"\3 i v O W V m a < Z O O a. perp[� K��'1` K a< ,y pp� x ; 2 < O K °d' �_�p_( XN m Z < KN Z Nz T y W E I N U d P. < W W FW- 0 < 2 W I Y >-O z 2 C G,t 1—ZS a O ca a mw� .., 000 0.-t NI I w Site j r �m N m OL=i JJH ce J 5- X ;45-a(ZV i y • , a �j-(J O f p O , Ill W o W m p. w Z I o CAE °° lit •o o I% O o,Qi g U 2111 01 0 0 o a 0 - a = w g 3G 8 < <LL O E 0 fc - ILI N` 2 t ° LL z` E - Jp O ! Q 1 I cr -� a I E IIt▪ O & a N U I n • I' y i0 d Q W O 0 I X= W1 i- - nor a *us 000 z — N ilil• R n o ° O z w o c 1 z N 6 1 _ o N <• Z n - ° I ' ' cc: W• z w L, ° Z pn - --� -1----r : tl w 2 w < 51 N_ s— x 0 I ° 5 i5 O ;; v 8 ^ice -i.__ a ° z ail . S „ I 5 0 m 0170 Z zW Q ���. ! h >. W▪ $ : g r 5Q jam, -i• go 'Q o d 1 wl ' E� t w Z 0 Z�°z .w UW 5 ..f.5 vgLL q O -NSA 4. ,--c* K + .� OOW WK O 1 �' N r �< W < _ < cox Z mac I 0 d w O tio .-t W zZLL .( ° O Q Z _ > OF 1 ° 1 2 ° :. a = r m g W j OZ i Yi h_ O & E. y, Q y( t o JI f O ow ea F 0 EL r Y !- g W �1 m =; 1 N W V 1- LL ° _1 W O 1 a V W m Q. w A w W j4 i o 4 W F Y N '✓ a _ wm N131SNIWU VN313 W NMVNO WO YY T xa V'� N T >-W .rw..-....,.n4w..ww } a- to U c c E g o c p O ...oe+.1I..I.I.+r.fw.......::o Q'; I.-i �� =JJ� W Ir BM d C w _....e. x.?,C d a 7 ?- !i rn I 'n g ^ „ �=n �� ^tip `o. '�•m3 E v U o rn Em Z ? `� _.a c u y O e c fo 7 a W Z �' (- '''' NO v f rn v 5 6 0 O 3�a pti 4; o o W 1 t,. •,Q OryO It tt'q V 4Hd `AO• m p p o u m `>�- m yU 3 vc J LL 0 Z a 3 N Y°°cm°m rU vn t p E O A Cei- QO 1-° a1► Z. 0 u 31 o ro fu. 0a 2 ' y10N e > d�'i m° ••-v 0v O.0 mrv- OZ N .B51ri li LC mC L`C 0- N� 24,22o » v• n E W E u)E .c a t.i.n oca_-j Y3 c „$ I--s 0$ cc a$o Of W a D '-'''. N W O o row and L `a.0 r <�S/VI4 o .5 a1 5I , e c)o ao1) 0 z a‘i •'i v vi e n m C e. W NB o W U Z f- \ 5 Q IOI! C Q W s�J� °m3 < I . I �AOill I© ` e Ili Iz i x x x I 'TO N W I d I I I I f ! !.. I I ! q DI CI a a c •• psp I 1 0 ( N l a a I o I• ®I -- o, o I . .s.. ...v { \I. �.r '.��. um 1 f-Iar ( WV0W CI pVI.,U ;1i o... 2y U O pOW Q CFi~ cc coc.fYO WCW .2< °Zg Cdd pQ F- �- • I�I fr. co-. OW WWW *OS a<VI ZZ o;` I J c0.oW OW „ WW( W jQU' . FO OW yo RHO W W = 40 . fa g X I o C I o = . • W v wj0 - W y $ 0 1$ y O < y W f um at W $I 0 JZ�< W o 0._I '- E(nik; 6 1O ` a> I' 0 W uW G §1xm W -I t° 2 2'2 -.. zlzlz' z .I O vg Z Z IZ 3 N te NO # SOw0 R = W'1 o. a .o_ .,,;. y • n io S < <. S S om E - R F W 'O�BI1 t<=W W I- 4 .. .. f:. O.: A fv y O Z a = .. W W ` Z O 5 Sit U 0 y0 °.a:� ° 1 o< U Go V W 0 M. R I- I .c zQ■ z Z W±. �2�. Z Z E.- W U ul w J =.3U■ ~ W I�1 (.I 'y ..y- W z D V —.___ U I i > O W z I�u2 a J Ot at ,< vIU 0 z0 W z 0^ SI y" J Z C< 00 4 Z F O 1 W ct.m R_ x o -31 o; oc an W..c. 0 S W . ut W , a > ,,, < J < r ". ----.— "•' o R z < K�I z °W > a g LL 4 R o w W m 1. Z _^ LL - - V .z <y o <_ <i O z- _< .<- zzbq O L^ „ m F >< w �-' _-_—_.--•_- N m< Z V z W O 0 Z U I Y O 43 a.ti r W r s q s' a t D W _1 i 0 u Z k _. ........ u a v < W uyI M _ O t.- O 1y a • z> 0 x Z4 .y .a W 4 Q a V 1 ° Z an u d 0 ate, U o W W <Id z OF E Ot < 2< Z> W W W Z y V O U 0 J> z W o _ 06'666c VI 2 Q< Z i9£ 2 2 V' O O {{S1 O W 5 a:� 2LL <S <K K< C< = Z Oy " = Oa J: a y /l - V W t >y a /� S j Q KiN < z� _ O� JI �I J ��¢�r'• O / v me • Ali �Em ° -6 To ZF �� �! WQ 1 ��. . m0cc E « E. aw OD i--.7.. _ •••.i I 4,l'.; *h •:, >F v o>; 8 z, °�'' d m m� D t-- )- �.\V.R N.;...1. S. Q 0 •N •- I ! ii aci c ! Co m ,11 \- .10 .J Y W u ! e moo m m - n H ° �.. °' Va = m i d°m.....2i, 8 t c `-° o m c cQ v F tI V�y- > j 4Z Z o p «: i '. E.g.m ° o m ° of i ef,• Y ,` Ea�� c b m a a w go ii = # j V W • 0 2 m .. - O O 0 f" ID d i y c t!L : m m ' 0 E V LL.Z NI -c a - $ o e Ti,' m me- >. mn m O no :o cm od K ° E E c ,2mu O ENE Z o,6 O c m. 8 c m 8 1"8 °p c c s ° u> ao7n& d la of oe mm c as ill a2 . o a t 7 t e- t 0 o n 6.01 0 Z - of ft Y .O .0 !. a0 V 0 .I I ! IF: W ce N 8 $f$I g I m ° •- - W _ ,c-, I 4. I '� OY K Y CG 1 v M 2 f{ 3 O d 0< Z D O W X my. 0111m d •H 0 a to3 T t o 1 a on ■ 8 : 2 r b° 1° 00 7 re X N O Z r N , N 2 7 Je--N < ii 1 I< .N..UI{ O 70 0 SjS f a 1 a d is < 1 6� W ¢.` I 4. Z in I 1< ¢N� Z mzw > X p 1 El i1,11 0 t ' 0 i ZZ! Y 4 yO 4 ¢Igm O OW 9 '-S !! 6 a 4 !DICED N m 66 ! pp N1NINd rail n0 i E 1 .. 061`6 66'{ < N< z> x: xJ z .z <aw z Hd y3o ri 1 0e eu K KIG Kr g N 'J fK O p _7 7 7 7 7 W K < 0 I p 1 K LL' R CC CC J < W 0 W 4O 5 z. v. W 1 .•. p w W<W W� 4 2 r O N 0 Or! 5u •i co OM Fu „n R o Y p a� -o o !r F O 0 I 4 O �<< Sp 6,,° ow J G n S 3 g Z 2 O N a, h W z F I y[I O ow K 0„, V Y. O V <V. m o f I ': J A a LL< 5 w f Zr < LL 1/JIpY- o x :11_ a v NN+ N 8 W 1 ml d > c z ei mc R `� - - U .4 .°, R oi ° - e▪ _ Z m E W W w • Z 1 q (m O. i o---w z 0 2 S I ` L o Fs o Q � ;e _ I 6 w M C f11 N .ce D iii IN u W▪ g r o F 8 �F 5 °d 3 ! U <z !W I O 'SLZ 0 e F ?- �u U Zw r N Q n FIS-i . W I. u -. 2 w n iii See�T 7j It W F X O �"M°C t27 60 ' 7 RS u°° V a 00. < '::'L U. g < Z 2 0 • m 8 8 O r _z < O p ��y 0 p j z u W (Q Ali N N W Zw M�Zt<i ij (7OO�i t O OW W a ,A 121 !�•u. n LL > t� Z u" ap� O << p U 7 .0 . F< 0a a - i rrW Z -' o F w r FYFYFE r 7 W 121 a r.< tiii C9 YW! {0 d J j W R i N 0 U O J . o 0 4 ° o .- o& J r z 0 E W or 9.. a. MB u..cunuu w�.a •e.r.uun ININ . ›-01 ' .;:;.....:.....;.......;;;;;;:.:.:"..;:......,...:„: 0 : ,...., • 0 • 8 • A 1-i # iti • NI 4,,..-40 z 0-z ed 0 c) z w e .0 . • r < <v... D I- ,?•-• • ---1 ,-..1 ..1.'414 i r, g N X- )-< •4'' ...• 0. ---i• . "- 0-1 . 7.• 0 I— •-••••:-. .7 • ".. , ,••:' ''' 4". ' Z 0 UJ . • Z(I) - r • ,••• •••% O. - X 0 Z .4 - a 0 . .I fil Z -; •-'-• e -t..... -, 3 I n ce 3 '6- " V.. 1 4110 - > . . . .. ' : 0 0 '6 '•-•2 21 'M'4'7. P••• i al Q. - 2 "c .1 al r F.:. , • 6 1 e''..., IL' 0)i ,I.,SA W > .t .. .-U. ; : .(75- =Er . : .1) i . ' < --0 •••IN `■. Z.--U.Ce '' 01 '...1° Z . P s-•••••W 4711 V k!'°'' _ • .r ct or .0 0 0 SU 04 .cp,-. s...2..rl — N I a -I U_ Z s MO - ..J 0 •••-- . 0 0 III.,- z on. g.-•, 2, <, • ; • . . ..t wa• :r•;:r4 i i , • • ,, 0 ! 5 la 9 I • o Mg _ . . 1:0.4 0 C-3.X . C P "•• I I 6 .,-5 c ...t . o ui - : 1 • I <S,c ! . 'I i•• I ' •D '-',. -.,-, .0.2 o I ' ' ,C. ■ ' ' . WS P 2 w w £ - - . t a I 'TT Fi cal; i - .L.• a 1. ,i6a21, v .., a -: 4.i Y .:• i' 2 ail ° sq Z 6 . A ui.. r• o ,.., e. E to c ul - w w•oI .. ...--___. , . .2._1 = ... E MO 1- st z too g $ g ireIVEI j I • ft i:tior: it : i g I, M E E 2 - .n 40 w 0 I I%0 0 I 2>.>. 12 ii.) 75 o 5 0 4- ea W 0 SEE c •E• -EN OW a. I 1 I 1 . _. = ._ M. c 0 To .° --12' E 'It < 0-a 9 en 0) I- 6 I 1 " • Si E.z•o I 0 e 9 -6, .,_.. 0 c • .- 2 1J r..., I z•--- '.■ 1 II ? . -.....<\ 2 c.1 • en 3--iT-3 D M •C;..- - ■*SS 0 0 f.,W r.- si. 2> sio ow z < , g at, I 6 .` \ -a•-- .• o .0 P C .-CI 1 i c • .:Ie\ X • ■ V-F. I,: ?, i. ..:p il:1 g R- i.,' 1-'2 .1 • . V-`i>1.11,, 1! .51 z 1 ••'..,; • z, ., 0. 0 0 g- o z •.t c ().' X.,....Lnig -.21' .c,s .111 E.8 i 0<e-•• s- a eel -a t- en •-• ......2. OD r • tu)0 0 laini . 0-m2-6 w . E. -t i 4 11, ,_ <—0.w 0 - 0 I 44 1 0 E'. ; f —s- o z •. ..s .4 •.: ui o ? -B .' i- 1 • NIN 0 0• o w I . .901 SI D z w 0 o ia- z x x X 0 z la X 2 X 2 0 X o a 1 i ' ----1-1- X w 1 • 0 to NW 0▪ 2 2 1.4 5 !-,V. I a xl • 0 01 W x se u, Ili, o•c ■ ri ra' 1 a - z •- a .../ < VI -I- w I0.I I w I 1 2 6 2 o a WI se •C E 0 fill tc 1 z ff i ..c . . _± es 0 ;12 ›..0 o I , (A ....., z 0 0 0 !ILI i I I°is I .a. .- • 0 1 re o a 1 . . 5 . I a 1 < z ow . CZ AZ IL z i w 02 0 -A -■ -J r, 4J... 0 IC 0 W . _ _,_____.__ ___ . mr-Z• la X o o ta ,o ...e- o. S i " 0 tir— 1 I 4( „ 4 • X 4 o . . . NW ' • . ."7.' .2 ! r U z••2 V 0410 i 1 0 i z • w 0 t a E ,>,.a . . .. z No . v § 2 g .4....F-6 r. 1 I • 0 m II tt tu ...* tZ I a.w 0 0 <, < e a < x we, g .. W 0 0 el. 4 et 2 0 9.0°0 . 1 a , t Z(62 41 3.w < 1-x 61.1 Pt us., 1 ii ICI •'-' fA to to.....r ce A N ti k g z 3grf., , I . . - ..., ...6- .- Es . g 8 . _, .1 o o El.,_. -g. 40- 0 o 1 . u o x-zt-1 0 oi 1 1 F - ul x „- - a le 0 cx 0 w -I t • 3 fc 3.1 ,! II .-. i i•Sr07:11 . • T pi at E,-z i i ' ' - t,'I 0 i,. z z • 0 Ili 3 1...„ 0 W . . "hi - I ; 0 „i Z W ON 0 aio o- e p . z,.. 0 . - .> 1 0 r4 0. I i . .-• - t; 1: ; ' •' 032 - .VA 4 •0 2• , .. <> • -.I ., . • S'CI 4i r- 9• -1 NM , 410 J W '� : W C ( o_ - it 00 ir.._ . -I Zr ° Ala i•-- W �QW 0 0 8 ^r e' . I.•• ! 1.65 Y W -4 a z W > Q of ill of z- � u Z ` e�!Ny'•• ` a W =J o p tt a t i I V O ^. 'O \3.. V J V d LL M a I H1•V oY � ; 1 QW r, a� __ Gd'~D W W Ye < * tin O 1: s Z F x LI I ' V= 'O�� v�Qs' _ Q N I'4 °' 1 E . O� 1..,o�p ..a. 1 _= ° e x �� IL.-I Z m . w m 6 < 1°°- �Igr I I U $ I 4 1 ; a a xl y ° – °E —7 era j coo O F IR�s 3 ■ € a°a 5; ac o W f ~ A T____it., _____r____-.1._ r' �c ' 1- d m -6 T O M W E�aE � m Ai °n n J m o 0 2 2 1- O E.• I . I 57 o ILI 0. -� .n .o1..+ 0 a Z °m 8 o 04 E ° i Eg 5 m 8i o I m W NI Ul 1 i ° a ° 3 < x 1 ; i < m m o -- ° c� E RE ii p, + ys �Eo o �� 1. . VI -1-iv ar/' 9{ 0 W� m�� U E. o� illii z 'i 0' _ s mo E•cL me 3 r 115 Ewr. m �o o m I f w m °z m 8 «. bZ m 4 W 8 d m `LL c� a a p -:`'� ::c oV • OW y c m N m e D O m .§F i W< x ::L Sty ” NO W g–fit n a ? . . O-m p .".°M M M m. iiii ^I O Z O Q�d� a a LL S S S 1 ° ' O • n w 0 OX s iii O wwi r w <p 22 y Et p i Q <O II 0. J NV `g F4) 411 I 61 O 2 °' . a; y 7p N d W O a z ° O at Z W w W ., O = <ao o`^ a< a a o<i n zg3 W x ).W s n m � rca5 1.- or ° a d Q w < < « <� ...0 Y °} tl ' i O U a O FF `` _ O 6 VO y y a1 1z ~ N J( N V! ° G Y rig p h V 2 1 ,e • • j w i � ' j a ° ��a R F m ° i Zm a o l-g W I t °W W M a LL _ =p a ( ° ° ; Q l• L.9.rc///) 7 _ Q� O S `- I Z� wiii?a 8 Z< v ° 1 - \ p W O- H <W LL ,.( O ii W i ` II I z W m N ^ LL j El U 5.1.'i 99.,m n W O V <O D 46 W U Ow v a • W o f SI NA LL - W w O• a p O . 1- F � T4Y E W j O C W m d W W j W 4 o- _. _I- N * J U O V m T• Q U x ." 5 r°g W� " O a o : J •131CNnmo VNi 13 AB NMIMU Z ...:7"*."''''''''';',"'"'"""'-"'" '' _ a. °'r 0 .. . le 6 ! ',_ r Z W ��*� ° O Z o� #t • < to W ty.NV.,.1._ Mg.i, '-,! Z f" el ° e •• o° o o� o H cica` o3':y c� I-D Y = m I<low II Nlw t v.,-!!J, ppo Z_W 0 .c Y` 3 • m d Z ; • * ' g� 0DDODDD00- a ° VIE °° ® CEO O - o c c Oo •ill. O.° o ° • 0-O °`°, O � �p7 awn L q G -Eli -1- F� C� K om _ c . 7°!? O 11= O OO .cM c Vf �!m I ' I £<2 O O til z n m� . g-a • < <Y o >� O 3 O �O .:-01°-.c e o °l-3 co a t j. W Z .'��.3 c • `0 7-� pO a= W o ,E ca 1 O W Z S L t s O ° I I = i IL a:f m 1 c !� : m Tn t c c oa MN ' m'-c L` n mv� o,r.n-m F co 00 j2 cn \ o o c @ m E o \ aPma c o: E o 11.-1]-0-0-11-fl S-m � c a C No D —H41-1,17: o_•..n E . r = a m c c0 • Z N ei Y Ui • E�m 11* 1 �__ to o C {. oA8c s u I K �m I _ i-, tu 1 3 o Yow I ; E d 10 68 m ro E 6•l • 1 • o a �oao00 ._ a a � air O0 4 ! tl ® - - o -OO 1=0 I 117=43 OCZ3 J r o 0 0 o w� i 1 1 0 W w U 1 1 1 1 0 W W 1 ' O O •OM I � U oZ V u 1 ; 1 ...� . -_ O F c, i I 1/�I C'.J a ez W r :31 o z ° NW O re ' - . . . ... . .• m w 11 �� li [J �� L� li J r ° "r. . }•�: ! 0 voi I 1 ' Z o Lr - "fl- i J w Io ;re;n .. n..1 0O f a , r w Q c N W j [i• W ` l0 �/ Z N >-Q Z _ O� � 1� :-. �.y iPJhIi S a� a lg 1 II a -Q; W :g1 wz 70 c , I o o t - Z Q w •r ., ? , e `JN O 'fr - _ i 1 1= r��W O� f/L p& — OO a D X0 It w J 0_ to J z ; d o OY� o_ c c m z i ON U N "NI IMO SO IMO ■r PART VII PLANS MN MID O W ___ C 1 ��_ 1' it ' ' [1NE � t Q o I ° w' D \7 Z 4 a ❑ d -- ;Rik 0 Ui 7.), '' X\ ,\,-----\ \,,' --___,0),/,1- 40'' - <Lu r., on m D- f r � E G� Eh CC Q L1 , Z W a \ v S • J ro >\ \ $,, m_�W I T, r r c N : r r Cs 3 :\ ' _A ,‘) n,,,IP _Ix ' ' Ei ,4 ,r \nii--\ Co ■ [ 1 1 6 I o _ sCC � 12 16 6 \ \\ � 'St C _ I , �- \\ , C-, 1 1 I 0 __ ' J\---C-X-5"--\-\ ' \---- b �� � s 1 r� T n _ � ,z c u pi Q �, � �t St [ a '❑ �1 - �, L- j ! rn (\ C7 L_ _) - ---3 C1 - L �� 1 �� , . n 1,.,---fi ,-- i __,.....r_:-.::// ----,,...„ ------- ,,, ....„ ir \ , Fri v. L l NEB 12t S- i r—' Lil llr , I [, ri .., E_ll CA ,i rl f i , ,..... ,0... _______ .6 ,,, ,. ./NN , , , -A <-/ ,„,_ ,,, N / : A\ \ f (, 6/ a_ U � cc ('Di , -„, ,J ri 0 /7/ i ,i,r, ______r_-.1 lir- -il _ tri CO U) \ Cif tfr � o a , L ri 1 09 1i a, ......... CC CC z f , \ J *\ <> ' \\' pi- ._,1 1 L„,,N,,,21________, _ ,,..„, ) ,„ ,„ _.] ' , \ \c T-7( / N\,,, I ,, „,, 2 \ ,:././, ,,„,, ,,_,,..,0o „ .sz.. /_, II i_li_i_i,E ] s Q>6 tr it,. \ \,/ '''',,, ts-, / /tt �� < J/ a U 1 ...1 "i I H \ I 8 [ , _7 / <, 1 \,..--.\\\ "\\,, , 11 it 1 7 r 'e1� �L n, 1 CrNEn9th Pl; 0, -'-------- r ,-T—” _\ �`-. �'''i i� - �S t 6GGL—Ot—C13l --,.. _ ■..rir , , ri,, ,_) j; it__TX-1-7,-CTI-Tti ' 1PP -----.1•■••--- - '\ --. MI ,,,.. —1— I f '' i \ , , TIi ---2-c-- . , 1 c•.• g , , , \ , ,s N',, _ .-______--_-: , .-, ; 1 N _ , \ \!, 1 . , , - ----____ , , ■. C-J ' ' Ecti-'----1 „ ; ..._ ■1 , '--q .. ..• 7 , >* I" 'Lir i..g) -- A , ,, ,,. . .„,,...„,, . ,,,,,,,,,,_ . ___ ..,,, v, 1 ' f ,,: \ , ;/'' '‘ i ' , , ji Li --t--) L.T __I-1._ ' \--c1 l , i - /,; -I.._ # 0 in- 1 Ei'D /C .,),\'// At ; -I ,1 - -. - I,, , .._„____ / '' 0 ,I ' ! / Li k C-Eij — CC a-5 ■ wo 111 i • 1-1 , ,-- °a rr uS i -,_ 1 1 —, , . , , , , ,,:- „ , , :, ,, , j El --1. 0 Z cT) M _J ciii i ! ' ! ■ a 0.■:(- , ____\ . ,. -- _ , _ _.a,,LL , ,. i, Alt 1 i;,,,,,,, . ■ _), ,,,,\ C ; -l'- ' tyl • -t, ---- , , - H -s-1- , j , . , 1 -■••- , 1 i 1__JH=0 •1 el :1 • - !!,' . _ r [J. . = I 1 i , ° L._7 [ , _ . a Liu '8 - i 1 u , , . . . . , , DI ' All ,, \ ,,, •—)' , • r--1 , ,,,, ra • q3 , LL.1 , J5 1 ; , ; -.;;, ;;\ ,, 1 i ]- , - O' '"-W. k k-DI , ' 0. r-' 1 JO\ • • p L , 81-1-Li f \ ,' ./,! El/ i I" \- ' i-Q '-Eli] ' ! ',\, ry -I Fr) ...:,, . 'l I 1 I Z-i4 ra-kA riR ■ 01 IINI 1 -- // * ,- 117: -a0,-- ,,,,------- \ , i_.( 7 7 • '' "2- - 5--"'3 ' ''. , ,.. ii L-f- 1 Li i . i i cl-r-Li ri F-\ ' - / - 1 Z 1.i - — Cel 11"---1 ---- ,.._77-------------::::p\L'61\\,..--' ^157. I, "I. i_i __I- ; ' c--_-,:si - ,,,:i ? t) --_—iiii-I 5 0 , ' , -2 . , ,, ,„/ (2,,,, CI , , , r----1 Jig -71) r,ii 0 . CP C,r' i °I-r1 t4 , 0 '-ti--1 , ' El ir , di , tZ C_,_d „t) ,, ,,o, ; 1- ' '› 11' ---Ljq, ' ! ' 1-----1 ---, 1 n --,s,,,, , , -(- , ' 0 , ,,, , \ , . _ \ r/n, - „ ,, r--- , r--,,,-,7ctz,, -0\ .., , ---71// -- iro , , ,_ — ,, ,-- , ,, ,,, CD 0 % , - /- Q7/4 a (..,. . ., „ ,,. ,,,,, n _____-„,-,, , ,,,,, , (,,,,,, 1,.,,,,,,,,,,,,_..,d,.:',,::'' 42 11, , . , -- g x- 1 LI ! , Q ' ' II gale .[) ..__,' ------1 1_,5- 7 / CIJ 0 , r j L 3, L-, - ..- i .. - ,. . , -----,' ! 1 - , . ,..,- ri „// / ,' 0 : -. . . ° _,-._ __s_:,_,/ z= „.„,,--.4...41,,, 6.. ,/, : ' ',, ' ---, vi. ,i- w ; , _,., Lit ,,,, ,... , s --,„:0 \-,,,,. c :____T„ ' i D , , , , .._,,,_ . , . ,,,,,,,, ', , ./,-, ,,, ,, ;1 ( ' 1...) , ili, "--7---------"r s k-7 r'-—-7'-•--"—-a'-------:'-,----:- :'':- , ' \'- Li, !L'-'30 -11-'1'it: // ''' A • '' _ ' r-r- ' ', , 33 L : n ..._ , : [-7-7 , _F-11__, VOIII -6 — — . <-„,, ; , \./.., c . - r_-.3 1..---1 30 .-1 --"J (..Li 1 1 -1. I \ bi) L' 0 , , - -1-1 .. , 0 il - - ! , . c;! - -------- _,_,__,, , ---,- (7,/// ' ' ■— -6 r: ) , .. . . 1 — , I , ., . - is , ! . , i r=j1 i.,.),,, 1 i I' f-Eil ./K5, , ./, h , ,. ,--: Le . . gE2!fb i-S---t-.2----1 , ' ! ' ' 0 '---' 1.,...,Tp i ' __ , , , , .] ' : ' _______ eCR3 i- , , , ' ' 3 x , , t----A . ' '. , _1 , , . • 1 -- , V 0 1' ,(1 , , _ • El• •ral 0 '' ' r .__,i ' , <, , , c„ -- , r_i ,_ _j ----_j N " , Ls _r 0 ■ ///\\: r, ' ar ' ' ' ,--- C3 -, P° 1,!!'l ! IP' [___ i C,,,, z '', , C] T , ' ; ' ' _ ; C3 , / t I'Il7--,A '' ri 1.4.1 ; _, ' 'I ■77--- - f, - t;-_ -, --t-r5--t -_. _ -- p = ; Q , r-1 . , n a., L: r Li , E-.-_-_) D ,,-i . i ri Li Cs- - , , „ .; r_p, —± ' ' '' \ ' - , ,---- Ei -- ii.- `-- DJ NEF-21$tW h , I, ' I ' !, ri ,7 !f <\,,>,,,, ,,,,,,, ci 0 ct. , -62, , ),:, , - , , 1 ,, - .] ri 1-1._3. ,,,, .% .' ,, ',3- i , ____,,.._... , L ,,,,2-- . 11] ,,, , , :, =-1- , ,, P , - ( - , - . „ ' ' \,,,,, i-, -1A) ' '1' '' ___IL._ , __, , ,-/ ,,,-/' : a. \ \ L141 , :I ,_,..,_ CD LW- '‘: '' i [.-21 ! ''\\ii () \s„!. , . 0 ›- 2 N.\:\ - ', '' \ ,,,,,,.. . 0 L' Y C1t f 0 -J CC < D i ; 1 ' m o a a ''- ' : ' [ L___ fji ‘F.,•': ,. OCI)Uj 01)1-ij ,,,,,\Q;‘, • „,''' r 1L-i_ Ci.:1 , 7'11r ' ''‘._ i TILL, .i.L____Li_--i->-,,,,,'‘ii \‘,,,, i 1;_ ;, . ,,,2 4', -0 — ■: ' -7-- ,, -T-T'I ' ' 'r--- 'I' i I /Al T-- f' ■, ''''''''..', n , -1.... ' -- a_ Cl.. i,' L._-_1--. Ei-i- ri-TIE:ii •-._-_, r____J Fin r_-__ L__ Li 7> E., i , i . .. ,.„....... ---- I 0 . -$. - -, E -0 ,f.:.,-) t.„. ,..) ,.... ,.., 0„ 26, .0 a., 0 ,-:-_,, ts __, 5 0 rn 1 5 z- •'” i o 7's- ,..., ,.,c o Q cd 3 .- t.) ...5 ...-' o -- -,-- 5 .--. L.- .-.• o .,1 4 u ._ „„ v) .. 5 0 CI 0 .''' 3 1 7,-`"-' •...'-'4mt) -7-5 ..v 1 p-,''' . -,-., .-6,,,, ,.?, (-,.., 5 I''a' P _ o 1..) ,,,.., v) Q ".9.) 1.' ,..n tcs -.. .1 o °.. et 8.-:.. •-s = . ,,,,, , - - . R, a) I.) u ,-,, -..- > -.0 --,.:,. .a's 8. ,c) ,,, ra..,, vs ,., .r.4 a., 15 .4 ,A 2, 5. 0 o ''' v) >',,' t -,:: --1 ./) ',' o x 5 ti., . ,,9F., 0 = h-sj,., -,.... „ ,,3 a4 .a. ...--r; -a' r'il-,.., ..(-) ,.-.,4 .E .E ''' P.,'4,-. 1. "C) tx0 'a ,.:1-4 i''.. ''S u -e, 3 ,., . ; .s ,_ LLI r4 E °E) E 0 45 - E 'L v ,.., 0 -,. 4 -,-, . v) 0,•,-... nj '';‘ :1) 'e" ct 0 = -'5 '1) Q .: 0,-; d 8 0 § c.9 2 0 °, z t5 E' .-5 s. ,=',-ci u . ..b 5 ° 2 P,,.- . o --4 v) - •- ,,,, — 3 " ,- .5 •E `..) ,..4 '-- ', cu 5 ..,„, .g., .9, E •- a, E, 0,_ ,, - .,,. H - -, r/3 •-• , Z ,,, ..0 -• "0 ..4 Q o !c). -cl P: .2.4) 0 „ 6.. o . • . . . F., u ,..,- 5 E u za,, ,...0 a.) ‘„, 0 - 0 - • 0 0 > a) L'.,' .., .- p ,i, -. ca, L__ in..... In,..--, .1) p ;,5 t■-■ ,,- = 0 (6') -1 0 Co) "El ., .= C) ri) C 1 '3, 73 = VI ,-, •;.••• •••-, ..-• Z ri) ,-,.; 10 •-- 0 . 0. , 0 ,,-,1 0-5' ',-:, -70 -10 •Ei R. -2 5 - _ .5 ■-.4 .2., ., Ip, ,_tt) u .5 "ti cn < e 1) RT,,, 1?; -E 2 __g, 5 .... 0... ;,...., .4 r., ki., 4,-, ..... 74 ,z, ,-,, 48". cr) no o v) !)'.4 ts, 75/.. ,.= -,-, 6 0 . .g. im -ri.: (L) ',-12 .= cci 4".1 8 bri 4) C) 77 0 - 0 al "C ,-- t w 0 .,0 I) -0 c.) t ...= et "'-' .v/ cl,.,5, ,0 ,Ti cl) m ,,,, u) g t , 4():, '/I Cn R.' I- 7j o 0 S!", cl ')' Q -o -.: f ) > = C.) ..,,, .... "0 ;m1.1 r...0 > 0 ...' .....' > 8 < 0 tl -4 0 o — no , '' -,., ,.,-,..: -',-.1 z M t) '"' -4 -43 cl 5. ,9, a," .,5;,,. 11: e, t4 v, - 2 x ,,:3 -t5 „ g, (1.7 LA ,15... „E .- 0. a.) .„., -E CU ,t -5, t•-■ >,,L1 ,4 ,;) 0 (34 - „,.., ,,..4 c.) L4 cn cA "Ci >,,..„, t_, E '' C U "73 Ca' I- ° 2 ''' 0 E.' H .7 o .0 ,.., 0 - -0 - LI-. 0 0 tt <1.) ° 7.-4 0 g4 ;iv). g .-._>--3 - -E "5 g = 2, ,, •b .7, ._, ,,,-' 17 g 14 ''' -71 's '&1) '-- 0-, - ,-,,,, ›,,-,, 0 u -,-, = ,.. -.5, .2 . 7 -0 ,.., c_.> , ,/:::, L., ,o,,, y _ _ .0 .>. .,.j ,.., .0 .. 0 .- • 04 "" 0 ° 0H . U ° — ..5, °. [--, 0 4.) •,-,._ ° •,, 1-) u cd ccl .7:1 ct t... 0 I' ' in ..,. ',C, ;,,--. ,, 1::, ','-' ,,, ;...',, .. CD -- a' 5 .4, .1:4 -e. 5 •b -d 1., no o — .9, 0 t:1 - ct■ ,°4.) 0 1-. .-1 u ,...'' u ,-- -1,-. , .2 70.., ,. ff, ,-.t tu ^ cc! 1,%, > g . ..-15 ,,$) te,) 5 g, 0 t -'''.1 <9 .1) 8 ,,38c5 .,-,`71 .5 3 -g - 5 ,,i -ic) 8 (..) a. . w 1-. .4 E -45., * z wi 0 -: t-i i,i.,i2-017-031 ___,,,,,, .1 ----- .'. -----1ZU L, _____I -,, .,-. r‘i 1 —1. ! : ! _..„1..____ "1E — c0 1 :4 ri , 11 , ....._ 1 . _ _ __„, ::,... , , •,,. /. , . , , 1_ : , : 0 _ , , Li; :': _____. / hi ,_ / , 20 : <LIU_c , , 1 r------ CC--3'..-. 0 , I [ _ , ff)0 0 ---1__ -1-_,H1: t-1.11 I cc cc ci) a. I , . . A . i -,fig 17.. 1 I , ----- hi [-- i ,i . , t -------_,_ _L _- i t J-- zi__-< -±- \‘ -. ___________ — , - •-- --7777-' ---77- ----------T-T----rs-------r- 111: : ',..; ;1111.11:, '.'1''' l'' '1L--- ---\--------\-------' — ----- '-- - ' '-La" ---1 1 if !I i - --7-7-1- ■-• ____ L.. _ ____I , Cli L.--- r____ , , ,_, a, r \ 1 --CD1 0 C...4-1-1 i ____— . >*H 3 _/_-___:.-___-----,---`-- ---------------___ _ ,/ / ,/ -..._ 40 \ ' '' / .., .. , . ,,- ... 5 CD '... ',. 4, 11 ■ . ) ■Lio. . ! i . . 11111111 1111 MI , c----4 , ....--- , . •.-' / , , , , \ il \ -CD tO i X ., . . It . , ..„ . , •, , . . „.._ , - 1 ' , , ,.. ,.. , .. \ ` / .. ..... I , tt . c,,•0 oci,0.00)001 i.....4, / , QS, , , . t I c<ctit cit --,..,' ,' -- - -•„, ,._..,„. . , 11111 , „ t #k! * a. , < , . , \ / . Ciii 0 1 ' \ , 117: ''''',/ ■ „.. 0,, .., , / ----- . . / . = „,.„,„,„---------- , . i ,.z .,...,,v).z , .. • ,,, ,„ , . ----/ / ,, -•,.._,_. , . 4 . .. ., ... i i I ill Jo , 6 -_I -- - - [ 1 , , . . . . , ti, cTI ..5 .._, cc .,, < D J . , .. , ,,, o , . /,,,/ ,„,/, __ ! u...: , ...,....._ J : ri ,/ ,,,,, a 0 , ,..., . . . ,./: 7,' ''''''''' z . .., . .. . , , . ../:' ,,,,.,,,'''''' , ,,,. . , 4111/ I / _ _ , • , /7 , 1 / , ; ' / {4-1 0 0 kYit..../ . . , _ 00 r-----] _ _ -----,,\'‘,„.,,,i,„„'\,:,/, _ ''1* . ., , . , ... J r , i i / , ....t.,_ , / Cl-C CT __ I • , . ) -- --- / ..„.... .....,_ , . . , ,, . . , , . _ _ . , c, .1. r ... , 1 L..________Ja ___I j , . . (-,4— .--. —1,.....__--5 " • ..., ...1 .. , L ____ t ,I , i I [_- .......1 - I L 1 --, f : 1 _......._ . ...„_ [ . _i L._____ _. t i '.; ,,.' ,' ! r '.; 1 I i ,...____.- , . , ____ _ ..______ , I ...____ (-- __________ 4444-0t-Cal ----- X J (0 a �..." Y F- ot ¢ w Z O O M w to Z N N T T U>- a O O T ;:t i CO 0 C. et 't , , 0r t0 O tD et T ate-- N T T N It) OD U) O 00 t- tD et M Un T M In 5' oo in in in in l0100 10 141 in � 0' N N N T T N O T N N r- N T N T T T � � � � � � T � T ill 01 T N ti O C p r,,,co 0 0 0 60000 0 0 ° C0O000CD 00 ° ° oN NN V 1 .4: _ r r e- r T. �T�y:r�„ 0 §2 CO ag MMetCAet ao etN M d t0 etT M ChON T T y M M 02 1� N M et 4n et T co) ..1. O N r r CO1 s 6 16 eo6 4 t e co u 4ti cc; I,: ui � �.- N T- a z SA.' in in M M M 1n to to Nt ,-t d' ✓ N N N N m' et T et et N N N et Ter Ter T et et et et T N T T T N v T T et N N et Ili N Z .1 O O 6 0 6 0 6 O c4 r c4 O , a I-L. s y 0 cA Z 0 CO▪ 01 M e- p C) M I— - et et e l''' N-- CO W M r '' i' N 00 t■ 00 1■ (Ni r. et T T T T N et N to 00 in O O T et 1- co M M co N co (O T co 1- N N 11� W ,^/ T T T T T .='_, T T T N M �O �( Q _ 2 W 0 qZ � �=Q NOOa7OOt0c0t0 OOONTO) OOtnetO � MetN � MNTO) OT No ~ MNMNT1nTet � O � OO etTtiNMetettNNT ~ NNe1MN .nT J M � �_ m W Z �y gj re _ 0 - p 0 x 0 V ax; 00 M U) 00 t. M et c0 00 00 et O ". N tD 1• T N O O T 1. O et et h et ti to N CO O) CO O e 0 Q �� T ti co co co N %--M- MOT T-- r T N M , CA OT O) MOO ti T Ln 10 co O ID N N e}' Z gar u) N < _ 11-1 Ltt, Q a tw# § et et et et et Tr et et et et et di 5 Ca z1 LLI O *.. g �. c Cn ci:' OO 00000000 a O T T et T ;ice_ w V) Cl) ' et er et of of et et et et et et et et er et et et et et et et et et et et et et � et et et et et et et et Ul Q U, a (.9‘, . ' 0 —0 °g; tOMinaotoNMin2NNOMO �ngN � aD00TT � NMtiOONtOMTtoO � TO ~ � 0 T 1` O t0 CO N T M T y. T T N M T et T. et 00 O O T M CO 141 M N ti T to to O c0 v0 T N N mmalmWm -I 1f : Via! a 3:;: n M ill ili O z Ow w ce 0 re W z z ° "` re oEt z V t E 0 o Cl) �' 0 � o 0 3 w L O O O 03 '- 0 00 Z C.) O 1` 1` o0 et 00 N CA 1` 0) 0 0 V 0 0 0 Co Z V M O) O et Co U N I-- I- ui IO �n � � � 0 > t0 wr1• t•• NMNMTtnNOOW N1nMN up up 0 W O re u) -1 u) m o z ..: co < ti co W T a JG w w w " w z Z z z z z w w ' W w A Cl) m » » » » » > aaaaaaQQ > » » » re r2 » » > I- aaaaazzzzzz a a a a a a a 5 5 a a a a a I.I ' LL- I- I- I-- I- I- I- u) u) u) coco000000ZZwI- I- u) cocou) u) coI- t- ww000OG W u) u) u) cA to u) O O u) u) u) J x p 000001- H � � I- � � y tn000000 zzzzz inu� ininininzzzzz0C 00 (70 aC0) zzzzzzo) a) aa � < � qq -f = wwwwww00000zzzzzzWWZww000000ww00 ° �" H zzzzzz22222reccpecercceu. u. zz222222ZZZZYYYY �G ,l M 00000ce � reteu- �- w 600006 WWL� LYt� � a Z 0 wwwwwaa � � aa ' � u. wwwwww L. w �GY �G �G1 0 a5 O 011.111111111111 01=111111 iimmelit errollli X � J fn Q Q w Z` M o m yea � O (J) O J U z; Z r W () I f4 U' 6 O at r) N` 00 tD - e- f` N v M u) u) M M M c M u7 M et M t- u7 - O AN N M ell a u 9 t uuuu ) u7 )in N ) O(0=, ,. M t e-• CV 6 00 oe- DOO oo6COCOOO GC N ~Q_. to „1„2,71.4 . 4 141 r ,p- ,, r r Z CO 74 a zoi d Ig M M M et e- M e- M O N O N e- M O et LO Iv M M Cl M e' M O N OD N e- M O et > u'iu'i u'i et tiOf: 0 ditovtoN: ui 0e t' o� N Z4 "al N, . P a -4,..„. ,.„ , „..,,, g. U, u) a N in t= e- e- et 00 N et e- e- et e- et el; " 00 et; et e- e- N e' O Z 9, 4,' O O (p u) O o ' e- t !s.,a , , Q J g 01 � • Z 0 N A U/ I—' m ' N e O N M N e- tl) e- M O eN N e- e- e- e- N N e- et N N N e- O N 4. } N CO 3 r < e- M W al?, tD v N I� T to u) u) Q) N M N 'r cc) et et to et to co M r co cA 1- en N N CO eoQ CO • Q m In J Z Q N N Q = Pt M tt M T 00 O M O On 00 )1) O ' N O 00 F- 00 co co M O N u o 1'- en 0) r �/ Q N e- 41 T N 41 N e- u7 e- M O N O N N e- e- e- e- N N e- et N N N e O N �." J, N CO 11.1 X re _ (D ca; () Q a o O r ° D t7) et N O d Cl N e- f• O O e- ti tD M u7 CO O u) N CD r r x U M N ti u) et eM- `d 00 4 N 'd' et Met Met u) N ,O 47 et tD et M v- �* N U) z J CO < K Ig -i w Q om, vt .41. e- N CD Z U.! 01 ' 0 .,IBM O, id a a et co o I O e- e- 0 c0 0 e- 0 e- e- ,t x' t '- Cl)e- 1 b et etine t � � e tete tetetOet erOcoetetetetetetetet � etetetet Q Q , : F- F- .. 00 Z :' N N u) o M N N M e- O at d e- u) O u) O CO e- N. u) e- M u) N-. in O N F- © ' cr) M O N tD o et CI f` e' N e- et et et M et M et u7 N co et co d c3 Nr` Z K� ', > > 0 �s, re Q Q D4 `' z uJ X O z • O (7 ti C) ? z 0 u) f` co to M e- e- e- O e- O O ce co Z M O e- ti O M in N N e- M O O 1n OD Z N 41 M O o 0 0 e- O e- O O e- e- e- N N o r 0 0 e- O {' e- r Z• r N N M M M M M Q x N Q O CO O O CO O O N M M M M N O 0 o x W o W w z U) V- Z W W W W W W W W W > ii- Z' E_ Z Z Z Z W W W W W W W W W W W Z Z Z Z Z Z Z W W W Z CO, da zzZE212ZZZZZZZZZZZrereccwwww YZZZE4 4 -A ff; W W WItQ CeterefYWCeOGrew O a) 43. o JJJ Q � . Z C9t9C9xx xxxxx2xYY N . O O Nemo fiMr IMMO famirne .1millil III WHINNISNO N ri X N V) N H N N w w cc u- m w cc Q 03 U Ln 2 . - - - - s 4D co N. N N a1 N 000 O O O O 0 0 0 Z N. CO LO l0 CO N 0 0 0 ow O O (Dow ,- `ph j N N N N t 4 m N ei r-1 N N N CI' CI' M t� ,ch4 P1 0 0 0 0 0 0 0 0 0 0 O O c 0 0 0 0 �Z7 0 O V) in In In Ln In In In -1 ei N N V) Lf) 00 ei ri 0 0 0 0 0 O O O O LO O O O O tC • Qg 4 N N N N N M M 00 N 00 N ri N N e-I O to ( to 00 CO C1 f N M N N N N a1 N Ln a1 M O N Ln 0 LO ° 00 00 N N • "Q r-1 r1 r-i e-i e-1 N r-1 N r-1 ei ei ri ei ei ri .-1 N O O N N N "' — MI a m 00 N N N N 0 00 00 C) + i i Q i in N LD N N 14: O N N e-1 '" t ri h: tD N hi eN-1 to O .I\-1 co A00 0 0 0 0 0000 0 O 0 O O O r�i rN-, .�-1 lOt) ° N N O 00 Z 114' tit 0 M LO O M M M 00 Ct O al N O d' N 01 LT 4 LD M 00 00 `'i ei ei Q lrCi V1 in o M M m N d' 0 0o LO o d N 00. co d' V1 vi N N ei • f1 ei In to Lf) Lfl rn CO o Lo •00 •LD d N Lo N in M • Lei N r_i N i, ei ri J 4 4 < W Q M -I e i r-I O 00 00 N N. N r-I N N I 01 M M ei W /A m e-I rl rl 0 N N N l0 N rl M N N rl 00 N O O M M w v/ w h M rl e-i c-1 O I� I� IN l0 N ri • N i< ei 00 M m 14 li. w 1:5, t= v) e-i e-1 rl ri Ct e-i r1 rl r1 rl rl ei ri ri rl N 00 00 N ow r awQ _ � -J U. IS. * 0 0 0 0 0 0 0 0 0 0 0 0 coo °° 0 0 0 0 0 ( 0 0 0 0 0 0 0 0 0 0 0 0 000 0 0 00 °. g M Q w ` Tz in 'Cf 4 'CC 'cr 00 V; ei a1 1: L7 d' r, 0 't ° ei ri Ln Ln w• 03 W N— N N N N TY M CF M M N N N M N M 14 N N d' • Yd �C U 0 \ o 0 0 0 0 0 0 0 0 0 o c o 0 o coo ° 0 0 0 0 ° CI) 3 000000000000000 coo °. 00 ace 0 , r�-I N m N N N d' ) Ct M N N ID M N m GI N N d' 4 CO Z 0 < 77 — • CC k� G }a o o O 0 0 O °Lri Q Z ^ ^ M M r! en O 00 M 401 W �" — — 0 ? O O O O; f O O ° ° O uz CI) fly O O O O O J Ii ,--1 a--1 r♦ r♦ a-'1 e'i r♦ rl ei e•'I e'i t"1 r♦ r♦ e'i qi Lo Q Q Q 6 to Lo to 6 ui to Q 6 to La Lo h: 6 0 o d a �t o o o o o o o .t o o o o o 0 e-1 .-1 ri ri rl r1 ei rl ei ri ei ei ri r-1 r-1 s . w w , . W W ce W w Y LY ce oG W w Q Y Q w Q Q * v' Z Z Z Z Z z p Z Z Z Z I— H F— ,IQ p 0 oc p p p p m Q cc p o 0 00 p 0 0 ii 0 U U O p U U U U UJ m U U U " w33 °- L , L" 0Liu � 3 0 z .k {`'s� w �j w �� __ z Ln z vwi Z Ln z Z Z Ln 1n Z v, Ln Z Ln 2 z Q __ — — cc a, ' W ` (O N ri Ln ai M In Ln I� Z Z °{ W I- N N N N I- I- I-- I- I- 1- d d f- I- F- W W V) up LO LO LO V) N V) V) in Cl) LO LO LO Cl) V) Cl) > > ,0 Q = _ = ri rl .i e1 = 2 2 2 = = ri rl r1 = = 2 W Z I- I- I- N N v) V) H h H I- h 1- V) N V) I- I- E— Z 00 00 CO V) N V) Cr) N N N (0 LO LO V) V) V) 'Ch 'Cr d' v 6 *R1 H LO LO L0 0 O 0 0 LO LO LO LO ti) LO 0 0 0 LO L0 LO J 0 t~ r g' " CO N i w w, r-I w U U U U 'L. w w rl w ei w ri w U U U rl w w w al J Vr Z w a, .1, ,-1 Ln in in Q Q Q Q Ln in Ln Ln in Ln Q Q Q Ln in Ln o. ri D Z rn 0 0 N 0 0 ei ,n p x 0 ti p °o E.' 4 E QI a-I 1-i N e-1 I-1 I-1 ti ei 00 4 I F as 0 ® N o N N N M M N N M M O N M N N M 0 a 4. tD O CO 1D O M M t0 ID M M O tD M t0 l0 M 1" to O CD N to r-1 M 01 N N N Ct M e-1 to in N O t l0 M ei a-I ei M N M ei ei a-I a-I et M a-I a-1 N NI k k s `U) 10n M er M CO 001. Co) et Co) O N CCO t0 M Co) CO . " `D,t, to et r e- r N r or; r r r t M N r r r M ' 'd 5n }.s, M r O 01 et C) to In t0 00 00 00 et N et r O co 01 N N M r M 01 M t0 N N t1'1 r r 01 O 00 d M 0! Ca M M en tD M ti et N N N 1■ O N r C) ti tot I la r ti tD N et d' M t0 O O M cl 1` N r N N. ' r CC! 119 N et of Cl 10 V O O M Co) CD N r N CO VA r e- O N et 01 M C 01 16 to ca Co tD N tD ti co ,4 a ,- co et M M co et co N N N N N to M N C) C) CO "" M 01 N N M fv M M Co) r CO M N N N N IT M 00 10 t0 M 10 M M Co) r N M t0 10 to t0 • N In 00 O a-i G a-1 r M Di Ti en 0 0 0 0 0 it ° r e-I ei e-I Cr a-I N to r et II a-I e-1 i-4 ei ei M i, r`Z m n t^0 1Np N co co o to ei v. 0 co to O ei ei 4-1 N „I M et et In ei 4,,1 lA r N LC) 1 Z t0 O N O 00 0o M N 'et O O M M N 01 v. N in O i g t 11 O N 03 N t• M N et O O M M CO CO d. CO • M t0 cc; Ti M 1` N N O O O r r N N tD r < a�- Le; M r r r N r Co) N r r r Co) N r r M CD D N a 01 r et co o to ti et o 0 o ti r. M O et M N Q 2f 00 r et: 1` 1n In t0 et M O O t0 t0 M N et M • ,Wj Co r N Of N to Ti: Ti M O O N N to in et M N = tr �' co � CM N N o Co) t0 N N N N t0 et N N CM CO ' G w O tw ,x1 CO 1-1 et 4.1 t0 4„1 ei M O O O M ei a-I ei ei It) I.i. J WM to ei Ti. e-1 In ei ei Co) O O O M ei ei ei ei•r C (NI • N • CA O • et ei M r ei e I N N N et 'et O M M a-i n N • n N E w xol CO CC I w J a 3° O O M ti N DD O 01 to Ln r r N O to 1n M V Q ` ti (0 t0 ti O et et an Or 1n to ti is V u) 2 1 ;, Z 9 c1 Q .44 3 l 00 o M ti N ~ CO O N in In r r N 00 co in LM Paz e- ee- ti t0 co 01 et et O e- O O N ti i T'' Q f iP , f w Li", _0 !M a el et N ei A pi ei t eel e I e I e I to*5 , s' :: n tD t0 tD O ' O o O O a-1 e-1 ei ei Z MI ,4? V V et I' V' 44 'd' d' e!' et et et et et et d' CO . k° Zi '{{i� g 8 M 1.- N N CO 01 to 1n r 0 00 M to `01 t%1 N r ti t0 CD r ti r to et et to r r to o t` 0 . . i o .N O 04 .,r co qt 10,� O 0 N CO et r to M 0 co 01 to r co O t0 N U" co co M N N O O N cc 1"J Cl N N N N r r et M fa O N 8 O et W cn M en e) en M tc) M a *b * 1t 1t co) N 4k 4k ik 4t ft qt 4t cc a C) . W W W W W CO Cl) U) U) CO s i I— I— > > > > > 1— naaaaacn ICI) CI; N Fcn ICI)' cn cH n ICI) ICI) cH CC v W 'I = 2 I— F— E' F— H- I I I I I 2 Z I I I H F- M re re IY 1- 1— F- 1— I— 1- 1— I— 1- H H 1 CD CD 0 0 0 0 0 '° CO CO 40 CO t0 CO CO CO CO 40 '' x N N 3 3 3 3 N co i Cl)C c CU W c o c c o co i c c o co i co i U IL )i tk ifi{ Z Z Z Z Z 0 F N to 0 ,1 terms ormor. a mom err ■nary iltwro are- mires awarr — t♦11e1ill e1••=11t7 eimUrr — — immill arr